Loading...
HomeMy WebLinkAbout117-80 RESOLUTION• • RESOLUTION NO. 1/740 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH BENNETT CONSTRUCTION COMPANY FOR CONSTRUCTION OF FLUORIDE STORAGE AND FEEDING EQUIPMENT TO SERVE THE CITY OF FAYETTEVILLE, AND APPROVING A BUDGET ADJUSTMENT TO FINANCE THE COST OF SAID CONSTRUCTION. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Bennett Construction Company at a total contract price of $138,000.00 for construction of fluoride storage and feeding equipment to serve the City of Fayetteville. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A" and made a part hereof. Section 2. That the Water and Sewer budget is hereby adjusted by adding $58,623.00 to "other revenues" and by adding $33,000.00 to "water supply and treatment - account no. 80-000". 1980. • PASSED AND APPROVED this day of am/in/le/Li riy ATTEST:: i[rremns .. CIT_Y GLERK 5:4p,... ---.,4� 57 • State of Arkanszs City of Fayetteville MICROFILMED SS I, Bonnie Goering, City Clerk and Ex -Officio .recorder for the City of Fayetteville, do here - 'by certify that the annexed or foregding'is o ;record in my office antl the sane ap- PearP jY 0z8inance r& 112esa1ution bekiir _ at mage WiYnees`s i"n3; 444 4d Coal tic; X na* at ; �7-H-L-• Zi 17 adie30-3 City Cleric and Et -O- f i6i& keVaigeF • State of Arkansas ) County of Benton ) CONTRACT THIS AGREEMENT, made and entered into this 1981, by and between Beaver Water District ville, Arkansas, Parties of the First Part • • to tt.. day of �n1 iH2 , Lowell, Arkansas, and the4ity of Fayett4 , hereinafter called the Owner, and Bennett Construction Co., Inc. of the city of Kansas City, Missouri hereinafter called the Contractor, , Party of the Second Part, WITNESSETH: Whereas, the Owner has called for bids for the construction of Fluoride Feed Equipment to Serve the City of Fayetteville, Arkansas, as set out in the plans and specifications, and WHEREAS, pursuant to the call for bids under Contractor is the lowest and best bidder for Equipment to Serve the City of Fayetteville, said plans and specifications, the the construction of said Fluoride Feed Arkansas, NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the construction of: Fluoride Feed Equipment to Serve the City of Fayetteville, Arkansas, to be constructed on lands adjacent to the Beaver Water Plant near Lowell, Arkansas, including all work for a complete installation as set out in plans and specifications No. BWD-8, for the unit and lump sum prices bid in the Proposal, all of which become and are a part of this contract, the total sum being One Hundred Thirty -Eight Thousand and no/100 dollars ($ 138,000.00 ), 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 -114 • 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 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. 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 in fixing 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. 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 • 1 • 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. 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 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. R. L. Hence ' Secretary Attest rStcretary,)Board of Directors Attest aA City Clerk, City of Fayetteville, Ark. Bennett Construction Comm, Inc. Contractor By �f772/: W. W. Bennett President BEAVER WATER DISTRICT President, Board .f Directors CITY O FAYETTEVILLE, ARKANSAS 9 Mayo/, City of Fayetteville, Arkansas 6-3 �� zp CONTRACT FAYETTEVILLE SPECIF::ICAT:�O.,NS .":''FLUORIDE FEED EQUIPMENT TO-SERVE,.,�. r ' <k THE CITY OF FAYETTEVILLE, ARKANSAS AND BEAVER WATER DISTRICT,,LOWELL, ARKANSAS :. .. Arkansas :State Fluoridation Project Grant'No. H1O/CCH600216-01 Plans No. BWD-8. Dated June, 1980 P: MCGOODWIN, WILLIAMS AND YATES, INC. CONSULTING ENGINEERS FAYETTEVILLE, ARKANSAS - RESOLUTION NO. A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH BENNETT CONSTRUCTION COMPANY FOR CONSTRUCTION OF FLUORIDE STORAGE AND FEEDING EQUIPMENT TO SERVE THE CITY OF FAYETTEVILLE, AND APPROVING A BUDGET ADJUSTMENT TO FINANCE THE COST OF SAID CONSTRUCTION. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Bennett Construction Company at a total contract price of $138,000.00 for construction of fluoride storage and feeding equipment to serve the City of Fayetteville. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A" and made a part hereof. Section 2. That the Water and Sewer budget is hereby adjusted by adding $58,623.00 to "other revenues" and by adding $33,000.00 to "water supply and treatment - account no. 80-000". PASSED AND APPROVED this %.! day of 1980. ATTEST: CITY CLERK V APPRO D: i� IU MAYO R , Y 11:1::.1 i.LCi ;tCi iD: r 19� L__ INSURANCE Type Workmen's Compensation General Liability Auto Liability Owner's/Engineer's Liability Installation Floater Expiration Date 7-1-81 7-1-81 7-1-81 6-15-81 2-15-81 Renewed To NAME AND ADDRESS OF AGENCY�� Lockton Insurance Agency P.O. Box 8418 Prairie Village, KS 66208 NAME AND MAILING ADDRESS OF INSURED Bennett Construction Co jn'City of Fayetteville, Arkansas and Beaver [dater District, Lowell, Arkansas 3252 Roanoke Road Type and Location of Property P — R 0 P E R T Y Binder No. i�r;� b� & r rr; 2053 COMPANY . t } -� Federal Insurance Company Effective 12:01 a m December 15 680 Expires Tres fR 12:01 am ❑ NOW Feb. 15 . 19811 ❑ This binder is issued to extend coverage in the above company per expiring policy r (-cept as Description of Operation/vehicles/Property ea bemwi Coverage/Perils/Forms ­- ca --I— of Insurance I Ded. y L PO ':1 2,_ ❑ Srh,,; _ B �� r �rauans Prcperty . ❑ Products/Completed Operations Damage $ $ L ❑ Contractual - I �tl�er -pecif below) Bodily Injury & T y Property Damage Ace ne i Combined $ ❑ A ❑ B ❑ C Personal Injury $ A Limits of Liabilit T ;; - Bodily Injury (Each Person) $ I Bodily Injury Each Accident) $ 0 tic 0 - Jpeity Carnage $ 1 ❑ No F .:it L c,ai; Inlwy �. [: r rcw, rty Darnage ❑ Other (.spec,fo E Crur.b,nec; $ I _ ❑ 1'.'UP,!L 2� a,:'s t r�:;) ?S LIABILITY --- Limit $ SPECIAL CONDMONIS/OTHER COVERAGES--- ----_ ---- --- -- - Installation Floater: $200,000 Limit $250/Deductible All Risk Job: Fluoride Feed Equipment, Fayetteville, Ark s s / i ACORD 75 (11-77) Signature of Authorized Representative Arkansas Countersignature 12— Date ui� L�CS{uC�L �.:/l;.�O� conrr.-araTEL�.; CERTIFICATE OF INSURANCE TXBituminous Casualty Corporation t-J Bituminous Fire and marine Insurance Company Insuring Company designated by NAME AND ADDRESS OF PARTY TO VlHO',l THIS CERTIFICATE IS ISSUED NAME AND ADDRESS OF INSURED I i F .The City of Fayetteville, Arkansas Bennett Construction C7Inc. and 3252 Roanoke Road Beaver Water District, Kansas City, Missouri 64111 Lowell, Arkansas L J TYPE OF POLICY POLICY NUMBER POLICY PERIOD l'lorkmen's Compensation Ins. Statutory WC1006514 EII- 7-01-80 LIMITS EMPLOYER'S LIABILITY INS. s 100, 0 A. L.v Workmen's Compensation. Ins. Exp. 7-01-81 Employer's Liability Ins. TYPE OF POLICY POLICY :NULIBER POLICY PERIOD DUAL LIMITS Bodily Injury Llab. Property Damage Llab. B. General Liability Ins. GL1166692 Ell. 7-01-80 EACH OCCURRENCE S 500,000 S 250,000 a Comprehensive General Exp, 7-01-81 AGGREGATE $ 500,000 1 S 250,000 Manufacturers' and Contractors' SINGLE LIMITS Bodily Injury Liab. and Property Damage Liab. a Owners', Landlords' and Tenants' EACH OCCURRENCE S a Contractual JAGGREGATE s x,c,u,included 0 See below TYPE OF POLICY POLICY NUMBER POLICY PERIOD DUAL LIMITS Bodily Injury Liab. Property Damage Llabr 1 C.. Automobile Liability Ins. BA1312528 Elf 7-01-80 EACH PERSON $ ?t' a Comprehensive Form 7-01-81 EACH OCCURRENCE S s I. Owned —as scheduled Esp. SINGLE LI1.lIT Bodily Injury Liab. and Property Damage Llab. �( Hired Other: EACH OCCURRENCE -Is 500,000 QNon Owned 0' ... ADDITIONAL ENTRIES: Includes; Products/Completed *Owners Protective Policy #GL116859 Operations Expiration 12-31-80 B.I. $500,000 - Independent Contractors P.D. $100,000/$100,000 Broad Form Property Damage Personal Injury * Named Insureds: City of Fayetteville, Arkansas, Beaver Water District, Lowell, Arkansa and Mc..Goodwin, Williams, & Yaters, Inc. LOCATION(S) OR JOB(S) COVERED: RE: Fluoride Feed Equipment, Fayetteville, Arkansas Arkansas State Fluoridation Project •- Grant No. Ii10/CCH600216-01 Plans No. BIZ-8-Dated June, 1980 With respect to each type of polity. insur a is afforded only if an -X" is entered in the 0 opposite one or more kinds of insurance thereunder, and then only for such kinds or insurance so d igna ed, subject to all the provisions thereof. This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage a ordrd y the,p qlicy r policies dosignat d above by policy number or numb+:rs Issued by the Insuring Company. In the event of cancel atior of slai olicy or olicies, 10 days written notice will be given to the party to wl.m this e tiii e •: issued at the address shown herein. Dated 12-15-80 By L t4 Ins +' Prairie ,((��Vi__l�l e, , Hainbr>.ghE Countersigned by:t ` Arkansas_ARent Charles C. Camnhpll CERTIFICATE OF INSURANCE Bituminous Casualty Corporation Bituminous Fire and Marine Insurance Company Insuring Company designated by " p" NAME AND ADDRESS OF PARTY TO WHOM THIS CERTIFICATE IS ISSUED NAVE AND ADDRESS CF INSURED F- The City of Fayetteville, Arkansas Bennett Construction Co., Inc. and 3252 Roanoke Road Beaver Water District, Kansas City, Missouri 64111 Lowell, Arkansas L J TYPE OF POLICY POLICY NUMBER POLICY PERIOD Workmen's Compensation Ins. Statutory WC1006514 A. ® Workmen's Compensation. Elf. 7-01-80 7-01-81 I LIMITS EMPLOYER'S LIABILITY INS. is 100,000 Ins, [X Employer's Liability Ins, Exp. TYPE OF POLICY POLICY NUMBER POLICY PERIOD DUAL LIMITS Bodily Injury Llab. Property Damage Liab. B. General Liability Ins. GL1166692 Elf. 7-01-80 EACH OCCURRENCE $ 500,000 $ 250,000 EXI Comprehensive General I Exp. 7-01-81 AGGREGATE I $ 500,000 $ 250,000 a Manufacturers' and Contractors' SINGLE LIMITS Bodily Injury Liab. and Property Damage Llab. O Owners', Landlords' and Tenants' EACH OCCURRENCE $ OX Contractual AGGREGATE S EX x,c,u,included UX See below TYPE OF POLICY ICY NUMBER POLICY PERIOD DUAL LIMITS Bodily Injury Liab. Property Damage Liab. C. Automobile Liability Ins. FBA1312528 Eff. 7-01-80 EACH PERSON $ a Comprehensive Form 7-01-81 Exp' EACH OCCURRENCE $ S owned —as scheduled SINGLE LIMIT Bodily Injury Liab. and Property Damage Llab. FXI Hired Other: EACH OCCURRENCE S 500,000 QNon Owned 0• ADDITIONAL ENTRIES: Includes; Products/Completed *Owners Protective Policy #GL 116859 Operations Expiration 6-15-81, B.I. $500,000 Independent Contractors P.D. $100,000/$100,000 Broad Form Property Damage Personal Injury LOCATION(S) OR JOBS) COVERED: RE: Fluoride Feed Equipment, Fayetteville, Arkansas Arkansas State Fluoridation Project - Grant No. H101CCH600216-01 Plans No. BWD-8-Dated June, 1980 with respect to each type of policy, insurance Is afforded only If an "X" Is entered In the opposite one or more kinds of Insurance thereunder, and then only for such kinds of Insurance so designated, subject to all the provisions thereof. This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage afforded by the policy or policies designated above by policy number or numbers Issued by the Insuring Company. In the event of cancellation of said,policy or policies, thirty days written notice will be given to the part t whom (this" ertiffir:ate.,�s' issued at the address sho her �d� ��, / Countersigned by:��" n - Doled B cktgrt�'I sur nce Agency Arkansas Agent 'f ,. C�' 12-29-80 i;aiy F "� righteulhorizod repprr+__entativo location CHANGE ORDERS Increase or Decrease Adjusted Days Added No. in Contract Price _ Contract Price To Contract 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 MCG00DWIN, WILLIAMS AND YATES, INC. CONSULTING ENGINEERS — FAYETTEVILLE, ARKANSAS T A B L E O F C O N T E N T S Page No. Invitation to Bid ---- --- ----- —--- ------------------ ---- 1-1 Instructions to Bidders --- ---- --------------- — ---------- --- Y_1 State Wage Determination (Wage Rates) -------------- ------------ 4-1 Proposal--------------------------------------------- 5-1 Contract----- --- ------------ ----------------- ------------ 6-1 Performance Bond --- —------ --- ---------- —------------ --- 7-1 Payment Bond ------------ —----- ------ --- —----------------- - 7-3 General Conditions ----------------------------------------- 8-1 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 --------------------------------- 17-1 2. Completion Time and Liquidated Damages ------------- 17-1 3. Notice to Proceed ----------------------------------- 17-1 4. Elevation Data ------------------------------------ 17-1 5. Quality of the Plans ---------- ------------------- 17-1 6. General Specifications and Special Provisions A. General Specifications ------------------------- 17-1 B. Special Contract Provisions --------------------- 17-2 C. Safety and Health Regulations ------------------- i7_2 7. Lands and Rights of Way --------------- ---__—__ 17-3 8. Schedules and Sequence of the Work ------------------- 17-3 F10. 