Loading...
HomeMy WebLinkAbout1982 i ' ' , Y. r I i CITY OF DENTON, TEXAS SPECIFICATION AND CONTRACT DO(:uMENTS FOR THE CONSTRUCTION OF INTERCEPTOR SEWERS SECTION TWO CONTRACTS'A"&'C'- SANITARY SEWER LINES CONTRACT 'B' - SEWAGE LIFT STATION 1982 I I MAYOR RICHARD 0. STEWART UTILITY BOARD CITY COUNCIL ROLAND LANEY, CHAIRMAN RAY STEVENS ED COOMES JOE ALFORD CHARLES CRYAN MARK CHEW MARVIN LOVELESS DWIGHT GAILEY LEONARD HERRING, JR. JIM RIDDLESPERGER RICHARD TALIAFERRO FACILITIES ADMINISTRATOR CITY MANAGER EDWIN EARL JONES CHRIS HARTUNG DIRECTOR OF UTILITIES R.E. NELSON, P.E. FREESE AND NICHOLS, INC. CONSULTING ENGINEERS • TABLE OF CONTENTS Page Nocice to Bidders A-1 Instruction to Bidders B-1 Proposal C-1 Supplementary Conditions SC-1 Contract Agreement Performance Bond Payment Bond General Conditions of Agreement GC-1 Supplemental Conditions for Federally Assisted Wastewater Facilities Construction Contracts (Pink) 1-35 Minority Business Enterprise Responsibility 1-3 Detail Specificztions General Construction Requirements General Equipment Stipulations IA-1 • Mehsurement and Payment 18-1 IC-1 Clearing and Grubbing 2A-1 Earthwork, Trenching and Backfilling, nd Pipe Embedment 28-1 Vitrified Clay Pipe and Installation 2C-1 Polyvinyl Chloride (PVC) Pipe 2D-1 Cast Iron Pipe and Fittings 2E-1 Concrete Cylinder Pipe and Installation 2F-1 Sewer Manholes 2G-1 Elevated Creek Crossing 2H-1 Crossing Under Public Roadways and Railroads 2I-1 Combination Air Release and Vacuum Valves 2J-1 Exfiltration Tests 2K-1 Chain Link Fencing 2L-1 Replacement of !street and Road Surfaces 2M-1 Cast In Place Concrete 3A-1 Concrete For Blocking, Anchors and Encasement, Etc. 3B-1 Concrete Formwork 3C-1 Concrete Reinforcement 3D-1 Waterstops 3E-1 Table of Contents - Page Two Page Masonry 4A-1 Structural Steel 5A-1 Floor Access Doors 5B-1 Miscellaneous Metals 5C-1 Carpentry 6A-1 Built-Up Roofing 7A-1 Flashing and Sheetmetal 7B-1 Caulking, Dampproofing and'Water Proofing 7C-1 Special Doors BA-1 Painting 9A-1 Hoisting Equipment 14A-1 General Requirements for Mechanical Work 15A-1 Pipe Hangers and Supports 15B-1 Valves - General 15C-1 Plug Valves 15D-1 Electric Check Valves 15E-1 Surge Relief Valve 15F-1 Raw Sewage Pumps 15G-1 Sump Pump 15H-1 Air Compressor 151-1 Aeration System 15J-1 Roof Ventilators and Curbing 15K-1 Ductwork 15L-1 Air Inlet Louvers 15M-1 E1octric Unit Heater 15N-1 General Electrical Requirements 16A-1 Wire and Conduit System 16B-1 Medium Voltage Motor Control Equipment 16C-1 Electrical Equipment 16D-1 Lighting Fixture, Switches and Receptacles 16E-1 Equipment and Materials to be Furnished to the Power Company 16F-1 A!. ' 1 j. 3r 7+K s ra a1 s r,.'~ 5 ~'9y d Y 8.° DEMON, . " INTERCEPTOR $EWERS~- ' =SECT ION two v 6JECT NOS C 40.1188 CONTRACTS Ai AND C ADDc D M ~$Z Bids to be Omlod; 2,00 pain., April 20, 1982 ' Attached &i~6, Nag6 Decision Nbr.. TX 81.4050; de NO J4is`'i0, 1981 for i Heavy" Constructioi► wage Fetes, shat1':be made a p'4,f the Contract,Docu- ments for this project. a1 t A rl y° ! "~,r o f Y i. . ' V i 1' r'r r $ddirx,sheil acknowledge ►wcNpt`,ol~lhis'adcl~r s y r a''': I: ,4 thM Proposer , nWum in 414pice p~Oti~idedin F EEO AN NICNOLSr INC. ' f rout th 6dgihws.4 R k~i R r ' Rr u 3']~x1 e ' Y t 0+1' 1 , n t Y y` U ' 4 Fr Y~r+~ ~ • v `f 3r '"r Y f }Nr 7 . t •r J ~y.YY. Y•/~ , Y, 4j T~~r /~y'Y ~ j~~.. 'We~•~b.w•n 1 , CAP Y' a..s r,`rr`W.a:t ^ir ~1'~t~'~"•(Oz~~w V~+yt ~ 'i~ ,~ry 'A , j~ ' „i .wu.e» v t e 3 fr ~ 1: b .Proje 1 +w,1 e, fere~' 01 t Y . Gen , t' a a , r ..Y... _ 7 r ! 1 L tlemen t~ rr,., ♦ A,r ~4. rJJ,._ ~7N. l~,_.. , u•~, ~ Y r" , lho bpir-i cch Act "(fib Fir' '35.4as 5f t Gt Yalidr f+a e'decteion A 4 1 open r (bOL) A the contract speoitications betore'bf s a, openedind of ectiv'e h A <4hAr ~ lcont ct spw rd ry bi t, f r r" fd ` 4 } t~L , y wa$e dbci tip=.pub ,jtjhdd-jn.th* Federal- Registep,ere.no a pip p b u li'sed'eai dec s dip g 4st, ifiCntibn! s l,~si ttt dA t ,idP ,to, pt ' Nluded In : th•! cpnt+at't s p6~'4' ~a`nt . Ir L y M1 N t .,.w.. ~ ' el~ , ha ecific wpro act" waq a drat:icnY Riti4issvid,byy'th#,bi aeof p °i S, i ^t' 1 to 1` 4 fve i2Q Caliknd"d s Mgkdi ca tMIS protect decisions must b6 ilid ' itred iyd 1,1 TDWR ten r ts~'u nd~ ~ days priar to bid openihgo k, , It is HAND"AT R Lit i7of~ly , KIpt edv s 6 bid~p1h and away 111i so We can i ntor ' you`tl p i cabl 'iaTes, , final0, 1 n : i!~ die wr, 1 n the t ' . be done by ddedi:►tck"s2t t aPeeit cations may ~a ; y ! R G' l I N A. ' •.1 .v 4y1 Al ~ r i P O ~ 7~ 1 w ry,..wi e/ N ~ 'r 1 YouCirie8 alert ~ t tat i ~t , r,. n fie pt • to p , ~*uired~ t}' nded, you must, submit your request and avidence'ot vain rates from labor or contractor orqaniutims or indivi ual Ontrutors t wi t a) NM"6fY ~ traetOr,.'c on „ in b)iLocation`and type'p~ consti ~ctien (c} wa~a w es within tech olisalfiw l nd.nuji*r 4f emplby." paid at etch rate, You Must :Peck • ` ,Vol 1ss♦uar+ee,o~" thf .4iMcire~on cant wish rates ~y the nau~n►bar and.¢ate r. .:.?r rit.~ {ha~y eut'tt`, .ee Yi ++d, to a ra+~ ~k~e ,x 4" Oki o o cislon A, ` fssuanc Modiffiati r~,t:' lttutint~ _ Kind o1~ Rate Number Rt wpAtt e, ~t 1[, 'r' .k J O1 f 'N. . y 1q 1't T e;yl , A i Mitts noy ~Er~laswrll ~Qt,Y 71Y i~, d n l • Oti f' c~ I n,x~. i~~! T 17f' r' fjy 31Y.7t1 Y Y rmf y i y i M1/Z n Y. M1",r I ti r .'y,A.' i~ v, r', Y 7i a.tl E` ' A9/ 64 A, A a. .1 Ai. i -ILL ~F~.+ 1 ~ ~ y . 4" Y ~ ~•'1-~,,. PVC K ~ "A ° 1~ R 1'j r ri' SIJM1I DXr y~~D v 4 ~ AAA t ~.`.'I. 1q, •1~r~ T' . ''SA r tl',~ ! D, i a~} t(1°J I rt 1 f' v'n. i, 1 d'J 9 Dt ~y`: Ail, IV, C!3t ri. d^..{.•{.'1y tiY~s P.i i' k do M~t~r~~ .r~iMw q I.,~ ~'~~RI+~. ':a~ /gyp $~.yy rt., ry / 1 / ~ . . . ~ • / . . ; ~ LLD r . ~i ~d~r{~r'• iIw ~rrrr MRM~!!,n ~1!,1~ wltyh~. g ,aa~s,a:,~a,,., fin n ,;"e t E' ax~at; ~t ~,~~•~,~asa~'t•~s~s~x~~~~ ~~•1 :-Jtar~t- a ~51*14 set iii ~1)~tff'J J'j P it p ~ II~~~ Nit Jill sl'~e~~M rips i`9xti g+'}r'~ylaJ„//d, t7 ~ 4. M 111l~ • N •~t~~t~~ .:.!',1a ~.~~T~Ei7J ~iD3Ett , it, q r , ~o~ ° ''l t~7~KgE chtti~ ~cJ t t'~}: ' ` it.~'t7,tn# 1,3 r?J, ' 9>;.sr a tai rnn see ~ bf r~a 2tJ9 `S;rf~yl~l" btd red AO I r V r t+ ' Jt j5, wf? t+.~I# ~'t } . tS• 'rGE t t lbi!B'bfl& a At fqt s dnqu Vrc: 7 t uaY, 9.t l,nrY91'sii • uo,' r ~:7}J99i . G r f ttr~Jf x ,f~? L',!n~17 '~fl(}~~ 7^!!1~ ~yf%a!7C~fSY?11!]fi$:1n~~t}tV~ ~~tEi l+1~9't ItIC~)f4~112 I ZI!!ti1 1 e t''+.t 1U 2/lpF1~It,aQryrJ ~a~'i1:;jl1C1J ~a Grp ~bl ~i1tW0t12 ?'rJ?`.5 I r 0 IC,!Ird~4 1 . 1 q } + eJ gIEYt f~ ,lcUtJ U"fyi UJ ~i3 °'i 1 ~JRiD (10iJW).i { } nUVt?F,st~tzr~#1 Ei.~. n litw ~9 , ± h! x:116' S;,;D!(1 9(IJ to trj :k.l 1 voy t, (),I ,(t:E:~1 iK btvj 7Mf':;C7~C~rf,I 10 7y~f:tU~ ~ bctf ~r4 boin QJ bibh'tIq 01_2914:'1 uc~~,-~wil ngt~lCDs f; yid 1u yan6u2zi 1u a:` eel, Tud Iv.vc9#tj ZOW1 t y .notz~ s4~~ ('#4 91 n4~rrE:9q to ~JnF~E s~rc~uztl not 16j) 1 ,.~K D. ' of El] a- Ar'1,00 .D ff14 t3 • ....r:..-+w.r......~.,.; ..-A iA,..w n. w.t+....:.... s.~...n..M......+....r,.e-.... +.yw++.~,Y.a r.....~:.rF+1n.s:+•+,..A~w. ~h .,.:yi.._ .«...w..,.,.r....+..,.,...•..w....1.+6. .n +~4.n,w+.~r.,+-...-ar~....w. ...,wL w.r.+.•.~.wa k ~ ,}M...war.,iu.-~r..v.~.,...........+.-a~.i..w+..w rr.-iw..w..n l+-~r.+,+ +..(w.+ •,J"~. ,i i' ~ - , ,.rf.L:.»..•r.r.!....:-^~~~+w-....n..~a...-.r.p....r . ,...K.a..,.w...:......v.nr.-. 1• 9 r: , NOD r r r ~ ~ ~ ' ~`d ~~~lt tj~ir~ ~ e D yp ( y p~ (yep} Dy 'li y , 4~ n !'11 /i. f It~ Y 111 rA y ~•kA'~+,~f/ IN~ fr]!~ r.: 1/14 r c F T. rH A ' SL r; . X 1' s, u4C~ F d , Y a "~[,s hay T:r~ w., f~(I ~ ° 1 [ ~ i'ti: i s~ 4', ~1.•i 6 d.?'t , ~ 1.- S ~V Y'IP a 'j fi~ ~ - y T , n if 4«~r 4! r S I r 1'n rti tt K r ".r r rf r ri NPWFN Yr±nw±r r♦q. w ~,uM~n Z~ I4 V+, ~ L4 I +Mkn q Fit em if "'i 1 34 "1 U "d go; j Alto ^'r w 'ti + n ^a . 1 V . . 1 M a 1r YAr VV ~,r~~ti iJ,~rr~ wl M !Yl rl ry ♦ Y,~1y NYrVFi; Sj -j till q,j 'y a ..,SFr 4 h 1 ~4'i 0 1•y, f'Ir iDUrsi 6N ,".nwn►. i, u;. s asCr„o .r 4, i, a %I,au.%.~nrrtw t ti Imp ~ r ~E ~ : ~ r ~ 4 ' ~ a: ` . 'Y "r"C..,"7~", r ~y.!•ror.....,...~Yi r:' a M i [ 90 lol- 4 1114 //f v 5 rr M1h n,~ ~o- r If tit .1J I fill iii l i f t Yt ;~NvN Gq Ai, r Y 1 4 If! 1j' ' I ~M c ti 7 f d.. I• > ~ L r y 1 ~ 9 c "A 1 • ` ° ~ r w , ~ ~ t rl Y yl ~''a . u ' tr♦ 9' ~ ~ ' r j { V r• „ 1 ~ F. 1 Y l~'y W y'i 5 1 l $ ~ r r. Y. Ir•~ r.~l. ~ ra vr# ✓ 4 t ~ ~ i ~ v 6 r b• Nt{~ ~L' 2 * ~'k w'` tfo1+'~~,'~'E~l',4~Cv,~lli,~ rtti# ~SIEpi~'I~ !''~ts~f~~~~~ "1i1~'~~ ~ I~zI'~d„~~~ ~4~, -4NT'r sp& t rr....y. ..y...n•.r.. yr r . ry!' . , n..+~•.•.... ,1 ~ I'~~jre { M tt ^y $ ~ .i ° r +.++nr.r ww~»» ws+r+..r._~w....w...,.•Y ` +4+0:..•.. ..,;~,.pj.rwM+Mw:.r , !,yr ae' VV01 r 40, N i r, tit 't a VIM P NIII ' r' ~ Nxlr~ 1l 1• . ~ ! +Ir 1 1 f I # R ' f .K r j a . x: -0113 i- MAP; j•1 Jr,Yr,~r~xi~ it"~ ~Iwllf..~~itr~ !3~~~ir~S~f; 1 f~ r~~ ~ ~ ~j~ Ir" '4 N ly t >M lti W n M ~ ~ M •A i P4 I • h h W spas ~ ~.s~s..~~„~a..~~:s~~s ~q R° ~ •iri,#,~i 4i 14 0:1 l Q 4 w ! 'j .1 tt ^kl r .I ,l\' t : t 0 wk ' c Its pp I !+1 1 + h i (i( p 9j 'rr ~r h~lq dyj! J 1 I e } ]wr, l.. i P » ~ Tl fl 01 r M ~ 4 ~ w 1lnr ~ ♦ ~ 4 Y, 60 w r A l r q, ~ Y^y/ 1 I e r 1 1 ' 1 t 1 ~ i, Ca iL H l'~ Y r•, h~ r. 1 iv y 4 h Y m y y s, tr' Al l in i' r, oop PROP T51A . ~ x,,., t / r I / 1 w.hrlr lk. ,PNI 1 I•IM i s 1~ " r', ~ J 4' r V~ t t~~... CI ' era rr r+r M1. jhq M1••' Ir/ `fi, Y' l• r 1 r' I 1 1 ~ ~ , i.t ! ! f 1 t ~ Darr rr~ i r 4. ~ r1 h ~ b.M ✓~4N ~~1 ~l r~ ~ ,l ! e ~r y rr ~ ~ ~.1 ~ } w.~ w+ QV W ...nw •.f'/~+ y'+.~ Jn~n r~ .r. .,r : `J, ~ 1~ ~ " ~ , ~V ~ i~, V ~ nIH 4 ne r t': - r~l r P ` t T 3 e. ~ ~ ~ ~ ! K'. , Y' dfrri,I l rr,', b i:l, tfklw I t, 1 , yt' N T ~ l v i • r ~h1 I ~ two.•:...q..:..._.«..w....nWx,.. sw..~......''y+~y~'^~ 1~•µ~~' ~ , r. I 66 0:1 .s 1 ~ V G1w rNliy~ FIN ' 1 lllr„ / t A',~ r. ] q • 7 r t' r ul . •l i 'i f' 1 : J f / r F. r. ~ } , 1 ~ r1r' r?~ 14'll P , . ~ p r n) 7 .1 ¢ u W 4 . ~ i ♦a ,p . ~ YU M #I p au•. : h 4*~i iC1w4 MX A~n~ pp rr, ui1~ ~ ►,iw : rr N'~,~~ J ,l my f> ~ F ?'.Y c ~ ~ r yP+ r ' d f .A.A ~ d 4. ~ w ~[y#{ l~ji Q r/~! Myf ~J ~y i to I QI Y #I C.L /31A ~1j" . I~ Ut,it ' ? S i t NlP~wy w. ~~y ri W' S1j7r r, r TM11>., r ! sRiYr~i ~q 1 I ~ M/ YpUrY° r ':x 1 ;qy(}lxC•IIWYxr`."4~ ' I 'A d ~ h 5', 7 71 'T T»L r • tr~i i ~ l,c` uy/.71,. ~ I J A L lS Ll 1, ~ v. SS lY ql pj p t I~a 'Ir f':~~~✓. ww i.'f,~il or l+I~flYp A ' 14 Wr t1 Ir r SSA WIN o_ 'A ~4+ 4„ P4~ ~l Ea ^ V °tpe C r~ •~~11. fi y •»..It ~ 'I~LfIFF yl E Y~ ~1 + ~ 9 • ~ ~l? ~i /t ,r ky 1 ~j.1~ , i r ~.Y•.ti ~ ii K r yg.~ 1 +Jr~~r ryy CRBc'" I` 7 r f i' P t 1 Milk, ' w r iAF 04 t r !f 10 • ploo ? 4m '0 4 e" ff`~~~~~~JJJJJJffffff M 'r 1 b' ~ iyr' t'p tt~~. ~ f AY h h 1~ ! , 1j T U PEI r~ I.!Iq p w r . j`t3 f* ,1. .~~i +t}~>h ~ Z~ .,.`Nx ~t~ Iw•'~~11 ~ ~~ry • ~ I h',,. . • r r ~ • i JF r ~ ry ~ f~M~{ { V Y^V V y l 1 1 t M y a .r Y4 • Y Y M • V n 1r r E r r. ■■fj +s ,yu tl ~yLr[7 tir +.1. yid%. =i ~ ~ " y,•_ -1~~ r CIA wi'. ~~~C 1,q~Jl,ir 1 d1 Jf a~ 111'71+] (~,i~/w ! ~•.I♦ 1'T x~r; ~.w! r~~wr ~•1~~w, J Y AV ~FM r K y. Y T~6,' j E! ! 614 14 04 lot 10 Ab" I i~/ y F M 7,~^ lap. S w r rV It . No% AIRAW1,111II&A"ll lid w _ ' F Ya V i ~ ~ F ~ i ad t o M r' (3 Lit 1 . f •,,w AM + ' ''n { l1~~ ♦ ~wc x~',~1 111+~1`1r'•:. ~1 4flF pf rA N, t1 1. ^1' ' r 1 ' r,(I f xl~ 16f♦ M ~E•) rl, lfer Yrr'. .Fhr~ s~ ~ K7w • ~,1~ 1,. iIN ~ • ~ l'. '1 , ~ y , r,~ ♦w..: F y-t--r... ^.tir..Z. ~...Ai 4~ 1 ♦ V t • i r. + r x~ . +w r 1 .0 k 1!' + 1 r e Y ~ 14 r i ~ ' 1, i' . 1 . K ~ 1 r ~ ~ r W ! ~ r~ r ~lN I{4ba tib i fir; I,' r~fj, ~ t ~ ¢ ~^2~l y( f { W :R)1 Y ~.`1l I j A~11 T /,'l4' .1~~'+4'I 4 { ,r l 1'i yl I y , ! Y 1 ~ S'i 1 ~ y Y ,i G y • ~ > • 0t Y.i".Q dl p ~ Yr 't.. ~ A ~ f " 1~ A ~;V' . ' f, r" ~ n~Y dH rti~, ~r y~arAY. r ~ ~ t '^r, I"f 'A tI{yY ) I 1 d1 Y Y H --zs~-~ / • {{,TY."4 ~ : yt~0 0lv~ 'fix x ~ ~ ~ .`h ~''a ` ~%Aj A IPA ~J:111 WO AMC ts 044 , .t ~~M~i~ ~srr ~r~ .111, _ /3/ 4 Y ~N0tra`Sa:lIt"I gas x r ~ ir~v~Sl~rw `ii ri3J, I`'J.vd E 1111 7 ~f~ ~»r,/ ~ ~ h rya~ ~0i er `j 1 /`~.I~L'ii~r~i~ • V ' ~ .ai~ 'L . lr't p Al. ' Q 1h~ rV 1 ^ ! J f/ • f Y L 19 l.. Olil '1 ~ a+VA Y. w' ~~it 1 Mii i 5~.p.y~~~+~ , !~"~.11 { ~1 L ~ i.: a., 4~~'i'# a ~v • I•»!'.' MMM'. r^.~MY S:. i." fit{ ~',I A~ IA »A A f + M I ~ S ~ ~ 1 ~ `rtI Y~ nr 1. a. YD f. } /w 1 fl ~ 4 ~ I .y 1 1, . t y / a A A, 44 iM1 ~ 'f Y IF ~r~ 1{r~~ )f I 'Y w'h r~l w n 1 f, w is } ~r° 11 ~ .,,N, ..K...wf r,.w,q..~++t Y,... ..w;...r •.y ...-..r' ..w.,,..- a» :n ~ t•i, ~ 1 1 Y~/~ ~I ,~.''M 1 +~MM✓ Yh'M' :14:7 ~:r` At, PSI 0 1 r Y }{~t a~ t~ a^, Y ~ i . • ~ ' '4 1if~ ~ 1 ~ ~•/~~~~"!'.1,~~~i ~ • aM ~ J V Yy i 1 AI .Vww•' f•! 1. '!q^ ..~w»..!Y..J.Y.»,««•..x.n.w«t,+~r,.Y...:++-r.-M+...an»M+-»nV w T. f ~ Y 5. 1. . j ~ r • n I V 1 ..n ha M wm Y YY r i r' 1 i 11 4A I i fir{ 1,? a ~ ~ , e ' .rlllrlllgyrr I ~ ~ • r ~!!tX OMB XS~•/ j✓ + V gal , J . I w ryI ~M+ , IfI r .r ~.Y A AI 1~ PAN;,f .V 7p. ~ ~ i^~ t J Cti:Y°~~ A riJV♦3jA d ~ ~ Y . i 61 a Yi ~ ~ I j;~ ~ t t ] . f~ Syyss G y RRRRRR ~~TT tit. , Why 1. I~ I . p r ~l! i w' t, a All r~k ry ' fT 'a P 1' `1~+' I, * i ~',..5~1 i~'~It } ~F r'1' f e { 4 zFjj . / jr ! y ~ A I'. 7 1~1' ~4 ' ry•`J,; t d S Y ° r M :d7. . '9^I 1 : k ' • ^'°11 A I s ,7:' •r h i >~n s ~f I, I.y S..°• Jl~[w r JG tlud~."rlt`r. e.7~~^°~ ♦I ~Yr ~f.~~"n'~ •i . 71 ~~~dn~'bi✓f~ I,'tp,. 4 • " t+ll " ~i'~ 1 L.`! ~,iN ° ~r ~,3 f ~t 1w Y Y v r•' T~i 4~ 1i1~ ^ r of Jr',..r • : J I , r.Tt.£ 1 r,i ;i !lI,~, C G to tr. rye ~.y 7rr► S '~~°yy rwtltFw ~uesM+l~+w/•. ..nvs ,1~1a- r 'r' 'M1""'1`"',~., ~•Att • , MN I IiM ^*•t9- ,rte N_ }~+,ti _ 1 ,.f ~ f.,,,,. ~ .,y ...~w+.ti•+r....•. .,~+wiy,l-~. r•K,f...... ,..p,. }w-. ,~+II~WW+ I r I • ~ IA ~ Ij »P I, .1. ~...1 ~Y ~11~..~~e}. 7~~~~ ' .~1i , i'. `mow i ~ ~ ' 1 TfA 1,~ 'Q r 1 6 -441 3 _ . l,lri,. r:-w..l~.ld Iir r'd~-1~- •i a i~• ' ' r • N • .y t ~jY 1:f N ' Irv 4 h r. Y , t j IN I. rs +lq rye }=`r7f ~,wnl A /1;+wy 1 0 ~411 •l11 y, 1'°. ~ r 11 y~yy~4 6~ a py66 i ^ 1, 9d ~ • N d ^ 111x~ y w 1• y y `g! r ~"y ~ VVV ' . J4 jy+"RV A 7, VN VGJ'i 7iT WJC.J~~c wy, y '.1 w•+ to In i?.)~~~~~w~y~ntirMi~~u v JJ ~v d! ~ t 1 ar V J y N n vl v JO )nI G 1 '.1 t! Sr , t- 1 ►o u M ark q aa J U. O R B.h w4w Vn,j'. V J U 1i Y W A-i riA~7 k~..1, AT .I +.1 JrdA4l+(' y ) UAI~7•Yr? , NN tpy i n~' • I y i d tl ~'~Yf 6d, g ` "R~ ! rY~, r. ° it °,I~ I 1} ~ ,~~~''t ~`~~==`t~"' s i3£! +r. i .*•1 ° ~:14~'~' ~ ~ ~ i 1 11' ~ ~ ~ rT l' °~1 ~ ~1~1'}d '~ii,r }i u ' i~ ' ~ 7 ! ,1 a: (~I ~ ~ i • I. r l~ 1 I FT, 0 tN `1, 04+ 1J!43 oil 't''' 1 i,~ ,1jw" iY 'i~~r{ f+11i.~ " y V I K ),h 4 ' i . s I . v A b N A n Ix ' h fsl' r v i' fn !r y;`!d~►tl~ .vynv iv 1h1 P. S4~fi1'6 11 i al ~ +iwJwJ I(Jl r Y I n ~ ry 'Yj f k• 'Y. C t a N t. .y 't 4 3 d t..v v r. .yr ti fe w a r 1 lr a- 1 "s. ant { k 14 ~M ~ i.~ ~ . [ t~~1 G~~~~ ~~'4 ~ ~~.A}~ ~ 7 7 •,.y~ 1 ?y%f .MVyWt~" ~Q ~ ~ gnu / 45 f` ,rediftl wow, I Vol. yo N.. .wy 4's _.+-...t...♦..f." .-.:/.W+"^..r- ,..r.. r. Y... Adj. )r la,. y, r - nr ~ ~ i /.nv 'ti A ~1 it ♦N ~~j2 >t r.. . . ,'r r / a.• • t s n~ / t }fir ry , 1 I i !N . • t } 04 r a 1 i a I • r • ~t • ~..~.r t .w> ran ._.n- . a !a ; i.. r.. r pQ .err r+ + 5+.; ro ,$.~.:C1 ` 1 W N 1 /''II .,fin M ~ Iy • a f.r ~ , i i •-i ~3. w f ...dw ~<~tN ayl1l~i~Y1N'Xlrrjl .•=#~YiM~~V r 1 1 ..w • u X♦ 2 7 tit 1: r V r»F h. r. • 1. l f)+t d ♦1) } ~'r 4r<':~ ~[1M~ e 4 N Y `r n'i!■4'~ ys )ICJ A ~ s r` i4, r/ Yr if•M1 +J/,„~.~i, IJ1 : ~S ' ..j+\~..N u•0~/ ) Ire YY L • . y y N ~ I ~ r 1. M r C +'i.i11a ♦r♦JJt qr .i rl 4 yP`, S s - } r al ` rw..'-„+•~.Y. ; -i.♦a...~....kw~.+....wd u«M i ..L.....; r^. hr 1 nlaa~y .if 3,~N !}w bnA. 'h to .rl ~ yy Y 4 > " a ti, to 'i.,•ro+i9 4 O An ..uN ,aW' fl `~p r 1 1•ei rr MV J i1 1 d `DLO N;w / /bl y Mi a w.l 1.d rjS x{ i Ali ~1, l~ uH loo a rrw 3 ~x '2$N3 R! Q . fe µ y r l M Ili ' ~ 1, ~ • j r~ i1 f OM Z1. fAv ~ j3 Y YTt Y N~NN rV Yr 11 I• v C, w !.+1„4tRYl p.r .fI/..'• w v\tf "M1 Hi ..f 'fi R ))ee ~QQ~jj g$ i. .4 f T 1 s i0i Z.lA w a• it ray 5 N,r L nr L f1'. a , 1 S w " it 3 y 1 f i took 10 a. r+ i3y ► J _ ~ p un '@: r• a .U i~1. •~.u ,,J J 1~ ~ i Dyv C14i]~Vr wyr V~/ Vyy ~ .r`' 1 1 a i N Cu Y L 10-4 •If1 .<it! ...n I ~y Q a IV N Qryp ~q ir- .v EG Y 1~ f<+T al 'y~/ . I/. .1 YJ ARd ]a AR _ Y /r Y.,Mjt `y N I Ol~.;~ MYM r.'wr .Y •f ~ jrC. r J r r 3»' d ~A*~1 A~w~-Y{ ~ ~ ~ p~♦ .ww t fi J~ . { q J w 'J fff r ~ N M a i 1i/. G ~ ' •YY V . ,'~f V V y A ~ 2 ~ ~ t r . /D •irwM r~ 4 • !,7~P~`°ne aP• i 1 ' 16 gam; +f + + rh 1 Y II V, !V I '.1 r t 4 ( rte' ! ~ ~9 C IG["5i[Y 15}x` . 4 FS'j 4ni."`.~.. ry ' ti,. aP , 1. ♦ .R ss++ r~yya~ , , )Ff 1 '$►'J , a TT rejJYP .onn±wi!>!` lrti ir+M1+ ~rr.r.iat+.MV, .,yF..iii.,,....r.....~»+.y ....J.w,.w Y^{aY>+le !WrY•M~ f 1 ) U J ? ir > P { J /i 1 1 V J J At : J rl J Yi 1 s♦ 't' r 1. a Y, r r ~ T i J, J h .I Il Jr V y' p J „f h J'. i }J u s i-.r s A J' IF ~S,~ ~ ~ ~ rk~M~w111~'~L i.N'~rr~ P1' ~ ~~`'~M ~i`.~x Ey _+t ^e i1 ✓ 9 J~i r, ',.rn 4 ~1 ~'./r [{y1 5:.~ iri ~ Z 1..~ W E » Lam; ~ ~ r '1 ~ M•b~J ~aY4w3 r t''-x,r A~ P C i J •r r ~4 (iJ.~ r 3 ; 14 I wh t i JwJ ;,~H Y p .r f J ~ M E~ ~ 1 t~ . ,~i~ : .Y 11 ~1 aS • oe r V't r 4W T" EM.~. ! ~'r , 1 ~ t ...i ,....mow..-.. ....-.nwL 4;.....,.~.....~.r.,.. „J ' f , J, ,,k i 14 Y L6r,. 1►MN1 t r_N ti~ 1 ! 44A jxS 1 S w[~ ~ ~4 ~ I'~ a 4r •.}+r ~ ' y~ F d` ~ w ~ 1 f 41 ,r . r 'Y'~ a~ R,~ ` , ti'.~ ~ ti{ ~i~ y ;•.I a a W! Y Y p~. ~ ~ f M, 5 l J• N a `r rt y Ny • if 1 J ! ~ r i • µ } ; ~ i . 1 ~i. .._~~y,~~+~{+~`r 7?Y^ ~J Jw t y .i Y 't ^y_ `oi._,,,_:Wy. + 1 ' r r r . ~ s ~T1YRq R ~f / • r~ ...,.1,.'1. .,,.19 ~ ~~M ~r f y. 7:~~~ ,gyn. • ,1 J f ~ L Vy ~ ~~y~ :i7 48 R i T. 1y~ ■ y/ ny, ~1 ' . ~i.i r ~ t k , ~ ct y ' .L,• r r Ja ~ a~ ' f ! R ~ • 1.1~ ' II ■ ~~~Q ~ ~ ,.,j 666 s I/~, ~jg11~ YY if %P M 1 . 3 X07 S 3 ~jr ,)y 10 J w tJ ~ L U r ! p; , _ ,r. ~1 y rr yy e . r r4• ,ytir n.+.«. ~ 1-.... ..w-... ...~..--,.-.y..r,... ..,y yf'.~ ~ • r k f y { ftk~ r • ~-~----R+.,il-t--=;-~.-......rte ~ y,,. .-n...4^n-^.1+p1•r.+~..-+f -r-.., r......y_.W. M......,«. ......-...w.y„ ~J y:.....~ , 'y,r r. fa gr..SlaH w ~ 4 a L r. ~fj q J t a.,:' . Sj " t I l .A N" Y h4 i1 " 1 P.1 -1 V I Ir.VN 1~{~ ~ 7J 77 ,a 11 ' b 7~ Yn M+~r ~~rl~J , Y v ?I N i r w awal; ~ ~ y J {5 1 r1 ddM f, "!Y, Ge..~v n1jJ r; Iq1 L ` i I + Pepe` e u 1u - ~ i'4" ;IY d = ,i Qxtk ! , r In * •f'{S C 157 ~ ~ tF I 4 Cs ~ ~ ` u Il~ ' r~_ [ ~fST ~h, `r° " ~ ~x t i; + a .a^R ''~,~I I 5.~ .r '1 ' :•~j' ~'4 .r R id i , • ~ ~ w I~ ~ ~ fir] / Y ♦ Tit ' ~ 1 se ~ 1 Ift d 9 + C . f ~ Y q ,h Y ' A (4 9y ~I rl I ~ r ♦f ♦ 4 I i ~Pn, i t 5.'. r 01 . 1 ° + i ` „I~!,w~ ,e F` _ , Y~Y~•. n 1a i1 Y' ,?'r i C! !WS I ~ '~f ~ Y fA ri ~ r~ c ` r • v wy rl. i~~{ t ~ f , a is~ r ` r , F A }7'"t Ira" 7 7- DENTON, TEXAS INTERCEPTOR SEWERS - SECTION TWO PROJECT NO. C-48-1188 CONTRACTS A, B, AND C ADDENDUM NO. 2 Mar,.h 23, 1982 Bids to be Opened: 2:04 p.m., April 20, 1982 Attached "Region 6 Policy Statement" and CG-244 dated February 1, 1979, shall be made a part of the Contract Documents for this project. Bidders shall acknowledge receipt of this addendum in the space provided in the Proposal. FREESE AND NICHOLS, INC. Consulting Engineers March 23, 1982 , • ' 'mi'l ~ . VnIVO Stile{ A.y ,p• y t, . .+Iv~ Lwrtv,v En.nvimtna Hol,n.0" t2ol Elm Sit--I A n Jnomt Tout, 7 cv _ D+'In 7x ;S?'p t 5 14. ca E PA REGION 6 POLICY STATEMENT DATE:, February 1979 TO: All Prospective Applicant!/Grantees for uasteNatar Facilities Grants Under the Clea6 Water Act, RE: Region6 Policy Statement on'Mfnor.it BUSin4Ss Enterprise (MBE) on Envitormerjta~ ProtgttIon Agency ,(EPA CrAnts #or Construction of Treatment Storks, President Carter has recently issued several polic stet, GovbrhminL Agencies 'to expanding t}i'woik done by Oplt ents which commit' s EPA:Adarihistrator ardl 0eprltyAdminisf atdf, Are e-ntolrragfngn.mposed,MBhe participation bh contractf AM 'Subagreednents drd.r~Qed,~ndcr P grants for construction of publicly-owned treatment works. Region 6 also supporti°,}his;Poft `end'-t3`strbhgly"ctWKitted,to it. We have ' • Initiated positive efforts to ffor n r~• t { :"?•'r~J r participatelas"Arthit2t OM/ 1 iQir4 ~i ~?t n~1 {a js'Ftoo r~arrtq~stoandtsupPly " n;r(iTin~%oA EPA isiiite8 gra)Zcttf r d„ A,t. L'rrfq:nr5 ars r3;lrfs~ fiG ~~t(G3 Since the strength of this nation ll s fe,,th ~sjrSn% of all its people, r r 2. Yo A.ntend ;to, ut!•thesd a~iflt((A¢'MBE_ el6Jrc! f tie pion a goal for MSE •,.rv13r39q*P,al`,Liclpatfon ort Gate 40 i. Felaef "t4 • { t5 r~fthin a range of 14 to 18 • s~'; ,r. ifercent~tinvolvalndrit: 2 a:~r r~+? tr ~n n ' ..,,t+lt~i,,( •~ry~ h.7u99,tISTt t~"~yt'Q'7~Q5'h,:,j r: /•°I~fb'll.~GlCj'~6 73~:n'~(~rt".U'~: ...T'•~i.. Grant reef fonts ma set their own ~oa1s or f ~s d,nstrated toEPA-r' fa,:af othat~such oale'r#flt YOMt'~!h'dr~'`ac'c'eerpp>~~e^~e ~~+B+oE r,.*j3s ,nvandethe=MB ,re~ltiv~**''ts aY't diriUnicateo't~b'p ctive consultants and* ,iii! 3397contract0s befol'l: a~cEp`ti1{~ pd~b~3a13yoi bids. ,r.', I am confident that each applicppnt/ggr ntep cantb r )i upo t comply xrith:the NBEIregfiff•is0ht3 Ut;Ef~Y-4 -praffteg h g;,p 24 Tuesday lOekombj!i26 197Et;7alditPA;cR 18A 6 e u sufieFailure•todo !fi h s• r so may result in disapproval of r nt awardt Or ,v v 5 ~ a ~'.d •~i C+S'•,n•: '~1:!~ZF•f7^~ ~Q 9j^!1 r'Vn +r1.Ai M t : _n. y,~ pnloingsof p yments.,. ?o .Niftiorls','coneArAih9,the'fero(~~d~i'fib~`~~' 0AIl~ r r r brolvolivtotthe Attpntf6A'8fe E"P D,~F~tdOff cA'oro Ine MUL 5pe calist. be MOE Specialist is at this adres 12 1 PeTexas 7 The r;.,irrf; .teldphon4V(2141 76f~2944 61 1945 34 ~tr~4)4,,ti~~l at, Texas 15270, I??I *IOI 29 l4 ts9rirI b,16 •~r1i71.) r) J, 141 .'2`)f1 ~nU:?.7 "a nJ J~'7 (i id •Z~II These requirements are offectiVt1w Gil o•a"ppifca f rSf'; fn ifa'tiorf^s for bids L 4¢a);`ynil,request for proposals 7(RFP),r isfsu~eQ bl the,yrpnteo after s' ~6.<(15 d'T ~J~J41r+l :~f rh '7) n'!+'rp,~•,~e.{~%i1:7 rr~:, .r r )E' S~".I: .i. r. • ~/fi~ rujfKJl ~I T :e~ 11 i a•. r • q n y o ri y Adiene Harrison Regional Administrator G-244 • ~ReY. 2-1-79) RESPONSIBILITIES of PRIME CONSTRUCTION CONTRACTOR' on Step 2+3 and Step 3 As set forth.in Federal Reggulations 40 CFR 35.936.7, (9-27.78) and Federal Regulatioris Vol. 430 No. 24,8 (12-26.78), `the Prime Contractors are expected to take positive steps to use MBEs an a Joint Venture or subcontract basis on all wastewater facilities projects. Contractors are required to take by grantees on actions b~ offering fair, opportunity fors actual participation to MBE fiirrens an EPA 'asststed projects. tpvitations for bids (IFS) issued or after February 1, 1979, are subject to this policy. The bidder (fyture prift' coptractor} is,npi limited to put is expected to ',take-at least, the following mipioxny affirmative actions'tp•ektind oppor- tojtils:;fo'r, QE participation Lhrot,gh .,)oipt, ventures,'-.or subcontracts with the co'ntractgl-r; A~ t ,B 1T SFr+ DR10$iTO,8TD PROPOSAL:s ' ,..c t. , "t~ • r h t1 i ^ '1.~~ !,j a:i f•?i i t. ;')+f l~ tirli°'` " ns 'thastJ 1 " rim +f'.t 9n reQUirements In Federal Register,. .,t;,~~ r t z'l►d1. S, t10. 141, Appen~I C-2 ~9 ;,40CF& 35r9364 and EPA1°on 6 ROE Policy and guidelines are complied with. 1?rr • n' t rr of Fn ttri± Rr; n±,.,9s1~,* e~ntt , t t F E °tc ~n r . 9tgnA•3 t3 ~'n c nt i~,Qr, ty,;; u 04isla to:participati,ori"tthe'basis of ` I a~ `?i 3c s~ns7 6~ntriJ ) Qin yr 4raEi.9 Na94 1404 subcadtradtc`:(3): Competitive b dJ f -f rst two metho s f4i1rto "productr results); or (4) other appropriate method approved by grantee and EPA, r",+ dJ aA3:r3tnrt a' '1 n~yr tr.a, naa ~i?~S 1~E vs~n a3'ngt.-}597 Jnb7O :,r„;;i . riat3cyt~~,7eq•3~ruqil,Ifibal ITAxAA IZ,ndutthial Loumissi0n, local - ,f bns z7nslt~.:nny 5vtsa Pd'9.AN144,L.iopk,~1s_g0otfon,. o.fc4~&InLontractor ' li!!'.in "Popest effortrxto meet M8E.r i. goal rig, ~S ,q°s N TE;u'1 x~ (Qdkir l,( 3sa9P E+llntain3; a,five elate r.BE roster. I I-m11,491 ~'+'~ob,4a~^34afQr air i!'9ivi4ual StOte:r~r• Z. n9":lrn sA ;7,~ fl t' ~4 5 E~5 ~n tl7 tbYV1"}bets r14 ~'fV251 't 5'P Ci 11_ Jm~n , ma n~a~n indgqSubmSSit evi8ence of correspondences to and ~)I~g6 9 Ge `~tu7'i'8,ti+E gr ~isygik4t4o1scr11ti0uRdt9P 9Eior9anftdtlonsCe of Minority ~i sots>~94 ~u" Q 9Qc.4 3-_YjE 0'S:T 3 E`lii~relo Alf r a>sive Act0,141 coYlri9g ai l;oftprojdct, outlining methods, work opportunities, percentages, and timetables for meeting MOE Odrl~:~1 ttf~ f44i! aQ,AyOrh grAntee,,9„9 "'i"3"f l';37 9?°+!r dolt} 10 2~ 't:'raiG AojfiF"^ n'. 'r! ,rnutdf .tb2 y7 ~ - Insure that solicitations and Plan and Specificatlohtl(PIS) are made available to FSEs in sufficient time to allow for rekiew'of plans and reasonable time to respond (At feast 30,1d&y&),.,,;,j 1! 90 ' I I sr CG-244 (Rev. 2-1-79) .2. S. Solicitation of at least six (6) MSE Construction contractors for genuine participation opportunities. i.e., work o ere sfiou be consistent with MBEs capability and availability. See f below and page 3 (Mote). 6 Take all reasonable steps to insure that MBEs to be used are bonafide. As a protective measure,' contractors may require questionable MBEs to submit certification of MBE status and the reasons for recognition as an MBE. NOTE., Where it Is found that a "spats".MBE is utiliied, HBE participation will not be given for the amount of the "sham" sub 'co'n'tract. Con- tractors must take positive steps to meet the goil'via additional sub- contract to a bonafide MBE. 7. Implement the requirements in,,thi pt}Rs ind,specifiat nand Federal Register concerning MBE: B. RESPONSIBILITIES AT TIME * SUBMYSStON`0F 91D , R' OF05AL: .1. All bidders must attach to the bid proposal executed MBE subcontracts or certification that executed subcontracts or the information shown on CG-245 Form A Part 1 and /or Part 11 will be submitted within 15 days after the bid opening date. Where a successful bidder has met the goal of 14 to 18 percent MBE participation the Grantee and EPA may suspend further documentation. 2. If goal of 14 to 16 percent is not met the contractor (bidder) it required to submit documentation to EPA as set out below of his efforts to meet the minimum requirements above: a. Document, maintain and submit evidence of correspondences and responses to MBEs, minority construction associations, and locally funded OMBE organizations. } b. Provide documentation of the type solicitations made for MBE participation, i.e., nature of work required; evidence of how work was segmented to accommodate MBE specialty, capability, capacity and availability, and dollar amount of work offered to MBEs. c. If an ME subcontractor is rejected on the basis of the quotation being too high, document steps taken to negotiate on the quotation, Include letters, phone calls, meetings, etc., and the results of these efforts. (CG-245) d. If local or in-state MBEs are not available or will not be used, document the steps and effort taken to use outside or out-of- MBE resources. e. Evidence o t e steps taken to assist in bonding for MBEs J P a. ~1 ` ' Y ai' L 4G-244 (Rev. 2-1-79) -3- where MBEs are otherwise qualified. f. These requirements apply to ran MBE subcontrjotors.who have subcontracts In excess of 310,000. 3 'Review and evaluation of above doc'imentation by the EDA MBE Specialist will be on the basis of.demonstrated,"honest effort" to comply, Additional 06titive efforts cr technical assistance may be Suggested by EPA to meet the MBE 'goals. Attachments (To Grantee) Federal Rg91ster,(12-26-78) CG449b60 F6rm A, Nets Cana Ii CG-246 Form 8 01rectory.of O.M$E,Fynded Organizations ' ~G,: '.1~, r~'y.. jy~v. Y • ..j .,~'J~r i~.l. li .llY1.. ~Zf S L~ ~~1}q'9 ~(i~i ~l7 'rv fJf°Q-.~li") :qZ n' "~t~a7!'r. ,...i) ~a !~f°c,J2 1.,.';'IrL':^:d'1 2^."7Q~h4i ^i25'll ~"J 3'j X37^$i~i'~a f;"~'2 i'l~ f`r: L: ^I r".i :ii!^l•';, C~~ .~i - r 2.1'sT:Sf:C.~F,'a.11Gf~~'J1~,l~i1J.9 4~17r~^fCf •21`:' ?4ihf:ji8•'S t;1L , .rr~~r.~:~nrG:Yo :,,a~;~ ~,,•.,r? 'Yf f~..~f t~~t, il;~ "J i:2°: ?!1 f, Kli lrif t v , • i r. n . ~ .r . r ~ J s o .1 , o Ca n a, . K: .,1) yb~sali A 9 1 r w 'I '7 I„ N Z !1 "Y'u J ri 1 , _ . f"~ r~ r '1 r. l; , ~Yi}~i':.'r K,] ~V'1 r`,f.~. 1'i •a n~!~~0'i~~~"l~: i.-i . :'9t' ~!N 1"f YI w7S~, .J !ri~~ 91. J10 ,.:J~:`'., n'S r. Y^ J~, ~;i".. :LU. r'=~'. °.i51 4,^I f'Q;i br Zy5?2`1'15"~~ '•1 i'17 :x :i f„'iib?f: liJ . :~9 :59rZ .2 a'i S= aR"hC7 ,2 i~~1 j9f~ 91vU~, ~E 1`lr; -i~U~' ri :I(} 1 ti~t']'6'~~ ~J ~t.'17'! [I tV fUl`)"i '~f .1~•'. , C72u 9a f!f'w `ti .,fd6fl.vfi iC~l i+15 tt7" `a-17"Ir ,p f:b.Of r ( ~r j ^h1 c ^lea~ ekG" 3 3 ~ r v~l .yr,d ~3 l?, a ~rii ~j r . ~'rr. ?„~f,, 7 ~~;Y m t, ~.u 1 :1 r r rr a . ~r~ ^,.r -Brti r ~ t~ .a• l ~ r S~, r4~. INTERCEPTOR S00RS:- iECTION Two PROJECT NO. C-g1A'-1188 CONTRACTS A$ B,'ANO C ADDENDUM NO. 3 March 31, 1981 Bids to be Opened: 2:00 P.M., April 20, 1982 The following additions and/or corrections shall be made part of the contract documents: SPECIFICATIONS 1. Th attached "PROPOSAL" (Revised 3/31/82) shall be used, in prepara- tion of bids in lieu of the one bound within the specifications. The Proposal shall,be stapled to the front cover of the specifi- cation book and the entire package submitted with sealed; bid, along with a letter certifying that Bidder will comply with all MBE requirements as set forth in CG-244, Addendum No, 2. 2. SUPPLEMENTAR C0Y_NDIT.ONS: In Para9raph 3, Page SC-3'., ,c,hange the t me o d"letiot from "550" to 355" calendar days, ' Each'of the three cpntracts in this, project will,haye a completion ties of 3015 calendar days. f 3. MEASUREMENT AND.PA)Xa: The attached Seption 1C (ReY104 3/311$2) > ound in `the specifications shall supersede similar Section. C p 4. SECTION,I5G - RAW SEWAGE PUMPS sti u e the following for.the operating' "data rtabh- GENERAL. Sub t t at one Operating Data Capacity Head Arive Minimum Max. Seed Service : N6. (GPM) F0 '.(TUPe) . "t P. RP ,4 1 Raw I 4260 : 190 i<'er i able 440 ' 12 , Raw 2 1200 Variable Raw 3 3500 Fixed W TM 5. SECTION 16G H DIUM VOLTAGE MOTOR COWROL-IgPIPMENT GENERAL: EQUIPMENT, T TO tE F'U_RN_ I Revise last phrase of first sentence as ToTTo'+a. s~ r z , } ~W, r'17 , 911- n 0. H l o {r : t R 4, gyp, . ¢ 7 17 - Y l rt 1 4 1A NY r ~ a t IT i W" Nj~~h~ X }1 v d'. 7P y4~~4Af r b4 0 .3 a( Y! ,e~'~ fy } 1 k.ft ri4\t 1 + l r liAy d.. l "j . ! 'h. R ' ' •Ek ..,."and thrit t3) motor CQNTROLLERS for contrbl of (2) 400 H , • and (1) 350 H.P. squirrel cage induction motors,!' DRAWINGS - CONTRACTS "Ail AND "C" 6 Sheet No. 20 Add 40 L.F. of Type Nl concrete encasement for 21" e. pipe from Sta. 513+70 to Sta. 514+10. 1. Sheet No. 23: Add 20 L.F. of Type N1 concrete encasement for 18" d a, p pe from Sta. 629+03 to Sta. 629+23, 8. Sheet No, 31:; Add 50 L. F. of Type M1 concrete encasement for 15" d a. pipe fro'e Sta. 7+75 to Sta. 8+25, f 94 Sheet No. 32: Add 25 A ape from Sta. 22+ 1 of Type 01 concrete encasamen! for 15" d a. 81 to Sta. 23+0 +06. 10. Sheet No, 43: In detail "Section A-A"chanaa 60 interconnecting pipe between manholes 31 and 31A from 12" diameter to 15" diameter. Each of'the foregoing changes in the drawings have Seen reflected in thee" attached revised Proposal. DRAWINGS CONTRACT "B'i 11, Shaet 14 of 16: Raw sewage pump No. 1. sheI be '400: .P r*0 be 35a HAP 2 shall be'4000A . and raw sewage 'R o.' shell _Q, 12. Shoot 16 'of 16:' Pump l No, 1 tha l l be 460', H. P. , Pun No 2 ahal l be . 400 H. P . . an ,pump No. ` 3 shat 1' be 3 0 91 dat°.:he11 raeknbwlfdge 'reciipt of this a f duo in ' ho space pftvIdid ' n ip: thl~' P *Osai r r " FREESE AND HICHOLS, INC, u CONSULTING ENGINIERS MARCH 31, 1992 ,r e p y 1 J < < l t, ~ V J ,"R'`' d ♦ , i r tp Yoh" it ~.Y„r~ i ~ ~~f • 1, T, ~ 7 .,1w 't A ♦ wr S .~,'"s 4 F, ! V ~ i D f .n WV y l 'e ti, 1 t . i F L :J' . 1 i i _ l INTE CEPTOI S£W S SECTION'TIRO (OVISED 3/31/82) Denton,' Texas',. _Apri1 20 1982 PROPOSAL OF Red Riyer Construction Cg naniL.., A Corporation organized acid existtno under the laws of the'State of TpwAc , :bciiMoex~slollec~ie~Go~4:~Aa1~glc:o~tx ~~btxi~~t:ta~a~xxla~lex'A~fx ~ x~lt~cxi~l+xi:(ili~lc~t TO: THE CITY OF DENTON, TEXAS PROPOSAL: FOR: INTERCEPTOR SEWERS - SECTION TWO The unde:rsignad Bidder, pursuant' to the foregoing Notice to Bidders, has careful* examined the Inst>uctions to Bidder;, this Proposal,•the Special Conditions, the ford of; Contract e~moot and of goods', tie Genrral Condit'"bris'. of" 'runt, tho sp cimtion`ei the Plahs; i~1d also the`, site, f, necs~ssary, labor, :ruporiR endgnco, "osf,tN work, 'will prov ide all . hiner,/, I ' At , tools, dati'rial_:f'r,sofvices; end g0ef j#llitias to conipl~ete eqylly,~ ail of the wgrlf.,ao/Pfpf d ir¢„,as Providedit act Do~udsnto;'.artd binds .MA"#~iilf, upon 1,ac gpta~u, of h.11' Oi''dpoel tO exdcuti a cblitrpCt and barns: accol ipq,to the prescribed for"si to fu 41h and install the followit1y uh;ts of wotk'at the prices gwted, u 'to`kit0 ~ i CONTRACT "A" - SANITARY SE1 A L1.$S r' TM following bid it0s Over lino Mork within the limits as eors specifiq cilly'described undee'itoi No. 3T in Section 1•A, Mrein. it" 'Estlaated Unit YgAf ~Pric un e. Oescri n Q ati u if 271! V. C', 01pe, 0'r6' cut 24o Lo F. s..._.._.. . JI 2, 221~,'I. C. Pntpe, 6' p' cut 840 L.i 30 21" V.C. Pips, 8'-100 cut 11020 L,F, ; # 4. 21" V,C, Pipe, 101-12" cut 31600 L.F. S. 27" M Pipe, 11"-1,41 cut 10196 L.Fk a i 8 "Z t` S ,tn , r i .1 ~,.'a t'' ? t• ~1 r a 'tS _4 r f .~•S t r~~.1~ ,,t vii 'flex r .t; t ` t. t i7, d 0.,:, T bqd✓} ''ty '^t,,,•,- Jt r_~ x!, ftim ` Estipate`.d Unit r No. De cription Quantity Unit Price Amount _ 6 21"-V.C. Pipe, 14'-16' cut 5,780 L.F. $ S' S 7 27" V. C. Pipe, 16'-18' cut 10720 L. F. S S 8. 27" V. C. Pipe, 181-20' cut 110 L. F. ; S 9. 27" V.C. Pipe, 201-22' cut 120 L, F. S S 10. 27" V.C. Pipe, 221-24' cut 130 L. F. S S- 11. 27" V.C. Pipe, 2!!-26' cut 30 L. F. 12 2411 V. C. Pipe,'01-61 cut 30 L, F. 13. 24" V. C. 'Pipe 61 -81 'cut 790 L. F. 14. 24" V. C. Pipe, 8'-10' cut 270 L.F. S S 15, 24" V, C. Pipe, 10'-12' cut 160 L. F. 16. 24" V, C, 'Pipe, 12'-14' cut 166 L. F. S Ste. t. 3 17. 241 V.C. Pipe,. 141-161, cut 30 L. F. 18, 24" V. C. Pipe, 16'-18 cut 220 L. F, 19. 24" V.C. Pipe',' 18'-2Q' cut 36 L.F. ' 20.. 1;8" vi C. Pipe$,6r+6i cut 270 L, F, # 5.-..,._ 401 'Cut 380 L.F.. 22. 15" V.C. 'Pipe; 0'-6,.'cut 23. 15" V.C, Pipe', 61-8' cut .370 L: F. s i 24. 15" V, C Pipe 8'-10' cut ,330 L,F, 25. 15" V.C, Pipe, `10'12' c'utt 310 1.F,- , ,`26. 15" V.C,121'141 'cut 650 L.f. ~ S 1. 27. 15" V.C.` 0 1 pe141 ±16l Cut 76 28, 15" V.C. Pipij 161-18' cut 10 L.F. 1 t . 29. 15" V. C Pipe, 181-201 cut 16 L. F, 30. 15 V.C.' Pipe, 201-22+ cut 1Q L,F. ; S 4y i r Item Estimated Unit ' No. Description quantity Unit Price Amount ~vf,".~ ini .,~1~"D•, a.~l .~}$'~~.TY; ~i4 ~3x~t,~„~. _~:'1~.iyT~"' r:~ I .'.a 4 a if + _a + arr 31. 1511 V.C, Pipe, 221-24' cut 90 L.F. 32. 15t1 V. C. Pipe, 241-261 cut 170 L.F. $ i NOTEi See Sections .X and 2D for optional use of PVC "pipe for sizes up to and including 16114 33 2411 Concrete Cylinder Pipe (C-303), Including Special Fittings 129278 L.F. ; ; 34. 2411 Ductile Iron Pipe for Elevated Crossings 151 L;F ; ; 35. Standard 6-Ft. Piers for Elevated Crossings 6 Each 36. EVertical Pier levated Crotsingsnsion for 60 L.F. ; ; 37, 2411 Cast Iron Pipe 400 L.F. i 3 381 "16" Cast Iron pipe 302. L.F. l Iron Pi, noted M 9round,CroSS~npi shall be ,in.Addltlan`: A Under lbove: S 7 + z. i i 39. 90id X-tnti;"E"'(7/43) 110 L. F. Bored X-inp "F-E" (6) 32 L.F. . 0 fo~'44I! 14 . Hwy>Caxi K"`ing T ~T I! `ensi'i~t Foi'c+4 Mai n' (103 F. t--, 42, 40" 6askid Xing 11011 '(17/44)` 82 L,F, 43. 4011 Cased'X-ing'IN" (20/45) 120 L.F. ; 44. Boma Xing 1W" (31/45) 150 L.F. ice.,,,, $ >4$, Bored 0,4,1411 01/45) 152, L.F. ' i 46, Standard 4' Did, pianholes to 6•Ft, Depth 58 Each 47. Extra Depth Std, Manhole 361 L.F. 480 Off-Line McOhole Ipifiq.:at Co-Ed Li ft" ,(I)te, 31/50), Each 404 Flood Area Manhole Ain0 and Cover; i' Lieu 'f.Stan4ard 12; Each i C-3 N y .W,t d..; 1 y1 1. +f. .>r f 1 n12 ',6 •r`~M [ ~.li ~A i2^^ +~i Px:Y r t Y 1 yr^ Hfyi., 'itr+s EstiMated Unit o, Description wn it Unit Price Amount 50. Combination Air & Vacuum Valves 6 Each 51. Type 01 Concrete Encasement for 27' Pipe 276 L, F. ; 62. Type 01 Concrete Encasement for 15' Pipe 365 L,F, S S' 53. Type 02 Concrete Encasement for ; s 27" pipe 50 L.P. 54. Replace Asphalt Paving and Base, Complete'in Place 25 S. Y, i s L 55. Additional Granular Embedment Materials Ordered,by Engineer 125 C.Y. ; $ 56. Additional 15000 Concrete for Cradles when Ordered by Engineer 25 C.Y. ; TOTAL AMOUNT OF;$ASE $10 FOR SANITARY SEWER UNEs; . CONTRACT "A'' No AID CONTRACT " "I- SEWAGE LIFT $TAT12M a 51. Sewage Lift Stdttoho Cdool$Win 0 see, including Interconnecting ,Lines and Sits tlork as petalled, tar the.LuMp Sufis pf (4!4der `shjll attach a briakdown of 5..9 3.400,00 , Iu", s4 bid) 681Conl<tfucti If Aceea0 Ro+iel coilete mace as''delailed`, fool the Luq~p Sum of TOTAL AMOU0 OF BASE 6I0FOR I'D" 9201000,00 LIFT STATION ROAD - CONTRACT _ ONTRI ~ "C"....,..ro1TRY SEWER - M f + Yho toll6~,fn; bid items cov$r lir worK`~WMin°04)fisits as tare tpeClfiT caliy de; rtbed urid4r ttee No. 37 i6 SecticKA-A, herein. 69, 26" Fipl' 0'6' cut 10 L+.f. S f0. 24" V,C. Pipe, 60.81. Cut 10 L.F } ` 24" V+C. Pipe 10' cut 120 L.F. 61 M, 62, 24" u. C. p1~i i0'-12! cut 640 l.f. C-4 ry~~: 1 ;'s a: .a 3'!^, / r1".,~.pr 1r• . r, y' 'fyj 3 b 7 . q• z fit. a r. f uantit e Uni price a ion Pre Amount Item Descri t 63. 24" VC. Pipe, 121•14' cut 1,200 L.F. 64. 24" V.C. Pipe, 14'-16' cut 30 L.F. ; S 65. 21" V.C. Pipe, 01-6' cut 670 L.F. S 66. 21" V.C. Pipe, 6'-8' cut 11800 L.F. S ; 67. 21" V.C. Pipe, 81-10' cut 2,990 L.F. $ S_ - 68. 21" V.C. Pipe, 101-12' cut 31830 L.F. $ $ 69. 21" V.C. Pipe, 121-14' cut 2,400 L.F. S S 70. 21" Y.C. Pipe, 14'-16' cut 2,920 L.F. $ , $ 71. 21" V.C. Pipe, 161-18' cut 20280 L.F. S_ s.._.. 72. 21 VIC. Pipe, 18'-20' tut 85b L.F, M 21" Y.C. Pipe, 200..22' 'Cut 30 L.F. S,, 14. 18" V.C, Pipe, 01:4' cut 330 L.F~ r75. 18" V.C. Pipe, 61-8' cut •1410 LF. SF._. 4, .18' 'NsC. Pips, 8'''10': cut ,92q LdF, 77. 1g" Y,C Pipe,' 10'-12' cut 30250 L.Fi $ 78 N IC, ps1;'*14' Cut 2~b5Q LF+ i T-1- 161 ~1 .ut 30 : S S , r 79. 18 Y. C, "Pipe, 14 c L. F 80 15'i Vr.C Pipe;"0~`= 'gut 416 L.F;-,_.__.. i 81, 15" V.C. Pipe, 6'-8' cut 1;1630 L.F. S S _ $2. 15".V.C, Pipe', 8'-101" cut x,850 L.F. y 83.. 15n V.C. Pips, 10' -12' tut 5,010 L. S $ . l • 84~ 1VC: flips, 12'-1~4 cut.;. 2,240 ~.t_.~ ti. 85, 15" V.C"Pipe 141-16'' cut ; 530 L;F. S~ 86. 15" V.C, P,ipe, 1610-16' cut" 20 LF, 87. 15" V.C. Pipe; i8'-26' but Ste- F. 88. 154 V.C. Pipe, 201-22' cut 70 "to ,p v ~1 ~ mtY~~ ♦~fr ~ ;NS ill i. ~ r a't`~ r P + I A, 9 ~sj•e'_7 Y L if.p a . nt7 Item' Estimated unit No, 0escriation Quantity Ufttk Price Amount 89. 15" V-C, Pipe, 22'-24' cut 120 L, F. S $ 90. 12" V.C: Pipe, 01-6' cut 140 L. F. r . 91. 12" V. C. Pipe, 61-8' cut 150 L. F. ; $ 92. 12" V,C. Pipe, 31-10' cut 10880 L. F. 93. 12" V. C. Pipe, 10'-12' cut 3,430 L. F. ; $ I 94, 12" V. C. Pipe, 12'-14' cut 2,140 L, F. ; ; 7 95. 12" V. C. Pipe, 141-16' cut 11170 L. F. 96, 12" V. C. Pipe, 161-18' cut 430 L. F. 1i. 12" V. C. Pipe, 181-20' cut 230 L. F. 98. le V.C. Pipe, 201-22' cut 110 L. F, ; 99. 12" V. C. Pipe, 221=24' cut 100 L. F, ; ; 100. 12" V. C. P10.0, 24' cut 210 L. F. $ . 1Q1. 10" V, C. Pipa, 00-60'cut 220 L. F. 102. 10 V. C. Pipe, 01-8'_ cut 21190 L. F,. 103, 10" cut 51374 t.F 104. 10" V, C,`Pio1l-12, cot r:. . t 105. `101, V. C, ,Pips, 12' -14' cut 1',070 L, F,' ; 106. loll C. Pipe, 141-16' cut 260 L,F. $ 107, 10" V. C. Pipe, 161-18' cut 80 L,F, ; NOM"" 10 ahd'20 for optional use of PV6 ¢ipe' 'for sites up to and including 181k. , 108, 24" ZQCtile Inon Pipe for 61ev4t'~%d Crossings 36 'L, F, 109, 20" Du fls'' Iron Pipe for Ele 06 Crossings 90 L,F: 210, Standaed 64t. P,iers for tlevatld'Crosdngs 7 Each ' C-6 r . J ,S Item pescrition Estimated unitNo. P._ Quantity Unit Price Amount 111. Vertical..Pier,Extension for Elisvated Crossings 30 L,F, ; $ 112. 24" Cast Iron Pipe 223 L.F. $ $ 113. 20" Cast Iron Pipe 652 L,F. 114, 18" Cast Iron Pipe 255 L.F. ;w ; 115. 16" Cast Iron Pipe 866 L,F. ; ; 116. 12",Cast Iron Pipe ` 267 L.F. # 117. 10" Cast iron Pipe 156 L.F. ; The Following Underground Crossings shall be in Addition .to Cast Iron Pfipd Quoted Above; 110. Bored X-ing "A" (5/24) 60 L.F. _ i _ 119. Bored X-,i,,g uBII (5/24) 111 L.F. # ; 120036" Cased1X-16g 010, L.F. _.s # 121. 36" Cased X-ing (043) 95 L.P. $ 122. Bond Xing (20145) ; 123. 3604sed Xing "ill (22/44) 54 L.F. ; _ 24. $4n 4 `r. ' ~tJ "Y ,i. •.f ~'1 ~°~y~ ~ y .t ...........r R,,•4. •r1 2,16 2 " Cased XMing R'L"` 67 ~L,P. ; ; . 126. 26". Cased X=1ng tow (26%30 54 C.. F._ 121. 24" Cased X-ing "N"'(26/30) 64 L.F. $ ; 12S. 24" Cesed-X-ing 4611 ( QA6) 93 LF. $ 129. 36", Cased X-ing' uRa (33/47) 7$ L. F. # ; 130. Baru )i- Ing #S" (34/46) 130 L, F. 3 ; 131.! 30" Cased X'inp ,Tu (34/46) 90 L, F. ; ` 132.' 30" Cased X-ing "U" (34,35%46) 472 L.F. 133,5" Cased ~35/46)W 60 L, 134: 30" Cased X=ino "w" (36/47)' 10 L.F. C.7 i t71 '7i 7 e 1 ( 7 item Estimated Unit ' No. Description Quantity Unit Price Amount 135. 26" Cased X-ing "XII (37) 83` 136, 34" Cased X-ing "Yn (39) 86 l,F. 3 $ 1370 30" Cased X-1ng "2" (4Q) 105 L. F. x.38, Standard 4' Dial Manholes t) S 6-Ft. Depth 135 Each $ 139. Extra Depth Std, Manhole 716 L,F. S $ 140. Rectangular Manhole at Wastewater Treatment Plant 1 Each L.S. $ i 141. Off-Line Manhole & Piping.at Sta. 59+45 on N.T:S.U. Line (Shts. 33/60) 1 Each L.rS, ; 142. I~tercohAection.at M.H. 013 Hickory Cr.' Outfall (Sht. 3) 1' Each L.S,.; S j 143, Interconnection at M.H. 023 H111ory,Creek 0 thi l ~-(Shts`. 5/42) 1, Each .S. 244. Type 01 Concrete Encasement for 21' Pipe 196 L,F4 S S_,-,-,_;,;_,, ` 145: I,yps Mt' Concrete Encaswant' fdr' 20 lJ. i! eel :fir .r. f r 4 &t 3 ^f 146. f e , ? okreta Ent ttv*nt ~f or ~ 1 P i pi 102` ' 147. Ty'e'N1 Concrete Enlassmsnt for -12' Pipe 30 L. F. S Ste. A 148. Tybs t~1 Concrete incasement for ,10 P,11pe; , 54 "L.F. 149. t'l'ye +Y2 Concrete EnceseMent for 24' :P1pe 30 rt. F ,S• i ' 150. Yy 4l 4oncroie fmcasemen't`'for , 11 12' Pips i 161. 1211 Cast: Iron Pipe 1n'lisu of 139 L.F 1211 Vitrified Clay 4r s.., 152, fseplace Asphalt Paving and ' Base, Complete fn Place' 11080 S.Y. 1 7 N ~ fi I f I ' ,q 1 r. r r~r d• .r ,Q ,a. ~i t ~ r 7r Mt s-i .~~Ai 1 ~~tY f A P i u. 7,ri a r a Ito Estima'te'd Unit No. Description uantit~ Unit Price Amount 153. Additional Granular Embedment Materials Ordered by Engineer its C.Y.• S $ 154. Additional 15000 Concrete for Cradles when Ordered by Engineer 25 C.Y. S` $ TOTAL AMOUNT OF BASE BID FOR NO BID SANITARY SEWER LINES - CONTRACT "C" ' $ The undersig'neo agrees to substantially complet's all work covered py this proposal and these 'Contract Documents within the designated coirsecutive calendar days'trorn, and including the day established for'the start of the work as sit forth An a written work ordit to be issued by the Owner or by the Engineer for the Owner. Exceppt"by mutual agreement of~tha OwneF and the Contractor, the date established for the start of work will be not less than ten (10) 'days or not more than thirty (30) days after the date of the Contract Agreeme0t, The undersigned agrees to complete all work covered by these Contract Documents within , 3365r, calendar days. yithiir''tin (10) day ,4 Aftor foi^oaI acceptance, of tiriii 'Pi!opae.l'by an'a'wrd of contract; 'tha~u rsigned will execute the Contrail Aqroimont an¢4011 furni,;h approved surety bonds Brad such other ponds as requir*d by the Cohtract,pacuerents;tor.ttie fa~thful porfor"nCe _if, the Contract, In the eveht the Contract Agque nt and boodi~are" not,ti-ftOtod within the time ? set forth, iho attached b1d "sr ul lp"ity in the aiwount of (50'riveipa'Ci i4 i!' ''~..7e~y ,r i r• Sri .~i ~ l~r i s' t bec~ae'' ~I>t "Crb'perty dt ~tM In'ar as l iqu dates d prs for the r. 4e1 and additional work caused thereby. the bidder is requested to fill in thi following stdtement as a part~of this Proposal: i* haves; or heYo not , Performed a Contract under the rego rt±Ments pf (qui`T' loyment Opoortu600 . " . EnvirorwAntal Protection Agency Executive Order,1t246 i v f{{° r'wkJ 1 r C j° ~o keceiW is hereby acknowledged of thi fioiiowlnp addehda; Addendum Not 1 rated 3ito/82 Addendum No. 4f~ a~n R~ -5 Auidendum No. Y Dated 3/l_,1182 Addendum No. 5 nI 'all ila2 Addendum'No. 3 -rated 1,31la2, Addendum No, 6 Dated 4 14 Added No. 7 d e Respectfully Submitted, Red River ConstructiQt+ ompany` By Dean Porter, Secreta'~/TreSurer R tie - (SEAL) It Bidder is a Corporation 1 f t 4 '.Jti.. a ,r~ i w' x s• a r g , r d. r v SECTION 1C -'-MEASUREMENT AND PAYMENT (REVISED 3/31/82) 1. . GENERAL,: The I' f 'Bid Price' for each and every item, as set'.forth' in the proposal0 shall include the furnishing of all labor, tools, materials, machinery, appliances, plant and,egyipment appurtenant to end, necessary ' for the construction and completion in &.first clash; wotkwiehllke'mihner of all work as herein specified in strict accordance wth,these specifi- cations and accompanying plans.The "Bid Price" shall also include any and,all kinds, amount or class of excavation, backfiilin', pumping or drainoge,"sheeting, shoring and bracing, disposal of any and all surplus materials, permanent protection of alt overhead, surface or. underground structures; removal and replacement of any poles, conduits, pipelines, appurtenances and connections, cleaning up, overhead expense, band, public liability i0d compensation and'property damage 1nsurahce, patent fees, and royalties, risk'due to the elements', and profits; Unless otherwise specified. The bid price shall,-also includo all other' incidentals not specifically mentioned above that may be required to'fully construct each and every item complete in'Olace in accordance with the true intent and meaning of the specifications and accompanying plans. The;Contracto~ shall'take all measures necessary to protect ekisting structures, lawns, shrubbery, etc. o q the areas ad scent t6the work ; which is, not` necessary 'to cut as a pa"rt of copstruciion; and:ff'damaged, ' shall replace them in as good condiUbimr better than prey ously,gxisted dt his overt Co6t and expense without additiehdl cowonsati0rf from the owner, listed p6lpwwe descript,io/s of items as listed in the iropdail and the`. manner in which payment sfse1l beiarded foreatil, 2. T EM' M6 T U132 Mr. < TM*n: Pr c a 5 ~x o"q f hd ark o .alp :Ce d. ciuda '6 a t 's p et c. SARA, # "furni's ng `~►hd tp to ling a edmeijt, selectbac it~ll';.fiurnl.a i t"i ;tests to eKfiltratlb C and all other work and `mate'r~alsnM~eelary`,for coieplete installation of sewer, pipe. y'. . Measurement for payment will be ,by hor#Zontal distance fro -center of manhole to cen or of'mohhole, or in case where there is6o;Lra hr ole, *4 0,00' nt ''wi f •n to the end" of. the pi pe; `depth of `cut S'or p nt will be measured in twojfoot intpr~rals frtim the natural groin au1~face over 4tnterline of pipe to the invert of pipe, to the nearo t-t- l,foot. 6Measura eptaijd` d ys► 01, t ipr 16 P All t pes, and epths,,~f'sewer i e shall ` yy incl~lde.pipe at Ved road ahd drive crossAlt' and the "bar d' e' sidt#ons .under State contr Iled highways and under,ra lroads,, t Str~~t;pav#ng'40'aCement, ditch crossings and the boring under highways and rallrr,sds, I be paid for, separately,'"as des;ribed herein, y' y i n• r ~vVMI 4 Lengths of pipe used as "stub-outs" near base of manholes will not'be measured or paid for under this category. If,the option to use PVC pipe in lieu of, vitrified clay is ezerc sed', Contractor shall utilize spaces provided for bid prices without hanging description of each item, 3. ITEM N0. 33 24" CONCRETE CYLINDER PIPE: --The unit price bid, for this item shall include furn sh nl, hauling, and laying of pipe, sheath- ing, connections, shoring and pumping where necessary, trench excavation and backfilling, protecting or replacing existing structures or utilities, testing, disposal of surplus materials, cleaning up and maintenance,'' and any incidental work not otherwise provided for in these specifications, all in strict accordance "With the specifications, drawings and/or in- structions of the Engineer. I No separate payment will be made for concrete cylinder pipe fitting's 1 which are called for on the plans, or *Mch are necoisary to fit the r alignment shown on the plans. The cost ''of all fittings or specials .called for or required shall be included in the unft pprice bid for; c6ncrete,Cylinder pyessurs'pipe, including the°`special external banding'.. of pipe for casing under roadways. Pipe will be measured from end of pipe to end of pipe, as det4iI'd on drawings, without an deduction for the l,,length of Intermediate Y fittings. or specials. Depths of cover' for pipe shat) be as shorn. 4, IYEM 1405,<.34 08 AN '109 = OUC'TIL IRON PI : This itesrlshaill ij Su the urn sh ng an p ac ho e Dec an ca 'joint piping for, ated creek cr9$ I s and,'.whprs ii44kated, shall include';concretR ' collar far, conneclciar~o vitrified, clay pipe. iieasur from end to 'end of piMeet 0,11 e S a S D` T + `l' This it- " d ude', e . N o,. = r x,; p r- for 'of . coS{tt~R#,e: did' for eli4tod crieRk Oosaings and firilh be p~j d, for on a unit priice basis. ° ITEf+1 N05s. 35 AND ill VE(~TCAL PIER t TENSION: ylhere :th hoight o~f tor~Fre epR~ 6 f6r elevate tree 'cross gg exceed tine °itan~ard 6-foot piers as`bid under Item Nos. 35 and ~10',`the vertical 'extension a~ of , the piers wi},1 be 710th and ppid fa on ttw!. basis of the total height to tho nearet 1110th foot aims thA,t'nderd 6-foot pier:t The unit; prices quoted for' Items Nos. •34.'thru'46 and 108 thru`111 shall be.tult caa~~ppensation for all work i nvojved.M, constructioq of al,e- . 4t IN- vatad ce4o crosiings complete i.n place., y. " 7.. I Os` 37, 38 AND 112 T 1 i AT ON P IV: items $hd11 nc e p eajVTF on p pe requ re n Konnec, on with "bored" ~sflhos g n d ~~casedn. .cro ,leat tendon ; s cilIad to the1tictfas tfi t`the detAlled on drariwingsl ►ie fiiddRr sie o►~ip es eat en~ 6ykd the attual length ofrbore or c1'fng required. ° i 1,C-2 47 i Measurement and payment for E.40`sizq'pf pipe will be made at'-the unit price quoted on the basis of the UU1 10110th (end t,,4 end}'of pip"e installed in place regardless of depth'and, whera r'fquired sha11 in- clude the concrete collar for connecting to vitrified clay pipe. 8, ITEM NOS 39 THRU 45 AND 118 THRU 137,- BORED 0 MtED.CROSSINGS: For in orma on o and assistance to bidders on t ese cross nafs `ilwe have listed 111 pa6ejnthesis (on the Proposal form) tiie "plan and pr e„ sheet number together with the sheet number showing location of each crossing detail. Measurement and payment will be made on basl~ of unit price. quoted per linear foot of "bored hole" or "casing"s as he case may be, complete in place including ,joint•preparation'and in~ertion of,caerier pipe, for each individual crossing, eiclusive of unit price quoted'for carrier pipe. The combination of prices quoted on Item Nos. 37 thru 45 and 112 thru j 137'shall,be considered as full compensation for the crossingo listed in the Proposal and constructed in place as detailed on Drawings. 9. ITEM KO 46 AND 138 STANDARD 41 D IA. N S 0 b-FT. DEPTH-,,, The pr ce bid por each or'th s item $a be 'u1 compensat ~ion ,for" concreto (ooting, concrete manholes monhoio rings end. covers, manhole steps, and all other,work'and mater als f r tha,completi insta } tion Pip stub" tt ear base of manholes, in pp ' 14di6 coohet4 a rpol s st~ltarifor" sha l be incT ydehd'in'the price quoted fora'°sta6derd`6rfa6t Manhole. Measpremgnt'fpr depth will be from the 'loN line of the l6%4St pip! 14; the Unhole to' tho top'of cast 'iron cgver. Whare'thi s~easuri4iot Is 8 ft..• or less, the price bid for this, .it" 4h4i) '.tie •ful thdi c*14te., tthole, f el+lotiq„n for. extra, dapth Qfnho) fro' ttio tptal. dptf~ excieds t, , thin h a which ek4eds $ ft, w111 be pig/,d ar udder the next'.i , RA S f p~ic quo a por7 mar q70, ~K'r u it A 'es►'e aR y a : The y for d11 lab0r<and Material;;, ec u c rl0n., es}iiry`'foF,,seinh4l e Gonsyrion.' Measure0eht'b~hd pay oAt, will be the vortlcol;depth takenfrom's moasurement from the flowlino of the lowest,pipo in the manhole to the top qq top,of n`d lid, to the n he 'nearest'1.11oth fobs, ' and th►n deductin ft. The , o, depth in 'excdsa laf 6 ft; ,''and VIII l ba% 0)d -for at the price bid for,this'.1tem.` lit ~i IkG -i, ho „,lusp _ 0 fi T'!~ sum tmount ow, tnis em s a e a a or,'tools ,equipment, pipirid;;et, for a cba~piete,and worKable'inotatlatior es dotiled. Nnhole 031-A and interconnect~np lint shown` on Drawing Sheet No, 6 at Sta. 148+38,2 will be poid for at;the unit prices quoted under Bid Items 23, 46 and 47. ~Y' • 1C-3 ' 1 12.' ITEM 110.' 140 -'RECTANGULAR MANHOLE: The "Lump SUM"'amunt bld for this tem shat nc u e a abor, too s, equipment, piping, etc. for a complete and workable installation as detailed. 13. `ITEM NOS, 142 AND 143 INTERCONNECTIONS T E ISTING MANHOLES: Payment or Interconnecting o manholes as escr a an as Beta ed on Drawings, shall be based on the'lump„sum prices quoted for:each' Enter- connection which price shall include the wet connection Into existing manhole, furnishing and laying interconnecting pipe with embedment, trenching and backfill complete in place for each such Interconnection. 14. ITEM NO. 49 - FLOOD AREA MANHOLE RINGS AND COVERS: Payment for these special -manhole tops sha be at u n t pr ce bid for each in place, said bid price shall be the difference in cost 00 and above the standard manhole ring and cover previously included for Bid'Ite'm Nos. 46 and 138. 15 ITEM NO. 50 - COMBINATION AIRb VACUUM VALVES: Payment for these 4-inch va vas w be made at the unit price bid or the complete assembly in place at locations shown. Assembly shall include; this co-i6ination valves, piping, and accessories enclosed in manhole with" cast iron cover as detailed. 16. ITEM N0 51 THRU 53 AND 144 Tli U 150 - CON ETE ENCASEMENT: Payment or Concrete encasement will be on a as is o ' e unit.- rice quoted per linear foot for each type, of ehcasenent and size 'of pipe tnvolved. NOS. 170 ITEM 151. CAST IRON PIPE IN Li4' OF Y'T i' ED Y, . The length a ,a gravity sew0r1 Ines, except whore_ as ron is used for elevate 'c,rAek crossin at:g 4ndgrgr6un4 read trossings,.has boon measured"cn the paslis';of Vltrif4ld'clay`pipe far;i;he sites and depths shown on tha Proposal. r. In s`evi►aa tn`dt~kN; "•Eor des n '~a`grpd 4 Cst~; i Po 11A! befit ,sub stttuted for' vl001ed clay. uril)p tpnstructIgh ofjhii Wo k) situa- 0 0s',may'4Ocur which might t6q6ire'the use of cast ron'pipe, Hence, the Onit prices quoted for the various sizes shall be the additional. cost of using cast iron pipe over'and above the prices quote under Bid Items 3 ihru 32 and 57 thru 107, 18. ITEM OS. CAND 1$2 AEPLA~E SP L P V O AND 8 Ali 4# halt street p omen cu or damaged a ng cohstruc „ on opera ni shall be' replaced as detailed on Drawings. Measurement allowed will be on basis of pavement width shown on Sheet N51 nd the:lepbth•of pa `wteht,a ua11y .YP Suchedahd Will ,46 Paid for:.on the i ii; price uoted er s dare Pd. p,ice shall include the,adI tional granv1irr;erbsdment metertal, flex blo'base, H,,A,C. wearing sul^faces-and.all, Incidental s thereto as spec fled under Section 2M, herein. 19. ITEM NOS. 55 AND 153.- ADD YIONAL 691NUI t. This shall be used only wen,ordlrrod- "yo ng neet~"io"co c faulty subgrAde matet-fal.° Payment 011 be made, on basis of unit price quoted per cubic r r t r' v '?+Pti 77 4 ,1,177 7- . yard of material in place which shall tnclude`the expense of "excavation therefor. 20. ITEM 56 AND IF4 - ADDITIONAL 15000 CONCRETE; This material shall e u zed only when or ere by the Engineer to correct faulty subgrade or !1 cradle pipe where required and payment will be made on basis of unit price quoted per cubic yard of material in place. 21, ITEM NO. 57 - SEWAGE LIFT STATION: The lw~p sun price bid for the lift station shall a fu compensation for the complete pump station as shown on the plans and called out in the specifications. The price bid shall include all clearing, grubbing, excavation, greding, equipment, materials and labor necessary to make the lift station functional and fully operative. The lift station shall include the 24" plug valve and valve box outside"the lift station on the force main. The limits of the lift station exterior lines., including final connec- tions thereto, shall extend from Station 302'e07 +o Station 302+18, the latter station being 10' from the manhole. 'Site work beyond thQ,°Iift station buiIding•IInos shal1,olso include preparation for and placing of 6" compacted thickness`Qf pit run gravel surface ors the 40'x80' parking and turnaround ahea of plant site to- gether with chain link fencing and gates as detailed. 2, ITEM NO. 58 ACC 55 ROAD; the lump sum bid f6ir this iteq shall,; inclQe a excavat on, nng, grading, b!' thickness of pit run gravel surface, drainage structures and 4-foot high fencing, all'as detailed, complete in'alace. 231. OTHER WORK; Al,il be:cother.' phases of eonsi.ruction not spenifically Mentl ne . er n'sfiai ry to work to mentio4ed es no additional,payment will be autho., ri2ed, isonsldered ~as subsid END OF4 StCTION . 4 i , 1C_5 t. ' i DENTON, TEXAS INTERCEPTOR SEWERS - SECTION TWO PROJECT NO. C-48-1188 CONTRACTS A, B, AND C ADDENDUM NO. 4 April 1 [)Ids to be Opened: 2:00 p.m., April 20, ,982 SPECIFICATIONS 1, SECTION 1513- Page 1, Paragraph 2, EQUIPMENT: Add the following paragraph: A pump discharge switch shall be furnished and installed. The pressure switch shall be Mercold Type DAW-33-3, Range 7 or approved equal, with an adjustable operating range of 5 to 150 psig and a minimum adjustable differential of 6 psi. Switch contacts shall be of the sealed mercury type, SPST, rated 30 amps at 120 VAC, arranged to close on Increasing pressure. Diaphragm seals, Mercold type MSAH shall be furnished and installed. Pressure switch shall be NEMA 4 watertight. 2. SECTION 150 - Page 3 Paragraph 6, VARIABLE SPEED DRIVES: Delete s entire paragraph an replace With t fie 1611 ow ng aragraph 6: 6. ADJUSTABLE FREJGEN Y VARIABLE SPEED DRIVE: The variable speed power unit shall be an adjustable ..frequency converter which will convert 460 volt, +1096, -5%; 3-phase; 60 +2 Hz., Input power into an adjustable frequency output In an ambient temperature of 100C to 400C. Output power shall be of suitable capacity and waveform, with harmonic current content less than 5%, of the fundamental, to lrovide stepless speed control of • the specified 400 horsepower motor ►nroughout a continuous speed range of 720 to 1200 RPM under variable '.orque load not exceeding the motr,r's full-load rating. The converter shall be of the current-source type with current regulated phase-controlled rectifier section or of the voltage source 'type. All SCRs In the rectifier and inverter sections shall be Identical and Interchangeable. A test module shall be supplied in the converter to Identify failed electronic regulator modules and to check for presence and modulation of SCR firing pulses. The converter shall include fault detection and trip circuits to protect Itaelf and the connected motor against line voltage transients, power line overvoltage and undervoltage, output overvoltage and overcurrent. A thermal switch shall be located in the power unit to detect unit over temperature due to loss of blowers or blocked vents, and Initiates an orderly shutdown. The SCR and diode components shall have surge voltage protective circuits z or devices. Fast-acting, current-limiting Input fuses and a circuit breaker with door- Interlocked external handle shall be supplied to conveniently disconnect the 1, . A . A Incoming 460 VAC converter power. The converter shall contain current limit circuitry, adjustable to 100% of motor rated hull-load current to provide soft start, acceleratio;i, and running without exceeding motor rated current. The current limit circuit shall be of the type for variable torque load, which acts to diminish, output frequency while limiting, without directly causing shutdown. A speed loss sensor shall detect the overloading condition on the motor and cause shutdown at a preset value. The current limit circuit shall also allow operation into a short circuit of the inverter In servicing modes, to facilitate location of failed components. If the inverter is turned off by the system logic because of an inverter fault signal, an auto reset function shall attempt to re-start the inverter. Up to three attempts are permitted to reset and restart. Failure to accomplish a restart shall result in a system shutdown and alarm condition. When a power outage occurs the drive system shall shutdown In an orderly manner. Upon restoration of AC power the motors shall be re-Ptarted sequeneially and run at a rate depending upon the control signal requirement. Operating and monitoring devices for the converter shall be door-mounted and include: a. Manual Speed Control Potentiometer to set speed in the manual mode. b. Speed Indicating meter, calibrated in percent speed, to indicate speed of the converter-powered motor. c. Converter "fault/reset" pilot light pushbutton combination. d. Elapsed time meter to totalize converter running time. Display shall be six digits, hours and tenths; nonresettable. e. Converter "control power" pilot light. The converter signal circuits shall be Isolated from the p and ower to accept a speed signal from a 4-20 ma level rducer tin the automatic mode and from the speed control potentiometer in the manual mode. A door-mounted switch shall provide mode selection. The selected signal shall control the motor speed between the adjustable minimum and maximum speed settings. Maximum speed shall be field adjustable to 100% of rated speed. The total speed signal shall follow a linear time ramp, I adjustable from 4-20 seconds to provide acceleration and deceleration control. Both adjustable frequency drives shall be designed to operate from a single level controller. Suitable signal isolation devices shall be provided with each drive unit to prevent control Interference. The adjustable frequency converter and other electrical components and circuits that provide the operation specified shall be mounted in free- standing NEMA 1 enclosure, 84" to 90" high, 30" (min,) deep, (excluding appurtenances). Length shall not exceed 112 Inches. The enclosure shall have hinged, front access doors with 3-point latch and keylock handle. The unit shall be painted ANSI 61 grey. Electrical equipment, In addition to 2. r ♦ ..I I N'. e n -XIMP ..the adjustable frequency converter described, shall Include but not be limited to: a• Current limiting fuses on the AC input, 460/1!3 volt fused control transformer, and enclosed plug-in type control relays for system logic sequencing functions. b. Totally automatic, normal and emergency mode, sequencing and motor selection logic circuits, arranged to receive a start/stop command for the pump from the process level controller. The command shall be a contact closure to start, and the same contact, differentially set, opening to stop. C. Relay logic test panel including test switches to simulate auto mode commands and pilot lights to mor,ltor every logic function, to permit manual sequencing and rapid location of failure In the sequence control. d. Auxiliary contacts to indicate motor is at 720 RPM or above shall be furnished. Six isolated field convertible "a" contacts shall be furnished and wired to terminal blocks. e, Auxiliary status contacts for converter fault, motor disabled, and logic power fault wired to terminals for use in annunciator or alarm systems. The following operating and monitoring devices shall be door- mounted: f. System :node selector switch, 3-position. In the "Auto" position, the converter and operablemotors shall respond to start/stop and speed commands from the process level con- troller. in the "Off/Hand" position, the system shall be Inoperative except hand operation of the motor at constant speed shall be possible. In the "Manuel" position, the converter shall operate the motor at manually set speed. g. Pilot lights to indicate motor running "variable speed.11 h. Motor "disabled/reset" pilot light push-button combination. 1. Ammeter calibrated in "AC amps." j. Elapsed time meter to totalize running time. Display shill be six digits, hours and tenths, nonresettable, k. "Control power" pilot lights, one each for :item logic. 1. Invertet fault plirt light. m. Incorrect phase sequence, loss of phase, or AC supply under- voltage pilot llg)t, r 3. '1 r x n. Lugs on line and load side to terminate 2-500 MCM copper conductors per phase. o. Ground bus and lugs to terminate one 2/0 copper conductor. The manufacturer of the drive equipment shall have in service equipment similar to that specified herein (and proposed to be furnished) in service for at least two years at the time of the proposal. The equipment already in service shall be driving motors of at least 400 horsepower in similar application as intended for the equipment specified herein. Proof of such experience shall be furnished to the Engineer upon request. The adjustable frequency drives and the motors specified herein shall be made by the same manufacturer. The adjustable frequency drive equipment and motors shall be as manufactured by General Electric Company or Louis Allis or approved equal. 3. SECTION 150 - Pa a 4. Para rah 7, MOTORS Second Sub- a graph: "Motors s a 2 s a be c e to ' otors s a 4. SECTION 150 - Pa e 4 Para rah 7, MOTORS, Fifth Sub- a ra h: Change the paragrap to rea as o ows: "Motor windings shall be NEMA Class B Insulated. Insulation shall be non- hygroscopie and vacuum Impregnated with epoxy resin. %lotors shall operate continously at rated voltage and frequency at 4000 ambient temperature, with a temperature rise not to exceed 800C measured by embedded detector when operating at 1.0 service factor. Motors shall be equipped with six 10-ohm temperature detectors, two In each phase, spaced uniformly around the motor windings. Motors shall be designed to operate with an adjustable frequency drive with a square wave or pulse-modulated power source as well as on a normal sinusoldal wave form input, 5. SECTION 150 - Pa a 5, Par raph 7, MOTORS, Seventh sub-paragraph, last I(ne na c„ II be changed to read: indication and relay control in the motor control equipment cabinet." The word "starter" was deleted. 8, SECTION 150 - Pa e 5 Para r~aph 7, M_ OTORS, Fourteenth par st} Sub ara ra range a paragrap ~o Mea as o ows: "Motors shall be General Electric, Louis-Allis or approved equal. The manufacturer of the motors and the adjustable frequency drive equipment as specified herein shall be the same." 7. SECTION 1150 - Page 8, Parauraph 5, OPERATING CONDITIONS, Second Sub-paragrep , ,as ente, . range the sentence to rea as of ows: "The control circuits shall prevent the motor from starting unless the discharge valve Is in the fully closed position." 4. j, r u f ;"N, I r , 8. SECTION 16B - Page 1, Paragraph 1, CONDUIT SYSTEM, First Sub- ara re sub-paragraph snail be changed to read e3 o- ows; "A complete electrical conduit system shall be furnished and installed for all electrical wiring. All conduit shall be galvanized heavy-wall rigid steel. All conduit Installed underground in earth shall have an anti-corrosion coating of factory-applied PVC or field applied tape, half-lapped and of a type manufactured and normally marketed for that purpose by Tape Coat or 3M Company or equal. Where conduit enters concrete from earth, the anti-corrosion coating shall extend a minimum of 6 inches into the concrete. 9. SECTION 16B - Page 1, Paragraph 1, CONDUIT SYSTEM, Third Sub- ~2,-agraph: This paragrap s all be deleted. (PVC conduit shall not be use on s pro ect.) 10. SECTION 16B Page 1, Paragraph 2, WIRE AND CABLE First and Second Sub- ara r`hSr These two paragraphs shalt e deleted. 0 3 0 5 K shielded cable is required,) 11. SECTION 16C - MEDIUM VOLTAGE MOTOR CONTROL EQUIPMENT: Delete this entire sec on. 12. SECTION 16D - Page 2, Paragraph 2, LEVEL CONTROL SYSTEM, sub- paragrapR- , Put Control: ~-the follow ng( paragrap : If after a time delay the varieole speed drive selected does not report a run status, the controls shall bring on the standby variable speed drive. 13. SECTION 16D - Pape 3, Paragraph 10, SEPARATELY MOUNTED MOTOR STAR FTrti Sub- - agrap : ge a paragrap to rea as -no ows: "Motor starters shall be General El,a: tric 200-line, Square D, or equal, combination circuit breaker type magnetic motor starters. All starters shall be mounted In NEMA I enclosures, Each unit shall have an engraved bakelite nameplate attached to the front door." 14. SECTION 16D Page 4: The following paragraphs shall be added: 13. MAGNETIC CONTACTORS: Magnetic contactors with overload relays an loss-o -p ase p ase unbalance relays, and without a circuit breaker shall be mounted In NEMA I enclosures. The contactors shall have auxiliary contacts and other auxiliary relays and/or pilot devices as indicated on the plans. The requirements for SEPARATELY MOUNTED MOTOR STARTERS shall be met. Magnetic contactors shall be GE 300- Line, Square D, or equal. 14. DOUBLE-THROW SNITCHES: Non-fused. Three pole double throw safety switches w qu c -ma a quick-break mechanisms, four set of field convertable Form "a" auxiliary contacts for both positions, and Kirk Key interlocks as Indicated on the plans shall be furnished and installed. The 5. switches shall be UL Listed, meet Federal specification W-5-865C and meet NEMA KS-1, and be mounted In NEMA 1 enclosures. The switches shall be three•rphate 800 volt, 600 ampere rated, and shall be (3eneral Electric Type TC or approved equal. 15. S1VITCHBOARDS: Switchboards shall be designed, built and tested in actor ante w t-a-i)-pljeable portion of the latest editions of NEMA PB-2 and Underwriters' Laboratories No. UL-891. Switchboards shall also be in accordance with the latest requirements of the National Electrical Code. Switchboard is to be furnished with incoming line moin devices in individually mounted construction, and the feeder devices In group mounted construction. The incoming line main devices and the group mounted devices are to be front accessible per NEMA standards, and are to be furnished with wiring gutters on the front of the distribution vertical sections of the switchboard. The gutters are to bE furnished with code gage, steel formed covers bolted to tie structure frame. Unused device space is to be covered with blank code gage steel formed covers. Switchboard shall be completely self-supporting structure of the required number of vertical sections bolted together to form one metal-enclosed switchboard 90" high. Sides, top and rear covers shall be code gage steel, bolted to the switchboard structure. The frame structure members shall be die-formed 12-gage steel bolted togetler and reinforced at external corners with rugged gussets internal and external to the structure members. The switchboard frame is to be suitable for use as floor sills In indoor installations. Swilchboerd shall include protective devices listed on drawings with necessary inter-connection, Instrumentation, and control wiring. Feeder devices shall be group mounted. The operating handle, lever, etc., of each device shall be externally accessible without opening or removal of covers, etc. Main device shall be individually mounted and arranged for stationary mounting. Main bus and riser bus shall be tin plated copper, supported with high impact, non-tracking insulating material. and shall be braced to withstand mechanical forces exerted during short circuit conditions, to the rating of the protective devices specified. The current density of the bus shall not exceed 1000 amperes per square inch cross-section. The continuous current rating of the bus shall be equivalent to the frame size rating of the main current breaker. A copper ground bus shall be furnished secured to each vertical section structure, and shall extend the entire length of the switchboard. 