Loading...
R-95-11-09-10A - 11/9/1995ATTEST: WHEREAS, the City of Round Rock has duly advertised for bids for improvements to the existing City of Round Rock's Water Treatment Plant (Phase I), and WHEREAS, Bryan Construction Company has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of Bryan Construction Company, Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with Bryan Construction Company for improvements to the existing City of Round Rock's Water Treatment Plant (Phase I), a copy of said contract being attached hereto and incorporated herein for all purposes. RESOLVED this 9th day of November, 1995. E LAND, City Secretary K: \RESOLUTI \RS51109A WPD /s1s RESOLUTION NO. R- 95- 11- 09 -10A ARLES CUAaPPER, Mayor City of Round Rock, Texas C DM Camp Dresser & McKee Inc. enWmnmentel services Westech 360 8911 Capital of Texas Highway, Suite 4240 Austin, Texas 78759 -7267 Tel: 512 345 -6651 Fax: 512 345-1483 October 27, 1995 Mr. Steve Miller, P.E. Project Manager City of Round Rock 2008 Enterprise Drive Round Rock, TX 78664' Re: City of Round Rock Water Treatment Plant Chlorination and Filter Improvements Recommendation for Award Dear Mr. Miller: On October 24, 1995 bids were received and opened for the Round Rock WTP Chlorination and Filter Improvements project. Six bids were received for this project, and a complete bid tabulation is attached to this letter for your records. In summary, the bidders' names and the total base bid amount are shown below. BIDDER'S NAME TOTAL BASE BID AMOUNT Bryan Construction Co. North Texas Municipal Construction Co., Inc. M.W.D. Construction Co., Inc. Matous Construction Co., Inc. Reddico Construction Co., Inc. Cunningham Constructors & Associates, Inc. The Engineer's Final Construction Estimate was $343,000.00. The low bidder was Bryan Construction Co. of Bryan, Texas. We are familiar with Bryan Construction and believe they are capable of performing the work contained in the contract within the stipulated time. Therefore, we recommend that the City of Round Rock award the Chlorination and Filter Improvements contract to Bryan Construction Co. A2243LTAGTS $291,300.00 $307,000.00 $369,850.00 $379,000.00 $399,000.00 $433,800.00 _ f CDM Camp Dresser & McKee Inc. Mr. Steve Miller, P.E. October 27, 1995 Page 2 If you have any questions regarding the award recommendation or the bid tabulation please call. Sincerely, CAMP DRESSER & McKEE INC. Greg T. Swoboda, P.E. Project Manager Attachments xc: Allen Woelke Danny Shannon A2243LTR.GTS Bidder's Name Bryan Construction Co. North Texas Municipal Construction Co. MWD Construction Co. Matous Construction Co. Reddico Construction Co. Bid Security ✓ ✓ ✓ ✓ ✓ Addendum Acknowledged ✓ ✓ ✓ ✓ ✓ Bid Item No. 1 28,000 24,000 33,000 44,000 38,000 Bid Item No. 2 119,600 130,000 148,000 152,000 177,000 Bid Item No. 3 400 1,000 1,200 1,000 4,500 Bid Item No. 4 21,300 26,000 39,350 28,000 24,000 Bid Item No. 5 122,000 126,000 148,300 154,000 155,500 Total Base Bid 291,300.00 307,000.00 369,850.00 379,000.00 399,000.00 RRBIDTAB CITY OF ROUND ROCK WATER TREATMENT PLANT CHLORINATION AND FILTER IMPROVEMENTS BID TABULATION October 24, 1995 2:00 p.m. Page 1 Bidder's Name Cunningham Construction & Associates Bid Security ✓ Addendum Acknowledged ✓ Bid Item No. 1 40,000 Bid Item No. 2 220,800 Bid Item No. 3 28,000 Bid Item No. 4 25,000 Bid Item No. 5 120,000 Total Base Bid 433,800.00 RRBIDTAB CITY OF ROUND ROCK WATER TREATMENT PLANT CHLORINATION AND FILTER IMPROVEMENTS BID TABULATION Page 2 INTEROFFICE MEMORANDUM DATE: November 2, 1995 TO: James Nuse, P.E. Director of Public Works FROM: Steven Miller, P.E. Facilities Engineer CITY OF ROUND ROCK SUBJ: Phase 1 WTP Improvements Attached is a copy of the Notice -of -Award from CDM for the water treatment plant improvements. This project is for maintaining full production capability at the water treatment plant. The improvements involve replacing the filter valves in the phase II pipe gallery including an air compressor upgrade, a new air piping arrangement and replacing the old (original) chlorinating equipment. This project is necessary to ensure the water production capability at the treatment plant. DATE: November 6, 1995 SUBJECT: City Council Meeting, November 9, 1995 ITEM: 10A. Consider a resolution authorizing the Mayor to enter in a contract for Phase 1 of the Water Treatment Plant Improvement. 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 SUBJ: Phase I WTP Improvements MEMORANDUM Attached is a copy of the Notice -of -Award from CDM for the water treatment plant improvements. This project is for maintaining full production capability at the water treatment plant. The improvements involve replacing the filter valves in the phase II pipe gallery including an air compressor upgrade, a new air piping arrangement and replacing the old (original) chlorinating equipment. This project is necessary to ensure the water production capability at the treatment plant. 1 1 1 1 1 1 1 1 1 1 1 1 1 : 1 1 1 1 k- 95 / 09-iag CITY OF ROUND ROCK • • P‘ • r a WATER TREATMENT PLANT CHLORINATION AND FILTER IMPROVEMENTS PROJECT MANUAL CDM CAMP DRESSER & McKEE INC. OCTOBER 1995 1 r 1 1 r 1 1 1 1 CITY OF ROUND ROCK • ° • /‘ * 1 WATER TREATMENT PLANT CHLORINATION AND FILTER IMPROVEMENTS GREG T. SWOBODA PROJECT MANUAL CDM CAMP DRESSER & McKEE INC. OCTOBER 1995 THIS PAGE LEFT BLANK INTENTIONALLY 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements Section Title ADDENDUM NO. 1 DIVISION 0 - BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 Invitation to Bid 00100 Instructions to Bidders 00300 Bid Form 00310 Bid Bond Form 00500 Standard Form on Agreement Between Owner and Contractor 00610 Performance Bond 00630 Payment Bond 00650 Certificate of Insurance 00700 General Conditions (EJCDC Form No. 1910 -8, 1990 Ed.) 00800 Supplementary Conditions 00840 Special Conditions DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work 01015 Control of Work 01016 Control of Materials 01025 Measurement and Payment 01090 Reference Standards and Definitions 01300 Submittals 01500 Temporary Facilities 01700 Contract Closeout 01710 Cleaning 01720 Project Record Documents 01730 Operating and Maintenance Data 01740 Warranties and Bonds DIVISION 2 - SITE WORK 02616 Ductile Iron Pipe and Fittings CITY OF ROUND ROCK WATER TREATMENT PLANT IMPROVEMENTS CHLORINATION AND FILTER IMPROVEMENTS TABLE OF CONTENTS A2198S00000 1 11/09/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements DIVISION 9 - FINISHES 09901 Surface Preparation and Shop Prime Painting 09902 Field Painting DIVISION 11 - EQUIPMENT 11234 Chlorination System 11258 Leak Detection Systems 11374 Air Compressor System DIVISION 15 - MECHANICAL 15051 Piping - General Requirements 15052 Pipe Testing - General Requirements 15061 Steel Pipe and Fittings 15064 Plastic Pipe and Fittings 15113 Pneumatic Valve Operators 15140 Pipe Hangers and Supports DIVISION 16 - ELECTRICAL 16000 Electrical - General Provisions 16110 Raceways, Boxes, Fittings and Supports 16120 Wires and Cables (600 Volt Maximum) 16191 Miscellaneous Equipment 16470 Panelboards 16660 Grounding System A2198503.000 2 11/09/95 Bidders on this project are hereby notified that this Addendum shall be attached to and made a part of the above named Contract Documents and Technical Specifications, dated October 1995. The following items are issued to add to, modify, and clarify the Contract Documents and Technical Specifications and Drawings. These items shall have full force and effect as the Contract Documents and Technical Specifications, and cost involved shall be included in bid prices. Bids to be submitted on the specified bid date shall conform with the additions and revisions listed herein. Acknowledge receipt of this addendum by designating receipt of the addendum on the first page of the Bid Form. Failure to do so may subject bidder to disqualification. REVISIONS TO CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS TABLE OF CONTENTS a) Page 1, add the following: "DIVISION 2 - SITEWORK 02616 Ductile Iron Pipe and Fittings" SECTION 00800 - SUPPLEMENTARY CONDITIONS a) Page 00800 -8, Paragraph SC -6.31, delete this paragraph in its entirety. b) Delete the Wage Rate Table at the end of this section and replace it with the Wage Rate Table attached to this Addendum. SECTION 01010 - SUMMARY OF WORK a) Page 01010 - 1, Paragraph 1.01 B.1.f, delete this paragraph in its entirety and replace with the following: "f. Other miscellaneous piping, including the potable water line work, and equipment improvements as shown on the Drawings and as described in the Specifications." A2198500A01 CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS THE CITY OF ROUND ROCK WATER TREATMENT PLANT CHLORINATION AND FILTER IMPROVEMENTS October 1995 ADDENDUM NO. 1 Date Issued: October 18, 1995 Page 1 of 3 10/18/95 A2I98500A01 b) Page 01010 -2, Paragraph 1.04 A, add the following: "4. The Contractor shall be given a maximum of eight hours to make the connection between the new 4" PW -DI line and the existing 3" PW -PVC line in the Chlorinator Room. The Contractor shall notify the Owner in writing 72 hours in advance of when the connection shall occur." SECTION 01025 - MEASUREMENT AND PAYMENT a) Page 01025 -2, Paragraph 1.03 E.1, add the following to this paragraph: "This work item also includes the installation of the new potable water line to the Chlorinator Room." SECTION 01300 - SUBMITTALS a) Page 01300 -6, Paragraph 1.08 B, delete the first sentence of this paragraph and replace with the following: "All photographic work shall be done by a qualified photographer acceptable to the Engineer." SECTION 01500 - TEMPORARY FACILI I'1ES a) Page 01500 -1, Paragraph 1.01 A, delete the third sentence of this paragraph and replace with the following: "The Contractor or his/her authorized representative shall be present in the field at all times while work is in progress." SECTION 02616 - DUCTILE IRON PIPE AND FITTINGS a) Add this section attached to this Addendum to the Technical Specifications. SECTION 09902 - FIELD PAINTING a) Page 09902 -9, Paragraph 3.02 C.9, delete this paragraph in its entirety and renumber the remaining paragraphs. SECTION 11234 - CHLORINATION SYSTEM a) Page 11234 -5, Paragraph 2.02 G, delete the first sentence and replace with the following: "The chlorinators shall be Wallace & Tiernan wall- mounted Series V -2000 or equal and shall be constructed entirely of materials resistant to the corrosive attack of chlorine gas." b) Page 11234 - 7, Paragraph 2.08 B, delete this paragraph and replace with the following: "B. The two existing Chlor -Scale chlorine scales shall be provided with transmitters capable of transmitting a 4 -20 mA output for tank weight." SECTION 11258 - LEAK DETECTION SYSTEMS a) Page 11258 -2, Paragraph 1.06 A.1, delete this sentence and renumber the remaining paragraphs. Page 2 of 3 10/18/ 95 REVISIONS TO DRAWINGS SHEET 2 - FILTERS 19 -36 VALVE ACTUATOR MODIFICATIONS PLAN & SECTIONS a) Section 1, make modifications to this section as shown on the attached Exhibit No. A1-1. b) Section 2, make modifications to this section as shown on the attached Exhibit No. A1-2. c) Note 3, add the following: THE LINE VALVES SHALL BE FULL PORT BALL VALVES AS MANUFACTURED BY APOLLO OR EQUAL." SHEET 3 - BL•WER BUILDIN PL & SECTION DEM•LM & a) Blower Building Modification Plan, make modifications to this plan as shown on the attached Exhibit No. A1-3. b) Blower Building Modification Plan, add the following note to this plan: DIFICATI• PL & IR COMPRESSOR • D "4. PROVIDE AND INSTALL A 1" FULL PORT BALL VALVE. BALL VALVE SHALL BE AS MANUFACTURED BY APOLLO OR EQUAL." HEET 4 - d • ' IN _ • . • • • & HLORINE STORAGE AREA DEMIST, • • ► 'LAN & CHLORINE PROCESS MECHANICAL DIAGRAM a) Demolition Plan, make modifications to this plan as shown on the attached Exhibit No. A1-4. b) Demolition Plan, add the following notes: "9. PLUG EXISTING 3" POTABLE WATER LINE A IbR NEW 4" PW -DI HAS BEEN INSTALLED AS SHOWN ON SHEET 5. 10. REMOVE EXISTING 3" PW-CU PIPING AND INSTALL NEW 4" PW -DI AS SHOWN ON SHEET 5." SHEET 5 - .1O' 1 • OR ROOM & HL•RINE ONS AREA M • DIFI ELEVATION DETAIL & ISOMETRIC a) Delete this sheet in its entirety and replace with the new Sheet 5 attached to this Addendum. SHEET 6 - CHLORINATOR ROOM SECTIONS & ELEVATION a) Delete this sheet in its entirety and replace with the new Sheet 6 attached to this Addendum. SHEET 7 - STANDARD DETAILS a) Add the Concrete Encasement Detail to this sheet as shown on the attached Exhibit No. Al - 5. b) Add the Valve Casing Detail to this sheet as shown on the attached Exhibit No. A1-6. END OF ADDENDUM NO. 1 A2198500AO1 Page 3 of 3 PLAN 1W18/95 General Decision Number TX950041 Superseded General Decision No. TX940041 State: TEXAS Construction Type: SWR /WATER TREAT PLNT County(ies): BELL HILL MILLS BOSQUE ' LAMPASAS NAVARRO CORYELL LEON ROBERTSON FALLS LIMESTONE WILLIAMSON FREESTONE MCLENNAN HAMILTON MILAM WATER & SEWAGE TREATMENT PLANTS AND LIFT PUMP STATIONS Modification Number Publication Date 0 02/10/1995 TX950041 - 1 02/10/1995 COUNTY(ies): MILLS BELL HILL BOSQUE LAMPASAS NAVARRO CORYELL LEON ROBERTSON F2LLS LIMESTONE WILLIAMSON FREESTONE MCLENNAN HAMILTON MILAN SUTX5006A 02/09/1990 Rates CARPENTERS 9.00 CEMENT MASONS 8.00 ELECTRICIANS 13.45 FORM BUILDERS 6.50 FORM SETTERS 6.00 LABORERS 4.25 UTILITY LABORERS 4.72 PIPELAYERS 7.50 POWER EQUIPMENT OPERATORS: Cranes, Clamshells, Backhoes, Derricks, Dragline, Shovels 6.97 Front End Loaders 10.00 Bulldozers 5.48 Scrapers 5.60 STEEL SETTERS 9.50 STEEL WORKERS 7.00 TRUCK DRIVERS: Tandem Axles Transit Mix 5.75 5.75 WELDERS - Receive rate prescribed for craft performing operation to which welding' is incidental Fringe's .80 +8 1/2% Requests for additional classifications and wage rates may be submitted to the contracting officer after award, and may be approved only if: (1) the work to be performed by the classi- fication requested is not performed by a classification in the wage determination; (2) the classification is utilized in the area by the construction industry; and (3) the proposed wage TX950041 - 2 02/10/1995 rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determina- tion (for the given area and type of construction). (See 29 CFR 5.5(a) (v)). In the listing above, the "su" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be , prevailing. END OF GENERAL DECISION TX950041 - 3 02/10/1995 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL 1.01 SCOPE OF WORK 1.02 SUBMITTALS SECTION 02616 DUCTILE IRON PIPE AND FITTINGS A. Furnish all labor, materials, equipment and incidentals required and install ductile iron pipe and fittings complete as shown on the Drawings and as specified herein. A. Submit to the Engineer, within thirty days of the Effective Date of the Agreement, the name of the pipe and fitting suppliers and a list of materials to be furnished. B. Submit to the Engineer, as provided in Section 01300, completely detailed working drawings and schedules of all ductile -iron pipe and fittings required. C. Prior to each shipment of pipe, submit certified test reports that the pipe for this Contract was manufactured and tested in accordance with the ASTM and ANST/AWWA Standards specified herein. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) A2198S02.616 1. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs 60,000 PSI Tensile Strength. B. American Water Works Association (AWWA) 1. AWWA C104 - Cement -Mortar Lining for Ductile -Iron Pressure Pipe and Fittings. 2. AWWA C105 - Polyethylene Encasement for Ductile -Iron Piping for Water and Other Liquids. 3. AWWA C110 - Ductile -Iron and Gray -Iron Fittings, 3 -in Through 48 -in for Water and Other Liquids. 4. AWWA C111 - Rubber - Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 5. AWWA C115 - Standard for Flanged Ductile -Iron Pipe with Threaded Flanges. 6. AWWA C151 - Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds for Water or Other Liquids. 02616 -1 10/18/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 7. AWWA C153 - Ductile -Iron Compact Fittings, 3 -in Through 12 -in for Water and Other Liquids. 8. AWWA C600 - Standard for Installation of Ductile -Iron Water Mains and Their Appurtenances. 9. AWWA C651 - Disinfection Water Mains C. American National Standards Institute (ANSI) 1. ANSI B16.1 - Cast Iron Pipe Flanges and Flanged Fittings. D. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.04 QUALITY ASSURANCE A. All of the ductile iron pipe and ductile iron fittings shall be furnished by manufacturers who are fully experienced, reputable, and qualified in the manufacture of the materials to be furnished. The pipe and fittings shall be designed, produced and installed in compliance with the best practices and methods and shall comply with these Specifications as applicable. B. Pipe and fittings shall be as manufactured by the American Cast Iron Pipe Company, U.S. Pipe and Foundry Company, Clow Corp., or approved equal. PART 2: PRODUCTS 2.01 MATERIALS A. Ductile iron pipe shall conform to AWWA C151, Class 52 minimum. B. Ductile iron fittings shall conform to AWWA C110 for sizes 3 -inch through 48 -inch, or C153 for sizes 3 -inch through 12 -inch. C. All pipe and fittings shall have a bituminous outside coating in accordance with AWWA C151 and C110, respectively. All pipe and fittings shall be cement -mortar lined and seal coated in accordance with AWWA C104. Cement mortar lining shall be double thickness. D. Joints for pipe shall be mechanical joints conforming to AWWA C111 except where flanged joints are shown on the Drawings. E. Joints for all fittings shall be mechanical joints conforming to AWWA C111 except where flanged joints are shown on the drawings. F. Flanged joints shall be 125 pound threaded flanges conforming to ANSI B16.1 for pipe and AWWA C110 for fittings. The pipe flanges shall be flat faced and suitable for 150 psi working pressure. Gaskets shall be ethylene propylene (EPDM), 1 /8 -in thick, full face and meeting the material requirements of AWWA C115. A2198502 616 02616 -2 10/18/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements G. Restrained joints shall conform to AWWA Manual M11, except as modified by the Drawings or this Specification. A2198S02.616 1. Unless otherwise noted, size and material for tie rods, clamps, plates and hex nuts shall be as shown on the Drawings, or, if not shown on the Drawings, shall be as required in AWWA Manual M11. Manufactured restraining clamp assemblies shall be as manufactured by Stellar Corporation, Columbus, OH, or fabricated equal. 2. Restrained joints (such as welded, locking mechanical joints) shall be of the type specified with the individual type of pipe. If not specified, restrained (locking) mechanical joint pipe shall be of the manufacturer's standard design utilizing a locking device (ring or ears) integrally cast with the pipe. 3. For up through 18 -in diameter ductile iron pipe only, the following may be used as an alter- native to other restraint system: a. The optional mechanical joint restraints shall be incorporated in the design of a follower gland. The gland shall be manufactured of ductile iron conforming to ASTM A536. Dimensions of the gland shall be such that it can be used with the standardized mechanical joint bell and tee -head bolts as specified with the pipe. b. The restraint mechanism shall consist of numerous individually activated gripping surfaces to maximize restraint capability. The gripping surfaces shall be wedges designed to spread the bearing surfaces on the pipe. Twist -off nuts, sized same as tee - head bolts, shall be used to ensure proper actuating of restraining devices. When the nut is sheared off, standard hex nut shall remain. c. The mechanical joint restraint device for ductile iron pipe shall have a working pressure of at least 250 pounds per square inch with a minimum safety factor of 2:1. d. The mechanical joint restraint devices shall be of the type listed below or equal. e. For ductile iron pipe: EBAA Iron, Inc. Megalug 1100 Series. 2.02 POLYETHYLENE ENCASEMENT A. Encasement shall be polyethylene tube conforming to AWWA C105. Class usage shall be: 1. Class A - Natural Color where exposure to weather (including sunlight) is less than 48 hours total before burial. 2. Class C - Black where exposure to weather (including sunlight) may be more than 48 hours. B. Exposure to weather shall be kept to a minimum, and in no case shall it exceed 10 days. The Class of polyethylene used shall be approved by the Engineer. 02616 -3 10/18/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 3: EXECUTION 3.01 LAYING DUCTILE IRON PIPE AND FITTINGS A. Care shall be taken in loading, transporting and unloading to prevent injury to the pipe, lining or coatings. Pipe or fittings shall not be dropped. All pipe or fittings shall be examined before laying and no piece shall be installed which is found to be defective. Any damage to the pipe linings or coatings shall be repaired as directed by the Engineer. Handling and laying of pipe and fittings shall be in accordance with the manufacturer's instruction and as specified herein. B. All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work, and when laid, shall conform to the lines and grades required. Ductile iron pipe and fittings shall be installed in accordance with requirements of AWWA C600 except as otherwise provided herein. A firm, even bearing throughout the length of the pipe shall be constructed by tamping bedding and precover material. Blocking will not be permitted. If any defective pipe is discovered after it has been laid, it shall be removed and replaced with a sound pipe in a satisfactory manner by the Contractor, at his own expense. C. All pipe shall be sound and clean before laying. When laying is not in progress, including lunchtime, the open ends of the pipe shall be closed by watertight plugs or other approved means. Good alignment shall be preserved in laying. The deflection at joints shall not exceed that recommended by manufacturer. Fittings, in addition to those shown on the Drawings, shall be provided, if required, for crossing utilities which may be encountered upon opening the trench. Solid sleeves shall be used only where approved by the Engineer. D. When cutting pipe is required, the cutting shall be done by machine, leaving a smooth cut at right angles to the axis of the pipe. Cut ends of pipe to be jointed with a bell shall be beveled to conform to the manufactured spigot end. Cement lining shall be undamaged. E. The Contractor shall have on hand at the start of the job, one 1/16 bend and one 1/8 bend for each size of pipe. These shall be used as job conditions require. F. Concrete thrust blocks shall be installed at all fittings not provided with approved mechanical restraints as provided herein, and other locations as directed by the Engineer. Minimum bearing area shall be as approved by the Engineer. Joints shall be protected by felt roofing paper prior to placing concrete. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, or interfere with the removal of any joint. Wooden side forms or sand bags shall be provided for thrust blocks. 3.02 PUSH -ON JOINTS A. Push -on joints shall be made in accordance with the manufacturer's instructions. Pipe shall be laid with bell ends looking ahead. A rubber gasket shall be inserted in the groove of the bell end of the pipe, and the joint surfaces cleaned and lubricated. The plain end of the pipe to be laid shall then be aligned and inserted in the bell of the pipe to which it is to be joined and pushed home with a jack or by other means. After joining the pipe, a metal feeler shall be used to make certain that the rubber gasket is correctly located. A2198S02.616 02616 -4 10/18/95 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 3.03 MECHANICAL JOINTS A. Mechanical joints shall be made in accordance with Appendix A of AWWA C111 and the manufacturer's instructions. Thoroughly clean and lubricate the joint surfaces and rubber gasket with soapy water before assembly. Bolts shall be tightened to the specified torques. Under no conditions shall extension wrenches or pipe over handle of ordinary ratchet wrench be used to secure greater leverage. 3.04 FLANGED JOINTS A. Flanged joints shall be installed where shown on the Drawings. Extreme care shall be exercised to ensure that there is no restraint on opposite ends of pipe or fitting which will prevent uniform gasket compression, cause unnecessary stress, bending or torsional strains to flanges or flanged fittings. Adjoining push -on joints shall not be assembled until flanged joints have been tightened. Bolts shall be tightened alternately and evenly. After installation apply a bitumastic coating to bolts and nuts. 3.05 RESTRAINED JOINTS A. Restrained joints shall be installed where shown on the Drawings. The joint assemblies shall be made in accordance with the manufacturer's recommendations. 3.06 FLEXIBLE JOINT PIPE A. The flexible joint pipe shall be installed in accordance with the manufacturer's recommendations. In addition, the installed deflection shall be limited to 12 degrees per joint and provisions shall be made where required to prevent flotation or buoyancy of the pipe. 3.07 SLEEVE TYPE COUPLINGS A. Couplings shall be installed where shown. Couplings shall not be assembled until adjoining push -on joints have been assembled. After installation, apply a heavy bitumastic coating to bolts and nuts. 3.08 POLYETHYLENE ENCASEMENT A. The polyethylene encasement shall be installed in accordance with either method specified in AWWA C105. 3.09 TESTING (Pressure Piping) A. Furnish all necessary equipment and labor for carrying out a pressure test and leakage test on the pipelines. The procedures and method for carrying out the pressure and leakage tests shall be approved by the Engineer. B. Make any taps and fumish all necessary caps, plugs, etc, as required in conjunction with testing a portion of the pipe between valves. Furnish a test pump, gages and any other equipment required in conjunction with carrying out the hydrostatic tests. A2198802 616 02616 -5 10/18/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements C. All pipelines shall be subjected to a hydrostatic pressure of 50 percent above the normal operating pressure and this pressure maintained for at least one hour. The leakage test shall be conducted at the maximum operating pressure as determined by the Engineer and this pressure shall be maintained for at least two hours during the test. Hydrant branch gate valves shall remain open during this test. The amount of leakage which will be permitted shall be in accordance with AWWA C600. 3.10 CHLORINATION OF PIPELINES A. Before being placed in service, all new potable water pipelines including plant water shall be chlorinated using the continuous feed method specified in AWWA C651. The procedure shall be approved by the Engineer in advance. B. The location of the chlorination and sampling points will be determined by the Engineer in the field. Taps for chlorination and sampling shall be installed by the Contractor. The Contractor shall uncover and backfill the taps as required. C. The general procedure for chlorination shall be first to flush all dirty or discolored water from the lines and then introduce chlorine in approved dosages through a tap at one end, while water is being withdrawn at the other end of the line. The chlorine solution shall remain in the pipeline for 24 hours. D. Following the chlorination period, all treated water shall be flushed from the lines at their extremities and replaced with water from the distribution system. All treated water flushed from the lines shall be disposed of by discharging to the nearest sanitary sewer or by other approved means. No discharge to any storm sewer or natural water course will be allowed. Bacteriological sampling and analysis of the replacement water may then be made by the Engineer in full accordance with AWWA C651. The Contractor will be required to rechlorinate, if necessary and the line shall not be placed in service until the requirements of the Texas Natural Resources and Conservation Commission are met. E. Special disinfecting procedures shall be used in connections to existing mains and where the method outlined above is not practical. 3.11 CLEANING A. At the conclusion of the work thoroughly clean all of the new pipelines by flushing with water or other means to remove all dirt, stones, pieces of wood or other material which may have entered during the construction period. If, after this cleaning, obstructions remain, they shall be removed. A2198502 616 END OF SECTION 02616 -6 10/1895 PIPE GALLERY EL EC ELEC CONDUIT CONDUIT 24" BFV (TYP) SEE NOTE 1 PIPE SUPPORT PIPE SUPPORT (TYP) SEE NOTE 4 PNEUMATIC VALVE OPERATOR (TYP OF 31) 30" BWW -GS PIPE SUPPORT (TYP) Z FILTER No 35 FIN FL CDM environmental engineers, scientists, planners, 8 management consultants SECTION DATE 10 -18 -95 CITY OF ROUND ROCK, TEXAS WATER TREATMENT PLANT CHLORINATION g FILTER IMPROVEMENTS SHEET No 2 LOCATION ADDENDUM No 1 Z FILTER No 26 EXHIBIT No Al-1 FIN FL GALLERY 24" BWW -GS —GRA TING GRATING — SUPPORT 24" FTW -GS CDM environmental engineers, scientists, planners, 8 management consultants SECTION 3/8" = 1'-0" DATE 10 -18 -95 CITY OF ROUND ROCK, TEXAS WATER TREATMENT PLANT CHLORINATION 8 FLTER IMPROVEMENTS SHEET No 2 LOCATION ADDENDUM No 1 EXHIBIT No A1-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CDM environmental engineers, scientists, planners, 8 management consultants CURB HYDRAULIC' MOTOR STARTERS HYDRAULIC S MOTOR STARTER BLOWER BUILDING MODIFICATION DATE 10 -18 -95 PLAN 3/8" . 1' -0" C l Y OF ROUND ROCK. TEXAS WATER TREATMENT PLANT CHLORINATION & FILTER IMPROVEMENTS SHEET No 3 Er LOCATION SEE NOTE 1 ADDENDUM No 1 AIR DRYER BLOWER No 3 EXHIBIT No Al -3 HYDRAULIC PUMPS 0 0 0 Eli HYDRAULIC PUMPS 0 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CDM environmental engineers, scientists, planners, 8 management consultants CURB HYDRAULIC' MOTOR STARTERS HYDRAULIC S MOTOR STARTER BLOWER BUILDING MODIFICATION DATE 10 -18 -95 PLAN 3/8" . 1' -0" C l Y OF ROUND ROCK. TEXAS WATER TREATMENT PLANT CHLORINATION & FILTER IMPROVEMENTS SHEET No 3 Er LOCATION SEE NOTE 1 ADDENDUM No 1 AIR DRYER BLOWER No 3 EXHIBIT No Al -3 1 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 %j /L •.% A • AL% /L7 A IIIIII/.. ilVIIIIII/ i 1/11 • /w o: 3" PW -PVC ' / POSTCHLORINATOR (FLOOR MOUNTED) SEE NOTE 10 J 1" CL2c HEADER CHLORINE DETECTOR (WALL MOUNTED) PRECHLORJNATOR (FLOOR MOUNTED) SEE NOTE 2 CHL ORINA TOR ROOM SEE NOTE 6 2" PTW -PVC AUTOMATIC SWITCH OVER SYSTEM SEE NOTE 4 (TYP OF 2) N TRUNNIONS AS SHOWN ON SHT 5. THE 3NED OVER TO THE OWNER. 3 8 APPURTENANCES. THE CHLORINATORS PIPING It APPURTENANCES SHALL BE SCALE AS SHOWN ON SHT 5. CDM environmental engineers, scientists, planners, 8 management consultants LABORATORY & OFFICE DATE 10 -18 -95 CHLORINE HEADER SUPPORT — SEE NOTE 5 (TYP OF 2) WALL MOUNTED CHLORINATORS HLORINE ETECTOR SHEET No 4 DEMOLITION PLAN 1/4" = LOCATION C [IV OF ROUND HOCK, ItXAS WATER TREATMENT PLANT CHLORINATION 8 FILTER IMPROVEMENTS VAUL T 0 SEE NOTE 7 ADDENDUM No EXHIBIT No A1-4 CDM environmental engineers. scientists, planners, 8 management Consultants DATE 10 - 18 - 95 CITY OF ROUND ROCK. TEXAS WATER TREATMENT PLANT CHLORINATION g FILTER IMPROVEMENTS SHEET No 7 LOCATION ADDENDUM No 1 EXHIBIT No A1-5 STANDARD VALVE STEM EXTENSION (FASTEN TO OPERATING NUT) TOP OF CASING LID TO BE FLUSH WITH SURFACE CDM environmental engineers, scientists, planners, 8 management consultants DATE 10 - 18 - 95 C[IY OF ROUND ROCK. TLXAS WATER TREATMENT PLANT CHLORINATION 8 FILTER IMPROVEMENTS SHEET No 7 LOCATION ADDENDUM No EXHIBIT No Al -6 i 1 1 1 1 1 1 1 1 1 1 1 lr 1 1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements Sealed bids for construction of the Chlorination and Filter Improvements will be received by the City of Round Rock in the Council Chambers at the Round Rock City Hall, 221 East Main Street, Round Rock, Texas 78664 until 2:00 p.m., local time, October 24, 1995, and at that time and place will be publicly opened and read aloud. The work under this contract shall be for famishing all labor, materials, transportation and services for the construction and installation of the following work: Replacement of 31 existing pneumatic valve actuators; installation of new air compressor system; modifications to existing chlorination system. Contract Documents may be examined and obtained at the offices of Camp Dresser & McKee Inc., 8911 Capital of Texas Highway, Suite 4240, Austin, Texas 78759, telephone (512) 345 -6651. Contract Documents are available for review only at: Dodge Reports 11111 N. Stemmons Frwy. Dallas, TX 75229 (214) 241 -3411 Associated General Contractors 6220 N. Beltline, Suite 210 Irving, TX 75063 (214) 580 -8685 SECTION 00020 INVITATION TO BID Dodge Reports 505 E. Huntland Dr., Suite 310 Austin, TX 78752 (512) 458 -1341 Associated General Contractors 300 Barton Springs Rd. Austin, TX 78704 (512) 478 - 4691 A pre-bid meeting will be held on October 17, 1995 at 2:30 pm. in the Council Chambers at the Round Rock City Hall, 221 East Main Street, Round Rock, Texas 78664. A tour of the water treatment plant will follow the pre-bid meeting. A payment of $30.00 in cash or check, payable to Camp Dresser & McKee Inc., will be required for each set of Contract Documents. This payment represents reproduction costs and is non - refundable. If Project Documents are to be sent by mail, an additional $10.00 is required for each set of documents to cover mailing and handling. Project Documents will be available on October 2, 1995. Each Bid shall be submitted in accordance with the Instructions to Bidders, and be accompanied by a Bid Security in the amount of five percent of the amount bid. The Successful Bidder must fumish a 100 percent Performance Bond and a 100 percent Payment Bond in accordance with the Instructions to Bidders and the General Conditions. A2198500 020 00020 -1 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements By submission of the bid, Bidder fully understands the requirements of the Contract Documents and agrees to comply with all requirements thereof. Wages paid on this project shall be not less than the minimum prevailing wage rates listed in the Contract Documents. For information conceming the proposed wodc, contact Mr. Greg Swoboda, Camp Dresser & McKee Inc, 8911 Capital of Texas Highway North, Suite 4240, Austin, TX 78759, telephone (512) 345 -6651. For an appointment to see the site, contact Mr. Brace Levins, Water Plant Superintendent, telephone (512) 218 -5586. The City of Round Rock reserves the right to reject any and all Bids and any nonconforming Bid and to award the Contract in a period of time not exceeding 30 days from the Bid opening date. Bids shall remain firm for that period. The City of Round Rock hereby notifies all Bidders that, in regard to any agreement entered into pursuant to this advertisement, minority business enterprises will be afforded equal opportunities to submit Bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, age, religion, or national origin in consideration for an award. Time is of the essence of this Contract. A2198500020 END OF SECTION 00020 -2 0921/95 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 1. DEFINED TERMS 2. COPIES OF BIDDING DOCUMENTS A2198000 100 SECTION 00100 INSTRUCTIONS TO BIDDERS Terns used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910 -8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid directly to Owner, as distinct from a sub - bidder, who submits a Bid to a Bidder. The tern "Successful Bidder" means the lowest, responsible and responsive Bidder to whom Owner (on the basis of Owners evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Fort, the Bid Bond or other Bid Security, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). Other teens used in the Bidding Documents and not defined elsewhere have the following meanings which are applicable to both the singular and plural thereof: Texas Resident Bidder - A bidder whose principal place of business is in this state and includes a Contractor whose ultimate parent company or majority owner has its principal place of business in this state. Nonresident Bidder - A bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. 2.1 Complete sets of the Bidding Documents in the number and for the sum stated in the Advertisement or Invitation to Bid may be obtained from Camp Dresser & McKee Inc., 8911 Capital of Texas Highway, Suite 4240, Austin, Texas 78759, telephone (512) 345 -6651. 2.2 Complete sets of Bidding Documents must be used in preparing Bids; neither the Owner nor the Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3 Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3. DETERMINING LOWEST RESPONSIBLE. RESPONSIVE BIDDER The project will be awarded to the lowest Total Base Bid Bidder who is, in the Owner's opinion, deter- mined to be responsible and able to perform the work in accordance with the evaluation criteria presented in this Paragraph 3. 00100 -1 0921195 8077- I12 -DN City of Round Rock Water Treatment Plant Chlorinalio and Filter Improvements To demonstrate that the Bidder is responsible and able to perform the Work, each Bidder must be prepared to submit, within five days of Owners request, written evidence, such as financial data, previous experience, present commitments and other data as may be called for below (or in the Supplementary Instnictions). Each Bid must contain evidence of Bidders qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to Award of the Contract. In determining the lowest responsible, responsive Bidder, in addition to price, the following elements will be considered: (a) the quality, availability and adaptability of the supplies, materials, equipment, or contractual services, to the particular use required; (b) the number and scope of conditions attached to the bid; (c) the ability, capacity and skill of the entity to perform the contract or to provide the service required; (d) whether the bidder can perform the contract and provide the service promptly, or within the time required, without delay or interference; (e) the character, responsibility, integrity, reputation, and experience of the bidder; (f) the quality of performance of previous services, or contracts; (g) the previous and existing compliance by the bidder with laws relating to the contract or service; (h) any previous or existing noncompliance by the bidder with specifications, or requirements relating to time of submission of specified data such as samples, models, drawings, certificates, or other information; (i) the sufficiency of the financial resources and ability of the bidder to perform the contract or to provide the service; (j) the ability of the bidder to provide future maintenance, repair parts, and service for the use of the subject of the contracts; (k) the ability of the bidder to provide competent personnel for the job, as demonstrated by a listing of the names and the skills of experienced personnel who are currently employed by the bidder and who will be available for performing this work; and - (1) the experience of the bidder in peifonning work similar in type, size and complexity to this project, as demonstrated by a listing of projects, with verifiable references (names, addresses, phone numbers, etc.), successfully completed within the past five years. Bidders shall fumish a financial statement or other evidence of the Bidders financial sufficiency to perform the contract, a swom statement of his experience record, and a listing of the equipment available to him or any other statement as to his capability to complete the Work. Bidder is required to submit information regarding his status as a "RESIDENT" or "NONRESIDENT" on the spaces provided in the proposal form. A "Nonresident Bidder" will not be awarded the Contract if the state of his principal place of business assesses a penalty against out-of-state bidders unless his bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. A2198500 100 00100 -2 0921/95 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1� 1 1 , 1 1 1 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements The terns "Texas Resident Bidder' and "Nonresident Bidder' shall be the meanings set forth for those terms in Section 2252.001, Texas Govemment Code. 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1 It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or fumishing of the Work, and to determine the character of equipment and facilities needed preliminary to and during the prosecution of the Work, (c) consider federal, state and local laws and regulations that may affect cost, progress, performance or fumishing of the Work, (d) study and carefully correlate Bidders observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. When information as to soil conditions, test borings, and existing underground and overhead utility locations is shown on the Plans, Specifications, Drawings, or in preliminary reports prepared by the Engineer or under the Engineers direction, such information was obtained for the Owner. The correctness of such information is not guaranteed by the Owner or by the Engineer and in no event shall be considered as a part of the contract, an inducement to bidding, or a factor for computation of bids. If such information is used by the Bidder in preparing a proposal, the Bidder must assume all risks that conditions encountered in performing the Work may be different from the approximation shown. 4.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities or others, and Owner does not assume responsibility for the accuracy or completeness thereof. 4.3 Provisions conceming responsibilities for the adequacy of data fumished to prospective Bidders on subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Paragraphs 4.2 and 4.3 of the General Conditions. 4.4 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional infomtation and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or fumishing of the Work and which Bidder deems necessary to determine its Bid for performing and fumishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 4.5 Each Bidder will be required to get permission from property owners to obtain access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its fanner condition and to the satisfaction of the Engineer, upon completion of such explorations. 4.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, A2198S00100 00100 -3 09121/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and fumishing of the Work. 5. INTERPRETATIONS AND ADDENDA 5.1 All questions about the meaning or intent of the Contract Documents are to be directed to Engineer. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Only questions answered by fonnal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5 2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Engineer. 6. BID SECURITY 6.1 Each Bid must be accompanied by Bid security made payable to Owner in an amount of five percent of the Bidders maximum Bid price and in the fort of a certified or cashiers check or a Bid Bond issued by a surety meeting the requirements of Paragraph 5.1 of the General Conditions and Paragraph 5.1 of the Supplementary General Conditions. 6.2 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Agreement and fumished the required contract security, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Agreement and fumish the required contract security within fifteen days after the Notice of Award, Owner may annul the Notice of Award and the Bid security of that Bidder will be forfeited. The Bid security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of the seventh day after the Effective Date of the Agreement or the forty - sixth day after the Bid opening, whereupon Bid security fumished by such Bidders will be retumed. Bid security with Bids which are not competitive will be retumed within seven days after the Bid opening. 7. CONTRACT TIME The number of Calendar Days within which, or the dates by which, the Work is to be substantially completed and also completed and ready for final payment (the Contract Time) are set forth in the Agreement. Completion within this time is of the essence in the performance of this contract. 8. LIQUIDATED DAMAGES Provisions for liquidated damages, if any, are set forth in the Agreement and in the Special Conditions. 9. SUBSTITUTE OR "OR EOUAL" ITEMS The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or equal" item of A2198500 100 001004 0921/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements material or equipment may be furnished or used by Contractor is acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the date of the Notice to Proceed. The procedure for submission of any such application by Contractor and consideration by Engineer is set forth in Paragraphs 6.7.1, 6.7.2, and 6.7.3 of the General Conditions and may be supplemented in the General Requirements. 10. S : CONTRAC ORS S ' ' L I I •._hD O 1.1 ' 10.1 If the Supplementary or other Conditions require the identity of certain Subcontractors, Suppliers and other persons and organizations (including those who are to fumish the principal items of material and equipment) to be submitted to Owner, the Bidder shall submit with his Bid a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent infomlation regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, person or organization if requested by Owner. If Owner or Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, either may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute, in which case the apparent Successful Bidder shall submit an acceptable substitute, that Bidders Bid price will be increased (or decreased) by the difference in cost occasioned by such substitution and Owner may consider such price adjustment in evaluating Bids and making the Contract Award. 10.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 11. BID FORM 11.1 The Bid Form is included with the Bidding Documents; additional copies may be obtained from the Engineer. 11.2 All blanks on the Bid Form must be completed in ink. Bids which do not have all blanks filled in or completed may be rejected at the Owner's option. 11.3 Bids by corporations must be executed in the corporate name by the President or a Vice President (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. 11.4 Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 11.5 All names must be printed below the signature. 11.6 The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7 The address and telephone number for communications regarding the Bid must be shown. A2198503.100 00100 -5 0921/95 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 12. SUBMISSION OF BIDS Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope, marked with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted) and name and address of the Bidder and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 13. MODIFICATION AND WITHDRAWAL OF BIDS 13.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 132 If within twenty -four hours after Bids are opened, any Bidder files a duly signed, written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid; that the mistake is clerical; that the mistake is so serious that enforcement of the Bid would be unconscionable; and that the mistake has occurred despite the exercise of ordinary care; that Bidder may withdraw its Bid and the Bid security will be retumed. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the Contract Documents. 14. OPENING OF BIDS Bids will be opened and (unless obviously nonresponsive) read aloud publicly. An abstract of the amounts of the base Bids and major altemates (if any) will be made available to Bidders after the opening of Bids. 15. BIDS TO REMAIN SUBJECT TO ACCEPTANCE All Bids will remain subject to acceptance for forty -five days after the day of the Bid opening, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to that date. 16. AWARD OF CONTRACT 16.1 Owner reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work and the right to disregard all immaterial, nonconfomring, nonresponsive, unbalanced or conditional Bids. Also, Owner reserves the right to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to the Bidder, whether because the Bid is not responsive or the Bidder is not responsible because the Bidder is deemed to be unqualified or of doubtful financial ability or fails to meet any other pertinent criteria established by Owner under Paragraph 3 hereof. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Any bids submitted in which there is a material failure to comply with the Bid requirements or specifications will be rejected and the contract will be A2198500100 00100 -6 0921195 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorinatim and Filter Improvements 16.2 In evaluating Bids, Owner will consider the responsibility of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Fomr or prior to the Notice of Award. 16.3 Owner may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Supplementary Conditions. Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 16.4 Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and fumish the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. 16.5 If the contract is to be awarded, it will be awarded to the lowest Bidder whose responsibility has been evaluated in accordance with these Instructions to Bidders. 16.6 If the contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within forty -five days after the day of the Bid opening. 16.7 Owner may consider the safety record of Bidders in evaluating bids and deteanining the responsibility of Bidders as part of the Contract award decision - making process. 17. CONTRACT SECURITY Paragraph 5.1 of the General Conditions and the Supplementary Conditions set forth Owner's requirements as to Perfomrance and Payment Bonds. When the Successful Bidder delivers the executed Agreement to Owner, it must be accompanied by the required Perfomrance and Payment Bonds and the Certificate of Insurance and insurance policies. 18. SIGNING OF AGREEMENT When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen days hereafter, Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner with the required Bonds and a copy of the Certificate of Insurance along with a copy or copies of the actual Insurance policy or policies. Within ten days thereafter, Owner shall deliver two fully signed counterparts to Contractor. A2198S00.100 awarded to the lowest responsible Bidder confomting to the specifications unless the Owner decides to reject all Bids. 00100 -7 0921/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter improvements 19. PRE -BID CONFERENCE A pre-bid conference will be held at 2:30 pm. on October 17, 1995 in the City Council Chambers at the Round Rock City Hall, 221 East Main Street, Round Rock, Texas 78664. Representatives of Owner and Engineer will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. Engineer will transmit to all prospective Bidders of record such Addenda as Engineer considers necessary in response to questions arising at the conference. 20. SALES AND USE TAXES Owner is exempt from Municipal and State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Refer to Supplementary Conditions SC -6.15 for additional information. A2198500 100 END OF SECTION 00100 -8 09/21/95 8077 -112-DN City of Rimed Rock Water Treatment Hatt CLIcnnatim atd Filter Improvements PROJECT IDENTIFICATION: NAME AND ADDRESS OF OWNER: A2I96500300 • SECTION 00300 BID FORM City of Round Rock Water Treatment Plant Chlorination and Filter Improvements City of Round Rock City Hall 221 East Main Street Round Rock, TX 78664 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perfonn and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for forty -five days after the day of Bid opening. BIDDER will sign and submit the Agreement with the Bonds and other documents requited by the Bidding Requirements within fifteen days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: A. BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): Received Date Addenda Number Person A !edging B. BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any rnanner may affect cost, progress, performance or furnishing of the Work. C. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and . carefully studying) all such examinations, investigations, explorations, tests and studies which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work• at the Contract Price, within the Contract 00300 -1 GuaA 098193 son -n2DN city of Rand Rodc • Water Treatment Ant CLladmdm and Inter Impovemena A21911500303 Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.2 of the General Conditions. D. BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. E. BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terns and conditions of the Contract Documents. F. BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. G. This Bid is genuine and not tnade in the interest of or on behalf of any undisclosed person, frnn or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or shah Bid; BIDDER has not solicited or induced any person, frmr or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 4. Bidder will complete the Work in accordance with the Contract Documents for the following price(s): 00300-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 8077- 112-DN City of Round Rork Water Ttemamt Amt ' Cblerinadta and Filter Improvements 1 Item Estimated Unit Bid Total Brief Description of Item Price Amount I No. Quantity Unit ith Unit Bid Price in Words in Figures in Figures 1 1 LS. Insurance, Bonds, Mobilization and 1 Demobilization, the sum rl of T�,aeu} - >rilkt- - T1AbU An I - -• Dollars and .. N O Cents per lump sure $ 2$ ocxD $ 2-8 000 ' 2 1 LS. Removal and Replacement of 31 Pneumatic Valve Actuators, the sum of • ONe Ituludre4 1Jt eti - Iktouq*,0, Six (Aur.tdrt°d Dollars ' and No Cents per lump sum. 511`1 $11.e1 l ' 3 1 L.S. Removal and Reinstallation of Existing Air Compressor System, the sum of Vour I Dollars and No Cents per lump stun. $ 4b0 $ Lino 4 1 LS. Installation of New Air Compressor ' System, the sum of - 1 - Ci)eNr1/ -brae. - TUausAud i ' ree VI Ur1llN� Dollars and NO Cents ' per lump sum. $ 2 1 3 0 p $ 2-1 t Sop 5 1 L.S. Modifications to Existing Chlorination System, the sum of t ONe'It - wa -4 TTen4yr --Iw0 CNa)u5 Dollar; ' and 110 Cents per lump sum. $ .122000$ 12Z, A2ISR90030o 00300 -3 09/ZIP'S 1 8077- 112I3N City of Raved Rode Water Treatment Hatt Chlodnsden atd Filter Impflvaneets In accordance with Texas House Bill 11 regarding taxes on materials and services, and requiring a separated contract, the following is a breakdown of cost for materials and cost for labor for Items 1 -5: A2195500300 MATERIALS TO BE INCORPORATED IN PROJECT NOT SUBJECT TO SALES TAX: $ 2`4 I , 30c:3 LABOR TO BE INCORPORATED IN PROJECT NOT SUBJECT TO SALES TAX $ 2-5 o00 RENTAL EQUIPMENT AND OTHER TAXABLE ITEMS: $ Z S 1 000 TOTAL BASE BID - ITEMS 1.5: $ 2» t 1 300 5. BIDDER agrees that the work will be Substantially Complete within 15Q Calendar Days and Complete and Ready for Final Payment within j$Q Calendar Days after the date when the Contract time commences to run as provided in Paragraph 23 of the General Conditions and as revised in the Supplementary Conditions. BIDDER accepts the provisions of the Special Conditions and the Agreement as to Liquidated Damages in the event of failure to complete the Work on time. 6. BIDDER MUST ANSWER THE FOLLOWING QUESTIONS: (Refer to INSTRUCTIONS TO BIDDERS for definitions.) A. Is the bidder that is making and submitting this bid a "RESIDENT BIDDER" or a "NONRESIDENT BIDDER "? Answer R'c. Lc, c o.te —n. B. If the bidder is a "NONRESIDENT BIDDER ", does the state in which the Nonresident Bidder's principal place of business is located have a law requiring a Nonresident Bidder of that state to bid a certain amount or percentage under the bid of a Resident Bidder of that state in order for the nonresident bidder of that state to be awarded a contract on his bid in such state? Answer. C. If the answer to Question B is "yes ", then what amount or percentage must a Texas Resident Bidder bid under the bid of a Resident Bidder of that state in order to be awarded a contract on such bid in said state? Answer 00300-4 CA/21/95 8071- 112.DN City of Round Rods Water Treatment Ant C7101inatim and Filter Improvanents 7. The following documents are attached to and made a condition of this Bid: F3tr� p� o ( S G.A A2191000303 A. Required Bid Security in the fonn of B. A tabulation of Subcontractors who will petfonn work in the tenount of five percent (5%) or more of the Bid, and Suppliers and other persons and organizations required to be identified in this Bid. TABULATION OF SUBCONTRACTORS AND SUPPLIERS Subcontractor Work Item Subcontract Value 1 Cvoucan E (--.• Gleciri HO 2. CG Io i r.tah - Maw N-F Cnlov■ al+++ou - 15 1 00 0 3. 4. 5. Supplier Item 1 . F f Chlorinator; 2. E 2 T Leak Detectors 3 k t 13e)rr o1 Pneumatic Valve Actuators 4. ZNC�e rsoll - RAUd Air Compressor 8. Communications concerning this Bid shall be addressed to the following named individual, address and telephone number. Lallo - o_7 IZ tp�LL ey , �2 T� �a�sTM1 =i- Cat +a1 p t .9 • 1� - 4-7631 -- 5cr..7b. -�7s .ois 77 305 4oq "776 Gov p4 r 4o, 774 Coo 00300-5 09/21M 8071 -112-DN City of Rand Rock Wale Tmmtmt Ant C3lodtntim awl Fibs Improvements 9. The terns used in this Bid which are defined in the General Conditions of the Constmction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. SUBMITTED on Z 4- CD ToB - 19 5S- If BIDDER is: An Individual _ By (SEAL) (Name of Bidder) A Corporation A2191500300 (Title) (Signature) doing business as Business address: Phone No • A Partnershin By (SEAL) (Firm Name) (Signature - General Partner) Business address: Phone No.: B ft Con ( J - r o C - 1 PIJ ✓ y (Corporation Name) (State of Incorporation) 00300 -6 o9a1)95 8077.112-1N City of Rand Rode Water Treatment Flint Morinaden ad Filter Impvvements a=21a{y • Business address: (Secretary) P C. 4087 - t=i2 -- h 7::a7c6a 77 s30> Phone No.: 4-0c) 77 C. 6 coo STILI ART Federal Tax Identification Number. 7 4-- J 75 ° 5 4 - When proposing as a Corporation, Bidder swears and affians by signing this Bid that the proposing Corporation is currently in existence, is currently authorized to do business in the State of Texas and that no franchise tax reports or payments are delinquent as of the date of this Bid Proposal. The Bidder will provide a Certification of Account Status with the signed Contract Documents. See the Agreement, Section 00500, for the sample form which is to be obtained by the successful Contractor from the Texas Comptroller of Public Accounts and submitted as part of the final, executed Contract Documents. A 'Request for Certificate of Account Status" foon is also included at the end of Section 00500 for the Contractor's use in obtaining the required Certification of Account Status. END OF SECTION 00300 -7 097!193 THIS PAGE LEFT BLANK INTENTIONALLY The Companies FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: P.O. BOX 1227 BALTIMORE, MD 21203 • BID BOND KNOW ALL MEN BY THESE PRESENTS: r That we BRYAN CONSTRUCTION COMPANY (Here Insert the name and address or legal title of the Contractor) P. 0. BOX 4087 — BRYAN, TEXAS 77805 -4087 , as Principal, (hereinafter called the "Principal "), and_. OTHER SUBSCRIBERS HERETO AS SURETY , of Baltimore, Maryland, a corporation duly organized (Here insert the name of the Surety) under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety") are held and firmly bound unto CITY __OF_ _ROUND _ ROCK_- -_BTATE__OF __TEXAS_ -------_____ — (Here insert the name and address or legal tide of the Owner) as Obligee, (hereinafter called the "Obligee "), in the sum of FIVE PERCENT OF GREATEST AMOUNT BID Dollars ($ 5% G.A.B. ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for CHLORINATION AND FILTER IMPROVEMENTS NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 24TH day of OCTOBER A.D., 1995_ \ \1 I KRIS r C325b4TX )-3M, 11-92 236893 Conforms to Amenenn Instill. of A,chaucts Document A -310. February 1970 fdnlon Witness gkYar?__ YnrxTIO.e4 CnP_PN`r (SEAL) Pnncipal _ $l Ofi•+'t' Title FIDELITY AND DEPOSIT COMPANY OF MARYLAND E COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Sure ( L LZ ALZ., By CINbY Ab1{ (SEAL) uness ATTORNEY —IN —FACT Lille Fidelity and Deposit Company OF MARYLAND Colonial American Casualty and Surety Company HOME OFFICES: BALTIMORE 0 z BID BOND 0 F PLEASE READ YOUR BOND J FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: BALTIMORE, MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR., Vice - President, and C. W. ROBBINS, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute and appoint Cindy Adair., R. F. Bonewitz, Harold L. Bautsch, Robert M. Pryor and Danny L. Sparks, all ofAouston,,» Texas, EACH the true and lawful agent and Attorney - in - Fact of each, to makeezectite, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and under takings. bonds on behalf of Independent Executors, Community Survivor and,Community Guardians Ana tne execution of such bonds or undertakings in pursuance of these preseeis, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly exectited'Nnd acknowledged by the regularly elected officers of the respective Companies at their offices in Baltimore, : lv'Md., in their wn proper persons.This power of attorney revokes that issued on behalf of,Cindy Adair, etal, dated February 15, 1995. IN WrrNnss WHEREOF, the said Vice - President and Assistant - Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL. AMERICAN CASUALTY AND SURETY COMPANY this 14th ll ,, day of August A D 19.9 FIDELITY AND DEPOSIT COMPANY OF M uat9afntl — 168 -7043 Assistant Secretary COLONIAL AMERICAN CASUALTY AND SURE �iaaxu�a Assistant Secretary STATE OF MARYLAND COUNTY OF BALTIMORE j SS. On this-_ 1511_ -day of_-_ -_Ault G r , A.D. 199.5_, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came C. M. PECOT, JR., Vice - President and C. W. ROBBINS, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers descnbed herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and with, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument arc the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscnbed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. By By Notary Public My commission expires.. AEE91L L _J996________________ CERTIFICATE I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY do hereby certify that the onginal Power of Attorney of which the foregoing is a full, true and correct copy. is in full force and effect on the date of this certificate; and I do further certify that the Vice- President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section2 of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of December, 1991. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Com- pany with the same force and effect as though manually affixed." of I OC HER TESTIMONY WHEREOF, I hav' subscribed my name and affixed the corpora seals of the said Companies this 24TH day Assistant Secretary EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice- President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY -LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice- Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." 8077- 112 -DN City of Round Rock Water Treaunent Plant Chlorination and Filter Improvements NOW, THEREFORE, (a) (b) A2198500.310 SECTION 00310 BID BOND FORM 00310 -1 KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned as Principal, and as Surety, are hereby held and fimtly bound unto City of Round Rock. Texas as OWNER in the penal sum of for payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. SIGNED, this day of , 19 _. The Condition of the above obligation is such that whereas the Principal has submitted to a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Chlorination and Filter Improvements If said BID shall be rejected, or If said BID shall be accepted and the Principal shall execute and deliver a contract in the Foil of Contract attached hereto (properly completed in accordance with said BID) and shall furnish aBOND for his faithful performance of said contract, and for the payment of all persons perforating labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. THE SURETY, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID; and said Surety does hereby waive notice of any such extension. 09/21/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (L.S.) Principal Surety By: END OF SECTION A2198S00310 00310 -2 0921/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorinatim and Filter Improvements STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT is dated as of the I day of the City of Round Rock, Texas (hereinafter called OWNER) and fir etbis/r I ort (o mpwn y (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The work is generally described as follows: A2198500 500 City of Round Rock Water Treatment Plant Chlorination and Filter Improvements SECTION 00500 , 1995, by and between The work under this contract shall be for furnishing all labor, materials, transportation and services for the construction and installation of the following work: Replacement of 31 existing pneumatic valve actuators; installation of a new air compressor system; modifications to chlorination system; and miscellaneous piping, valves and appurtenances. ARTICLE 2. ENGINEER The Project has been designed by Camp Dresser & McKee Inc., 8911 Capital of Texas Highway, Suite 4240, Austin, Texas 78759, telephone (512) 345 -6651, fax (512) 345 -1483, who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIME 3.1 The Work will be substantially complete within 150 Calendar Days and completed and ready for final payment within 180 Calendar Days from the date when the Contract Time commences to run as provided in Paragraph 2.3 of the General Conditions, and as revised in Supplementary Conditions. Any failure of the CONTRACTOR to complete the project within the contract time will be considered a material breach of this contract. 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence for this Agreement and that OWNER will suffer financial loss if the Work is not completed and the submittals are not submitted within the times specified in this paragraph, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered 00500 -1 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2198500500 by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER the sum of Two Hundred Dollars ($200.00) for each Calendar Day that expires after the Substantial Completion time specified in the Agreement until the work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining Worts within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER Two Hundred Dollars ($200.00) for each Calendar Day that expires after the completion time specified in the Agreement until readiness for final payment. 1 ' ARTICLE 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds, per attached Exhibit A (CONTRACTOR's Bid) in accordance with the below listed separate charges: MATERIALS TO BE INCORPORATED IN PROJECT NOT SUBJECT TO SALES TAX: LABOR TO BE INCORPORATED IN PROJECT NOT SUBJECT TO SALES TAX: RENTAL EQUIPMENT AND OTHER TAXABLE ITEMS: TOTAL CONTRACT - ITEMS 1 -5: ARTICLE 5. PAYMENT PROCEDURES 00500 -2 $ ,q $ 25 .00 $ 74000.00 $29/ 07 CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1 Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER for Work which is completed in accordance with the tenns and conditions of the Contract Documents, on or about the 10th day of each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Paragraph 2.9 of the General Conditions (and in the case of Unit Price Work based on the number of units completed and accepted) or, in the event there is no schedule of values, as provided in the General Requirements. Prior to Final Completion, progress payments will be made in an amount equal to the percentages indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Paragraph 14.7 of the General Conditions. 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements Ninety -five percent of Work completed, including 95 percent of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in Paragraph 14.2 of the General Conditions). 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with Paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Paragraph 14.13. ARTICLE 6. CONTRACTORS REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1 CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 62 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Paragraph 4.2 of the General Conditions, and accepts the determination set forth in Paragraph SC-4.2 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings. 6.3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in Paragraph 6.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or fumishing of the Work necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 42 of the General Conditions. CONTRACTOR understands that the correctness of such information is not guaranteed by the OWNER or the ENGINEER and CONTRACTOR understands that the conditions encountered in performing the wodt may be different from the approximations shown. 6.4 CONTRACTOR has reviewed and checked all infommation and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the location of said Underground Facilities as determined by his own field investigations. CONTRACTOR understands that the correctness of such information is not guaranteed by the OWNER or the ENGINEER and CONTRACTOR understands that the conditions encountered in performing the work may be different from the approximations shown. 6.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 6.6 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. A2I95500 500 00500 -3 09/21/95 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements ARTICLE 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR conceming the Wotic consist of the following: 7.1 This Agreement (Pages 00500 -1 to 00500 -7, inclusive). 7.2 Performance and Payment Bonds, and Certificate of Insurance, and insurance policies identified as Sections 00610, 00630 and 00650. 73 Notice of Award. 7.4 General Conditions (Pages 00700 -1 to 00700-42, inclusive). 7.5 Supplementary Conditions (Pages 00800 -1 to 00800 -13, inclusive). 7.6 Special Conditions (Pages 00840 -1 to 00840 -9, inclusive). 7.7 Specifications bearing the title Specifications and Contract Documents for the construction of Water System Improvements, Chlorination and Filter Improvements, consisting of division numbers 1, 9, 11, 15 and 16 and Sections as listed in table of contents thereof. (Not attached to this Agreement.) 7.8 Drawings consisting of a cover sheet and sheets listed in the Index to Drawings, each sheet bearing the following general title: A2198500500 CITY OF ROUND ROCK, TEXAS WATER TREATMENT PLANT CHLORINATION AND FILTER IMPROVEMENTS (Drawings not attached to this Agreement.) 7.9 Addenda numbers 1 to = inclusive (not attached to this Agreement.) 7.10 CONTRACTORs Bid (Bid Form Pages 00300 -1 to 00300 -7, inclusive). 7.11 Documentation submitted by CONTRACTOR prior to Notice of Award (Pages — to — , inclusive). 7.12 The Instnictions to Bidders, Bid Fomt and Bid Security, as well as any supplements to the Bid Form. 7.13 The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Paragraph 3.5 of the General Conditions. 7.14 The documents listed in Paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). 00500 -4 09nt/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in Paragraph 3.5 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1 Terns used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 82 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. ' 8.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. ARTICLE 9. OTHER PROVISIONS 9.1 Should any dispute arise under this Contract which culminates in litigation, venue of that suit shall be in a court of competent jurisdiction sitting in Williamson County, Texas. The court shall apply the laws of the State of Texas in construing and interpreting the terns of this Contract and the Contract Documents. 92 In case any one or more of the provisions contained in this Agreement shall, for any reason, be held to be invalid, illegal, or unenforceable in any respect, that invalidity, illegality, unenforceability shall not affect any other provisions and this Agreement shall be construed as if such invalid, illegal, or unenforceable provisions had never been included. 9.3 The captions or headings of paragraphs in this Contract are inserted for convenience only and shall not be considered in constraining the provisions hereof if any question of intent should arise. . t A2198S00300 REMAINDER OF PAGE LEFT BLANK INTENTIONALLY. 00500 -5 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in quintuplicate. Two counterparts each have been delivered to OWNER and CONTRACTOR, and one counterpart to the ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. q This Agreement will be effective on `1 , 1995. OWNER: City of Round Rock, Texas By Attest Mayor Address for giving // notices: � ry r � R ,enx 15170.