9. Continuing Responsibility of Contractor ------------- 17-3 Payment ------------------------------------------- 17-3 11. Pay for Extra Work --------------_-__--__- -------- 17-3 12. Special Conditions ----- -------- —-------------- —__ 17-3 13. Open Specifications -- ----------- — ------------ ---- 17-4 14. Equipment and Installation Details ---- --------------- 17-4 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 21. Electrical A. Scope of the Work -------------------- B. Codes and Permits ---------- --------- C. Relation to Other Work-------------- D. Materials and Workmanship----------- E. Material Standards and Equipment Approval F. Guarantee ---- -------------------- G. Plans ------------------------------- H. Tests After Installation ------------ I. As -Built Drawings ------------------- J. Setting of Equipment ---------------- K. Conduit --- —--------- ------------- L. Wiring ---------------------------- M. Outlets and Fittings ---------------- N. Grounding --------------------------- 0. Operating Voltages ---------------- P. Mechanical Equipment Connections ---- Q. Relays ------------------------------ R. Contactors ------------------------- S. Motor Controls --------------------- T. Fluoride Feed System Control Panel U. Flow Transmitter -------------------- V. A. C. Motor Speed Control----------- W. Fluoride Vessel Weighing System ----- X. Shielded Instrument Cable----------- Y• No section Y Z. Unit Heating ------------------------ AA. Nameplates and Labeling ------------- BB. Solenoid Valve ---------------------- CC. Flow Meter - Dilution Line---------- DD. Tachometer -Generator ---------------- 22. Methods of Measurement and Payment ----- Page No. 17-2.5 17-25 17-25 17-25 17-26 17-26 17-26 17-27 17-27 17-27 17-28 17-31 17-31 17-31 17-32 17-32 17-32 17-33 17-33 17-34 17-35 17-36 17-37 17-38 17-38 17-39 17- 39 17-39 17-40 17-41 INVITATION TO BID 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 tc, 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 1-1 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. APPROMIATE ESTIMATE OF QUANTITIES. The Engineer's estimate of quantities, approved by the Owner and on file in the uifice 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 ccnsidered by the bidders as the actual quantities that may be required for the completion of the proposed work. Such quantities, however, at the ,snit 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 NORMS. 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 speci- fications. Bids shall be sealed and addressed to the Owner, as given in the advertisement, and the title of the project, the name or the contractor submitting the 'bid and the time and date for receipt of bids written on the euvelope. Instructions to Bidders 2-1 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 in the bid, until after the sealed bids have been opened. him additions not called for, erasures, alterations or irregularities Bids which are incomplete, unbalanced, conditional, or obscure, or which contain 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 for each item or work named in the Engineer's estimate of quantities of work Price 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 the specifications or shown in the plans. for in 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 b an authorized. Y officer or duly �I J Powers of attorney, properly certified, for agents and others to sign bids must I be in writing and filed with the Owner. 7. BIDS OF SUBCONTRACTORS. the names of subcontractors hgeneral contractor required to andtheamountsoftheir sub ontractsasrequiredish 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. Instructions to Bidders 2-2 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 Laquested 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 undef 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 propor*, - _„e prices for other items, or changes written in, or amendm_-... ,y 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, eroerience, 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 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 shall be deemed the lowest responsive and responsible bid. 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 contract is awarded. the event a 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 it as executing the contract deems necessary in the interest of the Owner. Any extension applications for 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 SO. it sees fit to do Instructions to Bidders _ 2-4 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. 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 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. AC 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 26. 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 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 premiums 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 ir, 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." `a Instructions to Bidders 2-8 The date of the bonds, and of the power of attorney, 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 BILL CLINTON, GOVERNOR CHARLLS L DANIELS. DIRECTOR ARKANSAS DEPARTMENT OF LABOR 1022HIGHSTREET LITTLEROCK72202 (501)371-1401 September 19, 1980 McGoodwin, Williams & Yates, Inc. Consulting Engineers 909 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. Sincerely, • -- Charles L. Daniels Director CLD/llb Page-J—of_ I _ 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 BASIC HOURLY •RATE Bricklayers $5.75 -- Carpenters 5.75 Concrete Finisher 5.75 Electricians 7.00 Ironworkers: Structural 5.00 Reinforcing 4.10 Laborers: Air tool operator 4.00 Asphalt heater operator 4.00 Asphalt raker 4.60 Carpenter tender 4.10 Chain saw operator. 4.10 Checker grade 4.25 Concrete finisher tender 4.10 Concrete joint sealer 4.10 Concrete saw.operatox 4.10 Form setter 4.30 Laborer 3.10 Pipelayer 4.25 Powderman 5.00 Vibratorman 4.00 Painter 5.00 Pile Driver Leadman 5.00 Power Equipment Operators: Aggregate spreader operator 4.50 Asphalt plant fireman 3.75 Asphalt plant drier operator 3.75 Batch plant operator 4.50 Bulldozer Operators Finish_ 5-5ft Rough 4.70 Bull float operator 4.40 Concrete curing machine operator 4.65 4-1 H Educatioi & and/or W Pensions Vacation Appr. Tr. Page? of 3 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - HEAVY RATE . DETERMINATION # 79-153 DATE: June 4, 1980 COUNTY BENTON PROJECT: Beaver Water Treatment Plant Lowell, Arkansas EXPIRATIONDATE• 10-4-80 t BASIC H HRATEY Pensions Power Equipment Operators(cont'd) Concrete mixer operator $4.10 (less than 5 sacks) Concrete mixer operator 4.95 (5 sacks or over) Backhoe, operator -rubber tired (1 yard or less) 4•70 Cherry picker operator 4.70 4.70 25 Concrete paver operator 5.25 Concrete spreader operator Crane, derrick, dragline►shovel backhoe operator (1h yd.o 5.50 Crane, derrick, dragline, shovel backhoe operator (over 1k yd.) 5.4.75 Crusher operator 40 4.40 Distrubutor operator truck) 4.40 75 Drill operator (wagon or 5.25 Elevating grader operator Euclid or like equipment 4,25 operator (bottom or end dump) 4.75 Finishing,machine operator Forklift operator 3.90 Form- tit-nAPr Qi`1P.r�f'11L_ Front end loader operator Finish 5'. 2255 5. Front end loader operator Rough 4.70 Hydro seeder operator 4 5.25 50 Machanic Motor Patrol Operator: 5.50 Finish a 70 Rough Mulching machine operator 4.25 Oiler and greaser 4. 25 4.90 Pile driver operator 3.90 Pub mill operator Roller operator (self-propelled) 4.25 I I 4-2 Educatio- and/or Appr. Tr. Page 3 of 3 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION -HEAVY RATE DATE: June k, 1980 PROJECT: Beaver Water Treatment Plant Power Equipment Operators (cont'd) Scraper Operator: Finish Rough Sod slicing machine operator Stabilzer mixing machine operi Tractor operator (crawler typ( Tractor operator (farm & whee: Tractor operator wheel type (with attachments 1 yd. or un( 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 It Truck driver (light -maximum pay load 3000 lbs.) Well drillers WELDERS -- RECEIVE RATE PRES WHICH WELDING IS INCIDENTAL. DETERMINATION COUNTY—BENTON EXPIRATION—DATE:10-4-80 Page_1 of 1 ARKANTSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION -BUILDING RATE DATE: June 4, 1980 DETERMINATION n-79-153 PROJECT: Beaver Water Treatment Plant COUNTY.I'.�YJI',o�l Lowell, AR EXPIRATION DATE: 10-4-80 1 yi{ BUILDING CONSTRUCTION Bricklayers Carpenters Millwrights & Piledrivermen Cement Masons Electricians Cable Splicers Ironworkers Laborers: Construction laborers, concrete laborers, excavating laborers Semi -skilled laborers: Pipet cement mixer, wet or dry, fin' mixer, asphalt raker and shop Air jack operator, shorers, bra kemper and other pneumatic co Steel form setters, curb & gu Swinging scaffold, wagon dril Nozzelman (Gunite Grout, Ceme Lathers Painters, brush Plasterers Plumbers & Pipefitters Sheet Metal Workers Truck Drivers C -- Apprenticeship Fund shall employed. BASIC H HOURLY & RATE WPensions $8.00 .30 .25 7.25 7.75 7.72 .25 8.75 .25 1% 9.00 .25 1% 8.90 .30 .35 laborer wrecking lab 5.37 .15 .20 yers, con rete a d clay shers and plaste ers, ma ers, cres Ste wo d handl 5.62 .15 .20 ers and c ribers (wood o Crete pla er ope ator 5.72. .15 .20 ters, gro t and ement m 5.87 .15 .20 operator burn rs 5.87 .15 .20 t and San blaste, ) 6.02 .15 .20 7.90 6.80 7.80 8.50 .30 .35 8.40 .35 .40 4.35 e $.50 pe month journe, 4-4 Education ' and/or Vacation APpr. Tr. r r .02 .02 .02 1/410 1/4% .08 srs, meth nic's .04 d mechani al tool;,i n tenders, mortar s and chu k tender; .04 steel), s ademan, .04 1ers f .04 .04 .04 .02 ..02. .02 C+ .02 n and tice P R O P O S A L FLUORIDE FEED EQUIPMENT TO SERVE THE CITY OF FAYETTEVILLE, ARKANSAS and BEAVER 14ATER DISTRICT, LOWELL, ARKANSAS Arkansas State Fluoridation Project - Grant No. H10/CCH600216-01 Plans No. BWD-8 - Dated June, 1980 Board of Directors Seaver 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. Total Item Estimated Description of Item and Unit or Lump Sum Price Bid Amount No. Quantity 1: 275 Tons, SB-2 Base Material for Pavements, compacted in place Fourteen and no/100-----------------______________ 14.00 dollars( )Ton $ 3,850.00 (Amount written in words) (In figures) (In figures) 2 80 Tons, Asphaltic Concrete Surfacing, Parking and Loading Areas, complete in place Fifty -Two and 50/100------------------------------ dollars( 52.50 )Ton 4,200.00 5-1 i' Total Item Estimated Description of Item and Unit or Lump Sum Price Bid Amount No. Quantity i 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 Ten Thousand Eight Hundred and no/100---------------------'-_---__ dollars $ 10800.00 4. 230 Tons, SB-2 Base Material for Bedding and Repair of Trenches under Existing Pavement, complete in place -------------- 9.00 Nine and no/100----------------------- dollars( )Ton 2,070.00 5. 45 Cubic Yards, Class A Concrete, in place Two Hundred Twenty -Five and no/100------------------ dollars( 225.00)C.Y. 10,125.00 6. 6,000 Pounds, Reinforcing Steel, in place i; 4 Only 45/100----------------------------------------- dollars( 0.45)Lbs. 2,700.00 7. 250 Cubic Yards, Topsoil for Plant Yard Repair, in place Six and 20/100-------------------------------------- dollars( 6.20)C.Y. 1550.00 8. 2,350 Square Yards, Fertilizing and Sprigging Bermuda Grass One and no/100-------------------------------------- dollars( 1.00)g,Y. 2,350.00 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 cc.. rols, monitoring and testing equipment, and every item of work not included in the above items of this Proposal. One Hundred Thcusand Three Hundred Fifty -Five and no/100---------- dollars 100,355.00 138,000.00 TOTAL -------------- $ 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., 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: Firm Names License Nos. Electrical Subcontractor: McGinty Corporation 81-2063 Roofing Subcontractor: Industrial, Inc. 81-2150 Mechanical Subcontractor (Plumbing and Heating): Bennett Construction Company, Inc. 81-632 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 Five Percent dollars ($ 5% ), 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 None and such addenda are attached hereto and made a part hereof. Dated this 25th day of November , 1980. 3252 Roanoke Road Respectfully submitted, Bennett Construction Company, Inc. Firm Name Kansas City, Missouri 64111 By /s/ W. W. Bennett Address of Firm 81-632 President _ Contractor's License No. Title of Authorized Representative 5-3 C O N T R A C T State of Arkansas County of Benton THIS AGREEMENT, made and entered into this (o day of , 1981,'by and between Beaver Water District, Lowell, Arkansas, and the 4ity of Fayette- ville, Arkansas, Parties of the First Part, hereinafter called the Owner, and Bennett Construction Co., Inc. of the city of Kansas City, Missouri , 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 One Hundred Thirty -Eight Thousand and no/100 ----------------------------------------- dollars ($ 138,000.00 ), 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 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 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. 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 in fixing 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. 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 heretc, upon ten (10) days notice, to complete and carry out the contract of Contractor; and in that event, 6-2 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. 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 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. Bennett Construction CompmW , Inc. Contractor By R, L. Hen Secretary W. W. Bennett President BEAVER WATER DISTRICT Attest � 6 President, Board f Directors c� -S cretary, Board of Directors CITY 0M FAYETTEVILLE, ARKANSAS Attest (� Mayo , City of Faye teville, Arkansas, City Clerk, City of Fayetteville, Ark. 6-3 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we (1) "Principal" and (3) Bond #36-0120-10782-80-1 Bennett Construction Co&P , Inc. a (2) corporation hereinafter called United States Fidelity and Guaranty Company Baltimore Maryland of State of hereinafter called the "Surety," are held and firmly bound unto (4) the City of Fayetteville, Arkansas , hereinafter called 'Owner," in the penal sum of One Hundred Thirty -Eight Thousand and no/100 ----------------------------------------- ------------------------ 000.00 dollars ($ 138,000.00 ) 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 (otL day of , 191 a copy of which is hereto attached and made a part hereof for the c5istruction of: Fluoride Feed Equipment to Serve the City of Fayetteville, Arkansas and Beaver Water District, Lowell, Arkansas. N014 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 anddemands 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. 