Loading...
HomeMy WebLinkAbout06-1967 mcum COPY DENTON I TEXAS WATERWORKS IMPROVEMENTS SPECIFICATIONS AND CONTRACT DOCUMENT$ FOR INSTALLATION HIG11 SERVICE AND RAW WATER PUMPING UNITS CONTRACT NO. 67-38-7 JUNES 1967 f F A ,,\rr 1 n `I FREESEs NICHOLS AND ENDRESS Consultlrig Engineers 3 t .1aiSl uLtAR Ci6t inturr C 0 M P A N Y 0 P CERTIFIED COPY / • 1 . G P 1 4 . / , 1 . • y , POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsyl- vania Corporation, having its principal office in the City of Reading, County of Barks, Commonwealth of Pennsylvania, pursuant to the following By-Low, adopted by the stockholders of the said Company on November 2191, 1250, to wit. "Article VI-Secllon 2. Powers of Attorney-The Resident, or any Vice President shall have power and authority to appoint Attorneys.In•Fact, and to authorize them to execute on the behalf of the Company and attach the seat of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory In the nature thereof, and they may, at any time, revoke the authority of any such Attorneys-In-Fad." does hereby constitute and appoint i lEVi• MODLE, of Dallss, Tlxa• its true and lawful attorney(s) In-fad, to execute, real and deliver for and on lie behalf ae surety, any and all bonds and undertakings, recognltiances, contracts of indtninity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, # # and the execution of such Instrument(s) in pursuance of these presents, shall be as binding upon the said AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, as fully and amply, to all intents and purposzs, as It the some had been duly executed and acknowledged by its requiarly elected officers at its principal office. ALL AUTHORITY HEREBY CONFERRED SHALL EXPIRE AND TERMINATE WITHOUT NOTICE AT MiUNIGHT OF IodolflOltil IN WITNESS WHEREOF, the AMERICAN CASLIMTY COMPANY OF READING, PENNSYLVANIA has caused these presents to be signed and Its corporals seal to be affixed by its author tied officer this 2nd day of . Futile . , l9 66 (CORPORATE SEAL) Q! ..il.y Via-President COMMONWEALTH OF PENNSYLVANIA, COUNTY OF BERKS, S SS: On this .211111_ . day of jUllit 12 66. before me came the Individual, to me personally known, who ex- ecuted the preceding Instrument, and being by me duly sworn, said that he is the therein described and authorized officer 0 the AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, that the seal alfixed to sold instrument Is the corporate seal of said Company, and the said corporals seal and his signoture were duly affixed by the authority and direction of the said Corporation, and that Article Vi, Section 2, of the By-Laws, of said Company, referred to in the preceding instrument. is now In force. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed my official seal of the City of Reading, the day and year hrst above written My commission expires . March 23rd 19 09. Robert C... Pahl Notary Public COMMONWEALTH OF PENNSYLVANIA, i SS1 (NOTARIAL SEAL AFFIXED) COUNTY OF BERKS, I I C. Sadlovakt Assistant Secretary of the AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, do hereby certify that the foregoing is o true and correct copy of Power of Attorney issued by sold American Casu• ally Company of Reading, Pennsylvania, and that I have compared some with the ORIGINAL on his in the Home Office of said Com- pany, and that it Is a tarred transcript thereof and of the whole of the said origina;. and that the said Power of Attorney has not been revoked and is now in full force and effect. IN WITNESS WHEREOF, f have hereunto su sari y name as ss I Secretary, and affixed the corporate seal of Iho Com• q, parry at the City al Reading, Pennsylvania, this)i 2A "l _ day of !9 ~D 7 r,Ilr..k ~••Assistant Secretary. u~r ~t I!I! form I•XS-ratio DENTON, TEXAS WATERWORKS IMPROVEMENTS SPECIFICATIONS AND CONTRACT DOCUMENTS FOR INSTALLATION HIGH SERVICE AND RAs! WATER PUMPING UNITS CONTRACT NO. 67-38-7 JUNE, 1967 • FREESE, NICHOLS AND ENDRESS Consulting Enginsers • TABLE OF CONTENTS Page No. NOTICE TO BIDDERS a INFORMATION TO BIDDERS b MINIMUM WAGE SCALE e PROPOSAL f CONTRACT AGREEMENT 1 PZRFORMANCE BOND 3 PAYMENT BOND S GENERAL CONDITIONS OF THE AGREEMENT 7 DETAIL SPECIFICATIONS ITEM 1 EXCAVATION AND BACKFILL ITEM 2 CAST IRON PIPE AND FITTINGS ITEM 3 CONCRETE AND REINFORCING STEEL ITEM 4 DRILLED AND CAST-IN-PLACE DRILLED SHAFTS ITEM S INSTALLATION OF HIGH SERVICE PUMPING UNIT ITEM 6 PIPIN, CONNECTIONS TO RAW WATER PUMPING UNIT ITEM 7 BUTTERFLY VALVES ITEM 8 ELECTRIC MOTOR VALVE OPERATORS ITEM 9 CHECK VALVES ITEM 10 MISCELLANEOUS ITEMS ITEM 11 PAINTING ITEM 12 REPLACE BASE MATERIAL ITEM 13 SANITATION AND CLEAN-UP ITEM 14 ELDCTRICAL NOTICE TO BIDDERS Sealer proposals addressed to Jack Reynolds, City Manager of the City of Denton, Texas will be received at the office of the City Manager in the Municipal Building until: 10:30 A.M., July 13, 1967 for the construction of the following items: Installation of High Service and Raw Water Pumping Units CONTRACT NO. 67-38-7 At this time and place the proposals will be publicly opene4 and read aloud. Any bid received after closing time w!11 be returned unopened. Copies of plans, specifications, and Contract Documents are on file and may be examined without charge in the office of the Director of Public Works. Copies may be procured from Freese, Nichols and Endress, Consulting Engineers, 508 Throckmorton Street, Fort Worth, Texas, upon a deposit of $10.00 as a guarantee of the safe return of the Contrcct Documents. The full amount of this deposit will be returned to each bidder upon return of the documents in good condition, providing the documents are returned within ten (10) days after the opening of bids, No refund on Contract Documents will be obligatory after the period of ten (10) days. A cashiers check, certified check or acceptable bidder's bond, pay. able to the C!ty of Denton, Texas in an amount nct less than five (S%) per- cent 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 the contract, enter into a contract and execute bonds on the forms provided in the Contract Documents. Attention is called to the fact that not less than the prevailing wage rates, as established by the City of Denton, Texas, and as hereinafter set forth in the Contract Documents hersinbefore described and which are made a part hereof, must be paid or this project, A Performance Bond and a Payment Bond, each in an amount of not less than one hundred (100%) percent of the contract price, conditioned upon the faithful performance of the contract and upon payment of all persons supply- ing labor or furnishing materials, will be required. In case of ambiguity or lack of clearness in stating proposal prices, the City of Denton, Texas, reserves the right to adopt the most advantageous construction thereof, or to reject any or all bids, and valve formalities. No bid may be withdrawn within thirty (30) days after date on which bids are opened. CITY OF DENTON, TEXAS . Jack Reynolds City Manager a • INFORM4TION TO BIDDERS 1. WORK TO BE DONE Work to be done under this contract consists of constructing a concrete foundation for and Installing a horizontal, centrlfl!gal, high service pumping unit. and installing piping connections for both the horizontal, unit and a vertical turbine raw water pumping unit. Included with the work will be con- struction of a concrete valve vault for the raw water pump discharge valves, furnishing and installing motor operators for two raw water pump valves ar.d installation of an existing supervisory control system for the raw water pumps. 2. PROJECT SITE The high service pumping unit is to be installed in an existing pump room at the City of Denton Water Treatment Plant. The raw water pumping unit is located In an existing pump station at Lake Dallas, Texas, west of Inter- state Highway 35. 3. FORM Bids shall be made on the blank form attached and the complete docu- ments and plans shall be returned with the bids. Bids not so made will be considered out of form. 4. BIDDERIS KNOWLEDGE OF CONDITIONS Prior to submission of a proposal, the Bidder shall have made a thorough examination of the site of the work and of the plans and specifics- tio,as and shall have become informed as to the locat:.nn and nature of the proposed construction, labor conditions, and all other matters that may affect the cost and time of completion of the work upon which he bids. 5. BID SECURITY Each proposal :rust be accompanied by a certified check or acceptable bid bond in an amounf: equal to at least five (5%) percent of the amount bid as a guarantee that, if awarded a contract, the Bidder will execute such contract within ten (10) days in the form hereto attached and make bonds of one hundred (100'X) percent of the contract price. 6. BONDS With the execution and delivery of the Contract Documents, the Con- tractor shall furnish a performance bond and a payment bond$ each in the full amount of the contract, executed by an approved surety company authorized to do business in the State of Texas, and acceptable according to the latest list of companies holding Certificates of Authority from the Secretary of the Treasury of the United States of America. b 7. INTERPRETATION DF SPECIFIrATIONS Any quastion :s to the meaning of any specification will be answered by Addendum which will be sent to all who have been furnished with the Contract Documents and plans. 8. WAGE RATES Attention is called to the fact that there must be paid on this project not less than the general prevailing rates of wages which have been adopted by the Owner. 4. MATERIALS FURNISHED BY OWNER The Owner, by separate contract, has purchased the 500 Horsepower, horlcontal, high service pumping unit and 2300 volt motor starter, and the 700 Horsepower, vertical turbine, raw water pumping unit. An existing motor starter is to be modified under this contract for the raw water pump. The contract for the purchase of the raw water pump also includes Installation. Also, the Owner is furnishing a supervisory control system which is to be installed under this contract, for the purpose of remotely controlling the raw water pumps from the water treatment plant. All other materials neces- sary for the installation of the equipment as specified heroin and shown on the Plans, shall be furnished and installed under this Contract. 10. TIME OF COMPLETION Although all materials to be furnished by the Owner are txpected to be delivered by September 1, 14679 it is the desire of the Amer th,it no work be done at either the water treatment plant or the raw water pump station until the peak summer water usage is over. It is anticipated this will ba about September 15, 1467, or shortly thereafter. The Owner desires, however, that construction start as soon as possible after notice to do so has been given, and that work on the project be pursued diligently and continuously to ';om- pletion. Bidders shall indicate the time for completion, after notice :o begin construction has been received, In the space pr(wided in the Proposal. In the event the Contractor fails to complete the project within the time set forth in the Proposal, the Owner may withhold money permanently from the payments to the Contractor In accordance with Paragraph 4.04, pages 17 and 18 of the General Conditions of the Agreement. 11. COMPARISON OF BIDS The Owner reserves the right to award the contract based on its decision as t,, the best bid, all factors considered. 12. SEQUENCE AF WORK • Most of the work included in this contract can be performed with only brief shut-downs of existing pumping facilities. On occasions when it is necessary to interrupt service, either wholly or partially, of either of the pump stations, the Contractor shall make arrangements with the Engineer and owner at least 48 hours prior to the time the interruption is desired, and shall c plan the work so that construction may proceed continuously until the facilities are back in operation. 13. DISPOSAL OF EXCESS MATERIAL Excavation for foundations and vaults will displace a certain amount of material in excess of that required for backfill. This Contractor shall dispose of all excess excavated material off the project sites. 14, PROTECTION OF EXISTING PROPERTY The Contractor shall take proper measures to protect all adjacent property and equipment which might be damaged by any process of construction, and, in case of any dam3ge, shall restore at his own expense the damaged property to a condition similar or equal to that existing before such damage was done. 15. GUARANTEE The Performance Bond shall be arranged to extend for a period of one (1) year beyond the date of written acceptance of the work by the !Liner, to guarantee the repair and/or replacement of defective materials and/or work- manship which may develop during this period. This guarantee will not be applicable to materials furnished by the Owner unless a defect in such material is attributable to faulty or improper installation. 16. SALES TAX The City of Denton qualifies as an exempt agency under Article 2x.04 of the Limited Sales, Excise, and Use Tax in the State of Texas. It is not required that any state sales taxes be paid on any materials incorporated into the completed project; however, materials which are used or consumed in performance of the work and which do not become a part of the completed project are not exempt and are subject to sales taxes. The City will furnish the Contractor ar. exemption certificate for materials to be incorporated Into the project, which certificate also shall be made available by the Contractor to his sub-contractors. The Contractor shall obtain the necessary permit or permits from the State Comptroller of Public Accounts allowing the purchas9 of materials for Incorporation into the project without payment of sales taxes at the time of purchase and shall require his sub-contractors to obtain such permits. There shall be shown as a part of the Proposal, in the spaces provided therein, a segregation of the estimated total cost of materials and the eati- matNd total cost of services. The Contractor shall require his sub-contractors to sign written sub-contracts in which prices are segregated for the estimated total cost of services. • END OF INFORMATION TO BIDDERS d Y L~Y MINIMUM WAGE SCALE The rates below have been determined by the City of Denton, Texas, in accordance with the statutory requirements 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 hour worked in excess of forty (40) hours per week. CLASSIFICATION RATE PER HR. CLASSIFICATION RATE PER HR. Air Compressor Op. $ 1.50 Laborer (Common) $ 1.25 Air Tool Operator 1.35 Maintainer Oper. 2.00 Batterboard Setter 1.50 Mason Tender 1.25 Blade Grader Oper.(Self-Propelled) 2.00 Mechanic 2.00 Blaster (Powderman) 2.25 Mechanic's Helper 1.50 Bricklayer 2.00 Mixer Oper. (16 C.F. & Over) 1.75 Bullclam Operator 2.15 Mixer Oper. (Leas than 16 C.F.)1.50 Bulldozer Operator 1.75 Mortar Mixer 1.25 Carpenter 2.25 Oiler 1.25 Clamshell Operator 1.90 Fainter, Brush 1.75 Conctete Finisher 2.00 Painter, Stage Spray 2.00 Crane Operator 1.90 Pipe Layer 1.25 Derrick Operator 1.90 Power Equip. Op. Heavy 2.00 Dragline Operator 1.90 Power Equip. Op. Light 1.75 Elevating Grader Op. (Towed) 1.75 Pump Operator, Over 2" 1.50 Fireman 1.40 Pump Operator, 2" and Under 1.25 Form Builder 2.00 Roller Operator 1.50 Greaser 1.50 Scraper Opr. (Over 7 C.Y.) 1.75 Hoirt Oper. (One Drum) 1.50 Scraper Opr. (7 C.Y. & Under) 1.75 Hoist Oper. (Two Drum & Over) 1.75 Shovel Operator 2.00 Iron Worker (Rodman) 1.50 Trenching Machine Oper. 2.00 Iron Worker (Struc. Steel) 2.00 Truck Driver (1 1/2 T or Less) 1.25 Joint Worker 1.50 Truck Driver (1 1/2 T or Over) 1.50 Kettlemen 1.25 Welder 2.00 The Contractor shall comply sith all State and Federal Laws applicable to such work. The above are minimum rates. Bidders shall base their bids on rates they expect to pay, if in excess of chose listed. The Owner will not consider claims for extra payment to CONTRACTOR on account of payment of wages higher than those specified. r e PROPOSAL Denton, texas 1967 PROPOSAL OF Elm Fork .`;F,tr. Co.. Tnc. , A Corporation organized and existing under the laws of the State of ^,exaa , a partnership consisting of w , II the business name of_ , an individual. TO: Mr. Jack Reynolds City Manager Denton, Texas PROPOSAL FOR: Installation of Raw Water and High Service Pumping Units The undersigned Bidder, pursuant to the foregoing Notice to Bidders, <ias care- full;/ examined the Instructions to Bidders, this Proposal, the form of Con- tract Agreement and of Bonds, the General Conditions of tho Agreement, the Specifications, the Plans, and also the site of tho work, and will provide all necessary labor, superintendence, machinery equipment, tools, materials, services, and other facilities to complete fully all the work as provided in the Contract Documents; and binds h1m,ielf upon formal acceptance of his Proposal to execute a contract and bonds, a^;ording co the prescribed forms, for the following prices, to-wit: Item Estin..*_ed Un;t Amount No. Description Quantity Price Bid i 1. For the installation of all piping an" electrical con- nections for the Raw Water Pumping Unit, complete as detailed on the Plans, the luMP sum of Thirteen Thourand Eight Hundred and No/100_ - - Dollars 1 L. S. $13,800.00 $110POO_011 2. For the installation of the High Service Pumping Unit and V.otor Controller, in- cluding all piping and elec:ri- ~i cal conneccions, Lhe 1,•tim2 sum of Seventee-n Thousand n.=e2 Hvno.rej and No/100 Dollars 1 1. S. $17,5v-0.00 $,.U.,,. 1(, 0 nn i ~~4 Y L i Item E Cimatcd unit AT.Ount Nu. Description Q'Itintity Price Rid 3. Extra 3000# concrete not shoi.,n on Plans, including excavation, forms, reinforcing steel, etc., complete in place -Ninory i1n11nrq_ nnA No Cents her Cubic Yard 2 C.Y. $ ~ r $ tg ,.DrL 4. Extra 1500# coacre~ce not shoves on Plans, including excavation, forms, etc, complete in place Fifty Dollars and No , ti Cents - - - - Der Cubic Yard 2 C.Y. 50.00 00 5. Extra Flanged Cast Iron Pipe and Fittings not shown on Plans, complete in place • Six Hundred Dollars and No Cents - - - - per Ton 0.3 Ton $ 600•n0 $ TOTAL AMOUNT BID $ 3]„560.