HomeMy WebLinkAbout110-80 RESOLUTION•
•
•
S
•
•
4
RESOLUTION NO. /40-h)
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE AN AGREEMENT WITH MCGOODWIN, WILLIAMS AND
YATES, INC. FOR ENGINEERING AND ADMINISTRATIVE SERVICES
NECESSARY TO CONSTRUCT FACILITIES TO FLUORIDATE THE
FAYETTEVILLE WATER SUPPLY.
BE IT RESOLVED BY THE BOARD OF DIRECTORS. OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
That the Mayor and City Clerk are hereby authorized
and directed to execute an agreement with'McGoodwin, Williams
and Yates, Inc. for engineering and administrative services
necessary to construct facilities to fluoridate the Fayetteville
Water Supply. A copy of said agreement is attached hereto,
marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this Qjp)- day of 4Leu,(0A , 1980.
ATTEST:
CITY CLERK
APPROVED:
MICROFILMED
CERTIFICATE OF RECORD
State of Arkansas
City of Fayetteville ( ss
Vivian Koettel, City Clerk and E, -Officio
corder for the City of Fayetteville, do here,
certify that the acne: cJ or foregoing is
of record in my office and the sane ap-
pears in Ordinance & Resolution Sooi:
at page-- Witness my
hand and seal this ,l-aki day of
, 19
City Clerk and Es -Officio Recorder
0. T. WILLIAMS. JR.
L. CARL YATES
•
MCGOODWIN, WILLIAMS AND YATES, INC.
CONSULTING ENGINEERS
FAYETTEVILLE. ARKANSAS
October 13, 1980
Re: Water Fluoridation Project
Fayetteville, Arkansas
Project No. BWD-8
Mr. Donald R. Bunn
City Engineer
Post Office Drawer F
Fayetteville, AR 72701
Dear Mr. Bunn:
T
909 ROLLING HILLS DRIVE
FAYETTEVILLE. ARK. 72701
TELEPHONE 443-3404
We have received approval from the Arkansas Department of Health on the
plans for fluoride storage and feeding equipment to serve the city of Fayetteville,
said equipment to be located at and operated by Beaver Water District.
These plans received many revisions prior to final approval. Therefore, we
are revising the original cost estimate as follows:
Item
Description and Unit Price
1. 275 Tons
2. 80 Tons
3. Lump Sum
4. 230 Tons
5. 45 C.Y.
6. 6,000 Lbs.
7. 250 C.Y.
8. 2,350 S.Y.
9 Lump Sum
Base @.$12.00
Asphaltic Concrete @ $35.00
Fluoride Feed Building
(less equipment)
Rock for Bedding @ $10.00
Class A Concrete @ $200.00
Reinforcing Steel @ $0.50
Topsoil for Yard Repair @ $10.00
Grass Replacement @ $1.00
Storage Tanks, Feed Equipment
Electrical, Etc.
Subtotal - Construction Cost
Construction Contingencies
Engineering Services
Total Estimated Project Cost
Amount
$ 3,300.00
2,800.00
15,640.00
2,300.00
9,000.00
3,000.00
2,500.00
2,350.00
80,564.00
$121,454.00
12,546.00
35,000.00
$169,000.00
'Mr. Donald R. Bunn
October 13, 1980
Page 2
After having talked with Dick Starr, we believe that we can advertise
for construction bids on this project immediately upon receiving such authori-
zation from the Fayetteville Board of Directors. Please advise us as to the
selected bid date, and we will be ready to proceed.
If you have any question regarding the revised cost estimate set out
above, do not hesitate to let us know.
OTW:hk
Very trudyours,
iam
AGREEMENT FOR ENGINEERING SERVICES
THIS AGREEMENT, entered into this 4*, day of Aouyyydjy.J 1980,
by and between the City of Fayetteville, Arkansas, hereinafter referred to as the
"City," and the engineering firm of.McGoodwin, Williams and Yates, Inc., of
Fayetteville, Arkansas, hereinafter referred to as the "Engineer;"
•
WITNESSETH THAT:
WHEREAS, on November 7, 1978, the citizens of Fayetteville approved the
fluoridation of the City's water supply; and
WHEREAS, it subsequently appeared that grant funds from the Center for
Disease Control, Federal Department of Health and Human Services, might be made
available to assist the City in the installation of the necessaryfacilities; and
WHEREAS, the Engineer was authorized to work with -the Center for Disease
Control, the Arkansas Department of Healthand the Beaver Water District in
planning the necessary facilities installation and in filing the necessary
applications forgrant assistance; and
WHEREAS, the Engineer has provided engineering and administrative services
and has developed preliminary plans and construction plans and specifications
for the necessary installation on Beaver Water District's property; and
WHEREAS, on May 29, 1980, the Arkansas Department of Health formally
advised thatgrant assistance would be made available to the City; and
WHEREAS, it is desirable to enter into a formal agreement for the provision
of engineering services;
NOW THEREFORE, in consideration of the mutual covenants and agreements herein
contained, the City and the Engineer, the parties hereto, stipulate and agree as
follows:
Section I. Scope of the Project
The work covered by this agreement includes the necessary engineering and
administrative services to plan and construct the facilities required to enable
Beaver Water District to fluoridate the City's water supply.
Section II. Scope of Engineering Services
The Engineer shall provide at his own expense a suitable engineering staff
to perform preliminary engineering studies, to conduct the necessary field
surveys, to perform detailed design and prepare plans and specifications, and
to furnish engineering surveillance and inspection during construction of the
project. The engineering staff shall consist of engineers, inspectors and other
assistants as may be necessary to carry on the engineering work in an efficient
and expeditious manner.
Based upon the preliminary engineering studies set out above, and upon
approval of project financing and authorization by the City, the Engineer will
provide the following services.
•
•
1. Perform the necessary field surveys required to design the project
and prepare construction plans and specifications.
2. Prepare final design for the project.
3. Prepare detailed construction specifications and contract drawings.
4. Prepare detailed cost estimates of the authorized construction.
The Engineer shall not be required to guarantee that these estimates
will not be exceeded by the bids received for the work.
5 Establish the scope of any soil investigations, special surveys or
testing which, in his opinion, may be required for design and arrange
with the City the conduct of such investigations and tests (cost of
such tests to be borne by the City).
6. Furnish to the City, where required by the circumstances of the
assignment,the engineering data necessary for applications for
routine permits and approvals by local, state and federal
authorities.
7. Furnish to the City all necessary copies of approved plans, specifi-
cations, notices to bidders and proposal forms.
8. Assist the City in the opening and tabulation of bids for construction
of the project and consult with the City as to the proper action to be
taken, based on the engineering considerations involved.
9. Assist in the preparation of formal contract documents.
10. Furnish professional engineers to make periodic visits to the site
(as distinguished from the continuous services of a resident Project
Representative) to observe the progress and quality of the executed
work and to determine in general if the work is proceeding in
accordance with the contract documents.
In performing these services, the Engineer will endeavor to protect
the City against defects and deficiencies in the work of the
contractor; but he cannot guarantee the performance of the contractor,
nor be responsible for the actual supervision of construction
operations or for the safety measures that the contractor takes
or should take.
11. Furnish the services of resident Project Representatives and other
field personnel for continuous on -the -site observation of construction
and for the performance of required construction layout surveys. The
•
authority and duties of such resident Project Representatives are
limited to examining the material furnished and observing the work
done and to reporting their findings to the Engineer.
The Engineer will use the usual degree of care and prudent judgment
in the selection of competent Project Representatives, and the
Engineer will use diligence to see that the Project Representatives
are on the job to performtheir required duties It is agreed,
however,that the Engineer does not underwrite, guarantee, or insure
the work done by the contractor; and, since it is the contractor's
- 2 -
•
primary responsibility to perform thework in accordance with the
contract documents, the Engineer is not primarily responsible nor
primarily liable for the contractor's failure to do so. Failure by
any Project Representative or other personnel engaged in on -the -site
observation to discover defects or deficiencies in the work of the
contractor shall not relieve the contractor of primary liability
therefor.
12. Consult and advise with the City; issue all instructions to the
contractor requested by the City; and prepare routine change orders
as required.
13. Review samples, catalog data, schedules; shop drawings, laboratory,
shop and mill tests of material and equipment and other data which
the contractor submits. This review is for the benefit of the City
to insure general conformance with the design concept of the project
and general compliance by the contractor with the information given
in the contract documents. It does not relieve the contractor of
any responsibility such as dimensions to be confirmed and correlated
at the job site, appropriate safety measures to protect workers and
the public, or the necessity to construct a complete and workable
facility in accordance with the contract documents.
14. Prepare and verify monthly and final estimates for payments to the
contractor and furnish to the City any necessary certifications as
to payments to contractors and suppliers; assemble written guarantees
which are required by the contract documents.
15. Conduct, in company with the City's representative, a final inspection
of the project for conformance with the design concept of the project
and compliance with the contract documents and approve in writing final
payment to the contractor.
16. Furnish to the City two copies of the revised contract drawings to
show the work as actually constructed.
- 3
Section III. Payment
In consideration of the performance of the foregoing services by the
Engineer, the City shall pay to the Engineer as full compensation for such
services fees as hereinafter set out.
Payment shall be made based on salary cost times a multiplier of 2.2.
Salary cost is defined as the cost of salaries of engineers, draftsmen,
stenographers, surveyors, clerks, laborers, etc., for time directly
chargeable to the project, plus Social Security contributions, employ-
ment compensation insurance, payroll taxes, retirement benefits, medical
and insurance benefits, sick leave, vacation, and holiday pay.
Payment shall be made monthly.
Payment for engineering services under this agreement shall be made within
15 days after claim submittal and certification by the Engineer. If any of the
work designed or specified is suspended for an extended period of time or abandoned
as a result of orders from the City, the Engineer shall be paid for work actually
completed; payment therefor .to be based insofar as possible upon the fees
established herein.
Section IV. Other Provisions of the Contract
In connection with the project, the City's responsibilities shall include,
but not be limited to, the following:
Giving thorough consideration to all documents presented by the
Engineer and informing the Engineer of all decisions within a
reasonable time so as not to delay the work of the Engineer.
2. Making provision for the employees of the Engineer to enter public
and private lands as required for the Engineer to perform necessary
preliminary surveys and investigations.
3. Obtaining the necessary lands, easements and rights of way for the
construction of the work. The cost of all required property
surveys, appraisals and abstract work shall be borne by the City.
4. Furnishing the Engineer such plans and records of construction and
operation of existing facilities, or copies of same, bearing on
the proposed work as may be in the possession of the City. Such
documents or data will be returned to the City upon completion of
the work or at the request of the City.
5. Paying the cost of making necessary soundings, borings, analyses
of materials and laboratory work.
6. Paying all plan review costs and all cost of advertising in
connection with the project.
7. Providing legal, accounting and insurance counseling services
necessary for the project, legal review of the construction
- 4
•
•
contract documents and such auditing services as the City or
cooperating federal or state agencies may require.
8. Furnishing permits and approvals from all governmental authorities
havingjurisdiction over the project and others as may be necessary
for completion of the project.
Obtaining construction bids from contractors for work relating to
the project and bearing all costs relating thereto.
10. Giving prompt written notice to the Engineer whenever the City
observes or otherwise becomes aware of any defect in the project
or other event which may•substantially.alter the Engineer's
performance under this agreement.
Alldrawings, specifications and other work product of:the Engineer for
this project are instruments of service for this project only and shall remain
the propertyof the Engineer whether the project is completed or not. Reuse of
any of the instruments of service of the Engineer by the City on extensions of
this project or on any other project without the written permission of the
Engineer shall be at the City's risk and the City agrees to defend, indemnify
and hold harmless the Engineer from all claims, damages, and expenses, including
attorneys' fees, arising out of such unauthorized reuse of the Engineer's
instruments of service by the City or by others acting through the City. Any
reuse or adaptation of the Engineer's instruments of service occurring after
the written agreement of the Engineer shall entitle the Engineer to further
compensation in amounts to be agreed upon by the City and the Engineer.
This agreement shall be binding upon the parties hereto, their partners,
heirs, successors, administrators and assigns; and neither party shall assign,
sublet or transfer his interest in this agreement without the prior written
consent of the other party hereto.
5
•
IN WITNESS WHEREOF, the City'has caused these presents to be executed in
its behalf by its duly authorized representatives, and the said Engineer by its
duly authorized representatives, and the parties hereto have set their hands
and seals on the date heretofore set out.
Attest:
.-(
Vivian D. Koettel, City Clerk
CITY OF FAYETTEVILLE, ARKANSAS
John Todd, Mayor
MCGOODWIN, WILLIAMS AND YATES, INC.
1
.1.
PROPOSAL
FLUORIDE FEED EQUIPMENT TO SERVE
THE CITY OF FAYETTEVILLE, ARKANSAS
and
BEAVER WATER DISTRICT, LOWELL, ARKANSAS
Arkansas'State Fluoridation Project - Grant No. H10/CCH600216-01
Plans No. BWD=8 - Dated June, 1980
Board of Directors
Beaver Water District
Lowell, Arkansas
Board of Directors
City of Fayetteville
Fayetteville, Arkansas
Gentlemen:
The undersigned states that, as bidder, he has carefully examined the plans, profiles,
specifications, maps and drawings on file in the office of the Engineer -Manager,
Beaver Water Treatment Plant, Lowell, Arkansas, relative to the proposed construc-
tion of Fluoride Feed Equipment to Serve the City of Fayetteville, Arkansas; that
he is familiar with the same and understands each and all; has examined the location
and site; that all bids are made with full knowledge of the difficulties and
conditions that may be encountered, the kind, quality and quantityof the plans, work
to be done, excavation, and materials required; and with full knowledge of the
plans,. -profiles, specifications and estimates, and all provisions of the contract
and bonds; that this Proposal is made without collusion on the part of any person,
firm or corporation. He further states that he will enter into contract to con-
struct said Fluoride Feed Equipment and related work in accordance with the plans
and specifications, and have said work completed within one hundred eighty (180)
consecutive calendar days from the effective date of the issuance of the Notice to
Proceed for the following prices.
Item Estimated
No. Quantity
Description of Item and Unit or Lump Sum Price Bid
Total
Amount
1. 275 Tons, SB -2 Base Material for Pavements,
(Amount written in words)
2. 80 Tons, Asphaltic Concrete Surfacing,
AreasM��ec`oeplet� e J n�pl�ac
�a„ «-fi�roxv�is
compacted in
dollars( /� 8'O ) Ton
(In figures)
Parking and Loading
$ ;37?S
(In figures)
dollars(47."%C )Ton 40490
5-1
r
1
1
1
1
1
1
1
1
1�
1
1
1
1
1
1
1
1
Item Estimated
No. Quantity
Description of Item and Unit or Lump Sum Price Bid
Total
Amount
3. Lump Sum Fluoride Feed Building, which shall include all
excavation, concrete, reinforcing steel, SB -2 Base
material, masonry, doors and hardware, heating, lighting,
and all items not called for under other items of the
y� a op_ for uction building, and electrical work p
►��"7',"'f"�•'' can�i dollars $ �.5, foe)
4. 230 Tons, SB -2 Base Material for. Bedding and Repair of
Trenches under Existing Pavement, complete in place
dollars(%%OO )Ton 32*a
5. 45 Cubic Yards, Class A Concrete, in place
4
4
dollars(if0. )C.Y. 67s'C
6,000 Pounds, Reinforcing Steel, in place
dollarsejQ.lt )Lbs. 4i4200
7. 250 Cubic Yards, Topsoil for Plant Yard Repair, in place
dollars( 704/ )C.Y. Zo/2.
8. 2,350 Square Yards, Fertilizing and Sprigging Bermuda Grass
dollars(00.47 )S.Y. /Jr,%y
9. Lump Sum Fluoridation, Storage, and Feed Equipment. Includes
water and chemical lines, manholes, storage and day
tanks, unloading compressors, metering and feed pumps,
scales, electrical controls, monitoring and testing
equipment, and every item of work not included in the
above items of this Proposal.
dollars /x'81093
TOTAL
- s imet $ /97d 38'Y
Amounts of prices are to be shown in both words and figures. In case of discrepancy,
the amount shown in words will govern.
The above prices shall include all labor, materials, bailing, shoring, removal,
5-2
overhead, profit, insurance, bonds, etc.,Ito cover the finished work of the
several kinds called for.
The bidder shall submit below the names and license numbers of the subcontractors
he proposes to use for the following work:
Electrical Subcontractor:
Roofing Subcontractor:
Mechanical Subcontractor
(Plumbing and Heating):
Firm Names License Nos.
Wen An �WaTR' 1 air. E 0 ton
Fa/aa/Q% /Coe'Ct..., me2-
get maAtriey - 610'atif5 rm- saw
Also, subcontractors' bids must be submitted in separate sealed envelopes properly
identified as required by Act 159 of 1949. The separate sealed envelopes will be
opened only in the event the Contractor proposes to award one or more of such sub-
contracts to subcontractors other than those named.
Attached separately is a bid bond, or certified or cashier's check, for
dollars ($
agree the Owner may cash and retain as liquidated damages in the event
to enter into contract for the work covered by this Proposal, provided
is awarded to us within thirty days from the date fixed for opening of
fail to execute said contract and execute the required bonds as called
specifications within ten days after notification of the acceptance of
), which we
of our failure
the contract
bids and we
for in the
this Proposal.
Receipt of the following addenda to the plans, specifications and proposal
acknowledged No WE
is hereby
and such addenda are attached hereto and made a part hereof.
Dated this Ac ° day of /%¢y , 1980.
Respectfully submitted,
Firm Na e
Pan 9715pRlnldpdz4A shy 4cu ala
Address of Firth
9/,898 i°� —
Contractor's License No. Title of Authorized Representative
5-3
Ittrth
LIFE &CASUALTY
BID BOND
•
KNOW ALL MEN BY THESE PRESENTS,
That we,
THE /ETNA CASUALTY AND SURETY COMPANY
Hartford, Conn Icuh06115
IIS
Bond No.
McMurtrey—Cullers Construction Co., Inc.
as Principal, hereinafter called the Principal, and
THE /ETNA CASUALTY AND SURETY COMPANY, of Hartford, Connecticut, a corporation duly organized under the laws of the
State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto
The City of Fayetteville, Arkansas and Beaver Water District, Lowell, Arkansas.
the sum of
•
44%40~1
as Obligee, hereinafter called the Obligee, in
5 0 of the amount of the bid ..• °Yet Aahaelayrta., etdeisot "-• ler Dollars
(S
nr4g 20 ), for the payment of which sum well and truly to be made, the said Principal and the said Surety,bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for
Arkansas State Fluoridation Project
Grant No. H10/CCH600216-01
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the
Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract
Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and
material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such
bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount
specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the
Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this- 24th day of November
(Witness)
(Witness)
" AIA DOCUMENT A310
BID BOND
FEBRUARY 1970 ED.
THE AMERICAN INSTITUTE OF ARCHITECTS
.15-1869-01 10-70
,19 80 . ^•,r,r'":"7"-
tr
MCMURTREY-CULLERS GDNS_ RCJC-T.ION CO. ,SINC.
=: r? =
-2> ^(-prn rrcapalj (Seal)
-1:7;.7.--% .4 --"..`,"-(Title)
THE /ETNASUALTY AND S ELY COMPANY
.2, ,
By
ping uomey"ItilTrct)
'goPp7-rp .:tea
See Power of Attorney - attadiied=%?
•
•
'�•`• cAT. 337641
PRINTED IN U.S.A.
n
0
n
0
0
a
z
0
Hartford, Connecticut 06115
Ts -I
Z =
O on
M
C -1
A Z
i s
< 0
0 s
o Li
3 C
9 s
T• i
z
ti
LIFE&CASUALTY
. _-
THE /ETNA CASUALTY4NDtOEURETY COMPANY
Hartford Conn ticut 06115
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, THAT THE ETNA CASUALTY AND SURETY COMPANY, a corporation duly organized under the laws of the
State of Connecticut, and having its principal office in the City of Hartford, County of Hartford. State of Connecticut. hath made. constituted and appointed. and
does by these presents make. constitute and appoint Ronald Gardner, Jr., Dixie J. Lester or Pat A. Girard - -
of Springdale, Arkansas
execute and acknowledge, at any place
, its true and lawful Attorneys -in -Fact, with full power end authority hereby conferred to sign,
within the United States. or. i1 the following line be filled in. within the area there designated
, the following instrumentls):
recognizances, contracts of indemnity. and other writings obligatory in the nature of a bond, recognizance, or con -
incident thereto
by his sole signature and act. any and all bonds,
diticnal undertaking, and any and all consents
DOLLARS -
not exceeding the sum of ONE MILLION ($1,000,000.00)
and to bind THE ETNA CASUALTY AND SURETY COMPANY, thereby as fully and to the same extent as if the same were signed by the duly authorized officers
of THE ETNA CASUALTY AND SURETY COMPANY, and all the acts of said Attomeys-in-Fact, pursuant to the authority herein given, are hereby ratified and con
firmed.
This appointment is made under and by authority of the following Standing Resolutions of said Canpany which Resolutions ere now in full force and effect:
VOTED: That each of the following officers: Chairman, Vice Chairman. Resident, Any Executive Vice President, Any Senior Vice President. Any Vice President,
Any Assistant Vice President, Any Secretary, Any Assistant Secretary, may from time to time appoint Resident Vice Presidents, Resident Assistant Secretaries,
Attorneys -in -Fact. and Agents to act for and on behalf of the Company and may give any such appointee such authority as his certificate of authority may
prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity. and other writings obligatory in the
nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors may at any time remove any such appointee and
revoke the power and authority given him.
VOTED: That any bond, recognizance. contract of indemnity. or writing obligatory in the nature of a bond, recognizance. or conditional undertaking shall be valid
and binding upon the Company when (a) signed by the Chairman. the Vice Chairman, the Resident, an Executive Vice Resident, a Senior Vice Resident.° Vice
President, an Assistant Vice President or by a Resident Vice Resident, pursuant to the power prescribed in the certificate of authority of such Resident Vice
Resident, and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary or by a Resident Assistant Secretary. pursuant to the power
prescribed in the certificate of authority of such Resident Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact pur-
suant to the power prescribed in his or their certificate or certificates of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the
Board of Director's of THE ETNA CASUALTY AND SURETY COMPANY which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: Chairman, Vice Chairman, Resident. Any Executive Vice President, Any Senior Vice President, Any
Vice Resident, Any Assistant Vice President, Any Secretary, Any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of
attorney or to any certificate relating thereto appointing Resident Vice Residents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of
executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such fac-
simile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and fac-
simile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, THE ETNA CASUALTY AND SURETY COMPANY has caused this instrument to be signed by its Assistant
Vice President . end its corporate seal to be hereto affixed this 2nd day of April 19 79
THE /ETNA CASUALTY AND SURETY COMPANY
O.. j4
HARTFORD..
CONN.
;... . 7..
State of Connecticut
ss. Hartford
County of Hartford
By
Assistant Vice President
On this 2nd day of April . 19 79 , before me personally came R. T. RIPPE .
to me known. who, being by me duly sworn, did depose end say: that he is -Assistant Vice President of
TIE ETNA CASUALTY AND SURETY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said Cor-
poration; that the seal affixed to the said instrument is such corporate seal; and that he executed the said instrument on behalf of the corporation by authority of his
office under the Standing Resolutions thereof.
p
•
expires at it°
My xp Merd, 31, 19 81. JcNpt
ery Public
CERTIFICATE
I, the underehghed • Secretary of THE ETNA CASUALTY AND SURETY COMPANY, a Mock corporation of the State of
Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in hill force and hes not been revoked:
and furthermore, that the Standing Resolutions of the Board of Directors, as set forth in the Certificate of Authority, are now in force.
Signed and Sealed et the Home Office of the Company, in the City of Hartford, State of Connecticut Dated this day of
.(S=1921-0) (M) 12-72
19
•: NARrVORD yq
By
Secretary
PRINTED @I USA.
•
b
STATE OF ARKANSAS
CONTRACTORS LICENSING BOARD
Room 350 - Gazette Building — Little Rock, Arkansas 72201
McMurtrey-Cullers Construction Co., Inc.
P. 0. Box 977
Springdale, AR 72764
501/372-4661
The Board has approved your application for a Contractors License in Arkansas for the year. ending JUN '3 0 1981
Your Certificate of License is enclosed herewith.
License No. 81-898 Date of Issue: JUN 2 0 1980
Classification:
BUILDING
SPECIALTY: Machainery Installation
Suggested Bid Limit: UNLIMITED
under contract at the time of bidding.
Less the amount of uncompleted work you have
This License is issued to you under the provisions of Act 150 of the 1965 Acts. Act 150 requires the
License Certificate to be recorded with the Secretary of State within 60 days from the date of issue.
YOU CANNOT LEGALLY USE THIS LICENSE UNTIL IT HAS BEEN RECORDED. The fee for recording
your License is $1.00 payable to the SECRETARY OF STATE.
MAIL OR DELIVER YOUR LICENSE CERTIFICATE WITH RECORDING FEE DIRECTLY TO:
SECRETARY OF STATE, State Capitol Building, Little Rock, Arkansas 72201.
!WG 2 9 1980
Last Day for Recording
The Board's regulations require your License Number to be placed in a prominent place on the face of the
envelope containing any bid and upon the face of the proposal. -
The Board is pleased to grant you this License and solicits your full cooperation in the administration of the
Contractors Licensing Law.
Yours sincerely,
CONTRACTORS LICENSING BOARD
FIREMAN'S FUND
IXIIIRJUINZ MORN=
A.f.A. Document No. A-310 (February 1970 Ed.)
FIREMAN'S FUND INSURANCE COMPANY
THE AMERICAN INSURANCE COMPANY
NATIONAL SURETY CORPORATION
ASSOCIATED INDEMNITY CORPORATION
AMERICAN AUTOMOBILE INSURANCE COMPANY
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Jack Burge Construction Co., Inc.
as Principal, hereinafter called the Principal, and Fireman's Fund Insurance Company
a corporation duly organized under the laws of the State of California
as Surety, hereinafter called the Surety, are held and firmly bound unto Board of Directors of Beaver Water
District, Lowell, AR and Board of Directors of the City of Fayetteville, Fayetteville,AR
as Obligee, hereinafter called the Obligee, in the sum of Five percent (5%) of Amount Bid
Dollars ($
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for furnishing all labor; tools, materials and equipment
and performing all work necessary for installation of fluoridation equipment to
serve Fayetteville, AR per plans and specifications of McGoodwin, Williams, Yates,
Engineers.
NOW, THEREFORE. if the Obligee shall accept the hid of the Principal and the Principal shall enter into a contract with the Obligee
in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with
good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished
in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the
Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and
such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid,
then this obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this 24th day of November
Witness)
ction
I•
qlfflr,
ni
=0- `.
.y?r
CompanyN7f.
(Seat):
•
urge,P - ide _ ra.CW
Fireman's Fun. Insurance Company `4
cl
�" (seat) 4-=�:'�,•�•1-
r* sir ".t ` -'S1,3- A:'
360541-4-75
•
Imes I
Mark McNair,
Attorney in fact
.ENEPAL
POW'EOFATTORNEY FIREMAN'S FUND INSURANCE COMPANY •
KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY. a Corporation duly organized and existing under the
laws of the State of California, and having its principal office in the City and County of San Francisco, in said State. has made. constituted and appointed.
and does by thesepresentsmake, constitute and appoint
W. R. McNAIR, ERNEST GEURIN, JOHN A. McNAIR and MARK R. McNAIR
joLntty an 4eve.kaity
FAYETTEVILLE, AR
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute. seal. acknowledge and
deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the corporate seal of the
Corporation and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises.
This power of attorney is granted pursuant to Article VIII. Section 30 and 31 of By-laws of FIREMAN'S FUND INSURANCE COMPANY now in full
force and effect.
"Article VIII. Appointment and Authority of Resident Assistant Secretaries. and Attorney-in.Fart and Agents to accept Legal Process and Make Appearances.
Section 30. Appdntment. The Chairman of the Board of Directors. the Resident, any Vice -Resident or any other person authorized by the Board of Directors. the Chairman of the Board of
Directors. the Resident or any Vice -President. may. from time to time. a,point Resident Assistant Secretaries and Attorneys -in -Fact to represent and an for and on behalf of the Corporation and
Agents m accept kgal process and make appearances for and on behalf of the Corporation.
Section 31, Authority. The Authority of such Resident Assistant Secretaries. Attorneys -in -Fact. and Agents shall be as prescribed 'n the instrument evidencing their appointment. and any such
appointment and all authority granted thereby may be revoked al any time by the Board of Directors or by any person empowered to make such appointment.'
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S
FUND INSURANCE COMPANY at a meeting duly called and held on the 15th day of July. 1966. and said Resolution has not been amended or
repealed:
"RESOLVED, that the signature of any Vice -President. Assistant Secretary. and Resident Assistant Secretary of this Corporation. and the seal of this
Corporation may be affixed or printed on any power of attorney. omany revocation of any power of attorney. or on any certificate relating thereto. by
facsimile. and any power of attorney, any revocation of any power of attorney. or certificate bearing such facsimile signature or facsimile seal shall be
valid and binding upon the Corporation.
IN WITNESS WHEREOF. FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by its Vice -President.
and its corporate seal to be hereunto affixed this 24.t1(fay of Janwa)Cy
STATE OF CALIFORNIA.
CITY AND COUNTY OF SAN FRANCISCO
By
1978
FIREMAN'S FUND INSURANCE_COMPANY
•
Vim/^Lz 44m. 4o4+4
Vice -Resident
24th Janfuln78 Wi_tti-am W. Lauber.
On this day of y - 19_ before me personally came
to me known. who. being byme duly sworn. did depose and say: that he is Vice -President of FIREMAN'S FUND INSURANCE COMPANY. the
Corporation described in anwhich executed the above instrument that he knows the seal of said Corporation; that the seal affixed to the said instrument
is such corporate seal: that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order.
IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official seal. the day and year herein first above written.
MEM
OFFICIAL SEAL
SUSIE K. GILBERT
NOTARY PUBLIC - CALIFORNIA
OIY
& COUNTY OF SAN RWKISCO
kw Commission Wires Nov. 17, 1980
Iluh. M11Yw11gMO1rtlldtltlg9g
STATE OF CALIFORNIA,
CITY AND COUNTY OF SAN FRANCISCO
1. the undersigned. Assistant Secretary of
that the foregoing and attached POWER
Sections 30 and 31 of the By-laws of the
in force.
Signed and sealed at the City and County of
360711 (HO)—FF-3.76
CERTIFICATE
Notary Public
FIREMAN'S FUND INSURANCE COMPANY. a CALIFORNIA Corporation. DO HEREBY CERTIFY
OF ATTORNEY remains in full force and has not been revoked: and furthermore that Article VIII.
Corporation. and the Resolution of the Board of Directors. set forth in the Power of Attorney. are now
San Francisco. Dated the24th day of November
1980
i f
Assistant Secretary
l
PROPOSAL
FLUORIDE FEED EQUIPMENT TO SERVE
THE CITY OF FAYETTEVILLE, ARKANSAS
and
BEAVER WATER DISTRICT, LOWELL, ARKANSAS
Arkansas State Fluoridation Project - Grant No. H10/CCH600216-01
Plans No. BWD-8 - Dated June, 1980
Board of Directors
Beaver Water District
Lowell, Arkansas
Board of Directors
City of Fayetteville
Fayetteville, Arkansas
Gentlemen:
The undersigned states that, as bidder, he has carefully examined the plans, profiles,
specifications, maps and drawings on file in the office of the Engineer -Manager,
Beaver Water Treatment Plant, Lowell, Arkansas, relative to the proposed construc-
tion of Fluoride Feed Equipment to Serve the City of Fayetteville, Arkansas; that
he is familiar with the same and understands each and all; has examined the location
and site; that all bids are made with full knowledge of the difficulties and
conditions that may be encountered, the kind, quality and quantityof the plans, work
to be done, excavation, and materials required; and with full knowledge of the
plans, profiles, specifications and estimates, and all provisions of the contract
and bonds; that this Proposal is made without collusion on the part of any person,
firm or corporation. He further states that he will enter into contract to con-
struct said Fluoride Feed Equipment and related work in accordance with the plans
and specifications, and have said work completed within one hundred eighty (180)
consecutive calendar days from the effective date of the issuance of the Notice to
Proceed for the following prices.
Item Estimated
No. Quantity
Description of Item and Unit or Lump Sum Price Bid
Total
Amount
1. 275 Tons, SB -2 Base Material for Pavements, compacted in
place
unt written in words)
�a
dollars( /y )Ton $5lj
' (I figures) (in figures)
2 80 Tons, Asphaltic Concrete Surfacing, Parking and Loading
Areas, complete in place
rat
y
allars
03
/) Ton
5-1
Item Estimated
No. Quantity
Description of Item and Unit or Lump Sum Price Bid
Total
Amount
3. Lump Sum Fluoride Feed Building, which shall include all
excavation, concrete, reinforcing steel, SB -2 Base
material, masonry, doors and hardware, heating, lighting,
and all it not called for under other items of the
P oposal onstruction of buildin:, and electrical work
Ai A afilL, uollars
4. 230 Tons, SB -2 Base Material for Bedding and Repair of
Trenches under Existing Pavement, complete in place
eedy
/ mm
dollars( / )Ton
t.13j
5. 45 Cubi ards, Class A Concrete, in place
•
dollars
a )C.Y.
6. 6,000 Pounds, Reinforcing Steel, in place
RmaP-/V(
-chrklegu( )Lbs. �9 _
7. 250 Cubic Yjrds, Topsoil Jor Plant Yard Repair, in place
ye .eeeaor
tea^ /,
dpllars( 7 —)C.Y. y3� Bald
8. 2,350 Square Yards Fertilizing and Sprigging Bermuda Craps.,
Fluoridation, Storage, and Feed Equipment. Includes
water and chemical lines, manholes, storage and day
tanks, unloading compressors, metering and feed pumps,
scales, electrical controls, monitoring and testing
equipment, and every item of work not included in the
above items of this Proposal
9. Lump Sum
597 c5> -?-7
'rP ' o
.�flollars
TOTAL
$ /671%
Amounts of prices are to be shown in both words and figures In case of discrepancy,
the amount shown in words will govern.
The above prices shall include all labor, materials, bailing, shoring, removal,
5-2
I
I
I
F
I
Mechanical Subcontractor
(Plumbing and Heating):
Also, subcontractors' bids must be submitted in separate sealed envelopes properly
' identified as required by Act 159 of 1949. The separate sealed envelopes will be
opened only in the event the Contractor proposes to award one or more of such sub-
contracts to subcontractors other than those named.
Attached separately is a bid bond, `'ed er ashier'scheck, for
' ham% �_� �"� dollars ($ ), which we
agree the Owner may cash and re ain as liquidated damages in the event of our failure
to enter into contract for the work covered by this Proposal, provided the contract
is awarded to us within thirty days from the date fixed for opening of bids and we
I. fail to execute said contract and execute the required bonds as called for in the
specifications within ten days after notification of the acceptance of this Proposal.
' Receipt of the following addenda to the plans, specifications and proposal is hereby
acknowledged
• and such addenda are attached heret and made a part hereof.
day
Dated this of 1980.
' Respe tf• bmitted,
1
overhead, profit, insurance, bonds, etc., to cover the finished work of the
several kinds called for.
The bidder shall submit below the names and license numbers of the subcontractors
he proposes to use for the following work:
Electrical Subcontractor:
Roofing Subcontractor:
Firm Names
License Nos.
I
I
s License No.
71iiai
5-3
0
\fl:;�l:::iir:r
fir.
.:u, :t ae: ::IS f,• r.... � ::::.y a sv:.;P ^+.f.. \ <, y:.,
�i , f•(jl�:nr.lt.Ar <° � .i, Af 1,1 .u.e1 n<I i u( :�i_e : iy` Cs.�x�i'.�: :,t l/�i r�. .ei�i Si,fi',l'z t�fit�iAli:v: f/'lr :�l ,.l ,^t.z�i:
-1 �a\1� :. LV..�li.:i.�.... is Il l' ::ir ._ :LLw.. .. •• •. e. Y .. l
•
^r
::..
o
�ti
4if
�{
`IOELAYNNO
F
UNITED STATES FIDE ➢ARA TY COMPANY
(A"3
-:;
BID BOND
'w
BOND NUMBER ........._N,(A ...................................................................
•
i.1
KNOW ALL MEN BY THESE PRESENTS: ,
Bennett Construction Co., Inc.
THAT
3252 Roanoke Road Kansas City, Missouri 64111
T.
of
�ry
rs
............. as Principal , and UNITED STATES FIDELITY AND
GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto....Bea.VBS•••WataL..DiatriCt7•••IAWEll
kt�
ice•,
I:�
l: l
Arkansas and Arkansas
_the „Cityof._Fayetteville
........................................................................................................................................
as Obligee, in the full and just sum of.....*F.ive...Percent...(5X)•...Qf.•.aDHO1XLt...B.id.!*..........................................................rn
Dollars,
..
:.ry
iyq
..................................................................................................................................................................................................................................
k,.
lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors,
F:v
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the said Principal is herewith submitting its proposal construction of Fluoride Feed Equipment
_y
at Joe M steel'eWater Treatment Plant to serve the City of Fayetteville Arkansas
.
THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the
c•�3
time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of
'v
the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between
•j
the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work,
if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof.
November 25, 1980
Signed, sealed and delivered!?!
Date
(Date)
- . U
Bennett Construction Co , Inc%- '. t„x
- EA
Bean t reside x.;-,Aa1�,
UNITED STATES FIDELITY AND GUARANTY COMPANY
ti
ornev-in-fact
Linda D. Welty £4'
-:..' \ rf mj \x .. -. . v. ;-'. : .r:._
,e:..7:\•S.ri?..: rqule"_..t\r:l.....1`4/r`.r:.:rii /::.. v'I.{<<.:ti?3i.. , i Li ? w: ,:.
,i\.?t'L., 1AZOE.,..':.i+'.ii. lei:., �•`,,_:.S:'•`. :r11r,... n`\)S..L'v:.:1i.:ift
Contract I1 (Revised) (1-74) ._'a
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No.... 90858
.....................
Know all Men by that Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the lawn of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
John T.Lockton,Jr.,John T.Lockton,III,Mission Hills,Kansas;James C.Pateidl,
Overland Park,Kansas;Gary F.Hambright,Ray C.Ritchey,David M.Lockton,Kansas City
W�MJissyyouri;Don G. Oyysborne,Leavood Kansas ;Merlin D.Redfield,Lenexa,Kansas;Linda D.
Welty,Kanof sasr1Cgind,Missouurriig;KKgurt R.Weiss,Prairie Village,Kansas and Michael C.
Froits true and lawtul'attorneys En 0111MOK t
for the following purposes, to wit:
To sign its name as surety to, and to execute, eeal and acknowledge any and all bonds, and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY COMPANY, through us. its Board of Directors, hereby ratifies and confirms all and whatsoever w.Ym
anyone of the said John T. Lockton, Jr, and the said John T. Lockton, III and
the said James C. Pateidl and the said Gary F. Hambright and the said Ray C.
Ritchey and the said David M. Lockton and the said Don G. Osborne and the said
Merlin D. Redfield and the said Linda D. Welty and the said Kurt R. Weiss and
the said Michael C. Frost
may lawfully do in premises by virtue of these presents
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
sealed with its corporate scale duty attested by the signatures of its Vfce-Pteddent and Assistant Secretary, this 15th day of
Aunnat , A. D. 1980
UNnTM STATES FIDELITY AND GUARANTY COMPANY.
(SiRobert E. DeNikegned) g�.................................................:.....
Yic.$,nfdent.
(Signed) E. D. Bunce
............................................
Assistant Secntoy.
1 as:
On this 15th day of August , A. D. 1Q. before and personally came'
Robert E. DeNike , Vic&President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and E . D B iti1n c e . Assistant eeryof said Company, with both of
whom I am personally acquainted, w o icing by me severally duly sworn, said that they, the said Robert E. DeNike
and E. D. Bunce were respectively the Vice•President and the Assistant Secretary of the said UNITED
STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney;
that thery,-each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was
•soJbied by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice -President
'and Assretant�Secretary, respectively, of the Company.
" ?My co ;bWon expires the first day in Judy,, A. D. 19. 82...
(Signed) ..... ..McFfaare.t..Mr...B.uF.Bt
..................
SIeA7+,) Notary PabUc.
---- Set.
CITY. )
L William Allen Clerk of the Superior Couurt o[ Baltimore City, whIeb Court b •
Court of Record, and has a seal, do hereby certify that Margaret M. Hurst ,Esquire, before
whom. the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the
Stat'e,uf; Maryland; in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take
ya'c wledgment_s,1or proof of deeds. to be recorded therein. I further certify that I am acquainted with the handwriting of the said
Notary: end aiLy,-bebeve the signature to he his genuine signature.•
,a In
In
TutlmonyWhereo/, I hereto met my hand and affix the seal of the Superior Court of Baltimore City, the some being a Court
ofR��is 15th day of .. August ,A.D.1980
>,.t William Allen
(Signed)................................eri.....fB..............
-�. Clark o/ the Superior or Cowo Court of Baltimore City.
t ,a wu.ff .\ •o
r
•Aaasauas ryslrfssy
("U)
aagwanoN as ANYJN00
A,LNY1IYfO ONY Am.rquu S3J.Y1S 031INn 'qa is I'm a9s Pas P�9 L. is. asaaw9 aaml 1 'l 'wr ''$ 'Ii ul
'bps.. plat )o nmaga wqs at popiooas n PONT a[aga an Pw'agl*Nan
pot' to idea pwoa put awst pi fu -fat) .91 )591 pat 'aaaard aaa WPP%ga Jo Nana Up /o olosoa6 a Lpaom galYa it '0161 'oaf
)o Lip gall all uo 'asowpp p AID a9s of Ln dwo3 a91 Is wyo 591 It PI 9 Paw Pallas sap 'Ladms3 PPn )' Waagq is Paaaa
391 )o fapaam s'pfw ■ n pedaps aopgeas 'Jo aauaauad Of MO naa Ausmy to nosed Plus sic 4}pn aq ag op I pay
hsay' Paa aa'o3 Ilaf N aM N Par poloaw asq saw n9 Aaslw fo sated gSAaa 'quq
we alwaip n .paoq dp o, sag; fafmlmeas pas fggaqpa' SVSuvy ';std paljasA0 )
3foag 0 Tavq°TN pas sysuvy 'a21TTTA •T1Tvad 'vajafI •g gany
tTanov0TN '.t3T0 sysuvy 'Lgtan •Q vpuTZ tvtsnvy 'vxauaq 'pTa►3peH 'll uTT.tali
tsvauvy 'poowtsq 'auaogao .0 voq tlanoosTN 'SaT0 Ylfuvy 'uofXoo' .N PT*1Q
'`agog. 0 AvH '3g8Taq=vl •3 6av0 tsvauvy ';aid putTiasO 'TPT04vd .0 astir
'.avfuty'.TTTH UOTSSTN `III 'uofXoo'I •y ugor ''ar 'noa;oal 's ugor olAmdas.pPn'9
usalf Lasso. 10 said palflao a9s p tdao two Paw tan 'ay 'N fa}ofwol 591 119* L)pss Lgsnq aP 'ANYdN03 AINyNYfYJ
ONY ALI'13QL4 SSLYIS 03,UNn 091 )a Aawaa.S aaaalmy as 4 aapT1O PJvg3TH h
•amt a9t lonow N amss aq1 of SuI
Jo 'faf9ataapun s •oapgndlp 'uoufl }go 'sam}dsw 'puoq qsm La a} Al pspuoid a9 tam gaga suoft}ptsm An is fagyda p
'.Pp to s ftswp aq1 so) Paaapl,aaa 'sasnga nppadna p put tat a! •s.aoswga uMwalawfs as agwpoan sa9p is UgSPlaam
has»loc 'sal° 'tpoq 'aopawdaw 'aaouod s consul Icy SDI s lq ye uepaswad 30 Auaza a91 aa3 PaPaoo°i as pig 'peMaoaa p apw
war 'ualn 'apn 'paeans sq.) paafauad ao P°'labw 'posaa}p aq "KAgsso s pdplaam Ioaol 'aaayo Jo aafys hmpwpdso 'Lpoq
'psnoq tat 1a uopaoa}p s sopaazd 'swotup 'naps 4aopgpfw h nz Sip Lq as 'punnpuuOlaasN W Luolo'J ap W JO ipaann go impi moo
09110 gaauuosd 091 10 so 'sing Paalan aT W LaazWal s alltut pa 10 101119 pnlan aqt to Hung tat Lq a aaasaglo is pdp lanes -
'asl £4 Inc so alr'9a19a 'awn a9 fa +sips /o sass. sip ul fg9pSan s dup tuapan 'saolwlodpa •aaapaf![9a %ammo+ deow tpua9
as pus tan )o nasp!Puoa ayt anarnef pug smos a st nasfa s naf' so 'pal-m+taaaoaa s Lassa an m pus wants sic of 'asp'
Puts 'Passes sal Aq
Jo •dafpaaoosd s esopag IP a paaland s Papaw dup1eiaptsa put spaoq lupnaasafl sa fapooaan pas spasd aouasl aa9a
sagas nagnCOO JO nstsaasyad 091 fafama'naf wnn mnfsd As 849°d la stopped P!P}a9 auoawd W £Ifl 091 fsamauwf trop
aaa an pun tan sugar Pun amaaaa m 'tag sic n pus sans nl w •1u dato3 p}n m nadn s Iatfy s hary•al•s[muasw s tausolw a
wasp d so uonpd La ta}oddn m lass nssodma n} swpua wuganaS saapAU n! /o sae s Lsrwsa'S aq qs}a ..,.....4o0 o0 of gawps)
•MIA n! )o sa9lfa s ttsaPlaaad g! saaadws pat a}agm' 'SP Lgwml is Pn vP Luaduar3 app nags 'laolonn A eq 'aa/aagd
gsulaosd alt sf Pm Hams pnfan a9t JO nuoip al aqt of paw 'p. La 1'910 anN u; awn
ol : °nip a! pus apa°q 3o uo}'lm9I ag110
saaod to atauasoug a. aafn supddn Lund a o aaS Lsauases g sat n y AF1tj P�
qa. P g mad a!9a amp maa!'a9 ) aopaawnat ►+away+ aq1 so/ a} g 'aaa"'agr �qi
I
p " GENERAL AMENDMENT ENDORSEMENT —LIABILITY
. In consideration of:
The premiumsfor which this policy is written,
If
end. #9
S.
❑ An additional premium of: $ B.I. (Cov. ), P.D. (Cov. ), M.P. (Cov. E)
(Total)
❑ A return premium of: $ B.I. (Cov. ), P.D. (Cov. ), M.P. (Cov. E)
. (Total)
❑ A premium adjustment at audit,
it is agreed that the policy, Declarations, is amended as follows:
Item 1. ❑Names of Insured:
❑ Address:
❑ Corporation ❑ Individual ❑ Partnership ❑ Joint Venture O Other
Item 2. ® Policy Period: From 12-15-80 to 1-15-82 to 12-15-80 to 7-1-82
❑ Pay Basis: From to -
,This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following:
Item 3. ❑ Coverage, premiums, rates, and or classifications, as respects the below listed coverage part(s) are amended
as shown:
-.FORM OR - _ _ --ti r-- --�-�_-_�,_.. - - _ _ _n COVERAGE PREMIUM - _ RATE _ _ .PREMIUM CODE,,
PART NO. B.I. P.D. B.I. P.D. - - BASIS - -NO. - _ r C!ASSIFIC_
ATION'"" ` - -
❑ Location of all premises owned by, rented to or controlled by the named insured as respects the following
coverage parts, is amended to:
❑ The following endorsements are added:
❑ The following endorsements are deleted: ❑ Replaced by:
("❑x" designates provisions applicable)
This endorsement is effective from JANUARY 15th, 1982 , at 12:01 A.M., standard time at
the named insured's address, and subject to all the exclusions, conditions and other terms of the policy except as
specifically amended herein, forms a part of policy # GL, 1 166 859
issued to CITY OF FAYETTEVILLE,ARKANSAS, etal
Q'BITUMINOUS CASUALTY CORPORATION ❑ BITUMINOUS FIR AND MARINE INSURANCE COMPANY
(h1 designates the insuring company)
Countersigned March 5th, 19 82 at Prairie Village, KS. by /
GL966c (8-81) r• � �iyGga( rhea Reep��senfid
kc BENNETT CONSTRUCTION CO. INC._ ----__
ENDORSEMENT.
Date Issued
2-25-82
Endorsement No.
4
Insured.
Bennett Construction Company, Inc., et
al Policy No.
631-07-51
Name of Company
Federal Insurance Company _
Effective Date
1-15-82
Producer
Lockton Insurance Agency
$308. Additional
Premium
It is agreed that the expiration date
is amended to
read July 15, 1982.
All OtherTermsand Conditions Remain Unchanged
Form 99-02.01/5 Part (Rev. 8-71) (Formerly 1380) - -
4 4.
NiMtta
R-28342 (75M). a:...
MCGOODWIN, WILLIAMS AND YATES, INC.