7-1 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) Sec . L. Henry (SEAL)_ Witness as to Principal T. Eib Bennett Construction CoxpWW, Inc. Principal By: 41. ,Bennett, Presid nt 3252 Roanoke Road Kansas City, Missouri 64111 3252 Roanoke Road Address Kansas City, Missouri 64111 Address ATTEST: States Fidelity and/ Guaranty Company i 11 _ (Surety) Secretary Linda D. elty (SEAL) Gary''. Hambright, Att6rney-in-Fact 3131 Broadway Kansas City, Missouri 64141 Witness as to Surety Linda Link Address - 7600 State Line, #205 Prairie Village, Kansas 66208 Countersigned by: Addres NOTE s Dale E. Temple Arkansas Resident Agent 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 CERTIFIED COPY GENERAL POWER OF ATTORNEY No....... 90858..................... Know eU Men by these Presents That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and hanng its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint ohn T.Lockton,Jr.,John T.Lockton,III,Mission Hills,Kansas;James C.Pateidl, verland Park,Kansas;Gary F.Hambright,Ray C.Ritchey,David M.Lockton,Kansas City, i8souri;Don G.Osborne,Leawood Kansas;Merlin D.Redfield,Lenexa,Kansas;Linda D. elty,Kansas Cityy,Missouri;Kurt R.Weiss,Prairie Village,Kansas and Michael C. rose of Over}�t1d Park nga8 its true and law u attorneys lo<t,er,x xydx for the following purposes, to wit: To sign its name as surety to, and to execute, seal 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 »3 nyone of the said John T. Lockton, Jr. and the said John T. Lockton, III and he said James C. Pateidl and the said Gary F..Hambright and the said Ray C. itchey and the said David M. Lockton and the said Don G. Osborne and the said erlin D. Redfield and the said Linda D. Welty and the said Kurt R. Weiss and he said Michael C. F ost may law y do in a premises virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND 'GUARANTY COMPANY has caused this irutrnment to bs sealed with its corporate seal, duly attested by the signature of its Via President and Assistant Secretary, this 15th day of August , A. D. 1980 UNrrbD STATES FIDELITY AND GUARANTY COMPANY. (Signed) Bf,,,.... Robert E. DeNike ...................................... YiarPretidau. (SEAL) (Signed) ....... E:..D:.. Bunce............................ Asefatans Secretary. STATFr OF MARYLAND, BALTIMORE CITY, a6: On this 15th day of August , A. D. 196'0 , before mb pamnally came' Robert E. DeNike , Vice -President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and E . D g un c e , Assistant Secretary of said Company, with both of whom I am personally acquainted; who being by me severally duly sworn, said that they, the said Robert E. DeNike and E. D. Bun e e 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 they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate aeal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice -President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19. 8?... (SEAL) (Signed) ....... MaFg1L1'.qtrAr.. Hurst ................ Notary Public. STATE OF MARYLAND 1 j Set. BALTIMORE CITY, L William Allen , Clerk of the Superior Court of Baltimore City, which Court is a 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 State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record, this 15th day of August , A. D. 1980 (SEAL) (Signed) William Allen ............................................................... Ckrk of the Superior Court of Baltimore City. rs 8 (6.77) ,:. COPY OF RESOLIMON That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice. Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or perm rs attorney or attorneys -in -fact, or agent or agents of said Company, in its name and ae its act, to execute and deliver any and all con. tracts guaranteeing the fidelity of Persons rholding positions of public eor r private trust, guaranteeing the performances of contracts other than insurance policies and executingor guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and ,11so, in its name and as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which, are or may by law, manidpal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persona, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. f, Richard Ca ld e r , an Assistant Secretary of the UNITED STATES FIDELITY AND byUsaidComY nytoPJohrio T.rebLOC$that the Jr.,or going is a full, true and correct copy of the original power of attorney given p° a John T. LOCktori, III, Mission Hills,Kansas.; s C. Pateidl, Overland Park, Kansas; Gary F. III, Ray C. Ritchey, d M. Lockton, Kansas City, Missouri; Don G. Osborne, Leawood, Kansas; in D. Redfield, Lenexa, Kansas; Linda D. Welty, Kansas City, Missouri; R. Weiss, Prairie Village, Kansas and Michael C. Frost of Overland Park, Kansas , authorizing and empowering them to sign bonds as therein set forth, which power of attorney has never been invoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the llth day of July, 1910, it which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the sal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on �rJwA2 (n t t9q I t (Date) Assistant Secretary, Bond #36-0120-10782-80-1 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we (1) Bennett Construction CoB4�, Inc. a (2) corporation hereinafter called "Principal" and (3) United States Fidelity and Guaranty Company of Baltimore la Mar State of Maryland , hereinafter called the "Surety," are held and firmly bound unto the City of Fayetteville, Arkansas , hereinafter called "Owner." ii: the penal sum of One Hundred Thirty - Eight Thousand and no/100--------------------- ------------------------------- dollars ($ 138,000.00 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 S lg�� a copy of which is hereto attached and made a part hereof for the nstruction of: Fluoride Feed Equipment to Serve the City of Fayetteville, Arkansas and Beaver Water District, Lowell, Arkansas. 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. 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 1. C day of ATTEST: (Principal) S ary R. L. Henry (SEAL) Witness as to Principal T. Eib 3252 Roanoke Road Kansas City, Missouri 64111 Address ATTEST: (Surety) Secretary 7'-- Linda D. Welty (SEAL) Bennett Construction Compo Inc Principal By: /l' ���W. Y /W. , ~re 3252 Roanoke Road Kansas City, Missouri 64111 Address Gary F. Hambright `-// 3131 Broadway Witness as to Surety Kansas City, Missouri 64141 7600 State Line, #205Linda Link Address Prairie Village, Kansas 66208 Countersigned by: Address c0 0 E. NOTE: Date of bond must not be prior to date ofale contract. Temple, Arkansas Resident Agent (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 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. 7-4 CERTIFIED COPY GENERAL POWER OF ATTORNEY No....... 90858..................... Know all Men by these Presenter That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws 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 ohn T.Lockton,Jr.,John T.Lockton,III,Mission Hills,Kansas;James C.Pateidl, verland Park,Kansas;Gary F.Hambright,Ray C.Ritchey,David M.Lockton,Kattsas City, issouri;Don G.Osborne,Leaaood Kansas;Merlin D.Redfield,Lenexa,Kansas;Linda D. elty,Kansas Cit ,Missouri;Kurt R.Weiss,Prairie Village Kansas and Michael C. rost of Ovgr}tn Park g.nga,g , its true and Taw u attorneys sat 7We{AOC,�ItWX1dX for the following purposes, to wit: To sign its name as surety to, and to execute, seal 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 1119= nyone of the sa�u John T. Lockton, Jr. and the said John T. Lockton, III and he said James C. Pateidl and the said Gary F. Hambright and the said Ray C. itchey and the said David M. Lockton and the said Don G. Osborne and the said erlin D. Redfield and the said Linda D. Welty and the said Kurt R. Weiss and he said Mic ael C. Frost MAY lawfully isee by virtue of these presents, In Witness Whereof, the sald UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seat duly attested by the signatures of its Vice -President and Assistant Secretary, this 15th day of August . A. D. 1980 UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) gf,,,.... Robert E : DeNike ........................ (SEAL)Fia•Prvsidant. (Signed) .... I ... :..D:.. Bunce............................ Assistant Secretary. STATE, OF MARYLAND, BALTIMORE CITY, as: On this 15th day of August , A. D. 198'0 , before mb personally came- R o b e r t E. D e N i k e , Vice-president of the UNITED STATES FIDELITY AND GUARANTY COMPANY and E . D gun e e , Assistant Secretary of said Company, with both of whom I am personally acquainte , who being by me severally duly sworn, acid that they, the said Robert E. DeNike and E. D. Bun e e were respectively the VimPresident 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 they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice-president and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19. A8 ... (SEAT,) (Signed) ........ kL?r9Itr-q.tr..(''(e... INK At ................ Notary Pu6fir:. STATE OF MARYLAND ) Set. BALTIMORE CITY, lY L William Allen , Clerk of the Superior Court of Baltimore City, which Court is a Court of Record, and has a seat 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 State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer baths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereof, 1 hereto act my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record, this 15th day of August , A. D. 1980 (SEAL) (Signed) William Allen gn )............................................... F8 3 (6-77) Ckrk of the Superior Court o/ Baltimore City. COPY OF RESOLUTION That 1phereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of>he Dominion of Canada and in the Colony of Newfoundland. Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice. *dents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or pettotta t1 attomey or attorneys•in•fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all con. trail, 6tursnteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than lourance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by fast allowed, and Also, in its name and as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, o,aidp,l or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the ..0o of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tCndered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, m,yupality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing 01 „ytyng or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or ta7tbloi in the nature of either of the same. i, Richard Calder , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given byssid Company to John T. Lockton, Jr., John T. Lockton, III, Mission Hills,Kansas; C. Pateidl, Overland Park, Kansas; Gary F. Hambright, Pay C. Ritchey, [d M. Lockton, Kansas City, Missouri; Don G. Osborne, Leawood, Kansas; Lin D. Redfield, Lenexa, Kansas; Linda D. Welty, Kansas City, Missouri; tR. Weiss, Prairie Village, Kansas and Michael C. Frost sl Overland Park, Kansas , authorizing and empowering them to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the lath day of jdy, 1910, -it which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said molutfoo, and the whole thereof as recorded in the minutes of said meeting. in Testimony 1Phereo/, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on C:3-Av,)c.P,R- i9 I�j $ . ( 'tare) 1 A. Assistant Secretary. G E N ERA L 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 and the Secretary of the Board of Directors of Beaver Water District. The words "Fayetteville Board of Direct rsI1eshall le,nAthe duly elected or appointed governing body of the City y 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 tative. For Dion, fieldrhis decisions and adminuly istrativenmatters will betheresponsibilityposes of a of s 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. mean the person, persons, partnership, company, firm The word "Contractor" shall ct for the performance of the work of said party, or the agent or corporation entering into this contra required it, and the legal representaformance of the work. ti appointed to act for such party in the per 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. to the The word "Advertisement" shall mean all the legal publications pertaining work of this contract. The word "Specifications" shall mean, collectively, all of the terms and stipulations contained in the written portion of information furnished. ngspertaining drawings as The word "Plans" shall mean, collectively, all of the drawings pertaining o the contract and made a part thereof, and also such supplementarythe drawings. the Engineer may issue from time to time in order to clarify General Conditions 8-1 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 o the work for which he has contracted. f 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 appurtenances as shown on the plans on file in the office of the offici ' or °them nated in the "Advertisement for Bids." al desig_''' 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 plans at the prices named on said statements. the "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. lhenever in these contract documents the words "as ordered " " as dir shall be understood that the order, direction, as permitted," "as allowed," or words or phrases of like import are used, requirements permission or , it allowance of the Owner and Engineer is intended. But in no instance shall such work forces, but shall apply only to directions by the Engineer apply to the supervision of the Contractor or his t requirements of the plans and specifiensure thathe completed work meets the cations. Similarly the words "approved," " ," "acceptable, ro "•.; It worreasonable," "suitable „ „ specified herein) shall smean of lapproved, ike treasonable, suitable, accepta ble, proper,_ and import, unless p Per, . or satisfactory in the judgment of the Owner and Engineer, particularly.