•0 Total Materials Cost based on Proposed Quantities $ 24,00 Q.60 Total Services Cost based on Proposal Quantities $ 7.560.00 The undersigned agrees to stiibstantially complete all work covered by theso Contract Documents within 90 consecutive calendar days from, and including, the day established for the start of work as set forth in a written work order to be issued by the Owner or by the Enginecr for the Owner. Except by mutual agreement of the Owner and the Contractor, the date astablished for the start of work will be not less than ten (10) days or,not mo;:e than thirty (30) days after September 15, 1967, as set forth in the "Information to Bidders" soctioi of theme Contract Documents. Within ten (10) days after formal acceptance of this Proposal b/ an award of contract, the undersigned will execute the Contract Agreement and will :..,..ish 9 • f ,P approved surety bonds and such other bonds as ruquircu ',y the Contr.ct nocumcnts for the faithful purfor;n,isicn of the CODtCact. in the t 1-4L. Contract Agra.-e- stcnt and bonds are not executed within the time above sui forth, :he attac'.cd bid security in the axcunt of 5% of Total Ar,ount 31d is to become the property of the Omer as liquLCated da:~o,es for the delay and additional work caused thereby. Receipt is acknowledged of the following addenda: Addendum No. 1. Rec'd 7/7/67 Addendum No. 2. Addendum No. 3. Respectfully submitted, Elm Fork _Cern~4 r. Co. c. By~~'/' , 4t r- { Fd M. l•'arrorw p _ Ti LIC, I P. 0. Boy- M6 Dallas, Tc-.<as 752711 Address (SEAL) If Bidder Is a Corporation NOTE: Do not detach bid forms from other papers. Fill in with ink and 6ubmit complete with attached papers* v ~ h ' j h ja C+, rrt K~ r.:rl ~ J CONTRACT Xa'.Z, Z!, Ei lT STATE OF `Z AS ~ COUNTY Denton h ~ THIS AGREEMENP, shade and entered into thi` :]ay of A,D., 19 by and botwoon The City of Denton of the County of Denton and State of Texas, actin-, through its Mayor thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and Elm Fork Constr. Co., Inc. of the City of Trvtn,, County of _I,auaa ani State of _ Texas Party of the Second part, hereinafter termed CONTRACTOR. W2!M, SS3TH: That for and ir. consideration of the payments and adree- snents hereinafter :mentioned, to be shade and performed by the Party of tho First Part (01-111M), and under the conditions expressod in the bonds bearin3 evon date herewith, the said Party of the Second Part (CO;JfRACTOR) hereby agrees with the said Party of the First Part (OWNER) to co.76mence and complete the construction of certain i:nprovomonts described as follows: Contract No. 67-58-7 't.stallation Sigh Service and Raw Water Pumping Units. and all extra work in connection therewith, under the terns as stated in the General Conditions of the Agreemont; and at his (ur their) own proper cost and expense to furnish all the :materials, supplies, sracAnery, equipment, tools, superintendence, labor, insurance, and other accessories and services neccasary to complete the said construction, in accordance with the conditions and prices stated in the Propusal attached hereto, and in accordance with all the Gana ral Conditions of the Agroomont, the Special Conditions, the Notice to Bi5 fors 1 9-i-66 , ``i (Advert{scmont for Bids), Instructions to Bidders, and tho Ptirformanco ~.rd Paymont Bor:ls, all attached horoto, and in accordance with the (,laps, which includes all rLap6, nlat-~, blueprints, and othor drawint;:, an,l prime or written oxplanatory mittor thorcof, and the Specifications tha rotor, ac proparcd by FREES:, N10:10L5 AIM E:Q;t'.?SS, horoin cntitlod t,e of w~:ich''.as boon idontified by tho CO NIRAC`PuR and t;:or:i+Gi' all of aro ::.,de a part hereof and collnetively 3vidanco and constitute Lho or,"iru Contract. , Tho CO vIRACTOR hereby agrees to coirunonco work or, or after the :ate establishod for the start of work as set forth in a writt,,% notice to co-nmenee work and to substantially complete all work within the ti.rae ::toted in the Proposal, subject to such extensions of time as are providoi by the General and Special Conditions. The O'I1E'R al;rces to pay the CONTRACTOR in currr.nL funds the price or prices s'noun in the Proposal, which forms a part of thin: Contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WiDiREOF, the parties to-these prosonts have executed this Agreement in the year and day first above written. ATTESTi I/40e.'e The City of Denton, Texas Party of t e First Part, OWNER J BTON a Martin Ma or Q TY ATTORNEY Title (SEAL) ATTEST : Elm Fork Constr. Co., Inc. Party of 3khw econd P t, CONTRACTOR By s ~ ¢ A/ Title (SEAL) 2 9-1-66 MFORMAN0.2 30ND STATE OF Ti:XAS COUNIPy OF D}_ KNO,d ALL IXEN BY TESE PRESENTS: 'f,at Elm Fork Constr. Co., Inc. of the City of Irvin;; , County of Dallas , and Stato of Texas as PRINCIPAL, and American Casualty Company of Rcading, Pennsylvania , , as SURETY, authorized under the laws of the State of Texas to act a-, :,.roty on bonds for print pals, are hold and firmly bo,,K, unto the §J tv of DentQa. Texas as OW~MR, in the ponal sum of- Airty One Thousand Five Hundred Sixty and No/100 Dollars 31.560.00 } for tho paymont whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: • WHEREAS, the Prinoi al has entere to a certain written contract with the OWNER, dated the day of , 19 for the construction of Contract No. 67-38-7 Installation of High Service and Raw Water Pumping Units which contract is hersby 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 covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this boi:d is executed pursuant to the 3 9-1-66 orovisions of Article 5160 of the r~ovi ~d C.vil Sta'.utos of :oxas Ly acts of the 56th Legislature, Fegular Sos.ion, 1959, and all liabilities on .',-.is bond shall be determined in accor.lan,o with ti: ,.rovlsic of said Article to the :ama extent as if it were copicd at lor. ;,h K,roin. MOVIM that if aid legal ,.rtior. b,- upon t>-:is toad, venue shall lie in Ilc+ntnn County, Statu of TcAa:'. Suroty, for value received, n;UpL;latos ar;r: ';hat no cn r.~:, extension' of time, alteration or addition to the term: contract, or to the wort performed thereunder, or the plans, spx.cifica`.ior s, or dra,: ir.~s acconpanyiny the same, shall in anywise affect, its obli~.-atlon on this bond, and it does hereby waive notice of any such chanZe, extension of tine, altoration or addition to the terms of the contract, or to the work to be performed tho,ro- under. IN WITIKESS WHEREOF, the `sAid Princio and Surety have signed and sealed this instrument this q-_,?,!5_ - day of 19e; ~2. Elm Fork Constr. Co., Inc. American Casualty re wham; of RPaeling ~ ~ncipal ~ Penn sy vania Surety By By "a~ - - - 00 Title C ~1~4 a Title Address Y / 4P e AadressJ(~, SEAL SEAL The name and address of the Resident Agent of Surety is: ~ r A & Co. 1406iNMAii Bwi6i4i to DALLAS 1, TEXAS Note: Date of Bond must not be prior to date of Contract. 4 9-1-66 • 1 PAYMENT BOND STATE OF T"1Y.,S Q CGUN'i'Y Gi Denton C KNO,d ALL 2%~,E N BY TitaSE MSEtiTS; That Elm F6rk Constr. Co., Inc. • of the City of Irving County of Dallas and Stato of Texas ~ ~ ~ , as PRINCIPAL, and American Casualty Company of Reading, Pennsylvania , as SURETY, aut6rized under the laves of the State of Texas to act as surety on bonds for principals, are h,.;id and firmly bound unto the City of Denton, Texas as OWNER, in the ponal sum of Thirty One Thousand Five Hundred Sixty and No/100 Dollars 31,560.00 ) for the payment whereof, the said Principal and Surety bins: themselves and their hairs, administrators, I executors, successors and assigns, jointly and severally, by these piasents. WHEREAS, the Principals s entered i a certain written contract with the Owner, dated the. day of 19 for the construction of Contract No. 67- 8-7 Installation High sprvire, AnA Raw Water Pumping Units, 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 C01MITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in tha prosecution of the work provided for in said contract, then this obligation shall be void; otherwise to remain in full force and affect; PROVIDED, HOWL7ER, that this bond is executed pursuant to the pro- visions 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 ba detirmined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that Lf any legal action be filed upon this bond, venue shall lie in Denton County, State of Texas. I 9-1-66 Surety, for value received, stipulates and agrees that no c'r. nzo, ex- tension of time, alteration or addition to the terms of tas contract, or to the work performed thereunder, or the plans, specifications or drawings acc•o.mi?anyIno the sane, shall in anywise affect its obli-ration on this bcrr:, and it dons hereby waiva notice of any such chango, extension of time, alteration or arditior~ to the torus of the contract, or to the work to be pc:rfornod thereunder. LN W:!PNIBSS WiZRiOF, tho`s id Principa d cur ty have sioa®d and sealed this instru:.:cnt this -,.9 lay of C/ VIM rorL r^mct-r rnT13,- ran as ,'il t C;~Apany( nF '2_ r--ndiing 1r~cipai Ppenn lvaniasa roty BY r ~Y Title Titre ~ p c Address ~A 2 J J 9 6 Address (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: HOUSEMAN & CO. DALLAS 1, TEXAS Note: Date of Bond must not be prior to date of Contract. 6 9-i-66 Y GEMRAL CONDITIONS OF AORli MUT 1. DEFINITIONS OF TERMS 1 1 *01 0 CONTRACTOR AND ENGINEER, The OWNER, the CONTRACTOR and the ENGINEER are those mentioned as sec in the Agreement. 'They are treated throe hoot the Contract Documents as if each were of the singular number and misculine gender. The ENGINEER shall be understood to be the ENGINEER of the OWNER or his duly authorised representative. 1.02 CONTRACT DO U NrS. The Contract Documents shall consist of the Notice to Bidders Advertisement for Bids), Instructions to Bidders, Special Provisions or Special Conditions, Proposal, Contract Agreement, Performance Bond ahd'Psyment Bond (when required), Special Bonds (when required), General Conditions of the Agreement, Technical Specifications, Plans, and all modi. fications thereof incorporated in any of the documents before the execution of the Weement,y The Conti-kh Documents 06 `bomplemehtary,' and vhat' is called'lor by' wW oni ' shall be as binding is If'ailled for by all. In the` Wont'bf a oonflibt I# the C~pph~~~taot Docu~eents; the CONTRACTOR shalt batt'the oonltiCt to"th ENGIt~FA~W'rtt(ent16A th iWitinj &M he hhail deoide the 0ogitot in writing; and the ENGINEER'S decision shall be binding. 1.03 SCJ$=CON'PRACTOR: thb''teiiii Sub=contraotor', as employed hersin; lilmw*a only those frig a dlftdt"contki t itlWthe` WYMCT ; 1? °q:`)4d7EN 0' 9. •'Wi1tten hotioe shaltbe deemed to ~w-been''duly'''et~►6d if de iV re, , 4'p tA6h'to``the'indttidual'or'to a`*kboih b ttie'tiru or't6'atl, officer the'dorp6iitidh for whom'it'is intended,"or if'deltvsrid'ai`of sent 4egistersd mail 'io the 'last busihess adde6li knol?n` t6'"h1A'Vh6' glvsii the Mt 16o IInladi otherwise stipulated, the CORMOftR shall provide 'and LOS ~ la~ paydtF ills Aatittals, suoolids; "na6hirary,. equiparnt, tools, suprrinte'ndisnes, labor, UaUrane6, and all xatat' light, power, fuel, transportation' W other faililities and e6ftides necessary fof the 'exsoutir! w ot.", letioiV of the work 66th id ~ the edhiradt`doeumenta,' Unless bthshriso spsoifiid,`all matsrihl dh f t` bs risw -and', bdth`Vdrktianship, and wateiiall ebatl' tie' d a ~64d quattt~r The CORRA6T09,shAil,'If required, furnish satisfaotory evidenoe as to the'_kb and quality`d "ierials, NAte'rilli"o`r, xe k described`in' appli4d havb''a will, k oM tsohnidil at+ tr~i "inin' shall b6' held to''$ete`f tb stloli' t soonited stilindards. ; is06 A "Working Day" is defined as attar day, not inolWUW Saturdays" qi dr at,;y ` 14itt hdlidays, ' in which wedhelk will 'permit 66n• struotiM of`ihA" 0inoip&l ihiti of'tbo Mork `for A 'poriod 6f 'riot tails than seven 0} hdlirs bet/ro8ft'7't0d'a:a, and 6106' 0' ii.' ` 9.1-66 1.07 CALENDAR DAY. A "Calendar Day" is any day of the week or month, no days being excepted. 1.08 MAK WEEK. The "Work Week" shall consist of a period of seven (7) successive calendar days to begin and end as specified by the CONTRACTOR. §.U&WjAjkY MPl . By the term "Substantially Comleted" is imeant tlAt,the structure or acility,has been made suitable for use and all construction completed except for winor repairs or niscellanebus work, which while in progress, will, not interfere with the OWNER IS use and ocou. pancy of the structure or.facility. ? 2. CONTROL OF WORK I IX.,- AND Unless otherwise specified, all lines and grades 2 OWES. s a be rnisb by the ENGINEER. Whenever necessary, construction work stiall,,be.avapanded to permit perforswwo of this work, but such suspension will be as brie' ae practicable and'the CONTRACTOR shall be allowed a6. extra compensation therefor. The CONTRACTOR shall give the OWER or the ENG1 4 1 e,c4t~4t gt t1~e.t ie aC~d p} oe:xbere lit ¢ sbd grades wigl be ~dt•c,, ;1l stakep$ t4arl~s, ,etc., shall,be caTj_ l41 y P eserled by the COMMACTO~ arr }ri;g4pR,,og;,9ars~ase,destruotion or rerpv by him gr,his x emQ~AYel4~ Leh.:f al144,+!,~c4lalrKli,,atctt; shall be, repls,90 ±4~ Lhe; *A00416 expense. 2'P'Qj 6. ! E ' U .The, ENLiINFP spill have the,rigbt of euperv s on of the 1ror. , to, the ,liwitpd extent, heri$;Aftez. Mnito*; for the purpose of seeing than the improvements are oonstructed in contoniiy pr, that the. $N I~IEE ~S V,;o„the opnt~r~gt,,; t ls,,undorstoodiand Agreed,, hpifly mupgtl!ls 4n«}fi :fob Tt a qol~ purpose ,of ; sepin~tJ, atji be imE `a ~M+►n onst e d 4, + t ir~_,ag or anoe with the,pcntraPt, trp! e0 t. t3a4ti- ; , upo9~,^~4mpAiQ,'?,wi„!!~I i4lPr 4m4#?tsicAtd'9~'~!lnS:~°~Sh4rP.aas spra cations and other contract documents. The ENGINM is the ENO o!'~ .,.f OWNER, As aforesaid, and all supervision and other duties of the ENGINEER under„th,a1gor?t~ragf are, o,r tpe sole bene;ft,of the, QWIJ Ei~ tiu;psrtiss,w , nt,th!4t, these. p'o!!l~aions Chill iriE:, h~Ake4 Mi9t3n$.'r~}it4 'at the L ,o. ag,, 4t aj W~'tY, tR. this eg;eempnt„ :ape; QM' 'NAA is and'A'A .j.j 4T VWq + OgAa !a 4Ptr4 nt ,P.ontri44,,, solely; r48Ponsible fors tpA ?ir ~4 ,R ,,4P~ ~ sh? r1g hts,vQr~4.,gmr!k+#~!~ 4 s 1•Q3~°4,,rso{ss,l3y .r'4a!l9n,;o opera, !?s h? z ,,1~,. uh nder.. ° . a~'ytt}ority,.nfiis regard h 1~~ by baited ~ a nig of vet4iw t,A a,a , ate Q dpi hooi, - in',tbgrEPMM'S opinion 'y Id, pr q~t,,Q! a,, t~ "Qvq I , 4 R 3 tQ the vS. ntr,aot. ,W shall have *MuRhor~ty to atop the ¢¢n8YI ~c ,s ,°pMa °~1!a ~')1 necessary to invire the proper execution o the contract, i1.~~Jillul" 1 t ~i,, R •.f SwF ~I "y'fill dii'."itw~ 'n ~~~P' per In °-r,a4 , °Y443~ 8} t°s~ lurage It is r18 a18fi°~ ehfiiI'64 14At1r ln+f 4~4 48>>ers!Fr ,.of,.worl5 rrb ct~;,{yrp~to k spa . amoun s a quantitiea o the sexeral Xin44 85' 9-1-66 _ for under this contract. He shall determine all questions in relation to said work and the construction thereof, and shall in all cases decide every question which may arise relative to the execution of this contract on the part of said CONTRACTOR. The ENGINEER'S estimates and findings shall be the conditions precedent to the right of the parties hereto to arbitra- tion or to any action on the contract, and to any rl.ehts of the CONTRACTOR to receive any money under this contract; provided, however, that should the ENGINEER render any decision or give any direction which, in the opinion of either party hereto, is not in accordance with the moaning and ihtent of thin contract, either party may file with said ENGINEER within fifteen (15) days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the question so raised to arbitration as herein provided. It is the intent of this agreement that there shall be no delay 'in the execution of the work; therefore, the written decision or direction] of the ENGINEEI: as rend prod shall be promptly carried out, and any claim arising therefrom shall be thereafter adjusted by arbitration as hereinafter provided. The ENGINEER shall, within a reasonable time, render and deliver to both the OWNER and the CONTRACTOR a written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work or the Interpretation of the contract, specifications and plans. Should the ENGINEER fail to make such decision within a reasonable time, an appeal to. arbitration may be taken as if his decision has been rendered against the party appealing. Whgnever,the words '}directed", "required", "permitted", "designated", "considered necessary 1% 'prescribed". or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription, of the ENGINEER is intended; and similarly, theiXords "approval", "acceptable", "satisfactory", or words of like import shall mean approved by or acceptable or satisfactory to the ENGINEER. 2.03, SUPERINTENDENCE _AND, N PECTI . It is agreed by the CONTRACTOR. that the ENGINEER shall be an is hereby authorized to appoint from time to time such subordinate engineers, supervisors or inspectors as the said ENGINEER may deem proper to inspect the, material furil,tished and the work done under this agreement, and to see that the said material is furnished and said work is done in accordance with the speoificatlob therefor. The CONTRACTM shall furnish all reasonable aid and assi.1tanoe required by the subordinate engineers, supervisors or inspectors for the proper inspection and examina- tion of the work. The rulings and decisions of any such, subordinate engineers, supervisors or inspectors so appointed, when consistent with the obligations ofithis,tagreement and the accompanying, plans and specifications shall have the same force and effect as rulings and decisions of the ENGINEER hereunder; provided, however, should the CONTACTOR object to aq,ruling or decision' by such, subordinate engineer, supervisor or inspector, thn,CONMCTM may within sik (6) days make written appeal to the ENGINEER. for his decision. 