CF-Deforest LS-CN 870801 CONTRACT DOCUMENTS, SPgCiFiCATiONS ~
AND
SPECIAL AND CENERAL CONDI.LION~ OF nGRE,.ME~
for
SEWAGE LIFT STAT]:ONS EXPANSION
COPPELL, TEXAS
for
!
COPPELL MUNICIPAL UTILITY DISTRICT NO. 1
I J. I. AWRENCSi MARTIN, PRES]~£~DNI?
C~IA~ILES WADE~ . ........... ..~.
BOB~f REHN, '~ ...... ~"I .....
~ PAUL PHY~ GENERA[, COUNSEL
I
AUGUST, 198:7
PIERCE-LUNSFORD ASSOCIATES, INC.
Consulting Engi needs
Dallas, Texas
-- CONTRACT DOCUMENTS, SPECIFICATIONS
AND
SPECIAL AND GENERAL CONDITIONS OF AGREEMENT
for
SEWAGE LIFT STATIONS EXPANSION
-- in
COPPELL, TEXAS
for
COPPELL MUNICIPAL UTILITY DISTRICT NO. 1
J. LAWRENCE MARTIN, PRESIDENT
TERRY LONG, VICE-PRESIDENT
-- CHARLES WADE, SECRETARY
BOBY REHN, TREASURER
MARK BRUNNER, ASST. SECRETARY/TREASURER
_ PAUL PHY, GENERAL COUNSEL
AUGUST, 1987
PIERCE-LUNSFORD ASSOCIATES, INC.
-- Consulting EnGineers
Dallas, Texas
TABLE OF CONTENTS
Notice to Bidders A-1
Specifications Standards SS-1
Bid Proposal B-1
-- Standard Form of AGreement SF-1
Performance Bond PB-1
Payment Bond PB-3
General Conditions of AGreement G-1
Special Conditions 2-1
-- Availability of Facilities AF-1
SECTIONS 3, 4, 5 and 6 NOT APPLICABLE
Ductile Iron Pipe 7-1
SECTIONS 8 and 9 NOT APPLICABLE
Valves, Gates & Miscellaneous Metal 10-1
-- Raw Sewage Pumping Units 11-1
Concrete for Structures 12-1
SECTIONS 13 Through 33 NOT APPLICABLE
Paint and Painting 34-1
SECTIONS 35 NOT APPLICABLE
-- Electrical & Controls 36-1
-- NOTICE TO BIDDERS
Sealed bids, addressed to the Coppell Municipal Utility District
_ No. 1 will be received in the offices of Pierce-Luns ford
Associates, Inc., 3109 Carlisle, Suite 206, Dallas, Texas 75204,
until 10:00 A.M., Thursday, September 3, 1987, and then publicly
opened and read aloud for furnishing all labor, materials, and
-- construction of improvements for the Deforest Road and Sandy Lake
Road Sewage Lift Stations in Coppell, Texas as shown on the plans
thereof.
Contractors wishing to submit bids should attend a Pre-bid
Conference at 9:00 A.M., Friday, August 28 beginning at the Sandy
_ Lake Lift Station in Coppell, Texas to inspect both lift
stations, answer questions pertaining to the expansion and become
familiar with the scope of proposed improvements.
-- The proposal shall be made on the form attached hereto and shall
be submitted in a sealed envelope which shall be marked on the
outside that it is a bid for Sewage Lift Stations Expansion, and
-- the time and date the bid is to be opened.
All proposals shall be accompanied by a cashier's or certified
_ check upon a national or state bank in the amount of two (2)
percent of the total maximum bid price payable without recourse
to the Coppell Municipal Utility District, or a bid bond in the
same amount from a reliable surety company as a guarantee the
- bidder will enter into a contract and execute a performance bond
and a payment bond within fifteen days after notice of award of
the contract to him. The notice of award of contract shall be
- given by the Owner within 30 days following opening of bids. The
bid security must accompany the bid. Bids without check or bid
bond will not be considered.
All bid securities will be returned to the respective bidders
after the bids are opened except those of the three lowest
bidders which the Owner may elect to hold until the successful
- bidder has executed the contract. Thereafter all remaining
securities including the security of the successful bidder will
be returned. The successful bidder must furnish Dayment and
performance bonds upon the forms included with these contract
documents each in the amount of 100 percent of the contract price
from an approved surety company holding a permit from the State
of Texas to act as surety (and. acceptable according to the latest
list of companies holding certificates of authority from the
Secretary of Treasury of the United States or other surety or
sureties acceptable to the Owner).
The right is reserved as the interest of the Owner may require to
reject any and all bids and to waive any informalities in bids
- received.
Specifications and bidding documents may be secured from the
-- office of the Engineer, Pierce-Lunsford Associates, Inc., 3109
Carlisle, Suite 206, Dallas, Texas 75204, upon paying a
non-refundable $25.00 per set.
The bidder should carefully examine the specifications and other
documents, and fully inform himself as to all conditions and
matters which can in any way affect the work or cost thereof.
All construction described in this proposal and construction
drawings shall be done in accordance with the Standard
-- Specifications of the City of Coppell, Texas, Department of
Health, and Texas Water Commission.
-- Should the bidder find discrepancies in or omissions from the
specifications or other documents, or should he be in doubt as to
their meaning, he should at once notify the Engineer and obtain
_ clarification prior to submitting any bid.
Successful bidder must begin construction within 10 working days
of receiving Notice to Proceed (work order).
COPPELL MUNICIPAL UTILITY DISTRICT NO. 1
J. LAWRENCE MARTIN, PRESIDENT
-- SPECIFICATIONS STANDARDS
_ Ail work performed under this contract shall comply with existing
standards for construction and materials for the City of Coppell,
Texas; subdivision ordinance, City of Coppel 1, Texas; the
construction plans and specifications as approved by the Coppell
Municipal Utility District No. 1; and criteria set forth by Texas
Water Development Board and Texas Water Commission.
-- It is the responsibility of the contractor to be sure that
construction details used are current with City of Coppell before
beginning construction.
- SS-1
SECTION B
-- BID PROPOSAL
SEWAGE LIFT STATIONS EXPANSION
Honorable President and
-- Members of the Board
Coppell Municipal Utility District
Coppell, Texas
Gentlemen:
-- The undersigned, as bidder, declares that the only person or
parties interested in this proposal as principals are those named
herein, that this proposal is made without collusion with any
_ other person, firm or corporation; that he has carefully examined
the form of contract, Notice to Bidders, specifications, and the
plans therein referred to, and has carefully examined the
locations, conditions and classes of all materials of the
- proposed work; and agreed that he will provide all the necessary
labor, machinery, tools, apparatus, and other items incidental to
construction, and will do all the work and furnish all the
materials called for in the contract and specifications in the
manner prescribed therein and according to the requirements of
the Engineer as therein set forth.
It is agreed that lump sum prices may be increased to cover
additional work ordered by the Engineer, but not shown on the
plans or required by the specifications, in accordance with the
- provisions of the General Conditions. Similarly, they may be
decreased to cover deletion of work so ordered.
_ Accompanying this proposal is a certified or casher's check or
acceptable bidders bond payable to the Owner in an amount not
less than two percent of the total amount bid. The bid security
_ accompanying this proposal shall be returned to the bidder unless
in case of acceptance of the proposal the bidder shall fail to
execute a contract and file a performance bond and a payment bond
within ten days after its acceptance, in which case the bid
.... security shall become the property of the Owner, and shall De
cons idered as payment for damages due to delay and other
inconveniences suffered by the Owner on account of such failure
- of the bidder. It is understood that the Owner reserves the
right to reject any and all bids.
_ The undersigned bidder proposes to furnish and install the
following items at the following prices:
- P-1
-- PROPOSAL SCHEDULE
-- PART A - DEFOREST ROAD SEWAGE LIFT STATION
_ Item Lump Sum Bid (Written in Words) Unit Price
No.. Quantity Unit ..... Dg~cription ......... (Figu~gs) ..... Amount
-- UNIT I T..RAW SEWAGE PUMPS, MOTOR~ AND_APPURTENAN~IES
-- 1. 1 L.S. Furnish and Install PumpinG
Unit D-3 manufactured by
Rated
_ GPM @
TDH, w~fh Pumping Efficiency
of % at Rated Head,
inc~'~'~all mechanical
-- piping, shaft, valves,
concrete pipe support,
pump pedestal and pressure
-- testing.
WORDS: ............... $ ~.~_.__ $ _ _
2. 1 L.S. Furnish and Install Motor
for Pumps D-l, D-2 and D-3
manufactured by
with speed rating of
-- R.P.M. and H.P. at
full load, ~volt, 60 cycle,
3 phase drip-proof type.
WORDS: _ $ $
3. 1 L.S. Repack Stuffing Box of all
ExistinG and Proposed Pumps
-- and Valves, and Replace any
missing or defective parts.
WORDS: $ $
PART A - DEFOREST ROAD SEWAGE LIFT STATION
Item Lump Sum Bid (Written in Words) Unit Price
_ _No. Quantity Unit Description (Figures) Amount
_UN_IT I - RAW SEWAGE PUM_P_S,. MOTORS AND APP._URTENANCIE_S_.._(_CONT~NU~D)
4. 1 L.S. Install a 3 1/2" Pressure & Vacuum
_ Gauge on Discharge and Suction
Piping for Each Existing and
Proposed Pump.
WORDS: ............ $ $
_ 5. 1 L.S. Install 3/4" PVC Schedule
80 Drain Line from 3/4" N.P.T.
Packing Box Drain to Drain Gutter
_ on all Existing and Proposed Pumps.
WORDS:__ $ $
-- SUBTOTAL UNIT I $
UNIT II - ELECTRICAL
6. 1 L.S. Install Warning Alarm
- System including Sensing
Probes, Wiring, Conduit
and Control Box. (Probes
_ and Control Box only
Furnished by Owner).
WORDS: $ $
PART A - DEFOREST ROAD SEWAGE LIFT STATION
Item Lump Sum Bid (Written in Words) Unit Price
_ No. Quantity unit .... Descripti_qn. .... (_.Figures) . A_moun_t
_ UNIT II - ~ECTRICAL (qqg~INUEDI
7. 1 L.S. Furnish and Install New
-- Switchgear, Conduit and
Wiring including Motor
Starters, Circuit Breakers
_ and Switch Gauge for
Motors D-l, D-2 and D-3
to allow Triplex Alternating
Operation.
WORDS: $ $
8. 1 L.S. Remove and Replace all Light
_ Fixtures, Switches and Electrical
Outlets below Top Floor of
Lift Station, including Wire
and Conduit from Control Panel
to Fixtures.
WORDS: ........ $ $
-* 9. 1 L.S. Remove and Replace All
Emergency Lighting Fixtures
and Test System.
WORDS: ...... $ $
10. 1 L.S. Furnish and Install One
1 H.P. (Min.) Sump Pump,
-- including 2" Discharge
Piping, Float Control,
and Wiring and Conduit
from Electrical Panel to
Sump Pump.
WORDS: . ............ $ .. .. $
~ART_~_.- DEFOREST ROAD SEWAGE LIFT STATION
Item Lump Sum Bid (Written in Words) Unit Price
_ _No. Quantity Unit .... Descriptiqn_ .... (Figure_s) .... Am_ount
~UNIT_ _II - EL_ECTRICAL_(_CONTIN__UE.D)
11. 1 L.S. Remove and Replace Air
-- Compressor and Motor for
Pump Level Controller.
WORDS: $ ~ $
SUBTOTAL UNIT II $
UNIT III - PAINT AND REPAINTING
12. 1 L.S. Clean and Paint all Concrete
and Masonry Surfaces.
WORDS: ..... $ $
_ 13. 1 L.S. Clean, Sandblast, Prime
and Paint Existing and
Proposed Steel, Cast Iron,
Ductile Iron and Metal
-- Piping, Pumps, Stairways,
Grates and other Miscellaneous
Metal Surfaces.
WORDS: $ $
SUBTOTAL UNIT III $
PART A - DEFOREST ROAD SEWAGE LIFT STATION
Item Lump Sum Bid (Written in Words) Unit Price
_ No. Quantity Unit De_script ion ( Fi_gu_ _r. es ) Amount
UNIT IV - VENTILATING SYSTEM
14. 1 L.S. Remove and Replace
-- Existing Motor, Redwood
Runners and Flexible Connector
on Vent Fan No. 1.
WORDS: $ $
1 5. 1 L.S. Remove and Replace
Vent Fan No. 2, Including
-- Flexible Connector and
Vibration Isolators.
_ WORDS: $ $
-- 16. 1 L.S. Remove and Replace
12"x12" Vent Discharge
with Manual Damper in
-- Dry Well.
WORDS: $ $
-- SUBTOTAL UNIT IV $
UNIT V - MISCELLANEOUS
17. 1 L.S. Install one 5/8" Grab
Bar with Anchor Bolts,
_ Lifting Handle and Locking
Hasp for Existing Bilco Roof
Scuttle.
-- WORDS: $ $
PART A - DEFOREST ROAD SEWAGE LIFT STATION
Item Lump Sum Bid (Written in Words) Unit Price
~No. Quantity unit Description (Figures) Amount
UNIT V - MISCELLANEOUS (CONTINUED)
18. 1 L.S. Install Stainless Steel Bolts
._ and Gasket on Existing Neenah
R-6460-B Manhole Frame.
WORDS: $ $
- 19. 1 L.S. Core-Drill Hole
and Install 4" PVC
Sleeve with 4" Ball
_ Check Valve in
Concrete Wall on Roof.
WORDS: $ $
- SUBTOTAL UNIT V $
TOTAL PART A - DEFOREST ROAD LIFT STATION $
- P-7
- PROPOSAL SCHEDULE
- PART B - SANDY LAKE ROAD SEWAGE LIFT STATION
_ Item Lump Sum Bid (Written in Words) Unit Price
No. Quantity Unit ....... Description ....... {~igures) ...Amou_n_ t_
- UNIT VI - RAW SEWAGE PU_MPS, MOTORS AN_D_·_·ApPURTENANCIES
-- 20. 1 L.S. Furnish and Install Pumping
Unit SL-3 manufactured by
Ra ted
- GPM '@
TDH, w-t'~Pumping ~
of % at Rated Head,
inc~Udi~g all mechanical
piping, shaft, valves,
concrete pipe support,
pump pedestal and pressure
- testing.
WORDS: $ $
21. 1 L.S. Install 50 H.P. Motor
Located in Station for
Proposed Pump SL-3.
-- WORDS:_ $ $
22. 1 L.S. Repack Stuffing Box of all
Existing and Proposed Pumps
and Valves, and Replace any
missinG or defective parts.
WORDS: $ $
PART B - SANDY LAKE ROAD SEWAGE LIFT STATION
Item Lump Sum Bid (Written in Words) Unit Price
No. Quan ti ty Unit pe~qFipt ion (_FiGgFe s ) Amount
UNIT I - RAW~ SEWAGE~ ~ ~ ~ PUMPSA__ .MOTORS,. , AND,, .LAPPURTENANCIES., ,,.(CONTINUED)
23. 1 L.S. Furnish and Install Two Stem
Floor Stands, and Remove and
- Replace Stem Extensions from
4" and 10" Gate Valve. (Pump
SL-2 Only).
WORDS: $ $
24. 1 L.S. Install a 3 1/2" Pressure & Vacuum
- Gauge on Discharge and Suction
Piping for Each Existing and
Proposed Pump.
WORDS: $ $
25. 1 L.S. Install 3/4" PVC Schedule
- 80 Drain Line from 3/4" N.P.T.
Packing Box Drain to Drain Gutter
on all Existing and Proposed Pumps.
WORDS: $ $
SUBTOTAL UNIT I $
PART B - SANDY LAKE ROAD SEWAGE LIFT STATION
Item Lump Sum Bid (Written in Words) Unit Price
No. Ouanti tY Unit Descript i_9n_ ..... ( Fi_gu re_s.).., Amount
UNIT VII - ELECTRICAL
26. 1 L.S. Install Warning Alarm
- System including Sensing
Probes, Wiring, Conduit
and Control Box. (Probes
- and Control Box only
Furnished by Others).
WORDS: $ $
27. 1 L.S. Furnish and Install Flow
Monitoring System,
- including Chart Recorder
(only), Transmitting/
Receiving Unit, Ultrasonic
_ Transducer with Support
Bracket, Wiring and Conduit.
- WORDS: $ $
28. 1 L.S. Furnish and Install New
Switchgear, Conduit and
_ wiring including Motor
Starters, Circuit Breakers
and Switch Gauge for
Motors SL-1, SL-2, and SL-3
-- to allow Triplex Alternating
Operation.
WORDS
P-10
PART B - SANDY LAKE ROAD SEWAGE LIFT STATION
Item Lump Sum Bid (Written in Words) Unit Price
_ _No. Quantity Unit Descr_i_pt_ ion .......... (Figures) A_m_ qunt
_ _UNIT VII - ELECT_.R.I. CAL (CO_NTIN_UED)
29. 1 L.S. Remove and Replace all Light
-- Fixtures, Switches and Electrical
Outlets below Top Floor of
Lift Station, including Wire
-- and Conduit from Control Panel
to Fixtures.
WORDS: $ $
30. 1 L.S. Remove and Replace Ail
Emergency Lighting Fixtures
-- and Test System.
WORDS: $ $
-- 31. 1 L.S. Furnish and Install One
1 H.P. (Min.) Sump Pump,
including 2" Discharge
-- Piping, Float Control,
and Wiring and Conduit
from Electrical Panel to
_ Sump Pump.
WORDS: _ _ $ $
32. 1 L.S. Remove and Replace Air
-- Compressor and Motor for
Pump Level Controller.
