HomeMy WebLinkAbout02-1985
i
r
EXECUTED COPY
MY OF DENTON, TEXAS
SPECIFICATIONS AND CONTRACT. DOCUMENTS
FOR
RAW WATER
PUMP INSTALLATION
BID NO, 0405
..FEBRUARY 1986
i- A
f, UTILITY BOARD MAYOR
POLAND LANEY, CHAIRMAN RICHARD 0. STEWART
f EDWARD COOMES
I LEONARD HERRING, JR. CITY COUNCIL
NANCY BOYD LINNIE Mo ADAMS
I ~l JOHN 7HOMPSON MARK CHEW
JIM RIDDLE3PERGER
CHARLES HOPKINS
PAY STEPHENS
JOE ALFORD
CITY MANAGER
CHRIS HARTUNG
DIRECTOR OF UTILITIES
R.E. NELSON, P.E.
ASSISTANT DIRECTOR OF UTILITIES
C. DAVID HAM, P.E.
FREESE AND NICHOLS, INC.
CONSULTING ENGINEERS
FORT WORTH, TEXAS
77
fTa~ ' ~~^;~~t43AIL>?it,'r[~C' F~A~~=
NAME AND ADDRESS or AGENCY fly ~:•+1I'°i''`eQ' '1'A'~^`•-'-' ` i
JUAN A. MILLER & ASSOCIATES, INC, COMPANIES AFFORDING COVERAGES
' P. 0. Box 7214 ~
i`
Fort Worth, Texas 76111-0214 LETTER A AFIDELITY & GUARANTY INS, UNDERWRITERS I, C,
Jy
- -
(817)834-7111 COIAPANP
E111R BUNITFD STATES FIDELI'T'Y & GUARANTY COMPAI
NAME ANO ADONL SS a INSURCh
ONYX CONSTRUCTION Co., INC, i°MinN CMISSION NA'T'IONAL 1NSURANCF COMPANY
i P. 0, Box' 18765 tIl
Port Worth, Texas 76118 COMPANY C -
LETTER
COMPANY E
Tnis Ia to Ceni}y lhet pJliues of Inwrana Ilited below have been Issue3 to the insured named above and ale In force at [his Ilme Notw+rnstending any ieouirement, term or -Condit
ion ' J
any WHI Or other ducurnenl with re3DVCS kNt to wt1K,1 this certificate
Iii may be Issued Or may pertain, the Insurance afforded by the policies descnbe0 herein is subject to all the
MOXC atlusiWlt end Conti of such pOl.
COMPANY ~J POI ICY Limas OMN II1 hou N_II_aS7b~l~~___-
_t[T1ER TYPtOF INSURANCE POLICYNUM6Cq EXPIRATION DATE EACH
_ NCI AGGRCGAIt
o-T
Q:CORRL
GENERAL LIABILITY 1 3
r _J
uoun INnun s 300 s 300 tir
A coMPRtNtNSVt FORM OTC 036 556509 6-1-85 r
1 U PAI MIS ES_ OPC RAT IONS
[XPt0SmII AND COLLAPSE PNOPtRTYDAMACt t 100 3 100
HA[AAD
UN DEIFaROUND HAZARD
s _ _ . _ _
X H ROD UC T S.+COMPI tTED
t'S~~5??11 OPIRATrONS RAZARO PODiu IN)UR. AXE
CONTRACTt1At INSURANCE PROVE RIYI AM A01 1 [ q•
IFFi 104M PROPEFn1' COMPINED I'
nAMAG[ 1
[~p~sIND[P[NUEN1 CONTRACTORS
PERSONAL INJURE
Pr RSONA[ INJI RI s
AUTOMOBILE LIABILITY -v~ - RonureuuRt
I.'1 COMPRl H[NSIYE roRM It A,'ll PEr+50~ f 250 IE 4•:
B OwNEI~ DonNt Da ul [ 500
ACH AcclD Ni I
t[
1CC04$ 11505 (,_1-_85
FIT , DMAra
' Is I t1 y
- lLJ NON {IWNCE' U0DI11 INJUIH AND I li'i}
PROrERTY bAM ADf 1'~•. ~u~-t i..
! EXCESS LIABILITY
r^ NDDq v oI/UR, ANl
UMRRCL Ii NN035727 b 1-85 Ptil,t pkri 15,000
O111FA TH HAN UMBRELLA $5,000
T/DAM CCM RINFO
WORKERS' COMPENSATION and and 18-52060-84-1
EM_PLOY_ERS'LIABILTY b-1-85 1 u!
OTHER i - - _ 500 n> :c~rtl
UESCRIPIION OF OPCRAtIONS/LOCAlIONSNLNICLEs
RAW WATER Ma INSTALLATION - }
Cancellation: Should any of the above descfibed policies be cancelled before the plratli date thereof the IssulnE; Com'
parry will endeavor to mail days written notice to the below named Certificate holder, but failure to
mall such notice shall impose no obbigatlon or liability of any kma upon the company,
NAM/AXU AObgLSS OF Cf RII/ICATf HOIO[R
DATE Is DEFT
O~'1L-2-3 .1.~8s
CITY OF DEITPON 5
c/o MOM AND Al CCFIOLS r INC, 7 911 L#ittkll: SIZE E AuT rnRin I rr At )C. ,
.~~I.-- -
1'0~ Wzu1A A11?}Ca5 76102 ~I.., 11Yr
JOAN A. MILLE.K & ASSOCIA7'I'S, INC
At.twD as nas+
4AMMw!n,MtM• ~ -
ii
1
CITY OF DENTON, TEXAS
f
r SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
I
RAW WATER
s
PUMP INSTALLATION
a
BID NO. 9445
~ FEBRUARY 1986
y UTILITY BOARD MAYOR
ROLAND LANEY, CHAIRMAN RICHARD 0. STEWART
r EDWARD COOMES
J LEONARD HERRING, JR. CITY COUNCIL
NANCY BOYD LINNIE Mc ADAMS
JOHN THOMPSON MARK CHEW
JIM RIDDLESPERGER
CHARLES HOPKINS
RAY STEPHENS
JOE ALFORD
CITY MANAGER
CHRIS HARTUNG
DIRECTOR OF UTILITIES
I
R.E. NELSON, P.E.
ASSISTANT DIRECTOR OF UTILITIES °w
C. DAVID HAM, P.E. r
W. E. CLEMENT
•.....,w...... 4.......,..tr,..
9000
FREESE AND NICHOLS, INC. rs~o..... .
CONSULTING ENGINEERS
FOIST WORTH, TEXAS
40
1
TABLE OF CONTENTS 1
{ 1
BIDDING REQUIREMEkTS
PAGE
Invitation for Bids OQO10••1
Instructions to Bidders OOIOQ-1
Proposal 00300-1
Bidder's Data Sheet (not used) D-1 1
r CONTRACT FORMS AND AGREEMENT
Contract Agreement I
Performance Bond 3 r
Payment Bond 5
Notice o; Award (not used) NW-1
Notice to Proceed (not used) NP-1
General Conditions
Supplementary Conditions GC-1
Insurance Minimum Requirements 00800-1
Certificate of Insurance
Wage Rates
` SPECIFICATIONS {
Division 1 - General Re uirements
01001 General Construction Requirements 01001-1
01002 General Equipment Stipulations 01002-1
Division 5 - Metals
06710 Miscellaneous Metals 05710-1
Division 9 - Finishes
09905 Plant Painting 09905-1
J Division 15 - Mechanical
15050 Installation of Owner Furnished Equipment 15050-1
15061 Steel Pipe and Fittings 15061-1
15065 Galvanized Steel Pipe 16065-1
15117 Air Release Valves 16117-1
15172 Pressure Gages 15172-1
Division 16 - Electrical
16000 General Electrical Requirements 16000-1
16100 Wire and Conduit System 16100-1
TC-1
f
Table of Contents
Continued
16150 Electrical Equipment '
16182 Medium Voltage Control Equipment 16150-1
16182-1
APPEtJoIX I - OWNER FURNISHED EQUIPMENT
8MGD (700 HP) Pumping Unit and Motor Controller
14" Check Valve and 14" Eccentric Control Valve
- I )
i
l
1
j
3
f
TC-2
`i
1
i
3 CITY OF DENTON, TEXAS
I SPECIFICATIONS AND CONTRACT
DOCUMENTS FOR
RAW WATER PUMP INSTALLATION
BID NO, 9405
Bid bate: 2:00 P, M., Tuesday, April 2, 1985
ADDENDUM NO, 1
1. SHEET 2 OF 3, ELECTRICAL PLAN
This sheet has been revised to includo the construction of a
reinforced concrete transformer
yards of concrete in this contract pad of approximately 10 cubic
Also the locations of two existing transformer pads and existing
conduit out to the pads were revised to better reflect existing
conditions at the site,
- Bidders shall acknowledge receipt of Addendum No, 1 in the space pro-
vided in the Proposal,
fI -
END OF ADDENDUM NO, 1
FREESE AND NICHOLS, INC,
CONSULTING ENGINEERS
MARCH P61 1985
1
a
i
I
T- OPP-
i
CITY OF p TEXAS
SPECIFICATIONSTAND CONTRACT
DOCUMENTS FOR
RAW WATER PUMP INSTALLATION
BID N0, 9405
Bid Date: 2:00 P,M,, Tuesday, April 2, 1985
E r ~
ADDENDUM NO, 2 - MARCH 281 1985
1.
Specification 01001, GENERAL CONSTRUCTION REQUIREMENTS
Page 01001-2, Section 1.04
CONiJECTIONS TO EXISTING FACILITIES
Dfolel letowei n9
requ he last sentence in this section, and replace It with the
irements;
Complete shutdown of the pump station shall not exceed ten (10)
ors, an par a s u~ iwi OT-We pump:I;k~Ea on
pumps area e o opera e)' sliano-i;-excee w en men on yip"
hours, un es"sa `on rac or oFf-a ns w Y° our
+ $l'i'e w"~"'ne`r;•- _~~~iwen autTior z~. a o_n`~'rom
Bidders shall acknowledge receipt of Addendum No, 2 in the space
provided in the Proposal.
END OF ADDENDUM NO. 2
FREESE AND NICHOLS, INC,
CONSULTING ENGINEERS
MARCH 28, 1985
j
i
i
I j
i
i
I
i I
BIDDING REQUIREMENTS
r
i
f
i
I
Jf
i
I
r
i
i
1 ,
INV_ „17ATI0N FOR BIDS
1 Sealed proposals addressed to Mr, Juhn J
Agent ty Of Denton Texas will be received 'Marshall, Purchasin
Y Denton Service Center%Wareh°uso O the Purchasingf the
until Lk-=m -.0 _APL' l 2, 1985 for the construction of the 90
B texas Street
5I0 NUMBER 9405 RAW WATER PUMP INSTALLATION lowing item;
At this time and place the proposals will be
aloud. Any bid received after the closing time (ken it 15 verbally
announced) will be returned publicly Opened and read
unopened, Contract Documents, including plans end S
be examined without charge in the of,'ice of the Purchasing
Utilities Department, 90 Specifications, are on file and may
Freese and Nichols char? e
Street, Denton, Texas, and Age entt or the ces Worth, Inc Telephone Consulting Engineers, 811 Lamar Street Fort
76102,
of
speclficati(ons)ma36be161. Contract documents,
Inc,, at the above address as follows:
procured from Fre+se and Nichols,
Cost: $17,00 per set Non-Refundable
A cashier's check, certified check or
f the City of Denton in an amount not lesscttianbfiveidg bidder bond
e submitted, must accompany each bid as a ' payable to
contract, the Bidder will guarantee that lfrawarded the bid
of Award within fifteen (15) days after receipt of Notice
i > enter into a contract and execute bonds on
I the Contract Documents,
the forms provided in
rates, establi hed° by fact that not less than th
Y the City Of Denton and as hereinafter set forth in
the Contract Documents hereinbefore described and dhich pare made a wasp
hereof, must be paid on this project.
Performance and Pa part
yment Bonds wi 11 be required,
In case of ambiguity
reserves or
City of Denton reser lack of clearness in stating
I struction thereof the right to adopt'"
mostadProsal vantageousicon-the
bid may a here rawnrwto reject any or all bids
opened, Y (30) days arterndateion whi hlbidssareNo
I
CITY OF DENTON, TEXAS
John J, Marshall, C,P.M,
Purchasing Agent
i
00010-1
Y
I
INSTRUCTIONS TO BIDDERS
1, Defined Terms. Terms used in these Instructions to Bidders which are
define~in the Ceneral Conditions of the Agreement have the meanings
assigned to them in the General Conditions,
2. Qualification ov Bidders. To demonstrate his qualifications for the y
Projec-~, eacTi Ti`i d-e musTTe prepared to submit within five (5) days of
Owner's request written data as to the Bidder's Qualifications such as
financial data, previous experience, list of available equipment, and
evidence of authority to conduct business in the jurisdiction where the
project is located.
3. Examination of Contract Documents and Site,
3.1 Before submitting his Bid, each Bidder must (a) examine the
Contract Documents thoroughly, (b) visit the site to familiarize
himself with local conditions that may in any manner affect
performance of the work, (c) familiarize himself with federal, r
state and local laws, ordinances, rules and regulations affecting
performance of the work, and (d) carefully correlate his
observations with the requirements of the Contract Documents.
3.2 The submission of a Bid will constitute an incontrovertible
representation by the Bidder that he has complied with every
requirement of this Article 3.
r
4, Interpretations. All questions about the meaning or intent of the
Contract--Documents shall be submitted to Engineer in writing. Replies will
be issued by Addenda mailed or delivered to all parties recorded by r
Engineer as having received the bidding documents. Questions received less
than two days prior to the date for opening of Bids may not be answered.
Only questions answered by formal written Addenda will be binding. Oral
and other interpretations or clarifications will be without legal effect.
r ,
5. Bid Security. Each bid must be accompanied by a certified or
cashier's check or an approved Bidder's Bond underwritten by a surety named
in the current list of "Surety Companies Acceptable on Federal Bonds" as
published in the Federal Register by the Audit Staff Bureau of Accounts,
U.S. Treasury Department, for the sum of five (5%) percent of the amount
of the maximum total bid as a guarantee that, if awarded the contract, the
Bidder will promptly enter into a Contract and execute a Performance and
Payment Band on the forms included in the Contract Documents. Certified or
cashier's check shall be made payable to the Owner,
b. Contract Time, The number of days for the completion of work (the
ContracE7m`F~-sTall be inserted by the Bidder in the space provided in the
Did (Proposal) and will be included in the executed Agreement. Provisions
for liquidated damages are set forth in the Supplementary Conditions, It
00100-1
1
j is the intent of the Owner that the Raw Water Pump Installation be
substantially complete by August lb, 1985.
i
7. Bld Form (Proposal).
7.1 Pidders shall use the Bid (Proposal) forms included in the
documents for each contract Bid. Bid (Proposal) forms are to be
left attached to documents in same manner- as received by Bidders.
Supplemental data to be furnished shall be included in same
sealed envelope with Proposal.
7.2 Bid (Proposal) Forms must be completed in ink, the Bid price of
each item on the form must be stated in words, if specifically
requested, and/ur numerals; in case of a conflict, words will
take precedence.
7.3 Bids by corporations must be executed in the corporate name by 1
the president or a vice.-president (or other corporate officer
accompanied by evidence of authority to sign) and the corporate
seal shall be affixed and attested by the secretary or an
assistant secretary. The corporate address and state of
incorporation shall be shown below the signature.
7.4 Bids by partnerships must be executed in the partnership name and
signed by a partner, his title must appear under his signature
and the official address of the partnership must be shown below
the signature.
7.5 All names must be printed below the signature.
7.6 The Bid shall contain an acknowledgment of receipt of all Addenda i
(the numbers of which shall be filled In on the Bid Form).
M + 8. Submission of Bids. Bids shall be submitted at the time and place
indicat`-inte`Invitation for Bids and shall be included in an opaque
sealed envelope, marked with the Project title and name and address of the
Bidder and accompanied! by the Bid Security and other required documents.
'a
9. Modiflcation aid Withdrawal of Bids. Bids may be modified or
withdrawn Tiy an anproprlate ocument u y executed in the manner that a
E Bid must ba executed) and delivered to the place where Bids are to be
submitted at any time prior to the opening of Bids. Bids may not be
withdrawn after opening of Bids for the period set forth in the Invitation
for Bids.
10. 0 enin of Bids. Bids will be opened as indicated in the Invitation
for 010S.`Blds received after such time will not be considered, and will
be returned unopened.
11. Bids to Remain Open. All Bids shall remain open for the period of
time set forth ni the Invitation for Bids, but Owner may, in his sole
discretion, release any Bid and return the Bid Security prior to that date.
00100-2
j
12. Award of Contract,
I ) 12.1 Owner reserves the right to reject any and all Bids and waive any
and all formalities, and the right to disregard all nonconforming
or conditional Bids or counter proposals.
i
' 12,2 In evaluating Bids, Owner will consider the qualifications of the
Bidders, whether or not the Bids comply with the prescribed
requirements, and alternates and unit prices if requested in the
Bid forms, He may consider the qualifications and experience of
Subcontractors and other persons and organizations (including
those who are to furnish the principal items of material or
equipment) proposed for those portions of the work as to which
the identity of Subcontractors and other persons and 1
organizations must be submitted as specified In the Supplementary
Conditions or Specifications. He inay conduct such investigations
as he deems necessary to establish the responsibility,
qualifications and financial ability of the bidders, proposed
Subcontractors and other persons an' organizations to do the work
in accordance with the Contract Documents to Owner's satisfaction
within the prescribed time. Owner reserves the right to reject J
the Bid of any Bidder who does not meet any such evaluation to
Owner's satisfaction.
12.3 If a contract i,; to be awarded, it will be v,warded to the lowest
responsible Bidder whose evaluation by Owner irdicates to the
Owner that the award will be in the best interests of the
Project,
i
12,4 It is expected that the Owner's evaluation of bids and award of I
contract will be made as set forth in the InvitetI on for Bids,
" The succossful bidder will be notified by a Notice of Award which
may be a letter or telegram. Time of completion is very
important and failure to meet completion schedule will subject
the Contractor to liquidated damages as provided in the
Supplementary Conditions section of the Contract.
13. Execution of Contract,
13.1 The accepted Bidder, within fifteen (15) days after formal notice
of award, shall execute the formal Contract Agreement and
required Bonds on the forms prepared and submitted by the Owner.
13.2 The Owner will issuil a Notice to Proceed authorizing the i
Contractor to commence work,
14. Wa a Rates. There shall be paid on the project not less than the
I genera preva ing rates of wages in the locality of the project, which
statutory grewage. quirements, TTheere Is eIncluded in the Supplementary accordance
a schedule giving, for various classifica'ions, the minimum rates as have
j been established by the Owner.
,
O01C0-3
;
1
15. Sales Taxes. The owner qualifies as an exempt agency pursuant to the
TaxvAct,l~and is r net lsub~ect to )anof the y Limited and Use
The Contractor performing this contract may purchase, rent or lease all
materials, supplies, equipment used or consumed in the performance of this
contract by issuing to his supplier an exemption certificate in lieu of the
tax, said exemption certificate complying with the State Comptroller's
ruling N95-0.07. Any such exemption certificate issued by the Contractor
in lieu of the tax ihall be subject to the provisions of the State
Comptroller's ruling #95-0.09 as amended to be effective October 2, 1968.
16. Performance and Pia ent. Performance and Payment Bonds are required
for tTi s pro ect and shall Eo provided in accordance with Article 5 of the
General Conditions.
END OF INSTRUCTIONS TO BIDDERS
i
i
{
l
r
J
r
i
00100-4
-III .
'
~J
I
I 1
1
I ~
I
BID
(PROPOSAL)
Tarran o ~n v Texas
` ~ , Sri 1 2 19~ ,
{ PROPOSAL OF 6n x Construction Co,
Inc,
A Corporation organized and existing under the laws of the State of Texas '
a partnership consisting of
i
the business name of
an individual,
TO, Mr. John J. Marshall, C.P.M.
Purchasing Agent
Denton, Texas
PROPOSAL FOR; RAW WATER PUMP INSTALLATION
The undersigned Bidder, pursuant to the foregoing Invitation for Bids, has
carefully examined the Instructions to Bidders, this Proposal, the Supple_ f
mentary Conditions, the form of Contract Agreement and Bonds, the General
Conditions of the Agreement, the Specifications, the Plans, and also the
site of the work, and will provide all necessary labor, superintendence, # {
machinery, equipment, tools, materials, services and other facilities to G
complete fully all the work as provided in the Contract Documents; and
binds himself upon formal acceptance of his Proposal to execute a contract
and bonds, according to the prescribed forms, for the following prices
to-wit;
Item Description }
No. Price to be Written in Words Amount
S' d
Construction of the Raw Water Pump Installa-
tion consisting of the installation of the
Owner Furnished Equipment (one vertical
turbine pumping unit with motor controller,
one check valve and one motor operated
eccentric plug valve) along with furnish-
Ing
and complete this
}4:
l
00300-1
Y
ILI"
i
i
Plans and Specifications for the lump sum
i amount of.
ram„+, °hNPP Thousand One Hundred Seventy
Dollars $ 43,170,00
TOTAL AMOUNT BID 432170.00 j
Within fifteen (15) days after formal acceptance of this Proposal by a
Notice of Award of contract, the undersigned will execute the Contract
Agreement and will furnish approved surety bonds and such other bonds as ,
required by the Contract Documents for the faithful performance of the
Contract. In the event the Contract Agreement and bonds are not executed
within the time above set forth the attached bid security in the amount I
total amount bid (i 5 (i.A,R,) is to become the property of
of the 6% of Owner the he liquidated damages or a delay and additional work caused
thereby.
The undersigned agrees to substantially complete all work covered by these
Contract Documents within 45 consecutive calendar days from the day -
established for the start of-The work as set forth in a written Notice to
Except
Proceed to be issued by the Owner or by the Engineer for the Owner.
by mutual agreement of the Owner and the Contractor, the date established
for the start of work will be not less than ten (10) days or not more than
thirty (30) days after the date of the Contract Agreement. j
Receipt is acknowledged of the following addenda: E
k F
i
I s
4 ,
i
i
00300»2
Y
Addendum No. ! 3-28-85
Addendum No. 2 _ 29-85
Addendum No. 3 j
Addendum No. 4
Addendum No. 5
Respectfully submitted,
Attested By; BY
R. E, sserand Sec,- f
Trea,
u rn mean to
e re ar~ P. 0, Box 18765
Fort Worth TX 76118
ress
(SEAL) If Bidder Is a Corporation 817-439.3335
NOTE: Do not detach bid forms from other papers. Fill in wi
submit complete with attached papers, th ink and 1
j
;
1
y
f
i
i
1
f
1
`3J 9
00300-3 ,
i
t~
i
r
i~
M
f
CONTRACT FORMS AND AGREEMENT
I
r
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
THIS AGREEMENT, made and entered into this 16th day of April I
A.D., 19. 85, by and between the City of lent.
`
r
of the County of Denton and State of Texas, acting through its
City Manager
__._thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
Onyx Construction Co., Inc.
-
of
the City of
Fort Worth County of Tarrant
_ i
and State of Texas
Party of the Second Part, hereinafter
termed CONTRACTOR, 4
' WITNESSETH: That for and in consideration of the a !
agreements hereinafter mentioned, to be made and performed by t enPartydef I
the First Part (OWNER), and under the conditions expressed in the bonds
M bearing even date herewith, the said Party of the Second Part (CONTRACTOR)
hereby agrees with the said Party of the First Part (OWNER) to commence ,
' and complete the construction of certain improvements described as follows:
Raw Water Pump Installation-Bid No, 9405
,
and all extra work in connection therewith, under the terms as stated ~
the General Conditions of the Agreement; and at his (or their) own proper t
cost and expense to furnish all the materials, supplies, machinery equip- ,
r meat, tools, superintendence, labor, insurance, and other accessories and
services necessary to complete the said construction, in accordance with
the conditions and prices stated in this Proposal attached hereto, and in
accordance with all the General Conditions of the Agreement, the Special
Conditions, the Notice to Bidders (Advertisement for Bids), Instructions
1
10-15-71
! 78
r
i
r
to Bidders, and the Performance and Pa
and in accordance with the plans, which Includnds, all attached hereto,
f,prints, es
_
a
and other drawings and printed or written explanatoryamatterUe
thereof, and the Specifications therefor, as prepared by FREESE AND
NICHOLS, INC,, herein entitled the ENGINEER, each of which has been identi-
fied by the CONTRACTOR and the ENGINEER, all of which are made a part
hereof and collectively evidence and constitute the entire contract,
The CONTRACTOR hereby agrees to commence
date established for the start of work as setforthwinkaowrittentnotice
to commence work and to substantially complete all work within the time
stated in the Proposal, Subject to such extensions of time as are pro-
vided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the i
price or prices shown in the Proposal, which forms a part of this Con- r
tract, such payments to be subject to the General and Special Conditions
of the Contract,
IN WITNESS WHEREOF, the parties to these presents have execut
this Agreement in the year and day first abovo written,. ed
ATTEST: i
r
f ~
ar y of _t ar-
By ~i
a r n '
g l
City Manager
~i
(SEAL)
ATTEST:
Onyx Construction Co., Inc,
arty o the econ art, N RACE RR
By
(SEAL)
f
2
10/22/73
7B
COMPLAINT NOTICE. SHOULD ANY DISPUTE ARISE ABOUT YOUR PREMIUM OR
OUT C I THAT YOU HAVE FILED, CONTACT THE AGENT OR WRITE TO
j THE COMPANY THAT ISSUED THE BOND OR POLICY. IF 1HE PROBLEM IS
NOT RESOLVED, YOU MAY ALSO W T'~ BOARD OF INSURANCE,
DEPARTMENT C, 1110 SAN JACINTO, AUSTIN, TEXAS 78786, THIS NOTICE
f OF COMPLAINT PROCEDURE IS FOR INFORMATION ONLY AND DOES NOT BECOMi,
f A PART OR CONDITION OF THIS BOND O~R POLICY.
PERFORMANCE BOND
STATE OF TEXAS ¢
COUNTY OF Denton E
KNOW ALL MEN BY THESE PRESENTS: That Onyx Construction Co. Inc.
of the City of Fort Worth
k County of Tarrant _ and State of Texas
x as PRINCIPAL, and } l)n p r L~rr} i r.~ ~Tmut v e ~ry1 ~
%
as SURETY,
.
authorized under the laws of the State of Texas to act as surety on bonds
for principals, are held and firmly bound unto the City of Denton
as OWNER, in the penal sum of
Forty-Three Thousand, One Hundred Seventy Dollars ($43,170.00
for the payment whereof, the said Principal and Surety bind themselves and
their heirs, administrators, executors, successors and assigns, Jointly
'
and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract
with the UWNER, dated the 16th day of April 19 85 , for the con-
struction of
Raw Water Pump Installation-Bid No. 9405
R
which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein,
F
NOW, THEREFORE, the condition of this obligation is such, that if
the said Principal shall faithfully perform said Contract and shall in all
respects
duly and faithfully observe and perform all and singular the co -
nants, conditions and agreements in and by said contract agreed and cove-
nanted by the Principal to be observed and performed, and according to the
true intent and meaning of said Contract and the Plans and Specifications
hereto annexed, then this obligation shall be void: otherwise to remain
in full force and effect;
i
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as amended
3
10-15.71
'78
i
I
I;
i
by acts of the 56th Legislature, Regular Session, 1959, 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 Denton County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or
to the work performed thereunder;n
or the plans, specifications, or drawings
accompanying the same, shall in ywise affect its obligation on this bond,
and it does hereby waive notice of any such change, extension of time, alter-
ation or addition to the terms of the contract, or to the work to be per-
formed thereunder. ,
IN WIINESS WHEREOF th said Pi•incipa and Surety have signed and
sealed this instrument this day of r1l 19 85 I
i
S1t1Y~~lpa o. Inc. fEqhfCt_ _ yew ~~s5 Q5Ur0.~lC'Q I ny
By BY4
irl 0. WA 5
Title
c T I t t e___-_ {{cat A i
'Ie Address -L ~ Address &_)tiL &QSn
/1~~t ` r ~ ~ T1C `7c~ i ►3
1
,
'r
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
_ ni rxa inrn p ei rwenir,~•u nr rE~4AS i~s~__
I' 0. Ilex
NOTE; Date of Bond must not be prior to date of Contract.
4
10-15-71
3
PAYMENT BOND
STATE OF TEXAS
COUNTY OF Denton
KNOW ALL MEN BY THESE PRESENTS: That Onyx Construction Co.2 Inc.
of the City of Fort Worth ,
County of Tarrant and State of Texas
as PRINCIPAL, and 4L ja&cc- ~nC& -WS M_Qr r) ~arW0 jtq
A
as SURETY, authorized under the laws of the State of
Texas to act as surety on bonds for principals, are held and firmly bound
unto the City of Denton
as OWNER, in the penal sum of Forty-Three Thousand One Hundred
Seventy Dollars 43070.00 ) for the payment whereof,
tFe sa r nc pa an Surety bind t emseTves and their heirs, administrators,
executors, successors and assigns, Jointly and severally, by these presents.
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 16th day of_April , 19 85_, for the construction
of _ Raw Water Pump Installation-Bid No, 9405
which contract is hereby referred to and made a part hereoF as fully and to
the same extent as if copiod at length herein,
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that
if the said Principal shall pa all claimants supplying labor and material
to him or a subcontractor in the prosecution of the work provided for in
said contract, then this obligation shall be void; otherwise to remain in
full force and effect;
j PROVIDED, HOWEVER, that this bond is executed pursuant to the
f provisions of Article 5160 of the Revised Civil Statutes of Texas as amended
by acts of the 56th Legislature, Regular Session, 1959, 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 Denton _ County, State of Texas.
5
10-15-71
,'.7R
1
1
t
Surety, for value received, stipulates and agrees that no change, i
extension of time, alteration or addition to the terms of the contract, or
to the work performed thereunder, or the plans, specifications or drawings
accompanying the same, shall in anywise affect its obligation on this bond,
and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the contract, or to the work to be
performed thereunder,
IN WITNESS WHEREOF, thq said Principal and Surety have signed and
! sealed this instrument this r day of 19 85
Onyx Cons
Pinipal tructiion Co. Inc. SS1e11 Sri ~Y YQiK'Q ~bi' OPY j
y
By / xi l r By1
' L i o_ r, Title Ti tl e.._.._._.I_ r ~1 FQCf
.v '
Addrqsjs' Address
. ~Y ~'U.~~, f rll _ FoH I l ~
h' 7X -z 3
I
(SEAL) (SEAL)
i
c
The name and address of the Resident Agent of Surety is:
e ALEXANDER & ALEXANOLR TEXAS 1NC.
0, 130X 294
-
Foil Worth, Texas 76113
Note: Date of Bond must not be prior to date of Contract,
t
f
r
6
10-15-71
'78
HIGHLANDS UNDERWRITERS INSURANCE COMPANY
HOUSTON, TEXAS
GENERAL POWER OF ATTORNEY +
KNOW ALL MEN BY THESE PRESENTS:
That the Highlands Underwriters Insurance Company, a corporation, duly incorporated under the laws of the State of
Texas, doth hereby constitute and appoint binda F. Hughes, (7ary H. McElroy, Larry Paulsen,
Cynthia M. Prewitt and A. P. Washburn, Jointly or Severaily
of the City of Fort Worth State of Texas to be its true
and lawful attorney-In-fact for the following purposes, to-wit:
To sign Its name as surety, and to execute, seal and acknowledge any and all bonds, recognizences, obligations,
stipulations, undertakings or anything In the nature of the same, and to respectively do and perform any and all acts and things y
set forth in the appended resolution of the Board of Directors of the said Highlands Underwriters Insurance Company; provided,
that the penal sum of no single one of such bonds, recognizauces, obligations, stipulations or undertakings shall exceed the sum of
Unlimited Dollars
(S Unlinllted the Company hereby ratifying and confirming all and whatsoever the said attorney-in-fact may
lawfully do In the remises b virtue of these but reserving to itself full power by presents, of substitution and rovocallon,
i j
l j IN WITNESS WHEREOF, the said Highlands Underwriters Insurance Company, pursuant to a resolution passed by its
Board of Dlrectors, at a meeting held on the 29th day of July, A. D„ 1974, a certified copy of which is hereto annexed, has caused
(hose presents to be sealed with Its corporate seal, duty attested by the signature of Its President, Senior Vice Presidents, Vice
Presidents, Assistant Vice Presidents and Secretary or Assistant Socretarles this 1st r day of. August
A.D. 19 R4
HIGHLANDS UNDERWRITERS INSURANCE COMPANY
I ecretary By
-on or ice res dent
STATE OF TEXAS
r,. COUNTY OF HARRIS,
f CITY OF HOUSTON,
On this 1st day of All ust in the year 19 94 before me personally
come- . ~ J L. barnold-- to ma known, who, being by me duly sworn, did depose and
say: That he resides In Houston, Texas; that he Is Senlor Vice President
of the Highlands Underwriters Insurance Company, the corporation described In and which executed the above instrument; that
he knows the Seal of said corporation; that the Seal affixed to said instrument I$ such corporation Seal; that It was affixed to such
Instnrment by and under authority conferred by the Board of Directors of said corporation; and that he signed his name thereto
1 by like authority.
dp~'nY PCB,
,;yr Notary LP Stale of Texas
C, {
f
I
Ik,
Ir
A
r
RESOLUTION
RESOLVED, that this Company hereby does authorize and empower Its President or any one of Its Senior Via Presidents,
E Vice Presidents, or Assistant Vice Presidents In conjunction with any one of its Secretaries or any of Its Assistant Secretaries,
f under its corporate seal, to execute and deliver power of attorney or to appoint any person or persons as attorney-In-fact or
at torneys•In.fact, or agent or agents of this Company, In its name and as Its act to execute and deliver any and all contracts
guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing bonds and undertakings, required or
permitted In all actions or proceedings, or by law allowed; and, In its name and as Its attorney-in-fact, or attorneys-in•faet, or t
4 agent or agents, to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations,
undertakings or anything in the nature of the same, which are or may by law, municipal or otherwise, or by any Statute of the
United States or of arry State or Territory of the United States, or by the rules, regulations, orders, customs, practice or discretion
f of any board, body, organization, office or officer, local municipal or otherwise, be allowed, required or permitted to be
executtd, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or
personr, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities
whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for In any such bond,
recognizance, obligatlon, stipulation or undertaking, or anything in the nature of the same; the nature, class or extent of the
instruments so authorized to be specified In such power of attorney.
