Loading...
R-95-07-13-10A - 7/13/1995DATE 1/31/96 chngorder.mem/sm CITY OF ROUND ROCK INTEROFFICE MEMORANDUM TO: James Nuse, P.E. Director of Public Works FROM: Steven Miller, P.E. Facilities Engineer SUBJ: Water Disinfection System Improvements - Change Order 42 2-93= 043-011 The attached change order is forwarded for your review and I am recommending to the City Council that this request for additional payment be approved. The change order describes two major modifications to the project. The first modification involved the change -out of ammonia gas piping from Schedule 80 PVC to Gray Steel pipe. The project as originally design delineated the Sch. 80 piping but, during the course of the project several safety concerns were raised about the applicability of the Sch. 80 piping for use with ammonia gas. Since the ammonia gas supply is under low pressure it was initially felt that this type of piping would be acceptable. However, through the course of several job site meetings with the Engineer and the Contractor it was decided that steel pipe should be used due to its higher safety rating. The second modification involved the change -out of the chlorine solution piping at the Main Well Site. The Contractor discovered higher than expected pressures losses in the chlorine feed piping during preliminary start -up of the project. These head losses restricted the equipment from obtaining proper vacuum differentials which prevented the system from delivering proper chlorine dosages. The solution involved resizing the chlorine feed lines from 3/4 inch to 1 -1/2 inches. The total project costs to -date including this change order is 5301,190.13 and, as a footnote, the second low bid on this project was $309,000.00. I8LACKWELL, LACKEY & ASSOCIATES, INC. 3801 S. FIRST STREET AUSTIN, TEXAS 78701 FOR: THE CITY OF ROUND ROCK - WATER DISINFECTION IMPROVEMENTS OWNER: THE CITY OF ROUND ROCK, 2008 ENTERPRISE, ROUND ROCK, TEXAS, 78664 CONTRACTOR: MATOUS CONSTRUCTION, COMPANY, INC., P.O. BOX 5258, TEMPLE, TEXAS, 76505 I YOU ARE HEREBY REQUESTED TO COMPLY WITH THE FOLLOWING CHANGES TO THE CONTRACT PLANS AND SPECIFICATIONS. DESCRIPTION OF CHANGES TO LUMP SUM BID: ORIGINAL CONTRACT AMOUNT CHANGE ORDER NO.1 ITEM 1. FURNISH AND INSTALL r SCHEDULE 80 BLACK STEEL PIPE AND FITTINGS, COMPLETE WITH AMMONIA UNIONS, AND AMMONIA GLOBE VALVES. REMOVE 1" SCHEDULE 80 PVC PIPE AND VALVES AT ALL SITES FOR CARRYING AMMONIA GAS TO POINT OF APPLICATION. ITEM 2. FURNISH AND INSTALL 1 1/2" SCHEDULE 80 PVC CHLORINE LINES TO INCLUDE 1" IN -HOUSE PIPING AND VALVES AND I" ELECTRIC OPERATED GLOBE VALVES AT LAKE CREEK SITE. FOR THE LUMP SUM OF TOTAL CONTRACT AMOUNT (JUSTIFICATION: CONTRACT CHANGES ARE TO REFLECT PROJECT NEGOTIATIONS WITH OWNER. The Contract time is to remain unchanged. CONTRACT CHANGE ORDER NO.2 DATE: 12 -13-95 JOB #6037 -01 PAGE 1 OF 2 CHANGE IN CONTRACT PRICE S 260,000.00 S 26,759.13 $ 6,885.00 $ 7,546.00 S 14,431.00 $ 301,190.13 The amount of the Contract before this change order was TWO HUNDRED EIGHTY SIX THOUSAND, SEVEN HUNDRED FIFTY NINE AND 13 CENTS DOLLARS. ($286,759.13) The amount of the contract will increase by FOURTEEN THOUSAND FOUR HUNDRED THIRTY ONE AND ZERO CENTS DOLLARS. ($14.431.00) BLACKWELL, LACKEY & ASSOCIATES, INC. 3801 S. FIRST STREET AUSTIN, TEXAS 78701 The contract total including this change order will be: THREE HUNDRED ONE THOUSAND, ONE HUNDRED NINETY AND 13 CENTS DOLLARS. ($301,190.13) This document will become a supplement to the contract, and all provisions will apply hereto. Bloc 1 Lack Ass 'ates, Inc. At Matousonstructio Company The CitSt,df Round DATE: 12 -13 -95 JOB 86037 -01 PAGE 2 OF 2 2,3 — 7b DATE / 23 910 DATE 7 DATE MATOUS CONSTRUCTION CO., INC. A16,4k GENERAL CONTRACTORS P.O. Box 5258 • Temple, Texas 76505 • Office: 817 - 780 -1400 • FAX: 817- 780 -2599 MIIIEMECIMEN November 27, 1995 Mr. Pat Lackey Blackwell Lackey & Assoc. 3801 S. 1st Street Austin, Texas 78704 Re: Round Rock Disinfection Dear Mr. Lackey: As per your request, we have prepared the following for your use and consideration: Item No. 1 Furnish and install 1" schedule 80 black steel pipe and fittings, complete with ammonia unions, and ammonia globe valves. Remove 1" schedule 80 PVC pipe and valves at all sites for carrying ammonia gas to point of application. Item No. 2 Furnish and install 1 '' /a" schedule 80 PVC chlorine lines to include 1" in -house piping and valves and 1" electric operated globe valves at Lake Creek site. For the Lump Sum of $7,546.00 Should you have any questions, please do not hesitate to contact us. Sincerely, Bruce A. Matous President rrcor3 For the Lump Sum of $6,885.00 BLACKWELL, LACKEY & ASSOCIATES, INC. 3801 S. FIRST STREET AUSTIN, TEXAS 78701 FOR: OWNER: CONTRACTOR: I YOU ARE HEREBY REQUESTED TO COMPLY WITH THE FOLLOWING CHANGES TO THE CONTRACT PLANS AND SPECIFICATIONS. DESCRIPTION OF CHANGES TO LUMP SUM BID: ORIGINAL CONTRACT AMOUNT CONTRACT CHANGE ORDER NO.1 DATE: 10 -16 -95 JOB #6037 -01 PAGE 1 OF 2 THE CITY OF ROUND ROCK - WATER DISINFECTION IMPROVEMENTS THE CITY OF ROUND ROCK, 2008 ENTERPRISE, ROUND ROCK, TEXAS, 78664 MATOUS CONSTRUCPION, COMPANY, INC.. P.O. BOX 5258, TEMPLE, TEXAS, 76505 CHANGE IN CONTRACT PRICE $ 260,000.00 ITEM L FURNISH AND INSTALL TRANSMITTERS ON EXISTING PUMP $ 1,260.00 DISCHARGE METERS IN LIEU OF INSTALLING (1) 16" FLANGE FLOWMETER ON PUMP SUCTION. ITEM 2. FURNISH AND INSTALL (3) 8X6 FIBERGLASS CHEMICAL BUILDINGS IN $ 2,535.00 LIEU OF 6X6 FIBERGLASS CHEMICAL BUILDINGS AS SPECIFIED TO ACCOMMODATE CHEMICAL FEED EQUIPMENT AND TO ALLOW ADEQUATE ACCESS TO THE REAR OF THE EQUIPMENT FOR SERVICING. ITEM 3. CONSTRUCT (1) 9'.4" X9'.4" X 8'.0" HIGH CONCRETE BLOCK BUILDING $ 6,927.00 FOR HOUSING AMMONIA FEED EQUIPMENT AT THE CITY OF ROUND ROCKS WATER TREATMENT PLANT. ITEM 4. FURNISH AND INSTALL REMOTE ANNUNCIATOR FOR AMMONIA $ 1,637.13 LEAK DETECTION AT WATER TREATMENT PLANT SITE. ITEM 5. EXTEND 2" WATERLINE (off LAKECREEK. MAKE 2" TAP AT PARKING $ 885.00 LOT. BACKFILL TRENCH WITH FLEX BASE. ITEM 6. EXTEND 1" AMMONIA LINE TO PLACE POINT OF INJECTION ON HIGH $ 4,178.00 SERVICE BOOSTER PUMP SUCTION. PROVIDE DRY TAP. ITEM 7. FURNISH AND INSTALL ELECTRICAL AND CONTROLS TO $ 3,073.00 SUMMATE FLOW FROM EXISTING FLOWMETERS TO PACE AMMONIATORS ITEM 8. FURNISH AND INSTALL CONTROLS AND INSTRUMENTATION AT $ 6,264.00 LAKECREEK TO SUMMATE FLOWS AND SELECT AMMONIATORS. SUPPLY HOUSING FOR "WET" CONTROLS. .r, FOR THE LUMP SUM OF TOTAL CONTRACT AMOUNT 'JUSTIFICATION: CONTRACT CFIANGES ARE TO REFLECT PROJECT NEGOTIATIONS WITH OWNER. The Contract time is to remain unchanged. The amount of the Contract before this change order was TWO HUNDRED SIXTY THOUSAND, AND ZERO CENTS DOLLARS. ($260,000,00) The amount of the contract will increase by TWENTY SIX THOUSAND, SEVEN HUNDRED FIFTY NINE AND 13 CENTS DOLLARS. ($26,759.13) The contract total including this change order will be: TWO HUNDRED EIGHTY SIX THOUSAND, SEVEN HUNDRED FIFTY NINE AND 13 CENTS DOLLARS. ($286,759.13) This document will become a supplement to the contract, and all provisions will apply hereto. j $ 26,759.13 5 286,759.13 Blackwell Lackey & A s ciates, Inc. DATE ction Company The City of R: u '. Rock DATE 11 -9 - 95 DATE PATRICK A. LACKEY, P.E. BLACKWELL, LACKEY & ASSOCIATES 3801 SOUTH FIRST ST. AUSTIN, TEXAS 78704 (BUS.) 512- 442 -3008 (RES.) 512 - 243 -2373 (FAX) 512- 442 -6522 October 24, 1995 Mr. Steve Miller, P.E. City of Round Rock 2008 Enterprise Round Rock , Texas 78664 Re: Water Disinfection Improvements Change Order No. 1- Matous Construction Dear Mr. Miller: We have reviewed the following Change Order No 1 from Matous Construction Company for the above referenced project and find it to be in order, therefore recommending payment. If you should have any further questions or need additional information please do not hesitate to contact us. Sincerely, 7 Patrick A.Xackey, P.E. Blackwell, Lackey & Associates, Inc. PAL /tm 4 DATE: November 2, 1995 INTEROFFICE MEMORANDUM TO: James Nuse, P.E. Director of Public Works FROM: Steven Miller, P.Fj Facilities Engineer CITY OF ROUND ROCK SUBJ: Water Disinfection System Improvements - Change Order #1 I am forwarding you three copies of a change order for the Water Disinfection System Improvement project. This change order summarizes a number of items added during the construction phase of this project. Each of the items shown on the change order was developed on a case by case basis in the field. The contractor assisted our office in the scope, requirements and valuation for each item. In order for the city to correctly convert the disinfection system to chloramines these changes are necessary. DATE: November 6, 1995 SUBJECT: City Council Meeting, November 9, 1995 ITEM: 13A. Consider Change Order No.1 with M atous Construction Company for the Water Disinfection System Improvements. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: DATE: November 2, 1995 TO: James Nuse, P.E. Director of Public Works FROM: Steven Miller, P.E. Facilities Engineer MEMORANDUM SUBJ: Water Disinfection System Improvements - Change Order #1 I am forwarding you three copies of a change order for the Water Disinfection System Improvement project. This change order summarizes a number of items added during the construction phase of this project. Each of the items shown on the change order was developed on a case by case basis in the field. The contractor assisted our office in the scope, requirements and valuation for each item. In order for the City to correctly convert the disinfection system to chloramines these changes are necessary. RESOLUTION NO. R- 95- 07- 13 -10A WHEREAS, the City of Round Rock has duly advertised for bids for improvements to the City's water disinfection system at Westinghouse, at the City of Round Rock's Main Well Site and at the City of Round Rock's Water Treatment Plant, and WHEREAS C submitted the best bid, and ATTEST: 1 11 ALL ! . .1' NE LAND, City Secretary S /RESOLUTION RS50713A It _c k _I Atli-) "�'��ny,.,,�^^ the , Ci ,� ty . , Counc / i � ll wishes to accept the bid of L I v lcL ouz) U t u t 5 � 2 . t J • , Now Therefore, has BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized � and directed to execute on 7y behalf of the City a contract with f l 1 LRJ• for improvements to the City's water disinfection system at Westinghouse, at the City of Round Rock's Main Well Site and at the City of Round Rock's Water Treatment Plant, a copy of said contract being attached hereto and incorporated herein for all purposes. RESOLVED this 13th day of July, 1995. CHARLES CU PER, Mayor City of Round Rock, Texas DATE: July 11, 1995 SUBJECT: City Council Meeting, July 13, 1995 ITEM: 10A. Consider a resolution authorizing the Mayor to enter into an agreement for improvements to the City's water disinfection system at Westinghouse, main well site and Water Treatment Plant. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: On July 11, 1995, bids were received for the City's disinfection system. Staff will make a recommendation prior to the meeting. THE CITY OF ROUND ROCK WATER SYSTEM DISINFECTION UPGRADE The City of Round Rock Mr. Steve Miller 2008 Enterprise Round Rock, Texas 78664 s'C7 sue" i1 r r PATRICK A. !A.C!(E o 1995 Prepared For: Prepared By: k-95-07-73-/cm Blackwell, Lackey & Associates, Inc. Mr. Patrick A. Lackey, P.E. 3801 South First Street Austin, Texas 78704 • f PATRICK A. LACKEY, P.E. BLACKWELL, LACKEY & ASSOCIATES 3801 SOUTH FIRST ST. AUSTIN, TEXAS 78704 (BUS.) 512- 442 -3008 (RES.) 512- 243 -2373 (FAX) 512- 442 -6522 July 14, 1995 Mr. Bruce Matous Matous Construction Company P.O. Box 5258 Temple, Texas 76505 PROJECT: The City of Round Rock Dear Mr. Matous: NOTICE OF AWARD You are notified that your bid dated July 11, 1995 for the above listed project has been considered by the Owner. You are the apparent successful bidder and have been awarded the contract based on the total Base Bid of Two Hundred Sixty Thousand Dollars and Zero Cents ($260,000.00). In accordance with the Notice to Contractor, six (6) sets of the Contract Documents are forwarded to you for execution. You are hereby instructed to execute the Agreement in each set. However leave the space for the date on page 01. blank, as this will be filled in by the Owner at the time he executes the Agreement. You are also instructed to furnish the required Certificate of Insurance. You may use the forms enclosed or standard forms furnished by the Surety so long as they meet the intent of those forms herein. Failure to comply with these conditions within (10) days from the date of this Notice of Award will entitle the Owner to consider your bid abandoned, to annul this Notice of Award and to declare your Bid Bond forfeited. Within ten (10) days after you comply with these conditions, the Owner will return to you three (3) fully signed counter parts of the Agreement with the Contract Documents attached. If this does not occur within (60) days, your Bid Bond and Contract Documents will be returned. Should you have any questions, please do not hesitate to contact our office at (512) 442- 3008. July 14, 1995 Mr. Bruce Matous Page 2. Sincerely, Patrick A. Lackey, P.E. Blackwell, Lackey, & Associates Inc. cc: Mr. Steve Miller, The City of Round Rock PAL /tm Enclosures This NOTICE OF AWARD is hereby accepted by Matous Construction Company, this day of 3V `( 1 Title: rIIZE 1 l7 1 T BLACKWELL, LACKEY & ASSOCIATES, INC. ACCEPTANCE , 1995 TO MATOUS CONSTRUCTION CO., INC. P.O. Box 5258 TEMPLE, TEXAS 76505 (817) 780-1400 (817) 780-2599 FAX Cit of Rou 221 East Main Round Rock, Texas 78664 WE ARE SENDING YOU Cf Attached ❑ Under separate cover via ❑ Shop drawings ❑ Prints ❑ Copy of letter COPIES 6 DATE NO. DESCRIPTION Contract Doc.ttmpnts THESE ARE TRANSMITTED as checked below: Cf For approval X For your use ❑ As requested ❑ For review and comment ❑ ❑ FOR BIDS DUE 19 ❑ PRINTS RETURNED AFTER LOAN TO US REMARKS COPY TO Fed — X ❑ Plans ❑ Approved as submitted ❑ Approved as noted ❑ Returned for corrections 111441 (DT 421a[v]@IIIN o DATE 7/28/95 JOB NO. 9504 ATTENTION Mr. Steve Miller RE: Round Rock Disinfection Fac. ❑ Samples If enclosures are not as noted, kindly notify us at once. the following items: ❑ Specifications ❑ Change order ❑ ❑ Resubmit copies for approval ❑ Submit copies for distribution ❑ Return corrected prints SIGNED: Bruce A. Matous THE CITY OF ROUND ROCK WATER SYSTEM DISINFECTION UPGRADE The City of Round Rock Mr. Steve Miller 2008 Enterprise Round Rock, Texas 78664 1995 fIl Fr ';; "....o. PATRICK A. LACKEY a 4i q his Prepared For: Prepared By: Blackwell, Lackey & Associates, Inc. Mr. Patrick A. Lackey, P.E. 3801 South First Street Austin, Texas 78704 TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO CONTRACTORS ADVERTISEMENT SUMMARY INSTRUCTION TO BIDDERS PROPOSAL AND BIDDING SHEETS BID BOND INFORMATION REQUIRED OF BIDDER AGREEMENT PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CERTIFICATE OF INSURANCE GENERAL CONDITIONS SPECIAL CONDITIONS TECHNICAL SPECIFICATIONS THE CITY OF ROUND ROCK WATER SYSTEM DISINFECTION UPGRADE 1 995 ADDENDUM NO. 1 1. THE INSURANCE PROVISIONS OF THE GENERAL AND SPECIAL CONDITIONS ARE MODINBD IN ACCORDANCE WITH THE FOLLOWING REQUIREMENTS. 2. THE BID OPENING TIME FOR THE ABOVE PROJECT HAS BEEN CHANGED FROM JUNE 21, 1995, 10:00 A.M. TO TUESDAY JULY 11, 1995, AT 2:00 P.M., AT THE CITY OF ROUND ROCK CITY HALL, 221 MAIN STREET, ROUND ROCK, TEXAS, 78664 LAKE CREEK THE CITY OF ROUND ROCK WATER SYSTEM DISINFECTION UPGRADE 1995 ADDENDUM NO. 2 • INSTALL 5 EACH PROPELLER FLOW METERS (BADGER. WATER SPECIALTIES, OR EQUAL) ON EACH WELL LINE AND TANK OUTLET IN 48" RCP VAULT, METERS TO INCLUDE TOTALIZER AND 4 -20 MA OUTPUT TO PACE CHEMICAL FEED SYSTEM. LOCATION TO BE AS CLOSE AS POSSIBLE TO TANK. • FLOW PACE CHLORINE FEED FOR EACH WELL • INJECT CHLORINE AT EACH TANK INLET FROM THE WELLS. TANK WILL CARRY FREE CHLORINE RESIDUAL. • AMMONIATORS FROM WTP TO BE REBUILT WITH NEW W & T FLOW PACE DRIVE SYSTEM AND USED AS 0 -500 PPD CHLORINATORS. • INSTALL 4 EA. 1/2" W & T VAREU -METER WITH MANIFOLD FOR CHLORINE SOLUTION FEED. INSTALL SOLENOID VALVE ON DISCHARGE SIDE. THESE SHALL OPEN OR CLOSE WITH WELL METER START /STOP. • INSTALL ONE CHLORINE ANALYZER (FREE) TO MEASURE TANK RESIDUAL • INSTALL TERMINAL STRIP FOR ALARM CONTACTS (FLOWS, LEAKS) AT CHLORINE BLDG. • FURNISH 150# CHLORINE TANK REPAIR KIT • USE 5 150# INDIVIDUAL SCALES RATHER THAN LOAD CELL SHOWN • CONSTRUCT BUILDING SLAB WITH RAMP FOR [50# CYLINDER ACCESS • LABEL PIPING & VALVING • AMMONIA TO FEED TO DISCHARGE SIDE OF TANK, AS SHOWN. INSTALL FLOW METER AT DISCHARGE SIDE AS WELL AS TOTAL RESIDUAL ANALYZER AMMONIA TO BE FED AS COMPOUND LOOP CONTROL (FLOW/RESIDUAL). WESTINGHOUSE • ADD FLOW METER (AS PER LAKE CREEK) TO FLOW PACE CHLORINE AND AMMONIA FEED. • ONLY 1 EACH TOTAL CHLORINE ANALYZER IS REQUIRED. TANK SHALL OPERATE WITH COMBINED CHLORINE AMMONIA RESIDUAL. • INSTALL CONTACT STRIP FOR FLOW METER, ALARMS ETC. FOR PICK -UP BY OTHERS TO EXISTING TELEMETRY SYSTEM. WATER TREATMENT PLANT • CITY IS TAKING BIDS ON 2 EACH AMMONIATORS AND WILL FURNISH TO CONTRACTORS. SITE MUST BE OPERATIONAL 45 DAYS AFTER NOTICE TO PROCEED • AMMONIA WILL BE FLOW PACED OFF EXISTING INFLUENT METER. CONTROL CABLE INSTALLED UP TO EXISTING AMMONIA BUILDING. • HARDWIRE ALARM LIGHTS TO EXISTING WTP OFFICE FOR LEAK DETECTORS. COMBINED RESIDUAL ANALYZER TO BE LOCATED ON DISCHARGE SIDE OF HIGH SERVICE PUMPS IN HSP BUILDING. • INSTALL CONTACT STRIP TO MONITOR FLOW PACING, ALARMS ETC. FOR PICK -UP BY OTHERS TO EXISTING TELEMETRY SYSTEM. GENERAL • DELETE REFERENCE IN SPECIFICATIONS TO RTU FOR CONTROL OF SYSTEM. UNITS TO BE FLOW PACED AS DESCRIBED • RESIDUAL ANALYZER TO BE AS DESCRIBED UNITS THAT REQUIRE MIXING OF BUFFER AND REAGENTS NOT SUITABLE FOR THIS APPLICATION: PLEASE ACKNOWLEDGE RECEIPT TO ADDENDUM ON PAGE 2 OF THE PROPOSAL. PATRICK A. LACKEY, P.E. BLACKWELL, LACKEY & ASSOCIATES, INC, DATE NOTICE TO CONTRACTOR CITY OF ROUND ROCK WATER SYSTEM DISINFECTION UPGRADE Sealed bids in envelopes addressed to THE CITY OF ROUND ROCK, ROUND ROCK CITY HALL, 221 MAIN STREET, ROUND ROCK, TEXAS, 78664, will be received at their office, until WEDNESDAY JUNE 21, 1995, AT 10:00 A.M. for the WATER SYSTEM DISINFECTION UPGRADE. Plans, Specifications, and Bidding Documents may be obtained from the office of the Engineer, BLACKWELL, LACKEY & ASSOCIATES, INC., 3801 South First Street, Austin, Texas 78704, (512) 442 -3008. The prospective bidder's attention is drawn to the bid documents, where detailed instruction and provisions are contained concerning bonds, insurance, and other performance requirements. The project shall be completed within 180 calendar days after the "Notice to Proceed" is issued by the Owner. INSTRUCTIONS TO BIDDERS PROPOSAL The Proposal shall be submitted on the bidding forms which are included herein, and shall be enclosed in a sealed envelope addressed to: THE CITY OF ROUND ROCK ROUND ROCK CITY HALL 221 MAIN STREET ROUND ROCK, TEXAS 78664 and shall be identified as follows: THE CITY OF ROUND ROCK - WATER SYSTEM DISINFECTION UPGRADE A Proposal will not be accepted unless prepared on the bidding form provided. The sealed Proposals will be publicly opened and read at the time and place stated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. Unauthorized conditions, limitations or provisions attached to a Proposal will render it informal and may cause its rejection. The complete Proposal form shall be without additions, alternations or erasures. Alternative proposals will not be considered unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. The Proposal may be withdrawn upon request by the Bidder without prejudice to himself prior to, the request is in writing, has been executed by the Bidder or his duly authorized representative, and is filed with the Owner. DISOUALIFICATIONS OF BIDDERS More than one Proposal from an individual, firm, partnership, corporation or association under the same or different names, will not be considered. Reasonable grounds for believing that any Bidder is interested in more than one Proposal for the work contemplated will cause the rejection of all Proposals in which such Bidder is interested. If there is reason for believing that collusion exists among Bidders, all bids will be rejected and none of the participants in such collusion will be considered in future proposals. RETURN OF PROPOSAL GUARANTEES Within twenty -five (25) days after an award of the Contract, the Owner will return the proposal guarantees accompanying each of the proposals which are not considered in making the award. All other proposal guarantees will be held until the Contract has been finally executed. They will then be returned to the respective Bidders whose Proposals they accompany. AWARD OF CONTRACT - RESERVATION OF RIGHTS The Contract, if awarded, will be awarded to a responsible Bidder whose Proposal complies with all the requirements prescribed. Award, if made, will be made within sixty (60) calendar days after the opening of the Proposals. The Owner reserves the right to reject any or all bid Proposals, accept the lowest responsible Bidder's Proposal, and to waive any informality in any Proposal. EXECUTION OF CONTRACT A Bidder to whom award is made shall execute a written Contract with the Owner on the form of Agreement provided. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be a just cause for the annulment of the award. If the successful Bidder refuses or fails to execute the Contract, the Owner may award the Contract to the second lowest responsible Bidder. If the second lowest responsible Bidder refuses or fails to execute the Contract, the Owner may award the Contract to the third lowest responsible Bidder. On the failure or refusal of such second and third lowest responsible Bidder to execute the Contract, the work may be bid again at a later date. PROPOSAL GUARANTEE Each Proposal shall be accompanied by a certified or cashier's check or bid bond in the amount of not less than 5% of the amount named in the Proposal. Said check or bond shall be made payable to the Owner and shall be given as a guarantee that the Bidder, if awarded the work, will enter into a Contract within then(10) days after the award and will furnish the necessary bonds as hereinafter provided. In case of refusal or failure to enter into said Contract, the check or bond as the case may be, shall be forfeited to the Owner. No Bidder's bond will be accepted unless it conforms substantially to the form furnished by the Owner, which is bond herein, and is properly filled out and executed. PROPOS SIGNATURE If the Proposal is made by an individual, it shall be signed and his full name and his address shall be given; if it is made by a firm it shall be signed with the co- partnership name by a member of the firm, who shall sign his own name, and the name and address of each member shall be given; and if it is made by a corporation the name of the corporation shall be signed by its duly authorized officer or officers attested by the corporate seals, and the names and titles of all officers of the corporation shall be given. COMPETENCY OF BIDDERS In selecting the lowest responsible Bidder, consideration will be given not only to the financial standing, but also to the general competency of the Bidder for the performance of the work covered by the Proposal. To this end each Proposal shall be supported by a statement of the Bidder's experience, on the form entitled "Information Required of Bidder, " bound herein. Unsatisfactory safety records or past job performance will be grounds for bid rejection. BIDDER'S EXAMINATION OF SITE Each Bidder shall examine carefully the site of the proposed work and the Contract Documents therefore. It will be assumed that the Bidder has investigated and is satisfied as to the conditions to be encountered; as to the character, quality and quantity of materials to be furnished and as to the requirements of the Contract, Specifications and Drawings. ADDENDA Bidders desiring further information or interpretation of the Plans or Specifications must make request for such information in writing to Engineer prior to 48 -hours before the bid opening. Answers to all such requests will be given in writing to all Bidders, in Addendum form, and all Addenda will be bound with, and made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a Bidder find discrepancies in, or omissions from the Plans, Specifications or other Contract Documents, or should he be in doubt as to their meaning, he should at once notify the Engineer in order that a written Addendum may be sent to all Bidders. Any Addenda issued prior to twenty -four (24) hour of the opening of bids will be, faxed, mailed or delivered to each Contractor contemplating the submission of a proposal on this work. The Proposal as submitted by the Contractor will be so constructed as to include any Addenda if such are issued by the Engineer prior to twenty -four (24) hours of the opening of bids. Acknowledgement of Addendum Addendum No. Darq PROPOSAL TO CITY OF ROUND ROCK FOR THE CONSTRUCTION OF WATER SYSTEM DISINFECTION UPGRADE The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Contractors inviting bids, conditions and classes of materials of the proposed work; agrees that he will provide all the necessary supervision, labor, machinery, equipment, tools, apparatus, and other items incidental to construction; will do all the work and furnish all the materials called for in the Contract Documents, Plans and Specifications in the manner prescribed therein and according to the requirements of the Engineer as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is further agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of the Engineer, to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the Specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the Engineer; but not shown on the plans or required by the Specifications, in accordance with the provisions of the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed within the time herein stated. The undersigned bidder agrees to commence work within seven (7) calendar days after written Notice to Proceed has been given. ACKNOWLEDGEMENT OF PAYMENT ITEMS The undersigned acknowledges that the following bid items are the only items of payment under this contract and that his bid price under these items reflects the complete charges for furnishing all labor, material, and equipment to complete the project as outlined in the Plans, Specifications, and the Contract Documents. KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS The undersigned warrants that he has examined the location of the proposed work, the plan drawings, specifications, and all other parts of the Contract Documents, and is familiar with the local conditions at the place where the work is to be performed. CONTRACT TIME If awarded the Contract, the undersigned agrees to complete the work in 180 calendar days. Within, that period the Water Treatment Plant portion of the project shall be completed and operational within the first 45 calendar days of the project. OWNER'S RIGHTS RESERVED The undersigned understands and agrees that the Owner reserves the right to reject any or all Proposals or the waive any informalities of technicalities in any proposal in the interest of the Owner, except as specifically limited by the terms of the Contract Documents or applicable laws or Governmental Regulations. ADDENDA The undersigned acknowledges receipt of the following addenda; Addendum No. Dated ONE 1_ 0 PROPOSAL BIDDING SHEET JOB NAME: CITY OF ROUND ROCK - WATER SYSTEM DISINFECTION UPGRADE OWNER: CITY OF ROUND ROCK Gentlemen: Pursuant to the foregoing Advertisement for Bids and Instruction to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary supervision, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work bid as provided by the attached supplemental specifications, and as shown on the plans for the construction of the Water System Disinfection Upgrade, and binds himself or acceptance of this proposal to execute a contract and bonds for completing said project within the time stated for the following prices, to wit: BASE BID BID ITEM DESCRIPTION AND ITEM QUANTITY ULJE WRITTEN UNIT PRICE AMOUNT 1 1 L.S. Furnish and Install Water Treatment Plant disinfection upgrades, complete in place as shown on the Plans and specified herein, for the lump sum price of Irocol - TI I Dollars and e.)N Cents $ 2 1 L.S. Furnish and Install Lake Creek Well Site disinfection upgrades, complete in place as shown on the Plans and specified herein, for the lump sum price of � ON rc bl∎i t.-VU IZPcD FOR-7T1 - t� lovL — rac-,vSi;o'v Dbllars and nom Cents $‘t-Au 0CDO . °C 3 1 L.S. Furnish and Install Westinghouse Well Site disinfection upgrades, complete in place as shown on the Plans and specified herein, for the lump sum price of eve■-5', x - TAc-kvSAn)9 Dollars o 0 and Cents $ DO O TOTAL BASE BID $ NO 1 1 In accordance with House Bill 11 regarding taxes on materials and services, I and requiring a separated contract, the following is the breakdown of cost for materials and cost for labor for this bid: TOTAL $ Z (00, &'i0 0 1 0 MATERIALS TO BE INCORPORATED IN PROJECT NOT SUBJECT TO SALES TAX: $ Z \ C), (-1(')C) m o 1 LABOR TO BE INCORPORATED IN PROJECT NOT SUBJECT TO SALES TAX: $ 25 j b00. ( ' c' 1 RENTAL EQUIPMENT AND OTHER TAXABLE ITEMS: $ 5 Odb (5 0 I OTHER ( I.E. BONDS, INSURANCE, CAPITAL EQUIPMENT, ETC.) $ Z Or) O O. o o 1 TOTAL CONTRACT (TOTAL MUST EQUAL TOTAL BID PRICE) $ Z(0C) (BOO. o 0 1 SUBMISSION OF THE PROPOSAL I In accordance with the Contract Documents, the preceding Proposal is hereby respectfully submitted by: 1- 4rA cr -,o5 GO&DST.. Co sn)C_- '7 -\\ °i5' Name of Contractor Date 1 d\ 6c-,. Executed by: Title or Position 1 p.O. ?- ,w 52CS r \'1�'1r 0 - 1 L kOC7 1 Business Address Tele hone Number TEt -'PLC 13E LL - TY / 2 Lo50S I 1 City County State Zip 1 1 1 1 I KNOW ALL MEN BY THESE PRESENTS: THAT MATOUS CONSTRUCTION CO., INC. s IA S i — ; , . , any) BID BOND (51 of Amt. Bid) AMM MOW �-� = UNITED STATES FIDEL `a�'� �- �yi�;: ARANTY COMPANY BOND NUMBER oT Temple, Texas , as Principal , and UNITED STATES FIDELITY AND GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto...City of IL9Ut I Rock as Obligee, in the full and just sum of Five Percent of the Greatest Amount Bid by Principal — Dollars, lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS. the said Principal is herewith submitting its proposal Water System Disinfection Upgrade THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference In money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. Signed, sealed and delivered June 21, 1995 (Date) is dll):i MATOUS CONSTRUCTION CO., INC. (BEAU 4S (SEAL) TED STATES FIDELITY AND GUARANTY COMPANY Attorney -in -fact Contract 11 (Revised) (1 -74) 1 KNOW ALL MEN BY THESE PRESENTS: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing 1 under the laws of the Slate of Maryland and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Glenn Richards and Emily Mikeska of the City of Towple , Slate of Texas iu true and lawful Attomey(s )-in-Fact each in their separate capacity dram than one is named above, to sign its name as surety to, and 10 execute. seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions orpeaceediogs allowed by law. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to he sealed with its corporate seal, duly attested by the signatures of its Senior Vice President and Assismnl Secretary, this 12th day of November , A.D. 19 93 • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 STATE OF MARYLAND) BALTIMORE CITY ) FS 3 (10 - 92) UNITED STATES FIDELITY AND GUARANTY COMPANY (Signed) By (Signed) By SS: POWER OF ATTORNEY NO. 108012 UNITED STATES FIDELITY AND GUARANTY COMPANY Assistant Secretary Assistant Secretary 699263 On this 12th dry of November , A.D. 1993, before me personally came Robert J. Lamendo la Senior Vice President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and Paul D. Sims , Assistant Secretary of said Company, with both of whom 1 am personally acquainted, who being by me severally duly sworn. said, that they, the said Robert J. Lamendola and Paul D. Sims were respectively the Senior Vice President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Senior Vice President and Assistant Secretary, respectively. of the Company. My Commission expires the 11t day inMarc A.D.11 (Signed) .YYY- ���L��• TV�Y^^' NOTARY PUBLIC This Power of ALLomey is granted under and by authority of the following Resolutions adopted by the Board of Directors of the UNITED STATES FIDELITY AND GUARANTY COMPANY on September 24, 1992: RESOLVED. that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings contracts and other instruments relating so mid business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s) -in -Fact pursuant to • Power of Anomey issued in accordance with these resolutions Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President. or an Executive Vice President, or a Senior Vice President, or a Vice President or an Assistant Vice President, jointly with the Secretary orao Assistant Secretary, under their respective designations. The signature of such officers may be engraved. printed or lithographed. The signature of each of the foregoing officer, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s )-in•Fect for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and, unless subsequently revoked and subject to any limitations set forth themio. any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. RESOLVED, that Anoeoey(s)..in -Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the terms and limitations of the Power of Attorney issued to them to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and aey such instrument executed by such Attomey(s)- so•Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and arrested to by the Secretary of the Company. L Paul D. Sims an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full force and effccl I, the undersigned Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. " "" In Testimony Whereof, l have hereunto set my hand and the seal oftPe TTE STATES FIDELITY AND GUARANTY COMPANY on this 21s t day of June .19 95. INFORMATION REQUIRED OF BIDDER The Bidder is required to supply the following information. Additional sheets may be attached if necessary. (1) Name IAA - I 11-) S COO 1ST . Go oe_ (2) Address P .o. sbox 5 7.5 R TF.r- PLf - rx ��oSOs (3) Phone Number $1"l1 75 -14c7 b (4) Type of firm: ( ) Individual, ( ) Partnership, ( ) Corporation (5) Corporation organized under the laws of the State of `7 (6) List the names and address of all members of the firm or names and titles of all officers of the corporation: tr-ArA'Novc, P2C 5 T t. SGH v G H- W.1 \\ " v l� (7) Number of years experience 1'l (8) List at least three (3) projects completed as of recent date: Contract Amount /Class of Work /Date Completed /Name and Address of Owner $ 1 .7 t- $ 4 - 1.5 \ 2001 , NSof $ 1 . \t SCy„LeN 4 (9) List the name and address of each subcontractor who will perform work in or about the work or improvements in excess of one- half (1/2) of one percent (1%) of the total bid price and indicate what part of the work will be done by each such subcontractor: Name r'v t- (10) Payment of taxes, in the State of 1 Yes ✓ No Address Work to be Performed (11) If requested by the Owner, the Bidder shall submit a notarized financial statement, financial data or other information and references sufficiently comprehensive to permit an appraisal of his current financial conditions. 41 (r ° US =G ir:tlltll UNITED STATES FIDELITY AND GUARANTY COMPANY TEXAS STATUTORY PERFORMANCE BOND (Penalty of this band must ba 100% of Contract amount) STATE OF TEXAS COUNTY OF BELL Bond Number 72 -0120- 16631 -95 -5 KNOW ALL MEN BY THESE PRESENTS: That ..NAT01.1.9 . gtJS. TRU. OTIQ�r GO.,. ING.. „.P...O...BOX.52SS,..Temple,.xe as. 7.650 (hereinafter called the Principal), as Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized under the laws of the State of Maryland, a Corporate Surety, authorized and admitted to do business in the State of Texas and licensed by the State of Texas to execute bonds as Surety, (hereinafter called the Surety), as Surety, are held and firmly bound unto ..The .gi,cy of Round Rock, 221 Main Street, Round Rock, Texas 78664 (hereinafter called the Obligee), in the penal sum of TWO HUNDRED SIXTY THOUSAND AND NO/ 100 ($ - -- 260,000.00 Dollars for the payment of which sum wet and truly to be made, bind ourselves. our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of , 19 , a copy of which is hereto attached and made a part hereof, for The City of Round Rock Water System Disinfection Upgrade NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in acordance 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 the provisions of Chapter 2253 of the Texas Govemment Code and all liabilities on this bond shalt be determined in accordance with the provisions thereof to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 19 Contract 213 (Texas) (t94) MATOUS CONSTRUCTION CO., INC. (Seal) (Seal) D STATES FIDELITY AND GUARANTY COMPANY � By �' A (Seal) Emi v ' ikeska _ AthawN.vTlact Glenn Richards, Localerding Agent UNITED STATES FIDELITY AND GUARANTY COMPANY KNOW ALL MEN BY THESE PRESENTS: That UNTIED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the Slate of Maryland and having its principal office at the City of Baltimore, in the Slate of Maryland, does hereby constitute and appoint Glenn Richards and Deily Mikeska of the City of Temple , State of Texas,., its uue and lawful Albmey(s)-io•Fact. each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal sod acknowledge any and all bonds, uadertalaogs, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaramteeiog the fidelity of persons; guaranteeing the performance of contracts; • and executing or guaranteeing bonds and uodenakiags required or permitted in any actions or p1 oeedioga allowed by law. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, MY attested by the signatures of its Senior Vice President and Assisroot Secretary, this 12th day of November , A.D. 19 93 FS 3 (10.921 (Signed) (Signed) By STATE OF MARYLAND) BALTIMORE CFTY ) On this 12th day of November A 993. Vi before me pCC ruMykirne Robert J. Lamendola Senior Via Preeidem of the UNITED STATES FIDEL a . COMP Paul D. ims , Assistant Secretary of Company, said Company, with both of acquainted. : - 1 T quaioted, who It me severs duly lVi a o P the said Robert J. Lamendola and Pa 1 a � were a actor ti President sident a and the Aasistaal Secretary of the said UNITED STATES FIDELITY A • NTY COMPA ration described i executed the foregoing Power of Attorney; that they th each knew e seal of said corporation; that t e seal affixed to said Attorney w such seal, that it was so affixed by order of the Board of Directors of said corporation, and that they signed their names thereto fly 0 a Senior Von PN Assistant Secretary, respectively, of the Company. My Commission expires the 11th a o March ' C +4)b 9 9 e*ar Cl n / r Ss: POWER OF ATTORNEY NO. 108012 UNITED STATES FIDELITY AND GUARANTY COMPANY NOTARY PUBLIC Senior Vice President Assistant Secretary Assistant Secretary 699278 This Power of Anomey is granted under my of the following Resolutions adopted by the Board of Directors of the UNITED STATES FIDELITY AND GUARANTY COMPANY oat Sept 4, 1992: RESOLVED. that is connection with the fidelity and sully insurance business of the Company, m1 bonds, undertakings, contracts sod other ioslIvremds relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Atbmey(s }io -Fact purulent to a Power of Attorney issued in accordance with these msolutions. Said Power(s) of Attorney for and on behalf of the Company may and shell be executed in the Dame and on behalf of the Company, either by the Chairman, or the President, or an Executive Vice President, or a Senior Vice President, or a Vice President or an Assistant Via President, jointly with the Secretary or an Asatstam Secretary, under their respective desigearioos. The signature of such officers may be engraved, printed or lithographed The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Altomey(a)•io -Fac1 for purposes oal y of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently revoked and subject to any limitations set forth therein, any such Power of phoney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any ouch power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or uedettaldog to which it is validly attached. RESOLVED, that Anomey(s}io-Fact shall have the power and authority, unless subsequently revoked nod, in any case, subject to the tends and limitations of the Power of Attorney issued to Them, to execute and deliver on behalf of the Company and to attach the seas of the Company to any and all bonds and undertakings, and otherwdliegs obligatory in the nature thereof, and any such instument executed by such Attomey(s)•io -Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. 