-4, , 7xa..s 7M Date Signed Date Signed ! q Federal Tax I.D. No. 75 7 f� Address for giving notices: A2193500500 221 East Main Street Round Rock, TX 78664 00500 -6 CONTRACTOR: Attest Sob % /o...ycL Sec Agent for service of process: a�Yr� ! r.t7a. ./ Preside, 0921/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements If the CONTRACTOR be a corporation, the following certificate should be executed: /451 - .r - SP.cre. of the corporation named as CONTRACTOR hereinabove; that Ln..o / / 2i Wa /.! who signed the foregoing Contract on behalf of the CONTRACTOR was then / PPe.Ci l/ of said Corporation; that said Contract was duly signed for and in behalf of said Corporation by authority of its goveming body and is within the scope of its corporate powers. If the Contract is signed by the secretary of the corporation, the above certificate should be executed by some other officer of the corporation under the corporate seal. In lieu of the foregoing certificate, there may be attached to the Contract copies of so much of the records of the corporation as will show the official character and authority of the officers signing, duly certified by the Secretary or Assistant Secretary under the corporate seal to be true copies. The full name and business address of the CONTRACTOR should be inserted and the Contract shall be signed with his official signature. Please have the name of the signing party or parties typewritten or printed under all signatures to the Contract. If the CONTRACTOR should be operating as a partnership, each partner should sign the Contract. If the Contract is not signed by each partner, there should be attached to the Contract a duly authenticated Power of Attomey, evidencing the signer's (signers) authority to sign such Contract for and in behalf of the partnership. If the CONTRACTOR is an individual, the trade name (if the CONTRACTOR is operating under a trade name) should be indicated in the Contract and the Contract should be signed by such individual. If signed by one other than the CONTRACTOR, there should be attached to the Contract a duly authenticated Power of Attorney evidencing the signer's authority to execute such Contract for and in behalf of the CONTRACTOR. A2198500.500 INSTRUCTIONS FOR EXECUTING CONTRACT ! ,, N a; /le /a,,t certify that I am END OF SECTION 00500 -7 0921195 THIS PAGE LEFT BLANK INTENTIONALLY 58543(7) (5/92) Fidelity and Deposit Companies HOME OFFICES: P. O. BOX 1227 BALTIMORE. MD 21203 J PORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company's toll -free telephone number for information or to make a complaint at: 1 - 800 - 275 - 3528 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1- 800 - 252 -3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714 -9104 FAX # (512) 475 -1773 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice- Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice- Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorise any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY -LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice- Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: BALTIMORE, MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR., Vice - President, and C. W. ROBBINS, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute and appoint Cindy Adair R. F. Boppewitz, Harold L. Bautsch, Robert M. Pryor and Danny L. Sparks, all of. uston,,Teas, EACH the true andlawful agent and Attorney - in - Fact of each, to make, \ te, seal and� for, and on its behalf as surety, and as its act and deed: any and all bonds and undei ngs.. EgCLPT bonds on behalf of Independent Executors, Community Survi and Goth pity Guardians L And me execution of such bonds or undertakings in pursualc�e -- of these pr en� v shall be as binding upon said Companies, as fully and amply, to all intents,and purposes, as if they had eriauly execuf l acknowledged by the regularly elected officers of the respective Companies at their offices in Balnm ,r d., in their ,f t� persons. This power of attorney revokes that issued on behalf of ∎ Indy Ada etal, dated February 15, 1995. v IN WITNESS WHEREOF, the said Vlce Prakddent and AssiStesn Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDEL 'N D DEPOSIT CI ?r NY OF MARYLAND and the COLONIAL. AMERICAN CASUALTY AND SURETY COMPANY this 14 h' (�,, o/� day of A1I g`uSI___�- - -_ -_, A.D. 19.95. ATrEsT PI ITY AND DEPOSIT COMPANY OF M LAND B - -- ua[wax) — 168 -7043 STATE OF MARYLAND l SS COUNTY OF BALTIMORE 1 A ssu`a ty Sec COLONIAL AMERICAN CASUALTY AND SURE Assistant Secretary On this._ 1A tIL -day A.D. 19.9.5 -, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came C. M. PECOT, 112., Vice- President and C. W. ROBBINS, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies. and that the said Corporate Seals and their signatures as such officers were duly affixed and subscnbed to the said instrument by the authonty and direction of the said Corporations. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written. CAROL J. FA ER Notary Public sJ aa6 My commission CERTIFICATE I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY do hereby certify that the original Power of Attomey of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attomcy was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2 of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This certificate may be signed by facsimile under and by authonty of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a mating duly called and held on the 16th day of July, 1969 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a mating duly called and held on the 5th day of December, 1991. RESOLVED: That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Com- pany with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corpora seals of the said Companies, this___day of 19 a. Assistant Secretary 8077 -11YDN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements STATE OF TEXAS A2198500610 COUNTY OF WILLIAMSON SECTION 00610 PERFORMANCE BOND Know All Men By These Presents: That fityan LB-rtrAtzeA," q rty of the City of 13✓yyi.�n County of eru and State of T ¢Xa,s as Principal, and s/o(w.c l,v. :f." {torn ..s S ` solvent company authorized under the laws of the State of Texas to act as surety on bonds for principals, a el d firmly bound unto City of Round Rock. Texas (Owner), in the penal sum of r te , �° an U.S. Dollars ($ 29J, ,300.00 U.S.) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: The conditions of this Bond or such that, whereas, the Principal has entered into a certain written contract with the Owner, dated the day of 19 . which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. Now, Therefore, The Condition of This Obligation Is Such, that if the said Principal shall faithfully perform said Agreement 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 perforated, and according to the true intent and meaning of said Agreement hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect: Provided, however, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Govemment Code 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. Provided further, that if any legal action be filed upon this bond, venue shall lie in Williamson County, State of Texas. Surety, for value received, stipulates and agrees that no extension of time, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such extension of time. 00610 -1 0921/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Impmvements In Witness Whereof, the said Principal and Surety have signed and sealed this instrument this day of 19 . /Yyi.L./ (aT.st tz-7. By w / / �o .3 Title r7G��� - 4111111 .■ Address 7X/A.3 77/5Z 6n54-try tLtq'�IIAI The name and address of the Resident Agent of Surety is: Poe «. /g/`oe.e.,./o. ?2r, ,z �9 a i✓. .Cao rl. L(2 -- 70c) /9S 7aiZ/ %x ? 7'ry Wo Dt.fio6tr C,V/WY of tw,n l+A'�bt�1 c Ca5 Pta^/ P 5 e ComPANI Surety By yl Age oe4 e.„taeL Title 19/4. /4/, t7T Address 0 N /ate /d. ` 7.47 d ¢fac rdv /A 77c2$• Lyn t1 S1IJAACI SG C,N ETA ROMAN C f? - iw o9 Note: A copy of the Surety Agents "Power of Attomey" must be attached hereto. A2198500610 END OF SECTION 00610 -2 0921/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorinaticn and Filter Improvements STATE OF TEXAS COUNTY OF WILLIAMSON A2198S00.630 SECTION 00630 „ PAYMENT BOND J Know All Men By These Presents: That j r > et l `i l cef il ,np�n �/ - of the City of ftryt,.,. C ounty of "re ens / / and State of /Pxit s as Principal, and pfi(uS.Jxscrlie's ha. ac .Swim" a solvent company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and finely bound unto City of Round Rock. Texas (Owner), and all Subcontractors, workers, laborers, mechanics and suppliers as their int rests may pear1 of whom shall have the right to sue upon this bond in the penal sum of ° .. 4/ ''" U.S. Dollars ($ 294,- 'O,2 DI') U S ) for the payment whereof, well and truly to be made the said Principal and Surety bind them- selves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: . e The conditions of this Bond is such that, whereas, the Principal has entered into a certain written contract with the Owner, dated the day of 19 , to which agreement is hereby referred to'and made a part hereof as fully and to the sane extent as if copied at length herein. Now, therefore, the condition of this obligation is such, that if the said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for Subcontracts, work, labor, equipment, supplies and materials done and fumished for the construction of the improvement of said Agreement, then this obligation shall be and become null and void: otherwise to remain in full force and effect. Provided, however, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Govemment Code and all liabilities on the bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Provided further, that if any legal action be filed upon this bond, venue shall lie in Williamson County, State of Texas. Surety, for value received, stipulates and agrees that no extension of time, shall in anyway affect its obligation on this bond, and it does hereby waive notice of any such extension of time. 00630 -1 09/21/93 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements In witness whereof, the said Principal and Surety have signed and sealed this instrument this day of 19 . ! 17 a..s a - ru r�i ,vn Q.n y " P / By Address "15,21M7 The name and address of the Resident Agent of Surety is: P o e '1 oAY xt , .Lrc ,79(1c) /Y. /-nn M). `7do HTIi /�t 7F5rn,.1 77� 97 A2198500 630 rabt,rry p,4e PFroslr GP /tWNw N OP /rlp 6 1- ewtnt_ AMA:4 GAN G ts' QTY allo s t. / 4 „ PPNY Surety B l�zor X cy Title Arrr w Fac- Address _ Na..r» L..,P tv ,- S . I r.,-01n( mt 7") 4 Note: A copy of the Surety Agent's "Power of Attomey" must be attached hereto. END OF SECTION 00630 -2 c Ge."65'A\""� C CQYtSSttLt.OSr" 0921/95 1 rzzs TEXAS COMPTROLLER OF PUBLIC ACCOUNTS 1 1 1 THE STATE OF TEXAS 1 COUNTY OF TRAVIS 1 I, John Sharp, Comptroller of Public Accounts of the State of Texas, DO HEREBY CERTIFY that according to the records of this office NAME OF LEGAL CORPORATE ENTITY is, as of this date, in good standing with this office having no franchise tax reports or payments due at this time. 1 This certificate is valid through ( next due date), when the next franchise tax report is due. Or(extension due date) 1 This certificate is not valid for the purpose of dissolution, merger or withdrawal. 1 1 1 1 1 Form 05-304 (Rev. 6 -92/8) GIVEN UNDER MY HAND AND SEAL OF OFFICE in the City of Austin, this day of (Month of the yr ).19 A.D. JOHN SHARP • COMPTROLLER • AUSTIN, TEXAS 78774 EXAMPLE OF SIGNATURE JOHN SHARP Comptroller of Public Accounts EXAMPLE CERTIFICATION OF ACCOUNT STATUS an equal opportuniry employer THIS PAGE LEFT BLANK INTENTIONALLY 1. Corporale name 2. Taxpayer number Charter /Cendimle of AUthanty number Or 3. Certificate of Account Status required for filing with the Secretary of State for • dissolution • merger • withdrawal Certificate of Account Status required for ❑ business purposes (not dissolution, merger, or withdrawal) 4. If the Certificate of Account Status is required for the purpose of dissolution, merger or withdrawal, will the filing have a future effective date? • YES • NO If "YES," enter the effective date: 5. If the Certificate of Account Status is required for the purpose of dissolution, answer the following questions: A. Has the corporation commenced business? • YES • NO B. Has the corporation issued stock? • YES • NO sign Authorized agent here r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 vyy e: (Rer. 10.93/3) REQUEST FOR CERTIFICATE OF ACCOUNT STATUS Effective September 1, 1993, a fee is no longer required for this service. Requmbar runs Atqumlcr marry address City. State, 2IP code Phone (area code and numbed NOTE: Any corporation dissolving, merging, withdrawing, or otherwise leaving the state on or after January 1, 1992, will be required to file a final franchise tax report, in addition to the regular franchise tax report, before the Certificate of Account Status can be issued. To obtain the final franchise tax report and to verify that all other filing requirements have been met, call toll free 1- 800 - 252 -1381 from anywhere in the United States. The regular number is 512/463 -4600. From a Telecommunication Device for the Deaf (TDD) ONLY call 1-800-248-4099 toll free, or call 512/463 -4621. COMPTROLLER OF PUBLIC ACCOUNTS Austin, Texas 78774 -0100 THIS PAGE LEFT BLANK INTENTIONALLY •ACOra. CERTIFICATE OF INSURANCE ° ' -.4 CSR DATE IMM/DD/YYI - - - ' - - - ' r 2 12/21/95 PRODUCER Timberline Insurance Services P. 0. Box 2083 Austin TX 78768 _ - Hal Shults, Jr. 512- 434 -8464 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 Transcontinental Insurance Co. INSURED BRYAN CONSTRUCTION COMPANY P. 0. Box 4087 Bryan TX 77805 COMPANY B Continental Casualty Company COMPANY C United National Insurance Co. COMPANY D 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 CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE IMM/DDM/I UMITS POLICY EFFECTIVE DATE IMM/DDNYI A GENERALUABIUTY X COMMERCIAL GENERAL LIABILITY TPP1030324699 . 06/30/95 06/30/96 GENERAL AGGREGATE 6$2,000,000 PRODUCTS - COMP/OPAGG 6$1,000,000 PERSONAL &ADV INJURY $$1,000,000 CLAIMS MADE X OCCUR EACH OCCURRENCE 1S1,000,000 _ OWNER'S & CONTRACTOR'S PROT FIRE DAMAGE (Any one fire) 1 $ 50,000 MED EXP (Any one person) e $ 5,000 A AUTOMOBILE X — X X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BUA1030313086 - 06/30/95 06/30/96 - COMBINED SINGLE LIMIT '$1,000,000 BODILY INJURY (Per pereoN + , BODILY INJURY (Per accident) ' PROPERTY DAMAGE 4 GARAGE -- LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT 4 OTHER THAN AUTO ONLY: EACH ACCIDENT • AGGREGATE • 1 14 C.) EXCESS J X LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM C130313105 Excess #XTP43579 06/30/95 06/30/95 06/30/96 06/30/96 EACH OCCURRENCE s$2,000,000 AGGREGATE 6$2,000,000 Excess 1$3,000,000 I 14 13:1 WORKERS COMPENSATION EMPLOYERS' LIABILITY THE PROPRIETOR/ PARTNERS/EXECUTIVE OFFICERS ARE: AND — — INCL EXCL WC1030313119 WC1030313119 06/30/95 06/30/95 06/30/96 06/30/96 1 STATUTORY LIMITS EACH ACCIDENT 6500000 DISEASE - POUCY LIMIT ' 500000 DISEASE• EACH EMPLOYEE ' 500000 OTHER DESCRIPTION OF OPERATIONSROCATIONSNEHICLES /SPECIAL ITEMS Project: Chlorination & Filter Improvements. Cert holder and Engineer Cam Dresser & McKee, Inc are added as an Addr1 Insured to the General L abil i ty & Auto policies CERTIFICATE HOLDER ROUN002 City of Round Rock Water Treatment 221 E. Main Street Round Rock, TX 78664 CANCELLATION •• SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY T AN / OR REPRESENTATIVES. ACORD 25 -5 (3/931 /GENT RESE TAT ATIVE / NE Hal S t Jk . ` OACORD CORPORATION 1993 THIS IS EVIDENCE THAT INSURANCE AS IDENTIFIED BELOW HAS BEEN ISSUED, IS IN FORCE, AND CONVEYS ALL THE RIGHTS AND,PRIVILEGES AFFORDED UNDER THE POLICY. PRODUCER POE & BROWN OF TEXAS, INC. P. 0. Box 926169 Houston, TX 77292 -6169 (713)613 -1500 Fax(713)688 -1578 Company ' FIDELITY & DEPOSIT INS. Loan Number . Policy Number CMP 000 25 67 03 Code SubCode Effective Date 11/01/95 Expiration Date 11/01/96 [ ] Continuous until cancelled if checked INSURED BRYAN CONSTRUCTION COMPANY P 0 BOX 4087 BRYAN TX 77805 -4087 . REPLACES PRIOR EVIDENCE DATED: / / Coverages /Perils /Forms Amount Deductible ALL RISK COVERAGE" SUBJECT TO STANDARD POLICY $ $ TERMS, CONDITIONS, AND EXCLUSIONS, INCLUDING $ $ ' EXCLUSIONS FOR FLOOD AND EARTHQUAKE. $ $ $ $ MAXIMUM LIMIT ANY ONE CONSTRUCTION SITE $ 5,000,000 $ 1,000 MAXIMUM LIMIT ANY ONE LOSS $ 8,000,000 $ 1,000 TEMPORARY STORAGE $ 25,000 $ 4 1,000 TRANSIT $ 25,000 $ 1,000 I EVIDENCE OF PROPERTY Location /Description REPORTING FORMS BUILDERS RISK POLICY VOERING NEW CONSTRUCTION AND ADDITIONAL TO WASTEWATER TREATMENT PLANTS COVERAGE INFORMATION PROPERTY INFORMATION 1 12/13/1995 ..........M1. eee. wee..v.v r {r$$$$$$: r. ? ?w. . {T:. ;:SS$S•{em.v.SSSS::S:: Yee tie{{ t ....". . ..... .....................•.titi REMARKS (Including Special Conditions) MONEM CITY OF ROUND ROCK IS INCLUDED AS AN ADDITIONAL INSURED AS RESPECTS WATER TREATMENT PLANT CHLORINATION AND FILTER IMPROVEMENTS BEING CONDUCTED AT 3939 PALM VALLEY BLVD., ROUND ROCK, TEXAS TO BE REPORTED UNDER THIS POLICY AT COMPLETED VALUE OF $291,300. CANCELLATION ? � ?i.++�c.�.:::::: k:;isiriG�Sir;t::r[:a::} s;:; :;,i: r }:?{ i::..........:: x?{{{.: titititir }7'r }�4:tiiirX:?3 { ?i•�«.' ?� ??.i THE POLICY IS SUBJECT TO THE PREMIUMS, FORMS AND RULES IN EFFECT FOR EACH POLICY PERIOD. SHOULD THE POLICY BE CANCELLED, THE COMPANY WILL GIVE THE ADDITIONAL INTEREST IDENTIFIED BELOW 30 DAYS WRITTEN NOTICE, AND WILL SEND WRITTEN NOTICE OF POLICY CHANGES WHICH WOULD AFFECT THAT INTEREST. ADDITIONAL INTEREST NAME & ADDRESS CITY OF ROUND ROCK 221 EAST MAIN ST. ROUND ROCK TX 78664 —HA uth NATURE OF INTEREST [ ] Mortgagee [X] Additional Insured [ ] Loss - Pa'y'ee'; " r ] aq a " df Rep'r2'tafv « - µ qA «' ` � " • %� »;:....�= ""''y ""'T�"�.. « ��" .«^...�:w.:,... OATEImmas rn :. .__ a.. :. .w IRYATi^' ' 11/22/95 M N900UCEFI Timberline Insurance Services P. 0. Box 2083 Austin TX 78768 Nal Shulte, .Tr. 512- 434 -8464 THIS CERTIFICATE 18 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 Transcontinental Insurance Co. INSURED BRYAN CONSTRUCTION COMPANY P. O. Box 4087 Bryan TX 77605 COMPANY B Continental Casualty Company COMPANY C United National Insurance Co. COMPANY D AZO1E14,91; cc L^ ' E:,1:: : •:::51;µ 9' ;; :" ,°^ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY EXCLUSIONS AND CONDITIONS OF SUCH POLICES. LIMITS SHOWN MAY HAVE ,a »...«. « r:a. -.,p v �, "'" ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD «� ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT To WHICH THIS THE POISES DE5CRIBED HEREIN I5 SUBJECT TO Au. 11-18 TERMS, BEEN REDUCED BY PAID CLAIMS. TYPE OP BISURANCE rotwY NVMIFA per' EFFECTIVE MTEIMMODDMO IROUCY FxPIMTNIN WOMMIMJDDJITI WARS A OeJ0IA X tmsgm COMMERCIALGEHERALUABLLRY 1CUIMS MADE X OCCUR OWNER'S S CONNYCTOR'6 PRD7 TPp1030324699 06/30/95 06/30/96 GENERAL AGGREGATE 1$2,000,000 s$1,000,000 { $1,000,000 PRODUCTS - cDMP/DPAGO PBISONAL INJURY EACH OCCURRENCE 1 $1,000;000 FIRE DAMAGE (Any *31 • $ ono MED EIP U+ry one mace) 50, 000 e $ 5,000 A AUTOMOBILE X _ ` X X LMAIUIY ANYAUTO ALL OWNED AUTOS SCNEDULED AUTOS HIRE0 AUTOS NON-OWNED AUTOS BUA1030313086 , 06/30/95 06/30/96 COMBWED6INGLEtJMR 1$1,000,00 (Par BODILY JRY 5 BODILY B•IJ�JAT 1 PROPERTY DAMAGE 3 GARAGE — LIABILITY ANY AUTO AUTO ONLY -EA ACCIDENT 1 OTHER THAN AUTO ONLY: EACH ACCIDENT AGGREGATE • - ": T"b.."I%- •"ro«.�""�.' +°".. 8 3 B C EEC= LUDDLOT X UMBRELLA FORM X OTHER THANUMBRaLAFDRM `C130313105 Excess 1STP43579 06/30/95 06/30/95 06/30/96 06/30/96 EACH OCCURRENCE $$2,000,000 AGGREGATE 1$2,000,000 Excess .$3,000,000 8 B WORXETRS coMPOIEATIoN AND EMPLOYERS' WORMY - WC10 3 0313 119 WC1030313119 06/30/95 06/30/95 06/30/96 06/30/96 RY LIMOS ' 1T "0 THE PROPRILTON PARTNets, OFFIcrosARE: — — ma EACL EACHA CCIDe 5 50 DSSEASE- PfWCTLIMIr 1 500000 DISEASE- E .500000 OTHER DESCRIPTION OF OPERATIONSAOCATI NMEHICIES/SP10111. HEMS Projects Chlorination 8 Filter Improvements. . - Cert holder and Engineer, Camp Dresser 8 McKee, Inc are added as an Add']. Insured to the General L ability policy ;C�ITF,IGA`F :.dOIAER „=....� . 1111:*: «:1»111. ...._".....,� w. ._...,�."az7 ^.^ ROONO 02 City of Round Rock Water Treatment 221 E. Main Street Round Rock, TX 78664' «11,11.. ."...., 1111 1111 ,::.:' . ...,.....,. axouLO ANY OF THE ABOVE DESCRIBED POUCIEI BE CANCELED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING CONIPJNY WILL ENDEAVOR TO MAIL 30 GAYS mimes NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FARO • MA1LSUCH NOTICE SHALL IMPOSE NO OBLIGATION OR GIABIfIT OF ANY • UPON,, ECOMP . REHIESENTATNES. S, SR Hal ° •. • 17 AT.URD :264EI3190i= ," .. ...... ......... .."....,....... ..r. ".s,. ^.......__...... / « ar,. 1.,.s,..ls,o,.;o.:...,_..,,�.__ NOV 21 '95_15:40 FR TIMBERLINE INS 512 434 8111 TO 914097766008 P. 02/92 AOOI,11. EVIDENCE OF PROPERTY INSURANCE'.•% - 11721 /95 THIS IS EVIDENCE THAT. INSURANCE AS IDENTIFIED BELOW HAS BEEN ISSUED, IS IN FORCE, AND CONVEYS ALL THE RIGHTS AND PRIVILEGES AFFORDED UNDER THE POLICY. PRODUCER L ?N_oNE Liw� ,E�>_(773)•613 15'f.. . __ POE & BROWN OF TEXAS, INC. P. 0. BOX 926169 HOUSTON, TEXAS 77292 -6169 ANY _... .. .. ._ .. ._. .. --., - -- COMPANY FIDELITY & DEPOSIT COMPANY OF MARYLAND • ' CODE: TSUB CODE AGENCY C U S T O M E R INSURED BRYAN CONSTRUCTION COMPANY P. d. BOX 4087 BRYAN, TEXAS 77805 -4087 I LOW NUMBER POLICY UMBER M �7-OS OFF93TIVEOATE 11/01/95 .. 11/01/96 CONTINUED UNOL - TERMINATED IP CHECKED ORS REPLACES PRIOR EVIDENCE DATED; PROPERTY INFORMATION ' ... . • , LocsnoWDESCRIPn0N ' REPORTING FORMS BUILDERS RISK POLICY COVERING NEW CONSTRUCTION AND ADDITIONS TO WASTEWATER TREATMENT PLANTS. . COVERAGE INFORMATION COVERAGE/PERILS/FOR/AS - COVERAGE" . . AMOUNT OF INSURANCE - "..."' • " "'_.._____ $5,000,000 $8,000,000 $ 25,000 $ 25,000 DEDUCTSLE "ALL RISKS SUBJECT TO STANDARD VOLICY`TERM5 — c uITr6NS, ANi-- EXCLUSIONS, INCLUDING EXCLUSIONS FOR FLOOD AND EARTHQUAKE. MAXIMUM LIMIT ANY ONE CONSTRUCTION SITE MAXIMUM LIMIT ANY ONE LOSS TEMPORARY STORAGE TRANSIT $1,000 $1,000 $1,000 $1,000 °5 REMARKS (Including Special Condltlons) INSURED WILL BE REPORTING CITY OF ROUND ROCK WATER TREATMENT PLANT CHLORINATION AND FILTER IMPROVEMENTS UNDER THIS POLICY AT COMPLETED VALUE OF $291,300. • CANCELLATION • • • THE POLICY IS SUBJECT TO THE PREMIUMS, FORMS, AND RULES IN EFFECT FOR EACH POLICY PERIOD. SHOULD THE POLICY BE TERMINATED, THE COMPANY WILL GIVE THE ADDITIONAL INTEREST IDENTIFIED BELOW 10 DAYS WRITTEN NOTICE, AND WILL SEND NOTIFICATION OF ANY CHANGES TO THE POLICY THAT WOULD AFFECT THAT INTEREST, IN ACCORDANCE WITH THE POLICY PROVISIONS OR AS REQUIRED BY LAW. ADDITIONAL INTEREST NAME AND ADDRESS CITY OF ROUND ROCK 221 EAST MAIN ST. ROUND ROCK, TEXAS 78664 I ACORD 27 (3/93) - MORTGAGEE LOSS PAYEE _ • ADDITIONAL INSURED ' LOAM "'" .. Atym. Rrz ' RC ES OACORD CORPORATION 1993 11/21/95 16:51 2Y713 6884571 COMM CA I(7j 002/002 COMPANY LETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE LIMITS OF LIABILITY IN THOUSANDS (000) EACH OCCURRENCE AGGREGATE GENERAL LIABILITY Bodily $ $ Injury _ Comprehensive Form _ Pmmrses- Operations Explosions and Property $ $ Collapse Hazard Damage Underground Hazard _ _ Products /Completed Bodily $ $ Opemtions Hazard Injury and _ Contractual Insurance Property _ Broad Form Damage Property Damage Combined _ independent Contractors Personal Injury $ _ Personal Injury 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A2198S00.650 a 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter hnprovements NAME AND ADDRESS OF AGENCY NAME AND ADDRESS OF INSURED SECTION 00650 CERTIF'ICATE OF INSURANCE THIS CERTIFICATE IS ISSUED FOR THE DURATION OF THE PROJECT 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 LISTED BELOW. COMPANIES AFFORDING COVERAGES COMPANY A LETTER COMPANY B LETTER COMPANY C LETTER COMPANY D LETTER COMPANY E LETTER This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Not withstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the teens, exclusions and conditions of such policies. 00650 -1 0921/95 8077 112 - DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements OTHER Builders Risk f Description of Operations/ Locations/Vehicles PROJECT TITLE: PROJECT LOCATION: The City of Round Rock is named as an additional insured under all insurance, other than Workman's Compensation. Cancellation: No policies will be cancelled or reduced, restricted, or limited until ten (10) days after the owner has received written notice as evidence by retum receipt or registered or certified letter. NAME AND ADDRESS OF CER1'INICATE HOLDER: DATE ISSUED: END OF SECTION A2198500650 00650 -2 0921/95 AUTHORIZED REPRESENTATIVE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 AUTOMOBILE LIABILITY _ Comprehensive Pam' Owned Hired Non -Owned Bodily Injury (Each Person) $ Bodily Injury (Each Accident) $ Property Damage $ Bodily Injury and Property Damage Combined $ EXCESS LIABILITY _ Umbrella Form Other than Umbrella WORKERS' COMPENSATION AND EMPLOYERS LIABILITY Statutory (Each Account) 8077 112 - DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements OTHER Builders Risk f Description of Operations/ Locations/Vehicles PROJECT TITLE: PROJECT LOCATION: The City of Round Rock is named as an additional insured under all insurance, other than Workman's Compensation. Cancellation: No policies will be cancelled or reduced, restricted, or limited until ten (10) days after the owner has received written notice as evidence by retum receipt or registered or certified letter. NAME AND ADDRESS OF CER1'INICATE HOLDER: DATE ISSUED: END OF SECTION A2198500650 00650 -2 0921/95 AUTHORIZED REPRESENTATIVE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 This document has important legal consequences: consultation with an attorney is encouraged with respect to its completion or modification. 1 1 1 1 1 1 1 1 III ACEC 1 EJCDC Nn. 1910 -8 (1990 Edition) Reprinted 7/91 STANDARD GENERAL CONDITIONS OF T CONSTRUCTION ONTRACT Prepared by Engineers Joint Contract Documents Committee and Issued and Published Jointly By PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General Contractors of America These General Conditions have been prepared for use with the Owner - Contractor Agreements (No. 1910 -8 -A -1 or 1910- 8 -A -2) (1990 Editions). Their provisions are interrelated and a change in one may necessitate a change in the others. Comments concerning their usage are contained in the Commentary on Agreements for Engineering Services and Contract Documents (No. 1910 -9) (1986 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (No. 1910 -17) (1990 Edition). When bidding is involved, the Standard Form of Instructions to Bidders (No. 1910 -12) (1990 Edition) may be used. 00700 1852. ® 1990 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Consulting Engineers Council 1015 15th Street, N.W., Washington, DC 20005 American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 1 � 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A Article or Paragraph Page Number & Title Number 1. DEFINITIONS 13 1.1 Addenda 13 1.2 Agreement 13 1.3 Application for Payment 13 1.4 Asbestos 13 1.5 Bid 13 1.6 Bidding Documents 13 1.7 Bidding Requirements 13 1.8 Bonds 13 1.9 Change Order 13 1.10 Contract Documents 13 1.11 Contract Price 13 1.12 Contract Times 13 1.13 CONTRACTOR 13 1.14 defective 13 1.15 Drawings 13 1.16 Effective Date of the Agreement 13 1.17 ENGINEER 13 1.18 ENGINEER's Consultant 13 1.19 Field Order 13 1.20 General Requirements 14 1.21 Hazardous Waste 14 1.22 Laws and Regulations; Laws or Regulations 14 1.23 Liens 14 1.24 Milestone 14 1.25 Notice of Award 14 1.26 Notice to Proceed 14 1.27 OWNER 14 1.28 Partial Utilization 14 1.29 PCBs 14 1.30 Petroleum 14 1.31 Project 14 1.32 Radioactive Material 14 1.33 Resident Project Representative 14 1.34 Samples 14 1.35 Shop Drawings 14 1.36 Specifications 14 1.37 Subcontractor 14 1.38 Substantial Completion 14 1.39 Supplementary Conditions 14 1.40 Supplier 14 1.41 Underground Facilities 14 1.42 Unit Price Work 14 1.43 Work 15 1.44 Work Change Directive 15 1.45 Written Amendment 15 2. PRELIMINARY MATTERS 2.1 Delivery of Bonds 2.2 Copies of Documents 2.3 Commencement of Contract Times; Notice to Proceed 2.4 Starting the Work TABLE OF CONTENTS OF GENERAL CONDITIONS 5. BONDS AND INSURANCE 20 5.1 -5.2 Performance, Payment and Other Bonds 20 5.3 Licensed Sureties and Insurers; Certificates of Insurance 20 5.4 CONTRACTOR's Liability Insurance 20 5.5 OWNER's Liability Insurance 21 5.6 Property insurance 21 5.7 Boiler and Machinery or Additional 15 Property Insurance 21 15 5.8 Notice of Cancellation Provisions 21 15 5.9 CONTRACTOR's Responsibility for Deductible Amounts 22 15 5.10 Other Special Insurance 22 15 5.11 Waiver of Rights 22 Article or Paragraph Page Number & Title Number 2.5 -2.7 Before Starting Construction; CONTRACTOR's Responsibility to 'Report: Preliminary Schedules; Delivery of Certificates of Insurance 15 2.8 Preconstruction Conference 15 2.9 Initially Acceptable Schedules 16 3. CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 16 3.1 -3.2 Intent 16 3.3 Reference to Standards and Specifications of Technical Societies; Reporting and Resolving Discrepancies 16 3.4 Intent of Certain Terms or Adjectives 17 3.5 Amending Contract Documents 17 3.6 Supplementing Contract Documents 17 3.7 Reuse of Documents 17 AVAILABILITY OF LANDS: SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS . 17 4.1 Availability of Lands 17 4.2 Subsurface and Physical Conditions 17 4.2.1 Reports and Drawings 17 4.2.2 Limited Reliance by CONTRACTOR Authorized; Technical Data 18 4.2.3 Notice of Differing Subsurface or Physical Conditions 18 4.2.4 ENGINEER's Review 18 4.2.5 Possible Contract Documents Change 18 4.2.6 Possible Price and Times Adjustments 18 4.3 Physical Conditions- Underground Facilities 18 4.3.1 Shown or Indicated 18 4.3.2 Not Shown or Indicated 19 4.4 Reference Points 19 4.5 Asbestos, PCBs. Petroleum, Hazardous Waste or Radioactive Material 19 Article or Paragraph Page Number & Title Number 5.12 -5.13 Receipt and Application of Insurance Proceeds 22 5.14 Acceptance of Bonds and Insurance; Option to Replace 22 5.15 Partial Utilization- Property Insurance 23 6. CONTRACTOR'S RESPONSIBILITIES 6.1 -6.2 Supervision and Superintendence 6.3 -6.5 Labor, Materials and Equipment 6.6 Progress Schedule 6.7 Substitutes and "Or- Equal" Items; CONTRACTOR's Expense; Substitute Construction Methods or Procedures; ENGINEER's Evaluation 6.8 -6.11 Concerning Subcontractors, Suppliers and Others; Waiver of Rights 6.12 Patent Fees and Royalties 6.13 Permits 6.14 Laws and Regulations 6.15 Taxes 6.16 Use of Premises 6.17 Site Cleanliness 6.18 Safe Structural Loading 6.19 Record Documents 6.20 Safety and Protection 6.21 Safety Representative 6.22 Hazard Communication Programs 6.23 Emergencies 6.24 Shop Drawings and Samples 6.25 Submittal Procedures; CONTRACTOR's Review Prior to Shop Drawing or Sample Submittal . 6.26 Shop Drawing & Sample Submittals Review by ENGINEER 6.27 Responsibility for Variation From Contract Documents 6.28 Related Work Performed Prior to ENGINEER's Review and Approval of Required Submittals 6.29 Continuing the Work 6.30 CONTRACTOR's General Warranty and Guarantee 6.31 -6.33 Indemnification 6.34 Survival of Obligations 7. OTHER WORK 7.1 -7.3 Related Work at Site 7.4 Coordination 8. OWNER'S RESPONSIBILITIES 8.1 Communications to Contractor 8.2 Replacement of ENGINEER 8.3 Furnish Data and Pay Promptly When Due 8.4 Lands and Easements; Reports and Tests 8.5 Insurance 23 23 23 23 Article or Paragraph Page Number & Title Number 8.6 Change Orders 29 8.7 Inspections, Tests and Approvals 29 8.8 Stop or Suspend Work; Terminate CONTRACTOR's Services 29 8.9 Limitations on OWNER's Responsibilities 30 8.10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material 8.11 Evidence of Financial Arrangements 9. ENGINEER'S STATUS DURING CONSTRUCTION 30 9.1 OWNER's Representative 30 9.2 Visits to Site 30 9.3 Project Representative 30 9.4 Clarifications and Interpretations 30 9.5 Authorized Variations in Work 30 24 9.6 Rejecting Defective Work 30 25 9.7 -9.9 Shop Drawings, Change Orders avid Payments 31 25 9.10 Determinations for Unit Prices 31 25 9.11 -9.12 Decisions on Disputes; ENGINEER as Initial Interpreter 31 9.13 Limitations on ENGINEER's Authority and Responsibilities 31 23 26 26 26 26 26 26 27 27 27 28 28 28 2 10. CHANGES IN THE WORK 10.1 OWNER Ordered Change 10.2 Claim for Adjustment 10.3 Work Not Required by Contract Documents 10.4 Change Orders 10.5 Notification of Surety 30 30 32 32 32 32 32 27 11. CHANGE OF CONTRACT PRICE 32 11.1 -11.3 Contract Price; Claim for Adjustment; 27 Value of the Work 32 11.4 Cost of the Work 33 27 11.5 Exclusions to Cost of the Work 34 11.6 CONTRACTOR's Fee 34 11.7 Cost Records 34 27 11.8 Cash Allowances 35 28 11.9 Unit Price Work 35 12. CHANGE OF CONTRACT TIMES 35 12.1 Claim for Adjustment 35 12.2 Time of the Essence 35 12.3 Delays Beyond CONTRACTOR's 29 Control 35 29 12.4 Delays Beyond OWNER's and CONTRACTOR's Control 35 29 29 13. TESTS AND INSPECTIONS; CORRECTION, 29 REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 36 29 13.1 Notice of Defects 36 13.2 Access to the Work 36 29 13.3 Tests and Inspections: Contractor's 29 Cooperation 36 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Article or Paragraph Page Number & Title Number 13.4 OWNER's Responsibilities; Independent Testing Laboratory 36 13.5 CONTRACTOR's Responsibilities 36 13.6 -13.7 CoveringWork Prior to Inspection, Testing or Approval • 36 13.8 -13.9 Uncovering Work at ENGINEER's Request 13.10 OWNER May Stop the Work 13.11 Correction or Removal of Defective Work 13.12 Correction Period 13.13 Acceptance of Defective Work 13.14 OWNER May Correct Defective Work 14. PAYMENTS TO CONTRACTOR AND COMPLETION 14.1 Schedule of Values 14.2 Application for Progress Payment 14.3 CONTRACTOR's Warranty of Title 14.4 -14.7 Review of Applications for Progress Payments 14.8 -14.9 Substantial Completion 14.10 Partial Utilization 14.11 Final lnspection Article or Paragraph Page Number & Title Number 14.12 Final Application for Payment 40 14.13-14.14 Final Payment and Acceptance 40 14.15 Waiver of Claims 40 15. SUSPENSION OF WORK AND TERMINATION 40 15.1 OWNER May Suspend Work 40 15.2 -15.4 OWNER May Terminate 40 15.5 CONTRACTOR May Stop Work or Terminate 41 16. DISPUTE RESOLUTION 41 17. MISCELLANEOUS 42 17.1 Giving Notice 42 17.2 Computation of Times 42 17.3 Notice of Claim 42 37 17.4 Cumulative Remedies 42 37 17.5 Professional Fees and Court Costs 38 Included 42 38 36 36 37 37 37 EXHIBIT GC -A (Optional): 38 Dispute Resolution Agreement (Optional) GC -Al 39 16.1 -16.6 Arbitration GC -AI 39 16.7 Mediation GC -A2 39 3 Acceptance of- Bonds and Insurance 5 14 defective Work 10.4.1, 13.13, 13.15 final payment 9.12, 14.15 insurance 5.14 other Work, by CONTRACTOR 7.3 Substitutes and "Or- Equal" Items 6.7.1 Work by OWNER 2.5, 6.30, 6.34 Access to the - Lands, OWNER and CONTRACTOR responsibilities 4.1 site, related work 7 2 Work, 13.2, 13.14, 14.9 Acts or Omissions -, Acts and Omissions - CONTRACTOR 6 9 1 9 13.3 ENGINEER 6.20, 9.13.3 OWNER 6 20, 8.9 Addenda - definition of (also see definition of Specifications) (1.6, 1.10, 6.19) 1.1 Additional Property Insurances 5.7 Adjustments Contract Price or Contract Times 1.5, 3.5, 4.1, 4.3.2, 4.5.2, 4.5.3, 9.4, 9.5, 10.2 -10.4, 1 1 , 12, 14.8, 15.1 progress schedule 6.6 Agreement - definition of 1.2 All risk Insurance, policy form 5.6.2 Allowances, Cash 11.8 Amending Contract Documents 3.5 Amendment, Written - in general .... 1.10, 1.45, 3.5, 5.10, 5.12, 6.6.2, 6.8.2, 6.19, 10.1, 10.4, 11.2, 12.1, 13.12.2, 14.7.2 Appeal, OWNER or CONTRACTOR intent to 9.10, 9.11, 10.4, 16.2, 16.5 Application for Payment- definition of 1.3 ENGINEER's Responsibility 9.9 final payment 9.13.4, 9.13.5, 14.12 -14.15 in general 2 8 2 9 5 6 4 9 10, 15.5 progress payment 14.1, 14.7 review of 14.4 -14.7 Arbitration (Optional) 16.1 -16.6 Asbestos - claims pursuant thereto 4 5 2 4 5.3 CONTRACTOR authorized to stop Work 4.5.2 definition of 1.4 OWNER responsibility for 4.5.1, 8.10 possible price and times change 4.5.2 Authorized Variations in Work 3.6, 6.25, 6.27, 9.5 Availability of Lands 4.1, 8.4 Award, Notice of -defined 1.25 Before Starting Construction 2.5 -2.8 lid - definition of 1.5 (1.1, 1.10, 2.3, 3.3, 4.2.6.4, 6.13, 11.4.3, 11.9.1) INDEX TO GENERAL CONDITIONS Article or Paragraph Number 4 Article or Paragraph Number Bidding Documents -definition of 1 6 (6.8.2) Bidding Requirements- definitions of 1.7 (1.1, 4.2.6.2) Bonds - acceptance of 5.14 additional bonds 10.5, 11.4.5.9 Cost of the Work 11.5.4 definition of 1.8 delivery of 2.1, 5.1 final application for payment 14.12 -14.14 general 1 10, 5.1 -5.3. 5.13, 9.13,10.5, 14.7.6 performance, Payment and Other 5.1 -5.2 Bonds and Insurance -in general 5 Builder's risk "all risk" policy form 5.6.2 Cancellation Provisions, Insurance 5 4 11., 5.8, 5.15 Cash Allowances 11.8 Certificate of Substantial Completion T.38, 6.30.2.3, 14.8, 14.10 Certificates of Inspection 9.13.4, 13.5, 14.12 Certificates of Insurance .. 2.7, 5.3, 5.4.11, 5.4.13, 5.6.5, 5.8, 5 14, 9.13.4, 14.12 Change in Contract Price - Cash Allowances 11.8 claim for price adjustment 4.1. 4.2.6, 4.5, 5.15, 6.8.2, 9.4, 9.5 9.11. 10.2, 10.5, 11.2. 13.9, 13.13, 13.14, 15.1, 15.5 11.6 CONTRACTOR's fee Cost of the Work general 11.4 -11.7 Exclusions to 11.5 Cost Records 11.7 in general 1 19. 1.44. 9.11, 10.4.2, 10.4 3, 11 Lump Sum Pricing 11.3.2 Notification of Surety 10.5 Scope of 10.3 -10.4 Testing and Inspection, Uncoverine the Work 13.9 Unit Price Work 11.9 Value of Work 11.3 Change in Contract Times - Claim for times adjustment .... 4.1. 4.2.6, 4.5, 5.15, 6.8.2, 9.4, 9.5, 9.11, 10.2. 10.5, 12.1, 13.9, 13.13, 13.14, 14.7, 15.1, 15.5 Contractual time limits 12.2 Delays beyond CONTRACTOR's control 12.3 Delays beyond OWNER's and CONTRACTOR's con- trol 12.4 Notification of surety 10.5 Scope of change 10.3 -10.4 Change Orders - Acceptance of Defective Work 13.13 Amending Contract Documents 3.5 Cash Allowances 11.8 Change of Contract Price 11 Change of Contract Times 12 Changes in the Work 10 CONTRACTOR's fee 11.6 Cost of the Work 11.4 -11.7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 11 Article or Paragraph Number Cost Records 11.7 definition of 1.9 emergencies 6 23 ENGINEER's responsibility 9.8, 10.4, 11.2, 12.1 execution of 10.4 Indemnification 6 12, 6.16, 6.31, 6.33 Insurance, Bonds and 5.10, 5.13, 10.5 OWNER may terminate 15.2 -15.4 OWNER's Responsibility 8.6, 10.4 Physical Conditions - Subsurface and, 4.2 Underground Facilities 4.3.2 Record Documents 6 19 Scope of Change 10.3 -10.4 Substitutes 6.7.3, 6.8.2 Unit Price Work 11.9 value of Work, covered by 11.3 Changes in the Work 10 Notification of surety 10.5 OWNER's and CONTRACTOR's responsibilities 10.4 Right to an adjustment 10.2 Scope of change 10.3 -10.4 Claims - against CONTRACTOR 6 16 against ENGINEER 6 32 against OWNER 6 32 Change of Contract Price 9.4, 11.2 Change of Contract Times 9.4, 12.1 CONTRACTOR's 4, 7.1, 9.4, 9.5, 9.11, 10.2, 11.2, 11.9, 12.1, 14.8, 15.1, 15.5, 17.3 CONTRACTOR's Fee 11.6 CONTRACTOR's liability 5.4, 6.12, 6.16, 6.31 Cost of the Work 11.4, 11.5 Decisions on Disputes 9.11, 9.12 Dispute Resolution 16.1 Dispute Resolution Agreement 16.1 -16.6 ENGINEER as initial interpretor 9.11 Lump Sum Pricing 11.3.2 Notice of 17.3 OWNER's 9.4, 9.5, 9.1 I, 10.2, 11.2, 11.9, 12.1, 13.9, 13.13, 13.14, 17.3 OWNER's liability 5 5 OWNER may refuse to make payment 14.7 Professional Fees and Court Costs Included 17.5 request for formal decision on 9.11 Substitute items 6 7 1 2 Time Extension 12.1 Time requirements 9.11, 12.1 Unit Price Work 11.9.3 Value of 11.3 Waiver of-on Final Payment 14.14, 14.15 Work Change Directive 10.2 written notice required 9.11, 11.2, 12.1 Clarifications and Interpretations 3.6.3, 9.4, 9.11 Clean Site 6.17 Codes of Technical Society, Organization or Association 3.3.3 Commencement of Contract Times 2.3 Communications- 5 Article or Paragraph Number general 6.2, 6.9.2, 8.1 Hazard Communication Programs 6.22 Completion - Final Application for Payment 14.12 Final Inspection 14.11 Final Payment and Acceptance 14.13 -14.14 Partial Utilization 14.10 Substantial Completion 1 38, 14 8 -14.9 Waiver of Claims 14.15 Computation of Times 17.2.1- 17.2.2 Concerning Subcontractors, Suppliers and Others 6.8 -6.11 Conferences- initially acceptable schedules 2.9 preconstruction 2.8 Conflict, Error, Ambiguity, Discrepancy - CONTRACTOR to Report 2.5, 3.3.2 Construction, before starting by CONTRACTOR .... 2.5 -2.7 Construction Machinery, Equipment, etc. 6.4 Continuing the Work 6.29, 10.4 Contract Documents - Amending 3.5 Bonds 5.1 Cash Allowances 11.8 Change of Contract Price 1 I Change of Contract Times 12 Changes in the Work 10.4 -10.5 check and verify 2.5 Clarifications and Interpretations ....... 3.2, 3.6, 9.4, 9.11 definition of 1.10 ENGINEER as initial interpreter of 9.11 ENGINEER as OWNER's representative 9.1 general 3 Insurance 5.3 Intent 3.1 -3.4 minor variations in the Work 3 6 OWNER's responsibility to furnish data 8.3 OWNER's responsibility to make prompt payment 8.3, 14.4, 14.13 precedence 3.1, 3.3.3 Record Documents 6.19 Reference to Standards and Specifications of Technical Societies Related Work Reporting and Resolving Discrepancies Reuse of Supplementing Termination of ENGINEER's Employment Unit Price Work variations Visits to Site, ENGINEER's Contract Price - adjustment of 3.5. 4.1, 9.4, 10.3, 11.2 -11.3 Change of 11 Decision on Disputes 9.11 definition of 1 11 Contract Times - adjustment of 3.5. 4.1, 9.4. 10.3, 12 Change of 12.1 -12.4 3.3 7.2 2.5, 3.3 37 3.6 8.2 11.9 3.6, 6.23, 6.27 9.2 Article or Paragraph Number Commencement of 2.3 definition of 1.12 CONTRACTOR - Acceptance of Insurance 5 14 Limited Reliance on Technical Data Authorized 4.2.2 Communications 6.2, 6.9.2 Continue Work 6.29, 10.4 coordination and scheduling 6.9.2 definition of 1.13 May Stop Work or Terminate 15.5 provide site access to others 7.2, 13.2 Safety and Protection 4.3.1.2, 6.16, 6.18, 6.21 -6.23, 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal . 6.25 Stop Work requirements 4.5.2 CONTRACTOR's- Compensation 11.1-11.2 Continuing Obligation 14.15 Defective Work 9 6 13.10.13.14 Duty to correct defective Work 13.11 Duty to Report- Changes in the Work caused by Emergency 6.23 Defects in Work of Others 7.3 Differing conditions 4.2.3 Discrepancy in Documents 2.5, 3.3.2, 6.14.2 Underground Facilities not indicated 4.3.2 Emergencies 6.23 Equipment and Machinery Rental, Cost of the Work 11.4.5.3 Fee- Cost -Plus 11.4.5.6, 11.5.1, 11.6 General Warranty and Guarantee 6.30 Hazard Communication Programs 6.22 Indemnification 6.12, 6.16, 6.31 -6.33 Inspection of the Work 7 3 13.4, Labor, Materials and Equipment 6.3 -6.5 Laws and Regulations, Compliance by 6.14.1 Liability Insurance 5 4 Notice of Intent to Appeal 9.10, 10.4 obligation to perform and complete the Work 6.30 Patent Fees and Royalties, paid for by 6.12 Performance and Other Bonds 5.1 Permits, obtained and paid for by 6.13 Progress Schedule ..... 2.6, 2.8, 2.9, 6.6, 6.29, 10.4, 15.2.1 Request for formal decision on disputes 9.11 Responsibilities - Changes in the Work 10.1 Concerning Subcontractors, Suppliers and Others . 6.8- 6.11 Continuing the Work 6 29, 10.4 CONTRACTOR's expense 6.7.1 CONTRACTOR's General Warranty and Guaran- tee 6.30 CONTRACTOR'sreviewpriortoShop Drawingor Sam- ple submittal 6.25 Coordination of Work 6.9.2 Emergencies 6.23 ENGINEER's evaluation, Substitutes or "Or- Equal" Items 6.7.3 6 Article or Paragraph Number For Acts and Omissions of Others 6.9.1- 6.9.2, 9.13 for deductible amounts, insurance 5 9 general 6, 7.2, 7.3, 8.9 Hazardous Communication Programs 6 22 Indemnification 6.31 -6.33 Labor, Materials and Equipment 6.3 -6.5 Laws and Regulations 6.14 Liability Insurance 5.4 Notice of variation from Contract Documents 6.27 Patent Fees and Royalties 6.12 Permits 6.13 Progress Schedule 6.6 Record Documents 6.19 related Work performed prior to ENGINEER's approval of required submittals 6.28 safe structural loading 6.18 Safety and Protection 6.20, 7.2, 13.2 Safety Representative 6.21 Scheduling the Work 6.9.2 Shop Drawings and Samples 6 24 Shop Drawings and Samples Review by ENGINEER 6.26 Site Cleanliness 6.17 Submittal Procedures 6.25 Substitute Construction Methods and Procedures 6.7. Substitutes and "Or- Equal" Items 6 7 I Superintendence 6. Supervision 6. Survival of Obligations 6.34 Taxes 6 15 Tests and Inspections 13.5 To Report 2.5 Use of Premises 6.16 -6.18, 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal .. 6.25 Right to adjustment for changes in the Work 10.2 right to claim .. 4, 7.1, 9.4, 9.5, 9.11, 10.2, 11.2, 11.9, 12.1, 13.9, 14.8, 15.1, 15.5, 17.3 Safety and Protection 6.20 - 6.22, 7.2, 13.2 Safety Representative 6.21 Shop Drawings and Samples Submittals 6.24 -6.28 Special Consultants 11.4.4 Substitute Construction Methods and Procedures 6.7 Substitutes and "Or- Equal" Items. Expense .. 6.7.1, 6.7.2 Subcontractors, Suppliers and Others 6.8 -6.11 Supervision and Superintendence 6.1, 6.2, 6.21 Taxes, Payment by 6.15 Use of Premises 6.16-6.18 Warranties and guarantees 6.30, 6.5 Warranty of Title 14.3 Written Notice Required - CONTRACTOR stop Work or terminate 15.5 Reports of Differing Subsurface and Physical Condi- tions 4.2.3 Substantial Completion 14.8 CONTRACTORS -other 7 Contractual Liability Insurance 5.4.10 Contractual Time Limits 12.2 Coordination 1 1 1 1 1 • 1 1 1 1 1, o 1 Article or Paragraph Number CONTRACTOR's responsibility 6.9.2 Copies of Documents 2 2 Correction Period 13.12 Correction, Removal or Acceptance of Defective Work in general 10.4.1, 13.10 -13.14 Acceptance of Defective Work 13.13 Correction or Removal of Defective Work 6.30, 13.11 Correction Period 13.12 OWNER May Correct Defective Work 13.14 OWNER May Stop Work 13.10 Cost - of Tests and Inspections 13.4 Records 11.7 Cost of the Work - Bonds and insurance, additional 11.4.5.9 Cash Discounts 11.4.2 CONTRACTOR's Fee 11.6 Employee Expenses 11.4.5.1 Exclusions to 11.5 General 11.4 -11.5 Home office and overhead expenses 11.5 Losses and damages 11.4.5.6 Materials and equipment 11.4.2 Minor expenses 11.4.5.8 Payroll costs on changes 11.4.1 performed by Subcontractors 11.4.3 Records 11.7 Rentals of construction equipment and machinery . 11 4.5.3 Royalty payments, permits and license fees 11.4.5.5 Site office and temporary facilities 11.4.5.2 Special Consultants, CONTRACTOR's 11.4.4 Supplemental 11.4.5 Taxes related to the Work 11.4.5.4 Tests and Inspection 13.4 Trade Discounts 11.4.2 Utilities, fuel and sanitary facilities 11.4.5.7 Work after regular hours 11.4.1 Covering Work 13.6 -13.7 Cumulative Remedies 17.4 - 17.5 Cutting, fitting and patching 7 2 Data, to be furnished by OWNER 8.3 Day - definition of 17.2.2 Decisions on Disputes 9.1 1, 9.12 defective - definition of 1.14 defective Work - Acceptance of 10.4.1, 13.13 Correction or Removal of 10.4.1, 13.11 Correction Period 13.12 in general 13, 14.7, 14.11 Observation by ENGINEER 9.2 OWNER May Stop Work 13.10 Prompt Notice of Defects 13.1 Rejecting 9.6 Uncovering the Work 13.8 Definitions Delays 4.1, 6.29, 12.3 -12.4 Delivery of Bonds 2.1 Delivery of certificates of insurance 2.7 7 Article or Paragraph Number Determinations for Unit Prices 9.10 Differing Subsurface or Physical Conditions Notice of 4.2.3 ENGINEER's Review 4.2.4 Possible Contract Documents Change 4.2.5 Possible Price and Times Adjustments 4.2.6 Discrepancies Reporting and Resolving .... 2.5, 3.3.2, 6.14.2 Dispute Resolution - Agreement 16.1 -16.6 Arbitration 16.1 -16.5 general 16 Mediation 16.6 Dispute Resolution Agreement 16.1 -16.6 Disputes, Decisions by ENGINEER 9.11 -9.12 Documents - Copies of 2.2 Record 6 19 Reuse of 3 7 Drawings - definition of 1.15 Easements 4.1 Effective date of Agreement - definition of 1.16 Emergencies 6.23 ENGINEER - as initial interpreter on disputes 9 11 -9.12 definition of 1.17 Limitations on authority and responsibilities 9.13 Replacement of 8.2 Resident Project Representative 9.3 ENGINEER's Consultant - definition of 1.18 ENGINEER's- authority and responsibility, limitations on 9.13 Authorized Variations in the Work 9.5 Change Orders, responsibility for 9.7, 10, 11, 12 Clarifications and Interpretations 3.6.3, 9.4 Decisions on Disputes 9.11 -9.12 defective Work, notice of 13.1 Evaluation of Substitute Items 6.7.3 Liability 6.32, 9.12 Notice Work is Acceptable 14.13 Observations 6 30.2, 9.2 OWNER's Representative 9.1 Payments to the CONTRACTOR. Responsibility for 9.9, 14 Recommendation of Payment 14.4, 14.13 Responsibilities - Limitations on 9.11 - 9.13 Review of Reports on Differing Subsurface and Physical Conditions 4.2.4 Shop Drawings and Samples, review responsibility 6.26 Status During Construction - authorized variations in the Work 9.5 Clarifications and Interpretations 9.4 Decisions on Disputes 9.11 -9.12 Determinations on Unit Price 9.10 ENGINEER as Initial Interpreter 9 11 -9.12 ENGINEER's Responsibilities 9.1 -9.12 Article or Paragraph Limitations on ENGINEER's Authority and Responsibilities 9.13 OWNER's Representative 9 1 Project Representative 9.3 Rejecting Defective Work 9.6 Shop Drawings, Change Orders and Payments 9.7 -9.9 Visits to Site 9 2 Unit Price Determinations 9 10 Visits to Site 9.2 Written consent required 7.2, 9.1 Equipment, Labor, Materials and 6.3 -6.5 Equipment rental, Cost of the Work 11.4.5.3 Equivalent Materials and Equipment 6 7 . Errors or omissions 6.33 Evidence of Financial Arrangements 8.11 Explorations of physical conditions 4 2 I Fee, CONTRACTOR's- Costs -Plus 11.6 Field Order - definition of 1.19 issued by ENGINEER 3.6.1, 9.5 Final Application for Payment 14.12 Final Inspection 14.11 Final Payment - and Acceptance 14.13 -14.14 Prior to, for cash allowances 11.8 General Provisions 17.3 -17.4 General Requirements - defintion of 1 20 principal references to 2.6, 6.4, 6.6-6.7, 6.24 Giving Notice 17.1 Guarantee of Work -by CONTRACTOR 6.30, 14.12 Hazard Communication Programs 6.22 Hazardous Waste - definition of 1.21 general 4 5 OWNER's responsibility for 8.10 Indemnification 6.12, 6.16, 6.31 -6.33 Initially Acceptable Schedules -2.9 CONTRACTOR'S Inspection - Certificates of 9 13.4, 13.5, 14.12 Final 14.11 Special, required by ENGINEER 9.6 Tests and Approval 8.7, 13.3 -13.4 Insurance - Acceptance of, by OWNER 5.14 Additional, required by changes in the Work 11.4.5.9 Before starting the Work 2.7 Bonds and -in general 5 Cancellation Provisions 5.8 Certificates of .. 2.7, 5, 5.3, 5.4.11, 5.4.13, 5.6.5, 5.8, 5.14, 9.13.4, 14.12 completed operations 5.4.13 CONTRACTOR's Liability 5.4 CONTRACTOR's objection to coverage 5.14 Contractual Liability 5.4.10 Article or Paragraph Number Number 8 deductible amounts, CONTRACTOR's responsibility 5.9 Final Application for Payment 14.12 Licensed Insurers 5.3 Notice requirements, material changes 5.8, 10.50 Option to Replace 5.14 other special insurances 5.10 OWNER as fiduciary for insureds 5.12 -5.13 OWNER's Liability 5.5 OWNER's Responsibility 8.5 Partial Utilization, Property Insurance 5.15 Property 5.6 -5.10 Receipt and Application of Insurance Proceeds .. 5.12 -5.13 Special Insurance 5.10 Waiver of Rights 5.11 Intent of Contract Documents 3.1 -3.4 Interpretations and Clarifications 3.6.3, 9.4 Investigations of physical conditions 4.2 Labor, Materials and Equipment 6.3-6.5 Lands - and Easements 8.4 Availability of 4.1, 8.4 Reports & Tests 8.4 Laws and Regulations -Laws or Regulations - Bonds 5.1 -5.2 Changes in the Work 10.4 Contract Documents 3.1 CONTRACTOR's Responsibilities 6.14 Correction Period, defective Work 13.12 Cost of the Work, taxes 11.4.5.4 definition of 1.22 general 6.14 Indemnification 6.31 -6.33 Insurance 5.3 Precedence 3.1, 3.3.3 Reference to 3.3.1 Safety and Protection. 6 20, 13.2 Subcontractors, Suppliers and Others 6.8 -6.11 Tests and Inspections 13.5 Use of Premises 6.16 Visits to Site 9.2 Liability Insurance- CONTRACTOR's 5.4 OWNER's 5.5 Licensed Sureties and Insurers 5.3 Liens - Application for Progress Payment 14.2 Contractor's Warranty of Title 14.3 Final Application for Payment 14.12 definition of 1.23 Waiver of Claims 14.15 Limitations on ENGINEER's authority and responsibilities 9.13 Limited Reliance by CONTRACTOR Authorized 4.2.2 Maintenance and Operating Manuals - Final Application for Payment 14.12 Manuals (of others) - Precedence 3.3.3.1 ti 1 1 1 1 1 Article or Paragraph Number Reference to in Contract Documents 3.3.1 Materials and equipment - furnished by CONTRACTOR 6.3 not incorporated in Work 14.2 Materials or equipment - equivalent 6 7 Mediation (Optional) 16.7 Milestones- definition of 1.24 Miscellaneous- Computation of Times 17.2 Cumulative Remedies 17.4 Giving Notice 17.1 Notice of Claim 17.3 Professional Fees and Court Costs Included 17.5 Multi -prime contracts 7 Not Shown or Indicated 4.3.2 Notice of- Acceptability of Project 14.13 Award, definition of 1 25 Claim 17.3 Defects, 13.1 Differing Subsurface or Physical Conditions 4 2 3 Giving 17.1 Tests and Inspections 13.3 Variation, Shop Drawing and Sample 6.27 Notice to Proceed - definition of' 1.26 giving of 2.3 Notification to Surety 10.5 Observations, by ENGINEER 6 30, 9.2 Occupancy of the Work 5.15, 6.30.2.4, 14.10 Omissions or acts by CONTRACTOR 6.9, 9.13 "Open peril" policy form, Insurance 5 6 2 Option to Replace 5 14 "Or Equal" Items 6 7 Other work 7 Overtime Work - prohibition of 6 3 OWNER - Acceptance of defective Work 13.13 appoint an ENGINEER 8.2 as fiduciary 5.12 -5.13 Availability of Lands, responsibility 4.1 definition of 1.27 data, furnish 8.3 May Correct Defective Work 13.14 May refuse to make payment 14.7 May Stop the Work 13.10 may suspend work, terminate 8.8, 13.10, 15.1 -15.4 Payment, make prompt 8.3, 14.4, 14.13 performance of other Work 7.1 permits and licenses, requirements 6.13 purchased insurance requirements 5.6 -5.10 OWNER's- Acceptance of the Work 6.30.2.5 Change Orders, obligation to execute 8 6 10.4 Communications 8 1 Coordination of the Work 7.4 Disputes, request for decision 9.11 9 Article or Paragraph Number Inspections, tests and approvals 8 7 13.4 Liability insurance 5.5 Notice of Defects 13.1 Representative -During Construction. ENGINEER's Status 9.1 Responsibilities - Asbestos, PCB's, Petroleum. Hazardous Waste on Radioactive Material 8 10 Change Orders 8.6 Changes in the Work 10.1 communications 8.1 CONTRACTOR's responsibilities 8 9 evidence of financial arrangements 8.11 inspections, tests and approvals 8.7 Insurance 8.5 lands and easements 8.4 prompt payment by 8 3 replacement of ENGINEER 8 2 reports and tests 8.4 stop or suspend Work 8.8, 13.10, 15.1 terminate CONTRACTOR's services 8.8, 15.2 separate representative at site 9 3 independent testing 13.4 use or occupancy of the Work 5 15, 14.10 written consent or approval required 9.1, 6.3, 11.4 written notice required 7.1. 9.4.9.11. 11.2, 11.9, 14.7, 15.4 PCBs - definition of 1.29 general 4.5 OWNER's responsibility for 8.10 Partial Utilization - definition of 1.28 general 6.30.2.4, 14.10 Property Insurance 5.15 Patent Fees and Royalties 6.12 Payment Bonds 5 1 -5.2 Payments, Recommendation of 14.4 -14.7, 14.13 Payments to CONTRACTOR and Completion - Application for Progress Payments CONTRACTOR's Warranty of Title Final Application for Payment Final Inspection Final Payment and Acceptance general Partial Utilization Retainage Review of Applications for Progress Payments prompt payment Schedule of Values Substantial Completion Waiver of Claims when payments due withholding payment Performance Bonds Permits 14.2 14.3 14.12 14.11 14.13 -14.14 8.3, 14 14.10 14.2 14.4 -14.7 8.3 14.1 14.8 -14.9 14.15 14.4, 14.13 14.7 5.1 -5.2 6.13 Article or Paragraph Number Petroleum - definition of 1 30 general 4.5 OWNER's responsibility for 8.10 Physical Conditions - Drawings of, in or relating to 4.2.1.2 ENGINEER's review 4.2.4 existing structures 4 2 2 general 4.2.1.2 Subsurface and, 4.2 Underground Facilities 4.3 Possible Contract Documents Change 4.2.5 Possible Price and Times Adjustments 4 2 6 Reports and Drawings 4.2.1 Notice of Differing Subsurface or, 4 2 3 Subsurface and 4.2 Subsurface Conditions 4.2.1.1 Technical Data, Limited Reliance by CONTRACTOR Authorized 4 2 2 Underground Facilities - general 4.3 Not Shown or Indicated 4.3.2 Protection of 4 3 6 20 Shown or Indicated 4.3.1 Technical Data 4.2. Preconstruction Conference 2.8 Preliminary Matters 2 Preliminary Schedules 2.6 Premises, Use of 6.16 -6.18 Price, Change of Contract 11 Price, Contract -definition of 1 11 Progress Payment, Applications for 14.2 Progress payment - retainage 14.2 Progress schedule, CONTRACTOR's 2.6, 2.8, 2.9, 6.6, 6.29, 10.4, 15.2.1 Project- definition of 1 31 Project Representative - ENGINEER's Status During Construction 9.3 Project Representative, Resident - definition of 1.33 prompt payment by OWNER 8.3 Property Insurance Additional 5 . 7 general 5.6 -5.10 Partial Utilization 5.15, 14.10.2 receipt and application of proceeds 5.12 -5.13 Protection, Safety and 6.20-6.21, 13.2 Punch list 14.11 Radioactive Material - definition 1.32 general 4.5 OWNER's responsibility for 8.10 Recommendation of Payment 14.4, 14.5, 14.13 Record Documents 6.19, 14.12 Records, procedures for maintaining 2.8 Reference Points 4.4 Reference to Standards and Specifications of Technical Societies 3.3 10 1 Article or Paragraph Number Regulations, Laws and (or) 6.14 Rejecting Defective Work 9.6 Related Work - at Site 7.1 -7.3 Performed prior to Shop Drawings and Samples submittals review 6 28 , Remedies, cumulative 17.4, 17.5 Removal or Correction of Defective Work 13.11 rental agreements, OWNER approval required 11.4.5.3 replacement of ENGINEER, by OWNER 8.2 Reporting and Resolving Discrepancies .... 2.5, 3.3.2, 6 14.2 Reports- and Drawings 4 2.1 and Tests, OWNER's responsibility 8.4 Resident Project Representative - definition of 1.33 provision for 9.3 Resident Superintendent, CONTRACTOR's 6 2 Responsibilities - Q CONTRACTOR's-in general 6 I ■ ■ ENGINEER's -in general 9 Limitations on 9.13 OWNER's -in general 8 Retainage 14 Reuse of Documents 3.7 Review by CONTRACTOR: Shop Drawings and Samples Prior to Submittal 6.25 Review of Applications for Progress Payments 14.4 -14.7 Right to an adjustment 10.2 Rights of Way 4 . 1 Royalties, Patent Fees and 6.12 Safe Structural Loading 6.18 Safety - and Protection 4.3.2, 6.16, 6.18. 6.20 -6.21, 7.2, 13.2 II general 6.20 -6.23 Representative, CONTRACTOR's 6 21 Samples - definition of 1.34 general 6.24 -6.28 Review by CONTRACTOR 6.25 Review by ENGINEER 6.26, 6.27 related Work 6.28 submittal of 6 24.2 submittal procedures 6.25 Schedule of progress 2.6, 2.8 -2.9, 6.6, 6.29, 10.4, 15.2.1 Schedule of Shop Drawing and Sample Submittals 2.6, 2.8 -2.9, 6.24-6.28 Schedule of Values 2.6, 2.8 -2.9, 14.1 I Schedules - Adherence to 15.2.1 Adjusting 6.6 Change of Contract Times 10.4 Initially Acceptable 2.8 - 2.9 I Preliminary 2 . 6 _ Scope of Changes 10.3 -10.4 Subsurface Conditions 4.2.1.1 '11 1 1 Article or Paragraph Number Shop Drawings - and Samples, general 6.24 -6.28 Change Orders & Applications for Payments, and 9 7 -9.9 definition of 1.35 ENGINEER's approval of 3.6.2 ENGINEER's responsibility for review 9.7, 6.24 -6.28 related Work 6.28 review procedures 2 8 6 24 -6.28 submittal required 6.24.1 Submittal Procedures 6 use to approve substitutions 6.7.3 Shown or Indicated 4 3.1 Site Access 7.2, 13.2 Site Cleanliness 6.17 Site, Visits to- by ENGINEER 9.2, 13.2 by others 13.2 "Special causes of loss" policy form, insurance 5.6.2 Specifications - definition of 1.36 of Technical Societies, reference to 3.3.1 precedence 3.3.3 Standards and Specifications of Technical Societies 3.3 Starting Construction, Before 2 Starting the Work 2.4 Stop or Suspend Work- ' by CONTRACTOR 15.5 by OWNER 8 8 13.10, 15.1 Storage of materials and equipment 4.1, 7.2 Structural Loading, Safety 6 18 Subcontractor - Concerning, 6.8 -6.11 definition of 1.37 delays 12.3 waiver of rights 6.11 Subcontractors -in general 6.8 -6.11 Subcontracts- required provisions 5.11, 6.11, 11.4.3 Submittals - Applications for Payment 14.2 Maintenance and Operation Manuals 14.12 Procedures 6.25 Progress Schedules 2.6, 2.9 Samples 6.24 -6.28 Schedule of Values 2.6, 14.1 Schedule of Shop Drawings and Samples Submissions 2.6, 2.8 -2.9 Shop Drawings 6.24 -6.28 Substantial Completion - certification of 6.30.2.3, 14.8 -14.9 definition of 1.38 Substitute Construction Methods or Procedures 6.7.2 Substitutes and "Or Equal" Items 6 7 CONTRACTOR's Expense 6 7 1.3 ENGINEER's Evaluation 6.7.3 "Or- Equal" 6 7.1 Substitute Construction Methods of Procedures 6.7.2 11 Article or Paragraph Number Substitute Items 6 7 1 2 Subsurface and Physical Conditions - Drawings of, in or relating to 4.2.1.2 ENGINEER's Review 4.2.4 general 4 2 Limited Reliance by CONTRACTOR Authorized 4.2.2 Notice of Differing Subsurface or Physical Conditions 4.23 Physical Conditions 4.2.1.2 Possible Contract Documents Change 4 2.5 Possible Pnce and Times Adjustments 4 2 6 Reports and Drawings 4.2.1 Subsurface and 4 . 2 Subsurface Conditions at the Site 4.2.1.1 Technical Data 4.2.2 Supervision - CONTRACTOR's responsibility 6.1 OWNER shall not supervise 8.9 ENGINEER shall not supervise 9 2 9 13.2 Superintendence 6.2 Superintendent, CONTRACTOR's resident 6.2 Supplemental costs 11.4.5 Supplementary Conditions - definition of 1.39 principal reference to .... 1.10, 1.18, 2.2, 2.7, 4.2, 4.3, 5.1, 5.3,5.4,5.6 -5.9, 5.11,6.8.6.13.7.4,8.11,9. Supplementing Contract Documents 3.6 Supplier - definition of 1.40 principal references to 3.7, 6.5, 6.8 -6.11, 6.20, 6.24.9.13, 14.12 Waiver of Rights 6.11 Surety- consent to final payment 14.12, 14.14 ENGINEER has no duty to 9.13 Notification of 10.1, 10.5, 15.2 qualification of 5.1 -5.3 Survival of Obligations 6.34 Suspend Work, OWNER May 13.10, 15.1 Suspension of Work and Termination- 15 CONTRACTOR May Stop Work or Terminate 15.5 OWNER May Suspend Work 15.1 OWNER May Terminate 15.2-15.4 Taxes - Payment by CONTRACTOR 6 15 Technical Data - Limited Reliance by CONTRACTOR 4.2.2 Possible Price and Times Adjustments 4.2.6 Reports of Differing Subsurface and Physical Conditions 4.2.3 Temporary construction facilities 4.1 Termination- by CONTRACTOR 15.5 by OWNER 8 8 15.1 -15.4 of ENGINEER's employment 8.2 Suspension of Work -in general 15 Terms and Adjectives 3.4 Tests and Inspections- Article or Paragraph Number Access to the Work, by others 1 3. 2 CONTRACTOR's responsibilities 13. cost of 13.4 covering Work prior to 13.6-13.7 Laws and Regulations (or) 13.5 Notice of Defects 13.1 OWNER May Stop Work 13.10 OWNER's independent testing 13.4 special, required by ENGINEER 9.6 timely notice required 13.4 Uncovering the Work, at ENGINEER's request 13.8 -13.9 Times - Adjusting 6.6 Change of Contract 12 Adjusting 6.6 Computation of 17.2 Contract Times - definition of 1.12 day 17.72 Milestones 12 Requirements - appeals 16 clarifications, claims and disputes 9.11, 11.2, 12 commencement of contract times 2.3 preconstruction conference 2.8 schedules 2.6, 2.9, 6.6 starting the Work 2 . 4 Title, Warranty of 14.3 Uncovering Work 13.8 -13.9 Underground Facilities, Physical Conditions - definition of 1.41 Not Shown or Indicated 4.3.2 protection of 4.3, 6.20 Shown or Indicated 43.1 Unit Price Work - claims 11.93 definition of 1.42 general 11.9, 14.1, 14.5 Unit Prices - general 11.3.1 Determination for 9.10 Use of Premises 6.16, 6.18, 6.30.2.4 Utility owners 6.13, 6.20, 7.1 -7.3, 13.2 12 Article or Paragraph Number Utilization, Partial 1.28. 5.15, 6.30, 2.4, 14.10 Value of the Work 11.3 Values, Schedule of 2.6, 2.8-2.9. 14.1 Variations in Work -Minor Authorized 6.25, 6.27, 9.5 Visits of Site -by ENGINEER 9.2 Waiver of Claims -on Final Payment 14.15 Waiver of Rights by insured parties 5 11, 6.11 Warranty and Guarantee, General -by CONTRACTOR 6.30 Warranty of Title, CONTRACTOR's 14.3 Work - Access to 13.2 by others, 7 Changes in the 10 Continuing the, 6.29 CONTRACTOR May Stop Work or Terminate 15.5 Coordination of 7.4 Cost of the 11.4 -11.5 definition of 1.43 neglected by CONTRACTOR 13.14 other Work 7 OWNER May Stop Work 13.10 OWNER May Suspend Work 13.10, 15.1 Related, Work at Site 7.1-7.3 Starting the 2.4 Stopping by CONTRACTOR 15.5 Stopping by OWNER 15.1 -15.4 Variation and deviation authorized. minor 3.6 Work Change Directive - claims pursuant to 10.2 definition of 1 principal references to 3.5.3, 10.1 -10.2 Written Amendment - definition of 1.45 principal references to ... 1.10. 3.5. 5.10, 5.12, 6.6.2, 6.8.2, 6.19, 10.1, 10.4. 11,2, 12.1, 13.12.2, 14.7.2 Written Clarifications and Interpretations 3.6.3, 9.4. 9.11 Written Notice Required - by CONTRACTOR 7.1, 9.10 -9.11, 10.4, 11.2, 12.1 by OWNER 9 10 -9.11, 10.4, 11.2, 13.14 1)1 1 A 1 1 1 1 1 r 1 1 1 GENERAL CONDITIONS ARTICLE l— DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1.1. Addenda — Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Requirements or the Contract Documents. 1.2. Agreement —The written contract between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 1.3. Application for Payment —The form accepted by EN- GINEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 1.4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 1.5. Bid —The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 1.6. Bidding Documents —The advertisement or invitation to Bid, instructions to bidders, the Bid form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 1.7. Bidding Requirements —The advertisement or invita- tion to Bid, instructions to bidders, and the Bid form. • 1.8. Bonds — Performance and Payment bonds and other instruments of security. 1.9. Change Order —A document recommended by ENGI- NEER, which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 1.10. Contract Documents —The Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed. the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Draw- ings as the same are more specifically identified in the Agree- 13 ment, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders and ENGINEER's written interpretations and clarifications issued pursuant to paragraphs 3.5, 3.6.1, and 3.6.3 on or after the Effective Date of the Agreement. Shop Drawing submittals approved pursu- ant to paragraphs 6.26 and 6.27 and the reports and drawings referred to in paragraphs 4.2.1.1 and 4.2.2.2 are not Contract Documents. 1.11. Contract Price The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). 1.12. Contract Times —The numbers of days or the dates stated in the Agreement: (i) to achieve Substantial Completion, and (ii) to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommenda- tion of final payment in accordance with paragraph 14.13. - 1.13. CONTRACTOR —The person, firm or corporation with whom OWNER has entered into the Agreement. 1.14. defective —An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, in that it does not conform to the Contract Docu- ments, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGI- NEER's recommendation of final payment (unless responsi- bility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.10). 1.15. Drawings —The drawings which show the scope, extent and character of the Work to be furnished and per- formed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined. 1.16. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 1.17. ENGINEER —The person, firm orcorporati0n named as such in the Agreement. 1.18. ENGINEER's Consultant —A person, firm or corpo- ration having a contract with ENGINEER to furnish services as ENGINEER's independent professional associate or con- sultant with respect to the Project and who is identified as such in the Supplementary Conditions. 1.19. Field Order —A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Times. 1.20. General Requirements — Sections of Division 1 of the Specifications. 1.21. Hazardous Waste —The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 1.22. Laws and Regulations; Laws or Regulations —Any and all applicable laws, rules. regulations, ordinances, codes and orders of any and all governmental bodies, agencies, authorities and courts having jurisdiction. 1.23. Liens— Liens, charges, security interests or encum- brances upon real property or personal property. 1.24. Milestone —A principal event specified in the Con- tract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25. Notice of Award—The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. 1.26. Notice to Proceed —A written noticegiven by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform CONTRAC- TOR's obligations under the Contract Documents. 1.27. OWNER —The public body or authority, corpora- tion, association, firm or person with whom CONTRACRIR has entered into the Agreement and for whom the Work is to be provided. 1.28. Partial Utilization —Use by OWNER of a substan- tially completed part of the Work for the purpose for which it is Intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29. PCBs — Polychlorinated biphenyls. 1.30. Petroleum — Petroleum. including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil. oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non - Hazardous Wastes and crude oils. 1.31. Project —The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1.32. Radioactive Material— Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 14 1.33. Resident Project Representative— The authorized representative of ENGINEER who may be assigned to the site or any part thereof. 1.34. Samples — Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 1.35. Shop Drawings —All drawings, diagrams, illustra- tions, schedules and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 1.36. Specifications —Those portions of the Contract Doc- uments consisting of written technical descriptions of materi- als, equipment, construction systems. standards and workman- ship as applied to the Work and certain administrative details applicable thereto. 1.37. Subcontractor —An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.38. Substantial Completion —The Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER as evidenced by ENGINEER's definitive certificate of Substantial Completion, it is sufficiently com- plete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 1.39. Supplementary Conditions —The part of the Contract Documents which amends or supplements these General Con- ditions. 1.40. Supplier —A manufacturer. fabricator, supplier, dis- tributor, materialman or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materi- als or equipment to be incorporated in the Work by CON- TRACTOR or any Subcontractor. 1.41. Underground Facilities—All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communica- tions, cable television, sewage and drainage removal, traffic or other control systems or water. 1.42. Unit Price Work —Work to be paid for on the basis of unit prices. 1 1 1 1 1 1 1 1 � 1.43. Work —The entire completed construction or the var- ious separately identifiable parts thereof required to be fur- nished under the Contmct Documents. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing docu- ments, all as required by the Contract Documents. 1.44. Work Change Directive — written directive to CON- TRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical condi- tions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.23. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Direc tive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times as provided in paragraph 10.2. 1.45. Written Amendment — written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction - related aspects of the Contract Docu- ments. ARTICLE 2— PRELIMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agree- ments to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5.1. Copies of Documents: 2.2. OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Con- ditions) of the Contract Documents as are reasonably neces- sary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. Commencement of Contract Times; Notice to Proceed: 2.3. The Contract Times will commence to run on the thirti- eth day after the Effective Date of the Agreement, or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agreement. In no event will the 15 Contract Times commence to nun later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. Starting the Work: 2.4. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run, but no Work shall be done at the site prior to the date on which the Contract Times commence to run. Before Starting Construction: 2.5. Before undertaking each part of the Work, CON- TRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRAC- TOR shall promptly report in writing to ENGINEER any conflict, error, ambiguity or discrepancy which CONTRAC- TOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Doc- uments, unless CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agree- ment (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to ENGINEER for review: 2.6.1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2.6.2. a preliminary schedule of Shop Drawing and Sam- ple submittals which will list each required submittal and the times for submitting, reviewing and processing such submit- tal; 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit appli- cable to each item of Work. 2.7. Before any Work at the site is started, CONTRACTOR and OWNER shall each deliver to the other, with copies to each additional insured identified in the Supplementary Condi- tions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which CONTRACTOR and OWNER respectively are required to purchase and maintain in accordance with para- graphs 5.4, 5.6 and 5.7. Preconstruction Conference: 2.8. Within twenty days after the Contract Times start to run, but before any Work at the site is started, a conference attended by CONTRACTOR, ENGINEER and others as ap- vropriate will be held to establish a working understanding .mong the parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and other submittals, processing Applications for Payment and maintaining required records. Initially Acceptable Schedules: 2.9. Unless otherwise provided in the Contract Docu- ments, at least ten days before submission of the first Applica- tion for Payment a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to review for acceptability to ENGINEER as provided below the sched- ules submitted in accordance with paragraph 2.6. CONTRAC- TOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to ENGINEER as- provided below. The progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times, but such acceptance will neither impose on ENGI- NEER responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR'S full responsibility therefor. CONTRACTOR'S schedule of Shop Drawing and Sample submissions will be acceptable to ENGINEER as providing a workable arrange- , ment for reviewing and processing the required submittals. CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agree- ment between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be con- structed in accordance with the Contract Documents. Any Work. materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well- known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifi- 16 cations and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to Standards and Specifications of Technical Societies; Reporting and Resolving Discrepancies: 3.3.1. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.3.2. If, during the performance of the Work, CON- TRACTOR discovers any conflict, error, ambiguity or dis- crepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard. specification, manual or code or of any instruction of any Supplier referred to in paragraph 6.5, CONTRACTOR shall report it to ENGINEER in writing at once, and, CONTRACTOR shall not proceed the Work affected thereby (except in an emergency as authorized by paragraph 6.23) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.5 or 3.6; provided, however, that CONTRACTOR shall not be liable to OWNER or ENGI- NEER for failure to report any such conflict, error, ambigu- ity or discrepancy unless CONTRACTOR knew or reason- ably should have known thereof. 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indi- cated in paragraph 3.5 or 3.6, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and: 3.3.3.1. the provisions of any such standard, speci- fication, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents); or 3.3.3.2. the provisions of any such Laws or Regu- lations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). No provision of any such standard. specification, manual, code or instruction shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR or ENGINEER, or any of their subcontractors. consultants, agents, or em- ployees from those set forth in the Contract Documents, nor shall it be effective to assign to OWNER, ENGINEER or any of ENGINEER's Consultants. agents or employees any duty or authority to supervise or direct the furnishing or n 1 1 1 1 1 i performance of the Work or any duty or authority to under- take responsibility inconsistent with the provisions of para- A graph 9.13 or any other provision of the Contract Docu- ments. 3.4. Whenever in the Contract Documents the terms "as ordered," "as directed, "as required," "as allowed," "as approved" or terms of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable," "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review or judg- ment of ENGINEER as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGI- NEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provi- sions of paragraph 9.13 or any other provision of the Contract Documents. Amending and Supplementing Contract Documents: 3.5. The Contract Documents may be amended to provide A for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.5.1. a formal Written Amendment, 3.5.2. a Change Order (pursuant to paragraph 10.4), or 3.5.3. a Work Change Directive (pursuant to paragraph 10.1). 3.6. In addition, the requirements of the Contract Docu- ments may be supplemented, and minor variations and devia- tions in the Work may be authorized, in one or more of the following ways: 3.6.1. a Field Order (pursuant to paragraph 9.5), 3.6.2. ENGINEER's approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.3. ENGINEER's written interpretation or clarifica- tion (pursuant to paragraph 9.4). Reuse of Documents: 3.7. CONTRACTOR, and any Subcontractor or Supplier or other person or organization performing or furnishing any of .he Work under a direct or indirect contract with OWNER (i) shall not have or acquire any title to or ownership rights in any 17 of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, and (ii) shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaption by ENGINEER. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Upon reasonable written request, OWNER shall furnish CON- TRACTOR with a correct statement of record legal title and legal description of the lands upon which the Work is to be performed and OWNER's interest therein as necessary for giving notice of or filing a mechanic's lien against such lands in accordance with applicable Laws and Regulations. OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided in the Contract Docu- ments. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights -of -way or easements, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2. Subsurface and Physical Conditions: 4.2.1. Reports and Drawings• Reference is made to the Supplementary Conditions for identification of: 4.2.1.1. Subsurface Conditions: Those reports of explo- rations and tests of subsurface conditions at or contiguous to the sue that have been utilized by ENGINEER in preparing the Contract Documents; and 4.2.1.2. PliysicalConditions:Those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in prepar- ing the Contract Documents. 4.2.2. Limited Reliance by CONTRACTOR Authorized; Technical Data: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supple- mentary Conditions. Except for such reliance on such "tech- nical data," CONTRACTOR may not rely upon or make any claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, se- quences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs inci- dent thereto, or 4.2.2.2. other data, interpretations, opinions and infor- mation contained in such reports or shown or indicated in such drawings, or 4.2.2.3. any CONTRACTOR interpretation of or conclu- sion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3. Notice of Differing Subsurface or Physical Condi- tions: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed either: 4.2.3.1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is materially inaccurate, or 4.2.3.2. is of such a nature as to require a change in the Contract Documents, or 4.2.3.3. differs materially from that shown or indicated in the Contract Documents, or 4.2.3.4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recog- nized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted by paragraph 6.23), notify OWNER and ENGINEER in writing about such condition. CONTRAC- TOR shall not further disturb such conditions or perform any Work in connection therewith (except as aforesaid) until re- ceipt of written order to do so. 4.2.4. ENGINEER's Review: ENGINEER will promptly review the pertinent conditions, determine the necessity of OWNER's obtaining additional exploration or tests with re- spect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. 18 4.2.5. Possible Contract Documents Change: If ENGI- NEER concludes that a change in the Contract Documents is required as a result of a condition that meets one or more of the categories in paragraph 4.2.3., a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document the consequences of such change. 4.2.6. Possible Price and Times Adjustments: An equitable adjustment in the Contract Price or in the Contract Times, or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes an increase or de- crease in CONTRACTOR's cost of, or time required for performance of, the Work; subject, however, to the following: 4.2.6.1. such condition must meet any one or more of the categories described in paragraphs 4.2.3.1 through 4.2.3.4, inclusive; 4.2.6.2. a change in the ContractDocuments pursuant to paragraph 4.2.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment; 4.2.6.3. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 and 11.9; and 4.2.6.4. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Times if; 4.2.6.4.1. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a bid or becoming bound under a negotiated contract; or 4.2.6.4.2. the existence of such condition could rea- sonably have been discovered or revealed as a result of any examination, Investigation, exploration, test or study of the site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or 4.2.6.4.3. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.2.3. If OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times, a claim may be made therefor as provided in Articles I I and 12. However, OWNER, ENGINEER and ENGINEER's Consult- ants shall not be liable to CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.3. Physical Conditions— Underground Facilities: 4.3.1. Shown or Indicated: The Information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data fumished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and ENGINEER shall not be respon- sible for the accuracy or completeness of any such informa- tion or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full respon- sibility for (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Documents, (iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work. 4.3.2. Not Shown or Indicated: If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CON- TRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or per- forming any Work in connection therewith (except in an emergency as required by paragraph 6.23), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence of the Underground Facility. If ENGINEER con- cludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document such conse- quences. During such time, CONTRACTOR shall be respon- sible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be al- lowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents arid that CON- TRACTOR did not know of and could not reasonably have been expected to be aware of or to have anticipated. If OWNER and CONTRACTOR are unable to agree on entitle- ment to or the amount or length of any such adjustment in Contract Price or Contract Times, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. However, OWNER, ENGINEER and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages incurred or sustained by CONTRACTOR on or in connection with any other project or anticipated project. Reference Points: 4.4. OWNER shall provide engineering surveys to estab- lish reference points for construction which in ENGINEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and shall make no changes or relocations 19 without the prior written approval of OWNER. CONTRAC- TOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations. and shall be respon- sible for the accurate replacement or relocation of such refer- ence points by professionally qualified personnel. 4.5. Asbestos, PCBs, Petroleum, Hazardous Waste or Radio- active Material: 4.5.1. OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppli- ers or anyone else for whom CONTRACTOR is responsible. 4.5.2. CONTRACTOR shall immediately: (i) stop all Work in connection with such hazardous condition and in any area affected thereby (except in an emergency as re- quired by paragraph 6.23), and (ii) notify OWNER and ENGINEER (and thereafter confirm such notice in writing). OWNER shall promptly consult with ENGINEER concern- ing the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment. if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CON- TRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. 4.5.3. If after receipt of such special written notice CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then OWNER may order such portion of the Work that is in connection with such hazardous condition or in such af- fected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment. if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in accordance with Article 7. 4.5.4. To the fullest extent permitted by Laws and Reg- ulations, OWNER shall indemnify and hold harmless CON- TRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents, other consultants and subcontractors of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from such hazardous condition, provided that: (i) any such claim, cost, loss or damage is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) nothing in this subparagraph 4.5.4 shall obligate OWNER to indemnify any person or entity from and against the consequences of that person's or entity's own negli- gence. 4.5.5. The provisions of paragraphs 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. ARTICLE 5—BONDS AND INSURANCE Performance, Payment and Other Bonds: 5.1. CONTRACTOR shall furnish Performance and Payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR'S obligations under the F•'•r_ Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also fur- nish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff, Financial Management Service, Surety Bond Branch, U.S. Treasury Department. (Phone 202- 874 - 6850). All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. 5.2. If the surety on any Bond furnished by CONTRAC- TOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within ten days thereafter substitute another Bond and surety, both of which must be acceptable to OWNER. 5.3. Licensed Sureties and Insurers; Certificates of Insurance: 5.3.1. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance 20 companies that are duly licensed or authorized in the juris- diction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be pro- vided in the Supplementary Conditions. 5.3.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supple- mentary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4. OWNER shall deliver to CONTRACTOR, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by CONTRACTOR or any other addi- tional insured) which OWNER is required to purchase and maintain in accordance with paragraphs 5.6 and 5.7 hereof. CONTRACTOR's Liability Insurance: 5.4. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropnate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR's other obligations under the Con- tract Documents, whether it is to be performed or furnished by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.4.1. claims under workers' compensation, disability benefits and other similar employee benefit acts; 5.4.2. claims for damages because of bodily injury, oc- cupational sickness or disease, or death of CONTRAC- TOR'S employees; - 5.4.3. claims for damages because of bodily injury, sick- ness or disease, or death of any person other than CON - TRACTOR's employees; 5.4.4. claims for damages insured by customary personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5.4.5. claims for damages, other than to the Work itself. because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 5.4.6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The policies of insurance so required by this paragraph 5.4 to be purchased and maintained shall: 5.4.7. with respect to insurance required by paragraphs 5.4.3 through 5.4.6 inclusive, include as additional insureds (subject to any customary exclusion in respect of profes- sional liability) OWNER, ENGINEER, ENGINEER's Con- sultants and any other persons or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers and employees of all such additional insureds; 5.4.8. include the specific coverages and be written for not less than the limits of liability provided in the Supple- mentary Conditions or required by Laws or Regulations, whichever is greater; 5.4.9. include completed operations insurance; 5.4.10. include contractual liability insurance covering CONTRALIUR's indemnity obligations under paragraphs 6.12, 6.16 and 6.31 through 6.33; 5.4.11. contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplemen- tary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CONTRACTOR pursuant to paragraph 5.3.2 will so pro- vide); 5.4.12. remain in effect at least until final payment and at all times thereafter when CONTRACTOR may be correct- ing, removing or replacing defective Work in accordance with paragraph 13.12; and 5.4.13. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall fumish OWNER and each other additional insured identified in the Supplementary Condi- tions to whom a certificate of insurance has been issued evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). OWNER's Liability Insurance: 5.5. In addition to the insurance required to be provided by CONTRACTOR under paragraph 5.4, OWNER, at OWNER's option, may purchase and maintain at OWNER's expense OWNER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: 5.6. Unless otherwise provided in the Supplementary Con- ditions, OWNER shall purchase and maintain property insur- 21 ance upon the Work at the site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: 5.6.1. include the interests of OWNER, CONTRAC- TOR, Subcontractors, ENGINEER, ENGINEER's Con- sultants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 5.6.2. be written on a Builder's Risk "all -risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework and Work in transit and shall insure against at least the following perils: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal. demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils as may be specifically required by the Supplementary Conditions; 5.6.3. include expenses incurred in the repair or replace- ment of any insured property (including but not limited to fees and charges of engineers and architects); 5.6.4. cover materials and equipment stored at the site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Applica- tion for Payment recommended by ENGINEER; and 5.6.5. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CON- TRACTOR and ENGINEER with thirty days written notice to each other additional insured to whom a certificate of insurance has been issued. 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. 5.8. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and main- tained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least thirty days' prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with paragraph 5.11. 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of Toss within such iden- tified deductible amount, will be borne by CONTRACTOR, Subcontractor or others suffering any such loss and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraphs 5.6 or 5.7, OWNER shall, if possi- ble, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. 5.11. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR intend that all policies purchased in accordance with paragraphs 5.6 and 5.7 will protect OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and all other per- sons or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds in such policies and will provide primary coverage for all losses and damages caused by the perils covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder. OWNER and CONTRACTOR waive all rights against each other and their respective officers, directors, employees and agents for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, ENGINEER, ENGINEER's Consultants and all other persons or entities identified in the Supplemen- tary Conditions to be listed as insureds or additional insureds under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. In addition, OWNER waives all rights against CONTRACTOR, Subcontractors, ENGINEER, ENGI- NEER's Consultants and the officers, directors, employees and agents of any of them, for: 5.11.2.1. loss due to business interruption, loss of use or other consequential loss extending beyond direct phys- ical loss or damage to OWNER's property or the Work caused by, arising out of or resulting from fire or other peril, whether or not insured by OWNER; and 22 5.11.2.2. loss or damage to the completed Project or part thereof caused by, arising out of or resulting from fire or other insured peril covered by any property insurance maintained on the completed Project or part thereof by OWNER during partial utilization pursuant to paragraph 14.10, after substantial completion pursuant to paragraph 14.8 or after final payment pursuant to paragraph 14.13. Any insurance policy maintained by OWNER covering any loss, damage or consequential loss referred to in this paragraph 5.11.2 shall contain provisions to the effect that in the event of payment of any such loss, damage or consequential loss the insurers will have no rights of recovery against any of CON- TRACTOR, Subcontractors, ENGINEER, ENGINEER's Con- sultants and the officers, directors, employees and agents of any of them. Receipt and Application of Insurance Proceeds 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests may appear, subject to the require- ments of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received, and shall distribute it in accordance with such agree- ment as the parties in interest may reach. If no other special agreement is reached the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 5.13. OWNER as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, OWNER as fiduciary shall adjust and settle the loss with the insurers and. if required in writing by any party in interest, OWNER as fiduciary shall give bond for the proper performance of such duties. Acceptance of Bonds and Insurance; Option to Replace: 5.14. If either party (OWNER or CONTRACTOR) has any objection to the coverage afforded by or other provisions of the Bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non - conformance with the Contract Documents, the objecting party shall so notify the other party in writing within ten days after receipt of the certificates (or other evidence requested) required by paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the Bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent Bonds or insurance to protect such other party's interests at the expense of the party who was 1 1' 1 1 1 1 I I 1 required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. Partial U6limtion Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insur- ance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6— CONTRALIUR'S RESPONSIBILITIES Supervision and Superintendence: 6.1. CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be rt. necessary to perform the Work in accordance with the Con- tract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRA...UR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the completed Work complies accu- rately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRAC- TOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qual- ified personnel to survey, lay out and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours and 23 CONTRACTOR will not permit overtime work or the perfor- mance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to ENGINEER. 6.4. Unless otherwise specified in the General Require- ments, CONTRACTOR shall furnish and assume full respon- sibility for all materials, equipment, labor, transportation, con- struction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, tempo- rary facilities and all other facilities and incidentals necessary for the furnishing, performance. testing, start-up and comple- tion of the Work. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Docu- ments. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER. If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. Progress Schedule: 6.6. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may be adjusted from time to time as provided below: 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.9) pro- posed adjustments in the progress schedule that will not change the Contract Times (or Milestones). Such adjust- ments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.6.2. Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of paragraph 12.1. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 12. 6.7. Substitutes and "Or- Equal" Items: 6.7.1. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or- equal" item or no substitution is permitted, other items of material or equip- ment or material or equipment of other Suppliers may be accepted by ENGINEER under the following circumstances: 6.7.1.1. "Or-Equal": If in ENGINEER's sole discre- tion an item of material or equipment proposed by CON- TRACTOR is functionally equal to that named and suffi- ciently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or- equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. 6.7.1.2. Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or- equal" item under subparagraph 6.7.1.1, it will be considered a pro- posed substitute item. CONTRACTOR shall submit suffi- cient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supple- mented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Re- quests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written appli- cation to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CON - TRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indi- cated. The application will also contain an itemized esti- mate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. EN- GINEER may require CONTRACTOR to fumish addi- tional data about the proposed substitute. 6.7.1.3. CONTRACTOR's Expense: All data to be provided by CONTRACTOR in support of any proposed "or- equal" or substitute item will be at CONTRACTOR's expense. 6.7.2. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of 24 construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may fumish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CON- TRACTOR shall submit sufficient information to allow ENGI- NEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGI- NEER will be similar to that provided in subparagraph 6.7.1.2. 6.7.3. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the sole judge of acceptability. No "or- equal" or substitute will be ordered, installed or utilized without ENGINEER'S prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any "or- equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRA(.IOR pursuant to paragraphs 6.7.1.2 and 6.7.2 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submit- ted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcon- tractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indicated in paragraph 6.8.2), whether initially or as a substitute, against whom OWNER or ENGINEER may have reason- able objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. 6.8.2. If the Supplementary Conditions require the iden- tity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the princi- pal items of materials or equipment) to be submitted to OWNER in advance of the specified date prior to the Effective Date of the Agreement for acceptance by OWNER and ENGINEER, and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Condi- tions, OWNER's or ENGINEER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such Subcon- tractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall sub- mit an acceptable substitute, the Contract Price will be adjusted by the difference in the cost occasioned by such 1 1 1 1 1 . 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 N 1 substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers and other persons and organiza- tions performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CON- TRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship between OWNER or ENGINEER and any such Subcon- tractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or ENGI- NEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organi- zation except as may otherwise be required by Laws and Regulations. 6.9.2. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work undera direct or indirect contract with CONTRAC. IUR. CONTRACTOR shall require all Sub- contractors, Suppliers and such other persons and organiza- tions performing or furnishing any of the Work to communi- cate with the ENGINEER through CONTRACTOR. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CON- TRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Sub- contractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Docu- ments for the benefit of OWNER and ENGINEER. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on the property insurance provided in paragraph 5.6 or 5.7, the agreement between the CONTRACTOR and the Subcontractor or Supplier will con- tain provisions whereby the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, ENGINEER, ENGINEER's Consultants and all other additional insureds for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, CONTRACTOR will obtain the same. Parent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royal- ties and assume all costs incident to the use in the performance 25 of the Work or the incorporation in the Work of any invention. design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harm- less OWNER, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorpora- tion in the Work of any invention, design, process, product or device not specified in the Contract Documents. Permits: 6.13. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all con- struction permits and licenses. OWNER shall assist CON- TRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CON- TRACTOR shall pay all charges of utility owners for connec- tions to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CON - TRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting therefrom; however, it shall not be CONTRACTOR's pri- mary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRAC- TOR's obligations under paragraph 3.3.2. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. Use of Premises: 6.16. CONTRACTOR shall confine construction equip- ment, the storage of materials and equipment and the opera- tions of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any dam- age to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitra- tion or other dispute resolution proceeding or at law. CON- TRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless OWNER, ENGI- NEER, ENGINEER's Consultant and anyone directly or indirectly employed by any of tbem from and against all claims, costs, losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. 6.17. Durlhg the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the pre- mises as well as all tools, appliances, construction equipment and machinery and surplus materials. CONTRACTOR shall leave the site clean and ready for occupancy by OWNER at Substantial Completion of the Work. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Record Documents: 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings. Specifications, Addenda, Written Amendments, Change Orders, Work Change Direc- tives, Field Orders and written interpretations and clarifica- tions (issued pursuant to paragraph 9.4) in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of 26 the Work, these record documents, Samples and Shop Draw- ings will be delivered to ENGINEER for OWNER. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and pro- grams in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all persons on the Work site or who may be affected by the Work; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not desig- nated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify own- ers of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or fumish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Consultant or anyone employed by any of them or anyone for whose acts any of them may be liable, and not attributable, directly or indi- rectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier or other per- son or organization directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with para- graph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Comple- tion). Safety Representative: 6.21. CONTRACTOR shall designate a qualified and expe- rienced safety representative at the site whose duties and 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 r 1 1 responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and pro- grams. Hazard Communication Programs: 6.22. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the site in accor- dance with Laws or Regulations. Emergencies: 6.23. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or au- thorization from OWNER or ENGINEER, is obligated to act to prevent threatened damage, injury or loss. CON- TRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If ENGINEER determines that a change in- the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action. 6.24. Shop Drawings and Samples: 6.24.1. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9). All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quanti- ties, dimensions, specified performance and design criteria, materials and similar data to show ENGINEER the materi- als and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.26. 6.24.2. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with said accepted schedule of Shop Drawings and Sample sub- mittals. Each Sample will be identified clearly as to material, Supplier, pertinerit data such as catalog numbers and the use for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for the limited purposes required by paragraph 6.26. The num- bers of each Sample to be submitted will be as specified in the Specifications. 6.25. Submittal Procedures: 6.25.1. Before submitting each Shop Drawing or Sam- ple, CONTRACTOR shall have determined and venfied: 27 6.25.1.1. all field measurements, quantities, dimen- sions, specified performance criteria, installation require- ments, materials, catalog numbers and similar information with respect thereto, 6.25.1.2. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and 6.25.1.3. all information relative to CONTRACTOR's sole responsibilities in respect of means, methods, web - niques, sequences and procedures of construction and safety precautions and programs incident thereto. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 6.25.2. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CON - TRACTOR's obligations under the Contact Documents with respect to CONTRACTOR'S review and approval of that submittal. 6.25.3. At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of such vari- ations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review and approval of each such variation. 6.26. ENGINEER will review and approve Shop Drawings and Samples in accordance with the schedule of Shop Draw- ings and Sample submittals accepted by ENGINEER as re- quired by paragraph 2.9. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER's review and approval will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means, method, technique, se- quence or procedure of construction is specifically and ex- pressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall retum the required number of corrected copies of Shop Draw- ings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. 6.27. ENGINEER's review and approval of Shop Draw- ings or Samples shall not relieve CONTRACTOR from respon- sibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called EN- GINEER's attention to each such variation at the time of submission as required by paragraph 6.25.3 and ENGINEER has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.25.1. 6.28. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submissions accepted by ENGINEER as required by paragraph 2.9, any related Work performed prior to ENGI- NEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work: 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pend- ing resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as OWNER and CONTRAC- TOR may otherwise agree in writing. 6.30. CONTRACTOR's General Warranty and Guarantee: 6.30.1. CONTRACTOR warrants and guarantees to OWNER, ENGINEER and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 6.30.1.1. abuse, modification or improper maintenance or operation by persons other than CONTRACTOR, Sub- contractors or Suppliers: or 6.30.1.2. normal wear and tear under normal usage. 6.30.2. CONTRACTOR's obligation to perform and com- plete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of CONTRACTOR's obli- gation to perform the Work in accordance with the Contract Documents: 6.30.2.1. observations by ENGINEER; 6.30.2.2. recommendation of any progress or final payment by ENGINEER; 6.30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRAC- TOR under the Contract Documents; 6.30.2.4. use or occupancy of the Work or any part thereof by OWNER; 28 6.30.2.5. any acceptance by OWNER or any failure to do so; 6.30.2.6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of accept- ability by ENGINEER pursuant to paragraph 14.13; 6.30.2.7. any inspection, test or approval by others; or 6.30.2.8. any correction of defective Work by OWNER. Indemnification: 6.31. To the fullest extent permitted by Laws and Regula- tions, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other profehsionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regard- less of the negligence of any such person or entity. 6.32. In any and all claims against OWNER or ENGI- NEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. 6.33. The indemnification obligations of CONTRACTOR under paragraph 6.31 shall not extend to the liability of ENGI- NEER and ENGINEER's Consultants, officers, directors, employees or agents caused by the professional negligence, errors or omissions of any of them. Survival of Obligations: 6.34. All representations. indemnifications, warranties and guarantees made in, required by or given in accordance with 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, or let other direct contracts therefor which shall contain General Condi- tions similar to these, or have other work performed by utility owners. If the fact that such other work is to be performed was not noted in the Contract Documents, then: (i) written notice thereof will be given to CONTRACTOR prior to starting any such other work, and (ii) CONTRAC- TOR may make a claim therefor as provided in Articles 11 and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or re- quires additional time and the parties are unable to agree as to the amount or extent thereof. 1 1 7.2. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the addi- ' tional work with OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all 1 1 1 1 1 0. 1 the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final pay- ment, completion and acceptance of the Work and termination or completion of the Agreement. ARTICLE 7— OTHER WORK 11 Related Work at Site: cutting, fitting and patching of the Work that may be required to make its sever parts come together properly and inte- grate with such other work. CONTRACTOR shall not en- danger any work of others by cutting, excavating or other- wise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of CON- TRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in such other work. 29 Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the following will be set forth in Supplementary Conditions: 7.4.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; 7.4.2. the specific matters to be covered by such author- ity and responsibility will be itemized: and 7.4.3. the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Condi- tions, OWNER shall have sole authority and responsibility in . respect of such coordination. ARTICLE 8— OWNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Condi- tions, OWNER shall issue all communications to CONTRAC- TOR through ENGINEER. 8.2. In case of termination of the employment of ENGI- NEER, OWNER shall appoint an engineer against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former ENGINEER. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make pay- ments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish ref- erence points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions to existing structures at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.10. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNER's responsibility in respect of certain Inspec- tions, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CON- TRACTOR under certain circumstances. 8.9. The OWNER shall not supervise, direct or have control or authority over, nor be responsible for, CONTRAC- TOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or perfor- mance of the Work. OWNER will not be responsible for CONTRACTOR's failure to perform or fumish the Work in accordance with the Contract Documents. 8.10. OWNER'S responsibility in respect of undisclosed Asbestos, PCBs, Petroleum. Hazardous Waste or Radioactive Materials uncovered or revealed at the site is set forth in paragraph 4.5. 8.11. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidence that financial arrange- ments have been made to satisfy OWNER's obligations under the Contract Documents, OWNER's responsibility in respect thereof will be as set forth in the Supplementary Conditions. ARTICLE 9— ENGINEER'S STATUS DURING CONSTRUCTION OWNER's Representative: 9.1. ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's repre- sentative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER. Visits to Site: 9.2. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction as ENGI- NEER deems necessary in order to observe as an expenenced and qualified design professional the progress that has been made and the quality of the various aspects of CONTRAC- TOR's executed Work. Based on information obtained during such visits and observations. ENGINEER will endeavor for the benefit of OWNER to determine, in general, if the Work is proceeding in accordance with the Contract Documents. EN- GINEER will not be required to make exhaustive or continu- ous on -site inspections to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and on -site observations, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defective Work. EN- GINEER's visits and on -site observations are subject to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation, during or as a result of ENGINEER's on -site visits or 30 observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control or have authority over or be respon- sible for CONTRACTOR's means, methods, techniques, se- . quences or procedures of construction, or the safety precau- tions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations appli- cable to the furnishing or performance of the Work. Project Representative: 9.3. If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGI- NEER in providing more continuous observation of the Work. The responsibilities and authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraph 9.13 and in the Supplementary Conditions. If OWNER designates another representative or agent to represent OWNER at the site who is not ENGI- NEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations: 9.4. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the require- ments of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably inferable from Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRAC- TOR. If OWNER or CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree to the amount or extent thereof, if any, OWNER or CONTRACTOR may make a wntten claim therefor as pro- vided in Article I I or Article 12. Authorized Variations in Work: 9.5. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If OWNER or CONTRACTOR believes that a Field Order justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree as to the amount or extent thereof, OWNER or CONTRACTOR may make a written claim therefor as provided in Article 11 or 12. Rejecting Defective Work: 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or 1 1 1 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRAC- TOR. ENGINEER will review with CONTRACTOR the EN- GINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). ENGINEER's written decision thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of intention to appeal from ENGINEER's decision and: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in Exhibit GC -A, "Dispute Resolution Agreement," entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to ENGINEER's decision, unless otherwise agreed in writing by OWNER and CONTRACTOR. Such appeal will not be subject to the procedures of paragraph 9.11. 1 1' 1 1 1 that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integnty of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspec- tion or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with ENGINEER's authority as to Shop Drawings and Samples. see paragraphs 6.24 through 6.28 inclusive. 9.8. In connection with ENGINEER's authority as to Change Orders, see Articles 10, I I, and 12. 9.9. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. Determinations for Unit Prices: Decisions on Disputes: 9.11. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and Claims under Articles 11 and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to • ENGINEER in writing with a request for a formal decision in �' accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant 31 to ENGINEER and the other party to the Agreement piomptly (but in no event later than thirty days) after the start of the occurrence or event giving rise thereto. and written supporting data will be submitted to ENGINEER and the other party within sixty days after the start of such occurrence or event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any response to ENGINEER and the claimant within thirty days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing party's submittal, if any. in accordance with this paragraph. ENGINEER's written decision on such claim. dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in EXHIBIT GC -A, "Dispute Reso- lution Agreement." entered into between OWNER and CON- TRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within thirty days after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such decision, unless otherwise agreed in w riting by OWNER and CONTRACTOR. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.1 I, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 or 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.15) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter pursuant to Article 16. 9.13. Limitations on ENGINEER's Audionry and Responsibilities: 9.13.1. Neither ENGINEER's authority or responsibil- ity under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking. exercise or performance of any authority or responsibility by ENGINEER shall create, impose or give rise to any duty owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization. or to any surety for or em- ployee or agent of any of them. 9.13.2. ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRAC- TOR's means, methods, techniques, sequences or proce- dures of construction, or the safety precautions and pro- grams incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Docu- ments. 19.13.3. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or organization perform- ing or furnishing any of the Work. 9.13.4. ENGINEER's review of the final Application for Payment and accompanying documentation and all mainte- nance and operating instructions, schedules, guarantees, bonds and certificates of inspection, tests and approvals and Other documentation required to be delivered by paragraph 14.12 will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Doc- uments. 9.13.5. The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to ENGI- NEER's Consultants, Resident Project Representative and assistants. ARTICLE 10— CHANGES IN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRAC- TOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically pro- vided). 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article 11 or Article 12. 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.5 and 3.6 except in the case of an emergency as provided in paragraph 6.23 or in the case of .tncovering Work as provided in paragraph 13.9. 32 10.4. OWNER and CONTRACTOR shall execute appro- priate Change Orders recommended by ENGINEER (or Writ- ten Amendments) covering: 10.4.1. changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10.1, (ii) required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work under paragraph 13.14, or (iii) agreed to by the parties; 10.4.2. changes in the Contract Price or Contract Times which are agreed to by the parties: and 10.4.3. changes in the Contract Price or Contract Times which embody the substance of any written decision ren- dered by ENGINEER pursuant to paragraph 9.11; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents, and applicable Laws and Regulations, but during any such appeal, CON- TRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (includ- ing, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's respon- sibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 11—CHANGE OF CONTRACT PRICE 1I.I. The Contract Price constitutes the 'total compensa- tion (subject to authorized adjustments) payable to CON- TRACTOR for performing the Work. All duties, responsibili- ties and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an adjust- ment in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the adjustment claimed covers all know n amounts to which the claimant is entitled as a result of said occurrence or event. All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will 1 1 1 #, 1 I 1 1 1 1 1 1 1 1 1. 1 1 1 1 1 1 1 1 1 ' 1 1 1 be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of paragraphs 11.9.1 through 11.9.3, inclusive); 11.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 11.6.2); 11.3.3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.6). Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without lim- itation superintendents, foremen and other personnel em- ployed full- time at the site. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, work- ers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CON- TRACTOR with which to make payments, in which case the 33 cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materi- als and equipment shall accrue to OWNER, and CON- TRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Sub- contractors for Work performed or fumished by Subcontrac- tors. If required by OWNER, CONTRACTOR shall obtain competitive bids from subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of ENGINEER, which bids, if any, will be accepted. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in paragraphs 11.4, 11.5, 11.6 and 11.7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, survey- ors, attorneys and accountants) employed for services spe- cifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's em- ployees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and mainte- nance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are con- sumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agree- ments approved by OWNER with the advice of ENGI- NEER, and the costs of transportation, loading, unload- ing, installation, dismantling and removal thereof —all in accordance with the terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negli- gence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.9), provided they have re- sulted from causes other than the negligence of CON- TRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settle- ments made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. If, however, any such loss or damage requires reconstruction and CONTRAC- TOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facili- ties at the site. 11.4.5.8. Minor expenses such as telegrams, long dis- tance telephone calls. telephone service at the site, ex- pressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. • 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CON - TRACTOR's officers. executives, principals (of partnership and sole proprietorships), general managers, engineers, ar- chitects, estimators, attorneys, auditors, accountants, pur- chasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4 —all of which are to be consid- ered administrative costs covered by the CONTRACTOR's fee. 11.5.2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delin- quent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). 34 1 1.5.5. Costs due to the negligence of CONTRAC- TOR, any Subcontractor, or anyone directly or indi- rectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. 11.6. The CONTRACTOR's fee allowed to CONTRAC- TOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee; or 11.6.2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, the CONTRACTOR's fee shall be fifteen percent; 11.6.2.2. for costs incurred under paragraph 11.4.3, the CONTRACTOR's fee shall be five percent; 11.6.2.3. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work. at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 11.4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; 11.6.2.4. no fee shall be payable on the basis of costs itemized under paragraphs 1 14.4. 11.4.5 and 11.5; 11.6.2.5. the amount of credit to be allowed by CON- TRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and 11.6.2.6. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.5, inclusive. 11.7. Whenever the cost of any Work is to be determined pursuant to paragraphs 11.4 and 11.5, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to ENGINEER an itemized cost breakdown to- gether with supporting data. 1 1 1 1 1 1 1 1 - I , I 1 Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be fur- nished and performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 11.8.1. the allowances include the cost to CONTRAC- TOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and han- dling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRAC IUR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.9. U nil Prue Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifica- tions of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each sepa- rately identified item. 11.9.3. OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article I1 if: 11.9.3.1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs matenally and sig- nificantly from the estimated quantity of such item indi- cated in the Agreement; and 11.9.3.2. there is no corresponding adjustment with respect to any other item of Work; and 11.9.3.3. if CONTRACTOR believes that CONTRAC- TOR is entitled to an increase in Contract Price as a result 35 of having incurred additional expense or OWNER be- lieves that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12— CHANGE OF CONTRACT TIMES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times (or Milestones) shall be determined by ENGI- NEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. All time limits stated in the Contract Documents are of the essence of the Agreement. 12.3. Where CONTRACTOR is prevented from complet- ing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRAC- TOR, the Contract Times (or Milestones) will be extended in an amount equal to the time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather condi- tions or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.4. Where CONTRACTOR is prevented from complet- ing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall OWNER be liable to CONTRAC- TOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control of CONTRACTOR, or (ii) delays beyond the control of both parties including but not limited to fires, floods, epidemics, abnormal weather condi- tions, acts of God or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. ARTICLE 13 —TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1. Notice of Defects: Prompt notice of all defective Work of which OWNER or ENGINEER have actual knowl- edge will be given to CONTRACTOR. All defective Work may be rejected, corrected or accepted as provided in this Article 13. Access to Work: 13.2. OWNER, ENGINEER, ENGINEER's Consultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdic- tional interests will have access to the Work at reasonable times for their observation, inspecting and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. Tests and Inspections: 13.3. CONTRACTOR shall give ENGINEER timely no- tice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.4. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 13.4.1. for inspections. tests or approvals covered by paragraph 13.5 below; 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 below shall be paid as provided in said paragraph 13.9; and 13.4.3. as otherwise specifically provided in the Con- . tract Documents. 13.5. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other repre- sentative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals. pay all costs in connection therewith, and furnish ENGINEER the required certificates of inspection, or 36 approval. CONTRACTOR shall also be responsible for an ing and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for OWNER's and ENGINEER's acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. 13.6. If any Work (or the work of others) that is to be inspected, tested or approved is covered by CONTRACTOR without written concurrence of ENGINEER, it must, if re- quested by ENGINEER, be uncovered for observation. 13.7. Uncovering Work as provided in paragraph 13.6 shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's inten- tion to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. Uncovering Work: 13.8. If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER, be uncovered for ENGINEER's observation and replaced at CONTRACTOR's expense. 13.9. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others, CONTRACTOR. at ENGINEER's re- quest, shall uncover, expose or otherwise make available for observation, inspection or testing as ENGINEER may require, that portion of the Work in question. furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, ob- servation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as pro- vided in Articles 11 and 12. OWNER May Stop the Work: 13.10. If the Work is defective. or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equip- ment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any surety or other party. Correction or Removal of Defective Work: 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. Correction Period: 13.12.1. If within one year after the date of Substantial Completion or such longer period of time as may be pre- scribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Doc- uments or by any specific provision of the Contract Docu- ments, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such defec- tive Work, or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such re- moval and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. 13.12.2. In special circumstances where a particular item of equipment is placed in continuous service before Substan- tial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 13.12.3. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph 13.12, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or re- moval and replacement has been satisfactorily completed. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGI- NEER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall 37 pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommenda- tion, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.11, or if CON- TRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall pro- ceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construe- don equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other con- tractors and ENGINEER and ENGINEER's Consultants ac- cess to the site to enable OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replace- ment of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ARTICLE I4— PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units com- pleted. Application for Progress Payment: 14.2. At least twenty days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equip- ment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. ENGINEER will, within ten days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indi- cating in writing ENGINEER's reasons for refusing to recom- mend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten days after presentation of the Application for Payment to OWNER with ENGINEER's recommendation, the amount recommended will (subject to the provisions of the last sen- tence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. 14.5. ENGINEER's recommendation of any payment re- quested in an Application for Payment will constitute a repre- sentation by ENGINEER to OWNER, based on ENGINEER'S on -site observations of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, infor- mation and belief: 38 14.5.1. the Work has progressed to the point indicated, 14.5.2. the quality of the Work is generally in accor- dance with the Contract Documents (subject to an evalu- ation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other quali- fications stated in the recommendation), and 14.5.3. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled in so far as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ii) that there may not be other matters or issues between the parties that might entitle CONTRAC- TOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 14.6. ENGINEER's recommendation of any payment, in- cluding final payment, shall not mean that ENGINEER is responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precau- tions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations appli- cable to the furnishing or performance of Work, or for any failure of CONTRACTOR to perform or furnish Work in accordance with the Contract Documents. 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to OWNER referred to in paragraph 14.5. ENGINEER may also refuse to recom- mend any such payment, or, because of subsequently discov- ered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement, 14.7.2. the Contract Price has been reduced by Writ- ten Amendment or Change Order, 14.7.3. OWNER has been required to correct defec- tive Work or complete Work in accordance with paragraph 13.14, or 14.7.4. ENGINEER has actual knowledge of the oc- currence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: 143.5. claims have been made against OWNER on account of CONTRACTORs performance or furnishing of the Work, ■ 1 1 1, 1 1. 14.7.6. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 14.7.7. there are other items entitling OWNER to a set -off against the amount recommended, or 14.7.8. OWNER has actual knowledge of the occur- rence of any of the events enumerated in paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1 through 15.2.4 inclusive; but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWN - ER's satisfaction the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRAC- TOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work sub- stantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Com- pletion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGINEER will within fourteen days after submission of the tentative certificate to OWRER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNER's objections, EN- GINEER considers the Work substantially complete, ENGI- NEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Sub- stantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pend- ing final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utili- ties, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform 39 ENGINEER in writing prior to ENGINEER's issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.9. OWNER shall have the right to exclude CONTRAC- TOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10. Use by OWNER at OWNER's option of any sub- stantially completed part of the Work which: (i) has specifically been identified in the Contract Documents, or (ii) OWNER, ENGINEER and CONTRACTOR agree constitutes a sepa- rately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant inter- ference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Com- pletion of all the Work subject to the following: 14.10.1. OWNER at any time may request CON- TRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CON- TRACTOR agrees that such part of the Work is substan- tially complete, CONTRACTOR will certify to OWNER and ENGINEER that such part of the Work is substan- tially complete and request ENGINEER to issue a certif- icate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGI- NEER will notify OWNER and CONTRACTOR in writ- ing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Find Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGI- NEER will make a final inspection with OWNER and CON- TRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such cor- rections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Bonds, certifi- cates or other evidence of insurance required by paragraph 5.4, certificates of inspection, marked -up record documents (as provided in paragraph 6.19) and other documents, CONTRAC- TOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.4.13, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of Liens and as approved by OWNER, CONTRAC- TOR may furnish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satis- factory to OWNER to indemnify OWNER against any Lien. Final Payment and Acceptance: 14.13. If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGI- NEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application to OWNER for pay- ment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Oth- erwise, ENGINEER will return the Application to CON- TRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after the presentation to OWNER of the Applica- tion and accompanying documentation, in appropriate form and substance and with ENGINEER's recommendation and notice of acceptability. the amount recommended by ENGI- NEER will become due and will be paid by OWNER to 40 CONTRACTOR. 14.14. If, through no fault of CONTRACTOR, final com- pletion of the Work is significantly delayed and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGI- NEER, and without terminating the Agreement, make pay- ment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.1, the written con- sent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Appli- cation for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. Waiver of Claims: 14.15. The making and acceptance of final payment will constitute: 14.15.1. a waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled Liens, from defective Work appearing after final inspection pursu- ant to paragraph 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing ob- ligations under the Contract Documents; and 14.15.2. a waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE I5— SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. At any time and without cause, OWNER may sus- pend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attnbutable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles I 1 and 12. OWNER May Terminate: 15.2. Upon the occurrence of any one or more of the following events: 15.2.1. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (in- cluding, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as adjusted from time to time pursuant to paragraph 6.6); 15.2.2. if CONTRACTOR disregards Laws or Regula- tions of any public body having jurisdiction; 15.2.3. if CONTRACTOR disregards the authority of ENGINEER; or 15.2.4. if CONTRACTOR otherwise violates in any sub- stantial way any provisions of the Contract Documents; OWNER may, after giving CONTRACTOR (and the surety, if any,) seven days' written notice and to the extent permit- ted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materi- als and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by OWNER arising out of or resulting from completing the Work such excess will be paid to CONTRACTOR. If such claims, costs, losses and dam- ages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses and damages incurred by OWNER will be reviewed by ENGI- NEER as to their reasonableness and when so approved by ENGINEER incorporated in a Change Order, provided that when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. Where CONTRACTOR's services have been so ter- minated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 15.4. Upon seven days' written notice to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Agreement. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effec- tive date of termination, including fair and reasonable sums for overhead and profit on such Work; 41 15.4.2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Docu- ments in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and 15.4.4. for reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. CONTRACTOR May Stop Work or Terminate: 15.5. If, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety days by OWNER or under an order of court or other public author- ity,' or ENGINEER fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agree- ment and recover from OWNER payment on the same terms as provided in paragraph 15.4. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within thirty days after it is submitted, or OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven day's written notice to OWNER and ENGI- NEER stop the Work until payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.5 are not intended to preclude CON- TRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRAC- TOR's stopping Work as permitted by this paragraph. ARTICLE 16— DISPUTE RESOLUTION If and to the extent that OWNER and CONTRAC IOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shall be as set forth in Exhibit GC -A, "Dispute Resolution Agreement," to be attached hereto and made a part hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs 9.10, 9.11, and 9.12, OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE I7— MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given 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 registered or certified mail. postage prepaid, to the last business address known to the giver of the notice. Computation of Times: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day. Notice of Claim: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or (The remainder of this page was left blank intentionally.] 42 act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. Cumulative Remedies: 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CON- TRACTOR by paragraphs 6.12, 6.16, 6.30, 6.31, 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available. by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. Professional Fees and Court Costs Included: 17.5. Whenever reference is made to "claims, costs, losses and damages,' it shall include in each case. but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. EXHIBIT GC -A to General Conditions of the Agreement Between OWNER and CON- TRACTOR Dated For use with EJCDC No. 1910 -8 (1990 ed.) DISPUTE RESOLUTION AGREEMENT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions to the Agreement between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 16.1. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or relat- ing to the Contract Documents or the breach thereof (except for claims which have been waived by the making or accep- tance of final payment as provided by paragraph 14.15) will be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Asso- ciation then obtaining, subject to the limitations of this Article 16. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Article 16 will be specifically enforceable under the prevailing law of any court having jurisdiction. 16.2. No demand for arbitration of any "claim, dispute or other matter that is required to be referred to ENGINEER initially for decision in accordance with paragraph 9.11 will be made until the earlier of (a) the date on which ENGINEER has rendered a written decision or (b) the thirty -first day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENGINEER has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration within said thirty days' period will result in ENGINEER's decision being final and binding upon OWNER and CONTRACTOR. If ENGINEER renders a de- cision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede the arbitration proceedings, except where the decision is accept- able to the parties concerned. No demand for arbitration of any written decision of ENGINEER rendered in accordance with paragraph 9.10 will be made later than ten days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 9.10. 