9 9-1-66 2.04 ('ONTRACTOR's rmy Am Ul'ERMENDENCE. The CONTRACTOh stall give per- sons attontion to the faithful prosecution and completion of this contract and r.hall koop on tho work, during its progress, a competent wiparintenxde;;t tiro, aq r,oeossary assistant, all satirfactory to tho ENGINEER. T+.e super. intendent shall represent the CONTRACTOR in his absenep and all 6ireetions given to him shall be as binding as if given to the CONTRACTOR. The CONTRACTOR is and shall at all times remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, so long as such methods do not adversely affect the completed improvements, and solely responsible for the safety of himself, his em- ployees and other persons, as well as the cafoty of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder. 'r'ne CONTRACTOR is and at all times shall remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to select the means, method and manner of performing such work, so long as such methods do not adversely affect the completed improvements, the OWNER and ENGINEER being interested orlV in the result obtained and conformity of such completed improvements to the plans, specifications and contract. Likewise, the CONTRACTOR shall bo soleT,' responsible for the safety of himself, his employees and other pe~sdns' ad' 0611 as the safety of the improvements being erected and the prope'ri~ of himself or'ar~y other person, as a result of his operations hereo under. Engineering construction drawings and specifications, is well as any additional information concerning the work to be performed passing from or thrgggh the OWNER or'ENGINERR, shall not be interpreted ad requiring or . ' allowing CONTRACTOR to deviate from the plans and speeifications,'the intent of'such'dtawing ,'specifications and any other such instructions being"to d@fir;a with par iCulirity the agreement of the partied as to the work the CONTRACTOR is to perform. CONTRACTOR shall be fully and completely liable, at his bwn expense, for design, construction, installation and use, or non-use, of all items and methods incident to performance of the contract, and £or',all loss, damage or injury incident thereto, either to person-or. property, including, without limitation, the adequacy of all temporary supports, shoring, bracing,'seatfolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction, Any review of work in process, or any visit or observation during construction, or arg).%Iarificatioh of plans and specifications, by the CWNtR or ENGINEER, or any agent, employee or representative of'either of them, whether through personal observation on the project site or by neano of ap►koval of shop drawings for temporary construction or construction processes, or by w-A~ other' laeans or method, i's' agreed by the CONTRACTOR" to be, for„ h e purpose of observing the'exteht and nature of work completed or' heing:pe;rformed, as measured against the drawings and specifications constituting the contrhet, or for the purpose of enabling CONTRACTOR to more' !'a'lly t:nderstand the plans' and 'specifieations so that th'e' completed constr'Aion'fork will conform thereto, and shall' in no way relieve' the CONTRACTOR from full and complete responsibility for the proper performance of his work on the project, including but without limitation the propriety 10 9-1-66 of means and methods of the CONTRACTOR in performing said contract, and the adequacy of any designs, plans or other faoilities for accomplishing such performance. Deviation by the tONPRACTOR from plans or specifications that may have been in evidence during any such visitation or observation by the OWNER or ENGINEER, or any representative of either of them, whether called to the CONTRACTOR'S attention or not, shall in no way relieve CONTRACTOR from his responsibility to complete all work in accordance with said plans and specifications. 2.05 CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the CONTRACTOR has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and faoilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. No verbal agreement or conversation with any officer, agent or employee of the ENGINEER or the OWNER, either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. 2.06 CHARACTER OF-WORKMEN, The CONTRACTOR agrees to employ only orderly and coMpeteht men', skillful in the performance of the type of work required under thi'd eonteact 'to do the work; and-agrees that whenever the ENGINEER shall inform hi.rt in writing'that' any man or men on the work 'are, in-his opinion, incompetent, unfaithful or disorderly`,' such man or men 'shall be discharged from the work and shall not again be employed on the work without the' ENGINEER' S-**ittan' consent: 2 CONTRACTOR'S BUIIDINOS. The building of structures foi'hoilsing men,' 6t'th6 'ere6ti6n of silts or other forms o!' ptotecttoh, Vill be, permitted ' oftly''at such'plabes'as theENGINEER may'di"A, and the sanitary conditions of gr-ddhds in dr'about such structures 'shal I at all times be maintained' in 'A manner satisfactory to the ENGINEER. 2.08` SANITATION, Neoessaiy sanitary conveniences for thelise of laborers on the work, properly secluded from public observation, shalt be construbted and by the CONTRACTOR in such manner and at such points as shall approved by the ENGINEER, and their use shall be strictly enforced. 2.09 SHOP MAWINGS, The CONTRACTOR shall' submit to the ENGINEER; with such Promptness ad to cause' ho delay its his own work or in that 'of AO other Contractor,' four copies, unless otharwise'specified, of all shop and/or setting'dl•awings and schedules required for the work of the various trades, and the ENGINEER shall pass upon their with' reasonable promptness, making desired corrections, The CONTRACTOR shall make any corrections f4 joired `by' t}ie ENGINEER, 'file with hits two corrected copiss-and- furnish suchlothdr copies as may be needed. The ENGINEER'S approval of such-driwings J0i1 A'ohdddles'`shall ildV ralteile'thi' CONTRACTOR fi6M> irespofisibil ty fdr dMa- tioh§''from'drawings or specifications, unlais'h6 hd3'ir, writing aillid the • ENGINIMR!S attohttots'to'sud} deviations at the'tiM of subzhlisibti, nor shall ii 9-i-66 it relieve him from responsibility for errors of any sort in shop drawings or schedules. Such review by the ENGINEER shall be for the sole purpose of determining the sufficiency of said drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve the CONTRACTOR of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that neither the ENGINEER nor the OWNER assumes any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during CONTRACTORS performance hereunder. 2.10 PRELIMINART APPROVAL. The ENGINEER shall not have the power to waive the obligations of this contract for the furnishing by the CONTRACTOR of good material, and of his performing good work as herein described, all in full accordance with the plans and specifications. No failure or omission of the ENGINEER to condemn any defective work or material shall release the CONTRACTOR from the obligations to at once tear out, remove and properly replace the sane at any time prior to final acceptance, upon the discovery of said defective work or material; provided, however, that the ENGINEER shall, upon request of the CONTRACTOR, inspect and accept, qualify, or reject any gaterial furnished, and in event the material has bean once accepted, by the,MINEER, such acceptance shall be binding on the OWNER, unless it can be clearly shown that such material furnished does not meet the specificattons for this work, Any questioned work may be ordered taken up or,removed for re-examination, by the ENGINEER, prior to final accep~ance, and if found not in accordance with the. specifioatigns:for said work,, all expense of removing, re-examination and rsptacgment shall be borne by the C.I'TRACTOR',76thertilti tbe,sxpense that incurred shall be, allowed as EXTRA WORK; od shall be paid for by the OWNER; prow ded that, where inspection or approval is specifically required by the specifications prior to performance of certain work, should the CONTRACTOR proceed with such work without requesting prior inspection or approval., he sha I bear all, expense of taking up, removing, and replacing this work if so, irected by the ENGINEER. 2f. 11 DEFE216-AND , THEIR REMEDIES. It is further, agreed that if the work or any par thereof.' or any material brought on the site of the work for use in the work or selected for the sane,, shall be deemed by the ENGINEER as unsuitable,or not in conformity wi.h the specifications, thi CONTRACTOR shall, after receipt of written notice `hereof from the ENGINEER, forth- with remove such material and rebuild or otherwise remedy such work so that it will,be in full accordance with this contra^t. 2.12, CA1NG~ EAMD ALTERATIONS. The CONTRACTOR further agrees that the OWNER may make such changes and alterations as the OWNER may, see fit, in the line, grade, !'orm~ dimensions, plans, or materiels for the work herein contemplated, or,.any part'thersof, either before or after the beginning of the construc- tion, without affecting the validity of this contract and the accompanying performance and payment bonds. iz 9-1-66 If such changes or alterations diminish the ouartity of the work to be donet they shall not constitute the basis for a clam .'or damages, or anticipated profits on the work that may be dispensed with, except as provided for unit price items under Section 5, "Measurement and Payment". If the amount of work is increased, and the work can fairly be claitsified under the specifi- cations, such increase shall be paid f,:)r according to the quantity actually done and at the unit price, if any, established for such work under this contract, except as provided for unit price items u,der Section 3, "Measure- ment and Payment"; otherwise, such additional work shall be paid for as provided under Extra Work, In case the OWNER shall ,Ake such changes or alterations as make useless any work already done or material already fur- nished or used in said work, then the OWNER shall recompense the CONTRACTOR for any material or labor so used, and for any ac;,ual .`.oss oooasioned by such change, due to actual expenses incurred in prepar&I-ion for the work as originally planned. 2.13 RIGHT OF ENGINEER TO MODIFY METHODS AND EQUIPMENT. If at any time the methods or equipment used by the CONTRACTOR are found to oe inadequate to secure the quality of work or the rate of progress requires under this con- traot, or the working force of the CONTRACTOR is inadequatt,,for securing the progress herein specified, the ENGINEER may order the:CINTRACTOR in writing to inoreaus their safety or improve their character and efficiency, or to increase his force or equipment or both, and the CONTRACTOR shall however, is for the comply with such order. Such authority of the ENGINEER, sole benefit of the OWNER and the safety of the improvements, in order to seMr4ro!their erection in conformity with this contract; it shall remain the soie•duty and responsibility of the CONTRACTOR to take adegaaUi pri*tions in his.operations for the safety of persons and property. sq iailure of the 4NGINEER to complain ,of the methods and equipment of the C01MAM OR shalt excuse,or relieve the CONTRACTOR of liability for damage to the property or improvements of the OWNER by reason of his negleot or omission. 3. GENERAL OBLIGATIONS AND RESPONSIBILITIES ,3401 KEEPING OF PLANS AND SPECIFICATION'S ACQESS_• The ENGINEER shall furnish tha CONTRACTOR with an adequate and reasonable number of copies of all plans and specifilations without expense to him, and the CONTRACTOR shall keep one copy o" the same constantly accessible on the work, with the _latest revisions noted thereon. 3.02 OWNERSHIP OF DRAWINGS. All drawings, specifications and copies thereof furnished by the ENGINEER shall not be reused on other work, and, with the exception of the signed contract sets, are to be returned to him on request, at the completion of the work, All models are the property of the OWNER. X03 AD_.,, EQUAC OF, • ; It is understood that the OWNFi.believes he has empioyed,competent engineers and designers. It'is, therefore, agreed that ,,ths.OWNER shall be responsible for the adequacy of the design. sufficiency of the t cothe mpleted project; provided thee practicability of Documents, of ' 13 9..1-66 t; y CONTRACTOR has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the OWNER. The burden of proof of such compliance shall be upon the CONTRACTOR to show that he has complied with the said re- quirements of the Contract Documents, approved modifications thereof and all approved additions and alterations thereto. .04 RIGHT OF n INTRY. The OWNER reserves the right to enter the property or location on which the works herein contracted for are to be constructed or installed, by such agent or agents as he may elect. 3.05 COLLATERAL CONTRACTS. The OWNER agrees to provide by separate contract or otherwise, all labor and material essential to the completion of the work specifically excluded from this contract, in such manner as not to delay tha progress of the wcrk, or damage said CONTRACTOR, except where such delays are specifically mentioned elsewhere in the Contract Documents. ,06 LTSCREPANCIES AND OMISSIONS, It is further agreed that it is the intent of this contract that all work mast be done and all material rust be furnished in accordance with %he gererally accepted practice, as determined by the ENGINEER, and in the event of any discrepancies between the separate contract dccuhAnts, specifications or drawings, the ENGINEER shall define which is'intended to apply to the work. 3.07, _ t OIISMEN' ti ATERTALS AMID CONSTRUCTION PLANT, The CONTRACTOR shall pr6Vid9'Zl tools,' equipment, maehinery,,matdtlals, and construct idn'olant and, facilities necessary in the prosocution and completion of the cohtract, ezc`ept'as'Otherwise specifically set forth to be provided by the OWNER, The COR11ACTOR shalt be responsible for the care, preservation, conservation, and proteotidn of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means'of construction, and'afW and, all parts of the work, whether the CONTRACTOR has been paid, partially paid, or not paid for such work, until the entire work Is completed and accepted. 3.4jjPROTECTION AGAINST ACCIDENT TO EMPLOYEES AND_THEPUBLIC. The CONTRACTOR shat take out and procure 'a policy or policies of workmen's compensation insurance With an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workman's Compensation Law of the State of Texas. The CONTRACTOR shall at all times exercise reason- able precautions for the safety of employees and others on or near the work and still comply with all applicable provisions of Federal, State and Muni- cipal safety laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "?4anual'$f Accident Prevention in Construction" of the Associated General Contractors of America, except where incompatible with Federal, State, or MuniclpAl lativo or regulations. The CONTRACTOR shall,provids such machinery guards, 'safe walk4ays, ladders, bridges, gangplanks, and other safety devices as may be required as requisite to the prevention of accidents, The CONTRACTOR 14 9-i-66 is Lo.,L`lify ancti ,-,avo\\har♦m^le.-ss the ~J+iiii!dL ant! &11 his ^ officorl- a~'Qyi}`'J ,arzi or."3LG~/.:aJ, and tro +1i.i~1~IIM"E" and }.V-~jf{tr ai4 c:::?Oyce, +i Vll. ~.iU i.10b 'ill suits, aC-Uoi:,, c1Jins, dGt1.Y:C~ or ~'S.;j7C9.:mss, of a-,Y .5C1'i ')U 41 I/,JV! 4 4/J ♦ T .;r~y r t..,. 1' ^r..Li .Ici C ./V 1. 1' tY on, G1aVr•r1J1i G l♦ (1 1.Ji uV Vl. j', 1 Y1 1♦. ai.V LL 1~, 4., rV yf of Vf '1'1 rG• or on accc4unt of any in,,;urias or data;,Zos to ~,ur LO!.S or proprrty, G:^ C PS i.76se L .+6•u 2:f,~,~..v at of ally o-,."a„ Kit J, 'Cdly YuCG1Ycd or J lust1i no~~. G. aCCG:.nt of any act or f tilt of i:0.NT,1 %"'TOd, his aiLOrits, employcr;a or r4~rGSCr+t.ltlVl~', or contractors, t1:Gin i46,ent3 Or ea:5loytos, in thG GZOCllticn of Said contract or any O;Jvrati0n5 t+ G:G1:;ui:r, or or, .li:COllrit of the +&+ILrG of any cr S,Gn, +ir.^. or corporation to provide necassary barricades, warriirZ li(;CitS Or si;;rs, or to ta:;a any other safety precautions, This agroerrcrit of indcmnity shall ei- tand to and inciudo any wait, action or claim, of any c!,araatc ar,6 description, al'_cL,cdly arising out o:' the concurrent nagligorce of t'r:-j C . ?.ACT-C and/or any Sub-contractor, their ,.gonts, represontatives or &mployaes, and the Ji Z` , 01' it3 0. A s, agonts and Glaployeus, and/or the ZIVGDu..'yi, his a„ ents and cmuloyees; and tha CONTRACTOR and his Sureties will bo req'.aired to pay any ,,ud;want, with costs, which may be obtained against any party horeby in. damnified, growing out of such alleged injury or damage. The Safety pre- cautions actually takon and their adequacy shall be the sole responsibi;ity o£„the; COY:RACL(Xlo in his sole discretion as an independent contractor;(the inclusion of this paragraph in the agreement, as well as any notice which xay be given by the WER, ENGIM2R, or their representatives concerning omissions • urdbr,this paragraph asL;the work progresses, are intended only as reminders to the.CONTWIOR of his duty in said regard, and shall not be construed as any assumption of duty to supervise,sat'ety precautions by either the ofiu.R or ENGMER. r.09 PERFaRMANCE AAM PA't't•;Er BONDS. It is further agreed by the parties to this Contract that the CONRAC?OR will execute separate performance and payment bonds, each in the sum of one hundred (1000 percent of the total contract price, on standard forms for this purpose, guaranteoing faithful performance of the work and the fulfillment of any guarantees required, and further guaranteeing payment to all persons supplying labor " materials or'fumte - ing him any equipment in the execution of the Contract, and it is agreed that this Contract shall not be in effect until such performance and payment bonds are furnished and approved by the OWNER. Unless otherwise approved in writing by the OWNER, the surety ccapany under- writing the bonds shall be acceptable according to the latest list of com- panies holding certificates of authority from the Secratary of the Treasury of the United States. As herein provided for GUARANTEEp the performance bond stall retrain in effect for a period of one year after the date of the Certifi- cate of Acceptance by the OWNER. The cost of the premium for the performance and payment bonds shall be included in the CO,INTRACTOR'S proposal. 