Loading...
HomeMy WebLinkAbout1973 I' r .S P E C I F_I C A T I O N S A 11 D C ON T R A C T D O C U M E N T S i F O R FMI OIL STORAGE TANK OIL TRUCK7TNG TEM-111FAL EXPLORER PIPELINE OREEWILLE, TEXAS TEXAS MUNICIPAL POWER POOL BrAZOS ELECT POWER CO-OP _ _ . s CITTES OF i BRYAN DENTON i' QA MAN GREENYI71E i October, 1973 r t r New i- SPECIVI CAT IONS AND C 0 If T RA CT D O C U M E IT `T' S FOR PUE 0111 STORAGE TADIKS OIL TRUCKING TL;RMINAL EXPLORER PIPI.LINL !I GIILE:NVILLE '['Sa TEXAS MUNICIPAL POWER POOL I ~ :PAI3GI:_ OF CONTENTS EN'S TITLE PALL NUMI3H:RS ' ADWIRTISMEMP A-1 IN`3TRUCTIONS TO BIDDERS 1B-1 SUMARY OP PROPOSAL SP-1 - 3P-5 GENEML CONDITIONS (F'OIN 200-A, REV. 12-(A) Index -15 e SPEXIAL CONDITIONS 801-1 CONTRAC'T' A(3R I'MNliT (FORM 210) CA-1 - CA-3 E WO RMANCL BOND PB-1 - PB-2 PAYMENT BOND PB-A-1 - PB-A-2 TECIINICAL SPI;CIVICATIONS: Y. Of;IT}sRAL 1-1 - 1-5 ' I1. F LEL 011, STORAUI3 TANKS 11-1 - 11-2 ADDi NDUfI NO, 1 & ALDF; IMI 110 o 2 1 ADVERTISAMENT FOR FUEL OIL STORA IS TANK OIL TRUroKING TERMINAL EXPLORER PIPELINE GREENVILLE, TEXAS W' AS MUNICIPAL POVMR POOL i Soaled bids will be received in the Purchasing Agontfs office, City Hall, Greenvillo, Texas, prior tp ll:00 a.m. on October 31, 1973, and publicly opened in the City Hall at 11130 a.m. on the ' same date for: FUEL OIL STORAGE WANKS complete in accordance with doeumento on file at the office of the Director of Electric Utilities, City of Greenville, Texas, P.O. Sox 1049, Greenville, Texas 75401. Specifications may be obtained, free of charge, from the same$ Each bid must be onconpaniod either by an aoceptable bidder's bond, a certified check or a cashier's check, payable to the Texas Muniai.pral Power Fool, in an amount not loss than 5% of the total amount bie ~'=i~rlLirl.. The Texas Mvnicipal Power Pool, resal-ves the right to reject any and/or all bids. Kenneth Phillips Purchasing Agent I A-1 KrU, OIL STOVAGE TANKS ' OM TRUCKING TERMINAL T'.XFLORLR PIi'I:101tJ1,; GRELI1VILi41.', TEXAS TEXAS MUNICIPAL POVIEM POOL ' IP[STRUCTIONS CO BIDDEHS) Re: :lpocifications I0uol Oil Storago `Panlr.s October, 1973 A. PROPOSALS SI[Afl:j INCLUDE THE FOLLOWING: 1. Sutmnary of Proposal, consisting of the accompanying form properly filled out. Five (5) extra copies of this fora aro enclosed for tho Contractor's use. 2. Proposal paran`eo as outlined in Item C.,"PROPOSAL GUARANTI L ' . 3. Othor data as listed in Item B. B. SPECIFIC INSTRUCTIONS AUD INFORMAMON: 1. Sux-miary o.' Proposal must be filled out, 13ids made in latter form without the Summary of Proposal form and specifications prepared by the Purchasor, will be con- sidored irregular. 2. All proposals shall be submitted in triplicate. 3, Contractor's jo,oposal and Purchasor's specifications stall be attached :;o and form a part of tho Contract. !F. Contractor's proposal shall contain a3 a minimtun throe (3) copies each of the following: I i i I! IL;-1 I~ II INSTRUCTIOPIS ^0 BIDDERS a. IX-tailed specifications covoring construction and matoriale used in the equipment. ' b. Proposed arrangament drawings of tho fuel oil storage tanks showing plan and elevation vlo ws with dimensions and ohowing the foundation arrangement and loading. e. Accosaories and miscellaneous oquipmont furnished shall be listed in dotail. Fisting shall clearly define all items to b3 shipped son&ratoly. It is understood that all items not so listed shall be shipped mounted a-n co;mooted. 5. Each proposal shall be enclojed in a sonlod envelope, addressed to the Purchasing Agent, Greenville, Texas, and endorsed on the outside of tho envelope in the fol- Iowing nannor and filed with the Purchaoing Agent: as Bidder's name. b. Propasa. for Fuel. Oil Storage Tanks Texas Municipal Power Pool City of Greenville, Texas 6. Proposals riav be withdrawn and resubmitted at any time prior to the time set for tho opening of the bids, but no proposal m4iy be withdrawn or alterad thereafter. C. PROPOSAL GUARANTEE Accompanying each proposal shall 'De a proposal guarantee in the 11 form of a certified check or cashio:s's check drawn on an acceptable bank, or an a(m eptable bidder's bond executed by the bidder and a surety eomp,any authorized to do business in the State of Texas, in an amount of rot less than 5% of the total bid. ' The certified check or cashier's check or bid bond shall be made payable without condition to the Texas Municipal Power Pool. The certified cY eek or cashier's chock or bid bond accompanying the proposal el-,ell btu returned to the bidder, unless in case of the nrceptaico of the proposal the bidder shall fall to execute and file a contract on the form sub- scribed, with legally respons.iblo sureties, within ton (10) days a£te'r its ncceptan co, in which caso the proposal guaran- toe shall. be forfeited to the Texas Municipal Power Pool, and shall be considered as payment for damages due to delay and other, 1neonvon_F,nces satforod by said Texas Municipal Power Pool, on account of faillre of they bidder tc oxeeute contract. It is understood that the Texas Municipal Power Pool reserves the right to re Sect any and all bids. 1 18-2 iM INSTRUCTIONS TO BTDDERS Ds QUALIFICATIONS OFTUDDERS Bids will be considered for equipment manufaoturod in the United States only. Contract award will be made to the qualified bidder determined by the Owner as having the best bid considering price, ' efficiency, delivery, experience, quality of equipment, service record, service facilities of the manufacturer, and adaptability of equipment to the needs of the Ownor. I 3;, REJECTION OF BIDS The Owner resorves the right to reject any anal all bids, or parts of bids, and to waive irregu'arities and informalities in any bid submitted. 1 F. BONDS Performance and payment bonds shall be exocutod in ten (10) counter- farts by the successful contractor, signed by a surety company authorized to do business in the State c2 Texas, and acceptable as surety to the Owner. 11ho erformance and payment bonds will be in the amount equal to 10G of the contract amount. With each copy of each bond form, there shall be filed with the Owner one copy of "Power of Attorney", certified, and including the date of the bond, Sufficient copies of the bond forms will be furnished the successful contractor. G. RETURN OF PROPOSAL GUARANTH;E The proposal guarantee shall be returned to unsuccessful bidders ween the Contract award is made. Proposkl guarantee of the successful bidder will be returned when said successful bidder executes a Contract and files a satisfactory performance bond. H, LOCAL CONDITIONS ..r r Each bidder sha)l fully inform himself with all factors which would affect the prosecution and completion o!' the work and cost thereof, It shall be understood and agreed that all such factors have been invostigated and considered in the preparation of every proposal submitted. Thoro shall be ,1o subsequent financial adjustmont to any contract awarded, which I. based on the lack of such prior information )r its effect on ti.e cost if the work. lB-3 i ra INSTRUCTIONS TO BIDDERS I. INTERPRI:TATICN OF CONTRACT DOCMANTS If the Contractor contemplating submitting a bid for the proposed ocntract is in doubt as to the true meaning of tiny part of tho specifications, or other proposed contract documents, he may submit to the purchasers a written request for an interpretation thereof. The Contractor submitting the request will be responsible for its prompt and actual delivery. Any interpretation of such documents will be made by Addendum duly issued, and a copy of such Addendum will bi mailed or delivered to each person receiving a set of such documents. The Owner will r;ot be responsible for ay other explan- ations or interpretations of such documents which anyone presumes to make on behalf of the Omior before expiration of the ultimate time set for tho receipt of bids. J. ESCALATION If escalation is proposed by the bidder, the n,_ximrm escalated price will be used in comparison of bids. 1 1B-4 "Ut ''A1ff OF i'l1()1'0'1A1, O 1'Oi1 FUI_T, OIL :;It3rr~~ca~ TANK . 01I, TRUCICI~IG TER110Ar, 1'ULORI-j{ 1'TI'1sI,i111 Or ItE,E:rIV]Trl,l TI!XA„ contractor _ GoJjb0tt Pros, Tnc. A. 1,111111 ';11i1 ruicl.: (-UJ,-11iT,-(107T1;1. 6'uv1 oil 3Lorago Tank 1. Mato orIal 129,167.00 2. Lnbor. 59, 04o, oo 3. Tot al ;j;~ 168 227.oo _ ' 13. DATI-, which Iiidd~r' inn stnrt aon3tructioll work (e;ao Pg. 1-l) Paragraph L.,General) JulY 1, 1971 C. Tt I; 1"Oquirod nftor starLinlr w rC to cmuloto all work,wc,v)cs 1. fort 11. 0110 110,000 bbl. tank 10 Weeks _ U. ALLOWANCE FOR RADIOGRAPHIC 00.00 -11 TESTING NI . WA RRANTY 12 Months 1'. TOTAL CONTRACT PRICE W11'}1 TESTING ALLOWANCE 189,727.00 r 3P-1 ANNE 1)M1411171f' or t'I1OV03A1. VUHIP 071, k"i'MRAGE TANK OIL TRUCKVIG 'PL;lU1I11AL EXPLORER PIPI-;LI?Ii: ORF3?tlVIlJJ,'0 TEXA'l TEXAS MMUTPAL POlff'R 1'0014 D 13f0l)[11 "IlAkl, mittorials which nro Lo o u lizod' in Tank 110,000 collstruotion: bUl. 'l'ank 1. 'Ptfnk gall thl clmono for oach r courso listod bolow: no (1) tourao............................. .8125" b. Socond (2) couroo........... 6411 c. '1111-1-d courso . . . . . . . . . . . . . . . . . . . . . . . . . . . .45 . ' d• Fourth (lF} courso. . 12 f} O. l''iI th (5) COL1r90. ( If U90d *312511 ' r. Sixth (6) courso.(If usod) 2. 'l'ank bottom thicknes 425011 3. Tank top thickness.............. .1875" 1}. Tank mall maf,orial ASTM Do aignat ion.. . ! . . . . . A-28 -0 5. 'I'fnk bottom material A3'114 Docignftion... A 283-0 60 Truilc top mrtl oriul AS111M Los iL;nati on, A-283-0 ' 74 Tank Vont Mf6 Varec or Shand & Ju s 8 'Dank Ca1;o MxL _ FC~onsolidal. d rJ. Rudiographio Tooting Luborutory -Ray ' SP-2 1 "414 i',,l ,i11.F . :i . VIf1,1 011o Sillll(AO , 11AIM Off, _'1'#tt# K7110 '1'I;INNIA11 i•1X1'LU11#';#1 1' f l'I:G'l ii i~ TEXAS5 ?•1i.li iCIPAf, i'OW ;li POOL . CuntrucCul Corbett Bros., Inn, ' f;uhr:oni;vacturs to be uuocl in tho porl'ovilmno, of Cho work ere as fullows: t 1..