1, Paul D. Sims . eo Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a me excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full fora and effect I, the undersigned Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. to Testimony Whereof, 1 have hereunto set my band and the seal of STATES FIDELITY AND GUARANTY COMPANY oo this dry of .19 J f UNITED STATES FIDELITY AID GUARANTY COMPANY [1SF +C' I ISIIIII) STATE OF TEXAS COUNTY OF BELL (hereinafter called the Principal), as Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized under the laws of the State of Maryland, a Corporate Surety authorized and admitted to do business in the State of Texas and licensed by the State of Texas to execute bonds as Surety, (hereinafter called the Surety), as Surety, are held and firmly bound unto The City of Round Rock, 221 Main Street, Round Rock, Texas 78664 (hereinafter called the Obligee), in the penal sum of TWO HUNDRED SIXTY TaOUSAND AND N0/100 - -- 260.000.00 our heirs, administrators, executors, successors and assigns. jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written cntract with the Obligee, dated the day of , 19 , a copy of which is hereto attached and made a part hereof, for The City of Round Rock Water System Disinfection Upgrade 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 subcontraGor 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 Chapter 2253 of the Texas Government Code and all liabilities on this bond to all such claimants shall be determined in accordance with the provisions thereof to the same extent as it it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 19 .MATOL'S . oN Oc.TIQN . GO, ,. ?NC Connect 214 (Tries) f 1 .94) TEXAS STATUTORY PAYMENT BOND (Panafy of this bond must be t00X of Contact amount) Bond Number. 72 -0120- 16631 -95 -5 KNOW ALL MEN BY THESE PRESENTS: That MATOUS CONSTRUCTION CO., INC., P. 0. Box 5258, Temple, Texas 76505 ) for the payment of which sum well and truly to be made, we bind ourselves. By Emily, Dollars (Seal) (Seal) D STATES FIDELITY AND GUARAf4T4 COMPANY Glenn Richards, Localding Agent (Seal) Altomay- in•fact UNITED STATES FIDELITY AND GUARANTY COMPANY KNOW ALL MEN BY THESE PRESENTS: That UNI STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland and having its principal office at the City of Baltimore, in the Slate of Maryland, does hereby constitute and appoint Glenn Richards and Emily Mikeska of the City of TeMple , State of Texas 0 m w sod lawful Attorney(s)-in-Fact, each ut their separate capacity if more than one is named above, to sign its name as surety to and to execute, seal and acknowledge my and all bonds, undertakings, contracts and other written iostnm,eoto in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guarmteeing the performance of con/facts; and executing or guaranteeing bonds and uodesrakiogs required or permitted io any actions or proceedings allowed by law. tu Witness Whereof. the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Sector Via President and Assistant Secretary, this 12th day of November , A.D. 1993 . \ \ .......... FS 3 (I0_92) (Signed) By (Signed) By (Signed) POWER OF ATTORNEY NO. 108012 SS: NN. BALTIMORE CITY ) ‘ UNITED STATES FIDELITY AND GUARANTY COMPANY Senior Vice President 'ssi Assistant Secretary STATE OF MARYLAND) On this 12th day of November' A:cr, 993, before me Ix y' JJJ R l le a Ioe \ �obert J. Lamendola Senior Vice President of the UNITED STATES FIDEL ARANTY COMP Paul D. .. ms . Assistant Secretary of mid Company, with both of whom I ly acquainted, who me severally duly swo rthat they. the said Robert J. Lamendola and Pa 1 t' ims were respect r r Vice President and the Amistaot Secrdary of the said UNITED STATES FIDELITY AN NTY COMP described m executed the foregoing Power of Attorney; that they each knew the seal of said commotion; that t e mat affixed to saipp Attorney was such seat. that it was so affixed by order of the Board of Directors of said corporation, and that they signed their names thereto r as Senior Vim P e y d Assistant Secretary, respectively. of the Company. My Commission expires the 11th deyfo r ch 9 95• NOTARY PUBLIC 699279 This Power of Attorney is granted under a a i ry of the following Resolutions adopted by the Board of Directors of the UNTIED STATES TED STAT FIDELITY AND GUARANTY COMPANY on Sept 4, 1992: RESOLVED, thM in connection with the fidelity and study insurance business of the Company, all bonds, undertakings, contracts and other iastni ants relating to mid busiaess may be Biped, executed, and acknowledged by persons or entities appointed as Atmmey(s )-in -Fact pursuant to • Power of Attorney issued in aaordaoca with these resolution. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chaisson, or the President, or an Fxecmive Vice President, or a Senior Vice President, or a Vice President or an Assistant Vice President, jointly with the Secretary or an Amistant Secretary, under their respective designations. The signature of such officers may be engraved, primed or lithographed. The signature of each of the foregoieg officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any cenificate relating thereto appointing Attomey(s ).in -Fact for purposes only of executing and attesting bonds and uodertakings and other writings obligatory in the mime thereof, and, unless subsequently invoked and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company sad any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or uadertekiag to which it is validly attached. RESOLVED, that Attorney(s)-in-Fact shall have the power and authority, unless subaequeotly revoked and, in any case, subject to the tents and limitations of the Power of Alloroey issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Com paay to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such intmment executed by such Attorney(s)-tn -Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. T Paul D. Sims an Assistant Sectetary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is • rote excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this Resolution is w full force and effect. ,,, """ I, the undersigned Assietaut Secretary of the UNITED STATES FIDELITY AND al IN F( COMPANY do hereby amity that the foregoing Power of Attorney is in gull force and effect and bra not been revoked. ( to Testimony Whereof, 1 have hereunto set my hand and the seal of tieyNTIE STATES FIDELT Y AND GUARANTY COMPANY on this day of ,19 '` ' ) Assistant Secretary THE STATE OF TEXAS § COUNTY OF WILLji r1 C/6 § AGREEMENT Ak THIS AGREEMENT, made and entered into this / D day of ROCK, acting through its Agent thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and MA 7O1IS C'aJST,eae T /G/U (1) J i � , of the City of 7 , County of /5E/1. , and State of , A.D., 1995, by and between THE CITY OF ROUND Texas, Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (OWNER), and under the condition expressed in the bond bearing even date herewith, the Party of the Second Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: THE CITY OF ROUND ROCK WATER SYSTEM DISINFECTION UPGRADE further described as the work covered by these Specifications consists of furnishing all the materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and price stated in the Proposal attached herein, and in accordance with the Notice to Contractors, Instructions to Bidders, General Conditions of the Agreement, Special Conditions of the Agreement, Technical Specifications, Plans and other drawings and printed or written explanatory matter thereof, and the Specifications and addenda therefore, as prepared by BLACKWELL, LACKEY, & ASSOCIATES, INC., 3801 South First Street, Austin, Texas 78704, herein entitled to ENGINEER, each of which has been identified by the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the Performance and Payment Bonds hereof and collectively evidence and constitute the entire Contract. The CONTRACTOR hereby agrees to commence work within seven(7) calendar days after the date written notice to do so shall have been given to him, and to complete the same within IPin calendar days after the date of the written Notice to Proceed, subject to such extensions of time as are provided by General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this Contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the paries of these presents have executed this Agreement in the year and day first above written. el7y CF Woo vo ,& C 6 PAR F THE FIRST PART (0 BY: /el (The following to be executed if the Contractor is a corporation.) I, t�QCT� A 1��2A2� , certify that I am the Secretary of the corporation named as Contractor herein; that P ∎NLk'TV S , who signed this Contract on behalf of the Corporation was then P12E (official titl of said Corporation, that said Contract was duly signed for and on behalf of said Corporation, that said Corporation by authority of its governing body, is within the scope of its corporate powers. (Corporate Seal) t■AATiou S Gort9nr-UcrLD-1 Go. PARTY O THE E SECOND PART (CONTRACTOR) Ai 1'EST: G' c �c�s. Signed: «a, c r J 1 CL ck 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE STATE OF TEXAS COUNTY OF PERFORMANCE BOND § KNOW ALL MEN BY THESE PRESENTS, THAT , of the City of , County of , and State of , as PRINCIPAL, and authorized under the laws of the State of Texas to act as SURETY on bonds for PRINCIPALS, are held and firmly bound unto THE CITY OF ROUND ROCK (OWNER), in the penal sum of Dollars ($ ) for the payment whereof, the said PRINCIPAL and SURETY bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the PRINCIPAL has entered into a certain Contract with the OWNER dated the day of , 1995, to which Contract is hereby referred to and made a part hereof a fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the said PRINCIPAL shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Contract agreed and covenanted by the PRINCIPAL to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED HOWEVER, that this 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 the said Articles 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, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Specifications or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration of addition to the terms of the Contract, or to the work to be performed hereunder. IN WITNESS WHEREOF, the said PRINCIPAL and SURETY have signed sand sealed this instrument this day of , 1995. PRINCIPAL SURETY BY: BY: TITLE: TITLE: ADDRESS: ADDRESS: THE NAME AND ADDRESS OF THE RESIDENT AGENT OF SURETY IS: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PAYMENT BOND THE STATE OF TEXAS § COUNTY OF § KNOW ALL MEN BY THESE PRESENTS, THAT ,of the City of , County of and State of , as PRINCIPAL, and , authorized under the 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 (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 present: WHEREAS, the PRINCIPAL has entered into a certain written Contract with the OWNER, dated the day of 1995, to which contract is her by referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the said PRINCIPAL shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of work provided for in said Contract, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of TEXAS as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. SURETY, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work performed thereunder, or the Plans, Specifications or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 of any such change, extension of time, alteration or addition to the term 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 1995. PRINCIPAL SURETY BY: BY: TITLE: TITLE: ADDRESS: ADDRESS: THE NAME AND ADDRESS OF THE RESIDENT AGENT OF SURETY IS: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE STATE OF TEXAS § COUNTY OF § MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE as PRINCIPAL and , a Corporation organized under the laws of the State of , as SURETY, are held and firmly bound unto THE CITY OF ROUND ROCK (OBLIGEE), in the penal sum of Dollars ($ ), to which payment will and truly to be made we do bind ourselves, our and each of our heirs, executors, administrators, successors assigns jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has constructed the THE CITY OF ROUND ROCK - WATER SYSTEM DISINFECTION UPGRADE; WHEREAS, said OBLIGEE requires that the PRINCIPAL furnish a bond conditioned to guarantee for the period of one year after approval by the Owner /Engineer against all defects in workmanship and materials which may become apparent during said period; NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the PRINCIPAL shall indemnify the OBLIGEE for all loss that the OBLIGEE may sustain by reason of any defective materials or workmanship which become apparent during the period of one year from and after date of acceptance by the OWNER, then this obligation shall be void, otherwise to remain in full force and effect. ACOI I1. CERTIFICATE OF PRODUCER RICHARDS INS. AGENCY P. 0. BOX 3623 TEMPLE TX 76505 INSURANCE MF 006(15 ISS UE DATE M M/OD n 08/03/95 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 TX WORKERS COMP FUND LETTER COMPANY B WESTERN ALLIANCE LETTER INSURED AATOUS CONSTRUCTION COMPANY, INC P.O. BOX 5258 TEMPLE, TX 76505 COMPANY c PROVIDENCE WASHINGTON LETTER COMPANY D LETTER COMPANY LETTER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS EEXCLUSIONS MAY OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN MAY BY CLAIMSEIN IS SUBJE TO ALL THE TERMS, Ti. TYPE OF INSURANCE POUCY NUMBER POUCY EFFECTIVE DATE (MM /DDM1 POLICY EXPIRATION DATE (MM/DD/V' LIMITS B GENERALIJABIIITY x OMMERCIAL GENERAL LABILITY TCX081768801 01/12/95 11/12/96 G ENERAL AGGREGATE S 2,000.00q $ 2, 000 00 q S 1,000,000 PRODUCTS— COMP/OP AGG. LAIMB MADE 1 X 'OCCUR. PERSONAL a ADV. INJURY EACH OCCURRENCE S 1,000,00C ER'S & CONTRACTOR'S TROT, FIRE DAMAGE Any one fire) S 50,00C MED.EXP. (Any one person) S 5,000 AUTOMOBILE X X X X X UABIUTY ANV AUTO ALL OWNED AUTOS SCHEDULED AUTOS TAX 3 8 8 7 7 7 01/12/95 41/12/96 C OMBINED SINGLE LIMB S 1,000,00C BODILY INJURY (Perpereon) S HIRED AUTOS NON —OWNED AUTOS GARAGE UABILffY BODILY INJURY Per ecciden S f PROPERTY DAMAGE B EXCESS y u— LIABILITY R ,�� OTHER THAN UMBRELLA FORM CU486835 01/12/95 11/12/96 EACH OCCURRENCE f 1,000,000 AGGREGATE S 1,000,000 WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY TSF11974202 08/10/95 18/10/96 ISTATUTORYUMrrS S 100,00C EACH ACCIDENT DISEASE —POLICY UMR $ 500,000 DISEASE —EACH EMPLOYEE IS 100.00 OTNER **30 -day cancellation written notice to: City .f City •-cretary 221 E Round Round Rock /Jcanne Main Street rock. TX 78664 Land DESCRIPTOR OF OPERATONSADCATIONSNEHICLES /SPECIAL ITEMS RE: THE CITY OF ROUND ROCK WATER SYSTEM DISINFECTION UPGRADE — $260,000. ** 30 —DAY CANCELLATION WRITTEN NOTICE ENDORSEMENTS ATTACHED TO POLICY. ** CERTIFICATEHOLDER ADDED AS ADDITIONAL INSURED ON POLICIES.(EXCL WORK COMP•) CERTIFICATE HOLDER THE CITY OF ROUND ROCK 221 EAST MAIN STREET ROUND ROCK, TX 78664 ACORD 75480100) CANCELLATION . . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL INNEXRXRDX MAIL ___IODAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE a. LEFT 'F , I :n:c,Aa:r ; Y.D74:YO''.➢:3,,agA* ∎rra:a'rt:va:r:r.' :,)E'o■ :04:1,;. 1'I 1vir.d'e':i7 i l;' ;V1.4- qVL.'. (.1 AUTHORIZED REP RICHARDS INSURANCE AGENCY WACORDCCRPOMTlQ1t19sf13 ACOI:IIa ' INSURANCE BINDER THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO _ O 9T��"3"T 9 D5"") THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. COMPANY BINDER* Providence Washington PRODUCER PHONE 817 -778 -1607 SAIC EXtJ: __ Richards Insurance Agency P. O. Box 3623 Temple, Tx 76505 ACTUAL CASH VALUE 5 DATE EFFECTIVE TIME DATE %PIRATION TIME ___I X AM X 12;01 AM 07/25/95 12:01 PM 08/25/95 NOON THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY PER EXPIRING POUCY A: CODE: SUB CODE: EACH OCCURRENCE AGENCY CUSTOMER ID : AGGREGATE $ DESCRIPTION OF OPERATIONSNEHICLESIPROPERTY (Including Location) Contractor: Matous Construction Co., Inc. I Project: Water1SystemRDisinfection Upgrade - $260,000. 1 INB DR 'lne City of Round Rock and Blackwell, Lackey & Associates, Inc. its agents and employees 221 Main Street Round Rock, Tx 78664 WORKERS COMPENSATION AND EMPLOYER'S UABIUTY COVERAGES PROPERTY TYPE AND LOCATION OF PROPERTY COVERAGE/PERILS/FORMS LIMITS _ AMOUNT DEDUCTIBLE COINS % ■ $ DISEASE - POUCY LIMIT ' $ LIABILITY COVERAGE/FORMS EACH OCCURRENCE AGGREGATE L PREMISES/OPERATIONS PROPERTY DAMAGE $ $_ PRODUCTS/COMPLETED OPERATIONS $I 8 PD COMBINED $ _ 1,000,000 S 2,000,000 CONTRACTUAL PER PERSON 5 '_— _..__... MEDICAL PAYMENTS -- - - - -- - _ X OTHER: __ Owners _ &_Contractors'_Protective _ __ PER ACCIDENT S_ MEDICAL PAYMENTS PERSONAL INJURY PERSONAL INJURY FORM: A B C S AUTOMOBILE UABIUTY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON .OWNED AUTOS GARAGE LIABILITY COMBINED SINGLE LIMIT $ BODILY INJURY (Par person) $ BODILY INURV (Per accident) $ PROPERTY DAMAGE $ MEDICAL PAYMENTS $ PERSONAL INJURY PROT $ UNINSURED MOTORIST 5 $ AUTO PHYSICAL DAMAGE DEDUCTIBLE COLLISION: ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE 5 STATED AMOUNT _ OTHER THAN COL: OTHER EXCESS UABIUTY ' UMBRELLA FORM OTHER THAN UMBRELLA FORM EACH OCCURRENCE $ AGGREGATE $ SELF- INSURED RETENTION $ WORKERS COMPENSATION AND EMPLOYER'S UABIUTY STATUTORY LIMITS EACH ACCIDENT ■ $ DISEASE - POUCY LIMIT ' $ DISEASE • EACH EMPLOYEE 5 SPECIAL CONDITIONS! OTHER COVERAGES NAME & ADDRESS ACORD 75-N (12193) _ MORTGAGEE LOSS PAYEE ADDITIONAL INSURED LOAN I A U RFBSE 'RS11Y€ANCE AGENCY Richards Insurance Agency NOTE: IMPORTANT STATE INFORMATION ON REVERSE SIDE ' 0 ACORD CORPO RATION 1993 L PREMISES/OPERATIONS PROPERTY DAMAGE $ $_ PRODUCTS/COMPLETED OPERATIONS $I 8 PD COMBINED $ _ 1,000,000 S 2,000,000 CONTRACTUAL PER PERSON 5 '_— _..__... MEDICAL PAYMENTS -- - - - -- - _ X OTHER: __ Owners _ &_Contractors'_Protective _ __ PER ACCIDENT S_ MEDICAL PAYMENTS PERSONAL INJURY PERSONAL INJURY FORM: A B C S AUTOMOBILE UABIUTY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON .OWNED AUTOS GARAGE LIABILITY COMBINED SINGLE LIMIT $ BODILY INJURY (Par person) $ BODILY INURV (Per accident) $ PROPERTY DAMAGE $ MEDICAL PAYMENTS $ PERSONAL INJURY PROT $ UNINSURED MOTORIST 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 IN WITNESS WHEREOF, the said Principal and SURETY have signed and sealed this instrument this day of THE NAME AND ADDRESS OF THE RESIDENT AGENT OF SURETY IS: , 1995. PRINCIPAL SURETY BY: BY: TITLE: TITLE: ADDRESS: ADDRESS: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TYPE OF INSURANCE Worker's Compensation Comprehensive General Liability Includes Contractual Liability Covers Independent Contractors Owner's Protective Comprehensive Automobile Liability Owned Vehicles Hired Vehicles POLICY NO. CERTIFICATE OF INSURANCE To: The City of Round Rock Date: Round Rock City Hall Project: Water System Disinfection 221 Main Street Upgrade Round Rock, Texas 78664 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 policies are noted on the reverse side hereof. EFFECTIVE EXPIRATION DATE DATE LIMITS OF LIABILITY Statutory, State of Texas, $ Employer's Liability Bodily Injury $ each person $ each person Property Damage $ each accident $ aggregate Bodily Injury $ each $ each person person Property Damage $ each accident $ aggregate Bodily Injury $ each person $ each person Property Damage $ each accident 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Non -owned Vehicles Contractual Liability 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. (Name of Insurer) By: Title: Address: GENERAL COND I T IONS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. DEFINITIONS GENERAL CONDITIONS OF THE AGREEMENT CONTENTS 2. GENERAL PROVISIONS 3 2.01 Engineer's Status and Authority 3 2.02 Right of Engineer to Modify Methods and Equipment 3 2.03 Changes and Alterations 3 2.04 Damages 4 2.05 Losses from Natural Causes 4 2.06 Laws and Ordinances 4 2.07 Licenses, Permits, and Certificates 4 2.08 Royalties and Patents 5 2.09 Keeping of Plans and Specifications Accessible 5 2.10 Discrepancies and Omissions 5 2.11 Contractor's Understanding 5 2.12 Extra Work 5 2.13 Payment for Extra Work 6 2.14 Assignment and Subletting 7 2.15 Subcontractors 7 2.16 Owner's Status 7 2.17 Completed Portions of Work 7 2.18 Materials 8 2.19 Receiving and Storage of Materials 8 2.20 "Or Equal" Clause 8 2.21 Completed Work 8 2.22 Materials Furnished by the Owner 8 2.23 Protection of Property 8 2.24 Shelters for Workmen and Materials 9 2.25 Sanitary Facilities 9 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 9 3.01 Labor, Equipment, Materials and Construction Plant 9 3.02 Performance and Payment Bonds 9 3.03 Contractor's Ability to Perform 10 3.04 Superintendence and Inspection 10 3.05 Character of Employees 10 3.06 Contractor's Duty to Protect Persons and Property 11 3.07 Safety Codes 11 3.08 Barricades 11 3.09 Minimum Wages 11 3.10 Unsuitable Work or Materials 12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3.11 No Waiver of Contractor's Obligation 12 3:12 Site Clean Up 12 3.13 Guarantee 13 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 13 4.01 Lines and Grades 13 4.02 Right of Entry 13 4.03 Owner's Inspectors 14 4.04 Collateral Work 14 4.05 Right -of -Way 14 4.06 Adequacy of Design 14 5. SCHEDULING AND PROGRESS OF WORK 14 5.01 Order and Prosecution of the Work 14 5.02 Rate of Progress 15 5.03 Sunday, Holiday, and Night Work 15 5.04 Hindrances and Delays 15 5.05 Extensions of Time 16 5.06 Liquidated Damages for Failure to Complete on Time 16 6. INDEMNITY 17 6.01 Contractor's Indemnity Provision 17 6.02 Workmen's Compensation Insurance 17 6.03 Comprehensive General Liability Insurance 17 6.04 Owners Protective Insurance 18 6.05 Comprehensive Automobile Liability Insurance 18 6.06 Insurance Certificate 18 7. TERMINATION OF CONTRACT 19 7.01 Right of Owner to Terminate 19 7.02 Right of Contractor to Terminate 19 7.03 Removal of Equipment 19 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 19 8.01 Notification of Contractor 19 8.02 Retention of Contractor's Equipment and Materials by Owner 20 8.03 Methods of Completing the Work 20 8.04 Final Acceptance 21 8.05 Disposition of Contractor's Equipment 21 9. MEASUREMENT AND PAYMENT 2 9.01 Character of Measurements 22 9.02 Estimated vs. Actual Quantities 22 9.03 Payment 22 9.04 Monthly Estimates and Payments 23 9.05 Certificates of Completion 23 9.06 Final Estimate and Payment 23 9.07 Notarized Affidavit 24 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9.08 Release of Liability 24 9.09 Contractor's Obligation 24 9.10 Payments Withheld 2 1. DEFINITIONS GENERAL CONDITIONS OF THE AGREEMENT 1.01 Calendar Day. A calendar day shall be the 24 hour period from one midnight to the next consecutive midnight. 1.02 Contract Documents. The Contract Documents shall consist of the Notice to Contractors; the Instructions to Bidders; the Proposal and Bidding Sheets; the executed Agreement; the Performance and Payment Bonds; the General Conditions of the Agreement; the Special Conditions of the Agreement; the Specifications; the Plans; the Standard Drawings; Addenda; and duly authorized Change Orders. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance and Payment Bonds, Addenda, Proposal, Special Conditions of the Agreement, Notice to Contractors, Specifications, Plans, and General Conditions of the Agreement. 1.03 Contractor. "Contractor" shall mean the business organization or individual named and designated in the Contract Agreement as the "Patty 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 BLACKWELL, LACKEY & ASSOCIATES, INC. or such other Engineer, supervisor, or inspector who has been designated, appointed, or otherwise employed or delegated by the OWNER for this work, or their duly authorized agents, such agents acting within the scope of the particular duties entrusted to them in each case. 1.05 Extra Work. The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Engineer or OWNER to be done by the Contractor to accomplish any change, alteration, or addition to the work shown on the Plans, or reasonably implied by the Specifications, and not covered by the Contractor's Proposal, except as provided under "Changes and Alterations," herein. 1.06 OWNER. "OWNER" shall mean THE CITY OF ROUND ROCK, named and designated in the Agreement as the "Party of the First Part" acting through its duly authorized officers and agents. 1.07 Plans. "Plans" shall mean and include (a) all drawings prepared by the OWNER as a basis for proposal, (b) all supplementary drawings furnished by the Engineer as and when required to clarify the intent and meaning of the drawings submitted by the OWNER to the Contractor, and (c) drawings submitted by the Contractor to the OWNER when and as approved by the Engineer. 1.08 Specifications. "Specifications" shall mean (a) all written descriptions, methods and instructions prepared by the OWNER as a basis for proposals, (b) all supplementary written material furnished by the Engineer as and when required to clarify the intent or meaning of all written descriptions, methods and instructions submitted by the OWNER to the Contractors, and (c) written descriptions submitted by the Contractor to the OWNER when and as approved by the Engineer. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 or individual having a direct contract with the Contractor for (a) performing a portion of the Contract work, or (b) furnishing material worked to a special design according to the Contract plans or specifications; it does not, however, include one who merely furnishes material not so worked. 1.10 Substantially Completed. The term "substantially completed" shall mean that the structure or facility has been made suitable for use and is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustments. 1.11 Work. "Work" shall mean the work to be done and the equipment, supplies. material, and services to be furnished under the Contract unless some other meaning is indicated by the context. 1.12 Working Day. A "working day" is defined as any day not including Sundays or legal holidays, in which weather or other conditions. not under the control of the Contractor, will permit construction of the principal units of the work for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. 1.13 Written Notice. "Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by certified or registered mail to the last business address known to him who gives the notice. 2. GENERAL PROVISIONS 2.01 Engineer's Status and Authority. It is mutually agreed by and between the parties to this Contract that the Engineer shall have general supervision and direction of the work included herein. In order to prevent delays and disputes and to discourage litigation it is further agreed by and between the parties of this Contract that the Engineer shall in all cases determine the amounts and quantities of the several kinds of work which are to be paid for under the Contract; that he shall determine all questions in relation to said work and the construction thereof, that he shall in all cases decide every question which may arise relative to the execution of the Contract on the part of the Contractor; that his decisions and findings shall be the conditions precedent to the right of the parties hereto to arbitration or to any action on the Contract and to the rights of the Contractor to receive any money under this Contract; provided, however, that should the Engineer render any decision or give any direction which in the opinion of either party hereto is not in accordance with the meaning and intent of this Contract, either party may file with the Engineer within 30 days a written objection to the decision or direction so rendered. It is the intent of this Agreement that there shall be no delay in the execution of the work, and the decision or directions of the Engineer as rendered shall be promptly carried out. 2.02 Right of Engineer to Modify Methods and Equipment. If at any time the methods or equipment used by the Contractor are found to be unsafe or inadequate to secure the quality of the work or the rate of progress required under this Contract, the Engineer may direct the Contractor in writing to increase their safety or improve their character and efficiency and to cease operations under this Contract until such direction is complied with. No claims shall be made against the OWNER for damages caused by any delay resulting from such order. 2.03 Changes and Alterations. The Contractor agrees that the OWNER, through the Engineer, may make such changes and alterations as the OWNER may see fit in the line, grade, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 form. dimensions. plans, or materials for the work herein contemplated or any part thereof either before or after the beginning of the construction without affecting the validity of this Contract and the accompanying bonds. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with. If they increase the amount of work and the increased work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price established for such work under this Contract; otherwise such work shall be paid for as provided under Section 2.12 "Extra Work." In the event the OWNER shall make such changes or alterations which will make useless any work already done or material already furnished or used in said work. then the OWNER shall compensate the Contractor for any materials or labor so used, for any actual loss occasioned by such change, and for the actual expenses incurred in preparation for the work as originally planned. 2.04 Damages. The right of general supervision by the OWNER shall not make the Contractor an agent of the OWNER. and the liability of the Contractor for all damages to persons. firms, and corporations arising from the Contractor's execution of the work shall not be lessened because of such general supervision. The Contractor is an independent contractor in regard to work under this Contract, and as such is solely liable for all damages to any persons. firms, corporations. or their property as a result of the prosecution of the work. 2.05 Losses from Natural Causes. All loss or damage arising out of the nature of the work to be done or from the action of the elements or from any unforeseen circumstances in the prosecution of the work or from unusual obstructions or difficulties which may be encountered in the prosecution of the work shall be sustained and borne by the Contractor at his own cost and expense. 2.06 Laws and Ordinances. The Contractor shall at all times observe and comply with all Federal, State, and local laws, ordinances, rules and regulations which in any manner affect the Contract or the work and shall 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 Licenses. Permits and Certificates. Except as hereinafter stipulated, all licenses. permits, certificates, etc. required for and in connection with the work to be performed under the provisions of these Contract Documents shall be secured by the Contractor at his own expense. In the event a building permit is required, such permit will be obtained by the OWNER at no cost to the Contractor. 2.08 Royalties and Patents. The Contractor shall protect and save harmless the OWNER from all and every demand for damages, royalties, or fees on any patented invention used by him in connection with the work done or material furnished under this Contract; provided, however, that if any patented material. machinery, application, 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 three (3) sets of executed Plans and Specifications without expense to him, and the Contractor shall keep one (1) copy of the same constantly accessible on the work, with the latest revisions noted thereon. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2.10 Discrepancies and Omissions. It is further agreed that it is the intent of this Contract that all work must be done and all material must be furnished in accordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents. the priority of interpretation defined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the Contract, Specifications or Drawings, the Engineer shall define which is intended to apply to the work. 2.11 Contractor's Understanding. It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work. the general and local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer, agent. or employee of the OWNER, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. 2.12 Extra Work. The term "extra work" as used in this Contract shall be understood to mean and include all work that may be required by the OWNER through the Engineer to be done by the Contractor to accomplish any change, alteration. or addition to the work shown by the Plans or reasonably implied by the Specifications and not covered by the Contractor's Proposal, except as provided in Section 2.03 - "Changes and Alterations." It is agreed that the Contractor shall perform all extra work under the direction of the Engineer when presented with a written Change Order signed by the OWNER. No claim for extra work of any kind will be allowed unless ordered in writing by the OWNER. In case any orders or instructions, either oral or written, appear to the Contractor to involve extra work for which he should receive compensation, he shall make a written request to the OWNER for a written Change Order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or concerning the payment therefor and the OWNER insists upon its performance, the Contractor shall proceed with the work after making a written request for a written Change Order and shall keep an accurate account of the "actual field cost" thereof as provided under Method "C' below. 2.13 Payment for Extra Work. It is agreed that the compensation to be paid the Contractor for performing extra work shall be determined by one or more of the following methods: Method "A" - By agreed unit prices; Method "B" - By agreed lump sum: or Method "C" - If neither Method "A" or Method "B" can be agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work plus 15%. Where extra work is performed under Method "C ", the term "actual field cost" of such extra work is hereby defined to be and shall include: (a) the payroll cost for all workmen, such as foreman, mechanics, craftsmen, and laborers; (b) the cost of all materials and supplies not furnished by the OWNER; (c) rental for all power- driven equipment at agreed -upon rates for the time actually employed or used in the performance of the extra work; (d) transportation charges necessarily incurred in connection with any equipment authorized by the Engineer for use on said extra work and which is not already on the job; (e) all power, fuel, lubricants, water, and similar operating expenses; (f) all incidental expenses incurred as a direct result of such extra work including sales or use taxes on materials, payroll taxes, and the additional premiums for construction bonds. workmen's compensation, public liability and property damage. and other insurance required by the Contract where the premiums therefor are based on payroll and material costs. The Engineer may direct the form in which accounts of the "actual field costs" shall be kept and may also specify in writing before the work commences the method of doing the work and the type and kind of machinery and equipment to be used; otherwise these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be incorporated in the written extra work Change Order. The 15% of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit. overhead, and general superintendence. 2.14 Assignment and Subletting. The Contractor shall not assign or sublet the work or any part thereof without the previous written consent of the OWNER, nor shall he assign. by power of attorney or otherwise, any of the money payable under this Contract unless by and with the consent of the OWNER to be signified in like manner. If the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the Contractor shall be subject to all prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the work called for in this Contract. 2.15 Subcontractors. The Contractor shall be as fully responsible to the OWNER for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Should any subcontractor fail to perform the work undertaken by him in a satisfactory manner, his subcontract shall be immediately terminated by the Contractor upon written notice from the OWNER. 2.16 OWNER's Status. Nothing contained in this Contract shall create any contractual relation between any subcontractor and the OWNER. 2.17 Completed Portions of Work. The OWNER shall have the right to take possession of and to use any completed or partially completed portions of the work prior to completion of the entire work, but such use shall not constitute an acceptance of any of the work not completed in accordance with the Contract Documents. If the Engineer determines that taking possession of and using partially completed work substantially increases the cost of or delays construction. the Contractor shall be entitled to extra compensation or extension of time or both as determined by the Engineer. 2.18 Materials. All materials furnished by the Contractor shall be as required by the Plans and Specifications or as otherwise stipulated. The Contractor shall not start delivery of materials which he is to furnish until the Engineer has approved the source of supply of such materials. 2.19 Receiving and Storage of Materials. The Contractor shall make arrangements for receiving and storing materials. The OWNER will not sign for or receive shipments of materials consigned to the Contractor. The OWNER will not furnish storage space for materials except where the written permission of the Engineer is given. 2.20 "Or Equal" Clause. Whenever a material, product, or article is specified or shown on the Plans by using the name of the proprietary product or of a particular manufacturer or vendor and is followed by the term "or equal," the Contractor may submit a written request to the Engineer requesting approval of the use of a material, product, or article he feels is truly equal to the one specified. The Engineer will evaluate the request to determine if the material, product, or article is of equal substance and function and if it will perform identically the duties imposed by the general design. Written approval of an "or equal" material, product. or article must he obtained from the Engineer before it may be incorporated into the work as a substitute for that specified in the Contract Documents. 2.21 Completed Work. The Contractor shall maintain continuous adequate safeguards to protect all completed work from damage, loss, or the intrusion of foreign elements. 