`: ta. ' Whenever the following abbreviations are used, they shall have the meanin s given below: 8 A.S.T.P1. - American Society for Testing Materials A.S.A. _ A.14-W.A, American Standards Association A.G.A. American idater Works Association NEMA American Gas Association gpm - National Electrical Manufacturers Association MGD gallons per minute ppm - million gallons per day Hp _ parts per million horsepower General Conditions 8-2 T.D.H. - total dynamic head V - volt A - 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 wrrk 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 DDIENSIONS 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 General Conditions 8-3 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 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 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. WOR101EN. 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 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 may remove or protect the same. property General Conditions 8-6 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 ac-oss, 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 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 other devices necessary to protect the public. In case the Contractor fails or neglects 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 MERGENCIES. 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. su 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 or operations of those engaged upon the work, or affecting the materials supplied to or by them. He shall at all times observe 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. adhere 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 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 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 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- 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 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. 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 General Conditions 8-11 authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion x 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 :E Contractor shall be delayed or restrained from prosecuting the work or Y p g , r�,.. part thereof by injunction or other legal proceedings or delay on the some of the Owner to comply with the obligations imposed upon it b the -� P P part the contract; provided that the time limit herein provided may law de by Resolution or Ordinance of the Owner for any number of days to betstate in such Resolution or Ordinance. The liabilityof the Contractor a stated Surety Company shall not be affected or in any manner released b and the exten- sion of the time of the completion and acceptance thereof. An e an extension Of the time to the Contractor by Resolution or Ordinance shall not release y extension the Contractor and Surety herein from the payment of the liquidated damages X as provj�ed for any period of time not included in the original contract r the time extension, as herein provided. or A In no event shall the Owner be liable or responsible to the Contractor or any person, for, or on account of, any stoppage or delay of work herein provided for b Surety, y 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 n ri pro- secution of the work to modify the arrangement ecessar `} se theuti work or a grade in the pro_ ppurtenances, but such modificationsaorealterations 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 work or material under such modified or altered contract has been agreed ! upon in writing and signed b Paid for the Contractor shall not be allowed to recover anything Contractor and the Owner and by reason of any modifications or alteration ofrthisrcontract,formed unless an used order is made and agreement signed as aforesaid any case be allowed to recover more for such worknandor small thesContthaactor in agreed price. said 43. TRANSFER OF CONTRACT. If the Contractor shall at or sublet, pledge or mortgage any part of this consent of the 0 any time assign, the written Contractor. caner, the same may work as a forfeiture on the part of the 44. ANNULMENT OF or annul the T OF CONTRACT. The Power is thereunder at an hole or reserved to the aOwner doing to suspend Y time for In Part the to suspend the doing of any work With the terms of theses any failure on the part of specifications. If the the Contractor to comply contract be so suspended General Conditions 8-12 or annulled in whole or in part on account of the fault of the Contractor to fulfill his obligations hereunder, then the Contractor shall not be entitled to 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. ESTIMATID QUANTITIES. The Contractor agrees that the quantities of worrox k as stated in his proposal and bid or indicated on the plans are only app 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 MEASURDIENTS. 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 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 14ITH 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 Omer, 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 8-14 so Where part of the monies for construction of the project is being obtained by grant or loan from Federal agencies, such as often is the case, the final 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 of 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. General Conditions 8-15 G E N E R A L S P E C I F I C A T I O N S --------------------- 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 or as set 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 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. 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 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 fittings 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 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 14W-P-421b, Type II or Type III. E. Laying. Cast iron pipe shall be laid in accordance with A.W.W.A. Specifi- cation Designation C600, latest revision. 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 betweer, 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 in the ickness shall be as specified pipe diameter and wall th refer to outside diameter of A. p- ns. Diameter shall. Detailed Specificatio the pipe. with A'DesiAnationdC200ard Speci- g Pipe shall be made and tested in accordance 6 Inches and Larger, g fication for Steel idater Pipe latest revision. ; in the shop in sections 40 to 50 feet in All pipe shall be made up joint in any length. length with not more than one circumferential for may be made by welding specials. Pipe Short lengths will be allowed be made by the spiral welding process. No one longitudinal joint or may riveted pipe will be considered. the Standard Specifications of the American Steel plate shall conform to Materials, Serial Designation A 283, Grade B, Society for Testing Intermediate Tensile Strength Carbon -Steel Specification for Low and Structural Quality. Coupons me be requied to be cut from Plates of furnishedrto check the strength in 20 lengths of pip as many as one each 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 approved established be inspected by a representative of a previously firm of national reputation for testing of this nature, laboratory or 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 10'. 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 and coated with coal -tar enamel, being either A.W.W.A. Type A or Type enamel 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. Jointin . 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 coupuns 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 during shipment 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 Barrettenamel, smoothly applied pos otsible. the inside of the pipe the enamel is to be applied 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. Pipe 9-5 All of the lining and coating of the steel pipe, including the field t work,up ouch andcoating to the edirection the manufacturer of th satisfaction lining 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 b type of coupling. olts to properly compress the gaskets. Field joints shall be made with this 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 389 as manufactu by Dresser red Manufacturing Division, Bradford, Pa., or couplings of quality, and the necessary quantity shall be furnished, equal 5. VALVE AND VALVE BOXES. All valves shall conform to the A.W,W,A. Specifi- cation Designation C5002 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, designed for and shall be 150 pounds working pressure and shall be of the hub Where it is shown on end t� the Plans that lines are to be to ne' e tapping valves shall conform to the above pressure specifications and shallbefitted with a hub extension for connecting to spigot and cast iron pipe. Unless otherwise shown on the plans, all underground valves and the shall include a valve box cost of such valve box shall be included in the unit valves of the various =` price bid for sizes complete in place, The valve box shall be of cast iron box of the extension type, `. consisting of three a the depth of covering over the pipelines as shown suitable for be provided on the Plans. with a diameter of not less than 5 inches and the of metal at an They shall y minimum point shall not be less than 3/16 inch. The thickness inside and out with a good y shall asphaltum paint. be painted 6• FIRE HYllRAS, Unless otherwise specified on the Plans Specifications, fire hydrants or in the Detailed shall be classified according to the diameter Of the opening of the main valve seat, connections. and the number and size of Caps and nozzles shall be threaded hose thread of the to the National Stand sizes shown on the Plans or s and specified in the Proposal, Fire hydrant lengths shall be adjusted b the depth of the trench or established y a hydrant riser to correspond with shall be included grades in the and the plete in place, j5fiere sp price set out in the�Proposal for costthe hydrartscom- ecified in the Plans or set out in The equipped with hydrant s the Proposal, the a breakable coupling above the hall be so designed without di digging out the h ground line. as to make repairs to contain hose broken upper The upper section of sections and nozzles Pumper nozzles as specified. the barrel shall The inlet to the hydrant shall be an elbow or hydrant shoe, Provided 11ed with a Pipe 9-6 bell flange to fit branch from the main; other 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. All fire hydrants shall receive two coats of shop paint. One coat of field paint shall be applied as specified by the Engineer. 7. RESPONSIBILITY FOR MATERIAL. ,. Responsibility When Furnished by Contractor. The Contractor shall be responsible for all material furnished by him and shall replace at his own expense all such material found defective in manufacture or damaged in handling after delivery by the manufacturer. This shall include the furnishing of all material and labor required for the replacement of installed material discovered defective prior to the final acceptance of the work. 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 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 com- pacted 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 provided at each joint to be made properly. 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 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 Pipe 9-9 line between pipe joints or batterboards, and all 0.03 feet of a straight be above the specified grade. s tolerances shall Soil and Refillin to Grade. Where the bottom of the F. Excavation in Poor found to be unstable or to include ashes, cinders, treat bgrade is vegetable or other organic materials, or large pieces all types of refuse, material which in the judgment of the Engineer of fragments of inorganic Contractor shall excavate and remove such unsuit- should be removed, the and depth ordered by the Engineer. Before the j able material to the width shall be made by backfilling with an approved r pipe is laid, the subgrade uncompacted layers. The layers shall be thoroughly material in 3 inch - directed by the Engineer so as to p 1 tamped as support for the pipe at every point between bell holes, uous bearing and be permissible to disturb and otherwise damage the except that it will length of 18 inches near the middle of finished surface over a maximum by the withdrawal of pipe slings or other lifting each length of pipe finished subgrade shall be prepared accurately by means of tackle. The 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. A. Sub grade 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 `I 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 item, and its cost shall be included in the unit 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 fa,". 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. Wher. 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" sa�:tion of the sheeting. 