HomeMy WebLinkAbout1974
5 47
.a S P E C I F I,C 'A T I 0 N S
AND
C0NIRACT D0CU11ENTS
F0V'
FOUNDATION AND RETAINAGE DYKES
FOR A 1109000 BARBELL, N EL Off. STORAGE 1ANK
OiL' MUCKING TERMHAL
J?
EIi4'IOCtLtt Ptf'L:LIPJE" w~ Gjk[ENVILL[, TEXAS
' y , fEXAS hWNICiPAL PUNIER POOL 4
19,
t
i lE b r'
1]I
T s, 4
,
, r! .%R 1 ti$~~Ir iwr • ~ x X oi,4~
t
ttr rp~„ t3FN f t`iN~ ('r3ANCE CA
CbM ANY 0 A l,
A>~
" t+OME t1FF1t;E' 4`I41 8~1UQKk YK AVE. N1 C., S~AF l F. WASHING T0'N98
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: I lira C;rovral Insurance Company of A,ucrica and Safceo linur,uu r company of America, 0-it h a W-1011 tpton
t'tli p,lr;fli,ll, dth'r each fivielt)' ;Ipthwil
w.
TTS, Dallas, Tetsatl .
w...ww.w.rGUY T, RiC'dh1`fS; MRS, GUY .s•. hICKE
its True and lawful allorac){s)-in-fiO, willr full authority to cvecule oil its hchalf fidelity xnd surety iwnds tit undertakings k
and olhet docuroonts of i similar 6m), lot rss,wJ in the course of its husincss, and to hind the resptclive cumpiny thereby.
IN WITNESS WIIERFOF, Gerreral Imuranre Company of America and Safeco Insurance Company of America halft each f
executed and aitesled these prow uts
,27th of Jung''.
J
/ Qlr~uCi ',1".4r rut SgdN t prl .IlVViwSi•svwl,ll)
Fxrrpct from Artr,'le VI Secular 12, of tl,r Ily l aws M'Gor nor ral Insurance Company of Amt rich anti ut SAFF(O Insutbnrr Company of America: f S
"Article VI, Section 12. 1 IOL'LITY AN'l) SCRI'TY 1K)NDS • • . the President, any Vice President,and the Secretary shall
each have authority to appornt'indn'sdua;s as altotneys•In-fat ior 'tinder oilier appropriate titles with authority to execute on
behalf of the company frdeloy anti surety honsls aad otl.cr do.umer.ts of similar character issued by the company to the
course of its business , . • On any instrurm'M reikrl)f, or cvrJcncing such appointment, the signatures may he affixed by I
• facsimi;c. On any insirun}g„t conferrlog such aulht)t,lj or un any bund ar urderlaking of the company, the seal, of a
{ f1k3 tle thereof, may be int proud or Witted rrr in any uthcr manner reproduced; provided,hnwever, i at the seal shall dot
u tdrrtai loge t.,
be neccssaty to the v>6Jtty o any such iusitummt tit
Eittract from a Resoluti,m of t1w Loar,l, f 1Aict:lor. of General Insurance Company of America and j
of SAFK0 Insurance Company of America adop:vd July 26. 07U. ~
rd t
"C1n any cert{ffcTte executed by the Secretary or All assistant scctetity of rite Compiny selling out, ,
(t) The pfovls ons of Arbcte VI, See Ihio 12 of the By-Laws, and
(ii) A copy of the p,ns'srr4-,i(to;ney appt,inmtrnl, cxcculcJ Irtiuani ihereto, and
(rii)Ce,tifying Ihal saiJ puwerof-AtIorney jppminlineml w ro gull force it rt$ effect,
the signature of the certifying officer may be by f ..imt!e, rnd Ilse wA ul'the Cu npan), may be a facsimile thereof."
i, Wen Nantmersl r, Vice President mid Sccrelary of General Insurance Company of America slid rf SAF'ECO Insumm
Company of America, do hereby certify that the fore' owg extracts of the NN-Laws and of a Resolmlum of the Board of
r I*61ori of these e0pofalidps, and or a Powri-of•Atlorney issued pursuant therel,7, are true and coirect, and that both the
by-Laws, ih` R,'sttlutksn and the Ptoter-of•Altoincy are still in full force i,rrd effccl
t'
+ IN WITNESS W111MOF, I have hercutltu w't my hand and al'Axo'J the fac,unde sea! f eat h curppralkm
~1.at'~"
1,9
tht1.~ day 4-
CQR1M . 114
a ti.
17~ I~ 1 s. ,.cc a
' SEAL AL
ion a :;Aat~~,-, As, 4170
L 1D21 ,,,y~~~lgK9tic+ , JPf >Ftrt.
' ` ~p IJ Ilts'it~~ N rrs~tt>tt~'
YnrNTLQI H U7,11
05 !{a+~l° i:. e d 'aS Ir,
747 7 + 'L rm > 1 y ~5~ Y^.r a '4r• , n}~, Tl :~i.
t I ' y , 1 >i eg 6 f F ~ ~ w aA, n , t } r Tt 1 ~i r d . 1"ld~ t .A' rr lid I t 1 .i,
' r I *.r ' lr~7.. I~~~~~~~M~,.~Jj~1~'+t 1 + t p , r .l i•r'4 I
~'.n - • • r ~ 4. r e{. WI .7 r I i 1 Si r • + r
1'er
This Ce„iflcete of Inswance ne,thm sthrronlnlY Or nA1ANwRY elr.ende, tende ca Allere IS* enveregll etladee OY Ipo nunb.'nPA NaYw'
0GULF 1NSU"ANC9 c:OM
[IAYLANTIC 1 IgUpANOB CQ'MPANY
kisimu r INGURANC38 COMPANY t
1 1N9. CO- OF THE PACIFIC COAST
INANICUTIVIR OPPFCNOI DALLAl, TIOXAS
1
CERTIFICAtE ISSUED T0:
City of Greenville NAME D & G Equipment Company, Inc.
INSURED
NAME and P. O. Box 20154
and Greenville, Texas ADDRESS
ADDRESS J Callas, Texas 75220 J
tAttention; Ward Jones
The insvance aNoliled IS only with IespeCl to Such of the following Par LS designated by in "X a, in `*91
5P OLICY POLICY KIND OF POLICY I WITS OF LIABILITY 4
UM EQQ pp pp _ _
1. _:S'}:I ~r nv n.I,n L~ Wil6nr.n •r Clna.r aAnhn1 Inw
In. 4 pp Texr~s -
W 5 14Y.1L EAFi ~11 7 WII~KdA N•f:~~MPtN{,Afl.l~!~~: ~ _ t: rgfr 3S
GA5722799 EII• 4/1/74 tOMPAFH:NSw1 111NIAAI I1APIt 11Y 1NSuRANR r
{ FeP. 4/l/75 OWNIAS'. IANOLOADS' ANn UNANTS' ILARItltV INS.
MANUFACTURERS' AND CONTAACIOR S' 11A81111Y INS.
CONiRA;',UAL LIASILITY INSURANCE CJ
1 COWL170 OPlAATIONS AND PPMUCTS LIABILITY INS. ~.j IACH PIASON ACHOCCURRINCE AGGREGAM
ElMovInlu,vLiability /X3(X500c30C 13Zia- __1000 ~1f1~-3f14(1000~(10
PrnM:rlY OImALin LleldlitY .•'.-~LQ ~
e e
~-tt ~-~•}t7{• -Cnmt'meA h_ndilr InIuN M^'I P'nprrlY OnmllOn 11n611i1r
(1H /PEON fit. COMPRIHENtIVE.TUTOLIMILt LIABILITY INSl1RAN('.E 1 300•-00 xk'.,
t+ITI• 4/1/75 sodilY hduty Llrbility 1 100 000
MeV V V• ,y,~/~
imoPrly DAmA17A ('^nilily 1 t `k k
ComhinAd RnAi'v Inlwy Anil Pmpnrtr rl,tmnyA Linhlt.ly !
~7. .r,~. EACH Plot"" lAC11 ACCIDkNT !
Eft, IICHfORitt AUTOMOBliIUAPIL11YINSIjAANCF F.P. ` 11wrr•d Aur,rMlhitnv
L.^~ llnrllly Irquly linhillfy 1 I _
tlam ntlr rbr4lY k ,
Nnn hwnnA A+rtmm~bllAR P•. 1*11V li
- FACH►tR50rf AC.I000URRENCI AGGR[OAfe
[IR. MULTI•PIAIL LIASILIIV
8odrly InlurY Ei Ahl lily 1 1~ a
top.
Plnpnrty Omf"en I lebillly 1 I
Cornhinnd .noddy Injury And PtnnAHy DAMAPo 0411011Y
[ft. 4WOMOBILI PHYSICAL DAMAGE • i • • • • l _iGYEAAOF AFI6110E0 DESIGNATED NY AN "1I"
C04e' EEHINS If CdktIS10 - Firer. A F„
LIpI tlA9 COY.
EAP, EPA, ~ is
.V tlMU
DE SCAIPf1PN DE Vi HIf,Lr ACV bedurl ','e AC 'llbla _ _ ~ nsM it ICHI '
1•
- _ °_._Ri;r-cvttdatton f5tns Ratalnnga-I~iS:r~" Oil 'truck rig Terminal
REMAfIKr u..OIhN III.. e~ n re n i e Texas
In the wem of Any mete1f11 C A t aFepIA ono ~H unl are , he f}nTrvrnl w I rnde3vnl In T un rrtitlAn Mtily 10 the Parry In vrt •rn Ehle
CelUtiaele Is IUUed. Dut }eflure to love !ueh 1n114 kl 111 imM 1e no nhlipellM uCnrt the Comnnny 1eeYapl it'. Mrrll41ee0 fa AutnlDbllA PhvcltAl bAInA941.
IDalet
AIDE~ls rCOLLIER Coen AND Af$;figCIATEs OF t~. ALUIS, I
I..., ' s
and 4300 li Central Expi of) sway sr
T ReerN TAY+
vve
ADORES4 t Y, L
LDallas, Texas 75206
1 -1 f,.
` r
r. ;61%,
ft MAILED t~Y COMPANY ON DATE OF ISSUE J,. rIY P ' N`y
A6Ehf-COPY wit
t<
;xT
SPECIFICATIONS
' AND
' CONTRACT DOCUMENTS
FOR
' FOUNDATION AND RETAINAGE DYKES
FOR A 110,000 BARREL FUEL OIL STORAGE TANK
OIL TRUCKING TERMINAL
' EXPLORER PIPELINE
GREENVILLE, TEXAS
' TEXAS MUNICIPAL POWER POOL
ADDENDUM NO. 1
' Re: Specifications on above project:
' The following changes and additions have been made to the specifications and
contract documents. Incorporate these changes and additions in yoiir bid,
sign the acknowledgement, and attach a signed copy of the Addendum to each
' copy of your bid submitted:
A. Drawing D-2383B
' Replace the above drawing with drawing D-2383B revision C dated July 30,
1974.
' Revision C Changes:
1. This tank foundation sub-base perimeter stabilization from
' 90% AASHO to 95% AASHOT-99 and designates 4% lime for stabili-
zation.
2. Change subgrade compaction on tank perimeter from 85% to 95%
e AASHOT-99.
3. Change subgrade compaction under remainder of the tank from 80%
to 95% AASHOT-99
4. Change compaction of select fill material from 85% to 95%
' AASHOT-99 with a plasticity of 9 to 10.
5. Change compaction of base course from 90-95% AASHO to 95%
AASHOT-99 and see attAched specifications for material to
' be used in base course.
' ACKNOWLEDGEMENT
1 The undersigned bidder hereby certifies thr.t the revision and/or
additions herein set forth have been incorporated In his bid and
' form a part of the contract documents.
1
Bidder- Address
i Y
e "ate
L~
1
t
1 •'W 11 r , i 111. tld ~~~.~a f~.~..~-~ '_1
~~iClll~a(ion Ito.
' ITEM:
' SIZE:
PACIa.GING:
FUNCTION:
SPECIAL NOTES:
' ACCEPTABL78RANDS: NOT ACCEPTABLE:
.....:,,.,1..../
..,:1.,..,.1,.,.,,,,.,.1 00.6.60040 6448 10 ..,10 ...1464,4 161...,1.,,. .04,4,.46111..........1,...........................................
..............1...1.1...1..1.1.1.16 1119 4 ,,.6 116 6 6 .,,.111.11..1, ..1.,.11..11..,..........,,.,.......... ......,1.,...,.. 1...
.1...6.4 0 0 1.. 11..,/. f, 110 0 1.0 4 4 1110, 11 .,0 0 10 1114 ...,.,,1 ....................../...........1................,......... 1... 1,
,.,..........1 ..................11.....,..,.1.1..1,..,,111„ 1.... .11,...., ..1
t '.....:./..1.1...1 ..............11., ,1.1....1.11 ,.I.,.II.I.i
DESCRIPTION: go
A Technical S eclficatlons
' jttigtx ~)4 pfsg Tptgr a shalt e k pmpose o crus er-Hn bra n stone ant s a consist
rticles on% Imtxed1 wf0 th i. ap roved ~bynd IN ng'materiof;"'tlie11Fl. e'xt61"
of duf)rable of ~ st e' )ase
P.9..requ„rements,when„proper ester,,,yl,stanl,ar„I.al;ora, ory.~~~ 4 . 164 1 1 4. ' methodsRet$.Ine,. on ...Iti 'Sleve•eve ..............,~~,0....,.............,,.,.........