6. Y Small wiring, necessary fuse blocks and terminal blocks within the switchboard are to be furnished when required. All groups of control wires leaving the switchboard are to be provided with terminal blocks with suitable numbering strips. A-B-C type bus arrangement (left-to-sight, top-to-bottoin, front-to-rear) shall be used throughout to assure convenient and safe testing and maintenance. Where special circuitry precludes this arrangement, bus bars shall be labeled. The vertical bus bars shall be furnished to the spaces specified to be supplied for future branch devices. Full height bus bars shall t,e supplied, and shall be sized to feed branch breakers up to 1200 ampere frame size. All vertical sections comprising the switchboard shall be front and rear aligned. All steel surfaces shall be chemically cleaned and treated, providiri a bond between paint and metal surfaces to help prevent the entrance of I.,olsture and formation of rust under the paint film. The switchboard exterior is to be finished with ANSI-61 light gray paint. All hardware used on conductors shall have a high tensile strength, and a suitable protective finish. Switchboard Is to be provided with adequate lifting means, and be capable of being rolled or moved into' installation position, and bolted directly to the floor without the use of floor sills. Cable connectors shall be tin-plated copper and UX listed for aluminum or copper cables. The connectors shall be mechanical type lugs. Lugs furnished on protective devices for connection of load cables shall be mechanical type suitable for copper or aluminum cable. Device ratings shall be based upon operation In an ambient temperature of 40oC. Devices In the distribution feeder sections shall be selected to operate at a continuous load not to exceed 80% of their ampere ratings. Devices in the main Incoming line section shall be sized to operate at 100% of their ampere rating. Record drawings shall be furnished providing the following information: complete rating, short-circuit rating of bus and interrupting rating of lowest rated device, overall outline dimensions Including space available for condults, circ+iit schedule showing circuit number, device description, device trip or fuse clip ampere rating, feeder circuit identification, conductor ratings and one-line diagram. The following shall be provided: 1. Switchboard main section bus bar short circuit bracing shall be 100,000 amperes, RMS, symetrieal. i. , nAl I 2. Copper main bus (1000 amperes per square inch) all joints to be tin- plated. _ 3. Metering compartment with meters shown on plans. 4. Barriers between vertical sections. 5. Main Breaker 2000 Ampere General Electric Type TPSS with with Verstrip or approved equal. 6. Feeder Breaker (2 each) 600 ampere frame General Electric Type TJSS with Versatrip or approved equal. 7. Feeder Breaker (2 each) 800 ampere frame General Electric Type TKSS with Versatrip or approved equal. 8. Versatrip shall include adjustable ground fault pick up and delay for all breakers. 16. UNDERVOLTAGE AND PHASE SEQUENCE RELAY: A three-phase undervoe, overv-oRage and negative seuence relay (47/27) shall be furnished and Installed on the incoming main line as shown on the Plans. The relay shall be factory wired to the necessary auxiliary relays (47/2"X) with contacts which open in the event of undervoltage, phase failure, or phase reversal. Auxiliary contacts shall be connected to control circuits as shown on the Plans. Trip polnts shall be adjustable between low voltage levels of 90 and 95% and high voltage levels of 105 and 110%. Relay shall automatically reset upon return to normal operating conditions. The relay shall be Turner Controls Model TC-3313, or approved equal. 17, CONTROL CABINET: Control cabinet shall contain all relays and pilot deevvices shown o:i tTe schematic and shall be housed In a NEMA 1 enclosure with continuous hinges', door and latch. Pilot lights and switches shall be installed la the cabinet Joor with micarta identification plates for each. All wiring shall be #14 stranded THWN copper wire, All external wiring shall be terminated on Identified terminal blocks. Wiring shall be laced and securely attached to cabinet. Complete point-to-point sche- matics and physical layout drawings shall be furnished. Schematics shall be placed in a pocket furnished In the door of the cabinet. Enclosure shall be Hoffman with grey enamel finish outside and white enamel panel inside. PLANS: Sheet 1 of 16: Delete sheet 1 and insert revised Sheet 1. Sheet 2 of 16: Delete Motor Control Center and Level Control Pump Alternator as shown on floor plan. Sheet 14 of 16: Delete Sheet 15 and Insert revised Sheet 15. 8. I d ; 7771 Sheet 16 of 18: Delete Sheet 16 and insert revised sheet 16. Suet 16_____ A of 6' insert new Sheet 18A. Sit 1 ~6B of 160 Insert new sheet 16B. Sheet 16C of 16: insert new Sheet 16C. 111dders shall acknowledge receipt of this addendum in the space provided in the l P roposal. i;REESE AND 1111"OI.S, INC. Consulting Engineers April 5, 1982 9. 1 s cp t t A r.,. t i,1 ,c _ t~ +r t ? - ' v 1: rl 12 DENTON, TEXAS -F INTERCEPTOR SEDERS- SECTION TWO =L PROJECT NOS; C-48:.1188 CONTRACTS A, 'B and C ADDEND M NO. 5 L pr 1 3, 1982 Bids to be Opened: 2:o0 p.m., April 20, 1982 SPECIFICATIONS 1. SECTION 1A Pa a 1A-10: Delete the last paragraph on this page and- s6 st tute tTre o ow ng: "The bid award (s) for these contracts will be made to the lowest possible combination,of bids to the responsive, responsible bd- der or-combination of, bidders',,, as per. 40 CFR 35s938-4 (h). Bids 'My be submitted on any one of the`:contract$, or on any'combina- tion, and the bid ifor each contract will`be evaluated separately, 21 SECTION I W- Pa`e 3 Para ra 6 A UST: LE F E C .VARIABLE SPEED D 12th aragrap o ow ny tend r o o ow ng` `siafif a , ed: ` p. lqui *nt Accessories;.there"shall be furnished accessories as, follovrs: t b 2 Set spare fuses for 'each type of 'fuse,furnlt* I --Dozen lamps for each type f control or indicating lamp i ' furnished (y a x q, Inwk, tion uIletiris: The ontrsCtot $haill furnish s,.ix sets bf b~p_k`s V14, thrlinal dtrawi4s ahd stb`n+3er~ ►'e +al in#tru~dt#on ro parts lists ; ith, style rand. V41i , ng lrifor btic l`for qch component's rf lO spare terminal points, strip, with l T+!rmi nal E, 30 SECTI Wr(Oi(~ Pie Pa a're 03US7A8L FR UE Y V I $D -17 be The o ow nq paregrap s s a added,,,., ' ordahc with , teilgtiph, .0 ra- c y ?ho eq~ipipent shall"~NI=~nstaj ied;ih'+lic pn Lion and.M4intkanc@ instruction4 whiph'sha11 be furnished by tho` Oh b , or Manofacturar. The Equipment Manufacturer shill furnish, the services of a 'competent technical representative, or representatives, who shall have had expert" ence in the installation and operation of the equipment which -is being y furnished under this Contract, This service is for the purpose of in- suring proper installation and aflustment of the equipment;; instructing ` o0er4ting personnel in pr er operation, maialtena ce a6d care of the. = equlpnt; for making check tests of;equipmef►t; a d maKin& rEcomendattvns a; for obtaining the most efficiedt use thereof: k 1r N~ ~ p.. o., i-.F °r J, ~ r ~'~~J "v r,if i. 7 ~j fy}Iy ro- i r , r' ~ i°rr ~F ~ f~. { r ~ r *P . 4 I t~r to FY ,M1~~• Z ` ~ ~I' ,t, it °w:u. i 'aa .a«~. T , s t7. a + 1 1r• L r. r qq p, yf r n'I , e +y 6 ~~'.1 ( o f . ' The services of the manufacturer'''s representative shall be provided for 04teVer time p 0100- 18 required to assure proper instailation,4:and°opera- tion of the equ pment, a minimum of one'`(I) day of eight (6) hours dura- tion. 40 SECTION 16D - Page 4 Para rah 17, CONTROL CABINET: Add the following sentences: All control and timing relays shall be as specified herein and shall have two extra contacts- one "a" and one "b" contact - wired out to terminal blocks. In addition, a spare terminal block with twenty spare points shall be installed. 5. SECTION 160 - Page 4: The following paragraphs shall be added: 1118. ENTRY ALARM SYSTEM: A two-zone entry alarm system shall be fur,- nished-and- installed.--The system shall consist of An Alarm Processing. Cabinet, magnetic dool,contacts and photoelectric beam transmitter and receiver. The A1arm.Processing Cabinet shallbe self-contained with a rechargeablb Nicwad battery for up to, 66' hours 'of standpy.poNer supply time,',entry and Oxit AO ustkble delay,; 0 twor set's of Wy out- Out contacts (for }ep to aI, The'-center..3haII be mounted in a L NEMA 1 enclosure and sh"all be emc4 No'. 1026 o`r equail.; The mignet'ic door contacts shall be Ado" No. 40 or equal. The 'photoelectric light been transioitter.JAd receiver shit have trans- formers and 'recha'rgeable' batta`ries for 6p to 24 hours°of sto ,nelby., Tha pMtoelectric spttm shall, include al14ounting end beam aiatin'g acct;}c- ries .Required tor. insta)ling and maintainino,the systelnl, :All 5c$01 ies: sha11 be given to the gwner. The photoelectric systot shall be,'Memto 40, 1 'ki th' iio. 1311' AiMI ng t i~ht, ry 1 i .a h' ~ -A to " t TERM ! r;;r , AlV44 r`s►ifial' blocks sfAl1 Lbe tAlar- laa heavy u y w t a'whvinyl markJng'strip, swh nan 725 4r'egea 41 LNS e Sheet ti 16 s' 'A hote', on 90'tIQ~ A pehai ti Option I he r l ldnfa1.'constt"~t- ~f` £ on` o nts n lift station wells, at locetioq'dejired the Contractor# If suph 4" Joint is used eAy' vertjcal kreir'forci bags .w tiPh are c t Stet A. ` spt i cad, Gi t>!' gaps 'i n accordaNoi .1,ri.ph the , "f>aw l Lap She u10" jog A, d 2k S eet 14 of '16 DEt IL A REYISEO Ali UNCI TOR P6NEL AT,WAS E TER TREA , t ange t e new engrave w n ow to read as o ows: HICKORY (REEK TROUBLE d 4 n F ~*a SYrr 14d r } !w ~ r~' 4 ? Atha, ~.r § 1 t r ~ rr~ ro -r ~ 9 , ~ 7 f ryG„~.' ~ ~.5 ~ ~+"~.1 r'~} .Fa ~+yr~~. 11. ,x 1 ~ n .i~!u x_.. .t° , del. ti y f t'' '~rY Lr} ,a'x i~~ r Y lr: iix .'l.i s hr v J .1 !{+u lc , r} kY:i k ✓ irq 3. 5hEet l5 of , i 6 CL41 4L ICHEMATtC LARD!S~YST__Em Add entry, al aft stem i4rm-Processing Center cabinet ContaG s ' ;.rom e n r A' , y in par 11e1 with the alarm contacts s wn. 4. Sheet 16 of 16 UPPmeECO~f~R PLANP Ltoe ec rEcTsystem mounted DOOR 6 ePTR. Ada ea~m goers north-south as close as practicable to the sliding door in the east wall. The unit shall have its 126 VAC power supply from Lighting Panel LA circuit $11, using 2 1121 112 ground in 3/4' conduit and the alarm contacts shall be wired to the Alarm Processing cabinet in the Electrical Building using 4 114 (2 spare) in 3/4 inc conduit. Change LIGHTING PANEL 'LA' to show circuit 11 supplying the Entry Alarm System. 5. Sheet 16A of 16„L ELECTRICAL CONTROL BUILDING: Add two Ademco No. 40 magnet _c Io r contacts 'one set to each door, and one Alarm Processing Cabinet to the north wall under the Alarm JB. The Alarm Processing Center shall have its 120V AC dower supply from LIGHTING, PANEL circuit 11) with 2 ;112, 112.Gnd_in 3/4 conduit:, }ire magnetic.contacts.to the Alarm Processing Ca4lnet with 2 114 in 3/4" .c0,rniuit `f.~ each.'tet' 10 gnetirc,conduits Wire the puiput'alarm contacts frm,thsBuilIarm of Processing Cabinet through th$,A1erm JOin the;tlectrical ding to the" Alarm System JB in tho Puop Building• n 41, r., r V~, r ~r • r •r T Y BIDDERS SHALL .'.CKNOWLEDGE RECEIPT OF THIS ADDENDUM-19'THE PROPOSAL FREESE AND NICHOLS, INC. Consulting Engineers April 130 198? 4, : } S~ 1.i. r „y..~ e~•.'.ir , 7y +a , `o ,n t (i 1. ( e Y, P~i 44 frv' AU ~~~5 v y 'r~,. ~ YJ, an Rli. h ~ ~ .C ,1 , } d r 1 ~ lY x' 7 e¢; 'i~ 7 r u r I. P n ?y k. lfo 1.'C}r6 f ire ~Y JI' e. b 3•lis rra. .i DENTON, TEXAS INTERCEPTOR SEWERS - SECTION Two PROJECT NO. C-48-1188 CONTRACTS P. B, AND C ADDENDUM NO. 6 April 14, 982 Bids to be Opened: 2:00 p.m., April 20, 1982 SPECIFICATIONS 1, SECTION lB - Page 2 Para ra h 8, ELECTRIC MOTORS, Sub-paragraph g, last sentence: Change the last sentence to read: Continuous equipment load shall not exceed 87 percent of motor nameplate horsepower for motors with a 1.0 service factor, and shall not exceed 100 percent of motor nameplate horsepower for motors with 1.15 service factor. 2. SECTION 15G - Page 4,-Paragraph 7 MOTORS Second Subparagraph: Change t he paragraph to rea : Horsepower rating of motors, at 1.0 service factor, shall be equal to or greater than the total horse power requirement of the pump when operating at any head between the shut.-off and minimum heads, inclyding power requirements for bowl assembly, column and tine shaft bearing loss, a:ld motor thrust bearing loss from pump thrust. Motors shall have a 1.15 service factor. 3, SECTION 15G - Page 5. Paragraph 1, MOTORS, Seventh Sub-paragraph: Ad t following sentence: Each motor shall have two bearing temperature detectors, one in the guide bearing, ai.d one in the thrust bearing. 4. SECTION 150 - Page 5, *Paragraph 1, MOTORS, Eleventh Sujra ra h Tr Sentence: 'Change the third sentence to read as follows: Bearings for all motors shall be selected for a 15-year. average life in accordance with Anti-Friction Bearing Manufacturer's Association life.and;thrust values. Bidders shall acknowledge receipt of this addendum in the proposal. Freese and Nichols, Inc. Consulting Engineers April 14, 1982 NOTICE TO BIDDERS Sealed Proaosals addressed to Mr. John J. Marshall, Purchasing Agent of the City of Denton, Municipal Building, Denton, Texas 76201, for the construction fo Project No. C-481188-12-0 consisting of: SANITARY SEWER LINES - CONTRACT "A" AND SEWAGE LIFT STATION - CONTRACT "R" will be received at the ebove office until: at which time and place the Proposals will be publicly opened and read aloud. Any bid received after closing time will be returned unopened. Proposals may be modified or withdrawn at any time prior to the time set for opening bids. Copies of the Plans and Specifications are on file at the office of Facilities Administrator, Municipal Building, Denton, Texas, and may be obtained from the Engineers, Freese and Nichols, Inc., 811 Lamar Street, Fort Worth, Texas 76102 Telephone (811) 336-7161, at the following costs for full size Plans and Specifications, which will not be refunded: Contract "A" $50.00 per set Contract "B" $25.00 per set A cashier's check, certified check, or acceptable Bidder's Bond payable 'to the City of Denton, Texas, in an amount not less than five (5%) percent 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 bonds on the forms provided in the Contract Documents. A performance bond and a payment bond, each in amount of not lass than one hundred (1b0%) percent of the contract price, conditioned upon the faithful performance of the contracts, and upon payment of all parsons supplying la,.,,r or furnishing materials, will be required. Any contract or contracts awarded under this Advertisement for Bids are expected to be funded in part by a grant from the United States Environ- mental Protection Agency. Neither the United States nor any of its departments, agencies, or employees is or will be a party to this Ad- vertisement for Bids or any resulting contract from this project (0-481188-12-0). This procurement will be subject to regulations con- tained in 40 CFR 35.936, 35.938, and 35.939. A-1 . I NOTICE OF REQUIREMENT - MINORITY BUSINESS ENTERPRISE PARTICIPATION Each bidder must fully comply with the requirements, terms and con- ditions of the U.S. Environmental Protection Agency, Region 6 Minority Business Enterprise (MBE) requirements, including the goals for minority business ps.rticipation during the performance of this contract. The Gilder commits itself to the goals for minority business participation colltarned herein and all other requirements, terms and conditions of these bid conditions ~_ysubmitting a properly signed bid. Requirements are contained (1) 40 CFE 35.936-7; 2 Federal Register Vol. 43, No. 248, Tuesday, December 26, 1978; (3) Appendix C-2 T9 and EPA, Region 6 Policy and guidelines. This project (C-481188-12-0) is to be funded in part by a Federal Grant in accordance with the eligibility of the project under P1 92-500. In order to comply with the Specifications and Contract Requirements for this work., the Contractor roust insure and/or comply with the $'Equal Opportunity in Employment Requirements: Bidders on this work will be required to comply with the President's Executive Orders Number 11246 and Number 11375, which prohibit discrimination in employment regarding race, creed, color, sex, or national origin. The requirements for bidders and contractors under this order are explained in the specifi- cations." INFORMATION REGARDING B'JY AMERICAN PROVISION (a) The Buy American Provision of Public Law 95-217 (Section 215 of Public Law 92-500 as amended) as implemented by EPA regulations and guidance, generally requires that preference be given to the use of domestic construction material in the performance of this contract. (b) Bids or proposals offering use of nondomestic construction material may be acceptable for award if the Regional Administrator waives the Buy American provision based upon those factors that are deemed relevant, including: (i) such use is not in the public interest; (ii) the cos,, is unreasonable; (iii) the available resources of the Agency are not sufficr±nt to implement the provision or (1v) the articles, materials, or supplies of the class or kind to be used or the articles, materials, or supplies from which they are manufac- tured are not mined, produced, or manufactured, 2s the case may be, in the United States in sufficient and reasonably available com- mercial quantities and of a satisfactory quality for the particular project. The Regional Administrator may also waive the Buy American provision if it is determined that application of this provi~-ion is contrary to multilateral government procurement agreements. Such evidence as the EPA Regional Administrator may deem relevant shall be furnished to justify use of rondomestic construction material. Attention is called to the fact that there must be paid on this project not less than the general prevailing rate of wages for each classification of workman required on the project, as set forth in the contract documents. A-2 The City resei-ves the right to reject any or all bids and accept or reject any informalities. Unless all bids are rejected, award shall be made to the lowest responsive, responsible bidder. No bid may 5e with- drawn until the expiration of ninety (90) days from the date bids are opened. John J. Marshall, C.P.O. Purchasing Agent City of Dentun, Texas A-3 INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK: The work to be performed under this Contract con- sists of furnFsing all material and labor required to construct sewer interceptor and pump station for the City of Denton, Texas, as shown on the drawings and Contract Documents. The major items of construction are described generally as follows: Contract A. Installation of sanitary sewer interceptor lines using 10" to 27" diameter pipe of various materials for an approximate total length of 98,500 L.F. and a 24" force main of approximately 12,200 L.F. Contract B. Construction of a 10 14GD sewage pump lift station located on the Hickory Creek interceptor. 2. 114TERPRETATION OF DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the meaning of any part of plans, specifications, or other proposed Contract Documents, he may submit to the Engineer a written request for an interpretation thereof prior to 48 hours of the time for opening of bids. The person submitting the request will be responsible for its prompt delivery. Any interpretation of these documents will be made only by addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of such Documeo ts. The Owner will not be respon- sible for any other explanations or interpretations. 3. FEDERAL SPECIFICATIONS AND CONTRACT REQUIREMENTS: This project will be financed in part y a Federal Grant for Sewerage Works, Public Law 92-500. Federal specifications and contract requirements applicable to this Contract are included immediately following the Geneial Condi- tions and are listed as follows: A. "Supplemental Conditions for Federally Assisted Wastewater Facilities, Construction Contracts." B. "Labor Standards Provisions for Federally Assisted Construc- tion Contracts." 4. PREPARATION OF BID: Bidders shall use the proposal forms included in the Contract Documents. Proposal forms are to be left attached to document, in same manner as received by Bidders. Supplemental data to be furnished shall be included in same sealed envelope with Proposal. 5. DELIVERY OF PROPOSAL: It shall be the Bidder's responsibility for the delivery of h ~ proposal at the proper place by the time state in the Advertisement for Bids. The mere fact that a proposal was dispatched will not be considered. Each proposal shall he in a sealed envelope plainly marked with the word "PROPOSAL" and t!-,e name or description of the project as shown on the front cover of the Contract Documents. B-1 b. BID SECURITY: Each bid must be accompanied by a certified or cashier's check or an approved Bidder's Bond for the sum of five (5%) percent of the amount of the maximum total bid as a guarantee that, if awarded the contract, the Bidder will promptly enter into a Contract and execute Performance and Payment Bonds on the forms included in the Contract Documents. Certified or cashier's check shall be made payable to the of City of Denton, Texas. 7. SURETY BONDS: Performance and Payment Bonds in the amount of not less than one hundred percent (100%) of the contract price conditioned upon the faithful performance of the contract, and upon payment of all persons supplying labor or furnishing materials, will be required upon the forms which are a part of the Contract Documents. Bonds shall be executed by a surety company acceptable to and approved by the Owner, authorized to do business in the State of Texas, and acceptable for underwriting of risks as indicated by the atest revision, Treasury Department Circular 570, listing companies holding certificates of authority from the Secretary of the Treasury as acceptable sureties on federal bonds. The period of the Performance Bond shall be extended one year from the date of acceptance of all work done under the Contract, to cover the guarantee as set forth herein. 8. GUARAVEE: The Contractor shall guarantee the work for a pericd of one (15 year after date of acceptance by the Owner. During this period, the Contractor shall make any repairs and/or replacements of defective materials and corrections due to poor workmanship, all as may be required for full compliance with these Specifications. This guarantee shall apply to all matters reported by the Owner in writing within said one (1) year period and this guarantee shall be covered by the extension of .the Performance Bond. 9. QUALIFICATION OF BIDDERS: Pre-qualification of Bidders is r.ot require ,however, at the request of the Owner, after receipt of bids, each Bidder requested to do sv shall furnish complete information per- taining to his financial condition, record of work, equipment available for the project, and such other evidence deemed necessary to show the Bidder's ability to perform satisfactorily the work on which he has bid, and ti•ithin the designated time. 10. INTERPRETATION OF QUOTED PRICES: In case of a discrepancy between the unit prices and the total figures in a proposal, the unit prices shall prevail and extensions for totals shall be calculated at unit prices bid. 11. AWARD OF CONTRACT: The Owner reserves the right to award these contracts based on is decision as to the best bid or combination or bids submitted. The Owner also reserves the right to reject any or all bids. Unreasonable or unbalanced unit prices will be cause for rejec- tion of any bid. Unless all bids are rejected, award shall be made to the lowest responsive, responsible bidder. $-2 12. WAGES A14D HOURS: Wage Rate Determination from the Environmental Protection Agency or the City of Denton is to become a part of these specifications. The Wage Rate will be issued by addenlum prior to the Bid Opening. A copy of wage rate schedule must be posted and kept posted in a con- spicuous place on the site of the project at all times during construc- tion. Copies of the wage rate schedule will be furnished by the Owner, but the responsibility for posting and keeping posted rests upon the Contractor. 13. SALES TAXES: The Owner qualifies as an exempt agency pursuant to the provisions 'of Article 20.04 (H) of the Texas Limited Sales, Excise and Use Tax Act, and is not subject to any State or City sales taxes. The Contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comp- troller's ruling #95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95-0.09 as amended t be effective October 1, 1969. 14. TIME OF COMPLETION AND LIQUIDATED DAMAGES: The work covered by this Contract shall be substantially completed in the calendar days stated in the Proposal. In the event the Contractor fails to sub- stantially complete work in this time, the 1,wner may withhold per- manently from the payments to the Contractor, as Liquidated Damages, the sums set forth in Vie Supplemental General Conditions of Agreement. This is a "calendar day" contract, and due consideration shall be given by the Contracto) in establishing the completion date to the number of days which may possibly be lost because of bad weather, strikes, lock- outs, fires, unusual delays by common carrier, or other causes. Time lost for these reasons will not be considered grounds for an extension of contract time. 15, RIGHT-OF-WAY: Where the sewer lines and structures are on pri- vately owned property, the City has provided easem~ ,ts for such con- struction. The width of easement is 60 ft. temporary easement for construction and 20 ft. wide permanent easement. In such cases where the Contractor may desire to occupy space outside the 60 ft. width, or where ingress and egress is desired at intermediate points, the Con- tractor shall make his own arrangements with the land owner. The Con- tractor shall take all reasonable precautions to protect adjacent land, structures, trees, fences on the easement or adjacent land, and may be responsible to save the Owner harmless from dam-ge claims which may result from his operations. The same requirements shall apply when the sewer line is located in City Streets or public highways, B-3 16. PROTECTION OF PROPERTY AND EXISTING UTILI'iIES: Within developed areas, a private property along and adjacent to tie Contractor's operations, including lawns, yards, shrubs and trees, shall be ade- quately protected, and when damaged or removed, shall be repaired, replaced, or renewed or otherwise put in a condition equal to or better than that which existed before the Contractor caused the damage or removal. An attempt has been made to show existing utilities on the plans, but the possibility remains that some underground utilities may exist that have not been shown. The Contractor, through contact with local utility owners, shall keep himself informed and take such precautions as neces- sary to avoid damage. If an existing utility is in conflict with the proposed sewer line, the Owner will either move the sewer line or have the utility moved at the Owner's expense. Where the Contractor desires to have an existing utility moved that does not actually conflict, but is adjacent to the Contractor's work, then in such case the Contractor shall pay for ad- justment of the existing utility. 17. CHANGE IN LOCATION: No change in the alignment is contemplated; however, should a change be necessary, the Owner reserves the right to make such changes, and unless it can be clearly shown that such change works an undue hardship on the Contractor, no extra compensation will be allowed. 18. WATER FOR CONSTRUCTION: The Contractor may purchase water as required for construction purposes at the City's published rate of charge through existing fire Nydrants. If the Contractor desires to take water at fire hydrants, then he shall install at his expense, a slow closing valve on the outlet and a suitable meter. When the Con- tractor is using water from the hydrant, he shall open the hydrant alve in the morning and use the valve which he has installed for control at all other times. At night, upon cessation of construction operations, the hydrant Vd1ve shall be closed. At all times when the Contractor's valve remr,ins on the outlet, the Contractor shall keep necessary wrenches available at the hydrant so that the valve can be quickly removed by the City in case of fire. The City will not be required to furnish water unless the Contractor adheres to the above described requirements. 19. MATERIALS FURNISHED BY OWNER: The Owner will not furnish any mater a s. 20. CLASSIFICATION OF EXCAVATION: All excavation for this project will be unclassified aFe the o ntractor shall be responsible for investigating and satisfying him A f of subsurface conditions prior to submitting his bid. No test borings have been made. 21. SAFETY PROVISIONS: This Contractor shall provide be;-ricades, flares, warning signs, and/or flagmen so that danger and inconvenience to the public will be held to a minimum. In addition to any other B-4 requirements of the Contract Documents, the Contractor shall be re- sponsible for familiarity and compliance with all Federal, State and local safety rules, laws and requirements. 22. DISPOSAL OF EXCESS MATERIALS: After backfilling and compacting the trench bac fill or backfill around stri.ctures, there may be in some instances an excess of material over that required to bring the cackfill up to the original grade. In such cases where there is an excess of material, this Contractor shall load and haul it away from the job site and dispose of it in a manner acceptable to the City. 22. MEASUREMENT AND PAYMENT: D11 work and material in this contract is to be paid for through monthly est mates prepared by the Contractor and subject to approval of the Owne. -.id Engineer, and based on the unit prices and quantities contained in the proposal. A more detail de- scription of measurement and payment is contained in Section 1C of this document. 24. PROJECT SIGNS: Two project identification signs are required as a part of ontract mP and one sign for Contract "B". The signs shall be produced in accordance with the details shown in the Federal Specifi- cations (pink sheets) which are bound into this document. The signs shall be erected on a prominent street near construction areas. No direct payment will be made for these signs, but the cost shall be subsidiary to the bid items included in the proposal. 25. LOCAL MATERIALS AND LABOR: The Contractor shall give preference to the use of local mater a s, or the use of materials which may be avail- able through local suppliers, when the cost or quality of such materials are equivalent to those obtained elsewhere. The Contractor shall also give preference to the employment of local citizens insofar as the,, are available and suitable for the work to be done. 26. PROGRESS SCHEDULE: Prior to beginning work, the Contractor shall furnish the Engineer with an anticipated progress schedule covering all of the work to be performed under this contract. During construction, the schedule shall be revised to reflect as nearly as possible the actual construction operations. The Contractor shall also furnish the Engineer with a schedule showing ordering date and delivery date of all items of equipment and material. These dates shall be keyed to the progress schedule for the work. 27. NOTICE OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES: Bidders are cautioned as follows: By signing the contract for which these bids are solicited, the bidder will be deemed to have signed and agreed to the provisions of the "Certification of Nonsegregated Facili- ties" as contained in the Specifications for this project. 28. NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CON!;rRUCTION CONTRACTORS: A certification of Nonsegregated Facilities, as r0qu red by the May 28, 1968, order (33 F.R. 7808, May 28, 1968) on Elimination of Segregated Facilities, by the Secretary of Labor, must be sbumitted prior to the ti B-5 award of a federally assisted :onstructicn contract exceeding $100000 which is not exempt from the provisions of the Equal Opportunity Clause. Contractors receiving federally assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide far the forwarding of contracts where the subcontracts exceed $30,000 and are not exempt from the provisions of the Equal Opportunity Clause. 29. EROSION AND SEDIMENT CONTROL MEASURES: The Contractor is expected to conduct h s work n suc a manner as to minimize any soil erosion or sediment runoff from the construction site. Earth cuts and fills shall have smooth, flat sideslopes, as generally indicated on the plans, to preclude erosion of the soil. Such operations should be timed consistent with the actual need for eoing the work and to leave raw, unprotected surfaces a minimum period of time. Existing bermuda grass lawns are to remain intact as far as practical. Such areas as are disturbed shall be duly restored by the Contractor and he shall be responsible for correcting any erosion that occurs. As construction progresses and at locations where erosion with sediment runoff occurs or is likely to occur th% Contractor shall construct temporary ditches, retainage levees, drains, inlets, or other works to correct the condition. Upon completion of the work such facilities shall be removed. The plans show all planting areas, turf areas and rock fill areas all of which in their complete forin will be stable, protected, non-erosion surfaces. During construction the Contractor shall take the necessary precautions to see that erosion is controlled and sediment runoff is prevented. 30. PUMP STATION STRUCTURE - FLOATATION PREVENTION: When the concrete pump stat on structure -is empty no water on ns e), the buoyancy force of water on the outside, if completely filled around the structure would be greater than the weight of the structure. For this reason, care must be exercised that the structure is not floated up from its intended grade. This Contractor shall assume responsibility to insure that the structure remains on grade until completely backfilled. The Contractor is especially reminded to avoid surface or ground water filling the excavation around an empty structure. Also, the bottom five ft, of backfill shall be compacted in lifts not more than 8" loose measure. No betting shall be done in the lower 5 ft. of backfill. 31. LIMITS OF PUMP STATION CONTRACT "8": The pump station shall begin with a flanged connection to the 4 force main at Station 301+96 and continue to a final connection with the 27" Hickory Creek Interceptor at Station 302+18 as shown on the plans. The lump sur price bid for the pump station shall be inclusive of all excavatioi formwork, concrete, steel, equipment, finishes, backfill, and fence shown on the plans and as necessary for an operable station at cor '-etion. 6-6 The lump sum bid for this pump station shall elso include the clearing, grubbing and grading of the pump station site within the limits indi- cated on Drawings. Construction of the access road to the Lift Station will be part of Contract "8" but shall be quoted separately under Bid Item No. 237. END OF INSTRUCTION5 TO BIDDERS B-7 PROPOSAL INTERCEPTOR SEWERS - SECTION TWO Denton, Texas 1981 PROPOSAL OF A Corporation organized and existing under the laws cf the State of A Partnership consisting of The business name of an individual. ' TO: THE CITY OF DENTON, TEXAS PROPOSAL FOR: INTERCEPTOR SEWERS - SECTION TWO The undersigned Bidder, pursuant to the foregoing Notice to Bidders, has carefully examined the Instructions to Bidders, this Proposal, the Special Conditions, the Form of Contract Agreement and of Bonds, the General Conditions of Agreement, the specifications, the Plans, and also the site of the work, and will provide all necessary labor, superintendence, machinery, equipment, tools, materials, services, and other facilities to complete fully all of the work as bid and as provided in the Contract Documents; and binds himself upon formal acceptance of his Proposal to execute a contract and bonds, according to the prescribed forms to furnish and install the following units of work at the prices quoted, to-wit: CONTRACT "A" - SANITARY SEWER LINES Item Estimated Unit No. Description Quantity Unit Price Amount 1. 27" V.C. Pipe, 01-6' cut 200 L.F. ; ; 2. 27" V.C. Pipe, 61-8' cut 560 L.F. a ; 3. 27" V.C. Pipe, 81-10' cut 10100 L.F. 4. 27" V.C. Pipe, 101-12' cut 31520 L.F. i ; 5. 27" V.C. Pipe, 121-14' cut 9,070 L.F. ; ; 6. 27" V.C. Pipe, 141-16' cut 68040 L.F. ; ; C-1 n 3 lie Item Estimated Unit No. Desrri tion Quantity, Wit Price Amount 7. 27" V.C. Pipe, 16'-18' cut 2,04D L.F. $ 8. 27" V.C. Pipe, 18'-20' cut 110 L.F. 9. 27" V.C. Pipe, 201-22' cut 110 L.F. $ ~ 10. 27" V.C. Pipe, 221-24' cut 125 L.F. S $ 11. 27" V C. Pipe, 24'-26' tut 50 L.F. S $ 12. 24 V.C. Pipe 0'-6' cut 30 L.F. ; $ 13. 24 V.C. Pipe 6'-8' cut 540 L.F. $ $ 14. 24" V.C. Pipe, 8'-10' cut 520 L.F. ; ; 15. 24" V.C. Pipe, 10'-12' cut 860 L.F. S $ 16. 24" V.C. -ipe, 12'-14' cu'. 11230 L.F. S ; 17. 24" V.C. Pipe, 141-16' cut 50 L.F. S ; 18. 24" V.C. Pipe, 161-18' cut 200 L.F. S ; 19. 24" V.C. Pipe, 18'-20' cut 42 L.F. ; ; 120. 21" Y.C. Pipe, 01-6' cut 460 L.F. S $ 21. 21" V.C. Pipe, 61-8' cut 1,670 L.F. 22. 21" V.C. Pipe, 81-10' cut. 2,960 L.F. ; s- 23. 21" V.C. Pipe, 101-12' cut 31510 L.F. ; $ 24. 21" V.C. Pipe, 121-14' cut 29760 L.F. S 25. 21" V.C. Pipe, 14'-16' cut 21700 L.F. 26. 21" Y.C. Pipe, 161-18' cut 2,620 L.F. I 2'i. 21" V.C. Pipe, 18'-20' cut 1,040 L.F. S S 25. 21" V.C. Pipe, 201-22' cut 52 L.F. S S 29. 18" V.C. Pipe, 0'-6' cut 830 L.F. S 30. 13" V.C. Pipe, 61-8' cut 20460 L.F. S ; 31. 18" V.C. Pipe, 81-10' cut 21500 L.F. S ; C-2 Item Estimated Unit No. Description uantit Unit Price Amount 32. 18" V.C. Pipe, 10'-12' cut 21430 L.F. S $ 33. 18" V.C. Pipe, 12'-14' cut 11400 L.F. S $ 34. 15" V.C. Pipe, 0'-6' cut 11140 L.F. $ $ 35. 15" V.C. Pipe, 6'-8' cut 3,600 L.F. S $ 36. 15" V.C. Pipe, 8'-10' cut 3,120 L.F. ; $ 37. 15" Y.C. Pipe, 10'-12' cut 4,140 L.F. ; $ 38. 15" V.C. Pipe, 121-14' cut 3,270 L.F. $ ; 39. 15" V.C. Pipe, 14'-16' cut 590 L.F. ; ; 40. 15" V.C. Pipe, 161-18' cut 270 L.F. ; $ 41. 15" V.C. Pipe, 181-20' cut 210 L.F. S $ 42. 15" V.C. Pipe, 201-22' cut 60 L.F. ; $ 43. 15" V.C. Pipe, 221-24' cut 242 L.F. ; $ i 44. 12" V.C. Pipe, 01-6' cut 310 L.F. ; S 45. 12" V.C. Pipe, 61-8' cut 190 L.F. 46. 12" V.C. Pipe, 8'-10' cut 2,720 L.F. S S 47. 12" V.C. Pipe, 101-12' cut 21310 L.F. ; ; 48. 12" V.C. Pipe, 121-14' cut 20270 L.F. ; 49. 12" V.C. Pipe, 141-16' cut 10310 L.F. ; ; 50. 12" V.C. Pipe, 161-18' cut 780 L.F. S $ 51. 12" V.C. Pipe, 181-20' cut 210 L.F. ; $ 52. 12" V.C. Pipe, 201-22' cut 190 L.F. S $ 53. 12" V.C. Pipe, 221-24' cut 140 L.F. ; $ 54. 12" Y.C. Pipe, 241-26' cut 184 L.F. ; $ 55. 10" V.C. Pipe, 01-6' cut 170 L.F. S S NOTE: See Sections 1C and 2D for optional use of PVC pipe for sizes up to and including 15". C-3 Item Estimated Unit No. Description uan'.it Unit Price Amount 56. 10" V.C. Pipe, 6'-8' cut 21440 L.F. 57. 10" Y.C. Pipe, 8'-10' cut 51730 L.F. $ $ 58. 10" V.C. Pipe, 101-12' cut 3,840 L.F. S S _ _ 59. 10" V.C. Pipe, 12'-14' cut 10200 L.F. $ $ 60. 10" V.C. Pipe, 141-16' cut 180 L.F. S S, 61. 10" V.C. Pipe, 161-18' cut 107 L.F. S r _ 62. 24" Concrete Cylinner Pipe (C-303), Including Special Fittings 12,207 L.F. S $ 63. 20" Ductile Iron Pipe for Elevated Crossings 90 L.F. ; $ 64. 24" Ductile Iron Pipe for Elevated Crossings 187 L.F. ; $ 65. Standard 6-Ft. Piers for r Elevated Crossings 13 Each ; $ 66. Vertical Pier Extension for Elevated Crossings 90 L.F. ; $ '67. 24" Cast Iron Pipe 623 L.F. 68. 20" Cast Iron Pipe 654 L.F. 69. 18" Cast Iron Pipe 575 L.F. ; $ 70. 16" Cast Iron Pipe 10477 L.F. ; ; 71. 12" Cost Iron Pipe 346 L.F. ; $ 72. 10" Cast Iron Pipe 156 L.F. ; ; The Following Underground Crossings shall be in Addition to Cast Iron Pipe lluoted Above: 73. Bored X-ing "A" (5/24) 60 L.F. ; 74. Bored Xing "B" (5/24) 111 L.F. $ NOTE: See Section 1C and 2D for optional use of PVC pipe for sizes up to and including 15". C-4 ~~r Item Estimated Unit No. Description Quantity Unit Price Amount 75. 36" Cased X-ing "C" (6/42,43) 210 L.F. S ; 76, 36" Cased Xing "D" (6/43) 95 L.F. ; $ 77. Bored Xing "E" (7/43) 110 L.F. S $ 78. 42" Cased Xing "F" for 24" Concrete Force Main (12/43) 110 L.F. S S 79. 40" Cased Xing "G" (17/44) 82 L.F. ; S 80. 40" Cased Xing "H" (20/45) 120 L.F. 81. Bored Xing "1" (20/45) 80 L.F. ; S 82. 36" Cased Xing "J" (22/44) 54 L.F. 83. 34" Cased Xing "K" (23/44) 54 l.!'. 84. 26" Cased X-ing "L" (24/44) 67 L.F. S ; 85, 26" Cased X-ing "M" (26/30) 54 L.F. 86. 24" Cased X-ing "N" (28/3D) 54 L.F. 87. 24" Cased Xing "0" (30/30) 93 L.F. 88. Bored Xing "P" (31/45) 169 L. F4 ; S 89. Bored Xing "Q" (31/45) 125 L.F. S ; 90. 30" Cased Xing "R" (33/47) 78 L.F. 91. Bored Xing "S" (34/46) 70 L.F. 92. 30" Cased X-ing "T" (24/46) 90 L.F. 93. 30" Cased Xing "U" (34/46) 170 L.F. 94, 30" Cased Xing "Y" (34,35/46) 320 L.F. 95. 26" Cased Xing "V!" (35/46) 60 L.F. 96. 26" Cased X-ing "X" (35/47) 72 L.F. 97. 30" Cased Xing "Y" (36/47) 88 L.F. 9P. 26" Cased Xing "Z" (37/47) 83 L.F. ; i C-6 F I -F IT t s Estimated Wit Item Quantity- Unit Price Amount _ No. Description S - S BU L.F. „ AA (39/48) 99, 34" Cased Xing lOD. Bored Xing "BB" (39/48) 40 L.F. S - S 101. Bored Xing „CC„ (40/48) 94 L.F. S_ S 102. Bored Xing „DD„ (40/48) 134 L.F. „ 103• Bored Xing „EE (40/49) 05 L.F. "FF" (40/49) 110 L.F. S $ 104. Bored Xing "G0" (40/49) 80 L.F. S 105. Bored Xing 85 t. F . S_. S 106, Bored Xing "NN" (40/49) 107. Bored X-ing "II" (40/49) 50 L.F. - in, Standard 4' Dia. Manholes to 193 Each S S - 6-Ft. Depth 1,030 I.. F. S ; 109. Extra Depth Std. Manhole 110 Rectangular Manhole at 1 Each L.S. S• Wastewate, Treatment Plant 111. Rectangular Manhole at end 1 Each L.S. S_ Pecan Creek Interceptor 112. Co-EdiLiftaStale(Shts, 31/50) i Each L.S. 113. Off-Line Manhole b Piping at Sta. 59+45 on N.T.S.U. Line 1 Each L.S. i (Shts. 33/50) 114, Interconnection at M.H. 013, 1 Each L.S. S - Hickory Cr. Outfall (Sht, 3) 115. Interconnection At M.K. 023 Hickory Creek Outfall 1 Each L.S. S (Shts. 5/42) 116, Interconnection at M.N. 041 1 Each L.S. i Pecan Creek Line (Sht. 39) 117. Interconnection at M.H. 010, 1 Each L.S. S Pecan Creek Line (Sht. 040) C-6 ,,44 77,777, W, '1 h} fem. d Estimated Unit Item Quantit Unit Price Amount No. Descr_,_o~ Ill. 16" Cast Iron Pipe 992 L.F. S 352 L.F. 112. 12" Cast Iron Pipe 156 L.F. S S 113. 10" Cast Iron Pipe The Following Underground Crossings shall be in Addition to Cast Iron Pipe Quoted Above; 114. Bored X-ing "A" (5/24) 60 L.F. S S 115. Bored Xing "B" (5/24) 111 L.F. S S 116. 36" Cased Xing "C" (6/42,43) 210 L.F. S S 117. 36" Cased Xing "D" (6/43) 95 L.F. S S 718. Bored Xing "1" (20/45) 80 L.F. S S 119. 35" Cased Xing "J" (22/44) 54 L.F. S• r _ S 120. 34" Cased Xing "K" (23/44) 54 L.F. S S 121. 26" Cased Xing "L" (24/44) 67 L.F. S, S 122. 26" Cased Xing "M" (26/30 54 L.F. 54 L.F. S S 123. 24" Cased Xing "N" (28/30) 93 L.F. S!_ s 124. 24" Cased X- in,g "0" (30/30) - S- 125. 30" Cased Ong "R" (33/47) 75 L.F. $ 126. Bored Xing "5" (34/46) 130 L.F. 90 L.F. S S 127. 30" Cased Xing "T" (34/46) 472 L.F. S 5~--,- 128. 30" Cased Xing "U" (34,35/46) . 129. 26" Cased X-ing "V" (35/46) 60 L.F. 130. 30" Cased X-ing "W" (36/47) 90 L.F. S 5- S_, S 131. 26" Cased Xing "X" (37) 83 L.F. 132. 34" Cased Xing "Y" (39) 86 L.F. S_' S 105 L.F. 133. 30" Cased X-inq "Z" (40) 134. Standard 4' Dia. Manholes to 135 Each $ $ - 6-Ft. Depth C•7 k r . ;!;~P 11 •'"ti rr t.y f i 77"T 7777", 135. Additional 1500# Concrete for $ Cradles when Ordered by Engineer 50 C.Y. S TOTAL AMOUNT OF BASE BID FOR SANITARY SEWER LINES - CONTRACT "A" CONTRACT "B" -SEWAGE LIFT STATION 136. Sewage Lift Station, Complete in Place, including interconnecting Lines and Site Work as Detailed, for the Lump Sum of (Bidder shall attach a breakdown of lump sum bid) 137. Construction of Access Road, complete in place as detailed, for the Lump Sum of TOTAL AMOUNT OF BASE BID FOR LIFT STATION & ROAD - CONTRACT "B" The undersigned agrees to substantially complete all work covered by this Proposal and these Contract Documents within the designated consecutive calendar days from and including the day established for the start of the work as set forth in a written work order to be issued by the Owner or by the Engineer for the Owner. Except by mutual agreement of the Owner and the work wil les thanOtenr(10)rdayseoranotemorelthandthirtyh(30)adaysfafter theldatenof then Contract Agreement. The undersigned agrees to complete all work covered by these Contract Documents within 550 calendar days. Wi'ciiiii ten (10) days after formal acceptance of this Proposal by an award of contract, the undersigned will execute the Contract Agreement and will furni-,h approved surety bonds and such other bonds as required by the Contract Documents for the faithful performance of the Contract. Ir. the nCthe r attached e bid t seand curity bonds in a the n amount executed within the time set forth, is to become the property of the Owner as liquidated damages for the delay and additional work caused thereby. The bidder is requested to fill in the following statement as a part of this Proposal; We have or have not performed a contract En 11246. under the Environmental Protection of Agency Executive n Ordero C-B e 77 T17 Receipt is hereby arknowledged of the following addenda: Addendum No. 1 Addendum No. 4 Addendum No. 2 _ Addendum No. 5 Addendum No. 3 Respectfully submitted, By T tle (SEAL) If Bidder is a Corporation NOTE: othertpapers. detach bid forms from ink and submit complete with attached papers. C-9 Receipt is hereby acknowledged of the following addenda: Addendum No. 1 Addendum No. 4 Addendum No. 2 Addendum No. 5 Addendum No. 3 Respectfully submitted, By_ Title (SEAL) If Bidder is a Corporation NOTE: Do not detach bid forms from other papers. Fill in with ink and submit complete with attached papers. C-10 v ~ nj F 1~'. ? _ !d fI F6 1 ~ nF ~ W( llr. r Jil`K t ~ F tit ~r f i~. " aF SUPPLEMENTARY CONDITIONS; r it GENERAL ONDITIONS; The General Conditions are gene,00 ih scope and may re er o c- ondition's not ,encountered .0h the, work` covered bylthis contract, Any provision of the General Conditions which pertain to a` nonexistent condition and is not'appliceble to the work`"td be performed hereunder, or which conflicts with any provision of the Supplemitntary Conditions, shall have no meaning in the contract arid shall be di sre- garded. 2, INSU NICE, The Contractor shall'comply with the requirements of Paragrap 3 of the Ceneral Ca ditions:and shall, at his.own expense, purchd;e jnai,ntein and; keep,in force such ;,insurance as',will'ot i;ect him.`; from claims; set north beiow which may•arise,out- of off, esult ,frost hls. operations undir this Contract, whether such operation are by himself or. by any Subcontractor` or by', anyone 'directly orl indirectly; en+pl'oyed by any of them or by anyono for whose acts any of them may be'1ia tie; 2.1 $ych insurance as will protect the.Cbntractor frtm vials Owc, s# ~~11ttams. y finder. statutory Workmen s-Compensation"l d1 ' or such other employee benefit laws'is wild-fulfill the,re- quireAents,of the jurisdiction in which the work is W be a performed.; Such incur neePrshall beameipdeq to provide % coverapp'f r multidl, urisdic;ions.ard other sucif lWicited r Govcrages:{oU,S., LoJ~y's of~ens'd~,Ht'Y'" 'Workers. ~►Wralty, x i 1 etc as Maly be app i ;06r 2.2 SuCh insurance as'w)11 protect:tkle,cgntraotor tPr da~ipes peceuiq' 'of both l u Ol ckn ai , ; dlsee , dr death `,f: his ' As ti9n 1 art frojtn hey by ilpr ll''s Coaiyrp x lm 01 i `uch in'Wr tee Wry n0 e miniImit.`of',ti ility ' ti " Of t loss ttlaq .i5Q0,QRq ' 2; 3 k Such insitrMnCeS a_s wi11 protec~tthi'ontr tier from ; ~aites':'frpm pirson#1 ip u +sickniss; % d auiges bEcpuse of bed ly inltdrS+, + disease or, death with i+44 iletits 0 liabl ity of not less than $5DO,QOAO each occurrence and $500,400.00 aggetvate. 1.4. Such insurrance ~s'.twtllrotecL ttla Cgf~,~j'actor frra claims` for, tiod o, #b1 proFsrty 0f dlde ei''for, 1h ury t4. dli trtlc f cr dthe s' "Anclud4il lo'~ i+fe"„It roof. CW or$q shb11 s de Broad f4grm' Pry' rIt DemA o and p0e1 0! fiC ex 1 . clUSions where' applica~l,e ' The Onimuei limits of 'liabiiity shall be 3500,00a,00 per occurrence and $50,6CC.69 ,,aggregate, Sych insurance aa. 11I relict 'thi Cb~htractoP ii'roia c1a pis for damages arisinj'out oi','~he maintenance operation brrusl of, any owned;'"non ownoo or hired vehicles. Minimom lW ti of 1i= obi My fo`i bodily injuryy pind property damn"gs'C9mbined shell be;nat 1904 than $500,000.00 each occurrence. SC-1 i IV 41- i 6 ti..,Ia If' R ~ " ♦ 'F "'1 I ~ e ' ~ 2 .n ,"~r,r { , / i i ~ ,P+.'.. ,di , I,t'x i ° `t v. r~•~j*I .~`tf ~l~'`°V~ ~ dl ~Y r ih 'err ~ _r '.C v WWI t f i^S iN~ 7414 y, q .S."• ~ `t.r,~k 7 2, e ~ ` ♦ ~ Y 'A ~ { 11Y KY a ~ t i, i 'd ~ R r r i ~ s y d K~a~ yp w r wAM` t,l r ;'~l~` ?,ra,'V " :t {a }~j~wye, 6 C tkt "?+p`i ~ti+F f .?ki{t ~4k' M lie ' i {4~ ; . f r~-.'N• i t F \7.fr .i k ~P Y~;~3 k ~se 4 h 2.6 r~oPrt' jnerance ~ipo,rh' ~tlie Vq"rk, "1~.42 gateriis note n p1.0~!' oi;= e'aito to,thw`fuil.•. n3 4ble 'u.' .thel^eot. r A11,..Risk.Btl•1ider's' 1sk W drance shall ncl lde thotei'its of the Owner, the ContractorSubttgtractor'ahd SW subcan- tPactors`.in the work ahd shall incude,~but iot be Iioited.to, the perils of firriot lightning, flood, colle, windst6* hail, explosion, 41 civil commotion, 0%,, d'irctift,Ilend . vehicles, vandalism and malicid'US btsthief. The g llders' Risk Insurance shall be endorsed to perm',t o4cupancy prior io completion of constructi07'and prt,i% tv-acceptance by the,. ne Acopy of the,Buildlr's, Risk Poltey shall be;filed 'with,the'bwner and shall include 'a thirty (30) day notice'gf cance11.4ti6n of policy provision., 27 Steaa boiler And inacliinery intranc6 1f t~lch etuipiyAtyis ' operated' for 'other, than' toat purpdt#'s pri6'r, tg final' ecce " tanCe, of the work b; the dwner, this,insurarlcs _shill Include the interests of the Sub-subcontractor's in the riork.. The insurance required by,this Paragraph 2j Paragraphs. 2.3 and.2.4 above shall be amended to afford covgraga for: Products liabilityy, 4nd/or Comple d,operations, Blanket Broad ' f' Form Contractual Liability specilme11y covering the i(KNW nitication assumed by the Cgqnkpactar under'this ag 01 1~latercraft. n'r aircraft liabiffty, whether orined, nod, or hired, shell* be incILkWd f' Such iniprance es:is r*oui rod 'under this,.Paregr~ph 2 eiall be.writ=e'n so ghat the QK1ar`.wtli bR hotif'ied in writ`i in thR e+~ant 1- e p teti0q, }1++ast,rittive aaMn4~se t "09 ,r~, ..y+tt' lq" 't ffir~ji ' , ri~or • a~A s sic= $:hi l l tU0 *I tth the 6wner PP* on LOt ff r ' MOr i~f ' 1 .w V ti A , .ry, n x kr ik „6 aw R8 i, vt{" 41 insu '#r 'i 4Yh9uir uYKNf,h ~'~Fa a~,h 2~"shall ka:vrl n W1 'the rity.'oP Benton'at6-fpdgre4 in'thE xy. that 'reelilh 'a ,`di+pl fcate y . topy'of avery insurance policy required, The ttat.#d 1falts o"f f'ptur ►i t~equ f d the P>sraQre`ph 2'a e ONLY Mnd i t s 110 Mthe .Chit. irpr %a'res 'en`s; hi 1 i t di i f y t ura # a rr lshate i i 1?~t''ba: po1' ty 1i i terry,l~ 6i6inlhf bn of #sic l fait a ` t t~imits. n # icy evottt, t er r ' ".Contractor is fully resoontible f6r,a 1 o1 66 irisi >out at reti~lti' ' rom or connected e►ith oporttions undir'his eontr,# whetlor or~r ,said iz , t es art,covered by :Sintpra e.y. tha Owhtrt; i.c4gp ncR. pf: Cahtif Cir AS , r ; { o : nturintis that in any re" ct.do not td,001y-:whit ,ha'Ca~tr4ct;,re ' Ad ree+eAS does' not, re1e#se the t gntelctor from ;c tt ; oeip'iiRnce hdrewith. ; The, Owner and''~ontgctor waive'e11 rights a ainft h II* for dupes ceusedl by II re br'°athtr mans l a to the :extNn thilfir re`}}is '~;WcbvOsd W if4surancero'nderi 1h1~ Section, RxtfNt's~ch rtghtt ac;ihiy have to S C-2 , ~A Ar° J 14`e :'Kr. Lm +~,'(y T,^M I~ { (,k!y. '1. ~rr F,i~ ~4 e, •i '.,i S 3N/ ♦ 1.,"" VA .fi,, f ~ ;w , '.r.• ins` W n.°• yCy, A kl;i 4'{ d c[a v All „ h 1 7 ~ M Y F' i e. a ♦ ~ ~ o fit', H t iR . ,Y iky re kS~ j I' Y ♦ 4^ y ~ . "x i P/' ,4 l' i nj ~ -i = T~ 1 ~`j~ S i a'~¢' Fi " n. ~ y 1 ; i;trustre. Th6 5 Intl ake 0 ►`he1~ by the N00 the pr4~eeds o' such C Contractor chid require similar,iaiVers by Subcontractors and Svb'iubc6ntractors. 3., TIME F COMPLETION AND LIQUIDATED DMAGES: , THI will, be-o calendar da-y con re t an any .C erenct o wor ng ay" in tha General Conditio6s wi1;) not:`131y to this ~antract, Thq owner desirel< this Contr ct;to be completed within 550 calendar days''after Notice to Proceed is Oiven. In the event the Contractor fails to complete the project within the time set forth in the Proposal, the Owner Kay R withhold permanently from the Contractor's total compensation the amounts bf $400 per day, not as , a penalty, but a's`liquidated damages and for added expenses for engi= nooH ng!,services, administration, etc., in accordance-with Article 12 of the General_Conditionsi 4.., GENERAL CONDIT N Jt ~Oaragraph 14.4: Delete ,the last sentence, j, bepinn` g "O w7Fi shall] within ten'(10) days of:presentation to him and sub`s,itute' the folioainq sentences. "The OWNER shali'within ten (10) days of presentatio..to him of the approved Appl,!4tion-for Oftyment,. pay the CONTRACTOR the amount approved by ths,4NGINEER lost tenpercoht,"Of the amount. thereof until fifty (50X) percent of the work It completed. The OWi~ER at Any, c1me,;howeVook after fifty4(00%) Percent of the work hat,; beery'; tppm~le4a,. if he finds that'satisfectory progress is being eyrie ahel) reduce reteMQe to 5 (5X) porcrnt on the cur sl ob' 'lnt and The Contractdr i ' r s~°, a NT c 's; a w o co r~ s ' r ~izeiiei~ t i; w die►e t runett: fr~it+! n lte• ,i€i+d et 11 e p. have apeth,YMflat si!`e~p~ s tne~aliy nd i'•: +er"atta+~;ihoutd be imkcft 1i#4u` +f~iEion of go 'rf * tM`d or dbi iii 1►orl( p t o 'N►vei rrW, ur~p !re~C u &tooa ,e n ppihi0d at, ti i:'~. $ , Ex i:titW; bermuda grass lawns' are to' ruin Intact 'Pi far as,, prsctt'tai. 1 Such are as, as a're distAed sha1l,.be duly;restOr ¢ by the Contractor and Y '1 shall-,b~.rreaponsible for'correcti Q any, east n that aacurr .Qi~ pro~res;as +~~►d at",1Piohf wher`~~~r~sfo fib` sRdl t a :'ruAbf occurs orKia'lImIy , ;tb occur 6ar~att r< s `alb cckr etruc J, I tediporary'd`tchta retainap"e 1eve~'a drains, i'nlets,; or'otheT` works tq . Q ` correct the co~►dlton. Upon completion of the work such facilities shall y' u M ' Tte ~t+lAa 'sho'w `ol1>plantilSg aie+w ' turf' areas ana rop fill °areaa a1y of 4 ' which n' their' completed form vi be I Wes prOtectk od, non-erosion surfacoi. During constractloo t Contractor shall taken the necessgr precautions'to'see that erosion s controlled 4t6d aldimN►rlt'runotf is _ prevented.; 4 v` ' END,OF SUPPLEMENTS kY CON0I71ONS $C-3 s 1 W 'fFS~ 1 v ~kkp~^ r # ?,r r ~ # ~ .e.. ) t { :M"' .>r•.°.e N''~ ` ~ a.'jfr! ^R i~ S yt+ `f r v R 5 E i y. + F:'.(a i Y+ "y~T1r~'1 `'~~'{•i, dl..*`kk X'1.~'q~+.~,y fyl .s~~, lr}Y'~r tyhr frr. ~.~r 11V ( + ~ ,yts Yom, i'.t s Rr is y .l <-,Y P 's;lb d .i 8 y:`: T~ 'S. r.' IERTIFICA'~OF If}StJRANCE t Issued To: s Address: THIS IS TO CERTIFY to po c es o nauran , (Owner) that the following ce, su eSt o A r. arms, conditions end exclGsions, have been issued by 'this Company coVering,the insured named below for the types of operations'and at the locationjs described herein. it is understood and agreed that Pone, of the policies. referenced herein 0 11 be c4ncellids changed . Or. reduced in'°Covgrap'o withogt `at leaist'(36) thi'rtiy deyt hdvaRC: wr;tt+n tlgtice to,Rhe (Owner) at the a5'ove oddress.''; 16 "me, of insured-.' 2. Addresi: 34 Status of hnsured:' Corporation Partnership s l+ Individual 'A4" Lotition of Operations .Covereos y Y- ~ l `i h. Y 7` r l s. Oecription"of Cperatipt ~ovlr~d: w ° rt! ~ ' ~ 1' 1 , f r ire i . J ~ • t' THIS O(OTIFIC#E jOf INSURANCE kITH9R 11FFfRMA1`Iy L~► 0 kEGATIyE Y q IENps, EXT€ND§ OR+'ACtRS,THE CL}VERAGE AFl;ORPED ifY. THE(iCXS'O5JaEQ,}{ERJN M+ i ~r "y' Y r.:fir. p or „r f, 1 iff ,'r~~ t ~ k t 1. ; 1 : !i r k It .F 1' Yr r , ty n.~Y~il .M. +fA ~ ~ x ''r, ..-t J 170 ~ ",1 yf r:~ ~+'•'J INSURANCE I ULICIL-S IN I-UItCL': INSURANCE Af'IVIDG0 ONLY I~01t IIA7.AI'DS INDICA'I'Iil) BY M IVpI of Policy X Limits fit l.ijbitity - I'ulicy 140. Put icy Term (a) slandsrd %Ynrkmen's Compenc.rtion slalutnry W. C. rronr: 9-2-81 & Employer's Ind Uccupaltonal Each (kcuinnte f 300, 900_00 1612 00 To: 9-2-82 100,000.00 85897 Disease Llabthty AfSJer,ale Uisrase f (b) Lnnrshorcmtn's & Ilarbor Wooers Statutory From: Compcnution To: (e) General Liabltity from: 9-2-81 lsodity li jury To:- 9-2-82 111ern.ws - Orcralion Deb Person f 300,000.00 1622 00 Contractor I rotcclivc Gcrs Occurrence f 300,,,.. ,000.00 085897 Products&ConsplelcdOpcra:ions Argrcgalorroduets f 300,000,00 Contraciust & Completed Operations pronctty Mme GchOccurrence S 40,000,00 pterniscs - Operation Asttcgatc Prem. Opce, f 100,000.00 Contractor's holectivt AWtr,ate Protroliro f 100,000, 00 Products & Completed O~ csations Ataerato Products f 1000000-.00 & Completed Operations 100.000, 00 Contractuld AWctatcContractu;d f Explosion, Collapse & Uoderrjound Damage (X.C.U.) Arvegale X.C.U. S- X00, 000.00 _ om: 9-2-81 (d)AutomobiliUsbifily reo 9-2-82 ftoaa rnJ 250,000.00 1622' 02 Owned Automobilrl ~sch N116n = 085897 Hired Automobilcs, 500,000.00 Non-Owned Automobiles Each Occurrence f property P-3mafc Owned Automobiles 10,0 ,000.00 lWcd Automobiles Each Oecunenco, S Non-Owned Artomobiles (e)Other Insuonce Each Occurrence $ 3,000,000.00 MN 00 45 42 9-2-8 Aggregate 630990000.00 9-2~8 *Mission National Ins. Co '60ktIZAtTUAC LIABILITY Subject to policy terms, conJitions aai'd eklusions,'specific Contractual Liabillty.,sovepge is provided as,follows: ❑ For firability: asiur ed' by the Insue'ed under''lti ` rnntr6'2t' with (Owner) for the operations described herein. ❑ All Contracts between the Insured and (Owner). rmnloyere of Wa)asau suran BY: &U0 O&ld - - Insurance Company Companies Harry pssentat ve -Lill Cnrpgrxta Driva Date: May 21, 1982 IrvingaVJW U 75061 WT7 , CERTIFICATE OF INSURANCE Issued To: THE CITY OF DENTON, TEXAS Owner Address: 215 EAST McKINNEY DENTON, TEXAS 76201 THIS IS TO CERTIFY to THE 'CITY OF DENTON, TEXAS (Owner) that the following po c es of insurance, su ect'to their terms,' conditions and exclusions, have been issued by this Comp ny covering the insured named below for the types of operations and at t,e locations de ' scribed herein. it is understood and agreed that none of the policies a referenced herein will be cancelled, changed, or reduced in coverage with- out at :east (30) thirty days advance written natice to the CITY OF DENTQN, TEXAS (Owner) at the above address. 1. Name of Insureds' REo RIVER CONSTRUCTION 2. Address: aaso sicrta SUIT£ 105 PARMER9 RPM TEXAS 75234 3. Status of Insured: Corporation x s Individual Partnerstip - - Other '4. Locationlof Operations Covered: f HICWRY CREEK'LIFT STATION; i5. Description of -Oplerations Covered INTERCEPTOR SEWERS, ;ON ,'1W k'O~t, HICKORY CREEK ~IE"I STATION P, T N WPC-TEX-168 THIS CERTIFICATE OF INSURANCE NEITHER'OFIkMAYIVELY'o NEdATIVEILY AMfqO EXTENDS OR ALTERS TAE COYEiGE AFfORAD, B1( THE p0t,1C.IE5 M#NATEp y ( M tLM pql~ ` 1° f ~i r!u~S1 PS i rru 1 x~ ri hpp$. 3~aAI aaa~~~! i ~rS r1.AU1i t^i s Q },t'~ 1. b ri ~ Ty ~ M M1Z~ f~., r+ • ~ P Mk S~ W ~~~y, °9•. f'•f ^ Y~i . f r~. ✓ f' y t v a ~ _ ,y~j,,. x ~.5f ~ ~ i' 1 r " ^ t rw'~*ti~ =~ri~~y r' t,~ 4 ^F+~~; =,Y ^5 t M' xr~ `r ^~f S+~yN7 .h! r'`+P.pl ,#t L~' i.:: 1`gR"AS r Y j • A r ~ Pf ~r~j r h ~ r -y O 'A s ~ Ir~su~t~txcr'~+rM`•q~tlirta•r~nE1~~~t~~' f~~~~~', n /+t~~.~SItY ) a~:' i y~~ th~fy a. r I, 141, ut l.tot0iiy J~Leyl7a• I'ut,ey?ems r r, x orn. N ` y try $tinda)d hVOl at Cntnpt~h5lgn St wtnry W. C, To. R l:mployies ns, tturalion4 F;~e~r f>4cvrrsnce s ' IN;sIK Wbitity l ft~egnlc UiKau, s f y, f?rom: (b) lanrslrotcmcn't llMbor Workcrf tmulory To: Coltpcputton rrofn: _ (~ej Cenciit Uabnuy 7os . }IodiS In u Pr¢mbet -,Operation Ud, Peron f Qontnesdi'r I'roleclivE Each Otcusrence tr lyeductih CoriYpteted ~perr<tluni . ' ' Computed OsutitioA3 " (lonVtt~uil 3. TioMrl"" yn--:mom Ccl+Occvlt S premlxt'- Opeatbtt A~peL~ia Fran. Opera A C Lt:t CORt!?CtG[ s lkol¢ctive x t C ita..I'sOd If.; r~.. r' d • E'ro0yelcfComplcte60etntidns pontr~etn>!1 /.tjre~ate ~.`,•,~t~sl f.....r.-.~--------- t fi ; Etcptot£on, Cou+psc A - Urtderytaund D¢mstc IY.C.U•j ArVe106 X.C U. S ,--,T - n ^ . ' t w i » ~lP '•Y° • . . » ^ ~ ~ x',¢0111 Fx . td) l~utemo! ne tdapility i r+''~ Tdf Wit t110 Aiwoobiki 1ch potion ]a *'~e¢eArtaraoseer~ ~ s , .x •r vy :J. manta Autonwbile! Ocear»aEa S . P r ' ,o f t, Y t~~~~y Mach QC¢11t1a11C~ i'cka y ° ~ ~ il+,rN ~tJ7V«••. 1. 3.. ~ r a Z...y. ~ ~q•"r r:l.. ,r 5 i~ `'"$IpAQwpcdAato>tiobil¢t'" 71 ` ~Oj Q3,1 n3ufaRt¢ 'a" r ~ r, 1 Cot R~rtt~~ 1191LfTY r pp } Sub~c t to po`~1ty'termsr,.Fqhdi tions. nl lixii iObli, speClflc Contra4t1, 1 Liaillty coverage Is proV,4de'djas followsi' d Eder- its CBntr;tt, iKith foli.~iabi"iit'y assnr d ,by the Ifls'ure bed herttinl (Owner) for the tipe►'iit1bns'drscrl []Al I Contracts" between the' Insilt'ed and 8y t t~. rtisurante. Q"any u or to lpresen At ve ' fir iPf,.' C», :".,d~/1~ > a ` »x'- v .;'7 x;r ~'°1. 'i ',.ta9'Y •~L'~i Ati ~.~ti"" . ~ '.ti+I r ' ^ e < CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON I THIS AGREEMENT, made and entored into this 20 day of May A.D., 19_82, by and between The City of Denton of the County of Denton and State of Texas, acting through Richard D. Stewart, Mayor __thereunto duly authorized so to do, Party of the First Part, hereinafter terme•i the OWNER, and Red River Construction Company of the City of Addison , County of Dallas and St.zte of Texas , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: 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 (CONTRACTOR) hereby agrees with the said Party of the. First Part (OWNER) to commence 1 and complete the construction of certain improvements described as follows: Interceptor- Sewers-Ser.tina Twa_(G-48-11flfl~_-__.__ Lflntracl` "B"= -Sewage- Lifer Station-__ and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement; and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equip- ment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), instructions 1 10-15-71 '78 to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blue- prints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefor, as prepared by FREESE AND NICHOLS, INC., herein entitled the ENGINEER, each of which has been identi- hereof yand ecoCONTRACTOR llectively and the thecentirPmrontract. The CONTRACTOR hereLy agrees to commence work on or after the date established for the start of work as set forth in a written notice to commence work and to substantially complete all w.irk within the time stated in the Proposal, subject to such extensions of time as are pro- vided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shorn in the Proposal, which forms a part of this Con- tract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. ATTEST: City of Denton, Texas arty o e F rs art, W E By Richard 0. Stewart, Mayor (SEAL) ATTEST: Re r Constructi n om Partt ~e econ Part, C N RACTOR t e DUAj at.Tsq 65644rovy Ts.s.sSUCM (SEAL) 2 10/22/13 '74 PERFORMANCE BOND STATE OF TEXAS E COUNTY OF nFNTON KNOW ALL MEN BY THESE PRESENTS: That Red River CnnstrurtiD Company of the City of _Add15O County of _ Dallas and State of TeXa5 ' as PRINCIPAL, and American National Fire Insurance Company 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 Denton, Texas , as OWNER, in the penal sum of Nine Hundred Twenty Thousand and No/100--------Dollars 920.000.0D ) 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 OWNER, dated the 20 day of ny 19,82 , for the con- struction of Interceptor. Sewers-Section Two {C-48-1188) Contract "B_" - Sewage Lift Station which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the cove- nants, conditions and agreements in and by said contract agreed and cove- nanted 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 3 10-15-71 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 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 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, alter- ation or addition to the terms of the contract, or to the work to be per- formed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 20 day of May 19 82 American National Red River Construction Co. Fire Insurance Company Principal urety By_ Title S~,GRfi.'tAGY•~eEb~Ndt Title ,pttorne~i i Fclct Address P, 0, Box 923 Address Addison, Texas 75001st (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: LIM" NOTE: Date of Bond must not be priodio" Vai'e" '6ontNct. r' q 10-15.71 It '7H l PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That Red River Construction Company of the City of Addison County of Dallas and State of Texas as PRINCIPAL, and American National Fire Insurance Company , 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 Denton, Texas as OWNER, in the penal sum of Nine Hundred Twenty Thousand and , No/100 Dollars 920,000.00 ) for the payment whereof, the said Principal an 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 Owner, dated the 20 day of May , 19 82 for the construction of Interceptor Sewers-Section-Two (C-48-1188) Contract "B" - Sewage Lift Station 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 for,-.e and eo ect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions 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 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. 5 10.15-)1 '18 Surety, for value received, stipulates and agrees that no change, extension of time. alteration or addition to "he 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 work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 20 day of May 1982 . American National Red River Construction Co. Fire Insurance Company Principal Surety By gy . Title gf.GtL'11~.~r- iM%&W&%t71tle *Attorn.y-1f)-rac Address P. 0, Box 923 Address a 4 Ce 4.0 Addison, Texas 75001 YF (SEAL) (SEAL) The name and address of the Residei,~ Agent of Surety is: ORVil. B Colo N J ELLIS CROYTY POWERS & CO. INC. VALWh •f CXAJ, 75225 ' Notes Date of Bond mutt not be Prior to Bate of contract," r ~~14/11l17111~1~' 6 iJ-15-11 '7N t V " ,I 11 V(rlji !R R3-+'t'"%• ,i + C Y I i f1 ~ N~ . ijjlV a~ ;~'~t '14 y' ~-YCC1~~ OS I .•,.l~':~ Lr 4r +/n~~ { 'i'T.~yu~~ r~ yA 4' iy ~?~ed?s ~j~ ~ 7 r.l O O ~ Y LV r:. *,5,. ~ t~t15 ~ i~. , V 4~': . , C d ~l~r " 'C~, ~r r ~i ~ O, V k~.,~AAd ~~:~.T•~~¢1 Y4~'}Ai. y°}r l7 Q A.. ~ 1:,' fi r .t r~Y~ ~'~E O ~i% ~i k! ~Wtll. +Qy M1:py:!~tl 2 i; r 6. uu Yyyp r ' r ! ~00 O...~~Y lot p 011 yyr c" '.7 r.. 1'. t1. iV { 71 ! U 'O A r iL 4 ♦.r 4~ '`7,qS f;. r,, p ~Tr.. 1~ "'.1 a r h ,b s {~i 1-4 I~/I -..I, 0 4 ~I Tj~ t,~y.u. 1,~ •~y /~,7~ r . `~r~ Y~. ,r0 ~,n1,:~J yf~+- py ry*~~ii ''ry O i ' 6~f !~~A.. .IC. "•t1,' %'.1 .4.x11, y 33 rr 22. < /.Ii . ~j 6 r6 { ^ 60C 43~ Sa M ' ~ W W ~ ~i ~ O , ~ ` y~ S I r•, ~ i4~ l~t 1 ~ ~ y ~ 9 4 } , r ~ ~ ~A O ~ ~ ~ ¢ 'f DTI I'f~" r V p 1 I / ~~~UO. t i C3 ' ,I {Uyt,z~ H C'd A S U D 5pp ~gip,'. f ~Tr OG t r + 7♦a.~ r .r. C ti'4~3 NN ' r 6g~~wj ~f r..+, UT' r $ ` 't CC, n t ,ra ; Vie, O Fi r '6 L ~ ! h ~ ':f, r F O~''7. +r ~i fr r, ~9~~1/ ~rIA~~~f, '~`~~~`~~r R, ~~~0 ~ ,,Ia ~a~ r~~ O CVVV 'tV ~i y,~ '~/.~~~111 y ~'r .1FL I tr r.T yp . ! \ Cdr Y >1 a y*/ra r D C .,4r v 5$ Or,, O f3.'1 r r . yy% « Q M Si7 M ~y' ~+y ,f AAAy , p ,V o'! ti ~1,,) I~• ~7S a 4~7 Li' ii.13 O ~-0 r` it }:1.Ii E$ V Ow.~rr/, ."fin v~ r;+)T.`~✓ ° T x'O O 9 Q4 V r ).{j %aI„i ~r.ra b all r s O• k' ~J y~ y Q A ti'~Y iL•+ 4' . ~t \ ' ll,f • E'f ar u a Q t /ors , .ti W V ! i~ t r1 i n 'iu 7 r e $ r! S ~ 0 ~ ~ 1~y ~ /t~~~r ~ r!I %"r•~~. . I~~. y~ ~S ~I+7~~~'~/~,,~~ ~ r ~~R i ~ ~ O t~ I 4 C ~y i O I FS! ~,~.i ►e' ,~{{~~;t<i "~4({j)y: ~',9 ?1d~~/F~!y'r' at*k~'s~11 O O P,° F. w 4 1 i j y •0 b M 1 'O ' R~f~jW 'd .i il,}• 'd j Ti ~~Jr r1I~+.d V,..~,^~~-, t O dli`) r q lh iL~`LJ .JJ ~ ry R a a,N„i. k~u~j I dl. y F ~ ~ 4 t,r~. ~ . ~ ~ L ? V q''• }g. Cp~ i ii ~o fiA 'h,p6i tiC ► .'~Rr. !yi, r.4Z ~+"ti R 1 u.e7 ~r~ y ~ws,1!` •a','S'I•; 6 `.'a 'S t' $ o+ ^ I p ~ f r 0 10" ypw4,a; '0~r r f a r + (l! ~ ~ ~ppQ ri ~il >Sr 1 .R~ f,..,. r f ~ r., a• ~A'l I + GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and plural thereof; Addendum (Addenda) - A supplement to the Contra-t Documents issued in writing prior to the receipt of bids. Agreement - The written agreement between OWNER and CONTRACTOR covering the Work to be performed. Application for Payment - The form furnished by ENGINEER which is to be used by CONTRACTOR in requesting progress payments and which is to include the schedule of values required by paragraph 14.1 and an af- fidavit of CONTRACTOR that progress payments theretofore received on account of the Work have been applied by CONTRACTOR to discharge in full all of CONTRACTOR's'obligations reflected in prior Applications for Payment and that all materials and work included in tb.e application for payment conform to the requirements of the Contract Documents. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. Bidder Any,person fins or corporation submitting a Bid for. the Work„ Bonds - Bid, performance, payment, maintenance bonds and other instru- ments''of,security,'1urnished by CONTRACTOR and his surety in accordance i?, wi th the Contr,.ct Documents _i l,l frt I,,~t^I 1 ~ f I, l'" r' . fig, ?~r Calendar Day - A calendar day of twenty-four hours Measured, from mid- r„ night to the next midnight and is any day of the week, no days being excepted. Contract Amendment - A written agreement signed by both parties altering the terms of the General Conditions and/or the Supplementary Conditionsv Change Order - A written order to CONTRACTOR signed by OWNER authorizing an addition, deletion or revision in the Work, or an adjustment in the !r . Contract Price or the'Contract Time, A slued after execution of the Agreement. Contract Documents' ",The AgrebmehtAddenda , Invitation for Bids, In structions to Biddeft ,CONTRACTOR's M d, the Bonds, the Notice of Award, these General Conditions, the Supplementbry Conditions, the Specifi- cations, Drawings and Modifications, F&N-78 GC-1 Contract Price - The total moneys payable to CONTRACTOR under the Contract Documents. Contract Time - The number of days stated in the Agreement for the com- pletion of the Work, computed as provided in paragraph 17.2 CONTRACTOR - The person, firm or corporation with whom OWNER has executed the Agreement. Drawings - The drawings which show the character and scope of the Work to be performed and which have been preps-Ed or approved by ENGINEER and accepted by Owner and are referred to 'n the Contract Documents except shop drawings as required by the Ccitract Documents. ENGINEER- The person, firm or corporation named as such in the Agreement, Field Order A written order issued by ENGINEER which clarifies or interprets the Contract Documents in accordance with paragraph 9:3 or orders minor changes in the Work in accordance with paragraph 10.2. Modification - (a) Contract Amendment; (b) Change Order; (c) Field Order. Notice of Award -'A written notice by OWNER to the apparent successful Bidder stating that upon comppliance with the conditions pprecedent to be fulfilled by him within the time specified, OWNER will execute and deliver the Agreement to him. Notice to Proceed - A written notice giVo by OWNER to CONTRACTOR .