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 al all be piled in a M. Ellin Excavated Material. erlthexworktandmthatwill lhavoid obstructing manner that will not endang 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 naturalclear water coursestshalltory Provisions not be obstructed. made for street drainage, and be N. Trenching by Hand and Machine. Hand methods fIn otheralocationsshall the employed in locations shown onlnhemachinery•or employ hand methods. Contractor may use trench digging 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 a respecting safety provisions shall be observed. Execution of these safety precautions is the sole responsibility of the Contractor. t 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. Pipe 9-12 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 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 i shall be set with each nozzle facing the curb at an angle of 450Hydrants shall be set to the established grade, with nozzles at least 12 nches 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 The bowl of each hydrant shall be well braced against unexcavated earth at the end of the trench with stone slabs or concrete backing, it or shall be tied to the pipe with suitable metal tie rods or clamps, as shown or directed by the Engineer. B. Anchorage for Plugs Cans, Tees and Bends. All plugs, caps, tees and bends deflecting 22-1/20 or more on mains 8 inches in diameterlarger shall be provided with a reaction backing, or movement shall beoprevented by attaching suitable metal rods or clamps as shown or specified. C. Reaction Bac- kinp2. Reaction backing shall be concrete than 1 of a mix not leaner cement, 2-1/2 sand, and 5 stone, and having a Of not less compressive strength 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 be accessible for repair. g J s will pipe and fittin oint Pipe 9-14 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. A. 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. 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. 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. Pipe 9-15 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 B. 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 3; are undercut by the excavation, the entire backfill to the subgrade of the structures shall be made with select materials. Such material shall C. be thoroughly compacted with air tamps to the base of the surface to be replaced. Walks and driveways consisting of broken stone , g or cinders shall not be considered as beingof a gravel do 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 D. 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. ma Co A. Allowable Removal of Pavement. The Contractor shall remove pavement and de de 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 17. CO the pipe and the width and length of the pavement area required to be be made removed for the installation of gate valves, specials, manholes or other are not structures. The width of pavement removed along the normal trench for nection the installation of the pipe shall not exceed the width of the trench connect specified by more than 6 inches on each side of the trench. The width T'Anri—. Pipe 9-16 and lengths of the area of pavement removed for 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. 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 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 or branch 'line. If pipe is joined to fittings in place, 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. Pipe 9-19 It is the responsibility of the Contractor to check the Detailed Specifications and the Plans for variances which supersede these General Specifications. G E N E R A L S P E C I F I C A T I O N S ------------------- - 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 Concrete 10-1 placed in the dry, when so indicated on the plans. For Wh mass concrete placed under water, use Class B with 25 be percent additional cement. so Class A (F) will be used for thin sections or in areas where heavy rein- Wh forcement makes it impractical to use Class A size aggregate. la The air -entraining classes will be used when specifically set out in the to Detailed Specifications or on the plans. Wh 3. CLASSIFICATION AND PROPORTIONING. Concrete mixture shall be proportioned so pl ag as to secure a workable and durable concrete for the various classes, as hereinafter specified: on wi CLASS DESIGNATED SIZE MINIMUM MAX, NET WATER CONSISTENCY AIR OF OF COARSE ut air air CONCRETE CEMENT CONTENT PER BAG RANGE IN CONTENT � AGGREGATE FACTOR (94# OF CEMENT tha SLUMP (RANGE) ad Bags per Square Openings Cu. Yd. Gallons Inches Percent 4. wor it AA 3/4" to No. 4 7 2 to 4 AA (AE) 3/4 to No. 4 6-1/2 pro p A 1-1/4" to No. 4 6 5-1/2 2 to 4 3 to 6 5-1/2 b y A (AE) 1-1/4" to No. 4 6 2 to 4 5-1/2 cult A (F) 3/4" to No. 4 2 to 4 3 to 6 6 6 det A (F) (AE) 3/4" to No. 4 6 2 to 4 6 be B 1-1/2" to No. 4 2 to 4 6 to 9 5 6-1/2 2 to 4 In 8 The concrete materials shall be proportioned as determined vibr unle 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 5. a minimum strength as follows: Sectj Classes of Concrete Minimum Compressive Strength the I (Lbs./Sq. In — 28 days) Durir AA or AA (AE) made A or A (AE) 4,500 for t A (F) or A (F) (AE) 3,000 Three B 3,000 unit 2,100 place The compressive strength will be determined from testing cylinders which have been sampled from concrete lin set set used in the structure, cured under the same condi- tions as the structure, made and compression o place 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 beingproduced 6. out h not minimum cement content specified, additional cementsshallsred Contractor's lumps expense. beuusedwaththee be de Contr. Concrete 10-2 When the Contractor proposes to 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. 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 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 III, 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 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 shall be 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 (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 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.. Coarse Aggregate. The coarse aggregate shall consist of crushed stone or gravel. A coarse aggregate consisting 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 Concrete 10-5 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% Coal and lignite ---------------------------- 0.25% Clay lumps 41n 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 ------- ------------- Retained on 3/8" sieve --------------------- 20-65% Retained on No. 4 sieve -------------------- 70-90% 95-100% Class B Concrete: Total retained on 1-1/2" sieve ------------- OG Total retained on 3/4" sieve Total retained on 3/8" sieve --------------- 70-10% Total retained on No. 4 sieve 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 The amount of deleterious substances shall not exceed the following limits: 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% Total retained on No. 4 sieve --------------- 0-5% Total retained on No. 8 sieve --------------- 5-30% Total retained oa 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 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 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 4850 F. It shall also comply with the following requirements: Specific Gravity at 770 F. ---------------- Softening Point --------------------------- Penetration at 770 F. 100 gm. 5 sec. ------- Penetration at 320 F. 200 gm. 1 minute ----- Penetration at 1150 F. 50 gm. 5 sec. ------- Flash Point -------------------------------- Ash--------------------------------------- Settlement Ratio -------------------------- Ducility at 770 F. ------------------------ Flow at 1400 F.---------------- 1.02 min. 1830 F. to 2000 F. 68 to 88 38 min. 160 max. 5500 F. mi.A. 8% min. 1.02 max. 5 min. 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. Wate�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 DIATERIALS. 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 Copies of cement records shall be furnished the Engineer, 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. 8. 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 devices shall 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 1/2 percent of the capacity of the tank. All measuring devices shall be subject to approval. When:: 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. 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 Concrete 10-9 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. Readv-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 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 misting, 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 or agitator j 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 Concrete 10-11 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. P.etempering. 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 10-12 the Engineer may order discontinuance of their use and the substitution of 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 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 Concrete 10-13 11. DEl farther apart than twice the radius over which the vibration is visibly water ate r watsupervl effective. after di 6. Vibration shall not be applied directly or through the rein- hardened ;±; Concrete forcement to sections or layers of concrete which have it shal to the degree that the concrete ceases to be plastic under vibration. It shall not be used to make concrete flow in the means o be forms over distances so great as to cause segregation, and not vibration shall not be used to transport concrete in the forms. at the 7. Vibration shall be supplemented by such spading as is necessary For par to ensure smooth surfaces and dense concrete, along form surfaces be plat and in corners and locations impossible to reach with the vibrators. shall b thoroug 8. The provisions of this article shall apply to precast piling, precedi concrete cribbing and other precast members except that, if approved by the Engineer, the manufacturer's methods of vibration A tremi may be used. constru tremies Concrete shall be placed in horizontal layers not more than 12 inches over th thick except as hereinafter provided. Mien less than a complete layer when ne is placed in one operation, it shall be terminated in a vertical bulk- ';i shall b head. Each layer shall be placed and compacted before the preceding tube an batch has taken initial set to prevent injury to the green concrete kept fu and avoid surfaces of separation between the batches. Each layer hopper, shall be compacted so as to avoid the formation of a construction joint = dischar with a preceding layer which has not taken initial set. be cont When the placing of concrete is temporarily discontinued, the concrete, Depositi after becoming firm enough to retain its form, shall be cleaned of the foll laitance and other objectionable material to a sufficient depth to bottom di expose sound concrete. To avoid visible joints as far as possible shall be' upon exposed faces, the top surface of the concrete adjacent to the shall no forms shall be smoothed with a trowel. Where a "feather edge" might is to be be produced at a construction joint, as the sloped top surface of well abo wingwall, an insert form work shall be used to produce a blocked out between portion in the preceding layer which shall produce an edge thickness of not less than 6 inches in the succeeding layer. Work shall not Unwaterii be discontinued within 18 inches of the top of any face, unless pro- strong. vision has been made for a coping less than 18 inches thick, in which from the case, if permitted by the Engineer, the construction joint may be made at the underside of the coping. i not inju Immediately following the discontinuance of placing concrete, all 12. COM accumulations of mortar splashed upon the reinforced steel and the A. Gen surface of forms shall be removed. Dried mortar chips and dust shall pla, not be puddled into the unset concrete. If the accumulations are not the removed prior to the concrete becoming set, care shall be exercised not to injure or break the concrete -steel bond at and near the If surface of the concrete when cleaning reinforcing steel. joi Concrete 10-14 11. DEPOSITING CONCRETE UNDER WATER. Concrete shall not be deposited in 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 inclined reinforcement shall be used where necessary to transmit shear part ofequipmen or bond the two sections together. working B. Bonding. Before depositing new concrete on or against concrete which has hardened, the forms shall be retightened. The surface of the Forms sha hardened concrete shall be roughened as required by the Engineer called fo in a manner that will not leave loosened particles or aggregates or that the damaged concrete at the surface. It shall be thoroughly cleaned of and irreg foreign matter and laitance, and saturated with water. To ensure an straight, excess of mortar at the juncture of the hardened and the newly loose kno deposited concrete, the cleaned and saturated surfaces, including vertical. vertical and inclined surfaces, shall first be thoroughly covered once used with a coating of mortar or neat cement grout against which the new contact w: concrete shall be placed before the grout has attained its initial set. Forms sha: The placing of concrete shall be carried continuously from joint to mortar. that they. joint. The face edges of all joints which are exposed to view shall imposed lc be carefully finished true to line and elevation. _ _ for shore! 