HomeMy WebLinkAbout04-1966
4 ~ 1
CIlY OF DF-WON, TEYA.S
SE•tAGE SYSTr:,M k^tFRO'rcjt~;~'8 ~
~
CONTRACT NO. 66-1
. YYER, CnB'`~ S°7~4Ft2 OUTF.:ILL
I
.1FRI~. I'•?b~ .
i
VPC-Zex-3~3
MAYOR
WARREN W T'TS011
DF . C t3ES'T WLAWD .
A°.. PRrNK A. CAllp. JR.
i CITY i'.i'rA' ,R
l~Gr hL`1'?JG~La `
4 &gc)OXS BOLT
WATER N14D SrWR SUXTRINTE NT
r ~
f
t~
Nil
~.r~; L "'PFSB a
~1 r y'1j;I ur Ri
FORT `aiOlrl s , l l` xk'i
i
UNITED STATES
DEP{ARTMENP OF THE INTERIOR
k
F
FEDERAL WATER POLLUTION CONTROL ADMINISTRATIO
South Central Region
1114 Commerce Street
Dallas, Texas 75202
y 19, 1966
Re: WPC-Tex-393
Denton, Texas
Honorable Warren Whitson
Mayor, City of Denton
Municipal Building
Denton, Texas 76201
Through: Mr. G. R. Herxik, Jr., Chief
Environmental Sanitation Services
Texas State Department of Health
Attention: Mr. D. F. FT,allhorst
Dear Mayor Whitson:
Enclosed for your file is an approved copy of Change Orddr No. 1
to your contract with Tex-Con Utility Contractors, Inc.
Sincerely yours,
John P. Smouse, Chief
Construction Grants Activities
.r-k%~Lc2tc[
Dan M. Dowdey, Enginee,(~j
Enclosure
cc:
Tex SDH
Freese, Nichols, & Endress
er--s..►-►. e.r.ea
CHANGE OR EXTRA WORK ORDER
PROJECT: Cooper Creek Sewer Outfall
CONTRACT: No. 66-1, WPC-Tex-393
OWNER: City of Denton, Texas
CONTRACTOR: Tex-Con Utility Contractors, Inc.
i
CHANGE ORDER NO. 1 DATE: June 9, 1966
CHANGE OR EXTRA WORK TO BE PERFORMED
Revise sewer alignment from Station 26+09.9 to Station 37+58.4 in
accordance with the attached drawing. Quantity of 24" Extra
Strength Y.C. Pipe will be decreased by 214.0 feet. No change
in bid unit prices.
r tltr,.,liv,Nrtwivu.r11,r1,; 1 r 1„ti
' AND WELFARE
tCHI I111',ll,fll ri 1{51 -E
1'1;,14 all I
1 ni r i is cunneMioa with r
an a i t
• f i.r i ru,, ..!urllOQ nI tree ~
r tla- 1 i,f va! `.1,',i •r F'o1IUIinn
f.~ t.c :rul:,tircw Irruutalg.r.1 ~ ~~jT,
r~
11e1i Imi
i ng f.u. 'a ~+XI
■nd ar Lerc ith Al' iU
~ •in vlr, Tea
aas ease in contract amount
Revised contract amount
Net (increaa) (decrease) in contract time of completion
Revised contract time of completion No Change
Recommended by Approved by OWNER
FREESE, NlCHOLS AND ENDRESS By
LL.t/1Y E/ . Qr. Ls-c
"1 Dbfnbatlone
Approved by CONT CTOR 2 X-oww
f - Cenhaelee
1- F, k, i 6 OHIa
Br 1 - ROL E".
3 - State Department of Health
CHANGE OR EXTRA WORK ORDER
PROJECT: Cooper Creek Sever Cutfall
CONTRACT: No. 66-1. WPC-Tex-393
OWNERS City of Denton, Texas
CONTRACTOR: Tex-Con Utility Contractors, Inc.
CHANGE ORDER NO. 1 DATE: June 9, 1966 t
CHANGE OR EXTRA WORK TO BE PERFORMED
Revise sever alignment from Station 26+09.9 to Station 37+58.4 in
accordance with the attached drawing. Quantity of 24" Extra
Strength V.C. Pipe will be decreased by 214.0 feet. No change
in bid unit prices.
Net ('inuaase) (deaeass) in contract amount
Revhed contrad amount
Net {increase) (decrease) in contract time of Completion
Revised contract time of eompbtion No Change
Recommended by Approved by OWNER
fREESE, NICHOLS AND ENDRE,SS
By Wgz'L~
r
DldribrHem
Approved by Ch::` 2 X.owmer
I - Ceetredef
!-f.KaEOM"
3 - State Department of Health
a •n ee a i 3 ' 06
W a
at k 11 A
isr it .~4 .9 -
4 16 .0's
• '
~ w' ~ r~ 9 5~ ~ •s
w PH -11
a•9 gYp~ F' ~ oe o a~i ~ ~ ~ ~ o ~ .c4 ~1 ~ C 1 z'8e.3'~~~" 'S ~1 .e ~ 5 ~•o
0 f'. M 9 w T w w ° j y .3•Y v
via /J
6 YC TT «
0 H O •NI 1~O
Ll 0 V SM w9 " T« Y 5
• 4
'd .9L O
~N ~h ww 3
14
v' b w b owi ~'s1 A ! V ral 9 0' 9p '
Z a5 ~,~8~5~d ~ g o~.9•° ~ ~ 1 ~ i ~~~tl~~~~ 1 w' f ~ ~ "~P
C"O
Lit 0 a
11 O Cj iS 7 N
$ «
4 NU S4 -a-
O
41 ►a o S 'Sb a G a'9 o a
F W $
o d$ o p N Q° 1 s N' e .3.1 5G
43 lot
00 10
Z E . 'd o o wIn ~V V`~ Y (O 1« Y o 9
w 0
0,04% 9
000~~~ g o ~ ~ ~
70
~ Q Y• Ok W Y y w .9 $ 7. Q.y'
Nw 116
9 w 0o t4 d it o 0:1- io .4 , 'y 1 Y J55
45
3 1 3
444
:mj
~ y p~
Q U H~ ~Ag d#7 i A 1 ~ Nyf~ • ~.X~~
djC
~4'A~3 Q9 a o "4
R
CITY OF DENTON, TE.CAS
SEWERAGE SYSTEM IMPROVEWNTS
CONTRACT NO. 66-1
COOPER CREEK SEWER OUTFALL
` APRIL 1966
WPC-Tex-393
MAYOR
WARREN WHITSON
COUNCIIHEN
H. R. r."II .RTON
DR. CWM1 R NEWLAND
DR. FRANK A. CAMP, JR.
HOWARD GENTRY
CITY MANAGER
JACK REYNOLDS
CITY SECRETARY
BROOKS HOLT
;LATER AND SEWER SUPERINTENDENT
JACK OMEN
FRBESE, NICHOLS AND ENDRESS
CONSULTING ENGINEERS
FORT WORTHS TEXAS
. CONTRACT DOCENTS
FOR
COOPER CREEK SWER OUTFALL
CONTRACT 66.1
TABLE OF CONTENTS
Pete
NOTICE TO BIDDERS a
DWORMATIOP AND SPECIAL INSTRUCTION TO BIDDERS b
S.°ECIAL PROVISIONS f
FEDERAL WATEt POLLUTION CONTROL ACT SPECIFICATIONS h
LABOR GLASSIFICATION AND MINDWH WAGE SCALE i
PROPOSAL
CONTRACT AGREEMENT
1
PERFORMANCE BOND 3
PAYMENT BOND 5
GENERAL CONDITIONS OF TEE AGREEMENT 7
DETAIL SPECIFICATIONS
Item,
1. Excavation and Backfill
2. Clay Sewer Pipe
3. Concrete Steel Cylinder and Asbestos-Cement Pipe
4. Cast Iron Pipe and Fittings
5. Eta`*dment Material
6. Manholes
7. Concrete and Reinforcing Steel
8. Connections to Existing Lines
9. Replace Base and Pavirv,
10. Railroad and Highway Crossings
11. Sewage Pumps
12. Plug Valves and Check Valves
13. Sump Pump. Air Compressor and Ventilators
14. Miscellaneous Items in Lift Station
15. Masonry
16, Doors, Frames and Oindows
ij~
1?•
Rooting, Sheet Metal and Miscellaneous Architectural
18. Waterproofing and Caulking
19. Glass and Glazing
20. Litt Station Driveway and Parking Area
21. Chain Link Fence
22. Painting
23. Sanitation, Clean-up and Site Grading
24. Electrical
25. Measurement and Payment
NOTICE TO BIDDERS
Sealed proposals addressed to Jack Reynolds, City Manager, Denton, Texas will
be received at the office of the City Manager in the Municipal Building until
10:00 A.11., May 5, 1966 , for the construction of the following item.
r
CONTRACT NO. 66-1 COOPER CREEK SEWER OVTFALL
The contract consists of constructing a sewage lift station and approximately
15,800 L.F. of sewer line varying in size from 8" through 2411.
At this time and place, proposals will be publicly opened and read aloud.
Any bid received after closing time will be returned unopened.
Copies of plans, specifications, and Contract Documents are on file and may b,)
examined without charge in the office of the Director of Public Works. Coi+-;
may be procured from Freese, Nichols and Endress, Consulting Engineers, 509
Throckmorton Building, Fort Worth, Texas, upon a deposit of $25.00 as a guarr.•-
ntse of the safe return of the Contract Documents. The full amount of this
deposit will be returned to each bidder upon return of the documents in good
condition, providing the documents are returned within ten (10) days after
the opening of bids. No refund on Contract Documents will be obligatory after
the period of ten (10) days.
A cashier's check, .ertified check or acceptable bidder's bond. payable to the
City of Denton, Tex.+s, in an amount not less than five (5p) per cent of the
bid submitted, must accompany each bid as a guarantee that, if awarded the
contract, the Bidder will, within ten (10) days of award of contract, enter
into a contract and execute bowls on the fords provided in the Contract Docu-
ments.
Attention is called to the fact that not less than the prevailing wage rates,
as established by the City of Denton, Texas, and as hereinafter set forth in
the Contract Documents herainbefore described and which are made a part here-
of, must be paid on this project.
In case of ambiguity or lack of clearness in stating proposal prices, the City
of Denton. Texas, reserves the right to adopt the most advantageous construction
thereof, or to reject any or all bids, and waive formalities. No bid may be
withdrawn within thirty (30) days after date on which bids are opened.
Non-discrimination in employment: Bidders on this work will be required to
comply with the President's Executive Order No. 11114, and the provisions of
Executive Order No. 10925 as included therein. The requirements for bidders
and contractors under this order are explained in the specifications.
CITY OF DENTON, TEXAS
Jack Reynolds, City Manager
a
INFORMATION AND SPECIAL INSTRUCTIONS TO BIDDERS
1. Work to be Done: The work to be done comprises the furnishing of all
materials, labor, tools, equipment and appliances necessary for the cons*: itiop
and completion of the Cooper Creek Sewer Outfall for the City of Dent,..i, "-9xss.
The work consists of furnishing and installing of pipe, manholes, sewag. lift
station and appurtenances, all as shown on the Plans and as provided by these,
Speoifications. The project is located in the northeast section of the City.
2. Award of Contract: The Owner reserves the right to award the contract
based on its decision as to the best bid submitted. The Owner also reserves
the right to reject any or all bids. Unreasonable or unbalanced unit pricos
will be cause for rejection of any bid.
3. Materials Furnished Omer: The Owner will furnish no materials. The ~
Contractor shall furnish all materials, equipment, eto.
4. Time of Completion: The Owner desires the work to be completed at the
earliest possible date. The project should be completed within 270 calendax
days as set forth in the Special Provisions.
In the event the Contractor fails to complete the project within the time set
forth in the Proposal, the Owner may withhold permanently from the ;payments t:-
the Contractor the a= of Fifty ($50.00) Dollars per day as liquidated damages,
as set forth in Section 4.04, page l?, of the Oineral Condtions of the Agree-
ment.
5. Bid Form: Bids shall be made on the blank form attached and the compl3t.e
documents and plans returned with the bid. Bids not so made will be consideroo
out of fora.
b. Bid Segurity: Each proposal must be accompanied by a certified check
or acceptable bid bond in an amount equal to at least five (5%) per cent of
the amount bid as a guarantee that, if awarded a contract, the bidder will
execute such contract within ten (10) days in the form hereto attached and
make bonds of one hundred (1000 per cent of the contract price.
7. Performance Bond: With the execution and delivery of the contract, the
Contractor shall furnish performance bond for the full amount of the contract.
Bond shall be executed by an approved surety company authorized to do buoinese
in the State of Texas, and acceptable according to the latest list of companios
holding Certificates of Authority from the Secretary of the Treasury of the
United States of America. Performance Bond shall be arranged to extend for a
period of one (1) year beyond the date of written acceptance of the work by
the Owner, to guarantee the repair and/or replacement of defective materials
and/or workmanship which may develop during this period.
8. Payment Bond: In addition to the performance bond, the Contractor hall
furnish a payment bond for the full amount of the Contract. Payment bond
b
shall be executed by an approved surety company authorized to do business
in the State of Texas, and acceptable according to the latest list of companies
holding Certificates of Authority from the Secretary of the Treasury of the
United States of America.
9. Interpretation of &goifications: Any question as to the meaning of any
specifications will be answered by Addendum which will be sent to all who
have been furnished with the plans and specifications.
10. Bidder's Knowlod&e o itions: Prior to the submission of the Pro-
posel the Bidder shall have !Dade a thorough examination of the site of the
work and of the plans and specifications. and shall become informed as to
the nature of the proposed construction, the kind of facilities required tr,
carry out the construction, labor conditions. and all other matters that may
affect the cost and tire of completion of the work upon which he bids.
• 11. Rkht-of-Wav: Without cost to the Contractor, the Owner shall provide
all necessary right-of-way or easements required for the project. The bound-
aries for these easements 'rill be thirty (301) feet on eaoh side of the car+ter
line of the sewer wain, unless otherwise indicated on the plans. The Con••
tractor will be expected antd~. required to keep all of his activities within t''e.
boundaries of this sixty (b0') foot easement.
Unless specifically provided otherwise, the Contractor, as a part of the pro-
ject construction operations, shall clear all rights-of-way of obstruction
which must be removed to make possible proper prosecution of the work. The
Contractor shall replace, repair and restore W improvements on or along tha
right-of-way or easements which may have been removed or damaged in it due
to his operation when ordered to do so by the Engineer. All property along
and adjacent to the Contractor's field of operation, especially but not limi%oi
to sod on highway right-of-way, lawns. yards, shrubs, tress and fences shall
be adequately protected and when damaged or removed shall be repaired, replaced,
renewed or otherwise put in a condition equal to or better than existed before
the Contractor caused such damages or removal. The Contractor shall not out
ary fences until gates are constructed as shown on the Plans. The Contractor
shall burn all brush, trash, etc., and remove all rock larger than six (b")
inches from the project site.
The Contractor shall observe all regulations of the Texas Highway Department,
and of the Texas and Pacific Railroad Company.
12. QAMss of Looati,,on- No change in the alignment is contemplated; however,
should a ohangs be necessary, the Owner reserves the right to make such changes;
unless it can be clearly shown that r4ch change works an undue hardship on the
Contractor, no extra compensation will be allowed the Contractor.
13. Eropertg Protection: The Contractor will be expected and required to
protect all property. fences, livestock, etc. All gates shall be left in the
condition they are found; i.e., locked gates shall be kept locked at all
times except when in actual use, oloted gates shall be kept closed, etc.
e
' Wage Rates: The Labor Classifications and Minim= Wage Rates set forth
..plow have been predetermined by the City of Denton, Texas, in accordance with
statutory requirements, as being the prevailing classifications and rates,
and shall govern on all work performed by the Contractor or any subcontractor.
15. Payment: Payment will be made in accordance with the provisions of the
Detail Specifications. Partial payments will be made in accordance with the
General Conlitions of the Agreerent.
16. State Sales Tax: The City of Denton. Texas. qualifies as an exempted
agency under the Limited Sales, Excise and Use Tax Rules and RegulaV.ons of
the State of Texas which set forth regulations on the 2$ tax on sales in Tcxa-.
So that the City and the Contractor may be exempted from payment of the 21% rllt_13
tax on materials purchased and installed on this project, the Contractor
be required to submit to the City prior to the final estimate a stataaont or
bill setting forth the total cost of the materials purchased for installaV.^l
separated from the total cost of the skill and labor services required for their
installation. Itemised quantities for each type and site of materials are
to be included in the material cost billing. The s= of these two oasts
shall equal the totial and final cost of the pro,"jeot. Upon receipt o° this
statement, the City of Denton will then issue a Certificate of Exea;tion tc
the Contractor that he may pass on to his supplier. In the event taut th.4
total material cost on the project is less than $1,000.00, the abevo proceetre
will be optional to the Contractor.
There shall be shown as a part of the Proposal, in the spaces provided thnze!n,
a segregation of the estimated total cost of vu+terials and the estimated total
cost of services. The Contractor shall require his sub.-contractors to siK"
written sub-contracts in which prices a:e segregated f.- the estimated tot;:?
cost of materials and the estimated total cost o. sarvices.
17. Existing Utilities: It has been attempted in the planning of this proj,.ct
to show the existing utilities such as water lines. pole lines, gas lines ar'
other utilities on the plans. Neither the Owner nor the Engineer guarantee,
however, that all utilities are shourn, and this Contractor shall be respon-
sible for damage to any existing utility either shown or not shown on the
plans.
In the event an existing +itility is discovered which is not shown on the plans,
arc! w'nore such utility is clearly in conflict with this pipe line, the utility
will either be moved at no expense to this Contractor, or this pipe line
alignment will be changed as necessary to avoid the conflict. Where an
existing utility is adjacent to the work and this Contractor desires such
utility to be moved for his convenience, then in such case.the Contractor
shall pay for such moving.
18. Water fo_rConstructicn: The Owner will furnish all water required during
construction; however, attention is called to the fact that not all the project
is served with a water line. Water will be available at points on the distri-
bution system. The Contractor shall, at his expense, lay such lines and make
d
such connections as he may need, subject to the approval of the Water Depart-
ment. Water from Cooper Creek shall be utilized for jetting purposes where
available.
19. Guarantee: The Contractor shall guarantee the pipe line and lift station,
and all other work covered by this contract against any defects or failure din
to defective materials or workmanship, for a period of one year from the d'e.tr,
of written acceptance by the Owner. Damage due to sets of God or from sabotage
and/or vandalism are specifically excepted from this guarantee. The Contractor
shall arrange for his performance bond to be effective for one year ;.f`„er
final acceptance, as R part of this guarantee.
When defective material and workmanship are 6iscovered, required repairs are
to be made under this guarantee and all such repair work shalt be d x.o by th-Is
Contractor at his orm expense within five days after written notice of any
defeats or failure has been given him by the Owner. Should the Contractor
fail to repair such defects within five days the rafter, the Owner may rtakr
the necessary repairs and charge the Contraotor with tho actual cost of the
labor and material required.
20. Disposal of ~ b_e_ss_Material: This Contractor will be required to d;rroq;
of all excess dirt from trench excavation which mey be displar-ed by he
ed pipe. It is expected that the excess backfill dirt will be held to a
minimum, because the entire backfill Will be jetted in accordance with the
detail specifications, so that after-settlement of the backfill will be hmid
to a minimum,
21. 3hca Drawinres. Data a.._nd Trstruction Books: the Contractor shall furris:,.
drawings and data cover:rg itons of materials and elui•r.1Pnt for approval by
the Engineer prior to purchase, fabrication or shipment. Your sets shall U,;
:t)xnished direct to the Engineer. One set will be approved or disapproved a-d
revarned to the Contractor for file or resubmittal, one set will be retained
by the Engineer in Fort Worth, one set will be sent to the Resident Esn;inoa,•,
and one set to the Owner. The following is a list of material and equipment,
given as an example of what shop dratringe and data should be subr+ittel for
approval.
a. Reinforcing steel
b. Pumps, switch gear and controls
c. Cast Iron Pipe
d. Steel Cylinder Concrete Pipe
at Pump Control System
f. Ventilators, Sump Pump & Air Compressor
Tina drawings and data shall be in sufficient detail to permit checking against
contract requirements. Piping and reinforcing steel details will be checked
for site, material and general arrangement, but the Engineer Will not
necessarily aback all dimensions, and quantities of the various materials.
e
SP✓CI& PROVISIONS
1. General: This project will be financed in part by a Federal Grant for
Sewage Treatment Works, Public Law 660.
2. Time Allowed for plot:.nn: As set forth in the "Information end Spoci.ll
Instructions to Sidders the time allotted for the completion of all iteris of
work shall be 270 consecutive calendar days, which time shall begin on the
tenth day after the issuance of the Work Order. The Work Order shall consist
of a written request by the Engineer to the Contractor to proceed ws.th the
construction of the project.
3. Lowest and Best Combined Bid Wil). be Accented: Subject to tho other
requirements and stipulations in the specifications and othar Contract. Doc-
uments, the Owner reserves the right to award the contract to the qualified
responsible bidder submitting the lowest and best combined bad covering all
sections of the project which the Owner decides to award at this tire. The
Owner also reserves the right to accept or reject any or all bids On any or
all sections if it is deemed to be in the best interest of tho pubb.U c.
Further, the Owner reserves the right to reject ajW bids becf.v.ne of irre n!lari.ty
or to waive such irregularity if such action is in the public interest.
4. Anti-Kickbaok Provisions: The Contractor will comply with the regulatt ma
of the Secretary of Labor made pursuant to the Anti-Kickback Act of June '__t,
1934, 40 U,S,C, 2?6 (o), and arq amendments or modifications thereto, and WL11
cause appropriate provisions to be inserted in subcontracts to insure complicate
therew.`h by all subcontractors subject thereto, and will be responsible for
the submission of affidavits required of subcontractorc thereunder, except as
the Secretary of Labor may specifically provide for reasonable limitatior,r,
variations, tolerances and exemptions from the requirements thereof.
This act provides, among other things,that: each contractor or sub-
contra;itor engaged in the construction, prosecu4.ton, completion, or repair
of any public building or public work, or building or work financed in whole
or in part by loans or grants from a Federal agency, shall furnish each week
a sworn affidavit with respect to the wages paid each of its employees engaged
on work covered b; these regulations during the preceding weekly payroll
period. The affidavit shall be executed and sworn to by the Contractor or
subcontractor who supervises the payment of wages, and shall be in the follow-
ing form:
STATE OF COUNTY OF
is (Name of party signing affidavit)
(title), being duly sworn to depose and say: That
I pay or supervise the payment of the persons employed by
contractor or suboontraotor on the
(building or work) ; that during the payroll
f
period commencing on the day of .196 and ending the
day of ,196_all persons employed on said
project have been paid the f l weekly wages earned, that no rebates have
been or will be nude either directly or indirectly to or on behalf of said
(rontraotor or subcontractor)
from the full weekly wages earned by any person, ot`ser than permissible de.
ductions, as defined in the regulations under the "kick-back" Act (48 Stat.
948) and desoribed below:
Signature and Title
Sworn to before me this day of 196
3. Ltight of Access: Representatives of the Texas State Department of NIALic
Health and the Unitei States Public Health Service shall have access to the
work wherever and whenetier it is in preparation or progress and the contractor
will provide proper facilities for such access.
6. Open Specifications: Where materials or equipment Are specified by a t.-ads
or brand, name. it is not the intention of the Owner to discriminate agair.nt an
equal product of another manufacturer, but rattier to sot a definite standard
of quality or performance, and to establish an equal basis for the evaluation
of bids. Where the words "equivalent", "proper", or ",)qual to" are used, they
shall be understood to mean that the thing referred to shall be pro;.er, the
equivalent of, or equal to some thing, in the opinion or judgment of the
Engineer. Unloss otherwise specified, all materials shall be the beat of thair
respective !-.JAnds and shall be in all cases fully equal to approved samples.
Noth*rithstanding that the words "are %qual to" or other such expressions may
be lased in file specifications in connection with a material, manufactured
articled or processes, the material, article, or process, specifically design-
ated shall be use, unless a substitute shall be approved in writing by the
Engineer, and the Engineer shall have the right to require the use of such
specifically designated material, article or process.
9
SPECIFICATIONS AND CONTRACT REVIRIBMTS
FOR WORK ELIGIBLE FOR MUM PARTICIPATION
FEDERAL WATER POLWTION CONTROL ACT
(Public Law 660, as amended)
a
Rev. 7-19-65
SPECIFICATIONS AND CONTRACT REQUIREMENTS _
FOR WORK ELIGIBLE FOR FEDERAL PARTICIPATION
FEDERAL WATER'POLLUTION CONTRDL ACT'.
(Public Law 660, as amended)
1. GENERAL
These'requirementi apply to all work for which federal fluids ad-
ministered under Public Law 660, as amended, are used as tny'psrt:of
the payment for such work. In the event of conflict with other re-
quirrmeuts of'the tpe,tificationis or-contract] the'follbving ctipula-
tiet►s' Must be costp;•ibd4Ith but M1i1-b*1G094i*Wed as aftLigng pj*,,,
-lllirWMRtb: r ~ „s,.1~.1 t i, q
1• Any mwla wntal conditions, extensions or expansions of these
f ' I to lttt+>IOtr td 1 other'- esctib" of tht' sPui f iT atdonlsy kT a+0 bad con.
stlaed at>e-port sf titiset! i n r
bns
r1 Ysgo•tq 4
2• UMMMSTRUCTIORg FOR BIDDERS - NONDISCRIMINATION IN
r ! 'S n 1! J t f r1 'x ~1 i f i j r,
teP, ~
bf7r !?N1Sifftf r7ff •i1 ?r. lZ7fa 4.71 ;(•1 aIf,'•:0) rt n,l,'1'YD fit, re•,jFg
Qmtri lvi-fur,aokit)under'?this' Pr"weal-will obU"te tbe, cbtw
t>`aCtotl'an+ttanbE~patrsct'sr6-nbt to, distrimiuats iht
p'ralttteoi ,d ; %I r~,•:, ~ ! 1, employment I r. 1rq ~
`f r' i .I I'~ 1 1 (lrr:,,{.1 fF+) Er971,j 1x,(
iIi . r:"I F it :a
PTO WHETHER THEY HAVE PREVIOUSLYE PERFORMED WORK SUBJECT TO TO THE PPRESI-
DENT O WOMCUTLW ORDER NO f
.1 10925+~'.
' • ! Bidders; musty' tf! req(ielstsdl) submit s- cossplibliceireporti c mcetn-
ing their employment practices and policies in order tolv~intaih'L°°,
their eligibility to receive the award of the contract,
fi J1; i`? 1~, ri3f '
Successful bidders must, if requested, submit a list of all
subbohtrabtots,who'vilV perf-i4m Work' on- the' prbject> and, writtah
allimd' statements' froir authoritbd agents of the labor pools with
c` Aith' thlryf will or; may deal `'for emplbyeso on the' work, togethov i ith
6
Wtid, boportina Uformation tb the effrtclt''that said labbtr poala` f practices
'pati-tvs ire iff dbnforaht~ with Exenutivd Order W.t lO'92b; as', f.
anktidlsd'°bV Exbtuttve Ordetd No. '11114' and ;than said 4ebbr :pools wild
" affit+ At0V1y.' bobW,&tr'!ld or 6ff of rio• htndrlenat th !the, decru theht,
aqtftl. * tftWnr olf''einptay*W ■eaki-4 +s%#hr)=nt dnd-
t rft 'iMln~ 'uot~C s.'dei ttie 'conti>ract or',I 10 ,celrtitication as to 40haa
' 'efdity how Vefn' bsdW lft is Awe such, sptat'emtts'rwhan, sbtn'a"Mst br
1tebHtzWol*f hams fftlad' dr rtrfused tc'lfuglsh 'sa it -Wor: tv shit A1ard
of the contract.
ce'
Successful bidders must be prepared to comply in all respects
with the Contract Pmisi.as regarding nondiscrimination . :•t f:,rtb
1, V„ .
n the Labor Standards section of these standard specifications.
i
3. SPECIFICATIONS FOR TRH WORK
ract Shall be performed in accordance
All work required by the cont atteratione thereto as
with the plans and specifications including
roved by the Surgeon General of the public Health Service.
app ION
SAFETY STANDARDS AND ACCIDE*": PREVEIIT
4.
With respect to all work Qerformed under this contract the co -
tractor shall: ropistons of spplir&bly
1 with the safety standards p 1 of Acoid04ti.
y And eeiastructi0n' Codes dna, the,'Naa++a l,Can•
laws, building blished by the Associated Pow
' prevention in Construction" pu
f
r. tractors of America,
. the rte~n~tu►P; of
.11 f tear for
h, 111 . se erety Qrocpta et a l,t ees~;,ar~s
b, ; Yssrci iucl±Wiag !°'Y
t
rotectton, of,tpa"e"
accidents and the p {,f t 3
-~t•°stj job
property.
first aid to `the f"nj~utad, and
r C. blsintain at his officf =rgiv ng we~I known p1* .
all articles necessary , the ediate, 011"041 ts+.,! hog.
site, t►rranSes04tr,for ib eee)p-~ery,b
shall make standing rsons (incivdiDal y
tor's Case of!iN shall employees be permitte0;to
In no case,
de a standing arrange-
pital or a do4ob site. can.
' injured on the j employ r has ma '
Work at a job site before the persons Y hospital or c doctor$
nrl~'rfd
It''
Sent for rejnoval of injured person, righ Tequite ths,cosetxaRt4t
of
d. The engineer shall have uti ent, if Such, in the opinion persvohel, or
to modify his methods and/or eq pm
theaineeF constitutes a Safety hpaard to,prcpeFtyr .
i f c
pooh:
LAWS
FEDERAL STATE AND LOCAL
S. _ , , i liCAble~' fed!%Te1#, Mate, And
The contt actor shall, conEonee to all ' ON all outhos'ftLea hav$►g-
P tet, ox
11f
o 'd the rules and regulations o pzOj~t.. staxMe r_
local Jr, asis struation of to; Mrpgr
jurisdictiote ovethe Cacificati'PW ahal# bp ~natrPevesr, PF?vislon
requisemen't tin these a t s rZ- Ceram law to be. i"eirted in- chi$ .090"+1p
EI any applicable istaLS art iDCai' taW,f sac are. Pepd
ui red by far t,; obp b+e`
c ►
n an4 this aka
,.L clause ra4
of law and
shall bedsesed°to be:, inNext ad; h~s7~ nc3uda4.=. r4A.s ,A0 -
e, L t~Y
and enforced as xltswgr U' ~.f {{N fA~~ ~~af
nPt,-inserrsd% '40r 14k,J i~VF
1
Provision, 1A . 1
or otherwise any sugh Provision of ait~= ,party. that s9'►L R ~~ian.
hen gfltthsritls ph3+sicslY esNctdsd~ to vl►kQ such. fnigertiQ►'4
1 1 ;t'n}
a
~i~. 1 nr Y 1 inn ~.o ~ 1YA~~ 1 LS.'
w
L n. Y It ' y~ta F5 k f ~ 1f !I L
'k,~ . p
l(i.
_'m
F.
6, INSPECTION
The contractor shall provide proper, facilities for and access to
all Mork under t4s, contract wherever it is in,preparation or progress
to representatives of the Department of Health, Education and Welfare
and the State.