O.?. WILLIAMS. JR. CONSULTING ENGINEERS
L. CARL YATES
FAYETTEVILLE. ARKANSAS
March 19, 1982
Re: Insurance Endorsements
Fluoride Feed Building
Fayetteville, Arkansas
Ms. Sherry •L. Rowe
City Clerk
City of Fayetteville
Drawer F
Fayetteville, Arkansas
909 ROLLING HILLS DRIVE
FAYETTEVILLE, ARK. 72701
TELEPHONE 4433404
Dear Ms. Rowe:
Enclosed are two endorsements to insurance policies for the
above referred to project.
Endorsement No. 9 to Policy No. GL 166 859, the Owner's
protective liability policy, extends coverage to July 1, 1982.
Endorsement No. 4 to Policy No. 631-07-51, the Builder's Risk
policy, extends coverage to July 15, 1982.
These may be inserted in the insurance envelope just inside
the front cover of the contract specifications.
Cordially,
Charles R. Nickle
CRN:jr
Enclosures
n
MCGOODWIN, WILLIAMS AND YATES, INC.
O. T. WILLIAMS, JR. CONSULTING ENGINEERS 909 ROLLING HILLS DRIVE
L. CARL YATES FAYETTEVILLE. ARK. 72701
FAYETTEVILLE. ARKANSAS
TELEPHONE 44]•]404
May 19, 1981
Re: Fluoride Feed Equipment to serve
the City of Fayetteville and
Beaver Water District, Lowell, Arkansas
Plans No. BWD-8
Street & Drainage Improvements \\,-
DHUD Project No. 7701 -ST; Plans No. Fy-70
Street & Drainage Improvements
Contract Sections V, VI and VII P
DHUD Project No. 7701 -ST; Plans No. Fy-70
Ms. Vivian Koettel
City Clerk
City of Fayetteville
P. 0. Drawer F
Fayetteville, Arkansas 72701
Dear Ms. Koettel:
We are transmitting herewith the basic bid documents
of each of the bidders on the above referred to projects.
The entire set of specifications is included for the low
bidders. This data needs to be a part of the city's
permanent files.
If you have any questions, please call.
ncerely,
Gti
Jerre M. an Hoose
JMVH:sc
Enclosures
.
t
r
AMERICAN FIDELITY FIRE INSURANCE COMPANY
BNEW YORK
ID BOND
BOND NUMBER:
PREMIUM:,,,,BBSUBID DATE : 11-25-80
....0 ...............
KNOW ALL MEN BY THESE PRESENTS, That we,, Combs,,, Cons tcy, Gtion...compa 3y.,....Xnc................
................
....... (hereinafter called the Principal), as
Principal, and AMERICAN FIDELITY FIRE INSURANCE CO., a corporation, organized and existing under the laws of the
State of New York and authorized to transact a general surety business in the State of .........., Arkansas
(hereinafter called the Surety), as Surety, are held and firmly bound unto,,,, The City ofFayettevilie
/.,,,,,,
kansas
(hereinafter called the Obligee) in the penal sum of -Five percent (,,,,,,,,,,,,,,,,,,,,,,, 5 %) not to exceed
................. .......
-Ten Thousand and no/100---------------------- 10,000.00
....................................................................................................................................... Dollars ($..........................................)
for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors
and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted or is about to submit
Construction of Fluoride Feed Equipment
aproposal to the Obligee on a contract for.......................................................................................................................
to serve City of Fayetteville, Arkansas
.................................................................................................6..........
NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may
be specified,enter into the contract in' writing, -and give'bond; with s`ureety acceptablCtt the Obligee for the faithful perfor-
mance of the said contract; or if the Principal shall fail to do so, pay to the Obligee the damages which the obligee may suffer
by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise remain in full
force and effect.
SIGNED, SEALED AND DATED this 25th day of,,,,,,,,,,,,, November * 19 80:. n.
................................................ .............................. ........r.
COMBS CONSTRUCTION CCM'I?ANY,'-INC:
By:
PIDELITYIRE INSURANCE COMPANY
J ...........................
-r "..
...........:.....................
Frey ATTORNEY -IN -FACT.
.-364 (7/7)*
AMERICAN FIDELITY FIRE INSURANCE COMPANY
WOODBURY. NEW YORK
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the American Fidelity Fire Insurance Company, a Corporation in the
State of New York, having its principal office in Woodbury, State of New York, pursuant to the following resolution,
adopted by the Board of Directors of the said Company on the 18th day of February, 1969, to wit:
"The President, or any Vice -President, or other officer designated by the Board Executive Committee shall have
authority, severally, to make execute and deliver a power of attorney constituting as Attorney -in -Fact, such persons,
firms or corporations as such officer may select from time to time," does hereby make, constitute and appoint
William R. Plegge and/or Dale E. Temple and/or Charles C. Campbell and/or Linda Frey of Little Rock, Arkansas
its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead,
to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, as follows:
Any and all bonds and undertakings in an amount not exceeding $50,000.00 in any single instance, for or on behalf
of this Company, in.its business and in accordance with its charter, and to bind AMERICAN FIDELITY -FIRE INSUR-
ANCE COMPANY thereby, and all of the acts of said Attorney -in -Fact, pursuant to these presents, and hereby ratified
and confirmed.
IN WITNESS WHEREOF, the American Fidelity Fire Insurance Company has caused these presents to be signed by its
President and/or Vice -President, and its Corporate Seal to be hereto affixed.
O:o::
State of New York l
County of Nassau f ss.
AMERICAN FIDELITY FIRE INSURANCE COMPANY
On this 4th day of August, 1975, before the subscriber, a Notary Public of the State of New York in and for
the County of Nassau duly commissioned and qualified, came Robert J. Kennedy of the American Fidelity Fire Insur-
ance Company, to me personally known to be the individual and officer described herein, and who executed the pre-
ceding instrument, and acknowledged the execution of the same, and being by me duly sworn, deposed and said, that
he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal
of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said
instrument by the authority and direction of the said Corporation, and that the resolution of said Company, referred to
in the preceding instrument. is now in force. _ --
IN
TESTIMONY
WHEREOF,
I have hereunto set my hand, and
affixed my official seal at Woodbury, New York the
day
and year above
written.
State of New York
County of Nassau f
ss.
♦ ^
XYIIL IC ,v/
yon Notary Public
0, M,♦
ALINA ZAKRZEWSKI
NOTARY PUBLIC, State of New York
No. 30-9785728
Qualified in Nassau County
Commission Expires March 30, 1976
CERTIFICATE
I, the undersigned, Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY a stock corporation of the
State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of
Authority remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Direc-
tors, as set forth in the Certificate of Authority, are now in force. --�.
Signed and Sealed at the Home Office of the Company, at Woodbury, New York, Dated this 25tlday of November
A.D., 19 80 / „ /J
`,IXF /♦j �
j♦�OL 10�, ♦o
Assistant Secretary
BAR
P/T/C/Fy5d_t875)
I? .
I
I
I
I
I
I
I
I
[]
I
Li
PROPOSAL
FLUORIDE FEED EQUIPMENT TO SERVE
THE CITY OF FAYETTEVILLE, ARKANSAS
and ..
BEAVER WATER DISTRICT, LOWELL, ARKANSAS
Arkansas State Fluoridation Project - Grant No. H10/CCH600216-01
Plans No. BWD-8 - Dated June, 1980
Board of Directors
Beaver Water District
Lowell, Arkansas
Board of Directors
City of Fayetteville
Fayetteville, Arkansas
Gentlemen:
The undersigned states that, as bidder, he has carefully examined the plans, profiles,
specifications, maps and drawings on file in the office of the Engineer -Manager,
Beaver Water Treatment Plant, Lowell, Arkansas, relative to the proposed construc-
tion of Fluoride Feed Equipment to Serve the City of Fayetteville, Arkansas; that
he is familiar with the same and understands each and all; has examined the location
and site; that all bids are made with full knowledge of the difficulties and
conditions that may be encountered, the kind, quality and quantity of the plans, work
to be done, excavation, and materials required; and with full knowledge of the
plans, profiles, specifications and estimates, and all provisions of the contract
and bonds; that this Proposal is made without collusion on the part of any person,
firm or corporation. He further states that he will enter into contract to con-
struct said Fluoride Feed Equipment and related work in accordance with the plans
and specifications, and have said work completed within one hundred eighty (180)
consecutive calendar days from the effective date of the issuance of the Notice to
Proceed for the following prices.
Item Estimated Total
No. Quantity Description of Item and Unit or Lump Sum Price Bid Amount
275 Tons, SB-2 Base Material for Pavements, compacted in
'
place
I
n
I
2. 80 Tons, Asphaltic Concrete Surfacing, Parking and Loading
Areas, complete in place
dollars( 55.D0 )Ton 4/OO,4O
5-1
' Item
No.
' 3.
I
I
I
[I
I
I
L
I
L
Estimated Description of Item and Unit or Lump Sum Price Bid Total
Quantity Amount
Lump Sum Fluoride Feed Building, which shall include all
excavation, concrete, reinforcing steel, SB-2 Base
material, masonry, doors and hardware, heating, lighting,
and all items riot called for under other items of the
Proposal for construction of building, and electrical work
thousand 4 1fv — dollars $ 1b050.OO
4. 230 Tons, SB-2 Base Material for Bedding and Repair of
Trenches under Existing Pavement, complete in place
dollars( 15.DD )Ton 345D.OD
5. 45. Cubic Yards, Class A Concrete, in place
One -hundred -'i iq — dollars( 130.OD)C.Y. (975d.OO
6. 6,000 Pounds, Reinforcing Steel, in place
s;yty cents - b0'1DD dollars( O. _D ) Lbs • - 3_00.00
7. 250 Cubic Yards, Topsoil for Plant Yard Repair, in place
jujelvg dollars( 12.00 )C•Y• 3000.O
8. 2,350 Square Yards, Fertilizing and Sprigging Bermuda Grass
One dollar -k Seuenty-fve Cetus dollars( i. tG )S.Y. `Ju l.50
9. Lump Sum Fluoridation, Storage, and Feed Equipment. Includes
water and chemical lines, manholes, storage and day
tanks, unloading compressors, metering and feed pumps,
scales, electrical controls, monitoring and testing
equipment, and every item of work not included in the
above items of this Proposal.
One hundred S±welves '4mitsancl dollars
TOTAL ---------------------------------------------- - $ I L7 71 Ti. ..5b
Amounts of
prices
are to
be shown in both words
and figures.
In case of discrepancy,
the amount
shown
in words
will govern.
The above prices shall include all labor, materials, bailing, shoring, removal,
a
overhead, profit, insurance, bonds, etc., to cover the finished work of the
several kinds called for.
The bidder shall submit below the names and license numbers of the subcontractors
he proposes to use for the following work:
I
Firm Names
License Nos.
' Electrical Subcontractor: Pendfe7`nn. 8/ -
Roofing Subcontractor: 7rr1usit 'a / doe fi'nv 8/- Z/50
•
Mechanical Subcontractor
' (Plumbing and Heating) : nloria,, Sm;y k /Co a, hs S_ _ YZ7
Also, subcontractors' bids must be submitted in separate sealed envelopes properly
identified as required by Act 159 of 1949. The separate sealed envelopes will be
opened only in the event the Contractor proposes to award one or more of such sub-
contracts to subcontractors other than those named.
' Attached separately is a bid bond, or certified or cashier's check, for
dollars ($ ), which we
agree the Owner may cash and retain as liquidated damages in the event of our failure
to enter into contract for the work covered by this Proposal, provided the contract
is awarded to us within thirty days from the date fixed for opening of bids and we
'
fail to execute said contract and execute the required bonds as called for in the
specifications within ten days after notification of the acceptance of this Proposal.
' Receipt of the following addenda to the plans, specifications and proposal is hereby
acknowledged
and such addenda are attached hereto and made a part hereof.
' Dated this ,ZS day of .✓o_P.nber , 1980.
_1.
At.
Respectfully submitted,
. .,
'.. 4>
P,D. aox ,53 Combs G'o/%siiurfioy Znc-
,
Firm Name y \ s>— r
F9. eHevilte flrkansa,s 7z�01 By c.;; LA) Smi�ro r'w
Ad rd ess of Firm CN
S/ -V27 _,�.P �rec�clen4-
Contractor's License No. Title of Authorized Representative
5-3
' 6
N
C
M
m
•
O
Q
O
U
to
UI
N
V
im
U
•6
W
V)
r
C
r
C
V)'i
t6
U7(0
i+)
i.
Y
O
N
to
0>
i
i•t
•r
to
+)
C)
Q
0001
U+)
a,
C
C
NY
S.
i
m
S.
C)
N
•r
C)
Y
•r
cr
01
t9
Q
l)_
�
•O b
3
4-
>
CU
N
0
04-C)
to C
o
_
O
d'
•D
C)r
V
+)
UIY
oho
co
fl
(a4-
T
a)u,
i N
i
Crp
tLCOO
tb
CO
Li
t 6'
X
C)
Y r•
00 •
N
i r
o
O
0
O
W
C)J
V
�0Z
Cr
nW
a)•r
}f
NU
E>0
nw
C
N•r
J
r
O
Y i
+) +)
C)
WT
r
0ii
aQF
R D
r
•O
Ll..
^
�a 4a
C)4-
a).n
a
Li-04-'C'J
2
Z
a)T3
i�
•
m.J
WJ
iU
a1
E
W F
wco>o
Q
—
t N
0
m F
L L
F m
Z
N
W ) �
}
W
V)
0
0
0
<
^-t
Q
to
N W
Y .^ Z
V VI Z
Y � m
F A n
V O
ti
Z
C
n
z
n
0
z
n
I
Ci
h
CD
M
I.-
dl-
0
1
c
Is
Y•
r
S
SPECIFICATIONS
FLUORIDE FEED EQUIPMENT TO SERVE
THE CITY OF FAYETTEVILLE, ARKANSAS
AND
BEAVER WATER DISTRICT, LOWELL, ARKANSAS
Arkansas State Fluoridation Project
Grant No. H10/CCH600216-01
Plans No. BWD-8
Dated June, 1980
'10 g 0 _
ft
McGOODWIN, WILLIAMS AND YATES, INC.
CONSULTING ENGINEERS - FAYETTEVILLE, ARKANSAS
SPECIFICATIONS
FLUORIDE FEED EQUIPMENT TO SERVE
'THE CITY OF FAYETTEVILLE, ARKANSAS
AND
BEAVER WATER DISTRICT, LOWELL, ARKANSAS
Arkansas State Fluoridation Project
Grant No. H10/CCH600216-01
Plans No. BWD-8
Dated June, 1980
BE,avt�� -'-vv
C
kArys�s Co
sKF,Rp CO.
McGOODWIN, WILLIAMS AND YATES, INC.
CONSULTING ENGINEERS - FAYETTEVILLE, ARKANSAS
TABLE OF CONTENTS
Page No.
Invitation to Bid -
Instructions to Bidders
State Wage Determination (Wage Rates) ------------
Proposal --- ----------------------------------
Contract '----- -------------------------------
Performance Bond ---=----------------------------
Payment Bond --------------=- ----------- --------
General Conditions -------------------------------
General Specifications:
Pipe and Pipe Laying ------------------------------------- 9-1
"Concrete and Reinforcing Steel ---------------------------- 10-1
Pipe Sewers - ----------------------- -- ------ 11-1
Building Construction ------------------------------------- 15-1
Built -Up Roof ------------------------------------------- 15-11
Roadway Construction and Pavement Repairs -----------16-1
Detailed
Specifications:
1.
Scope of the Work. ----------- -----------
2.
Completion Time and Liquidated Damages
3.
Notice to Proceed -----------------------
4.
Elevation Data --------------------------
5.
Quality of the Plans --------------------
6.
General Specifications and Special Provisions
A. General Specifications --------------
B. Special Contract Provisions ---------
C. Safety and Health Regulations -------
7.
Lands and Rights of Way -----------------
8.
Schedules and Sequence of the Work ------
9.
Continuing Responsibility of Contractor -
10.
Payment ------------------------ -----
• 11.
Pay for Extra Work ----------------------
• 12.
Special Conditions ----------------------
13.
Open Specifications --------------------
-14.
Equipment and Installation Details ---
17-1
17-2
17-2
17-3
17-3
17-3
17-3
17-3
17-3
17-4
17-4.
I
I
L
I
L
El
I
El
I
I
I
I
I
Page No.
15. Materials of Construction
A.
Pipe and Pipe Fittings ---------------------------
:17-5
B.
Valves ------------------------------------------
17-5
C.
Flow Meter ----------------------------------------
17-6
D.
Gauges -------------------------------------------
17-6
E.
Handrails -----------------------------------------
17-6
F.
Floor Drains -------------------------------------
17-6
16.
General Construction
A.
Site Grading -------------------------------------
17-7
B.
Furnishing and Spreading Topsoil ------------------
17-7
C.
Fertilizing and Sprigging Bermuda Grass -----------
17-7
D.
Existing Sodded Areas -----------------------------
17-7
E.
Cleanup --------------------------------------
-- 17-7
F.
Plant Roadway -------------------------------------
17-8
17.
Concrete
and Reinforcing Steel ------------------------
17-9
18.
Building
Construction
,
A.
General -------------------------------------------
17-10
B.
Type of Labor -------------------------------------
17-10
C.
Masonry Construction -----------------------------
17-10
D.
Built -In Items ------------------------------------
17-11
E.
Work in Existing Buildings ------------------------
17-11
F.
Bolts, Anchors and Miscellaneous Steel .------------
17-11
G.
Welding -----------------------------------------
17-11
H.
Carpentry -----------------------------------------
17-11
I..
Doors ---------- ----------------------------
- 17-12
J.
Glass and Glazing --------------------------------
17-13
K.
Hardware ------------------------------------------
17-13
L.
Caulking and Mastic -------------------------------
17-13
M.
Heating and Ventilation Equipment -----------------
17-14
N.
Roofing and Sheet Metal ---------------------------
17-14
19.
Chemical
Feed and Storage Materials
A.
General -------------- ---------------------------
17-16
B.
Storage Tank --------------------------------------
.17-17
C.
Alternate Fiberglass Tanks ------------------------
17-18
D.
External Piping ------------------------- ------
17-18
E.
Air Unloading Compressor --------------------------
17-18
F.
Day Tanks ---------------------------------------
17-19
G.
Chemical Metering Pump ----------------------------
17-19
H.
Dilution Pump -------------------------------------
17-20
I.
Support for Day Tanks -----------------------------
17-21
J.
Water Transmission Line Taps ----------------------
17-21
K.
Fluoride Testing Equipment --=---------------------
17-22
20.
Painting
A.
General ------------------------------------------
17-23
B.
Materials -------------------------------------
--- 17-23
C.
Items to Be Painted -----------------------------
17-24
F1
' Page No.
21. Electrical
A. Scope of the Work ------------------------------- 17-25
B. Codes and Permits -------------------------------- 17-25
C. Relation to Other Work --------------------------- 17-25
D. Materials and Workmanship -------=-------------- 17-25
E. Material Standards and Equipment Approval -------- 17-26
F. Guarantee -------------------------------------- 17-26
G. Plans ---------------------------------------- 17-26
' H. Tests After Installation ------------------------- 17-27
I. As -Built Drawings ------------------------------- 17-27
J. Setting of Equipment ----------------------------- 17-27
UK. Conduit -------- --------------------------------- 17-28
L. Wiring ---------- ------------------------------ 17-31
M. Outlets and Fittings ----------------------------- 17-31
N. Operating -----------------------------------1------------------------------ 7-32
0. Operating Voltages 17-32
P. Mechanical Equipment Connections ----------------- 17-32
• Q. Relays ------------------------------------------ 17-32
R. Contactors ___ ________�_ _______________ 17-33
M S. Motor Controls 17-33
T. Fluoride Feed System Control Panel --------------- 17-34
U. Flow Transmitter --------------------------------- 17-35
V. A. C. Motor Speed Control ------------------------ 17-36
W. Fluoride Vessel Weighing System -----------=----- 17-37.
X. Shielded Instrument Cable ----------------------- 17-38
Y•. No section Y
Z. Unit Heating ---------------------------------- 17-38
AA. Nameplates and Labeling -------------------------- 17-39
BB. Solenoid Valve ----------------------------------- 17-39
• CC. Flow Meter - Dilution Line ----------------------- 17-39
DD. Tachometer -Generator ----------- =---------------- 17-40
22. Methods of Measurement and Payment ----------------- 17-41
I
I1
I
1
I
Ii
I
1
INVITATION TO BID
1
H
H
I
I
Li
I
C
IL
Notice is hereby given that sealed proposals on forms prepared by the Engineer
will be received by the Beaver Water District, P. 0. Box 58, Lowell, Arkansas
72745 until 2:00 p.m., November 25, 1980, at the Joe M. Steele Water Treatment
Plant, for the construction of Fluoride Feed Equipment to Serve the City of
Fayetteville, Arkansas, at which time the proposals will be publicly opened
and read aloud. Any bid received after closing time will be returned unopened:
Bids are to be made on the proposal forms in the specifications and shall not
be detached from the bound set of specifications.
Plans and specifications may be obtained from McGoodwin, Williams and Yates,
Inc., Consulting Engineers, 909 Rolling Hills Drive, Fayetteville, Arkansas
72701, upon the deposit of $30.00, which will be refunded to contractors sub-
mitting proposals.
♦
The attention of all bidders is called to the fact that any preference claimed
under Act 102 of 1977 must be made in writing and submitted with the bid.
All bids will be awarded in accordance with the provisions of Act 370 of 1977.
Retainage on amounts of work completed will be made in accordance with the pro-
visions of Act 235 of 1977.
Each bidder must deposit with his bid an acceptable form of proposal guaranty
in an amount equal to at least five percent of the amount of the proposal, and
such bid bond or cashier's check shall be subject to the conditions provided
in the Information for Bidders.
No bid may be withdrawn after the scheduled closing time for the receipt of
bids for at least 60 days.
The Owner reserves the right to reject any and all bids and to waive any infor-
malities, and to accept the lowest proposal, deemed to be in the best interest
of the Owner.
The attention of all bidders is called to the fact that they must be licensed
under the terms of Act 150 of the 1965 Acts of the General Assembly of Arkansas,
as amended, and that the Contractor's license number must appear on the face of
the envelope containing his bid.
Dated this 30th day of October, 1980.
C. Richard Starr
Engineer -Manager
I
I
I
11
I
I
I
I
I
I
L
L
I
I
I
I
INSTRUCTIONS TO BIDDERS
1. EXAMINATION OF SITE AND DOCUMENTS. Bidders are advised that the plans,
profiles, specifications and estimates of the Engineer on file in the office
of the official as set out in the Notice to Contractors shall constitute all
of the information which the Owner shall furnish. No other information given,
or soundings made by the Owner or any official thereof, prior to the execution
of said contract, shall ever become a part of, or change the contract, plans,
profiles, specifications and estimates, or be binding on the Owner. Prior to
submitting any bid, bidders are required to read carefully the specifications,
contract and bonds, to examine carefully all plans, profiles, and estimates,
to visit the site of the work to examine carefully local conditions, to inform
themselves by their independent research and sounding of the difficulties to
be encountered, and to judge for themselves of the accessibility of the work
and the quantities and character of the materials to be encountered, and all
attending circumstances affecting the cost of doing the work and the time
specified for its completion; and to obtain all information required to make
an intelligent bid.
Bidders shall rely exclusively upon their surveys, estimates, investigations,
soundings and other things which are necessary for full and complete infor-
mation upon which the bid may be made and for which a contract is to be
awarded. The Proposal, providing for unit and lump sum prices bid by the
Contractor, contains a statement that all bids are made with the full know-
ledge of the difficulties and conditions that may be encountered, the kind,
quality and quantity of the plans, work to be done, excavation, and materials
required and with full knowledge of the plans, profiles, specifications and
estimates and all provisions of the contract and bonds. The submission of a
bid shall constitute the acceptance of these provisions.
2. APPROXIMATE ESTIMATE OF QUANTITIES. The Engineer's estimate of quantities,
approved by the Owner and on file in the office of the official as set out in
the Notice to Contractors, is approximate only, and shall be the basis for
receiving unit price bids for each item, but shall not be considered by the
bidders as the actual quantities that may be required for the completion of
the proposed work. Such quantities, however, at the unit and lump sum prices
bid for each item, shall determine the amount of each bid for comparison of
bids and aid in determining the lowest and best bidder for the purpose of
awarding the contract, and will be used as a basis for fixing the amount of
the required bonds.
3. BIDS AND BIDDING FORMS. A copy of the plans, profiles, specifications,
Engineer's estimate and bidding forms may be obtained as provided in the
Advertisement for Bids.
All papers bound with or attached to the Proposal forms are necessary parts
thereof and must not be detached.
Bids must be made out in ink on bidding forms included as part of these plans
and specifications. All bids shall be sealed and filed as provided in the
Advertisement for Bids.
I
Instructions to Bidders
2-1
C
No bidder shall divulge the information in the sealed bid to any person whomso-
ever,
except those having a partnership or other financial interest with him
in the bid, until after the sealed bids have been opened.
Bids which are incomplete, unbalanced, conditional, or obscure, or which contain
additions not called for, erasures, alterations or irregularities of any kind,
or which do not comply with the Instructions to Bidders may be rejected as
informal at the option of the Owner. However, the Owner reserves the right to
waive technicalities as to changes, alterations or revisions and to make the '
award in the best interest of the Owner.
4.UNIT PRICES AND FILLING IN BIDDING FORMS. Bidders must state a unit price
for each item or work named in the Engineer's estimate of quantities of work
to be done. Unit prices shall include amounts sufficient for the furnishing
of all labor, materials, tools, equipment and apparatus of every description,
to construct, erect, and finish completely all of the work as called for in
the specifications or shown in the plans. Unit prices bid and totals shown
in the Proposal shall not include any of the costs of engineering, advertising,
appraising, or printing.
The price bid for each item must be stated in figures and in words in the
appropriate blank spaces provided on the bidding forms. The figures must
be clear and distinctly legible so that no question can arise as to their
intent and meaning. In case of a difference in the written words and figures
in a Proposal, the amount stated in the written words shall govern.
5. PRICES BID TO BEAR RELATIONSHIP TO COST OF WORK. Prices bid on the various '
items in the Proposal shall bear a fair relationship to the cost of the work
to be done. Bids which appear unbalanced and deemed not to be in the best
interest of the Owner may be rejected at the discretion of the Owner.
6. SIGNATURE ON BIDS. If the bid is made by an individual, his firm name must
be given, and the Proposal signed by him or his duly authorized agent. If the
bid is made by a partnership, the firm name and the names of each member must
be given, and the bid signed by a member of the partnership, or a person duly
authorized. If the bid is made by a company or corporation, the company or
corporate name must be given, and the bid signed by an officer or agent duly
authorized.
Powers of attorney, properly certified, for agents and others to sign bids must
be in writing and filed with the Owner.
7. BIDS OF SUBCONTRACTORS. The general contractor will be required to furnish
the names of subcontractors and the amounts of their subcontracts as required
by Act 183, Arkansas Acts of 1957. The subcontracts may be for mechanical,
electrical, roofing, and sheet metal work. Subcontract amounts must be sub-
mitted
on a separate list in a sealed envelope and must accompany the bid
Proposal. The subcontractor's name and license number shall appear on the
outside of the sealed envelope. Subcontractors must be licensed according
to the laws of the State of Arkansas.
1
Instructions to Bidders
2-2
I
8. WITHDRAWAL OF BIDS. Permission will not be granted to withdraw or modify
any bid after it has been filed. Requests for`non-consideration. of bids must
be made in writing, addressed to the governing body of the Owner, and filed
with the representative of the Owner designated to receive bids before the
expiration of the time limit for opening of bids. After other bids are opened
and read, the bid for which withdrawal is requested will be returned unopened.
9. COMPLIANCE WITH STATE LICENSING LAW. Contractors must be licensed in
accordance with the requirements of Act 150, Arkansas Acts of 1965, the
"Arkansas State Licensing Law for Contractors." Bidders who submit proposals
in excess of $20,000 must submit evidence of their having a contractor's
license before their bids will be considered, and shall note their license
• number on the outside of their Proposal.
10. QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS. Each bidder, if requested
to do so by either the Owner or the Engineer, shall furnish satisfactory
evidence of his competency to perform the work contemplated. The Owner
reserves the right to reject a bid if the bidder has not submitted, upon•
request, a statement of his qualifications prior to the date of the opening
of bids.
11. DISQUALIFICATION OF BIDDERS. Any one or more of the following causes
may be considered as sufficient for the disqualification of bidders and the
rejection of bids:
More than one
Proposal for
the same work from
an individual, firm,
partnership,
or corporation
under the same or
different names.
Evidence of collusion among bidders. Participants in such collusion
may receive no recognition as bidders for any future work.
'Unbalanced Proposals in which the prices for some items are out of
' proportion to the prices for other items, or changes written in, or
amendments by letter. Failure to submit a unit price for each item
of work for which a bid price is required by the Proposal, or failure
to include all required contract documents.
' Lack of competency as revealed by the financial statement, experience,
plant and equipment statements submitted. Lack of responsibility as
' shown by past work judged from the standpoint of workmanship and progress.
• A bid by an unlicensed contractor bidding under a licensed contractor's
' name.
Uncomplete work which, in the judgment of the Owner, might hinder or
prevent the prompt completion of additional work if awarded.
' Being in arrears on existing contracts, in litigation with the Owner,
or having defaulted on a previous contract.
Instructions to Bidders
2-3
I
12. CONSIDERATION OF PROPOSALS. After the Proposals are opened and read, the
quantities will be extended and totaled in accordance with the bid prices of
the accepted Proposals, and the results of the prices will be made public.
Until the final award of the contract, the Owner reserves the right to reject
any or all Proposals, to waive technicalities, and to advertise for new
Proposals, or proceed to do the work otherwise when the best interests of the
Owner will be promoted thereby.
13. RIGHT TO REJECT BIDS. The Owner reserves the right to reject any and all
bids. All bids are subject to this reservation, and the Owner reserves to
itself the right to decide which bid shall be deemed the lowest and best. Due
consideration will be given to the reputation, financial ability, experience
and equipment of the bidder.
14. AWARDING OF CONTRACT. The Owner reserves the right to withhold the awarding
of a contract a reasonable period of time from the date of opening of bids, said
length of time not to exceed sixty (60) days except with the consent of the
bidder.
The
awarding
of a
contract
upon a successful
bid shall
give
the bidder
no right
to
action or
claim
against
the Owner upon the
contract
until
the
contract is reduced to writing and signed by the contracting parties. The
letting of a contract shall not be complete until the contract is executed and
the necessary bonds approved.
15. BIDDING CHECKS OR BONDS. Each bid must be accompanied by a certified '
check, or a surety bond issued by a company licensed to do business in the
state of the Owner, in the sum of five percent (5%) of the amount of the bid,
made payable to the Owner as a guarantee that a contract will be entered into
and the required bonds furnished within the required time, in the event a
contract is awarded.
16. SEPARATE ENVELOPE FOR BID BOND OR CERTIFIED CHECK. If provided for in
the Advertisement for Bids, the bidder shall submit a bid bond or certified
check enclosed in a separate sealed envelope firmly attached to the outside of
the sealed bid envelope. At official bid opening, the envelope containing
the bid bond or certified check shall be opened first, and if the documents
are not found in order, the bid shall be returned unopened.
17. FORFEITURE OF BIDDING BOND. The person or persons, partnership, company,
firm or corporation to which the contract is awarded shall within ten (10)
days after such contract is awarded, execute and deliver the contract and
bonds as required; such bonds to be executed and approved (but not dated)
prior to the execution of the contract by the Owner. The Owner reserves the
right to grant the Contractor such extension of time in executing the contract
as it deems necessary in the interest of the Owner. Any applications for
extension of time shall be made by the Contractor in writing and signed by
proper officials. The inclusion of this provision, whereby extension of
time in signing the contract and submission of bonds may be granted, in no
way obligates the Owner to act upon any application unless it sees fit to do
so.
Instructions to Bidders
2-4
1,
Upon failure of the bidder to. execute the contract and bonds within the speci-
fied time after the award of the contract, he will be considered to have
' abandoned said bid, and the Owner may relet same. By reason of the uncertainty
of the market prices of materials and of damages and.expenses which the Owner
might sustain by reason of said bidder's failure to execute said bond and
' contract within the specified time, the bid bond or certified check accompanying
the bid shall be the agreed amount of damages which the Owner will suffer by
reason of such failure upon the part of the bidder, and shall thereupon
immediately be forfeited to the Owner. The filing of a bid under these
'instructions shall be considered as acceptance of this provision.
18. RETURN OF BIDDER'S CHECK.OR BOND. Checks and bonds deposited with bids
' will be returned to the bidders as soon -as the contract is awarded, except
the bond or check of the successful bidder, which will be returned after the
contract is executed and the bonds approved. Unless the Owner has a good
' reason to hold bidding bonds or checks, the bonds or checks of all except
the three low bidders will be returned as soon as the bids have been considered.
19. SUBCONTRACTOR. The Contractor shall not assign or sublet all or any part
' of this contract without the prior written approval of the Owner nor shall the
Contractor allow such subcontractor to commence work until he has provided and
obtained approval of such compensation and public -liability insurance as may
' be required. The approval of each subcontract by the: Owner will in no manner
release the Contractor from any of his obligations as set out in the plans,
specifications, contract and bonds'.
I
I
I
20. MATERIAL GUARANTY. Before any contract is awarded the bidder may be
required to furnish a complete statement of the origin, composition, or manu-
facture of any or all materials proposed to be used in the construction of the
,work, together with samples, which may be subjected to the tests provided for
in these specifications to determine their quality and fitness for the work.
21. FAMILIARITY WITH LAWS. The bidder is presumed to be familiar with all
federal, state and city laws, ordinances and regulations which in any manner
affect those engaged or employed in the work, or the materials or equipment
used, or in any way affecting the work, and shall in all respects comply with
said laws, ordinances and regulations. No claim of misunderstanding or
ignorance on the part of the Contractor will in any way serve to modify the
provisions of the contract. No representations shall be binding unless
embodied in the contract.
22. LABOR LAWS. The Contractor shall abide by all federal, state, and local
laws governing labor. The Contractor further agrees to save the Owner harmless
from the payment of any contribution under the State Unemployment Compensation
Act, and the Contractor agrees that if he is subject to the Arkansas State
Unemployment Act, he will make whatever contributions are required under and
by virtue of the provisions of said Act.
23. WAGES AND LABOR. Minimum wage rates shall be equal to basic rates as
established by common usage. in the city and adjacent community for the various
Instructions to Bidders
2-5 -
I
types of labor and skills performed. In case wage rates are specified in
the contract documents, the rates as specified shall be the minimum rates
which apply to the project. Whenever available, local common labor shall be
used and whenever practical, skilled and semi -skilled labor, if available,
shall be used.
The Contractor and each subcontractor, where the contract amount exceeds '
$75,000.00, shall comply with the provisions of Act 74, as amended by Act 275
of 1969 (Ark. Stat. 14-630). The provisions are summarized below.
The Contractor and subcontractor shall:
(1) pay the minimum prevailing wage rates for each craft or type of
workman and the prevailing wage rate for holiday and overtime
work, as determined by the Arkansas Department of Labor.
(2) post the scale of wages in a prominent and easily accessible place
at the site of the work.
(3) keep an accurate record showing the names and occupation and hours
worked of all workmen employed by them, and the actual wages paid
to each of the workmen, which record shall be open at all reasonable
hours to the inspection of the Department of Labor or the Owner, its
officers and agents.
The Owner shall have the right to withhold from amounts due the Contractor so
much of accrued payments as may be considered necessary to pay the workmen
employed by the Contractor or any subcontractor, the difference between the
rates of wages required by this contract and the rates of wages received by
such workmen.
If it is found that any workman employed by the Contractor or a subcontractor
has been or is being paid a rate of wages less than the rate of wages required
by this contract, the Owner may by written notice to the Contractor, terminate
his right to proceed with the work or such part of the work as to which
there has been a failure to pay the required wages and to prosecute the work
to completion by contract or otherwise, and the Contractor and his sureties
shall be liable for any excess costs occasioned thereby.
24. WITHHOLDING STATE INCOME TAXES. The Contractor shall deduct and withhold
Arkansas income taxes, as required by Arkansas law, from wages paid to employees,
whether such employees are residents or nonresidents of Arkansas.
25. ANTI -KICKBACK PROVISIONS (WHERE APPLICABLE). When provided for in the '
specifications, the Contractor shall comply with the regulations of the Secretary
of Labor made pursuant to the Anti -Kickback Act of June 13, 1934, 40 U.S.C.
276(c), and any amendments or modifications made thereto and shall see that
such provisions are included in all subcontracts. A copy of such provisions
is included hereinafter in these specifications.
Instructions to Bidders
2-6 '
Li
I
I
L
C
C
C
I
I
I
I
I
I
I
X26. COMPLIANCE WITH NONDISCRIMINATION IN EMPLOYMENT AND NONSEGREGATED FACILI-
TIES REQUIREMENTS (WHERE APPLICABLE). Where Federal funds are used to pay a
portion of the cost of a project, the prospective bidder will be required to
comply with the provisions of Title VI of the Civil Rights Act of 1964 and
Executive Orders 11246 and 11375,.and shall include such provisions in appli-
cable subcontracts or purchase orders.
As a part of his bid, the Contractor shall complete, by word deletion, the
paragraph in the bid relative to previous participation in a contract subject
to the above, or any preceding similar, Executive Orders. Or, in certain
instances, the Contractor, as a part of his bid, shall complete forms provided
in..the specifications relative to compliance with the above, and execute a
form relative to certification of nonsegregated facilities.
27. COMPLIANCE WITH ACT 125, ARKANSAS ACTS OF 1965. The attention of all
bidders is called to the provisions of Act 125, Arkansas Acts of 1965. This
act provides for payment of certain taxes on materials and equipment brought
into the state. It further provides for methods of collecting said taxes.
All provisions of this act will be complied with under this contract.
28. INSURANCE AND BONDS. The successful bidder shall, during the life of
this contract, carry insurance and maintain bonds as set out below.
A. Insurance. The Contractor shall furnish in the name of the Owner, through
the Engineer, certificates of insurance or insurance policies for the
following insurance.
1. Workmen's compensation as required by the laws of the state in which
the work is to be done. In case any hazardous occupations are
required for the execution of the work which are not covered by the
above insurance, special employer's liability policies shall be
obtained to cover workmen engaged in such hazardous occupations.
2. .Contractors' public liability insurance and property damage insurance,
with bodily injury of $200,000 for each person and $500,000 for each
accident; and property damage of $100,000 for each accident and
$200,000 as an aggregate limit. This insurance shall be endorsed
to cover explosion, collapse and underground hazards, and in certain
instances, blasting.
3. Motor vehicle public liability and property damage insurance with
bodily injury of $200,000 for each person and $500,000 for each
accident; and property damage of $100,000 for each accident.
4. Owner's and Engineer's contingent protective liability insurance.
The Contractor shall indemnify and save harmless the Owner and
Engineer, from and against all losses and claims, demands,.payments,
suits, actions, recoveries and judgments of every nature and descrip-
tion brought or recovered against them by reason of any omission or
act of the Contractor, his agent or employees in the execution of
Instructions to Bidders
2-7
H
the work or in the guarding of it. The Contractor shall obtain in
the name of the Owner and Engineer (either as co-insured or by endorse-
ment), and shall maintain and pay the previums for such insurance in
an amount not less than $100,000 property damage and $500,000 bodily
injury limits, and with such provisions as will protect the Owner
and Engineer from contingent liability under this contract.
5. Until the project is completed and is accepted by the Owner, or is
substantially complete and in use as determined by the Engineer, the
Contractor is required to maintain builder's risk insurance (fire and
extended coverage) adequate to cover fully the insurable portion of
the project for the benefit of the Owner, the prime Contractor and
subcontractors as their interests may appear.
The prime Contractor shall require all of his subcontractors to carry
insurance as outlined above, in case they are not protected by the policies
carried by the prime Contractor. Each Contractor shall furnish the
Engineer with at least six certificates of insurance.
In Arkansas, insurance shall be issued by a resident Arkansas agent
licensed by the State Insurance Department of the State of Arkansas, or,
if issued by an out-of-state agent, such insurance or certificates shall
be endorsed or countersigned by a resident Arkansas agent. Insurance
companies underwriting the required insurance shall be licensed in
Arkansas. Licensed companies are listed in the State Insurance Depart-
ment's Annual Report of the Insurance Commissioner.
B. Bonds. The Contractor shall furnish both a surety performance bond and
payment bond, each equal to one hundred percent (100%) of the contract
price. The Contractor is to pay all expenses in connection with the
obtaining of said bonds. The bonds shall be conditioned that the
Contractor shall faithfully perform the contract, and shall pay all
indebtedness for labor and materials furnished or performed in the
construction and installation of such alterations and additions as
prescribed in this contract.
The surety company issuing the bonds must be a solvent company on the
"Surety Companies Annual List" issued by the U. S. Department of the
Treasury, and the bonds are not to be issued in an amount greater than
the underwriting limitations for the surety company as set out therein.
In Arkansas, these surety companies must be licensed and listed in the '
State Insurance Department's Annual Report of the Insurance Commissioner.
In addition, in Arkansas, the bonds shall be issued or countersigned, by
a resident Arkansas agent. Also, in Arkansas, there must be incorporated
in each bond the following: "This bond is given in compliance with Act
No. 351 of the 1953 Acts of the General Assembly of the State of Arkansas
and Act No. 209 of the 1957 Acts of the General Assembly of the State of
Arkansas, the same appearing as Section 51-635 Arkansas Statutes 1957,
Cumulative Supplement."
1
Instructions to Bidders '
2-8
1
ir
41
The date of the bonds :.and of the power ofattorney, must not be prior to
the date of the contract. At least four copies of the bond shall be
furnished, each with power of attorney attached.
Insurance and bonds are to be approved by the Owner. If any bonds or insurance
contracted for become unsatisfactory or unacceptable to the Owner after the
acceptance and approval thereof, the Contractor shall promptly, upon being
notified to that effect, execute and furnish acceptable insurance and/or bonds
in the amounts herein specified. Upon presentation of acceptable insurance
and/or bonds, the unsatisfactory insurance or bonds may be canceled at the
discretion of the Contractor.
Instructions to Bidders
2-9
I
I
I
I
I
[1
I
I
1
BILL CLINTON. GOVERNOR
CHARLES L DANIELS, DIRECTOR
September 19, 1980
McGoodwin, Williams & Yates, Inc.
Consulting Engineers
9G9 Rolling Hills Drive
Fayetteville, AR 72701
Re: Beaver Water Treatment Plant
Lowell, Arkansas
Benton, County
Gentlemen:
We are extending Arkansas Prevailing Wage Determination
Number 79-153 until February 4, 1981•
If we
can be
of any
further assistance,
please feel free
to contact
Becky
Bryant
at 371-3024•
CLD/llb
Sincerely,
Charles L. Daniels
Director
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page I of _3 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION -HEAVY RATE
DATE: June 4, 1980 DETERMINATION #_79-153
PROJECT: Beaver Water Treatment Plant COUNTY BENTON
Lowell, Arkansas EXPIRATION DATE• 10-4-80
Bricklayers
Carpenters
Concrete Finisher
Electricians
Ironworkers:
Structural
Reinforcing
Laborers:
Air tool operator
Asphalt heater operator
Asphalt raker
Carpenter tender
Chain saw operator
Checker grade
Concrete finisher tender
Concrete joint sealer
Concrete saw operator
Form setter
Laborer
Pipelayer
Powderman
Vibratorman
Painter
Pile Driver Leadman
Power Equipment Operators:
Aggregate spreader operator
Asphalt plant fireman
Asphalt plant drier operator
Batch plant operator
Bulldozer Operator:
Finish,
Rough
Bull float operator
Concrete curing machine operator
BASIC
HOURLY
RATE
H
&
. W
.Pensions
Vacation
Educatio:
and/or
Appr. Tr.
$5.75--
5.75.
5.75
7.00
5.00
4.10
4.00
4.00
4.60
4.10
4.10
4.25
4.10
4.10
4.10
4.30
3.10
4.25
5.00
4.00
5.00
5.00
4.50
3.75
3.75
4.50
4.70
4.40
4.65
4-1
I.
I.
' Page 2 of 3 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION - HEAVY RATE
' DATE: June 4, 1980 DETERMINATION#_79-153
79-153
PROJECT: Beaver Water Treatment Plant COUNTY BENTON
Lowell, Arkansas EXPIRATION DATE• 10-4-80
BASIC H Educatioi
HOURLY & and/or
RATE W Pensions Vacation Appr. Tr.
'. Power Equipment Operators(cont'd)
Concrete mixer operator
' (less than 5 sacks) $4.10
Concrete mixer operator
(5 sacks or over) 4.95
' Backhoe, operator -rubber tired
(1 yard or less) 4.70
Cherry picker operator 4.70
Concrete paver operator 5.25
' Concrete spreader operator 5.25
Crane, derrick, dragline, shovel,
backhoe operator (1= yd. or less) 5.50
Crane, derrick, dragline, shovel,
backhoe operator (over 1' yd.) 5.75
Crusher operator 4.40
Distrubutor operator 4.40
' Drill operator (wagon or truck) 4.75
Elevating grader operator 5.25
Euclid or like equipment.
operator (bottom or end dump) . 4.25
Finishing: machine operator 4.75
Forklift operator 3.90
Fnrm_ rtrarla.r_ nnpraf_nr
1 --•
Front end loader operator Finish 5.25
Front end loader operator. Rough 4.70
Hydro seeder operator 4.25
Machanic 5.50
Motor Patrol Operator: -
Finish 5.50
' Rough 4.70
.Mulching machine operator 4.25
Oiler and greaser 4.25
Pile driver operator 4.90.
Pub mill operator 3.90
Roller operator (self-propelled) 4.25
'I . . . .. . . e
I.
4-2
f f I
_
i
i i I
I
I
I
I
I
I
I
I
I
I
L
I
I
Page 3 of _3 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION -HEAVY RATE
DATE: June 4, 1980 DETERMINATION #_791S
PROJECT: Beaver Water Treatment Plant COUNTY BENTON
EXPIRATION DATE. 10-4-80
Power Equipment Operators
(cont'd)
Scraper Operator:
Finish
Rough
Sod slicing machine operator
Stabilzer mixing machine operato
Tractor operator (crawler type)
Tractor operator (farm & wheel)
Tractor operator wheel type
(with attachments 1 yd. or under
Trenching machine operator
Stonemasons
Truck Drivers:
Distributor truck driver
Semi -trailer
Loyboy driver
Transit mix truck driver
Truck driver (heavy-miximum
pay load in excess of 3000 lbs.)
Truck driver (light -maximum
pay load 3000 lbs.)
Well drillers
WELDERS -- RECEIVE RATE PRES
WHICH WELDING IS INCIDENTAL.
BASIC
HOURLY
RATE
$5.50
4.70
3.85
4.40
4.25
4.00
4.40
4.40
5.75
4.30
4.30
4.75
4.30
4.00
3.85
5.50
FOR C
4-3
H
W
Pensions
Vacation
ERATION T
Educatim
and/or
Appr. Tr.
I
fL
I
I
I
I
I
Pagel of
1
ARKANSAS
DEPARTMENT OF LABOR
PREVAILING WAGE
DETERMINATION - BUILDING RATE
DATE:
June 4,
1980
DETERMINATION #_79.-153
PROJECT:
Beaver
Water Treatment Plant
COUNTY bEJI'on
Lowell,
AR
EXPIRATION DATE: 10-4-80
BUILDING CONSTRUCTION
Bricklayers
Carpenters
Millwrights & Piledrivermen
Cement Masons
Electricians
Cable Splicers
Ironworkers
Laborers:
Construction laborers, concret
laborers, excavating laborers
Semi -skilled laborers: Pipela
cement mixer, wet or dry, fini
mixer, asphalt raker and sholt;
Air jack operator, shorers, bra(
kemper. and other pneumatic cor
Steel form setters, curb & gut
Swinging scaffold, wagon drill
Nozzelman (Gunite Grout, Cemer
Lathers
Painters, brush
Plasterers
' Plumbers & Pipefitters
Sheet Metal Workers
Truck Drivers
II
I
C -- Apprenticeship Fund shall I
employed.
BASIC
HOURLY
RATE
H
&
W
Pensions
Vacation
Education
and/or
Appr. Ti'.
$8.00
.30
.25
.02
7.25
.02
7.75
.02
7.72,
.25
.02
8.75;
.25
1%
1/4%
9.00:
25
1%
1/4%
8.90:
.30
.35
.08
e laborer
, wrec.ing
lab
rers, meth
nit's
5.37
.15
.20
.04
yers, con
rete aid
clay
md mechani
al tool;
shers and
plaste
ers, mason
tenders,
mortar
ers, Gres
ste wo
d handl
rs and chu
k tender
5.62
.15
.20
.04
ers and c
ribers
(wood or
steel), s
ademan,
crete pla
er_ope
ator
5.72,
.20
.04
ters, groit
.15
and
ement m
ckers
5.87
.15
.20
.04
operator
3, burners
5.87
.20
.04
t and san
.15
blaste
)
6.02
.20
.04
7.90
.15
.02
6.80
7.80
... 02.