16.3. Notice of the demand for arbitration will be filed in writing with the other party to the Agreement and with the [The remainder of this page was left blank intentionally.] GC -A 1 American Arbitration Association, and a copy will be sent to ENGINEER for information. The demand for arbitration will be made within the thirty -day or ten- day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limita- tions. 16.4. Except as provided in paragraph 16.5 below, no arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including ENGINEER, ENGI- NEER's Consultant and the officers, directors, agents, em- ployees or consultants of any of them) who is not a party to this contract unless: 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration, and 16.4.2. such other person or entity is substantially in- volved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consent of the other person or entity sought to be included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5. Notwithstanding paragraph 16.4 if a claim, dispute or other matter in question between OWNER and CONTRAC- TOR involves the Work of a Subcontractor, either OWNER or CONTRACTOR may join such Subcontractor as a party to the arbitration between OWNER and CONTRACTOR hereunder.. CONTRACTOR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between OWNER and CONTRACTOR involving the Work of such Subcontrac- tor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against OWNER, ENGINEER or ENGINEER's Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having jurisdic- tion thereof, and it will not be subject to modification or appeal. 16.7. OWNER and CONTRACTOR agree that they shall first submit any and all unsettled claims, counterclaims, dis- putes and other matters in question between them arising out of or relating to the Contract Documents or the breach thereof ( "disputes "), to mediation by The American Arbitration As- sociation under the Construction Industry Mediation Rules of the American Arbitration Association prior to either of them initiating against the other a demand for arbitration pursuant to paragraphs 16.1 through 16.6, unless delay in initiating arbitra- [The remainder of this page was left blank intentionally.] GC -A2 tion would irrevocably prejudice one of the parties. The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.2 and 16.3 _ above shall be suspended with respect to a dispute submitted to mediation within those same applicable time limits and shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements Article Number A2198800 800 Title SECTION 00800 SUPPLEMENTARY CONDITIONS TABLE OF CONTENTS PART I — AMENDMENTS TO GENERAL CONDITIONS 1 DEFINITIONS 2 PRELIMINARY MATTERS 3 CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE 4 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 5 BONDS AND INSURANCE 6 CONTRACTORS RESPONSIBILITIES 7 OTHER WORK 8 OWNER'S RESPONSIBILITIES 9 ENGINEERS STATUS DURING CONSTRUCTION 11 CHANGE OF CONTRACT PRICE 13 TESTS AND INSPECTION; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 14 PAYMENTS TO CONTRACTOR AND COMPLETION 15 SUSPENSION OF WORK AND TERMINATION 16 DISPUTE RESOLUTION 17 MISCELLANEOUS PART II — FEDERAL AND STATE GOVERNMENT PROVISIONS 1.0 FEDERAL GOVERNMENT PROVISIONS 2.0 STATE OF TEXAS PROVISIONS 00800 -1 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements SUPPLEMENTARY CONDITIONS PART I — AMENDMENTS TO GENERAL CONDITIONS These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (EJCDC Document No. 1910 -8, 1990 edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. ARTICLE 1. DEFINITIONS SC -1.10. Insert the following language at the beginning of paragraph 1.10. The Invitation To Bid, Instructions to Bidders. SC -1.36. Delete paragraph 136 in its entirety and replace with the following: 1.36 Specifications - Sections included under Division 1 through Division 15 of the Project Manual. SC -138. Insert the following at the beginning of the definition. Substantial completion shall mean either that the Work required by the Contract has been completed except for work having a Contract Price of less than one per cent of the then adjusted total contract price, or SC -1.45 Add the following new definitions after paragraph 1.45 of the General Conditions: 1.46 Conditions of the Contract - The combined General Conditions and Supplementary Conditions. 1.47 Project Manual - The Invitation to Bid, Instructions to Bidders, Bid Folm, Agreement, Bonds, General Conditions, Supplementary Conditions, Special Conditions, Specifications, and Appendices. ARTICLE 2. PRELIMINARY MATTERS SC -2.2. Delete "ten" in the first line and replace with "six ". A2198800 800 00800 -2 09t21/93 8077-112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements SC -2.3. Delete paragraph 2.3. of the General Conditions in its entirety and insert the following in its place: 2.3. The Contract Time will commence to run as indicated in the Notice to Proceed. SC -2.7. Delete paragraph 2.7. of the General Conditions in its entirety and insert the following in its place: 2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with copies to ENGINEER and each additional insured identified in Article 5 of the Supplementary Conditions, certificates of insurance (and other evidence requested by OWNER) which CONTRACTOR is required to purchase and maintain in accordance with the requirements of Article 5. ARTICLE 3. CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE SC -3.1. Add a new paragraph immediately after Paragraph 3.1. of the General Conditions which is to read as follows: 3.1.1. Each and every provision of law and clause required by law to be inserted in these Contract Documents shall be deemed to be inserted herein, and they shall be read and enforced as though it were included herein, and if through mistake or otherwise, any such provision is not inserted, or if not correctly inserted, then upon the application of either party, the Contract Documents shall forthwith be physically amended to make such insertion. ARTICLE 4. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS SC -4.4. Add a new paragraph immediately after paragraph 4.4. of the General Conditions which is to read as follows: 4.4.1 ENGINEER may check the lines, elevations, reference marks, batter boatels, etc., set by CONTRACTOR, and CONTRACTOR shall correct any errors disclosed by such check. Such a check shall not be considered as approval of CONTRACTOR'S work and shall not relieve CONTRACTOR of the responsibility for accurate construction of the entire Work. CONTRACTOR shall famish personnel to assist ENGINEER in checking lines and grades. SC -4.5. Delete paragraph 4.5.4 in its entirety. A2198500800 00800 -3 09/21/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements ARTICLE 5. BONDS AND INSURANCE Additional insurance requirements for this project are presented in Section 00840. SC -5.1. Delete the following language from paragraph 5.1: "and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff, Financial Management Service, Surety Bond Brunch, U.S. Treasury Department. (Phone 202- 874 - 6850).' As so amended, paragraph 5.1 remains in effect. SC -5.4. The limits of liability for the insurance required by paragraph 5.4 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by law: 5.4.1 and 5.4.2 Workers' Compensation (1) Worker's Compensation (2) Employer's Liability 5.4.3, 5.4.4, and 5.4.5 Comprehensive General Liability including Premise/Operations; Explosion, Collapse and Underground Property Damage; Products/Completed Operations, Broad Fomn Contractual, Independent Contractors; Broad Form Property Damage; and Personal Injury liabilities: (1) Bodily Injury: (2) Property Damage: (3) Personal Injury, with employment exclusion deleted. 5.4.6. Comprehensive Automobile Liability including all owned (private and others), hired and non -owned vehicles: (1) Bodily Injury (2) Property Damage $1,000,000 Each Occurrence A2198500800 Statutory $1,000,000 $1,000,000 Each Occurrence $1,000,000 Annual Aggregate $1,000,000 Each Occurrence Annual Aggregate $1,000,000 Annual Aggregate $1,000,000 Each Person $1,000,000 Each Accident 008004 09/21/95 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements SC -5.4. Add a new paragraph immediately after paragraph 5.4.13 of the General Conditions which is to read as follows: 5.4.14. CONTRACTOR may purchase and maintain excess liability insurance in the umbrella font in order to satisfy the limits of liability required for the insurance to be purchased and maintained in accordance with paragraph 5.4. Evidence of such excess liability shall be delivered to OWNER in accordance with paragraph 2.7 in the form of a certificate indicating the policy numbers and limits of liability of all underlying insurance. The umbrella liability insurance shall have a combined single limit of not less than $5,000,000. SC -5.5. Delete paragraph 5.5 of the General Conditions in its entirety and insert the following in its place: 5.5. CONTRACTOR shall purchase and maintain a separate Owner's Protective Liability policy, issued to OWNER at the expense of CONTRACTOR, including OWNER and ENGINEER as named insured. This insurance shall provide coverage for not less than the following amounts: 5.5.1 Bodily Injury $1,000,000 Each Occurrence 5.5.2 Property Damage $1,000,000 Each Occurrence $1,000,000 Annual Aggregate SC -5.6. Delete paragraph 5.6 of the General Conditions in its entirety. SC -5.7. Delete paragraph 5.7 of the General Conditions in its entirety. SC -5.8. Delete paragraph 5.8 of the General Conditions in its entirety. SC -5.9. Delete paragraph 5.9 of the General Conditions in its entirety. SC -5.10. Delete paragraph 5.10 of the General Conditions in its entirety. SC -5.11. Delete paragraph 5.11 of the General Conditions in its entirety. A2198500100 00800 -5 0921/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements SC -5.12. Delete paragraph 5.12 of the General Conditions in its entirety. SC -5.13. Delete paragraph 5.13 of the General Conditions in its entirety. SC -5.14. Delete paragraph 5.14 of the General Conditions in its entirety. SC -5.15. Delete paragraph 5.15 of the General Conditions in its entirety. ARTICLE 6. CONTRACTORS RESPONSIBILITIES SC -6.1. Delete the following language from paragraph 6.1: "but CONTRACTOR shall not be responsible for the negligence of others in the design or specifications of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents." As so amended, paragraph 6.1 remains in effect. SC -6.3. Add the following new paragraphs immediately after paragraph 6.3 of the General Conditions. 6.3.1. This Agreement is subject to the applicable provisions of the Contract Work Hours and Safety Standards Act, Public Law 87 -581, 87th Congress. No Contractor or Subcontractor contracting for any part of the Work shall require or permit any laborer or mechanic to be employed on the Wolk in excess of forty hours in any work week unless such laborer or mechanic receives compensation at a rate not less than one and one -half times his/her basic rate of pay for all hours worked in excess of forty hours in such work week, as the case may be. 6.32. CONTRACTOR shall employ only competent persons to do the work and whenever OWNER shall notify CONTRACTOR, in writing, that any person on the Work appears to be incompetent, disorderly, or otherwise unsatisfactory, such person shall be removed from the Project and shall not again be employed on it except with the consent of OWNER. SC -6.4. Delete the following language from paragraph 6.4: "Unless otherwise specified in the General Requirements." As so amended, paragraph 6.4 remains in effect. A2198500.800 00800 -6 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Platt Chlorination and Filter Improvements SC -6.8. Delete Paragraphs 6.8.1 and 6.8.2 of the General Conditions in their entirety and insert the following in its place: 6.8. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization, (including those who are to fumish the principal items of materials or equipment), whether initially or as a substitute, against whom OWNER may have reasonable objection. Acceptance of any Subcontractor, other person or organization by OWNER shall not constitute a waiver of any right of OWNER to reject defective Wodc. CONTRACTOR shall not be required to employ any Subcontractor, other person or organization against whom CONTRACTOR has reasonable objection. SC - 6.9. Add a new sentence at the end of paragraph 6.9 to read as follows: 6.9.3 OWNER or ENGINEER inay fumish to any such Subcontractor, Supplier or other person or organization, to the extent practicable, infoenation about amounts paid on their behalf to CONTRACTOR in accordance with CONTRACTOR's Applications for Payment. SC -6.11. Delete the second and third sentences of paragraph 6.11. As so amended, paragraph 6.11 remains in effect. SC -6.15. Add the following language at the end of paragraph 6.15. of the General Conditions: Exemption from State Sales Tax may be obtained on construction materials. The OWNER is an organiza- tion which qualifies for exemption pursuant to the provisions of Article 20.04(F) of the Texas Limited Sales, Excise and Use Tax Act. In accordance with House Bill 11, the CONTRACTOR perfonning this Work may purchase materials, supplies, or equipment consumed in the performance of this Work by issuing to his Supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling No. 95 -0.07. Any such exemption certificate issued by the CONTRACTOR in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling No. 95 -0.09 as amended to be effective October 2, 1968. An exemption certificate may be obtained from the OWNER's Purchasing Agent. SC -6.20. Delete the following language from paragraph 6.20: "(except damage or loss attributable to the fault of Drawings or Specifications or to acts or omissions of OWNER or ENGINEER or ENGINEER's Consultant or anyone employed by any of them or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier or other person or organization directly or indirectly employed by any of them)." A2198500800 00800 -7 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plaza Chlorination and Filter Improvements + As so amended, paragraph 6.20 remains in effect. SC-631. Add three new sentences at the end of paragraph 6.31 to read as follows: If through the acts of neglect on the part of CONTRACTOR, any other Contractor or any Subcontractor shall suffer loss or damage on the Work, CONTRACTOR shall settle with such other Contractor or Subcontractor by agreement or arbitration if such other Contractor or Subcontractor will so settle. If such other Contractor or Subcontractor shall assert any claim against OWNER on account of any damage alleged to have been sustained, OWNER shall notify CONTRACTOR, who shall indemnify and save harmless OWNER against any such claims. Such indemnity shall apply where the claims, losses, damages, causes of action, suits or liability arise in whole or in part from the negligence of OWNER, OWNER'S agents or OWNER's employees. ARTICLE 7. OTHER WORK ARTICLE 8. OWNER'S RESPONSIBILITIES SC -8.2. Delete the following language from paragraph 8.2: "against whom CONTRACTOR makes no reasonable objection ". As so amended, paragraph 8.2 remains in effect. SC -8.5. Delete paragraph 85. of the General Conditions in its entirety. SC -8.11. Add a new paragraph immediately after paragraph 8.11 which is to read as follows: 8.11.1. On request of CONTRACTOR prior to the execution of any Change Order involving a significant increase in the Contract Price, OWNER shall furnish to CONTRACTOR responsible evidence that adequate financial arrangements have been made by OWNER to enable OWNER to fulfill the increased financial obligations to be undertaken by OWNER as a result of such Change Order. ARTICLE 9. ENGINEERS STATUS DURING CONSTRUCTION SC -9.3. Add a new paragraph immediately after paragraph 9.3 of the General Conditions which is to read as follows: 93.1. ENGINEER will conduct periodic visits to observe the performance of Wodc. ENGINEER will not fumish a Resident Project Representative. A2198800 800 00800 -8 0921/95 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements ARTICLE 11. CHANGE OF CONTRACT PRICE SC -11.4. Delete the second sentence in paragraph 11.4.1 of the General Conditions in its entirety and replace with the following: Such employees shall include foremen at the site. SC -11.6. In the second line of paragraph 11.6.2.2 before the semi colon add the following words "based on subcontractor's Cost of the Work "; SC -11.9. Delete paragraph 11.93 in its entirety and replace with the following: 11.9.3 The unit price of an item of Unit Price Work shall be subject to re- evaluation and adjustment under the following conditions: 11.9.3.1. if the total cost of a particular item of Unit Price Work amounts to 5 percent or more of the Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by CONTRACTOR differs by more than 15 percent from the estimated quantity of such item indicated in the Agreement; and 11.93.2. if there is no corresponding adjustment with respect to any other item of Work; and 11.9.3.3. if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof; or if OWNER believes that the quantity variation entitles OWNER to an adjustment in the unit price, either OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the effect of any such variations in the quantity of Unit Price Work performed. ARTICLE 13. TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK SC- 13.10. Add a new paragraph immediately after paragraph 13.10 of the General Conditions to read as follows: 13.10.1. If the OWNER stops Wodc under Paragraph 13.10 CONTRACTOR shall be entitled to no extension of Contract Time or increase in Contract Price. A2198500800 00800 -9 09/21795 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements ARTICLE 14. PAYMENTS TO THE CONTRACTOR AND COMPLETION SC -14.2. Add a new paragraph immediately after paragraph 142 of the General Conditions which is to read as follows: 14.2.1 The CONTRACTOR shall fumish evidence that payment received on the basis of materials and equipment not incorporated and suitably stored, has in fact been paid to the respective supplier(s) within sixty days of payment by OWNER. Failure to provide such evidence of payment may result in the withdrawal of previous approval(s) and removal of the cost of related materials and equipment from the next submitted Application for Payment. SC -143. Add two new paragraphs immediately after paragraph 14.3. of the General Conditions which are to read as follows: 14.3.1. No materials or supplies for the Work shall be purchased by CONTRACTOR or Subcontractor subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. CONTRACTOR warrants that he/she has good title to all materials and supplies used by him/her in the Worts, free from all liens, claims or encumbrances. 14.3.2. CONTRACTOR shall indemnify and save OWNER harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including commissary, incurred in the furtherance of the performance of this Contract. CONTRACTOR shall at OWNER's request, fumish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged, or waived. If CONTRACTOR fails to do so, then OWNER may, after having served written notice on the said CONTRACTOR either pay unpaid bills, of which OWNER has written notice, direct, or withhold from the CONTRACTOR's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is fumished that all liabilities have been fully discharged whereupon payment to CONTRACTOR shall be resumed, in accordance with the tenns of this Contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon OWNER to either CONTRACTOR or his/her Surety. In paying any unpaid bills of the CONTRACTOR, OWNER shall be deemed the agent of CONTRACTOR and any payment so made by OWNER, shall be considered as payment made under the Contract by OWNER to CONTRACTOR and OWNER shall not be liable to CONTRACTOR for any such payment made in good faith. SC -14.4. Add four new paragraphs immediately after paragraph 14.4. of the General Conditions which are to read as follows: 14.4.1 Should CONTRACTOR neglect to pay any undisputed claims, made in writing to OWNER within thirty days after completion of the Work, but continuing unsatisfied for a period of ninety days, OWNER may pay such claim and deduct the amount thereof from the balance due CONTRACTOR. OWNER may also, with the written consent of CONTRACTOR, use any monies retained, due, or to become due under A2198800.800 00800 -10 o9rztns 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements this Contract for the purpose of paying for both labor and materials for the Work, for which claims have not been filed. 14.4.2. Security is provided both by the Payment Bond and the power of OWNER to retain any monies for claims, but payment by one shall in no way impair or discharge the liability of the other. 14.4.3. Any and all liens for work and materials may be paid off by OWNER within a reasonable time after filing for record in accordance with State and local laws, a notice of such liens except where the claim on which the lien is filed is being litigated by CONTRACTOR, and in such case OWNER may pay the amount of any final judgment or decree or any such claim within a reasonable time after such final judgment or decree shall be rendered. 14.4.4. All monies paid by OWNER in settlement of liens as aforesaid, with the costs and expenses incurred by OWNER in connection therewith, shall be charged to CONTRACTOR, shall bear interest at the rate of three percentage points above the rediscount rate then charged by the Federal Reserve Bank, and shall be deducted from the next payment due CONTRACTOR under the tells of this Contract. SC- 14.13. Delete paragraph 14.13. of the General Conditions in its entirety and insert the following in its place: 14.13. If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation - all as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under, the Contract Documents have been fulfilled, ENGINEER will indicate in writing his/her recommendation of payment and present the Application to OWNER for payment. Thereupon ENGINEER will give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Otherwise, ENGINEER will retum the Application to CONTRACTOR, indicating in writing the masons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. If the Application and accompanying documentation are appropriate as to form and substance, OWNER shall, within sixty -five days after receipt thereof pay CONTRACTOR the amount recommended by ENGINEER. SC- 14.13.1 Add a new paragraph immediately after paragraph 14.13 of the General Conditions which is to real as follows: 14.13.1. Final payment will be reduced by the amount of excessive costs of plant inspection of pipe. Excessive costs are defined as the inspection costs incurred by OWNER for that amount of pipe which exceeds 125 percent of the aggregate length of each type installed. ARTICLE 15. SUSPENSION OF WORK AND TERMINATION SC-152. Add a new paragraph immediately after paragraph 15.2.4. of the General Conditions which is to read as follows: A2198500.800 00800 -11 0921/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvenelts 15.2.5. If CONTRACTOR abandons the Work, or sublets this Contract or any part thereof, without the previous written consent of OWNER, or if the Contract or any claim thereunder shall be assigned by CONTRACTOR otherwise than as herein specified; ARTICLE 16. DISPUTE RESOLUTION SC -16. Delete Article 16 in its entirety. SC -16.1. Exhibit GC -A has been deleted. ARTICLE 17. MISCELLANEOUS SC -17.6. Add a new paragraph immediately after paragraph 17.5. of the General Conditions which is to read as follows: 17.6. Both the address given in the Bid Fomt upon which this Agreement is founded, and CONTRACTOR's office at or near the site of the Work are hereby designated as places to either of which notices, letters, and other communications to CONTRACTOR shall be certified, mailed, or delivered. The delivering at the above named place, or depositing in a postpaid wrapper directed to the first -named place, in any post office box regularly maintained by the post office department, of any notice, letter or other communication to CONTRACTOR shall be deemed sufficient service thereof upon CONTRACTOR; and the date of said service shall be the date of such delivery or mailing. The first -named address may be changed at any time by an instnrment in writing, executed and acknowledged by CONTRACTOR, and delivered to OWNER and ENGINEER. Nothing herein contained shall be deemed to preclude or render inoperative the service of any notice, letter, or other communication upon CONTRACTOR personally. A2198000800 00800 -12 09/21!95 General Decision Number TX950041 Superseded General Decision No. TX940041 State: TEXAS Construction Type: SWR /WATER TREAT PLNT Caunty(ies): BELL HILL MILLS BOSQUE LAMPASAS NAVARRO CORYELL LEON ROBERTSON FALLS LIMESTONE WILLIAM.SON FREESTONE MCLENNAN HAMILTON MILAM WATER & SEWAGE TREATMENT PLANTS AND LIFT PUMP STATIONS Modification Number Publication Date 0 02/10/1995 TX950041 - 1 02/10/1995 COUNTY(ies): BELL HILL MILLS 'BASQUE LAMPASAS NAVARRO 'CORYELL LEON ROBERTSON FAL LIMESTONE WILLIAMSON FREESTONE MCLENNAN HAMILTON MILAN SUTX5006A 02/09/1990 Rates ' CARPENTERS 9.00 CEMENT MASONS 8.00 ELECTRICIANS 13.45 . FORM BUILDERS 6.50 FORM SETTERS 6.00 LABORERS 4.25 UTILITY LABORERS 4.72 PIPELAYERS 7.50 'POWER EQUIPMENT OPERATORS: Cranes, Clamshells, Backhoes, Derricks, Dragline, Shovels 6.97 Front End Loaders 10.00 Bulldozers 5.48 ,Scrapers 5.60 STEEL SETTERS STEEL WORKERS TRUCK DRIVERS: Tandem Axles Transit Mix 9.50 7.00 5.75 5.75 WELDERS - Receive rate prescribed for craft performing Operation to which welding'is incidental Fringes .80+8 1/2$ Requests for additional classifications and wage rates may be ,submitted to the contracting officer after award, and may be approved only if: (1) the work to be performed by the classi- fication requested is not performed by a classification in the 'Wage determination; (2) the classification is utilized in the area by the construction industry; and (3) the proposed wage TX950041 - 2 02/10/1995 rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determina- tion (for the given area and type of construction). (See 29 CFR 5.5(a) (v)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be , prevailing. END OF GENERAL DECISION TX950041 - 3 02/10/1995 THIS PAGE LEFT BLANK INTENTIONALLY 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements SECTION 01 - INFORMATION SECTION 00840 SPECIAL CONDITIONS 01 - 01 DOCUMENT CONFLICT RESOLUTION The Special Conditions as presented in this Section 00840 are the City of Round Rock standards. Any conflict between the requirements of this section and any other plan or specification require- ment shall be resolved in favor of this Section 00840. 01 - 02 ENGINEER The wont "Engineer' in these Specifications shall be understood as referring to the City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, or Camp Dresser & McKee Inc. (Engineer), or the Engineer's authorized representative to act in any particular position for the Owner. 01 -03 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not Tess than five (5) counterpart (original signed) sets. Owner will fumish Contractor six (6) sets of confomring Contract Documents and Specifications and six (6) sets of Plans free of charge, and additional sets will be obtained from the Engineer at commercial reproduction rates plus 20% for handling. 01 -04 GOVERNING CODES A2198500840 All construction as provided for under these Plans and Specifications shall be govemed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. 01 - 05 LIOUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME The Contractor agrees that time is of the essence for 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 days of 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 Article 12 of the General Conditions, the Owner may withhold permanently from the Contractor's total compensation, not as penalty but as liquidated damages, the sum of Two Hundred Dollars ($200.00) for each Calendar Day that expires after the Substantial Completion time specified in the Agreement until the work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner Two Hundred Dollars ($200.00) for each Calendar Day that expires after the Final Completion time specified in the Agreement until readiness for final payment. 00840 -1 09/21/95 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 01 -06 LOCATION The location of work shall be as mentioned in the Invitation to Bid and as indicated on Plans. 01 -07 USAGE OF WATER All water used during construction shall be provided by the City. The City shall specify the location from which the Contractor is to procure water. The Contractor shall be responsible for providing all apparatus necessary for procuring, storing, transporting and using water during construction. The Contractor shall strive to use that amount of water which is reasonable to perform the wort associated with this contract and shall endeavor to avoid excessive waste. The Contractor will be required to pay for all water used if it is found that unnecessary or excessive waste is occurring during construction. 01 -08 PAY ESTIMATES If pay estimates from the Contractor are not received by the Engineer on or before the time specified in Article 14 of the General Conditions, then the pay estimate will not be processed and will be retumed to Contractor. SECTION 02 - SPECIAL CONSIDERATIONS 02 -01 CROSSING UTILITIES Prior to commencing the work associated with this contract, it shall be the Contractor's responsibility to make arrangements with the 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 UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services while perfomring the work associated with this contract. No additional payment will be made for this item. 02 -03 GUARANTEES A2195500.840 The Contractor warrants the materials and workmanship and that the work is in conformance with the plans and specifications included in this contract for the period that the Maintenance Bond, as outlined in Section 04 of the Special Conditions, is in effect. Upon notice from Owner, the Contractor shall repair defects in all construction or materials which develop during the specified period and at no cost to 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. 00840 -2 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 02 -04 MINIMUM WAGE SCALE 02 -05 LIMIT OF FINANCIAL RESOURCES 02 -06 CONSTRUCTION REVIEW 02 -07 J.IMITS OF WORK AND PAYMENT 02 -08 PAYMENT FOR MATERIALS ON HAND 02 -09 "AS- BUILT" DRAWINGS A2198800 840 Minimum wage scale shall be as specified in the Supplementary Conditions and in accordance with State of Texas and Federal Govemment regulations. The Owner has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the Owner may be required to change and/or delete any items which he may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. Contractor shall be entitled to no claim for damages for anticipated profits on any portion of work that may be omitted or deleted. 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. The Owner shall provide a project representative to review the quality of materials and workmanship. It shall be the obligation of the Contractor to complete all work included in this Contract, so authorized by the Owner, as described in the contract documents and technical specifications. All items of work not specifically paid for in the bid proposal shall be included in the unit price bids. Any question arising as to the Limits of work shall be left up to the interpretation of the Engineer. Payment will be made for work completed in accordance with monthly estimate procedure stipulated in the General Conditions of the Agreement. Contractor must provide evidence for the value of materials on hand, and may be required to demonstrate the payment of suppliers per Article 14.2 of the Supplementary Conditions. 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 submit to the Engineer one set of his working drawings, dated and signed by himself and his project superintendent and labeled as "As- Built", that shows all changes and revisions outlined above and that shows field locations of all above ground appurtenances including but not limited to valves, fire hydrants and manholes. These as- built drawings shall become the property of the Owner. Each appurtenance shall be located by at least two (2) 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 00840 -3 0921/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 02 -10 LAND FOR WORK A2198800 840 provided no existing utilities as previously described are available. Costs for delivering as -built drawings shall be subsidiary to other bid items. Owner provides, as indicated on Drawings, land upon which work is to be done, right -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 to Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. 02 -11 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, present obstructions to grade and alignment of proposed improvements the Contmctor shall immediately notify the Engineer, who without unnecessary delay, will determine if existing utilities are to be relocated, or grade and alignment of proposed improvements 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 costs of any utility relocations 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. SECTION 03 - TRAFFIC CONTROL Access shall be provided for residents and emergency vehicles at all times. When it becomes necessary to restrict access, the Contractor shall notify all applicable agencies (i.e. Fire Department, E.M.S., Public Works, etc.). At the end of each day two lanes of traffic shall be opened to the public. The Contractor shall be responsible for all maintenance, signing and safety precautions necessary for traffic control. A bid item is provided to cover the cost of traffic control on the project. SECTION 04 - MAINTENANCE BOND A one (1) year Maintenance Bond in the amount of one hundred (100%) percent of the contract price will be required for all improvements and shall be submitted prior to final payment. Such bonds shall be from an approved surety company holding a permit fonn the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States) or other surety or sureties acceptable to the Owner prior to final payment. SECTION 05 - INSURANCE Article 5 of the General Conditions and applicable sections of the Supplementary Conditions are hereby amended to include the following: ' 00840-4 09/21!95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2198500.840 Workers' Compensation Insurance Definitions: — Certificate of coverage ( "certificate ") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC -81, TWCC -83, or TWCC -84), showing statutory workers compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractors /person's work on the project has been completed and accepted by the govemmental entity. Persons providing services on the project ( "subcontractor" in § 406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which fumishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. This coverage shall include the following terms: (a) Employer's Liability limits of $1,000,000.00 for each accident is required. (b) "Texas Waiver of Our Right to Recover From Others Endorsement, WC 42 03 04 shall be included in this policy. (c) Texas must appear in Item 3A of the Worker's Compensation coverage or Item 3C must contain the following: All States except those listed in Item 3A and the States of NV, ND, OH, WA, WV and WY. The Contractor must provide a certificate of coverage to the govemmental entity prior to being awarded the contract. 00840 -5 0921195 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements (b) A2198S00 840 If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the govemmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the govemmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the govem- mental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and no later than seven calendar days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 calendar days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, fomt and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) (c) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and 00840 -6 09421/95 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2198500.840 (e) (g) Insurance (b) (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (f) notify the govemmental entity in writing by certified mail or personal delivery, within 10 calendar days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and contractually require each person with whom it contracts, to perform as required by paragraphs (a) —(g), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract, or providing, or causing to be provided a certificate of coverage, the Contractor is representing to the govemmental entity that all employees of the Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the Commission's Division of Self- Insurance Regulation. Providing false or misleading information may subject the Contractor to administra- tive penalties, criminal penalties, civil penalties, or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor that entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten calendar days after receipt of notice of breach from the governmental entity. Contractor shall carry insurance in the following types and amounts for the duration of this Contract, which shall include items owned by Owner in care, custody and control of Contractor prior and during construction and warranty period, and fumish Certificates of Insurance along with copies of policy declaration pages and all policy endorsements as evidence thereof: (a) Commercial General Liability Insurance with minimum limits of $1,000,000 per occurrence and $1,000,000 Aggregate. Automobile Liability Insurance for all owned, unowned and hired vehicles with minimum limits for Bodily Injury of $1,000,000 for each person and $1,000,000 for each occurrence and Property Damage limits of $1,000,000. (c) On all new or remodeling building projects: All Risk Builders Risk Insurance for insurable building projects shall be insured in the amount of the contract price for such improvements. Owner and Contractor waive all rights against each other for damages caused by fire or other perils to the extent covered by Builders Risk Insurance required under this section, 00840 -7 0921/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2198500.840 except as to such rights as they may have in the proceeds of such insurance. Contractor shall require similar waivers by Subcontractors and Sub - subcontractors. (d) Owner and Contractor's Protective Policy. The Contractor shall provide and maintain during the life of this contract and until all work under said contract has been completed and accepted by the Owner, an Owner's and Contractor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Commercial General Liability coverage as described above, entitled "Commercial General Liability Insurance." When offsite storage is permitted, policy will be endorsed for transit and off site storage in amounts sufficient to protect property being transported or stored. This insurance shall include, as insured, City of Round Rock, Contractor, Subcontractors and Sub - subcontractors in the work, as their respective interest may appear. If insurance policies are not written for amount specified in b. and c. above, Contractor is required to carry an Excess Liability Insurance Policy for any difference in amounts specified. Contractor shall be responsible for deductibles and self insured retentions, if any, stated in policies. Any self insured retention shall not exceed ten percent of minimum required limits. All deductibles or self insured retentions shall be disclosed on Certificate of Insurance required above. Contractor shall not commence work at site under this Contract until he has obtained required insurance and until such insurance has been reviewed by Owner's Contract Administration Office. Contractor shall not allow any Subcontractors to commence work until insurance required has been obtained and approved. Approval of insurance by Owner shall not relieve or decrease liability of Contractor hereunder. Insurance to be written by a company licensed to do business in the State of Texas at the time policy is issued and acceptable to owner. Contractor shall produce an endorsement to each effected policy: 1. Naming City of Round Rock, 221 East Main Street, Round Rock, Texas 78664 as additional insured (except Workers' Compensation and Builders Risk). 2. That obligates the insurance company to notify Joanne Land, City Secretary, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664 of any and all changes to policy 30 days prior to change. 3. That the "other" insurance clause shall not apply to Owner where City of Round Rock is an additional insured shown on policy. It is intended that policies required in this agreement, covering both Owner and Contractor, shall be considered primary coverage as applicable. Contractor shall not cause any insurance to be canceled nor permit any insurance to Lapse during term of this Contract or as required in the Contract. 00840 -8 09/21/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2198800 840 If Contractor is underwritten on a claim -made basis, the retroactive date shall be prior to, or coincident with, the date of this Contract and the Certificate of Insurance shall state that coverage is for claims made and also the retroactive date. Contractor shall maintain coverage for duration of this Contract and for two years following completion of this Contract. Contractor shall provide the City annually a Certificate of Insurance as evidence of such insurance. It is further agreed that Contractor shall provide Owner a 30 day notice of aggregate erosion, in advance of the retroactive date, cancellation and/or renewal. It is also agreed that Contractor will invoke the tail option at request of Owner and the Extended Reporting Period (ERP) premium shall be paid by Contractor. Owner reserves the right to review insurance requirements of this section during effective period of the Contract and to make reasonable adjustments to insurance coverages and their limits when deemed necessary and pendent by Owner based upon changes in statutory law, court decisions or the claims history of the industry as well as Contractor. Owner shall be entitled, upon request, and without expense, to receive copies of policies and all endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations or exclusions, except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter on any of such policies. Actual losses not covered by insurance as required by the section shall be paid by Contractor. END OF SECTION 00840 -9 092t/95 THIS PAGE LEFT BLANK INTENTIONALLY 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL SECTION 01010 SUMMARY OF WORK 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. The primary Work of this Project consists of the construction of modifications, rehabilitation, and improvements to the City of Round Rock, Texas Water Treatment Plant. B. The Work in this project includes the following major items: 1. Modifications and improvements to the existing chlorine system. a. Removal of two (2) existing chlorinators. b. Installation of three (3) new wall- mounted chlorinators. c. Removal and reinstallation of two (2) existing chlorine scales. d. Installation of a new chlorine scale. e. Removal of existing chlorine leak detectors and installation of new leak detectors. A2198S01.010 f. Other miscellaneous piping and equipment improvements as shown on the Drawings and as described in the Specifications. 2. Removal and replacement of valve actuators on Filters 19 -36. a. Removal of 31 existing Keystone pneumatic actuators. b. Installation of 31 new pneumatic actuators. c. Other miscellaneous piping and equipment improvements as shown on the Drawings and as described in the Specifications. 3. Removal and reinstallation of the existing air compressor system. 4. Installation of new air compressor system. C. The Contractor shall furnish all labor, materials, equipment, tools, and incidentals and construct the Work complete and ready for use as shown on the Drawings and as described in the Specifications. D. It is the intent of the Contract Documents to provide the Owner with complete, operable systems. Any part or item of work which is reasonably implied or normally required to make an installation 01010 -1 0921/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements completely and satisfactorily operable shall be provided/performed by the Contractor. All miscellaneous appurtenances and other items that are incidental to meeting the intent of the Contract Documents shall be included in the Work even though these appurtenances and items may not be specifically called for in the Contract Documents. 1.02 CONTRACT A. The work of this project will be executed in one (1) lump sum contract as shown in the Bid Form. B. The Contractor shall thoroughly familiarize himself with all of the Contract Documents in order to fully understand the extent of his work and be aware of any "cross references ". The Contractor fully understands, and shall fulfill, his duties and responsibilities regarding coordination and cooperation with other contractors working on the project. 1.03 OCCUPANCY A. As soon as a system is ready for use, the Owner shall have the right to operate the system upon written notice to the Contractor by the Owner. The Owner will issue a Certificate of Substantial Completion for the work in accordance with Article 14.10 of the General Conditions. Contractor's One Year Maintenance guarantee period for workmanship and materials will begin upon issuance of Certificate of Substantial Completion. B. Testing of systems, pipelines and appurtenances as specified hereinafter shall not constitute acceptance or completion. C. The execution of the bonds shall be understood to demonstrate the consent of the surety. D. The Contractor shall at all times conduct his operations to ensure the least inconvenience to the general public. 1.04 WORK SEQUENCE AND CONSTRUCTION SCHEDULE A. The Contractor's work shall be planned and conducted in a manner that will ensure the completion in accordance with the Agreement's Time of Completion. When planning the work, the Contractor shall observe the following restraints. A2198501 010 1. Work can be performed on only one (1) bank of filters at a time. Each bank consists of nine filters. Each bank of filters can be out of service for a maximum of 30 (thirty) total calendar days. 2. The City of Round Rock most have the capability to feed chlorine at all times. The feeding of chlorine can be accomplished by: 1) leaving the existing chlorine system in place while the new chlorine system is installed; or 2) providing a temporary means for feeding chlorine. The City of Round Rock shall determine the minimum requirements (chlorine storage and feed units) necessary for feeding chlorine. 3. The existing air compressor cannot be removed and relocated until the new air compressor system has been installed and tested. The Contractor shall be given a maximum four hours 01010 -2 09/21/95 8077- 112•DN City of Round Rock Water Treatment Plant Chlonnation and Filter Improvements to make the connection from the new air compressor system to the existing air line. The time of this connection shall be determined by the Owner. B. The Contractor shall develop a schedule of work prior to beginning construction for review and approval by the Owner and Engineer. The schedule, which shall recognize the intent of the Work Sequence outlined in Paragraph 1.04.A above, shall be closely followed throughout the duration of the project. The schedule shall be submitted for approval prior to start of construction and no partial payments will be made until the Owner has approved the schedule. The schedule shall be updated monthly if requested by the Owner. C. The Contractor shall schedule and organize his work and labor, supplies, materials, equipment and other resources as necessary to complete the work (Items 1 -3 of paragraph 1.04.A Work Sequence) within the time periods specified in paragraph 1.04.A above and in the Supplemental Conditions and the Agreement. The Contractor shall work simultaneously on the major items listed in paragraph 1.04.A if necessary to meet the Agreement's Time of Completion. 1.05 PROGRESS OF THE WORK A. The work shall be started within 15 days following the effective date of the Agreement, and the work shall be executed with such progress as may be required to prevent any delay to the general completion of the project. The work shall be executed at such times and in or on such parts of the project, and with such personnel, materials, and equipment to assure completion of the work in the time established by the Agreement. B. If the Contractor for his convenience and at his own expense, should desire to conduct his work outside regular hours (7 a.m. to 7 p.m.), he shall submit a written request to the Owner at least two weeks before the intended start of work. The Contractor shall pay all expenses (see Specification 01015, Paragraph 1.16) associated with extra inspection required for work outside regular hours. The Contractor shall light the different parts of the project as required to comply with all applicable Federal and State regulations and with all applicable requirements of the City of Round Rock. 1.06 PRECONSTRUCTION CONFERENCE A. A preconstruction conference shall be held as soon as possible after Award of Contract and before work is started. The conference will be held at a location selected by the Owner. The conference will be attended by: A2198501.010 1. Contractor's Office Representative. 2. Contractor's General Superintendent. 3. Any subcontractors' or suppliers' representatives whom the Contractor may desire to invite or the Engineer may request. 4. Engineer's Representatives. 01010 -3 09/21/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlonnation and Filter Improvements 5. Owner's Representatives. 6. Such other individuals that the Engineer may invite. B. A suggested format would include but not be limited to the following subjects: 1. Check of required bonds and insurance certifications. 2. Liquidated damages. 3. Shop drawing submittal and approval procedure. 4. Chain of command, direction of correspondence, and coordinating responsibility between Contractors. 5. Request for periodic job meetings for all involved. 6. Introduction of the key project personnel. 7. Equal opportunity requirements. 8. Laboratory testing of material requirements. 9. Inventory of material stored on site provisions. 10. Progress estimate and payment procedure. 11. Discussion of Contractor's Safety program. C. The Engineer will preside at the conference, prepare the minutes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the conference. 1.07 COORDINATION WITH OWNER'S OPERATIONS AND EXISTING FACILITIES A. All of the proposed work under this Contract will connect with or into existing facilities. Many of such contact locations are particularly sensitive because of the attendant necessary down -time of existing water treatment operations, or because of the possibility of contamination of potable water, or because of the extraordinary inconvenience to City of Round Rock personnel and to the routine which is required in the continuous operation. Because of this sensitivity, the Contractor shall plan carefully the schedule of the work which will affect the existing facilities. Such plans and schedules shall be subject to the approval of the City of Round Rock. B. Work which requires shutdown or in any way impedes the operations of existing facilities shall be closely coordinated with the City of Round Rock. A minimum of 48 hours written notice shall be given to the City of Round Rock before such approval will be granted. A219001010 01010 -4 0921/95 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlonnation and Filter Improvements C. Immediately after the award of a contract for this project, the Contractor shall outline and submit a scheduled plan for installation of the work which requires interruption of operations. 1.08 CONTRACTOR'S DUTIES A. Designate required delivery date for each product in Construction Schedule. B. Handling of material and equipment at site, including uncrating, storage and security. C. Protect equipment from damage. D. Repair or replace items damaged as a result of the Contractor's operations. E. Install, connect and finish products. 1.09 CONTRACTOR'S USE OF PREMISES A. Contractor shall limit the use of the premises for his Work and for storage to allow for: 1. Work by other contractors. 2. Owner occupancy. 3. Public use. B. Coordinate use of premises with Owner. C. Contractor shall assume full responsibility for security for all his employees and his subcontractors, materials and equipment stored on the site. D. If directed by the Owner, move any stored items which interfere with operations of Owner or other contractors. E. Obtain and pay for use of additional storage or work areas if needed to perform the Work. F. Contractor shall limit his use for his operations, material storage, equipment storage, employee's parking, offices and shops to the area shown on the Drawings. The area shall effect minimum interference with the present operations. G. Any damage to existing facilities, including contamination, which may be caused by Contractor's personnel, callers, visitors, materials or equipment, shall be repaired or corrected at the sole expense of the Contractor. H. Any fence that is damaged or removed by the Contractor shall be replaced at the Contractor's expense in like kind, and to the satisfaction of the Owner. A2198501.010 01010 -5 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 1.10 RECORD DOCUMENTS A. The Contractor shall keep one set of "Record Drawings" and specifications available on the job at all times. This set of documents shall be clearly marked as such and shall be used only for recording changes, elevations, and other data pertinent to the construction operation for use in preparing final "Record Drawing" documents. All changes, etc., shall be clearly marked in red pencil. B. These documents shall be kept current at all times. Monthly Progress Payment applications will not be processed for payment if "Record Drawings" are not up -to -date. C. Reference paragraph 6.19 of General Conditions. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) A2198501 010 END OF SECTION 01010 -6 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL 1.01 WORK PROGRESS 1.02 RELATED REQUIREMENTS A. Section 01500: Temporary Facilities 1.03 PRIVATE LAND 1.05 OPEN EXCAVATIONS A2198501.015 SECTION 01015 CONTROL OF WORK A. The Contractor shall furnish plant and equipment which will be efficient, appropriate and large enough to secure a satisfactory quality of work and at a rate of progress which will ensure the completion of the work within the time stipulated in the Agreement. If at any time such personnel or equipment appears to the Engineer to be inefficient, inappropriate or insufficient for securing the quality of work required or for producing the rate of progress aforesaid, he may order the Contractor to increase the efficiency, change the character or increase the personnel and equipment, and the Contractor shall conform to such order. Failure of the Engineer to give such order shall in no way relieve the Contractor of his obligations to secure the quality of the work and rate of progress required. A. The Contractor shall not enter or occupy private land outside of acquired rights -of -way or easements, except by written permission of the Owner. 1.04 WORK LOCATIONS A. Work shall be located substantially as indicated on the Drawings, but the Engineer reserves the right to make such modifications in locations as may be found desirable to avoid interference with existing structures, equipment, piping or utilities or for other reasons. Where fittings are noted on the Drawings, such notation is for the Contractor's convenience and does not relieve him from laying and jointing different or additional items where required to make a complete working system. A. All open excavations shall be adequately safeguarded by providing temporary barricades, caution signs, lights and other means to prevent accidents to persons and damage to property. The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by pedestrians and workmen. Bridges provided for access during construction shall be removed when no longer required. The length or size of excavation will be controlled by the particular surrounding conditions, but shall always be confined to the limits prescribed by the Engineer. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, the Engineer may require special construction procedures such as limiting the 01015 -1 0901/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements length of open trench, prohibiting stacking of excavated material in the street, and requiring that the trench shall not remain open ovemight. B. The Contractor shall take precautions to prevent injury to the public due to open trenches. All trenches, excavated material, equipment, or other obstacles which could be dangerous to the public shall be protected with barricades having flashing warning Lights at all times when appropriate to ensure safety and when construction is not in progress. C. The Contractor shall take appropriate measures to prevent any surface flow from entering any open excavation at any time, including flow from any defined water course or overland flow during or following a rainfall event or storm. 1.06 TEST PITS A. Test pits for the purpose of locating underground utilities or structures in advance of the construction shall be excavated and backfilled by the Contractor. Test pits shall be backfilled immediately after their purpose has been satisfied and the surface restored and maintained in a manner satisfactory to the Engineer. 1.07 DISTRIBUTION SYSTEMS AND SERVICES A. The Contractor shall not interrupt water, sewer, gas, telephone, cable TV, or other utility services without the written permission of the utility owner. B. If it appears that utility service will be interrupted for an extended period, the Engineer may order the Contractor to provide temporary service lines. Inconvenience to the users shall be minimized, consistent with existing conditions. The safety and integrity of the system is of prime importance in scheduling work. C. The Contractor shall not move, cut, or relocate private utilities (gas, electric, telephone, cable TV, etc.) without the written permission of the appropriate utility company. 1.08 PROTECTION AND RELOCATION OF EXISTING STRUCTURES AND UTILITIES A. The Contractor shall assume full responsibility for the protection of all buildings, structures, and utilities, public or private, including poles, signs, services to building utilities, in the street, gas pipes, water pipes, hydrants, sewers, drains, and electric and telephone cables, whether or not they are shown on the Drawings. The Contractor shall carefully support and protect all such structures and utilities from injury of any kind. Any damage resulting from the Contractor's operation shall be repaired by him at his expense, or in the case of private utilities, repaired by that utility at the Contractor's expense. B. The Contractor shall bear full responsibility for obtaining locations of all underground structures and utilities. Services to buildings shall be maintained, and all costs or charges resulting from damage thereto shall be paid by the Contractor. A2198501015 01015 -2 09¢1/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements C. Protection and temporary removal and replacement of existing utilities and structures as described in this Section shall be a part of the work under the Contract and all costs in connection therewith shall be included in the Total Price Bid established in the Bid. D. If, in the opinion of the Engineer, permanent relocation of a utility owned by Owner is required, he may direct the Contractor in writing, to perform the work. Work so ordered will be paid for at the Contract unit prices, if applicable, or as extra work under Article 10 of the General Conditions. If relocation of a privately owned utility is required, the Owner will notify the Utility to perform the work as expeditiously as possible. The Contractor shall fully cooperate with the Owner and Utility and shall have no claim for delay due to such relocation. The Contractor shall notify public utility companies in writing at least 48 hours (excluding Saturdays, Sundays, and legal holidays) before excavating near their utilities. 1.09 MAINTENANCE OF TRAFFIC A. Unless permission to close a street is received in writing from the proper authority, all excavated material shall be placed so that vehicular and pedestrian traffic may be maintained at all times. If the Contractor's operations cause traffic hazards, he shall repair the road surface, provide temporary ways, erect wheel guards or fences, or take other measures for safety satisfactory to the proper authority. B. Detours around construction will be subject to the approval of the Owner and the Engineer. Where detours are permitted the Contractor shall provide all necessary barricades and signs as required to divert the flow of traffic. While traffic is detoured the Contractor shall expedite construction operations and periods when traffic is being detoured will be strictly controlled by the Owner. C. The Contractor shall take precautions to prevent injury to the public due to open trenches and boring pits. Night watchmen may be required where special hazards exist, or police protection provided for traffic while work is in progress. The Contractor shall be frilly responsible for damage or injuries whether or not police protection has been provided. 1.10 CARE AND PROTECTION OF PROPERTY A. The Contractor shall be responsible for the preservation of all public and private property, and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the Work on the part of the Contractor, such property shall be restored by the Contractor, at his expense, to a condition similar or equal to that existing before the damage was done, or he shall make good the damage in other manner acceptable to the Engineer. B. All sidewalks which are disturbed by the Contractor's operations shall be restored to their original or better condition by the use of similar or comparable materials. All curbing shall be restored to a condition equal to or better than the original construction and in accordance with the best modern practice. C. Trees close to the work shall be boxed or otherwise protected against injury. The Contractor shall trim all branches that are liable to damage because of his operations, but in no case shall any tree be cut or removed without prior notification of the Engineer. All injuries to bark, trunk, limbs, A2198S01.015 01015 -3 09/21/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements and roots of trees shall be repaired by dressing, cutting, and painting according to approved methods, using only approved tools and materials. D. The protection, removal, and replacement of existing physical features along the line of work shall be a part of the work under the Contract, and all costs in connection therewith shall be included in the unit and/or lump sum prices established under the items in the Bid Form. 1.11 MAINTENANCE OF FLOW A. The Contractor shall at his own cost, provide for the flow of sewers, drains and water courses interrupted during the progress of the Work, and shall immediately cart away and remove all offensive matter. The entire procedure of maintaining existing flow shall be fully discussed with the Engineer well in advance of the interruption of any flow. Restoration of water and/or sewer service, temporarily or accidentally disrupted, shall have priority over all other work. Such service shall be restored immediately. B. All spillage and offensive matter to be removed from the site and disposed of by the Contractor shall be taken to waste treatment plant facilities, landfills, or other suitable facilities acceptable to the Engineer and the facility owner and in compliance with all applicable regulations. 1.12 DISPOSAL OF EXCESS EXCAVATED AND OTHER WASTE MATERIALS A. All excess material (suitable or unsuitable) and all vegetation, trash, debris, etc., from the excavation shall be disposed of off -site at a location approved by the Owner. B. Unacceptable disposal sites include, but are not limited to, sites within a wetland or critical habitat, designated 100 -year floodplains, and sites where disposal will have a detrimental effect on surface water or groundwater quality or restrict the flows of such waters. C. The Contractor shall make his own arrangements for disposal subject to submission of proof to the Owner that the owner(s) of the proposed site(s) have a valid fill permit issued by the appropriate governmental agency and submission of a haul route plan including a map of the proposed route(s). D. The Contractor shall provide watertight conveyance of any liquid, semi - liquid, or saturated solids which tend to bleed or leak during transport. No liquid loss from transported materials will be permitted whether being delivered to the construction site or being hauled away for disposal. Fluid materials hauled for disposal must be specifically acceptable at the selected disposal site. E. The Contractor shall comply with all necessary permits, licenses, and authorizations regarding the removal, transport and disposal of sludge as are required by all applicable Federal, State and local laws and regulations. F. The Owner may suspend operations of the Contractor, at its discretion, for alleged non - compliance with Texas Natural Resource Conservation Commission or Environmental Protection Agency regulations. A2198501 015 01015 -4 092195 1 1 1 1 1 1 1 1 1 r 1 1 r 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 1.13 PROTECTION OF AIR QUALITY A. Air pollution shall be minimized by wetting down bare soils during windy periods, or as requested by Engineer by requiring the use of properly operating combustion emission control devices on construction vehicles and equipment used by Contractors, and by encouraging the shutdown of motorized equipment not actually in use. B. Trash burning will not be permitted on the construction site without the Owner's approval. C. If temporary heating devices are necessary for protection of the work, such devices shall be of a type that will not cause pollution of the air. 1.14 USE OF CHEMICALS A. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of either the U.S. Environmental Protection Agency or the U.S. Department of Agriculture or other applicable regulatory agency. Use of all such chemicals and disposal of residues shall be in conformance with the manufacturer's instructions. 1.15 NOISE AND DUST CONTROL A. The Contractor shall so conduct his operations that they will not annoy the residents in the vicinity of the work, and shall comply with all applicable local ordinances. Compressors, hoists, and other apparatus shall be equipped with such mechanical devices as may be necessary to minimize noise and dust. Compressors shall be equipped with silencers on intake lines. All gasoline or oil operated equipment shall be equipped with silencers or mufflers on intake and exhaust lines. Storage bins and hoppers shall be lined with material that will deaden the sounds if directed by Engineer. The operation of dumping rock and of carrying rock away in trucks shall be so conducted as to cause a minimum of noise and dust. Vehicles carrying rock, concrete, or other material shall be routed over such streets as will cause the least annoyance to the public and shall not be operated on public streets between the hours of 7 p.m. and 7 a.m. or on Saturdays, Sundays or legal holidays unless approved by the Owner. B. All unpaved streets, roads, detours, or haul roads used in the construction area shall be given an approved dust - preventive treatment or periodically watered to prevent dust as directed by the Engineer. Applicable environmental regulations for dust prevention shall be strictly enforced. 1.16 NIGHTTIME, WEEKEND AND HOLIDAY WORK A. If the Contractor desires to perform any work between the hours of 7 p.m. and 7 a.m. or on Saturdays, Sundays or legal holidays, he shall request permission from the Owner in writing at least two weeks before the intended start of such work. The Contractor shall acquire any necessary permits associated with such work and comply with all permit conditions and all laws and ordinances relating thereto. B. The Contractor shall reimburse the Owner for additional costs incurred as a result of providing additional inspection personnel when the Contractor performs nighttime, week end or legal A2198S01.015 01015 -5 0921195 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements holiday work. The hourly rate for additional inspection services provided by the Owner under this Paragraph 1.16 will be $50.00. 1.17 CLEANUP A. During the course of the Work, the Contractor shall keep the site of his operations in as clean and neat a condition as is possible. He shall dispose of all residue resulting from the construction work and, at the conclusion of the work, he shall remove and haul away any surplus excavation, broken pavement, lumber, equipment, temporary structures, vegetation and any other refuse remaining from the construction operations, and shall leave the entire site of the Work in a neat and orderly condition. 1.18 CONTRACTOR'S QUALITY CONTROL A. All material shall be new and of the specified quality and equal to the accepted samples, if samples have been submitted. All work shall be done and completed in a thorough, workmanlike manner, notwithstanding any omission from these Contract Documents; and it shall be the duty of the Contractor to call the Engineer's attention to apparent errors or omissions and request instructions before proceeding with the work. The Engineer may, by appropriate instructions, correct errors and supply omissions, which instructions shall be as binding upon the Contractor as though contained in the original Contract Documents. B. At the option of the Engineer, materials to be supplied under this Contract will be tested and/or inspected either at their place of origin or at the site of the work. The Contractor shall give the Engineer written notification well in advance of actual readiness of materials to be tested and/or inspected at point of origin. Satisfactory tests and inspections at the point of origin shall not be construed as a final acceptance of the material nor shall it preclude retesting or reinspection at the site of the work. C. Material which will require testing and inspection at the place of origin shall not be shipped prior to such testing and inspection. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) A2190501015 END OF SECTION 01015 -6 0921/95 1 1 1 1 1 1 1 1 1 a 1 1 1 1 1 1 1 / 1 1 1 1 ' i 1 1 1 N 1 1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL 1.01 APPROVAL OF MATERIALS A2198501016 SECTION 01016 CONTROL OF MATERIALS A. Unless otherwise specified, only new materials and equipment shall be incorporated into the Work. All materials and equipment furnished by the Contractor shall be subject to the inspection and approval of the Engineer. No material shall be delivered to the work without prior approval of the Engineer. B. As specified in Section 01300, the Contractor shall submit to the Engineer, data relating to materials and equipment he proposes to furnish for the Work. Such data shall be in sufficient detail to enable the Engineer to identify the particular product and to form an opinion as to its conformity to the Specifications. C. Facilities and labor for handling and inspection of all materials and equipment shall be fumished by the Contractor. If the Engineer requires, either prior to beginning or during the progress of the Work, the Contractor shall submit additional samples or materials for such special tests as may be necessary to demonstrate that they conform to the Specifications. Such samples shall be furnished, stored, packed, and shipped as directed at the Contractor's expense. D. Any delay of approval resulting from the Contractor's failure to submit samples or data promptly shall not be used as the basis for a claim against the Owner or the Engineer. E. In order to demonstrate the proficiency of workmen or to facilitate the choice among several textures, types, finishes, and surfaces, the Contractor shall provide such samples of workmanship or finish as may be required. F. The materials and equipment used on the work shall correspond to the approved samples or other data. L02 HANDLING AND STORAGE OF MATERIALS A. All materials and equipment to be incorporated into the Work shall be handled and stored by the Contractor in a manner to prevent warping, twisting, bending, breaking, chipping, rusting, and any injury, theft or damage of any kind whatsoever to the material or equipment. B. Cement, sand and lime shall be stored under a roof and off the ground, and shall be kept completely dry at all times. All structural, miscellaneous, and reinforcing steel shall be stored off the ground to prevent accumulations of dirt or grease, and in a position to avoid accumulations of standing water and to minimize rusting. Beams shall be stored with the webs vertical. Precast concrete shall be handled and stored in a manner to prevent accumulations of dirt, standing water, staining, chipping or cracking. Brick, block and similar masonry products shall be handled and stored m a manner to reduce breakage, chipping, cracking, and spalling to a minimum. 