7. INCLUSION IN SUBCONTRACTS
,.Thn,contrractor shall include all applicable provisions of this sec-
tion of tea specifications in all aubcoA racts for work,to ~,e paifo><med
under,this contract,
'
8. TRADE NAMES AND MT~LS
xw s pwtrari,ais o*. ~gW4$pwwt , are specified }y a triads' or brand
"
tt , 1.4 - !t AW~ t* #f 10, V tO> UMUM against an
z;..
t oE, 1~°5liet tssa~t6 r#1 but:xath -eo r t,ati:defi"
~tt~ '-r' of r l at, r f~: +"A W, #a List ++a *Au44As}M for
nr~f
3 1*00t lip" c/lT~jd ss rt i1 ~1'i tR a 0►t rte[~l i
=r CP`;~:,.~_et~t. ~j~..~ i~~~f,f~t ;a4~F,~rY41sA~,;ofs yc eTMQ,~jtq ~scy!?44tlteT
13}' ~~'Y a wt .befit of 7R+cTRS1'e
-e~~ rte ~T.77 rz~~~! j'ars~ t e4e#1 rr~~l r o~ ar r 611C~1;~~i'r9v r.~y
~ jC 4d ".1,4 9F, A WB4Oj AA AAA ."l r erticl#P, r4X rPrOs4 sdc ci-
fically designated shall be used, unlesa:s.,tuiritw;t4xy~i s~,e yroved
in writing by the engineer, and the engineer shall have the right to
require the use of suc4 peciillca},}yr•,deai$natr4Q,oaster443., article or
w, Pro"Sqr"
1~ ~i ~~Sf »if(fl rftF137(7L vd ilYf;i '7f xVl 11 il,
A , s}aterr,1 i144 h40 hsewl;w3l9~ byr,the:.~ggtaqW.r j4,r'AnY, t;trl!#*riry
` -pyrpoay.cw+1}atgyex,~is to, bs, ir449rpRr}ted;,iw{ thf 1~~AeA~ st~f.~,MS!gtrith-
00,Y tt:WQ! con iSJ~f1 41eA9i ,ArYr• o r;s :n.9i
9. BONDS AND INSURANCE
f t I I i f J
-exit 7,,'e Sah4tiF9ot4t1l44lj ,4ht4irnr p#t4taio duriag.ihe,lfs pf.the
<; r, • 9r4#1!ata,~lAdy$t?4!,t441r i a e4j ;b4 Aygf tef„the }o ;4l4"d3r;i in"
surance policies which shall be obtained from surety an insurance come
''r, 8~K►tee}r,lic~naSdr~'at4telsrt4r4 state oite4stj4 ich the pro-
10
z#qc5~#r#,tPfstl4Sf;#n-:ti+l44~1F,4r.eslrx the..l4isl~f sX4i►4xd so yect
X97 ~4 ar'..#r.NBPeoY+l~~ $4Tlf~a a~# } be.,obt+~..91 s . d sPR Rdf,~j the
owa?S.,pticr.,K;4hRr;exegut on a the, 4tp!4}; c"t;A"t IrAlvr"etpoli-
y " ties shall be obtaipRw} ;at►d, akpwS4w}~~ly s griot„tq. tf}P„cprencamewwt
of the work. Copies of evidence of renewal of bonds and insurance
3 '
G
x 4 F v~ s~ _F r."
4
'policies shall be obtained and furnishtd to 'the ow er prior to the
eupication date of such bonds and insurance,;},olieies'when these bonds
and insurance policies are written for period%'shorter than the life
of the project.
a. Performance and Payment bond
performance and Paymen at not less than 100% of the con-
tract ¢ric'b fdr' fsittifiulptrforolanee of the contract and payiaent of
all" labor 'and oiafeYiaTe'' fuillish'ed ih dbnnettion with the coAraet 'or,
where such single bond is not in compliance with state and/or 1oA:a1
requirements, separate payment and performance bonds, each not lees
than 50% of the contract price for the same purposes.
+ W0140iOWS sataion d*d ib ' a Liabili 'Itti+_tsace
_Wdd is in
r, t,tesis~jrdCt>#is~ed"'pig .fiea6ie'atstate for`slP~►¢l+b~as
I* issrlk"'ti `W6 pfd jilt undile `'t't►'i. ~+ottliract, esdd ii► +etnnti~E`ti~or
est
I r . ri tb►
'
'in ` M Work r: "
s~~ilf~'k~nsri!'ifsfcst''ibi`yi11~~~1t
~ lms! ~s
1 rri' ~ +k~~ k !aa i !o' `bts~i 'lu tclf
-sirs ~ated `b'Y the ftft4oidi e!°ldf" twerCoafte vq ' a
c,iti+c'n~t 'c;tte f?ie 'de lea~pt~r.Jt
~ %V'ic
Eft ettrfl►r'`tltii'i dowtvkdf`:.F'
liss'+Ztlous'iA~fk',IWIs f V` eft iwnf tlftar°"tli waiktttkto1swift"~a-
•je~~'t~lisWdfilcire~ti ~ ~~ddi~u[t~efE~~et~°
vi'de"'an~: sF!"~CJtuiti~ iJi t s+~ df 'euc~l o'f His ` loye!'1-*i
' 'Tfabilit'y`i~idraiie~tlof hltlifo~tit+ tf~ln r,
' „a4 at
'dHi'irrliiia` id ~ nt -ril -114 i'NI'2 rf f rjvi! d i l rsl( r , ~7 ~n rri F
TT - t
Public'lahbilt6-4ita'M4.it3n
The contractors Pub ic,Liability Insurance shalt WinEA
amount not leas than $100,000 fot injuries, including accidental
'`ddlii~h r1`o' Y'deie' ~f=6o'n ' ind``s(rTsjtcE `Cb tbi b`aME °1f2itC''fdt tiCh
. ?1 °pE~'~di~ 7iil ri1R'_1A6iitW di rasg`'iuk,430000d 61A adcddht'60 ofiVildei-
16 dent, and contractor's Proper ty,DdmldJfJAiidriftd'it'An 06"UhdV,
3 less than $50,004.
1014 d. Builder's Risk Insurance 'Fire and Extended Coverage
t, t In case these specifications also Ind a 'General
$ G'otidietdAso! `6 f `elii '6mmilattj►-. racilgtiei'AAMidi'aittiiI ''ifitir require-
`rl~nt' !b'f lhiil8et''~ Rifik ~Pnial{~ificl'~iiif ~Eei1~S`~ l1?~tdlM~e sb?ierJtXiB ~ite2o,)
^~'r '47lT P7Udfl ! ~3nC r7 rT.1-
yq ;~ar'DnfilEN#Jlfrdj'eaiulli rLtiVkAd'ins"accipita'Wy+t1>e~64MOr,
N&ft`'datdf 1141~ awed td,t6 f'taiAl"IldbiIa1ii.6k-41102lr*iei-- ('fire
963 iddt-Wifidid'8bve_Mv 18:4 t!'6 f4rtj co46
Eh tiried'Ed~iCra fan
~t<.df9tlivOfFsAectif&iSM b fit"df the h+idet', t
1:1,3,- Aaa liwe'odfiacfofkl j flat I~tie~ilirtY'yla~+ 1 4o
bb
r .~rtr.r,~ai f,nr. zbnr.-f 1 X1 9
a
e ,
x r ~ t,
Wilk 4
-f.#
i'
e. Insurance Certificates
The contractor shall furnish the owner with a certificate
showing the type, amount, class of operations covered, effective
dates and dates of expiration of policies.
10. CQSPI.MON DATE
If not stated elsewhere in these specifications the contractor
shall complete work under this contract within z 7 0 *(*91k11610
*(calendar) days. Time for completion shall begin on the 10th day
after the issuance of tl:e work order, which shall consist of a written
request by the engineer for the contractor to proceed with the con-
struction of the project.
h'
11. 1~M_R8MDW 9 ,
The labor standards provisions contained on the following page in
^a Form M-4705 and the wage determination which UVIs meets the require-
weno of the Federal Water Pollution Control Act shall be complied
with in the perforaawca of all work under this contract.
p.
s;,k•
F'
'ej.
M'fr'
I ~
*Cross out word not applicable.
a -
-i "
i .
►HS.4 0s LABOR STANDARDS
."Vise ts~t1 RuaaetAr . a sw4.
Contmd ProvIsItilms
INCERAL WATER POLLUTION CONTROL ACT)
I The schedule cortlamed in the Wage Determination decision of the name and Address of oath such employee, his correct clastikcstion, not of
Secretary of Labor sluch is made put of these specifKaWns furnishes the pay, daily and weekly number of hours worked, deductions made and
minimum hourly rates of wages tequued to be paid to the various laborers actual wages paid. The Contractor will make his employment records
Aml mechanics employed directly upon the site of the work embraced by available for inspection by authorized representatives of the Surgeon
this specification, these rain having been determined by the Secretary of Goofed. and will permit such representatives to interview employees dur
Lah.,r to be the prevashng local wage rates for the corresponding classes ing wnrkmg hours on the jib
if laborers and mechanics employed on projects of a character similar to The Conttoctor will in addition submit weekly a certrfird copy of all
rite (ontuct work as determined in accordance with Public Law 403 of the payrolls to the Owner, of his rrpresenratrve. Such copies shall be rr
Srvrnty fourth Congress, approved August 3U, 19)5, as amended. The wined. in acccadance , ah instructions, by the Osoei for a period of 1
•41axe Rates contained in this decision are straight hourly wage rates. In years from the date Ad completion of the contract, sad shall be Avulablt
some areas management and labor organizations in the construction indus- for inspection by authorized representative of the Surgeon Gtntral
try have collectively bargained for health and welfare fund contributions The certification will affirm that the payrolls are correct Ind tomplere,
Such amtnbutions ate not inducted m wage totes determined by the that the wage rates contained therein act not less than those dttttmrned
Setreury of Labor for construction protests unless 00 specified in the by the Secretary of Labor and the classifications set forth for tech laborer
determination of mechanic conform with the work he performs,
2. No classifications of laborers or mechanics may be employed except 7 Apprentices will he permitted to work only under a bona fide sp.
thou designated in the xhedule above stationed. [a the evert that prenticcship program registered with A State Apprcaticnhip Council
wage sites are desired for dassifications not requested or classifications which is recognised by the federal Committee on Apprenticeship. U.S.
requested but not famished, application or reapplication for such Bassi- Department of Labor; or 41 00 such recognized Council exists in a State,
fications sod rata shall be made to the Surgeon General for tr omission under a program registers3 with the Bureau of Appreoticeshlp, U.S.
• to the Secretary of Labor. Department of Labor,
3. While the wage rates shown tat the minimum rates rr4uired by S. The Contractor will comply with the regulations of the Secretary of
these specifications to be paid during the life of the contract, this is not a Liel os made ptasuant to the Anti-Kickback Act of June 13, 1934, 48
tepmentaiion that tabor can be obtained at these fates. It is rise respon• Sut• 946; 62 Stat 740; 63 Sue. 109; 19 US.C. $74, 40 U.S.C. 276b, c,
ability of bidders to inform theaaelves as to local labor tonditioas ■nd and any amendments or modifications thereof, will cause appropriate
prospective eheages or adjustments of wage rates. No increase in the provisions to be inserted in subcontracts to insure compliance therewith
contract price shall be allowed or sudsorired on Iccosmt of the payment by all subcontracerses krislect tbereto, and still be responsible for the sub,
mission of stalerrsocts required of subcocartaom thereunder, except as the
of wage rates in aces of those listed herein. Secretary of Labor may specifically provide or reasonable limitations,
4. All mechanics and laborers employed or working upon the tire of variatieas, tolerances gad exemptions from the requirements thereof. In
the work will be paid unconditionally and not less often thin once a week, lieu of mailing atatemenb required by Sections 33 and 3.4 of the Kick•
and without subsequent deduction or rebate on any account (except such back Regulations to the Fedml Agency famishing financial aid on this
payroll dedonions as are permitted by the Anti-Kickback Regulations project, the Contractor shall submit all Wit statements promptly, a
(29 C F.R.. Part 3) the full amounts due at flint of payment computed specified, to the Owner or to a representative designated by the Owneu
at wage rates nor less than those contained in the Wage Def iminatlon The own". or his representative, shall check the completeness of such
decision of the Secretary of Labor which is attached hereto and made a statements and their compliance with forms pr.-scribed in the Kickback
pan hereof, regud:ess of any contractual relationship which may be Regulations. Such statements shall be preserved let a period of S yeas
alleged to exist between the Contractor a subcontractor and such laborers from the date of completion of the contract AM shall be available for
sod nwhanics; and the Wise Determination detsion shall be posted by inspection by suthorired representatives of the Secretary of Labor and the
the Contractor at the site of the work in a prominent place where it can Surgeon General of the Public Haith Service,
be easily aeon by tht workem 9 The Contractor will insect in each of his subcontracts the provisions
1. The Owner, or his representative, may withhold or cause to be with- sty forth in stipulations 2, 4, 6, 7, E and to hered, s:sd such other
held from the Contractor on much of the accrued payments or advances stipulations at the Surgeon Genera! of the Public Health Service may by
as may be considered necessary to pay laborers And mechanics employed appropriate instructions require,
by the Contractor or any subcontractor on the work the full amount of ley. A breach of stipulations 2 and 4 through 9 may be `rounds for
wages required by the contract. In the event of failure to pay any laborer fermination of the contract If the Contractor fails to correct any such
or mechanic employed or working tin the site of the work all or pat of breach to the vtisfaction of the Surgeon General of the Public Health
the wages required by the contract, the Owner or his representative, may, Service within 10 days after the Owner's demand for such correction, then
after wrinen notice to the Contractor, take such Action as may be necessary the Owner may, by written notice to the Contractor, terminate his right to
to cause the suspension of any further payment, advance, or guanntte of proceed with the work or such part of the work as to which there has
funds until such violations have ceased, been a bench of the aforesaid stipulations and prosecute the work to
6 Payroll records will be maintained during the course of the work completion by contract or otherwise, and the Contractor and his Sureties
and prrserved for a period of 3 years thereafter for all laborers and me• shall be liable to the Owner for any excess cost occasioned the Owner
chanics working at the site of the work. Such records will contain the thereby.
ANTI•KICKRACK PROVISIONS
1. The Anti-Kickback Regulations issued by the Secretary of Labor under their contracts of employment. to the event of failure to pay any
(29 C F.R, Part 3) are applicable to this contract. The Contractor will laborer or mechanic employed or working on the site of the work all or
comply with these Regulations incorporated herein by reference and any pan of the wages to which he is entitled under his contract of employ.
amendments or modifications thereof, will cause appropriate provisions meet, the Owner, or his representative, may, aftt. written notice to the
to be inserted in subcontracts to insure compliance therewith ter all Sub- Contractor, take such action as may be necnsary to cause the suspension
contractors subject thereto, and will be responsible for the submission d of any further payment, advance, or guarantee of funds until such viola.
statements required of subcontractors thereunder, except As the Secretary tions have ceased,
of Labor may specifically provide for ressnnahle limitations, variations. $ , payroll records shall contain the information and be preserved As
tolerances gad esemptions from the requirements thereof. In lieu of required by Section 3.4(b) of the iegulations. The Contractor will
mailing statements required by Sections 3.3 and 3 4 of the Anti-Kickback make hit employment records available for inspection by authorized rcp•
Regulations to the Federal elten y furnishing financial aid no this protect. resentatives of the State Water Pollution Control Agency, the Secretary
the Contractor shall submit all such statements promptly as specified, to of Labor, and the Surgeon General, and will permit such representatives
the owner or to a representative designated by the Owner. to interview em
2 The Owner, or his representative. may withhold or cause to be Pbyees during working hours on the job.
• withheld from the Contractor so much of the accrued payments or ad- 4. The Contractor swill insert in each of his subcontracts the provisions
vanes as may be rnasidered necessary to pay laborers and mechanics em• sot forth in the foregoing clauses hereof, and such other stipulations n
ployed by the Contractor or any Subcontractor on the work (except for the Surgeon Cerw.A may require by appropriate instructions
such deductions as are permitted by the Anti-Kickback Regulations (29 S. A breach of stipulations (1) through (4) may be grooms foe
C F R, Pan 3)1, the full amount of wages to which they, ire eatided •tteriaution of thecomrsct.
"ANTI.1111 SACK" ACT, COPELAND ACT (d) Inrerriaa of rma rid fn rrbroterrrrrr. The contractor agrles to in,
TITLE 1E, U.S.C. Bert the foreaorng clau i (a), (b), and (c), and :his clause (d), in all
R74 Ku/brr>E, from prilfr u r -.;I•',fr, `a'h- ever, h, force, tubcnntracts
intimidation, or threat of prrxurmg .lsrrussil from employment, or Ly NONDISCIIMINATION IN EMPLOYMENT ,
any other manner %hatsots'er MIL1,0 Any rerson crnpl ,cd ,n tilt "rl D_.rng the perEurrrunce a( this (ontraci, the Contractor egrets as
stitactioa, peosecutioo, completion or repair of any public building, pulslic follows
work. or buildrn)t or work financed in whole or in part by loans or )Lunt. -0) The Ccatrac,or will not discriminate against any employee tar
from the United Sines. to give up any part of the (ompenulton to which applicant for r,nprnyme-rr he ease nF rare, treed, retort tar national nngin
he is entitled finder his contract of employment, shall be fined not milt
The Contrart,r will hkc affirmative Acton to ensure that applianrs are
than S),ixnl r r impnsoneJ not more; than five It tint err both emplnyetf and that rmployen are treated during employment, without
rtinrd to their race, acrd, -4cyr, r,r national origin Such action shall
TITLE 40 U.S.C. (AS AMaNDED) include, but n,,t he frmrte,f to Ill following Employment, upgrad nR
S5lmsei erialrilr,rr, ('r'1'flNtxr r"ni"rl r, -M1 r'4,"Tr411for. demot!,,n or trinlfer, re(rultinen. or rtrfultmenl aJvtrtising; layo7 r,r
"The 4crrtary of tailor shall make rrasnnahl( erg„la, -61 fni (i1nrrAc4,ry termination, rates of pay or nrhrr forms of compensation, and sele 'ion
and sub, o- rActort tneiged in thr constrix tine prom vtlnn. completion or fnr training, including apps tnriceshir The Contractor agrrrt in p,sr
repair of public buildings. public s orkt or huihhnrs or wnrkq financed in cnnapicuous dart- avnlahle to err, i yro and applicants t„r employ
in shnlr or in part by mans or Manes frn•n the I'n,tr•! States, imlud mint. mnticrc to ht prt,%,&! by the ctrattinc fFccr setting f,r,l tl„
inC a rtnvicicti that ea, h contrictor an,! suhconli wi,,r shall furnish wcvkly pros kioni of this nondtst r,,ninarion e l l,e
a statenirmt with respect to the wagrt raid nth trnpl,l're claim,; 0, "(s) The Cnntracn,r will in all solicitations or adsertisements for
pn'tedmF acek, Section Inol (if Tali- 18 shall arrly in 'uth state tmplirytts Ph,rd hp or .n ttl ilf of the Gmtrast,rr, state that all oualrhel
merits." applirants %ill recrisr rrn,tl.lrratnn for employment without regard to
Rove ,rahi:.rr in Plan No 14 of 1950 (15 FP A176 , 64 Stoat 1261. race, creed. color, or national origin
5 U S('. Itaz note). "In order to assure coordination of adioinisttatinn "(3) The Contractor will and to each labor union or reprecentatiseof
and consistency of enforcement of the labor standards prevision of each workers with which he has a ralltctive bargaining agreement or other
of the (foregoing and other enumerated) Acts by the Federal agencies contract or understanding, a nrxite, to he provided by the agency con•
respnmbte fnr the administration thcrcof, the Secretary of (•,ibor shall reacting officer, rdvisiri the aid labor union or workers' representative
prescribe appropriate standards, regulations, and prsxedtirts, which shall of the ('anMractor'r commilrroeus under this section, and shall post ;spies
be obsrrved by these agentiee, aril eauee t,s be mA,le by the Deprironent of the nonce an cossprtnotis places available b employees and applicants
of Labor such investigation, with respect in complixwe with arid "ri, rce- for employment.
mint of such Tabor standards. as he deems desttablt• " "(4) The Cbttnctor will Coen with all
ply provisions of Lnranvc
Order No 10925 of March I,, 1261, as amended, god of the auks, ii
CONTRACT M1021( HOURS STANDARDS ACT latic,ns, anti relevant orders of die Pitrwdeatb Committee no Equal Em.
OTIRTIME COMPENSATION ployment (opportunity , trued thereby.
(a) Otrrtisair re~rirnndara. No contractor or subcuart actor contract Ike Loarracioc "all furaisb all ardwoutiin and reports required
ing (err any port of the contract work shall regwre or perm t any laborer by Executive Order No. I42) of March 6, 1951, as rmerufed, 4n4 by. the
or mechanic to be employed on such work in eate.ss of 8 hours is any rules, rcgulatt0D4, and alders of the aid Committee, or punuasis tbt•eto.
cilendas day or in excess of 40 hours in any wurks'cck unless such laborer and will pcimit acccsa to hit books, records, and acccuots by the contract
or mechanic receives comficrasaticin 41 a rate rout less than oar and one. in$ agent)' ao,i the Ctniraittrc for purports of incestg+tion to stir
half times his basic rate of pay for all hours csrorked in excess of .4 hours compliance with such rules, regulAliuns, and ordris
in any calendar day ur is excess of 40 hours in such sotksacck, which- '(6) In the event of the C.<muutor's noncomplmoce with the non
ever is the greater number of overtime hours. discrimination clauses of this contract or With any of the said tuks, iegu•
(b) Vio/ariasi; frabibly for airliner uvRrn; bgriJnrd dnnrice,. In lauuru, or orders, this cowact may be cancelled, terminated, or suspended
the event of any violation of the clausw set forth in paragraph (a), the in wlcrle or in pert AM the contractor may be declared irsehgibie for
contucriir AnJ any subcontractor responsible thertdor shall be liable to further (ioverament coarracts In accordance with procedures authorized
any affected employee for his unpaid wages. In addition, such contractor in Executive Order No I M25 of Mirth 6, 1%1, as amended, sod such
or s iKontnctor shall be liable to the United States (to the case of work other unctions may be impaled and remedies invoked u provided in the
said Exctutivc Order ur by rule, regulation, or order of the President's
dome undo contra(t for the Dutci,t of C.olw,:hia err a tenrtory, to such
District or to such itrritory), for liquidated Images Such iiquatant•t Committee on Equal Employment Opportunity, or as others ise provided
damages shall he computed, with respect to each ndiviJual laboret or by lea,
mechar c employed in violation of the clause (a), in the ;urn of Slo for "(7) The Contractor 1641 include the provisions of paragraphs I r I
each c, endAr day Do which such employee was required tar permitted to through (7) in every sufxcxuust or purchase order unless tsempted by
work in excess of R boors or in excess of 40 Noun in a s'urks'cck s irh• rule, rc,:,-ulationa, sac utJus of the president's Committee on Equal Em.
out payment of the oserrirne wages required by ihi, laust (a) . ploymeru Opportunity issued rursuaM to section 3o3 of Executive Order
(e) Viribboft/rnpit for rapeaf ra,tda amid lfyr.rldi'd di>ruR.r• The No. la^,2) of Mush L, 1961, a, amended. so that such provisions will he
biniing upon each 'sib, nrract,r err vcndcc. The Contractor will take
Federal Agency for whi h the cnntr.in work is done or by which financial suili asto,n with rey,ccttoany wh-(mtractaputchaseorder astheAdtnint-
assisrartce for the work it provided may withtrtdd, or cause to he s'ith .ruing agency may direct as A meets of enforcing such provisions, in
held. from any moneys payable on account at sntk preformed h5 the eluding sinctions for nnncramrliance: Provided, hneever, that in the
contractor or subs, niti, tor, rliv full a,m,tint A srgcs nlitireI by the event the Contractor bei'n
men involved in or is thrrattned with, litigttion
contract and such sums as may administrlootls Ise ,lrttrn,inC.l 1.1 hr with A suta„ntractr,i -fir sandier asaresultufsuch direction by the Admini•
necessary to satisfy any liabilities of sett h -onrrAit-r tar ilub'Ltitikisdrir fOC aoei ieig' fancy, the Contractor may request the United States to enter into
liquidated damages At provided in clause (b) such litigation to protect the interests of the United State"
' PN8-Al'OS fAnrlil t , r ? ,
1', aVll us OCY[IlMra[Mt rotiN/nnstx+dmv; tda.+5•rtl~a ,
i
WAGE RATE SCHEDULE
Wage rate schedules which immediately follow include wage rates for
"Building Construction" and "Heavy Construction". The "Building" schedule
must be applied to all building construction, and the "Heavy" schedule may
be applied to all other work. "Building Construction" as used here involves
structures with habitable areas in which people customarily work or carry on
their business.
It is the responsibility of the Contractor to use the proper classi-
fications and rates in accordance with the practice in the area. It also
shall be the responsibility of the Contractor to make the determination be-
tween "Building Construction" and "Heavy Construction". When a questio-z
arises as to whether or not the schedule used complies with practice in the j
area, it will be the responsibility of the Contraotor to furnish proof that
• his actions conform to area practice.
The Contractor shall agree to accept any modifications or redotermina-
tion of wage rates that may be made prior to the award of the contraot.
A copy of the wage rate schedule contained herein must be posted and
kept posted in a c..nspicuous place on the site of the project at all tim6.;
during construction. Copies of the wage rate schedule will be furnished by
the Owner, but the responsibility for posting end keeping posted rests upon
the Contractor.
i
i
I
i
i
i
rarallwast. &"PCT. N evaAAe .
wcA~rds w r K, 0 wirass arosaori s+
1MISSON
ffFiaa-393. Dsntos Te=se
"An aewn LIM
sera4rns4r Of wom
auroASSer ss~rs ps,
Outtell sever lizo end eppurtenmess.
rn.0 e.6ar hrr.r
e A ■ I..rr.. T.rOy. AM a- 7-o Rw:
AA*O%..rl.w.. _
Brim ~s - -4 f41pR ~ N pa km
_
-~lMMiw . 0
b....•MR Mr.aA.O 610.0..40
bw~bwm 4F Fe *I
4AMRS
Air %W ap UrdWOrsr, AROW1
.0640 ahmm
7g4~r.n 1..r+R44 a 4Aq~
144Mn. ~
1y►14 f MI. MICR ftmea .4Are. _
. Ai.4.R Mft&
. 6040\ /rw4M~d.41_...»
. »
G4FISarM
. ~IIrAIM _
n040w _ r
a..1.ra
A"14 saw ..A.e.
$A saw Iry.R
1h0.a1r.r4..
V$#4010-Raft 10 WIN
I.0 FM.w
i-Includes per, hour a lop _c n rivs on
elf o! tir gross, aanthi2.LDor..pi eo
..a iXe... io i..eianeh~Z_..
-MwQ 0OC4T MATtl -
A. RO.rRS.s 110.A 6a4n
e 11Irn
G.Ara Lr4i41a MMr6A . OWN - MRPn........
r.;#" su1:r..... -*Am .r TwA04
1600"1 I14f.ir4w
.
R1 m lrM rsrr.. 0" s4 mm
r
w
13 - Tuna 3
for x_ ar °13
Air 001 man 11.50 Cooorate pa tes lowtodlarl f1.N 12.00
Asphalt beater"" 1.74 ■ ■ saw 2000
Asphalt raker 1.50 ■ • spro"m 2000
Asphalt shar.Lr 1.12 Creaea alaashalla lackmos, derricks
hlatchia2 Plant soalsaaa 1.50 dra Sae, shorol (lase thaw
Uttorward Dattr 1.50 1-1/2 ee, td0) 2029
carpaa!ar 2.50 franc, elaashells laaw"t derruka
Carpenter helper 1.50 drarlioe0 shw•al (1-1/2 cT a "w), 2.25
coaarete finisher (Pa+isr) 2.25 pwbor and foresaw Plant 1.50
• • helper (paviar) 2.00 2lerattr4 p•adar 1.75
• ■ (suraotuna) 2025 tors loader 1015
■ * helper (etroctae•ae) 1.75 nVat and loader ((1 CT nee lass) 1075
• rubber ,.So ■ a 0 1 C!) 2025
Fireman x•70 hoist, doable dras nee load 2025
tars builder (atroatwoo) 2025 doista Doer 2 drum 2.25
• a helper (structeraa) 1.50 Mixers (wor 16 C.F.) 20375
■ Naar (Pa■ier a "rb 2.25 a eoearou Parsag 2.50
• ttr = a Dar! =.25 rotor grader operator 2025
ss
• ■ ba2pa• (Perim a earl) 1.50 droners steel easels Planf-ada Pau 1.75
• ■ (streateroa) 2425 ■ ■ ■ other 1.50
• • kalper (stresNrss)• 1.53 ■ Aass.a►!aa self-pdbpslled 1150
Mac Labowers sowm 2:225 5 • se7 CT a is" 2900
er 7 67 2.25
• helper 1005 Tlraatrs srar'lar %Mt so D a 1*N 10'50
Odler 1.50 Is a e dnr 10 0 2.TS
Motors (twooteree) 109 e a 1aDNStlda 00 NP a 1SN 1.50
■ helper (ow"wom) . It • war
Piledrivorsro 2.30 Tin.lia~ P]asi etebllidal0tiema L
hpelagar(Csaerate a clay) drill {oriaP ■aohTes i.S
7
a hal0ar (Codenb a rest) 2 soo da en1ag meal setter (Parlor) 2.15
hcesatia a Nnue 1050 • • • (rt msem) 2425 s
Tbrdarw 2025 helpr 1.50 1
• helper 1.50 no*2 wa'tera (atreatral) 2025
Tb■rer at orator t • a helper (etewttsal) 1067
-7 1 rt 1402 kroader lent sae 1050
Asphalt paring aachdaa 1090 aDaatper 1.73
hau6ners 00 XF aM UN 2000 Traci drirars SIM 0 out Light 1.25
' oleo 00 7 ■ s v 9 heavy 1.50
>ML04 ~ ee'~IAt saahias 075 random or wtfailse 1.
a a 25
carcreN
5
come"to Pori" flashing &"him 2.00 ■ • laslot 2625
■ ■ fora grader 1075 • ■ transit ads 16
• ■ danr >ibratr 1075 triaoh 1075
• ■ Joint Sochi" 1.75
llstparaN 2.x`5+99 Ifei~beaa, tract sales 1050
Manhole bander* brick 2.125 Weldor, 20
Motor 1rsdar► flee Rda Z
Concrete panrd sob v%dsr 2025 Gaetrialans 1.275
1rLMW (16 00r. a ins) 1.73 Labwwg etnltt ma 1050
tibrst' r lace UPON 1440 foaadatios &M op. (wander aoaated) 20
Welder helper 2000 todMatisa drill ep. (trsek soeated) 2005
Trenching aaehims beast 2025 tfo lion drill iayar 2000
FRINGE BENEFITS PAYMENTS
(Excerpts from Federal Register of 9-30-64 revising Title 29, labor Regulations)
5.30 Ty pro of wage determinations. Include fringe benefits for various classes regular or baste strataht-Lime rate is
(a) When fringe benefits are Prevall- of laborers and mechanics whenever such computed on his earnings before any de-
Ing for various classes of laborers and benefits do not prevail In the area of ductions are made for the employee's
mechanlea In the area of proposed con. Proposed construction. When this oe- "ritribullons to fringe benefits. The
atructlon, such benefits are includable in curs the wage determination will contain contractor's contributions or costs for
any Davis•Bawn wage determination. only the baste hourly rates of pay. that Is (rinse benefits may be excluded in com.
Illustrations. contained In Paragraph Only the cash wages which are prevailing puting such rate so long as the exclusions
(c) of this wU*n, demonstrate some for the various classes of laborers and do not reduce the regular or basic
of the different types ul wage determine- mechanics. An Illustration of this situ. rate below the basic hourly rate con-
tions which may be made in such eases. Won U contained In paragraph (el of taid In t wage determination. that
Ito) Wage determinations of the See• this section. (thep phrThe ase legislative reps Irrevocably
rttaq of Labor trader Lhe sal do not le) Illustrations: made by a contractor or subcontractor
to a trustee or to a third person pursuant
yrnsasbsa.euprmeeu to a fund. plan, or program" was added
Beau Onanr "y'ir to the bill in Committee. This language
tr wwoterees Vft*as vxdbw i gwh v ocam to essence conforms to the overtime pro.
visions of section l(d) (4) of the Pair La-
_ bor Standards Act, as amended. The in-
r+►sran as rt tent of the committee was to prevent any
~fpape n__..... a a sa a pis asoldattce of overtime requirements un-
. WW::::::.-.,**
.ioir.....__... ass . • der existing law. see H. Rep. No. 306,
rambasea......._................:._... to is u
: s.........u sea a V. A.