3.10 LASSES FROM NATURAL CAUSES. All loss or damage to the CONYMACTM arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstances in the prosecution of the • same, or from unusual obstructions or difficulties Vaich may be encountered in the prosecution o-: the work, shall be sustained and borne by the CO.N RACToi at his own cost and expertise. 15 9-1-66 L d. . 3.11 PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this Agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. The CONTRACTOR agrees to indemnify, save and hold harmless the OWNER and the ENGINEER against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of the contract; but any such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. 3.12 PRCTECTION AGAINST CLAIMS OF SUB-CONTRACTORS, LABORERS, MATERIALMEN AND FURNISHERS OF MACHINERY, FQUIPMENT AND SUPPLIES. The CONTRACTOR agrees that he will indemnify and save the OWNER harmless from all claims growing out or the lawful demands of sub-contractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, Including commissary, incurred in the furtherance of the performance of this contract. When so desired by the OWNER, the CON- TRACTOR shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the CON- TRACTOR fails so to do, then the OWNER may at the option of the CONTRACTOR either pay directly any unpaid bills of which the OWNER has written notice, or withhold from the CONTRACTOR'S unpaid compensation a slug of money deemed reasonably sufficient to liquidate any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully dis- charged; whereupon payments to the CONTRACTOR shall be resumed in full, in accordance with the terms of this contract, but in no event shall the_pro- visions of this sentence be construed to impose any obligation upon the OWNER by either the CONTRACTOR or his Surety. 3.12 PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION, The CONTRACTOR shall pay all royalties and license fees, and shall provide for the use of any design,.device, material, or process covered by letters patent or copy- right, by suitable legal agreement with the patentee or OWNER. The CON- TRACTOR shall defend all suits or claims for infringement of any patent or copyright rights and shall indemnify and save the OWNER harmless from any loss on account thereof, except that the OWNER shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material, or process,'or the product of a particular manu- facturer or manufacturers is specified or required by the OWNER; provided, however, if choice of alternate design. device, material, or process is allowed to.the CONTRACTOR, then CONTRACTOR shall indemnify and save OWNER harmless from any;lose on account thereof. If the material or process specified or required by the OWNER is an infringement, the CONTRACTOR shall be responsible for such loss unless he p-omptly gives such information to the OWNER. 16 9-1-6b ~r 3.14 LAWS AND ORDINANCES. The CONTRACTOR shall at mes observe and comply with all Federal, State and local laws, or",- anJ regulations, which in any manner Affect the contract or the wurr, and shall indemnify and save harmless the OWNER against any claim ariei.ng from the violation of any such laws, ordinances, and regulations, whothor by the CONTRACTOR or his em- ployees, except whore such violations are called for by the provisions of .the Contract Documents. If the CONTRACTOR observes that the plans and speci- fications are at variance therewith, he shall promptly notify the ENGINEER in writing, and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the CONTRACTOR performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the ENGINEER, he shall bear all costs arising therefrom. In case the OWNER is a body politic and corporate, the law from which it derives its powers, insofar as the same regulates the objcnts for which, or the manner in which, or the co x3lf.ions under which the OWNER may enter into contract, shall be controlling, and shall be considered as part of this contract, to the same effect as though embodied herein. 3.15 ASSIGNWNT AND `'UBLE7-TING. The CONTRACTOR further agrees that he will retain porennat control and will give his personal attention to the fulfill- ment of this contract and that he will not assibn by Power of Attorney, or otherwise, or sublet said contract withCLt Me written oonjont.of_.ths__.OWNER, and that no part or feature of the work will be sublei, to anyone,objeetion- able to the ENGINEER or'the OWNER. The CONIRACTOR further itgreas that the subletting of- any'portion or feature vf' the Work, or materialst required in L14o per,"fortnance of this contract,' shaLl not, relieve Vim C014TUCTOR from his full obligations to the OWNER, as provided by this Agrue»ent'.' 3.16 CONTRACT'OR'S AND SUB-CONTRACTOR'S INSURANCE. Thh CONT:?".C'OR ohall taut commence work under this contract until he has a tainrid all the insurance required 'under tt;.* following sub-paragraphs and such ins+.+rRncN has been approved by the OWNER, nor shall the CONTRACTOR allow al-,y -ul~'- aLowCi•aotor to'oormohce work on a sub-contract until such sub-^-!ntra^Cor' has obtained cotrplett'insurance coverage as required for the CONTRACTOR, 3.161 fOMPE11SATIOA INSJAANCm.. The CONTRACTOR shall procure and shall main- tain during the life of thii contract Workmen's Compensation Insurance for all of his employees-to be engaged in work on the project under this contract and, in case of any such work sublet, the CONTRACTOR shall require the sub- contractor similarly to provide Workma:i's Covpsn%,atior, Insurance for all of the latter's employeAs to be engaged in su--h work, unless such e:nplcyoes ara coticred by the protection afforded by the Contractor's Workmen's Compensa- tion Insurance. In case any class of employees engaged in hasArdous work on the project under this contract is not protected under the Workmen's Co:rhenrx- tion Statute, the CONTRACTOR shall provide, and-shall cause each sub-contractor to provide, adequate Employer's General Liability Insurance for the protection of such of 'his employees not otherwise protected. 3.162 CONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMACE INSURANCE. The CONTRACTOR shall procure and shall maintain during the life of this cortra-t 17 9-1-66 I Contractor's Comprehensive General Liability Insurance in an amount not less than $100,000.00 for injuries, including accidental death, to any one per- son. and subject to the same limit for each person, in an amount not less than $300,000.00 on account of one accident, and Contractor's Property Damage Insurance in an amount of not less than $50,000.00 on account of one accident and $100,000.00 aggregate. The CONTRACTOR shall also furnish Owner's Protective Liability Insurance, which by express provision or endorsement shall also inure to the benefit and protection of the ENGINEER, as separate policies or as a part of one of the above mentioned policies or by endorsement then moo, in the amount set forth for public liability and property damage. 3.163 AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAWE. The CONTRACTOR shall procure and maintain, during the life of the Contract, Automobile Insurance in an amount not less than $100,000.00 for injuries, including accidental death, to any one person and subject to the same limit for each person, an amount not less than $3000,000.00 on account of one accident, and automobile property damage insurance in an amount not less than $50,000.00. 3.164 SCOPE OF INSURANCE ND SPECIAL HAZARD. The Insurance required, under the above paragraphs shall provide adequate protection for the CONTRACTOR and his sub-contractors, respectively, against damage claims which may arise from operations.under this contract, whether, such operations be by the in- sured or by anyrone.dirsotly or iMireotly employed by him. Insurance also shall be provided against special hazards, if any, as ray be set forth in the Special Conditions or Special Provisions, or elsewhere in these Con- tract Documents. For contracts involving work to be performed within the corporate limits of any municipality and for contracts imrolving pipe line construction (water, sewer, or other), the CONTRACTOR shall furnish insurance as separate policies or by additional endorsement to one of the above mentioned policies, and in the amounts as set forth for public liability and property damage, the following insurances (a) Blasting, prior to any blasting being done. (b) Collapse of buildings or structures adjacent to excavation (if excavations are to be performed adjacent to same). (c) Damage to underground utilities. 3, 16.5 PROOF OF CARRIAGE OF INSURANCE. The C014TRACTOR shall furnish the OWNER with satisfactory proof of coverage by insurance required in these Contract Documents in amounts." by carriers satisfactory to the OWNFIt. Proof of carriage of insurance by sub-contractors shall also be furnished. 18 4-1-66 . 3,17 GF[MiAL INDF,M FICATION. Z'ho CONTRACTOR aereos, without in any way limiting other provisions of this contract, to protect, indomnify and hold the (}'.,INM and ENGINEER free and harmless from and against any and all claims, liens, demands, liabilities, penaltios and causes of action of every kind and character, including but not limited to, the amounts of ,judgments, penalties, interests, court costs, costs of litigation and roasoriable legal fees incurred by tho'OWNER or ENGINM in defense of same, arising in favor of governmental agencies or any third parties (including, but not limited to, CONTRACTOR and Sub-Contractors and employees of CONTRACTOR and Sub- Contractors) on account of taxes, claims, demands, liens, debts, penalties, "personal injuries, death or damages to property, and without limitation by enumeration, all other claims, demands or causes of action of every character occurring or in anywise incident to, in connection with or arising out of the work performed and to be performed by CONTRACTOR hereunder, including specifically but without limitation, design and installation of temporary supports, shoring, bracing, scaffolding and similar items, whether or not occasioned by the negligence, carelessness or want of skill of CONTRACTOR or his servants or employees, or that of his Sub-Contraotors or their employees, or in connection with or arising out of any deviation from plans or,spocifications even though such deviation occurs with or without they now- ledge'of 'the OWNER or ENGINEER, and whether or not such deviations have boon . called to CONTRACTOR'S attention, except insofar as responsibility, 4 aryl may be expressly assumed by the OWNER or ENGINEER under the provisions of this gohtraot. .18r~,6AR NT E: The;CONTRACTOR-shall guaranteethe work _against, failure or ma fun tiot~'dile to' d eciivi t' rAteriale br workmanship tor': a period: Q . one year from the date of the written Certifioate of Acceptance of.tbo;CUM;.. Where the_COYMCTOR is required to procure and furnish articles manufactured by MIV0618 b, 'tWa standard warranty/, if arty, of the manufacturer tbereof.shall,.. ER.by CONTRACTOR .in form to inure to OWNER'S benof? t, be to OWN This gu4r.Aiee'wili,not: apply to defects of any-materials or equipment fur- nished bpi'the'OVIM to tha CONTRACTOR for installation: however,. the. guarantee will apply to any defects in workmanship in the installation by the CONTRACTOR of such materials or equipment. When defective material and workmanship are discovered, al! required repaita s}ia1Z be made by the' CONTRACTOR at his own expense. Such repairs shall be initiated within five (S) days eft'er written notice of such defects has been give p. by the OWNER and the) work of the repairs shall proceed Kith dispatch, so that 'th6.;repairs will be completed within a reasonable length of Limo. Should tii~`~L~ONTRACTOR'fail.to initiate the repairs within five (5) days after written, notice:6rAshould he fail to complete the repairs within,a reasonable. time, the OWNER may make the necessary repairs and ohargs the CONTRACTOR with all costs'"ih6aie6d thArefor: As a part of.this guarantee, the CONTRACTOR'S Performance Bond shall regain -in i06c. Vfb'.s period of one.year after the date of written acceptance_ by the OWIQEA , IA: 19 9.146 4 cK. - 3;19 W,1 rF; RATES. 'Thu OWNER in aucoi•danco with statutory requirements has determined tho gonoral. prevailing rates of wages as applicable to the project, and tha CONTRACTOR shall p;.y not, less thon tho rates of wages so determinod. A copy of the sehodule of prevailing wage ratus as established by the O'rNER is included as a part of those ConLract Docum(snts. 4, PROSECUTION AND KROGRESS 4,01' TIM AND ORDV CJ;^,P1.ETION. It is the naaning and intent of this contract, unless oti-.arwise herein specifically provided, that the CONTRACTOR shall prosecute his work at such times and seasons, in such order of preced- ence, and in such manner as shall be most coxulucive to economy of construc- tion; provided, however, that the order and the time of prosecution shall be such that tt,e work will b3 substantially completed as a whole and in part, in accordance with this contract; the plans and specifications, and within the time of completion designated in the Proposal; provided, also that when the OWNM is having other work done, either by contract or by his own force, the ENGINEER may direct the time and manner of constructing the work done under this bontraot, so that conflict will be avoided and the oo,3struction f of the various'Works being done for the OWNER will be harmonized. The CONTRACTOR shall submit, at such times as may reasonably be' rbque,sted by the ENGINEER, schedules which shall show the order in which the'CONTRACTOR''' proposes'~to•oarry~6n~ the .work, with, dates at which the CONTRACTOR_itill start the several. parts of%the work, and estiasated dates of co p lotion'ok the several ca partA. (H Within severe (7) y days after. the eAd of wch calendar inonth, shall re port--in i w icing i to the. ENGMEZ, (Lny- day CIA iMa, to behunsu V' b~~Or ' working. Within seven (7) days hereafter, the E''MER'shall agree or " disagree ih'writing as to whether the time claimed as not suitable f}r. working shall be so, recognized and the $NGINEsER'S d i ecsion shall'b~e'f~nil 4.02 EXTENSION OF TIM Should the CONTRAM Zl be delayed in the completion of the w,&-k-by any aot or neglect of the OWNER or ENGINEER, or of any, .em- ployees of either, or by.other cortraotors,employed by the OWNRR, or 6y 'changes' ordered in the work, or by strikes,.lockouts, fires, and unusual delay's by' common carriers, or unavoidable cause or causes beyond the CONVRACTOR'S control, or by stay. cause which the.ENGXNEE3,may decide justifies.the delay,' ther,'ari extension of time. shall. be,allowed,for,completing the Work, suffioient. to eompeneate-for.the delay;.the awunt,of the extension. to be de~,ermiried by tke E~iCr;Ct4EFR; -provided hoKavar, that.the .CONTRAC TOR' hali give the ENGINEER notice in writing of the cause of such'delay within ten (2C) days from inception of such delay. m NCE Af amEhi hindrances claixs or hfrom "ecausth COe TOR' fthe Be ng delays P work is supped by order of the OWNER) during the progress of any portion of 20 9-i-66 i the work embraced in this contract. In case said work may be stopped by the act of the OWBtFO then such expense as in the judgment of the ENGINEER is caused by such stoppage of said work shall be paid by the 00ER to the CONTRACTOR. 4.04 LIQUIDATED DAMAGES. The CONTRACTOR agrees that time is of the essence of this contract, and that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and contracted for (after due allowance of such extension of time as is provided for under Extension of Time hereinabove), th."a OWNER May withhold permanently from the CONTRACTOR'S total compensation, the amount per day given in the following schedule, not as a penalty, but as liquidated damages and for added expense for engineering supervision, etc. In connection with the projects Amount Amount of Liquidated Of Contract Damages Per Day $ 100,000 or less $i00 100,001 to 500,000 150 5009001 to 1,000,000 200 1,0000001 to 2,000,000 300 Over 290009000 400 5. MEASUREMENT AND PAYMENT 5.01 QUANTITIES AND MEASUREMENTS. No extra or customary measurements of any kind will be all awed, but the actual measured and/or computed length, area, solid contentq,number, and weight only shall be considered, unless otherwise sp"ificglly provided. 5.02 ESTYMATED'QUANTITIES. This agreement, 'Lnclu Hng the specifications, plant'ihd estimate, is intended to show clearly all work to be done end material-to b`e furbished hereunder. Whore the estimated quantities are. shown for the various classes of work to be done and material to be furnished under, tthis' contract, they are approximate and are to be used only as a basik for estimatit4p, the probable cost of the work and for comparing the proposals offeredof the'wbrk. It is understood and agreed that the actual amount of work to be done and material to be furnished under this contract may differ sanewhat'from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and the material furnished. Where payment is based on the unit price method, the CONTRACTOR agrees that ho will make no claim for damages, anticipated profits or otherwise on account of any differences which may be found between the quantities of work actually done, ttie material actually furnished under this contract and the estimated quantities contemplated and contained in the proposal; provided, however,: that in case the actual 'qua~tity of any item should become as much as 259 more than, or 259 less than the estimated or contemplated quantity for such items, then either party 21 9-1-66 a' to this Agreement, upon demand, shall be entitled to a revised consideration upon the portion of the work above or below 25% of the estimated quantity. Any revised consideration is to be determined by agreement batween the parties, otherwise by the terms of this Agreement, as provided under "Extra Work". 