13. FALSEWORK AND CENTERING. Unless otherwise provided, detailed plans Where requ! for falsework or centering shall be supplied to the Engineer on request; against wail but, in no case shall the Contractor be relieved of responsibility for pressed fib results obtained by the use of these plans. installed For designing falsework and centering, a weight of 150 pounds per cubic used for b surface bul 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 At the top, appreciable settlement or deformation. The Engineer may require the Contractor to employ screw line, the t jacks or hardwood wedges to take up any settlement in the formwork either before or during the the surfact concrete. placing of to edge of P g extend over Falsework which cannot be founded on a satisfactory footing shall be Flat supported on piling which shall be spaced, driven and removed in a manner approved by the Engineer. steel internal fo approved de Falsework shall be set to give the finished structure the camber specified ties shall or indicated on the plans. hold the fo be of such Arch centering shall be constructed according to centeringa plans approved by the Engineer. �. concrete, w Provision shall be made by means of suitable wedges, sand boxes or other devices for concrete su provided wi the gradual lowering of centers, and rendering the arch self-supporting. When directed, centering shall be clinch, and placed upon approved jacks in order to take up and correct any slight settlement which cone shaped the may occur after the placing has begun. cement shields. W 14. FOUNDATION PITS AND FOMS. All foundation pits and forms shall be 1' work and wi inspected and approved by the Engineer prior to placing any y part of the t'd surfaces wh structure and the methods employed in performing the work and all equip- must not be ment, tools and machinery used for handling materials and executing any ` i placed outs tie than is Concrete 10-16 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 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. Concrete 10-18 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. Concrete 10-18 Class of Work Walls in Mass Work Above 600 500 to 600 400 to 500 Below 400 1 day 2 days 5 days 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 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) Not until tests have been made indicating concrete is set 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 inst be carefully removed, rough spots in the faces of the walls and any broken p groo 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 Care parts by volume of sand screened over a No. 8 screen. Pointing shall be " floo brought smooth with the surface by means of a wooden float. A steel trowel be shall not be used to finish the surface. Plastering will not be permitted. s of th All concrete which, upon removal of the forms, is found to be porous or and "honeycombed" shall be immediately cut out and removed entirely from the pocke 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 Floor face which is being repaired, removing sound concrete, if necessary, to shall. obtain this depth. If reinforcement steel is not present, the parts removed I shall extend into the concrete not less than 3 inches and the opening 16, n dovetailed in such a manner that the new concrete filling will be securely tempers anchored. In replacing concrete so removed, forms shall be built with a ingred spout or hopper outside the concrete surface, which shall be filled with fresh concre concrete to a point not less than 12 inches above the top of the hole below caused by removing the porous concrete. enclos; The fresh concrete shall be properly bonded to the old concrete surfaces, as hereinbefore When cc specified, and shall be well puddled. The hopper shallJ~ !+ be removed after the shall t concrete has hardened and within 24 hours after the be not concrete is placed, the excess concrete carefully cut away, and the surface pointed and placing rubbed smooth. a petit Concrete used in replacing porous concrete shall be protected from atmosph the tin premature drying as hereinafter specified. of the After the pointing has set sufficiently to permit it, all exposed surfaces shall be thoroughly protect or thre wetted and rubbed with a medium carborundum stone M followed by a second rubbing with a fine the cov carborundum stone to obtain an entire surface of a smooth texture and uniformity in placing color. A cement wash or plaster coat shall not be used. 17. CU) Specific exceptions to rubbing of exposed concrete may be made in the i Detailed Specifications not be cured w: . or on the Plans. pigment( Particular attention is called to the fact that the tops of all walls shall be finished minor do for prec true to line and grade and shall be troweled smooth. includir. Floors, sidewalks, and other exposed wearing surfaces which require finishing shall be grae pilings poured against carefully set screeds and troweled smooth with power operated trowels. The memb Excess water shall be drained away or otherwise removed. The final finish with a steel trowel Des A.A.S.at H. shall not be made until the cement has acquired its initial set. No more troweling shall be done than is and m and magi necessary to obtain a smooth surface. At the option of the Engineer, the top of singl surfaces of walks may be finished with a light broom or brush and an edging tool When mem immediat Concrete 10-20 instead of a trowel. Sidewalks shall be laid out in 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 350 F., unless provision is made for heating the ingredients and for enclosing the concrete and heating the enclosures. No concrete shall be placed when the weather reports indicate air temperatures below 320 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 780 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. 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. 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 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 on 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. r 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 constructior 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 sPecif`cations 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. [dater 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 REINFORCING STEEL 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 accordant, 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 restr4^ 4-ns 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 ma4e 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 Tor Cold -Drawn Steel Wire for Concrete Reinforcement of the A.A.S.H.O. Spe-z fications 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. 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, Concrete 10-23 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.O. 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. 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 (+ 20) F., or after four days in oxygen at 1581 (± 20) 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 shall be securely held by suitable 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. 21. 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 Concrete 10-25 ports be galvanized. Layers of bars shall be separated by metabar supbroken r by other equally suitable devices. The use of pebbles, pieces 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 tie 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 cuirent 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 3/811 0.376 4 1/211 0.668 5 5/8" 1.043 6 3/4" 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 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 Reinforcing Steel. Concrete 10-27 G E N E R A L S P E C I F I C A T I O N 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 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 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 B. C. joint shall be the Dickey coupling, as manufactured j or an approved equal. The factory-appliedCom an by the W. S. Dickey Clay Manufacturing Company, Installing Factory -Jointed Pipe. In jointing vitrified glazed pipe, the dirt, gravel, or other foreign surface shall be wiped free or dust, materials prior to the application of the lubrling shall ebelconnected glazed clay pipe with the factory -applied coupling by first brushing upon the mating surfaces eend prophaller uthenabe centered recommended by the pipe supplier. The spigot clay pipe length and on grade into the bell end of the last downstramofpa moderate shoved "home" and properly seated with the application force by a pry or lever device. Poure_ d_ Joints. Where poured joints are specified, the joint shall consist of jute packing and of a joint poured with bitumastic material co co hereinafter specified. The spigot of the pipe shall first be centered as in the bell by caulking with dry jute packing. Only sufficient juwite packing shall be used to retain the filler. The useall be of oiledpourejute all not be permitted. After centering, the joinrs oint material in the bell. rope or runner to be used to retain the j 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 pored on the surface in sections not to exceed two joints, and lowered into ttrench shall sbettaken to prevent true to line and grade. After pouring, care pressure from being placed on the joints ,,o that the pipe is not bent out of line. Before the joints are made, Loth 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 pips. lowing requiremelts: The joint compound material shall meet the fol shall be hot -poured, mineral -filled, plastic-typ:.-, and have the following chemical and physical properties both before and Lfter heating with stirring in an open pot at 4300 F. to 4500 F. for five or eight hours. (This is expected to approximate s working day on the job.) Bitumen or other plastic 38-43 57-62 Inorganic Matter Organic Matter insoluble in carbon than 5 percent disulphide Not more Specific Gravity at 770 F. 1.65-175 (A.S.T.M. D 71-27) Softening point, Degrees F. 200-230 A.S.T.M. D 36-26) Less than 0.5 Penetration at 320 F. Less than 0.5 at 77oF. at 1150 F. Less than 2.5 A.S.T.M. D 5-25) Flash Point (A.S.T.M. D 92-96) Greater than 6000 F. Fire Point (A.S.T.M. D 92-46) Greater than 6500 F. The compounds shall flow freely at 4300 F. Pipe Sewers 11-2 No chemical action shall take place when the joint compound is immersed for 60 days in each of the 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 1,1d-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. 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. 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 nat exceed 150 feet. The bottom of the trench shall be excavated to a true line and grade accordiig 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 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 14ATER 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 After the manhole is completed and approved by the Engineer, the earth shall be tamped around the outside to a firm, compact condition. 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 hea*y 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 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 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, 8 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 pavers, having one side fairly smooth, which smooth side shall be laid to 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 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 3.'r 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. 11 Z_ 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" IE 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 H. Manhole Steps. Manhole steps are required in 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 tc 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 14AY 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. DrOD 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 Payment for Manholes. Payment for construction of manholes shall include removed every item of construction and materials, except that additional payment is neces 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 All fill extra payment will be allowed for excavation, concrete, brick, steps, original manhole ring and lid, or other items excepting pipe sewers as provided cations. above. When prc Payment will be based upon the unit price bid for each manhole 6 feet or '' in the P less in depth, measured from the flow line of the sewer to the top of the such cos manhole. No distinction will be made between payment for standard and work. 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 23. STR the unit price bid for each additional foot or fraction thereof in excess of the 6 foot depth. across, crushed 21. INFILTRATION. After the contract is completed and the ditch settled, contract infiltration, or pipe leakage, shall not exceed 500.gallons per day per mile them to of pipe per inch of P�P P pipe diameter. If poured joints are used, the leakage materials shall conform to A.S.T.M. Designation C 425. shall fu to its o If infiltration or leakage exceeds this amount, the Contractor shall make such available repairs as are necessary to bring infiltration or leakage within specified opinion o limits. The Contractor shall test the line by blocking off the various sections of pipe, filling the line with water and measuring the leakage. All fills be compac 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- The Contra properly built manholes. For this reason, special attention is called to include s manhole constriction required to prevent leakage regardless of the hydraulic head on the outside of the manhole. 24. FENCE duty of th 22. PAVED STREETS AND SIDEWALKS. 14henever sewers are built under normal shall be r 4 foot sidewalk crossings, the Contractor shall make necessary excavation by is being r tunneling and payment for such work shall be in accordance with the price bid maintain t for excavation. If in the opinion of the Engineer it is necessary to cut the of such li 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 25. CROSS a cur equal to the outside pipe diameter plus 3 feet in width. I'; state high involved w Damage to sidewalks caused by extra breakage due to trench excavation or engineer, other damage during construction shall be replaced by the Contractor at his public as own expense. as possibl Cuts through pavement, either concrete, asphalt or brick or any combination Constructi thereof, shall be replaced with like materials. Payment for such work shall shall be p be on the basis of a cut 30 inches in width, plus outside pipe diameter, and replacemen according to the unit price bid per square yard for such work. addition, encasement 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 26. VITRI . 