(with ' a copy to ENGINEER) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform his obli- gations `tinder- the Contract DocUments l r r - , OWNER - A public body or authority, corporation, association, partner- ship, or individual for whom the Work is to be performed. Project The entire construction to be performed as provided in the Contract Documents, Resident Project: aepresentative~The authorized representative of ENGI- NEER who is assigned to the Project site or any part thereof. Shop Drawings - All drawings, diagrams, illustrations, brochures, schedules and other" data which are prepared by. CONTRACTOR 0, a Subcontractor, roanu- facturer,'supplier or distributor and which illustrate the equipment; material or, some portion of the Work. FAN-78 GC-2 Specifications - Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards, procedures and workmanship as applied to the Work. Subcontractor - An individual. firm or corporation having a direct con- tract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. Substantial Completion - Certification by ENGINEER that the construction of the Project or a specified part thereof is sufficiently completed, in accordance with the Contract Documents, so that the Project or specified part can be utilized for the purposes for which it was in- tended pursuant to the provisions of Paragraph 14.7, 14.9; or if there be no such certification, the date when final payment is due in ac- cordance with Paragraph 14.12. Supplementary Conditions - A portion of the Contract Documents which modifies the General Conditions by making additions, clarifications and/or deletions. In cases of conflict between the Supplementary Conditions and the General Conditions, the Supplementary Conditions shall have precedence over the General conditions. Work - Any a,nd all obligations, dynes and, responsibi)itia necessary, to the successful Opplei166 Of the Project assigned to, or, unde.rtak:n by CONTRACTOR,urider,the Contract Dpcuments, including all labor, materials, equipment„And other incidentals, and, thpfvrn,ishing thereof. Working DayA day-not including Saturdays, Sundays or any of. the following holidays,:,New,Year-, Wash ington`s;6irthday, Memorial:Dayi Independence Day,-baborr Day,, Columbus,DayJ Veterans Day,, Thanksgiving Day and Christmas Day,.ih;Which weather or; other;rgnditlops, not under the,c9ptrolof, the{CONTMCT4R, wi1.). permi,t,construction.o the principals; units,;of;* work -For-, a- period of, not-,less than sevtn~(7) hours; between, , 7:00 A.M. and 6:00 P.H. ARTICLE 2 r PRELIMINARY MATTERS Execution of Agreement: 2.1 The Agreement, Bonds and such other portions of the Contract Documents.as ma b~ rrequired will b exgcuted,and delivered by CON- TRACTOR~ to QWN~R, w Thin fiftw,05) days,,afker,rgceipt.,gf-the No#1cQ., of Award, Tthe,Owner,;sha,1):determtine t.W number of;counterparts'required Ii The OWNER will execute the counterparts. OWNER, CONTRACTOR and ENGINEER.,, F&N-78 GC-3 shr*11 each receive an executed counterpart of the Contract Documents ana additional conformed copies as required. Delivery of Bonds: 2.2. When he delivers the executed Agreement to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as he may be required to furnish in accordance with paragraph 5.1 and 5.4. Copies of Documents: 2.3. OWNER shall furnish to CONTRACTOR up to ten (10) copies (unless otllerwibE provided in the Supplementary Conditions) of the Contract Documents as ar: rratinably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of re- production. Contractor's Pre-Start Represent8tions:' 2.4. CONTRACTOR represents''that he has familiarized himself with, and assumes full responsibility for having familiarized himself with, the nature and exte'nt of 'the Contract Do'cuments', Work', 1oc'ality~ and with all, local conditions and federal,' state and local laws, o4-Qinahces; rules and regulitions that ma ''in any manner' affect' per'formahce'of the Work, and represents that he'has"correlated hi's study and observations with the requirements of the Contract Documents. CONTRACTOR also represents that he has'stUdied all surveys and 'invests gitiolt repbets 'of subsurface"' and latent. physical cbnditibhs~'heferred'tb in the'Contract Do6urneht5" and wi 11, make suth additional surveys, and' i6bttiggaatibnb as he! deems necessary'for=the* perfotmahce`bf,the Wk, at the" Cohtradt Prite ih'accordante with' the requirbme ts!df' the' Cohtract' Do6f nts``And that- he' has correlated the resul ts' of, all 'such' data wi th the' rb~bi$e iehts'bf ,the' Cbht~ att' Documents. Commencement of Contract Time; Notice to Proceed: 2.5. The Contract Time will commence on, and include''"the day following the date established in the Notice to Proceed issued by Owner to Contractor. Starting the Project: 2.6. CONTRACTOR shall start to perform his obligatioAi under the Contract bocuments'an'the datb'when the Contract ti►4e''cbhrnentes to run. . No Work'shall'be done'st the site pride to the'date'bn whith the Contract Time COh1me41cesIto'r'h" F&N-78 GC-4 Before Starting Construction: 2.7. Before undertaking the Work., CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. He shall at once report in writing to ENGINEER any conflict, error or discrepancy which he may discover. 2.8. Within ten (10) days after delivery of the executed Agree- ment by OWNER to CONTRACTOR, CONTRACTOR shall submit to L','GINEER for approval, an estimated progress schedule indicating the starting and completion dates of the various stages of the Work, and a preliminary schedule of Shop Drawing submissions. 2.9. When CONTRACTOR delivers the executed Agreements the CONTRACTOR shall furnish OWNER and ENGINEER certificates of insurance as required by Article 5. After delivery of. the executed Agreement by OWNER to CONTRACTOR, but before starting the Work at the site, a conference will be held to review the above schedules, to establish procedures for handling Shop Drawings and other submissions and for processing Applications for Payment, and to establish a working understanding between the parties as to the Projecto 'Pretent'at the conference Will be OWNER' ;or,his representative, ENGINEER',; Resident Project Representatives CONTRACTOR' and' his Superintendent. ARTICLE 3 - CORRELATION; INTERPRETATION AND INTENT OF'CONTRACT DOCUMENTS 3.1. It is the intent of the Specifications ahd Drawings to'de•, scribe a complete Project to be ponstructedin accordance with the Conthbct'DoeuriehtS'.'' The`Contract' botomihtt~ Wiprise the'ehtire'Agree ireht' betwe`en' OWNU bad' CONTRACTMR They, VMy' be Al tered-only: 6y S' Modificbtioh: ~s3424 The, Contract,Docuinents are cornplementary; what' is called for'by one '1s"`as' bihdihg is, if called fo'r' by a11, If CONTRACTOR finds a conflict,-err6r br'discrepancy ln'the'Contract'D6cuments, he shall' call it' to' ENGINEER' s' attention in writi" at once and before prop ceeding`with 'th'e'Work affetted,thereby;~' Any Work that'may reasonably be inferred from'the Spk ifitatl6ht, i- Dra%rings'as being.requlred to produce the intehded1result shb11'be sGpplied whether or not<it is specifitwhich ally~c6lled for. Work, mateeieTs'or equipment described in applied have a well -known'teehhitai'o"r t-ade m6anin§ shall be deemed to refer to such recognized standards. F&N-78 GC-5 ARTICLE 4 - AVAILABILITY OF LANDS: PHYSICAL CONDITIONS: REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract documents and not later than the date when needed by CONTRACTOR, or such later Nate as set forth in the Contract Documents, the lands upon which the 'Mork is to be done, rights-of-way for access thereto, and such other lands which are designated for the use of CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise specified in the Contract Documents. If CONTRACTOR believes that any delay in OWNER's furnishing these lands or easements entitles him to an extension of the Contract Time, he may make a claim therefor as provided in Article 12. CONTRACTO4 shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment• Physical Conditions - Surveys and Reports: 4.2. Reference,is made to the Supplementery,Conditions for identi fication of, tf, pse surveys And investigation repprts of subsurface and latent physical conditions at the Project site or~other,,WJse affecting performance of the Work which have been relied upon by ENGINEER in preparation of the Drawings and Specifications. The data is for general infonaation and the, OWNER ar& kNGJNEER,do npt gvaraptee.the accuracy. Unforseen Physical.Conditionst .i i 111 i 4.3„ CONTRACTOR, shall y, y.1 thin. thr49 13) :9ayi, of ter di scoyery,; noti fy OWNER and ENGINEER yin writing of,any,•;ubsurfape or; latent Oysical,conditions at the site differing materially from those indicated in the Contract Documents. ENGINEER will investigate those conditions and advise OWNER in writing, if!,further.surveys~or;subsurface tests are necessary, Thereafter, Owner shall obtain',the necessary,o6ditional surveys and,te$ts,and furnish, copies to ENGINEER- ar4 CONTRACTOR If ENGINEER finds. that the results of such surveys.or; tests,, indicate that-there are subsurface or Jater►t physical conditions which differ, materially,from- those intended in the Contract D%vme,nts, end which could not,reasonably have been anticipated or discovered-by CONTRACTOR - through; his efforts as represented, pursuant to Article;2,4:of these,Gener,al Ggnditions, a, Change Order may be issued incorporating, the, necesiaryrr'e,visi.qns, Reference Points: 4,4. OWNER shall provide engineering surveys for constriction to establish reference points which in his judgment are nert,sary to enable f&N-78 GC-6 CONTRACTOR to proceed with the Work, CONTRACTOR shall be responsible for surveying and laying out the Work (unless otherwise provided in the Supplementary Conditions), and shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. He shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in c,rades or locations. CONTRACTOR shall replace and accurately relocate all reference points so lost, destroyed or moved. ARTICLE 5 - BONDS AND INSURANCE Performance, Payment and Other Bonds; 5.1. CONTRACTOR shall furnish performance ane payment Bonds as security for the faithful performance and payment of all his obligations under the Contract Documents. Tfese Bonds shall be in amounts at le:,N,t equal to the Contract Price,-and (except as other-wise provided in the Supplementary Conditions) in such form as set forth in the Contract Documents and with such corporate sureties as are licensed to conduct business in the state where the Project is located and are named in the current list of 'Surety Companies Acceptable on Federal Bonds" as published An the Federal Register by the Audit Staff Bureau' of Accounts, U. S. Treasury Department,, Thr,'performance bond and payment bond shall be extended to include the Correction Period set forth in Article 13.10. 5.2. If the surety on any Bond furnished by CONTRACTOR-is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located is revokedil CONTRACTOR shall within five (5) days thereafter substitute another Bond and surety, both of 'which sha111 be acceptable to, OWNER. , Contrat tor's Insurance Requirements: 5•.-3.- CONTRACTOR shall- purchase and maintain such insurance as will protedt him from olaims under workmen's compensation laws,' disability benefit IM br other similar employee benefit lsws; from claims for damages because of bodily injury, occupat•lonal sickness or disease, or death'of his employees, and claims insured by ususl personal injury liability coverages from claims-for damage!: because of, bodily injury,, sickness' or disease', or`death Of, any person other than his employees incluoing clailns insured by usual-~pertonal injury liability coverage; and front claims for, injury to! or. destruction 'of tangiblo` property; 1n-, cluding loss of use' resulting'therefrom , any or all of which shay arise ' out of or result from CONTRACTOR's operation!; under the Contract Documents', whether such operations be by himself or by and, Subcontractor or anyone F&N-18 GC-7 j I directly or indirectly employed by any of them or for whose acts any of them may be legally liable. This insurance shall include the specific coverage and be written for not less than any limits of liability and maximum deductibles specified in the Supplementary Conditions or required by law, whichever is greater, shall include contractual liability insurance and shall include OWNER and ENGINEER as additional insured parties. The Contractor shall maintain such additional insurance as he may deem appropriate. With the execution of the Agreement, CONTRACTOR shall file with OWNER and ENGINEER certificates of such insurance, acceptable to OWNER, these certificates shall contain a provision that the cover- age afforded under the policies will not be cancelled or materially changed until at least fifteen (15) days' prior written notice has. been given to OWNER and ENGINEER. Additional Bonds and Insurance: 5.4. Prior to delivery of the executed Agreement by OWNER to CON- TRACTOR, OWNER may require CONTRACTOR to furnish such other Bonds and such additional insurance, in such form and with such sureties or insurers as OWNER may requirei If such other Bonds or such other insurance are specified by written instructions given prier to opening of Bids, the premiums shall be paid by CONTRACTOR; if subsequent thereto,, they shall be paid by OWNER (except as otherwise provided in paragraph 6.1). ARTICLE 6 j, CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence: 6.1. CONTRACTOR shall supervise.and direct the Work 'effieiently with his best skill and attention. He shall be solely responsible for the means, methods, techniques, sequences and procedures of construction and safr•cy at the site. CONTRACTOR shall be solely responsible to see that tr,e finished Work complies accurately with the Contract Documents. CONTRA,CTOR,'ENGINEER and OWNER intend that CONTRACTOR shall be an independent co.itractor and not the agent or employee of either OWNER or ENGINEER. 6.2. ,CONTRACTOR shall keep at the project site at all times during its progress of, the work ,a competent resident superintendan,t-4 who shall not be replaced without written notice to OWNER and ENGINEER except under extraurdinary circumstances. ,The superintendent will be CONTRACTOR's representative at thesite and shall, have, authority to act on behalf of CONTRACTOR.i All communications given to the superintendent shall be as binding as if given to;,CONTRACTOR. . F&N-78 GC-8 Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified person- nel to survey and lay out the Work and perform construction as required by the Contract Documents. He shall at all times maintain good disci- pline and order at the site. 6.4. CONTRACTOR shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, ap- pliances, fuel, power, light, heat, telephone, water and sanitary facilities and all other facilities and incidentals necessary for the execution, testing, initial operation and completion of the Work. 6.5. All materials and equipment which is to be incorporated into the'Project shall be new, except as otherwise provided in the Contract Documents. If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence as to the kind and quality of materials and equip- ment. 6.6.. All materials and equipment shall be appiied,'Install ed' connected, 'erected, used, Cleaned, and conditioned in accordance'wtth the instructions of the applicable manufa4cturer,;fabricator, or proI - cessors, e~.ep,t,as pthGrwise provided in the Contract Doo`uments,,.The CONTRACTQR shall, furnish the bA ER'ti th four (4 sets of all operating instructions, maintenance manuals and parts lis .for all, mechanical, and"electrical equipment furnished .,fo, 'e project, Substitute l~ateria~s or, 4qu~pment., , . t;; 6., 7: If thg SpeCitiCatigns, la,, prdinance 'or app) cabl r~~les , or regulations permit CONTRACTOR 'to ,furnish or a{e a sub titu a that.;, Is equal to any material or equipment specified, and if CONTRACTOR' wishes to,furnishi or use A proposed s b titute, he shall, prior,;to the co fe'rence. called 1o'r) by parAgrap~ .,4, make writ.ten,,application.: I to ENG~NEL'R for dpprgvai of, Such a." bstitute pertifying;in writing ; that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that spec,lfied And, Pe ~ Sited to the same; use and ca paplq of. per- forming the same Nnction As, that specified; and identifying ill vari.- ations of the proposed 'substidte from that specified and indicatin?n- stalled available maintenance service. No substitute shall be ordered or without the written approval of ENGINEER who gill be the judge of equality and many require CONTRACTOR to furnish such other data about the proposed,sub~titute as he, considers. pertinent. No substitute shall be',ordered or installed wlthout,'such performance guarantee and. bonds as OWNER may require which shall be furnished at CONTRACTOR's expense. F&N-78 GC-9 Concerning Subcontractors: 6.8. CONTRACTOR shall not employ any Subcontractor or other person or organization (including those who are to furnish the principal items of materials or equipment), whether initially or as a substitute, against whom OWNER may have reasonable objection. Acceptance of any Subcontractor, other person or organization by OWNER shall not constitute a waiver of any right of OWNER to reject defective Work or Work not in conformance with the Contract Documents. If OWNER after due investigation has reasonable objection to any Subcontractor, other person or organization proposed by CONTRACTOR, CONTRACTOR Shall submit an acceptable substitute. CONTRACTOR shall not be ~ quired to employ any .Subcontractor, other person or organization against whom he has reasonable objection, CONTRACTOR shall not without the consent of OWNER make any substitution for any Subcontractor, other person or organization who has been accepted by OWNER, 6.9. CONTRACTOR shall be fully responsible for all acts and omis- sions of his Subcontractors. and of persons and organizations directly or indirectly employed byy' them and Of persons and organizations for whose acts any' of them may be 1i4ble to the same extent that he is responsible for the acts and omissions of 'persons directly employed by him. Nothing in the Contract Documents"shall creet6 any cOntractual re atiohship; be- tween MtR or ENGINEER and 66l ,Sub'cohtractor 6,r ''th2'r "person or 'or§'anization having a direct contract 'with CONTRACTOR; nor Shall, it create any obligaaion on the part of OWNER or ENGINEER 'to 'pay or to see'to the'payment'of 'any moneys due any Subcontractor or other person or organization, except as may otherwise be required by law. OWNER or ENGINEER ma'y'h nifsh',to any Subcontractor. or other person,Qr organization, to the extent practicable, evidence of ainougt~ paid to'CONIAACTOR oil;accqunt,of,specific Work done in accordance with•:the scheduIa of Vaiues 6.1D The divisiror~s and sections df,the,Sp'ecifications' and the identifitati~ons 'of,an''y Dt'a4inlg's shall, not `con'trolCONTRACTOR 1n' diOld Ihg ' the Work amongg Subd 6tr',acto,rs br,delineating the V.rk to, be performed by any speci'fi,c trade, 6.11: `CONTRACTC igrees to bind; specifically every Subcontractor, to the applicably terms and Conditions, of~'the Contract Documents for. the benefit o.f OWIITR. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees arid, royalties and assume all costs incident to the use in the performance of the Work and the completed Project of any invention, design; process, product or device which is the subject of patent rights or copyrights held by others, M-78 GC-10 CONTRACTOR ;hall indemnify and hold harmless OWNER and ENGINEER and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attorneys' fees) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device and shall d:fend all such claims in connection with any alleged infringement of such rights. 6.13. CONTRACTOR shall obtain and pay for rll construction permits and licenses and shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of his Sid. OWNER shall assist CONTRACTCRO when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all public utility charges. Laws and Regulations; 6.14. CONTRACTOR shall give all notices and comply with all laws, ordinances, rules and reggulationv applicable to the Work. If-CONTRACTOR observes that the Specificati m s or Drawings are at variance therewith, he.shall give ENGINEER pronip., written notice thereof, and-any necessary changes shall be adjusted by an appropriate Modification: If~CONTRACTOR performs any Work contrary to such laws, ordinances, rules and regulations, }nd without such notice'to ENGINEER,' he`shall bear all costs arising therefrom: Taxes: 15, CONTRACTOR'shall pay all sales, consuMer, use and other similar taxes'requlred to be,pafd by,him in accordande with tho law of the-'placd' where the Bork is to be performed, Use of Premises: 6.16.- CONTRACTOR 'shall cGnfine his equipment, the storage'of~materialt and equipment` and'the'operations of his 'workmen to areas permitted'by law, ordinances; permits nor the requirdmentt of the Contract Documentsi and shall not unreasonably encumber the premises with materials or'egJipment. 6.17. CONTRACTOR shall not load nor permit any part of any.W ucture' to be loaded with weights that will endanger the structure, nor shall he cub,lect any part of the Work to stresses or pressures tha; will endanger it. Record Drawings: 6.18. CONTRACTOR shall keep one record copy of all Specifications, Drawings, Addenda, Modifications, and Shop Dra 'ngs at the site in good fbN-78 GC-11 order and annotated to show all changes made during the construction process, These shall be available to ENGINEER and shall be delivered to him for OWNER upon completion of the Project. Safety and Protection: 6.19. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. He shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or to;s to: 6,19,1, all employees on the Project site and other persons who may be affected thereby, 6.19.2. all the Work and all materials or equipment to be incorporated therein, whether in storage on or off the site, and 6.19.3, other property at the site or adjacent thereto, jncluding, but not limited to, trees, shrubs, lawns, walks; pave- ments, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall,tomply with all applicable laws, ordinances, rules, ~ regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by the conditions and progress of the Work, all necessary safeguards for its safety and protection, ,He shall. notify. owners of,adjac4nt utilities when prosecution of the Wgrk may affect thm.; All :damage, ,injury,or.los,s to any property , referred to in paragraph 6.19.2 or 6,19.3 causedi directly or indirectlyr in whole or in part, by CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any , of them may be liable, shall be remedied by CONTRACTOR. CONTRACTOR's duties and responsibilities:for..the safety and protection of the Work shall continue'until,such time.as all the Work is completed and ENGINEER has issued,a notice 1o OWNER and.CONiRACTOR in accordance with paragraph, 14 1~rthat Work,is acceptably, - Emergencies: 6.20. In any emergency affecting the safety of persons or property, the CONTRACTOR shall act, at his discretion, to prevent threatened damage, injury or loss. Any additional compensation or extension of time claimed by the Contractor on account of emergency work shall be determined as provided in Article 11 and 12 for Changes in the Work. FSN-78 GC-12 Shop Drawings and Samples: 6.21. After checking and verifying all field measurements, CONTRACTOR shall submit to ENGINEER for approval, in accordance with the accepted schedule of chop Drawing submissions (see paragraph 2.8) five copies (or at ENGINEER's option, one reproducible copy) of all Shop Drawings, which shall have been checked by and stamped with the approval of CONTRACTOR and identified as ENGINEER may require. The rata shown on the Shop Drawings will be complete with respect to dimensions, design criteria, materials of construction and the like to enable ENGINEER to review the information as required. 6.22. CONTRACTOR shall also submit to ENGINEER for approval with such promptness as to cause no delay in Work, all samples required by the Contract Documents. All samples will have been checked by and stamped with the approval of CONTRACTOR, identified clearly as to material, manu- facturer, any pertinent catalog numbers and the use for which intended. 6.23. At the time of each submission, CONTRACTOR shall in writing call ENGINEER's attention to any deviations that the Shop Drawings or sample may have from the requirements of the Contract Documents. 6.24. ENGINEER will review and approve with reasonable promptness Shop Drawings and samples, but his review and approval shall be only for conformance with the design concept of the Project and for compliance with the A nforw tion given in the Contract Documents.- The approval of a separate item as such will not indicate 'approval of the assembly in which the item functions.' CONTRACTOR shall make any corrections required by ENGINEER and shall return the required number of corrected copies of Shop Drawings and resubmit new samples until, app~roVed CONTRACTOR shall direct specific attention in Ivritinq'to revisions other thanthd corrections called for by ENGINEER on previous submissions. CONTRACTOR's stamp 'of approval on any Shop Drawing' or sample shall constitute a repre- sentation to OWNER and ENGINEER that CONTRACTOR has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data or he assumes full responsibility for doing so, and that he has reviewed or, coordinated each Shop Drawing or sample with the requirements of the Work and the Contract Documents. 6.25. Where a Shop Drawing or sample submission is required by the Specifications, no related Work shall, be commenced until the submission has been approved by ENGINEER. A copy of each approved Shop Drawing and each approved sample shall be kept in good order by CONTRACTOR at the site and shall be available to ENGINEER. F&N-18 GC-13 6.26. ENGINEER's approval of Shop Drawings or samples shall not relieve CONTRACTOR from his responsibility for any deviations from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to such deviation at the time of submission and ENGINEER has given written approval to the specific deviation, nor shall any approval by ENGINEER relieve CONTRACTOR from responsibility for errors or ommissions in the Shop Drawings, Cleaning: 6.27. CONTRACTOR shall keep the premises free from accumulations 0.1 waste materials, rubbish and other debris resulting from the Work, and at the completion of the Work he shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, construction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to their original condition those portions of the site not designated for alteration by the Contract Documents. Indemnification: 6.28. CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and their agents and employees from and against, all claims,. damages, losses and expenses including, but not limited to, attorneys, fees arising out of or resulting from any act, omission or defect connected with the performance of,the Work, provided that such claim; damage, , loss or expense (a) is attributable to bodily.injury, sickness.; disease or'death, or to injury to or! destructionof•.tangible property (other.• than the-Work itself) including the loss of use resulting :therefrom,' d!,J (b) is 'caused in whole, on in part by any condition ofi, premises or materials; actor omission of ;CONTRACTOR, any Subcontractor, anyone directly ve,iodirectly employed by any of them or anyone for whose , acts any of then) may be liable,, regardless of; whether or, not is caused in part negligently.or otherwise, by'a party ihdemnified htireunder, 6.294,1 I'n:any and all claims against OWNER or ENGINEER or, any of their, agents or employees by any employee of CONTRACTOR; any Sub-t, contractor,, anyone direccly dri:indirectly employed by. any of them or anyone for whose acts any of them may be liable, the indemnification obligation 'under paragraph 6.28 shall not be limited in any way oy any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any Subcontractor under workmen's com- pensation acts, disability benefit acts or other employee benefit acts. I I i FM-78 GC-14 ARTICLE 7 - WORK BY OTHERS 7.1. OWNER may perform additional work related to the Project by himself, or he may 'tt other direct contracts. CONTRACTOR shall afford the other contractors who are parties to such direct contracts (or OWNER, if he is performing the additional work himself), reasonable opportunity for the introduction a,id storage of materials and equip- ment and the execution of work, and shall properly connect and co- ordinate his Work with theirs. 7.2. if any part of CONTRACTOR`s Work depends for proper execution or result upon the work of any such other contractor (or OWNER), CONTRACTOR shall inspect and promptly report to ENGINEER in writing any defects or deficiencies in such work that render it un- suitable for such proper execution and result. His failure so to report shall constitute an acceptance of the other work as fit and proper for the relationship of his Work except as to defects and deficiencies which may appear in the other work after the execution of his Work. 7.3. CONTRACTOR shall do all cutting, fitting and patching of his Work that may be required to make its several parts come together properly and fit it to receive or be received by such other work. CONTRACTOR'shall not endanger any work'of others by cutting, exca- vating de otherwise altering their work and will''only'cut or alter th,ir work with the-written consent of ENGINEER and of the other con tractors whose work will be affected. 7.4. If the performance of additional work by other contractors or OWNER is not noted in the Contract Documents prior to the exttU tion of the Agreement, notice thereof shall be given to CONTRACTOR prior to starting'anysuch'additional work. ARTICLE 8-= OWNER'S RESPONSIBILITIES 8.1, OWNER shall istue'all conimuhications to CONTRACTOR throe§h ENGINEER. 8.2. In case of termination of the employment of ENGINEER, OWNER shall appoint an engineer against whom CONTRACTOR makes no unreason- able objection, whose status under the Contract Documents shall be that of the former ENGINEER. Any dispute in connection with such ap- pointment'shall be subject to arbitration. 8.3. OWNER shall furnish the data required of him under the Contract Documents promptly and shall hake payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.12. M-7a GC-15 f Yr. f 8.4. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of surveys and investigation reports of subsurface and latent physical conditions at the site or other- wise affecting performance of the Work which have been relied upon by ENGINEER in preparing the Drawings and Specifications. 8.5. OWN7R's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.2. 8.6. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.8 and 1541. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. ARTICLE 9 -ENGINEER'S STATUS DURING CONSTRUCTION Owner's Representative: 9.1. ENGINEER will be OWNER's representative during the construction period unless;the,OWNER advises the CONTRACTOR of other arrangements. The duties and responsibilities and the limitations of,authority of ENGINEER. as OWNER's representative during construction are set forth A n Articles 1 through 11 of these General Conditions and shall not be extended without written consent of OWNER and ENGINEER. . Visits t4 $ite:., 9.2. The ENGINEER will make visits.to the site to,;famiiiarize himself.: generally with the progress and quality of the Work and to determine in general if the Work is proceeding in accordance with the Contract Documents. On the basis of his on-site observations as :an ENGINEER, he will keep the OWNER informed of the progress of the Work, and will endeavorAtp guard the.OMN R against ;defects and-deficiencies in,the Work of the CONTRACTOR. The ENGINEER will not be required to make exhaustive,,", or continuous on-site inspections to check the quality or quantity of the Work Clarifications and Interpretations;. 9.3. ENGINEER will issue with.reasgnable promptness such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as he may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification FSN-78 GC-16 i and interpretation entitles him to an increase in the Contract Price, he may make a claim therefor as provided in Article 11. Rejecting Defective Work: 9.4. ENGINEER will have authority to disapprove or reject Work which is "defective" (which term is hereinafter used to describe Work that is unsatisfactory, faulty or defective, or does not conform to the requirements of the Contract Documents or does not meet the requirements of the Contract Documents or does not meet the requirements of any in- spection, test or approval referred to in paragraph 13.2 or has been damaged prior to approval of final payment). He will also have authority to require special inspection or testing of the Stork as provided in para- graph 13.7. whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.5. In connection with ENGINEER's responsibility for'Shop Drawings and samples, see paragraphs' 6.21 through 6.26 inclusive. 9.6. In connection with ENGINEER's responsibility for Change Orders, see Articles 10, 11 and 12. 9.7. In connection with ENGINEER's responsibilities in respect of Applicati,oni'for Payment, etc., see Article 14. Resident Project , Representatives 9.8. *11 `OWNER and;ENGINEER-agreA;"ENGINEER will furnish'a Resident Project Representative and assistants to'Issist ENGINEER in carrying,; out his responsibilites at the site. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants shall-be 'is'set'forth 1n,the Supplemental C66ditions Decisions .'on Disagreements:. - 9.9.: ENGINEER will be thelintarpret@r of the'requirements of the Contract OocdhenW and"the'fudge,of~06''performance,thereunder. In,his capacity as interpreter and judge ENGINEER will'ekercIse his best efforts- to insure faithful performance by both OWNER and CONTRACTOR. ENGINEER will not thaw partiality to either and will not be liable for the result of any interpretation'or decision rendered in good faith,- Claims, disputes and other matters` relating to the execution and progress of the. Work or the interpretation of or performance under the Contract Documents FLN-78 GC-17 shall be referred to ENGINEER for decision; `rich he will render in writing within a reasonable time. 9.10. Either OWNER or CONTRACTOR may demand arbitration with respect to any such claim, dispute or other matter ;hat has been re- ferreul to ENGINEER, except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.15, such arbitration to be in accordance with Article 16. However, no demand fo,, arbitration of any such claim, dispute or other matter shall be made until the earlier of (a) the date on which ENGINEER has rendered his decision or (b) the tenth (10th) day after the parties have presented their evidence to ENGINEER if he has not rendered his written decision before that date. No demand for arbitration shall be made later than thirty (30) days after the date on which ENGINEER rendered his written decision in respect of the claim, dispute or other matter as to which arbitration is sought; and the failure to demand arbitration within said thirty (30) days' period shall result in ENGINEER's decision being final and binding upon OWNER and CONTRACTOR. If ENGINEER renders a decision after arbitration proceedings have been-initiated, such decision may be entered as evidence but shall not supersede the arbitration proceedings, except where the decision is acceptable to the parties concerned. Limitations on ENGINEER's Responsibilities; 9.11. Neither ENGINEER's authority to act under,this Article 9 or elsewhere in the Contract Documents nor any decision made by him in good faith either to exercise or not execcj se,sgch.a,uthority shall, , give rise to any duty or responsibility of ENGINEER to CONTRACTOR, any SubcontractOr,7any materialman;:fabricAtor, supplier or.ony-gf their agents or: employees or any, other person. performing any of ,the , Work.. 9.12. ENGINEER will not,be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and he will not be responsible for CONTRACTOR 's failure to perform the work in accordance with the-Contract Documents:, The, ENGINEER ,sha11 have no respgnsi.bility with respect to+'safety,and has no obligation to see,that the CONTRACTOR's, safety obligations are fulfilled, 9.134 ENGINEER will not be responsible for the acts or omissions of,CONTRACTOR, or any Subcontractor, or any of his or their agents or employees, or any other persons at the site or otherwise performing any of the Work, FAN-78 GC-18 ARTICLE 10 - CHANGES IN THE WORK 10.1. Without Invalidating the Agreement, OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work; these will be authorized by Change Orders. Upon receipt of a Change Order, CONTRACTOR shall proceed with the Work Involved. All such Work shall be executed under the applicable conditions of the Contract Documents. If any Change Order causes an increase or de- crease in the Contract Price or an extension or shortening of the Contract Time, an equitable adjustment will be made as provided in Article 11 or Article 12 on the basis of a claim made by either party. 10.2. ENGINEER may authorize minor changes or alterations in the Work not involving extra cost or contract time and not incon- sistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order. If CONTRACTOR believes that any minor change or alteration authorized by ENGINEER entitles him to an increase in the Contract Price or Contract Time, he shall not proceed with the work and shall in writing advise the ENGINEER and request a Change Order. 10.3. Additional Work performed by CONTRACTOR without author= ization'of~a'Change Order will riot entitle him to claim an indrease in the Contract Pelde.or an extension of the Contract Time, excep t in the case of a'n"emergency 'As provided in paragraph 6.20 and except as provided in paragraph 13.7. 10,4., OWNER, after, consideration and approval, may execute ap- propriate'Ch. qn'ge Orders prepared by'ENGINEER 'Cdveririg Changes in' the Work to b'e per,formed as' provided' in paragraph 4.3 a'nd Kork performed, in an emerjit<Cy a~ provided i6-040alraph 620 and any other claim of-, CONTRACTOR for,a change 'in the Cdntract Time or the Contract Price' = which is aporo'ved by ENGINEER; ARTICLE 11 - CHANGE OF CONTRACT PRICE 11:}i 'The Contract Price`constitotes the total compensation pay- able to CONTRACTOR forfperforming the Work. 'A1l'dutiesi rdsponsi- bilities and obligations assigned to or undertaken by CONTRACTOR shall be at his expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order. Any claim for an increase in the Contract Price shall be based on written notice delivered to OWNER and ENGINEER Within ten (10) days of the occurrence of the "event giving rise to the'cfaim. Notice of the amount of the claim with supporting data shall be delivered within thirty (30) days of such occurrence unless ENGINEER allows an additional F&N-73 GC=1g period of time to ascertain accurate cost data. All claims for ad- justments in the Contract Price shall be determined by ENGINEER if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. , 11.3. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be de- termined in one of the following ways: 11.3.1. Where the Work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items involvedunless actual quantities differ from bid quantities by twenty (26% ) percent. Revised con- sideration will be given to that portion in excess of the twenty (20%) percent difference subject to mutual acceptance of a revised unit price. 11.3.2 By mutual acceptance of a lump sum. 11.3.3 On-th1 of-the actual cost directly related to the Work plus a Contractor's Fee for overhead and profit in.,. the amount of fifteen (15%) percent. The actual cost shall be limited to: labor, including foremen; materials entering perma- nently into,the work; the ownership,or rental cost of construction plant,and,equipment during the time of.use on,the extra work; power and consumable supplies for the operation of power equip- ment; insurance; and social security and old age and unemploy- ment contributions. 11.4:,, The amount ot;c4ddi,t to,be,aliowed by CONTRACTOR to OWNER for any iuch.chenge which results in.a,net decrease in cost, Ni i be, the amount of - the actual net decrease whJgh,d,rrrease ;ha]l.in44lude,. , a CONTRACTOW s Fee,for overhead and profit the amount of fifteen (15%) percent. When both additions and credits are involved in any one change, the CONTRACTOR's fee of fifteen 06%)'percent shall be figured on the basis of the net increase, if any. 11.5. Whenever the cost of any Work is to be determined pursuant to paragraph 11.3, CONTRACTOR will submit in form prescribed by ENGINEER an itemized cost breakdown together, with supporting data. ARTICLE 12 - CHANGE OF THE CONTRACT TIME 12.1, The Contract Time may only be changed by a Change Order. Any claim for an extension in the Contract Time shall be based on written notice delivered to OWNER aml ENGINEER within ten (10) days of the occurrence of the event giving rise.to the claim. Notice of the extent F&N-78 GC-20 of the claim with supporting data shall be delivered within thirty (30) days of such occurrence unless ENGINEER allows an additional period of time to ascertain more accurate data. All claims for adjustment in the Contract Time shall be determined by ENGINEER if OWNER and CON- TRACTOR cannot otherwise agree. Any change in the Contract Time re- sulting from any such claim shall be incorporated in a Change Order. 12.2. The Contract Time will be extended in an amount equal to time lost due to delays beyond the control of CONTRACTOR if he makes a claim therefor as provided in paragraph 12.1. Such delays shall include, but not be restricted to, acts or neglect by any separate contractor employed by OWNER, fires, floods, labor disputes, epidemics, or acts of God other than weather conditions. No time extensions will be allowed for weather conditions for Project using calendar days for the Contract Time. 12.3 The CONTRACTOR agrees that time is of the essence of this contract, and that for each day of delay beyond the number of days herein agreed'upon'for, the completion of the Work herein tp6cffiod and contracted for (after due allowance of such extension of time as is provided for in Article 12) the OWNER may withhold permanently from the CONTRACTOR's total compensation, the amount per day set forth in Supplemegtary GonditionE,,not as a penalty, but as liquidated damages and for dd ed,pxpe?ise for.enginedeing services, etc. ARTICLE 13WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION,' REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee; 13.1. CONtWtOR'rlarrants and guarantees to OWNER and ENGINEER that all materials 4W 'equipment Will=be new unless otherwise specified and that all Work will he of good quality and free from faults or defects and in_acc6.rdAnce with the eequirement5,of the Contract Documents and of any in5p'ction' ,-tests or approvals referred to in paragraph 13.2, AlI unsatisfactory Work; all faulty or defective Wdrk; and all Work not conformi6gl to the requieements~of'the Contract *Documents at the time of acceptance thereof W of'suCh-inspections, tests or`approvals, shall 'be cgnsidgred'defectiae: Prompt notice of 'all 'defects shall be given to CONTRACTOR. 'All defective Work, whether or, not in place, may be rejected, corrected or accepted as provided in this Article 13. Tests and Inspections: 13.2. If the Contract Documents, laws,'ordinances, rules, regu- lations or orders of any public authority having jurisdiction require F&N-18 GC-21 any Work to specifically be inspected, tested, or approved by some public body, CONTRACTOR shall assume full responsibility therefor, pay all costs in connection therewith and furnish ENGINEER the required certificates of inspection, testing or approval. All other inspections, tests and approvals required by the Contract Documents t.hall be per- formed by organizations selected by OWNER and the costs thereof shall be borne by OWNER unless otherwise specified. 13.3. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all inspections, tests or approvals. If any such Work required so to be inspected, tested or approvea is covered without written approval of ENGINEER, it must, if requested by ENGINEER, be uncovered for observation, and such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of his intention to cover such Work and ENGINEER has not acted with reasonable promptness in response to such notice. 13,4. Neither observations by ENGINEER nor inspections, tests or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR from his obligations to perform the Work,in accordance with the requirements of the Contract Documents., Access to Work 13.5. ENGINEER and hi,s representatives and other representativgs.' of OWNER will at reasonable times have access to the Work., ' COMAtTOR shall provide proper and safe facilities for such access and observation of the,WOrk and also,for any inspection or testing thereof by othgrs. Uncovering Work: 13.6. If any Work is co,%.red contrary to the written r'eque'st of ENGINEERr it mu;t ,if,,re,ques; 0,by NGl,NEER, bq,u,ncPvered.}or ENGINEER'S observation and-geg1oced at;CONTRACTbR's expense, 13.7• :If any Work has been covered which ENGINEER has not SdeCi fically requested,to ot)wye prior,to its being covered, or if ENGINEER, , considers it nec2ss@ry or,advisa le,,that gVered Work be'in WctQd, or tested,,CgNTRACTOg at ENGL.., V ,,requgst, sha~l',uncover, expose, or ot{gryise lake aya~labl@,for cb;ervatjon, 1nsp0,0on or testing, . as ENGINEER may require ,0&i pori;ipn oir,t,he Work.in,questipn' furnishi% all necessary labor, material and equipmgnt. I>` it is found hat such Work is,defective, CONTRACTOR, shalI,bedr alI,the, expenses of such un- covering, exposure, observation, inspectioi. and 'testing and'of satis- factory reconstruction, including compensation for additional professional, - services, and an appropriate deductive Change Order shall be issued. If, however, such Work is not found to be defective, CONTRACTOR shall BN-7b CC-22 be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction if he makes a claim therefor as provided in Articles 11 and 12. Owner May Stop the Work: 13.8. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment, or fails to conform to the progress schedule required by Paragraph 14.1, or if CONTRACTOR fails to make prompt payments to Subcontractors or for labor, materials or equipment, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to e4ercise this right for the benefit of CONTRACTOR or any other party. Correction or Removal of Defective Work: 13.9. If required by ENGINEER prior to approval of final payment, CONTRACTOR shall promptly, without cost to OWNER and as specified by ENGINEER, either correct any defective Work., whether or not fabricated installed or, completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with nondefective Work; If CONTRACTOR does not correct-such defective Work or. remove and replace such rejected Work within a reasonable time, all as speci,fied,in a, written notice fram ENGINEER, OWNER may have the deficiency corrected or the rejected Work removed and replaced. All direct or indirect costs of such correction or removal and replacement, including compen- sation for additional professional services, shall be, paid by CONTRACTOR; and an appropriate deductive Change Order shall be issued. CONTRACTOR shall also bear the expenses of making good all Work of others destroyed or damaged by his correction, removal or replacement of his defective Work. One Year Correction Period:: 13. If, after the approval~of final: payment and prior to the expiration of one year thereafter or such longer period of time as may be pres;ribed by law or by the terms of any applicable special guarantee required by the Contract Documents; any Work is found to be defective, CONTRACTOR shalI:promptly ,,without cost to OWNER and., in accordance with OWNER's'Written',instructions,~eitber correct such defective Work, or, if it has been rejected by OWNER, remove it`rom the site and replace it with nondefective Work. If CONTRACTOR does not promptly comply with the terms of suzh instructions, OWNER may have the defective Work corrected or the rejected Work removed and FAN-78 GC-23 replaced, and all direct and indirect costs of such removal and re- placement, including compensation for additional professional services, shall be paid by CONTRACTOR. Acceptance of Defective Work: 13.11. If, instead of requiring correction or removal and replace- ment of defective Work, OWNER prefers to accept it, he may do so. In such case, if acceptance occurs prior to approval of final payment, a Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including appropriate reduction in the Con- tract Price; or, if the acceptance occurs after approval of final pay- ment, an appropriate amount shall be paid by CONTRACTOR to OWNER. Neglected Work by Contractor: 13.12. If CONTRACTOR should fail to prosecute the Work in accordance with the Contract Documents, including any requirements of the progress schedule, OWNER, after seven (7) days' written notice to CONTRACTOR may, without prejudice to any other remedy he'Inay have, make good such deficienoies and the cost thereof (including compensation for additionai professional services) shall be charged against CONTRACTOR in which case a Chan'g'e Order shall be issued incorporating the necessary revisions in the Contract Documents including an appropriate reduction in the Contract Price. If the payments then or thereafter due CONTRACTOR are not sufficient 'to cover such amour,, CONTRACTOR shall pay the dif- ference`to OWNER. . ARTICLE 14'» PAYMENTS AND COMPLETION Schedules: 14.1. At least ten (10) days prior to submitting the first Appli- cation for a progress payment, CONTRACTOR shall submit a progress schedule, a final schedule of Shop Drawing submission and a su Wule of values of the Work. These schedules shall be satisfactory in form and sub- stance to ENGINEER., .The schedule'of value's shall include quantities and unit prices aggregating the Contract Price', and shall subdivide the Work into component parts .in sufficient detail to serve as the basis for progress payments -luring construction.,, Upon approval of, the schedules of Values by ENGINEER',.it shall be incorporated into the form of Application for:Payment furnished by ENGINEER. Application for Progress Payment: 14.2. At least ten (10) days before each progress payment falls due (but not more often than once a month), CONTRACTOR shall submit to FSN-78 GC-24 ENGINEER for review an Application for Payment on a form supplied by the OWNER filled out and certified by CONTRACTOR covering the Work completed as of the date of the Application. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site, the Application for Payment shall also be accompanied by such data as required by OWNER. Each subsequent Appli- cation for Payment shall also include an affidavit of CONTRACTOR stating that all previous progress payments received on account of the Work have been applied to discharge in fell all of CONTRACTOR's obligations reflected in prior Applications for Payment. The CONTRACTOR shall certify on each Application for Payment that the Work performed to date complies with the Contract Documents. Contractor's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Projector not, will pass to OWNER at the time of payment free.and clear of all liens, claims, security interests ,And encumb- rances (hereinafter in these General Conditions referred to as "Liens"). .Approval of Payments, 14.4, ENGINEER will, within ten (10) days after receipt of, each Application for Payment, either indicate i,n writigg his approval, of payment and present the Application to OWNER, or return t e Application to CONTRACTOR indicating in wrihin hi reasons for refusing to approve payment In the latter case, CQN RAC OR may make the,;hefejsary corrections and„resy,bmit the Application. 00WNC~ shall, within ten (1O days of presentation to MIR .9f, th 4gprgved app) fc. ti•on fop, P,ayF!en ,opay., CONTMCJPR the, aMunt approved ~y ENGINECk less en (10~) perce'rtt of the amount- thereof which shall be retained until Final Payment and less all othersums that may be retained, by, tbe,QWNER as set forth in thp, Contract DQcume1nt,s.. 14.5. ENGINEER's approval of any payment requested in an Application for Payment will constitute a representation by him to,OWNP ,,ba;ed,on ENGINEER's on-site observations of the Work in progress as an experienced and qual,i.f ied, dligp, professional and on, his, reyiew• of, the• Appp1'lication for Payrrtgni: and he accompf►y,ing;data 4n4,'sch dul¢s that the,Ytgrk,has , progres~e cQ t e;pppint,indicated, that~;to t~e best of his:kpb wyedge, information and belief, the, quality of the Work,is in accordance with the Contract Documgnt, (sub'Je t,.to an;evaluation,of the Work as,a•functioning Project uppon'$y~bs antlsl~ComPIOg p,I-to the result; of any subsequent,., , tests"called for,tn•the,Eontgct Dppcu;nonl:s, and any,que11f1cat1on$ ;toted in his,approyal);;and that CONTRACTOR is entitled to ppayment,of the amount approved. However, by approving any such payment ENG6N M will not thereby F&N-78 GC-25 be deemed to have represented that he made exhaustive or continuous on- site inspections to check the quality or the quantity of the Work, or that he has reviewed the means, methods, techniques, sequences, and pro- cedures of construction, or that he has made any examination to ascertain how or for what purpose CONTRACTOR has used the moneys paid or to be paid to him on account of the Contract Price, or that title to any Work, materials or equipment has passed to OWNER free and clear of any Liens. 14.6. ENGINEER may refuse to approve the whole or any part of any payment if, in his opinion, it would be incorrect to make such representations to OWNER. He may also refuse to approve any such payment, or because of subsequently discovered evidence or the results of subsequent inspections or tests, nul'iify any such payment previously approved, to such extent as may be necessary in his opinion to protect OWNER from loss because: 14.6.1. the Work is defective, or completed W;,rk has been damaged requiring correction or replacement, 14.6.2.'' claims' or Liens have been filed or there is reason- able' cause'to beli'eVe such may be filed, 14.6.3. the Contract Price has been reduced because of Modifications, 14.6.4' OWNER has been'reauired'to correct defective Work or complete the Work ih'accordantt 0th' parbgreph,13.11, or, , 14,6.5. 'of uhsatisfactori 'pprosecutl0n of the Nbrk,'incldding fail ure'to fur''rish, atceptableuDhiitthit or to clean up-• I 6- aS'nabl iindication'that the Work: W'illlppt,be completed' 14.6'- 're wi thih 'thl' Cohtr'a'bt Ti r ,1Ins ~14.6'17 reaiohabl"e"doubt' that' the' Work can' be,'compl e tear for the unpaid balance of the Contract Price. Substaritial'Completioh: 14',7. ' PH60 o'fihal, pymentCONTRACTOR°mby,'in'writing''to OWNER and ENGINE W,'tert1'y'thit'the Eht~re'Pro~ect'is.lubstantially complete and requ6ttt'that`ENGINEER'1siup h certificat'V-Substantipl Com le'tioh. Within a'heasonable time'thereafter''OWNER,,'CONTRACTOR i0d ENGINEER shall make ah inspectioh'df the Ptoject'tt determihe theist tus'of completion. If ENGINEER'GOb.i'•'not'cghtiderIthe Prrject,substant,all yy'cdinplete,'he, will 'notify CONTRACTOR' in'vlritfn 90ing h4 rssi$6h therefor,' If ENGINEER ' considers the ProjeCt'substantie ly'complete; he'wi prepare and dbliver faN-78 GC-26 to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion and the responsibilities between OWNER and CONTRACTOR for maintenance, heat and utilities. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment, and the certificate shall fix the time within which such items shall be completed or corrected, said time to be within the Contract Time. OWNER shall have seven (7) days after receipt of the tentative certificate during which he may make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Project is not substantially complete, he will within fourteen (14) days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating his reasons therefor. If, after consideration of OWNER's objections, ENGINEER considers the PROJECT substantially complete, he will within said fourteen (14) days execute dnd deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with,a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as he believes justified.: after consideration of any objections from.OWNER. The failure of the ENGINEER to include any-items on such tentative list,of items to be completed does not alter the responsibility of the.CONTRACTOR to complete all Work in accordance, with the Contract Documents.., 14,80OWNER shall have the right to exclude CONTRACTOR from the , Project after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative,, list.. Partial Utilization; 14.9,,: P,rigr, to final payment, OWN0 may request SONUACTQVIn writing , to permit him to use,a specified part of Ahe Project which he believes, he may use without significant interference with ,construction ,of the. , other parts of the Project: If,CONTRACTOR agreesi he will certify,to OWNER and ENGINEERthat.said part of the_Project is substantlally com- plete and request ENGINEER to issue.a certificate,of Substantial Completion for that part of the Praject4 Within areasonable time thereafter OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Project to determine its status of completion. If ENGINEER does not ; consider that it is substantially complete, he will notify OWNER and CONTRACTOR in writing giving his reasons therefor. If BMW considers that part of tNj Project to be substantially complete, he wi I execute and deliver, to,OWNER and CONTRACTOR a certificate to that effect, fixing, the date of :Substantial Completion as to that part of ;the Project, at- taching thereto a tentative,llst of items to be completed or corrected before final pay^►ent and fixing the responsihility between OWNER and F&N-78 GC-27 CONTRACTOR for maintenance, heat and utilities as to that part of the Project. OWNER shall have the right to exclude CONTRACTOR from any part of the Project which ENGINEER has so certified to be substantially com- plete, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Final Inspection: 14.10. Upon written notice from CONTRACTOR that the Project is complete, ENGINEER will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. Final Application for Payment, 14.11, After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEM and delivered all maintenance and operating instructions, 'schedules, 'guarantees, Bonds, certificates of inspection and other documents - all as required by'the Contract Documents,'he may make application for final payment following the procedure for progress payments. The final A pllcation for Payment shall be accompanied by such data and Schedule as OWNER may'reasonably require, together with` complete and legally effective releases of-waivers (satisfactory to OWNER) of all Liens arising out of the ContrIct Documents and the labor aM services performed and the material and equipment furnished thereunder. In lieu thereof and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full; an affidavit of CONTRACTOR that the releases and receipts include all labor, services, material and equipment for which a'Lieh'could-be filed, And;-that',all''payrollsI ma•.erial*and equipment bills, and'dther'indebtedness tonnected'with the Work for which OWNER or his property wight in any way be 'responsible have been 'paid or otherwise satisfied; -and 'content of the Surety, if "any,'to final payment. If any Subcontract0i, matrria'man; fabricator 'or supplier fails to fUenish`a release or receipt in full, CONTRAOTOR may furnish a Bond -or other collateral satisfactory'to OWNER w indemnify him against any Lien. F' ;<n', Approval'of Final Payi4ht: " . 14.12. If,,'on the basis 'of his observation and review of, the Work during Construction, his'final -inspection and his review of the final inspection and his eeview'of'the'final Application for Payment all as required by the Contract Documents, ENGINEER As satisfied that the Work has been completed 'and CONTRACTOR has fulfilled 'all of his obligations F&N-78 GC-28 IV under the Contract Documents, he will, within ten (10) days after receipt of the final Application for Payment, indicate in writing his approval of payment and present the Application to OWNER for payment. There- upon ENGINEER will give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14,15. Otherwise, he will return the Application to CONTRACTOR, indicating in writing his reasons for refusing to approve final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. OWNER shall, within ten (10) days of presentation to him of an approved final Application for Payment, pay CONTRACTOR the amount approved by ENGINEER. 14.13. If after Substantial Completion of the Work final com- pletion thereof is materially delayed through no fault of CONTRACTOR, and ENGINEER so confirms, OWNER, upon certification by ENGINEER, and without terminating the Agreement, may make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance for. Work not fully completed or corrected is less than the retainage stipulated in the Agreement and if Aonds have been furnished as required An paragraph 5,1, the written consent of the Surety to the payment of the balance, due for that portion of the Work fully coiripleted and accepted shall be submitted by the CONTRACTOR to the ENGINEER prior, to,certificitiGn of such payment. ych;payment shall be made:'inden the terms and c;,rti,itipns governing final payment, except•that,it shall not constitu+,e a walv'er of claims. Contractor's Continuing Obligation;I 14.1.4. CONTRACTOR's,obligation to.perform the York and, complete the Pro,iec.t A n accordance,withitheContraet,Do;uments shall ¢e absolute. Neither approval of, any prggreis oi,.final, payment by ENGINEER,, nor the issuance of,a-cer,tifi4ate of S4, itan'd'al, Completion, nor any' pay. ment by OWNER 0. CONTRACTOR under the,Contract. Documents, nor any u,se or occupancy of she Project or; any part thereof by OWNER$ nor; any act of acceptance by OWNER nor any failloe to do so, ;nor any correction of defective work, by OWNER shall constitute an acceptance of Work not in accordance. with the Contract Documents,; Waiver of Claims: 14.15: The making and acceptame of,final payment shall consti- tute a waiver. of all claims by ,CONTRACTOR against OWNER other than those previously made In writing and,still unsettled. F&N-78 GC-29 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION Owner May Suspend Work: 15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety (90) days by notice in writing to CONTRACTOR and ENGINEER which shall fix the date on which Work shall be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR may be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if he makes a claim therefor as provided in Articles 11 and 12. Owner May Terminate: 15.2. If CONTRACTOR is adjudged as bankrupt or insolvent, or if he makes a general assigrr.snt for the benefit of Chia cre hors, or if a trustee or receiver is appointed of his property; or, If he files a petition'to take advantage of any debtor's act, or to reorganize under tb:, bankruptcor similar laws, or if he repeatedly fails to supply 'sufficient skilled workmen `or suit able materfrl_s. deliquipmentt'or if hd repeatedly fails to make prompt ifaymehentS to disregards lawsi Subcontraci'or~orsdi'ur nan for ces, labor; ; mater'P6~uhials ation or ards equipment any public body having JOH.Sdietioh, or if he .11red on ty of ENGINEER, or if he otherwise Violates any provision of the Contract Documents, then OWNER may, without prejudice to any other right or remedy and after giving CONTRACTOR and his Wedt'y seve-i'(7)*days' writtev notice, terminate the services of CONTRACTOR and take possession of the Project a H 6f-all materials,'equi0m66t; tools, construction equipment " and machinery ther,W ;ovined by CON'TR MA A'M finish the Works by' whatever, method he may d¢'ent'4xpedi6'~ qt: , 1 sucti'cai`6 gONTRACTOR 0all not be entitled 'to' receive anyi~fut'therayr['0 'until'the Wtlrk,lts "Finishedi'~ If the unpaid bala'nce,'6f the Contr'act' Price eitted9 the' direct a for ` indirect cost! of 'completing' th6 Projett; CONTRACTOR. additional drof6tAiohal services, suct, excess shall' be paid to the CONTR If such'c6'sts exceed sOcti unpaid balance, CONTRACTOR sha11 pay, difference to OWNER. Such costs inctifeed by OWNER shall be determined by ENGINEER and incorporated in a Change Order. 15.3. Where CONTRACTOR's services have been so terminated by OWNER, said terM nAtions shall ndt affect 'any rights of OWNER against' CONTRACTOR then 'existing or 'which may thereafter accrue. Any retention or payment of moneys by OWNER due CONTRACTOR Will hot release CONTRACTOR from liability. F&N-76 GC-3O 15.4. Upon seven (7) days' written notice to CONTRACTOR and ENGI- NEER, OWNER may, without cause and without prejudice to any other right or remedy, elect to abandon the Protect and terminate the Agreement. In such case, CONTRACTOR shall be paid for all Work executed and any expense sustained plus a reasonable profit. Contractor May Stop Work or Terminate: 15.5. If, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety (90) days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within thirty (30) days after it is submitted, or OWNER fails to pay CONTRACTOR any sum approved by ENGINEER or awarded by arbitrators within thirty (30) days of its approval and presentation, then CONTRACTOR may, upon seven (7) days' written notice to OWNER and ENGINEER, terminate the Agreement and recover from OWNER payment for all Work executed and any expense sustained plus a reason- able profit. In addition and in lieu of terminating the Agreement, if ENGINEER has failed to act on an Application for Payment or OWNER has failed to make any payment as aforesaid, CONTRACTOR may upon seven (7) days', notice ;to OWNER and ENGINEER stop the Work until he has been paid all amounts then ,due, ARTICLE 15 AR51t TION. 16.1. All claims, disputes and other matters in question ar'ising' out of, or relating to, this Agreement or the breach thereof except, for claims which have been waived by the making or acceptance 'of final payment as, provided. by, p ragraph 14,.15, shall be submitted tq arbitra. anty to the, dispute, T,he~ parties play , tion at -the rpg4est of either pa'r'ty' agree upon qne rplter, q,tberwise~ there.,,sha,lI be_ three r~ oAe M00 in writing by eac party,,end the third t)jopen,by.thetw arb,teft , l ,'to s. Yect, Q gird frithin .ten' (10) ,ri so selected; or ihf <the ar,blters f days, he shall be chosen by a District Julge'serving the County in which the major portion of the Project is located, unless otherwise specified. Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall 1aps.QJ a.nd the;.decisiop,pf.JbeENyj. EfR shall be final and binding on him. r Should; the other pkrty,fail to c~iooge, an arbiter, within ten (10) days s the ENGINEER shall appoipt,,spc,h, arbiter., Should either party refuse or neglect, to,,supply,,the arbiters with any paper' 'or Ad, formation demanded in writi_ngo,the,arbiters one, empowered by 4th parties to take ex party proceedings. The arbiters sha17 act with promptness., The,decisiorn of, any two, shall; be ,bipdinq on both parties, to the contract. The d"ision of; the ,arbiters upon Any qquestion sub- mitted to arbitration under this contract shall be a condition . F&N-78 GC-31 precedent to any right of legal action. The decision of the arbiter or arbiters may be filed in court to carry it into effect. The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the cost and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writing. 16.2. CONTRACTOR will carry on the Work and maintain the progress schedule during any arbitration proceedings, unless otherwise agreed by him and OWNER in writing, ARTICLE 17 - MISCELLANEOUS Giving Notice: 17.1. Whenever any provi'sion'of the Contract Documents requires the giving of written notice it shall be deemed to have been Validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it„i.s .intend.ed, or if celivered at or sent by registered or certified mail, postage pre paid, to the last business address known to him who gives the notice. Computation:of time. l7,2, , h n a period of time is refer'Yed to'in the Contract Docu- ments by''4ays, ft s611 be cpmputed to .exclude 'the first and'•lnclude the last day bf 11 such period.; If`t~e 1a'st day bf hny,suc`h period falls on a Seturila}i `bar` SunGay, o'r, on 'a day fade' a legal' holiday by the ~AWr' of the applicable ~Msdiction, sych day'shalI be oieitted froh, the computatiorj.'' General: , . ,7A.' All S shal l~aWOralt4ngs` b'nd copies" th heo by ENGINEER I, rehiain his ple~ty; They sh911 itotebeol,"s¢d~o sther Project, ands with'the exce~rt w of those sets Which have been signed in connectitln y ith the' 6ecuti0'Vf the' Agr'e&6nt,''shiall be' eoturned ' to him on r'equ'est upon' coin;pletion' of the Prbfeot. 17.4; ``The'du'tfos a'n'd 'obligation`s imposed 4y' these' General Cdr, ditions and 'the rights' and remedies'hvailable, hereunderand, in particular F&N-78 GC-32 but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.28, 13.1, 13.10 and 14.3 and the rights and remedies available to OWNER and ENGINEER thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to them which are otherwise imposed or available by law, by special guarantee or by other provisions of the Contract Documents. 17.5. The Contract Documents shall be governed by the law of the place of the Project. f&N-78 GC-33 QQ r~r' ~d F . Jr1f ee a r ify ~ n ~°..4C~ y r2~t .sr~i Nyq: r }~l 5' f a f eCJ N r f r~,'1'71'1 i ! °u'M1!'i:7 l' `a`.,1 F !-R , ! ~ J ° r rR•"+~r M1i .491' ,M y' ~~•x5 ...i 7 ~l rr++!!'iMr i r ~ i i, ~ r t ,t 1S ~ ; J a r•4! *S rp x y P. ' x ~M:y r~d ~'f ~ y,+°.", 1.L ° r y ~ ! r r a r ~ "~L ~ xt ~ C5 i , J M ~r f S'f (tf~'-Sl? '>2G VA,3 ~I t';'J? kiCB ~1: Za?39 SO CG-185 2t~„r,r~'O~ 1`c"13 U.~r 1 CIT' (AWN 9-10.79) , :A ti'nrn'i ! t , J°~~t" ~ {i «J7~ }•,I ~~rV •.'r. Mi ~xh n MJ1 h • 1. v ~ k la i 1,!,' ,.n, x' h f.., t9rJ! ' Sr. /1 t.\ i ' AIrN .t f.. lyM: 1 Y, !i X' ril nr'l', i't NJ h1 ;,131'1b a A)+!..li ua.+t rr tfpr!i r k, 1 v%'fM i:'~ F, s. 1. 9..L1 B)'}. h ~~:1+ •ry:»': L,n t +!r fi a:_ rn r._, ../;..,l.~h,.. 4i^.~1 it . ~ rt. , It 4'{. ~~•''il rr ~ ' Fi t' N r . t±•l',. h {i r N "i E: r r, r ✓r R a "h. Y C' TJR,: 'q:1 G.J•Alta , jq , -B'+l Mc w: eL xr+ t ':t Iti ¢'~+~,rei f*JSa n» 1 li::Mt ) 3 +,v ; Lr 7: sh,v pr,+'.xa~ u5 p }.l!rd4''1 e`~'•r':t7 `~'S ':.tUf !Y.!♦A. .li« ~~r1AI r55a.41 ir, R "f:rof L"r541f.'E k r:7 :Y ih 11l Y'. l `f: trt.~ ir,A'Hr t...1~:..w aa4.'uc SM' . a;: l~ a„ HIV f;'..i f , t S`.• .!5" :l;>+i:'S L a li}a. " ~l,'Pr'!'.P M r t'1:L I's n rr(r` ..4f 'i 1, •..J:'~ d.'n'.lY.,. Y i.', -tt :?i I+A, Y:+ .....E Ty J?:+a '.yR'. R~Q l' r l.r lA t+,"R " t;l i ~1 Ti', p'vY w t. ~l 9ai '~a .vI 1S'r.J ..a` YE t• 7i»v E r ' ) 1 M' 1. a, r r f PS 11 .'ir'F , `rn . c , k," w „ r J.[m J;'`. ,i~ r'qS V'i' ,j+ Y I 1 :J E n + A';''• x ' , 5 ; L'G. M 1 V,L tE. 1 j J : ti _ ttiJ t9 r'E~~ dJ' " Y1» t~ J ..7, Glit~ .~1 f71f1~►i` . 4A a'U"!1 trt,T ,fY~ A4: A rxYr11~1 imp ' SM t. we i+4'trYS9 t1~,11 "rY Q~£J' Rrs.:' } .V.Lr"0' • Z~ r-,S•IG :t Ac', y c .1yzM,.:gt rl ra aR.1 1ti3A C,l ,exti,:t R.AJTit'v t.', to Z: ta°ai tlo ylp 1t?",••r't J4•ra,{! sr116~'.1 d!T u1:M1.'7 •TC'a , ,~+F~;•'. r J+• r tl 4,SY Jti•4J w Y *vkj JPt! V,~ r E.; yM tk'4 AaS.I k •ar d).n t1.t S2;= 61"1 m ek.14.YJ rnll N J .era-t$ YG 11!'>NP t - .n a 4'•;' La'au•`4 +~9t:~t t1t^cto,~.+tr:9s Tln,u r » ! sh~N ' t( riit Lt ' a:ati>4rr 1+= erry•l+~ ,tr..T,ia ovtu' r'll! ' ~t, R?t~ .gt.~xk I J ~ ,•t~ s vijr.rM,nat,.JErM+i:rllSAZU;Jl trr,t;!EiAT /T7! ,ttlir .rtt' t~n'r~aq• l:l 1^.4' ,°51:, l'Y".t 1. 7+Y C'~., ll (1 tiwY! °4' i16,{I A:.IfR XJf ~MT'lX!! MdrJJ. .f.r.21 r:• t lr Va1trJ 4,11 %ii S'' M RJtl. YM1 ~fw AMtIt: et q J x - `r, Aol a.U Y tetl/w d`'r e}liw o-sTi t;h > t , t:b n A uW4 J6? ''iL?§ J y yv?.tdv":a ,In~Jy yfl•a.4 bc. q bonr1 s sa trs~.txrcq rlrl 2 p„ 1.+A tl tvO*`^a~,, ` aEffi Gi tr ct.y:r s:4 t4a` ~d ~it1 d yL'vJlt11T1t 11,w16+!a q' tir.,:"!i/r.Rr.l~rre~'i 1'~ .ta~;Y hd+t+.r!?i rM•. • _ • ! n y , .J:, L r ~-,r:, T't of 1rY4 ...^.+Tr"v) > - rll,t, t IE'.r+.~trA IAT}.rp( Ii:TAPn.v :gatc!:rvi , 1•i 1'+trri+l,+ t'p. i• ,r+ i R Ttl r,'. ~trYri !'risk +a„9. y ..-:r'.., vsl edF 411 , 1 ll. z.' +4xa, 4Rv1! .-j wJi<", b 1--/f prrr;y ttl ,~ro1 ucw 141Mr "yw:w~r~Qw f,AlAL:'s6 nM+Ir.•r~ ~f t+nrrcrtl}~ ~ ; to t;11.1f5",r,}((r k4f p S7 ri+r{7 P•.Rt2"rli %~'R r,'`, 1U!'