01016 -1 0921/95 8077 - 112 -DN Ctty of Round Rock Water Treatment Plant Chlorination and Filter Improvements C. All mechanical equipment subject to corrosive damage from exposure shall be stored in a building. The building may be a temporary structure on the site or elsewhere, but it must be satisfactory to the Engineer. D. All materials which, in the opinion of the Engineer, have become so damaged as to be unfit for the use intended or specified shall be promptly removed from the site of the Work, and the Contractor shall receive no compensation for the damaged material or its removal. E. All pipe and other materials delivered to the job shall be unloaded and placed in a manner which will not hamper the normal operation of the Work or interfere with the flow of traffic. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) A2198S01 016 END OF SECTION 01016 -2 09/21/95 1 1 1 1 1 1 1 1 1 1 1 4 1 1 1 1 1 �f l 1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL 1.01 BID FORM SECTION 01025 MEASUREMENT AND PAYMENT A. The Bid Form is a part of these Contract Documents and lists each item of work for which payment will be made. No payment will be made for items other than those listed in the Bid Form. B. Required items of work and incidentals necessary for the satisfactory completion of the Project which are not specifically listed in the Bid Form, and which are not specified in this Section to be measured or to be included in one of the items listed in the Bid shall be considered as incidental to the work required under this contract, and all costs thereof, including Contractor's overhead costs and profit, shall be considered as included in the prices bid for the various Bid Items. The Contractor shall prepare his bid accordingly. C. Work includes furnishing all plant, labor, equipment, tools and materials, and performing all operations required to complete the work satisfactorily, in place, as specified and as indicated on the Drawings. 1.02 MEASUREMENT AND PAYMENT A. The total Base Bid proposal in the Bid Form shall cover all Work required by the Contract Documents. The lump sum and unit prices bid shall include all costs in connection with the proper and successful completion of the Work. B. Measurement will include all necessary and incidental related work not specified to be included in any other item of work listed in the Bid Form. C. Unless otherwise stated in individual sections of the specifications or in the Bid Form no separate payment will be made for any item of work, materials, parts, equipment, supplies, or related items required to perform and complete the requirements of any section. The costs for all such items required shall be included in the Contract price bid for item of which it is a part. D. Payment will be made at the Contract price per unit indicated in the Bid Form with total price of the Contract being equal to the Total Bid, as specified and as modified, by extending unit prices multiplied by quantities, as appropriate to reflect actual work included in the Project. Such price and payment shall constitute full compensation to the Contractor for furnishing all plant, labor, equipment, tools, and materials, and for performing all operations required to furnish to the Owner the entire Project, complete in place, as specified and as indicated on the Drawings. E. Measurement for payment does not signify acceptance of Work. A2198S01 025 01025 -1 09121/95 Q 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlonnation and Filter Improvements F. Quantities shown in the Bid Form are approximate quantities only. Payment will be made only for measured quantities actually installed and accepted by Owner. G. Measurements, such as linear feet, will be to the nearest whole unit. 1.03 BID ITEMS A. Insurance, Bonds, and Move -In Related Expenses (Bid Item Nos. 1) A2198S01A25 1. This item includes the cost of Contractor's insurance; Performance, Payment and Mainte- nance Bonds; construction office, sanitary facilities; telephone, electricity, gas, water and other utility services; and all other move -in and demobilization related expenses. 2. This item will be measured for payment as a lump sum. B. Removal and Replacement of Pneumatic Valve Actuators (Bid Item No. 2) 1. Work under this item shall include fumishing all labor, materials, and equipment required to remove 31 existing pneumatic valve operators located on filters Nos. 19 -36 and installing 31 new pneumatic valve operators and associated air piping, valves, and appurtenances. 2. This item shall be measured for payment as a lump sum. C. Removal and Reinstallation of Existing Air Compressor System (Bid Item No. 3) 1. Work under this item shall include furnishing all labor, materials and equipment required to remove the existing air compressor system from the Blower Building and reinstalling the air compressor system in a location as directed by the Owner. 2. This item shall be measured for payment as a lump sum. D. Installation of New Air Compressor System (Bid Item No. 4) 1. Work under this item shall include furnishing all labor, materials, and equipment required to install a new air compressor system and associated piping, valves and appurtenances. 2. This item shall be measured for payment as a lump sum. E. Modifications to Existing Chlorination System (Bid Item No. 5) 1. Work under this item shall include furnishing all labor, materials, and equipment required to remove existing chlorinators, leak detectors, piping and associated appurtenances from the chlorine Area and installing new chlorinators, leak detectors, piping and associated appurtenances. This work item shall also include the removal and relocation of existing chlorination system equipment. 2. This item shall be measured for payment as a lump sum. 01025 -2 0921/95 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 1.04 PARTIAL PAYMENT A. Partial payments will be made for materials and equipment stored on site but not installed, in accordance with Article 14 of the General Conditions. Payment for all stored on site items shall be subject to the retainage described in Article 14 of the General Conditions. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) A2198501.025 END OF SECTION 01025 -3 0921/95 THIS PAGE LEFT BLANK INTENTIONALLY 1 1 1 1 1 1 1 � 1 1 1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements SECTION 01090 REFERENCE STANDARDS AND DEFINITIONS PART 1: GENERAL 1.01 DEFINITIONS A. Basic contract definitions are included in the Conditions of the Contract. A2199901 090 1. "Indicated" refers to graphic representations, notes, or schedules on the Drawings, or other paragraphs or Schedules in the Specifications and similar requirements in the Contract Documents. Terms such as "shown ", "noted ", "scheduled" and "specified" are used to help the reader locate the reference. Location is not limited. 2. "Directed ", "requested ", "authorized ", "selected ", "approved ", "required" and "permitted" mean directed by the Architect, requested by the Architect and similar phrases. 3. "Approved ", when used in conjunction with the Architect's action on the Contractor's submittals, applications and requests, is limited to the Architect's duties and responsibilities as stated in the Conditions of the Contract. 4. "Regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions and agreements within the construction industry that control performance of the Work. 5. "Furnish" means supply and deliver to the Project Site, ready for unloading, unpacking, assembly, installation and similar operations. 6. "Install" describes operations at the Project Site including the actual unloading, unpacking, assembly, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning and similar operations. 7. "Provide" means to furnish and install, complete and ready for the intended use. 8. "Installer" is the Contractor or another entity engaged by the Contractor, either as an employee, subcontractor, or contractor of lower tier, to perform a particular construction activity, including installation, erection, application, or similar operations. Installers are required to be experienced in the operations they are engaged to perform. 9. The term "experienced ", when used with the term "installer," means having a minimum of 5 previous projects similar in size and scope to this Project, being familiar with the special requirements indicated and having complied with requirements of authorities having jurisdiction. Using terms such as "carpentry" does not imply that certain work must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter ". 01090 -1 0921/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 10. "Project Site" is the space available to the Contractor for performing construction activities, either exclusively or in conjunction, with others performing other work as part of the Project. The extent of the Project Site is shown on the Drawings and may or may not be identical with the description of the land on which the Project is to be built. 11. "Testing Agencies ": A testing agency is an independent entity engaged to perform specific inspections or tests, either at the Project Site or elsewhere, and to report on and, if required, to interpret results of those inspections or tests. 1.02 SPECIFICATION FORMAT A. These Specifications are organized into Divisions and Sections based on CSI's 16- Division format and MasterFormat's numbering system. 1. Abbreviated Language: Language used in Specifications is abbreviated. Implied words and meanings shall be interpreted as appropriate. Singular words will be interpreted as plural and plural words interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Streamlined Language: The Specifications generally use the imperative mood and streamlined language. Requirements expressed in the imperative mood are to be performed by the Contractor. At certain locations in the Text, subjective language is used for clarity to describe responsibilities that must be fulfilled indirectly by the Contractor or by others when so noted. a. The words "shall be" are implied where a colon (:) is used within a sentence or phrase. 1.03 COPIES OF STANDARDS A. Copies of applicable standards are not bound with the Contract Documents. Where copies of standards are needed to perform a required construction activity, the Contractor shall obtain copies directly from the publication source. 1.04 ABBREVIATIONS AND NAMES A. Where acronyms or abbreviations are used in the Specifications or other Contract Documents, they mean the recognized name of the trade association, standards- generating organization, authorities having jurisdiction, or other entity applicable to the context of the text provision. Refer to Gale Research Co.'s "Encyclopedia of Associations ", available in most libraries. 1.05 PERMITS, LICENSES AND CERTIFICATES A. For the Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records and similar documents, established in conjunction with compliance with standards and regulations bearing upon performance of the Work. A2198S01.090 01090 -2 09121195 C ' 1 r i 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) A2198501.090 END OF SECTION 01090 -3 09/21/95 THIS PAGE LEFT BLANK INTENTIONALLY 1 1 1 1 1 1 1 1 1 1 l fi 1 1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL 1.01 DESCRIPTION OF REQUIREMENTS SECTION 01300 SUBMITTALS A. This Section specifies the general methods and requirements of submissions applicable to the following work - related submittals: Shop Drawings, Product Data, Samples, Mock Ups, Construction Photographs, and Construction or Submittal Schedules. Detailed submittal requirements will be specified in the technical specifications sections. B. All submittals shall be clearly identified by reference to Specification Section, Paragraph, Drawing No. or Detail as applicable. Submittals shall be clear and legible and of sufficient size for sufficient presentation of data. 1.02 SHOP DRAWINGS, PRODUCT DATA, SAMPLES A. Shop Drawings 1. Shop drawings, as specified in individual work Sections include, but are not necessarily limited to, custom - prepared data such as fabrication and erection/installation (working) drawings, scheduled information, setting diagrams, actual shopwork manufacturing instmctions, custom templates, special wiring diagrams, coordination drawings, individual system or equipment inspection and test reports including performance curves and certifications, as applicable to the Work. 2. All shop drawings submitted by subcontractors for approval shall be sent directly to the Contractor for checking. The Contractor shall be responsible for their submission at the proper time so as to prevent delays in delivery of materials. 3. The Contractor shall check all subcontractor's shop drawings regarding measurements, size of members, materials, and details to satisfy himself that they conform to the intent of the Drawings and Specifications. Shop drawings found to be inaccurate or otherwise in error shall be retumed to the subcontractors for correction before submission thereof. 4. All details on shop drawings submitted for approval shall show clearly the relation of the various parts to the main members and lines of the structure, and where correct fabrication of the wodc depends upon field measurements, such measurements shall be made and noted on the drawings before being submitted for approval. B. Product Data A2198501300 1. Product data as specified in individual Sections, include, but are not necessarily limited to, standard prepared data for manufactured products (sometimes referred to as catalog data), such as the manufacturers product specification and installation instructions, availability of colors and pattems, manufacturer's printed statements of compliances and applicability, roughing -in diagrams and templates, catalog cuts, product photographs, standard wiring diagrams, printed performance curves and operational -range diagrams, production or quality control inspection and test reports and certifications, mill reports, product operating and maintenance instructions and recommended spare-parts listing and printed product warranties, as applicable to the Work. 01300 -1 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements C. Samples 1. Samples specified in individual Sections, include, but are not necessarily limited to, physical examples of the work such as sections of manufactured or fabricated work, small cuts or containers of materials, complete units of repetitively -used products, color /texture /pattem swatches and range sets, specimens for coordination of visual effect, graphic symbols and units of work to be used by the Engineer or Owner for independent inspection and testing, as applicable to the Wodc. 1.03 CONTRACTOR'S RESPONSIBILITIES A. The Contractor shall review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: 1. Field measurements 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with the Specifications B. Each shop drawing, sample and product data submitted by the Contractor shall have affixed to it the following Certification Statement including the Contractor's Company name and signed by the Contractor. "Certification Statement: By this submittal, I hereby represent that I have determined and verified all field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings and all Contract requirements." Shop drawings and product data sheets 11 -in x 17 -in and smaller shall be bound together in an orderly fashion and bear the above Certification Statement on the cover sheet. The cover sheet shall fully describe the packaged data and include a listing of all items within the package. C. The Contractor shall utilize a submittal identification numbering system as approved by Engineer. D. Notify the Engineer in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. E. The review and approval of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from his/her responsibility with regard to the fulfillment of the temps of the Contract. All risks of error and omission are assumed by the Contractor and the Engineer will have no responsibility therefor. F. No portion of the work requiring a shop drawing, sample, or product data shall be started nor shall any materials be fabricated or installed prior to the approval or qualified approval of such item. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data shall be at the Contractor's risk. The Owner will not be liable for any expense or delay due to corrections or remedies required to accomplish confornity. G. Project work, materials, fabrication, and installation shall conform with approved shop drawings, applicable samples, and product data. A2198501.300 01300 -2 0921/95 1. 1 1 1 l 1 1 1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorinatim and Filter Improvements 1.04 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Review Time 1. The Engineer will review and retum submittals into the United States mail (first-class delivery) for all submitted items within 15 working days (Saturdays, Sundays and company holidays excluded) after their receipt in his office. 2. The Contractor shall plan his equipment purchases, construction schedule and submittals to accommodate the review periods, and they shall be separately shown in his schedule. 3. Review of final Operation and Maintenance Manuals is not subject to the review time specified above. C. Number of submittals required: 1. Shop Drawings as defined in Paragraph 1.02 A: Seven copies for electrical, instrumentation, architectural and HVAC submittals. Six copies for all other submittals. (If Contractor requires more than three copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above.) 2. Product Data as defined in Paragraph 1.02 B: Three copies. 3. Samples: Submit the number stated in the respective Specification Sections. 4. Mill Tests a. The Contractor, at his own expense, shall fumish the Engineer in triplicate, certified copies of all required factory and mill test reports to verify material quality and composition. Any materials shipped by the Contractor from a factory or mill prior to having satisfactorily passed such testing and inspection by the Engineer shall not be incorporated in the work, unless the Engineer shall have notified the Contractor in writing that such testing and inspection will not be required. The cost of performing all mill and factory tests shall be paid by the Contractor unless otherwise required by these Contract Documents. D. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The Project title and number. 3. Contractor identification. 4. The names of: A219B501.300 a. Contractor b. Supplier c. Manufacturer 01300 -3 0921/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorinatim and Filter Improvements 5. Identification of the product, with the specification section number, page and paragraph(s). 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the Work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. 9. Identification of deviations from Contract Documents. 10. Identification of revisions on resubmittals. 11. An 8 -in x 3 -in blank space for Contractor and Engineer stamps. 1.05 REVIEW OF SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES A. The review of shop drawings, data, and samples will be for general conformance with the design concept and Contract Documents. They shall not be construed as: 1. permitting any departure from the Contract requirements; 2. relieving the Contractor of responsibility for any errors, including details, dimensions, and materials; and/or 3. approving departures from details furnished by the Engineer, except as otherwise provided herein. B. The Contractor remains responsible for details and accuracy, for coordinating the work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly, and for performing work in a safe manner. C. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which Engineer finds to be in the interest of the Owner and to be so minor as not to involve a change in Contract Price or time for performance, the Engineer may retum the reviewed drawings without noting an exception. D. Submittals will be retumed to the Contractor under one of the following codes. A2198501.700 Code 1 — "APPROVED" is assigned when there are no notations or comments on the submittal. When retumed under this code the Contractor may release the equipment and/or material for manufacture. Code 2 "APPROVED AS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. Code 3 — "APPROVED AS NOTED /CONFIRM ". This combination of codes is assigned when a confimtation of the notations and comments IS required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. This confirmation shall specifically address each omission and 01300 -4 o9nU9s 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2198301 300 nonconforming item that was noted. Confirmation is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the confirmation. Code 4 — "APPROVED AS NOTED/RESUBMIT ". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. This resubmittal is to address all comments, omissions and non - conforming items that were noted. Resubmittal is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the resubmittal. Code 5 — NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. The Contractor must resubmit the entire package revised to bring the submittal into conformance. It may be necessary to resubmit using a different manufacturer /vendor to meet the Contract Documents. Code 6 — "COMMENTS ATTACHED" is assigned where there are comments attached to the retumed submittal which provide additional data to aid the Contractor. Codes 1 through 5 designate the status of the reviewed submittal with Code 6 showing there has been an attachment of additional data. E. Resubmittals will be handled in the same manner as first submittals. On resubmittals the Contractor shall direct specific attention, in writing on the letter of transmittal and on resubmitted shop drawings by use of revision triangles or other similar methods, to revisions other than the corrections requested by the Engineer, on previous submissions. Any such revisions which are not clearly identified shall be made at the risk of the Contractor. The Contractor shall make corrections to any work done because of this type revision that is not in accordance to the Contract Documents as may be required by the Engineer. F. Partial submittals may not be reviewed. The Engineer will be the only judge as to the completeness of a submittal. Submittals not complete will be retumed to the Contractor, and will be considered Not Approved" until resubmitted. The Engineer may at his /her option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. G. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, the Contractor shall give written notice thereof to the Engineer at least seven working days prior to release for manufacture. H. When the shop drawings have been completed to the satisfaction of the Engineer, the Contractor shall carry out the constmction in accordance therewith and shall make no further changes therein except upon written instructions from the Engineer. 1.06 DISTRIBUTION A. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the Engineer. Number of copies shall be as directed by the Engineer but shall not exceed the number specified in paragraph 1.04C. 01300 -5 09/21/95 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 1.07 MOCK UPS A. Mock Up units as specified in individual Sections, include but are not necessarily limited to, complete units of the standard of acceptance for that type of work to be used on the Project. Remove at the completion of the Work or when directed. 1.08 CONSTRUCTION PHOTOGRAPHS A. The Contractor shall have ten color photographs made prior to beginning the work, an average of ten color photographs per month made of the work during its progress, and ten color photographs made of the completed facilities. The photographs shall be of such views and taken at such times as the Owners representative directs. B. All photographic work shall be done by a qualified, established commercial photographer acceptable to the Engineer. Three prints of each photograph shall be furnished promptly to the Engineer, and each print shall have a glossy finish and be mounted in plastic sleeving on a substantial backing. The overall dimensions of each mounted print shall be 8 x 10 -in with 11/4-in flexible binding margin on the long top side to permit storage in standard 3 -ring binders. C. The film negatives shall be retained in the files of the photographer until the completion of the project and shall then be tumed over to the Owner. D. Each photograph shall have attached to the backing a paper label, approximately 21/4-in wide by 1'/4 -in high containing thereon in neat lettering: 1. Contractors name 2. Short Description of View 3. Photo No. and Date Taken 4. Photographers Finn Name 1.09 GENERAL PROCEDURES FOR SUBMITTALS A. Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in advance of performing the related wont or other applicable activities, or within the time specified in the individual work sections, of the Specifications, so that the installation will not be delayed by processing times including disapproval and resubmittal (if required), coordination with other submittals, testing, purchasing, fabrication, delivery and similar sequenced activities. No extension of time will be authorized because of the Contractors failure to transmit submittals sufficiently in advance of the Work. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) A2198501300 END OF SECTION 01300 -6 0921195 1 1 1 D 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL SECTION 01500 TEMPORARY FACILITIES 1.01 TEMPORARY OFFICE A. Fumish, install and maintain a temporary contractors office as required for construction. The office shall be a temporary office established on the job site where approved or directed by the Engineer, adequately fumished, and maintained in a clean, orderly condition by the Contractor. The Contractor or his/her authorized representative shall be present in the field office at all times while work is in progress. Instructions received there from the Engineer shall be considered as delivered to the Contractor. 1.02 TEMPORARY TELEPHONE A. The Contractor shall fumish on -site telephone service for his own use as required during the period of construction of the Contract. The cost of installation and monthly bills for the telephone service shall be bome by the Contractor. The Contractor will not be responsible for providing telephone service to the Owner's field office. 1.03 TEMPORARY LIGHT AND POWER A. Furnish temporary light and power, complete with wiring, lamps, and similar equipment as required to adequately light all work areas and with sufficient power capacity to meet the reasonable needs of all subcontractors. Make all necessary arrangements with the local electric company for temporary electric service, and pay all expenses in connection therewith. B. Provide properly configured NEMA polarized outlets to prevent insertion of 110 -120 volt plugs into higher voltage outlets. For connection of power tools and equipment, provide outlets equipped with ground - fault circuit interrupters, reset button and pilot light. C. Provide grounded extension cords. Use "hard- service" cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if more than one length is required. D. Provide general service incandescent lamps as required for adequate illumination. Provide guard cages or tempered glass enclosures, where exposed to breakage. Provide exterior fixtures where exposed to moisture. 1.04 TEMPORARY AIR, STEAM AND WATER A. The Contractor shall provide all air, steam and water, including temporary piping and appurtenances required therefor, as may be required for the cleaning and testing of pipelines and equipment necessary for his/her work. Temporary piping and appurtenances shall be removed upon approval of equipment being tested. 1.05 TEMPORARY SANITARY FACILIIII1S A. Provide self-contained, single- occupant toilet units of the chemical, aerated recirculation, or combustion type, properly vented and fully enclosed in a fiberglass or other approved non - absorbent shell. A minimum of one toilet per 20 employees shall be provided by the • A2198S01.500 01500 -1 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements Contractor. Toilets shall be maintained by the Contractor until the completion of constmction or as directed by the Owner. Upon completion of the work, all sanitary facilities shall be removed and the area restored to its original condition. 1.06 FIRE EXTINGUISHERS A. Provide portable UL -rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide portable UL -rated Class ABC dry chemical extinguishers or a com- bination of NFPA recommended Classes for the exposure. Comply with NFPA 10 and 241 for classification, extinguishing agent and size required by location and class of fire exposure. 1.07 LAYOUT OF TEMPORARY FACILITIES A. The allocated staging area is shown on the Drawings. Should the Contractor require space in addition to that allocated, the Contractor shall make his own arrangements for storage of materials and equipment in locations off the constmction site. For the allocated space, the Contractor shall submit to the Engineer for approval, his proposed plan and layout for all temporary offices, sanitary facilities, temporary constmction roads, storage buildings, storage yards, temporary water service and distribution, temporary power service and distribution, and temporary telephone service. 1.08 STORAGE BUILDINGS A. The Contractor shall erect, or provide as approved, temporary storage buildings of the various sizes as required for the pmtection of mechanical and electrical equipment and materials as recommended by manufacturers of such equipment and materials. The buildings shall be pro- vided with such environmental control systems that meet recommendations of manufacturers of all equipment and materials stored in the buildings. The buildings shall be of sufficient size and so arranged or partitioned to provide security for their contents and provide ready access for inspection and inventory. At or near the completion of the work, and as directed by the Engineer, the temporary storage buildings shall be dismantled, removed from the site, and remain the property of the Contractor. B. Combustible materials (paints, solvents, fuels, etc.) shall be stored in a well - ventilated building removed from other buildings. 1.9 STORAGE YARDS A. Temporary storage yards shall be located as shown on the Drawings and shall be constructed as required for the storage of materials that are not subject to damage by weather conditions. Materials such as pipe and reinforcing and structural steel shall be stored on pallets or racks, off the ground, and in a manner that allows ready access for inspection and inventory. Surfacing and fencing of the storage yards shall meet with the approval of the Engineer. All areas shall be returned to its original condition after construction is complete. 1.10 CONTRACTOR'S WORK AREA A. The Contractor shall limit his operations and storage of equipment and materials to the areas designated on the Drawings and as directed by the Engineer. B. Contractor shall erect a suitable fence around each tree or group of trees shown as "protected" or "to be saved" on the plans. Any such trees damaged shall be repaired or replaced, as directed by the Engineer, at the Contractor's expense. A2198S01500 01500 -2 09/21195 1 . 1 1 t 1 1 1 1 Y 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements C. Except as provided herein, no sidewalk, private propety, or other area adjacent to the plant site shall be used for storage of the Contractor's equipment and materials unless prior written approval is obtained from the legal owner. D. The Contractor shall maintain the area during construction in a manner that will not obstruct operations on street areas. He shall proceed with his work in an orderly manner, maintaining the construction site free of debris and unnecessary equipment or materials. E. At all times, maintain areas covered by the Contract and public properties free from accumulations of waste, debris, and rubbish caused by construction operations. F. Excavated materials shall be removed from the site in a manner that will cause the least damage to adjacent lawns, grassed areas, trees, gardens, shrubbery, or fences regardless of whether these are on private property or on public right -of -ways. G. Cleaning and disposal operations shall comply with local ordinances and antipollution laws. Do not bum or bury rubbish and waste materials on the project site. Do not dispose of volatile wastes such as mineral spirits, oil, chemicals, or paint thinner in storm or sanitary drains. Do not dispose of wastes into streams or waterways. H. Wet down dry materials and rubbish to prevent blowing dust. I. Provide approved containers for collection and disposal of waste materials, debris, and rubbish and make arrangements for appropriate periodic emptying of the containers. 1.11 TEMPORARY ACCESS ROADS AND PARKING SPACE A. The Contractor shall construct temporary construction access roads and detours as are required to execute the work. The roads shall meet with the approval of the Engineer, and be maintained in good condition until no longer needed; at which time the temporary roads shall be removed and the area left in a condition satisfactory to the Engineer. B. The Contractor shall construct temporary parking facilities for his employees and his subcon- tractors employees. 1.12 PROTECTION OF THE FINISHED CONSTRUCTION A. The Contractor shall assume the responsibility for the protection of all finished construction and shall repair and restore any and all damage to finished work to its original or better state. B. Where responsibility can be determined, the cost for replacement or repair of damaged work shall be charged to the party responsible. If responsibility cannot be fixed, the cost shall be bome by the Contractor. C. Wheeling of any loads over finished floors, either with or without plank protection, shall not be permitted in anything except rubber -tired wheelbarrows, buggies, trucks, or dollies. This applies to all finished floors and to all exposed concrete floors as well as those covered with composition tile or other applied surfacing, and shall apply to all trades. D. Where structural concrete is also the finished surface, care shall be taken to avoid marking or damaging those surfaces. A2198501.500 01500 -3 0921/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 1.13 REMOVAL OF TEMPORARY FACILITIES AND UTILITIES A. At such time or times any temporary construction facilities and utilities are no longer required for the work, the Contractor shall notify the Engineer of his intent and schedule for removal of the temporary facilities and utilities, and obtain the Engineer's approval before removing the same. As approved, the Contractor shall disconnect and/or dismantle the temporary facilities and utilities and remove them from the site as his property. Leave the site in such condition as specified, as directed by the Engineer, and/or as shown on the Plans. B. In unfinished areas, the condition of the site shall be left in a condition that will restore original drainage, evenly graded, seeded or planted as necessary, and left with an appearance equal to, or better than original. 1.14 PAYMENT A. The work specified in this Section shall be considered incidental and payment will be included as part of the appropriate lump sum or unit prices stated in the Bid Form. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) A2198501500 END OF SECTION 01500 -4 09/21/95 1 1 1 1 1 1 1 1 1 1 1 1 , 1 1 1 1 1, r 1 1 1 1 1 1 1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2198501.700 SECTION 01700 CONTRACT CLOSEOUT PART 1: GENERAL 1.01 SCOPE OF WORK A. This Section outlines the procedure to be followed in closing out the contract. 1.02 SUBSTANTIAL COMPLETION A. The substantial completion date shall be established as stated in the Agreement. 1.03 FINAL CLEANING A. At the completion of work and immediately prior to final inspection, cleaning of the entire project shall be accomplished according to the following provisions: 1. The Contractor shall thoroughly clean, sweep, wash, and polish all work and equipment provided under the Contract, including finishes. The cleaning shall leave the structures and site in a complete and finished condition to the satisfaction of the Engineer. 2. All Subcontractors shall similarly perform, at the same time, an equivalent thorough cleaning of all work and equipment provided under their contracts. 3. The Contractor shall remove all temporary structures and all debris, including all dirt, sand, gravel, rubbish and waste material. See Section 01500, Temporary Facilities. 4. Should the Contractor not remove rubbish or debris, or not clean the buildings and site as specified above, the Owner reserves the right to have the cleaning done at the expense of the Contractor. 5. The Contractor shall mow the newly planted grassed areas. B. Use only cleaning materials recommended by manufacturer of surface to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturers. D. In preparation for substantial completion or occupancy, conduct final inspection of sight - exposed interior and exterior surfaces, and of concealed spaces. E. Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from sight- exposed interior and exterior finished surfaces. Polish surfaces so designated to shine finish. F. Repair, patch, and touch up marred surfaces to specified finish, to match adjacent surfaces. 01700 -1 09(2155 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements G. Replace air - handling filters if units were operated during construction. H. Vacuum clean all interior spaces, including inside cabinets. Broom clean paved surfaces, rake clean other surfaces of grounds. I. Handle materials in a controlled manner with as few handlings as possible. Do not drop or throw materials from heights. J. Schedule cleaning operations so that dust and other contaminants resulting from cleaning process will not fall on wet, newly - painted surfaces. 1.04 FINAL INSPECTION A. After final cleaning and restoration and upon written notice from the Contractor that the work is completed, the Engineer will make a preliminary inspection with the Owner and the Contractor present. Upon completion of this preliminary inspection, the Engineer will notify the Contractor, in writing, of any particulars in which this inspection reveals that the work is defective or incomplete. B. Upon receiving written notice from the Engineer, the Contractor shall immediately undertake the work required to remedy deficiencies and complete the work to the satisfaction of the Engineer. C. When the Contractor has corrected or completed the items as listed in the Engineer's written notice, he shall inform the Engineer, in writing, that the required work has been completed. Upon receipt of this notice, the Engineer, in the presence of the Owner and the Contractor, will make his final inspection of the project. D. Should the Engineer find all work satisfactory at the time of his inspection, the Contractor will be allowed to make application for final payment. Should the Engineer still find deficiencies in the work, the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's request for final payment until such time as the Contractor has satisfactorily completed the required work. 1.05 FINAL SUBMITTALS A. No application for final payment will be accepted until all submittals have been made and approved by the Engineer, including, but not limited to, the following: A2I9850I.700 1. Final shop drawings. 2. Project Record Documents 3. All interface information. 4. All Operation and Maintenance Manuals. 5. All required indices and schedules. 01700 -2 0921/95 1 1 1 1 1 1 1 1 1 1 1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 6. All Manufacturers' Certificates of Proper Installation. 7. All construction photographs, including those of the completed project. 8. All State required submittals. 9. Certificate that all outstanding debts are paid and that there are no liens on the project. 1.06 ACCESSORY ITEMS A. The Contractor shall provide to the Owner, upon acceptance of the equipment, all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to, the specified spare parts, adequate oil and grease as required for the first lubrication of the equipment, initial fill -up of all chemical tanks and fuel tanks, light bulbs, fuses, hydrant wrenches, valve wrenches, valve keys, handwheels, and other expendable items as required for initial start-up and operation of all equipment. 1.07 GUARANTEES, BONDS, AND A14-4IDAVITS A. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses, and affidavits required for work or equipment as specified are satisfactorily filed with the Engineer. 1.08 RELEASE OF LIENS OR CLAIMS A. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the Owner as required by the General Conditions. 1.09 FINAL PAYMENT A. Final payment will be made to the Contractor in accordance with the Agreement. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) A2198501.700 END OF SECTION 01700 -3 09/21195 THIS PAGE LEFT BLANK INTENTIONALLY 1 1 1 1 1 1 1 r i 1 1 1 1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 3.02 DUST CONTROL A2198501 710 SECTION 01710 CLEANING PART 1: GENERAL 1.01 REQUIREMENTS INCLUDED A. Execute cleaning, during progress of the Work, and at completion of the Work. 1.02 RELATED REQUIREMENTS A. Each Specification Section: Cleaning for specific products or work. 1.03 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti - pollution laws. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3.01 DURING CONSTRUCTION A. Execute daily cleaning to keep the Work, the site and adjacent properties free from accumulations of waste materials, rubbish and windblown debris, resulting from construction operations. B. Provide on -site containers for the collection of waste materials, debris and rubbish. All waste materials including containers, food debris and other miscellaneous materials must be disposed of daily in on -site containers. C. Remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. A. Clean interior spaces prior to the start of finish painting and continue cleaning on an as- needed basis until painting is finished. B. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly- coated surfaces. 01710 -1 0921/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 3.03 FINAL CLEANING A. Employ skilled workmen for fmal cleaning. B. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight- exposed interior and exterior surfaces. C. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds. D. Prior to final completion, or Owner occupancy, Contractor shall conduct an inspection of sight - exposed interior and exterior surfaces, and all work areas, to verify that the entire Work is clean. A2198501.710 END OF SECTION 01710 -2 09721/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2199S01.720 SECTION 01720 PROJECT RECORD DOCUMENTS PART 1: GENERAL 1.01 REQUIREMENTS INCLUDED A. Maintain at the site, for the Owner's use, one record copy of: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Engineer's Field Orders or written instructions. 6. Approved Shop Drawings, Working Drawings and Samples. 7. Field Test records. 8. Construction photographs. 1.02 RELATED REQUIREMENTS A. Section 01300: Submittals. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in Contractor's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI/CSC format. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by the Engineer. E. As a prerequisite for monthly progress payments, the Contractor is to exhibit the currently updated "record documents" for review by the Engineer and the Owner. 1.04 MARKING DEVICES A. Provide felt tip marking pens for recording information in the color code designated by the Engineer. 01720 -1 09/21/9S 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 1.05 RECORDING A. Label each document "PROJECT RECORD" in neat large printed letters. B. Record information concurrently with construction progress. 1. Do not conceal any work until required information is recorded. C. Drawings - Legibly mark to record actual construction: 1. All underground piping with elevations and dimensions. Changes to piping location. Horizontal and vertical locations of pipe fittings, underground utilities and appurtenances, referenced to permanent surface improvements. Actual installed pipe material, class, etc. 2. Field changes of dimension and detail. 3. Changes made by Field Order or by Change Order. 4. Details not on original contract drawings. 5. Equipment relocations and piping. D. Specifications and Addenda - Legibly mark each Section to record: 1. Manufacturer, trade name, catalog number, and Supplier of each Product and item of equipment actually installed. 2. Changes made by Field Order or by Change Order. E. Shop Drawings (after final review and approval): 1. Five sets of record drawings for each piece of equipment, piping, electrical system and instrumentation system. 1.06 SUBMTITAL A. At Contract close -out, deliver Record Documents to the Engineer for the Owner. B. Accompany submittal with transmittal letter in duplicate, containing: A2190S01.720 1. Date. 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each Record Document. 5. Signature of Contractor or his authorized representative. 01720 -2 0921/95 1 1 1 1 1 1 1. 1 1 1 1 1 i 1 1 1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) A2198501.720 END OF SECTION 01720 -3 092195 THIS PAGE LEFT BLANK INTENTIONALLY 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2192301 730 SECTION 01730 OPERATING AND MAINTENANCE DATA PART 1: GENERAL 1.01 REQUIREMENTS INCLUDED A. Compile product data and related information appropriate for Owner's maintenance and operation of products fumished under Contract. 1. Prepare operating and maintenance data as specified in this Section and as referenced in other pertinent sections of specifications. B. Instruct Owner's personnel in maintenance of products and in operation of equipment and systems. 1.02 RELATED REQUIREMENTS A. Section 01300: Submittals. 1.03 QUALITY ASSURANCE A. Preparation of data shall be done by personnel: 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this Section. 3. Skilled as technical writer to the extent required to communicate essential data. 4. Skilled as draftsman competent to prepare required drawings. 1.04 FORM OF SUBMITTALS A. Prepare data in form of an instructional manual for use by Owner's personnel. B. Format 1. Size: 81 inches x 11 inches. 2. Paper a. 20 pound minimum, white, for typed pages. b. Holes reinforced with plastic, cloth or metal. 3. Text: Manufacturer's printed data, or neatly typewritten. 01730 -1 092I/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A219BSO1.730 4. Drawings a. Provide reinforced punched binder tab, bind in with text. b. Reduce larger drawings and fold to size of text pages but not larger than 14 inches x 17 inches. 5. Provide fly -leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product, and major component parts of equipment. b. Provide indexed tabs. 6. Cover. Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS ". List: a. Title of Project. b. Identity of separate structure as applicable. c. Identity of general subject matter covered in the manual. B. Binders 1. Commercial quality three -ring binders with durable and cleanable plastic covers. 2. When multiple binders are used, correlate the data into related consistent groupings. 1.05 CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume, arranged in systematic order. 1. Contractor, name of responsible principal, address and telephone number. 2. A list of each product required to be included, indexed to content of the volume. 3. List, with each product, name, address and telephone number of: a. Subcontractor or installer. b. A list of each product required to be included, indexed to content of the volume. c. Identify area of responsibility of each. d. Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents. B. Product Data 1. Include only those sheets which are pertinent to the specific product. 2. Annotate each sheet to: 01730 -2 0921/95 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements a. Clearly identify specific product or part installed. b. Clearly identify data applicable to installation. c. Delete references to inapplicable infonnation. C. Drawings 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Control and flow diagrams. 3. Do not use Project Record Drawings as maintenance drawings. D. Written text, as required to supplement product data for the particular installation: 1. Organize in consistent fomtat under separate headings for different procedures. 2. Provide logical sequence of instmctions of each procedure. E. Copy of each warranty, bond and service contract issued. 1. Provide infonnation sheet for Owner's personnel giving: a. Proper procedures in event of failure. b. Instances which might affect validity of warranties or bonds. A2191501 730 2. Coordinate drawings with infommation in Project Record Documents to assure correct illustration of completed installation. 1.06 MANUAL FOR MATERIALS AND FINISHES A. Submit three copies of complete manual in final fomr. B. Content - For architectural products, applied materials and finishes: 1. Manufacturer's data, giving full information on products. a. Catalog number, size, composition. b. Color and texture designations. c. Information required for reordering special- manufactured products. 2. Instructions for care and maintenance. a. Manufacturer's recommendation for types of cleaning agents and methods. b. Cautions against cleaning agents and methods which are detrimental to product. c. Recommended schedule for cleaning and maintenance. C. Content, for moisture- protection and weather - exposure products: 01730 -3 0921/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 1. Manufacturer's data, giving full infonnation on products. a. Applicable standards. b. Chemical composition. c. Details of installation. 2. Instructions for inspection, maintenance and repair. D. Additional requirements for maintenance data: Respective sections of Specifications. 1.07 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit three copies of complete manual in final fort. B. Content, for each unit of equipment and system, as appropriate: 1. Description of unit and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Operating procedures: a. Start -up, break -in, routine and normal operating instmctions. b. Regulation, control, stopping, shut-down and emergency instmctions. c. Summer and winter operating instructions. d. Special operating instmctions. 3. Maintenance procedures: a. Routine operations. b. Guide to "trouble- shooting ". c. Disassembly, repair and reassembly. d. Alignment, adjusting and checking. 4. Servicing and lubrication schedule: a. List of lubricants required. 5. Manufacturer's printed operating and maintenance instmctions. 6. Description of sequence of operation by control manufacturer. 7. Original manufacturer's parts list, illustrations, assembly drawings and diagrams required for maintenance. a. Predicted life of parts subject to wear. A2198501.730 017304 09/21/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvenetts 12. Other data as required under pertinent sections of specifications. C. Content, for each electric and electronic system, as appropriate: 1. Description of system and component parts. A2198501.730 b. Items recommended to be stocked as spare parts. 8. As- installed control diagrams by controls manufacturer. 9. Each contractor's coordination drawings. a. As- installed color coded piping diagrams. 10. Charts of valve tag numbers, with location and function of each valve. 11. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. a. Function, nomtal operating characteristics, and limiting conditions. b. Perfonnance curves, engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Circuit directories of panelboards. a. Electrical service. b. Controls. c. Communications. 3. As- installed color coded wiring diagrams. 4. Operating procedures: a. Routine and nomtal operating instructions. b. Sequences required. c. Special operating instructions. 5. Maintenance procedures: a. Routine operations. b. Guide to "trouble- shooting ". c. Disassembly, repair and reassembly. d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 01730 -5 09/21/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvenelts 8. Other data as required under pertinent sections of specifications. D. Prepare and include additional data when the need for such data becomes apparent during instmction of Owners personnel. E. Additional requirements for operating and maintenance data Respective sections of Specifications. 1.08 SUBMITTAL SCHEDULE A. Submit two copies of preliminary draft of proposed formats and outlines of contents of Operation and Maintenance Manuals within 30 days after Notice to Proceed A2198S01.730 1. The Engineer will review the preliminary draft and retum one copy with comments. B. Submit two copies of completed data in final fomr no later than 30 days following the Engineers review of the last shop drawing and/or other submittal specified under Section 01300. 1. One copy will be retumed with comments to be incorporated into final copies. C. Submit three (3) copies of approved manual in final form directly to the offices of the Engineer (Camp Dresser & McKee Inc.) within 30 calendar days of product shipment to the project site and preferably within 30 days after the reviewed copy is received. D. Submit four (4) copies of addendum to the operation and maintenance manuals as applicable and certificates within 30 days after final inspection and plant start-up test. 1.09 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, fully instinct Owners designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Operating and maintenance manual shall constitute the basis of instruction. 1. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION 01730 -6 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2198501740 SECTION 01740 WARRANTIES AND BONDS PART 1: GENERAL 1.01 REQUIREMENTS INCLUDED A. Compile specified warranties and bonds. B. Co- execute submittals when so specified. C. Review submittals to verify compliance with Contract Documents. D. Submit to the Engineer for review and transmittal to Owner. 1.02 RELATED REQUIREMENTS A. Instructions to Bidders: Bid Bonds. B. Conditions of the Contract: Performance Bond and Payment Bond. C. Agreement. D. Section 01700: Contract Closeout. 1.03 SUBMITTAL REQUIREMENTS A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors. B. Number of original signed copies required: Two each. C. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item. 1. Product or work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 01740 -1 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 6. Provide information for Owner's personnel: a. Proper procedure in case of failure. b. Instances which might affect the validity of warranty or bond. 7. Contractor, name of responsible principal, address and telephone number. 1.04 FORMS OF SUBMITTALS A. Prepare in duplicate packets. B. Format: 1. Size 8 inches x 11 inches, punch sheets for standard 3 -post binder. a. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS ". List: a. Title of Project. b. Name of Contractor. C. Binders: Commercial quality, three -post binder, with durable and cleanable plastic covers and maximum post width of 2 inches. 1.05 WARRANTY SUBMITTAL REQUIREMENTS A. For all major pieces of equipment, submit a warranty from the equipment manufacturer. The manufacturer's warranty period shall be concurrent with the Contractor's for one (1) year, unless otherwise specified commencing at the time of acceptance by the Owner as substantially complete. B. The Contractor shall be responsible for obtaining certificates for equipment warranty for all major equipment specified under Divisions 11, 15 and 16. The Owner reserves the right to request warranties for equipment not considered as major. The Contractor shall still warrant equipment not considered to be "major" in the Contractor's one -year warranty period even though certificates of warranty may not be required. C. In the event that the equipment manufacturer or supplier is unwilling to provide a one -year warranty commencing at the time of Owner acceptance, the Contractor shall obtain from the manufacturer a two (2) year warranty commencing at the time of equipment delivery to the job site. This two warranty from the manufacturer shall not relieve the Contractor of the one -year warranty starting at the time of Owner acceptance of the equipment. A2198S01.740 01740 -2 0921,95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) A2198S01 740 END OF SECTION 01740 -3 09121/95 THIS PAGE LEFT BLANK INTENTIONALLY 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 02616 DUCTILE IRON PIPE AND FITTINGS A. Furnish all labor, materials, equipment and incidentals required and install ductile iron pipe and fittings complete as shown on the Drawings and as specified herein. 1.02 SUBMITTALS A. Submit to the Engineer, within thirty days of the Effective Date of the Agreement, the name of the pipe and fitting suppliers and a list of materials to be furnished. B. Submit to the Engineer, as provided in Section 01300, completely detailed working drawings and schedules of all ductile -iron pipe and fittings required. C. Prior to each shipment of pipe, submit certified test reports that the pipe for this Contract was manufactured and tested in accordance with the ASTM and ANSI/AWWA Standards specified herein. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs 60,000 PSI Tensile Strength. B. American Water Works Association (AWWA) 1. AWWA C104 - Cement - Mortar Lining for Ductile -Iron Pressure Pipe and Fittings. 2. AWWA C105 - Polyethylene Encasement for Ductile -Iron Piping for Water and Other Liquids. 3. AWWA C110 - Ductile -Iron and Gray -Iron Fittings, 3 -in Through 48 -in for Water and Other Liquids. 4. AWWA C111 - Rubber - Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 5. AWWA C115 - Standard for Flanged Ductile -Iron Pipe with Threaded Flanges. 6. AWWA C151 - Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds for Water or Other Liquids. A2198502 616 02616 -1 10/18/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 7. AWWA C153 - Ductile -Iron Compact Fittings, 3 -in Through 12 -in for Water and Other Liquids. 8. AWWA C600 - Standard for Installation of Ductile -Iron Water Mains and Their Appurtenances. 9. AWWA C651 - Disinfection Water Mains C. American National Standards Institute (ANSI) 1. ANSI B16.1 - Cast Iron Pipe Flanges and Flanged Fittings. D. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.04 QUALITY ASSURANCE A. All of the ductile iron pipe and ductile iron fittings shall be furnished by manufacturers who are fully experienced, reputable, and qualified in the manufacture of the materials to be furnished. The pipe and fittings shall be designed, produced and installed in compliance with the best practices and methods and shall comply with these Specifications as applicable. B. Pipe and fittings shall be as manufactured by the American Cast Iron Pipe Company, U.S. Pipe and Foundry Company, Clow Corp., or approved equal. PART 2: PRODUCTS 2.01 MATERIALS A. Ductile iron pipe shall conform to AWWA C151, Class 52 minimum. B. Ductile iron fittings shall conform to AWWA C110 for sizes 3 -inch through 48 -inch, or C153 for sizes 3 -inch through 12 -inch. C. All pipe and fittings shall have a bituminous outside coating in accordance with AWWA C151 and C110, respectively. All pipe and fittings shall be cement -mortar lined and seal coated in accordance with AWWA C104. Cement mortar lining shall be double thickness. D. Joints for pipe shall be mechanical joints conforming to AWWA C111 except where flanged joints are shown on the Drawings. E. Joints for all fittings shall be mechanical joints conforming to AWWA C111 except where flanged joints are shown on the drawings. F. Flanged joints shall be 125 pound threaded flanges conforming to ANSI B16.1 for pipe and AWWA C110 for fittings. The pipe flanges shall be flat faced and suitable for 150 psi working pressure. Gaskets shall be ethylene propylene (EPDM), 1 /8 -in thick, full face and meeting the material requirements of AWWA C115. A2198502 616 02616 -2 10/18/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlonnation and Filter Improvements G. Restrained joints shall conform to AWWA Manual M11, except as modified by the Drawings or this Specification. A2198502.616 1. Unless otherwise noted, size and material for tie rods, clamps, plates and hex nuts shall be as shown on the Drawings, or, if not shown on the Drawings, shall be as required in AWWA Manual M11. Manufactured restraining clamp assemblies shall be as manufactured by Stellar Corporation, Columbus, OH, or fabricated equal. 2. Restrained joints (such as welded, locking mechanical joints) shall be of the type specified with the individual type of pipe. If not specified, restrained (locking) mechanical joint pipe shall be of the manufacturer's standard design utilizing a locking device (ring or ears) integrally cast with the pipe. 3. For up through 18 - in diameter ductile iron pipe only, the following may be used as an alter- native to other restraint system: a. The optional mechanical joint restraints shall be incorporated in the design of a follower gland. The gland shall be manufactured of ductile iron conforming to ASTM A536. Dimensions of the gland shall be such that it can be used with the standardized mechanical joint bell and tee -head bolts as specified with the pipe. b. The restraint mechanism shall consist of numerous individually activated gripping surfaces to maximize restraint capability. The gripping surfaces shall be wedges designed to spread the bearing surfaces on the pipe. Twist -off nuts, sized same as tee - head bolts, shall be used to ensure proper actuating of restraining devices. When the nut is sheared off, standard hex nut shall remain. c. The mechanical joint restraint device for ductile iron pipe shall have a working pressure of at least 250 pounds per square inch with a minimum safety factor of 2:1. d. The mechanical joint restraint devices shall be of the type listed below or equal. e. For ductile iron pipe: EBAA Iran, Inc. Megalug 1100 Series. 2.02 POLYETHYLENE ENCASEMENT A. Encasement shall be polyethylene tube conforming to AWWA C105. Class usage shall be: 1. Class A - Natural Color where exposure to weather (including sunlight) is less than 48 hours total before burial. 2. Class C - Black where exposure to weather (including sunlight) may be more than 48 hours. B. Exposure to weather shall be kept to a minimum, and in no case shall it exceed 10 days. The Class of polyethylene used shall be approved by the Engineer. 02616 -3 tatsns 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 3: EXECUTION 3.01 LAYING DUCTILE IRON PIPE AND FITTINGS A. Care shall be taken in loading, transporting and unloading to prevent injury to the pipe, lining or coatings. Pipe or fittings shall not be dropped. All pipe or fittings shall be examined before laying and no piece shall be installed which is found to be defective. Any damage to the pipe linings or coatings shall be repaired as directed by the Engineer. Handling and laying of pipe and fittings shall be in accordance with the manufacturer's instruction and as specified herein. B. All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work, and when laid, shall conform to the lines and grades required. Ductile iron pipe and fittings shall be installed in accordance with requirements of AWWA C600 except as otherwise provided herein. A firm, even bearing throughout the length of the pipe shall be constructed by tamping bedding and precover material. Blocking will not be permitted. If any defective pipe is discovered after it has been laid, it shall be removed and replaced with a sound pipe in a satisfactory manner by the Contractor, at his own expense. C. All pipe shall be sound and clean before laying. When laying is not in progress, including lunchtime, the open ends of the pipe shall be closed by watertight plugs or other approved means. Good alignment shall be preserved in laying. The deflection at joints shall not exceed that recommended by manufacturer. Fittings, in addition to those shown on the Drawings, shall be provided, if required, for crossing utilities which may be encountered upon opening the trench. Solid sleeves shall be used only where approved by the Engineer. D. When cutting pipe is required, the cutting shall be done by machine, leaving a smooth cut at right angles to the axis of the pipe. Cut ends of pipe to be jointed with a bell shall be beveled to conform to the manufactured spigot end. Cement lining shall be undamaged. . E. The Contractor shall have on hand at the start of the job, one 1/16 bend and one 1/8 bend for each size of pipe. These shall be used as job conditions require. F. Concrete thrust blocks shall be installed at all fittings not provided with approved mechanical restraints as provided herein, and other locations as directed by the Engineer. Minimum bearing area shall be as approved by the Engineer. Joints shall be protected by felt roofing paper prior to placing concrete. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, or interfere with the removal of any joint. Wooden side forms or sand bags shall be provided for thrust blocks. 3.02 PUSH -ON JOINTS A. Push -on joints shall be made in accordance with the manufacturer's instructions. Pipe shall be laid with bell ends looking ahead. A rubber gasket shall be inserted in the groove of the bell end of the pipe, and the joint surfaces cleaned and lubricated. The plain end of the pipe to be laid shall then be aligned and inserted in the bell of the pipe to which it is to be joined and pushed home with a jack or by other means. After joining the pipe, a metal feeler shall be used to make certain that the rubber gasket is correctly located. A21985e2616 02616 -4 10/16195 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 3.03 MECHANICAL JOINTS A. Mechanical joints shall be made in accordance with Appendix A of AWWA C111 and the manufacturer's instructions. Thoroughly clean and lubricate the joint surfaces and rubber gasket with soapy water before assembly. Bolts shall be tightened to the specified torques. Under no conditions shall extension wrenches or pipe over handle of ordinary ratchet wrench be used to secure greater leverage. 3.04 FLANGED JOINTS A. Flanged joints shall be installed where shown on the Drawings. Extreme care shall be exercised to ensure that there is no restraint on opposite ends of pipe or fitting which will prevent uniform gasket compression, cause unnecessary stress, bending or torsional strains to flanges or flanged fittings. Adjoining push -on joints shall not be assembled until flanged joints have been tightened. Bolts shall be tightened alternately and evenly. After installation apply a bitumastic coating to bolts and nuts. 3.05 RESTRAINED JOINTS A. Restrained joints shall be installed where shown on the Drawings. The joint assemblies shall be made in accordance with the manufacturer's recommendations. 3.06 FLEXIBLE JOINT PIPE A. The flexible joint pipe shall be installed in accordance with the manufacturer's recommendations. In addition, the installed deflection shall be limited to 12 degrees per joint and provisions shall be made where required to prevent flotation or buoyancy of the pipe. 3.07 SLEEVE TYPE COUPLINGS A. Couplings shall be installed where shown. Couplings shall not be assembled until adjoining push -on joints have been assembled. After installation, apply a heavy bitumastic coating to bolts and nuts. 3.08 POLYETHYLENE ENCASEMENT A. The polyethylene encasement shall be installed in accordance with either method specified in AWWA C105. 1 3.09 TESTING (Pressure Piping) A. Furnish all necessary equipment and labor for carrying out a pressure test and leakage test on the pipelines. The procedures and method for carrying out the pressure and leakage tests shall be approved by the Engineer. B. Make any taps and furnish all necessary caps, plugs, etc, as required in conjunction with testing a portion of the pipe between valves. Furnish a test pump, gages and any other equipment required in conjunction with carrying out the hydrostatic tests. A2198S02.616 02616 -5 10/18/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements C. All pipelines shall be subjected to a hydrostatic pressure of 50 percent above the normal operating pressure and this pressure maintained for at least one hour. The leakage test shall be conducted at the maximum operating pressure as determined by the Engineer and this pressure shall be maintained for at least two hours during the test. Hydrant branch gate valves shall remain open during this test. The amount of leakage which will be permitted shall be in accordance with AWWA C600. 3.10 CHLORINATION OF PIPELINES A. Before being placed in service, all new potable water pipelines including plant water shall be chlorinated using the continuous feed method specified in AWWA C651. The procedure shall be approved by the Engineer in advance. B. The location of the chlorination and sampling points will be determined by the Engineer in the field. Taps for chlorination and sampling shall be installed by the Contractor. The Contractor shall uncover and backftll the taps as required. C. The general procedure for chlorination shall be first to flush all dirty or discolored water from the lines and then introduce chlorine in approved dosages through a tap at one end, while water is being withdrawn at the other end of the line. The chlorine solution shall remain in the pipeline for 24 hours. D. Following the chlorination period, all treated water shall be flushed from the lines at their extremities and replaced with water from the distribution system. All treated water flushed from the lines shall be disposed of by discharging to the nearest sanitary sewer or by other approved means. No discharge to any storm sewer or natural water course will be allowed. Bacteriological sampling and analysis of the replacement water may then be made by the Engineer in full accordance with AWWA C651. The Contractor will be required to rechlorinate, if necessary and the line shall not be placed in service until the requirements of the Texas Natural Resources and Conservation Commission are met. E. Special disinfecting procedures shall be used in connections to existing mains and where the method outlined above is not practical. 3.11 CLEANING A. At the conclusion of the work thoroughly clean all of the new pipelines by flushing with water or other means to remove all dirt, stones, pieces of wood or other material which may have entered during the construction period. If, after this cleaning, obstructions remain, they shall be removed. A2198502.616 END OF SECTION 02616 -6 10/18/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2198S09 901 SECTION 09901 SURFACE PREPARATION AND SHOP PRIME PAINTING PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required for the surface preparation and application of shop primers on ferrous metals, excluding stainless steels, as specified herein. 1.02 RELATED WORK A. Field painting is included in Section 09902. B. Equipment and piping are included in Divisions 11 and 15. 1.03 SUBMITTALS A. Submit to the Engineer for approval, as provided in Section 01300, shop drawings, manufacturer's specifications and data on the proposed primers and detailed surface preparation, application procedures and dry film thicknesses. B. Submit representative physical samples of the proposed primers, if requited by the Engineer. 1.04 REFERENCE STANDARDS A. Steel Structures Painting Council (SSPC) 1. SSPC -PA -2 - Measurement of Dry Paint thickness with Magnetic Gauges 2. SSPC - Commercial Blast Cleaning 3. SSPC-SP-10 - Near -White Blast Cleaning B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply, unless otherwise noted. PART 2: PRODUCTS 2.01 MATERIALS A. Submerged Surfaces - Ferrous metals which will be submerged or which are subject to splash action or which are specified to be considered submerged service shall be sprayed with one shop coat of Tnemec 66 -1211 Red Primer, dry film thickness 35 to 45 mils by Tnemec Co., or equal. 