FURTHER RESOLVED, That the signature of any of the persons described in the foregoing resolution, and the seal of the
Company may he affixed by facsimile, and the signature of a certifying officer and the seal of the Company may be afftxed by
facsimile to any certificate of any power of attorney, and any such power of attorney bearing such facsimile signature and seal
shall be valid and binding on the Company.
i, b. E. Walker, Secretarv of HIGHLANDS UNDERWRITERS INSURANCE
COMPANY, do hereby CERTIFY that the foregoing is a true copy of a resolution duly adopted by the Board of Directors ol'sald
company at a meeting of the Board held on the 29th day of July, A.D„ 1974, at which time a quorum was present and acting i
throughout, and that said resolution has not been subsequently rescinded or modified.
z
{ IN TESTIMONY WHEREOF, I have hereunto set my hand and seal of Highlands Underwriters Insurance Company, this
1st _dayof _AttgUSt
19 gq
A. D. r
Secretary
STATE OF TEXAS
COUNTY OF HARRIS
}z 1 D. F. Walker, Secretary of Highlands Underwriters Insurance Company 1
t do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Highlands
Underwriters Insurance Company, which Is still in furl force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed tht seal of said Company In the City of Houston,
Texas, this 23rd day of_ Anril A,D, 19 85-_
.Secretary
7'
f _
00700-GENERAL CONDITIONS
TABLE OF CONTENTS
Article 1 - DEFINITIONS GC-1
" Article 2 - PRELIMINARY MATTERS GC-3
2.1 - Execution of Agreement GC-4
! 2.2 - Delivery of Bonds GC-4
2.3 - Copies of Documents GC-4
2.4 - Contractors Pre-start Representations GC-4
2.5 Commencement of Contract Time, Notice to Proceed GC-4
2.6 - Starting the Project GC-4
t 2.7 - Before Starting Construction GC-5
Article 3 - CORRELATION, INTERPRETATION AND INTENT OF
CONTRACT DOCUMENTS GC-5
Article 4 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS;
REFERENCE POINTS GC-6
4.1 - Availability of Lands GC-6
4.2 - Physical Conditions - Surveys and Reports GC-6
4.3 - Unforseen Physical Conditions GC-6 i
4.4 - Reference Points GC-6
Article 5 - BONDS AND INSURANCE GC-7
F 5.1 - 5.2 - Performance, Payment and Other Bonds GC-7
5.3 - Contractor's Insurance Requirements GC-7
5.4 - Additional Bonds and Insurance GC-8
Article 6 - CONTRACTOR'S RESPONSIBILITIES GC-8
6.1 - 6.2 - Supervision and Superintendence GC-8
6.3 - 6.6 - Labor, Materials and Equipment GC-9 j
0.7 - Substitute Materials or Equipment GC-9
6.8 - 6.11 Concerning Sub-contractors GC-10
6.12 - 6.13 - Patent Fees and Royalties GC-10
6.14 - Laws and Regulations GC-11
6.15 - Taxes GC-11
6.16 - 6.17 - Use of Premises GC-11
6.18 - Record Drawings GC-11
6.19 - Safety and Protection GC-12
6.20 - Emergencies GC-12
6-21 - 6.26 - Shop Drawings and Samples GC-13
6.27 - Cleaning GC-14
6.28 - 6.29 - Indemnification J
Article 7 - WORK BY OTHERS GC-14 1
Article B - OWNER'S RESPONSIBILITIES GC-15
GC-15 y
f Article 9 - ENGINEER'S STATUS DURING CONSTRUCTION GC-16
9.1 - Owner's Representative GC-16 `
9.2 - Visits to Site GC-16
9.3 - Clarifications and Interpretations GC-16
9.4 - Rejecting Defective Work GC-17
9.5 - 9.7 - Shop Drawings, Change Orders and Payments GC-17
00700-1
J'
I
9.8 - Resident Project Representatives GC-17
9.9 - 9.10 - Decisions on Disagreements GC-17
9,11 - 9.13 - Limitations on Engineer's Responsibilities GC-18
Article IO - CHANGES IN THE WORK GC-19
Article 11 - CHANGE OF CONTRACT PRICE GC-19
Article 12 - CHANGE OF CONTRACT TIME GC-20
Article 13 - WARRANTY AND GUARANTEE: TESTS AND INSPECTIONS: 1
CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE I
WORK GC-21
13.1 - Warranty and Guarantee GC-21
13.2 - 13,4 - Tests and Inspections GC-21
13.5 - Access to Work GC-22
13.6 - 13.7 - Uncovering Work GC-22
13.8 - Owner May Stop Work GC-23
13.9 - Correction or Removal of Defective Work GC-23
13.10 - One Year Correction Period GC-23
13.11 - Acceptance of Defective Work GC-24
13.12 - Neglected Work by Contractor GC-24
Article 14 - PAYMENTS AND COMPLETION GC-24
14.1 - Schedules GC-24 4
' 14.2 - Application for Progress Payments GC-24
14.3 - Contractor's Warranty of Title GC-25
14.4 - 14.6 - Approval of Payments GC-25
14.7 - 14.8 - Substantial Completion GC-26
14.9 - Partial Utilization GC-27
14.10 - Final Inspection GC-28
14.11 - Final Application for payment GC-28 i
14.12 - 14.13 - Approval of Final Payment GC-28
14.14 - Contractor's Continuing Obligation GC-29 E 1
14.15 - Waiver of Claims GC-29 a
Article 15 - SUSPENSION OF WORK AND TERMINATION GC-30
15.1 - Owner May Suspend Work GC-30
15.2 - 15.4 - Owner flay Terminate GC-30
15.5 - Contractor May Stop Work or Terminate GC-31
Article 16 - ARBITRATION GC-31
' Article 17 - MISCELLANEOUS GC-32
17.1 - Giving Notice GC-32
17.2 - Computation of Time GC-32
17.3 - 17.5 - General GC-32
d
a
j 00700-2
1
1
GENERAL CONDITIONS
ARTICLE 1 - 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;
Addendum (Addenda) - A supplement to the Contract Documents issued in
writing prior to the receipt of bids,
Agreement - The written Agreement between OWNER and CONTRACTOR covering
the Work to be performed,
Application for Payment - The form furnished by ENGINEER which is to
be used by CONTRACTOR in requesting progress payments and which is to
include the schedule of values required by paragraph 14,1 and an af-
fidavit of CONTRACTOR that progress payments theretofore received on
account of the Work have been applied by CONTRACTOR to discharge in
I full all of CONTRACTOR's obligations reflected in prior Applications
for Payment and that all materials and work included in the application
for payment conform to the requirements of the Contract Documents.
Bid - The offer or proposal of the Bidder submitted on the prescribed
form setting forth the prices for the Work to be performed,
Bidder - Any person, firm or corporation submitting a Bid for the Work.
Bonds - Bid, performance, payment, maintenance bonds and other instru-
ments of security, furnished by CONTRACTOR and his surety in accordance
with the Contract Documents,
Calendar Day - A calendar day of twenty-four hours measured from mid-
night to the next midnight and is any day of the week, no days being
excepted.
Contract Amendment - A written agreement signed by both part,'es altering
the terms of the General Conditions and/or the Supplementary Conditions.
' Change Order - A written order to CONTRACTOR signed by OWNER authorizing
an addition, deletion or revision in the Work, or an adjustment in the
Contract Price or the Contract Time, issued after execution of the
Agreement.
Contract Documents - The Agreement, Addenda, Invitation for Bids, In-
structions to Bidders, CONTRACTOR's Bid, the Bonds, the Notice of Award,
these General Conditions, the Supplementary Conditions, the Specifi-
cations, Drawings and Modifications,
Y {
F&N-78 GC-1
1
i
Contract Price - The total moneys payable to CONTRACTOR under the Contract
Documents,
Contract Time - The number of days stated in the Agreement for the com-
pletion of the Work, computed as provided in paragraph 17.2
CONTRACTOR - The person, firm or corporation with whom OWNER has executed
f the Agreement.
Drawings - The drawings which show the character and scope of the Work 1
to be performed and which have been prepared or approved by ENGINEER 1
and accepted by Owner and are referred to in the Contract Documents
s except shop drawings as required by the Contract Documents.
ENGINEER - The person, firm or corporation named as such in the Agreement.
. i
Field Order - A written order issued by ENGINEER which clarifies or
interprets the Contract Documents in accordance with paragraph 9.3 or
orders minor changes in the Work in accordance with paragraph 10.2.
Modification - (a) Contract Amendment; (b) Change Order; (c) Field Order.
Notice of Award - A written notice by OWNER to the apparent successful
Bidder stating that upon compliance with the conditions precedent to
be fulfilled by him within the time specified, OWNER will execute and I
deliver the Agreement to him.
Notice to Proceed - A written notice given by OWNER to CONTRACTOR (with
a copy to ENGINEER) fixing the date on which the Contract Time will
commence to run and on which CONTRACTOR shall start to perform his obli-
gations under the Contract Documents,
OWNER - A public body or authority, corporation, association, partner-
ship, or individual for whom the Work is to be performed,
Project The entire construction to be performed as provided in the
i
Contract Documents.
" t
Resident Project Representative - The authorized representative of ENGI-
NEER who is assigned to the Project site or any part thereof,
Shop Drawings - All drawings, diagrams, illustrations, brochures, schedules
and other data which are prepared by CONTRACTOR, a Subcontractor, manu-
facturer, supplier or distributor and which illustrate the equipment,
material or some portion of the Work.
F&N-78 GC-2
E Specifications - Those portions of the Contract Documents consisting
of written technical descriptions of materials, equipment, construction
systems, standards, procedures and workmanship as applied to the Work.
Subcontractor - An individual, firm or corporation having a direct con-
tract with CONTRACTOR or with any other Subcontractor for the performance 1
of a part of the Work at the site. 1
Substantial Completion - Certification by ENGINEER that the construction
of the Project or a specified part thereof is sufficiently completed,
in accordance with the Contract Documents, so that the Project or
specified part can be utilized for the purposes for which it was in-
tended pursuant to the provisions of Paragraph 14.72 14.9; or if there E
be no such certification, the date when final payment is due in ac-
cordance with Paragraph 14.12. i
Supplementary Conditions - A portion of the Contract Documents which
modifies the General Conditions by making additions, clarifications
and/or deletions. In cases of conflict between the Supplementary
Conditions and the General Conditions, the Supplementary Conditions
shall have precedence over the General Conditions.
Work - Any and all obligations, duties and
to the succo.ssful completion of the Project assigned itotorsundertaken
r
by CONTRACTOR under the Contract Documents, including all labor, materials,
equipment and other incidentals, and the furnishing thereof.
Working Day - A day riot including Saturdays, Sundays or any of the +
fallowing holidays.! New Year, Washington's Birthday, Memorial Day, {
Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving
Day and Christmas Day, in which weather or other conditions, not under
the control of the CONTRACTOR, will permit construction of the principal
units of the work for a period of not less than seven (7) hours between
7:00 A.M. and 6;00 P.M.
ARTICLE 2 - PRELIMINARY MATTERS
Execution of Agreement;
2,1 The Agreement, Bonds and such other portions of the Contract
Documents as may be required will be executed and delivered by CON-
TRACTOR to OWNER within fifteen (15) days after receipt of the Notice
of Award, The Owner shall determine the number of counterparts required,
The OWNER will execute the counterparts. OWNER, CONTRACTOR and ENGINEER
P&N°78
GC-3
,
shall each receive an executed counterpart of the Contract Documents
and additional conformed copies as required.
Delivery of Bonds,
2.2. When he delivers the executed Agreement to OWNER, CONTRACTOR
shall also deliver to OWNER such Bonds as he may be required to furnish
in accordance with paragraph 5.1 and 5.4.
Copies of Documents;
2,3. OWNER shall furnish to CONTRACTOR up to ten (10) copies (unless
otherwise provided in the Supplementary Conditions) of the Contract
Addit re-
Documents
copies will upfor the on request, at execution the fcost ofr
the Wo Additional as are
Add Pies will be j
production. i
Contractor's Pre-Start Representations; I
2.4. CONTRACTOR represents that he has familiarized himself with,
and assumes full responsibility for having familiarized himself with,
3 the nature and extent of the Contract Documents, Work, locality, and
with all local conditions and federal, state and local laws, ordinances,
rules and regulations that may in any manner, affect performance of the
G Work, and represents that he has correlated his study and observations
with the requirements of the Contract Documents, CONTRACTOR also represents
that lie has studied all surveys and investigation reports of subsurface
and latent physical conditions referred to in the Contract Documents
and will make such additional surveys and investigations as he deems ice in necessary for the prfomtheeContractWDocumentsPandnthattherhas correlatednce
with the requirements of Contract Documents.
the results of all such data with the requirements of the 1 ~
Commencement of Contract Time, Notice to Proceed;
2.5. The Contract Time will commence on, and include, the day following
the date established in the Notice to Proceed issued by Owner to Contractor.
Starting the Project; {
2,6. CONTRACTOR shall start to perform his obligations under the
Contract Documents on the date when the Contract Time commences to run.
No Work shall be done at the site prior to the date or, which the Contract
Time commences to run.
- r
M-78 GC-4
Before Starting construction:
2.7. Before undertaking the Work, CONTRACTOR shall carefully
study and compare the Contract Documents and check and verify pertinent
figures shown thereon and all applicable field measurements. He shall
at once report in writing to ENGINEER any conflict, error or discrepancy
which he may discover,
2.8. Within ten (10) days after delivery of the executed Agree- .
ment by OWNER to CONTRACTOR, CONTRACTOR shall submit to ENGINEER for
approval, an estimated progress schedule indicating the starting and
completion dates of the various stages of the Work, and a preliminary
schedule of Shop Drawing submissions,
2.4. When CONTRACTOR delivers the executed Agreements the CONTRACTOR
shall furnish OWNER and ENGINEER certificates of insurance as required
by Article 5, After delivery of the executed Agreement by OWNER to
CONTRACTOR, but before starting the Work at the site, a conference
} will be held to review the above schedules, to establish procedures
k for handling Shop Drawings and other submissions and for processing
Applications for Payment, and to establish a working understanding
between the parties as to the Project. Present at the conference will
be OWNER or his representative, ENGINEER, Resident Project Representatives,
CONTRACTOR and his Superintendent,
ARTICLE 3 - CORRELATION, INTERPRETATION AND INTL'NT Of CONTRACT DOCUMENTS
3.1. It is the intent of the Specifications and Drawings to de-
scribe a complete Project to he constructed in accordance with the
Contract Documents, The Contract Documents comprise the entire Agree- J
1c ment between OWNER and CONTRACTOR, They may be altered only by A
Modification.
3.2. The Contract Documents are complementary; what is called
for by one is as binding as if called for by all, If CONTRACTOR finds
a conflict, error or discrepancy in the Contract Documents, he shall
call it to ENGINEER's attention in writing at once and before pro-
ceeding with the Work affected thereby. Any Work that may reasonably
be inferred from the Specifications or Drawings as being required to
produce the intended result shall be supplied whether or not it is t
I specifically called for, Work, materials or equipment described in
words which so applied have a well-known technical or trade meaning
shall be deemed to refer to such recognized standards. '
I,
` F&N-78 GC-5
i
l ARTICLE 4 - AVAILABILITY OF LANDS: PHYSICAL CONDITIONS: REFERENCE POINTS
Availability of Lands:
4.1. OWNER shall furnish, as indicated in the Contract documents
and not later than the date when needed by CONTRACTOR, or such later
date as set forth in the Contract Documents, the lands upon which the
Work is to be done, rights-of-way for access thereto, and such other
lands which are designated for the use of CONTRACTOR. Easements for
permanent structures or permanent changes in existing facilities will
be obtained and paid for by OWNER, unless otherwise specified in the
Contract Documents, If CONTRACTOR believes that any delay in OWNER's
furnishing these lands or easements entitles him to an extension of
the Contract Time, he may make a claim therefor as provided in Article
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.
Physical Conditions - Surveys and Reports:
1
4.2. Reference is made to the Supplementary Conditions for identi-
fication of those surveys and investigation reports of subsurface and
latent physical conditions at the Project site or otherwise affecting
performance of the Work which have been relied upon by ENGINEER in preparation
of the Drawings and Specifications, The data is for general information
and the OWNER and ENGINEER do not guarantee the accuracy, '
1
Unforseen Physical Conditions:
4.3. CONTRACTOR shall, within three (3) days after discovery, notify
OWNER and ENGINEER in writing of any subsurface or latent physical conditions
at the site differing materially from those indicated in the Contract
Documents. ENGINEER will investigate those conditions and advise OWNER
in writing if further surveys or subsurface tests are necessary, Thereafter,
Owner shall obtain the necessary additional surveys and tests and furnish
copies to ENGINEER and CONTRACTOR, If ENGINEER finds that the results
of such surveys or tests indicate that there are subsurface or latent
physical conditions which differ materially from those intended in the
Contract Documents, and which could not reasonably have been anticipated
A or discovered by CONTRACTOR through his efforts as represented pursuant
to Article 2.4 of these General Conditions, a Change Order may be issued
incorporating the necessary revisions,
Reference Points:
4.4. OWNER shall provide engineering surveys for construction to i
establish reference points which in his judgment are necessary to enable i
F&N-78 GC-6
i
CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible
for surveying and laying out the Work (unless otherwise provided in
' the Supplementary Conditions), and shall protect and preserve the
established reference points and shall make no changes or relocations
without the prior written approval of OWNER, lie shall report to ENGINEER
whenever any reference point is lost or destroyed or requires relocation
because of necessary changes in grades or locations. CONTRACTOR shall
replace and accurately relocate all reference points so lost, destroyed
or moved.
ARTICLE 5 - BONDS AND INSURANCE
r
F III Performance, Payment and Other Bonds;
5.1. CONTRACTOR shall furnish performance and payment Bonds as
security for the faithful performance and payment of all his obligations
under the Contract Documents, These Bonds shall be in amounts at least
equal to the Contract Price and
(except as otherwise
Supplementary ; provided in the
ondi
tions i suc form as Documents and with such corporate sureties as arretliceIn the Co tract
nsed to conduct
business in the state where the Project is located and are named in
r the current list of "Surety Companies Acceptable on Federal Bonds" as
published in the Federal Register by the Audit Staff Bureau of Accounts,
U. S. Treasury Department, The performance bond and payment bond shall
be extended to include the Correction Period set forth in Article 13.10,
5.2. If the surety on any Bond furnished by CONTRACTOR 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 is revoked, CONTRACTOR
shall within five (5) days thereafter substitute another Bond and surety,
both of which shall be acceptable to OWNER.
Contractor's Insurance Requirements;
5,3. CONTRACTOR shall purchase and maintain such insurance as will
j protect him from claims under workmen's compensation laws, disability
benefit laws or other similar employee benefit laws; from claims for
damages because of bodily injury, occupational sickness or disease,
or death of his employees, and claims insured by usual personal injury
liability coverage; from claims for damages because of bodily injury,
sickness or disease, or death of any person other than his employees
including claims insured by usual personal injury liability coverage;
1 and from claims for injury to or destruction of tangible property, in-
cluding loss of use resulting therefrom - any or all of which may arise
out of or result from CONTRACTOR's operations under the Contract Documents,
whether such operations be by himself or by any Subcontractor or anyone
.
f&N-78 GC-7
i
s.
i
.
directly or indirectly employed by any of them or for whose acts any
! of them may be legally liable. This insurance shall include the specific
coverage and be written for not less than any limits of liability and
maximum deductibles specified in the Supplementary Conditions or required
by law, whichever is greater, shall include contractual liability insurance
and shall include OWNER and ENGINEER as additional insured parties.
The Contractor shall maintain such additional insurance as he may deem
appropriate. With the execution of the Agreement, Cn"ITRACTOR shall
file with OWNER and ENGINEER certificates of such insurance, acceptable
to OWNER; these certificates shall contain a provision that the cover-
age afforded under the policies will not be cancelled or materially
changed until at least fifteen (15) days' prior written notice has been
given to OWNER and ENGINEER.
Additional Bonds and Insurance: s
5.4. Prior to delivery of the executed Agreement by OWNER to CON-
TRACTOR, OWNER may require CONTRACTOR to furnish such other Bonds and
such additional insurance, in such form and with such sureties or insurers
as OWNER may require. If such other Bonds or such other insurance are
specified by written instructions given prior to opening of Bids, the
premiums shall be paid by CONTRACTOR; if subsequent thereto, they shall
be paid by OWNER (except as otherwise provided in paragraph 63).
ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES
Supervision and Superintendence:
6.1. CONTRACTOR shall supervise and direct the Work efficiently
with his best skill and attention, He shall be solely responsible for
the means, methods, techniques, sequences and procedures of construction {
and safety at the site. CONTRACTOR shall be solely responsible to see
that the finished Work complies accurately with the Contract Documents.
CONTRACTOR, ENGINEER and OWNER intend that CONTRACTOR shall be an independent
w contractor and not the agent or employee of either OWNER or ENGINEER,
6.2. CONTRACTOR shall keep at the project site at all times during
1 its pprogress of the work a competent resident superintendent, who shall
R 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 CONTRACTOR. All communications given to the superintendent shall
be as binding as if given to CONTRACTOR.
F&N-78 GC-8
r
1
1
"'lR
Labor, Materials and Equipment:
6.3, CONTRACTOR shall provide competent. suitably qualified person-
nel to survey and lay out the Work and perform construction as required
by the Contract Documents, Ile shall at all times maintain good disci-
pline and order at the site.
6,4. CONTRACTOR shall furnish all materials, equipment, labor,
transportai;ior, construction equipment and machinery, tools, ap-
pliances, fuel, power, light, heat, telephone, water and sanitary
facilities and all other facilities and incidentals necessary for the
r execution, testing, initial operation and completion of the Work,
6,5. All materials and equipment which is to be incorporated
into the Project shall be new, except as otherwise provided in the
Contract Documents, If required by ENGINEER, CONTRACTOR shall furnish
satisfactory evidence as to the kind and quality of materials and equip-
ment.
6.6. All materials and equipment shall be applied, installed,
connected, erected, used, cleaned and conditioned in accordance with
the instructions of the applicable manufacturer, fabricator or pro-
cessors, except as otherwise provided in the Contract Documents, The f
CONTRACTOR shall furnish the OWNER with four (4) sets of all operating
instructions, maintenance manuals and parts list for all mechanical
and electrical equipment furnished for the project,
Substitute Materials or Equipment:
6,7, If the Specifications, law, ordinance or applicable rules 1
or regulations permit CONTRACTOR to furnish or use a substitute that 1
Is equal to any material or equipment specified, and if CONTRACTOR
wishes to furnish or use a proposed substitute, he shall, prior to
c the conference called for by paragraph 2.9, make written application
to ENGINEER for approval of such a substitute certifying in writing
that the proposed substitute will perform adequately the functions
called for by the general design, be similar and of equal substance
to that specified and be suited to the same use and capable of per-
forming the same function as that specified; and identifying all vari-
ations of the proposed substiute from that specified arid indicating
available maintenance service. No substitute shall b,~ ordered or in-
stalled without the written approval of ENGINEER who will be the Judge
of equality and many require CONTRACTOR to furnish such other data
about the substitute
as he considers pertinent, No
proposed substitute
shall be ordered or installed without such performance guarantee and
bonds as OWNER may require which shall be furnished at CONTRACTOR's
expense,
f&N-78 GC-9
i
I!
l
r
i
1
Concerning Subcontractors;
6.8, CONTRACTOR shall not employ any Subcontractor or other person
or organization (including those who are to furnish 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 Work or Work not in conformance
with the Contract Documents. If OWNER after due investigation has reasonable
objection to any Subcontractor, other person or organization proposed
by CONTRACTOR, CONTRACTOR shall submit an acceptable substitute. CONTRACTOR
` shall not be required to employ any Subcontractor, other person or organization
f against whom he has reasonable objection. CONTRACTOR shall not without
the consent of OWNER make any substitution for any Subcontractor, other
' person or organization who has been accepted by OWNER,
ti 6.9. CONTRACTOR shall be fully responsible for all acts and omis-
sions of his Subcontractors and of persons and organizations directly
,
i or indirectly employed by them and of persons and organizations for whose
acts any of them may be liable to the same extent that he is responsible
for the acts and omissions of persons directly employed by him. Nothing
in the Contract Documents shall create any contractual relationship be-
tween OWNER or ENGINEER and any Subcontractor or other person or organization
1 having a direct contract with CONTRACTOR, nor shall it create any obligation
i on the part of OWNER or ENGINEER to pay or to see to the payment of any
E moneys due any Subcontractor or other person or organization, except j
as may otherwise be required by law. OWNER or ENGINEER may furnish to
any Subcontractor or other person or organization, to the extent practicable,
i evidence of amounts paid to CONTRACTOR on account of specific Work done
in accordance with the schedule of values.
6.10. The divisions and sections of the Specifications and the
identifications of any Drawings shall not control CONTRACTOR in dividing
the Work among Subcontractors or delineating the Work to be performed ;
j by any specific trade.
l E
t 6.11. CONTRACTOR agrees to bind specifically every Subcontractor
to the applicable terms and conditions of the Contract Documents for
the benefit of OWNER.
Patent Fees and Royalties;
6.12. CONTRACTOR shall pay all license fees and royalties and assume
all costs incident to the use in the performance of the Mork and the I
completed Project of any invention, design, process, product or device
which is the subject of patent rights or copyrights held by others,
F&N-78 GC-10
i
1
i
I
I
CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and anyone
directly or indirectly employed by either of them from and against all
claims, damages, losses and expenses (including attorneys' fees) arising
out of any infringement of patent rights or copyrights incident to the i
use in the performance of the Work or resulting from the incorporation
in the Work of any invention, design, process, product or device and
shall defend all such claims in connection with any alleged infringement
of such rights.
6.13. CONTRACTOR shall obtain and pay for all construction permits
and licenses and shall pay all governmental charges and inspection fees j
necessary for the prosecution of the Work, which are applicable at the
time of his Bid. OWNER shall assist CONTRACTOR, when necessary, in obtaining
such permits and licenses. CONTRACTOR shall pay all public utility charges.
' I
Laws and Regulations:
6.14. CONTRACTOR shall give all notices and comply with all laws,
ordinances, rules and regulations applicable to the Work. If CONTRACTOR
observes that the Specifications or Drawings are at variance therewith,
he shall give ENGINEER prompt written notice thereof, and any necessary
changes shall be adjusted by an appropriate Modification. If CONTRACTOR
performs any Work contrary to such laws, ordinances, rules and regulations,
and without such notice to ENGINEER, he shall bear all costs arising !
therefrom. !i
Taxes;
6.15. CONTRACTOR shall pay all sales, consumer, use and other similar
taxes required to be paid by him in accordance with the law of the place
where the Work is to be performed.
Use of Premises;
6.i 6. CONTRACTOR shall confine his equipment, the storago of materials
r and equipment and the operations of his workmen to areas permitted by
law, ordinances, permits, or the requirements of the Contract Documents, i
and shall not unreasonably encumber the premises with materials or equipment.
6,17. CONTRACTOR shall not load nor permit any part of any structure
to be loaded with weights that will endanger the structure, nor shall
he subject any part of the Work to stresses or pressures that will endanger
it.
Record Drawings;
6.18. CONTRACTOR shall keep one record copy of all Specifications,
Drawings, Addenda, Modifications, and Shop Drawings at the site in good
F&N-78 GC-11
I
1
i
i ~
order and annotated to show all changes made during the construction
process. These shall be available to ENGINEER and shall be delivered
to him for OWNER upon completion of the Project.
Safety and Protection,
6.19. CONTRACTOR shall be responsible for initiating, maintaining
and supervising all safety precautions and programs in connection with
the Work. He shall take all necessary precautions for the safety of,
' and shall provide the necessary protection to prevent damage, injury
or loss to:
t
6.19.1. all employees on the Project site and other persons
who may be affected thereby,
6.19.2. all the Work and all materials or equipment to be
r incorporated therein, whether in storage on or off the site, and
i
6.19.3. other property at the site or adjacent thereto,
including, but not limited to, trees, shrubs, lawns, walks, pave-
ments, roadways, structures and utilities not designated for removal,
relocation or replacement in the course of construction.
CONTRACTOR shall comply with all applicable laws, ordinances, rules, i
regulations and orders of any public body having jurisdiction for the
safety of persons or property or to protect them from damage, injury
or loss. He shall erect and maintain, as required by the conditions
and progress of the Work, all necessary safeguards for its safety and
protection. He shall notify owners of adjacent utilities when prosecution I
of the Work may affect them. All damage, injury or loss to any property
referred to in paragraph 6.19.2 or 6.19.3 caused, directly or indirectly,
in whole or in r.art, by CONTRACTOR, any Subcontractor or anyone directly
r or indirectly employed by any of them or anyone for whose acts any
of them may be liable, shall be remedied by CONTRACTOR. CONTRACTOR's
duties and responsibilities for the safety and 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 paragraph
14.12 that Work is acceptable.
Emergencies:
6.20. In any emergency affecting the safety of persons or property,
the CONTRACTOR shall act, at his discretion, to prevent threatened
damage, injury or loss. Any additional compensation or extension of
time claimed by the Contractor on account of emergency work shall he
i determined as provided in Article 11 and 12 for Changes in the Work.
E
M-78 GC-12 r
C
i
Shop Drawings and Samples:
I1 6.21. After checking and verifying all field measurements, CONTRACTOR
shall submit to ENGINEER for approval, in accordance with the accepted
schedule of Shop Drawing submissions (see paragraph 2.8) five copies
(or at ENGINEER's option, one reproducible copy) of all Shop Drawings,
which shall have been checked by and stamped with the approval of CONTRACTOR
and identified as ENGINEER may repire. The data shown on the Shop Drawings
will be complete with respect to dimensions, design criteria, materials
i of construction and the like to enable ENGINEER to review the information
I as required.
6.22. CONTRACTOR shall also submit to ENGINEER for approval with
such promptness as to cause no delay in Work, all samples required by
r the Contract Documents. All samples will have been checked by and stamped A
with the approval of CONTRACTOR, identified clearly as to material, manu-
facturer, any pertinent catalog numbers and the use for which intended,
j 6.23. At the time of each submission, CONTRACTOR shall in writing
call ENGINEER 's attention to any deviations that the Shop Drawings or
sample may have from the requirements of the Contract Documents.
6.24. ENGINEER will review and approve with reasonable promptness
Shop Drawings and samples, bot his review and approval shall he only
for conformance with the design concept of the Project and for compliance
with the information given in the Contract Documents. The approval of
a separate item as such will not indicate approval of the assembly in
which the item functions. CONTRACTOR shall make any corrections required
by ENGINEER and shall return the required number of corrected copies {
of Shop Drawings and resubmit new samples until approved. CONTRACTOR
shall direct specific attention in writing to revisions other than the
corrections called for by ENGINEER on previous submissions. CONTRACTOR's 1
stamp of approval on any Shop Drawing or sample shall constitute a repre•• 1
sentation to OWNER and ENGINEER that CONTRACTOR has either determined
and verified all quantities, dimensions, field construction criteria,
materials, catalog numbers, and similar data or he assumes full responsibility
for doing so, and that he has reviewed or coordinated each Shop Drawing
or sample with the requirements of the Work and the Contract Documents, t
6.25, Where a Shop Drawing or sample submission is required by
the Specifications, no related Work shall be commenced until the submission
has been approved by ENGINEER. A copy of each approved Shop Drawing
and each approved sample shall be kept in good order by CONTRACTOR at
the site and shall be available to ENGINEER.
i
i
F&N-78 GC-13 ,
i
i
1
1 1
6.26. ENGINEER's approval of Shop Drawings or samples shall not
relieve CONTRACTOR from his responsibility for any deviations from
the requirements of the Contract Documents unless CONTRACTOR has in
writing called ENGINEER's attention to such deviation at the time of
submission and ENGINEER has given written approval to the specific
deviation, nor shall any approval by ENGINEER relieve CONTRACTOR from
responsibility for errors or ommissions in the Shop Drawings.
Cleaning:
6.27. CONTRACTOR shall keep the premises free from accumulations
of waste materials, rubbish and other debris resulting from the Work,
and at the completion of the Work he shall remove all waste materials,
rubbish and debris from and about the premises as well as all tools,
! construction equipment and machinery, and surplus materials, and shall
leave the site clean and ready for occupancy by OWNER. CONTRACTOR I
shall restore to their original condition those portions of the site
not des ;Hated for alteration by the Contract Documents.
Indemnification:
I
6.28. CONTRACTOR shall indemnify and hold harmless OWNER and
ENGINEER and their agents and employees from and against all claims,
damages, losses and expenses including, but not limited to, attorneys'
fees arising out of or resulting from any act, omission or defect connected
with the performance of the Work, provided that such claim, damage,
loss or expense (a) 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 (b) is caused in whole or in part by any condition of premises
or materials, act or omission of CONTRACTOR, any Subcontractor, anyone
directly or indirectly employed by any of them or anyone for whose
acts any of them may be liable, regardless of whether or not is caused,
In part negligently or otherwise, by a party indemnified hereunder.
k
6,29, In any and all claims against OWNER or ENGINEER or any
of their agents or employees by any employee of CONTRACTOR, any Sub-
i contractor, anyone directly or indirectly employed by any of them or
anyone for whose acts any of them may be liable, the indemnification
obligation under paragraph 6.28 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 Subcontractor under workmen's com-
pensation acts, disability benefit acts or other employee benefit acts.
I~
I
1
1
F&N-78 GC-14
ARTICLE 7 - WORK BY OTHERS
i
7.1. OWNER may perform additional work related to the Project
by himself, or he may let other direct contracts. CONTRACTOR shall
afford the other contractors who are parties to such direct contracts
(or OWNER, if he is performing the additional work himself), reasonable
opportunity for the introduction and storage of materials and equip-
ment and the execution of work, and shall properly connect and co-
ordinate his Work with theirs. '
'f 7.2. If any part of CONTRACTOR's Work depends for proper
execution or result upon the work of any such other contractor (or
OWNER), CONTRACTOR shall inspect and promptly report to ENGINEER in
writing any defects or deficiencies in such work that render it un-
suitable for such proper execution and result. His failure so to report
shall constitute an acceptance of the other work as fit and proper
for the relationship of his Work except as to defects and deficiencies
21 which may appear in the other work after the execution of his Work. `
I
7.3. CONTRACTOR shall do all cutting, fitting and patching of
his Work that may be required to make its several parts come together
properly and fit it to receive or be received by such other work.
CONTRACTOR shall not endanger any work of others by cutting, exca-
vating or otherwise altering their work and will only cut or alter
their work with the written consent of ENGINEER and of the other con-
tractors whose work will be affected.
i j
7.4. If the performance of additional work by other contractors +
or OWNER is not noted in the Contract Documents prior to the execution 1
of the Agreement, notice thereof shall be given to CONTRACTOR prior
! to starting any such additional work.
w
ARTICLE 8 - OWNER'S RESPONSIBILITIES
8.1. OWNER shall issue all communications to CONTRACTOR through
1 s ii ENGINEER.
Ile
8.2. In case of termination of the employment of ENGINEER, OWNER
shall appoint an engineer against whom CONTRACTOR makes no unreason-
able objection, whose status under the Contract Cocuments shall be
that of the former ENGINEER. Any dispute in connection with such ap-
pointment shall be subject to arbitration. f
8.3. OWNER shall furnish the data required of him under the
Contract Documents promptly and shall make payments to CONTRACTOR
promptly after they are due as provided in paragraphs 14.4 and 14.12.
F&N-78 GC-15
i.
~a
3
j
1 8.4. OWNER's duties in respect of providing lands and easements
and providing engineering surveys to establish reference 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 surveys and investigation
reports of subsurface and latent physical conditions at the site or other-
wise affecting performance of the Work which have been relied upon by
ENGINEER in preparing the Drawings and Specifications.
8.5. OWNER's responsibility in respect of certain inspections,
tests and approvals is set forth in paragraph 13.2.
8.6. In connection with OWNER's right to stop Work or suspend Work,
see paragraphs 13.8 and 15.1. Paragraph 15.2 deals with OWNER's right
to terminate services of CONTRACTOR under certain circumstances.
~2.
-A` ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION
Owner's Representative;
9.1. ENGINEER will be OWNER's representative during the construction
period unless the OWNER advises the CONTRACTOR of other arrangements.
The duties and responsibilities and the limitations of authority of ENGINEER
as OWNER's representative during construction are set forth in Articles
1 through 17 of these General Conditions and shall not be extended without
j written consent of OWNER and ENGINEER.
1 Visits to Site;
9.2. The ENGINEER will make visits to the site to familiarize himself
generally with the progress and quality of the Work and to determine
in general if the Work is proceeding in accordance with the Contract
Documents. On the basis of his on-site observations as an ENGINEER,
he will keep the OWNER informed of the progress of the Work, and will
endeavor to guard the OWNER against defects and deficiencies in the Work
of the CONTRACTOR. 'The ENGINEER will not be required to make exhaustive
or continuous on-site inspections to check the quality or quantity of
the Work.