....,...............,..,..............,
Retained on 1
I Retained on eve 30-50
...180011.141 . 1111, 1.,. .I / 5...,...:.......,......,.............,..... ..,........,......1.........
r+ -o
Retained on r~G Ye"
Maio rE~aietesstnglthie6svr±sG'aill"b'eaVown.I., ol'("tii'rid'e'r"and"sfia(1"meet"t?il"foll'awr~g""~
regu,remenes,w en„teste"d` Stan,ad`rd-Talora,oryl.me„ o.511 I me _ Nu ld 1fins' s/(ia)l' not exceepd(
1..1 ~.T!`''~.~~.tY.. 111~Tik ..~'i ...{OZ . W6 1
The flexible base matorlal shpal) have arWot,~a~~ Nt11 Value not exceed(ng,~i6.US eb,tiyl,
"i.tan~Pr1~..1A4!?r~.4p~Y.S1 nd.t ,,CASE n SO h er reSU n from this test S a 61.4
no exceed 20%. The material shah) not contain more than 1$ Eby we f9 of c(ay balls or
, st,tY,aofndar ree la bornv,,,, e„rese prve e.r,q ;~samp-T`b`nfi'fUFi`
Q,ths•r1.4~.14.4t..4lle „+l~.ter A1.....1e ICI G
' at Its dhscretlon in accordance d atory rnceed'uresl the mate"Ol'a 1hd17 Ndl
DATE PREPARED: REVISED:
APPROVED BY STANDAgDS COMMITTEE:
SPECIFICA710NS
i AND
CONTRACT DOCUMENTS
FOR
FOUNDATION & RETAINAGE DYKES
OIL TRUCKING TERMINAL
EXPLORER PIPELINE
' GREENVILLE, TEXAS
TEXAS MUNICIPAL POWER POOL
' BRAZOS ELECT POWER CO-OP
CITIES OF
t BRYAN
' DENTON
GARLAND
' GREENVILLE
1
July 1914
1
i
1 •
1 ,
SPECIFICATIONS
AND
' CONTRACT DOCUMENTS
F 0_ R
FOUNDATION AND RETAINAGE DYKES
FORA 110,000 BARRELL FUEL OIL STORAGE TANK
' OIL TRUCKING TERMINAL
EXPLORER PIPELINE
GREENVILLE, TEXAS
TEXAS MUNICIPAL POWER POOL
TABLE OF CONTENTS
TITLE PACE NUMBERS
ADVERTISEMENT A-1
INSTRUCTIONS TO BIDDERS 1B-1 - 1B-4
' SUMMARY OF PROPOSAL SP-1 SP-5
GENERAL CONDITIONS GC1 - GC7
t SPECIAL CONDITIONS SC-1 - 3C-3
CONTiRACT AGREEMENT CA-! - CA
PERFORMANCE BOND PB-1 - PB-?.
PAYMENT BOND PB-A-1 - ?B-A-2
TECHNICAL SPECIFICATIONS;
' 1. GENERAL 1-1 - 1-5
11, FUEL OIL STORAGE TANKS 11-1 11-6
ADDENDUM
' DRAWING
1 1
ADVERTISEMENT
F_r)R
FOUNDATION b RETAINAGE DYKE
OIL TRUCKING TRkRMINAL
F;tPLORER PIPELINE
' GREENVILLE~_TEXAS
TEXAS MUNICIPAL POWER POOL
' Sealer' bids will be r_ceived in the City Manager's office, City Hall,
Greenville, Texas, prior to 11:00 a. m. on August 2, 1974. and publicly
opened in the City Nail at 11:30 a.m. on tha same date )orl:
FOUNDATION b RETAINAGE DYKES
complete in accordance with documents on file at the office of the
Director of Electric Utilities, City of Greenville, Texas, P.O. Box 1049,
Greenville, Texas 75401.
Specifications may be obtained, free of charge, from the same.
Each bid must be accompanied either by an acceptable bidder's bond,
' a certified check or a cashier's check, payable to the Texas Municipal
Power Pool, in an amount not less than 5% of the total amount bid.
The Texas Municipal Power Pool, reserves the right to reject any and/or
' all bids.
' Jim Edd Moor_
Purchasing Agent
1
I
It
f~
c
r
1
,t 5
FOUNDATION AND RETAtNAGE DYKES
OIL _TRUCKING TERMINAL
EXPLORER PIPELINE
GREENV_ILLEt TEXAS
TEXAS MMUNICIPALTOWER POOL
INSTRUCTIONS TO BIDDERS
Re: Specifications
Foundation and Retainage Dykes
' July 1974
A. PROPOSALS SHALL INCLUDE THE FOLLOWING:
1. Summary of Proposal, consisting of the accompanying
form properly filled out. Five (5) extra copies of thI5
1 form are enclosed for the Contractor's use,
2. Proposal guarantee as outlined in Item C., "PROPOSAL
GUARANTEE". ^ v
3. Other data as listed in Item B,
B. SPECIFIC INSTRUCTIONS AND INFORMATIhN:
1. Suasnary of Proposal must be filled out. Bids made in
letter form without the Sutimary of Proposal form and
specifications prepared by the Purchaser, will be con-
sidered irregular.
2. All proposals shall be submitted in triplicate.
3. Contractor's proposal and Purchaser's specifications
shall be attached to and form a part of the Contract.
4. Contractor's proposal shall contain as a minimum three
' (3) copies each of the following:
1
' 16.1
WORM
9
INSTMKTiONS TO B1DD£kS
continued
1
a, Detailed specifications covering construction and
materials used in the equipment. J
b, Proposed arrangement drawings of the fuel oil storage 1
tanks foundation b retainaga dykes showin plan and elevation
views with dimensions and showing the foundation arrange-
ment and loading.
C, Accossories and miscellaneous equipment furnished
shall be listed in detail, Listing shall clearly
1 define all items to be shipped separately, It is
understood that all items not so fisted shall be
shipped and instelTed.
6. Each proposal shall be enclosed in a sealed envelope,
cddressed to the Purchasing Agent, Greenville, Texas,
and endorsed on the outside of the envelope in the fol-
lowing manner and filed with the Purchasing Agents
a. 8iddor's name.
' b. Proposal for Fuel Oil Storage Tanks
Texas Municipal Power Pool
City of Greenville, Texas
6. Proposals may be withdrawn and resubmitted at any time
prior to the time set for the opening of the bids, but no
proposal may be withdrawn or altered thereafter.
C. PROPOSAL. GLtARANTEE,
Accompanying each proposal shall be a proposal guarantee in the
fn+",.3f a certified check or cashier's check drawn on an
eccentrble *ran! AN an W'rnnFhhl e b+.l,'ot's bond executed by the
bidder and a surety company authorized to do businesr in the
State of Texas, in an amount of not less than 6% 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 check or cashier's check or bid bond
accompanying the proposal shall be returned to the bidder,
unless in case of the acceptance of the proposal the bidder
' shall fall to execute and file a contract on the form sub-
scribed, with legally responsible sureties, within ten (10)
days after its acceptance, in which case the proposal guaraa-
ten shall be forfeited to the Texas Municipal Power Pool,
and shall be considered as payment for damages due to delay
and other inconveniences suffered by said Texas Municipal Power
Pool, on account of failure of the bidder to execute contract.
e It is understood that the Texas Municipal Power Pool reservos
the right to reject any and all bids.
' 1B-2
1
D. QUALIFICATIONS OF BIDDERS
Bids will be considered for equipment manufactured 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 Owner.
E. REJECTION OF BIDS
The Owner reserves the right to reject any and all bids, or parts
of bids, and to waive irregularities and informalities in any bid
submitted.
F. BONDS
Performance and payment bonds shall be executed in ten (10) counter-
parts by the successful contractor, signed by a surety company
authorized to do business in the St.,te of Texas, and acceptable as
surety to the Owner.
' The performance and payment bonds will be in the amount equal to
100% 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 GUARANTEE
The proposal guarantee shall be returned to unsuccessful bidders
when the Contract award is made. Proposal guarantee of the
successful i b
bond.
executesa Contract andfiles uansatisfactory performance bidder
11. LOCAL CONDITIONS
Each bidder shall fully inform Himself with all factors which would
affect the prosecution and completion of the work and cost thereof.
' It shall be understood and agreed that all such factors have been
investigated and considered in the preparation of every proposal
submitted. There shall be no subsequent financial adjustment to
work,f such prior
any formation contract or w its e effect which on i the based cost o of t the lack
in
1 18-3
C
t INSTRUCTIONS TO BIDDERS
1. INTERPRETATION OF CONTRACT DOCUMENTS
If the Contractor contemplating submitting a bid for the proposed
contract is in doubt as to the true meaning of any part or the
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 s+ich Addendum
will be mailed or delivered to each person receiving a set of such
documents. The Owner will not be responsible for any other explan-
ations or interpretations of such documents which anyone presumes
to make on behalf of the Owner before expiration of the ultimate
1 time set for the receipt of bids.
J. ESCALATION
If escalation is proposed by the bidder, the maximum escalated price
will be used in comparison of bids. No bid will be considered that
' does not have a firm maximum price.
1
1
M-4
1
i
SUMMARY OF PROPOSAL
- FOR
FOUNDATION AND RETAINAGE DYKES
FOR A 1109000 BARRELL FUEL OIL STORAGE TANK
OIL TRUCKING TERMINAL
EXPLORER PIPELINE
GREENVILLE, TEXAS
TEXAS MUNICIPAL POWER POOL
Contractor f 'X eu y&
nsert aTT-bat-5-7n t s Co umn
A. LUMP SUM PRICE
Fuel Oil Storage Tank,
Foundations and Earthwork:
d
1. Material . . . . . . . S
2. Labor . J
o•
3., Earthwork .
Be DATE WHEN BIDDERS CAN START
ON TRUCT 0 WORK
1. Time required after starting /
to complete all work in s
weeks . . . . . . . . . .
2. Time required after starting
work to complete tank
foundation so that tank
manufacturer may start
erection
C. BIDDER-SRALL STATE AMQUHT OF
j SU- Pi1-6VOSffT0R ME
FOLLOWING
1. Fuel 011 Storage Tank ~
Foundation . . . . .
2. Excavation and dirt work ~(I
for oil tank retainage
dyke
SP-1
SUMMARY OF PROPOSAL
FOR
i
FOUNDATION AND RETAINAGE DYKES
FOR A 110,000 BARBELL FUEL OIL STORAGE TANK
OIL TRUCKING TERMINAL
y EXPLORER PIPELINE
GREENYILLE, TEXAS
TEXAS MUNICIPAL POWER POOL
Contractor
(Inserall Data i51s Column
D. UNIT PRICE
Unit price shall De as Add Deduct
follows:
1. Prices per cubic
yard of excavation,
including stock
pile or disposal ? 5.
per Owner requirement.... ~i
2. Price per cubic yard
of earth in place,
Including excavation 71
3. Price per ton of hot mix
asphalt in place.
E. COST PLUS
It may be necessary to do
extra work as the fob progresses
which is not covered by unit
prices.
Contractor agrees to do work on a
"cost Plus" basis if authorized by
owner. Owner shall pay Contractor
an amount equal to the net cost
of the work plus a percentage,
Net cost of work includes labor$
SP-2
SUMMARY OF PROPOSAL
FOR
FOUNDAj ION ANO RETAINAGE OYi(ES
t
FORA ]10 000 BARBELL FUEL OIL STORAGE TANK
a OIL TRUCKING TERMINAL
EXPLORER PIPELINE
GREENVILLE. TEXAS
TEXAS MUNICIPAL POWER POOL
Contractor
f
nse~ mri
E. COST PLUS (cont'd) aTFUR a- T n -s-
and labor foreman, material,
and insurance and taxes on
labor. The percentage shall
include the cost of service
of superintendent, fl eld
office force, all Overhead
including taxes and Insurance
generally considered as over-
head, the use of small tools
and pr,)fit. Percentage is set
out herein and is . , , ,
F. SUBCOVRACTORS
Subcontractors to be used in
the performance of the work are
as follows:
NAME
WORK
SP-3
SUMIARY OF PROPOSAL
FOR
' FOUNDATION AND RETAINAGE DYKES
FOR A 110,000 BARRELL FUEL OIL STORAGE TANK
OIL TRUCKING TERMINAL
EXPLORER PIPELINE
GREENVILLE, TEXAS
TEXAS MUNICIPAL POWER POOL
Contractor
G. EXCEPTIONS AND ALTERNATES
Exceptions to the specifications shall be kept to a minimum; however, if
exceptions are taken by the Bidder to the specifications, they shall be
duly and completely noted below. Exceptions taken elsewhere shall not be
considered as a part of the bid nr subsequent contracts. If any conflicts
arise between the specifications and the Contr?ctor's proposal (other than
exceptions noted below), the specifications shall govern.