~ ~l; I~Oitl~ a R. E, Dow & Sons Sandblasting & Painting 1 J. X/,GE1"11101;;; ZUO AT' EMIA'1'E;J I itircc#~# ionr~ Lo Wio npocificationa shnl.l. br, kn#lt; to a minimiua; huarovor, it' oxcoptions aro tak•on by tho litddor to the spoei- ficr ',ions, i,hoy shall bo duly and completely noted below. Xx- ' 'options cl,?cf,n olsowhero .abali not be considered as a part of tlio bid or cc,abnocluont• cont;ract.s. If any conflicks ariao bc,t- woon Elio apectficntions rind tho Contractor's proposal (othov than oxcapLions notod bolow), t;ho specifications shall govern. Aclcl r,xuopi.iorlr, in the apmw providud liovoinafCor and label as 1. l~;KCP;I''i'701i#1. Aftor EXCEPTIONS, add altorrlatos and labol as 2. ALTE'J 1A'1'i;; . 1. In lieu of mechanical oleaning, we propose to "Brush-Blast" Wi'.,h sand, the interior of the tank. 2. Valves designated O.S. & Y with stainless stool trim shall ' be Crana #47 x OF Stellite in lieu of stainless stool, ' S1'- 3 fSiR~CtAiCC op 111(01'03'nr, 1`J1.I, CT[, .11T NACrI; `I'MIK3 (IIf, 'P1iUCKING 'I'KNUMMIAL 1,,Xpf,01iI~,R PIVXIJM, f11i(~,!?C(VII,GIs, 'l'(;XAS TEXAS I'IUIJI(IIPAL POWER 1'001' (luritrcceLor_____ Go botf, Dros. Inc. K, AI)1,r.I,A 13ici(loIs 's ai(;nr%t ilo boIovr slfnll indicato rocoil~t of Addenda by him and incorC)oration in his proposal: 1 AQd(Jjvl mt_ IIow Dato Rocoivod Sil,wLLmso of Contractor 1. 10-26-73 1 2. 1 3 r DAT ' at Port Worth, Texas _ this 31 of 1 October 1973. Gorhott Bros. Inc. 1 on ractor gnaturo of Co tractor Chao. B. )Boles, Vice-Pros 1 1 t~- 1 Business Addross of Contractor: 1 P.U. Box 7596 2633 Industrial Dr, -Fort worth, Texas 7611 1 sY- 4 1 1L ~ V 0 i r a ~ ~ J ,1• a~+►i r J a N t i r ^3 rl ~o O J = ' o ° n S +t +r i +I N ' ry 1 M ~ P' V p nF~~ ■ A' r, 4« t ! y} E' - v: :'S., r iLr 0" }Ta .:.-y ! CITY OF OREENVILLE 1 GENERAL CONDITIONS 11 SCOPE: The Contract consists of the Agreement, these General Conditions, the Drawings and Specifications, Notice to Contractors, Instructions to Bidders, Proposal, Perfor. mance Bond, Addenda to Drawings and Specifications, Special Conditions, duly authorized Change Orders, ongineering data furnished by the Contractor (when and as approved by the Pur- chaser or Engineer), and instructions furnished by manufacturers of equilpmen for the installation thereof, and any ocher exhibits specifiad'in the Agreement. Any provisions of these General Conditions that follow which pertain to a nonexistent condition, ur whieb conflict with any provision of the Spacial Conditions and/or Job Specifications shall have no meaning in the Contract and shall be disregarded. 2. DEFINITIONS: The Contract consists of rill of the Doouments and Drawings enumerated in Paragraph 1. "9oope" above. Purchaser and'Contraotor are,ohose montioned in the Agppemeht. Th3y are treated throughout at; if -each wer4 of masculi,n6 gender and singular+ numbsr. Wharrver in the Contract the term "Engineers" is used, it refers to Purchaser's donsulting engineers', The term "Work" includes such equipment, labor, m&terial, methods, and transportation or other facilities. as miy.bo neoessary to complete the Contract. Tha term "Subcontractor" includes only those having a dirpot oontraoe with the Contractor and it includes one who furnishes material worked to a special design according to the plans and specifications of this Work, but does not include one who merely furnishes material notac worked. The term "Inspbotorl" Includes the Engineer or technical in*, apeetors duly auth6rit4d by the Purchaser br Engineer, limited in each case to the particular duties entrusted to him or them. , The term "Date of Contriot" ohall be the date of the Contract Agreement. The tern "day" and/or "days" shall mean a calendar day or days of twent. -four hours each, Ilia term "Drawings" inoludAs all Drawings prepared by tho Purchaser and/or Engineer, Drawings submitted by.the successful Bidder with his Proposal and byy the Contractor to the Purchaser, when and as approved, and all brawings submitted toy the Purchaser. GCtii J t ~~h ' l 4Y1 7i n1h r` S { l /`N..^ 1,'i' t 5. and/or Engineor to the Conntraotor during the progrgsa ofthe Work as provided herein, The tarms "approved", "as approved", "acceptable" suitable" ' "properly", Isatisfaotory'shall mean "approvedf', "as approved", eto,, by the Purchaser and/or Engineer. Similarly, the terms "as orderod", "as directed", eta., by the Purchaser and/or Engineer, 3, COPIES i'IF CONTRACT: A minimum of three copies of the Con. tractors Proposal as submitted, and the Conbraot Agreement shall be prepared, Additional copies shall be prepared'if to directed by the Purchaser and/oil Engineer, Two of theme copies of the Contract ;,,reement signed by the Contractor, shall be subml'ted to and signed by the Purchaser; one or the second copies shall be delivered to the Contractor, The origi- nal copies of the above documents are to be retained by the Purchaser, in addition to the dopy thereof In the Purchasers copy of the executed documents, 4• VERBAL STATEM'RM'Ss Verbal statsmonts are not binding l ~ Verbal statements do riot form a part of, oz• alter In cny trey, the written agreement, :SCOPE MATUM; AND TIC m of BPEdIF'IC1A' IONS AND DrtAWIN(}gt a Speoii oatfons and Praxin~~s 'sup 1' oe,t 6a0h ether `d to en , ether oonattutF-one complete set ,nf ~peoifirations andFlans:,~o that any work exhibited in one and not, in the ether shall be 'exeouted ' Just as if it had been set forth in both, in order that the Work shall be completed to the complete design oil designs as decided and determined by the Purchaser or Engineer. It is understood and agre7d 'that the Work shall be perforrv)d and aonploted aocording to the true spirit, meaningg and intent of the Contreet, Specifications and Drawings. Tt is inoumbent on bho Contractor that the Contractor shelf tuf.tiish the Work com- M Lye and that the Work be sabisfaotory it all respects and ful• 19 the guarantees of the Job Speoifioations, Should anything be omitted from the Speoifications and Drawings which is necessary to a clear understarjding of the Work, or should it appear that vprious instructions are in confliot, then the oontraetov shall seour9 writ ten,insbructions from the Purchaser &nd/or Migineer before proosedI. g with the construotion affected by such umisnio%is and/or disorepaneies. b, CONTRACTOR'S DRAWIXGS Contractor shall submit all copies of the ;Drawings-and Sohedules sa requested in the Job Speoxfioations, 7, 913PEnVI3T0N% The Work shall be conduoted under the general o+iporvision c,f the Contractor. Tb a Purchaser will interpret the Contract w r r ar}" M .tai ~4 1: °Tyi~1 r r~ ~Y f~` F!' Sk ,r y .i i A t~ti M S Y 3 a Y r; . ell 4 and any `pupiil@@,aentary aIpec~fioationa or drawings` iseued by them, and shall arbitribe any controvaP61as in regard to the Work that r3a~/ :pulse between the Contractor and other oontractora, the Puro ebaterls decision to be final. Contraotor shall consult with Purchaser as to the motb.od to be used in unloading and bringing the equipment and materials in place for ereotion. Cormneroial operation of all equipment shall be dor.onstratod to the Purehaserfs satisfaotion. Contractor shall &ive .Purchaser a instruct16nf3 andpinformation as mq• to'neoesdary for the proper daze iknd./or operation of tho a ui anent S. MATERJ:ALS AND WORKRANSHM thdoes otherwiris speoifioally provided for in the Specifidations, all equipment, materials, and artioiea incorporated in the Work oovered byf this Contract are to b'fj now and or the moat suitable grace of their respeotive kinds f4~r the pirposa, and, all ubrkmanship shall be first oleos. Purohsserl$. 'rid/or the 16q,,ineor.►s':a0provO "gna11 bo ob'tainad uO r.,'any gateri«l; fixture$ or ap arat'ds,, ot,o,, whioh to not defbAboJy speolti,ed or io of fare3• for subsloituAon fozti .,any, tnateri~,i fixt 'apNaraty i; otaa, for in&ter~al' peaifiiod of~ the I?xa ige ox°'.in. e: one spboifioattone~ '.b"+tfore prooeeding +rith ^ 'the p6AI in of `the frJ'ork CHA TOES IN fiHE '4QRKt ` ~ rdhaser shall have the right to make piny ohanees or '.al-oox log A the Work, the Contract Sum being adjusted aaoordingly, 101# WPEC'TION 1)6ND TSSTTRa'f The Purchaser, Lnginsero, and/or their r,aptr aentiftv4o sha'1i hO4 the right at all reasonable titreea to inp@at and toat the Worrk. Contractor shall make nadosssry:arq+an$i3n~erits'ea provide proper facilities and acoeas for ouch ins eotion and testing, either a{ Oontraotorrs shop, or at this mill" 01~ sfiejow of any manufaoturer•where any. part of the VorkAo;bdihng fabrt{.r,ated ar molbL 4a Sd, or At any looation wherever the Workls in preparatign or'.~rase. Contractor shalt- escortain tb,o s6ope of any npeo oe 4hioh may be oon. templ,ated) and shall- gf.ve apple notice'' as to' the time each part of the Work will bpi ready for suoh inspections Purchaser ruby reJeot aunq We+ri1~ Pow~d to be defootive oz not in,aopor~lanoe kith the Contract, regar Iona of t' o 'etago of its oompletion or the time rr place of ditrooveryy of eudh Orurs,; and re ardledo of Nnethor Pwo'hale'ris inspector has previously accepted the work thro4h oversight op othoruiaes 11. PAYMENTSI ?to paymento made or oertifloatoo givbn Otali be donaidored ate 6oA unive evidence of the psrformanee 6f the Ccratract, uithor irholly or in part, nor shell any certificate or payment be construed as aoaeptanoe of def.'antiva work* Ga3 oil 11 11 1~ y C . i dlr. 4}~ µ h 'I~~ d`t~It C'f hJt ~~a t cA - [ir rl IsY° ra.: ~~a'h~o tluar ,'r, i r ! r Kv f t -o' d r; e'F~ i h ila i,1 lJ !7 I !I Contractor shall at any time requested during the progress of the Work furnish the Purchaser or the ineers Witt t~ verified oar tifioate showing-the Contractor+s tot$1 outstang indebtedness in connection with the Work. Before inal, payment is made, - Con. tractor shall satisfy Puiiohaser~, by affidavits or otherwise, that there are no outstanding liens against Purohasertis promises b reason of any work under V- Contracts Acceptanoo by Contractor of final payment on the contract price shall constitute a waiver of all claims against Purchaser. 