Clarifications and Interpretations;
9.3. ENGINEER will issue with reasonable promptness such written
clarifications or interpretations of the Contract Documents (in the form
of Drawings or otherwise) as he may determine necessary, which shall
be consistent with or reasonably inferable from the overall intent of
the Contract Documents. If CONTRACTOR believes that a written clarification
I
F&N-78 GC-16
E
' and Interpretation entitles him to an increase in the Contract Price,
{ he may make a claim therefor as provided in Article 11,
Rejecting Defective Work;
9.4. ENGINEER will have authority to disapprove or reject Work
which is "defective" (which term is hereinafter used to describe Work
1
' that is unsatisfactory, faulty or defective, or does not conform to the
requirements of the Contract Documents or does not meet the requirements
t., of the Contract Documents or does not meet the requirements of any in-
spection, test or approval referred to in paragraph 13.2 or has been
damaged prior to approval of final payment). He will also have authority
to require special inspection or testing of the Work as provided in para-
graph 13.7, whether or not the Work is fabricated, installed or completed.
Shop Drawings, Change Orders and Payments:
9.5. In connection with ENGINEER's responsibility for Shop Drawings
and samples, see paragraphs 6.21 through 6.26 inclusive.
r
9.6. In connection with ENGINEER's responsibility for Change Orders, i
see Articles 10, 11 and 12.
j 9,7, in connection with ENGINEER's responsibilities in respect
1 of Applications for Paymont, etc,, see Article 14.
i
Resident Project Representatives, E
9.8. If OWNER and ENGINEER agree, ENGINEER will furnish a Resident
Project Representative and assistants to assist ENGINEER in carrying €
out his responsibilites at the site. The duties, responsibilities and
limitations of authority of any such Resident Project Representative
and assistants shall be as set forth in the Supplemental Conditions.
Decisions on Disagreements;
9.9. ENGINEER will be the interpreter of the requirements of the 1
Contract Documents and the judge of the performance thdreunder. In his
capacity as interpreter and judge ENGINEER will exercise his best efforts
to insure faithful performance by both OWNER and CONTRACTOR, ENGINEER
will not show partiality to either and will not be liable for the result
of any interpretation or decision rendered in good faith. Claims, disputes
and other matters relating to the execution and progress of the Work
or the interpretation of or performance under the Contract Documents
F&N-78 GC-17
I
j
iJ
1.
0 '
a ~
t
shall be referred to ENGINEER for decision; which he will render in
writing within a reasonable time.
9.10. Either OWNER or CONTRACTOR may demand arbitration with
respect to any such claim, dispute or other matter that has been re-
ferred to ENGINEER, except any which have been waived by the making
or acceptance of final payment as provided in paragraph 14.15, such
arbitration to be in accordance with Article 16. However, no demand
for arbitration of any such claim, dispute or other matter shall be
made until the earlier of (a) the date on which ENGINEER has rendered
his decision or (b) the tenth (10th) day after the parties have presented
their evidence to ENGINEER if he has not rendered his written decision
before that date. No demand for arbitration shall be made later than
: thirty (30) days after the date on which ENGINEER rendered his written
decision in respect of the claim, dispute or other matter as to which
arbitration is sought; and the failure to demand arbitration within
said thirty (30) days' period shall result in ENGINEER's decision being
final and binding upon OWNER and CONTRACTOR. If ENGINEER renders a
decision after arbitration proceedings have been initiated, such decision
may be entered as evidence but shall not supersede the arbitration
proceedings, except where the decision is acceptable to the parties
concerned.
Limitations on ENGINEER's Responsibilities;
9.11. Neither ENGINEER's authority to act under this Article 9
or elsewhere in the Contract Documents nor any decision made by him
in good faith either to exercise or not exercise such authority shall
give rise to any duty or responsibility of ENGINEER to CONTRACTOR,
any Subcontractor, any materiaiman, fabricator, supplier or any of
their agents or employees or any other person performing any of the
Work.
9.12. ENGINEER will not be responsible for CONTRACTOR's means,
methods, techniques, sequences or procedures of construction, or the
safety precautions and programs incident thereto, and he will not be
responsible for CONTRACTOR's failure to perform the work in accordance
with the Contract Documents. The ENGINEER shall have no responsibility
with respect to safety and has no obligation to see that the CONTRACTOR's {
safety obligations are fulfilled.
9.13. ENGINEER will not be responsible for the acts or omissions
of CONTRACTOR, or any Subcontractor, or any of his or their agents
or employees, or any other persons at the site or otherwise performing
any of the Work.
I
j
3
FAN-78 GC-18
a
i
ARTICLE 10 - CHANGES IN THE WORK
10.1. Without invalidating the Agreement, OWNER may, at any time
or from time to time, order additions, deletions or revisions in the
Work; these will be authorized by Change Orders. Upon receipt of a
Change Order, CONTRACTOR shall proceed with the Work involved. All
such Work shall be executed under the applicable conditions of the
;r Contract Documents. If any Change Order causes an increase or de-
crease in the Contract Price or an extension or shortening of the
Contract Time, an equitable adjustment will be made as provided in
Article 11 or Article 12 on the basis of a claim made by either party.
10.2. ENGINEER may authorize minor changes or alterations in
the Work not involving extra cost or contract time and not incon-
sistent with the overall intent o` the Contract Documents. These may
be accomplished by a Field Order. If CONTRACTOR believes that any
minor change or alteration authorized by ENGINEER entities him to an
increase in the Contract Price or Contract Time, he shall not proceed
with the work and shall in writing advise the ENGINEER and request a
Change Order.
10,3. Additional Work performed by CONTRACTOR without author-
ization of a Change Order will not entitle him to claim an increase
' in the Contract Price or an extension of the Contract Time, except
in the case of an emergency as provided in paragraph 6,20 and except
as provided in paragraph 13.7.
10.4. OWNER, -after consideration and approval, may execute ap-
propriate Change Orders prepared by ENGINEER covering changes in the
Work to be performed as provided in paragraph 4.3, and Work performed
in an emergency as provided in paragraph 6.20 and any other claim of
CONTRACTOR for a change in the Contract Time or the Contract Price
which is approved by ENGINEER.
i
ARTICLE 11 - CHANGE OF CONTRACT PRICE
11.1. The Contract Price constitutes the total compensation pay-
able to CONTRACTOR for Performing the Work. All duties, responsi-
bilities and obligations assigned to or undertaken by CONTRACTOR shall
be at his expense without change in the Contract Price.
f 11.2. The Contract Price may only be changed by a Change Order.
Any claim for an increase in the Contract Price shall be based on written
notice delivered to OWNER and ENGINEER within ten (10) days of the
occurrence of the event giving rise to the claim, Notice of the amount
of the claim with supporting data shall be delivered within thirty
~II (30) days of such occurrence unless ENGINEER allows an additional
1
F&N-7B GC-19
E
1
i
I
1
period of time to ascertain accurate cost data. All claims for ad-
justments in the Contract Price shall be determined by ENGINEER If
OWNER and CONTRACTOR cannot otherwise agree on the amount involved,
11.3. The value of any Work covered by a Change Order or of any
claim for an increase or decrease in the Contract Price shall be de-
termined in one of the following ways,
N l 11,3.1. Where the Work involved is covered by unit prices
contained in the Contract Documents, by application of unit prices
to the quantities of the items involvedunless actua) quantities
differ from bid quantities by twenty (26% ) percent. Revised con-
sideration .ill be given to that portion in excess of the twenty
(20%) per(, nt difference subject to mutual acceptance of a revised
,.a unit price.
11.3.2 By mutual acceptance of a lump sum.
i.
I
11.3.3 On the basis of the actual co-.t directly related
to the Work plus a Contractor's Fee for overhead and profit in
f the amount of fifteen (15%) percent. The actual cost shall be 1
limited to: labor, including foremen; materials entering perma-
nently into the work; the ownership or rental cost of construction
plant and equipment during the time of use on the extra work;
power and consumable supplies for the operation of power equip-
meet; insurance; and social security and old age and unemploy-
ment contributions.
11.4. The amount of credit to be allowed by CONTRACTOR to OWNER
for any such charge which vesults in a net decrease in cost, will he
the amount of the actual net decrease which decrease shall include
a CONTRACTOR's Fee for overhead and profit in the amount of fifteen
(15%) percent, When both additions and credits are involved in any
one change, the CONTRACTOR's fee or fifteen (15%) percent shall be
figured on the basis of the net increase, if any. I
11.5. Whenever the cost of any Work is to be determined pursuant
to paragraph 11.3, CONTRACTOR will submit in form prescribed by ENGINEER
an itemized cost breakdown together with supporting data.
ARTICLE 12 - CHANGE OF THE CONTRACT TIME
12.1. The Contract Time may only be changed by a Change Order,
Any claim for an extension in the Contract Time shall be based oo written
notice delivered to OWNER and ENGINEER within ten (10) days of the
occurrence of the event giving rise to the claim. Notice of the extent
i
I F&N-78 GC-20
1
t
of the claim with supporting data shall be delivered within thirty
(30) days of such occurrence unless ENGINEER allows an additional period
of time to ascertain more accurate data. All claims for adjustment
in the Contract T!me shall be determined by ENGINEER if OWNER and CON-
TRACTOR cannot otherwise agree, Any change in the Contract Time re-
sulting from any such claim shall be incorporated in a Change Order,
12.2. The Contract T;me will be extended in an amount equal to
time lost due to delays beyond the control of CONTRACTOR if he makes
i a claim therefor as provided in paragraph 12.1. Such delays shall
include, but not be restricted to, acts or neglect by any separate
cuntrnctor employed by OWNER, fires, floods, labor disputes, epidemics, r
or acts of God other than weather conditions. No time extensions will
be allowed for weather conditions for Project using calendar days for
the Contract Time,
12.3 The CONTRACTOR agrees that time is of the essence of this
contract, and that for each day of delay beyond the number of days
1 herein agreed upon for the completion of the work herein specified
and contracted for (after due allowance of such extension of time as
is provided for in Article 12) the OWNER may withhold permanently from
the CONTRACTOR's total compensation, the amount per day set forth in {
Supplementary Conditions, not as a penalty, but as liquidated damages
f and for added expense for engineering services, etc.
ARTICLE 13 - WARRANTY AND GUARANTEE: TESTS AND INSPECTIONS: CORRECTION,
REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK
J Warranty and Guarantee:
( 13.1. CONTRACTOR warrants and guarantees to OWNER and ENGI'EER
that all materials and equipment will be new unless otherwise specified
and that all Work will be of good quality and free from faults or defects
and in accordance with the requirements of the Contrecr Documents and
of ary inspections, tests or approvals referred to in paragraph 13.2.
All unsatisfactory Work, all faulty or defective Work, and all Work
not conforming to the requirements of the Contract Documents at the
time of acceptance thereof or of such inspections, tests or approvals,
shall be considered defective, Prompt notice of all defects shall
be given to CONTRACTOR, All defective Work, whether or not in place,
( may be rejected, corrected or accepted as provided in this Article 13.
j Tests and Inspections:
13.2. If the Contract Documents, laws, ordinances, rules, regu-
lations or orders of any public al.ithority having jurisdiction require
i
t
F&N-78 GC-21
1
1
I
any Work to specifically be inspected, tested, or approved by some
public body, CONTRACTOR shall assume full responsibility therefor,
pay all costs in connection therewith and furnish ENGINEER the required
certificates of inspection, testing or approval. All other inspections,
tests and approvals required by the Contract Documents shall be per-
formed by organizations selected by OWNER and the costs thereof shall
be borne by OWNER unless otherwise specified.
` 13.3. CONTRACTOR shall give ENGINEER timely notice of readiness ~
f of the Work for all inspections, tests or approvals. If any such Work
IIII required so to be inspected, tested or approved is covered without
` written approval of ENGINEER, it must, if requested by ENGINEER, be
f uncovered for observation, and such uncovering shall be at CONTRACTOR's
expense unless CONTRACTOR has given ENGINEER timely notice of his intention 1
< 1.
to cover such Work and ENGINEER has not acted with reasonable promptness
in response to such notice.
13.4. Neither observations by ENGINEER nor inspections, tests
or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR
from his obligations to perform the Work in accordance with the requirements
of the Contract Documents.
f Access to Work:
i ,
13.5. ENGINEER and his representatives and other representatives
of C;,'NER will at reasonable times have access to the Work. CONTRACTOR
shall provide proper and safe facilities for such access and observation
of the Work and also for any inspection or testing thereof by others.
i
Uncovering Work: J
13.6. If any Work is covered contrary to the written request E
of ENGINEER, it must, if requested by ENGINEER, be uncovered for ! 1
ENGINEER's observation and replaced at CONTRACTOR's expense. J
13.7. If any Work has been covered which ENGINEER has not speci-
fically requested to observe prior to its being covered, or• if ENGINEER
considers it necessary or advisable that covered Work be inspected
or tested, CONTRACTOR, at ENGINEER's request, shall uncover, expose
or otherwise make available for observation, inspectic, 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 beau all the expenses of such un-
covering, exposure, observation, inspection and testing and of satis-
factory reconstruction, including compensation for additiona) professional
services, and an appropriate deductive Change Order shall be issued.
If, however, such Work is not found ;o be defective, CONTRACTOR shall
t.
F&N-78 GC-22
i
r
I
be allowed an increase in the Contract Price or an extension of the
Contract Time, or both, directly attributable to such uncovering, exposure,
observation, inspection, testing and reconstruction if he makes a claim
therefor as provided in Articles 11 and 12.
Owner May Stop the Work;
13.8. If the Work is defective, or CONTRACTOR fails to supply 1
sufficient skilled workmen or suitable materials or equipment, or fails
to conform to the progress schedule required by Paragraph 14.1, or
if CONTRACTOR fails to make prompt payments to Subcontractors or for
labor, materials or equipment, 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 shall not
give rise to any duty on the part of OWNER to exercise this right for
the benefit of CONTRACTOR or any other party.
Correction or Removal of Defective Work;
13.9. If required by ENGINEER prior to approval of final payment,
CONTRACTOR shall promptly, without cost to OWNER and as specified by
ENGINEER, either correct any 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 nondefective Work. If
CONTRACTOR does not correct such defective Work or remove and replace
such rejected Work within a reasonable time, all as specified in a
written notice from ENGINEER, OWNER may have the deficiency corrected i
or the rejected Work removed and replaced, All direct or indirect
costs of such correction or removal and replacement, including compen-
sation for additional professional sarvices, shall be paid by CONTRACTOR,
4 and an appropriate deductive Change Order shall be issued. CONTRACTOR
M► shall also bear the expenses of making good all Work of others lestroyed
or damaged by his correction, removal or replacement of his detective
Work,
One Year Correction Period:
13.10, ?f, after the approval of final payment and prior to the
i expiration c1- one year thereafter or such longer period of time as
k may be prescribed by law or by the terms of any applicable special
be guarantee required by CONTRACTOR eshall rpromptly,1ewithout ycost ktosOWNER dand
in accordance with OWNER's written instructions, either correct such
defective Work, or, if it has been rejected by OWNER, remove it from
the site and replace it with nondefective Work, If CONTRACTOR does
r not promptly comply with the terms of such instructions, OWNER may
I have the defective Work corrected or the rejected Work removed and
j F&N 78 GC-23
fr,
_ T
I replaced, and all direct and indirect casts of such removal and re-
placement, including compensation for additional professional services,
shall be paid by CONTRACTOR.
Acceptance of Defective Work:
13.11. If, instead of requiring correction or removal and replace-
meet of defective Work, OWNER prefers to accept it, he may do so.
In such case, if acceptance occurs prior to approval of final payment,
a Change Order shall be issued incorporating the necessary revisions
in the Contract Documents, including appropriate reduction in the Con-
tract Price; or, if the acceptance occurs after approval of final pay-
ment, an appropriate amount shall be paid by CONTRACTOR to OWNER.
Neglected Work by Contractor:
13.12. If CONTRACTOR should fail to prosecute the Work in accordance
with the Contract Documents, including any requirements of the progress
schedule, OWNER, after seven (7) days' written notice to CONTRACTOR
may, without prejudice to any other remedy he may have, make good such
deficiencies and the cost thereof (including compensation for additional
t professional services) shall be charged against CONTRACTOR in which
case a Change Order shall be issued incorporating the necessary revisions
in the Contract Documents including an appropriate reduction in the
Contract Price, If the payments then or thereafter due CONTRACTOR
are not sufficient to cover such amount, CONTRACTOR shall pay the dif-
ference to OWNER.
ARTICLE 14 - PAYMENTS AND COMPLETION
Schedules:
14.1. At least ten (10) days prior to submitting the first Appli-
cation for a progress payment, CONTRACTOR shall submit a progress schedule, I
a final schedule of Shop Drawing submission and a schedule of values
* of the Work, These schedules shall he satisfactory In form and sub- ;
stance to ENGINEER. The schedule of values shall include quantitic
and unit prices aggregating the Contract Price, and shall subdivide
the Work into component parts in sufficient detail to serve as the
i basis for progress payments during construction. Upon approval of
the schedules of values by ENGINEER, it shall be incorporated into
the form of Application for Payment furnished by ENGINEER.
Application for Progress Payment:
14.2. At least ten (10) days before each progress payment falls
' due (but not more often than once a month), CONTRACTOR shall submit to
F&N-78 GC-24
~r
1
i
ENGINEER for review an Application for Payment on a form supplied by
the OWNER filled out and certified by CONTRACTOR covering the Work completed
as of the date of the Application. If payment is requested on the basis
of materials and a uipment not incorporated in the Work but delivered
and suitably stored at the site, the Application for Payment shall also
be accompanied by such data as required by OWNER. Fach subsequent Appli-
cation for Payment shall also include an affidavit of CONTRACTOR stating
that all previous progress prlyments received on account of the Work have
been applied to discharge in full all of CONTRACTOR's obligations reflected
in prior Applications for Payment. The CONTRACTOR shall certify on each
Application for Payment that the Work performed to date complies with
the Contract Documents.
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 at the time of
payment free and clear of all liens, claims, security interests and encumb-
rances (hereinafter in these 'Uaneral Conditions referred to as "Liens").
Approval of Payments;
14.4. ENGINEER will, within ten (10) days after receipt of each
Application for Payment, either indicate in writing his approval of payment
and present the Application to OWNER, or return the Application to CONTRACTOR
indicating in writing his reasons for refusing to approve payment. In
the latter case, CONTRACTOR may make the necessary corrections and resubmit
the Application. OWNER shall, within ten (10) days of presentation to
him of the approved Application for Payment, pay CONTRACTOR the amount
approved by ENGINEER less ten (10%) percent of the amount thereof which
shall be retained until Final Payment and less all other sums that may
be retained by the OWNER as set forth in the Contract Documents. 1
14.5. ENGINEER's approval of any payment requested in an Application I
for Payment will constitute a representation by him to OWNER, based on
ENGINEER's on-site observations of the Work in progress as an experienced
and qualified design professional and on his review of the Application
for Payment and the accompanying data and schedules that the Work has
progressed to the point indicated; that, to the best of his knowledge,
information and belief, the quality of the Work is in accordance with
the Contract Documents (subject to an evaluation of the Work as a functioning
Project upon Substantial Completion, to the results of any subsequent
tests tailed for in the Contract Documents and any qualifications stated
in his approval); and that CONTRACIOR is entitled to payment of the amount
approved. However, by approving any such payment ENGINEER will not thereby
I
F&N-78 GC-25
1
I` be deemed to have represented that he made exhaustive or continuous on-
site inspections to check the quality or the quantity of the Work, or
that he has reviewed the means, methods, techniques, sequences, and pro-
cedures of construction, or that he has made any examination to ascertain
how or for what purpose CONTRACTOR has used the moneys paid or to be
paid to him on account of the Contract Price, or that title to any Work,
materials or equipment has passed to OWNER free and clear of any Liens,
14.6. ENGINEER may refuse to approve the whole or any part of any
payment if, in his opinion, it would be incorrect to make such representations
to OWNER. He may also refuse to approve any such payment, or because
of subsequently discovered evidence or the results of subsequent inspections
or tests, nullify any such payment previously approved, to such extent
as may be necessary in his opinion to protect OWNER from loss because:
14.6.1, the Work is defective, or completed Work has been
damaged requiring correction or replacement,
1
14.6.2. claims or Liens have been filed or there is reason-
able cause to believe such may be filed,
14.6.3. the Contract Price has been reduced because of Modifications,
14.6.4. OWNER has been required to correct defective Work
or complete the Work in accordance with paragraph 13,11, or
14.6.5, of unsatisfactory prosecution of the Work, including ~
failure to furnish acceptable submittals or to clean up.
14.6.6, reasonable indication that the Work will not be completed
within the Contract Time,
14.6.7, reasonable doubt that the Work can be completed for
the unpaid balance of the Contract Price.
Substantial Completion; !
14.7. Prior to final payment, CONTRACTOR may, in writing to OWNER
and ENGINEER, certify that the entire Project is substantially complete
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 Project to determine the status of completion,
If ENGINEER does not consider the Project substantially will notify CONTRACTOR in writing giving hisreasons ltherefor, If hENGINEER
considers the Project substantially complete, he will prepare and deliver
r r
i
F&N-78 GC-26
TAr
ff~
I'
i i
1 to OWNER a tentative certificate of Substantial Completion which shall
fix the date of Substantial Completion and the responsibilities between
OWNER and CONTRACTOR for maintenance, heat and utilities. There shall
be attached to the certificate a tentative list of items to be completed
or corrected before final payment, and the certificate shall fix the
time within which such items shall be completed or corrected, said t•fine
to be within the Contract Time. OWNER shall have seven (7) days after
receipt of the tentative certificate during which he may make written
objection to ENGINEER as to any provisions of the certificate or attached
,f list. If, after considering such objections, ENGINEER concludes that
f the Project is not substantially complete, he will within fourteen (14)
days after submission of the tentative certificate to OWNER notify CONTRACTOR
in writing, stating his reasons therefor. If, after consideration of
OWNER's objections, ENGINEER considers the PROJECT substantially complete,
he will within said fourteen (14) days execute and deliver to OWNER and
CONTRACTOR a definitive certificate of Substantial Completion (with a
revised tentative list of items to be completed or corrected) reflecting i
such changes from the tentative certificate as he believes justified
after consideration of any objections from OWNER. The failure of the
ENGINEER to include any items on such tentative list of items to be completed
does not alter the responsibility of the CONTRACTOR to complete all Work
in accordance with the Contract Documents.
14.8. OWNER shall have the right to exclude CONTRACTOR from the
Project after the date of Substantial Completion, but OWNER shall allow
CONTRACTOR reasonable access to complete or correct items on the tentative
list.
Partial Utilization; f
14.9. Prior to final payment, OWNER may request CONTRACTOR in writing
to permit him to use a specified part of the Project which he believes
he may use without significant interference with construction of the
other parts of the Project. If CONTRACTOR agrees, he will certify to
OWNER and ENGINEER that said part of the Project is substantially com-
plete and request ENGINEER to issue a certificate of Substantial Completion
for that part of the Project. Within a reasonable time thereafter OWNER,
CONTRACTOR and ENGINEER shall make an inspection of that part of the
Project to determine ics status of completion. If ENGINEER does not
consider that it is substantially complete, he will notify OWNER and
CONTRACTOR in writing giving his reasons therefor. If ENGINEER considers
FFF that part of the Project to be substantially complete, he will execute
and deliver to OWNER and CONTRACTOR a certificate to that effect, fixing
the date of Substantial Completion as to that part of the Project, at-
taching thereto a tent°.tive list of items to be completed or corrected
before final payment and fixing the responsibility between OWNER and
i
M-78 GC-27
1
CONTRACTOR for maintenance, heat and utilities as to that part of the
Project. OWNER shall have the right to exclude CONTRACTOR from any part
of the Project which ENGINEER has so certified to be substantially com-
plete, but OWNER shall allow CONTRACTOR reasonable access to complete
or correct items on the tentative list.
Final Inspection,
14.10. Upon written notice from CONTRACTOR that the Project is 1
complete, ENGINEER will make a final inspection with OWNER and CONTRACTOR I
and will notify CONTRACTOR in writing of all partic. ors in which this
inspection reveals that the Work is incomplete or defective, CONTRACTOR
r` shall immediately take such measures as are necessary to remedy such
deficiencies.
1
Final Application for Payment;
14.11. After CONTRACTOR has completed all such corrections to the ,
satisfaction of ENGINEER and delivered all maintenance and operating ?
instructions, schedules, guarantees, Bonds, certificates of inspection
and other documents - all as required by the Contract Documents, he may
make application for final payment following the procedure for progress
payments. The final Application for Payment shall be accompanied by i
such data and schedules as OWNER may reasonably require, together with
complete and legally effective releases or waivers (satisfactory to OWNER)
of all Liens arising out of the Contract Documents and the labor and
services performed and the material and equipment furnished thereunder.
In lieu thereof and as approved by OWNER, CONTRACTOR may furnish receipts
or releases in full; an affidavit of CONTRACTOR that the releases and
receipts include all labor, services, material and equipment for which
a Lien could be filed, and that all payrolls, material and equipment
bills, and other indebtedness connected with the Work for which OWNER
or his property might in any way be responsible, have been paid or otherwise
satisfied; and consent of the Surety, if any, to final payment. If any
Subcontractor, materiaiman, fabricator or supplier fails to furnish a
release or receipt in full, CONTRACTOR may furnish a Bond or other collateral
satisfactory to OWNER to indemnify hire against any Lien.
Approval of Final Payment,
14.12. If, on the basis of his observation and review of the Work
during construction, his final inspection and his review of the final
I inspection and his review of the final Application for Payment - all
as required by the Contract Documents, ENGINEER is satisfied that the
Work has been completed and CONTRACTOR has fulfilled all of his obligations
F&N-78 GC-28
P"
1.
under the Contract Documents, he will, within ten (10) days after receipt
of the final Application for Payment, indicate in writing his approval
of payment and present the Application to OWNER for payment. There-
upon ENGINEER will give written notice to OWNER and CONTRACTOR that
the Work is acceptable subject to the provisions of paragraph 14.15.
Otherwise, he will return the Application to CONTRACTOR, indicating
in writing his reasons for refusing to approve final payment, in which
case CONTRACTOR shall make the necessary corrections and resubmit the
Application, OWNER shall, within ten (10) days of presentation to
him of an approved final Application for Payment, pay CONTRACTOR the
amount approved by ENGINEER.
14.13. If after Substantial Completion of the Work final coin-
pletion thereof is materially delayed through no fault of CONTRACTOR, 1
and ENGINEER so confirms, OWNER, upon certification by ENGINEER, and
without terminating the Agreement, may make payment of the balance
due for that portion of the Work fully completed and accepted. If
the remaining balance 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 consent of
the Surety to the payment of the balance due for that portion of the
Work fully completed and accepted shall be submitted by the CONTRACTOR
to the ENGINEER prior to certification of 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,
Contractor's Cont`nuing Obligation; 1
14.14. CONTRACTOR's obligation to perform the Work and complete
the Project in accordance with the Contract Documents shall be absolute,
r Neither approval of any progress or final payment by ENGINEER, nor
the issuance of a certificate of Substantial Completion, nor any pay-
ment by OWNER to CONTRACTOR under the Contract Documents, nor any use
or occupancy of the Project or any part thereof by OWNER, nor any act
of acceptance by OWNER nor any failure to do so, nor any correction
of defective work by OWNER shall constitute an acceptance of Work not
in accordance with the Contract Documents.
Waiver of Claims:
14.15. The making and acceptance of final payment shall consti-
tute a waiver of all claims by .ONTRACTOR against OWNER other than
those previously made in writing and still unsettled,
A
{ FAN-78
GC-29
} 1
a
i
ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION
~ Owner May Suspend Work;
15.1. OWNER may, at any time and without cause, suspend the Work
or any portion thereof for a period of not more than ninety (90) days
by notice in writing to CONTRACTOR and ENGINEER which shall fix the
date on which Work shall be resumed. CONTRACTOR shall resume the Work ,
on the date so fixed. CONTRACTOR may be allowed an increase in the
Contract Price or an extension of the Contract Time, or both, directly
attributable to any suspension if he makes a claim therefor as provided
in Articles 11 and 12,
Owner May Terminate; 1
15.2. If CONTRACTOR is adjudged as bankrupt or insolvent, or
if he makes a general assignment for the benefit of his creditors,
or if a trustee or receiver is appointed for CONTRACTOR or for any
of his property, or if he files a petition to take advantage of any
debtor's act, or to reorganize under the bankruptcy or similar laws,
or if he repeatedly fails to supply sufficient skilled workmen or suit-
able materials or equipment, or if he repeatedly fails to make prompt
payments to Subcontractors or for labor, materials or equipment or
-if he disregards laws, ordinances, rules, regulations or orders of
any public body having jurisdiction, or if he disregards the authority
of ENGINEER, or if he otherwise violates any provision of the Contract
Documents, then OWNER may, without prejudice to any other right or ,
remedy and after giving CONTRACTOR and his Surety seven (7) days' written
notice, terminate the services of CONTRACTOR and take possession of
the Project and of all materials, equipment, tools, construction equipment
and machinery thereon owned by CONTRACTOR, and finish the Work by whatever,
method he may deem expedient. In such case CONTRACTOR shall not be i
entitled to receive any further payment until the Work is finished.
If the unpaid balance of the Contract Price exceeds the direct and
indirect costs of completing the Project, including compensation for
additional professional services, such excess shall be paid to CONTRACTOR,
If such costs exceed such unpaid balance, CONTRACTOR shall pay the
difference to OWNER. Such costs a lncurr e d by OWNER shall be determined
ENGINEER and Incorporated in
15. 3, Where CONTRACTOR's services have been so terminated by
OWNER, said terminations shall not affect any rights of OWNER against
CONTRACTOR then existing or which may thereafter accrue, Any retention
or payment of mor.oys by OWNER due CONTRACTOR will nut release CONTRACTOR
from liability.
F&N-78 GC-30
r
h
15,4, Upon seven (7) days' written notice to CONTRACTOR and ENGI-
NEER, OWNER may, without cause and without prejudice to any other right
or remedy, elect to abandon the Project and terminate the Agreement.
} In such case, CONTRACTOR shall be paid for all Work executed and any
l expense sustained plus a reasonable profit,
E Contractor May Stop Work or Terminate:
1 „ I 15,5. If, through no act or fault of CONTRACTOR, the Work is
suspended for a period of more than ninety (90) days by OWNER or under
an order of court or other public authority, or ENGINEER fails to act
on any Application for Payment within thirty (30) days after it is
j submitted, or OWNER fails to pay CONTRACTOR any sum approved by ENGINEER
or awarded by arbitrators within thirty (30) days of its approval and ,
presentation, then CONTRACTOR may, upon seven (7) days' written notice
to OWNER and ENGINEER, terminate the Agreement and recover from OWNER
payment for all Work executed and any expense sustained plus a reason- 7
able profit. In addition and in lieu of terminating the Agreement,
If ENGINEER has failed to act on an Application for Payment or OWNER
has failed to make any payment as afuresaid, CONTRACTOR may upon seven
(7) days' notice to OWNER and ENGINEER stop the Work until he has been
paid all amounts then due,
I•
ARTICLE 16 - ARnITRATION
16.1. All claims, disputes and other matters in question arising
out of, or relating to, this Agreement or the breach thereof except
for claims which have been waived by the making or acceptance of final
payment as provided by paragraph 14.15, shall be submitted to arbitra-
tion at the request of either party to the dispute. The parties may
agree upon one arbiter, otherwise, there shall be three, one named
in writing by each party, and the third chosen by the two arbiters
so selected; or if the arbiters fail to select a third within ten (10)
f days, he shall be chosen by a District Judge serving the County in
which the major portion of the Project is located, unless otherwise
specified. Should the party demanding arbitration fail to name an
arbiter within ten (10) days of the demand, his right to arbitrate
shall lapse, and the decision of the ENGINEER shall be final and binding
on him, Should the other, party fail to choose an arbiter within ten
(10) days, the ENGINEER shall appoint such arbiter, Should either
party refuse or neglect to supply the orbiters with any papers or in-
formation demanded in writing, the arbiters are empowered by both
parties to take ex party proceedings. The arbiters shall act with
promptness. The decision of any two shall be binding on both parties
to the contract, The decision of the arbiters upon any question sub-
matted to arbitration under thlF contract shall be a condition
i
ERN-78 GC-31
n
precedent to any right of legal action. The decision of the arbiter
or arbiters may be filed in court to carry it into effect. The arbiters,
if they deem the case demands it, are authorized to award the party
whose contention is sustained, such sums as thav deem proper for the
time, expense and trouble incident to the appeal, and if the appeal
was taken without reasonable cause, they may award damages for any
delay occasioned thereby. The arbiters shall fix their own compensation,
unless otherwise provided by agreement, and shall assess the cost and
charges of the arbitration upon either or both parties. The award
of the arbiters must be made in w 1 ting.
16.2. CONTRACTOR will carry on the Work and maintain the progress I
schedule during any arbitration proceedings, unless otherwise agreed
by him and OWNER in writing.
'I ARTICLE 17 - MISCELLANEOUS
Giving Notice:
' l
17.1. Whenever any provision of tna Contract Documents requires
the giving of written notice it shall be deemed to have been validly
given if delivored in person to the individual or to a niember 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 pre-
paid, to the last business address known to him who gives the notice.
- Computation of Time:
17.2. When a period of time is referred to in the Contract Docu- !
I ments by days, it shall 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 shall be omitted from the
computation.
General;
17.3. All Specifications, Drawings and copies thereof furnished
by ENGINEER shall remain his property. They shall not be used on another
Project, and, with the exception of those sets which have been signed
in connection with the execution of the Agreement, shall be returned
to him on request upon completion of the Project.
{
17.4. The duties and obligations imposed by these General Con-
ditions and the rights and remedies available hereunder, and, in particular
C
F&N-78 GC-32
i
1
but without limitation, the warranties, guarantees and obligations
imposed upon CONTRACTOR by paragraphs 6.28, 13.1, 13.10 and 14.3 and
the rights and remedies available to OWNER and ENGINEER thereunder,
shall be in addition to, and shall not be construed in any way as a
limitation of, any rights and remedies available to them which are
otherwise imposed or available by law, by special guarantee or by other
IF provisions of the Contract Documents,
17.5. The Contract Documents shall be governed by the law of
` the place of the Project.
i
i
l
j
x
f
.
GC-33
F&H-78
I
i
00800-SUPPLEMENTARY CONDITIONS
I, INSURANCE: The Contractor shall comply with the requirements of
Paragrap 3 of the General Conditions and shall, at his own expense,
s purchase, maintain and keep in force such insurance as will protect him
from claims set forth below which may arise out of or result from his
operations under this Contract, whether such operations are by himself or
by any Subcontractor or by anyone directly or indirectly employed by any of
them or by anyone for whose acts any of them may be liable, Minimum
insura reuirements are to be MinimumcRequirements" immediately afollowing dthese hSupplementary nConditions,
Such insurance as is required in the "Insurance Minimum Requirements" shall
be written so that the Owner will be notified in writing, in the event of
cancellation, restrictive amendment or non-renewal at least thirty days '
prior to such action, Certificates of Insurance on the form attached to
this Section shall be filed with the Owner prior to the commencement of the
work,
All insurance required in the "Insurance Minimum Requirements" shall be
requtredd the City shall receive a
policy co-Insured,
written ihCof insenton urance as
du {
Plicate copy of every I
The stated limits of insurance required by the "Insurance Minimum
Requirements" are MINIMUM ONLY and it shall be teContractor's imitson
' sibility to determ ne w-Ta--Timits are adequate. These
the combination of basic
any policy limits or any
responsibleiforaallulossesa
limits,basic
arising out of, resulting from or connected with operations under this
contract whether or not said losses are covered by insurance. The Owner's
acceptance
tract Certificates of
does a not release the Contractor fromcamply
requirements Insurance
with the Con
compliance herewith. 1
,
The Owner and Contractor waive all rights against each other for damages
caused by fire or other perils to the extent their interests are covered by
insurance under this Section, except such rights
Contractorfshsuch all require held by Subcontractors and
Sub-subcontractors.