..k? •r,iil~~R. T r • MI f1 T'~ E Ir• r 11; f6lt~LArt ri }(j t9 t,t r1 X:,In N'~"lJ•IN.YI~ J. J i1b 1W" .ita ~'r,,'Q • 17 As tM~f ,i°1Jgt1 ;o 'Ty'-rW`f~u r. ~+7M,tlffi . N~+1 SA ~la.lyl,)llt R.>.'C IF3 ~S'.~:{Il{~27 r+.1 tH N,F. (?if Full i!U1 hr' ~rrwri l t"AI fµ'.iP/Z11;Y57F~), If~.i SA) Ir, " Ul7j,lR[R+✓.% 17S•'~ i~ ,!f?/ ^,i'1T'.'aly ifl b'J t K17 j P M. ✓d !Vr r lu^G 8Nl>;J 6~i Ai tx!!~R !AlY[»1° aC1S Ttfl1 Yd Ledt ir^.Lf•1 r. ti J 7nTrli~~u Fr. MSOt-tall .I.rwthwt iR 5.+1 3rtl' e.~Atae •t~.i°F.r tau f~',J.p WWI *a•r c1ir,.,ks~ ar„ 1r4Ec1 luywt E?. ~'lji`tlf4.'WC 1F~J 'lU i'b."IIV'r,+aipQ. f!'~R~ Ie.J':rl {till ! ~ T tiN~ A1'+?S 10 !^}J~3[!laDli2 °.u,t~t ti'~IJ t1n t/'w~ ew+t,ar05G~/17~+rA~!kk*~ds itV+~tj.:ll~lie~ E )i"t3~ aa&4rvt,;z~pf . os'.~ft+r1t77~0"~a` €aLbEl~i ,r.~ir+,4tri~~,i `-a,th''4dtJ l,a't1t•~9ail~4r~4 p eab(i N41(Vr40,t7 Vnl ,A il4• td artcllj~7Y,~A ,craps rp eta byr t M LS -A k%w O~x E +'94y~^. /R1 J tsty Aai:#vr/4t fti b+T,lglttt , ry bsY'J4l!nl rd hoot it"I'lo qpf:34rt-"a bdt to Batt. lfvv~ in yy a 1{dJ ,h Ndt S(?+(fj)!~}!fj'!`i14t0;w KI •Y l " k~,:?c~... -ak4sar,L•ts ati1~ {ac ! xt ~ tR,e~ ~J' t!t ►t1 '4L{1 t tLYE'v;r t+u rat 11 WI.~ r,»i~rtln , • jriJ sAn,-;tr'~ ,+taurrt+ ~rJlt J r!1t3 ~P ryerJ:a~ str II li + IMGi, K raft:' c:flrrt'wd dwJ z'r'vTru7 Pi #rln!a~,m''r, t~ tleril) ,t;l J,c,lti•;~J iI+FJ ti t»i7•'xlur-n 1)1'4 ►~ir! ca•r, JrR btp,lirj a')7.h v aJ•.Y''r!!AJrnd{IM1 rt7t,>p~iq .1b 94t c l;,Av tr`(.errnlyvr*; 6e~truftrl .:Yrri.b trrtr•.a.rr.,rulft . T", r1t' r t. ts: y.',If':'N t"w:l.",2+Jh 'L. kk4. t•c flq ~l ~.tl +r1},l'.y^j45 14 4...rN113!ld l:J ~C.l J41f ~ti" Mi'i:r 3r, tbt : Y j;t•,41~cbt y+,. 4176/Y'J' f~l giJrSE 02lttr ~Ibl•.•~d, bout .14C114 ,rrn~kHn *+Mid nJ: 'AdwtlA!l 7!Lfi,! Jt Ao..t ~o tJp"aV*p d6• 1 ti✓ ka . 'Al d dil k @tN9iQ kt tlritk?1q• a¢ 4WXTl et ~rnpya y f¢N wlJ i M4rt ld~ nl .b"64eVe vd to 1tA Eil3 'tri9lk+flr,~r `ftij ' + :E1iY nJta tiappf{fcy~ .9yu4w"taAJnal9kS.IM~L.zrgrlti , I1Q 111 to vq" a >;{tkJ'+a,7y~ Jnt $it *ur,Xglc f iQC Ilji r a4ttlt ,td brlmwt•rw}trt 'J is Up Vrirr Jrit«fWl "iyZ d , M 4 AqI ir.S at e~tgf n1' iJ bgitglsl bd iiEdl ty2tl! grf:l;IVnr, Mt ry p;: rnbt J6'7 d '{1LNAd sJ$ li fNl :ftjjl;n411"h: of vfirs!~ l:'rydTNya 64U ',a~QOlE1iCl,'1y.111 7?t +tw{IJ lC R'A.wnt W sir,QJ kLr:+YdR rd. t. d0alrivr lol~l,t ;a~J Y,nfl't mull MIfJ tlrtlles.tlm~~tJl.d4.a! eYVrl+'r*,T4 a+sTtJI! :v;t •i*,.r}J lilt , NJ "rlPg "4!, 1'ST t1 .tD^: +Yb YI .1c741h, .Jbe ii!(l tl S!7 ~.rThaw p:tlrl to lSl i T,'.1ec11 YE+Ti 44 .r :,t" q Etr.'11.144:,) lp l6 td LOOwim10,f mp `t, fl''Qtl AgJrdtru,!:r~ra 't,t4Om*4%-% 'Wil j 1:1 1 ,i,d/^.,+TF*j toskii•'.; yrU tylElt+ds}~t';~ ~tiidltgMaq.lJdl ~lnlartdbaatw;haJ `p►a(uriyA4 ")ut~1:•xtut.lhlu,rrnir~~'mgnrwwlyq'AP!,t at'_i i1A'grynbrsuVi 'r~1,a1,,ec4-,,trt0rel ,4.uAr444-Atu" a.'[l4'Jpbtt-iet.t,4434;uivl►+t3oWfpsn. "bes•xrt~,+tirolilvt 11 Nld 1,A !Yll Q',La1At tvnWPjil; 'K7Cf /:t,l5k• rtr .NV3Qr 'J, A~i,MwaJ Y~r}P1j"'l 4i Ea ~1:Jir+kr,!l e. l+fy•a.:1sw''y ta. i `~C'l tlbl'w,, 4110641 ~Aj 'iU4nra1 J9 1:>W Wfr rt£.li'14lntwrb #13 !W ~iYG'i 4t~3. 5 ~t r ca'gf :,i r' ~ JJ ~ 1 l/ N4rtA`', ri r~.tn 1~"rl ti/ NUNN U.S. ENVIRONMENTAL PnLTECTION AGENCY LABOR STANDARDS PROV1te0NS (APPLIES TO BOTH PUBLIC- LAW 4-660 AND PUBLIC LAW 92-500) FEDERALLY ASSISTED CONSTRUCTION CONTRACTS 9 DAM S-BA,ON ACT 10 AU.S.C. 276--.76a-7) Ill .tfinirnr,rR tutees-. nil All merteruce and labatre em- request oitMmntnctor.th.tthsepQlinbleatacafd~~rrnsy played or working I4poo tM site of the work. or under the M ~ con have asst me% The secan toy account w.u United States Haalnt< .let of 1931 cw under the Housing Art mq u In t of 1919 In the construction or development of the project. v#W for the me Lts of oblirstioas under the plan or program. be paid uacordiciouliy and not lose altos than once a week, lay WithAofdini The Envi ronmenta i Protection sod without subae~quent deduction a rvbsts on any tcount locaept such payroll deductions at are pumittd by reiula- Agency CEPA). dons issued by the Sortary of 4Abor under the Copeland Act they """Old or cause to he withheld tram the contrsctor so 129 Cr A Fat V. the roll amounts due at time of payment much of the -am, psymootw or advances as may bs can. oompu+ed at wags rotas act tae than those eontalrwd In the ~ endered oaesoa'y to pay Vborsre end mechanics, lneluding wage d& artsmatioo decision of the Seavtary of Labor which 1 eppmatim and irain"s, employed b, the eon7setar or any is attacld baste and made a pan hersof. regardless of any subcomactoran the work the Ault aaouuo of vsgw required aantramal relationship which may be allep tl to exist be. by the contract. Ia the went of fgiluae W pay any laborer or tween the contractor and such labxiren Lad meehanks: and unsc ~ oo the sits, a any tapprentic rent or' err trainee. employed States the wage determisetioa decision &W be pasted by the me tractor at dw site of the work in a prominent plan aims It Housing Act of 1937 or under the Ho"iag Act of 1919 to ebe an be "y soon by rho waisirs. For the porpon of tide wootneesion or dlrreiopment of the project. ale or put of the clause, contsibuticas made or taste reasonaw Antitipatd was" required by the cootrert, the ' EPA may- slew under section uno1171 of the DavlrBston Act on boW of writunootiaVstbaconuvw, sponsor. appikant,at wasp. labonrre or mechanics are considered wag" paid to such to- ' take Such action u may M oscom-Y to Cause ebe @Lnousioa borers at, roschanits. Subject to the phowlisicht of 29 CFA of any further peynneot, advance. or guava" of funds until 6.61e1(01M. Also for the purpou of this clause, rW&r con. such violations have caul, tribudons made or coops iacurrd for more than a vsAly 01 Payrolls"book words. III i`syroLls sad basic rec. period under plant, in% covering 'Je ords relating tbrsto will be maintained during the course of pamkuW wsekiy period, are deemed to be aoastruotively the worls lard pr6wvd for a period of thaw yean thereafcsr made or Uxurred during Such weeky period. for &a hbums and mochutite working at the site of the work, 141 Ths eontnaing officer .hail regube that Aar close of or under the Unihd Sous Housing <.a of 1931. or under the laborers ce mechanics. laeluding opprwndon sad trainees. Housing Act of 1919, in the construction or development of which is not Listed 14 the wage deoeta{tsttilns uA wkkh IS It the praJeR, $oeh records ww coutaLt the some and adds"- of be employed u+dar the contract, ohati ho clesOW or reclael. IN swh 'employs$. rats cortvat cJaulBcatioo. rata of pay. lied conformably to tree wags detarminatkxt sad a rwpon of (Including rains of contributions or costs anticipated of the the ac►ba taken shall be Prot by the FedeeJ Stoney to the typos described k eectice MM11 of the Davio•liemn Aetl. Secretaryof Labor. Is theevengtDeisteresEed daily Lad weokty,umberof bourn worked, dedocsbas made or" oa tM proper claaaificatias or reciassild"tios 04 4 par' and actua! v -see fetid. %pbroever tho Secretary of tabor her titular ciou of lsborere Lad methLnks. including appmtkee found uncle r 29 Mt 6.61a1(I)Iiv) that the wages of any laborr Lad tMiness, to be used, ebs question aoooarpLabd by the or mechanic Wduds the anoust of sty costs reaesaably an. t1comnsondsi0on of the contracting officer shall be retard u ticipatod ern providing benefits under s plaa %r program the Sea+tary fur' hest determinatkieL _ Qeo ~n* it wtJod IM(a11B1 of the Devc :.r.twa Act. the lili) The contracting omorx s'aall require. whenever eb4 contractor shall mamma roeords whieh'sbor that the rninimdm wage rate pr"cribed ie the convect for a duo of commitment to prorWt such boaefits is wofotcnbie. that the laborer or mechancss Includes a triage besafit which Is oat ex• plan or pro gram u finsndally rtspoasible, and that the ptao or pressed as as hearty wage rate And the contaector Is obligated program has bean comuualcatd in writing to the laborers or to pay L cash equivalsot of such a Mugs hewflt, an boarhy mechanics affected. and rw ords which show the coca asb equivalent thereof to be stabLis~h Ion of the anticipated or the actual cast Incurred is providing Such bane. interested peeks onnot Late apro eriu Mnge benefit, the question, accompanied by the racism- IUI The co _ EPA will submit weekly a copy of au pay, mendatiot of the "trading officer. Shall be referred to the tolls to the the contract. Wit if the -teary is not secretary of Labor for datermitatim the agency is a party to t livl II thteonnaetsr does not m►kt peymeats to a mutes nub it pony the eontractor will submit the payrolls to tw or other third persoa, be may consider as pen of the wags of applicant, oponoor, or owner, as the case wy be. br trans EPA upon reaue itThacove shall be St. any laborer or meaheaie the amovac of my eau reasonably mission 1o the anticipated in providing benefits under a pigs or program of a tompanied by a tutament slgnd by t employt►or his agent type expressly IksttM la the wage determ;netbn dscuion d the iadlating that the payrolls are tarred and oompitts. that the S4Krvtmry of labor Lawhich is a ry c4 L &L-ot hats fthis oound" upon the written determined by the Swrtuy of Labor and cut the deer nca however. The Secretary Title 29, Part 5 (Feb 1977) 2 ; Labor Siandarda Provisions tinns set forth for soh lsborer or mscbxr coaform with the progress. Any employes Hated on the psyroU at a trains rata work he performed. A submiaaica of a "Weekly Statameat of wbo is not registered and pant dpetiag in a traiafat plan sap. Complince" wUch is required under this contract and the premed by the Bu eeu d. AppnatioseWp and Treiming shall be Copelu6 regulatiooa of the SeavUry of Labor (29 M. Put paid not feu than the ■ep rate detarmioed by the Secretary - 3) and the filing wild the IaitW psyrQ or any subsequent, of LAW for I'.bs claealAtatioo Of work he satua)fy performed. payroll of a copy of any findings by the See:eury of Labor Tba oontrecwr a subcnmtrartas will be rpulnd to hwaish the under 29 CFR b,b1e111)itvi shall satisfy this requirement. Tba contracting WSW or a represess ativeof the Wago.Hsur Divi• prime coatrartm ebaU be reepomibie for the submission of Sion of the U.S. Departm"t of Labor writtem wldeoes of the onples of payrolls of LU subcontractors, The contractor will orrtl&&doa of his prop=, the registmw of tba traimw, make the records rare'W under the lator standards clauses and t1.a ratios sad wage nts preseribsd In that pro; ,am. In of the contract avallsble for inspecdoo by sut.hor4ad repro. the weal tba Bursou of Apprenticeship Lad Training with. sentativs of tb: EPA and the Depart. draws appruval rd a trait44- program, the contractor will coo moot of Labor, and W permit nub repromwtivs to longer by parmiv-4 'o uUlm mama" et Lau than the appU- interview employees during waking hours on the job. Con. cable pr*c:Veroaiawi row Jar the work performed iota an oc. tractors employing apprusadcae at eralntee under approved aptable pry` oin Is apprn'ved• programs shall lnrlude a rmotatioo oo the fiat weak.'y artiLed fill' Lgg0M w ynoyesens eppursuaisy. The utMudoa of ■p• payrolls submitted to tbs cootrecWW apmuls that their poetise. train"" sad journeymen under this part shall be in employment 4 purn:aat to an approved program amd shaU conformity with tba equal son. ploym et opportunity require- identify the program. mante of Fracutlve Ceder 11246. as amended. and 29 CM (4) Apprentices anti trainees-MAppmettkes. Appno- Put 30• tins will be permitted to work at leas than the prvdetermlmed Ib) Compiles" "A Copeland Rerykrlom 129 CPR Part rite for the work they peebrmad wben they we employed and S. The contractor shall comply with the Copeland RerLia• lndtvldually meitared in a bow fide apprenticeship profs bons 129 CPR Part Li of the Secretary of Labor which an tegiatssd with the U.S. Department of Labor. Employment berela inoceponted by referosa•. and Tralr'rtg Admlaistradon. Bureau d Appewadcooklp and 161 Srbeo"wts. The cootrLnrx will insert in any sub. Ttalafng, or with a Stan Apprenticeship Apmey recognized conuwu the clause- contelnd in 29 CFR b.blalill tima;gb by the Bureau. or it a person ls employed to his flat 90 days of 131 and 171 Lad such other chum as the EPA probationary employment its an apprentice In sorb as appra• may by appropriate instrotbns require. and d ship program, who Is not fadlvkinally registered In the also a clause requiring the subcootracion t-s lodude that program, bat wbo has bases co tiffed by the Bureau of Apprau- douses to any lower List •uboootracu which they may enter dewhip sno Treming or a State ApQnadaehip Agswy into, tojaber with ■ dsusa requiring dhls insenSoo In any • fvbu- appropriate) to be aWl la for probationary em*y further subcootrwctr that may in turn be made. moat u as appreatke. Tina aliowsbla ratio of appeantices to (7) Contrerl tormineriod: dfbarmnns. A breach of deusee jotrn,rymea in say cosh clwitka a shaa not be greater III through 18) may be grounds for terminawn of the coin. than the ratio pwasittad to the contrectcr ea to his enure work tract, surd for debarment as provded is 29 CFR S.G. force radar the regfaterwd program Any employ" hated an a payroll at as apprentice wage ate, who to not a train" sae do. find in aubdivisloe flit of this subpa-agtaph or is not regis• CONTPACT WORK HOURS AND SAFETY STANDARDS WW or can wive employed u seated abow, &A be paid the ACT--QY E.RT 1 ME. CAMP 9MSAT I9!? OQ U • 5 • C . 321-333 ) wage rate downticed by tha Su»tny of Labor for the dated- 11) ov►rttnu r►quipiments. No contractor or suboootrne- flatloo of work he causally par loo . Tins contractor or tub. for contracting for any pact of the Contract work which may eomuraetor will ins required to htrnlsh to the cottov lag o!dcar require or involve LSa employment of laborers or maehanks a a rpnesouWe of the Wags-Hour DM&., of the U.S. shall "quire, at rermk any Isfborue or mecbenk in any A. eFtaunt of Labor nrkun a idobco of the zvgls~rs dos Of workweek in which be is employed on such work to work la ?L t rvgnm ae3 apprinticia u wsU u appropriate ntla new of eight boun in any caleadu day or In uea" of forty and wep rsts fe rpresoad is pwmtapa of the journeyman boo:- in such workweek uW*oa sock labs-r or rmahanlo bauly ntu), kr the area of oonstrucdaet prior to usiot Say receivas compensati era It a nor not leas than one and ou•hslf appnat koo on the contract work. The wap raw paid sppna• times bb basic rate of pay for all bours worked lm excess of ties ,hail loo not 5100 thaw .he appropriate Pte" of the eight boon In any W ondu day or in naas of forty ben in jounseyeeaa's sue cootakwA In the appmcable wage dater- sum workweek, as we case may be. rahostkra. 12) ViolMkx; lloWiry /or unpaid tasges; Hquidaud dam- (ml ?raises. Sxcvpt U Provided to 29 CTR 6.15 trainw ages. Im the went of any violation of ebs louse eat forth to will not be pesmktcd to wr:k at lees than the predetermined subparagraph Ill, the contractor and any subcontruvw rata for the work performed unless they are employed reoponsiWo tberefor wall be liable to Say affected employs pursuant to and Individually registered In a progzm which for his unpaid wags. In eddltion. such contractor sad sub. his received prbrapprarval. euideocedby formal art0cado11. conQacter sham he habla to the I'alted Stota dia the case of by the U.S, Department of 1 a$or, Employment and Training Work doom underr coausct fa the District of Coluab[A or a tar. AdraiWtntioa. Bureau o(Appr- dowhip and TninFmg. 11sa titory, to suet District at to wt:h tarritory), for Hquidated ratio of trelae" to jottrmeymao shall mot be pastor than dames". Sucb liquidated dames shall be omputed with to. permitted under the plan sppsaved by the Swoon of Appreo• spect to asoh individue laborer or mechanic employed in viola. tic"hip and Tramming. Eery trainee most be pald at not Seca tion of tba clause ant forth to subpangreph 11), io the sues of than this rate specified in the approved program for his level of 610 kr each caleedu day on which such employs wu re- qulred or permitted to work in exeaa of eight hours or in ex• acs of the slat dared rroricwaek of (orty,ltoy+- moot of the ovutitns w" required by the uawo fat (:paA sub. Title 29, Part 5 paragrephM. (Fell 1911) 3 LaborStartdords Pmvuio'u 13) wiuVtddins for anpaid waprs and liquidated dam- age$. The EPA tray witb• Wd or awe Lo be withbafd, from any moneys payabL on oc. court of work performed by the cootrattor or submntaactor, ouch sutras so may adsak istntively be detarmtned to be Laces. smy to sacisy any liabilities *Couch coctrocti r or subcoatsoa for for unpaid wegas sad Hquldst,ad damages as provided in the claws oat forth in subparagnpb 121. 141 Subcontracts. Ibe contraetof shall insert in any subcoovacts the daw" set forth in subpangraphs I t1. 121. and 131 of this paragraph Lod ago a dense rwqairiag the Pub. contractors to irrioda the" ciawa in any loon tie oubcoo• nacre which they may eater into. torOw with a clause rsguirlag this inaedoa in any further subcoot-acts that may in turn be nude. i Title 29r' Part S. (Feb 1977) 4 asa~f Labor Standards Provisions CONTRACT WORK HOURS AND SAFETY STANDARDS ACT --SAFETY AND HEALTH (40 U,S.C, 327-333) (a) The contractor or subcontractor shall not require any laborer or mechanic employed in the performance of the contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards promulgated by regulations of the Secretary of Labor. (b) The contractor or subcontractor shall comply with the Department of Labor Construction Safety and health Regulations promulgated under section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327 et seq.). i I I I 5 CG-185 (Rev. 9.10-79) Supplemental Conditions (Apppliiessut iboth Public Law 84-660 and blc Law 92-500) 1. IROJECT IDEHT1FICkTION_S WN 30.604-4, 11-27-71) 130.625-3, 5.8.75) A project IDENTIFICATION SIGN will be constructed and displayed in a prominent locatton at the construction project site and/or facility where a substantial pportion of the work is EPA funded. The sign rust identify the project and EPA grant support in accordance with the "design and specifications" which am attached,--Costs for preparation and erection of this sign are allowable project costs. 2. COMPLETION AT If not stated elsewhere in these specifications, t1se edntractor shall complete work under this contract within working days or calendar days. Time for completi on sWall begin on the 1'6tF-day alter issusnce of the work order, which shall consist of a written request by the engineer for the contractor to proceed with the construction of the project.- 3. BONDS (40 CFR 33.410-69 33.6501 OMB Cir. A-102, 9-12-77, CFR 45829.) (40 CFR 35.935-3) as All construction contracts require the following bonds: j (1) Bid Guarantee. A bid guarantee equivalent to 5 percent of the bid price. (2) Performance Bond. A performance bond '.n an amount not less than 100 per_eM W contract price. (3) Pa ment Bond. A payment bond in an amount not less than 100 percent of We con MCT price. b. Such bonds shall he executed by the contractor and a corporate bonding company licensed tc transact such business in the state in which the work is to be performed and named on the current list of "Surety updated ublishe annuallynashofTJulyul Comanies artment Acceptable Circular Ho.~ 5Federal 70, which onds," as Dep c. The contractors and subcontractors shall comply with such other bonding requirements as may be imposed by the Grantee (e.g., maintenance bonds). 6 , CG-185 (Rev. 9-10-79) 4. INSURANCE (OMB Cir. A-102, 9-12-770 CFR 45829) All contractors, regardless of contract price, must obtain such construction insurance (e.g., flood, fire and extended coverage, workmen's compensation, public liability and property damage, and builders "all risk") as is customary and appropriate. 5. OUTLAY G The contractor rust provide a contract progress schedule of per- centage of work in placa and costs against time; and a schedule of projected payments (cuoulative) for constrvction and for the architec- turai!engineering contract when the contract is awarded. The payment schedule must be submitted, in a format similar to sample form CG-326, to the grantee for forwarding,to EPA (to the State inhere delegated) when the contract is awarded and whenever actual paymonts or progress varies beyoM -5 percent and +10 percent from the schedule, as deter- mined bar the grantee. 7 03 185 (Rev. 9-10-79) Supplemental Conditions (Applies to Public Law 84-660 ONLY) 1. FEDERAL, STAT5'ANO'000AL*LAQt All construction contracts and subcontracts shall conform to the applicable requirements of State and local laws to the extent that such requirements do not conflict with Federal laws. No,statement or require- ment of these contract requirements shall be deemed to abrograte any applicable Federal,, State, or local law... (4D. CFR 13.215, 35.840(e). r ^ 2. NONRESTRICTIYt*SPECIFiCATIONS If terms called fo^ in the specifications have been identified by "brand names or equal" description, such identification is intended to be destriptive, but not restrictive, 46d is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products will be considered for award if such products are clearly identified in the bids and are determined by the Grantee's consulting engineer prior to bid opening to be equal in all respects to the brand name products referenced in the specifications. (40 CFR 33.4104). 3. INCLUSION IN SUBCONTRACTS The contractor shall include all applicable provisions of this section of the specifications in all subcontracts for work to be performed under this contract. 4. GENERAL WORK SPECIFICATIONS , All work required by contracts shall be in accordance with work specifications, including necessary drawings and completion schedules, and including alteration thereto as approved by the Administrator of the United States Environmental Protection Agency or his authorized representative. 5. SANCTIONS Contractors and suhcontractort should familiarize themselves with the sanctions an?, remedies Incident to specific violations of the terms of these contract requirements, Nothing in these contract requirements shall be deemed to abrogate any available administrative, contractual, or legal remedies of the grantee, the contractors or subcontractors, or the United States Environmental Protection Agency. 6. ACCESS (35.840(f) FR 11663) Any construction contract must provide that representatives of the Environmental Protection Agency, and the State will have access to the 8 CG-185 (Rev. 9-10-79) work whenever it is in preparation or progress and that the contractor will provide proper facilities for such access and inspection. The contract must also provide that the Project Officer, Comptroller General of the United States, or any authorized representative shall have access to any books, documents, papers, and records of the contractor which are pertinent to the project for the purpose of making audit, examination, excerpts, and transcriptions thereof. I ' i 9 CG-326 CONSIRUCTION (This Format is (Rev. 10-23.79) A.N0 a SAMPLE Only) OUTLAY SCHEDULES Date Project No. C- Name of Project Name of Contract No. Description of Contract (INSTRUCTIONS FOR USE ON REVERSE SIDE) SCHEDULE I - CONSTRUCTION SCHEDULE Date for Advertisement I Date for Opening Bids . Preconstruction Conference Date Date of Contract Award Contract Period Total Eligible Contract Amuunt S Mork Order Date Start Construction Date % Contract Completed SCHEDULE II - CUMULATIVE OUTLAY SCHEDULE (75% EPA SHARE) - Projection Only for quarters that remain in the Fiscal Year (FY) plus 'cumulative annual amount for the next FY. Cum EPA Amount Thru 1Q Oct/Dec S Cum EPA Amount Thru 2Q Jan/March $ Cum EPA Amount Thru 3Q April/June $ Cum EPA Amount Thru 4Q JulyiSept $ Cum EPA Amount for next Fiscal Year $ 10 CG-326 (Rev. 10-23-79) 2 INSTRUCTIONS To insure timely achievement of the grant objectives the Grantee must provide EPA with a grants activities schedule, contract construction schedules and corresponding payment outlay schedules for the grant and each contract under the grant. One copy of information similar to that shown in form CG-326 will be submitted for the grant schedule with the grant acceptance and a separate CG-326 for each contract at time of contract award. A. The grant activities schedule shall depict the period from grant award through grant close out and cover all mayor milestone dates. The grant activities schedule shall include CG-326 schedule I information items as well as other appropriate items necessary to monitor the grant. Schedule It of the CG-326 shall be filled out to estimate the cvm_ulaaive (all construction and architectural/engineering contracts) Da-`yment schedule to be requested by the grantee from EPA during the grant per 0 and whenever a:rual outlays vary beyond -5% and +10% from the schedule. Grantee is al So required to review each of these schedules during the inonth of June and to submit revised schedules. as necessary, no later than July 1st of each year. 8. Individual contractor's constructior+ schedule$ and CG-326s 'for each contract will be submitted to support thr: grant activities schedule. The 0-2,96 be s omitted for to date of advertisement of each contract a (,b-JZ5 c e uule-I1 on w t t 4 n ra br s cons uct of schedu e s a su m l et s ve ca en ar a s rior, 0 e daft$Of t ! re-construct on,corr erence. a con rac or -cons ruo on sc e u e snail e G e. A ra[t,rs.plan fgr-completing "all.Contratt r'e'quirements, and show workpplacement in dollars;vertus contract time. -Schedule II shell depict the contract pdyment, outlay by month'or g4a`r~ter. the contract $ch+tdule will be coordinated with all parties at.thepre-construction conference. t. The grants'activities schedule, contractor construction schedules, and Ca-326s will be the basis for monitoring progress towards comple- tion of the project. The schedules,9hall ¢e at8intairr,4 at the cgnstruc, tion site available for inspection and,updated at leist monthly. the schedules shall biIrevited t6 iaCorporat8'aporoved Ch 0ge,O MO rs as` they occur. svbmitted tG: 6PAWith a t 0. Al of the schedules' will .be__ _e State and rorre_ sp d n Uo- 5 .ogre o n neers District Offices except n is where they Will, be submitted t 8 ate 14 to EPA an t e ores. . 11 49242 RULlf AND' REOULATIOMS ~ atforia d MCI for employment w nati rend to sun orders 1,4, t3sovt+trfot l yM6mq ► Well T1He,41-•PVloIfe Cenered en •I ran, color, tetlot ltton 002. or r national origin It w1J1 (urnlLb an iM WtrUWrtenng OI ProrO" Men69e1reenf 171 The conteattor VU) send to rseD labor the UntI.ary of labor rich uNorm►t ill u unloh or represenutive of workers wtah they may require for the supirvtaino of CHANTER 40-OItICt OF FEDERAL shicy he his it co:lecuve barrunInd agree- r ch cornDllanee. and that It IdU olhr.-ntar CONTRACT GOM►LIANC! PRO- meat or other contract or undentasdlni. a canist hit uhf latertnf smarty to the el+ noun to be provided e4vlaine the said tabor chute of the M alrrerxy's primary resporulbdi G1AMS, EQUAL EMPLOYMENT O►• un:oo or ecrkers' reprvuntatlvn of the l y for securirg cornpdann. PORIUN4TY, DE/piTMENT ON a,,r uw. 3 totataltmfnu under tbu cab The appticuit further her"% that It wilt tio4 tytd et)all post cook" at the nOW4 In retrain from enlenrls Lot* any contsaCL or WOR I corufftuotu Dlsces avalhble to fmptayeee contraef stodll;atioP subtect to Executive I sad appUtwnts for employesent Order 11741 of September 24. 1665. with a COMPIIANt11 REfPQNSINl11Y FOR 111 Th' coatmiar w'til comply with aU Pro- contractor debarred from, or wno his dot vulo'-d of LfiecUtive Crder 11146 of Septem• demoriatrated elitibilftr for, Covenvaent EQUAL EMPLOYMENT OPPORTUNt, bar 74 IDeb, and of the rules. resulsuoes, contracts and federally wanted connruc- TY dad nirranl orders os the Secretary of lion MtraCY. parstuot to the L.ercvtin ulna, order and will eery out such sanct:vns ar.d F1MOJ Rtrla (1) The contractor will 1iud+n W inlor• penalues tar violation of the equal opporlw taatloa and reports required by 11;setut1ve aUi'euuse as taxi betmDeeed apoo contrso Qnier 11249 of Sep'ember 24. 19". sod by tors and sutFontracton by the ogmiabter•- rtdiK reeulsUoas. and oriere of the Sea! ins seen¢y or the Secretary of Labor purvii- ltm PART 6o-1- 05L0ATIONi Of 0011. 1 torso! 14boe, or Vilmant thereto, and will kt to Pert p; 9°tiparc D of the t7tenth ar Order. In addM l04.r he appllnnt s[reea that TRACTORS A.Nfa' fURCANTR.AG, peraaltaec'oe+lwtdgbooks. records, and ar Hltlagsa~rrrlo.ewtomptyrtthtbeseub. ooutits by the scitaul Zilms fancy and the dertakin the acirntmoteruV 4ene7 met, TOR$ A,aeury, or Labor ter Purva g of Lit"14 i• R I- fati04 to seoerwil eolopusaae wk1. such take any of all 0{ tbs. following actiori M) to, rem ulaciorsa. and orders. Cancel. Llfalinale, or suloood En thole rr is (1) in theq"li of the coatrseare coo- pit this snot (contract. filar. Iarv,%*M ~-y1 toatpilanas with the noodLxrtmiaaUoa NarsttNY• LJtorain from eltteadtnr any fur- 160-13 Fqual oyportunttz tisua,►Z _ of'thls Contract or with stay of be Cher aaslstabn to the appUant Under the clauses 1b) fed!ra'rY Qubled ui+utructtort stw. rut" rerulaalooa or orders. will coal- of i tfww Oo ux"4 or;rt a ut"lorry rawa contracts (1) Exctvt as.gthervi" DrQl true aii7 W eenoeteei urttetnatee eu Yue- awes Of rattan CWOLHnee Dy berg niched I pZaW to whole or la Part faad the MUS0. from filch gporlcla A: vet refer the rw to t1de4 each adminlat.erLlW 1141t c/ 611111 for tray 1„ OYeLred $04ilsibte for further the DeDartereoos rat Jou" for spteropreate retQulre the inclusion 61 the toU6nlIIt Oovernskent oasuacts or federally skaldid W" psaoierdlfxa loriguage eta s Wfidit.10a of any Lrsht. oooruzht oo contruts.b aroor"Act with procedures authorized to bWUtlve Order 10) Ba&wet racts. can twt.-Loan-imuriance. or guarantee 11244 of Septet lber 71, JW. and such other t•'tab 0a bOktutot Wirne c:Ontyular involvinir fcderaUy wilted coa3truc- anctlons may be imposed and retaedlew it, Or subCODU-xfor a4xA Include tr:e tion wNch s.6 riot eAetnPt from the re- voked as ptunded in Eamtlce Order 11146 miiti OP ty Cfastee In each of lu of Septedibef, 14. INS. be by rule, regula- lxmeitim tubcotursem palrenCentx' 0! the egtul opportunity tloC6 or order Dt the tievetary•ot Labor. or clause:. as ethervtte.prondedby ltw. 4d) kri4wrodon by rOrevcr. The The appilewilt hereb> assnse that It 141 171 Thoevmtrsetar veil Include the Portion ~Q~!~ opPOttunity,de:L" may be Lnoor- lntOrporsw or ostuo to be (roorponted fgto of the nentoet0i 4^_vataiately Dneedine Dart- pcrsc,ad by retat•e0e1 I~n~ ~W~ `G~o.~vern- ' say Contract for oor+lA+eti" work, or moth- lRsph (1) Ned the preftalone of pare9rt,phe rnt!nt t60tra[ika a'sd SUb6X9rzcU. In. lintlon thereof, as dettned till the regtila- (1) tbrategh (7) in wiry aubtootytod at our.. dualitir OoseMap tt btlh of ladln& tions of the socrift3m of Latter at 41 CPA chain order tmlsas axompted by rules: reltu• tnneportst6arl reQuaw'a• pma for Chapter 80. watch is lewd for US whole Of Is. 1sUO1M, of erdsra of the soartw of LAbof dept'slt of OPt'ec1'ttaent 9460, and oon• part with 1een4e obtedned frbpt the Federal , 1sru.a t to seletlorr 2" of Ethcit" is for het4AV W Psylfg U.S, as r. Government or bofrbred on the CTtd14, Order 11114 0 September t4, 1445. Vr that sJ)Q, DOlea and such other the Ned" Oovrn9ei4hL-'kinuLbu to 'w3h pr0f'L{ione wW b,p4ytg'up" oKh t orintrbor and eu outs, Ad as the other D1- grant. co dont. too f4a uah%)ce at tuartutr %%s~+a sleth M► 4r renMrrrforThe et bonny for will let, of urbertlen 4ailt s.0 say red eral tike aerCh altlon wSStt respect s.4 any ulxer►. raYCOr may de6tgtSSU: " tee taxi or OMer as {ha LAapqni~qr~utltl~y(el f u rncorporptios pp oycr¢tier, of the ,program inveltM9 sUap' lrtot, 41:101111604 Joan Insurance. or guaran. the toLDwllts rial nif 'la a lbuears. i nlevrt4ne Order. By O"tloh of I.0 Order, the equal opportiAlry claetse: lush WvUltrr ig, tnduding M MWJ tat pea- r e4UW opporWrllty'ett,tae shill be ton- During the perfomtance of tats contract, bmpi lake: Prosmi0d. hotoew. That 10 the sidered to be a pert of every contract rte contractor agrees M follows; event a toatractor becomes Involved In. or to end subcontract reratl#red by the Order (1) The p6ttefactor Wt net dstrstelrJlw tlueW41 *0. enlbt'. 00011013 W" et #U=. " ; irid the'rert41et1ofsr In this r part to in. agslnat any elpPlofe+ or PDp~4 for tar 1 uncut of vendor u lkmutt of Bich dd`Fke not ploymene =1 l of rsce. soles. nilsros tioh bpi t►i kda.tnitM etoAni s ,eea*to 4 Dh7$ ch tri~•o post d Inrtxh eOrr at or rultloRat Or14:1M1 T7te eontra{triell Y ~sy take afftrmative action to reyrttre thatoaPp en J. late Nob 11Ur►tlo to protect the 1u• frtewsnd whether or not t11e contract cans are eeNgloyed, aAd Ulzz emplo" ir~ tereatl49 tb* Uruted Ruts. DftWtkn the agency and the C0ttr2e- trestsd donne ferVIC Dept without. reeafa~. Tbo apphoae fltrtpl~l~r~etgreS~ (hAe ~t .luf for is Wrl• do, u their moo. eo ot, rellel tsa. br nee drat Yr Owes.} hl+ the ►bdte equal 6000Midtltr (fl Ad~plitlidn at Idnirvooe. Such orsrya. such action shall Include, but not be .:.'use with respect to Its. own torment netesaary chsOges La I"CUlt rally be limited to the foilowlr r. hfipioytneal up• practices wheo It participates In federally tnadr in the equill oppertunily clause graomg. demotion or trwfer, recruitment Lntsted canatructlon work: Prortded. That as shall be appropriate fo Ider.tlfy or retruitnl4as advfrtutpir. IaJO(f or tartar., it the apgl" so partleltndng'~ F euu or fj~yer]y the Dulia4 end their under- . nation: raUa d! Day be otltaa lofts of bdtn local Iovehilifi , the abb4e egtas[ 6boottls• . t ~ ptnulton: and Islmlon fdr tfaL•ildgi a letpd. fifty Amble is floe appncaoif to sisacy, Ing apprenticahl7 7111 ~~'o0ntrtator urns. to Inlitnarlentilfty or r4ladlvislon ofAIch g4r' f44 k. tonat.kWata plsRh. arfilablt v4 tai- sr% Gent ehkM IOM rot particlW,l, kf vothL pinyon and spplltants lot errtDl 1 511t, nn- on or under the contact. lien to be provided setting forth the lu ovi• The applicant a9ress th►t It will moist and scoria of We nonCurrimmsuon ctu.se, eaopente actively with trio a4mtNatering 41) The contractor Will, In all ealkl4tlorls smarter and the Secretary of Libor In oba or advertWmtnu for employees placed by lining the complta+lce of contractors and UrWl euslUied applicants nil receive consider- claim and the rule, revulaUons, and rele- or on behalf of the tontrettor, ateate that all subcontrietan with the equal OPPOrtuNty PIVINAL 111011TH, V01. e2, 40. 204-.PIMIJAt, OCTONg 20, 1 171 .pAV 604-40NMUMN CON. rrr0rtf0a wnaycrr or rabeoatrsets in chapter Is r«lotred to be tacludod to axcm of 110.000 to be performed la 4ad Ls part O1, an nonexempt lhderel MACT00- AFRWATM ACT1¢N 9•oP7RWcQ U*AA dasl; od br the DI, coauuts 0j4 ,'vbe90 frxrs lay "AC Ilt+gtJ1AllelJiHr3 rmctar Durruaa4 to 160 4.6 at thla part Oontts WOO coab.A,;u Lad auboor.• (no 41 CPR 60.41(nIx trsctu The KULL opoomucuty et►zse ytotin a PJWS&vjmn rod Aarnuua n publlabed u 41 CYR 60.1.40) to re- Amos To Ematu tvaa'. DertOfl4V qU"d to be Mud" tap cad ll a rout Orsoartrrayr rLSsea..Ip ax m L1114) oK LU *WZ9 trmPt fodmWr sesisW L The OtIum a a modes, .u4wSeo !r• torAUUttt0n -00trL*.4 xa4 rvbeon• cell" so the nkmi Oagapmlq cAgw tract& La addlllon w the cuum dr sod tbo 'etaadut ndwu rauu Dooley. acrAod sbora. ail Pedeml eoatractin6 'man Ooommap cenavoedoea Cmeraes ottloerp, LU &ppLk=ts cad LU aonco0• avedrv°430 r" amt tens bWWK pn%olJ.oo Ooncrectora, u topuemble. i The pools aaa ttoeubtw tar mlaortty 4ball tnduds the rp6oirlcatloas net sad letaLM PuewJoLa e:tVesamd m aer tOnh fa tlUa sectlon 43 LIl Federal and omt"m Swum for the Ceoasaftes KiM44 vu•klaem to nosh trade on a!1 amemt7oessna f e4nz7 muw mom dom COa- WN t: to %be eoeend tees6 sm u ralloes ODU la Mom Of 110.000 Lo be m. !period 14 `(eoarapWcQ anon dui=&. oval ran. ao h p*tmbw ad b7 the Dlrpator puruant to j 60•4.6 .>~w. erWW PLetmeommmar Of thla pall and 12 eonKrjcuu pub. r.oe4o4ra>.e teases wnv&m to arsemos of 610.000 &oft*. SLrr in whole err Ly Dan to tho Pa. bm~I eeah w Immm Pwere ere forms=@ e! coaconttrwdoa red" sawn nsa war4aa teamvcu Lad e0000acts covered 80-t3 tiotkitasfem► under the zxacotli*ordar• ee 2.7J W All Fled" oanU% log OtOCfr7 Lad all applican, shall laddde the 7&00 iooV an affWabie to etl the cow bs4rrp as acv LIp4S ~4i!etaeare Oe roeRV;trti ! 4>ts>tidet Cents yet 6 bsco3es tonetrwdm vortt hrA nu• etbet Set roe Rt~tTtepm fr 04 Sim set forth in PLMVS Js (d) of is itredormxlee.nurLul.teetborot b"m 41 11,SH) this 6etaSao sad the Bra 3daed ndeeal ' to the Od+eyod W om. L AN a" to Shone weeStilBosAimoc llgnal Wplof K*Ct 7ADe7KUW tj cato. , The Ceetreeeah *7AWJ*co*v <h WW ts. - ar "Q"4nd step` msaw the rooa&obj t rtrteaUM C*tUUt QpftMef I Set 000" A•dee sad es►r*6Ut W bs ft C" u'e► 4malbed to, the auca4anop Don,. forth, in f bp-U of tbb DitS tR j1l 6P Pfr1 $0.4" be booed ad lts ftNowtup ' a~4ioe m L moaU" eter. ~tAae of u !!or aeon and bub bd an tips or 1W 54vu OpbterWA&F anow, •9e F rml JuA fod4mtiy uw fed' coo. el~~a4rrlr1ts"" mum 66WI 110" restated n" W Cemuro4e com" am F7oaea% a"oi oa COMM or subooatm at to ~ o 60•re'lhusoma *1 rats fa 41 CYR So,. ' 9aj" sta4a& Deougoen4 d 144W. or coy afro M pmlortaed 1a ieo6raR1'1eaJ arMe - t2mt, 06 .Me eUao to "so the! #oak ft. WrIoa.$0 rpaat Sao Pbs" m 44siep4A au. 4t Wo rooersobssu w-W wbare > LWhr. . , dedso"" Dy the Dtmace ooraaaat sbe eLOSafo: nealtmss pros, UA aottetLW o a >dmoloysr teloo%i&Wfom to 4 60-4.1 of the pert Admblkgm m b a be teutrewrp& Tea taw of ub"My, pMa4 L" Aedeau 00--w ionuVa o=-,6p Llrhdees shad tteetrtre the lhelttsfoal of vm fumm auv4r►wws ud eaeemrmit mta to" M We X=j"yor*v Qyart ny Pa4yal o ptbfsAqt 0,19- Di! *VSA h td1 be OWW a► UUOM tmovpbeus the ;La no am V,a Trfsoery atetaprmt Ifttla S;A WV4U of qm foe&&%L a" Is ear 4edm. orm 94 mod the ortepee see4U emsebe a se«! Saab d " ty ite~udom Q%X set, lerf>t f4 I ba ~3 t , per' N a War% es snowy mtoandes erA iwoeat . 11) 1 E (►!1 p}~opa awlo~ arkW1 l4 +w avRastott of 'W 6%Spi UxArlct, a4b• ; f"Wr or eon of AN proleelsa nn tnnatar of the &A,dt A,irewtl twaN gm%mo W or h •j 7t cocanat. I*"1ILpaitahae of istaraVAM or mmmic, a Lennie emeWayw d. aataea e ! XisaapytP, lstt D4rm4e+ 344 InooiNay leOfrLl17 am"" eotaegar Dam4 Cooas"m u oomu*scwarfrom tma} . eiI tioo mvu" b7 thu part 60 ,on to oft)" go, tae sous sanow d s»et- Puerto Ruaa, r or 4o91a tbf Ali ~t30tmODm~lMcdod efn!lcWm laY 4he Cosarsaate'a each WU by L Mots. grtda t ~W 'af~ 4;u eu We d,fhe eemet eoa'rrr I3meemtlee Oyster lla'k'dSam 4, r~eeZt !ov{fyd by tfatiLtfp tJfd~t 11146 abd LoA tae reeulede,ss to.41 CpX Peet bo•4, evn Aaua apA le ;,au~aa tail WSOW eD6 CfaA1! efAE>l1i rt61t}a}lofel CkeadyanPP W" rap saele emit M ameseuead dtlm9 aftSa4 u any of tba odooo) Pius tludal tb• O•' w DpC J Vie!} ctl staleitsv Wtel vccat haegn Yw4mvm4 of Lh1 Fag', Spy t11a~1so bmhz ebb. tcslon b W oowatmat4w is». a ~p ceoawee won ee.ete..rtotea 6c Lot > " e a ►ea motAd +rh" we neeesnr7 la Wwo or . • meesMWM u sae LLI ww of we otism of rl dr AUALIl V60" in fart td the performance ol the on. Tedasl Coaersot ca"Wi mu 14oa oo . 1 na, a4elne anirms to olf the aed boQOoareroatlon oosmtmm r Mr1am 40.trorrdatt d~trof ater4 of ray ego- t~OOOldaokl~Rah1♦ stihit ul idb0404 ref cent"esm 8!tlex~f, lpyilcptgCf m a rseeer at linens u lad ;ldbpo ' say'tyar fee cenrwr Tort UaW time ta:9u epr 1nn}m tae ofrpet~lWtr'or 1 O fttt ~ ~ pemapeap tewtlsbsm lens .tAea •e0dtagoa ~ siv t t o e, r 3~ girwtlLL4lee Paoli lfei toe s+art►~ Leem+ ; eaeet tto Co it tam Svh Xlt 4a 1Q ROf » pt MW 0 a UA utaobooasamber of tie sys4a4myeotpe ~ K Y+Af PR, sesl T L(i 0 btriet •ubJeot t0 thlfe. Dr0Yt11f"~•+• emotayot, Sdee4tiLe/J00 aWabeft 4ruwu.4 4 1 YDrlt LbtOlMr0. Fn a Mrs "The sagfkaAlos abatl' la0ittde 4Af doom ~tr+wyi st cup VVOWAeAO tommo4" ~ It f~►li as of IfLt~, i~ jhr~OrOrm name,. sd&m WA telopbome camber W*Vor 4+M WWAWs4P 48W o; We wa• , oDoi at t*rtrei yD~dl 4 opts Of the Wfttr's~ fenow i" Idontlt3dm• aantymett Jemd ter a ue► .sa ttea numm0be e OpRalr 1►bgo}t!!I at the Itsirh Wit o nus^ to w, o►rfe,304 ' .4 4 AA tm.yy XQ , Me . 40110 K~ ~.4pa ~ ~ mel enfia. t konerlmet e4 1 r nKrxNi feces tea Mt+~N+ Stns y !o i of WAAch Dl tJah,'d6 C! Fray t~Pprt yet: p0e !r tgmK{ dwrylValp4 of {'me • tfrJf 1tr4 " 4eb ¢t+ieTer vr►~osf+F! e{i~er f►~IQ4ti .mod ~btaRb kn sr4es wur Uk poop" k to welsh elms o04itaet•16 to be Der. bepVVoraW4 and to <i CT7t fm la bent rrs (femora W x+ by b uoun4y. Yea 1 M e a s of fertaed, Agsy.1t&")'- I , _ve~9ycaga r 'rq~ 1d) Thp followini' aotfee (ball be La- tAb* to k t4d t V eluded 6% ahd Ok" be b "A o!, aU so- • ~ ZV04011";PualQ e~Wea or LAr"sb ;0 oAcOlsddq, igtr rnmsefrr "a Uettatfom for odetl L1md Wd1' stow opilstnbfr bn tall npn rhI J'A on 64 tam The 90W4 oatartteeftr tlatde At" n0tiodi f Coale iah.t+8~at, hW PMltxfr w4 latjeeflll~. E f)q at,41. Cam. h,V-l.44t!'pt . a )a.'+txvtd+le ;vlib`4!ty fr!4n mot ►ose r40lt " ballf1R 1Fbt A bb.'"$_Jp'M4AVr OMMA n ten trees wLkb ban =10" partidPettnt lq C- 1falnteA ► varrept Me of the namrt dthat LNdpt br ts►L au7 360 4 4 wrist" oorate. the fhaa CodaaAan must be able to oeto- adJrawea rid 0141sbow aumben of tech the Contractor era6 attlkY onstnte, tbeU partcp WUO M Lad COWLi- miodrits and lateale eff•Lba•etnet aOpuCans 000 to OreaA"UOta Lucb u u a above, d4 AD" With the DrovtEo4 of Lay welt Boma Lad ml ACT of female retail] from a amtans LM opealasa..ason" PiCtedures. torn Pao. fz&eh Contractor or flubcoatna aeuo, a recruitment foam or COrmmatibty Lad Lewis w be used In the salwakv prmvma. t4r paticipatiu to La %por'O7e4 PU.O In. Orswl atlon and Or that at004 war ai4n L 110manso P"tu mat`Ontr Lad te"s, vidutzy Maim to MtMPLr With LLL obllss- With rwpm to each abets wdivlduaL tt swh 10:4011ea to rormt other Oslmant7 Persons done uadr the CLO datsne. L44 to tw2a a Dadltldwbf Was wilt 10 We YAWS MAU hall tad WOmeo u,tt Where r"baft o. ;nrla rood faith affort to fchurra arch fOLI uadr for ra14Sal acrd Wu hot Ill send baca co the LfW kbOOL ruxLVM and nes,"oa employ- Lis Plats in ewn trade In whkh• 11 YW om- COWaew by the emlos or. U nfrn4 not meat to Ww rity Lao fetma7s rvutn 0oth to by Y oother Conetrecton Or L uhdomaaCCOM t rtbW4 in the thin file ~ With ~ the reason van tore SAAU be the LJW U4 16 other trw of a CaetreswrL toawst a foal in Ld LOprmtd Piaui doe not tharafor, alaar trtth wbaLerer a"dO al sa t VNldua Lfl tau tad other wiectiom rr- excuse Lev novena C"t»cwrs Or 9ubooo. stow the Contractor mar hen w- oulrements when then to as 00uriuoa to tr`ACwra teepee to tale rood faith efforts to if. Prwida Itamadiau wiltua ooUlkath.- do w uoar 41 CPR Part acre scale" she Pars r-44s add timetLbseL to tLe Director when the antan or u0tons L CeUdWt U INN anrua117. an imventer7 ' 4. The COavaeur LhLil LOP "Odat the with Whieb the C=UUW his a mue0tn MA rvLiaatlon u feel ct Lis -`Oran sad epeeuis atfirw ire auldd luodatde pro- butUnine attwemaot etas wt rbfav*d m female ponowel for promoCoeai cpportu- tided in Panirapht Ta ttsdurb b df these Liao Comrrac 0C AL S01001137 Ponta ar Woman nine sad 6C.Muratt thus tmptorw t0 apeaaeatloaa Tho ro416 art forth to the no- swat L7 W CdntoaW. of when the Con- area Or u Pretsar* for, through appmw.A" l'Cl"" trom whkh Chile o" M14 Malted twee hay otbwr information that she traw" eta Stich ooporttaiaeL we 41prsred Y penontatee of rho total tmloo rafaral Raleew has teapedod this Coo- m L swtrs that eenlalt7 preetlcea, lob bbnirr of emDLorwaut and Vamuat of mktot- tractors adolts b tans its OblltastdM tlarltlCU1004 Wort Letarn aaats Lad a Lur hr and 1MAw atn4ulow the Contractor a aaveloo an•tbo•Job training aDPortat& Penance graduate. do not have a dbanma• should rowan :0 be role a aclfLrte M tetb tbo and/or Putiat" th U%UUnr Prot,,&" hator7 4LIM br ooAt*^TM111• manitanat all Comum tiow trade its whleh It wo anpieyas for the area which expressly WetaM ml0ar peasmesal ubd emplarnwnf rwlatw activities ta. Lbs GO w: ttrev. T4a Costrusor 4 ex- Itua sad women. Imnadlnt gov"Unr pro U stare that tba ECO poticl and the Coo- pecw to mss0 n.1rlttaf K11 utuforta wo• taem+ and sopr aNa.alp and rearms pro tracsort oburartow radar thus speutk,.~ rep4ill rsD Misloy. tlom are Mtn! aired cut ~pq noMiled Us, Oka ahn d ~ ralww M to 6 LMtri lrtit as Ladlittee writ lOaDan7 the r. Newsier t11a pnvtafena at x07 OoilacUve faadod or approved br. Wo DeDarPawobt of wettrwo tin avarowwated -M ; that bey barr%UUX aereeta 64 eat the "U" by a Lbbar. The 0MUS tOr hail Iwwtdw RV-Let Lflu Or ►ln1%&0rdr "ot sad ascoMir trains with whom rho Cenaw sus Lea a set- cl (aeM propae" to tM wvmd aoanpf3ad aiw anti Amktlr shall bq prw*4 to - ltv n, barplnsmi avosibiwL to raver Nther Wdar Tb My :taro P JTw betty Use Jena mu tUtM Or W-maa snail Ow I the Con- L aides ussba the) fAOtrww4 X*0 qt AQC1asaw " ~lalAtt it! I. rowd of cif tractors owrauom under the" wpoddes - muse 1r gtovww U0efae of the pones to w4d"Ma er'd eft for ainocngit~ti tR~gLm dom. Ducat" Ostler 113A Or the refala ImMA aw Aataws program sad Musa- mind At7 red feetefd e0l7tyt7haad send' tlew ptoduuu" PUreuaat tbanto. Ilse thaw roeperauba V adetlat the Car tan crow) ar e"ets tudWhbr ;flaLatt of 0. In order for she OooworCRA Marmot . muter is JRO"" Ito xw ohtt►WeatC by roucitst i w Mmontlt red tttaasic amt an bwn or annulus and tselniu to be tWtrdlafi It in am Polw sWAW sad tykes. Cdr awwatlma tad mbw base Law- Meted is maetsat (ho'roah. Such ""dO. the borfWlet "naawdaf by baalleWnf it so" tkea sad trau" maw be emolar" wr the is We owpaar now" w Lbaw1 ra bore. p Cooduti a ref", at tat eaoaa4r. of ContraeW darmr the bsUaiar perio& and rinse br agowls! tMesr of the pofk7 With an , all ruperriwrl adbereou to ydKdw=• the: Contractor mart ban made L pO m 9. • MoatONO Caeaoanet ad trice sit. minor acre under tbo Ctt0iswzoe4 V9 Pod" Me at the "totapieudes *11 their 107 the rents tr^J "to dr resat few"s tastorm at Isar curia a . P4 Awt" ifl~ res~op at acrd Ist parttat the,trmpw ZXO R Contractors atW' inDOt tow 'Pordld• IM to the AwwAbairy, of empUrAtset dp• Douse? 06 WJ10010 boards aetarnale Y AU pus is ►ellmuit 11,11000"COla'ebleb eaalw pon -4U,m Trainees mare be trained ph•7a- emPfePeoa u as" wouLan where OeweOU& ' Is ftOd tams bar to orate or their VAtinW:r t. Lot to biarrapµ epPew bra the nocwortisDrfotwr4 men" obBpUasa (19. throafb rL•The Id. 03. s of tabor. 6 RswNw. K btiw wunwilr, the Maps- forts of a swnuaaor uwd&&& Mot loo- T. e' coettsaewor span tikq eprC!fir'sf• lar: fain poser amt a01110"To boom Ohre- , fish A OOatfaeteR!o0patytpltl.. or (kmatlre wtione a snit' egttu 2MI07- ' Pttoeta Lander the" rpadWOpkna'WAth ill r a6aef.~ aw* pfd Rp=ye~ Of poaLraA"r meet dDDClttsriifl, The eraheit!" of 14e empkTW ba"Air eq reegotW [s8ies for . 4 a JA14 l bbd ? pfialtG rb}D.b► LawR+Y Cou moors ebm?.Uktei `nft Vito- ' hirms. feafwww mL Lia"m terwYUa,n or act N lnlltlltrr7 acre qu or wrt 0, fit obflta• cats taLII ,b•, i+pb¢b ,11fo~t to other elambrrtaat dtwdaaf todadirf eta tats OndM to tt "U" P of Catlr aotatios. evi m r4 to 1re{~ Iftldnr. etfie IfrleW et thus ittwsa Wttb a+ntte fdDer am f4W6dli ibhL thf bntfwetet edaN b This ~`d s aas tfrtltJ rrndn" Weft an., 8araetatandw►fa pardalretde to tw Rear; wAaw 'He17 t o.aes•Yl va.ram ate.' rear to :nw men- effort a nwtai sfiu sae rra:r nos a paI• ' aorta fsiPr .rah +ttift NdrPM we w rKUdewaa tlaP~telt , A.* crag mmT1~gpon.lpptA,~te}erar+ raw of or. lwon's)ao11K I"A as as t u , ntued tftmodom ad U - D Ida Of tL~ D ' L LriaWt end 11"Will *gilAUS rfltfr0n• P Missed Idsntltyfaf the alms • abd OLD" 01 thud iLL ddn Ebb fray of harar h%04% 16{tt?1dLtLOtL sad tdWdri Worth" PtrN" antmeta~'rubtYct t)d NOW4d ►d 4141 C4h ~ t Oo M Lll ftte► sad t~il fa4Ling as m►Wt deebaeid. acrd airpaaYien'et tae cab ttgd ffoals ltlrt.fates a e th/ Co4 a :U O{o/eq Mf i> ' J k+ t1ha etfott to at" . tan tO~L tWSdtabtal sad eoA t/rMi:s ieiMa u Utned SA "rl. The livul,Cr, where Dp^ tL Dtsamtaau "tbo CONtttctorl TZO and t1i e~ POP t" Or 17Q to Nfa "retie} •1RMtsal17 N bldtlMal H `tar fd aoesanennuna Wtska 6emeedawtet the of. ""wait w for mMl t MwkAk IpecllwAT la- /aaireuo of wum two Ot to"Y of the Y~~ kisfigG ~ xA f ' efMUS tnttlYNr► tbd fatale oeoa aredw. CasalwAr, 3W obliPAWn %a easWY: LS4W WtFedp J oifyet of at Lad pltlYShcC+ tMttati Muftuteet to ®d mr, is 04 C44trsaOr# acrdfaJwq Of Wirth L( S. tam tat • ts.eseaaatt W t ROaP U ctat WWg eA Qvfdtb/ itrW4 'ttt►ShWC a otbif CwridtdW and BtabOr~trlLPONOW rieH M~tla +p+tWA as0uil osauoa AhA4 ax qe a w t°a or ll4ainPE~e Cots i ob tiei6 ! 00 NPltltlt ttivSrOp+Aear. CS 10/1111/ ►DpA Lief tti0dtrlid/aN arcs' M NRY1►itaa has t fa+tlsdw n n~tPDr:tr sst4a pan mIOOTI r or temali wdf dua4 Mtti1- OoLd3buitan/L' ` ~Nre 4 rMaffld !rat 04 att~L Ass df 10 stash f uia L bather f4?1eAnuaerl efldrtft bttb Oral ibaeh The Cactz d r, b. LtlAt~lnsJds wd rp►lnU,l6 C61 U st of Dad written. to minority. tamod &M Ohio- to Provide epUal ermplarmeaL optbortttwu thin My rl erinoala bocri►. Inanity orpoLiaLOos to gebogla on errata U" a1MmaYV7 wWd ter U Minor. Pro tttA tlriu440 ialpatit? kw montr Lad 100Wd tt4dats fed so wistorty d/7 greum:bgtt wale sad 11AGwe. and 04 I.asaiI tYerLilmttat W and Lb < anal (4taaie at wbdi tr%Lwas 9" Jr 1"16 b" muwrter. M4, noaaa110rttr. hit Dt Wticn Use Coo or . ratio+}a the a ~p~r~yy ne" Co , the CDAV"I'" aw Do b tk. If oe4' hire imbtdyalat sonnet; creedaa1b tl~a Lei! thta it TreuvUtr prang it a osrttCUtar ava d.ble, and malhlasa it reoerd of Late onto otu ta01314h prier to the dais forth* aa+Dt- ROUP 4 em>ured in a 991NLLlJU061.11 4 . s, attrtaof rvrp*nam L , . anon air apgLV P" for a orsh!'o1d"fpf . rW an r Ifor susepla. enz tbouttt the f VML Rhor"M VOL 4% Nn. 204- ID.tY, OCTOUR 1"1 ' 14 Coutroew has aCwr"d its "aL for wend dIIL7fllr, the Cmzrsc r ow be to wtoW 'toll of the 91swuu" Ordw v d nwcwa mi- oomrr pouo of worsen to tulaedL 10. The Codtrsmor shall oot use the 9008 ar'd time' toles or Wirmauh eatfoa etaad- erds to &x77 s:nste as%W-^ ear prrsoa ba Cause a rbm WW. nualaa. sea. or aaMMJ orl pa IL Tha Ceatrmtoe shaA DDe inter fart Lay 4ubaoaa+tt WAb tar pwraoa or 97m der burro tom Oarernmaru a00Ca44 ocrea: sat is rAwoun Older 11344 IL The CGOVm r Shell airy out with saaetloae and peaeluY fet TWAL oa of torsi rpedbefiLtam tad 61 for tau" Cvvor tunic)' fsauss, ladndSna sogeaa W t.azmL winos Lad Qmz 411 I%Wt=s saLooo- tracts Y mat be Impmrd or ordered pursa- Lac w tg*=Uq Order 1134. as smead" And its tmpleCaeattat ntulailoos. 4f the Otdfw of Federtl Caaca4 Cbopllsur 1Ro W4 MwbAnyiaoL a&' D"AIflaL 1"a be elowtL ar there spodueauaoa tad 3Yeeer the Order 1134, u ameoded. IA The Coatromar, in fa1f111taa to obilaa- uoas under thew speeYlSOdotn Wukimtu► tatat ppodite afflrmattn aaUGM "ITS st least ae a:teasln u Vuee straduds tee.. . scribed to PLmC I I of tb"s spedCcr. uoae. ae u to atblen mailmua ra+LLta frvmlts aftwu to eonue evnal smplorsrena opootnmur. U the Cmenew htb ter c4a Wr v&Lb the r%gWnme = W the vueu- dve Order. the ffstalmeauna raulattatd, or these rpedna IML the WNW shall fed ; COW m ueortsum wah 41 CTR so-" 146 The Coestrwtar sl L dmtsnate• a m soonalble OuldN to mamw so rmoiormeat, awed mrt►ul to aster that lbe emxPW EEO pW1er to betoa Cu"ad ouL to eakrdt au bbe MWn4 b~tess O t~aodf to keep.wweda Records sbau u Ima [arlodr t for estA #mow" the shma SekIrm, odr phoea aumbwL Maeroetla0 trrda, =I" Lumaglan•it W. mow" Wa+tlhaMIM ncmbw vb" eedtmed. nodal as"U7 nuw ce 4.. iMf► of amLsidet. w i`orwAerDr wall is the R1~I► t>wAe of fN. sad loomw ' `tlonl tfie liori wL" p4rloerned4. Rem* be MWULA" arnaadab~r UA r►al tO * bou to thr dNSws tsutt eaietfar reoreda uttstt .hb rspuitaaes: +4ls~i sot bp rwtdrsdwbautaul raolUL ' I6. MWAOs b"& = 6ha8 be cow etruad Y a box" A strew aba LopUeaston of a" laws wLtcb,%%AbuA 'dluemt Ltaafarda of we"A We 41 W" the appll• lowedof r*&Af4oWl3 ot8 ttddebto (64. u w* under the FsoW wseta LbayoYmest Act of 1t7'f Fad the Oaesasawty Arirloo seat 8 Orris Pma*mk x `(b) IM notlai J4% fQA4•In }i CFA 64.4.3 and the rpedfksriPi►t 1Nt forth ' In dl (7A 40.4.3 repflloe. the Now .Torts tar ped4W Tgml MMOWlmant' Opportunlq Bid Condfysls! IV Ptlitt' sI Lad Ftdc,&U7 Ahawted Cdnsanutsoa publlthed 4;.41 PR M$3 and Com• morii knotrn F! the X,040 ,pad" rzo D!4 CoMdjuOAl mqd 1bo New Isdofu 14 41inwC7A I~6o i rbe m~ et. „ lsetlydr ~ p4oVW FeW4M VOL 4; MCI. ape.-I AAr, OMW 7% IM 15 - RVW- ARV RIMAI: M 44093 (APPLIES TO PUBLIC LAW 92-500-ONLY) Arrtutbt~ ~~f-,Rlq P14t t`oin- tw rt►►rNtluotsxylot t t !rtgrrt r r ,r.`,r ..:t . , k Utattnl tilu CapoltM~t. 1 Tarwrt&Wm :o ~DQ&afk w,.te, for Daltar. Time )iteNto" , c; L Tartnlttlflol fa CW"AWaaa. 7, PAU"*s $ Ljobor suadatdt 1. 0uuatioo of Smltt or ldl"My Bast, Ctrl. > - 10. Aodlt: Asoetl to Retort. It, rrtaa Reduetfaa fM Ddarflvo Cat or Pridat Data. CcrtPPL pNlaN, Cagttaleat reea oatditld. 11. Nknti t0. Copyrithtd and RIAo to W& It, ProhfMtJdn AralnA UK" Ylolatint tltl, ts1 a o.fjfer %w the oottoetor scree that t5i' fef *w rrlgtefDentll lrner►t pror-Mans %001I~ to the arort to per- ' fo►mad ubdet &M eootrad am tul them Orortnous supersede "I WrlftW-Mi pn?l- tlana of thil scntnca M This t.eettut it landed In put br' a hint from the 0.1 rsttronmfnul prow. /tDlUl typtlr(!, VOL 4% N0. J$S- tROMMAY, SVnMln 9, Curl 16 44044 RULES Mi5 IMOULAMN! ti" AMIUCr, Nettber We United 9aetrs not cant,-,%ck or (3) uAkr.,WTA physIC S1 oooel• aierlNa W11aboth. sad Olaat U mar be WV or Its 600& tmentA Ltermeloa W 91110101- Uorti K L.'N a1N, of La tmtt•ttat nat4n, d#• I= the OW of tea Wort mbd Moole" 7 vers. e" to a twirl b Util twntIMM This mown rot= awarts.14 ltwm tba" ot'n.'•t ay en. for, twAather or trot abe esonir~l riot to 3ubkct to rwyul"no contained in 40 Couatared 044 W!'LI)I repot b" u lo- to prwmed with the 10M it WatlaUed. be C11t 11!.134. ]0.039. add 33.111 in of rest On berme m .oft at the C.LSra W prodded lot mad bu s urvuem thou be It"Jo for tar the data of twvdon of tau eourom in Lb" coauwL The oaoa -yell plant" due"* to the owner reswunt &*m hit m (t) The oaarfl rilats LOd rlmedla prtr Inrset4ate the co"t1otw, U he twat fetal or I&UU" to camopitta L" Wort rtwn Wed is thato tiauses art to add)Uoa to agar a mb ooaditbaa do maierraly dWer em tea opotmed dm& other rubts Lod ermadla prvvldad by law eattmi as itaraaae of deaew is the mwousa. ab) U the omuset 9feddea rot- U40idaw or under Sala contract We Cad Of, at the tlse r#4Wred for. tier' dataa:K Ind it tat owner' Ulmfnates the forsuam of my pan of the wort under tau aarUW$ ;.got to prooaad, the rmWLko9 L X16° coovLcu whether of a" Chanted as a kowt aamaq ety tefLloi tf fntb 1lgtll Si•d hen (a) The Owner MAY, at Lay Unit. w{tbout of aval mumaocta as •wn)tabia adluramms matt Mtn much mob"blo Case Y mar be noum to the surtuts. by written' Crier One, ShallDe toeda fad the aatMCL modlflod In retutrW for fans cMpLeUOn of the watt to- Isfuted or tndimW to be a than" Order, writing 641oordW411. Wber with 447 toKreaaud oasts Las owner make Lay ebaa4e In the wort wttbu tba (b) No dais of the matmewe Under this lDCfaW m OanpleUny the wort tentrei moope of the ooatrsct I*duduty but Claues shall be allowed tntl as tbo cocauior to I fj th• oontrect omidaa row uqutOatsd bot haled to Chan"$.- has 91M We balum tevuttld 1W lsaratrabh a A"w Lad it rho owwr does not tanw. 11) !a tae wpodnmLioam (ioaudfaaf dnw• (N K rich dattma asape fast ton -war Crate toe ooatrmctor'a Ctsok tb _nrgodrind._ LAN and dedOMM. a" umtend 9M pr2K"bld Una rwW"N U A"o rill 0".11111% at tar is tb# 13) u tk• eeeeaed rx tannin K pOform.. tot Ne e1:tm b tar ewotnator ter Le •vW dad da9tasot "aata tai *ft it eoWeplO(ed Loa of the wdrt' tebt• ,60jetm at hummdef abl.lf be at• M tawl(aL, ' (1) W Use awnet•furtMed radlldalt lowed if mrwA" mftr flame pa7meM Qr-1- Ld►The ott uutoft eight to Woe'+d ibaD "Wirm•aR matettaSS ti "OK or aft or Unit amusaL poi be WInthaud b* U# 4*atro" (4) Dlrmialir ioodaK 'p In the Aarfo~r Cb&r and W" rwoWU t darnats IG mnualtbstrow r 4. 117111,1131113021 or weer (1) 'Me Gli7 in t,b4 ranipl~on of tbo t, l e b) Any orb" written order or La Orel (a) 7be o'rbtr sy wider the ceoarmctor in wort Wr. we trt>m eahed• ctbat theta carmil Order (which terms as rased in We pars. waltmt to suio*A dalAy, or lnterr4ot W or woatalf brfoM Ipd txmtrwl abd r nhout the tr"b M Mall todude dUwU*m taaeruo- my pan Of the work for s4Cb period bf Um• trait of 6yr$rnc I of the r. Undud- don a•talw" ties. er dstermaau m) !rain " be my delermmo, to be aaph wfa s fo( ' on bbl blot eta'lrtctod ta. seb 61 004 acts the o"a. wkkb cwAw aa/ such CA=$*. the WavoWanaof the &&L*. K the Heat enemy, ato of the 0- *a to anul be bested LI s Cnante Order OadW (b) Il the petldrinanoe o1 aL Qqfr LvjIPLA etfbet 1te wrervin or;aftx gh4,t aabtdty. then 46484. If it* VfttrWWf tltr the atrnaf K the 06rt LK for LO llnre•e6LWLI• petl0d Ot mew attraltr bOntritt0 blrtp wriWO Doti etatln/ the Eat-, eneum• tlmm. sUdpendeci delilvd. 60 Wall WAd by Lao" of a OOCU Oct with t4o pw0i1" =1 ItS.Avea, 00 /oust of UN OMW mat If L" M Lae of tae e~l" yymm LdogIA lltim of this _ 60004 opld"Ace. ziumat~>~e~1aS}w~ toatraet6r reluvis t#la won, L• a skU4ato . 'ea uu% br by his feet," to let within th~ 6111103A frtltht 600 War ottoctfed to m4 eontrbtl (or t1ov klmi ' 4ealad. of de:ys lot duboe'~CmCiorti 19' Ora q) 113meot ss'pro.1414 in We ts►ttee. no 'It's0•dflod, ~vr~"NLl s'romonoble W% 24 t~Nn 'tKA" '0 I' Csuw bt~yof ~tsa oldar,'t4ft t. odtx% of t , j ewer •dl0soahW a,..la' be mdCa for µt1 (nae~ nonage 1"Wer~6dd oddvbl'fad /~1 Tie eLSays tlslf V' ctLS Olot K Wdiertry 6f lab 0413= wfit.0at tat mtmtt'o~ tut tfgtt i1+y1•,p(ilU pd I,LhopMR= as' (•xrtu"s D"t) '16eolb"l4ll'ect~ by oentimrtet wadNLS tL~aao.~d~l,,~ etbs eoCQtntel~t+af~+i qR mDh 11611illoh N mxtw.1ifm~ deA. 6 Ib' 1~rdrR 91LA 7r td) tt e;tI= ~ alw it taWM taf v", MW tks ddgti d od no i 111 ip~n~unpd~ ttiktnr.'a lip (a y r ~Lta I'S to to'0r2ale't~ td Ups cohtrlEta g wtttaY'br edln(!~. 80ii" - ed ' is ad~lut+' Use 4~k'dl 6~ ii[~ tlnai. 9 pelmn east eL'6!' for, the bm their eat M t1uM UMW'thb CLdk W ° otiall l4 a Attif,or M the ~t? lottaatln`el LIO7 Wan 6t hr wbtt tatmdet reel ' Waal9wranYlta dHal, W 1dk j,4 ' 11190 f1lW t A 9 ~tr' ?oo tvou*CL rhollieY bf not by "Raw "I"t'el1 that *a" {rays treat. Cotifieo 64mr ~3 dot of Lbe 6rtkl, Lh dcat"It 'OAhuttb i tak be • bomM* tin 4e161rot-W' bar'•ett4itad ' a gams of'00117~ ~tf•'oi~Q ~ aaoarta,a made end tar toattac9 oeoWdlfled 3d Or"bot by W1 other noun. lariudlAj thk ben t 111 or' 4 tlrf s ladm i4};pt of scat"a9lr. 6etootwe., netlet for daLn1 begl onome'9l VW Cpnenetq orr31 for bkW betala"0181 a for" , tj~ beer! om'dols"m MrketfNaefolLa, hip 4 aft . eN)ltbts t4Mttimtn9 (I gm'M 131 or' vbri tlLl}k ti t D tof tits Hunt! tmadsr Ai sbooASU be Wt ' t>leledW tttldm! its 1th(mr' orb 4l ~lt1m tt+y J%jjjL gj1 nit bled fa seal eats tntumd mot Lb" 30 comrset. ° ~ ' bll;iMalt Utb$1 of '~Ld r+p of dal" bola" ON tomraefof ' Stns ov"942 (t) No-d" eadff thL'tUbse'slig to Li• tka vjk*1k beil`io of thj •s notiev a there teytsued. Also to the a" of, Stood (il for o: coats Wcerrtel Isom ULU c6tri o tbb On dekof" ahoelikatia w tot which 14• awney , 30 drat befofo the ewntlaewr'abW hstb no- U) Lek t Mu~et0! ~jfa q'tmylsFO¢ oS tbo 4 nalbiw the. puttatU• adltetsUSa1 tlria clot onrr in wrttlat lot ttib sot b1(au•' oo0anl4oYl Ilt6='d. aw tDo fro mh•i+ me Wean W twwed cool r rwrontbt/ _ We to and iasotrad (wk rata tkta0adbent worse of 03919 h to ~p for ta(m ed 41 the loatrm to ttkena) to sbau oat spar u to a "a towt" from •n7 t 40111 V~Y.aa toner wtt4 NaA daleCttvr glee111atwcat • wsslrbdnn eevar mAd' r21 !Was the defatlit aad►'.ehls 9e'Or t};al tlto diLlol Rol thV=i (ni;"o %a MGM a, datma is •u LOaodOt rIrtasst.sadl, Y Uttered mw" ertW.lil 41?drt is the'Ti>rOte dais for' kWuwuamvt vats: r z, wridn3 m Wino W bruUabbio sfla trio ter ' to e►yo9tfdnt of 'tyf,s13 ~iJ~tila~lulid► LtJ bd' • Ohm Flo ti, boLft. Fdoj 30 is qW m mtauba at lack enlwamom. 46W" m Inter- t Stitt t1, tf the `)w icy of tlAS3taes♦ ttrp{ of t MJ fko et WtOCr. (U rvV*^ but rte later 4kM OW 0" of tkui brtm imued urwa the rode fir~rrftl for 1,0" 91 thi fttsn s rtitka boom 9amwuoe rer b"'Im "et Oaf 4tlder 044*a~e.t.tutif oebW' 1, %:lot• (R TW,e Men to dill wlrOrditlbt th4 drier tea sOWtemrbk ge:tlw' to the 1t k TP* AT:04 roe Owvtr, ttetm"m Pm Pmrteed 'a thb f"O" %A In 44(fab to hitt r. sad ==as kit Ot Auth .toter Na+r, rnq I ey'PS"st r w otb*r Athu toad frmemlY'okMd" by cnltrH t?si :kq iiYi4d tb1 Ili u W., /oitlrs40l r4ftLd Oi (mtte to ' Lawov,Wei talebbetffet staaeseal Oft~d{te:lesr bemoda alst' be I*. pldANVO the**tbrlnyk101ltEsl da1>Tor III As OW 16`14 riKapti At)l'ot this eluded to the OY (h am Ibt LOOM W BOWL Wits Oda die!/L,nM 4 ~ kmAro tds*K tL• t/i'd •9Ltbw;06tlitlofp p. iiuth xo pals OY the tn epttJ itJ Ormppk'tla6 YMUd6 tltY'tLnie' ( Ica ctor for an tp t (In W r~ f) 00 V;jj?i lf ~t at table mdAA msem'barottnaer asait W a> '11t1t1 ttWwet,'or toy 6ktd*M taallOf, 'Of stfUGF.'r . . 1 keK U Mine attar teat pfysouxt raider fhas W "01W Oak! 'wbft '"UUO /(4mit ' We elatmt. trace, the owner me7, by Written notlaf0'w e. Txkxnumw rot Comer." o Aa7 etrp Am"?0~romows the eartlk+ter, tefromlaata Lied 14#1 to pro ref Tbs lwam ta7 WM#4 4 oe pp• told With tht won( Or igot part of the wort terv4w P4dpt tA4 Pacedt to Oa III The vonknew Mail or6mblty, I" be L0 wiWft I:wrr lid bide iMPP. IA both rCIA- W1lp .00 , bw from peyote such ebmndlu6u w dratdrW 4 notify ' "ahlthW a'aer exy Lk'ks hie?' the % " IdIr' d mot tesftU to I%Uat rhyl,cai rondidoae n the sets dlflmr tentti V00 dthtto t Md'f O C POO$&. to c1 LhA dr4ter. Any rich ter. Loy maur My from thorn 1"cstad Le tbu sion of and use is compLdne Ws wort ouch Wiranca await be effected by dentery t4 the /3vum traonM YOU. y 844 its--1M1>ai11SLAY. fi/11eA0AI ve 1179 17 RULX$ AND MU1.,A IONS X4095 oomtrador of a notloe 01 tdrmia.tlon sped. grated by the Owner Upoo reoee" of the MUOm of tbd Lmouat dw b the tomtreetor fyirta ?a gxUmt W whkpj peeforaa.am of Contractor made in wriUn1 withla such I• see the result of the terminatfoet of wort wort -go-- the rm*UWt W urxLVIA od, uW feet peAod or aotbor%md extenaom How fir. under tbfe %oU-K% The tole) nil to be, trio date upon which sucn ur a Aaaan oe• or. it the Owner aurslaae Uta the facts paid to the omtrsctor tu)der parasraph Comm Wearm Jubtuf wCh acUo4 be maf rOC+t.e end Let 0991) of thu claua Shan apt exceed the (b) Attu aKet09 of L notim of termtru• Upon Lay such termlaaUOm del- u WY total eontr►ct price as reduced by tee tlon. and except Y othdrwim dlrectod by time titer sues L-Ynr VWMW Or etttndofL arnonat of DaYinra tt OUharwiw msde Cod LS the ow . the ouotnetor&MIL, It the eoatranor fu to IUMM his term)- tether rvduced by the watraet prod of it) 8wo wort utoo-f the coot &A on Use aWca A-1- wtth)a the time aifowed the wort pot k mWAtad. Exce i for normal dais and to tba nuat apealted In Una owner may datermine, on the be" Of talon SWCaes. Lad axeept to th1 ItUa% that ILw amised of WraLL"Um met)oa LrLIIable to hlst, the smoamt. It why. ) Wntf xh.R have otherwtae er2r,mal7 sr (2) Puce no further order or eubcoM dw to the O"w6cUN we"" of the farm). SWAM the rtM of Was, then Luz be ex- tracts for oa►L77tLla Dar tam or retinues batlat. Tie owner Ahab then pay to the eluded from the womau W"14 to the rxotLt y net eweary ta CMDIQW the pon)nh contruuv the amount so doeortalne& CoaLMW udder 41) &Wm the f LL? nuue. u of the wort ur4er the ooatara which IS D" Id J)ubledt M the Dr'OWUSOw Of PorWWh determLned by the owner of vo4enr )which tendon"" tct the cooMuw sad the owner my W" Is "Wage& lost, stolen. of demuocl. W the (2) Teratlaase LJl orders and wuboootrsets Upon the Whole or Lay part of the Lmount r, to the extent Chu tors nlue to Cho pef. or smouam to be paid to the WOUSttar be- aorstaUnt L that burr It 4 undue undeUveUvooserLLld ah to o COX? I t)s0 Cho oo1wnetrice form- of wort tarm)aai+d bt the DOUCe C"m of the WW Or ImAW tormtrutWa of Ofu tbv o*aSa to the -100101". u ID mU dada Tae Ruda.h: 1 ) ?be eocusetor tIIa ,have the rtbt to the those, aced to the erupt dogged by 1be LWersaa far peach on was does, However. Couu under the dw, of Chia oontrsm en• d ,om--. LU of the rlsM. UUe. cad latorest N Puck AV"d SAWASt N amoimL; StWudw UUad "Remedles." twos Lay ddWvA0atlon the Oomtru%m tt Wet the Orders meld wboon U1 MUJ WCA W" Shall Opt rxdaed the the wwnar makes Unded pwaeteph (t) or (a.) USA be irrftlm . tbo Verdes, "ban tow Caou" prim L reo"Ded by the Of UW gla"L But, U the ouu%cW hae lace KSAI. in lu *Nws% IL in W44* W W sm0unt of payment/ atberwSM aLLde sod sm f"04 t0 lubm)t We daLM w1Wn trice U104 ant or L13 CWM4 +rWZio out at the trmlaw• sunhat redtioed by the WbVwt pica of provided In peraQapb it) of We Cl"" Lod Me of su4 orlon Vd suboootrU= wort; t'.t larcolaated. The omtrwet sh.i1 be bas feed to rsouma extemdom of such LL'm, t6) &We KU outds.-WW UOWUm sod ill am Odd "cordlnoy, Lad the OOOtrwetor be sball have no such rtrht of bpodwL la cls)my LAdni put of wW trmIMMOC of Mail be fwd the ap+e4 Lmom I. kvWai In aces au when ebr owav ho deurmloW Orden Lod subcoa rs" wtth the "WOVaf pantmpb le) of tt,7s ak"= Pr"MULAS tbv the swum due under pWUrI*A to or (s) or ratU "met of the owner to UIm 0c tans be smourt to be paid to the contractor In the of UW dauw Use Owner ehsU per to the qty rKwM kk aoprovsl or ratIlImUn elwat Of 11aUew of the w%Usdw sad the omaraetot the fouoeMw ill U t.hrw is oo Lheil W ft al to LU the pgrpos" pf this Obnee to Wee Upon the whoa mam-L w A1ht N LppeLJ bereundd of U mo tlmett Cool )rd be pstd b the oom4wwr beaLusv of the ter. wpeal IW been tate& the amount so dear. chi Transfer qA* to tom otmer, sad "IYW )ntn►tJOp of wont UAAa thA dS►we SW be mlaed by the Owsler er if) U 9 -PAOI44Res" In she tsLana. st, We U111411. Lod to the dom"d,to Until, rwatrio16 or aebersiee dew. , WoNrdLn! W talc IZA the bmoubt t cly 0214416 11 ~1tf. 4irr.+ed by the 076sf. U) tbd r1><»• W affect the smvtlM or, a4bePnU determined ed to SUCA - eemedla' mroeadar. tabAewtld ,Ot tted au wok 0a whw} o+F7 104 vR/~ Lpea to. M 4 the s M~,) Con DIpMIL eolaptetad wort, tL au l WQ%LrVt, , be tnAe b f1). lrac[er trig eliuse sLni 1f do ttb&r - " a, DSlt , N eegHtrwa `e) [!,'111 f and a peace the to - dudes ti) a>t gall4W AdrLpce 4 ,'.thr tltlooppygptteeylM t!y pagtwmow4"~eo+ttt..~tex)_aa•, Le b (dt0 pm oo the on kloUnt th r4ebfdn.+a►t a to 4v~s>y L)ndadr~ +,L /±np , • d;.U1ve~ o. 4btit 2AN +d rufm) 6 ` Ob P O~ 01 this evp~~t a ~ kk,> ptfsYt D'wpsrty AftJ1 U tract A UI. rpy~tp~ +~e In adaallt~4a t►} t~}~1.op11Ero wo,11). the • ' ' Leh OgAbf►tea rRlt]dp ju►v,~e4 TO4V~+sd - 41M, If W., AW tee 1111 tnOWr by f/'rn4 I ot, m UN 010!!n# of " Of. Ail 9 2W,ao the 1,4160 41111~a~ 0 ~ ay 10 My Wot,xPWaf of k•pt e! bt tAe t 1~ ta he ""Ire a I" uoeu tM prows rty~ tow Dt1ew )hit tb1 o xr dt+vlte or tf mer eaotaet torsi "4~ before 41°na a(t A 4 O uw oM on ot"r m rem ja o w r* eviler ~at00 *100 DOW* if Wmbw a" by of t>Wkgd to Ike oormr,% fJR~~y~Lez~a 1 1 tblrr lfdtw., }tJ}~► Wi41 tw)tbwt< dUitldat)on of vent' a 441 LS lhv 4raatnatba be -056" M Dar. Q t t41> .M fN 1t►eeS) 0 _ U" bffOM 1ha aKtkaSan101 the LfltlNied a~t t0, Wr 1Wr'ch4ser (u) , U ~y OoOt Of eiM.if ARr~. 9ertbel of t)W a0a0'LtR the e0nlrwtrc/ bLt'/ ms1 aboush lrowrtf, ism t~l'T'he toot N VWW ad Dtsrta4 tluias Me with the ewer a nQuOt IA VA M" hr tho rogd)tlopt end 4 prim or. Lttot4 040 , 01 the "Vain 010 - of wort an elnlt"I's wdlubparot of the Droco it w16e1 aD#!dj_Po the 4WW, TiM aroo"U ►oda p*.nOq rxu or orders as Lxratraph prim .Drafted is the eoat~Lec rvL"L%r w O11hfXt * trwt}stir of dievodUm thW be, lbxl) of"piece DnrWa This met is ox- tba eoatmuad Dom" 01 W 1*DU%d r be oplted, in W asst FWWCU, to be, eW" of the smotmte pud a pa kW4 on poruoel Lot tdrthtn►ud by the tSOuce or ter. ilia br,tN r,14 the mattedW►,tinderr ao"% of euppUm 0r msuerWs dWysrW Or nUaagoah flbtd 'egdltabU idlutVaiat as lhlLywa qr, ithoroe* bepwdlrsd WW" 1WWAbe4 by the subeooUsear Rner woo*" 1'~~ccnn shall Del s .e the. C'K to the oe if the "M vOnnd by before UM •affrsln dW N the ootloe of price Of ph ' No mSuJLM pbeta ogSlrvet of paid to rypib q%hW autaprs ,.terw OUEra'nm adwate ahW be LWud• hall Iitait thr light bf t4f iAei thew the ~aChipRpa=pnjy doOC4 ad fa UW'"d oa e=Um sf wI Permwl ~trae{dr eo 'etr4e YDVI! is sA+otli)1 of It COMINet4 PINOWMA"OR of wet prnl of u tnae. umdr (U wberet Lad uootmU td ~r vW k the t'1ottuwr jet the toe wort $A obsJl opt We bowel carmlelued the) A inim to prom or, (l). aboest Usu the eerllpleUo6 01 tl)e,apnSJAURd D4tUOa of thr bll the hoUmm of,4mwmuWa and oMOay 6etermeinel! Ib be lib 16d fwasdlaLle. tract wbeh t adDkect Qotl of tontala ill Tells suns Woa se mY be aaaory, But, If It tuobaue UM tbe'006trutor would ah g4D(lalled emauecf Ot!q for the nOt1M er as the o+aer av 40M for the Proof*- 91444 . low 04 144 SCUM C"v%Ct trod poftlo6 tlon, ox+a+n,4vn of %be Dtwpertr ^W- ; sanwlatvd 04 ta<vfn Pydt M In ~ N Ip ROAtrtu4 fYcll is )n the pmaMl W, when ~4h Yawl ) . L,~l• i,egatrtpter tub is which the WDriPrt•f4,FdJWleNat 1hLti be VI.Jer 1hA tcotrsaSjlNw+tdai ath"We. yerov hu of My booubv La latarestr , mslfc r+atlwnl ►Q~ tuOCYat vT thaw MW , W tW"- mutt~r<falM Appuas - mad Ill After ettwl pt rf a raUae of uroSna. m17~t N welled We (o4feLtM t*tO et foes. caw mut:,.•s to guemost 10"m the ISM the toatrialm, shut subntis m the owner and the Watrsaer out of or 1nd oc! wt of rLbo t We rnr peat his k1s4dnlto LA tbv f preUform Von } 'tbv rsa t>~ iooa o+%f Maunff 14 this atts "hi of its "rah wW enf tae, the rind pbJo 4 W; Lad lerlDat t[ fly C~rJIP sA t4 lu41rJttp Iu1drJ peyulr to J ►t'► of t 4bU thin elLew; 4pd b 1,144 by arbttrsUOa U the parilp s•r 11"o O'A') peat UO 1 or is a Can{ of ameNob he DFbmQt11 bet to ft4 tweht 14 tbo T YOU . ahf puLar t> uArW JpddeOt►I to 1tr tf tQN tr{Sm the ltftrCN gilte or ldr•,aJna{1ya mkutJgm of ***ooarrttk tilts, onoSfsel, to• tttaY 1 v'tehla Cite 4t&" tt wtueb the tuwat IA "WWII •n ..ga9sal * rDaw, VK14entat Lo t41 &$0AMl. 01" ,acted . . rlbtM RIOff11R, VM 4% Mt). 114.-WIMIIIDAY, 5WMAA18 Ty, IYM r 18 ' a 'r 44096 RUM AND UOULAnONS ! aaaoa rrsxaaaaa froa .paw to r4!aptdl mwiv tee) tb) lhtoure to Lpee nee a rel ucam aaLo -YAf1/Lraa%1oo- d Iw of tech elates, to Lay o! t!r Ldeosim be aDyetd W We Aamod" dates a tb" sa no ooatrLetar soles tttu wori (es deN%od by Ns f 6CM.ary of tabor) tM he 00md aMrLt° is Ctor r ►II~~•)• the t oD 0°MZatfvf abet o Uwasa eh" be rubfec% to the folloelns labor t~ tNaa-.tteee 0ts PatlJraeJ is rabfee! to 0000 standards prorWans. to the extent LDpt1eL' for see audit axft eowerefX44 tied an *Not• dechow resale LW dartad by rMAO Of "'00* bill Matti to mmca ht wd oubeWt ear duppor- doe owl M prtYr(ae data mbow"" M Cos. (a) Doiw8acoa Act (40 V,&r vooa 19a- Las docum9at►Siah Oa the 100MU"M 106r• w arso" W40 antsta eeb0Erltrw4& 00 sc%- 7 r, dons of tea draft audit report and that the bwio► 9to► nrl►s to tadsde o d4%A 40L OWA (bt Coarsen PfarL Uctaf Led SIL( 7 rani 1?A audit report VW include'Writtep +0001 r4te91red neadriwp Us R%bWMbrwe• 8uadum Act NO n.S.C. f 74J3 r, 9aQtmma w of romaDWe kattL. U &W. Of 1" 99 9ypreoristMy isdesa W Act coLtraa ti Copeland AatI-XkkbmX Act (10 OSC. the cmbsttar. tar. 4 area Lepeded 1>tat area eLecentroe 9741; Lnel to) %opoards under Wspophs tat abf (b) erdlly ti Is Av4t4pk{alitrfaet4► will Pry (d) Lie atI a Order 1!!41 (equal MVIDY. Lbete, ~ be malhulWd and macs areas' men% opD9RunAyr: bit dtrbet PVIOrmLOa on 37A tract wort Aeartss Aw Weci)a coal or PrW-00 data ro- La0 ItnDlemsatlat ruS4w ferulatioaw Lad uade r ehr am~ or !testa I peat, from ~9101 rod 40 be od )rabwAttad be Ale imw Ow s006- relerLnt orders of the aecratary Of tabor a the data of lLOai tPA ttha IlnTOO1 t lot tM EPA. The oootrww t uthv Well that Dro19aL to tdditle4 tho9e e 9eer ds Whitt to ooraaaT saaara ooMxaaeorr read this contract shin 1ndu" and be sub)W. to raw# to say "D4 044 dppeU uada" W `Cabot Suadsrb FT PrOrldood !or Yadat• EPA Q+at WO=ML to 1ltiiadart W LM no eaaitacter ww sato tW rst wow or the the as bat UM&: Coatrsfar *df r- nltilmaat a claw! Lrwms 004% Of snob per.. mWar Moll toad been 9np:ey94 or 1f form IT1441 In 91199% at the time at srurul larmw k or $0 eew w home to wh" to ta)a4A M "tic" of at9ate taL aoaytos taDao tlos at tblo aaleemenL aud1 D~ bM boon teh44 dwU a, to Wool"e It or MdetRlaadA* UV 6 *"b- um ImaM a►t<amble wift on" altMwb plr4do466'• beotar %.or, 4QwAw a& a 9. Vrmtxanw or VA" A" ataoaryr I,"" des the dais of radolutwo Pf spek pbtotal Waam4odaf LDena9aa swift L U.'"U)4 4wo or ox"PA 0. as H04nMd bf the Mats" for en TM Fiat of aoowawhtlC9tbee= L%w~lt'f a a NgY+~4! wersIll p►mMW In gOcureamm saed In 40 Qptwl~o.fy~7 the matrr66 ex- ~ tq aclue cowers toca'dd Yacht (1 abfptSovw °r .riot e to1 sbt ht t u e the tu" ~ea mtarprls+ sees bee»~ths M4 prime c musel& aed uw 46"" ; owaay tbout the tl~ mum pxVeLbk o0portuait7 to pLrtldaumi~ ttda woos of oatreet Lfaaadmantt !r. avow n! ~ kme t uxabgj tt of to Im Ot aaptdd pike al a! ~ . rW lewold . fm lna in the wrCcestoan of I?A C*at++akud a ftera t lot a oantracu Lod submasusett. price pot ont toad eompei(3) su WthcaU V ,ro coaussi 0ad9tp, er oeattitt+m{` lot . tw spars. aoooo TO aacoons b 4tpararb ilyd. The tantrsetae AMO malotLln boob, 9d a and xed price a l omtnat oo Rmp9Uer, t> s is ntuthrtrl7L W 4" be for sitar r9ardL doetlm9au sad oth9r e7ldeae9 di• of •wlr,wt,11 tessr4111 sot be ojear*od ff the 9wtwr fbnGL atty. notias apd . tttetly psrtiaml to parfoemano9 on EPA. orm 1wl>9at to ♦ mw Pa++4r+cs e4ba0,` ~ hautot, 4" The erlat+sator. R Aq7 of the t+aat wart ttad9r tats eoatrsct In Locotd• try at pwOw o dw IFAP ad LEW Ott" cow"w 9 +i9ay w of aoe9 with taasrval baoWAd aaMMUOt U» Pf~~ ooi+p+tl<kio a airy r.wt. ~ fens at, P» v+fular.ite tM etAl R! 9p Drmcip)4e "d pnetrM omWtmW Lp* tf/~tt, 6! aNltll bMT ~be ~434~%*+# apaor W' 4 a~ or otbenrlaif ytY ally peed. Lad a CMR 1OAK 3<J0A Lad 3 LOS- tm Of oaaulot Ilk r„YrfQ*wt, ten V" t*; u amt pt ttta 4l 6a . 