_ WORDS: ...... $ $
P-11
PART B - SANDY LAKE ROAD SEWAGE LIFT STATION
Item Lump Sum Bid (Written in Words) Unit Price
_No. Quan_ti ty unit Description (Figures) Amount
UNIT VII - ELECTRICAL (CONTINUED)
33. 1 L.S. Remove and Replace Two
- Electric Heaters.
WORDS: $ $
SUBTOTAL UNIT VII $
UNIT VIII - PAINT AND REPAINTING
34. 1 L.S. Clean and Paint all Concrete
- and Masonry Surfaces.
WORDS: $ $
- 35. 1 L.S. Clean, Sandblast, Prime
and Paint Existing and
Proposed Steel, Cast Iron,
_ Ductile Iron and Metal
Piping, Pumps, Stairways,
Grates and other Miscellaneous
Metal Surfaces.
WORDS: $ $
-- SUBTOTAL UNIT VIII $
- P-12
PART B - SANDY LAKE ROAD SEWAGE LIFT STATION
Item Lump Sum Bid (Written in Words) Unit Price
._ No. Quantity Unit Description ..(_Figures) ....... Arno. uqt..'
UNIT IX - VENTILATING SYSTEM
36. 1 L.S. Remove and Replace
-- Existing Motor, Fans, Redwood
Runners and Flexible Connector
on Vent Fan No. 1.
WORDS: $ $
37. 1 L.S. Remove and Replace
- Redwood Runners, Pitch
Pans and Flexible Connector
for Vent Fan No. 2.
WORDS: $ $
SUBTOTAL UNIT IX $
UNIT X - MISCELLANEOUS
-- 38. 1 L.S. Remove and Replace
Metal Door to Measuring
Chamber, Including Door
-- Jamb and Hardware.
WORDS .- $ $
P-13
PART B - SANDY LAKE ROAD SEWAGE LIFT STATION
Item Lump Sum Bid (Written in Words) Unit Price
No. Quantity Unit Description (Figures) Amount
UNIT X - MISCELLANEOUS (CONTINUED)
39. 1 L.S. Remove and Depose of
- Existing Blower and Motor
in Measuring Chamber. Cap
6" Diameter Pipe with Blind
_ Flange.
WORDS: $ $
- 40. 1 L.S. Place Concrete Collar
Around 20" Force Main and
Seal Pipe at Outside Wall
- of Lift Station.
WORDS: $ $
- 41. 1 L.S. Clean Galvanized Handrail
on Top Lift Station and
Caulk Metal Sleeves.
WORDS: $ $
42. 1 L.S. Remove Sluice Gate Operator
- on Junction Box and Replace
Steel Plate and Anchor Bolts.
- WORDS: $ $
P-14
PART B - SANDY LAKE ROAD SEWAGE LIFT STATION
Item Lump Sum Bid (Written in Words) Unit Price
No. Quantity unit Description (Figures). Amount
_UNIT X - M!SC. ELLANEOUS (CONTINUED)
43. 1 L.S. Replace Eye Bolt for Hasp
on Sliding Entrance Door.
Retap 5/8" Inserts and
Provide 24 Stainless Steel
Bolts for Door.
WORDS: $ $
44. 1 L.S. Furnish and Install Three
Steps for Junction Box.
WORDS: . _ $ $
SUBTOTAL UNIT X $
TOTAL PART B - SANDY LAKE ROAD LIFT STATION $
P-15
LUMP SUM BID - GRAND TOTAL PART A & B $
It is understood and agreed that the work is to be completed in
full within 30 calendar days after the date the major equipment
is delivere~" as specified in item 7 of the special conditions
(Page 2-2).
In the event of the award of a contract to the undersigned, the
undersigned will furnish a performance and a payment bond each
for the full amount of the contract, to secure proper compliance
with the terms and provisions of the contract, and to insure and
guarantee payment of all lawful claims for labor performed and
materials furnished in the fulfillment of the contract.
The work proposed to be done shall be accepted when fully
completed and finished in accordance with the plans and
specifications, to the satisfaction of the Owner.
_ The undersigned certifies that the bid prices contained in this
proposal have been carefully checked and are submitted as correct
and final.
NOTE: The prices must be shown in words and figures, and in the
event of a discrepancy, the words shall control.
- Receipt is hereby acknowledged of the Addendum numbered
to the Contract Documents. " '
BI DDER:
ATTEST (if a Corporation)
,,, By:
Secretary
- Ti
(Corporate Seal)
MAILING ADDRESS:
.... P-.16
STANDARD FORM OF AGREEMENT
As Adopted By
THE TEXAS SECTION OF THE AMERICAN SOCIETY OF CIVIL ENGINEERS
October 7, 1971
Revised November 17, 1928
Revised April 15, 19'32
Revised October 27, 1934
Revised October 19, 1945
Revised April 8, 1954
Revised April 21, 1960
Revised October 7, 1971
Approved as to Legal Form by Legal Counsel
STATE OF TEXAS ~
COUNTY OF.__
THIS AGREEMENT, made and entered into this day of ,
A. D. 19 , by and between
.... of the County of and State of Texas, acting through
thereunto duly authorized so to do,
Party of the First Part, hereinafter termed OWNER, and
of the City of. , County of.
and State of , Party of the Second Part, hereinafter termed
CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements herein-
after mentioned, to be made and performed by the Party of the First Part (OWNER), and under
the conditions expressed in the bond bearing even date herewith, the said Party of the Second
Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to
commence and complete the construction of certain improvements described as follows:
and all extra work in connection therewith, under the terms as stated in the General Conditions
of the Agreement and at his (or their) own proper cost and expense to furnish all the materials,
supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories
and services necessary to complete the said construction, in accordance with She conditions and
prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors,
General and Special Conditions of Agreement, Plans and other drawings and printed or written
explanatory matter thereof, and the Specifications and addenda therefor, as prepared by__
herein entitled the ENGINEER, each ()f which ha.. been identified by the CONTRACTOR and
the EN(;1NEER, together with the CONTRACTOR'S written Proposal, the General Conditions
~f the Agreemenl, and the Performance and l'ayment Bonds hereto attached: all of which are made
a part here~f and collectively evidence and co.stitute the entire contract.
SF-I ® ~ ~.- ~. ^~
The CONTRACTOR hereby agrees to commence work within ten (10) days after the date
written notice to do so shall have been given to him, and to substantially complete the same
calendar days
within working days after the date of the written notice to commence work, subject
to such extensions of time as are provided by the General and Special Conditions.
THE OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in
the proposal, which forms a part of this contract, such payments to be subject to the General
and Special Conditions of the contract.
IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in
the year and day first above written.
Party of the First Part (OWNER) Party of the Second Part (CONTRACTOR)
By' By'
ATI'EST: ATTEST:
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF.
KNOW ALL MEN BY THESE PRESENTS: That.
of the City of
County of , and State of , as
principal, and
authorized under the laws of the State of Texas to act as surety on bonds for principals, are held
and firmly bound unto .(Owner),
in the penal sum of Dollars ($ )
for the payment whereof, the said Principal and Surety bind themselves, and their heirs,
administrators, executors, successors and ~igns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner,
dated the day of. ,19 , to
which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully
observe and perform all and singular the covenants, conditions and agreements in and by said
contract agreed and covenanted by the Principal to be observed and performed, and according to
the true intent and meaning of said Contract and the Plans and Specifications hereto annexed,
then this obligation shall be void; otherwise to remain in full force and effect;
"PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of (Article
5160 for Public Work) (Article 5472d for Private Work)* of the Revised Civil Statutes of Texas as
amended and all liabilities on this bond shall be determined in accordance with the provisions of
said Article to the same extent as if it were copied at length herein."
Surety, for value received, stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the contract, or to the work performed thereunder, or the plans, speci-
fications, or drawings accompanying the same, shall in anyway affect its obligation on this
*Not applicable for federal work. See "The Miller Act," 40 U.S.C. S270.
PB-1
bond, and it does hereby waive notice of any such change, extension of time, alteration or addition
to the terms of the contract, or to the work to be performed thereunder.
IN WITNESS WNEREOF, the said Principal and Surety have signed and sealed this instru-
ment this day of ,19__
By By.
Title Title
Address Address
The name s.ncl address of the Resident Agent of Surety is:
PAYMENT BOND
STATE OF TEXAS
COUNTY OF.
KNOW ALL MEN BY THESE PRESENTS: That__
of the City of.
County of , and State of ., as
principal, and.
authorized under the laws of the State of Texas to act as surety on bonds for principals, are held
and firmly bound unto (Owner),
in the penal sum of. Dollars ($ )
for the payment whereof, the said Principal and Surety bind themselves and their heirs, adminis-
trators, executors, successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner,
dated the.___ day of. ., 19.~, to
which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall 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;
othen~ise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of
the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in
accordance with the provisions of said Article to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the contract, or to the work performed thereunder, or the plans,
specifications or drawings accompanying tb~ same, shall in anywise affect its obligation on this
bond, and it does hereby waive notice of any such change, extension of time, alteration or addition
to the terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHER~F, the said Principal and Surety have signed and sealed this instru-
ment this day of __, 19__
Prlne~p~d Sure~y
By By.
Title Title
Address__. Address
The name and address of the Resident Agent of Surety is:
TABLE OF CONTENTS
FOR
-- GENERAL CONDITIONS OF AGREEIdENT
1. Definition of Terms Page
-- 1.01 Owner, Contracto~ and Engineer ...................... G-1
1.02 Contract Documents .......................... G.!
1.03 Sub-Contractor ............................ G-1
1.04 Written Notice ............................ G-1
1.05 Work ................................ G-!
-- 1.06 Extra Work .............................. G-1
1.07 Working Day ............................. G-1
L08 C~iendar Day ............................. G-1
1.09 Substantially Completed ......................... G-1
2. Responsibilities of the Engineer and the Contractor
2.01 Owner-Engineer Relationship ....................... G-2
.2.02 Professional Inspection by Engineer .................... G-2
.....'2.03 Payments for Work ........................... G-2
2.04 Initial Determinations .......................... G-2
2.05 Objections .............................. G-2
2.06 Lines and Grades ........................... G-2
2.07 Contractor's Duty and Superintendence ................... G-2
2.08 Contractor's Understanding ........................ G-3
2.09 Character of Workmen ......................... C,-3
2.10 Contractor's Buildings ......................... G-3
'- 2.11 Sanitation .............................. G-4
2.12 Shop Drawings ............................ G-4
2.13 Preliminary Approval ' G-4
2.14 Defects and Their Remedies ...................... G-4
2.15 Changes and Alterations ......................... 0-5
3. General Obligations and Responsibilities
3.01 Keeping o! Plans and Specifications Accesaible ................ G-5
3.02 Ownership of Drawings ....... · .................. G-5
3.03 Adequacy or Design .......................... G-5
· 3.04 Right o! Entry ' . .... G-5
3.05 Collateral C/ontracts .......................... G-5
3.06 Discrepancies and Omissions ...................... G-5
3.07 Equipment, Materials and Construction Plant ................. G-5
3.08 Damages ............................... G-6
3.09 Protection Against Accident to Employees and the Public ............ G-B
3.10 Performance and Payment Bonds ......................... G-6
3.11 Losses from Natural Causes ............................ G-6
3.12 Protection of Adjoining Property ......................... G-6
3.13 Protection Against Claims of Sub-Contractors, Etc ................. G-6
3.14 Protection Against Royalties or Patented Invention ................ G-7
3.15 Laws and Ordinances ............................... G-7
3.16 Assignment and Subletting ............................ G-7
3.17 Indemnification ................................. G-7
3.18 Contractor's Liability Insurance ......................... G-8
3.18.1 Certificate of Insurance ............................. G-8
4. Prosecution and Progress
4.01 Time and Order of Completion .......................... G-8
4.02 Extension of Time ................................ G-9
4.03 Hindrances and Delays .............................. G-9
5. Measurement and Payment
5.01 Quantities and Measurements ........................... G-9
5.02 Estimated Quantities ............................... G-9
5.03 Price of Work ................................... G-9
5.04 Partial Payment .................................. G-lO
5.05 Use of Completed Portions ............................ G-10
5.06 FinalCompletion and Acceptance ........................ G-10
5.07 Final Payment .................................. G-10
5.08 Payments Withheld ................................ G-10
5.09 Delayed Payments ................................ G-II
6. Extra Work and Claims
6.01 Change Orders ................................... G~11
6.02 Minor Changes .................................. (~.11
6.03 ..Extra Work .................................... G-11
6.04 Time of Filing Claims .............................. G-12
6.05 Arbitration ..................................... G-12
7. Abandonment of Contract
7.01 Abandonment by Contractor ........................... G-13
7.02 Abandonment by Owner ............................. G-14
GENERAL CONDITIONS OF AGREEMENT
1. DEFINITIONS OF TERMS
1.01 OWNER, CONTRACTOR AND ENGINEER. The OWNER, the CONTRACTOR and
the ENGINEER are those persons or organizations identified as such in the Agreement and are
referred to throughout the Contract Documents as if singular in number and n~asculine in gender.
The term ENGINEER means the ENGINEER or his duly authorized representative. The ENGI-
NEER shall be understood to be the ENGINEER of the OWNER, and nothing contained in the
Contract Documents shall create any contractual or agency relationship between the ENGINEER
and the CONTRACTOR.
1.02 CONTRACT DOCUMENTS. The Contract Documents shall consist of the Notice to
Contractors (Advertisement), Special Conditions (Instructions to Bidders), Proposal, signed
Agreement, Performance and Payment Bonds (when required), Special Bonds (when required),
General Conditions of the Agreement, Technical Specifications, Plans, and all modifications thereof
incorporated in any of the documents before the execution of the agreement.
The Contract Documents are complementary, and what is called for by any one shall be as
binding as if called for by all. In case of conflict between any of the Contract Documents, priority
of interpretation shall be in the following order: Signed Agreement, Performance and Payment
Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Cont.ractors,
Technical Specifications, Plans, and General Conditions of Agreement.
1.03 SUB-CONTRACTOR. The term Sub-Contractor, as employed herein, includes only
those having a direct contract with the CONTRACTOR and it includes one who furnishes material
worked to a special design according to the plans or specifications of this work, but does not
include one who merely furnishes material not so worked.
1.04 WRITTEN NOTICE. Written notice shall be deemed to have been duly served if
delivered in 0erson to the individual or to a member of the firm or to an officer of the corporation
for whom it is intended, or if delivered at or sent by registered mail to the last business address
known to him who gives the notice.
1.05 WORK. The CONTRACTOR shall provide and pay for all materials, supplies, machin-
ery, equipment, 'tools, superintendence, labor, services, insurance, and all water, light, power, fuel,
transportation and other facilities necessary for the execution and completion of the work covered
by the contract documents. Unless other, wise specified, all materials shall be new and both
workmanship and materials shall be of a good quality. The CONTRACTOR shall, if required,
furnish satisfactory evidence as to the kind and quality of materials. Materials or work described
in words which so applied have a well known technical or trade meaning shall be held to refer to
such recognized standards.
1.06 EXTRA WORK. The term "Extra Work" as used in this contract shall be understood
to mean and include all work that may be required by the ENGINEER or OWNER to be done by
the CONTRACTOR to accomplish any change, alteration or addition to the work shown upon the
plans, or reasonably implied by the specifications, and not covered by the CONTRACTOR'S
Proposal, except as provided under "Changes and Alterations", herein.
1.07 WORKING DAY. A "Working Day" is defined as any day not including Saturdays,
Sundays or any legal holidays, in which weather or other conditions, not under the control of
the CONTRACTOR, will permit construction of the principal units of the work for a period of
not less than seven (7) hours between 7:00 a.m. and 6:00 p.m.
1.08 CALENDAR DAY. "Calendar Day" is any day of the week or month, no days being
excepted.
1.09 SUBSTANTIALLY COMPLETED. By the term "substantially completed" is meant
that the structure has been made suitable for use or occupancy or the facility is in condition to
serve its intended purpose, but still may require minor miscellaneous work and adjustment.
G-1 ~ ,, ~.- ~.... ,~
2. RESPONSIBILITIES OF THE ENGINEER AND THE CONTRA(3TOR
2.01 OWNER-ENGINEER RELATIONSHIP. The ENGINEER will be the OWNER'S
representative during construction. The duties, responsibilities and limitations of authority of the
ENGINEER as the OWNER'S representative during construction are as ~e;. forth in the Contract
Documents and shall not be extended or limited without written consent of the OWNER and
ENGINEER. The ENGINEER will advise and consult with the OWNER, and all of OWNER'S
instructions to the CONTRACTOR shall be issued through the ENGINEER.
2.02 PROFES~iONAL INSPECTION BY ENGINEER. The ENGINEER shall make
periodic visits to the site to familiarize himself generally with the progress of the executed work
and to determine if such work generally meets the essential performance and design features and
the technical and functional engineering requirements of the Contract Documents; provided and
except, however, that the ENGINEER shall not be responsible for making any detailed, exhaus-
tive. comprehensive or continuous on-site inspection of the quality or quantity of the work or be in
any way responsible, directly or indirectly, for the construction means, methods, techniques, se-
quences, quality, procedures, programs, safety precautions or lack of same incident thereto or in
connection therewith. Notwithstanding any other provision of this agreement or any other Contract
Document, the ENGINEER shall not be in any way responsible or liable for any acts, errors,
omissions or negligence of the CONTRACTOR, any subcontractor or any of the CONTRACTOR'S
or subcontractor's agents, servants or employees or any other person, firm or corporation perform-
ing or attempting to perform any of the work.