2, INSPECTION: The Owner will inspect or cause inspection to be performed
on a tems of work for this project. The use of the term "ENGINEER",
"OWNER'S AGENT", OR °OWNER'S DESIGNATED REPRESENTATIVE" regarding inspec-
tion in the Contract Documents shall be understood to mean the Owner will
perform inspection duties with his own forces,
100800-I
3, LIQUIDATED DAMAGES: In the event the Contractor fails to attain
substantia copl of o of the entire project (all bid items) within the
time set forth in the Proposal, the Owner may withhold money permanently
from the Contractor's total compensation the amount set forth in the table
below as liquidated damages and for added expenses for engineering
services, etc., in accordance with Article 12 of the General Conditions.
Amount of Contract Amount of Liquidated Damages
Less than $ 5,000.00 $ 60.00 Per Day
$ 5,000.00 to 149999.99 80.00 Per Day
15,000.00 to 24,999.99 100,00 Per Day
25,000.00 to 49,999.99 120.00 Per Day
50,000.00 to 99,999.99 160.00 Per Day
100,000.00 to 1,0009000.00 240.00 Per Day
More than 1,0000000,00 500.00 Per Day
The Owner will be the sole Judge as to w'iether the work has been completed
within the allotted time.
4. MINIMUM WAGE SCALE: The rates shown in attached "Schedule B" (following
the Certificate of Insurance) have been determined by the City of Denton,
Texas, in accordance with the statutory requirements and prevailing local
• wages.
i
END OF SUPPLEMENTARY CONDITIONS
~ l
i
j
F
I'
f i
j
I i
00600-2
f
r
CITY OF DENTON
INSURANCE MINIMUM REQUIREMENTS
Without limiting any of the other obligations or liabilities of the
Contractor, the Contractor shall provide and maintain until the
work is completed and accepted by the City of Denton, Owner,
minimum insurance coverage as follows;
TYPE OF COVERAGE LIMITS OF LIABILITY
1. WORKMEN'S COMPENSATION STATUTORY
II. COMPREHENSIVE GENERAL LIABILITY
Bodily Injury $300,000 $11000,000 j
Each occucance Aggregate
Property Damage $100,000
Each accident
III, COMPREHENSIVE' AUTOMOBIJX..',IABILITY
Bodily Injury $300,000 $1,000,000
Each person Each accident
Property Damage $100,000
Each accident
A. In addition tol the insurance described above, the.
Contractor shall obtain at his expense an OWNER'S I
PROTECTIVE LIABILITY INSURANCE POLICY with the
following limits;
BODILY INJURY PROPERTY DAMAGE
$300,000 each person $100,000 each accident
$300,000 each accident $1,000,000 aggregate
Covering the work to be performed by the Contractor for
the City of Denton.
B. The contractor will furnish the Owner's ProtectivIi
Policy described above and execute the Certificate
described on the following page to the City of uenton
for its approval. Insurance must be accepted before
commencing any work under the contract to which this
insurance applies,
The City of Denton will be listed on all policies as an
I additional named insured.
y0399c
CERTIFICATE OF INSURANCE L
THIS IS TO CERTIFY that the following policies, subject to their terms, conditions and exclusions, have been issued by
the company or companies shown below:
THIS CERTIFICATE OF INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by
the policy or policies shown below, not is it an endorsement making the person, firm or corporation al whose request it is issued an
additional insured on the policy or policies referred to herein.
In the event of any material change in or cancellation of the policy or policies, the company or companies wilt mail ten (10) _
days' written notice to the party to whom this certificate is addressed,
NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED DATE:
r --I REMARKS:
City of Denton Bid 0
~
901-B Texas St.
Denton, TX 76201
Attn: John J, Marshall, C.P.M.
L Purchasing Agent J
NAME AND A00RESS OF INSURED: j
~I
I r
Policy Effective Expiration
Insurance Company Typo of Insurance Number Date Date LIMITS OF LIABILITY'
Workmen's Compensation Statutory
and
Employers Liability Employers Liability Limit3--$100,000
Comprehensive Bodily Injury
General Liability
i
S Each Occurrence
A9grega~e Products i
$ - & Completed Operations
Property Damage
S Each Occurrence
S Aggregate Operations
$ Aggregate Protective
$ Aggregate Contractual
' Aggregate Products
S & Corr,plated Operations
Comprehensive Bodily Injury
f
Automobile Liability" $ Each Person _
S Each Occurrence
Property Damage f
$ Each Occurrence
'Absence of any amraprlats entry means no such insurance Is In force, a 0" AND ADDRESS OF AGENCY
"Coven all owned, non-owned or hired vehicles.
fri MMEP. OF AGENCY Authorized Representatives of the Insurance Companies relarred to above.
CI-2
1
1 .
SCHEDULE IV
CITY OF DENTON MINIMUM WAGE RATES FOR PUBLIC /
ENGINEERING (HIGHWAY/HEAVY} CONSTRUCTION AND
UNDERGROUND UTILITY CONTRACTS
The rates below have been determined by the City of Denton,
Texas in accordance with the statutory raquiaementa and
prevailing local wages.
Overtime shall be paid for at the rate of one and one-half
(1-1/2) times the regular rates for every nour worked In excess
of forty (40) hours per week.
Trade-Craft Classification Rate Per Hour
Air Tool Man
Asphalt Heaterman
Asphalt Raker 6.55
Asphalt shoveler 5.00
Hatching Plant Scalsman 6.50
Batterboard setter y
Carpenter 6.65
Carpenter Helper 5.45
Concrete Finisner (Paving) 7.05
Concrete Finisn-ir Helper (Paving) 5.50
Concrete Finisher (Structures) 6.80
Concrete Finisher Helper (Struct) 5.55
Concrete Rubber
6 Electrician 9.50
Electrician Helper 3.50
Form Builder (St:uctu:esl 6.70
Form Builder Helper (Struct) 5.00
Form Liner (Paving 6 Curb) 7.29
Form Satter (Paving 6 Curb) 6.10
Poem Satter Helper (Paving 5 Curb) 4.50
Form Setter (Structures) 7100
Form Setter Helper (Structures) 3.65
Laborer, Common 4.00 j
Laborer, Utility Man 4.90
r Manhole Builder, BrLck
Mechanic 6,70
Mechanic Helper 5100
Oiler 6.0s
SeevLceman 5.75
Painter (Structures)
winter Helper (Structures)
Ptledriverman
Pipalayer 3.75
Pipelayer Helper 4.75
Powderman 7.00
Reinforcing Steel Satter (Paving) 5.00
Reinforcing steel Satter (Struct) 5.60
Reinforcing steel Satter Helper 4.30
steel worker (structural) 5.28
Steel 'rioexer Helper (Structural)
Sign Erector
sign Erector Helper
Spreader Box Man 6.00
Swamper 4.YS
Power Equipment G_arators,
Asphalt Distributor 6.00
Asphalt Paving machine 6.95
Broom or sweeper Operatoe 5.20
Bulldozer 130 HP 4 Leas 5.25
Bulldozer 130 8P 6.75
Concrete Pavtnq Curing machine 6.50
Concrete Paving ?inisning mach 6.30
C 12.5
't •
l ,
i
Trade-Craft Classification Rate Per Hour
Concrete Paving Form Grader
! Concrete Paving Joint Machine
Concrete Paving Longitudinal Float 6.35
Concrete Paving Mixer 7.75
Concrete Paving saw 6.05
Concrete Paving Spreader
Paving sub Grader
Crane, Clamshell, 8ackhoe, Derrick,
Oragline, Shovel (less than 1 1/2 CY) 7,00
Crane, Clamshell, 8ackhoe, Derricks
Oragllne, Shovel (1 1/2 CY & Over) 7.15
Crusher oe Screening Plant Operator
Elevating Grader
Form Loader
Foundation Drill Operator (Crawler
Mounted)
Foundation Drill Op, (Truck Mounted) 8.25
Foundation Drill Operator Helper 5.49
Front End Loadec (2 1/2 CY & Lose) 6.15
Front End Loader (Over 2 1/2 CY) 7.25
Hoist (Over 2 drums) 6.00
Mixer (Over 16 CF)
Mixer (16CF & Less)
Motor Grader Operator, Fine Grade 7.35
Motor Grader Oaarator 7,25
r E Roller, steel Wheel (Plant-Mix
Pavements) 6.35
Roller, Steel Wheel (Other-Flat
wheel or Tamping) 4.45 f
Roller, Pneumatic (Self-PropeLlad) 5.15 1
Scrapers (17 CY & Less) 6.29
scrapers (over 17 CY) 6.90 1
Side Boom
EE Tractor (Crawler Type) 150 HP & Less
s Tractor (Crawler Tyae) over 130 HP 6.90
r
Tractor (Pneumatic) 80 HP S Goss 9.80
Tractor (pneumatic) over 40 HP 6.75
Traveling Mixer
Trenching Machine, Light
Trenching Machine, Heavy
k Wagon Drill, Boring Machine or post
)E Hole Driller Operator 5.25
r uCk Ur iVersi E
Single Axle, Light 3.35
Single Axle, Heavy
Tandom Axle or Ssmatrai,loc
Lowooy-Float
Transit-Mix 3.70
Winch j
welder 7.15
Welder Helper
The CONTRACTOR snall comply with all State and Federal Laws
{ applicanle to such worst.
The above are miniinum rates. 31dders shall case thsir oius on
rates than! exlect ^o pay, if in exceas of those listed. The
OWNER w1111 not consider claims for extra payment to CONTRACTOR
an account of payment of wages 'nigher than tnoss specified.
~I C 12,6
1 .
l
i
~i
I
I:
1
SPECIFICATIONS
I
I
E
i
I
1
j
f[
E
s
,
1
f
t
f
j
{
I
DIVISION 1 - GENERAL REQUIREMENTS
I~I
I~
i
j
f
;
;
f
ll 01001 GENERAL CONSTRUCTION REQUIREMENTS /
1.01 SCOPE OF WORK
The work involved. under this contract consists of the furnishing of
all materials, tools, equipment, transportation, services, and all
labor and superintendence necessary for the construction and com-
pletion of the installation of one vertical turbine pumping unit with
motor controller, discharge piping, one check valve and one motor
operated eccentric plug valve in the existing Raw Water Pump Station
approximately 8 miles southeast of Denton, Texas at Lake Lewisville.
The installation of this equipment will involve the removal of
II existing equipment within this pump station, 4
I 1.02 MATERIALS FURNISHED BY OWNER
Under separate contract the Owner will furnish to the Contractor, for
this contract installation, the following equipment:
Anticipated
Owner Furnished Item ~Upl ier Delivery Date
8MGD Vertical Turbine Pump Layne & Bowler, Inc. May 30, 1985
700 HP Motor for Pump Layne & Bowler, Inc. July 5, 1985
I Motor Controller Layne & Bowler, Inc. May 30 1985
14" M.O. Control Valve Newman Engineered Eq. May 10, 1985
14" Slanting Disc Check Valve Newman Engineered Eq. May 10, 1985
Descriptions of the above listed items are found in Appendix I of
these specifications. The Contractor shall receive, unload, store
and install the items into operation. The Contractor shall be
responsible for checking the received items against the packing list
to insure all materials as required in Appendix I are present.
Anticipated delivery dates are shown above.
1.03 CORRECTION PERIOD
Nothing in the General Conditions Article 13 concerning the
correction period shall establish a period of limitation with respect
to any other obligation which Contractor has under the Contract
Documents. The establishment of time periods relates only to the
specific obligations of Contractor to correct the work, and has no
relationship to the time within which his obligations under the
Contract Documents may be sought to be enforced, nor to the time
within which proceedings may be commenced to establish his liability
with respect to his obligations other than to specifically correct
the work. This correction period shall be covered by the extension
of the Performance Bond,
i'
i
01001-1
T
• 1
1.04 CONNECTIONS TO EXISTING FACILITIES
It will be necessary, during the course of construction, to make
several connections to the existing plant. All work involved in
making connections which will require a shutdown of the existing
plant :`•'ll be carefully planned and coordinated with both the
Engineer and the Owner so that "down" time of the existing plant may i
be held to a minimum. On occasions when the existing plant is down
for ur ose of making a connection, wor Shall proceed on a 24-hour
schedule unt the plant s ac in op- erai;Ton,
1.05 WORKMANSHIP
These specifications contain detail instructions and descriptions
covering the major items of construction and workmanship necessary
for building and completing the various units or elements of the
project. The specifications are intended to be so written that only
first class workmanship and finish of the best grade and quality will
result. The fact that these specifications may fail to be so
complete as to cover all details will not relieve the Contractor of
full responsibility for providing a completed project of high ,
quality, first class finish and appearance and satisfactory for
operation, all within the apparent intent of the plans and
specificat" ns.
i
1.06 SANITATION FACILITIES
The Contractor shall provide portable toilet facilities (Chem-cans)
j in sufficient number for the Contractor's use throughout the course
of the project and in accordance with OSHA requirements.
1.07 SALVAGED MATERIAL
During construction of the project any equipment or materials which
have been the property of the Owner and which are salvaged by the
Contractor shall become the property of the Contractor. The salvaged
0 equipment which become the property of the Contractor (the 200 HP
vertical turbine pump, motor and motor controller, the 12" check
valve, and the 14" motor operated butterfly valve) should be given
consideration for credit in the amount bid to the Owner. Brick and
concrete rubble shall also be the property of the Contractor and
shall be disposed of off the plant site.
1.08 MATERIALS
These specifications are intended to be so written that only
materials of the best quality and grade will be furnished, The fact
that the specifications may fail to be sufficiently complete 'n some
detail will not relieve the Contractor of full responsibility for
providing materials of high quality and protecting them adequately
until incorporation in the structure. The specifications for
materials set out the minimum standard of quality which the Owner
t
01001-2
-
believes necessary to procure a satisfactory project, No
substitutions will be permitted until the Contractor has received
written permission of the Engineer to make a substitution for the
material which has been specified.
Where the term "or equal", or "or approved equal" is used, it is
understood that if a material, product, or piece of equipment of the
specified name and quality is furnished it will be approvable, as the
particular name was used for the purpose of establishing a standard
of quality acceptable to the Owner, If a product of any other name
is proposed for use, the Engineer's approval thereof must be obtained
before the proposed substitute is procured by the Contractor.
Wherever the term "or equal" is used, it is understood to mean or
approved equal".
1.09 COST BREAKDOWN
a
Within thirty (30) days after the execution of the Contract, and not
less i.han ten (10) days prior to the first monthly estimate, the
1 Contractor shall submit to the Engineer a cost breakdown of the work
under this Contract. This breakdown is for use by the Engineer in !
preparing the monthly estimates and for the Owner's use in cost
accounting for the project. The breakdown shall be in detail,
} itemizing all items of equipment and construction and shall
j accurately reflect the cost of all work as included in the bid
prices. Cost breakdown shall be such that an overall cost of the
i various elements of the project can be determined,
1.10 PROGRESS SCHEDULES i
Within 10 days prior to submission of first mon0ly progress payment., I
the Contractor shall prepare and submit to the Engineer for approval i
six copies of the schedule in which the Contractor proposes to carry
on the work, the date of which he will start the several major
` activities (including procurement of materials, plants, and
equipment) and the contemplated dates for completing the same. The
schedule shall be in the form of a progress chart of suitable scale
to indicate graphically the percentage of work scheduled for
completion at any time. As the work progresses, the Contractor shall
enter on the chart the actual progress at the end of each partial
payment period or at such intervals as directed by the Engineer. The
i Contractor shall also revise the schedule ca reflect any adjustments
11 in contract time approved by the Engineer. Throe copies of the
updated schedule shall be delivered at such intervals as directed by
the Engineer.
If, in the opinion of the Engineer, work accomplished falls behind
that scheduled, the Contractor shall take such action as necessary to
improve his progress, In addition, the Engineer may require the
Contractor to submit a revi;ed schedule demonstrating his program and
proposed plan to make up tai in scheduled progress and to insure
completion of the work within the contract time, If the Engineer
01001-3
finds the proposed plan not acceptable, he may require the Contractor
to increase the work force, the construction plant and equipment, the
number of work shifts or the overtime operations without additional
cost to the Owner.
Failure of the Contractor to comply with these requirements shall be
considered grounds for determination by the Engineer that the
Contractor is failing to prosecute the work with such diligence as
will insure its completion within the time specified.
1.11 POWER FOR CONSTRUCTION
The Contractor shall provide at his own expense electrical power for
project construction.
1.12 FINAL TESTING AND OPERATION
Prior to presentation for final acceptance of the work under this
contract, the Contractor shall have started and operated all units of
the plant for a sufficient duration of time to permit the Engineer to
observe overall performance of the respective units and equipment.
Such operation shall be properly coordinated with the Owner's
f operating personnel.
1.13 SANITATION AND CLEANUP 1
During construction, the Contractor shall maintain the premises in an
orderly, neat, and presentable condition. Scraps and debris shall
not be left scattered around but shall be assembled in one place.
When construction under this Contract has been otherwise completed,
the Contractor shall remove all left over construction materials,
equipment, scraps, debris and rubbish, and leave the site in a neat,
well kept appearance.
At the completion of the work, all buildings and structures shall be
f I '
broom clean. The Contractor shall clean the walls of all hydraulic
structures of dirt, stains, or other materials and pipes shall be
left free of any and all foreign material. The Contractor shall
remove all marks, stains, dirt and soil from all finished surfaces
and shall thoroughly clean all floors, clean and polish all finished
hardware and other such devices.
1,14 PROTECTING EXISTING STRUCTURES AND UTILITIES
Where excavation or demolition endangers adjacent structures and
utilities, the Contractor shall at his own expense carefully support
and protect all such structures and/or utilities so that there will ;
be no failure or settlement. Where it is necessary to move services,
I poles, guy wires, pipelines or other obstructions, the Contractor
shall notify and cooperate with the utility owner. In case damage to
an existing structure or utility occurs, whether failure or
i
i
01001-4
settlement, the Contractor shall restore the structure or utility to
its original condition and position without compensation from the
Owner.
i
Contractor shall repair or replace all damaged road surfaces,
driveways, fences, drainage structures, or other structures, to the
satisfaction of the Engineer and the Owner. Structures shall be
restored to a condition equal to or better than the original I
condition and of a similar material and design. The costs of such
repair or replacement shall be borne by the Contractor and shall be
included in the Proposal,
I
The Engineer has shown all existing piping, valves, electrical
conduits, utility poles, etc. as best can be determined from
available records. The Contractor shall verify the type, size, and
location of all existing piping and valves in the construction area.
electrical conduit, etc. in the construction area • . ,
All piping, valins
shall be removed and/or relocuied as necessary in a manner acceptable
to the Engineer, and no additional compensation will be considered
for relocating any of these items whether shown on the plans or not.
1.15 REFERENCE STANDARDS
Reference to the standards of any technical society, organization, or
i association, or to codes of local and state authorities, shall mean
the latest standard, code, specification, or tentative specification
adopted and published at the date of taking bids, unless specifically
stated otherwise.
1,16 METHODS OF OPERATION
Y The Contractor shall inform the Engineer in advance concerning his
plans for carrying on each part of the work, but the Contractor alone
shall be responsible for the safety, adequacy, and efficiency of his
plant, equipment, and methods,
Any method of work suggested by the Owner or Consulting Engineer, but
not specified, shall be used at the risk and responsibility of the
Contractor, and the Consulting Engineer and Owner will assume no
responsibility therefor,
i
Review by the Owner or Consulting Engineer of any plan or method of
i work proposed by the Contractor shall not relieve the Contractor of
any responsibility therefor, and such review shall not be considered
as an assumption of any risk or liability by the Owner or Consulting
Engineer, or any officer, agent, or employee thereof. The Contractor
shall have no claim on account of the failure or inefficiency of any
plan or method so reviewed,
i
The Owner and the Consulting Engineer will not be responsible for any
act or omission of the Contractor, or any subcontractor, or any of
their agents or employees, or any other persons performing any of the
01001-5
i
I.
T-T
I11
1
work. The Owner and Consulting Engineer will not be responsible for iF
any failure of the Contractor or his subcontractors or any other
persons to perform the work in accordance with the requirements of
the contract documents.
1.17 UNFAVORABLE CONSTRUCTION CONDITIONS
During unfavorable weather, wet ground, or other unsuitable
construction conditions, the Contractor shall confine his operations
to work which will not be affected adversely thereby. No portion of
the work shall be constructed under conditions which would affect
adversely the quality or efficiency thereof, unless special means or
precautions are taInn by the Contractor to perform the work in a
proper and satisfactory manner,
1.18 DEFINITIONS
Whenever the words, forms or phrases defined herein, or pronouns used
in their place occur in these specifications, or in any document or
instrument herein contemplated, the intent and meaning shall be
interpreted as follows:
k BHP - Brake Horsepower
1j BIL - Basic Impulse Level
BTU - British Thermal Unit
E UIPMENT MANUFACTURER OR VENDOR - A manufacturing company engaged in
the production o equ pment or materials purchased for use in this I
project.
GPM or m - Gallons per Minute
HP - Horsepower
KVA - Kilovolt Amperes
s KW Kilowatt s
MGD - Million Gallons per Day
NPSH - Net Positive Suction Head
PIV - Peak Inverse Voltage
i
PF - Power Factor
RPM - Revolutions per Minute
01001-6
TDWR - Texas Department of Water Resources
THO - Texas Department of Highways and Public Transportation
s 1.19 STANDARDS
01 Reference to technical society, organization or body is made in
Specifications in accordance with the following abbreviations:
" AASHO ,merican Association of State Highway Officials
AIA American Institute of Architects
ACI American Concrete Institute
AGA American Gas Association
AGMA American Gear Manufacturer's Association
r A1SI American Iron and Steel Institute
AISC American Institute of Steel Construction
AMCA Air Moving and Conditioning Association
` ANSI American National Standard Institute
ASA American Standards Association
T` ASHRAE American Society of Heating, Refrigeration and Air
Conditioning Engineers
ASME American Society of Mechanical Engineers
ASTM American Society for Testing Materials
AWSC American Welding Society Code
AWWA American Water Works Association
CSI Construction Specification Institute
FIA Factory Insurance Association J
FM Factory Manual 1
FS Federal Specification
IEEE Institute of Electrical and Electronic Engineers
NAAMM National Association of Architectural Metal Manufacturers
NBFU National Board of Fire Underwriters
NEMA National Electrical Manufacturers Association
NEPA National Fire Protection Association
NBS National Bureau of Standards
NEC National Electric Code
OSHA Federal Occupational Safety ~ Health Act, 1970
SMACNA Sheet Metal and Air Conditioning Contractors National
Association, Incorporated
SPR Simplified Practice Recommendation
SSPC Steel Structures Painting Council
UBC Uniform Building Code
UL Underwriters Laboratories, Inc.
1.20 HANDLING MATERIALS NOT APPROVED
The Contractor shall remove from the site any materials found to be
damaged, and any materials not meeting the specifications. These
materials shall be removed promptly, unless the Engineer will accept
I
01001-7
i.
l
I the materials after repairing. ~ Materials found to be damaged, or not
acceptable to the Engineer, shall be removed. Inspection before
installation shall not relieve the Contractor from any responsibility
to furnish good quality materials,
END OF SECTION
I
j
1
i
t
, i
f
t
r
{
i
I 01001-8
t.
I
01002 GENERAL EQUIPMENT STIPULATIONS
1,01 SCOPE
These General Equipment Stipulations apply, in general, to all
equipment. They supplement the detailed equipment specifications but
in case of conflict the detailed equipment specifications shall
govern,
1.02 COORDINATION
The Contractor shall assume full responsibility for coordination of
the entire project, including verification that all structures,
piping, and equipment components to be furnished and/or installed by
him are compatible. For equipment to be furnished by Owner and
installed under this contract, the Contractor shall be responsible j 1
for ;,;)per installation, startup and all necessary adjustments so
that the equipment is placed in proper operational condition.
Contractor shall also be responsible for coordinating with otherhe ±
j
separate contractors as required for complete installation and
operation of equipment,
1.03 EQUIPMENT GUARANTEE 1
f
For equipment furnished by Owner and installed under this contract,
the Contractor shall guarantee against leakage, breakage or other
failure due to improper assembly or erection and against improper 3
j installation of the equipment. The guarantee period shall be as
t defined in the General Requirements, 1 1
1.04 LUBRICATION 1
1
Equipment shall be adequately lubricated by systems which require
attention no more frequently than weekly during continuous operation.
Lubrication systems shall not require attention during startup or
shutdown and shall not waste lubricants.
Lubricants of the type recommended by the equipment manufacturer,
cross referenced with major oil company lubricants, shall b
v d
insufficient a roi
ua p ed
ntit
q to fill all replace all consumption during testing, startup. and operation prior
to acceptance of equipment by the Owner.
1.05 PROTECTION
f All equipment shall be boxed, crated, or otherwise completely
enclosed and protected during shipment, handling, and storage. All
equipment shall be protected from exposure to the elements and shall
be kept thoroughly dry at all times, Pumps, motors, electrical
equipment, and other equipment having antifriction or sleeve bearings
01002-1
l
I
f
i
shall be stored in weathertight warehouses which are maintained at a
temperature at least 60° F.
Painted surfaces shall be protected against impact, abrasion,
discoloration, and other damage, All painted surfaces which are
damaged prior to acceptance of equipment shall be repainted to the
satisfaction of the Engineer.
Electrical equipment, controls, and insulation shall be protected
against moisture or water damage. All space heaters provided in the
equipment shall be kept connected and operating at all times until I
equipment is placed in service.
END OF SECTION
j
I
i
f ~
i
01002-2
i
is
i
f
d
a
I~ tl i
ti
DIVISION 5 - METALS
I
{
a ~
r
r
i
E~
i
4
7
05710 MISCELLANEOUS METALS
1.00 GENERAL
1.01 SCOPE
Furnish and install all miscellaneous and ornamental specialty metal
work shown on the drawings or specified herein. Provide anchors,
hangers, rods, bars, brackets or fasteners required to complete this
work and to connect to work by others. Provide inserts for concrete
where necessary.
Submit six (6) copies of shop drawings for all miscellaneous metals
in accordance with Article 6.21 of the General Conditions, for
Engineer's approval prior to beginning any work.
1.02 FABRICATION
When a specific manufacturer's article or apparatus is specified, it
shall be applied, assembled, or otherwise installed in accordance
i with the manufacturer's specifications.
Insofar as possible, all items shall be shop fabricated and assembled
ready for erection. Fabricate articles to proper shape with sharp
lines and smooth surfaces. Connections shall be securely welded,
bolted or riveted and welds shall be dressed smooth on exposed
surfaces. Thickness of metal and component parts shall be of size
adequate to withstand strains reasonably anticipated for its usage.
Provide lugs, rabbets or brackets to allow far propper assembly and
close fit. Exposed edges and ends of metal sha11 be dressed smooth
where exposed,
Castings shall be of proper desicr.; sound and exposed parts shall
have no blemishes. Remove fins, casting lugs, or other unnecessary
parts, grind rough edges and shape for fit with other component
i parts.
Ii 2.00 MATERIALS
A. 1ISCELLANEOUS
ASTM A-36, Plates and bars shall conform to ASTM A-284.
I B. WELDING ELECTRODES
j Electrodes shall be of the type required for the purpose
I intended, Use E70 series for manual arc welding.
I
05710-1
I
C. FASTENERS
i
Fasteners shall be of the type required for the purpose intended
and particular application and shall be of a recognized industry
standard for the type of components. Fasteners shall include:
Concrete Expansion Bolts - Hilti "Kwik Bolt" or approved equal.
D. SHOP PAINT
All ferrous metals shall receive one coat of rust-inhibitive
primer as specified in Section 09905, PLANT PAINTING.
t '
I; 3.00 EXECUTION
3.01 MISCELLANEOUS FABRICATION
Fabricate all miscellaneous steel components, rack, stands, supports, I
or other items to the design noted on the drawings and utilizing
structural shapes, bent plates, sheet steel or other material as
required to construct the item. Generally, assembly shall be by
welding with all joints ground smooth. Provide brackets, fillets,
plates and anchor bolts as required and finish with one coat of shop /
paint.
3.02 WELDED FIELD CONNECTION
Welds shall be made only by operators who have previously qualified
by tests, as prescribed by the "Standard Qualifications Procedure" in
the "Structural Welding Code - Steel" by the American Welding Society
to perform the type of work required. The Contractor shall provide
the certification that welders have passed qualification test within
six months gust prior to performance of work. All field welds shall i
be of the type indicated on the drawings or specified herein, All
welding must be approved.
END OF SECTION
S
{
05710-2
s
t
pp#
3
f
i
3
1
I
1
1
i.
I
I
DIVISION 9 FINISHES 1
J
w
t
I
d
s
I
E
r .
09905 PLANT PAINTING
1.00 GENERAL
` I
1,01 SCOPE
' The work covered by this item of the Specifications includes
furnishing all paint, labor, and materials and performing all
operations in accordance with this section of the Specifications and
the applicable portion of the Plans.
The Contractor shall furnish all labor, material, equipment and
services for cleaning and painting of surfaces as follows:
i
A. The exterior walls and roof of the new motor controller housing
including the exterior doors, and visible portions of the door r
frames,
8. The exterior of the capacitor equipment for the new motor
controller.
C. The portion of the new pump column above E1,530,
D. The new motor and motor base.
E. All other piping, equipment and appurtenances installed under
this contract (except for stainless steel and aluminum items,) j
' F. Any painted surfaces damaged during construction,
Finish field painting shall not be applied to machinery, equipment or
other piping until operational tests are completed, ,
1,02 STORAGE AND CLEAN-UP
The Contractor shall use one convenient location at each site for
keeping all materials and doing all mixing, etc, Floor of this space c
shall be properly protected with drop cloths,
shall be frequently removed and under no circumstances shall they ebe
E
allowed to accumulate. At the completion of the work, the Contractor f
shall clean off all paint spots, oil and stain from all surfaces and
leave the entire project in a satisfactory condition,
1.03 SUBMITTALS
1
The Contractor shall submit six (6) sets of full and complete shop
drawings on the paint In accordance with Article 6.21 of the General
i Conditions. All of the data shall be complete and shall include a
complete description of thr, paint system offered, including color
codes and all pertinent engineering data required for a complete
I
09905-1
l
l '
r
evaluation of the submittal. Submittal data shall be in such form
and so presented that the Engineer may readily review the data.
2,00 PRODUCTS
2.01 MATERIALS
A. GENERAL
Coatings shall be delivered to the job in original containers
marked with the name of the manufacturer and the specification
` number. The coating shall not show excessive settling in a
freshly opened full can and shall be easily redispursed with a
paddle to a. smooth, homogenous state. It shall show no
curdling, livering, caking, or color separation and shall be
free from lumps and skins.
Only the highest grade paint of each manufacturer and that which
is suitable for the use intended will be approved. Only those
thinner., and solvents specified in the paint formulas shall be
used. More than the prescribed amount of thinner may be added
only to the extent of maintaining the minimum spreading rate
designated in each individual formulation.
The color for all types of finish shall match existing colors
➢ and shall be approved by the Engineer.
the Contractor shall obtain for the Engineer a color code which
will ;how the various shades, colors, etc., necessary for the
respective surfaces indicated.
D, RUST PENETRATING PRIMER
This primer shall be the best grade primer recommended by the
finish coating manufacturer for use under the metal protective
paint. Primer and finish coats must be the product of one
manufacturer.
C. ENAMEL PAINT
Paint for exterior surfaces shall be Tnemec Endurdtone, DuPont
DULUX, Metal Protective, Koppers Rustarmor, Mobil (equal), or ;
approved equal. The color shall be factory mined and all paint
for this project shall be from the same mixed batch. Chips
shall be submitted to the Owner for final color selection.
D. COAL TAR EPOXY
Coal tar epoxy where required shall be Tnemec Topox or approved
equal.
f
3 09905-2
i
i'
3.00 EXECUTION
3.01 PREPARATION OF METAL SURFACES
II A. GENERAL
I° All surfaces shall be suitably cleaned before applying coatings,
All mill scale, rust, and other foreign matter shall be removed
by sandblasting or pickling as specified below.
B. FIELD PREPARATION OF SURFACES
' f All metal surfaces to receive coal tar epoxy shall be cleaned to
near white metal by sandblasting in accordance with SSPC-SP10,
using 16 to 35 mesh sand, Due precaution shall be taken during
sandblasting operations to prcvQnt gouging and channeling of the
metal caused by excessive localized sandblasting.
All unpainted metal surfaces exposed only to the elements and
direct sunlight shall be thoroughly cleaned of all mill scale,
rust, and other foreign matter by sandblasting to a gray metal
in accordance with SSPC-SP69 "Commercial Blast Cleaning". All
sandblasting shall be done after erection unless otherwise
approved by the Engineer.
Any surface that is sandblasted shall be thoroughly cleaned of
i ~
sand and dust and the surface coated the same day it is sand-
blasted. All sand used in sandblasting operations, rust, paint
and scale accumulating from cleaning operations, and all other
material shall be removed by the Contractor. All sandblasted
surfaces shall be swept clean again after all blasting is
# completed. In the event that sandblasted surfaces are not
i coated immediately after cleaning and rust reforms on sand-
blasted surfaces, such rusty surface shall be re-cleaned by
sandblasting again immediately before coating,
C. SHOP PREPARATION OF SURFACES
All exterior metal surfaces may be shop cleaned by either
pickling or blasting as described below. Heavy deposits of oil,
grease, etc., shall be removed as required before pickling or
blasting. Prime and finish coats shall be as specified and are
the same for either cleaning method.
1. Pickling: All steel shall be pickled in a suitable solution
of hot sulphuric, hydrochloric, or phosphoric acid for the
time required to remove all mill scale, rust, and scale.
The solution shall contain an inhibitor to prevent base
metal attack. After draining momentarily, all steel shall
be thoroughly rinsed with water. Following water rinsing,
the steel shall be immersed in hot dilute phosphoric acid
to further neutralize the surface and to provide a rust
f
1
09905-3
i•
1
I
inhibitive iron phosphate paint base. The primer shall be
applied while the steel is still warm except for the case
of large assemblies where the separate parts must be
pickled before assembling.
i
2. Blasting: All exterior steel surfaces shall be grit blasted
to remove all mill scale, rust or other foreign matter, To
insure proper cleaning, the metal surfaces shall be blasted
to a gray metal finish and the maximum particle size shall
be no larger than that passing a 16 inch screen, The
blasted surface shall be primed immediately after cleaning
and free of dust, oil or moisture at the time of painting.
3.02 PAINTING
F
A. WORKMANSHIP
All paint and finishing materials shall be applied by skilled
workmen and shall be brushed or sprayed in even, thorough coats,
without runs, crazing, sags or other blemishes. All coats,
regardless of the material, shall be thoroughly dry before
applying succeeding coats, Full drying time as recommended by
the manufacturer of the particular paint involved shall be
allowed between coats. Enamel, paint, or shellac shall be
properly sanded between coats. All products shall be applied in
accordance with the manufacturer's recommendations.