7 in effect an the des of axft ufaa at this ~ 19 o+oo* olop11y N ~ot, t +A aC wa 116 , cwLrwL TM contractor Chao Lr0 malatda us" portarxaalOPO. w0vans Am is b1 the fisamw wfan"lon and data used by roaardo of tbt 44" t m ~i WNW wwy orlt►dla/. a~ IaY tb9 oonetoatrar In the pteparattaa ar V"Pm tlta4 bW4 a!a. it oon, a or the Was wthmlaaion r»ttired Hadar W rapt 9pltt M 40090, m 71JI9 / to sited m the date of soil. ~l be, 10 W a to Sias of thr eotLtrset for Lny aettotsatad a0tr aoo+otlmlL. , „ , , , , , 4' trul tr ch"" 0000900 MA a oopy of the boat 6rlaes)tgb~tWra®ed)~royt~b►aiptM1aror aatamarymtbmdltadtotMo+wr-Tb0O.S t; lby/y1 Rwilo, )meltoarAMW Prouetion Ate oar eha ! T tbo lao4 am n1tk~L q ~ Cammmum Ooaerw of the Qnltad SraemL ° s the OS Dvpw maa% of tabor. over. Lad d" nrrd+ etwe o gptibabae 1. tJl star r. " be to ILatc el qty M R eb/Mp Yells w ftl11t101r be L tthe Stat4 er"m pooutles 4oOtTbt tttrac7l ft" t►rlar tt9nLSere to amaan rsm= ! Era, w my of thaw auhorb" rePIM taNeas (2) oeOOetelwt+)gwlaa0t° LrwWrtanW+'or.:.1 dttIN ^ t sha)1 Mt9 aa+w b rued boon reotatr. Cho*" oednr to amaea 400 p10.tOO diOwgst (b) Im tbe rant tbL banirset b tetdasi• . documents and otber a►Ideaa fat the purr mkAmw rWO00" 4. ftimpo , 94 , as fm7Md to `pulls" (a), a# k~ pave Of Wpecoolsaudit Led WOFU 6 TM ANd""after. 01 f" ' daunt. U18 WSW "&D a 4MU" tt) se tobosetor wW tuoride proper facilities for any voko lrYd at fokkad ~ Im AV" • ram" Yo NAW ftwo ka agah t the 600-'!' atxh Lacs sold Wapeedoa, of SI PAWd xnder a pr(9ts eowbLU 'a" ' 1 trsdtol' Y it nrdid Pura" in Iu9 rroa W L' 4b) It chit ecutraet r L formally adeer 044 a 10my" I old Magog be49eh of tbir 6004radt H W'Mtrtaisalot.'+ deed, compratt9Hy awarded, fixed Woo awerddtt Aswt f►tbl trirtR CAd00At sad t1/ Lm s plmalq !t! addh>•r tr 614 etraar 0"Uoet. Nor MOVUtor atron to mate ordrre Mad tk Ia ss w sed M be Id aaatre of deraatm aL vl%kh It mAy to rip U9d by War, pollu""ha t U UVII441% (D of this eisum w if 14oN Ja a_,, e M told od CM Jy yih " to beMOW1 &SNOW to as Lmeitatru ate. PU"N# to an aetorl W cbYhta coons sad &OL f O"Cler, daL a ew M wet s>wsGnMis tanmined bs do a.aLyb tgllsa i~W S' t L contract ase9ndments Luau at the embut !b► 00skwu sK aaheewtrwrts' b aAe wow • kst I#aa I Code tihb V" 19 mend tlN ddae9 rrfa. In ts9 rase a s)) oUtar tyDe9 a prime peal a" am tstoanldd on at huts at Obw , rho w awuw mcm as Plo9Ldhev aw oftk i toatraatt, tM oos&WW Lade w IDLb>d9 teen foods 4R POK0lorc) " I I ' " ' t»etutra t9 bt atr4Jt ofaw at amoorew, (L) trho wwae'r EPA 69aoabr ts r`Y oerLOsphe (a) tronh (f) of thlr elau" to eII his eo uuU in exam of 10,00 Lad La any pets! ttoeh+dlat prontl D"Dum," to to tayatrrr t! t9rdr4916r.v1•L ?•±+;'te, w+11b~,', tier subcoatreots to exoeae of %10,000 odd u baanectum wetb for oon,mm or my 004 Z Or tnak9 paraaraabs (a) dsroatb (11 of this telmbun%wo render this oohtraty, W" 101W W , dmm a"UmWa to Lil a►9149 ashes m4ated by any e)>rnClmt mains secaase We e+o i~y~ It meld to prof act porlertaAZIM teams". or any subaueavew furabbod or to dNd s~~do}»sa bC t~ @tSded (0 Audits eoodtlcted Wk4r Ujo prorldoa bbcn=W b M t0aoctu9ts Wet of lricint this doatritt Ided hod 60 Qhebeyfy t tVt be In bawdsam 07th noorwy so- data or data hot current m ewtmod to big Aho bd ou lies In 1111 er)deitffis red Atste prpto Mup and tWde4ar of thl Mkwta6 aft $arm b 110of Current 00d or prut" d"s, of 0,43), than at" Drwo of eat of Pro eft W ~ OP of 40 f *ti ~ ' U Pan (M W am&9 statxr(la4 or Want mat) be refteed Lawr*AW 9Ad oWtrdct' pftodYll' H. Id) ZM eootraetar asset, to the duckrwe the motrum sM)I be mod 0od In wrttlad to to 11101 stew rN 9aa0 ie9ott the a! La Ialormatloa and reports rwulttr>t ref ar, raft toductlotL dlast+wr~ (or4ndon to rBWAl iCjQWK Yot. 4% N0. I$$-W PKUAYr WMAItde Vp frets i 19 ~J . I • 44094 WM A)lo PA4Mur4&6 ahrp ~h . M4 &W othrrwia { Io(,w TAe oter4+fmn•uted W tltie CSeaee have the the owaer Compb with the oweee•e nfpoaatMllUee 10 1) 7%e terra r m mates the C7seA sceol"wo with subpen D of 40 CT1t Yeft (11 ~ 443 %I-&C`14b7 at sell-l• 30, no Cootreolnr as. tbet the dwposl• Ale) Act. U The e term 1,817M ed Wale! Art" of r%bte to taweatlo4e Dieu 40da tale u WT"Lail the Coat-46 shall be m soeoedsaoe r1W the 123W11611,81, Art.. U ame a dri 113 QdC. terser sod oo"uooe of avot"a It The 1 pi Thee tam "Clean Alf &Andardr" CoatrsClor ahdl jadUds appeoprlate peitnt 10"64+ enY eaforonbls n11e& retu1aLw" PmAlaena to wjU"s the latest a Wit ooo• CItldellaee, st4odar" Uaitatloos, ordertt dtuon to su sub wau swu mvwvtty roamc0. Omtrou. proalbiflone. o other feaulre• derelo0ows"L orper'me4lel• of dbmooetra• tents vwa at CwteJ4sj I& W04 uadian tion wort or ollmietee adoptsd bpJsr the AV Act of t1. CorM40" Art? UM" IS MU L'aetlttire Orrin 11731L in APPI"Ms (mplr ' McAL►tlea plea ss descsbed m McU00 Tae oalaw Cw ave" that W 91111• 110(d) of the Abe Act (4J 03jr. 1fa7e-J(dA ppmp wu t•hleh are su tAllf peAd to Or '00~de~ 1mW~ U a swjas f 11 (d with Z7A tevat NOW, teehalosl reports. a< W appro+ew 14+owp ouuoa tKowum openuae SUM" sad other weft nttldt. UVA#r &W on 11xj.ol Lbd 1L At:t (43 Led with s fuetie+al br lts>a wou"'J" er vo ~70 'QeW WON aleend4rdr' L&M whlra tut a adh&e to be da hw" 1tadM this eohtrsd be wh" err dol'a"ed or wa, comas ally traofaabls Uouu3400. control dwwd sod paid (or un ~b!ta es aaditlM pmksiblgod, etsey0e or . wwolr Ilia kr»d jjjd this dews 11 tL OMwA dt W s perWt I ntad to v* rubles to tit. rt`au ,m tae 4Nud Farr, ss 4 (girth W ebbpat 40 M !n s dlrcb+trler at b/ U" Fen JD 04 m appendlr C tit t Uo6 Al WWW AA AP 10, to racer Lo the dw of aseet3oo of INS u ttutltcrtsd by Dootrort Tear MSbu lndude the drat $0 403 pro (be W%ft? w3'} VAC. OULL~; uef, dttplk&" &0 , Jnarwe web oablal : L 10* 90otiaet~mlav far wl SAY Pw9oa w6►: n W to haave oatbsn by yiseddn Sof oI 0 0 N&V ►M (31 VaG do sa 1or por9neea of this dutee, '67033104" 13111. NJ Mw m app4bdtt C tits" to ti tem ~w rAta 13011.11 d wales t&w4de~ . IBM tot, if tnt weva l b h46 x;44 tat! oapyrtlat 19, At epte4Ai&X C Compts►aa A149 so* ~ew~ eem ustet psrpU.,s Iab*t to the tt b[A tas pdrsitE wttb a mcbedtW) k I"D ofdewd br so"itf~ eomttsteat endat but LbIt by ' L'obbf4 at ,sari Ps list forth, la p G Diir~.r" ibe 7Mtle 1 n"rrs 3bMebasmlU Pr*Asetla! Ap~f er ei ~r A ru7e1111r; rt p0a~tiDlGydyvrr Ya4Irlev4f Cr Walk aPON 1 t«/lltrf•MSnM 01 tae AIr ~ I i# to we em*Lw J 1o*A, to bu " r. &W J 0 106 1slnbaw" - 11 A b 1q 1st <A r of+A'tae>!f{r" ?Us rid To" w /jIM= *1A MOM ~ Jim, it" of . of 0~1~M' bIL treed lr, V !0,41,44 ,e~tssv+eu~trf eebeot or Stu of oa ; ' ,+„d t YA~tlstti erWder uateupa dam" it"Ono F • ii v ar.Yrw' saw lA, epeMe _ vi cartes pleat. of (oagoo 4~r 1i 4} wNnq wr area ewl be once lenltloe d ~ ~ JJ00.00e seed teAe+t o4rilet, II1x i is u1 rvilwNk a (a) 11 GAIte1 Ji l • ' a totb*tt +OfriMoe a View ~ , r tai "y W 1114 seett~ct~ ~s~ee „ ss eP : TretelAMe bona tU So oonpts eR rh tit w erJi+*W 09" Air A4 L aae Ma . 1 ypp a pI ttbb~~ LLL N :r feeadei wit" on ed (Q luC K esOr a aolMnwn 'd drs"wi u Pulp, 1, lii041 a►{ esotlsa 101 oI tae C)AM W Ay. (33'(1 # R' 1313 K w-ko w/b * ep" ssUrell. spiels r~h4s to :nspestko M* • w eeeordeaee with - 6ecflt+a 911 of take k ,4a}rP..fsQ,4y v4Mi Waipsoyllsdfv*Ain iw'±Q r~imwv I" Sw4dYaL owasetat Uvon 114 aM ajilket 41140 aW Air Act 04 *&"w tnw otsln.asr wm be to Y do- the Wow Ali. rwrP Wi1i-x thsrnebdrw ,tor Y~tbeontrcCtora m MN blow tlarA,_4N guidela i0 tirl pellekmaoeo d tole eoea+m before the ewd of thu oontrwL o114're , (31 That Dr. port,oe of the wort mulr~ b4g~ ~tpct wk4 b» !'ert4 ed y~. doe thof Y1'a:,: a Jl3egelf ltet Of ,vlvI! tud ad urim i r v ut4 = mm" FxJ► &I br f►dU Fhb n+u+41 ~I.4~~'1 u',yR A1~4.h~fe<t tfloM f-0 oou~tr ~r~ - , to w V"Itv ym cwt` a T~ e thl: subpsre• . , . , . sleet MA clauAe. tr dl4' b~s of lhs p~ (U, b e4J 914 suboeetrsrL . . ~ • • ~ . P"AI Rows 114, vm A m Iq...yt,9p1A`44`A7, M Aom 9, 11x1 20 ttPtb Arid "0" U1 ATXWS 44473 (APPLIES TO PUBLIC LAW 92-500 ONLY) i u.laat tWlnluoe.. As used to H33.938 throuth 33W9. the following words add terms ths.11 tuts lee amen let forth below. All terms sot deltaed bmin 9hai) We the mpwLae tires to ebem la ! P.M : of thlz subehapte.•, ind In 10.90k in) Grant oprtement The written sdrerment and MMMdMentif tbil'eto betv"o. EPA osad a srarrtee la lhlch the terms z &OC cocWtiom, ttorerotns the s)'aat us owwd mg creed to bi ' both pa+Rla wader ! i0.i1i of thlt sub , . ter , r I•: (b)'SuDapremnena A wrtttoa agree- • , IDeat betiltex 917 EPA gnrteo ahd la- otber partv e- tother• - tbad , another pub)le Neso) "d:W'tier of asree- ! went thereuhde► lot the furs AWU of sesyse9 9ui►pum of "Uipmeas nocoo- sary to eosnpkCe the prbhtt for Wwch a snot Wu awardoct Wclyd .Cpo- uute 'and imbcohtiaelt tot p0w3t id ind profemolonal wr"oft ticre4deacs alto eom ulwts and Pumbo." orders, j we nclam" amplamost A iedseat• I ribject to State or low pereonaal era- _ . , . , tefn9,•rt;eF}{ 3e.nTa: grad 73~7i-1 re- 1 JiA tj obbeo6tri4b'61 smytlot Oder 0"o, owtriag far arehu*tvhl'or taglpe(rint !er»icei,orr coostrlcdon 1.11 awetd by the ~ar+tce-~rtaet'111y D• 9fetxA~l onJ3 to Wbcdz aet~ m•K tcJ c6h1 pOtol A p 'I t¢ vtdo a sub4 emeot Is ew rdtd (d) Ot4kfee ~I,nt muwdpwty w bas n ► ed ! ttltitfpY c• dos o! a trtaaa~:~att vo,7# tinder tNs put 1.1)~~6. thn}~th 3 b~Wj,ptrropsnri-t- ee 061r•911o toter to An appu"At for a 'ret»traii~i"i~'ie>t, S6t. u, try "wrdei7ao4, ..'~w:id it, tin ' 21 44074 RUM ARC XIGMARON3 I 35.93!-3 Gnxw* prornram"I @YvMr a firm to perform these fuwtJoas. Such 133.931.11 Ganenl requinomwi for aob- Stass or kcal law, an spat acts for the grantee aa4 U agnueents. (a) Grantee yrocvrtmenl syrte+nL subject to the provisions of t'113 sub- Subasre+.ments must: Graateca may use their own procure. part whlth apply to the C= W. (L) Be necessary for and directly ce- ment systems and procedures which (c) In aCbbrdawe with 133.970, a lated to te.e accomplishment of the carat appllcabla requlrrmenta of State. grantee tuy request technical and project work: territortal, or local lava tad ordin. legal usistvaa from the Regional Ad- (b) Be 19 the form of a bilaterally ancts to the exunt that these systems mindatrstor tot the administration Lad executed written agreement (except and procedures do not conflict wtth enforcement of any contract reiat,-.d to for small purths of $ID,M or less); the minimum requirements of this treatment works that are as isted by (r) Be for monetary or in•ldnd con- subchapur. an EPA grant The Redonal Admini3- siders.tion: and (b) Siau or local lata The Regional trator's assistance does not release the (d) Not be in the nctu-t of a grant Administruor will menlly rely on a grantee from those responsibilities or gift. graatea'3 dtterslaulon retardlr.Y the tdenUfled in paragraph (u of this see- 12,939.13 Docum3asUon• application of State or local law t9 tins Lerues vhlch are primwiLy dvterslned (a) Procurement records and flea for by such lax. The Regional Admia Kra- 133.33s-e EPA reopmalbility. purchases to excess of $10,000 shall M- tor may request the grantaa to fura:ah Generally, EPA will only review elude the folloxiae: a written Iteral opinlort adequately ad- (1) Buts for contractor selection: dressing any such legal Lssues. The lute. grantee compliance with Parietal re- cgs Justification for WA- of compati- ssonal Adminjorat4r will accept the qulraraents sopUcable to a zrantto's tlon if competition appropriate to the grantee's determination unless he procurement. However. where epecUl- type of project work to be performed f~ that It does not have a ntlonal alts provided to this chapter (e.g. is requlrrd buLL3 not obtained: and 11 SA(j) and 35.939), EPA is respond- (3) Beats for award cost or pricy (e) Preference. State or local lawn or. ble for dowmIrdag compliance with (b) The grantees or contractor= of the dlnLnees, regulations or' prooedura Federal requtremeats grantee must retain procurement doo- whleh effectively give local or in-State 13Sl3e-7 80+11 sad aelsottty baala vtnentatfon required by 130,805 of this Udders or proposers preferenee over ea s ubchapter SM by this subpart, an- other bidders or proposers shall not be Grantees 3hsII make paltlve efforts eluding s copy of each sata.greement, employed in evaluating bids or propoe- to use smtal: business and oy-%ority for the period of time specified to Lis forsubaaresinents under s, grant. owned bwdness sources of supplies and 129,80S. The documents log is subject i3d31-3 Conn/eddea services. Such efforts abould allow to LII the requirements of 130,805. A these sources the mtslmtun feaalblt spy of each subasreement must be EPA's 0011c)r is to encourage free opporhmlty to compete for subagret- furnished to the project officer upon and opts competition appropriate to meats to be performed using Federal request the type of project work to be per, grant funds fottzted " 135936-13 6WLnoti0m ~33JObg Prl+ltyofeoatraet (a) Nonrufrief(0e spsx(1Scaldons (1) 1K !'tofltL Neither EPA aor the United States No spedfleatton for bids or statement only tall and reasonsbli profits May shall be a party to any subaareement of work In connection with rueb works be earpeb by a)ntraewn 1o subagtee• (including contrsets or subwnttscU), shall be mitten In such a neamv ra to merits uh0or LAA itraatr. Se. 135.427- not to Lay souciution or request for contain proprietary, exciwdonar,: or I for duet) ail of "Wito winder hoto proposals (See N 35.937-9ra>. E3.938- dLsaimjaatory requirements Other slated subarMizoats for LrchitneturLl propo ~ appendixes C-1 Lad 3-3 to than those based upon performAna, *ueortneering eervdM and 193,93a- unless such requlrtmenti are .3tow flit) for d,sot►v AA Of profits twtder ae• ' thjs subp.R for the required vitlciw nary to toot or demomvtrw,e a syeeille kwj" shan9e orders to ConstrueWn tlom statement Lad cont»!s pro"- rising or to pravide for nrxsary inter- contract& Profit lnalu4ed loo a formal- Lyons.) However. In suxord saes with changeWXty of parts ivA equipmaht. Iy adeettise& competitively, bad. fixed 133.970 the Regional Administrator, U or at least two brsad uwaft o: Lrwt, prfee Ovriquyetlon, aaaVset. awarded a grantee requests, may providt tech. names 01 Comparable quality or uQry vttder 1 ;6,034 ,1% proms od rtasonsblo, MW and 10921, ssaistuua in the ad- are listed and are folloe ed by the ministrstion Lad enforcernebt of any words "or equAL" It br+mad or t cede 1SS/32-8 .tlrahkt tugotrillUtj•; . Oontract related to treatment works names am specified. the eAztee must . (a) . The criunwo, is reepocAblt for for which an EPA grant wea made. be prepared to Idtatif y to the Region- cue 64OU iltraWn sari successful so• al Admlalstrator or to way proms exapliyhmani of the projact for wMh 133.331-! Dlsputae. salon the ullrat requirements (rvlar. IMA grs0,43 in t Is Alirwdsd no Only as EPA rrantee tnay 1nlU►u Ira to the rniv, um needs.of tht proj- girs.0 fe.'f4 yaorntssiibis ~qr: the so We— and prosecute an appeal to the Admin- ace) which nv4 be met by Lay offeror. oatni and Wtfacuos of ill; ooaorfc- ILtmtor under the dlsput % provtsdon The single base bid method of soiletto, t'.-Al s To Ltsurs aiAps of a grant with respect to its subogree Lion for equipment Lid pars fo, de- cyt or subagretmgtt,t sat+ted to merits (see subpsut J of part 30 of thb terminatl•~a of a lox, respoaeive bbdder tgdCr ~'0 crest lefapt u 18500 subchxpter). Neither a coats;tar bar may not be utlljred With n9ad to - iySds) 0 AC;=14}rtcg With :q=d a oubonnLmctor may prosarute an maurvis. U A aingle material is spetl- trsln'eaf judgment and ttrod K, appeal under the dfaputa [r.bvtstoos IIK the Vzoitee must be prepared to ~ratlt► pratuce. This taclkides LUn}sna rcbotartlate the bLUS for the selection f idiitaUotll, jai bldb bt IvgJ for of a great in its own name or interest a' the uaAUrLLL i rq'~Ga1 {ell ~1yD Af conet?rois, 13,LPWIe Mersl prwvr etit regales ,he) 0auProject n prsctlcable,o ptcvlbi tot 1 turd of( odatrer . Drotdtto of twstd. dog t.U4%s.diaputK'Fllf1 OtAti'rtlatajrfo- maximum use Of structures, ttu b.Lus. fer3. Re"tJons appUmble to direct Fed- products, matertALs, oonstruCJoo CW+tra t MA fool t itp the fiflor' }rllt•{ t KLSPMW erLl procurement shall hot to Lppllcs- methods, and equipment vhic 3 are Ot tb~l K 9 1 .AQr1(rtlltia t. the bie to subagrevaaato under grants resally available through eompeUUve V"t" Wray Ietalrt Lbb 11[dfdivilul br w.-3ept as stated in this subclupw. procurement, or through standard or trpelulr, j)e"L Vql• }3, M. 1N--W suaYp Wrtut}~e zz 1~1 lrll•■f ~rtit~ RVUS AND MOULAMM 44073 Proven producdoo teehnlquee, meth- normally be based as oosu on the data as tbod. or Mtoi7 use. ode, sled proaasaa, except to the of openlar of bids or proposals. SWAU (U Oat of the !ores aooo sat meth ad extent that Innovative teehnolorie3 (3) Watrer. The PAVO al Adminia cUo may ba hued under 16 906 of thL cub provision te,ba and eupthe Buy on the" factors be llmi%d minor portiorrii of a p Dip Sou source r=0400% A specifl• that be considers relerant. lndudbw: Oct. Wien shall not require the tme of (1) Buell use if not in the public In- I t~altatlou to isbarraeaamt structures, mxwrt la, equipment, or tart; Pen amft whlco art )mown to avail- (LL) Tile cost U unrewaonaWs; No subaQeemeat shall ba ao<arded able only from a sole aoures, unless (W) The Arebws available sources the Recional Admintatrrtor deter- an not sufficient to implement the w(Iil) T sa doey , Person. bot set the nsponslbtion pustaly jued in s wttgwftr b" Provision. rltint Us" mtnlstr%Ws ooncneur to the ACA peps 1 Ad standards in 130 340.4 (a) throush (d) the proposed use meets the particular !!v) The articles, materials% or sup. and (r) of this subobapter, proioaCs m)almuba acacia or the Re• Pliaz of the class or"to be used or lb) ff any portion of the coauset rienal Aft)AUuator determlats that the articles, materials, or supplles worb not sxtsaptod by 1311,420-Ub) of Use of a alasle source is neoaieary W L•am wbkh. they tit maauisctured this subchapter will be pedormtd at a promote lanovstion (sari 135.908). We are not mined. Draci"t4 or ma.nufa0 ft+ UkY IL" by the Dlrtctor. ZYA sum Procurement must be perotist. cured in the united Stale in sancieat Oahe of ltder+l Aetiviti act, in viola. ed under 6 33.b00 et seat, ipetudjns full ' and rnsooably avssiaMs 6mmoiew Lion of the antipollution tR~ utrements ain.ntiua or Ntkdacw" Qya7Jty,for of the Clean, 3r Act iqi thi Clean cast miew.. Waist A4 at tit torah W 1 X0,444-.1 of (o) 8aperiertu Rlaease rptricttora the partlaul+r ProJecr; Cr this svbohupter and 40 `xR Dart 15 The bcnaral use of sxPertena clauaes (Y) Applleation this DrcvWc a U, tAd ninLhstlon of tbs Clsaa tu* Act teaulrlnr squlpaent olsuWaeturers to Contrary to molt aW-4 rolarnmett and the Pwa v Water' PC uuoa Coa• hen a record of satisfWWj Operatlm Procurement }EMRm.ents, subject to 4to1 Act with r D1tt Ro Federal coa- lor a rDeciftad period of time or, of the, Deputy t . eoacur~ Jt~ t0 shin. or.l4aa+t); ol,; bonds or depoelts to ruamatee :e- reae4 W To any P4trWD o'r, maalsatfoa plaoemebt in the'etent of failure Is re• (4) Contract Dtool+Wh. > Qtwitb-` ch To u►eli pees taadat the conillet V?str4cted W special cases what the etandlax any Other PiVYWO21 of this whiof rb Is t reiooltmwts 4t 130.424-4 antee'6 eatineer adequately Jus=%,s subpart. t`l"U dooumtnta and 60qq~ tbJS :r►tx2taDtar. Mt ' aueb requirement, In writiar. atrgagon e6aRfcR6 for nay ~ 3 DrOJ Wh6v! Well. JurMieation has been set for .bleb Wt RRpa~ )►dmin!` ~~yt31-16 Cods,pf etsi~~ of eondoce. snide, submwlbo 61 a bond at deposit Uttar rsalves an fPpudw6o after U1'. T17e • rraatN wart mefntala a Ian t . ae7jl,, s4e11 P?nt+tn ? code or atsndertl+l of cotsa td which loecOit • Feerw:s ail DermJtted odtesd 4 a sad fll6 !)k1 lxrt 1'h0 p4r , "~LtY ArntrlCaA' OrovfilQls r)ldeh rt- Luu ti0vern the PWfOtl7aAife! of its of- tume fcr'whseh the bond or deposit tf duJrdt' usi d datbail6 Mere; amp Ot aet4 fn Ilse too- bu rtfgtnta td rfsed ipclu) a pro- Qufred should not exoetd the exDarl• oxl gt~ints a 00* ` day of ployta.~k, Qaeuremea3 and taftA4lt,~r~ of. pro)=% i' cH eeff re 1 ~ntt p s, (6) 3urbr t{Ott !C t 1twdam~siui !rends. The sranteets ottioerf, tmDloy-U&W Ait 'ysed to P aubblR, the foU rtttiYt r~ 'er eomDo"r4 k or beau 4611 ut"et solicit nor daflnltl a Ply: t proposed for'usb. bldao or bonier, 6capt'ent9lt" Worst (W ~ttht+st Ck)' " raaterWt' m for rdt? iubidtubt an iDD#ed domes of monetary To" wee acy}treetore or it ~ r ¢ Rpa,Padeat tat , F D , j potential • COOtriager7,:: f~ A~, trsn tbstetta3. " or su I't4 tbpyetrutollonY.t( 1 0 0, b6 trf1NA+ U nrd)ewy-,W v must &"id $messf6l Or ottitl►irjli0nal Interbt et ngp0oC4DStitive s btidldhitt Or +lar wiW this bnbseattora , , , , r, eoa!!ilte of b 1nt )!sans a 44% Ct) P►sttrtursY 4Le Resioaal Adg6(o. ppcraaaattJee~ PW4b tsstst~K oa)tbta?b dtrecti7 `tnoQ~-; Isttatdr bait' we the appropriateptq, ; a ellanlnw aOe►Dttl3lgo. Or.erwlse Y esduuts of 136.036 to sealing thq 4R} } „ tat, Ybata/ od rebtryirs tradA : c r tr, Wt(iod mitrN• terutostioos wits raDeos to Wl+.%-, (b) ,To':" ettl«IS Def~ble by W ,b)tanr aA&MAn JaeNM 'fon: ` esm(A . as &W unman observe, a r stag or meal lair. or jortao fnsuttr s4-Ujomt btatfrial, which been .,Bret' Amsrlean Prvwwvt. rertalatloas. Donal nquia•tmeats , a04 Procedure% id or.." C) 1* thq; United Precedents, and rev k of other the'staadarde shall pr"do Mr penal- v~ }tt}Rd eoasC~bb i Padres) oputcWte"afa*¢*L~ c 4 tlea, saaetlOM er.CtSor Wsayote dud. 8 iSo o s1i vela i+tiri afaists: r ) -rs , Wtnary : scusxss to : to (wo3tlrted Jor itt{4k t{! eKod btate(s it the, A ProJeet.relatsd Yfola►tioEy of { • t 466th are (a) A great" must Matt 'pt a)* tbt -Rode of,riapq~duct br 4f. tired !n toe aftiWo prior Yri ipAp oDDrfl*a+ 11or tither the mantes offjcW% employee. chi TlSts~ex sd+ Deeoeat tsar of the Well ;ocwuLt t4tttwd ttK Or ".tats. a; t►y Wntra4tor! or their Of We cost P(o 14 60A accts. iii 4?,r sup I or ariep 3 vcr~ In estaeaa asanse , (M Ilptid0 tdtld CO Won tsar , Df 310,0¢0; (a) star- Kmer ~~eehshtlitation , tell The 0tantee must l,'4grm the a ~atsriel nor ogw of 34},000. , eed Ip M*A offi0er in MrlU" pf,eaeh stet- a Qq 1. 314 (3) :sus alleragon at * Droi+lat fOJitted via- met ri~l 0-f R to MM,s=1.640 tatloa y4d of e#ab krw!eP e1 fuovw to Da4+4t ,~ooaRaltfO tm~ the ttaa ;a~tee$0 tDt►tatea proJectirelated violation of law or code construction saateral tdky t>q t)se4 kp , t~s fOr ao04)14t 1l0ctb or e•.ar4dsrds of eon4uet, by ka oflieerar Drvfs{RnostonoA4 mesvattu (bl t ph4J O! 6'1DDrorst =12-s' oontnactom or by their It te: Drfct4 ao more thin 8 peroe~# . shall ~ net a00 t•»_atce'' aybdemon. rennin hart also inform airy r aetl.o! the a rrreo price O R, 3 se P° 'Rya deoua- othe r or P"Jitoe )sirbu tAAa,►A!' pad at olttt tR the aradQtagtkv.~ x)iy+s ) hqulred ~tO~lsOU dbdDll:sar7 oo tl►e Gtattt clu" all site. to of. dtuv{x7cab, dtu`J~'}►De r an to aecom-,3sbed a 6 t11b04)amfM~ al Metes in my edemal With ~Un or sift, any PP 11 , or not Compucatioos will ly by the hue of she fora account or disclpllnar7 action. Under 130.415 r. !A ;I"r.'.tn. >.tr , •,a t 40 tA•:t.-.,j "cow arsam VOL 4& W16 in-WPaWWAY, kriuNA W, IM No ex,t:tesce mtnc•tca wan be psr=tted wW6 23 ursnecsasutir rrCuus compehnoa of ,}y teaovaco~ !4078 tVLn AND RIM AM M of tlya subehaDtef. the PrO*t pincer (9) The W c%~ ement Is for expert- 11637e-11 DekVLLIM Is 8W. 4`064ee1 mux~ notify the 1?itsotor. %:PA 8ecvrt• maatai. 641e10pa5e4td of research aer• nut kSA4es of }KOennesast VUOW& ty end lnrperaun Division. of all DOW vicm tat Under 1$3.910 add Subpart 7 of ficatlond from the FrUltee. OporeLaeea this p" the Regional AdmlaLtruor Id) EPA shall t:oopsnte with the I 936-1! Beaa cut dele" suthOritY to a State grantee In Its diaripllnm or prosocu• (a) A anal) Durch:ee is the pin W00 to review Lbd OtAllr the tech- tive salons taken for any apparenl went o: materials, suppile& and sat- Dial and sdminLtra.UTO a4e4uaey of project-related TiolAUOru of law or of vices witan the as&, tau amount in- procurement doclmeatatioa requited the trantee's code or standards of oOO• volved to Sur one transaction does not raider there secttorsa duct. exceed $lo,ooo. The small purchs" (b) If a State'ageary belleves that 1751Se-lT Fnca w! otlw ru~ia.irl or ~~n of $10.000 applies to the as. State laws WtUch govern nstw)etDal rretate total of an order. Including all procurement Include the Sane reruir*• eormPt De+'kes, estimated handling sad freight menu or operate to provide the $ame vcorrrd rocurem b the pr visiodns of 1 a• 45 are ' OTVrhaad and prone to b* 3! 939. the Ouas do ts lm}iy t 4uni the Ad- this and this subebapisr relatiart to traud Lad paid under the order. to striving K Aw"trafor to approve the State otber uAlLwful %V taTrnpt prWtaOd' tae aggregate amount Involved In sal one transaction. All Items which system Instead of the prooedures of ahotr3d properly be erottped tag+ther these sections SPA shall review the lab 131-11 [iK+et.t1M of e■3.gr+~~ allte *Ft*= to determine its sdeQua- (a) Formal adltstiging, With ada• must be tDdnded. R*400"bl" otrtsp U- QuLto. Furehase deaeripUO" "ad non shad be obt9ned. u t State agency determlaes that bids, and put llo opealap shall be the (b) Subasrwwats for small pur• Ln spbllant's p.=urtmeat ordinaaow Tteedq method ' of peoaaemeIIt thaw Oeed not be in the farm of a bi• or appuesble statutes Include the Same unless amustift under pasaa# I&WWy awituted written agreemenh r"airtments or Operate to provide the Ib) of this sectiob Is neeeanrs to So- When vkophate. WIlateral put- aame prof. Bona as do 1138.934.33.937 compllshsound proeurtzaent chase orciefs, ales Slips, taamoranda tad $8.934. the State may ctrtlfy (so. (b) AJI DegoUsIted peoouttment &W of oral mice Quotations, and the Uke companied by appropriate doctitaentr be coaloltW In's manna to proTtde mly be Used to mWmb$ psb'ervork, t1m) )be adglusa ol.the municipal. to tho maximum ptactlable artsaI Rateation to the purchsae tees of ity'e tadlaances La: atatntea and 000 and free competition SOOMPriais , these domamts lard of written auots- Quiet the ActalaWmtor to }pDron to t e type of pro" wort to be Def- tlonr tteelred. or references to aces- the munidpaUWa sFct*m 1nalted of formed. The vantes bwthorUadd to lop or ylrtnted, Drape tots used, will the prooeduns of these sectloos. SPA M99U}te. su,D~mIntI;% acciord. suftlCe tqi record gupp0ttlng the ahau conduct ornnay r94uest the State arfN with the r the ►~D13 tan W HleSbpfS37 coed at urW : of pri0e to ic7'condi L review Of tha 43VaidPW- , . e system to deterpW4 Us a4muscy. 1, 1 sat sirb 73.500 el iiaQ) U nay of the tomes!.-.", } W3a-9! ; #D4oab1e coca. 11 j ;1 1. AQedag ►iti. , I r , Af, lag eo ItIO a exist: a ; (s) IncirrrtnG eoatg tuadit~y be4tee ( I) Pubue eslseml w[11 not per no(6) w, are not tw►rded or sd• (a) 012 oontrid,s f0a the bullding and the delay taddeaR W tormaW adTar minisfets 0ompilapct M¢h this esscuon of treatment, worles or coo- used oftearaneat 0.&, an amett3st>e~ . of ter' as tracts Or eew*r gstwaP Dan of Pvt V , tr 4f04AO0, der act otra ) rebgder Arun ' ent):.., „ , to u{i+~*oFle.e4~ltt~# ' p (2) 1%* "N"Ve tmonnt inveleid r Ittrnbh a b14 It 3 Choi ercent of thr;4 ppr~Ika ~F4 an QoH AA" a:'csed 516.00 (See 135.N4+ (b) Avl4sQptiat4 o0lt - Aftagplef.. p which WP0 to d ea l0 7) Th mate lQ be We sutsreyapler p. " ooa tie 1►A4.! awyed is ava"We. front may 61W I 7 9 troete"A ' of t W19rN ti~ poreft or esw if th a Prot wem i e>tbaeted tq b bN „ Noce M6 th4 oootraewe s +atu41 @oeta. rff a~, A4~S+. hkh 110,000, tbe: Pmtee muri ta~y~~ t awed lndfrscl. "11% lot. k'%*e( AW'' qq t~dt.1 " than ~ ~ a :Qoel rg{:apywment 100 perpl4kt o1the,co{1ttaCt~ C/oo- Its till with a )usuacatio+9 of 'he raped "t3tipetion to for btraooeapedsi.s ardcuremen~. arid 6oh1truct , aball - be Mass allowable s~vc~ 4 CoO4%Ct~ 1W 1 ,ow provldi gueh documentation to-'h1 oilier the appucabls providona of u eb+W b1 sabject to l;L4t{e,gad 1 te- p►o)ect effleer oa rsQua4 O!A 5-144 tMDdplq trod ProeedVCM 4v=W& J ox .bid D per• b tMo ~ x~ (tl The proeuremeht is for perww fee us* In Celt-ftelabbnssaaeat Type fOPWOD )%4%' and h ar nreieat3ons$ aerricea (iaDluding arr 15+1tip)y atad'Raeaeelt t7ootfsets o9lth ~r VOV. fhlrf R fM' tr► ehiteotuM at eM(newrtog w'yloes) or C4tDZper4+ r1a~ d 1,18,4 , C4 JIM , ~ 0 W1 or 140i Pita map nut , brie h' tee uur serrita, U" bail I lt~04Wnn I>ssi i itkiCtsx nab Afohltecf'1) 1 eta, a►A t ~rr~ t. LR..~ eta ~1 tepee. R~.oeable ~ IWd i sad Dro1s opvk laki~k LSw (5)HO rtepohYln, resrponaible bidri s4 ' lr p "I*edsble pia SXI-A IMI been rr• gftnept •e1fe4u4thecoats 'of these (b) gntra~tthrs shcVld obtAJA rterh celled after fortnalg. tiadd. lesvrlatlot~"ire auow►ble coat. of ad conauvetlod iart)TSnee (e:l, f and >jwith9a rG-1.T014% th1 to ' procurement Realooal'Admnder tr*A tr Cost Of exteAded of rt4o, Wori3i",a -oom- }iafs' tr►" R sElectioit d tiatld(L ltfr'j 0"or 1Mttim koptoral bas boa! !e)1P4.tl►sotr>rtn, penlatlo(L'1labliE ifsbblv_•~t •d obtala)d alld 1'1~'~el► raid ao}l l (~d coup to- t7 ap ,"W ru 4tfSlde s risk ' t[oti tie V"4%xrwe} ! of 0 teetum or lA7 ~1,9 Iii t remoi u Is or (dI services The ees gwhroeewtrrtthemea$ is prWee - for malerfa, orokul;klrinl SSr~ g~ e~oeeybla.' rt0wo t, StAor Incest Uw Er the liahed D► law. ors ertab even 014 0049ctQd bt,ere award e. rOf ou4t or as is 64towary gad oppro- pm (7) The Droe'tw.,ament V for tech Aksl ~,e+ Ant the R*6t a1 444 eA114001ing costs rearm %dder of tb1 19tJ, Fl It loodaatraDtWdtA must MO at eauipmant, reoulrW stand- Whkb t a Ub le teQ t9 p atdlittton sad lnterewgattlity of, a D &I tow 34,09 at4 e7• flood ldauradN to ookruhttis parer with exbuing e4vivift ni jowat+le. !1 if the ehW4 the teetuanoe tees Sitat+e )w130n 0pp6.10 . • . , . hb bchapttr). 740" 109Ut#, VM 44 N0. )SF-WIDNIS"If, o 24 t4060 RUM A24D RIOULAT)ONS gmpb sal of this section to flnt pub, opeMd. the grantee eha!! 'etaittAte fished and the date by Which bids them to aooord, with tae methods must be submitted. Bldding documents and criteria' net forth to the blMine dlaeludiag specUUMlon& and dmwiassl documents ah" be avalladle to prvepectlve bid, (d.) The tr&bp may rlaerre the der' from the date when aucb notice is fight to relect ►11 bids. Unless ail blss fhat Duhlhhed, are rtlected for tool cause, award Cc) Adtpuata btddinp docum^14 uha11 be rdade to the low. rerponslve. The ssaates shall prepare a reewa• responsible bidder. able number of bidding documents Qn• (S) 11 the grantee intends to mike vltauonb for bids) and LhLU furnish the award to a firm which did not them upon request nn a flrsttome, submit the lowest bid. he shall prepare flat-eery besi► The graatet shall a written statement belore any award. ma0ota1a a cotplete bet of bildiaf explaloing why each lower bidder was documents and shall mate them ars.U. deemed noaresponsible our noareapon- able for laspe:tkin and oopltas by any Al rt. and shall retain It In his !ilea. paK7• The bldding documents shall In. 14) State Or local laws, ordtaaaees, chide: - retuiatlons or Droceduma,Wbkh art (1) A complete riatemeel of the desfgaed or Which Operate to gtre local ! gLe3g te►,avetlo. eentraeb feebapre. wort to be performed, lodadlnr becer or I43tatr bidders MWerenee over s+eMtW l of grewtt,► say drswtagt and speeitkaftA1, Lad Other bid4m ab all not ¢e uaaploWW is the rtqulrtd completloc u~tedule, evaluating b1.ia Isagssl stso►tttn. (Drawings and apecifiettl"U may be if s4 uareeolved•p A, mcwvmsnt 7-A1e w-Alon applies to ooastrucuos. made avs4Able for inepettton and our. review Issue or a protest ratatee only L fWbatrttupentsl la exceas of ohfee. instead of bMnt furnlabed j; , to award of it subooctfact or araurs- eontrsecontr 0 awarded by a LantM LA lot Lay t]) The terms and couddltibnn of ti,went of a tubltem under, the prime step S pr war eontrtu:t to be awarded: oontrau:t, mad fesolutlon o! that Issue q) A 'etear eYplabstion el the Of protest is unduly uielertng p -orm• hod of arxe of the prime contra; ,the RM 1 ib•g>ta-S p~Of716Ks by eeetrael. method of bi iding'Ind the mat I walujLdwd of bld ortoet; and the basis gtoaW Adnd*Uttstpr mat Wthorize The 0"100 sort shall be performed and method for award pf the contract; award had rleilPrm;aoe of the prima under one or more eontrmu awarded (4) ResponsiblUt? Kquinments or oootl►tt DefQre resQtuttoA of the Issue by the gr►ntre to privets firttsa, eaceDt rritsris. which will be employed in Or protept, if the Regfagal Adualnlstrs- tor force soodunt wort authorized by evaluntlag bldderg tot deterq¢[gdi tba1C. 1 OS putt-14 t/) Tae fo>EO rlnit etlieoeank ` fu 16 'Utt4p dt tpo Dtuf"'t-; A , , tA3i t10 Itt~eu 1 b ' t of i 3i4Qa►rf Type of eowaaet AN ~Irza or ~q trsFts M►rded. uade► ` tAR t?rlsrl0 so' 4* DidQ Each tnhtraet shill be L (ixtd pprise 4u qt Dw~rl+e especced to ee ' t81, tt ftet hi1tL1 VuA; outa'or uhl't brict or a cdbibiaa- funded .I~ punt > sp t Pate the M& >isx Feltbfr tae perfor ietr pt 41sp r{tde ;t~phRraee; 4A A lion of tEe tiro) ebbtr►etr bat the . rlrobm liter hoteetl Var." Melee 'bdf gay of 1. dipirtmead shad. ; RegionalpAdAkdAhWO 9WO WIVAnot, &&wjw o omluarw r.a rht be ►Mrtr fO l: m r ate dtabPlirclraltothe tee t9 ibr Of ttatiob W side ft W rt Wig cod-,., ul L pc A1 jtlyt , 11 ela paoewew" be canoes of ` wct 7 tmCt. The oaf"plurptmDn t of coat" t~) 14 CyL - >l.gsb ; ~t fft+olu• "t c OentsfeL ihall ab0 4e (sled m my~ : l lion Of the i'ad~ e event. : a , r Q) la by 1~ 4 sindl t0)-A tunny Of H34JU. 3S.9K and- ld) JFti~! ~I 7L 14** 4 ' Fermi e+etrt S4W' ttoarpepo u t0 SO RtR , ~ " Tfstbie°r C►eh ddotmct shall be awarded tatter 14) deaW bids The grantee Ashalf tdh tddfe! rile eel of a forlaal adeertlslnd tiditete liegotlstion DaovWe for tr;.ldlag by sealed till a ivbrarte) or s, Is pernoltfed m, adooldance 4r1tb for the WeilaUdtn7 of bids .rwoelred the'rti641ee hen itcato y 1 Si g16 1g `Forma] adrertistnr lhall + until txtella opening • ( , bf tot " 1dfld41tlac to that W tars soedrdam with the folIftUi - to) Addrtdn to blddW daclutuentt , aucb faIItW'to 11at rsp.ret if ~ bid h) Adepedtl' PublicAaO The U Y Miwtet dasirw to a head snY'pat°t doateepadssr0 ehd shall catW {elect grant" wul cause adagnaif aetice to' a of. rite bidding riooutaents ( tfotf c! aDld' 1ndhidin be siren of the satlettallbn by bllbUeao-. drswtnp and Wulett)eationsY dWi "am" ahead. tlort In newspapers of )OUTUSla ofgt n•~ the _ 0"%d wheh bids &N being Pre. 1St t3g-g ~fgotlsttoe of erzl. etrotdatlod beyond the rMtee's; ]randy tltb Wdenda Ibsll bw oorumual• mean ieltaage ordan)y j locstlty tststeiridet' gM 011. t IrMat ? t" in writing, to all ttrml -wNeh ' ~ tf Crtintev i>etDO+~iti (1lptees bids oft the pre)eet w"t,-arid atatlrtg' hsve; obtained blddiag'doetruents id ire relpot}.1,6k fog treF slit oh Sf ocn• the: method by wNth bidding docu.. time to,be eonAdered We" the bid stivetloL edat.~C CbaAge ofdfrr, Z7tls meats my be obtained or examined, ooentntt1w4L . , r. tunctlorl MAY U Performed h7. the Where the estb=ted cost of step 7 -U) Aid rnodM4tloes,A firm whlclf tr ztee dlre,-lj Or, 1f sulstor*.4 by COaatrtrCtloll it'. 110. tatlllon' or t oom. ~',.,hss Submitted a bid shall be alidwed td ' hft b6tint-0. Du')ins pegocktlotps;alth the trantat. least ganeraRs, publish modify or withdraw tts bed before the the contraefOr tiff g3sat2eibbl!! the notice In trade fournsls of tuition- ,r time of bid dpenttlgs (1) "1 certain that t>l t+obtssctor w{de W"buw^ The wr►nt" should; , ; W ,PuMc, opeettsy : of, b(ds. Thd haw a clearnUirkidaws of !be yoope Li addition. SOUCtt trldb dtreetly horn ifm its stun prortde for a - publld and extebe of irork and Cher ~seotlal bid4grs U k mWttains a bidden list opening of bids u the place, date aaj redtrlreinetltaC ' ' tblAutecuua411lnelbtrnperind trtdt time ►mounced in the biddlat docu• (J) Aaiun tha4 the ooptractV dam. Adequate time, iftnerslls not leas than manta. . , ` ohAust4le that be will mate Iva4bie }0 days, glwt be allowed between the ln) Award b tU to* hwponsfol, re. 'or Val obtain the UCC Lfy O sogael, date when pulollo ttouc4 under psr*- spow.eble bidde.. Mi Altw: bids-art' equlplreht Ind"materials to iocom• , It OL"tgotRMR VQh'a;"IN-WDMMAT,t fa)t11a'>tl,'Irn 25 I P RUM AND .O,r .TION ] e11 pUah the worlt within the se¢ulred (3) The grantee may rewash mors traUvs Practice Including the datermi- time; and detaDed cost data thsa the form re• nation of a fair had ressonAble Profit (3► Mauro lair and rewnabl• Quires in order to nshstantiats the rts• based on the ontrbeWs woumptloa price for the reQuSmi work, wnableaesa of proposed chance order of rlak and input to total perforaaaco (b) Changes in contract price or tats EPA normally nQWm more de, and not merely the application of a time. The coauw% price or tune may tailed documentation only when tae predetermined pt.meatage factor. for be cbaneed oral; by a shag a order. contractor to unable to certify that the purpose of nes Wed change Men mW"tions an reo%Lr they proposed chance order cost data are orders to eotstructiom contracts under ahall be conducted to axordaaee with ComPlete. Current, and accurate. EPA EPA crania, profit is defined as the Paragraph (e) of (d) of this section. as may, on a stlocW baste, perform a de- art Proceeds obtalaed by deducting all spproprists. The ralue of any work Wed cat analysis on any chance allowable carts (direct Lad tndlrect) covered by P. "hange order or of any order. from the price. The grantee should claim for Uunwe or deereau In the (4) Appropriate consldersUom should review the estimate or profit U be re- contract price shall be determined by be given W t 30,710 of thin subebapter views all other elements of price. the method set forth Ice Paragraphs wbJcb COa:...!s MOW Cost PrtatlPles (g) Related mark Related work Lhall (b)(1) through W43) of this swJon which must be used for the deternuna- not be split into two anowdmeou or which !a most advantageous to the Man tad al)owshhllty of coots under Change orders merely to keep It under grantalk graota. 'Tbe contractors actual co" =100,000 Lad thereby svoSd the re• (l) Unit prices, dired and iadlreot, allowable for fled- Qulttmenu of paragraph (d) of thds (1) Original bid items. UW% prices " PartidP%W* al" be dgter,m)ned wctlon. For chaaga orders whleh to. Previously approved ars aOOepu,bls for to accordance with the farms and cod. elude both additive and deductive pricing changes of original bid Items. dluona of the ocntrsat, this subpart items: However, when Changes la Qtuatitld and the past prlnelplea Included In el (I) U as exceed 15 peroebt of the o bid CPR 1-15.7 had 1-15,L EYanples of • ~g~ lean (a. the a or des which Quctin) exceeds 8100,(100. the require- t. the are not Woude under quantity bid d ittheem Is total 4our e costs of that those cart principles taclude, but hie Wemta of Da-ssusph (d) of this aectlom that had of th tJgnllleaht, the not limited to, iAtertawmeat, Late-dt De appUc 0. 11 grantee aban review the spit price to on borrowed apleu and bad debts. (2) H no stagla additive or deductive determine, If a' unit price should item has a vacua of $100,000, but the be negotiated." mianne Par chaise eset ordsrrss~~ • rddar natmetor total Price of the t4an1•t'order If over av (U) New Cterfsa Unit prim of rant' shall hen cep ecoouatsag eystem Wa which rhleh i100A00, the rsetnirerawte of Darr )temw shall be negotiated. Accounts for sufb OWU In ao0oi,dsace graph CO of this section shall be appU• (2t ! Jump sum to be ne$otl)tted With gtmerafly .accepted aowuntag able, . e)st)lot Cast laborar, d lreR otehe}~de t VH for the aaiples. TT1:4 saysom_ atoll accumulation provide port Iln~tthe tow a! 6"4vs than" order, titems of ldtRt>(lfatta' pls. SU PUea, rgalpmeat, and other set. and segreption of allowable and un. 8100.000. ter the total of deductive Aces hl esssry to Comp;44 tl),e work 'allowable' trial!;.- order3a." Allowable Items of work InAhs tUA16'Wir ex• glµa kq 83tspurf td bR a yid upon to .tirttstaea feeds $100000,•.sad 00 met price of or d 'c~S of sine a erhead and t• .41 Qdr Cestt 444 be .r o, the aawo aN4r to legs ttlaa , 8100,000, . profit to be me" aCCO ~t~t DaCi~wh [dxef of t reauiratp,ta of paragraph (d) of fit r toast pro- 0.) nr Rash. 0=go d 'tr pat Jq sa" 'l'ist fotrEm normal so-. / sA4~l.sPi>iy: e~too of 01 0¢.q r,3i'L6n~t cfar eDall Daae sod twoooant or such costa to s cl t. ma"er oowtoteat with his subhUt tutu ed 064 and PriptAg daub ; I tjW4 '~!tp e'pa yllb tq'eogr ' W tQs tee to,taabl• sly ItaP to t11 Chino bMi ~►}de¢ ea t]re 1oCR., , r s detersa~# th A to dap fawn- basis of review, oof L etiZion VIVI., (►l lblfcyt EPA Poufs U thAk except a=le e1+r ,Oat quAb pre nary and a certification of complete, as Stara law otherwta• provids%~Sram- , apd` a aUd 17 >>at ellst' Carteert. had 100lrAge oott And Pridng tees should make prompt ro#rxg My of pilata proposed ; data shall be subiect to do"vesird re- payment to 'trim edml?atltbfi, tad (d) nt, tbM44 oars in oft" ,11"otlatio12 ere ra W0aksot of fundo pilaw, ; C?9ti!►4t4~a , : Shou of make 9. OOrrtractof , +~b A whtre m1swusmt audit tubttanUs ed lad NDDUers for e11 Su can- o! aRtil t4 04. . this w othat aarehte, currant and ioetnfale oaC D preRW pen tar i rle can- sad ORi pt , m~data s1;, oe• strtrcpprb.'tttataristl,-.ea4 +4WDQeot on m t pp dxt) %~6rib, . and ptictmg data and an dnstg aflowa. daeta, IAaludlag those.of utidelJ:2red (dX5) of sectl04 t° ansble the bit under the appropriate YPft'oea aP•a I41611Y, esaqulaCtursd tQUIPment. stances to aeaitiln the ttpcasyty principles 01. CF)3 1+18.2 and 1.15.0latwrad under a oontsact under as nasonableneas of Coati sad amount at the time of change order execution, VA tonAAWtfoa grant: < DrcAOeed had tits aUowabtUty an4 elf,,, ; (e) SPAnv(4* In addildou to the re- " (b) 4bttQittpaa QlarpDrea aarrnst )tL gib My of norru proposed. - QuInmeata of J# 35.91,340 (oepfa of For purPOats Of this laeUOM. prosrtsr f), As atatspuaa FrPPQ~~ c~tsnge contruet doeumeats) , and 88!38-il:, D t$ wdeflaed as lolkoyne er CnOts, iha11 ~0 prrs "AW-0. FPA, (Proleet Lhga{ts?~ the rMta , shall' ' o (1) PlyateDU for wank In Duce. Y'Ortxp 5100-tf o=i,ti.~e4► the watractor, submit. before Lbe OSeentiar•af any. (3) PaYmeata far materials or eduJp• 3haIl tertffy that DOPO"d wets re- change order In exctu at slooAOo, ro meat which have beea d"vemd to tbq fl!ct oomgllt-: cur;=t, act accurate the EPA 1?ro)ecttNncer for rWW.. oomstrvction sits. Or whioa tit stbCk- Beet aaqqd Priam; date applkablt W Lb1 : (11 The hat and pricing data the pUed to the,vietudry oC the construe. date o! tpo 0ap;s.grdar. O"b%ttar aubmitteet > Uon site, to B=ftlaace with the ktms t~) 1c.addltlon t4, tbe,TNclitc rise (2) A certification of )'tvlsw had M. Of Me Ooatrad,• Whim oDOdJUOW or mints of, c,x4 the tstUcLtN: %W',nmt, Ctpta tw of ebs oontradaCl Wirt or flmal &0Mt&aoe is made Of or (of the of Print ibgL `gip sit ,forth asriralely Dr1c% and . . grantee. The gtaatea snag utbte that In the can summary for fissd, D.viM (3) A copy of the proposed cbAngt Somas foe which prosstlas pergtlnta change orders ind a apecllla total order. - • . have Ism made are' seetlttately In. oflsr tkrwunt of xrflt still bc mi (f) Profit, The abjectly* Of mesons. eu»d ind mire protected thlavth sp. 'forth f4p4nWLY In the Coot suWnvr dons shad be the, exteeiee of sound prnprista security measures; Costs of l;t+ out rtlrabtussaie~:t chugs orders. bu$ioem fudgmenl and good oeboiais- 'such twuraace' and k0mly 1:11 at- "PTUg ROOM VOL q M0.0416 -tf10Ng$aav, $sPMWAsl V, IM r 26 44084 r . R1JLRf.,t1N•itONf with eumulatsv4 Incurred aoajA allocable to be further reduced bel3w S peromt to lowable owte, la 11000 calluses pe7torno-abe with fes>Seet to ooly that atndunt aeeorarr to estate {I px 431 Pa7t:aeota for tsadeU.ered spocW the ec:ilanmt or Itecoo. t3ubmtWOn of amaletsoa • ' ftUy manufactured Items or e4uIr- Y t+Vuat for any Such proa tbi Day, (4) The graatef mss rah'sUle uP to tneot (euludtz r otf-tb/-ahetf or caw mento must be aooomrsaaled by a etrtl- 10 peretat aothbotdMs It the Puttee lot Itrm/), as work on them pro fiatlon tumbbed b' the tabrk"br of d(termtbe& at its distlrettO0. tart at ~Unp/+wes lsuch payments must be 01440 the epwDment or Item Us" the eoot»ctor is not me:dng auisAMM Ito bid sad ont~rdoc=tnt S in w~~0ute& Dot more than 75 WdaLmed cent tau i for fuels slttbbholAnOther s. s fe provWoOa may be Loduded at the of cumulative incurred oats sliceable (ti) The grantee mt•y acerDt securi• rteouna. option ll twiithe ng a~ conditions exist, all of 111to oontroc~ 00. in 0th CL14 Of the firLad In Lddl- ties st D aress dMoneor restr`Wer r. a +Ieue of re. f1,1 The equJpzaent is w designated to amount Vxim6d dos not Q xceed of c edit provided byttba eobapraetor the protect t etx spe l The t to be specifically 13 Percent of the contract or teem Wind of all or pars of the cash re- mannufactureedd for for the o PproJoect could ld Drsa 4uoted by the tabrfcato:. tatnags. nod be readiWY utUUad on nor diverted (3) As used to this section the term (b) The fonVotns reteDUan poucy to mother Job: and 'costa allocable to contract partorm• 3W be Usiplemeated wscn respect to tW) A tabrsrstfon e+ricd of boors anW with respect to undsllvered all step i projocte. for whieb plans am /teas $ mootlia is N satidDated °a.ri06Of ot or Item Indu4ft all at- OPKificationk 0otratt perIOrrtnanoo which Much 1. 7211 Ap &PPIPOWN Liter (e) Prol+ctlora progAw ptov'Won Ff9 and %VP4YMZftU 44IurW Dew er►ads for s•,MCi1lFafly, tn4nsc~aelursd an nsson+ble. al2rxabie 114 the eon, to aanue aomDllaacle wttb this poUq Included Iss the b1d prut'-Imet The *terN wt assure tract, oot»faod lace tine pring4Dlb o such Projects, tnftiany or by ulderrp CAt Fed intatkt tl:w I may ~Dted protection of progs"A ree+ PP-?'mend ~++de for It~m+ at r sad Dt'ac'~ eomatuenW aDDtle0. and - dtitd before , th'e Eld nibm>aaton date, ,fuiDment referred to In paragraph wwch anent excluded by the coo- sad as a epeCal ooactun t to the graat 1'Nn of thta ►e u= Tills protection tract. agreement or in a grant; t Must be sImptab14, tQ the Want" and le) LWbroaaest A emboonvecWr or ?or LU previous sed" the ' murt Late the lprm of suppUes whlrh to detertolve4 by tte 'srahtee faay hnpldnint the fotstotas it) ow.tuttkf neg9tiabla wtfhout re. Regional Adminiser,uor t9 have fuss" DOWDY tbroWth, emu-set atstadmabt caw, . woolstion or rfatrietioos, I• Pro. stated the Was* of tY.e provisions .0 LLO c ftV;cn tee its tbf ~a grew payment b9rA Or an trrevgcabse gardlal prow pawaseutg t iettes of credit;r9Y14ed to the ¢nntoo equipment or SPOCUIO W nunuf64. LW tba grantee deltas adegaatw through the prima coptrogtot by the Cured eouiPMeat through Inttint:onai ' le) Qt.der 130.0303: of chit 'sub. subcontractor of Vvpplttr..+ todelture of W b4g4 as UA rs to de• ehaptar, a' oUta* who &b yo dw (a) For items or puip, 10 i< eiuetae Itrer• the 04Wpm449 4us bo Qetet- bursetdIrut dt grant No& TnU be m of $200.009 to Talus wAAlrc aJ► Amu' mined ao0raopowlele • grad it)WStble ~ ~ t* e~ tbodd G! 3ut* tectuttd In 4 jurtsdlctfoa yehle' She < for (urthar'sor![ttp er A graAf aarr 4r Uniform Commemw is.ippska tt) ckmuosf Vrop44kPLk lystsa-S Amu! led aa+t►erts°n.atrscs bls, th/,+Yeap9m Imo pa ectfon of a p)icabN. appropriaN Pm prrpeRes(( mwet sOCUrttY ,In10teRt,etp¢tr o $forst . gatdWg p!!1%?}Pti. Ste' Gy1PtRw3 o~+T i4►d ' ,f contract tab" W Commercial Code Id to pro" reaeor a y , t.ot4ust.s go 11 carte oP 1 ~$tnental oe+serel Call. 110 4) , Lim) the 1i41Tf16► C~:4?►e s ae9spilt a,_t4 ft, ~~~~irr df ets' ae loAh. id socitr C'02 to +~ao+ita~ivrrd ►ctrator. p~bfNa~Ca7fv pa e4*44ft rb1 el) YtggreuF,r w J. (a) 1ai>rblwsgiaftoM1 iw7 My vligf9g-: t)desatrleu;asNe saMasr+ tleade (or .pecw«ur t4N1 ~r Iq ,44011, flan aMtrseta , t the he (*U at.or.lttAee abW.Qe fed w' under up i~gtatsta• for ~(0 `st4 1+iiid'exeevtloa is ru the 'bp41 prosr+As Da at{ 4 ail. gopt*A4 i tootraetdf VAder A A fkst p payment uponaV b, ~t by the prime contisgor at shop firs". •,Voft.(twtted. Jt suu}tt~! orpenaWety M C4PS Isg aratdod tb the togs for the ewilmons or 1t4WA In as ties flat kla! tsrAnt+e a+ml. 44u'tF tpLtiesaa. 6 b~ tae gram and amotuit not.exteedf4g i$ percent Of pr }wr ar~d ae~ddstfon pro- the cmwoct or Item prig P10A appto !31926=7 .091st ; 'cedures Used by prbae 'contra ifs in prtato and &Wwabis higher tier pats o~lata a ar~J,nZ r eipcutlW tVbeboarmu t, (al TO grant" eWyvY Mttiin ► PorWP ppt reQ tp oomDl>r with say of and e ro,fL it70 DtrKatvss. th LS{wW III fill Subsequent to. the trt+pHa'/ re- of the amount ot Inn or approval for tnlwuffittiwt. ads trootor. Ueopt, as State law ~otbetwt$4 1p ►Q 1kf "a 01,06 Ppt too in ditiorat Da7menY qot WOr*jrVgjfDuy":, lrtorfdla.' tba t {she. toe rl P sorpt >tpsef than mmubly thereafter up to 7$ per, tW0► }hW De + t1►1 to 'gt tip }p t ,>em '1 6. esOt of the contract or hest ph" Dliu (l) ~thho~dJps 9. A~t - tJq fh1 fd'~r< Esc appropriate and allowable Most flex pero4ot of the pvPit4~ a~p}~a~ 4Df trttiablr t9IWtfa ex. to" However.; parmunnt taaY ►lv be wart J&59 pe.rcea►cQpe_piats: ttlstLlt tubc9W Pal wAd* to saordance wua,tae opmt+scS :..(i► yip rrot~i is SP eoro. . trIst W3 . Mudd: 4 POk'Cdnl1 , aro- A sad graat.terutt and mptutlow l9r W, ti4te. re4o*oe.ct tb1W*$ :F' o) ~0 . 'pd~Q t~ 4 s &tI 0< etUary ouche wort before dellrgy of ' $ pa9cat p~% _ f d9 .1+ue f +111 t " T"a the spedlleally maautaot #R Or ti~i o rnib aced ulp• « work 4" qoa bjited W date, , 5y prW" blsc f carder ouantoriteni. ptvr141d,~t ttoD r411 6. 4 jr ,bdl CiEafsetlCeely (3) In oa We tray isr"W ee, par,, aetl+tait9 prcgeew, arl4 n~ . bl(L od Pr'iC! tv~rv p contract menu for undelivered k' uWgmat or aDK,tlla Cks° for trfaler Wi "a Y. sew 14 tlit'pptlepe -mbtr ctor by luau undtf ParseraWs WAX!) or. W,en the tort"V Rube tit P%btAo4 and the pt aq and (dklxu) of ttw somft be made In %4 ''010 loperatsonal411 tTeDe~t metowign p urrfs Is rush amount gr Its Wan 1$ percent of the cupaacyl, [Jars Wtthl►f1d,ar40 t, ebW "isl gl:eo 3A 0*111* t Or ex- Fig" MWIr04 V%.44 (44 l0v`W p!ialR, X' MW40ALU pf IM 27 RUBS AND MULATwKS 44083 eeutias such suboontracts must meats of 133.936-13 (946 first s Prod' (d) drontre dote mfnstioa (11 The comp!! with the foilowtnr uct teas to qu%UIY as an "or enual") or grmot" Is fespo"ble for the. WULI (1) 1 33.9341.3 (Grantee Procurement other speciflcstwo requlremonts of resolution of protein, based upon L)• systeme State or loaf lawn, ttls subpart, ► protest teed not be Ivied v)olatloai of the procuretatnt re- (I) 133.OW7 (Small +ad mlaarttr Mad prior to the•oPenlAx of blds But gulreztata of this eubpart. business). the grasotee may resolve the Laue 42) lRbe 6ett a graa. he mu _ ldefer (3)1 3693 6-13 (BPecLaatlonsIr beforo recelp. of bids or proposals t1 (4) !3!.936-15 (1lmi"Ons on subs through a written or other formal do. the protgted proCUremcat attiou (sae grtment swxrdr termination a(W notice mad oDportu- Pv4npb (h)ot.thts section) sad: (3) 133.9341-1.7 Mrsud Lad other sin- nity to moment Is ►Uordod to any (1) Afford the eotaDialn1 me Party and )ar,ivi or corrupt Drsct ers); party witli a direct ff",ndei Interest Interested putles'an orportunity to (e)' f 35.936-Md) (NeirctLtlon of cosy (u) to add►tloa when arl ailKed qp ~n writing °D~ nferea or tract Lmtadmentar, and Istion the sDowlest) n reVulre` vim s in uitable r or &I s a ttueks rs a city Ix. )apPgPandls C1, cl once g. 10. 1144 meats of this MOW13 or other requLro- Met first sris" sub Council mttttat). Ia, note cl"" 11). sequent to the recOpt W bids or phi (11) Worm the tomplai"Mt - Lod (a) The award of st:boontMcU under pack the Otani" must dedde the other interested parties of the Provo- oonsuvCUoo oontsuts sot deecrlbed proms It the protest was received by dures which the grantee will observe above In Paragraph (b) of this scales the grantee within 1 week of the tlms for relolutiba of the protect; and the procurement and neaotlaUM tb t the grantee's written or other (ill) Obtain anOpproprlate e)ctertaloo procedures of Prime oootr►Ctors on formal trotlce is first :calved. of tae period for abeeptanoe of the bid coniraats not meeting that deacriPtIOU (3) A protaot appal antbortaed by and bid boodle) of 'tacd tntetested muss comply with par"Mbs Will pangmh (e) of this section must ba Peru, wberv applicable: failure to through (6X4) of this sectfca Y we13 roost"d by the Ramona agree' to a ruS 'able extension of such es the p 1rusiPl<e of ! MA" bid and bid bo.*&s) br the part: for wfttin 1 week afar the comalalk's- which initiated 006 Protest shall be ! ~ Prot+rca, ant bas rboelted tee grantees dearml- cause for Tuamtar'f dle"Wal of the (a) OowmL A protest based apes an aatlom protest by the granted or the Rtatonal (3) U s. ptutesi is matled. the Cost: AdmiaLstrawt-. find ' aDeaed violation of the Dent pwpint Party bean the Halt at a0ndo. tier) Promptly deliver (preferably by requirements of ff 3543. livery within the MUtrod tltne Period certified DCaa."tetursl receipt requat• 16 538•! it this subpart ta►y (lied it is 9"94" that 3111 doetrmma td, or by persetial delivery) its Written against r arantoe's M^'t *Mtat WUCM ' trabsmlttad In LCcordsAw with this dettrminallaD bf the Protest' to the by a purr with an mdvervelr affected esetian be mailed by eestilled mall tampfaWnft patty sad to each other a red !InaoiUl inttveet. Arty VA'4h Drs , (return rmipt mcested) of oM'vtse partlet~atft)~ yartr. .0e6 mud be reeelred oy the grant" daUvered to 1 btsrmar which wf11 off . The (?ab" ._Mitblq the time Period In ~ ogwUsh the date of receipptt yat(N be sobothlitee'itlfds' brd desiartal culla"stfon n (1X1) of t)sls MUM The granite L o8 .bt ntotael slalom` ttadar m addeessldrf 'Wrs)+a' ►rt+k render resDOaaltila for resolution of the pro , be Idl Or bS'dt this teeUoa gymm~ of !coal-bM (t any) Ion PMtoa* tat before the ~aki of the v h, made 1r brief telagraobW n step 3 2ottstr)tatloe) is in_ action. to marordtaco a vritb psstvs ►7raph o ex,eowponled by fftllapt tnallfaa 'vo~ve4 br it "Siaeerfnlr report, u Lp• (a) P1 We W14C , ricopt 14 G4~uitar o1b+r dan+atr of A motif d.tau.a . „calf. , , < < CAI of the basis toe chi prOtat (4) ><`ha creates ehduid'dacMe cis: Provided by ~tiMoP~ loot: )atrsWt s371 tarliw~t~o~ ptp de. 'f'elilihw psiolats Vitt aot Oo ooaNb protect at tromptd7 as pea W.-gene: terminatl*= In aooordartde WIS Or within 7 wekks aftoe' r~ of a Nr#fd rtQtttrimMta (11 faro4ast7 natafi estenttath"t ,4irCUar -,Pspb (e) s Winasetto?. a I "a tW P~ dOcUNWg Cause ataaeeefegnlte ►[*~tarVkhiod of time tireeg for such twsiev) : is L11ed tw ee,.;• the 1as11 for at potesb tar N.loUUW of the Protect pata8taph (bXR) of 04 NC~1Q9-1n t~!' ahbdid-' q' Ie) t0(O+(s! Admltf gtrdrat leok►a care a{ svteots which 44P ea t J 1WVr td the epWC 600ti n(s) of i WA' party Oltb s strict fltssacial 4s• el~.. M',ol . * ~u• t'hla Iurbo$ irhkh' atktedly prObibl% Wrest) 1y 6 gttnao , 41 k! Iu4h Kkl aigthe 5roem'aen/ sattef!! : detttfattAtfon mWe under P►~gr+Dh 4,014 In parvRaP j l1)(1). (I0, Ln4 fk) of SlU Muest a deter anV (d) with respect to a prwArtment M donbttt:ti►bg to this rket}0 gUItarnent of shit subpart may Submit b} tfmftaflR+iJ (i) A fiat, identify the apelffle Proeurw' a written requsat W the Redoes! Ad- ,sods{{ parapaDb'fdl of tt+i+ feedoq mint dotosnreotts) or Portloa(s) of ministrator for his review of such de- shouid be MA49 LA allly ee pOWble thwW In WUO and teirminatla8. An mwb r"dest must be Owing the pteairthtatst ~COta►1 if Uv) InchWo the.))aba,' alephoao to tvr(ttdo.-muA sdequatdr stare the ~svaple, ~ed+etW a. atnnberr and addles of the person baste for tba 0M st (Inehidlaf: refer. ipro4atbs;DUty - ioai to the epaetne,i~aetiomu) of this est mutt : rib" butted to ptohlbit te pro- o! I►;glldtatlort fdt At4~)ato d' repr=pftvtyl rvyti0 4 of d~ uE"e° i(Irf di Lbo l31 fillet ibi )'ret t ob famlbil h OW'Of UM tttfetoent aetfoal. Lad,,mtut be m thgr}ted a7 pejtaatiOb g ),pl? $e0•4 LWtw b~ dot' tbt'szd any w OWN by the Merlon Admins+tn!ar tleo mtud be if ad by 461 tN('y cation tq 113 other pat-' iNthfe 1 Meet after use doonownias within 1 e11t g~fft1, 64 basis. o t)lf t►1th t1 t1hiM taterest, party Mss rodiQed the Vmtea's doter. Pprotkd is irnoA , by ulodld hs e.ba' wftktt mir be W~ lf' ^Rottid by WMUdn of the protest A oo" of the knots, Wrh 64 il e!t (ftri i~ eIly; &U bfsddeh vt ' prW.AM ( wM UM06ttoo tosuppoon tot the request ter for M4 CpfPrm Y Opladvert't trisedlthia 0 p 1 M j l sh~p: to h►s ~ Vs i irubatantlal'esld W,- for review shall bo binsihltttd with t* . t mRet tps~a o award tba J"Uftt + t!s td b yltatsiB+dS <h) The Regional Oouaael or his de- f i u. Q itbou~t l '1b jDr~t+il , - Vitt ~ye bP.p4i mod th the : ' IPA AatlobN Sete$ arm attdrd both the irrauao and tiolat ol~1e ape+3ilCatfoa taQ 'Adtnl(LSstfrifdr~ ~ the oomPlalnluft Dart:, Y Vita as any ' : na~xt f+idtstfd, °/bt`afZ ual' tti4Lrrlofwo~Y, aarrletei n, 1m 28 44084 R11W /Wp "OU AftO)i9 other party With a flaaaedai tatesest meat's comparable to Procurement re• 4b1 Delorrol of pmx*rrntrrtt cation which may be sdmuly atrected by aulromanu of thin subpad. Opon recelpt of a Protest tender Parr dowrm)aatlon o: I *e Protest, an OP. A2% For the dew on of morel graph (d) of wa section. the, grantee PorhO t7 to PTO 4 ice" ttuments In sup teeues prestated by the Protest. the must deter the protested, procurement port of their rte./ in wrtda{ or a; a . ltciional AdMinlrtrator may rely action (for example, defer the Lerusaft Qbpfenbm at it elm's and Place convo• upon: of soiicitat)oa4 omtreet awed or W htent to the Darves as detarmined by (1) Dewunirutloas of other protests roans of herbs to proceed under a the RttiotW Counsel of hts deletes, decided under 0110 aectloM unlea suet oomtrsct) until 10 " after deUTtry and he shill thtteatter Dramptly DrC a ha» b"A reversed: and of Its detsrnUnagoa W the part)clPat- submit In wrttiaS his report and rtc• to I)edsioti of .he Comotmuer ins Perilpa, (The Pant" may M-tive ommendatio(u (or racob=eaded do. General of the United States or of the or oppaaaD bids at It own r(ak, tf It oonsid. termination) coC_, n Inl the Prowst to Pederhl courts ad4rreemin6 F4deral re• ors the to bo In its test )awrest; and the Rttional r a~yamulretaeata of his procu:o. see slaaal~o/ ~ z stkr o hate reuhed as Any Any n such pt more r c wfre the ne thean sho10 uld days 0) The Fteedonal Counsel my WAD- written Protest under parasrapb (e) of held reorip mt o of the mo request for r y review s w Ush additional procedures) rer,uira• this section. he must aotlty the gnat. kittr at• Led the he report should be transmitted menu or derma for the NbaJadoa N promptly to defer its prote*W pro- to of materiala by Parties or for Me so• curement action until nowled.of the to the after the set $or within oompushment of otbar proced~t+y st tgnV or informal r*lutloa of tbs of thew after the date yet foe to materials Wbese "S Stmltations ale eetablla4ad t . of the partki wqw wriThe P.WomW by this section or k the Ftooot)al 1t1 s~NtoAULV,is! di Not a mpl)aaa A for the ~ateru14 m Re his des Counsel. participants must'ttek to w ==1W ""los`dr*x;0gt . Provisions of IeAdtalprmlassloa tIonoe of the a the protest Searts:nlt with d as onmpllab , the reoukedsalon as by the Qiatee alai) tb Prommpptly as possible la the iatertwt of be ba'uae for ealoramsent action to sD• adequate explaastion thereof to the exlpcdSttnlcehe p)oainemsateettoa oordaooe w!tb and or more of the pro- tsanfte sad sOmWwithin 3 I to weak sl each (4) A party irho submit s document rssloas of 135A08 of leis Nbp1u'{. parvolv*Ums Party within tar xvbmqu nt to laluatior. of a protest (t) U the Re&m4 or des Yeoe1PLof the report arzdceconi+mends. R wade; para/,Thph Id) or (e) termin" that a ProM prosecuted t10Ph 811 dettrmiaatloa shall tronatl• : of t 1 aectloa must . dmpliaaeoudy pursuant ,to ibL sostloo ~tlrolottti t there uts &Ono ba ateaoo turthlSCUM from ahkh hdOCUhmother Pam aftb a cop'" 14 mar q~v T1s thetse Mai Regional CauiW lizaltationsf of )ch~ Drgoedvm es0abll~h by . 51b1 ~apd {ntll s ~ot ~ ' to be, taws expend , (31~ no A(,eyd14 prdscb 1 rwh !lsor b Wl of this When "Pteprtate f u a or volyatar7 this sectfoaf 441 The Regional AduaAlmattA fay r review the record oottdtsred by the w of A. po~gp4loant (1) t(muatlon. a Pr+stest m1t secs be lsaatse, and aht otter dotromenu of thee., t• ai~p}1!1. 4 s$1. time, top 1u~d ~jp.¢ wiW# a }s9ecc to d by the ytttties s4 d,. 11u turier>~ . Ar'+} 41i fir's to[loi t tt tt+~ be la 111 last, nN ri, t{yhe 9-0gut), ntivtuwseadetermfndu preNauwhatbm' the pant" Las (Q1 a 2}ett(iaal ~ miry eureesalt Dtbvtaf W ti Ns gut), oossf11lled will tble aobfta#t bbd has a uf(ilt4 aDDtDpristefia~Prra this eriapteH or i . ytlU" baw for iu datatuaLfi:Iln. ' sect' td"the' dischart4 gt lgl~ teepon ( f) Imes' rllutn* tQ tpe kteetion of (6) IS a Real cal daU r o, tf , ry~1eW, ent a oonhalUAB idglWer, did (hat w) ti Celt 34 r?s' ptotrt it e! b4 `1Bidprvo°c~'adyrtiftlh ~~~v pF9l ~ for to the mmdstorf W" . le N the'oomplsirtaat.'•th'e t> . mt A ba_.~ r~tllb(tdltli ~ r lows • :ewes vteeu+exbest aetlon leer araopla, , mWtt~, , . rM 1ate4ai m }t 39.911 019 7.9; L aomrtst Serati) mug w takes' to as 1Will DIV s1117 OeedaAle Mite st)Ot dKertataat3ML '4 ( t c- `(a& Ulu" T', X14. yroceed~ . tt)ebt. et)119a1 aw 1 at se (f) lrakeltlea'tU Whg1F faagtvudlS or sdl,asid (a) of to whkM'1at~ of n.a two trrejrotit tat id ~ r~ on. a. PfOi~ t3 w'afbstr reHgri ShSO sabparlp 1'aelWtws ptdor`dr ooUat of a * !o ~frW1d~.I►S~9mPetf• no caatraea~ Pedasl M 1S1 s ~a~1d R IWDlr~ earl for i9irtit'tr ► *0 r Ail reeDlutiod of low tsit[+i ikd" i ~ t tlo tlonai waft (sae para/t►W('<b)f41 of f wader Bute Ot'ta~ ute. lrifd su is O ea! pelts No Party the' this seetfon).' to rut dearly laraaHabed tn., p(tbliahed ' brotest w01 bean the 4vrdeq 4t pT-ool (l) Prowttmj of Ftweral rrltastsooa lets)'dieWOM of the btlto or other , th a protest ➢raeeldloiw• ~ , , axPHcable to direct TidsM eoattacts. relevant tur4di loft, `hq gra tie f'. (71 tn'the pro;oookm PA" Para- unless such oftrtloing Am frfvwuy rslsrred to, or Weatpor" tisla rub - AtiKo ,,,may re 0 trsPh le) q= ibis upon: vpoa W . tt f ptop9ay W, award l~ ' to 14 lse4, P*P* ►fvely: (6) 91 SUM Project sataa idktiar 11) M 04tdlon of the' tiad~lrkMotta's fart) a tq { tpivt~et ' adiQlt1te11'ireia~ i tt~ ,b1 prla,< ao~ il, b'(et a elopes (tor fYS~slDla eases pleotfor) Ot hr we (114135.906-0))0 ( 06 bed l► efs sllbmlo tdoeration varw otter tnttbode lfh (ii)`Ti7q tt1laDlrhld tootit¢itet (be L t Artpe. the a ftoaat Of UttdfrR' phwtite'at 06 frail ,'t4,44y° nerlt ke u ha4a of Error, (0) Award ofrNbooetraft or faros t<psAo ofr f n. 3} to ~illy ~ o oo~wtlt r for- T710 Tlif I ay's bt,~q ION with Melly r , U11) t, i10h pt f~310t1 11u p wmp4vm tooatrueden ca"b ai. now. Son's' >w htap Tll~ a pr t1i~ eraalet's de", aver, protest my w taadt ribs M i-o P tllDinr sda" Ei 11gglatt of t:lrwpoo apace to scaled vlolatWn dt the foi]oe• Quateloy re jolye, a 4 ve xuyllsl+e~ sib t7 ,i•4 tee nIi p btlsD tom BUCller C)ederhi ~ tp4ie ~e basis f4t, t41 de- (1) , optaffteasm reaulr/waaatla of pt t fV flail 114 Aq d~'i ~p4 must a6eqvatW m 0.11111111140.1111111114% 91 a , . 6f t),1"O teedC owricta! of ef AN1„6* rat(e6,1~1~,fg4u►ttooibdh ub►a to the wproeua a" "b"" avoij. rrmous Wbealtrea, pfAfrJ' Wdrst h heed made od6 . T , .~pIhA1 a ,YOi.,a} IMr,)sawtpel~eiilAJ~ tR71At1~R tar me 29 i • I RUUS AND UWLAnoms 44085 negvtl&Um or award of UJXmtracta. (nl Development and preparation of (A) !pre glop of a pant applies. err Lnuwa of purthase orders under an ooersu n %;W maintrname tion, InUu8ln2 Z yuaof study. f138.1037-12 (subcontruta under subs. nm4usk grssments for arta)tettural or enai. (0) A plan of opemUem to accord- 1 u MH Cells at)owalle, It a"MFOL neerkca mrvloes) or 173.936-9 (subooa- aoa with guidance Woed by the Ad- Cep dt_~t eta area sometimes tracts uadsr oomstrueUoo contracts), minlotrsWr, utceaaary for the construction of a (RI Skstmary d4y04;ttoa no Rs• (p) Staet•bp ser►kc►i for new treat, trsatment works. The fal)owioe coats dotal Admiolatv"m may summarily menu works. fA acc+rniaaee with gu)d• are allowable If ietromahls sad, if the dinnims a protest, without proceedLap an0e Issued by the Adml7Jstrator, ncftloaal Adnawstt ator approves under parimpha (d) or (e; of this seo• (4) ProJect Identiflestion "Is them In the prat fulretmeaL UM If he determnnes that the protest (130.4134 of this chap(el)', (a) I.And acquired after October 14, v untimely, trtrolous err without (r) Tieve)opment of • munltipal pew 1972, that will be so tote" put of alerlt-tar example, that ttis protewied treatment progrun, ayprovable undu the treatment proceers, or that wtiu be eetloo of he grantee prtmarUy In- past 403 of this chapter, and purehate used for ultimate disposal of residua popes. hsuel of State or Ircal law, Any of monitoring equipment and 0013• resulting from such trestment (tor ex• such detemalnattoo shall mlei bhtAy struetioe Of iw2ltles to be used by the armpls, land for spray irr(gpUon of to the face sueetaati Atw the basis mueJdW treatment worts to the pus sewage e14neat). for the doterminaUm treatment program: (D Lshd acquired alter December (1) lndet The ZPA . wAft3 Cowml (a) Coeta of ootapl Inn *ith the pet. 26, IOM, that wM be apes for storm wlU ppublish mnodieail7 as a notsos tutcmeat reouulretmehlu of these relu. of treated wastewater in !{ad tnet. docuibent in the JPxaetat Rua nn an Mooft".~36.034-RO). oNmt Yysteals belors rases applicaum Index of seefoml A4mWarator pro. 3LNe-3 Droel)ewebM ea.1a fe) Land soqulr6d after December 24. teat dotirmkatioas- (Dee. e.g~, 43 M, 1977, that will be used for composting 2906S, Jull S. IrL) Colts whlCh are not necessary for or tompormY stoeele of compost resl- the oonshvedon of a treatment works dues wAteh reetalt `from wastOmter 13f.94e Dwoer.lar " it adowswe eests. prOJOct are utfaiiowsble. Such Costa io- trsatunant. if EPA hu doAm6d s pro- T4a glra w wm be D%4 uwa re- elude, but on Aft Iitnlted to 6rtm far uN of the cOn't►~It a" to accord#zm wlth 33.;3{6, for (a) SAWA or areawlds plapalog cot (d) Aoquwtwn of an opetaati por. the f bas al ahata W neoestarl' dlmtly related to the proles mm of a tnatraent works. Thu type of costs w1LJ11p teas aoope o! tttLhh+ee tppmred lb) Seniu pymeeta not it><any m acquisition la generailr not allowable yyrojei:t lad detenalW to be all gtured for oompteeon'Of costa infers wbea determined by the Re• b1e it N) ,*r(S~nel.tt(lt (30405 Of tbJs belcfl r ~obtractvjal eompl~tlgt► lei dotal Administrator In 11 r acco dance ' charted, tlal subpart, iced the R+wi' (C) PetiOnal Injury eapi►xttsa o0 or with guldaum iWad by the Adtssinta dAmstef itislne - out + ' rho ,0 Y e D"J dern%Wod eskk. trstos. ~ : , , + ciao, (e) hate datermtrt►tftlm stodfee rr- ! 33.~cs~r Ab&ki a peo)se: carat!} , sub! ifdQ, on at tittS"rt►issC 4UIrttd tinder ! 34623.lL . i (d) flow llue t4 vloL►- (f) A !united amount os eodol•vlpt al 1 Cgst~a; l beaetltR su#d o!. off ' W }0►o~yf1 vlW. wnpWtf and aasodated away* of in CO6U t`¢lt t k14 OD~ P of Zia I'MI a c ft 64 ` V141ed tot c~ff.t, 33.W tbirsthSAio-Ng1e9i exm i u 'pro . }~„)ed by P 4rj , i!0t!Rd.e+Otlle, , Co41+ 9o4er _ooeetrtatetoa o0o- (n 1dtl"s{ on folTa of Webte to 1r)dlm" Now shaft be Umob3e in Ir ad "lisoll"I set, . 9) e ' sooeniaaoe with gra ltodirwtt vies lsree- I t e r r , total tatol naotlated mW -isooeporated to 1 g the dn►Ot Woeatent.•An 10dlypt Oast t]4" »I. ) of -A' t ei[st4KJN - mlWt , litoalfy thON coat (alas; 8sweaf -System otalnatlon ,m fbbera: br.d ry s4 „ t ~o sA reader ytIS.S40-t. petYrlSed lb "I Wr>«t :M (NA fl Nrltred arm toes!. (lS x (h)'site a0~ iton (for is' ;0 le. reef lsyltloe+4af>riat Oe Rea4tl! dater. ,.(1J,irn)da/ taaslbtlitf sad tadnaer %ah yytCrt►sf~!ra ~ L SCAUed. fa . for oraDerd may, it+g? ep9rti Costs -.n bla6tlflC siAf tin be Aaglpt> A !letelrain40 that requltM under the IIal• areas.), es of a413oµ0t pf9slnaaiely the form Refoullon Assimaace cud Ret►l et! (n f 7S far e{siN a mi M ttte S9i t>ostd rvottY+ Acquisition Poitdes Arc of (U Ccfs of" w ch viniat has e r ~'.iYf (u va.a.4s>It ks.eq..-,ail et.:: Dbe,betd~il) ►Freel.,i~¢t}o elalppeDer:.f-1.ISytir, gIOgJ, and gitlt i of this ehag>tRr Pedered aa1 p' ' row. s (h) Cuts of oomplytU with the X6, (jl Costs 61 i:sgis" Th e SWL" 090AW O"k to reeoln Umal fbriroamental poUtty A^ In• lb+~r+d ~ "no o hr u v0dias costa of pubes notios sad (k) Col o! u llSs 90'f lst or eill~ O*WOM 44 P4444 to eoai aklOwsb!- Y Jbeeriagc r r n (6x4) ifid' {d) K *h l±med , tustilty ( Ket~ytKgtlon at (1) Preparation of COON suocloa draw- ma)e)f (bh' ;hs of seea#t the g *";Rent ;7m;1 4e tammodlieaUcor.'aeUmmftAMcon. ad#"6cetest' sal,bj' to nations hainlhgtbs.1J{OP1D~f1of atr"Uon contract doacastnt+, 1tlldet 103 dha r,{ (1) J~sAdsesplagt fit o! 0{ v*s4jd , jut eoQa t~pre ueop ap• Ik) tlalootal and rr)OChUn oe re- used by S!' ~q ot" ma t6 jpljL r Pan ruD D((► 09t of part placement d uttlltiea for wc:: !t the f3alfel W >10t granter is fatally 01*01e11 to pu m"kfpW trba 4! qM4 a this (f) aatutau acquired. Consutaed, or, ' 4x4) Cif of rately.p 73694x, offal~Kfw»A{a 0XV00ded =0011047 for the prolect; Utatastelf l . e If>e t, (m) A naaonabie tavento"' of fabw fli*1 tAtlttt~*66 all ii 0 W ~pea- ratory, ohem"WA !md'supvuai heceri' bl 'e14tIM" ~4 f of P ~1 ► 11.proj191 0"W 10• ~ts~ ~00Ae of W ~ av nary bltiltfateplant opekttldast - 171.91k DW*d Oro std rhJch an current. , a • PIOltASNONrIt, VOt.'41, NtJ,'(a¢+W1il'r19SIfA1;'lslTlatlN'~, )le/a ' 30 ,l 44088 RtJLLS AND REGULATIONS ly due and payable from the grant" Dmed y by the under the grant when hen s,• f ~tf the ~ do MWAIatritor deter, (LI.. Jot including withheld or do- 17rnr~ Red 1. A) tier r OO PIOtI i. ferrse amounts). Subjoin to the limits- (e) Ttno! eemaLunder 3S 935-19, ~comply that the with any p~ywon bat of ! this sub- tions of 035-92-5-18, 33.030-5, 33.930• of rfUW evs larAKU putdobt PM 4e may Impose ~j of the follow" a, and 35.985 (b) lad (C), up to the apporsl of the request for 6 " thf 14 aa a pact amount set forth in the grant ling patts yment rtt request." Lad aid the eras, (a) The grant he our be terminated or 'rsal under agreement and any amcndmeate " i ts ot subcbApter and the t pttf; der er 130-920 Of this n+D there" Payments for enal.0"x'•W $at• tee's mea vied for step 1. 