9and cast i Pipe Sewers 11-10 removed and shall use them and as 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. 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. Flaerever 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 in the 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. adhere vitrified clay pipe and cast iron pipe are connected, joints shall be made as shown on the Pipe Sewers 11-11 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. Pipe Sewers 11-12 G E N E R A L S P E C I F I C A T I 0 11 S --------------------- BUILDING CONSTRUCTIO11 I. GENERAL. These specifications cover buildings of brick, Hadite block and/or concrete block7 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. MATERL S OF CONSTRUCTION. Masonry materials shall consist of such of the following materials as are shoran on the plans and/or provided for in the Detailed Specifications. Brick: Face brick on outside malls and where shown in entrance ways shall be of a light blend and rough faced, and shall be Acme "Perla" Light Mission Blend Ruff -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 shorn 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 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: I•There shown, walls are to be of concrete block. They shall meet Spec. A.S.T.M. C 90, latest edition. 3. CONSTRUCTION. Construction work shall include all masonry work and other materials and equipment required for a complete job. A. 1,'asonry Construction: Iiiasonry 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 malls with brick exterior. Idhere shorn, Hadite block will be used on the inside of the exterior walls and on all interior walls shorn 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 shorn on the plans. Building Construction 15 - 1 Interior walls shall be of a type shown on the plans. ?there interior walls on the plans indicate two courses in thickness, a wall of eight inch (8") Hadite blocks will be acceptable, unless additional thickness is shown on the plans. Lintels: interior lintels shall be of angle iron as shown on the plans, and in case no specific sizes are shoran, 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 with same dimensions and material as Hadite block. Cement: All masonry cement shall be Magnolia non -stain cement and shall conform to A.S.T.14. Specifications. Sand: All sand shall meet the specifications for fine aggregate for concrete. Lime: Lime shall be of a highly plastic type and may be either hydrated lime, pulverized quicklime or lump quicklime. After cooling and before being used, the putty shall season as follows. Hydrated lime putty shall season at least 24 hours, pulverized quicklime putty at least 72 hours, and lump quicklime putty at least 21 days. Putty shall be well sieved and shall be smooth, stiff and kept moist until used. Quicklime shall be carefully slaked in accordance with the individual manufacturer's directions. Cement idortar: Mortar for brichwork shall consist of one part non -staining ce_-rent, one part lime putty and six parts sand. All mo_^tar shall be water- proofed by the use of Master Builders 'Omicron Mortarproofing," or equal, using two pounds for each cubic foot of cement and lime putty used in the mortar, mt::ed according to the manufacturer's directions. All mortar shall be mixed and made up in batches for the work immediately in hand, and mortar shall not be retempered for use. Wall Construction: It is the intent of these specifications that all masonry work be sound, straight, true and first class and complete in every respect. Dimensions shown on the plans must be strictly adhered to. Before brickwork is started, two sample walls 4 feet by 5 feet in sire shall be built for the approval of the Engineer. Walls shall be located where directed and shall 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 quality of the brick and block joint finish and workmanship of the finished work. Dcterior masonry walls shall be built of approved facing brick backed up with material chosen with an air space between brick facing and back-up units, the brick facing being bonded to back-up units with metal anchors Building Construction 15 - 2 as hereinafter specified. Thickness of all walls shall conform to the requirements of the plans. The wall cavity as shorn on 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 nett 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, creep holes shall be pro- vided as shown or directed in exterior four inches of brick, wall. These creep 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 vall of building. These dowels shall extend though the out- side four inches of brick vork and shall be removed before mortar has set hard. Flashing shall be built in as shorn to direct any crater through these weep holes to the outside of the wall. B. Hiscellapeous 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 Frill be acceptable if ap- proved by the Engineer. h;etals, 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.I•i. standards. Shop drawings showing all details including thickness of metal, sizes and manner of assembling the various members properly coordinated Frith the related ;•cork 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. Worl+saanshin - vIall Construction: All work shall be laid plumb, level and true. he work shall be maintained level all around the building as far as practicable, but where necessary to run up part of the pork 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. ;letting of brick before laying shall be done in a manner consistent with the nature of the brick, the hind of mortar used and the weather condi- tions, the object being to adjust the absorption of the water from the Building Construction 15 - 3 mortar so as to obtain the proper bond between the mortar and brick. Ex- cessive vetting of brick during periods vhen freezing may be expected shall be especially avoided. All masonry shall be laid up in good workmanlike manner in conformance with the best Ame:•ican standards. Bed joints shall be completely filled with mortar. Ve=•tical joints shall be completely filled with mortar. In laying mortar for bed joints, furrowing will not be permitted. 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 facing brick veneer on all exterior walls shall be laid in straight running bond in straight level courses, plunb, true and securely anchored t�eenck up iace br°cks^o_ concrete ttith metal anchors, with an air space be- �rd facing units, as shown on the pla anchors si1a11 be galvanized iron wall ties, Dura-Wall,-r equalMe , shall tal be used on every sixth course (second course of IiadLte block). Where partitions join outside galls or other partitions, the same tall times shall be used, and shall extend into the connecting wall. On inside wa11s, which extend all the waf from the floor to the ceiling, wall ties shall be used as specified above for exterior n;a11s. curtain walls are shown on the PlansWhere, tall ties shall be used between each course of Hadite block. 1-1here such walls show an Unsupported angle, one ;; e of the Dura_W_all ties shall be cut and the wire bent to fit to make a continuous tie around the bend. Joints shall be not less than 3/8 inch nor more than 1/2 inch wide but sham be uniform extent that head joints may vary slightl;r in widths as may be necessary to adjust the bond and eliminate closures. As the brick or blocks are laid the mortar shall be cut flush with the sur_ face with the edge of the trowel. 9.'he mortar shall remain in this Gon- diti.on until it has taken a moderate set; the elapsed time 'ill vary, dependent upon the exact nature of the brick and mortar and upon weather conditions, the joints shall then be firMlY tooled with a taking the h,ad joints first and then the bed joints. round iron, At the time of jointing, all nail and other surface holes shall be care- fully filled. This shall be done in such manner as to thoroughly com- pa the to ct removeirregular � 'The surface shall then be lightly brushed with burlap ,ula projections of mortar and loose particles. Special note is to be taken that all inside joint tent. s shall be particular firmly rodded so as to eliminate moisture absorption to the fullest exly Where caulking is required, 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. Building construction 15-4 Partition blocks shall be anchored at intersections as s_ecified elsewhere in this division of the Specifications. D. Built -In Items: All fleshings where required shall be constructed in a substantial and i-mernanshiplite manner. Flashing shall penetrate masonry walls not less than 1-1/2 inches. Built-in door frames, window frames, and all other items to be incorporated in the masonry work shall be in- stalled as masonry rrork is 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 matte provisions for the installation of their work without the necessity of cutting and patch- ing as far as possible. Me Contractor shall do necessary cutting and patching with sufficient care to prevent damage to structural stability, appearance and weather resistance. creme 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 windows, or other work, as shot,n on the plans. E. Protection of i;asonry and Cleaning: The top of galls and partitions shall I e covered at the end of each day's work, using waterproof reinforced paper or canvas weighted dose. ITo 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 f_•eezinG will occur within eight hours unless provisions for protection are employed. All z•ro_•k shall be protected against mechanical injury as may be necessary. On completion of the masonry work, all exposed masonry surfaces shall be thoroughly cleaned dorm 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 ;corked down. Cleaning shall be done with 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. Eycess mortar stains shall be -removed and the entire surfaces rinsed with clean water. Defective mortar joints sluall be cut out when necessary, and the crevices filled solid with mortar and tooled as specified. F. C-:ulldng, and Olazin : All joints shall be caulked about all window and door frames in masonry valls. All metal anchors in exterior masonry galls shall be caulked for support of electrical equipment. CaulIking compound used shall be of well known American manufacture. It shall be of gum consistency or knife consistency for the respective appli- cation methods specified. Building Construction 15 - 5 The material used shall be approved by the Engineer before being shipped to the work. Caulking 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 with oakum to within 1/2 inch of the surface. Joints shall be carefully and com- pletely filled with the compound thoroughly worked and compressed into same. - The method of application shall be by means of a pressure caulking gun, except in locations there a caulking gun cannot be used. in these loca- tions, the compound shall be applied with a knife. The Contractor shall glaze windows, doors and other openings requiring glass (see window and door schedules on plans). Glass shall conform to the following. Window glass shall be standard double strength A quality clear glass except where otherwise specified. Obscure glass shall be ribbed or roughened by decorative design on one surface; other surface shall be smooth. Glass shall conform to A.S.T.M. Specifi- cations. _ Except as otherwise specified, all windows shall be glazed with "DS-A" window glass for sizes up to aaiincluding 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, door glass shall be glazed with Except as otherwise specified, all glazed "DS-A" window 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 way. 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 ;•lindows (Cm-imercial projected): Ventilator, frame and muntin members shall be hot rolled steel bars not less than l-� designed for steel windows. less inches deep, specifically Windo;•;s shall be designed for inside putty glazing, using glazing clBaring wire ips . Both frames and ventilators s1:111 be asserdoled by tenoned, riveted joints at corners. Continuous two pc,nt 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 wir_dovs shall have ventilators accurately pivoted at sides or. t„o steel arms attached sh to window frames by steel arm blocks. Each ventilator allbe equipped 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 15-6 with sufficient friction to hold the ventilators in open position up to the limit of their movement and to prevent rattling. Manufacturer'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 oaerated 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. 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 fc"'' Ys. Completed floors shall be allowed to stand at least 98 hours before cleaning. Building Construction 15-7 Floors shall be cleaned with a solution of one pint of Briten, dissolved in three gallons of water and applied freely to floor, covering a small area at a time. The solution shall be allowed to stand on the floor for 15 minutes, then the floor scrubbed thoroughly vith an electric scrubbing machine. After the dirty solution is removed from the floor, the floor shall be rinsed twice with cold clear water. The Contractor shall apply a coat of Vesta -Gloss with a lambswool appli- cator and allow to dry fora period of one hour free from traffic. A second coat shall be applied in the same manner as the first coat. Floors shall be guaranteed jointly by the manufacturing company and the tile contractor against all defects in workmanship and materials for a period of one year from the date of completion. Building Construction 15-8 GENERAL SPECI F I CATI ONS BUILT-UP ROOF (With and Without Insulation) I. 