Add exceptions in the space provided hereinafter and label as 1. EXCEPTIONS.
After EXCEPTIONS, add alternates and label as 2. ALTERNATES.
1
SP-4
1
1 1 '
SUMMARY OF PROPOSAL
FOR
FOUNDATION AND RETAINAGE DYKES
FOR A 110 000 BARRELL FUEL OIL STORAGE TANK
OIL TRUCKING TERMINAL
EXPLORER PIPELINE
GREENYILLE, TEXAS
TEXAS MUNICIPAL POWER POOL
Contractor
H. ADDENUA ;I
Bidder's signature below shall indicate receipt of Addenda by him and
incorporation in his proposal:
Addendum No. Date Received Si n ture-o Cot or
2
3
4
DATED at T) AA sh this zo4p of
AUGu s r . 1974 J;1 G ~4v .-P M9,J-r 06, O.PjU/A
v { ~AeAdA -rIAU
Contract ors,.
gnatur o ontrac r
Title Business Address of Contractor:
0 l~ o yc go r4
(198 Vj. AV, HwY~
Tpr t. A 9 (y '11'2.2 a
SP-5 i
-40
SAFECO INSURANCE COMPANY OF AMERICA
HOME OFFICE: 4347 BROOKLYN AVENUE N.E., SEA1 TLE, WASHINGTON 991(6
BID BOND
Approved by The American Instituts of Architects, Bond No.. 68
A.I.A. Document No. AJ10 (Feb. 1970 Edition)
KNOWAI.I. AIEN BY TIIESF. PRF.'Sf;NTS, That we, D A 0 EgUIMNT (0 A g) A CORPORATION_DBA
D dr 0 EZCAVATIM OMANI a PO BOX 2015, DALLAS, TEXAS 75220
.._at Principal, hercinafier called the Principal,
and the SAFECO INSURANCE COMPANY OFANILRICA, of Seat 00, Washington, a corporation duly organized under the
laws of the state of Washington, as Surety, hereinafter called the Surely, are held and firmly bound
A TEXAS MUNIOIYAL FOYER POOL. ORLtI';NVIUZo TEXAS^ --as Obligee, llereinafler called the Obligee,
In the sum of F1YE PERCENT OF THE OREATEST AWNT BID Dul!a!s
(S_- 5% ),for the payment of which sum well and truly lobe made, the said Principal and the said Surely, bind
ourselves, our heirs, executors, administrators, successors and, assigns, jointly an' severally, firmly by these presents.
Is'lIERLAS, the Principal has submitted a bid
FMDIATIOU AND RETAIKA06 DYKE FOR A 1106000 RML TANK
NOW, TUERFFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with
the Obligee in ac, xdance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or
contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt
payment of labor and material furnished lit the prosecution thereof, or in the event of the failure of the Principal to enter
such contract and give such bond or bonds, if lire Principal shall pay to the Obligee the d,ffeience not to exceed the
penally hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith
contract whit auothei party to perform the work covered by said bid, then this obligation shall be null and void, olllerwise
to remain in full force and effect.
Signed and sealed this SECOND AUOUST
day of~____.._ AD, 11) 7~
74
DW DQUIPI W CO. WA
DkO REAVATIjf co,
Z.C(iA('CLURAN('LC(VyPANY0F ANIERIC
0UY T C rlA-in-Ni-O
p(se 1114'111 I, ifl 114 n
l
Mr'ANY OF AMERICA
SAFEC6 INSURANCE CO ` `
GENERAL INSURANCE COMPANY OF AMERICA
u- HOME OFFICE: 4347 BROOKLYN AVE, N.E.. SEATTLE, WASHINGTON 98105
' POWI.R OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS-,
'hat General Insurance Company of America and Safeco Insurance Company of America, each a WusllinFaul
' corporation, dues each hereby appoint
------GUY T. RIC1t;ET'r3; MRS, GUY T. RICKETTS, Dallas, Texas---------------------
its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undert; (Ogs
' and other documents of a similar character issued In the course of its business, and to bind the respective company tl eby.
' IN WITNESS WHEREOF, General Insurance Company of America and Safeco Insurance Company of America have each
ex:'cutcd and attested these presents
this- 27th -.day u( June
CERTIFICATE
Extract from Article Viand of SAFECO t Insurac Company of Ameerks a Company of America
and
VI, Section 12, FIDELITY AND SURETY BONDS , the President, any Vice President, and the Secretary shaft
each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on
behalf of the company fidelity and surety bonds aad other documents of similar character issued by the company In the
course of its business , On any instrument making or evidencing such appointment, the signatures may be affixed by
facsimile, On any instrument confenlr it such authority or on any bond or undertaking of the company, the seal, or a
t facsimile thereof, may be impressed or affixed or in any other marrer reproduced; provided,howcver, that the seal shall not
be necessary to the validity of any such imtru; lent or undertaking."
Extract from a Resolution of the Board of Directors of General Insurance Company of America and
t of SAFECO Insurance Company of America adopted July 28,1970:
"On any certificate executed by the Secretary or an asstaant secretary of the Company setting out,
(i) The provisions of Atticle Vi, Section 12 of the By-La vs, and
(ii) A copy of the puwer•ofallorney appointment, execuhod pursuant thereto, and
('iii) Certifying that said power.of•attorney appointment is it: Cult fore., and effect,
the signature of the certifying officer may be by facsimile, an4 the seal of the Company may be a ~a~simde thereof."
t 1, Wm. Hammersla. Vice President and Secretary of General Insutnnce Company of America and t,: SAFF,CO Insurance
Company of America, du hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of
Ditectors of these corporations, and of a Powerof•Altoiney issued pursuant thereto, are true and correct, and that both the
By•Laws, the Resolution and the Powerarf•Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have heteunto set my hand and affixed the facsimile seat of each corporation
' this ___I.Ly day of S Z_ 19 '
COVI~~A
WOW(
L" SEA[ . -a" .,A I I.,.
SEA
192S %19 3
t of
ff lt! Mw,r „J 1 r+ t I u i ri a% A
a14 943 4 ra
n a ,'ar
77
y, E ~1; rn 1 li i o 1 r yr%T r).4yp , u~ -r..'} 9'" ^
' CITY OF 4RNRNvILLB
M . lp,, O.Nk'~IIL CONDITIONS
•1. SCOPg t
The Oontraot consists of the Ageement, these
General Conditions, tho Drawings and Cpeoi_ioations Notice
to Contractors, Inatructions to Bidders, Proposel,•ferPor"
Y fi manoe.Bond,,Addsnda to Drawings and Specifications, Special
Conditione, duly authorised Change Orders, engineering data
'•'~"ij furnished by the Contractor (when and as approved by the Pur-
o.iaser or Engineer), and instructions furnished by manufacturers
of equipment for the installation therAof, and any other exhibits
epeoified'in the Agreement
Any provisions of these General Conditions that follow which
pertain to a nonexistent condition, or which conflict with any
provision of the Special Conditions and/or Job S eo!eloations
shall have no meaning in "the Contraot and shall be disregarded.
Z. DLFINITIONSt The Con%;raot consists of All of the Dooumenbs
" and' Drarings .'enumerated in Paragraph' i . "Scope" above.
Purchaser and Contractor are those mentioned in the A reoront.
'.They are treated; throughout ad if each. ctere of m$sOuliue gender
and singulap.number ,
nbraver in the Contract tho.torm "Engineers" is used, it
re,Pere,to Purchaser's consult#ng engineers.
The term "Work" includes such equipment, labor, malarial,
1 x; methods, and transportation or other facilities as may be
necessary to oompieteitho Contract.
The term "Subcontractor" Included only those having a direct
oontraot with the Contractor and it inoludes one who furnishes'
material worked to a special `design adoording to the plans and
' speoffioatione'of this work, but does not inolude one who merely
furnish" material notlso worked.
Ths term "Inspeotor" includes the.8n4;iheer or tbohnical in-
' speotors duly authorised by the PurohaseM'br Engineer, limited,.
in,each )oase,to the.yartioular duties entrusted to him or
t i 4r theme r , v:',+
The term "bate of Conbriot" shall be the date of thk.,Jontraob ,
Agreement.
' The_ term "day" rnd/or "days.t' shall mean a calf near day or days
of -twouty-four /lours baoh.
r
' The term "Drs inge" includes all Drawings
.'prepared by the
Purchaser and or Engineer, Drawings submitted b the ruooessful
+r, Bidder with hie Proposal and b,r the Contraotor to the.Purchaser,
::.when and ae approved, end-all Drawings submitted by the purchaser.
1 4 r .
1
.
1 ' 11 fi
h 5i'!`: ` > ` . ~i^ r q1• S. v 3 v: a " r ` .J,•, S < i t
`Z"
and/or Engineer to the Contractor during the progress of the
Work as provided herein
T
11 he terms"approved';!, "as approved", "acceptable" "suitable"
properly", satipfaetory , shall mean approved', as approved",
etc,.'by the Puro)m er and/or Engineer, Similarly, the teens
"as orderedl', "as`direeted", atop, by the Purchaser and/or`
Engineer,
' 3• COPIES OF CONTRACT: A minimum of f~hree copies of the Con-
tractor's Proposal as submitted, and the Contract Agreement
shall be prepared. Additional copies shall be prepared if so
directed by the purchaser and/or Engineer. Two of these -
copies of-the Contraot Agreement signed by the contractor,
shall be submitted to and signed by the purchaser; one of the
second copies shall be delivered to the Contractor, The origi-
nal copies of one above documents are to be retained by the
Purchaser, in addition to the copy thereof in the Purchaser's
copy of the executed documents.
i 4- VERBAL STATEMEN'T'S! Verbal statements are not binding,
Verbal statements do not form a part of, ur alter in any way, ;
the written agreement. ,
5- SCOPE NATURE, AXD INTENT OF SPECIFICATIONS AND DRAwrms';
Spsoltioatloha and Drawings supplement each other and together
con n work stitute one o0
altoneicomplete set of Speoltioations and Plans hp t~ t
~n exhibited in one and not in the other shall be"exe{Ai ad
ust as it it_he been set forth in both, 'in order thit the 'Work
shall be completed to the complete design or designs as deoided
and determined by the Purchaser or Engineer.
It is understood and agreod that the Work shall be performed
and completed according to the true spirit, meaning and intent of
the Contract, Specifications and Drawings: It is incumbent cn
the Contractor that the Contractor shall furnish the Work'com
' plate and that the Work be satisfactory in all respects and ful-
fills the guarantees of the Job Specifications.
Should anything be omittad from the Specifications and Drawingga
which is necessary to a clear understanding of the Work,'or should
it appear that various instructions are in conflict, then the
Contractor shall secure written instructions from the Purchaser
and/or Engineer before prooeeding with,'the.construotion affected
by such omissions and/or discrepancies.
6. CONTRACTOR'S DRAWINGSi Contractor shall submit all copies of
the Drawinga-~hnd Schedules as requested in the Job Spaoifioations.
' 7. SUPER MIONi The Work shall be c~onduotod under the general
supervision of the Contractor, The Pdrohaiser will interpret tho Contract
t~fYi4 4 i c: wtf { s'!'•tF i . ua - 5 Yt v .3y r. :'z'~{~
It',
i
apd any supplementary specifications or drawings issued by-them,
'and. shall arbitrate any controversies in regard tc the Work that
raay'arise between the Contractor and other oontraotors, the Pur-
l ohaeexls,deoi,sion to be final.
Oontraotor shall consult with Pf4rehaser as to the method to'be
used in unloading and bringing the equipment and materials in
plsoe;for ereotion.
Oommeroial operation of all equipment shall be demonstrated to
the Purchaser's satisfactions Contraotor shall give Pura'.raser
' all instructions and information as may be necessary for the
proper oars)-and/or `operation of the equipment.
8.A MWERIALS AND WORKKANSH M Unless otherwise speoifioally
provided for in the Speoifioations, all equipment, materials,
an46 articles incorporated in the Work covered by this Oontraot
sure to be new and of the most suita'ile grade of their respective
kinde,for the purpose, and all workmanship shall be first class.
liurchaserrs and/or the Engineer,rs approval shall be obtained
upon any material fixture, or apparatus, eto., which is not
definitety speoif~.ed'or` is Offered for substitution far an
material, fixture, apparatuai sto.~ for material specified on
the;i Drawings: or' in theae _ Spooifioatio ;e, before proceeding with
the,pontion , of the Work.
q.' CHANGES IN THE WOAXI Purohaeet~ shall ha~►e;the right to make
any changes or altering in the Work, the Contraot Sion being
(;,adjusted accordingly.