B. MISCELLANEOUS METAL SURFACES
All exposed unpainted structural steel, piping (except in valve
vault), valves, machinery, pumps, motors and equipment shall be
given one coat of rust-inhibitive primer and two coats of
machinery enamel as specified in Paragraphs 2.01B and 2.01C.
Items of metal that have received shop coats shall have such
shop coats touched up and be given two field coats of machinery
enamel as specified above.
The piping connected to the new valve in the valve vault shall
be lined and coated with coal tar epoxy as specified in
Paragraph 2.010 and in accordance with AWWA C210.
4,00 PAYMENT
Payment for all painting shall be included in the lump sum price bid
for the Raw Water Pump Installation which shall include all mate-
rials, equipment, labor, construction, and clean-up as covered in
these Contract Documents.
END OF SECTION
r
09905-4
.I
y
I ~
I
1
i
4
' DIVISION 15 - MECHANICAL
I
i
i
i '
i
i
I
{
j r
I
t
y
I ~
i
15050 INSTALLATION OF PREPURCHASED EQUIPMENT
1,00 GENERAL
The Construction Contractor shall furnish all labor, tools, equip-
ment and machinery necessary to receive, inspect, unload, and
install completely, in proper operating condition, the equipment
prepurchased and assigned by the Owner to this Contractor for
installation.
He shall also furnish such Inciuental items not supplied with the
equipment, but which may or may not be required in the Plans and
Specifications for complete installation, such as weldiog, gaskets,
j flange bolts, connecting piping, wiring, conduit, and other
J appurtenances as necessary.
Certain items of equipment due to its size or character will be
disassembled for shipping, and shall be assembled by the
Construction Contractor as it is installed. It is the Contractor's
responsibility to determine the degree of disassembly for equipment
shipment in establishing his costs for installation.
. General details of the equipment are given herein. Complete
Specifications are in Appendix A of these specifications and Shop
Drawings will be made available to the Contractor for use in
i construction.
f The service of the Manufacturer's Representative is required to
assist in installation and start-up of the equipment in accordance
with the terms of the Purchase Order included as Appendix "A".
Contractor shall schedule and request the Representative to be
available when needed, to assist and instruct in the proper
installation and adjustment of the equipment, All work and
adjustments shall be done in accordance with the Manufacturer's
recommendations and instructions of their Representative.
2.00 PRODUCTS
1 2.01 PUMPING UNIT
The vertical turbine Pumping Unit is comprised of a discharge head
with below ground discharge, base plate, pump column, bowl assembly,
column shaft, and motor.
The Construction Contractor shall install the pump base as shown on
the drawing, level and install the pumping unit and motor, make dis-
charge piping connection, and perform all electrical work necessary
J for proper operation of the pumping unit,
i
15050-1
! 2.02 MOTOR CONTROL CENTER
The Construction Contractor shall level and anchor the motor control
center as required. The Construction Contractor shall make all
connections required for a fully operational system as required in
Section 16182, Medium Voltage Control Equipment.
2.03 CHECK VALVE
The Construction Contractor shall bolt the chec ;aloe to the
discharge piping as shown on the plans, modifyin; she Gin>; hanger as
necessary to provide support underneath the valve, The Construction
Contractor shall make all connections required for the proper
operation of the check valve with bottom hydraulic snubber.
2,04 MOTOR OPERATED ECCENTRIC CONTROL VALVE,
The Construction Contractor shall install the eccentric control
valve with motor operator, providing the concrete support for the
valve as required and performing all electrical work necessary for
the valve's proper operation.
END OF SECTION
1
i
r ~
~i
15050-2
i
i
15061 STEEL PIPE AND FITT114GS (Plant Construction)
r 1.00 GENERAL
The Contractor shall furnish and install all steel pipe and fittings,
including taps, connections, and appurtenances, completely as shown
on the Plans and specified herein.
The Contractor shall submit six (6) sets of full and complete shop
drawings on the steel pipe in accordance with Article 6,21 of the
General Conditions. All of the drawings and data shall be complete
and shall include a complete description of the pipe offered, in-
cluding paint schedule and all pertinent engineering data required
for a complete evaluation of the submittal. Submittal data shall be
in such form and so presented that the Engineer may readily review
the data.
2.00 PRODUCTS
I Steel pipe shall be in ac ordance with the following specifications
of the American Water Wogs Association:
Tentative Standard Specifications for Fabricated Electrically Welded
Steel Water Pipe, Designation C201.
Tentative Standard Specifications for Mill-Type Steel Water Pipe,
Designation C202.
Standard Specifications for Coal-Tar Enamel Protective Coatings for
Steel Water Pipe, Designation C203.
Standard Specifications for Field Welding of Steel Water Pipe Joints,
Designation C206.
Lap welded pipe will not be acceptable.
Steel pipe shall be designed for a working pressure of 250 psi with a
miol mum wall thickness of 5/16", Pipe diameters shall be nominal
diameter as listed in Table 5 of the Standard Specifications C202.
Diameters for 14" through 36" shall be actual outside diameters.
3.00 EXECUTION
3.01 INSTALLATION
Steel pipe shall be installed with fl&.iged ends, couplings and welded
connections all as indicated on the Plans or provided in these speci-
fications. All piping shall be thoroughly cleaned to remove dirt,
dust, rust, grease, and other foreign matter prior to installing,
.
e
15061-1
01
Pipe shall be brought to the required line and grade and held
I securely in position while all connections are being made. No dis-
placement of the pipe which would cause undue strain on the joint
will be permitted,
Flanged connections shall be made by means of erection bolts and
drift pins, without undue "forcing", and with no restraint on the
ends of the pipe or fitting which would prevent pressure from being
evenly and uniformly applied on the gasket. The pipe or fitting must
be free to move in any direction while bolting. Bolts shall be i
gradually tightened, each in turn, at a uniform rate around the
entire flange. Flange bolts shall be installed with bolt heads in
one direction.
I
All field welding of steel pipe shall be done in accordance with the
AWWA Specification Designation C206, "Field Welding of Steel Water
Pipe Joints," 1
All piping shall be supported from concrete structures as indicated
on the plans or as required for proper installation.
3.02 SEAMS
1
The maximum number of longitudinal seams shall be as follows: one
seam for 6" through 20" diameter pipe.
3,03 CONNECTIONS
Pipe shall be ronnected by butt welding, flanges or Dresser Style
Couplings. Ends shall be prepared for the particular type of
connection to be used. G
Flanges for pipe shall be in accordance with ANSI Standard for Steel
Pipe Flanges, drilled to ANSI Class 300 (Flat Face), unless otherwise
shown.
Dresser style pipe couplings where shown on the Plans shall be
Dresser Industries, Style 38, or equal, for same pressure rating as
adjoining pipe. Couplings shall comprise a steel middle ring, steel
gland rings, gaskets and bolts. Provide thrust harness as detailed
where shown on the Plans.
3.04 PIPE COATING
The interior surfaces of all new steel pipe and fittings, all
interior surfaces where welding to existing piping, and exterior
surfaces of the piping shortened in the vault for the new valve No. 2
shall be cleaned by sandblasting to a near white metal in accordance
with AWWA C210. After cleaning, the interior surfaces shall be
primed and painted in accordance with AWWA C210, coal tar epoxy,
15061.2
r
l
i
t I
Field or shop welds in pipe or fittings shall be located so that the
interior surface at the connection is accessible for hand patching of
the coating in the shop or in the field,
The exterior of all steel pipe and fittings in the wet-well barrel of
the pump station shall be cleaned and coated with one coat of rust
a ' inhibitive primer and two coats of machinery enamel in accordance
with Section 09905, PLANT PAINTING, unless otherwise specified.
3.05 HYDROSTATIC TESTS
All tests shall be made as directed and in the presence of, and to
the satisfaction of the Engineer. All steel pipe shall be tested at
100 psi for four (4) hours and all leaks properly repaired,
,
END OF SECTION
i I
,
t
1
i
15061-3
~T'^f
• r
1506_ 5 GALVANIZED STEEL PIPE
1.00 GENERAL
The Contractor shall furnish and install all galvanized
and fittings, connections, and appurtenances,completelysaseshowneon I
the Plans and specified herein.
The Contractor shall submit six (6) sets of full and complete shop
drawings on the cast iron pipe in accordance with Article 6.21 of the
General Conditions. All of the drawings and data shall be complete
and shall include a complete description of the pipe offered,
including all pertinent engineering data re uired
' evaluation o q for a mpl
of cs
ete
the submittal. so presented that the Engineer maylredata adily hreview the dataform
2.00 PRODUCTS
Unless otherwise indicated, all pipe to be ASTM A120
for "Hot-Dipped
Galvanized Suttweld Steel Pipe, Standard Weight,"
Fittings shall be ANSI 816C, 150# malleable screwed fittings 1
galvanized to meet requirements of ASTM A153-61. i
150 lb, malleable iron galvanized, brass seat l
Crane #1280. ground joint, aqua] to j
Crane #127R-G Ring and Socket for pipe 3" and larger. Crane #2Cband [
clamps and perforated straps for pipe 2" and less. Supports shall be
Crane #264-0 Adjustable Pipe Supports,
3.00 EXECUTION
3,01 INSTALLATION
Piping shall be supported at intervals of not more than 10 feet
centers and at changes of direction and as required to give proper
support to prevent sagging. Wall brackets shall be used where
required. All runs of piping, together with sizes and outlets, shall
be as indicated on the Plans, A11 pipes shall be cut accurately to
measurements established in the field and shall be worked into place
without springing or forcing. All piping, after cutting and before
threading, shall be reamed to remove burrs,
be made with graphite and oil or an approved gAll soints
raphttewcoundshall
applied to male thread only. Threads shall be full cut,mapnod not more
than three threads on the pipe shall remain exposed. Cauling of
threaded joints to stop or prevent leaks will not be permitted,
Unions shall be provided where required for disconnection. Changes
in pipe sizes shall be made with reducing fittings, The use of long
i
i
I -
I 15065-1
j screws and bushing is prohibited. All piping above ground shall run
a. parallel with the lines of the building unless otherwise distinctly
shown or noted on the Plans.
3.02 TESTING ,
All piping shall be tested under supervision of the Engineer under
the available heads or pressures under which the particular line is
to serve for- a period of one hour and all leaks made good,
i
END OF SECTION
I
f
N
• Vii. '
j
i
i
S
~ i
d
F
i
15065-2
i
i
G
15117 AIR RELEASE VALVES
1.00 GENERAL
1.01 SCOPE
The contractor shall furnish and install air release valves of the
sizes and types shown on the Plans and specified herein comprising
air valve, gate valve and pipe nipple.
1,02 SUBMITTALS
Submit the required shop drawings to the Engineer for approval before
fabrication or shipment to the job site,
All of the the drawings and data shall be complete and shall include
a complete description of the valves offered, including catalogues,
cuts, and all pertinent engineering data required for a complete +i
evaluation of the submittal.
2,00 PRODUCTS
Air Release Valves shall have a cast iron body, bronze or stainless,
l steel trim, and stainless steel float. Float shall be baffled' to
prevent air from blowing valve closed with threaded inlet and outlet, _ i
The air valve for pump discharge shall be an air and vacuum valve
designed for vertical turbine pump service with water diffuser and
throttling device. The valve shall be APCO Series 144 WD or approved '
a equal.
3.00 EXECUTION
Valves shall be carefully handled and installed in such manner as to
prevent damage to any part of the valves.
ti
END OF SECTION
15117-1
ii 15172 PRESSURE GAGES
1 1.00 GENERAL
This specification covers dial pressure gages which indicate
pressure (or vacuum) on a graduated dial by means of a pointer,
utilizing an elastic element (Bourdon tube or coil), and actuating
linkage, as required for measuring pressure or vacuum. In general,
the gages shall conform to Federal Specification GG-G-760 (12/4/75)0
for Class 1, 2 or 3, Style X, Type 1, designed for use with air,
' t steam, oil and water. The contractor shall submit six (6) sets of
full complete data, cuts descriptions, etc, in accordance with
Article 6.21 of GENERAL CONDITIONS. The submittal data shall
indicate the location for each gage to be furnished and the data
shall be in such form so that the Engineer may readily review the
data.
' 2.00 PRODUCTS
4
2.01 STANDARD PRODUCT
The gages,
as a minimum, shall be in accordance with the '
requirements of the basic specification and shall be manufacturer's
standard commercial product. The gages shall be new and shall
embody the design characteristics stated for the respective class,
sire, type, etc. listed herein. In the event tl Plans indicate i
pro:;sure gages not listed herein, the Contractor shall request the ? i
Engineer furnish description for gages not listed which shall be
assumed to have 3 112" dial. The gage cases shall be phenol or ABS
plastic or steel zinc-coated or phosphate treated and finished with
black enamel. Inlet shall be 1/4-inch size. Gages are to be
supported b;, connecting pipe.
Class 1 gages shall be pressure-indicating. Class 2 shall be vacuum
gage designed for vacuum indications. Class 3 gages, Type I, shall
indicate pressure or vacuum. Type 1 gages for use with air, steam,
oil and water are to be furnished under this specification. Style X
' incorporates a single Bourdon tube (or coil) for standard
applications for pressure indications.
2.02 PRESSURE GAGES TO BE FURNISHED
Locations and descriptions of pressure gages to be furnished are
listed below, and are to be furnished and installed regardless of
any omissions of the plans. Gages are to be Type I and Style X.
Pressure
Gage Location Class Size Range
(PSI)
Pump No. 2 Discharge 1
3-1/2" 0-300
1 •
15172-1
L.
3.00 EXECUTION
3.01 INSTALLATION
ff
1 The Contractor shall provide connecting piping to install the
pressure gages. Connection immediately adjacent to pressure gage
shall comprise brass, or bronze, nipples and 1/4-inch tee head,
bronze,gage cock and shall be equipped with Mid-West Model 150
Vari-Damp Pulsation Dampener.
' The pulsation dampener shall be connected to a brass tee fitting;
this tee shall have two 1/4" N.P.T. male ends and one 1/4" N.P.T.
female end. The perpendicular end of the tec shall be male and
' shall be connected to the connecting piping provided on the pump
discharge head; the female end of the tee shall be connected to the
exiassembly; 1/4ndcothe
male dampener, thegage
other pulsation
tee cock,
shall and
connected gage
pper
tubing. The existing copper tubing shall be connected to another
existing gage on the main floor.
s
The pressure gage, gage cock, and pulsation dampener shall be
installed truly vertical in a neat and workman-like manner and
protected until project acceptance by the Owner.
END OF SECTION
I
I I
t
i
C
15172-2
i
f
I•
~ j
I1 1
II ' ~ I
• DIVISION 16 - ELECTRICAL
i
I
i
I
i
i
f
r
1
DIVISION 16 - ELECTRICAL
` 16000 GENERAL ELECTRICAL REQUIREMENTS
` 1.00 GENERAL
1.01 SCOPE
The electrical work shall consist of providing complete and operative
electrical installations as shown on the Plans and provided for in
these Specifications, as well as that necessary to interface with and
operate all plant equipment. The work includes the furnishing of all
labor, materials, and equipment except that specifically stated to be
furnished by the Owner to provide a complete and workable electrical
system. 4
R
1.02 DRAWINGS
The drawings are not intended to and do not show all equipment such
as junction boxes, outlet boxes, conduit fittings, and similar, Even
though such items of equipment may not be specifically mentioned in
these specifications, nor shown on the drawings, nor noted on shop
drawings, if they are necessary to make a complete installation, they
shall be included in the work required under these specifications,
ti 1.03 LOCATION OF EQUIPMENT
a i
The drawings show the approximate location of cabinets, panel boards,
switches, lights, receptacles, and other equipment. The most
suitable location shall be determined by actual measurement during
construction. Final location shall be as proposed by the Contractor
and approved by the Engineer, r
f 1.04 AS - CONSTRUCTED DRAWINGS
The Contractor shall maintain a set of Drawings and Shop Drawings in
"As - Constructed" condition. Changes, modifications, or corrections i
shall be marked as they occur. The location and burial depth of
underground conduits shall be shown by dimension and scale. The
Contractor shall date and sign markings and shall furnish a complete
set to the Engineer upon completion.
1.05 CODES AND STANDARDS
f All electrical material, workmanship and tests shall be in conformity
with the applicable current standard rules, regulations, and
specifications of the following authorities:
3
j A. National Board of Fire Underwriters (NBFU) and National Electric
1 Code (NEC).
j1 16000-1
i
B, National Electrical Manufacturers Association (NEMA),
C. Institute of Electrical and Electronics Engineers (IEEE),
D. Insulated Power Cable Engineers Association (IPCEA),
i
E. American National Standards Institute (ANSI).
F. National Electrical Contractors Association (NECA).
G. Association Edison Illuminating Companies (AEIC).
H. National Bureau of Standards (NBS) (National Electrical Safety
Code)1. Rural Electrification Administration (REA).
1
J. City of Denton, Texas.
r.
All electrical work shall be performed under the direct supervision
of a Plaster Electrician holding a valid license in the State of
Texas,
I
1.06 STORAGE AND CLEANUP j
All equipment stored on the job prior to installation shall be
suitably housed and protected from weather or other damage in full
accordance with the manufacturer's recommendations. All equipment
equipped with space heaters shall have the space heaters energized
and operational as soon as possible following installation. Space
heaters shall be kept in operation to protect equipment from
moisture. All equipment shall have been properly oiled and
lubricated during storage and before any operation and shall be i
t checked by a manufacturer's representative prior to startup. At the
completion of the work, the Contractor shall leave the storage area
in a satisfactory condition.
1.07 SERVICE
The service shall be 240OV, as shown in the plans,
1.08 SUBMITTALS
Unless otherwise specified, the Contractor shall furnish to the
Owner, for his approval, shop drawings showing all equipment he
contemplates incorporating in the work. Samples of materials shall
be submitted for approval when so directed. Equipment, materials,
and articles installed or used without such approval shall be at the
risk of subsequent rejection. The shop drawings shall include
catalogue numbers and complete descriptions. Approval of such
drawings, equipment and specifications shall not relieve the
16000-2
Contractor of the responsibility for the satisfactory performance of
the equipment as furnished and installed.
2,00 PRODUCTS
2.01 MATERIALS
A. GENERAL
s
All material shall be new unless otherwise specified, All
materials of a type for which the Underwriter Laboratories have
established a standard shall be listed by the Underwriter's
Laboratories, Inc., and shall bear their label.
3.00 EXECUTION j
3.01 INSTALLATION
All work shall be performed by competent workmen, skilled in this
type of work. Work shall be neat throughout, and structurally sound.
3.02 TESTING
All circuits shall be rung out and on completion of the work all of
the installations shall be entirely free of grounds and short
circuits.
3.03 GUARANTEE
The Contractor shall guarantee against mechanical defects in any or
all materials and workmanship covered by these specifications and
shall make good, repair and replace, at his own expense, any
defective work, material, or part which may show itself within a
period of one year after final acceptance of the work.
END OF SECTION
:
i
1
16000-3
j
16100 WIRE AND CONDUIT SYSTEM
1.00 GENERAL
1.01 SCOPE j
The work covered by this item of the Specification includes
furnishing all labor and material and performing the necessary
operations to provide a complete wire and conduit system,
2.00 PRODUCTS
2.01 MATERIALS
A. LOW VOLTAGE WIRE (60OV)
All conductors shall be 600 volt thermoplastic insulated single
conductor copper, 75°C, Type THHN/THWN for sizes R8 AWG and
smaller, Type THW for sizes q6 AWG and larger, wet or dry. The
wire shall be water tank tested and approved as machine tool
wire in accordance with the National Machine Tool Builders
I
Association, The wire shall be Collyer Specification No. P-400
for Type THHN/THWN and No. P-142 for Type THW, Anaconda, or
approved equal.
I
B. MEDIUM VOLTAGE WIRE (5,000V)
i
All conductors shall be 5KV, single conductor, tinned coated,
copper stranding, extruded semi-conducting strand shielding,
firmly bonded to the overlying insulation. Insulation shall be I
ethyl enepropyl ene, meeting the requirements of IPCEA S-68-516 i
and tested to AEIC No. 6 latest edition, as it applies.
Shielding over the insulation shall consist of either embedded
r formed drain wires laid parallel to the axis of the conductor in
a flame resisting semi-conductor ,packet, or semi-conducting
tape, coated shielding tape and PVC ,jacket. Cable shall be
Anaconda Unishield, Colllyer Shielded Power Cable No. P-191-5, or
approved equal. 5
C. PLASTIC CONDUIT
All plastic conduit shall be schedule 40, rigid, high impact
polyvinylchloride, conforming to Federal Specification W-C-1094
and Underwriters' Laboratories, Inc., Standard UL-651. Plastic
conduit shall be Certainteed, or approved equal.
i
,
' 16100-1
1.
i
I
D. RIGID STEEL CONDUIT
All rigid steel galvanized conduit shall be hot-dipped
galvanized inside and out and shall conform in all respects to
Federal Specification WW-C-581d, ASA C80.1 and Underwriters'
Laboratories specifications. The conduit shall be protected by
a chromic acid rinse. Conduit shall be Triangle PWC, or
II approved equal,
E. FLEXIBLE CONDUIT
All flexible conduit shall be American Metal Nose with a
neoprene jacket and Appleton Sealtite fittings, or other
approved equal.
3.00 INSTALLATION j
3.01 WIRE z
J• A. GENERAL
All electrical wiring systems shall be color coded in accordance
with the National Electrical Code. In conduits or runs
containing from 'two to seven conductors, no two conductors shall
be of the same color. In conduits or runs containing from eight
to fourteen conductors, the same color shall not appear more
than twice. For runs of more than fourteen conductors, the same
color shall not appear more than three times. Unless necessary
for pulling purposes, conductors shall be continuous from
terminal block to terminal block without splice, Under no
condition shall conductors of a dif :rent color be spliced
oget er. All circuits s a e tagged a terminals.
All wire and cable N8 AWG and larger shall be stranded. The
minimum size conductors permitted is #12 AWG, except as
specifically indicated on the Plans, All wire shall bear the
approval of Underwriters' Laboratories, Inc,
B. LOW VOLTAGE
I ~E
All conductors shall be continuous from outlet to outlet and no
splices shall be made except at outlets. Sufficient wire shall
be left at all outlets to make connections to equipment without
".I straining.
I! All splices and taps shall be made with mechanical type,
compression type or spring connectors, Splices and taps shall
then be reinsulated with Scotch Tape No. 33, half lapped, to a
thickness of 1-112 times the conductor and insulations
thickness.
1 ,
16100-2
i
f
f
i
C. MEDIUM VOLTAGE
Where 5KV shielded cable is used indoors, a stress cone shall be
applied as recommended by the cable manufacturer,
applications, a preformed stress cone with weather-r0esistantr
tape shall be installed as recommended by the cable
manufacturer.
a
D. GROUNDING 1
All conduits, motors, cabinets, outlets, and other equipment ;
shall be properly grounded in accordance with National Electric
Code requirements, The ground wire shall be bare stranded
copper, sized as shown on the Plans. Where ground wire is
exposed to mechanical damage, it shall be installed In thick
wall conduit. Connections shall be made to equipment with 1
solderless connections. Wire connections to the ground
conductor shall be of the fused type equal to the Cadweld
process,
The metal surface under the grounding lug shall be cleaned to
bright metal. Connections to motors shall be to the grounding
stud which shall be threaded into the stationary frame and not
an end bell, and the ground wire shall not be lugged to a
mounting bolt. Equipment not specifically shown connected to a
grounding conductor shall be grounded by means of a conduit
supplying the equipment. Where direct metallic connections
cannot be made, bonding Jumpers shall be used,
i i
Grounding mats shall be constructed and installed as indicated {
on the Plans,
i ~
3,02 CONDUIT
A. GENERAL
All conduit buried in earth or in concrete shall be rigid PVC.
Unless otherwise indicated, all other conduit shall be rigid
steel. At the transition from underground or from concrete, PVC
conduit shall be protected from mechanical damage by extending
rigid steel conduit a maximum of twelve inches and a minimum of
four Inches into earth or concrete at the transition, Conduit
sizes shall be as shown on the Plans, except that in no case
shall a conduit size be less than that required by the National
Electric Code, The minimum size permitted shall be 3/4 inch,
B. UNDERGROUND
All underground conduits shall be buried a minimum of 18 inches
deep and as shown on the Plans, Buried conduit bank shall be
backfilled with material free from large rock, paving material,
or large angular substance which may damage the conduits,
R
( 16100-3
A
r
C, ROUTING AND SUPPORT
Conduits in buildings shall be exposed on unfinished ceilings
and basement areas as shown on the plans. Conduits shall be
rigidly supported to the building structure by means of straps
or clamps, bolted or screwed to the structure. The straps shall
be of the two-hole pipe strap type and clamps shall be of the
one-hole pipe strap type, r
D. TERMINATIONS
i, Double locknut construction shall be used on all conduit
terminating in stamped metal motor terminal, motor starter,
safety switch, outlet, junction or pull box, etc., with approved
type of bushing over end of conduit. Length of conduit threads
r. shall be increased at outlets, junction and pull boxes where i
necessary to accommodate double locknuts and bushings. All
bushings shall be fully seated against end of conduit.
E. BUSHINGS
Bushings shall be composed of an outer threaded metal ring with
an inner insulated compound ring molded into the metal ring, or
shall be of the threaded type, composed entirely of an approved
insulating material,
F. NIPPLES f
i
Conduit nipples shall have two independent sets of threads. i
Running threads shall not be used. Where conditions require
joining two fixed conduits into a continuous run, a conduit
union shall be used.
G. PULL BOXES AND JUNCTION BOXES
"Condulet" type fittings shall not be used on conduits
containing wire N4 AWG or larger. Pull boxes shall be provided
and installed where necessary to facilitate the installation of
cable and wires. The pull boxes shall be N.E.C. size. Junction
" or pull boxes installed in concrete slabs shall be cast iron.
11,11 other boxes and outlets shall be 304 stainless steel or cast
iron with watertight covers. All pull boxes and junction boxes
shall be accessible and not buried.
H. EXPANSION JOINTS
Expansion joints shall be installed in all conduits crossing
concrete expansion ,joints. Provisions shall be made to prevent
shear strain at crossings.
Ifj
16100-4
T
1
I. EMPTY CONDUITS
M' Where empty conduits are shown, they shall be stubbed up 6
inches above the floor and capped.
4
J. MOTOR CONNECTIONS
Connections to motors shall be flexible metal conduit for a
distance not to exceed thirty (30) inches,
END OF SECTION
F 1
s
t
I
f
111
1
' E
i
i +f; I
i
i '
1 i
1
i
1 t
111 Ir
16100-5
1
I
l
16150 ELECTRICAL EgUIPMENT
1.00 GENERAL
1.01 SCOPE ,
The Contractor shall make all electrical connections to equipment
furnished by the Owner and other contracts, and furnish wiring,
conduit, outlet boxes, etc., as required. He shall check the Plans
and Specifications and inform himself as to the amount and type of
such wiring that may be required and include same in his bid.
I 1.02 ENCLOSURES
Unless otherwise indicated, enclosures shall be NEMA I for indoor
installations and NEHA 4X stainless steel for outdoor installations.
I
2.00 PRODUCTS
c
2.01 MATERIALS
CONTROL RELAYS ~
Control relays shall be industrial type, 600 volt, with contacts
rated 10 amps at 120 VAC, General Electric CR 120 Line, Square D ,
Class 8501, or approved equal. #
,
CONTROL STATIONS, SWITCHES AND PUSHBUTTONS
Switches, pushbuttons, and control stations shall be heavy duty, oil
tight, General Electric CR 2940, Square D Class 9001, or approved
equal. Where control stations, switches or pushbuttons are shown to
be installed outdoors they shall be housed in a NEMA 4X enclosure,
v' r
CIRCUIT BREAKERS
f Individual circuit breakers, where shown on the Plans, shall be
General Electric Type TED, or approved equal, in a NEMA I enclosure.
Circuit breakers shall be for operation on 480 volts, 60 Hertz.
INDICATING LIGHTS, SWITCHES AND PUSHBUTTONS
Selector switches, pushbuttons, and indicating lights shall be heavy
duty, oil tight General Electric Series CR2940, Westinghouse, or
approved equal.
PHASE FAILURE RELAY (DEVICE 27)
Phase failure relay shall be a phase failure and high low voltage
motor protector with field adjustable range of trip settings and five
16150-1
f G
""11
second trip delay, Turner Controls Model TC-336, or approved equal,
w for operation on 480 volts, 3-phase, 60 Hertz. Rela,s are to be
installed in existing combination starters as shown on the Plans.
3.00 INSTALLATION
3.01 GENERAL
The Contractor shall make all electrical connectlons to equipment as
specified. Installation shall be made in compliance with
manufacturer's recommendations and the Contract Drawings. If none
f° are available from the manufacturer of the specific equipment or
shown on the Contract Drawings, installation shall be according to
the best electrical industry and trade practice.
3.02 TEST
Upon completion of the installation, the Contractor shall perform j 1
continuity tests and functional checkout to assure proper operation t
of all equipment.
END OF SECTION I
t
i
r
1
16150-2
.__T.
I.
16182 MEDIUM VOLTAGE MOTOR CONTROL
I 1.00 GENFI(AL
I Under separate contract the Owner has issued a purchase order for one
I. (1) raw water pumping unit with motor and electrical switchgear for
control of the raw water pump, The Contractor shall ma,a all
electrical connections to the equipment purchased by the Owner and
shall furnish and install all wiring, conduit, outlet boxes, etc. as
required for same. The Contractor shall check the Plr.is and
Specifications and inform himself as to the amount of such wiring
that may be required ar.d include same in his bid.
2.00 MISCELLANEOUS
I 2.01 INSTALLATION OF CONDUITS UNDER PUMP HOUSE FLOOR
ti
Where noted on the plans, the conduits shall be installed below the
floor. Outside the limits of the existing 18" thick barrel the
Contractor shall be required to tunnel out an area of sufficient size
to work in. The existing floor is self-supporting outside the e limits
,
of the barrel; however, Contractor shall verify this condition in the
field prior to tunneling so as to insure safe working conditions for
workmen making the installation, Contractor shall be required to
provide shoring and supports, if required, to provide safe working
conditions.
It shall be necessary for the Contractor to drill through the
existing 18" concrete barrel. After running conduits through the
openings, Contractor shall seal around conduits with "silicon-seal".
2,02 EXISTING VALVE OPERATOR STARTER MODIFICATIONS
i
Existing valve No. 2 operator starter shall be abandoned. The new
valve operator shall be wired directly to the existing starter No. 2
circuit breaker on the panelboard. Local valve controls, as indi-
cated by the schematic, shall be mounted on the face of the existing
starter. Existing controls shall be removed, Existing wiring and
conduit between panelboard and valve operator, shall be removed; and
new wire and conduit shall be installed, as indicated on the plans.
END OF SECTION
16182-1
i
i
3
i
Y
III - k
Ir`
V(
Q
E
APPENDIX I - OWNER FURNISHED EQUIPMENT
1
i
r a
i`
1
i
I
I
I
i
i
I
1 ,
i
I 3W
CONFOI NIED COPY
CITY OF DENTON , TEXAS
SPECIFICATIONS
I
FOR
r
BID NO. 9354
8 MGD PUMPING UNIT AND
r .
MOTOR CONTROLLER
BID NO. 9355
14" CHECK VALVE AND
14" ECCENTRIC CONTROL VALVE
AT I
DENTON RAW WATER PUMP STATION
- I
OCTOBER 1984
I
FREESF_ AND NICHOL,S, INC.
CONSULTING ENGINEERS
y
1
1
TABLE OF CONTENTS
BIDDING REQUIREMENTS PAGE
INVITATION FOR BIDS
B-1
INSTRUCTIONS TO BIDDERS
iB-1
PROPOSAL
P-1
CONTRACT AGREEMENT I f; 4
PERFORMANCE BOND
3
SPECIAL CONDITIONS
SC-1 General
SC-2 Definition of Terms SC-1
SC-3 Interpretation of Phrases SC-1 I
SC-4 Addenda SC-1
SC-5 Form of Proposal SC-?
I
S SC-2
C-6 Qualification of Bidders
SC-7 Rejection of Bids SC-2
SC-8 Notice of Award SC-3
SC-9 Review and Approval of Proposals SC-3
SC-10 Shop and Installation Drawings SC-3
SC-11 Delivery and Liquidated Damages SC-4
SC-12 Manufacturer's Services SC-5
0 SC-13 Manufacturing Standards SC-5
SC-14 Patented Devices SC-6 i
SC-15 Equipment Warranty SC-6
' SC-16 Acceptance SC-6
SC-17 Responsible Parties SC-6
SC-18 Payment SC-7
SC-19 Operation and Maintenance Manuals SC-7
SC-20 Guaranteed Efficiencies SC-7
SC-8
R
TECHNICAL SPECIrICATION
SECTION 11001- VERTICAL TURBINE PUMPING UNIT (ENCLOSED LINE SHAFT)
1,00 GENERAL REQUIREMENTS
11001-1
1.01 Scope
1.02 Submittals 11001-1
1,03 Factory Inspection and Tests 11001-1
1.04 Assembly 11001-2
1.05 Marking 11001-2
1.06 Pump Performance Requirements 11001-3
1.07 Pump Setting Requirements 11001-3
11001-3
i
1
,
Table of Contents (Continued) PAGE
` 2.00 PRODUCTS 11001-4 t
f i
2.01 Pumps 11001-4
2.02 Motors 11001-7
2.03 Pump Efficiencies 11001-9
3.00 INSTALLATION AND ACCEPTANCE 11001-10
3,01 General 11001-10
3.02 Manufacturer's Representative 11001-10
3.03 Acceptance Tests 11001-10
SECTION 11003 - ECCENTRIC VALVES - MOTOR OPERATED
1.00 GENERAL REQUIREMENTS 11003-1
1,01 Scope 11003-1
' 1.02 Submittals 11003-1 .
1.03 Water Quality 11"3-1
' 2.00 PRODUCTS 11003-1
2.01 General 11003-1 ,
2.02 Valve Body and Plug 11003-2
2.03 Operator 11003-2
2.04 Valve Schedule 11003-2
3.00 INSTALLATION 11003-3
3.01 General 11003-3
f 3.02 Manufacturer's Standards 11003-3
SECTION 15133 - SLANTING DISC CHECK VALVE
t 1.00 GENERAL 15133-1
2,00 PRODUCTS 15133-1
2.01 Design 15133-1
2.02 Valves Required 15133-2 y
3.00 EXECUTION 15133-2
SECTION 16182 - MEDIUM VOLTAGE MOTOR CONTROL EQUIPMENT
1.00 GENERAL 16182-1
1.01 Scope 16182-1
1.02 Standards 16182-1
1.03 Manufacturer 16182-1
1.04 Operating Voltage 16182-1
I
{
lr
Table of Contents (Continued)
page
1.05 Control Power
1,06 Insulation Levels 16182-1
rt' 1,07 Motor Horsepower Rating 16182-1
1,08 Enclosures 16182-1
16182-2 s
2.00 PRODUCTS
16182-2 i
2.01 Materials
2,02 Fabrication 16182-2
2,03 Finish 16182-5 I
2.04 Factory Tests and Assernh'ly 16182-6 !
2.06 Small Wiring 16182-6 !
2.06 Power Entry 16182-6
16182-6
3.00 INSTALLATION
16182-6
3.01 Tests and Operation
3,02 Painting 16182-6
16182-6 j
ATTACHMENTS I J
MOTOR CONTROLLER SCHEMATIC
SHEET 1
VALVE OPERATOR SCHEMATIC
• i
PUMP SETTING SHEET 2
SYSTEM CURVES SHEET 3
SHEET 4
i.
f
i
INVITATION FOR BIDS
Sealed proposals addressed to Mr. John J. Marshall, Purchasing Agent of
the City of Denton, Texas will be received at the office of the Pur-
chasing Agent at the City of Denton Service Center/Warehouse at
901-B Texas Street until 2:00 p.m. November 6, 1984 for furnishing the
following items;
BID NUMBER 9354 - 8 MGD PUMPING UNIT AND MOTOR CONTROLLER
BID NUMBER 9355 - 14" CHECK VALVE AND 14" ECCENTRIC CONTROL VALVE
Copies of plans, specifications, and Contract Documents are on file and
may be examined without charge in the office of the Purchasing Agent,
901•B Texas Street, and the Director of Utilities, Municipal Building,
Denton, Texas. Copies of plans, specifications and Contract Documents
may be procured from Freese and Nichols, Inc., Consulting Engineers, 811 y
Lamar Street, Fort Worth, 'texas 76102, Phone (817) 336-7161, without
deposit, by bona fide bidders.