5.03 PRICE OF WORK. In consideration of the furnishing of all the necessary labor. equipment and material, and the completion of all work by the CONTRACTOR, and on the completion of all work and of the delivery of all material embraced in this contract in full conformity with the specifications and stipulations herein contained, the OWNER agrees to pay the CONTRACTOR the prices set forth in the Proposal hereto attached, which has been made a part of this contract. The CONTRACTOR hereby agrees to receive such prices in full for furnishing all material and all labor required for the aforesaid work, also for all expense incurred by hirr., and for well and truly performing the same arr3 the whole thereof in the manner and according to this Agreement, the attached specifi- cations and requirements of the ENGINEER. 5.04 PARTIAL PAYMENTS. On or before the 20th day of each month the ENGINEER shall prepare a statement showing as completely as practicable the total value of the work done by the CONTRACTOR up to and including the last day of the preceding month; said statement shall also include the value of all sound materials delivered on the site of the work that are to be fabricated into the work, The OWNER ahall thep pay the CONTRACTOR on or before the 15th day of the current month the total amount of the ENGINEER'S Statement, less,,10 Percent, of the amount thereof, which 10 percent shall by retained until final payment, and further leas all previous paydents and all further sums that may be retained by the OWNER under the terms of this Agreement. It is understood, howevbr, -that,in case the whole work be near,to completion and acme un- expected and, unusual delay occurs due to, no fault or neglect on the part of the CONTRACTOR, the OWNER may - upon written recommendation of the E`.+GINEER - pay a reasonable and equitable portion of the retained percentage'to the CONTRACTOR; or the CONTRACTOR, at the OWNER'S option, may be relieved of the obligation to fully complete the work and, thereupon, the CONTRACTOR shall receive payment of the balance duA him under the contract subject only. to the conditions stated under "Final Payment". 5.05 USE OF COMPLETED PORTIONS. The OWNER shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work of such portions ,my not have expired, but such taking possession and use shall, not be deemed ah acceptance of any work not completed in accordance with the Contract Docu- ments. If stich prior use increases the cost of or delays the work, the CON- TRACTOR shall be entitled to such extra compensation, or extension of time, or. both; as the 9,61J EER may determine. The CONTRACTOR shall notify the ENGINEER when the contract is "substantially completed" and the ENGINEER shall forthwith advise the CONTRACTOR in writing 22 9.1-66 of any work undone which in the ENGINEER'S judgement should be done, if any, in order to substantially complete the work. The "substantial completion" of the structure or facility shall not excuse the CONTRACTOR from performing all of the work undertaken, whether of a minor or major nature, and thereby completing the structure or facility in accordance with the Contract Documents. 5.06 FINAL COMPIM ION AND ACCEPTANCE. Within ten (10) days after the CON- TRACTOR has given the ENGINEER written notice that the work has been completed, the ENGINEER and the OWNER shall inspect the work and within said time, if the work be found to be completed in accordance with the Contract Documents, the ENGINEER shall issue to the OWNER and the CONTRACTOR his Certificate of Comple- tion, and thereupon it shall be the duty of the OWNER within ten (10) days to issue a Certificate of Acceptance of the work to the CONTRACTOR, or to advise the CONTRACTOR of reasons for non-acceptance. 5.07 FINAL PAYMENT,. Upon the issuance of the Certificate of Completion, the ENGINEER shall proceed to make final measurements and prepare final statement of the value of all work performed and materials furnished under the terms of the Agreement and within 25 days shall certify same to the OWNER, who not later than 35 days after the date of the Certificate of Com- pletion shall pay to the CONTRACTOR the balance due the CONTRACTOR under the terms of this Agreement, provided he has fully performed his contractual obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the CONTRACTOR. Neither the Cer- tificate,of Acceptance nor the'final payment. nor any provision in the Con- trac i'Documents, shall relieve the CONTRACTOR of the obligation for fulfill- ment 'of aby'warranty which may be required in the Special Conditions of the Specifications. 5.08 PAYMENTS WITHHELD. The OWNER may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating probable filing of claims. (c) Failure of the CONTRACTOR to make payments properly to sub-contactors or for material or labor. (d) Damage to another contractor. When:the above grounds are removed, or the CONTRACTOR provides a Surety Bond satisfactory to the OWNER, which will protect the OWNER in the amount with- held,' payment shall be made for amounts withheld because of them. DEIAYED.PAYMENTS. Should the OWNER fail to make payment to the CON- TRACTOR of the sum named in ary partial or final statement, when payment is 23 9-1-66 duo, or should the ENGINEER fail to issue any statement on or before the date above provided, then the OWNER shall pay to the CONTRACTOR, in addition to the sum shown as due by such statement, interest thereon at the rate of six (6%) percent per annum, unless otherwise specified, from date due as provided under "Partial Payments" and "Final Payments", until fully paid, which shall fully liquidate any injury to the CONTRACTOR growing out of such delay in payment, but the right is expressly reserved to the CONTRACTOR in the event payments be not promptly made, as provided under "Partial Payments", at arq time there- after to treat the contract as aLandoned by the OWNER and recover compensation, as provided under "Abandonment of Contract", unless such payments are withheld in accordance with the provisions of "Payments Withheld". 6. EXTRA WORK AND CLAIMS 6.01 EXTRA WORK. It is agreed that the CONTRACTOR shall perform all Extra Work under the direction of the ENGINES when presented with a written Work Order signed by the ENGINEER, subject, however, to the right of the CONTRACTOR to require a written confirmation of such Extra Work Order by the OWNER. Tt is also agreed that the compensation to be paid the CONTRACTOR for perforating said Extra Work shall be determined by one or more of the following methods: Method (A) . By agreed unit prices; or Method (B) - By agreed lump sum; or _ Method (C) - If neither Method (A) nor Method (B) be agreed upon before the Extra Work is commenced. then the CONTRACTOR shall be paid the "actual field cost" of the work, plus fifteen (15%).perceht. In the event said Extra Work be performed and paid for under Method (C). ;.hers thq~,provisions of this paragraph shall apply and the "aotual field cost" is hereby defined to include the cost to the CONTRACTOR of all workmen, m;ch as foremep, timekeepers, Meehanics and laborers, and materials, supplies teams, trucks, and rentals on machinery and equipment, for the time actualty► employed or used on such Extra Work, plus actual transportation charges necessarily incurred, together with all power, fuel, lubricants, water, and similar operating expanses, also all necessary incidental expenses incurred directly on account of such Extra Work, including Social Security, Old Age Benefits, and other payroll taxes, and a rateable proportion of premiums on Performance and ,Payment Bonds, and Maintenance Bonds, and on Public Liability and Property Damage, and Workmen's Compensation and all other insurance as may be required by any law or ordinance, or directad in writing by the ENGINEER. The ENGINEER may direct the form in which accounts of the "actual field cost" shall bt~ kept and the records of these accounts shall be made ayailable, to the ENGINEER, The ENGINEER shall also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100 percent, unless otherwise specified, or the schedule, current at the time of such use, of Equipment Ownership Expense adopted by the Associated General Contractors of mericA. Where practicable the terms and prices for the use of machinery 24 9-1-66 and oquillmont sl,zill be _r:corporated :r the Written iI;x+-ra Work Order. The fifteen (15;) percent of tl:e "actu~i: f.nld cost" to Lo paid the CONTRACTOR shall cover and onpa; cats him for his profit, ollerh:r~1 general superinten- dence anti fioid off'Lce expense, arid all othnr elements of cost and expense not embraced wlti:ir V e ''act?:al field cost" as herein defined, save that where the CG:~ikt{:'701 Camp or Field C'ffice most be maintained solely on account vi s~,clh Fxtra Worrr; then tine Brost to mairitair, :arid operate the same shall be .zci~c3ed in t.h.e "actual field cost". No claim foz Extra Wc.k of arty kind will be allowed '.intoss ordered in writing by the FMJ11 U , In ,:<se any orders or instnuTtions, either oral or written, appear to tl:e COM?AC'101 to irrzulve Fx'.ra Work for wF.ich he should receive compensation or ar adjustmo nt in th•j construction time, he shall make written request to the PNIINFFR for wrttton order authorizing such Extra Work. Should a differsn,~e of opinion arise as to what does or does not constitute Extra Work, or as t the payment thorr.ifor, , ar:d the F!6 Vii-.F.R insists upor, its performan%o, the C0"f1'RAC'MR shall Froceed with the work after making written request for written order and shall keep an accurate account of the "actual field cost" thereof, as provided under, Method (C). The CONTRACTOR will thereby preserve the right to submit the matter of payment to arbitration, as hereinbelow provided, 6.62 TIME Of FILM] CLAIMS. It is farther agreed by both parties hereto that all questions of disprate or adjl.zstment presented by the CONTRACTOR shall be in writing and filed with the EMIINFFR within fifteen (15) days after the ENGINEER has given any direc.4.1ons, order or instvic tion to which the 'CON- TRACTOR desires to take exception, the ENG111EER shall, within fifteen (15) days, reply to such writter, exceptions by the COM'RA^.T0R and render his final declsidn in writing. In case the CONTRACTOR should appeal from the ENG INEEIV S decision, ahy demand for arbitration shall be filed with the ENGINEER and the OWNER in writing within ten (10) days after the date of delivery to CONTRACTOR of the ENGINEER'S final decision. It is further agreed that. final acceptance of the work by the OWNS., arid the acceptance by the C0111RACTOR of the final payment shall be a bar to any claims by either party, except where noted other- wise in the Contract Documents. 6.o~ ARBITFAT19N. All questions of dispute under this Agreement shall be sub- mitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbiter; otherwise, there shall be three, one named lhi waiting by each party, and the third chosen by the two arbiters so selected; or if tho arbiters fail tc selnvt a third within ter. (10) days, he shall'be chosen by a District Judge serving the County in which the major portion of the project As located, unless of orwtse specified: Should the party demanding arbitration fail to name an arbiter within ter, (10) days of the demand, his right to arbitrate shall lapse, and tho decision of the ENGINEER shall be final and binding on hir„ Should the other party fail to choose an arbiter within ten (10) days. t't,e A,% INFER shall appoint such arbiter. Should either "'patty refuse or neglect to s?.pply the arbiters with any papers or information demanded It, Writing, the arbiters are empowered by both parties to take ex parte proceedings, • ~5 9-1..56 The arbiterr shall act with prom,_ness. The decision of any two shall be binding on ooth parties to the contract. The decision of the arbiters upon any question submitted to arbitration under this contract shall be a con- dition precedent to any right of legal action. The decision of the arbiter or arbiters may be filed in court to carry it into effect. 7. ABANDONMENT OF CONTRACT 7.01 ABANDONMENT BY CONTRACTOR. In case the CONTRACTOR should abandon and fail or refuse to resume work within ten (10) days after written notification from the OWNER, or the ENGINEER, or if the CONTRACTOR fails to comply with the orders of the ENGINEER, when such orders are consistent with the Co.itract Documents, then, and in that case, where performance and payment bonds exist, the Surety on the bonds shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the CONTRACTOR. After receiving said notice of abandonment, the CONTRACTOR shall not remove from the work any machinery, equipment, tools, materials, or supplies then on the job, but the same, together with any materials and equipment under con- tract for the work, may be held for use on the work by the OWNER or the Surety on the performance and payment bonds, or another contractor in completion of the work; and the CONTRACTOR shall not receive any rental or credit therefor (except when used in connection with Extra Work, where credit shall be allowed as provided for under section 6, Extra Work and Claims), it b^ing understood that the use of such equipment and materials will ultimately r Auce the cost to complete the work and be reflected in the final settlement. ;Where there is no performance bond provided or in case the.surety should fail to commence compliance with the notice for complitit...'-orei.nbefore pro- Vided for within ten (10) days after service of such not,. d, then the OWNER may provide for completion of the work in either of the following elective manners: 7.011. The OWNER may thereupon employ such force of men and use such machinery, equipment, tools, materials, and supplies as said OWNER may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials, and supplies to said CONTRACTOR, and expense so charged shall be deducted and paid by the OWNER out of such moneys as may be due, or that may thereaftt,r at any time become due to the CONTRACTOR under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the CONTRACTOR, then said CONTRACTOR shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said CONTRACTOR, then the CONTRACTOR and/or his Surety shall pay the amount of such excess to the OWNER; or 7.012. The OWNER, under sealed bids, after five (5) days notice published one or more times in a newspaper having general circulation in the county of the location of the work, may let the contract for the completion of the work under 26 9-1-66 substantially the same terms and conditions which aro provided in this con- tract. In case of any increase in cost to the OWNER ,:.,der the new contract, as compared to what would have been the cost under this contract, such increase shall be charged to the CONTRACTOR and the Surety shall be and remain bound therefor. However, should the cost to complete any such new contract prove to be less than what would have been the cost to complete under this contract, the CONTRACTOR and/or his Surety shall be credited with the difference. When the work will have been substantially complated, the CONTRACTOR and his Surety shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06 h(,reinabove,.shall be issued. A complete itemized statement of the contract a=)unts. certified to by the ENGINEER as being correct, shall then be prepared and delivered to the CONTRACTOR and his Surety, whereupon the CONTRACTOR and/or.his Surety, or the OWNER as the case may bo, shall pay the baiance due as reflected by said statement, within fifteen (15) days after the date of such Certificate of Completion. In the event the statement of accounts shows that the cost to complete the work is loss than that which would have been the cost to the OWNER had the work been completed by the CONTRACTOR under the terms of this contract; or when the CONTRACTOR and/or his Surety shall pay the balance shown to be due by them to the OWNER, then all machinery, equipment, tools, materials, or supplies left on the site of the work shall be turned over to the CONTRACTOR and/or his Surety. Should the cost to complete the work exceed the contract price, and the C011111ACTOR and/or his Surety fail to pay the amount due the OWNER within the time designated hereirabove, and there remains any machinery, equipment, tools, materials, or supplies on the site of the work, notice i thereof, together with an itemized list of such equipment and materials, shall be mailed to the CONTRACTOR and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at tho risk of the CONTRACTOR and his Surety subject only to the duty of the OWNER to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice, the OWNER may sell such machinery, equipment, tools, materials, or supplies and apply the net sum derived from such sale to the credit of the CONTRACTOR and his Surety. Such sale rk-y be made at either public or private sale, with or without notice, as the OWNER may elect. The OWNER shall release any machinery, equipment, tools, materials, or supplies, which remain on the work and belong to persons other than the CONTRACTOR or his Surety, to their proper owners. The books on all opera-;ions provided herein shall be open to the CONTRACTOR and his Surety. 