12. COMOTION QF WORK AFTER FINAL PAYMBNT: Neither the. final payment nor.sertitioate nor any provision in the Contract Ahall relieve the 66ntraator of r+osponsibility for f4ulty materials or workmanship, and he shall remedy any defeot duo thereto and pay for any damage to other work reaul ing; therefrom, vhloih shall appear within a period of one year from the date of acceptance by the Purchaser of the Work. 13. CORRE07ION OF WORK BEFORE FINAL PAXMgNT FOR WORK: Contraotor shall prompptly remora frora Purchaser+s pron".ses 411 matovials condemned b , t3^.e Paroh'aceu,on gocount of failure to' conforim to the Contracts "whether aobiially. inooz~sdr+ated ri the Work or not, r and Contraotor hall at'his:own axpo*hre,.promptl rep1.aoe:auch oondemnod, materials with ptiter .s4 teri;als ~'Obnfo ng to °the ita" quiroman's ot` the "C6ntr46t~ :Ooi~1#i *Aotor shall;' also, bear the expense .6f r4storing. all Nark of gthsr. dontr~;obora d►+aagod by Ln;V duoh 'reMoval or repplaoomont. It Oontraotor 'does ':rot remove stn such oondemnod wo' 3t Vithin a teasonable~ tithe after written f noTioe by,the Purohat6r or the Engineers, Purohaser may remove it at Oontraotor+s expense, 14# ROYALfiIES M6 'PATENTS :y'.Contraotor:,ehall'pa all royalties and lloense'feas'whioh trs' be payablo on aoodunt oi''the Work or. any kart theroof. He shah dePand all suite or olaim,, instituted against Purohaser for the infriogohoO of an" patent •righte, and t shall pay all 41fards of damages ,easessed and ,J1 costs of suit udJudged agains6 Purrsh;,sor in suoh.'suits or phocs~edinge, provided Purchaser gives Oortt'.FarAor raasoht%l Motion in writing of the institution of any sy~oh suit or praoesd ng, p4 mite him to defend its And gives him all such ippfor matiph# assistuneos and authority ll be necesparEo enable him to do so. In case any part, of oheWork is hold ' any such suit to constitute infrin$ement and its uqe is onJoinoap Contractor shall rwittlin a teaaonable times (1 replace at Contractor+s.own bxpenso auoh part of the Work witty a non4nfringing.part or moiify it eo that it beonmsa non-IntrInging, or (2) aeoure from PuroY,asar: tlha right to dote- fitlue the use of r,uoh ptrt of . the Work by 2+rdcuring fov Puroliaser a lioanse or ouoh other' errAssion, Rs wi11 6ftcble ontraotor to see>ure the euspensiop, of thu intinotion It the. 0ontraotor is i una#ble, after roasonable efforts to secure auah a license or permissicn, or to make' eveh replaoommint or moiifioation, he ahala. ~ reptove the larit so artJoined froro`Purahtise+A premises and refund that ` portion of the oontraot price which raprosente any prat rAfteoted by the injlunotia116 Y'h Ja~•~T r' ea i t tt •.,,Yv * ? 1 e i r Y r . i s r Y. 'I r ♦ ! F f ~ ~ " 1 t . I ) 15. ASSIGNMENT OR SUBLF,AM Contractorshell ' lresi n the contract for an not Rub-let or y part of the Work without first ob- t'kin ng'j1wvchaser(s written approval. Approval of a Subcontractor will not be given unless Purchaser has been furnished with satis- factory evidenoe:that the proposed Subcontractor is oarring ample public liability insurance and workman's COmpensation to the ,axtent and in the same manner as is herein provided to be furnished by Contractor, If auoh approval is given, the Con. tractor is not relieved from full responsibility for the Work or the fulfillment of all obligations under the Contra lb. LOSS OR DAMAM Until delivered in its entirety to ?urohaser, the Work shall be at OontraMborls risk. If any; damage to.or loss of any`perti of the Work occurs prior to delivery, Contractor btiAll promptly repair or replace the part or parts so lost or damaged without cost to the Purohaser. 17. EXAMINATION OF SITE: Contractor shall carefully examine aite of work and than adjapient promisee and conduct necessary investigations, to inform himself thoroughly as to the facilities and'fnvestigate all oi' thn diffid'Alties involvO in the performanoe'of the contract in 'ac4ordanoe with the 'speoifid`}.tione, and di+awings, ' t.~ubri:isaion of` ;thQ bi;'d and/or exooutiion ofd the oontraot by the ' Contractor shell 10, t,tltut.e, a ;rvp~eAentv.ti3n that' he has made. a full' . md complete ,),1ve3ti atioTj 'oi'.the', ait'e aid all of the itcsrk ajid all t prapert and `a Alit e6'=agioei►t there to and that' the Coritraotpr is trillyy ing, to ai'Mme1ull `and oaai, ate responsibility for the A,ffeci;, of any ari . aj1condit1 16n6 upon bhs Wort!. 14, CONTRACTORS SUPERVISION AND SUPERINTENDENCE: The Work fro M ' f { I comraencamenteti shEtll be under the c,xoluaive charge of and control.'r)Ito the ~ontraotor y d eti fCC 41k t rv" 3`+r r4 < f+,s 17`.. 4i i;.. I p r6- 19a CERTIFICATES OF IN3UFvd1CH#. Certificates of Tnsuranoe shall ho filed with Purchaser and said insurance and certificates shall be under such policies and, forms in such companies as are satis- factory to Purchaser, All eortif.ical.es of Insurance shall state that thirty clayys written notice will be given to the Purchaser before the polt~,y is can- belled or changed. 11o Contractor or Subcontractor will be allowed to stRrt any oon- 1 otruotioi. work on this (lontract until certificates of all insurance required are filed with the purchaser at the addreas designated. ;30. IDF.MITY: Contractor shall indemnify and save Purchaser harmless from and against all losses, and all claims, expenses, payments, demands, actions, suits, and judgments arising from am personal in,)uries or otherwise, brought or recovered against Purchaser by reason of any 4,ot or omission of Cont;+aotor, his SAboontractol+, or eithor of their employees or agents in the Execution or gaarding of Work. 21, LIABILITY INSURANCE: A. Contractor aheZl proqure And'maintoin during k e progress of tire" tJ¢r3 j t+ftlrluzts !"s Compensation Insuranot in oom- plisnee with attplioable State and Federal St_a utes, whirh insuranco shall also afford EmployereI Liability Insurance. B. Contractor shall procure and maintain daring the progress a!'; thr9 Work, Comprehensive Oetabral Liability nisuranoe,in minimum amounte as Set flirth in paragraph x1 (a) heroof, which insurance aliall. specifically in oludo Contractual Li0ility coverago of the indemnity MINIMUM greement inparagraph 20 supoe., 21(,a), AMOUNTS OF LIABILITY TN't1!1RANCE: A. Workmen's CoMponsgtion-.-Statutory as r~Ospeots amployeea suojeot to the applidable Aotra and voluntary with respect to employees not s" subjaoi. 13, Employyora Liabt11ty•14InIe,4 $3.00,000, as respaoto S"att,ttorf ampldye~es and $100,0 0/100,000 as respaoto others, C. Comprehensive 0enaral Usability--Minimum limits of: BoMy Injury Liability 160,003. each person 310j 000. each accidbnt Property Damage Liability 50000, each accident 50,000, aggregate D. Pur,,baserls (Ownor"s) Protective Liability Insurance— Minimum a-'mits of ' -6a- Bodily Injury Liability 100,0000 each person 1300,000. each accident Property Daitage Liability $ j01 0,000. each accident Comprehensive Automobile Liabilit7misinimum limits of: Bodily Injury Liability 1000000. each person 1300,000. each accident Property Damage Liability $ 50,000, each accident F1 Catastrophes Liability Insurance (umbrella) applicable to the project n an amount not leas than five million. Q. OWNNER's Protective Liability - Limits of Liability: Bodily ' Injury - $00,000, each person, $1,000,0004eaoh accident; ! Property Damago - $100000000, each acoiden7 2Z. ? PROPERTY INSURANCEr CONTRACTOR shall effect imd maintain. Builder's ~ Risk hazard insuranco covpring all risks of loss (sub jeot, to a d.eduot• ~ i le. aviqunt of not more t an ,000.00) in an amdu~a,t „,~gital to L009~ of, the Cgntratit Prf dd lxttpeE►f . In addition, th4 COITRA&OR eb ' 11 sffsot and maintain all;Iuilder'a~ Risk irisiuraneo oh equipment uqd/pr Zateria~'#s furnished .by i14e OW2M'ERand° stored anti/or ihstalled by the ~ CONTRACTOR in ah amount squal to' 100%"Of the value.` if the' equipment and/orb materials, such ln'iuranoe shall inalUdz OWNERis Loss if ' any, under sueh'poliey or poY,ioies and shall be adjustable with COX. TRAOTO R an'd OWNER and shall be payable to the OlfNER as trustee for the interested parties. Iti the event: -separate policies are isp+aed, they shall be depositod with the ENGINEER , If 06NTRACTOP, effects Blanket or Reporting >•orm Builder's Risk Insurance, he shall deposit an abstraot or the equiv- alent thereof of such policy in the manner providi4, which evidence shell provide that as respects OWNER'b interest, much insurance shall not. be cancelled or bhariged without at 1east`'30 days prior written notioe to the OWNMR;0,'td the ENGINEER. If, yin the event of cancellation or change, 0011TRACTOB fails td replaco nuoh insurance prior to the effective date of such cancellation or change, OWNER may effoot such insurance as is necessary to proteor his interest at, the sole expense of the CONTRAOTOR. ,ha CONTRALOTOP shall be responsible for and shall pay the deductible portion in the event of a loss. I' '1 3 7 77 .u, eC i>a i d r ,E w s 23* PEMI MANOR BONDt The Performance Bond executed by the Con- r tractor shall be a guarantee that the Work will be completed as required by the Contract, The Performance Bond shall also be a guarantee that all repair, or replacement where required, or the coat thereof, of all Work performed under the terms of the Con- traot, where such repair or rdplacement is required because of defective workmmahip or material, or both, and for the replace- ment of defective, equipment or parts thereof, within a period of ' one year after date of acceptance by the Purchaser of the Work, The Purchaser agreos to mail a notice to the'Contraotor, calling phis 'attehtion' td .any,failure tb comply Kith the requirements of the bond; not lase than ten days before notifying his surety of such fai',.ure, A fourth copy of the Contract and Performance Bond is to be re- tainod by the surety company, j 1 1 1 1 r r r r r r r r EQUAL OPPORTUNITY ADDENDUM lo lie Inserted in (oo%truction Contracts and ~uh.ontrucls, uad 1latrti.cl. (ontr4(ts and I'onha.c U;d-rv PAR "F I lh( t'ontracbrr it I n scnr. that: It ! .w does n rc r,.