A cashier's check, certified check or acceptable bidder's bond payable
to the City of Denton, Texas, in an amount not less than five 15%) i
percent of the bid submitted, must accompany each bid as a guarantee
that, if awarded the contract, the Bidder will, within ten (10) days of
award of contract, enter into a contract and execute bonds on the forms
provided in the Contract Documents.
In case of ambiguity or lack of clearness in stating proposal prices,
t the City of Denton, Texas, reserves the right to adopt the most advan-
tageous construction thereof, or to reject any or all bids, and waive
formalities. No bid may be withdrawn within forty-five (45) days after
date on which bids are opened, s
CITY OF DENTON, TEXAS
John J. Marshall, C.P.M.
Purchasing Agent
To be advertised in
Denton Newspaper;
October 9, 1984
October 16, 1984
. p..l
i
?NSTRUCTIONS TO BIDDERS
01 - PREPARATION OF BID 1
Bidders shall use the proposal forms included in the documents.
Proposal forms are to be left attached to documents in same manner
as received by Bidders. Supplemental data to be furnished, as shown
in the Specifications, shall be included in same sealed envelope
with Proposal.
02 - DELIVERY OF PROPOSAL
It shall be the Bidder's responsibility for the delivery of his
proposal at the proper place by the time stated in the Notice to
Bidders. The mere fact that a proposal was dispatched will not be
considered, Each proposal shall be in a sealed envelope plainly
marked with the word 'PROPOSAL" and the name or description of the t
project.
03 - QUALIFICATION OF BIDDERS
Pre-qualification of Bidders is not required; however, at the re-
quest of the Owner, after receipt of bids, each Bidder requested to
do so shall furnish complete information pertaining to his facil-
ities and experience and such other references and evidence deemed 1
necessary to show the Bidder's ability to perform satisfactorily the
work on which he has bid.
No materials or Pquipment shall be offered from any manufacturer who
has not been regularly engaged in the production of materials or
equipment of the size and character herein specified for a period of
ten years or more.
04 - INTERPRETATION AND ADDENDA
If any person contemplating submitting a bid for the proposed work
is in doubt as to the meaning of any part of the Specifications or
Bid Forms, he may submit to the engineer a written request for an
interpretation thereof prior to 48 hours of the time for receiving
bids. The person submitting the request will be responsible for its
prompt delivery. Any interpretation or modification of these docu-
ments will be made only by Addendum duly issued and a copy of such
A
of such ddendum will be mailed or delivered to each person receiving a set
part other
explanations mortinterpretationsi11Sunot be ch Addenda owill b1 become a a any
the Specification!;,
05 - ALTERNATE BIDS AND_OPTIONAL MATERIALS
AND EQUIPMENT
The bidder may submit a Proposal for Alternate Materials or Equip-
ment in addition to his Base Bid, for the Owner's consideration, if
_i
i
[B-1
i
he feels the Alternate may have certain advantages to the Owner in
its intended use. Materials or Equipment differing from that speci-
fied may be submitted, provided the Bidder clearly states such
differences, and provided all essential requirements of the speci-
fications are strictly adhered to. If the Materials or Equipment
offered under this provision is, in the opinion of the engineer or
the Owner, equal to or better than that specified, or satisfies the
requirements of the project, it will, at the engineer's option, be
given consideration. Where a statement of such departure is not
made, it will be understood that equipment or materials in strict
accordance with specifications is being offered.
06 - AWARD OF CONTRAC'
The owner will evaluate the bids and award Contract based upon
Owner's decision for most valuable award. By separate Contract, the
Owner will provide for installation of the equipment. The
Contractor for furnishing the equipment described herein shall fully w
cooperate with the owner and Installation Contractor so as to pro-
vide first class equipment and installation, entirely suited for the
conditions in accordance with the Contract Documents.
The Owner presently plans to award pump station construction Con-
tract, which will include installation of the equipment included
herein, some time in December 1984.
07 - BID ON ALL ITEMS IN EACH CONTRACT
Bidders may submit bids on one or both contracts on items in the
Proposal for which they are qualified. The owner reserves the right
to evaluate all items in the Proposal of each Contract for purchase.
Such evaluation is considered to be for the Owner's benefit.
08 - PUMP STATION SITE
Bidders are expected to be familiar with the pump station in-
stallation and to have a thorough knowledge of all conditions under
which the new equipment will be installed and operated. i
i END OF INSTRUCTIONS TO BIDDERS
i
I I B-2
}
j
PROPOSAL
FOR FURNISHING EQUIPMENT
DATE: Nom, ti, ~QRa _
PROPOSAL OF:_ Layne & Bowler, Inc.
I
TO: John J. Marshall, C.P.M.
Purchasing Agent
Denton, Texas
PROPOSAL FOR FURNISHING: 1 - Vertical Turbine Pumping Unit
1 - Motor Controller
I - Slanting Disc Check Valve
1 - Motor Operated Eccentric Control Valve
The undersigned bidder, pursuant to the foregoing Notice to Bidders, has
carefully examined this Proposal, the Special Conditions of Agreement,
the Technical Specifications, and Drawings and will furnish and deliver r
equipment on which he bids, in complete accorJance with these Documents,
and binds himself upon acceptance of his Proposal, to execute a Contract
to be issued by the Owner, for the following prices to wit:
Item Total
No. B~~S5 Description Amount
1. Furnishing One (1) Vertical Turbine Pumping
Unit, with a rated capacity of 5,500 GPM
at 360 feet total head, and a guaranteed
overall wire-to-water field efficiency of
at 270 feet head, for the total price
0
Sixty Thousand Seven Hundred Forty,Five
r
and _,__-___-0olIars S e0,745.00
` 00/100- -----_J---
2. For additional optional cost for witnessing
the pump test by a representative of the
owner, the total amount of:
Nine Hundred Forty-One and 00/100
Dollars S 941.00
, c
,
,
P-1
Item Total
No. Description Amount
3. Furnishing One (1) Motor Controller as des-
cribed in the Specifications, for the total
amount of
Nine Thousand Sevent -Four and
Dollars $ 9,074.00
Q4AQ4:
TOTAL AMOUNT ITEMS 1 THRU 3( Cl ) S_ 70060.00
BID N9355
Ga
4. Furnish one (1) fourteen inch (14") motor
operated Eccentric Control Valve for
Pump No. 2 discharge for the total amount
of:
Dollars S No Bid _
5. Furnish one (1) fourteen rich (14") slanting
disc check valve for Pump No. 2 discharge for
the total amount of:
Dollars S-qo Bid
TOTAL AMOUNT ITEMS 4 AND 5(BI5~5$
0 The undersigned bidder agrees to start work as soon as possible after
notification of an award and immediately enter into contract to deliver
all equipment covered herein within the number of consecutive calendar
days shown, after notification of the award. It is desired to have
delivery at early date; therefore consideration will be given to delivery
dates which will benefit the Owner and installation Contractor.
Item Description Delivery Date
1 Vertical Turbine Pumping Unit 20 Weeks
II 2 Additional time, if any,
for witness test of pump 2 Wggks
3 Motor Controller 12 Weeks
4 Eccentric Control Valve
5 Slanting Disc Check Valve
Enclosed with this Proposal is a cashier's check, certified check, or
Bond in the amount of
Proposal
j 5% of greatest amount bid i$ )
*Allowable Deduction For Furnishing Rigid Coupling Above Stuffing Box in
Lieu of Flanged Coupling, $630.00 P-2
i
' as proposal security to be collected and retained by the owner as liqui-
dated damages in the event a Contract Award is made by the owner based on
this proposal within forty-five (45) days after receiving bids and the E
undersigned fails to execute the Contract and required bonds within ten
(10) days after being notified and receiving the conformed documents.
Otherwise, the said bid security will be returned to the undersigned upon
demand.
The undersigned acknowledges receipt of the following Addenda.
_ None
Respectfully submitted,
Layne & Bowler, A Marley Co.
By _
George C. Richertl_Vice Pres.-Mktg.
Print lame and Title
1993 Chelsea Ave.._
P, 0. Box 8097
Mem `his1`TN 38108
Aaaress
i
{
i
,
P-3
. ,r
f•
j
DATA AND SUBMITTAL INFORMATION
Submit the following data and information with Proposal for each size unit.
Pum Data
(1) Make and Type Letter of pump
(2) Speed - RPM L&B Inc,-OBI
{{3) Diameter of Impellers A Material 118_ 0
(4) Maximum Diameter Impellers for Bowls 17. 'JO
(5) Size of Bowls T -
(6) number of Bowls
4"`- 4
(7) Impeller Shaft Diameter A Material
(8) Line Shaft Diameter & Material RIM--
h (9) Column Diameter and
Wal
1 SS it
Thickness -1----
' (10) Maximum Horsepower Reg, for Pump 6-0,375
Including Thrust Bearing Loss
642
Motor Data
(11 Make and Type Let',er of Motor
(2) Brake Horsepower )f Motor at 90° Rise by Ste°i~ns'Allis
Embedded Detector I
(3) Locked Rotor KVA 629.0
(4) Motor Efficiency at Full Load Coded
(5) Motor Efficiency at 3/4 Load
(6) Power Factor at Full Load
(7) Power Factor at 3/4 Load 9~~2
(8) Method 0 Insulating and Imuregnating 86
e Motor Coils 84y3
Weights (1) Wright of Pump
(2) W09ht of Motor ii 50 5
(3) Wright of Motor Stand 6',900 lbs.
14) Weight of Complete Unit 1 50O i~Tis;
Motor Control Daia _18_ JMW--E•,
(1) Make and Type of Motor Controller
(2) Outside Dimensions Siemens-Allis 91000 SRS,
(3) Weight _36W'"`x3 xgQ
t Motor 0 erated Vain vela
(1) Valve Manufacturer, Size and Model No Bid
(2) Pressure Class A Body Material _
(3) Motor Operator Manufacturer & Type
(4) Weight of Complete Valve Unit
P-4
Slanting Disc Check Valve
(1) Manufacturer, Size and Model No Did
(2) Pressure Class _
(3) weight
F 1
~ I
i
i
E
I,
•
P-5
.
~I
00
r
i
PROPOSAL
FOR FURNISHING EQUIPMENT ~
DATE: November 6, 1984
i PROPOSAL OF:~ _Nemnan Engineered Equipment, Inc,
TO: John J. Marshall, C.P.M.
I Purchasing Agent
Denton, Texas
PROPOSAL FOR FURNISHING: 1 - Vertical Turbine Pumping Unit ,
1 - Motor Controller
1 - Slanting Disc, Check Valve
1 - Motor Operated Eccentric Control Valve
The undersigned bidder, pursuant to the foregoing Notice to Bidders, has
carefully examined this Proposal, the Special Conditions of Agreement,
the Technical Specifications, and Drawings and will furnish and deliver
R, equipment on which he bids, in complete accordance with these Documents,
and binds himself upon acceptance of his Proposal, to execute a Contract
to be issued by the Owner, for the following prices to wit,
Item Total
No, BID 119354 Description Amount
1. Furnishing One (1) Vertical Turbine Pumping
Unit, with a rated capacity of 5,500 GPM
at 360 feet total head, and a guaranteed
overall wire-to-water field efficiency of
% at 270 feet head, for the total price
O"- JJ
Dollars S NO BID
2. For additional optional cost for witnessing
the pump test by a representative of the
Owner, the total amount of:
Dollars $ NO BID
F
I
YI
P-1
i
Item Total
i No. pescription Amount
3. Furnishing One (1) Motor Controller as des..
cribed in the Specifications, for the total
amount of
Dollars $ NO DID _
TOTAL AMOUNT ITEMS I THRU 3 (BID 119354) _NO BID _ v
DID 09355
4, Furnish one (1) fourteen inch (14") motor
operated Eccentric Control Valve for
` Pump No, 2 discharge for the total amount
f of:
Seven Thousand, Eight Hundred
Twenty Seven Dollars & 00/100 Dollars $ 7,027.00
f S. Furnish one (1) fourteen inch (14'-) slanting
disc check valve for Pump No, 2 discharge for
the total amount of:
.
Seven Thousand, Three Hundred
1 Dollars $ 7,311.00
Eleven Dollars R UO 100
TOTAL AMOUNT ITEMS 4 AND 5 (BID fl9355) $ 15,138.00*
} The undersigned bidder agrees to start work as soon as possible after
notification of an award and immediately enter into contract to deliver
all equipment covered herein within the number of consecutive calendar
days shown, after notification of the award. It is desired to have
delivery at early date; therefore consideration will be given to delivery
dates which will benefit the Owner and installation Contractor.
Item Description Deliver Date
I Vertical 'Turbine Bumping Unit
2 Additional time, if any,
for witness test of pump
3 Motor Controller _
4 Eccentric Control Valve weeks
5 Slanting Disc Check Valve s_
Enclosed with this Proposal is a cashier's check, certified check, or
Proposal Bond in the amount of
5% of greatest amount bid 757.00
* Deduct $500 from total of Items 4 & 5 (Contract 2) if both
items purchased from Nevmian Engineered Equipment, Inc.
P-2
ILI,
1
I
j as proposal security to be collected and retained by the Owner as liqui-
dated damages in the event a Contract Award is made by the Owner based on
this proposal within forty-five (45) days after receiving bids, and the
undersigned fails to execute the Contract and required bonds within ten
(10) days after being notified and receiving the conformed documents.
Otherwise, the said bid security will be returned to the undersigned upon
demand.
The undersigned acknowledges receipt of the following Addenda,
Respectfully submitted, 1
NEWMAN ENGINEERED EQUIPMENT, INC.
By
Joseph Rainier/Vice President i
Pint Name and Tale i
P.O. Box 20616
Dallas, Texas 75220, y
214/357-9258 `Address
I
s.
P-3
fir.,
' "ytl
DATA SHEETS AND SUBMITTAL INFORMATION
Submit the following data and information with proposal for each size unit.
Pump Data
(1) Make and Type Letter of Pump
(2) Speed - RPM
(3) Diameter of Impellers & Material
(4) Maximum Diameter Impellers for Bowls
(5) Size of Bowls T'T
(6) Number of Bowls
(7) Impeller Shaft Diameter & Material
(8) Line Shaft Diameter & Material
(9) Column Diameter and Wall Thickness
(10) Maximum Horsepower Req, for Pump
Including Thrust Bearing Loss
Motor Data
(1) Make and Type Letter of Motor
(2) Brake Horsepower of Motor at 90° Rise by -
Embedded Detector
(3) Locked Rotor ''KVA
(4) Motor Efficiency at Full Load
(5) Motor Efficiency at 3/4 Load "
(6) Power Factor at Full Load
(7) Power Factor at 3/4 Load I
(8) Method of Insulating and Impregnating
Motor Coils
Weights
M (1) Weight of Pump
(2) Weight of Motor
(3) Weight of Motor Stand
4) Weight of Complete Unit
Motor Control Data
(1) Make and Type of Motor Controller
(2) Outside Dimensions
(3) Weight
Motor Operated Valve Data
(1) Valve Manufacturer, Size and Model 1071jrik1401_Cig, 128
(2) Pressure Class & Body Material 250 PSI _
(3) Motor Operator Manufacturer & Type AUFU(-"
_
(4) Weight of Complete Valve Unit fIIgif7u, _
i
,
P-4
r.
l
( 1
Slanting Disc Check Valve '
(1) Manufacturer, Size and Model „~~a
(2) Pressure Class
(3) Weight 1,2Zfl_.lhc
1 i r
1
} J
Y
i
I
r
1! I
J • V
1
f`1
1
i
` r
Y
f _ I
a
i
E
c
i
j
i
i
P-5
ATLAS ENGINEERING, INC.
331 Arapaho Central Park P.O. Box 140 ► Richardson, Texas 75080 • Phone )214) 235.2885
!i
November G, 1984
,
Mr. ;John J. Marshall., P.A.
City of Denton =
901-13 Texas stroet
Den Lon, Texas
1
Re: Denton RaW Water Pump stat.ion
Contract: No. 1.
8 MG0 Pumping Unit and Motor. Controller
Freese and Nichols, Inc., Consultants
Gentlemeni {
Atlas LngineerineJ, Inc., an Agent for Layne and Bowler, Inc.
of Memphis, Tn., presentsherewith Layne's proposal on the pumping
unit requirod for the subject contact.
We have attempted to follow your specifications without exception,
and vie believe we have done so. however, some clarification of
special conditions and specifications should be addressed for. I I it
clarification. i~
0 1. We are anticipating that pump and electrical will be shipped +
direct to the joky site from Lheir respective factories. i
The break-down of Unit Shipment of page P-2 is;
a. Pump 1.6 weeks
I, b. Motor 20 weeks
c. Controller 12 weeks
All shipments date after receipt of approval.
2. Regarding Section SC-15, Fqu.ipment Warranty, we prefer to
amend the second paragraph to sLate thaL• t-he Vendor will
i "repair or replace .
3, Layne accepL•s paragraph SC-16 with the understanding that
I such adjustments that may be made are for mechanical or
installation adjusL•ment and that the certified and/or wit-
nessed shop test is to he the criterion of acceptance for
performance parameters.
4. Regarding paragraph 3,02, page 11.001-10, Layne has provided
for a factory service represenLative for two (2) trips Lo
the job s.{Le, with one (1) dny per trip on the job to check
the contractor's .installation and t:o provide scant-up ad-
justmeni: and operating insLruction. if all is in readiness
when the service representative reports, includinq full
1 power facilities an(] water for pumping, this will he suffi-
I
4112141!2 Fi l:IJ t INt; MANUrACf UR1iI1'3 4P 'A IINICIVAI A"ILI IN ULP! fCA IAt . 111LF r;i At4tj I:L.fJI III I.UL)II M1 N I
1
1
.1
November. 6, 3.999
Mr. John S. Marshall, Y.A.
City of Denton
ion Denton Raw Water Pump SLatcontract No.1
page 2
cient time. Any other time requested for the contractor's
convenience or because utilities were ntraveliland abl will
be charged for at $250.00 per day Plus
expenses. Please note that Layne has not provided an
indefinite number of visits or. days on job for supervision.
5. Regarding paragraph 3.03, page 11001.10, the field test:
shall be for det:ermininq proper mechanical operation only. '
The specified shop tests shall. be the criteria for acceptance ~
of performance parameters, i.e, head, capacity, horsepower, t.
and efficiency.
6. We interpret t•,he specification requirements to guar.anLc°
overall. wire-to-water efficiency at 270 feet total head
and 71700 GPM capacity, and our stated w/w efficiency is
at that condition.
to appreciate the opportunity o quol:e on your requirements,
and we would welcome the further opportunity to discuss our
proposal with you.
Very truly yours,
ATLAS HNc,iMBPRING, '.INC.
Representatives for Layne F. Bowler, Inc.
.
V. G. Ahern'
VGA/rz
Ecnl.
's
SECTION 8200 -
CURVE NO, 12-202A 2115/02
LAYNE S BOWLER, INC. No. Elf. Elf,
MEMPHIS, TENN. 301013 SIsgoI CAAnq• MATERIAL Cbengs 24 G -_..4 1160_ . R,P.M.
I~ NA IMP__-C.1 SINGLE STAGE LAO ''?PORMANCE WITH STANDARD
n9 p IMP.- NI AI =1_. MATERIALS. EFFICIL SHOWN FOR 7 OR MORE
STAGES. HORSE PO. zR SHOWN FOR ONE STAG( EASED
7 BOWL-811Z. ON 2 STA' E EFFICIENCY, CORRECTIONS SHOULD BE
!AWW1,C# / IOWL-N I, R. 0 MADE FOR STAGES AND MATERIAL.
am f Y I NOTE: Deduct Y. paint on efficiency for 0. L. (Jowl.
STAGE STAGES
11 T: IMP, DIA.
j i69 yo A°18,92
8=17.62
I
f4 H8-
i MULTI•STA E C=16.26
67 8$ . -
-f FHF+i-
42& 4 0 72 77 91
84
g
I u~ BB _
X 8A 2 B4
I 8177
_j k
W
O
-40- 60 F C
40
w
Lj LL
30 1
Lu
20
- - - 4i 1
- 10 a
-200
a
o
6
100
60 cc
U
t4, fK
1 I~
0 2000 4000 6000 8000 '10000 1 I ) r
CAPACITY GAM. P` J \ 'l." t i E t.J 1\1 L
CUSTOMEH~(,1 r~ Q Qom, Y'.,~ CUSYOMEA NO. _LIOUID;___
LOCATION!_Z;~6N 7'f?!J}ZA_-_•_ fiF:F 900 N_0^~ (iPM - 77-00
4
J00 NAMf~ HF.P 0110T1: NO__A6P`/22 TUH; Y 270
y~
APpI_ICAT'ION: SA_LESOHOL"R NO: 4 Erf f~ x C "
CONSUIJING 1:NGA.: i PUMP sERIAL NO
OHP:
sP,all. /o
1
SECTION 3100
i WELL PUMP PAGE 8
DATE 611!77
l1 '`~`!`f SUPERSEDES
I AMUn.iemeTr ,~rD•
` STUFFINU BOX ASSEMBLY~j ~j~ ARY
OIL LUBRICATION PRELMN
STYLE 64 FOR QUOTATION J
PURPOSE QNLY
- MAICRIALl~ _
1V 7 PARE HAM(
--~~'SIANOAflO ~ SI'LCIAI
' LOCK SCREW - - STEEL
L
-
IIHSION BOX CASI IRON
O RING wV - BUNA N
\ IOflIHOW - fS SC}L RC IIPI -I_
T lIt{f SHA(I - (,CAS
INORDIRIN O AIf LACIM/NI Mtl15.6pECI IV TAROS D1fCRU I I UN AN() Pump SF A I A L NO
I
= IHSIALLAiIOH ANO OI'(RAIINCr 00ROCIIHIN,
CHAT 1
1. RI MOVE THE LOCK ICNIW AND iN[ ORINO ANb INOP an OU CLEAN TNT. ILN61UN SOX _ 7! lUI1N ID I SIR NIN_ EACH 100 R/ M1lL1lI NO
INClU01HO iHl 0 AINO ORDOY[ AfMOY! ANY NICKS OR AUARE FPIkA INf LMEP AND A
1 - !
LON M "b1INO FA01S A" MALE AMMER AM A IINt fLAI TILE. 14E I EMI, 14A FT &1 IS
l 10 HEiRlt Us iRI IF A105 ID WRIACL Of }Nl 0KI NO. _.-S _
b CLEAN INl 6VAIACfF,, OF INS NEAPp THAT RICIIVI! INf IINSION RO%ANU PEMOVE ANY
f Intl! 1,LeH1 - F _
NICKS OASUFAI PAIN A SINE FLAT SRI.
I. CAPIMLV INSTALL TNt IINSIO4 10X, ALIGN INE MOUNI144 HOL1S WISH INC TAP! 1N
TNt HEADA oSAAT INC /DN to THE NLAO. Ihimil AND EVENLY 110111101 111E MOUNT
10 CA7lC
1. CLEAN INS 1fNlIIW SIAPINO INONWONLV AM) RLMO'/I. ANY NICKS OR tlUPPSf AOM 11o
T1iN0 k'1"I
MOVNSINO I Att ANO Rt011110. WITH A FINE FILE, R1MOVF ANY NICKSOR L4 RUPpl/ROM III1
101Al UNOP1IMIN.''A" j'II
IQHx 1A0t WIIH AyIHAII CORNS VIVO FILL.
SHIAFTLANDR 18 Al,A001K104t HANDI«INTO THE TURING CONTINUE THAIAUINOGUNTIL TNt IRAMV RO/SrSAEM. •07K X11 A I IN" I E I1 N71•f f IS•1!
.
LOWtA SLAMS FACE FIRMLY CONTACTS THE 114SIUN POX FACE TOfAl tl
! 1. FORE 5(}101061 f6EA1NANfLOOO FEES, ITFON'tNN.totlilt NEA1111f LOCKING POSITIIOMPAG[1q
q FILL LU ORICAM EMAIL 111 CHECKNIRAI YOA ALLY ANO REKt IF RFOUIREP TO MAINIAI NNOM 7NAAI1 1019
1 POSING 1111' 1117'y 1 _ .-•1 10 I Nt 1 RISER OF HOWROf CONTINUOUS IX[RAl10~lAfNl IU~CA}0 /1 PI
1117. 1 S II7 ,
AI/RO%IMA F NU N OYS MR /N
111 I
IT CAN Of fOUNU N
"A TN0711N II 1t - IO - .-10 _ Ern I~ IILLiO WNEN It IS oR( GUAR TLR fULt.
.-A 100 00
OS7' vOl7_ EIIARt l _ _ _
'A" • AMOUNT Or Pull Vf FOR EACH GDM/LILT fURR OF THE IINI OEAAISO lilt 101 NUMSU OF HOURl G/ CdF11NV0Ul01lAATION~ ~--'r
F_LOW _ N•V-_I LEMKICAfOR CAPACITY - _
NLI0ISHE it liWl FIO41 VRI FROM PAULN1101 Tilt ALCUh ti~lUAfI0N MA1NUAllrl. iIHURL ADUVI _
If AIILR ADA7STIN0 PHI ithS10NOEAALHO YNCOROPEA NUM4100f/URNI.NO PLOT ALIGNS ORMSIMIN._~1OIO NI_- IOUAT ! KI--NDio
114 011 10 THE NIANCITYA IGNMENT "I7 ONS11IIT VAR($ Hoot THAN ANOE11ARINO TURN CFOR - S - ----•110 ~64
~
10
WARD IO ACHIEVE ALIGNMENT.
'j --i/ toe
1, INSTALL ANOEIONILN 111t LOCK SCREWS. -IS 110
• S6
PILL 1XI TLPORIC TO INS OA gADt MI IFIN L T HE 1 Np IfASCO _ _ - v COHOST
L
fAK`RIMAILIY►AF 10111ANO NAV NOALAI V[LYtI HAVE COl010U0. fItlIH}IfY RAtLM00F - 6 It A.»--6 ~
- It
IYMR1ANI, - IS
S
' Vbpl a - IS
PRIOR IC INIIIAL START UP AND Al Ito ASHUT DOWN Of 1'h HOURS OR LONGER I' M
I CAIOR IHWLOSEADAiflt$FOATHERECOl1M1NOEON ' 10FOR PINU11SNL' LjUt - 0 r'II-_•"M
11N10 IN INAP11 AND ALlOWtO IO O/fNAll At IRIS E. • t PEA 14 - SO
TIt1 O7 0311NGI TO ANT' YAl OPERATION, IN[ IIARICAfOR SHOULD SI ADRM}[0 IN ACWAOer,tf MIN
PBS 270
~I
one ~SECTMNAL_DRAWiNO'
~YM»~~r»'.'re",~*~' CCQSEDGNL~.J~f/'?FT~JCllr~liv
LAYNE i BOWLER, INC, FANGED ~N
MEMPHIS, TN 36100 USA
i I Pr
- air -
rrz~M A4t~ yes~E
y/o s4Y
^,~.-6~ .vie scr
a~awwN
II r
A 4J
~A-
,~06 I
to I~
- X28
t
s ~1O
PRELIMINARY
r'OR QUOTATION
PURPOSE ONLY
j
Gt~r~oNo, E,4C•OG9
I
l
I ~
(kayae SECTIONAL DRAWING SECTION: 4100
Dwo. ko,; 4100 8511-1140
24G & 30G SHORT COUPLED BOWLS DATE; MAY 1, 1981
` MEMPHIS, ONNE38106 ENCLOSED LINE SHAFT SUPERSEDES; SEPT. '80
FLANGED DISCHARGE CONNECTION ,
PRELIll'y'll NARY
FOR QUOTATION
- 31 PURPOSE ONLY ~
32
ITEM PART NAME ~M
N0. 76TV77
OPTIONAL
_ 660 BOWL ASSY.
_ 609 31 IMP. SHAFT COUPLING •STEft D '
I 53 32 IMPELLER SHAFT 410 SS
34 BEARING TOP INT, BAON7E
35 BEARING, INT. BRONZE
1 I I r~~_ $13 INTERMEDIATE C.I, CL30 ~
a ~ 38 IMPELLER BRONZE
38L IMPELLER LOWNP,S.H. BRONZE
619 40 SUCTION BELL C. I. CL30
55 41 BEARING SUCTION BRONZE
' ~ . 858 ~ 42 WAIN ER
u s 84 3 TUBE ADAPTOR L
64 DISCHARGE NOZZLE C. I. L30
618
65 OIL SEALS 2 RUBBER
. I ► 618 67 WEAR RING BRONZE
NIE
621 * 57L WEAR RING LOWN.P.SH, BRONZE
34 58 SAND COLLAR 8RONIE
59 SUCTIONPLUG _ C I W'
609 MAIN BEARING - 8AONIT
629 " 661 613 CAP SCREW OW ICOI SHFF 5 _r
616 rAPSCRtW,UOWI -&Ht.
625 618 ULANING.01SCH NOllL1 RRON/1
38 ❑ 619 QASKET,BOWL7COI - {
Q 620 GASKET,HOWL
_
671 WRING RUBBER
620 826 KEY, IMPELLER Si .L.
r, 67 629 SPLIT THRU 7 RING STN STL _
3$ 3 MACH, SCAEW,STAAINtR TN. L.
B B SETSCREW COLLAR N L.
!IC 8 9 PLUG REUEF FORTS (2) 1 . I,
35 661 AETAINING RING STN STL.
_ 38L
f
858 * FURNISHED ONLY WHEN SPECIFIEOOAWHEN REOUTAEO.
"r OPTIONAL-FIJANISHEQ ONLY WHEN SPECIFIED,
67L NOT FURNISHED FDA FORCEDWATER LUBRICATION.
1 r 68 NOT FUANISHEOWHEN AN OPTIONAL SYNTHETIC SUCTION $FARING
40 MATERIAL IS SPECIFIED,
41 ❑ OPTIONAL-FURNISHED WHEN SPECIFIEO OR WHEN OPERATING
831 PRESSURE IS 160 PSI OR GREATER,
59 D OPTIONAL -FUANISHEO WHEN SPECIFIED OR WHEN REQUIRED
DUE TO BOWL PRESSURE LIMITATIONS,
1S
42 l RFUEF PORTS NORMALLY OPEN, PLUGS FURNISHED ONLY FOR
FORCED WATER LUBRICATION WHEN LUKE PRESSURE EXCEEDS
BOWL OPERATING PRESSURE,
IIINIlr IN U1. A.
I
rr /
~p.Y rym - _ rirar• v Pr N
y!JA lZo„lrli;r!3k4:n-.7
41,
.,c~l~sreea _ k
• T „rrroru>rn~r.r~~.nYrr,r•
lee re~nx.te
40
4e4*
-I
J-'9!8~
Y•J'
r
, I flDl' I
!/!04,
'
r
L -7~
~iAifY.^'srEttrs'.~+, 8511 •BLO_
FOR QUOTA110N
PURPOSE ONLY
tI/tlrthKl. GLSX.Of;_PfNYO „r1(,,,....., NfAn'r~"J,MAj'J~,K ~ p.
Gfs'liM1YA/:
I.fAYfl~' _ _ (WI NI ?rll,•p~.r ~ >
/tvarna
a
wif.++re~w, oS s~vPSr~TL 1 rerr txRQ
,T T
DeZURM QUOTATION
I upIURIK, DIVISION OF GENERAL SIGNAL MFG, OORP„ A UNIT OF
OrxURIK, BARTELL, MINNESOTA 66877 U,S,A. GENE
) TELEX >z8•G606 GENERAL SIGNAL '
CABLE ADOpE BBI DG2URIK
TOI
Mr. John J. Marshall, C.D.M. OATEI November 5, 1984 r
Purchasing Agent
Denton, Texas GUOTE NO,r
4-1154-JLR-1
R6p,
Con tra ct 2 PAOEI 1 O£ l
14" Eccentric Control Valve MAKE ORDER TDI
BID DATE: Nov. 6, 1984 ONZURIK
P. 0, 6, 0/01 Newman Engineered E
Sartell, MN W/FFA to Denton, TX P, 0, Box 20616 9pt'r Inc
TERMS Net 30 Days Dallas, Texas 75220
DELIVERY 13 Yt
18-20 Weeks After Approval
Joseph L. Rainier '
ANY PURCHASE ORDER ISSUED AS A RESULT OF THIS OUOTATION IS SUBJECT TO ALL OF THE MANUFACTURERS
SET FORTH ON THE REVERSE SIDE HEREOF AND FINAL ACCEPTANCE By De2U CONDITIONS I
, I" ~ K AT SARTELL,MINNESO
RI
TA.
We are pleased to offer the following equipment for your consideration on
the above referenced contract.
f
f
(1) 14" DeZurik Figure 128, carbon steel, with 2500 flange drilling,
AS17 (neoprene) plug facing, stainless steel oil impregnated
bushing, fully adjustable Buna (Vae) rucking, welded and
machined nickel seats,
i
I
Operator: Auma Electric Motor Actuator Serios SA50-819,
Nema IV housing, 240/60/3 phase, 4 train limit
transformer compact, Lc,q,R,, & O,S,C•, 2 lights, F
with extended compact~Driminar
e7urikoGl2ulse timer
gearSng, t
Weight; 1,090 lbs. (approximate maximum weight)
TOTAL PRICE: $ 70827.00
i
~ y
1
Cca Cs
osep Ra nier
sh
~O
60r Roger Whittnker/DeZurik
T" _
Newman
Engineered proposal
Equipment Inc,
F-1F, 0: Mr. John J. Marshall, C-P,M. DATE:
Purchasing Agent November 5, 1984
ff Denton, Texas QUOTE No.:
Q-1154-JLR-2 1
PAGE: 1 of 1
Contract 2
.14" Check Valve MAKE ORDER TO:
Schaumburg, IL w/FFA to Denton, TX
TERMS C/O: NEWMAN ENCINEEFRED EQUIPMENT INC.
Net 30 Days *'OP. 0. Box 20616/1)allas, Tex. 76220/214/367.9268
DELIVERY L77320 Ashcroft/Svito 306/Hauston,Too 710F11
1 20 Weeks After Approval BY; 7137B8i/744g
P
Joseph L. RainipY
We are pleased to offer the following equipment for your consideration on
the above referenced project, j
(1) 14" APCO - Series 814.E Slanting Disc Check Valve with bottom
mounted buffer.
Materials of Construction - Reference Dwg, s-8000B I
Cast Iron Body d Disc A.S.T.M. A48C130 rated for c
250 psi working pressure.
Centrifugally Cast Bronze Seat Ring & Disc Ring.
Stainless Steel ASTM A582 Pivot Pins and Bushings, r
Oil Filled Bottom Mounted Buffer.