1 lrmbaa t s
wsrtsra to to (e) (1) The set permits a eontru;or or
subcontractor to pay a cash equivalent
rn e rNOW"brwat to wt siewrar ra IM cacti to m'a wakM deorm w k" 0'a hm: a r for of any fringe benefits found prevailing
by the Secretary of tabor. Such a c vh
15.31 Meeting wags determination fringe benefits, he would meet his oblige. equivalent would also be excludable . s
o611g•tloa.. Lions for "painter" In the Mustratlon In oomputlrng the regular or bade rate under
paragraph (c) of !1 $30, by paying dl• the Ptderal overtime laws mentioned in
tai A work contractor ctor o or subject auu a boontracmtor tor per per rectlf to the painters a straight time paragraph (a). For example. the W
forming determination easy Dvis- discharge his houurly rate of not less than $435 (63.90 ocnsteucUoncontractor Fayet;:rlaborers
{ tr bask hourly rate plus 45 cents for fringe or mahanfes $3.60 in ash under a wags
wage
minimum um wage Lion straight time limns wages for and the Day fringe benefits, : or determination of the Beeretary of Labor
(4) As stated in paragraph (a) of this which requires a basic hourly rate of
beriats by paying In Cash. making pay- section, the contractor or subcontractor $3.00 and a fringe benefit contribution of
Monts or (reining costs for "bona fide" may discharge his mlnimum wage obU- 50 cents. The contractor pays the 60
! fried benefits of the types discussed. g►tlona for the payment of straight time cents in cash because he made no Day.
or by a oombwattoa thereof. wages sad fringe beneftts by a combine- ments and Incurred no costa for fringe
tb) A contractor or subcontractor Uoa of the methods Illustrated In sub- benefits. Overtime compensation in the
may discharge his obligations for the paragraphs 11) to 13) of this paragraph. cue would be computed on a rsiulu or
payment of the basic hourly rata and Thus, his obligations for "painters" (and bask rate of 63.00 an hosts. Hoenver, In
the fringe benefits where both are eon. any of the other ctaamm of laborers or some eases a question of fact may be
tamed in a wage determination app:(- mechanics in the Illustration, Including presented in moertsiming whether or not
able to his laborers or mechanics In the those for whom no fringe benefits were a cash payment evade to laborers or
folbwing ways: found to be prevailing) may be met by an mechanics is actually in lieu of a fringe
(1) By paying not less than the bade hourly rate. partly in cash and partly in benefit or Is strjply part of their WalshI
hourly rate to the laborers or mechanics payments or costs for fringe benefits Ume ash wave. In the latter situation.
and by making the contributions for the which tow not less than $4.35 (63.00 UW cash payment Is not excludable In
fringe benefits In the wage determin,- baste hourly rate plus 45 cents for fringe computing overtime compensation. Con-
Wag. as epedtled therein. Pbr example, benedta). The payments In such ease sfdrr the examples set tooth to subpara-
tn the Suustratbn contained to para. may be $4.10 in cash and 46 ants in pay- graphs 13) and (3) of this paragraph.
graph (c) of 15.30, the obligations for meets or costs In fringe benefits. Or, (2) The X construction contractor has
"palnten" will be met by the payment they easy be $3.75 In cash and 60 cents for same time been paying 6335 an hour
of a straight time hourly me of not less In Payments er costs for fringe benefits. to a mechanic as his basic cash wage
than $3.90 and by contributing not less
than at the rate of 16 cents an bag for 15.32 Overtime payments. plus 50 0 cents an hag as a contribution
health and welfare ber)efiis, 10 ants an to a welfare ten and pension Dian. The See.
(a) The act excludes amounts paid by retary of Labor determines that a bask
hour for pension& and 30 sets an hour a contractor or subcontractor for fringe hourly rata of $3 an hour and a fringe
t for vaattons: or benefits in thre computation of overtime benefit contrihution of 50 cents are pre.
' (3) 13y paying not less than the basic under the Pair Labor Standards Act, the vaWnt, The 16*40 hourly rate or reg.
hourly rate to the laborers or mechanics Contract W)rk Hours Standards Act, ular rate for overtime purposes would be
and by mating contribution for "bona and the Wsith-Healey Public Contracts $325, the rate actually paid u a bask:
Ado" fringe benefits In a total smour(t Act wherever the overtime provisions of cash wage for the employee of X. rather
not leas than the total of the fringe any of these statutes apply concurrently than the $3 rate determined as prevail.
' benefits required by the wage determine. with the Davis-Baooo Act or Its related fns by the secretary of tabor.
Lion. For example. the obligation for prevailing wage statutes. It b clxar from (3) Under the same prevailing wage
"painters" In the illustration in Para. the legislative history that in no event determination, discussed in subpara-
graph (c) of 15.30 will be met by the can the regular or basic rate upon graph 4 of this paragraph. the Y eon.
Payment f~striaightUw which premium pay for overtime Is cal- situation contractor who has been M. cot lions of not less than a total of 45 ants eral statutes under
the se than the oed- ins 63 an hour as his basic ash wage
oral statutes be lea than the amount on which he has been computing over.
an hour for "bona fide" fringe Lenefits; determined by the Secretary of Labor Y Um compensation reduces the cash wage
or the bade hourly rate toe. cash rate) to 63.75 an hour but computes his oats
(3) By Pit" In cash directly to labor. under seeLlon 1(b) (1) of the Davis- of benellts under section t (b) (3) (8) as
erg or mechanics for the basic hourly Bacon Act. (See S. Rep. No. 063, p. 7.1 $h an hour. In this example the regaw
rate and by making an additional cash Conthbutbes by employees are not ex- or basic hourly rate would continue to
i payment In lieu of tut required bensfits. eluded from the regular or basic rate be $3 A hour. See S. pep, Na N3, p.1.
For example. when an empbyet does upott which rnertimt 1r computed under ~JL Poe 4><-08K s Isk eslg, >t0. SN4;
Wt snake payments or incur Dods for dirge staWtM: that 1% an sespWrees 4:44 as4.]
NOW&
Denton, Texas
by 5 1966
PROPOSAL OF TBx mN UTILITY CONIRACTCR9. INC.
a Corporation organized and existing under the laws of the State of Texas
a partnership consisting of
an individual trading as
TO THE CITY OF DBNTON. TBXASi
• The uadersignned hereby proposes to furnish all labor, toeis, equipwent &M
materials and perform all work for the construction of the Cooper Creek Sewer
Outfall Contract 66.1, in accordance with the Contract Doouments for the
following prices. to-wit:
ITEM ESTIMATED UNIT
NQy„~.DESCRIPTION OF,Uw W= MATS MO HOUK
19 Constroot Lift Station
Completely Equipped 1 L.S. ~4b_. 000 = 46.00
2. Furnish Sewage Pumps 1 L.S. $4,000,00
• 3. Furnish 8" S.S. May Pipe 343 L.F. $=!.9'0'.0 3430
44 Furnish We S.S. Clay Pipe 305 L.F. $.4M* ~16*492950_
50 Turfush 18" B,$. Clyt Pipe 883 L.F. *962@50
6. Furnish Zl" 3.5. Clay Pipe 430 L.F. = 5_' 4 2 a
Furnish 21" B.S. Clay pipe 3.702 L.p, $ 6 = 2323373.6o 80600
as Furnish 24" S.S. Clay 1'1A 10 L.F. 1 8..:~~.
q. Furnish z0b B.S. may Pipe 3,763 L.F. 398,.0_ _ "''OO
100 Furnish and Install 16" C.I.
Pipe (Force Main) 70 L.F. = 8.x'0„0... 360
1OA. Furnish and Install 16" o3W
Lined Asbestos•Cement
Pipe (Force Main) 70 L.F. : So Bid
i
ITBH MT33WSD UNIT
110, DWaInION QUANTITY , WS MI M AlDI1l0'
no Furnish and Install 1611 stl.
Cyl. Conc. Pipe (Force Hain) 30431 L.F. $jjzj. $12,159025
11A. Furnish and Install 1611
Asbestos•C ment Pipe,
Class 100 (Faroe Hain) 30431 L.F. No Sid
126 T.L. & B.F. 811 Clay Pipe in
10.12' Trench* 20 L.F. ) 4 *00 80900
13. T.L. d1 B.F. 811 May Pipe in
1244+ Trench 310 L.F. = 4. 0. 3 11225000,
14. T.L. i H.F. 8" Clay Pipe in $ 5054 ?lr5O
14.16' Trench 13 L.F.
159 T.L. & H.F. 18" Clay Pipe in
0-61 Trench 545 L.F. $ .Lo 10~362@
160 T.Ls d1 B.F. 18" Clay Pipe in 2.?5 10432.?S
" Trench 321 L.T. f_„~ _
1?. T.L. & B.F. 18" May Pipe in
8.101 Trench ?52 L.F► _ .00 : 2,23600
18. T.L. & H.F. 1811 Clay Pipe in
1042' Trench 951 L. P. = 3► 30-
19. T.L. & H.F. 1811 Clay lips in
12.141 Trench 10110 L.F. $ 4=.. = 4• 00
204 T.L. & H.F. 18" Clay Pips in
~
: 5- $,107540
14.16+ Tr*rA 2?5 Lori,
210 T.L. & B.F. 1811 Clay Pips In 2~
16.181 Trench ' 5 L.t. 7~ s,+_ Amommomm~
22. T.L. & B.F. 21" Clary Pips in
041 Trench 57 L.P► 3 2 30 =mow
230 T.L, & H.P. 2111 Clay Pips in
6.81 Trench 25 L.F. $1 75.. $ 6843
2* T►L. & B.Fe 21" Clay Pipe in
8-10, Trench 106 L.F. 3~0 _ 38_
*T.L. & S.F. is abbarwiation for "Trenoh,Lay and Baokfill".
k
• ITEM ESTIMATED UNIT
920 Rumiptiel of In, WEITY IJII'7'9 _Pnia A g1T _
25. T.L. & B.F. 21" Clay Pipe in
10.12' 'French 918 L.F. 9.213.00
26. T.L. & B.F. 21" Clay pipe in
12.14+ Trench 2.260 L.F. a 4400 9 000
27. T.L. & B. F. 21" Clay Pipe in
14.16' Trench 664 L.F. $.140-0 ; 3,320.00
28. T.L. & B.F. 21" Clay Pipe in
16-18' Trench 22 L.F. $ 7-..sOO $ 154*00
29. 0-61 TrBen h 24" Clay pipe in 39 L.F. $ 3.00 117.00
300 T6~. b~Fh 24" Clair pipe in 20 L.F. $JAL 65000
31. T.L. & B.F. 24" Clay pipe in
8.10' Trench 146 L.F. _ O
32. T.L. & B.F. 24" Clay Pipe in
10.12' Trench 35 L.F. = 4~
33• T.L. d B.F. 24" Clay Pips in
12.14' Trench 925 L.F. 4,1
34. T.L. ! B.F. 24" Clay Pipe in
14.16' Trench 18830 L.F. ~.'S`0 X10 p06340
35• T.L. & B.F. 24" Clay Pipe in
16-18' Trench 475 L.F. $ 7..: 30. $ 3
36. T.L. & B.F. 24" Clay pipe in
1840' Trench 140 L.F. ;1040 1 00
37. Hanho].s to 61.01' Depth 35 Bach $=a =.WI22.0.0
38. Manhole depth in enema of
61 „Olt 260 L.F. $ 21 oo 4
39. (Granular BabedAent Material 10400 C.Y. $ 6joo 40
400 Concrete Babednent & Encasement 40 C.Y. u6 00 s~0
41.E Stite Highway 24 Crossing 80 L.F. ~ 7 .00 $ 6.00040
1
ITEM ESTIMATED UNIT
42. T I P Railroad Crossing 77 L.F.
43. Burning Tree Lena Crossing 46 L.T. $~QAM s &.760,00
440 6" Compacted Flexible Base 400 B.Y. k.3=. 1A_
45. 11" HKAC Surface 10 S.Y. $.,,QQ $-,30,00
46. 81-0" Chain Link Fence 303 L.F. 1,20.50
47. Connection to Existing Lift
Station No. 3 1 L.B. $,e00 'jQQ
48. Connections at Existing Lift
Stations Nos, 1 and 2 3 Each $250 x0 430000
49. Deep Cut (Service) Connections 2 Each $ LSO•00 300000
50. Extra 30000 Concrete (Not 250.00
shown on Plans) 5 C.Y. $.2=00 s. 230000
51. Extra Reinf. Steel (Hot
shown on nano) 300 The TOTAL AMOUNT BASS BID (Excluding Item l0A d 11A) $,_,018:8r, 5~
TOTAL AMOUNT ALTERNATE MD (Excluding Items 10 A 11) $ s.. A4 a „ -
SOURCE AND MATERIAL TIME SQii M
Dffi.IVEttY TIIIS
CALEB
Clay Sewer Pipe , Can-Tex Needed MOMMOMMEW
Concrete Steel Cyl. Pip Gifford-Sill-American Early July, 1966
Asbestos-Cement Pipe '
6WM OF IRM AND SERVICE 009T3
Total tutorial Cost Based on Proposal Quantities )YA92986._..._..._-
110s264.03
Total Services Cost Based on Proposal Quantities #
TOTAL AMOUNT (Nast equal Total Mount Bid) O
R
The undersigned hereby declares that he has visited the site of the work and
has carefully examined the Contract Documents relating to the work coverer! by
the above bid.
The undersigned further declares that he will provide all necessary tools and
apparatus, do all the work and furnish all of the materials and do everything
required to carry out the above mentioned work covered by this Proposal in
strict accordance with the Contract Dooments and the requirements pertaining
thereto, for the sunk set forth above.
The undersigned agrees to commence work within ten (10) days after written
notice to commence work, aryl to substantially•complets the work on which he has
bid in M0 consecutive calendar dayse
The undersigned acknowledges receipt of the following addetdas
Addendum No. 1 dated April 12, 1966
Enclosed with this Proposal is a cashier's or certified check for
) Dollars, or
s proposal bond in the am of , 3 r~ of the total amount bid.
It is agreed that the enclosed bid security shall be collected and retained by
the Owner as liquidated damages in the event this Proposal is accepted by the
Amer within thirty (30) days after the date advertised for the receipt of
bids and the undersigned fails to execute the contract and the required bonds
with the Owner, under the conditions hereof, within ten (10) days after the
date said proposal is accepted= otherwise said check or bond shall be returned
to the undersigned upon demand.
Respectfully submitteds
TIX CON UTIi= cToRs
By
H. S. Bennett
3925-Forost Lar» Garland Texac
Address
(8$AL) If Bidder is a Corporation
HM: Do not detach hid fora from
other papers. Fill in with
ink and submit complete with
attached papers.
n
CONTRACT AGREEMENT
STATE OF TEXAS Q
COUNTY OF Dr.NTON 4
THIS AGREEMENT, made and entered into this day of
A.D., 19.66 . by and between The City of Denton
of the County of Denton and State of Texas, acting through
its Mayor , thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
Tex-Con Utility Contractors, Inos
of the City of Garland County of Dallas
and State of Texas Party of the Second Part, hereinafter
termed CONTRACTOR.
WITHESSETHs That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the Party of
the First Part (OWNER), and under the conditions expressed in the bonds
bearing even date herewith, the said Party of the Second Part (OONTRACTOR)
hereby agrees with the said Party of the First Part (OWNER) to commence
and complete the construction of certain improvements described as follows:
Cooper Creek Sewer Outfall, Contract No. 66-1
and all extra work in connection therewith, under the terms as stated in
.he General Conditions of the Agreement; and at his (or their) own proper cost
and expense to 'furnish all the materials, supplies, machinery, equipment,
tools, superintendence, labor, insurance, and other accessories and services
necessary to complete the said construction, in accordance with the condi-
tions and prices stated in the Proposal attached hereto, and in accordance
with all the Genera]. Conditions of the Agreement, the Special Conditions,
the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and
5-15-64 1
the Performance and Payment Bonds, all attached hereto, and in accordance
with the plans, which includes all maps, plats, blueprints, and other
drawings and printed or written explanatory matter thereof, and the
Specifications therefor, as prepared by FREESE, NICHOLS AND ENDRESS. herein
entitled the ENGINEER, each of which has been identified by the CONTRACTOR
and the ENGINEER, all of which are made a part hereof and collectively
evidence and constitute the entire Contract.
The CONTRACTOR hereby agrees to commence work on or after the
date established for the stmt of work as set forth in a written notice to
commence work and to substantially complete all work within the time stated
in the Proposal, subject to such extensions of time as are provided by the
General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price
or prices shown in the Proposal, which forms a part of this Contract. such
payments to be subject to the General and Special Conditions of the Contract.
IN WITNESS WHEREOF, the partit,s to these presents have executed
this Agreement in the year and day first above written.
ATTEST :
CITY OF DENTON, TEXAS
Party of the First Part, OWNER
By
2LArd Warren Whitbon, Mayor
~C lJ~ Title
(SEAL)
ATTE
TEX-CON UTILITY CONWMACTORS, INC.
Party of the Seco art, CONTRACTOR
M. E. Bennett, President
Title
(SEAL)
5-15-x+ 2
\
PERFORMA14CE BOND
STATE OF TEXAS
COUM OF Denton
KNOW ALL MEN BY THESE PRESENTS: That TEX-CON UTILITY
CONTRACTORS, INC. of the City of Garland _ J
County of _ Dallas and State of Texas
J
as PRINCIPAL, and Fidelity and Deoasit Company of Maryland
. as SURETY,
authorized under the laws of the State of Texas to act as virety or, bonds
for principals, are held and firmly bound unto the _ City of
Denton, Texas as OWNER, in the penal sum of Two
Hundred Forty-Five Thousand, Eighteen and 85/1011a_rs (g245i01t,.85
for the payment whereof, the said Principal and Surety bind.themselves and
their heirs, administrators, executors, successors and assigns, jointly and
severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract
with the (YdNER, dated the day of 19 66 for
the construction of
Cioper Creek Sewer Outfall, Contract No. 66-1
which contract is hereby referred to and made a part nereof as fully and
to the same extent as if copied at length herein.
NOWt THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCHv that if
the said Principal shall faithfully perform said Contract and shall in all
respects duly and faithfully observe and perform all and singular the cove-
nants, conditions and agreements in and by said contract agreed and covenanted
by the Principal to be observed and performed, and according to the true
intent and meaning of said Contract and the Plans and Specifications hereto
annexed, then this obligation shall be void= otherwise to remain in full
force and effect{
PROVIDED, HOWEVER, that this bond is executed pursuant to the
` provisions of Article 5160 of the Revised Civil Statutes of Texas as amended
5-15-64 3
by acts of the 56th Legislature, Regular Session, 1959r and all liabilities
on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
PROVIDED FURTHER, that if any legal action be filed upon this bond,
venue shall lie in Denton County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract,
or to the work performed thereunder, or the plans, specifications, or draw.ngg
accompanying the same, shall in anywise affect its obligation on this bend,
and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the contract, or to the work to be
performed thereunder.
IN WITNESS WHEREOF, the s id Principe d Surety have sirge
and sealed this instrument this .Lday of 1960 0 .
TEX_ UTILITY CONTRACTORS, INC. FIDELITY DEPOSIT COMPANY OF MARYLAND.
Princi a Surety
By
Title M. E. Bennett, President Title
Address 3925 Forest Lane Address HARRY
Garland, Texas INSURANCE AGENCY
2626 W. Mociny ird i a
DALLAS. TEXAS 73235
FL 7•x7"4
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
HARRY /i. , UMP
INSURANCE AGENCY
2626 W. Mockin-hirei
T 75235
Notes Date of Bond must note pftb3S to date of Contract.
I
I
5-15-64 4
i
PAY11ENT BOND
STATE OF TEXAS Q
CCUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS: That Tex-Con Utility
Contractors, Inc. of the City of Garland
County of Dallas and State of Texas
r-J
as PRINCIPAL, and Fidelity and Deposit Company of Maryland
. as SURETY, authorized under the laws of the
State of Texas to act as surety on bonds for principals, are held and firmly
bound unto the City of Dentonr, Texas ...2
as OWNFR, in the penal sum of Two Hundred Forty-Five Thousand, eighteen and
85[100 Dollars 2459018,85 ) for the payment whereof, the
said Principal and Surety bind themselves and their heirs, administrators,
executors, successors and assigns, jointly and severall p by these presents:
WHEREAS, the Principal has entered into a cer in.written contract
with the Owner, dated the day of 19 for the
construction of Cooper Creek Sewer Outfall, Contract No, 66-1
which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW9 THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if
the said Principal shall pay all claimants supplying labor and material to
him or a subcontractor in the prosecution of the work provided for in said
contract, then this obligation shall be void; otherwise to remain in full
force and effect;
PROYMED, HOWEVER, that this bond is executed pursuant to the pro-
visions of Article 5160 of the Revised Civil Statutes of Texas as amended
by acts of the 56th Legislature, Regular Session, 1959, and all liabilities
on this bond shall be determined in accordance with the provisions of said
Article to the same extent as i.° it were copied at length herein.
PROVIDED FURTHER, that if any legal action be filed upon this bond,
venue shall lie in Denthn , County, State of Texas,
5-15-64 3
. I
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or
to the work performed thereunder, or the plans, specifications or drawings
accompanying the same, shall in anywise affect its obligation on this bond,
and it does hereby waive notice of any such change, extension of time,
alteration or addition to the. terms of the contract, or to the cork to be
performed thereunder.
IN WITNESS WHEREOF, the sa d Principal rety have signed
and sealed thin instrument this day of 19,66
TEX_CON UTILITY CONTRACTORS, INC. FIDELITY DEPOSIT COMPANY OF MARYLAND
P=-- Surety 47~:> ~i By -
f
Title M. E. Bennett, President Title
• Address 3925 Forest Lane Address
Garland, Texas INSURANCE AGENCY
26126 W. meekill& 6
DALLAS. TEXAS 75235
F6 ~ §088
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety iss
HARRY A. GWAP
2626 W. Mockingbird Lane
Notes Date of Bond must notFbe7prior to date of Contract.
1
1
6
' i
GENERAL CONDITIONS OF AGREEMENT
1. DEFINITIONS OF TERMS
1.01 OWNER, CONTRACTOR AND ENGINEER, The OWNER, the CONTRACTOR and the
ENGINEER are those mentioned as such ir the Agreement. They are treated
throughout the Contract Documents as ii each were of the sinT;Iar rumber
and masculine gender. The ENGINEER shall be understood to be the ENGINEER
of the OWNER. or his duly authorized representative.
1.02 CONTRACT DOCUMENTS. The Contract Documents shall consist of the
Notice to Bidders Advertisement for Bids), Instructions to Bidders, Special
Provisions or Special Conditions, Proposal, Contract Agreement, Performance
Bond and Payment Bond Nh en required), Special Bonds (when required), General
Conditions of the Agreement, Technical Specifications, Plare, and all modi-
fications thereof incorporated in any of the docnrrnte before the execution
of the agreement.
The Contract Documents are complementary, and wnat is called for by any one
shall be as binding as if called for by all. In the ovent of a conflict in
the Contract Documents, the CONTRACTOR shall call the conflict to the
ENGINEERiS attchtion in writing and he shall decide the conflict, in writing,
and the ENGIWEERIS decision shall be binding.
1.03 SUB-CON119AC R. The term Sab-contractor, as employed herein, includes
only those having a direct contract with the CONTRACTOR.'
1.04 WRI'IfEN NOTICE. Written notice shall be deemed to have been duly served
if delivered in person to the individual or to a member of the firm or to an
officer of the corporation for whom it is intended, or if delivered at or
sent by registered mail to the last business address known to him vho gives
the notice.
1.05 WORK. Unless otherwise stipulated, the CON17ACTC`R shall provide and
pay for all materials, supplies, machinery, equipment, tools, superintendence,
labor, insurance, and all water, light, power, fuel, transportation, and
other facilities and services necessary for the execution and completion of
the work covered by the contract documents. Unless otherwise specified, all
materials shall be new and both workmansIip and materials shall be of a good
quality. The CONTRACTOR shall, if required, furnish satisfactory evidence
as to the kind and quality of materials. Materials or work described in
words which so applied have a well known technical or trade meaning shall be
held to refer to such recognited standards.
1.06 WORKING DAY. A "Working Day" is defined as any day not including
Saturdays, Sandays or any legal holidays, in which weather will permit con-
struction of the principal units of the work for a period of not less than
seven {7) hours between 7:00 a'-M- and 6:00 p.m*
1.07 CALENDAR DAY. A "Calendar Day" is any day of the week oi~ month, no
days being excepted.
5-15-64 ?
1.08 WO?K WEEK. The "dork Week" shall consist of a period of seven (7)
successive calendar days to begin and end as specified by the CONTRACTOR.
1.09 SUBSTANTIALLY COMPLETED. By the term "Substantially Completed" is
meant that the structure or facility has been made suitable for use and
all construction completed except for minor repairs or miscellaneous work,
which while in progress will not interfere with the OWNER'S use and occu-
pancy of the structure or facility.
2. CONTROL OF WORK
2.01 LINES AND n°A DES. Unless otherwise specified, all lines and grades
shall be furn3ened by the ENGINEER. Whenever necessary, construction work
shall be suppended to permit performance of this work, but such suspension
will be as brief as practicable and the CONTRACTOR shall be allowed no
extra compensation therefor. The CONTRACTOR shall give the OWNER or the
ENGIW3ER ample notice of the time and place where lines and grades will
be needed. All stakes, marks, etc., shall be carefully preserved by the
CONTRACTOR, and in case of careless destruction or removal by him or his
employees, such stakes, marks, etc., shall be replaced at the CONTRACTOR'S
expense.
2292 ENGINEER'S AUTHORITY AND DUTY.. The ENGINEER shall have the right
of supervision of the work, to the limited extent hereinafter mentioned,
for the purpose of seeing that the improvements are constructed in conformity
with the contract. It is understood and agreed, however, that the ENGINEER'S
supervision is for the sole purpose of seeing that the improvements are
^.onstructed in accordance with the contract, to the end that the OWNER
upon completion will have improvements conforming to the plans, specifi-
cations and other contract documents. The ENGINEER is the ENGINEER of the
OWNER, as aforesaid, and all supervision and other duties of the ENGINEER
under this contract are for the sole benefit of the OWNER, the parties
hereby expressly negating any intent that these provisions shall inures to
the benefit of anyone not a party to this agreement. The CONTR.Ar"OR is
and shall remain an independent contractor, solely responsible for the
manner and method of accomplishing his work hereunder, and the e;afety of
himself, his employees and other persons by reason of his operations here-
under. The ENGINEER'S authority in this regard shall be limited to a right
of veto with respect to methods which in the ENGINEER'S opinion •aould
prevent the completed improvements conforming to the contract. The ENGINEER
shall have the authority to stop the work whenever such stoppage may be
necessary to insure the proper execution of the contract.
In order to prevent delays and disputes and to discourage litigation,
it is further agreed that the ENGINEER shall in all cases determine the
amounts and quantities of the several kinds of work which are to be paid
for under thi.3 contract. He shall determine all questions in relation to
said work and the construction thereof, and shall in all cases decide
every questian which may arise relative to the execution of this contract
on the part of said CONTRACTOR. The ENGINEER'S estimates and findings
shall be the conditions precedent to the right of the parties hereto to
arbitration or to any action on the contract, and to wV rights of the
3-15-64 e
.
. CONTRACTOR to receive any money under this contract.; provided, however, that
should the ENGINEER render ary decision or give any direction which, in the
opinion of either party hereto, is not in accordance with the meaning and
intent of this contract, either party may file with said ENGINEER within
fifteen (15) days his written objection to the decision or direction so
rendered, and by such action may reserve the right to submit the question
so raised to arbitration as herein provided. It is the intent of this
agreement that there shall be no delay in the execution of the work; there-
fore, the written decision or directions of the ENGINEER as rendered shall
be promptly carried out, and any clbim arming therefrom shall be thereafter
adjusted by arbitration as hereinafter provided.
The ENGINEER shall, within a reasonable time, render and deliver to both
the OWNER and the CONTRACTOR a written decision on a)1 claims of the parties
hereto and on all questions which may arise relative to the execution of the
work or the interpretation of the contract, specifications and plans.
Should the ENGINEER fail to make such decision within a reasonable time,
an appeal to arbitration may be taken as if his decision has been rendered.
against the party appealing.
Whenever the words "directed", "required", "permitted", "designated", "con-
sidered necessary", "preearibed", or words of like import are used, it
shall be understood that the direction, requirement, permission, order,
designation or prescription, of the ENGINEER is intended; and similarly,
the words "approval", "acceptable", "satisfactory", or words of like import
shall mean approved by or acceptable or satisfaotory to the ENGINEER.
2,,03, MINTENDENCE AND INSPECTION. It is agreed by the CONTRACTOR that
the ENGINEER shall be and is hereby authorized to appoint from time to time
such subordinate engineers, supervisors or inspectors as the said'ENOINETR
may deem proper to inspect the material furnished and the work done ender this
agreement, and to see that the said material is furnished and said work is,
done in accordance with the specifications therefor. The CONTRACTOR shall
furnish all reasonable aid and assistance required by the subordinate engineers,
supervisors or inspectors for the proper inspection and examination of the
work. The CONTRACTOR shall regard and obey the directions and instructions
of any subordinate engineers, supervisors or inspectors so appointed, when-
such directions and instructions are consistent with the obligations of this
Agreement and the accompanying plans and specifications; provided, however,
should the CONTRACTOR object to any order by any subordinate engineer, super-
visor or inspector, the CONTRACTOR may within six (6) days make written appeal
to the ENGINEER for his decision.
2;04 CONTRACTORIS DUTY ANb SUPERINTENDENCE. The CONTRACTOR shall give
personal attention the faithful prosecution and completion of this contract
and shall keep on the work, daring its progress, a competent superintendent
and any necessary assistant, all satisfactory to the ENGINEER. The super-
intendent shall represent the CONTRACTOR in his absence and all directions
given to him shall be as binding as if given to the CONTRACTOR. The
CONTRACTOR is and shall at all times remain an independent contractor,
solely responsible for the manner and method of completing. his work under
5-15-64 9
this contract, so long as such methods do not adversely affect the completed
improvements, and solely responsible for the safety of himself, his employees
and other persons, as well as the safety of the improvements being erected
and the property of himself or any other person, as a result of his operations
hereunder.
2.05 COUTPACTORIS UNDERSTANDING. It is understood and agreed that the
CONTRACTOR has, by careful examination, satisfied himself as to the nature
and location of the work, the conformation of the ground, the character,
quality and grlantity of the materials to be encountered, the character of
equipment and facilities needed preliminary to and during the prosecution
of the work, the general and local conditions, and all other matters which
can in any way affect the work under this contract. No verbal agreement
or conversation with any officer, agent or employee of the ENGINEER or
the O,MER, either before or after the execution of this contract, shall
affect or modify any of the terms or obligations herein contained.
2.06 CHAP,ACTER OF IfORKMF,4W. The CONTRACTOR agrees to employ only orderly
and competent men, skillful in the performance of the type of work required
under this contract, to do the work; and agrees that whenever the ENGINEER
shall inform him in writing that any man or men on the work are, in his
opinion, incompetent, unfaithful or disorderly, such man or men shall;be
discharged from the work and shall not again be employed on the work without
the ENGINEERS written consent.
2.0? CONTRACTORS BUILDINGS. The building of structures for housing men,
or the erection of tents or other forms of protection, will be permitted
only at such places as the ENGINEER may direct, and the sanitary conditions
of the grounds in or about such structures shall at all times be ma:ntain@d
in a manner satisfactory to the ENGINEER. 11
2.08 SANITATION. Necessary sanitary conveniences for the use of laborers
on the work, properly secluded from public observation, shall be constructed
and maintained by the CONTRACTOR in such manner and at such points as shall
be approved by the ENGINEER, and their use shall be strictly enforced.
2.09 SHOP DRAWINGS. The CONTRACTOR shall submit to the ENGINEER, with
such promptness as to cause no delay in his own work or in that of any
other Contractor, four copies, unless otherwise specified, of all shop
and/or setting drawings and schedules required for the work of the various
trades, and the ENGINEER shall pass upon them with reasonable promptness,
making desired corrections. The CONTRACTOR shall make any corrections
required by the ENGINEER, file with him two corrected copies and furnish
such other copies as may be needed. The ENGINEER'S approval of such
drawings or schedules shall not relieve the CONTRACTOR from responsibility
for deviations from drawings or specifications, unless he has in writing
called the ENGINEER'S attention to such deviations at the time of sub-
mission, nor shall it relieve him from responsibility for errors of any
sort in shop drawings or schedules.