2.03 PAYMENTS FOR WORK. The ENGINEER shall review CONTRACTOR'S applications
for payment and supporting data, determine the amount owed to the CONTRACTOR and approve,
in writing, payment to CONTRACTOR in such amounts; such approval of payment to CONTRAC-
TOR constitutes a representation to the OWNER of ENGINEER'S professional judgment that the
work has progressed to the point indicated to the best of his knowledge, information and belief,
but such approv.al of an application for payment to CONTRACTOR shall not be deemed as a
mpt~ntation by ENGINEER that ENGINEER has made any examination to determine how or
fo~ what purpo~ CONTRACTOR has used the moneys paid on account of the Contract price.
2.04 INITIAL DETERMINATIONS. The ENGINEER initially shall determine all claims,
disputes and other matters in question between the CONTRACTOR and the OWNER relating to
the execution or progress of the work or the interpretation of the Contract Documents and the
ENGINEER'S decision shall be rendered in writing within a reasonable time. Should the ENGI-
NEER fail to make such decision within a reasonable time, appeal to arbitration may be taken
as if his decision had been rendered against the party appealing.
2.05 OBJECTIONS. In the event the ENGINEER renders any decision which, in the
opinion of either party hereto, is not in accordance with the meaning and intent of this contract,
either party may file with the ENGINEER within thirty days his written objection to the decision,
and by such action may reserve the right to submit the question so raised to arbitration as
be~einafter provided.
2.06 LINES AND GRADES. Unless otherwise specified, all lines and grades shall be
furnished by the ENGINEER or his representative. Whenever necessary, construction work shall
be suspended to permit performance of this work, but such suspension will be as brief as practicable
and the COblTRACTOR shall be allowed no extra compensation therefor. The CONTRACTOR
shall give the ENGINEER ample notice of the time and place where lines and grades will be needed.
All stakes, marks, etc., shall be carefully preserved by the CONTRACTOR, and in case of careless
destruction or removal by him or his employees, such stakes, marks, etc., shall be replaced at the
CONTRACTOR'S expense.
2.07 CONTRACTOR'S DUTY AND SUPERINTENDENCE. The CONTRACTOR shall give
adequate attention to 'the faithful prosecution and completion of this contract and shall keep on
the work, during its progress, a competent superintendent and any necessary assistants. The
superintendent shall represent the CONTRACTOR in his absence and ali directions given to him
shall be as binding as if given to the CONTRACTOR.
G-2 · ,, ~..- ...,-. ,,~ ,,-
The CONTRACTOR is and at all times shall remain an independent contractor, solely
responsible for the manner and method of completing his work under this contract, with full
power and authority to select the means, method and manner of performing such work, so long as
such methods do not adversely affect the completed improvements, the OWNER and ENGINEER
being interested only in the result obtained and conformity of such completed improvements to
the plans, specifications and contract.
Likewise, the CONTRACTOR shall be solely responsible for the safety of himself, his employ-
ees and other persons, as well as for the protection of the safety of the improvements being erected
and the property of himself or any other person, as a result of his operations hereunder. Engineer-
ing construction drawings and specifications as well as any additional information concerning the
work to be performed passing from or through the ENGINEER shall not be interpreted as
requiring or allowing CONTRACTOR to deviate from the plans and specifications, the intent of
such drawings, specifications and any other such instructions being to define with particularity the
agreement of the parties as I;o the work the CONTRACTOR is to perform. CONTRACTOR shall be
fully and completely liable, at his own expense, for design, construction, installation and use, or
non-use, of all items and methods incident to performance of the contract, and for all loss, damage
or injury incident thereto, either to person or property, including, without limitation, the adequacy
of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precau-
tions or devices, and similar items or devices used by him during construction.
Any review of work in process, or any visit or observation during construction, or any
clarification of plans and specifications, by the ENGINEER, or any agent, employee, or represen-
tative of either of them, whether through personal observation on the project site or by means of
approval of shop drawings for temporary construction or construction processes, or by other means
or method, is agreed by the CONTRACTOR to be for the purpose of observing the extent and
nature of work completed or being performed, as measured against the drawings and specifications
constituting the contract, or for the purpose of enabling CONTRACTOR to more fully understand
the plans and specifications so that the completed construction work will conform thereto, and
shall in no way relieve the CONTRACTOR from full and complete responsibility for the proper
performance of his work on the project, including but without limitation the propriety of means
and methods of the CONTRACTOR in performing said contract, and the adequacy of any designs,
plans or other facilities for accomplishing such performance. Deviation by the CONTRACTOR
from plans and specifications that may have. been in evidence during any such visitation or
observation by the ENGINEER, or any of his representatives, whether called to the CONTRAC-
TOR'S attention or not shall in no way relieve CONTRACTOR from his responsibility to complete
all work in accordance with said plans and specifications.
2.08 CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the CON-
TRACTOR has, by careful examination, satisfied himself as to the nature and location of the work,
the conformation of the ground, the character, quality and quantity of the materials to be encoun-
tered, the character of equipment and facilities needed preliminary to and during the prosecution of
the work, the general and local conditions, and all other matters which can in any way affect the
work uhder this contract. No verbal agreement or conversation with any officer, agent or employee
of the OWNER or ENGINEER either before or after the execution of this contract, shall affect or
modify any of the terms or obligations herein contained.
2.09 CHARACTER OF WORKMEN. The CONTRACTOR agrees to employ only orderly
and competent men, skillful in the performance of the type of work required under this contract,
to do the work; and agrees that whenever the ENGINEER shall inform him in writing that any man
or men on the work are, in his opinion, incompetent, unfaithful or disorderly, such man or men
shall be discharged from the work and shall not again be employed on the work without the
ENGINEER'S written consent.
2.10 CONTRACTOR'S BUILDINGS. The building of structures for housing men, or the
erection of tents or other forms of protection, will be permitted only at such places as the
ENGINEER shall direct, and the sanitary conditions of tile grounds in or about such structures
shall at all times be maintained in a manner sa: actory to the ENGINEER.
(;-3 (~., , ..................
2.11 SANITATION. Necessary sanitary conveniences for the use of laborers on the work,
properly secluded from public observation, shall be constructed and maintained by the CONTRAC-
TOR in such manner and at such points as shall be approved by the ENGINEER, and their use
shall be strictly enforced.
2.12 SHOP DRAWINGS. The CONTRACTOR shall submit to the ENGINEER, with such
promptness as to cause no delay in his own work or in that of any other Contractor, four checked
copies, unless otherwise specified, of' all shop and/or setting drawings and schedules required for
the work of the various trades, and the ENGINEER shall pass upon them with reasonable prompt-
ness, making desired corrections. The CONTRACTOR shall make any corrections required by the
ENGINEER, file with him two corrected copies and furnish such other copies as may be needed.
The ENGINEER'S approval of such drawings or schedules shall not relieve the CONTRACTOR
from responsibility for deviations from drawings or specifications, unless he has in writing called
the ENGINEER'S attention to such deviations at the time of submission, nor shall it relieve him
from responsibility for errors of any sort in shop drawings or schedules. It shall be the CONTRAC-
TOR'S responsibility to fully and completely review all shop drawings to ascertain their effect on
his ability to perform the required contract work in accordance with the plans and specifications
and .within the contract time.
Such review by the ENGINEER shall be for the sole purpose of determining the sufficiency
of said drawings or schedules to result in finished improvements in conformity with the plans and
specifications, and shall not relieve the CONTRACTOR of his duty as an independent contractor
a~ previously set forth, it being expressly understood and agreed that the ENGINEER does not
mmume any duty to pass upon the propriety or adequacy of such drawings or schedules, or
tony means or methods reflected thereby, in relation to the safety of either person or property
during CONTRACTOR'S performance hereunder.
2.13 PRELIMINARY APPROVAL. The ENGINEER shall not have the power to waive the
obligations of this contract for the furnishing by the CONTRACTOR of good material, and of
his performing good work as herein described, and in full accordance with the plans and specifica-
(,ions. No failure or omission of the ENGINEER to discover, object to or condemn any defective
work or material shall release the CONTRACTOR from the obligations to fully and .properly
perform the contract, including without limitations, the obligation to at once tear out, remove and
properly replace the same at any time prior to final acceptance upon the discovery of said defective
work or material; provided, however, that the ENGINEER shall, upon request of the CONTRAC-
TOR, inspect and accept or reject any material furnished, and in event the material has been once
accepted by the ENGINEER, such acceptance shall be binding on the OWNER, unless it can be
clearly shown that such material furnished does not meet the specifications for this work.
Any questioned work may be ordered taken up or removed for re-examination, by the
ENGINEER, prior to final acceptance, and if found not in accordance with the specifications for
said work, all expense of removing, re-examination and replacement shall be borne by the
CONTRACTOR, otherwise the expense thus incurred shall be allowed as EXTRA WORK, and
shall be paid ~or by the OWNER; provided that, where inspection or approval is specifically
required by the specifications prior to performance of certain work, should the CONTRACTOR
proceed with such work without requesting prior inspection or approval he shall bear all expense of
taking up, removing, and replacing this work if so directed by the ENGINEER.
2.14 DEFECTS AND THEIR REMEDIES. It is further agreed that if the work or any part
thereof, or any material brought on the site of the work for use in the work or selected for the
same, shall be deemed by the ENGINEER as unsuitable or not in conformity with the speci-
fications, the CONTRACTOR shall, after receipt of written notice thereof from the ENGINEER,
forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in
full accordance with this contract.
2.15 CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that the OWNER
may make such changes and alterations as the OWNER may see fit, in the line, grade, form,
dime,~sio,~s, plans or materials for the work herein contemplated, or any part thereof, either before
or after lhe beginning of the construction, without affecting the validity of this contract and the
accompanying Performance and Payment Bonds.
If such changes or alterations diminish the quantity of the work to be done, they shall not
constitute the basis for a claim for damages, or anticipated profits on the work that may be
dispensed with, except as provided for unit price items under Section 5 "Measurement and Pay-
ment.'' If the amount of work is increased, and the work can fairly be classified under the speci-
fications, such increase shall be paid for according to the quantity actually done and at the unit
price, if any, established for such work under this contract, except as provided for unit price'
items under Section 5 "Measurement and Payment;" otherwise, such additional work shall be paid
for as provided under Extra Work. In case the OWNER shall make such changes or alterations as
shall make useless any work already done or material already furnished or used in said work,
then the OWNER shall recompense the CONTRACTOR for any material or labor so used,
and for any actual loss occasioned by such change, due to actual expenses incurred in preparation
for the work as originally planned.
3. GENERAL OBLIGATIONS AND RESPONSIBILITIES
3.01 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE. The ENGINEER shall
furnish the CONTRACTOR with an adequate and reasonable number of copies of all plans and
specifications without expense to him, and the CONTRACTOR shall keep one copy of the sa,.~e
constantly accessible on the work, with the latest revisions noted thereon.
3.02 OWNERSHIP OF DRAWINGS. All drawings, specific~tk~s and copies thereof furnished
by the ENGINEER ~hall not be reused on other work, and, with the exception of the signed
contract set~, are to be returned to him on request, at the completion of the work. All models are
the property of the OWNER.
3.03 ADEQUACY OF DESIGN. It is understood that the OWNER believes it has employed
competent engineers and designers. It is, therefore, agreed that the OWNER shall be responsible for
the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and
the practicability of the operations of the completed project; provided the CONTRACTOR has
complied with the requirements of the said Contract Documents, all approved modifications
thereof, and additions and alterations thereto approved in writing by the OWNER. The burden of
proof of such compliance shall be upon the CONTRACTOR to show that he has complied with the
said requirements of the. Contract Documents, approved modifications thereof and all approved
additions and alterations thereto.
3.04 RIGHT OF ENTRY. The OWNER reserves the right to enter the property or location
on which the works herein contracted for are to be constructed or installed, by such agent or agents
as he may elect, for the purpose of inspecting the work, or for the purpose of constructing or
installing such collateral work as said OWNER may desire.
3.05 C~)LLATERAL CONTRACTS. The OWNER agrees to provide by separate contract or
otherwise, all labor and material essential to the completion of the work specifically excluded from
this contract, in such manner as not to delay the progress of the work, or damage said CONTRAC-
TOR, except where such delays are specifically mentioned elsewhere in the Contract Documents.
3.06 DISCREPANCIES AND OMISSIONS. It is further agreed that it is the intent of this
contract that all work must be done and all material must be furnished in accordance with the
generally accepted practice, and in the event of any discrepancies between the separate contract
documents, the priority of interpretation defined under "Contract Documents" shall govern. In
the event that there is still any doubt as to the meaning and intent of any portion of the contract,
specifications or drawings, the ENGINEER shall define which is intended to apply to the work.
3.07 EQUIPMENT, MATERIALS AND CONSTRUCTION PLANT. The CONTRACTOR
shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction,
and any and all parts of the work, whether the CONTRACTOR has been paid, partially paid, or not
paid for such work, until the entire work is completed and accepted.
3.08 DAMAGES. In the event the CONTRACTOR is damaged in the course of the comple-
tion of the work by the act, neglect, omission, mistake or default of the OWNER, or of the
ENGINEER. or of any other CONTRACTOR employed by the OWNER upon the work. thereby
causing io~ to the CONTRACTOR, the OWNER agrees that he will reimburse the CONTRACTOR
for such loss. In the event the OWNER is damaged in the course of the work by the act, negligence,
omis~ion, mistake or default of the CONTRACTOR, or should the CONTRACTOR unreasonably
delay the progress of the work being done by others on the job so as to cause loss for which the
OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for such loss.
',L09 PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC. The
CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and
others on or near the work and shall comply with all applicable provisions of Federal, State, and
Municipal safety laws and building and construction codes. All machinery and equipment and
other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of the Associated General Contractors of America except where incompatible with
Federal, State, or Municipal laws or regulations. The CONTRACTOR shall provide such machinery
guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions
actually taken and their adequacy shall be the sole responsibility of the CONTRACTOR, acting at
his discretion as an independent contractor.
3.10 PERFORMANCE AND PAYMENT BONDS. Unless otherwise specified, it is further
agreed by the parties to this Contract that the CONTRACTOR will execute separate performance
and payment bonds, each in the sum of one hundred (100) percent of the total contract price, in
standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment
of any guarantees required, and further guaranteeing payment to all persons supplying labor and
materials or furnishing him any equipment in the execution of the Contract, and it is agreed that
this Contract shall not be in effect until such performance and payment bonds are furnished and
approved by the OWNER.
Unless otherwise approved in writing by the OWNER, the surety company underw~riting the
bonds shall be acceptable according to the latest list of companies holding certificates of authority
from the Secretary of the Treasury of the United States.
Unless otherwise specified, the cost of the premium for the performance and payment bonds
shall be included in the CONTRACTOR'S proposal.
3.11 LOSSES FROM NATURAL CAUSES. Unless otherwise specified, all loss or damage to
the CONTRACTOR arising out of the nature of the work to be done, or from the action of the
elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual
obstructions or difficulties which may be encountered in the prosecution of the work, shall be
sustained and borne by the CONTRACTOR at his own cost and expense.
3.12 PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shall take
proper means to protect the adjacent or adjoining property or properties in any way encountered,
which might be injured or seriously affected by any process of construction to be undertaken under
this Agreement, from any damage or injury by reason of said proce~ of construction; and he shall
be liable for any and all claims for such damage on account of his failure to fully protect all
adjoining property. The CONTRACTOR agrees to indemnify, save and hold harmless the OWNER
and ENGINEER against any claim or claims for damages due to any injury to any adjacent or
adjoining property, arising or growing out of the performance of the contract; but any such
indemnity shall not apply to any claim of any kind arising out of the existence or character
of the work.
3.13 PROTECTION AGAINST CLAIMS OF SUB-CONTRACTORS, LABORERS, MATER-
IALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The CONTRAC-
TOR agrees that he will indemnify and save the OWNER and ENGINEER harmless from all claims
growing out of the lawful demands of sub-contractors, laborers, workmen, mechanics, materialmen
and furnishers of machinery and parts thereof, equipment, power tools, and ali supplies, including
commissary, incurred in the furtherance of the performance of this contract. When so desired by
the OWNER, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the
nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails
so to do, then the OWNER may at the option of the CONTRACTOR either pay directly any
unpaid bills, of which the OWNER has written notice, or withhold from the GONTRACTOR'S
unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such
lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged,
whereupon payments to the CONTRACTOR shall be resumed in full, in accordance with the l~erms
of this contract, but in no event shall the provisions of this sentence be construed to impose any
obligation upon the OWNER by either the CONTRACTOR or his Surety.
3.14 PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION. The GON-
TRACTOR shall pay all royalties and license fees, and shall provide for the use of any design,
device, material or process covered by letters patent or copyright by suitable legal agreement
with the patentee or owner. The CONTRACTOR shall defend all suits or claims for infringement of
any patent or copyright rights and shall indemnify and save the OWNER and ENGINEER harmless
from any loss on account thereof, except that the OWNER shall defend all such suits and claims
and shall be responsible for ali such loss when a particular design, device, material or process or
the product of a particular manufacturer or manufacturers is specified or required by theOWNER;
provided, however, if choice of alternate design, device, material or process is allowed to the
CONTRACTOR, then CONTRACTOR shall indemnify and save O~fitNER harmless from any loss
on account thereof. If t~e material or process specified or required by the OWNER is an infringe-
ment, the CONTRACTOR shall be responsible for such loss unless he promptly gives such
information to the OWNER.
3.15 LAWS AND ORDINANGES. The CONTRACTOR shall at all times observe and comply
with all Federal, State and local laws, ordinances and regulations, which in any manner affect the
contract or the work, and shall indemnify and save harmless the OWNER and ENGINEER against
any claim arising from the violation of any such laws, ordinances, and regulations whether by the
CONTRACTOR or his employees, except wtiere such violations are called for by the p~:ovisions
of the Contract Documents. [f the CONTRACTOR observes that the plans and specifications are
at variance therewith, he shall promptly notify the ENGINEER in writing, and any necessary
changes shall be adjusted as provided in the contract for changes in the work. If the CONTRAC-
TOR performs any work knowing it to be contrary to such laws, ordinances, rules and regulations,
and without such notice to the ENGINEER, he shall bear all costs arising therefrom. In case the
OWNER is a body politic and corporate, the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the
OWNER may enter into contract, shall be controlling, and shall be considered as part of this
contract, to the same effect as though embodied herein.