8.50
.35
.02
8.40
.30
.40
C+ .02
4.35
.35
e $.50 per
month
journeymen
and apprentice
4-4
I
V
I
I
I
PROPOSAL
FLUORIDE FEED EQUIPMENT TO SERVE
THE CITY OF FAYETTEVILLE, ARKANSAS
and
BEAVER WATER DISTRICT, LOWELL, ARKANSAS
Arkansas State Fluoridation Project - Grant No. H10/CCH600216-01
Plans No. BWD-8 - Dated June, 1980
Board of Directors.
Beaver Water District
Lowell, Arkansas
Board of Directors
City of Fayetteville
Fayetteville, Arkansas
Gentlemen:
The undersigned states that, as bidder, he has carefully examined the plans, profiles,
specifications, maps and drawings on file in the office of the Engineer -Manager,
Beaver Water Treatment Plant, Lowell, Arkansas, relative to the proposed construe-
' tion of Fluoride Feed Equipment to Serve the City of Fayetteville, Arkansas; that
he is familiar with the same and understands each and all; has examined the location
and site; that all bids are made with full knowledge of the difficulties and
conditions that may be encountered, the kind, quality and quantityof the plans, work
'to be done, excavation, and materials required; and with full knowledge of the
plans, profiles, specifications and estimates, and all provisions of the contract
and bonds; that this Proposal is made without collusion on the part of any person,
firm or corporation. He further states that he will enter into contract to con-
struct said Fluoride Feed Equipment and related work in accordance with the plans
and specifications, and have said work completed within one hundred eighty (180)
consecutive calendar days from the effective date of the issuance of the Notice to
Proceed for the following prices.
ti
' Item Estimated Total
No. Quantity Description of Item and Unit or Lump Sum Price Bid Amount
1: 275 Tons, SB-2 Base Material for Pavements, compacted in
place
2. 80 Tons, Asphaltic Concrete Surfacing, Parking and Loading
Areas, complete in place
-
I
/`- dollars
5-1
y
�O ) Ton 2 DO O0
1
I
L
I
I
L
L
L
I
L
Item Estimated Total
No. Quantity Description of Item and Unit or Lump Sum Price Bid Amount
3. Lump Sum Fluoride Feed Building, which.shall include all
excavation, concrete, reinforcing steel, SB-2 Base
material, masonry, doors and hardware, heating, lighting,
and all items not called for under other items of the
Proposal for construction of building, and electrical work
/.rl 414. GIY /mu d/) c�EO A.e/L) ay dollars
4. 230 Tons, SB-2 Base Material for Bedding and Repair of
•Trenches under Existing Pavement, complete in place
,✓a uo ti°
iV/.UE AeJO /oo dollars( g — )Ton ZD7O
5. 45 Cubic Yards, Class A Concrete, in place
•//tea HU.✓02F0 �ttIa/YV-1'/✓L-� r'- dollars(ZZEr )C.Y. ZS
6. �X6,000 Pounds, Reinforcing Steel, in place
f'nR>Y — ✓tom G�E/V7S s ( Q —� )Lbs. 2700-
00
7. 250 Cubic Yards, Topsoil for Plant Yard Repair, in place
S/ X ID Z�L�
d dollars ( /D
AM
8. 2,350 Square Yards, Fertilizing and Sprigging Bermuda Grass
9. Lump Sum Fluoridation, Storage, and Feed Equipment. Includes
water and chemical lines, manholes, storage and day
tanks, unloading compressors, metering and feed pumps,
scales, electrical controls, monitoring and testing
equipment, and every item of work not included in the
above items of this Proposal.
1
TOTAL --
I
.1
I
Amounts of prices are to be shown in both words and figures
the amount shown in words will govern.
)S.Y.
/SSo 00
00
Z3.i o
O8
$13 f3 ri o
In case of discrepancy,
The above prices shall include all labor, materials, bailing, shoring, removal,
5-2
J
.1
I
I.
I
I
I
I
[]
n
1
[]
1
1.,
I
1
I
overhead, profit, insurance, bonds, etc., to cover the finished work of the
several kinds called for.
The bidder shall submit below the names and license numbers of the subcontractors
he proposes to use for the following work:
Electrical Subcontractor:
Roofing Subcontractor:
Mechanical Subcontractor
(Plumbing and Heating):
Firm Names
license Nnc.
nnCC,w-rt: 0621 $i -Zou03
IA)l7yc-rT2A . t')c-. Srl-Z% _
C.,o^/ s : • (C). W c
R-1 -L3Z
Also, subcontractors' bids must be submitted in separate sealed envelopes properly
identified as required by Act 159 of 1949. The separate sealed envelopes will be
opened only in the event the Contractor proposes to award one or more of such sub-
contracts to subcontractors other than those named.
Attached separately is a bid bond, or certified or cashier's check, for
f�Y✓E PEiZ e�sn/_ dollars .($ ), which we
agree the Owner may cash and retain as liquidated damages in the event of our failure
to enter into contract for the work covered by this Proposal, provided the contract
is awarded to us within thirty days from the date fixed for opening of bids and we
fail to execute said contract and execute the required bonds as called for in the
specifications within ten days after notification of the acceptance of this Proposal.
Receipt of the following addenda to the plans, specifications and proposal is hereby
acknowledged
such addenda are attached hereto and made a part hereof.
Dated this L,5r day of /Vn ✓c $1 c9E/Z , 1980.
Respectfully submitted,
30Z52 2 K04k A/ O k A A n
Firm Name
My /// By /47
ddress of Fi� Jv
el- ti 3c
Contractor's License No. Title of Aut
5-3
-Al Al s
Represents
I
I
I
L
L
L
I
I
L
I
I
I
F I
I
[]
I
I
CONTRACT
State of Arkansas
County of Benton
THIS AGREEMENT, made and entered into this day of ,
1980, by and between Beaver Water District, Lowell, Arkansas, and the City of Fayette-,
ville, Arkansas, Parties of the First Part, hereinafter called the Owner, and
of the city of , Party of the Second Part,
hereinafter called the Contractor,
WITNESSETH: Whereas, the Owner has called for bids for the construction of Fluoride
Feed Equipment to Serve the City of Fayetteville, Arkansas, as set out in the plans
and specifications, and
WHEREAS, pursuant to the call for bids under said plans and specifications, the
Contractor is the lowest and best bidder for the construction of said Fluoride Feed
Equipment to Serve the City of Fayetteville, Arkansas,
NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the
construction of:
Fluoride Feed Equipment to Serve the City of Fayetteville, Arkansas,
to be constructed on lands adjacent to the Beaver Water Plant near
Lowell, Arkansas, including all work for a complete installation as
set out in plans and specifications No. BWD-8, for the unit and
lump sum prices bid in the Proposal, all of which become and are a
part of this contract, the total sum being
dollars ($ ), such sum being the agreed amount upon which bonds and
liabilities are based, and at his own expense and cost furnish all labor, materials,
machinery, equipment, tools, supervision, bonds, insurance and other accessories
and services necessary to complete the installation of said facilities in accordance
with the conditions and prices stated in the Proposal attached hereto and made a
part hereof, and in accordance with the plans, which include all maps, plans, blue
prints and other drawings, and written or printed explanatory matter thereof.
The Contractor agrees to commence work under this contract within ten days of the
effective date of the Notice to Proceed, and fully complete all work within one
hundred eighty (180) consecutive calendar days thereafter.
6-1
H]
I
E
The Owner agrees to pay the Contractor in current funds for the performance of
the contract in accordance with the accepted Proposal therefor, subject to
additions and deductions as provided in the specifications, and to make payment
on account thereof as provided below.
As soon as is practicable after the first of each calendar month, the Owner will
make partial payments to the Contractor for work performed during the preceding
calendar month, based upon the Engineer's estimate of work completed, said
I. estimate being certified by the Contractor and accepted by the Owner. Except
as otherwise provided by law, ten percent (10%) of each approved estimate shall
be retained by the Owner until final completion and acceptance by the Owner and
Engineer. The Engineer shall then issue a Final Estimate of work done based
upon the original contract and subsequent changes made and agreed upon, if any.
' Time is hereby expressly declared to be of the essence of this contract, and the•
time of beginning, manner of progress and time of completion of the work here-
under shall be and are essential conditions hereof.
The Contractor agrees to commence work as set out above,and to proceed with
the construction of the work and to prosecute the work with an adequate force
and in a manner so as to complete the work within the time stipulated herein.
t If the Contractor fails in completing the contract within the time stipulated
herein, the Contractor agrees to pay the Owner, as liquidated damages, the sum
of fifty dollars ($50.00) per day for each calendar day of delay in completion,
said amounts being fixed and agreed upon by and between the parties hereto.
' Because of the impracticability and extreme difficulty infixing and ascertaining
the actual damages Owner would in such event sustain, said amounts of liquidated
damages shall be deductible from any amount due Contractor under the Final Estimate
' of said work, after the completion thereof, and Contractor shall be entitled only
to the Final Estimate, less such amounts of liquidated damages.
I
H
C
I
1
I
If the Contractor be delayed at any' time in the progress of the work or by any
act or neglect of the Owner or of the Owner's employees, or by any other
contractor employed by the Owner, or by changes ordered in the work, or by
strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties
or any causes beyond the Contractor's control, or by delay authorized by the
Engineer pending arbitration, or by any cause which the Engineer shall decide to
justify the delay, then the time of completion shall be extended for such reason-
able time as the Engineer may decide. No such extension shall be made for delay
occurring more than seven days before claim therefor is made in writing to the
Engineer. In the case of a continuing cause of delay, only one claim is
necessary.
In the event the Contractor abandons the work hereunder or fails, neglects or
refuses to continue the work after ten (10) days written notice, given
Contractor by the Owner or by the Engineer, then the Owner shall have the
option of (1) declaring this contract at an end, in which event the Owner
shall not be liable to the Contractor for any work theretofore performed
hereunder, or (2) requiring the surety hereto, upon ten (10) days notice,
to complete and carry out the contract of Contractor; and in that event,
6-2
I
I
' should the surety fail, neglect or refuse'to carry out said contract, (3) said
Owner may complete the contract at its own expense, and maintain an action
against •the Contractor and the surety hereto for the actual expense of same,
' together with any damages or other expense sustained or incurred by Owner in
completing this contract, less the total amount provided for hereunder to be paid
Contractor upon the completion of this contract.
I
I
11
I
I
Neither the final certificate nor payment nor any provision in the contract
documentsshall relieve the Contractor of responsibility for faulty materials
or workmanship; and, unless otherwise specified, he shall remedy any defects due
thereto and pay for any damage to other work within one year from the date of
substantial completion. The Owner shall give notice of observed defects with
reasonable promptness. All questions arising under this article shall be decided
by the Engineer, subject to arbitration.
This contract shall be binding upon the heirs, representatives, successors or
assigns of the parties hereto, including the surety.
IN WITNESS WHEREOF, the Owner and the Contractor have hereto set their hands and
seals, respectively.
Attest
Secretary, Board of Directors
IAttest
I
I
I
I
City Clerk, City of Fayetteville, Ark.
Contractor
0
BEAVER WATER DISTRICT .
President, Board of Directors
CITY OF FAYETTEVILLE, ARKANSAS
Mayor, City of Fayetteville, Arkansas
6-3
I
PERFORMANCE BOND
' KNOW ALL, MEN BY THESE PRESENTS: That we (1)
II
I
I
I
I
I
I
I
I
L
a (2)
"Principal" and (3)
of
State of
called the "Surety," are held and firmly bound unto (4)
hereinafter called
hereinafter
hereinafter called "Owner," in the penal sum of
dollars ($ ) in lawful money of the United
States, for the payment of which sum well and truly to be made, we bind ourselves, our
heirs, executors, administrators and successors, jointly and severally, firmly by these
presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into
a certain contract with Owner, dated the day of , 19
a copy of which is hereto attached and made a part hereof for the construction of:
NOW THEREFORE, if the Principal shall well, truly and faithfully perform its
duties, all the undertakings, covenants, terms, conditions, and agreements of said
contract during the original term thereof, and any extensions thereof which may be
granted by the Owner, with or without notice to the Surety, and if he shall satisfy
all claims and demands incurred under such contract, and which it may suffer by reason
of failure to do so, and shall reimburse and repay the Owner all outlay and expense
which the Owner may incur in making good any default, then this obligation shall be
void; otherwise to remain in full force and effect.. '
PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates
and agrees that no change, extension of. time, alteration or addition to the terms of
the contract or to the work to be performed thereunder or the specifications accom-
panying the same shall in any wise 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 or to the specifications.
PROVIDED,
FURTHER,
that no
final settlement between the
Owner and the Contractor
shall abridge
the right
of any
beneficiary hereunder, whose
claim may be unsatisfied.
This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act
209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957), Section
51-635, Cumulative Supplement.
I
7-1
I
1
I
1
1
1
1
t
IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each one
of which shall be deemed an original, this the day of , 19.
ATTEST:
Principal
(Principal) Secretary
(SEAL) H By:
Witness as to Principal
Address
ATTEST:
Surety
) Secretary
By:
(SEAL)
Witness'as to Surety
Address
Address
NOTE: Date of bond must not be prior to date of contract.
(1) Correct name of Contractor.
(2) A Corporation, a Partnership, or an individual, as the case may be.
(3) Correct name of Surety.
(4) Correct name of Owner.
(5) If Contractor is a Partnership, all partners should execute bond.
(6) This bond must be filed with the Circuit Court of the County where the work is
to be performed prior to the start of construction.
7-2
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: That we (1)
a (2) hereinafter called
"Principal" and (3)
' of , State of , hereinafter
called the "Surety," are held and firmly bound unto
hereinafter called "Owner," in the penal. sum of
dollars
($ ) in lawful money of the United States, for the payment of which sum
well and truly to be made, we bind ourselves, our heirs,. executors, administrators and
' successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into
' a certain contract with Owner, dated the day of , 19_,
a copy of which is hereto attached and made a part hereof for the construction of:
I.
NOW THEREFORE, if the Principal shall promptly make payment to all persons, firms,
'subcontractors and corporations furnishing materials for or performing labor in the
. prosecution of the work provided for in such contract, and any authorized extension or
modification thereof, all amounts due for but not,. limited to, materials, lubricants,
oil, gasoline, coal and coke, repair on machinery, equipment and tools, consumed or used
in connection with the construction of said work, fuel oil, camp equipment, food for
men, feed for animals, premium for bonds and liability and workmen's compensation
insurance, rentals on machinery,, equipment and draft animals; also for taxes or pay-
ments due the State of Arkansas or any political subdivisions thereof which shall have
arisen on account of or in connection with the wages earned by workmen covered by the
bond; and for all labor, performed in such work whether by subcontractor or otherwise,
' then this obligation shall be void, otherwise to remain in full force and effect.
The Surety agrees the terms of this bond shall cover the payment by the Principal
of not less than the prevailing hourly rate of wages as found by the Arkansas Depart-
ment ' of Labor or as determined by the court on appeal to all workmen performing work
under the contract.
PROVIDED FURTHER, that the said surety, for value received hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the
contract or to the work to be performed thereunder of the specifications accompanying
' the same shall in any wise 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 as to the work or to the specifications.
I.
I
7-3
PROVIDED FURTHER, that no final settlement between the Owner and the Contractor
shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act
209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957) Section
51-635, Cumulative Supplement.
IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each one
of which shall be deemed an original, this the day of , 19_.
ATTEST:
-Principal
(Principal) Secretary
(SEAL)
Witness as to Principal
By:
' Address
Address
' ATTEST:
Surety
(Surety) Secretary By:
Attorney -in -Fact
' (SEAL)
Witness as to Surety
Address
Address
' NOTE: Date of bond must not be prior to date of contract.
(1) Correct name of Contractor.
I
(2) A Corporation, a Partnership, or an individual, as the case may be.
(3) Correct name of Surety.
(4) Correct name of Owner.
(5) If Contractor'is Partnership., all partners should execute bond.
' (6) This bond must be filed with the Circuit Court of the County where the work is
to be performed prior to the start of construction.
I
17-4
' GENERAL C O N D I T I O N S
1. DEFINITIONS.
Whenever the words herein defined, or pronouns used in their stead, occur in
this contract and documents, they shall have are are mutually understood to
have the meanings herein given.
The word "Owner" shall mean Beaver Water District, Lowell, Arkansas, and the
City of Fayetteville, Arkansas.
The words "President" and "Secretary" shall mean, respectively, the President
I. and the Secretary of the Board of Directors of Beaver Water District.
The words "Fayetteville Board of Directors" shall mean the duly elected or
appointed governing body of the City of Fayetteville, Arkansas.
1 The word "Mayor" shall mean the Mayor of the City of Fayetteville, Arkansas.
' The words "City Clerk" shall mean the City Clerk of the City of Fayetteville,
Arkansas.
' The words "Beaver Manager" shall mean the Engineer -Manager of Beaver Water
District, or his duly authorized representative. For purposes of administra-
tion, field decisions and administrative matters will be the. responsibility
of said Beaver Manager, acting in consultation with representatives of the
City of Fayetteville.
The word "Engineer" shall mean McGoodwin, Williams and Yates, Consulting
'Engineers, who have been employed by the Owner for this work, or their duly
. authorized agent.
The word "Inspector" shall mean the engineering or technical inspector or
'
inspectors duly authorized by the Engineer, limiting to the particular duties
entrusted to him or them.
' The word "Contractor" shall mean the person, persons, partnership, company, firm
or corporation entering into this contract for the performance of the work
required of it, and the legal representatives of said party, or the agent
appointed to act for such party in the performance of the work.
The word "Surety" or "Sureties".shall mean the bondsmen or party or parties who
have made sure the fulfillments of the contract by bonds and whose signatures
are attached to said bonds;
The word "Advertisement" shall mean all the legal publications pertaining to the
' work of this contract.
The word, "Specifications" shall mean, collectively, all of the terms and
stipulations contained in the written portion of information furnished.
The word "Plans" shall mean, collectively, all of the drawings pertaining to
the contract and made a part thereof, and also such supplementary drawings as
' the Engineer may issue from time to time in order to clarify the drawings.
General Conditions
8-1
I
or for the purpose of showing changes in the work as authorized under the
section "Modifications and Alterations," or for showing details which are not
shown thereon. '
The words "Work Order" or "Notice to Proceed" shall mean a notice to the
Contractor of the date on or before which he is to begin the prosecution of
the work for which he has contracted.
The words "Contract Price" shall mean either the unit prices, or lump sum
prices, named in the contract, or the total of all payments according to the
schedule of the prices in the contract, as the case may be.
The term "Grade" used in these specifications is understood to refer to and
indicate the established elevations of the paving, flow line of sewers or other
appurtenances as shown on the plans on file in the office of the official desig-
nated in the "Advertisement for Bids."
The word "Bid" or "Proposal" shall mean the written statements, duly filed
with the Owner, by the person or persons, partnership, company, firm or cor-
poration proposing to do the work and furnish the materials called for on the
plans at the prices named on said statements.
"The work" shall mean the work to be done and the equipment, supplies, and
materials to be furnished under this contract, unless some other meaning is
indicated by the contract.
Whenever in these contract documents the words "as ordered," "as directed," '
"as permitted," "as allowed," or words or phrases of like import are used, it
shall be understood that the order, direction, requirements, permission or
allowance of the Owner and Engineer is intended. But in no instance shall such
directions by the Engineer apply to the supervision of the Contractor or his
work forces, but shall apply only to ensure that the completed work meets the
requirements of the plans and specifications.
Similarly the words "approved," "reasonable," "suitable," "acceptable," "proper,"
"satisfactory," or words of like effect and import, unless otherwise particularly
specified herein, shall mean approved, reasonable, suitable, acceptable, proper,
or satisfactory in the judgment of the Owner and Engineer.
Whenever the following abbreviations are used, they shall have the meanings
given below:
A.S.T.M. - American Society for Testing Materials
A.S.A. - American Standards Association
A.W.W.A. - American Water Works Association
A.G.A. - American Gas Association
NEMA - National Electrical Manufacturers Association
gpm - gallons per minute
MGD - million gallons per day
ppm - parts per million
lip - horsepower
General Conditions
8-2
I
IT.D.H. - total dynamic head
V - volt
IA - ampere
T.D. time delay
R - motor starter relay
' N.O. - normally open
N.C. normally closed
PVC - polyvinyl chloride (pipe)
' psi - pounds per square inch
cfm cubic feet per minute
rpm revolutions per minute
2. COPIES OF CONTRACT. Not less than six copies of the bound volumes of the
proposal, contract and stipulations shall be prepared, each containing an exact
copy of the Contractor's proposal as submitted, the bond or bonds properly
' executed and contracts signed by both parties thereto. However, the Contractor
and the surety executing the bond shall not date the contract or the bond upon
submission for execution by the Owner. These documents will be dated the date
the Owner executes the contract.
3. SCOPE, NATURE, AND EXTENT OF CONTRACT, SPECIFICATIONS AND PLANS. The said
specifications and plans are intended to supplement, but not necessarily dupli-
cate each other, and together constitute one complete set of specifications and
plans, so that any work exhibited in the one and not in the other shall be
executed just as if it had been set forth in both, in order that the work shall
' be completed according to the complete design or designs as decided and deter-
mined by the Engineer. Should anything be omitted from the specifications and
plans which is necessary to a clear understanding of the work, or should it
appear various instructions are in conflict, then the Contractor shall secure
' written instructions from the Engineer before proceeding with the construction
affected by such omission or discrepancies. It is understood and agreed that
the work shall be performed and completed according to the true spirit, meaning,
' and intent of the contract, specifications and plans.
The General Specifications included herein may, in some cases, refer to work
and conditions not encountered on this project, in which case such nonapplicable
stipulations will have no meaning in this contract. In case of conflict between
General and Detailed Specifications, the Detailed Specifications shall govern.
4. FIGURED DIMENSIONS TO GOVERN. Figured dimensions, when given on the plans,
shall be accurately followed, even though they differ from scaled measurements.
No work shown on the plans, the dimensions of which are not figures, shall be
executed until instructions have been obtained from the Engineer as to the
-dimensions to be used. Large scale and full size drawings shall be followed
in preference to small scale drawings.
' 5. CONTRACTOR TO CHECK PLANS AND SCHEDULES. The Contractor is required to
check all dimensions and quantities on the plans and schedules given to him by
the Engineer, and shall notify the Engineer of any discrepancy between the
' plans and the conditions on the ground, or any error or omissions in the plans,
or in the layout as given by stakes, points, or instructions, which he may
1
I
General Conditions
8-3
I
discover in the course of the work. The Contractor will not be allowed to take
advantage of any error or omission in the plans or contract documents, as full
instructions will be furnished by the Engineer should error or omission be
discovered, and the Contractor shall carry out such instructions as if orig-
inally specified.
6. METHODS OF OPERATION. The Contractor shall give to the Engineer full '
information, in advance, as to his plans for carrying on any part of the work.
7. GRADES AND MEASUREMENTS. At such time as the Contractor is ready to
proceed with construction work, he shall notify the Engineer in order that
proper grades and alignments, prints and stakes may be furnished. The Con-
tractor shall notify the Engineer a reasonable length of time prior to the
commencement of such work, and the Contractor shall not proceed with con-
struction work until such grade and line stakes have been set. The work
shall be in conformity with such prints, stakes and instructions as related
to the finished quality of the work.
Where plans, building, or mass movement of earth is being undertaken, the
Engineer will set such control lines and basic elevations as are required for
the Contractor to make such unit or plant layouts as are required. When work
is undertaken which requires a constant or generally intermittent checking
of lines and elevations, the Contractor shall maintain such equipment and
personnel as are essential to the actual prosecution of the work. In these
instances, the final grades, alignment and dimensions are subject to the
checking by the Engineer.
8. CONTRACTOR TO FURNISH STAKES AND HELP. The Contractor shall furnish,
without charge, competent men from his force and such tools, stakes, and '
other materials as the Engineer may require for the proper staking out of the
work and in making measurements and surveys and in establishing temporary or
permanent reference marks in connection with said work.
9. DIRECTION AND PROSECUTION OF THE WORK. The Contractor shall commence
work at such points as the Engineer may direct, and shall prosecute the work
in the order as laid out by the Engineer.
10. LANDS FOR WORK. The Owner shall provide the lands upon which the work
under this contract is to be done, except that the Contractor shall, when
necessary, provide land required for the erection of temporary construction
facilities and storage of his materials, together with right of access to same.
11. RIGHT OF VARIOUS INTERESTS. Wherever work being done by the Owner's
forces or by other contractors is contiguous to work covered by this contract,
the respective rights of the various interests involved shall be established
by the Engineer to secure the completion of the various portions of the work
in general harmony.
12. SEPARATE CONTRACTS. The Owner reserves the right to let other contracts
in connection with this work. The Contractor shall afford other contractors
reasonable opportunity for the introduction and storage of their materials
General Conditions
8-4 ,
I]
' and the execution of their work, and shall properly connect and coordinate his,
work with theirs.
If any part of the Contractor's work depends for proper execution of results
upon the work of any other contractor, the Contractor shall inspect and promptly
1 report to the Engineer any defects in such work that render it unsuitable for
such proper execution and results. His failure so to inspect and report shall
constitute an acceptance of the other contractor's work as fit and proper for
' the reception of his work, except as to defects which may develop in the other
contractor's work after the execution of his work.
To insure the proper execution of his subsequent work, the Contractor shall
' measure work already in place and shall at once report to the Engineer any
discrepancy between the executed work and the drawings.-
' 13. SUPERINTENDENTS AND FOREMEN. When the Contractor is not present at the
work, the superintendent or foreman in immediate charge thereof shall be deemed
to be in authority and shall receive and execute orders in connection with the
provisions and in conformity with these specifications.
' 14. WORKMEN. The Contractor shall employ foremen and skilled laborers where
• necessary. Line of authority shall be observed, and it shall be the respon-
sibility of the superintendent representing the Contractor to transmit all
necessary orders and instructions.
' 15. AUTHORITY OF ENGINEER. -Where specifically contracted for and authorized
in the contract documents, the Engineer shall be the Owner's representative and
shall observe the work in- process for the Owner. He shall make periodic
inspections in an effort to protect the Owner against defects and deficiencies.
' In so doing, the Engineer does not guarantee performance of the work but acts
in a professional capacity. He does not assume responsibility of any nature
or kind for personal injury, death or property damage to any person or corpora-
, tion arising out of the methods, operations or degree of care exercised by
the Contractor or subcontractors in the performance of the work. The manner
and methods in which the Contractor and his subcontractors perform work pursuant
to the plans and specifications and the degree of care exercised with relation
'thereto, is the exclusive responsibility of the Contractor.
The Engineer will decide all questions that may arise as to interpretation of
' the plans and specifications. He shall also decide questions as to accept-
ability of materials furnished and work performed.
' 16. ENGINEER TO DECIDE. All work performed under this contract shall be done in
a •first class, workmanlike manner, and, from the viewpoint of the quality of
the finished job, shall be done to the satisfaction of the Engineer who shall
determine the quality of the finished product. The Engineer shall in all cases
determine the amount, quality, acceptability and fitness of the several kinds
of work and materials herein specified.
' 17. INSPECTION. The improvement shall at all times be subject to inspection by
the Owner, representatives of the Environmental Protection Agency, and the State
General Conditions
8-5
1
I
Department of Health, and the Contractor shall provide proper facilities for
such access and inspection. Such inspection shall not relieve the Contractor
from any obligation to perform said work strictly in accordance with the plans
and specifications, and work not so constructed shall be removed and made
good by the Contractor whenever so ordered without reference to any previous
oversight in inspection. This shall apply both to workmanship and materials.
All rejected materials shall be immediately removed from the site of the work,
and shall not again be returned to it. It shall be the duty of the Contractor
to notify the Engineer in advance of the beginning of work after delays, shut-
down,
change of work program or change of location.
The failure or neglect on the part of the Engineer or the Inspector to inspect,
condemn or reject inferior materials or work shall not be construed to imply
an acceptance of same should inferiority become evident at any time prior to
the final acceptance of the work by the Owner, or within the time limit of
one year as set out in Section 54 herein.
18. INSPECTOR. The Engineer may appoint an Inspector, who shall represent
him on the work, and such orders as he may give, relative to the quality of
the construction as it relates to the finished project being in accordance
with the plans and specifications, shall have the same effect as if given by
the Engineer in person. No work of a permanent nature which cannot be
inspected after completion shall be prosecuted except when an Engineer or
Inspector is present. Contractors shall notify the Engineer at least 24
hours prior to time of commencing work which demands the presence of an
Inspector, except in case an Inspector has been regularly on the job, then
12 hours notice will be sufficient. The inspection of the work by the
Engineer or his representative shall not, in any way, relieve the Contractor
(or obligate the Engineer) of any of the provisions of the contract as to
quality of materials, performance of the work, safety of the public or safety
of the Contractor's employees. These are the sole responsibility of the
Contractor.
The Engineer does not guarantee the performance of the contract by the
Contractor, nor shall his inspection be construed as supervision of actual
construction, nor make him responsible for providing a safe place for the
performance of the work by the Contractor, or the Contractor's employees,
or those of the suppliers, his subcontractors, nor for access, visits, use,
work, travel or occupance by any person, as these responsibilities are
covered under the provisions of this contract and the Contractor's insurance
and performance bond, and are not the responsibility of the Engineer.
19. PROTECTION OF PUBLIC UTILITIES. The Contractor shall give reasonable
notice to the owner or owners of steam, gas, water, sewer and other pipe
lines or conduits, overhead and underground wires or other structures,
either public or private, railroads and other owners of property, when such
property is liable to injury or damage by reason of the execution of the
work, in order that the owner or owners of such utility or other property
may remove or protect the same.
General Conditions '
8-6
1
I
I
I
I
I]
I
I
[1
I
If any railroad, or other owner or owners of any ;property liable to be affected,
endangered or damaged by the` construction of the work, does not protect its or
their property, then the Contractor must do so. The Contractor shall receive
no compensation over the unit and lump sum prices specified in the proposal
for the completion of this contract, which prices shall cover every item of
additional cost for all the material and labor necessary to support, protect,
or remove such tracks, pipes, conduits, overhead wires and structures, and
other improvements, during the construction of said'work across, under, over,
along, or near the same.
The Contractor shall use every precaution on the work to prevent harm or.
accident to the property, passengers, employees, or patrons of public util-
ities, either publicly or privately owned, and to any other person legiti-
mately employed on the premises, and the Contractor shall assume all liability
for damages accruing from an accident, which may be due to his carelessness,,
omission or neglect once work has begun, the Contractor shall prosecute the
work as rapidly as possible under, along and near such property as may be
liable to damage thereby.
Except as provided in the Detailed Specifications, all permits and licenses
required in the prosecution of any and all parts of the work shall be secured
and paid for by the Contractor.
The Contractor shall take such measures as are necessary to protect any and
all pipes, sewers, and other structures belonging to the Owner and shall -be
responsible for any damage resulting thereto. The Contractor shall not be
entitled to any damages or extra pay on account of any postponement, inter-
ference, or delay caused by any such structures being on the line of the work,
whether such structures are shown on the plans or not.
20. PROTECTION OF MONUMENTS. The protection of local, state or Federal -
government monuments, street signs or other property is of prime importance.
21. ACCIDENT PREVENTION. Reasonable precautions shall at all times be
exercised for the safety of employees on the work; and applicable provisions
of the federal, state or municipal safety laws and building and construction
codes shall be observed.
The Department of Labor of the State of Arkansas has prepared a safety code,
Safety Code No. 9, for the guidance of contractors and the protection of
workmen and the public. The Contractor shall familiarize himself with the
provisions of this code, and shall comply with the rules and regulations
provided therein. The code requirements are enforceable by the Department
of Labor, and it is the responsibility of the Contractor to see that they
are carried out. The responsibility for the interpretation and implementation
of the provisions of the code does not rest with the Owner, the Engineer, or
their representatives.
22. USE OF EXPLOSIVES. When the use of explosives is necessary for the
prosecution of the work, the Contractor shall observe all local, state and
Federal laws in purchasing and handling explosives. The Contractor shall
take all necessary precaution to protect completed work, neighboring property,
General Conditions
8-7
H
water lines, or other underground structures. Where there is danger to struc-
tures
or property from blasting, the charges shall be reduced and the material
shall be covered with suitable timber, steel or rope mats.
The Contractor shall notify all owners of public utility property of intention
to use explosives at least eight hours before blasting is done close to such '
property.
The Contractor shall submit to the Owner a certificate of insurance covering
such blasting operations. Such insurance shall be in the same amount as is
the public liability requirements under Section 28 of the Instructions to
Bidders.
23. DANGER SIGNALS AND SAFETY DEVICES. The Contractor shall take all necessary '
precautions to guard against damages to property and injury to persons. He
shall put up and maintain in good condition sufficient red or warning lights
at night and shall provide suitable barricades and ot'- devices necessary to
protect the public. In case the Contractor fails or ; t;lects to take such
precautions, the Owner may put up such lights and barricades and charge the
cost of this work to the contract. Such action by the Owner does not relieve
the Contractor of any liability incurred under these specifications or contract.
24. PROVISION FOR EMERGENCIES. If, in the absence of the Contractor or his
representative, an emergency shall arise and immediate action shall be con-
sidered necessary in order to protect the public or private or personal
property, then, and in that event, the Owner, with or without notice to
the Contractor, may provide suitable protection to the said interests by
causing such work to be done and material to be furnished and placed as may
be considered necessary and adequate. The cost and expenses of such work
and materials so furnished shall be borne by the Contractor, and if the same
shall not be paid on presentation of the bill therefor, then such costs will
be deducted from any amounts due or to become due the Contractor.
25. SIDEWALK CROSSINGS. The Contractor will provide suitable sidewalk '
crossings wherever sidewalks are obstructed.
26. PRIVILEGES OF CONTRACTORS IN STREETS. The Contractor will be entitled
to use such streets, alleys, roadways, or parts of the streets and alleys
as are necessary for the prosecution of the work.
The Contractor will take care to keep streets open for use whenever practi-
cable;
cross streets will be kept open wherever possible.
The Contractor will notify the Fire Chief when a street is closed and shall '
again notify him when it is opened for traffic. In case no adequate detour
can be provided, the Contractor will stand in readiness to provide a crossing
in case of any emergency.
27. LAWS AND ORDINANCES. The Contractor shall keep himself fully informed
of all existing and current ordinances and regulations of the Owner, and of
county, state and federal laws in any way limiting or controlling the actions
General Conditions '
8-8
1
1
I
I
I
I
LI
I
I
I
I
I
1
I
Li
1
I
I
or operations of those engaged upon the work, or affecting the materials
supplied to or by them. Heshall at all timebserve and comply with all
such ordinances, regulations and laws, and shall protect and indemnify the
Owner and its officers and agents against any claims or liability arising
from or based on any violation of the same.
28. SOURCE OF SUPPLY AND QUALITY OF MATERIALS. The Contractor shall not
start delivery of materials until the Engineer has approved the source of
supply. Only materials conforming to the requirements of these specifi-
cations will be used in the work and such materials shall be used only after
written approval has been given by the Engineer and only so long as the
quality of said materials remains equal to the requirements of the ,speci-
fications. The Contractor shall furnish approved materials from other
sources if -for any reason the product from any source at any time before
commencing or during the prosecution of the work proves unacceptable.
After approval, any materials which have become mixed with or coated with
dirt or any other foreign substance during delivery and handling shall not
be used in. the work.
29. INSPECTION OF MATERIALS. All materials used and equipment furnished
for the construction of the project shall be subject to test according to
accepted standards, when necessary in the opinion of the Engineer or so
required in these specifications. The laboratory or inspection agency will
be selected by the Owner. The• Owner will pay for all laboratory inspection
service, except when otherwise provided in the Detailed Specifications and
except for tests which are made for the convenience of the Contractor.
All material shall be subject to the inspection of the Engineer and only
such materials shall be used as are in his opinion suitable Or of acceptable
quality, and in accordance with the terms and conditions of the contract,
plans, and specifications. Where required by the Detailed Specifications,
the Contractor shall furnish a simple field laboratory for making the most
common field or plant tests of materials. Where required by the Detailed
Specifications, the Contractor shall, in addition to furnishing the usual
samples of materials, forward to the Engineer or to the laboratory selected
by the Engineer, samples of materials taken at their source. In case such
samples are requested, the Contractor shall not ship materials from such
sources until the source has been approved by the Engineer. The approval
of the source of materials does not in any way relieve the Contractor from
furnishing materials as specified.
30. OPEN SPECIFICATIONS. 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 or 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 "equivalent," "proper,"
or "equal to" are used, they shall be understood to mean that the thing
referred to shall be proper, the equivalent of or equal to some things, in
the opinion or judgment of the Engineer.
Unless otherwise specified, all materials shall be the best of their res-
pective kinds and shall be in all cases fully equal to approved samples..
General Conditions
8-9
I
Notwithstanding that the words "are equal to" or other such expression may
be used in the specifications in connection with a material, manufactured
article or process, the material, 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 materials, articles or processes. In case the Owner
has good and sufficient reason to choose a particular brand or product, it
reserves the right to require at the time of the award of the contract or the
approval of the item, the use of said product and pay from its own funds (not
federal matching funds) the net added cost to the Contractor over that of any
item which would otherwise meet the specifications.
31. STORAGE OF MATERIALS. Materials shall be stored so as to insure the
preservation of their quality and fitness for the work. When directed by
the Engineer, they shall be placed on a wooden platform or other hard, clean
surfaces and not on the ground, and shall be placed under cover when directed.
Stored materials shall be located so as to facilitate prompt inspection.
32. PATENT RIGHTS. All fees for any patented invention, article, or arrange-
ment that is used in any manner connected with the construction, erection or
maintenance of the work, or any part thereof embraced in the contract and
these specifications, shall be included in the price stipulated in the con-
tract for such work, and the Contractor must protect and hold harmless the
Owner against any and all demands of such fees and claims.
33. SETTING AND FINAL ADJUSTMENT OF EQUIPMENT. When a particular manu-
facturer's
equipment is furnished, it shall be the responsibility of the
Contractor to furnish an engineering representative of the manufacturer who
shall supervise the final setting and adjustment of the equipment.
34. SANITARY CONVENIENCES. Sanitary conveniences, consistent with good
health standards and decency, shall be provided for the workmen.
35. DRINKING WATER. The Contractor shall provide a safe drinking water for '
all workmen. The water shall come from a safe source approved by the State
Department of Health. Water shall be delivered to workmen through an approved '
water spigot or angle jet fountain; the use of common drinking cups will be
prohibited.
36. USE OF WATER. Water, if available, will be furnished without cost to
the Contractor. The Contractor will furnish all material and make all
connections under the supervision of the Owner.
37. SUNDAY, HOLIDAY AND NIGHT WORK. No work shall be done between the hours
of 6:00 p.m. and 7:00 a.m., or on Sundays or legal holidays, except work as
is necessary for the proper care and protection of work already performed, or
in case of any emergency.
It is understood, however, that night work may be established as a regular
procedure by the Contractor if he first obtains the written permission of the
Engineer, but that such permission may be revoked at any time by the Engineer,
General Conditions '
8-10
I. if the Contractor fails to maintain at.night.an;adequate force and equipment
for providing finished work in accordance with the requirements of the speci-
fications.
38. REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK. All work which has been
' rejected or condemned shall be repaired, or if it cannot be satisfactorily
repaired, it shall be removed and replaced at the Contractor's expense.
Defective materials shall be removed immediately from the site of the work.
Work done without lines and grades having been given, work done beyond the
lines, or not in conformity with the grades shown on the plans, or as given
(save as herein provided), work done without proper inspections, or any extra
or unclassified work done without written authority and prior agreement in
writing as to prices, will be done at the Contractor's risk and will be
considered unauthorized, and at the option of the Engineer may not be
' measured and paid for, and may be ordered removed at the Contractor's
expense.
Upon the failure of the Contractor to satisfactorily repair, or to remove
'
or replace, if so directed, rejected, unauthorized or condemned work or
materials immediately after receiving notice from the Engineer, the Engineer
shall, after giving written notice to the Contractor,. have the authority to
t cause defective work to be remedied or removed and replaced, or to cause
unauthorized work to be removed and to deduct the cost thereof from any
compensation due or to become due the Contractor.
' 39. TEMPORARY SUSPENSION. The Engineer shall have the authority to suspend
the work wholly or in part for such period or periods as he may deem necessary
due to unsuitable weather, .or such other conditions as are considered un-
t favorable for the production of work to meet the requirements of the plans
and specifications.
' If it should become necessary to stop work for an indefinite period, the
Contractor shall store all materials in such a manner that they will not
obstruct or impede the traveling public unnecessarily nor become damaged
t in any way, and he shall take every precaution to prevent damage or deter-
ioration of the work performed, and. shall provide suitable drainage about
the work and erect temporary structures where necessary.
I. The Contractor shall not suspend work without written authority from the
Engineer and shall proceed with the work promptly when notified by the
Engineer to resume operations.
' 40. LIQUIDATED DAMAGES. The Contractor shall commence work within the
time limits set out in the contract. If the Contractor fails to complete
the contract within the time stipulated in the proposal and provided in the
contract, the Contractor shall pay the Owner liquidated damages as provided
in the contract for each calendar day of delay in completion. If the
Contractor be delayed at any time in the progress of the work, or by
' strikes, lockouts, fire, unusual delay in transportation, unavoidable
casualties or any causes beyond the Contractor's control, or by delay
1 General Conditions
8-11
1
Li
authorized by the Engineer pending arbitration, or by any cause which the
Engineer shall decide to justify the delay, then the time of completion
shall be extended for such reasonable time as the Engineer may decide. '
No such extensions shall be made for delay occurring more than seven days
before claim therefor is made in writing to the Engineer. In the case of
a continuing cause of delay only one claim is necessary.
41. EXTRA TIME ALLOWANCE. Except as provided in Article 40 above, no
allowance shall be made of additional time for the contract unless the
Contractor shall be delayed or restrained from prosecuting the work or some
part thereof by injunction or other legal proceedings or delay on the part
of the Owner to comply with the obligations imposed upon it by the law of
the contract; provided that the time limit herein provided may be extended
by Resolution or Ordinance of the Owner for any number of days to be stated
in such Resolution or Ordinance. The liability of the Contractor and the
Surety Company shall not be affected or in any manner released by an exten-
sion of the time of the completion and acceptance thereof. Any extension
of the time to the Contractor by Resolution or Ordinance shall not release
the Contractor and Surety herein from the payment of the liquidated damages
as provided for any period of time not included in the original contract or
the time extension, as herein provided.
In no event shall the Owner be liable or responsible to the Contractor, Surety,
or any person, for, or on account of, any stoppage or delay of work herein
provided for by injunction or any other kind of legal, equitable proceedings,
or from or by, or on account of, any delay from any other cause whatsoever.
42. MODIFICATIONS AND ALTERATIONS. The Contractor agrees that the Owner
shall have the right, when in its opinion it becomes necessary in the pro-
secution
of the work to modify the arrangement, character, grade or size
of the work or appurtenances, but such modifications or alterations shall
only be made on the order of the Owner, except as provided in Section 46
herein. Such order shall be of no effect until the price to be paid for the
work or material under such modified or altered contract has been agreed
upon in writing and signed by the Contractor and the Owner and the Contractor
shall not be allowed to recover anything for work performed or materials used
by reason of any modifications or alteration of this contract, unless an
order is made and agreement signed as aforesaid, nor shall the Contractor in
any case be allowed to recover more for such work and materials than said
agreed price.
43. TRANSFER OF CONTRACT. If the Contractor shall at any time assign, sell
or sublet, pledge or mortgage any part of this contract without the written
consent of the Owner, the same may work as a forfeiture on the part of the
Contractor.
44. ANNULMENT OF CONTRACT. The power is reserved to the Owner to suspend
or annul the contract in whole or in part or to suspend the doing of any work
thereunder at any time for any failure on the part of the Contractor to comply
with the terms of these specifications. If the contract be so suspended
General Conditions '
8-12
1
I
or annulled in whole or in on account of the fault of the Contractor to
fulfill his obligations hereunder, then the Contractor shall not be entitled
Ito anything on account of damages thereby; nor shall annulment or suspension
in any wise affect the right of said Owner to damages and penalties claimed
by it on account of failure of said Contractor; but said annulment or suspen-
sion must be ratified by the Owner before becoming final.
45. DEFENSE OF SUITS. In case any action at law or suit in equity is brought
against the Owner or any of its officers or agents for or on account of the
' failure, omission or neglect of the Contractor or his subcontractors or his
or their employees or agents, to do and perform any of the covenants, acts,
matters or things by this contract undertaken to be done or performed by the
Contractor or his subcontractors or his or their employees or agents, or for
any injury or damage caused by the negligence or alleged negligence of the
Contractor or his subcontractors or his or their employees or agents, the
' Contractor shall indemnify and save harmless the Owner, its officers and
agents of and from all losses, costs, actions, or lawsuits as may be brought
as aforesaid.
' 46. ESTIMATED QUANTITIES. The Contractor agrees that the quantities of work
as stated in his proposal and bid or, indicated on the plans are only approxi-
mate, and that during the progress of the work the Owner may find it advisable,
and it shall have the right, to omit portions of the work and to increase or
decrease the quantities, and that the Owner reserves the right to add to or
take from any item as may be deemed necessary or desirable. Changes in the
total amount (such restriction not to apply to individual items) of the contract
price is not to exceed 10 percent of the base bid without the written consent
of the Contractor. Under no circumstances or conditions will the Contractor
be paid anything on account of anticipated profits upon the work or any portion
thereof covered by this contract, which is not actually performed and which
has not actually entered into the construction of said improvements.
47. METHODS OF MEASUREMENTS. Unless specifically stated otherwise in this
contract, no extra measurement or measurements according to local custom of
any kind shall be allowed in measuring the work under this contract, but
only the length, area, solid contents, number, weight or time in standard
units, as the case may be, shall be considered.
48. PRICES. In consideration of the faithful performance by the Contractor
of all the conditions, provisions and covenants of the contract and the speci-
fications, to the satisfaction of the Owner, the Owner shall pay and the
Contractor shall receive, the prices stipulated in his proposal and bid
' attached hereto and made a part hereof, and full compensation for everything
furnished or done by the Contractor under the contract. The Owner also agrees
to pay in addition such amounts as may be agreed upon for alterations and
changes as set out in these specifications.
49. MONTHLY ESTIMATES AND PAYMENTS. On or about the first day of each month
the Engineer will make an approximate estimate of the value of the work done
' and materials furnished in place on the work during the previous calendar month.
He will also include the cost value of freight for equipment and materials
' General. Conditions
8-13
I
readily accounted for, but not such items as cement, aggregate, lumber, nails
and miscellaneous items.
The Contractor shall furnish to the Engineer such detailed information as he
may request to aid him as a guide in the preparation of monthly estimates.
After each such estimate shall have been approved by the Owner, the Owner
shall pay to the Contractor 90 percent of the amount of such estimated value
of materials furnished and work done during said previous calendar month. If
the Owner shall at any time fail to make the Contractor a monthly estimate at
the time herein specified, such failure shall not be held to vitiate or void
the contract.
49A. PAYMENT PROCESSING FOR PROJECT WITH STATE OF ARKANSAS APPROPRIATED MONIES.
The Arkansas Department of Finance and Administration has developed procedures
to administer Act 813 of 1977 regarding payments to contractors. The following
excerpt from said act sets out maximum processing time for payment requests.
"Act 813 of 1977 allows a maximum processing time for contract payment requests.
The architect [Engineer] is allowed five (5) working days; the state agency,
board, commission, or institution five (5) working days; Arkansas State Building
Services two (2) working days; Department of Finance and Administration five (5)
working days. Transmittal times are not included in processing. Failure of
any of the above to complete processing within the time allowed can result in a
penalty being assessed against the responsible agency. Failure to include this
information in the bid documents or specifications shall deem the bid proposal
null and void."
50. CLEANING UP. The Contractor shall not allow the site of the work to
become littered with trash and waste materials, but shall maintain the same
in a neat and orderly condition throughout the construction period. On or
before the completion of the work, the Contractor shall, without charge there-
for, carefully clean all paving and clean out all pits, pipes, chambers or
conduits, and shall tear down and remove all temporary structures built by
him, and shall remove all rubbish of all kinds from any of the tracts or grounds
which he had occupied, and shall leave them in first class condition.
51. ACCEPTANCE OF THE WORK. It shall be the duty of the Engineer to deter-
mine
when the work is complete and the contract fulfilled, and to recommend
its acceptance by the Owner.
52. FINAL ESTIMATE AND PAYMENT. After official approval and acceptance of '
the work by the Owner, the Engineer shall be authorized to prepare a final
estimate of the work done under this contract and the value thereof. Such
final estimate shall be submitted to the Owner within 10 days after its pre- '
paration has been authorized as aforesaid. And the Owner shall, within 30
days after said final estimate is made and certified, pay the entire sum so
found to be due hereunder, after deducting all amounts to be kept and retained
under any provisions of this contract. All prior estimates and payments shall
be subject to correction in the final estimate and payment. But, in the
absence of error or manifest mistakes, it is agreed that all estimates, on
the certificate of the Engineer, when approved by the Owner, shall be conclusive
evidence of the work done and materials furnished.