2.22 Materials Furnished by the OWNER. The Contractor shall assume responsibility for and safeguard against Toss or injury, any and all materials supplied by the OWNER. This provision shall extend to the taking of all necessary sanitary precautions to avoid contamination of such materials that must be maintained and incorporated into the work in a sanitary condition. 2.23 Protection of Property. The Contractor shall give reasonable notice to the OWNER or OWNERs of public or privatc 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 he entitled to any damages or extra pay as a result of any postponement. interference, or delay caused by any such structures and facilities being on the line of the work whether they are shown on the Plans or not. 2.24 Shelters for Workmen and Materials. The building or structures for housing men or the erection of tents or other forms of protection for workmen or materials will be permitted only as the Engineer shall authorize or direct. The sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to the Engineer. 2.25 Sanitary Facilities. Necessary sanitary toilet facilities for the use of all employees on the work shall be of a type complying with State and local sanitary regulations and shall be properly secluded from public observation. These facilities shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Engineer. Their use shall be strictly enforced. 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 3.01 Labor. Equipment, Materials and Construction Plant. The Contractor shall provide all labor, tools, equipment, machinery, supplies, and materials necessary for the prosecution and completion of this Contract where it is not specifically provided that the OWNER shall furnish them. The OWNER shall not be held responsible for the care, preservation, conservation, or protection of any material, tools, or machinery on any part of the work until it is finally completed and accepted. The Contractor shall maintain on the job at all times sufficient labor, material, and equipment to adequately prosecute the work. 3.02 Performance and Payment Bonds. It is further agreed by the Parties to this Contract that the Contractor will execute separate performance and payment bonds, each in the sum of 100% of the total Contract price in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Contract. It is agreed that the Contract shall not he in effect until such performance and payment bonds are furnished and approved by the OWNER. The cost of the premium for the performance and payment bonds shall be included in the price hid by the Contractor for the work under this Contract, and no extra payment for such bonds will be made by the OWNER. The surety company or companies underwriting the performance and payment bonds shall be acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States, shall be duly authorized to act under the laws of the State of Texas as SURETY, and shall be approved by the OWNER. 3.03 Contractor's Ability to Perform. Upon receipt by the OWENR 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 he 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 Superintendence and Inspection. The Contractor shall give personal attention to the faithful prosecution and completion of the Contract and shall keep a competent superintendent and any necessary assistants, all of whom are satisfactory to the Engineer, on the work continuously during its progress. The superintendent shall represent the Contractor in his absence, and all directions given to him by the OWNER's representative shall be as binding as if given to the Contractor. In the event that the Contractor and the superintendent are both absent from the site of the work for prolonged periods of time, the Engineer may order any or all work under this Contract to be stopped until the Contractor provides continuous and proper supervision of the work. Such stoppage shall not constitute a basis for any claim against the OWNER for damages caused by delay for such work stoppages. 3.05 Character of Employees. The Contractor agrees to employ only orderly, competent, and skillful persons to do the work, and whenever the Engineer shall inform him that the work being accomplished is of substandard character by reason of carelessness, incompetence, or inexperience on the part of the workers the installation of such work shall be immediately suspended and shall not be resumed until the Engineer is satisfied that the conditions causing such faulty work have been corrected. 3.06 Contractor's Duty to Protect Persons and Property. In the performance of this Contract, the Contractor shall protect the public and the OWNER fully by taking reasonable precaution to safeguard persons from death or bodily injury and to safeguard property of any nature whatsoever from damage. Where any dangerous condition or nuisance exists in and around construction sites, equipment and supply storage areas. and other areas in anyway connected with the performance of this Contract, the Contractor shall not create excavations, obstructions, or any dangerous condition or nuisance of any nature whatsoever in connection with the performance of this Contract unless necessary to its performance, and in that event the Contractor shall provide and maintain at all times reasonable means of warning of any danger or nuisance created. The duties of the Contractor in this paragraph shall be nondelegable, and the Contractor's compliance with the specific recommendations and requirements of the OWNER as to the means of warning shall not excuse the Contractor from the faithful performance of these duties should such recommendations and requirements not be adequate or reasonable under the circumstances. 3.07 Safety Codes. The Contractor shall comply with all applicable provisions of any 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Federal. State, and Municipal safety laws and building and construction codes. All machinery. equipment, and other physical hazards shall he 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 Waees. All employees directly employed on the work shall be paid not less than the established prevailing wage scale for work of a similar character in this locality. The Contractor shall pay not less than the general prevailing wages as established by the U.S. Department of Labor and shall keep accurate wages records accessible in accordance with Article 5159 of the Revised Civil Statutes of Texas. 3.10 Unsuitable Work or Materials. It is understood and agreed that if the work or any part thereof or any material furnished by the Contractor for use in the work or selected for the same shall be deemed by the Engineer as unsuitable or not in conformity with the specifications, the Contractor shall, after receipt of written notice thereof from the Contracting Officer. forthwith remove such material and replace, rebuild, or otherwise remedy such work so that it shall be in full accordance with this Contract. Should the Contractor fail to initiate compliance with the above provision within 72 hours or should he fail to properly prosecute and complete correction of such faulty work, the Engineer may direct that the work be done by others and that the cost of the work be deducted from monies due the Contractor. 3.11 No Waiver of Contractors Obligations. The Engineer, supervisor, or inspector shall have no power to waive the obligations of this Contract for the furnishing by the Contractor of good material and of his performing good work as herein described and in full accordance with the plans and specifications. No failure or omission of the Engineer, supervisor, or inspector to condemn any defective work or material shall release the Contractor from the obligation to at once tear out, remove, and properly replace the same at any time prior to final acceptance upon the discovery of said defective work of material; provided, however that the Engineer, supervisor, or inspector shall upon request of the Contractor inspect and accept or reject any material furnished. and once the material has been accepted by the Engineer, supervisor, or inspector such acceptance shall be binding on the OWNER unless it can be clearly shown that such material furnished was not as represented and does not meet the specifications for the work. Any questioned work may be ordered taken up or removed for re- examination by the Engineer prior to final acceptance, and if found not in accordance with the specifications for said work. all expense of removing, re- examination, and replacement shall be borne by the Contractor; otherwise the expense thus incurred shall be allowed as "Extra Work" and shall be paid for by the OWNER, 3.12 Site Clean Up. The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the site in a neat and orderly condition throughout the construction period. The Engineer shall have the right to determine what is waste material or rubbish and the manner and place of disposal. On or before the completion of the work the Contractor shall, without charge therefor, carefully clean out all pits, pipes, chambers, or conduits, shall tear down and remove all temporary structures built by him. shall remove all rubbish of every kind from the tracts or grounds which he has occupied, and shall leave them in a condition satisfactory to the Engineer. 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 judgment of the OWNER shall become necessary during such period. If within 10 days after the mailing of a notice in writing to the Contractor or his agent the said Contractor shall neglect to make or to undertake with due diligence the aforesaid repairs, the OWNER is hereby authorized to make such repairs at the Contractor's expense; provided, however, that in case of an emergency where, in the judgment of the OWNER, delay would cause serious loss or damage, repairs may be made without notice being sent to the Contractor, and the Contractor shall pay the cost thereof. 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 4.1 Lines and Grades. All necessary lines and grades shall be furnished by the Engineer. Whenever necessary, work shall be suspended to permit performance of this work. but such suspension will be as brief as practicable. and the Contractor shall be allowed no extra compensation therefor. The Contractor shall give the Engineer ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc. shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him or his employees such stakes, marks, etc. shall be replaced by the Engineer at the Contractor's expense. 4.2 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 or for the purpose of constructing or installing such collateral work as the OWNER may desire. 4.3 OWNER's Inspectors. It is agreed by the Contractor that the OWNER shall appoint such Engineer, supervisors, or inspectors as the said OWNER may deem necessary to inspect the material furnished and the work done under this Contract, to see that the said material is furnished, and to see that said work is done in accordance with the plans and specifications therefor. The Contractor shall furnish all reasonable aid and assistance required by the Engineer, supervisors, or inspectors for the proper inspection and examination of the work and all parts thereof. The Contractor shall regard and comply with the directions and instructions of the Engineer, supervisors, or inspectors so appointed when such directions and instructions are consistent with the obligations of this Contract. 4.04 Collateral Work. The OWNER reserves the right to provide all labor and material essential to the completion of work that is not included in this Contract either by a separate contract or otherwise. Any collateral work shall be prosecuted in such a manner that it will not damage the Contractor nor delay the progress of the work being accomplished under this Contract. The respective rights of and operations of the various interests involved shall be established and coordinated by the Engineer. 4.05 Right -of -Way. Easements across private property and lands needed for construction under this Contract will be provided by the OWNER. 4.06 Adequacy of Design. It is agreed that the OWNER shall be responsible for the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and practicability of the operations of the completed project; provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the OWNER. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents. approved modifications thereof and all approved additions and alterations thereto. 5. SCHEDULING AND PROGRESS 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 conducive to economy of construction; provided however, that the order and time of prosecution shall be such that the work shall be completed as a whole or in part in accordance with this Contract within the time of completion hereafter designated; provided also that the Engineer may direct the time and manner of constructing any part or parts of the work when in his opinion such should be given priority to lessen the probability of danger to the public or to anticipate seasonal hazards from the elements or to coordinate with other work being done for or by the OWNER. 5.02 Rate of Progress. The Contractor shall give the Engineer full information in advance as to his plans for carrying on any part of the work. If at any time prior to the start or during the progress of the work any part of the Contractor's plant or equipment or any of his methods of executing the work appear to the Engineer to be unsafe, inefficient. or inadequate to insure the required quality or rate of progress of the work, the Engineer may order the Contractor to increase or improve his facilities or methods, and the Contractor shall promptly comply with such orders; failure to comply will result in placing Contractor in abandonment per Section 8 "Abandonment of Contract by Contractor,' but neither compliance with such orders nor failure of the Engineer to issue such orders shall release the Contractor from his obligation to secure the degree of safety, the quality of work, and the rate of progress required by this Contract. The Contractor alone shall be responsible for the safety, adequacy, and efficiency of his plant, equipment, and methods. 5.03 Sunday, Holiday, and Night Work. Except in connection with the care, maintenance, or protection of equipment or of work already done, no work shall be done between the hours of 6:00 p.m. and 7:00 a.m. or on Sundays or legal holidays without written consent of the Engineer. 5.04 Hindrances and Delays. No claims shall be made by the Contractor for damages, hindrances, or delays from any cause during the progress of any portion of the work embraced by this Contract except where the work is stopped by order of the OWNER. If the OWNER stops the work for just cause because the Contractor is not complying with the plans and specifications or the intent thereof, the Contractor shall have no claim for damages, hindrances, or delays. However, if the OWNER stops the work for any other reason. the Contractor shall be entitled to reimbursement paid by the OWNER for such expenses actually incurred which in the judgment of the Engineer occurred as a result of the work stoppage. Should delays repeatedly occur due to the Contractor's failure to provide adequate plant, equipment, or personnel, or where the Engineer determines that unreasonable inconvenience to the public is due to such failure, the Contractor's operations shall be suspended until he shall have provided adequate plant, equipment, and personnel to properly resume and continually prosecute the work. 5.05 Extensions of Time. Should the Contractor be delayed in the final completion of the work by any act or neglect of the OWNER or Engineer, or of any employee of either, or by any other contractor employed by the OWNER, or by strikes, fire or other cause or causes outside of and beyond the control of the Contractor and which the Engineer determines could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay as 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 determined by the Engineer shall he granted by the OWNER; provided. however, that the Contractor shall give the OWNER prompt notice in writing of the cause of delay in each case. Extensions of 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 on 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: Less than Amount of Liquidated Amount of Contract Damages Per Dav $5,000.00 $ 5,001.00 to 15,000.00 15,001.00 to 25,000.00 25,001.00 to 50,000.00 50,001.00 to 100,000.00 100,001.00 to 500,000.00 500,001.00 to 1,000,000.00 1,000,001.00 to 2,000,000.00 2,000,001.00 to 5,000,000.00 $ 30.00 35.00 40.00 50.00 70.00 200.00 300.00 400.00 500.00 6. INDEMNITY 6.1 Contractor's Indemnity Provision. To protect the OWNER from the Contractor's failure to perform any of the foregoing duties or any of the terms of this Contract, the Contractor shall indemnify and save harmless the OWNER and the OWNER's agents and employees from all losses, damages, 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 agents and employees for the death or injury to persons or for damage to property caused, or allegedly caused, by any willful acts, negligence, nuisance, or breach 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, workers, material persons, or suppliers of machinery and part 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 subcontractors' compliance with said statute. 6.03 Comprehensive General Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the OWNER, a Comprehensive General Liability insurance policy, said policy and the issuing carrier approved by the OWNER, which specifically insures the contractual liability of the Contractor assumed under Paragraph 6.01 above entitled "Contractor's Indemnity Provision." The liability coverage under this policy shall cover Independent Contractors. Liability limits for the Comprehensive General Liability insurance coverage under this policy shall not be less than the following: Bodily Injury Property Damage $300.000 each person $300,000 each accident $100,000 each accident $100.000 aggregate A $500,000 umbrella coverage shall also be required. 6.04 OWNER's Protective Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the OWNER, an OWNER's, Engineer's, and Contractor's Protective Policy which co- insures the OWNER, Engineer, and the OWNER's agents and employees with the same Comprehensive General Liability coverage as described in Paragraph 6.03 above entitled "Comprehensive General Liability Insurance." 6.05 Comprehensive Automobile Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the OWNER, a Comprehensive Automobile Liability insurance policy, said policy and issuing carrier approved by the OWNER, covering the operation on or off the site of the work of all motor vehicles licensed for highway use, whether they are owned, non - owned. or hired by the Contractor, in which shall specifically insure contractual liability of the Contractor assumed under the above Paragraph 6.01 entitled "Contractor's Indemnity Provision." The liability limits for the Comprehensive Automobile Liability insurance coverage shall not be less than the following: Bodily Injury $100,000 each person $300,000 each accident Property Damage $ 50,000 each accident 6.06 Insurance Certificate. In connection with the insurance coverage set out in Sections 6.02, 6.03, 6.04, and 6.05 above, the Contractor shall furnish the OWNER with a certificate verifying said insurance. Said certificate shall state that the OWNER shall be given 10 days advance written notice before any provisions of the policies are changed or in the event said policies shall be canceled. This Certificate of Insurance shall be provided to the OWNER prior to starting any construction work in connection with this Contract. 7. TERMINATION OF CONTRACT 7.01 Right of OWNER to Terminate. If the Contractor should be guilty of substantial violation of the Contract or any provision thereof, the OWNER, upon certification by the Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 or refuse to resume work within 10 days after written notification from the OWNER or the Engineer or if the Contractor fails to comply with the orders of the Engineer when such orders are consistent with this Contract or with the specifications hereto attached, then the Contractor shall be deemed as having abandoned the Contract. In such event the SURETY on the bond shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. 8.02 Retention of Contractors Equipment and Materials by OWNER. After receiving said notice of abandonment the Contractor shall not remove from the work any machinery, equipment, tools, materials, or supplies then on the job, but the same together with any materials and equipment under contract for the work may be held for use on the work by the OWNER or the SURETY on the performance bond or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefor except when used in connection with extra work where credit shall be allowed as provided for under Section 2.12 entitled "Extra Work," it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and will be reflected in the final settlement. 8.03 Methods of Completing the Work. If the SURETY should fail to commence compliance with the notice for completion 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 to the Contractor under and by virtue of this Contract. In case such expense is less than the sum which would have been payable under this Contract if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this Contract if the same had been completed by said Contractor, then the Contractor or his SURETY shall pay the amount of such excess to the OWNER. b. The OWNER under sealed bids, after 14 days notice published two or more times in a newspaper having a general circulation in the county of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this Contract. In cast of any increase in cost to the OWNER under the new contract as compared to what would have been the cost under this Contract. such increase shall be charged to the Contractor, and the SURETY shall be and remain bound therefor. However, should the cost to complete any such new contract prove to be less than what would have been the cost to complete under this Contract, the Contractor or his SURETY shall he credited therewith. 8.04 Final Acceptance. When the work has been completed the Contractor and his SURETY shall be so notified and a Contract Completion Certificate as hereinafter provided shall be issued. A complete itemized statement of the Contract amounts certified by the Engineer as being correct shall then be prepared and delivered to the Contractor and his SURETY. whereupon the Contractor, his SURETY, or the OWNER, as the case may he. 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 by them to the OWNER, then all machinery, equipment, tools, materials, or supplies left on the site of the work shall be turned over to the Contractor or his SURETY. Should the cost to complete the work exceed the contract price, and the Contractor or his SURETY fail to pay the amount due the OWNER within the time designated hereinabove, and there remains any machinery, equipment, tools, materials, or supplies on the site of the work. notice thereof together with an itemized list of such equipment and materials shall be mailed to the Contractor and his SURETY as 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 or 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, equipment, or supplies and apply the net sum derived from such sale to the credit of the Contractor and his SURETY. Such sale may be made at either public or private sale, with or without notice, as the OWNER may elect. The OWNER shall release any machinery. equipment, tools, materials, or supplies which remain on the work and belong to persons other than the Contractor or his SURETY to their proper OWNERs. 9. MEASUREMENT AND PAYMENT 9.01 Character of Measurements. No extra or customary measurements of any kind will be allowed, but the actual length, area, solid contents, number, and weight only shall be considered unless otherwise specifically provided. 9.02 Estimated vs. Actual Quantities. Any and all estimated quantities stipulated in the proposal form under unit price items are approximate and are to be used only (a) as a basis for estimating the probable cost of the work and (b) for the purpose of comparing the proposals submitted for the work. It is understood and agreed that the actual amounts of work done and materials furnished under unit price items may differ from such estimated quantities and that the basis of payment for such work and materials shall be for the actual amount of such work done and the actual quantity of materials furnished. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the amounts estimated therefor in the proposal or 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 he entitled upon demand to a 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 consideration shall be determined by agreement between the parties or otherwise by the terms of this Contract as provided - under Section 2.12 entitled "Extra Work." 9.03 Payment. In consideration of the furnishing of all the necessary labor, equipment. and material and the completion of all work by the Contractor, and on the completion of all work and the delivery of all material embraced in this Contract in full conformity with the specifications and stipulations contained herein. the OWNER agrees to pay the Contractor the amounts set forth in the proposal attached hereto which has been made a part of this Contract. The Contractor hereby agrees to receive such amounts in full payment for furnishing all material and all labor required for the aforesaid work, for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this Contract, the attached specifications, and requirements of the Engineer. 9.04 Monthly Estimates and Payments. On or about the fifth day of each month the Engineer will make an approximate estimate of the value of work done in conformity with the plans and specifications during the previous calendar month. The Contractor shall furnish to the Engineer such detailed information as he may request to aid him as a guide in the preparation of monthly estimates. After each such estimate shall have been approved by the OWNER, the OWNER shall pay to the Contractor 90 percent of the amount of such estimated sum on or before the 15th day of said month. It is understood, however, that in case the whole work is near to completion and some unexpected or unusual delay occurs cur to no fault or neglect on the part of the Contractor, the OWNER with TWDB approval may, upon written recommendation of the Engineer, pay a reasonable and equitable portion of the retained percentage to the Contractor. 9.05 Certificates of Completion. Within 10 days after the Contractor has given the Engineer notice that the work has been completed, the Engineer shall inspect the work and satisfy himself by examination and test that the work has been finally and fully completed in accordance with the plans, specifications and Contract. If so, the Engineer shall issue a Contract Completion Certificate to the OWNER and the Contractor. Such certificate when issued shall constitute final acceptance of the work covered under this Contract. 9.06 Final Estimate and Payment. After the Contract Completion Certificate has been issued, the Engineer shall proceed to make final measurements and to prepare a final estimate of the work done and materials furnished under this Contract and the value thereof. The Engineer shall certify the Final Estimate and submit it to the OWNER within five (5) days from the date of the Contract Completion Certificate. The OWNER shall pay the Contractor within 15 days from the date of the Contract Completion Certificate the entire sum shown due on the certified Final Estimate prepared by the Engineer after deducting all amounts to be kept and retained under any provision of this Contract. However, it is to be specifically understood that the final payment will not be paid by the OWNER to the Contractor under any circumstances until the Notarized Affidavit required by Section 9.07 entitled "Notarized Affidavit," has been submitted to the Engineer. All prior estimates and payments shall be subject to correction in the final estimate and payment; but in the absence of error or manifest mistake, it is agreed that all estimates, when approved by the OWNER, shall be conclusive evidence of the work done and materials furnished. 9.07 Notarized Affidavit. Before final payment for the work by the OWNER. the Contractor shall submit to the Engineer a notarized affidavit in duplicate stating under oath that all subcontractors, vendors, and other persons or firms who have furnished or performed labor or furnished materials for the work have been fully paid or satisfactorily secured. Such affidavit shall bear or be accompanied by a statement, signed by the SURETY Company who provided the performance bond for the work, to the effect that said SURETY Company consents to final payment to the Contractor being made by the OWNER. 9.08 Release of Liability. The acceptance by the Contractor of the last payment shall operate as and shall be a release to the OWNER and every officer and agent thereof from all claims and liability hereunder for anything done or furnished for or relating to the work or for any act or neglect of the OWNER or of any person relating to or affecting the work. 9.09 Contractor's Oblittation. Neither the Contract Completion Certificate nor the final payment nor any provision in the Contract Documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the Contract Documents, 9.10 Payments Withheld. The OWNER may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any payment to such extent as may be necessary to protect himself from loss on account of: a. Defective work not remedied. b. Claims filed or reasonable evidence indicating probable filing of claims. c. Failure of the Contractor to make 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. SPECIAL CONDITIONS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01 INFORMATION SPECIAL CONDITIONS OF THE AGREEMENT 01 -01 Copies of Plans and Specifications Furnished The Agreement will be prepared in not less than seven (7) counterpart (original signed) sets. OWNER will furnish Contractor two (2) sets of conforming Contract Documents, Technical Specifications and Plans free of charge, and additional sets will be obtained from the Engineer at commercial reproduction rates plus 20% for handling. 01 -02 Governing Codes All construction as provided for under these Plans and Specifications shall he governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the OWNER. 01 -03 Pay Estimates If pay estimates from the Contractor are not received by the Engineer on or before the time specified in Section 9.04 of the General Conditions, then the pay estimate will not be processed and will be returned to the Contractor. SECTION 02 SPECIAL CONSIDERATIONS 02 -01 Crossing Utilities Prior to commencing construction, it shall be the Contractor's responsibility to make arrangements with the OWNERS of such utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies perform such services at their own expense. however, where such is not the case. the Contractor will cause such work to be done at his own expense. 02 -02 "As- Built" Drawings The Contractor shall mark all changes and revisions on all of his copies of the working drawings during the course of the Project as they occur. Upon completion of the Project and prior to final acceptance and payment, the Contractor shall show field locations of all above ground appurtenances, including but not limited to. valves. fire hydrants and manholes. Each appurtenance shall be located by at least two horizontal distances measured from existing, easily identifiable, immovable appurtenances such as fire hydrants or valves. Property pins can be used for as -built tie -ins provided no existing utilities as previously described are available. Costs for developing as -built drawings shall be subsidiary to other bid items. Prior to submission of final as -built drawings to the Engineer, the Contractor shall meet with representatives of the OWNER and Engineer on the site to verify the accuracy and completeness of the as -built drawings. 02 -03 Lands for Work OWNER provides, as indicated on the drawings. land upon which work is to be done. rights -of -way for access to same and such other lands which are designated for use of Contractor. Contractor provides, at his expense and without liability of OWNER, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. 02 -04 Utility Services for Construction The Contractor will be responsible for providing his own utility services during construction. No additional payment will be made for this item. 02 -05 Guarantees Guarantee work. including equipment installed, to be free from defects due to faulty workmanship or materials for a period of one (1) year from the date of final acceptance by the OWNER. Upon notice from OWNER, repair defects in all construction which develop during specified period at no cost to the OWNER. Neither final acceptance, Certificate of Completion, final payment, nor any provision in Contract Documents relieves the Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles OWNER to repair or replace same and recover reasonable cost thereof from Contractor. 02 -06 Deviations Occasioned by Utility Structures Whenever existing utilities, not indicated on the Plans, present obstructions to grade and alignment of pipe, immediately notify Engineer, who without delay, will determine whatever existing improvements are to be relocated, or grade and alignment of pipe changed. Where necessary to move existing services, poles, guy wires, pipelines, etc., as determined by the Engineer, the Contractor will make arrangements with the OWNER of the utility to be moved and have it moved. The cost of any utility relocation will be at the Contractor's sole expense. OWNER will not be liable for relocation costs or damages on account of delays due to changes made by OWNERs of privately owned utilities which hinder progress of the work. 02 -07 Minimum Wage Scale Minimum wage scale as specified and regulated by the State of Texas and the Federal Government. 02 -08 Limit of Financial Resources The OWNER has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all Bidders that the OWNER may be required to change and /or delete any items which OWNER may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. Contractor shall be entitled to no claim for damages for anticipated profits on any portion of work that may be omitted. At any time during the duration of this Contract, the OWNER reserves the right to omit any work from this Contract. Unit prices for all items previously approved in this Contract shall be used to delete or add work per change order. 02 -09 Construction Review The OWNER shall provide a project representative to review the quality of materials and workmanship. 02 -10 Limits of Work and Payment It shall be the obligation of the Contractor to complete all work included in this Contract, so authorized by the OWNER, as shown on the drawings or described in the Contract Documents and Technical Specifications. All items of construction not specifically paid for in the bid schedule shall be included in the unit price bids. Any questions arising as to the limits of work shall be left up to the interpretation of the Engineer. 02 -11 Payment for Materials -on -Hand OWNER shall pay for 90% of amount of materials -on -hand in accordance with monthly estimate procedure stipulated in the General Conditions of the Agreement. 02 -12 Construction Staking The Engineer shall provide construction staking for this Project. The Contractor shall furnish and pay for any re- staking. Protection of Stakes, Marks, Etc. All engineering and surveyor's stakes, marks, property corners, etc. shall be carefully preserved by the Contractor, and in case of destruction or removal during the course of this Project, such stakes, marks, property corners, etc. shall be re- staked by the Contractor at the Contractor's sole expense without additional compensation by the OWNER. The Contractor shall furnish to the OWNER, at the Contractor's expense, the Engineer's certification that all property pins are in place prior to his moving off the job site. Such certification will be expected of each Contractor involved with the Project as listed below, at the time periods specified: 1. Street Contractor - after subgrade, before Utility Contractor moves in. 2. Utility Contractor - after utilities are installed, before installation of gas. 3. Gas Contractor - after gas installation, before Street Contractor moves back in. 4. Street Contractor - after streets installed, before final acceptance. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 03 INSURANCE 03 -01 Insurance policies must be obtained by the Contractor or separate endorsement obtained by his existing insurance policies on projects that involve special hazards, such as blasting, excavation on public properties, etc. The principal types of insurance which will be necessary are: Comprehensive General Liability Insurance, The Contractor shall provide and maintain during the life of this Contract, and until all work under said Contract has been completed and accepted by the OWNER, a Comprehensive General Liability insurance policy, said policy and the issuing carrier approved by the OWNER, which specifically insures the contractual liability of the Contractor assumed under Paragraph 6.01 in the General Conditions entitled "Contractor's Indemnity Provision." The liability coverage under this policy shall cover Independent Contractors. Liability limits for the Comprehensive General Liability insurance coverage under this policy shall not be less than the following: Bodily Injury Property Damage $300,000 each person $300,000 each accident $100.000 each accident $100,000 aggregate A $500,000 umbrella coverage shall also he required. Public Liability and Property Damage to protect the Contractor, any of his subcontractors, the OWNER, and the Engineer against claims arising from personal injury, including accidental death, as well as claims for property damage. The amount for liability is $250,0005500,000. The amount for property damage is $100,000 per accident. Automobile and Truck Public Liability and Property Damage to protect the same individuals as indicated under Public Liability and Property Damage above, and in the same amount of liability. Worker's Compensation and Employer's Liability. Builder's Risk Insurance is necessary to cover loss of or damage to the building materials while the Project is under construction. The Contractor shall supply to the OWNER a Certificate of Insurance, on a form supplied by the insurance companies or a form similar to the attached sample from the Contractor prior to the start of work. OWNER's Protective as required by the General Conditions of the Agreement. ABBREVIATIONS PART 1: GENERAL 1.01 SCOPE OF WORK A. Whenever in these Contract Documents the following abbreviations are used, the intent and meaning shall be interpreted as follows: AA Aluminum Association AAMA Architectural Aluminum Manufacturers' Association AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AFBMA Anti- Friction Bearing Manufacturers' Association AGA American Gas Association AGMA American Gear Manufacturers' Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute AREA American Railway Engineering Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air- Conditioning Engineers, Inc. ASME American Society of Mechanical Engineers ASTM American Society of Testing and Materials AWI Architectural Woodwork Institute AWPA American Wood Preservers' Association AWPB American Wood Preservers' Bureau AWS American Welding Society AWWA American Water Works Association BHMA Builders' Hardware Manufacturers' Association CBMA Certified Ballast Manufacturers' Association CDA Copper Development Association CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers' Association of America CRSI Concrete Reinforcing Steel Institute Fed. Spec. Federal Specifications HI Hydraulic Institute HMI Hoist Manufacturers' Institute ICBO International Conference of Building Officials IEEE Institute of Electrical and Electronics Engineers, Inc. IPCEA Insulated Power Cable Engineer's Association MMA Monorail Manufacturers' Association NACE National Association of Coatings Engineers NBMA National Builders' Hardware Association NEC National Electrical Code NEMA National Electrical Manufacturers' Association NESC National Electric Safety Code NFPA National Fire Protection Association 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NLMA National Lumber Manufacturers' Association NWMA National Woodwork Manufacturers' Association OECI Overhead Electrical Crane Institute OSHA Occupational Safety and Health Act (both Federal & State) PS Product Standards Sections - U.S. Department of Commerce RMA Rubber Manufacturers' Association SAE Society of Automotive Engineers SSPC Steel Structures Painting Council TCA Tile Council of America TEMA Tubular Exchanger Manufacturers' Association UBC Uniform Building Code UL . Underwriter's Laboratories, Inc. WWPA Western Wood Products Association END OF SECTION TECHNICAL SPECIFICATIONS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01 - GENERAL 01 -01 SCOPE OF WORK The work covered by these Specifications consists of furnishing all labor, equipment, machinery and materials and performing all operations in connec- tion with the construction of chlorine and ammonia disinfection upgrades at the Water Treatment Plant, Lake Creek and Westinghouse Well Site. The project consist of the conversion of the existing ammonia solution feeders to gas pressure feeders. The existing chlorination equipment and controls will also be upgraded. The current City of Austin Standard Specifications are incorporated into this project and they shall be applied to this project except as modified in these Specifications and on the Plans. Wherever the term "City of" is used in the Austin Specifications, it shall be construed to mean "the Owner ". Wherever the term "Consulting Engineer" is used in the Austin Specifications, it shall be construed to mean "BLACKWELL, LACKEY & ASSOCIATES, INC. ", or its designated representatives. 