%%c I, lot) or more employees, and if it ft.r;,that It h.1 1, has m,l furnished the Ffqual li,oploymcnr Opportunity I ngdupcr•. lnh+nnntioo Ntport ELO-1. Stand.rrd I arm I (ir), rcyrtired of employ0r4 to 100 or more employees pursuant to I.>'ccutivr order 11246 and Tide Vll of the (:lull Rights Act of 1064. "I1 c r vufract„r Irn,c - 1), it it "ell oht.tin, prior to flit a%i ,.,f at))' suht„ shaft (,.t u+,+rc than $10,000 ._._y. )rrn•un•Irr tn:f subcnnrraertr w,tb 100 or more .mrloyecs, a statement, signed by flit pru,'wscd subcontractor, that the proposed ubcontra,.tnr h.is filed a current report on Standard form 100. T ho ( outractor avrces that if it has 100 or more crnple,yPes and has not sulnnitced a report on Starrdarcr Form 100 for the rurrenl rrporrinr year and that if this e,+nt(act Will an+ount to more than 510,000, the Contracrur will file such rerr,rt, av requrrcd by law, and notify the O•A'ner in writing of such filing Prior to the 7wncr's acceptance of this Proposal. PART It (,F1011ACATIONt NONSLURIA;AI11) FAC'.IIATII,~ T'ha ( nntr,,ctor (C rtificv that it does not inA n11 tin or prosidr its cmplnvcrs any segregated facilities at ace)' of its o,rabh4hnents, ;cad that it does not permit its ernplo)c::+ to perform their 4crviccs at any location, under 1 irs <ontral, Mhcrr sc•gegrted facilities arc mai.tained. The C'on.tuLtor CCtlifiee huf6rr That it +sill not maintain or Provide for it, etaplnyces any srgrvgaucd facilities at any of It% csfahlishntunts, aoll th.tt it will not permit its c,aplopce t„ ferfor,n their senc<cs at any lecation, under its tnn'r:•I -Ahe:c scgrtvated facililic:; ,ue maintained, '11cr COOtractor agires rhat a breach rf :his rectification is a vi+.dation of floe I(tiual Upjvrcmit C'.Inuse in this contract. As use.f in I. lis crr(ificatir 'h- term "serregatcd lavdtics" mcaos al~y waiting rooms, work areas, rr t- roans and was}rro+rms, rz,.taurants and otter r eating sects, timcelocka, locker r„rnn4 arid other %rwage or dressing arras, j, t6ing lots, drhnVng fountains, attention or eutetainment areas, totnsloo.ori, no and horsing facilities provided fit (wrdo ee • aheeh arc, sr }.fegated )y explicit difektj%rV or art- in (ncl vcrrty,atrI on tote basin of race, color, tehk¢ino. (if nrrotlAl 6( , Ij'v of habit, I c,il eusl Kn, nr otlrcrok r• the Cpl tract, r cgrc-•, th if (cx(tir tchcitrt II v. , !t rincd 01:11tr<.cl tctrifrcali,ers from rwPosc,l subeontr.tttor4 for Prcif c tir v Per ,,,Js) It will obtain idcotic.cl cer•ifie.rtions 1i prnjs)sed .uh:c,uuaetors l-riot tit the award of s„bcoutraas vxerenling 510,mo which aic• not exerurt hum the Pr•,vision4 of the :tgclal Opportunity (.hose, and char it will retain such <enifrcatiun4 in ' 11,4 fllc5. NOI I : 'I lie PCnaIt)' lot rtakin, false statcmrnfs in offcr4 is prescfibc'd in IH PA N I Ill LQUAL 01111011'I I7N1I Y if 1.ATtS1 'hiring flit f•elfomrant0 r,1 this contract, the ('.ontraefor agrcca as follows; {I) The (:nntrato of lit 'iIf not drscrimin,tte against an, employee of apt licanf Ica tmplnsmtltt because of race, pommuo ' 9EA 11 2)0 PLV 7.10 tailor, roligion, rex, or national origin. The Contractor will talc arlirmative actiat to ensote Ihar applicants ate rrnplnjed, amt that employees ,Ito treated during empiuymcnt hoot regard ts, Iheit race, color, religran, sex, oe vatioval origin. Such action shall brchtdr, hilt not be limited to, :I c (oliowing: rmplnymt•nt, ufgr.ohng, Jemotinn or transfer; ree'ruumcnt of trnoitmrnt advertising; I.tyoff ar ,drain-runn; rates t,f r'.ty or ocher farm..d eompensIUnn; art I selection for training, in<hrdiny, ap(<rnticrship. 'Ihe ('.ontr.tct,a egters to pet It in conspicuous Id tors, .n•ailahle tat traployet?% and upplicants for cmpluyraent, nuticcs to be provided setting forth slit provision, oI this nundiscrimi• action clausr. f2) 'I lit Contractor %ill, in : ill solicitati,~ns or advrrrisomenis for enifdovrc% Idaced by or on bchaif of the t ontractof, state that ill qualified .applicants will receive consideration put employmert without erg u,l to race, g color, religion, sex, or national origin. (11) The ( Aotractor will scmJ to each moor union or reptrscntative of workers with %hic11 it has a cnI]cLti\'e bargaining agreement or other contract or undersea ding, a notice to be provided advi,ing the Said labor union or wtakers' reps-srntatlve of the C0ntract0r's commitments undet this section, sad shall pm.t copies rd tlic notice in coo+picuous places available to employees and applicants for employment. ' (4) T'hc Contractor will comply with all provisions of Executive Order 11246 of September 24, 1AW3, and of the tiles, regulations and relevant orders of the Secretary of Labor. (y) ']'lie Contractnr will furnish all information and reports required by J{xgeitiCe Or,Jef IIli( of September 1 1765, and by rults, regulations and orders of the Secretary of Labor, or fursuont thereto, ii, 1 s131 permit access t.a ifs IK,oks, recotis and accuunts by the administering agency end the Secrnnry of Labor forpurposrs of investi- grrinn it ascertain tompliance with such rules, regulations and orders, hi) In the event of the Contractut's noncompliance with the nondiscrimination clauses of this contractor with any of the said rules ,tegulalions or orders, this contract may be cancelled, trrrtinatcd or suspended in whole or In part and the Contractor may be declared ineligible for further Coverrment contracts rr federally assisted ' eonsrruttion contracts in accordance with ptecedures authorircd in FiAccutive Order 112f0i Of September 14, 1965 , r\ PON' and such other sanctions may be impose..l and remedies invoked as provided in tl a said Executive Order or by vale, regulation or ordct of the Secretary of Labor, or as othersise provided by law, (7) The Contract,,' Al winclude the portion of the sentence immediately pteecding paragraph (I) and the provisions Of parrgiaphs (I) through (7) in every subcontract Air purchase order unless exempted b; rules, irgula- tiocA or ordrrs of the Secretary of Latex issued pursuant to Section 201 of hxrcuti%e Order I1246 of September 24, 17(i5, to that such provisions will be binding upmn each suhennmit:tor a vrnJor, 'phe C<mu,,cror will take such ' anion with rrspoct to any subct>„unct or pwrchasc otdcr as the administering agency may direct as a means of enforcing such provisions, including Ranctlans for noncompliance; Provi(!ed, however, that in the event a Contractor hecornes involved in, or is threatened with, litigation with a subctsuractor or vendor as a tesalt of such dirpctiun by the administering agency, the Contractor may rcques' the Unittd S6ucs to enter into such litigation to prutc•ct the huctcsts of the United States. IN.— irrin "Cant tracn,r'' shall also mran "Biddct" or " Scllei" in case of materials and equipmcn, unitracts and r:urchasc twdets. and "Subcontractor" in the case of subcontticts. ill,, provisions of thin adrlendum aie n.ot applicable to any contract ar subcontfact nut cxccrdinp f19,Q9p. I hi r addrudum sul1ctsede1 the similar rcprcsrntations and provisions which cony he contained in the rontract form to wiaich this adrlendum is .alt.rched. ']'he on,taclot may disregard the tupcrsedull rcprctieutations and provisions. CONTRACTOR IlY TIt LE alb _ VAtE RLA rORM pia REV 7.10 ti FUEL OIL STORAGE TANK OIL TRUCKING TERMINAL EXPLORER PIPELINE GRHENVILLE, TEXAS TEXAS MUNICIPAL POWER POOL r ' SPECIAL CONDITIONS ' 1. INSURANCE Tho Contractor will be required to carry insurance as stipu- lated In Paragrapsh 18, 19 and 20 of the General "onditions, attached hereto, during the lifetime of his contract. In. sur+znce shall alsn cover personnel which may be on the job ' for supervision of tests. The equipment manufacturer shall maintain such insurance as r well protect him against all claims for damage to equipment supplied by hir. Such insurance shall be in an amount not less than the maximum contract price of the equipment and ' shall be maintained until final acceptance by the Purchase oi' the equipment. The insurance shall cover losses by fire, windstorm, collapse of building or structures, and all other causes, regardless of kind or origin. For insurance pur- posas, the title of ownership to the equipment shall remain with the Contractor until such final acceptanco by the Pur- chaser. r r ~r r r SC-1 1 cvrlt'11Arrr (;Irl;1;i41.r1+' 'Z -ii-Y ; i Li,JP:' 7'111:; ACIil-A-111-0IIT, niarlo nncl enLorod iritu thict 12 da' or-November Brazos Electric FowurZoopratIve,Thie' Cites of 1973 , by and boLwounBryan, Denton, Garland and Greenville acting; through iLs Board of Directors And City thorounto duly Councils authorized oo to do, Party of the First Part, and horoinuftor called the Purchasoil, and. Gorbett Brothers, Inc. a Corporation -_of Texas Party of the Socond Part and horoinat'tor called tho Uontractor. 1JI'1'PIL~Sf;Is'I'ir: MAT l-1111',IZE I;ho 1'ru'r}hasor lies rousorl to bo proparod, in accordance I: alawspociri,r,rrr,iona, plrrrls, a10 01,har c0i11trr0r1; dncumrrnts for the work herein doscribrid, rand ]iris appi,ovod rind adolAud Ovid documents, rind has cr~usorl to fro published, in the rnannor and for the tine required by law, an ddvertisoment for and in connection with furnishing materialF and constructing one (1) 1'10$000 Bnrrrel Storage TsrjA In accordance with the torirl3 of this Contract; and 4illl;l1,'?A.i tho scald Pont;r Aor, in vospon.,io Lo soch rulvortisemont, has sub- ini Uod to Win I'urchnaor, in the manner and at Lho Limo spouifind, a sealed proposal in arcordanco with tine torms of said advert isoinont; and d Vill,:RNA , tho 1'uvchasor, in the manner proscribod by low, hac.