2,14 _ PRELIMINARY APPR•„ QYAL. The ENGINEER shall not have the pp wer to waive
the obligations of this contract for the furnishing by the COMACTOA of
5-15-b4 10 _
good material, and of his performing good work as herein described, all in
full accordance with the plans and specifications. No failure or omission
of the ENGINEER to condemn .Lny defective work or material shall release the
CONTRACTOR from the obligations to at once tear out, remove and properly
replace the same at any time prior to final acceptance, upon the discovery
of said defective work or material; provided, however, that the ENGINEER
shall, upon request of the CONTRACTOR, inspect and accept, qualify, or reject
any material furnished, and in event the material has been once accepted by
the ENGINEER, such acceptance shall be binding on the OWNER, unless it can
be clearly shown that such material furnished does not meet the specifications
for this work.
Any questioned work may be ordered taken up or removed for re-examination,
by the ENGINEER, prior to final acceptance, and if found not in accordance
with the specifications for said work, all expense of removing, re-examination
and replacement shall be borne by the CONTRACTOR, otherwise the expense thus
iwi rred shall be allowed as EXTRA WORK, and shall be paid for by the OER!
pro vided that, where inspection or approval is specifically required by the
specifications prior to performance of certain work, should the CONTRACTOR
proceed with such work without requesting prior inspection or approval, he
shall tear all expense of taking up, removing, and replacing this work if
so directed by the ENGINEER.
2 .11 DEFECTS AND THEIR REMEDIES. It is further agreed that if the work
or any part thereof, or any material brought on the site of the work for
use in the-work or selected for the same, shall be deemed by the ENOINFER
as unsuitable or not in conformity with the specifications, the CONTRACTOR
shall, after receipt of written notice thereof from the ENGINEER, forth-
with remove such material and rebuild or otherwise remedy such work so that
it will be in full accordance with this contract.
2.12 CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that the
OWNER may make such changes and alterations as the OWNER may see fit, in the
line, grade, form, dimensions, plans, or materials for the work herein con-
templated, or any part thereof, eithsr before or after the beginning of the
construction, without affecting the validity of this contract and the accompany-
ing performance and payment bonds.
If each changes or alterations diminish the quantity of the work to be done,
they shall not constitute the basis for a claim for damages, or anticipated
profits on the work that may be dispensed with, except as provided for unit
price items under Section 5, "Measurement and Payment". If the amount of
work is increased, and the work can fairly be classified under the speci-
fications, such increase shall be paid for according to the quantity actually
done and at the unit price, if any, established for such work under this
contract, except as provided for unit price items under Section 5, "Measure-
ment and Payment"; otherwise, such additional work shall be paid for as
provided under Extra Work. In case the OWNER shall make such changes or
alterations as make useless any work already done or material already fir niched
or used in said work, then the OWNER shall recompense the CONTRACTOR for any
material or,labor so used, and for any actual loss occasioned by such change,
due to actual expenses incurred in preparation for the work as originally
planned.'
5-15-64 11
.13 RIGRT OF ENGINEER TO MODIFY METHODS AND EQUIPMENT. If at any time
the methods or equipment used by the CONTRACTOR are found to be inadequate
to secure the quality of work or the rate of progress required under this
contract, the ENGINEER may order the CONTRACTOR in writing to increase
their safety or improve their character and efficiency, and the CONTRACTOR
shall comply with such order. Such authority of the ENGINEER, however,
is for the sole benefit of the OWNER and the safety of the improvements,
in order to secure their erection in conformity with this contracts it
shall remain the sole duty of the CONTRACTOR to take adequate precautions
in his operations for the safety of persons and propertys no failure of
the ENGINEER to complain of the methodF and equipment of the CONTRACTOR,
however, shall excuse CONTRACTOR or relieve the CONTRACTOR of liability
for damage to the property or improvements of the OWNER by reason of his
neglect or omission.
If at any time the working force of the CONTRACTOR is inadequate for
securing the progress herein specified, the CONTRACTOR shall, if so ordered
in writing, increase his force or equipment, or both as may be required
by the ENGINEER.
3. GENERAL C-OLIGATIONS AND RESPONSIBILITIES
3.01 KEEPING OF PLANS AND SP.:CIFICATIONS ACCESSIBLE. The ENGINEER shall
furnish the CONTRACTOR with an adequate end reasonable number of copies
of all plans and specifications without expense to him* and the CONTAACTOR-
shall keep one copy of the same constantly accessible on the work, with
the latest revisions noted thereon.
3.02 OWNER,%IP OF VOMINGS. All drawings, specifications and copies
thereof furnished by the ENGINEER shall not be reused on other work, and,
with the exception of the signed contract sets, are to be returned to him
on request, at the completion of the work. All models are the property
of the OWNER.
3.03 -ADEQUACY OF DESIGN. It is understood that the OWNER believes he
has employed competent engineers and designers. It is, therefore, agreed
that the OWNEP, shall be responsible for the adequacy of the design, sufficiency
of the Contract Documents, the safety of the structure and the practic-
ability of the operations of the completed project; provided the CONTRACTOR
has complied with the requirements of the said Contract Documents, all
approved modifications thereof, and additions and alterations thereto
approved in writing by the OWNER. The burden of proof of such compliance
shall be upon the CONTRACTOR to show that he has complied with the said
requirements of the Contract Documents, approved modifications thereof and
all approved additions and alterations thereto.
3.04 RIWT OF ENTRY. The OWNER reserves the right to enter the property
or location on which the works herein contracted for are to be oonstructed
or installed, by such agent or agents as he may elect,.
1.05 CQU ATERAL CONTRACTS. The OWNER agrees to provide by separate contract
or otherwise, all labor and material essential to the completion of the,
work specifically excluded from this contract, in such manner as not to
5-15-64 12
delay the progress of the work, or damage said CONTRACTOR, except where such
delays are specifically mentioned elsewhere in the Contract Documents.
1.06 DISCREPANCIES AND OMISSIONS. It is further agreed that it is the
intent of this contract that all work must be done and all material must be
furnished in accordance with the generally accepted practice, as determined
by the ENGINEER, and in the event of any diacrepanoies between the separate
contract documents, specifications or drawings, the ENGINEER shall define
which is intended to apply to the work.
1.07 EWIPMENT, MATERIALS AND CONSTRUCTION PLM. The CONTRACTOR shall
provide all tools, equipment, machinery, materials, and construotion plant
and facilities necessary in the prosecution and completion of the contract,
except as otherwise specifically set forth to be provided by the OWNER.
` The CONTRACTJR shall be responsible for the care, preservation, conservation,
and protection of all materials, supplies, machinery, equipment, tools,
apparaturg accessories, facilities, all means of construction, and any and
all parts of the work, whether the CONTRACTOR has been paid, partially paid,
or not paid for such work, until the entire work is completed and accepted.
1,08 PROTECTION AGAINST ACCIDENT 1+0 BMPW]MS AND THE PUBLIC. The CONTRACTOR
shall take out and procure a policy or policies of workmen's compensation
insurance with an insurance company licensed to transact business in the
State of Texas, which policy shall comply with the Workxan's Compeneatiod
law of the 'State of Texas. The CONTRACTOR shall at all ti►aes exercise reason-
able precautions for the safety of employees and others on or near the work
and shall comply with all applicable provisions of Federal, State and Muni-
cipal safety laws and building and construction codes. All machinery and
equipment and other physical hasards shall be guarded in accordance with
the "Manual of Accident Prevention in Construction" of the Associated Geneftal
Contractors of America# except where incompatible with Federal, State, or
Municipal lava or regulations. The CONTRACTOR shall provide such machinery
r guards, safe walkways, ladders, bridges, gangplanks, and other safety devices
as may be required as requisite to the prevention of accidents. The CON-
TRACTOR and his Liability Sureties shall indemnify and save harmless the
OWNER and all his officers, agents and employees, and the ENGINMR, and
his agents and employees, from and against all suits, actions, claims, demands
or judgments, of any character, name and description, brought or asserted
against any of them for or on account of any iniuries or damages to persons
or property, or damages of any other kind, allegedly received or sustained
on account of any negligent act or fault of CONTRACTOR, his agents, employees
,or representatives, or sub-contractors, their agents or employees, ir, the
execution of said contract or any operations thereunder, or on account of the
failure of atiy person, firm or corporation to provide necessary barricades,
warning lights or signs, or to take any other safety precautions. This
agreeelent of indemnity shall extend to and include any suit, action or claim,
of any character and description, allegedly arising out of the concurrent
negligence of the CONTRACTOR and/or any sub-contractor, their agents, re-
presentatives or employees, and the OWNER, or its officers, agents and
employees, and(or the ENGIRR his agents.and employees; and the.CONTRACTOR
and h.tejiabil ty Sureties will be reclaired to pay any judgment, with' cost3,
which aay be,obtained against any party hereby indemnified, growing out of
7-8-64 13
such alleged injury or damage. The safety precautions actually taken and '
their adequacy shall be the sole responsibility of the CONTRACTOR, in his
sole discretion as an independent contractor; the inclusion of this paragraph
in the agreemeit, as well as any notice which may be given by the OWNER,
ENGINEER or their representatives concerning omissions under this paragraph
as the work progresses, are intended only as reminders to the CONTRACTOR of
his duty in said regard, and shall not be construed as any assumption of
duty to supervise safety precautions by either the OWNER or ENGIMM.
1,04 PERFORMANCE AND PA)MNT BONDS. It is further agreed by the parties
to this Contract that the CONTRACTOR will execute separate performance
and payment bonds, each in the sum of one hundred (1000 percent of the
total contract price, on standard forms for this purpose, guaranteeing
faithful performance of the work and the fulfillment of any guarantees
required, and further guaranteeing payment to all persons supplying labor and
materials or furnishing him any equipment in the execution of the Contract,
and it is agreed that this Contract shall not be in effect until such per-
formance and payment bonds are furnished and approved by the OWNER.
Unless otherwise approved in writing by the OWNER, the surety company
underwriting the bonds shall be acceptable according to the latest list of
companies holding certificates of authority from the Secretary of the
Treasury of the United States. As herein provided for;Gjtbbe
performance bond shall remain in effect for a period of one year after the
date of the Certificate of Acceptance by the OWNER, The cost of ths
premium for the performance and payment bonds shall be included in the
CONTRACTOR'S Froposal.
3.10 LOSSES FROM NATURAL CAUSES. All loss or damage to the CONTRACTOR
arising out of the nature of the tiork to be done, or from the action of the,
elements, or from any unforseen c'rcumstances in the proseetion of the same,
or from unusual obstructions or difficulties which may be encountered in
the prosecution of the work, stall be sustained and borne by the CONTRACTOR
at his own cost and expense.
3.11 PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shall take
proper means to protect the adjacent or adjoining property or properties
in any way encountered, which might be injured or seriously affected by
any process of construction to be undertaker under this Agreement, from
any damage or injury by reason of said process of construction; and he shall
be liable for any and all claims for such damage on account of his failure
to fully protect all adjoining property. The CONTRACTOR agrees to indemnify,
save and hold harmless the OWNER and the ENGINEER against any claim or,
claims for damages due to any injury to any adjacent or adjoining property,
arising or growing out of the performance of the contract; but any such,
indemnity shall not apply to any claim of any kind arising out of thb existence
or character of the work.
.1 T O AGAJJJST CIAM OF SUB-COMRACTOR& LABDMS,
MM -R"ISHERS OF MACHIMY.-EQUMMUT AND- SUMIES The.CONTRACTOR agrees.
that he will indemnify and save the, OWNER hamless from all claims growing
out of the lawful demands of sub-contractors, laborers, workmen, vechanicsi;
materialmen, and furnishers of machinery and parts thereof, equi,ment,
power tools, and all supplies, including commissary, incurred in the further-
7-8-64 14
so desired by the OWNER, :he
I -nee of the performance of this contract. When
CONTRACTOR s`iall furnish satisfactory evidence that all obligations of the
nature hereinabove designated have been paid, discharged or waived. If the
CONTRACTOR fails so to do, then zhe OWNER may at the option of the CONTRACTOR
either pay directly any unpaid bills of which the OWNER has written notice, or
withhold from the CONTRACTOR'S unpaid compensation a sum of money deemed
reasonably sufficient to liquidate any and all such lawful claims until satis-
factory evidence is furnished that all liabilities have been fully discharged;
whereupon payments to the CONTRACTOR shall be resumed in full, in accordance
with the terms of this contract, but in no event shall the provisions of this
sentence be construed to impose any obligation upon the OWNER by either the
CONTRACTOR or his Surety.
3.13 PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION. The CONTRACTOR
shall pay all royalties and license fees, and shall pravfde for the use of any
design, device, material, or process covered by letters patent or copyright,
by suitable legal agreement with the patentee or OWNER. The CONTRACTOR shall
defend all suits or claims for infringement of any patent or copyright rights
and shall indemnify and save,the OWNER harmless from any loss on account there-
of, except that the OWNER shall defend all such suits and claims and shall be
responsible for all such less when a particular design, device, material, or
proves-i, or the product of a particular manufacturer or manufacturers is
specified or required by the OWNER; provided, however, if choice''of alternate
design, device, material, or process is allowed to the CONTRACTOR, then CON
TRACTOR shall indemnify and save OWNER harmless from any loss on account
thereof. If the material or process specified or required by the OWNER is
an ir,fringemert, the CONTRACTOR shall be responsible for such loss unless he
promptly gives such'informatlon to the OWNER.
3.14 LAWS AND ORDINANCES. The G,)N'IRACTOR shall at all times observe and
comply with all Federal, State and local laws, ordinances and regulations, which
in any manner affect the contract or the work, and shall indemnify and save
harmless the OWNER against any claim wising from the violation of any such
laws; ordinances, and regulations, whether by the CONTRACTOR or his employees,
except where such violations are called for by the provisions of the Contract
Documents- If the CONTRACTOR observes that the plans and specifications are
at variance therewith, he shall promptly notify the ENGINEER in writing, and
any necessary change., shall be adjusted as provided in the contract for changes
in the work. If the CONTRACTOR performs any work knowing it to be contrary
to such lave, ordinances, rules and regulations, and without such notice to
the ENGINEER, he shall bear all costs arising therefrom. In case the OWNER
is a body politic and corporate, the law from which it derives its powers,
insofar as the same regulates the objects for which, or the manner in which, or
the conditions under which the OWNER may enter into contract, shall be con-
trolling, and shall be considered as part of this contract, to the sane
effect as though embodied herein.
3,15 ASSIGNMENT AND SUBUTTING. The CONTRACTOR further agrees that he will
retain personal control and will give his personal attention to the fulfill-
went of this contract and that he will not assign by Power of Attorney, or
otherwise, or sublet said,eontract without the written consent of the OWNER,
and that no part or feature of the work will be sublet to anyone objectionable
to the ENGINEER or the OWNER, The CONTRACTOR further agrees that the sub-
letting of any portion or feature of the work, or materials required in the
7-8-64 15
performance of this contract, shall not relieve the CONTRACTOR from his full
obligations to the ORNER, as provided by this Agreement.
J.16 CONTRACTOR'S AND SUB-CONTRACTOR'S INSURANCE. The CONTRACTOR shall not
commence work under this contract until he has obtained all the insurance
required under the following sub-paragraphs and such insurance has been
approved by the OWNER, nor shall the CONTRACTOR allow any sub-contractor
to commence work on a sub-contract until such sub-contractor has obtained
complete insurance coverage as require.' for the CONTRACTO3.
3.161 COMPENSATION INSURANCE. The CONTRACTOR shall procure and shall maintain
during the life of this contract Workmen's Compensation Insurance for all of
his employees to be engaged in work on the project under this contract and,
in case of any such work sublet, the CONTRACTOR shall require the sub-contractor
similarly to provide Workmen's Compensation Insurance for all of the latter's
employees to be engaged in such work, unless such employees are covered by
the protection afforded by the Contractor's Workmen's Compensation Insurance.
In case any class of employees engaged in hazardous work on the pproject under
this contract is not protected under the Workmen's Compensation Statute,.the
CONTRACTOR shall provide, and shall cause each sub-contractor to provide,
adequate Employer's General Liability Insurance for the protection of such
of his employees not otherwise protected.
3.162 _CONTRACTOR'S PUBL. LIABILITY AND PROPERTY DAMAGE INSURANCE. The
CONTRACTOR shall procure.F.nd shall maintain during the life of this contract
Contractor's Comprehensive General Liability Insurance in an amount not less
than $100,000.00 for injuries, including accidental death, to any one person,
and subject to the ,ame limit for each person, in an amount not less than
$300,000.00 on account of one accident, and Contractor's Property Damage
Insurance in an amount of not less than $50,000.00 on account of one accident
and $100,00040 aggregate.
The CONTRACTOR shall also furnish Owner's Protective Liability Insurancep
as separate policies or as a part of one of the above mentioned policies
or by endorsement thereto, in the amounts set forth for public liability
and property damage.
3.163 AUTOMOBILE INSURANCE - BODILY INJURY AND PROPEKTY DAMAGE. The
CONTRACTOR shall procure and maintain, during the life of the Contract,
Automobile Insurance in an amount not less than $1009000.00 for injuries,
including accidental death, to any one person and subject to the same limit
for each person, an amount not less than 1300,000.00 on account of one
accident, and automobile property damage insurance in an amount not less
than $509000,00.
3.164 SCOPE OF INSURANCE AND SPECIAL HAZARD. The Insurance required under
the above paragraphs shall providde adequate protection for the CONTRACTOR and
his sub-contractors, respectively, against damage claims which may arise
from operations under this contract, whether such operations be by the insured
or,by anyone directly or indirectly employed by him. Insurance also shall
be provided against spacial hazards, if any, as may be set forth in the Special
Conditions or Special Provisions, or elsewhere in these Contract Documents.
7-8-64 16
For contracts involving work to be performed within the corporate limits of
any municipality and for contracts involving pipe line construction (water,
sewer, or other), the CONTRACTOR shall furnish insurance as separate policies
or by additional endorsement to one of the above mentioned policies, and
in the amounts as set forth for public liability and property damage, the
following insurances
(a) Blasting, prior to any blasting being done.
(b) Collapse of buildings or structures adjacent to excavation
(if excavations are to be performed adjacent to same).
(c) Damage to underground utilities.
3.165 PROOF OF CARRIAGE OF INSURANCE. The CONTRACTOR shall furnish the
OWNER with satisfactory proof of coverage by insurance required in these
Contract Documents in amounts and by carriers satisfactory to the OWNER.
Proof of carriage of insurance by sub-contraotors shall also be furnished.
3.17 GUARANTEE. The CONTRACTOR shall guarantee the work against failure
or malfunction due to defective materials or workmanship for a period of
one year from the date of the written Certificate of Acceptance of the'.
Where the CONTRACTOR is required to procure and furnish'artibles manufactured
by others, the standard warranty, if any, of the manufacturer'thereof shall;
be delivered to OWNER by CONTRACTOR in form to inure to OWNER'S benefit.
This guarantee will not apply to defects of any materials or equipment furs
ished by the OWNER to the CONTRACTOR for installation= however, the guarantee
will apply to any defects in workmanship in the installation by the CONTRAvOR
of such materials or equipment.
When defective material and workmanship are discovered, all required repairs
shall be made by the CONTRACTOR at his own expense. Such repairs shall be
initiated within five (5) days after written notice of such defects has been
given by the OWNER and the work of the repairs shall proceed with dispatch so
that the repairs will be completed within a reasonable len th of time. Should
the CONTRACTOR fail to initiate the repairs within five (51 days after written
notice or should he fail to complete the repaits within a reasonable time,
the OWNER may make the necessary repairs and charge the CONTRACTOR with all
costs incurred therefor.
As a part of this guarantee, the CONTRACTOR'S Performance Bond shall remain
in effect for a period of one year after the date of written acceptance by
the OWNER.
3.18 WAGE RATES. The OWNER in accordance with statutory requirements has
determined the general prevailing rates of wages as applicable to the project,
and the'CONTRACTOR shall pay not less than the rates of wages so determined.
A copy of the schedule of prevailing wage rates as established by the OWNER
is included as a part of these Contract Documents.
5-15-64 17
4. PROSECUTION AND PROGRESS '
4.01 TIME AND ORDER OF COMPLETION. It is the meaning and intent of this
contract, unless otherwise herein specifically provided, that the CONTRACTOR
shall prosecute his work at such times and seasons, in such order of preced-
ence, and in such manner as shall be most conducive to economy of construction;
provided, however, that the order and the time of prosecution shall be such
that the work will be substantially completed as a whole and in part, in
accordance with this contract; the plans and specifications, and within the
time of completion designated in the Proposal; provided, also, that when the
OWNER is having other work done, either by contract or by his own force, the
ENGINEER may direct the time and manner of construct'_ng the work done under
this contract, so that conflict will, be avoided and the construction of the
various works being done for the OWNER will be harmonised.
The CONTRACTOR shall submit, at sack times as may reasonably be requested
by the ENGINEER, s.•hedules which shall show the order in which the CONTRACTOR
proposes to carry on the work, with dates at which the CONTRACTOR will start
the several parts of the work, and estimated dates of completion of the
several parts.
Within seven (7) days after the end of each calendar month, the CONTRACTOR.
shall report iii writing tpQ the ENGINEER any day claimed to be unsuitable for
working, Within coven (7) days thereafter, the ENGINEER shall agree or .
disagree in writing as to whether the time claimed as not suitable for
working shall be so recognized and the ENGINEER'S decision shall be final
and binding.
4.02 EXTENSION OF TIME. Should the CONTRACTOR be delayed in the completion,
of the work by any act or neglect of the OWNER or ENGINEER, or of any employees
of either, or by other contractors employed by the OWNER, or by changes
ordered in the work, or by strikes, lockouts, fires, and unusual delays by.
common carriers, or unavoidable cause or causes beyond the CONTRACTORS control,
or by any cause which the ENGINEER may decide justifies the delay, then an
extension of time shall be allowed for completing the work, sufficient to com-
pensate for the delay, the amount of the extension to be deterained by the
ENGINEER; provided, however, that the CONTRACTOR shall give the ENG.NEER notice
in writing of the cause of such delay within ten (10) days from inception of
such delay.
4.03 HINDRANCES AND DELAYS. No claims shall be made by the CONTRACTOR fcr
damages resulting from hindrances or delays from any cause (except where the
work is stopped by ordsr of the 0WHEI) during the progress of any portion of
the work embraced in this contract. In case said work may be stopped by the
act of the OWNER, than such expen&q as in the judgement of the ENGINEER is caused
by such stoppage of said work shall be paid by the OWNE't to the CONTRACTOR.
4.04 LIQUIDATED DAMAGES. The CONTRACTOR agrees that time is of the essence
of this contract, and that for each day of delay beyond the number o: days
herein agree. upon for the completion of the work herein specified and con-
tracted for (after due allowance of such extension of time as is provided for
under Extension of Time hereinabove), the OWNER may withhold permanently from
the CONTRACTOR'S -6otal compensation, the amount per day given in the following
schedule, not as a penalty, but as liquidated damages and for added expense
for engineering supervision, etc. in connection with the projects
5-15-64 18
Amount Amount of Liquidated
Of Contract Damages Per Day
50,000 or less 3 50
509001 to 100,000 75
100,001 to 500,000 100
5000001 to 19000,000 150
19000,001 to 2,o00,G00 200
Over 290005000 300
5• MEASUREMENT AND PAYMENT
5.01 QUANTITIES AND 2EASUREMEN7S. No extra or customary measurements of any
kind will be allowed, but the actual measured and/or computed leng'i, area,
solid contents, number, and weight only shall be considered, unless other-
wise specifically provided.
5.02 ESTIMATED QUANTITIES. This agreement, including the specifications,
plans and estimate, is intended to show clearly all work to be done, and material
to be furnished hereunder. Where the estimated quantities are shown for the
various classes of work to be done and material to be furnished under this
contract, they are approximate and are to be used only as a basis for estimating
the probable cost of the work and for comparing the proposals offered for the
work. It is understood and agreed thoit the actual amount of work to be done
and material to be furnished under this contract may differ somewhat from these
estimates, and that where ti.s basis for payment under this contract is the unit
price method, payment shall be for the actual amount of such work done and the
material furnished.
4here payment is based on the unit price met'lod, the CONTRACTOR agrees that he
will make no claim for damages, anticipated profits or otherwise on account of
any differences which may be found between the quantities of work actually done,
the material actually furnished under this contract and the estimated quantities
contemplated and contained in the proposal; provided, however, that in case the
actual quantity of any item should become as much as 25% more than, or 24 less
than the estimated or contemplated quantity for such items, then either party to
this Agreement, upon demand, shall be entitled to a revised consideration upon
the portion of ;the work above or below 259 of the estimated quantity.
Any revised consideration is to be determined by agreement between the parties,
otherwise by the terms of this Agreement, as provided under "Extra Work".
~.0 PRICE OF WOM. In consideration of the furnishing of all the necessary
a or, equipment and material, and the completion of all Work by the CONTRACTOR,
and on the completion of all work and of the delivery of all material embraced
in thie contract in full conformity with, the specifications and stipulations
herein contained, the OWNER agrees to pay the CONTRACTOR the prices set.rorth
in the Proposal hereto attached, which has been made a part of this contract.
The CONTRACTOR hereby agrees to receive such prices :Ln full for furnishing
all material End all labor required for the aforesai,i,work, also for all expense
incurred by him, and for well and truly performing tze same and the whole
thereof in the manner and according to this Agreement, the attached specifications
and requirements of the ENGINEER.
5-15-d+ 19
5.04 PARTTA L PAYMENTS. On or before the 10th day of each month the ENGINEER
shall preparr a statement showing as completely as practicable the total
value of the work done by the CONTRACTOR up to and including the last day
of the precee ing month; said statement shall also include the value of all
sound materials delivered on the site of the work that are to be fabricated
into the work.
The OWNER shall then pay the CONTRACTOR on or before the 15th day of the
current month the total amount of the ENGINEER'S statement, less 10 percent
of the amount thereof, which 10 percent shall be retained until final payment,
and further less all previous payments and all further sums that may be
retained by the OWNER under the terms of this Agreement. It is understood,
however, that in case the whole work be near to completion and some un-
expected and unusual delay occurs due to no fault or neglect on the part of
the CONTRACTOR, the OWNER may - upon written recommendation of the ENGINEER -
pay a reasonable and equitable portion of the retained percentage to the
CONTRACTOR; or the CONTRACTOR, at the OWNER'S option, may be relieved of
the obligation to fully complete the work and, thereupon, the CONTRACTOR
shall receive payment of the balanve due him ender the contract subO3it
only to the conditions stated under "Final Payment".
5.05 USE OF COMPLETED PORTIONS. The OWNER shall have the right to taka
possession of and use any completed or partially completed portions of the
work, notwithstanding the time for completing the entire work of such'
portions may not have expired, but such taking possession and use shall
not be deemed ah acceptance of any work not completed in accordance with
the Contract Documents. If such prior use increases the cost of or delays
the work, the CONTRACTOR shall be entitled to such extra compensation, or
extension of time, o- both, as the ENGINEER may determine.
The CONTRACTOR shall notify the ENGINEER when the contract is "sub-
ster,ially completed" and the ENGINEER shall forthwith advise the CONTRACTOR
ih writing of any work undone which in the ENGINEER'S judgment should be
done, if any, in order to substantially complete the work. The "sub-
stantial completion" of the structure or facility shall not excuse the
CONTRACTOR from performing all of the work undertaken, whether of a minor
or major nature, and thereby completing the structure or facility in
accordance with the Contract Documents.
5,06 MUL COMPLETION AND,QCCEPTANCE. Within ten (10) days after the
CONTRACTOR has given the ENGINEER written notice that the work has been
completed, the ENGINEER and the OWNER shall inspect the work and within
said time, if the work be found to be completed in accordance with the
Contract Documents, the ENGINEER shall fcsue to the OWNER and the CON-
TRACTOR his Certificate of Completion, and thereupon it sh 11 be the dirty
of the OWNER within ten (10) days to issue a Certificate of Acceptance of
the work to the CONTRACTOR, or to advise the CONTRACTOR of reasons for.
non-acceptance.
5.07 FINAL PAYMENT. Upon the issuance of the Certificate of Completion,
the ENGINEER shall proceed to make final measurements and prepare final
5-15-64 20
statement of the value of all work perforred and materials furnished under
the terms of the Agreement and within 25 days shall certify same to the
OWNER, who not later than 35 days after the date of the Certificate of Com-
pletion shall pay to the CONTRACTOR the balance due the CONTRACTOR under the
terms of this Agreement, provided he has fully performed his contractual
obligations under the terms of this ccntract; and said payment shall become
due in any event upon said performance by tilt CONTRACTOR. Neither the Cer-
tificate of Acceptance nor the final payttent, nor any provision in the Contract
Documents, shall relieve the CONTRACTOR of the obligation for fulfillment of
any warranty which may be required in the Special Conditions of the Speci-
fications.
5._0$ PAYMENTS WI'.'HHELD. The OWNER may, on account of subsequently discovered
evidence, withhold or rh.llify the whole or part of any certificate to such
extent as may be necessary to protect himself from loss on account oft
(a) Iefeetive work not remedied.
(b) Claims filed or reasonable evidence indicating
probable filing of claims.
(c) Failure of the CONTRACTOR to make payment's properly
to sub-contractors or for material or 'labor.
(d) Damage to another contractor.
When the above grounds are removed,'or the CONTRACTOR provides a % rety Bond
satisfactory 'to the OWNER, which will protect the OWNER in the amount with-
hold* payment shall be made for amounts withheld because of them.
5.09 DEIAYED PAYMENTS. Should the OWNER fail to make payment to the 'CON-
TRACTOR of the sum named in any partial or final statement, when payment'is
dua, or should tbei ENGINEER fall to issue any statement cn or before the date
above provided. then the OWW shall pay w the CONTRACTOR, in addition to'the
sum shown as due by such statement, interest thereon at the rate of six (6%)
percent per annum, unless otherwise specified, from date due as provided under
"Partial Payments" and "Final Payments", until fully paid, which shall fully
liquidate any injury to the CONTRACTOR growing out of such delay in payment,
but the right is expressly reserved to the CONTRACTOR in the event payments
be not promptly made, as provided under "Partial Payments", at 'any time, there-
after to treat the contract as abandoned by the OWNER and recover compensation,
as 'provided under "Abandonment of Contract", unless such payments are with-
hold in accordance with the provisions of "Payments withheld".
6. EX'T'RA WORK AND CLAIMS
6.02__.9XTRA WORK. 'It is agreed that the CONTRACTOR shall perform all Extra'
Mork under the direction of the ENGINEER when presented with a written Work
Order signed by the ENGIY+M, subject, however, to the right of the CONTRACTOR
to require a written confirmation of such Extra Work Ordei. by"the ow t It
is also agreed that the compensation to be paid the CONTRACTOR for performing
said Extra Work shall be determined by one or more of the following methodst
5-15-64 21
i
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) nor Method (B) be agreed
upon before the Extra Work is commenced, then
the CONTRACTOR shall be paid the "actual field
cost" of the work, plus fifteen (15%) percent.
In the event said Extra Work be performed and paid for under Method (C),
then the provisions of this paragraph shall apply and the "actual field
cost" is hereby defined to include the cost to the CONTRACTOR of all workmen,
such as foremen, timekeepers, mechanics and laborers, and materials, supplies,
teams, trucks, and rentals on machinery and equipment, for the time actually
employed or used on such Extra Work, plus actual transportation charges
necessarily incurred, together with all power, fuel, lubricants, water, and
similar operating expenses, also all necessary incidental expenses incurred
directly on account of such Extra Work, including Social Security, Old Age
Benefits, and other payroll taxes, and a rateable proportion of premiums on
Performance and Payment Bonds, and Maintenance Bonds, and on Nblic Liability
and Property Damage, and Workmen's Compensation and all other insurance as
may be required by any law or ordinance, or directed in writing by the
ENGINEER. The ENGINEER may direct the form in which accounts of the "actual
field cost" shall be kept and the records of these accounts shall be made
available to the ENGINEER. The ENGINEER shall also specify in writing,
before the work commences, the method of doing the work and the type and
kind of machinery and equipment to be used. Unless otherwise agreed upon,
the prices for the use of machinery and equipment shall be determined by
using 100 percent, unless otherwise specified, of tre schedule, current at
the time of such use, of Equipment Ownership Expense adopted by the Associated
General Contractors of America. Where practicable the terms and prices for
the use of machinery and equipment shall be incorporated in the Written
Extra Work Order. The fifteen (15~) percent of the "actual field cost" to
be paid the CONTRACTOR shall cover and compensate him for his profit, over-
head, general superintendence and field office expense, and all other
elements of cost and expense not embraced within the "actual field cost"
as herein defined, save that where the CONTRACTOR'S Camp or Field Office
must be maintained solely on account of such Extra Work; then the cost to
maintain and operate the same shall be included in the "actual field cost".