09901 -1 09/21/95 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements B. Non-Submerged Surfaces - Spray apply one coat shop of Tnemec 66 -1211 Red Primer, dry film thickness 3.0 to 4.0 mils by Tnemec Co., or equal. C. Non -Primed Surfaces - Gears, bearing surfaces, and other similar surfaces obviously not to be painted shall be given a heavy shop coat of grease or other suitable rust- resistant coating. This coating shall be maintained as necessary to prevent corrosion during all periods of storage and erection and shall be satisfactory to the Engineer up to the time of the final acceptance test. D. Compatibility of Coating Systems - Shop priming shall be done with primers that are guaranteed by the manufacturer to be compatible with their corresponding primers and finish coats for use in the field and which are recommended for use together. PART 3: EXECUTION 3.01 APPLICATION A. Surface Preparation and Priming A2198509.901 1. Non - submerged components scheduled for priming, as defined above, shall be sand - blasted cleaned in accordance with SSPC-SP-6, Commercial Grade, immediately prior to priming. Submerged components scheduled for priming, as defined above, shall be sandblasted clean in accordance with SSPC- SP -10, Near White, immediately prior to priming. 2. Surfaces shall be dry and free of dust, oil, grease and other foreign material before priming. 3. Shop prime in accordance with approved manufacturer's recommendations. END OF SECTION 09901 -2 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlotinatim and Filter Improvements PART 1: GENERAL 1.01 SCOPE OF WORK 1.02 RELATED WORK 1.04 APPLICATION EXPERIENCE A2198909 902 SECTION 09902 FIELD PAINTING A. Fumish all materials, labor, equipment and incidentals required to perform all the painting necessary to complete this Contract in its entirety. B. It is the intent of these Specifications to paint newly installed pipe, equipment, valves, exterior masonry, exposed structural and miscellaneous steel; doors, door closers, surface sound/weather seals, mechanical and electrical equipment, pipe, fittings and valves; electrical conduit and appurtenances as well as existing chlorine scales and existing door as indicated on the Drawings; all as specified in the attached painting schedules and all other work obviously required to be painted unless otherwise specified. Minor items not mentioned in the schedule of work shall be included in the work of this Section where they come within the general intent of the specifications as stated herein. C. It shall be the responsibility of the Contractor to visit the site and examine all areas to be painted in order to determine the quantity and complexity of the work. A. Coating and painting systems include surface preparation, prime coating and finish coatings. Where prime coatings are shop applied, the Contractor shall instinct suppliers to provide the prime coat compatible with the finish coat specified. Any work which does not conform to this specification is subject to rejection by the Engineer. Shop - applied prime coatings which are damaged during transportation, constmction or installation shall be thoroughly cleaned and touched up in the field following procedures recommended by the paint supplier. The Contractor shall use repair procedures which ensure the complete protection of all adjacent primers. 1.03 SAMPLES A. Submit color cards for initial color selections. B. Submit to the Engineer for approval, as provided in Section 01300, shop drawings, manufacturer's specifications and data on the proposed paint and detailed surface preparation, application procedures and dry film thicknesses. A. Painting personnel shall have a minimum of three (3) years of practical experience applying the selected paint products. A list of references and jobs completed using the selected paints will be required with the initial submittal. 09902 -1 0921/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 1.05 INSPECTION DEVICES A. The Contractor shall fumish, for the duration of the contract, paint inspection device(s) for measurement of dry film thickness of coatings and paints. Proper calibration devices, methods and procedures shall be included with the inspection devices. The instruments shall be maintained in good working order and shall be made available to the Engineer upon request for verifying thicknesses. B. The Contractor shall maintain records of dry film thickness for each process pipe, piece of equipment and miscellaneous appurtenances. Copies of these records shall be provided to the Engineer upon request during the course of the work. 1.06 SAFETY AND HEALTH REQUIREMENTS A. The Contractor shall provide and require the use of personal protective devices for all his/her workers on the site. Explosion -proof lights and electrical equipment shall be used in confined areas where solvent vapors may accumulate. B. The Contractor shall maintain proper ventilation, illumination and sound protection while work is in progress. PART 2: PRODUCTS 2.01 MATERIALS A. All painting materials shall be by the Tnemec Company, Inc., Acro, Carboline Company, or approved equal. The painting schedule has been prepared on the basis of Tnemec products (unless otherwise noted) and Tnemec recommendations for application. Brands other than those named will be considered for approval provided sufficient data, substantiated by certified tests demonstrate its equality to the paint named, is submitted to the Engineer in writing for approval. The type and number of tests perfomled shall be subject to the Engineer's approval. B. All painting materials shall be delivered in unbroken packages, bearing the manufacturer's brand and name. They shall be used without adulteration and mixed, thinned and applied in strict accordance with manufacturer's directions for the applicable materials and surface and with the Engineers approval before using. C. Shop priming shall be done with primers that are guaranteed by the manufacturer to be compatible with the finish paints to be used. Refer to Section 09901. D. No paint containing lead will be allowed. Oil shall be pure boiled linseed oil. E. Materials shall be in full compliance with the requirements of pertinent codes and fire regulations. Proper containers outside of the buildings shall be provided and used for painting wastes and no plumbing fixture shall be used for this purpose. F. All coatings and paints shall be stored in enclosed structures to protect them from weather and excessive heat or cold. Flammable coatings or paint must be stored to conform with City, A2198S09902 09902 -2 09/21/95 Abbr. Service Fluid Color Band Color Pipe Marker Legend CL2G Chlorine Gas Yellow CHLORINE GAS CL2S Chlorine Solution Yellow Red CHLORINE SOLUTION D Drainage Grey DRAIN HPA High Pressure Air Green HIGH PRESSURE AIR PW Potable Water Blue POTABLE WATER PTW Protected Water Blue Yellow PROTECTED WATER 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077-112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements County, State and Federal safety codes for flammable coating or paint materials. At all times, coatings and paints shall be protected from freezing. 2.02 COLOR CODING FOR PIPES AND EQUIPMENT A. The color code establishes, defines and assigns a definite color for each process system. All elements which are an integral part of the system, that is originating from the equipment and/or supplying the equipment, shall be painted between and up to, but not including, the fixed flanges nor the flexible conduit connections on the equipment. Valves and fittings shall be painted in the A2198509 902 color of the main body of the pipe. Painting and coding shall comply with the requirements of the PIPING SCHEDULE. PIPING SCHEDULE B. Piping system identification shall comply with the requirements of ANSI A13.1. C. Colors listed are general. Actual colors will be selected based on a comparison to the existing plant color codes, except as otherwise indicated; samples shall be furnished for all pipe paint colors; with chips from existing piping where new service lines are connecting. D. Banding 1. Unless special spacing is listed in schedule, apply banding to pipe at connections to equipment, valves, branch fittings, at wall, floor, or ceiling boundaries and at intervals not greater than 36 feet. E. Labels and Directional Arrows 1. Apply labels with directional avows at connections to equipment, valves, branch fittings, at least one wall, floor, or ceiling boundary within a room, and at intervals not greater than 36 feet. 09902 -3 0921/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 2. At each label, arrows indicating direction of flow shall point away from label. If flow may be in both directions, use double headed arrows. F. All hanger saddles and pipe support floor stands shall be painted the same color as the pipe it supports. Hanger rods and hanger rod connections to building structure shall be painted to match the color of the wall or ceiling to which it is attached. 2.03 LETTERING OF TITLES A. The name of the materials in each pipeline and alongside the name an arrow indicating the direction of flow of fluids, shall be indicated on each pipe system. Titles shall not be located mom than 36 linear feet apart and shall also appear directly adjacent to each side of any wall the pipeline breaches, adjacent to each side of the valve regulator, flowcheck, strainer cleanout and all pieces of equipment. B. Titles shall identify the contents by complete name at least once in each space through which it passes and, thereafter, by generally recognized abbreviations, letters and numerals as approved. Identification title locations shall be detemrined by the Engineer, but, in general, they shall be placed where the view is unobstructed and on the two lower quarters of pipe or covering where they are overhead. Title should be clearly visible from operating positions, especially those adjacent to control valves. C. Numbers and letter shall be die -cut from 3.5 mil vinyl film and prespaced on carrier tape. Adhesive and finish surface shall be protected with one piece removable liners. Color shall be white or black as approved depending on substrate color. D. Letter size shall be as indicated in the following table: Outside Diameter of Pipe or Covering Size of Legend Letters 1/4-in to 11/4-in t/s -in 11/4-in to 2 -in 1/4-in 21/4-in to 6 -in 11/4 8 -in to 10 -in 2r/2 -in Over 10 -in 31 -in E. The system for preparation and application of letters shall be Type B a.s.i /2 by Architectural Signing Inc., Marina Del Rey, CA; Architectural Graphics Inc., Norfolk, VA; or equal. Letter type shall be Optima Bold, upper case. Grid 2 spacing shall be employed. Arrow shall match as approved, letter type and size. The instructions of the manufacturer shall be followed in respect to storage, surface preparation and applications of letters. 2.04 111LES OF EQUIPMENT A. Titles shall be provided in vinyl film as specified above on all equipment using 1 -inch high Optima Bold upper case, Grid 2 spacing, white or black in color as approved depending on substrate color. Titles shall be mounted at eye level on machines where possible or at the uppermost broad vertical surface of low equipment. Where more than one piece of the equipment A2198909 902 09902 -4 09/21/95 8077 -1 12 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements item to be titled exists, the items shall be numbered consecutively as indicated on the mechanical drawings or as directed by the Engineer; for example, Pump No. 1, Pump No. 2, etc. Titles shall be composed in more than one line if required and justified on the left hand side as approved. PART 3: EXECUTION 3.01 PREPARATION OF SURFACES A. All surfaces to be painted shall be prepared as specified by the paint supplier and shall be dry and clean before painting. B. All metal welds, blisters, etc. shall be ground and sanded smooth. All pits and dents shall be filled and all imperfections shall be corrected so as to provide a smooth surface for painting. All rust, loose scale, oil, tar and asphalt bearing coatings, grease and dirt shall be removed by use of approved solvents, wire brushing, grinding or sanding. C. New concrete shall be left for one month minimum before painting and shall be free of dust, oil, curing compounds and other foreign matter. D. Concrete masonry unit surfaces shall be smooth and cleaned of all dust, loose mortar and other foreign matter. E. All PVC pipe and other plastic matrix surfaces to be painted shall be lightly sanded and cleaned of residue before painting. F. Galvanized, aluminum, and copper surfaces shall have all oxidation and foreign material removed by SSPC -SP1, Solvent Cleaning using an approved V.O.C. compliant method, before painting. 3.02 PAINTING SCHEDULE A. All colors will be selected by the Engineer /Owner from standard manufacturer's color samples. B. The following types of paints by Tnemec Co. have been used as a basis for the paint schedule: 1. 1255 Hi -Build Epoxoline (Series 66) - polyamide cured epoxy 2. Masonry Surfacer (No. 54 -562) - modified epoxy 3. Color Endura- Shield III (Series 73) 4. Color Endura - Shield (Series 71) 5. Color High Solids Epoxy (Series 104) 6. 1211 Red Pota -Pox - Series 20 7. 1255 Beige Pota -Pox II - Series 139 A2190509902 09902 -5 09!21195 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements C. The number of coats called for in this schedule shall be considered minimum. If more coats are required for complete coverage and uniform appearance, they shall be applied. Colors will be selected by the Owner from standard manufacturer's color samples. 1. Type of Surface: Ferrous Metal or Pie-Painted Ferrous Metal Type of Structure: Miscellaneous Ferrous Metal, Pumps, Motor, etc. Exposure Condition: Non - Submerged, Exterior Surface Preparation: All surfaces shall be dry, clean and free of all contaminants. Remove all loosely adhering paint by Hand or Power Tool Cleaning per SSPC-SP2 or SP3. Apply a test patch to ensure compatibility. A2198509.902 8. Color Pota -Pox II - Series 139 9. 1255 Pota -Pox - Series 20 10. 6601 Envimfill - Series 130 11. Tnemec - Tufcoat - Series 114 12. 6603 Envimfill PC - Series 130 13. Elasto -Grip - Series 151 14. Enviro-Crete - Series 156 15. Chembuild - Series 135 Painting System: First Coat - Second Coat - Tnemec Series 50-330 Poly -Ura -Prime applied at 2.5 -3.0 dry mils Tnemec Series 73 Endura-Shield III applied at 3.0 -5.0 dry mils. Total dry film thickness shall be 5.5 mils minimum. 2. Type of Surface: Ferrous Metal Type of Structure: Handrails, Doors, Window Frames, Clarifier Bridges, etc. Exposure Condition: Interior and Exterior, Non - Submerged Surface Preparation: SSPC-SP6 Commercial Blast Clean Painting System: First Coat - Tnemec Series 66 -1255 Hi -Build Epoxoline applied to 4.0 -6.0 dry mils 09902 -6 0921/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2198509.902 3. Type of Surface: Type of Structure: Exposure Condition: Surface Preparation: Painting System: 4. Type of Surface: Type of Structure: Exposure Condition: Surface Preparation: Painting System: 5. Type of Surface: Type of Structure: Exposure Condition: Surface Preparation: Second Coat - Tnemec Series 71 Color Endura - Shield applied at 1.5 -2.5 dry mils Thing Coat - Tnemec Series 71 Color Endure- Shield applied at 1.5 -2.5 dry mils. Total dry film thickness shall be 7.0 dry mils minimum. Ferrous Metal Severe moisture and chemical contact and fumes, such as: chemical tanks, feeders, rotary drums, vacuum filters, valves, conveyors, pipes, sluny tanks, lime and ferric sulfide tanks, interior and exterior. Non-Submerged Surface shall be sandblasted to a SSPC-SP6 commercial blast finish. Surface shall be dry, clean and free of all contaminants. First Coat - Tnemec Series 66 -1255 Hi -Build Epoxoline applied at 4.0 -6.0 dry mils Second Coat - Tnemec Series 104 Color H.S. Epoxy applied at 6.0 -8.0 dry mils. Total dry film thickness shall be 10.0 mils minimum. Ferrous Metal Piping, Fittings and Valves Non-Submerged Surface must be free of moisture, oil and grease. Remove all loosely adhering rest by Hand or Power Tool Cleaning per SSPC-SP2 or SP3. First Coat - Tnemec Series 50-330 Poly -Ura -Prime applied at 25 -3.0 dry mils Second Coat - Tnemec Series 73 Endura - Shield 111 applied at 3.0 -5.0 dry mils. Total dry film thickness shall be 6.5 mils minimum. Ferrous Metal Agitators, Gates, Flumes, Weirs, Pipes, Baffles, Paddles, Pumps, Flights and Troughs Submerged or Intermittently Submerged SSPCSPIO Near White Metal Blast 09902 -7 09/21195 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2198S09.902 Painting System: 6. Type of Surface: Type of Structure: Surface Preparation: Painting System: 7. Type of Surface: Type of Structure: Surface Preparation: Painting System: 8. Type of Surface: Type of Stmctuie: Surface Preparation: Painting System: Shop Coat - Second Coat - Thins Coat - Tnemec Series 20 -1211 Red Pota -Pox applied at 3.0 -5.0 dry mils Tnemec Series 139 -1255 Beige Pota -Pox II applied at 6.0 -8.0 dry mils. Tnemec Series 139 -AA83 Tank White Pota -Pox 11 applied at 6.0 -8.0 dry mils. Total dry film thickness shall be 15.0 mils minimum. Galvanized or Non - Ferrous Metal Non - Submerged, Exterior Solvent wipe per SSPC-SPI to remove all soluble contaminants, Power Tool Clean per SSPC-SP3 clean to remove all insoluble contaminants. First Coat - Tnemec Series 66 -1255 Hi -Build Epoxoline applied at 4.0 dry mils Second Coat - Tnemec Series 73 Color Endura- Shield III applied at 3.0 dry mils. Total dry film thickness shall be 7.0 mils minimum. Galvanized or Non - Ferrous Metal Non-Submerged, Interior Solvent wipe per SSPC-SP1 to remove all soluble contaminants, Power Tool Clean per SSPC-SP3 to remove all insoluble contaminants. First Coat - Tnemec Series 66 -1255 Hi -Build Epoxoline applied at 4.0 dry mils Second Coat - Tnemec Series 66 Color Hi -Build Epoxoline applied at 4.0 dry mils. Total dry film thickness shall be 8.0 mils minimum. Galvanized and Non - Ferrous Metal Submerged, Interior and Exterior SSPC-SP7, brushoff blast cleaning First Coat - Tnemec Series 20 -1255 Pota -Pox applied at 4.0 dry mils Second Coat - Tnemec Series 139 Color Pota -Pox II applied at 6.0 dry mils. Total dry film thickness shall be 10.0 mils minimum. 09902 -8 0921/95 1 A 1 1 1 1 1 1 1 1 1 1 1 1 1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2198509.902 9. Type of Surface: Type of Structure: Exposure Condition: Surface Preparation: Painting System: 10. Type of Surface: Type of Structure: Surface Preparation: Painting System: 11. Type of Surface: Surface Preparation: Painting System: 12. Type of Surface: Exposure Condition: Surface Preparation: CMU Existing CMU Buildings Exterior, Non -Submerged Allow mortar to cure 14 days. Level all mortar spatter and protrusions. All surfaces must be dry, clean and flee of all contaminants. Fill all voids and bugholes with Tnemec Series 130 -6603 Envirofill PC. Power wash all existing painted surfaces as recommended by paint supplier. First Coat - Tnemec Series 151 applied at 3.0 -9.0 wet mils. Second and Third Coat - Tnemec Series 156 applied at 6.0 -8.0 dry mils per coat. PVC Pipe Interior PVC Conduits and Pipes Hand sand to roughen pipe surface. Clean per SSPC - SP1 Solvent Clean with a suitable solvent to prevent all inked numbers and provide a surface profile. First Coat - Tnemec Series 66 -1255 Hi -Build Epoxoline applied at 4.0 dry mils Second Coat - Tnemec Series 66 Color Hi -Build Epoxoline applied at 4.0 dry mils. Total dry film thickness shall be 8.0 mils minimum. Tar Coated Pipe SSPC -SP7 Brush Blast Cleaning to remove any contamination and chalking present on the surface. First Coat - Tnemec Series 135 Hi -Build Epoxoline applied at 3.0 dry mils Second Coat - Tnemec Series 73 Color Hi -Build Epoxoline applied at 4.0 dry mils. Total dry film thickness shall be 7.0 mils minimum or until bleed- through ' of tar is stopped. PVC Pipe Exterior Solvent wipe per SSPC -SP1 to remove all numbers and lettering. 09902 -9 09/21/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2198009 902 Painting System: 13. Type of Surface: Exposure Condition: Surface Preparation: Painting System: 14. Type of Surface: Exposure Condition: Surface Preparation: Painting System: 3.03 FIELD PRIMING One Coat - Tnemec Series 73 Color Endura - Shield III applied at 3.0 -4.0 dry mils CPVC Pipe Interior or Exterior Solvent wipe per SSPC -SP1 to remove all numbers and lettering. First Coat - Tnemec Series 66 -1255 Hi -Build Epoxoline applied at 4.0 -6.0 dry mils Second Coat - Tnemec Series 73 Color Endura- Shield ]II applied at 3.04.0 dry mils. Total dry film thickness shall be 7.0 mils minimum. Copper Pipe Interior or Exterior Solvent wipe per SSPC -SP1 to remove all soluble contaminants. Power Tool Clean per SSPC -SP1 to remove insoluble contaminants. If pipe is submerged, clean per SSPC -SP7. First Coat - Tnemec Series 66 -1255 Hi -Build Epoxoline applied at 4.0 -6.0 dry mils Second Coat - Tnemec Series 73 Color Endura - Shield III applied at 3.04.0 dry mils. Total dry film thickness shall be 7.0 mils minimum. A. Steel members, metal castings, mechanical and electrical equipment and other metals which are shop primed before delivery at the site will not require a prime coat on the job. All piping and other bare metals to be painted shall receive one coat of primer before exposure to the weather, and this prime coat shall be the first coat as specified in the painting schedule. B. Equipment which is specified to receive a baked -on enamel finish or other factory fmish shall not be field painted unless the finish has been damaged in transit or during installation. Surfaces that have been shop painted and have been damaged, or where the shop coat or coats of paint have deteriorated, shall be properly cleaned and retouched before any successive painting is done on them in the field. All such field painting shall match the original finish. C. Equipment shipped with a protective shop painting coat or coats shall be touched up to the satisfaction of the Engineer. 09902 -10 092195 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 3.04 FIELD PAINTING A. All paint shall be at mom temperature before applying, and no painting shall be done when the temperature is below 60 °F, in dust -laden air, when rain or snow is falling, or until all traces of moisture have completely disappeared from the surface to be painted. B. Successive coats of paint shall be tinted so as to make each coat easily distinguishable from each other with the final undercoat tinted to the approximate shade of the finished coat. C. Finish surfaces shall not show brash marks or other irregularities. Undercoats shall be thoroughly and uniformly sanded with No. 00 sandpaper or equal to remove defects and provide a smooth even surface. Top and bottom edges of doors shall be painted and all exterior trim shall be back - primed before installation. D. Painting shall be continuous and shall be accomplished in an onlerly manner so as to facilitate inspection. Materials subject to weather shall be prime coated as quickly as possible. Surfaces of exposed members that will be inaccessible after erection shall be cleaned and painted before erection. E. All painting shall be performed by approved methods with number of coats modified as required to obtain the total dry film thickness specified. Spray painting shall be perforated specifically by methods submitted and as approved by the Engineer. F. All surfaces to be painted, as well as the atmosphere in which painting is to be done, shall be kept warm and dry by heating and ventilation, if necessary, until each coat of paint has hardened. Any defective paint shall be scraped off and repainted in accordance with the Engineer's directions. G. Before final acceptance of the work, all damaged surfaces of paint shall be cleaned and repainted as directed by the Engineer. 3.05 WORKMANSHIP A. All surface preparation, coating and painting shall conform to applicable standards of the Steel Structures Painting Council, and the manufacturers printed instructions. B. All work shall be performed by skilled craftsmen qualified to perform the required work in a manner comparable with the best standards of practice. Continuity of personnel shall be maintained and transfers of key personnel shall be coordinated with the Engineer. C. The Contractors coating and painting equipment shall be designed for application of materials specified and shall be maintained in first class working condition. Compressors shall have suitable traps and filters to remove water and oils from the air. The Contractors equipment shall be subject to approval of the Engineer. D. Application of the first coat shall follow immediately after surface preparation and cleaning. A2198S09 902 09902 -11 0921!95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements E. Thinning shall be permitted only as recommended by the manufacturer and approved by the Engineer, and utilizing the thinners as recommended by the paint supplier. F. Each application of coating or paint shall be applied evenly, free of brush marks, sags, runs, with no evidence of poor workmanship. Care shall be exercised to avoid lapping on glass or hardware. Coatings and paints shall be sharply cut to lines. Finished surfaces shall be free from defects or blemishes. G. Protective coverings or drop cloths shall be used to protect floors, fixtures, and equipment. Care shall be exercised to prevent coatings or paints from being spattered onto surfaces which are not to be coated or painted. Surfaces from which materials cannot be removed satisfactorily shall be recoated or repainted as required to produce a finish satisfactory to the Engineer. H. All solvent vapors shall be completely removed by suction -type exhaust fans and blowers before placing in operating service. 3.06 CLEAN -UP A. Upon completion of the work, all staging, scaffolding and containers shall be removed from the site or destroyed in a manner approved by the Engineer. Coating or paint spots, oil or stains upon adjacent surfaces shall be removed and the jobsite cleaned. All damage to surfaces resulting from the work of this section shall be cleaned, repaired, or refinished to the satisfaction of the Engineer at no cost to the Owner. 3.07 COLOR SCHEDULE A. Pipe lines, equipment, or other items which are not listed here shall be assigned a color by the Engineer and shall be treated as an integral part of the Contract. B. All moving parts, drive assemblies, and covers for moving parts which are potential hazards shall be Safety Orange #CA26. C. All safety equipment shall be painted in accordance with Occupational Safety and Health Act (OSHA) standards. D. All inline equipment and appurtenances not assigned another color shall be painted the same base color as the piping. The pipe system shall be painted with the pipe color up to, but not including, the flanges attached to pumps and mechanical equipment assigned another color. Tanks shall be painted the color of the piping system that they serve, unless the tank is fiberglass. E. Colors shall be as selected by the Engineer, but shall be reviewed by the Owner for final color selection at the time of shop drawing review. A219AS09,902 END OF SECTION 09902 -12 09/21/95 8077 -11YDN City of Round Rock Water Treatment Rant Chlorinafim and Filter Improvenelts PART 1: GENERAL 1.01 SCOPE OF WORK A2198311 234 SECTION 11234 CHLORINATION SYSTEM A. Furnish all labor, materials, equipment (except Owner furnished equipment listed herein) and incidentals required and install complete, ready for operation and field test the chlorination system as shown on the Drawings and as specified herein. B. All necessary and desirable accessory equipment and auxiliaries whether specifically mentioned in this Specification or not shall be furnished and installed as required for an installation incorporating the highest standards for this type of service. 1.02 RELATED WORK A. Field painting is included in Section 09902. B. Chlorine gas leak detection system is included under Section 11258. C. Mechanical piping, valves, pipe hangers, accessories and appurtenances are included under Division 15. D. Electrical work, except as specified herein is included in Division 16. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, complete shop and working drawings of all materials and equipment to be fumished and installed under this Section. B. Submit at least the following infomration, in addition to that requested in Section 01300, prior to installation. 1. Literature and drawings describing the equipment in detail, including but not limited to, parts lists, dimensions, materials, details of construction, and complete installation instructions. 2. Literature and drawings describing the electrical, control and instrumentation work, including but not limited to, one comprehensive electrical single line diagram integrating all power components of the system; schematic electrical wiring diagrams; and interconnection wiring diagrams showing all system components. 3. Written certification from the manufacturer that materials and equipment, including all coatings, are suitable for use in a chlorine environment. 11234 -1 0921/95 Services Provided Minimum No. of Trips t°I Minimum Time on Site 41 1. Supervise Installation 2 4 Hours 2. Inspect and Approve Installation 4) 2 t`I 4 Hours 3 Supervise Testing 2 I 4 Hours 4. Instruct Owner and Engineer Representatives in proper startup and O &M 1 41 4 Hours 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements C. Submit, in accordance with Section 01730, complete sets of startup, operating, and maintenance instmctions for each piece of equipment for the system. D. Submit certified copies of results from all field tests. 1.04 QUALITY ASSURANCE A. The chlorination system equipment manufacturer(s) shall have experience in the design and manufacture of equipment of similar size and capacity. B. Materials and equipment shall be free from all defects and imperfections that might affect the serviceability of the finished product. C. All materials and equipment fumished and the complete installation shall comply with the recom- mended practices and standards of the Chlorine Institute, Inc. D. It shall be the responsibility of the manufacturers, acting through the Contractor, to check the installation requirements and to provide properly sized equipment and accessories as shown on the Drawings, as specified herein, and as required to ensure a properly functioning system. E. Operation and Maintenance Data 1. Complete operating and maintenance instructions shall be fumished for all equipment included under these specifications as provided in Section 01730. The maintenance instmctions shall include troubleshooting data and full preventive maintenance schedules and complete spare parts lists with ordering information. 2. A manufacturer's factory representative who has complete knowledge of proper startup, installation, operation and maintenance of the equipment/system being provided shall provide the following services: MANUFACTURERS' REPRESENTATIVE DUTIES A2198S11.234 11234 -2 0921/95 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements (a) The manufacturers' factory representative shall be present at frequent enough intervals to ensure proper installation testing and initial operation of the equipment (b) The manufacturers' factory representative shall provide to the engineer a written certification that the equipment has been installed in accordance with the manufacturers' recommendaticns. (c) May be done immediately following completion of Item 1 if acceptable to the Engineer. (d) May be done immediately following completion of Item 2 if acceptable to the Engineer. (e) This instruction may be given following completion of Item 3, provided that the test is successful, the O &M Manuals have been approved, and is acceptable to the Engineer. 1.05 SYSTEM DESCRIPTION A. All of the equipment specified herein is intended to be manufacturer's standard equipment for use in a chlorination system. The proper functioning of the chlorine system shall be the sole responsibility of the manufacturer. The chlorine system shall include, but not be limited to, the following major components: Equipment Description Quantity Chlorinators 3 Vacuum Regulators 8 Automatic Switchover Unit 1 Chlorine Injectors 3 Chlorine Cylinder Scales 1 B. Miscellaneous associated equipment required for the proper operation of the system, including but not limited to valves, couplings, pressure switches, fittings, and gauges shall be provided as required to provide a complete, operating chlorination system. Two existing 2- cylinder scales shall be relocated, as shown on the Drawings, and put into operation with the modified system. The contractor shall sandblast, repaint, relocate and retrofit the existing scales with load cells and transmitters as necessary to provide 4 -20 mA proportional weight signal. C. Chlorine shall be delivered in one -ton containers. Four one -ton containers will be manifolded together per bank (total of eight) and chlorine will discharge from the ton containers to the vacuum regulators. A vacuum regulator shall be mounted on each ton container. At the vacuum regulator, the chlorine under pressure is converted to a vacuum and flows to the automatic switch - over unit. The automatic switchover unit shall switch from empty ton containers to full ton containers. From the automatic switchover unit, the chlorine gas flows to the chlorinators. Three (3) new and two (2) existing chlorinators will be used. The chlorinators meter (flow pace or manual control) the chlorine to the injectors, which imports the vacuum on the system. The chlorine solution then flows to the appropriate feed point. 1.06 DELIVERY, STORAGE AND HANDLING A. All equipment shall be crated, delivered and uncrated so as to protect against any damage. B. All parts shall be properly protected so that no damage or deterioration shall occur during a prolonged delay from the time of shipment until installation is completed and the equipment is ready for operation. A2198S11234 11234 -3 0901/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements C. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. D. The finished surfaces of all exposed flanges shall be protected by wooden blank flanges, strongly built and securely bolted thereto. E. Factory assembled parts and components shall not be dismantled for shipment unless permission is received in writing from the Engineer. 1.07 MAINTENANCE A. Tools and Spare Parts 1. Special tools required for normal operation and maintenance shall be supplied for each piece of equipment furnished. 2. Each piece of equipment shall be fumished with the manufacturer's recommended spare parts to include the following: b. Miscellaneous tubing and gaskets. 3. All tools and spare parts shall be fumished in containers clearly identified with indelible markings as to their contents. Each container shall be packed with its contents protected for storage. All tools shall be furnished in steel tool boxes. - PART 2: PRODUCTS a. One chlorine vacuum gauge with diaphragm seal ( -30 to +15 psi). 2.01 MATERIALS AND EQUIPMENT A. These specifications are intended to give a general description of what is required, but do not cover details of construction which may vary in accordance with the exact requirements of the equipment as offered. They are, however, intended to include the fumishing, shop testing, delivery, installation, supervision and field testing of all materials, equipment and appurtenances for the chlorination equipment as herein specified, whether specifically mentioned in these Specifications or not. Also included in these Specifications is the instruction of the regular operating personnel in the cam, operation and maintenance of all equipment. B. All necessary accessory equipment and auxiliaries required for the proper functioning of the chlorination system installation incorporating the highest degree of standards for the specified type of service shall be fumished by the chlorination system supplier whether or not specifically mentioned in these Specifications or not shown on the Drawings. C. All equipment and auxiliaries shall be constructed of materials resistant to chlorine and shall be specifically for chlorine service. A2198S11.234 11234 -4 a9n1/95 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 2.02 CHLORINATORS A. Three 2,000 Ibs /day units shall be fumished and shall be of the high capacity, vacuum operated, solution feed type and shall automatically control chlorine gas feed in response to a 4-20 mA -DC flow signal proportional to raw water flow. A manual adjustment shall be provided to regulate dosage of chlorine during the flow pacing operation. Each unit shall also be capable of full manual operation. B. The chlorinators shall be designed to ensure maximum safety for operating personnel. The chlorine gas control system shall operate under vacuum to prevent gas leakage. The chlorinator cabinets shall contain a positive acting gas vacuum regulator and shutoff valve, a rotameter, a rate valve for manual dosage adjustment, a differential pressure regulator to insure reproducible accuracy, a vacuum stabilizing valve, a pressure- vacuum relief valve and electrical control and alarm equipment. C. The chlorinators shall be sized for capacities of 100 to 2000 Ibs/ day. The rotameter shall be provided on the front of the cabinet to indicate chlorine gas flow. Accuracy shall be plus or minus 4 percent of indicated flow rate over the full 20 to 1 range of the chlorinator. The rotameters shall be as listed below. Chlorinator Tag No. Rotameter Capacity CHL -01 0 - 1000 lbs /day CHL -02 0 -1000 lbs/day CHL -03 0 - 1000 lbs /day D. Each chlorinator shall be fumished with a manual switch that will be mounted on the chlorinator to allow manual selection of the flow signal input to allow full manual control, or flow pacing from the raw water flow meter. E. The units shall be fumished with gauges for indication of chlorine vacuum and injector vacuum. F. The unit shall be fumished prewired for operation on a 120 volt single phase, 60 Hz power supply. The controls shall include an on-off switch which will place the unit in service supplying power to the v -notch plug actuator, and for control of local and remote conning status and alarms. G. The chlorinators shall be Wallace & Tieman wall- mounted Series V -2000 and shall be constructed entirely of materials resistant to the corrosive attack of chlorine gas. The chlorinator shall be wall mounted with all operating components housed within a polyester impregnated fiberglass cabinet. H. Fumish one vacuum switch for "loss of vacuum alarm" on the common header. A2198311 234 11234 -5 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 2.03 FLOW PROPORTIONAL CONTROLLER AND ACTUATOR A. A flow proportional controller shall be furnished and installed with the existing Wallace and Tiernan V -75 chlorinator as shown on the Drawings. Also provide and install a manual selector which will allow full manual control or automatic control. B. The controller shall be wall mounted, NEMA 12 rated flow - proportional unit. The controller shall have an LED bar graph which displays chlorinator feed rate in percent, a no -flow alarm, a dosage control adjustment and an electronic manual override. C. The actuator shall be NEMA 4X rated and shall position the V -notch orifice via a mechanical linkage. The actuator shall have an AC reversible motor with themlal- overload protection, a mechanical -manual override with feed rate shown on the bar graph and limit switches. D. The unit shall be as manufactured by Wallace & Tieman or equal. 2.04 VACUUM REGULATORS AND SWITCHOVER SYSTEM A. Individual vacuum regulators shall be mounted directly on the gas discharge valves of the ton containers. Each regulator shall be supplied with a 115 volt heater and drip leg with an integral, removable screen located on the vacuum regulating valve. Each regulator shall have a 5 inch long rotameter to allow local adjustment and balancing of withdrawal rates from each ton container. The regulators shall include both primary and secondary check valves to prevent gas under pressure from passing through the valve. The capacity of each vacuum regulator shall be 500 ppd of chlorine gas. The vacuum regulators shall be as manufactured by Wallace & Tieman or equal. B. There shall be two banks of ton containers, each manifolded to an automatic switchover unit, which will provide automatic switchover from the on -line bank of ton containers to the standby bank of ton containers. The switchover valve shall have a capacity of 4,000 ppd and shall be of the non - isolating type whereby gas will continue to be withdrawn from the initial container source even after switchover occurs. The automatic switchover unit shall be as manufactured by Wallace & Tieman or equal. 2.05 INJECTORS A. Injectors shall be supplied as shown on the Drawings. Each injector shall be of the variable orifice type to provide operating vacuum for a solution feed, vacuum type gas chlorinator. The injectors shall be water operated and shall be Wallace & Tieman or equal. B. Each gas feeder as shown on the Drawings shall have a 2 inch PVC body injector. A remote mounted 3/4 inch ball-check valve shall be installed in the gas suction line to prevent back flooding of the gas feeder. The gas inlet connection shall be 3 /4 -in threaded and shall be complete with integral ball check and diaphragm back valves. Water supply pressure connection shall be 2 -in NPT threaded type and include pressure gauges as shown on the Drawings. The injectors shall be fumished with an integral handwheel operated tapered stem plug to adjust orifice size, in order to provide maximum ejector efficiency. A2198S11234 11234 -6 09/21/95 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Q 1 1 1 1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvanalts C. Injectors shall have the following capacities: 2.07 VALVES 2.08 CHLORINE SCALES A2198S11.234 Injector Injector Size Tag No. (Inches) Chlorine Capacity fibs /day) CI - 01 2 1000 CI -02 2 1000 CI - 03 2 1000 A. Line valves on PVC piping for chlorine solution and chlorine vacuum lines shall be PVC ball valves with PVC ball and stem and Teflon seats. Valves shall be Duo Bloc true union ball valves as manufactured by Asahi/American or equal. B. All valves shall be tested in accordance with the Chlorine Institute, Inc. and cleaned for chlorine service prior to installation. A. A load cell type chlorine scale shall be provided as shown on the Drawings. The chlorine scale shall have a capacity for storage of four one -ton chlorine cylinders weighing up to 3,600 pounds each. Each chlorine scale shall have four pairs of heavy -duty bushed bearing trunnions to allow easy rotation of each container. Each scale shall be of such size that it is within the dimensions of the containers it supports. Each load cell shall be the temperature stable, rolling diaphragm type. Load plate shall be able to tilt to 4 degrees without affecting accuracy and allow easy installation. Flexible tubing shall lead from each cell to allow easy remote installation of each dial, as shown on the Drawings. Each dial diameter shall be 12 inches and shall read zero to 16,000 pounds with provision for tare adjustment. Each dial shall be temperature stable with damper installed to prevent shock damage. Dial accuracy shall be better than 0.5 to 1 percent. Each chlorine scale shall be provided with a 4 -20 mA transmitter feed into the dial for remote transmission of tank weight. The chlorine scales shall be as manufactured by Force Flow Equipment or equal. B. Two load cells and transmitters capable of transmitting a 4 - 20 mA output for tank weight shall be provided and installed on each of the existing relocated chlorine scales. Load cells shall be Revere transducers or equal. 2.09 FREEZE -PROOF EMERGENCY SHOWER/EYE WASH UNIT (ES/EWU) A. Fumish and install, where shown on the Drawings, a combination emergency shower and eye wash unit equipped with heating cable and insulation, designed to operate at temperatures as low as -40 °F. 11234 -7 09/21/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements B. Equipment shall include a cycolac plastic shower head, stay -open ball valve, automatic volume control on both shower and eye wash, polyurethane insulation encased in PVC and a NEMA 4 enclosed thermostat. Shower flow shall be limited to 30 gpm. C. Section of supply pipe from below frost line to unit inlet shall be heated, traced, insulated and encased in PVC jacket. D. An emergency identification sign shall be included for each unit. E. Power supply shall be 120 volt AC, 60 Hertz, single phase. F. Units shall be one of the following: 1. Haws Model 8317 CTFPB Bottom Supply. 2. Speakman Model SE -6100. 3. Or equal. 2.10 FLOW ALARM SWITCHES A. Furnish and install flow alarm switches in conjunction with emergency showers, eye -wash units and face/body sprays where shown on the Drawings. B. Switches shall be selected according to the flow rate of the specific unit specified. Switches shall be provided by the manufacturer of the emergency flushing equipment or shall be accompanied by a statement of the equipment flow to ensure that proper selection is made. C. Each switch shall include a single pole double throw snap action switch rated for 5 amps, 125 /250 volt AC, 60 hertz. D. The local alarm units shall be wired as specified under Division 16 and in accordance with the manufacturer's instructions. E. The actual location of the flow switches in the piping system shall be in accordance with the manufacturer's recommendations. F. Flow switches and alarms shall be as manufactured by Haws Model No. 9001 or equal. 2.11 PIPING AND MISCELLANEOUS A. Pipe for chlorine vacuum lines shall be Schedule 80 PVC with solvent welded joints. Pipe and fittings shall be in accordance with Section 15064. B. Pressure regulators to be installed on the water supply line to the new and existing injectors shall be Watts Regulator series U5 or equal. C. A "loss of vacuum" alarm switch shall be provided and installed as shown on the Drawings. A2198511.234 11234 -8 09/21/95 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements D. All aspects of the pipe construction shall be in conformance with the Chlorine Institute Standards. All chlorine piping shall be tested and thoroughly cleaned before use in confomlance with the Chlorine Institute Standards. 2.12 SURFACE PREPARATION AND SHOP PRIME PAINTING A. Prior to prime coating, all metal surfaces of the equipment within the chlorination system shall be thoroughly clean, dry and free from all mill -scale, rust, grease, dirt, paint, and other foreign substances to the satisfaction of the Engineer. B. All metal surfaces except factory finished equipment surfaces and those obviously not to be painted such as aluminum and stainless steel shall be shop primed as specified in Section 09901. PART 3: EXECUTION 3.01 GENERAL A. Manufacturer's factory representatives who have complete knowledge of their respective equipment shall be provided in accordance with Paragraph 1.04 to supervise the testing of the chlorination system. 3.02 INSTALLATION A. Each unit shall be installed in accordance with the manufacturer's instructions and accurately aligned in orientation with related equipment. B. Supply all necessary anchor bolts, temporary lifting equipment, power, water, labor and all other requirements for satisfactory installation. C. All piping/equipment connections shall be manufactured and assembled in accordance with the applicable piping specifications in Division 15. 3.03 CLEANING AND TESTING A. Following installation, all portions of the chlorine system must be cleaned before use because chlorine can react violently with cutting oil, grease, and other foreign materials. Carbon tetra- chloride is recommended as a cleaning solvent. Cleaning must not be done with hydrocarbons or alcohols because residual solvent may react with chlorine. Any equipment received in an oily condition shall be dismantled and cleaned before use. B. Chlorine PVC piping shall be tested in accordance with Section 15052. C. All chlorine piping shall be dried after testing. This can be done by passing steam through the lines from the high end until the lines are thoroughly heated. While steaming, allow condensate and foreign matter to drain out. The steam supply should then be disconnected and all the pockets and low spots in the line drained. While the line is still warm, dry air having a dewpoint of -40 °F or below should be blown through the line until it is dry. This may require an extended A2198S11.234 11234 -9 0921/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter improvements period of time; the Engineer shall determine the amount of time required to adequately dry the piping system. D. After drying, the system should be pressurized to 150 psig with dry air or nitrogen and tested for leaks by application of soapy water to the outside of joints. Chlorine gas gradually may then be introduced and the system tested for leaks. Time shall be allowed for evacuation of air from the piping to ensure that all piping is adequately tested. Chlorine leak tests shall be perforated using a swab soaked in ammonia solution. In the event chlorine leaks are detected in the piping or equipment, they shall not be repaired until all chlorine has been purged from the line. 3.04 INSPECTION AND OPERATIONAL TESTING A. After installation is approved by the manufacturer's representative and in the presence of the Owner and under the supervision of the representative, perforar a full 8 -hour operating test on the complete chlorination system to ensure the functioning of all component parts and the system. B. The Contractor, working through the manufacturer's representative, shall correct any deficiencies noted, by repairing or replacing the defective component, and retesting as required until the equipment meets the test requirements to the satisfaction of the Owner. C. The manufacturer's representative shall provide written certification in accordance with paragraph 1.03 that the chlorination system has been tested and operates in accordance with the manufacturer's recommendations. A2198511.234 END OF SECTION 11234 -10 0901195 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 11258 LEAK DETECTION SYSTEMS A. Fumish all labor, materials, equipment and incidentals required to install, test, complete and ready for operation the chlorine leak detection systems as shown on the Drawings and as specified herein. B. All necessary accessory equipment and auxiliaries, whether specifically mentioned in these Specifications or not, shall be furnished and installed as required for a complete and operational system. 1.02 RELATED WORK A. Chlorination system is included in Section 11234. B. Instrumentation work, except as specified herein, is included in Division 13. C. Electrical work, except as specified herein, is included in Division 16. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, complete shop and working drawings showing details of fabrication and installation of all materials, equipment, and the system to be fumished and installed under this Section. B. Submit at least the following infomlation, in addition to that requested in Section 01300, prior to installation: A2198S11.258 1. Literature and drawings describing the equipment in detail, including but not limited to, parts list, dimensions, materials, details of construction, and complete installation instructions. 2. Literature and drawings describing the electrical, control, and instmmentation work, including but not limited to, one comprehensive electrical single line diagram integrating all power components for each of the systems; schematic electrical wiring diagrams; and inter- connection wiring diagrams showing all system components, motors, sensors, control panels, etc. C. Submit, in accordance with Section 01730, complete sets of startup, operating, and maintenance instructions for each piece of equipment and for the systems. D. Submit certified copies of results from all field tests. 11258 -1 09/21/95 Equipment Description Type Quantity Sensor Tag Number Alarm Setpoints (Low/High) Chlorine Gas Leak Detector (Receiver) 3 Sensors 1 Module 1 CLLD -01, 02, 03 05 / 1.0 ppm 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 1.04 QUALITY ASSURANCE A. All components of the leak detection systems shall be supplied by a single manufacturer who has a minimum of five years of experience in the manufacture of similar leak detection systems. Manufacturers shall provide verification of experience. B. A manufacturer's factory representative who has complete knowledge of proper operation and maintenance of the equipment fumished under this section shall be provided for a minimum of four hours on -site to instinct representatives of the Owner and Engineer on the proper operation and maintenance of the equipment. This instruction may be given at the same time as the inspection of the installation and testing as provided in PART 3, provided that the test is successful and that the operating and maintenance instructions have been furnished to and approved by the Engineer. 1.05 SYSTEM DESCRIPTION A. All of the equipment specified shall be fumished by a single manufacturer and is intended to be standard equipment for use in a gas leak detection system. The leak detection systems shall include at least the following equipment: 1.06 MAINTENANCE A. Fumish the following spare parts: 2. One chlorine gas cylinder portable calibration kit. B. All spare pasts shall be properly protected for long periods of storage and packed in containers that are clearly identified with indelible markings as to the contents. PART 2: PRODUCTS 2.01 GAS LEAK SENSOR AND MODULE A. The Specifications call attention to certain features but do not purport to cover all details of construction of the units. B. Each of the gas leak sensors shall be electrochemical gas diffusion sensors which consist of a pair of polarized electrodes isolated from the ambient air by a gas permeable membrane. In the presence of the gas being monitored, the sensors shall generate a current proportional to the gas A2198S11.258 11258 -2 09/21/95 1 1 1 1 1 1 1 1 1 1 1 1 1. Two spare chlorine sensors. 1 1 1 1 1 1 1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Impmvematts concentration. Each of the gas leak sensors shall be maintenance free and shall not require the use of sample pumps or regular changing of membranes and electrolyte in order to operate. C. Each gas detector shall contain two adjustable alarm levels. When the low alarm setpoint is reached, a "Danger' lamp on the front panel of the module shall begin to flash and shall stop when the gas concentration falls below the low alarm setpoint. When the high alarm setpoint is reached the "Alarm' lamp on the front panel of the module shall tum on and shall stay lit until reset manually using the "Reset" switch on the module. D. Four auxiliary relays for extemal alarming shall be provided for each module. One relay shall activate when the low alarm setpoint is reached, while two other relays shall activate and latch when the high alarm setpoint is reached and selected for fail -safe operation. A fourth relay shall provide for alarming of the power failure condition. E. An audible alaml hom, intemal to each unit, shall activate when the high alarm is reached and shall be silenced from the "Silence" switch on the module. The high alarm shall also activate a remote beacon light and a remote hom. F. Each gas leak detector and module shall be provided with an intemal battery which shall maintain proper operation for up to 16 hours in the event of a power outage. G. A switch on the panel of each module marked "Test" shall allow all alarm lights and relay functions to be quickly tested. H. Power to the gas leak detectors shall be 115 VAC, 60 Hz. All enclosures shall be NEMA 4X ABS. I. The chlorine gas leak detector shall consist of one four - channel receiver Model No. 6004 and three chlorine sensors Series 4500 as manufactured by EIT or equal. PART 3: EXECUTION 3.01 INSTALLATION A. All equipment shall be installed in compliance with the manufacturer's instructions and accurately aligned in orientation with related equipment. B. All gas leak sensors and modules shall be installed at the locations shown on the Drawings. 3.02 FIELD TESTING A. After all equipment has been completely installed, and installation approved by the manufacturer's factory representative and the Owner, the manufacturers factory representative shall perform on -site calibration for the entire chlorine leak detection system to demonstrate the proper functioning of each system and all component parts thereof to the satisfaction of the Owner. A2198811258 11258 -3 0921/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements B. The manufacturer's factory representative shall provide written certification that each leak detection system has been properly installed and calibrated. A2198811258 END OF SECTION 11258 -4 0921195 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 11374 AIR COMPRESSOR SYSTEM A. Fumish all labor, materials, equipment and incidentals required and install, complete and ready for operation and field test the high pressure compressed air system as shown on the Drawings and as specified herein. B. Electric motors and power factor correction capacitors (if required) shall be fumished as part of the work of this Section and shall conform to all applicable specifications. C. The air compressor system manufacturer shall coordinate with the pneumatic valve operator manufacturer. The air compressor system manufacturer shall verify with the pneumatic valve operator manufacturer that the system specified herein is adequately sized for the pneumatic valve operator requirements. 1.02 RELATED WORK A. Electrical work is included in Division 16. B. Piping, valves and pipe supports are included in Division 15. C. Field painting (of components not receiving factory finish paint) is included in Section 09902. 1.03 SUBMITTALS A. Copies of all materials required to establish compliance with the Specifications shall be submitted to the Engineer in accordance with Section 01300. Submittals shall include at least the following: A2198511.374 1. Certified shop and erection drawings showing all important details of construction, dimensions and anchor bolt locations. 2. Descriptive literature, bulletins and/or catalogs of the equipment. 3. The total weight of the equipment and the weight of the largest components. 4. A complete total bill of materials. 5. A list of the manufacturer's recommended spare parts with the manufacturer's current price for each item. Include gaskets, seals, valve components, etc. 6. Complete data on motors and power factor correction capacitors in accorlance with applicable specifications. 11374 -1 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorinatim and Filter Improvements 7. Description of surface preparation and shop painting. B. In addition, submit the following data for the compressed air supply equipment: 1. Compressor Data a. Manufacturer b. Model c. Bore and Stroke of Compressors d. RPM e. Capacity - scfm at 85, 100, 125 and at 150 prig discharge for compressors. f. HP required at rated capacity and pressure 2. V -Belt Drives a. Manufacturer b. Number and Size of V -Belt c. Rated Capacity (HP) of V -Belt Drive 3. Air Receivers a. Manufacturer b. Size c. Pressure Rating 4. Electrical and Controls A2198S11374 a. Descriptive data on all components including detailed control schematics and interconnection diagrams. 5. Air Dryer a. Capacity at rated air temperature b. Dimensions c. Controls and power requirements 11374-2 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements C. In the event that it is impossible to confoml with certain details of the Specifications, describe completely all nonconforming aspects. D. Submit four copies of the field test record of each compressor. E. Operating and Maintenance Data 1. Operating and maintenance instmctions shall be fumished to the Engineer as provided in Section 01730. The instmctions shall be prepared specifically for this installation and shall include all required cuts, drawings, equipment lists, descriptions, etc, that are required to instruct operating and maintenance personnel unfamiliar with such equipment. A2198S11374 2. A factory representative who has a complete knowledge of the proper operation and maintenance shall be provided for a minimum of 4 hours on site to instinct representatives of the Owner on proper operation and maintenance of the equipment. This work may be conducted in conjunction with the inspection of installation and test run as provided under PART 3. If there are difficulties in operation of the equipment due to the manufacturers design or fabrication, additional service shall be provided at no cost to the Owner. F. If possible all electrical components shall be NEMA rated. No IEC or dual IEC/NEMA rated electrical equipment shall be acceptable. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM B88 - Standard Specification for Seamless Copper Water Tube. B. Compressed Air and Gas Institute (CAGI) 1. CAGI S5.1 - Test Code for the Measurement of Sound for Pneumatic Equipment. C. American Society for Mechanical Engineers (ASME) D. National Electrical Manufacturers Association (NEMA) E. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. The equipment to be fumished under this Section shall be fumished by a single manufacturer, who is fully experienced, reputable and qualified in the manufacture of the equipment to be furnished. The equipment shall be designed, constructed and installed in accordance with the best practices and methods and shall operate satisfactorily when installed as shown on the Drawings and as specified herein. 11374 -3 0921/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorinatim and Filter Improvements B. Certain equipment is specified herein by manufacturers and model numbers. If equipment by other manufacturers is offered, complete and adequate data shall be submitted for approval to indicate the equipment has equal construction, operational features and reliability as the equipment specified. 1.06 SYSTEM DESCRIPTION A. All of the equipment specified herein is intended to be standard equipment for use in supplying air to pneumatic valve operators. B. The compressed air system shall be as follows: 1. Location: Outdoors Compressor Capacity 35 acfm at 125 psig discharge (each) 14.7 psia suction Compressor Piston Displacement 83.6 cfm at 125 psig discharge 14.7 psia suction Pressure Range 80 to 150 psig Compressor Speed 1050 rpm (Approx) Motor hp 10 TEFC Motor Speed 1750 rpm Receiver Horiz, 240 gallon, 40 -in diameter by 84-in long Compressor Mount On receiver Air Dryer 75 scfm rated at 38 degrees F PDP at 100 degrees F inlet temperature. C. The compressed air system shall be controlled by NEMA 4 pressure switches to be fumished under this Section. The pressure switches shall maintain a minimum pressure of 85 psig and a maximum pressure of 150 psig operating pressure shall be adjustable. Motor starters will be provided under Division 16. D. The compressors shall be two stage reciprocating type, single acting, belt driven, air cooled, industrial air compressor duplex package. Each compressed air system shall be furnished complete with pressure switches, pressure gage, air dryer, pressure relief valve, and all other appurtenances required for a complete system as specified herein. E. The air compressor system shall be as manufactured by Ingersoll -Rand Company or equal. 1.07 MAINTENANCE A. Tools and Spare Parts A2198S11374 11374 -4 09/21/95 1 1 1 1 1 1 1 1 �1 1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 2. The following spare parts as applicable shall be furnished with the equipment. a. One complete set of valve assemblies. b. One complete set of gaskets for each compressor. c. One additional set of filtering media for each air filter. 3. Special tools and spare parts shall be fumished in accordance with Section 01730. PART 2: PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Air Compressors A2198S11 374 1. Special tools, if required for normal operation and maintenance, shall be furnished with the equipment. 1. Each compressor shall be a two stage, air - cooled reciprocating type, steel base mounted, horizontal unit, V -belt driven by a heavy duty industrial TEFC grade motor. The compressor shall be equipped with a loadless starting feature. Each compressor shall deliver air at a rate as specified in Paragraph 1.06 at a rotative speed not to exceed that specified. The second stage shall be protected by a safety relief valve to prevent overloading the first stage. 2. Compressors shall be equipped with a splash lubrication system which lubricates all conning parts via a dipper integral to the crankshaft. Each compressor shall have provisions to prevent the compressor from loading when oil level or pressure is low. The low level oil switch shall be NEMA 4. 3. The inlet valve unloaders shall be of pneumatically actuated Lifting inlet valve type. 4. Compressor valves shall be of the air cushioned disc type with stainless steel discs, guards and seats fully replaceable as individual valve components so that the valves may be either rebuilt or replaced as an assembly, at the option of the Owner. 5. Each compressor shall have a diaphragm unloader assembly operated by oil pressure, arranged such that when the compressor is at rest and the oil is at zero pressure, a hydraulic valve shall be provided to admit air from the receiver to the diaphragm to maintain the compressor in an unloaded condition. Upon starting, a spill valve shall close under the action of centrifugal force to pennit oil pressure to build up and close the hydraulic unloader, thereby releasing air pressure slowly from the diaphragm unloader assembly. 6. The crankshaft shall have integral counter weights to assure smooth operation and positive balance. Bearing surfaces shall be precision ground to size. The shaft shall be rifle drilled to provide for positive pressure lubrication. 11374 -5 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 7. flywheels shall be of adequate weight and dynamically balanced to provide vibration -free performance. 8. Each compressor shall be equipped with a finned copper tube air intercooler between the first and second stage, a finned discharge line into the receiver and a cushion chamber at the connection to the receiver to reduce pulsations. 9. An air000led aftercooler shall be provided to lower discharge air to within 25° F of ambient temperature. A relief valve shall be provided to protect against over - pressurization. 10. The compressors shall be provided with sound deadening equipment necessary to insure that the sound pressure level does not exceed 90 decibels over a frequency range of 37.8 to 9600 cycles per second. Noise measurement shall include noise from the motor. Measurement shall be made at a distance of 3 -ft from the compressor center line using standard equipment and methods, in accordance with CAGI S5.1. B. Drive Motors 1. Electric motors shall be sized as specified in Paragraph 1.06 above and shall be horizontal, TEFC, heavy duty industrial grade motor, Class F insulation, 1.15 service factor NEMA T- frame, NEMA code letter F locked rotor KVA/HP. Motor shall be premium efficiency. C. Combination Altemator D. Belt Drive A2198511374 1. A combination altemator mounted and wired shall be provided with the unit. The alternator shall allow altemation between the two compressors or allow both compressors to operate simultaneously. The altemator panel shall include two NEMA rated starters with overloads, one control relay for altemating, two on/off switches, two fused disconnect switches with door interlock, two 120 -volt control transfonners, two reset buttons and NEMA 4 enclosure. 1. The driving motor shall be connected to the compressor by an extra heavy duty V -Belt drive complete with matched V- Belts, driving and driven sheaves and heavy rugged metal guard over the complete V -Belt drive. The electric motor shall have a sliding base for adjustment of the V -Belt drive tension. E. Base 1. Each compressor and motor shall be mounted on a common steel base. F. Accessory Equipment 1. Each air receiver shall be built to ASME standards and have a National Board certificate. Tanks for compressormounting shall be horizontal configuration of dimensions and capacity as specified in Paragraph 1.06. Working pressure shall be a minimum of 150 psig. Fittings shall include a manual 1 /2 -in gate drain valve with fittings, inlets, outlet and all required taps for control piping. Provide a 4- 1 /2 -in gage with 200 psi pressure range, plus two gage 11374 -6 0921/95 1 1 1 1 1 �i 1 1 1 1 1 1 1 I� 1 1 1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements F. System Controls A2198S11374 petcocks, one for the gage and one for the inspector's test connection and necessary fittings to install the gage and petcocks. There shall also be an approved safety relief valve set for the tank working pressure plus necessary fittings to install it. The receiver shall incorporate mounting legs. 2. Air pressure regulators for the high pressure system shall be diaphragm controlled, relieving type, made of non-corrosive materials and be equipped with a pressure gage on the pressure regulated outlet of the regulator. Pressure regulators shall have a field adjustable regulated pressure range of 0 to 150 psig. The size of the regulators shall be as recommended by the supplier based on the following data: a. System for Pneumatic Valve Actuators - 0 to 150 psig 0 to 40 scfm. 3. Compressed air filter shall be installed as shown on the Drawings and shall be capable of delivering continuously clean, dry air to pneumatic equipment. Filter shall have acleanable, reusable filter element capable of removing particles 0.01 micron in size or larger. The air filter shall be provided with differential pressure gauge and shall be Model ER 75CDG as manufactured by Ingersoll -Rand Company or equal. The air filter shall be provided with an auto timer drain valve which shall operate on 120 V power. The auto timer drain valve shall be Model ADV -1711 as manufactured by Ingersoll -Rand Company or equal. 4. Air dryers shall be of the capacity specified in Paragraph 1.06 and shall be refrigerated type capable of producing air dried to a dew point of 35 degrees F. The dryer shall incorporate an air cooled condenser and concentric tube type air to air heat exchanger and concentric, spiral fin, non-clogging, self cleaning air to refrigerant heat exchanger. The unit shall include 3 /4-in inlet, outlet and drain connections, mechanical water separator, automatic drain, refrigerant filter, refrigerant pressure gage, and trouble light. The unit shall operate on 120 volt, single phase, 60 Hertz power supply. The air dryer shall be Model DXR75 as manufactured by Ingersoll -Rand Company or equal. 5. Check valves shall be cushioned rising disc type, with cast iron or steel body, rated 125 psig minimum. 6. Pressure relief valves for in -line installation shall be as specified above for air receiver valves except relief setting shall be adjustable in the range of 20 psig. 1. The high pressure air systems shall be fumished complete with all pressure switches, pneumatic control piping, fittings and appurtenances required for the control of compressor operation. 2. Pressure switches shall be by Allen- Bradley: United Electric Controls or equal. Pressure switches shall have easily operated extemally adjusted pressure settings. A pressure switch for low air pressure alarm shall be provided with contacts rated 120 VAC, 5A for remote monitoring. 11374 -7 09121/95 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 3. Pneumatic control piping shall be 3/8 in copper tubing, Type L, soft confomting to ASTM B88. 4. Low oil level alarm shall be provided with contacts rated 120 VAC, 5A for remote monitoring. 5. Each compressor motor starter shall be provided with overload relays with an alarm contact output rated 120 VAC, 5A for remote monitoring of overload trip. Spare M contacts shall be provided for remote monitoring of air compressor motor status. 2.02 SURFACE PREPARATION AND SHOP PRIME PAINTING A. Equipment shall be provided with manufacturers standard prime and finish paint as approved by the Engineer and as specified in Section 09901. Paint shall be capable of withstanding heat build- up generated by operating equipment without blistering, delaminating or other forms of failure. PART 3: EXECUTION 3.01 INSTALLATION A. Installation of the compressors, filters, silencers, receivers and appurtenances shall be in strict accordance with the manufacturers recommendations and instructions in the locations as shown on the Drawings. Installation shall include furnishing the required oil and grease for initial operation. The grades of oil and grease shall be in accordance with the manufacturers recommendations. B. Requim the manufacturer of the compressors and associated equipment to supply the services of a factory representative to check over the complete air system installation to the satisfaction of the Owner. C. Anchor bolts of Type 304 stainless steel shall be furnished by the equipment manufacturer and set in accordance with the manufacturer's recommendations and setting Drawings. 