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 I. 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 3700 F. and 4000 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 Built -Up Roof 15-11 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 Th cant shall have an incline of 450 with the roof surface, and shall intersect Sp the roof surface approximately 5 i;iches from the face of the wall. Over the ti concrete roof or the insulated concrete roof, there shall be mopped one coat St of hot pitch. Over the entire surface there shall be laid four plies of TIS 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 Th 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 Bi the work previously done as follows: 1% 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, 1-1/2 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 G E N E R A L S P E C I F I C A T I O N S -------- ------------- 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 from the Arkansas State Highway Department, Little Rock, Arkansas. Bases and Granular Surfaces, Part 300 Page No. Crushed Stone Base Course, Section 306 . . . . . . . . . . 114-117 Bituminous Pavement, Part 400 Prime and Tack Coats, Section 401 . . . . . . . . . . . . 150-153 Materials and Equipment for Hot -Mix Bituminous Binder and Surface Courses, Section 409 . . . . . . . 177-188 Construction Methods for Hot Mix Bituminous Binder and Surface Courses, Section 410 . . . . . . . 188-195 16-1 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 1. 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 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 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 and 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 Specifications 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 wage3 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 23 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. C. Safety and Health Regulations The provisions covering safety standards and accident prevention as set out 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. 17-2 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, 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. 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 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-? 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 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 furp_ish 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, lie 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. 17-4 15. MATERIALS OF CONSTRUCTION A. 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. Pipe carryirl 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 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 L 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 flanged polypropylene gate valve for Class 150 service at 700 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 used 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. 17-5 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 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. 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. Handrails Handrails in the storage tank area shall be 1-1/4 inch black iron pipe, 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. 17-6 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 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 After topsoil is spread and p p 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 17-7 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 Roadwa 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 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 macerial. 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. 17-8 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 SO 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. 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 sha_ ,)e 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. All 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. 17-9 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. F' 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. 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 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. D. 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. E. 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. F. 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. G. 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. H. 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. 17-11 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 steal. 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 Covernment 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. 17-12 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 weatherstripped 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: Thresholds shall 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. K. Hardware. Hardware is shown on the plans. 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. 17-13 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 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 Covens -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. 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 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 65I, four ply 15 pound felt above insulation properly installed and taped. No vapor barrier is required. No bond is required. 17-15 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, and servicing 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: 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. A certified copy of the equipment details. This shall have noted thereon all field changes made. 17-16 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. 5. Complete operating instructions, including details of greasing, maintenance, etc. 6. A detailed parts list, together with re?lacement 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 of 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 17-17 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. 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 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. 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. 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. Piston displacement, 151 cubic inches. Governed speed, 1,670 rpn.. 17-18 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, pol.yvinyl 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 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-QF31MO10M, double seal. 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 ccinections 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 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. 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- ment 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 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. 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 1 922 13-641-717 Orion Model 901 Microprocessor 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 17-22 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 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 well 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 of concrete 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 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 shallconsist 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. Concrete o� 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. 17-24 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 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 with due consideration for 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 loads shall 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. 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 17-27 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 wiring 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 IM-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 sball 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, 900 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. 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 walls 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 to 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 to allow the bushing to butt up tight against the end of the conduit, after which the locknut shall be screwed ti&: 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 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 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. Expansion fittings, 0-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 to match surrounding surfaces. All flexible conduit shall be liquid -tight as manufactured by American Brass Company "Seal -Tate" 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. 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. 17-30 L. Wiring. A complete wiring system shall be installed as shown on the plans. 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 [dire 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 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. M. Outlets and Fittings. Concealed cor_duit 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. N. 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 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 shoe."d•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. Q. 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 normally closed contacts shall be as shown on the plans. Contacts shall be resilient type with contact surfaces of beryllium copper or silver alloy. Contacts, contact guides, the complete magnetic assembly and all other steel parts with wearing surfaces shall be hardened. 17-32 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 hel6 as indicated. Electrically held relays shall be Square D Company Type LO, 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. 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 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 the chassis type, which will be mounted inside the fluoride feed system control panel. 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. Fiuoride 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 (1 required). (Detailed Specifications Subsection V) Item No. 5. Isolated Signal Interface - Parametrics chassis type Catalog No. 680121 (1 required). (Detailed Specifications 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 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). 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, +3%, 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 0-1.50 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. 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 - 4- 4-20 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 NENA 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: 1. 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 of the 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 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 NM 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 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. 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 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 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. AA. 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: 1. 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 14NIIF80G-12-32 V1.0-1-R. The flow through this meter will be from left to right from the observer's viewpoint. 17-39 DD. Tachometer -Generator. The Contractor shall furnish and install 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. 17-40 22. METHODS OF MEASUREMENT AND PAYMENT. Methods of measurement and payment, as set out in the General Specifications covering the •carious 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. Item No 4 SB 2 Base Material for Bedding and Repair of Trenches under Existing Pavements Payment for base material for bedding 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 (except that installed in the fluoride feed building, which is covered by Item No. 3 of the Proposal). Item No. 7 - Topsoil for Plant Yard Repair 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 repaired in like manner at the Contractor's expense. Payment shall be by the cubic yard of topsoil furnished, struck bsd 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. 17-42 SPECIFICATIONS FLUORIDE FEED EQUIPMENT TO SERVE THE CITY OF FAYETTEVILLE, ARKANSAS AND BEAVER WATER DISTRICT, LOWELL, ARKANSAS Arkansas State Fluoridation Project Grant No. H101 CCH600216-01 Plans No. BWD-8 Dated June, 1980 MCGOODWIN, WILLIAMS AND YATES, INC. ENGINEERS FAYETTEVILLE, ARKANSAS CONSULTING - I MCGOODWIN, WILLIAMS AND YATES, INC. 0. T. WILLIAMS. JR. CONSULTING ENGINEERS 909 ROLLING HILLS DRIVE L. CARL YATES FAYETTEVILLE, ARKANSAS FAYETTEVILLE. ARK. 72701 TELEPHONE 443.3404 May 19, 1981 `7 Re: Fluoride Feed Equipment to serve 1 the City of Fayetteville and Beaver Water District, Lowell, Arkansasn Plans No. BWD-8 Street & Drainage Improvements r/(1 DHUD Project No. 7701-ST; Plans No. Fy-70 Street & Drainage Improvements q1 4 \ Contract Sections V, VI and VII ko, " C' 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, `— Jerre M. ran Hoose JMVH:sc Enclosures '� '�� : :; P 4 t� 1 a [ — n tom• 1 r b- t. 1 r i i 1 - ` j.WY N h i JI v (Ft� rt ♦�e �U..F{1 ? i