01 -02 CONSTRUCTION SITE 01 -03 BACKWORK During construction the Contractor shall keep the site free and clear of all rubbish and debris and shall clean -up the site promptly when notified to do so by the Owner's representative. The Contractor shall, at his own expense, maintain streets free from dust, mud, excess earth or debris which constitutes a nuisance or danger to the public using the thoroughfare or the occupants of adjacent properties. Care shall be taken to prevent spillage on streets over which hauling is done, and any such spillage or debris due to construction operations shall be immediately removed. The Contractor shall coordinate his operations in such a manner as to prevent the amount of clean -up and completion of backwork from becoming excessive. Should such a condition exist, the Owner's 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 representative may order all or portions of the work to cease and refuse to allow any work to commence until the backwork is done to his satisfaction. 01 -04 GRADING The Contractor shall do such grading in the area adjacent to backfilled trenches and structures as may be necessary to leave the area in a neat and satisfactory condition, approved by the Owner's representative. 01 -05 INSPECTION OF WORK The principal inspection for the work covered under this Contract shall be by the Owner and his designated representatives. The quality of material and the quality of installation of pipe and related equipment shall be to the satisfaction of the Inspector. It shall be the Contractor's responsibility for the construction methods and safety precautions in the undertaking of this Contract. 01 -06 NOTIFICATION The Owner must be notified a minimum of 24 -hours in advance of beginning construction. 01 -07 TESTING AND ACCEPTANCE OF IMPROVEMENTS The Owner's representative will be present at the testing of water and sewer lines. The Contractor will test all lines and be confident that the lines will be able to pass the test prior to calling the Owner's representative to observe the tests. No lines will be accepted by the Owner without the Owner's representative observing the tests and certifying to the lines passing the pressure tests as specified herein. In addition, all water- containing vessels (i.e., clarifiers, clearwell, backwash tank, etc.) shall be tested for leakage prior to being placed in service. The maximum allowable leakage for the 24- hour testing period shall be 1/4 -inch plus the daily evaporation rate as established by the NWS. 01 -08 WORK IN FREEZING WEATHER Portions of the work may continue as directed by the Owner's representative. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 01 -09 PROPERTY LINES AND MONUMENTS The Contractor shall be responsible for the protection, reference and resetting of property corner monuments if disturbed. 01 -10 CONTRACTOR'S USE OF PREMISES The Contractor shall, at his own expense, provide additional space as necessary for his operations and storage of materials. 01 -11 TRADE NAMES Except as specified otherwise, wherever in the Specifications an article or class of material is designated by a trade name or by the name or catalog number of any maker, patentee, manufacturer, or dealer, such designations shall be taken as intending to mean and specify the articles described or another equal thereto in quality, finish, and serviceability for the purpose intended, as may be determined and judged by the Engineer in his sole discretion. 01 -12 MATERIALS AND WORKMANSHIP No material which has been used by the Contractor for any temporary purpose whatever is to be incorporated in the permanent structure without written consent of the Engineer. Where materials or equipment are specified by a trade or brand name, it is not the intention of the Owner to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality for performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent" "proper ", or "equal to" are used, they shall be understood to mean that the item referred to shall be proper, the equivalent of, or equal to some other item, in the opinion or judgment of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Notwithstanding that the words "or equal to" or other such expressions may be used in the Specifications in connection with a material, manufactured article or process, the material, article, or process specifically designated shall be used unless a substitute shall be approved in writing by the Engineer and the Engineer shall have the right to require the use of such specifically designated material, article or process. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 01 -13 FACILITY OPERATIONS The existing plant must remain in operation during the course of construction. It is anticipated that the rectangular settling basin will be out -of- service from the start, but the up flow clarifier, transfer pump and basins, pressure filters and clear well must remain in operation. Plant shut down cannot exceed 12 hours, depending on seasonal demands for water. Shut downs must be coordinated with the Owner at least five days in advance of need. 01 -14 SCHEDULE OF ACTIVITIES Final decision on project scheduling is the responsibility of the Contractor, with the approval of the Owner /Engineer. However it is anticipated that the rectangular settling basin will be taken out of service initially to allow modifications for the high rate filtration units. Raw water pump barge and piping modifications will also be completed early in the project. Once high rate filtration units are complete the existing can up flow clarifier can be taken off line for conversion into a clearwell. Pump change -outs will occur as electrical switch gear and equipment is available. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 01 -15 MEASIJ EMfiNT A PAYMENT No separate payment for work performed under this item. Include cost of same in contract price bid for all items of which this work is a component. SECTION 02 - EARTHWORK AND STRUCTURAL FILL 02 -01 DESCRIPTION This work consists of furnishing all labor, equipment, materials, and of performing all operations in connection with the clearing and excavation, for which the limits are shown on the Plans. 02 -02 CLEARING The site indicated on the drawings shall be cleared of all obstructions within the proposed area which will interfere with the construction operations. Branches and limbs of trees (larger than 3" trunk diameter at base) within the proposed area may be trimmed up to allow for the installation of the proposed facilities. 02 -03 EXCAVATION The excavation shall conform to the dimensions and elevations indicated on the drawings for the structures, except as specified below, and shall include trenching for utility systems as shown on the project plans and all incidental work thereto. Excavations shall extend a sufficient distance from footings to allow for placing and removal of forms and for inspection, except where concrete for the footings is authorized to be deposited directly against excavated surfaces, undercutting will not be permitted. Material required for fills as approved by the Engineer in accordance with 1.4(d) of this item and shall be furnished by the Contractor. 02 - 04 MATERIALS (a) Topsoil - As noted on the Plans shall be required. Final grading furnished shall be completed by the Contractor. (b) Rxce s Material - Excess material from excavation, not required or unsuitable for backfill, shall be hauled and disposed of by the Contractor. The Contractor shall make arrangements for a permitted disposal site. (c) Borrow Material - Borrow material shall be selected to meet the requirements and conditions for the particular fill or backfill for which it is to be used as approved by the Engineer. The acquisition and purchase of required borrow material shall be the responsibility of the Contractor. (d) Pervious Material - Pit run gravel, crushed rock or other approved granular materials shall be used as (e) A polyfilm liner shall be placed between the concrete and subgrade material. 02 -05 FILLING Where concrete slabs are placed on earth, all loam and organic or other undesirable material shall be removed. Each layer of low plasticity fill material shall be uniformly spread, moistened as required, and then compacted to at least 95% of the maximum density as determined by the procedure of ASTM D698. Compaction shall be done by a power roller or other manner approved by the Engineer. The subgrade shall be brought to a reasonable true and even plane. 02 -06 DRAINAG$ fill under slabs and other areas indicated on the drawings as compacted non - expansive material or select fill. Earthwork shall be accomplished in such a manner that the entire site will be continually and effectively drained. Grading shall be done to direct drainage away from slabs, foundations, roads and structures. Low areas shall be filled to prevent ponding of water. Final grading with top soil furnished as noted on the Plans by the Contractor. 02 -07 MEASUREMENT AND PAYMENT Measurement and payment for all site work shall be included in the lump sum price bid on the contract for the item of work of which this is a component part. SECTION 03 - CONCRETE 03 -01 GENERAL Concrete consisting of portland cement, concrete aggregate, sand and water will be designated by a symbol consisting of two numbers. The first number will be the number of sacks of cement per cubic yard, and the last number the compressive strength at 28 days expressed in pounds per square inch. A sack of cement shall be defined as 94 pounds. The concrete shall be 6.0 -4000 unless otherwise specified. Compressive strength tests where specified herein, shall be performed in accordance with ASTM C -39. All work performed under this section shall conform to the latest ACI code current at the time of bidding. The Contractor shall be responsible for providing the mix design to the Engineer for approval. 03 -02 SCOPE This section of the specifications shall include all labor and materials to construct all concrete work as shown on the Plans, herein specified, or both including the following: All footings, slabs, floors, walls, beams, supports, walks, pedestals, curbs, vaults and other concrete items, complete with metal reinforcement. All concrete finishes and textures. All formwork, formwork supports, formwork coatings and soaking, screens and levels required, and formwork removal. Installing all inserts, grounds, dowels, blocks, sleeves and anchors, and safety treads as shown and /or specified in this or other sections. Slab waterproofing. As previously stated, the City of Austin Standard Specifications shall be applicable, unless otherwise modified by these Specifications. 03 -03 STEEL REINFORCEMENT FOR CONCRETE 03 -03.1 General The following specifications set forth the requirements for bar, wire and wire mesh reinforcement. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A. Place and hold steel reinforcement in position so the concrete cover, as measured from the surface of the bar, will be the following, except as otherwise specified or indicated on the Drawings. 1. Slabs: a. 3/4 inch top and bottom b. 1 -1/2 inches at bottom water. c. 1 -1/2 inches at top of d. 2 -1/2 inches at bottom earth. e. 2 inches at bottom for water. 2. Footings: a. b. 3. Walls: a. b. c. d. 1 -1/2 inches at top of footing. 3 inches at bottom and at sides placed against earth. 1 inch at interior surfaces contacting air. 1 -1/2 inches at formed surfaces contacting earth. 3 inches where placed against earth. 2 inches at formed surfaces contacting water. 4. Beams and Girders: for slabs over slabs over water. for slabs on slabs under a. 1 -1/2 inches to stirrup steel or to principle steel if there are no stirrups. 5. Columns: a. 1 -1/2 inches to ties or spiral steel. 6. Drilled Piers: a. 3 inches to principle reinforcement. B. Before being placed in any concrete work, it shall be cleaned thoroughly of all loose rust, mill scale, mortar, oil, dirt, or coating of any character which would be likely to destroy, reduce, or impair its proper bonding with the concrete. 03 -03.2 Reinforcing Steel Unless otherwise specified, reinforcing steel shall be Grade 60 billet steel conforming to ASTM A -615. Varying grades shall not be used interchangeably in structures. Steel bending processes shall conform to the requirements of ACI -318. Bending or straightening shall be accomplished so that the steel will not be damaged. Kinked bars shall not be used. 03 -03.3 Wire Reinforcement Wire reinforcement shall in all respects fulfill requirements prescribed in ASTM A -82. 03 -03.4 Wire Mesh Reinforcement Mesh reinforcement shall conform to ASTM A -185. The gauge of the wire and the dimensions of the mesh will be specified in the special provisions or shown on the plans. The wire mesh reinforcement shall be so constructed as to retain its original shape and form during the necessary handling. The effective cross - sectional area of the wire shall be equal to that specified or indicated on the Plans. 03 -04 }y'XPANSION JOINT FILLER AND JOINT SEALANTS 03 -04.1 General This section specifies joint fillers and sealants to be used for treating joints in portland cement concrete. 03 -04.2 premolded Joint Filler Premolded joint filler material shall consist of premolded strips of a durable resilient material. Unless otherwise specified, premolded joint filler shall be one of the following types: Preformed Expansion Joint Filler (Bituminous Type) ASTM D -994, Non - extruding and Resilient Filler (Bituminous Type) ASTM- D1751, or Non - extruding and Resilient Filler (Non - bituminous Type) ASTM D -1752. 03 -04.3 Asphalt -Latex Emulsion Joint Sealant Asphalt -latex emulsion joint sealant shall be designed for mixing and application by hand methods and shall be suitable for use at temperatures above 50 °F. The sealing compound shall be an emulsion consisting of approved paving asphalt, emulsified with rubber latex in the presence of a suitable emulsifying agent. Rubber latex shall be natural rubber or synthetic latex containing approximately 40% solids. The resulting emulsion shall consist of a minimum of 55% paving asphalt and a minimum of 36% rubber latex. A setting agent shall be provided in the form of a paste to be added at the rate of approximately 3 fluid ounces per gallon of emulsion. The joint sealant shall comply with the following requirements: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Test Method Determination No. Furol ASTM Viscocity at D -88 77 °F Sieve Test ASTM D -244 Elasticity (1) (2) Setting Time (2) ASPHALT -LATEX EMULSION JOINT SEALANT Penetration Calif. 50 -150 at 77 °F 418 Calif. 70% Min. 418 Total Solids Calif. 70% Min. 418 Requirements Remarks 80 -250 sec. Before adding setting agent. 1% Max. Before adding setting agent. Immediately after mixing, pour material into a 6 -oz. deep ointment can. Allow specimen to stand in air at a temperature of 77 °F ± 2 °F for a period of 24 hours. Then penetrate with a grease cone under a total load of 150 grams in accordance with ASTM D- 217. Immediately after mixing, pour material into ductility clips. Cure for 24 hours at 115 °F ± 2 °F. Test specimen in modified ductility mold per test method. Place 3 to 5 grams freshly mixed material in an aluminum pan and dehydrate in suitable oven maintained at a temperature of 200 °F ± 3 °F for a period of 3 hours. Calif. 60 Min. Max. Pour material into a 6- 418 oz. deep ointment can. Check penetration each 15 minutes. Record time when penetration is less than 200. (1) Mixing ratio of Material: 50 200 g. of emulsion component add 10 ± 0.1 g. of sodium fluosilicate powder. (2) Mixing ratio of Material: to 8 fluid ounces of emulsion component add 12 ml. of setting agent component. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 03 -04.4 Application Immediately before applying the joint sealant, the joint shall be thoroughly cleaned by abrasive blasting or other approved means to remove all mortar, laitance, scale, dirt, dust, oil, curing compounds and other foreign material. The joint shall be blown out with high pressure compressed air to remove all residue. At the time of applying the joint sealant, the joint shall be surface dry, and acceptable to the Engineer. No sealant shall be placed during unsuitable weather or when the atmospheric temperature is below 50 °F, or when weather conditions indicate that the temperature may fall below 32 °F within 24 hours. The joint shall be filled from the bottom to the top without formation of voids. The top of the finished joint seal shall be between 1/4 -inch and 3/8 -inch below the finish surface. At no time shall the emulsion be subjected to a temperature below 40 °F. Prior to application, the joint sealant may be warmed if necessary to permit proper filling of the joints. The heating shall be carefully controlled to avoid overheating of any part of the container or mixture and under no circumstances shall the emulsion be heated to a temperature greater than 130 °F. Immediately before applying the sealant, the emulsion shall be mixed with the proper amount of paste setting agent. The components shall be mixed, preferably with a power mixer, for 5 minutes to produce a homogeneous material. 03 -04.5 Concrete Curing Compound Curing compound shall consist of a liquid which, when applied to fresh concrete by means of a spray gun, will form an impervious membrane over the exposed surfaces of the concrete. Mats and polyplastic sheets may be used. The membrane may either contain asphaltic or paraffin derivatives to which other water - proofing materials may have been added. Concrete curing compounds shall be clear or translucent with red fugitive dye. Curing time shall be a minimum of five (5) days with temperature above 50 °F. Curing compound shall be non -toxic and taste and odor free. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 03 -04.6 Form Coating All form work to be required shall be coated with an approved resin based material applied according to the manufacturer's directions. Form coating shall be non -toxic after 30 -days. 03 -04.7 Water Stops Water -stops shall be provided where shown on the Plans. Two alternatives for installing water stops will be considered as follows: 03 -05 Alternate No. 1: Water -stop material shall have a minimum width of 6 ", a minimum thickness of 3/8 ", be of polyvinyl chloride and shall be approved by the Engineer. All water -stop joints shall be welded according to the manufacturer's recommendations. Alternate No. 2: Water -stop material shall be as manufactured by Synko -Flex Products Company, Houston, Texas, and shall meet Federal Specifications SS- S -210A. After brush cleaning the concrete and applying one coat of Synko -Flex primer, the 1.0 square inch cross sectional strips 36 inches in length shall be placed in a 2" x 4" beveled keyway with the strips overlapped 1 inch end to end to form a continuous, homogeneous water -stop. Immediately prior to pouring, the protective cover shall be removed and the new pour made. 03 -04.8 Grout Grout for patching of honeycombs, she bolt holes, spalls, etc. or where approved by the Engineer shall be "Thorite" as manufactured by Standard Dry Wall Products of Miami, Florida. Grout used in setting machinery and equipment shall be "Thoroset" Metallic Compound worked in under the machinery bases in such a manner as to preclude voids or pockets under the metal base. The edges shall be neatly finished to give a neat appearance. Concrete surfaces shall be roughened and cleaned before the grout is placed. Mix compound with cement, sand, and gravel per manufacturer's specifications. "Thoroset" shall be as manufactured by Standard Dry Wall Products, Miami, Florida. 03 -05.1 General Concrete chambers, vaults, walls, structural slabs, footings, foundations and similar structures shall be constructed in conformity with the Plans and this sub- section. Concrete shall conform to the 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 requirements herein. Safe and suitable ladders shall be provided to permit access to all portions of the work. 03 -05.2 Subgrade for Concrete Structures Earth subgrade upon which concrete is placed shall be firm and free from water. Ground water shall be kept below subgrade until the concrete has set. When the subgrade is in dry earth, it shall be thoroughly dampened with water to ensure that no moisture will be absorbed from the fresh concrete. When the design details for the project provide for the construction of filter or drain material consisting of gravel (or combination of gravel and sand), which material will be subgrade for concrete, the placing of steel reinforcement and placement of concrete shall follow the installation of the filter or drain material as closely as practical. The filter or drain material shall be kept de- watered to the extent necessary to prevent any portion of concrete materials being deposited in water. When the concrete is to be deposited on rock, the rock shall be fully uncovered, cleaned, and its surface shall be removed to a depth sufficient to expose sound rock. Bedrock shall be roughly leveled off or cut to approximately horizontal and vertical steps. Seams in the rock shall be grouted under pressure or otherwise treated as the Engineer may direct. 03 -05.3 Forma Forms shall be of suitable material and of a type, size, shape, quality, and strength to ensure construction as designed. The forms shall be true to line and grade, mortar tight, and sufficiently rigid to resist deflection during placing of the concrete. The responsibility for their adequacy shall rest with the Contractor. All dirt, chips, sawdust, nails and other foreign matter shall be completely removed from forms before any concrete is deposited therein. The surfaces of forms shall be smooth and free from irregularities, dents, sags and holes that would deface the finished surfaces. Forms previously used shall be thoroughly cleaned of all dirt, mortar and foreign matter before being re -used. Before concrete is placed in forms, all inside surfaces of the forms shall be thoroughly treated with releasing agent as specified herein. Care shall be exercised that no releasing agent is deposited on previously placed concrete. Forms for all surfaces that will not be completely 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 enclosed or hidden below the permanent surface or the around shall be made of surfaced lumber, or material which will provide a surface at least equal to surfaced lumber or plywood. Any lumber or material which becomes badly checked or warped, prior to placing concrete, shall not be used. Forms for all exposed surfaces shall be constructed of plywood or an approved equal. Plywood for forms shall be Exterior Type, of the grade "Concrete -Form Exterior ", conforming to the specifications of the U.S. Department of Commerce, National Bureau of Standards, Commercial Standards, latest edition. Plywood shall be furnished and placed in 48 inch width and in uniform lengths of not less than 96 inches, except where the dimension of the member formed is less than the specified panel dimension. Plywood shall be placed with the grain of the outer plies in the direction of the longest span. Where plywood is attached directly to the studs or joists, the panels shall be not less than 5/8 inch thick, and the studs or joists shall be spaced not more than 12 inches, center -to- center. Plywood less than 5/8 inch thick, otherwise conforming to the requirements specified herein, may be used with a continuous backing of 3/4 inch sheeting. All form panels shall be placed in a neat symmetrical pattern with the horizontal joists level and continuous. All joints shall be filled with an approved quick- setting compound and finished flush with the interior of the form. Wooden forms for copings and curbs shall have a thickness of not less than 1 -5/8 inches and a width of not less than the full depth of coping or curb. Unless otherwise shown on the Plans, all sharp edges shall be chamfered with 3/4 inch by 3/4 inch triangular fillets. Forms for curved surfaces shall be so constructed and placed that the finished surface will not deviate from the arc of a curve by more than the tolerance shown on the Plans. Forms shall be so constructed that portions, where finishing is required, may be removed without disturbing portions of forms to remain in place. Forms for grinders and slabs shall be cambered as may be required by the Engineer. Forms shall, as far as practicable, be so constructed that the form marks will conform to the general line of the structure. Form clamps or bolts, approved by the Engineer, shall be used to fasten forms. The use of twisted wire loop ties to hold forms in position will not be permitted, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 nor shall wooden spreaders be used unless authorized by the Engineer. Clamps and bolts shall be of sufficient strength and number to prevent spreading of the forms. They shall be the break -off type so that they can be entirely removed or cut back 1 inch below the finished surface of the concrete. All forms for outside surfaces shall be constructed with stiff wales at right angles to the studs, and all form clamps or bolts shall extend through and fasten such wales. Form work shall be approved prior to placement of concrete in the form. 03 -05.4 Removal of Forms The periods of time for form removal set forth herein are permissive only and subject to the Contractor assuming all risks that may be involved. The time periods are minimum with no allowance therein for external loads. At times of low temperature, or other adverse conditions the Engineer may require the forms to be kept in place for longer periods of time. The time periods are predicted on the use of concrete to which no admixtures have been added. No forms shall be removed until approval of Engineer is obtained. Forms shall be stripped after the required time and projecting wire snapped off. Removal shall not proceed faster than the required finishing procedure can be completed. Vertical forms shall not be disturbed for at least twenty -four (24) hours after last concrete in walls is placed, except as authorized by the Engineer. Forms shall remain in place a minimum of twenty -four (24) hours and be removed only after Engineer's approval. 03 -05.5 Falsework All falsework shall be designed and constructed to provide the necessary rigidity and to support the loads. Falsework for the support of a superstructure shall be designed to support the loads that would be imposed if the entire superstructure were placed at one time. All falsework, staging, walkways, forms, ladders, cofferdams, and similar accessories shall equal or exceed the minimum requirements of the State Division of Industrial Safety. Compliance with such requirements shall not relieve the Contractor from full responsibility for the adequacy of safety measures. 03 -05.6 Placing Reinforcement Before placing reinforcing steel, the Contractor shall submit a reinforcing steel placing plan for approval of the Engineer. Reinforcing bars shall be accurately placed as shown on the Plans and shall be firmly and securely held in position in accordance with Concrete Reinforcing Steel Institute "Recommended Practice for Placing Reinforcing Bars', and by using concrete or metal chairs, spacers, metal hangers, supporting wires and other approved devices of sufficient strength to resist crushing under full load. Metal chairs which extend to the surface of the concrete (except where shown on Plans) and wooden supports, shall not be used. Placing bars on layers of fresh concrete as the work progresses and adjusting bars during the placing of concrete will not be permitted. Before placing in the forms, all reinforcing steel shall be cleaned thoroughly of mortar, oil, dirt, loose mill scale, loose or thick rust, and coatings of any character that would destroy or reduce the bond. No concrete shall be deposited until the placing of the reinforcing steel has been inspected and approved. 03 -05.7 $plicinq Splices of bars shall be made only where shown on the plans or as approved by the Engineer. Where bars are spliced, they shall be lapped at least 36 diameters, unless otherwise shown on the plans. Splicing shall be accomplished by placing the bars in contact with each other and wiring them together. Welding of reinforcing steel will not be permitted unless specifically authorized by the Engineer. 03 -05.8 Bending Reinforcement Bends and hooks in bars shall be made in the manner prescribed in the "Manual of Standard Practice" of the American Concrete Institute. Bars shall not be bent or straightened in a manner which will injure the material. Bars with kinks or unspecified bends shall not be used. 03 -05.9 Welded Wire Fabric Welded wire fabric shall be spliced not less than two meshes. It shall be lifted carefully into its specified position after the concrete is placed but still plastic. 03 -05.10 Placing Concrete. General. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Concrete shall be conveyed, deposited and consolidated by any method which will preclude the segregation or loss of ingredients. Chutes used in conveying concrete shall be sloped to permit concrete of the consistency required to flow without segregation. Where necessary to prevent segregation, chutes shall be provided with baffle boards or a reversed section at the outlet. Where a sequence for placing concrete is shown on the Plans, no deviation will be permitted unless approved in writing by the Engineer. Before depositing concrete, all debris, spreaders, etc., shall be removed from the space to be occupied by the concrete and forms shall be thoroughly wetted. All free standing water shall be removed. Reinforcing steel and forms shall be free of scale, oil film, hardened concrete. Formwork shall have specified coatings. Concrete shall be deposited as rapidly and as near as practicable in its final position, and shall not be caused to flow in a manner to permit or cause segregation. Runaways shall be provided so that wheelbarrows or buggies containing concrete will not run over reinforcing steel or planks resting on steel. Just before placing new concrete on old concrete walls, a modified grout consisting of the same mix as the concrete minus one -half of the coarse aggregates shall be deposited to a depth of six (6) inches before placing the regular concrete mix. Concrete shall be worked and vibrated mechanically with suitable appliances until it closes snugly against all surfaces and is in perfect and complete contact with all embedded reinforcement and other metals. Horizontal construction joints shall have a slurry coating of 1 -part cement and 3 -parts of sand mixed with a solution of 1 -part "Acryl 60" to 3 -parts of water prior to placing modified 6 -inch mix noted above. This slurry shall be applied by pumping or other means to assure that about 1/2 -inch thick coating of the slurry shall cover the surface of the joint. The 6 -inch thick modified mix noted in the above paragraph shall follow not more than 60 minutes later. "Acryl 60" shall be as manufactured by Standard Dry Wall Products, Miami, Florida. 03 -05.11 Notification The Contractor shall give the Engineer written notice of at least 24 -hours in advance of placing concrete in any part of the work so that the Engineer may make final inspection of the preparations of the location for such placing. No concrete shall be placed except 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 in the presence of the Engineer. 03 -05.12 Construction Joints Construction joints shall be placed only in positions approved by the Engineer or as indicated on drawings. Exposed concrete face of construction joints shall be kept continuously wet from time of initial set until pouring of new concrete against it. The contact surface shall be thoroughly cleaned by chipping the entire surface not earlier than 8 days after the first pour or jet washing the surface, not less than 3 -1/2 nor more than 6 -1/2 hours after the concrete is placed, or by sandblasting. The joint surface shall consist of clean aggregate solidly embedded in the mortar matrix. All wash water shall be entirely removed from the surface. All construction joints in waterbearing tanks, except joints above water level, shall have "waterstops" installed; also, any additional ones shown on drawings. All waterstop splices, joints, corners, or intersections shall be welded or molded. Watertight concrete is required for all submerged structures and waterbearing structures. Any cracks or imperfections developing at any point shall be repaired to the satisfaction of the Engineer. Where concrete construction is proposed to be extended at a later date, the walls, floors and /or foundations shall be stubbed as shown on the Plans. The Contractor shall supply, and cast -in, screwed dowel bar splicer anchors as manufactured by Richmond Screw Anchor Co., or approved equivalent, with protective plugs in the face of the stub walls and floors. The Contractor shall supply the Owner with the screw -in re -bar connectors, compatible with the insert anchor, for use when the construction is extended. 03 -05.13 Blabs Subgrade shall be in form as shown on drawings to receive slab concrete. Slabs shall be poured in one continuous operation between expansion joints. 03 -05.14 Walls Walls shall be poured in horizontal layers not to exceed 18" thickness in such a manner that prevents segregation of constituents or accumulation of hardened concrete on the forms or metal reinforcement above the level of the concrete. Total height of any one pour shall not exceed 12'0 ". Free fall of concrete into wall forms shall not excess 4'0" without the use of pipes or tremies. Pipes and tremies shall be at least 6 inches in diameter. 03 -05.15 Depositing To avoid segregation, concrete shall be deposited as near to its final position as is practicable. The use of vibrators for extensive shifting of the mass of concrete will not be permitted. Concrete that has partially hardened, has been retempered, or is contaminated by foreign materials shall not be deposited in the structure. Concrete shall be placed in horizontal layers insofar as practical. Placing shall start at the low point and proceed upgrade unless otherwise permitted by the Engineer. Concrete shall be placed in a continuous operation between construction joints and shall be terminated with square ends and level tops unless otherwise shown on the Plans. 03 -05.16 Consolidating Concrete shall be thoroughly consolidated in a manner that will encase the reinforcement and inserts, fill the forms, and produce a surface or even texture free of rock pockets and excessive voids. Structural concrete shall be consolidated by means of high frequency internal vibrators of a type, size and number approved by the Engineer. The location, manner and duration of the application of the vibrators shall be such as to secure maximum consolidation of the concrete without separation of the mortar and coarse aggregate, and without causing water or cement paste to flush to the surface. Internal vibrators shall not be held against the forms or reinforcing steel. The number of vibrators employed shall be sufficient to consolidate the concrete within 15 minutes after it has been deposited in the forms. At least two vibrators in good operating conditions shall be available at the site of the structure in which more than 25 cubic yards of concrete is to be placed. Approved external vibrators for consolidating concrete will be permitted when the concrete is not accessible to internal vibration. Forms and falsework shall be designed and constructed to resist displacement or damage from external vibration. 03.05.17 Walkways Walkways and platforms shall be provided for personnel and equipment at a level convenient for the concrete placement and to permit the performance of all operations necessary for the completion of such work including finishing. 03.05.18 Placing Concrete Under Adverse Weather Conditions Concrete for structures shall not be placed on frozen ground, nor shall it be mixed or placed while the atmospheric temperature is below 35 °F, unless adequate means are employed to heat the aggregates and water, and satisfactory provisions have been made for protecting the work. Concrete slabs shall not be placed on frozen ground, nor shall concrete be mixed or placed when the atmospheric temperature is below 35 °F, or when conditions indicate that the temperature may fall to 35 °F within 24 hours, except with the written permission of the Engineer and only after such precautionary measures for the protection of the pavement have been taken as he may direct. Concrete shall be effectively protected from freezing or frost for a period of five (5) days after placing. Concrete structures shall not be mixed or placed while the atmospheric temperature is above 115 °F unless adequate means are employed to cool the aggregate and water and satisfactory provisions have been made for protecting the work. In any case, temperature of the concrete as placed shall not exceed 90 °F, nor be less than 50 °F. Concrete placement shall be stopped when rainfall is sufficient to cause damage to the work. 03 -06 FINISHING TYPE 03 -06.1 General All finished or formed surfaces shall conform accurately to the shape, alignment, grades, and sections as shown on the drawings or prescribed by the Engineer. Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall present a finished, smooth, continuous hard surface. All sharp angles shall be rounded or beveled. Any formed surface to be painted shall be free of any material that will be detrimental to the paint. Defective work shall be treated as noted elsewhere in this specification. Surfaces not true to elevation or pitched to drain, where specified, loose or roughened surfaces, and high points as noted below shall be considered to be defective work and shall be removed and repaired as directed by the Engineer. Top edges of walls, if not otherwise shown on the Plans, shall be finished with a three - quarter inch (3/4 ") chamfer edger, the flanges of which shall be ground to a knife edge to produce as little a burr as possible. Remaining burrs on the lower side of the finished chamfer after the form is removed should be 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 rubbed off and the surface left in a smooth, workmanlike condition. Refer to Section 03 -06.7 for Schedule of Finishes. 03 -06.2 Class 1 - Steel Trowel Finish The surface shall be steel - troweled to a dense smooth finish to compact and seal the surface. Except where required to remove imperfections, a single -pass trowelling shall be applied. 03 -06.3 Class 2 - Broom Finish The concrete surface shall first be steel troweled as specified above and before final set, the surface shall be slightly roughened by means of a broom or a burlap mat. 03 -06.4 Class 3 - Ordinary Formed Surface As forms are removed, the Engineer shall inspect surface. Any poor joints, voids, honeycombs, or rock pockets of a minor nature deeper than 1/4 inch shall be immediately repaired by cutting back to a full solid surface in a manner to form a key for grout. Voids shall be filled with nonshrink "Thorite" patching plaster applied according to the manufacturer's recommendations. All fins or other undesirable projections shall be chipped back on interior or exposed surfaces. Form nails, wires, or any metallic debris shall be removed or set below the surface and patched with nonshrink "Thorite" patching plaster. "Thorite" shall be as manufactured by Standard Dry Wall Products, Miami, Florida, or approved equivalent. 03 -06.5 Class 4 - Brush Coated for Formed Surfaces The concrete surface shall first receive the treatment as specified for Class 3 surface treatment. Immediately thereafter a brush coat of "Thoroseal" plus "Acryl 60" shall be applied to the surface at the rate of 2 pounds per square yard and worked into the minor voids. Overall effect shall be an even coating showing only brush marks. After one or two hours, depending on the ambient weather conditions, use a nylon brushy with plain water to work out all brush marks. "Thoroseal" and "Acryl 60" shall be as manufactured by Standard Dry Wall Products, Miami, Florida, or approved equivalent. 03 -06.6 Class 5 - Plaster Coated Formed Surfaces The concrete surface shall first receive the treatment as specified for Class 3 surface treatment. Immediately thereafter the surface shall receive a finish coating of "Thoroseal" plaster mix applied by trowel and finished with a rubber Thoro float to a 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 smooth even textured surface. The " Thoroseal" plaster mix shall be mixed with water and "Acryl 60" according to the manufacturer's instructions. The finish coat shall be a minimum of 1/8" in thickness with a lightly textured grain finish. Color shall be an off -white or as selected by the Engineer. "Thoroseal" and "Acryl 60" shall be as manufactured by Standard Dry Wall Products, Miami, Florida, or approved equivalent. Additionally, upon completion of the above specified treatment, the finish shall be painted in accordance with Section 09 of these specifications. 03 -06.7 Schedule of Finishes Surfaces not specifically mentioned shall receive Class 2 or Class 3 treatment as appropriate except where otherwise approved by the Engineer. 03.06.8 Concrete Floor Sealer All concrete floors without floor covering shall be finished with one (1) coat of Spartan -Cote, Cure -Seal- Hardener by The Burke Company and shall be applied per manufacturer's specifications. 03 -07 OPENINGS FOR INSTALLATION OF AND PREPARATION FOR OTHER WORK The Contractor's attention is directed to the fact that openings must be left in structures for the installation of mechanical equipment, piping and wiring and that certain mechanical and electrical appurtenances and foundation anchor bolts are to be embedded in concrete, and that some of such work is unavoidably omitted from the drawings. The Contractor shall examine all Plans to determine the relation of concrete work with all other work, and shall attend to the following matters: Openings shall be left in floor and walls for ducts, flues, pipes, conduits, etc., required for mechanical, electrical, and plumbing installations. Openings not shown on the Plans or details shall be subject to approval by the Engineer. Any additional openings or changes in size or location of the openings shown on the Plans, if deemed necessary by the Engineer, shall be provided by the Contractor in proper time to prevent unnecessary cutting of concrete work, and no additional payment shall be made therefore. Wood, if used for pipe holes, shall be completely removed after concrete has set. If metal is used, it shall be removed or cut off as directed by the Engineer. After piping is installed, concrete shall be filled in solid between the edge of the hole and the piping, leaving clearance, where necessary for expansion. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Inserts: The Contractor shall organize the setting and maintaining in all correct positions, all work required to be embedded in the concrete, and furnished and installed as specified under other sections of these specifications, including anchor bolts, anchors, electrical conduits, wood inserts and nailing blocks, reglets, dovetail slots, pipe sleeves, thimbles, and other work as required. Wood inserts and nailing blocks that will be concealed shall be Wolmanized, or given two (2) coats of creosote oil before placing in forms. Pipes other than electrical, shall not be permitted in structural concrete, except where indicated on the drawings. Where required in slabs, piping shall be located in center thereof. 03 -08 DEFECTIVE WORK If the defective work is judged by the Engineer to be major in character or concrete does not conform with lines shown on the Plans, the Contractor will be required to replace the work or repair it in a manner satisfactory to the Engineer at the Contractor's expense. 03 -09 TESTS 03 -09.1 Genera] Testing Laboratory fees will be at the expense of the Owner. The Contractor shall cooperate and allow three (3) test cylinders to be taken for each day's pour of concrete or each 150 cubic yards. The inspection of the work and the certification of the Testing Laboratory or any other body shall not relieve the Contractor of obligation to fulfill his contract as specified, and defective work shall be replaced and unsuitable materials may be rejected, notwithstanding that such defective work or unsuitable materials may have been overlooked by the Engineer and the Testing Laboratory. 03 -09.2 Aggregates Aggregates shall be tested before the concrete mix is established and, whenever the source of an aggregate is changed for testing, a 10 pound sample of fine aggregate and a 10 pound sample of each average quality and grading of the aggregate in question, shall be delivered to the Testing Laboratory in sufficient time to avoid delay in the work. 03 -09.3 Cylinders One set of three (3) test cylinders shall be made for each day's pour of 150 cubic yards or less of each class of concrete. All testing shall be in accordance to ASTM latest revisions, standard at time of bidding. Cylinders shall be numbered and dated and the point from which the sample was taken noted. The Owner will supply the molds. The Engineer will take samples in accordance with Method for Compression Test Specimens, ASTM C- 31 -62T, store sample for 24- hours, and deliver them to the Testing Laboratory. Tests will be made at 7 day and 28 day age, in accordance with ASTM C- 39 -64. 03 -09.4 Strength Should the strength of the concrete, as shown by the test specimens, fall below the specified value, the Engineer shall have the right to require additional curing of those portions of the structure represented by control specimens which failed to show the required strength. In the event that such additional curing does not give the strength required, the Engineer shall have the right to require strengthening or replacement of those portions of the structure which fail to develop the required strength. All extra work done as a result of any low strengths of the control specimens shall be perform at the expense of the Contractor. 03 -10 CLEANING All slabs shall be swept clean and washed prior to delivery of the completed project to the Owner. 03 -11 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract price bid for all items of which this work is a component part. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 04 - ROUGH CARPENTRY GENERAL 04 -01.1 DESCRIPTION A. Scope: 1. CONTRACTOR shall furnish all labor, material, equipment and incidentals required to provide rough carpentry as shown and specified. a. Provide openings in rough carpentry to accommodate Work under this and other Sections and building into the carpentry all items such as sleeves, anchor bolts, inserts and other items to be embedded in carpentry for which placement is not specifically provided under other Sections. b. Provide pressure treated wood blocking. 2. The extent of the carpentry Work is shown on the Drawings. B. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be installed with the carpentry. 04 -01.2 OUALITY ASSURANCE A. Lumber Standard Design Criteria: Comply with American Lumber Standard Committee PS -20, except as other wise specified. B. Reference Standards: Comply with applicable provisions and recommendations of the following, except where otherwise shown or specified: 1. American Lumber Standard Committee, National Grading Rule for Dimension Lumber, PS -20 2. American Wood Preservers Bureau Standard (AWPB), LP -2. 3. OSHA. 4. Southern Pine Inspection Bureau (SPIB), Grading Rules. 5. Western Wood Products Association (WWPA), Grading Rules. 04 -01.3 SUBMITTALS A. Shop Drawings: 1. Submit for approval copies of chemical treatment manufacturer's instructions for proper use of each type of treated material. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2. For water -borne preservatives, include statement that moisture content of treated materials was reduced to maximum of 15 percent prior to shipment to Project site. B. Pressure Treatment Certificates: Provide certification by treating plant stating chemicals and process used, net amount of salts retained and conformance with applicable standards. 04 -01.4 PRODUCT DELIVERY STORAGE AND HANDLING A. Storage of Materials: Keep materials dry during delivery and storage. Protect against exposure to weather and contact with damp or wet surfaces. Stack lumber, and provide air circulation within stacks. B. Handling Materials: Handle all treated products as specified in American Wood Preserver's Association, M4. PRODUCTS 04 -02.1 MATERIALS A. Lumber, General: 1. Nominal Sizes are shown, except as shown by detail dimensions. Provide actual sizes as required by American Lumber Standard Committee, National Grading Rule for Dimension Lumber PS -20, for the moisture content specified for each use. a. Provide dressed lumber, S4S, unless otherwise shown or specified. b. Provide seasoned lumber with 15 percent maximum moisture content at time of dressing. 2. Provide the following grade and species: a. Construction grade Douglas Fir, WWPA. b. No. 1 Dimension Grade Southern Pine, SPIB. B. Accessories: 1. Nails, Spikes, and Staples: Galvanized for exterior locations, high humidity locations, and treated wood; size and type to suit application. 2. Bolts, Nuts, Washers, Lags, and Screws: Medium carbon steel; size and type to suit application; galvanized for exterior locations, high humidity locations, and treated wood. 3. Fasteners: Toggle bolt type for anchorage to 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 hollow masonry. Expansion shield and lag bolt type for anchorage to solid masonry or concrete. Bolts or power activated type for anchorage to steel. Power activated anchors may be used for light, non - vibrating loads secured to concrete. c. Lumber for Protection and Temporary Support: Size and grades to meet applicable requirements of OSHA and structural requirements. 04 -02.2 WOOD TREATMENT A. Preservative Treatment: Where lumber is specified herein to be treated, comply with the applicable requirements of the American Wood Preservers Bureau (AWPB). Mark each treated item to comply with the AWPB Quality Mark requirements for the specified requirements. 1. Pressure -treat above ground items with water- borne Chromated Copper Arsenate preservatives complying with AWPB LP -2. After treatment, kiln -dry to a maximum moisture content of 19 percent. Treat indicted items and the following: a. Wood cants, nailers, blocking, stripping, and similar members in connection with roofing, flashing, waterproofing, and concealed members in contact with masonry. B. Where items are cut after treatment, coat cut surfaces with heavy brush coast of same chemical used for treatment. Inspect each piece of lumber after drying and discard damaged or defective pieces. EXECUTION 04 -03.1 INSPECTION A. CONTRACTOR and his installer shall examine the substrate and conditions under which the carpentry Work is to be performed, and notify the ENGINEER in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to the ENGINEER. 04 -03.2 INSTALLATION A. General: 1. Discard units of material with defects which might impair the quality of the Work, and 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 units which are too small to fabricate the Work with minimum joints or the optimum joint arrangement. 2. Set carpentry Work accurately to required levels and lines, with members plumb and true and accurately cut and fitted. 3. Securely attach carpentry Work to substrates by anchoring and fastening as shown and as required by recognized standards. Use common wire nails, except as otherwise shown. Make tight connections between members. Install fasteners without splitting of wood, pre- drill as required. B. Blocking: 1. Provide wherever shown and where required for attachment of other work. Form to shapes as shown and cut as required for true line and level of work to provide for solid attachment of finish work. Coordinate location with other work involved. 2. Attach substrates as required to support applied loading. Countersink bolts and nuts flush with surfaces, unless otherwise shown. Build into masonry during installation of masonry Work. Where possible, anchor to formwork before concrete placement. 04 -03.3 TEMPORARY CONSTRUCTION A. Provide all lumber and accessories required for scaffolding, safety and protection of the Work. B. Comply with applicable codes, OSHA regulations and structural requirements. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 05 - ASPHALT CONCRETE PAVEMENT CONSTRUCTION 05 -01 $COPE OF WORJ The work covered by these Specifications consists of furnishing all labor, equipment, appliances, materials and performing all operations in connection with the asphalt paving excavation; related hauling, rolling, blading and the completion of subgrade preparation; base material placement; asphaltic concrete pavement and related drainage facilities complete in accordance with the Plans and subject to the terms and conditions of the Contract Documents. The City of Austin Standard Specifications shall apply to this work, unless otherwise modified by these Specifications. 05 -02 TESTING Prior to construction of the hot mix asphaltic concrete course, the Contractor shall supply the Owner's representative (at the Contractor's expense) a sieve analysis of the aggregate and laboratory test results of the density and stability of the hot mix to be furnished on this project. If, in the opinion of the Owner's representative, a new asphalt design is required, the Contractor shall engage an independent testing laboratory acceptable to the Owner's representative to design a new mix using varying proportions of aggregate and asphalt. 05 - 03 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract price bid for items of which this work is a component. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 06 - Chlorination and Ammonia Equipment GENERAL 06.01.1 SCOPE Furnish and install chlorination and ammonia upgrades to the water treatment plant, Lake Creek and Westinghouse well Site. Electrical and control shall comply with appropriate specification and drawing requirements. 06.01.2 EOUIPMENT FIELD SERVICE Provide the services of factory- trained personnel to assist in the installation and start -up of chlorine and ammonia equipment and control system. Provide at least three (3) days on -site time of factory- trained personnel for training plant personnel on the operation and maintenance of the equipment. 06.01.3 ACCEPTABLE MANUFACTURERS The chlorination and ammonia equipment shall be by one of the following suppliers: 1. Wallace & Tiernan 2. Capital Controls 3. Approved Equal 06.01.4 ,ACCEPTABLE STANDARDS The requirements which have been established by the following organizations for materials and equipment used in handling chlorine and for installation of such equipment shall be complied with: 1. The Chlorine Institute, Inc. 2. ASME Codes for Unfexed Pressure Vessels 3. American Ammonia Institute PRODUCTS 06.02.1 MATERIALS A. The Contractor shall supply all equipment and incidentals to provide a complete chlorination /--MW system. The following list is provided solely as and aid to the Contractor, and the absence of any item from this list or any other list shall not be considered as adequate justification for any claims of extra cost, extra work or delay. 1 1 Site Water Treatment Plant 1 1 Lake Creek Well Site 1 1 1 Westinghouse Well Site 1 1 1 1 1 1 1 1 1 1 Descrintion Quantity Remarks Ammoniators (500PPD) 2 ea. Capital 4610 A Bulk Ammonia Tank Valves & 1 lot Dalworth, Controls Ferguson Amperometric Titrator Residual Analyzer Ammonia Leak Detector Chlorinators 2 ea. W &T v800 V2 Conversion Kit Ammoniators (25OPPD) 2 ea. Capital 4610A Control Bldgs 2 ea. W &T 85 -800 Bulk Ammonia Tank (500G) 1 ea. Dalworth, Ferguson Chlorine Weigh Scale Asmbly 2 ea. Force Flow Chlorine Leak Detector 1 ea. MSA Ammonia Leak Detector 1 ea. MSA Residual Analyzer 1 ea. Entera Series 5151T Ammoniators (100PPD) COntrOl Building Bulk Ammonia Tank (300G) Residual Analyzer Ammonia Leak Detector Chlorine Leak Detector 1 ea. F &P 17 T 2000 1 ea. Entera Series 5151T 1 ea. MSA 2 ea. Capital 4610 A 1 ea. W &T 85 -800 1 ea. Dalworth, Ferguson 1 ea. Entera Series 5151T 1 ea. MSA 1 ea. MSA 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 06.02.2 AMMONIA GAS PRESSURE FEEDER a. Description The gas ammoniator shall be gas pressure operated, flow proportioning control. The ammoniator shall have a maximum capacity of anhydrous ammonia gas flowmeter as shown. b. Design The ammoniator design shall provide for conveying the gas under a reduced pressure, from the ammonia supply valve to the diffuser check valve assembly. The ammoniator shall be constructed of materials specially suited for wet and dry ammonia gas service. All springs used in the ammoniator shall be stainless steel. c. Components The ammonia dispensing system shall be comprised of five (5) gas regulating, metering, control and application components: an ammonia gas pressure regulator with integral ammonia valve yoke and gas flow indicator, manual exhaust valve, floor cabinet flow controls, microprocessor -based controller, and gas diffuser with check valve. d. Pressure Regulator The pressure regulator reduces anhydrous ammonia gas from source pressure to approximately 20 psig (1.4 bar). This spring - opposed regulator shall be factory set and shall not require any field adjustment for operation. Excess pressure will be prevented from building up in the system by means of a spring loaded, integrally mounted, diaphragm actuated pressure relief valve. The excess pressure shall be vented to the outside. e. Manual Exhaust Valve A manual exhaust valve shall be provided for mounting in the ammonia gas line between the regulator and the floor cabinet. The valve shall be manually opened during gas supply replenishment to vent gas pressure to a safe location. f. Flow Cabinet Gas Flow Controls The floor cabinet shall house the automatic gas flow control valve with integral manual adjustment knob for control of gas feed when g. not in automatic operation, differential pressure regulator, gas flow indicator to show gas feed rate, and an ammonia gas pressure gauge. These components shall be housed in a floor mounted fiberglass cabinet having dimensions of 64" (1625 MM) high, 27" (685 MM) wide, and 19 -3/4" (500MM) deep. The gas flow indicator and gas pressure gauge is mounted in the 24" (610MM) X 17" (430MM) cabinet window. Dual front panels (top bezel and bottom access cover)shall be removable without the use of tools for ease of access to all cabinet internals for servicing. The cabinet shall include rigid side frames, dual front panels, total rear access, and a ventilated kick plate to facilitate air circulation. All utility inlets and outlets shall be bulkhead connections mounted in the rear. Microprocessor -Based Controller A microprocessor =based controller with flow proportioning control mode shall be provided to position control valve. The automatic gas flow control valve shall respond to solid - state switching commands from the controller. The controller shall automatically process the flow signaL /or pump motor starts. When changing between manual and automatic flow proportioning control, transition shall be smooth with no appreciable valve movement. The controller shall digitally display gas valve position, flow, dosage, and flow alarm setting in automatic flow proportioning control and gas valve position and flow in manual control. Flow input signal shall be calibrated at the factory. Provision shall be provided for field calibration. Data protection for a minimum of four (4) days shall be provided. The controller shall provide a gas flow output signal of (4 -20 mAdc). The controller shall be remotely mounted from the gas feeder and shall be customer wired to the floor cabinet mounted gas flow control valve. The controller shall provide: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. Customer power connection terminals. 2. SPDT alarm contacts for: 2.1 No or low flow condition 2.2 Valve closed 2.3 Contacts rated 5 amps @ 240 Vac resistive load 3. Indicator for no or low flow conditions The flow alarm adjustment range shall be 0- 20% The Controller shall provide for a dosage adjustment with a 2:1 turn -up ratio and a minimum 5:1 turn-down ratio. The flow signal to the controller shall be (4 -20 mAdc) The control valve shall be independently adjustable over its entire range by the flow signal. The controller shall automatically close the valve upon a condition of zero water flow when operating under flow proportioning control. h. Gas diffuser with Check Valve The diffuser -check valve assembly shall consist of a spring loaded check valve to prevent water from backing up into the ammonia feed system. The diffuser disperses fine gas bubbles into the water being treated. The maximum back pressure at the point of application shall be 10 psig (0.7 bar) (For pipeline addition) the diffuser shall be a slitted, expandable rubber sleeve type close coupled with a corporation cock assembly having (Mueller thread) GAS DETECTOR 06.02.3 A. Ammonia /Chlorine Gas Leak Detectors - One (1) each NEMA 4 X wall mounted, gas monitor with LED readout of gas concentration, shall be installed. The monitor shall be connected to audible alarm horn. The monitor shall detect levels of 0 -25 ppm gas concentration. Monitor assembly shall be as manufactured by MSA, Wallace & Tiernan, or equal. AMPEROMETRIC TITRATOR 06.02.4 A. Description Instrument shall be furnished to measure free and combined residual of chlorine by 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 titration procedure in which the end point is indicated electrically. The amperometric titrator shall be Fisher and Porter Series 17T2000, or approved equal. 1. Sensitivity: 0.01 mg /1 of residual chlorine. 2. Construction: Table mounted, corrosion resistant housing containing agitator motor, transformer, potentiometer and electronics. 3. Electrical Requirements: 120 VAC, 60 Hz B. Accessories. 1. Sample container. 2. Polyethylene bottler for titrating solution. 3. Pipettes. 4. Chemicals. CHEMICAL FEED BUILDING 06.02.5 The Contractor shall furnish and install an 6' L x 6' W reinforced fiberglass building for housing the alum, polymer and chlorine chemical feed equipment. The building shall be as manufactured by Warminister Fiberglass, Plasti -Fab, Wallace & Tiernan, or approved equal. The building shall be pre -wired and plumbed and include the following equipment: 1. Double (2) 3' x 5'5" door assembly, with windows and lock assembly. 2. Intake Fan - 7" w /gravity shutter - 135 CFM - Dayton 2C634 including fiberglass canopy w /insect screen. 3. Exhaust Vent - 12" square fiberglass w /gravity shutter and insect screen. 4. Ceiling Mounted Heater - 120 VAC, 1500 W - Titan T770 w /thermostat and tipover switch. 5. Ceiling Mounted Fluorescent Light with dual fixture. CHLORINE /AMMONIA AND PIPING 06.02.6 A. Steel Construction Materials for Dry Chlorine /Ammonia Service. Note - Ammonia corrodes copper, silver, zinc, and their alloys. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 For handling dry ammonia at bulk tanks, to the ammoniators. 1. Pipe: 3/4" and over carbon steel, seamless Schedule 80. 2. Fittings (except unions): Up to 1 -1/2" shall be forged carbon steel, 2000 lb. CWP, screwed or socket weld. 3. Unions: Up to 1 -1/2 ", flanged joints are preferred; 2000 lb. CWP threaded or socket weld unions may be used. 4. Flanges: Up to 1 ", two -bolt ammonia flange unions, 1500 lb. CWP (screwed ends), can be used. 5. Valves: Up to 1 -1/2 ", screw end O.S. &Y., or equal, globe valves with bolted bonnet and gland; body, bonnet and yoke: forged carbon steel; trim: Monel or Hastelloy "C ". 3/4" Chlorine Institute Standard Ton Container Valves or modified ton container valves may be used. All valves shall be furnished with level or wheel type operating handles. Ball valves specifically designed for chlorine service may be used in lieu of globe valves. Ends may be screwed or flanged. Body material must be cast steel per ASTM A -216 Grade SCB; ball or stem: Monel or Hastelloy C; seat: reinforced PTFE; seals: PTFE. 6. Flange Facings: USA B16.5 (dimensions) small tongue and grove or 1/16" raised face. Two -bolt oval flanges, tongue and groove, to manufacturer's standards. 7. Gasket: Bonded asbestos fiber per MIL A- 17472 -B or 2 -4% antimony lead. 8. Packing: Oil free graphitized asbestos, Garlock 7130 special, or equal, also Teflon. 9. Gauges: Pressure gauges, protected by a silver or tantalum diaphragm and provided with isolation valves. The pressure sensing side of the diaphragm housing must be constructed of silver plated, leaded naval bronze. Pressure rating shall be twice the normal operating pressure. B. 150# CYLINDERS CONNECTIONS A flexible connection shall be provided between each cylinder and the piping system, complete with auxiliary container isolating valve, yoke clamp, and Wallace and Tiernan System 50 -175C, or approved equal, automatic gas switchover system. 1. Copper tubing shall be soft seamless, 3/8" OD x 0.049" wall, suitable for 500 psig. 2. Fittings: 3/16" to 3/4" OD, shall be of the (1) union type with lead gaskets; fittings brazed to tubing, or of the (2) three -piece 37 flared type, SAE Standard; straight bodies and nuts: brass barstock; shaped bodies: brass forgings; sleeves: copper silicon, or of the (3) four -piece flareless type, Crawford Swagelock or equal; brass bodies and nuts. 3. Connection between ton cylinders and header shall be of such length to permit one coil. 4. Provide isolation valve and yoke clamp at container end of flexible piping. 5. At Lake Creek Well Site, provide automatic gas switchover system complete with pair of automatic switchover valves, 2 mounting yokes. C. Plastic Construction Materials. Materials used for chlorine solutions process water, and chlorine gas from the ejectors to the chlorinator. 1. Pipe and Fittings: Schedule 80 PVC rigid plastic pipe and fittings, cement joints, complying with the requirements of Section 05070, Polyvinyl Chloride Pipe. 2. Valves shall be PVC ball valves complying with the requirements of Section 15104, Ball valves. Check valves shall be PVC check valves complying with the requirements of Section 15110, Check Valves. CHLORINE RESIDUAL ANALYZER 06.02.7 Furnish and install a continuous chlorine residual analyzer at the laboratory. The unit shall be easily converted to either free or total chlorine measurement. Analyzer shall be constructed of corrosion resistant materials. All components and controls shall be accessible from the front of the unit to permit ease of observation of sample flow, sensor maintenance, and adjustment of setpoints. Sensitivity shall be 0.01 mg /1 with a range of 0- 20 mg /1 Power requirements shall be 120V AC, 60 hz input and 4 -20mA DC output signal proportional to mg /1. Analyzer shall be installed in a NEMA 4X enclosure, with LED readout. The chlorine sensor shall be a polarographic membraned sensor capable of direct measurement of chlorine in water without the use of liquid reagents. Measuring sensor shall be gold and silver electrode, isolated from the measured sample by a chlorine permeable membrane. Accuracy of analyzer shall be + or - 2% of range. Speed of response shall be 4 seconds from sample entry to display indication. Furnish with 15 replacement membranes and an 8 ounce bottle of electrolyte. Analyzer shall be capable of measuring both free and total chlorine. Furnish Entera series 5151T or approved equal residual analyzer /monitor. Output signal shall be 4 -20mA DC and input power shall be 120V AC. ANYDROUS AMMONIA STORAGE SYSTEM 06.02.8 AMMONIA STORAGE TANK The tank is as shown having a design working pressure of 265 PSIG. The tank is constructed in accordance with the ASME Code for Unfired Pressure Vessels in effect at the time of fabrication. The 1 ea. 1 ea. tank has been inspected by a National Board inspector and bears the National Board stamp. The tank is code radiographed and fully stress relieved after fabrication. The tank is painted with one shop coat of primer and a finish coat of white paint. In accordance with the recommendations of the ANSI K61.1 Standard, the vessel is fabricated from steels with a tensile strength no greater than 70,000 PSI. TANK ATTACHMENTS 2.1 Relief Valves One dual relief valve assembly is provided consisting of one 3/4" threeway dual control valve and two 3/4" Rego vapor relief valves rated at 2125 CFM air at 120% of the 265 PSIG set pressure. The dual control valve permits one relief valve at a time to be shut off, leaving one to protect the tank at all times. Each relief valve has a discharge capacity rating in excess of that required for the surface area of the tank. 2.2 Valves and Fittings All valved tank openings are provided with excess flow check valves or devices between the openings and shutoff valves with the exception of the relief valve assembly. All valves are designed for ammonia service, Rego or equivalent. Fittings are forged steel. Piping is Schedule 80 Black Iron. 1 ea. 2" 0 -400 PSIG Pressure Gauge Rego A 8800 1 ea. Liquid Level Indicator, Top Mount Rochester Senior Float Gauge Liquid Fill & Vapor to Process Excess Flow Valve: 1 1/4" x 1 1/4" Continental A954 Type 2. Shut -Off Valve: 1 1/4" Rego A7509 BR Globe Valve with A8001 U Hydrostat. Hose Connection: 1" MPT x 1 1 1/4" - 6 ACME, Continental A521 B Adaptor. Fill Line is Shop Piped to Bracket on the Tank. Drain Excess Flow Valves: 3/4" x 3/4" Continental A950 Type 1. Shut -Off Valve: 3/4" Rego A7505 AR Globe Valve with A8001 u Hydrostat. Valve is Plugged. MEASUREMENT AND PAYMENT 06.03 No separate payment for work performed under this item will be issued. Include cost of same in contract price bid for all items of which this work is a component. SECTION 07 - PIPING 07 -01 GENERAL 07 -01.1 Work Included All labor and materials to complete all work as shown on the Plans and as specified herein. The City of Austin Standard Specifications shall apply to this Work unless otherwise modified by these Specifications. 07 -01.2 Care of Pipe Coating and Lining Pipe shall be so handled that the coating or lining will not be damaged. If however, any part of the coating or lining is damaged, the pipe shall be subject to rejection. 07 -01.3 General Requirements for Alianment and Grade The pipe shall be laid and maintained to the required lines and grades with fittings and valves at the required locations; spigots centered in bells; and all valve stems plumb. The inside of the pipe wall at the bottom of the installed pipe shall slope continuously in the direction indicated and shall be located on the invert elevations indicated within 0.01 foot for gravity piping and within 0.03 foot for all other piping. 07 -01.4 Deviations Occasioned by Other Structures Wherever obstructions not shown on the Plans are encountered during the progress of the work and interfere to such an extent that an alteration in the Plans is required, the Engineer shall have the authority to change the Plans and order a deviation from the line and grade, or arrange with the Owners of the structures for the removal, relocation, or reconstruction of the obstructions. If the change in Plans results in a change in the amount of work by the Contractor, such altered work shall be done on the basis of payment to the Contractor for extra work under the requirements of the General Conditions, or credit to the Owner for less work. No deviations shall be made from the line and grade without the written consent of the Engineer. 07 -01.5 Inter ption of Service No drainage channel, storm sewer, or other utility shall be put out of service without written approval of the Engineer and /or Owner. 07 -01.6 Shop Drawings The Contractor shall submit and obtain approval of shop and material details of pipe and fittings before the materials are manufactured. See Section on "Shop Drawings, Submittals, Operating Manuals and Service" included as part of these Specifications for items requiring approval. 07 -01.7 Threads American Standard Pipe Thread shall be used for I.P.S. threaded work. No screwed pipe joints shall be caulked or connected with rope or packing of any kind. Burrs formed by cutting tools shall be reamed out and, before installation, each section of pipe shall be examined to see that it is clean and clear. Pipes shall be free from tool marks. When erecting plated, polished, or soft -metal piping, friction wrenches shall be used exclusively. In "marking up" screwed joints, Crane or Key White thread lubricant shall be used and applied to male threads only. 07 -01.8 Supports and Anchors Pipe supports, unless otherwise shown on the Plans, shall be provided at the base of all risers, at intervals not to exceed 5 feet on all runs of pipe 2 inches and smaller in diameter. Pipe run in groups shall be spaced equally and kept parallel throughout the length of the run. Pipe abutting walls or ceilings shall be supported by Unistrut P1000 channels, Figure 650 pipe clamps and hanger rods if necessary. For pipe over 2 inches, hangers shall be Grinnel Company No. 260. For pipe 2 inches and less, hangers shall be Grinnel Company No 97. All items shall be galvanized. Pipe supports shall be Grinnel Company No. 264, complete with proper size extension pipe and floor flange. Expansion bolts and inserts driven into concrete 07 -01.9 Governing Standards All codes, standards, ASTM Standards referred to in the following Specifications shall be in accordance with the latest revision of the standards at the time of bidding. 07 -02 MATERIALS 07 -02.1 General slabs for pipe hangers shall be installed without injury to the structure. Anchorage shall be provided for fittings where there is danger of pulling joint when under pressure. Piping material shall be as herein specified unless otherwise shown on the Plans. Standard Specification designations shall be the latest published designations. Coatings shall be as specified in Section 09. 07 -02.2 Steel Pipe Pipe 6 inches in diameter and smaller shall be designated black steel pipe (BS), galvanized steel pipe (GS), and Schedule 80 seamless steel pipe (Sch 80 Seamless) and shall be manufactured in accordance with ASTM A -120. The minimum class pipe shall be as designated in the Plans. Fittings shall be 125 pounds and threaded, unless otherwise shown on the Plans. Unions larger than 3 inches shall be standard flanged unions. Welded fittings shall conform to ASTM A -234 with a wall thickness equal to or greater than the pipe wall. Mitered fittings shall conform to AWWA C -208. Flanges shall be ASA -150. Welding shall be in accordance with AWWA C -206. Pipe larger than 6 inches shall be designated STL and shall be manufactured in accordance with AWWA C -201 or 202. Fittings shall be steel welded fittings ASTM C -208. Flanges shall be in accordance with AWWA C -207, hub type. Welding shall be in accordance with AWWA C -206. Pipe 6 to 12 inches shall be Schedule 40; 14 to 28 inches shall be Schedule 10; and 30 inches and larger shall have a wall thickness of 5/16 inch (0.312 "). 07 -02.3 Cast Iron Pipe Fittings (CIP) Fittings shall be in accordance with ANSI A -21.10 and AWWA C -110 for mechanical joints, ANSI A -21.11 for lock -type push -on joints and ANSI B -16.1 for flanged joints. Sizes 3 inch through 12 inch shall have a pressure rating of 250 psi minimum and sizes 14 inch and larger shall have a pressure rating of 150 psi minimum. 07 -02.4 Ductile Iron Pipe (DIP) Pipe shall be centrifugally cast ductile iron with the pipe barrel meeting all quality requirements of AWWA Specification C -151. Ductile iron pipe shall have a bituminous coating inside and outside, in accordance with AWWA C -104 standard thickness. Mechanical joint and lock -type push -on joint pipe shall be as designated on the Plans and in no case less than Class 50. Flanged ductile pipe shall be Class 53 minimum for sizes 3 inch through 18 inch and Class 55 for 20 inch and larger sizes. All fittings shall be mechanical joint for underground piping and flanged joint for above ground piping. All standard fittings shall have a minimum Class 53 wall thickness rating. Compact "short body" fittings shall meet ANSI A -21.53 standards and shall be Class 54 minimum. all fittings shall have a minimum 350 psi pressure rating. 07 -02.5 Copper P'.pe (CU) Copper pipe shall be ASTM B- 88 -51, Type L. Pipe 1/2 inch in diameter and larger shall be "hard - drawn" and smaller than 1/2 inch shall be annealed. Fittings 1/2 inch and larger shall be streamline solder joint fittings and smaller than 1/2 inch shall be flared. Connections to other piping, tanks, and pumps shall be made with dielectric unions. In "making up" joints in copper tubing lines, only torches for that purpose may be used. Common blow torches will not be permitted. 