= publicly opon0d, oxmrilnod, am l canvassed the proposals oubrnit,tod in rosponse to the publ.{shoc; inviLal:ion therefor, and as a result, of such canvass has dotormincd arrrl doclavod the aforosaid Contractor I:o bo tho lowest and best birider for tiro said work and hari duly rkvavd,,rl to the said Conlractorrc proposal, a copy thoroof being aLtachocl to a'd mado a part of this Con- tract. HOW Tfll11RV,;PO1R:2 in considoi,ation or Lho componaation I;o be lraid to the t:on ~rlricEor ararI o;' Lho mulatal agrournorll;s h0voin contai.rlod, 1,110 11rt2'tie9 to those prononts havo ngrood and hereby agroe, the Purcizflsor for itself and Uri nuccotlaorn, and Iho Contractor for i Lsoif', hirn;lrll.r, or them- rrnlvos, or IJ:1, or I,lrcrir :1u r;r,ua:rrrr;r mid rolrliGn;1 ov its, his, or thuir oxocutors and adirtioluLratoro, as follows: Form 190 CA-1 t as ~a ~ AldUCIA, r. 't'hat. I.l1c Contractor 31;1111 (a) furni:;}, rill tools. equipment, rsu;?Tio:r, suporinbondonco, transportrfl ion, and oi,?mr construction nrcossorlos, 3urvicr,;i, and facilitioa; (b) furni;;h rsll M-kL Trials, ntlpplio:l, and oqutl~viont; 9pocifiod n>>d rorluir(A Lu Ip) incorpc~i~ntod'in' nnrl form n por:a-monL part of tho colr,plotocl works, (r,) prrvirlo and rSr,r!'orrt 1111 noco:innry labor; '11m, in a Loud, su'.1,stanLial, rirrd worlonrutliko manner and in aocordanco 111tH the provis:.on3 of the Gonr:rrrxl Conditions end tho I'lpocial, Condition; of this Contrac'w-, which riro nttachod horoto amp ritl0o a part hor3ot', and in !:onforrnity with the Contract Plr,ns rind Speeiri-n-at- Ions do.0glnaLod and irlz,tiAifiod thoroin; (d) oxocrlto' construct, and com. ploto all wont includod in and covorod by the Yurr;ha;;nr'a official at-turd of this Contract Lo tho ;aid Contractor, such :i%- rd being basod on tho nocoptanco by the Purchasor of tho Contractor's propo:tal, or part thorool', au follows: One (1) 110,000 Bbl. Fuel Oil Storage Tank A ITIClA; Ii. 'iliat I;ho Purchftsor shall pay to the Contractor for the Igor ormanco of Lho work ombracod in this Contract, and the Contractor titill accopt n:: full compon3ation t-horofor, the swn(subject to adjust- mont as provided by Lho Contract) of One hundred eighty nine thousand coven hurd.rod twenty seven k. no/100 189, 72'1.00 t for all work covorori by and included in 'fhn Contract award and designatod in the foregoing Arti.clo 1; payment thereof to be made in cash or its equivalent, in the manner provided hereinafter. A. Ninot; pox, uunt (90%): Upon delivery of ouuipinont in accoptablo condition. 13. Homaindor., Upon accoptnnco, but not later than 300 dayrf from comploto dol.ivory of equipment, upon certification of the Engineers, provided tho Lorms of the Contract have boon fulfilled otherwise at that timo. . Ald''M&l ?77. '[lie Cootractr,r shall procood with Wio arork to be performed utnl er-1110 17ruvi,+tons of thin Contract on, or within ton (lri) ciay3 followinc, Lha dr>;to of public acceptance of the Contractor's prollonal by the Purchasor. Contractor shall not delay the atnrt of the work to be performod tinder tho provisions of this Contract oxcopt by written ordor from the Ptu'chasor. Contractor shall comploto 'and ship said work by Soptombor 17i 19711 Form 190 CA-2 t I Tt1 S?T'1'PII : S Ili1l.Itl;r51~, I.hn Pnrtios horoLo havo ox,)uul,ud LYsis Contract ua 6f day nnC yuar r..rst Wei.LLer,: li . `Ylll I-lUl,dICTPAL PCl•111,NZ 1001, Purchasor I + ~i Uy 4 = -lc~AHLILI ggvrn~jje' - - C Ly of Bryan A t st I :4.1% y oi' llortt;on Attest t y of. Gnrlond Attest C ty of Gro nv l e Attest r or~o6A r Brazos Hlo sic Poorer -Attest Cooperative Inc, Gorbott Bros„ Inc, Party of Me Socon Par Contr,actorY Chas. 13. Bola,, UicerT're~. i1,,Ar, } 1 r loi White, Asst. Secy. CA-3 1 r r'1,111'ouitn c;;, r;ouh K}1041 ALL hl1s111 I3Y 1,110, viol the u., ~r,r;~ignod Corbett Bros,,, Inc. horoinaftar "'JUorrod Lo as "Contractor," and (Insurance Company) United States Firs Insurance Company y r ti Coc'povatior, organized and ox- isting under the lave of Ll,o St•titc-) of Neu York -_-and authorized to transact businoss In the :;toto of Texas , as Surety, aro Brazos oc- ric F6yror Co-Op Inc., The hold and firmly bowed unto t:he Cities of Bryan, Dontoni garland and Greenville I -Urre'"Fiur~dred eighty nine thousand seven in the ponal sum or hundred twenty seven & no/100 Dollars Ob 1x9,727.00 „r) lawful monoy of the United States of America, for thO payrmont of which sum, well and truly to bn made to the aforosctirl Purrhasor, wo 11111(1 aurlselvos and our heirs, oxec.utors, administrators, 1 successors, and assigns, Jointly and severally, by those prosents: W11BREAS, on tho 12 day of November , ly 7~ tho abov6 named Cont:•n oT, onterc,d into a wr. tun cnncraot w1. e aforesaid Purchrraor foi° furnishing materials, supplies, and oquipurent not furniq},od by tho Purchnr.:or, construoti.on tools, equipmonr;, and plant, and the por- formance of all norsosaary labor, for and in connection with the construe- ■ tion of tannin improvornonts dosignnted, dofinon, and dosrribod in the ~I said Contract and the conditions thereof, and ir, accordance with the Contract drawings and specifications therafor; a copy of the said Con- ' tract being attached horloto and made a part horeof; and W1111EAS, it was a condition of tho Contrac: aw9rcl by the Piulchaser that Lhasa presonto bo axocutod by the Contractor and suroty aforesaid; IOW$ 1111540:'ORE, 11' L11o said Conti-ncLor shall nnJ will, in all prrrti- 01lnr9, w0129 redly, 1111(1 ['aithf'1117y ab;rorvc, porfurrn, and abido by each ' airl overt' covr.+nnnL; condition, ar,d part oi' the unirl ConLr,nct, and tno conditions, sporifleations, drawing;,, and oLhor Contract documents thoretc attnohod or, b;r reforonco, mado a part thoreof, r,ccording to the truo intont and rnoaninf; in ouch caso, then Lhir, oblilr,%tion shrill bo null and void; othorwiso, it shall romain in full forco and of"oct. ' PF3-1 FAIN 1'1tt)VIDIS), PUR1 IUM, tha': if Li l- said Coll tr rr1,ov c,}iall fail to pay a).1 juot; clairtrl Mid dorrtand,13 by, ur in behalf of, auty omployoo or other portion, or arty fist, auauciati >n, or ('011j,orn1.1wi, 1'or labor porforma,l or, rnatorinl ;nal)p:lios, or 0(1l: inrioalt i'urni~;hu~l, usoci, or coneumod by raid Cna,tractor or• hits, their, or ita a ii,t,r:wi1,rnctor or atiVeon- trantors in the pa~rfn;•mrcnce c;j:' tho Lauri: roil :r:,r:tod to bo ekno tPion and in that event thy, af'oresaid surety will pay tho full ~val.ve of any acid all such claims or riomands in ally E.otal amotu-it not ox- eoodint; the ariawit of this obligation, togof,hor with interest as providod by law. `i'llls UND11It SIGN ll StJlil;'l^f, for vAue ruc cii.vod, hor-,by stipulates and agruos thact no extonsion of tirio, chanfo in, addition to, or other modification of tho torma of the Gontracl; ov viovk to ?;e performed thoroundor, or of tho snocificaLions or at'nur r;ontract document nccoripanying saino, shall in anyiAso affect it;;i obligation on this bond and said surot:y doas horoby waive notico of any such extension of time, chango, addition, or lnodificaL-ion. IN TE.131PIMOITY. MU-MOP, tho said Contractor hos horeiulto set his hand and tho said surety ibis cauaod these presont's ~,o bo execiltod in its nario, and ita c,orlxn-ate sual to be horour,to riffixod, by its attornoy- in-fact thorounLo duly authorized so to do, at Fort Worth, Texas on this the 12 day of November Gorbett Bros Inv. "TZUr`ac o'r w C-xV-' (Soa1) ' e%hs. B.'Bole , Vice•l7res, Unite tales Fire, esurance Company Surety dumpany - l~ o ajj By 5ta[ o ltoprosi3riC~it vl " j Ac.cr.mpany this bond with Attolrnoy'-In-Pact'a authority front the surety oomi.w y cortified to include trio dato of the bond, P13-2 I r This Power of Auortr:y it granCed prlilS~tatt to' Ar`liclc Sr'ctions'A Will Il of the fly-[.aHS of the I iNITFD STATES V IRE INSURANCE COMPANY as an+endcd on. the 71h Oa~ of May,, 1971, and now in lull fnhti and affect. ARMf.E IV. Execution of instruments hr, Chairman of the Board, President, or any Vlce-President, In conjunctint, with the Secretary, or am: Secretary, if more than on? shall be appointed by the Hoard, or an Assistant Secretary, shill have po%icr n a behalf of the Corporation (a) to execete;taffix the corporate seal manually or by facsimile to, Ukhowlldge, Verify and deliver ' any cowracis, obligat ons, instruments and documents whatsoever in connection with its busin^ss includifir, w thow limiting the to,-egoing, any bonds, guarantees, undertakings, rrcogni>anccs, po,~ers of attorney cu revocations of any powc.o of attorney, stipulations, policies of insurance, decd,, Icsascs, morigalles, releases, satisfactions and agency agrermcnts; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preced- ing paiagraph(a),in,;tuding affixing the seal of the Corp,.!,Aon. . Ibis Power of Attorney is signed and sealed under and by the authority of Article Ill, Section 9 of the By. Lawsof the UNI I Eb STATES FIRE INSURANCC COMPANY m amended or the 7th day of May; I97I, and nnw In full force and effect. AT~'.ICIe I115ertian` 9.' ~aC5lntlte $I ntdtG~ra " I n'f - i ! I a 1' .I ' J,I f I g e 1' Turd bf;~n afflict at fhor~i ~S f dth,any 'bet"ids;t~gu6tahtM;'UrideitakCOt}4,~lerdni~ite3, dtip'ura'tini,;r'o~i'd!a 1b'fneoi any powers of attorney and policies of Insurance Issued by the Corp io be r' si S ' l tophcd or oche se rod ed punted facrhi.c, ht~ro- + prod I {Thee P1p ration, Wf,?QlY 9 to ys.~ IRF thet,.p9fPf s h5t'd~ 010tS4 flri''fa s~mile;l o ri; o~ 4,n}? Pkq Rf ,PgrsonI .f~PR §hAl~ ?