109 1N,3PkOT1ON AND TESTINdt The Purohaser, Engineers, and/or
' their representatives shall have the right at all reasonable
times to inapeot and test the Work. Contractor shall mako
necessary arrangements and provide proper facilities and access
for suchainsppootion and testing, eithor at Contractor's shop
cr `at the milld or shopa of a zy~ manufaoturer, where any part of
tY:i Work is:being f abm ated or menuf aotured, or at any location
wherever, the Wa_+k is in preparation or pprogress. Oontractor-
shall asoartain the soope of any inspection which may be oon
~templated, and shall give ample notioe as. to the time each part
of the Work will be ready for such inspeotiori. Purchaser mayY
rajoot'any Work found to be defeotive or not in aooordanoo,y+ith.< +
the`Oontraot, regardless of the stage of its oompletioii or
;the time or plaos of discovory of, such errors, and rogarrlsss
r of whether Purchaser's' inspsotor'has- previously aooopted the
■ work through ovorsight or othekrwi.se,
11~ YAYMRRTSI No payments made or oertifioatse given shall be
considered as oonolunivo evidonoe of the performance of the
Oontraot, either wholly or !.n part, nor shall any oertifioate
or payment be oonstrued as aooeptomoe of defeotivo works
OOH ~
40
Contractor shall at any time requested during the progress of the
Work furnish the Purchaser or the Engineers with a verified cer-
titioate showine'the Oontradtoris total outstanding indebtedness'
In connection with the Work. Before final payment is made,•Con-
'traotor shall satisfy 'Purohaser, by affidavits or otherwise, that,
there are no outstanding liens against Purchaser's - remises by
'~*reason of any work under the Contract. Acceptance by Oontraotor
of;final paYmont on tho contract prise, shall oonctitute a yaiver .
oft' all;. claims against Purchaser.
+12. CORRHOTXON OF WORK A TEXPINAL PAYMEINTs Neither the final
paymmeent'nor certificate nor any provision in the Contract shall
relieve the Oontractor of reaponsibility for faulty materials
~`or workmanship, and he shall remedy any defect duo thereto and
pay for any damage to other work resulting thorofrom, whioh'
' shall. appear within a period of one year' from the date of
aooep#anoo by the Purchaser of-tho Work.
13. 0ORR80TIO) OF WORK BEFORE FINAL PAYMENT FOR WORK: Oontraotor
shall prompptl remove from Pur4haserle premises all materials
condemned b he Pux chaser on aooount of failure to conform to
i the 0ontraob,,,whether actually inoorporated in the Work or not,
and Oont aotor,oholl at his own expense Prompt retlace: such
•oondemnerother`niateriai~''oonfo ng; o the re. ,
'`•4uireashts bf Ithe Oontraot. Contractor ohall also bear the
M' expense af. restoring all work of other Contraotors damaged by
A,any such removal or re lacements If Oontraotor does nn~ remove
An such oondoftled work within A reasonable time after.,4r1tten
=s no ice by the Purchaser or'the Engineers, Purchaser may remove
iat ,COntraotorl a expense.
i4a ROYALTIM5 AND PATgNTSs' Oontraotor 6hall pay all royalties
and lioenee fees'whi.oh may be payable on aceount•of the Work or
any part thereof. He shall dsfand all amts or claims instituted .
at Purchaser for the infringement of any patent rights, and
shall pay all awards of damages aesessod and all costs of suit
adjudged against Purchaser' in such suits' or proooedingep provided
Purchase gives Contractor reasonablo notice in writing of tho
institution of any such alit or prooeeding, permits him to defend
it, and Sivas him all. such information, assistanoe, and authority,,-
ON' as shall be necessary to onablo him to do so. In case any part
of the Work is held in any such suit to oonstituce infringement
and, its( ~a is enjoined# Contractor shall within a reasonable
times 1i rAplaoo at Oontraotorle own expense suoh part of the
Work with a non+inCringing.part or modify it so that tt becomes t
non-infringing, or (2) seoure'`from Purchaser the right to con
tinue the use of such part of the Work b proouring tor'Purehaser
a license or d'aoh other permission as will, enable Contraotor to
sonure,the suspension of the inunotion. If the Oontraotor is
unable, after reasonable effort to secure such a license or
permission, or to make e•ioh replacement; or modifioation, he jhall
remove the part so enjoined from Purchaser+ a premises and refund
that portion of the oontraot price which represents any part
affooted by the injunction.
00"
I '
,
i 15. ASSIGNMENT OR SUBLEASE! Contractor shall not eub-let or
aasign the Oontract for any part of the Work without first ob-
taining Purohasor's written approval. Approval of a Subcontractor
will not be given unless purchaser has been furnished with satis-
factory evidence that the proposed Subcontraotor is oarring
ample public liability insurance and workman's compensation to
' the extent and in the same scanner as is herein provided to be
furnished by Contractcore if such approval Is given, the con.
traotor is not relieved from full responsibility for the Work or
the fulfillment of all obligations under the Contract
169 LOSS OR DAMAGE: Until delivered in its entirety to Pvrohaser,
the Work shall be at Contractor's risks If any damage to or lose
' of"any part of the Work oooura prior to delivery, Contractor
shall promptly repair or replace the part or parts eo lost or
damaged without cost to the Purchaser.
t 17. EXAMINATION OF SITEs Contractor shall carefully examine site of
work and the adjacent premises and conduct necessary investigations
to inform himself thorouahly as to the facilities and investigate
' all of the difficulties nvolved in the performance of tho contract
in accordance with the specifications and drawings.
' Submission of tho bid 'and/or execution of the contract by the
Contractor shall oohsititute a representation that he has s}ade a full
and oomplete'`inveotiBat`ion of the site grid all of the work and.all
pproporty and tee adjacent there to and that the Contraotor
' 30 willing to assume full and complete responsibility for the affect
of any and all conditions upon the Work.
;.s,: 18~ CONTRAOTORS SUPERVISION AND SUPERINTENDENCE!, The Work from Lyc
oommencements`shall be under the exclusive oharge or and control of
,the Contractor
1
r
.
A-
.
b
-6-
14. OERTIFIOATES OF INSURANCE: Certificates of Insurance shall
be filed with Purchaser and said insurance and cortifiostes shall
bo under such policies and forma in such companies As are satin-
, factory to Purohaser.
days written
All certi biuctbeforeathethirty
can-
celled will ll be e givon to the Purchaser
celled or changed.,
No Contractor or Subcontractor will be allowed to start any con-
struotion work on this Contract until certificates of all insurance
required are filed with the Purchaser at the address designated
20. IDEMNITkt Contraotor shall indemnify and wave Purchaser
harmless from and against all losses, and all olaims, expenses,
payments, demaride, aotions# ouite,'and judgments arising from
any personal injuries or otherwise, brought or recovered against
purchaser by reaPon of my act or omission of Contractor, his
guboontraotoo~o or either of their employees or agents in the
execution or ,yarding of Work.
21. LIADILTIfY ' I11SURAN08:
i A. Contractor ohRli procure and maintain during the progress
of J-h4 W¢rk> I orkmon's Compansat ,on Insurance in,com
linable State and • Federal 8tatuto'a,
pltanae with pp
.~an6o 'shall also afford Employer'& Liability
hidh nce
in our B, Contractor` Shall procure and maintain during the
progress of,th9-Work, Comprehensive Oenerel )Liability
Ineuraz:oe in minimum amounts` dis set forth in parapLiph
21 (a) hereof, which insuranoe shall'speoifioally inr
elude Contraotual Liability coverage of the indemnity
agreement in paragraph 26 supra
' 21(a). MINIMUM AMUNTS OF LIABILITY INSURANCEt
A, Workmen's Compensation--Statutory as respects employees
subfeat to the applicable Aota and voluntary with rospeot
to,employees not so subjeot.
H, J~mplo er's Liability -Minimum 100,000, as respects
' Statutory employees and $100,0 0/100,000 as respeate
others o
no Oomprehensive Goneral Liabilitys•Minimum limits of
Bodily Injury Liability 100,000, each parson
$300,000, eaoh accident .
' Property Damage Liability 50#000. each accident
t 50,000. aggregate
Do Purohaser'a (Owner's) Protective Li4onAlity Insurance**
Minimum limits oft
' -6a-
Bodily Injury Liability M10000000, ,000. Paoh accident
r
Property Damage Liability $ 50,000, each accident
r E. Comprehensive Automobile Liability-Minimum limits oft
Bodily Injury Liability 100,000. each person
300,000, each accident
PrOpertp Damage Liability $ 50,000o each accident
' PI Catastrophe Liability Insurance {Umbrella) applicable to the
project in an amount not less than five million.
' q. OWNER's Protective Liability - Limits of Liability: Bodily
Yr,jury - $00,000, each person) $1,000,000. each accident;
Property Damage - $1,000,000o each accident
22• PROPERTY INBURANCHI CONTRACTOR shall effect and maintain Builder's
Rik hazard insuranoe covering all"risks of loam (subjeot to a deduot-
ib 9 ~nmQ ntra,f44tnpioeberea ~100040 .in'an amount egos tt'arid/or
' addition, the CONTRACTOR so look
. of the'. de +s hall
effect and'tnai~nta n all iRisk. ineuxahoe on edui~nten
materials furnished by the OWNER od,stoned and/or by the
r CONTRACTOR in an amount equal to 100% of the yalus of the 'quipment
and/or materials. uoh insurance 'shall`inolu o OWNRR$a Lbes if
:.any, under such'polloy or policies and shall be adjustable with CON-
, „1,,• TRAOTOR Wd OWNER and shell be payable to the OAR as trustee for
~N^+,the,interested parties.
r I
` In the event'eeparate paiioies are issued, they shall be deposited
with the ENGINEM If CONTRACTOR effeots Blanket or Aeportitig Norm
%Ilderls Risk Insurance, he shall dopoeit an abstract or the equiv
r alent thereof of such policy in the manner provided, whicn evidence
shall provide that as respects OWNER's interest, such insurance
shall tot be cancelled or chat ad without at least 30 days prior
written notice to the OWNER ani the ENOINEER. If, in the event of
cancellation or change, CONTRACTOR fails to replace suoh insurance
prior to the effective date of such cancellation or ohange, OWNER
may effect such insurance as is neoassary to protect his interest
' at the, sole expense of the CONTRACTORO The CONTRACTOR shall be
resp9psible for and shall pay the deductible portion in the-event of
a lose.
r
rr 1
i 7
' 23s PERFORMANCE alll beta, gThe uaranteerthatethBond e Workewilld be yoompletsd as .f
.+equired by the Contracts The Performance Bond shall also be a
guarantee that all repairo or replacement where required, or the
' coat thereof; of all Work performed under the terms of the Con-
traot there such repair or replacement is required because lOf
defeotive workmanship or material, or bo,tho replace-
ment of defsotive equipment or parts ther6ofowithin
ofatperiod of
one gear after cake of acceptance by the
' The Purchaser agrees to mail s notice to the Contractor, calling
:hia'attehtion- td .an Lan to oochply Kitts the requirements of
the bond, not lose Lan ten days before notifying his surety of
such failures
A fourth copy of the Contract and Performance Bond is to be re-
tained by the surety oompany.
t
1 fi
S
1 S e
FUEL OIL STORAGE TANK
OIL TRUCKING TERMINAL
' EXPLORER PIPELINE
GREENVILLE, TEXAS
' TEXAS MUNICIPAL POWER POOL
' SPECIAL CONDITIONS
1. INSURANCE
The Contractor will be required to carry insurance as stipu-
lated in Paragraph 16, 19 and 20 of the General Conditions,
attached hereto, during the lifetime of his contract. In-
surance shall also cover personnel which may be on the job
for supervision of tests.
1 The equipment manufacturer shall raintain such insurance as
well protect him against all claims for damage to equipment
' supplied by him. Such insurance shall be in an amount not
less than the maximm contract price of the equipment and
shall be maintained until final acceptance by the Purchase
t of 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-
poses, the title of ownership to the equipment shall remain
with tie Contractor until such final acceptance by the Pur-
chaser.