3.16 ASSIGNMENT AND SUBLETTING. The CONTRACTOR further agrees that he will
retain personal control and will give his personal attention to the fulfillment of this contract and
that he will not assign by Power of Attorney, or otherwise, or sublet said contract without the
written consent of the ENGINEER, and that no part or feature of the work will be sublet to
anyone objectionable to the ENGINEER or the OWNER. The CONTRACTOR further agrees
that the subletting of any portion or feature of the work, or materials required in the performance
of this contract, shall not relieve the GONTRACTOR from his full obligations to the OWNER, as
provided by this Agreement.
3.17 INDEMNIFICATION. The CONTRACTOR shall defend, indemnify and hold harmless
the OWNER and the ENGINEER and their resoective officers, agents and employees, from and
against all damages, claims, losses, demands, suits, judgments and costs, including reasonable
attorneys' fees and expenses, arising out of or resulting from the performance of the work,
provided that any such damages, claim, loss, demand, suit, judgment, cost or expense:
(1) Is attributable to bodily injury, sickness, disease or death or to injury
to or destruction of tangible property (other than the work itself)
including the loss of use resulting therefrom; and,
(2) Is caused in whole or in part by any negligent act or omission of the
Contractor, any Subcontractor, anyone directly or indirectly employed
by any one of them or anyone for whose acts any of them may be
liable, regardless of whether or not it is caused in part by a party
indemnified hereunder.
The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability
of the ENGINEER, his agents or employees arising out of the preparation or approval of maps,
drawings, reports, surveys, Change Orders, designs or specifications, or the giving of or the
failure to give directions or instructions by the ENGINEER, his agents or employees, provided
such giving or failure to give is the primary cause of the injury or damage.
3.18 INSURANCE. The CONTRACTOR at his own expense shall purchase, maintain and
keep in force such insurance as will protect him from claims set forth below which may arise out
of or result t'rom the CONTRACTOR'S operations under the Contract, whether such operations
be by himself or b~, any Subcontractor or by anyone directly or indirectly employed by any of
them, or by anyone for whose acts any of them may be liable:
(1) Workmen's ~ompensation claims, disability benefits and other similar
employee benefit acts;
(2) Claims for damages because of bodily injury, occupational sickness or
disease, or death of his employees, and claims insured by usual bodily
injury liability coverages;
(3) Claims for damages because of bodily injury, sickness or disease, or death
of any person other than his employees, and claims insured by usual
bodily injury liability coverages; and
(4) Claims for damages because of injury to or destruction of tangible
property, including loss of use resulting therefrom.
3.18.1 CERTIFICATE OF INSURANCE. Before commencing any of the work, CONTRAC-
TOR shall file with the OWNER valid Certificates of Insurance acceptable to the OWNER and the
ENGINEER. Such Certificates shall contain a provision that coverages afforded under the policies
will not be cancelled until at least fifteen days' prior written notice has been given to the OWNER.
The CONTRACTOR shall also file with the OWNER valid Certificates of Insurance covering
all sub-contractors.
¢. PROSECUTION AND PROGRESS
4.01 TIME AND ORDER OF COMPLETION. It is the meaning and intent o1~ this contract,
unless otherwis~ herein specifically provided, that th~ CONTRACTOR shall be allowed to prosecute
his work at such times and seasons, in such order of precedence, and in such manner as shall be
most conducive to economy of construction: provided, however, that the order and the time of
prosecution shall be such that the work shall be substantially completed as a whole and in part, in
accordance with this contract, the plans and specifications, and within the time of completion
designated in the Proposal; provided, also, that when the OWNER is having other work done, either
by contract or by his own force, the ENGINEER may direct the time and manner of constructing
the work done under this contract, so that conflict will be avoided and the construction of the
various works being done for the OWNER shall be harmonized.
The CONTRACTOR shall submit, at such times as may reasonably be requested by the
ENGINEER, schedules which shall show the order in which the CONTRACTOR proposes to
carry on the work, with dates at which the CONTRACTOR will start the several parts of the work,
and estimated dates of completion of the several parts.
G-8 ~ ,, ,.... ,..,,. ~.,
4.02 EXTENSION OF TIME. Should the CONTRACTOR be delayed in the completion
of the work by any act or neglect of the OWNER or ENGINEER, or of any employee of either,
or by other contractors employed by the OWNER, or by changes ordered in the work, or by
strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes
beyond the CONTRACTOR'S control, or by any cause which the ENGINEER shall decide justifies
the delay, then an extension of time shall be allowed for completing the work, sufficient to
compensate for the delay, the amount of the extension to be determined by the ENGINEER,
provided, however, that the CONTRACTOR shall give the ENGINEER prompt notice in writing
of the cause of such delay.
4.03 HINDRANCES AND DELAYS. No claims shall be made by the CONTRACTOR for
damages resulting from hindrances or delays from any cause (except where the work is stopped by
order of the OWNER) during the progress of any portion of the work embraced in this contract.
In case said work shall be stopped by the act of the OWNER, then such expense as in the judgment
of the ENGINEER ia caused by such stoppage of said work shall be paid by the OWNER to the
CONTRACTOR.
5. MEASUREMENT AND PAYMENT
5.01 QUANTITIES AND MEASUREMENTS. No extra or customary measurements of
any kind will be allowed, but the actual measured and/or computed length, area, solid contents,
number and weight only shall be considered, unless otherwise specifically provided.
5.02 ESTIMATED QUANTITIES. This agreement, including the specifications, plans and
estimate, is intended to show clearly all work to be done and material to be furnished hereunder.
Where the estimated quantities are shown for the various classes of work to be done and material
to be furnished under this contract, they are approximate and are to be used only as a basis for
estimating the probable coat of the work and for comparing the proposals offered for the work.
It is understood and agreed that the actual amount of work to be done and material to be furnished
under this contract may differ somewhat from these estimates, and that where the basis for
payment under this contract is the unit price method, payment shall be for the actual amount of
such work done and the material furnished.
Where payment is based on the unit price method, the CONTRACTOR agrees that he will
make no claim for damages, anticipated profits or otherwise on account of any differences which
may be found between the quantities of work actually done, the material actually furnished
under this contract and the estimated quantities contemplated and contained in the proposal;
provided, however, that in case the actual quantity of any major item should become as much
as 20% more than, or 20% less than the estimated or contemplated quantity for such items, then
either par. ty to this Agreement, upon demand, shall be entitled to a revised consideration upon the
portion of the work above or below 20% of the estimated quantity.
A "Major Item" shall be construed to be any individual bid item incurred in the proposal that
has a total cost equal to or greater than five (5) per cent of the total contract cost, computed on the
basis of the proposal quantities and the contract unit prices.
Any revised consideration is to be determined by agreement between the parties, otherwise
by the terms of this Agreement, as provided under "Extra Work."
5.03 PRICE OF WORK. In consideration of the furnishing of all the necessary labor,
equipment and material, and the completion of all work by the CONTRACTOR, and on the
completion of all work and of the delivery of all material embraced in this Contract in full
conformity with the specifications and stipulations herein contained, the OWNER agrees to pay
the CONTRACTOR the prices set forth in the Proposal hereto attached, which has been made a
part of this contract. The CONTRACTOR hereby agrees to receive such prices in full for furnishing
all material and all labor required for the aforesaid work, also for all expense incurred by him, and
for well and truly performing the same and the whole thereof in the manner and according to
this Agreement.
G-9 o ,, ,.,,. ,~.,,.~, ,~,',. ,,,,
5.04 PARTIAL PAYMENTS. On Or before the 10th day of each month, the CONTRACTOR
shall prepare and submit to the ENGINEER for approval or modification a statement showing as
completely as practicable the total value of tile work done by the CONTRACTOR up to and
including the last day of the preceding month; said statement shall also include the value of all
sound materials delivered on the site of the work that are to be fabricated into the work.
The OWNER shall then pay the CONTRACTOR on or before the 15th day of the current
month the total amount of the approved statement, less 10 per cent of the amount thereof,
which 10 per cent shall be retail~ed until final payment, and further less all previous payments
aud ali further sums that may be retained by the OWNER under tile terms of this Agreement.
It is understood, however, that in case the whole work be near to completion and some unexpected
and unusual delay occurs due to no fault or neglect on tile part of the CONTRACTOR, the
OWNER may-upon written recommendation of the ENGINEER-pay a reasonable and equitable
portion of the retained percentage to the CONTRACTOR; or the CONTRACTOR at tile OWNER'S
option, may be relieved of the obligation to fu!!y complete the work and, thereupon, the CON-
TRACTOR shall receive payment of the balance due him under the contract subject only to the
conditions stated under "Fiuai Payment."
5.05 USE OF COMPLETED PORTIONS. The OWNER shall have the right to take possession
of and use any completed or partially completed portions of the work, notwithstanding the time
for completing the entire work or such portions may not have expired but such taking possession
and use shall not be deemed an acceptance of any work' not completed in accordance with the
Contract Documents. If such prior use increases the cost of or delays the work, the CONTRACTOR
shall be entitled :o such extra compensation, or extension of time, or both, as the ENGINEER may
determine.
The CONTRACTOR shall notify tile ENGINEER when, in the CONTRACTOR'S opinion,
the contract is "substantially completed" and when ~.o notifying the ENGINEER, the CONTRAC-
TOR shall furnish to the ENGINEER in writing a detailed list of unfinished work. The ENGINEER
will review the CONTRACTOR'S list of unfinished work and will add thereto such items as the
CONTRACTOR has failed to include. The "substantial completion" of tile structure or facility shall
not excuse the CONTRACTOR from performing all of the work undertaken, whether of a minor or
major nature, and thereby completing the structure or facility in accordance with the Contract
Documents.
5.06 FINAL COMPLETION AND ACCEPTANCE. Within ten (10) days after the CON-
TRACTOR has given the ENGINEER written notice that the work has been completed,-or
substantially completed, the ENGINEER and the OWNER shall inspect the work and within
said time, if the work be found to be completed or substantially completed in accordance with
the Contract Documents, the ENGINEER shall issue to the OWNER and the CONTRACTOR his
Certificate of Completion, and thereupon it shall be the duty of the OWNER within ten'(10} days
to issue a Certificate of Acceptance of the work to the CONTRACTOR or to advise'the CONTRAC-
TOR in writing of the reason for non-acceptance.
5.07 FINAL PAYMENT. Upon the issuance of the Certificate of Completion, the ENGI-
NEER shall proceed to make final measurements and prepare final statement of the value of all
work performed and materials furnished under tile terms of the Agreement and shall certify same
to the OWNER, who shall pay to the CONTRACTOR on or after the 30th day, and before the
35th day, after the date of the Certificate of Completion, the balance due the CONTRACTOR
under the terms of this Agreement, provided he has fully performed his contractual obligations
under the terms of this contract: and said payment shall become due in any event upon said
performance by the CONTRACTOR. Neither the Certificate of Acceptance nor the final payment,
nor any provision in the Contract Documents, shall relieve the CONTRACTOR of the obligation for
fulfillment of any warranty which may be required.
5.08 PAYMENTS WITHHELD. The OWNER may, on account of subsequently discovered
evidence, withhold or nullify the whole or part t~f any certificate to such extent as may be
necessary to protect himself from loss on account of:
(a} Defective work not remedied.
{b} Claims filed or reasonable evidence indicating probable filing of claims.
(c} Failure of the CONTRACTOR to make payments properly to sub-
contractors or for material or labor.
{d} Damage to another contractor.
(e} Reasonable doubt that the work can be completed for the unpaid
balance of the contract amount.
Reasonable indication that the work will not be completed within
the contract time.
When the above grounds are removed or the CONTRACTOR provides a Surety Bond
satisfactory to the OWNER, which will protect the OWNER in the amount withheld, payment
shall be made for amounts withheld because of them.
5.09 DELAYED PAYMENTS. Should the OWNER fail to make payment to the CONTRAC-
TOR of the sum named in any partial or final statement, when payment is due, then the OWNER
shall pay to the CONTRACTOR, in addition to the sum shown as due by such statement, interest
thereon at the rate of six {6) per cent per annum, unless otherwise specified, from date due as
provided under "Partial Payments" and "Final Payments," until full./ paid, which shall fully
liquidate any injury to the CONTRACTOR growing out of such delay in payment, but the right
is expressly reserved to the CONTRACTOR in the event payments be not promptly made,
as provided under "Partial Payments," to at any time thereafter treat the contract as abandoned
by the OWNER and recover compensation, as provided under "Abandonment of Contract," unless
such payments are withheld in accordance with the provisions of "Payments Withheld."
6. EXTRA WORK AND CLAIMS
6.01 CHANGE ORDERS: Without invalidating this Agreement, the OWNER may, at any
time or from time to time, order additions, deletions or revisions to the work; such changes will
be authorized by Change Order to be prepared by the ENGINEER for execution by the OWNER
and the CONTRACTOR. The Change Order shall set forth the basis for any change ir, contract
price, as hereinafter set forth for Extra Work, and any change in contract time which may result
from the chan~e.
In the event the CONTRACTOR shall refuse to execute a Change Order which has been
prepared by the ENGINEER and executed by the OWNER, the ENGINEER may in writing
instruct the CONTRACTOR to proceed with the work as set forth in the Change Order and the
CONTRACTOR may make claim against the OWNER for Extra Work involved therein, as herein-
after provided.
6.02 MINOR CHANGES: The ENGINEER may authorize minor changes in the work not
inconsistent with the overall intent of the Contract Documents and not involving an increase in
Contract Price. If the CONTRACTOR believes that any minor change or alteration authorized
by the ENGINEER involves Extra Work and entitles him to an increase in the Contract Price,
the CONTRACTOR shall make written request to the ENGINEER for a written Field Order.
In such case, the CONTRACTOR by copy of his communication to the ENGINEER or
otherwise in writing shall advise the OWNER of his request to the ENGINEER for a written
Field Order and that the work involved may result in an increase in the Contract Price.
Any request by the CONTRACTOR for a change in Contract Price shall be made prior to
beginning the work covered by the proposed change.
6.03 EXTRA WORK: It is agreed that the basis or' compensation to the CONTRACTOR for
work either added or deleted by a Change Order or for which a claim forExtra Work is made shall
be determined by one or more of the following methods:
Method (A)-By agreed uni~. [)rices; or
Method (B)-By agreed lump sum; or
Method (C)--If neither Method (A) nor Method (B) be agreed upon before
the Extra Work is con~meaced, then the CONTI~ACTOR ~all
be paid the "actual field cost" of the work, plus fifteen (15)
percent.
In the event said Extra Work be performed and paid for under Method (C), then the pro-
visions of this paragraph shall apply and the "actual field cost" is hereby defined to include the
cost to the CONTRACTOR of all workmen, such as foreman, timekeepers, mechanics and
laborers, and materials, supplies, teams, trucks, rentals on machinery and equipment, for the time
actually employed or used on such Extra Work, plus actual transportation charges necessarily
incurred, together with all power, fuel, lubricants, water and similar operating expenses, also all
necessary incidental expenses incurred directly on account of such Extra Work, including Social
Security, Old Age Benefits and other payroll taxes, ai~d, a rateable proportion of premiums on
Performance and Payment Bonds and Maintenance Bonds, Public Liability and Property Damage
and Workmen's Compensation, and all other insurance as may be required by any law or ordinance,
or directed by the OWNER, or by them agreed to. The ENGINEER may direct the form in which
accounts of the "actual field cost" shall be kept and the records of these accounts shall be made
available to the ENGINEER. The ENGINEER or OWNER may also specify in writing, before the
work commences, .the method of doing the work and the type and kind of machinery and equip-
ment to be used; otherwise these matters shall be determined by the CONTRACTOR. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by
using 100 per cent, unless otherwise specified, of the latest schedule of Equipment Ownership
Expense adopted by th~ Associated General Contractors of America. Where practicable the
terms and prices for the use of machinery and equipment shall be incorporated in the Written
Extra Work Order. The fifteen (15%) per cent of the "actual field cost" to be paid the CONTRAC-
TOR shall cover and compensate him for his profit, overhead, general superintendence and field
office expense, and all other elements of cost and expense not embraced within the "actual field
cost" as herein defined, ~ave that where the CONTRACTOR'S Camp or Field Office must be
maintained primarily on account of such Extra Work; then the cost to maintain and operate the
same shall be included in the "actual field cost."
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
ENGINEER. In case any orders or instructions, either oral or written, appear to the CONTRAC-
TOR to involve Extra Work for which he should receive compensation or an adjustment in the
construction time, he shall make written request to the ENGINEER for written order authorizing
such Extra Work. Should a difference of opinion arise as to what does or does not constitute
Extra Work, or as to the payment therefor, and the ENGINEER insists upon its performance,
the CONTRACTOR shall proceed with the work after making written request for written order
and shall keep an accurate account of the "actual field cost" thereof, as provided under Method
(C). The CONTRACTOR will thereby preserve the right to submit the matter of payment to
arbitratiSn, as hereinbelow provided.
6.04 TIME OF FILING CLAIMS. It is further agreed by both parties hereto that all
questions of dispute or adjustment presented by the CONTRACTOR shall be in writing and
filed with the ENGINEER within thirty (30) days after the ENGINEER has given any directions,
order or instruction to which the CONTRACTOR desires to take exception. The ENGINEER
shall reply within thirty (30) days to such written oxceptions~y the CONTRACTOR and render
his final decision in writing. In case the CONTRACTOR ~hould appeal from the ENGINEER'S
decision, any demand for arbitration shall be filed with the ENGINEER and the OWNER in
writing within ten (10) days after the date of delivery to CONTRACTOR of the ENGINEER'S
final decision. It is further agreed that final acceptance of the work by the OWNER and the
acceptance by the CONTRACTOR of the final payment shall be a bar to any claims by either
party, except where noted otherwise in the Contract Documents.