3.02 INSPECTION AND FIELD TEST A. After installation of all equipment has been completed, and as soon as conditions permit, there shall be conducted an acceptance test under actual operating conditions, to determine that the operation is satisfactory and free from excessive vibration. The test shall consist of 8 hours operation of the compressor during which time the compressor shall operate at least 50 percent of the time. The Contractor shall submit for the Engineer's approval a copy of the proposed log sheet on which shall be recorded all pertinent data. Readings and recordings shall be taken and recorded at 30-minute intervals over the 8 -hour test period. B. Vibration tests shall be conducted to ensure that there is no hamtful vibration in either compressor or in the system piping. A2198511374 END OF SECTION 11374 -8 092I95 1 1 1 1 1 1 1 �1 1 1 1 1 1 1 1' 1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 15051 PIPING - GENERAL REQUIREMENTS A. This Section specifies the basic administrative and testing requirements for piping. Specific piping materials, systems and related installation and testing requirements are specified in other Sections of Division 11 and 15. 1.02 RELATED WORK A. Piping materials and systems are included in other Sections of Division 15. 1.03 SUBMITTALS A. General submittals for piping and piping systems are listed below. Submittals shall be in acconlance with Section 01300. It is not intended that all submittals listed below be provided for all piping materials and systems. Refer to individual System or Piping Sections for specific submittals. B. Shop Drawings and Product Data A2198515 051 1. Piping layouts in full detail. 2. Location of pipe hangers and supports. 3. Location and type of backup block or device to prevent joint separation. 4. Large scale details of wall penetrations and fabricated fittings. 5. Schedules of all pipe, fittings, special castings, couplings, expansion joints and other appurtenances. 6. Catalog cuts of joints, couplings, hamesses, expansion joints, gaskets, fasteners and other accessories. 7. Brochures and technical data on coatings and linings and proposed method for application and repair. C. Samples D. Design Data E. Test Reports 15051 -1 09/21/95 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 1. Six copies of certified shop tests showing compliance with appropriate standard. 2. Six copies of all field test reports, signed by Contractor. F. Certificates 1. Copies of certification for all welders perforating work in accordance with ANSI B31.1. G. Manufacturers Installation (or application) instructions. H. Statement of Qualifications I. Manufacturers Field Report J. Project Record Document K. Operation and Maintenance Data in accordance with Section 01730. L. Warranties 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength B. American National Standards Institute (ANSI) 1. ANSI B165 - Pipe Flanges and Flange Fittings 2. ANSI B31.1 - Power Piping C. American Welding Society (AWS) 1. AWS B2.1 - Welding Procedure and Performance Qualifications D. American Water Works Association (AWWA) 1. AWWA Manual M11 - Steel Pipe - A Guide for Design and Installation E. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. All materials shall be new and unused. A2198515.051 15051 -2 09/21/95 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements B. Install piping to meet requirements of local codes. C. Provide manufacturer's certification that materials meet or exceed minimum requirements as specified. Reference to standards such as ASTM and ANSI shall apply to those versions in effect at the time of bid opening. D. Coordinate dimensions and drilling of flanges with flanges for valves, pumps and other equipment to be installed in piping systems. Bolt holes in flanges to straddle vertical centerline. E. Reject materials contaminated with gasoline, lubricating oil, liquid or gaseous fuel, aromatic compounds, paint solvent, paint thinner and acid solder. F. Pipe joint compound, for pipe carrying flammable or toxic gas, must bear approval of Underwriters' Laboratories or Factory Mutual Engineering Division. G. Unless otherwise specified, pressures referred to in all Piping Sections are expressed in pounds per square in gage above atmospheric pressure, PSIG and all temperature are expressed in degrees Fahrenheit. 1.06 DELIVERY, STORAGE AND HANDLING A. During loading, transportation and unloading, take care to prevent damage to pipes and coating. Carefully load and unload each pipe under control at all times. Place skids or blocks under each pipe in the shop and securely wedge pipe during transportation to ensure no injury to pipe and lining. PART 2: PRODUCTS 2.01 MATERIALS A. Specific piping materials and appurtenances are specified in the respective Piping or System Sections. B. General installation materials shall be as specified below. A2198S15.051 1. Unions shall be brass or bronze unions for joining nonferrous pipe; malleable brass or bronze - seated iron or steel unions for joining ferrous pipe; PVC unions for joining PVC pipe; CPVC unions for joining CPVC pipe or as shown otherwise. 2. Flanged Joints. Bolt and nuts, Type 304 stainless steel, bolt number and size same as flange standard; studs - same quality as machine bolts; 1 /16 -in thick robber gaskets with cloth insertions; rust-resistant coatings. 3. Temporary Plugs shall be standard plugs or caps which are suitable for permanent service. 4. Flexible Connections shall be flanged spool type, 180 degree F maximum service, single filled arch with synthetic tubber tube and cover, steel -ring reinforced synthetic fiber carcass, with flanges drilled to 150 -1b ANSI B16.5 Standard. Steel retaining rings, control rods and 15051 -3 0921/95 8077 -1 12 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 3: EXECUTION 3.01 GENERAL A2198515 051 compression sleeves shall be provided where shown and as required for the working pressure of the system in which the joint is installed. All flexible joints shall be rated for the working pressure of the system in which they are installed. A. All dirt, scale, weld splatter, water and other foreign matter shall be removed from the inside and outside of all pipe and sub - assemblies prior to installing. B. All pipe joints and connections to equipment shall be made in such a manner as to produce a minimum of strain at the joint. C. Install piping in a neat manner with lines straight and parallel or at right angles to walls or column lines and with risers plumb. Run piping so as to avoid passing through ductwork or directly under electric light outlets and/or interference with other lines or extending beyond furring lines as determined by the Drawings. All work shall be accomplished using recognized methods and procedures of pipe fabrication and in accordance with the latest revision of applicable ANSI Standards, ASME Codes and Pipe Fabrication Institute Standards. 1. Use full length of pipe except where cut lengths are necessary. Do not spring or deform piping to make up joints. 2. Pipe shall be cut square, not upset, undersize or out of round. Ends shall be carefully reamed and cleaned before being installed. Bending of pipe is not pemtitted. Use fittings for all changes in direction. 3. Do not use bushings except where specifically approved by the Owner's Representative. Reducers shall be eccentric to provide for drainage from all liquid - bearing lines and facilitate air removal from water lines. 4. Verify the locations and elevations of any existing piping and manholes before proceeding with work on any system. Any discrepancies between the information shown on the Drawings and the actual conditions found in the field shall be reported at once to the Owner's Representative. No claim for extra payment will be considered if the above provision has not been complied with. 5. Where lines of lower service rating tie into services or equipment of higher service rating the isolation valve between the two shall conform to the higher rating. 6. Mitering of pipe to form elbow is not permitted. 7. All piping interiors shall be thoroughly cleaned after installation and kept clean by approved temporary closures on all openings until the system is put in service. Closures should be suitable to withstand the hydrostatic test. 15051 -4 09/21/95 1 1 1 1 1 1 1 1 1 1 1 1 1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Impmvenelts 8. End caps on pre- cleaned pipe shall not be removed until immediately before assembly. All open ends shall be capped immediately after completion of installation. D. Test Connections 1. Provide 1 /2 -in female N.P.T. test connection equipped with 1 /2 -in brass plug on all pump suction and discharge lines. Where indicated on the Drawings, test connections should be equipped with bar stock valve and gage. Provide test connections at all steam traps. The connection shall be located on the discharge side of the trap between the trap and the first valve. It shall consist of a 1 /2 -in branch connection temrinated with a gate valve. E. Unions 1. Unions screwed or flanged shall be provided where indicated and in the following locations even if not indicated. a. In long runs of piping to pemlit convenient disassembly for alterations or repairs. b. In by- passes around equipment. c. In connections to tanks, pumps and other equipment between the shut -off valve and the equipment. d. In connections on both sides of traps, controls and automatic control valves. F. Vents and Drains 1. Provide vents and drains in the following places: a. Water Lines - Vents at high points and drains at low points. b. Air Lines - Drains at low points. 3.02 UNIONS A. Use unions to allow dismantling of pipe, valves and equipment. 3.03 WELDING A. Welding in accordance with ANSI Standard B31 and AWS B3.0. B. Install welding fittings on all welded lines. Make changes in direction and intersection of lines with welding fittings. Do not miter pipes to form elbows or notching of straight runs to form tees, or any similar construction. Do not employ welder who has not been fully qualified in above specified procedure and so certified by approved welding bureau or similar locally recognized testing authority. 3.04 FLANGED JOINTS A2198S15 051 15051 -5 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A. Make flanged joints with bolts; bolt studs with nut on each end; or studs with nuts where one flange is tapped. Use number and size of bolts conforming to same ANSI Standard as flanges. Before flange pieces are assembled, remove rust resistant coating from machined surfaces, clean gaskets and smooth all burrs and other defects. Make up flanged joints tight, care being taken to prevent undue strain upon valves or other pieces of equipment. 3.05 SLEEVE COUPLINGS A. Install tierods, pipe clamps or bridles when sleeve type couplings or fittings are used in piping system where indicated, and at changes in direction or other places as necessary, to prevent joints from pulling apart under pressure. Use bridles and tierods at least 3 /4-in in diameter, except where tiemds replace flange bolts of smaller size, in which case fit with nut on each side of pair of flanges. Joint harnessing shall conform, as a minimum, to the requirements for the bolts and tie bolt lugs as set forth in AWWA Manual M11. 3.06 WALL SLEEVE SEALS A. Use expandable rubber segmented sealing device with corrosion- resistant fasteners to make watertight the annular space between pipe and sleeve. Determine the required inside diameter of each individual wall opening or sleeve to fit the pipe and seal to assure a watertight joint as recommended by the manufacturer, before ordering, fabricating or installing. Install pipe concentrically through wall sleeve. Install and tighten seal per manufacturer's instructions. 3.07 TESTING A. Test all pipelines for water /gas tightness as specified in the Piping or System sections. Fumish all labor, testing plugs or caps, pressure pumps, pipe connections, gages and all other equipment required. Testing shall be performed in accordance with the testing procedures in Section 15052 and as specified in each Piping or System Section. All testing shall be performed in the presence of the Owner's representative. B. Repair faulty joints or remove defective pipe and fittings and replace as approved by the Owner's representative. Retest. 3.08 DISINFECTION A. After satisfactory testing, all potable, filtered and protected water collection and distributed systems shall be thoroughly disinfected with a solution of not less than 50 parts per million of available chlorine. The disinfecting solution shall be allowed to remain in the system for a period of three hours after which time all valves and faucets shall be opened and the system shall be flushed with clean water. B. Water being flushed from structures or pipelines after disinfection with a chlorine residue of 2 mg/1 or greater, shall be treated with a dechlorination solution, in a method approved by the Engineer, prior to discharge. A2198515 051 END OF SECTION 15051 -6 09/21/95 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL 1.01 SCOPE OF WORK A. This Section specifies the general requirements for testing the various piping systems shown on the Dmwings and specified elsewhere in these Specifications. Refer to Piping and System Section specs for actual test parameters. 1.02 RELATED WORK SECTION 15052 PIPE TESTING - GENERAL REQUIREMENTS A. Pipe, joints, piping systems and appurtenances are specified in other Sections of Divisions 11 and 15. 1.03 SUBMITTALS A. Test Records 1. Records shall be maintained of all tests performed. 2. Test records shall include: a. Date of Testing b. Identification of Piping Tested c. Test Fluid d. Test Pressure e. Signatures of Contractor and Owner's representative. 3. If leaks are found, they shall be noted, on the record. After correction, retest as specified for original test. 4. Records of test shall be maintained by the Contractor and six copies furnished to the Owner's representative. A2198515 052 15052 -1 09/21/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 2: PRODUCTS 2.01 TEST FLUIDS A. Hydrostatic Test - Water should be used as the test fluid whenever possible. In those systems where water cannot be used the test fluid may be either the one to be used in the system or the one agreed upon by the Owner's representative and the Contractor. B. Service Pressure Test - The fluid for which the system is designed shall be the test fluid. C. Pneumatic Test - Compressed air shall normally be used. Other gases may be used when specified or directed by the Engineer. Test pressures shall be 110 percent of the anticipated maximum operating pressure, but not exceeding 100 psig, and not less than 5 psig at the highest point in the system unless indicated otherwise. 2.02 TEST EQUIPMENT A. Hydrostatic Test 1. Water - Of sufficient capacity to deliver the required test pressure. 2. Strainer - On inlet side of the pump to prevent foreign matter from entering the system. 3. Valves - Shall be provided on the suction and discharge side of the pump. 4. Heater - To allow heating of the test fluid when elevated temperatures are required for test. 5. Relief Valve - Set at a pressure to relieve at 20 to 25 percent above the required test pressure. 6. Pressure Gage(s) - Capable of reaching 50 percent over the test pressure. These should be located at the pump discharge and any other place deemed convenient by the Contractor. 7. Pressure gages and relief valves shall be checked for accuracy before use in test procedures. B. Service Pressure Test 1. A pressure gage capable of registering 25 psi over the design pressure shall be installed down -stream from the supply shut-off valve if one is not included in the system. C. Pneumatic Test 1. Building supply air to deliver the required test pressure if available, or provide a compressor capable of the required test pressure. 2. Valves shall be provided on the discharge side of the pump. 3. Relief valve to relieve at 10 to 15 percent over the test pressure. A2198515 052 15052 -2 09/21/95 1 1 1. 1 1 1 1 1 1 1 1 1 1 1 1 1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 4. Pressure gage(s) capable of reaching 50 percent over the test pressure. A gage shall be located on the pump discharge and other location as required. PART 3: EXECUTION 3.01 HYDROSTATIC TEST A. This test specification shall be used to hydrostatically test piping systems for structural integrity and leaks. The test shall be performed at ambient temperature unless otherwise specified. B. Preparation For Test A2198515.052 1. Determine the fluid to be used for the test, and, if other than ambient temperature is requited, what the test temperature will be. 2. When a fluid other than water is used for a test, the equipment used for the test shall be of a material compatible with the test fluid. Normally this would be equal to the piping material. 3. Vents shall be provided at the high points of the system and drains provided where means of venting or draining do not exist. 4. Remove or block off, all relief valves, rapture discs, alarms, control instruments, etc. that shall not be subjected to the test pressure. 5. All discs, balls, or pistons from check valves shall be removed if they interfere with filling of the system. Open all valves between inlet and outlet of the section to be tested. 6. Connect pump and provide temporary closures for all of the extemal openings in the system. Use caution to insure that the closures are properly designed and strong enough to withstand the test pressure. 7. All joints, including welds, are to be left uninsulated and exposed for examination during test. 8. A joint previously tested in accordance with this specification may be covered or insulated. 9. Piping designed for vapor or gas shall be provided with additional temporary supports, if necessary, to support the weight of the test liquid. 10. Expansion joints shall be provided with temporary restraint for additional pressure under test or shall be isolated from the test. 11. Flanged joints, where blanks are inserted to isolate equipment during the test, need not be tested. C. The hydrostatic test pressure shall be 1 -1/2 times the design pressure unless otherwise specified in the System Specification Section. 15052 -3 09/21/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements D. Test Procedures A2198515052 1. Allow the test fluid to enter the system. Open vents to allow displacement of all entrapped air. For all pipelines exceeding 500-ft in length, the maximum rate of filling shall be limited to that which produces a maximum nominal flow velocity of one foot per second in the pipe to be tested. 2. Close vents and restrict personnel in the test area to those involved in the test. 3. Raise the pressure slowly with the pump until the predetermined test pressure is reached. Maintain pressure for duration of time specified in System Specification Section, keeping personnel at a safe distance. 4. Reduce the pressure about 20 percent and hold it at that point while the entire system is carefully inspected for leaks, cracks, or other signs of defects. 5. If defects are found, the pressure shall be released, the system drained, the defects corrected and the test repeated. 6. After a satisfactory test has been completed, the line shall be drained. E. Flushing 1. Lines tested with water shall be completely drained. 2. Lines shall be flushed, after test. 3.02 SERVICE PRESSURE TEST A. This test specification shall be used to test piping systems using service pressure and the fluid for which the system is used. It shall not be used to test piping systems conveying combustible or flammable liquids or systems that comply with ANSI B31 codes. Insulated lines shall have all joints left exposed until completion of the test. B. The test pressure shall be equal to the maximum pressure that the line will be subjected to under normal operating conditions as determined by the Engineer. C. Test Procedures 1. Liquids a. See that all personnel not involved in the test vacate the area. b. Allow the system fluid to enter the system slowly while venting the air at the extreme far and uppermost points. For all pipelines exceeding 500 -ft in length, the maximum rate of filling shall be limited to that which produces a maximum nominal flow velocity of one foot per second in the pipe to be tested. 15052 -4 0901/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A219015 02 c. When the system is full and all air is vented, close the vents. d. Allow the pressure in the system to build up to the full line pressure. e. Inspect entire system for leaks. 2. Gas or Vapor (Including Compressed Air and Steam) a. See that all personnel not involved in the test vacate the area. B. Safety b. In systems that do not have a pressure gage near the main shut-off valve, a gage shall be installed. c. Allow the system fluid to enter the system slowly until the full operating pressure is reached. d. Shut off main supply valve. Observe the gage for 15 minutes. The pressure gage shall not drop during this time. e. If the gage drops, indicating the presence of leaks, the systems shall be inspected visually and, if necessary, with soap suds or commercially available leak detectors to locate the leak(s). 3. If leaks are found, the lines shall be relieved of pressure, purged if necessary and repaired. Tests shall be repeated for repaired sections. 3.03 PNEUMATIC TEST A. This procedure for a pneumatic test of piping systems shall be used when directed by the Engineer when water, or other liquid, cannot be introduced into the line, or as a supplement to a hydrostatic test. It shall not be used to test non - metallic (plastic) pipe. 1. All pneumatic tests shall be done under the supervision of Contractor and in the presence of the Engineer. 2. New Construction: The Engineer's permission shall be secured before testing. 3. Renovation Projects: The Owner representative and the Engineer must be informed and their permission secured before testing. 4. Only those people actively participating in the test shall be allowed in the test area. 5. Safety glasses and hard -hats must be wom. 15052 -5 09(21/95 8077-1 12 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements C. Test Procedures A2198515 052 1. Increase the pressure in the line gradually, in steps, to the specified pressure. Checks shall be made at 25 psig, 50 psig, 75, 100 and 125 psig intervals until the test pressure is reached using sound, soap solution or a drop in indicated pressure. 2. When the specified pressure for the test is reached, shut off the valve in the supply line from the pump. 3. Maintain the test pressure long enough to visually inspect all joints or a minimum of 10 minutes. There shall be no drop in the test pressure in this time. 4. Leaks shall be repaired and the line retested. All Teaks shall be noted on the Test Record form. 5. After satisfactory completion of the test, vent the line and allow it to retum to atmospheric pressure. Connection can then be made to the supply line. END OF SECTION 15052 -6 09521/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2198S15 061 SECTION 15061 STEEL PIPE AND FITTINGS PART 1: GENERAL 1.01 SCOPE OF WORK A. Fumish all labor, materials, equipment and incidentals required and install all steel pipe and appurtenances as shown on the Drawings and as specified herein. B. Steel pipe shall include black steel and galvanized steel pipe and fittings. 1.02 RELATED WORK A. Field painting, except as specified herein, is included in Section 09902. B. Pipe hangers and supports are included in Section 15140. 1.03 SUBMITTALS A. Submit to the Engineer within thirty days after execution of the Contract a list of materials to be fumished, the names of the suppliers and the date of delivery of materials to the Site. B. Shop drawings including piping layouts and schedules shall be submitted to the Engineer in accordance with Section 01300 and shall include dimensioning, fittings, locations of valves and appurtenances, joint details, methods and locations of supports and all other pertinent technical specifications for all piping to be furnished. C. Shop drawing submittals for piping under this Section shall include all data and infonnation required for the complete piping systems. All dimensions shall be based on the actual equipment to be fumished. Types and locations of pipe hangers and/or supports shall be shown on the piping layouts for each piping submittal. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A47 - Specification for Ferritic Malleable Iron Castings. 2. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot - Dipped Zinc - Coated Welded and Seamless. 3. ASTM A105 - Standard Specification for Forgings, Carbon Steel, for Piping Components. 15061 -1 09/21/95 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 4. ASTM A153 - Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 5. ASTM A234 - Standard Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and Elevated Temperatures. 6. ASTM A307 - Standard Specification Carbon Steel Bolts and Studs 60,000 psi Tensile Strength. 7. ASTM A714 - Specification for High -Strength Low -Alloy Welded and Seamless Steel Pipe. B. American National Standards Institute (ANSI) 1. ANSI B16.1 - Cast Iron Pipe Flanges and Flanged Fittings 2. ANSI B16.5 - Pipe Flanges and Flanged Fittings 3. ANSI B16.9 - Factory-Made Wrought Steel Buttwelding Fittings C. American Welding Society (AWS) D. American Water Works Association (AWWA) E. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. All steel pipe and fittings shall be fumished by manufacturers who are fully experienced, reputable and qualified in the manufacture of the items to be fumished. The equipment shall be designed, constructed and installed in accordance with the best practices and methods and shall comply with these Specifications as applicable. B. Steel pipe and fittings shall conform to all applicable standards of ASTM, ANSI and AWWA. 1.06 SYSTEM DESCRIPTION A. Steel piping shall be installed in the locations shown on the Drawings. B. The equipment and materials specified herein are intended to be standard types of steel pipe and fittings for use in transporting air and water. A2198515.061 15061 -2 09/21/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements C. Steel piping system listed below shall be designed for the following conditions: PART 2: PRODUCTS 2.01 MATERIALS A. Seamless steel pipe shall be standard weight, Schedule 40 and shall conform to ASTM Al20. Where indicated on the Drawings to be galvanized, pipe shall be hot dipped galvanized after fabrication. B. Joints for pipe 2 -in or less shall be threaded for standard screwed joints. Threaded joints shall be made up with good quality thread compound and applied to the male thread only. After having been set up, a joint shall not be backed off unless the joint is completely broken, the threads cleaned and new compound applied. All joints shall be air tight. A sufficient number of unions shall be provided to allow for convenient removal of piping. C. Fittings for steel pipe 2 -in or less shall be standard malleable iron, 150 lbs except for steam and hot water cleaning piping which shall be extra heavy, malleable iron, 300 lbs. Fittings shall confomt to ASTM A47, Grade 32510 service rating. For galvanized pipe, fittings shall also be hot dipped galvanized and shall conform to ASTM A153. Joints for fittings shall be threaded for standard screwed joints. D. Where flanged connections are indicated or otherwise required on pipe 2 -in or less for connection to flanged valves, fittings and appurtenances, they shall be made up using companion type flanges. Where flanged fittings are indicated or otherwise required, they shall be made up using threaded steel nipples and steel companion type flanges. Companion flanges shall be steel, 150 lb ANSI Standard flat face flanges of the threaded type. Flanges shall be spot faced on the back around each bolt hole. For galvanized pipe, flanges shall also be hot-dipped galvanized. E. Pipe greater than 2 -in size shall have threaded or welded joints. Threaded joints, fittings and flanges shall be as specified above. Pipe shall have beveled ends for welding. Fittings shall be steel, butt weld type. Standard wall, conforming to ANSI B16.9 and ASTM A234, Grade WPB. Flanges shall be steel slip on or welding neck type, raised face, Class 150, conforming to ASTM A105 and ANSI B16.5. Gaskets shall be ring type, composition asbestos Sheet No. 3, 1 /16 -in thick, I.D. and O.D. as required by pipe size. Bolts and nuts for flanges shall be hex head cap screws conforming to ANSI B16.2, coarse threads, Class 2A fit, manufactured of ASTM A307, Grade B steel. Split type couplings as specified in Section 15100 may be used in lieu of flanged A2198515 061 System: High Pressure Air Material: Galvanized Steel, ASTM Al20 Schedule 40 Fluid: Air Pressure: Normal 100 psi Test 150 psi Temperature: Ambient to 360 °F Special Conditions: None 15061 -3 09/21/95 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements or welded joints as approved by the Engineer. Pipe for split type couplings shall have radius grooved ends for a rigid joint. 2.02 SURFACE PREPARATION AND SHOP PRIME PAINTING A. Galvanized steel piping exposed to view will be cleaned and marked as required. Black steel piping and fittings exposed to view shall have its surface prepared and be shop painted as specified in Section 09901. Surface preparation and shop priming is a part of the work of this Section. Pipe finish painting and marking is included in Division 9, but it shall be part of the work of this Section to assist as required by the Engineer in identifying pipe contents, direction of flow and all else required for proper marking of pipe. PART 3: EXECUTION 3.01 INSTALLATION A. Steel pipe shall be installed true to alignment, and rigidly supported anchors shall be provided where required under Section 15140 or as shown on the Drawings. After installation, the piping shall be tested as specified in PART 3. B. All threads shall be clean, machine cut and all pipe shall be reamed before erection. Each length of pipe as erected shall be up -ended and rapped to dislodge dirt and scale. C. Screwed joints shall be made up with good quality thread compound and applied to the male thread only. After having been set up, a joint must not be backed off unless the joint is completely broken, the threads cleaned and new compound applied. All joints shall be air tight. D. All piping shall have a sufficient number of unions to allow convenient removal of piping. Unions shall be compatible with pipe. E. When cutting of pipe is required, the cutting shall be done by machine in a neat workmanlike manner without damage to the pipe. Cut ends shall be smooth and at right angle to the axis of the pipe. F. All field welding shall be in accordance with the AWS. The strength of the field weld shall develop the strength of the pipe. G. Air piping shall be insulated as part of the work of this Section. 3.02 TESTING A. All pipe lines shall be tested for compliance with the Specifications. If leaks are discovered, they shall be repaired under this Section and approved by the Engineer. Pressure and leakage tests will be requited. The test pressures for the various pipe lines shall be as follows: A2198515 061 1. High pressure air piping - 150 psi 15061 -4 09/21/95 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements B. After installation, all piping shall be flushed clean and then tested at Least one hour at the test pressure specified above. If any joint or pipe section proves to be defective, it shall be repaired to the satisfaction of the Engineer. A2198515.061 END OF SECTION 15061 -5 0921195 THIS PAGE LEFT BLANK INTENTIONALLY 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL 1.01 SCOPE OF WORK A2198S15.064 SECTION 15064 PLASTIC PIPE AND FITTINGS A. Fumish all labor, materials, equipment and incidentals required and install 1 /8 -in to 6 -in non -buried plastic piping and appurtenances as shown on the Drawings and as specified herein. B. Refer to Section 15051 and 15052 for additional general piping requirements. 1.02 RELATED WORK A. Field painting is included in Section 09902. B. Pipe, piping systems and appurtenances are included in other sections of Division 15. 1.03 SUBMITTALS - A. Shop drawings and product data, shall be submitted in accordance with Section 01300, and shall include the following: 1. Shop drawings including piping layouts and schedules shall be submitted to the Engineer and shall include dimensioning, fittings, locations of valves and appurtenances, joint details, methods and locations of supports and all other pertinent technical specifications for all piping to be fumished. 2. Shop drawing submittals for piping under this Section shall include all data and infomration required for the complete piping systems. All dimensions shall be based on the actual equipment to be fumished. Types and locations of pipe hangers and/or supports shall be shown on the piping layout for each piping submittal. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM). 1. ASTM D1784 - Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 2. ASTM D1785 - Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80 and 120. 3. ASTM D2447 - Standard Specification for Polyethylene (PE) Plastic Pipe, Schedules 40 and 80, Based on Outside Diameter. 15064 -1 0921195 81177- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements A2198515.064 4. ASTM D2464 - Standard Specification for Threaded Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. 5. ASTM D2466 - Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40. 6. ASTM D2467 - Standard Specification for Socket - Type Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. 7. ASTM D2564 - Standard Specification for Solvent Cements for Poly(Vinyl Chloride) (PVC) Plastic Pipe and Fittings. 8. ASTM D2657 - Standard Practice for Heat- Joining Polyolefin Pipe and Fittings. 9. ASTM D2665 - Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Drain, Waste and Vent Pipe and Fittings. 10. ASTM D2855 - Standard Practice for Making Solvent - Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings. 11. ASTM D3261 - Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing. 12. ASTM D3311 - Standard Specification for Drain, Waste and Vent (DWV) Plastic Fittings Pattems. 13. ASTM F437 - Standard Specification for Threaded Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 80. 14. ASTM F438 - Standard Specification for Socket - Type Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 40. 15. ASTM F439 - Standard Specification for Socket-Type Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 80. 16. ASTM F441 - Standard Specification for Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe, Schedules 40 and 80. 17. ASTM F493 - Standard Specification for Solvent Cements for Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe and Fittings. 18. ASTM F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws and Studs. 19. ASTM F594 - Standard Specification for Stainless Steel Nuts. B. Plastic Pipe Institute (PPI) 1. PPI TR31 - Underground Installation of Polyolefin Piping. 15064 -2 0921/95 8077 -11YDN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements C. American National Standard Institute 1. ANSI B16.5 Pipe Flanges and Flanged Fittings. D. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. All plastic pipe and fittings of each type shall be fumished by a single manufacturer who is experienced in the manufacture of the items to be fumished; however, it shall not be a requirement that the pipe and fittings be manufactured by the same manufacturer, provided that the pipe and fittings are compatible in both compounding and size. The pipe and fittings shall be designed, constructed and installed in accordance with the best practices and methods and shall be suitable for the intended service. 1.06 SYSTEM DESCRIPTION A. Piping shall be installed in those locations as shown on the Drawings. B. The equipment and materials specified herein are intended to be standard types of plastic pipe and fittings for use in transporting wastewater, water, air and chemicals. C. Plastic piping systems shall be designed for the following conditions: A2198915.066 System: Chemicals Material: Schedule 80 PVC Fluids: Chlorine Solution Pressure: 100 psig Temperature: Ambient System: Potable Water and Plant Protected Water Material: Schedule 80 PVC Fluids: Water Pressure: 100 psig Temperature: Ambient System: Chemical Material: Schedule 80 PVC Fluids: Chlorine Gas Pressure: 50 inches water column vacuum Temperature: Ambient 15064-3 09/21/95 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 2: PRODUCTS 2.01 MATERIALS A. Poly (Vinyl Chloride) Pipe and Fittings - PVC 1. Pipe shall be manufactured from PVC compounds meeting ASTM D1784, Class 12454 -B in accordance with ASTM D1785, PVC 1120. The•pipe shall have a minimum hydrostatic design stress of 2,000 psi at 73 °F and shall be suitable for field cutting and solvent welding. Pipe shall be of the sizes as shown on the Drawings and shall be Schedule 80 unless otherwise shown. 2. Fittings shall be the socket type for solvent welded joints conforming to ASTM D2467 or ASTM D2466 where Schedule 40 pipe is shown on the Drawings or ASTM D2467 where Schedule 80 pipe is shown on the Drawings. Fittings shall be manufactured from PVC compound meeting ASTM D1784, Class 12454 -B. Solvent cement shall be as specified in ASTM D2564. 3. Pipe, fittings and solvent for use with potable water shall be certified by the National Sanitation Foundation in accordance with NSF Standard No. 14 and the seal shall be included on the pipe. B. Poly (Vinyl Chloride) Pipe and Fittings for Drain, Waste and Vent Service (DWV). 1. Pipe shall be manufactured from PVC compounds meeting ASTM D1784, Class 12454 -B in accordance with ASTM D2665. The pattems, dimensions and laying lengths of fittings including adapters shall meet the requirements of ASTM D3311. Solvent cement for joining DWV pipe and fittings shall be as specified in ASTM D2564. C. Chlorinated Poly (Vinyl Chloride) Pipe and fittings - CPVC D. Polyethylene Pipe and Fittings - HDPE A2198915 064 1. Pipe shall be manufactured from CPVC compounds meeting ASTM D1784, Class 23447 in accordance with ASTM F441, CPVC 4120. The pipe shall have a minimum hydrostatic design stress of 2000 psi at 73 °F and 500 psi at 180 °F and shall be suitable for field cutting and solvent welding. Pipe shall be of the sizes as shown on the Drawings and shall be Schedule 80 unless otherwise shown. 2. Fittings shall be socket type for solvent weld joints conforming to ASTM F439 or ASTM F438 where Schedule 40 pipe is shown on the Drawings. Fittings shall be manufactured from CPVC compound meeting ASTM D1784, Class 23447. Solvent cement shall be as specified in ASTM F493. 1. Pipe shall be manufactured from High Density Polyethylene (HDPE) base resin conforming to Grade P34 (Plastics Pipe Institute designation PE3406 or better) in accordance with the requirements of ASTM D2447. The pipe shall have a minimum hydrostatic design stress 15064 -4 0921/95 8077 - 112 -DN City of Round Rock Water Treatrnent Plant Chlorinatim and Filter Improvements 2. Fittings shall be the butt type for heat fusion joints conforming to ASTM D3261, except that Schedule 80 fittings shall meet the sustained pressure test conditions as specified for Schedule 80 pipe in Table 3 of ASTM D2447. Fittings shall be manufactured from the same HDPE base resin, conforming to Grade P34, class C (Plastics Pipe Institute designation PE3406 or better), as is used to produce the pipe to which the fittings are to be joined. Both pipe and fittings shall be manufactured by the same manufacturer to assure compatibility of the piping system components. E. Threaded joints shall be as specified under the applicable ASTM standard for the pipe and fittings being used. Thread sealer shall be thread tape which shall be standard industrial quality Teflon, Type 1. F. Flanged Joints of 630 psi at 73 °F and be suitable for field cutting and heat fusion joining. Pipe shall be of the sizes shown on the Drawings and shall be Schedule 80 unless otherwise shown. 1. Where flanged joints are shown on the Drawings, they shall be supplied with 1 /8 -in thick full -faced gaskets which shall be of a material suitably resistant to the fluid within the respective pipeline and shall be subject to the approval of the Engineer. 2. Flange bolt spacing, number and dimensions shall conform to the requirements of ANSI B16.5. CPVC and PVC flanges shall be single piece, suitable for solvent cementing to the pipe and shall be suitable for a minimum pressure of 150 psi. Two piece sleeved flanges (Van Stone type) shall not be acceptable. 3. Bolts, nuts and washers for flanged joints shall be for corrosive service conditions and shall be ASTM F593 and F594, Type 316 stainless steel. Antiseize compound for stainless steel bolts and nuts shall be of a molybdenum disulfide base such as Molycoat -G or equal. G. Fittings, specials, unions and flanges shall be of the same schedule number and manufactured of the same materials as the pipe. Whenever unions are called out on the Drawings, flanged connections may be substituted, provided that dimensional controls do not preclude use of flanges. H. Expansion joints for PVC and CPVC sizes 1 /2 -in to 6 -in shall be telescoping type as manufactured by Plastinetics, Inc.; ASAHI/America or equal. Expansion in pipes smaller than 1 /2 -in shall be accommodated with expansion loops. 2.02 SURFACE PREPARATION AND SHOP COATING A. All PVC and CPVC piping and fittings exposed to view shall have its surface prepared and be shop painted as specified in Section 09901. Surface preparation and shop priming are a part of the work of this Section. Field finish painting is included in Section 09902. The Contractor shall assist as required in identifying pipe contents, direction of flow and all else required for proper finish painting and marking of pipe. B. Painting will not be required on HDPE pipe, however, marking the pipe to indicate normal direction of flow and the fluid being transported in accordance with the marking schedule A2198S15 064 15064 -5 0912105 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements included in Section 09902 shall be required as part of the work of this Section. Marking systems consisting of mylar /aluminum sandwich sheets held in place by mastic or adhesive compounds which are compatible with the HDPE resin used to manufacture the pipe shall be used to identify pipe contents and direction of flow. PART 3: EXECUTION 3.01 INSTALLATION A. The installation of plastic pipe shall be strictly in accordance with the manufacturers technical data and printed instmctions. B. Joints for PVC and CPVC pipe shall be solvent cemented unless flanged or threaded are otherwise shown on the Drawings or are specified as other types herein. In making solvent cemented connections, clean dirt and moisture from pipe and fittings, bevel pipe ends slightly with emery cloth to remove any shoulder or burrs created by cutting of the pipe. Solvent cement joints shall be made in accordance with ASTM D2855 except that solvent cement formulated especially for and as specified above shall be used for joining CPVC pipe and fittings. Primer shall be used whenever recommended by the pipe, fitting, or cement manufacturer and in all cases for joints on pipe systems four inches in diameter or larger. Making solvent cement joints shall not be performed and the work shall stop when the temperature, measured in the shade, is 40 °F and falling. C. Joints between PVC drain, waste and vent pipe and cast -iron soil pipe shall be made with approved mechanical compression joints designed for such use. D. Joints for HDPE pipe shall be butt heat fusion. Butt heat fusion joints shall be made in accordance with the requirements of ASTM D2657. E. Installation of valves and fittings shall be in accordance with manufacturers instructions. Particular care shall be taken not to overstress threaded connections. In making solvent cement connections, the solvent cement or primer shall not be spilled on valves. Any cement allowed to run from joints shall be cleaned from the pipe and fittings immediately. F. All piping shall have a sufficient number of unions to allow convenient removal of piping and shall be as approved by the Engineer. PVC and CPVC pipe shall be installed with at least one expansion joint or loop near the center of each straight tun of pipe which is 50 feet or longer with the maximum spacing between expansion joints or loops being 150 feet. G. Where plastic pipe passes through wall sleeves, the space between the pipe and sleeve shall be sealed with a mechanical sealing element. H. All plastic pipe to metal pipe connections shall be made using flanged connections. Metal piping shall not be threaded into plastic fittings, valves, or couplings nor shall plastic piping be threaded into metal valves, fittings or couplings. Only socket to thread adaptors shall be used for threaded plastic pipe connections to other threaded devices. A2198515.064 15064 -6 0921/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements Concrete inserts for hangers and supports shall be furnished and installed in the concrete as it is placed. The inserts shall be set in accordance with the requirements of the piping layout and the Contractor shall verify these locations from approved piping layout drawings and the structural drawings. Pipe hangers and supports are specified in Section 15140. J. Due to its large coefficient of thermal expansion, HDPE pipe shall be installed at its maximum operating temperature to prevent sagging between the hangers or supports. Supports at each end of the straight HDPE pipe runs shall be of sufficient strength to develop anchoring forces adequate to oppose the tensile forces developed in the pipe due to thermal contraction. The exception to this requirement shall be for flanged HDPE connections, because, if the flanged connection is made up at the maximum operating temperature, the thermal contraction of the flange thickness will reduce the required tensile force in the flange bolts. Flanged HDPE connections shall, therefore be made up at the lowest expected operating temperature and then the entire piping system shall be brought up to the maximum operating temperature for final installation. (Note: Packing the flanges in ice may be necessary to achieve the proper installation temperature). 3.02 FIELD TESTING A. All pipelines shall remain undisturbed for the minimum curing or cooling time specified for each type of pipe material but no less than 8 hours to develop full curing and complete strength at all joints. All pipe systems shall be flushed clean and then subjected to a hydrostatic pressure test for 12 hours at a test pressure and temperature specified below. Testing procedures shall be as specified below and in Sections 15051 and 15052. Should the temperature not be attainable under hydrostatic conditions, then the test may be perforated under hydrodynamic conditions, provided that accurate measurements for loss of the test fluid can be made, or the pressure shall be proportionally increased to simulate the stresses of the higher temperature in relation to the lowest system temperature that is expected during the duration of the test. The proportionally higher test pressures shall be determined in accordance with the accepted temperature versus strength properties as published by the pipe manufacturer, Plastic Pipe Institute or other pipe material standards organization. Allowance for expansion of polyethylene pipe during the test shall be made in accordance with PPI Technical Report TR31. B. The test pressures and temperatures for the various pipe lines shall be as follows: 1. Chemical feed piping: 150 psi at 100 °F 2. Drain piping: 15 psi at ambient temperature 3. Vent piping: 15 psi at ambient temperature 4. Potable water and plant protected water: 150 psi at 100 °F C. The test shall be perforated by slowly filling the piping system, expelling entrapped air from all high points. The fill rate shall be controlled so that the fluid velocity within the pipe system is less than two fps. Upon completion of the filling process, the system shall be brought up to the specified test temperature as applicable, holding the system pressure to less than ten percent of the test pressure. Once the system has been stabilized at the specified test temperature, the pipe A2t98S15.069 15064 -7 09)21/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorinatim and Filter Improvements should be slowly brought up to the test pressure in such a manner so as to not create shock, surge or water hammer in the pipe system. The test duration time limit shall not begin until the full pressure specified above has been reached and the system has been stabilized to within five percent of the test temperature. The system pressure and temperature shall be maintained to within one -half percent but no more than five percent of the specified value for the temperature and within five psi of the specified value for the pressure. These tolerances shall be held for the entire duration of the test. Upon completion of the test, the pressure shall be slowly removed by opening a valve or other pressure relieving device at a location remote to the location of the pressure/temperature monitoring equipment. D. The pressure test shall be monitored by a recording type pressure gage for tests not requiring temperature control or a dual pen pressure/temperature recording gage when temperature control is required. The entire test process shall be recorded, including the initial temperature stabilization and pressurization of the piping system. The record shall be continuous through the system test and shall show the fmal de- pressurization of the pipe system. E. All visible leaks detected during the pressure test shall be repaired and the pressure/temperature test rerun. A successful test shall be a test in which no visible leaks are detected and the pipe system pressure can be maintained within one -half percent but no more than five psi of the specified value. F. Prior to testing, the pipelines shall be supported in an approved manner to prevent movement during the tests. 3.03 PAINTING A. All CPVC and PVC pipe and fittings exposed shall be field painted to provide additional UV protection. This painting shall be required whether or not marking is required and shall be in accordance with Section 09902. A2198515 064 END OF SECTION 15064 -8 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 15113 PNEUMATIC VALVE OPERATORS A. Fumish all labor and materials required and install and test, complete and ready for operation, the pneumatic valve operators as shown on the Drawings and as specified. B. The pneumatic valve operators shall be mounted on existing valves. C. The pneumatic valve operator manufacturer shall coordinate with the high pressure air system. It shall be the responsibility of the pneumatic valve operator manufacturer to verify that the high pressure air system is adequately sized for this installation. D. The Contractor and pneumatic valve operator supplier shall field verify the space available for installing the new operators to assure they will fit. Any modifications to the existing facilities necessary to install the operators and provide ample mom for operating and maintaining the equipment shall be the responsibility of the Contractor. 1.02 RELATED WORK A. Painting in addition to the requirements in this Section, is specified in Division 9. B. The Air Compressor System is specified in Section 11374. C. Mechanical piping, valves, pipe hangers and supports are specified in their respective sections of Division 15. D. Electrical work, in addition to the requirements of this Section, is specified in Division 16. 1.03 SUBMITTALS A. Submit to the Engineer for review, as provided in Section 01300, shop drawings showing details of fabrication and installation of all items fumished under this Section. B. For each existing valve to which an operator is to be attached, submit the name of the operator manufacturer, catalog sheets showing operator characteristics and dimensions, and the following items: A2198S15.113 1. Certified dimensional drawings of each item of equipment and auxiliary apparatus to be fumished. 2. Certified mechanical and electrical connection details. 15113 -1 09/21/95 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 3. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the detailed Specifications. C. Submit Manufacturer's Certified data showing operator characteristics of torque, speed, power requirements and consumption, options provided, operational flexibility characteristics to be provided, and total unit weight. This information shall be prepared specifically for each operator size and type proposed. Catalog sheets showing general information and options available will not be acceptable. 1.04 QUALITY ASSURANCE A. The equipment covered by these Specifications is intended to be standard valve operating equipment of proven ability as manufactured by reputable concems having at least 5 years experience in the productions of such equipment. B. The operator manufacturer shall be responsible for the design arrangement and operation of the operator. The operators shall be complete with all required controls. C. Should equipment which differs fame these Specifications be offered and determined to be the equal of that specified, such equipment shall be acceptable only on the basis that any revision in the design and construction of the structure, piping, appurtenant equipment (including the air compressor), electrical work, etc., required to accommodate such a substitution shall be made at no additional cost to the Owner and be as approved by the Engineer. D. Operation and Maintenance Data A2198515.113 1. Complete operating and maintenance instructions shall be furnished for all equipment included under these specifications as provided in Section 01730. The maintenance instructions shall include troubleshooting data and full preventive maintenance schedules and complete spare parts lists with ordering information. 2. A manufacturer's factory representative who has complete knowledge of proper startup, installation, operation and maintenance shall be provided as noted herein. 15113 -2 09/21/95 Services Provided by Factory Representative Minimum # of Trips (°) Minimum time On Site Per Trip t'/ 1. Supervise Installation 1 4 Hours 2. Inspect and Approve Installation 1 t`l 4 Hours 3. Supervise Testing 2 (d) 4 Hours 4. Instruct Owner and Engineer Representatives in proper startup and O &M 1 t` 4 Hours 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements a) The manufacturers' factory representative shall be present at frequent enough intervals to ensure proper installation testing and initial operation of the equipment. (b) The manufacturers' factory representative shall provide to the engineer a written certification that the equipment has been installed in accordance with the manufacturers' recommendations. (c) May be done immediately following completion of Item 1 if acceptable to the Engineer. (d) May be done immediately following completim of Item 2 if acceptable to the Engineer. (e) This instruction may be given following completion of Item 3, provided that the test is successful, the O&M Manuals have been approved, and is acceptable to the Engineer. 1.05 SYSTEM DESCRIPTION A. The pneumatic valve operators are an integral part of the filters and shall be installed on the filtered water and the waste backwash water lines. As many as four (4) filters, eight (8) actuators may be operating at any one time. The air compressor system shall provide supply air at a minimum pressure of 85 psi and maximum pressure of 100 psi. 1.06 DELIVERY, STORAGE AND HANDLING A. Parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is complete and the unit and equipment are ready for operation. B. Equipment and parts must be properly protected against any damage during on -site storage. C. Factory assembled parts and components shall not be dismantled for shipment unless permission is received in writing from the Engineer. D. Finished iron or steel surfaces not pained shall be properly protected to prevent rust and corrosion. A2198S15.113 MANUFACTURERS' REPRESENTATIVE DUTIES 15113 -3 0921/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 1.07 MAINTENANCE A. Fumish one set of all special tools required for the proper servicing of equipment supplied under these Specifications, clearly identified and packed in a suitable steel tool chest with a lock. Fumish the manufacturer's standard set of spare parts from each operator size and type provided, including at least the following: 1. A supply of all required lubricants, sufficient for one year of nonnal operation. B. In addition to the above inventory to be maintained, the equipment manufacturer shall submit evidence that he can deliver a replacement for any part fumished within three working days. 1.08 WARRANTY A. The equipment manufacturer shall provide a three (3) year guarantee for all parts associated with the operator and the labor associated with repair and/or replacement of the parts. The guarantee must be submitted during the shop drawing phase. Approval of the operator shop drawings will be contingent on the receipt of the guarantee. In lieu of the three (3) year guarantee, the equipment manufacturer may provide a maintenance bond equal to the cost of replacing the operators for the number of years not covered by the standard guarantee. PART 2: PRODUCTS 2.01 GENERAL A. Materials/equipment shall be the products of one manufacturer in older to provide standardization for appearance, operation, maintenance, spare parts, and manufacturer's service. B. Equipment weighing over 100 pounds shall be provided with lifting lugs. C. Stainless steel nameplates with the name of the manufacturer, serial number, model number, the rated capacity, speed and all other pertinent data shall be furnished and attached to the operators. 2.02 OPERATORS A. The pneumatic valve operators provided shall be either the Vane -type or Rack and Pinion type as specified below. B. Vane -type Pneumatic Valve Operator A2198S15.113 1. The vane -type design shall have only one moving part. The operator case housing shall be constructed of pressure die cast zinc alloy or aluminum LM25. The exterior and interior of the housing shall have a corrosion resistant stove baked epoxy coating. The operator shall have stainless steel fasteners. The seals shall be molded polyurethane double opposed lip seals and the seal expanders shall be stainless steel. 0-ring seals on the vane shall not 15113 -4 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements be acceptable. The operator shall have an adjustable angle of travel of 80 degrees to 100 degrees. 2. The vane -type pneumatic valve operator shall be as manufactured by Kinetrol, Dallas, Texas. C. Rack and Pinion Type Pneumatic Valve Operator 1. The rack and pinion type design shall have an output torque which is linear throughout its travel. The operator shall have an adjustable angle of travel of 87 degrees to 93 degrees. The operator shall be provided with acetal piston guides and rings which provide a low coefficient of friction and absorb side flutists of the pistons. Pistons with only 0 -ring seals shall not be acceptable. The output shaft and pinion shall be one piece construction and shall be manufactured out of hardened alloy steel and zinc plated. The operator body shall be constructed of extruded aluminum alloy. The end caps and pistons shall be constructed of the die cast aluminum. The operator shall have permanently lubricated bearings, guides and 0 -rings. The exterior of the operator shall have a corrosion resistant stove baked epoxy coating. The operator shall have stainless steel fasteners. 2. The rack and pinion type pneumatic valve actuator shall be as manufactured by Bray, Houston, Texas. D. Each operator shall have visible OPEN /CLOSE indication on the unit itself. The display shall indicate the position of the valve and be visible from a minimum distance of twenty (20) feet. 2.03 MISCELLANEOUS A. Each operator shall be provided with a NEMA 4, 120 volt solenoid valve. the solenoid valve shall have manual override features to allow for manual opening and closing of the valve in the event of loss of electrical power. The operator shall include speed control devices that allow an increase or decrease in cycle time for both OPEN and CLOSE directions. B. Each operator shall be provided with the necessary mounting brackets, appurtenances and fasteners for mounting the operator to the existing valves. The mounting bracket shall be constructed of carbon steel. C. Each operator shall be provided with a mechanical valve position sensor. Sensor assembly shall consist of two (2) SPDT switches rated 10A at 125 VAC. Valve position sensors shall be Quartz series MQ as manufactured by Kinetrol or equal. 2.04 SURFACE PREPARATION AND SHOP COATING A. All surfaces, other than those to be coated by the manufacturer, shall be shop coated in accordance with Section 09901. A2198S15 113 15113 -5 09/21/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Impmvanalts PART 3: EXECUTION 3.01 INSTALLATION A. Installation of the operators shall be in strict compliance with the manufacturer's instructions and recommendations in the locations shown on the Drawings. Installation shall include fumishing the required oil and grease for initial operation. The grades of oil and grease shall be in compliance with the manufacturer's recommendations. B. All work shall be executed in full accordance with local codes and ordinances. Should any work be perfonned contrary to said codes and ordinances, the Contractor shall bear full responsibility for such violations and assume all costs arising therefrom. C. The conducting of the field tests shall be in accordance with the work sequence in Specification Section 01010. D. A certificate from the equipment manufacturer stating that the installation of this equipment is satisfactory, the equipment is ready for operation, and that the operating personnel have been suitably instructed in the operation, lubrication and care of each unit shall be submitted. 3.02 TESTING A. The operators shall be full -load field tested. B. Manufacturer's field representative shall conduct tests in the presence of the Owner's representative. 3.03 FINISH PAINTING A. All surfaces to be field painted shall be painted in accordance with the requirements of Section 09902. A2I98SI5113 END OF SECTION 15113 -6 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 15140 PIPE HANGERS AND SUPPORTS A. Fumish all labor, materials, equipment and incidentals and install a complete system of pipe hangers, supports, concrete inserts and anchor bolts including all metallic hanging and supporting devices for supporting non -buried piping as shown on the Drawings and as specified herein. B. The absence of pipe supports and details on the Drawings shall not relieve the Contractor of the responsibility for providing them. Pipe supports indicated on the Drawings are shown only to convey the intent of the design for a particular location and are not intended to represent a complete system. 1.02 RELATED WORK A. Field painting is included in Division 9. B. Pipe, fittings, appurtenances are included in respective sections of Division 15. 1.03 SUBMITTALS - A. Submit to the Engineer as provided in Section 01300, complete sets of shop drawings of all items to be fumished under this Section. Submittals shall include complete layouts, schedules, location plans and complete total bill of materials for all pipe support systems. B. Submittals shall include a representative catalog cut for each different type of pipe hanger or support indicating the materials of construction, important dimensions and range of pipe sizes for which that hanger is suitable. Where standard hangers and/or supports are not suitable, submit detailed drawings showing materials and details of construction for each type of special hanger and/or support. Provide detailed information on anti -seize compound. C. Submittals shall include complete piping drawings as submitted for each piping submittal indicating type of hanger and/or support, location, magnitude of load transmitted to the structure and type of anchor, guide and other pipe supporting appurtenances including stmctural fasteners. D. Types and locations of pipe hangers and/or suppotts shall also be shown on the piping layouts for each piping submittal as specified in the respective Division 15 pipe specifications. Service conditions for each piping system, including service temperatures, and operating and test pressures, are tabulated in the piping specifications. E. Submit complete design data for pipe support systems to show conformance with this Specification. A2198515 140 15140 -1 09/21/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 1.04 REFERENCE STANDARDS A. Manufacturers Standardization Society (MSS) 1. MSS SP -58 - Pipe Hangers and Supports - Materials and Design. 2. MSS SP -69 - Pipe Hangers and Supports - Selection and Application. B. American Society for Testing and Materials (ASTM) 1. ASTM A36 - Structural Steel. - 2. ASTM A307 - Carbon Steel Extemally and Internally Threaded Standard Fasteners. C. American National Standards Institute (ANSI) 1. ANSI B31 - Power Piping. D. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. All hangers, supports and appurtenances shall confonn to the latest applicable requirements of ANSI B31.1, except as supplemented or modified by the requirements of this Specification. B. All hangers, supports and appurtenances shall be of approved standard design where possible and shall be adequate to maintain the supported load in proper position under all operating conditions. The minimum working factor of safety for all supporting equipment, with the exception of springs, shall be five times the ultimate tensile strength of the material, assuming 10 -ft of wateifilled pipe being supported. C. All pipe and appurtenances connected to equipment shall be supported in such a manner as to prevent any strain being imposed on the equipment. When manufacturers have indicated requirements that piping loads shall not be transmitted to their equipment, submit certification stating that such requirements have been complied with. 1.06 DELIVERY, STORAGE AND HANDLING A. All supports and hangers shall be crated, delivered and uncrated so as to protect against any damage. B. All parts shall be properly protected so that no damage or deterioration shall occur during a prolonged delay from the time of shipment until installation is completed. C. Finished metal surfaces not galvanized, that are not of stainless steel constluction, or that are not coated, shall be grease coated, to prevent lust and corrosion. A2198S15.140 15140 -2 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 2: PRODUCTS 2.01 GENERAL A. All of the equipment specified herein is intended to support the various types of pipe and piping systems shown on the Drawings. It shall be the responsibility of the Contractor to develop final details and any details associated with special conditions not already covered to meet the system conditions (in particular system temperatures and pressures) specified in the respective Division 15 pipe specifications. B. All pipe and tubing shall be supported as required to prevent significant stresses in the pipe or tubing material, valves, fittings and other pipe appurtenances and to support and secure the pipe in the intended position and alignment. All supports shall be designed to adequately secure the pipe against excessive dislocation due to thermal expansion and contraction, intemal flow forces and all probable extemal forces such as equipment, pipe and personnel contact. Any structural steel members required to brace any piping from excessive dislocation shall confomi to applicable requirements and shall be fumished and installed under this Section. C. The Contractor may propose minor adjustments to the piping arrangements in order to simplify the supports, or in order to resolve minor conflicts in the work. Such an adjustment might involve minor change to a pipe centerline elevation so that a single trapeze support may be used. D. Where flexible couplings are required at equipment, tanks, etc the end opposite to the piece of equipment, tank, etc shall be rigidly supported, to prevent transfer of force systems to the equipment. No fixed or restraining supports shall be installed between a flexible coupling and the piece of equipment. E. All pipe and appurtenances connected to the equipment shall be supported in a manner to prevent any strain from being imposed on the equipment or piping system. F. All rods, clamps, hangers, inserts, anchor bolts, brackets and components for interior pipe supports shall be fumished with galvanized finish, hot dipped or electro- galvanized coated, except where field welding is required, where cold - applied galvanizing may be used. Interior clamps on plastic pipe shall be plastic coated. Supports for copper pipe shall be copper plated or shall have a 1 /16 -in plastic coating. All rods, clamps, hangers, inserts, anchor bolts, brackets and components for exterior pipe, submerged pipe and pipe within outdoor structures shall be of Type 316 stainless steel. G. Supports shall be sufficiently close together such that the sag of the pipe is within limits that will permit drainage and avoid excessive bending stresses from concentrated loads between supports. H. All uninsulated non - metallic piping such as PVC, CPVC, etc shall be protected from local stress concentrations at each support point. Protection shall be provided by galvanized steel protection shields or other method as approved by the Engineer. Where pipes are bottom supported 180 degrees, arc shields shall be furnished. Where 360 degree arc support is required, such as U bolts, protection shields shall be provided for the entire pipe circumference. Protection shields shall have an 18 gauge minimum thickness, not be less than 12 - in in length and be securely fastened to pipe with stainless steel or galvanized metal straps not less than 1 /2 -in wide. A2198S15.190 15140 -3 0921/95 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements I. All insulated pipe shall be fumished with a rigid foam insulating saddle at each pipe support location as specified under respective pipe insulation. Provide protection shields as specified in at each support location. J. Where pipe hangers and supports come in contact with copper piping provide protection from galvanic corrosion by; wrapping pipe with 1 /16 -in thick neoprene sheet material and galvanized protection shield; isolators similar to Elcen figure number 228; or copper plated or PVC coated hangers and supports. All stainless steel piping shall be isolated from all ferrous materials, including galvanized steel by use of neoprene sheet material and protection shields, similar to above methods. K. Pipe supports shall be provided as follows: A2198S15140 1. Cast iron and ductile iron, steel and stainless steel piping shall be supported at a maximum support spacing of 10 -ft with a minimum of one support per pipe section at the joints. 2. Insofar as is possible, floor supports shall be given preference. Typical concrete supports are shown on the structural drawings. Base elbow and base tees shall be used where possible. 3. Support spacing for steel and stainless steel piping 2 -in and smaller diameter and copper tubing shall not exceed 5 -ft. 4. For all stainless steel piping, provide neoprene isolators between the pipe and support components. 5. Supports for multiple PVC plastic piping shall be continuous wherever possible. Individually supported PVC pipes shall be supported as recommended by the manufacturer except that support- spacing shall not exceed 3 -ft. Multiple, suspended, horizontal plastic PVC pipe runs, where possible, shall be supported by ladder type cable trays such as the Electray Ladder by Husky - Bumdy; the Globetray by the Metal Products Division of United States Gypsum, or equal. Ladder shall be of galvanized steel construction. Rung spacing shall be 12 -in. Tray width shall be approximately 6 -in for single tuns and 12 -in for double runs. Ladder type cable trays shall be fumished complete with all hanger rods, rod couplings, concrete inserts, hanger clips, etc required for a complete support system. Individual plastic pipes shall be secured to the rungs of the cable tray by strap clamps or fasteners equal to Globe Model M -CAC; Husky -Bumdy Model SCR or equal. Spacing between clamps shall not exceed 9 -ft. The cable trays shall provide continuous support along the length of the pipe. Individual clamps, hangers and supports in contact with plastic PVC pipe shall provide firm support but not so fimr as to prevent longitudinal movement due to thermal expansion and contraction. 