7.02 ABANDONMENT BY OWNER. In case the OWDU shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the CONTRACTOR, then the CONTRACTOR may suspend or wholly abandon tho work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of the work that have not been included* in payments to the CONTRACTOR and have not been brought ir`o the work. knd thereupon, the ENGINEER shall make an estimate 27 9-1-66 of the total amount earned by the CONTRACTOR, which estimate shall include the value of all work actually completed by said CONTRACTOR (at the prices stated in the attached proposal where unit prices are used), the value of all partially completed work at a fair and equitable price, and the amount of all Extra Mork performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of aro► provisions made by the CONTRACTOR to carry the whole work to completion and which cannot be utilised. The ENGINEER shall then mare final statement of the balance due the CONTRACTOR by deducting from the above estimate all previous payments by the OAR, and all other sums that may be retained by t$-- OWNER under the terms of this Agreement, and shall certify same to the OWNER, who shall pay to the CONTRACTOR, on or before thirty (30) days after the data of the notification by the CONTRACTOR, the balance shown by said final statement as due the CONTRACTOR under the terms of this Agreement. END - GENERAL CONDITIONS I 26 9-i-66 DETAIL SPECIFICATIONS ITEM 1 - EXCAVATION AND BACKFILL 1.1 STRUCTURAL EXCAVATION: The Contractor shall make excavations required for the construction of all concrete piers and vaults to the lines and grades indicated on the Plans. Excavation shall extend a sufficient distance from walla and footings to allow for forms, installation of services, and for in- spection, except where concrete for walls and footings is authorized or required to be deposited directly against excavated surfaces. Where the excavation depth exceeds 3-inches below plan grade, the extra depth shall be filled with lean concrete or other approved material at the expense cf the Contractor. Excavation for poured-in-place drilled shafts shall be as specified in Item A, herein. 1.2 EXISTING CONCRETE FLOOR REMOVAL: The area in which the High Service Pump foundation is to be constructed is now covered with a 6-inch concrete floor i slab. The section to be removed shall first ba cur. with a concrett saw around its perimeter ro that a smooth edge will remain after the new foundation is completed. 1.3 BACXFILL Ah^!W9 STRUCTURES: Excavated earthen material shall be used for backfilling and grading around structures to grades shown on plans. Backfill may be placed in three-foot lifts and jetted with water. Pressure jetting shall continue in each lift of backfill until that lift is completely saturated. END OF ITEM II 1.1 ITEM 2 - CAST IRON PIPE AND FITTINGS 2.1 PIPE: All cast iron pipe shall be new, shall be manufactured in the United States of America, and shall be manufactured in compliance with Federal Speci- fication WW-P-421b, Type 1, flanged joint. Pipe for connecting the High Service pumping unit shall be Class 150 and pipe used for connecting the Raw Water pump- ing unit shalt be Class 250. Cast iron pipe shall be designed in accordance with AWWA Specification CIOI-57 method of design, using 21,000 psi bursting tensile and 450000 psi modulus of rupture. Pipe shall be designed for 5 feet of cover, trench con- dition "B", flat bottom, no blocks, tamped backtill, at least 85 psi water ham- mer allowance, and 2~ to 1 safety factor. 2.2 FITTINGS: Cast iron fittings shall be Class D in conformance with AWWA Specification C100-55, or shall conform to ASA Specification A21.10 Short Body Fittings. Flanges shall conform to ASA Specification B16.1-19480 125# or 250# Stan.i.rd, as required. Attention is called to the 250# Standard flange on the discharge of the High Service Pumping Unit, with all other flanges in this piping connection to be 125# Standard. 2.3 LINING AND COATING FOR PIPE AND FITTINGS: All cast iron pipe and fittings shall be furnished with cement lining, seal coated and coated outside. In accordance with Federal Specification WW-P-421b, except that thickness may be reduced to manufacturer's standard specification for sealed coated "Emmeline" lining or "Cemelining". Outside coating for all cast iron pipe and fittings on this project shall consist of thoroughly cleaning and removing all rust, mill scale, and other foreign material and applying a shop coat of either Pittsburg No. UC-30002 lead chromate or Pittsburg No. UC-32200 zinc chromate. 2.4 INSTALLING CAST IRON PIPE AND FITTINGS A. Description: Cast iron pipe, fittings, specials, and valves are to be installed at locations shown on the plans and specified in these contract documents. B. Pipe Handling: All pipe, fittings, special castings and gate valves shall be lowered into trench by derrick, tripod, crane or other suitable machine and shall not be rolled in or "dumped" into the trench. Pipe, fittings and valves shall be handled in such a manner as not to damage the coating. All dirt and trash that may be in the barrel of the pipe, on the spigot and/or in the bell shall be removed while the pipe is suspended. All pipe and fittings shall be handled and lowered into the trench with slings. The use of hooks for handling pipe and fittings will not be permitted. C. Msklnx Flanged Joints: The Contractor shall be responsible for th^ measurement of all connections. Eac.: piece of flanged pipe shall be thoroughly cleaned to remove dirt, rust, grease, and other foreign setter, and flanged faces shall be noroughly wire brushed to ensure even bearing for gaskets and mating flanges. Gaskets for flanged joints shall be composition sheet-packing, full faced, factory cut, of one-sixteenth (1/16") inch thickness, "Cranite", 2-1 or approved equal. Connections shall be made by means of erection bolts and drift pins, without undue "forcing", and with no restraint on end of pipe or fittings which would prevent an even and uniform pressure on the gasket. Pipe and fittings shall be free to move in any direction while bolting. Flange bolts shall be installed with bolts in one direction, and shall be tightened, each in turn, at a uniform rate around the joint. D. Dresser Couplings: Dresser couplings shall be Style 38 as manufactured by Dresser Industries, Inc. A joint harness shall be installed across the Dresser Couplings as detailed on the Plans. END OF ITEM 2-2 ITEM 3 - CONCRETE AND REINFORCING STEEL 3.1 GENERAL: Concrete shall be composed of portland cement, fine aggregate, coarse aggregate, water and water dispersing agent property proportioned and mixed as hereinafter specified. All structural concrete shall be 3000 psi quality unless otherwise shown on the Plans. 3.2 A TERIALS: Portland cement shall conform to the specifications and tests for Type I portland cement of the American Society for Testing Materials, Serial Designation C-150. Fine aggregate shall conform to the Standard Specifications for Concrete Aggregate, ASTM Designation C-33. In addition to the requirements of the ASTM Specifications, the fine aggregate shall also conform to the following: (1) Loss shall not exceed ten (10X) percent by weight in five (5) cycles when tested for soundness in accordance with ASTM Method of Test Designation C-88, except as noted in ASTM Specifications Designation C-33. (2) The amount of deleterious substances shall not exceed Recommended Permissible Limits as set forth in ASTM Specification Designation C-33, and "Other deleterious substances" will not be allowed. (3) The mortar, for test of fine aggregate, made and tested In accordance with Standard Method of Test for Measuring Mortar-Making Properties of Fine Aggregate, ASTM Designation C-87, shall develop a compressive strength at 7 and 28 days of not less than 100 percent of that developed by the mortar specified in that method as the basis of comparison. Coarse aggregates shall conform to the Standard Specifications for Concrete Aggregates, ASTM Designation C-33. In addition to thr, requirements of the ASTM Specifications, the coarse aggregate shall also conform to the follow- ing: (1) Wear shall not exceed 40 percent when tested according to ASTM Standard Method for Abrasion of Coarse Aggregates by Vse of the Los Angeles Machine, Designation C-13t. (2) Loss shall not exceed 13 percent by weight in five cycles when tested for soundness in accordance with ASTM Method of Test Designation C-88, except as noted in ASTM Specification Designation C-33. (3) The amount of deleterious substances shall not exceed Recommended Permissible Limits as set forth in ASTM Specification Designation C-33, and "other deleterious substances" will not be allowed. For the Contractor's convenience, the ASTM grading requirements applicable to this project are listed hereinafter: 3.1 •:6L FINE AGGREGATE SIEVE SIZE % PASSING 3/8 inch...... 100 No. 4**.** ooe 95-100 No. 8 80-100 No. 16 50- 85 No. 30 25- 60 No. 50 10- 30 No. 100 2- 10 COARSE AGGREGATE SIEVE SIZE SQ. OPENINGS % PASSING 2 Inch 100 1k inch 95-100 3/4 inch 35- 70 3/8 inch 10. 30 No. 4 0- 5 Water for concrete shall be clean and free from oil, acid, alkali, organic matter, or other harmful impurities. Water which is suitable for drinking or for ordinary household use will be acceptable for concrete. Where available, water shall be obtained from mains of a waterworks system. 3.3 CONCRETE PROPORTIONS AND CONSISTENCY: Concrete shall be proportioned to give the necessary workability and strength and shall conform to the following governing requirements: Min. 28 Day Min. Cement Max. Size Max. Water Slump Compressive Bags Per of Coarse Gals. Per Inches Strength Cu. Yds. Aggregate Bag 3000 5.5 1-1/2" 6.75 4-6 2500 5.0 1-1/2" 7.00 4-6 1500 4.0 1-1/2" 8.00 3-4 Cradle 2.0 3" * 8.00 3-4 Stabilized Backfill 2.0 3" * 8.00 3-4 * May be "pit run" aggregate. The proportion of fine and coarse aggregate shall be such that the requirements of the following table are complied with: • Haxlmum Size of Coarse Aggregate Ratio of Coarse Aggregate to Fine Aggregate on Basis of Dry and Rodded Volumes W n i mum lMl nw 3/4" 0.6 1.5 I" and over 1.0 2.0 3-2 In no case shall the amount of coarse material be such to produce harshness in placing and honeycombing in the structure when forms are removed. In the determination of the amount of water required for mix, consteer- ation shall be given to the moisture content of the aggregate. The net amount of water in the mix will be the amount added at the mixer; plus the free water In the aggregate; and minus the absorption of the aggregate, based on thirty (30) minutes absorption period. No water allowance will be made for evapora- tion after batching. The methods of measure of materials shall be such that the proporti,3ns of water to cement can be closely controlled during the progress of the work and easily checked at any time by the Engineer or his representative. To avoid unnecessary or haphazard changes in consistency, the aggregates shall be obtained from a source which will insure uniform quality and grading during any single day's operation and they shall be delivered to the work and handled in such manner that the variations in moisture content will not Interfere with the steady production of concrete of reasonable degree of uniformity. All sources of supply shall be approved by the Engineer. All materials shall be separately and accurately measured. Measurement may be made by weight or by volume, as may be elected by the Contractor; however, all equipment for measurement of materials shall be subject to approval by the Engineer. The proportions of the mix shall be such as to produce concrete that can be puddled readily into the corners and angles of the forms and around the reinforcing without excessive spading, and without segregation or undue accumu- lation of water or laitance on the surface. 3.4 TRIAL MIXES: At least 33 days prior to the beginning of concrete placing, the Contractor shall submit samples of materials he proposes to use and a statement of proporcions proposed for several concrete mixes, having sufficient range In slump to cover all placing conditions. The Engineer will require that laboratory testa be made and such changes as may be necessary ro meet the requirements of the specifications. Laboratory tests on trial mixes shall show a 28-day strength 15 percent higher than the stated minimum 28-day strength. From these preliminary tests, the ratios between 7-day and 28-day strengths shall be established to determine at 7 days the strength necessary to satisfy the required 28-day strengths. These ratios shall be modified as the work pro- gresses as indicated by result of tests on cylinders made from field mixed concrete. If, during the progress of the work, it is found impossible to secure concrete of required workability and strength with the materials being furnished by the Contractor, the Engineer may order changes in proportions or materials, or both, necessary to secure the desired properties, subject to limitations already stated. The Contractor shall not make changes In materials, either gradation, scurce, or brand, or proportions of the mixture after their having • once been approved except by specific approval of the Engineer. 3-3 The Contractor shall have the preliminary testing done by an approved testing laboratory, and shall pay foi all preliminary tests on aggregates and test cylinders. If Contractor can provide mix design and satisfactory test cylinder record from a recent job using same materials, then the preliminary test re- quirement will be waived. 3.5 TRANSIT MIX CONCRETE: Transit mix concrete will be permitted in lieu of mixing on the job, provided all of the following conditions are complied with: (1) All requirements otherwise specified for mixing on the job shall apply. (2) Sufficient transit mix equipment shall be assigned exclusively to the project as required for continuous pours. (3) Satisfactory evidences shall be furnished that the delivery of concrete shall be continuous at regular and uniform intervals without stoppages or interruptions. (4) All concrete shall be deposited in the forms within 45 sdnutes after water has been added to the mix. Concrete retained in the truck longer than 45 minutes after water has been added to the mix will be rejected. 3.6 FORMS: Forms shall be built mortar tight, and true to line and grade. Studs, walers, and approved fora ties shall be used at the proper spacing and of the proper site to maintain straight lines on all vertical surfaces. Forms for surfaces requiring a rub finish shall be lined with plywood, "Masonite" or other approved form lining. Forms on vertical surfaces shall remain in place a minimum of six (6) hours. Forms under horizontal surfaces shall remain In place seven (7) days. 3.7 PLACING CONCRETE: The Contractor shall give the Engineer sufficient advance notice before sl;arting to place concrete in any unit of the structure to permit the inspection of forms, the reinforcing steel placement, and preparation for pouring. Unless authorized by the Engineer, no concrete shall be placed in any unit prior to the completion of the form work and the placement of the reinforcement. The sequence of placing concrete shall be as provided on the plans or in the specifications. The operation of depositing and compacting the con- crete shall be conducted so as to form a compact, dense, impervious mass of uniform texture which shall show smooth faces on all surfaces. The placing shall be so regulated that the pressures caused by the plastic concrete shall not exceed the loads used in the design of forms. Careful attention shall be given by the Contractor to the proper curing of all concrete. 3.4 ' Rigid templates shall be secured to the forms for holding anchor bolts in place while concrete is being poured and an accurate means, acceptable to the Engineer, shall be provided for checking the anchor bolt Location while pouring is in progress. 3.8 FREEZING WUTHER: When depositing concrete at or near freezing tempera- tures, the concrete shall have a temperature of at least 50 degrees F., but more than 120 degrees F., when aggregates are heated. The concrete shall be maintained at a temperature of at least SO degrees for not less than 72 hours after placing, or until the concrete has thoroughly hardened. When necessary, concrete materials shall be heated before mixing and heating apparatus such as stoves, salamander, etc., shall be supplied to maintain the concrete at the required temperature. The Contractor shall be responsible for the protection of concrete placed under any and all weather conditions. 3.9 CONCRETE FINISH: Exposed horizontal surfaces shall receive a steel trowel finish. Vertical exposed surfaces shall receive a carborundum stone rub finish on the day after the pour is made. Rub finish will not be re- quired on vertical surfaces which will not be exposed to view. 3.10 CURING: All concrete shall be cured by keeping continuously wet for seven days after pouring. On surfaces which do not require a rubbed finish, the concrete may be cured by supplying a curing compound in lieu of water curing if the Contractor so desires. Curing compound shall be "Hunts Process" or approved equal applied as closely behind concrete finishing as possible. 3.11 REINFORCING STEEL: Reinforcing steel shall be billet steel, intermediate grade, deformed bars, conforming to A.S.T.M. Specification A-15, or shall be rail steel, deformed bars conforming to A.S.T.M. Specification A-16. All mill scale shall be removed before placing and bars shall be kept clean until con- crete is placed. The steel shall be placed in the forms as shown on the plans and shall be maintained in place by wiring or by any other effective means approved by the Engineer. END OF ITEM 3-5 ITEM 4 - DRILLED AND CAST-IN-PLACE DRILLED SHAFTS 4.1 GENERAL: A drilled and cast-In-place drilled shaft will be required at the Raw Water Pump Station for shoring under an existing power transformer pad. The shaft and the cap extending beneath the transformer pad shall Le poured at least 5 days prior to beginning excavation for the proposed valve vault. All concrete shall be Class "A", with site and length of ahaft to be as shown on the Plans. 