General Conditions 1
8-14
1
Where part of the monies for construction of the project is being obtained
by grant or loan from FederalHagencies, such asrditen is the case, the final
t estimate will not be certified until the project has been approved by the
responsible Federal agency, and the final payment will not be made until the
monies are received from such agency. Consequently, there is under such
circumstances the possibility and likelihood of a delay in making said final
'
payment -in excess of the customary thirty days as is the case when the Owner
has all necessary monies on hand.
53. RELEASE OF LIABILITY. No person, firm or corporation, other than the
signer of this contract as Contractor, has any interest hereunder, and no
claim shall be made or be valid, and neither the Owner nor any employees or
agent thereof shall be liable or be held to pay any money, except as herein
', provided. The acceptance by the Contractor of the last payment shall operate
as, and shall be, a release to the Owner and every officer and agent thereof,
from all claims and liability to the Contractor for anything done or furnished
' for, or relative to the work, or for any act or neglect of the Owner or of any
person relating to or affecting the work.
54. CORRECTION OF WORK AFTER FINAL PAYMENT. Neither the final certificate
nor payment nor any provision in the contract documents shall relieve the
Contractor of responsibility for faulty materials or workmanship, and unless
' otherwise specified, he shall remedy any defects due thereto and pay for any
damage to other work resulting therefrom, which shall appear within a period
of one year from the date of substantial completion. The Owner shall give
notice of observed defects with reasonable promptness. All questions arising
' under this article shall be decided by the Engineer subject to arbitration.
I
I
'.J
I
I
I
General Conditions
I]
' PIPE AND PIPE LAYING
CAST IRON, CEMENT ASBESTOS AND STEEL PIPE
' (Including Fittings, Valves and Hydrants)
Materials
' 1. GENERAL. All pipe shall be of the type, weight, class and/or designed
working pressure shown on the Plans, set out in the Detailed Specifications
1 or asset out in the Proposal and accepted by the'Owner. The Contractor shall,
unless otherwise specified, furnish all material, equipment, tools and labor
necessary to do the work required under this contract and unload, haul and
' distribute all pipe, castings, fittings, valves, hydrants and excavate the
trenches and pits to the required dimensions; excavate the bell holes, con-
.struct and maintain all bridges for traffic control; sheet, brace and support
the adjoining ground or structures where necessary; handle all drainage or
ground water; provide barricades, guards and warning lights; lay and test the
pipe, castings, fittings, valves, hydrants and roadway surface unless otherwise
stipulated; remove surplus excavated material; clean the site of the work; and
' maintain the street or other surface over the trenches as specified.
The Contractor shall also furnish all equipment, tools, labor and materials
I.
required to rearrange branch connections to main sewers, or to rearrange sewer,
conduits, ducts, pipes or other structures in accordance with the contract
drawings and stipulations included herein.
I. 2. CAST IRON PIPE.. Cast iron pipe, if used under this contract, shall
conform to the following specifications.
A. Pipe. Unless otherwise shown on the Plans or specified in the Detailed
Specifications, cast iron pipe shall be of the bell and spigot type and
shall be of the class shown on the plans or stipulated in the Proposal,
or set out in the Detailed Specifications.
Centrifugal cast pipe shall meet the requirements of the Federal Specifi-
cations for pipe, cast iron (bell and spigot), designated as Federal
' Specifications WW -P -421b, and shall be cement lined in accordance with
A.W.W.A. Specification C104,.latest revision.
"Sand Cast" cast'iron pipe shall conform to all requirements of the
Standard Specifications for Cast Iron Water Pipe and Fittings of the
American Water Works Association, and shall be coated as stipulated
therein.
' Two inch and 2-1/4 inch cast iron pipe, where shown on the plans, shall
be in accordance with A.W.W.A. Specification C112, latest revision, and
' unless otherwise specified in the Detailed Specifications, shall be cement
lined as set out for cast iron pipe. All joints shall be of the rubber
ring or gasket slip joint type.
' Pipe
9-1
I.
I
All flanged, flanged and bell, and flanged and spigot cast iron pipe shall
conform to all requirements of the Standard Specifications for Cast Iron
Water Pipe and Fittings of the American Water Works Association, except
that American Society of Mechanical Engineers standard flanges shall be
provided, where required, to replace bells, spigots, or both, of standard
bell and spigot pipe. All flanged, flanged and bell, and flanged and
spigot pipe shall be coated as stipulated in the A.W.W.A. Standard Speci-
fications named above.
Joints shall be of the type shown on the Plans or provided for in the '
Detailed Specifications or Proposal.
B. Fittings. All fittings shall be of cast iron and shall conform to the
requirements of the A.W.W.A. Standard Specifications for Cast Iron Pipe
and Fittings. Where mechanical joints are specified, fittings may have
same type of joints. '
Flanged ;Lttings shall conform in dimensions, methods of manufacture and
tests to the Standard Specifications for Cast Iron Pipe and Fittings as
adopted for the A.W.W.A., to the Standard Specifications for Cast Iron
Pipe Flanges and Flanged Fittings as adopted by the A.S.M.E., or the
Standard Specifications for Cast Iron Fittings as adopted by the American
Gas Association, or as dimensions shown indicate.
All special casting not covered by the Standard Specifications referred
to herein shall conform in quality, methods of manufacture and tests
stipulated by the A.W.W.A. Standard Specifications for Cast Iron Water
Pipe and Fittings.
C. Flanges. All flanges for flanged pipe and fittings shall conform in
weight, thickness and drilling to the Standard Specifications for Cast
Iron Pipe Flanges and Flanged Fittings as adopted by the A.S.M.E. Unless
otherwise specified, all flanges shall conform to the specifications for
125 pounds steam working pressure. Unless special drilling is shown on
the Plans or required by the Engineer, drilling shall conform to the
A.S.M.E. standard.
D. Jointing. Yarning or packing material shall consist of one of the follow-
ing: 1) moulded or tubular rubber rings; 2) asbestos rope; or 3) treated
paper rope. All of the above materials shall be handled with care in
order to prevent contamination and shall be dry when put into place in
the joints. The material used shall be free of oil, tar or greasy
substances. '
The yarning material shall be placed around the spigot of the pipe and
shall be of proper dimensions to center the spigot in the bell. When the
spigot is shoved home, the yarning material shall be driven tightly
against the inside base of the hub of the bell with suitable yarning
tools.
When a single strand of yarning material is used, it shall have an overlap
at the top of not more than 2 inches. When more than a single strand is
Pipe
9-2
[Ti
I
I
required for a joint,, each, strand shall be cut to sufficient length so that
the ends will meet without causing overlap. The ends of the strands shall
meet on opposite sides of the pipe and not on the top or at the bottom.
Successive strands of yarning material shall be driven home separately.
For lead joints and bell and spigot pipe, a space of not less than 2-1/4
inches in depth shall be left in the bell in pipe having a nominal diameter
of 20 inches or less; 2-1/2 inches in 24, 30 and 36 inch pipe; and 3 inches
in pipe larger than 36 inches.
' Where mechanical or push -on joint pipe is specified, it shall be in accor-
dance with Federal Specifications WW -P -421b, Type II or Type III.
I
E. Laying. Cast iron pipe shall be laid in accordance with A.W.W.A. Specifi-
cation Designation C600, latest revision.
C
I
Li
n
I
I
I
[T
I
[1
3. CEMENT ASBESTOS PIPE. Cement asbestos pipe, if used under this contract,
shall conform to the following specifications.
A. Pipe. Cement asbestos pipe shall, unless otherwise specified, be Class
150, in accordance with A.W.W.A. Specification C400, latest revision, and
shall be joined with couplings known by the trade names of "Ring-Tite"
or "Fluid-Tite," according to the respective manufacturers.
In case cement asbestos pipe is used, short lengths shall be used at every
connection in accordance with the manufacturer's specifications. Special
attention is called to the manufacturer's requirements for bedding and
compaction around cement asbestos pipe.
B. Fittings. All fittings shall be as specified in Section 2. B. herein,
except that the bells of fittings for cement asbestos pipe 10 inches in
size and larger shall be increased in, or shall be fitted with a cast
iron adapter as recommended by the manufacturer of the, pipe, and that
fittings having Type II or Type III joints may be specified.
C. Joints. Pipe joints between cast iron and cement asbestos pipe shall be
as specified under 2. A. Joints between pipe and fittings shall be lead
and jute as specified under 2. D. for cast iron pipe. Short pieces of
pipe shall be used to connect all fittings, valves and specials, provided
further that the Detailed Specifications may provide that such joints be
mechanical or slip-on type joints.
D. Laying. Cement asbestos pipe shall be laid in accordance with the General
Specifications hereinafter set out as to general conditions, but in accor-
dance with the manufacturer's detailed specifications as to methods.
Particular attention is called to the fact that fill around the pipe shall
be thoroughly compacted in accordance with the manufacturer's instructions.
Manufacturers require more compaction and greater selection of material
than is hereinafter set out in the General Specifications.
4. STEEL PIPE. Steel pipe, if used under this contract, shall conform to the
following specifications.
Pipe
9-3
I
I
A. Pipe. Pipe diameter and wall thickness shall be as specified in the
Detailed Specifications. Diameter shall refer to outside diameter of
the pipe.
Pipe shall be made and tested in accordance with A.W.W.A. Standard Speci-
fication for Steel Water Pipe 6 Inches and Larger, Designation C200,
latest revision.
All pipe shall be made up in the shop in sections 40 to 50 feet in
length with not more than one circumferential joint in any length.
Short lengths will be allowed for specials. Pipe may be made by welding
one longitudinal joint or may be made by the spiral welding process. No
riveted pipe will be considered.
Steel plate shall conform to the Standard Specifications of the American
Society for Testing Materials, Serial Designation A 283, Grade B,
Specification for Low and Intermediate Tensile Strength Carbon -Steel
Plates of Structural Quality. Coupons may be required to be cut from
as many as one in each 20 lengths of pipe furnished to check the strength
of welds. The strength of the welds must be at least 100 percent of the
strength of the pipe.
The manufacture of these pipes and the testing of them in the shop shall
be inspected by a representative of a previously approved established
laboratory or firm of national reputation for testing of this nature,
and report shall be made to the Engineer of this inspection. The costs
of these tests and inspection shall be borne by the Contractor. After
each joint of the pipe is completed, it shall be tested under hydrostatic
pressure as prescribed by A.W.W.A. Standard Specification for Steel Water
Pipe 6 Inches and Larger, C200, latest revision. General sweating of
the welds will not be accepted under this test.
Changes in line and grade may be made by beveling the ends of the pipe
if field welding is allowed, or they may be made by steel specials, or
in the couplings if couplings are used. Steel specials must be made
whenever the angle exceeds 10O. Specials may be made up of straight
pipe fabricated into the required shape or may be made of special
rolled sections. Any specials or fittings shall be of the same character
and thickness of material as the main pipe line. Openings for air valves,
main connections and blow -off connections must be provided with suitable
reinforcement around the openings, welded to the body of the pipe.
Openings of the sizes shown on the plans shall be furnished with blank
flanges or plugs of proper strength to withstand the working pressure of
the line where no other provision is made for closing the openings.
B. Lining and Coating. All steel pipe shall be lined and coated in accor-
dance
with the A.W.W.A. Standard Specification for Coal -Tar Enamel Pro-
tective Coatings and Linings for Steel Water Pipe Lines, Designation C203,
latest revision, or Chlorinated Rubber -Alkyd Paint System for the Exterior
of Aboveground Steel Water Piping, Designation C204, latest revision.
The interior and exterior surfaces of all pipe shall be cleaned, primed
Pipe ,
9-4
Li
I
L
I
I
I
H
I
I
I
and coated with coal-tar#enamel; being either A.W.W.A. Type A or Type B
eriamel.as selected by the Contractor, subject to the approval of the
Engineer. The coal -tar primer and enamel shall be equal to that manu-
factured by the Barrett Company or the Koppers Company, Inc.
If field welding is to be allowed, the pipe joints are to be furnished
with the inside and outside coating held back 12 inches on each end for
field welding. If couplings are used, they shall be coated as specified
for water pipe after installation. All bolts, nuts and spots where
enamel is broken shall be touched up with enamel as specified for pipe.
C. Jointing. The plans show the plan and grade for the pipeline: The Con-
tractor shall submit detail drawing to the Engineer for approval showing
his proposed method of laying the pipe to these grades. All pipelines
to be crossed shall be located before these drawings are prepared.
The Engineer will either set the grade for each pipe or will set the lines
and grade for the pipe on offset stakes. The Contractor shall maintain a•
constant and accurate check on the. grade and alignment from these stakes.
A uniform bedding shall be prepared for the pipe immediately before laying.
The Detailed Specifications state whether the pipe is to be welded or
coupled, or whether the Contractor may choose either method at his option.
If welding is to be used, the Contractor must first file with the Engineer
a description of the method which he proposes to use, the name of the
individual or company who will do the welding, with a statement as to the
previous experience of such individual or company in this particular line
of work. When requested, the Contractor shall cut coupons across the field
welds and send them to an approved laboratory for testing. These welds
must develop the full strength of the pipe. The Contractor, when per-
mitted, may weld the line continuously or he may weld sections together
and lower them into the ditch and connect the sections with a position
weld. If the line is welded continuously, provisions must be made for
slack in the lines. If couplings are used throughout for joining the
pipes, as much as 240 feet may be joined together on top of the ditch and
the sections carefully lowered into the ditch and connected. Any coating
or lining damaged duringshipment or laying of the pipe shall be repaired
to the satsifaction of the Engineer, as specified above under Lining and
Coating, Section 4. B.
D. Field Joints. After the field joints have been welded, if welding is
allowed, the uncoated portions of the pipe and the welds both inside and
outside shall be thoroughly cleaned and dried, and freed from loose mill
scale, grease, paint, dirt, moisture, or other foreign matter. They shall
then receive one coat of Bitumastic or Barrett enamel, applied hot. On
the inside of the pipe the enamel is to be applied as smoothly as possible.
Both the priming solution and the enamel shall be of the same grade and
manufacture as used on the remainder of the pipe.
If couplings are used to join the pipes together, the ends of the pipe
shall be primed and enameled before the pipe is laid.
I
Pipe
9-5
I
I
All of the lining and coating of the steel pipe, including the field touch-
up work, is to be done under the direction of the manufacturer of the lining
and coating to the satisfaction of the Engineer.
The pipe couplings shall be of a gasketed, sleeve -type, with diameter to
properly fit the pipe. Each coupling shall consist of one steel middle
ring, of thickness and length specified; two steel followers; two rubber -
compounded wedge section gaskets; and sufficient track -head steel bolts
to properly compress the gaskets. Field joints shall be made with this
type of coupling.
The couplings shall be assembled on the job in a manner to insure perma-
nently
tight joints under all reasonable conditions of expansion,
contraction, shifting and settlement, unavoidable variations in trench
gradient, etc. The coupling shall be Dresser, Style 38, as manufactured
by Dresser Manufacturing Division, Bradford, Pa., or couplings of equal
quality, and the necessary quantity shall be furnished.
5. VALVE AND VALVE BOXES. All valves shall conform to the A.W.W.A. Specifi-
cation Designation C500, latest revision, for materials, construction and work-
manship and shall be of the double -disc gate type, non -rising stem end unless
otherwise shown on the Plans or in the Detailed Specifications, and shall be
designed for 150 pounds working pressure and shall be of the hub end type.
Where it is shown on the Plans that lines are to be tapped under pressure,
tapping valves shall conform to the above specifications and shall be fitted
with a hub extension for connecting to spigot and cast iron pipe. Unless
otherwise shown on the plans, all underground valves shall include a valve box
and the cost of such valve box shall be included in the unit price bid for
valves of the various sizes complete in place. The valve box shall be of a
cast iron box of the extension type, consisting of three pieces, suitable for
the depth of covering over the pipelines as shown on the Plans. They shall
be provided with a diameter of not less than 5 inches and the minimum thickness
of metal at any point shall not be less than 3/16 inch. They shall be painted
inside and out with a good asphaltum paint.
6. FIRE HYDRANTS. Unless otherwise specified on the Plans or in the Detailed
Specifications, fire hydrants shall be classified according to the diameter
of the opening of the main valve seat, and the number and size of hose
connections. Caps and nozzles shall be threaded to the National Standard
thread of the sizes shown on the Plans or specified in the Proposal.
Fire hydrant lengths shall be adjusted by a hydrant riser to correspond with
the depth of the trench or established grades, and the cost of such risers
shall be included in the price set out in the Proposal for the hydrant com-
plete in place. Where specified in the Plans or set out in the Proposal, the
hydrant shall be equipped with a breakable coupling above the ground line.
The hydrant shall be so designed as to make repairs to broken upper sections
without digging out the hydrant. The upper section of the barrel shall
contain hose and pumper nozzles as specified.
The inlet to the hydrant shall be an elbow or hydrant shoe, provided with a
Pipe
9-6 '
bell flange to fit branch from:.the main; dther_;types,of flanges are to be pro-
vided if set out in the Detailed Specifications.
Drain openings shall be provided in the hydrant shoe to drain the hydrant after
use.
The operating stem shall be made of steel or wrought iron and shall be sheathed
in bronze or'other suitable material where it passes through the stuffing box.
Working parts of iron or steel against other iron or steel will not be permitted.
All working parts, including main valve assembly shall be removable through the
barrel without excavating. All materials and workmanship used in the construc-
tion of hydrants shall be in accordance with the current specifications adopted
by the A.W.W.A. Designation C502, latest revision.
Each fire hydrant shall be tested to 300 pounds hydrostatic pressure supplied
from the inlet side; first with main valve closed for testing valve seat; and,
second, with main valve open for testing of drain valves and strength of entire
hydrant.
I All fire hydrants shall receive, two coats of shop paint
shall be applied as specified by the Engineer.
' 7. RESPONSIBILITY FOR MATERIAL.
A. Responsibility When Furnished by Contractor.
responsible for all material furnished by him
own expense all such material found defective
in handling after delivery by the manufacture
furnishing of all material and labor required
installed material discovered defective prior
the work. -
One coat of field paint
The Contractor shall be
and shall replace at his
in manufacture or damaged
r. This shall include the
for the replacement of
to the final acceptance of
B. Responsibility When Furnished by Owner. The Contractor's responsibility for
material furnished by the Owner shall begin at the point of delivery there-
of to said Contractor. Materials already on the site shall become the
Contractor's responsibility on the day of the award of the contract. The
Contractor shall examine all material furnished by the Owner at the time
and place of delivery to him and shall reject all defective material. Any
material furnished by the Owner and installed by the Contractor without
discovery of such defects will, if -found defective prior to final accep-
tance of the work, be replaced with sound material by the Owner. However,
the. Contractor shall at his own expense, furnish all supplies, labor and
facilities necessary to remove said defective material and install the
sound material in a manner satisfactory to the Engineer.
C. Responsibility for Safe Storage. .The Contractor shall be responsible for
the safe storage of material furnished by or to him and accepted by him, and
intended for the work, until it has been incorporated in the completed
project. The interior of all pipe, fittings and other accessories shall
be kept free from dirt and foreign matter at all times. Valves and hydrants
shall be drained and stored in a manner that will protect them from damage
by freezing.
Pipe
9-7
I
D. Replacement of Damaged Material. Any material furnished by the Owner that
becomes damaged after acceptance by the Contractor shall be replaced at '
his own expense.
8. HANDLING OF MATERIAL.
A. Hauling. All materials furnished by the Contractor shall be delivered and
distributed at the site by the Contractor. Materials furnished by the
Owner shall be picked up by the Contractor at points designated, and hauled
to and distributed at the site.
Pipe, fittings, valves, hydrants and accessories shall be loaded and
unloaded by lifting with hoists or skidding so as to avoid shock or '
damage. Under no circumstances shall such materials be dropped. Pipe
handled on skidways shall not be skidded or rolled against pipe already
on the ground. '
In distributing the material at the site of the work, each piece shall be
unloaded opposite or near the place where it is to be laid in the trench.
B. Care of Pipe Coating and Lining. Pipe shall be so handled that the coating
and lining will not be damaged. However, if any part of the coating or
lining is damaged, the repair shall be made by the Contractor at his expense
in a manner satisfactory to the Engineer.
9. ALIGNMENT AND GRADE. The water main shall be laid and maintained to the
required lines and grades with fitting, valves and hydrants at the required
locations, spigots centered in bells, and all valve and hydrant stems plumb.
A. Deviations Occasioned by Other Structures. Whenever obstructions not shown
on the plans are encountered during the progress of the work and interfere
to such an extent that an alteration in the plan is required, the Engineer
shall have the authority to change the plans and order a deviation from
the line and grade or arrange with the owners of the structures for the
removal, relocation or reconstruction of the obstruction.
B. Caution in Excavation. The Contractor shall proceed with caution in the
excavation and preparation of the trench so that the exact location of
underground structures, both known and unknown, may be determined, and he
shall be held responsible for the repair of such structures when broken or
otherwise damaged because of carelessness on his part.
C. Depth of Pipe. All pipe shall be laid to the depth shown on the contract
drawings or as required in the Detailed Specifications. Any variation
therefrom shall be made only at the order of the Engineer.
10. EXCAVATION AND PREPARATION OF TRENCH. The trench shall be dug so that the
pipe can be laid to the alignment and depth required, and it shall be excavated
only so far in advance of pipe laying as specified or permitted by the Engineer. '
The trench shall be so braced and drained that the workmen may work therein
safely and efficiently. It is essential that the discharge of the trench
dewatering pumps be conducted to natural drainage channels, drains or sewers.
Pipe
9-8 '
A. Width of Trench. The width of, the trench shall be ample to permit the pipe
to be laid and jointed properly, and the backfill to be placed and corn-
' paated as specified. Trenches shall be of such extra width, when required,
as will permit the convenient placing of timber supports, sheeting and
bracing, and handling of specials.
B. Bell Holes. Where pipe types require the use of bell holes, they shall be
providediat each joint to be made properly. 1
C. Pipe Clearance in Rocks. Ledge rocks, boulders and large stones shall be
removed to provide a clearance of at least 6 inches below and on each side
of all pipe, valves and fittings for pipes 24, inches in diameter or less,
and 9 inches for pipes larger than 24 inches in diameter.
The specified minimum clearances are the minimum clear distances which
• will be permitted between any part of the pipe and appurtenances being
laid and any part, projection or point of such rock, boulder or stone.
D. Excavation to Grade. The trench shall be excavated to the depth required
' so as to provide a uniform and continuous bearing and support for the pipe
on solid and undisturbed ground at every point between bell holes, except
that it will be permissible to disturb and otherwise damage the finished
I. surface over a maximum length of 18 inches near the middle of each length
of pipe by the withdrawal of pipe slings or other lifting tacks. Any
part of the bottom of the excavation below the specified grade shall be
' corrected with the approved material and thoroughly compacted as directed
by the Engineer. The finished subgrade shall be prepared accurately
by means of hand tools.
' The subgrade beneath the centerline of the pipe shall be finished to
within 0.03 feet of a.straight line between pipe joints or batterboards,
and all tolerances shall be above the specified grade.
If, in the opinion of the Engineer, soil conditions are encountered at
subgrade which require all or part of the work to be done in accordance
' with paragraph E below, the Engineer shall have the authority to order
the work to be done, and the Contractor will be allowed extra compensation
for the additional work.
' E. Excavation Below Grade. The trench shall be excavated to at least 3
inches and not more than 6, inches below the specified grade. Before the
pipe is laid, the subgrade shall be made by backfilling with an approved
material in 3 inch uncompacted layers. The layers shall be thoroughly
tamped as directed by the Engineer so as to provide a uniform and con-
tinuous bearing and support for the pipe at every point between bell
holes, except that it will be permissible to disturb and otherwise damage
' the finished surface over a maximum length of 18 inches near the middle
of each length of pipe by the withdrawal of pipe slings or other lifting
tackle. The finished subgrade shall be prepared accurately by means of
hand tools.
The subgrade beneath the centerline of the pipe shall be finished to within
I.
Pipe
t 9-9
I
0.03 feet of a straight line between pipe joints or batterboards, and all
tolerances shall be above the specified grade.
F. Excavation in Poor Soil and Refilling to Grade. Where the bottom of the
trench at subgrade is found to be unstable or to include ashes, cinders,
all types of refuse, vegetable or other organic materials, or large pieces
of fragments of inorganic material which in the judgment of the Engineer
should be removed, the Contractor shall excavate and remove such unsuit-
able material to the width and depth ordered by the Engineer. Before the
pipe is laid, the subgrade shall be made by backfilling with an approved
material in 3 inch uncompacted layers. The layers shall be thoroughly
tamped as directed by the Engineer so as to provide a uniform and contin-
uous bearing and support for the pipe at every point between bell holes,
except that it will be permissible to disturb and otherwise damage the
finished surface over a maximum length of 18 inches near the middle of
each length of pipe by the withdrawal of pipe slings or other lifting
tackle. The finished subgrade shall be prepared accurately by means of
hand tools.
The subgrade beneath the centerline of the pipe shall be finished to within
0.03 feet of a straight line between pipe joints or batterboards, and all
tolerances shall be above the specified grade.
G. Special Foundation in Poor Soil. Where the bottom of the trench at sub -
grade is found to consist of material which is unstable to such a degree
that, in the opinion of the Engineer, it cannot be removed and replaced
with an approved material thoroughly compacted in place to support the pipe
properly, the Contractor shall construct a foundation for the pipe,
consisting of piling, timbers or other materials, in accordance with plans
prepared by the Engineer. Extra compensation will be allowed for the
additional work.
H. Subgrade in Rock Trenches. Where excavation is made in rock or boulders
and the clearance specified in paragraph 10.C. above is provided, the
subgrade shall be made by backfilling with an approved material in 3 inch
uncompacted layers.
The layers shall be thoroughly tamped as directed by the Engineer so as to
provide a uniform and continuous bearing and support for the pipe at every
point between bell holes, except that it will be permissible to disturb
and otherwise damage the finished surface over a maximum length of 18
inches near the middle of each pipe length by the withdrawal of pipe
slings or other lifting tackle. The finished subgrade shall be prepared
accurately with hand tools.
The subgrade beneath the centerline of the pipe shall be finished to within
0.03 feet of a straight line between pipe joints or batterboards, and all
tolerances shall be above the specified grade.
I. Rock Excavation. NOTE: Unless the Detailed Specifications and Proposal
make provision for payment for rock excavation, it is not a separate pay
Pipe '
9-10
I
I
I
I
[T
I
1
I
I
I
I
item, and its cost shally.be included in^theunit prices bid for the various
items of construction listed.
The word "rock" wherever used as the name of an excavated material shall
mean boulders and pieces of concrete or masonry exceeding 250 pounds in
weight, or solid ledge rock and masonry which, in the opinion of the
Engineer, requires for its removal drilling and blasting, wedging,
sledging,. or barring, or breaking up with a power operated hand tool.
No soft or disintegrated rock which can be removed with a hand pick or
power operated excavator or shovel, nor loose, shaken or previously
blasted rock or broken stone in rock filling. or elsewhere, and no rock
exterior to the minimum limits of measurement allowed, which may fall
into the excavation, will be measured or allowed.
J. Blasting. Blasting for excavation will be undertaken only when proper
precautions have been taken for the protection of persons or property.
The responsibility for all required precautions is the sole responsibility
of the Contractor. Any damage caused by blasting shall be repaired by
the Contractor at his expense. The Contractor's methods of procedure in
blasting shall conform to the state laws and municipal ordinances.
K. Braced and Sheeted Trenches. Open cut trenches shall be sheeted and braced
as required by any governing state laws and municipal ordinances, and as
may be necessary to protect life, property or the work. When close sheet-
ing is required, it shall be so driven as to prevent adjacent soil from
entering the trench either below or through such sheeting. Where sheeting
and bracing are used, the trench width shall be increased accordingly.
Sheeting and bracing which have been ordered left in place must be removed
for a distance of 3 feet below the established street grade or the existing
surface of the street, whichever is lower. Trench bracing, except that
which must be left in place, may be removed when the backfilling has
reached the respective levels of such bracing. Sheeting, except that which
has been left in place, may be removed after, the backfilling has been
completed or has been brought up to such an elevation as to permit its
safe removal. Sheeting and bracing may be removed before flushing the
trench, but only in such manner as will ensure the adequate protection of
the completed water structures and adjacent ground.
The cost of furnishing, placing and removing the sheeting and bracing and
the leaving in place of sheeting and bracing indicated on the plans shall
be included in the price bid for the work. When sheeting and bracing have
been ordered by the Engineer, or when such sheeting and bracing have been
ordered left in place by the Engineer, the payment for same shall be as an
extra. When sheeting and bracing have been ordered left in place, payment
for same shall include the upper 3 feet or "cut-off" section of the
sheeting.
L. Care of Surface Material for Reuse. All surface materials which, in the
opinion of the Engineer, are suitable for reuse in restoring the surface
shall be kept separate from the general excavation material, as directed
by the Engineer.
pipe
9-11
1
M. Piling Excavated Material. All excavated material shall be piled in a
manner that will not endanger the work and that will avoid obstructing
sidewalks and driveways. Hydrants under pressure, valve pit covers,
valve boxes, curb stop boxes, fire and police call boxes, or other utility
controls shall be left unobstructed and accessible until the work is
completed. Gutters shall be kept clear or other satisfactory provisions
made for street drainage, and natural water courses shall not be obstructed.
N. Trenching by Hand and Machine. Hand methods for excavation shall be
employed in locations shown on the drawings. In other locations the
Contractor may use trench digging machinery or employ hand methods.
0. Barricades, Guards and Safety Provisions. To protect persons from injury
and to avoid property damage, adequate barricades, construction signs,
torches, red lanterns and guards as required shall be placed and maintained
during the progress of the construction work and until it is safe for
traffic to use the highway. All material piles, equipment and pipe
which may serve as obstructions to traffic shall be enclosed by fences
or barricades and shall be protected by proper lights when the visi-
bility
is poor. The rules and regulations of the local authorities
respecting safety provisions shall be observed. Execution of these safety
precautions is the sole responsibility of the Contractor.
P. Maintenance of Traffic and Closing of Streets. The Contractor shall carry '
on the work in a manner which will cause the least interruption to traffic,
and may close to through travel not more than two consecutive blocks,
including the cross street intersected. Where traffic must cross open
trenches, the Contractor shall provide suitable bridges at street inter-
sections and driveways.
The Contractor shall post, where required by the Engineer, suitable signs
indicating that a street is closed and necessary detour signs for a proper
maintenance of traffic.
Q. Structure Protection. Temporary support, adequate protection and maintenance
of all underground and surface structures, drains, sewers and other obstruc-
tions
encountered in the progress of the work shall be furnished by the
Contractor at his expense. The structures which may have been disturbed
shall be restored upon completion of the work.
R. Protection of Property and Surface Structures. Trees, shrubbery, fences,
poles and all other property and surface structures shall be protected
unless their. removal is shown on the drawings or authorized by the
Engineer.
S. Interruption of Service. No valve or other control on the existing system
shall be operated for any purpose by the Contractor. The Owner will
operate all valves, hydrants, blow -offs and curb stops.
I I
Pipe
9-12
I
I
I
I
I
I
J
I
H
I
I
11. VALVES AND FITTINGS.
A. General. Valves, fittings, plugs and caps shall be set and jointed to
pipe in the manner heretofore specified for cleaning, laying and jointing
pipe.
B. Location of Valves. Valves in water mains shall, where possible, be
located on the street property lines extended unless shown otherwise on
the plans.
C. Valve Boxes and Valve Pits. A valve box or a masonry pit shall be provided
for every valve.
A valve box shall be provided for every valve which has no gearing or opera-
ting mechanism or in which the gearing or operating mechanism is fully
protected with a cast iron grease case. The valve box shall not transmit
shock or stress to the valve and shall be centered and plumb over the wrench
nut of the valve, with the box cover flush with the surface of the finished
pavement or such other level as may be directed.
A masonry valve pit shall be provided for every valve which has exposed
gearing or operating mechanisms. The valve nut shall be readily accessible
for operation through the opening in the manhole, which shall be set flush
with the surface of the finished pavement or such other level as may be
specified. Pits shall be so constructed as to permit minor valve repairs
and afford protection to the valve and pipe from impact where they pass
through the pit walls.
D. . Drainage of Mains. Mains shall be drained through drainage branches or
blow -offs to dry walls from which the water can be pumped. Drainage
branches, blow -offs, air vents and appurtenances shall be provided with
gate valves and shall be located and installed as shown on the plans.
Drainage branches or blow -offs shall not be connected to any sewer, sub-
merged in. any stream or be installed in any other manner that will permit
back siphonage into the distribution system.
E. Dead Ends. All
dead ends
on new mains shall
be closed
with cast iron
plugs
or caps, with or
without a
blow -off cock, as
shown on
the drawings.
F. Valve Boxes Used on Cement Asbestos Pipe. Valve boxes used on cement
asbestos pipe shall be supported by use of a pad of concrete poured
around the top so that trucks and traffic cannot settle the box against
the pipe and cause fracture.
12. SETTING HYDRANTS.
A. Location. Hydrants shall be located as shown or as directed and in a
manner to provide complete accessibility, and also in such, a manner that
the possibility of damage from vehicles or injury to pedestrians will be
minimized.
Pipe
9-13
C1
F
When placed beyond the curb, the hydrant barrel shall be set so that no
portion of the pumper or hose nozzle cap will be less than 6 inches nor
more than 12 inches from the gutter face of the curb.
When set in the lawn space between the curb and the sidewalk, or between
the sidewalk and the property line, no portion of the hydrant or nozzle
cap shall be within 6 inches of the sidewalk.
B. Position. All hydrants shall stand plumb and shall have their nozzles
parallel with or at right angles to the curb, with the pumper nozzle
facing the curb, except that hydrants, having two hose nozzles 900 apart
shall be set with each nozzle facing the curb at an angle of 45°. Hydrants
shall be set to the established grade, with nozzles at least 12 inches
above the ground, as shown or as directed by the Engineer.
C. Connection to Main. Each hydrant shall be connected to the main with a
6 inch cast iron branch controlled by an independent 6 inch gate valve,
except as otherwise specified.
D. Hydrant Drainage in Pervious Soil. Wherever a hydrant is set in soil '
that is pervious, drainage shall be provided at the base of the hydrant
by placing coarse gravel or crushed stone mixed with coarse sand from
the bottom of the trench to at least 6 inches above the waste opening
in the hydrant and to a distance of 1 foot around the elbow. No drainage
system shall be connected to a sewer.
E. Hydrant Drainage in Impervious Soil. Wherever a hydrant is set in clay
or other impervious soil, a drainage pit 2 feet in diameter and 3 feet
deep shall be excavated below each hydrant and filled compactly with
coarse gravel or crushed stone mixed with coarse sand, under and around
the elbow of the hydrant and to a level of 6 inches above the waste
opening. No drainage pit shall be connected to a sewer.
13. ANCHORAGE. '
A. Anchorage for Hydrants. The bowl of each hydrant shall be well braced
against unexcavated earth at the end of the trench with stone slabs or
concrete backing, or it shall be tied to the pipe with suitable metal
tie rods or clamps, as shown or directed by the Engineer.
B. Anchorage for Plugs, Caps, Tees and Bends. All plugs, caps, tees and
bends deflecting 22-1/2° or more on mains 8 inches in diameter or larger
shall be provided with a reaction backing, or movement shall be prevented
by attaching suitable metal rods or clamps as shown or specified.
C. Reaction Backing. Reaction backing shall be concrete of a mix not leaner
than 1 cement, 2-1/2 sand, and 5 stone, and having a compressive strength
of not less than 2,000 pounds per square inch at 28 days. Backing 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.
Pipe
9-14 '
I
D. Metal Harness. Metal harness of tie rods.or clamps of adequate strength
to prevent movement may be used instead of concrete backing; as directed
by the Engineer. Steel rods or clamps shall be galvanized or otherwise
rust -proof treated, or shall be painted as shown or directed by the
Engineer.
14. TESTING.
IA. Distribution and Treated Water Mains. Pipe, regardless of the type shall
be tested as set out in A.W.W.A. C600, latest revision, for cast iron
mains. Where test procedures are not set out in the Detailed Specifi-
cations, the pressures outlined shall apply.
B. Supply Mains. Supply mains shall be tested at the full hydrostatic
pressure under which they are to operate. Tests may be conducted after
' the line is completed and the backfill is made.
C. Duration of Test. Test pressures shall be maintained as set out in
' A.W.W.A. C600, latest revision.
D. Method of Testing. Where joints are left open for inspection, ordinary
operating line pressures may be used and the leakage determined by
' inspection. Where joints are covered, metered connections shall be used
whenever practical. In case of pump line where metered water is not
available, the lines may be filled and left under pressure for a period
of 24 hours and the loss determined by pressure gauges.
E. Allowable Leakage. Leakage for all types of pipe shall be within the
limits set out in the tentative Standard Specifications for Installation
'
of Cast Iron Water Mains, A.W.W.A. Designation C600, latest revision.
Should any test of pipe laid disclose leakage greater than that speci-
fied, the Contractor shall, at his own expense, locate and repair the
'• defective joints until the leakage is within the specified allowance.
(Cement asbestos pipe A.W.W.A. C603, latest revision.)
' 15. BACKFILLING.
A. Backfill Material. All backfill material shall be free from cinder, ashes,
refuse, vegetable or organic material, boulders, rock or stones, or
' other material which in the opinion of the Engineer is unsuitable. How-
ever, from 1 foot above the top of the pipe to the subgrade of the pave-
ment, material containing stones up to 8 inches in their greatest dimen-
' sion may be used, unless specified otherwise herein.
B. Use of Excavated Material as Backfill. When the type of backfill material
is not indicated on the drawings or specified, the Contractor may back -
fill with the excavated material, provided that such material consists
of loam clay, sand, gravel or other materials which, in the opinion of
the Engineer, are suitable for backfilling. Where excavated material
is indicated on the drawings or specified for backfill and there is
a deficiency due to a rejection of part thereof, the Contractor shall
furnish the required amount of sand, gravel or other approved material.
I.
Pipe
II 9-15
I
C. Sand or Gravel Backfill. Where sand or gravel backfill is not indicated
on the drawings or specified herein, and in the opinion of the Engineer
should be used in any part of the work, the Contractor shall furnish and '
backfill with sand or gravel as directed as an extra.
D. Backfilling Under Pipe. All trenches —whether the pipe, fittings and
appurtenances are laid on a flat bottom at subgrade, laid on fill or
laid on blocking —shall be backfilled by hand, from the bottom of the
trench to the centerline of the pipe with approved material placed in
layers of 3 inches and compacted by tamping. Backfilling material shall
be deposited in the trench for its full width on each side of the pipe,
fittings, and appurtenances simultaneously.
E. Backfilling Over Pipe. From the centerline of the pipe, fittings, and
appurtenances to the depth of 1 foot above the top of the pipe, the trench
shall be backfilled with select materials by hand or by approved mechanical
methods. The Contractor shall use special care in placing this portion
of the backfill so as to avoid injury or moving the pipe.
F. Backfilling to Grade. From 1 foot above the pipe to the grade shown on '
the drawings or specified herein, the trench shall be backfilled by hand
or by approved mechanical methods.
G. Backfill Under Permanent Pavement. Where the excavation is made through
permanent pavement, curbs, driveways or sidewalks or where such structures
are undercut by the excavation, the entire backfill to the subgrade of
the structures shall be made with select materials. Such material shall
be thoroughly compacted with air tamps to the base of the surface to be
replaced. Walks and driveways consisting of broken stone, gravel, slag t
or cinders shall not be considered as being of a permanent construction.
H. Backfilling Where Settlement Unimportant. Unless otherwise specified, the
Contractor may backfill the trench from 1 foot above the pipe to the top
of the trench with the excavated material, and the backfill shall be neatly
rounded over the trench to a sufficient height to allow for settlement
of grade after consolidation.
I. Backfilling in Freezing Weather. Backfilling shall not be done in
freezing weather except by permission of the Engineer, and it shall not
be made with frozen material. No fill shall be made where the material
already in the trench is frozen.
16. REMOVAL, RESTORATION AND MAINTENANCE OF SURFACE. '
A. Allowable Removal of Pavement. The Contractor shall remove pavement and
road surfaces as a part of the trench excavation, and the amount removed
shall depend upon the width of trench specified for the installation of
the pipe and the width and length of the pavement area required to be
removed for the installation of gate valves, specials, manholes or other
structures. The width of pavement removed along the normal trench for
the installation of the pipe shall not exceed the width of the trench
specified by more than 6 inches on each side of the trench. The width
1
Pipe
9-16
I
I
C
I
and lengths of the area,of?pavement removed-4for the installation of the
gate valves, specials, manholes or other structures shall not exceed the
maximum linear dimensions of such structures by more than 6 inches each
side. Wherever, in the opinion of the Engineer, existing conditions make
it necessary or advisable to remove additional pavement, the Contractor
shall remove it as directed by the Engineer and shall receive extra
compensation therefor, provided such additional work is not shown in the
drawings or specified. The Contractor shall use such methods, either
drilling or chipping, as will assure the breaking of the pavement along
straight lines. The face of the. remaining pavement shall be approxi-
mately vertical.
If the Contractor
removes or damages 'pavement or
surfaces beyond
the limits.
specified above,
such pavement and surfaces shall
be replaced or
repaired
at the expense of
the Contractor.
B. Restoration of Damaged Surfaces and Property. Where any pavement, trees,
shrubbery, fences, poles or other property and surface structures have
been damaged, removed or disturbed by the Contractor, whether deliberately
or through failure to carry out the requirements of the contract documents,
state laws, municipal ordinances of the specific direction of the Engineer,
or through failure to employ usual and reasonable safeguards, such pro-
perty and surface structures shall be replaced or repaired at the expense
of the Contractor..
C. Replacement of Pavement and Structures by Contractor. The Contractor shall
restore (unless otherwise stipulated) all pavement, sidewalks, curbing,
gutter, shrubbery, fences, poles, or other property and surface structures
removed or disturbed as a part of the work to a condition equal to that
before the work began, furnishing all labor and materials incidental there-
to. In restoring the pavement, sound granite blocks, sound brick or
asphalt paving blocks may be restored unless and until, in the opinion of
the Engineer, the conditions of the backfill are such as to properly
support the pavement.
D. Cleaning Up. All surplus water main materials furnished by the Contractor
and all tools and temporary structures shall be removed from the site by
the Contractor. All dirt, rubbish and excess earth from the excavation
shall be hauled to a dump provided by the Contractor. and the construction
site left clean to the satisfaction of the Engineer. All surplus water
main materials furnished by the Owner and delivered to the site by the
Contractor shall be removed and delivered by the Contractor to a location
designated by the Owner. All surplus water main material furnished and
delivered by the Owner shall be removed by the Owner.
17. CONNECTION TO EXISTING LINES. Where connections to existing lines are to
be made, such fittings as are shown on the plans shall be installed. If fittings
are not specified, then such fittings as are necessary to make the proper con-
nections shall be installed. Wherever crosses or tees are installed for future
connections, the section of the fittings being used shall be plugged with a
standard cast iron plug or cap.
Pipe
9-17
I
Wherever it is necessary to connect to existing lines in use, the Contractor
shall notify the Water Superintendent of the Owner at least 24 hours prior to
the time he is ready to make the connection. Together with the Engineer, an
agreed time shall be set for such connection to be made. If water service
is to be interrupted, the time for making the connection shall be at the
discretion of the Water Superintendent and Engineer, and the Contractor shall
make such connections at the time specified.
When making connections to water lines in service, it is of the utmost impor-
tance that the Contractor shall make such connections as quickly as possible
and water service shall not be cut off until the Contractor has everything in
readiness to the satisfaction of the Engineer.
No valves or hydrants in service shall be opened or closed by anyone other than
the persons authorized by the Owner.
Where connections, other than service taps are to be made under pressure to
water lines in service, standard cutting -in sleeves and valves shall be used.
The sleeves shall be of the type which use lead joints. They shall be placed
according to the recommendation of the manufacturer and the instructions of
the Engineer. After the sleeves, tapping valves and all necessary equipment
has been set in position, the cut shall be made in the presence of the Engineer
and the Water Superintendent of the Owner, so if trouble should develop it
could be remedied in the most speedy manner possible. Cutting sleeves and
valves shall be Mueller, A. P. Smith, or equal.
Where tees, valves, crosses or other fittings are to be installed in existing '
lines, a section of sufficient length of the existing line shall be removed
to allow the installation of the fittings, a short section of pipe and a
connecting sleeve. The use of cutting -in sleeves for lead caulked joints will
be permitted if approved by the Engineer in advance. The use of so-called
cutting -in valves, tees or crosses will not be permitted. In all cases,
sufficient room to allow joints as herein specified shall be provided.
18. STERILIZATION OF PIPES. All pipes are to be sterilized after laying is
completed. Sterilization shall be in accordance with A.W.W.A. Specification
C601, latest revision. Sterilization may be carried on at the same time the
leak test is made as outlined in Section 14 above. After the lines are
sterilized, samples shall be taken from each of the respective sections of
the lines and tested in an approved laboratory. The lines shall not be
placed in operation until two consecutive samples showing negative reports
are received on each of the respective sections. Pipe used in force mains
where the water is to be filtered, and for use in sewer construction, need
not be sterilized. However, pipe used in force mains, where water is to be
used without filtration, shall be sterilized.
19. PAYMENT. Unless otherwise set out in the Proposal or the Detailed Speci-
fications,
payment for pipe shall be according to the actual measurements of
linear feet of pipe complete in place. No deduction shall be made for valves,
fittings, hydrants, or other specials included in the length of the line, but
measurements shall be made from centerline of connections to end of line or
centerline of hydrant, valve or other fitting placed at the end of any main
'
Pipe
9-18
• 3
' or branch line. If pipe is joined to fittings.,imzplace, then measurements
shall be from the end of the first piece of pipe laid. In special structures
' such as creek crossings, buildings or other items in which lump sum or other
methods of payment include payment for pipe and fittings, such pipe and
fittings shall not be included in the unit measured for payment for pipe in
' place.
t
i H -H
I.
I.
1
I.
I • • Pipe
9-19
1
' It is the responsibility of theContractorto check the Detailed Specifications
and the Plans for variances which1 supersede these General Specifications.
1
G E N E R A L S P E C I F I C A T I O N S
I
I
I
I
I
I
I
I
I
I
CONCRETE AND REINFORCING STEEL
CONCRETE
1. GENERAL. This item shall consist of concrete in structures, tanks,
bridges, culverts and miscellaneous work, including the concrete portions of
steel, timber, stone masonry and composite structures, prepared and con-
structed in accordance with these specifications, and conforming to the lines,
grades, dimensions, and designs shown on the plans. Concrete shall consist
of an approved Portland cement, a fine aggregate, a coarse aggregate, and
water mixed in the proportions specified for in the various classes of con-
crete hereinafter designated. Air entrainment, when specified, shall be
accomplished by the addition of an air -entraining agent to the mixing water.
The various materials entering into the composition of the concrete shall be
such as will satisfy the requirements specified in this section.
2. CLASSES OF CONCRETE. Seven classes of concrete are provided for in
these specifications, four of non -air -entraining concrete and three classes
of air -entraining concrete. Each class of concrete shall be used in the part
of the structure where called for on the plans or where designated by the
Engineer. The classes are as follows:
Non -Air -Entrained
Concrete
Class AA
Class A
Class A (F)
Class B
Air -Entrained
Concrete
Class AA (AE)
Class A (AE)
Class A (F) (AE)
When the class of concrete required is not expressly indicated on the plans
' or provided for in the Proposal or Detailed Specifications, the following
requirements shall govern:
Class AA - Slabs or girders without wearing surface, concrete piles,
' handrails, and all bridge floors.
Class A - Slab and girders with wearing surface, arch rings, spandrel
walls, piers, abutments, retaining walls, culverts, buildings,
floors, tanks, and all reinforced concrete not requiring
Class AA concrete.
Class B - Mass concrete in abutments, wingwalls, and pier concrete
H
H
Concrete
10-1
I
placed in the dry, when so indicated on the plans. For
mass concrete placed under water, use Class B with 25
percent additional cement. '
Class A (F) will be used for thin sections or in areas where heavy rein-
forcement makes it impractical to use Class A size aggregate.
The air -entraining classes will be used when specifically set out in the
Detailed Specifications or on the plans.
3. CLASSIFICATION AND PROPORTIONING. Concrete mixture shall be proportioned
so as to secure a workable and durable concrete for the various classes, as
hereinafter specified:
CLASS DESIGNATED SIZE MINIMUM MAX. NET WATER CONSISTENCY AIR
OF OF COARSE CEMENT CONTENT PER BAG RANGE IN CONTENT '
CONCRETE AGGREGATE FACTOR (9411) OF CEMENT SLUMP (RANGE)
Bags per '
Square Openings Cu. Yd. Gallons Inches Percent
AA 3/4" to No. 4 7 6-1/2 2 to 4
AA (AE) 3/4" to No. 4 7 6-1/2 2 to 4 3 to 6
A 1-1/4" to No. 4 6 5-1/2 2 to 4
A (AE) 1-1/4" to No. 4 6 5-1/2 2 to 4 3 to 6
A (F) 3/4" to No. 4 6 6 2 to 4
A (F) (AE) 3/4" to No. 4 6 6 2 to 4 6 to 9
B 1-1/2" to No. 4 5 6-1/2 2 to 4
The concrete materials shall be proportioned as determined by the Engineer using
the Absolute Volumes method in accordance with the requirements for each class
specified above. It is the intent of the above limits to produce a concrete
for each class with a minimum strength as follows:
Classes of Concrete Minimum Compressive Strength
(Lbs./Sg. In. — 28 days)
AA or AA (AE) 4,500
A or A (AE) 3,000
A (F) or A (F) (AE) 3,000
B 2,100
The compressive strength will be determined from testing cylinders which have
been sampled from concrete used in the structure, cured under the same condi-
tions as the structure, made and compression tested in accordance with the
current American Association of State Highway Officials Specifications,
Designation T-23, covering the testing of molded cylinders. If the strength
required for the class of concrete being produced is not secured with the
minimum cement content specified, additional cement shall be used at the
Contractor's expense.