~YS~,P~r.offhSf~f Af,tbA, plNAfa~ hotlt~lih tart~ t' tfactt hat 1te niay hrive cea4ei~ to be ,Deft at t~se time when suc IIA h instruments shgl1,.1x ,sued. , CERTIFICATE t r,, t 'fefl;l; ']'7 1 , 1c] ;.t Y )mil is t ! i 1''. t 1 ll 1 t.i M1! I ,I 5talq,gf New Jersey' ,17 county or morris It the ufidersigntdi Assistant Sr„relary of the UNITED STAI FkS FIRE INSURANCE COMPANY, DO II F(t T: HY CERTIFY that the foregoing POWER OF ATTORNEY rcinA;ns in full (orce and effect and has apt been Ire- yoked and furthermor litat the abort quotffd abstracts of Attiqle IV, Sections :A akd, fliliev lilt section 9 of the By•f^n s a roilg ion are nck M full force and rl~e~t, ` t In Testimony WherWl t 4411creunto s,bscribed my name and aff d tfis: t,r dill al ofiha,said Company, this day of_ dl L 1 I Iii, i. •1 J'. ~I/ r, :itf:. Jra ,1lfSI,:1.ir,.l! i1: tIJ u„ rf i irI! IlII~' Ii17f1'I~. I; E { POWER OF ATTORNEY VNITiEDSTATFS FIRE INSURANCE CONIP,%N'Y PRINCIPAL FFFICF, NF:W. FORK, NA. KN01VAII.f~If NY7HEtif:PRf:SF.NtS: Thal the Uh1tfhSTATESf'IRrIN"MIRANCEC6,MPANY2Cor• pnration duly orgenired and eitisting under the lams of 1he State of New YnrM, anti having its adminktrutisr offices in the IWAnship of Morris, New Jersey, has made, constituted and appointed, and Jac,. by thc~c prescnts makr. °onstiluleand appoint t30hl)I,P W11j,jp111S of F01-1. 1,16r1j), rl'CxhS ' its true ar,d lawful Agent(s) and Attorney(s)-in-Feet, with fail power and suthnrily hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver: Any Arid a 11 1)Onda and undFr t:n V *n eAch in n penstl?.,y not to exceed t'nrr sum of One Ili Mon Dollnrs 01,t0C:,f1f}~ fE.Y..IY?'7' r+)ndi; olt tichalf Dl' Independent Fxeotltorn , r`artrtuntt,Sr Survivors, orr,ln~lni~,'r wpb..-bN--,/r-r~-r-o r ---w-w-------------rw--------rV-r---r r - H,. r w N b--'--rw- 1 q and to bind tb Cp-,rpor~lion t ereby,ah fully anlf tq samKit ~Q y 4--- ~clenf.H 15, f ,such 1rpndA a +.~'t h!~ b ~ 1~lr ~ a OCU{ ltd ec'k~itiwfgla' ~'yy,, t reu ail seer Q~,o~r~Frs o~ I~ie rp}tr~tiort }1;1ts o(fjtfs, jp,IMprty To nshi~, eW1e~y'iA`th4fr ot~n pr''p~r Y`rs ThWPOwtk oVAttdrfiey''lirnit% tht lct!df'Itrdsd10 g'''a theton tb lthe bond"aN~"'f,'hdll{atitngs specif `ii named tlietek, and thO h94e`htirdtithortt "to' idd i e`Corh 'n ` ke t I'd t th„ n " itAted. A Y f~,, fiP,+~ti``c>♦4crat tticre:r This Power of Attorney revokes all previous powers issued in,behalf of the attorney(s)-in-fact named above. q tf, ►tttti~t IN W11 NESS WHEREOF the United States Fire Insurance Company hat c,used these pmrnts to ix si~ned and attested by its appropriate officers and its corporate seal hereunto affixal this ~t day' Of _ MOM- ,19.13-. , ' + t r' t%AtlcYt' , i'! I I t-/ Is UNITEDS'T'ATESFIRFINSUKANC COMPANYL d ~r r 4t1 r Ass}~ of 5er>':+. + r stds t« / v ht a rt If it i~. BA~t f STAT E OF NEWTSEY) ss. ,COLtN1 Y OI klORRiS ) z. 111 1 N f ' O `this-: _ h t^r _.19 (j_., before the suhscri',er, du; qualified Not rye Qf I t tit' c of New Jersey, came the above-mentioned Vice President and Assistant Secretary of it United Slates Yir~ Insurance Company, 10 me personally known to be the offictrs described a in, a. d -Aho executed the preceding instrument, and they acknowledged the execution of the same, And being by ere duly sworn, deposed and said, that they are the officers of said Company aforesaid, and that the seal affixed to the preceding instrument is the, Corporate Seal of said Company, and the said Corporate Seal and their slgnatures as officers -Acre duty affived am, suhccribed to the said instrument by the authority snd dircciion of the said Company. IN TI:ST1,M0NY MIEREOF, I have hereunto set rty hand and affixed my seal it the Township of Morris, the daN aid year first above written. ,f f1i+ued) NfiQ/I ~I u NOTARY fUA' Ir` Of t1fW IfRSEY fScsl, ~ f,;,.4, !elf ? 1'',Ir, l'AYl2lsl: t' f:~~Eli) :I`IATIfi'OItY l`flxlilAIT M ND PURSUATIT TO 5,1'o Ol''I 'rl11k OF ii:Vf: J;l? CWTTI S1'~ATLPtI{. t.,~GA'1~U'1' OF 1'i'l:XA TEXAS) A:; Ai*;NDED BY A~/Il\I t/ !)~Ll] Ll:ltilzl;t.~viaA~~ IJI :1\,tOll, 1/ `~5`I KNO1111 ALL. ME'11 13i' 1'i0SF:TTS t1kaL f}orLotl; 3iTog,,_jnc. (lroruln,aftor called Lho Principal (s), uj Principal (s),and United 5tatec Fire ImIurgnog Comp (horoinafLor called the Surety (s)) as Surety are hold and firmly bound tuzto City of Greenville_ (haroinaftor culled the Obligee), Ill the wrious)t of One hundred eighty nine thousand seven hmidred twenty seven & No1100 Dollars Ceti 1891727.09 for the payment whereof, tho said Principal and Stu~oty bind tharnsol.vao, and Choir heirs, udministratorv, oxooutora, successors and 003ign:3, Jointly and severally, firmly by those pro. son is . 'rJiiLRGAS, tho Principal has entered into a certain written contw-act with the Obligoo, dated tho day of' _Novt)ca)j!v 19 73 , Ao furnish mater3.als for and construct (1) one 110,000 Bbl Fuel Oil Storage Tank which contract; ie horoby roforrod to an<t maclo a part horoof as fully and to tho oanlo or.tonL au if copied nt Iringth horoin. P13-A-1 I MOM NOW$ `111E1t.'PORS, THE' CONDITJb1I 01' '1111) 0131 JrJATJON 13 SUCH , that it tho sold Principal shall pay Fill claimants numply inn labor and material lo }tins or a subc.ontrnntor in tho nrolocution of O} o) work providod for in salcl cone;rack., thon, thlr~ obligation shall tbo void; otherwise. to. ® romain in full 1'orco and effect. i7 PIi0VIDIXOS 1iOVKVr,lt, that; hl:~ bond is oxoclttr,cl pursuant to the provi- sions of Articlo 5160 of tho Rovi.Od Civil Statutos of Texas as amended by Acts of tho 560h hot;islr I:ul-o, Pogular Sossion, 19;9, and,all lia- bilitios on t1iis bond shall bo dotorminod in ttu~:o►-rlanco with the pro- visions or laid Article to tho same extent as 11' it worn copies at longth horoin. IN WITITESS 1HE'RE 01-1 tiro sai, Principal(G) tall Sux-,ty(s) have signed and soalod this instrument this d,y olNovomber 19 73_, Gorbett Bros., Inc, Pr ncipq j~r . Aia has. $ tei 3y -Pres rfichas. les, Vice-Pres. Pr nn a - Joe tll~ ite, ASS1. SP,c'y. United 5tatee Fire Yueurance Company `(Corpo`ra ;lur ©Ey~~` Y Arnoy-ln-fact 1'I3-A-2 1 j~ f> Ir: i 1 't 1: ~ 1 r•ot i , ~ ; ,+r~ r r t, ; this 1'oa'cr of Attorney is granted pt rsuent' to Ar~icle 1V, sections A an,) B of the By-I.aws of the II,VI f 1'f) STATES FIRE INSL RANC'E COMPANY as amended un the 7th day ;if (sia)._11971, and now in full Corer and effect. ARTICLE: 1V. Executlon of Instruments the Chairman of the Board, President, or anti Vio-President, in conjundinn'with the Secretary, or any Secretory, if mort than ohe shall be appointed by the Board, or an Assistant Secrelary, shalt have power on ® hchalf of the Corporation! (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and dcliscr any contracts, obligations, instruments and documents whatsoever in connection with its business including, ® without limiting the foregoing, any bonds, guarante:s, undertakings, recognvances. powers of attorney or M revocations of any powers of attorney, stipulations, policies of insurance, decds, leaxs, mortgages, reLascs, satisfaclions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the rurposcs mentioned in the preccd- Ing paragraph(a),induding affixing the seal of the Corporation. rhis Power of Atlorncy is signed and s►,alcd under and by the authority of Aitirlr. Ill. Section 4) of the By. Laws of the UNITE DSTATES FIRE INSURANCE COMPANY as amended on the 7th day'D`rmay,1971, and now In cull force and effect. ; V ' e~ f 1 r -rt 1 , . J, Arlick'III,15lctiidn 4.,Fac¢ilii ile'Siinletuhs tl sl r4altrrc ~~gny off~~cr aulhorlat~~~y,,tlrc~~'Q~~~ptatr,Qt, afny 6, A powers soYor attorney fand,(policies of n~surancnr ssu d shy Ith 1aCorpo alti6~~ facsiriije"' 1%6- taphFd, or othe wisel pro~ucedis ri h4 4;sIPAf~tiosa Y F9 tippe ~o u{ fclr,lhe p,4fp~>> a hel~4n'ita) l r~ fatsilnll(r 3rg ~`user °,f P^ r,pl4fson v'f 1P~rPP1' ~f th ;cer.9F~P~r,Ssr Qf,,4hf, 'NprP.otBa 'a'oli~~thslar5din~ tire'fac at lie` rna/' have coaled to be sue at the time wren such instruments shall,bp issued. CER t"FWATE 1.,, 1 '~',v y! I 'c 1 .`r ~ ,•r! i Cr i I(., ~ i; I w1 r {111)1.1[1' .:~t ~ .~t ,joig,oj New Jersey' % I : t a r u' County of Morris Isthqu rsiggcd Aar,i.RaptScct'etaryofftIINITEUSTATEv FIRE IN 0,URANCECOMPANY,00111r4"BX; CERTIFY that the foregoing POWER OF' ATTORNEY remains in full force and effect and has not, bc4rt Ire yoked and furthermorrtl~at the above ysrotld abstracts of Arti le 1V, Se.ti6n4lA @ aq Article III, ~OCtl&vO of the By-I.a so tha,CC~Pr f lion are nosh i full force and efit` In 'I estimony Whoreof,' l h~ !e hercunlo subscribed my name and affjxM lh4'0rpota)ie seal of ilta,said Company, this day of r s i''~' itl r r 1., B - t,+ Ayis ant,Secr 0 t ' fl~ af CI I~IlC 1 11 t I J i 1 it a 1., 1 4r i i i , i I ' , 6~,~~~ lr r'I 111. 7677, 1 li 4 atltt~tti POWER OF ATTORNEY UNITEDSTATES FIRE INSURANCE COMPANY PRINCIPAT. OFFICE, NEW YORK, N.Y. K NOW ALI. MEN RY THESE PRrSI NTS: That the UINII ED §tA f Fs F1Rr, i `SURAKCE COMPANY a( lor. O poration duly organized and existing under the laws of the State of New York, and haling its administrutiie offices in the Township of Morris, New Jersey, has made, constituted and appointed, and does by these O presents mike, constitute and appoint Bobble 4►illieris of Fort. ','orf)t, Texas its true and lawful Agent(s) and Attorney(s)-in-Pact, with full power and authority hereby conferred in its ' name, place and stead, to execute, seal, acknowledge and deliver: Any And All bonds and undortnki n p r~nctt in a penalty not to exceed trze sure of Onc 111111on ryjllars {t-L)000,000 ;t..;nds on behalf of Independent Fxect.ttorn, l-oinmunity a Sit rviv0ra, !'ntnanllnf i, v GnAirdtans--rr_--_--_----------_ «r. -nrr-___.,___ d rrr_~rrr_rrr rrrrrwrr_.