1
1
SC-1
1
1
EQUALOPI'ORIU1411Y ADDENDUM
1
1,1 111' In•.•'rlrd 111 f I IN .Ilbl 161'1/ 1 ..fill 'If . "'I
~111n 000014111 :Ind I~F.HIfl.l l', 1 •0011 LItl♦ .00111 111111 }1.1 ♦t' IHd4r'•
1'0000 1 1
file (nnILN 11.1 11111 16 All
t
1 II 111 i 11111. to 1 11 I• I I e, I IXF 4.1 Ili, It 1 I1'I.11111 r'., .RUI Il N II.I .,Ill it
1
It ll.l.! 111. I1a 11. I.l..IIiII'.b„I 111111'1'111'11 f„. "or r,1 f NJ 1., N'llir,. 1.11 'II r. It Ilu':1 Ilk I,or11,
?la(1.l., nl 1I,f11, 110, IN g111n 11 1 1 • 11'1 1--% 1 IN with 1(1) lot bole tvurlr) rt,, lmt,il iI III I .rt-Illlrt' 000111 11:111 and
Au n! 1904,
I 'I flit 1'11 CI Ills If evil It:gl11.
rn 11,1 '1 t Ir 11'1 .11.1 11! 1111 r1 t Ld n1i111 II, Ire C10,001
4hr 114"00141„r Ito . . 11, or it AM „116n. pa.r
I1'!11416'111II, 11'-1111unR 11111 nIll, If")PI001111111111.1111, I •,1.Ill a'1ILI,'•1JIIIdt1 lilt 1-111-111,44'11knnlLU1111, 111.11
th. I,f111111.111 .11141111CII x.'1111fill 11 a t1111r1111tp,.n 100 S1111.Iu1! I4'rn1 II'11.
lb . 1 1004111 I'll IN.., 4 Hi it if .I 11 IN 1011 nr 111111t r lilt 1 1111 '..1nll 11 I'. 00111 nl n11ur'I 1 11 p`.It ton 1L,n'1,Id 1000014
1111) f,If 1111 I urll lit frf114I1n1 11 l1 .111.1 Ihm 11 flli,• 14",11.141 pill [0011.`00001 In w. f, .11111 SI11, 111111. 'H 1 1gII f4l 1„ f nill
bl, w111 if 1-0011, .1•. It^11614A I 1 1.111, mill 11,11fy Jill, 41%pit r in 4win J', Ili •141 It frllr,l, 1-1llor it, the Uw nt1'o; act t'1•f Intt
nl If i11 Prl,l•1I•'al,
^ I' A li l' If
I
11' 1 llllfltAIIIIY111 NI1XI~1(All l',IIIIIfA1Iflfll~
161 f ,1111 11 1001 1 '111110 '11,1 it '1lµ' 111.1Ili lift ,111 44 111,'i')4' 1•1 11 11,1 I,lII ,111% ,.rI tr M to I111I II Ik .11
0011 of itv t+11}d1 114111001'., ,111 rl. n i1 4011 -1 1-1111,11 ic. l uy L , rr, i., 111 111'II I . I Ih!Iof ll'11f 11 01 iltvAlli, lll 11, I Illili111 Illot, ,
I IN 10 Ir 11 I
d. it I,
its ttn111.}, r lit it .1J•r11'.11,{ I111itu '..In ' rn4+lrlinl 00 1 1 1 I I I ' ,r 1
r4i'vidn file il'• In, 1.11,144. tlR I I'I t 1-.u 1.11.1111 i t i t n ,111! Ill it 1.. 4.11111 l'il I"'I fl,-It 11 1. Pit line p, 1-1111 if%
1...1`11111 ♦v In I•rtfnfen fltl'll ,.1 feu t1' nl d11' 11'1.111"II, Iln'I1r II\ 1 nn 't I alll ft ' 1 rl'r' 11 ,.11 f.lrillf it 1, .111' m. lint .I lilt 'I.
I6e t'11fNf it for .11 r1 r. 111 a .1 611 1111 of lhlr (Cm ifil 1110011 i . •1 tI'll , Ir Unl of 1044 1'114 11 11111111140011 t' 11.1na in 161•• i.r.
I nn'f.ltf. A4 tx"rll ill 116'• I lif it it-Ili1•n, file' tr fin I ",11'.1, 111111111. lilt •.•1 Id, .111• Iif n,llt Nor, 11M 1atio. %,r4 .RI'a,, II'til•
111111nM1 and No tthlln.nl♦, it .,I I.,, 1001.. Ind 1.161 f 1'.11 inr, ,144 1., IIll., I II" I RI I hn'1', ~1 fed ,.1111 r I,1 IN 11',C ly ,ItI nl r,
001111, 1-11116001 I0 iri•1:iol Inn1 INFIll. /ttlr.lillln to f111rr,lrnntI it 1111 x•, it m'.1.1Irif n1n, 3114 hoe".111J I+tillrir
II 1 •1i 1. ~I,II11 111,' V'v11 tntl rl I v t tiit 14 1--t lilt 111 ,tf4 to 1111 '.1111 J•, 11111141' 11,1 l,atl~ ,If 11111 .
I Il 1114! I I'II 1 111 it it it I I 1
I a' 11.111, If 4r11 rv r 1 .,I'll h 1 .4 y
I•f 1111. 1 1 1 11 1 L. I
1 I '11 14 I I I I' IJ'Ip ll, 1.f 11 It 1l'I1 11 00111 100, 111.1' 6
}
IN 11I IN, it 11 . 4111 iiiu ,I •111 IIn', 1' 1' •.1`1 11 Nrll 1114.1111
Ire l' I I I I II It . of IN, 11. IN 11. 111 I I A ,111111111111"I , ,
1'l III 11 „1..
,111' 1J'~
1'I' 001 I 1 1) r r 11l1t1.11,1114.. f4 .1 I I. !,.•.111 III,, e.Ill 1.t1 11,1.1111 1 111 1100 I ,.1I 1 II 1 1 1 If 1 , 1 . 1 1 n I f I I N I 14 1
, 00 1 1
.114 411lI 1'1I WI -f Ifl11n 111 1.111%11.1.11.1. 1.f 1111. I'. 111101 1 11 1 If 1flit 1it I I.ur 4. It, 111111 II 14111111.1111 ',1111, t4 tiff 1111 h91'.
111
1 111< NP
Vlll! II" 14IN II 'I mltI"J.II1.1.1.11rn1001', rn Plf4f+I.In •r 16111 .l nl l~{t1,1`e 111111.
A f1s let
191 IAI, 1)1'I'lllt I IINIIof I I fill Nil
rlnfln 111. , 111 Ill i'i I Iln ltdlll IIIC It 1001 t 1.11 t 11 t.a d'. I0011 1N'
111't1n I1 lilt' I t
1
I
111 'I Lr I 4l411 le4 l.'1 00 1114 .11'd llbt 111,111' •Ir nn .t .01; r 1111111, 111111 4"r 1100 l n11•Io}1001 III lot( tif '.c ill 11100 PteM
lit A I ollN 1111 ❑t'r I to
SCINN2
1 ,
1 •
114.1.0, I I ' l I fir lo. 1't 11.1I I,,,, Il 1.1,1.4.11. I I,. 1 ,ill LI IIH ■ 111 4.11.1• d rya, ,11" 1, 11•`P 1.. 1 il' 4.u., 4.1.111 .I I III Inl tilt-
I:.
f In rhMl ,1, ,hill th it t ami•1•t11 Irl 4.l r'11' •1 1ar 1,'I• , ,4.,l 11'411.1 ill i11 ,a 1• , 11,1 la fit, to 11, . , ..L•4. , r. Ill 1,m, •4 I, .4
lllnr111 ,4ririh. 4-11111 -it 1111" Ib,ll 11,. 1.1 I, I. it ,.4 I..• I•ttil l I .1 1.•16„. It'll . 4.,1 1•q 1114. 1,r, .lil t , , lH,l', .I. 111•.011•+,
.M 11.14.1' f4., l of A f111t19, w Ill I4. t 1,611", Ilf .,I1. 111 Irl•, 111,111 PI 1111 In .11.• t,I , ill 1 11 ..1 nrlu I I. 4..1 ! r'.pi... r. . dl H:
null Srltffinn (4.l ItAIUINr, Ln 1u'11.'t' I11111,11i . L•1', 1141 I.nP11H ICJ .1 4.1, 1„ l•4 , 111 rr~,I'.1 n n. q l I , .t, .,I 1111'
ro trq•}4,{rrs Aud /rrltcnnls Irl 4.r+1'f111nu 1,f, nnul c. III he pt1,ridl d funf 110111 Ilst- 1.#4111'•1'• 1 • ..I 111 . n11n,h,u11ni'
I 11+11,11 rlAUSe.
ft) lhf I nnlral lnr 0111. in dll 4..11. 11 tla 14'. ,I d,llttli•.. 14.t n1'. Ir,r 1,,.l 1, i, r', I,I 11 r 11.. f Iv 11.11( ill (lsc
fnmmit•r,'.lmlc,hat .111 'It lilitll 111.Ii1 ,t11t4 mill fit eive cofrsldu.u fao I„ 1 tu,11"wt 9l lil1,'af u!•till I'l Itty.
color, r4ligihn. 4.4.11, hl tldtirnal flfir111.
. . m Ir1 ..1~1• L 4.l I, 1 . 1 4.111141 U,S
1.a it it Ili, ' I ill ititf ,I v .,,I . I
.ill I.' . I, b I,Ib. r 1l 111.
ult/.'f all, .r
It 11) 'life n
I4rF+inh,r ol,'critlf of or 1,1}n r l,,im I, 1 or lut61 r 11, 111rr, .1 61,111 P i„ I.1' list 111. 1 .1]%1 ' IUI' 4.6. •I ! I ell l nnt.1, •'1
19r1i1 I'f' IVI'l 4 hl.lut t Ill Ihr 1 null 11 flit , ..n„uNU,r 111'• III01'1 1111•. 1.111••1, dill ' 1,411 1v.'.1 1 •i1,. ,.f }i„' 111111. l' Ir4
tofl6ritmPUn 14.wcs ava11.1h1r it, 4f 1,11'1,, 14 . and il•k'Iit tills lilt toll )ill pit Ill,
1•' 11) IIIr(1014.1.uu•Imill fr1r111"1,1ill 1.nn'Ill hill; n[I,,IIIII 1141e111'k(.fit .`'I{'t,,lilt 111,IVI'~,dnd1,1 i
+
At guilts, leplatiunll and lrlevarll trtdtls 4.1114. .14(toAly of l.Awr,
• It) 'lilt- ('111111.11.11 mill i, if III '.h 111 11,lVrlp,,II'nl .n1.I IrI'of I n q,I or r.l } 1 I r,it 1I1 Ihdr 1 I I I4., ••f '•r1u 4..011 r
.01111 h)' 11414. t, II $-111111.111'. .111 11 ••1.1 I' ' f lilt 1;-l t4. 1.111' 0 1 Ile,1, 1 4. l rll .I,IPt Ili, '11•', J., l 111 lY 11,, dl l 1,.t
II,
In II" h1,oks, 1111'011% .1011 Att 1 -11111'. i•) 1111 1.1,111'4'•11 fill' dlI111 ap.I 111' ll~I lfl Idly Pi 1.111q I•r I•ori.n41'•. n( I,1vt"I- {
AAI Ton 111 ,1sc rlt a in imil .hlt.t' 16111 l}rt It Pill, it 11111111,11% And lahlt It.
1J 114) Ili 114. 1.1'1'111 Ili Ill,- 1 Miff It Inl . n .ll. oral limit 1, a lilt lilt 11„11.6,11411111t 114 ll I I tt.' 1 . I Ih,1 nu11Jf 11,l
tilh .1111 of 1114. slid tult's,11y:nf It l4. nil, ill I. I , fill,, 1 nntt.ll l In 1) It I ,111, f 11,1, it Iu.Irl 111.1 , I If l' 11,1,.1 In ill
1,t in rnf .Ind lift Ik19Ua4.III Ili it ' l.4. d1, l.4., I fill lull'}r (1.1 fufll.tI 1.41rflu,.t-oil 14.114.1.141•. 1,1 1.'.L 11111 1,. i,ltd
tohaflnttion c111111Atts in m rorAtIlt r %i'll I r„tt l.,11 ...nn119Har,l III I.r11111th (if 1vt 1 I.' It. 111 it 111.11:1, 1.10 r 1+v"~^
rtnd "loth nlflet s.lntlihlis filmy b4. inll'n'.r'I .Ind if mvdtrs Invoked all i rneidr41 ill f}h• ,.aid 1.21rto lilr Ih.lcr of by 1911,
Irjul At inn Of oftirt of Iht NIctrrl try of 1. 114it, III A♦ Ilthcl aisr llnvi'lcd Illy 1,11.
171 [ he 1 11111101 1114. 1 111 1111 iu'I• Iht ;",I 111111 I`f Ihr srntl•u1 r 1111,11 di 11t11~) rt1 (,lu1r, 1''1 •4.l 4I 1 f I I dud Ih,
1.1ulllkllms 4,( 1•.1LIi•Lti.1l. IIi 1114.1,1,1 f 'I Ili 4 t1 IV •.nl,t,mlldl I I'f 1"gt1•.Ikl' ohl,.I ,1,+11•',.• 1,111.111,111 fidit I4.l'n11-
. I-
71,
11111144 ill Will 1% 14 lilt- pi 1,91t 1.1 1.Al,i'l 1 -.-If •11 its, 14.1111 fit SV( 6It :111111 I -ItllnltI 1f.Ir'I II lit, 0.1 '-t I Iri,l r
10)(1%, •r fh.n such rtut'i4ti11n'. lilt 6t l6wl,Pr III .,If r, 0011 kul'tohlfd111.1 to If 4.1.04..1, II,P f f.11irI, 1I .4 ,11111.1 kill It
all inn 11111 Irsrl'1t is- lily snl't 441tlatr 0.1 i°111 I11'.r i'l.irr a4. lilt, 4,1111i111 '.It I irgr art lit, ill ty llrf, 41 1, t lilt .111'. I'(
thllrrtlIA 411111 i,fIvisioll%, iut.111.111rr Ill 11„11 L.r owl, UnIII'l;.m(t: 1'111,If,'tl it t, lit it oil 114. 1'v ill d I.rloll Itlof
t ecol tlo%rolved its, Ill ilk 1i111'.ntto ,l-0 ill,, IIIII;,Iri„n% ill$n',116, 1'911.11 tnI,I Itnd.ll 14 .11 r,,, i I I'f .n, If 11111111.ill
1,1 tilt a4linll11114.rIPf m frll,F, lilt- Cill 1AI I'll fil.lt fl'Ilnl'st lilt Ifllilt.f ~i.014.5111 I tiltI Iill l,'., it It llllr if 01,11 fn 1`!4.1111
the inttlrtlc 4.'t lilt linitcd I-I.1tcs.