6.05 ARBITRATION. All questions of dispute under this Agreement shall be submitted
to arbitration at the request of either party to the dispute. The parties may agree upon one
arbiter, otherwise, there shall be three, one named in writing by each party, and the third chosen
by the two arbiters so selected; or if the arbiters fail to select a third within ten (10) days,
he shall be chosen by a District Judge serving the County in which the major portion of the
project is located, unless otherwise specified. Should the party demanding arbitration fail to
name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the
decision of the ENGINEER shall be final and binding on him. Should the other party fail to
choose an arbiter within ten (10) days, the ENGINEER shall appoint such arbiter. Should either
party refuse or neglect to supply the arbiters with any papers or information demanded in
writing, the arbiters are empowered by both parties to take ex parte proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both
parties to the contract. The decision of the arbiters upon any question submitted to arbitration
under this contract shall be a condition precedent to any right of legal action. The decision of
the arbiter or arbiters may be filed in court to carry it into effect.
The arbiters, if they deem the case demands it, are authorized to award the party whose
contention is sustained, such sums as they deem proper for the time, expense and trouble incident
to the appeal, and if the appeal was taken without reasonable cause, they may award damages for
any delay occasioned thereby. The arbiters shall fix thek own compensation, unless otherwise
provided by ~greement, and shall assess the cost and charges of the arbitration upon either or both
parties. The award of the arbiters must be made in writing.
7. ABANDONMENT OF CONTRACT
7.01 ABANDONMENT BY CONTRACTOR. In case the CONTRACTOR should abandon
and fail or refuse to resume work 'within ten (10) days after written notification from the OWNER,
or the ENGINEER, or if the CONTRACTOR fails to comply with the orders of the ENGINEER,
when such orders are consistent ,with the Contract Documents, then, and in that case, where
performance and payment bonds exist, the Sureties on these bonds shall be notified in writing and
directed to complete the work, and a copy of said notiCe shall be delivered to the CONTRACTOR.
After receiving said notice of abandonment the CONTRACTOR shall not remove from the
work any machinery, equipment, tools, materials or supplies then on the job, but the same,
together with any materials and equipment under contract for the work, may be held for use on the
work by the OWNER or the Surety on the performance bond, or another contractor in completion
of the work; and the CONTRACTOR shall not receive any rental or credit therefor (except when
used in connection with Extra Work, where credit shall be allowed as provided for under Section 6,
Extra Work and Claims), it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
Where there is no performance bond provided or in ease the Surety should fail to commence
compliance with the notice for completion 'hereinbefore provided for, within ten (10) days after
service of such notice, then the OWNER may provide for completion of the work in either of the
following elective manners:
7.01.1 The OWNER may thereupon employ such force of men and use such machinery,
equipment, tools, materials and supplies as said OWNER may deem necessary to complete the
work and charge the expense of such labor, machinery, equipment, tools, materials and supplies
to said CONTRACTOR, and expense so charged shall be deducted and paid by the OWNER out
of such moneys as may be due, or that may thereafter at any time become due to the CONTRAC-
TOR under and by virtue of this Agreement. In case such expense is less than the sum which would
have been payable under this contract, if the same had been completed by the CONTRACTOR,
then said CONTRACTOR shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said
CONTRACTOR, then the CONTRACTOR and/or his Surety shall pay the amount of such
excess to the OWNER; or
7.01.2 The OWNER under sealed bids, after five (5) days notice published one or more
times in a newspaper having general circulation in the county of the location of the work, may
let the contract for the completion of the work under substantially the same terms and conditions
which are provided in this contract. In case any increase in cost to the OWNER under the new
contract ~ compared to what would have been the cost under this contract, such increase shall be
charged to the CONTRACTOR and the Surety shall be and remain bound therefor. However,
should the cost to complete any such new contract prove to be less than what would have been
the cost to complete under this contract, the CONTRACTOR and/or his Surety shall be credited
therewith.
0 ,, ~..- ,.,-.. ,.~, ~,',
When the work shall have been substantially completed the CONTRACTOR and his Surety
shall be so notified and Certificates of Completion and Acceptance, az provided in Paragraph 5.06
hereinabove, shall be i~ued. A complete itemized statement of the contract accounts, certified to
by the ENGINEER a~ being correct, shall then be prepared and delivered to the CONTRACTOR
and his Surety, whereupon the CONTRACTOR and/or his Surety, or the OWNER az the caze may
be, shall pay the balance due az reflected by said statement, within fifteen (15) days after the date
of such Certificate of Completion.
In the event the statement of accounts shows that the cost to complete the work is
than that which would have been the cost to the OWNER had the work been completed by the
CONTRACTOR under the terms of this contract; or when the CONTRACTOR and/or his Surety
shall pay the balance shown to be due by them to the OWNER, then all machinery, equipment,
tool~, materials or supplies left on the site of the work shall be turned over to the CONTRACTOR
and/or his Surety. Should the cost to complete the work exceed the contract price, and the
CONTRACTOR and/or his Surety fail to pay the amount due the OWNER within the time
designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies
on the site of the work, notice thereof, together with an itemized list of such equipment and
materials, shall be mailed to the CONTRACTOR and his Surety at the respective addreszes
designated in this contract, provided, however, that actual written notice given in any manner will
satisfy this condition. After mailing, or other giving of such notice, such property shall be held at
the risk of the CONTRACTOR and his Surety subject only to the duty of the OWNER to exercise
ordinary care to protect such property. After fifteen (15) days from the date of said notice the
OWNER may sell such machinery, equipment, tools, materials or supplies and apply the net sum
derived from such sale to the credit of the CONTRACTOR and his Surety. Such sale may be made
at either public or private ~ale, with or without notice, az the OWNER may elect. The OWNER
shall release any machinery, equipment, tools,' materials, or supplies, which remain on the work,
and belong to persons other than the CONTRACTOR or his Surety, to their proper 'owners.
The books on all operations provided herein shall be. open to the CONTRACTOR and h~ Surety.
7.02 ABANDONMENT BY OWNER. In case the OWNER shall fail to comply with the
terms of this contract, and should fail or refuse to comply with said terms within ten (10) days
after written notification by the CONTRACTOR, then the CONTRACTOR may suspend or
wholly abandon the work, and may remove 'therefrom all machinery, tools and equipment, and
all materials on the site of work that have not been included in payments to the CONTRACTOR
and have not been wrought into the work. And thereupon the ENGINEER shall make an estimate
of the total amount earned by the CONTRACTOR, which estimate shall include the value of all
work actually completed by said CONTRACTOR (at the prices stated in '~he attached proposal
where unit prices are used), the value of all partially completed work at a fair and equitable
price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by
the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the
CONTRACTOR to carry the whole work to completion and which cannot be utilized. The
ENGINEER shall then make a final statement of the balance due the CONTRACTOR by deducting
from the above ~stimate all previous payments by the OWNER and all other sums that may be
retained by the OWNER under the terms of this Aereement and shall certify same to the OWNER
who zhall pay to the CONTRACTOR on or before thirty (30) days after the date of the notification
by the CONTRACTOR the balance shown by said final statement as due the CONTRACTOR,
under the terms of this Agreement.
SPECIAL CONDITIONS
1. Owner: The "Owner" as referred to in these SpecificatiOns
- is t]~ppell Municipal Utility District No. 1, Coppell, Texas.
2. Engineer: The "Engineer" as referred to in these
_ SpecificatiOns is Pierce-Lunsford Associates, Inc.; 3109 Carlisle
St., #206; Dallas, TX 75204, for the M.U.D. All 'questions
concerning the plans and specifications should be directed to
Pierce-Lunsford Associates, Inc. at 214-871-2126.
3. Location of Work: The work included in this proposal is
located in Coppell, Texas and is delineated on the construction
plans. Each person submitting a bid on the proposal work is
responsible for informing himself fully of the terms of agreement
and conditions relating to the construction a~ site,
_ installation details, methods and arrangement of installation.
4. Project. Descri._pti_on: The Contract consists of rehabilitation
and expansion~ of existing facilities at the DeForest Rd. and
- Sandy Lake Rd. sewage lift stations in Coppell, Texas.
5. Insurance: The Contractor shall not commence work under this
- Contract until he has obtained all the insurance required
hereunder and such insurance has been filed with and approved by
the Owner. Approval of the insurance by the Owner shall not
- relieve or decrease the liability of the Contractor.
Unless otherwise provided for in the General Conditions, the
_ Contractor shall provide and maintain, until the work covered in
this Contract is completed and accepted by the Owner, the minimum
insurance coverages as follows:
- a. Workmen's Compensation (inq%qd%~g o_c_.c_upational Disease)
Insurance in acc6rda~Ce w~h ~he laWS of the State of Texas.
~'~'-'~'~urance will include coverage for Employer's Liability
_~ with a limit of not less than $300,000 for any one occurrence.
b. Compr ehens ive General Liabil i ty Insurance: Such
insurance shali ~6vide bodily ~inju~ .... limits of not less than
$250,000 per person and $500,000 per occurrence and property
damage limits of not less than $500,000 per occurrence. This
insurance will include the following features and certificates
will so indicate.
1. Contractual Liability
2. Products Liability and Completed Operations
__ 3. Explosion, Collapse and Underground Damage
c. Comprehensive Automobile Liability Insurance
_ covering all oW6ed, 6onown~d and hfr~d"'~hicies~-w~h b6d~y
injury limits of not less than $250,000 per person and $500,000
per accident and property damage limit of not less than
$500,000.00.
Before commencing the work, the Contractor shall furnish the
owner a certificate of Insurance showing the company or companies
- carrying the aforesaid coverages with the effective date and
expiration date of said policies. Certificates shall provide
that Owner shall be given not less than fifteen (15) days written
notice of any cancellation or changes that affect the coverage.
If the expiration date of such insurance occurs during the term
of the Contract, renewal Certificate shall be furnished not less
_. than fifteen (15) days before such expiration date.
6. Safety Precautions: The Contractor shall comply with all
applicable ~aw~ i~61uding the Occupational Safety and Health Act
of 1970, ordinances, rules, regulations and orders of any public
authority having jurisdiction for the safety of persons or
property to protect them from damage, injury, or loss. He shall
erect and maintain, as required by existing conditions and
progress of the work, all reasonable safeguards for safety and
protection, including posting danger signs and other warnings
against hazards, promulgating safety regulations and notifying
owners and users of adjacent utilities.
7. Time of Com_pleti..0. n: Bidder must agree to commence work on or
- befo~ t~e tenth (10) day following a written "Notice to Proceed"
and to fully complete the work included in Units II, IV, V, VII,
IX, and ~ of the Bid Proposal within 60 consecutive calendar
days. Bidder agrees to complete Units I and III, including
installation of the raw sewage pumps, mechanical piping, motors,
shafting and all other improvements within 30 consecutive
calendar days after delivery of the pumps and motors. Time of
completion of delivery may have bearing on selection of
equi pment.
- Suppliers for furnishing the equipment shall send the Engineer
his schedule of proposed equipment delivery, along with shop
drawings, within 14 calendar days of the Notice to Proceed.
8. Mate.r. ials and Wor_k_m_anshi_p: No material which has been used
by the Contractor for any temporary purpose whatever is to be
.... incorporated in the permanent structure without written consent
of the Engineer. All materials to be used shall be new.
-- Where materials or equipment are specified by a trade or brand
name, it is not the intention of the Owner to discriminate
against an equal product of another manufacturer, but rather to
_ set a definite standard of quality or performance, and to
establish an equal basis for the evaluation of bids. Where the
words "or approved equal" are used, they shall be understood to
mean that the item referred to shall be proper, the equivalent
- of, or equal to some other item, in the opinion or judgement of
the Engineer. Unless otherwise specified, all materials shall be
the best of their respective kinds and shall be in all cases
- fully equal to approved samples. Notwithstanding that the
specifications in connection with a material, manufactured
article or process, the materials, article or process
_ specifically designated shall be used, unless a substitute shall
be approved in writing by the Engineer, and the Engineer shall
have the right to require the use of such specifically designated
material, article or process.
9. ~iquidated Damages for De%aYe'- It is understood and agreed
between the parties hereto that ~ime is of the essence of this
- contract, and that for each calendar day of delay beyond the
completion date of this contract (after due allowance for
extension of time as is provided herein) the Contractor shall pay
_ the Owner as liquidated damages for each calendar day of such
delay the sum of $150.00, it being understood between the parties
hereto that such sum shall be treated as liquidated damages.
- 10. Performance and Payment Bonds: Each Contractor shall execute
a performance bond and a payment bond each in the amount of 100%
of the contract price on the forms attached hereto and made a
- part of these Contract Documents.
11. Installation Assistance: The equipment supplier shall
_ furn~s~ ~h® services 6£- a trained person to assist the
installation contractor so that the pumps will be properly
installed. The information regarding assistance shall be
furnished to prospective construction bidders for them to
determine additional costs, if any, for one supplier over
another.
- 12. Purpose of Proposal To Eg~n~s_~ ~gm_p~ag Eqgipm~nt: The
purpose of ~66-~6~6saIS f0~ furnishing pumping equipment is for
the Owner to select the equipment that appears to be most
_ advantageous to the Owner and for the Construction Contractor to
plan his work accordingly.
13. Permits: The Contractor will be required to secure any
permits required for the execution of the Contract.
- 14. Addenda: Bidders desiring further information, or
interpretation of the plans or specifications, must make request
for such information in writing to the Engineer, prior to 48
_ hours before the bid opening. Answers to all such requests will
be given in writing to all bidders, in Addendum form, and all
Addenda will be bound with and made a part of the Contract
Documents. No other explanation or interpretation will be
- considered official or binding. Should a bidder find
discrepancies in or omissions from the plans, specifications, or
other contract documents, or should he be in doubt as to their
- meaning, he should at once notify the Engineer in order that a
Written Addendum may be sent to all bidders. Any Addenda issued
prior to 24 hours of the opening of bids will be mailed or
_ delivered to each Contractor contemplating the submission of a
proposal on this work. The proposal as submitted by the
Contractor is to include any Addenda if such are issued by the
Engineer prior to 24 hours of the opening of bids.
15. Delivery of Proposa. ls: It is the responsibility of the
bidder to deliver his proposal at the proper time and to the
- proper place. The proposal shall be delivered in a manila
envelope with the appropriate job name on the outside, and if
bidding more than one part, shall provide separate envelopes.
_ The mere fact that a proposal was dispatched by mail, express, or
otherwise, will not be considered. The bidder must have his
proposal in the hands of the proper official before closing time.
Bids received after the advertised closing time will not be
considered and will be returned unopened.
16. Telegraphic Modification: Bidders may modify their bids
- by telegraphiC communiCa~0~ at any time prior to the scheduled
closing time for receipt of bids, provided such telegraphic
communication is received by the Owner prior to the scheduled
- closing time, and provided further that the Owner is satisfied
that a written confirmation of such telegraphic modification over
the signatures of the bidder was mailed prior to said closing
time. If such written confirmation is not received within three
days of said closing time, no consideration shall be given to
said telegraphic modification.
- 17. Barricades, Warning Sign_s~ & Flares: Where the work on
this project creates a safety hazard to the general public, the
Contractor shall furnish and erect sufficient barricades and
- warning signs to warn the public of the danger.
18. Execution of Contracts and Bonds: The official form of
_ contract Wiii-be executed''i~"'~four copies. The Contractor shall
furnish a payment bond and a performance bond each in the amount
of 100 percent of the contract price, a valid power-of-attorney
-- proving that the agent has the authority to execute the bonds for
the surety, and a certificate of insurance of each of the four
official copies of the contract. The Contractor must execute the
- contracts and furnish the bonds and other required documents
within 15 days of the dates of the contract award. Two executed
copies of the contract will be returned to the Contractor after
the contracts and bonds have been approved by the Coppell M.U.D.
No. 1 Attorney and the contract executed by the Owner. In
addition to the two executed copies of the official contract, the
Contractor will be furnished without charge five "field copies"
- of the specifications and contract documents.
- 19. Right of Entry: The right of entry to the site of any
project covered by these contracts is reserved by the Owner,
Coppell M.U.D. No. 1, for representatives of the Owner, Engineer,
_ Texas State Department of Health, and Texas Water Commission, for
the purposes of inspecting construction both completed and in
progress and materials on hand and installed. The Contractor
will be required to cooperate with representatives of the State
- agencies connected with the project in any manner in which they
may direct.
20. Specifications: Excerpts from construction documents are
furnished f6r eq6~ent and installation of pumping equipment.
Section 11 of the construction specifications are attached
_ hereto.
Titles to items and paragraphs in these Contract Documents are
introduced merely for convenience and not to be taken as a part
- of the specifications and are, futhermore, not to be taken as a
correct or complete segregation of the several units of material
and labor. No responsibility, either direct or implied, is
-- assumed by the Engineer for omissions or duplications by the
Contractor or his sub-contractors, due to real or alleged error
in arrangement or matter in these Contract Documents.
Any variations from equipment specifications shall be definitely
called out for Owner to consider in determining successful
bidder.
21. .C_onformi ty with Plans: All work shall conform to the
lines, grades, cross-sections, and dimensions shown on the plans.
Any deviation from the plans which may be required by the
exigencies of construction will be determined by the Engineer and
authorized by him in writing.
22. Schedules: The Contractor will be requested to furnish a
-- sched61e ~0r the order of completion of the work with dates for
the starting and completion of all phases of the contract.