2 or 3 shall be made fn quirt accordance with 135939-10 and pay great sfreemtmt, the Rtglon it Admi& (b) PrOJect carfa'd2zettll reined to gro vacttsa fshalla W madde InUsroonrdana beSsaar Of~thI kleedei~'a1 Ahlyt Of edict" wit Paymentothtrrwise duce tto the j 10 with N 35.938-8 and 35-938-7. Ali al• ble proJmt oceu which has not already WMWIof up to 61 per , may be lowarle coeu Incurred before Inltl• been paid The~nest Dtosubmit mpW withhed (see 130.815 of this cbaa- atlon of construction of the proect the final payment r): Protect woe! may be suspended must be claimed in the applicatloa for alter final Inspection grant sasistaxe for that project If) Aasionment and release. By its se• under 130.915 of this subchapter, &DOR graz no subeeequent paymmi .llebee made at,grca to~aa gn to the United[ St" found uon~rexpopns~te orie~ligible !or assistanto for the toad the redaral than of mfunda, rebates. future ~eo ~ to or found t►Onre- (a)Initial rtgwatlbrPa7~tUpon credits or other amounts (Ine)udlag Plying award of great aaalstanm the grantee any Interest) properly allocable t4 spon"a or laellgible for approved for MAY request payment for the unpaid coats for which the grantee by beta future contract award under EPA Pederal shsrs of actual or estimated ore prat The grantee tbueby also rue ~ An injunction may be entered or LLI*wsblo DMfets aorta ~mi before raat award suDJeet to the ltmitatloir tesaes and diseharfes the united other equitable eellet afforded a o: ! 35.935-St(. Payment for such Ooeu states, Its oltleam agents, and em• court of appropriate jurisdiction; it ell be made in aocordsioe with tba ployees tram a)1 tiabtlltiee, Obllistfoc,$. (g) E*h other sdmLllstratlrt or Jo-IDEUtut diciii payment , schedule tncludtd tad elalma aria err out of the proJeet legill7 vzllabl+yLad w roD d it is >a the leant asretmeat worts ceD ends the pant subject only 133H0 CRatraet satoreeaeat , The grantee may submit requests for wiitinglxrwtenrtheo Re&rAi Admin• letrator sad the griatee. (a) tre9(of4l Administrator outAort- nvotiataid payment h. At the request of a rMtee. Lbe Re- yments for oord aoe with the allowable schedule included 10 the pact sues, #sl, 0 50"Aelon. terWhMAOa or ere- fi*CW Admlaistrs(oe Is Luthortsed to taint, upon receipt of a request for aedweat of pa" provide technical Lad 1eN aastettnce f}rsou racy be rapended under In the adtlnistrulon sad ealorteteat portent. 30.115- to the li ha fee of my oontr s related to treatment forth in 130.015-3 of f this aub subchDter 130.915. or termlWAd Or aaanl.ed ■orYa for w1eSC0 as) A seat was to. H the Rehr tgi 13,ortal 15.9 Adminis minisaidtrator 35935 When ur d'r 130.920. The State Lgeacy s,ta)1 made and to Irtsrreat In say civil appropriat,ed be conturrsntlr Defiled in writing of toads such amounts as action tavoMng the eatoreemtat of us cage neoto be disbursed from astable e1V Luckaeclon. such Mtruts, Including CoitrsO% d! et noc a» ewarw'f s0 that the total smount 185.fK Chat asaenLaeets to leases" Dutq,whOn kd or a» Court the salon subject of Any aaltselst• C4 Federal prments to the PWA" post asavesta arbitM Sz v IS t0 be provided ILL the dlait'etlon for tbs roil V1 C equal to the edtN avert agreements mat be amended of thk IttlJOInAl A~~ytor and to ~w ep th* actual In erred to at- tinder 130.000.1 of this CUPW lot a ; ;atanabod to but sane the lovnbl. prole.t oasts Ireettrted W dste, Projeti ehantee whlah have been aD Duct' 1atere4 rscsorf which the Rw ere certified by the grantee to Its toot proved tinder 1130340 and 35.53.0#41 j$Md Administrator vaty ooruddef in recent rtauwt for Daytebt. Osnet,tl• this fupebapttr. liotarer, no great aettrallOW wbt•;,, to prerida srssst- :v. armenu wilt be made within .0 agreement may be amended to la. sacs are: denss after Payments of a request toe Day° crease the amount Of a plat Unit" (1) Available agency resources. merit the State agency has aD;rvved the (3) rlanaed or oagolrtg enfor.orment IC) payment % de any time before get ln~w from available State il• itr Regions] payment under the gent. the ,otments and reallotments under (3) e frcnie 'o demonutntlon of requeequestu(e for p) for payment meet to may be cause s reviewed ay k 35-915. Good faith to resolve contrset tatters or audited. lieevd on neck review or (tS feO iM rain li s The pratee's adequate doottmta• audit any pennant may be reduced prior (a) 7u Resiobel AdttJAistrators trewe for priound r erpsymemeat rst or Iaestyetd for tiny detern"atlon on ilia Ineligibility (5) The Faders) interest In the ears. Nmk 10)ltt PA/unds. ndatert erectile, ef- The of a project era 18SA15(h)1 or s treat brut matters at tWU4. rederal (hare Of any refunds, rebates, applicant 10490-0 ~ )thoP A requettf"Wii reirwi, The _(sto 133.930-, for tectmical or lefal ssvist~ erectile, re other amounts met to or ors re any oil dL'Dute arising under a treat shall was should be submitted in writint ear latest) that stage tee's gyred by tfV grLntee for the w • the Project, be final and conclusive unless the ap• and be aceompslned by documentation and thst 9roDtrln allocable to pUcaat Or "to# aPDtsls withla 30 sdequste to inform the Retiottal Ad• COSLI for w) teh the grant" bee been days from the daa of receipt of the ministyatof of the nature and necesst• paid under t grant. mutt be credited ~ yp of mla omhaatnerSubpart J of ty of mthe ay orailyQuuttd request A this z Let A"UtW44 to the cs+rrena Beau allotment or Pod Pe the Silted lutes. Reasonable ut• (bllah periodically err ~s Notice doeu• an emersebcy reek. traWr on re- RasiorAJ pt~ ref w ot by the grantee for the Du AQmjatrtrot~a t~ya1 The Regal !n; Det~tsedits. or othesuch r uaatUshall of grant sDp~ Ud s dlleet (t) alsiny of conceal The I . r • •~A( t¢~gltlg,'VQt,'ldkr' IIOG fee%•Mr$Ostl94iaVr Ifil9lANi tine )!r'1 , . e 31 I r 1 MU AM 1*44LAMNS 44087 rolremcat is Lay oontrut dispute ww not make EPA a party to Ltty mnu d entered into by the eranui•. taa (d) DeWatbn to state. The Luthor- ity to, p"Mo techhscil Lad lets) LY , swam in the admtobtritmon of Coq' ttsetr matters dw ibsd Sa thle sactlon racy be deltated to a Ststs Lteacy =d a dnbtxrt T of this part tt the state aisacy as dezaooau%w that It hsu the apprcpt'tate teta) autbority to undertake such tuatttons. 1 32 zaW 0 I : L o a K I y 1 LLJ dc W sax = Tr S~ y 0 ~ VVV a ct o 1 3 ` Q d E69 H 1F~V1 R~~ 'I ITlT1t ` ~ ~ 1 Y i u s 1 ..1 rI z 1W ~ I 11 10 N~ o } s o m W a ! ' Z II y a w 1 4 I w x . a°. a 0 - N.} bl , w i ! IM )NM 1101 910TilM 7TIY.IIT>'I C)A01I y7Nt0 MQ 90"04 OR101W 0ll]T7f po1N"y1IL r0irlix] 33 N w O kip y ~ W 3 ! .,a i i ~ W W s E ~ AA,, s J /~J V N PIT Q ! ~ ow W sn a ; a O NJ E 69 I 4 q Lt. lk. . 40 Nil A6 -aw a IN. r 907 a • C LJ 41 I V I. ~ M.. ~ v f • 1 ~ 1~ t '44 11 y W E ~4 P1 .4 NO N IA 40 .81 T .4 1 G LIL, - I V u M 9: ro x,ro 1 aA 740 a e \ 'shelf Y0/ 211 MAf 1YIY11tq 0)YrIi4 b OOOA AID 011103AO A3MFM MIN 7.IAL MOM 34 a Q r ~ ~~o $ I as 3 I y~.FNVI ONM i ~ J E 69 I I W 1 - m N l a I ` N. I 31 14 U r*, a $ I ISlo n~s Fm CL N iii d C 14 14 10 DEAARSM~ I p 0 v o C t! j W Z 09 .4 a 13 w x .t { 1 u ~QQ a•~~r 1 TT O Vl +1 T R 914 0 L4 tip 117q Y71U0 110 OOOAAU 0!►'1Yw "two YMI 1x.11 vote 35 _ . • CG ; . -211 (4/9/76) PROSPECTIVE PRIME CONTRACTOR'S (BIDDER) STATEMENT ABOUT EQUAL OPPORTUNITY CLAUSE ( ) 1 have participated in previous contract(s) or subcontract(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375 or preceding Executive Orders 10925 and 11114. I have filed all reports due under the requirements contained in 40 CFR, Part C, 8.11. ( ) I have not participated in previous contract(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375 or preceding Executive Orders 10925 and 11114. I will obtain a similar statement from any proposed subcontractors(s), when appropriate. (S gnatui a an Title o rospect ve Prime or Sub o-C"ntractoi• s Representative) (Printed or type flame an Title o Prospective Prime or Sub Contractor's Representative) (Name an address o Prospective Prim or u Contractor) s t CG-245a (Rev. 2-1-79) FORM A U.S. ENVIRONMENTAL PROTECTION AGENCY - REGION 6 MINORITY BUSINESS ENTERPRISE (FOR)M PARTICIPATION DOCUMENTATION PART I This form constitutes the bidder's assurance that it will comply with the Title MBE Program required by EPA for coon~ IcisGio projects funded underbidder II of the Clean Water Act of 1977. Part be complet by artic rt 7. thesbidderewhenuit hasMfailed toiachieve its designated MBEcgoal. by PART I 1. Total dollar amount of the contract: 2. Total dollar amount of MBE participation: 3. Percentage of MBE participation: 4. MBE ppercentage participation goal as specified in Part 1, Section C of Lhis MINORITY BUSINESS ENTERPRISE PARTICIPATION BID SPECIFICATION. 5. Did bidder meet or exceed specified goal? , 6. Name, address, phone number, contact person, type of construction subcontract, and dollar amount of sub-contract. M-245a FCTi3! A - PART I This Fa= trout be signed by an authorized reoreseztative of bidder: Signature 2varne: Title: Address: Phone: ' j { CG-245& (kuv. 2-1-79) FORM A• U.S. ENVIRONMENTAL PROTECTION AGENCY - REGION 6 MINORITY BUSINESS ENTERPRISE (MBE) PARTICIPATION DOCUMENTATION FORM PART I This form constitutes the bidder's assurance that it wil? comply with the 'MBE Program required by EPA for construction projects funded under Title II of the Clean Water Act of 1977. Part I is to be completed by the bidder to show the amount of MBE participation. Part II is to be completed by the bidder when it has failed to achieve its designated MBE goal. PART 1 1. Total dollar amount of the contract: 2. Total dollar amount of MBE participation: 3. Percentage of MBE participation: 4. MBE percchtage participation goal as specified 'i"n''Paft of this MINORITY BUSINESS ENTERPRISE PARTICIPATION BID SPELIFiCATION,,•, 5. Did bidder meet or exceed specified goal? 6. Name, address, phone number, contact person, type of construction•_ ,s subcontract 'and dollar amount of sub-contract. fq rdS, ti r 4 J I 1- 77 r g CG-245& (Rev. 2-1-79) FORM A• U-S. ENVIRONMENTAL PROTECTION AGENCY - REGION 6 MINORITY BUSINESS ENTERPRISE (M8E) PARTICIPATION DOCUMENTATION FORM PART I This for+a~cpgstitutes tie,bidder`s assurance. toat~ it will comply- with the ABVProir A required by EPA for construction profects fundgl under Title II of the Clean hater Act pf j,Qj), Part 'I is to be completed 6y the bidjMe-1'1 tQ'sho+r the amount of M3E,participation. Part-It is to be completed by # the tidder when it1has failed to achieve its designated MBE 9oa1ti~ PART I 1. Total dollar:"nt<'of the contract: ;+zd , sa cxa 20 latbl dollar amount of MSS participation. ' ell, 3. Percentage of MBE ?articipation: :1%:I a .'A'ir ':.Y 4. MU-1 ireert:a§e pa?Cti~iAtion goal as specified'in O"iA"I, efAion C of Xs MINORITY BUSINESS fNIERPRISL PARTICIPATION BID SPECIFICATIOgo,, • :.,f7.Y,FCt~ y 5. Did bidder meet or ex4}eed_specified goal? 6. Name, address, phppt nymDPr., contact person, type of coos tructfon ,:'L- - ' subcontract;" arid dbliar amacnt of sub-contract. ..a• .v .l,y'~ • .i ',fie i. ' J.,.l ~..1 !!1 ~ A :•~irr ir!'aU E~~YL :~•'ll'~C. ~`1 °K"~i 'F~PYr.i + et 'l gr a -2 45a FORM A - PART I NBE Subcontractor! MBE S+sbcontractor: Address: Addrvds: Phones !bone: Contact Person: Contact person: Type of Construction works of y-r Cous4rtiicL3ott,Wbrk: *at ~ 3i 1 " ~^7J ! ri f , r r,j I~IiiLL ~ i ' vv4! t AmmxIts -mm Sdxmtractor: 1. i. .i S'*x*wtrt.•Ziia"L G,r1 fJ. r.)i •.k .Addxedis Addressl 'a S Thom: : Q9:t •t persms J[ " J« ? U a1 G 7 J S~ E t 3 t = ~ Type ~f O:m ar : , y.~t y~ y L,.,,._! f i + r _ 11 1 r N . .t, • i'r3~71~W+F~~~y~~~~1 ."7T; ~!1 ^?S!!!Q~ iRYi~I:.1 tl~ 1~4iiti' fi.;: i7 i.i j''1! J✓t ~ ~ ~~1 ,~ii'~'rirf~~r7r[7~; r~ii ii jt,~~+~.~w i11_ ~Q L Type of Supply! Type of Suppir: A=jjtj : St,7bClYyy~'J c? r f c3 Z • ± j 7 f; 1 f r, a I~ t a f, r ; , Addreu: AddzwsS Phone: Phrne: Contact Person: Wntact PexsLYt: 7Y7e of QoRStzuction P7bLjc; Type of Qxmtzw^ticn World AMMX*: Type of Supply: Type of Supply! Agrount L Aaa~nt: I DETAIL SPECIFICATIONS SECTION lA GENERAL CONSTNUCTION' RE UIREMENTS 1. GENERAL: lhese specifications contain detail instructions and descriptions covering the major items of construction materials and workmanship necessary for building and completing thie various units or elements of the project. The specifications arc intended to be so written that only first class naterials, workmanship and finish of the best grade and quality will result. The fact that these specifications may fail to be so complete as to cover all details will not relieve the Contractor of full responsibility for providing a completed project of high quality, first class finish and appearance, and satisfactory for op:ration, all within the apparent intent of the plans and specifications. 2, SPECIFICATIONS: The specifications which govern the materials and ep,uipment to be furnished and the work to be performed under this con- tract are listed in the Table of Contents at the beginning of this volume. No attempt has been made in the specifications to segregate work to be performed by any trade or subcontract. Any segregation between the trades or crafts will be solely a matter for agreement between the Contractor and his employees and his subcontractors. The specifications as a whole will govern the constructi:i of the entire work. The applicable provisions thereof will govern work to be per- formed unde- each section. 3. REFERENCE STANDARDS: Reference to the standards: ;f any technical society, organization, or association, or to codes of local and state autho•ities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. 4. ORAL STATEMENTS NOT BINDING: It is understood and agreed that the written terms and provisio= ns of this zgreement shall supersede all oral statements of representatives of the Owner, and oral statements shall not be effective or be construed as being a pert of this contract. 5. SCGPE AND INTENT OF CONTRACT DOCUMENTS: The specifications and drawings are intended to supplement but not necessarily duplicate each other. Any work exhibited in the one and not in the other shall be executed as if it had been set forth in both, so that the work will be constructed according to the complete design as determined by the Engi- neer. Should anything necessary for a clear understanding of the work ba omitted from the specifications -nd drawings, or should the require- ments appear to be in conflict, the Contractor shall secure written instructions from the Engineer before proceeding with the work affected thereby. It is understood and agreed that the work shall be performed according to the true intent of the contract documents. IA-1 6. FIGURED DIMENSIONS TO GOVERN: Dimensions and elevations in, on the dra«in,as shal] be accurately followed even though different scaled measurements. No work indicated on the drawirgs, the dimens of which are not indicated, shall be executed until necessary dimens have been obtained from the Engineer. 7. CONTRACTOR TO CHECK DRAWINGS AND SCHEDULES: The Cont;actor shall check all dimensions, elevations, and quantities indicated on the drawings and schedules furnished to him by the Engirn:er, and shall notify the Engineer of any discrepancy between the drawings and the conditions of the ground, or any error or omission in drawings, or in the layout as given by stakes, points, or instructions, which Inc may discover in the course of the work. The Contractor will not be allowed to take advantage of any error or omission in the drawings or contract documents. Full instructions will be furnished by the Engineer should such error or omisson be discovered, and the Contractor shall carry out such instructions as if originally specified. 8. CONTRACTOR'S OFFICE AT SITE OF WORK: During the performance of this contract, -the Contractor shall maintain a suitable office at or near the site of the work which shall be the headquarters of a repre- sentative authorized to receive drawings, instructions, or other com- munication or articles. Any communication given to the said represen- tative or delivered at the Contracto-'s office at thr site of the work in his absence s.)all be deerr,ed to have been delivered ts. the Contractor. shallsbefkethe pt atdrawings, sitecontract thedocuments Contractor'stofficeaat theother avail- able for use at all times. 9. INDEPENDENT CONTRACTOR: The relation of the Contractor to the Owner shall.be that of an independent contractor. 10. COMMENCEMENT OF WORK: The Contractor shall commence the work to be done under this contract within ten (10) uays after be`ng instructed to do so in a written notice from the Engineer. The effective start-date of said work order shall be the starting date for the allowable contract completion time. is FIELD CHECK OF EXISTING STRUCTURES: The dimensions and elevations of ex':ting structures and locations of existing pipelines, colduiL. cables, an. equipment indicated on the drawings were taken fcr the most part frrlm ri,) W able information and are not guaranteed for accuracy. Any delay or extra exp,nse to the Contractor due to encountering con- struction, piping, or equipment not indicated or in locations different srva, those indicated on the drawings shall not constitute a claim for extra work, additional payment, or damages. 12. 1.INE5 'IND GRADES: All wort: shall be dnne to the lines, grades and elevations ina ate( on the drawing:. IA-2 Basic horizontal and vertical control points will be established or designated by the Engineer. T~~ese points shall be used as datum for work tnder' this contract. All additional survey, layout, and measure- ment work shall be performed by the Contractor or part of the w)rk under this contract. The Contractor shall provide an experienced instrument man, competent assistants, and such instruments, tools, stakes, and other materials as required to complete the survey, layout, and measurenent work, In addition, the Contractor shall furnish, without charge, competent men frog his force and such tools, stakes, and other materials as the Engi- neer may require in establishing or designating control points, or in checking survey, layout, and measurement work performed by the Contractor. The Contractor shall keep the Engineer informed, a reasonable time in advance, of the times and places at which he wishes to do work, so that horizontal and vertical control points may be established and any checking deemed necessary by the Engineer may be done with minimum inconvenience to the Engineer and minimum delay to the Contractor. Any work done without being properly located may be ordered removed and replaced at the Contractor's expense. 13. PRESERVATION OF MONUMENTS MAD STAKES: The Contractor shall care- fully preserve all monuments, bench marks, reference points, and stakes. In case of his destruction thereof, the Contractor will be charged with the expense of replacement and shall be responsible for any mistake or loss of time that may be caused. Permanent monuments or bench mark:, which must be removed or disturbed shall be protected until properly referenced for relocation. The Contractor shall furnish materials and assistance for the proper replacement of such monuments or bench marks. 14. REVIEW OF ENGINEERING DATA: Engineering data coRering all equip- ment and fabricated materials to be furnished under this contract shall be submitted to the Consulting Engineer for review. These data shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement, and operation of component materials and devices; the external connectons, anchorages, and supports required; performance characteristics; and dimensions needed for installation and correlation with other materials and equipment. Data submitted shall include drawngs showing essential details of any changes proposed by the Contractor and all required wiring and piping layouts, No work shall be performed in connection with the fabrication or manu- facture of materials and equipment, nor shall any accessory or appurte- nance be purchased until the drawings and data therefor have been re- viewed, except at the Contractor's own risk and resfonsibility. Data and pertinent correspondence shall be routed as follows: a. Supplier to Contractor (through representative as applicable) for preliminary check. IA-3 b. Contractor to Consulting Engineer for review and comment. C. Engineer to Contractor. d. Contractor to Supplier. a. Checkinq and Review of Engineering Data: The Contractor should check all data far correctness and completeness. He will note any exceptions or discrepancies to be reviewed or verified by the Engineer. The Consulting Engineer will review the data for general conformity to the drawings and specifications. He will comment on items called to his attention for review or verification. Markings will be based on this examination and do not constitute a blanket review of substance, fit, or function. The Consulting Engineer's review of drawings and data submitted by the Contractor will cover only general conformity to the drawings and speci- fications, external connections, and dimensions which affect the layout. The Engineer's review of drawings returned marked NO EXCEPTIONS NOTED or EXCEPTIONS NOTED does not indicate a thorough review of all dimensions, quantities, and details of the material, equipment, device, or item shown and does not relieve the Contractor from any responsibility for errors or deviations from the contract requirements. All drawings and data, after final processing by the Engineer, shall become a part of the contract documents and the work indicated or de- scribed thereby shall be performed in conformity therewith unless otherwise authorized by the Owner or the Engineer. Copies of all correspondence from the Engineer to the Contractor shall be supplied the Owner. b. Disposition of Engineering Data: Data that contains sub- stantial errors or omissions - or which is not clearly legible may be RETURNED FOR CORRECTION of erroneous material. Such data will usually be returned unchecked. Data requiring numerous changes or corrections will be marked EXCEPTIONS NOTED or indicated by letter and returned for revision. When revised, the data shall be resubmitted before being distributed :or construction. Data that is acceptable without correction or with only insignificant corrections may be marked NO EXCEPTIONS NOTED and distributed for con- struction and/or manufacture. Data that does not conform to the drawings, or meet the specifications, or are not fully equal to the established standard, will be rejected. C. Number of Copies Required: for data which requires review, the Contractor may elect to submit part or all of the required number of copies in the origina' submittal. IA-4 (1) The minimum number of copies required for review only is: Consulting Engineer 2 Contractor's File 1 Supplier's File 1 Total 4 (2) The number of copies required fur review and distribution is: Consulting Engineer's File 1 Resident Engineer's File 1 Contractor's File 1 Contractor's Field Copy 1 Supplier's Copy 1 Owner 1 Total 6 To the above number may be added additional copies as required by the Contractor, 15. PERMITS: Fxcept for Railroad and Highway permits, the Contractor shall be responsible for obtaining all required permits. The City of Denton Building Inspection Division will issue the Building Permit, Electrical Permit, and Plumbing Permit at no cost to the Contractor. 16. WATER: All potzble water required for an in connection with the work to be performed and for any specified tests of piping, equipment, devices, etc., for jetting or settling of backfill material or for any other use as may be required for proper completion of the work :;hall be provided by and at the expense of the Contractor. No separate payment for water used or required will be made anrt all costs in connection therewith shall be included in the Pronisal. 17. POWER: All puwer for lighting, operation of the Contractor's plant or equipment, or for any other use by the Contractor, shall be provided by the Contractor at his sole cost and expense. 18. METHODS OF OPERAT Wi: The Contractor shall inform the Engineer in advance concerning his j,lans fo, carrying on each part of the work, but the Contractor alone F;iali be responsible for the safety, adequacy, and efficiency of his pl,,nt, equipment, and methods. E,ny method of work suggested by the Owner or Consulting Engineer, but not specified, shall be used at the risk and responsibility of the Contractor; and the Consulting Engineer and Owner will assume no re- sponsibility t~ierefor. Review by the Owner or Consulting Engineer of any plant or method of work proposed by the Contractor shall not relieve the Contractor of any ]A-5 VT responsibility therefor, and such review chall not bo considered as an assu^ption of any risk. or liability by the Owner or Consulting Engineer, or any officer, agent, or employee thereof. The Contractor shall have no claim on account of the failure or inefficiency ul any plan or method so reviewed, The Owner and the Consulting Engineer will not t,e rr;uonsible•for any act or omission of the Contractor, or any subcontractor, or any of their agents or employees, or, any other persons performing any of the work. The Owner and Consulting Engineer will not be responsible for any failure of the Contractor or his subcontractors or any other persons to perform the work in accordance with the requirements of the contract documents. 19. UNFAVORABLE CONSTRUCTION CONDITIONS: During unfavorable weather, wet ground, or other unsuitab a construction conditions, the Contractor shall confine his operations to work which will not be affected adversely thereby. No portion of the work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken by the Contractor to perform the work in a proper and satisfactory manner. 20. PUMPING AND DEWATERING OPEATIONS: The Contractor shall provide all necessary pumping, as required by the excavation work specification, to remove all surface water, ground water, leakage, and water from nther sources from excavations. Gravel material to conduct drainage will be at Contractor's expense. 21. SAFETY AND PROPERTY PROTECTION: To protect persons from injury and to avoio property damage, adequate barricades, construction signs, torchas, red lanterns and guards as required shall be placed and main- tained during the progress of the construction work and until the project is in a substantially completed state, and safe for normal access. Safe access to the project shall be provided, such as roadways, ramps, bridges and ladders which will afford safe and ready access for the workmen and authorized observers at the construction site. Rules and regulations of the Federal, State and local authorities respecting safety provisions shall be observed. Pipes, structures, poles, guy wires, fening, and all other property shall be protected unless their removal is authorized; and any damage to property or adjacent structures shall be satisfactorily restored by the Contractor. A. For all construction that requires the closure or partial closure of an existing street the Contractor shall develop a barricade plan which will show both day and nighttime operations. This plan must be approved by the City Engineer before -onstruction begins. B. The Contractor shall designate one person who will be accessible to the City of Denton Staff on a 24-hour basis who will be responsible for the maintenance of the barricades and work site. IA-6 C. If the Contractor does not maintain the work site in a safe condition, and does not respond to notifications of unsafe conditions in a timely manner, then City of Denton crews will take the appropriate action to make the work areas safe. This emergency type work will be charged to the Contractor and will indicate neglect on the Contractor's part. Payment will he effected by withholding money permanently from the payrents to the Contractor. Continued neglect kill result in the Contractor being banned from working within the K.O.W. of City of Denton streets. 22. SCHEDULE OF OPERATIONS: Within 30 days after the award of con- tract, the Contractor call prepare a time schedule covering all work to be done on the project. The schedule shall be prepared by a person experienced in this field. It is intended to accomplish the following: a. Gives early warning of delays or other problems in time for correction. Y b. Requires the establishment of detailed plans in the form of I future activities and events in their sequential relationship. C. Establish inter-relationship of significant events. d. Continuous current status information. e. Rapid analysis of program. f. Permits new schedule3 when an existing schedule is unachievable. g• Logs the progress as actually occurred. 23. DAMAGE TO EXISTING PROPERTY: The Contractor will be held respon- sible for any damage to existing structures, work, materials, or equip- ment because of his operations and shall repair or replace any damaged structures, work, materials, or equipment to the satisfaction of, and at no additional cost to, the Owner. The Contractor shall protect all existing structures and property from damage and shall provide bracing, shoring, or other work necessary for such protection. 24. LOSSES FROM NATURAL CAUSES: All loss or damage arising out of the nature cf the 7/07k, or from the action of the elements, or from floods or overflows, or from ground water, or from any unusual obstruction or difficulty, or any other natural or existing circumstance either known or unforeseen, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. IA-7 25. MATERIALS AND EQUIPMENT: Unless specifically provided otherwise in each case, all materials and equipment furnished for permanent instal- lation in the work shall conform to applicable standard specifications and shall be new, unused, and undamaged when installed or otherwise incorporated in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized by the Own(- in each case. ~,6. EQIIIVA! ENT MATERIALS AND EQUIPMENT: Whenever a rra!.erial or article is specified or described by us ingg the name of a proprietary product or the name of a particular manufacturer or vendor the specific item r,en- tioned shall be understood as establishing the type, functicn, and quality desired. Other manufacturer's products will be accepter! pro- vided sufficient information is submitted to allow the Engineer co determine that the products proposed are equivalent to those named. Such items shall be submitted for review by the procedure set forth herein before. Requests for review of equivalency will not be accepted from anyone except the Contractor and such requests will not be considered until after the contract has been awarded. 27. SALVAGW- MATERIALS AND EQUIPMENT: The Contractor shall have salvage rights to all existing pipe, fittings, valves, equipment, and other salvagable materials which must be removed to complete the work. All salvaged materials and equipment shall be removed from the site of the work by the Contractor. 28. SANITARY FACILITIES: The Contractor shall enforce strict obser- vance of sanitary and health regulations by his er~ploypes on the plant site. The Contractor shall furnish an adequate number of chemical toilets, The chemical toilets and their maintenance shall meet the requirements of the State Board of Health. Facilities or maintenance methods failing to meet these requirements shall be corrected immediately. 29. DEFENSE OF SUITS: In case any action in court is brought against the Owner or Consulting EnginEer, or any officer or agent of either of them, for the failure, omission, or neglect of the Contractor to perform any of the covenants, acts, matters, or things by this contract under- taken; or for injury or damage caused by the alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim based on lawful demands of subcontractors, workmen, material men, or suppliers; the Contractor shall indemnify and save harmless the Cwner and Consulting Engineer and their officers and agents, from all losses, damages, costs, expenses, judgments, or, decrees arising out of such action. 30. RESPONSIBILITY OF ENGINEER: The Contractor shall be solely re- sponsible for jobsite safety and for compliance with all laws and other applicable regulations. The Engineer assumes no responsibility for the adequacy or safety of construction methods and will undertake no super- visory of enforcement duties. IA-8 R . i~ 31. EXISTING UTILITIES: The approximate location of all known under- around utilities, pipE•hines, etc. have been shown on the Flans. However, neither, the Owner nor the Engineer, guarantee that all such utilities have been shown and this Contractor shall be responsible for damage to any existing utility either shown or not shown on the Plans. 32. FENCES: Where it is necessary for the Contractor to cut fences, Z'uch fences shall be protected, repaired and replaced by the Contractor in a condition equal to, or better than the original condition. Cuts in fences shall be made in a neat and workmanlike manner and the Contractor shall be responsible for prevention of loss of stock, or pets through gates, breaks or gaps in fences due to the construction operations. Contractor shall provide breed posts on each side of cut openings in fences as detailed on Drawings. No extra or separate payments will be made for cutting and replacing fencing. 33. CLEARING AND GRUBBING: The Contractor shall do all clearing and grubbing necessary for construction operations. All trees, branches, limbs and roots shall be removed and disposed of by the Contractor so as to leave the right-of-way in a neat and presentable condition. Clearing and grubbing shall be done so as not to injure or damage adjacent property. In disposing of brush, particular care shall be taken sr, as to eliminate the possibility of starting a grass fire. The Contractor shall protect trees that are within the rights-of-way, or easements, and are indicated to be left by the Engineer, All trees within ten (10') feet (no•nally) of the centerline of sewer locations shall be removed. 34. PROJECT MAINTENANCE AND CLEANUP: During the prosecution of the work, the Contractor shall maintain the project site in an orderly and acceptable manner. Upon completion of any unit of work, it shall be maintained by the Contractor until acceptance by the Owner. Upon the completion as a w:hole the work covered by these contract docu- ments and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project surplus and discarded materials, temporary structures and debris of every kind; and he shall leave the site `.n neat and orderly condition. Surplus and waste materials removed from the site of the work shall be disposed of at locations approved by the Engineer. 35. '-'NAL INSPECTION: When the work has been substantially completed and ac a time mutually agreeable to the Owner, Engineer and the Con- tractor, the Consulting Engineer will make a final inspection of the work and report to the Owner and the Contractor his findings as to the acceptability and completeness of the work. 36. G 0 RANTEE: The Contractor shall guarantee the equipment, materials, and workmanship furnished under this contract to be as specified and to be free from defects for a period of one year after the date of final IA-9 inspection. In addition, t;re equipment shall be guaranteed to be free from defects in design. 37. LIMITS OF LINE 'dORK UNDER CONTRACTS "A" AND "C"; By way of ex- Planat`on, plans and specifications have been prepared on the complete "Hickorv Creek Interceptor," includi g several feeder lines, plus the "Cooper Creek" extension and a re'.ief line for "Pecan Ci,eek " all as shown on Sheet No. 1 of Drawings. Under the initial concept, all of this line work was to have been awarded under a single contract. Now, grant funding has been received under two separate allocations which requires separation of this line work into two segments identified herein as Contract "A" and Contract "C", the limits of which are briefly described as follows: CONTRACT will begin with and include Manhole No. 31-A (Sheet 6) continuing to Sta. 302+07.4 at the Lift Station site (Sheet 13); thence u phill from Sta. 302+17.95 to Manhole No. 27 (Sheet 20) including a 24„ stubout this line Interceptor" (Sheet 31). CONTRACT " will include the following segments of line work: 1. The "Gravity Outfall" line beginning with and including the special manhole at the Wastewater Treatment Plant (Sheet 2) proceed uphill to Manhole No. 31 rSheet 6); 2. The upper segment of the "Hickory Creek interceptor" beginning at stubout from Manhole No. 27 (Sheet 20) thru Manhole No. 65 (sheet 30); 3. The "N.T.S.U. Interceptor" beginning at Manhole No. 42 (Sheets 24 and 32) proceeding thru Manhole No. 21 (Sheet 35); 4. The "Cooper Creek Sewer Extension" shown on Sheets 36 thru 38; and 5. The "Pecan Creek Relief" line shown on Sheets 39 and 40. Both contracts shall include applicable construction details shown on Sheets 41 thru 52, While funding for these contracts are under two separate allocations, the City reserves the right to award Contracts "A" and "C" under a single combined contract or same may be awarded separately based upon the City's &,:ision as to the best co,lrbination of bids submitted. END OF SECTION 1A-10 lee •y r cc-246 (Rev. Y-1-79) FOPS 8 Q.S. VMRON:MNTAL PROTECTTCN Aux. Cy ,!£GTCN p MI'IOr'LT:1' SQ5TYE55 1~YTERPRTSi ('.3^c) PARTTCZPATZION FORM t This °o= should be used to report a deviatioia triam projected M8?,participat4on as reported in Form A. ' r Corsparr btt~ r 4 i'~►ads~usso i)hoiia z , contact Person* 26 L IS this . comer ny u t.a ¢n Fad `~A, 7ps 17 TOr wont=act'eus~illatieris,l'decrer~ses` or iacseisast } (a) Original uiaouzt of contract (b) , .laount -o# dacrease or-increase ' R• r'iZacrease, does 't;hi/~ dev~.Ation cause bidder/czM=wtor t~ ~ fall below '%$g pazX` Cipat~on,. fdal? 4, too Yes 4. It answer Lo (3) Above is yes, please kndicate 3uhsti!ut:cn or submit To= A. ?art YT. 5 t Substit Son:. t Co=p any s AdZ: r;s s iepr4duw as nertsded. i{ a\ .H1•' r; ' U1 ; v hp '2 4b "n"'S r ~r A II ' .Ar. ? 4 q 3^ r .r,'v' s 1 , n, Cs1-246 , Lc1fYEIt 0`F AIMT`ENT s. .t A I For ire by 'Ap'plit Ant%04'bte'' 6nIy submit separate foram for 'each minority;firo to bo us¢6. Applicant/Grantees Address: reSf' ef~..'._' city State -zi p Telephone: Area Code: Project Name: Total Amount of Project: $ ' Stet' 1 Step,,? Step 3 Step 2+3 "tNm* of Minority'A/E F't*:, 71 r ~AddreSS: . r ree "Ti'ty State p Area Cod: ~YAmoua+tt'~~ PrirAes', {Yes' No Oetdription of work to be, performed by minority A/E firai• itPplifari/grentee ~tit,nds o'Utili'r3`t`he'9jtioverian~ed minort ty i4%E firmor a r• ti Fork and amount indicated ova:: This letter of 'sEent a,~ submitted 4th rant.: application will convert i itto a binding contract within 15 calendar days attdr contract ariard.`' ' hbTEs WHEN FEASIBLE .,Q AMES SHOULD AP06INT A RESPONSIBLE AINOW BUSINESS iNT' PR,SE OFEIC£R WITH AUTHORITY,TO,;ENFORCE REQUIRE- MENTS. gn'Sfi`itu e`o pp can ran, ee, ffi lal signature o nor y rm c a Bate' , 'Date tr s n• . SECTION 1B - GENERAL EQUIPMENT STIPULATIONS I. SCOPE: These General Equipment Stipulations apply, in general, to all equipment. Thev supplement the detailed equipment specifications but =n case of conflict the detailed equipment specifications shall govern. 2. COORDINATION: The Contractor shall assume full responsibility for coordination of the entire project, including verification that all structures, piping, and equipment components are compatible. The Con- tracto,- shall start up each equipment system and shall make all neces- sary adjustments so that each system is placed in proper operation condition. 3. ADAPTATION OF EQUIPMENT: Equipment shall be readily adaptable for installation and operation in the structures shown on the drawings. No responsibility for alteration of a planned structure to accommodate other types of equipment will be assumed by the Owner. Equipment which requires alteration of the structures will be considered only if the Contractor assumes all responsibility for making and coordinating all necessary alterations. All such alterations shall be made at the Con- tractor's expense. 4. PATENT ROYALTIES: All royalties and fees for patents covering mater alst- articles, apparatus, devices, or equipment (6s distinguished from processes) shall be included in prices quoted by equipment suppliers. 5. EQUIPMENT GUARANTEE: The Contractor shall guarantee all equipment against a faulty or nadequate design, (b) improper assembly or erec- tion, (c) de'ective workmanship or materials, and (d) leakage, breakage, or other fai•ure. The guarantee period shall be as defined in the Special i`rovisions. 6. WORKMANSHIP AND MATERIALS: All equipment shall be designed, fabri- cated, and assembled n acc•ar ante with the best modern engineering and shop practice. Individual parts shall be manufactured to standard sizes and gages so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time p for to delivery, except as required by tests. Materials shall be suitable for service conditions. Iron castings shall be tough, close-grained gray iron free from blowholes, flaws, or exces- sive shrinkage and shall conform to AST14 A48. Except where otherwise specified, structural and miscellaneous fabri- cated steel u~ad in items of equipment shall conform to the Standards of the American Institute of Steel Construction. All structural members shall be considered as subject to shock or vibratory loads. Un'ess otherwise specified, all steel which will be submerged, all or in part, during normal operation of the equipment shall be at least 2/4 inch thick. 1B-1 7. LUBRICATION- Equipment shall be adequately lubricates! by systems which require attention no more frequently than weekly operation. Lubrication systems shall not require attentionnduringtnuous t startup or shutdown and c;rall not taste lubricants. Lubricants of the type recommended by the equipment manufacturer, cross referenced with major oil company lubricants, shall be provided in sufficient quantity to fill all consumpti lubricant reservoirs and to replace all on during testing, startup, and operation prior to acceptance of equipment by the Owner. S. ELECTRIC MOTORS: Unless otherwise required by the detailed equip- ment specifications, motors furnished with equipment shall ccmpiy with the following: a. Motors shall be designed and applied in compliance , ANSI, IEEE, and AFBMA standards and with NEMA the NEC for the specific duty imposed by the driven equipment. b, Where frequent starting occurs motors shall be designed for frequent starting duty equivalent to the duty service required by the driven equipment. C. Unless recognized and defined by the standards and codes for shallmbetrateduforacontinuousr duty C. mb e, all motors temperature rise above 40 C, y at ambient. Motor ambient nameplate horsepower shall notexceedcthe~NEMAslimit3forn 1.0 service factor and Class B insulation, or Class A insu- lation if used. d. Motors shall be designed for full voltage starting. e. Motor bearing life shall be based upon the actual operating load conditions imposed by the driven equipment. f. Motors !.hall be sized for the altitude at the location where the equipment is to be installed. 9• Motors shall be sized so that, under maximum continuous load imposed by the driven equipment, the motor nameplate horse- power for continuous operation in 40 C ambient is at lea.t 15 percent more than the driven load. Continuous equipment load shall not exceed 87 percent of motor nameplate horsepower, whether motor service factor is 1.0 or higher. h. Motors shall have a clamp-type groundinJ terminal inside the motor conduit box, i• Motors with external conduit boxes shall have oversized conduit boxes. 1B-2 It is the intent of this general specification to allow the manufac- turer's standard motor on integrally constructed motor driven equipment such as appliances, hand tools, etc., that is specfied by model number in which a redesign of the complete unit would be required for a motor with other features as may be specified herein. Unless otherwise required by the detailed equipment specifications, motors within the horsepower ranges indicated below shall be rated and constructed as follows: (1) Below 1/2 HP: (a) 115 volt, 60 Hz, single phase. w (b) Dripproof or totally enclosed, supplier's option. (c) Permanently lubricated sealed bearings. (d) Built-in manual-reset thermal protector; or fur- nished with integrally mounted stainless steel enclosed manual motor-overload switch. (2) 112 to 1 HP: (a) 230/460 volt, 60 Hz, 3 phase. (b} Dripproof or totally enclosed, supplier's option. (c) Specially insulated for use in damp locations below 20 C. (d) Permanently lubricated sealed bearings. (3) 1-112 HP and Above: (a; 230/460 volt, 60 Hz, 3 phase. (b) Dripproof or totally enclosed, supplier's option. (c) Specially insulated for use in damp locations below 20 C. (d) Dil or grease lubricated antifriction or oil lubri- cated sleeve bearings. (e) Vertical motors shall have 15 year average-life thrust bearings. S. DRIVE UNITS: Eighty-seven percent of the nameplate horsepower rating of each drive motor shall be at least equal to the theoretical brake horsepower required to drive the equipment under full load, in- cluding all losses in speed reducers and power transmission. 1B-3 The nominal input horsepower rating of each gear or speed reducer shall be at least equal to the nameplate horsepower of the drive motor. Drive units shall be designed for 24 hour continuous service and shall be constructed so that oil leakage around shafts is preclud.d. 10. SAFETY GUARDS: All belt or chain drives, fan blades, :ouplings, end other or rotating parts shall be covered on all sides by a safety guard. Safety guards shall be fabricated from 16 U5S ,gage or heavier galvanized or aluminum-clad sheet steel or 1!2 inch mesh gal- vanized expanded metal. Each guard shall be designed for easy instal- lation and removal. All necessary supports and accessories shall be provided for each guard. Supports and accessories, including bolts, shall be galvanized. All safety guards in outdoor locations shall be designed to prevent the entrance of rain and dripping water. 11. ANCHOR BOLTS: Equipment suppliers shall furnish suitable anchor bolts `or each item of equipment. Anchor bolts, together with templates or setting drawings, shall be delivered sufficiently early to permit setting the anchor bolts when the structural concrete is placed. Two nuts shall be furnished for each bolt. Unless otherwise shown or specified, anchor bolts for items of equipment mounted on baseplates shall be long enough to permit 1-112 inches of grout beneath the 5aseplate and to provide adequate anchorage into structural concrete. Unless otherwise shown, anchor bolts, nuts, and washers shall be hot-dip galvanized in conformity with ASTM A153 and A385, or zinc plated in conformity with ASTM A165, Type GS. 12. EQUIPMENT $ASES. A cast iron or welded steel baseplate shall be provided for each pump, compressor, and other item of equipment which are to be installed on a concrete base. Each baseplate shall support the unit and its drive assembly, shill be of a neat design with pads for anchoring the units, shall have a raised lip all around, and shall have a threaded drain connection. Baseplates shall be anchored to the con- crete base with suitable anchor bolts and grouted in place. 13. SPECIAL TOOLS AND ACCESSORIES: Equipment requiring periodic repair and adj stment shall be furnished complete with all special tools, 'instruments, and accessories required for proper maintenance. Equipment requirirg special devices for lifting or handling shall be furnished complete with those devices. 14. SHOP PAINTING: Steel and iron surfaces where covered under equip- ment specifications, shall be protected by paint or coatings applied in the shop. Surfaces which will be inaccessible after assembly shall be protected for the life of the equipment. Exposed surfaces shall be finished smooth, thoroughly cleaned, and filled as necessary to provide a smooth uniform base for painting. Electric motors, speed reducers, starters, and other self-contained or enclosed components shall be shop finished with a high grade oil-resistant enamel. 1B-4 Machined, polished, and nonferrous surfaces which are not to be painted shall be coated with rust preventive compound, Dearborn Chemical "No-Ox- Id 2VIII, Moughton "Rust Veto 3440" Rust-Oleum "R-9," or equal. 15. PROTECTION: N: All equipment shall be boxed, crated, or otherwise completely enclosed and protected during shipment, handling, and storage. All equipment shall be protected from exposure to the elements and shall be kept thoroughly dry at all times. Pumps, motors, electrical equipment, and other equipment having antifriction or sleeve bearings shall be stored in weathertight warehouses which are maintained at a temperature at least 60 F. Painted surfaces shall be protected against impact, abrasion, discolora- tion, and other damage. All painted surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of the Engineer. Electrical equipment, controls, sod insulation shall be protected against moisture or water damage. All space heaters provided in the equipment shall be kept connected and operating at all times until equipment is placed in service. 16. INSTALLATION CHECK: An experienced, competent, and authorized representat ve of the manufacturer or supplier of each item of equipment shall visit the site of the work and inspect, check, adjust if necessary, and approve the equipment installation, In each case, the equipment supplier's representative shall be present when the equipment is placed in operation. The equipment supplier's representative shall revisit the job site as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of the Engineer. Each equipment supplier's representative shall furnish to the Owner, through the Engineer, a written report certifying that the equipment (1) has been properly installed and lubricated; (2) is in accurate alignment; bolts; ands(4)ohasnbeend oierated stress undimposed fully load connectingipinpiangdothatr citr operated satisfactorily. All costs for this work shall be included in the prices quoted by equip- ment suppliers. 17. OPERATION AND MAINTENANCE MANUALS: For each type of equipment indicated for the pump station, the equipment supplier shall prepare an operation and maintenance manual covering: a. Equipment tunction, normal operating characteristics, and limiting conditions, b. Assembly, installation, alignment, adjustment, and checking instructions. 18-5 c• Operating ton, r instructions for startup, routine and normal o regulation and control, st,.itduwn, and emergency con- ditions. Lubrication and maintenance instructions, e. Guide to "troubleshooting," f• Parts lists and predicted life of parts sub g Outline Ject to wear. data; and' cwiiringediagrams. assembly drawings; engineering h. Test data and performance curves The o where applicable. Aeration and maintenance manuals shall be structions or parts lists packed with in addition tr delivered. or attached any in- to the equipment when Manuals shall be site with standardr3-hol on heavy, first reduced to 8-112 b hole Punching. Drawings iandpdiarr 3-1/2 by 11 inch cable y 11 inches or 12 by 17 inches, WhQremreduction l bets not in en pvelractiopes whichaarrerbourgdiintosthelmanuals suitable ded separately table identification on the outside. and placed Each h envelope "hall bear Three preliminary paper covers beariCopies of each manual Engineer g suitable identificetionPorarily bound in heavy prior to the date of shipment at , shall be sub by the Engineer, six final copies of each the equipment. mated to the manual shall be prepared and delivered to t After review Aeration and maintenance shall Prior Placing the equipment he Engineer not days prior eather with minll 90 bound in stiff ater than binders, artificial The f finbiackpl al hinnuals manuals 18, HYDROSTATIC TEST g d any point along route of tOeRCE MAIN; Water, is not readil the purpose of makin proposed Force Main under Contractlab~e at g the required hydrostatic test of A for Provision has been made under Contract to same. Contractor to introduce water A which will end of the N.T.S,D (from a fire hydrant) into the to theite that Will . From terming) Contract into the wet we of this point Contract "8" interceptor Pump station bean by gravity, water g constructed under It is il~tended that water tiiet welt through one of the for filling of force main be Pumpepua"'ity of testis° Pu"j's specified under act P18d„from the Th, cost o' water required will b Contract al) lal,r, materials be approximately 290,000 Total tr Lransl,urj. ,pater from dischar a PiPing valves, gallons. be Sibilitgauges, etc, required y red side Cont act NA11. of p',,mp to end of force main will ]f)-6 All of the foregoing has been predicated on the assumption that the pump station facilities will have been sufficiently completed, at time scheduled for testing of force main, to permit this operation. The full cooperation of the Pump Station Contractor will be required on the above procedure as part of his contract. END OF SECTION IB-) SECTION 1C -MEASUREMENT AND PAYMENT 1. GENERAL: 'the "Bid Price" for each and every item, as set forth in the proposal, shall include the furnishing of all labor, tools, materials, machinery, appliances, plant and equipment appurtenant to and necessary for the construction and completion in a first class, workmanlike manner of all work as herein specified in strut accordance wth these specifi- cations and accompanying plans. The 1 id Price" shall also include any and all kinds, amount or class of excavation, backfilling, pumping or drainage, sheeting, shoring and bracing, disposal of any and all surplus materials, permanent protection of all overhead, surface or underground structures; removal and replacement of any poles, conduits, pipelines, appurtenances and connections, cleaning up, overhead expense, bond, public liability and compensation and property damage insurance, patent fees, and royalties, risk due to the elements, and profits, unless otherwise specified. The bid price shall also include all other incidentals not specifically mentioned above that may be required to fully construct each and every item complete in place in accordance with the true intent and meaning of the specifications and accompanying plans. The Contractor shall take all measures necessary to protect existing structures, lawns, shrubbery, etc., on the areas adjacent to the work which is not necessary to cut as a part of construction, and if damaged, shall replace them in as good condition or better than previously existed at his own cost and expense without additional compensation from the Owner. Listed below are descriptions of items as listed in the Proposal and the manner in which payment shall be awarded for each. 2. ITEMS NOS. 1 TNRU 61 - VITRIFIED CLAY SEWER PIPE: The unit price NO for sewer pipe of the various depths and sizes included in the contract shall be full compensation for trenching, laying, furnishing and installing embedment, select backfill, furnishing pipe, tests for exfi'Zation, and all other work and materials necessary -for complete insta'lation of sewer pipe. Measurement for payment will be by horizontal distance from center of manhole to center of manhole, or in cases where there is no manhole, measurement will be to the end of the pipe; depth of cut for payment will be neasured in two-foot intervals from the natural ground surface over cen.tirline of pipe to the invert of pipe, to the nearest 1/10 foot. Measurement and payment for all types a,ad depths of sewer pipe shall include pipe at paved road and drive c. ossings and the "bored" sections under State controlled highways and under railroads. Street paving replacement, ditch crossings and the boring under highways and railroads shall btu paid for separately, as described herein. 1C-1 Lengths of pipe used as "ctub-outs" near base of manholes will not be measured or paid for under this category. If the option to use PVC pipe in lieu of vitrified clay is exercised, Contractor shall utilize spaces provided for bid pri-es without changing description of each item. 3. ITEM NO. 62 - 24" CONCRETE CYLINDER PIPE: The unit price bid for this item shall include furnishing, ha` ul g and layin~ of pipe, sheath- ing, connections, shoring and pumping where necessary, trench excavation and backfiili;ig, protecting or replacing existing structures; or utilities, testing, disposal of surplus materials cleaning up and maintenance, and any incidental work not otherwise provided for in these specifications, all in strict accordance with the specifications, drawings and/or in- structions of the Engineer. No separate payment will be trade for concrete cylinder pipe fittings which are called for on the plans, or which are necessary to fit the alignment shown on the plans. The cost of all fittings or specials called for or required shall be included in the unit price bid for concrete cylinder pressure pipe, including the special external banding of pipe for casing under roadways. Pipe will be measured from end of pipe to end of pipe, as detailed on drawings, without any deduction for the length of intermediate fittings or specials. Depths of cover for pipe shall be as shown. 4. ITEM NOS. 63 AND 64 - DUCTILE IRON PIPE: These items shall include the furnishing and placinc the mechanical joint piping for elevated creek crossings and, where indicated, shall include concrete collar for connection to vitrified clay pipe. Measurement will be made from end to end of pipe. 5. ITEM NO. 65 - STANDARD G-FT. PIERS: This item shall place the lower 4 feet and the upper 2 feet of concrete pierslfnnr in elevated creek crossings and will be paid for on a unit price basis. 6. ITEM NO, 66 - VERTICAL PIER EXTENSION: Where the height of con- crete piers for elevated creek crossings exceed the standard 6-foot piers as bid under Item No. 65, the vertical extension of these piers will be measured and paid for on the basis of the total height to the nearest 1/10th foot ninus the standard 6--foot pier. The unit prices quoted for Items Nos. 63 thru 66 shall be full compen- sation for all work involved in the construction of elevated creek crossings complete in place. 7. ITEM NOS. 67 TNRU 72 - CAST IRON PIPE: These items shall include all cast iron pipe required in connection with "bored" and/or "cased" crossings beneath public roads and railroads as detailed on drawings. The Bidder's attention is called to the fact that these pipes extend beyond the actual length of bore or casing required. 1C-2 Measurement and payment fcr each size of pipe will be made at the unit price quoted on the basis of the total length (end to end) of pipe installed in place regardless of depth and, where required, shall in- clude the concrete collar for connecting to vitrified clay pipe. 8. ITEM NOS. 73 THRU 107 - BORED OR CASED CROSSINGS: For information of and assistance to bidders on these crossings, we have listed in parenthesis (on the Proposal form) the "plan and profile" sheet number together with the sheet number showing location of each crossing detail. Measurement and payment wi,l be made on basis of unit price quoted per linear foot of "bored hole" or "casing", as the case nay be, complete in place including joint preparation and insertion of carrier pipe, for each individual crossing, exclusive of unit price quoted for carrier pipe. The combination of prices quoted on Item Nos. 67 thru 107 shall be considered as full compensation for the crossings listed in the Proposal and constructed in place as detailed on Drawings. 9. ITEM NO. 106 - STANDARD 4-FT. DIA. MANHOLES TO 6-F1'. DEPTH: The price bid per each for this item shall be full compensation for concrete footing, concrete manholes, manhole rings and covers, manhole steps, and all other work and materials for the complete installation. Pipe stub-outs near base of maahoies, including concrete cradle therefor, shall be included in the price quoted for a standard 6-foot manhole. Measurement for depth will be from the flow line of the lowest pipe in the manhole to the top of cast iron cover. Where this measurement is 6 ft. or less, the price bid for this item shall be full compensation for the complete manhole. Where the total depth exceeds 6 ft., then such extra depth of mairhole which exceeds 6 ft. will be paid for under the next item. 10. ITEM NO. 109 - EXTRA DEPTH STANDARD MANHOLE: The unit price quoted per linear ;^ot for this item shall be full compensation for all labor and materials as necessary for manhole construction. Measurement and payment will be the vertical depth taken from a measurement from the flowlipe of the lowest pipe ii the manhole to the top of lid, to the nearest 1/10th foot, and 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. 11. ITEM NOS. 110 AND 111 - RECTANGULAR MANHOLES: The "lump sum" amounts bid for these special manholes shalt include all labor, tools, equipment, piping, etc. for a completed structure in pla,:e as detailed. 12. ITEM NOS. 112 AND 113 - OFF LINE MANHOLES AND PIPING: The "lump sum" amounts bid for these items shall include all labor, tools, equip- ment, piping, etc. for a complete and workable installatio:t as detailed. 1C-3 13. ITEM NOS, 114 7HRU 117 INTERCONNECT IONS TO EXISTING LINES: Payrtent tor' interconnecting of manholes as described And as detailed on Drawings, shall be based on the lump sum connection which price shall include the prices quoted for each inter- manhole, furnishing and laying interconnecting pipet it into existing trenching and backfill complete in place for eacchsuciiinterconnection, 14. ITEM NO, 118 - FLOOD AREA MANHOLE RINGS AND COVERS: Payment for these special manhole tops shall be at the unit rice bid for each in place; said bid price shall be the difference in c-Dst over and above the standard marhoic, ring and cover previously included for Bid Item No. 108. 15. ITEM No. 11------ - COMBINATION AIR & VACUUM VALVES: Payment for these 4-inch valve:s will be m ade at the unit price bid for the complete assembly in place at locations shorn. valves, piping and accessoriesAenclosedsinimanholedwithecastbironicover as detailed, 16. ITEM NOS. 120 THRU 127 - CONCRETE ENCASEMENT' Payment encasement will be on the bass of'the un---it pri equotedperfiinearcfoot for each type of encasement and size of pipe involved. 17• ITEM NOS. 128 THRU 132 - CAST IRON PIPE IN LIEU OF VITRIFIED CLAY. The length ell gravity sewer 1 nes, except where cast iron is used for elevated creek crossing and underground road crossings, has been measured on the basis of vitrified clay pipe for the sizes and depths shown on the Proposal. In several instances, for design purposes, cast iron has been substi- tuted for vitrified clay. During construction of this work may occur which might require the use of cast iron pipe. situations unit prices quoted for the various sizes shall be the additional cost of using cast iron pipe over and above the prices quoted under Bid Items 1 thru 61. 18. ITEM NO. 133 - REPLACE ASPHALT PAVING AND BASE: pavement cut or damaged Burin construction o erationspsl asphalt street as detailed on Drawings. Mg p hall bt replaced easurement allowed will be on basis of pavement width shown on Sheet #51 and the length of will be paid for on the unit price quoted Pepaoment rusquareayard1iySuch cprdice shall include the additional granular embedment material, flexibly base H.M.A.C. wearing surfaces and all incidentals thereto as specified under Section 2M, herein. 19. ITEM NO. 134 - ADDITIONAL GRANULAR EMBEDMENT: This shall be used only whe orn dered by the Engineer to correct faulty aterial. Payment will be made on basis of unit price quoted erbg cubic mya of material in place which shall include the expense of excavationrtherefor. 20. IT~lf N0. 135 - ADDITIONAL 1500# OOl1(RETE: This material shall be utilized on l}when de red by the E.# ineer to c to cradle pipe where required ai,d paynt will bermadefonltasisbofaunitr price quoted per cubic yard of materialme in place. 1C-4 21. ITEM NO. 136 - SEWAGE LIFT STATION: The lump sum price bid for the lift station shill be full compensat-Ton for the complete pump station as shown on the plans and called out in the specifications. the price bid shall include all clearing, grubbing, excavation, grading, equipment, materials and labor necessary to make the lift station functional and fully operative. The lift station shall include the 24" plug valve and valve box Lutside the lift station on the force main. The limits of the lift station exterior lines, including final connections . thereto, shall extend from Station 301+96 to Station 302+18, the latter station being 10' from the manhole. Site work beyond the lift station building lines shall also include preparation for and placing of 6" compacted thickness of pit run gravel surface on the 40'x80' parking and turnaround area of plant site together with chain link fencing and gates as detailed. 22. ITEM NO. 137 - ACCESS ROAD: The lump sum bid for this item shall include all excavation, filling, grading, 6" thic'ness of pit run gravel surface, drainage structure and 4-foct high fencing, all as ditailed, complete in place. 23. OTHER WORK- All other phases of construction not specifically mentioned herein shall be considered as subsidiary to work so mentioned as no additional payment will be authorized. END Of SECTION 1C-5 SECTION 2i; - CLEARING AND GRUBBING 1. SCOPE: The work covered under this section of the ,pecifications consist of furnishing all tools, labor, en-jipment, and materials and performing all operations in connection with clearing, grubbing and disposal of cleared and grubbed materials, complete in strict accordance with this section of the specifications and the applicable drawings, and subject to the terms and conditions of the contract. 2. CLEARING. [he Contractor will be required to thoroughly clear the areas required for construction of improvements including ten (10') feet each side of trench centerline. Clearing shall consist of the felling, cutting up, and satisfactory disposal of all trees and other vegetation, together with the down timber, snags, brush, rubbish, fences, and debris of all kinds occurring within the area to be cleared. All trees, stumps, roots, brush and other vegetation in the area to be cleared shall be cut off flush with or slightly below the original g-ound surface. Trees and brush o,I:side the limits of the required areas to be cleared, but within the immediate vicinity of the work, may be removed by the Contractor upon receipt of approval of the Owner or his representative, when such trees t., brush are so located as to interfere with or retard the progress of c :,st.ructian operations. 3. GRUBBINn,: Thi Contractor will be required to thoroughly grub the areas required for construction of access road improvements and the area indicated to be filled at the lift station site. Grubbing shall consist tf the removal and disposal of all stumps, roots, matted roots, fencing, vegetative matter and debris of all kinds net suitable for embankment or backfill purposes. In areas required for embankment construction, all stumps, roots and unsuitcble debris of all kinds shall be excavated and removed to ~ depth not less than 12 inches below the ground surface. All depressions excavated for and by the grubbing operat-ons in the embankment areas shall he refilled as specified in the Section 2A of these specifications. 4. DISPOSAL OF CLEARED AND GRUBBED MATERIAL: All timber, logs, stumps, roots, brush, rotten wood, and other refuse from the clearing and grubbing operations shall be burned or, at the option of the Contractor, may be completely removed from the Owner's property, except that, when permitted in writing by the Owner, logs and large stumps may be otherwise disposed of as elected by the Contractor. Such permit will state the conditions covering the disposal of such logs and stumps without burning, including the areas within the limits of Owner controlled property. limber and other refuse to be Disposed of by burning shall be burned at locations specified by tOe Owner or his representative in a manner that will avoid all hazards such as damage to existing struk:tures, construction in progress, trees and vex?tation. The Contractor will be responsible for compliance with all Federal, $tatc, and County Laws and regulations relativr to the building of fires. Disposal by burning shall be kept under constant attendance until the fires have burned out or have been extinguished. 2A°1 Disposal of materials ;n streams wlil not be permitted and no material shall be piled in stream channels nor along the banks where it might be washed away by floods. Timber within the areas to be cleared shall become the property of the Contractor, and the Contractor may cut, trig, hew, saw, or otherwise dress felled timber within the limits of the Owner's property, provided all timber and waste material is disposed of in a satisfactory manner. END OF SECTION 2A-2 a SECTION 29 - EARTHWORK, TRENCHING AND BACKFILLING AND PIPE EMBEDMENT 1. SCOPE: This Gection covers excavation work and shall include the necessary clearing, grubbing, and preparation; removal all debris; excavation and trenching and disposal of as required; the handling, storage, transportation, and disposal of all excavated material; all necessary sheeting, shoring, and protection work; preparation of subgrades; pumping and dewatering as necessary or required; protection of adjacent property; backfilling; pipe embedment; construction of fills and embankments; surfacing and grading; and other appurtenant work. Attention is directed to the additional requirements set, forth in the General and Supplementary Conditions. 2. GENERAL REQUIREMENTS: Excavation work shall be performed in a safe and proper manner with appropriate precautions being taker against all hazards. Excavations shall provide adequate working space and clearances for the work. to be performed therein and for installation and removal of concrete forms. In no case shall excavation faces be undercut for extended footings. Subgrade surfaces shall be clean and free of loose material of any kind when concrete is placed thereon. Backfilling and construction of fills and embankments during freezing weather shall not be done except by permission of the Engineer. No backfill, fill, or embankment materials shall be installed vn, frozen surfaces, nor shall frozen materials, snow, or ice be placed in any backfill, fill, or embankment. 3. CLASSIFICATION OF EXCAVATED MATERIALS: No classification of exca- vated materials will be made. Excavat on and trenching work shall include the removal and subsequent handling of all materials excavated or otherwise removed in performance of the contract work, regardless of the rypiz, character, composition, or condition thereof. Bidders must satisfy themselves as to the actual existing subsurface conditions, including, but not limited to, the depth, location, and sizes of pipe of various kinds now in place. No extra or separate payments for rock excavation will be made. 4. SITE PREPARATION: All sites to be occupied by permanent construc- tion or embankments shah be cleared of all logs, trees, roots, brush, tree trimmings, and other objectionable materials and debris. All stumps shall be grubbed. In addition, subgrades for fills and embank- ments shall be cleaner' and stripp?d of all surface vegetation, sod, and organic topsoil. All waste materials shat'` be rerr,oved from the site and disposed of by and at the expense of the Contractor. 