Concrete
10-2
I
When the Contractor proposesTto.-.use a new source of material which has not
been proven by past experience, he shall submit samples sufficiently in advance
so that trial mixes can be prepared and the concrete tested as provided above.
Where the Detailed Specifications require that the Contractor. provide approved
laboratory design mixes, the Contractor shall furnish adequate material samples
to the laboratory under the supervision of the Engineer.
When air -entrained concrete is specified, the air entrainment shall be accom-
plished by adding to the mixing water the proper amount of air -entraining
agent in solution. The Engineer shall determine by means of trial batches
on the project the amount of admixture required to produce an air content
'• within the range specified. The mixer shall be equipped with a suitable
automatic dispenser for adding to the mixing water the desired amount of
air -entraining agent. The dispenser shall be constructed and connected so
' that the Inspector can make ready determination of the amount of air -entraining
admixture entering the mixing water.
I
I
I
I
H
I
I
I
4. CONSISTENCY. Concrete shall have a consistency such that it will be
workable in the required position. It shall be of such a consistency that
it will flow around reinforcing steel but individual particles of the coarse
aggregate when isolated shall show a coating of mortar containing its
proportionate amount of sand. The consistency of concrete shall be gauged
by the ability of the equipment to properly place it and not by the diffi-
culty in mixing or transporting. The quantity of mixing water shall be
determined by the Engineer in accordance with Section 3 above and shall not
be varied without his consent.
In general, the slump for concrete, placed by the usual methods or by the
vibration method, shall comply with the requirements of Section 3 above,
unless otherwise authorized by the Engineer.
5. SAMPLING AND TESTING. Compliance with the requirements shown in
Section 3 above shall be determined in accordance with the current methods of
the American Association of State Highway Officials.
During the progress of the work, concrete test cylinders or beams will be
made by the Engineer and tested for compressive strength or modulus of rupture
for the purpose of checking the field control of the quality of the concrete.
Three such specimens shall be made from each run of concrete representing a
unit of the finished structure or for each 100 cubic yards of concrete
placed, whichever is the lesser. The foregoing shall be modified for concrete
piling, or other specialty work, where it shall be required that at least one
set of cylinders be cast for each pour, or for each 50 cubic yards of concrete
placed, whichever is the lesser.
6. MATERIALS. The materials used shall conform to the requirements as set
out herein. No materials shall be used containing foreign matter, frost; or
lumps or crusts of hardened substances. The gradation of the aggregate shall
be determined by laboratory methods with sieves having square openings. The
Contractor or producer shall use the size, length and character of screen and
Concrete
10-3
t
I
method of crushing and screening that is best suited to produce the different
sizes of aggregate required.
A. Water. All water used in mixing or curing shall be clean and free from
injurious amounts of oil, salt, or other deleterious substances. Where
the source of water is relatively shallow, it shall be obtained at such
a depth, and the intake so enclosed as to exclude silt, mud, grass or
other foreign materials.
B. Cement and Air -Entraining Agent. Portland cement shall conform to the
requirements of the current A.A.S.H.O. Specifications, Designation M 85,
for Portland cement. Unless otherwise provided, Type I shall be furnished.
Only one brand of any one type of cement shall be used on the contract
except by written permission of the Engineer.
The Contractor may use, subject to the approval of the Engineer, Type 111,
a high early strength Portland cement.
The air -entraining agent shall comply with the requirements of Standard
Specifications of Air -Entraining Admixtures for Concrete, A.A.S.H.O.
Designation M-154, and shall be added to the mixing water in solution.
The Contractor shall submit evidence based on tests made in a recognized
laboratory to show that the air -entraining admixture conforms to the
requirements of the latest revision A.A.S.H.O. M-154 (ASTM C206) for
seven and 28 day compressive and flexural strengths and resistance to
freezing and thawings, except as provided in the following paragraph.
Tests for bleeding, bond strength and volume change will not be
required. A "recognized" laboratory is any State Highway, Bureau of
Public Roads or cement concrete laboratory regularly inspected by the
Cement Reference Laboratory of the National Bureau of Standards. Tests
may be made upon samples taken from a quantity submitted by the Contractor
for use on the project or upon samples submitted and certified by the
manufacturer as representative of the admixture to be supplied.
An exception to the requirements in the preceding paragraph is the case
of admixtures which are manufactured by neutralizing Vinsol resin with
caustic soda (sodium hydroxide). When the Contractor proposes to use
such an admixture he shall submit a certification concerning the
admixture in the following form:
"This is to certify that the product (trade name) as manufactured and
sold by the (company) is an aqueous solution of Vinsol resin that has
been neutralized with sodium hydroxide. The ratio of sodium hydroxide
to Vinsol resin is one part of sodium hydroxide to (number) parts of
Vinsol resin. The percentage of solids based on the residue dried
at 1050 C. is (number). No other additive or chemical agent is present
in this solution."
When the Contractor proposes to use an air -entraining admixture which has
been previously approved, he shall submit a certification stating that
the admixture is the same as that previously approved. If an admixture
Concrete
10-4
C
offered for use is essentially the same. (with only minor difference in
concentration) as another"previously approved material, a certification
will be required stating that the produce is essentially the same as
the approved admixture and that no other admixture or chemical agent is
present.
Either prior to or at any time during construction the Engineer may
require that the admixture selected by the Contractor be further tested
to determine its effect upon the strength of the concrete. When so
tested,. seven-day compressive strength of concrete made with the cement
and aggregates in the proportions to be used in the work and containing
the admixture under test in an amount sufficient to produce from 3 to
5 percent entrained air in the plastic concrete shall be not less than
88 percent of the,strength of concrete made with the same materials and
with the same cement content and consistency but without the admixture.
The percentage reduction in strength shallbe calculated from.the
average strength of at least five standard 6 inch by 12 inch cylinders
of each type of 'concrete.
■ Specimens shall be made and cured in the laboratory in accordance with
the requirements of the latest revision of the A.A.S.H.O. T-126
I. (ASTM C 192) and shall be tested in accordance with the requirements
of the latest revision of A.A.S.H.O.:T-22 (ASTM C 39).
The percentage of entrained air shall be determined in accordance with
the requirements of the latest revision of.A.A.S.H.O. T-152 (ASTM C 231).
Cement furnished in sacks shall weigh not less than'94 pounds net per
sack. The use of cement salvaged from used or discarded sacks will. not
' be allowed, nor will the mixing or alternate use of different brands
of cement be permitted. Cement placed in storage shall be suitably
protected. Any. retrogression in quality occurring during the storage
period will be cause for rejection. If the cement furnished shows
erratic. behavior under the field conditions incident to the pouring and
placing of the concrete, or in regard to the strength of the finished
I. product, or in the time of the initial or final set, the Contractor
will at once, without notice from the Engineer, cease the use of that
brand of cement and furnish cement of such properties as to ensure work
of a quality satisfactory to the Engineer.
' When a type of cement not specified on the plans or in the specifications
is permitted by the Engineer, any additional cost shall be assumed by
the Contractor.
C. Coarse Aggregate. The coarse aggregate shall consist of crushed stone
or gravel. A coarse aggregateconsisting of a combination of crushed
'
stone and gravel shall be used only when specifically approved by the
Engineer.
' Crushed'stone shall consist of clean, tough, durable fragments of rock
of uniform quality. The stone shall have a percent of wear of not more
than 40 (Los Angeles test) and when subjected to five cycles of the
I
Concrete
10-5
I
U
soundness test (Sodium Sulphate), shall have a loss not to exceed
12 percent. Gravel shall consist of clean, hard, durable, uncoated
pebbles, crushed or uncrushed, having a percent of wear of not more
than 40 (Los Angeles test) A.A.S.H.O. Designation T-96.
When tested by laboratory methods the amount of deleterious substances
will not exceed the following limits:
Maximum Permissible
Percentage by Weight
Removed by decantation ---------------------- 1%
C o a 1 and lignite ---------------------------- 0.25%
Clay lumps ---------------------------------- 0.25%
Soft fragments ------------------------------ 5%
Total deleterious substances ---------------- 5%
Coarse aggregate size shall be reasonably well graded from coarse to
fine and shall conform to the following grading requirements:
Class AA, AA (AE), A (F) and A (F) (AE) Concrete:
Retained on 3/4" sieve -------------------- 0%
Retained on 3/8" sieve --------------------- 30-70%
Retained on No. 4 sieve -------------------- 95-100%
Class A and A (AE) Concrete:
Retained on 1-1/4" sieve ------------------- 0%
Retained on 3/4" sieve --------------------- 20-65%
Retained on 3/8" sieve --------------------- 70-90%
Retained on No. 4 sieve -------------------- 95-100%
Class B Concrete:
Total retained on 1-1/2" sieve ------------- 0%
Total retained on 3/4" sieve --------------- 25-65%
Total retained on 3/8" sieve --------------- 70-90%
Total retained on No. 4 sieve -------------- 95-100%
Coarse aggregate from any one source shall not vary as to maximum size '
and shall be uniform to a reasonable degree in gradation with the
representative sample submitted by the Contractor, with the further
provision the aggregate furnished from any one source having a varia-
tion in fineness modulus greater than 20 points either way from the
fineness modulus of the representative sample submitted by the Contractor '
will not be accepted under the specifications.
D. Fine Aggregate. The fine aggregate shall consist of clean, hard,
durable particles of natural sand or other approved inert material with
similar characteristics.
Concrete '
10-6
1
I
The amount of deleterious•substances shall. not exceed the following
limits:
1 • Maximum Permissible
Percentage by Weight
Removed by decantation --------------------- 2%
Clay lumps -------------------------------- 0.50%
Coal and lignite ------------------------- - 0.25%
Soft and flaky particles ------------- -- -- 2%
The fine aggregate shall be free from injurious amounts of organic
impurities and shall pass the mortar strength test as specified in
the following: When the fine aggregate is mixed with Portland cement
in the proportion of one part of cement to three parts of fine aggre-
gate, the tensile strength compared to standard Ottawa sand mortar
specimens made with the same cement of the same proportions and
consistency shall not be less than 100 percent at seven and 28 days.
Fine aggregate shall be reasonable well graded from coarse to fine, and
shall conform to the following grading requirements:
'Total retained on 3/8" sieve ------------ --- 0%v
Total retained on No. 4 sieve -- ----------- 0-5%
Total retained on No. 8 sieve --------------- 5-30%
' Total retained on No. 16 sieve 20-55%
Total retained on No. 30 sieve 40-80%
Total retained on No. 50 sieve -------------- 70-95%
Total retained on No. 100 sieve ------------- 95-100% -
Mortar sand, when specified, shall meet the following gradations:
' Passing No. 8 sieve - 100%
Passing No. 50 sieve 15-40%
• Passing No. 100 sieve ------------- -------- 0-10%
Fine aggregate from any one source shall be uniform to a reasonable
degree in gradation with the representative sample submitted by the
Contractor, with the further provision that aggregate supplied from any
t one source having a variation in fineness modulus greater than 20 points
either way from the fineness modulus of the representative sample sub-
• mitted by the Contractor will not be accepted.
' E. Joint Fillers. The material for filling and sealing joints shall comply
with the specifications for one or more of the following types.
1. Preformed Joint Fillers. Preformed joint filler, bituminous type,
shall meet the requirements of the current A.S.T.M. Specifications,
Designation D 994 (A.A.S.H.O. Designation M-33).
' Preformed expansion joint filler, non -extruding and resilient
types, shall meet the requirements of the current A.A.S.H.O.
Concrete
10-7
1
I
Specifications, Designation M-153, except that all materials shall
require a load of at least 100 pounds per square inch for compression
to 50 percent of original thickness. Unless otherwise designated on
the plans or in the Detailed Specifications, Type III filler shall
be used.
2. Poured Joint Filler. Poured joint filler shall consist of a pre-
pared
mixture of asphalt and mineral filler. The mineral filler
shall be diatomaceous earth. The mixture shall be free from water
and shall not foam when heated to the proper temperature range for
application, 4000 to 485° F. It shall also comply with the following
requirements:
Specific Gravity at 77° F. ---------------- 1.02 min. '
Softening Point --------------------------- 183° F. to 2000 F.
Penetration at 77° F. 100 gm. 5 sec. ------- 68 to 88
Penetration at 320 F. 200 gm. 1 minute ----- 38 min.
Penetration at 1150 F. 50 gm. 5 sec. ------. 160 max.
Flash Point -------------------------------- 550° F. min.
Ash--------------------------------------- 8% min.
Settlement Ratio -------------------------- 1.02 max.
Ducility at 770 F. ------------------------ 5 min.
Flow at 1400 F. --------------------------- 0.5 cm. max.
F. Roofing Felt. Roofing felt used for joint material and bearing pads shall
consist of a roofing felt saturated and coated on both sides with asphalt,
and coated on one side with powdered mineral matter such as talc or mica,
and shall conform to the current specifications for Asphalt Roll Roofing
of the A.S.T.M., Designation D 224.
G. Water Stops. Synthetic rubber and metal water stops shall conform to the
requirements of the General Specifications covering Reinforcing Steel as
hereinafter set out.
7. HANDLING AND STORAGE OF MATERIALS. The handling and storage of concrete
aggregates shall be such as to prevent segregation and the admixture of foreign
materials. The Engineer may require that the aggregates be stored on suitable
platforms. Coarse and fine aggregates shall be stored in separate stockpiles
sufficiently removed from each other to prevent the material at the edge of
the piles from becoming intermixed. The location of stockpiles shall be
satisfactory to the Engineer.
All cement shall be stored in suitable weatherproof buildings which will pro-
tect
the cement from dampness. Provision for storage shall be ample and the
shipments of cement as received shall be separately stored in such a manner
as to provide easy access for the identification and inspection of each ship-
ment. Stored cement shall meet the test requirements at any time after
storage when a retest is ordered by the Engineer.
On small jobs, storage in the open may be permitted by written authorization
from the Engineer, in which case a raised platform and ample waterproof
covering shall be provided.
Concrete '
10-8
1
I
I
I
I
I
I
I
H
I
I
Copies of cement records shall be furnished the,Tfgineer, showing in such
detail as he may reasonably require, the quantity used during the day or
run at each -part of the work. Cement held in storage for a period of over
three months, or cement which, for any reason, the Engineer may suspect of
being damaged, shall be subject to a retest before being used on the work.
S. MEASUREMENT OF MATERIALS. Materials shall be measured by weighing,
except as otherwise specified or where other methods are specifically autho-
rized by the Engineer. The apparatus provided for weighing the aggregates
and cement shall be suitably designed and constructed for this purpose. Each
size of aggregate and the cement shall be weighed separately. The accuracy
of all weighing devicesshall be such that successive quantities can be
measured to within 1 percent of the desired amount. Cement in standard
packages (sack) need not be weighed, but bulk cement shall. be weighed. The
mixing water shall be measured by volume or by weight. The water measuring
device shall be susceptible of control accurate to plus or minus 112 percent
of the capacity of the tank. All measuring devices shall be subject to
approval. -
Where volumetric measurements are authorized by the Engineer for projects,
where the amount of concrete is small, the weight proportions shall be
converted to equivalent volumetric proportions. In such cases, suitable
allowance shall be made for variations in the moisture condition of the
aggregate, including the bulking effect in the fine aggregate.
When the aggregates contain more water than the quantity necessary to pro-
duce a saturated surface -dry condition as contemplated in Section 3 above,
representative samples shall be taken and the moisture content determined
for each kind of aggregate.
When sack cement is used, the quantities of aggregates for each batch shall
be exactly sufficient for one or more full sacks of cement and no batch
requiring fractional sacks of cement will be permitted.
9. MIXING CONCRETE.
A. General. Unless otherwise authorized by the Engineer in writing, and
. except as provided herein, concrete shall be machine -mixed at the site.
B. Mixing at Site. Concrete shall be thoroughly mixed in a batch mixer
of an approved size and type which will ensure a uniform distribution
of the materials throughout the mass.
The mixer shall be equipped with adequate water storage and a device
for accurately measuring and automatically controlling the amount of
water used in each batch. Mechanical means shall be provided for auto-
matically preventing the discharge of the mixer until the materials
have been mixed the specified minimum time.
The entire
contents of the
mixer
shall be removed from the drum before
'
materials
for a succeeding
batch
are placed therein. The materials
I
Concrete
10-9
I
I
composing a batch shall be deposited simultaneously in the mixer. No
mixer having a rated capacity of less than a one -bag batch shall be
used nor shall a mixer be charged in excess of its rated capacity plus
10 percent.
All concrete shall be mixed for a period of not less than 1-1/2 minutes
after all materials, including water, are in the mixer. During the
period of mixing, the mixer shall operate at the speed for which it has
been designed, but this speed shall be not less than 14 nor more than
20 revolutions per minute.
Upon the cessation of mixing for a considerable period, the mixer shall
be thoroughly cleaned. '
C. Ready -Mixed Concrete. The use of ready -mixed concrete will be permitted
only when specifically approved by the Engineer. If the use of ready -
mixed
concrete is permitted, all provisions set out heretofore for
site -mixed concrete shall be observed except as herein modified.
When the specified slump is 3 inches or less, the tolerance shall be
plus or minus 1/2 inch. When the specified slump is greater than
3 inches, the tolerance shall be plus or minus 1 inch.
Ready -mixed concrete shall be understood to mean any concrete which is '
proportioned and mixed in a central plant and hauled to the work in
agitator trucks of approved type, or in non -agitating equipment when
approved by the Engineer; or concrete which is proportioned in a central
plant and mixed in approved transit mix trucks en route to the site of
the work; or mixed completely in a truck mixer at the point of delivery
following the addition of mixing water.
Mixer may be stationary mixers or truck mixers. Agitators may be truck
mixers or truck agitators. Each mixer and agitator shall have attached
thereto, in a prominent place, a metal plate on which is plainly marked
for the various uses for which the equipment is designed, the capacity
of the drum container in terms of volume of mixed concrete and the
speed of rotation of the mixing drum and blades.
The truck mixer, when loaded to manufacturer's rated capacity, which
shall not exceed 57-1/2 percent of the volume of the drum of the mixer,
shall be capable of combining the ingredients of the concrete within
the specified time into a thoroughly mixed and uniform mass and of
discharging the concrete with a satisfactory degree of uniformity.
The agitator, when loaded to manufacturer's rated capacity, which shall
not exceed 80 percent of the volume of the drum and of the agitator,
shall be capable of maintaining the mixed concrete in a thoroughly
mixed and uniform mass and of discharging the concrete with a satis-
factory degree of uniformity.
Mixers and agitators shall be operated within the limits of capacity '
'
Concrete
10-10
1
I H:
and speed of rotation designed by the manufacturer of the equipment.
Units designated as agitators shall not be used in connection with
' truck mixing. When a stationary mixer is used for the complete mixing
of the concrete, the mixing time shall be the same and the mixer and
mixer operation shall comply substantially with the provision set out
herein for site -mixed concrete.
When a truck mixer is used for complete mixing, each batch of concrete
shall be mixed not less than 70 nor more than 100 revolutions of the drum
' or blades at the rate of rotation designated by the manufacturer of the
equipment as mixing speed. Additional mixing,, if any, shall be at the
speed designated by the manufacturer of the equipment as agitating
' speed.
When a truck mixer is used for transporting concrete which has been
completely mixed in a stationary mixer, mixing during transportation
shall be at the speed designated by the manufacturer of the equipment
as agitation speed, and the volume of the batch shall not exceed 80
percent of the gross drum volume.
Concrete shall be delivered to the site of the work and discharged from
• the truck mixer or agitator into the forms complete within 1-1/2 hours
after the introduction of the mixing water to the cement and aggregates
except that in hot weather, or under other conditions contributing to
quick stiffening of the concrete, the maximum allowable time may be
reduced by the Engineer. Each batch shall be accompanied by a time
slip issued at the batching plant bearing the time of departure.
Slump tests shall be made from time to time of individual samples taken
at the beginning, midpoint and end of the load. If these slumps vary
by more than the tolerances specified above, the mixer oragitator
shall not be used unless the condition is corrected.'
' Mixers and agitators shall be examined daily for changes in condition
due to the accumulation of hard concrete or mortar or wear of blades.
The pickup and throw -over blades shall be replaced when any part or
' section is worn 1 inch or more below the original height of the manu-
facturer's design. A copy, of the manufacturer's design, showing
dimensions and arrangement of blades, shall be available at all times.
' The concrete, when discharged, shall be of the consistency and work-
ability required for the job without the use of additional mixing water.
The rate of discharge shall be controlled by the speed of rotation of
drums in the discharge direction with the discharge gate fully open.
When approved in writing by the Engineer, central -mixed concrete which
is designed for the purpose may be transported in approved non -agitating
equipment. Bodies of this equipment shall be smooth, watertight, metal
containers, equipped with gates that will permit control of the dis-
' charge of the concrete. Covers shall be provided for protection against
the weather. The concrete. shall be delivered to the site of the work
I
Concrete
10-11
1
in a thoroughly mixed and uniform mass and discharged with a satis-
factory
degree of uniformity. Placement in forms shall be completed
within 30 minutes after introduction of the mixing water to the cement
and aggregates.
If the concrete furnished shows erratic behavior under the field condi-
tions,
or in regard to strength of the finished product as shown by
beams or cylinder tests or in the time of initial or final set, the
Contractor will, at once, without notice from the Engineer, cease the
use of ready -mixed concrete until such corrections in procedure are
made as to ensure work of a quality satisfactory to the Engineer.
The organization supplying concrete shall have sufficient plant capacity '
and transporting apparatus to ensure continuous delivery at the rate
required. The rate of delivery of concrete during concreting oper-
ations shall be such as to provide for the proper handling, placing and
finishing of the concrete. The rates shall be such that the interval
between batches shall not exceed 20 minutes. The methods of delivering
and handling the concrete shall be such as will facilitate placing with
the minimum of rehandling and without damage to the structure of the
concrete.
D. Hand Mixing. When hand mixing is authorized it shall be done on a ,
watertight platform and in such a manner as to ensure a uniform distri-
bution of the materials throughout the mass. Mixing shall be continued
until a homogeneous mixture of the required consistency is obtained.
E. Retempering. The concrete shall be mixed only in such quantities as
are required for immediate use and any which has developed initial set
shall not be used. Concrete which has partially hardened shall not be
retempered or remixed.
10. HANDLING AND PLACING CONCRETE.
A. General. In preparation for the placing of concrete, all sawdust, chips,
and other construction debris and extraneous matter shall be removed from
the interior of forms. Struts, stays and braces, serving temporarily
to hold the forms in correct shape and alignment, pending the placing of
concrete at their locations, shall be removed when the concrete placing
has reached an elevation rendering their service unnecessary, and these
temporary members shall be entirely removed from the forms and not
buried in the concrete.
All concrete shall be placed before it has taken its initial set. ,
Concrete shall be placed so as to avoid segregation of the materials and
the displacement of the reinforcement. The use of long troughs, chutes
and pipes for conveying the concrete from the mixer to the forms shall
be permitted only on written authorization from the Engineer. In case
an inferior quality of concrete is produced by the use of such conveyors,
Concrete t
10-12
I
the Engineer may order discontinuance of their use and the substitution
tof a satisfactory method' of placing.
Open troughs and chutes shall be of metal or metal lined. Where steep
slopes are required, the chutes shall be equipped with baffles or be
in short lengths that reverse the direction of movement.
All chutes, troughs, and pipe shall be kept clean and free from coatings
' of hardened concrete by thoroughly flushing with water after each run;
water used for flushing shall be discharged clear of the structure.
' When placing operations would involve dropping the concrete more than
5 feet, it shall be deposited through sheet metal or other approved
pipes. As far as practicable, the pipes shall be kept full of concrete
during placing and their lower ends shall be kept buried in the newly
t placed concrete. After initial set of the concrete, the forms shall not
be jarred and no strain shall be placed on the ends of reinforcing bars
which project..
All concrete, during and immediately after depositing, shall be thoroughly
compacted. The compaction shall be done by mechanical vibration subject
to the following provisions:
1. The vibration shall be internal unless special authorization of
other methods is given by the Engineer or as provided herein.
' 2. Vibrators shall be of a type and design approved by the Engineer.
They shall be capable of transmitting vibration to the concrete
' at frequencies of not less than 4,500 impulses per minute.
3. The intensity of vibration shall be such as to visibly affect a
mass of concrete of 1 inch slump over a radius of at least 18
' inches.
4. The Contractor shall provide a sufficient number of vibrators to
properly compact each batch immediately after it is placed in the
forms.
5. Vibrators shall be manipulated so as to thoroughly work the concrete
around the reinforcement and imbedded fixtures and into the corners
• and angles of the forms.
' Vibration shall be applied at the point of deposit and in the area of
freshly deposited concrete. The vibrators shall be inserted and with-
• drawn out of the concrete slowly. The vibration shall be of sufficient
' duration and intensity to thoroughly compact the concrete, but shall
not be continued so as to cause segregation. Vibration shall not be
continued at any one point to the extent that localized areas of grout
' are formed.
Application of vibrators shall be at points uniformly spaced and not
1 Concrete
10-13
1
I
farther apart than twice the radius over which the vibration is visibly
effective.
6. Vibration shall not be applied directly or through the rein-
forcement to sections or layers of concrete which have hardened
to the degree that the concrete ceases to be plastic under
vibration. It shall not be used to make concrete flow in the
forms over distances so great as to cause segregation, and
vibration shall not be used to transport concrete in the forms.
7. Vibration shall be supplemented by such spading as is necessary
to ensure smooth surfaces and dense concrete, along form surfaces
and in corners and locations impossible to reach with the vibrators. '
8. The provisions of this article shall apply to precast piling,
concrete cribbing and other precast members except that, if
approved by the Engineer, the manufacturer's methods of vibration
may be used.
Concrete shall be placed in horizontal layers not more than 12 inches '
thick except as hereinafter provided. When less than a complete layer
is placed in one operation, it shall be terminated in a vertical bulk-
head. Each layer shall be placed and compacted before the preceding
batch has taken initial set to prevent injury to the green concrete
and avoid surfaces of separation between the batches. Each layer
shall be compacted so as to avoid the formation of a construction joint
with a preceding layer which has not taken initial set.
When the placing of concrete is temporarily discontinued, the concrete,
after becoming firm enough to retain its form, shall be cleaned of
laitance and other objectionable material to a sufficient depth to
expose sound concrete. To avoid visible joints as far as possible
upon exposed faces, the top surface of the concrete adjacent to the
forms shall be smoothed with a trowel. Where a "feather edge" might
be produced at a construction joint, as the sloped top surface of
wingwall, an insert form work shall be used to produce a blocked out
portion in the preceding layer which shall produce an edge thickness
of not less than 6 inches in the succeeding layer. Work shall not
be discontinued within 18 inches of the top of any face, unless pro-
vision
has been made for a coping less than 18 inches thick, in which
case, if permitted by the Engineer, the construction joint may be made
at the underside of the coping.
Immediately following the discontinuance of placing concrete, all '
accumulations of mortar splashed upon the reinforced steel and the
surface of forms shall be removed. Dried mortar chips and dust shall
not be puddled into the unset concrete. If the accumulations are not
removed prior to the concrete becoming set, care shall be exercised
not to injure or break the concrete -steel bond at and near the
surface of the concrete when cleaning reinforcing steel. I
Concrete '
10-14
I
I
I
I
I
I
J
11
C
I
I
I
I
I
I
11. DEPOSITING CONCRETE UNDERWATER. Concrete. shall not. be deposited in
JA
water except with the approval of the Engineer, and under his immediate
supervision; and in this case, the method of placing shall be as herein-
after designated.
Concrete deposited in water shall be seal concrete. To prevent segregation,
it shall be carefully placed in a compact mass, in its final position, by
means of a tremie, a bottom dump bucket or other approved method, and shall
not be disturbed after being deposited. Still water shall be maintained
at the point of deposit and the forms under water shall be watertight.
For, parts of structures under water, when possible, concrete seals shall
be placed continuously from start to finish. The surface of the concrete
shall be kept as nearly horizontal as practicable at all times. To ensure
thorough bonding, each succeeding layer of seal shall be placed before the
preceding layer has taken initial set.
A tremie shall consist of a tube having a diameter of not less than 10 inches,
constructed in sections having flanged couplings fitted with gaskets. The
tremies shall be supported so as to permit free movement of the discharge end
over the entire top surface of the work and so as to permit rapid lowering
when necessary to retard or stop the flow of concrete. The discharge end
shall be closed at the start of work so as to prevent water entering the
tube and shall be entirely sealed at all times. The tremie tube shall be
kept full to the bottom of the hopper. When a batch is dumped into the
hopper, the flow of concrete shall be induced by slightly raising the
discharge end, always keeping it in the deposited concrete. The flow shall
be continuous until the work is completed.
Depositing of concrete by the drop bottom bucket method shall conform to
the following specification. The top of the bucket shall be open. The
bottom door shall open freely and outward when tripping. The bucket
shall be completely filled and slowly lowered to avoid backwash. It
shall not be dumped until it rests on the surface upon which the concrete
is to be deposited and when discharged, shall be withdrawn slowly until
well above the concrete. The slump of concrete shall be maintained
between 4 and 8 inches.
Unwatering may proceed when the concrete seal is sufficiently hard and
strong. All laitance or other unsatisfactory materials shall be removed
from the exposed surface by scraping, chipping or other means which will
not injure the surface of the concrete.
12. CONSTRUCTION JOINTS.
A. General. Construction joints shall be made only where located on
plans or shown in the pouring schedule, unless otherwise approved by
the Engineer.
If not detailed on the plans, or in the case of emergency, construction
joints shall be placed as directed by the Engineer. Shear keys or
Concrete
10-15
I
I
inclined reinforcement shall be used where necessary to transmit shear
or bond the two sections together.
B. Bonding. Before depositing new concrete on or against concrete which
has hardened, the forms shall be retightened. The surface of the
hardened concrete shall be roughened as required by the Engineer
in a manner that will not leave loosened particles or aggregates or
damaged concrete at the surface. It shall be thoroughly cleaned of
foreign matter and laitance, and saturated with water. To ensure an
excess of mortar at the juncture of the hardened and the newly
deposited concrete, the cleaned and saturated surfaces, including
vertical and inclined surfaces, shall first be thoroughly covered
with a coating of mortar or neat cement grout against which the new
concrete shall be placed before the grout has attained its initial
set.
The placing of concrete shall be carried continuously from joint to
joint. The face edges of all joints which are exposed to view shall
be carefully finished true to line and elevation.
13. FALSEWORK AND CENTERING. Unless otherwise provided, detailed plans
for falsework or centering shall be supplied to the Engineer on request;
but, in no case shall the Contractor be relieved of responsibility for
results obtained by the use of these plans.
For designing falsework and centering, a weight of 150 pounds per cubic
foot shall be assumed for green concrete. All falsework shall be
designed and constructed to provide the necessary rigidity and to support
the loads without appreciable settlement or deformation. The Engineer may
require the Contractor to employ screw jacks or hardwood wedges to take
up any settlement in the formwork either before or during the placing of
concrete.
Falsework which cannot be founded on a satisfactory footing shall be '
supported on piling which shall be spaced, driven and removed in a manner
approved by the Engineer.
Falsewark shall be set to give the finished structure the camber specified
or indicated on the plans.
Arch centering shall be constructed according to centering plans approved
by the Engineer. Provision shall be made by means of suitable wedges,
sand boxes or other devices for the gradual lowering of centers, and
rendering the arch self-supporting. When directed, centering shall be
placed upon approved jacks in order to take up and correct any slight
settlement which may occur after the placing has begun.
14, FOUNDATION PITS AND FORMS. All foundation pits and forms shall be
inspected and approved by the Engineer prior to placing any part of the
structure and the methods employed in performing the work and all equip-
ment,
tools and machinery used for handling materials and executing any
Concrete ,
10-16
I
P
I
I
I
I
I
I
I
C
L
I
_1
I
I
I
part of the work shall be subject to the approval;of the Engineer. All
equipment, tools and machinery'used must be maintained in a satisfactory
working condition.
Forms shall conform to the shape, lines and dimensions of the concrete as
called for on the plans. All plane form surfaces shall be constructed so
that the finished concrete surfaces will be true planes, free from waves
and irregularities. Lumber used in forms for exposed surfaces shall be
straight, dressed to uniform width and thickness and shall be free from
loose knots or other defects. Joints in forms shall be horizontal or
vertical. For unexposed surfaces, undressed lumber may be used. Lumber
once used in forms shall have nails withdrawn and surfaces to be in
contact with the concrete thoroughly cleaned before being used again.
Forms shall be substantial and sufficiently tight to prevent leakage of
mortar. They shall be properly braced or tied together in such a manner
that they will maintain their original position and shape under the super-
imposed loads and the fluid pressure of the concrete. If adequate foundations
for shores cannot be secured, trussed supports shall be provided.
Where required by the Detailed Specifications, concrete shall be poured
against waterproofed Douglas fir plywood, or waterproofed tempered hard-
pressed fiberboard, of a make and quality approved by the Engineer, and
installed in strict conformity to the manufacturer's specifications. Forms
used for backing up and otherwise supporting form lining shall have a flat
surface but need not be tight.
At the top of all walls or other surfaces which, are to be finished to a true
line, the top of the form shall be brought to a true line and grade so that
the surface may be finished by means of a float or template resting on the
top edge of the form. Forms, on one side of the wall at least, shall not
extend over horizontal construction joints.
Flat steel bars or rods, unless otherwise authorized, shall. be used for
internal form ties. They shall be provided with lugs, nuts, cones or other
approved devices, which will serve as spreaders or form spacers, and the..
ties shall have sufficient mechanical strength, stiffness and rigidity to
hold the forms in proper position,. spacing and alignment. The ties shall
be of, such design that the body of the tie will remain embedded in the
concrete, with the ends of the ties not closer than 1/2 inch from the outer
concrete surfaces. The ends of the embedded portion of the tie shall be
provided with holes, corrugations, hooks, or other approved type of mortar
clinch, and these ends shall be protected from the concrete by means of
cone shaped shields of sufficient depth to provide adequate anchorage for
the cement mortar plugs which shall be placed in the holes left by these
shields.. Wire form ties will be permitted only on light and unimportant
work and with the approval of the Engineer. They shall not be used through
surfaces where discoloration would be objectionable. Wire ties, where used,
must not be tightened by twisting, but shall be tightened by means of wedges
placed outside the forms. No more initial stress is to be placed in the wire
tie than is necessary to remove all slack.
Concrete
10-17
I
Shores supporting successive stories shall be placed directly over those
below or so designated that the load will be transmitted directly to them.
Forms shall be set to line and grade and so constructed and fastened as to
provide and maintain true lines. Special care shall be used to prevent
bulging.
The forms for all walls should be such as to allow continuous pouring from '
the bottom to the top of the wall.
Unless otherwise specified, suitable moulding or bevel strips shall be
placed in the angles of forms to round or bevel the edges of the concrete.
Bevel strips on the exposed corners of beams and girders shall be carried
to within 1 foot of the face of the beam support. Bevel strips on the
exposed corners of columns shall be carried to within 1 foot of their
intersection with the edge of a beam or girder of the same width as the
column. If the column is from 2 to 6 inches wider than the largest beam
or girder it supports, the bevel strips shall extend to within 2 inches
of the bottom of the girder. If the column is 6 inches or more wider
than the largest beam it supports, the bevel strips shall continue to
within 1 foot of the bottom of the slab above the beam. Bevel strips
on columns shall stop at a point 16 inches above the floor. The ends
of all triangle bevel strips which do not extend the full length of
the corners they occupy shall be cut off on an angle of 450.
Unless otherwise authorized by the Engineer, the inside of forms shall
be coated with non -staining paraffin oil, or other approved material,
applied before the reinforcement is placed, and all surplus oil removed
from the surface of the forms by thorough wiping with soft absorbent
cloths.
Temporary openings shall be placed at the bottom of the column and wall
forms, and at other points where necessary to facilitate cleaning and
inspection immediately before depositing concrete.
Forms shall not be disturbed until the concrete has adequately hardened.
Shoring shall not be removed until the member has acquired sufficient
strength to support its weight and the load upon it. Members subject
to additional loads during construction shall be adequately shored to
support both the member and construction loads in such a manner as will
protect the member from damage by the loads; this shoring shall not be
removed until the member has acquired sufficient strength to support
safely its weight and the load upon it. The following table gives the
minimum time which shall elapse between the time of placing the concrete
and the removal of forms at various average temperatures.
I
C
Concrete
10-18
[I
Class of Work Above 600 500 to 600 400 to 500 Below 400
Walls in Mass Work 1 day 2 days 5 days Not until tests
have been made
indicating
'• concrete is set.
Thin Walls - 12 inches 2 days 4 days 7 days
• or less in thickness
■ Columns - if girders 3 days 5• days 10 days
• are shored
I.
Bottom forms of slabs 4 days 8 days 14 days
(5 feet or less span)
Bottom forms of beams 14 days 20 days 28 days
and girders (less than
14 inch span)
If high early strength cement is used these periods may be reduced as directed
' by the Engineer.
When field operations are controlled by beam or cylinder.tests, the removal
of forms, supports and housing, and the discontinuance of heating and curing
' may be begun when the concrete is found to have a modulus of rupture of not
less than 600 pounds per square inch or a compressive strength of 3,000 pounds
per square inch, provided further that in no case shall supports be removed
' in less than seven days after pouring the concrete. The beams of cylinders
shall be cured under conditions which are not more favorable than the most
unfavorable conditions for the portions of the concrete which they represent.
' Form work in buildings should be so designed that the column forms may be
removed without in any way disturbing the supports of the beams or girders,
• in order that any defect in the column may be detected and remedied before
' any load is placed on the column.
Dimensions of all forms shall be carefully checked by the Contractor and
the Engineer after they are erected and before the concrete is placed. The
Contractor will be held responsible for the accuracy of all construction.
15. FINISHING CONCRETE. Face forms shall be removed as soon as practicable
in order to facilitate finishing the concrete surfaces. Care shall be taken
to avoid roughening or injuring corners, and to keep all edges sharp.
Concrete
10-19
Immediately after the forms are removed, any fins or other projections shall
be carefully removed, rough spots in the faces of the walls and any broken
corners or edges shall be repaired and all bolt holes shall be plugged and
entirely filled with mortar containing one,part by volume of cement and two
parts by volume of sand screened over a No. 8 screen. Pointing shall be
brought smooth with the surface by means of a wooden float. A steel trowel
shall not be used to finish the surface. Plastering will not be permitted.
All concrete which, upon removal of the forms, is found to be porous or
"honeycombed" shall be immediately cut out and removed entirely from the
body of the concrete. The parts removed shall extend not less than 1 inch
back of the reinforcement steel where such steel is present in the concrete
face which is being repaired, removing sound concrete, if necessary, to
obtain this depth. If reinforcement steel is not present, the parts removed
shall extend into the concrete not less than 3 inches and the opening
dovetailed in such a manner that the new concrete filling will be securely
anchored. In replacing concrete so removed, forms shall be built with a
spout or hopper outside the concrete surface, which shall be filled with
fresh concrete to a point not less than 12 inches above the top of the
hole caused by removing the porous concrete.
The fresh concrete shall be properly bonded to the old concrete surfaces,
as hereinbefore specified, and shall be well puddled. The hopper shall
be removed after the concrete has hardened and within 24 hours after the
concrete is placed, the excess concrete carefully cut away, and the surface
pointed and rubbed smooth.
Concrete used in replacing porous concrete shall be protected from
premature drying as hereinafter specified.
After the pointing has set sufficiently to permit it, all exposed surfaces
shall be thoroughly wetted and rubbed with a medium carborundum stone
followed by a second rubbing with a fine carborundum stone to obtain an
entire surface of a smooth texture and uniformity in color. A cement
wash or plaster coat shall not be used.
Specific exceptions to rubbing of exposed concrete may be made in the
Detailed Specifications or on the Plans.
Particular attention is called to the fact that the tops of all walls
shall be finished true to line and grade and shall be troweled smooth.
Floors, sidewalks, and other exposed wearing surfaces which require finishing
shall be poured against carefully set screeds and troweled smooth with power
operated trowels.
Excess water shall be drained away or otherwise removed. The final finish
with a steel trowel shall not be made until the cement has acquired its
initial set. No more troweling shall be done than is necessary to obtain
a smooth surface. At the option of the Engineer, the top surfaces of
walks may be finished with a light broom or brush and an edging tool
Concrete
10-20
I'
instead of a trowel. Sidewalks..shall be laid outin blocks with an approved
grooving tool as shown on the plans or as directed'by the Engineer.
Care must be taken to avoid drawing an excess of cement to the surface of
floors or walks. Dry cement or a dry mixture of cement and sand shall not
' be sprinkled directly on the surface. Floors shall be marked at the direction
of the Engineer. Care shall be taken that all floor surfaces drain properly
and that the grooving tool does not raise the surface of the floor and form
pockets which do not drain.
' Floors requiring a mortar wearing coat will be so indicated on the Plans and
shall be finished as specified
16. CONCRETING IN COLD WEATHER. No concrete shall be placed when the air
temperature is below 35° F., unless provision is made for heating the
t ingredients and for enclosing the concrete and heating the enclosures. No
concrete shall be placed when the weather reports indicate air temperatures
below 32° F. during the succeeding five days unless provision is made for
enclosing the concrete and heating the enclosure.
When concrete is placed at air temperature below 350 F., the ingredients
shall be heated so that the temperature of the concrete when placed shall
' be not less than 600 F. The concrete shall be enclosed immediately after
placing and the concrete and air in the enclosure kept above 500 F. for
a period of five days. When dry heat is used, means of maintaining
' atmospheric moisture shall be provided. If wet steam is used for heating,
the time may be reduced to a minimum of 48 hours provided that the temperature
of the concrete and the air in the enclosure is held above 78° F. If
protected •in this manner, the concrete shall be covered with cotton mats
or three thicknesses of 9 ounce burlap after the enclosure is removed and
the covering shall remain in place for a total period of five days after
placing the concrete.
17. CURING CONCRETE FOR STRUCTURES. Membrane curing compound solution shall
not be used on surfaces to be rubbed or painted. - These surfaces shall be
cured with cotton mats or burlap blankets, as provided for below. White
pigmented membrane• curing solution may be used for curing concrete in all
minor drainage structures and the substructures of major structures except
for precast piling and substructures of grade separation structures
including railroad underpasses. All of the concrete in substructures for
grade separation structures, superstructures of major structures and precast
piling shall be cured with wet cotton mats or wet burlap blankets.
I.
The membrane curing solution shall comply with the requirements of A.A.S.H.O.
Designation M-148. The cotton mats shall comply with the requirements of
A.A.S.H.O. Designation M-73. The burlap blankets shall be made of jute
and manila fibers and shall weigh not less than 9 ounces per square yard
of single thickness.
I. When membrane. curing is used, the exposed concrete shall be thoroughly sealed
immediately after the free water has left the surface. The concrete inside
Concrete
10-21
1
I
the forms shall be sealed immediately after the forms are removed and
necessary finishing has been done. The solution shall be applied in one
or two separate applications. If the solution is applied in two increments,
the second application shall follow the first application in 30 minutes.
The Contractor shall provide satisfactory equipment and means to properly
control and assure the direct application of the curing solution on the
concrete surface so as to result in a uniform coverage at the rate of
one gallon for each 200 square feet of area.
If rain falls on the newly coated concrete before the film has dried
sufficiently to resist damage or if the film is damaged in any other
manner, a new coat of the solution shall be applied to the affected
portions equal in curing value to that above specified.
When curing with cotton mats or burlap blankets is required, the exposed
concrete immediately after finishing shall be covered with wet cotton mats
or two thicknesses of wet burlap blankets. The cotton mats or burlap
blankets shall be kept continuously and thoroughly wet for a period of
not less than five days after the concrete was placed.
18. EXPANSION AND FIXED JOINTS. All joints shall be constructed according
to details shown or. the plans.
A. Open Joints. Open joints shall be placed in the locations shown on the
plans and shall be constructed by the insertion and subsequent removal
of a wood strip, metal plate or other approved material. The insertion
and removal of the template shall be accomplished without chipping or
breaking the corners of the concrete. Reinforcement shall not extend
across an open joint unless so specified on the plans.
B. Filled Joints. Poured expansion joints shall be constructed similar
to open joints. When premolded types are specified, the filler shall
be placed and held in correct position as the concrete on one side of
the joint is placed. When the form is removed, the concrete on the
other side shall be placed. Premolded material shall be anchored to
the concrete on one side of the joint by means of copper wire not
lighter than 12 gauge, so as to retain the filler in proper position.
Water stops shall be carefully placed as shown on the plans. Care shall
be exercised in the construction of filled joints to ensure that the
concrete sections are completely separated by the joint material.
C. Steel Joints. The plates, angles or other structural shapes shall be
accurately shaped, at the shop, to conform to the sections of the
concrete floor. The fabrication and painting shall conform to the
requirements of these specifications covering those items. When called
for on the plans or in the Detailed Specifications, the material shall
be galvanized in lieu of painting.
D. Water Stops. Water stops shall be furnished and placed as provided
on the plans. They shall be spliced, welded, soldered or otherwise
joined to form continuous watertight joints.
Concrete '
10-22
I
I
I
I]
I
I]
I
I
I
I
C
I
LI
L
FREINFORCING STEELs4
19. DESCRIPTION. Under this item, reinforcing steel and miscellaneous
metallic material of the quality, type, size and quantity designated shall
be furnished and placed in concrete structures in accordance with these
specifications and in conformity with the details shown on the Plans.
20. MATERIALS.
A. Bar Reinforcement. Bar reinforcing for concrete shall conform to
requirements of the current specifications for Billet Steel Bars,
A.A.S.H.O. Designation M 31, or to the current specifications for Rail
Steel Bars, Designation M 42 of the A.A.S.H.O. Specifications for
Highway Materials with the following restrictions applying to both
kinds.
1. All bars shall be of the deformed type conforming to the current
specifications of the A.A.S.H.O. Designation M 137, unless other-
wise specified.
2. The use of cold twisted bars will not be permitted.
3. Steel for
all bars shall
be
made by
the open-hearth
process,
unless
otherwise
called for in
the
Detailed
Specifications
or on the
Plans
4. Structural grade billet steel bars may be permitted only when the
plans were prepared based upon 18,000 pounds per square. inch design
strength for reinforcing steel, or when at the expense of the
Contractor, an additional amount of steel, .in the proportion of the
design stress to 18,000 pounds per square inch, is provided.
B. Wire and Wire Mesh. Wire shall conform to the current Specifications
for Cold -Drawn Steel Wire for Concrete Reinforcement of the A.A.S.H.O.
Specifications for Highway Materials, Designation M 32.
Wire mesh, when used as reinforcement in concrete, shall conform to the
Specifications for Welded Steel Wire Fabric for Concrete Reinforcement
of the A.A.S.H.O. Specifications for Highway Materials, Designation M 55.
C. Bar Mat Reinforcement. Bar mat reinforcement for concrete shall conform
to the Specifications for Fabricated Steel Bar or Rod Mats for Concrete
Reinforcement of the A.A.S.H.O. Specifications for Highway Materials,
Designation M 54.
1 D. Structural Shapes. Structural shapes used as reinforcement in concrete
shall conform to the requirements for structural steel, A.S.T.M.
Standards.
E. Wrought Iron. (Plates, shapes and bars.) Wrought iron shall conform to
the requirements of the A.S.T.M. Standards A 42 for Wrought Iron Plates,
I
Concrete
10-23
C
I
A 207 for Rolled Wrought Iron Shapes and Bars, or A 72 for Welded Wrought
Iron Pipe.
F. Carbon Steel Castings. Carbon steel castings shall conform to the Specifi-
cations for Mild to Medium Strength Carbon Steel Castings for General
Application of the A.S.T.M. Designation A 27. Grade 65-30 shall be fur-
nished
unless otherwise specified.
G. Gray Iron Castings. Iron castings shall conform to the requirements of
the A.S.T.M. Standards A 48 for Class A Gray Iron Castings. Class No. 30
shall be furnished unless otherwise specified.
The castings shall be boldly billeted at angles and the arises shall be
sharp and perfect.
Iron castings shall be true to pattern in form and dimensions, free from
pouring faults, cracks, sponginess, blow holes and other defects in
positions affecting their strength and value for the service intended.
All castings shall be sandblasted or otherwise effectively cleaned of
scale and sand so as to present a smooth, clean and uniform surface.