~-rr............ rr_rrr_rrr r.,r r_r and to Und th4 Cgrpofalionl,!1K€eby a~.fully, anrd tq the sam4'extent ps, such bQPJA 4,1f>a,~i41y,;4x4t4t1,d Arid dcftnftlfYbdged by th fe L18r7 CC ~r i~ers t I e r ratios it its, of c Mgrrib;.Tgytgs)Ip ~fetL ~e~~41:~,'i'e 4~Lfr ~wnftpei r pgS4t, Q. r st pP t rl fF _I!t, i. rl _,9Ey'~ t tr 1r, -Ir 1f, ni This'Po0r of AtMil&j'lirtilts thb'8ct bC t ose h`tS--i d ll)hein 4 tthe knd!' named herctn 'a'nd 06We no atotft~ td the t fie' ornFan~`e3ld'pt Iii the rnr~n'~Sct iurlk L; )she extenk t etp,itt alatfd.'' ~ 71 I`J!~ ~'i i , a + + Ir r'. f , I ir, , f rh rl r a This Power of Attorney revatn:, all previous powers issued in behalf of the attorney(s)-in-fact named abo e. ' `wti l:tftltll IN WITNESS WHEREOF the United States Fire Insurance Company has caused these presents to be si~ned and altested by its appropriate officers and its corporate seal hereunto affixed this... eay"d( ' ----_._,19.73-. I I UNITEDSTATFS17 INSURANCE COMPANY ! ~,li r rlr ,sl f ar'SI(!t f A 'Ei) it li1!i'I ~r;.,.! (I ++'I Y' I.IS i . ,1 _f rr1 A j 1'itewb rt F. STAIEOFNEW RSEY) ss. ,COUNTY OF MORRIS ) x t } ~ty 1'~~, t~ !L Or~`. thit 1 , : r -•Ls i4-L~_., before the subscriber, a duly uahged q ota ry'16t, t ~ ~te,of New Jersey, came the above-mentioned wire President and Assistant Secresty of th6 1fAStt Sla(e ffete Insurance Company, to me personally known io he the officers described in an I who executed fife preceding Instrument, and they acknowledged the execution of the same, and being oy na duly sworn, deposed and said, that they are the officers of sold Company aroresald, and that the seal affi-,d to the precedinj instrument is the Corporate Seal of said Company, and the said Corporate Seal and their signatures as officers were duly affixed and substribed to the said instrument by the authority and direction of the said Company. IN' rE:STIMONlY WHEREOF, I have hereunto set my hand and affixed my seal at the Township of Morris, the day and y.ar first above written. (Signed) NOTARY PUBLIC Of IIEW JERSEY / > (Seal) Notar Pu 11 M7 Comm ss on Exp;res ]lily 1, 1976 Y SPEC IFI CAT I0N'S r F 0 R FtEL OIL STORAGI TANK OIL TRUCKING TERMINAL r EXPLODER PIPELINE GREENVILLE. TEXAS 77s'XAS MUNICIPAL POWER POOL I, M' RAL r A. INTE'14T These specifications state the conditions and requirements applicable to furnishing and erecting a 110,000 barrell fuel oil storage tank at the Oil Trucking Terminal of tho r Texas Municipal Power Pool near Greenville, Texas. It is the Intent to award a contract for anr, oil storage tank which is to be; One (1) 110,000 bbl. tank. r 33. LOCATION r Yho location of the Oil Trucking Terminal sito is s;:cwn on tho Vicinity Map which is attached to these specifications and made a part h9reof. The tank will be constructed on a foundation to be provided by the owner. Detailed drawing r of the tank foundation and dike will be furnished prior to construction. r r i 1»1 1 OENERPi, 0. SCOPE OF WORK The Contractor shall furnish labor and ma►.,rials and shall construct, erect and finish in a wor)or,anlil;e, manner at the ' Texas ifiimicipal Power Pool Oil Trucking Terminas the work as set out in those specifications and/or ehowo on the draw- ings. The work shall include, but not necriosarily be limited to, the following: 1. Fabrication and erection of one (1) fuel oil storage tank: a 110,000 barrel fuel oil storage tank on found- ations furnished by the Owner and as shown on the drawings. 2. Testing for leaks and repairs, if required. 3. Cleaning, sand-blasting and painting. 4. Fuinishling and installing auxiliary equipment as speci- fied and as shown on the drawings. ' D. SUPP*~EMENTARY REQUIREMENTS 1. The following are attached and form a part hereof: a. "GENERAL CONDITIONS" b. The "Summary of Proposal" consisting of the ac- companying form. Bids shall be accompanied by the "Summary of Proposal" properly filled out in triplicate. j c. "SPECIAL CONDMONS". 2. The following Standards constitute additionei re- quirements of these specifications. Trio Contractor shall adhere to the requirements of the Standards and Codes listed hereinafter unloss otherwise stated ' in the specifications or drawings: e. American Petroleum Institute (API) b. American National Standards (ANSI) o. American Society of Tasting Materials (AST'M) d. National Fire Protection Assoolational Flammable and Combustiblo Liquids Code No. 301 1972-73 Edition. 3-2 GENERAL 1 E. CONTRACTOR'S SUBMITTAL INFOIC,IATION The succussful Contractor shall furnish to the TMPP for approval six sets of the following within two weeks after award of Contract: 1. Tank fabrioation drawings. 2. 't'aint spee',ficat{ons acid application requirements and calculations for amount of paint required. 3. Outline drawings and descriptive information on all auxiliary equipment. Manufacturing or fabrication of any material or the performing of any work prior to approval of shop drawings will not be permitted. The approval of shop drawings will be for size and arrangement of materials and appurtenances. Any errors in dimensions shown on shop drawings shall be the res- ponsibility of the Contractor. Drawing Addressing,. ' Unless notified othordise, drawings shall be addresse,', as follr,ws : Jack T. Ard City of Greenv.t1le P.0. Box 1049 Greenville, Texas 75401 Attantion: Texas Municipal Power Pool Fuel Oil Storage Tank F. CONTRACTOR'S PARKING Contractor's vehicles and Contractor's employeosl vehicles shall be parked in designated parking areas except for such vehicles as are necessary to the Work. G, ELECTRICAL POWER. WATER _AND_AIR ' It shall. be the responsibility of the Contractor to arrange for electrical power, water and air required for construction purposes. All extensions from Owner's distribution centers shall be furnished, installed and maintained by the Con- tractor, Contractor shall also furnish and install all ' equipment required, such as necessary fused switching, breakers, etc,, on circuits used by the Contractor. The location of Contractor's electrical facilities shall be subject to the approval of the Owner, The coat of power and the installation of the meter shall be the Contractor's responsibility and may bo obtainod by contacting the owner's representative, fir, Jack T, Ard, P.E., Director of Electric Utilities. 1.3 1 GENERAL Drinking water for Contractor's personnel will not be avail- able at the job alto. Contractor shall furnish and operate his own air compressing equipment for tho comrrossed air that is roquireA for the work. II. RESTORATION OF EM STING FACILITIES All existing plant facilities which are distiu-bod in any way byy tae Work shall be restored by repair, replacement, re- f iniahingg, ?repainting or by whatever means are required to their origi+,al condition. This shall includo, as examples, but shall not be limited to: roads, curbs, structural mem- bers, siding, pipes, cables, foundations, and equipment. 1. TOILET FACILITIES The Contractor shall provide all sanitary facilities for his employees. Use of existing pleat facilities by Contractor's personnel is strictly prohibited. J. LINES AND ELEVATIONS Contractor shstll employ a competent engineer to determine lines and elevations. Contractor shall lay out the Work and shall be responrsible for its correctness. He shall correct at his own expense all Errors in the Work arising from his hiaccuracy. K. RFFERE C S TO E` G1118ERS Wherever in the drawings and specifications, addenda to draw- ings and specifications, and any other part of the Contract Documento, the terms "Eng"ineer", "Engineers" is used, it re- fers to City of Greenville Engineers. I1, DRAWINGS, ET4GINEE RS I The fo?lowing drawings by the Purchasor, dated and/or re- vised as noted, are include-1 herewith and made a part here- of. All work shorn on tY.ese drawings shall be done by this Contractor unless specifically noted otherwise. 1-4 INDEX TO DRAWINGS Drawin ]do- Title C-53 110,000 Barrel] TMPP Fuel Oil ' Storage Tank M. SPI~C [PIC BRAND O}] TRADE TIMES OF EQUIPMENT Throughout the spocifications specific brands or trado names or oquipinont have been utiliaod to establish tho following: 1. The standard of quality required. 2. Design function or mode of operation required of each parti- cular piece of equipment. It shall be noted in all instance where a particular brand or trade name and model number has been utilized, that the term "or approved equal" shall be considered as added thereafter. Any sub--titutions shall be as approved by the Owner. N. SITE INSPECTION Permiasicn for Bidders to inspect the site shall be obtained by contracting Mr. Jack T. Ard, P.E., Director of Utilities, City of Greenville, P.0. Box 1049, Greenville, Toxas 75401, telephone number Area Cede 214-455-2880. ' 0. PLANT RULES Contractor shall comply with all rules Owner may have in affect ' at the plant site pertaining to handling of men, equipment, and materials. No interference with the operation of the owners terminal will be permitted. All equipment and material storage ' and equipment storage must have the prior approval of the Eng- inoer. P. SCHEDULE Completion of the tanks is of utmost importance to the owner. Completion, if possible, is raquired by Juno 1, 19711. Contract- or shall show in his Summary of Proposal the expected completion date and shall submit, upon award of contract, a schedule showing the time required for each phase of the construction work. Q. ,UAFANTrE The contractor shall guarantee the tanks are designed, fabricated, ' and erected in accordance with the spocifications and in con- formance with applicable codes and standards and be free from defective materials and leakage. 1-5 w ✓ y ~I f.:..I±r..,` r J~{(~rt rl~,~1abS i 1S ~ aftad " r l 1 r 1' ~ • ♦ M~•~• 1~CON11 1 74~~ I 3 y Mn,er I d • K~s"ipppy J. i vog YI,Vr II 1 1,}.. ; r!.`li yjNx, ` , j•'~y° ~F3r. III I ' It 1i•: u '46, b rlr;mwrru ei 1 ♦Ilr ,!L(~. ~i J - t _ ~ • . ' lj~ it •1 r4 ~ rr• ~ 1f~'~'~111~~ aI ~ I l '..r x •yY . > pal 0. IN 'a al J6 t Map, ,~..>~,.r ~ r~ r~r t f\I! III ~ .x •tx i~ ~ao4] 1. ~}/4 f r 'O;'1 I F I,~1 i. r~ I / ry I 1 Dig ulI f ,L_ 'GR at son -a 4 -k al. rlayd Vii: rNCUS ell ` _ - - II , ' ~ I.a. ~ n ~ j_. • f / ya =c- ~ ~~i 11{ ~ rla `~d' ~ r.l Hlin ` I r • VII ag • MZ/ ♦ 6~ _ jr +.r,\►~ , ~ wa' 1 1 I~ / ~a ~ .vf~/ s~V' ~'lMM ~ r I~`A.