I'lr Jet, 1 111111 l,t" ' 11 Ill ,14,1 14 I Irl 14.11. 1 I'I 4.1111" 111 t I\1' i will 1; Ill. dlPl ' 1.111.11.1-111 , 1111 1, 1'. .111,1
011101.l4t 110vt%..111d l witi1114.1 in 161 r I'l if '.I11,t 1e11fatrl.
Ihr rl,6tilhrns 111 01i':1,01 l'd991 .Irv 1,.,l 111111 A I, l,' .tit 14,91/144 Ili ' 116 li'lt 1, 1 1,,.r 11111.1 IIp 1111 111111
Ihs•• A I'll n14„1 kill' 1141.11 4 1!1" •.111,1111 1 11 fit -ll.11'. 111111 1'1.1%1 •1H1 . All1. h 111 .,1 Ill 1 ,.10 Ill't It 111 fill - woo 4l h I'll
lot 1111th 11111 A11111'11durn i', aII A11f d. 114. 1 1,I'll to IrI h1A)' dlsrcf.ud list- sll!•1 r.l -it 11 14 1'(1 4. ill 11 14,11', 141,1 1.11111 low..
- 1 •011 11+1, 1.111
Ily . .
f Ilrlt .
tilt IF I
I,4.+ rohm 110 htv f•ro
' SC-3
' CONTRACT AGREEMENT
OEqJUVNT)
' THIS AGREEMENT, made and entered into this day of A v c-v
' 19 1- by and between _ L ns u►~ ~c, 17~'-_1 t
o Vj B 2 ~O o v
acting through its --.thereunto duly
' authorized so to do, party of the First Part, and hereinafter called the
Purchaser, and TS G E u p 1( ri_ 00 , A_J~j.G ~=xc P, cr
of
Party of the Second Part and hereinafter called the Contractor.
WITHESSETH;
'THAT WHEREAS the Purchaser has caused to be prepared, in accordance
t aF 'f w; specifications, plans, and other contract documents for the
work herein described, and has approved and adopted said documents,
' and has caused to be published, in the manner anf for the time required
by law, an advertisement for and in connection with furnishinv materials
and constructin Foundation and Retainage Dykes in accordance with the terms „
o this Contract; an
WHEREAS the said Contractor, in response to such advertisement, has sub-
m e to the Purchaser, in the manner and at the time specified, a
sealed proposal in accordance with the terms of said advertisement; end
WHEREAS, the Purchaser, in the manner prescribed by law, has public"('y'-`-""~`__-
openeexamined, and canvassed the proposals submitted in response to
the published Invitation therefor, and as a result of such canvass has
' determined and declared the aforesaid Contractor to be the lowest and
best bidder for the said work and has duly awarded to the said Contractor's
proposal, a copy thereof being attached to and made a part of this Con-
tract.
' NOW THEREFORE in consideration of the compensation to be paid to the
Contractor an of the mutual agreements herein contained, the Parties
' to these presents have agreed and hereby agree, the Purchaser for itself
and its successors, and the Contractor for itself, himself, or them-
selves, or its, his, or their successors and assigns, or its, his, or
' their executors and administrators, as follows:
CA-1
1
' ARTICLE 1. That the Contractor shall (a) furnish all tools, equipment,
suppTiees, superintendence, transportation and other construction
accessories, services, and facilities; (b) furnish all materials,
' supplies, and equipment specified and required to be incorporated in
and form a permanent part of the completed work; (c) provide and perform
all necessary labor; and, in a good, substantial, and workmanlike manner
and in accordance with the provisions of the General Conditions and the
Special Conditions of this Contract, which are attached hereto and made
a pa)t hereof, and in conformity with the Contract Plans and Specifications
designated and identified therein; (d) execute, construct, and com-
plete all work included in and covered by the Purchaser's official award
of this Contract to the said Contractor, such award being based on the
acceptance by the Purchaser of the Contractor's proposal, or part thereof,
' as follows:
Foundation and Retainage Dykes
ARTICLE 11. That the Purchaser shall pay to the Contractor for the
performance of the work embraced in this Contract, and the Contractor
will accept as full compensation therefor, the sum (subject to adjust-
ment as providr,,d by the Contract) of
Jar le -t' y - i^o up, 11H u_ a A r1D Fr J tF
' NVd1) oil ,12 !Z± Rzgor) ~ok.AA% 6±x1 AGO
for all work covered by and included in the Contract award and designated
' in the foregoing Article I; payment thereof to be made in cash or its
equivalent, in the manner provided hereinafter.
A. Ninety per tent (90%): Upon delivery of equipment in
acceptable condition.
B. Remainder: Upon acceptance, but not later than 300
' days from complete delivery of equipment,
upon certification of the Engineers,
provided the terms of the Contract have
' been fulfilled otherwise at that time.
ARTICLE III. The Contractor shall proceed with the work to be performed
' under `the provisions of this Contract on, or within ten (10) days
following, the date of public acceptance of the Contractor's proposal
by the Purchaser. Contractor shall not delay the start of the work to
be performed under, the provisions of this Contract except by written
order from the Purchaser. Contractor shall complete and ship said
work by
t CA-2
IN WITNESS WHEREOFL the Parties hereto have executed this Contract
1 as o day and year first written.
THE TEXAS MUNICIPAL POWER POOL
1 Purchaser
1 ' - -
by f *y o rya e s t~ '
ty ~o *enton zf
ttest
t o ar an hest
1
! een~s--- Attest r~
U
razos c r c ower Atte-st,
1 Cooperative Inc.
1 Ds G rQQIvmetit Cbo. -P3A ~I[CAJA7i+~F
Party o the econd Part (Contractor)
`t ~t sr S rJ~___, _(SEAL )
1
r
! CA-3
PERFORMANCE BOND
KNOW Al! MEN BY THESE PRESENTS that we, the undersigned
7 f
S Q? IF- Q V I?MEV t" _ o, P101A
hereinafter referred to as
I~ "Contractor, " and GAraco 4 5 V (Z O C ,s Cbo, r~ A M eRL ce _
Is a Corporation organized and ex-
111 ng under the laws o t h~ etate r°! and authorized
to transact business in the State of
I ~~K r► s as Surety, are
held and firmly bound unto the~LE_ y(I s Mu fy l r- c pFl►.~p~1E2 ao
I,
hereinafter referred to as "Purchaser",
i' in the penal sum of Sjvjv.rQ,,,,Tt40 ~~►+ff,rsl~,~rp~~T~,aYy Dollars
3 lawful money of the United States of America,
for the payment of which sum, well and truly to be made to the aforesaid
Purchaser, we bind ourselves and our heirs, executors, administrators,
successors, and assigns, jointly and severally, by these presents;
r WHEREAS, on th 20 _1h day of u a., % _ , 19 Tj' , the
above named Coatractor entered into a wr tten con Fact w t e aforesaid
' Purchaser for furnishing materials, supplies, and equipment not furnished
by the Purchaser, construction tools, equipment, and plant, and the per-
formance of all necessary labor, for and in connection with the construc-
tion of certain improvements designated, defined, and described in the
said Contract and the conditions thereof, and in accordance with the
Contract drawings and specifications therefor; a copy of the said Con-
tract being attached hereto and made a part hereof; and
WHEREAS, it was a condition of the Contrace award by the Purchaser
that these presents be. executed by the Contractor and surety aforesaid;
' NOW, THEREFORE, if the said Contractor shall and will, in all parti-
culars, well, duly, and faithfully observe, perform, and abide by each
and every covenant, condition, and.part of the said Contract, and the
' conditions, sppecifications, drawings, and other Contract documents thereto
attached or, by reference, made a part thereof, according to the true
intent and meaning in eaci case, then this obi4gation shall be null and
' void; otherwise, it shall remain in full force and effect.
PB-1
PROVIDED, FURTHER, that if the said Contractor shall fail to pay all
Just claims and demands by, or in behalf of, any employee cr other
person, or any firm, association, or corporation, for labor performed
or materials, supplies, or equipment furnished, used, or consumed
by said Contractor or his, their, or its subcontractor or subcon-
tractors in the performance of the work contracted to be done,
then and in that event the aforesaid surety will pay the full value
~j of any and all such claims or demands in any total amount not ex-
ceeding the amount of this obligation, together with interest as
provided by law.
THE UNDERSIGNED SURETY, for value received, hereby stipulates and
agrees that no extension of time, change in, addition to, or other
' modification of the terms of the Contract or work to be performed
thereunder, or of the specifications or other Contract document
accompanying same, shall in anywise affect Its obligation on this
bond and said surety does hereby waive notice of any such extension
of time, change, addition, or modification,
IN TESTIMONY WHEREOF, the said tantractor has hereunto set his hand
and the said surety has caused these presents to be executed In its
name, and Its corporate seal to be hereunto affixed, by its attorrLiy-
In-fact thereunto duly authorized so to do, at ' ~,._2a Ttr
' on this the _2o 41% day of __IfN_ _G vs.r , 19-7 _
9 G EQ(j4PMC.1t Q0.
' 3)14 R G' IEKQ'AJA-r 4Cs
'Uontracpor
1
AFGev W,*ur(4\oc& Oo,_of P"E21e^
Surety Company
'
B
Attorne In-FFact
B
Sf_Re AWp e_sentatfive
Accompany this bond with Attorney'-In-Fact's authority from the
surety company certified to include the date of the bond,
' PS-2
PAYMENT_ BOND
' STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE nEVISED CIVIL, STATUTES OF TEXAS AS AMENDED BY
' ACTS OF THE 56th LEGISLATURE, REGULAR SESSION, 1959
KNOW ALL~LMIEN BY THESE PRESENTS, that
` a.1~ 9r1 Erb I ~OY9~~~n ~'X~ f-4 ~rz__
(hereinafter called the Principal (s), as Principal (s), and
r FECo j►J9v ace ~o, of Q►MER%cA
' (hereinafter called the Surety (s), as Surety (s), are held and firmly
' bound unto ` ')'j 1 c' PA' TO~'~SR
' (hereinafter called the Obligee), in the amount of ~rY-r y
5l'i P's Ar Lj t Ntj "jtprtF, 45.4 Dollars
($for the payment whereof, the said Principal and
assigns, heirs, these executors,
and themselves,
' Surety bind
t WHEREAS, the Principal has entered into a certain written contract with
the Obligee, dated the 2v-'11 day ofu w~ Y 19 7`E '
to(2C01~4-raUt-r j-oVtJDA -fioi 1~
_ f
HEREOF AS FULLY
IF E COPIED O AT AND MADE A P!RT
ANND TO CONTRACT I EXTENT HEREBY AS REFERRED
LENGTH HEREIN,
A
' PB-A-1
i
' NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH9 that if
the said Principal shall pay all claimants supplying labor and material
to him or a subcontractor in the prosecution of the work provided for
in said contract. then this obligation shall be void, otherwise to
' remain in full force and effect.
PROVIDED, HOWEVER, that his bond is executed pursuant to the provi-
sions of Article 5160 of the Revised Civil Statutos of Texas as amended
by Acts of the 56th Legislature, Regular Session, 1959, and all lia-
thbe determined e same accorrce it werewith
copieseat
bilities ofnsaidthis Artond icleshall
length herein.
IN WITNESS WHERE OF, the said Principal (s) and Surety(s) have
■
signed and sealed this instrument this 2 Gay day of -A _c "r
Iq jst_ C~ rAra-ir Cea ~~~Js
'7~ S G ~x a G
r
Pr nc pa
t
' ti r nc paTT
print pa
LSUr: rJcE 92. oF K ~cA
rate urety
N0r1_Pp~o0
r
Attor -In-Fact
1
PD-A-2
SPECIFICATIONS
PNO
CONTRACT..DOCUMENTS
' F-0-1
FOUNDATION AND_RETAINAGE DYKES
FOR A 1100000 BARRELL FUEL OiL_STORAGE 1ANK
OIL TRUCKING TERMINAL
EXPLORER PIPELINE
' GREENVILLE$ TEXAS
TEXAS MUNICIPAL POWER POOL
1. GENERAL
A. INTENI"
' These specifications state the conditions and requirements applicable
to furnishing the equipment and matArial required to erect the fu elnoil
storage tank foundations and the excavating,
embankment work required for the fuel oil storage tank dykes at the
Oil Trucking Terminal of Texas Municipal Power Pool near Greenville Texas.
B. LOCATION
The location of the Oil Trucking Terminal and other related sites are shown
on the Greenville Electric System Vicinity Map which is attached to these
specifications.
GENERAL
C. SCOPE OF WORK
' Contractor shall furnish labor and materials and shall construct, erect
and finish in a workmanlike manner at the Texas Municipal Power Pool
' Oil Truck Terminal, the work as set out in these 5G,e-ifications and/or
shown on the drawings. The work shall include, but not necessarily
be limited to, the following:
' 1. Tank foundations of lime stabilized compacted Sub base, gravel
and oil impregnated sand compacted and graded per API Standards
650.