4.2 CONSTRUCTION METHODS: Drilling shall be done by power drills of the proper diameter so that the excavation will act as a form. The shaft shall be plumb, and shall be clean and free from loose material. The Contractor shall provide a means for viewing the bottom of the hole from the surface. The shaft shall be approved by the Engineer before placement of reinforcing steel. The Contractor shall protect the excavated hole until the concrete is placed, and, if at all possible, shall place the concrete on the same day or the day following the excavation. Concrete and reinforcing steel shall be in accordance with Ites 3 herein and with details shown on the Plans. END OF ITEM 4-1 i ITEM 5 - INSTALLATION OF HIGH SERVICE PUMPING UNIT I 5.1 GENERAL: The Owner has purchased, under separate contract, a 60400 GPM horizontal, centrifugal pumping unit, with 500 horsepower electric motor and motor starter. The motor is 2300 volt, 3 phase. The pump and motor unit is complete with common base plate and anchor bolt4. The unit is a Fairbanks. Morse pump, purchased through Southern Engine 6 Pump Co., Dallas, Texas. The motor starter is an Allis-Chalmers Mfg. Co. unit, purchased through Asa Hunt, Dallas, Texas. The units will be delivered to the water treatment plant, and it is required under this contract that the pump foundation be constructed, the$ unit set into position and grouted into place, and that all piping and electri- cal connections be made as required to place the unit into service. 5.2 PUMP AND MOTOR INSTALLATION: Because of the size of unit, it is possible that it will be disassembled into major parts when received by this Contractor and it will be required that the unit be assembled as a part of the installs- tion. Under the contract for the purchase of the unit, it is provided that the manufacturer will furnish the services of an erection engineer to supervise the installation and make final adjustments for operating and testing the unit. Pa"ent tot the services of the erection engineer are Included as a part of the contract for the purchase of the unit. After the unit has been set in place on the foundation it shall be grouted into position using a grout containing Embeco or other nonshrinking aggregate. Grout shall be composed of one part portlnnd cement, one part sand, and one part Embeco, by weight. The grout shall completely fill the space between the foundation and base plate and the full base to the top of grout holes in the base. There shall be no void space below the metal base plate. Piping and electrical work shall be in accordance with other sections of these specifications. END OF ITEM 5-1 1iN ITEM 6 - PIPING CONNECTIONS TO Rik WATER PUMPING UNIT 6.1 GENERAL: The Owner has purchased a vertical turbine type raw water pumping unit under separate contract. The contract for purchase of the unit also includes removal of an existing pump and installation of the new unit, complete with 700 horsepower electric motor. It is anticipated that this work will be dune about September 15, 1967. This contract will include con- necting the pump discharge piping to the discharge tee in the pump column, constructing a concrete valve vault around three existing gate valves, furnishing and installing electric motor operators on two (2) of the exist- ing gate valves, modifying an existing motor starter to operate the new 700 horsepower motor, installation of supervisory control equipment (equipment to be furnished by Owner), and all electrical work shown on the Plans and Specifications elsewhere herein. 6.2 IKSTALLATION AND START-UP: The pump manufacturer will furnish a representative to make final adjustments, and to supervise start-up and testing of the unit, at no cost to this Contractor. A representative of the supervisory control equipment will also check its installation for proper operation at no cost to this Contractor. The installation and proper oper- ation of all other equipment will be the responsibility of this Contractor. END OF ITEM 6-1 r ITEM 7 - BUTTERFLY VALVES 7.1_ GENERAL: A butterfly valve shall be installed In both the suction and the discharge piping of the high service pumping unit. The valves shall be equal to those manufactured by the Henry Pratt Company. The valves shall be in accordance with the data shown in the following tabulation: Item Location Site Description 1. Pump Suction 24" Class 258, hand-wheel operated, flange ends. 2. Pump Discharge 18" Class 150B, electric motor operators flange ends. 7.2 VALVES: The valves shall be cast iron, rubber seated, and shall conform to the AWWA Standard Specification 0504-66. Valves shall both be short body. Shaft seals shall be designed so that seals may be replaced without removing the calve shaft. Flanges shall be Class 125, with standard ASA B16.1 drilling. 7.3 OPERATORS: The -'.Amp suction valve (2411) shall be equipped with a hand- wheel for operation, with handwheel to turn clockwise to close valve. The pump discharge valve shall be equipped with an electric motor operator as speci- fied in Item 8 of these specifications. Valve stem shall turn clockwise to close valve, and operator shall require four (4) minutes to move the valve from fully open to fully closed and vice versa. 7,4 INSTALLATION: Valves shall be carefully handled and lowered into position by mechanifal equipment in such manner as to prevent damage to any parts of the valves. Valves shall be placed in such position as indicated on the Plans with the stem in a true vertical or horizontal position, and securely held until all connectionshave been made. Gaskets of material and thickness specified shall be placed in position as the valve is being centered. 1.5 PAINTING: The butterfl; valves shall be thoroughly cleaned of all rust, mill scale, and other foreign material and given two (2) shop coats of zinc chromate conforming to Federal Specification TT-P-645. END OF ITEM 7.1 I ITEM 8 - ELECTRIC MOTOR VALVE OPERATORS 8.1 GENERAL: An electric motor valve operator shall be furnished and Installed on two 2) existing gate valves at the Raw Hater Pump Station and on the High Service Pump discharge butterfly valve. The two operators for the Raw {later Pump valves shall have separate reversing controllers for remote operation, and the operator for the High Service Pump valve shall be equipped with a re- versing controller mounted in the limit switch compartment. 8.2 EXISTING GATE VALVES: The existing gate valves are 14-Inch and 16-inch In also, 250 psi, flanged, wicst bypass, spur gears, and integral gear case. The valves were manufactured by M At H Valve Co., and were purchased and in- stalled in 1957. Necessary appurtenances for the conversion of the existing gate valves from manual to motor operation shall be included with the operators. 8.3 MOTOR OPERATORS: Motor operators shall be Limotorque, Type SMB, as manu- factured by Philadelphia Gear Works, or EIM Type "E", as manufactured by EIM Company, Inc. The two (2) operators for the existing gate valves at the Raw (later Pump Station shall be sized to operate the valves with a differential pressure of 175 psi, with a plus factor for surging to 250 psi. The operator for the High Service Pump butterfly valve shall be sized to operate the valve with a differential pressure of 130 psi, with a plus factor for surging to 175 psi. Maximum flow through the 14-inch raw water valve will be 8 MGD, through the 16-inch raw water velvet 10 MGD, and through the 18-inch High Ser- vice pump valve, 12 MGD. All three operators shall function to open the valve from a fully closed position, or vice-verse, in a 4 minute time Interval. The operators shall be equipped with a four-train geared limit switch and a double torque switch for valve protection In both directions of travel. Motor controllers shall not be furnished with the two (2) Raw Water valve operators. Controllers for these operators, along with a controller for an existing motor operator, shall be as specified in the Electrical section of these specifications. The operator for the High Service Pump butterfly valve shall be equipped with a reversing controller mounted in the limit switch compartment. The controller shall be of a size suitable for the valve operator motor, and shall be provided with three overload relays complete with heaters. The overload relays shall be of the automatic reset, ambient thermal compen- sated type. This operator shall also have a local control station mounted In the cover of the limit switch compartment, with "OPEN-STOP-CLOSE" push buttons and a DPDT Manual-Auto selector switch. Space heaters shall be provided In the limit switch compartment of all three operators. All gearing shall run in lubricant and ball or roller bearings shall be used throughout. A handwheel shall be provided for manual operation. A Seared indicator shall be attached to she operator to indicate valve position. Handwheels shall not turn while motor IF operating. Motors shall be specifically derigned for valve operator service. Rotors shall bs mounted on anti-friction bearings of the pre-lubricated type. Class 8 insulation shall be used. Motors shall be capable of developing a running torque equal to 40% of the rated torque without exceeding the permissible 8-1 temperature rise of 600C over a 400C ambient. Motors shall obtain full epeed before the stem nut in either the opening or closing direction. Motors [.hall be for operation on 220 volt, 3 phase service. Maximum motor speed shall be 1800 rpm. Motor shall have a duty rating of no less then 15 minutes and shall be capable of operating the valve through 2 cycles against full unbalanced pressures as specified above without exceeding the permissible temperature rise. END OF ITEM 8-2 ITEM 9 - CHECK VALVES 9.1 GENERAL: This item covers the furnishing and installing of check valves in the pump discharge lines. Valves shall be Installed at locations shown on the Plans in such manner to prevent damage to any parts of the valve and to prevent any undue strain on either the valve or the connecting piping. 9.2 DESCRIPTION: Check valves shall be of the tilting disc type, as manu- factured by APCO, or approved equal. Each valve shall be furnished with an external indicator, Alemite fittings for lubrication of the disc pivot shall be provided. The valves shall be designed for the working pressures as set forth below. Flange shall be ASA Class 1250 for the 1500 valve, and ASA Class 2500 for the 2500 valve. Valve body shall be constructed of first quality cast iron. The disc shall be constructed of cast Iron with bronze facings. Seat rings shall be made of bronze and shall be replaceable. 90 VALVES REQUIRED: For the convenience of :.tie Contractor, the required valves are rs follows: Item Location No. Required Size Worki!% Pressure 11 Raw Water Pump 1 16" 250 psi 2. High Service Pump 1 18" 150 psi 9.4 PAINTING: Check valves shall be cleaned to bright metal and given a shop coat of metal protective paint which shall be either Pittsburg No. UC-30002 lead chromate or Pittsburg No. UC 32200 zinc chromate. 9.5 SALVAGING EXISTING CHECK VALVE: As shown on the Plans, the existing raw water pump piping to be replaced under this contract includes a 10-inch tilting disc check valve. This valve shall be removed without damage and hauled to the City warehouse in Denton. END OF ITEM I I ' 9-1 ITEM 10 - MISCELLANEOUS ITEMS 10.1 SUMP PUMP: The valve vault at the Raw Hater Pump Station shall be equipped with a suWersible sump pump. The pump shall be Pacific Pump Company Model ASM3, or approved equal, with capacity of 30 GPM at a total head of 20 feet. The submersible motor shall be for operation on 115 volt, 60 cycle, single phase service. Pump shall be of bronze construction and shall have a built-in, adjustable, float switch to control operation. Discharge piping, valves, and fittings shall be as shown on Plans. 10.2 MANHOLE STEPS AND COVERS: Manhole steps in the Raw Water Pump Station valve vault shall be Trinity Vallee Iron & Steel Co. Pattern No. 10(i,. or approved equal. The cast iron manhole ring and cover shall be T.V.I. & S. Co. No. 4067, or approved equal. Valve box and cover, to be installed in the top slab of the vault, shall be T.V.I. & S. Co. No. 5054, with box cut to 6-inch length. 10.3 AIR RELEASE VALVE: Furnish and install a 2" air release valve on the discharge of the Raw Water Pumping Unit in the location shown on the Plans. The valve shall be a compound lever type, APCO No. 200 as manufactured by Valve and Primer Corporation, or approved equal. The air valve shall have a 2" gate valve installed between it and the line to which It is attached. END OF ITEM 10-1 ITEM 11 - PAINTING 11.1 SCOPE OF WORK: The work covered by this item of the specifications in- cludes furnishing all plant, labor, and materials and of performing all opera- tions in connection with painting and finishing, complete, in strict accordance with this section of the specifications and the applicable drawings. 11.2 GENERAL: The Contractor shall furnish all labor, material, equipment and services for cleaning and painting of surfaces as follows: All metal work (except stainless steel, aluminum, bronze, copper and lead), including structural steel, exposed piping, pumps, motors, valves, and other miscellaneous exposed pipework and metal furnished and in- stalled under this Contract. Finish field painting shall not be applied to machinery, equipment or piping until operational tests are completed. 11.3 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, saga 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 in- volved, shall be allowed between coats. Enamel, paint, or shallac shall be properly sanded between coats. All products shall be applied In accordance with the manufacturer's recommiendations. 11.4 MATERIALS: All materials for painting shall be delivered to the site in unbroken packages bearing the manufacturer's name and brand and shall be used without adulteration. In general, the paint and painting materials manufactured by the National Chemical and Manufacturing Company, Inertol Co., Benjamin Moore and Company, Sherwin-Williams Company, Pittsburg Plate Class Company,and Cook's are representative of the standard of quality that will be required and the paint and painting materials shall be approved by the Engineer. Only the highest grade paint of each manufacturer and that which is suitable for the use intended shall be approved. Only those thinners and solvents specified in the paint formulae shall be use. More than the pre- scribed amount of thinner may be added only to the extent of maintaining the minimum spreading rate designated in each individual formulation. 11.5 COLORS, SAMPLES, ETC.: The color for all types of finish shall match existing colors and shall be approved by the Engineer. The Contractor shall prepare samples from which to select colors and finish and submit same to the Engineer for selection and approval. Contractor shall submit three dis- plays of each kind and color of paint to be applied to metal, masonry or other surfaces. The panels used for display shall be representative of the respective types of surfaces to which the several kinds and colors of paint and stain are required to be be applied in the actual work. 11.6 PREPARATION OF SURFACES: Metal surfaces to be painted shall be thoroughly cleaned of mill scale, rust and other foreign matter by scraping, chisels, wire brushing (hand or machine), flame cleaning, sand blast or other suitable 1 11-1 means. All oil and grease shall be removed with Naptha. Any old loose or scaling paint shall be entirely removed to bare metal. Dust and dirt shall be removed by dry brushing or air blast prior to painting. 11.7 APPLICATION OF PAINT: A. Brush Application: Only top quality hog hair or synthetic bristle brushes shall be used. All paint shall be applied so as to form a uniform film of a thickness which is consistent with the specified coverage for the paint being used. Sufficient cross brushing shall be used to insure filling of all surface irregularities and complete coverage. Particular care shall be used in painting in corners and other restricted places to obtain uniform application. All final brushing strokes shall be made in the same direction and toward the previously applied paint. The final coats of enamel paints shall be brushed only enough to spread the coating evenly and avoid excessive thickness. Be Spray Application: when paint- is applied by spraying, the air gun used shall be adjustable for regulation of the air and paint mixture. The equipment shall have a suitable water trap to remove moisture present In the compressed air. Paint pots shall be equipped with a hand agitator to keep the paint well mixed. All equipment shall be thoroughly cleaned at the end of each day's work. The width of the spray shall be not less than twelve (1211) inches nor more than eighteen (18") Inches. The pressure shall be suit- able for the type of paint used. Frequent checks shall be made to insure maintenance of correct spreading rate, and the coating shall be uniform without sags, runs, or "orange peel" effect. Special care shall be taken to see that edges, corners, and bolt heads are completely covered and that there has been no bridging over the film. 11.8 PAINT SCHEDULE: A. Exterior: a. New Iron and Steel, Galvanized Surfaces, Unpainted Piping, Valves and Fittings: These items shall all be given one coat of a rust inhibitive primer equal to DuPont DULUX Maintenance Primer No. 760 and two coats of machinery enamel equal to DuPont DULUX. Wash galvanized iron before painting as herein- before specified. This also applies to cast iron piping which has been cleaned of tar coating, be Shop Coated Piping, Valves and Fittings: After touching up the shop coats these items shall all be given t-wo coats of machinery enamel as specified above. Be Interior: as New Iron and Steel, Galvanized Surfaces and Unpainted Valves and Fittings: These items shall all be given one coat of a rust inhibitive primer and two coats of a machinery enamel as specified above for exterior items. This also applies to cast iron piping which has been cleaned of tar coating. 