No claim for Extra Work of any kind will be allowed un'_~ss ordered in writing
by the ENGINEER. In case any orders or instructions, either oral or written,
appear to the CONTRACTOR to involve Extra Work for which he should receive
compensation or an adjustment in the construction time, he shall make written
request to the ENGINEER for written order authorizin„ such Extra Work.
Should a difference of opinion arise as to what foes or does not constitute
Extra Work, or as to the payment therefor, and tAe ENGINEER insists upon its
performance, the CONTRACTOR shall proceed with tle work after making written
request for written order and shall keep an accur&te account of the "actual
field cost" thereof, as provided under Method (C). The CONTRACTOR will
thereby preserve the right to submit the matter of payment to arbitration,
as hereinbelow provided.
5-15-64 22
TIME OF FILING CLAIMS. it is a fothe r agreed by both parties hereto 6.02 that all questions of dispute or adjustment presented by the CONTRACTOR
shall
be in writing and filed with the ENGINEER within fifteen (15) days after the
ENGINEER has given any directions, order or instruction to which the CON-
TRACTOR desires to take exception. The ENGINEER shall, within fifteen (15)
days, reply to such writter. exceptions by the CONTRACTOR and render his final
decision in writing. In case the CONTRACTOR should appeal from the ENGINEER'S
decision, any demand for arbitration shall be filed with the ENGINEER and the
OWNER in writing within ten (10) days after the date of dslivery to CONTRACTOR
of the ENGINEER'S final decision. It is further agreed that final acceptance
of the work by tae OWNER and the acceptance by the CONTRACTOR of the final
payment shall be a bar to any claims by either party, except where noted other-
wise in the Contract Documents.
6.03 ARBITRATJQN. All questions of dispute under this Agreement shall be sub-
mitted to arbitration at the request of either party to the dispute. The
parties may agree upon one arbiter; otherwise, there shall be three, one
named in writing by each party, and the third chosen by the two arbiters so
selected; or if the arbiters fail to select a third within ten (10) days,
he shall be chosen by a District Judgn serving the County in which the major
portion of the project is located, unless otherwise specified. Should the
party demanding arbitration fail to dame an arbiter within ten (10) days of the
demand, his right to arbitrate shall lapse, and the decision of the ENGINEER
shall be final and binding on him. thou td the other party fail to choose an
arbiter within ten (10) days, the ENGINEER shall appoint such arbiter. Should
either party Mefuse or neglect to supply the arbiters with any papers or
information demanded in writing, the arbiters are empowered by both parties
to take ex parts proceedings.
The arbiters shall act with promptness. The decision of any two shall be
binding on both parties to the contract. The decision of the arbiters upon
any question submitted to arbitration under this contract shall be a con-
dition precedent to any right of legal action. The decision of the arbiter
or arbiters may be filed in court to carry it into effect.
ABANDONMENT OF CONTRACT
7.01 ABANDONMENT BY CgNTRAC'POR. In case the CONTRACTOR should abandon and
.fail or refuse to resume work within ten (10) days after written notification
from the OWNER, or the ENGINEER, or if the CONTRACTOR fails to comply with the
orders of the ENGINEER, when such orders are consistent with the Contract
Documents, then, and in that case, where performance and payment bonds exist,
the Surety on the bonds shall be notified in writing and directed to complete
the work, and a copy of said notice shall be delivered to the OONTRACTOR•
After receiving said notice of abandonment, the CONTRACTOR shall not remove
from the work any machinery, equipment, tools, materials, or supplies then on
the job, but the same, together with any materials and equipment under contract
forthe work, may be held for use on the work by the OWNER of the Surety on
the performance and payment bonds, or another contractor in completion of the
work; and the. CONTRACTOR shalt not receive any rental or credit therefor
5-15-64 23
(ex.ept when used in connection with Extra WorK, where cradit shall be
allowed as provided for under Section. 6, Extra Work and Claims), it being
understood that the ttse of such Equipment and materials will ultimately
reduce the cost to complete the work and be reflected in the final settlement.
Where there is no performance bo%id provided or in case the Surety should
fail to commence compliance with the notice for completion hereinbefore pro-
vided for within ten (10) days after ser•tice of such notice, then the OWNER
may provide for completion of the work in either of the following elective
manners:
M1. The OWNER may thereupon employ such force of men and use such
machinery, equipment, tools, materials, and supplies as said OWNER may
deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials, and supplies to said CONTRACTOR,
and expense so charged shall be deducted and paid by the OWNER out of such
moneys as may be due, or that may thereafter at any time become due to
the CONTRACTOR under and by virtue of this Agreement. In case such expense
is less than the sun which world have been payable under this contract,-
if the same had been completed by the CONTRACTOR, then said CONTRACTOR
shall receive the difference. In case such expense is greater than the
sum which would have been payable under this contract, if the same.had been',
completed by said CONTRACTOR, then the CONTRACTOR and/or his Surety shall
pay the amDunt of such excbss to the OWNER; or
7412. The OWNER, under sealed bids, after five (5) days notice published'
one or more times in a neirspaper having general circulation in the county
of the location of the work, may let the contract for the completion of
the work under substantially the same terms and conditions which are pro-
vided in this contract. In case of any increase in cost to the OWNER
under the new contract as compared to what would have been the cost under.
this contract, such increase shall be charged to the CONTRACTOR and the
Surety shall be and remain bound therefor. However, should the cost to
complete any such new contract prove to be less than what would have been
the cost to complete under this contract, the CONTRACTOR and/or his Surety
shall be credited with the difference.
Ylhen the work will have been substantially completed, the CONTRACTOR and
his Surety shall be so notified and Certificates of Completion and Acceptance,
as provided in Paragraph 5.06 hereinabove, shall be issued. A complete
itemized statement of the contract amounts, certified to by the ENGINEER
as being correct, shall then be prepared and delivered to the CONTRACTOR
and his Surety, whereupon the CONTRACTOR and/or his Surety, or the OWNER
as the case my be, shall pay the balance due as reflected by said statement,
within fifteen (15) days after the date of such Certificate of Completion.
In the event the statement of accounts, shows that, the cost to complete the
work is less than that vhl-h would have been the cost to the OWNER had the
work been completed by the CONTRACTOR under the terms of this contract; cr
when the CONTRACTOR and/or his Surety shall pay the balance shown to,be,.
due by them to the,OWNER, then all machinery, equipment, tools, materialop..
5-15-64 24
or supplies left on the site of the work shall be turned over to the OONTRA CTOR
and/or his Surety. Should the cost to complete the work exceed the contract
price, and the CONTRACTOR and/or his Surety fail to pay the amount due the
OWNER within the time designated hereinabove, and there remains any machinery,
equipment, tools, materials, or supplies on the site of the work, notice
thereof, together with an itemized list of such equipment and materials,
shall be mailed to the CONTRACTOR and his Surety at the respective addresses
designated in this contract= provided, however, that actual written notice
given in any manner will satisfy this condition. After mailing, or other
giving of such notice, such property shall be held at the risk of the CONTRACTOR
and his Surety subject only to the duty of the OWNER to exercise ordinary care
to protect such property. After fifteen (15) days from the date of said
notice, the OWNER may sell such machinery, equipment, tools, materials, or
supplies and apply the net sam derived from such sale to the credit of ;,he
CONTRACTOR and his Surety. Such sale may be made at either public or private
Pale, with or without notice, as the OWNER may elect. The OWNER shall release
any machinery, equipment, tools, materials, or supplies, which remain on the
work and belong to persons other +han the CONTRACTOR or his Surety, to their
proper owners. The books on all operations provided herein shall be open to
the CONTRACTOR and his Surety.
?.02 ABANDONMENT BY OWNER. In case the OWNER shall fail to comply with
the terms of this contract, and should fail or refuse to comply with said
terms within ten (10) days after written notification by the OONTRACTOR,
then the CONTRACTOR may suspend or wholly abandon the work, and may remove
therefrom all machinery, tools and equipment, and all materials on the site of
the work that have not been included in payments to thu CONTRACTOR and have
not been brought into the work. And thereupon, the ENGINEER sh X11 make an
estimate of the total amount earned by the CONTRACTOR, which estimate shall
include the value of all work actually completed by said CONTRACTOR (at the
prices stated in the attached proposal where unit prices are used), the value
of all partially completed work at a fair and equitable price, and the amount
of all Extra Work performed at the prices agreed upon, or provided for by,the
terms of this contract, and a reasonable sum to cover the cost of any iro-
visions made by the CONTRACTOR to carry the whole work to completion and which
cannot be utilized. The ENGINEER shall then make final statement of the balance
due the CONTRACTOR by deducting from the above estimate all previous payments
by the OWNER, and all other sums that may be retained by the OWNER under the
terms of this Agreement, and shall certify same to the OWNER, who shall pay
to the CONTRACTOR, on or before thirty (30) days after the date of the noti-
fication by the CONTRACTOR, the balance shown by said final statement as due
the CONTRACTOR under the terms of this Agreement.
END - GENERAL CONDITIONS
5-15-0 25
DETAIL SPECIFICATIONS
R&I 1 - EXCAVATION AND BACKFILL
1.1 TRENCH WIDTH: The maximum allowable trench width in the pipe zone shall
be Q.D. of the pipe plus 2 feet, and the minimum allowable trench width in
the pipe zono shall be O.D. of the pipe plus 1 foot. The trench walls shaU
be substantially vertical. The pipe zone shall be considered as the vertical
distance from the ootiow of the trench to an elevation one foot above the to;
of pipe when the pipe is at the specified grade.
1.2 DEPTH AND ALIOtMFNT CONTROL: Grade hubs will be set by the Engineer
at intervals of 100 feet, and the Contractor will be furnished with a ;'cut
sheet" showing the difference in elevation between the hub and the flow line
of the pipe. The grade hub will be offset from centerline a convenient
distance. which distance is mutually agreeable to the Contractor and the
Engineer. The Contractor shall conduct his operations in such a manner as
not to destroy the stakes until the pipe has been laid and chocked for
alignment and grade. In the event the Contractor destroys or damagas such
stakes before the pipe has been laid and checked, then in such event. the
Contractor shall furnish the Engineer with adequate help to replace sack
stakes.
The Contractor shall furnish personnel who are skilled in setting
batter boards, and checking grade on both trench excavation and pipe laying.
Substantial batter boards shall be set at intervals close enough so that
when a grade string is pulled across the top the sag wi?1 not be more than
1/16". Batter boards shall be straight. A minimum of 3 batter boards shall
be in place at all times.
1.3 SHEETING AND P.RAC D G: This Contractor shall furnish and install such
sheeting, bracing, and or trench jacks as may be necessary to insure safe
working conditions for personnel required to work in the bottom of the
trench. It is not the desire of the Owner or the Ehgjnesr to assume the
responsibility of deciding what conditions are safe and ;.aaat conditions are
unsafe. The Contractor is expected to exercise good judgment and due
caution in regard to safety of his personnel. The Engineer reserves the
right, however, to require the Contractor to install trench bracing or
resort to other safety measures in oases where, in the Engineer's opinion,
a dangerous situation exists.
1.4 DENATERING: This Contractor shall be responsible for the proper
handling of water from any source which may find its way into the trench
or excavations. Any water in the trench where pipe is being laid must be
disposed of in a satisfactory manner so that pipe laying xay be done in
the dry. Also, concrete work must be done in the dry, which will require
that such water as may occur in any excavation such as the lift station or
manholes shall be removed.
1-1
LS EXCAVATION FOR STS: Care shall be exercised in excavating for
the floor slab of the lift station, and for the footings of manholes. It
will be required that there concrete footings and floors be poured el" :ii-
disturbed earth. In the ovont that the Contractor should ;-ver-excavate
below the planned footing or floor elevation, thvii such over-excavation
shall be filled in with concrete at the Contractor's ax'ense. Conpactod
backfi'1 fcr fills ;g ovo"-exca•ited areas will not be acceptable.
1.6 RICKF.PTL ARCIDD ?1'S AND STRZXTPES: All pipe shall be ambsdded
as shcwn on the plans.
Backfill shall be pla•ze-'A
uniformly on both sides of the pipe, and to a total depth not to erc^ed
three feet f- c m t.hr bottom of the trench. This three foot depth 6ha.71 ths-r.
be betted wi':h water before any more backfill is placed. Pressure .',,ttir„
shall cont'nue in each lift of backfill until that lift is complete!7
saturated.
The equipment for pressure betting shall br equal to a fire boss having,
approximately a five foot length of 3/4" pipe attached to tFe end w!i.'^h oan
be inserted dome into the backfill while large quantittes of eater -1.-? boi.:g
forced through unler pressure. The source of water shoild profer.b'y be a
tank truck equipped with a pump for supplying large quantities of Hater
pressure. Experience has shown that gravity flow from a tank truck brill no`„
produce the desired results. The jet pipe shall be inserted at close intervales
and sufficient water shall be Infected so that the backfUl materiAt will
"melt and flow" together, and -there will be no bridging a.-roan or d -y areas.
The remaininZ hsck:i.ll to ground surface shall be 7ished in three fo:i%
lifts, and each lift shall be saturated by Jetting in the manner above
described before tta next lift is placed. It is intended that by this ba;:k-
fill method, there wit11 be very little, if any, "after settlement" of the
trench area.
Backfill around manholes and structures shall be done in a similar
manner to that described above for backfill of pipe trenches.
1.7 MAINTENANCE OF SURFACE: It will be this Contractor's responsibility
to maintain the trench backfill and working areas so as to present a maooth,
uniform and neat appearance at all times until the final estimate has been
issued. Where some trench settlement occurs after a rain, the area shall
be rebladed, and brought back to a smooth uniform condition.
Where the pipe trench crosses roadways or traverses a roadway shoulder,
such areas shall be kept well maintained by this Contractor until the final
estimate has been issued.
END OF ITEM
1-2
ITEM 2 . CLAY SEWER PIPE
2.1 GENKUL: Clay server pipe as furnished for this project shall conform to
the strength classification as shorn on the plans, and shall comply in all
respects with these specifications.
2.2 MATERIALS: All vitrified clay sewer pipe and fittings shall be number
one quality, true to lines and circles within to:.erances as outlined in
these specifications. Pipe and fittings shall comply in all respects with
the Specifications of the American Society of Testing Materials latest
designation for Standard Strength Clay pipe, C-13 or C-261, or Ex',--a Strength
Clay Sewer Pipe, C-200 or C-278, except as modified hareinh-%Iow. These
specifications are intended to be so written that either glazoel or unglazed
clay sewer pipe will be acceptable. Pipe shall have pre-formed compression
type joints.
All pipe and specials shall to of the bell and spigot pattern. Pipe
shall be sound and thoroughly burned throughout, smooth on the inside and
free from blisters, lumps or flakes which are greater than one-sixt:n (1/6)
of the thickness of the pipe or one-eigbth (1/8) inch, whichever it, the
least. The pipe shall be froo from fire cracks of any kind extenJ:Lng
through the shell, and shall be `roll formed and straight. Tolerances as
given in the ASTH specifications will form the basis of acceptance in regard
to variations in dimensions with the further stipulation that pipe hiving
dimensions which vary to the extent of causing difficulty in joint oolong
will be rejected. It is further the intent of these specifications that the
spigot can be inserted into the bell, and that joint w king can proceed im-
mediately without having to turn the pipe in an effort to match oversized
dimensions in the bell with oversized dimensions on the spigot.
It is intended thst these speeificatione describe a minimum quality
which will be acceptable and the supplier will be expected to exceed these
requirements. The Owner's representative reserves the right to mark all
rejected pipe in a manner so that it can be easily identified, and this
Contractor shall immediately remove any rejected pipe from the project site.
2.3 LAYING CLAY SEWER PIPE: Upon the required embedment, the pipe shall
be laid to the line and grade shown on the plans. The Engineer will provide
offset stakes at 100 foot intervals, and will provide the Contractor with a
out shoat showing cut from top of hub stake to flow line of pipe. Contractor
shall set batter boards at intervals not to exceed SO feet, and shall care-
fully check subgrade of trench, and flow line of pipe for proper grade
and alignment. The pipe shall not vary more than 1110 foot from true line
and not more than 2/100 from the theoretical grade.
Prior to laying, the pipe shall be carefully inspected for compliance
with the specifications and pipe which is cracked or broken or that does
not fully comply with the specifications shall be rejected, and immediately
removed from the site of the work by the Contractor.
2-1
2 .4 PIPE RINTS: Clay pipe joints shall be Pre-Formed Compression Type joints
eonformiog to ASTH Specification C425-60T. These joints shall be "DICKY FLEX-
IBLE COMPRESSION COUPLIM," as manufactured by w. S. Dickey Clay Mfg. Co.,
"DELTA-SEAL" as manufactured by Texas Vitrified Pipe Company, or approved
equal. Joints shall bo installed in accordance with the manufacturers
ieoommendation and the above ASTM Specification.
2.5 INFILTRATION PRECAUTIONS: It is not intended that an infiltration test
be made on the completed pipe line. However, this Contractor will bo expoetcj
to make all joints carefully so as to prevent C-io possibility of any apprecl..
able amount of water entering the line through the joints. During the jett'.r.;
operation on the backfill, theline will be observed for possible leaks. in
the event an appreciable amount of water appears to be leaking into the line,
then a test would be required to determine whether corrective repri.rs sh^r111
be made. This test would consist of ponding the backfill over the sention o:'
pipe in question, and measuring the amount of leakage downstream. The pond:xig
would be to such depth so that the surface of the ponded water woUd be a
minimum of 4 ft. above the flowlins of the pipe, and the backfill saturate'.
The maximum allowable infiltration rate under t?s condition ahal'_ 'De 500
gallons per 24 hours, per mile, per inch of diametar of the -4pe.
This test will not be required unless, in the Engineer's opinion, some
faulty jointing or perhaps a broken pipe is clearly indicated.
2.6 END CIDSURSO, During such periods of time when laying operations are not
active. the ends of the pipe shall be tightly closed with a plug or bulkhead
so that debris, mud, and small animals will be prevented from entering the
pipe.
END OF ITEH
2-2
ITFM 3 CONCRETE STEEL CYI MER AND ASBESTOS-CFIUM PIPE
3.1 GENERAL: Pipe furnished under this specification shall be 16" I.D., and
will be used as the force main from the Lift Station, and installed at the
location and in accordance with the grade and alignment shown on the plans.
3.2 OONCRETE CYLINDER PIPE: Pipe furnished for this contract shall be
minimum head pipe as manufactured in compliance with Federal Specification
SS-P-381, with modifications and/or additions as listed herein.
a. Working pressure class will be not less than class 100 psi, and will
be dictated by minimum steel area allowable under the SS-P-381 specification.
b. Bell rings shall be not less than 1/411 thickness.
o. Concrete or mortar used in the manufacture of the pipe shall contain
not less than 8 sacks of cement per cubic yard of concrete or mortar,
d. Commercial grade steel complying with ASTM A 245 will be acceptable
provided independent laboratory tests show the steel to have a min`m--n tensile
strength of 45,000 psi and a minimum yield point of 30,000 psi. SuLh teats
shall be made and reported to the Owner at the Contractors expense.
e. FF3rdrostatic test pressure as required under Paragraph 4.2.2 of the
SS-P-331 specification shall be held for a minimum time of one minute on
each cylinder.
f. The cross sectional area of the bar reinforcement shall not exceed
506 of the total steel areas required, and shall not be less than 20% of tha
total required areas of steel.
1.3 'IPE LAYING TECHNICIAN: During the construction period, the pipe manu-
facturer shall furnish the services of a fnotory trained, qualified, Job
experienced technician for full time assiutunce in pipe laying and pipe
jointing. This technician shall assist rnd advise with the Construction
Contractor in his pipe laying opersti r-a, and shall carefully inspect jointing
to see that bell and spigot Jointa are properly made.
3.4 INSTALLING CONCRETE CYLINDER PIPE
a. General: The attention of the Contractor is called to the profile
of the lire which shows the ground line in relation to the flowline of the
pipe. The Contractor will be required to lay the pipe, in general, to con-
form to the profiles shown on the Plans.
b, Pipe to be Laid to Grades Set by &Z inser: Attention is called
to the fact that the concrete cylinder pipe must be laid to a grade to in-
sure the proper jointing of the pipe. The Engineer will provide the Contractor
with grade stakes at hurAred foot intervals. The grades will be determined
3-1
in such a manner to avoid excessive use of fittings and specials, and to pro-
vide a uniform grade between low points and high points, and where feasible
to do so, intermediate "high and lows" will be eliminated by laying the pipe
on a uniform grade. No additional compensation will be paid for extra trench
depth required to meet these conditions. Any differences of opinions con-
cerning the grades as set by the Engineer must be resolved by the Contractor
prior to pipe laying.
o. Hiscelleneous Recuiremente_: The pipe shall be kept clean Bering the
laying operation and free of all sticks, dirt and trash, and at the close of
each operating day the open end of the pipe shall be effectively seelid against
the entrance of all objects and especially water. No pipe shall be laid in
water, or when the trench conditions or the weather is unsuitable for such
work, except in an emergency and then only upon permission of the Engineer.
Where it becomes necessary to make major deflections in the line of the
pipes sections of pipe with beveled ends or fabricated fittings shall be uses'..
Mizior deflections of the line of the pipe may be obtained in the pipe joints;
however, the maximum joint opening caused by such deflections shall not exceed
1/2t'. Field cuts of pipe will not be permitted.
Pipe, fittings and other accessories shall be distributed at the site of
the project by the Contractor, and they shall be handled at all times with
care to avoid damage. In loading and unloading, they shall be lift,- by
hoists or cranes as specified below, or rolled on skidways in such ncnner to
avoid shook. Under no circumstances shall they be dropped. Pipe handled on
skidways must not be skidded or rolled against pipe already on the ground.
Pipe shall be placed on the site of the work parallel with the trench alignm:+nt
and with bell ends facing the direction on which the work will proceed unles_a
otherwise directed.
Proper implements, tools, equipment and facilities shall be provided
and used by the Contractor for the safe and convenient prosecution of the
work. All pipe, fittings, specials, valves, etc.. shall be lowered into
the trench by means of a "side boom", crane or other suitable machine and shell
not be rolled or "dumped" into the trench. The "side boom". crane. etc.,
shall be of a sufficient size for handling the pipe, shall lift and lower
the pipe at a slow rate of speed, and shall be capable of stopping the lifting
operation at any point without producing a shock or otherwise jerking or
vibrating the pipe. The hoisting cable pipe clamp shall be connected
to the pipe in such a manner to prevent damage to the coating. Before lowering
into the trench, each joint of piFe shall be inspected and any unsound or
damaged pipe shall be rejected,
d., Five Jointing e a : Before laying each joint of pipe, the
bell and spigot rings &ball be thoroughly cleaned by brushing and wiping.
If any damage to the protective ooating on the metal has occurred, it will
be required of this Contractor to repair such damage before the pipe is laid.
The damaged areas shall be thoroughly cleaned and painted with "4ilsonits", or
approved equal.
3-2
Sections of pipe shall be tightly fitted together and care shall be
exercised to secure true alignment and grade. Where pipe is being laid the
gasket shall be placed on the spigot ring and the spigot end of the pipe
shall then be entered into the bell of the adjoining pipe and forced into
position. The gasket an9 the inside surface of the bell shall be lubricated
with a suitable solution (flax soap) which will facilitate the telescoping
of the joint. The inside Joint recess between ends of the pipe sections she,l
have a maximum and minimum width of three-quarter inch (3/4") and one-half
inch (1/211), respectively. Thn Contractor shall be required to use spacers cr
use other means to insure propu r joint spacing. These spacers shall be
removed after the pipe has been placed in final position. No "blocking up" of
pipe or joints will be permitted@
e. Exterior Joint: The exterior joint shall be made by placing a cloth
joint wrapper around the pipe which will be held in place with metal bands.
The cloth wrapper shall be seven (711) inches wide and homed on each side so
that the metal bands may be inserted to hold the wrapper in place. The cloth
shall be of such length that it will encircle the pipe, leaving enough opening
between the ends to allow the mortar to be poured inside the wrap,. r, The
metal bands shall be of such length as to encircle the pipe and ovorlip at
the ends about eight (811) inches and shall be equipped with a clamp -Lyps
fastening device. The wrapper shall. be securely :astored before tho joint
is poured. The wrapper shall be siadlar and equal to the wrappers (diapers)
as made by MAR-MAC Manufacturing Company. The grout used for poueing the
joint shall consist of one part portland cement, ASTM Spec. C-1$0, :ype I, to
two parts of clean, tine, sharp (plaster) sand, conforming to ASTM Speoitication
C-144 and mixed to the consistency of thick cream. The joint shall be filled
with this grout from one side in one continuous operation until the grout h±s
flowed entirely around the pipe. During the filling of the ,joint, it shall be
rodded with flexible wire to settle the grouto
f. Interior joints: Interior joints shall be made by "buttering" the
joints rdth cement-sand mortar before laying the pipe, so that when the pipe
is joined together, the interior joint will be full with a "ll amount
squeezed out as excess. A mop or swab shall then be pulled through the pipe
to remove the excess mortar squeezed out of the interior joint.
Careful inspection shall be made at every joint to insure a smooth
continuous interior surface. The interior of the pipe shall be thoroughly
cleaned and any obstructions removed that may reduce its carrying capacity.
Following completion of pipe line progressively or in sections, including
completion of inside joints and inspections insofar as night be possible or
practicable, the line shall be kept filled with water.
g. Protection of Exposed Metal: All exposed metal shall be protected by
a minimum of one 1" inch coating of portland cement mortar consisting of
one part cement and two parts sand. Exposed surfaces such as, but not limited
to, flanges, caulked joints, threaded outlets, olosures, eto., shall be pro-
tected in this manner. Where necessary, coating shall be reinforced with
wire mesh.
3-3
The surface receiving a cement mortar coating shall be thoroughly
cleaned and wetted with water just prior to placing the cement mortar coating.
After placement, care shall be taken to prevent cement coating from drying
out too rapidly by covering with damp earth or burlap. Cement mortar coating
shall not be applied during freezing weather.
h. Patching: Excessive patching of lining or coating will not be per-
mitted. Patching or lining of costing will be allowed where area to be re-
paired does not exceed 100 square inches and has no dimensions greater than
12 inches. In general, there shall not be more than one patch on either the
lining or the coating of any one joint of pipe.
Wherever necessary to patch the pipe, patch shall be made with a mortar
meeting with same requirements as for interior joints. Patches s~+r31 be
cured by the application of a membrane curing compound. Pipe thus patched
shall not be installed until the patch has been properly made and cured and
unless approved for laying by the pipe manufacturer's inspector and by the
Engineer.
i. Blocking: Concrete blocking cogposed of 1500 pound (4 sack; concretes
shall be placed at bends greater than 10 , toes, crosses and plugs. The cun-
crete blocking shall be placed so as to bear against firm, undistur`)ad trench
walls normal to the pressure. The bearing area for each block shAl be at
least as great as that indicated on the plans and will be designed for 130
psi internal pressure and 3.000 pound per square foot boaring pressure.
Where necessary, trench walls shall be trimmed back to provide sufficient
bearing area. Each block shall rest on a firm, undisturbed foundation or
trench bottom. When extra concrete is required due to excessive trench width
or the Contractor's lack of care in excavating, such extra concrete shall be
provided at the Contractor's expense.
J. v tion &ddIM and B ck it : Trench excavation and backfill
shall comply with the EXCAVATION 05) BACKFIM ITEM. No special embedment
material will be required for this pipe. This pipe shall be bedded on
approximately 2" of finely divided material from the trench excavation. This
material shall be uniform in depth, and shall be graded so the pipe will havo
uniform support for its entire length.
3-5. ASBESTOS-Ca-W PIPE AND FITTINGS
(a) Ge e : Asbestos-Cement Pipe shall conform to Federal Specification
SS-P-351, latest revision, except as noted herein. Fittings and specials for
aebeetos-cement pipe shall be cast iron conforming with A.S.A. Specification
A21.10 and/or ANNA, Specification C110-55 as applicable, except fittings
ends that are to receive asbestos cement pipe shall be designed for same type
joint as the asbestos-cement pipe joints. The Owner reserves the right to
have the pipe tested at the factory during fabrication by an independent
testing laboratory and/or the engineers.
3.4
(b) Asbestos-Cement: Pipe shall be designed to vithstard a minimum
working pressure of 100 si. Pipe shall be furnished with Standard nominal
lengths of thirteen (13t feet. Not less than 95 percent of the pipe furnishcY11
shall be within plus or minus one inch of the upecified nominal length and tLo
remaining 5 percent shall not be less than six (6+) feet in length unless
otherwise authorized in writing by the Engineer.
Couplings shall be of the standard design of the manufacturer and sral'.
provide tight joints when subjected to two and one-half (21) times the work':ng
pressure designation of the pipe. One coupling, suitable for the particular
size and class of pipe with whic" it is used, shall be furnished with each
length of pipe. Couplings shall each comprise of one asbestos-cement sleeve
and two rubber gaskets. Gasket shall be of a properly vulcanized rubber
comround, uniformly smooth and roiu-sd and free of porosity, pitting or
other imperfections.
Pipe and couplings shall be stamped so as to show the design working
pressure. Pipe and couplings shall be as manufactured by Johns-Manville for
"Transits" pipe and "Ring-Tito" Couplings, or as manufactured by Keasbel
& Mattison for "Century" pipe with 'Fluid-Tito" couplings, or approved equal.
Pipe of classes shall be listed as approved by Underwriters' Laboratories,
Inc.
(o) Pipe attirnte for Asbestos-Cement Pius: Pipe fittings for asbestos-
cement pipe shall be cast iron conforming to A.S.A. Speoifieation A21.10
and A.W.W.A. Specification C110-55 except for bell which may be mechanical
joint, Ring-Tito for Johns-Manville, "Transite" or Fluid-Tito for lkpoasby &
Mattison "Century" pipe. Fittings shall be designed for same typo join':s as
the Asbestos-Cement pipe laid. It shall be the Cont--actor's responsibility
to furnish and install fittings suitable for jointing and the purposes in-
tended. Fittings shall be designed for working pressures of not less than
150 psi.
(d) Epoxy Lined Asbestos-Cement Pipe: In areas where epoxy lined pipe
is called for in the Plans, the pipe lining shall be an epoxy resin base
lining of 100' solids content (solvent free) and shell most all requirements
of National Sanitation Foundation's Criteria C-?, dated January, 1964. Each
joint of pipe containing the lining shall bear the NSF seal. The lining
material shall be centrifugally cast onto the pipe wall to a minimum thickness
of twelve (0.01211) mils. The lining shall be completely resistant to acids
generated by the hydrogen sulfide corrosion cycle.
3.6 INSTALLING ASB3STOS.CEMENT PIPE
(a) General,: Asbestos-cement pipe, fittings and speoiale, shall be
installed at locations shown on the plans and specified in these Contract
Documents.
Unless otherwise indicated, pipe in trenches shall be laid on an even
grade from point to point and as recommended by pipe manufacturer. The Rnginser
will set grades for pipe laying at 100 foot intervals where grading is re.
quired by the Engineer.
3-5
All of the requirements of the specifications under the section "Exca-
vation and Brckfill", govern for the excavation of trenches for laying asbestos-
cement pipe, backfilling, etc.
(b) Pipe Hp.ndlines Asbestos-cement pipe, cast iron fittings, valves
and other access,ries shall be hauled to, and distributed at, the site of
the project by the Contractor, they shall at all times be handled with care
to avoid damage. In loading and unloading, the pipe shall be lifted by
hoists to avoid shock. Under no circumstances shall the pipe be dr^.)pod.
Pipe handled on skidways must not be skidded or rolled against pipe alrea4y
on the ground. Pipe shall be placed on the site of the work parallel !rlth
the trench alignment.
Proper implements, tools, equipment and facilities shall be provided
and used by the Contractor for the safe and convenient prosecution of the wor!:.