' 2. Tank retainaoe dykes of earth fill compacted and graded in ac-
cordance with the specifications.
3. Drain piping from retention dyke.
4. Access road in accordance with drawing 2383B.
D. SUPPLEMENTARY REQUIREMENTS
' 1. The following are attached and form a part hereof:I
a. "GENERAL CONDITIONS"
t b. The "Summary of Proposal" consisting of the accompanying form.
Bids shall be accompanied by the "Summary of Proposal" properly
filled out in triplicate.
c. Special Conditions
' 2. The following Standards constitute additional requirements of
these specifications. The Contractor shall adhere to the re-
quirements of the Standards and Codes listed hereinafter unless
otherwise stated in the specifications or drawings:
a. American Petroleum Institute (API)
' b. American National Standards (ANSI)
c. American Society of Testing Materials ASTM)
d. National Fire Protection Associations' Flammable and
Combustible Liquids Code No. 30, 1972-13 Edition.
t e. Occupational Safety and Nelth Administration, Section 1910.
106- (b) (2).
' f. AASNO
' 1-2
GENERAL
' E. CONTRACTOR'S SUBMITTAL INFORMATION
The Contractor shall notify the Engineer for inspection of completed
' phases of the work before proceeding with other covering work,
Such work includes sub-grade compaction etc.
' Unless otherwise notified conmunication on the work covered by this
agreement shall be with:
Ward Jones, Electric Production Superintendent j
' City of Greenville
P.O. Box 1044
Greenville, Texas 75401
Attention: Texas Municipal Power Pool
Foundation & Retainage Dykes
F. CONTRACTOR'S PARKING
' Contractor's vehicles and Contractor's employees' 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 pur-
poses. All extensions from Owner's distribution centers shall
be furnished, installed and maintained by the Contractor. Con-
' tractor shall also furnish and install all equipment required,
sucls as necessary fused switching, breakers, etc., on circuits
jsed by the Contractor. The location of Contractor's electrical
facilities shall be subject to the approval of the Owner. The
cost of power and the installation of the motor shall be the con-
tractor's responsibility and may be obtained by contacting the
Owner's representative, Mr. Ward 0. Jones, Electric Production
Superintendent, City of Greenville, Texas.
Drinking water for Contractor's personnel will not be available
at the fob site.
Contractor shall furnish and operate his own air compressing
equipment for the compressed air that is required for the work.
N. RESTORATION OF EXISTING FACILITIES
All existing plant facilities which are disturbed in any way
by the work shall be restored by repair, replacement, refinishing,
repainting or by whatever means are required to their original
' condition. This shall include, as examples, but shall not be
limited to: roads, curbs, structural members, siding, pipes,
cables, foundations, and equipment.
1
l-3
' I, TOILET FACILITIES
The Contractor shall provide all sanitary facilities for his
employees. Use of existing plant facilities by Contractor's
' personnel is strictlj prohibited.
J. LINES AND ELEVATIONS
Contractor shall employ a competent engineer to deteriine
lines and elevations. Contractor shall lay out the Work
and shall be responsible for its correctness. He shall
correct at his own expense all errors in the Work arising
from his inaccuracy.
K. REFERENCE TO ENGINEERS
1 Wherever in the drawings and specifications, addenda to draw-
ings and specifications, and any other part of the Contract
Documents, the terms "Engineer", "Engineers" is used, it re-
fers to City of Greenville Engineers.
L. DRAWINGS, ENGINEERS'
' The following drawings by the Purchaser, dated and/or re-
vised as noted, are included herewith and made a part here-
of. All work shown on these drawings shall be done by this
' Contractor unless specifically noted otherwise.
INDEX TO DRAWINGS
B DRAWING NO. TITLE
23838 110,000 Carrell TMPP Fuel
' Oil Storage Tank Foundation
b Nozzle Orientation Plan
and Site Work.
M. SPECIFIC BRAND OR TRADE NAMES OF EQUIPMENT
' Throughout the specifications specific brands or trade names or equipment
have been utilized to establish the following:
1. The standard of quality required.
r.
' 2. 'Design function or mode of operation required of each particular piece
' "o~'equipment.
It shall be noted in all instance where a particular brand or trade name
1nfi !-,qk ,i%1 7cm,tive has l,ten utilized, that the term "ur aisprovoll equal"
' ,nsidered as added thereafter. Any substitutio1r, i.• as
viii)rovLI cry the Owner,
N. SITE INSPECTION
Permission for Bidders to inspect the site shall be obtained by contacting
1-4
Mr. Ward Jones, Electric Production Superintendent, City of Greenville,
P,O. Box 10499 Greenville, Texas 75401, Telephone number Area Code 214-
455-2680.
0. PLANT RULES
Contractor shall comply with all reules Owner may have in effect at the
plant site pertaining to handling of men, equipment, and materials.
No interference with the operaticn of the owners terminal will be
' permitted. All equipment and material storage and equipment storage
must have the prior approval of the Engineer.
P. SCHEDULE
The tank foundation shall be completed first to allow the tank to be
constructed. After tank is completed the remaining dykes, grading
' and drainage shall be finished.
It is anticipated that the tank contractor can begin work in mid Sept-
ember and be finished in approximately two months.
Completion of the work is of utmost importance to the Owner. Completion,
' if possible, is required by September 15, 1974. Contractor 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. GUARANTEE
The contractor shall guarantee the work and materials are in accordance
with the specifications and in conformance with applicable codes and
standards and be free from defects.
' 1.5
t
1
e
' 11. EARTIMORK AND CONCRETE CONSTRUCTION
A. GENERAL
Contractor shall do all excavating, backfilling, grading road, and
embankment work and concrete work indicated on the drawings or
' herein stipulated and/or required to properly install the work
hereinafter specified and/or shown on the drawings. This wor-k
includes necessary clearing, grubbing, and preparation of site;
1 removal and disposal of all excavated materials; de-watering as re-
quired; preparation of subgrade; any and all borrow necessary to the
work, and final gracing and dressing of the site to grades and
elevation shown on the drawings and/or specified to be done, and
' the concrete tank foundation.
All excess excavated material shall be deposited and graded on
V the property. Material shall be deposited and spread as directed
by Owner.
' Contractor shall do all backfilling under and around piping, etc.,
as indicated on the drawings or as required. Backfills shall be
well tamped and where necessary packed into place.
1 The Contractor shall obtain the required foundation and dyke
material from "off site" locations.
8. CLASSIFICATION OF EXCAVATION
The term excavation shall include materials excavated or removed on the
' site or sites of the work regardless of the tyr, character, composition
or condition of the materials excavated, and s. 11 also include all brick,
stone, logs, lumps, debris, roots, etc., and al, other material encountered
within the specified excavation limits.
' C. PREPARATION OF THE SITE
' The Contractor shall perform all work necessary to prepare the site and
the premises of the work that is to be done. Such work shall include the
clearing and grubbing of designated areas and the removal of all trash
on all areas on which excavation will be done, or on which fills or
embankments are to be made as well as all areas that are to be site
graded. Organic materials such as trees, brush, etc., removed in the
process of clearing and grubbing shall be burned or otherwise disposed
' of to the satisfaction of the Owner.
0. SITE WORK
e 1. Fills and Embankment:
Fills and embankment required by the plans for site grading shall be
constructed with earth obtained from structural excavation as far as
possible, on a suitably prepared subgrade free from surface vegetation
more than b" in height and with all trees and stumps grubbed and/or
' pulled within the fill or embankment limits. All material deposits
will be free from organic and other objectionable materials. Such
fills and embankments shall be compacted in horizontal layers not
11-1
r
EARTHWORK AND CONCRETE CONSTRUCTION
exceeding 12" in uncompacted thickness and the materials deposited
' in piles and windrows from excavation equipment shall be spread and
leveled prior to compaction. Each layer shall be thoroughly com-
pacted by rolling with a sheepsfoot roller after obtaining an
optimum moisture content by adding water or allowing to dry as in-
dicated from soil tests performed by a reputable soil testing lab-
oratory which the Contractor shall retain at his, expense. Compaction
tests shall be conducted periodically to insurrr, a modified AASHO
optimum co,lyaction as shown on drawing of each layer. Compaction
tests by a reputable testing laboratory shall also be performed
at Contractor's expense.
2. Grading:
After backfilling and embankments are completed and settled, and after
all other outside work is finished, all areas on the site of the work
which are to be graded shall be brought to grade at the specif;ed
elevations and slopes.
Slopes shall be trimmed and dressed, and all other surfaces so graded
that effective drainage is secured.
3. Top Soil:
Top soil shall be stockpiled and saved to provide for a minimum depth
' of 6" of top dressing over the entire surface of all fills, embank-
ments, and any other area where the original top soil has been re-
moved, covered, or damaged. At the time of site grading, the top
soil shall be spread over all graded areas and then fine graded to
the grades and contours shown on the drawings.
' E. PIPE TRENCH EXCAVATION
Excavation for pipes and drains shall be constructed on the lines and to the
grades and elnva,*ie„s whorp snocified and/nr as shown on the drawings.
All pipe lines designed to convey water or oil, unless otherwise required
on the plans, shall be installed with the minimum of 30" cover over and
t around the pipes measured vertically or at any angle with the vertical except
as otherwise shown.
' Trenches shall he a sufficient width to provide ample room for worYmen
engaged in handling and c,,lb+,dding pipes and WAking joints. Where necessary
zl._ ezrth load oil trench banks to p'reVEiit sliding V. Caving, the
banks may be cut on slopes not to extend lower than 2" above the top of
' the pipe.
Care shall be taken during tamping that no damage is done to pipe. j
' Before final acceptance of the entire work covered by the contract, if
settlement has occurred in pipe trenches, these trenches shall be refilled
1 and the backfill surface compacted and smoothed to conform to the elevation
ll-2 1
EARTHWOLK AND CONCRETE CONSTRUCTION
of the adjacent ground surface. Such maintenance shall be the respon-
sibility of the Contractor until the expiration of one year from and
after the date of final acceptance of the work by the Owner unless other-
wise agreed upon between the Contractor and the Owner as provided by a
change order or supplementary agreement.
' F. CONCRETE WORK
The concrete work shall include all miscellaneous items of concrete
construction shown on the drawings, specified or required hereunder.
This item includes a'k1 necessary excavation and backfill to properly
complete the work. Excavations carried below the rr-quired depth
' shall be filled with concrete. All necessary pumping or bailing shall be
performed to keep the excavation dry.
' 1. Preliminary approval requirements:
The source and quality of all concrete materials offered, and the
tentative concrete mix prooortions proposed for use on the work shall
' be submitted for approval to the Engineers before any concrete work
under the contract is started. Approval given in each case shall be
general approval only. Continued compliance with all contract pro-
visions will be required regardless of any preliminary approval given.
2. Material Specifications:
t The following serial designations of the Standard Specifications of
the American Society for Testing Materials are contained hereinafter
in the text. A recapitualtion of these specifications is as follows:
C150 Type i Portland Cement
C150, Type III Highly Early Strength Portland Cement
C33 Fine and Coarse Aggregates
C40 Organic Impurities in Fine Aggregate
A15 Billet-Steel Concrete Reinforcement,
intermediate and hard Grades
' A16 Rail Steel Concrete Reinforcement
A305 Deformations for Deformed Steel Bars
C94 Ready-Mixed Concrete
C143 Test for Slump in Concrete
A432 Deformed Billet Steel Bars for Concrete
Reinforcement with 60,000 psi Mini-
' mum Yield Point
3. Cement:
All cement used in the work shall be Portland cement complying to the
latest requirements of the ASTM Standard Specifications, Designation
C150, Type I, except for high early strength concrete which shall be
Portland cement complying with the latest requirements of the ASTM
Standard Specifications for Portland cement, Disignation C150, Type III,
and shall be used only as directed by the Engineers. Only one brand of
' cement shall be used for all exposed concrete.
11-3
1
' EARTHWORK ANt) CONCRETE CONSTRUCTION
4. Mixing Water:
Mixing water shall be clean and free from oil, acid, and injurious
amounts of vegetabl- matter, alkalies, salts, or other foreign mattr~r.
' 5. Fine Aggregate:
Fine aggregate shall consist of graded coarst, natural sand, or subject
' to approval of the Owner and/or the Engineer(., other inert materials
having similar characteristics, which shall oir.,et or exceed AST14 Standard
Specifications for concrete aggregate (fine), C-33 (latest revision).
At the time of its use, all fine aggregate shall be free from frozen
material and all foreign materials, such as wood, hay, burlap, paper,
or dirt which may become mixed with the aggregate in the stock piles.
When subjected to the color test for organic impurities (ASTM C40),
the fine aggregate shall not show a color darker than standard.
6. Coarse Aggregate shall consist of graded stone, gravel, or materials
inert and having similar characteristics, subject to the approval
of the Engineers, which shall meet or exceed ASTM Standard Speci-
fications for concrete aggregates (coarse), C-33 (latest revision).