Weight: 11279 lbs.
c
TOTAL PRICES $ 7,311 0
s
v
oseph ain r uLF~
J ah
enc. ;r
ec1 Tom Tonkin/APCO
r
_ T
i I SLANTING DISC CHECK VALVE
WITH BOTTOM MOUNTED DASHPOT
11 4 f f f f• 1 /
SKI ..I
14 ,3
-
c _5
ou FWW
(n n ,
S } t
K-w a row doavo
t 0 ~ ~ L • ow. a row
CSC? M'a.a Wa J
- ,_1 Lawn d arwa~! I Q ~
w rrw N/wA
F-
69 O N'
JJ L F' H
I 641130 riEM DESCRIPTION IdATERIAI
s" 8" 10 12" 14" 16" 18" 20 24" 30136' 2'48 , KAI.ow-~A.f w, »o Am Ar a ao
_ 241 f fapW # ui1 M9M ilio[$
A 124 30 30 33 32 38 62i591+829~ 85 i 78 87 87 „a, 1+a~f fn I, r n n cuu ~o
15 19# 1 1 -
. 1 jiB
-A12 14 18 18 20 !I 24 30 36 42,48164 80 a
8 8 10 I
Av.
C 131 161 18 21 2b`28 30131 3 38 46 ' 61168 ~87 71 Bi Mp h .r s Afrr'~R~`fF._
d D 171 22 251 28 33 i 36 38 41 I~I 48 67,62j- 6372 1 77 00 fa E,~
mw
1 1b~ 18 17#f199i24i22i 231 ,269j28i 34#'37# 41 57 t 62 64 n
~ -if 4- i -W.I.. mw
mvi L
93
7i ri! 41 41 21 { s#_ t 2b s9 t 3 E 3# 1ti _ n a A~1¢S0 ;
p
p 2 St a#~si~ ai s# b}~7#„ 6 s#,79~3 i.r 7 8, w
H 11 # 11 9 11 9 9 26 27 6 1 2` 2 2 4 -waciro te~~rf~ E
_ 63 f6 _ --hl,"'I""w7ve_.
389 48'
-FT 3 16 19 2t 23} ~;1 3 32'
2~ 12~ 3 31 fweASO' riref~
1 1# t 1~ 1A 1 1,~ JIJ,r ii Mfuvow: _
B 8 12 } 12 12 18, 20 28 32 f 38 44 44 62 ii-
d . • rro,r~OaAS+r'r Ewa:{A
L ~ •-I 1_-3' 2 9# ruafe~oo.ru r~A N
38 a23 a9#
~ 93 719 141 17 183 21#'221 25 8'
1 121 16 171 20 23 264 28,303 38 43' S0 7~85
ie firswK ii
l all 4 wufr„nr
S•i" bA6rI►bf »ouw,r+o w1,e N~ ,~ia,is
2 21 21-2 i 21 21 4 3 31
-11 J wNfA
ti ?1 1i - 1 ._j- cc.+m 'Oft ifi M WMVAmf 9%wa Aa+.,.Aa
12 12 18 18 20 20 24 24 24 28 32 38 40 .r „ VAUVU "TW n 0 A f• wm Wroumn
r
_ I
p L j 1 1 ~ 1 # 1 # it it 11 it ..21 2 # 2j 12 I_ cuaw" ,Inar M WnxAL » AL «rorff: AOTM fnw Au.or f
m t0i 13 18# n9 20# 223 249 27 ~32 391148 629
CERTIFIED BY:
DITE' Y
DATE
VALVE AND PRIMER CORP. DRWdRWOI NNu.
' 44.77 SCHAUMBURG. IUD.
1
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF _DENTON
THIS AGREEMENT, made and entered into this 4th day of December
A.D., 19 841 by and between the City of Denton _
of the County of _ Denton -aid State of Texas, acting through____
Its City Manager thereunto duly authorized so to do,
I Party of the First Part, hereinafter termed the OWNER, and__
Layne & Bowler, Inc, _ Of the City of Memphis County of Shelby
i
and State of _Tennessee i
- , Party of the Second Part, hereinafter k ,
termed CONTRP.„TOR,
r ~
WITNESSETH; That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the party of
r the First Part (OWNER), and under the conditions expressed in the bonds t
bearing even date herewith, the said Party of the Second Part (CONTRACTOR)
hereby agrees with the said Party of the First Part (OWNER) to commence
and complete the construction of certain improvements described as follows,
Furnishina_One Vertical Turhine pum ipLnnc Unit and One Motor Controller
No, 9354` _
dnd all extra work in connection therewith, under the terms as stated in
the General Conditions of the Agreement; and at his (or their) own proper
cost and expense to furnish all the materials, supplies, machinery, equip-
ment, tools, superintendence, labor, insurance, and other accessories and
services necessary to complete the said construction, in accordance with
the conditions and prices stated in the Proposal attached hereto, and in
accordance with all the General Conditions of the Agreement, the Special
Conditions, the Notice to Bidders (Advertisement for Bids), instructions
1
10-15-71
78
1
a
to Bidders, and the Performance and Payment Bonds, all attached hereto, /
and
and in accordance with the plans, which includes all maps, plats, blue-
prints, and other drawings and printed or written explanatory matter
thereof, and the Specifications therefor, as prepared by FREESE AND
h NICHOLS, INC., herein entitled the ENGINEER, each of which "as been Identi-
fied by the CONTRACTOR and the ENGINEER, all of which are made a part J
hereof and collectively evidence and constitute the entire contract,
The CONTRACTOR hereby agrees to commence work on or after the
date established for the start of work as set forth in a written notice
to commence work and to substantially complete all work within the time
l stated in the Proposal, subject to such extensions of time as are pro-
vided by the General and Special Conditions,
The OWNER agrees to pay the CONTRACTOR in current funds the
price or prices shown in the Proposal, which forms a part of this Con-
tract, such payments to be subject to the General and Special Conditions
of the Contract,
IN WITNESS WHEREOF, the parties to these presents have executed
this Agreement in the year and day first above written, 4
ATTEST;
r
City of Denton
15ai y o t e Fr art, IAN
r By
G. Chris Hartung '
r
City Manager
(SEAL)
ATTEST:
Layne & Bowler, Inc,
Party o he Secon art, CONTR CTOR
By -7-t7e
(SEAL)
2
10/22/73
''7B
{
,i
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF =T~^__ 1
KNOW ALL MEN BY THESE PRESENTS. That Layne & Bowler, Inc. _
of the City of Mem~is
County of `Shelby and State of Tennessee
as PRINCIPAL, and Seaboard Surety Company i {
as SURETY,
authorized under the laws of the State of Texas to act as surety on bonds
for principals, are held and firmly bound unto the _ City of Den on
as OWNER, in the penal sum of Seventy i
Thousand, Seven Hundred & Sixty_ Dollars ($70.760.00 JI
for the payment whereof, the said Principal and Surety bind themselves and
their heirs, administrators, executors, successors and assigns, jointly
and severally, by these presents; '
WHEREAS, the Principal has entered into a certain written contract
with the OWNER, dated the 4th day of December 1984._, for the-seq--
0 ttftet4"-&f furnishing of
i
One Vertical Turbine Pumpin Unit and One Motor Controller-
Bid No. 9354
which contract is hereby referred to and made a part hereof as fully and to {
the same extent as if copied at length herein.
NOW, THEREFORE, the condition of this obligation is such, that if €
the said Principal shall faithfully perform said Contract and shall in all
respects duly and faithfully observe and perform all and singular the cove-
nants, conditions and agreements in and by said contract agreed and cove-
nanted by the Principal to be observed and performed, and according to the
true intent and meaning of said Contract and the Plans and Specifications
hereto annexed, then this obligation shall be void; otherwise to remain
in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as amended
3
10-i5-71
178
f
by acts of the 56th legislature, Regular Session, 1959, 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 -VeAUr County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or
to the work performed thereunder, or the plans, specifications, or drawings
accompanying the same, shall in anywise affect its obligation on this bond,
and it does hereby waive notice of any such change, extension of time, alter-
ation or addition to the terms of the contract, or to the work to be per-
formed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 4th dsy of _Decembe___r-~~; 19
84
1
i
r nc a Inc, _ ~,Seabo v Comoany
p uresy
~ i
By By_
Title Title
Address Address
i
(SEAL) (SEAL)
i
` The name and address of the Resident Agent of Surety is,
NOTE: Date of Bond must not be prior to date of Contract
E I
4 f
. !B 10-15-71
y
I
I
CONTRACT AGREEMENT
STATE OF TEXAS ti
COUNTY OF nan+nn I
ti
THIS AGREEMENT, made and entered into this gt.h day of r
A.D., 1985 , by and between _ tha City of UP ton
0gntnn and State of Texas, acting through
~
of the County of its
r.ity MAnager thereunto duly authorized so to do, ,
Party of the First Part, hereinafter termed the OWNER, and
Newman Engineered Equipment. Inc.
of the City of Da11as County of Y Dallas
and State of _ Texas , Party of the Second Part, hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the Party of
the First Part (OWNER), and under the condit,al's expressed in the bonds
bearing even date herewith, the ,aid Party o:' ',ne Second Part (CONTRACTOR) j'
hereby agrees with the said Party of the first Part (OWNER) to commence
and complete the construction of certain improvements described as follows:
Furnish 14" Slanting Disc Check Valve
and 1411 Motor Operated Eccentric Control Valve-- T
Bid No. 9355 _
and all extra work in connection therewith, under the terms as stated in
the General Conditions of the Agreement; and at his (or their) own proper
cost and expense to furnish all the materials, supplies, machinery, equip-
ment, tools, superintendence, labor, insurance, and other accessories and
sarvices necessary to complete the said construction, in accordance with
the conditions and prices stated in the Proposal attached hereto, and in
accordance with all the General Conditions of the Agreement, the Special
Conditions, the Notice to Bidders (Advertisement for Bids), Instructions
,
1
i
l 10-15-71
h ''78
i
I
i ~
to Bidders, and the Performance and Payment Bonds, all attached hereto,
` and in accordance with the plans, which includes all maps, plats, blue-
prints, and other drawings and printed or written explanatory matter
thereof, and the Specifications therefor, as prepared by FREESE AND
NICHOLS, INC., herein entitled the ENGINEER, each of which has been identi-
fied by the CONTRACTOR and the ENGINEER, all of which are made a part
hereof and collectively evidence and constitute the entire contract.
The CONTRACTOR hereby agrees to commence work on or after tht
date established for the start of work as set forth in a written notice
to commence work and to substantially complete all work within the time
stated in the Proposal, subject to such extensions of time as are pro-
vided 'by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the -
price or prices shown in the Proposal, which forms a part of this Con-
tract, such payments to be subject to the General and Special Conditions
of the Contract,
IN WITNESS WHEREOF, the parties to these presents have executed
this Agreement in the year and day first above written. 1
I
ATTEST:
City of Denton
artP y of tYe First Part, NE
By
G. Chris Hartung
City Manager
(SEAL)
ATTEST:
_ Nevmiann.,E_ngineered Equipment, Inc.
Party of the Second Part, CONTRACTOR
(SEAL)
2
10/22/73
,7D
4
12
R
PERFORMANCE BOND
STATE OF TEXAS
_
COUNTY OF Denton
KNOW ALL MEN BY THESE PRESENTS: That Newman Engineered
I
Ecru meet, Inc. of the City of Dallas
i
County of Dallas and State of Texas
as PRINCIPAL, and j
as SURETY,
authorized under the laws of the State of Texas to act as o rEelty on bonds
for principals, are held and firmly bound unto the City enton
as OWNER, in the penal sum of Fourteen
~~Lr Dollars (b~r3,~~a_nn_ ~ J
for the payment whereof, the said Principal and Surety bind themselves and •1
their heirs, administrators, executors, successors and assigns, jointly
and severally, by these presents;
WHEREAS, the Principal has entered into a certain written contract
with the OWNER, dated the 8th day of January , 19-x5 for "s so n--
_0 _1
i~
Furnishing One 14" Check Valve and One 14" Eccentric _
~
Control Valve--Bid No. 9355
which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW, THEREFORE,, the condition of this obligation is such, that if 3
the said Principal shall faithfully perform said Contract and shall in all
respects duly and faithfully observe and perform all and singular the cove-
rants, conditions and agreements in and by said contract agreed and cove-
nanted by the principal to be observed and performed, and according to the
shall n be the Plans and
true nIntent and then meaning this of obsaid ligation Contract
s
void: otherwise c to i remain
hereto annexed
in full force and effect,
PROVIDED, HOWEVER, that this bond is executed'pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as amended
3
a
1 10 15-71
~ ^'78
T
i
1959, and all liabilities
by acts of the 56th Legislature, Regular Session,
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 it any legal action be filed upon this
bond, venue shall lie in Denton County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or
to the work performed thereunder, or the plans, specifications, or drawings
accompanying the same, shall in anywise affect its obligation on this bond,
workototbeeperlter-
offtheyc csuch ontract, orchange, toextension
the terms notice
ationtoroaddition hereby to waive
formed thereunder,
IN WITNESS WHEREOF, the said Principal and Surety have signed and
` sealed this instrument this _eth day of January
New~aU sneered Eguipment,Inc. _
r ne pa ure y
By_ Dy _ -
Ti tl Title
e_
Address Address -
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
NOTE; Date of Bond mus4 not be prior to date of Contract. ty
s
i
a
10-15-71
78
f
i
SPECIAL CONDITIONS
SC-1_ 6ENE4iAL
A. The work to be inery,i~iequipment, superintendenceiandolabor and
materials, mllhworknecessary, for furnishing and delivering
all
performing
the equipment specified.
r
8. It is the intention of the Owner to evaluate and select the
equipment from the bids received and award a Contract or
contracts for furnishing such equipment. The equipment will be
assigned to a Construction Contractor for installation.
Payment will be made by the Owner in accordance with Item ,
SC-18 herein.
SC-2 DEFINITION OF-TERMS
A. City. Whenever the word "City" is used in the Specifications
and Contract Documents, it shall be understood as referring to
the City of Denton, Texas.
i B. Owner, Whenever the word "Owner" is used in the Specifica-
tions and the Contract Documents, it shall be understood as
referring to the City of Denton, Texas.
' C, Engineer. Whenever the word "Engineer" i used In the Speci-
fications and Contract Documents, It shall be V referring Street es Fort and
Texas c 76102r,s Engineer Engineers,
Worth, Nichols,
811
Owner, or such other engineer, Supervisor, Inspector as may I
be authorized by said owner to act in any particular
tions.
D, Vendor, Whenever the word "Vendor" or "Equipment Manu-
facturer" is used in the specifications and contract docu-
ments, it shall be understood as referring to the successful
equipment supplier for this project, his legal representative
or his agent, signing this Proposal and the Contract.
E. General Contractor, Whenever the word "General Contractor" is
used in the specifications and contract documents, it shall be
understood as referring to the Construction Contractor who
will install the equipment specified herein at the City of
Denton Water Treatment Plant.
SC-3 INTERPRETATTOM OF PHRASES
A. Whenever the words "Directed", "Required", "Permitted",
In Necessary
"riesignated",
specifications, it 11 shall words
import are "Considered
of li
i
j
SC-1
A
understood that they are intended as a prerogative of the
Engineer; and similarly, the words "Approval", "Acceptable",
"Satisfactory", or words of like import, shall mean approval,
etc., by the Owner.
B. Wherever in these specifications for the work the terms or
descriptions of various qualities relative to finish, work-
manship, and/or other qualities of similar kind cannot, be-
cause of their nature, be specifically and briefly described
in general terms, the Engineer shall be the final Judge as to
whether or not the workmanship as described is being performed
in accordance with the intent of the plans and specifications
therefor, and the work shall be completed in accordance with
his interpretation of the meaning of such words, terms or
clauses.
SC-4 ADDENDA
The Owner reserves the right to issue additions to these specifications
prior to accepting bids for the equipment. Such addenda shall be made a
part of these specifications.
To properly qualify his proposal, each bidder shall acknowledge receipt
of such on the outer envelope containing his bid proposal and in the
space provided in the Proposal.
SC-5 FORM OF PROPOSAL
Forms of Proposal, Special Conditions, and Technical Specifications may
x be obtained at the office of Freese and Nichols, Inc., Consulting Engi-
neers, 811 Lamar Street, Fort Worth, Texas 76102, without charge, by bona
fide bidders.
Bidders shall bid all items in one or both of the contracts. It is the 3
intent of the Owner to award a purchase order for the best combination of
bids submitted, based on Owner's decision, The bidder shall write "N/A"
(not applicable) for the bid price on the contract items on which he does
not wish to bid.
The bid price as stated in the proposal shall be a lump sum price for
fabricating and furnishing the equipment and materials, f.o.b job site,
including all applicable taxes, and all costs for each of the items as
hereinafter specified. The bid prices shall be written in ink, both in
words and in figures. In case of discrepancy between the price written
in words and the price written in figures, the price written in words
shall govern,
Prospective bidders shall make a careful examination of the specifi-
cations and shall become fully informed of the overall requirements.
i1
SC-2
i
1 1
SC-6 QUALIFICATION OF BIDDERS
A. After the bids have been opened and tabulated, the owner
reserves the right to require the low and/or best bidder to
( furnish a "bidder's Statement of Manufacturing Experience,
Equipment and Financial Condition" as a condition precedent to
issue of a purchase order. The Owner may make such investi-
gations as may be considered necessary with respect to the
responsibility of the bidder to whom it appears the purchase
order will be issued.
B. The pump manufacturer shall have not less than ten (10) years
experience in the United States in the design and manufacture
of pumping units of similar design, and comparable in size,
head and capacity of the type specified to be furnished.
C. The manufacturer of other equipment shall have not less than
ten (10) years of experience in the design and construction of y
equipment of the type specified to be furnished.
SC-7 REJECTION OF BIDS
The Owner reserves the right to reject any bid if the evidence submitted
by the bidder, or if the Owner's investigations of such bidder, fails to
satisfy the Owner as to his qualifications to carry out the obligations
of the purchase order and complete the work contemplated therein in a
skilled, workmanlike manner.
Proposals will be considered irregular and may be rejected, if they show
alteration in form, additions not called for, conditions or unauthorized
alternates, or irregularities of any kind. The Owner reserves the right
to reject any or all bids and to waive any informalities.
SC-8 NOTICE OF AWARD
The Owner will notify the successful bidder, by awarding a Contract,
within forty-five (45) days after the date of receiving bids.
SC-9 REVIEW AND APPROVAL OF PROPOSALS
After proposals from equipment vendors are opened, the Owner reserves the
right, in selecting the equipment to give full weight to type, construc-
tion, weight, function, serviceability, efficiency, and other character-
istics that may in the opinion of the Engineer be material factors in the
choice of the equipment best suited to serve the Owner's interests.
Each equipment vendor submitting a proposal shall furnish, as a part of
his bid, full specifications and dimensioned drawings covering the equia-
ment offered, together with performance curve, where applicable, all as
herein later described, and such data relating to the equipment selected
by the Owner shall become a part of these specifications as it applies to
the separate contract for installing the equipment.
l
SC-3
t
r
I ,
I
The Owner reserves tha right to evaluate the bids utilizing a theoretical
operating schedule in conjunction with the pump and motor efficiencies
stated in the Bidder's proposals in order to determine the best sub-
mittal. This evaluation may also extend the full expected operating life
of the unit and may include the cost of power which will be consumed
during the unit's lifetime. The equipment vendor is hereby served notice
that the first cost of his unit may or may not be the deciding factor in
the selection of the pumping unit,
The evaluation shall be made by the Engineer. The information for the
evaluation of each proposal shall be obtained from the Proposal and the
information required as a part of the Proposal, and the data sheet which
is contained in the Proposal, Each bidder shall present complete data on
his equipment at the time proposals are submitted and additional i
information from manufacturers will not be accepted after opening of
bids; however, where additional information on equipment and costs is
required by the Engineer in the process of evaluating the proposals, an
equal opportunity will be presented to all bidders, by letter, to submit
the same information,
SC-10 _ SHOP AND INSTALLATION DRAWINGS
The Vendor whose equipment is selected by the Owner shall within 5
j days, submit for review by the Engineer complete shop (fabrication) and
erection drawings for the equipment and materials to be furnished. The
Vendor shall proceed with shop drawings and manufacture of equipment
after notification of being selected,
The procedure for submission of working drawings for approval shall be as
follows;
A. The Vendor shall submit six (6) prints of drawings; one (1) to
j the Owner and five (5) to the Engineer for his approval, The
I submission of drawings shall be accompanied by a letter of
transmittal. The vendor shall be responsible for maintaining i
one (1) set of approved drawings to be furnished to the
General Contractor,
B. When a drawing is satisfactory to the Engineer or only re-
quiring minor corrections, three (3) prints will be returned
to him stamped or marked "Approved" or "approved as Cor-
rected", dated, and the copies thereof will be returned to the
j Vendor by letter.
C. Should a drawing be unsatisfactory to the Engineer, he will
stamp thereon "Not Approved-Resubmit" and will return one or
mori copies thereof to the Vendor with the necessary cor-
rections and changes indicated, The Vendor shall correct or
change the drawings as required by the Engineer and again
E SC-4
1
l submit at least six (6) prints of the drawings for approval.
3 The Vendor shall revise and resubmit the working drawings as
required by the Engineer until approval thereof is obtained.
D. Approval by the Engineer indicates general compliance or
acceptability; however, it does not relieve the Equipment
Manufacturer of final responsibility for proper dimensions,
character, quantity, quality, strength or sufficiency of the
items involved, Waivers or exceptions to the plans and speci-
fications may be validated only in writing by the Owner which
specifically identifies the feature and no such waiver or
exception shall be allowed as a result of omissions or over-
sights in examining and approving the above drawings or other
material. `
SC-11 DELIVERY OF EQUIPMENT AND LIQUIDATED DAMAGES
The Owner will consider time of completion as a factor in selecting the
equipment and construction of the on-site facilities will be planned
accordingly. Delays in completion of delivery is expected to interf
with the overall project ere res
pro g s and
delay
the completion,
The Supplier shall not be held liable for delays caused by-
a. the preference, priority or allocation order duly issued b,v Owner.
b. To unforeseen causes beyond the control and without the fault
or negligence of the Vendor, including but not restricted to,
acts of God, or of the public enemy, acts of the Owner, fires,
floods, epidemics, quarantine restrictions, strikes and
freight embargoes.
The Owner reserves the right to deduct for each day beyond proposed
delivery time an amount equal to 0.10 percent of contract amount The
Owner reserves the right to deduct that amount for each day up to 50 days
for delays in complete delivery of equipment after approved delivery
time. For delivery time in excess of 50 calendar days after proposed
delivery time, the Owner reserves the right to delay final payment for
the final ten (10%) percent to six months after actual delivery date,
regardless of installation and acceptance date. These amounts for
liquidated damages are set forth to help offset the costs and additional
work caused by late deliveries of equipment. Time of completion is to be
considered in making awards and construction schedules for other parts of
the project will be planned to agree with the completion times proposed
by the Vendor,
The Engineer's option regarding claims for delays shall be binding.
SC-12 MANUFACTURER'S SERVICE
SC-5
h
The Vendor shall prepare detailed instructions for proper handling and
installation of the equipment and shall submit at least two copies to the
installation Contractor and four copies to the Owner. In event of any
questions by the Contractor or Owner, the Vendor shall immediately submit
written clarification to both the Contractor and the owner. The Vendor
shall, also, furnish the services of a competent factory representative
to assist in the installation and startup of the items furnished under
the Proposal.
` The Vendor shall furnish to the Engineer four copies of detailed written
instructions for the proper care, maintenance and operation of the equip-
ment. The furnishing of the instructions for installation, care, main-
tenance and operation shall be considered as an integral part of the
specifications, as further detailed in Section SC-19, Manuals.
SC-13 MANUFACTURING STANDARDS
All equipment and materials to be furnished under these specifications
shall conform to the applicable provisions of the following standards of
design, materials, and testing where appropriate. Such reference is made
for expediency and the specifications referred to herein are hereby made 4
a part of these specifications,
A. National Electric Manufacturers Association (NEMA) I
Q. American National Standards Institute J
C. American Society for Testing and Materials ~i
D. American Welding Society
E. American Iron and Steel Institute
f F. American Water Works Association
Other specific references are contained in the Technical Specifications. + +
SC-14 PATENTED DEVICES +
If bidders hereunder are required or desire to use any design, device,
material or process covored by letters, patent, or copyright, they shall
provide for such use by suitable legal agreement with the patentee or
owner and the prices bid hereunder shall, without exception, include any
and all royalties or costs arising from such use, The bidder shall
indemnify and save the owner harmless from any and all claims for in-
fringement by reason of the use of any such patented design, device,
material or process, or any trademark or copyright used in connection
with any equipment to be furnished hereundor.
SC-15 EQUIPMENT WARRANTY
The Vendor shall guarantee that the equipment and materials furnished t
hereunder will be of the kind and quality specified in his proposal, free
from defects in workmanship and materials, and that the equipment furn-
ished will perform in accordance with the parameters set forth in the
Technical Specifications.
SC-6
If failure of components occurs or defects in workmanship or materials
are found during the twelve (12) months following final acceptance of the
equipment, the Vendor shall replace the defective components with new
components at no charge to the Owner for parts, shipping, labor, or
installation.
SC-16 ACCEPTANCE
The Owner reserves the right to operate the equipment, after instal-
; 't lation, for a period of thirty (30) days before final acceptance. During
such period, the equipment Vendor, or his representative, shall make such
adjustments as may be deemed necessary to improve the operating per-
formance of the unit,
SC-17 RESPONSIBLE PARTIES
The Owner will award Contract to the Vendor for the equipment being
furnished in accordance with his accepted Proposal, and will be
responsible for payment in accordance with Item SC-18, Payment.
The General Contractor will have the responsibility of receiving,
inspecting, handling, protecting and installing the equipment, in accor-
dance with Vendor's instructions.
The Vendor shall cooperate with the Owner in scheduling delivery of
equipment and dates that the manufacturer's representatives should be
• available to assist in installation, adjusting, and start-up of the
equipment, making any corrections necessary to the equipment.
SC-18_ PAYMENT
After the date of delivery of all of the specified equipment and mate-
rials, complete, to the job site in good condition, the Owner will make
payment directly to Vendor for the delivered equipment, equal to ninety
percent (90%) of the proposal amount therefor, less any late delivery
charges, due to late delivery of the equipment. Payment of the remaining
ten percent (10`h) of the Contract amount will be due and payable after
final acceptance of the project or within 6 months after delivery of the
equipment, whichever comes first.
SC-19 OPERATION AND MAINTENANCE MANUALS
Prior to installation and operation of the equipment the Vendor shall
furnish to the Engineer four (4) copies of Manuals giving Installation
and Operation Instructions, Maintenance Procedures, Parts List and other
pertinent information. Parts list to include bearing size and des1g-
nation for pump and motor.
Manuals shall be prepared by the Equipment Manufacturer and shall also
incorporate appropriate final certified shop arawings, pe lormance
curves, and test data as required by the specifI d tIons, o,anuals may be
manufacturer's standard instructions, but shall ~o supplemented as neces-
sary to cover any special feature not included in standard material.
SC-7
i
j
Manuals shall be bound in plastic ring or loose leaf binders, preferably i
limited to 8-1/2 by 11 inch page size, with large drawings folded to such l
dimension inserted in an envelope attached to the back of the binder.
SC-20 GUARANTEED EFFICIENCIES j
A statement of the guaranteed over-all efficiency for the pumping unit
with electric motor drive at the specified rated head and capacity shall
be submitted with the Proposal. if the pumping unit does not meet the
guaranteed efficiency after factory testing, it may be rejected, or at
the Owner's option, may be accepted at a lower price based on efficiency
evaluation determined by the Engineer.
END OF SPECIAL. CONDITIONS
I
k
,
i
i
i
r
j
rs
}
I
j
SC-8
r ;
,
f~
e '
SECTION 11001 - VERTICAL TURBINE PUMPING UNIT (ENCLOSED LINE SHAFT)
1.00 GENERAL REQUIREMENTS
1.01 SCOPE
f The equipment to be furnished comprises one (1) vertical turbine
!1 pumping unit consisting of a pump bowl assembly, enclosed line
shaft, column, discharge head, vertical hollow shaft motor, and all
other appurtenances specified or required for proper installation
and operation of the pump furnished,
1,02 SUBMITTALS
N
A. SHOP DRAWINGS
Successful bidder shall submit six (6) sets of full and com-
plete shop and installation drawings to the Engineer for
approval in accordance with Section SC-10.
B. Operation and Maintenance Manuals shall be provided prior to
installation and operation in accordance with Section SC-19.
C. BID SUBMITTALS
1. General; The Bidder shall furnish a complete description
of all equipment offered under these specifications,
including catalogs, cuts and pertinent engineering data.
Where the Bidders product differs from the specified
requirements and/or catalog description, each point of
difference shall be clearly stated. The requirment is
set forth to facilitate the review of bids and not to be
construed by the Bidder as waiving any of the require-
ments of the specifications.
j 2. Characteristic Curve; Characteristic curve for the pumps
offered shall be submitted with the bid. Curve shall
show the capacity, head, efficiency, required NPSH, and f
brake horsepower throughout the range of the pump.
Characteristic curve for the pump shall have the capacity
plotted as abscissa and the operating head, brake horse-
power, efficiency and required NPSH plotted as ordinates, f
Curve shall cover the full range of operation from shut-
off to maximum capacity,
3. Data Sheet; The Data Sheet included with the Proposal
shows the information required with the bid for each
different unit of equipment.
i
l11001-1
l
i
1.05 MARKING
Pump and motor shall each have a standard manufacturer's nameplate
securely affixed with tapping screws in a conspicuous place,
showing the ratings, serial number, model number, manufacturer,
rotation, settings, and other pertinent nameplate data.
1.06 PUMP PERFORMANCE REQUIREMENTS
Liquid to be pumped will be lake water from Lake Lewisville which
in general has temperatures ranging from 6.5°C to 31°C, pH ranging
from 6,7 to 8,4, and calcium carbonate hardness ranging from 120 to j
150 mg/L. i 4
Pump shall be designed to operate satisfactorily throughout the
total range of heads, from shut off to lowest head indicated.
It is desired that the pump have its best efficiency at the design
optimum head, and this efficiency as well as the efficiency at
other operating conditior° will be considered in evaluating the
pump.
Pump will be started and stopped with a closed control valve on the
pump discharge, and pump bowls, column, and pump discharge shall be
1 designed for no less than this shutoff pressure.
The attached system curves show the pumping heads under various
pumping conditions, and the tabulation below shows the rated
conditions and limits of operation.
r
Description New Pump No. 2
Rated Capacity 5500 GPM
Rated Head 360 Ft.
Maximum Head 360 Ft.
Minimum Head 160 Ft.
Optimum Head 270 Ft.
Maximum Speed 1200 RPM
Available Submergence
at Suction Bell
(Min, Hd.) 4 Ft.
1.07 PUMP SETTING REQUIREMENTS
A drawing showing pump setting details is included as a part of
these specifications,
The pump will have below floor discharge with plain end discharge
for Dresser Type coupling and lugs for thrust harness bolts.
i
I
11001-3
r-.r
1
SECTION 11001 - VERTICAL TURBINE PUMPING UNIT (ENCLOSED LINE SHAFT)
1.00 GENERAL REQUIREMENTS
1.01 SCOPE
The equipment to be furnished comprises o;,e (1) vertical turbine
pumping unit consisting of a pump bowl assembly, enclosed line
shaft, column, discharge head, vertical hollow shaft motor, and all
other appurtenances specified or required for proper installation
and operation of the pump furnished.
" 1.02 SUBMITTALS
A. SHOP DRAWTNGS t
Successful bidder shall submit six (6) sets of full and com-
plete shop and installation drawings to the Engineer for 4
approval in accordance with Section SC-10.
B. Operation and Maintenance Manuals shall be provided prior to
installation and operation in accordance with Section SC-19.
C. BID SUBMITTALS
1. General: The Bidder shall furnish a complete description
of all equipment offered under these specifications,
including catalogs, cuts and pertinent engineering data,
Where the Bidder's product differs frc-a the specified
requirements and/or catalog description, each point of
difference shall be clearly stated. The requirment is
set forth to facilitate the review of bids and not to be
construed by the Bidder as waiving any of the require-
ments of the specifications.
I 2. Characteristic Curve: Characteristic curve t,r the pumps
I offered shall be submitted kIrith the bid, Curve shall
show the capacity, head, efficiency, required NPSH, and
I brake horsepower throughout the range of the pump.
Characteristic curve for the pump shall have the capacity
plotted as abscissa and the operating head, brake horse-
power, efficiency and requ;red NPSH plotted as ordinates.
Curve shall cover the full range of operation from shut-
off to maximum capacity.
3. Data Sheet: The Data Sheet included with the Proposal
` shows the information required with the bid for each
different unit of equipment,
j
1 ~
11001-1
k•
I
1.03 FACTORY INSPECTION AND TESTS
A. PUMP
Equipment furnished under these specifications will be subject
to inspection during manufacture by a representative of the
Owner who shall be afforded proper facilities for determining
compliance with the specifications.
Pump shall be shop tested and certified copies test data
and test curve shall be furnished to the Engineer. The eff-
iciency, head capacity, and horsepower requirements shall be F
determined for not less than five points throughout the speci- i
fied head range front shut-off to maximum capacity. Test j
procedures, interpretation and conversion of data, shall
conform to the latest requirements of the Test Code of the y
Hydraulic Institute. At the option of the Owner, tests shall
be witnessed by the Owner or a representative of the Owner. ~
j Following completion of shop tests, the Vendor shall furnish I
to the Engineer for review and approval four (4) certified
copies of all test data and test curve for the pump, The 4
Engineer will promptly review test data and, upon determi-
nation that the pump meets contract requirements, authori-
zation will be given for shipment. Shipment shall not be j
made without written approval of test data by the Engineer, j
i •i
B. MOTOR
Motor shall be subjected to standard commercial tests and four
(4) certified copies of test data, together with a certified
statement of the motor's guaranteed efficiencies, power
factor, torque ratings, current ratings, service factor and
locked rotor KVA shall be furnished to the Engineer.
The Engineer will promptly review test data and, upon deter- `
mining that the motor meets contract requirements, will indi- f
Cate his approval, authorizing shipment. Shipment shall not
be made without written approval of test data by the Engineer.
1.04 ASSEMBLY
It is anticipated that pumps and motors may be shipped from se-
parate points for assembly at the project site. Pumps shall be
disassembled for shipment to the Owner, but the Contractor shall
certify that at a factory, prior to shipment, the units have been
completely assembled, except for motor, each part to each adjoining
part. The pump manufacturer shall be responsible for coordination
with motor manufacturer to insure that no undue difficulty in
i assembly will be occasioned when units are received at the project
site.
.
j
l
11001-2
r
1.05 MARKING
Pump and motor shall each have a standard manufacturer's nameplate
securely affixed with tapping screws in a conspicuous place,
showing the ratings, serial number, model number, manufacturer,
rotation, settings, and other pertinent nameplate data.
1.06 PUMP PERFORMANCE REQUIREMENTS
" Liquid to be pumped will be lake water from Lake Lewisville which
in general has temperatures ranging from 6.5°C to 31°C, pH ranging
from 6.7 to 8.4, and calcium carbonate hardness ranging from 120 to
150 mg/L.
Pump shall be designed to operate satisfactorily throughout the
total range of heads, from shut off to lowest head indicated.
It is desired that the pump have its best efficiency at the design
optimum head, and this efficiency as well as the efficiency at
other operating conditions will be considered in evaluating the
pump.
Pump will be started and stopped with a closed control valve on the
pump discharge, and pump bowls, column, and pump discharge shall be
designed for no less than this shutoff pressure. t
The attached system curves show the pumping heads under various
pumping conditions, and the tabulation below shows the rated
conditions and limits of operation.