5. BLASTING: Blasting will be permitted only when specifically ap- proved by the Engineer. Blasting will not be permitted in close proxi- mity to existing structures or utilitiQs which may he damaged from such operation or within twenty feet ('20') of sanitary sewers or water mains a-~ six ~nches (6") in diameter or over. The Contractor shall br respon- sible for all damage caused by blasting operations. Suitable methods shall be employed to confine all materials lifted by blasting within the limits of the excavation or trench and to protect existing structures and underground utilities from seismic forces. All rock which cannot be handled and compacted as earth shall to kept separate from other excavated materials and shall not he mixed with backfill or emhan'%ment materials except as specified or directed. a. Laws and Ordinances: The Contractor shall comply with all laws and ordinances pertinent to explosives, or with provisions for blasting in the American Standard Safety Code for Building Construction ANSI A10.2 as amended herein, whichever are more stringent. In no case shall persons unskilled in work with explosives be permitL0 to handle explosives or be permitted to enter areas where explosives ar,+ stored or be permitted to enter work areas during the time explosives aO being employed. In all cases, magazines shall be located as remotely as possible from roads, highways, buildings, structures, and occupied areas. Magazine locations shall be acceptable to the Engineer. b. Observation of Blasting: All work in connection with blasting operations shall be performeu iin the presence of the Engineer. The Engineer will monitor all blasting uperations but shall not to respon- sible therefor. C. Responsibility: The foregoing requirements shall in no case be interpreted to relieve the Contractor of his responsibility !o handle explosives in a safe manner, nor shall it be taken to relieve the C,r,- tractor of his responsibility riot to eisturb earth or ruck beyond indi- cated and specified lines and levels, nor shall it relieve the Con- tractor from responsibility for any damage resulting from the use of explosives. d. Existing Facilities: The Contractor's attention is directed to the exist g pe1ines and structures. If electric blasting caps are to be used, the precautions recommended in Pamphlet No. 20 of i:he Insti- tute of Makers of Explosives shall be observed. 6. PRESERVATION OF REES. No trees shall be rr.moved outside of exca- vated or filled areas, unless their removal is authorized by the Engineer. Trees left standing shall, be adequately protected fror: permanent damage by construction operations. Trimming of standing trees where required shall be as directed by thy: Engineer. 7. UNAU111DRU EO EXCAVATION: Except where ct~erwise authorized, shown, or specified, z-l material excavated belox the bottom of concrete walls, footings, slabs on grade, and foundatons shall oe replaced, by and at the expe-se of the Contractor, pith concrete placed at the same tine and monolithic with the concrete above. 26-2 8• OEWATERING: ThP Contractor shall provide end maintain adequate dewatering equi[lment to remove and dispose of pli surface and ground water entering excavatie:,s, trenches, or• other parts of the work, Each excavation shall be kept ury during subgrade preparation and continually thereafter until the structure to be built, or the pile to be therein is completed to the extent that no damage from hydrostaticalled, pressure, flotation, or other cause will result., All excavations for concrete structure, or trenches which extend down to or below ground water shall be dewatered by looering and keeping the ground water level beneath such excavations 12 inches or more below the bottom of the excavation. Surface water shall be diverted or otherwise prevented from entorirg excavated areas or trenches to thre greatest extent practicable without causing damage to adjacent property. The Contractor will be held re,ponsible for the condition of any pipe or conduit which he may use for drainage purposes, and all such pipes or conduits shall be left clean and free of sediment. 9. FOUNDATIONS ON SOLID ROCK: All loose materials and weathered rock, benea i-foot7ng,nd s NbTthat are indicated on the drawings to be founded on solid rock, shall be removed down to solid rock and replaced with concrete of the same class used for the footings and slabs. 10. GRAVEL BLANKET: Where a gravel blanket is indicated on t1c draw- ings m'~der 'basin f nor slabs and the top of weathered rock is rore than 6 inches below the bottom of the concrete slab, all material above top of weathered rock shall be removed and replaced with gravel blanket material. 11, SHEETING AND SHORING: Except where banks are cut back on a stable slope, ex____ cav,R on for structures and trenches shall be properly and substantially sheeted, braced, and shored, as necessary, to prevent caving or sliding, to provide protection for workmen and thn work, and to provide protection for existing structures and facilities. Sheeting, bracing, and shoring shall be designed and built to withstand all loads that might be caused by earth movement or pressure, and shall be rigid, maintaining shape anti position under all circumstances. 12. STABILIZATION: Subgrades for concrete structures and trench bottoms shall be firm, dE-nse, and thoroughly compacted and consolidated; ;hall be free from mud and muck; and shall be sufficiently stable to remain firm and intact under the feet of the workmen. Subgrades for cuncrete structures or trench bottoms which are otherwise solid, but which become mucky on top due to construction operations, shall be reinforced with crushed rock or pgravel. The finished elevation of stabilized subgrades shall not be above subgrade elevations sho,,;o on the drawings. i ?B-3 I' _ 13, TRENCH FXCAVATION: a. General: Tho trenches shall be excavated to the alignment and depth as shown on the plans or as-required for t1e proper installation of the pipe. The trench shall be braced and/or dewatrred, if necessary, in such manner that the, workmen may work therein safely and Efficiently. ti. Trench Width: The trench walls in the pipe zone fram the trench bottom to at least one (1') foot above the top of the pipe, shall be vertical. The walls of the excavation above this specifically desig- nated pipe zone shall be substantially vertical. The 7,inimum and maximum width of trench excavation at the top of the pipe zone, measured one (1') foot above the top of th,e pipe, shall conform to the following requirements. (1) The minimum width of trench shall he the external dj?- meter of the pipe plus twelve (1211) inches for 15" pipe and smaller. For pipe larger th3n 15-inch diameter, the miniMLIM al- lowable trench width shall be the external diameter plus sixteen ()6") inches. (3) The maximum width of trench shall be the external dia- meter of the pipe plus twenty-four (24") inches, except where additional width is required and ar,provE•d at pipe joints. b. Pip' Foundatior: The trench shall be excavated to ar grade to permit the in'steliatio:i of the pipe in svcr a ;nanner thatethe full length of the pipe tarrel is suppo'^ted on the proper depth of granular Embedment Material. The entire Foundation area in the bottom of all excavations sl+a'1 be firm, stable material, and material shall not be disturbed below required grade except as he,,einafter described. Where t',e character of the foundation materials is such that 2 proper foundation cannot be obtained at the elevation indicated on the plans, thin, when directed by the Enginear in wrlti:•g, 1;he Con?.'ractor shall deepen the excavation to wheat a satisfactory foundation can be obtained. If the subgrade is soft, :;pnngy, or, disintegrated, the materials shall he removed until a firm !.table and urAforn bearing is reached and '.he subgrade brought back to the required grade with material compacted in place nr with granular or concrete embr;drner,t material. If the unsatis- facto-y subgrade conditior is due to the Contractor's failure to rrakz a proper provision for adequate drainage of excavations, th,: expense of repla.ing ilny unsatisf'act'ory subgrade shall be borne by t,i? Contractor. lio~vever, if, in the opinion of the Engirecr, the unsatisfactory s.rbgraJe condilion is not the result of the failure of th•,e Contractor- to provide inadequate drainage, bailing or pumpirip facilit•'es and the Englneer orders in t,,ritinq 11.h3t. the Contrector Hake additional excavation ana replace unsatlsfactory subgrade material, then comp~nsa•a on will be for the additional expense incurred at the unit price quoted p!lr cu;,ic yard of material usF,d for this embedment. 2 P,_a loam c• Correctinq Faulty G-ade: Any part of the trench eKcavaticn below grade shall bJ~ corrected with EFOjedmert Material, thoroughly compacted et no additional compensation to the Contractor. d. Bell Holes Re._yired: Bell holes of ample dimea;iorshall he dug ir. trenches aC each joint to permit the jointing to be mrde paper y and so that the pipe will rest on the full length Of the barrel. e. Care of Surface Material For Re-Use: If local cond•Itions permit their rrecse, all surface material suiEable for reuse in restoring the surface shall be kept separate from the general excavatier material. f. hlanner of flilin_Excavated Material: All excavated material shall be plhcPd in a manner that w lj not enrlanyer the work and will interfere as little as possible with public traffic. Roads and drive- ways must be kept open in every possible case, with exceptions to be made only upon permission from the Engineer. Drainage c..nnels shall be kept clear of obstruction or other satisfactory provisions made for drainage. g. Trenches bar Machine or 1~., Henn: The use of trench digging machinery Wi1 be pernitt' ed f,xceht in pjages wher,~ opeations of sane will cause damage, above or below grounc;, in which case hand nethods shall be employed. t. Pipe Clearanc_a in Rock: ledfie rock, rock fragments, or un- yielding shale or marl shall be removes to provide a clearance of at least four (4) inches or 1/4 of the O.D. whichever is greater, below ail partf or the pipe. Adequate clearance, for properly jointing pipe lair! in rick trenches shall be provided at bell holes. i. Open Trench: The Engineer shall have the right to limit the aslount of trench which may be opened or partially opened at any time ire advance of the completed line; and elso Lie amount of trench left not backfilled. Not over 500 feet of t-ench shall be left open. 14. PIPE EMBEDMENT WITHIN PIPE ZONE: Embedment material's both beloiq and above the botton of the p1 epee classes of embedment to br. used, and placement and compaction of embradm2nt materia',s shall conform to the requirements shown on the crawinns and 0 the followinp supplementary requirements. All types of pipe shall be placed on and/or in special granular material designated "embedment" materlal and/or pipe bedding. The granular materials to be used are for the purpose of increasing the strlictural strength of the complr_•ted facility. In addition to the granular material in the pipe zone, additional material is to be placed above the granul.lr material to elcaation not less than one foot above top of pipe as de- tailed on Drawings. The plans include details for various types of bedding including concrete casing and concrete cradle to be used. 28-.5 - MA a. Bedding Requirements: Unless where shown on the plans as concrete encasement, or Nhere requested by the Engineer to use concrete cradle, all types of pipe shill have ;granular embedment installed as per details for type of pipe being installed. The embedment shall extend full width of the trench and conform ;,u details shown on the plans. Granular embedment shall tie included in price bid for pipes in place. b. Embedment Materials: (1) Granular Embedment: Where shown on the plan sheets, pipe shall be embedded in granular material according to the details shown on the plans. The embedment nat-!rial shall be a free flowing sand, or mixed sand and pea gravel, free from large stones, clay and organic material. The material shall be such that when wet it will not form a mud ball jr trnd to cling together. The material may be an inferior grade of i,it run or blow sand not normally cons'dered satisfactory for concrete zq gregit.e, and may be used directly from pits without pro- cessing providing it complies with the qualities as described herein. The material s W l have 100% passing a I" sieve, and the plasticity index of that part passing the 40 sieve shall be not greater than 2. The Contractor shall subgit typical samples of material tie proposes to use for the embedment to the Engineer for approval. the Engineer's approval must be obtained before delivering embedment to the site. (2) :orrjhcted Embedment: Ccmpacted embedmen:. material may be finely div•ic!ed Job excavated material, free from debris, organic material, j and stones. Materiel conforming to the requirements fs,r granular embed- ment may tie substituted roi all or part of the compacted eimbediiient, provided it complies witn embedment specifications. (3) Hand Placed Embedment: The hand placed material shall he finely divided matei 1 free from debris and stones or material con- forming to the rcquirements for granular embedment. r.. Placement and CcTpj t. n: Granular embedment material shall be spread and the surface graded tc provide a uniform and continuoti_ support beneath the pipe at all points between bell holes or pipe j{!ints. It will be permissible to slightly disturb the finished subgrade surfacc, by withdrawal of pipe sling> or other 1iftirg tackle, After ,,ach pipe has br,en grad:)d, ;aligned, and placed in final position on thr, bedding material and shoved home, sufficient pipe embedment material shall be deposited and compacted under and around each side of the pipe Lind back of the bell or end thereof to hold the pipe in proper position and alignment during subsequent pipe joicting and embedment operations. Embedment material shall be deposited and compacted uniformly and simultaneously up to its center axis on each side of the pi;ie to prevent lateral displacement. 26- 6 The compacted embednen: material shall be placed in layers nr~t more than 8 inches thi0 and compacted to 95 percent maximum density as determined by ASTFI DC-98. For P.V.C, pipe, embedment material shall completely encase the pipe to a point twelve (12") inches above top of pipe, installed and compacted as described herein. d. Solent faterial: Select material from trench excavation shall be placed a'bova embedment material to an elevation not less than one foot above top of all vitrified clay and steel cylinder concrete pipes. The material shall be sandy material free from lumps detrimental to compaction cr hazardous to the pipe, if conditions require transporting along the rcute to provide the suitable select material, the Contractor shall provide such service at no additional cost to the Owner. Where getting is to be performed, the select material shall be installed ahead of jrtting the pipe zone. P. Concrete Encasement and/or Concrete Cradle: Where shown on the plans and as requested by the Eng ni~eer, the Contractor shall install the pipe in concrete encasement or concrete cradle. Concrete for en- casement or cradle shall be 1500 psi compressive strength type as speci- fied in Section 3A. Precautions shall be used to prevent pipe movement or deflection during construction. Concrete ccr encasement shall be paid for at unit price bid for size of pipe encased. Concrete for cradeling shall be paid for at the unit price bid per cubic yard. 15. TRENCH BACKFILL: All trench backfill above pipe zone shall conform to the fo]ludring 'requirements. a. CoUacte- aackfill: Compacted backfill will be required for the full depth of Ute trench above the pipe zone in the following loca- tions: Where beneath pavements, surfacir s driveways, g curbs, gut- ters, walks, or other surface construction or structures. Whore in shoulders for roads. V1here beneath fills or embankments. Where inside right-of-way of all public roads (City, County, State or Federal). +'here inside right-of-way of railroads. Where the trench for one pipe passes beneath the trench for another pine, backfill for the lower trench shall be compacted to the level of the bottom of the upper trerrrh. Compacted backfill shall (except for paved road areas) consi;:t of job excavated material, finely divided and freo from debris, organic material, ?B-7 and stones larger than 3 inches in greatest dimension. Masses of moist, stiff clay shall not be used, Job excavated materials shall be placed in uniform layers. The method of co,npaction and the equipment used shall be appropriate for the material to be compacted and shall not transmit damaging shocks to the pipe. Job excavated material shall be compacted to 95 percent of maximum density at optimum moisture content as determined by ASTM 698. Compacted backfill for use under paved roads shall consist of :he "Granular Embedrnent" material Previously described herein, b. Uncompacted Backfill: Earth backfill material to be placed above pipe zone shall be free of brush, roots more than 2 i;iches in diameter, debris, and ,junk, but may contain rubble, rock, stones, and boulders, in certain portions of the trench depth. Uncompacted backfill material above pipe zone may be placed by any method acceptable to the Engineer, which will not impose excess've concentrated or unbalanced loads, shock, or impact on, and which will not result in displacemtNnt of, installed pipe. i Compact masses of stiff clay or other consolidated material more than one cubic foot in volume .,.hall not be permitted to fail pore than 5 feet into the trench unless cushioned by at least 2 feet, of loose backfill above pipe zone. ho uncompacted trench backfill material containing large rocks shall be placed in the upper 18 inches of the trench except with specific per- mission of the Engineer, not shall any stone larger than 8 inches in its greatest dimension be placed within 3 feet of the top of pipe. Large stones may be placed in the remainder of the trench backfill only if we'll separated and so arranged that no interference with backfill settlement will result. C. Compacted Qa^kfill Method!: All of the backfill material shall be compacted and the Contractor at his discretion, may use either the pneumatic tamp method in 3" lifts or pressure Jetting with water, as hereir. described. If the jetting mez.hod is used, the first lift shall not exceed 4 feet and shall be thoroughly jetted before any more back- fill is placed. Pressure jetting shall continue in each lift of backfill until that lift is completely saturated. The equipment for pressure jetting shall be equal to a fire hose having a length of 3/4" pipe attached to the end which can be inserted down into the backfill while large quantities; of water are being forced through under pressure. The source of water 0ould preferably be a tank truck equipped with a pump for supplying large quantities of water under pressure. Experience has shown that gravity flow from a tank truck will Prot produce the desired results. The jet pipt shall be inserted at 6' maximum intervals, and sufficient water shall be injected so that the backfill material will "melt and flow`' together, and there ti-ill be no bridging across or dry creas, 2P-8 ~ rr Care shall be exercised in jetti419 the first lift to insure that the backfili material is thoroughly consolidated around the pipe floating th Pipc without up from its proper grade. The Contractor shall correct ar,y pipe which has been floated up from grade. Where the tamping method of backfill is used the material shall be placed in lifts not to exceed 8" depth, wetted to approximately optimum moisture content, and compacted with pneumatic, vioratory or other appr:,ved mechanical tamps, Additional lifts shall not be placed until the lift being compacted has ittained a density of at least 951t of standard Proctor density. It is the cedure, thenbackfilltwill bee offsuchidensitaLast~toe prereclude backfill rrn settlement, This y afte trench areas whichCmayrsettle shall nof the project. Backfill around manholes and sewer line structures shall be done in a similar manner to that described above for backfill of pipe trenches and may be accomplished simultar,?ously therewith. d. Uncom actedBackfill Methods: In large, cattle range, open type areas. Zontractor sham`place excavated material in trenches above pipe zone by front-end loaders or other suitable method uith a slight mound above trench; then compact surface of same by making several passes along center of trench (not perpendicular) with either the rubber tire of earth moving equipment or the track of a tractor. Refill any depressions made by this surface compaction and leave trench with a slight mound of earth above in the event of future settlement. Contractor in usiog above method shall keep in mind that any trench settlement occurring within one year after final acceptance of this work shall be filled and repaired as a requirement under this contract. 16. STRUCTURE BACKFILL: Backfill around and outside of stouctures shall be depos led n ayers not to exceed 8 inches in uncompacted thickness and mechanically compacted, using platform type t<mpers, to at least 90 percent of maximum density at optimum moisture content as determined by ASTM 0698. Compaction of structure backfill by rolling will by permitted provided the desired compaction is obtained and dar:age to the structure is prevented. Heavy rolling compaction equipment shall not operate closer to the will than a distance equal to 213 the height of the fill above the base of the structure at any elevation. Compac- tion of structure backfill by inundation with water will not be p;!rmitted. Material for structure backfili shall be composed of earth only and shall contain no wood, grass, roots, broken concrete, stones, trash, or debris of any kind. No tamped, roller) or otherwise mechanically compacted backfill shall be deposited or compacted in water. 28-9 All backfill material shall consist of loose, damp (not wet) earth having a moisture content such that maximum density of the compacted soil will be obtained. Moisture content shall be distributed uniformly and water for correction of moisture content shall be added sufficiently in advance that proper moisture distribution and compaction will be obtained. Particular care shall be taken to compact strut ,r2 backfill which will be beneath pipes, drives, roads, parking areas, walks, turns, gutters, or other surface construction or structures to at least 95 percent of maximum density at optimum moisture content as determined by ASTM D698. In addition, wherever a trench passes through structure backfill, the structure backfill shall be placed and compacted to an elevation 12 inches above the top of the pipe before the trench is excavated. Com- pacted areas, in each case, shall be adequate to support the item to be constructed or placed thereon. 17. SETTLEMENT: The Contractor shall be responsible for all settlement of back rt Tl,7flls, and embankments which may occur within one year after final completion of the contract under which the work was performed. The Contractor shall make, or cause to be made, all repairs or replace- ments made necessary by settlement, within 30 days after notice from the Engineer or Owner. 18. RESTORATION OF SURFACES: The Contracto, shall replace all surface iaterial' a- aTT restore paving, curbing, sidewalks, gutters, culverts, drives, shrubbery, fences, sod and other surfaces disturbed, to a condition equal to that before the work began, furnishing all labor and material incidental thereto. 19. DEPTH HAAND ALIGNMENT CONTROL: Grade hubs will be set by the Engineer at a maximum interval 0 10 ft., at all manholes and at ail changes in vertical or horizontal alignment 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 center- line a convenient distance, which distance is mutually agreeable to the Contractor and the Engineer. The Contractor shall conduct nis operations in such a manner as not to destroy the stakes until the pipe has been laid and checked for alignment and grade. In the event the Contractor destroys such stakes before the pipe has been laid and checked, then in such event the Contractor ,-I1 furnish the Engineer with adequate help t distance o replace such stakes. Grade stakes shall be set at a convenient r centerline operationsas necessary ahead rof ditching will permit disuch sturbing ithe grade stakes. 20. DEEP TRENCH INSTALLATION: Where sewer pipe is to have cover in excess of fifteen (15 feet, the Contractor shall keep the trench width at top of pipe Co not more than nominal diameter, plus twenty-one (21") inches. In no case shall the trench width at top of pipe exceed pipe O.D. plus twenty-four (24") inches. If the Contractor fails to i.eep the 28-10 trench, at top of pipe, within these limits he shall comlietely encase pipe in trenches, between the nominal di meter plus 21" and 0.0. plus 24" width with granular encasement at no additional cost to the Owner. If the trench width in this area exceeds f.D. plus 24", the Contractor shall install the pipe with concrete cradle below springline, at no additional cost to the Owner. 21. ROAD CROSSINGS: As indicated on Drawings, certain roadways in rural area may leave sewer pipe installed by open trenching. Backfil'ling of trenches and the replacement of paved or gravelled surfaces shall be as specified herein. However, Contractor has option of boring same and installing cast iron or durtile iron pipe as prescribed. 22. SURPLUS EARTH: Surplus excavated materials from all trenching shall' be disposed of by the Contractor at his expense. Surplus exca- vation at the lift station site shall be uniformly distributed and suitable compacted on this site in the locatiors shown. Any surplus earth above that required for this fill shall oe disposed of by the Contractor. 23. CLFANING UP: Surplus pipeline materials, tools, rubbish and temporary structures shall be removed by the ;ontractor and the con- struction site shall be left clean, to the satisfaction of the Engineer. END OF SECTION 28-11 ~i SECTION 2C = VITRIFIED CLAY PIPE AND INSTALLATION 1. GENERAL: All pipe for sewers shall be of best quality vitrified clay sewer pine as hereinafter Specified, The Owner reserves the right to have an independent testing laboratory to periodically observe the pipe testing performed by the plan. person- nel. The testing laborato,°y, if employed by Owner, will report directly to the Owner ana will be paid by the Owner. 2. MI,TERIALS: All vitrified clay sewer pipe and fittings shall be number the quality, true to straight lines and circles with standard tolerances, and shall in all respects comply with the SpEcifications of the Amerit.an Society r,f Testing Materials latest designation 0700, Extra Strength. All pipe and specials sh3i1 be of best quality vitrified clay ant' shrill be of the bell and spigot pattern. All pipe and specials shall be sound and thorough)v burned throughout, smooth on the inside and free from blia~er;, lumi,s or flakes which are greater than one sixth (1/6) of the thickness of the pipe or c:ne-eighth (1/8) inch, whichever is the lust. The pipe shall be free from fire cracks of any kind extending throug,) the shell. The pipe shall be yell iormed and straight. The pipe shall have a clear ring when tapped with a hammer. The bells and spigots shall be +as near to true circles as can be manufactured with tolerances as permitted by ASTM. It shall be the pipe manufacturer's responsibility to furnish pipe that the spigot end of one joint have a minimum of 3/8" clearance around the pipe and between the bell of another joint when placed together. The pipe shall not be turned more than 1/4 of a round in one direction only to achieve this minimum clearance, The outs de diameter of the barrel may be greater than the maximum figures stated in Table 2 of ASTM Pipe Specifications, provided the other dimensions are varied accordingly with the specification toler- ances and the revision of the diameter of the pipe shall be carried the entire length of the project. Size 15 inch, 18 inch, 24 inch, and 21 inch pipe shall be in lengths of at, least i%e feet (5') and shall be extra strength as required by the plans and sdecifications. i. t•11NINUM CRUSHING STRENGTH: All pipe, when tested for crushing strength by tie 3-e'dge Gearing met+iod in accordance with ASTM Spec:- fir_ation L301 latest rnyision, shall have a minimum strength of no}. less than tho following values: 2C•.l Pi size Minimum St r2 ngth - lbs. Per Lin. Ft. Standardi E<tra SU e'nGth 6 - - 8" 2000 10" - 2200 12" - 2400 15" 2000 2ROO 1.8" 2900 24" 2200 3300 4400 4. ABSORPTION: Absorption shall not exceed eight Percent (8Y) when deter ined m r an ccordance with ASTM Specification C301 - latest revision. 5• JOINTS: Clay pipe sewers with polyvinyl plastic and rubber gasket couplings stall be €urnishEd with factory-fabricated jointing connections conforming to ASTM Designatlon C425 - latest revision, The jointing connections shall be the DWa-Seal joint as manufactured by Can-Tex Industries, or the Dickey Cou,fling for plain end pipe as nar;ufactured by the Dickey Company, or approvtd equal. b. TESTING: Pipe, joint materials, and made-up joints hall be tested by the manufa;turer, in accordance with the applicable ASTM Specification. Certification of crushing and absorption test to accompany each shipment of pipe. Contractor wll furnish the Engineer. with this certification. 7. INSTALLATION: llpon the required embedment, the pipe shall be laid to the 'line shown on the plans. Contractor shall set batter boards at intervals not to exceed 50 feet, and shall carefully check subgrade of trench, and flow line of pipe for proper grade and alignment. The pipe shall not vary more than 1/10 foot from true line end not more than 21100 from the theoretical grade. Prior to laying, the pipe shy11 be carefully inspected for compliance with the specifications and pipe which is cranked or broken or that does not fully comply with the speci'icatiur;s shall be rejected, and immedi- ately removed from the site of trte work by the Contractor. 8. ENO CLOSURES: Two types of e,id closures are required in the con- structiorrof this Project. One is a temporary closure for use during construction and the other is a permanent closure for sewers which do not terminate in manholes, c,r where there are stub-outs out of manholes. A temporary end closure SW l he used during such periods of time when laying operations are not active. The end;, of the pipe shall be tightly closed with a plug or a bulkhead so that dEbris, mud and small animals will be prevented from entering the pipe. Permanent type closures shall be used at locations shown on the Plans where ;viers "dead-end", or terminate other than in a manhole. llitri- 2C-2 fied clay "plugs" or "stoppers" shall be used to make these end closures and a tight joint shall be sf:cured, using any of the approved jointing materials and metharls. END OF SECTION 2C-3 SEC1JON 20 - POLYVINYL CHLORID17 (PVC PIPE 1. GENERAL: In ii" of VW vitrified clay sewer pipe specific-d herein, Contr3ct01• has the option of substituting an unplesticized polyvinyl chlcrrde (PVC) Plastic Gravity Seerer Pipe with integral wall bell ani spigot joints for conveyance of domestic sewage. Diameters up to and including fifteen (15) inches will be permitter; under this option. 2. MATERIALS. All PVC pipe and fittings shall meet or ex:eed the extra strength requirements of ASTM Specific-ration 0-30,4, SDR-35; shall corrply with standards of the Uni-Bell Plastic Pipe Ass,c,ciation and shall be as manufactured by "Robintech", "Carloo", "Ethyl", "Johns-Manville", "Can-Tex", or equal. 3. JOINTS: Joints for the PVC pipe and fittings rchall be compression rubber ga<.;ket joints. The bell shall consist of an integral wall section with a solid cross section rubber ring factory assembled, securely locked in place to prevent displacement. 4. FITTINGS: Fittings and accessories sha'!1 be r.anuf.actured and furnished b;; the pipe supplier or approved equal and have be',11 and/or spigot configuration identical to that. of the pipe. 5. STIFFNESS: Minimum pipe stiffness at 5% deflection shall be for, all sizes when celc•u 35 psi laced in accordance with ASiAI D-2112. 6. DIMENSIONS: Pi e 5 i z e Outside Diameter Min. Wall Thickness 411 4.215" + 0.047 6" f;. 275" + 0.009 0 125" 8 0.180 `i 11.400" } 0.010 4.240" 1c10.500" + 0.013 1211 12.500" + 0.016 0.:00 0.360' 15" 15.300" t 0.021 0.440W 7. RECEIVING, STORAGE AQ HANDLING: fare shrill tie r,sed in unloadiro and handling to avuidcuts and abrasions to the pipe. PVC pile and fittings must be stored to be protected from prolonged heist or direct sunlight. Any protective covering may be used which will not a`.rsortr much heat and which will reflect direct rays of the sun. Venti+aticn should be provides' with any type of cover used. 8. LAYING PIPE: PVC pipe shall not vary more than 1/11th fool. frog true line ar,d not more khan 2/100th foot. from the t`reorei,ical grade. Pipa she'] be 'laid in accordance with the manufacturer's instructions. This includes making sure that the bell and spigot is clean, end chat the spigot is inserted the prescribed amount to allo,c for ecp3nsion and contraction due to temperature change. Joint lubrication shall ba userl as recommended. 2D-1 9. MANHOLE CONNECT IONS: Where OVC pipe extends through a rigid manhole wa'l, itinust be recognized that concrete and mortar, will not bond to the PVC pipe, and as a result sore form of special wall fitting must be provided as leakage around the pipe through t`tie manhole wall will not be acceptable. A ring water stop as an if+tegral part of the wall fitting or a comparabie water stop shall be provided. A sirilar stop shall be included within the concretes cellar used for joining of cast iron pipe. 10. TRENCH AND SACKF:LL: Trench and backfill shall comply with the separate sections contained in these documents. In general, all PVC sewer shall be completely encased in granular material 6" under the pipe to 12'' over the top of the pipe as shown on the Drawings. Contractor shall in:°lude cost of furnishing and placing of this encasement material in the prices quoted for the PVC pipe as no additionl compensation ::ill be authorized for same. Where PVC pipe crosses under paved streets or roads, thn trench backfill ` at:vo the pipe zone shall be the same as specified for other- pipes. 11. DEFLcCTION ALLOWANCE FOR INSTALLED PIPE: After the pipe has been curry eteli instalI -,J and backfilled, a aandrel shall be pulled through the entire ling to determine whether the maximum allowable 5e deflection has beer, exceeded. Ths diameter of the mandrel shall be 5'ro less than the inside diameter of the sewer line. :n such casas where the mandrel may hang due to excess deflection, the pipe shall be uncovered at this point and the conditions shall be corrected. Correction may be by reworkirg the er;bedment and backfill, or by replacing that section of pipe. This portion of pipe shill again be, backfilled, and the mandrel pulled through again, and this process repeated until the pipe ie. clear of all obstructions. Deflection :eats shall not be made sooner than 30 days after the pipe has been be~kfilled. 1?. PLUMS: Open ends of pipe shall be effe,:tively plugged any time }ripe laying is stopped. Stub outs from, manholes for future connections shall be plugged. 19. EXFIETRA+;ON TESIS: All PVC sewer lines ::hall be tested for leakage by t1he pneumatic air test of specified herein. 14. INSPECTION: Each load of pipe delivered to the job site will be checked by the Engineer to assure that it rreets specifications. w'hon a load of pipe is found to have inadequate wall thickness or tolerance, greater than specified, rindomly selected samples of the pipe shall be immediately forwarded to an approved testing laboratory with instructions to check the pipe for compliance with applicable product standards, PSlM Specifications and z+thr,r specif°cations for the specific contract. W,en the testing laboratory r<<-ports coicur that the pipe does not meet the specifications, it is -co be undprstood that all of the papa delivered to the site will be 'irYGediately removed am:t replaced by the Contractor at no additional cost to th? Owner. END OF SECTION 2D-2 s~ou~~li~ r~ SECTION 2E - CAS-T IRON PIPE AND FI' TINGS - _ 1 GENERAL: This section and fi 11 5• cover: the fur•nishinq -,f all cast iron Pipes aodnd 9ittinhe plans show the sizas and gs; ho,,ever, the re: ponsandl ,ie11rrl ;,r•ran- Pipe lengths of the ibj various y fcr' fur nishilnrr.'tcxa tll special items a~ pipes for prDpe,. "make-up" and f lation re! ,t ' m--1Y be required to sim;,iify or, facilitat,r with the Contractor. °r providing manufactured in the united Last iron the instal- Fire Insurance Corr;missi°n of Texas of Americapressurf, Pipz shall be new, aopr°va, Texas and hay, n acceptable to the State iJnderwrlters i,ab~~rato°ies Cast iron pipe rna may ~ b cast iron Pipe thv either 21/45 strength gray ca;t iron or for each run, shall be samertyeets herein specified, Pipe o ductile P metal. of same ame size, The pressure rating Pipe without lining, tYP°• metal, rnet,ti thickness, ClfSS clearly n;arke 9' length of pipe and name of manufacturer %,Eshallight of d on each length of pip,., be Pipe shr+ll be Mechanical Joint, 'Fastite", Da11-Tii. flanged as required, or hYTO?J, or Mechanical Joint t 421.11 ind on pjpd wihall be in ;',:cordan,^e bolts and nuts °mT'lete Nfr chanfc,j)w~o„ Al15f Si.E(.'jfjC,jtjon s. Th r tee-head and hexagon be high stre.n th ~t St,,t allo Thrlloy with nut. g arrrosion-resise 2. GRL CAST IRON PIPE; ?jj AWWA Specification C1 --57 P (ANSI e SA21,1)emeithod r° in psi bursting CCOrclancr<, with minimum of Clastes nsil 15;1 e and 45,000 psi modulus or ru des+ designed for r' ,~tur,,, u~pnl sha11O0be trench condition 1.,O Psi water r,r Pr r~ a least f35 psi waters ' flat bottom, n° blocks p ss`rr`s' l ft;, cover hammer alloa„r, taar1 ba.r.filed and at nce and 2-1/~ to 1 Pipe is to be manufactured in ar; safety factor, Pipe 6P (o be Molds , cordance 00 AWWA S p.2 bursting tensile of l or lOQ;6lr~~arrdrnlrtned molds) e cificani.,kJm Psi, and maximum ,U~ i hcep't rr;inia, modulus of odulss of ru„tore of 45,~~0 e.lastirity 10,p,Dp,000 psi. Ail flanged end end h flal shall c?'rform to fit.her AWA requis Ciargcd fittin s Pioe t,arrel and ANSI AZIC;.OF for physical and s)NSI a a hall conform to rather AlWWA C110 O for f•rarrges. 15.1• Flanges shall be Class 125 for, all or ANSI A' valves. ~l,jp or pipe, fittings, and Gra✓ iror cast iron pipe i requirements of ANSIA?1.llfor fivminirrum Class thickness meet*rIg 3. , (5`) cover anf laying Condition B, Dl1CIIlE 1P0,q PIPE An~accordaand/or-A}dSI A21.5ICrlPiPupwalli~e Shall 1'14aet requirornerrts of e 00 A1~WP, Manual F13 or ANSIthickn ss 'hall be c 0 tcrni Pipe shall be d,a- 2E-1 signed For nct less than ?.50 psi corking pressure with 100 psi surge, eigh': (P') foot cover, trenc''r and truck loads. Join's Inay ')e as shoLin above. IIUCLile iron fittings sherll meet rcccuircr,ents of 4,14A 010 or ANSI A21.10 for not ies., than 150 psi working pressure. 4. LINING AN) COATING: All cast iron pip,-,, fittings and specials shall have m,Drtar lining conforming to the requirr:;nants ?or a "Standard Thickness Lining" of ANSI A21.4 (A'41A C104). h bituminous seal coat as specified in C104 will also be required ovar the mortar lining. "Standard Outside Coating" as prescribed in ANSI A21.6 shall be applied to pipe and fittings. 5. GASKETS: Gaskets for flanged joints shall rice full face type, natural red rubber, 1/16•-inch think. Gaskets for push-on or mechanical joints shall be rubber suitable for both water and sanitary sec,iage. r. INSTALLATION: a. Dv.~crigtion: Iron pipe, fittings, specials, and valves are to 5e installed at locations shown on the plans end specified in these contract. documents. Uniess otherwise indic:l,ted pipe in trenches shall be laid to the grade shown or an an even grade from point to point. for whirr elevat`ans are furnished. Excavation to line and grade for pipeline shall not , -tend more than two hundred feet (200'; ahead of the pipe laying. All of the requirements c,f the specifications Excavation and Cackfill coverr. for- the excavation of trenches of laying iron °>ipa, fittings, and specials. b. Pipe [land)intr All pipe, f:t.tings, special cast.incs and gate valves shall be lo~rered into trench by derrirk, tripod, crane or other suitable machine and ;:hall not 6e rolled in or "dumpr:d" into the french. Pipe, fittings, and valves sh311 be handled in such a manner a!not to damage tha coating. Dcfore lowering and while suspended, each piece of pipa shall be "r!mg" wi!.h it light hammer to detect flaws, and any unsoun; pipe shall be rejected. All di)•t and trash that msy be in the barrel o the pipe, on the spigot. ,ndior 'in the bell shill r,e removed while th-e pipe is suspended. All pipe and fittings shall be handled and 'low,',r•e.j intt the trench with slinr!s. The use of hooks, for Oandling pips. and fitting,, will riot be pormitted. Where it becanes nacessary to deflect the pipf, to avoid obstruction, he &ilection of each joint muct b~ approve,l by the Ergireer. The pipe is to be keel. clean during U ,e laying operatioA and fee of ill s+.icks, dirt and trash, and at the closer of each operating day the open 2E-2 end of the pipe is to be effectively sealed against iie entrarce of all objects and especially ,,ater. C. Mechanical yip e Joints: This t)pe pipe shall be jointed in full accordance wvTU the: manufacturer's recorr,riendations and shill be done in a neat and workmanlike manner. Cr - i shall be taker, to prevent shearing tie bolts. The jointing of the pipe shall be done as follows, unless otherwise directed by the Engineer: (1) Tha socket and plain} end shall be thoroughly cleaned with soapy water, then slip gland and gasket over, plain end 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 ir;to position, insert bolts and rure nuts on until finger tight. (5) Tighten bolts to uniform tightness with ratchc,t wrench. Tighten bolts one hundred eighty degrees apart alter- nately so as to bring up gland evenly all arou,d the pipe. Generally, the bolts shall be tightened as follows: Fach bolt nut shall be pulled with a t%;elve inch (12") ratchet wrench as tight as is corrvenierrt with using one hand. d. 51iP-pn Rubber_Ga,ket Joints: The jointing of iron pipe with slip joints shall be as recommended by the manufacturer unless :,therwise shown herein. The procedure for Jointing shall generally be as follows: (1) The spigot and bell are to be thoroughly cleaered and dried before starting the assembly of joint. (2) Place rubber ring gasket into the gasket recess of t.ha bell, the large end of tle ge.sket entering first. (3) Apply lubricant to the spigot end of the pipe and ilso to thr> in_ rle surface of the gasket. (4) I,isert the spigot end into the cell eitner by hariJ or with the use of a pipe puller (as rerf,jired for sizes larger than 8"), to the proper depth of insertion. When using a field cut plain end piece of pipe, taper the outside cut end of the pipe about );n" back at. an angle of 30 degrees with a por- table grinder cr a coarse file before making up joint. Field cut and scarf shall be refinished to conform to AW44 Specification C203. U-3 ng- ■ WMI e• FlanQeed JRints: The Contractor shall be responsible for the measureraen,. of all connecti accordance with the controlling dFlanged pipin(l shall h, Piece of flin nsicn shown on tJJ(,E erected in grease, ar,d oth~rpfoNreignl;natter,ICa~d flanged facet flans. Each g Y dean,-d to ,plj e dirt, rust Wire bi'ushed t0 inSUr Flange b , e ever, bearing for gaslet.s and matin be thoroughly olts shall be installed with bolts jn an ny d ,g flanges. joboilntts shall be tightened, each in turn, at a ,r d'rerat,A . Y c4L.ion. Flange around the 7• JOIiVTIfIG 'TO VITRIFIED Ctgy o , cl,3y pjF;e are to be 1PE. khere cast. iron and vitrified collar 3s detailed on joi plna ed, Arovi+e a 15° long reinforced concrete ns; concrete shall be not less than 1, 00 2nd may be mix,_d at the sRemove bel'I e 4epsj nd of cast iron pi' . EhD OF SECTI011 2E-I SECTION 2F - CONCRETE CYLINDER PIPE AND INSTALLATION 1. GENERA?: This Specification ccver:•, materials and fabrication for the 24-i6ch pre O nsioned concrete cylinder pipe and specials for the sewage forr.e main as detailed on the Drawings. U1143s rioted ntherwise herein the pipe sha'11 conform to Federal Specification SS-P-381a, Pipe; Concrete, (Pressure Reinforced Pretensiened Reinforcement Steel Cylinder Type), latest revision. Pipe may conform to AVO Standard C303-78, except as herein modified. Contractor has option of using joint lengths of wither 32 or 36 feet. 2. PIPE CLASS: The working pressure design for the pipe shall be not less than 150 psi; however, this specification and fabrication require- ment may result in pipe suitable for working pressure greater than 150 psi. This pipe it to be used for handling raw, domestic type, sewage and is to be fabricated and installed to resist corrosion due to the sewage and ground conditions. Coatings for all 24" pipe shall be one and one- fourth (1-1/4") thick. 3. OTHER SPECIAL REQUIREMENTS: a. Cement: Cement for use on inside and outside mortar coating shall be Type If Portland Cement, with not more than five (5%) percent tricalcium aluminate (C3A1). b. Bell Rings: Bell rings shall be as shown in AWWA C303, except thickness shall not be less than 3/16". C. Flan es: Flanges shall have American Standard drilling of class equal to or greater than the pipr: class, unless otherwise speci- fied, and shall match class of valves or appurtenances which are attached. d. CuriU: The pipe shall be cured by steam curing (hot water vapor) at a temperature of 100" F. to 150' F. The pipe. lining shall be steam cured for not less than 12 hours before placing helically would reinforcement. The completed pipe shall be steam cured for an addi- tional period of not less than 36 hours or water cured for a period of not less than 144 hours (6 days). Water curing is not acceptable if exposed to temperatures below 0' F. during curing period. e. Packing: Ends of the pipe and fittings shall be covered with a durable plastic membrane securely banded to the pipe to prevent ex- cessive roisture loss and too rapid drying of the pipe lining. Cover shall remain in place until pipe is ready to be laid. f. Insulated Connections: The Contractor shall provida insulated connections where other type metals occur. 2F-1 ~a~~ s Where outlets, or taps, are threaded, the Contractor shall furnish and install dielectric bushings, Where flanged outlets are to be insulated, the Cortractor shall furnish flange gaskets, insulating sleeves and two plasti .,ashers for each bolt. Main line insulation points shall be acLom;~' Shed with an insulated coupling, are t 5e cials; Eends for deflections necessary for installation )e furnished and delivered by the Contractor as requested by the Owner. Where deflections do not exceed five (5 degrees, the pipe will be installed on mitered ends of the spigot end Bends greater than five degrees will be required for installationpof the ipe ue to field conditions. Toe Contractor shall furnish and installpsuchdbends as needed. Specials for piping outlets and horizontal bends, Ftc., shall be as shown on the plans. Plate for specials shall be 1,ot less than 1/4•' thick, h. HeavX Coatin4: The Contractor shall furnish pipe with one and one-quarterol-17-47 ii'n`,.h thickness cement mortar Coating outside the pipe c.Ylirder. 4. PIPE LAYING CONDITaONS: Where pipe is to be installed across open country, the normal cover over top of pipe barrel is to two (4211) inches; however, in certain areas the cover wile beo gr forty- eater, Where pipe is to be installed within a steel cas section. frig under roadways, fabricator shall integriilly cast standard external bands on each pipe It is the intent that all ferrous metal be protected upon completion of pipe laying which will require some shop applied coatings and s(';oe field applied coatings. Coatings that will not interfere with installation shall be shop applied, whop application of cement mortar, 3/4" minimum thickness, shall be used for protective coatings. Galvani2ed wire mesh shall be used to reinforce coatings of specials. Where it is impracticable to use a cement mortar coating, and where directed by the Engineer, two (2) heavy coats of bituminous based mastic may be used. 5• DELIVERY: The pipe and fittings shall be delivered and along the trench site. The Contractor will be required to prear t richt-of-way ahead of pipe delivery and assist in unloadin the pipe. It will be the Contractor's responsibility to have the right-of-way in condition for trucks to travel over the site of the work and tht, Con- trecto) shall cooperate in such manner as may be required Lo expedite the pile delivery. 6. P;PE LAYING TECHNICIAN: The services of s factory-trained pipe laying technici tna be present during all pipe laying will not be required as a part of this Contract ; however, the pipe supplier shall 2F-2 atao.a~ make available such person for periodic assistance as rejuired by the Owner. The pipe supplier shall furnish the services of I pipe laying technician for startup and laying not less than 500 feet of pipe, and for same amount of pipe installed under each ,job superintendent. Pipe supplier shall provide such services for not less than 4 hours during each calender month. 7. INSTALLATION: a. Description: Concrete cylinder pipe, fittings and specials 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 an even grade from point to point for which elevations are furnished. Attention is called to the fact that the Engineer will set grades for pipe laying at. 100-foot intervals in areas where control of grade is necessary. All of the requirements of the specifications under the section, "Exca- vation and Backfill," govern for the excavation and backfilling of trenches for laying concrete cylinder pipe, fittings and specials. b. Pi a HardlinA: ripe, fittings and other accessories 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 -.void da,nage. In loading and unloading, they shall be lifted by joists .,r cranes as specified below, or rolled on skidways in such rjnner as to avoid sho~.k. 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 wort: parallel to the trench alignment and with bell ends facing the direction in which the work will proceed, unless otherwise directed. Under no circumstances shall the pipe remain on the ditch site for a length of time exceeding forty two (42) days. The time shall be com- puted from the time the pipe was removed from the final cure at the manufacturing plant to the day iy: is actually laid i• the ditch and backfilled. If in the opinion of the Engineer the pipe has been prop- erly protected by means of plastic end covers and water being kept in each joint of pipe, the Engineer may at his option extend the time stipulated above. Thq Contractor shall carefully observe the pipe for cracking and checking of the inside lining and should cracking occur in the inside lining the Contractor shall take immediate steps to protect the pipe. Any joint of pipe that has shrinkage cracks with a magi-Lim width of thirty mils (.030) in the inside lining shall be repaired by the pipe manufacturer by approved methods. If in the opinion of the Engineer the pipe is not suitable for repair, then the pipe shall be rejected and removed from the project site. 2F-3 Proper implements, tools, equipment and facilities shall be provided aril used by the contractor for the safe and convenient prosecution of the work. All pipe, fittings, specials, etc., shall be lowered into the trend} by means of a "side boom", crane and other suitable machine and not to be rolled or dumped into the trench. The "side boom", crane, etc. Shall be a sufficient size for handling the pipe, shall lift and lower the pipe at a slow rate of speed, and shall be capable of Mopping the lifting operation at any point without producinc 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. The method of connection shall be subject to the Engineer's approval. Before lowering into the trench, each joint of pipe shall tie inspected and any unsound or damaged pipe shall be rejected. The pipe shall be kept clean during the laying operaticn 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 sealed against the entrance of all objects and especially water. No pipe shall be laid in water, exi~ept in an emergency and then only upon permission of the Engineer. C. Pipe Jointing - General: Before laying each joint of pipe, the bell and spigot r cgs sha 1 be thoroughly cleaned by brushing and wiping. If ary damage to the protective coating on the r,:tal has oc- curred, it will be required of the ','ontractor to repair such damage before the pipe is laid. The damaged areas shall be thoroughly cleaned &nd immediately following the cleaning, the metal shall be painted with the same material uSEd originally in the manufacture of the pipe. Sections of pipe shall be tightly fitted together and care shall be exercised to secure true alignment and grade. Wt2re pipe is teing laid the gasket shall be placers on the spigot ring ana the spigot end of the pipe shall then be entered into the bell of the adjoining pipe and forced into position. The gasket and the inside surface of the bell shall be lubricated with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. The inside joint recess between ends of the pipe sections shall have a maximum opening of three quarters (3/4") inch and minimum of one quarter (1/4") inch. Nc "blocking up" of pipe or joints will be permitted. d. Exterior Joint: The exterior joint shall be made by placing a burlap joint wrapper around the pipe which will be held in place by .means of two metal straps. The burlap wrapper shall be seven (7") inches wide and hemmed on each side. The burlap cloth shall be of such length that it will encircle the pipe, leaving enough opening between the ends to allow the mortar tQ be poured inside the wrapper. The straps shall be of sufficient length to encircle the pipe and securely fasten the wrapper to the joint. The grout used for pouring the joint shall consist of one part Portland cement, (ASTM Spec. C150, Type 1) to two parts of clean, fine, sharp (plaster) sand, (conforming to ASTM Specification C144) and mixed to the consistency of thick cream. The joint shall be filled with this grout 2F-4 from one side in one continuous operation until the 9-out has flowed entirely around the pipe. During the filling of the joint, it shall be rodded wits fleil5le wire to settle the grout. e. Interior Joints: Upon completion of hackfilling of the pipe trench, the inside joist recess shall be filled with a stiff cement mortar consisting of one part of cement to two parts of sand by a qualified workman working inside the pipe. Cement shall be Type II or Type III with the modification that the cement shall contain not more than five (5%) percent tricalcium aluminate (C A) Cement shall comply with ASTM Specification C150 and sand shall conform to ASTM Specification C144. Prior to the placing of mortar, any dirt, or trash which has collected in the joint shall be cleaned out and the roncrete surfaces of the joint space shall be moistened by spraying or brushing with a wet brush. The stiff mortar shall be rammed or packed into the joint space and extreme care shall be taken to insure that no voids remain in the joint space. After the joint has beer filled, the surfaces of the joint shall be leveled with the interior surfaces of the pipe by troweling or brushing. Careful inspection shall be made of every joint to insure a smooth continuous interior surface. The interior of the pipe shall be thor- oughly cleaned and any obstructions removed that may reduce its carrying capacity. Following completion of pipeline progressively or in sections, including cor,pletic,n of inside joints and inspections, insofar as might be possible or practicable, the line shall be kept filled with water. f. Protection of Exposed Metal: All exposed t2rrous metal shall be protected by a minimum of one 1'f inch coating of Portland cement mortar. g. Patch: Excessive patching of lining or coating will not be permuted. Patching of lining or coating will be ellowed where area to be repaired does not exceed 100 square inches and has no dimansions greater than 12 inches. In !general, there shall not be more than one patch on either the lining or the coating of any nne joint of pipe. Whereever necessary to patch the pipe, patch shall be made with a mortp.r of one part Portland Cement and two parts clean, sharp sand; all me2-.,re- ments to be of weight. Pipe thus patched shall not be installed until the patch has been properly and adequately cured and unless apnrn%forr fir laying by the pipe manufacturer's inspector and by the Engineer. 8. HYDROSTATIC TEST: a. General: After the pipe has been laid and backfilled, the newly laid pipe shall be subjected to a hydrostatic pressure test. For any section being tested, the pressure applied shall be such that at the lowest point in the section, the test pressure shall be equal to the pipe design class. 2`'-5 Each section of the hipe shall be slowly filled with water and the f,pecitied test pressure, shall be supplied by oieaas of a pump connected to the i,ipe in a satisfactory manner. The pump, pipe connection, and all necessary apparatus including gauges and meters .hall be furnished by the Contractor. b. Procedure: Pressure test shall be made at the pump station on one end and against a temporary blind flange at the manhole on the other end of the force msin. A flange shall be provided on the end of the pipeline flush with the inside wall of the manhole and shall be drilled and tapped for bolting on the blind flange with stud bolts. Remove bolts after satisfactory tests. Care shall be used to soa that all air vents are open during the filling. After the line, or section thereof, has been comple.ely filled, it shall be allowed to stand under a slight pressure at least 24 hours to allow the pipe to absorb what wi+te,° it will and to allow the excape of air from any air !Dockets. During this period, the plugs, valves, manhcles, and connections shall be examined for leaks. if any are found, these shall oe stopped, or in the case of plugs in the main lin.-, provision shall be made for measuring the leakage during th., ' test. the water oecessary to maintain the test pressure shall be measured through a Contractor shall meter rall necessary Owner. furnish Before applying the specified test pressure, all air shall be expelled from the pipe. In the event. it is necessary toCexpelltairmfrom hi the points other than where taps are provided, the the tap. No extra line for this purpose and after4ard tightly plug compensation will be made for these taps. Duration of test shall be four (4) hours. C. Examination Under Pressure: During the last two hourof the test, the entire route of the p p31Tne under test shall be inspected locate any leaks or breaks. Any defective points, cracked or defective pipe or fittings discovered in consequence of this preFsuretest shall be removed and replaced with sound material in the manner provided nd the test shall be repeated until satisfactory results are obtained. -Any and all noticeable leaks shall be repaired regardless of whether the actual leakage is within the allowable. d. Permissible Leak: No pipe installation will be accepted until the leakage isT less than 13.1 gallons per hour, per mile of pipe, based on 32' joint lengths and 11.0 psi test pressure. e. Leakage Defined: Leakage is defined as the net quantity of water to be supplied into the newly laid pipe, or any valued section of it, necessary to maintain the specified leakage test pressure after the pipe has been filled with water and the air expelled. Leakage shall be 2F-5 less than that specified in AWWA CE00-64, Section 13.'1 for push on type pipe joints. f. Variation From_Perriissible tea_kage: Should any test of pipe laid disclose leakkaQe greater than that specified, the Contractor shall at his own expense, locate and repair the defective joints, until the leakage is within the specified allowance. 9. MATER FOR HYDROSTATIC TESTING: It shall be the responsibility of this Contractor to provide the required amount of potable water for making test stipulated above. Since water is not rendly available in sufficient quantity at any point along route of force main, approval of the Owner has been authorized tc, supply this water in the following manner: a. Contractor may secure water at the established Water Depart- ment rate from an existing fire hydrant; on Bonnie Brae Street approximately 300 feet north of Manhole No. 19 at the upper end of the N.T.S.U. inter.Qptor; b. Through a meter and an arrangemeat of piping or hoses fur- nished by this Contractor, water may bra tran:,ported and introduced into above man,tiole. This water will then by gravity flow into wet well of Pump Station being constructed under Contract 'B"; and c. From the wet well, by using one of the pumps being installed under Contract "B", water for test purposes may be pumped Into • the force main. The foregoing shall be subject to the following requirements: a. The cost of water and method of transporting same to Manhole No. 19 shall be at the expense of this Contractor; b. Exfiltration tests required by Section 2K shall have bean completed and lines accepted by Engineer l,etween Manhole Nv. 39 and the Pump Station; C. Piping, valves, gauges, etc. to transport water from discharg,~ side of wet well Dump to the force main she.'.' be at the expense of this Contractor; d. All of the foregoing is predicated on the assumption that the pump statio;i facilities will have been sufficiently completed, at the time scheduled for testing of force main, to permic this operation; and e. This method of obtaining test water shall be coni•idered as a suggested option; it is not rvandatory. Contractor may m,,ke any other suitable arrangements to comply with these speci- fications. 2(-7 full cooperation bet.wi-en Co)t.ractcrs under botF contracts op this T)rcjc!ct will b2 essential. 10. CONCRETE TNPUST DI OU ING: E'locking shall be provided at all bends in tnis force main in accordance with, Section 3f1 of these Specifica'cions. 11. SHOP UkAWING_S: fabrication drawings of al', steel cylinder conc ote pipe and special fittings shall be submitted fo+' approval prior to start of f4brication. END M SECTION 2F-8 4 im Evil SFr )ON 2G -SEWER Ytivit,_F:S 1. ;EIJERAl: This section covers standard and =pen=al ,manholes for the sanitary sewer. Manholes shall be constructed complete with covers, fitt.i%is, anti other ,,ppurteninces, in accordanco wits the details indi- cated of the drawings using cast-in-place concrete. 2. F1OOOLE BASE: As applicable the details shd~n on ,thr! pl;rns ;,;,,all apply. ` W i:anhole bases, or footings, shall be poured with 2500 psi concrete. Where manholes are on a straight run of pipe, the footing Oall be poured and the pipe .hall be laid ti'ro_~gh the manhnle. After monolithic walls of the manhole are in place, concrete shall be fillerri-in around the pine at !east to the spring line of pipe and then sloped upward to the wails at not less than 1" per foot. The top portion of [Wipe shall then be broken out smoothly and the edges pointed u;a to complete the manhole invert. Where manholes are net on a straight ,,nn, Cnntrac.tor sh=ill prov;dc~ a drop from inlet to outlet through manhole, as shown on sewer profiles, with a concrete paved and fcrsned invert. up ".r, the equivalent top of pipe ,'ol'iowing pa :h tf sewerage f'cow. The concrete porlA on of all inverts within manholes shall be given a smooth steel trowel finish. The first section of pipe extending out ;.c minirum of 24 inches from each side of manhole shall be carrried it concrete as part of the nanhoie base. No additional payment will be made for this concrete cradle; sage shay, be included In the bid price for a 6-foot standard manhole. 3. MONOLITHIC MAN}i0L£S: Monolithic concrete manholes shall be poured on ~.hs joG site using specially designed, rp-usahle plastic or metal fours. Manholes shO l be poured from 4000,V concrete to provide a tormed wall thickness of at least 8 inches. Monolithic manholes shall be substantially watertight when completed. Bases, or footings, for tisese manholes shall be as described move. 4. MANHOLE RINGS AIX COVERS: Manhole rings and covers shall he made of gray iron"castinils, ASTM A48, and shall conform to Class No. 30. The general dimensional requirements for the Standard manhole ring and cover sh=-11 be as follows: Diar)eter of lid 24 Thickness of lid of edge 1-7/8" Clear opening in frame 22-.112" Total depth of frame 5-1/4" [)~-pth of lid seat in frame 2" Otsfde diameter of frame at bottom 32' Width of frame flan[le at bottom 4-3/4~ 2G-1 The ring and covvi shall be Western Iron Works, San Angelo, Stoclc No. 42, Trinity Valley lro,- and Steel Conq)any Pattern Fo, 6l2 having a weight of RO pounds, the equivalent pattern as prduced by hlrKinley Iron VlorFs of Fort 'dor-th, Texas, or- approved equal, L'rds shall be interchangeable, and adaptable to all other rings of this pattern. The accuracy of the castings shall be such that the lid will havf! full bearing on the seat ring, and will not rattlE under traffic. All castings shall be clean and sound, and free of blow or sand hole's and other defects. The top cf manhole ring shall be accurately set to cram by use of 2" x 8" preca!t concrete rings ((,.,TP1 C-478) or brick, grouted in place with 1:2 r,ort~)r; use minimum of 4 rings in streets and paved areas aid two rings Et other locations. 5. MAN_ iOLE FUNG AND LOCKING BAR: Shall use a manhole ring with locking t,ar for wet well access Lit pump station. Manhole shall be McKinley UkC24, Neenah Foundry Co. R-6470, or a.,jproved equal. 6. FLOOD ARLA MANHOLE COVERS: All sewer manholes in the 100-year flood prove area, the lop of which is under elevation 5,11, shalt be fitted with a special manhole ring and cover hailing a "oo'lted-in-place cover eq,jipped with a bac',cwater• vented valve as detailed on the Drawings. Basic castings and dimensions of ring and cover shall amply with Para- graph 4, above. 7. MANHOLE STEPS: Non-metallic manhole steps shall be "Perma-Step" as manufactured Ey Utility Products, Inc., 8618 Broadway, San Antonio, Texas, "fCH Manhol+. Steps" as manufactured by Improved Construction Methods, Inc., P. 0. Box E~85, Jcksonville, Arkansas, or steps of Equal quality. Spacing of steps shall be as indicated on the Drawings. 8. STUBOUTS AT MANHOLES: For future sewer extensions, prrvide a si ngle length of-[.C. pipe stubout of the pipe size and ir,vert elevation at base of manholes at locatlorss as indicated on Drawings. Expense of these stubouts includin; permanent type end closure and concrete cradle therefor shall be included as a part of the price quoted for standard 6' manholes. 9. IN'iERCONNECTiNt MANHOLES: As detailee, on drawings, certain new manho`rs-'fin the'itkury Creek Gravity Outfsli line are to be inter- 'connected with manholes in the existing paralle" sewer line. Work under this headin;l consists of cutting a hole of f:fficirsnt size and appro- priate location in existing manhole to accommodate new sewer pipe at tht~ grade shown; insert sp-got end of pipe, with non-shrinking grout to close prripherai mole for full thickness of manhole wall; and cradle pipe out to bell e,d with 15004 concrete. Cradl+a shall be minimum of 6" below, i,ipe for furl width of trench and extend up to spring line of pipe. Reirb,.-rsemer,t for these interconnect.iors shall be at the prices qu%rted for each such interconnection as providod in the Proposal. 2c-2 10. RECTAh3JLAR MANHOLE.: Specially designed concrete manhol4,, (one at the 4l~ste~ater 'Treatment Plant and one at the upper end of the Pecan Creek Relic` No. 2) shall be constructed of 3i,UO psi concrete as de- tailed, PI'oVi~i0n h.as been made in the Proposel for a lump sum Faynent on H cn of these items. 11. OFF-LINE MhNHOLES: T standard 4-foot diameter rr3,holes (one at the upper end of ne Cr--cd Lift Station Interceptor and one at. Sta. 59'}45 on the N.T.S.O. interceptor) are to he constructed away frorr, the train sewer line. tack are to intercept influent lines to existing lift Stations. Ea.;t of these ria•,holes shall include all {piping and conven- tions required for a complete job at the lurrp sin price quot^c' for' ?ach on the Proposal. The "Off-Line" mirw!0 e at. Sta. 148+32 of the Gravity Outfa 1 of the hickory Creek Interceptor will be paid for at the unit:, prices quoted for standard manholes end for vitrified clay pipe. E140 OF SEC T lON 2G-3 SECTION 2N - ELEVATED CREEK CROSS1165 1. (;E NEPAL: ?his, section covers tha installation of ductile iron pipe on reinforced concrete piers to form elevated sewer crossing over creek beds. The location and detail of each crossing shall be as detailed on drawings. 2. PIERS: base of all piers shall be formed on undisturbed firm foundation at thre elevations shown on Drawings unless a statle z,hale or rock having suitable bearing capacity; in the judonent of tte EnginEer, is reached at a higher elevation than shown. Concrete and reinforcing steel shall conform with Section 3A, herein. Concrete shall be of 3,000 psi strength. Care shall be taken in the placement of footing steel with respect to direction of stream flog as detailed. 3. CARRIER PIPE: All elevated creek crossing pipe shall be ductile iron wit mechanical joint, of the diameters indicated. Pipe inverts with uniform gradients as shown must be followed. The u:;e of metel shims if follower by a cement grout to provide a full pipE support will be permitted to achieve proper grades. 4. f1EASUREMF11T AND PAYMENT: Since there will possibly be a variation it dep" of pier o-ot gs, n ereby affecting the total heiriht of same, these elevated crossings will be measured and paid for in the following manner: a. The lower 4 feet and the upper 2 feet of each pier, including steel strap, anchor bolts and placing of carrier pipe -will be considered as a "standard 6-foot pier" and will be paid for on a u-iit price basis; h. Ti;e inte mediate portion of each pier between a`r%ove limits will be paid for on a unit price per "vertical linear-foot" of pier; C. The carrier pipe will be measured and paid for on the unit price quoted per linear-foot for the diameters indicated. 5. QACKFILi. AND CLEANUP: As soon as practicable after forms have beer removed, Contractor shall by hand tamping or by pneumatic methods, thoroughly compact backfiil up to original configuration of creek bard. Surplus ex_~nvated material, form lumber and debris rESUlting from con- structing 'these crossings must be removed from creek bed. END OF SECTION 2H-1 SECTION 2I - CROSSINGS UNDER PUBLIC ROADWAYS AND RAILROAD5 1. GENERAL: Details have been shown on plans for the location, size, length anddepth of all sewer lines crossing under public roads and under railroads. In some instances, a casing shall be installed at the crossing by either boring, jacking, tunnelling or any combintit.icn thereof. A cast iron carrier pipe shall then be Installed within this casing for gravity sewers and a 241' steel cylinder concrete pipe installed for the force main. In other instances, crossings are to br made by boring a hole of r,de- quate size and installing a cast iron carrier pipe within the bored hole. All crossings shall be in conformance with details on plans and with these specifications. 2. CASING:: All casings shall be smooth steel conforming 0th ASTM Specification A139, Grade "8", with a wall thickness of not less than 1nch, Minimum yield point of the steel shall tie 35,000 psi and have a minimum tensile strength of 60,000 psi, Casing shall be in one con- tinuou., p;ece for the full lengths as indicated. After tl,e casing has been installed and checked for correctness in both alignment rnd grade, the entire void between out-ide of casing and earth walls of bored tunnel shall be pressure grouted with a sand and portland cement mixture. Grout shall be composed of one Fart cement, about 3-1/2 parts sand and sufficient water to provide a slightly fluid mixture. Components of grout shall conform with requirements of Section 3A, herein, and may be job mixed. After carrier pipe has been installed, both ends of casing shall be plugged with 15004 concrete as detailed. 