07 -02.6 Polyvinyl Chlorine Pipe (PVC) Polyvinyl chloride pipe for chlorine and chemical solutions shall conform to Commercial Standard CS207 -60, Type 1, with a minimum wall thickness corresponding to Schedule 80 unless otherwise shown on the Plans. All joints above ground shall be screwed and sufficient unions shall be used, so the piping can be disassembled without the need to cut pipe. For buried water lines, PVC pipe meeting AWWA C -900 standards shall be used. The class of pipe to be installed shall be as shown on the Plans and shall be DR25 (100 psi rating), DR18 (150 psi rating) or DR14 (200 psi rating). 07 -02.7 polybuthylene Pipe (BP) Water laterals or service connections shall be constructed of copper tubing standard ultra -high molecular weight high density polybutylene plastic pipe which shall meet or exceed ASTM D -2666 latest revision and has NSF approval. The pipe shall be rated at 250 psi minimum. 07 -02.8 Flexible Couplings (FC) Flexible couplings shall be of the sleeve type with the stop removed in the middle ring. Couplings located underground shall be Smith -Blair 431 for the sizes provided therein. Otherwise, underground couplings shall be Smith -Blair 411 or Dresser Style 38 with a fusion epoxy coating. Above ground couplings shall be Smith -Blair 411 or Dresser Style 38. 07 -02.9 Flanged Coupling Adapters (FCA) Flanged coupling adapters, with anchor studs and /or harnesses as indicated on the Plans, shall be Smith - Blair, Type 912 or Rockwell International, Type 913, for nominal diameters from 3 to 24 inches. Anchorage across flexible couplings with bent rods will not be permitted. 07 -02.10 Gaskets All gasket materials shall be Crane's "Cranite" 1/16 inch asbestos sheet packing. Gaskets shall be coated with thread lubricant when being installed. Flange bolts shall conform to ASTM A -307. 07 -02.11 High Density Polyethlene Pipe (HDPE) Piping shall comply with ASTM D3350, and F714. SDR rating shall be at least 15.5. Installation shall be as per ASTM D 2321. 07 -03 PLUMBING 07 -03.1 General, The Contractor shall furnish and install all piping, valves, fittings, and accessories to provide a complete plumbing installation as shown on the Plans and as specified. All materials shall be new and undamaged, and shall conform to the Specifications and to applicable codes. 07 -03.2 Rules and Regulations All work and materials shall be in full accordance with the latest rules and regulations of the National Fire Prevention Association and the State Fire Marshal; the safety orders of the State Division of Industrial Safety; the National Electric Code; the Uniform Plumbing Code published by the Western Plumbing Officials Association; and other applicable local or state laws or regulations. Nothing on the Plans or in the Specifications is to be construed to permit work not conforming to these codes. When the Specifications call for materials or construction of a better quality or larger size than required by the above mentioned rules and regulations, the provisions of these Specifications shall take precedence over the requirements of the said rules and regulations. The Contractor shall furnish, without any extra charge, any additional material and labor when required by the compliance with these rules and regulations, though the work may not be mentioned in these particular Specifications or shown on the Plans. Spaces are provided in the design for the construction of the building to install the plumbing work and the Contractor shall keep all pipe within the furring lines established on the Plans, unless pipes are shown exposed. All pipes shall be run in the approximate locations shown and shall be of sizes given on the Plans. Unless otherwise shown, pipelines shall be run parallel to, or at right angles to, the structure. Piping must be offset wherever necessary to obtain head room. In all cases, pipelines shall be installed to conform to the actual conditions found in the building such as offsetting to clear structural members, etc. Holes for pipes through walls, domes, or ceiling shall be lined with 24 -gauge galvanized steel sleeves with 1/2 inch flanges on each end. where pipes pass through walls, ceilings, or floors, they shall be fitted (in lavatory and chlorine rooms) with chrome- plated plates. Plates must be securely held in position allowing enough clearance for expansion. Pipes through the roof shall be flashed and made watertight using SEMCO 6 pound seamless lead flashing with 6 inch shirt - and -caulk type counter flashing sleeve. Wherever changes in sizes of piping occur, the changes shall be made with reducing fittings, as the use of bushings will not, in general, be permitted. Eccentric reducing fittings shall be used wherever necessary to provide free drainage of lines. All "horizontal" drain pipes within the building shall have a minimum of 1/4 inch pitch per foot, unless otherwise marked or required to obtain the indicated inverts. Cleanouts shall be installed where required or where indicated on the Plans. No cleanouts or valves shall be installed in inaccessible places. Where valves, traps, or cleanouts are installed in furred ceilings or walls, the Contractor shall furnish and install access plates and frames in the furring. Traps shall be capable of being disassembled without cutting the pipe. The Contractor shall thoroughly clean all plumbing fixtures and trim free from rust, dirt, etc., before any covering or painting is done or the system put in readiness for final inspection. The Contractor shall protect all vitreous- finished surfaces or fixtures with heavy paper plaster hereon, or by other means, throughout the period of construction. The piping system shall be flushed out until it is thoroughly clean in the judgment of the Engineer. All openings into pipes shall be effectively capped to keep foreign matter out while under construction. After the completion of all work, all resulting debris shall be removed to leave the entire work in a complete and undamaged condition and the system adjusted to proper operation. 07 -03.3 Materials Fixtures: Fixtures are specified on the Plans. Floor Drains and Traps iron as manufactured Plans. Traps shall installed as near as they service. Dielectric Fittings: dissimilar metals are Floor drains shall be cast by number as shown on the be cast iron and shall be possible to the unit which Shall be provided wherever connected. 07 -04 INSTALLATION OF PRESSURE LINES All pipe and fittings shall be carefully examined for defects and no piece shall be installed which is shown to be defective. Special care shall be taken to avoid leaving bits of wood, dirt and foreign particles in the pipe. Every precaution shall be taken to prevent foreign material from entering the pipe while it is being placed in the line. In the trench to prevent getting earth into the pipe, the Engineer may require that, before lowering the pipe into the trench, a heavy, tightly woven canvas bag of suitable size shall be placed over each end and left there until the connection is made to the adjacent pipe. During laying operations, no debris, tools, clothing, or other materials shall be placed in the pipe. At times when pipelaying is not in progress, the open ends of pipe shall be closed by a watertight plug or other means approved by the Engineer. Pipe shall be laid with the bell ends or coupling ends facing in the direction of the laying unless directed otherwise by the Engineer or specifically indicated on the Plans. All pipe shall be carefully placed and supported at the proper line and grade, and shall be sloped to permit drainage. Minor adjustment may be necessary to avoid architectural and structural features. Major relocations shall be approved by the Engineer Minimum earth cover shall be 30 inches, unless otherwise shown on the Plans. Sufficient screw unions, flanges, joints, or 07 -06.1 General flexible couplings shall be used to allow the convenient removal of any run of pipe without removing adjacent runs or equipment. Where practicable, make -up joints have been indicated on the Plans; however, omission of these joints from the Plans does not excuse the Contractor from their installation. Wherever a pipe larger than 3 inches in diameter is cast or grouted in place and passes from concrete to earth, a flexible coupling must be used on the earth side. Bare metal pipe passing from concrete to earth shall be wrapped with Scotch Wrap 60 for 3 inches each side of the concrete face on the earth side. All metal pipe below ground shall be wrapped with 4 -mil polyethylene. 07 -05 INSTALLATION OF GRAVITY LINES Wherever possible, the Contractor shall avoid the distribution of pipe to the trench site too far in advance of the laying operations. The Contractor shall exercise care in the unloading of the pipe so as to avoid damage caused by the unloading operations. immediately preceding the laying of a length of sewer pipe, it shall be visually checked for damage, defects, and to ensure that the inside of the pipe is clean and free from debris. Both bell and spigot shall be clean before the joint is made, and care shall be taken that nothing but the joint - making material enters the joint. If water is encountered in the trench, it shall be kept below the bottom of the bell of the pipe. Should the water, through neglect or otherwise, rise in the trench before the jointing operation is completed, the annular space in all pipe so affected shall be freed of all water and foreign matter and thoroughly cleaned before completing the jointing operation. When pipe laying is not in progress, the forward end of the pipe shall be kept effectively closed with an approved temporary barricade. 07 -06 CLEANING, TESTING AND DISINFECTION Pressure and gravity lines shall be cleaned of all foreign matter and tested in the presence of and to the satisfaction of the Engineer. Leakage shall be corrected or, in the case of the sewer lines, shall be brought within the allowable limit at the Contractor's expense. The Contractor shall furnish the necessary pumps, labor, equipment and materials and shall perform the required tests of the completed system before the system is placed in operation or connected to other lines. 07 -06.2 Cleaning The gravity and pressure lines shall be flushed clean prior to testing or disinfection. 07 -06.3 Disinfection Potable water systems shall be disinfected in accordance with AWWA C -601 "Procedure for Disinfecting Water Mains." 07 -06.4 Testing 07- 06.4.1 Water Mains All testing of pipe shall be done under the supervision of the Inspector. The test section shall be bled of air and presoaked in a manner and for a time determined by the Inspector. The Contractor shall furnish all equipment and materials for the testing and shall perform such tests as follows: a) Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours. b) Pressure - The test pressure shall be 150 psi actual hydrostatic pressure on the lowest point in the test section. The pressure gauge shall be no more than 30 feet above or below the lowest point; the gauge reading shall compensate for the actual difference in elevation and any movement (change in elevation) of the gauge shall necessitate beginning the test again. The actual hydrostatic pressure shall not exceed 155 psi at any time and not be less than 145 psi for more than 15 minutes. Every effort will be made to maintain an average pressure of 150 psi at the lowest point in each test section throughout the test. c) Allowable Leakage - The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: where: L = (N) (D) (P) 0.5 7,400 L = Allowable leakage in gallons /per hour N = Number of joints in the length of pipe tested D = Nominal diameter of the pipe in inches P = Square root of the average of the maximum and minimum pressures within the test section in psi. d) Filling Rates - Maximum filling rates in gallons per minute equivalent to filling velocities of 1 foot per second, for pipes flowing full. 07- 06.4.2 }fir Piping Air piping shall be tested for a period of four (4) hours at 100 psi or 1.5 times the operating pressure. There shall be no drop in pressure allowed. 07- 06.4.3 Chlorine Solution Pining Chlorine solution piping shall be tested with air for a period of four (4) hours at a pressure of 100 psi. There shall be no leakage allowed. 07- 06.4.4 Gravity Lines Nominal Size Flow Rate 0 (apm) 4 9.8 6 14.7 8 19.6 10 24.5 12 29.4 14 34.3 16 39.2 18 44.1 20 49.0 24 58.8 27 66.1 30 73.4 33 80.8 36 88.1 42 102.8 48 117.5 The pipeline shall be completely filled with water for its complete length or by sections as determined by the Engineer. If tested for its complete length, the maximum head at any point shall not exceed 25 feet unless otherwise indicated. If tested in sections, the manholes in the test section shall be completely filled with water. After the pipeline has been filled and allowed to stand for 24 hours, the amount of exfiltration shall be calculated. any amount in excess of 200 gallons per inch of inside pipe diameter per mile per day shall be cause for rejection. 07 -06.5 Marking Tape Detectable mylar marking tape will be installed over all non - metallic pipelines. Care shall be taken to insure that the buried marking tape is mylar encased aluminum foil. Test data for the tape shall be provided on request. 07 -07 PIPE INSULATION 07 -07.1 Piping All piping 2 inches and smaller, and all exposed chemical feed, water supply, washdown and copper pipelines regardless of size, shall be insulated. Split 1/2 inch round insulation shall be used with a split PVC pipe covering utilizing galvanized metal straps as required. For piping that is not straight run, the insulation shall be pre - molded sectional urethane with aluminum wrap. 07 -07.2 Valves Valves and flanges which are an integral part of insulated lines shall be insulated with prefabricated urethane insulation covers as manufactured by Southwest Insulators, Inc. Covers shall be wired in place. All voids shall be made solid by pouring liquid urethane in the valve and flange covers. The covers shall be finished with black glass fab and sealed with a coat of Foster 60 -26 weatherproofing. Refer to Plans for those valves larger than 2 inches that require insulation. 07 -08 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract prices bid for item of which this work is a component part, or 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 include in yard piping. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 08 - VALVES AND FLOW MEASUREMENT 08 -01 GENERAL 08 -01.1 Scope Work Included: The Contractor shall furnish and install the valves, valve boxes, stops, and gates as specified in their respective locations as delineated on the Plans or as required for the proper functioning of each section of pipeline concerned. 08 -01.2 Btandard Requirements In general, all valves 2 -1/2" and smaller in diameter shall be provided with screwed ends and all valves larger than 2 -1/2" in diameter shall have flanged or bell ends unless otherwise indicated on the Plans or in these Specifications. Flanges shall be dimensioned, faced, and drilled to the 125 -pound "American Standard ". All mechanical joints shall conform to ASA Specifications A -10 and A -11 to fit the piping. The dimensions of the sockets of gate valves shall conform to the dimensions for Class "D" special castings as required by the AT -7WA Standard Specifications for cast iron pipe and special castings. All necessary caulking materials, gaskets, bolts and nuts shall be provided. Valves shall be carefully installed in their respective positions, accessible for operation and repair. Unless shown on the Plans, valves shall be of the same sizes as the pipelines in which they are installed and stems shall be installed pointing straight upward. Valves shall be left in satisfactory operating condition, free from all distortion and strain. The valves or gates shall be connected to floor stands where required. All stem guides shall be accurately aligned and secured. Valves shall be supplied with suitable operating keys, levers, handwheels, or chain operators as required. All valves 8" and larger shall be supplied with handwheels. All valve operators shall turn in a counterclockwise direction to open the valve. All valves located in the plant shall have graduated dials for accurate metering. In general, all similar type valves on the project shall be supplied by a single manufacturer. 08 -01.3 Protection and Painting Floor stands, valves, and gates shall be protected at all times, both before and after erection until the completion of the work, from rust or other damage. After installation, all valves except bronze valves and those underground shall be painted in accordance with the painting requirements of the pipelines of which they are a part, and the same color as the pipe. Bright or rubbing parts shall not, however, be painted, but shall be protected with an approved lubricant. 08 -02 VALVE TYPES 08 -02.1 Gate Valves (AWWA C -500. Latest Revision) All gate valves 2 -1/2" in diameter and smaller shall be brass with rising stems and parallel seats designed for a working cold water pressure of 200 psi and a saturated steam pressure of 125 psi. These gate valves shall be screwed unless otherwise shown on the Plans and shall be Crane Valves No. 430 as manufactured by the Crane Company, San Francisco, California, or Stockham No. B -114 as manufactured by Stockham Company, Inc. Gate valves larger than 2 -1/2" above ground shall be non - rising stem (unless and outside screw and yoke type is shown on the Plans), flanged, iron body, bronze mounted, parallel seat, double disc, eccentric stem nut, resilient seat, operating with a handwheel. Gate valves larger than 2 -1/2" below ground shall be of the same construction with a hub end equipped with a non - rising stem and square operating nut. Gate valves installed below ground shall be provided with valve boxes and removable covers. These valves shall conform to AWWA C- 500 with "0" ring seal. Valves 14" and larger shall be equipped with bypasses to conform to AWWA C -500. 08 -02.2 Check Valves (Water Services) (AWWA C -508 Latest Revision) All check valves shall be of a type that will operate in the position shown on the Plans. Assurance must be given by the manufacturer that the check valves will function without slamming when operating in the location and with the head conditions shown on the Plans. Check valves that do not meet and perform to these requirements will be rejected. On lines 2" and under, check valves for water service shall be Stockham Figure B -345 or Kennedy No. 444. On lines larger than 2 ", check valves shall be the silent globe style, ductile iron with bronze plug and seat, stainless steel spring and stainless steel trim. Valves shall be as manufactured by Apco, Series 600. 08 -02.3 plug Valves Valves shall be of the water lubricated, eccentric type with resilient faced plugs and screwed, flanged, or mechanical joint ends as shown on the Plans. Grease or oil lubricated plug valves will not be acceptable. Bodies shall be semi -steel with raised seats. Seats in valves shall have a welded -in overlay of high nickel content on all surfaces contacting the plug face. Valves shall have permanently lubricated, stainless steel bearings in the upper and lower plug stem journals. All valves shall be of the bolted bonnet design. All 4" and larger valves shall be designed so that they can be repacked without removing the bonnet and the packing shall be adjustable. All exposed nuts, bolts, springs, and washers shall be zinc plated. Flanged valves shall be faced and drilled to ANSI 125 /150 -pound standard. Flanges of valves through 12" shall have face -to -face dimensions of standard gate valves. Manual valves shall have lever or gear actuators and tee wrenches, extension stems, floor stands, etc., as indicated on the Plans. All valves 8" and larger shall be equipped with gear actuators. All gearing shall be enclosed in a semi -steel housing and be suitable for runnin in a lubricant with seals provided on all shafts to prevent entry of dirt and water into the actuator. The actuator shaft and the quadrant shall be supported on permanently lubricated bronze bearings. Actuators shall clearly indicate valve position and an adjustable stop shall be provided to set closing torque. All exposed nuts, bolts, and washers shall be zinc plated. Valves and gear actuators for buried or submerged service shall have seals on all shafts and gaskets on the valve and actuator covers to prevent the entry of water. Actuator mounting brackets for buried or submerged service shall be totally enclosed and shall have gasket seals. All exposed nuts, bolts, springs and washers shall be stainless steel. Valves shall be as manufactured by Clow, DeZurik or Homestead. 08 -02.4 Hose Valves (Hose Bib) Hose valves shall be 1" in size and shall be rough brass and bronze composition disc Crane No. 58, or approved equal, and detailed on the Plans. 08 -02.5 Globe and Angle Valves Globe and angle valves shall be bronze with threaded ends, composition disc, with a working pressure of 200 pounds cold water. The design of the valves shall be such that the area of the port opening, when gate valve is wide open, is not less than the area of the pipe in which the valve is installed. The valves shall be as manufactured by the Crane Company, Stockham, Jenkins, or approved equal. Valve operation shall be capable of holding the valve in any position between open and closed without creeping or fluttering. Buried valves shall have sealed grease packed gear- operating nut with suitable stem extension to within one foot of the ground surface and tee wrench. Interior valves shall be equipped with gear units and handwheels. 08 -02.6 Valve Boxes Valve boxes shall be furnished and installed on all buried valves. Boxes shall be cast iron. Plastic boxes will be allowed where specifically shown on the Plans. Cast iron valve boxes shall be firmly supported, centered, and plumb over the operating nut and upper portion of the valve with the valve box cover flush with the finished grade. Cast iron valve boxes shall be Iowa F -2450 or Mueller H- 10360, or approved equivalent, with extension pieces as required. The concrete box and extension shall be firmly supported, centered, and plumb over the valve. The box and extensions shall be a model 3 RT as manufactured by Brooks Products, or approved equivalent. 08 -02.7 Rackflow Preventers The reduced pressure principle backflow prevention device shall be a complete assembly consisting of two independently acting spring- loaded toggle lever check valves together with an automatically operating pressure differential relief valve located between the two check valves. The first check valve shall reduce the supply pressure a predetermined amount to ensure that during normal flow and at the cessation of normal flow, the pressure between the two checks is less than the supply pressure. In the case of leakage of either check valve, the differential relief valve shall discharge to atmosphere to maintain the pressure between the checks less than the supply pressure. The unit shall include tightly closing shut -off gate valves located at each end of the device, and shall be fitted with properly located test cocks. All internal parts must be removable or replaceable with removal of the unit from the line. The 2" and smaller units shall be bronze bodied and 2 -1/2" and larger main valve body and cover shall be cast iron, the interior of which shall be protected by epoxy coating, electrostatically applied in one coat a minimum of 12 mils thick. The pressure drop across this entire device shall not exceed 10 psi at rated flow. Factory- trained service personnel shall be immediately available upon call. The valve shall be similar in all respects to Model RP -1 or RP -2 as manufactured by Cla -Val Co., or approved equal. 08 -02.8 Chlorine Valves Valves for dry chlorine gas service shall be ball valves rated for 300 pounds, carbon steel body in accordance with ASTM A -105, screwed -end connection, monel ball and stem, teflon seating, and seals per Chlorine Institute Pamphlet No. 6. Valves shall be as manufactured by WKM Division of ACF Industries, Jamesbury Corporation, Grinnel, or Wallace & Tiernan. Valves for chlorine solutions shall be thermoplastic ball valves, true union design of PVC material with teflon seats and viton seals as manufactured by Cabot Piping Systems or Grinnel- Saunders diaphragm valves as supplied by the Grinnel Company. 08 -02.9 Butterfly Valves Butterfly valves 4" through 20" shall conform to the design criteria of AWWA Specification C- 504 -87 for Class 250E for shutoff from 225 to 275 psi. Each valve shall be factory tested per AWWA C- 504 -87 Section 5.2.2. Valve bodies shall be of ductile iron per ASTM A536. Flanged valves shall be designed with 250 psi flanged ends faced and drilled per ANSI B16.1 standard for cast iron flanges. Discs shall be offset to provide an uninterrupted 360 degree seating edge and shall be ductile iron per ASTM A -536. The disc seating edge shall be 316 stainless steel. Plasma sprayed seat surfaces are not acceptable. The disc shall be securely attached to the valve shaft using 17 -4 PH stainless steel tapered pins. The valve shaft shall be of type 17 -4 PH stainless steel. The seat shall be of Buna N for water or sewage, or as required for other services, and shall be mechanically retained and field adjustable and replaceable in the valve body. The use of fillers to increase seat compression shall not be acceptable. Valve shaft bearings shall be on non - cold - flowing, phenolic backed, PTFE. Valve shaft seals for 4 " -20" valves shall be of self - compensating V -type packing. Unless otherwise specified, interior and exterior cast iron or steel surfaces of each valve shall be shop painted per AWWA C- 504 -87. Valves 4 " -20" shall have available handwheel actuators of the traveling nut type, in complete conformance with AWWA C -504. Housings will be of cast iron, in both weatherproof and buriable constructions, with optional chainwheel or 2" square nut inputs. All units shall have adjustable open and closed position stops. Pneumatic and hydraulic cylinder actuators shall be double acting, stationary mounted, with all working parts totally protected within weatherproof enclosures. Cylinder tubes shall be fiberglass reinforced epoxy resin having a 16 micro inch or smoother internal finish. Piston seals shall be TFE with elastomeric back -up. Cylinder actuators shall be available with pneumatic or electronic positioners and position transmitters, pilot valves, position indicating switches, and extended mounting provisions. Butterfly valves shall be DEZURIK Pratt or approved equivalent. 08 -02.10 Air Release Valves Air Release Valves shall be of the simple lever type and shall be capable of automatically releasing accumulated air from a fluid system while that system is in operation and under pressure. To assure drop tight shut -off, a viton orifice button shall be used to seal the valve discharge orifice when the valve is in a closed position. The orifice diameter will be sized for use within a given operating pressure range to insure maximum discharge capacity. The body and cover shall be of ductile iron. With the exception of the viton orifice button, the leverage mechanism, float and all other internal trim shall be of stainless steel. The stainless steel float shall be designed to and capable of withstanding a pressure in excess of 1,000 psi. Air release valves shall be DeZurik or approved equivalent. 08 -02.11 Pump Control Valves 1. Description The main valve shall operate on the differential piston principle such that the area on the underside of the piston is no less than the pipe area, and the area on the upper surface of the piston is of a greater area than the underside of the piston. The valve piston shall be guided on its outside diameter by long stroke stationary Vee ports which shall be downstream of the seating surface to minimize the consequences of throttling. Throttling shall be done by the valve Vee ports and not the valve seating surfaces. The valve shall be provided with both air and water cushioning. The valve shall be position and shall cover at the valve parts shall be acc stems, stem guides, There shall be no operation. 2. Construction capable of operating in any incorporate only one flanged top from which all internal essible. There shall be no or spokes within the waterway. springs to assist the valve The valve body shall be of cast iron ASTMA -126 with flanges conforming to the latest ANSI standards. The valve shall be extra heavy construction throughout. The valve interior trim shall be bronze B -62. The valve seals shall be easily renewable while no diaphragm shall be permitted within the main valve body. All controls and piping shall be of non - corrosive construction. A visual valve position indicator shall be provided for observing the valve piston position at any time. The valve will be rated at 200 psi. 3. Function The sustaining electric check valve shall function to minimize the surge associated with the starting and stopping of a pump(s). The valve operation shall be controlled by use of solenoid pilot valves and powered by water pressure obtained from the inlet or outlet side of the main valve. The sustaining electric check valve shall open at a controlled rate of speed when the upstream pressure (pump discharge) has satisfied the pressure setting of the back pressure sustaining pilot and both the normal and emergency solenoid pilot controls are energized. When the valve begins opening, the indicator rod shall actuate a limit switch tied in with the pump motor starter circuit. The valve will then throttle at whatever position is required to maintain the upstream (pump discharge) head as per the setting on the "Back Pressure Sustaining Pilot ". De- energizing the normal solenoid pilots shall initiate a normal controlled valve closure. At a point near its seated position, the check valve indicator rod shall actuate the limit switch which shall de- energize the pump motor and the emergency solenoid pilot. The actuating point of the limit switch shall be adjustable. Pressure sustaining pilot impulse line may be connected to pump suction to maintain a constant suction pressure. In the event of an electrical power failure, an emergency solenoid pilot valve shall be de- energized which shall initiate a more rapid valve closure, but as a controlled rate of speed to minimize pump reversal. The valve shall be completely piped ready for installation and wiring, and there shall be provided on this normal solenoid pilot, a manual operator for operation of the main valve when the pump is running and the normal solenoid coil is burned out. 4. Valve Type Pump control valve shall be Golden Anderson Fig. 11730 -D, Differential Electric Check Globe valve or approved equivalent. 08 -02.12 }fir Release Valves Air release valves shall be of the simple lever type and shall be capable of automatically releasing accumulated air from a fluid system while that system is in operation and under pressure. To assure drop tight shut -off, a viton orifice button shall be used to seal the valve discharge orifice when the valve is in a closed position. The orifice diameter will be sized for use within a given operating pressure range to ensure maximum discharge capacity. The body and cover shall be of ductile iron. With the exception of the viton orifice button, the leverage mechanism, float and all other internal trim shall be of stainless steel. The stainless steel float shall be capable of withstanding a pressure in psi. The valves shall be Model Nos. 15, 22, manufactured by Val -Matic Valve & Mfg Nos. 55, 60, 65, 75 or Series 200 as Apco. 08 -02.13 Air and Vacuum Valves designed to and excess of 1,000 25, 38 or 45 as . Corp. or Model manufactured by Air and vacuum valves shall be of the type that automatically exhaust large quantities of air during the filling of a pipeline and allow air to re -enter during the draining or when a negative pressure occurs. The inlet and outlet of the valve shall have the same cross- section area. The floats shall be guided by a stainless steel guide shaft and seat against a synthetic seat. Valves sized 1/2" through 3" shall have N.P.T. inlets and outlets. Valves sizes 4" and larger shall be flanged inlets with plain outlets and protective hoods to prevent debris and foreign matter from entering the valves. All air /vacuum valves shall be constructed of cast iron with stainless steel trim and Buna -N seating. Valves shall be as manufactured by Val -Matic Valve & Mfg. Corp., Series 100, or Apco Series 140/150. 08 -02.14 Combination Air Valves Combination air valves shall be of the single housing style that combines the operating features of both an air /vacuum and air release valve. The air /vacuum portion shall automatically exhaust large quantities of air during the filling of the pipeline and automatically allow air to re -enter the pipeline when the internal pressure of the pipeline approaches a negative value due to column separation, draining of the pipeline, power outage, pipeline break, etc. The air release portion shall automatically release small pockets of air from the pipeline while the pipeline is in operation and under pressure. The combination air valve shall have NPT inlet and outlet connections and shall be designed for a working pressure of 300 psi. Valves shall be Series 200 as manufactured by Val -Matic Valve & Mfg. Corp., or Series 100 as manufactured by Apco. 08 -02.15 Corporation Stops Curb stops and corporation stops shall be bronze, conform to current AWWA standards and be equal to those as manufactured by Mueller. The inlet connection on the saddle tie -in shall be the tapered Mueller thread. The outlet connection shall be a standard pipe thread to directly connect to PVC Schedule 80 pipe. 08 -02.16 pneumatic Actuated Valves The Contractor shall furnish and install pneumatic actuated butterfly valves at the locations shown on the Plans. The pneumatic cylinder actuator, as manufactured by Limitorque or approved equal, shall be in complete accordance with AWWA C504 requirements with low zinc content bronze cylinder bodies and with piston rods, piston heads, bushings, seals and cups as specified in C504. The cylinder must be stationary without a pivoting or swiveling type movement when actuated. The cylinder shall have an adjustable stop to permit repositioning of the valve disc for bubble -tight closure. The cylinder shall be sized so that the valve will operate from full open to full close in 2 seconds or less. The cylinder shall be rated at 150 psi and the mounting shall be adjustable in 90 degree increments. A visual position indicator from 0 to 100% shall be provided, and the actuator housing shall be sealed to prevent water entry at 25 feet of head. The actuator shall produce the required valve torque at an air cylinder pressure of 80 psig. A manual override feature shall be furnished to provide means of operating the valve without a source of power. A handwheel operated screw stem shall engage the enclosed internal actuator mechanism and provide the required force to open or close the valve with the cylinder pressure bypassed. The valve shall be supplied with needle valves to regulate the opening and closing speed of the valve by regulating the rate of air flow to the cylinder actuator. The valve shall also be supplied with four limit switches to operate the valve as described in Section 18 of these Specifications. The valves, pneumatic cylinder and associated accessories specified herein shall be supplied as a complete unit by one manufacturer. 08 -02.17 Altitude Valve Altitude valves shall be double acting, functioning to close off at a pre -set level and open when system pressure (receiver level) drops below set level. The unit shall be as manufactured by Golden - Anderson Model 3300 -DR or approved equal 08 -03 PLASTIC INSERT VENTURI FLOW METER (NOT THIS CONTRACT) 08 -03.1 General A. Scope Work under this section includes the furnishing and installation of all Plastic Insert Venturi Flowtubes which measure flow. B. Documentation Equipment or system documentation shall be provided for this equipment, including copies of manufacturer's operation and maintenance manuals covering the equipment in this specification. C. Qualifications The supplier utilized by the Contractor shall berequired to demonstrate recent and past experience in the manufacturer of flow metering equipment of comparable size, type, and complexibility to the type specified for this project. The supplier shall be required to have its own in -house capability to handle complete engineering, fabrication, and testing of the proposed equipment. The supplier shall have in its employ a flow metering expert with at least five years experience in the field of flow measurement by venturi -type flow meters. D. Equipment 1. Unit shall be a Venturi type utilizing static pressure sensed at the throat and at the inlet. Units that sense other than static pressure shall be unacceptable. 2. The geometric and metering design of the flowtube shall be consistent such that the discharge coefficient is independent of line size and beta ratio. 3. Unit(s) shall have an installed accuracy of ± 0.5% over the entire specified range with a constant discharge coefficient and an accuracy of ± 1.5% down to a flow rate corresponding to a pipe Reynolds number of 15,000 at the installed operating pressure and temperature after correcting for discharge coefficient. These accuracies are stated as plus or minus percent of flow rate at a 95% confidence level within two times standard deviation. 4. The fact that the manufacturer's products can satisfy the specified accuracy must be substantiated by flow calibration data as detailed in Section 08 -03.3 of this specification. A manufacturer's product will not be considered without this substantiating data. 08 -03.2 Construction A. The Insert venturi tube shall be supported on a center flange, and installed so that the supporting flange is sandwiched between two pipe flanges. The design of the tube shall be such that upstream pressure is sensed by a static tap to be installed in the spool piece upstream, and the throat pressure is sensed via a passage tapped into the supporting flange. Units shall not have debris - collecting cavities or annular chambers. B. Pipe size, beta ratio (range), and minimum and maximum flow rates for each unit; Tag No. Pipe Size Beta Ratio Min. Flow Max. Flow 0 16" 0 200 gpm 4000 gpm C. Pressure differential produced at maximum flow shall not differ from that specified by more than 10 %. Contractor shall provide supporting calculations for actual pressure differential on the product submittal. Fluid metering shall be water with an upstream temperature of 60 -80 Deg. F. The maximum permanent pressure loss at maximum flow shall not exceed 2 psi. D. The center flange material shall be epoxy coated carbon steel. It shall fit between 150# ANSI flanges. The unit shall have two low pressure passages lined with 304 stainless steel sleeves. The throat section shall be made of 304 stainless steel and have a cylindrical length equal to at least one half the throat diameter. Pressure connections shall be 0.25" NPT. The inlet and outlet cones shall be made of polyester resin reinforced with glass, 30% by weight minimum. The included angle of the recovery cone shall be 10 Deg. or less. 08 -03.3 Verification of Performance for Venturi Meters Performance of the venturi flowmeters shall be substantiated by one of the following methods: A. Method A Determination of the discharge coefficient by individual calibration of each meter in an approved hydraulics laboratory, in compliance with the following requirements. 1. Such calibrations shall be performed in a hydraulic laboratory approved by the Engineer and equipped to collect and weight water used for testing and to substantiate a ± 0.25% calibration accuracy. 