H. Water Stops and Flashing. Copper water stops and flashing shall conform
to the Specifications for Copper Sheet, Strip and Plate of the A.A.S.H.0.
Designation M 138. Type ETP shall be used unless otherwise specified.
Sheets shall be 16 ounces per square foot unless otherwise specified.
The sheet copper in each joint shall be continuous, separate pieces
being connected by thoroughly workmanlike soldered joints to form a
complete watertight unit.
I. Rubber Water Stops. Rubber water stops shall conform to the details
shown on the Plans and to the following specifications.
Rubber water stops shall be formed from synthetic rubber made exclusively
from neoprene, reinforcing carbon black, zinc oxide, polymerization
agents, and softeners. This compound shall contain not less than 70
percent by volume of neoprene. The tensile strength shall not be less
than 2,750 pounds per square inch with an elongation at breaking of
600 percent. The Shore Durometer indication (hardness) shall be between
50 and 60. After seven days in air at 1580 L 2°) F., or after four
days in oxygen at 1580 (± 2°) F. and 300 pounds per square inch pressure,
the tensile strength shall be not less than 65 percent of the original.
The water stops shall be formed with an integral cross section in suitable
molds, so as to produce a uniform section with a permissible variation in
dimension of 1/32 inch plus or minus. No splices will be permitted in
straight strips. Strips and special connection pieces shall be well
cured in a manner such that any cross section shall be dense, homogeneous,
and free from all porosity. All junctions in the special connection
pieces shall be full molded. During the vulcanizing period, the joints
Concrete
10-24
1
I
shall be securely held bsuitable clamps.,,The material at the splices
shall be dense and homogeneous. throughout the cross section.
Water stops shall be installed and held in proper position during
construction in accordance with the details shown on the Plans.
I21. ORDER LISTS. Before ordering material, all order lists and bending
diagrams shall be furnished by the Contractor for approval of the Engineer,
' and no materials shall be ordered until such lists and bending diagrams
have been approved. The approval of order lists and bending diagrams by
the Engineer shall in no way relieve the Contractor of responsibility for the
correctness of such lists and diagrams. Any expense incident to the revision
of material furnished in accordance with such lists and diagrams to make it
comply with the design drawings shall be borne by the Contractor. Unless
otherwise noted, all dimensions relating to reinforcing steel are to center
' of bars.
22. PROTECTION OF MATERIAL. Steel reinforcement shall be protected at all
' times from injury. When placed in the work, it shall be free from dirt,
detrimental scale, paint, oil and other foreign substances. However, when
steel has, on its surface, detrimental rust, loose scale and dust which is
easily removable, it may be cleaned by a satisfactory method, if approved
by the Engineer.
23. FABRICATION. Bent bar reinforcement shall be sold bent to the shapes
' shown on the plans, and unless otherwise provided on the plans or by autho-,
rization, bends shall be made in accordance with the following requirements.
Stirrups and tie bars shall be bent around a pin having a diameter not less
than three times the minimum thickness of the bar. Bends for other bars
shall be made around a pin having a diameter not less than six times the
minimum thickness except for bars larger than 1 inch, in which case the
' bends shall be made around a pin of eight bar diameters.
Bar reinforcement shall be shipped in standard bundles, tagged and marked
in accordance with the Code of Standard Practice of the Concrete Reinforce-
ment Steel Institute.
24. PLACING AND FASTENING. All steel reinforcement shall be accurately
placed in the positions shown on the plans and firmly held during the placing
and setting of concrete. When placed in the work, it shall be free from
dirt, detrimental rust, loose scale, paint, oil or other foreign material.
' Bars shall be tied at all intersections except where spacing is less than
• 1 foot in each direction when alternate intersections shall be tied.
' Distances from the forms shall be maintained by means of stays, blocks, ties,
hangers, or other approved supports, except that reinforcing in superstructure
shall be supported by approved metal chairs and bar supports. Blocks for
holding reinforcement from contact with the forms shall be precast mortar
' blocks of approved shape and dimensions or approved metal chairs. Metal
chairs which are in contact with the exterior surface of the concrete shall
H
Concrete
10-25
I
be galvanized. Layers of bars shall be separated by metal bar supports or
by other equally suitable devices. The use of pebbles, pieces of broken
stone or brick, metal pipe and wooden blocks shall not be permitted. Rein-
forcement in any member shall be placed and then inspected and approved by
the Engineer before the placing of concrete begins. Concrete placed in
violation of this provision may be rejected and removal required. '
If fabric reinforcement is shipped in rolls, it shall be straightened into
flat sheet before placing.
Water stops shall be furnished and placed as shown on the Plans. Where
splicing is necessary, joints shall be welded or soldered to form
continuous watertight joints.
25. SPLICING. All reinforcement shall be furnished in the full lengths
indicated on the plans. Splicing of bars, except where shown on the plans,
will not be permitted without the written approval of the Engineer. Splices
shall be staggered as far as possible.
Unless otherwise shown on the plans, bars shall be lapped 40 diameters to '
make the splice. In lapped splices, the bars shall be placed in contact and
wired together in such a manner as to maintain the minimum distance to the
surface of the concrete shown on the plans. Welding of reinforcing steel
shall be done only if detailed on the plans or if authorization is made by
the Engineer in writing. Welding shall conform to the current specifications
for Welded Highway and Railway Bridges of the American Welding Society.
26. LAPPING. Sheets of mesh or bar mat reinforcement shall overlap each
other sufficiently to maintain a uniform strength and shall be securely
fastened at the ends and edges. The edge lap shall not be less than one
mesh in width.
27. SUBSTITUTIONS. Substitution of bars which differ in size from that
shown on the plans will be permitted only with specific authorization by
the Engineer. If steel is substituted, it shall have an area equivalent to
the design area or larger.
28. METHOD OF MEASUREMENT. Reinforcing steel, placed and accepted in
concrete for structures will be measured in pounds based on the total
computed weight for the sizes and lengths of bars, mesh or mats as shown
on the plans or authorized.
The weight of mesh will be computed from the theoretical weight of plain
wire. If the weight per square foot is given on the plans, that weight
shall be used.
The weight of plain or deformed bars or bar mat will be computed from the '
theoretical weight of plain round or square bars of the same nominal size
as shown on the following table.
Concrete
10-26
Size Size Weight Pounds
Number Round Bars Square.Bars Per Foot
2 1/4" 0.167
3 3/8" 0.376
4 1/2" 0.668
I
5 5/8" 1.043
6 3/4" I 1.502
7 7/8" 2.044
8 1" 2.670
9 1" 3.400
10 1-1/8" 4.303
' 11 1-1/4" 5.313
The weight of all reinforcement used in railings, when they are paid for on
t a linear foot basis, shall not be included. The weight of reinforcement in
precast piles and other items where reinforcement is included in the contract
price for the item shall not be included.
No allowance will be made for clips, wire, separators, wire supports, and
other material used in fastening the reinforcing in place. If bars are
substituted upon the Contractor's request, and as a result, more steel is
used than specified, only the amount specified shall be included.
When laps are made for splices, other than those shown on the plans, for the
' convenience of the Contractor, the extra steel shall not be included.
29. BASIS OF PAYMENT. Reinforcing steel placed and accepted in concrete for
' structures and measured as provided above shall be paid for at the contract
unit price per pound bid for "Reinforcing Steel," which price shall be full
compensation for furnishing, blending, fabricating and placing the reinforce-
ment placed in concrete, and for all tools, labor, equipment and incidentals
' necessary to complete the work. Clips, metal spacers, bar supports, ties,
wire or other material used for fastening reinforcement in place will not
be paid for directly but will be considered subsidiary to the item of
tReinforcing Steel.
1
I,.
I
' Concrete
10-27
1
H
G ENE R.A L S P E C I F I C A T ION S
PIPE SEWERS
1. CONSTRUCTION SAFETY. Throughout these specifications, whenever engineering
decisions are to be made to ensure adequate construction in. accordance with the
plans and specifications, such inspection and engineering decisions are not to
1 be construed as supervision of the Contractor's work force, nor make the Engi-
neer responsible for providing a safe place for the performance of work by the
Contractor or the Contractor's employees or those of the suppliers, his sub-
contractors, nor for access, visits, use, work, travel, or occupance by any
' person, as these responsibilities are covered under the provisions of the
contract, the Contractor's insurance and performance bond and cannot be the
responsibility of the Engineer.
The above provision does not prevent the Engineer or his personnel from
requiring reasonable safety standards, if, in the course of their technical
supervision, it comes to the attention of the Engineer that reasonable safety
' standards are not being carried out.
2. VITRIFIED CLAY SEWER PIPE. All clay sewer pipe and fittings for sanitary
' sewers shall be of the best quality of hard -burned vitrified glazed clay bell
and spigot sewer pipe meeting the requirements of A.S.T.M. Designation C 13-57 T.
' 3. JOINTING, VITRIFIED CLAY PIPE.
A. Factory Installed Joints. Unless otherwise shown on the plans or provided
for in the Proposal and Detailed Specifications, the vitrified glazed clay
pipe shall also have factory -applied joints or coupling on the spigot and
bell ends of the pipe meeting A.S.T.M. Designation C 425, latest revision,
and compounded of a high quality polyurethane elastomer applied to the
I. pipe and properly manufactured to a desired hardness and compressibility
to form a tight compression joint. The resilient polyurethane should
have the following characteristics:
1. A minimum tear strength of 50 psi (A.S.T.M. D624).
2. Percent elongation of not less than 80 percent and shall return to
' original volume and shape upon release of elongating force (A.S.T.M.
D 412).
' 3. A compression set value of less than 5 percent (A.S.T.M. D395 A).
4. A minimum resistance to deflection of 165 psi at 10 percent
' deflection.
5. A minimum (Shore "A" durometer) hardness of 70 from a temperature
range of 20 degrees to 100 degrees F.
' Pipe Sewers
11-1
Li
I
The factory -applied joint shall be the Dickey coupling, as manufactured
by the W. S. Dickey Clay Manufacturing Company, or an approved equal.
B. Installing Factory -Jointed Pipe. In jointing vitrified glazed pipe, the
surface shall be wiped free of dust, dirt, gravel, or other foreign
materials prior to the application of the lubricant. The vitrified
glazed clay pipe with the factory -applied coupling shall be connected
by first brushing upon the mating surfaces the proper lubricant as
recommended by the pipe supplier. The spigot end shall then be centered
on grade into the bell end of the last downstream clay pipe length and
shoved "home" and properly seated with the application of a moderate
force by a pry or lever device.
C. Poured Joints. Where poured joints are specified, the joint shall
consist of jute packing and of a joint poured with bitumastic material
as hereinafter specified. The spigot of the pipe shall first be centered
in the bell by caulking with dry jute packing. Only sufficient jute
packing shall be used to retain the filler. The use of oiled jute will
not be permitted. After centering, the joints shall be poured with a
rope or runner to be used to retain the joint material in the bell.
The minimum depth of the asphaltic point shall be 1-1/2 inches. The
pouring shall not be removed until the joint has completely set.
Pipes 15 inches and under may be poured on the surface in sections not
to exceed two joints, and lowered into the trench so that they will be
true to line and grade. After pouring, care shall be taken to prevent
pressure from being placed on the joints so that the pipe is not bent
out of line. Before the joints are made, both the bell and the spigot
end of the pipe shall be primed with an approved primer which will ensure
the adhesion of the joint material to the pipe.
The material shall meet the following requirements: The joint
compound
shall be
hot -poured, mineral -filled, plastic -type, and
have the
following
chemical
and physical properties both before and after
heating
with
stirring
in an open pot at 4300 F. to 450° F. for five
or eight
hours.
(This is
expected to approximate a working day on the
job.)
Bitumen or other plastic
Inorganic Matter
Organic Matter insoluble in carbon
disulphide
Specific Gravity at 77° F.
(A.S.T.M. D 71-27)
Softening point, Degrees F.
(A.S.T.M. D 36-26)
Penetration at 320 F.
at 77° F.
at 115° F.
(A.S.T.M. D 5-25)
Flash Point (A.S.T.M. D 92-96)
Fire Point (A.S.T.M. D 92-46)
The compounds shall flow freely
at 4300 F.
38-43
57-62
Not more than 5 percent
1.65-175
200-230
Less than 0.5
Less than 0.5
Less than 2.5
Greater than 6000 F.
Greater than 650° F.
I
I
I
I
I
H
L
II
I
I
H
I
I
I
I
Pipe Sewers
11-2
H
I
No chemical action shall take: -place when thejoint compound is immersed
for 60 days in each of tEe'following solutions: 5 percent H2304, 5 per-
, cent NaOH, 5 percent KOH, 5 percent NaOCL, water saturated with H2S or
raw sewage.
' The joints shall be made in accordance with the manufacturer's published
instructions. In general, the compound shall be heated in a suitable
heater to a temperature of 4300 F. to 4600 F. The material provided for
in these specifications shall be JC-60 Compound as supplied by the Atlas
Mineral Company, or approved equal.
4. CAST IRON PIPE. Where cast iron pipe is specified to be used, unless
' superseded in the Detailed Specifications or on the Plans, the pipe shall be
Class 150 cast iron pipe meeting A.S.A. Specifications A21.6 or A21.8, using
either 18/40 or 21/45 iron. The pipe shall be Type III joints, meeting Federal
' Specifications WW -P -421b, or slip-on joints as hereinafter specified, and shall
be coated with half standard thickness cement mortar lining, as set out under
Section 3.10 therein. Pipe meeting these specifications and having joints of
molded rubber rings, such as "U. S. Tyton" joints, may be used.
All pipe fittings shall have joints conforming in general to Type II or Type
III of the above referred to Federal Specifications.
I
L
I
I
[_1
5. CEMENT PIPE. Unless otherwise specified in the Detailed Specifications,
pipe shall be standard vitrified clay pipe A.S.T.M. designation as set out
above. If cement pipe is specified for any, of the various phases of the work,
it shall be of the bell and spigot pattern and shall conform to the current
specifications for cement concrete pipe of the A.S.T.M. (C14 for pipe from
4 inches to 24 inches inclusive, and C76 for pipe of larger sizes).
6. CONSTRUCTION IN GENERAL. Construction of sanitary sewers shall begin at
the low point of the line and continue in orderly succession throughout the
work as directed by the Engineer. Any deviation from this procedure shall be
made only with the specific approval of the Engineer, and only after the right
of way has been cleared and the entire section staked and all elevations care-
fully checked by the Engineer.
Laterals and mains shall not be constructed before their connection outfalls
have been completed.
' Unless specifically approved by the Engineer, appurtenances such as manholes,
branch crossings, etc., shall be built as the work progresses.
I
11
I
I
7. EXCAVATION. The Engineer shall have the right to limit the amount of
trench excavated in advance of laying of pipe. In general, such excavation
shall not exceed 300 feet and trench excavated to grade shall not exceed
150 feet.
The bottom of the trench shall be excavated to a true line and grade according
to the grades and lines furnished by the Engineer. For pipe sewers, the bottom
of the trench under each bell shall be excavated sufficiently to allow the pipe
Pipe Sewers
11-3 .
I
to rest throughout its length. Bell hole excavation shall also be sufficient
to allow proper placing of the joint compound.
Rock shall be excavated to a depth of not less than 3 inches below the estab-
lished
grade line and refilled with sand or other approved material to an even
surface for pipe to rest upon throughout its length. Every trench in rock
shall be fully opened at least 50 feet in advance of the place where pipe
is being laid or concrete or masonry work is in progress.
8. TUNNELING. In general, all excavation will be in open trenches.
Tunneling will be permitted only on the written order of the Engineer or
wherever shown on the plans or specified herein. Tunnels constructed beneath
streets, railroad tracks or at other places, when so ordered by the Engineer,
shall be backfilled with sand, or if water is used in placing and back -
filling, they shall be completely flooded. The opening must be completely
filled with compacted material. If so ordered, loam soil may be used and
thoroughly tamped with air driven tampers. Attention is called to the Plans
and Detailed Specifications relating to highway and railroad crossings.
9. USE OF EXPLOSIVES. When the use of explosives is necessary for the
prosecution of the work, the Contractor shall observe all local, state and
Federal laws in purchasing and handling explosives. The Contractor shall
take all necessary precaution to protect completed work, neighboring property,
water lines, or other underground structures. Where there is danger to
structures or property from blasting, the charges shall be reduced and the
material shall be covered with suitable timber, steel or rope mats.
The Contractor shall notify all owners of public utility property of intention
to use explosives at least eight hours before blasting is done close to such
property. Any suggestions as to the use of explosives by the Engineer does
not in any way reduce the responsibility of the Contractor or his surety for
damage that may be caused by such use.
10. BRACING AND SHORING. The sides of any excavation, when deemed necessary, ,
shall be properly supported with bracing, shoring or sheeting as the need may
be. Such bracing and shoring shall be withdrawn as the work progresses. In
case the excavation is close enough to buildings or other foundations as to
endanger their stability by the removing of such bracings, then they shall be
made secure and left in place, and the sewer trench backfilled and thoroughly
tamped with the bracing in place. Such work shall be done under the direction
of the Engineer. The Contractor will not be paid for such bracing, sheeting,
or shoring whether it is withdrawn or left in the trench.
11. REMOVAL OF WATER AND MUCK. The Contractor shall provide sufficient pumps ,
and other necessary equipment to keep the trench free of water which may
accumulate. If the bottom of the trench becomes soft and muddy, the Contractor
shall remove all such soft material and replace it with dry loam or sand at
his own expense.
12. EXCAVATION FOR MANHOLES. Excavation for manholes will be made of such
dimension and depth as to allow the construction of the manhole as shown on
the standard plans.
Pipe Sewers '
11-4
1
I
-After the manhole is completed and approved by the Engineer, the earth shall
be tamped around the outside1to a firm, compact. condition.
I
I
I
I
I
LIB
I
1]
I
I
I
No extra payment will be made for manhole excavation outside of the pay lines
of the sewer excavation proper.
13. CLASSIFICATION OF EXCAVATED MATERIALS. Unless specifically provided for
in the Detailed Specifications and Proposal, no provision is made for classi-
fying excavation. In certain instances, however, provision is made in the
Proposal for payment for rock excavation. Most of the work is generally in
an area which might be underlaid with broken chert, and in some instances may
be solid sections of sandstone or limestone rock. To make a distinction
between what should be classified as rock is very difficult. Consequently,
the pay item for rock under this contract, if provision is made for such
payment, will include:
1. All rock or chert in solid layers.
2. All consolidated chert which cannot be normally excavated with
a three-quarter yard backhoe without undue damage to equipment.
Broken and badly weathered chert which can be readily removed
will not be classified as rock.
Where broken.chert or rock is consolidated so that it is only removed with
considerable difficulty by the use of a backhoe, or requires undue hammering
with the bucket, or where heavy rippers are required, or where it is necessary
that materials be blasted, it shall be classified as rock.
Rock or broken chert, excavated in construction of right of way, will not be
classified and paid for as rock.
Measurement
for rock
excavation will be made on
the
basis of
a ditch width
of 16 inches
greater
than the outside dimensions
of
the pipe
being laid.
Rock excavated shall be measured on the job at the end of each day's opera-
tion, and the quantity of rock agreed upon between the inspector and the
Contractor or the Contractor's representative shall be recorded and initialed.
14. BACKFILLING. Backfilling shall consist of good earth, sand or gravel
free from all large stones or quantities of organic matter. Where other
materials such as concrete encasements are not specified on the plans, thin
layers of topsoil shall be thoroughly tamped evenly on both sides of the
pipe sewer so as to hold it in true alignment. This tamped material shall
extend at least to the top of the pipe. The trench shall then be filled by
hand with selected backfill material to at least 12 inches above the top of
the pipe. Where practical, or if in the opinion of the Engineer it is
necessary, the Contractor will compact the fill by flooding it with water.
Other methods of compaction are normally set out in the Detailed Specifi-
cations,
Unless specifically set out in the Proposal, payment for backfilling shall be
included in other Proposal pay items.
Pipe Sewers
11-5
15. REMOVAL OF EXCESS EXCAVATION. Normally all excess material excavated
from the ditch line shall be removed from the site of construction. The Owner
may require that this material be deposited in selected spoil areas within
1,000 foot haul of the point of removal. If such areas of disposal are not
designated by the Owner, all excess material shall be disposed of by the
Contractor in an acceptable manner, at his own expense.
16. LAYING PIPE SEWERS. The connection of sewers to other sewers or appur-
tenances shall be in accordance with the Plans or under the direction of the
Engineer. The work shall be done in a workmanlike manner in such a way as
not to damage any other structures involved.
Sewer pipe shall be laid on a firm bed and in a perfect conformity with lines
and levels given.
All pipe shall be laid with even bearing on the bottom of the trench, which
shall be shaped with earth and prepared to conform to the form of pipe.
Niches of sufficient dimensions shall be cut in the bottom of the trench to
give perfect clearance to the bell of the pipe, but no larger than is
necessary to make a proper joint.
The inside shoulder of the bell and spigot ends must in all cases meet; the
bell end in all cases shall be laid toward the high end of the sewer.
The grade of the pipe shall be obtained by the use of batterboards and a
"topline" and the Contractor will be required when practical, where pipe
laying is in progress, to maintain the "topline" for a distance covering
at least three grade stakes at all times. A graduated pole or rod shall be
provided for measuring from the cord stretched between batterboards to the
bottom of the trench while the trench is being prepared and to the sewer
invert while the sewer is being placed.
At all times during the progress of the work, the open end of the pipe shall
be temporarily closed with a wooden cover made for the purpose.
,
17. SEWER WYES. Sewer wyes are not normally specified but whenever a property
holder, with the approval of the Owner, desires to connect to the sewer while
the work is in progress, the Contractor shall install a standard wye connection
and stack and shall receive payment from such property holder without obli-
gation to the Owner. No deduction in the length of sewer pipe laid shall be
made for the installation of such wye. If no unit price is set out in the
Proposal, arrangement as to price may be agreed upon by the property holder
and the Contractor. In case sewer wyes are provided for in the Plans and
Proposal, they shall be installed as specified for the unit prices set out
in the Proposal.
18. LAMP HOLES. Lamp holes shall be constructed at the locations shown on
the Plans and shall conform to the Detailed Plans for such work. Payment for
construction of lamp holes shall be made on a unit basis for each lamp hole
regardless of depth.
Pipe Sewers
11-6
C
r
1
19. MEASUREMENT AND PAYMENT FOR PIPE SEWERS. Pipe sewers shall be measured
for payment in linear feet along'the centerline�of the sewer actually laid.
No deductions will be made for wye branches or manholes, measurement being
from center to center of manhole, or center of manhole to center of lamp
hole. Deductions will be made for special structures unless otherwise shown
on the Plans. Sewers which extend only through the walls of a.structure will
be measured to the actual end of the pipe except as provided for measuring
sewers through -standard manholes. Where branch openings in manholes are
provided for future construction, payment shall be made for such branch
' opening according to the size of the opening and the number of feet from the
center of the manhole to the plugged end of the stub pipe. The cost of
placing caps on the end of pipe shall be included in the price per linear
foot of pipe.
If the Proposal provides for unit price payment for pipe sewers, payment
' shall be made at the unit price bid per linear foot of the size pipe speci-
fied, complete in place from 0 to 6 feet in depth. Extra depth trench shall
• be paid for at the unit price bid for the extra depths as set out in the
Proposal. Example: The Contractor will be paid for the unit price bid for
I. 8 inch vitrified clay pipe sewers, 0 to 6 feet in depth, complete in place.
In addition, if the.ditch is 9 feet 6 inches deep, he would be paid for
additional ditch depth at the bid price for "Linear Feet, Extra Depth Trench,
Is to 10 feet in depth." (The unit price for "Linear Feet, Extra Depth
Trench, 6 to 8 feet in depth" would NOT be included in the price paid the
Contractor.)
The Contractor would also be paid for other work for which a unit price is
set out in the Proposal, such as rock excavation, special compaction and
pavement repairs.
20. MANHOLES. Manholes may be constructed of brick; 8 inch vitrified clay
radial manhole blocks; solid, precast, segmental, concrete masonry blocks;
' or precast concrete manholes may be used.
A. Brick. All brick shall be hard burned mud or shale sewer, or No. 2
payers, having one side fairly smooth, which smooth side shall be laid
Ito the inner side of the sewer manhole. They shall conform to the
standard specifications for paving brick of the A.S.T.M., Serial
Designation 6-7-15.
' B. Vitrified Clay Radial Manhole Blocks. All vitrified clay radial manhole
blocks shall be hard burned blocks as manufactured by Hope Brick Works,
Hope, Arkansas, or equal.
C. Masonry Blocks. These blocks shall be solid, precast, segmental,
concrete masonry blocks. They shall conform to A.S.T.M. Specifications
C139, with the following modifications:
1. Minimum compressive strength shall be 3,500 pounds per square inch.
2. The units shall be steam cured for a minimum of 8 hours.
Pipe Sewers
11-7
I
D. Precast Concrete Manholes. In general, precast concrete pipe manholes
shall be manufactured in compliance with the Standard Specifications for
Reinforced Concrete Sewer Pipe, A.S.T.M. Designation 1964 C478 of the
A.S.T.M., with the exception of steel reinforcement and strength tests.
The concrete used shall have a compressive strength of 4,000 psi; maximum
absorption determined by boiling test shall be 8 percent. Steel rein-
forcement
shall consist of a single line of circumferential reinforcement,
placed in the center of the concrete pipe wall, with a minimum sectional
area of .17 square inches per foot of pipe length.
The internal diameter of the manhole sections shall be 48 inches and the '
wall thickness 5 inches. The cone sections shall have internal diameters
of 48 inches at the base and 24 inches at the top and a vertical length
of 36 inches. Other manhole pipe sections shall be made in lengths of
16, 32, 48 and 64 inches.
When cast iron steps are used, the multiple of 16 inch length concrete
pipe sections are required to maintain the 16 inch step interval. Neenah
R198oE 10 inch wide cast iron manhole steps, or equal, shall be used.
However, where steps are not required and portable ladders are used for
access to the sewers, straight sections of the required lengths can be
varied as specified.
Base sections shall have a flat bottom, with or without openings to
straddle the sewer pipe line. Openings can be made only in the base
sections with a vertical length of 32, 48 or 64 inches. One to four
openings of varying sizes shall be provided in any base section to
accommodate lateral sewers up to a maximum of 24 inches in diameter.
For the larger sewers, concrete should be cast to the top of the
laterals. '
E. Mortar. Mortar for construction of manholes shall be mixed in the
proportion of one part of Portland cement to two parts sand. The
mixture shall be dry -mixed until it has a uniform color, after which
water shall be added as the mixing continues until the mortar has a
consistency such that it can be easily handled and spread with a
trowel. Mortar that is not used within 30 minutes after water has
been added shall not be used. Sand shall be as specified for Class "A"
concrete.
F. Joints. All brick or block shall have full mortar joints on the bottom '
and sides. Every joint shall be formed at one operation by placing
sufficient mortar on the bed and forcing the brick or block into it.
Horizontal joints shall not exceed 3/8 inch and the vertical joints
on the inside of the manhole shall not exceed 1/4 inch.
G. Plastering Manholes. All manholes, except precast concrete manholes,
shall be plastered on both the inside and outside with 1/2 inch of
cement mortar. The plaster shall be smoothly laid, and on the inside
of the manhole all rough projections shall be removed.
Pipe Sewers
11-8
C
C
C
L
I
I
[1
[I
I
I
I
L
L
1
i
1
L
I
H. Manhole Steps. Manhole steps are required iii all manholes 4 feet deep or
more. During the construction of each manhole, cast iron steps shall be
set in place on the inside of the manhole, beginning 2 feet above the
bottom and placed not more than 18 inches below the top of the manhole.
These steps are to be built to the dimensions shown on the Plans. The
ends shall be firmly built into the wall, allowing the steps to project
5 inches from the inside of the manhole.
..
I. Manhole Frames and Covers. The castings for manholes and. other appur-
tenances shall be constructed according to the Plans for same on file
in the office of the Engineer.
All castings for manhole heads, covers and other purposes must be of
tough gray iron, free from cracks, holes, swells and cold shuts, shall
be of workmanlike finish, and shall conform to the Plans. The quality
shall be such that a blow from a hammer will produce an indentation on
a rectangular edge of the casting without flaking the metal. Before
leaving the foundry, all castings shall be thoroughly cleaned and
subjected to a hammer inspection.
The manhole cover and cover ring shall be of cast iron and shall not
weigh less than 300 pounds, and shall conform to the Plans on file in
the Engineer's office.
J. Manhole Bottoms. The Plans show manhole bottoms and inverts to be built
of Class A concrete. These are not a separate pay item.
K. Connections to Manholes. Pipe connections to manholes are a constant
source of potential trouble. In order to ensure that pipe will not
break immediately adjacent to the manhole, care shall be taken that
excavation for the manhole bottom is limited to the area to be filled
with concrete. The Contractor shall support pipe entering the manhole
ALL OF THE WAY to solid bedding by backfilling under the pipe and up to
midspring line with Class B concrete.
•L. Manhole Heights. Manholes are to be built to the existing ground surface
in all cases. When this is above the proposed street grade, the manhole
brickwork shall be drawn into a 25 inch diameter at a point 1 foot below
said street grade, and the remainder shall be built as a 25 inch diameter
cylinder. Manholes shall be built to additional heights when required
by the Plans. In all cases, after sewer construction is complete, the
top of the manholes shall be adjusted to fit the finished grade or to
the elevation shown on the plans.
M. Drop Manholes. Drop manholes, unless otherwise shown on the Plans, shall
be constructed at all .manholes where the difference in invert elevation
between incoming and outgoing sewer is 2.5 feet or more. Drop manholes
shall be constructed of the same materials and dimensions as are standard
manholes, the only difference being in the inlet arrangements as shown
on the standard detail sheet.
Pipe Sewers
11-9
11
U
N. Payment for Manholes. Payment for construction of manholes shall include
every item of construction and materials, except that additional payment
shall be made for such pipe sewers as extend into or pass through them,
including all piping for drop manhole arrangement and pipe stubs. No
extra payment will be allowed for excavation, concrete, brick, steps,
manhole ring and lid, or other items excepting pipe sewers as provided
above.
Payment will be based upon the unit price bid for each manhole 6 feet or
less in depth, measured from the flow line of the sewer to the top of the
manhole. No distinction will be made between payment for standard and
drop manholes except as specified above in payment for pipe. Additional
payment will be made for manholes more than 6 feet in depth according to
the unit price bid for each additional foot or fraction thereof in excess
of the 6 foot depth.
21. INFILTRATION. After the contract is completed and the ditch settled, '
infiltration, or pipe leakage, shall not exceed 500 gallons per day per mile
of pipe per inch of pipe diameter. If poured joints are used, the leakage
shall conform to A.S.T.M. Designation C 425.
If infiltration or leakage exceeds this amount, the Contractor shall make such
repairs as are necessary to bring infiltration or leakage within specified
limits. The Contractor shall test the line by blocking off the various
sections of pipe, filling the line with water and measuring the leakage.
Particular attention is called to the fact that well laid pipe with premolded
joints should be nearly watertight, and that often leakage is found in im-
properly built manholes. For this reason, special attention is called to
manhole construction required to prevent leakage regardless of the hydraulic
head on the outside of the manhole.
22. PAVED STREETS AND SIDEWALKS. Whenever sewers are built under normal
4 foot sidewalk crossings, the Contractor shall make necessary excavation by
tunneling and payment for such work shall be in accordance with the price bid
for excavation. If in the opinion of the Engineer it is necessary to cut the
sidewalk, the Contractor shall replace such sidewalk in accordance with his
contract. If payment is on a unit price basis, the Contractor shall be paid
for a cut equal to the outside pipe diameter plus 3 feet in width.
Damage to sidewalks caused by extra breakage due to trench excavation or
other damage during construction shall be replaced by the Contractor at his
own expense.
Cuts through pavement, either concrete, asphalt or brick or any combination
thereof, shall be replaced with like materials. Payment for such work shall
be on the basis of a cut 30 inches in width, plus outside pipe diameter, and
according to the unit price bid per square yard for such work.
Cuts or damaged pavement beyond this width shall be replaced at the expense of
the Contractor. The Contractor shall save all brick and asphaltic materials
Pipe Sewers
11-10
U
removed and shall use them andlas much additional'material of like quality as
is necessary in making replacements.
All fills under sidewalks or paving shall be compacted to the density 'of the
original earth, if detailed compaction is not set out in the Detailed Specifi-
cations.
When provisions for payment for, repairing pavement and sidewalks are not made
in the Proposal, the price bid in the Proposal for excavation shall include all
such costs and the Contractor shall not receive extra compensation for such
• work. -
23. STREETS SURFACED WITH NON -PERMANENT PAVEMENT. Where sewers are laid
across, through or in streets, alleys or driveways surfaced with chat, gravel,
crushed stone, mine slag, oil mat or other non -permanent type surfacing, the
' Contractor shall save all such surfacing materials removed and shall replace
them to their original condition upon completion of the work. In case such
materials are not suitable for reuse or are damaged or destroyed,'the Contractor
' shall furnish 'such materials as are needed to restore the surface of the street
to its original condition. If materials which have been removed are not
available, the Contractor shall furnish such substitute materials as, in the
opinion of the Engineer, are suitable.
All fills in. trenches crossing streets, sidewalks or other thoroughfares shall
be compacted to a density equal to that of the original earth.
I• The Contractor shall receive no extra compensation for' such work but shall
include such costs in the unit prices set out in the Proposal.
24. FENCES. Wherever the line of the sewer crosses fences it shall be the
duty of the Contractor to repair such breaks as are necessary. All such fences
shall be replaced to their original quality and condition. Wherever livestock'
is being retained by such fencing, it shall be the duty of the Contractor to
maintain the fence in such condition at all times as will prevent the escape
of such livestock.
25. CROSSING STATE HIGHWAYS.. Wherever the sewer line crosses a federal or
state highway, the maintenance superintendent of the particular division
' involved will be notified. The Contractor, together with the maintenance
engineer, shall make such provision for detours and the protection of the
public as is necessary. The Contractor shall expedite the work as rapidly
as possible.
Construction of highway crossings, -where set out as an item inthe Proposal,
shall be paid for at the lump sum price bid for such work. This shall include
' replacement of pavement and all other items of construction, except that, in
addition, payment shall be made for sewer pipe, cast iron pipe, concrete
encasement and excavation at the unit prices set, out in the Proposal.
' 26. VITRIFIED CLAY PIPE - CAST IRON PIPE JOINTS. Where vitrified clay pipe
and cast iron pipe are connected, joints shall be made as shown on the
' Pipe Sewers
11-11
1 HH
I
Standard Sewer Detail Sheet. Unless otherwise shown on the Plans, joints shall
be Details No. 2 or 3, whichever is applicable to the particular conditions.
27. CLEARING AND RIGHTS OR WAY. In some sections of work, work shall be
constructed in fields and woods which are not now cleared of brush and weeds.
The Engineer will make a preliminary location of the work to be constructed,
and prior to the setting of construction stakes and layout information, the
Contractor shall clear rights of way and mow weeds, and remove brush and other
obstructions which hinder the final placing of grade stakes and basic layout
information.
Removal of Wild Cherry. Often work is on property in which livestock is at
large. It has been found that wilted wild cherry leaves are poisonous to
livestock. Consequently, wherever wild cherry is removed or damaged, the
branches shall be immediately removed from the site of the work, and burned
or disposed of so that it will be impossible for livestock to have access to
them.
I
I
I
I
fl
LJ
H
H
I
I
Pipe Sewers
11-12
[I
J
G E N E R A L S P E C I F I C A T I O N S
BUILDING CONSTRUCTION
1. GE1 RAL. These specifications cover buildings of brick, Hadite block
and/or concrete block construction, as shown on the plans or set out in the
Detailed Specifications. Reference to materials or workmanship herein speci-
• fied and not provided in the specific set of plans and specifications shall
not apply.
2. DATER-iAIS OF CONSTRUCTION. Masonry materials shall consist of such of
the following materials as are shown on the plans and/or provided for in
the Detailed Specifications.
Brick: Face brick on outside walls and where shown in entrance rays.
shall be of a light blend and rough faced, and shall be Acme "Perla"
'• Light Mission Blend Buff -face brick, or other similar patterns at the
choice of the Engineer.
' Hadite Block: Hadite masonry blocks shall be eight inches (8") high
and sixteen inches (16") long, and unless otherwise shown on the plans,
shall be eight inches (8") thick. Plans show thickness. They shall be
' first class, pressure steam cured blocks. One-half factory made blocks
shall be used at corners. Window and door jamb blocks shall have bull -
nosed interior corners with slash slots in window jamb blocks.
Hadite block units shall test not less than 800 pounds per square inch
in compression after curing. All concrete masonry units shall be straight
and true on all plane surfaces and shall be uniform in size so that they
t will lay up straight and true in the wall, in straight level courses to
dimensions shown on the' plans, with all corner and edges true and no
chips or spalls to mar the exposed surface.
' Concrete Block: Where shown, walls are to be of concrete block. They
shall meet Spec. A.S.T.M. C 90, latest edition.
I
�I
I
I
1
I
3. CONSTRUCTION. Construction work shall include all masonry work and other
materials and equipment required for a complete job.
A. Masonry Construction: masonry includes all brick, Hadite block and/or
concrete block and related items required to complete the work shown
on the plans and described in these specifications. In general, all
masonry work shall consist of cavity exterior walls with brick exterior.
Where shorn, Hadite block will be used on the inside of the exterior
walls and on all interior walls shown on the plans.
Exterior wall construction shall in general consist of one course of
brick with an air space as shown on the plans, and back-up material of
the type shown on the plans.
Building Construction
15 - 1
Interior :alls shall be of a type shown on the plans. S'nere interior
walls on the plans indicate tvo courses in thickness, a :call of eight
inch (8") I-Iadite blocks ?]ill be acceptable, unlcss additional thickness
is shown on the plans.
Lintels: i.,:terior lintels shall be of angle iron as shown on the plans,
and in case no specific sizes are shown, they shall be adequate to carry
the loads imposed under the particular conditions encountered.
In block walls over all doors in interior partitions of buildings, there
shall be provided and installed a factory constructed reinforced masonry
lintel, constructed r;ith sane dinensions and rate_ial as Fadite block.
Cement: All masonry cement shall be :;agnolia non -stain cement and shall
conform to A.S.^.Ii. Specifications.
Sand: All sand shall meet the specifications for fine aggregate for
concrete.
Lime: Lire shall be of a highly plastic tl.me and may be either hydrated '
lime, pulverized cuickline or 1um quicklime. After cooling and before
being used, the putty shall season as foLows. Hydrated l�.ne pu;,t:r
shall season at least 24 hours, pulverized quicklime putty at least 72
hours, and lump quicklime nutty at least 21 days. Putty shall be vv:ell
sieved and shall be smooth, stiff and :=.ept moist until used. Quicklime
shall be carefully slaked ir_ accordance with the individual manufacturer's
d;_ ect'_ons .
Cement :Iortar: :aorta-^ for bric':ork shall consist of one part non -staining
ce:.ent, one part line putty and six parts sand. All no -tar shall be wa,.er-
proofed by the use of ;'aster Builders "C'micron ':ortarproofing," or equal, using
ttao pounds for each cubic foot of cement and lime putty used in the mortar,
mixed according to the manufacturer's directions.
All mortar shall be .mixed and made up in batches for the wort: Lnediatel-Lr
in hand, and :mortar shall not be retenpereci fcr use.
Wall Construction: It is the intent of these specifications that all
masonry :ork be sound, straight, true and first class and complete in
every respect. Dimensions shown on the plans must be strictly adhered
to.
Before br`_c::;ork is started, tvo sample :calls 4 .eet by 5 feet in sire shall '
be built for the approval of the Dn ineer. oliz shall be located ;here
directed and small not be removed until so directed. They shall be truly
representative of the materials and methods of laying to be incorporated
in the work and shall contain the full range of color, texture and cuality
of the brick and block joint finish and wcr1 nanship of the finished work.
Exterior masonry walls shall be built of approved facing brick backed up '
with material chosen with an air space between bric'c facia and back-up
units, the brick facing beinc bonded to back-up units t:ith metal anchors '
Duildin„ Construction '
15 - 2
I
I
I
I
I
II
I
I
I
as hereinafter specified. Thickness of all walls shall conform to the
requirements of the plans. -
The wall cavity as shown ori=the plans is to -be kept clear of mortar at'
all times. This shall be accomplished by laying strips of wood or form
board over air spaces while installing subsequent courses of brick, lifting
strips and mortar droppings before the next course of wall ties are laid.
Excess mortar at tile joints shall be purged as directed.
At the floor slab or just above finished grade, weep holes shall be pro-
vided as shown or directed in exterior four inches of brick wall. These
weep holes shall be formed by laying one-half inch round dowels in the
mortar joints about eight and one-half inches on center entirely around
the exterior wall of building. These dowels shall extend through the out-
side four inches of brick work and shall be removed before mortar has set
hard. Flashing shall be built in as shown to direct any water through
these weep holes to the outside of the wall.
B. Miscellaneous Metal Work Other than Process Equipment: The Contractor shall
furnish and install all miscellaneous and structural metal work and related
items as indicated and specified. Stock materials or products of manufacturer
meeting the general requirements herein specified will be acceptable if ap-
proved by the Engineer. Iietals, paints and related items used in the manu-
facture of the items, unless otherwise specified, shall conform to the appli-
cable requirements of the A.S.T.M. standards.
Shop drawings showing all details including thickness of metal, sizes and
manner of assembling the various members properly coordinated with the
related work shall be submitted. Shop drawings shall show true profiles,
methods of anchoring, hardware, if any, and all other necessary information.
• Steel work shall not be fabricated until prior approval of the shop draw-
' ings has been obtained from the Engineer.
Metal work shall be well formed to shape and size, and with sharp lines
and angles, and smooth surfaces. Work executed from details shall faith-
fully reproduce. same.
' C. \lorlomanship - Wall Construction: All work shall be laid plumb, level and
true. The work shall be maintained level all around the building as far
as practicable, but where necessary to run up part of the work in advance
' of the -remainder, the courses shall be raked back; toothing will not be
permitted.
' The following specific requirements shall be closely followed.
Face brick bond shall be laid out dry on the foundation walls and ad-
justed before starting work. Closures at jambs and angles, and jumping
of bond will not be permitted.
Wetting of brick before laying shall be done in a manner consistent with
the nature of the brick, the kind of mortar used and the weather condi-
tions, the object being to adjust the absorption of the water from the
Building Construction
15 - 3
1 .
mortar so as to obtain the proper bond between the :iiorar and brick. �_-
CeSSive i;etting of brick during per'_ods ,:hen freezi:z may be ea�hected
shall be especially avoided.
All r:iasonry shall be laid up in rood vor_hma.nlike manner in conforrance
with the best A^ie_•ican standards. Bed joints shall be completely filled
with mortar. Vertical joints shall be completely filled : :ith mortar.
In laying mortar for bed joints, furrowing i::ill nct be peh:..itted. The
entire end of each unit shall be buttered for head joints.
Where indicated and where required, whether indicated on the plans or not,
chases for pipe and conduits and Grooves or regletS to receive flashing
shall be provided.
The _'acing brick veneer on all exterior walls shall be laid in straight
rnnin„ bond in straiGht level courses, plu'Sb, true and securely anchored
to back up blocks or concrete with metal anchors, with an air space be-
t:;een face brick and facing units, as shown on the plans. The metal
anchors shall be ga_v%nized iron gall ties, Du a all, or ecual, and shall
be used on every s th course (second course ci Hadite block;.
'here partitions join outside walls or other partitions, the sale wall
titres shall be used, and shall extern into the connectilig ro:all.
On inside walls, which extend all the wa„- from the floor to the ceiling,
wail
'Gies snaii Ue useu as speCl_'_ec above
for
ezzerior-:a_1S.
;!here
curtain walls are sho;:n on the Plans, wall ties
each course c: 7iadite block. There such :alts
cne wire of the Dura-UUall ties shall be cut and
::na≥e a continuous tie around the bend.
shall be used between
sho*.a an unsupported angle,
the ".,i_re bent to fit to
fl
n
I
I
I
I
C
I
Joints shall be not less than 3/3 inch nor more than 1/2 inch ,ride but
shall be uniforn except that head joints may vary slightly in widths as
may be necessary to adjust the bond and elm i.nate closures. As the
brick or blocks are laid the mortar shall be cut flush -::ith the sur-
face with the edge of the trowel. The mortar shall remain in this Con-
dition until it has taken a moderate seta the elapsed tine will vary,
dependent upon the exact nature of the brick and mortar and upon weather
conditions. The joints shall then be fin^raly tooled with a round iron,
taking the head joints first and then the bed joints.
At the time of jointing, all nail and other surface boles shall be care -
(ally filled. ,his shall be done in such wanner as to thorour;hly com-
pact the mortar. Me surface shall then be lightly brushed with burlap
to remove irregular projections of mortar and loose particles.
Special note is to be taken that all inside joints shall be particularly
firmly rodded so as to eliminate moisture absorption to the fullest ex-
tent.
jhere caul';in; is recuirecl, the joints and spaces shall be completely
filled with mortar and then raked out, with a "V" shaped tool to a depth
of not less than 1/2 inch.
3uildi:g Construction
15 - 4
I
I
I
I
Partition blocks shall be anchored at intersections as specified elsewhere
in this division of the Specifications.
D. Built -In Items: All flashiMsiwhere required', shall be constructed in a
substantial and worluranshiplike manner. Flashing shall penetrate masonry
t•;alls not less than 1-1/2 inches. Built-in door frames, windot; frames,
and all other items to be incorporated in the masonry work shall be in—
stalled as masonry r:orkis laid.
Built-in pipe sleeves, pipe and conduits or other trade items as required
for installation shall be installed as masonry work is laid.`
The Contractor shall consult all trades in advance and make provisions for
the installation of their work without the necessity of cutting and patch-
ing as far as possible.
The Contractor shall do necessary cutting and patching with sufficient care
to prevent damage to.structural stability, appearance and weather resistance..
Extreme care shall be used not to damage the structural strength or weather
resistance of the walls.
The plans show window.details. The Contractor shall set such r:indo;•;s, or
other work, as shown on the plans.
E. ?rotection of Masonry and Cleaning: The top of walls and partitions shall
be covered at the end of each day's work, using waterproof reinforced paper
or canvas weighted down. so masonry shall be laid during freezing weather
unless approved adequate means are employed to prevent freezing of the
work; nor shall masonry be laid when it may be reasonably anticipated that
freezing will occur within eight hours unless provisions for protection are
employed. All work shall be protected against mechanical injury as nay be
necessary.
On completion of the masonry work, all exposed masonry surfaces shall be
thoroughly cleaned down and mortar joints pointed to leave the work in a
condition acceptable to the Engineer. Cleaning and pointing shall be
started at the top and worked down. Cleaning shall be done t•;ith fiber
brushes using soap powder boiled in water; the Contractor may, at his
own option, subject to the approval of the Engineer, use diluted muratic
acid if adequate precautions are taken to protect metal and other parts
against injury by acid. Excess mortar stains shall be removed and the
entire surfaces rinsed with clean water.
Defective mortar joints shall. be cut out when necessary, and the crevices
filled solid with mortar and tooled as specified.
F. Caulking and Glazing: All joints shall be caulked about all window and
door frames in masonry galls. All metal anchors in exterior masonry walls
shall be:caulked for support of electrical equipment..
Caulking compound used shall be of ;ell known American manufacture. It
shall be of gum consistency or knife consistency for the respective appli-
cation methods specified.
Building Construction
15 - 5
H
The material used shall be approved by the Engineer before beinc shipped
to the 1.:ork. '
Cauikin; shall be not less than 1/2 inch deep, and joints shall be raked
out clean and prepared to receive the compound.
Joints having a depth of excess of 3/4 inch shall be packed ::ith cakum
to within 1/2 inch of the surface. Joints shall 'cc carefully and com-
pletely filled e;ith the compound thoroughly worked and ccmnressed into ,
same.
The method of application shall be by means of a pressure caulking gun,
except in locations where a caufling gun cannot be used. In these loca-
tions, the compound shall be applied ith a knife.
The Contractor shall glaze windows, doors and other openings recuiring
glass (see window and door schedules on plans).
Glass shall conform to the following. Window glass shall be standard double '
strength A cuality clear glass except where otherwise ;ecified. Obscure
glass shall be ribbed or roughened by decorative desi,i: on one surface;
other surface shall be smooth.. Glass shall ccnforr, to _:.S.T.::. Soecifi-
cations.
ESccept as otherwise specified, all windows shall be glazed with "DS -A"
window glass for sizes up to and including 12 inch by 20 inch size and
"DS -A" window glass for larger sizes. Fixed glass panels as detailed in
the plans shall have 3/10 inch crystal sheet glass as manufactured by
American :window Glass Company. accept as otherwise specified, all glazed
door glass shall be glazed ;with "DS -A" •,;indow glass.
Obscure glass shall be set with smooth face out. '
All glass in steel windows shall be bedded in putty, fastened in with wire
glazing clips and then puttied over in the usual *ay. Putty shall be finished
smooth and not extend above inner steel sash line. Steel windows shall have
one coat of paint before glazing.