- 23. ~: Payment will be made for work completed on a
monthly basis. Ten (10) percent will be retained until fifty
(50) percent of the work under the Contract is satisfactorily
completed, at which time the retainage will be reduced to 5
(five) percent of the contract amount until all work under the
Contract is completed and accepted by the Engineer and the Owner.
Owner reserves the right to continue to withhold 10% retainage
- because of non-performance by contractor or non-payment to
suppliers and subcontractors. All payments shall be approved by
the Coppell Municipal Utility District.
Monthly pay estimates form will be provided by the Engineer and
typed each month by the contractor. Cut off date for work
_ performed is the 20th of the month. The job foreman and M.U.D.
inspector will agree on monthly quantities, sign the estimate and
have it in Pierce-Lunsford's office by the 24th of the month.
Otherwise, it will be processed with the following month's pay
-- requests.
24. Partial Payment Requests: The Contractor shall submit a
notorized affida~t~ With 6~c~-partial payment request, stating
that payment has been made in full to all contractors,
subcontractors, and materialmen who furnished services and/or
_ material in connection with the portion of the contract work for
which payment is sought.
25. Shop Drawings: The contractor shall submit for approval
- shop dra~ings and/or product data for all materials to be used
which are not directly specified in the plan sheets.
- 26. Maintenance Bond: The Contractor shall furnish a
Maintenance Bond as required by the Coppell Municipal Utility
District in the amount of 10 percent of the contract price for
_ all sewage lift station improvements.
27. Record Drawings: Upon completion of the project, the
Contractor shall submit one (1) set of record drawings
(as-builts) to the District's Engineer. The drawings shall show
all the changes which were made to the plans by the Contractor
during the course of the construction.
- SECTION 1
AVAILABILITY OF FACILITIES
1-01 ELECTRICITY
Temporary electrical current that is required for
lighting, testing and use of motors and other related
- equipment, shall be provided at the Contractor's expense.
1-02 HEATING
Natural gas heating is not available at the site. If the
Contractor desires heating facilities, arrangements shall
be made at his own expense.
1-03 WATER
-- Water is not available at the site of the work except from
one hose bib located outside the entrance to each lift
station. Where necessary to transport water for drinking
- or to meet the work requirements, it shall be the
Contractor's responsibility to make sure arrangements at
his own expense with Public or Private utility companies
_ to provide the required water for the work project.
Arrangements shall be made at the appropriate time of day
or night for the withdrawal of water.
- 1-04 TELEPHONE
Telephone required for field offices shall be provided at
the Contractor's expense and serviced until the project is
completed.
1-05 FACILITY CONNECTIONS
All connections of facilities, meters, deposits, permits,
fees, maintenance, and other items in connection thereto
- and related to the work project, shall be provided at the
Contractor's expense.
AF-1
_ SECTION 7
DUCTILE IRON PIPE
-- 1. SCOPE OF WORK:
Work under this Section shall consist of constructing pipe
- bedding and bell holes, and furnishing and installing all
ductile iron pipe, together with all fittings, jointing
materials, service connections, cleanouts and appurtenances
_ necessary to complete the work.
2. Ail excavation, trenching and backfilling shall conform to
applicable portions of Section 3 of the specifications.
3. PI PE:
-- Ductile iron pipe shall be new and of a quality to insure a
tough, resilient even grain, soft enough for satisfactory
drilling and cutting. The pipe shall be centrifugally cast
_ and conform to ANSI A 21.51 or AWWA C 151 Specifications.
The pressure rating, metal thickness class, weight aad
manufacturer shall be clearly marked on each length of pipe.
- 4. CLASS~ TYPE & CONNECTIONS:
A. All ductile iron pipe thickness class shall be not less
- than Class 51 unless otherwise specified on the plans.
B. All ductile iron pipe and fittings shall be connected
_ with boltless, gasketed joints conforming to ANSI
Specification A 21-11 unless shown to be otherwise on
the plans.
- C. All ductile iron pipe shall be cast in lengths of not
less than 16 feet exclusive of sockets.
- D. All ductile iron pipe shall be designed for 8 foot
cover, trench condition B.
5. TESTING:
All pipe shall be tested in accordance with A.W.W.A.C.
151-1972 plus the ball impression test in accordance with
the Cast Iron Pipe Research Association Specifications.
6. COATING AND LINING:
A. All ductile iron pipe used below ground shall be coated
with an asphaltic coating as specified in AWWA C151.
_ Ductile iron pipe and fitting above ground shall be
painted with a zinc chromate primer.
B. Ail pipes shall be cement lined, unless otherwise shown,
- shall meet ASA Specification A21.10, A21.11 and A.W.W.A.
Specification Clll. Flanged fitting shall be Amreican
Standards Class 125, meeting ASA Specification B16.1.
7. CAST IRON FITTINGS:
Cast iron pipe fittings shall be cement lined and unless
-- otherwise shown, shall meet ASA Specification A21.10, A21.11
and A.W.W.A. Specification Clll. Flanged fitting shall be
American Standards Class 125, meeting ASA Specification
8. MANUFACTURER'S CERTIFICATE:
The Contractor shall furnish, if requested by the Engineer,
the manufacturer's certificate of test by a commercial
laboratory of the physical characteristics of each metal
-- pour, as well as the usual physical inspection for shipping,
at no extra cost to the Owner.
- 9. PIPE JOINT MATERIAL:
A. _F_lange Gaskets
Ring gaskets for flanged connections shall be rubber
composition, sheet packing 1/16 inch thick; Garlock,
Rainbow, or equal, approved by the Engineer.
B. _Flange Bolts
- All flange bolts and nuts shall be made of the best
quality refined iron or mild steel and shall have sound,
well-fitted threads. All bolts shall be provided with
~ standard hexagonal cold-pressed nuts and standard
hexagonal heads. Bolts for each size of flange shall be
of the diameter required by the Standard ASA
Specifications and of such length that after
'- installation they will not project less than 1/8 inch or
more than 3/8 inch beyond the outer face of the nut.
C. Mechanical Joints
All glands, gaskets, bolts and nuts shall conform with
_ Federal Specification WW-P-421b, Section 3.12 and ASA
21.11.
D. Boltless Gasket Joints
Boltless gasket joints shall be of the type designed to
lock a single rubber ring gasket against displacement
7-2
without caulking. It shall conform to Federal
Specification WW-P-421b, Section 3.12 and ASA 21.11.
10. PIPE LAYING:
A. Pipe laying shall conform to the applicable portions of
. "Installation of Ductile
A.W.W A. Specifications C600,
Iron Water Mains".
B. The Contractor shall open and excavate to finish depth
only a reasonable amount of trench ahead of the
- pipeline laying operations. The Engineer shall have the
right to limit the amount of trench opened ahead of
laying.
C. The pipe shall be carefully laid on the previously
prepared subgrade, aligned, jointed and supported the
entire length of the barrel.
D. Blocking shall be Class C concrete and shall be placed
between solid ground and the fitting to be anchored; the
-- area of bearing on the pipe and on the ground in each
instance shall be that shown or directed by the
Engineer. The backing shall, unless otherwise shown or
_ directed, be so placed that the pipe and fitting joints
will be accessible for repair.
E. Backfill operations shall begin as soon as practicable
- after the pipe has been laid and shall be scheduled so
as to have the backfill completed to a point within 500
feet of the end of the laid line prior to the end of the
- work day.
F. The Contractor shall take strict measures and
precautions to insure that dirt, lumber, trash, water
and other debris do not enter the pipeline during the
construction operations. All openings shall be covered
with a tight-fitting plug at the close of the days
operations and during any other temporary stoppage of
the work.
11. SANITARY PRECAUTIONS:
_ Where a water line crosses an existing sanitary sewer and
there is less than nine feet clearance between the two
lines, the Contractor shall center an 18 foot length of
water pipe over the sanitary sewer. The spacing between
- water and sewer lines shall be in accordance with the Texas
State Health Department's current "Rules and Regulations for
Public Water Systems".
LINE AND GRADE:
All cast iron pipe shall be laid to line and grade if shown
on the plans and in all casts shall have a normal cover of
three (3') feet above the top of the pipe, or as shown on
the drawings. Cover shall be defined as the distance
between the top of the pipe and natural ground or roadway
surface.
13. MEASUREMENT AND PAYMENT:
No separate payment will be made for the work done under
this Section. The cost shall be included in the lump sum
_ amount bid for furnishing and installing the Pumping Units.
_ SECTION 10
VALVES, GATES & MISCELLANEOUS METALS
-- 1. SCOPE:
It is intended that the Contractor furnish all labor, tools,
- materials and equipment necessary to install all valves,
gates and other metal goods required or called for on the
plans and elsewhere in these specifications for a complete
_ and operating unit.
2. GATE VALVES:
The bearing, moving, or wearing parts of all gate valves
shall be either of solid or faced with bronze. Bronze
facings shall be securely fastened to the iron castings.
- All material shall be of the best quality, especially
adapted for the service required, and workmanship shall De
first class in all respects.
Gate valves for water lines shall be Mueller, Kennedy,
Eddy-Iowa, or equal, and shall conform to the current
specifications of the American Water Works Association and
shall be designed for the minimum water working pressure of
175 pounds per square inch. Gate valves for sewer lines
shall be Mueller, Kennedy, Eddy-Iowa List 12, or equal and
- shall be designed for a minimum working pressure of 125
pounds per square inch. Gate valves shall have a clean
waterway equal to the full nominal diameter of the valve,
_ and shall be opened by turning to the left. Each valve
shall have the marker's initials, pressure rating, and year
in which manufactured cast in the body. All valves shall be
non-rising stem unless designated O. S. & Y. Valves located
inside structures shall be wheel operated. Valves in ground
shall be nut operated.
- 3. VALVE BOXES:
Valves buried in the ground shall be provided with cast iron
- valve boxes of proper dimensions to fit over the valve
bonnets, and to extend to such elevation, at or slightly
above the finished ground line as directed by the Engineer.
_ Tops shall be complete with covers and shall be adjustable.
Valve boxes shall be set vertical and concentric with the
valve stem. Any valve box which has so moved from its
original position as to prevent the application of the valve
- key shall be satisfactorily reset by the Contractor at his
own expense.
- 4. CHECK VALVES:
Check valves shall be non-slam type and shall be Clow Model
_ F-5381, with outside lever and weight, or equal. Check
valves shall be designed for 150 psi working pressure and
10-1
shall have 125 lb. American Standard flanges. Valve disc
-- shall be of cast iron with bronze facings. Seat rings shall
be made of bronze and shall be renewable. The swing check
valve shall be constructed with heavy cast iron body, a
-- non-corrosion shaft for attachment of weight and lever, and
complete non-corrosion cushion chamber.
_ 5. PLUG VALVES:
A. General: All valves shown on sludge lines and
_ supernatant lines shall be plug valves.
B. Plug valves shall be semi-steel, non-lubricated,
eccentric type with resilient faced plug and flanged
- ends. Port area shall be at least 80% of the full pipe
area. Flanges shall be faced and drilled to A.S.A. 125
pound standard. The valves shall be lever operated,
- unless otherwise noted on the plans and as manufactured
by De Zurik, A.C.F., or equal.
6. CAST IRON FITTINGS:
Cast iron fittings shall be cement lined and shall conform
to ASA Specification A 21.11, for boltless gasket or
- mechanical joint and for 150 psi working pressure unless
otherwise stated on the drawings.
_ 7. WEIR PLATES:
Weir plates shall be installed at each location shown on the
_ plans. Weirs shall be 1/4" galvanized steel plate. Weir
plates shall be adjustable.
8. GLOBE VALVES:
Globe valves shall be as manufactured by Crane, Kenney, or
equal, and have American Standard Class 125 flanges.
9. SLIDE GATES AND FRAMES:
There shall be furnished where shown on the plans aluminum
gates and aluminum frames for the same. The gate shall De
made of 3/16" aluminum alloy, and the frames of 1/4" x 2"
aluminum allow as detailed. The plates shall be spaced 1/4"
apart and shall be bolted, the bolts being long enough to
serve as wall anchors. The upper ends of the frames shall
be tied together by a rod which can be removed after the
frames have been anchored in the wall. These gates are to
be located as shown on the plans in the grit chamber, final
clarifiers, chlorination chamber, oxidation ditch, effluent
box. Equivalent gate by Rodney-Hunt, WAACO, Armco, or
equal, may be used.
10-2
-- 10. FLAP VALVES:
Flap valves shall be furnished and installed as shown on the
-- plans. Valves shall be as manufactured by Armco, Crane, or
equal.
11. HANGERS:
The Contractor will furnish and install all pipe hangers,
supports, or other devices required in the installation of
-- pipe, fittings, valves, or other appurtenances. The size
and dimension of hangers are as indicated or required.
Hangers shall De manufactured by Grinell, Unistrut, or
- equal.
12. STEEL PIPE RAILINGS:
Pipe railings shall be constructed of Schedule 40 steel pipe
and shall be hot-dip galvanized after fabrication. Unless
otherwise indicated, the pipe shall be of 1 1/2 inch nominal
-- diameter. All joints shall be accurately fitted and welded
along the entire line of contact. Welds shall be ground and
dressed smooth so as to be practically invisible when
- galvanized. Pipe stanchions or posts in concrete shall be
set into sleeves as shown on the plans and caulked with
molten lead. Railings shall be rigid and true to line.
_ Bends shall be neatly rounded without distorting or
otherwise injuring pipe.
13. ARMOR ANGLES:
Angles for concrete protection shall De provided at
locations shown on the plans. Armor angles shall be steel
- structural shapes and shall be hot-dip galvanized after
fabrication in accordance with A.S.T.M. Standard
Specification A123, of latest edition.
14. ALUMINUM GRATING:
Grating shall be welded, Irving Subway, Draud, or equal.
The grating shall be designed to support a live load of 100
pounds per square foot. Grating shall be aluminum with
1 3/16" bearing bar centers and 4" cross bar centers.
15. AIR & VACUUM VALVES:
_ Air and vacuum valves shall be APCO Valve No. 143C, Eddy
Iowa F3070, or equal, installed in a 24 inch diameter
concrete pipe with a Trinity Valley #4067, Chicago, or
equal, frame and cover with locking device. The concrete
'- pipe shall be supported by a 6 inch concrete slab. The air
10-3
and vacuum valve shall be connected to the water line with a
-- one-half inch copper line. Mueller No. H-15275, Ford, or
equal, curb stops shall be mounted under the air and vacuum
valve.
16. MEASUREMENT AND PAYMENT:
No separate payment will be made fo~ the work done under
this Section. The cost shall be included in the lump sum
amount bid for furnishing and installing the pumping units.
10-4
__ SECTION 11 RAW SEWAGE PUMPING UNITS
A. GENERAL: The raw sewage pumps shall be vertical shaft,
- single~ s~age, single suction, split casing centrifugal pumps
designed specifically for municipal, institutional, commercial,
and industrial sewage applications. Pumps shall have
-- intermediate shafting, and units shall include the intermediate
shafts, motor stand and motors, complete. Pumps shall be
non-clog type.
The pumps shall be heavy duty type, designed for long life and
reliable operation. The pumps shall be designed to handle raw,
untreated, domestic sewage. Pumping uni ts shall De
-- 'Fairbanks-Morse Model 5415, size 10x8, impeller TAKE5N, or other
approved equal.
- B Operating Conditions: Included herewith are graphic curves
i~dic~ti,~ the ~pP~o~ed desired conditions for operating the
pumps initially and with impeller and motor changeouts in the
_ future. A separate curve is included for each of the two lift
stations.
Minimum motor horsepower for each of the lift stations shall be
- as shown on the plans for the pumps to be purchased. Motors
shall have speeds of 880 RPM and 1180 RPM as specified. Pumps,
flexible shaft, bearings, etc. shall be designed for future motor
- and pump changeout.
Pump suppliers shall furnish characteristic curves for pumps with
_ smallest to largest diameter impellers recommended for each size
pump. Guarantee for head and capacity shall be based on rating;
however, the entire rating curve shall be considered in award of
contract.
C. _Pump Construction: The pumps shall be constructed so as to
insure lOng lffe ~'hd reliable operation. The pumps shall have
- frames best suited for intermediate shafting.
1. Casings: Casings shall be close grained cast iron of
_ sufficient strength, weight and metal thickness to insure long
life, accurate alignment and reliable operation. Volute shall
have smooth fluid passages large enough at all points to pass any
SiZe solid which can pass throu0h the impeller and provide smooth
'- unobstructed flow. A large cleanout opening with removable
cover, having its interior surface matching the volute contour,
shall be located on the casing at the impeller centerline, to
-- allow access to the interior of impeller. Casing shall be split
perpendicular to the shaft, with removable suction cover and
stuffing box cover. Machined fits for these parts shall be
_ accurately aligned and identical so that casing may be installed
for either clockwise or counterclockwise direction of rotation.
11-1
The casings shall be so arranged that the impeller may be removed
_ without disturbing either suction or discharge piping.
Suction and discharge connections shall be ANSI 125-pound flat
faced flanges. The flange bolt holes shall be slotted for ease
- of assembly and disassembly. Each suction and discharge flange
shall be drilled and tapped for gauge connections. A 1/4" IPS
tap shall be supplied in the suction nozzle and a 1/2" IPS tap
- shall be supplied in the discharge nozzle. The tap in discharge
nozzle shall also serve as vent when needed.
_ 2. Discharge Position: The discharge nozzle shall be
capable of rotation to any one of eight discharge positions for
each direction of rotation. The discharge positions shall be as
shown on the plans.
3. Suction Cover Wear Plates: A replaceable bronze
suction cover wear p~a~e~ provi~{"hg'"I/4 inch minimum wear, shall
- be installed with its wear surface parallel to the end of the
impeller.