All pipe, fittings, valves, etc., shall be lowered into the trench by means
of a "side boom", crane and other suitable machine and not be rolled or dumped
into the trench. The "side boom", crane, etc., shall be of a sufiioient, size
for handling the pipe. The hoisting cable pipe clamp shall be corvir.rted to
the pipe in such a manner as to prevent damage. The method of cor.roctiun shill
be subject to the Engineer's approval. Before lowering into the t,ronch, eL,3ii
joint of pipe shall be inspected and any unsound or damaged pipe shall be
rejected.
The pipe shall be kept clean during the laying operation and free of all
sticks, dirt and trash, and at the close of each operating day the open erns
of the pipe shall be effectively sealed gainst the ontrance of all ebjeeiLs
and especially mud and water. No pipe shall be laid 2.r water, or when the
trench conditions or the weather is unsuitable for such work, except in an
emergency and then only with permission of the Engineers
All pipe shall be laid accurately to established lines and grades, with
valves and fittings at the required location, and with joints properly made.
(o) Vie, Laying and Jointing: Before laying each joint of pipe, the
ends shall be thoroughly cleaned by brushing and wiping. The pipe shall be
laid on gravel or sand mounds after a coupling hole has been excavated. These
mounds shall be approximately 12-inches long and 3-inches high. The mounds
shall be placed under the word 17.ocking" stenciled on the pipe by the manu-
facturer. Before the pipe is lowered into the trench, the location of the
blocking in the 'w ttom of the trench shall be determined by measurement. The
mounds at the points shall be adjusted firmly into position and the proper
grade secured.
END OF ITEM
3-b
ITEM 4 - CAST IRON PIPE AND FITTINGS
4.1 Pipe: All cast iron pipe shall be new, shall be manufactured in the
United States of Americo,, and shall be manufactured in compliance with
Federal Specification WW-P-421b, being either Type II Push-On Joint, or Typ-9
III Mechanical Joint. Pipe shall be Class 150 psi, and shall bear the approval
of the Underwriters' Laboratories, Inc. Flanged ends shall be required where
shown on the plans.
Pipe barrel shall be designed for 5 feet of cover, trench condition B.
and shall be manufactured from iron having a tensile strength of 18,400 pounds
per square inch, and a modulus of rupture of 40,000 pounds per square inch,
being designed in accordance with A.S.A. Specification A21.1. For any
variation in physical properties of iron there shall be corresponding variation
in metal thicknesses in accordance with A.S.A. Specification A21010
4.2 Fit_ tinxe: Cast iron pressure fittings shall be Class D in conformity
with AWWA Specification C100-55, or shall conform to RSA Specification A21.10
Short Eody Fittings.
Flanged cast iron fittings shall conform to ASA Speoifioation 316.1-1948,
125# Standard, except as otherwise designated on the plans or shown in the
Special Conditions.
4.9 lining and Coating For Pipe an.+ F- ittinas: All oast iron pipe and fittings
shall be furnished with cement lining, seal coated and coated outsido, in
accordance with Fe,.-aral Specification WW-P-421b, except that thickness may be
reduced to manufacturer's standard specification for sealed coated "Enameline"
lining or "Cemelining".
4.4 Joi s: Pipe joints, at the Contractor's option, may be mechanical
joints or the slip-on rubber gasket joint of a t;•pe such as "'Tyton", "Fastite",
or "Belltite", except where type of joint is specifically called for on the
Plans.
4.5 Installing Cast Irons Pine and Fittings:
A. Description: Cast iron pipe, fittings, speoials, and valves are
to be installed at locations shown on the plans and specified in these
contract documents.
Unless otherwise indicated, pipe in trenches shall be laid to the grade
shown or on an even grade from point to point for which elevations are
furnished.
All of the requirements of the specification EXCAVATION AND BACKFILL
govern for the excavation of trenches for laying cast iron pipe, fittings
and speoials. No special embedment material will be required.
B. pip_eH_andling: All pipe, fittings, special castings and gate valves
4-1
shall be lowerec into trench by derrick, tripod, crane or other suitable
machine and shal: not be rolled in or "dumped" into the trench. Pipe,
fittings and valvas shall be handled in such a :Wanner as not to damage the
coating. Before lowering and while suspended, each piece of pipe shall be
carefully - examined for cracks and other defects, and any unsound pipe stall 'eo
rejected. All dirt and trash that may be in the barrel of the pipe, on the
spigot and/or in the bell shall be removed while the pipe is suspended. All
pipe and fittings shall be handled and lowered into the trench with slings.
The use of hooks for handling pipe and fittings will not be permitted.
Where it becomes necessary to deflect the pipe to avoid obstructions.
the deflection of each joint must be approved by the Engineer.
The pipe is to be kept clean during the laying operation and free of
all sticks, dirt and trash, and at the close of each operating day the open
end of the pipe is to be effectively sealed against the entrance of all
objects and especially water.
C. Jgiat Making - Mechanical Joints: For mechanical joints, the pro-
cedure for joint making shall generally be as follows:
(1) The socket and plain end shall be thoroughly cleaned with
soapy water, then slip gland and gasket over plain and with the
small side of gasket and lip side of gland facing the bell.
(2) The gasket is to be painted with soapy water.
(3) Push the gasket into position, making sure it is evenly seated
in the socket.
(4) Slide gland into position, insert bolts and run nuts on until
finger tight.
(5) Tighten bolts to uniform tightness with ratchet wrench,
Tighten bolts 180-degrees apart alternately so as to bring up
gland evenly all around the pipe. Generally, the bolts should
be tightened as follows: Each bolt nut shall be pulled with a.
twelve (1211) inch ratchet wrench as tight as in convenient when
using one hand.
D. Rubber Gasket Joints: Rubber gasket joints shall be made in con-
formance with the manufaotursrfs :ecomaendations. The essential elements of
procedure in this type of joint is as follows:
(1) Insert gasket in hub and.
(2) Lubricate the gasket with lubricant as recovimended by the
pipe manufacturer.
(3) Force spigot end all the way into the bell socket.
END OF ITEH
4.2
ITEM - DOM ME M MATERIAL
5.1 Granular Embedment: All pipe, unless otherwise indicated on the Plans or
authorized by the Engineer, shall be laid with an embedment of granular materi-
al. The trench shall be excavated to a depth four (411) inches below the urady
of the outside of the pipe and filled with granular material for pipe embed.
ment. Embedment details are shown in the Plans.
Granular embedment material shall be crushed stone or gravel with a
maximum size of 3/4". Granular embedment material shall comply with the
specifications for Coarse Axareate for Concrete as herein elsewhere set
forth, except that the amount of fine particle passing a No. 4 sieve shall
not exceed 10%.
After the pipe has been laid to grade and line and the Engineer's approval
obtained, the embedment material shall be placed up each side of the pipe to
the level indicated on the plans, and shall be shovel tamped around and under
the pipe in order that all void space may be filled.
5.2 .onorete &bgdments Where shown on the plans or as directed by the
Engineer, the pipe shall be laid with a concrete embedment or encasement of
1500 pound concrete in accordance with the details shown on the plans.
The concrete embedment or encasement shall be made smonolithio by laying
the pipe to line and grade on a four (411) inch embedment of concrete, and
before the embedment has taken a set, the remainder of the concrete shall be
poured around the pipe and worked into the concrete embedment to secure a
monolithic point, taking care not to disturb the alignment or grade of the pipe.
END OF ITEM
5-1
ITEM No. 6 - MANHOIES
6.1 M•mnholee: Manholes shall be constructed at locations indicated on the
plans, or as otherwise directed by the Engineer. Development of areas
through which the sewer passes may dictate changes in location or increase
the nunber of manholes required.
Manholes shall be constructed to details shown on the plans with
invert section to be of concrete and with upper, variable length section
to be built of brick.
Excavation for manholes shall be large enough for the outside
plastering of the brick.
Concrete for all manhole construction shall be 3000 pound concrete.
Brick for manhole construction shall be furnished by the Contractor
and shall be hard burned sewer brick A.S.T.H. C-32, Grade HA. Brick
shall be laid with full slush joints of portland cement mortar of ono (1)
part cement and three (3) parts clean mortar sand. Bed joints shall be
as near as possible of uniform: thickness not exceeding three-eights
(3/8") inch and shall be substantially level. Brick shall be laid rrdially
with vertical joints not over one-quarter (1/411) inch wide on the ixoide.
Joints shall be staggered and shall be completely filled with mortar. The
entire outside surface of the manhole shall be plastered with one-half
(1/211) inch of mortar.
i
6.2 Manhole Covers and SteAs: MRnhole covers and steps shall be of good
grade gray cast iron and of design shown on the plane. The oast iron
shall have a tenriile strength of not less than 18,000 pounds per sq,iare
inch. All castings shall be kept clean and perfect without blow or sand
holes or other defects of any kind. Castings shall be thoroughly cleaned
and subject to careful hammer tests. Manhole rings and covers shall be
machined sufficiently to prevent rattling under traffic. Hanhole ring
and cover shall be Trinity Valley Iron and Steel Co., Pattern No. 672,
or an approved equal.
Where required by the Owner, stub-outs shall be made from the
manholes for future connections at the elevation designated by the
Engineer, with one joint of clay pipe which shall be set in the brick
wall of the manhole and plugged at the outer end. Stub-out pipe will be
furnished by the Contractor and shall be paid for at the unit price
bid for pipe of that size and depth.
6.3 Manhole Markers: Hanhole markers, bolted to manhole covers, shall be
constructed according to details shown on the Plans and installed on each
manhole. Payment for markers shall be included in the price for manhole
construction.
END OF ITEM
I
6..1
I
ITEM 7 CONCRETE AMID REDWORCING STEEL
Gen_ oral: Concrete shall be composed of portland cement, fine aggregate
coarse aggregate, water and water dispersing agent properly proportioned
and mixed as hereinafter specified. All structural concrete shall be 3000
psi qu.tlity unless otherwise shown on the plans.
7.2 Ha ial : Portland cement shall conform to the specifications and
tests for Type 1 portland cement of the American Society for Testing Materiale,
Serial Designation C-150.
Fine aggregate shall conform to the Standart; Specifications for Concrete
Aggregate, ASTM Designation C-33. In addition to the requirements of the
ASTM Specifications, the fine aggregate shall also conform to U.- following:
(1) Loss shall not exceed ten (10%) per cent by weight in five (5)
cycles when tested for soununssa in accordance with ASTM Method of Test
Designation C-88, except as noted in AM Specifications Designation C-33•
(2) The amount ofdeleterious substances shall not exceed Recommended
Permissible Limits as set forth in ASTK Specification Designation C-33, and
"other deleterious substances" will not be allowed.
(3) The mortar, for test of fine aggregate, made and tested in accord-
ance with Standard Method of Test for Mes.suring Mortar-YAking Properties of
Fine Aggregate, ASTM Designation C-87, shall develop a compressive strength
at 7 and 28 days of not less than 100 percent of that developed by the
mortar specified in that method as the basis of eomparson.
Coarse aggregates shall conform to the Standard Specifications for
Concrete Aggregates, ASTM Designation C-33. In addition to the require.
ments of the ASTM Specificationa, the coarse aggregate shall also conform
to the following:
(1) Wear shall not exceed forty (40%) per cent when tested according
to ASTM Standard Hathod for Abrasion of Coarse Aggregates by Use of the Los
Angeles Machine, Designation C-131.
(2) Loss shall not exceed thirteen (13%) per cent by weight in five
cycles when tested for soundness in accordance with ASTM Method of Test
Designation C-88, except as noted in ASTM Specification Designation C-33-
(3) The amount of deleterious substances shall not exceed Recommended
Permissible Limits as set forth in ASTM Specification Designation C-33, and
"other deleterious substances" will not be allowed.
For the Contractor's convenience, the ASTM grading requirements
applicable to this project are listed hereinafter:
?-1
FINE AGGREGATE
SIEVE SIZE PASSING
3/8 Inch 100
No. 4 . . • . . . 95-100
No. 8 . • . . . . . . 80-100
No. 16 . . • . . . • • . • . 50- 85
No. 30 . . . . • • . • . . . . • . . . . 25- 6o
No. 50 • . . • • . . . . . . • . • . • . . 10- 30
No. 100 2-10
COARSE AGGREGATE
SIEVE SIZE
SQ. 0~,_PENING„ 8 ~P 9I
. 2" 100
1rr of 95-100
3/411 . . . . . . . • . . • a . 35- 70
3/81' 10-30
No.4 • 0- 5
Wa,O.er for ooncrete shall be clean and free fron oil, acid, alkali,
organic nutter, or other harmful impurities. Water which is suitable for
drinking or for ordinary household use will be acceptaute for concrete.
Where available, water shall be obtained from mains of a waterworks system.
7.3 CSnorgte Proportions and Consistenoys Concrete shall be proportioned
to give the necessary workability and strength and shall conform to the
following governing requirements:
Min. 28 Day Min. Cement Wax. Site Wax. Water Slump
Compressive Bags Per of Coarse Gals. Per Inches
Stre~_ Cu. Yd. Mate Hag
3000** 565 1-1/211 6.75 4-6
2500 510 1-1/2" 7400 4-6
1500 4.0 1.1/e 8000 3-4
Cradle 210 31t* 8.00 3.4
Stabilited
Backfill 2.0 3" * 8.00 3-4
• May be "pit run" aggregate.
A water dispersing agent, such as Pottolith, shall be added to the mix
for all concrete used in the lift station. The amount added shall be
in accordance with manufacturer's recotymendationa.
7-2
The proportion of fine and coarse aggregate shall be such that the
requiremonts of the following table are complied with:
Ratio of Coarse Aggregate to Fine
Aggregate on Basis of Dry and
H_iiuz Site of Coarse Arrareaate Rodded Volumes-
Minimum maximum
3/411 o, 6 1.5
1" and Over 110 2.0
In no case shall the amount of coarse material be such to produce
harshness in placing and honeycombing in the structure when forms are re-
moved.
In the determination of the amount of water required for mix, consider-
ation shall be given to the moisture content of the aggregate. The net
amount of water in the mix will be the amount added at the mixer; plus
the free water in the aggregate; and minus the absorption of the agCregate,
based on thirty (30) minutes absorption period. No water alluwanco vill
be made for evaporation after batching.
The methods of measure of :materials shall, be such that the proportions
of water to cement can be closely controlled during the progress of the work
and easily checked at any time by the Engineer or his rnpresentative. To
avoid unnecessary or haphazard changes in consic`enoy, the aggregates shall
be obtained from a source which will insure uniform quality and grading during
any single day's operation and they shall be delivered to the work and handled
in such manner that the variations in moisture content, will not interfere
with the steady production of concrete of reasonable deigree of uniformity.
All sources of supply shall be approved by the Engineer.
All materials shall be separately and accurately measured. Neasurement
may be made by weight or by volume, as may be elected by the Contractor;
however, all equipment for measurement of materials shall be subject to
approval by the Engineer.
The proportions of the mix shall be such as to produce concrete that
can be paddled readily into the corners and angles of the forms and around
the reinforcing without excessive spading, and without segregation or undue
accumulation of water or laitanoe on the surface.
7.4 Trial Mixes: At least 33 days prior to the beginning of concrete placing#
the Contractor shall submit samples of materials he proposes to use and a
statement of proportions proposed for several concrete mixes, having
suffioitnt range in slump to cover all placing conditions. The Engineer
will require that laboratory tests be made and such changes as may be
necessary to most the requirements of the specifications. Laboratory
tset2 m trial mixes than show a 28-day strength 15 per cent higher than
the stated min om 28-day strength. From these preliminary teats, the ratios
between 7-day and 28-day strengths shall be established to determine at 7 days
7-3
the strength necessary to satisfy the required 28-day strengths. These ratios
shall be modified as the work progresses as indicated by result of tests on
cylinders wade from field mixed concrete.
If, during the progress of the work, it is found impossible to secure
concrete of required workability and strength with the materials being fu:•-
nished by the Contractor, the Engineer snag order changes in proportions or
materials, or both, necessary to secure the desired properties, subject to
limitations already stated. The Contractor shall not make changes in
materials, either gradation, source, or brand, or proportions of the mixture
after their having once been approved except by specific approval of the
Engineer.
I
The Contractor shall have the preliminary testing done by an approved
testing laboratory, and shall pay for all preliminary teats on aggregates
and test cylinders.
If Contractor can provide mix design and satisfaotcry test cylinder
record from a recent job using some materials, thbn the preliminary test
requirement will be waived.
7.5 T__;it Mix Conogety: Transit mix concretR rill be permitted is lieu
of mixing on the job, provided all of the followi,V conditions are complied
with:
(1) Ail requirements otherwise specified for mixing on the job shall
apply@
(2) Sufficient transit uix equipnent shall be aj:.igned exclusively
to the project as required for continuous pours.
(3) Satisfactory evidences shall be furnished that the delivery of
concrete shall be continuous at regular and uniform intervals without stoppages
or interruptions.
(4) All concrete shall be deposited in the forms within 45 minutes
after water has been added to the mix. Concrete retained in the truck
longer than 45 minutes after water has boon added to the mix will be re-
jected.
7.6 Testing and Control of Mix During ggn structi2as Sufficient teat
cylinders will be made by the Engineer at intervals to determine compliance
with the speoifications. Compression tests of concrete cylinders will be
:made by an independent testing laboratory, selected and paid by the Owner.
The control of proportioning and mixing of all ready mix, transit mix
or central plant concrete shall be under the supervision of a trained repre-
sentative of an establibhed independent testing laboratory, which laboratory
has been approved by the Owner. ;.c laboratory representative shall work in
7.4
cooperation with the Engiroer, and shall furnish to the Engineer a summary
of all toats which are perforred and for each concrete pour shall furnish
a certificate of compliance with the specification. No concrete .Aall be
poured without the laboratory representative being present at the batching
plant,
All cost for services of the testing laboratory, except for coxpression
tests of test cylinders made during constreotion, shall be borne by the
Contractor.
For concrete pours of ten cubic yards or less, the Engineer may waive
the requirements for a laboratory technician.
7.7 Forms: Forms shall be built mortar tight, and true to line and grade.
Studs, walers, and approved form ties shall be used at the proper apaoit~g
and of the proper also to maintain straight lines on all vertical surfaces.
Forms for surfaces requiring a rub finish shall be lined with plywood,
'Wasonits" or other approved form lining.
Forms on vertical surfaces eh0 1 remain in place a minimum of E`.x (6)
hours. Forms under horizontal surfaces shall remain in place seven (7) day:.
7.8 Planing Concrete: The Contractor shall give the Engineer sufficient
advance notice before starting to place concrete in any unit of the structure
to permit the inspection of forms. the reinforcing steel placement,
and preparation for pouring. Unless authorized by the Engineer, no conor,4te
shall be placed in any unit prior to the completion of the form work and thq
placement of the reinforcement.
The sequence of plaoing concrete shall be as provided on the plans or
in the specifications. The operation of depositing and coapaoting the
concrete shall be conducted so as to form a compact, dense, impervious mass
of uniform texture which shall show smooth faces on all surfaces. The plac-
ing shall be so regulated that the pressures caused by the plattio concrete
shall not exceed the loads used in the design of forms.
Careful attention shall be given by the Contractor to the proper curing
of all concrete.
?.9 Freeting Heather= When depositing concrete at or near freezing temperaw
tures, the concrete shall have a temperature of at least 50 degrees F.. but
not more than 120 degrees F., when aggregates are heated. The concrete
shall be maintained at a temperature of at least 50 degrees for not lose
than ?2 hours after placing, or until the concrete has thoroughly hardened.
When necessary, concrete materials shall be heated before mixing and heatm
ing apparatus such as stoves, salamandar. stop, shall be supplied to main-
tain the concrete at tho required temperature. The Contractor shall be
responsible for the protection of concrete placed under any and all weather
conditions.
7-5
7110 Curing: A11 concrete shall be cured by keeping continuously wet for
seven d4,9 after pouring. On surfaces which do not require a rubbed finish,
the concrete may be cured by wapplying a curing compound in lieu of water
curing if the Contractor so desires. Curing compound shall be "Hunts
Process", or approved equal, applied as closely behind concrete finishing as
possible.
7.11 Rib-Finished Exposed Surfaces: The following exposed vortical concrete
surfaces shall be given a rubbed finish:
(a) The exposed surfaces of all outside walla to a point one (11)
foot below the final ground line.
(b) The inside wall surfaces of lift station dry well, ceiling not
included.
(o) All pump bases, concrete valve and pipe supports, and other
miscollaneous exposed concrete surfaces.
The rubbing operittion stall be in accordance with the following pro-
visions: As soon as forms are removed, all nece.tisary pointing sha-1-1 be
done, When thft pointing has set sufficiently to permit it, all s-urfaces
requiring surface finish shall be wet with a bru►ih and giver a first surface+
rubbing with a No. 16 carborundum stone or an eb::asive of oqual gyotlity.
The rate of removal of forms Mall be dotormincci by the rate of tho completed
rubbing. The rubbing chill to continued suffW.. ntly to bring thn surface
to a paste, to remove all forms marks and projections, and to produce a
smooth dense surface without pits or irregularities. The usg of Bement to ~
form a_surface paste W.l of be Permitted. The material which has been
ground to a paste in this process shall be carefully spread or brushed
uniformly over the surface and allowed to take a res6t. rn general,
chamfered corners shall not be rubbed in the fir.it surface rubbing. During
the process of conditioning the completed structure for final acceptance,
the surfaces of the entire structure requiring finish shall be oloaned free
from drip marks and diccolorations and shall be given a final finish rubbing
with a No, 30 oarboru.ndum stone or an abrirtva or equal Vitality. On completion
of this rubbing, the surface shall be neatly stripped with a brush! and a
mortar on the surface shall be allowed to take a )b set. The surface shall
then be washed down with clean water. The entire structure shill be left
with a clean, neat and uniform appearing finish ru d shall be uniform in color.
7.12 Reinforoinp Steel: Reinforcing steel shall be billet steel, inter.
mediate grade, dorormed bars, conforming to A.S.T.M. Specification A•15.
All mill scale shall be removed before placing and bars shall be kept clean
until concrete U placel. The steel shall be placed in the fortis as shown
on the plans and shall he maintained in place by wiring or by any other
effective means approved by the Engineer. No steel other than American man•
ufaetured will be aces, tad.
END Of ITEM
7.6
112M 8 - CONNECTIONS TO EXISTING LINES
There are three existing lift stations which are to be cornectod as a part
of this contract. In general, these connections are to be r-aade in such a way
that minimum interruption to existing sewer service trill result, P.l;.o final
connections which would divert sewage into the new sewer line shall be done as
a part of the last operations on this projec', a.x] such final connections
shall, not bo made without approval of tho Engineer. The Engineer's approval
will ce based on his judgment as to whether the new sewer line has boon com-
pleted to the extent that it is ready to receive sewage. Connections shall
be made at such a timo that will allow interruption to existing sewer servic9
to occur during a period of minimum flow, such as late at night. The necsr;r•uy
manholes and connecting lines requited to intercept the flow from the existing
lift stations shall bo installod so that when the Engineer's approval is n!.Van
for making final connections the sewage flow need be blocked off u;.Arean cntiy
long enough to install final joints of pipe, or break out pipe ines de manhc,le,
to ccmplete the connootton.
M 07 ITEH
8.1
LTEM 9 - REPLACE BASE AND PAVING
9.1 General: It is intended by these specifications that any base course or
paved surface, whether private driveways or street paving, which exists at
the time of this sewer installation be replaced in accordance with these
specifications.
9.2 Materials-
(a) Flexible Base Material: At any location where flexible base material
in cut by the pipe trench, such material shall be replaced to a depth equal
to the existing base course, but in no case shall the replaced base have a
compacted thickness of less than 6" even if the axis ` g base was tiinner
than 611. The replaced base course material shall be Crushed Stone", and
shall comply with the latest THD specifications, Item 242. This eFecificat•ion
item is a standard specification contained in the 1962 Standard Specifications
for "Road and Bridge Construction."
For convenience, some of the more essential portions of the TO
specifications are listed below:
CRUSF3ED STONE
Soil Constants LL - not to exceed 40
PI - not to exceed 12
Gradation Ret, on 13/411 0%
Rat. on P1o. 4 - 43 to
Rate on No. 4u..60 to 95
Material source shall be tentatively approved by the Engineer
before delivery of any material to the job site.
(b) TogPj p Material or Nearing Surface: All pavement replacement
shall be Hot Mix Asphaltic Concrete having a compacted thickness of 1}".
The wearing surfaces shall be in accordance with these specifications:
(1) lilt HN10 gearing surface shall comply with the City
of Denton Standard Specifications in regard to mix
proportions, aggregate grading, asphalt, placing,
compacting and finishing.
(2) Where penetration asphalt wearing surface is used,
the materials and procedure shall comply with the
applicable portions of the Texas Highway Department
Standard Specification (1962).
The asphalt shall be OA-175 complying with THD
specification Item 300. Aggregate shall be Type
C or D complying with TED specification Item 302.
The first course of aggregate shall be grade 4,
and the second course shall be grade 6.
9-1
MATERIAL DISfkZBUTION
Application Asphalt (Gallons) / S.Y. Aggregate, :r SY
Min t.ax . thin . Max.
First 0120 0.35 1:100 1:60
Second 0.30 0.50 1:200 1:100
9.3 Construction Procedure: A11 paving which is cut for trenching operations
shall be cut in a straight line, and in a neat and uniform manner. The sub-
grade on which base material is replaced shall be thoroughly compacted and
finished to a uniform grade. The base material shall be wetted to approximate-
ly optimum moisture, and the moisture shall be evenly distributed throughou,
the base material. The wetted base materLd shall be rolled with a pneumatic
or vibrator type roller to 95% Standard Proctor Density. The surface of the
base course shall be finished to a smooth uniform grade. After the base
course has been completed it shall be opened to traffic for a minimum of two
weeks prior to inatellation of the wearing surface. The Contractor shall
maintain the surface smooth for traffic during this time.
END OF ITEM
I
9-2
ITEM 10 - RAILROAD AND HIGHWAY CROSSIMS
• 10.1 General: Where the work encroaches upon the right-of-way of the
Railroad or Highway Department properties, the Owner will secure the
necessary easements for the work. The Contractor shall observe all applicable
regulations and instructions as to the method of performing the work and take
all precautions for safety of property and the public. All negotiations
with the Railroad Company and the Highway Department, except for right-of-way
procurement, shall be c&rried on by the Contractor not less than five days
prior to the time of his intentions to begin work on that portion of the
project.
All work performed within the limits of the right-of-ways sha' be in
full accordance with all requirements of the Owner of same, and all pre-
cautionary and safety regulations shall be strictly observed.
10.2 YAterialas Vitrified clay pipe with patented compression type joln#•s,
as used for the remainder of the outfall, shall be used as the carrier pipe
for the crossings as shown on the Plans. The casing for the crossings dhAll
be of site and gauge shown on the Plans, and shall be galvanised corrugated
steel as manufactured by AR?CO Drainage and !fetal Products Company, Inc., cr
approved equal, in compliance with AASHO Designation M-36.
10.3 Construation: The tunneled portions of the crossings shall be made by
boring a hole and pulling the casing through or by excavating a hole ahead
of the casing as it is jacked through. The hole shall not be greater thv..
two-inches in diameter larger than the O.D. of the casing. The Contractor
shall not be permitted to encroach within the limits of the boring as shown
on the Plans. Careful attention .hall be given to the installing of the
casing on proper grade. All joints of corrugated pipe casing shall be made
with corrugated lap straps.
The vitrified clay carrier pipe shall be o.arefully pushed through the
casing cn timber runners, as detailed on the Plans, in such a manner as to
insure watertight joints and to prevent damage to the pipe.
The backfill of trenches and other excavations within the limits of
the right-of-ways shall be wetted and compacted into place as specified under
the item "TXCAVATION AND BACKPILL".
END OF ITEM
10.1
Im 11 - SEWAGE PUMPS
• 11.1 General: This Contractor shall furnish and install two (2) verticals
centrifugal sewage pumps in the lift station as shown on the Plana. The
pumping equipment to be purchased, however, will be selected by the Owner,
with quotations to be handled in the following manner:
Quotations on the pumping units, including motors, shafts and couplings
but not including motor starters, shall be addressed to the "Attention of the
Successful Bidder for the Cooper Creek Sewer Outfall". These quotations shall
be in sealed envelopes and shall be submitted to the City Manager's Office
in the City Nall, Denton, Texas, not later than 10:00 A.1d_Maay 5_ 1966~1
this being the same date and time that bids are received on the Cooper Creek
Sewer Outfall contract.
At this time and place these quotations will be opened. The Owner will
ayalyse and evaluate the quotations received and will instruct the successful
bidder for the outfall contract to place an order with the particular
manufacturer who, in the opinion of the Owner, has submitted the best
proposal. The amount of $4,000.00 has been provided in the proposal to cover
the cost of these pumping units. This amount, and the total contract amount,
will be adjusted to reflect the actual coat of the pumping units which this
Contractor is directed to purchase. All costs of installation of the units
shall be included in the lump aura bid for the lift station construction.
11.2 Katerk4 d I oa : Material used in the manufa,iture of equipment
offered shall be high grade and quality throughout and shall be entirely suit-
able for the purpose intended. Workmanship shall be in accordance with high
grade manufacturing practice covering the type of equipment furnished. Con-
struotion and design shall be in full accordance with modern practice. All
parts shall be readily accessible and like parts interchangeable. Only new
equipment will be acceptable.
11.3 Com►ua_rison of Bids: In comparing the bids the Owner will take into
consideration the lump sum price bid for the equipment and the estimated
operating cost based on overall guaranteed efficiencies. For purposes of
comparison, the evaluation will be based on the overall efficiency at the
rated conditions, and a value of $100.00 per one (0) percent overall
efficiency will be used.
11.4 F"o of P=inz Units to Meet Ef iienwr feu a Ir, the event the
result of the specified tests show that the actual overall efficiency of any
jumping unit is leas than that guaranteeA, the City may accept the unit at a
reduced price. The reduction in price shall be computed on the basis of 50
more than the valuation of efficiencies set forth above. In the event the
actual overall efficiency is less than that guaranteed and is not acceptable
to the Owner, the manufacturer shall :wake such minor adjustment as required
to most the original guarantee. If major adjustments are required the
defective unit shall be replaced with a new unit meeting the specifications
and guarantees.
11-1
11.5 PumDinx Conditions. and Capacities: The two units furnished under this
contract shall be identical. Initially, each pump will be expected to pump
1850 GPM against a total head of 75 feet, and operate in parallel to purp a
combined total of 2,600 GPM against a total head of 90 feet.
The pumps shall be capable of being equipped with larger impellers in
the future to give a capacity of 2,350 GPM at a total head of 85 feet when
operating alone. The rated condition for which efficiency guarantees and
evaluations will apply shall be 1850 GPM at 75 feet TDH. Submittal curves fmr
the units shall cover the full range of the pumps for both initial and futua-n
conditions.
The pumps shall have a maximum rotational speed of 1800 RPM and shall be
equipped with 60 horsepower electric motors.
11.6 Pump a Motor %ttinas: Pumps shall be for vertical setting with
• discharge and auction horizontal. Pump and motor settings shall conform to
the following conditions:
Centerline of Pump Suction Elevation 542.77
Dry Pit Floor Elevation 540.15
^perating Floor For Motor
Installation Elevation 571.50
Reap shall be driven by an open drive shaft with Universal typ.i co:xpling
at the pu+p shaft and at the drive shaft.' Height of the connecting sham,
shall be supported by the pump.
11.7 PumDS:
(a) Gs : Each pump shall be single stage with vertical shaft,
• horizontal auction throeAgh 90 degree bend, and volute casing. The auction
bend shall be eight '%a) inch diameter. Direction of rotation shall be in
a clockwise direction when looking at the drive end of the pump. Amps shall
be suitable for pumping raw sewage and shall be capable of passing a sphere
with 3-inch maximum diameter.
(b) Cas : The volute casing shall be of high grade oast iron of
sufficient thickness and strength to withstand all pressures of operation to
shut off head of the pump. Hand holes shall be provided in the discharge
nozzle and in the suction elbow for inspection of the pump. The inner con-
tour of the hand hole cover shall conform to that of the volute and suction
elbow. Necessary eye bolts for lifting the pump shall be provided.