2. All tests shall be conducted in compliance with the procedures as outlined in the ASME Research Report of Fluid Meters, 6th Edition, using the methods described herein: a. A minimum of two test runs shall be run on each meter, and at the Engineer's discretion, up to a maximum of four runs. b. Each test run shall cover at least six points taken at equally spaced intervals between the maximum Reynolds number of the application and the minimum flow as determined by maintaining the ± 0.25% accuracy of the discharge coefficient. The following effects shall be demonstrated and documented: 1. Demonstrate that the meter accuracy is within the specified tolerance as detailed in Section 08 -03.4 of this specification. 2. Demonstrate that meter headloss is within the specified value. 3. Demonstrate effects of upstream piping on coefficient and prove that the effect does not produce more uncertainty than can be tolerated by this specification. 4. Demonstrate that pressure being sensed is static only and does not include any velocity components. c. Model testing shall be allowed for meters over 35" minimum. Models shall be a minimum of 12" in size. Prior to proposing any model testing the manufacturer shall present proof to the Engineer that the finished product shall meet the requirements of this specification. d. The manufacturer shall design, fabricate and inspect laboratory installations of all systems to be tested. Drawings of the test configuration and all pertinent data shall be submitted to the Engineer for approval prior to testing. B. Method B Assignation of a discharge coefficient to an uncalibrated meter based on prior hydraulic laboratory calibration of units that possess a discharge coefficient that is independent of line size and beta ratio and have the same metering design as that of the meter(s) proposed for this project. In substantiation of an uncalibrated discharge coefficient assigned to the unit(s), the manufacturer shall supply the following documentation: 1. A list of flow calibrated flowmeters that substantiates the fact that the discharge coefficient of the product line proposed for this project is known to maintain a ± 0.5% accuracy. The list shall cover meters with at least 10 /1 line size range, 2:1 beta ratio range and be performed in at least three physically independent and recognized laboratories. This document shall substantiate the fact that the product line has a coefficient which is independent of beta ratio and line size and is constant for pipe Reynolds numbers above 75,000. 2. Documentation that shows the effects of upstream and downstream piping on the discharge coefficient of the proposed product line. 3. Documentation that substantiates the accuracy and value of the headloss statement. 4. The manufacturer shall submit complete technical information substantiating the fact that the assigned discharge coefficient is applicable to the meter proposed for this project. If the discharge coefficient cannot be substantiated, the manufacturer shall be required to wet calibrate one meter of each size provided per Section 08- 03.3.A. of this specification. The manufacturer shall bear the full cost of any such calibrations. 08 -03.4 Performance Specifications Unit shall have an installed accuracy of ± 0.5% over the entire specified range with a constant discharge coefficient and an accuracy of ± 1.5% down to a flow rate corresponding to a pipe Reynolds number of 15,000 at the installed operating pressure and temperature after correcting for discharge coefficient. These accuracies are stated as plus or minus percent of flow rate at 95% confidence level within two times standard deviation. 08 -03.5 Model Code The Venturi Flowtube shall be a Series HVT -PI -ST as manufactured by Primary Flow Signal or approved equivalent. 08 -04 ELECTRONIC DIFFERENTIAL PRESSURE TRANSMITTER INTELLIGENT (NOT THIS CONTRACT) 08 -04.1 General A. Scope Work under this section includes the furnishing and installation of all electronic differential pressure transmitters which measure pressure differential and transmit a proportional 4 -20 madc signal. In addition, this contract will include start -up services and training of plant personnel in the operation and maintenance of the equipment. All transmitters shall carry a five year warranty at no additional cost to the customer. B. Documentation Equipment or system documentation shall be provided for this equipment, including copies of manufacturer's operation and maintenance manuals covering the equipment in this specification. C. Equipment 1. Suppressed -Zero Capabilities: The measurement value corresponding to minimum output may be as high as the upper range limit of the sensor minus the calibrated span. 2. Elevated -Zero Capabilities: Transmitters shall be capable of zero elevation to the lower range limit which shall be full vacuum. 3. Transmitters shall be of the two -wire type with a 4 -20 madc output proportional to a differential pressure. 08 -04.2 Construction A. All wetted parts, including the diaphragm which protects the sensor, are to be ANSI Type 316 stainless steel (316ss). B. The non - process wetted transmitter housing shall be coated with a durable and chip resistent epoxy finish. C. The transmitter shall be supplied with the proper support options. D. All transmitters shall be furnished with a integrally mounted indicator scaled in percentage. 08 -04.3 Operating Condition Limits A. Temperature limits, 30 to 130 deg F. B. Supply voltage 24 vdc (two- wire). C. 08 -04.4 A. B. C. 08 -04.5 Rangeability 2 -500 in. water. Performance Specifications Accuracy (includes linearity, repeatability) ± 0.1% of span. Drift (over a six month period) of maximum span. Ambient temperature effects, 30 0.75 %. Model Code 08 - MEASUREMENT AND PAYMENT hysteresis, and less than ± 0.03% to 130 deg. F, ± The electronic gauge pressure transmitter shall be a Series 823DP -D as manufactured by Foxboro or approved equivalent. No separate payment for work performed under this item. Include cost of same in contract price bid for all items of which this work is a component. SECTION 09 - PAINTING 09 -01 DESCRIPTION This work consists of furnishing all labor, materials, equipment and performance of all operations required to paint all structures, piping, equipment and machinery which does not already have a finished paint surface or similar coating. Prepainted equipment having paint chipped off shall be re- painted or touched up as directed by the Engineer. 09 -02 OUALITY ASSURANCE 09 -02.1 Container Labels Include the following on label of containers: 1. Name or title of material. 2. Fed. Spec. number, if applicable. 3. Manufacturer's stock number and date of manufacture. 4. Manufacturer's name. 5. Contents by volume, for major pigment and vehicle constituents. 6. Thinning and mixing instructions. 7. Application instructions. 8. Color name and number. 09 -02.2 Coating System Requirements 1. Provide finish coats which are compatible with prime coats used. 2. Contractor shall coordinate to assure surface preparation and prime coat applied by equipment manufacturers on items furnished under other Sections are compatible with finish coat. 09 -02.3 Reference Standards 1. Specifications of the Structural Steel Painting Council (SSPC), latest revision, listed below shall apply to this Section. FIELD SURFACE PREPARATION SCHEDULE Steel Structures Painting Council Symbol Type Specifications Description 1 Solvent SSPC- SP -1 -73T Removal of oil, Cleaning grease, dirt, soil, salts and contaminants by cleaning with solvent, vapor, alkali, emulsion or steam. 3 Hand Tool SSPC -SP -2 -73T Removal of loose rust, Cleaning loose mill scale, and loose paint to degree specified, by hand - chipping, scraping, sanding and wire brushing. 4 Power Tool SSPC -SP -3 -73T Removal of loose rust, Cleaning New loose mill scale, and Steel loose paint to degree specified, by power tool chipping, descaling, sanding, wire brushing and grinding. 5 White Metal SSPC -SP -5 -73T Removal of all visible Blast rust, mill scale, paint and foreign matter by blast cleaning by wheel or nozzle (dry or wet) using sand, grit or shot. 6 Commercial SSPC -SP -6 -73T Blast cleaning until Blast at least two- thirds of each element of surface area is free of all visible residues. 7 Brush -Off SSPC -SP -7 -73T Blast cleaning of all Blast except tightly adhering residues of mill scale, rust and coating, exposed numerous evenly distributed flecks of underlying metal. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 FIELD SURFACE PREPARATION SCHEDULE Steel Structures Painting Council Specifications SSPC- SP -8 -73T 9 Weathered SSPC -SP -9 -73T Followed by Blast Cleaning 10 Near -White SSPC -SP -10 -73T Blast Cleaning Symbol Type 8 Pickling 2. Requirements of the Occupational Safety and Health Administration (OSHA), Department of Labor, for colors as stated in Federal Register Part 1910, shall apply to this Section. 3. Specifications of the United States Government listed below shall apply to this Section. a. Federal Standards b. No. 141a and Change 1, 2, & 4 Description Complete removal of rust and mill scale by acid pickling, duplex pickling, or electrolytic pickling. May passify surface. Weathering to remove all or part of mill scale followed by blast cleaning to one of the above standards as required. Blast cleaning nearly to white enamel cleanliness, until at least 95% of each element of surface area is free of all visible residues. Paint, varnish, lacquer 3 materials; methods of inspection, sampling testing. Colors No. 595a and Change Notice 1 Military Standards MIL -C -1 848OA(3) Coating compound, solvent, coal tar and and bituminous base. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4. Specification of the American National Standards Institute (ANSI) listed below shall apply to this Section. a. Z53. 1 Safety Color Code for Marking Physical Hazards 09 -03 SUBMITTALS Furnish manufacturer's technical information including basic materials analysis and application instructions for each coating system specified. Submit certification stating that coatings in contact with potable water complies with requirements of either the U.S. Public Health Service, the U.S. Environmental Protection Agency, or the U.S. Food and Drug Administration for use as a contact surface with potable water. Furnish color chips for each coating system for review and selection. Manufacturer's materials and products not listed shall furnish certificates and test reports as required by Method 1031.2, Federal Test Method Standard 141 for materials proposed. 09 -04 PRODUCT DELIVERY. STORAGE AND HANDLING Delivery of Materials 09 -04.1 Deliver in sealed containers with labels legible and intact. 09 -04.2 Storage of Materials Store only acceptable project materials on project site. Store in a suitable location. Restrict storage to paint materials and related equipment. Comply with health and fire regulations. Do not store paint or leave in switchgear room, instrument room, next to motors and other electrical equipment. 09 -05 JOB CONDITIONS Environmental Requirements 09 -05.1 Comply with manufacturer's recommendations as to environmental conditions under which coatings and coating systems can be applied. Do not apply finish in areas where dust is being generated. Do not apply coatings when the temperature of surface to be painted and the surrounding air temperature are below 45 °F., unless otherwise permitted by the coating manufacturer's printed instructions. Do not apply coatings in snow, rain, fog, or mist; or when the relative humidity exceeds 85 percent; or to damp or wet surfaces; unless otherwise permitted by the manufacturer's printed instructions. Coating work may be continued during inclement weather only if the areas and surfaces to be painted are enclosed and heated within the temperature limits specified by the manufacturer during application and curing periods. 09 -05.2 Protection Cover or otherwise protect finish work of other trades and surfaces not being painted concurrently or not to be painted. 09 -06 RRODUCTS - PAINT MATERIALS 09 -06.1 Manufacturer All paint materials selected for coating systems for each type of surface shall be the product of a single manufacturer. Except as otherwise specified, materials shall be the products of the following manufacturers: 1. Cook Paint and Varnish Company 2. Mobil Chemical Company, Maintenance & Marine Coatings Dept. 3. Koppers Coatings and Resins Div., Koppers Company, Inc. 4. Tnemec Company, Inc. 5. Approved equal. 09 -06.2 Compatibility 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 All paint materials and equipment shall be compatible in use: finish coats shall be compatible with prime coats; prime coats shall be compatible with the surface to be coated; all tools and equipment shall be compatible with the coating to be applied. Thinners, when used, shall be only those thinners recommended for that purpose by the manufacturer of the material to be thinned. 09 -06.3 Material Quality Provide the best quality grade of the various types of coatings as regularly manufactured by acceptable coating materials manufacturers. Use only materials displaying the manufacturer's identification as a standard, best -grade product. 09 -07 COLORS AND FINISHES Paint colors, surface treatments and finishes shall be as indicated in the Painting Schedule and shall match existing equipment colors. If color or finish is not designated in Painting Schedule or indicated on the Drawings, selection will be made from color chips submitted from the manufacturer. Safety Color Code for Marking Physical Hazards. The safety color selected for marking of physical hazards and safety, fire fighting and protective equipment shall be in accordance with OSHA 1910.144. Color Selection - Colors shall meet the tests specified in Z53.1. The colors shall conform to the color chips identified by numbers specified in Federal Standard 595. Color Standard Color Standard Red 11105 Blue 15120 Yellow 13655 Purple 17142 Orange 12246 White 17875 Green 14260 Black 17038 Color Selection for Plant Facilities - The color selection for the items not covered by OSHA Color Standards shall either be in accordance with the Painting Schedule, or to be determined after submittal of color chips by Contractor. Generally, different colors will be selected for pumps, equipment, piping, valves and electrical items, and for interior and exterior locations. 09 -08 PAINTING SCHEDULE The following field painting schedule establishes various paints and primers required under this Specification. Specific instructions in other detail specifications supercede paint schedule for shop- coated materials and equipment. Substitutions of paints are not allowed unless specifically approved in advance. Include with request for substitution complete information as to formulation, coverage, application, etc. Surfaces not specifically listed and not excluded by other sections of this specification shall be painted so as to perform a complete job. 09 -08.1 Description Min. Dry Mil Brand and Manufacturer or Symbol Thickness Per Coat Approved Equal A 5.0 Series 66 Hi -Build Epoxyline - Tnemec Company, Inc. A 3.0 Mil -P -24441 Primer 150 - Koppers Company A 4.0 Mobil 89 Series Hi -Build Epoxy - Mobil B 3.0 Series 73 Endura - Shield Semi - Gloss - Tnemec Company, Inc. B 1.0 -1.2 A1122B Aliphatic Polyurethane Kopper Company B 1.5 Mobilthane 40 Series Urethane Mobil 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Min. Dry Mil Brand and Manufacturer or Symbol Thickness Per Coat Approved Equal C 8.0 Series 52 Tneme -Crete - Tnemec Company, Inc. C 8.0 Liquid Vinyl Wallcovering - Armstrong C 8.0 Mobil 45 -x -32 Bodycoat - Mobil D 1.5 Series 23 Enduratone - Tnemec Company, Inc. D 1.4 Rustarmor 500 - Koppers Company D 1.5 Mobil Series 20 M & F Enamel - Mobil E 10.0 54 -660 Epoxy Polyamide Masonry Filler - Tnemec Company, Inc. E 10.0 Concrete & Masonry Filler - Koppers Company E 10.0 Mobil 46 -x -31, Epoxy Fill Coat - Mobil F 2.0 36 -603 Alkyd Wood Primer - Tnemec Company, Inc. F 2.0 Thin Rustarmor 500, 15% with Thinner 4000 - Koppers Company F 2.0 Mobil 47 -W -5 Enamel Undercoat - Mobil G 6.0 Series 139 Pota -Pox II - Tnemec Company, Inc. G 5.0 Mil -P -2441 Topcoat - Koppers Company G 4.0 Mobil 78 Series Tank Epoxy - Mobil H 14.0 46 -450 Heavy Tnemecol - Tnemec Company, Inc. H 15.0 Bitumastic No. 50 - Koppers Company H 14.0 Mobil 35 -J -10 Hi -Build Bituminous Coating - Mobil I 16.0 46H -413 Hi -Build Tneme -Tar - Tnemec Company, Inc. 2 16.0 Bitumastic 300M - Koppers Company 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Min. Dry Mil Brand and Manufacturer or Symbol Thickness Per Coat Approved Equal I 16.0 Mobil 78 Series Tank Epoxy - Mobil J 10.0 Mobil 578 J -1 Coat Tar Epoxy - Mobil K 0.3 -0.5 #40 Passivator - Koppers Company (Only needed with Koppers Coatings) 09 -08.2 Field Paint Schedule Field Min. (2) Surface 1st 2nd Total Type of Surface Preparation Primer Coat Coat Mils I. ARCHITECTURAL AND STRUCTURAL A. Exterior 1. Metal Doors, 1, 2 or 6 Shop' A B 5 -9 Frames & Windows 2. Architectural 1, 2 or 6 Shop' A B 5 -9 Metal Work 3. Structural 1, 2 or 6 Shop A B 5 -9 Steel & Misc. Steel 4. Concrete Block 6 C C 16.0 5. Galvanized 1 A B - 4.2 -5.5 Steel Handrails, Ladders, Guardrails or where designated 6. Concrete 6 16.0 Tankage (as specified) B. Interior ' 1. Architectural Metal Work 1 or 2 Shop D D 2.8 -3.0 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Field Min. (2) Surface lst 2nd Total Type of Surface Preparation Primer Coat Coat Mils 2. Structural 6 Shop A B 5 -9 Steel & Misc. Steel 3. Concrete Block E A A 16.0 -18.0 Building 4. Concrete & A A - 6.0 -8.0 Plaster 5. Woodwork 4 F D D 4.8 -5.0 Painted II. MECHANICAL AND ELE(:1RICAL A. Electrical Control Equipment 1. Interior 1 or 2 Shop D D 2.8 -3.0 2. Exterior 1 or 2 Shop A B 4.2 -5.5 B. Iron and Steel 1. Exposed 6 A B - 4.2 -5.5 2. Submerged 10 G G - 8.0 -10.0 C. Valves 1. Exterior 6 A B 4.2 -5.5 Exposed 2. Steel Body, 3 or 6 H H 28.0 -30.0 Buried D. Shop Painted 1 or 2 Shop' A B 4.2 -5.5 Machinery and Equipment E. Underground 1 or 2 H H - 28.0 -30.0 Bolting Notes: (1) Shop primer or coating must be compatible with field applied coating. Test for compatibility before applying field coat. If not compatible, remove shop coat to a SSCP- SP-3 or SSPC -SP -6 condition or apply a barrier coat of manufacturer supplied material. (2) Minimum dry film thickness of field coats applied. 09 -08.3 Color Schedule Service Description Color Code Pipe Color Code Description Marking Designation *Doors & Hatches Gray *Structural Steel Gray *Pumps, Motors, Gray Machinery *Exposed Lines, Valve Gray Boxes *Valve Operators Blue *Ladder Handrails Federal Safety BU 57 Yellow *Guardrails Federal Safety BU 57 Yellow *Fire Hydrants, Fire Federal Safety CC 13 Exit Signs Red *Fire Blanket Boxes, Federal Safety CC 13 Fire Extinguishers Red *Chain Guards, Belt Federal Safety CA 26 Guards Orange *Gear Guards Federal Safety CA 26 Orange *First Aid Equipment Federal Safety B 528 Green *Match existing color. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 09 -09 CLEANING AND PREPARATION OF FERROUS SURFACES 09 -09.1 General All surfaces to be painted shall be prepared in a workmanlike manner with the objective of obtaining a clean and dry surface. No more sandblasting or surface preparation than can be coated or painted in a normal working day will be permitted. The preparation of steel surfaces shall be in accordance with the applicable specifications prepared by the Steel Structures Painting Council (SSPC), latest revision, and Texas Air Control Board (TACB), latest regulations. Care shall be exercised not to damage adjacent work during sandblasting operations. Surfaces not intended to be painted shall be suitably protected from the effects of cleaning and painting operations. Fabricated, assembled items which are normally cleaned and painted in the shop in accordance with the manufacturer's standard practice will be considered for exemption from the detailed cleaning and painting requirements set forth herein. Removable equipment adjacent to surfaces to be painted shall, if necessary, be disconnected and moved to permit cleaning and painting of said surfaces, and replaced by workmen skilled in the trades involved. Primer and finish coats which are listed in the Painting Schedule are compatible finishes. The Contractor shall follow the recommendations of the paint manufacturers, subject to the approval of the Engineer, to insure a good bond between coats. 09 -09.2 Cleaning and Preparation of Ferrous Surfaces Surface in Exterior or Interior Atmospheric Exposure (CLEANING SYSTEM NO. 1) - Ferrous surfaces which will be completely and continuously in normal exterior or interior atmospheric exposure (see schedule for description) shall be cleaned in the following manner. 1. Oil, grease, soil, drawing and cutting compound, and other contaminants shall be removed in accordance with SSPC- SP -1 -63, Solvent Cleaning. 2. After oil and surface contaminants have been removed, and before sandblasting, all weld splatter must be removed. All rough welds and sharp edges must be ground to give a smooth rounded contour. 3. The surface shall be blast cleaned to a commercial finish by removing mill scale, rust, rust scale, paint or foreign material by any of the recommended methods outlined in SSPC- SP -6 -63, Commercial Blast Cleaning. Mechanical equipment and surfaces inaccessible to blast cleaning shall be cleaned in accordance with SSPC- SP -3 -63, Power Tool Cleaning. 4. The blast cleaned surface shall be primed with the primer specified for atmospheric exposed steel before any rust bloom forms. Weathering of fabricated unpainted steel for any purpose will not be permitted unless the surfaces are to be subsequently blasted clean of all mill scale and rust to base metal. Welds and Damaged Areas - All welds and all damaged areas of shop - primed surfaces and of field- primed surfaces shall be field cleaned, including blast cleaning, and reprimed as specified. Cleaning and Pre- Treatment of Ferrous Surfaces in Underwater Exposure (CLEANING SYSTEM No. 2) - Surfaces of structural components which will be subject to extended periods of immersion or otherwise as required (see schedule for description) shall be cleaned in the following manner. 1. Oil, grease, soil, drawings and cutting compounds, and other contaminants shall be removed in accordance with SSPC- SP -1 -63, Solvent Cleaning. 2. After oil and surface contaminants have been removed, and before sandblasting, all weld splatter must be removed. All rough welds and sharp edges must be ground to give a smooth rounded contour. 3. The surface shall be blast cleaned to a nearwhite metal finish, removing all mill scale, rust, rust scale, paint or foreign matter by any of the recommended methods outlined in SSK- SP- 10 -63T, Near -White Blast Cleaning. 4. Surfaces to be coated which will not be accessible after erection shall be cleaned and painted before becoming inaccessible. In no event shall blast cleaned surfaces stand overnight without having received the specified pretreatment and the first coat of paint prescribed by the schedule. Structural features or components which are subject in part to atmospheric exposure and in part to immersion in water shall be prepared and painted as though the entire component were subject to immersion. Pre - erected or construction period coatings shall be maintained in good condition by recleaning and touching up any areas damaged during the construction period. Prior to the field application of subsequent coats to obtain the prescribed total film thickness, soiled areas of the pre- erected coating shall be thoroughly cleaned with mineral spirits and all welds or other unpainted or damaged areas shall be cleaned, including blast cleaning, and primed as specified and in such a manner as to make them equivalent to adjacent, undamaged paint surfaces. 09 -09.3 Cleaning of Copper. Galvanized Steel. Stainless Steel. Aluminum and Aluminum Alloy Surfaces Unless otherwise specifically provided, galvanized, stainless steel and aluminum surfaces shall not be painted, but shall be washed with clean mineral spirits per SSPC -SP -1, Solvent Cleaning to remove oil and grease. Exposed copper surfaces shall be buffed or polished to bright color, the surface cleaned with mild phosphoric acid cleaner and the finish coat applied. The preparation of copper surfaces apply only if they are to be painted. 09 -09.4 InspQction of Surface Preparation All details of surface preparation may be inspected to insure that surfaces have been properly cleaned, that treating solutions are of the specified type and construction, and have been properly applied, that treated surfaces are free from unneutralized residue, and that surfaces are dry and ready to receive paint. 09 -09.5 Machined Surfaces 09 -10.1 General Machine finished and other bare metal surfaces which are not to be painted, but which will require temporary protection during construction, shall be treated with a rust preventative compound. 09 -10 PAINT APPLICATION 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 brush marks and variations in color, texture and gloss. All coats shall be applied in such a manner as to produce an even film of uniform thickness. 09 -10.2 Labeling. Storage. Mixing and Film Thickness All materials shall be brought to the painting jobsite 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 be diluted for application by spray gun, 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 °F. 09 -10.3 Atmospheric Conditions No paint shall be applied when the surrounding air temperature, as measured in the shade, is below 40 °F. No paint shall be applied when the temperature of the surface to be painted is below 40 °F. 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 °F within 18 hours after 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 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 enclosing the surface with temporary shelters and applying artificial heat, provided the minimum air, surface 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. 09 -10.4 protection of Paint Surfaces Where shelter or heat is provided for paint surfaces during inclement weather, such 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. After delivery at the site of permanent erection or installation, all shop- coated metal work shall be stored out of contact with the ground in such a manner as will minimize soiling, contamination and deterioration of the paint film. Shop- coated metal shall be repainted or touched up from time to time with the specified paint when it becomes necessary to maintain the integrity of the film. 09 -10.5 Contacting Surfaces When riveted or bolted contact is to exist between surfaces of ferrous or other metal parts of substantially similar chemical composition, such surfaces will not be required to be painted. Contacting surfaces formed by high- strength bolt connections shall not be painted. Where an electrical potential is apt to exist between metal surfaces or unlike chemical composition in riveted or bolted contact, each of the contacting surfaces shall be cleaned, pretreated and given one coat of primer, all as specified for the particular metals involved. Where a non -metal surface is to be in riveted or bolted contact with a metal surface, the contacting surfaces of the metal shall be cleaned, pretreated if required, and given three coats of the specified primer. 09 -10.6 Method of Paint Application 1. Brush Application - a. Brushes - Use first quality hog hair or suitable synthetic bristle brushes. Use of horse hair bristle brushes is not permitted. Keep brushes clean and free from accumulation of dried paint or dirt, and when brushes of oil or varnish base paints are not in use, keep them suspended in raw linseed oil bath. Clean brushes with turpentine or mineral spirits before reuse. b. Application - Apply in uniform thickness consistent with specified coverage, and with sufficient cross - brushing to insure filling of surface irregularities. Exercise particular care in painting around rivet heads, bolt heads and nuts, and in corners and other restricted spaces. 2. Spray Application - Apply with adjustable air gun equipped with suitable water trap to remove moisture from compressed air, and with paint pot having hard agitator. Apply with width of spray not less than 12 inches nor more than 18 inches, and with suitable pressure for particular type of paint being used. Make frequent checks to insure correct spreading rate and coating, and apply without sags, runs, or "orange peel" effect. Correct all such imperfections. Take special care to cover edges, corners and rivet heads without bridging over of paint film. 09 -10.7 Coating Progress Where field painting on any type of surface has commenced on any portion of the work, the complete painting operation, including priming and finishing coats, on that portion of the work, shall be completed as soon as practical without prolonged delays. Sufficient time as recommended by the paint manufacturer shall elapse between successive coats to permit them to dry properly for recoating and this minimum drying period shall be modified as necessary to suit adverse weather conditions. Maximum elapsed time between successive coats shall not exceed the time recommended by the coating manufacturer. The application of another coat of paint shall not cause such film irregularities as lifting or loss of adhesion of the undercoat, and the undercoat shall have dried sufficiently so as not to retard the drying of the next coat. At all times prior to final acceptance of the work, when it becomes necessary, the integrity and continuity of all coats, including coats which have chalked unduly or otherwise deteriorated, shall be re- established by retouching or repainting, using paints identical with those maintained. At the time of application of each successive coat, undercoats shall be cleaned of dust, grease or any foreign matter, which might adversely affect intercoat adhesion, by means of air blast, solvent cleaning or other approved means. Field coats on metal shall be applied after erection, except as otherwise specified and except for surfaces to be painted which will become inaccessible after erection. 09 -10.8 prying Time Prior to Immersion Drying time prior to immersion, installation or otherwise handling painted surfaces shall be as recommended by the paint manufacturer. Vinyl type paint systems shall be allowed a final dry as long as practical. 09 -10.9 Cover and Film Thickness Coverage and film thickness shall be as recommended by the paint manufacturer, unless otherwise prescribed in the schedule. On metal surfaces, the painter shall apply each coat of paint at the rate specified or recommended by the manufacturer to achieve the minimum dry mil thickness required. 09 -10.10 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 of low voltage dry mil gauge apparatus to measure the dry film thickness. The Elcometer Thickness Gauge shall be furnished by the Contractor for inspection. 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 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. 09 -10.11 Maintenance Materials The Contractor shall provide a minimum of one (1) gallon of each color and each type of paint for maintenance use by the Owner. This paint shall be supplied in unopened factory sealed containers clearly labeled for identification. 09 -11 MEASUREMENT AND PAYMENT Measurement and payment for painting shall be included in the lump sum price bid on the contract for the item of work of which this is a component part. SECTION 10 - ELECTRICAL 10.01.1 GENERAL A. The General Conditions and Requirements, Special Provisions, are hereby made a part of this section. B. The Electrical Drawings and Specifications under this section shall be made a part of the contract documents. The Drawings and specifications of this contract, as well as supplements issued thereto, information to bidders and pertinent documents issued by the Owner's representative are a part of these drawings and specifications and shall be complied with in every respect. All of the above documents will be on file at the office of the Owner's representative and shall be examined by all bidders. Failure to examine all documents shall not relieve the responsibility or be used as a basis for additional compensation due to omission of details of other sections from the electrical documents. C. Furnish all work, labor, tools, superintendence, material, equipment, and operations necessary to provide for a complete and workable electrical system as defined by the contract documents. D. Be responsible for visiting the site and checking the existing conditions. Ascertain the conditions to be met for installing the work and adjust bid accordingly. E. It is intent of the contract document that upon completion of the electrical work, the entire system shall be in a finished, workable condition. F. All work that may be called for in the specifications but not shown on the drawings; or, all work that may be shown on the drawings but not called for in the specifications, shall be performed by the Contractor as if described in both. Should work be required which is not set forth in either document, but which work is nevertheless required for fulfilling of the intent thereof; then, the contractor shall perform all work as fully as if it were specifically set forth in the current documents. G. The definition of terms used throughout the contract documents shall be as specified by the following agencies: 1. Underwriters Laboratories (NEMA) 2. National Electrical Manufacturers Association 3. American National Standard Institute 4. Insulated Power Cable Engineers Association 5. National Electrical code 6. National Fire Protection Association 10.01.2 PERMITS, CODES AND UTILITIES A. Secure all permits, licenses, and inspections as required by all authorities having jurisdiction. Give all notices and comply with all laws, ordinances, rules, regulations and contract requirements bearing on the work. B. The minimum requirements of the electrical system installation shall conform to the latest edition of the National Electrical Code as well as state and local codes. C. Codes and ordinances having jurisdiction and specified codes shall serve as minimum requirements; but, if the Contract Documents indicate requirements which are in excess of those minimum requirements then the requirements of the Contract Documents shall be followed. Should there be any conflicts between the Contract Documents and codes, or any ordinances, report these with bid. D. Determine the exact requirements for the utility service connections and metering facilities as set forth by the utilities that will serve the project, and pay for and perform all work as required by those utilities. 10.01.3 STANDARDS A. All materials and equipment shall conform to the requirements of the Contract Documents. They shall be new, free from defects, and they shall conform to the following standards where these organizations have set standards: 1. Underwriters Laboratories, Inc. (UL) 2. National Electrical Manufacturer's Association. 3. American National Standards Association. (ANSI) 4. Insulated Cable Engineers Association. (ICEA) B. All material and equipment, of the same class, shall be supplied by the same manufacturer unless specified to the contrary. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C. All products shall bear UL labels where standards have been set for listing. 10.01.4 SHOP DRAWINGS AND SUBMITTALS A. Shop drawings shall be taken mean detailed drawings with dimensions, schedules, weights, capacities, installation details and pertinent information that will be needed to describe material or equipment in detail. B. Submittals shall be taken to mean catalog cuts, general descriptive information, catalog numbers and manufacturer's name. C. Submit for review in sextuplet within sixty (60) days after notice to proceed, all shop drawings and submittals as hereinafter called for. If shop drawings and submittals are not received in sixty (60) days, the Owner's representative reserves the right to go directly to the manufacturer for the information and any expense incurred shall be borne by the contractor. D. Review of submittals or shop drawings shall not remove the responsibility for furnishing materials or equipment of proper dimensions, quantity and quality; nor will such review remove the responsibility for error in the shop drawings or submittals. E. Failure to process submittals or shop drawings on any item and /or items specified shall make the Contractor responsible for the suitability of the item and /or items, even though the item and /or items installed appear to comply with the Contract Documents. F. Assume all costs and liabilities which may result from the ordering of any material or equipment prior to the review of the shop drawings or submittals, and no work shall be done until the shop drawings or submittals have been reviewed. In case of correction or rejection, resubmit until such time as they are accepted by the Owner's representative and such procedures will not be cause for delay. After final review, supply up to six (6) copies, if requested. G. Submittals and shop drawings shall be compiled from the manufacturer's latest product data. Should there be any conflicts between this data and the Contract Documents, report this information for each submittal and /or shop drawing. H. Shop drawings and submittals will be returned and unchecked if the specific items proposed are not clearly marked, or if the general contractor's approval stamp is omitted. i. When requested, furnish samples of materials for acceptance review. If a sample has been reviewed and accepted, then that item of material or equipment installed on the job shall be equal in quality to the sample; if it is found that the installed item is not equal then replace all such items with the accepted sample equivalent. J. Materials to be submitted are as follows: 1. Lighting fixtures 2. RTU 3. Wire 4. Conduit and Fittings 10.01.5 ACCEPTANCE AND SUBSTITUTIONS A. All manufacturers named are a basis as a standard of quality and substitutions of any equal product will be considered for acceptance. The judgement of equality of product substitution shall be made by the Engineer. B. Substitutions after award of contract shall be made only within sixty (60) days after the notice to proceed. Furnish all required supporting data. The submittal of substitutions for review shall not be cause for time extensions. C. Where substitutions are offered, the substituted product shall meet the product performance as set forth in the specified manufacturer's current catalog literature, as well as meeting the details of the Contract Documents. D. The details on the drawings and the requirements of the specifications are based on the first listed item of material or equipment; if any other than the first listed materials or equipment is furnished, then assume responsibility for the correct function, operation, and accommodation of the substituted item. In the event of misfits or changes in work required, either in this Section or other Sections of the Contract, or in both; bear all costs in connection with all changes arising out of the use of other than the first listed item specified. 