_ 4. Impe%ler. s.: Impellers shall De particularly designed
with smooth water passages to prevent clogging by stringy or
fibrous materials, and shall be capable of passing solids having
maximum sphere size of four (4") inches diameter. Impellers
-- shall be statically and hydraulically balanced. Impeller shall
De keyed and secured to the shaft by a stainless steel capscrew
and washer, and shall De readily removable without the use of
special tools.
A replaceable bronze "L" shaped wear ring shall be provided and
_ mounted on the impeller to provide a renewable surface opposite
the suction cover wear plate.
5. stuffing Box: Stuffing box cover shall be of
- close-grained cast ir~6 with integral stuffing box. Stuffing box
shall consist of at least five rings of cotton plaited packing, a
stainless steel seal cage and a split-type bronze gland to permit
- easy removal and access to packing. Sealing liquid from a clear
source for connection to stuffing box will not be available until
some future date.
6. Shaft: Pump shaft shall be high-strength carbon
steel, SAE 40 mlnimum, accurately machined and of sufficient size
.... to transmit full driver output. It shall be protected from the
pumped liquid by a shaft sleeve in the stuffing box area. Shaft
shall De seated by a synthetic rubber "O" ring between the sleeve
and the impeller hub and a suitable gasket between the impeller
- hub and adjoining shoulder.
11-2
-- Renewable shaft sleeves, extending through the stuffing box and
under the gland, shall be provided. Shaft sleeves shall be
corrosion resistant material about 500 Brinnell hardness. Shaft
_ sleeves shall be secured to the shaft by a socket-head setscrew,
located under the gland for easy access.
7. Bearin9 Frame and Bearings.: Pump bearing frame shall
be one-pie~ ~gid cast iron construction. Frame shall have
provision for a cast iron bearing housing at the outboard end,
and a cast iron end cover at the inboard end. Both ends of the
frame shall be provided with lip type grease seals and labyrinth
type deflectors to prevent the entrance of contaminants. Frame
shall be provided with a 3/4 inch IPS tapped hole, located as low
as possible to drain the leakage from the packing gland. Bearing
frame shall be designed so that the complete rotating element can
be removed from the casing without disconnecting the piping.
- 8. Bearings: Bearings shall be designed for 20,000 hours
minimum life at conditions of operation. Radial inboard bearing
shall be ball or roller type suitable for all conditions and
- loads encountered. Axial thrust outboard bearings shall be deep
groove single row ball or angular contact double row ball type
suitable for thrust loads in two directions. Bearings shall be
grease lubricated with provisions for addition and relief of
grease.
9. _Pump S_.upp9 r t and Coupling: The pump shall be
-- supported by a cast iron Pedestal base with openings large enough
to permit access to the suction elbow and cleanout hand hole.
Base shall be designed to support the assembled weight of the
--- pump and shafting. The base shall safely withstand all stresses
imposed thereon by vibration, shock and all possible
direct and eccentric loads. The base shall have adequate
horizontal dimensions, foundation contact area, anchorage
facilities and shall be of sufficient height so that the suction
elbow will not touch the floor or foundation upon which the pump
is mounted.
The pump supplier shall furnish details and full information for
Contractor to adequately install pump with proper anchors to the
.... concrete foundation.
10. _Suction Elbow: Each pump shall be provided with a
cleanout type cast ir6n, reducing, suction elbow which is bolted
directly to the pump suction flange. The cleanout hand hole
shall be provided with a removable cover of the largest possible
size. The inner surfaces of each hand hole cover shall generally
conform to the curvature and radius of the suction elbow. A 1/4
11-3
inch tapped hole for gauge connection shall be provided in the
-- elbow near the suction flange. A 2 inch hole shall also be
provided in the side of the elbow for use in applying water
pressure to unclog the pum. p in case of stoppage.
11. Intermediate Shafting: Intermediate line shafting of
the flexi~e~ ~ype Sh&fi be PrOvided between the motor and pump.
The line shafting shall be of the size recommended by the
- shafting manufacturer to provide continuous 24 hour duty at any
speed within the range specified. The shafting section shall be
based on shafting manufacturer's recommendations. The complete
-.- intermediate shafting assembly shall be of sufficient diameter
and quality to transmit the full driver horsepower. Shafting
shall be connected to the pump and motor through self-aligning
_ couplings of the vertical type. Couplings shall be universal
joint spacer type to permit removal of the pump rotating element
without removing driver, or suction and discharge piping. One
slip spline, to allow for endwise movement, and the necessary
- steady bearings shall also be provided for each shaft.
This driving motor shall be provided with a cast iron base of
- adequate height to permit access to the coupling between the
motor and pump shafts from the motor floor. The motor mounting
surface shall be designed for standard NEMA "P" flange motor.
12. Rotation: The pumps shall be arranged to rotate as
necessary to--~f~-~tallation shown on the plans.
- 13. Miscellaneous Items: The pumps shall have data
plates of sta~Iess ~eei '6Ontaining the manufacturer's name,
pump size and type, serial number, speed, impeller diameter,
- capacity and head rating, and other pertinent data. A special
data plate shall be attached to the pump frame which shall
contain identification of frame and bearing numbers.
All machine bolts, nuts and cap screws shall be of the hex head
type. Hardware, or parts, requiring special tools or wrenches
shall not be used.
14 ~ Each pump and motor shall be assembled and
tested ~s a unit. Tests shall consists of checking the unit at
-- its rated speed, head, capacity, efficiency and brake horsepower,
and at such other conditions of head and capacity to properly
establish the performance curve. Certified copies of test
_ reports shall be submitted to the Contractor, and to the Owner.
The Standards of the Hydraulic Institute shall govern the
procedures and calculations for these tests.
11-4
A field test shall be conducted to satisfy the Owner's
-- representatives for conformity with test data and satisfactory
operation. The field test shall be at Contractor's expense and
the manufacturer shall furnish the services of a field engineer
_ to check the installation and supervise start-up. The field
engineer shall be on the site sufficient time to satisfy the
Engineer that the pumps meet the requirements of data furnished
and are properly installed.
15. Manufacturers: The raw sewage pumps shall be as
manufactured bY Fairbanks-Morse, or other approved'manufacturers.
16. Guarantee: The equipment supplier shall guarantee
the equipment ur~-~-rshed for one year after acceptance by the
_ Owner against faulty materials and workmanship. The equipment
shall be tested for conformance with proposal and equipment shall
not be shipped until Engineer's written approval is received.
17. Data to be Furnished: The equipment supplier shall
furnish six copies df comPlete data, including performance
curves, parts list, cuts showing various components, operating
- and maintenance guides, etc.
18. Motors: Motors shall conform to NEMA Standards.
-- Motors shal~ be vertical solid shaft type, 3 phase, 60 hertz, 460
volts, NEMA Design B suitable for full voltage starting torque.
Motor shall be open drip-proof type, capable of carrying full
_ load continuously and shall carry a 1.15 service factor.
Motor bearings shall be deep groove ball type, with the thrust
bearing located at the shaft extension end of motor, locked in
-~ place to prevent shaft end play. Bearings shall be grease
lubricated.
- D. Installing Raw Sewage Pumps:
1. General: The Contractor shall carefully handle and
.... correctly install the raw sewage pumping equipment, including
pumps, shafting, motor stands, motors, electrical equipment and
connections. The units shall be installed in accordance with
equipment manufacturer's recommendations and typical placement of
-' pumps already installed in the lift stations.
2. Pump Base and Motor Stand: The pump base and motor
stand shall be securely and accurately set and anchored to floor
as recommended by the pump manufacturer and have the Engineer's
approval.
11-5
The pumps and connecting piping shall be installed in such manner
-- as to prevent strains and pump inlet and outlet due to
misalignment or other causes.
_ 3. Startup: The Contractor shall have a representative
of the pump supplier to check the installation, preparation and
startup. The Contractor shall furnish all lubricants needed for
about one year's operation, as recommended by the pump supplier.
-- The pumping units shall De field tested and operated under the
existing conditions.
- E. Measurement and Payment:
The base bid for the raw sewage pumps and motors will be paid
on the basis of the lump sum price in the Proposal and shall
be for repairing and changing motors on the existing pumps
where applicable, and adding new motors, pumps, valves,
concrete pipe support, piping and other appurtenancies as
specified.
11-6
soo-
DEFOREST RD. SEWAGE LIFT STATION
AUGUST, 1987
250'
· '1 200-
~ , ~ PUMP CURVE- FUTURE
·~ I ~MODIFIED PUMP (,''A'~ IS IMPELLER
m= CURVE-MODIFIED PUMP SYSTEM CURVE
o 2 PUMPS w/llSO ($,2~0 EQUIVALENT
~ RPM CHANGE-, ~ FEET I~"RCCP
.. ~ FORCE MAIN )
m FUTURE CAPACITY
-4 I00 2 PUMPS ~/lIS RPM &
IS" IM_P. ELLER, 5S00 GPM
PUMP CURVE-PRESENT ~ vs. 98 TDH
PUMP .~/1180 R PM ~ .~2 MODIFIED PUMPS
MOTOR (PROPOSED)
50
~ RATED CAPACITY
MOTOR CItAblE-gUT
o I t I I I I I I ,,t
FLOW IN GALLONS PER MINUTE
$oo -. SANDY LAKE RD. SEWAGE LIFT STATION
AUGUST, 1987
250 -.
-I 200 -.
r- ~YSTEM CURVE
..< ( 7,450 EQUIVALENT
Z FEET ~0" D.I,R 'F
~: Zr949 EQUIVALENT
~ 150 FAIRBANKS MORSE-FUTURE FEET 20" R.C.C.I
=1: CONDITION 1180 RPM, 16-5/8"
m IMPELLER
~" PRESENT PUMP, 8"FLY6T
~ 2-8"PUMPS,
~ .EFFECTIVE CURVE 1170 RPM,IMPELLER No.656 I-FAIRBANKS-MORSE+
~ EFFECTIVE CURVE PUMP 8L-$ ~'~ 8~0 RPM
m
m 8L-$ PUMP &
-I I00 EXISTING 8"FAIRBANKS MORSE
~ 870 RPM, 15-5/8' IMPELLER
I*IVE CURVE
5O
CAPACITY w/PUMP SL-$ a
aGO RPM MOTORS-4800 6PM
vi. ~4' TDH
- o I I I I I I I I
I~D I000 2000 SO00 4000 5000 6000 7000 8000 ~X)O
- FLOW IN 8ALI. DN$ PER MINUTE ~E~=E-L.UNSr--C~,~.mSCX~'mS. ~::.
SECTION 12
CONCRETE FOR STRUCTURES
1. GENERAL:
-- This Section includes materials, mixing, proportioning,
sampling, testing, placing and finishing of normal weight
cast-in-place concrete for s truct utes. Formwork,
_ reinforcing, curing and related items are a part of this
Section. Cooperation under this Section is required for all
embedded items.
2. GOVERNING SPECIFICATIONS:
Concrete work shall conform to all requirements of ACI
-- 318-77. "Specifications for Structural Concrete for
Buildings", except as modified by the supplemental
requirements below. A minimum of one copy of ACI 301-72
~_ shall be furnished by the Contractor and shall be in the
project field office at all times.
3. SPECIFIC AND ADDITIONAL REQUIREMENTS TO "SPECIFICATIONS FOR
STRUCTURAL CONCRETE FOR BUILDINGS"-ACI 301-72:
A. 3.2__.'. Concrete shall conform to the following minimum
requl rements:
- 7-Day 7-Day 28 -Day Max. Water
Flexural Compressive Compressive Cement Ratio
Strength Strength Strength Gallons per
_ Class (psi) (psi) (psi) Sack
A 500 2,000 3,000 6.50
B 425 1,500 2,500 7.25
C 340 1,200 2,000 8
D 660 2,500 4,000 6
- Concrete shall be Class "A" unless otherwise specified.
B. 3.7.1: Admixtures containing chloride shall be used only
as approved by the Engineer.
C. 3.8: Method 2 or Alternate Procedure.
D. 6.2.2: ASTM D 944 expansion joint filler, 3/4" thick
unless otherwise shown, full depth of .slab except hold
top down 1" to receive ASTM D 1190 joint sealer. Provide
- in locations shown on drawings.
12-1
E. 7.3: Use air entraining admixture in all concrete.
- A--l'-~-content shall be between 3% and 5%.
F. 16.1: All testing will be performed by independent
- test?--'----~' ~ng laboratory selected and paid for by Owner. Refer
to SECTION: SPECIAL CONDITIONS.
_ G. 16.4: Furnish copies of mill test reports
4. STEEL REINFORCEMENT:
- A. Unless otherwise shown on the plans, steel reinforcing
bars as required including the tie bars shall be
open-hearth, basic oxygen or electric-furnace new billet
- steel of Grade 60 or Grade 40 for concrete
reinforcement. Bars that require bending shall be Grade
40 conforming to requirements of ASTM Designation A-615.
B. High yield reinforcing steel shall be either (1) open
hearth, basic oxygen or electric-furnace new billet steel
conforming to the requirements of ASTM Designation A-615
- Grade 60. (Bars produced by piling method will not be
accepted). High yield reinforcing steel bars shall be
further identified by a special marking rolled into each
- bar. Unless otherwise designated on plans, all
reinforcing steel shall be deformed bars conforming to
the requirements of pertinent ASTM specifications.
C. Where prefabricated deformed wire mats are specified or
permitted, the wire shall be cold worked deformed steel
wire conforming to the requirements of ASTM Designation
-- A-496, except that steel shall be made by open-hearth,
electric-furnace, or basic oxygen processes. The
prefabricated deformed wire mats shall conform to the
- requirements of ASTM Designation A-497.
5. MEASUREMENT AND PAYMENT:
No separate payment will be made for the work done under this
Section. The cost shall be included in contract prices bid
for items listed in Proposal and specified in other sections
of which this work is a component.
12-2
SECTION 34
PAINT & PAINTING
1. SCOPE OF WORK:
This work includes all paint, labor, equipment and materials
necessary to complete all cleaning, sandblasting, surface
_ preparation and repainting of all existing mechanical piping,
stairways, pumps, blower equipment, electrical equipment and
miscellaneous metal surfaces within the existing lift station
structures.
The surface of all new equipment will be sandblasted,
prepared and painted after installation.
2. GENERAL:
_ A. The Term "Paint," as used herein, includes all protective
~oa~{ngs for above ground facilities to be incorporated
into the project.
- B. Examination: Contractor shall examine all Sections of
The S~eCi~ications and familiarize himself with all
provisions regarding painting.
C. Conditions: If surfaces to be painted cannot be put in
proper cOndition for painting by customary cleaning and
_ sanding operations, Contractor shall immediately notify
Engineer in writing, or assume the responsibility for and
rectify any unsatisfactory finish resulting therefrom.
- D. ~ Materials used on the job shall be stored in
or~g~na± containers in spaces acceptable to Engineer.
Keep storage spaces clean and repair any damage thereto.
- Remove oily rags, waste, and other inflammable material
each night, and take adequate precautions to prevent
fires.
E. Equipment: Provide all brushes, spray equipment, tools,
ladders and scaffolds necessary to properly perform and
complete paint.ing work.
F. _Colors: All colors shall be selected by Engineer. Make
application to Engineer for a schedule of all colors to
- be used for interior and exterior painting.
G. Cleani_ng: Place all cloths and cotton waste which might
_ constitute a fire hazard in metal containers or destroy
at end of each work day. Upon completion of the work,
remove all staging, scaffolding, and containers from site
34-1
or destroy in a manner approved by Engineer. Remove
-- paint spots, oil or stains upon adjacent surfaces and
leave entire job clean and acceptable to Engineer.
-- H. Weather Conditions: No coating work shall be performed
~nde~ 6,fav°~bie weather conditions, unless work is well
protected from such conditions, and then only with
specific approval of Engineer.
I. Equipment M_.ainten.a_n. ce: Maintain all equipment in good
working order, comparable to that described in printed
-- instructions of coating manufacturer. Thoroughly clean
all equipment before and after use with appropriate
cleaning solution indicated by coating manufacturer.
J. Drying .... Time: Carefully observe minimum between coat
drying times, as stated in printed instructions of the
_ coating manufacturer.
K. Thinning: Except where otherwise specified, thin coating
material only if necessary for workability and then in
- strict accordance with manufacturer's printed
instructions. Use only appropriate manufacturer's
thinner. Addition of wrong thinner may cause gelling or
- other damage to coating material.
L. Multiple Coats: Where multiple coats are required, apply
_ ~6h ~O~ in ~ different color tint than preceding coat.
M. Forced Air ~Dryin. 9: Procedure for interior surfaces
~hou~d'~be as follows:
(1) With Heat: First circulate warm air through the
structure for 8 hours holding air temperature from
- 140° - 150°F. After initial drying, raise air
temperature to 160° - 180°F for at least 24 hours or
until all residual solvent odor is dissipated.
(2) Without Heat: If heating equipment is not
~ailabl~= =e0ntinue forced air ventilation with
outside ambient temperature air until all solvent
- odor is dissipated.
3. SURFACE PREPARATION:
A. Steel Surfaces
_ (1) Remove heavy deposits of grease or oil from surface
with a compatible Oil Cleaner prior to any other
34-2
surface preparation. Neutralize and/or flush off any
_ chemical contamination prior to any other surface
prepa ration.
_ (2) Remove all weld splatter and grind rough edges and
rough welds.
(3) Sandblast all surfaces to be coated in accordance
- with Steel Structures Painting Council
Specifications as recommended by paint manufacturer;
removing all mill scale, rust, dirt, paint, or other
_ foreign matter to a uniform appearance and slightly
roughened to form a suitable anchor pattern for
coating application. Do not leave blasted surfaces
_ overnight before coating. Remove all sand from the
surface by brush or industrial vacuum.