The casing back cover, and pump shaft bearing bracket shall be
separate from the casing and so built to all.cw complete removal of the bear-
ings, shaft, and impeller without disturbing the pump setting.
(o) Iaoeller: The impeller shall bo-, made of close grain cast iron
and shall be accurately balanced to prevent vibration at the highest speed
11-2
the pump will run. The impeller shall be threaded to the pump shaft or shall
be keyed and secured by a lock nut which shall match the contour of the
impeller so that there will be no projection which will catch stringy
material.
(d) Stuffinx Box: The stuffing box shall be cast integrally with
the back cover and shall be of sufficient depth to hold leakage to a minimum
without excessive friction between the shaft and packing. Stuffing box shall
be grease sealed with a seal cage provided to separate two sections of packing.
A split gland shall be provided to permit removal without disturbing other
parts of the pump.
(e) Shaft: Pump shaft shall be turned from heat treated carbon
steel, ground and polished, and the impeller end keyed to the impeller such
that the impeller will tend to tighten under normal rotation. Shaft shall
have a stainless steel sleeve or shall be hardened for increased wear and
corrosion resistance from the impeller through the stuffing box.
(f) Bsarlmss Bearings shall be grease lubricated anti-friction
type, effectively sealed against entrance of water, dust, or dirt and leakage
of grease. Bearings shall be capable of withstanding all radial and thrust
loads, including the weight of the open drive shaft between pump and motor.
(g) B~►_: Pump e4all be supported by a pedestal which extents below
the auction elbow for bolting to a concrete foundation. Pedestal may be of
oast iron or gelded steel and capable of supporting entirely the weight of
the pump and the open drive shaft to the motor. Pedestal shall be attached
as part of the pump.
(h) CouolMp`aft: rho vertical coupling shaft between the pump and
the motor driving unit shall be of ample site to transmit the max mnnm power
requirements of the pump. Coupling shall be a universal joint type flexible
shaft and shall be 4latson-Spicer needle bearing flexible shaft or approved
equals
The shaft shall be furnished with at least two (2) guide bearings.
Guide bearings shall be Watson-Spicer, or approved equal.
11.8 Mp_=t Electric motors shall be induction type of high power factor,
for 440 volt, 3 phase, 60 cycle service, with a speed as required for the
pump furnished. Motors shall have a horsepower rating equal to or greater
than the requirements of the pump when operating tnd against any head through-
out the initial pumping range and shall not be less than 60 HP. Motors shall
operate continuously at rated load wip temperature rise not to exceed 60 C,
based on an ambient temperature of 40 C.
Motors shall be vertical, solid shaft type with anti-friction guide and
thrust bearings, and shall be so designed that the service factor of 1.15 as
defined by the Nationai Electric Hamfaoturera Association may be applied.
The motors shall be designed for !till voltage starting and shall conform to
li-3
the applicable AIES and NM Standards. Motor staters are specified in the
"ELDCTRICAL" section of these specifications.
11.9 Information to be Suaalied With Bids:
Oeneral: The bidder shall furnish a complete descrip4sion of all equip-
ment offered under these specifications, including catalogues, cuts, and other
pertinent data. Where the bidder's product differs from that specified, each
point of difference shall be clearly stated. This requirement is to facilitate
review of the bids and shall not be construed as waiving any part of the
specifications.
Characteristic Curves: Characteristic curves for pump offered shall be
submitted with the bid. Curves shall show the capacity head, efficiency and
brake horsepower throughout the range of the pump for both present and future
conditions. Characteristic curves for pumps shall have the capacity plotted
as abscissa and the operating head, brake horsepower, and efficiency plotted
as ordinates. Curves shall cover the full range of operation from cutoff to
maximum capacity.
Pump Efficiency: A statement of the guaranteed jvmp efficiency at the
specified head shall be submitted with the bid.
Data Shoe : Data sheets supplying the following information for each
unit of equipment shall be submitted with the bid:
{ 1) Make and type letter of pump
( 2) Speed - RPM
( 3) Diameter and width of impeller
{ 4) Maximum diameter impeller for casing furnished
( 5) Diameter of auction
( 6) Diameter of discharge
( 7) Diameter of shaft at impeller
( 8) Design of flexible couplings
( 9) Type of bearings
(10) Maximum horsepower requirements of the pump
(11) Maximum horsepower requirements at the motor
(12) Diameter of extended drive shaft
Motors
(13) Hake and type letter of motor
(14) Brake horsepower of motor at 60 degrees C Rise
(15) Type of motor bearings
(16) lull load current
(17) Maximum starting current in per cent of full normal load
(18) Motor efficiency at full load
(19) Motor efficiency at 3/4 load
11.4
~i•
(20) Weight of pump plus couplings e.nd extended shaft
(21) Weight of motor
(22) Weight of assembled unit
11.10 Test of Pumping Units: Tests of the Pumping Unit and Motor shall be
made at the factory, and certified copies of the test data and of test curves
shall be submitted to the City. The pumping unit and motor may be tested
separately providing the test curves reflect the theoretical overall efficiency
of the assembled unit. Test curves shall show the capacity, head, efficiency,
and brake horsepower of the unit throughout the full range of operation from
cutoff to maximum capacity.
The efficiency of the pumping unit shall be tested at the specified total.
rated head which is the head at which the efficiency of the unit will be
guaranteed. In addition to the above, the efficiency of the unit shall be
tested at various beads throughout the range of the puu:ping unit.
The efficiency will be computed as equal to the water horsepower divided
by the brake horsepower required. Pmp shall be tested in accordance with
the Test Code of the F draulio Institute. Quantity of water shall be measured
by Venturi meter, or by measuring device acceptable to both parties. Tests
of motor shall be made in neeordanee with the Standardisation Rules of the
American Institute of Electrical Engineers.
11.11 Service of Factory Representativem The manufacturer shall include in
his bid the cost of services of a factory representative, which service shall
be supplied at the time of installation of the equipment to assist the General
Contractor to the ex':ent necessary to assure proper installation and to check
and make adjustments as required in the equipment to give the operations
specified.
11.12 Installation of Pu Lng Units: The Contractor shall install the pumping
units in strict accordance with the instructions of the pump manufacturer. The
piping shall be installed such that no strain is placed on the pump casing.
The extended pump shaft and guide bearing shall be in proper alignment. The
units shall be anchored and grouted into place.
END OF ITEM
11.5
rPEM .2 - PLUG VALVES AND CHECK VALVES
12.1 Plug Valves: Plug valves shall be installed in the suction and discharge
lines of each of the pumping units as shown on the Plans. The valves shall be
De2urik, non-lubricated, semi-steel, eccentric plug valves, or approved equal.
The valves shall have nickel chrome alloy iron bodies, nickel alloy seats,
bronze lower bushings, and synthetic rubber faced plugs, for sewage servica.
Valves shall have 125 lb. ASA steel flanges and the lever operators shall turn
counter-clockwise to open the valves. Two 8" valves and two 1211 valves are
required.
12.2 Check Valves: Check valves shall be installed in the discharge lines of
the sewage pumps. The sewage pump check valves shall be of the outside weight
and lever type for installation in a vertical line and shall have a device for
slowing the closing action of tho valve to prevent slamming. The cushioning
cylinder shall be adjustable for closing speed of the check valve. The check
valves shall be Golden Anderson "Cushioned" swing check valve Serial No. 15,
Figure 25-D, or approved equal. Valves shall be constructed of cast iron
body with bronze seat rings and non-corrosive shaft for attachment of weight
and lever. Valve diso shall be oast iron.
END OF ITEM
12.1
ITEM 13 - S M PUMP. AIR COMPRESSOR AND VENTILATORS
13,1 Sump Pump: The lift station sump pump shall be of the submersible type
and shall be Pacific Pump Company Model ASF, 1111 S05 Size, or approved equal,
with capacity of 50 GPM at a total head of 15 feet. Submersible motor shall
be for operation on 115 volt, 60 cycle, single phase service. Pump shall be
of all bronze construction and shall have a built-in, adjustable, float swit:h
to control operation.
13.2 Air Compressor: An air compressor shall be installed on a wall bracket
in the lift station dry well as shorn on the Plans. The unit shall have a
minimum capacity of 20 cubic feet per minute at 50 psi. Cc,rnpressor shall be
Le Roi Number 2 AVC as manufactured by Westinghouse Air Brake Company, or
approved equal, and shall b3 complete with a 50 gallon storage tank. Motor
shall be for operat' r on 410 volt, 3-phase, 60-cyrole service. Piping shall
be as shown on the 1.ans. Air compressor shall be for constant speed, con-
tinuous duty operation.
Compressor accessories shall include thermal overload protection, startLng
unloader, air intake silencer and filter and receiver indicating gauge. Storags
tank shall be an ASMB heavy duty vessel and equipped with service and dra;r
valves, and a safety valve set at 150 psi. Compressor shall be provided with
automatic controls set to start at 50 psi and stop at 70 psi.
13.3 Gravity Root Ventilator: A gravity type air exhaust vent shall be fur-
nished and installed on the roof of the lift station building. The ventilator
shall be a Breidert Type F "Air-x-hauster". 161, in size, or approved equal,
complete with base. The ventilator shall be constructed of aluminum and shill
be installed in accordance with details shown on the Plans.
13.4 Power Ventilator: A power roof ventilator shall be installed on the
lift station roof to exhaust air from the dry well through a 12-inch duot.
The fan shall be ILG Electric Ventilating Company site L-LSQ-163, 318 horse-
power, or apprnied equal, with 2,640 CFM free air delivery capacity. Power
shall be 440 volts, 3-phase, 60 cycles. Ventilator shall be installed as
detailed on the Plans.
END OF ITEM
2 ~-1
ITEM 14 - 11ISCELLANEOUS 1"IMS IN LIFT STATION
14.1 Pump Control System: The sewage pumps in the lift station shall be
controlled with a bubble pipe system equal to the Autocon, Bulletin 1650, Two
Pump, Self Purging "Bubbltrol". Air bubble pipe and su,)ply air piping from
the compressor shall be as shown on the Plans. Pressure sensor assemblies shall
have two completely independent diaphragms per pump manifolded to tho bubbler
line, each operating a dust proof mercury switch. Pressure sensors shall be
adjustable in the field over the entire range of control. Control system shall
include an automatic alternator for pumping units.
Air from the compressor installed in the dry well shall flow through the
control panel and thence through the bubble pipe to the wet well. Bubbler
panel shall +.nolude a supply air pressure regulator and filter, an adjustable
air flow regulator calibrated to set rate of bubbling, and a 42" surface
mounted wet well level gauge with shut-off and bleed valves. The enclosure
shall be NE4A 1, welded, phosphatised, primed and finished with baked enamel.
Control shall have pressure range of 0.1 to 10 feet.
14.2 Manhole Steps and Coverg: Manhole steps and m.rrole covers for the li"t
station wet well shall be as specified Lamer Item 6, 'Whrholes".
14.3 dater SIM and 'Mater Proofing: It is essnntial that the wet well aim?
the dry well of the lift station structure be made water tight. As shown on
the plans, there shall be PVC water stops installed at the wall. to footing
joint. As further precaution, when beginning a wall pour, the contractor
shall place about 4" depth of 1:3 cement sand grout in the bottom of the w,?11
form before starting to pour the regular concrete.
After the structure is completed, the dry well in particular shall be
observed for leaks while the backfill is being jetted. Any leaks shall be
repaired by this Contractor. As a further test for water tightness, this
contractor shall put water in the wet well to a depth of at least 10 feet
and leave this water in the wet well for a minimum of 72 hours. During this
time, the dry well shall be observed Tor any leakage. Any and all leaks shall
be completely stopped, and repairer: by this Contractor.
END OF ITEM
14-1
• ITE.`i 15 - MASONRY
15.1 Materials:
A. Face Brick: Face brick shall comply with A.S.T.if. Spocification
C216-50 for Facing Brick, Grade SW and Type FBX. brick shall be of uniform
color, as selectee by the Owner. All face brick shall be of modular dimension
and uniform in size and exposed surfaces shall be free from cracks, spalls,
and other imperfections.
B. Concrete Afasonry Units: Concrete masonry units for use as shown
on the plans shall conform to the current applicable specifications of the
A.S.T.M. as follows:
Hollow Load Bearing Concrete Masonry
Units (Grade "A") C90-52
Solid Load Bearing Concrete Masonry Units C129-52
Concrete Building Brick C55-55
Concrete masonry units shall be light freight "Texcrete Haydite Blocks"
or equal, and shall be steam cured. All exposed corners shall have a 1"
radius.
C. Portland Cement: Portland Cement shall be as specified under itec:
for "Concrete for Structures."
D. Lime: Lime shall be equal to "Dittlingers" or to "Austin White
Lime". All lime shall be made into a stiff putty beforo used in any mortar.
Putty made from hydrated line must be soaked for 24 hours; from pulverized
quick lime, must be thoroughly cooled and cured for not less than 24 hours;
and from lump lime, shall be slaked for not less than two (2) weeks.
B. Sand: Sand shall be well graded in size, and shall be free from
organic matter. When dry, at least 99% shall be retained on a No. 100
sieve, and 80% on a No. 50 sieve. It shall pass a No. 8 sieve and at least
5% shall be retained on a No. 16 sieve.
F. Water: Water shall be fresh. clean and free from injurious amounts
of minerals or organic substances.
0. Anchors and Ties: Anchors and ties shall be heavily galvanized
metal. Sheet metal shall be at least seven-eights (7/8") inch wide and
not lighter than 20 gauge. Wire shall be at least No. 11 gauge, and ties of
wire netting shall be strips at least eight (811) long, one-half (1/211)
inch mesh, No. 16 gauge wire fabric. Ties shall extend at least four (411)
inches into masonry backing and to within three-quarters (3/411) inch of the
face of brick or tile.
15-1
15.2 Sgnples: The Contractor shall submit the following samples to the
Engineer for approval prior to delivery of any materials to the Job site:
1. Face Brick - 4 of each color
2. Anchors and Ties - 2 of each type proposed for use.
15.3 Handling and Stori~_: All masonry materials stall be handled in a
manner to prevent undue breakage or chipping. Mortar materials shall be
delivered and stored in the original packages, plainly marked with the manu-
faotarer's brand name. Mortar materials shall be stored in waterproof shods
or on platforms raised free of the ground and protected by tarpaulin covors.
15.4 Supervision of Work: The Contractor shall have in charge of the matior.rf
work at all time during construction, a thoroughly competent foreman, thorougi,]y
experienced in this type of the work, and under him thore shall be employed
at least one (1) experienced man in charge of mortar mixing, All men employed
must be skilled and experienced in these trades.
15.$ Erection:
A. General: All masonry shall be laid plumb, t-us to line, with letis*!
and accurately spaced courses and with each coursa bre,king 4oints with tho
course below. Bond sha?1 be plumb throughout; corners shall be pls:.iil and
true., unless otherwise shown on the drawings or specified, the spices around
the built-in items shall be solidly filled with mortar. Work required t) bo
built in with tha masonry, such as anchors, wall plugs, and accessories,
shall be built in as the erection work progressea. A1:. scaffolding necessary
for the installation of masonry shall be provided, mair,*.ained, and moved as
required and shall be available to other trades requi~~.a to execute work in
connection with the masonry. All scaffolding shall be constructed in a safe
and substantial manner and maintained in strict accordance with tha require-
. ments of city ordinances, state laws and insurance rules and regulations.
B. Brick: All brick shall be damp when laid. Brick shall be shoved
into place, not laid, in a full bed of mortar. All horizontal and vertical
joints shall be completely filled with mortar when and as laid. The back
face course shall be plastered ahead of the backing with a heavy coat of
mortar. This coat shall be carefully applied or* as to form, a continuous,
effective barrier to the entrance of moisture. Spaces between face brick
and concrete that cannot be plastered shall be slushed full. Mail holes
and other imperfections shall be jointed to prevent entrance of water.
Vertical joints shall be all of the same width except for inconspicuous
variations required to maintain the bond. All brick shall be laid in mortar
as hereinafter specified. All exposed joints shall be tooled to a dense,
concave surface.
C. Concrete Masonry: Provision shall be made for all special units
as may be required to forms all corners, returns, openings and offsets, and
maintain proper bond throughout the length of the wall. Mortar joints
15-2
shall be three-eights (3/811) inch nominal thickness with full coverage on
vertical and horizontal f- shells. All head and bed joints shall be
filled and made tight. -al joints shall be shoved tight. All exposed
joints shall be tooled to a Gense, concave surface. The surfaces of the walls
shall be kept clean ana free of mortar splotches, and all points are to be
made with a straight, clean line. Where conduits or pipes occur in masonry
walls, same shall be "threaded" in as no chasing of the xalls will be per-
mitted. Suitable tnd proper recesses shall be provided for junction boxes.
}Metal work, where required, shall be built in as they work progresses. All
metal boxes, finished or rough, shall be securely anchored into the nssonry
and backing as it is built up. Co.)crete masonry shall be set in mortar as
specified below. All partitions thit abut other walls except exterior walls
shall be bonded or anchored thereto not less than evory 21 in height.
Interior partitions shall not be bonded ':o exterior walls. Partitions or
furring enclosing pipe spaces shall be built after the pipes are in place and
have been tested to the satisfaction of the Engineer, a.-d proper provision
shall be made for tying such partitions to preceding connecting work. All
metal bucks, finished or rough, shall be securely anchored into the masonry
partitions as it is built up. Vertical cells of concrete blocks on each
side of door bucks shall be solid grouted and rodded for anchorage of door
frame anchors.
15.6 !Mortar: Proportions specified are in equal parts by voltme. One (1)
sack of portland cement (94 lbs. net) shall be considered equal to one (1)
cubic foot. The following proportions shall be used:
One part of portland cement
Two and one-half parts of hydrated lime or stiff ;-utty
Nine parts of sand
All mortar twist be accurately proportioned and thoroughly mixed by
hand or by machine to a uniform color. Tools arki mixing boxes must be kept
clean, and no mortar which is partially set shall be retempered for use.
15.7 Lintels: Lintels shall be reinforced masonry or steel angles, or con-
crete, as detailed on the drawings. In precasting reinforced masonry lintels,
care shall be taken to insure complete filling of celle with mortar and true
alignment of the lintel with uniform mortar joints on exposed surfaces.
Reinforcing rods shall be not lase than one-half (1/211) inch in diameter and
shall extend full length of lintel, and lintels shall have a minimum of
eight (811) inches bearing on each side of opening. Lintels shall be
adequately cured before handling and storage.
15.8 Cutting and Pat : Cutting and patching of masonry required to
accommodate the work of other trades shall be performed by masonry mechanics,
15.9 Protections Surfaces of masonry not being worked on stall be properly
protected at all time during the construction operation. At such time as
rain or snow is Imminent and the work is discontinued, the tops of exposed
masonry walls shall be covered with a strong waterproof membrane, well
secured in place.
15-3
Y
15.10 2Rtt&- In hot, dry weather, masonry walls, exposed to wind and sun
shall be sprayed several times a day with a fine water spray. Do not spray
until mortar has set sufficiently to withstand erosion. Spraying will be
required only for six (E) days following laying.
15.11 Pointing and Cle:uiinz: At completion of the work, all holes in joints
of exposed masoru•y stria^,3s shall be filled with mortar and su_tably toolod.
.."11 mortar drippings mutt. be removed from projecting surfaces of whatever
kind, and the entire surface of all exposed face brick work and interior
masonry surfaces shall be thoroughly cleaned, using a solution of "D-: no"
in water tone can to a gallon) and then rinsed with clear water.
END OF MW
15-4
ITEM 16 - IxYW, FRAMES Ai'D WINDOWS
16.1 Sco,-Le of Work: The work coverod by this item of the specifications
includes farnishirg all plant, labor, equipment, and materials and per-
foming all operations in connection »ith installation of doors, frames
and vindows, corplote l:t accordance with this item of the specifications
and the ch-swings.
16.2 Steel. Intenaodiate Projected Windows: An windows shall be steel
intermediate pro;eoted, and shall be '-Trunaon , ~Fenestra`-, or appr.red
equal. Windows shall ir.aet fully the mantTacturer's specifications and shall
be bonderized and given one coat of "Bakelite" (phenol-resin) pain., oven
baked at 300 degrees F. Windows shall be installed in strict accordance rrith
the manufacturer's recommendations. Mastic as recomamended by the 41ndow
manufacturer shall be used in setting and bediirg the frames. Ventilators
shall be carefully adjusted before glazing. Finish hardware shall consist
• of polished bronze handlos, strikes and keepers. All ventilators shall be
furnished with screens. Screens shall bo of steel tubing and constructed
in exact accordance with the window manufacturer's details. 'Aire stall be
bronze 18 gauge. They shall be painted as specified above for windws.
160 Hollow Metal Steel Doori Hollow metal steal door shall be of the type
and design shown on the ddavings and shall conform to the speoificAtions
for hollow metal panel doors as manufactured by the Coco Steel ProLkicts
Corporation. It shall be given a coat of baked-on e&%%el at the factory.
Hardware shall be as specified under Item, --Hardware-.
16.4 Steel Door Frame: Frame for steel door shall be formed to the general
lines shown on the drawings and shall be constructed of Np. 16 gauge steel
sheets. Frame shall be Coco Hollow Metal Door Frame, or approved equal.
16.5 Erections All doors and windows shall be arected plumb and true, with
hardware left in proper working order. They shall be set as the masonry
work progresses and shall have adequate anchors and ties to insure good
installation.
16.6 Har e: The lift station door shall have the following hardware:
3 pair butts Sehlage BB116P
1 bottom bolt Coco No. 4031-US10
1 top bolt Coco No. 4032-US10
1 lock set Schlage D70PD Han-28
2 stop and holders Glynn-Johnson G-J?0
Door butts shall be steel prime coated and dull chromium. Lock trim
shall be anodized satin aluminum. The center of door knob shall be 43-inches
above finished floor and intermediate butt hinge shall be installed with
bottom of hinge 40-inches above floor. Lock shall be furnished with four
(4) keys.
END OF ITEK
.
16-1
• ITEM 17 - Rr?OFING. SHEET METAL AND MISCELLANEOUS ARCHITECTURAL
17.1 S;a»e c+f Work: T.:e work covered by this eection of the specifications
includ3s n L plan, labcr, materials and e7uipment and of performing all
operations in connactior. with the installation of roofing and sheet metal
complete, in accol.-danct with this section )f the sp,eci.fleations ane the
contract (ir,awrin gr .
17.2 mLtn:ials:
A. Steet Ygtal: Unless otherwise n ocifired or indicated or. %he
drawings, all flashing shall be light cold-rolled tempored copper :nd shall
weiga not less tnati 16 oze per square foot. Gravel Guards shall ce 26
gauge Tonsan Metal.
B. Solder: All solder shall be the best gtade obtainable, conforming
to A.S.T.M. Specifications, and shall be cencposed of half pig lead and half
black tin, all new metals.
C. Flux: Solder flux shall be resin.
D. Roofirp: The roofing materials shall comply in every rc!,pcet to
the Barrett Specification No. 220-C, 4-ply, roof for laying crier ~,cnerste
deck.
17.3 InstallatIon:
A. Flashing: F)Ashing shall be installed at all intersections of roof
with venical mLrfaces, at a).i projections thraLiKh tF-, roof except at plumb-
ing pipe vents, And elsewhero as sham on the dz awings or req•.dred to
provide watertight protection. RKposed 0 ?,es elt all flashing shall be
folded back 1/2 inch to provide stiffness. All. dashing shall be installeO
in accordance with the roofing manufacturar's rr ~airements for a 20 year
roof bond.
B. oR IU: The roofing shall be laid in exact accordance with the
manufs.oturer's directions by a roofing contractor approved by the nanu-
factun+r. The Contractor shall furnish an acceptable surety bond guaranty,
guaranteeing the entire roof and flashing for a period of twenty (20) years.
C. Gravel Guard and Tar Stop: Gravel guards shall be formed of sheets
having a maximum length of S feet. Joints shall be lapped and soldered.
The inner flange shall be extended onto the roof not less than 4
inches, shall be nailed through the roofing fabric with nails embedded in
plastic cement, and shall be covered with 2 layers of roofing felt mopped on
with hot asph•..Lt. The standing ridge of gravel guards shall be of sufficient
height to hold back the gravel surfacing. Tar stops shall be li' x 4
and shall be installed with the gravel guards as indicated. Tar stops
shall be of the same gauge as the gravel guard and shall be fastened with
roofing nails not over 12 inches on center.
17-1
17.4 Drw~hp.ld: Metal be cast iron, as shown on the drawings. Threshold
shall be y^t in a full bed of caulking compound and securely anchored to the
floor wit- t roc chtr 3 sere-;a in lead nr expansion shield:. Cast iron threshold
shall be hc'Urls-y 'ror.'.tiorkc. Ho. ~15,or approve,i ee-uel..
17.5 Steo'i_Urt~!s: :a:nish steel looso 'lintels for all oponingn where
indicated:n the Fans. Lintels sha?.1 bo of size noted on the druvings
and shall have an A-inch bearing at each and unless otherwise shown.
1?.6 Neat!~erst:i,~-pi y,: Outside hollow metal door shall be w9ath6r~tripped
on all four side: with Chamberlin 11o. 800--'!)5 ewiWn+., solid bror.z.,3.
17.7 Miscellanemis: "-,e Contractor shall furnish and install al:. ':temp of
miscellaneous shoot metal work shown on tho dravirgs o* otherwise-.,iquirid
for the proper ccrrplet±c-n of the job, whether crjocifically referrtfl to
herein or not.
17.8 Cleaning: Upon c=pletion, all shoot metal surfaces shall be cleaned
of all resin, dirt, grease and other foreign matter, and all work shall bo
left in a neat workmanlike manner.
END OF IMI
17-2
rM 1_8 - WATERPROOFIN11 AND CAULKING
18.1 S_oDe: The work covered under this item of the specifications includes
all labors materials, equipment and services required for flashing in
masonry walls and caulking all outside openings where required.
18.2 ter ls: Each type of flashing and caulking compound shall be sub-
mitted to the Engineer for approval prior to its use in the building.
I
A. Flashing: Flashing in masonry walls, where shown on the drawings,
shall consist of a three-ounce copper sheet covered on each side with a
bituminous compound, layers of asphalt-saturated-cotton fabrics or a heavy
kraft paper. Flashing shall be Afasco Copperseal,', or an approved equal.
Be Caulking Camnound: Caulking compound shall be light colored,
elastic, non-staining and waterproof, It shall be 'Armstrong's' or an
approved equal.
18.3 Applications
A. FLs~: All flashing in masonry walls shall be inatalled in
strict accordance with the manufacturer's specifications. It shal1 be
lapped not less than four (49 inches at all joints and shall extew.. not
less than six (G") inches on each side of masonry openings. Care shall
be taken not to damage the flashing in arq manner. Surfaces to receive
flashing shall be smooth, drys and free from loose particles. Where fleshings
do not extend to the outside face of the mortar joint, weep holes shall be
formed by inserting nails in the joints when it is la:d, pulling the nails
out when the mortar has set. Keep holes shall bo plack3d approximately five
(s') feet O.C.
Be Caulkina: Caulking shall be used in accordance with the manu-
faoturer's printed roc ommendations. Surfaces of masonry to be in contact with
the caulking shall be cleaned and coated with white shellac or a colorless,
transparent waterproofing before using the caulking. Where a suiteble mortar
back-stop has not been provideds the back of joint groove shall be-packed
tightly with rope yarn. Caulking in joints shall be a minima of one-halt
(1/29 inch in depth and one-quarter (1/4") inch in width. Caulking shall be
driven into joints to force out an air and solidly fill groove and shall be
free of wrinkles and uniformly smooth. Caulking shall be provided in the
following locations:
a. Heads, jambs, and frames of all window frames.
be Around exterior door frames and other openings in the masonry.
at Under oxterior thresholds - full bed.
d. Other locations as required for waterproof construction,
18.4 Cleanina: All surfaces marred by smears of caulking compound or other
blemishes shall be thoroughly cleaned prior to acceptance by the Owner.
END OF I=
18-1
ITE24 19 - GLASS AND GLAZI140
19.1 Scope ' or : The work coveted by this item of the specifications
consists of furnishing all plant, labor, equipment, appliances and materials
and of p3rforming all operations in connection with the installation
of glass, omplete, in striot accordance with this section of the specification
and the applicable drawings, and subject to the tense and conditions of tho
contract.
19.2 Materials:
A. Clear Sheet Glass: Clear window glass shall be double strength
"B" quality, equal to Libby-Ownens.
B. Putty: P,ltty for glazing on metal shall be of the best grade and
shall comply with the recommendations of the window or door manufacturer.
19.3 General: The sizes of glass indicated on the drwAngs are ap?roximate
only, and the actual sizes required shall be determinAd by measuriFti the
frames to receive the glass. All glass shall be factory labeled con s,ach
pane, the labels shall not be removed until final approval is obtai%od.
Clear sheet glass shall be used throughout, except as indicated otherwise
on the drawings.
19.4 Installation: Steel sash shall be primed before glazing, and glass
shall be bedded in putty, well olipped, fill puttied with surfaces struc':
true and smooth and angles formed neatly. Glazing chips shall be furnistod
with the sash.
END OF ITEM
19-1
. ITEM 20 LIFT STATION DRIMAY AND PARKING AREA
An access driveway and parking area shall be constructed at the lift
station as shown on the Plans. The parking area shall consist of the entire
area within the fenced enclosure around the lift station. The driveway
and parking area shall be constructed of "crushed Stone:. The crushed stone
shall have a compacted thickness of not less than 6'. The material shall
comply in all respects, including placement procedures, with the recrairs-
ments in Item 9 "Replace Base and Paving".
Subgrade for the driveway and parking area shall be carefully graded
to drain and thoroughly compacted before plscing base material. Base
material shall be watered and rolled, and finished to a smooth uniform
surface. Asphalt surface will not be required.
END OF ITEM
~I
i
I
20-1
ITEM 21 - CHAIN LINK FENCE
21.1 General: This Contractor shall install a chain link fence around the
lift station to the dimensions shown on the Plans. The fence shall be topped
with 3 strands of barb wire on 43 extension arms and shall be 71-0" high
overall when erected. Fence shall include ore (1) twelve foot gate located
as shown on the Plans.
21.2 Fabric: The chain link fabric shall be aluminum coated steel chain link
wire, gauge, woven in a 2" diamond mesh. The wire pickets shall stud a
minimum tensile strength of 80,000 psi based on cross sectional area of wire.
Aluminum coating shall be a minimum 0.40 ounces per square foot of sore
surface. Barb wire shall be aluminum coated of 4-point pattern, coo:posed of
two strands of 12-1/2 gauge line wires with 14 gauge barbs spaced on approxi-
mately 5" centers. The bottom tension wire shall be 7 gauge aluminuum coattod
spring coil tension wire, fastened to chain link fabric with #11 gauge hog
rings on 24" centers.
21.3 Rails and Posts: Top rail shall be 1-5/8" O.D. galvanized pine, weight
2.27 pounds per foot, with outside sleeve type couplings at least 7" long.
Fabric shall be tied to top rail at 24" centers with 9 gauge alumin-m wiry.
Line posts shall be galvanized H-Column or 2111 O.D. standard weight, schedule
40 galvanized pipe, spaced not to exceed 10 feet. Fabric shall be tied to
line posts with 6 gauge galvanized clips on 14" centers. Terminal posts at
ends and corner pull posts shall be 3" O.D. Galvanized pipe, weight 3.?9
pounds per foot. These posts shall be equippad with 1/4" x 3/4" tension bars,
11 gauge x 1" wide tension bands and 318" carriage bolts, bands on approxi-
mately 14" centers. Gate posts for the 121-0" gate shall be 411 O.D. galvan-
ized pipe, weight 9.1 pounds per foot. Braces at terminal posts shall be of
same material as top rail and shall be trussed from line post back to terminal
post with 3/8" galvanized rod complete with truss tightener.
. 21.4 Gate: The 121-0" gate shall have posts as specified above, with a frame
of 2" O.D. galvanized pipe with pressed steel or malleable iron corner ells
riveted with 4 rivets per corner. Internal bracing shall be 1-3/8" O.D.
galvanized pipe with 3/8" adjustable truss rods. Bottom hinge shall be ball
and so8ket type made of malleable iron. Hinges shall allow gate to swing 900
or 180 . Gate shall be complete with pad locking device and semi-automatio
catch to secure gate in open position.