Coarse aggregate for a 3000 lb. mix shall pass a 1.5 inch diameter
ring and shall conform to the following requirements:
Size of Square Opening Sieve Per Cent_y Weight
1 - 112 inch 100
1 inch 90 - 100
l/'t inch 25 - 60
No. 4 0 - 10
The coarse aggregate shall be free from an excess of salt, frozen
ll1 material, alkali, vegetable matter, or other objectionable material,
either free or as an adherent coating on the aggregate.
7. Reinforcement:
All reinforcement shall be free of any coating or foreign substances
that would reduce or destroy the bond. It shall be free, when
placed, from loose rust, scale, grease, dirt, or any other coating.
a. Bar Supports, Ties and Spacers:
Bar Supports, ties, and spacers shall be of steel, of an
approved design, and adequate to insure against displacement
of the reinforcement during the course of construction.
11-4
' 8. Forays:
' a. Material and Placing:
Form shall conform to the shape, lines, and dimensions of the
' members as called for on the design drawings and shall be
substantial and sufficiently tight to prevent leakage of
mortar. They shall be properly braced or tied together so
' as to maintain position and shape. For exposed surfaces
all forms shall produce smooth surfaces free from fins.
Bolts and rods used for internal ties shall be so arranged
that all metal will be not less than one inch from the
surface. Wire ties shall not be used where the concrete
s.irface will be exposed to weathering, where watertightness is
desired. Completed work shall have a smooth finish, uniform
color, be level, plumb and true to dimensions.
9. Concrete Proportions and Mixing:
Concrete shall have a minimum compressive strength of 3,000 lb/sq.
in, when 28 days old. The amount of water per bag of cement as
determined by the water cement ratio shall be not more than seven
gallons for 3,000 lb. concrete. The slump will be determined by
the Engineers and will be set to give the best workability with
no excess water standing on top of concrete in place.
' 10. Mixing Concrete at Site of Work;
The mixing of each batch of concrete shall continue until all
materials are uniformly distributed. All concrete materials,
including water, shall be accurately weighed or measured.
' If the batch produced does not show a uniform color and consistency,
the concrete shall be mixed for a longer period and any batch which
contains an excess of water shall be wasted.
' 11. Retempering:
Any concrete or mortar that has stiffened or hardened to Vic extent
that it is no longer plastic and workable shall be wasted. In no
case shall such material be retempered or otherwise reconditioned
and used in permanent construction of any kind.
12. Ready-Mixed Concrete:
' Any ready-Mixed concrete shall be subjected to the mix, water, and
strength requirements called for herein for concrete mixed on the
site. The concrete must be deposited in the forms within 60
' minutes from the time the water is added.
e 11-5
1
j
EARTHWORK AND CONCRETE CONSTRUCTION
1
13. Placing Reinforcement:
This item includes furnishing and placing all reinforcing bars,
' which shall be as shown on the design drawings with all necessary
stirrups, hanger bars, and other reinforcing materlals, including
all necessary chairs, spacers, ties, supports, and other devices
necessary to install and secure the reinforcing properly. Rein-
forcing shall have a minimum of 3" concrete cover throughout.
14. Conveying and Placing Concrete:
' No concrete hall be deposited in the absence of the Owner's representa-
tive without prior authorization. When the Contractor intends to po!r
concrete, he shall notify the Engineers' representative sufficient!y
in advance so that the Engineers may arrange to have their representative
at the rite in advance of pouring to allow for inspection of the forms,
reinforcing steel, locations of sleeves, holes, etc.
a. Placing, General:
All concrete shall be placed in the dry, and all trenching,
o,,iiming, draining, and pumping necessary shall be done. All
form work shall be free from water, have snow and ice removed, and
shall be cleaned of dirt and debris. After forms have been in-
spected and approved, the concrete shall be deposited in approx-
horizontal layers to avoid flowing along forms. No concrete
shall be poured when the outside air temperature is 40° or less,
' unless special arrangements to use high early strergth cement
are incorporated and approved by the Engineers.
15. Curing:
All parts of the structure shall be kept moist and at a temperature of
' not less than 50° for a period of not less than two days.
16. General:
' All cement finished, unless otherwise specified, shall be troweled
to a smooth hard surface with steel mechanical or hand trowels. All
trowel marks are to be worked out. Care shall be taken to work
' finishes at proper time during period of setting to secure a dense
hard surface.
1
11-6
e
y
1 r1
' , F 1 T, r , r ~ 1 YXk r, j ~ ~lnww ,
i 1.' A{
j. ~j .n. k*^qk*p YN"wnY~F!M' ~ ~'I~~"!"O'. ~x }R r~ i 5 ~ ~ ~ x IMO ~ ~ 7.•!
~ r
' 1. r ~ ~I - X51 t ft1M1;.~r i'.. F i.
Jl~ j
! ~ fA "
. w v, q~
r . I ~ r "
i
fit. y.. e ' K z 4 " j 5d2' 0.1 f
r
V Y1 i
~ a -
,
.
Y r
i s #I
x
Y, -
1 r Y 1111 1
!Y v r ' Id
I
A r 41 c5 I~,t?
~4 C4 yy►~N
~ 1!r" r qq
' p J+ V i I Y
{ ' 1! ~ 1,4 it ~ A • ~ 7I ~ .r s ~ 1 r, ~ t
0 d C,r ri v y'.
6:' I 4 3,'+ . "Nis= "AV "i/ ! n ! .w,.ew~n w• • ..ip. f ~A4 • «e?.+Jn .e ..,r..,J+, ya tr.. 4
61 .n,,.,j„v , y M Is wa
,f~'~j~l jr''.'i~l. Y~ „S,Y I' ~~rl,~•i'i ~ ..1 i lj -J.~S ~ ~`*'+r` ,r-. A Y , -
. I I rJ.,.
I. Alt-
1 TWA pAA'J i 4
14
f ' ° B '01 tA$ Y p fN~FX~J
V'I'l VIE (r Al/5 1,r)
I 7
wY' ta'i'Jib.~@dt,h~.~.Y.o°hSJ9.B~r.i:.m:' ..ti MI;IF.1b•.~ ,u, hv. 4Y'~"dlY;, cvwi"r.. _ _
N !
r, TM
WOR,
i 1 1 , f d .y: tIk 1!I` ! r. .f r hit 1M, < ~1 ' .+11 r, , i ~ ~ , , _
~ , ~F C,. ~ , ,
't, ~ 'r, + 1 ~ 1. !N f'~ c t. ♦ I i ~ 1 { r 1
q ' ~ ~.1 ~ r .+1 f r
{~I~ !rz ,1 . 1 5 y+w,..M LI^t+3 .w.-»tr.~,,.. 4 ,,,t ..l w-. . i~x:ayN u... ~.n.h _ ~...r ~+4~u.wr.
Ww ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ M ~I1 ~l a~~~
.L.. ,.--..r-+~rw .t ~...y., `..w.,,..-ate ^rt, .r..*. . a-. ...».-....«-...w. -t.... ' ...y...., .
9 ~ b~ ~ ~ ~ ~ yy '-o~i
'y ; y4;
i~' d'r ~ ♦"'Sri 9'. : , A > > ~ M'~ ~ ei_
OfNI)YQ^ tru {Its
r 1 i r, i ' IMIN (AY_47 r# RI J
Y
VALVt A1.. WCr PAW 5
7V A$ AF A#4.
x x 6"T
1a 1 Jays ' J r i i 1. ' w1. - f . AO IF. A
r it "4W,4t`Af P41PS W1
~ ~ 'r!i'xA'lrLtdKllbv „ ~
x iJr ~ l t:Xp , e~ ~i/1 C
00?
i .1 Y iR0 Afar nrttIVfIt Pl~~IK
r . :!y o
1 .,w t`
I— W.
' I
7 P E
:Y
r
}
y- ,
j ,
l
J
t Y a
h
; k
.WJor,n. .{~..r.>.~Ar-r~w...4~~, q~ ..a rrw..rw~r.r~ .Ax.. ._,a,p-,y,. ,~........,r ~.1 . _J.
k- e
C-1 CHANGC 90%porAAS140 TO96%parAASHO-T994%LIME STABILIZATION r
C-2 PANGS 85%ptfAA0110To Sb%AASHO-i99 I
Z, A A' : ~tl C-3 tHANGE60%perAASHOTO90"ln'AASI1q-T98 4.~,~. -1 m 1
' IC ~ ~ ♦ ~ i C C f A f' i/ 1 1' ~ ~
t. P ll I rr~' lIr) ~ 0'Fj ' n t it) T4 t lot #I P~ ~'~r) I? Y (,f 9 1()
l
e; r e ID x;~1 i k,' l{dLl 'Y rqf N4' it b'Y h e 1 '~y p } n i' d~ ~ Ik i' e i i irY' w•!: ~
4. ME jr
z
As 04 S
y M t hpi Yt+s 1, ra3 f , "9, .t 7V 1'7 1 ~r ` 111
r~ M+ar+ i` l 1*; ~ 1 {
x~ 'r r'7 1 ioyK. #AAG6t 7V C~ TT} ^P/R Q~S~ ~l{J~j► $~IVIIdINAFO wMN I AA At 0
a~rx w way, t. ~ ~ ~ . ~ { d Y o~ ~ . ~ r +n A#S1471 . ~ I, IM ~
~~1
' ~ k" ~t V A ov~D~i. A uN/~+c►RM dL oPb : or l I/V ~QI a ~~~r, ; ~ a ,ax
~ ~RA67/ 4' ARIA rN~► 7'Q ~ ~p'.,~,~ e~i ~ t ~l t 1! yew ~V, ~ ~i~!
00 ) ` 'f.r S~ ! 4 { a4~~~ S~~ I y,r• ! '1 .'&1i '1 4~~~ V i r
0 + C .a~5~ coi4pA C. r lV taw A.a
It Ol A t~. ' 1 t f J F i e
fs 44 1~~ a w r OAI~ S ~f R 7M 6 r~ i,~'^yr~ der iris` F « .~1t ,1
Y /y/ ~fr'V11 ~1~/~.
I J FI o id 'I OF.
s?I' r" a' drrx ~a'co PT~4 psr►i'N~J~N ~Nrz~ . ra p c+0~ C 3D K rrlt Al Ad M i
, ~R ~x~eti,ua r4, ~~GVar~oNse •l•~~ ~f fI •.r a3~I Y 4 ~t ...fir ~l qA~I ~I rN
ffl. dPC6CX P~cL "ArpAldR 9'n ~I1P' Nx1 4 :X: 1, f, r rl ~xr 1.'', rv yp Syr .ra.. -.1•
~y{,'tiI' f'r t'J~• '"'.NF^40A SED,.
to ` , 1I~0 O,4f bACY ~fAO ~i 4crak?~trAG M(I^"r
r + i~J R'~'F,I'1~~n9frfij •1~'7i e~ f' 1 l~ f r,i i. 'r ICJ. Y1 ..+.r. ~'rl~~~it~,,, r.
• q .
~ , 'r y YI I Y, r ' `Y. ) ~ r q 4 y Re LLL . f~ 7~'r+. M ,F
7 J ' kK l*J' TitK ,12'► Ki i` Lam.
t.r. p ,i fir' A rlr!''#1'ra d A /XA
b. `r y M F ,v,~ aM VA* g v Ver~eiw~9 r er ei14, Air rp r ; r,: ! x t u ro r'Nrenrrt+
nr~ Y ,4j • S'
4 ~r .}.q r i f w. .r •Y' (lrff,1RA0 R~jc~fv ar a' yA4aEf w~:µ..t...J fr~vAt i . ~ I
1 { ~ A _ ( Iqq`,~1~ i '~r. ` 4. - r: 1 of 4~' •'r r Ce: ~e r r f r r' 'i. tY I {r ' r r
t, ~ y 1 4 ykl^~ SM1 yNN~I r~l r, 1 {r'~'~F' ~l/RI~KYn'wtirw •Y~ i All 9lF~'1., h. ~~f ,i '~F'
f. { A e YI r4r,, qq. Yu'. a~~ , ,4 ii ~i~re I~•'t'. ( ~',qqI~Y f1 !ir .~,rd 1 r~.
A, -i it, . ♦y y~~+
, •~r1i i, 1 •'P t r^ A` `i Iti' • f4}r P f~. .r, .Y,I~e. Y ••4', V•. a :L +,~f ''f ,J.+7 ,.f~~' ~
• "ter ~7.Yip rR,a J•t~.57~' ,.I
I ^t2 rf 5 1~ti lr N I ,:'i Yf. o 1,T, y r, .r,S t~~. ~rl x'fY J ,^~3r J r r ~ S; r. Yr:
~1a I, et ~ }r.. 7 l t • + s ~ + ~ x r Y, 1 A kr r~{ ~ ~ l~.. .y i• r 1✓4t,;~. 5y ` ,n •.k
g ~•~?e .Y _
{ 3 ~~f'Y ~ ~ iJ '~ny~~" ~i1))"~ffLh~~'~':Yf''~ r"F ~~~1`f,~~ ~1~Y ~h .4~,,? lv rr 1'I•f ~ ff ~~4y11 y..~~~~~ a fl
MEMO
i
d~ t
tom..
i
a 1 _~J
1v
B