B. Metalwor. k.-. Keep shop primer metalwork clean and free from
-- corros 1on following installation. Retouch abraded
surfaces prior to finish painting, using same type of
paint as priming coat. Unless otherwise directed,
- sandblast all unpainted metal items received on job site
to bright metal and prime coat as required for finished
coating.
C. Concrete and Masonry_S_urfaces: All concrete and masonry
~urfa'Ce~'~6be~pain~ed Shall be clean of all dust, form
oil, grease, curing compounds and other detrimental
- foreign matter. All cracks, nails, nail holes and fins
must be filled or removed before painting.
_ 4. PAINTING SCHEDULE:
The following painting schedule outlines surfaces to be
_ painted, surface preparation and types of finishes to be
used. Paint products of Mobil Chemical Company are set up
as standards of quality. Products comparable in quality and
type to those specified as manufactured by Koppers, Tnemec,
- or approved equal will be acceptable. Paint submittals
shall be received by the Engineer fifteen days prior to the
scheduled paint application. Application of paint materials
and selection and use of thinners, driers and other painting
accessories shall conform to recommendations of manufacturer
of paint material used.
A. _St~eel~ Cast Ir.o_n_, and Ductile Iron - Exterior above
Grade, Non-Immersed Sach{~e~ ~Stru6~6ral-~S~eei, Piping an.d
Accessories: ................ _
34-3
Surface Minimum
- Preparation Coat Painting System D.F.T. (Mils)
SP-6 Prime 89 Series Hi-Build (Epoxy) 5.0
_ Finish 84 Series Enamel 2.0
B. Steel, Cask Iron, and Ductile Iron - Immersed ~aqhinery,
- structural steel, Piping and ACcessories: .... ~
Surface Minimum
- Preparation Coat Painting System D.F.T. (Mils)
SP-10 Prime 78 Series Thinned 50% and
brushed on weld seams
Mid 78 Series 8.0
Finish 578-J-I Hi Build Coat Tar
Epoxy 15
C. ~asonry, Indoor:
- Prime 79-W-8 Block Filler
Finish 77 Series Interior Latex
D. Masonry~ Outdoor:
Prime 79-W-1 Exterior Primer
Finish 79 Series Exterior Latex
E. Concrete Surfaces: - Paint Not Required
_ F. Wood, Interior:
Prime 45-W-5 Undercoater
Finish 20 Series Enamel
G. ~ood, Outdoor:
-- Prime 17-W-4 Exterior Prime
Finish 20 Series Enamel
- H. Dry Wall:
Prime 77-W-1 Interior Primer
_ Finish 77 Series Interior Latex
34-4
I. Corrosion Resistant Surfaces: Ail stainless steel,
_ Aluminum a~d 6~her corrosion-resistant surfaces shall not
be coated.
5. APPLICATION OF PROCEDURE:
A. Application of paint materials and selection and use of
thinners, driers, and other painting accessories shall
- conform to the recommendations of manufacturer of paint
material used or as directed by the Engineer.
- B. The Owner shall be absolved from blame in the event of
harm to persons, or animals, or property because of use
of paint harmful to humans or animals or because of
_ improper technique or practice in the application of
paint and full responsibility for any such harm shall
rest upon the Contractor.
- 6. OBSERVATION:
Notify Engineer sufficiently in advance of all work performed
- under this specification in order to perform the. following
observations. Contractor shall immediately make repairs or
recoat surfaces necessary at no additional cost to the Owner.
A. Examine and approve all surface preparation prior to
application of any coating.
- B. Observe each coat prior to application of next coat.
Repair or recoat areas found to contain runs, overspray,
roughness or other signs of improper application in
_.~ accordance with manufacturer's recommendations.
C. Completed coating shall produce minimum dry film
thickness specified, as determined by Mikrotest thickness
gauge or comparable instrument. In areas where this
thickness is not developed, apply sufficient additional
coats to produce it.
D. Obse rye completed coa ting for runs, overs pray, and
roughness. Any areas found to show these or other signs
- of improper application shall be repaired or recoated in
accordance wi th manufacturer's recommendations.
E. Observation procedures shall include the use of the
following equipment where appliable: wet film gauge, dry
film gauge, and "Holiday" Detector. Contractor shall
have calibrated equipment available for testing.
34-5
-- 7. MEASUREMENT AND PAYMENT:
The base bid for Paint and Painting will be paid on the basis
_ of the lump sum prices in the Proposal. Any work not
specifically itemized in the Bid Proposal is considered as
incidental and should be included in Contractors base bid for
this section.
34-6
SECTION 36
ELECTRICAL & CONTROLS
1. GENERAL:
-- General Conditions, Special Conditions, applicable
provisions of the General Requirements, and other provisions
and requirements of the contract documents apply to work of
~- this Section, except as herein modified.
A. Work Included
1. ~ Provide all labor, materials and equipment
required for the installation of a complete and
functioning electrical system as specified.
2. Electrical Service.
-- a. The electric service for this project shall be
a 480 volt, 3 phase system provided from the
electric utility company.
b. The location of service entrance conduits shall
be coordinated with the utility compaa¥.
Conduits and associated service entrance
- equipment shall be provided by the Contractor
as indicated and/or required by the utility
company.
c. The power shall be utilized as follows:
_ (1) 480 volts, 3 phase, for motors 1/2 HP and
above, unless otherwise indicated.
(2) 120 volts, 1 phase, for motors below 1/2
~- HP, for lighting, for convenience outlets
and, in general, for all single phase
requirements.
3. Intent. The intention of the drawings and
Spe6ifications is to establish the types of systems
._ and functions, but not to set forth each item
essential to the functioning of the system. In
case of doubt as to the work intended or if
amplification or clarification is needed, request
-- instructions from the Engineer.
36-1
B. Related Work
1. Secti_on 11, Pumping Equipme_n_t
- C. Codes~ Standards and Permits
1. Requirements. All products and workmanship work
shall be done in accordance with the latest
publications of the following:
a. National Electrical Code (NEC)
b. National Electrical Safety Code
-- c. Local, State and Federal Codes
d. Occupational Safety and Health Administration (OSHA)
e. Underwriters' Laboratories (UL)
f. American National Standards Institute (ANSI)
g. Insulated Power Cable Engineers Association (IPCEA)
-- h. National Electrical Manufacturers Association
i. National Fire Protection Association (NFPA)
2. Discrepancies. The drawings and specifications are
~ntended to comply with all the aforementioned codes
and standards. Where discrepancies occur,
- immediately notify the Engineer in writing and ask
for an interpretation. Should Contractor install
materials or provide workmanship that do not comply
- with the appliable codes and standards, he shall
make necessary corrections at no increase in
contract amount.
3.Permits. Obtain Certificates of Inspection and all
oth6~ permits required as a part of the work.
-- D. Contractor Qualifications
1. An acceptable Contractor for the electrical work
- must have the experience, training and skill
required to provide a practical working system.
36-2
E. Materials~ Equipment and Apparatus
-- The word product is herein used to designate any
material, equipment or apparatus which will form a fixed
part of the installation.
1.llty__Qua ' All products provided under this Section
bs-~'~/'~-e new and the standard products of
manufacturers regularly engaged in production of
- such material, equipment and/or apparatus and shall
be manufacturer's latest standard design. Products
shall be UL listed.
F. Acce~a~bl.e_ ~Manufa~c turers
- 1. ~Pecific Prod_u_cts. When a product is specified by
manUfaCturer's name, this shall be the basis of the
contract for reference standards only. The
Contractor may select the product of any
manufacturer meeting those standards.
2. Substitutions. Within 30 days after the contract
- has ~ been s lgned, written requests from the
Contractor will be considered for the substitution
of products in lieu of those specified.
G. Submittal Data
1. General. The products list, shop drawings,
- ~ and similar descriptive items requiring
submittal shall be reviewed by Engineer for
consideration of general conformance with the design
- concept. No product shall be furnished until the
submittal data has been stamped by the Engineer to
indicate his acceptance.
2. Products List. Within 30 days after award of
6o,~r~c~ sdb~it for review by Engineer the products
list, including catalog sheets marked to clearly
indicate each item proposed.
3. Shop Drawing~.~ Shop drawing submittal shall include
- published ratings and capacity, detailed drawings
for fabricated items, panel diagrams, installation
instructions and other pertinent data. Where
literature is submitted covering a group or series
of similar items, the applicable items shall be
clearly indicated.
36-3
4. Form of Submittal. Provide submittal data in an
6rderi~ indexed 6~nder.
- 5. Submittal Data Items. Submittal data is required
for, but 6or limited to, the following items:
- a. Conduit
b. Boxes
c. Insulated Conductors
_ d. Sa fe t¥ Sw itc he s
e. Fuses
-- f. Magnetic Motor Starters
g. Panelboards
h. Motor Control Center
_ i. Wiring Devices
j. Lighting Fixtures
- k. Electric Heaters
H. P_roject Recor__d Documents
1. Record routing of concealed feeder conduits,
dimensioning the exact location and elevation of the
condui t.
2. Submittal. Contractor shall prepare a second set of
~r~ed-up-'prints and submit both sets to Engineer as
- a condition of final acceptance of the work.
2. PRODUCTS:
A. M_anu facturigg Stan. d..a r. ds
The latest editions of standards listed below form a 9art
of this specification:
36-4
1. Conduit:
a. NEMA:TC-2 Electrical Plastic Tubing (EPT), Conduit
EPC-40 and EPC-80 and Fittings.
2. Insulated Conductors:
_~ a. NEMA:WC-5 Thermoplastic-insulated wire and cable
for the Transmission and Distribution
of Electrical Energy
3. Enclosed Switches:
a. ANSI: C33.64 Enclosed Safety Switches, Safety
- Standard for (UL98).
b. NEMA:KS-1 Enclosed Switches.
_ 4. Low Voltage Fuses.:
a. ANSI: C97.1 American National Standard for Low-
Voltage Cartridge Fuses 600V or Less.
b. NEMA: FU-1 Low Voltage Cartridge Fuses.
- c. UL: 198.4 High Interrupting Capacity Current
Limiting Class R Fuses.
5. Magne~.ic Motor Starters:
1959 Industrial Control Apparatus.
b. NEMA:ICS-
1970 Industrial Controls and Systems.
6. Panel boards:
a. ANSI: C33.38-1974
b. NEMA: PBl-1971
B. _Co_nduit and Fittin_~s
1. Rigid Nonmet_allic Cond ui_ t .... and Fittings shall be
- Schedule 40 PVC, UL rated for use with 90C rated
36-5
conductors. Conduit, fittings and cement (solvent)
- shall be products of one manufacturer.
2. Acceptable Manufacturers
a. PVC Conduit: Cabot, Carlon, Ethyl and Triangle,
or equal.
C. Insulated Conductors
1. Conductors shall be soft drawn, annealed copper
- ~ysical requirsments of NEC Table 8, Chapter
9, Conductors AWG No. 8 and larger shall be stranded
per NEC Section 310.3. Conductors AWG No. 10 and
- smaller shall be solid, except in motor control
center control wiring.
- 2. Insulation
a. Insulation shall be durably marked so as to
_ indicate its voltage class, NEC type letters,
manufacture's name and trademark, and conductor
size and material, all per NEC Section 310-11.
-- b. Conductors shall be NEC Type THW rated for 600
volts.
_ 3. Connectors. Connectors shall be pressure type
( so lderless).
_ 4. AccePtable Manufacturers.
a. Insula ted Conductors. Anaconda; General
Electric; Okonite, Paranite, Phelps Dodge; and
Triangle, or equal.
b. Connectors for 600 Volt Use. Buchanan; Burndy;
- Ideal; Keaney; Thomas & Betts; and 3-M Company,
or equal.
D. Enclosed Switches
1. Enclosures. Switch enclosures shall be NEMA 4 when
installed outdoors, and NEMA 12 when installed
-~ indoor, unless otherwise shown.
2. Neutral. Provide each switch with an insulated
- neutra~ block with provision for bonding to
enclosure. Neutral block shall be fully rated.
36-6
-- 3. Fusible Switches. Where fusible switches are shown,
these ~halI 66"0L listed for fuses UL labeled as time
delay, current limiting, 100,000 amperes rms
-- interrupting capacity, Class R fuses and suitable for
use with fuses herein below specified.
_ Acceptable Manufacturers. General Electric, Square
D, and We~tinghouse~ Or equal.
E. Low Voltage .,Fuses
1. Volt~ Fuses shall have a voltage rating suitable
for the nominal system voltage for which they are to
-- be installed.
2. _Identif ~cation. Manufacturer's fuse identification
- labeI~ ~ShOWing manufacturer, size and type
installed, shall be provided by Contractor inside the
cover of each unit containing fuses.
3. Same Manufacturer. All low voltage fuses (600 volts
or less)sh~il 6~ made by the same manufacturer.
- 4. Ac cepta, b.le Manu.fac turers. Bussmann, Chase-Shawmut,
or equa 1.
_ F. Magnetic Motor Controller
1. Furnish a full-voltage nonrevers ing open type
_ controller with 120 volt operating coil, unless
indicated otherwise on the drawings. For the
controller, supply a magnetic motor starter with
bimetallic thermal overload relays in each ungrounded
phase leg.
2. Provide an enclosure meeting NEMA 12 requirements,
unless indicated otherwise on the drawings.
3. AC ceDtable Manufacturers: General Electric,
._ Westinghouse, Cutler-Hammer, or equal.
G. Panelboard Identification
- 1. _Circuit Marking. For each lighting and appliance
panelboard, have a directory frame mounted inside the
door with a heat resistant transparent face and a
.... typewritten directory card identifying the load
served.
36-7
-- For each pa nel boa rd , provide a black lamacoid
nameplate with 1/4 inch white letters indicating the
panel designation, the voltage, and phase. Securely
- mount the nameplate on the outside face of the
panelboard trim above the door.
_ 2. Acceptable Manu fac turers: General Electric,
WestinghOUse, Square D, or equal.
H. Motor Control Center (MCC)
MCC shall be manufactured and shipped in sections to
facilitate handling through a standard 3'-0"x7'-0" door.
1. Branch Disconnects. Branch disconnects shall De
circuit breaker type. Contacts shall be quick-made,
_ quick-break and shall have provision for padlocking
in the open position. Operators shall be rotary
handle type suitable for mounting through a gasketed
opening in panel door to permit operation of breaker
- with panel door shut. Breakers shall be G.E., TED,
or equal, as manufactured by Westinghouse, Square D,
ITE, or Cutler-Hammer.
2. Starters. The existing size 4 motor starter shall be
~isc66nected and replaced by size 5 motor starter
_ specified. Starters shall consist of magnetic
contactors with three ambient compensated overload
relays set at maximum value allowed by NEC 430-32,
based on actual motor nameplate full load amperes.
-' Control voltage shall be 120 volts, 60 Hz, single
phase provided by a control power transformer. Each
starter unit shall constitute a line voltage,
- nonreversing type starter.
3. Terminal Strips. Wiring shall be to labeled terminal
_~ strips. Terminal strip spares shall be provided.for
all points of external wiring connection. All
control circuits shall be fused on primary and
secondary of their control power transformers.
4. Automatic Control System. Control system herein
described Sh~I1 be ca~bi~ of controlling the sewage
pumps. All pumps shall operate essentially at
constant speed.
- Lift station level shall De controlled by means of
individually on-off set points.
36-8
I. _Wiring Devices
1. Switches: 20 amp, 250 volt.
_ 2. Receptacles: W-C 596. Configurations~ NEMA WD-1 AND
WD-2.
3. Plates: 302 Stainless Steel or as indicated.
4. Acceptable Manufacturers: Hubbell, General Electric,
or equa 1.
J.
_ Fixture types, quantities, switching, circuiting, etc.,
are shown on the drawings. The Contractor may propose
changes to effect cost savings, yet maintain the intended
functions required.
3. EXECUTION:
-- A. General
1. Protection. Products shall be kept clean and
_ prOte6~'ed from corrosion and damage; failure to do so
shall be sufficient cause for rejection of the
pr oduc t.
- 2. Marking.
a. All disconnecting means and controllers shall be
marked to identify the equipment connected to it.
_ b. In each pull or junction box, each feeder shall
be marked to identify its circuit number.
c. Use vinyl embossing tape with adhesive back for
'- marking. Liquid adhesive shall be used with the
tape if required.
- d. For the lighting and appliance pa nel boa rd , have a
directory frame mounted inside the door with a
heat-resistant transparent face and a typewritten
directory card identifying the load served.
36-9
e. For each item installed in the controls
enclosure, provide a means to identify each
switch, relay, timer, terminal block, and
indicating light.
B. Insulated Conductors
- 1. Lubricant. Use of a UL approved raceway lubricant
w-~'~-~'~l'rng conductors is permitted.
2. Continuous Runs. Provide a continuous run of
- ~0ndd~6rs Wi~h6ut splices from point of service
connection to service entrance disconnecting mean to
incoming line connection on main panel.
3. Slack. Provide ample slack in conductors for service
connections and all at other connections, splice or
- pull points.
4. Color,Coding. Conductors shall be color coded as
_ fOllOws: Line 1 (or A) - black; Line 2 (or B) - red;
Line 3 (or C) - blue; Neutral - white; Grounding
conductor - green. NOTE:
-- a. Insulation shall be factory colored on sizes AWG
No. 8 or smaller. On larger sizes, color may be
as above or by Contractor applied vinyl plastic
-- color-coding tape such as Scotchcast No. 35 on
conductors at access points such as boxes,
panels, etc.
D. MEASUREMENT AND PAYMENT:
The base bid for Electrical Work and Controls will be paid
-- on the basis of the lump sum prices for the Proposal. Any
work not specifically itemized in the Bid Proposal is
considered as incidental and should be included in
· - Contractor's base bid for this section.
36-10