21.5 Erection: The fence shall be installed by skilled and w-irienced fence
erectors and on lines and grades established by the Engineer. All line posts
shall be set in concrete a minimum of 9 inches diameter and 3611 deep. Gate
posts shall be set in concrete a minimum of 12" in diameter and 36" deep.
END OF ITEM
21-1
ITEH 22 - PAWING
22.1 Scope of Work: The work covered by this item of the specifications
inoludes furnishing all plant, labor, and materials and of performing all
operations in connection with painting and finishing, complete, in strict
accordance with this section of the specifications and the applicable drawings.
22.2 General: The Contractor shall furnish all labor, material, equipment
and services for cleaning and painting of surfaces as follows:
All metal work (except stainless steel, aluminum, bronco, copper
and lead), including metal doors, structural steel, exposed piping,
pumps, motors, valves, all concrete the walls, and other mircellanso+ia
exposed pipework and metal furnished and installed under this Contract.
Finish field painting shall not be applied to machinery, equipment or
• piping until operational tests are completed.
22.3 Workmanship: All paint and finishing materials shall be applied by
skilled workmen and shall be brushed or sprayed in evon, thorough eats,
without runs, crazing, saga or other blemishes. All coats, rogardl.eso of the
material, shall be thoroughly dry before applying succeeding coats. Full
drying time as recommdended by the manufacturer of the particular paint in-
volved, shall be allowed between coatu. Enamel, paint, or shellac shall to
properly handed between coata. All products shall be applied in accordance:
with the manufacturer's recommendations.
22.4 Materials: All materlals !'r: painting shall be delivered to the site in
unbroken packages bearing the n.;-i.:faoturer's name and brand and shall be
used without adulteration. In general, the paint and painting materials
manufactured by the National Chemical and Manufacturing Company, Inertol
Co., BenJamin Moore and Comp&.fl Sherwin-Williams Company, Pittsburg Plate
Olass Company, and Cook's are representative of the standard of quality that
will be required and the paint and painting materials shall be approved by the
Engineer. Only the highest grade paint of each manufacturer and that which
is suitable for the use intended shall be approved. Only those thinners
and solvents specified in the paint formulae shall be used. More than the
prescribed amount of thinner may be added only to the extent to maintaining
the minimum spread:ng rate designated in each individual formulation.
22.5 Colors. 3amp ,Los. -Etc, The color for all types of finish shall match
existing colors and shall be approved by the Engineer. The Contractor shall
prepare samples from which to select oolors and finish and subedit same to
the Engineer for selection and approval. Contractor shall submit three dis-
plays of each kind and color of paint to be applied to metal, masonry or
other surfaces. The panels used for display shall be represented of the re-
speotive types of surfaces to which the several kinds and colors of paint and
stain are required to be applied in the actual work.
22-1
• 22.6 Preparation of Surfaces: Metal surfaces to be painted shall be thoroughly
cleaned of mill scale, rust and other foreign matter by scraping, chisels,
wire brushing (hand or machine), flame cleaning, sand blast or tether suitable
means. All oil and grease shall be removed with 3aptha. Any old loose or
scaling paint shall be entirely removed to bare metal. Dist and dirt shall
be removed by dry brushing or air blast prior to painting.
22.7 Application of Paint:
A. Brush Apelication: Only top quality hog hair or synthetic bristle
brushes shall be used. All paint shall be applied so as to form a uniform
film of a thickness which is consistent with the specified coverago for th^
paint being used. Sufficient cross brushing shall be used to insure fill
of all surface irregularities and complete coverage. Particular care shall
be used in painting in corners and other restricted places to obtain uniform
application. All final brushing strokes shall be made in the same direction
• and toward the previously applied paint. The final coats of enamel paints
shall be brushed only enough to spread the coating evenly and avoid excessive
thickness.
B. Spray Acolication: When paint is applied by spraying. th,) air gun
used shall be adjustable for regulation of the air and paint .O xturo. The
equipment shall have a suitable water trap to remove moisture present in
the compressed air. Paint pots shall be equipped with a hand agitator to
keep the paint well mixed. All equipment shall be thoroughly cleaned at Uta
and of each day's work. The width of Us spray shall be not lest: than tws_ve
(1211) inches nor more than eighteen (1811) inches. The pressure shall be suit-
able for the type of paint used. Frequent checks shall to made to insure
maintenance of correct spreadin& rate, and the coating shall be uniform withwxt
sags, runs, or "orange peel" effect. Spec-lal care shall be taken to see that
edges, corners, and bolt heads are completely covered and that there has boen
no bridging over the film.
22.8 Architectural Paint Schedule:
A. interior:
a. Metal Doors. Frames and Windows: After touching up shop
prime coats all metal doora. frames and windows shall be given one coat of
enamel undercoater and two coats of gloss enamel. Undercoater shall be equal
to DuPont TUFCOTE, and enamel shall be equal to DuPont DUWX.
b. Structural Steel: All exposed structural steel, including
metal roof deck, shall have the shop coat touahed up and a coat of rbd
lead given to all field connections, then given three coats of paint an
specified in paragraph (a) above. Structural steel hidden in walls and
attic spaces shall have shop coat touched up and field connections painted
with red lead. No further painting will be required.
c. Concrete Tile: All concrete We walls shall No given two
22-2
coats of National Chemical and Hfg. Company "Satin Luminall" or an approved
equal.
B. Exterior Metal Work: an addition to shop or field prime coats
(touched up 111 outside metal including doors, windows, handrails, ctrucbiral
steel, flashing, gutters, and downspouts except aluminum and copper shall
receive two coats of machinery enamel equal to DuPont DULUX. Wash galvanized
iron with a vinegrr solution and prime with red lead, after which two (2;
coats of white lead and oil paint shall be applied.
22.9 Mechantcal and Electrical Paint Schedule:
A. Exterior:
New Iron and Steel, Galvanized Surfaces. Unpainted Pinirp,,
Valves and Fittiin:s: These items shall all be given one coat of a rust
inhibitive primer equal to DuPont DULUX Maintenance Primer No. 760 and two
coats of machinery enamel equal to DuPont DULUX. Hash galvanized iron before
painting as hersinbefore specified. This also applies to cast iron piping
which has been cleaned of tar coating.
b. mop Coated Piping. Valves and FittiM: After toucb.ng up the
shop coats these items shall all be given two coats of machinery enc,-►el as
specified above.
B. Interior:
a. New Iron anti Steel. Galvanized Surfaces anj Unpainted Valves and
Fi t s: Thoss items shall all be given one coat of a rust inhibitive
primer and two coats of a machinery enamel as specified above for exterior
items. This also applies to oast iron piping which has been cleaned of tar
coating,
b. Shag Coated Piping. Valves and Fittings. Shot) Coated N.achinerx
Electrical Control Equipment: After touching up shop coats these items shall
all be given two coats of machinery enamel as specified above for exterior
items.
22.10 Storage and Clean-Up: The Contractor shall use one convenient location
for keeping all materials and doing all mixing, etc. Floor of this space
shall be properly protected with drop cloths. Oily rags and waste shall 0e
frequently removed from the building and under m circumstances shall they
be allowed to accumulate. At the completion of the work, the Contractor
shall clean off all paint spots, oil and stain from all surfaces and lests
the entire project in a satisfactory condition.
END OF ITEM
22-3
• ITEM 29 SANITATION, MEAN UP AND SITE GRADING
23.1 General: During construction of the lift station, the Contractor shall
maintain the premises in en ordorly, neat, and presentable condition. Scraps
and debris shall not be left scattered around but shall be assembled at one
place. When construction under the Contract has been otherwise completed, the
Contractor shall remove all left over construction materials, equipment. scraps.
debris and rubbish, and leave the site in a neat. well kept appearance.
To provide good sanitary conditions during construction, the Contractor
shall provide adequate sanitary facilities for the workmen, and Contractor
shall not permit any unsanitary practices to continue which wonlri prove
objectionable to the surrounding property owners. At the completion of the
work, all buildings and structures shall be broom clean. He shall remove
all marks, stains, dirt and soil from all finished surfaces and ahr.ll
thoroughly clean all floors, clean and polish all fininaed hardware and
other such devices.
23.2 Site Grading: When construction of the lift station has been completed
the entire area shall be graded Smooth. Grading shall be such that the
entire area will drain away from all structures and with no pockets that
will hold water.
END OF ITEM
23-1
rM4 24 - ELECTRICAL
• 24.1 General Electrical Recuirameats:
A. Sc: The work counted under this section of the specifications shall
consist of providing I co:nplets and operative electrical installation for the
Sewage Lift Station. The work includes the furnishing of all labor, materials
and equipment except that specifically stated to be furnished by the Owner. to
provide a complete and workable electrical system.
B. Codes and S• tend rds: All electrical material, workowishipo and test9
shall be in conformity with the applicable current standard rules, :Agulations,
and specifications of the following authorities:
National Board of Fire Underwriters (NSFU) and National Electric
Code (NEC)
. National Electrical Manufacturers Association (NEMA).
Institute of 31sotrical and Electronics Engineers (SEE).
Insulated Power Cable Engineers Association (IPCEA).
American Standards Association (ASA).
National Bureau of Standards (NBS) (National Electrical Safety
Code).
Inspeotions and approvals for the work by authorities having legal 3urisdif3tion
shall be obtained by the Contractor.
C. Material and kcjkaarna_: All materials shall be new unless otherwise
specified, anJ first class in every respect. All materials of a type for
which the Underwriter Laboratories have established a standard shall be
listed by the Underwriter's Laboratories. Inc., and shall bear thoir label.
The Contractor shall furnish to the Owner. for his approval. a list showing
all equipment he contemplates incorporating in the work. Samples of materials
shall be submitted for approval when so directed. Equipment, materials, and
articles installed or used without such approval shall be at the risk of sub-
sequent rejection. The schedule of materials shall include catalog numbers
and complete description. Approval of such drawings, equipment, and specifi-
cations shall not relieve the Contractor of the responsibility for the satis-
factory performance of the equipment as furnished and installed.
All work shall be perfoziW by competent workmen, skilled in this type of
work. Work shall be neat throughout, and structurally sound.
D. Grounding: All conduits. motors, cabinets, outlets. and other equipment
shall be properly grounded in accordance with National Electric Code require-
ments. The ground wire shall be TW insulated* stranded copper, sized
be installed
shown. ]There ground wire is exposed to mechanical injure
in thick wall conduit. Connections shall be made to eV ipment with solderless
24-1
i
connectors, such as Bundy Type QA or approved equal. Themetal surface under
the lug shall be cleaned to bright metal. Connections to motors shall be to
the grounding stud which shall be threaded into the stationary frame and not
an end bell, and the ground wire shall not be lugged to a mounting bolt.
Equipment not specifically shown connected to a grounding conductor nhall be
grounded by means of the conduit supplying the equipment, Where direct metallic
connections cannot be made, bonding jumpers shall be used.
E. Location of Outlets: The approximate location of cabinets, panelboards,
switches, power outlets, etc., are indicated on the plans.
F. estin : All circuits shall be rung ouL and on completion of tit, work all
of the inutallations shall be entirely free of grounds and short ei:%,uits.
24.2 Electrical Wiring:
A. Cc i s;: Conduit wiring system shall be installed complete from point
• or origin to all outlets shv m or speoified and shall eunsist of exposed and
embedded rigid, heavy wall galvanized conduit.
Rigid steel galvanized conduit shall be hot-dipped galvanised inside erd
out and shall conform in a'.1 respects to Federal :neoiflcation WW-C.•521C, EZA
C80.1-1958 and Underwriters' Laboratories Specifications. Tho conduit shall
be protected by a chromic acid rinse. Conduit shall be Pittsburg Standard,
or approved equal.
Conduits undergrorA shalt be as specified above except that the conduit
shall be further protected by a coating of epoxy on both the inside and
outside followed by 1, 40 mil coating of PVC extending one pipe diameter
beyond the opening to completely cover the joint area. Touchup vinylchlorid•
compound shall be used to touch up any installation marks on the conduit and
to fuse the fitting sleeves to the conduit coating. Conduit shall be Pittal-arg
Standard Plasti-Bond, or approved equal.
All conduit shall be galvanized, rigid, heavy wall steel, underwriter's
approved, except final connections to motors, which may be flexible metal
conduit for a distance not to exceed eighteen (1811) inches. Where used, the
flexible conduit shall be American Metal Hose with a neoprene jacket and
Appleton Sealtite fittings, or other approved equal. Conduits shall be
rigidly supported to the building structure by means of straps or clamps,
bolted or screwed to the structure. Hangers or ties of wire shall not be
permitted.
Conduit sizes not shown on the drawing shall be in accordance with the
National Bleotrical Code requirements: One-half (1/2") inch conduit is the
minima size that will be permitted.
24-2
Double locknut construction shall be used on all conduits terminating
in stamped metal motor terriinal, motor starter, safety switoh, outlet,
junction or pull box, etc., with approved type of bushing over end of conduit.
Length of conduit threads shall be increased at outlet, junotion and pull
boxes where necessary to accomodate double locknuts and bushings. All bush-
ings shall be fully seated agcinst end of conduit,
Bushings shalt be composed of an outer threadod metal ring with an inner
insulating compound ring moulded into the metal ring, or shall be of the
threaded type, composed entirely of an approved insulating material.
Conduit nipples stv.ll have two indpsereient sets of threads. Vf,nning
threads shall not be used. Where conditions require joining two fi::3d con-
duits into a continuous run, a conduit union shalt be used.
Condulet type fittings used on conduits containing wire #2 AWG and
larger in size shall be of the mogul type where the -,tire will not be subjeoted
to excessive bending.
The wiring system shall be properly color coded in accordance with
National Electrical Code Requirements.
B. hire: All wire #10 AND and smatter shall be 500 volt t%Fj.-mopl.F.Ftic
insulated, single conductor copper, 75 C. Type TV, wet or dry. In
edition, the wire shall be water tank tested and approved as machine tool
% re in accordance with the National Machine Tool Builders Association. T1114
wire shalt be Anaconda Densheath 900, or approved equal.
All wire #8 AUG and largos shall be stranded and shall be 600 volt,
Hypalon insulated, tinned eoppar rated RM-90C and RW.?5C. The wire shad
be Anaconda Unicon, AP10201. or approved equal.
The minimum size eonduotor permitted is #12 AWG, except as specifically
indicated on the Plans.
All wire shall bear the approval of Underwriters' Laboratories, Inc.
All splices and taps shall be made with mechanical type, compression type
or spring connectors. Splices and taps shall then be reinsulated with Scotch
Tape No- 33, half tapped, to a thickness of 1-1/2 times the conductor insul-
ation thickness. Splices in outdoor or moist locations on 480 volt conductors
shall be :wade watertight by application of one or more coats of glyptal paint.
24.3 Electrical Euuiment
A. Outlet Boxes: Outlets for concaaled wiring shall be galvanized stamped
sheet metal type, installed flush with the finished wall surface. Pull
boxes, junction boxes, and all other boxes to which no fixture or device
is to be attached shall be fitted with blank covers and painted to match
the surroundings. Outlets for exposed wiring shalt be cast iron boxes with
threaded hubs.
S. Walt Switches: Nall switches shall be of the totally enclosed tumbler type,
specification gradeo of "T" rating n9t less than 20 amperes, equal to Bryant
No. "?1.
24-3
Install switches to accomplish the control as shown or specified,
using single pole, double pole, or 3-',Fay switch as required. Uss gang
mounting wtere two or pore switches occur at the same location.
C. Convenience Outlets: Convenience outlets for general use shall be
Underwriter'a approved &.iplex grounding type, 15 amperes, 125 volt, equal
to Bryant No. 52620
Weatherproof convenience outlets shall be cast boxes fitted with a single
receptacle and spring door. Receptacle shall be Crouse-Hinds W55 w'_th D349
spring door, or approved equal.
Swap ptsip outlets or others to which devices are normally attac;ied shall
have a Type DS cover viCaout threaded cap. A Type WP plug shall be Installed
on all sump pumps.
D. Switch and Recoptacle Plates: Switch and receptacle plates shall be of
stainless steel throughout.
E. Motor Starterl: Hotor starters shalt be as hereinafter speoified, all of
the same manufacturer and shall be manufactured bj one of the folio,.-fng:
(1) Allen Bradley Company
(2) Square D Comp&YW
All overloads shall be of the ambient compensated type sized properly for tba
motor furnished. Circuit breakers shall be ambient compensated if of the
thermal magnetic type. All pushbuttons and aalector switches shall be oil-
tight, heavy duty type, installed in the starter cover. All control circu:.t
transformers shall have adequate extra capacity to handle all extra relays;
solenoids, etc., shown on the schematics. All NEMA 4 starters shall be of
. #304 stainless steel with all exposed parts and screws corrosion resistant.
1. Air Corwressor and Lift Pum-p Starters: Each of the three starters
shall be a combination circuit breaker type sagnstio motor starter in a NEHA
12 enclosure. The starter shall have 3 overloads, fused control circuit
transformer and a cover mounted HOA selector switch. The starter shall be
for operation on 440 volts, 3 phase, 60 cycles.
2. Vent Fan Starter: The vent fan starter shalt be a fractional horse-
power manual motor starter in a NERA 1 surface enclosure with overload pro.
tection, OFF - ON toggle switch and red indicating lamp. The starter shall be
for operation on 115 volts, 1 phase, 60 cycles.
F. n Station Lighting Breaker: The pump station lighting breaker shall
be a 2 pole, 480 volt, 20 ampere, EH frame, ambient compensated breaker in a
NEVA 1A enclosure, Square D No. 71220, or approved equal.
I 0. Pump Station Liebtirat : The transformer shall be an indoor
dry type 10 KVA, 1 phase, 480 to 120240 volts, with 2 - 21$ taps above and
below. The transformer shall be Allis Chalmers Type BD, or approved equal.
24.4
H. I~ght P nel: The panel shall be a 12 circuit 120/240 volt, 3 wire,
with nun-,or and sizes of breakers as shown on the Plans. All breakers shall
be ambient; compensated, bolted type, with center tripped position. All
multipole br.t&kers ehall 'lave internal common trip. Panel shall be equipped wit
with dust resistina, front, and blank endwall,a. Tho panel shall be Sgrare D
Type NXB, u,• appraved equal.
I. Lightire Fixtures: The Contractor shall furnish fixtures throughout
complete with lamps, sockots, hangers, e*.c., as required. The types of
fixtures required shall be as hereinafter apeoified and any substitution must
have writtan approval of the Ergineer.
T _A: Benjanin Yo. ?644 or No. 9644 Turnlox Reflector Unit te.th
300 zratt l.unp.
Tie B: Benjamin No. 7118 angle unit with 100 watt lamp.
a, q C: Holcrhane No. 415 wall fixture with 150 watt lamp.
IMe D,: Crouse-Hinds Type HD -14 Floo4light: hinged door, clear glass,
and 5CO wart medium beam lamp.
24.4 KLe.,c~tr!cal Sorvice: Service for the pimp s*Cation shall he 44c+ volts.
3 ph 00 60 cycles. The Contractor shall extend the service conduit 25 font
up the power company's sorviee pole, terminating in a weathernaad, and shall
assist the ;over company in malting connections to the service.
END OF ITDI
24-5
ITEFi BASIS OF PAIWNTT
25.1 Cen;-7al: ine "Aid Frice" for each and eve.-y item as set forth in the
propotl ~...+il irialu&) t1-e Di.rds", of all lat7r, te%l.s, materials, machinery,
appL'ancea, plant. and s,:ipment appurtenant to s!vi necessary for th9 con-
struction and ccwpl_etion in a first class, workranlike manner of all work
as herein speeifi,+d in strict accordance with thore specifications and
accompanyi.- plan,. Trc "Bid Price" shall also include any and al.l kinds,
amount: or c:.ass c P excc.ve.tion, backfilling, pumping or drainage, rt.o Ating,
shoring a:xl braci.-sq, a t.sposal of any and all surplus materials, pc twner,t
protection of all ovcr►:Fad, ssrface or underground structures, rexe)-,al and
replacement of ar.y ccrnauits, pipe 1'Lnes, aopurto"ances and c=nect-tons,
cleaning up, ovor':?aad expense, bond, public liability and compensation a.vr,'
property damage in:uran,e, patent fees, and royalties, risk due to the elynentc,
and profits, unless otherwise specified.
The bid price shall also include all other incidentals not 5peoifical17
mentioned above Viat may be required to fully eoratruot each and evary item
complete in place in ac^ordance with the tree intent and moaning of the
` specifications arA acccmpan3ring plans.
25.2 L9_ rption of Pay Item- : The nunioe: s as listed hero ^orre::pond trite
item nirnt,rrs in the Prvaossl-
1. Constr tict L{ f t Station: The lump sun. price bid for this item *A11
be full cocpensaiLon 1'c: fuwti:i.shing and installing all equipment, includi.zg
the structure, complete as shown on the plans Immediately after award of
the contract the Contractor Etiall furnish the Engineer with a breakdown of
his lump aunt bid for UhAs itrsn to facilitate preparation of periodical
estimates. Vis breakdol,m should include such items as Excavation, Concrete,
Pumps, Electrical, and Piping.
Some of the major items of cost to be included in the price bid
for this item are excavation and backfill, concrete, reinforcing steel, man-
hole rings and covers and miscellaneous hardware, sump pump, air compressor,
starters, breakers, control system, power pole, incoming service and other
electrical, air vents, blower, and piping of all types shown. Sewage pumps
and motors shall ro be included.
Piping to be included in this lump am bid item shall extend from the
manhole which is 12-feet north of the lift station, through the lift station,
and to the 16" steel cylinder concrete pipe force main, the end of which is
10 feet west of the lift station. Piping beyond this point will be paid
for at the unit price bid per linear foot for the force main.
The manhole which is 12.0 ft. north of the lift station will not be
included in the lump am pries for this item, but will be paid for at the unit
price bid for manholes. The parking area and driveway shown for entrance
to the lift station will be paid for under another item. The chain link fence
surrounding the lift station site will be paid for under a separate item.
25-1
J
2. Furnish Sev:aAe Pumps: Attention is directed to Specification Item
11 which requires that separate quotations be received for the sewage lift
station pumping units. The amount of $4,000.00 is provided under this item in
the prol*sal. The Amer will review the pump quotations and instruct this Con-
tractor which units to purchase. The amount for this item will then be ad-
justed by Change Ordor to reflect the actual purchase cost of the units. All
costs of installation of the units shall be included in Proposal Item No. 1,
Construction of the Lift Siation.
3 thru 9. Furnish Clay Pipe: The price bid per linear foot for clay
sewer pipe of the sizes indicated for these items shall be full compensation
for furnishing the pipe, and ealivering it along side trench. Measarement for
payment will be continuous through manholes.
10. Furnish and Install 16" C.I. Pipe: The price bid per linear foot
_ for this item shall be 1%11 compensation for furnishing the pipe, trenching,
laying, jointing, back!'illing, and all other w3rk, materials, and incidentals
necessary for the complete installation as shown on the plans. This item
will not be applicable if the contract is awarded with asbestos-cement pipe
force main.
10A, Furnish and Install Epoa Lined A-C Pipe: Same as Item 10.
This item will not be applicable if contract is awarded with concrete cylinder
pipe force main.
11. Furnish and, Install 16" Concrete Steil Qelinder Pipe: The pric:p
bid per linear foot for this item shall be full .-ompensation for furnishing the
pipe complete with joint gaskets, trench, lay, and backfill, jointing, and 0--1
other work, materials and incidentals necessary for the complete installation
as shown on the plans. This item will not be applicable if contract is
awarded with asbestos-cement pipe force main.
11A. Furnish and Install As_bestoa-Cement Same as Item No. 11.
12 through 36, Trench, Lay and Backfill Clay Sewer Pipe: The price bid
per linear foot for the size of pipe at the depth indicated shall be full com-
pensation for trench, ley, joint and backfill. Granular embedment, and the
furnishing of the pipe will be paid for separately under other items. Measure-
ment for payment will be from end of pipe in cases where it terminates outside
a manhole, and shall be continuous through intermediate manholes to the center
of the last manhole or Rnd of pipe where there is no manhole.
heasurer.ent for trench depth will ba from the natural ground elevation
at the center of trench to the flow line of the pipe.
37. Manholes to 6 ft. depth: rAe price bid per each for this item shall
be full compensation for concrete footing, brick, stub outs where shown, man-
hole rings and covers, manhole steps, and all other work and materials for ',,he
complete installation. Koasurement for depth will be from the flowllne of the
lowest pipe in the manhole to the top of cast iron cover. Where this measure-
ment is 6 ft. or leas, the price bid for this item shall be full compensation
25-2
for the complete manhole. Where the total depth exceeds 6 ft., then such extra
depth of manb.ole which exceeds 6 ft. will be paid for under another item.
38. Manhole Depth in Excess of 6 Ft.: The unit price bid per linear
foot for this item shall be full compensation for all labor and materials so
necessary for manhole construction. Measurement for payment will be the vertiagl
depth taken from a measurement from the flow line of the lowest pipe in the =I.
hole to the top of lid; then deducting 6 ft. The remainder will be the depth
in excess of 6 ft. and will be paid for at the price bid for this item.
39. Granular Embedment Material: The unit price bid per cubic yard for
this material shall be full compensation for furnishing and placing the material ~
under and around the pipe to the depth shown on the plans.
Measurement for payment will be based on the quantities shown on the
plans for each size of pipe, and the total quantity will be computed by multi-
plying the linear ft. of pipe by +he C.Y. per linear ft. factor shown on the
plans. This quantity, thus computed, will be the pay quantity regardless of
the width of trench.
40. verste Habedm:ent and Encaaeswsnt: The unit price bid per cubic
yard :tor this material shall be full compensation for furnishing and placing
the concrete under and around the pipe to the depth shown on the plans.
Measurement for payment will be based on the quantities shown on the
Plans for each site of pipe, and the total quantity will be computed by multi-
plying the linear feet of pipe by the CA, per linear foot actor shown on
of the
nano. This quantity, .nus computed, will be the pay q y regardless
width of trench,
411 42 and 43, el Crossi : The lump smn bid for these items shall
be full compensation fora 1 labor and materials involved in constructing the
crossing in full accordance with the Plans and Specifications. Bid price shall
include furnishing and installing the corrugated pipe casings, all vitr"fied
clay carrier pipe inside the casings, as well as all labor and all other
costa involved.
44. 6" Compacted Flexible Base: The price bid per square yard for this
item shall be full compensation for fine grading the subgrade, for furnishing
the base material, watering, rolling, and compacting and finishing to the
required section. Measurement for payment will be of the actual square yards
which has been authorized to be cut and replaced. Payment for the flexible
base required for the lift station driveway and parking area will alar► be made
at the price bid per square yard for this item.
45. IVI HMAC Surface: The unit price bid per square yard for this
item shall be full compensation for final finish of base, for priming, for
furnishing, placing compacting, and finishing the material to be cut and re-
placed.
25-3
46, C,a n Link F_ : The unit price bid per linear foot for this item:
shall be full compensation for furnishing and installing the 81-0" chain link
fence around the lift station site as shown on the Plans and specified herein.
The 121-011 entrance gate shall also be paid for at the unit price bid per linear
foot for this item.
We Connection to Existing Lift Station No. 3: The lump am price bid
for this item shall be full compensation for making the final connection with
8" olay pipe, to the existing manhole lift station and diverting the flow into
the new line. Payment for the 8" connecting line from the main outfall to with-
in one joint of pipe of the lift station shall be at the unit prices bid for
other items.'
48. Comeotions at Existing Lift Stations Nos. 1 and 2: The unit price
bid for this item shall be full compensation for making the final connections
to intercept the flow from the lift stations (two connections at Lift Station
No. 1 and one connection at Lift Station No. 2). Payment for manhole con-
struction in connection with the cowoctions will be by anothor item.
49. Deep Cut (Service) Qnnections: The lump sum price bid 1»r each
for these connections shall be full compensation for furnishing and SnstaiUng
the V.C. sewer branch, 6" V.C. 1/8 bend, correct length of 6" V.C. riser pipes
6" V.C. stoppers and oonorste embedment beneath the sewer branch.
50 P-d 51. 2 rate anal Reinforcing Steel Not ;Ri on Plans: At the
time of receiving bids, no specific need i6 kronm for these bid items. These
items will be used only in the event there is a need for such atterialss in the
Engineers opinion, at locations not shown or called for on the plans.
Where such materials are ordered, the quantity for measurement will be
the volume of concrete which has been ordered or authorized to be used.
23.3 Hock Execution: No separate payment will be made for rock
excavation as the excavation is unclassified. The cost thereof shall be in-
eluded in the bid price for pipe in place.
25.4 Teat for Infiltration: No separate payment shall be made for
infiltration testa. The cost of such testing shall be included in the unit
price bid for furnishing and installing the sewer pipe.
END OF Me
25-4
DENTON, TEXAS
SEWERAGE SYSTEM IMPROVEMENTS
COOPER CREEK SEWER OUTFALL
Contract No. 66-1
Addendum No. 1
Bids to be Gpened: 10:30 A. M. , May 5, 1966
SPECIFICATIONS
1. Notice to Bidden, Pape "a," and Item 11, Sewage Pumps, Page 11-1:
chaVpe time for opening bids from 10:00 A. M. to 10:30 A. M. , May S, 19660
2. Information and Special Instructions to Bidden, Page "e": o3d the
foliowi~qv paragraph:
22. Contractor's Cualificatlord: Only contro:ton who ore
exper once in t : type an site project will be considered
for award of this contract. Bidders shall be copable of sub-
mitting evidence of satisfactory completion of projects of
similar site and nature within the last five (5) years, as well
as evidence of possession of sufficient equipment and financial
resource to undertake the project of the present time.
r Mrs ac now a race pt of this oddendum in the space provided in the
Propoial.
i
XApr1112 , 1966
ESE, NICHOLS AND ENDUSS j
fRE
Consulting Engineers
i
i
CHANGE OR EXTRA WORK ORDER
PROJECT: WPC-T.Nx-393. Cooper Creek Sewer Outfall
CONTRACT: No. 6661
OWNER: City of Denton, Texas
CONTRACTOR: Tex-Con Utility Contractors, Inc.
CHANGE ORDER NO. 2 DATE: July 12, 1966
CHANGE OR EXTRA "MORK TO BE PERFORMED
1. Furnish and install a third set of pump shaft bracing members in the
sewage lift station in accordance with details shown on Sheet No. 7 of
the Contract Plans. Total increase in contract amount shall be $275.00.
2. Change alignment of outfall from Sta. 107+12 to Sta. 119+78.4 in
accordance with attached plan sheet. Quantity of 18" Standard Str3ngth
V.C. pipe will be increased by 81.1 L.F. Unit prices for both furnishing
and installing Y.C. pipe will remain unchanged.
Net (increase) (decrease) in contract amount To be determined by exact trench depth
along re-route.
Revised contract amount
Net (increase) (decrease) in contract time of completion None
Revised contract time of completion
Recommended by Approved by OWNER
FREEST, NICHOLS AND ENDRESS
i
E201-111 C x--
DWAbufloas
Approved by CONTRACTOR 2 x-Ownor
I ><X A 1-Qmffacfer
- F. N. i E OfRa
By I-Re&. U4.
3 - Texas State Department of Health
F. <,LLlSON RALPH C. WYLIE
H. F. ALLISON CO.
GENERAL CONSTRUCTION
PmoNc DAvis 8.4214 j' 1210 OLD GATE LANE
DALLAS 18, TEXAS
Elvin C. Copland P.E.
Rroese, Nichol k Endress
508 Throokmorton St.
'Ot. Worth, Texas-76102
Dear Mr. Copland:
Re: Denton, Texas WPC Tex-393
Cooper Creek Sewer %Nttfall
Sewage Pump Units
Mr. M.$. Bennett of T4x-Con Utility Co. has requested
that I submit directly to you a breakdown of the cost
of furnishing and installing a third shaft bracing
member for an extra bearing on sewage pumps.
Steel beam, brackets Bolts,
Lumber and all materials - 200.00
Labor to install - MOO
Total 275.00
If this meets your approval, I will have Continental
Steel Co. begin fabrication.
Yours very truly,
H.F. Allison Co.
Ralyh C. Wylie v
JJLI iI:;S
c)o~~ c ~ree~
43