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.