All glass shall be washed clean and be left whole and sound. '
G. Steel Windows (Commercial Projected); Ventilator, frame and muntin members
shall be hot rolled steel bars not less than 1-/3 inches deep, specifically
designed for steel windows.
Windows shall be designed for inside putty glazing, using spring wire
glazing clips. t
Both frames and ventilators shall be assembled by tenoned, riveted joints
at corners. Continuous t:;o point weathering contact shall be provided
between frame and ventilator. All muntins shall be continuous throughout,
and interlocked at their intersections. They shall be attached to frame or
ventilator members by tenoning and riveting. Commercial projected windows
shall have ventilators accurately pivoted at sides on two steel arms attached
to window frames by steel arm blocks. Each ventilator shall be ccuip_aed with
two steel springs and two brass friction shoes. Friction shoes shall slide
vertically in the channels formed by the side weathering of the ventilators
Building Construction
i5-6
I
I
I
I
L
I
I
I
with sufficient friction to hold the ventilators in open position up to
the limit of their movement and to prevent rattling.
I.7anufacturer's standard vertical mullions and bolts for attaching shall
be furnished where required. They are required on all windows where win-
dows are joined together.
Anchor clips of types and sizes to suit construction shall be furnished.
All hardware shall be shipped unattached, carefully packed. Steel pull
rings and iron"ring type locking handle shall be furnished.
All projected ventilators shall be screened to prevent entrance of insects.
All screens shall have metal frames with 18 by 14 mesh bronze wire cloth.
Frames shall have same factory finish as windows. Clips and screws for
attaching shall be furnished. Screens for open out ventilators shall be
flat type. Ventilators shall be operated by ring type push bars.
H. Windows Other than Steel: The plans in some instances show windows of
various types of materials and forms. Such windows shall be handled and
set in accordance with the standards of workmanship as provided in "G"
above. However, they shall be in accordance with the plans and specifi-
cations, and shall be set according to the manufacturer's standards.
I
I. Door Frames and Bucks: The plans show the type of doors and frames, to-
gether with the hardware to be used. They shall be installed in a workman-
like manner in accordance with the plans and Detailed Specifications.
J. Vinyl Plastic Tile: Where shown on the plans, the Contractor shall fur-
nish and install vinyl plastic tile floors as specified in the Detailed
Specifications.
The Contractor is cautioned to examine all drawings and specifications
relating to other: branches of the work, and he shall make proper pro-
visions to receive all other work. The Contractor shall provide sub-
contractors of other trades whose work will be in contact with the work
under this heading with approved shop drawings and request approved copies
of their drawings, so that proper cooperation between the different trades
shall result.
Any fill required to level floors within 1/8 inch tolerance shall be done
by the Contractor with a mixture of emulsified asphalt and Portland ce-
ment to bring floor level for installation of vinyl plastic tile.
The Contractor shall submit samples of each size and color of tile for
approval before starting work.
All tile shall be installed by an authorized and approved tile contractor,
in strict accordance with the manufacturer's directions. The adhesive
shall be for floors on "grade," using Armstrong's No. 225, or equal. All
tile floors shall be cleaned and treated as follows.
Completed floors shall be allowed to stand at least 98 hours before
cleaning.
Building Construction
H
15 - 7
Floors shall be cleaned with a solution of one pint of 2riten, issolved
in taree gallons of -rater and applied freely to floor, covering a shall
area at a tinge. The solution shall be allo;;ed to sta:.d on the floor for
15 minutes, then the floor scrubbed thoroughly -With an electric scrubbing
machine.
After the dirty solution i8 ren.oved from the floor, the floor shall be
rinsed twice nth cold clear •:rater.
The Contractor shall apply a coat of Vesta -Gloss with a Lt'oswool appli-
cator and allow to dry for a period of one hour free from traffic. A
second coat shall be applied 1n the sa e :]al eT as the first coat.
Floors shall be guaranteed jointly by the :anufacturing company and the
tile contractor against all defects in worthanship and materials for a '
period of one year from the date of completion.
I
I
I
I
I
I
II
CSI
C
3uildinU construction '
15-8 1
I
I
LI
I
I
I
I
G
I
I
I
L
G.E N E R A L S P E C I F I C A T I O N S
BUILT-UP ROOF
(With and Without Insulation)
1. GENERAL. Roof shall be built-up type having a gravel or slag surface.
2. MATERIALS. Materials shall be coal tar pitch, in accordance with Federal
Specifications R -D-381, Type 1, and coal tar saturated felt in accordance with
Federal Specifications HH-F-201. Or, materials shall be asphalt in accordance
with Federal Specifications SS -A-666, Type 1, and asphalt saturated felt in
accordance with Federal Specifications HH-F-191, Type 1. Gravel or mine chat
shall be free from sand, dirt, gravel or other substances, and shall be well
graded from 1/4 inch to 5/8 inch in size.
Materials referred to in these specifications refer to use of coal tar materials.
Asphaltic materials meeting the specifications as outlined above shall be
considered of the same quality roofing as hereinafter specified.
3. ROOF PREPARATION. The'roof deck shall be smooth, firm, dry and free from
loose material.
Concrete Roof with Insulation: The roof shall be uniformly coated with hot
roofing pitch. Over the entire surface there shall be installed two plies of
tarred felt, each sheet lapped 19 inches over the preceding one, mopping with
hot roofing pitch the full width of the 19 inch lap on each sheet, so that in
no place shall felt touch felt.
The entire felt surface shall then be coated with a uniform and continuous
mopping of pitch into which, while hot, the insulation is embedded. The
insulation shall be of first quality fiber boards 1/2,inch thick, having an
overall dimension not to exceed 2 feet wide by 4 feet long.
In the construction of the underlying membrane coats as specified above, the
felt shall be turned up sufficiently at all vertical projections for lapping
back over the top surface of the installation at least 6 inches. This lap
shall then be cemented down and coated with pitch prior to the application of
the roofing.
Care shall be taken to prevent tears, breaks and ruptures of any kind in the
membrane course which might interfere with its effectiveness.
Roofing application as hereinafter set out shall be the same for concrete roofs
and for concrete roofs on which insulation has been applied as above specified.
' 4. APPLICATION. The coal tar pitch and asphalt shall not be heated above
370° F. and 400° F. respectively, and shall be hot when the felts are laid.
The sets of felt shall be laid so as to be free from wrinkles and bulges and
so that pronounced ridges are not formed at the laps. Mops of asphalt or
coal tar pitch between plies of the felt shall uniformly cover the entire
I
Built -Up Roof
I
I
lapped surfaces so that in no place shall felt touch felt. The gravel or '
slag surfacing material shall always be dry when applied, and in addition
shall be heated in cold weather.
At the angle of roof deck and abutting walls or vertical surface, there shall
be provided a cant of nailing concrete on concrete roofing. The face of the
cant shall have an incline of 45° with the roof surface, and shall intersect
the roof surface approximately 5 inches from the face of the wall. Over the
concrete roof or the insulated concrete roof, there shall be mopped one coat
of hot pitch. Over the entire surface there shall be laid four plies of
tarred felt, lapping each sheet 27-1/2 inches over the preceding one, mopping
with pitch the full 27-1/2 inches lap on each sheet, so that in no place shall
felt touch felt.
There shall be poured over the entire surface from a dipper a uniform coating
of pitch, into which, while hot, shall be embedded not less than 400 pounds
of gravel or crushed stone for each 100 square feet of surface.
5• FLASHING. At the time the roof is laid the built-up felt shall extend to
the top of the cant strip. Before crushed stone covering is laid, a built-up
flashing of the same materials of which the roof is made shall be applied over
the work previously done as follows:
Three layers of asphalt saturated felt in the case of asphalt roofing, or of
coal tar saturated felt in the case of coal tar pitch roofing, shall be laid
in the angle between the roof deck and abutting vertical surfaces and extend
up these surfaces approximately 6 inches above the roof line. These Layers
of felt shall be well cemented together and to underlying surfaces with
either asphalt plastic roofing cement or coal tar plastic roofing cement.
The felt layers shall be laid with 2 inch end lap between adjoining strips
with joints in the three layers staggered. There shall be nailed through
plastic flashing along its upper edge, in the horizontal or vertical mortar
joints, 1-L/2 inch barbed roofing nails driven through flat tin disks spaced
10 inches on center. If the vertical wall is concrete, a straight grained
bypass bevelled nailing strip shall be inserted in the concrete at time of
pouring.
These layers of felt shall extend out over the roofing and lap as follows:
the first layer of felt shall extend out over the horizontal roofing surface
at least four inches, the second layer shall overlap the first approximately '
five inches, and the third shall overlap the second approximately four inches.
Over the Last layer of felt approximately 1/8 inch coating of plastic roofing
cement shall be applied by means of a trowel.
6. GENERAL. The Contractor shall use all necessary precaution in heating
materials so as not to create fire hazards. Care shall be exercised so as
to do the work at such times and in such manner that materials and equipment
in buildings being roofed shall not be damaged by rain. In the prosecution
of the work, care shall be taken that pitch or asphalt shall not mar walls,
copings or any part of the structure. '
7. MANUFACTURER. Roofs shall be Johns -Manville, Barrett, or roofs of equal
quality. ,
Built -Up Roof
15 - 12
H
ROADWAY CONSTRUCTION AND PAVEMENT .REPAIRS
The following specifications are hereby by reference made a part of the General
Specifications. These specifications are contained in the "Standard Specifica-
tions for Highway Construction," Edition of 1978, published by the Arkansas
State Highway. Commission. The page numbers given below refer to pages in these
"Standard Specifications for Highway Construction."
These specifications are available for inspection in the Engineer's office, or
may be obtained fromthe Arkansas State Highway Department, Little Rock,
Arkansas. -
Bases and Granular Surfaces, Part 300
Crushed Stone Base Course, Section 306 . . . . . . . . . .
' Bituminous Pavement, Part 400
I
I
I
I
I
I
I
Prime and. Tack Coats, Section 401 . . . . . . . . .
Materials and Equipment for Hot -Mix Bituminous
Binder and Surface Courses, Section 409 . . .
Construction Methods for Hot Mix Bituminous
Binder and Surface'Courses, Section 410 . . .
Page No.
114-117
150-153
177-188
188-195
16-1
I
' D E T A I L E D S P E C I F I C A T I O N S .
' FLUORIDE FEED EQUIPMENT TO SERVE
THE CITY OF FAYETTEVILLE, ARKANSAS
and
BEAVER WATER DISTRICT, LOWELL, ARKANSAS
Arkansas State Fluoridation Project - Grant No. H10/CCH600216-01
Plans No. BWD-8 - Dated June, 1980
Ii. SCOPE OF THE WORK. The work consists of the furnishing of all materials,
labor, equipment and controls to store, meter, feed and monitor hydrofluor-
• silicic acid into the Fayetteville treated water supply line. The work
consists of an outside 8,000 gallon storage tank and unloading compressor, various
feeder and drainage lines, a small building containing day tanks, injection vault,. -
pumps and controls, and electrical. All work is within the plant yard area of
the Beaver Water Treatment Plant located approximately two miles east of Lowell,
Arkansas.
2. COMPLETION TIME AND LIQUIDATED DAMAGES. The Contractor shall complete the
' work provided for in this contract within one hundred eighty (180) calendar
days from, the effective date of the Notice to Proceed, the completion date
being conditioned upon the terms of the contract. Liquidated damages provided
for in the contract shall be fifty dollars ($50.00) per day for each calendar
' day of delay in the completion beyond the time stipulated herein and provided for
in the contract.
' 3. NOTICE TO PROCEED. After the contract, bonds, and certificates of insurance
have been furnished to the Owner and the contract has been executed, the Engineer
will. issue a Notice to Proceed designating the date the work will begin. Such
Notice to Proceed will be issued so that the Contractor may commence work within
' thirty (30) days of the date of the signing of the contract. By mutual agreement
between the Engineer and the Contractor, commencement of work may be delayed
beyond said thirty day period if there is a delay in obtaining of materials,
' equipment, or other factors beyond the control of the Contractor or the Owner.
4. ELEVATION DATA. Elevations shown on the plans are referenced to bench marks
I. at the plant site, and are based upon U. S. Coast and Geodetic Survey elevations.
5. QUALITY OF THE PLANS. The plans have been made with care, but cannot be
expected to be correct in every detail when some of the conditions to be
encountered are underground.
6. GENERAL SPECIFICATIONS AND SPECIAL PROVISIONS OF THE CONTRACT. This set of
' contract documents includes several provisions which are called to the particular
attention of the Contractor. They include:
A. General Specifications. The General Specifications which precede these
17-1
HI
Detailed Specifications cover basic materials and construction procedures
for:
' Concrete and Reinforcing Steel Building Construction
Pipe and Pipe Laying Built-Up.Roof
Pipe Sewers Roadway Construction
' These General Specifications covering the various phases of work as set out
in these specifications shall govern and control all work to which, in the
opinion of the Engineer, they apply. Since these preceding specifications
' are general, they may in some cases refer to work arid conditions not found
on this project, in which case such nonapplicable stipulations will have no
meaning in this contract. In case of conflict between General and Detailed
' Specifications, the Detailed Specfications shall govern.
B. Special Contract Provisions
' Withholding of State Income Taxes. Particular attention is called to the
requirement that the Contractor withhold state income taxes on wages paid,
and to comply with the provisions of Act 125 of the 1965 Arkansas Legislature
regarding payment of certain taxes on material and equipment.
Insurance and Minimum Wages. Insurance coverage required on the project is
' given in Section 28 of the Instructions to Bidders. Also included in these
specifications is a Wage Determination which sets out minimum wages to be
paid on this project.
I
C. Safety and Health Regulations.
The provisions covering safety standards and accident prevention as set out
I. in the General Conditions are particularly called to the attention of the
Contractor.
' In order to protect the lives and health of his employees under the contract,
the Contractor shall comply with all pertinent provisions of the "Manual of
Accident Prevention in Construction" issued by the Associated General
Contractors of America, Inc., and shall maintain an accurate record of all
' cases of death, occupational disease and injury requiring medical attention
or causing loss of time from work arising out of and in the course of
employment on work under the contract.
' The Department of Labor of the State of Arkansas refers to the Federal Register
(OSHA Regulations) for the guidance of contractors and the protection of
workmen and the public. The Contractor shall familiarize himself with the
' provisions of the Register and shall comply with the rules and regulations
provided therein. The Register requirements are enforceable by the Depart-
ment of Labor, and it is the responsibility of the Contractor to see that
they are carried out. The responsibility for the interpretation and imple-
mentation of the provisions of the Register does not rest with the Owner,
the Engineer, or their representatives. The Contractor alone shall be
responsible for the safety, efficiency and adequacy of his plant, appliances,
and methods and for any damage which may result from their failure or their
improper construction, maintenance or operation.
1
17-2
I
Although the Engineer and his personnel may recognize safety hazards and in
such case will require that changes be made to reduce or eliminate the
hazards, the Engineer by such action does not take the responsibility as
' safety engineer for the Contractor. Neither does such action indicate that
the Engineer or his personnel are trained safety engineers. It means only
that a specific safety hazard has been recognized in the ordinary course of
• engineering inspection of the technical aspects of the work being done and
such hazard has been called to the attention of the Contractor.
' Any safety procedures initiated by the Engineer shall not be construed as
supervision of the Contractor's work force, nor make him responsible for
providing a safe place for the performance of the work by the Contractor
or the Contractor's employees or those of the suppliers, his subcontractors,
1 nor for access, visits, use, work, travel, or occupance by any person, as
these responsibilities are covered under the provisions of the contract and
the Contractor's insurance and performance bond and cannot be the respon-
' sibility of the Engineer.
7. LANDS AND RIGHTS OF WAY. All work is to be done within the limits or lands
now owned by Beaver Water District. These limits will' be established by Beaver
Water District, and the Contractor shall confine his activity to these areas.
8. SCHEDULES AND SEQUENCE OF THE WORK. The Contractor shall present a bar
' schedule diagram of his work plan. The bar schedule shall show the various
phases of work to be done, material orders, receipt of material, and completion
date of the various phases and sections of work to be done.
I.
9.. CONTINUING RESPONSIBILITY OF CONTRACTOR. Attention is called to Section 54
of the General Conditions of these specifications as to the continuing respon-
sibilities of the Contractor.
10. PAYMENT. Payment to the Contractor shall be in accordance with Sections 49
and 52 of the General Conditons.
When payments are to be made for equipment and materials on hand but not yet
incorporated into the work, the Contractor shall furnish the Engineer with
two copies of invoices covering such equipment and materials.
' 11. PAY FOR EXTRA WORK. Changes in the work and payment therefor shall be in
accordance with the following provisions. Whenever work is required which 'is
I not provided for under these plans, specifications and contract, or work which
is not in keeping with the general work for which there are unit bid prices,
the Contractor shall perform the work as directed by the Engineer, and shall
receive as compensation therefor the total cost of the work based upon the
actual Contractor's expense, plus 15 percent for overhead and profit. Such
expense shall include insurance and bonds, but shall not include overhead of
any other nature. No work shall be performed except upon the written order of
the Engineer.
12. SPECIAL CONDITIONS. It is brought to the attention of the Contractor that
the Water Treatment Plant now serves a large area of two counties. Therefore,
it will be necessary for the Contractor to exert extreme caution when excavat-
ing within the plant yard so that no damage to existing pipe lines, electrical
service or equipment could occur. If used in construction, heavy machines
17-3
I
L
' must be positioned so as not to exert pressure on underground walls. Plant
valves, pump controls or any other operating controls must be operated by a
' plant operator after permission has been requested and granted.
The Contractor shall keep the Beaver Manager informed at all times of
plans to excavate near or under existing equipment. Work requiring a change
' of mode of plant operation (such as opening valves or depressing lines) shall
be done after 12 hours notice and with permission granted.
' 13. OPEN SPECIFICATIONS. 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 "equivalent," "proper," or "equal to" are
used, they shall be understood to mean that the thing referred to shall be
proper, the equivalent of, or equal to some things, in the opinion or judgment
of the Engineer.
Unless otherwise specified, all materials shall be the best of their respective
' kinds, and shall in all cases be fully equal to approved samples. Even though
the words "are equal to" or other such expressions may be used in the specifica-
tions in connection with a material, manufactured article or process, the
material, article, or process specifically designated shall be used, unless a
t 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. The words "equal to" shall also mean that the cost to the
' Owner will be no greater in extra concrete, piping, grading, etc., for items
which are to be furnished at a unit price. In case basic changes in plant units
are made in order to use equipment required because of unit changes, the Con-
tractor shall furnish all necessary detailed drawings for the Engineer's approval.
'
In addition to these factors, it shall also include the ability of the supplier
to aid in proper utilization of his equipment, the quality of his engineering
organization, and the ability to provide service after the works are complete.
' 14. EQUIPMENT AND INSTALLATION DETAILS. The Contractor shall furnish the
Engineer details of all manufacturers' equipment proposed to be used in the
' construction of the project, and shall obtain the Engineer's written approval
prior to ordering such equipment. After the equipment is purchased, he shall
furnish all necessary working drawings, plans and instructions necessary for
the construction of the works and the installation of the equipment.
' For pumps, scales, pacing equipment, metering equipment, electrical motor
starters, and any other equipment requiring parts and/or special instructions,
the Contractor shall obtain instructions and/or parts manuals and deliver three
(3) copies to Beaver Water District, and one copy to the Engineer, for their
permanent records.
I
17-4
15. MATERIALS.OF CONSTRUCTION
IA. •.Pipe and Pipe Fittings
Pipe carrying water under pressure where shown on the plans shall be
' ductile iron pipe meeting the requirements of AWWA C151-76, thickness
class 50. Fittings may be in accordance with AWWA Specification C110-77
with Type II or Type III fittings. All fittings shall be adequately
blocked with concrete backing.
1 Pipe carrying concentrated chemicals to the dry tanks shall be high
density Driscopipe.Series 7600 of the sizes shown on the plans.
' All fittings used for concentrated chemical solution lines shall be
polyethylene minimum pressure class 100 of the fusion type meeting
t applicable requirements of AWWA C901-78.
Pipe and fittings carrying a dilute solution of hydrofluorsilicic acid
shall be schedule 20 type 316 stainless steel with threaded or welded joints.
Pipe for underground drainage or encasement pipe shall be PVC S.D.R. 41
meeting the requirements of ASTM D-1784 and ASTM D-3033.
' Note that all water pipe and chemical solution pipe shall be pressure
tested with air or water to 100 psi with no observed leakage prior to
' placing into service. Small tubing for connections to venturies, controls,
etc. outside the fluoride feed building shall be hard drawn Type K or t
copper with soldered fittings. Tubing inside the fluoride feed building
shall be stainless steel where rigidity is called for.
Pressure lines carrying concentrated solutions shall be nylon reinforced
PVC tubing rated at 300 psi working pressure as manufactured by Newage
' Industries, Jenkinstown, Pa. Tubing shall be 1/4 inch -or 3/8 inch
I.D. utilizing carpenter stainless fittings of the ferrule type according
to the metering.pump manufacturer's requirements.
B. Valves
The valve on the drain connection under the acid storage tank shall be a
1 flanged polypropylene gate valve for Class 150 service at 70O F. The
valve shall be equipped with extension stem, valve box and cover.
Valves on chemical lines shall be polyvinyl chloride type, Grade 1, ball
valves with solvent weld joints, minimum Class 100.
Valves sued for water service may be brass minimum Class 150 service, and
' conforming to AWWA specifications as to composition of materials. Under-
ground valves shall be provided with a box, cover and extension stem of
• cold rolled steel.
Valves used on stainless steel lines shall be 316 stainless style A
double seal screwed end ball valves with lever.
1 17-5
I
Check valves shall be minimum Class 200 gravity operated, horizontal
swing type. All internal wetted parts shall be polyvinyl chloride or
' 315 stainless steel, or other approved materials.
Solenoid valves, furnished and installed by the General Contractor,
shall be wired by the electrical subcontractor. See Electrical Specifi-
cations.
C. Flow Meter
' The flow meter, furnished and installed by the General Contractor, shall be
wired by the electrical subcontractor. See Electrical Specifications.
D. Gauges
I
As shown on the plans, there shall be furnished and installed two
pressure gauges with snubber valves. Snubber valves shall be 1/4 inch
• N.P.T. 7004, 316 stainless steel.needle valves, Ashcroft, or equal.
I. Gauges shall be Ashcroft Duragauge, 0-200 psig, Type 1279-A, liquid
filled. Each gauge shall be equipped with an Ashcroft Type 100 diaphragm
seal. Housing shall be 316 stainless, wetted parts, to be suitable for
' hydrofluorsilicic acid solution in strengths to 1,000 ppm. Guages and
diaphragms are to be filled with manufacturer's recommended liquid
material and in accordance with the manufacturer's instructions.
' E. Handrails
Handrails in the storage tank area shall be 1-1/4 inch black iron pipe,
I. and may be of all welded construction, ground smooth; or standard slip-on
type of handrail fittings may be used. Fastenings shall be by means
of side plates or weld -on brackets.
' F. Floor Drains
All floor drains for this project shall be polyvinyl chloride bodied,
' 4 inch R & G, Sloane No. 4751, or equal.
s
I
17-6
I
16. GENERAL CONSTRUCTION. The work consists of construction of storage and
parking facilities near the western entrance to the plant yard, pipe lines
and electrical cable construction through the plant yard, and a small building
and vault located near the, existing Fayetteville pump station.
A. Site Grading
Grade changes are very minor in nature and amount primarily to grading
around structures for drainage, filling in around road shoulders, sidewalks,
etc. All material surplus to final grading shall be hauled away and
disposed of on lands of Beaver Water District within one-fourth mile of
the construction site, at a location designated by the Owner. Spoil
material shall be spread and bladed smooth at such location.
B. Furnishing and Spreading Topsoil
Topsoil, 4 inch in thickness after initial settlement, shall be applied
to all areas within the plant yard disturbed by construction. After
spreading and before planting grass, topsoil shall be hand -raked to
finish grade. All stones, sticks or other foreign material shall be
I. removed. Topsoil to be furnished shall be sandy loam, generally free
of rocks or other foreign material. Material having a high percentage
of clay will not be accepted.
C. Fertilizing and Sprigging Bermuda Grass
I
After topsoil is spread and graded to a "lawn finish" grade, the entire area
shall be fertilized at the rate of 400 pounds of 10-20-10 commercial
fertilizer per acre. The area shall then be sprigged with good Bermuda
sprigs on approximately 18 inch centers. Immediately after sprigging, the
entire area shall be raked, smoothed and rolled to a lawn finish.
If sufficient moisture is not available to ensure growth, the area shall be
wet and kept moist for a period of 30 days, or until a viable growth of
' Bermuda grass is ensured. When the grass stand is growing and the surface
area is acceptable, the responsibility of lawn maintenance becomes the
responsibility of the Owner. The Contractor shall install the lawn between
the dates of May 1 and August 15.
D. Existing Sodded Areas
The existing areas which are now sodded, on which the sod is not basically
disturbed, shall be cleaned off in conformity with the disturbed areas
which are to be seeded and sodded. Such undisturbed seeded areas will not
be measured in figuring quantities to be paid for under Item 8 of the
Proposal.
E. Cleanup
During construction the Contractor at all times shall keep the construction
area in a clean, neat, and workmanlike condition. Pipe, equipment, and
all other material shall be stored and protected in an area away from the
construction operations. As soon as practical, the area around all structures
1 17-7
I
I
shall be backfilled, and the entire area shall be maintained in a smooth
condition at all times insofar as is practical.
After construction work and paving have been completed, the Contractor
shall clean the entire area. Pavement, top of tanks, sidewalks, building
walls (both exterior and interior), and all painted and glass surfaces
shall be cleaned of clay stain, mortar, or other materials, washing down
with soap or other cleaning materials as required. Such touch-up work as
required shall then be done to leave the area in as clean and neat a
condition as is encountered at commencement of the project.
F. Plant Roadway
The plans show hot -mix paved turnout area for off-loading chemicals from
' trailer trucks. Street crossing repairs at certain locations will also
be required.
' These paved areas are to be constructed as follows. New construction is
to be excavated to subgrade and all surplus materials removed. Subgrade
shall be compacted to 90 percent Modified Proctor density. Base fill
t materials shall be laid and compacted to grade with compaction achieved to
95 percent Modified Proctor density.
In existing road crossings, all backfill shall be earth base work, compacted
' to 95 percent Modified Proctor density, in layers as required, to grade.
Finished road surfaces shall be minimum 2 inch thickness, Type II, asphaltic
concrete surfacing. Sidewalks and other supporting structures shall be
constructed as shown.
The surfacing and materials shall be in accordance with the following
' specifications.
Base Material and Construction: Arkansas State Highway Department
Specifications, Section 306, using SB-2 material.
Prime and Tack Coats: Arkansas State Highway Department Specifica-
' tions, Section 401.
Bituminous Materials: Arkansas State Highway Department Specifications,
Section 409.
Asphaltic Concrete (Hot -Mix, Hot -Laid), Construction Methods: Arkansas
State Highway Department Specifications, Section 410.
1
I
[l
17-8
A
17. CONCRETE AND REINFORCING STEEL. Except where otherwise required by the
plans and these specifications, all concrete shall be Class A. Class B con-
crete shall be used only for fill and encasement, where required by the Engineer
' or as shown on the plans. Class A concrete as specified herein shall have a 28
day compressive strength of at least 3,000 psi.
During the construction of the project, at least four standard concrete cylinders
shall be taken for each 50 cubic yards of concrete poured. These cylinders
shall be broken by an approved laboratory at seven and 28 days. All sampling
and cylinder taking shall be done by the Contractor's forces under the direction
of the Engineer. All costs of. transporting samples and cylinders and the testing
shall be borne by the Contractor.
C
I
I
I
I
El
I
[I
I
I
I
I
[I
Except as provided herein or shown on the plans, concrete shall be finished
according to the General Specifications covering Concrete and Reinforcing
Steel. The surfaces of all floors shall be finished with a steel trowel,
without the addition of a mortar surface, except as specified or shown on the
plans to the contrary.
All exposed concrete surfaces which have been in contact with forms shall,
after pouring, be rubbed smooth with a fine grained carborundum brick and
water immediately after removal of the forms. After units are essentially
complete, the area shall be given a second rubbing with a fine grained stone
using water to aid in the finishing. No mortar shall be used.
All exposed edges shall be finished with an edging tool, if molding strips are
not specified. (Molding strips shall be used on all exposed edges of tanks,
walls, etc.)
All entrance platforms, steps and sidewalks shall be as shown on the plans, and
shall be finished with a steel trowel and brushed so as to leave a slightly
rough surface. Ail edges of slabs and vertical surfaces of steps, sidewalks,
etc., shall be floated or rubbed smooth. All corners shall be rounded with a
regular finishing tool.
Reinforcing steel shall be in accordance with the General Specifications
covering Concrete and Reinforcing Steel. The shop details of all reinforcing
steel shall be presented to the Engineer before fabrication.
Special note. All machinery and pumps shall be grouted in place, after leveling
and adjusting, with nonshrink grouting cement, mixed and placed in accordance
with the manufacturer's instructions.
H
17-9
F
' 18. BUILDING CONSTRUCTION
A. General
This section includes the construction of one small building used to house
fluoride feed, pumping equipment, day tanks, and scales. The building
' will not be used to house personnel during phases of the work.
The intent of these specifications is to set out similar materials used
in the original construction. The Contractor is expected to use materials,
labor, and building trade skills under this section of the work so that
the new building construction will match, as nearly as possible, the exist-
ing building in color, finish, hardware, etc.
All work under this section shall be executed in the highest standards of
workmanship by skilled, qualified mechanics, and shall conform to the require-
ments as set forth in writing by the various manufacturers of items
included. Proceeding with the work shall indicate acceptance of the surface
or other preparatory work.
Arrangements may be made with the Beaver Manager for water and power without cost.
The entire area in this section shall be protected as necessary from damage
during and after installation. All damage is to be repaired with first
quality materials which match original work in every respect. The area and
adjacent areas affected shall be cleaned and left in acceptable condition.
B. Type of Labor
Labor for the building and its contents shall be classified as Building
Construction. All other work on this project shall be classified as Heavy
' . Construction.
' C. Masonry Construction
Brick: The existing building is faced with brick furnished by Acme
Brick Company from their Clinton, Oklahoma plant. The brick is
Blend 12 Velor modular face brick. If this brick is available it shall
be used on the project. If not, the nearest matching brick shall be
used. The brick used shall be approved by the Engineer.
' Wall Ties: Wall ties shall be Dur-O-Wall-Truss, or equal.
I. Masonry Cement: Masonry cement shall conform to the requirements of
ASTM Specifications C 91, Atlas, or equal.
Portland Cement: Portland cement shall be Atlas white Portland, or
equal.
Mortar Waterproofing: Waterproofing used shall be manufactured by A. C.
' Horn Company, Hydrotite Plus.
Mortar Color: Color, to be selected by the Engineer, shall be A. C.
Horn Company, Staybrite.
' 17-10
1
F
'
H
I.
Hadite Block: Hadite masonry as shown shall be in accordance with
the General Specifications.
Sand: Sand shall conform to ASTM Specification C144, and shall pass
a No. 8 sieve'.
Flashing: The plans show a typical flashing and weep holes to be
installed at the bottom of all exterior masonry walls. This shall
be installed at the bottom of ALL exterior masonry walls.
Joints: The mortar joints shall be uniformly and cleanly raked to a
minimum of 1/4 inch.
Masonry Waterproofing: After cleaning, Tretorme Clear No. T835,
A..C. Horn Company, shall be applied according to the manufacturer's
directions.
Built -In Items
The Contractor shall install all bolts, anchors and chases, and build in all
electric panels, piping, conduit, etc., where shown on the plans or directed
by the Engineer. The Contractor shall cooperate with other trades in
building in electrical and mechanical work.
Work in Existing Buildings
The plans call for installation of through -wall openings in existing build-
ings for pipes, conduits, etc. All such openings on the existing Fayette-
ville pump station shall be done below grade. All such openings, after
completion of the work, shall have the surfaces painted with Portland cement
and water, and then packed with Portland grout to which an admixture of
Stone -Hard or similar material has been added, in accordance with the
manufacturer's instructions. Meter vaults and other concrete walls shall be
penetrated and repaired in like manner.
Bolts, Anchors and Miscellaneous Steel
Bolts and anchors for tank anchorage and building construction shall be
stainless steel. Bolts and anchors for use in the interior of the fluoride
feed building shall be of stainless steel construction.
All angles, plates and structural members used to support the fluoride day
tanks shall be of stainless steel construction.
Welding
Welding shall comply with the Standard Specifications of the American
Welding Society and the American Institute of Steel Construction. Field
welds shall be protected against air currents during welds. Welds where
exposed shall be ground smooth. All welding of materials within the
fluoride feed building shall be stainless steel welding.
Carpentry
The work under this section includes the furnishing and installation of
wood framing, bucks, grounds, blocking, scaffolding, bracing, storing, all
miscellaneous bolts, nails, fasteners, etc., and the protection of finish
work. Forms for concrete shall be as specified in the General Specifications
covering Concrete and Reinforcing Steel.
The Contractor shall furnish and place temporary wooden guards, firmly
secured in place, to protect all finish work that may be subject to damage
during construction.
The Contractor shall furnish all rough hardware such as nails, bolts, spikes,
screws, lag screws, etc:, for the proper installation of carpentry and
millwork. All fastening to concrete shall be with cut nails or toggle bolts.
Wood bucks and blocking for frames around openings shall be of the size and
thickness shown on the plans or as needed to set dimensions for openings.
Framing lumber such as plates and blocking shall be No. 2 common yellow
• pine or Douglas firm. Lumber shall be well seasoned and kiln dried.
I. Door
Exterior door and door frame shall be as manufactured and furnished by
' the Ceco Corporation. A schedule of size and model numbers is given on
the plans.
The door shall be 1-3/4 inches thick, fabricated of two No. 18 gauge
roller leveled prime quality cold rolled steel sheets. One piece honey-
comb core shall be securely bonded to both face sheets with door edges
mechanically interlocked. Door shall have flush seamless face sheets.
Top and bottom channels shall be No. 16 gauge steel. Hinge reinforcements
shall be No. 10 gauge steel, drilled and tapped at the factory. The door
shall have a glass light as shown on the plans.
' The glass light shall have the opening framed and securely attached.
Glazing beads shall be screwless snap -in type. The door shall be mortised
for 4-1/2 inch template hinges and Government Series 161 hardware, as
' shown on the plans.
Door Frame: The exterior door shall have a steel frame, as shown on the
' plans. The 1-3/4 inch door frame shall be No. 16 gauge steel, with 2 inch
face, 1/2 inch integral stops in 5-3/4 inch depth:
Frame corners shall be mitered on knock -down frames, mitered and inter-
nally welded on set up frames. The frame will be shipped knocked down in
standard depth. listed above. Hinge jambs shall be mortised for 4-1/2
inch template hinges as required, and lock jambs prepared for the A.S.A.
■ Universal lock strike.
The 1-3/4 inch door frame shall have adjustable floor anchors to set.flush
' or up to 2 inches below the finish floor. Adjustments shall be in
increments of 1/16 inch with a permanent locking feature. Rubber door
silencers shall be furnished for strike jambs of single swing frame.
' Painting and Glazing: The door and frame shall be bonderized and painted
with one coat of rust inhibitive quality primer, neutral gray, oven dried
and tested to ASTM specifications No. D-714 and No. B-117 for humidity
cabinet and salt spray tests.
1 17-12
C
I
H
I
I
Ti
I
I
I
I
Shop Drawings: The door, frame and hardware shall be as shown on shop
drawings prepared by the manufacturer and approved by the Engineer before
fabrication is started.
Weatherstripping: All exterior doors shall be weathers tripped, around
the door frame for tight closure. Exterior doors shall be equipped with
a door closure, and necessary mounting brackets.
Closure shall be Ceco Model 3551, or equal. Doors shall be equipped with
closure strips on bottom of door, the closure opening between bottom of
door and transom.
Thresholds: Thresholdsshall be aluminum and shall be equal to Ceco No.
4211. Exterior doors shall be furnished with a vinyl door bottom.
Installation: Doors and frames shall be installed in strict accordance
with the instructions and tolerances furnished by the door manufacturer.
Frames and doors which are bent or sprung out of line prior to installation
shall not be approved.
After installation, frames shall be caulked, both inside and outside,
as set out hereinafter. Frames shall be installed as detailed with solid
backing for caulking.
J. Glass and Glazing
The Contractor shall furnish all labor and materials to complete all glass
and glazing as shown on the plans or as herein specified or both, as follows:
hollow metal doors, windows, and insulated panels.
IK„ Hardware. Hardware is shown on the plans.
Li
I
LI
I
I
1_'
L. Caulking and Mastic
Work Included: The Contractor shall furnish all labor and materials to
complete all caulking and, generally, all moisture and water protection
not covered in sections on waterproofing in these specifications, as
called for or detailed on the plans and as specified herein, as follows:
door frames and thresholds.
Materials: All packaged materials shall be delivered in original packages
and all materials shall be so handled and stored until used to avoid damage
by water or breakage.
Primer shall be a caulking primer as made by the manufacturer of the
caulking compound selected, used as directed. Caulking compound shall be
Hornseal knife grade where shown on the plans; gun grade, typical applica-
tion. Color shall be as selected.
Sealant shall be Hornflex Thiokol, used with Hornflex Primer as directed.
Sealant color shall be black. Mastic shall be Dehydratine 10, semi -mastic
for bedding of materials against concrete, as detailed for hollow metal
and aluminum entrances, etc. All materials above shall be manufactured
by A. C. Horn Products, or approved equal.
I
17-13
I
Metal door thresholds and saddles shall be set in a bed of caulking
sufficient to fill all voids.
M. Heating and Ventilation Equipment
The building's heating and ventilation equipment is specified under the
I
Electrical Section of the specifications. Note that the General Con-
tractor has the prime responsibility to frame, install, waterproof, etc.,
this equipment even though furnished and wired as an electrical item.
The plans show one gravity operated turbine ventilator with hand -operated
damper to be installed on the roof of the feed building. The turbine
ventilator shall be of all galvanized or aluminum construction with ball
' bearings permanently lubricated.
N. Roofing and Sheet Metal
' Work Included: The Contractor shall furnish all labor and materials to
complete all roofing and sheet metal shown on the plans or herein speci-
fied, or both, in connection with the roof, as follows.
' Roof insulation: 1-1/2 inch thick over all roof.
General roof flashing.
' All pipes and vents through roof and all other work penetrating roof.
Connections between roof and vertical surfaces.
Gravel stops: types and materials shown on the plans.
All other flashings required to make the roof water -tight.
' Through -wall flashing where not installed under Masonry.
Flashing under window sills, as detailed.
Continuous reglets where shown.
'Cants: treated wood or commercial at the Contractor's option.
Roof drains: to be installed where shown on the plans.
Materials: Roof insulation shall be rigid, large size boards, taped joints,
hot applied Class I vapor barrier system, as manufactured by Owens-Corning
and known as Fiberglas Pyro-Kure Vapor Barrier System, and shall be
furnished in board sizes of 4 feet by 4 feet by 1-1/2 inches.
' Lead flashing shall be No. 4 for all vents through roof, as detailed on
the plans.
11
I
I
I
General roof flashing shall include the following: all base flashing,
copings and vapor barriers, and roof drains. All pipe and vents through
roof and all other work penetrating roof shall be flashed with Wascoflex
Elastic Roof Flashing, and applied with Wascoflex adhesive as manufactured
by American Cyanamid Company, Building Products Division, Wakefield, Mass.
or approved equal, except process equipment as required by equipment
suppliers.
Through -wall flashing
shall be provided, and
shall be
two piece 24 gauge
galvanized sheet metal
throughout buildings
specified
herein.
Flashing over lintels, sills, at bottom of brick walls, connections
17-14
I
i
between roof and vertical surfaces, and other concealed flashing not
specifically covered on the plans or other sections of these specifica-
tions, shall be No. 24 gauge galvanized sheet metal.
General note: all flashing connections shall be soldered.
• ' Metal gravel stops shall be equal to Alcoa Gravel Stop F 84968 with joint
covers, installed in accordance with manufacturer's drawings.
The built-up roof shall be equal to Certainteed Specification No. 415 651,
' four ply 15 pound felt above insulation properly installed and taped. No
vapor barrier is required. No bond is required.
I
19. CHEMICAL FEED AND STORAGE MATERIALS. The work under this section covers
the design, manufacture and installation of equipment and materials which are
manufactured, delivered to the job site, and erected or installed.
A. General
Source, Type, and Details of Proposed Equipment: Before purchasing equip-
ment, the Contractor shall furnish the Engineer with all equipment details
of the equipment proposed, andservicing arrangements between the Con-
tractor and the supplier. After his determination that the proposed
equipment complies with these plans and specifications, the Engineer shall
give his written approval. The Contractor then shall issue firm purchase
orders.
After the equipment is purchased, the Contractor shall furnish all necessary
working drawings and installation instructions for the construction of the
work and the installation of the equipment.
It should be noted that all mechanical equipment is to be installed complete
with initial lubrication so that the equipment is ready for operation.
Equipment Suppliers' Responsibility: Each item of equipment is too small
to have a manufacturer's representative inspect the final installation.
Sufficient operating and installation instructions shall be furnished,
however, so that the Contractor can install and place the equipment in
service.
' It is the intent of these plans and specifications, however, that if —
after final adjustment as set out above and the placing of equipment
in operation —the equipment is not functioning properly, it shall be the
'responsibility of the equipment supplier to provide whatever service is
necessary to ensure that the equipment operates in accordance with these
plans and specifications.
' Operating and Parts Manuals, Equipment Plans and Operating Instructions:
The Contractor, upon completion of the contract, shall furnish TWO(2)
COPIES of all equipment plans and operating instructions for all equipment
used on the entire project. The Contractor shall make the furnishing of
this inforamtion by the respective suppliers a part of his purchase
order requirements. The agreement by the supplier to furnish this infor-
' mation shall be included as a part of the equipment details to be furnished
the Engineer for approval.
After all equipment has been delivered, the CONTRACTOR SHALL BE RESPONSIBLE
' FOR COLLECTING THIS INFORMATION, HOLDING IT IN HIS FILES, AND FURNISHING
IT TO THE OWNER, THROUGH THE ENGINEER. The Contractor shall be furnished
signed receipts for this information. The information shall include:
1. The purchase order numbers, both the Contractor's and the
suppliers', the date of the order, where the order is processed,
' and the date the order is delivered.
2. A certified copy of the equipment details. This shall have
noted thereon all field changes made.
17-16
1
I 3. All manufacturers' serial and equipment numbers, including
those of auxiliary equipment such as motors.
' 4. The size, make, rating, voltage, etc., of all auxiliary equipment
included therewith.
P5. Complete operating instructions, including details of greasing,
maintenance, etc.
6. A detailed parts list, together with replacement numbers.
' 7. Efficiency curves of pumps and other efficiency rated equip-
ment.
B. Storage Tank
' The Contractor shall furnish and install one 8 foot diameter by 20 foot
long horizontal tank having a capacity of approximately 8,000 gallons.
The tank shall be of all welded steel construction. Minimum thickness of
shell shall be 3/16 inch. Dished heads shall be a minimum of 1/4 inch
thickness.,
• The tank shall be furnished with three welded steel cradles suitable for
' mounting on concrete piers. See plans for details and number and width
of cradles and anchoring details.
The exterior of the tank shall be uncoated. See Painting Specifications
for field painting of exterior surfaces.
Tank walls shall be designed to withstand an internal working pressure
tof 25 psi.
The tank shall be equipped with the following flanged openings at the
' approximate locations shown on the plans.
1. Two inch diameter bottom drain and outlet with flanged connec-
tions.
' 2. Two shell manholes, one 24 inch and one 18 inch diameter.
3. The 24 inch manhole flange near the center shall have one 2 inch
flanged filler opening and one 3 inch flanged opening for
measuring the depth of fluid in the tank.
' 4. The 18 inch manhole flange shall have a 2 inch flanged opening
with hooded vent device attached, similar to that shown on the
plans.
' The interior of the tank and all exposed openings shall be lined with
• rubber vulcanized in place using the latest factory techniques. The
' lining is to be Hypalon,-Buna N, or plastic materials recommended and
approved by the tank manufacturer to best withstand corrosion from storage
of liquid hydrofluorsilicic acid having a concentration of -22 percent to
I 17-17
I
' 30 percent. Hydrofluorsilicic acid in commercial 22 percent solution
weighs 10.1 pounds per gallon. The minimum lining thickness shall be
1/4 inch.
The tank shall be similar to 100 Series as manufactured by Gates Rubber
Company, or approved equal.
I
C. Alternate Fiberglass Tanks
Fiberglass tanks utilizing materials of construction specifically suited
' for this application may be approved provided it can be shown that service
life and maintenance will be equal to or less than the rubber lined steel
tanks. The manufacturer shall provide drawings showing foundation
1 details and other structural details showing equal stability, reliability,
etc. Fiberglass tanks, if supplied, shall have the same pipe openings,
ladders, manholes, etc., as specified above.
' Lifting lugs shall be provided so that tanks can be lifted empty in the
horizontal position.
D. External Piping
External piping above ground shall be Schedule 80 polyvinyl chloride with
' solvent weld joints rigidly supported to prevent movement during the
bulk loading process which uses compressed air.
The effluent line shall be insulated with snap -on or other approved
' materials, and then wrapped with a waterproof covering of fiberglass and
resin or other materials which are impervious to dilute fluoride solutions.
' The filling pipe shall be terminated with a quick -coupling connection
suitable in size and conformation for use by cartage companies operating
in the area. Further details will be furnished regarding any special
requirements for this connection, heights, etc.
All valves, fittings, etc., are to be as set out under the Materials of
Construction section.
I. E. Air Unloading Compressor
There shall be furnished complete one Schramm Model 100, or equal,
• compressor mounted on a two -wheel trailer with all controls, weather
protection hood, draw bar, and swivel third wheel.
' The typical specifications setting out the features included under the
Schramn 100 unit are as follows.
I
I
Trailer: Spring -mounted, pneumatic -tired steel wheels, roller -bearing
hubs, drawbar with ball hitch, drop support and swivel type third wheel
with crank.
Engine: Number of cylinders, 2
Governed speed, 1,670 rpm.
Piston displacement, 151 cubic inches.
17-18
It
Li
Li
I
I
I
I
Li
Compressor Capacity: Air receiver, 2.3 square feet. ASME. 200 psi.
Fuel tank, 14 gallons. Liquid cooling system.
Controls: Intake valve; unloader; air control system; engine governor;
pressure lubrication system; lubricating oil filter; 12 volt battery;
electric starting; both ignition; charging alternator; hot water and
low oil shutdown.
F. Day Tanks
There shall be furnished and installed, together with piping connections
as shown on the plans, two tanks, each having a capacity of 30 gallons.
The dimensions of the tanks shall be approximately 18 inches in diameter
by 2 feet 9 inches in height, plus or minus.
Each tank shall be equipped with a clear sight glass for inspecting
liquid level. The sight glass shall be equipped with a compression
fitting at either end so that the tube portion may be easily removed for
cleaning. The tanks shall have a top with a vapor tight closure to prevent
corrosion vapors from getting out in the enclosure.
Each tank shall be equipped with an outlet connection at the bottom, an
inlet at the top and a vent connection, all corresponding to the approxi-
mate layout as shown on the plans.
The tanks shall be fabricated of polyethelene, polyvinyl chloride, or
other plastic materials suitable for useful life, storing hydrofluor-
silicic acid at 22 to 30 percent concentration.
G. Chemical Metering Pump
There shall be furnished.and installed one hydrofluorsilicic acid metering
• pump having the following characteristics.
The pump shall be constructed to handle hydrofluorsilicic acid at 750 F.
• at a pressure of 125 psi.
' - The pump will be of the double mechanical diaphragm type with piston direct -
connected to the diaphragm. The entire mechanism will be totally enclosed
and running in a oil bath. No external lubrication will be required.
The gear reducer will be of industrial quality with a bronze wheel and a
steel worm, both with generated teeth. The high speed shaft will run in
' Timken roller bearings that are lubricated by a spray -catching feed tube.
The pump stroke length will be adjustable while the pump is running and
indicated on a dial on top of the pump. There will be a metal coupling
guard.
The pump shall be finished with epoxy enamel.
'• Materials shall be: Solution head, polyvinyl chloride. Valve caps,
polyvinyl chloride. Ball checks, Hastelloy C . Sleeves, polyvinyl
chloride. Diaphragm, viton. Valve seats, viton. Cushions, teflon.
' The pump shall be equal to Madden Metriflow diaphragm metering pump No.
' 17-19
I
M-0550, Simplex construction having a maximum capacity of 5 gallons
per hour into a maximum pressure of 300 psi. .
' Drive Motor: The metering pump shall be equipped with a 1/4 horsepower
ball -bearing, totally enclosed, fan cooled motor, 3 phase, 240 volt,
1,750 rpm, meeting the latest NEMA standards for severe chemical service.
Motor coupling and motor housing shall be constructed of noncorrosive
materials, or coated with inert coatings.
' Note: This motor is to be equipped with an electrical tachometer generator
to indicate revolutions per minute at two remote locations. See Subsec-
tion D -D, Electrical Section of these specifications.