~.1. NI ♦I v ` ~ ~1 CLAISR POINT'I ~r 1• it ,l r y ' ~ •~0 ~ ~ ~~r R ~ 1 all 1' IF •'x / • / " ,TOnli I f . Cp DDO MILIS• , r M~oAorw,aj y y.~I ; t, 14 •~d all \1 I 1tt3 / ' i'i' 4- t ro•1g~ a e cada:~ t(• , • r , ' `Digital..] .a 7 rt l~ySdy~~~ 1AHa y/ {yMlif Yl_r.. ~jr-• rYN~JJ• it f~ti i. "t '1~ -1~ 1 n \ 1 e I. +il~r. / rri •r • J G.~rY,4 n l(i _ tbrNn u ' ~ r V \ ' sue, / van DiIC1M s t Half All . ..a~a~ t.•,.,,+r~j •ILLDi yi ~~'1,e ~ l-~"_. r_~ • n v.x rLL/L,~ 'g H. I1 ~ ~ ~ ~~Ti. ~ r,. . .y e• . 'y\ ' a~l / y..r ah ! en i~r •~1"• p ~ r,. Mail llla~.~'ir ~y y / 1{}•~ y~ t fall top j: W r :«r . f-• 1 . (q♦1 cage` . >f I t{ f a~ rill r Br•I `-yf 'ice SN.~' t S ♦ ~sx ~'a a.,~'si • _ rss.ri=a. 1T"~.` /S.nH},~~ pal • S AN NNI ~lr l, Glamall Ilp"t ' r 1t 'IrY , J . r ,~~cfc: P f \\\111 ♦ = ti r 1 » I 4 •]lSYw~~TT.Y`j ~'x~'}ax ,~11'Y~~. .Ri:.Y ~ Irpngbwn ~ .i. n wn• {ffx I r .'I • wrow, j6 11. FUEL OIL STORAGE TANK G. TYPE The tankv shall be of all-welded steel construction with lo- cation and ~irrangoment of ladders, manholes, nozzles, gages, etc., as shown on the attached drawings. B. STANDA'__X; The tanks shell be of welded construction and designed, fab- ricated and. assembled in accordance with tho "American Petro- leum institute Standard 650, Basic Design". Contractor shall apply the API monogram to the finished oinks. No alternate designs such as Appendix "D", otc., shall be considered. Where the requirements of these specifications and drawings ex- ceed or conflict with the API standards, the specifications and drawings shall govern unless otherwise approved by the pur- chaser prior to fabrication. r;. CONSTUCT1011 DETAILS 1. The fuel oil storage tank shall have a conical roof with slope of 3/4-inch per foot. 2, The inside tank diameters shall be the same for each course and the ring angle at the top of the shell shall be peer attached sketches. 3- The 24-inch diameter roof manhole shall be of the hinged and werAtherproofed type, with stainless stool hinges, pins, and closing hardware. 4. The roof vents for the fuel oil storago tank shall consist of four 8-inch flanged connections on each tank with breather valves. The valves shall be 8-inch diameter, pressure and vacuum valves. The valve loading shall be 1-inch of water on the pressure side and ;~-inch of water on the vacuum side, Each valve shall be capable of passing 1;2,000 cubic feet of ' standard air per hour at a vacuum of inch of water. Inlot flanges shall be drilled as for 150 pound ANSI standard. 5. The width of the shell plates shall be 96 inches minimum whenever possible so as to keep the girth seams to a minimum. 6. 11he fuel oil tank bottom shall be sloped to tno edge 1/10- Inch par foot. Tank bottoms shall be detailed to suit the following foundation conditions., Fuel oil storage tanks The bottom plates wil rest on a bad of asphalt-sand mix over a crushed stone prepared foundation. (Lap joints are acceptable). ' 7 inch center ovown. 11-1. sure FUEL OIL STORAGE TANK 7. A 28-inch spiral stair wi+h a slope of 1 to 1 shall be provided for the fuel oil storage tank. 8. A 211-inch manhole insido. 9. A 20-inch flanged opening shall be pro•iidod inside for fill line as indicated on drawing. ;0. Ttlo-',-inch flanged suction openings shall tie provided per drawing. 11. One 6 inch and one 1-inch flanged ope.iiiiga piped inside to hump as indicated on drawing for drain. 12. Nozzles up to and including 8-inch diameter shall be of Schedule 80 steel pipe; noLzles of 10-inch diamet,: and over :hall have a Iv-inch wall thickness. Flanges shall be of the 150-pound ANSI Steel, slip-on tupe with raised face. r Nc,zzles 2 inches and smaller in diameter shall be 3000-pound half couplings. All openings shall be properly reinforced. Whore indicated on the attadhed drawings, elbows shall have flanged connections to allow removal for the appli- cation of protective coatings. Nozzles extending into the tanks shall be installod with adequate bracing. Gaskets shall be furnished for flanges and blanks shall b furnished for opening not being utilized. 13- `.'t'he tanks shall have plates and structural members of open hearth steal in accordance with API Standard 650 and AS,1 Specification A 2830 Grade 0 or A 36. Steel machine bolts used as a permanent part of the installatio:i shall be in conformRnce with ASTM Specification A 307 Grade B end have out threads, regular hexagonal heads, and heavy cold-pressed hexagonal nuts. D. TES71ING 1. Tank Bottoms: Tank bottoms shall be tested by vacuum box with trans parent top and soapsuds. 2. Tank shells; Tank shells shall be tented with penetrating oil in accordance with proceedure outlined in API Standard 650 paragrapsh 5.3.3b• When testing is finished, the inside of the tanks shall be cleaned and all water and oil removed. 11-2 ..ems.. ~ T_ tf . s FURL OIL STORAGE TANK 3, Tank roofs: Tank roofs shall be tostod by applying Internal fair pros- sure or oxtornal vacuum to the soams arld using soop3uds for detection of loaka. 11. Radiographic: Bridiographle tooting to confc:•m to APT-x)10, Basic Design, --111 bo .achodirlod and peri'or,mod by I;tlr, CoIII'ractor. Owner tFiall be furnished one copy of the tes`, r-osults. II~,PnI_3 All leaks detociad shall be repaired in Rccordance with the requirements of Sel,tion 5.3.5 of API Bulletin 650. F. PAITTIMG After completion of erection and testing, tho Contractor shall solventclo,an and then commercial sandblast the exterior tank surface pox, Steel Structures ?ainting Co+lncil Surface Prepar- ation Specification SP-6. Tanks shall no;, stand overnight after sandblasting without receiving the first coat of paint as specified bolow. Tank interior shall be mochLnisally cleaned. The entire outer surfacos of the slin1l, the tank roof, vents, and all oxtornal appurtenances such as piping flanges, ladders, manholos, otc., shall be painted with the painting systems specified below: ~ Humble Oil and Refining C,:, "Ln jayl' uj)oc. ito. Outs ile la t Coat I,M6666 2nd Coat and subsequent I,6670 Minimura dry film thicki,ess, total: 6 mi.lo Paint and pri-mor mAy be applied by brush, roller or spryly, but in tiny easy: ahnll be nppliod using; procridures, rvj+,iiod;3 w1r) equip- ment r3 roeoznlnonclod by the paint manufacturer. :lrach recern- mr,ndations shall be furnished as part of tho submittal infor- mation on the paint to be used. Third and fourth coats shall be of different color to permit visual inspection of covorag6. 11-3 1 i FUEL OTL STORAGE TANK i The Contractor shall have at the site a high voltage holiday detector and a magnetic tail thickness gage for proving the paint soundness and th9 okness. G. TANK ACCESSORIES ' 1. LEXII]b INDICATORS llio love]. indicator on the storage tank shall be of the tnrgot-roadirg tank ougo typo, Vallee Na. 6700 or equal, approved by the Enginesr. The gage shill have stainless stool- cable and float; sh'~avos shall bra fitted with ball bearings ann Indicator and the gage shall not bind because ' of freezing of water vapor in sheave housings or other parts. 2. GAGING A1ID SAMPLING DEVICE: A gaging and sampling device shall be provided for the fuel oil storage tank. It shall consist of a gaging box in ' accordance with attached Sketch 8635-SK-M-121-0; an 6- inch roof gaging nozzle 8-inch in size arjd complete with a I gage and thief hole cover, Varue Figure 170. 40 or an ' approved equal; a gaging platform witi: railing; and a i striking pla`e below the gaging opening. The 3-inch cen- tral gaging point shall include a stilling well which shall 1 be provided with adequate equalization to compensate for displacements of the dipstick. 3. GROUNDING CONNECTIONS The grounding provisions on each tank shall consist of 3-inch, 4,1-pound channels, welded to the tank, and with a 9/16-inch ' diameter hole in web. The fuel oil storage tank shall have eight equally spaced connections alternately attached to the tank wall and to the top of the tank base. • 4- PLA14B ARRESTOR AND VENT ' I The flame Arrestor shall be a 8-inch Shand and Jura Model 9113~JO with aluminum body, tubes and shells with ' Model 94240 free vent attached, one each vent, Paragraph C-12. H. VIRL DIN I e A. The welding process shall be in conformance with the re- quirements of the current edition of the American Welding Society's welding handbook. The welding operators shall have passed, within the preceding six months, r41e quali- fication test as set forth in the welding ''hand.,ook. 11-4 1 FUEL OIL STORAGE TANK 1 f B. Surfaces to be welded shall be clean and free of dirt, rust, or other foreign matter. C. Special and adequate back chipping shall be accomplished by using the Are-air process or similar principle. D. The welding; operation shall accomplish 100 perc•3nt seam penetration. I E. Trepanning as allowed in APT Standard 650 will not be permitted. The Contractor shall control the welding quality by radiographing, as specified in API Standard 650. The Owner reserves the right to radiograph any additioneA welds at his own expense. I. PIPING CONNECTIONS ' It is anticipated that the piping on the suction and fill lines will be complete prior to construction, The Contractor shall upon completion and testing make the connections to the owner furnished 20 inch rill line and 6-inch suction line. .r. VALVES The Contractor sball provide and -install valves with flanges gasketed and blanked for all openings not utilized or cohnected. He shall also provide and install valves on t'he following con- nections: 6 inch drain line ' 1 inch drain line 6 inch suction line 6 spare ' The valve on the 20 inch fill line will be provided by owner. Unless otherwise specified all valves shall be 150# flanged 0 S & Y with stainless steel trim. 1 11-5 i 1.