10.01.6 EXCAVATION AND BACKFILLING A. Do all excavating and backfilling necessary for the installation of the work. This shall include shoring and pumping in ditches to keep them dry until the work in question has been installed. All shoring required to protect the excavation and safeguard employees shall be properly performed. B. All excavations shall be made to the proper depth, with allowances made for floors, forms, beams, piping, finished grades, etc. Ground under conduits shall be well compacted before conduits are installed. C. All backfilling shall be made with selected soil; free of rock and debris and shall be pneumatically tamped in six (6 ") inch layers to secure a field density ratio of 90 %. D. All excavated material not suitable and not used in the backfill shall be removed offsite at the Contractors expense. E. Field check and verify the locations of all underground utilities prior to any excavating. Avoid disturbing these as far as possible. In the event existing utilities are broken into or damaged, they shall be repaired so as to make their operation equal to that before the trenching was started. F. Where the excavation requires the opening of existing walks, drives, or other existing pavement, these facilities shall be cut as required to install new lines and to make connections to existing lines. The sizes of the cut shall be held to a minimum consistent with the work to be installed. After installation of new work is completed and the excavation has been backfilled in accordance with above, repair existing walks, drives or other existing pavement to match existing installation. 10.01.7 CUTTING AND PATCHING A. Cutting and patching required under this section shall be done in a neat workmanlike manner. Cutting lines shall be uniform and smooth. B. Use concrete saws for large cuts in concrete and core drills for small round cuts in concrete. C. Where openings are cut through masonry walls, provide 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 lintel or other structural supports to protect the remaining masonry. Adequate support shall be provided during the cutting operation to prevent damage to masonry. D. Where large openings are cut through metal surfaces, attach metal angles around the opening. E. Patch concrete openings that are to be filled with non- shrinking cementing compound. Finish concrete patching shall be troweled smooth and shall be uniform with surrounding surfaces. 10.01.8 WATERPROOFING A. Provide waterproof flashing for each penetration of exterior walls and roofs. B. Flashing for conduit penetrations through built -up roofs shall be made with pitch pans filled with pitch. Conduit penetrations through poured concrete roofs shall be made with sleeves and annulus caulked. C. Penetrations through walls at below ground elevations shall be waterproofed by conduit sealing fittings or other methods as indicated. D. Interiors of raceways that are likely to have water ingress such as runs from handholes into below -grade installations shall have waterstops installed to prevent water from entering into installations. 10.01.9 EQUIPMENT PROTECTION A. Provide suitable protection for all equipment, work and property against damage during construction. B. Assume full responsibility for material and equipment stored at the site. C. Conduit openings shall closed with caps or plugs during installation. All outlet boxes and cabinets shall be kept free of concrete, plaster, dirt, and debris. D. Equipment shall be and tightly sealed against entrance of dust, dirt, and moisture. 10.01.10 CLEAN -UP A. Remove all temporary labels, dirt, paint, grease and stains from all exposed equipment. Upon completion of 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 work, clean equipment and the entire installation so as to present a first class job suitable for occupancy. No loose parts or scraps or equipment shall be left on the premises. B. Equipment paint scars shall be repaired with paint kits supplied by the equipment manufacturer, or with an approved paint. C. Clean interiors of each item of electrical equipment. At completion of work all equipment interiors shall be free from dust, dirt, and debris. 10.01.11 TESTS A. All equipment shall put through a trial run -in test to ascertain the performance complies with the intent of the specifications. All -in tests shall be made in the presence of the Engineer. All cables shall have an insulation test performed using 600 volt megger. B. Cables installed with an unacceptable insulation reading shall be removed and new cable installed and retested at no additional cost to the owner. 10.01.12 RECORD DRAWINGS A. At the start and during the progress of the job, keep one separate set of blue -line prints for making construction notes and mark -ups. B. Show conduit routing and wiring runs as constructed and identify each. C. Record all deviations from the Contract Documents. D. Submit set of marked -up drawings for review. 10.01.13 OPERATIONS AND MAINTENANCE MANUALS A. Six (6) weeks prior to the completion of the project, compile an operations and maintenance manual on each item of equipment. These manuals shall include detailed instructions and maintenance, as well spare parts lists. B. Submit six (6) copies for review. PART 2 PRODUCTS 10.02.1 RACEWAYS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A. Above ground conduit shall be schedule 40 aluminum and shall comply with Article 346 of NEC and U.L. standard UL -6. B. Below grade conduit shall be non - metallic rigid PVC Schedule 40, rated 90 degrees Celsius and conform to NEMA TC -2 and UL -651 Standards, transitions to above ground to be made with PVC coated hot dipped rigid steel conduit. C. Connections to motors shall be made using liquid tight flexible conduit and shall consist of galvanized flexible interlocking steel core with thermoplastic cover. 10.02.2 CONDUIT FITTINGS A. NEMA 1 lock nuts for indoor rigid metallic conduit shall be galvanized steel. B. Outdoor field applied hubs for sheet metal enclosures shall be galvanized steel ring, nylon throat, threaded NPT insert and shall be MYERS "SCRU- TITE ", or equal. C. Conduit hubs for non - metallic enclosures shall be fiberglass polyester reinforced with galvanized steel core, complete with lockout and grounding bushing and shall be Square D Type NH, or equal. D. Rigid metallic conduit chase nipples, slip fittings, unions, reducers shall be hot dipped galvanized steel. E. Rigid metallic conduit grounding bushings shall be hot dipped galvanized steel with threaded hub, nylon insulated throat, and ground lug. F. Liquid tight flexible conduit fittings shall be hot dipped galvanized steel body with internal locking ring. 10.02.3 CONDUIT BODIES AND BOXES A. Conduit bodies such as "C ", "LB", "T" and the like pulling fittings shall be sand -cast copper free aluminum. Covers shall be gasketed cast metal with stainless steel cover screws and clamp style attachment. Furnish Crouse -Hinds Form 7, or equal. B. Conduit bodies such as "GUA ", "GUAT ", "GUAL ", and the like pulling /splicing fittings shall be copper free aluminum with cast metal covers. All such conduit bodies shall be Crouse -Hinds GU /EA series, Appleton "GR" series, equal. C. Cast metal outlet boxes, puliboxes, and junction boxes whose volume is smaller than 100 cubic inches, and cast metal device boxes, shall be sand -cast copper free aluminum. All boxes shall have threaded hubs. Furnish Crouse -Hinds "FD" style Condulets, Appleton "FD" style Unilets, or equal. D. Covers for cast metal boxes shall be gasketed cast metal covers with stainless steel screws. 10.02.4 WIRE AND CABLE A. All conductors shall be soft - drawn, stranded annealed copper that meets ANSI 44, ASTM B3- 74/38 -72. B. Insulation for all 480V conductors in sizes larger than #3/0 AWG shall be insulated with ethylene propylene rubber and shall have chlorosulfonated flame retardant outer jacket. All such wire shall be type RHH, RHW, USE, VW -1. Furnish okonite "Okolon ", Rockbestos "Firewall ", or equal. C. Insulation for all 480V conductors in sizes #3/0 AWG and smaller shall be cross - linked polyethylene. Furnish type RHH, RHW, USE wire, Okonite "X- Olene ", GE "Vulkene ", or equal. D. All power signal- conductor cables shall be factory pigmented black insulation. E. Insulation for all 120/240V conductors, insulated equipment grounding conductors and control conductors shall be crosslinked polyethylene. Furnish type XHHW wire, Okonite "X- Olene ", G.E. "Vulkene ", or equal. F. Multiconductor shielded cables shall be polyethylene insulated tinned copper conductors within an aluminum - polyester shield tinned copper drain wire and a chrome PVC jacket. Shield shall provide 100% coverage. Cables shall be UL style 2092 and shall be Beldon Beldfoil #8760 or equal, with number of conductors shown. G. Multiconductor signal cables shall consist of twisted pairs of insulated copper conductors, size and number of pairs as indicated, with a petroleum - polyethylene compound which fills all cable interstices, a non - hygroscopic core tape, .005" copper shield and a polyethylene jacket. Cable shall be manufactured to REA Specification PE -39 for REA designation BJCF cables and 1 1 shall be Okonite type KTC -F or equal. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 H. Multiconductor cords shall consist of rubber insulated high- strained copper conductors contained within a neoprene jacket. Furnish type SJO /300V class for 120/240V class applications. 10.02.5 CONNECTORS A. Mechanical connectors shall be copper alloy bolted pressure type with bronze hardware. B. Insulated spring -wire connectors, "wire- nuts ", for small building wire taps and splices shall be plated spring steel with thermoplastic jacket. Connector shall be rated at 150 degrees Celsius continuous. Furnished 3M "Hyflex ", T&B "PT" or equal. C. Insulated set -screw connectors shall consist of copper body with flame- retardant plastic insulated shield. Furnished Ideal, T &B, or equal. D. Connectors for control conductor connections to screw terminals shall be crimp -type with vinyl insulated barrel and tin - plated copper ring - tongue style connector. Furnish T&B "Sta -kon ", 3M "Scothlok ", or equal. 10.02.6 INSULATING PRODUCTS A. Tape products shall be furnished as hereinafter specified and shall be Plymouth, Okonite, F.E., 3M, or equal. B. General purpose electrical tape shall be 7 mil thick stretchable vinyl plastic, pressure adhesive type, "slipknot Grey ", 3M Scotch 33 +, or equal. C. insulating void - filling tape and high voltage bedding tape shall be stretchable ethylene propylene rubber with high -tack and fast fusing surfaces. Tape shall be rated for 90 degrees Celsius continuous, 130 degrees Celsius overload, and shall be moisture -proof void filling tape shall be "plysafe ", 3M Scotch 23, or equal. D. High temperature protective tape shall be rated 180 degrees Celsius continuous indoor /outdoor, stretchable, self- bonding silicone rubber. High temperature tape shall be "Plysil #3445 ", 3M Scotch 70, or equal. E. Insulation putty filler -tape shall be Plymouth #2074, 1 1 3M, or equal. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10.02.7 LABELS A. Colored banding tape shall be 5 mil stretchable vinyl with permanent solid color. Color shall be as hereinafter specified. Tape shall be Plymouth "Slipknot 45 ", 3M Scotch #35, or equal. B. Numbered marking labels shall be colored vinyl markers, T &B, Brady, or equal. C. Cable identification labels shall be water resistant polyester with blank write -on space, T &B, Brady, or equal. D. Buried conduit marking tape for marking path of buried conduits shall be a four (4 ") inch nominal width strip of polyethylene with highly visible, repetitive marking "BURIED CONDUIT ", or similar language, along its length. E. Nameplates shall be micarta lamicoid material, 1/6" thick, black background with white engraving. Attachment means shall be self- tapping stainless steel screws. 10.02.8 GROUNDING DEVICES A. Exothermally welded joints shall be made with Enrico "cadweld ", Burndy "Thermweld ", or equal kits. B. Ground bus connectors shall be Square D type "LU ", OZ Type "XLH ", or equal. C. Conduit grounding bushings shall be as specified under CONDUIT FITTINGS. 10.02.9 SUPPORTING DEVICES A. Mounting hardware, nuts, bolts, lock washers, and washers, shall be grade 304 stainless steel. B. Unless otherwise indicated, slotted channel framing and supporting devices shall be manufactured of ASTM 6063, T -6 grade aluminum; 1 -5/8 "wide x 3 -1/4" deep (double opening type). Clamp nuts for use with slotted channels shall be grade 304 stainless steel. C. Conduit straps for use with slotted channels shall be aluminum with stainless steel hardware. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 D. After -set concrete inserts shall consist of stainless steel expansion bolts, 1/4: minimum diameter, 500 lbs. minimum pull -out resistance. Furnish Phillips, Wej -it, or equal. E. Hanger rod shall be 3/8 ": minimum diameter galvanized steel all- thread. F. Nest -back or clamp -back conduit supports shall be two - piece hot -dip galvanized malleable iron devices. Furnish Crouse -Hinds "MW + CB ", Gedney 140 series, or equal. G. One -hole conduit clamps shall be hot - dipped galvanized malleable iron type, Crouse -Hinds type "MW ", T &B 1270/1280 series, or equal. H. Conduit "U" bolts shall be hot -dip galvanized steel with galvanized hex -head bolts. I. Plastic saddles for supporting buried conduits shall be interlocking type that provides separation between conduits vertically and laterally and between bottom of conduits and trench floor. 10.02.10 MISCELLANEOUS MATERIAL A. Double bushing for insulating wiring through sheet metal panels shall consist of mating male and female threaded phenolic bushings. Phenolic insulation shall be high - impact "ABB ", Gedney type "ABB ", or equal. B. Cable grips shall be grip -type wire mesh with machined metal support. Furnish Kellems, Appleton, or equal products. C. Conduit pull -cords for use in empty raceways shall be glass -fiber reinforced tape with foot - marked along its length. Furnish Thomas, Greenlee, or equal products. D. Conduit thread coating compound shall be conductive, non - galling, and corrosion - inhibiting. Furnish Crouse - Hinds type "STL ", Appleton type "ST ", or equal. E. Wire pulling compound shall be non - injurious to insulation and to conduit and shall be lubricating, non - crumbling, and non - combustible. Furnish Gedney "Wire - Quick", Ideal "Yellow ", or equal. F. Plastic compound for field- coating of ferrous material products shall be PVC in liquid form that sets -up semi- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 hard upon curing. Furnishing Rob Roy "rob Kote ", Sedco "Patch Coat ", or equal. G. Zinc spray for coating electrogalvanized steel products shall be Research Laboratory type "LPS ", Mobil "Zinc - spray", or equal. H. Splicing kit shall be provided with insulating and sealing compound to provide a moisture -tight splice. Provide Scotchcast Series 82 or equal splicing kit. 10.02.11 LIGHTING A. Fixture lamps shall be furnished. B. Each fixture shall be complete with its appropriate hardware, finish trim, and appurtenances as required for a finished installation. 10.02.12 WIRING DEVICES A. All wiring devices shall be specification grade and shall meet NEMA WD 1 -1971 requirements. Furnish following types unless otherwise indicated. B. Two -pole, 3 -wire grounding, 15A/125V, NEMA 5 -15R duplex receptacle shall be Arrow -Hart #5662 -S, Hubbel #5262, or equal. C. Two -pole, 3 -wire grounding, 20A/125V, NEMA 5 -20R duplex receptacle shall be Arrow -Hart #5739 -S, Hubbell #5362, or equal. D. GFI receptacle shall be duplex receptacle in a duplex body containing reset and test push- buttons. Furnish Square D "GFSR ", or equal. E. Two -pole, 3 -wire grounding, #20A/250V NEMA 6 -20R single receptacle shall Arrow -Hart #5861, Hubbell #5461, or equal. F. Single -pole, single throw, 20A toggle switch shall be Arrow -Hart #1791, Hubbell #1221, or equal. G. Single -pole, double throw shall be Arrow -Hart #1994, H. Double -pole, double -throw shall be Arrow -Hart #1994, (three -way) 20A toggle switch Hubbell #1224, or equal. (four -way) 20A toggle switch Hubbell #1224, or equal. I. Double -pole, single -throw 29A toggle switch shall be Arrow -Hart #1992, Hubbell #1222, or equal. J. Single -pole, double- throw, momentary /centeroff, 20A toggle switch shall be Arrow -Hart #1995, Hubbell #1556, or equal. K. Door switch, single -throw pressure sensitive shall be Pass & Seymour #1205, or equal. 10.02.13 PANELBOARDS A. Panelboards shall have voltage, overcurrent devices and features as indicated. B. Breakers shall be plug -on type, trip -free. Multipole breakers shall be provided with a common internal trip which opens all poles simultaneously and with a single operating handle for all poles. Handle ties between breakers are not acceptable. C. Breakers for 480V distribution panels shall be rated at least 14000 amps I.C., and breakers for 120/240V panels shall be rated at least 10,000 amps I.C. D. Provide ground bus inside each cabinet. E. Enclosures shall be NEMA4 surface mounted cabinet with gasketed, hinged door, inside gutter trim and with door mounted directory pocket. All metal surfaces shall be painted with baked -on acrylic enamel. 10.02.14 DRY -TYPE TRANSFORMERS A. Dry -type transformers shall have continuous KVA and voltage characteristics as shown. B . Enclosures shall be indoor -type. C. Coils shall be provided with NEMA standard taps in high voltage windings. D. Furnish Square D or equal dry -type transformers. 10.02.15 SAFETY SWITCHES A. Safety switches shall be fused or non -fused as indicated. Each fused type switch shall be equipped with class R refection clips. B. Switch mechanism in each safety switch shall be quick - make, quick- break, heavy -duty type that meets Federal 1 1 Specification W- S -865C. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C. Enclosures shall be NEMA types as indicated. NEMA 4X types shall be fiberglass reinforced polyester with gasketed door and stainless steel hardware. D. Conduit hubs for NEMA 4X enclosed safety switches shall be steel body type with fiberglass reinforced polyester covering and with grounding bushing inside. E. Conduit hubs for NEMA 3 and NEMA 4 enclosures shall be water -tight threaded hubs with grounding bushing inside. F. Each enclosure shall be equipped with ground lug. G. where indicated furnish disconnect mechanism with auxiliary control disconnect contact rated 10 amp make, 6 amp break 120V A. C., 35% p.f. H. Where indicated furnish NEMA 4X safety switches with integrally mounted pilot operators. I. NEMA 1,3,4, or 12 enclosed safety switches shall be Square D or equal. J. NEMA 4X safety switches shall be Square D "Krydon" or equal. PART 3: INSTALLATION 10.03.1 RACEWAYS A. Install the conduit system to provide the facility with the utmost degree of reliability and maintenance free operation. The conduit system shall have the appearance of having been installed by competent workmen. Kinked conduit, conduit inadequately supported or carelessly installed, do not give such reliability and maintenance free operation and will not be accepted. B. Raceways shall be installed for all wiring runs except as otherwise indicated. C. Conduit sizes, where not indicated, shall be N.E.C. code -sized to accommodate the number and diameter of wires to be pulled into the conduit. Unless otherwise indicated, 3/4" trade -size shall be minimum size conduit. D. Unless otherwise noted, conduit runs shall be installed 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 exposed. Such runs shall be made parallel to the lines of the structure. Where aluminum conduit or supporting devices come in contact with concrete, the conduit and or supporting devices shall be coated with zinc chromate or other suitable coating to prevent galvanic action. E. Unless otherwise indicated, conduit runs installed below -grade in earth shall be PVC. Use manufacturer's approved cement for joining couplings and adapters. Runs shall be installed so that tops of conduits are at least twenty -four (24 ") inches below finished grade. Support runs on plastic spacers and backfill to three (3 ") inches above topmost conduits with washed sand. Wash down all sand backfill with water so as to completely fill interstices and to compact sand. Complete backfill to finished grade with selected soil that is free from clods, debris, rocks and the like. Pneumatically tamp backfill in six (6 ") inches to eight (8 ") inches below finished grade, install continuous run of "BURIED CABLE" marking taped. F. Below -grade to above -grade upturns in non - metallic runs shall be made with PVC coated rigid metallic conduit. G. Rigid metallic conduit runs shall have their couplings and connections made with screwed fittings and shall be made up wrench- tight. Check all threaded conduit joints prior to wire pull. H. All conduit runs shall be watertight over their lengths of run except where drain fittings are indicated. In which cases, install specified breather -drain fittings. I. Plastic jacketed flexible steel conduit shall be used to connect wiring to motors, limit switches, bearing thermostats, and other devices that may have to be removed for servicing. Unless otherwise indicated, maximum lengths of flex shall be six (6') feet. J. Each flex connector shall be made -up tightly so that the minimum pull -out resistance is at least 150 lbs. K. Empty conduits shall have pull -tape installed. Identify each terminus as to location of other end. Use blank plastic waterproof write -on label and write information on each label with waterproof ink. Cap exposed ends of empty conduit with plastic caps. L. Conduit runs into boxes, cabinets, and enclosures shall be set in a neat manner. Vertical runs shall be set plumb. Conduits set cocked or out of plumb will not be acceptable. M. Conduit entrances into equipment shall be carefully planned. Cutting away of enclosure structure, torching out sill or braces, and removal of enclosure structural members, will not be acceptable. N. Use approved hole cutting tools for entrances into sheet metal enclosure. Use of cutting torch or incorrect tools will not be acceptable. Holes shall be cleanly cut and they shall be free from burrs, fagged edges, and torn metal. O. All raceways shall be swabbed clean after installation. There shall be no debris left inside. All interior surfaces shall be smooth and free from burrs and defects that would injure wire insulation. All conduits shall be sealed after cable installation with electrical insulation putty. 10.03.2 CONDUIT BODIES AND BOXES A. Conduit bodies such as "LB ", "T ", etc., shall be installed in exposed runs of conduit wherever indicated and where required to overcome obstructions and to provide pulling access to wiring. Covers for such fittings shall be accessible and unobstructed by the adjacent construction. B. Covers for conduit bodies installed shall be gasketed cast metal type. C. All conduit boxes installed shall be cast metal type. Covers for all such boxes shall be gasketed cast metal type. 10.03.3 RACEWAY SUPPORT A. All raceway systems shall be adequately and safely supported. Loose, sloppy and inadequately supported raceways will not be acceptable. Supports shall be installed at intervals not greater than those set forth under Article 300 of N.E.C., unless shorter intervals are otherwise indicated, or unless conditions require shorter intervals of supports. B. Surface mounted runs of conduit on concrete or masonry surfaces shall be supported off the surface by means of aluminum slotted channels and conduit clamps. Attach each slotted channel support to concrete surface by means of two (2) 1/4" diameter stainless steel bolts into drilled expansion shields. Coat surface contacting concrete or masonry with zinc chromate. C. Conduit runs that are installed along metallic structures shall be supported by means of beam clamps or other methods as may be indicated. Coat each beam clamp with PVC prior to installation. D. Below -grade conduits shall be supported with plastic saddles. 10.03 4 WIRING A. Conductors shall be sized as shown and where no size is indicated, the conductor size shall be size #12 AWG. B. All control wiring, 120/240V wiring and insulated equipment grounding conductors shall be type XHHW insulated stranded copper conductors. C. All 480V wiring in sizes #4/0 and larger shall be made with type RHH, RH, USE, VW -1 wire with stranded copper conductors that has EPR insulation and flame retardant jacket. D. All 480V wiring in sizes smaller than #4/0 shall be installed with type RHH, RHW, USE insulated stranded copper conductors. E. Branch circuits may be spliced for receptacle, lighting and small appliances load inside appropriate junction boxes. All control and power cables shall be run continuous without splices except where approved by the engineer. F. Except as otherwise specified, taps and splices with #10 AWG and smaller shall be made with insulated spring wire connectors. Such connectors in damp or wet locations shall be further insulated with an envelope of stretched piece of EPR tape around each wire to fill the interstices between the wires. Then, apply one -half lapped layer of electrical tape over all. G. Motor connections made with #10 AWG and smaller wire shall be made up with set - screwed copper lugs with threaded -on insulating jacket. After make -up of each connector, install two (2) layers half - lapped, high temperature tape over connector barrel and down over wires into connector on (1 ") inch. H. Motor connections made with #8 AWG and larger wire shall 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 be made up with cast copper alloy splice connector. Apply over each connector and down 1.5 inches over each wire entry, wrapping in high temperature tape. Apply at least three (3) layers, half - lapper each layer of such tape with maximum built -up over the connector. Then apply final wrapping of at least three (3) layers, half - lapped each layer of electrical tape. I. Taps, splices, and connection in #8 AWG and larger wires shall be made with copper alloy bolted pressure connectors. Each such connector shall be insulated by means of applying insulation putty over sharp edges so as to present a smooth bonding surface. Next, apply at least four (4) layers, half - lapped each layer of EPR tape. Then, make final wrapping of at least three (3) layers, half - lapped each layer of electrical tape. J. Control wiring connections to stud type and screw type terminals shall be made with ring - tongue type crimp connectors. Label each terminal jacket with wire marking label at each connection. K. Each wire connection shall be made up tightly so that resistance of connection is as low as equivalent length of associated conductor resistance. L. Phase label black pigmented power wires with color banding tape. Color of tape applies shall be that specified below. CONDUCTOR 120/240V SYSTEMS 480V SYSTEMS Phase A Black Purple Phase B Red Brown Phase C Blue Yellow Neutral White Gray Equipment Ground Green Green M. Numbered labels shall be installed to identify circuit numbers from panel boards. Install labels on each wire in each panelboard, junction, and pulibox, and device connection. N. Label each wiring run with write -on waterproof labels inside each motor control center and in service switchboard. Install write -on label ties around wire group at conduit entrance and write -on label the wire size, and service. 0. Install numbered marking on each control wiring termination at each terminal strip and at each device. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Do this in motor control center, terminal cabinets, safety switches, remote controllers, pilot operators, and instrumentation equipment. Number selected shall correspond to number on terminal strip. P. All wiring inside enclosures will be neatly trained and laced with nylon tie - wraps. Q All wiring shall be installed in raceways unless otherwise noted; however, no wire shall be drawn into a conduit until all work of a nature which may cause injury is completed. Do not exceed wire and cable manufacturer's recommended pulling tensions. A cable pulling compound shall be used as a lubricant and its composition shall not affect the conductor or its insulation. 10.03.5 WIRING DEVICES A. Install wiring devices where indicated. Wiring devices shall be type as indicated. B. Each wiring device shall be set with axis plumb and installed with yoke screw so as to adequately support device yokes to the box. C. Device boxes shall be cast metal Condulets or equal. D. Use ganged boxes for ganged devices. E. Each device box shall be equipped with specified cast metal cover. 10.03.6 GROUNDING A. Each item of equipment shall be adequately and thoroughly grounded. Comply with Article 250 of N.E.C., except where higher standards of grounding have been specified. B Equipment grounding conductors (EGC) shall be installed where indicated. These wires shall be green colored in sizes #6 AWG and smaller and green banded in larger sizes. C. EGC runs into equipment and shall be grounded to equipment bus where available, or to equipment ground lugs. D. Where grounding type bushings are installed, bond EGC thereto and furthermore ground each bushing lug to equipment ground bus or ground lug, or ground rod. E. In each motor terminal box, install equipment ground lug and connect EGC thereto. F. In each floodlight pole, install ground connector to pole and bond to conduit bushing and to EGC in branch circuit. 10.03.7 LABELING In addition to requirements for labeling as specified throughout this section, install as follows: A. Phase bank each power wire and cable with colored banding tape. Do this at each termination. B. Apply numbered wire marking labels to control wires; power wiring in panelboards, pull and junction boxes, and at outlets to identify circuit numbers. Each control wire shall be labeled at each connection. C. Apply write -on identification labels to wiring sets in each hand -hole to identify function. Use waterproof labels. D. Apply write -on identification labels to empty conduits to identify each with information as to terminus of other end and also trade size of conduit. E. Install micarta nameplates with engraving to identify function and /or load served for the following: 1. Starters 6. Vendor panels 2. Overcurrent Devices 7. Control panels 3. Safety Switches 8. Motor Control Centers 4. Instruments 5. RTU's Micarta nameplates shall be attached with stainless steel screws, use two (2) per each nameplate. Submit for review a schedule for engraving along with size for each proposed micarta nameplate. Do not fabricate nameplate until review has been completed. F. Type circuit directory information on circuit directory cards on all panelboards. SECTION 11 - CONTROL AND INSTRUMENTATION 11.01.1 SCOPE A. Furnish and install instrumentation and control systems and indicated on the plans. B. Products and installations shall comply with the electrical section specifications 11.01.2 EQUIPMENT FIELD SERVICE A. Provide the services of factory trained personnel to assist in the installation and start- up of the control system. B. Provide at least eight (8) hours on site time of factory trained personnel for training plant personnel on the operation and maintenance of the equipment. PART 2 PRODUCTS 11.02.1 CHLORINE - AMMONIA FLOW CONTROL A. The chlorine - ammonia flow control unit shall be microprocessor based with programmable logic controller capabilities and communicate data with a maximum level of message security. The unit shall have inherent capability to control the local system with or without command from a remote computer master station. In event of communication loss between the controller and master, the controller can revert to a completely different control strategy. B. The controller shall be completely self contained and require no external peripherals for operation. Any changes to set points, configuration, and diagnostics shall be performed via integral permanently mounted key pad. Total memory complement shall be 16K RAM and 64K EPROM. RAM and time -of -day clock shall have lithium battery backup so no configuration information is lost during power failure. In addition, all configuration information shall be capable of an upload or download utilizing EEPROM. C. The front of the controller shall contain a sealed membrane keypad and provide the following operator logic. interface: 20 Character florescent display 5x7 Dot matrix 3/8" Hi- visibility characters 40 Position membrane keypad 12 Position numeric cluster LED indication on all non - numeric keys The 20 character display shall be used for the indication of flow rates, levels, pressures, alarms, statuses, and any telemetered information from the entire system. There shall be specific keys for: level, flow, totalization, pump control, pump alternation, other analogies, other discretes. Analog signals shall be described with appropriate engineering units and discrete signals described with appropriate statuses. Complete operation shall be possible from the integral keypad and display. D. The configuration shall be of the control routine shall be done through a fill in the blanks approach. Preprogrammed prompts and messages shall guide the user on the 20 character display. Routines shall be oriented specifically to water /waste water applications so simple configuration is allowed. All entries shall be capable of diagnostic review, change, deletion, or alternation at any time. Controllers (PLC) requiring external computers for programming and modifications will NOT be acceptable. As a minimum the following configuration routine will be utilized for the intelligent RTU via the integral keypad. - Alternation of all pumps (2, 3, or 4 pumps). - Equipment interlocking. - Start /stop set points. - Start /stop /fail delays - Run time accumulation on all pumps. - Totalization of all flow rates. - Load cycling (Min, max, on /off times). - Time -of -day control with lockout and low level override -hi /lo alarming. - Change -of -state alarming. - Boolean, arithmetic, comparative and conditional E. At the Lake Creek and WEstinghouse Well Sites, the chlorine - ammonia controller shall receive contact closures from booster pumps no.1 thru 6 motor starters and well pumps no.1 thru 4(from existing level electrode controls for the ground storage tank - well pumps no.3 and 4 are located remotely from tank site). Using these signals, the controller shall perform the following functions: When any one well pump is called for, the controller shall output a 4 -20 mA signal proportional to a field determined level which will pace the chlorinator to a field determined flowrate. When a second well pump is called for the controller shall increase the output signal to a field determined level which will increase the chlorinator flowrate. The same procedure is followed as the third and fourth well pumps are called for. As well pumps are turned off the controller output will decrease proportionally. When any one booster pump is called for, the controller shall output a 4 -20 mA signal proportional to a field determined level which will pace the ammoniator to a field determined flowrate. When a second booster pump is called for the controller shall increase the output signal to a field determined level which will increase the ammoniator flowrate. The same procedure is followed as the third, fourth, fifth and sixth booster pumps are called for. As booster pumps are turned off the controller output will decrease proportionally. Input signals to the controller shall also be brought out to terminal strips for future use of the owners telemetry system and will allow the controller's output signals to be changed remotely. At the Water Treatment Plant, the Ammoniators shall be flow paced off the plant's influent flow meter. The contractor shall verify the existing conduit and control cable to the ammonia system for proper operation. F. Chlorine - ammonia controller shall be model 9507 as manufactured by Autocon. SECTION 12 - SHOP DRAWINGS, SUBMITTALS, OPERATING MANUALS AND SERVICE 12 -01 NUMBER OF SUBMITTALS Without limiting the requirements of any other item in these Specifications, four (4) sets of Shop Drawings shall be submitted by the Contractor to be retained by the Owner and Engineer. The Contractor shall submit an additional number of submittals based on the number that are to be returned for his own use. Shop Drawings shall be submitted in accordance with the General Conditions of the Agreement. 12 -02 EOUIPMENT. MA ERIALS AND DESIGN SUBMITTALS REOUIRED Equipment, material and /or design submittals are required on all supplied items for approval by the Engineer and the Owner. The items to be submitted shall include but not be limited to the following: 12 -03 REQUIREMENTS Equipment Valves Piping Electrical & Controls Paint Structural Materials All equipment manufacturers and material suppliers shall furnish complete shop drawing information for approval prior to any equipment fabrication. Shop drawings shall be completely legible and must be approved prior to fabrication. Submittals will include the following items: 1. Equipment and material drawings for major equipment shall be full size prints (24" x 36 ") with dimensions, weights, anchor bolt settings, pipe connections, materials and protective coating specifications. 2. List of anchor bolts, sizes, lengths, etc. 3. Instrument catalog cuts, specification sheets, wiring diagrams, and calibration instructions. 4. Valve catalog cuts, dimensions, and material specifications. 5. Control schematics. 12 -04 12 -05 SERVICE 6. Complete assembly drawings. 7. Calculations confirming the hydraulics of the complete treatment plant system. 8. A table showing lubrication schedule with frequency for all equipment being supplied. The required lubricants shall also be listed. 9. Location of nearest service center with name of company, contact personnel, and telephone number. Equipment submittals and shop drawings not approved after the second submission will result in Engineering charges to the Contractor for subsequent review. • 4_,1I 4.4_ 6.• ... 4 Six (6) sets of complete Operation and Maintenance (O&M) Manuals shall be supplied by the equipment manufacturer at the time of shipment. Manuals shall be submitted for approval by the Engineer. The equipment manufacturers shall provide the services of a technical service representative to inspect and adjust the completed installation and to instruct the Owner's personnel in the care and operation of the equipment specified herein. The manufacturers shall maintain a service organization available on call with spare parts from local stock. All equipment provided on this project shall be guaranteed against defects of material and workmanship for a period of one (1) year from date of acceptance of the project by the Owner. Field service shall be included in each equipment manufacturer's bid to check out the installed equipment, place it in operating service and provide start -up and maintenance instruction service to the plant operating personnel. Field service time is not intended to include any time in the field required to correct fabrication or installation errors, and any charges resulting from time required for this must be resolved between the manufacturer and /or equipment supplier and the General Contractor. 12 -06 The equipment manufacturer shall coordinate all field service trips with the General Contractor and the Owner's representative. The Contractor shall furnish to the Engineer one (1) set of marked -up Plans, showing all the changes and deviations made to the original Plans during the construction of this Project. Dimensions shall be provided where necessary to properly locate all structures, pipelines and appurtenances. Three (3) sets of electrical "as- built" wiring diagrams shall also be furnished to the Engineer for all equipment and controls by the Electrical Subcontractor through the General Contractor. The Engineer will record the changes, include the electrical diagrams on the original Plans and provide the required sets of "as- built" Plans to the Owner. 12 -07 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract prices bid for item of which this work is a component part.