It would be desirable, but not absolutely required, that the metering pump
manufacturer furnish the day tanks, piping, fittings, valves and connec-
tions for the metering pump installation as a made-up package for in-
stallation by the Contractor, thereby ensuring compatability of all com-
ponents handling and pumping concentrated'hydrofluorsilicic acid solution.
' Control. System: The control system is given in the Electrical Section
of these specifications.
H. Dilution Pump
There shall be furnished and installed one dilution water feed pump as
follows. The capacity of the pump shall be 80 gpm at 30 foot total
' dynamic head. It shall be an open impeller, and suction centrifugal
pump, equal to Goulds 3196 ST process pump, size 1-1/2 x 3-6.
Materials: The casing, impeller and sleeve shall be 316 stainless steel.
Shaft, 4140. Lubrication, oil. Base plate, cast iron. Seal, John Crane
9T-QF31M010M, double seal.
[l
I
C
E
Motor:
The
motor
shall be
1-1/2 horsepower, totally enclosed, fan
cooled,
S.F
1.15,
480 volt,
3 phase, 1,750 rpm, Baldor, Type C.P., or
equal.
The
pump
and motor
are to be designed for severe chemical service.
Run -Out, Balance and Installation: All rotating parts shall be accurately
machined and shall be on nearly as rotational balance at operating speed
as practical.
The pump shall be carefully set so that it is horizontal; the base shall
be grouted with non -shrink grout cement. The pump shall be securely
anchored to take the entire thrust of the pumping head. It shall be
the responsibility of the Contractor to see that all connections are
securely made so that there can be no movement.
After installation and at running speed, vibration of the motor -pump
combination shall be not greater than as set out in the Hydraulic
Institute Standards, 1969. Vibration shall be measured at the top
bearing height of the motor and shall not be greater than 3.5 mils peak
17-20
I
I
I
to peak at a frequency of 1,800 cycles per minute. After the pump is installed,.
vibration tests will be made by the Owner and Contractor. Any noted vibrations
above the specified maximum shall be corrected prior to any acceptance by the
Owner.
I. Support for Day Tanks
There shall be furnished and installed a steel platform supported by an
all -welded frame, the purpose of which is to suspend the day tanks on
three load cells. The load cells, which are part of a loss -of -weight
readout system, are specified under the Electrical Section of the
specifications.
This item shall not be fabricated until the supplier of all equipment
involved has submitted dimension data. At that time revised dimensions
will be supplied to the Contractor for final fabrication.
All items
of this
chemical support frame
are to be constructed
of 316
stainless
steel or
other inert materials.
All hardware, bolts,
fastenings,
and welds
shall be
of like material.
J. Water Transmission Line Taps
A total of three transmission line taps shall be made: two 4 inch
taps on the 36 inch transmission line to Fayetteville, and one 6 inch
pressure tap on the 24 inch transmission line to Springdale.
' Each of the 4 inch taps on the Fayetteville transmission line are to be
made while the line is dewatered. The Contractor shall coordinate this
work with the Beaver Manager so as to schedule the proper time for de -
watering the line. Weekend time will probably be required for this work.
The plans show the details for the taps, diffusers, manholes, etc., with
regard to this operation. Each of the 4 inch tapping collars shall be
pressure tested after installation before the actual tap is made.
After the collar seals have been pressure tested, the Contractor shall
schedule the dewatering with the Beaver Manager.
The two 4 inch diameter taps shall be made by the city of Springdale Water
Department.
U. The amount of water to be wasted by dewatering the 36 inch Fayetteville
transmission line is calculated to be approximately 900,000 gallons.
The Contractor shall pay for this water to the city of Fayetteville
Water Department at the rate of $0.53 per 1,000 gallons, in the amount
as used, calculated measure.
All valves and/or other controls shall be operated by Beaver Water Treat-
■ went personnel as authorized by the Beaver Manager.
The plans show the location of a 6 inch tap to be made under pressure on
' the existing 24 inch Springdale transmission line. A 24 inch by 6 inch
tapping saddle and a 6 inch tapping valve with box and cover shall be
furnished and installed.
17-21
I
1
The city of Springdale Water Department shall make this tap and the two
4 inch taps on the Fayetteville transmission line. For this the Contractor
shall be charged a flat fee of $700.00, plus any materials expended.
1 All excavating, shoring, backfilling and work or materials of any nature
other than the actual tap shall be the responsibility of the Contractor.
K. Fluoride Testing Equipment
There shall be furnished and installed fluoride testing equipment as
manufactured by Fisher Scientific Company, or equal. The equipment to
be furnished is described below, and is listed in Catalog 79, Fisher
Scientific Company.
Quantity Page No. Catalog No. Description
922 13-641-717✓ Orion Model 901 Microprocessor
Il
Ionalyzer
1 930 13-641-870' Orion Fluoride Electrode
' 1 928 13-641-898!' Single Junction Reference Electrode
4 930 13-641-873 TISAB, Total Ionic Strength
(1 gal. container) Adjustment Buffer
' 2 . 930 13-641-872 Fluoride PPM Standard, 100 ppm
(1 pt. container)
1 1122 14-511-1A ✓ Round Flexa-Mix Stirrer
1
II
I
11
I
I
H
17-22
HI
' 20. PAINTING
A. General.
The object of these specifications is to provide the material and workman-
ship necessary to produce a first class job. Painting shall be done at
' such times as the Contractor and Engineer may agree upon in order that dust -
free and neat work be obtained. All painting shall be done strictly in
accordance with the manufacturer's instructions, and shall be performed
t in a manner satisfactory to the Engineer. Curing compounds shall not be
used on concrete surfaces which are to be painted. Mil thickness given is
dry mils.
' B. Materials
Except as otherwise specified, the paints and the paint products Inertol,
' Inc., Tnemec, or Devoe, mentioned in the following specifications, are set
up as standards of quality. The usual "or equal" clause shall apply.
Products of other manufacturers comparable in quality and type to those
specified will be acceptable if said paints are offered by the Contractor
' with satisfactory data on past performance in waterworks and wastewater
plants, and with composition, directions for use, and other information given,
and if approved by the Engineer. Colors where not specified shall be as
' selected by the Engineer.
• Thinners: Where thinning is necessary, only the products of the manu-
' facturer furnishing the paint, and for the particular purpose, shall be
allowed.
Preparation of Surface: All surfaces are to be prepared in a workmanlike
manner with the object of obtaining a smooth, clean and dry surface free
from cracks, ridges, nail holes, etc. No painting shall be done before the
prepared surfaces are approved by the Engineer. Rust, dust and scale, as
t we'll as all other loose or foreign substances shall be removed from metal by
cleaning, wire brushing or chipping.
All concrete surfaces where specified or shown to be painted shall be cleaned
of all dust, form oil, curing compound or other foreign matter.
Concrete walls and ceilings require etching ofcconcrete surfaces before
painting. The Contractor shall use muriatic acid blended with water in
the ratio of 3 parts water to 1 part muriatic acid. This shall be applied
liberally, and when all action ceases, scrubbed clean with clean water and
let dry. A stronger concentration of acid shall be used if necessary to
produce the granular surface necessary for paint adhesion.
All exterior ferric metal to be painted shall be field sandblasted to white
metal prior to priming.
Particular attention is called to the fact that surfaces to be painted
shall not be blasted with oversize sand or grit. All blasting shall be done
at reasonable velocity, and surfaces shall be left smooth and clean.
All blasted surfaces shall be thoroughly cleaned of dust by wiping or air
'
' 17-23
I
I
I
I
Concrete or Hadite Blocks: There shall be applied, as necessary, 54-660
' Epoxy-Polyamide masonry filler, followed by two coats of Series 71 Endura
Shield.
' All Ferrous Metal, Inside and Out: After sand -blast cleaning, there shall
be applied one coat of Series 66 Epoxaline, 3.0 to 5.0 mil in thickness,
followed by two 1.5 mil finish coats of Series 71 Endura Shield Alphatic
polyurethane enamel. Colors are to be selected in the field by the Owner.
1
cleaning. All blasted surfaces must be painted immediately after cleaning,
and in no instance shall blasted surfaces be left unprimed overnight. When
using fine blasting grit around machinery, the work must be performed with
great caution to prevent grit from blowing into bearings and operating
machinery and thereby causing great damage.
C. Items to Be Painted
All ferrous metal not otherwise protected is to be painted. These items
include the following:
Tank exterior.
Steel walkways, ladders.
Hydrants above ground.
Metal doors, etc.
Concrete and masonry to be painted are: the ceiling and walls of the feed
building; touch-up work within the existing Fayetteville pump station; and
concrete sumps in the feed building and under the storage tank.
Factory Enameled or Painted Equipment: Motors, gear boxes, drive heads,
metal cabinets, electrical panel boxes, pumps and related items which are
normally painted at the factory with high grade paints or enamels shall
generally be installed in their original colors.
Concrete Sumps: Surface preparation shall consist of brush-off blast=
ing. No prime coat will be required. Painting shall consist of applica-
tion of one coat No. 46H413 Hi -Build Tnemec Tar, 14 to 20 mil dry film
thickness in accordance with the manufacturer's instructions.
Concrete Ceilings: Surface preparation shall consist of brush-off blasting,
followed by one coat of 4.0 to 6.0 mil thickness Series 66 Epoxaline.
The second coat shall consist of Series 71 Endura Shield, minimum 1.5 mil
in thickness. This shall be followed by a finish coat of 1.5 mils.
Colors to be selected.
I
I
I
17-24
U
I
I
I
U
I
n
I
L
U
I
I
1
1
I
Li
I
21. ELECTRICAL. This section of the Detailed Specifications should be read .
very carefully as there are materials included in the electrical specifications
which are to be furnished and installed by the Contractor and wired by the
electrical subcontractor.
A. Scope of the Work. The work to be done under this section includes the
furnishing and installing of all electrical 'and control equipment of
every kind and type except that specified elsewhere in these Detailed
Specifications to be furnished by equipment suppliers. Such equipment to
be furnished by other suppliers generally consists of operating motors,
alarms, and in some instances start and stop equipment located on or
adjacent to the motors.
The work includes installing and servicing electrical equipment furnished
by the suppliers, except that which is furnished as an integral part of
the operations and service equipment. It does include making all-
electrical'connections to such equipment.
The work includes all electrical and control work of every type to be
performed in the construction of the fluoridation facilities at the, water
treatment plant.
The work also includes the installation and connection of motors,
controls, alarms, and other devices furnished as part of the items of
equipment under the general plant contract.
The work is shown in schematic form on the electrical plans. The power
section of the plans is not generally subject to change. The control
wiring shown to various units is generally based on one manufacturer's
suggested procedure and can be subject to change if another manufacturer
is used. The electrician should work with the general Contractor to
obtain all the information necessary to do a complete job and to
familiarize himself with the requirement for a particular piece of
equipment.
B. Codes and Permits. The work shall be performed in accordance with the
National Electrical Safety Code, and all materials shall conform and be
in accordance with the National Electrical Code and applicable state
and local rules and regulations. The Contractor shall, at his own
expense, obtain all necessary permits, inspections and approval of proper
authorities in local jurisdiction of such work.
C. Relation to Other Work. The electrical work shall be done to conform to
the construction schedule and progress of other associated trades.
Electrical apparatus on all equipment furnished and set out by other
trades shall be connected, checked out, serviced, and placed in readiness
for proper operation to the satisfaction of the Owner and the Engineer,
all within the scope of the work intended under these specifications.
D. Materials and Workmanship. All materials shall be new and shall be
of the latest standard design of a manufacturer regularly engaged in
the manufacture of that type of equipment. Materials shall be in good
17-25
L
I
I
I
I
I
I
I
I
I
I
condition and shall be free from dents, scratches or other damage incurred
in shipment or installation.
All equipment shall comply with the National Electrical Code, Underwriters
Laboratories or other appropriate agency.
Installation shall be made in a neat and workmanlike manner, and all
materials shall be installed in accordance with the recommendations of
the various manufacturers.
Incidental materials required to complete the installation as intended
by these specifications shall be of the type and quality in keeping
with specified equipment.
E. Material Standards and Equipment Approval. Manufacturers' trade names or
catalog numbers used in these specifications and/or indicated on the
accompanying plans denote type, size, quality and design of equipment.
required and are not intended as closed specifications. All materials
used in this work are subject to the approval of the Engineer. Items of
electrical equipment manufactured by "Square D" or Cutler -Hammer will be
acceptable. All materials and equipment shall be submitted for approval
as provided for under Section 14 herein, and all pertinent information
when submitted, from catalog or equipment information sheets, shall be
clearly marked so that the material or equipment proposed. to be furnished
can be readily and completely identified.
Schematics and connection diagrams of all electrical equipment shall be
submitted for approval. Manufacturers' standard connections, where
clearly marked by black ink, will be acceptable.
F. Guarantee. The Contractor shall guarantee to the Owner all work performed
under this contract to be free from defects in workmanship and material
for a period of one year from date of final acceptance. Defects arising
during this period will be promptly remedied by the Contractor at his own
expense, upon notice by the Owner. All lamps for lighting fixtures shall
be excluded from this guarantee, but one complete and operative set of
lamps for lighting fixtures shall be in place at time of final acceptance.
G. Plans. The plans indicate the extent and general arrangement of the
various systems. If any departures from the plans are deemed necessary
by the Contractor, detailed drawings, descriptions of these departures
and a statement of the reasons therefor shall be submitted to the Engineer
for approval as soon as practicable. No departures from the arrangements
shown on the plans shall be made without the prior written approval of the
Engineer.
Where wire sizes, conduit and other items of construction are shown or
required for a complete installation, but are not adequately identified
as to size or material requirements, the materials furnished shall be in
accordance with "code" requirements as though shown in detail on the plans.
The plans showing the extent and arrangement of the work of this particular
trade must be used, together with the plans showing the extent and arrange-
ment of the work of other trades, and the Contractor shall lay out his work
17-26
I
I
I
I
I
U
H
I
I
with due considerationfor the other trades and shall be responsible for
calling to the attention of the Engineer any interferences encountered.
Such interferences shall be investigated and called to the attention of
the Engineer before any equipment is installed and before any materials
are fabricated. Relocation resulting from interferences shall be made at
no additional cost to the Owner. Also, there are items of electrical on
other sheets of the plans. •The electrical contractor is responsible for
all electrical work throughout these plans and specifications.
Note: In case
wire sizes
indicated on the
plans do
not
meet "code"
requirements as
to size,
wire of required
size shall
be
installed.
H. Tests After. Installation. Before final acceptance will be given by the
Owner, the Contractor shall make such insulation and load tests as to
assure the proper performance of each and every circuit. Instruments
for such tests shall be furnished by the Contractor.
All circuits, regardless of voltage class, will be checked with a D. C.
megger prior to energizing the first time.
Insulation tests shall include D. C. megger tests of all 600 volt feeder
circuits. Resistance values of 2 megohms or greater shall be required
for all circuits.
All branch circuits and feeders shall be tested under maximum and typical
load conditions, and the loadsshall be balanced on the phases of the
system.
' The Contractor shall submit to the Engineer in writing a statement that
all such tests have been made and all deficiencies corrected.
I
C
C
I
I
The Contractor shall, in the presence of the Engineer or his representative,
verify the results of any or all of the above tests. Before placing in
permanent service, all motors are to be checked to see if motors are
operating within nameplate current rating. All instances where nameplate
rating is exceeded shall be reported .to the Engineer so that reasons for
overload may be investigated.
I. As -Built Drawings. The electrical contractor shall furnish "As -Built"
drawings at the completion of the job. One complete set of electrical
prints will be furnished the general Contractor for this purpose in
indicating changes made in the actual installation. Changes made on the
As -Built drawings shall include the following:
1. Actual location -of all panels and equipment.
2. Revision of fixture schedule and other materials schedules
to indicate fixtures and materials actually installed.
These drawings shall be turned over by the general Contractor to the
Engineer for his approval at the completion of the job.
J. Setting of Equipment. All equipment shall be leveled and made plumb.
Junction boxes, equipment enclosures and raceways mounted on water or
I
17-27
L
L
L
L
L
C
L
L
1
1
I
I
I
I
earth -bearing walls shall be separated from walls not less than 1/4 inch
by corrosion -resistant spacers. All electrical conduits, raceways and
items of equipment shall be run or set parallel to walls, floors or
other items of construction.
K. Conduit. Except where otherwise noted, all wiringS shall be installed in
conduit. All conduit that is exposed (except conduit in the fluoride
feed building) or that is concealed in concrete slabs shall be galvanized
rigid conduit, Federal Specification WW -C-581. Electric metallic tubing
(for lighting circuits only) may be used in the suspended ceilings.
All conduit, couplings, elbows, etc., which form a part of the conduit
system shall be made of zinc -coated mild steel of quality and merit as
determined and approved by the Engineer. All conduit shall have a
continuous zinc coating throughout the entire interior and exterior
surfaces of the conduit regardless of diameter. The interior of the
conduit shall be perfectly smooth. All threads on conduit shall be
clean and sharp and shall be coated to conform with the remainder of
the conduit.
Conduit shall be run concealed where possible and shall be kept at least
6 inches from hot water pipes and flues. Conduits shall be installed in
a neat and workmanlike manner, whether concealed or exposed.
For exposed construction, conduits must be run parallel or perpendicular
to walls and ceilings with right angle turns consisting of symmetrical
bands or fittings. Bends and offsets shall be avoided where possible. A
run of conduit between outlet and fitting shall not contain more than the
equivalent of four quarter bends, including those immediately at outlet or
fitting. Bends in rigid conduit shall be made with a hickey or conduit
bending machine without reducing the internal diameter of the conduit or
without injury to protective coatings. The use of a pipe tee or vise
will not be permitted.
Schedule 40 PVC conduit shall be furnished and installed inside the fluoride
feed building. This conduit shall be Type 40, 90° C., U. L. rated. This
conduit shall be U. L. listed in conformity with Article 347 of the National
Electrical Code. All the conduit, fittings, elbows, and cement shall be
produced by the same manufacturer. The conduit and fittings must have a
tensile strength of 7,000 psi at 73° F., a flexural strength of 11,000 psi,
and a compressive strength of 8,600 psi. All joints shall be solvent
welded in accordance with the recommendations of the manufacturer to
assure a watertight joint.
The Contractor shall furnish and install PVC coated steel clamps with nylon
hardware inside the fluoride feed building so the entire conduit system
within the building is corrosion resistant.
The radius of the curve of the inner edge of the conduit shall not be less
than six times the inside diameter of the conduit. Conduit deformed or
crushed in any way shall not be installed and must be removed from the
buildings without delay. No conduit shall have an inside diameter of less
than 1/2 inch and sizes, unless shown or noted on plans, shall conform to
the requirements of the National Electrical Code. All empty conduits
shall have a No. 18 steel pull wire left in place.
I
17-28
Indenter type or set screw type couplings and connectors for electric
metallic tubing are prohibited. Only compression type are acceptable.
• Conduits shall be of best quality steel, smooth inside and out, and shall
' be galvanized or Sheradized. They shall be of Sherarduct, Triangle,
Walker or equal manufacture. Where conduits are laid below ground
known to be corrosive and where they pass through, or are laid in cinder
' concrete or plain cinder fill, they shall be thoroughly coated with two
coats of Koppers Bitumastic No. 50 waterproof paint, and shall have all
wrench marks carefully touched up after being made up.
' Threaded joints shall be made up with pipe dope, applied to male thread
only.
Except for the areas having suspended ceilings, throughout the entire
project conduit is to be installed on the surface of walls and ceilings.
All conduit in the areas with suspended ceilings shall be concealed in
twalls or above ceilings.
Wherever motors are to be serviced out in floor areas (except immediately
adjacent to walls) conduit shall be run in the concrete floors and shall
extend to near the motor head location. Connections to the motors will
be by flexible conduit as hereinafter specified. Where. large motors are
set out in floor spaces and no other impediment is involved, conduit may
be brought in straight runs from the ceiling overhead.
Exposed conduits shall generally be run parallel with or at right angles
Ito the building walls and shall be supported from walls or ceilings by.
means of approved galvanized iron straps or hangers attached to structural
members. Exposed conduits shall be installed to lie flat on surface, with
suitable bends and offsets, and shall be supported every 5 feet or less.
Perforated strap hangers are not acceptable; only malleable straps shall
be used.
' At couplings, conduit ends shall be threaded so that they meet in the
couplings. Right and left couplings shall not be used. Conduit
couplings of the Erickson type shall be used at locations requiring
' such joints.
All conduits shall be terminated in pull boxes, junction boxes, panel -
boards, etc. Myers Scru hubs, in lieu of locknuts and bushing, shall be
' used in all areas requiring NEMA 3R equipment.
Conduits shall be cut with a hacksaw; ends must be square, threads cut
' and cleaned before reaming. The ends of all conduit shall be reamed to
remove all rough edges and burrs. Conduits shall be securely fastened
to all outlet boxes with locknuts and bushings of approved make, care
being exercised to see that the full number of threads project through
Ito allow the bushing to butt up tight against the end of the conduit,
after which the locknut shall be screwed tight enough to draw the
bushing into firm contact with the box. Conduits shall be jointed by
' approved conduit couplings and shall have ends butted in all cases where
couplings are used. The use of running threads will not be permitted.
Where conduits cannot be jointed by standard threaded couplings, approved
t watertight conduit unions shall be used. All couplings and unions shall
be mechanically strong and shall make perfect electric ground between
conduits connected.
' 17-29
I
All conduits shall be secured in place and protected where necessary to
prevent damage to the work during construction. The ends of all conduit
' runs shall be plugged or capped to prevent entrance of foreign matter;
and, if necessary, conduits shall be blown and swabbed before installation
of wires. Exposed male threads on all conduits and fittings shall be
' adequately protected.
In general, the conduit installation shall follow the layout shown on the
plans. This layout is, however, diagrammatic only, -and where changes are
' necessary due to structural conditions, other apparatus or other causes,
such changes shall be made without additional cost to the Owner. Offsets
in conduits are not indicated and must be furnished as required.
I. II
Expansion fittings, O -Z Type AX, or equal, shall be provided on all
conduits where passing through expansion joints.
All exposed conduits, boxes and fittings (minus devices, plates and
fixtures) shall be installed prior to painting of the interior of the
building, so that all exposed work may receive a finish coat of paint
Ito match surrounding surfaces.
All flexible conduit shall be liquid -tight as manufactured by American
Brass Company "Seal-Tite" Type UA or.EF, or equal. A spiral encased
copper bonding conductor shall be included in all 1-1/4 inch and larger
sizes.
' All junction boxes are to be fabricated from 12 gauge galvanized steel.
All of the seams are to be continuously welded with no holes or knockouts.
The boxes are to be hot -dipped galvanized after fabrication. The box
covers are to be made from 10 gauge galvanized steel. Captivated stain-
less steel cover screws shall be threaded into sealed wells to keep
liquids from leaking into the box through the screw holes. The boxes
' shall be furnished complete with a neoprene gasket that is attached to
the cover with oil -resistant adhesive. All junction boxes shall be
"Hoffman" Bulletin A-93 or -approved equal.
I. Metal junction boxes used for minor branch circuits not shown on the
plans but required for convenience shall be set in sidewalk areas, if
possible. The boxes shall be of such depth that all connections shall
' be at least 12 inches below the top. The top of the boxes shall be set
at finished "grade" level. Where such boxes are not in paved sidewalk
or driveway areas, they shall have a concrete "collar" poured around
them at least 2 feet wide on all sides, with outward slopes to drain
'surface water from the boxes.
Underground conduits and duct banks shall.have 18 inches minimum earth
cover unless otherwise permitted by the plans or specifications. This
minimum earth cover shall be 24 inches under areas of vehicular travel.
Concrete junction boxes with metal covers are shown throughout the yard
' area. These boxes serve as protection and support for the junction boxes
previously described. Details of the concrete junction boxes are shown
on the plans. 3
' 17-30
L. Wiring. A complete wiring system shall be installed as shown on the
plans.
q
I.
No wires shall ,be pulled in'until the raceway system is complete. No
grease, oil, or lubricant other than powdered soapstone or Ideal wire
ease shall be used to facilitate the pulling of wires.
Specific gauge sizes.refer.to American Wire Gauge.
Joints that may become necessary in circuit work at the outlets shall be
made with approved compression connectors, Scotch Loc, or equal. At each
fixture outlet; a loop or.end of wire not less than 8 inches long shall
be left for connection to fixtures. All wire in blanked -up outlets shall
I. have the ends taped.
Wire shall be color coded Type THHN. Circuit wire and feeders shall be
color coded to indicate the various phases of neutral, and colors in the
raceways shall be continuous for any circuit throughout its length.
All plastic covered wire for use on secondary circuits shall have a
' voltage rating of 600 volts and shall conform to the current ASTM standards
for the particular type of service for which it is used.
' On power and lighting circuits, no wire smaller than No. 12 shall be used.
Control wire shall be color coded Type TW 14 gauge or larger. Fourteen (14)
gauge wire can only be used inside panels. All wire is to be copper; no
aluminum wire will be approved.
IM. Outlets and Fittings. Concealed conduit systems shall have flush mounted
switch and convenience outlets. Exposed conduit systems shall have
surface mounted switch and convenience outlets.
Boxes and fittings in exposed conduit systems shall be cadmium finished
' threaded malleable iron, Appleton Type FS, or equal. For systems encased
in poured concrete, the same type of boxes shall'be used. Boxes and
fittings in concealed systems, other than in concrete, shall be galvanized
' steel.
Device plates, except in office areas, shall be Hubbell No. 52 CM 21
weatherproof cover for convenience outlets for use with No. 52.CM 62
' outlets, or equal.
Wall switches on lighting and small mechanical unit devices shall be
20 amperes, 120/240 volts A.C., Hubbell No. 9805, 9933, or equal. Wall
switches shall be mounted 4 feet 6 inches above the floor.
Receptacles shall be standard 120 volt circuit convenience outlets;
duplex, three -wire, polarized, grounding type rated, 20 amperes, 125 volts,
Hubbell No. 5362.
IN. Grounding. All equipment and electrical systems shall be grounded in
compliance with the National Electrical Code and as hereinafter set out.
All 480 volt circuits shall include an insulated grounding conductor of
' the same size as the power conductor on all circuits up to and including
17-31
H
I
I
I
C
I
I
I
I
[1
I
I
I
[1
I
H
I
20 ampere circuits. On circuits over 20 amperes, the size of the grounding
conductor shall: be in accordance with Table 250-94 and 250-95 of the
National Electrical Code. This grounding conductor shall'be connected
to the motor frame and to the system neutral. Grounds to equipment shall
be made with lugs or clamps. Lighting fixtures and -all boxes shall also
be grounded through the wire ground system connected to the system neutral.
The -shield on the instrumentation cable'should:be.grounded on one end only
to prevent ground loops. Therefore, the Contractor shall ground a shield
on all shielded cables in the appropriate control panels inside the
Fayetteville pump station control room..
0. Operation Voltages. Unless specifically shown otherwise on the plans or
provided for in these specifications, all new equipment shall be designed
for voltages as follows:
.1. All motors of every type 1/2 horsepower and larger: 480 volt,
three-phase, 60 Hertz. (A few exceptions are provided.)
2. All starter holding coils of every type: 120 volt.
3. All lighting circuits: 120 volt.
4. All control circuits, except specific units requiring
reduced voltage: 120 volt.
5. Motors less than 1/2 horsepower, unless otherwise specifi-
cally provided: 120 Volt.
P. Mechanical Equipment Connections. The electrical contractor shall provide
power for the mechanical contractor's electrical equipment. The electrical
contractor shall install all power wiring, making final connection to the
equipment, and shall install all control wiring and -electrical controls in
compliance with the manufacturer's specifications.
The mechanical contractor will furnish the electrical contractor with
adequate wiring diagrams for complete installation of the required
electrical work, and the mechanical contractor shall supervise the
electrical contractor in all such connections, and shall verify the
correctness of the installation before the system is energized.
The electrical contractor shall furnish and install safety switches for
motor disconnect means where indicated on the plans or where required by
the National Electrical Code. Safety switches shall be Square "D" heavy
duty safety switches in NEMA 3R enclosures, or Cutler -Hammer equal.
Relays. Relays shall be heavy duty, of premium quality and shall have
a 10 ampere rating at 0-600 volts, 60 hertz.
The number of normally open and normal
shown on the plans. Contacts shall be
surfaces of. beryllium copper or silver
the complete magnetic assembly and all
surfaces shall be hardened.
Ly closed contacts shall be as
resilient type with contact
alloy. Contacts, contact guides,
other steel parts with wearing
S
17-32
I
' All relays that are not an integral part of a control center shall be
provided with NEMA Type 1 enclosures, constructed of heavy gauge sheet
steel, finished with baked aluminum enamel inside and baked standard gray
enamel outside. Enclosures shall be designed for surface or flush
mounting as indicated. Relays shall be electrically or mechanically
held as indicated. Electrically held relays shall be Square D Company
Type L0,.Class 8501.. Mechanically held relays shall be, Square D Company
' Type LO -LL, Class 8501. Time delay relays shall be Square D Company
Type LO -LT, Class 8501. Equivalent units as manufactured by Cutler -
Hammer will be approved.
R. Contactors.. Contactors shall be designed for operation at 0-600 volts,
60 Hertz, with -current ratings as indicated on the plans. Contactors
shall be of three -pole construction, unless otherwise indicated, with
' double -break silver alloy contacts. Contacts shall close with a wiping
action. All parts of the contactors shall be front mounted.
I. Enclosures shall be provided in all cases, except where contactors are
to be mounted in the same cabinet with other equipment. In these
instances, open type contactors shall be provided. Enclosures shall
be NEMA Type I, constructed of sheet steel and finished with baked
enamel inside. Enclosures shall be designed for surface or flush
mounting as indicated.
' .Electrically held contactors shall be provided with shading coils embedded
in the magnet frame to reduce alternating current hum to a minimum.
Mechanically held contactors shall be provided with coil clearing contacts
I. where indicated.
-S. Motor Controls. Although electrical details.for operating the various
motors are shown on the plans, control items which are to be furnished
' as part.of the control panel are called out in this section of these
specifications.
' Pump A - Dilution Pump. The motor and pump are located in the fluoride
feed building. The control is to be automatic or manual. A hand -off -
automatic switch and a green run light shall be installed in the door of
' the control panel. A NEMA 1 Size 0 combination starter as shown on the
plans shall be furnished and installed in the control panel. The
Contractor shall furnish a padlock for this motor so that it can be
locked into the off position for maintenance. The Contractor shall
' furnish and install an auxiliary contact to kill the chemical feed pump
if the dilution pump motor should stop running. For more information
about the starter, see list of components in Subsection T.
' The Contractor shall also wire the three-way solenoid valve, the flow
switch, and a time delay relay as, shown schematically on the plans.
' Pump B - Fluoride Feed Pump. The motor and pump are located in the
fluoride feed building. The control is to be automatic or manual. This
motor'is to be three phase 240 VAC. The voltage and automatic speed
' control will be accomplished with an alternating current, variable
speed control unit. The variable speed control unit shall be a
Parametrics Parajust "A" designed for 1 horsepower with a Parametrics
' Isolated Signal Interface (ISI). Both units shall be th'e chassis type,
which will be mounted inside the fluoride feed system control panel.
ii
17-33
' The feed pump shall operate as follows:
' Automatic.. In the automatic position, the motor speed shall vary in
direct proportion to the flow of water through the Fayetteville high
service pipe line. The ISI shall be wired to accept a 4-20 milliampere
process signal from a differential pressure flow transmitter which will
be specified later in these specifications. The ISI output shall be
conditioned and connected to the variable speed control unit as shown
on the plans.
Manual. In the manual position, the motor speed shall be continuously
adjustable from 0 to maximum motor speed with a ten turn 5,000 ohm
potentiometer provided with a three digit counter -dial.
The Contractor shall furnish and install a hand -off -automatic switch, a
green run light, and the speed adjustment potentiometer on the door of the
control panel.
T. Fluoride Feed System Control Panel. All of.the components listed in this
section of the specifications shall be installed and wired in a "Hoffman"
enclosure (Item No. 15 in the following list) as shown on the plans. The
following item numbers correspond to the item numbers listed on the plans
to represent the placement of the components within the cabinet.
Item No. 1. Control Voltage Transformer - 2 KVA, 480 to 240 V,
single phase, Square "D" Catalog No. EO-91 (1 required).
Item No. 2. Control Voltage Transformer - 3 KVA, 480 to 120 V,
single phase, Square "D" Catalog No. EO-10 (1 required).
Item No. 3. Fusible Terminal Block - Square "D" Class 9080,
Type PF-1 with fuses as shown on the plans (5 required).
• Item No. 4. A.C. Motor Speed Control - Parametrics chassis type
• Parajust "A," 1 horsepower, Catalog No. 701003 (l.required).
• (Detailed. Specifications Subsection V)
' Item No. 5. Isolated Signal Interface - Parametrics chassis
type Catalog No. 680121 (1 required). (Detailed Specifications
t Subsection V)
Item No. 6. Thermal Overload Relay - Square "D" Class 9065,
Type SEO-6B2 with 3 overloads as required (1 required).
' Item No. 7. Fusible Combination Starter - NEMA Size 0, NEMA 1
enclosure, Square "D" Class 8538, Type SBG-13 with fuses and
overloads as required (1 required).
Item No..8. D.C. Power Supply - Adjustable 14-22 VDC at
1.2 amperes with ±.005% regulation, Sorensen Catalog
No. QSA 18-1.1 (1 required).
17-34
I
I
C
I
Item No. 9. Disconnect - 30A, 600 V, 3 phase, Square "D"-
Class 9422, Type RC -3, with three (3) 20-A fuses, for main dis-
connect for control panel (1 required).
Item No. 10. Panel Meter - R. T. Engineering Services, Inc.,
Model DPM-31, D.C. signal range 50 millivolts to 500 volts,
,programmable with scaling potentiometer for engineering units
calibration (3 required).
Item No.
11. Nameplates
- Black with
white letters, laminated
plastic
(number as shown
in Subsection
AA).
I
I
C
H
1
1
I
I
I
I
Item No. 12. Manual Speed Control - Ten turn 5,000 ohm
potentiometer with three digit counter control, Parametrics
Catalog No. 900463.
Item No. 13. Hand -Off -Automatic Switch - Square "D" Class 9001,
3 position B-25 operator with KA contact blocks and Type KN-760
HOA legend plates (number as shown on plans).
Item No. 14. Square "D" Class 9001 Type KP-38G6 with green
glass lens and 120 volt lamps (2 required).
Item No. 15. Enclosure - Hoffman Catalog No. A-6053716LP with
Catalog No. A -60P36 interior panel (1 required).
Item No. 16. Floor Stand - Hoffman Floor Stand Kits, Catalog
No. A-FK0608 (4 required).
Item No. 17. A.C. Voltage Regulator - Sola A.C. voltage regulator,
120 volt, t3%, 60 Hertz, 2000 VA, Mfgr. Type No. 63-13-220.
Item No. 18. 3 Pole 15A Breaker - Square "D" Catalog No. FAL34015.
The Contractor shall furnish and install the fluoride feed system control
panel shop wired with all of the above components wired to terminal blocks
as shown schematically on the plans. The electrical subcontractor shall
then make all field connections between the panel and the components
which are external to the panel.
U. Flow Transmitter. The Contractor shall furnish and install one solid
state differential pressure transmitter, as shown, in the existing
Fayetteville meter vault.
The transmitter shall have a rated accuracy of ±0.25% of calibrated span.
The range shall be 0-150 inches of water and shall have a 4-20 milliampere
output that is directly proportional to the flow through the Venturi. The
flow Venturi that the transmitter will be connected to produces 123.7 inches
of water differential at a flow of 17,000 gallons per minute. The span of
the transmitter output shall be adjustable over a 5:1 range from 20% to
100% of maximum range. The effects of temperature change shall be less
than ±1% of, maximum range. The reproducibility of the instrument shall
be ±0.25% of maximum range. The materials of construction shall be
316 stainless steel on all wetted surfaces and flanges.
1
17-35
The unit shall be solid state, shall be a two wire signal transmitter,
shall be field reparable, and shall have built-in lightning protection,
reverse polarity protection and EMI and RFI suppression. The unit shall
have a built-in meter indicating 0-100% of calibrated full scale.
' The unit shall be furnished complete with wall mount bracket assembly,
end flange adapter assembly and two three-way valve manifold assemblies.
The unit shall be Bourns Model 5020DP, Catalog No. 206-0-0-2-12-3-6.
This catalog number can be broken down into the following descriptions:
• 206 - Type
• 0 - 2000 psi Static Line Pressure
0 - Standard Construction
2 - Range of 0-150 inches of water
12 - Cell Materials with 316 SST wetted surfaces and flanges
3-r4-20 MADC Electronics
6 - Transient Protection and 0-100 Indicating Meter, linear scale
V. A.C. Motor Speed Control. The Contractor shall furnish and install in the
control panel an A.C. Motor Speed Control Unit as shown on the plans. The
unit shall be an all solid state electronic motor control which will operate
a three phase A.C. motor as a variable -speed motor from a single phase
power source. The unit shall accept 240 VAC, 60 Hertz, single phase power
and produce a variable frequency of 0-60 Hertz and a variable voltage of
_ 0-240 VAC three phase on the output.
' The unit shall be equipped with the following internal adjustments and
features:
' 1. Separate adjustments for acceleration and deceleration.
2. Voltage boost for starting torque adjustment.
3. Electronic shear pin adjustable trip point.
4. Indicating Lights - Power on and shear pin.
5. Speed Signal - 0-10 V input for process speed control.
6. Ten -Turn Potentiometer with 0-999 readout.
7. Isolated Signal Interface chassis for process signal conditioning.
Shall accept 4-20 ma signal with an output voltage to follow from
0-10 V.D.C.
The unit shall be a Parametrics Parajust "A" chassis type, No. 701003,
with a chassis type isolated signal interface No. 680121 with all of the
features listed above and on the plans.
17-36
' W. Fluoride Vessel Weight System. The Contractor shall furnish and install
a vessel weighing system as hereinafter specified.
' The Contractor shall furnish and install three 500 -pound tension type
bonded strain gauge load cells. Each unit is to be hermetically sealed
and furnished complete with ten feet of factory installed lead cable.
The three cells shall have a full scale capacity of 1,500 pounds. The
load cells shall be complete with stainless steel mounting assemblies and
a NEMA 4 PVC junction box for the consolidation of the individual load
cell outputs for transmission from the weighbridge area to the instrumen-
tation. The load cell bodies shall be constructed of stainless steel.
The instrumentation shall include one force computer, microprocessor based,
which utilizes all solid state plug-in modules for all logic and program-
ming functions. The capacity of the instrument is to be 1,500 pounds in
.05 pound increments. The instrument is to have a display to indicate
the weight. It shall also have the following operating controls and
features:
Ii. System ON/OFF power switch.
2. Automatic zero adjustment pushbutton.
' 3. Print on demand pushbutton.
4. Automatic system reset function on power restoration.
5. A pair of field terminals wired into the printer for automatic
print capability with a user -furnished Form "A" dry contact.
6.. A selector switch for operation verification of each individual
load cell.
' 7. Calibration checkpoints to insure linearity and accuracy of
the system.
8. A tape type printer with a date/time feature with capability
of printing .01 pound increments.
9. Power supply for excitation voltage for the load cells.
The accuracy of,the unit shall be +0.01% full scale or +0.1% of applied
load, whichever is greater. Applied load refers to the live load that is
'• on the weighbridge. The sensitivity-ofthe system is to be 0.01 pound
increments. The repeatibility of the system is to be +0.03% of the reading
or +0.005% of full scale, whichever is greater. The system shall have the
' capability of taring from 0 to 100% of full scale weight. The unit shall
be equipped with dual signal reference points continuously monitored to
provide automatic span corrections. The system response time with a load
change from 0 to full shale shall be .50 milliseconds with internally
' located switches to field set desired response time.
The Contractor shall furnish the Owner with two sets of operation and
maintenance manuals; four sets of drawings for approval by the Engineer
prior to construction, and four sets of the system electrical interconnect
schematics.
17-37
H
The equipment manufacturer shall have the cabinets and enclosures
completely prewired and tested for conformance to operating procedure -
prior to shipment. The Contractor shall be responsible for furnishing
and installing the interconnecting wiring.
The Contractor shall provide one day of start-up time so that the
weighing system can be fully checked out by an authorized manufacturer's
service representative.
The above described equipment shall be housed in a NEMA 12 enclosure
' measuring approximately 20"H x 16"W x 10"D. The unit shall be designed
to operate from an A.C. power source regulated to 120 V.A.C. ±3%. The
unit shall be designed to operate over a.temperature range of from 0°.
• ' to 1200 F.
The weighing system shall be a Model 1011 as manufactured by the Orbitran
Division of Data Card Corporation of Lakeside, California.
X. Shielded Instrument Cable. The Contractor shall furnish and install
shielded instrument cable between the load cells and the weighing system
instrumentation, between the flow transmitter and the control panel,
between the variable motor control and the signal interface, between
the tachometer and the control panel, and between the tachometer and the
console in the main operations building.
All of this instrumentation cable shall be installed in conduit as shown
on the plans. However, the cable to bring the tachometer signal from the
t chemical feed motor to the console in the main operations building is to
be pulled into an existing conduit. Conduit and cable will have to be
furnished and installed between the Fayetteville pump station and the
Rogers -Bentonville pump station as shown on the plans.
All of the shielded cable shall be Belden or equal. The instrument cables
shall be as follows:
Flow Transmitter to Control Panel - 2 Pairs, No. 22 AWG, Belden No. 8723
Load Cells to Weighing System ----- 6 Pairs, No. 22 AWG, Belden No. 8778
Tachometer to Control Panel --- -- 3 Pairs, No. 18 AWG, Belden No.,9773
Tachometer to Main Console --------3 Pairs, No. 18 AWG, Belden No. 9773
Y. There is no Section Y.
1
' Z. Unit Heating. The Contractor shall furnish and install a wall mounted
unit heater as shown on the plans and as specified. The unit heater is
to be as manufactured by Nelco or Chromalox. The unit heater shall have
a built-in contactor with automatic thermal cutout, built-in control
17-38
I
transformer for 24 VAC control voltage, and fintube type heating elements.
The fan motor shall be totally enclosed with sleeve or ball bearings. The
unit shall be prewired. The electrical contractor shall wire the heater
I. as shown on the plans.
The heater that is to be installed in the fluoride feed building is to be
a 5 KW, 480 volt, 3 phase, Nelco Catalog No. UP4835 or equal.
IAA. Nameplates and Labeling. All disconnect switches, starters, cabinets, and
major circuits shall be identified by placing on the cover of the component
' .or adjacent to the component a uniformly -sized laminated plastic nameplate.
The lettering is, to be white on a black background. The Contractor shall
furnish and install the following nameplates:
I1. FLUORIDE FEED SYSTEM CONTROL PANEL
2. FLOW RATE X1000 GPM
' 3. MOTOR RPM X100 (2 required - one on panel and one on main
console)
' 4. DILUTION PUMP
5. FLUORIDE FEED PUMP
•6. MANUAL SPEED CONTROL
7. BRANCH DISCONNECT FLUORIDE CONTROL PANEL
8. MAIN DISCONNECT FLUORIDE CONTROL PANEL
BB. Solenoid Valve. The Contractor shall furnish and install an ASCO
Bulletin 8360 plastic, 3 -way, universal, 120 VAC solenoid valve. The
solenoid is to be installed on the feed pump discharge line and is to be
' piped in such a way that when the solenoid is off the feed pump discharge
is released into the tanks on the scale platform. The solenoid is to
operate in conjunction with the recirculation pump as shown schematically
on the plans. The solenoid shall be rated for 200 psi service.
CC. Flow Meter - Dilution Line. The Contractor shall furnish and install a
flow meter in the dilution line within the fluoride feed building. The
flow, meter shall be a 1-1/2 inch Universal Flow Monitor with a readout
from 0 to 80 gpm. The body and all wetted parts of the flow meter are to
be made of 316 stainless steel. The unit is to be provided with "Viton"
seals and is also to be provided with one single pole, double throw
switch which is to be wired into the dilution pump starter as shown on
the plans.
' The flow meter is to be as manufactured by Universal Flow Monitors of
Hazel Park, Michigan, and is to be equal to their Model MNIIF80G-12-32
V1.0 -1-R. The flow through this meter will be from left to right from
the observer's viewpoint.
1 17-39
[J
DD. Tachometer -Generator. The Contractor shall furnish and install a
tachometer on the fluoride feed pump motor. The tachometer -generator
shall be mounted on a suitable bracket so that the unit can be directly
coupled to the motor shaft. The tachometer -generator shall be Reliance
Electric Catalog No. 63002-R with a suitable mounting bracket. The unit
shall have an output proportional to the shaft speed at 5 volts A.C. per
1000 RPM.
The output of the tachometer shall be wired into the indicators in the
fluoride feed system control panel and the main console in the operations
building. The indicators and connecting cable are specified in Sub-
sections T and X respectively.
17-404
HI
' 22. METHODS OF MEASUREMENT AND PAYMENT. Methods of measurement and payment,
as set out in the General Specifications covering the various items of work,
are clarified and superseded as set out herein. Wherever they are not
' clarified or specified herein, methods as provided in the General Specifications,
or the applicable sections of these Detailed Specifications, shall prevail.
' Certain items of the work are subject to grant assistance from.the Arkansas
Department of Health. It is therefore desirable to group the noneligible items
= under the Proposal so that costs for these items will be available to the
granting agency.
' *Item No. 1 - SB-2 Base Material, Compacted in Place, for Pavements
' This item includes the furnishing and compacting to finish grade the base
rock material under pavement for this project.
Payment shall be in accordance with the price bid per ton of material
actually furnished under certified ticket weights at the unit price bid
per ton under Item No. 1 of the Proposal.
*Item No. 2 - Asphaltic Concrete Surfacing in Place
This item includes the furnishing, laying and constructing, and repair,
' complete in place, of the hot -mix hot -laid surfacing for the parking and
loading areas shown on the plans. It includes furnishing and laying of the
prime coat (approximately 0.25 gallons per square yard), and the asphaltic
' concrete surfacing. The asphaltic concrete shall be measured by the ton
on certified ticket weights. Payment shall be in accordance with the unit
price bid per ton under Item No. 2 of the Proposal.
*Item No. 3 - Fluoride Feed Building
The plans show details of a 170 square foot building used to house the
fluoride metering and pumping equipment. This item includes all excavation,
concrete and reinforcing steel, masonry, doors and hardware, heating and
lighting installation, and SB-2 base material, complete. The item does not
include pumps, piping, controls, or operational equipment of any nature.
Payment shall be in accordance with the lump sum price bid under Item No. 3
of the Proposal.
I. Item No. 4 - SB-2 Base Material for Bedding and Repair of Trenches under Existing
Pavements
Payment for base material for bidding and repair of trenches under existing
pavements shall be in accordance with the price bid per ton of material
actually furnished under certified ticket weights at the unit price bid
per ton under Item No. 4 of the Proposal.
Item No. 5 - Class A Concrete
Class A concrete shall include all concrete required by the plans,
except Class B concrete used for pipe encasement or backup, manholes, or
* Noneligible items.
17-41
in the construction of the fluoride feed building, which is covered by
Item No. 3 of the Proposal.
The work includes preparation of forms, paving, installation of expansion
joints, water stops, anchors, sleeves, finishing of floors, or rubbing of
surfaces as required, and the special preparation preparatory to painting.
Concrete will be calculated on plan dimensions wherever these are available.
Concrete otherwise will be based on delivery tickets signed and approved by
the inspector. Payment will be made in accordance with the unit price bid
per cubic yard under Item No. 5 of the Proposal.
Item No. 6 - Reinforcing Steel
Reinforcing steel used in Class A concrete shall be paid for at the unit,
price bid per pound under Item 6 of the Proposal. The work includes the
tying, placing, installation of chairs or other support as required. How-
ever, payment shall be made on the basis of reinforcing steel actually
installed (exceptthat installed in the fluoride feed building, which is
covered by Item No. 3 of the Proposal).
Item No. 7 - Topsoil for Plant Yard Repair
I. Topsoil used in surfacing and repairing a seed bed for disturbed areas
shall be furnished, spread and raked to finish grade within the pay limits
shown on the plans. Areas disturbed outside the pay, limits shall be
I. repaired in like manner at the Contractor's expense.
Payment shall be by the cubic yard of topsoil furnished, struck bed
measure, in accordance with the price bid per cubic yard under Item No. 7
of the Proposal.
Item No. 8 - Fertilizing and Sprigging Bermuda Grass
This item includes the fertilizing, sprigging, rolling, watering and mow-
ing required for a good stand of Bermuda grass, at the location shown on
the plans. Payment shall be in accordance with the areas actually
'' installed and at the price bid per square yard under Item No. 8 of the
Proposal.
Item No. 9 - Fluoridation Storage, and Feed Equipment
This work includes the furnishing and installation of water lines, chemical
lines, manholes, storage tanks, unloading compressor, metering and feed
' pumps, scales, electrical controls, monitoring and testing equipment, and
every item of work above and below ground not included in the previous
• items of the Proposal. Payment shall be in accordance with the lump sum
price bid under Item No. 9 of the Proposal.
1 17-42