6. All vertical pipes shall be supported at each floor or at intervals of not more than 12 -ft by approved pipe collars, clamps, brackets, or wall rests and at all points necessary to insure rigid construction. All vertical pipes passing through pipe sleeves shall be secured using a pipe collar. 15140 -4 09/21/95 8077- 112 -DN City of Round Rock Water Treatmait Plant Chlorination and Filter Improvements 7. Pipe supports shall not induce point loadings but shall distribute pipe loads evenly along the pipe circumference. 8. Supports shall be provided at changes in direction and elsewhere as shown in the Drawings or as specified herein. No piping shall be supported from other piping or from metal stairs, ladders and walkways, unless specifically directed or authorized by the Engineer. 9. Pipe supports shall be provided to minimize lateral forces through valves, both sides of split type couplings and sleeve type couplings and to minimize all pipe forces on pump housings. Pump housings shall not be utilized to support connecting pipes. 10. Effects of thermal expansion and contraction of the pipe shall be accounted for in the pipe support selection and installation. L. Unless otherwise specified herein, pipe hangers and supports shall be standard catalogued components, conforming to the requirements of MSS-SP-58 and -69; and shall be as manufactured by Grinnell Co., Inc., Providence, RI; Carpenter & Patterson, Inc., Wobum, MA; F &S Central, Brooklyn NY; Elcen Metal Products Co., Franklin Park, IL and Unistmt Northeast, Cambridge, MA, or equal. Any reference to a specific figure number of a specific manufacturer is for the purpose of establishing a type and quality of product and shall not be considered as proprietary. M. Any required pipe supports for which the supports specified in this Section are not applicable shall be fabricated or constructed from standard structural steel shapes, concrete and anchor hardware similar to items previously specified herein and shall be subject to the approval of the Engineer. N. Expansion anchors shall be equal to Kwik -Bolt as manufactured by the McCullock Industries, Minneapolis, MI or Wej -it manufactured by Wej -it Expansion Products, Inc., Bloomfield, CO. The length of expansion bolts shall be sufficient to place the wedge portion of the bolt a minimum of 1 -in behind the steel reinforcement. O. Hanger rods shall be hot rolled steel, machine threaded and galvanized after fabrication. The strength of the rod shall be based on its mot diameter. Hanger rods shall be attached to concrete structures using concrete inserts similar to F &S Figures 180, 571 or 150; or continuous concrete inserts per F &S. Inserts shall be malleable iron, or steel with galvanized finish. Beam clamps, C clamps or welded beam attachments shall be used for attaching hanger rods to structural steel members. Where necessary and approved by the Engineer, expansion anchors shall be used for attaching to concrete structures. 2.02 SINGLE PIPE HANGERS A. Single pipes shall be supported by hangers suspended by hanger rods from structural steel members, concrete ceilings, bottom of trapeze hangers and wall mounted steel angle brackets. B. Except as otherwise specified herein, pipe hangers shall be steel, of the adjustable clevis type similar to Grinnell Figure Numbers 65,260 and 590 as required. A2198515 140 15140 -5 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorinaticn and Filter hnpmvements C. Where pipes are near walls, beams, columns, etc and located an excessive distance from ceilings or underside of beams, welded steel wall brackets similar to Carpenter and Patterson Figure numbers 69-68, 84 or 139 shall be used for hanging pipe. Where single pipes rest on top of bracket pipe supports, attachments shall meet requirements as specified under multiple pipe hangers. 2.03 MULTIPLE PIPE HANGERS A. Suspended multiple pipes, running parallel in the same horizontal plane, which are adjacent to each other shall be suspended by trapeze type hangers or wall brackets. Trapeze hangers shall consist of galvanized structural steel channel supported from galvanized threaded rod or attached to concrete walls, columns or structural steel support members as required to meet the intent of this specification. Channel shall be similar to F &S Figure 710, rods, concrete inserts, "C" Clamps, beam clamps, welded beam attachments and expansion shields shall be as specified in • Paragraph 2.02 Single Pipe Hangers above. B. Except as otherwise specified herein pipe anchors used for attaching pipe to trapeze or multiple pipe wall brackets shall be anchor or pipe chairs similar to F &S Figures 158, 419, 160A, 160B as required. Material of construction shall be galvanized steel. Chair "U" bolts shall be tightened to allow freedom of movement for normal expansion and contraction except where pipe must be anchored to control direction of movement or act as a thmst anchor. 2.04 SINGLE AND MULTIPLE PIPE SUPPORTS A. Single pipes located in a horizontal plane close to the floor shall be supported by one of the methods specified herein or as shown on the Drawings. B. Pipes 3 -in in diameter and larger shall be supported by adjustable stanchions similar to F &S Figure 427. Stanchions shall provide at least 4 -in adjustment and be flange mounted to floor. C. Pipes less than 3 -in in diameter shall be held in position by supports fabricated from steel "C" channel, welded post base similar to Unistrut Figure P2072A and pipe clamps similar to Unistrut Figures P1109 thin P1126. Where required to assure adequate support, fabricate supports using two vertical members and post bases connected together by horizontal member of sufficient load capacity to support pipe. Wherever possible supports shall be fastened to nearby walls or other structural member to provide horizontal rigidity. Mom than one pipe may be supported from a common fabricated support. D. Where shown on the Drawings, pipe shall be supported using concrete anchor posts. Pipe shall be securely fastened to the posts using suitable metal straps as required and as approved. 2.05 WALL SUPPORTED PIPES A. Single or multiple pipes located adjacent to walls, columns or other structural members, whenever deemed necessary, shall be supported using welded steel wall brackets similar to Carpenter and Patterson Figure numbers 69 -78, 84, or 134; or "C" Channel with steel brackets similar to Unistrut pipe clamps. All members shall be securely fastened to wall, column, etc, using double expansion A2198515.140 15140 -6 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements shields or other method as approved by the Engineer. Additional wall bearing plates shall be provided where required. B. Pipe shall be attached to supports using methods hereinbefore specified to meet the intent of this Specification. 2.06 BASE ANCHOR SUPPORT A. Where pipes change direction from horizontal to vertical via a bend, a welded or cast base bend support shall be installed at the bend to carry the load. The base bend shall be fastened to the floor, pipe stanchion, or concrete pedestal using expansion anchors or other method as approved by the Engineer. B. Where shown on the Drawings, pipe bends shall be supported using concrete anchor posts. Pipes shall be securely fastened to the concrete supports with suitable metal bands as requited and approved by the Engineer. A felt insert shall be used to isolate the piping from the pouted concrete. 2.07 VERTICAL PIPE SUPPORTS A. Where vertical pipes are not supported by a Unistmt system as specified in Paragraph 2.08, they shall be supported in one of the following methods. 1. For pipes 1 /4 -in to 2 -in in diameter, an extension hanger ring shall be provided with an extension rod and hanger flange. The rod diameter shall be as recommended by the manufacturer for the type of pipe to be supported. The hanger ring shall be steel or PVC clad depending on the supported pipe. The hanger ring shall be equal to Carpenter & Paterson Fig. No. 81 or 81CT. The anchor flange shall be galvanized malleable iron similar to Carpenter and Patterson Figure No. 85. A2198515.140 2. For pipes equal to or greater than 2 -in in diameter extended pipe clamps similar to Carpenter and Patterson Figure No. 267 may be used. The hanger shall be attached to concrete structures using double expansion shields, or to steel support members using welding lugs similar to Carpenter and Patterson Figure No. 220. 3. Pipe riser clamps shall be used to support all vertical pipes extending through floor slabs. Riser clamps shall be steel similar to Carpenter and Patterson Figure No. 126. Copper clad or PVC coated clamps shall be used on copper pipes. Insulation shall be removed from insulated pipes prior to installing riser clamps. Insulation shall not be damaged by clamp installation. 4. Unless otherwise specified, shown, or specifically approved by the Engineer, vertical tuns exceeding 12 -ft shall be supported by base elbows /tees, clamps, brackets, wall tests and pipe collars, all located as required to ensure a rigid installation. 15140 -7 09/21/95 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 2.08 SPECIAL SUPPORTS A. Pipe supports shall be provided for closely spaced vertical piping systems required to provide a rigid installation. The interval of vertical support spacing shall be as specified, but in no case shall vertical interval exceed 10 -ft. The support system shall consist of a framework suitably anchored to floors, ceilings or roofs. B. Vertical and horizontal supporting members shall be U shaped channels similar to Unistmt Series P1000. Vertical piping shall be secured to the horizontal members by pipe clamps or pipe straps. All components shall be of steel. C. For piping 3 -in and smaller, the framework shall be as manufactured by the Unistmt Corporation, Globe-Strut as manufactured by the Metal Products Division of U.S. Gypsum or equal. For piping larger than 3 -in, the support frame shall be fabricated from stmctural steel shapes and secured through the use of expansion anchors. D. The assemblies shall be furnished complete with all nuts, bolts and fittings required for a complete assembly including end caps for all unistmts members. E. The design of each individual framing system shall be the responsibility of the Contractor. Shop drawings, as specified above shall be submitted and shall show all details of the installation, including dimensions and types of supports. In all instances the completed frame shall be adequately braced to provide a complete rigid stmcture when all the piping has been attached. F. Supports not otherwise described in this Section shall be fabricated or constmcted from standard structural steel shapes in accordance with applicable requirements, or unistrut -type frame; have anchor hardware similar to items previously specified herein, shall meet the minimum requirements listed below and be subject to the approval of the Engineer. 1. Pipe support systems shall meet all requirements of this Section and all related Sections of this Specification. 2. Complete design details of the pipe support system and system components shall be submitted for review and approval as specified in PART 1. No hanger or support shall be installed without the written approval of the Engineer. 3. The pipe support system shall not impose loads on the supporting structures in excess of the loads for which the supporting stmctute is designed. 2.09 SURFACE PREPARATION AND SHOP PRIME PAINTING A. All surfaces shall be prepared and shop painted as part of the work of this Section. Surface preparation and shop painting shall be as specified in Section 09901. A2198515 140 15140 -8 09/21195 8077 -112-DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 3: EXECUTION 3.01 INSTALLATION A. The Contractor shall proceed with the installation of piping and supports only after any building structural work has been completed and new concrete has reached its 28-day compressive strength. B. The installation of pipe support systems shall in no way interfere with the operation of the overhead bridge cranes, monorails, access hatches, etc. C. The installed systems shall not interfere with maintenance and operational access to any equipment installed under this Section, or any other Section of this Specification. D. All pipes, horizontal and vertical, requiring rigid support shall be supported from the building structure by approved methods. Supports shall be provided at changes in direction and elsewhere as shown in the Drawings or specified herein. No piping shall be supported from metal stairs, ladders and walkways unless specifically directed or authorized by the Engineer. E. All pipe supports shall be designed with liberal strength and stiffness to support the respective pipes under the maximum combination of peak loading conditions to include pipe weight, liquid weight, liquid movement and pressure forces, thermal expansion and contraction, vibrations and all probable extemally applied forces. Prior to installation, all pipe supports shall be approved by the Engineer. F. Pipe supports shall be provided to minimize lateral forces through valves, both sides of split type couplings and sleeve type couplings (within four pipe diameters) and to minimize all pipe forces on pump housings. Pump housings shall not be utilized to support connecting pipes. G. Inserts for pipe hangers and supports shall be installed on fonns before concrete is placed. Before setting these items, all Drawings and figures shall be checked which have a direct bearing on the pipe location. Responsibility for the proper location of pipe supports is included under this Section. H. Continuous metal inserts shall be embedded flush with the concrete surface. I. Apply anti -seize compound to all nuts and bolts. Supports installed without the approved compound shall be dismantled and correctly installed, at no cost to the Owner. 3.02 TESTING A. All pipe support systems shall be tested for compliance with the Specifications. After installation, each pipe support system shall be tested in conjunction with the respective piping pressure tests. If any part of the pipe support system proves to be defective or inadequate, it shall be repaired or augmented under this Section to the satisfaction of the Engineer. A2198515.140 END OF SECTION 15140 -9 0921/95 THIS PAGE LEFT BLANK INTENTIONALLY 8077- 112 -DN City of Round Rock Water Treatment Plant Cblonnatmn and Filter Improvements PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials and equipment required to install complete and make operational, electrical and process instrumentation systems at the Round Rock Water Treatment Plant as specified and as shown on the Drawings. B. The work shall include furnishing, installing and testing the equipment and materials detailed in the following specification Sections: D1865516000 Section No Title SECTION 16000 ELECTRICAL - GENERAL PROVISIONS 16000 Electrical - General Provisions 16110 Raceways, Boxes, Fittings and Supports 16120 Wires and Cables 16191 Miscellaneous Equipment 16470 Panelboards 16660 Grounding System C. The work shall include furnishing and installing the following: 1. Conduit, wire and field connections for all motors, motor controllers, control devices, control panels and electrical equipment furnished under other Divisions of these Specifications. 2. Conduit, wiring and terminations for all field- mounted instruments furnished and mounted under other Divisions of these Specifications, including process instrumentation primary elements, transmitters, local indicators and control panels. Lightning and surge protection equipment wiring at process instrumentation transmitters. Install vendor furnished cables specified under other Divisions of these Specifications. 3. Modifications to existing control systems including installation of auxiliary motor starter contacts, relays, switches, etc. as required to provide the control functions or inputs as shown on the Drawings. Obtain the existing equipment shop drawings from the Owner before attempting to make any modifications to the existing equipment wiring. Verify all existing wiring and connections for corrections. Document all changes made to the wiring diagrams and return a marked -up set of Record Drawings to the Owner after the work is complete. D. Each bidder or his/her authorized representatives shall, before preparing his/her proposal, visit all areas of the existing buildings and structures in which work under this sub -bid is to be performed and inspect carefully the present installation. The submission of the proposal by this bidder shall be considered evidence that he /she or his/her representative has visited the 16000 -1 8077- 112 -DfI City of Round Rock Water Treatment Plant Chlorination and Filter Improvements buildings and structures and noted the locations and conditions under which the work will be performed and that he /she takes full responsibility for a complete knowledge of all factors governing his/her work. E. Provide all electrical demolition work associated with the removal of equipment from the existing facilities, including disconnecting and removing all electrical wiring and conduit to equipment being removed under other Sections of these Specifications. F. Provide all electrical relocation work associated with the relocation of equipment for the existing and new facilities, including disconnecting all existing wiring and conduits and providing new wiring and conduit to the relocated equipment. 1.02 SUBMITTALS A. Submit shop drawings in accordance with Section 01300 for equipment, materials and other items furnished under Division 16. B. Shop drawings shall be submitted for the following equipment: 1. Raceways, Boxes and Fittings 2. Wires and Cables 3. Miscellaneous Equipment (as specified in Section 16191) 4. Panelboards 5. Motor Control Centers _ 6. Lighting Fixtures and Lamps C. Check shop drawings for accuracy and contract requirements prior to submittal. Shop drawings shall be stamped with the date checked and a statement indicating that the shop drawings conform to Specifications and Drawings. This statement shall also list all exceptions to the Specifications and Drawings. Shop drawings not so checked and noted shall be returned. D. The Engineer's check shall be for conformance with the design concept of the project and compliance with the Specifications and Drawings. Errors and omissions on approved shop drawings shall not relieve the Contractor from the responsibility of providing materials and workmanship required by the Specifications and Drawings. E. All dimensions shall be field verified at the job site and coordinated with the work of all other trades. F. Material shall not be ordered or shipped until the shop drawings have been approved. No material shall be ordered or shop work started if shop drawings are marked "APPROVED AS NOTED - CONFIRM ", "APPROVED AS NOTED - RESUBMIT" or "NOT APPROVED ". DIA65516000 16000 -2 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlonnation and Filter Improvements G. Operation and Maintenance Data 1. Submit operations and maintenance data for equipment furnished under this Division, in accordance with Section 01730. The manuals shall be prepared specifically for this installation and shall include catalog data sheets, drawings, equipment lists, descriptions, parts lists, etc, to instruct operating and maintenance personnel unfamiliar with such equipment. Special maintenance requirements particular to this system shall be clearly defined, along with special calibration and test procedures. h. The operating instructions shall also incorporate a functional description of the entire system, with references to the systems schematic drawings and instructions. i. Complete parts list with stock numbers, including spare parts. 1.03 REFERENCE STANDARDS A. Electric equipment, materials and installation shall comply with the National Electrical Code (NEC) (1993 edition) and with the latest edition of the following codes and standards: 1. National Electrical Safety Code (NESC) 2. Occupational Safety and Health Administration (OSHA) 3. National Fire Protection Association (NFPA) 4. National Electrical Manufacturers Association (NEMA) 5. American National Standards Institute (ANSI) 6. Insulated Cable Engineers Association (ICEA) 018655te 000 2. Manuals shall include the following as a minimum: a. A comprehensive index. b. A complete "As Built" set of approved shop drawings. c. A complete list of the equipment supplied, including serial numbers, ranges and pertinent data. d. A table listing of the "as left" settings for all timing relays and alarm and trip setpoints. e. System schematic drawings "As- Built ", illustrating all components, piping and electric connections of the systems supplied under this Section. f. Detailed service, maintenance and operation instructions for each item supplied. g. 16000 -3 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 7. Instrument Society of America (ISA) 8. Underwriters Laboratories (UL) 9. Factory Mutual (FM) 10. National Electrical Testing Association (NETA) B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.04 ENCLOSURE TYPES A. Unless otherwise specified herein or shown on the Drawings, electrical enclosures shall have the following ratings: 1. NEMA 1 for dry, non - process indoor above grade locations. 2. NEMA 12 for "DAMP" locations. 3. NEMA 4 for outdoor locations, rooms below grade (including basements and buried vaults) and "WET" locations. 4. NEMA 4X for "CORROSIVE" locations. 1.05 CODES, INSPECTION AND FEES A. Equipment, materials and installation shall comply with the requirements of the local authority having jurisdiction. B. Obtain all necessary permits and pay all fees required for permits and inspections. 1.06 TESTS AND SETTINGS A. Test systems and equipment furnished under Division 16 and repair or replace all defective work. Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. B. Make the following minimum tests and checks prior to energizing electrical equipment: D1665516000 1. Mechanical inspection, testing and settings of circuit breakers, disconnect switches, motor starters, control equipment, etc for proper operation. 2. Test grounding system as specified in Section 16660. 3. Test 600 volt wires and cables as specified in Section 16120. 4. Check wire and cable terminations for tightness. 16000 -4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077. 112 -DN City of Round Rock Water Treatment Plant Chlonnation and Filter Improvements D1865016000 5. Field set transformer taps to obtain the proper secondary voltage. 6. Check motor nameplates for correct phase and voltage. Check bearings for proper lubrication. 7. Check the ampere rating of thermal overloads for motors and submit a typed record to the Engineer of same, including MCC cubicle location and load designation, motor service factor, horsepower, full load current and starting code letter. If inconsistencies are found, new thermal elements shall be supplied and installed. 8. Check rotation of motors prior to energization. Disconnect driven equipment if damage could occur due to wrong rotation. If it rotates in the wrong direction, correct it. 9. Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. 10. Verify all terminations at transformers, equipment, panels and enclosures by producing a 1- 2-3 rotation on a phase sequenced motor when connected to "A ", "B" and "C" phases. C. Testing shall be scheduled and coordinated with the Engineer at least two weeks in advance. Provide qualified test personnel, instruments and test equipment. 1.07 INTERPRETATION OF DRAWINGS A. The Drawings are not intended to show exact locations of conduit runs. Coordinate the conduit installation with other trades and the actual supplied equipment. B. Install each three -phase circuit in a separate conduit unless otherwise shown on the Drawings. C. Unless otherwise approved by the Engineer, conduit shown exposed shall be installed exposed; conduit shown concealed shall be installed concealed. D. Where circuits are shown as "home -runs" all necessary fittings and boxes shall be provided for a complete raceway installation. E. Verify the exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. F. Except where dimensions are shown, the locations of equipment, fixtures, outlets and similar devices shown on the Drawings are approximate only. Exact locations shall be determined by the Contractor and approved by the Engineer during construction. Obtain information relevant to the placing of electrical work and in case of any interference with other work, proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner. 16000 -5 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements G. Circuit layouts are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power, lighting and other electrical systems shown. H. Redesign of electrical or mechanical work, which is required due to the Contractor's use of an alternate item, arrangement of equipment and/or layout other than specified herein, shall be done by the Contractor at his/her own expense. Redesign and detailed plans shall be submitted to the Engineer for approval. No additional compensation will be provided for changes in the work, either his/her own or others, caused by such redesign. I. Raceways and conductors for lighting, switches, receptacles and other miscellaneous low voltage power and signal systems as specified are not shown on the Drawings. Raceways and conductors shall be provided as required for a complete and operating system. Homeruns, as shown on the Drawings, are to assist the Contractor in identifying raceways to be run exposed and raceways to be run concealed. Raceways shall be installed concealed in all finished spaces and may be installed exposed or concealed in all process spaces. Raceways installed exposed shall be near the ceiling or along walls of the areas through which they pass and shall be routed to avoid conflicts with HVAC ducts, cranes hoists, monorails, equipment hatches, doors, windows, etc. Raceways installed concealed shall be run in the center of concrete floor slabs, above suspended ceilings, or in partitions as required. 1.08 SIZE OF EQUIPMENT A. Investigate each space in the structure through which equipment must pass to reach its final location. Coordinate shipping splits with the manufacturer to permit safe handling and passage through restricted areas in the structure. B. The equipment shall be kept upright at all times during storage and handling. When equipment must be tilted for passage through restricted areas, brace the equipment to insure that the tilting does not impair the functional integrity of the equipment. 1.09 RECORD DRAWINGS A. As the work progresses, legibly record all field changes on a set of project contract drawings, hereinafter called the "record drawings ". B. Record drawings shall accurately show the installed condition of the following items: 1. One -line Diagram(s). 2. Raceways and pullboxes. 3. Conductor sizes and conduit fills. 4. Panel Schedule(s). 5. Control Wiring Diagram(s). D1865516000 16000 -6 1 1 1 1 1 1 1 1 1 1 1 1 1 , 1 1 1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 6. Lighting Fixture Schedule(s). 7. Lighting fixture, receptacle and switch outlet locations. C. Submit a schedule of control wiring raceways and wire numbers, including the following information: 1. Circuit origin, destination and wire numbers. 2. Field wiring terminal strip names and numbers. D. As an alternate, point -to -point connection diagrams showing the same information may be submitted in place of the schedule of control wiring raceways and wire numbers. E. Submit the record drawings and the schedule of control wiring raceways and wire numbers (or the point -to -point connection diagram) to the Engineer. 1.10 EQUIPMENT INTERCONNECTIONS • A. Review shop drawings of equipment furnished under other Divisions of this Specification and prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of wiring diagrams or tables with Record Drawings. B. Furnish and install all equipment interconnections. 1.11 MATERIALS AND EQUIPMENT A. Materials and equipment shall be new, except where specifically identified on the Drawings to be re -used. B. Material and equipment of the same type shall be the product of one manufacturer and shall be UL listed. C. Provide Quality Control in accordance with Section 01400. D. Warrant all equipment furnished under Division 16 in accordance with Section 01650 and 01740. Refer to individual equipment sections for additional warranty items. 1.12 EQUIPMENT IDENTIFICATION A. Identify equipment (disconnect switches, separately mounted motor starters, control stations, etc) furnished under Division 16 with the name of the equipment it serves. Motor control centers, control panels, panelboards, switchboards, switchgear, junction or terminal boxes, transfer switches, etc, shall have nameplate designations as shown on the Drawings. B. Nameplates shall be engraved, laminated plastic, not less than 1 /16 -in thick by 3 /4 -in by 2- 1 /2 -in with 3 /16 -in high white letters on a black background. D1865516000 16000 -7 8077 - 112 -DN Cny of Round Rock Water Treatment Plant Chlonnation and Filter Improvements C. Nameplates shall be screw mounted to NEMA 1 enclosures. Nameplates shall be bonded to all other enclosure types using an epoxy or similar permanent waterproof adhesive. Two sided foam adhesive tape is not acceptable. Where the equipment size does not have space for mounting a nameplate the nameplate shall be permanently fastened to the adjacent mounting surface. 1.13 DEMOLITION A. Remove electrical work associated with equipment scheduled for demolition except those portions indicated to remain or be reused. B. Remove unused exposed conduit and wiring back to point of concealment including abandoned conduit above accessible ceiling finishes. Remove unused wiring in concealed conduits back to source (or nearest point of usage). C. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit servicing them is abandoned and removed. Provide blank covers for abandoned outlets which are not removed. D. Disconnect and remove abandoned panelboards, disconnect switches, control stations, distribution equipment, etc. E. Disconnect and remove abandoned luminaries. Remove brackets, stems, hangers and other accessories. F. Repair adjacent construction and finishes damaged during demolition and extension work. O. Where electrical systems pass through the demolition areas to serve other portions of the premises, they shall remain or be suitably relocated and the system restored to normal operation. H. Coordinate outages in systems with the Owner. Where duration of proposed outage cannot be allowed by the Owner, provide temporary connections as required to maintain service. I. Removal and relocation of existing conduit, wire and equipment have not been detailed on the Drawings. Survey the affected areas before submitting bid proposal. J. Trace out existing wiring that is to be relocated, or removed and preform the relocation or removal work as required for a complete operating and safe system. K. Continuous service is required on all circuits and outlets affected by these changes, except where the Owner will permit an outage for a specific time. Obtain Owner's consent before removing any circuit from continuous service. L. Remove exposed conduits, wireways, outlet boxes, pull boxes and hangers made obsolete by the alterations, unless specifically designated to remain. Patch surfaces and provide blank covers for abandoned outlets which are removed. D1863516000 16000 -8 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlonnation and Filter Improvements M. All equipment, materials, controls, motor starters, branch and feeder breakers, panelboards, transformers, wiring, raceways, etc, furnished and installed to temporarily keep circuits energized shall be removed when the permanent installation is fully operational.] 1.14 DISPOSITION OF REMOVED MATERIALS AND EQUIPMENT A. In general, it is intended that material and equipment indicated to be removed and disposed of by the Contractor shall, upon removal, become the Contractor's property and shall be disposed • of off the site by the Contractor, unless otherwise directed by the Owner. A receipt showing acceptable disposal of any legally regulated materials or equipment shall be given to the Owner. PART 3: EXECUTION 3.01 SLEEVES AND FORMS FOR OPENINGS A. Provide and place all sleeves for conduits penetrating floors, walls, partitions, etc. Locate all necessary slots for electrical work and form before concrete is poured. B. Exact locations are required for stubbing -up and terminating concealed conduit. Obtain shop drawings and templates from equipment vendors or other subcontractors and locate the concealed conduit before the floor slab is poured. C. Where setting drawings are not available in time to avoid delay in scheduled floor slab pours, the Engineer may allow the installations of such conduit to be exposed. Requests for this deviation must be submitted in writing. No additional compensation for such change will be allowed. D. Seal all openings, sleeves, penetration and slots as specified in Section 16110. 3.02 CUTTING AND PATCHING A. Cutting and patching shall be done in a thoroughly workmanlike manner and be in compliance with modifications and repair to concrete as specified in Section [03740]. Sawcut concrete and masonry prior to breaking out sections. B. Core drill holes in concrete floors and walls as required. C. Install work at such time as to require the minimum amount of cutting and patching. D. Do not cut joists, beams, girders, columns or any other structural members. E. Cut opening only large enough to allow easy installation of the conduit. F. Patching to be of the same kind and quality of material as was removed. G. The completed patching work shall restore the surface to its original appearance or better. D1865516000 16000 -9 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements H. Patching of waterproofed surfaces shall render the area of the patching completely waterproofed. I. Remove rubble and excess patching materials from the premises. J. When existing conduits are cut at the floor line of wall line, they shall be filled with grout of suitable patching material. 3.03 INSTALLATION A. Any work not installed according to the Drawings and Specifications shall be subject to change as directed by the Engineer. No extra compensation will be allowed for making these changes. B. Electrical equipment shall be protected at all times against mechanical injury or damage by water. Electrical equipment shall not be stored outdoors. Electrical equipment shall be stored in dry permanent shelters. Do not install electrical equipment in its permanent location until structures are weather- tight. If any apparatus has been subject to possible injury by water, it shall be thoroughly dried out and tested as directed by the Engineer, or shall be replaced at no additional cost at the Engineer's discretion. C. Equipment that has been damaged shall be replaced or repaired by the equipment manufacturer, at the Engineer's discretion. D. Repaint any damage to factory applied paint finish using touch -up paint furnished by the equipment manufacturer. The entire damaged panel or section shall be repainted per the field painting specifications in Section 09902, at no additional cost to the Owner. D1863816 WO END OF SECTION 16000 -10 8077- 112 -DN City of Round Rock Water 'treatment Plant Chlorination and Filter Improvements PART 1: GENERAL 1.01 SCOPE OF WORK 1.02 SUBMITTALS B. PVC Coated Rigid Steel Conduit D1B65516 110 SECTION 16110 RACEWAYS, BOXES, FITTINGS AND SUPPORTS A. Furnish and install complete raceway systems as shown on the Drawings and as specified , herein. B. Raceways and conductors that are listed on the raceway and conductor schedules are generally not shown on the plans, except where they are required to pass through a restricted or designated space. Conduits indicated to be run "exposed" on the schedules shall be run near the ceilings or along the walls of the areas through which they pass and shall be routed to avoid conflicts with HVAC ducts, cranes and hoists, lighting fixtures, doors and hatches, etc. Conduits indicated to be run concealed shall be run in the center of concrete floor slabs, in partitions, or above hung ceilings, as required. • A. The manufacturers' names and product designation or catalog numbers of all materials specified shall be submitted in accordance with Section 01300. PART 2: PRODUCTS 2.01 MATERIALS i A. Rigid Steel Conduit 1. Rigid steel conduit interior and exterior shall be hot - dipped galvanized and be as manufactured by the Allied Tube and Conduit Corp.; Wheatland Tube Co.; Triangle PWC Inc. or equal. 1. PVC coated rigid `steel conduit shall have a minimum 0.040 -in thick, polyvinyl chloride coating permanently bonded to hot - dipped galvanized steel conduit and an internal chemically cured urethane or enamel coating. The ends of all couplings, fittings, etc, shall have a minimum of one pipe diameter in length of PVC overlap. PVC conduit and fittings shall be manufactured by Occidental Coating Company; "Plasti -Bond Red" as manufactured by Robroy Industries; Triangle PWC Inc. or equal. C. Rigid Nonmetallic Conduit 1. PVC conduit shall be rigid polyvinyl chloride schedule 40 as manufactured by Canon; An Indian Head Co.; Kraloy Products Co., Inc.; Highland Plastics Inc. or equal. 16110 -1 6077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements D. Liquidtight Flexible Metal Conduit, Couplings and Fittings 1. Liquidtight flexible metal conduit shall be Sealtite, Type UA, manufactured by the Anaconda Metal Hose Div.; Anaconda American Brass Co.; American Flexible Conduit Co., Inc.; Universal Metal Hose Co. or equal. D1065S16110 2. Fittings used with liquidtight flexible metal conduit shall be of the screw -in type as manufactured by the Thomas & Betts Co.; Crouse -Hinds Co. or equal. E Boxes and Fittings 1. Pressed steel switch and outlet boxes shall be hot - dipped galvanized as manufactured by the Raco Manufacturing Co.; Adalet Co.; O.Z. Manufacturing Co. or equal. 2. For use in NEMA 1 areas, terminal boxes, junction boxes, pull boxes etc, shall be sheet steel unless otherwise shown on the Drawings. Boxes shall be galvanized and have continuously welded seams. Welds shall be ground smooth and galvanized. Box bodies shall be flanged and shall not have holes or knockouts. Box bodies shall not be less than 14 gauge metal and covers shall not be less than 12 gauge metal. Covers shall be gasketed and fastened with stainless steel screws. Terminal boxes shall be furnished with hinged doors, terminal mounting straps and brackets. Terminal blocks shall be NEMA type, not less than 20A., 600V. Boxes shall be as manufactured by Hoffman Engineering Co.; Lee Products Co.; Keystone/Rees, Inc. or equal. 3. NEMA 4 terminal boxes, junction boxes, pull boxes etc, shall be sheet stainless steel unless otherwise shown on the Drawings. Boxes shall have continuously welded seams and mounting feet. Welds shall be ground smooth. Boxes shall be flanged and shall not have holes or knockouts. Box bodies shall not be less than 14 gauge metal and covers shall not be less than 12 gauge metal. Covers shall be gasketed and fastened with stainless steel clamps. Terminal boxes shall be furnished with hinged doors, terminal mounting straps and brackets. Terminal blocks shall be NEMA type, not less than 20A., 600V. Boxes shall be as manufactured by Hoffman Engineering Co.; Lee Products Co.; Keystone/Rees, Inc. or equal. 4. NEMA 4X terminal boxes, junction boxes and pull boxes shall be fiberglass reinforced plastic with stainless steel hardware and gasketed covers. Terminal boxes shall be furnished with hinged doors, terminal mounting straps and brackets. Terminal blocks shall be NEMA type, not less than 20A., 600V. Boxes shall be as manufactured by Hoffman Engineering Co.; Lee Products Co.; Keystone / Rees, Inc. or equal. 5. All boxes and fittings used with PVC coated conduit shall be furnished with a PVC coating bonded to the metal, the same thickness as used on the coated steel conduit. The ends of couplings and fittings shall have a minimum of one pipe diameter PVC overlap to cover threads and provide a seal. 6. Cast or malleable iron device boxes shall be Type FD. All cast or malleable iron boxes and fittings shall have cadmium -zinc finish with cast covers and stainless steel screws as manufactured by the Crouse -Hinds Co. or equal. 16110 -2 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlonnatton and Filter Improvements 12. Conduit sealing bushings shall be O.Z. /Gedney Type CSB or equal. F. Conduit Mounting Equipment 1. In dry indoor areas, hangers, rods, backplates, beam clamps, channel, etc shall be galvanized iron or steel. D1865516.110 7. Cast aluminum device boxes shall be Type FD. All cast aluminum boxes and fittings shall be copper -free aluminum with cast aluminum covers and stainless steel screws as manufactured by the Killark Electric Co..; Crouse-Hinds Co.; L. E. Mason Co. or equal. 8. Steel elbows and couplings shall be hot - dipped galvanized. Elbows and couplings used with PVC coated conduit shall be furnished with a PVC coating bonded to the steel, the same thickness as used on the coated steel conduit. 9. Conduit hubs shall be as manufactured by Myers Electric Products, Inc. or equal. 10. Conduit wall seals for cored holes shall be type CSML as manufactured by the O.Z. /Gedney Co. or equal. 11. Conduit wall and floor seals for sleeved openings shall be type CSMI as manufactured by the O.Z. /Gedney Co. or equal. 2. PVC coated steel channel with stainless steel hardware shall be used in areas designated "WET" and "CORROSIVE" on the Drawings and in outdoor locations. Fiberglass channel shall be resistant to the chemicals present in the area in which it is used. G. Conduit Identification Plates 1. Conduit identification plates shall be embossed stainless steel with stainless steel band, permanently secured to the conduit without screws. 2. Identification plates shall be as manufactured by the Panduit Corp. or equal. H. Wall and Floor Slab Opening Seals 1. Wall and floor slab openings shall be sealed with "FLAME- SAFE" as manufactured by the Thomas & Betts Corp.; Pro Set Systems; Neer Mfg. Co.; Specified Technologies, Inc. or equal. PART 3: EXECUTION 3.01 RACEWAY APPLICATIONS A. Except where otherwise shown on the Drawings, or specified, all wiring shall be in rigid steel conduit. 16110 -3 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements B. Rigid steel conduit shall be used at all locations (underground and within structures) as raceways for shielded process instrumentation wiring, shielded control wiring, and I/O wiring. C. PVC coated rigid steel conduit shall be used in areas designated "HAZARDOUS" on the Drawings. D. PVC conduit shall be used for concrete encased underground duct banks except as specified in Paragraph 3.O1B above. E. All conduit of a given type shall be the product of one manufacturer. 3.02 BOX APPLICATIONS A. Unless otherwise hereinafter specified or shown on the Drawings, all boxes shall be metal. B. Exposed switch, receptacle and lighting outlet boxes and condulet fittings shall be cast or malleable iron. C. Concealed switch, receptacle and lighting outlet boxes shall be pressed steel. D. Terminal boxes, junction boxes and pull boxes shall have NEMA ratings suitable for the location in which they are installed, as specified in Section 16000. 3.03 FITTINGS APPLICATIONS A. Conduit wall seals shall be used where underground conduits penetrate walls or at other locations shown on the Drawings. B. Conduit sealing bushings shall be used to seal conduit ends exposed to the weather and at other locations shown on the Drawings. 3.04 INSTALLATION A. No conduit smaller than 3 /4-in electrical trade size shall be used, nor shall any have more than the equivalent of three 90 degree bends in any one run. Pull boxes shall be provided as required or directed. B. No wire shall be pulled until the conduit system is complete in all details; in the case of concealed work, until all rough plastering or masonry has been completed; in the case of exposed work, until the conduit system has been completed in every detail. C. The ends of all conduits shall be tightly plugged to exclude dust and moisture during construction. D. Conduit supports, other than for underground raceways, shall be spaced at intervals of 8 -ft or less, as required to obtain rigid construction. D1865516 110 16110 -4 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements E. Single conduits shall be supported by means of one -hole pipe clamps in combination with one -screw back plates, to raise conduits from the surface. Multiple runs of conduits shall be supported on trapeze type hangers with steel horizontal members and threaded hanger rods. The rods shall be not less than 3 /8 -in diameter. Surface mounted panel boxes, junction boxes, conduit, etc shall be supported by spacers to provide a minimum of 1 /2 -in clearance between wall and equipment. F. Conduit hangers shall be attached to structural steel by means of beam or channel clamps. Where attached to concrete surfaces, concrete inserts of the spot type shall be provided. G. All conduits on exposed work, within partitions and above suspended ceilings, shall be run at right angles to and parallel with the surrounding wall and shall conform to the form of the ceiling. No diagonal runs will be allowed. Bends in parallel conduit runs shall be concentric. All conduit shall be run perfectly straight and true. H. Conduit terminating in pressed steel boxes shall have double locknuts and insulated bushings. I. Conduit terminating in NEMA 3R, 4, 4X and 12 enclosures shall be terminated with Myers type conduit hubs. J. Conduits containing equipment grounding conductors and terminating in sheet steel boxes shall have insulated throat grounding bushings. K. Conduits shall be installed using threaded fittings. L. Liquidtight flexible metal conduit shall be used for all motor terminations, the primary and secondary of transformers, generator terminations and other equipment where vibration is present. M. Where conduits pass through openings in walls or floor slabs, the remaining openings shall be sealed against the passage of flame and smoke. N. Conduit ends exposed to the weather shall be sealed with conduit sealing bushings. 0. All conduit entering or leaving a motor control center, switchboard or other multiple compartment enclosure shall be stubbed up into the bottom horizontal wireway or other manufacturer designated area, directly below the vertical section in which the conductors are to be terminated. P. A conduit identification plate shall be installed on all power, instrumentation, alarm and control conduits at each end of the run and at intermediate junction boxes, manholes, etc. Conduit plates shall be installed before conductors are pulled into conduits. Exact identification plate location shall be coordinated with the Engineer at the time of installation to provide uniformity of placement and ease of reading. Conduit numbers shall be exactly as shown on the Drawings. Q. 01865516 110 Conduits noted as spare shall be capped or plugged at both ends with easily removable fittings. 16110 -5 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements R. Mandrels shall be pulled through all existing conduits which will be reused and through all new conduits 2 -in in diameter and larger prior to installing conductors. S. 3 /16 - polypropylene pull lines shall be installed in all new conduits noted as spares or designated for future equipment. T. All conduit which may under any circumstance contain liquids such as water, condensation, liquid chemicals, etc, shall be arranged to dram away from the equipment served. If conduit drainage is not possible, conduit seals shall be used to plug the conduits. U. Where no type or size is indicated for junction boxes, pull boxes or terminal cabinets, they shall be sized in accordance with the requirements of N.E.C. Article 370. V. Miscellaneous steel for the support of fixtures, boxes, transformers, starters, contactors, panels and conduit shall be furnished and installed. W. Steel channels, flat iron and channel iron shall be furnished and installed for the support of all electrical equipment and devices, where required, including all anchors, inserts, bolts, nuts, washers, etc for a rigid installation. X. Conduits shall not cross pipe shafts, access hatches or vent duct openings. They shall be routed to avoid such present or future openings in floor or ceiling construction. Y. The use of running threads is prohibited. Where such threads are necessary, a 3 -piece union shall be used. Z. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, cold air plenums, etc, shall be sealed with "Duxseal" as manufactured by Manville or seal fitting to prevent the accumulation of condensation. AA. Conduits shall be located a minimum of 3 -in from steam or hot water piping. Where crossings are unavoidable, the conduit shall be kept at least 1 -in from the covering of the pipe crossed. D1865516 110 END OF SECTION 16110 -6 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish, install and test all wire, cable and appurtenances as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. 16000; Electrical - General Provisions. B. 16110; Raceway, Boxes and Fittings. C. 16660; Grounding. 1.03 SUBMITTALS SECTION 16120 WIRES AND CABLES (600 VOLT MAXIMUM) A. Submit samples of proposed wire for approval. Each sample shall have the size, type of insulation and voltage stencilled on the jacket. B. Approved samples will be sent to the project location for comparison by the Engineer with the wire actually installed. 1.04 DELIVERY, STORAGE AND HANDLING A. Carefully handle all conductors to avoid kinks and damage to insulation. PART 2: PRODUCTS 2.01 GENERAL A. Wires and cables shall be of annealed, 98 percent conductivity, soft drawn copper. B. All conductors shall be stranded, except that lighting and receptacle wiring shall be solid. C. Except for control, signal and instrumentation circuits, wire smaller than No. 12 AWG shall not be used. 2.02 BUILDING WIRE A. Wire for lighting, receptacles and other circuits not exceeding 150 volts to ground shall be NEC type THHN/THWN as manufactured by the Okonite Co.; Carol Cable Co. Inc. West; Pirelli Cable Corp. or equal. 01165516 120 16120 -1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements B. Wire for circuits over 150 volts to ground shall be NEC type THHN/THWN for sizes 4/0 AWG and smaller and shall be NEC type XHHW for sizes 250 MCM and larger as manufactured by the Okonite Co., Carol Cable Co. Inc. West, Pirelli Cable Corp. or equal. 2.03 CONTROL, STATUS AND ALARM WIRE A. Wire shall be No.14 AWG NEC type THHN/THWN, stranded as manufactured by the Okonite Co.; Carol Cable Co. Inc. West; Pirelli Cable Corp. or equal. 2.04 INSTRUMENTATION WIRE A. Wire for 4 -20 ma, R.T.D., potentiometer and similar signals shall be: 1. Single pair cable: a. Conductors: 2 #16 stranded and twisted on 2 -in lay b. Insulation: PVC with 300 volt, 105 degree C rating c. Shield: 100 percent mylar tape with drain wire d. Jacket: PVC with UL and manufacturers identification e. Max overall diameter: 0.262 -in f. Misc: UL listed for underground wet location use g. Manufacturers: Belden #9316 or equal 2.05 SPLICES (POWER CONDUCTORS) A. Splices shall be compression type connectors insulated with a heat shrink boot or outer covering and epoxy filling. Splice kits shall be as manufactured by Raychem; Ideal Industries; 3M Co. or equal. 2.06 MOTOR CONNECTIONS A. Motor connections shall be ring type mechanical compression terminations installed on the branch circuit wires and the motor leads and secured with bolt, nut and springwasher. Connections shall be insulated with a Raychem Type RVC, roll -on stub insulator or equal. 2.07 TERMINATION AND SPLICES (CONTROL, STATUS AND ALARM CONDUCTORS) A. Termination connectors shall be of the locking fork -end (upturned leg ends) type as manufactured by Ideal Industries; 3M Co.; Panduit Corp. or equal. B. Splices shall be insulated compression type connectors of the expanded vinyl insulated parallel or pigtail type as manufactured by Ideal Industries; 3M Co.; Panduit Corp. or equal. D1565S16 120 16120 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 2.08 TERMINATIONS (INSTRUMENTATION CABLES) A. Termination connectors shall be of the locking fork -end (upturned leg ends) type as manufactured by Ideal Industries; 3M Co.; Panduit Corp. or equal. 2.09 WIRE AND CABLE MARKERS A. Wire and cable markers shall be "Omni -Grip" as manufactured by the W.H. Brady Co.; Thomas & Betts Co.; 3M Co. or equal. B. Wire and cables with diameters exceeding the capacity of the "Omni -Grip" shall be marked with pre - printed, self - adhesive vinyl tapes as manufactured by the W.H. Brady Co.; Panduit Corp. or equal. 2.10 WALL AND FLOOR SLAB OPENING SEALS A. Wall and floor slab openings shall be sealed with "FLAME- SAFE" as manufactured by the Thomas & Betts Corp. or equal. PART 3: EXECUTION 3.01 INSTALLATION A. Uniquely identify all wires, cables and each conductor of multi- conductor cables (except lighting and receptacle wiring) at each end with wire and cable markers. B. Use lubrications to facilitate wire pulling. Lubricants shall be UL approved for use with the insulation specified. 3.02 WIRE COLOR CODE A. All wire shall be color coded or coded using electrical tape in sizes where colored insulation is not available. Where tape is used as the identification system, it shall be applied in all junction boxes, manholes and other accessible intermediate locations as well as at each termination. B. The following coding shall be used: D1865SIO no System Wire Color 240/120 Volts Neutral White 1- Phase, 3 -Wire Line 1 Black Line 2 Red 208Y/120, Volts Neutral White 3- Phase, 4 -Wire Phase A Black Phase B Red Phase C Blue 16120 -3 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements System Wtre Color 240/120 Volts Neutral White 3- Phase, 4 -Wire Phase A Black delta, center tap Phase B (High) Orange ground on phase Phase C Blue coil A -C 480Y/277 Volts Neutral White 3- Phase, 4 -Wire Phase A Brown Phase B Orange Phase C Yellow 3.03 TERMINATIONS AND SPLICES A. Power conductors: Terminations shall be die type or set screw type pressure connectors as specified. Splices (where allowed) shall be die type compression connector and waterproof with heat shrink boot or epoxy filling. B. Control Conductors: Termination on saddle -type terminals shall be wired directly with a maximum of two conductors. Termination on screw type terminals shall be made with a maximum of two spade connectors. Splices (where allowed) shall be made with insulated compression type connectors. C. Instrumentation Signal Conductors (including graphic panel, alarm, low and high level signals): terminations same as for control conductors. Splices allowed at instrumentation terminal boxes only. D. Except where permitted by the Engineer no splices will be allowed in manholes, handholes or other below grade located boxes. E. Splices shall not be made in push button control stations, control devices (i.e., pressure switches, flow switches, etc), conduit bodies, etc. 3.04 INSTRUMENTATION CABLES A. Instrumentation cables shall be installed in rigid steel raceways as specified. All circuits shall be installed as twisted pairs. In no case shall a circuit be made up using conductors from different pairs. B. Terminal blocks shall be provided at all instrument cable junction, and all circuits shall be identified at such junctions. C. Shielded instrumentation wire, and I/O cables shall be run without splices between instruments, terminal boxes, or panels. D. Shields shall be grounded as recommended by the instrument manufacturer and isolated at all other locations. Terminal blocks shall be provided for inter-connecting shield drain wires at all D1555516 120 16120 -4 8077 -112DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements junction boxes. Where individual circuit shielding is required, each shield circuit shall be provided with its own block. E. Seal openings in slabs and walls through which wires and cables pass. 3.05 HELD TESTING A. Test all 600 volt wire insulation with a megohm meter after installation. Make tests at not less than 500V. Submit a written test report of the results to the Engineer. 01865516 120 END OF SECTION 16120 -5 THIS PAGE LEFT BLANK INTENTIONALLY 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Fdter Improvements PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish and install all miscellaneous equipment as shown on the Drawings and as specified herein. 1.02 EQUIPMENT LIST A. The following equipment in included under this Section: 1. Disconnect switches 2. Combination Magnetic Motor Starters 3. Control Stations 4. General Purpose Dry Type Transformers 5. Control Relays 6. Polyethylene Warning Tape 7. Terminal Blocks 8. Corrosion Inhibitors 9. Equipment Identification Nameplates B. This Section provides the requirements for miscellaneous equipment typically employed in a facility, however, not all components specified in this Section are necessarily utilized on this project. 1.03 SUBMITTALS A. Submittals shall be detailed catalog information or drawings describing electrical and physical characteristics of all equipment specified submit in accordance with Section 01300. B. No IEC or dual NEMA/IEC rated equipment shall be acceptable. /11665516 191 SECTION 16191 MISCELLANEOUS EQUIPMENT 16191 -1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlonnation and Filter Improvements 1.04 REFERENCE STANDARDS A. Equipment enclosures shall have NEMA ratings suitable for the location in which they are installed, as specified in Section 16000. PART 2: PRODUCTS 2.01 MATERIALS A. Disconnect Switches 1. Disconnect switches shall be heavy -duty, quick -make, quick - break, visible blades, 600 volt, 3 pole with full cover interlock, interlock defeat and flange mounted operating handle. 2. NEMA 4 enclosures shall be stainless steel. 3. NEMA 4X enclosures shall be stainless steel. 4. Switches shall be as manufactured by the Square D Co. or equal. B. Combination Magnetic Motor Starters 01865516.191 1. Motor starters shall be a combination motor circuit protector and contactor, 2 or 3 pole, single or 3 phase as required, 60 Hertz, 600 volt, magnetically operated, full voltage non - reversing unless otherwise shown on the Drawings. NEMA sizes shall be as required for the horsepowers shown on the Drawings. Motor circuit protectors shall be molded case with adjustable magnetic trip only. They shall be specifically designed for use with magnetic motor starters. Motor circuit protectors shall be current limiting type, with additional current limiters if required. 2. Each motor starter shall have a 120 volt operating coil and control power transformer. Three phase starters shall have three overload relays. One normally open and one normally closed auxiliary contact shall be provided as spares in addition to contacts shown on the Drawings. 3. Overload relays shall be adjustable and manually reset. 4. NEMA 4 enclosures shall be stainless steel. 5. NEMA 4X enclosures shall be stainless steel. 6. Combination magnetic motor starters shall be as manufactured by the Square D Co. or equal. C. Control Stations 1. Control stations shall be heavy -duty type, with full size operators. Momentary contact stop buttons shall have a lockout latch that can be padlocked in the open position. 16191 -2 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 2. NEMA 4 enclosures shall be stainless steel. 3. NEMA 4X enclosures shall be stainless steel. 4. Control stations shall be Square D Class 9001, or as manufactured by Cutler Hammer/Westinghouse; General Electric Co. or equal. D. General Purpose Dry Type Transformers 1. Transformers shall be dry type, two - winding with KVA and voltage ratings as shown on the Drawings. 2. Four full capacity taps shall be furnished, two 2 -1/2 percent above and two 2 -1/2 percent below rated primary voltage. 3. Maximum temperature rise shall be 115 degrees C. Windings shall be copper. 4. Transformers shall be built in accordance with ANSI C89.2 and NEMA ST -20. 5. Transformers shall be furnished with mounting hardware. 6. Transformers shall be manufactured by the General Electric Co. or equal. E. Control Relays D1865S16.191 1. Control relays shall be heavy duty machine tool type, with 10 ampere, 300 volt convertible contacts. Number of contacts and coil voltage shall be as shown on the Drawings. General use relays shall be General Electric Co. Cat. No. CR12OB or equal by Square D Co. or Allen- Bradley Co. Latching relays shall be General Electric Co. CR120BL or equal by Square D Co. or Allen- Bradley Co. F. Polyethylene Warning Tape 1. Warning tape shall be red polyethylene film, 6 -in minimum width. 2. Warning tape shall be W.H. Brady Co., Cat. No. 91296 or equal. G. Terminal Blocks 1. Terminal blocks shall be 600 volt, channel mounted, with tubular screw and pressure plate. 2. Terminal blocks shall be Bulletin 1492 as manufactured by the Allen- Bradley Co. or equal. H. Corrosion Inhibitors 1. All equipment enclosures, terminal boxes, etc, located in a NEMA 4X rated area (where shown on the drawings) that contains electrical or electronic equipment or terminal strips shall be furnished with an internally mounted, chemically treated corrosion inhibitor pad. 16191 -3 8077- 112 -DN City of Round Rock Water Treatment Plant Chlonnation and Filter Improvements DI965516191 2. The corrosion inhibitor pads shall be as manufactured by Hoffman Engineering Co.; 3M or equal. I.. Equipment Identification Nameplates 1. All field mounted electrical equipment such as disconnects, push button stations, etc, shall be provided with a weather resistant engraved laminoid equipment identification nameplate screwed or bolted adjacent to the device. Nameplate shall identify the mechanical equipment controlled exactly as shown on the electrical singleline drawings (i.e, P -95 Cooling Water Pump No. 1). END OF SECTION 16191 -4 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install all panelboards as shown on the Drawings and as specified herein. 1.02 SUBMITTALS A. Submit shop drawings and product data in accordance with Section 01300. 1.03 REFERENCE STANDARDS A. Panelboards shall be in accordance with the Underwriter Laboratories, Inc. "Standard for Panelboards" and "Standard for Cabinets and Boxes" and shall be so Labeled where procedures exist. Panelboards shall also comply with NEMA Standard for Panelboards and the National Electrical Code. B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.04 MANUFACTURERS Dtaeeste 470 SECTION 16470 PANELBOARDS A. 120/240V, single phase, 3 wire and panelboards shall be Type AQ as manufactured by the General Electric Company; Type NQOD as manufactured by Square D Co.; Type Pow -R -Line C as manufactured by Cutler Hammer/Westinghouse or equal. B. NEMA 3, 4 and 12 panelboards shall be type DVP or DHP as required by voltage application; manufactured by the Crouse -Hinds Company or equal. PART 2: PRODUCTS 2.01 GENERAL A. Rating 1. Panelboard ratings shall be as shown on the Drawings. All panelboards shall be rated for the intended voltage. 2. Circuit breaker panelboards shall be fully rated for the specified circuit breaker fault current interrupting capacity. Series connected short circuit ratings will not be acceptable. 16470 -1 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements 2.02 MATERIALS (NEMA 1) A. Interiors 3. Branch circuits shall be arranged using double row construction except when narrow column panels are indicated. Branch circuits shall be numbered by the manufacturer. 4. A nameplate shall be provided listing manufacturer's name, panel type and rating. B. Buses 1. Bus bars for the mains shall be of copper. Full size neutral bars shall be included. Phase bussing shall be full height without reduction. Cross connectors shall be copper. 3. Spaces for future circuit breakers shall be bussed for the maximum device that can be fitted into them. 4. Equipment ground bars shall be furnished. C. Boxes 3. At least 4 studs for mounting the panelboard interior shall be furnished. D. Trim 1. Hinged doors covering all circuit breaker handles shall be included in all panel trims. 2. Doors shall have semi flush type cylinder lock and catch, except that doors over 48 -in in height shall have a vault handle and 3 -point catch, complete with lock, arranged to fasten D1865516470 1. All interiors shall be completely factory assembled with circuit breakers, wire connectors, etc. All wire connectors, except screw terminals, shall be of the anti -turn solderless type and all shall be suitable for copper or aluminum wire of the sizes indicated. 2. Interiors shall be so designed that circuit breakers can be replaced without disturbing adjacent units and without removing the main bus connectors and shall be so designed that circuits may be changed without machining, drilling or tapping. 2. Neutral bussing shall have a suitable lug for each outgoing feeder requiring a neutral connection. 1. Recessed or flush mounted boxes shall be made from galvanized code gauge steel having multiple knockouts, unless otherwise noted. Boxes shall be of sufficient size to provide a minimum gutter space of 4 -in on all sides. 2. Surface mounted boxes and trims shall have an internal and external finish as hereinafter specified in Paragraph 2.04 D4 below. Surface mounted boxes shall be field punched for conduit entrances. 16470 -2 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorinatton and Filter Improvements 2.03 MATERIALS (NEMA 3, 4 and 12) A. Interiors and Buses 1. Interiors and buses shall be as hereinbefore specified for NEMA 1 construction. B. Boxes and Covers 1. Boxes and covers shall be made from stainless steel with natural finish. 2. Boxes and covers shall be bolted together and gasketed. 3. Conduit openings shall be tapped. 2.04 CIRCUIT BREAKERS A. Panelboards shall be equipped with circuit breakers with frame size and trip settings as shown on the Drawings. B. Circuit breakers shall be molded case, bolt -in type. C. Each circuit breaker used in 120/240 V and 120/208 V panelboards shall have an interrupting capacity of not less than 10,000 amperes, RMS symmetrical. D. Circuit breakers shall be as manufactured by the panelboard manufacturer. PART 3: EXECUTION 3.01 INSTALLATION A. Mount boxes for surface mounted panelboards so there is at least 1 /2 -in air space between the box and the wall. 01865516470 door at top, bottom and center. Door hinges shall be concealed. Furnish two keys for each lock. All Locks shall be keyed alike; directory frame and card having a transparent cover shall be furnished on each door. 3. The trims shall be fabricated from code gauge sheet steel. 4. All exterior and interior steel surfaces of the panelboard shall be properly cleaned and finished with ANSI Z55.1, No. 61 light gray paint over a rust- inhibiting phosphatized coating. The finish paint shall be of a type to which field applied paint will adhere. 5. Trims for flush panels shall overlap the box by at least 3 /4 -in all around. Surface trims shall have the same width and height as the box. Trims shall be fastened with quarter turn clamps. 16470 -3 8077412 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements B. Connect panelboard branch circuit loads so that the load is distributed as equally as possible between the phase busses. C. Type circuit directories giving location and nature of load served. Install circuit directories in each panelboard. D. Install markers on the front cover of all panelboards which identify the voltage rating. Markers shall be made of self sticking B -500 vinyl cloth printed with black characters on an Alert Orange background, 2- 1 /4 -in high by 9 -in wide, Style A as manufactured by W.H. Brady Co. or equal. E. Install a 1 -in by 3 -in laminated plastic nameplate with 1 /4 -in white letters on a black background on each panelboard. Nameplate lettering shall be as shown on the Drawings. Nameplates shall be stainless steel screw mounted. 1865S16 470 END OF SECTION 16470 -4 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlonnation and Filter Impmvements PART 1: GENERAL 1.01 SCOPE OF WORK DI865516660 SECTION 16660 GROUNDING SYSTEM A. Furnish all labor, materials, equipment and incidentals required and install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (N.E.C.), as shown on the Drawings and as specified herein. B. All raceways, conduits and ducts shall contain equipment grounding conductors sized in accordance with the N.E.C. Minimum sizes shall be No. 12 AWG. 1.02 SUBMITTALS A. Submit shop drawings and product data in accordance with Section 01300, as follows: 1. Manufacturer's name and catalog data for ground rods and exothermic welding methods and materials. PART 2: PRODUCTS 2.01 MATERIALS A. Conduit shall be as specified under Section 16110. B. Wire shall be as specified under Section 16120. C. Ground rods shall be 3 /4 -in by 10 -ft copper clad steel and constructed in accordance with UL - 467. The minimum copper thickness shall be 0.25 mm. Ground rods shall be Copperweld or equal. D. Grounding conduit hubs shall be malleable iron type similar to Thomas & Betts Co.; Cat. No. 3940 (3 /4 -in conduit size) by Burndy; O.Z. Gedney Co. or equal, and of the correct size for the conduit. E. Waterpipe ground clamps shall be cast bronze saddle type, similar to Thomas & Betts Co. Cat. No. 2 (1 /2 -in, 3 /4 -in, or 1 -in size) or equal by Bumdy; O.Z. Gedney Co. or equal, and of the correct size for the pipe. F. Buried grounding connections shall be by Cadweld process, or equal exothermic welding system. 16660 -1 8077- 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements PART 3: EXECUTION 3.01 INSTALLATION A. Run grounding electrode conductors in rigid steel conduits. Bond the protecting conduits to the grounding electrode conductors at both ends. Do not allow water pipe connections to be painted. If the connections are painted, dis- assemble them and re -make them with new fittings. B. Install equipment grounding conductors with all feeders and branch circuits. C. Bond all steel building columns in new structures together with ground wire in rigid conduit and connect to the distribution equipment ground bus, as shown on the Drawings. D. Ground wire connections to structural steel columns shall be made with long barrel type one -hole heavy duty copper compression lugs, bolted through 1 /2 -in maximum diameter holes drilled in the column web, with stainless steel hex head cap screws and nuts. E. Metal conduits stubbed into a motor control center shall be terminated with insulated grounding bushings and connect to the motor control center ground bus. Bond boxes mounted below motor control centers to the motor control center ground bus. Size the grounding wire in accordance with Table 250 -95 of the National Electrical Code, except that a minimum No. 12 AWG shall be used. F. Liquid tight flexible metal conduit in sizes 1- 1 /2 -in and larger shall have bonding jumpers. Bonding jumpers shall be external, run parallel (not spiralled) and fastened with plastic tie wraps. G. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with Article 250 -94 of the N.E.C. H. Drive grounding electrodes as shown on the Drawings. I. All equipment enclosures, motor and transformer frames, conduits systems, cable armor, exposed structural steel and all other equipment and materials required by the N.E.C. to be grounded, shall be grounded and bonded in accordance with the N.E.C. J. Seal exposed connections between different metals with No -Oxide Paint Grade A or equal. K. Lay all underground grounding conductors slack and, where exposed to mechanical injury, protect by pipes or other substantial guards. If guards are iron pipe, or other magnetic material, electrically connect conductors to both ends of the guard. Make connections as specified herein. L. Care shall be taken to ensure good ground continuity, in particular between the conduit system and equipment frames and enclosures. Where necessary, jumper wires shall be installed. X1866516660 16660 -2 8077 - 112 -DN City of Round Rock Water Treatment Plant Chlorination and Filter Improvements M. All grounding type receptacles shall be grounded to the outlet boxes with a No. 12 THW green conductor connected to the ground terminal of the receptacle and fastened to the outlet box by means of a grounding screw. 3.02 INSPECTION AND TESTING A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent test instrument to measure resistance to ground of the system. Perform testing in accordance with test instrument manufacturer's recommendations using the fall -of- potential method. C. All test equipment shall be provided under this Section and approved by the Engineer. D. Resistance to ground testing shall be performed during dry season. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. E. Testing shall be performed before energizing the distribution system. F. A separate test shall be conducted for each building or system. G. Notify the Engineer immediately if the resistance to ground for any building or system is greater than five ohms. D1865S16660 END OF SECTION 16660 -3 THIS PAGE LEFT BLANK INTENTIONALLY