Description New Pump No, 2
Rated Capacity 5500 GPM
Rated Head 360 Ft.
Maximum Head 360 Ft.
Minimum Head 160 Ft.
Optimum Head 270 Ft.
Maximum Speed 1200 RPM
Available Submergence
at SGCtion Bell
(Min. Hd.) 4 Ft.
1.07 PUMP SETTING REQUIREMENTS
E A drawing shoving pump setting details is included as a part of
f( i these specifications.
j the pump will have below floor discharge with plain end discharge
for Dresser Type coupling and lugs for thrust harness bolts.
11001-3
I 1
a
Pump setting elevations are tabulated below;
Desc►iption Pum No. 1 /
P
Elev. Bottom of Pump Base 541.08
Elev. Operating Floor 541.0
Elev. C.L. of Discharge 535.5
Elev. Bottom Suct. Bell 478 ,
Elev. Sump Floor 473.0
R Elev. Normal Water Level 510.0
Elev. Max. Water Level 530.0
r Elev. Min. Water Level 482.0
Pump Discharge 1411
Floor Opening 30" Sq.
2.00 PRODUCTS i
P 2.01 PUMPS a
A. GENERAL
The pump shall be a single or multi-stage vertical turbine
pump with enclosed impellers for wet pit installation,
{
The pump shall be designed and manufactured in accordance
with the applicable requirements of AWWA E101, Vertical
Turbine Line Shaft Pumps, latest revision. The pump will
have an oil-lubricated line shaft.
B. PUMP BOWLS
Castings shall be of cast iron, ASTM A-48, Class 35, or other I
approved material and shall be free of blow holes, sand holes t
or other detrimental defects. The bowls, column and dis-
charge shall be capable of withstanding a hydrostatic pres-
sure equal to 200% of the pressure at the high head operating
i condition or 150% of the pressure at shutoff head, whichever
is greater. To the lower pump bowl there shall be provided a
suitable suction bell. Assemble bowls with non-corrosive
stainless steel bolts and anti-seize compound.
A stainless steel basket-type screen and vortex suppressor
shall be. furnished and attached to the bottom of the suction
bell. Screen shall have 2-inch minimum screen openings.
C. IMPELLERS
The impellers shall be of the enclosed type of cast bronze,
dynamically and statically balanced. They shall be fastened
to the shafts with stainless steel keys, tapered bushings, nr
other approved means, so that they will be held securely for
either normal pumping or reverse rotation.
11001-4
D. WEARING RINGS
Each impeller eye and case shall be provided with renewable
bronze wearing rings at the running joint between the im-
peller and the case. The rings shall be so designed that
they are not dependent on excessively close bottom setting
clearances to prevent leakage.
' J E. PUMP SHAFT ~
i
a Pump shaft shall be of ASTM A-276, Type 410 stainless steel
and shall have bronze bearings above and below each impeller.
r The minimum size of the shafts shall be determined by means
of formulas given in AWWA Specification E1O1 for Vertical ,
Turbine Pumps.
F. LINE SHAFT
The line shaft shall be of ASTM A-2761 Type 410 stainless
steel and of the size that will conform to stipulated
requirements for pump shafts in AWWA Specification E101.
Shafts shall be furnished in interchangeable sections having
S" I a nominal length not greater than 5 feet. The line shaft
' shalt be coupled with stainless steel couplings which shall
be adequately designed with a safety factor of 1-1/2 times
the shaft safety factor and shall be coupled using anti-seize
compound.
G. LINE SHAFT BEARINGS
o ,
" The line shaft bearings, which shall also act as connecting
couplings for the sections of oil tubing, shall be spaced not
more than five (5) feet apart. The line shaft bearings and
top shaft bearings shall be bronze. The bearings must
contain one or more oil grooves or a separate bypass hole
k that will readily allow the oil to flow through and lubricate
' the bearings below.
r ( H. SHAFT.-ENCLOSING TUBE i
The shaft-enclosing tube shall be made of Schedule 80 steel
pipe in interchangeable section not more than five (5) feet
in length. The ends of the enclosing tube shall be square
with the axis and shall butt to ensure accurate alignment.
The enclosing tube shall be stabilized in the column pipe by
stabilizers.
1. DISCHARGE COLUMN PIPE
The column pipe shall be such that the friction will not
exceed 5 feet per 100 feet of column based on the rated
11001-5
i
capacity of the pump and not less than .375 inch thick. The
pipe shall be furnished in interchangeable sections having a
nominal length not to exceed 5 feet and shall be joined with
j flanged connections. Flanges shall be mach flanged connec-
tions, Flanges shall be machined for register fit to assure
accurate alignment and shall be connected with stainless
steel bolts and nuts, using anti-seize compound.
J. PUMP DISCHARGE
Discharge for the pump shall be horizontal, below the floor,
with plain end steel pipe for Dresser type coupling with lugs
for thrust harness. It shall have a 1/4 inch heavy threaded
' coupling for pressure gauge connection.
K. MOTOR STAND AND PUMP BASE PLATE `
.1
<'.t 1
Motor stand shall be of fabricated steel of size to support i
the motor above. Within the motor stand there shall be pro-
vided a rigid flange coupling for connection of the pump
shaft to the motor shaft. Windows with guard screens shall
1 be provided in the motor stand to permit ready access to
II coupling,
The motor stand shall be supported by a pump base plate, i
which may be an integral part of the stand or a separate base
to which the stand is bolted and the top of the pump column
i shall be bolted to this base. The pump base plate shall be
j suitable for bolting to a concrete floor and shall be 42"
square with four (4) 1-1/8" anchor bolt holes, one at each
corner, on 38" centers to match the existing anchor bolts.
j On the motor stand, a proper lubrication system shall be j
installed to provide lubrication to the shaft and bearings.
It shall consist of a solenoid operated, sight-feed, adjust-
able drip lubricator and a four (4) quart (minimum) oil
reservoir, constructed as an integral part of the motor stand
or as a separate auxiliary unit. Provide a bypass valve for
manual pre-lubrication, s i
The solenoid valve shall be normally open when not energized
and shall close the flow of lubricating oil when energized in
order to allow continued lubrication of the shaft and
6 bearings if the solenoid fails. The solenoid shall operate
on 240 volts, 60 hertz, single phase power, I
it A tube tension nut shall be installed in the motor stand to
allow tension to be placed on the shaft enclosing tube.
Provision must be made for sealing the shaft off the thread
at the tension nut.
- l
11001-6
L. SHOP PAINTING
Inside of column and discharge head, outside of bowls, oil
tube and column shall be coated with Coal Tar Epoxy, AWWA
` C210, or similar approved coating to give a minimum total dry
I film thickness of fifteen (15) mils. Other exposed surfaces
shall be cleaned, primed, and painted with two coats of manu-
facturers standard machinery enamel. Furnish extra touch-up
paint for installation Contractor's use.
2.02 MOTORS
t
~a A. GENERAL
rjF Electric motor for driving pumping units shall be vertical,
x+'L air cooled, hollow shaft, squirrel cage induction type with
non-reverse ratchets, and shall be designed for full voltage
starting. Approved motors are General Electric, Reliance,
Siemens-Allis, Louis-Allis, and U. S. Motors.
f ,
Motor shall be of the premium efficiency type. Horsepower
iameplate rating of motor, at the 1.0 service factor, shall
= be equal to or greater than the total horsepower requirement
of the pump when operating at any headbetween shutoff and
{ minimum heads, including power requirements for bowl
assembly, column and line shaft bearing loss, and motor
thrust bearing loss from pump thrust. Motor shall have a
• service factor of 1.15. Motor shall be designed in
accordance with applicable provisions of the latest NEMA
Standard Publication for Motors and Generators, MG 1 with
subsequent revisions thereto, all subject to modifications
I and additions as herein set forth. I
4 j The motor nameplate shall indicate the rotation direction
consistent with the pump requirement and the phase rotation
of the power leads.
The locked rotor torque and breakdown torque shall not be
' less than shown in NEMA MGI-12.37 and 12.38 for centrifugal
pumps.
l
The locked rotor KVA/HP shall not exceed NEMA Code Letter F, t
5.6 KVA/HP.
Rotor shall be balanced to within an amplitude peak to peak
in accordance with the requirement of NEMA MG-1
Motor terminal voltage shall be rated 2300 volts, 3 ph., 60
hx.
11001-7
1'
1
i ,
8. ENCLOSURE
Motor enclosure shall be Weather Protected NEMA Type I for
outdoor installation in accordance with NEMA MG 1. Exterior
r f shall be factory painted with best quality gray machinery
enamel, or other approved coating.
II C. INSULATION
M. Motor windings shall be full Class F insulated. The motor
stator windings shall be insulated with epoxy-impregnated
materials. The entire completed stator assembly shall be
vacuum-pressure impregnated with a non-hygroscopic resin
{ material. The windings shall comply with the latest
1, and end winding coils
applicable provisions of NEMA W
shall be braced to limit displacement to no more than 5.0
mils under any condition of starting or running. Motor shall
operate continuously at rated voltage and frequency at 40°C i
ambient temperature, with a temperature rise of not to exceed
90°C measured by embedded detector when operating at full f
,
load or 105°C at the service factor of 1.15. I
0. BEARINGS
Motor bearings shall be designed for the maximum loads im-
posed by the pump and motor, and shall be selected for a
5-year minimum life, and a 25-year average life, in accor-
dance with A.F,B.M.A. life and thrust values. Bearings shall J
not require external water source to cool oil. Provide a E ,(1
steady bushing at the lower end of the motor's hollow shaft.
All bearings shall be oil lubricated.
c I
E. CONDUIT BOX
Conduit boxes shall be larger than minimum and auequate size
r to accommodate stress cones to make up cable terminations for
5000 volt shielded cable, #3/0 AWG.
111 F. ACCESSORIES TERMINAL BOX
k Motors shall have both space heaters & RTD's and shall have
accessory leads terminated in a separate box on barrier type
terminals. All leads shall be suitable marked and
identified.
G. GROUNDING MEANS
Provide a threaded hole on the motor frame for termination of
a ground cable. (The hole diameter shall be 1/4" for all
motors below 100 hp, 3/8" for all motors from 100 to 500 hp,
and 112" for all motors above 500 hp). The grounding means
shall be located on the same side of the motor as the motor
power lead conduit box.
3 11001-8 '
i
1
H. APPURTENANCES
1. Bearing Temperature Monitors: Motor shall be equipped
with two (2) Honeywell T-654 Indicating Temperature
Controllers for bearing temperature indication and relay
control in motor starter.
r
2. Space Heaters: Motor shall be equipped with space
r heaters for operation on 240 volt, 60 hertz, single phase
A• power.
3. Temperature Detectors: Motor shall have six (6) 10-ohm
'i. RTO s, spaced evenly around the stator windings with two
embedded in each phase.
2.03 PUMP EFFICIENCIES
A. GUARANTEED EFFICIENCY s`
;i The pump manufacturer with his proposal, shall make a state-
I
ment of the guaranteed overall wire-to-water efficiency for
each pumping unit optimum.
B. EFFICIENCY EVALUATION
In comparing the bids the Owner will take into consideration
the guaranteed wire to water efficiency of the pump. The
value of one (1%) in efficiency for the purpose of evaluating
i
bids shall be based on:
Power Rate $0,08 per KWH E
Interest Rate 10.0%
{I Life of Pumping Unit 15 years w j
f 1 Percent of Operation 20%
C. FAILURE TO MEET EFFICIENCI GUARANTEE
In the event the result of the specified tests show that the
actual efficiency of any pump is less than that guaranteed,
the unit may be accepted at a reduced price at the option of t
M the owner. The reduction in price shall be computed on the
basis of the evaluation of efficiency set forth above for
comparing bids.
No premium will be paid for exceeding the guaranteed pump
efficiency.
i
i 1 if
11001-9
f
,
i
3.00 INSTALLATION AND ACCEPTANCE
3.01 GENERAL
Installation of equipment will be performed by a Construction
Contractor, who will be required to assemble the equipment where
required and install it in accordance with Installation, Operation ,
and Maintenance instructions which shall be furnished by the Vendor
or Manufacturer.
3.02 MANUFACTURER'S REPRESENTATIVE
The equipment manufacturer shall furnish the services of a compe-
tent service engineer or technical representative, (not "salesmen")
who shall have had experience in the installation and operation of
the equipment which is being furnished under this contract. This
service is for the purpose of insuring proper installation and
adjustment of the equipment; instructing operating personnel, as
requested in proper operation, maintenance and care of the
equipment; for making check tests of equipment and making
recommendations for obtaining the most efficient use thereof,
The service representative shall be at the site at any time the
Construction Contractor is assembling, setting, aligning, con-
necting or adjusting the pump and motor assembly, and shall direct
such work and certify that it has been properly installed.
3.03 ACCEPTANCE TESTS
Upon completion of installation of equipment, an acceptance test to
r ! verify the satisfactory installation and operation of the unit
shall be conducted by the manufacturer's representative. The test
s shall be conducted in a manner approved by and in the presence of
the Engineer and Owner. Unit shall be checked for excessive noise,
alignment, vibration, general operation, etc, The unit must per-
form in a manner acceptable to the Engineer before final acceptance j
will be made by the Owner.
The pumping unit shall be operated throughout its full range of
operating heads, recording pump discharge pressure and flow, motor
voltage and current, and motor bearing temperatures. Service
representative shall certify that the equipment is adequately ;
designed and operates satisfactorily.
END OF SECTION
•i
I 11001-10
II
14 1
(
SECTION 11003 - ECCENTRIC VALVES - MOTOR OPERATED
1.00 GENERAL REQUIREMENTS
1.01 SCOPE
The equipment to be furnished comprises one (1) eccentric valve
with motor operator, to be controlled from a remote location.
Valve will be used for pump control in starting and stopping.
1.02 SUBMITTALS
t: A. SHOP DRAWINGS
Submit six (6) sets of full and complete shop and instal- 1
lation drawings to the Engineer for approval in accordance
with Section SC-10.
B. Operation and Maintenance Manuals shall be provided prior to k 1
installation and operation in accordance with Section SC-19.
C. BID SUBMITTALS
1. General: The Bidder shall furnish a complete description
of all equipment offered under these specifications,
inlcuding catalogs, cuts and pertinent engineering data.
Whore the Bidder s product differs from the specified
requirements and/or catalog description, each point of
difference shall be clearly stated, The requirement is
set forth to facilitate the review of bids and not to be
4 construed by the Bidder as waiving any of the require-
ments of the specifications.
2. Data: Submit data giving overall critical dimensions and
weights of equipment.
1.03 WATER QUALITY
E
These valves will be used as pump control valves to control water I
pumped from the Raw Water Pump Station on Lake Lewisville. The
lake water generally has temperatures ranging from 6.5°C to 31°C9
pH ranging from 6.7 to 8.4, and calcium carbonate hardness ranging
from 120 to 150 mg/L. Materials which are in contact with the
water shall be compatible with these conditions,
2,00 PRODUCTS
2.01 GENERAL
Eccentric valves shall be of the non-lubricated quarter-turn type
with resilient faced plugs or seats and shall be furnished with j
flanged end connections. Flanges shall be Class 250 and shall 1
11003-1
I
T _ T
conform to ANSI standard for cast-iron flanges. Valves shall have
f a minimum nominal port area of 80% of the pipe. All exposed nuts, -
bolts, springs, washers, etc. shall be Type 316 Stainless Steel.
Valves shall be DeZurik Series 100, Homestead Ballcentric or
I
approved equal.
2.02 VALVE BODY AND PLUG
Valve body and plug shall be cast iron or cast steel and body shall
have flanged ends with ANSI Class 250 drilling.
Bearings shall be corrosion resistant stainless steel and seats
shall be corrosion resistant welded-in nickel, ground to assure
drip-tight shutoff.
t
2.03 OPERATOR
Electric operator shall De Aura, Raymond Control, Limitorque or
approved equal, with the appropriate appurtenances including motor,
reversing controller, limit switches, torque switches, gearing,
control switches, indicator lights and handwheel for manual oper-
ation.
Motor shall be rated for continuous duty for 240 volts, 3 phase, 60
hertz service. Reversing controller shall be integral with unit a
' and shall have. a 240/120 volt control transformer. All shall be
weather proof for outdoor installation, Limit switches shall be
ungrounded.
l Controller shall have intogral local controls comprising a
LOCAL-REMOTE selector switch, OPEN-CLOSE push buttons and valve
position indicator lights. Remote controls shall require
maintained contacts for continued valve motor running. The con-
troller shall have phase-failure, phase-reversal protection.
Valve motor shall move the valve disc from full OPEN to CLOSED in
approximately 60 seconds. Operator shall be equipped with a
Digispeed DS-10 as manu actured by Raymond Control Systems, or ;
approved equal cycle timer, and shall be field adjustable to obtain
the desired time by pulsing the run and stop time of the valve
motor.
`l In addition to the limit switches shown on the schematic, the valve
".j shall be provided with two spare limit switches, one to close at
full open and one to close at full closed valve.
i
i ~
j 11003-2
i
1
2,04 VALVE SCHEDULE
Max. Diff, Max.
'
Valve Location
Desig. Size Press._ Flaw i
250ps1 8,400 GPM Valve Vault at i
No. 2 14" Sta. 0+05 outside
the Pump Station
! 3.00 INSTALLATION
3,01 GENERAL
Installation of equipment will be performed by a Construction
contractor, who will be required to install and adjust the equip-
t ment in accordance with installation, Operation and Maintenance
i instructions which shall be furnished by the Vendor or Manu-
facturer.
The Supplying Contractor will be required to work with the Con-
struction
manufacturer'~s scheduling representative delivery should be available the
t.
I`
3.02 MANUFACTURER'S REPRESENTATIVE
The services of the manufacturer's representative shall be provided
for whatever time period is required to assure proper installation
adjustment, and "start- up" of the equipment.
i
f ~
r END OF SECTION
}
11003-3
i.i
.
l
15133 SLANTING DISC CHECK VALVE
1.00 GENERAL
The Contractor shall furnish the check valve as specified herein.
The check valve shall be a slanting disc check valve with a bottom
hydraulic snubber for controlled closing of the valve,
'i
Six (b) sets of full and complete shop drawings shall be submitted
in accordance with Section SC-10. All of the drawings and data
shall be complete and shall include a complete description of the
valves offered, including catalogues, cuts, and all pertinent
engineering data required for a complete evaluaton of the
submittal. Submittal data shall be in such form and so presented
I' that the Engineer may readily review the data.
The valve manufacturer shall submit with the shop drawings a list
of ten (10) similar installations which have been in satisfactory
operation for at least one (1) year. Shop drawings not containing "
this required information will not be accepted. v
Four sets of Operation and Maintenance Manuals shall be submitted
to the Owner prior to final acceptance of the equipment in accor-
dance with Section SC-19, OPERATION AND MAINTENANCE MANUALS.
2.00 PRODUCTS
2,01 DESIGN
The valve shall be a slanting disc check valve. The body shall be
two (2) piece construction of ASTM A48 cast iron, bolted together
through the center section in P manner to capture the seat on a
55° angle, The seat ring and disc ring shall be ASTM 8584,
centrifugally cast bronze, and must be hand replaceable in the
F field, The area throughout the valve body shall be equal to or
greater than the full pipe area. The valve shall have sufficient 4 1!
clearaiice around the pivot pins to permit free seating. Pivot
pin; shall be constructed of ASTM A582 Stainless Steel and
f Bushings of ASTM A2f9 Stainless Steel.
For free opening and control closing, the valve must have a bottom
hydraulic snubber. The hydraulic snubber shall be designed to
contact the disc during the last 10% of closure and control the
final closlog of the valve to prevent water hammer. The rate of
closure shall be externally adjustable and variablq. The line
media to the dashpot must be sepa-ated by a combination pressure
sensing device/oil-water separator to proter,t the dashpot cylindNr
k' against corrosive build-up from the media.
The check valve shall be APCO Series 800-0 Slanting Disc Check
Valve as manufactured by the Valve and Primer Corporation, or
approved equal,
i
15133-1
r .
,
I
i
1
2.02 VALVES REQUIRED
r
The required valves and certain pertinent information is given
below.
Number
Req'd Service Size Pressure_
.ts. 1 On Discharge Piping 14" 250 Psi
of Pump No. 2
3,00 EXECUTION
The equipment manufacturer shall
competent manufacturer's representative eforewhatever speof a
riod of f
time is required to insure proper installation and operation of
the equipment, a minimum of two (2) days of eight hours duration, N
Upon completion of installation of the check valve, an acceptance
test will be conducted to verify the satisfactory operation of the
valves. The valves must perform in a manner acceptable to the
Engineer before final acceptance will be made by the Owner.
- s
END OF SECTION
I
I
j ~
i
i
f ~ E
I
f
t
r I
i
15133-2
LM
T
,
16182 MEDIUM VOLTAGE MOTOR GUNTROL EQUIPMENT
1.00 GENERAL
1.01 SCOPE
The equipment to be furnished under this specification s'iall
consist of the furnishing of the equipment as described herein and
shown on the attached drawings. All primary parts of the equip-
ment, including the contactors, instrument transformer, busses,
connections, and insulators shall be coordinated to withstand
mechanical stress and to have sufficient thermal capacity for use
on the proposed system without artificial cooling.
1.02 STANDARDS
The equipment shall comply with the latest rules and regulations
of the Institute of Electrical and Electronic Engineers and the
National Electrical Manufacturer's Association Standards, E-2
Class.
1.03 MANUFACTURER
be manufactured by GENERAL ELECTRIC or
The equipment shall
approved equal. It shall be similar and equal to the G.E.
j Limitamp equipment.
1 1.04 OPERATING VOLTAGE
!
The equipment shall be designed and arranged for operation on 2400
vo t, 3 phase, 60 Hertz.
1.05 CONTROL POWER
i
Control power shall be 240 VAC from control transformers located
in each cubicle.
!
1.06 INSULATION LEVELS
{ The assembled equipment shall be designed for the following
insulation levels:
f A. Standard Insulation Tests, 60 Hertz, 19 KV.
P
B. Standard Full Wave Impulse (withstand) Tests 60 KV.
1.07 MOTOR CONTROL HORSEPOWER RATING
Horsepowers as indicated on the plan, are approximate. It shall
be the responsibility of the Contractor to furnish properly sized
i
16182-1
I,
motor control equipment when actual motor horsepowers are deter-
mined. If actual motor hursepowers differ from the Plans, the
Contractor shall obtain assistance from the Engineer in deter-
mining whether or not hardware and wiring changes are necessary.
The Contractor shall be responsible for providing all components
and wire of the proper size.
l 1.08 ENCLOSURES ,
I
A. INDOOR
The equipment shall be installed in NEMA Type 1 - Gasketed
enclosures. The enclosure shall be designed to protect
against dust,
2.00 PRODUCTS
2.01 MATERIALS
A. MOTOR CONTROLLER I
i
Each motor controller shall consist of a stationary element ii
and a removable element, The stationary element to include f
copper busses, copper connections, instrument transformers i
automatic shutters, steel barriers between compartments, a~
manually or electrically operated mechanism for moving the
contactor carriage to and from the connected position,
mechnical interlocks, ground bus, terminal blocks and wiring
for control and secondary connections, control fuses, and
provisions for connecting cables. •fhe stationary units shall
be constructed of welded structural shaped steel members
together with formed sections of special smooth panel steel
approximately •18" thick, The units shall be completely E
enclosed by a hinged panel door with removable plates per-
matting access to all compartments. The structures shall be
rigid and self-supporting,
The removable element shall consist of the contactor, primary
fuses, mechanical interlocks and control transformer with +
associated control wiring. A contactor of the size specified
shall be furnished with each motor controller as shown on the
drawings.
The contactor carriage shall be isolated from all other
primary equipment and arranged so that it may be completely ;
disconnected from the line and bus for test and inspection.
The removable element shall be equipped with mechanical
interlocks which prevent disconnecting the contactor from the
i' stationary structure without trippiing open the contactor.
It shall not be possible to close the contactor either
electrically or mechanically when the removable element is at
i
16182-2
1
! any point between the operating and test positions. Isola-
tion shall be accomplished by moving to the disconnected
position. It shall be possible then to open the door and
remove it from the structure. All removable elements of like
rating and having similar features shall be interchangeable.
Provisions shall be made for padlocking the removable element
in either the connected or test positions.
Each controller shall have an interrupting capacity of
400,000 KYA and shall be a full height cubicle. Each cubicle
shall include the following: i
1 - Draw out air break contactor assembly complete with
400-A, 50,000 KYA contactor, 3 current limiting power
1 fuses, control power transformer with fused primary and
f ` secondary. A test switch shall be provided, isolating
I} the transformer during the test.
1 - AC Ammeter calibrated for single phase amperes
3 - Current transformers
1 - Overeload Relays, thermal compensated
3 l - Three phase 1000 ampere bus
1 - Ground Bus
1 - Indicating Lamp, red
1 - Indicating Lamp, green
3 - Indicating Lamps, amber
1 - Emergency Stop push button
1 - Phase Failure Relay (47/27) Allen Bradley Bulletin 813S J
or equivalent ! 1
1 - Time Delay Relay (TRI)
1 - Relay, control, for bearing temperature (BTR)
1 - Relay, ten ohm type, inherent motor protection (49),
t Westinghouse Model No. 2076 A36HOI
I - Elapsed time meter
1 - Terminal strip with 10 spare terminal points
1 - Set single conductor terminal lugs for 6KU shielded
cable, #3/0, for 800 HP motor
1 - Set, auxiliary control relays as required
1 - Reset pushbuttons
B. INSTRUMENT CURRENT TRANSFORMERS
Each instrument current transformer shall be substantial and
well built. Insulation shall be equal to that necessary to
meet the requirements of the IEEE standards. At normal rated
amperes, under usual service conditions, no part of the
transformer shall exceed the heating limits specified in the
IEEE standards. Each current transformer shall be capable of
carrying continuously, its rated primary amperes, under
j conditions of accidental open secondary circuit, without
damage to the primarly insulation.
I~
16182-3
i.
C. INDICATING INSTRUMENTS
1
i
In general, all indicating instruments shall be rectangular
type arranged for semi-flush mounting. They shall preferably
be provided with 240° anti-parallax scales and nonglare glass
faces. Scales shall be white with black markings. Moving
elements shall be provided with zero adJustment. Accuracy
shall be +1%.
D. CONTROL SWITCHES, PUSHBUTTONS, AND INDICATING LAMPS '
Control switches shall be of the rotary type and have posi-
tive means of maintaining contact. The contact:, shall be
' silver-to-silver and shall be provided with easily removable
protective covers. Indicating lamps shall be of the low
energy type with series resistors for use on the 240 volts
A.C. Control switches, pushbuttons, and indicating lamps
shall be of the heavy duty oiltight type. Indicator lamps
shall be easily removable from the front of the panel.
E. INSTRUMENT SWITCHES AND TRANSFER SWITCHES 1
All instrument switches and transfer switches shall be of the
rotary type and have distinctive handles. Positive means of
maintani veritonsilveraand shall shall b be p provided with easily contacts removable be
sil
covers.
F. TIMING RELAY
Timing relays where indicated shall have the capability to be
hand set by an external dial. Terminals shall be front
mounted and readily accessible. Ranges shall be as shown on
-the Plans. The timing relays shall have both normally open
and normally closed contacts. Timing relays shall be Agastat ,
operrateon series the time delay relas or
l voltage of theastarter ait is shall in.
I
G. ELAPSED TIME METER ;
Where shown on the control schematics, each starter shall be
provided with an elapsed time meter. The meter shall be
General Electric Type KT11., Westinghouse, or approved equal.
The meter
and shall operate at 120 or 240e for totalizing of
4C, 60 Hertz.
hours
H. POWER CAPACITORS
Power factor correction capacitors shall be provided as shown
on the Plans. Lugs for connecting capacitors to toad side of
l oelbr cubicle, Provisions Capacitor unit shall shall a
for this connection in the be
16182-4
3
i
t
1
a free standing, fully enclosed unit, including current
limiting fuses, bleeder resistors, and a capacity in kilovars i
to correct the no-load power fctor to unity. Capacitor bank
shall be sized by the motor manufacturer. Capacitors shall
be suitable for use on a 2400 volt, 3 phase system, and shall
be a Delta wired bank. Capacitor bank shall be installed
adjacent to switchgear cubicle. A nameplate shall be, pro-
vided on exterior of enclosure, stating kilovar rating,
r. voltage, frequency, phase operation, manufacturers name, and
any flammable, substances inside enclosure. Capacitors shall
be GE 37F52G,G6S (indoor) or equivalent.
L. NAME PLATES
units of equipment, switches, and other pertinent devices on
f the front of units shall lie provided with Micarta nameplates
bearing the appropriate designations. ,
M. EQUIPMENT ACCESSORIES
F t"; Equipment accessories shall be furnished as follows:
2 - spare fuse of each type and size
2 - spare lamps of each type and size
1 - set test cables
1 - set special wrenches for primary disconnecting devices
2.02 FABRICATION
The units shall be fabricated of sheet steel and completely
enclosed. After factory assembly, the top of all units shall be
rj the same height above the floor. Equipment, including instrument
transformers, instruments, switches, controls, etc., shall be
furnished for each , etc., shall i be a mounted required on the front specified. face of Instruments,
the inner
switches
door.
i The buses, contactor, and instrument transformer shall be mounted
in separate grounded metal compartments, The buses shall be
rigidly supported by insulating material of high mechanical and
dielectric strength. The contact surface of all bolted joints
shall be silver plated, Each line-up shall be equipped with a
` ground bus, consisting of one 2-inch by 1/4-inch copper bar, which
will be connected to the station ground.
All control circuit relays, terminal blocks, etc., shall be
mounted on a hinged metal plate in the upper half of the motor
controller cabinet. The plate shall be recessed not deeper than
necessary to permit closing of the upper door on the control
devices. All terminal blocks including those outgoing shall be
16182-5
1
j
Installed in the control compartment. All wires leaving the units
shall terminate at identified terminal strips in the control
compartment.
.
2.03 FINISH
ti
All metal structures, after fabrication, shall be thoroughly
cleaned, bonderized as a unit and then given a primary coat, a
coat of rust preventative and a finishing coat of quick-drying
lacquer. Unless otherwise specified, the color of the panels and
the exteriors of structures shall be gray ASA-61. Instruments,
relays, and meters shall have dull black standard finish.
f
2.04 FACTORY TESTS AND ASSEMBLY
Equipment shall be completely assebled, wired, adjusted, and
tested at the factory. After complete assembly, each unit shall
be tested for operating sequence to assure accuracy of wiring,
correctness of control scheme, and functioning of the equipment.
Factory tests shall include electrical tests as described by
American National Standards Institute Standard No. C37.20.
2.05 SMALL WIRING
i i
All necessary small wiring, potential busses, and terminal blocks
within each unit shall be furnished installed. Provisions shall
be made for purchasers control contact to the units. All secon-
dary and control wiring within the high tension compartment shall
be completely shielded in a protective metal covering.
2.06 POWER ENTRY
The Unit shall be arranged for bottom entry.
I
3.00 INSTALLATION
3.01 TESTS AND OPERATION
The manufacturer's representative shall be available to assist the 111'
Contractor in checking the operatioii of the Motor Control Equip-
ment, Testy shall be conducted to assure proper operation of all
circuits. The manufacturer's representative shall assist in
correcting any deficiences.
3,02 PAINTING
E The manufacturer shall furnish sufficient touch-up paint of the
! same type and color used at the factory to repair damages incurred
in installation,
.I
END OF SECTION
j
16182-6
f
_TT
4 ,
j
i
~v f
ATTACHMENTS
n, r
I it
I
i
,I
T I
t
E , y{
,j
6 ~ I
6
1111 +
V1
T rr
a r
I
P100 -vi
O Oars
r
z z r
NOtJ AJ
' sno. rr'n /e '
f
400 t
' ur ro en rv/ i
r'; IMh~•~^--1M^ ICI f
I ; I L_ ,oPP I
J SARA At II
Jok)so?Am II(ryt. r AI of I CAr
re,
1NI1110Y~ I CA/ I
j
tl'c rot Dt to
OL-
IAVOhf .1'.N✓ 'V4,vt D Nr
< Cprs Nn<n va/rr /II~.Opn 8
JS ltOpA~ VCa
I` -Qtl !t
' 11
M >p roe O
1L'^f . --rvuu'
to t/1, q
C,y
hl uwp odr_, So4#n U>
< r r [Bra~(h Ma/olJ I_ ~ _ ,y/n Pomp ~
,
► I I
Nl1/frt</fsl , 1
17 @It! I- - -t 4lA~Nd r(MtA
•-f F- uo
IXrb'dbb )YHAr
1 1 Ift reb tt / rtnlt~
CAI !AI r•••-----y/n Moto, d
MA L
OSGn H<rorJ
~q l f j~ air of oeyru t
f` RAW sVAIeR /V?fP SM
M r~ r`~l /N,ON 1 N/?/•G AlApf1R
N ! ✓OOaV On+010af
P&M R/!.s
M 5(Artas CA of X411 lN71 I
• FREESE & NICHOLS
CONSUMNO ENGINEERS
_ 2441/AC
~/eoter
IM VAC
roe.
-AF
R
REM ~ . L90___ I
! CR ! - Jo9~gin~- Rc%y ' ~ svts
I
mbiunteol In oR I {
SaPvr, Paco* ~
• L _ I ±
LSO 7'9C oro o
0 0--4
Q_' I
LSd LSC LSC p LSI.' _
0-
l'Icsas@fuJJy ClEases~pvJly 4/oens@5~f IG'/ores@l 1
( Open -Closed l Open Open ~J
Supervisory Vo>us
7b Aump 5}ar}
0 / ry OF ,DENTON
Valve Shown In Folly ,pAf'{t.LUATF~.PUMP frA,
Closed ~vsi}ion, P!/1VpN0'Z-YALVf'0PERATO9
vo/ve Opera or .`icherr)
\T00 NO. Dr/V &O N
OWN, RMS
1 0ATE 6.15-84.
SHT 2
!
l
> 1
` /:'lectr/c Mote
Nwt-RevRrts Qat,;l/sf
,
V F/oer f~lV 541.0
f~ ,Fecw/n'rCenhY '
AirAlhx Fc Valve .
2~ ds Vslw ~~y Yal.d
fit
Aid rArw idC
I mr Gb/un,,, 'F nlva Ifw/t
Ter LY raA dl t?
6kr, 664 N~ R Nkfer fkn Sl0,0 Ex/sti y Caeen~
• 8e•'rsl I
{
i Norma! Wn'It~r Elek 570,0 ; , ,
Low 1Ys+kr t4v, .82.0
~ esltw„ suetren a!a
r rev. 478.0
~ .~lT_ Y OF DF_IYTON
f? ATE'rC PUMP 57'ArIP#
p[1MP SETTING--PUMpbo, 2
Sump Floor $lC / =
Eltv 47.3,0 aa
/ -0
• . , Tob Ne, DTN84091
c r ' . Drawn o A.-
f . . ~ aAf~ s/29~gF SHT, 3
i•
I
i J
10 X lo TO THE IN[II• I K NO tr,c, 3 46 0703
~ Kcurrr--u a [Ts[n co. 11 usa
I
i
i FN
I
I.
~ f{ f 1
,
I 7 1 '
t l II 111 ~ I
I
i 1 f I ~ I
1~ L t
.y 1 ,1
-
pi I
I
1 EI
{ 1 1 VV 77 {I 4 I 111! II `{1 ,
` X14_-1.-
II ` ll 1 '
I
I
I
I
;
i
i 1
I
1
I
i
1 '
r t
1
1
1
y 1
!r
a
Y4 . ~.t
i
i~
i 1
I'dl r
1
1
1 'irt
I
i {