11-2 be Jhoo Coated PivipA, Valves and Fittings, Shoo Coated Machinery Electrical Control Equipment: After touching up shop coats these items shall all be given two coats of machinery enamel as specified above for exterior items. 11.9 STORAGE AND CLEAN-UP: The Contractor shall use one convenient location for keeping all materials and doing ill mixing, etc. Floor of this space shall be properly protected with drop cloths. Oily rags and waste shall bo frequently removed from the building and under no circumstances shall they be allowed to accumulate. At the completion of the work, the Contractor shall clean off all paint spots, oil and stain from all surfaces and leave the entire project in a satisfactory condition. END OF ITEM 11-3 ITEM. 12 - REPLACE BASE MATERIAL 12.1 GENERAL: The surface within the fenced enclosure at the Raw Hater Pump Station is covered with a crushed stone base material. All excavated, or otherwise damaged areas, shall be repaired in accordance with this specification. 12.2 MATERIALS: The replaced base material shall have a depth equal to the existing base course, but in no case shall the compacted thickness be less than 6-inches. The material shall be "crushed Stone", and shall comply with the latest THD specifications, Item 242. Material source shall be tentatively approved by the Engineer before delivery to the job site. 12.3 CONSTRUCTION PROCEDURE: All backflll shall be thoroughly compacted and allowed to set for at least three (3) weeks before any base material is placed. The sub-grade shall be finished to a uniform grade. The bass material shall be wetted to approximately optimum moisture, and the moisture shall be evenly distributed throughout the base material. The wetted base material shall be rolled with a pneumatic or vibrator type roller to 957E Standard Proctor Density. The surface shall be finished to a smooth uniform grade. END OF ITEM 4 12.1 SECTION 13 - SANITATION AND CLEAN UP 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 at one place. When construction under the 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. To provide good sanitary conditions during construction, the Contractor shall provide adequate sanitary facilities for the workmen, and Contractor shall net permit any unsanitary practices to c3ntinue which would prove objectionable to the surrounding property owners. At the completion of the work, all buildings and structures shall be broom clean. He 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. END OF ITEM T 13-1 ITEM 14 - ELECTRICAL 14.1 SCOPE: The electrical work shall consist of providing a complete and operative electrical system for the additions to the Raw Water Pump Station and Filter Plant as shown on the Plans and provided for in these Specifica- tions. The work includes the furnishing of all labor, materials and equip- ment, except that specifically stated to be _ existing or to be furnished by the Owner, to provide a complete and workable electrical system. 14.2 CODES AND STANDARDS: All electrical material, workmanship, and tests shall be in conformity with the applicable current standard rules, regula- tions, and specifications of the following authorities: National Board of Fire Underwriters (NBFU) and National Electric Code (NEC) National Electrical Manufacturers Association (NEMA). Institute of Electrical and Electronics Engineers (IEEE). Insulated Power Cable Engineers Association (IPCEA). American Standards Association (ASA). National Bureau of Standards (NBS) (National Electrical Safety Code). Inspections and approvals for the work by authorities having legal juris. diction shall be obtained by the Contractor. 14.3 MATERIAL AND WORKMANSHIP: All materials shall be new unless otherwise specified, and first class in every respect. All materials of a type for which the Underwriter Laboratories have established a standard shsll be listed by the Underwriter's Laboratories, Inc., and shall bear their label. The Contractor shall furnish to the Owner, for his approval, a list 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 schedule of materials shall include catalog numbers and complete description. Approval of such drawings, equipment, and specifi- cations shall not relieve the Contractor of the responsibility for the satis. factory performance of the equipment as furnished and Installed. All work shall be performed by competent workmen, skilled in this type of work. Work shall be neat throughout, and structurally sound. 14.4 GROUNDING: All conduita, motors, cabinets, outlets, and other equipment shall be properly grounded in accordance with National tectric Code requtrp- ments. The ground wire shall be THW insulated, stranded copper, sized as shown. Where ground wire is exposed to mechanical injury It shall be installed in thick wall conduit. Connections shall be made to equipment with solderless connectors, such as Burndy Type QA or approved equal. The metal surface under the lug shall be cleaned to bright metal. Connections to motors shall be to 14-1 f. 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. Equip- ment not specifically shown connected to a grounding conductor shall be grounded by means of the conduit supplying the equipment. Where direct metallic con- nections cannot be made, bonding jumpers shall be used. 14.5 LOCATION OF OUTLETS: The approximate location of cabinets, panelboards, switches, power outlets, etc., are Indicated on the plans. Convenience outlets shall be located 11-601 above floor and wall switches shall be located 40-6" above floor. 14.6 CUTTING AND PATCHING: All necessary cutting and patching of existing wails, floors, etc., as required for the proper Installation of the work under this contract shall be done in a neat and workmanlike manner and as approved by the Engineer. 14.7 PAINTING: All exposed cabinets, junction boxes, hangers, co:.duit and other devices shall be thoroughly cleaned and painted with two (2) coats of an approved engine enamel in colors to be specified by the Engineer. Name plates are not to be painted. 14.8 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. 14.4 GUARANTEE: The Contractor shall guarantee against mechanical defects in • any or all materials and workmanship covered by these specifications and shall make good, repair or replace, at his own expanse, any defective work, ! material or part which may show itself within a period of one year after final acceptance of the work. 14.10 SERVICES: Service to the Raw Water Pump Station Is presently from one 3 phase transformer at the northeast corner of the building and from three 1 phase transformers on a rack at the east side of the building. Both services are 2400 volts 3 phase, 3 wire. The 120/240 volt 3 phase, 4 wire service is from two 1 phase transformers also on the rack at the east side of the building. All transformers on the rack at the east side of the building will be removed by the power company. Another 3 phase transformer will be located by the power company at the northeast corner of the building. This Contractor shall revise the 2400 volt service and starter connections as shown on the Plans. The service to the rack-mounted transformers shall be removed and new conductors in steel conduit shall be installed to the new ? phase transformer, The power company will also install a 120/240 volt, 3 phase, 4 wire transformer bank on a pole at the northeast corner of the building, This Contractor shall remove the existing service and install service to the new motor starter panelboard as shown on the Plans. Service for the new 500 HP pump at the Filter Plant shall be taken from the existing 2400 volt, 3 phase bus in the switchgear. Service for the motor. operated valve shall be taken from Panel B in Auxiliary Compartment No. 1 and shall be 120/240 volts, 3 phase, 4 wire. The Contractor shall purchase a 3 ,pole, 240 volt, 30 ampere breaker for Panel B to serve the motor-operated valve. 14-2 t 14.11 SALVAGED EQUIPMENT: The Contractor shall take care in removing existing equipment that Is not to be reused. The equipment shall be cleaned and turned over to the Owner for storage or disposal. 14.12 CONDUIT: Conduit wiring system shall be installed complete from point of origin to all outlets shown or specified and shall consist of exposed rigid, heavy wall galvanized conduit. Rigid steel galvanized conduit shall be hot-dipped galvanized inside and out and shall conform in all respects to Federal Spec' fication W.C-581C, ASA C80.1-1458 and Underwriters' Laboratories Specifications. The coneult shall be protected by a chromic acid rinse. Conduit shall be Vittsburg Standard, or approved equal. Conduit below ground level, including vaults, shall be as specified above except that the conduit shall be further protected by a costing of epoxy on both the inside and outside followed by a 40 mil coating of PVC extending one pipe diameter beyond the opening to completely cover the joint area. Touchup vinylchloride compound shall be used to touch up any installation marks on the conduit and to fuse the fitting sleeves to the conduit coating. Conduit shall be Pittsburg; Standard Plasti-Bond, or approved equal. All conduit shall be galvanized, rigid, heavy wall steel, Underwriter's approved, except final connections to motors, which may be flexible metal con- duit for a distance not to exceed eighteen (18") inches. Where used, the flexible conduit shall be American Metal Hose with a neoprene jacket and Appleton Sealtits fittings, or other approved equal. Conduits shall be rigidly supported to the / building structure by means of straps or clamps, bolted or screwed to the struc- ture. Hangers or ties of wire shall not be permitted. Conduit sizes not shown on the drawing shall be in accordance with the National Electrical Code requirements: one-half (1/211) inch conduit is the minimum size that will be permitted. Double locknut construction shall be used on all conduits 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 shall be increased at outlet, junction and pull boxes where necessary to accommodate double locknuts and bushings. All bushings shall be fully seated against end of conduit. Bushings shall be composed of an outer threaded aortal ring with an inner Insulating compound ring moulded into the me':el ring, or shall be of the threaded type, composed entirely of an approved insulating milLerial. Conduit nipples shall have two independent sets of threads. Running threads shall not be used. Where conditions require joining two fixed conduits into a continuous run, a conduit union shall be used. Horizontal runs of conduit shall be so installed, if possible, to provide a natural drain for consensation without pockets or traps where moisture may collect. 14.3 Condulet type fittings used on conduits containing wire g2 AVG and larger in size shall be of the mogul type where th , wire will not be subjected to ex- cessive bending. The wiring system shall be properly color coded in accordance with National Electrical Code Requirements. 14.1 WIRE: Conductors for use on 2400 volt circuits shall be 5 KV, 1 conductor, coated-copper, Class B stranded, extruded semiconducting tape, butyl thermo- setting insulation and outer PVC jacket meeting IPCEA-MM Standard 5-19-81, 4th Edition, 1964. The wire shall be Anaconda AP11405, or approved equal, with U.L. approval. Splices, taps and terminations shall be made with the Manu- facturer's joint package and in accordance with the manufacturer's recommenda- tions. The joint packages shall be Anaconda Type 58 or approved equal. All other wire shall be 600 volt thermaplastic insulated single conductor copper, 750C, Type THW, wet or dry. In addition, the wire shall be water tank tested and approved as machine tool wire in accordance with the National Machine Tool Builders Association. The wire shall be Anaconda Densheath 900, or approved equal. The minimum size conductor permitted is #12 AWG, except as specifically indicated on the Plans. All w1ro shall bear the approval of Underwriters' laboratories, Inc. All splices and taps shall be made with mechanical type, compression r type or spring connectors. Splices and taps shall then be reinsulated with Scotch Tape No. 33, half lapped, to a thickness of 1-1/2 times the conductor insulation thickness. Splices in outdoor or moist locations shall be made watertight by application of one or more coats of glyptal paint. 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 apparatus without straining. A soldered splice tap or connection shall not be acceptable. 14.14 OIL RESERVOIR HEATING CABLE: The Contrvctor shall furnish and install on each raw water pump oil reservoir a 6' heating band, manually controlled, Chromalox No. TB-6 with taped outer wrap, or approved equal. Coils shall be spaced evenly over the surface of the reservoir. 14.15 MOTOR STARTER PANELBOARD: Furnish and install where indicated on the plans a Square D Company QMB Motor Starter Panelboard, or approved equal. Breaker disconnects shall be plug-In connection, quick-make, quick-break, trip Indicating and common trip on all multiple pole breakers. Breaker dis- connects and starter covers shall be interlocked to prevent opening with the breaker in the "ON" position except by means of a screwdriver release. Each starter and breaker disconnect shall be mounted In an Individual steel com- partment equipped with a hinge door. Each breaker shall be equipped with an 14-4 external handle with provisions for padlocking in both the "ON" and "OFF" position. Each starter compartment shall be equipped with an external reset mechanism. Each starter shall be of the magnetic reversing type with 3 overload relays. Starter contactors shall be both electrically and mechanically interlocked: Terminal block positions shall be provided for all outgoing con- trol wiring. Terminal numbering shall be strictly in accordance with the schematics on the Plans. Pushbuttons, selector switches and pilot lights shall be mounted on the starter unit door unless otherwise indicated on the schematics. All starters shall be line side wired to circuit breaker discs sects. Service for the panelboard shall be 1201240 volts, 3 phase, 4 wire. A neutral shall be carried in the panel for 120 volt starter control circuits. Circuit breaker and starter sizes shall be as shown on the Plans. 14.16 RAIL WATER PUMP STARTER REVISIONS: The control circuit wiring in each of the four raw water pump starters shall be revised as shown on the plans, adding relays, selector switches, terminal blocks as shown in bold lines on the schematics. All starters are of Allis-Chalmers manufacture for operation on 2400 volts, 3 phase, 60 cycles. The Contractor shall make additional changes in Starter No. 1 as stay be required to convert the starter from 75 HP to 700 HP and shall Include chang- ing of nameplate, fuses and holders, ammeter face, current transformers, high voltage conductors, and any other changes as may be necessary for proper operation of the starter. Thq starter is Allis-Chalmers Type HALO 10 AM, r Serial No. 2-1460-26170. 14.17 HIGH SERVICE PUMP STARTER: The high service pump starter will be fur- nished under separate contract to the jobsite and will be an Allis-Chalmers Type HALC Spacemaker II Controller. This Contractor shall install the starter in the location shown on the Plans, making connections to line and load. The Contractor shall also make all connections to the starter control circuit from the valve starter and the Instrument Panel. 14.18 HIGH SERVICE VALVE STARTER: The hfgh service valve starter has been specified as an integral part of the motor-operated valve. This Contractor shall install the valve including starter, and make all connections thereto, as shown on the schematics. 14.19 INSTRUMENT PANEL REVISIONS: The instrument panel is existing in the Filter Plant Control Room. Thir Contractor shall add pushbuttons, indicating lights and nameplates as shown in the schematics and on the Instrument Panel Elevation. This Contractor shall also relocate the Raw Water Pump Controls and tole. phone to the Instrument Panel from the Supervisory Control Panel. 14-i • 14.20 SUPERVISORY CONTROL SYSTEM: The Owner will furnish to the jobsite the Raw Water Pump Supervisory Control System. This Contractor shall install the system and make all connections thereto. The supervisory control consists of two cubicles, one at the Filter Plant, the other at the Raw Water Pump Station, connected by a leased telephone line. The system is a General Electric All Relay Code Type System. The system is of 1457 manufacture but has not been installed. The Master Panel is stored behind the switchgear at the Filter Plant. The Remote Panel is in the position shown at the Raw Water Pump Station. The Contractor shall save the Master Panel to the location shown on the Plans, relocate the pump control buttons and lights on the Instrument Panel and make all necessary interconnections. The Owner will provide the leased telephone circuit. A representative of the manufacturer of the supervisory control equipment will be available to check its installation and make final adjustments for proper operation at no cost to this Contractor. At the Raw Water Pump Station the Contractor shall make all connections between the Remote Panel and starters. 14,21 PUMP AND VALVE OPERATION: The schematics are designed to provide the following sequence of operation: To start a pump the corresponding motor-operated valve is opened. As the valve reaches 1% open a limit switch on-the valve will start the pump. The valve will continue to the full open position. r To stop a pump, the corresponding motor-operated valve is closed. As the valve returns to the 1% open position, the pump automatically stops and the valve continues to the full closed position. If the power fails to a pump when the valve is running and the valve is open, the pump cannot be restarted until the valve has been returned to the closed position and opened again. 114.22 VALVE VAULT LIGHTING FIXTURES: Each of the two fixtures shall be a gesketed and enclosed wall fixture with LOO watt lamp, Pyle AOWC-111100 or approved equal. END OF ITEM 14-6 t ,y ~s"~~