3. CARRIER PIPE: For gravity flow sewer lines, the carrier pipe shall be r.ast idon'ti,ith gasket type joints designed for 150 psi internal water pressure and conforming with requirements of Section 2E, herein. Where gravity flow carrier pipe is installed within a casing, same shall be equip)ed with and supported on oak skids and pushed or pulled thru the casiiq and then the lower one-fourth of casing inside diameter filled with blow sad. Where gravity flow carrier pipe is installed within a bored hole, same shall be pushed or pulled thru thb ripening and then the entire void between carrier pipe and hole pressure grouted with cement-sand mixture as described in paragraph 2, above. The force rain carrier pipe shall be steel cylinder concrete pipe con- forming with requirements of Section 2F, herein. Same shall be installed i 2I-1 within a steel casing supported on integrally cast external bared and may be pashed or pulled thru the casing. After installation, the lower 1/4th of casing shall be filled with blow sand. 4. OPEN TREINCNINu: Beyond the limits shown on drawings for boring and/or casi nra, Contractor will be permitted to use the open trench method of sewer pipe installation. 5. PERMITS: The City of Denton will obtain all required Crossing permits and7or licenses authorizing this construction and e copy of each will be furnished to the Contractor. Sane shall be kept on the site all during construction. In addition to requirements of these specifications, all construction within rights-of-way of highways and railroads must comply with stlpu- lations contained in the respective permits for these crossings. Ade- quate safety precautions must be exercised by the Contractor to protect the public when boring pits or trenching is o,^.en inside any portion of rights-of-way. 5. BACKFILL AND CLEANUP: Boring pits and trenches within rights-of-way shall receive compacted backfill as required by Section 28 of t,iese specifications. Same shall he neatly shaped and trimmed to conform with original ground surfaces. These areas shall be cleaned of all excess material, rubbish, et.c. 7. MEASUREMENT AND PAYMENT: Contractor will be paid at the unit price quoted pet, li en ar foot of bored hole" or "casing", as the case may be, complete in place including joint preparative and insertion of carrier pipe for each individual crossing, exclusive of the unit price quoted for the carrier pipe. To simplify wording in the Proposal, each crossing has been listed alphabetically corresponding to the identifying letter shown for each crossing on the Drawings. END Or SECTION 1 2I-2 SE_C7IJ.N 2J _ Cp,.tgIfJATION AIR F,FLEl,S~`,q_ND VA-_t_UUtq VALVES 1• GENE R,3 L: combinat}on se This section cover's the furnishing der concrete pipe ge foaircre release and vacuum valves inntoi"stallation of n at, locations salvo p of steel c The sewa on Drawings. duri n g Ylin- ge air and vacuum valve shall nr filling of the' he force main and uestricted en ry o s force main under vacuum P•sag a of air conditions. entry of air into the 2• DESIGN P,F U to include two IREMENTS: Valve assembly shall be steel float (2) stainless steel floats havin designed and guide to maintain an air g 4 common c assembled top shut-off float to gap between the bottomtfloatsand float. The internal baffled the waste ;solids from clo air flow and shall retain shall protect the shut- ggfloat ing the shut-off shut-off but easy the seat in puce without odistorrtionrfordtight more. The sewage air and Both €roats psi nn hose and blow off valves toacuum valve shalllinclude~~nd lOCO permit flushing without dismantli~g`onect Valve components shall comply with the following minimum standar Body, Cover & Baffle Cast Iron ds. Internal Bronze Parts ASTM A48 Class 30 Stainless Floats ASTM 8143 Internal Delrin Parts ASTM A240 Exterior 'aint Red Lead ASTM D2133 3 E UIPMENT: TTP86 B Type IV Inc. , Model o• V~tl~ves shall be APCO Model No. 404 4-SA., or approved equal. , or GA Industries, Valve housing manhole shall be 3pprop Valve riate length hallo a section Of 54" diameter cast igth h n g a precast Concrete cove and concrete pipe of g and cover access, and a standard 24" q• INSTALLATION- : main taro Valve assembly shall be connected g a 4-inch threaded outlet and ass to t with manufacturer's recommendations, embled in strictoaccurdance over force main except where shown on plasm shall refer g manhole steal) he centered to ffst. tr, drawings for geoeral ar Contractor rangementbofofinisteed installation. END OF SECTION 2J-1 SECTION 2K - EXFILVATIOM TESTS 1. GENERAL: Exfiltratinrr test shall be performer: )n all gravity newer pipe by eeither a hydrostatic or a pneumatic method, as specified. Hydrostatic testing of force main is specified un,.er Section 2F, herein. 2. E'FILTRATION TEST HYDROSTATIC METHOD: Ail seer pipe shall be so installed Liat the completed sewer will have a maximum exfiltration of 150 gallons per inch of internal diameter', per mila of pipe, per 24 hours, where the maximum hydrostatic head at the centerline of the pipe does not exceed twenty-five (25') feet. In measuring the exfiltration, a tempurary test stack to 15 feet above the top of sewer level shall be built in the sewer line just outside the manhole at the upper end of the new line or section thereof. All open ends (service lines, etc.) shall be plugged and water introduced into the test stack, filling the line and the stack to top level. After water has remained in the line twenty-four (24) hours, the water level is again brought up to the stack top elevation. After one hour, the water level is mAasured from the stating point and the quantity of leakage computed. If necessary, the line shall be repaired and the test rerun until the exfiltration is within the requirements. The test stack shall be removed upon completion of tests. Water used in testing may be obtained at the nearest fire hydrant at the Contractor's expanse, In lieu of the exfiltration test, the Contractor may use or be required to use air test as specified in paragraph below. 3. EY,FILTRATION TEST PNEUMATIC METHOD: Air Test. a. General: When specified, in accordance with the stipulated requirements on the project plans or sp.cifications, air tests shall be made on sanitary sew,ar systems. Such air tests shall be 1rrade by the pressure drop versus tine method. b. ke uirements: On sanitary sewer systems requiring air tests, the contractor shall furnish all material, equipment and labor. The air gages will be dead weight tested and approved by the Engineer. The Engineer shall judge the rosults of the tests. The test shall be per- forwed using the below stated equipment according to stated procedures. C. Equipment: (he equipment used shall meet the following mini- mum requirements: (1) Pneumatic plugs shall have a sealing length equal to or greater than the diameter of the pipe to be inspected. 2K-I f (2) Pneumatic plugs shall resist internal test pressures without requiring external bracing or blocking. (3) All air used shall pass through a single control parel. (4) Three individual hoses sh311 be used for the following connections: a) From the control panel tj pneumatic pluijs for inflation. b) From the control panel to a sealed line for in- troducing the low-pressure air. c) From a sealed line to control panel for continually monitoring the air pressure rise in the sealed line. (5) Air compressor of adiquate capacity for charging the system. d. Procedures: All pneumatic plugs shall be seal tested before being used 1n the ,actual test installation. One length of pipe shall be laid on the ground and sealed at both ends with the pneumatic plugheto be checked. Air shall be introduced into theTplugs to 25 p5 ig. against sealed pipe shell be pressurized to 5 p g• hold this pressure without bracing and without movement of the plugs out of the pipe. After a manhole to manhole reach of pipe has been backfilled and the pneumatic plugf have been checked by the above mentioned procedure, the infl inat each troducedainto this sealedeline until 25 plugs shall be lad se air nshthe allline pstg. Low pressur Allow at least two minutes the internal air pressure ,-eaches 4 psi g• for the air temperature to stabilize, adding only testedthe n is faired in required to maintain pressure. If the pipe to be is ground water, insert a pipe probe by boring or Jetting tthepbackfiel material adjacert to the center of the pipe, a in the probe when --ir passes slowly through it. This is back pressure due to ground water submergence over the end of the probe After gthege amou nt. pressure in the test should be ofcminimuim pressure in the pipe) start. stabilization period psg .stop watch. Oetermine!e~ time in that is air pressure to reach 2.5 psig. time for runs of single pipe diameter are indicated in the following ,able: 2K-2 i AIR TEST TABLES MINIMUM HOLDING TIME IN SECONDS R17QUIRED FOR PRESSURE I TO ORW FROM 3-1/2 to 2-112 PSIG PIPE DIAMETER 4" 8" 10 12" 15" 18" 21 24 27" 30" 33 3t;" 39" 25 4 10 18 28 40 62 89 121 158 200 248 299 356 418 50 9 20 35 55 79 124 178 243 317 401 495 595, 713 837 75 13 30 53 83 119 186 267 364 475 601 743 898 1020 1105 100 18 40 70 110 158 249 2.56 485 L34 765 851 935 125 22 50 68 138 198 309 446 595 680 150 26 59 105 165 238 371 510 175 31 69 123 198 277 425 200 35 79 141 220 317 225 40 89 168 243 340 250 44 99 176 275 275 48 109 194 283 300 53 119 211 350 62 139 227 400 70 158 450 79 170 500 88 550 97 600 106 650 113 170 227 283 340 425 510 595 680 765 851 935 1020 1105 NOTE, TO BE USED WHEN TESFING ONE DIAMETER ONLY. I System tests shall be subject to modification of this table which shall conform to tsbles and nomograph on file with the Engineer. Should the sanitary sewer system fail air tests, the Contractor shall find and repair the leaks and retest. On systems where water tests are applicable for testing manholes, water tests shall be performed on the manhole even though the pipe is air tested. Cost of all material, equipment, labor, etc., required in testing shall be included in the price bid per foot of pipe in place. • END OF SECTION I 2K-3 SECTION 2L - CHAIN LINK FENCING 1. GENERAL: Furnish and erect 6 ft. high chain link fencing with 3 strand. herbed wire barrier above as sho'6n on the General Layout of the punp station, together with single ar double swing gates at the indicate, locations. 2. FAB_'2IC: Fabric shall be 6 foot width, 21' mesh, 9 gage wile, heavily galvanized by hot-dip process according to W M Specification A372_651, Class II after weaving. both edges of fabric shall have twisted and barbed finish. 3. LINE POSTS: Line posts shall be one of the following sections: a. Pipe-section AISC standard 2 in. nominal diameter copper-steel f pipe with O.U of 2.375 in. and a minimum weight per linear f foot of 3.65 lbs. b. 4-section, 2 in. by 2-1/4 in, copper-steel H-section with a minimum weight per linear foot of 4.1 lbs. 4. TERMINAL POSES: Terminal (end, corner, and pull) posts shall be not 'Jess than AISC standard 2-112 in. nominal diameter copper-steel pipe with an O.D. of 2.875 in, and a minimum weight per linear foot of 5.79 lV's. 5 GATE POSTS: Posts for gates with op-nings of 12 ft. to 26 ft. for • double gates shall not be less than AISC standard 3-1/2 in. nominal diameter copper-steel pipe with an O.D. of 4.0 in. and a minimum weight • per linear foot of 9.11 lbs. 6. CHAIN LINK GATES: Gate frames are to be fabricated of AISC stan- dard 1-T in. nominal diameter copper-steel pipe with an O.D. of 1.9 in, and a minimum weight per linear foot of 2.72 lbs. All gates shall be trussed diagonally in both directions to opposite corners with 3/8 in. round copper-steel rods with a turnbuckle for adjustment. Gates shall be assembled with malleable iron or pressed steel corner ells with a minimum of four rivets or bolts with lock washers per corner. The chain-link fabric shall be the same as specified for the fence. Hinges shall be high grade malleable iron of t;-)e ball and socket type 01 ch will permit the gate to open in and swing 90 degrees. Latches, hasps and bolts shall be accessible from the outside of the gates as specified and shall provide for padlocking. 41h?n latches of the cane bolt type are specified they shall be arranged for padlocking and be complete with a socketed center rest in concrete to hold the gate securely and in true alignment when closed. Unless otherwise specified, ill gates will be completed with a semi-automati: latch or holdback set in concrete to secure the gates in the open pos Wt on. 2L-1 7. 10P RAILS: Top rails shall be the RISC standard 1-1/4 in. nominal diameter corner-steel pip- with an O.D. of 1.660 in, and a minirum weight per linear foot of 2.27 lbs. The top rail shall pass through thF base of the ling. hest tops en,d form a continuous brace from end to end of each run of tcnce. Coup I, .s shall be outside sleeve type and et least 7 in. long; 1 coupling in every 5 shall contain a heavy spring to take up exp.;rlion and contrac- tion of the top rail with spacinu riot to exceed every 100 ft. 8. POST TOPS: Post tops are to be heavy malleable cast iron or heavy pressed steel. Base, of the post tops shall have flarge5 which fit around the outside of the tops of the post. Post tops for all pipe posts shall be designed to exclude moisture from post interior. 9. BOTTOM TENSION WIRE: Bottom tension wire shall be No. 7 gage galvaniied or aluminum coated spring coil or spiral tension wire with a minimum allowable tensile strength of 80,000 psi. The tension wire hall hold the tabric in proper- alignment and be resilient so es to restore alignment when the fabric is deflected and it shall not per- manently elongate under normal deflection. 10. TIES: When the line posts are H-sections, the fabric shall be fastened to them with No. 7 gage galvanized or aluminum coated clips to be clinched at the back of the post. The fabric shall be fastened to top rails or pipe section line post with No. 9 gage galvanized or aluminum tie wires. The fabric shalt be attached to the bottom tension wire w;th No. 12.1/2 gage galvanized or aluminum coated pig ring;. 11. BRACES: Braces shall be AISC standard nominal diameter 1-1/4 in. pipe as described in 7. TOP RAILS, or a 1-5/16 in. by 1-1.12 in. H-section with a minimum weight Fer-`lj as foot of 2.27 lbs. The braces are to be spaced midway between the top rail and the bottom of the fabric and are to extend from all terminal (end, corner, and pull) posts and gate posts to their brace post. The braces shall bp securely fastened to the posts by means of malleable iron or pressed steel connections and shall be trussed from the intersection of the brace and brace post' back to the base of terminal or gate post with a 3/8 in. copper-steel rod and turn- buckle assembly. 12. STRETCHER BARS: Stretcher bars or tension bars shall be 3/16 in. by 3/~ in, bar or an equivalent section of good quality steel and of sufficient strength to maintain the tension in the fabric and alignment of the mesh. The clamps or stretcher bands shall be fastened to the stretcher bars with 3/8 in. bolts. 13. ELECiRICAL GROUND: The fence shall be grounded where a power line passes over the fence, in each separate section of fence, and not less than every 1,000 feet of continuous fencing. The ground shall consist of a copper weld rod 8 ft. long and a minimum of 5/8 in. in diameter and it shall be driven or drilled vertically into the soil until the top of the rod is approximately 6 in. below the top of the soil. A No. 6 solid 2L-2 Copper conductor shall be brazed to the rod end t~ ..he fr!nce in such manner that each element, of the fence is grounded 14. BARKD WIRE AND EYUNSION ARPIS: Barbed wire s;1s11 to double strand 12-1/2 ila'ue tw %;ted wirf'rith 14 gauge, 4 point round steel barb, spacer) on approximately 5-inch centers. Extension arms to ar:co:rmodete barb wire shall withstand 250 pound puildown load from erd of arm, and have a 3-inch apron around cost. 3.5. U NSTRUCTION: The rr,ain link fence shall be constru;ted in ac- cordance with tf1e details _:rowa on the plans and as Spr,cified herein, with new materitis, and all work shall be performed in a workmanlike' manner satisfactory to the '_ngineer. Prior to the begirrni,ig of the work, or upon request of the Contractor, the Engineer shall locate the position of the work, by establishing and marking the line and grade for the fences. All posts shall be spaced not more than ten (10) feet apart, and set in Class 8, 2500 lb. concrete, as shown on the plans. The concrete bases for the posts shall be sufficient depth to provide a minimum of two (2) inches of concrete belooi the bottom of ':he posts. The top of the con- crete bases shall be slightly above the ground, trowel finished, and sloped to drain away from the posts. All post settings shall be made carefully so that all posts shall be vertical, in trua alignment, and rigidly secured in position. On terminal (end, corner, and pull) posts and gate posts, the post tops and brace rail clamps around the posts shall be placed before settling Vie posts in the concrete bases or at such a time that heavy clamps can be installed with)ut spreading them to accommodate the post. Pull posts shall be placed not over five hundred (500) feet apart in straight runs and at each vertices angle point. Berner posts shall be placed at each horizontal angle point. Corner arid gull posts shall have horizontal braces and truss rods bs shov,, on t;re plans or as specified. Fabric shall be stretched at intervals of app"eximately 80 feet. Ties to too rails shall not exceed 24 inch centers. 'Aire slips for If-section posts and tie wires for pipe posts shall be spaced not more than 14 inches on centers. All gates shall be so erected as to swing irt.o the site. hinges ind diagonal bracing shall be adjusted so that gates will hang level. 16. FOUR F00T FENCING: The 4' high chain link fencing shown at en[r~nce road shall generally be in accord with the forte with barbed wire above is not required. `g01n~ except bracket arms END OF SECTION 21-3 I SECTION 2l4 REp --LACEM::N ---__T_Q< ST_REET AND r?OAD SURFACES 1• f~ENFRAL: Where sewer Contactor shall the conitrucross paved streets or Pavc.-d areas that perform the cpsctipn as herein cF, roads, the pavement replacedarcoTt,? pr darrtaged durin ec i f ied. 9 cpnstruc.tion shall havertheng Thr pavement r P etc 'with base material before constrcctinn e startedall be of c;; terein spec'fi,>.d. ,ality Is ntt less than that existing STREET AN() DRIVE PAVED c Paved surfaces in URrACE5: Tht~ Contractor stealI cut the farallel ,~ncj straight lines for removal ahead of pipe wi~dth~landlhe init;al part of the paving before replacing the pavement additionaltliresashall be cat for removing pavement on each sid~a be trench Of trench to not less than one foot wherein the base and surfacing is to be romovj,d E,nd replaced. {1') Under areas where pavement exists, Contractor shill backfill trenches above pipe zone with compacted granular material as previously speci- fied and as shown on Orawi paved surface, ngs, to within ten 10" { ~ inches t)f existing tiny In this top 10" of trench, including the 12-inch side, install flexible base material r,~eetingTexas7li Widened on eacli rtment Standard Specification for base course shall be thoroughly com acted , Item 248 g y nsit p to not less than 95% Modified Proctor me y• This base material shall remain in place and traffic for a minimum of 30 days. t After this exposed to inches and remove all foreign or objectionableematterev,i power or hand brooms. remove the top 2 it th power bip;rers, Tog this base course, StaaPply coating of 1IC-70 conforming Hiway Department sions", Item No. 300 at the rate of not less ~thanp0.15s' llon o i, Ere than 0.40 gallon per square yard of base course, dependin field conditions. gallon or more g upon actual Abutting contact edges of Previous! or' mppped with a thin coat of bi y cut asphalt payin l conforming to Texas Hi hwa tuminous tack coat material .RJ.` 250Prayed "Asphalts g y Department Standard Specification for Oils and Emulsions u, Item No. 300. 7h c' bituminous hot-mix surface course less than 2 inches, shall conform to TexaspIlithwats a Specification for "I10t,-Mix Asphaltic Concrete P ve r~thr ictl,ness of not Asi~hal g Y Department Standard t material for surface course shall be asphaItcemL forming to T D em No. 340. con- sion;;" H standard Specification for 'Asphalts t AC-10 , Item No. 300. Paving mixture shall be Type Oils and Emu!. Handlin Placing and p yp" D shall Con form with SandardstofnTexaslHi~ghway bDepartmen•M f C material t. 2M-1 The edges of areas to be removed shall be precut, scored and sawed in sera+ght and parallel lines so as to provide neat. apoearanc(-. The unit p - ice quoted per square yard to "Replace Asphalt Paving and Qaso" shall include he asphalt paving, compacted base a+,d the addi- tional granular pipe embedment material, exclusive of tr,e price quoted for, the norma! furnishing and installing of sewer pipe in these areas. 3. OTHER iMYPOVEC) STREET SURFACES: Where sewer lines traverse or cross t.h'rougn gravel surfaces' public roads or shoulders, the Contractor shill replact the gravel surface wit'i nLterial of quality ini workman- ship at least equr,l to the existing surfaces at no additional compensation. Sewer lines in gravel surface public roads shall be installed with compacted granular material above pipe zone as stipulated under Item 2, above. Where the Contractor cuts, or damages private dirt or gravel driveways, he shall replace-the damalled areas to the satisfaction of the property o4,ner. No compensation for replacing or repairing private driveways is to be alloyed above that included herein. 4. MAINTENANCE: The Contractor shall maintain t;-.e surfaces inside street areas so as to avoid hindrance to traffic or cau••Q nuisances, until acceptance by the Owner. 5. LAWN AREAS: Where sewer pipe crosses maintained lawns in resi- dential roadway areas (not open fields or pastures), the top 6" of backfill shall be of topsoil and shall contain grass sod similar to that existing so as to expedite growth of new sods over the disturbed area. 6. CERTIFICATES: The Contractor will be required to furnish certifi- cates for plant control of the Hot-Mix Asphaltic concrete mixtures for approved by the Engineer. The. Contractor shall maintain the surfaces, as a part of his guarantee, for a period of one year after the project. is completed and shall correctly add additional material as needed curing the guarantee period. END OF SECTION 211-2 1 SECTION 3A _ CAST IN PLACE CONCRETE 1.00 GINERAL 1.01 SCOPE The work covered by this item eon~ie,ts of furnishirng all material mixing and transporting equiprient, and Ferforr,irg all labor for the proportioning, mixing, transporting, pl irg, consolidating, finishing and curing of concrete in the structure. Concrete shall be composed of portland cement, fine aggregate, coarse aggregate, air entraininy admixture and water as hereinafter specified. 1.02 GOVERNING STANDARDS All mixing, sampling, placing, curing and testing of concrete and the materials used therein shall be in compliance with the latest revision of the following list 'ad standards unless otherwise noted in the Contract Documents, The put'.itati0nS listed below are from: ASTM - American Society for Testing and Materials, 1916 Race St., Philadelphia, Pa. 19103. ACI - American Concrete Institr!te, P. 0. Pox 4754, Redford Station, Detroit, Michigan 48219. CRO - OCE, COE, Dept, of the Army, HQOA Washington, D.C. 20314. Other specifications and proprietary items are as noted. The Contractor shall maintain one (1) copy of each of the applicable standards at the construction field office. ASTM-C31 Making & Curing Concrete Test Specimens in the field ASTM-C33 Specificetions for Aggregates ASTM-C39 Tests for Compressive Strength AS7M-C4.? Curing Concrete for Testing AST14-C94 Ready-Mixed Concrete ASTM-C109 Compressive Strengths of hydraulic Cement Mortar AS7M-C125 Concrete and Concrete Aggrecates, Definitions of Terms ASTM-04 Slump Test ASTM-0150 Portland Cement AS7M-C156 Tests for Water Retention Efficiency ASTM{-0171 Sheet Materials for Curing Concrete ASTr4-C172 Concrete Sampling ASTM-C173 A,r Content of Freshly Mixed Concrete by the ';volumetric Method 3A-1 AST11-C.191 lime of Setting for Hydraulic Cement by Vicat Needle ASiM-C192 I:-'<inQ and Curing Concrete Tc•st Specimens in the Laboratory ASIM-C231 Test for Air Content by Pressu.'e Method AS1M-260 Air Entraining Admixtures AST11•C293 Flexural Strength of Concrete ASTM-0309 liquid Veribranc- Forming Co.^peunds for Curing Concrete ASTM-C494 Specifications for Chemical Admixtures ASIM-C595 Blended Hydraulic Cement Speciticatior. AS1M-C618 Fly Ash and Pozzolans for Use with Po!•tland Cement ASIM-C827 Early vo'iume Chan_ryes of Cementitious Materials ASTM-C845 Expansive Hydraulic Cement T,Oe Y• ASTM-D412 Tests for Rut,ber Properties ASTFI-D570 Vest for Water Absorption of Plastics ASTM-D746 Test for Britleness Temperature ASTM-0994 Preformed Expansion Joint Material ASTM-D1190 Hot Poured Joint Sealer ASTM-02240 Rubber Property Durometer ASTM-E96 Water Vapor Transmission of Materials in Sheet Form FS-TT-S- 00230E Type II Cl. 8 Expansion Joint Sealant 'RD-C588-76 Corps of Engineers Specification for Non-Shrink Grout ACI 211.1 Proportions for Normal Weight Concrete ACI 214 Compression Test Results ACI 301 Structural Concrete ACI 304 Measuring, Mixing, Transporting & Placing Concrete ACI 305 Hot Weather Concreting ACI 306 Cold Weather Concreting ACI 308 Curing Concrete ACI 309 Consolidation of Concrete 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING, A. STORAGE OF CEME6T Cement may be delivered in bulk or in bags which are marked plainly with the brand and name of manuf ir,.Jr. Immediately upon receipt cement shall be stored in a i, weathertight and properly ventilated structure, which excludes moisture. All storage facilities shall be subject to approval and sha d be such as to permit easy access for inspection and identi`ication. Sufficient cement shall be in storage to complete any lift of concrete started. In order that cement ray not become unduly aged after delivery, records of delivery dates shall be main- tained and the Contractor shall use any cement which has been stored at the site for 60 days or m,)re before using cement of lesser age. Ne cement will be used which is lumped or caked or has been stored more than 90 days, or when the cement temperature exceeds 170°F. 3A-2 Q. STORAGE OF AGGREGATES The handling and storage of concrete aggregate shall be such as to prevent the admixture of foreign materials. If the aggregates are stared on the ground, the sites for tFe srcck- piles shall oe grUbbed, cleared of all weeds and grass, a.,d leveled. The bottom layer of aggregate shall not be disturbed or used without recleaning. Different sizes of aggregates shall be stored 4n si,c;r a manner as to prevent intermixing. 1aterials in ell stockpiles shall be handled in such a manner that segregation of materials within the pile kill be avoided, and shall be built up in layers not over three (3) feet in depth. Should segregation occur, the aggregates shall be remixed to conform with the grading requirements. Unless otherwise authorized by the Engineer, all fine aggregates shall be stockpiled at least 24 hours before mixing to reduce the free moisture content. 2.00 PRODUCTS 2.01 MATERIALS A. CEMENT Type II Portland Cement, mild sulphate resistance conforming to the requirements of ASTM-C150, shall be used for all concrete. B. ADMIXTURES Unless otherwise approved by the Engineer, concrete of 3000 psi or stronger shall contain air-entraining admixtures and when fob conditions reouire water reducing and set controlling admixtures may be used tith written approval of the Engineer. 1. Air Entraining Admixture: This shall comply with ASTM beDesiivriation of r ACI n211.1;4. 5% ± 1.0% for 1-1/4"" maximum size aggregate. C. WATER Water for concrete shall be clean and free from injurious amounts of oil, acid alkali, salt, organic ratter, or other deleterious substances. Water suitable for drinking or for ordinary household use will be accepted for use without being tested. Water from doubtful sources shall not be used until tested and approved in writing by the Engineer. The Contractor shall not take water tot, use in concrete from shallow, muddy, or marshy sources. 3A-3 D FIDE AGGREGATE fir,t aggregate shall consist of natural washed and screened sand corplying with the requirements and tests of Specifi- cations for Concrete Aggregates, ASTM Designation C33. The gradation as included in AS11.1-C33 air entrained concrete is as foI I0.4s: SIEVE SIZE PERCENT RETAINED PERCENT PASSING 3/8" 0 100 #4 0 - 5 95 - 100 #8 0 - 20 80 - 100 #16 15 - 50 50 - 85 1130 4U - 75 25 - 60 #50 70 - 90 10 - 30 #100 90 - 98 2 - 10 Fine aggregate shall have not more than 45 percent retained between any two consecutive sieves and its fineness modulus, as defined in ASTM-C125, shall be not less than 2.3 nor more than 3.1. E. COARSE AGGREGATE Coarse aggregate shall consist of crushed stone or gravel con- forming to the requirements and test of Specifications for Concrete Aggregates, ASTM Designation C33, Gradation Size Number 467. Gradation size Number 467 as included in ASTM Designation C33 is as follows: 110. 467 SIEVE SIZE SQUARE OPENING PERCENT RETAINED PERCENT PASSING 211 0 100 1-112" 0 - 5 95 - 100 3/4" 30 - 65 35 - 70 3/8" 70 - 90 10 - 30 No. 4 95 - 100 0 - 5 F. MISCELLANEOUS .MATERIALS 1. Waterstops shall be extruded PVC in the sizes and types specified meeting the requirements of: ASTM D412 ASTM D2240 ASTM D570 ASTM D746 2. Sheet materials for curing concrete when required shall conform to ASTM C171. 3A-4 Waterproof paper b. Polyethylene film c. White burlap - Polyethylene film 3. Membrane curing compound when ailoqed shall conform to ASTM C309. 4. Epoxy Resins for coating, bonding, grouting, seal coating, wearing surfaces, etc. The epoxy Selectc_d shall carry the manufacturer's recommendation for the planned appli- cation, for applications involving moist or wet surfaces, the epoxy selected shall be compatible with the moisture. The manufacturer's recommendation shall be followed in every detail. 5. Shrinkage Compensating Grout: This section covers grouting of pump, motor, and equipment baseplates or bedplates; other miscellaneous baseplates, pipinLi block outs and other uses of grout as indicated on the drawings. Umless otherwise specified, all grouting shall be done with non-shrinking grout. 6. Floor Hardener: Hardening agent for exposed interior concrete floor shall be a colorless aqueous solution of zinc and/or magnesium fiuosilicate, or of sodium silicate. Each gallon of the fiuosilicate solution shall contain not less than two pounds of crystals. The sodium silicate solution shall be 32 percent by volume of 42 degree Baume sodium silicate. An approved proprietary hardener may be used provided the solution is delivered ready for use in the manufacturer's original containers. No combination chlorinated rubber curing-hardening material will be considered in lieu of the material specified for chemical floor hardener. Chemical floor hardener shall be applied to concrete receiving troweled finish, except floor specified or shown on drawings to have floor coverings applied uver same. The floors shall be thoroughly cure{, cleaned, and perfectly dry with all work above them completed. Zinc and/or magnesium fiuosilicate shall be applied evenly, ing 3 coats, allowing 24 hours betwc-en coats. The iirst coat shall be 1%4 strength, the second coat 112 strength, and the third coat 2/3 strength. Each coat shall be applied so as to remain wet on the concrete surface for 15 minutes. Sodium silicate shall be applied full strength at the rate of 1/3 gallon per 100 square feet. Approved proprietary hardeners shall be applied in accordance with manufacturer's instructions. After the final coat is completed, the dry surplus hardener shall 3A••5 be removed from the surfaces by scrubbing and mopping with water'. 2.02 CONCRETE PROPORTIONS A. GENERAL ACI 211.1 shall be the basis for selecting the yro;1ortions for te made with a~~gregates of normal d e l~i Lrul~,~ret~ and of cowoncrerkability suita'~le for usual cast-in-place 2, PROCEDURE Ik DESIGN OF CONC'cTE MIXES 1, General: The Contractor shall be respcnsible for the design of the concrete consistent with the minimum re- quirements stated quirements of strength and proportions The proportions of materials ente ring ltooprhe mix, subject to limitations already con- crete of satisfactory quality, shall be determined by laboratory tests prior to beginning of concrete placing. Design steal` be in accordance with ACI Standard 211.1 "Recommenced Practice for Selecting Proportions of Con- crete, subject to maximum water cement ratio, minimum cement content and minimum strengths set forth herein. 2. Trial Mixes: An independent testithelOb story shall mind by the Contractor and approved by mine the materials and proportions for trial concr mixes to meet the requirements of this specificati The laboratory trial concrete mix design shall be sub- mitted for the Engineer's approval before the 7-day strength tests are made. t~e Laboratory samples shall be made in accordance with The trial mix designs for laboratory testing purposes. fresh concrete shall be tested folumpt(ASTM-C1i3)nnd Air Content (AjTM-C173/C231). Strength shall be made, cured and tested fort39and 28 day strength in accordance with ASTM-C142, A5 Laboratory tests on trial mixes shall stated a 28-day22-day strength 10 percent higher tests, the ratios strength, From these preliminary between 7-day and 28-day strenths shall be established to determine at 7 days the strengths necessar`r'oalsa,tisfy the required 28-day strengths. Tne 7-day strength test results shall be bmitted at least 14 days in advance of the 28-day strength The final results of the laboratory tests of the trial mixes shall be submitted to the Engineer at eat 10 days prior the beginning of concrete placement. 3A-5 3. Changes in Mixes: If, during the progress of the work, it is found impossible to secure concrete of required workability and strength with the materials being fur- nished by the Contractor, the Engineer may order changes in proportions or materials or both, necessary to secure the desired properties, subject to limitations already stated. The Contractor may not make changes in materials, either gradation, source, or brand, or proportions of mixtures after their having once been approJed except by specific written approval of the Engineer. C. WORKABILITY In general the workability of any mix shall be that required for the specific placing conditions and method of placement. The concrete shall be of such workability that it can be worked readily into all corners and around reinforcing without segregation of materials or having free water collect on the surface. Compliance with specified slump limitations shall not necessarily designate a satisfactory mix. The Engineer may require changes in proportions al any time as necessary to obtain a mix having satisfactory properties. The slump tests will be made by the Engineer !ur a designated representative of the Owner's laboratory) in a. .o;da^ce with ASTM Method of Test for Slurp of Portland Cereok. Concrete, Designation C°143. In no case shalt the amount of coarse material be such as to produce harshness in placing or honeycombing in the structure when forms are removed. O. CONCRETE CLASSIF?CATIONS ft Cement Max.Size Max.Water Max. 28 day Bags Agg. Gals/Bag Slump Class (psi) C.Y. (inched _ net inches Use 6.25 4-6 General. All reinf. A 4000 6.0 l b conc. structures this project including manhole unless otherwise specified E 1500 3.0 1.5 6.25 4 Cradling, Blocking F - 2.0 1.5 - 1-112 - 3 Lean Conc. Backfill The maxiirim amount of coarse aggregate (dry loose volume) per cubic foot of finished concrete shall not exceed 0.82 cubic feet. 3A-i The maximum amount of water as set forth in the table above is hased on the issu;nption that the aggregates are in a saturated, surface dry condition. The maximum water content will be the amount added at the mixer, plus the free ►rater in the aggregate, and minus the absorption of the aggr?gate bastd on a thirty-minute absorp- tion period. No allowznce will be made for evaporation of ,rater, after batching. If additional water is re ui ted to obtain iha desired slump, a compensaLin'- q amount of cement shall also be_added. Trlo maximum water-cement ratio -shall not be exceeded. No additional compensation will be made for addit'onal cement which mey be used under this condition. The concrete mix will be designed with the intention of pro- ducing concrete which will have compressive or flexural strength equal to or greatar than the following when using current ASTM Designation C-39 and C-293; Class of CompressiveuStren th Minimum Concrete ~ g Flexural Strength Pounds per Square Ir;ch) Spounds_per Square Inch1) 28 day 4 .jay 7 day A. 2,700 4,000 500 E. 1 , F 00 1,500 150 250 25G E. QUALITY ASSURANCE I. Laboratory 5ervics: The control of design, proportionire mixing, and testing of all materials ready mix, transit mix or centval plant concrete shall be under the super- vision of a testing laboratory. A representative of the Laboratory wi?1 work in cooperation with the Contractor and the Engineer and will furnish to the Engineer and Contractor a suomary of all tests which are performed. No concrete sh W be placed withcut a reprbsentative of the Laboratory be!ng pre;ent either at the plant or at the project site. a. Small Placement;: For concrete place,nents of ten cubic yards or lsss, the Ergineer may ;waive these requirements; ho►%ever, in such evont, evidence shall be furnished show'ng a desigr mix to melt the re- quirements of the specifications. b. Cost of Laboratory Service: Unless rtherwise speci- fied, all cost for laboratory service borne by the Contractor. 3A-8 r - _ F. TESTS OF CONCRETE 1. Genrral: Frequent tests will be required by the Engineer t.hrcughout the work to determine the quality of concrete. Unless otherwise specified these tests shall be made by an independent testing laboratory to be selected and paid for by the Contractor. All samples shall be taken in accordance with ASTM C172, 2. Slump Test: The slump test as described in ASTM C143 will be used to indicate workability and consistency of the concrete mix from batch to batch. Generally, a slump test will be made at the start of operations each day, at regular intervals throughout a working day, and at any time when the appearance of the concrete suggests a change in ,iformity. 3. Air Content TQst: Tests for air content of the concrete shall be made in accordance with ASTM C2311 at the point of delivery of concrete just prior to placing in forms. The test shall be made often enough to insure a proper air content uniform from batch to batch, 4. Compression Test: Compression test specimens shall be b" x 12" concrete cylinders made and cured according to the latest designation of ASTM C31. The number of specimens and frequency of sampling shall be determined by the Engineer. Nc fewer than two specimens shall be made for samplessshallbeemtakentateach a miage (7 nimum of and ev28 ery a150,cuand bic yards of cone r:te of each class placed. Further, at least one set of test specimens per day shall be made of each class of concrete used that day. All specimens 0 all be cured under laboratory conditions specified in ASlhi ^31. Additional concrete cylinders may be required to be cured the job under the actual joh curing conditions; this shall be tie Contractor's responsibility. These samples could be required when: a. In tha opinion of the Engineer, there is a possi- bil'cy of the air temperature surrounding the con- crete falling below 40 degrees F., or rising above 90 degrees F. b. In ths, opinion of the Engineer, the curing procedure may need improving and/or lengthening. c. Necessary to determine when structure may be pit in service. 3A-9 an ' I Compression strength tests shall be made on the labora- tory cured and job cured concrete cylinders at 7 and 243 days, in accordance with ASTM C39, latest designation. The value of each test result shall be the average com- pressive strength of two samples taken at the same time from the same batch of concrete. The test: made at 7 days shall show strengths of not less than two-thirds (2/3) of the design strength. For thn 2FS day cylinders, the strength level will be considereci satisfactory if the averages of all sets of three consecutive strength test results exceeds the required design compressive strengths, ft, and no individual strength test result falls belov the required ft, by more than 500 psi. If the test. record of the standard-cured specimens faits to satisfy the strength requirements, the Engineer shall have the right to order a change in the mix proportions. If the job-cured cylinders fail the strength criteria, the Engineer shall have the right to require changes in temperature, mois-pure conditions, and time for the curing process to obtain the required strength. If a strength deficiency exists, as shown by either test record, the questionable portion of the structure shall be cored, tested and evaluated according to AN 301. The cost for testing of the hardened concrete structure and possible subsequent replaci,ip of a part of it found to be inade•, quate shall be at the Contractor's, expense. Unless the laboratory is on the site, the Contractor shall provide sucri housing as may be required for curing and storage of test specimens and testing equipment. The Contractor, if hr desires, may at his expense, have tests made of cylinders as a check on the tests made for the Owner. 5. Failure to Mer-•t Requirements: Should the 7-day strengths shown by the test specimens fall below the.required values, the Engineer shell have the authority to require additional curing nn those portions of the structures I represented by the test vpecimens. The additional curing required by the engineer shall be done at the Contractor's expense, and test cores shall be obtained and tested in accordance with ASTM Method of Obtaining and Testing Specimens from Hardened Lores and Beams of Concrete, Designation C42. In the event that such additional curing does not give the strength required, the Engineer shall have the right to require strengthening or replace- ment, at the C'ontractor's expense, of those portions of the structure which failed to develop the required strength. Upon receipt of written request by the Contractor, sub- standard concrete work may be re-examined in place by 3A-10 rri~ err 11on-destructive testing methods or core samples in ar.- crrdance with ACI 301, The Contractor shall retain the services of an independent testing laboratory ,,proved by the Engineer and shall bear all expanses without com- PE'n:'ation from the Owner. Laboratory results shall be evalk;ated by the Engineer and the Erc~ineer shall make the final decision on acceptability of the concrete in question. The Owr,ar may withhold payment for any section of concrete that dots not m•zet the requirements of these specifications for placement, lines, finishing, general workmanship or strength. Withheld payment shall be based on the unit prices bid for additional concrete and reinforcing steel. Payment shall be withheld until the unacceptable concrete has been refinished, removed and replaced or otherwise brought into t.onformance with the specifications. G. MIXING CONDITIONS 1. General; The concrete shall be mixed in quantities irequired for is not place within 1thoatime slinits specifiedein parag p G.4 shall not be usod. Retempering of concrete will not be permitted. 2. Concrete Temperature: No concrete shell be placed when the temperature of the concrete to be placed is greater than 90 degrees F. or lees than 50 degrets F. The tem- perature of the concrete to be placed will be taken by the Engineer using a therm;rmeter immediately prior to placement with the point of measurement being in the chute or bixket. 3. Cold Weather: No concrete shall be mixed without the approval of ..he Engineer when tide air temperature is at or below 401 degrees F. (taken in tiie shade away from artificial heat) and falling. If authorized by the Engineer, concrete may be mixed when the air temperature is at 35 degrees F. and risinLj. All culd weather cor,- cretir;g shall be done in accordance tid th ACI-306. When permission is given for mixing when the air tempera- ture is below 40 degrees F., all water used for mixing shall be heated to a temperature sufficient. to raise the temperature of concrete to 70 degrees F., but the tem- perature of the mixing water shall not exceed 165 degrees F. at the time of entering the mixer. If heating the mixing water only will not raise thi placing temperature of the concrete to 70 degrees F,, then the aggregate must also be heated, either by steam or dry heat, to a tem- perature sufficient to raise the placing temperature, of the concrete to the required temperature. In no case 3A-11 shall the aggregate temperature as it enters the mixer exceed 150 degrees F. The heating apparatus shall be such as to heat the mass of the aggregate uniformly and preclud}i the occurrence of hot spots which will burn the material. Temperatures of transported concrete shall not be less than 60 degrees F. at the time of placing in the forms.* Salts, chemicals or other foreign materials shall not be mixed with the concrete for purpose of preventing freezing. *Adequate means shall be provided to maintain the con- cretE and the surrounding air at a minimum temperature of 50 degrees F. for a minimum of 3 days. 4. Hot Weather: Hot weather is defined as any combination of high air temperature, low relative humidity and wind velocity that in the judgment of the Engineer would impair the quality of the concrete. All hot weather concreting shall be in accordance with ACI-305. Concrete shall be placed in the forms without the addition of any more water than required by the design (slump). No excess water shall be added on the concrete surface for finishing. Control of initial set of the c(ncrete and extending the time for finishing operations Tay be ac- com)lished with the Lse of an approved water-reducing and set-retarding admixture as specified above, Maximum time intervals between the addition of mixing , water and/or cement to the batch, and the placing of con- crete in the forms shall not exceed the following; Air or Concrete Temperature Maximum Time From whichever higher) Addition of Water to Placement Non-Agitated Concrete Up to 8U° F. 30 Minutes Over 80° F. 15 Minutes Agitated Concrete Up to 75° F. 90 Minutes 75° to 89° F. 60 Minutes Over 90' F. (mar,. permissible concrete temperature) 45 Minutes The use of an approved set-retarding admixture will per- mit the extension of the above time maximums by 30 minutes, for agitated concrete off. Under extreme hot temperature, wind, or humidity condi- tions, the Engineer may require the use of the set- retarding agent, o,, may suspend concreting operations if quality of the concrete being placed is not acceptable. 3.4-12 2.03 MIXING A. GENERAL M?RING RE UIREMEWS The mixing shall be done in batch mixer of approved type and size which will insure the Uniform distribution of material throughout the mass within the specified mixing time and the discharge of the mixture without segregation. The volume of the concrete batch shall not exceed the manufacturer's rated capacity of the mixer, exclusive of the overload. After all of the solid ingredients are assembled in the drum, the mixing shall continue for a minimum time of one and one-half minutes, providing that all mixing water shall be added before one- fourth of the mixing time has elapsed. During the mixing time, the drum shall revolve at a peripheral speed of about 200 feet per minute and the mixer shall be equipped with a speed regulator to hold the mixer to its normal speed of revolution. The entire contents of the arum shall be dis- charged before any materials are placed therein for the suc- ceeding batch. The first batch of concrete for each placement shall contain extra quantities of sand, cement, and water sufficient to coat the inside surface of the drum without diminishing the mortar content of the mix. Upon cessation of the mixing for any considerable length of time, the mixer shAl'i bit thoroughly cleaned, Whenevflr, a concrete mixer is not adequate or suitable for the wort(, it shall be removed from the site upon written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and throw-over blades in the drum of the mixer which are worn down more than ten percent in depth shall be repaired or replaced by new blades. 6, MIXING FLANT REQUIREMCNTS The complete plant assembly shall be approved by the Engineer and shall conform to the following requirements: ready ad- justments of aggregate weights for varying moisture contents; capability of controlling delivery of all materials to within one percent by weight of specified amounts; proportion of water to cement accurately controlled (water within one per- cent by weight or volume) and easily checked; accurate control of all materials with positive shutoff; facilities for prompt removal of excess materials in hoppers; visible springless diel or equally suitable weight indication which will accur- ately indicate the last 200 pounds of the load to show to the operator that the required weight is being approached; each s ecifierl size of aggregate measured Sepd►aLttely With a separate beam scale; bulk cement opp--ugh canvas drop chute or telescopic flexible hose tremie; ten 50-pound test weights provided; device on each mixer for accurately and automati- cally measuring and indicating the time required for mixing which shall be interlocked to prevent discharge of concrete IA- I~ ,I from the mixer before the expiration of the miring period; and shall include suitable facilities for obtaining test samples of aggregate from the batch and representative samples of concrete for tests. C. HAND MIXING Hand mixing of concrete will be permitted only for small placements or in the case of an emergency, and then only on the authorization of the Engineer. When hand mixing is per- mitted, it shall, be done on a watertight platform. The fine aggregate shall be thoroughly saturated with water. Addi- tional water shall be spread oter the fine aggregate and cement in a uniform layer and the whole mass turned as the additional water is added. After all ingredients have been added, the mass shall be turned at least six times, or moe, if necessary, to make the mixture uniform in color and smooth in appearance. Hand-mixed batches shall not exceed a two-batch Volume. P. READY-MIXED CONCRETE Ready-mixed concrete shall be mixed and transported in accor- dance with AST14 Specific€tions for Ready-Mixed Concrete, Designation C-94, and applicable sections of the Specifica- tions of which this is a part. The ASTM Specifications shall be modified to require that "the concrete shall be delivered to the site of the work and discharge shall be completed within 1.0 hour after introduction of mixing water to the cement and aggregates or the introduction of the cement to the aggregate." The control of design, proportioning and mixing of all ready mix, transit mix or central plant concrete shall be under the supervision of a trained representative of an established independent testing laboratory, which laboratory has been approved by the Owner. The laboratory representativrr shall work in cooperation with the Engineer and shah furnish to the Engineer a summary of ail tests whicf are rer;armed and for each concrete pour shall furnish a certificate of compliance with the specification, No concrete shall be batched without the laboratory representative being present at the batching plant. All cost for services of the testing laboratory, except those tests in connection with the mix design and trial batches at the beginning of the project shall be borne by the Owner. Tests as required for initial batch designs shall be paid for by the Contractor. For concrete pours of ten cubic yards or less, the Engineer may waive these requirements; however, in such event, evidence 3A-24 shall be furnished showing a design mix to meet the require- ment of the specifications. E. MIXING AND I-VAING EQUIPMENT Mixers may be stationary mixers, truck mixers, or paving mixers of approved design. Mixers sha'l be capable of com- bining the materials into a uniform mixture and of discharging this mixture without segregation. Stationary and paving mixers shall be provided with an acceptable device to lock the discharge mechanism until the required mixing time has elapsed. Truck mixers shall be equipped with accurate revolution counters. The mixers or mixing plant shall include a device for automati- cally count4ng the total number of batches of concrete mixed. M The mixers shall be operated at the drum or mixing blade speed designated 'oy the manufacturer on the name plate. The mixing time for stationary mixers shall be based upon the ability of the mixer to produce iniform concrete throughout the batch and from batch to batch. For guidance purposes, the Manutacturar's recommendations or 1 min. for 1 cu. yd. plus 1/4 min. for each additional cu. yd, may be used. Final mixing time shall be based on mixer performance. Mixers shall not be chr,rged in excess o' the capacity recommended by the manufacturer on the specification plate attached to the machine. When a stationary mixer is used for partial mixing of the concrete (shr•:nk mixed) the mixing time in the stationary mixer may be reduced to the minimum necessary to intermingle the ingredients (about 30 seconds). When a truck mixer is used either for complete mixing (transit= mixed) or to finish the partial mixing done in a stationary mixer, in the absence of uniformity test data, each batch of concrete shall be mixed not less than 70 nor more then 100 revolutions of the drum at the rate of rotation designated by the manufacturer of the equipment as miring speed. If the batch is at least 112 cubic yard less than the rated capacity, in the absence of uniformity test data, the number of revolu- tions, at mixing speed may be reduced to not less than 50. Any additional mixing shall be done at the speed designated by the manufacturer of the equipment as agitating speed. When neces- sar~~ for proper control of the concrete, mixing of transit mixed concrete will not be perO tied until the truck mixer is at the site of the concrete placement. Paving mi>.ars may be either single corpartment dru,n or multiple ccmpartment drum type. A sled or box of suitable size sha'1 be attached to the mixer under the bucket so as to catch any spillage of concrete that may occur when the mixer is di,- charging concrete into the bucket. Multiple compartment drum paving mixer: shall be properly synchronized, and the mixing 3A-15 time shall be determined by Including, the time required to transfer the concrete between compartments of the drum. Vehicles used in transporting materials from the batching plant to the paving mixers shall have bodies or compartments of adequate capacity to carry the materials and to deliver each batch, separated and intact, to the mixer. Except as otherwise approved, loose cement ;hall be transported from the batching plant to the mixers in separate boxes or compartments which shall be equipped with wind-proof and rain-proof covers. 3.00 EXECUTION 3.01 GENERAL CONSTRUCTION REQUIREMENTS A. APPROVAL BY ENGINEER Before starting work, the Contractor shall inform the Engineer fully as to the type of forms, faisework, and methods of con- struction he proposes to use, and as to the amount and char- acter of equipment he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Con- tractor shall submit, for the Engineer's approval, a schedule showing the sequence of concrete placements. Approval of forms, faisework, and methods of construction by the Eogineer shall not be considered as relieving the Contractor of the responsibility for the safety or correctness of his methods and adequacy'of his equipment, or from carrying out the work in full accordance with the Contract. B. T]MC SEQUENCE OF OPERATIONS Unless otherwise provided, the following requirements shall govern far the time sequence in which construction operations shall be carried on. Forms for walls or columns shall not be erected on concrete footings until the concrete in the footing has cured at least, two curing days. Concrete may be placed in a wall or column as soon as the forms and reinforcing steel placements are approved. Steel beams or forms and faisework for superstructures shall not be erected on concrete sub- structures until the concrete in the substructure has cured at least four curing days. Approved falsework requires; for superstructures shall not be erected until the substructure has cured 4 coring days and shall not be removed until tho superstructure has cured 7 days. The use of completed por- tions of a structure as the site ;or mixing operations or for storage of materials will not be permitted without the Engi- neer's approval. C. JOINTS AND DEVICES 1. Embedded Items: Before concrete placement begins all embedded items, I.e., water stops, anchor bolts, mPchani- 3A-16 ~ra_ ~ cal and electrical insert, shall be checked to determine that they are firmly and securely fastened at the loca- tions shown on the plans. They must be free of oil, rust and anything else that would prevent proper bonoing to the concrete. Voids, when required shall be made by use of some easily removed material. 2. Aluminum in Contact with or Embedded in Concrete: Where aluminum anchors, aluninun: shapes, or aluminum electrical conduits are embedded in concrete, all contact surfaces shall be painted with zinc chromate primer in accordance with United States Joint Army-Navy Specification JAN-P-735. The paint shall be allowed to thoroughly dry before the aluminum is placed in contact with the concrete. Aluminum surfaces to be placed in contact with concrete, wood, or masonry construction, except where the aluminum is to be embedded in concrete, shall be given a heavy coat of an alkali-resistant bituminous paint before in- stallation. The bituminous paint used shall meet the requirements of United States Military Specification MIL-P-S883. The paint shall be applied es it is received from :he manufacturer without the addition of any thinner. All steel or other ferrous metal to be mounted on or placed in contact with dry/cured concrete such es valve _ operator floor stands, electrical switchgear, etc., shall be painted on the mounting surface in accordance with PAINTING Specification for exterior metal surfaces in noncritical areas. D. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact. with concrete that has attained its initial set shall be deemed a construction joint. When ~_vncrete in a structure or a portion of a structure is specified to be monolithic, the term monolithic shall 5e interpreted to mean that the manner and sequence of concrete placing shall be such that construc- tion joints will not occur. Construction joints shall be of the type and spacing shown on the plans. Additional horizontal and vertical construction joints will be considered by the Engineer upon request, but shall not be used without prior written approval of the Engineer. The locations and elevations of additional construction joints shall be subject to the approval of the Engineer. Construction joints shall be neatly chamfered three-eighths of an inch (3/8") as directed by the Engineer. Unless ath2rwisc• pr.,jided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints except horizontal joints. 3A-17 Horizontal constriction joints shall be prepared for receiving the succeeding lift by cleaning by air-water cutting. The air-water cutting of a construction joint shall be done at the proper time. The surface stall be exposed sound, clean aggre- gate. The air pressure supply to the jet shall be approximately one hundred (M) pounds per square inc), and the water pressure shall be just su!ficient to bring the water inta effective influence of the air pressure. After cutting, the surface shall be washed until there is no trace of cloudiness :if they wash water. In areas where air-water cutting cannot be satisfactorily accomplished, or in areas where it is considered undesirable by the Engineer to distut:, the surface of the concrete before it has hardened, the Surfa_! shall be prepared for receiving the next lift by wet sand blasting to remove all laitance and unsound concrete immediately prior to placing of the next lift.. The surface of the concrete shell be thoroughly washed after sand blasting to remove all loose material. Immediately prior to the placing of additional concrete, all forms shall be drawn tifjht against the concrete in place, and the surfaces of the concrete in place shall be flushed with a coating of grout mixed in the proportions of one part of cement to two parts of sand. If shown on the plans, construction joints shall be provided with concrete keyways, reinforcing steer' dowels, and water- stops. The method of forming keys in keyed joints shall be such as to permit the easy remo•.al of forms without chipping, breaking, or damaging the concrete in an,r manner. 3.02 PLACING CONCRETE A. GENERAL REQUIREMENTS 1. Preliminary Consideration: The Contractor shall notify the Engineer upon completion of various portions of the work regvired for placing concrete so that inspection may be made as early as is practicable. The Contractor shall also keep the Engineer informed regarding his anticipated concrete placing schedule. When all itens have been found to be in order by the Engineer including lines and grades, forms, reinforcing, inserts, piping, electrical, plumbing and the Contractor's concretinj materials and equipment, the Engineer will then authorize the Contractor to proceed. Unless authorized by the Engineer, no con- crete shall be placed in any unit prior to the completion of all form work and the placement of al', reinforcement in that unit. No concrete shall tie placed before the completion of all adjacent operations which might prove detrirrental to the concrete. Whenever it is necessary to ~A-l.fl 1~~ continue the mixing, placing, and finishing of concrete after the daylight hours, the brilliantly light site of the work shall be ed so that al] operations are plainly visible. In general, however, ,:oncrete placing shall to so regulated as to permit finishing operations to be completed in the daylight hours. The Engineer reserves the right to order postponement w; Of the placing operations en, in his Opinion, impending weather conditions may result in rainfall or low temperatur wall j the quality of the finished wo-k. es ah;ch mpr, j r I es rainfall should occur after placing operatiors are started, the Contractor shall provide ample covering to protect the work. Cleaning Forms: At the time Of placin, the forms shall be clr nano entirely g concrete free from all chips dirt, sawdust, and other extraneous matter. Forms for slab, beam and girder construction shall not have t - wire cuttings, nails, je matches ar soever which Mould mar. the appearanceooffthe3ftristedat- corstr'uction. All farms shall be cleaned to the satis- faction of the Engineer, and kept free of foreign matter of all ,kinds during concrete plating, , 3. Embedded Items: Before placing concrete, care shall be taken to determine that all embedded items ere firmly and securely fastened in place. All embedded items shall be thoroughly clean and free of oil and other foreign material. Anchor bolts shall b2 set to exact locations by the use of suitable anchor bolt templates, or as oche,-wise showy; en the plans. B. hANDLING AND TRANSPORTING Chutes, trOUghs, or pipes used as aids in placing concrete shall be arranged and used so that'the ingredients of the concrete will not be segre;~ated. They shall be-steel or steel lined. When steep slopes are necessary, the chutes shall be equipped with baffles or made in short lengths that reverse the direction of movement. Open troughs and chutes shall ex- tend, if necessary, down inside the forms or, through holes left in the forms, and the ends of such chutes shall terminate in vertical downspouts. All chutes, troughs, and pipes shall be kept clean and free from coatings of hardened concrete by a thorcugh flushing with water before and after placement. Water used for flushing shall be discharged clear of the concrete it place. Non-agitating trucks shall be used only when authorized by the Engineer with due consideration of the length of haul, roughness of roads, and design of trucks prodused. Pumping of concrete will be permitted, subject to approval of the pumping equipme.it by the Engineer. The placir-, of concrete for floor slabs preferably shall be Bore by a 3A-1c mixing plant located off the structure. Carting or wheeling concrete batches on completed concrete floor slab will not be peru.itted until the slab has aged at least four curing days. Unless pneumatic tires; carts are used, the carts shall be wheeled on timber planking so that the loads and impact will be distributed over the slab. Curing operations shall not be interr,rpted for the purpose of wheeling concrete over finished slabs. C. DEPOSITING The methed and manner of placing shall be such as to avoid the possibility of segregation or separation of the aggregate or the displacement of the reinforcement. In thin wails, drop chutes of rubber or metal shall be used. The spattering of forms or reinforcement bars shall be prevented if the concrete so spattered will dry or harden before being incorporated in the mass. Each part of the forms shall be filled by dzpnsiting concrete directly as ;rear its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point in tl- forms and running or working it. along the forms will not be allowed. After the concrete has taken initial sr:t, the forms shall not to jarred or any strain placed un p-ojecting reinforcement. Where the Contractor's of,(-rations irvolve the placing of ccncrete from above, that is, directly into an excavated area or through the complet d form;, particularly in the case of waiis, piers, colum,ts, art' similar structures all concrete so pl,~ed shall be deposited rhrough v rLical druj, chutes o` rubbr, or metal of satisfac! y size. Drot) chutes shl-01 be made i1i sections or provided in several lengths so that the nutlet r-,y ''e adjusted to proper heights during placing cperatioris. 'oncrete shall not ie dropped free r.,rc than five (5) feet. oncrete shall be pl,jced in continuluv; horizontal layers wilt, e depth of from 1 to 3 feet, depending upon the wall thicknes,. Each layer shall be .;oft when a new layer is placed u,,on it, :nd unless other~-r',se specified I~erein or by the Engineer, nn; 'T,c•-e than ur,e hour r.hal elapse bf - tween the placing of succe:,site layers of c ncrete in any porticr, of the s'!,ucture inc!Ldi,rf ire a coreinuous placement. The Crntractor : could as .J ,dition3l cunsr,oction joints other tl, n thncf shoes i r:i „ lccivr1 rc,r,jiredsections of friers. w 11s' nr r, rust, 1c in one cr,tinuc,us r,pr,atinn. If exctssivv blc: dinr, us w,3trr Lo foam or, the surface of tt-~. cot.retr- in tee fu i, ,she rnix sha, be n,,.fe drier to rr<i,.+ce the tier:,l, J ~ tall ti,all the. fr,r,rrure shall be piacfd to a fc,;! bel;,w tl at least one t~„r o: r re ii ,,r o tii~ ~~a , and r hied t, °t~~ ng~nr shall be allowed for tl i,ed Con• l eat ,t sho,rl t tee resumed a~l'Id (~;;,let@h I r'fGr S£t Ir, r D. CONSOLIDATING 1. General: Each layer of concrete shall be well compacted and the mortar flushed to the surface of the forms by continuous working with mechanical vibrators of an ap- proved type. Vibrators of the type which operate by attachment to forms will be permitted only when immersion type vibrators cannot be used due to inaccessibility. The vibrators shall be applied to the concrete immediately after deposit and shat be moved throughout the layer of concrete just placed, nd several inches into the plastic layer below, thoroughly working the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms until the concrote is thoroughly compacted. Mechanical vibrators shall not be operated so that they W it penetrate or disturb layers placed pre- viously which have become partially set or hardened, and Thetheyvibshall shall s be of sufficient o duration concrete to t accomplish y thorough compaction and complate embedment of reinforcement and fixtures, but shall not be done to an extent that will cause segregation. Vibrators shall be ktrpt constantly moving in the concrete and shall be applied vertically at points uniformly spaced, not farther apart than the radius over which the vibrator is visibly effective. The , vibrator shall riot be held in one lunation longer than is required to produce a liquified appearance on the surface. , 2. Vibrators: Internal vibrators shall maintain a frequency when submerged in the concrete of not less than 6,000 impulses per minute for spuds with diameters greater than 5 inches and 10,000 impulses for smaller spuds. The intensity (amplitude) of vibration shall be sufficient to produce satisfactory consolidation. A sufficient number of vibrators (powered pneumatically or electrically) shall be used to provide one for each ten cubic yards of concrete per hour being placed. At least one vibrator, which may be of the gasoline powered type, shall be immediately available as a standby for each two vibrators in service. The Engineer may require the Contractor to use a vibrator of larger size and power if he feels, based on observed performance, that it is necessary to produce satisfactory consolidation. All vibrators in- tended for regular service or standby service shall be decked and approved by the Engineer prior to the be- ginniog of the concreting operatiois. E. PLACING CONCRETE IN COLD WEATHER No concrete shall be placed when the atmospheric temperature is at or below 40 degrees F. (taken in the shade away from artificial heat) and falling, unless permission to do so is 3A-21 - - arm given in writing by the Engineer. When su--h permission is given, or in cases where the temperature drops below aO degrees F. after the concreting operations have been started, the Contractor shall furnish sufficient carvas and framework or other type of housing to enclose and protect the structure in such a way that the air around the forms and fresh concrete can be kept at a temperature not less than 50 degrees F. for a period of five days after the concrete is placed for normal concrete, ano for three days for high-early-strength concrete. Sufficient heating apparatus such as stoves, salamanders, or steam equipment and fuel to furnish all required heat shall be supplied. It is understood that the Contractor is responsible for the protectiun of concrete placed under any and all weather. F. PLACING CONCRETE IN SLABS Concrete in columns, walls, and deep beams or girders shall be allowed to stand for at least one hour, or more if specified by the Engineer, to permit full settlement due to consolidation before concrete is placed in the slabs they are to support. Haunches are considered as part of the slab and shall be placed integrally with them. When monolithic slabs are placed in strips, the widths of the strips, unless otherwise specified or shown, shall be such that the concrete in any one strip will not be allowed to lie in place for more than one hour before the adjacent strips are placed. Immediately before placing concrete, the earth cushion to receive concrete shall be thoroughly dampened to prevent too rapid absorption of moisture from the concrete. 3.03 CONCRETE FINISHING A. FINISHING SLABS 1. General: Except as elsewhere permitted in these specifi- cations or as shown on the drawings, all slabs, platforms and steps shall be finished monolithically,. The following schedule of finishes shall apply, unless otherwise speci- fied or shown on the plans: a. Wood Float Finish: Roof slabs, manholes, exterior slabs except working platforms. b. Steel Trowel Finish: All interior slabs and steps. C, Brush Finish: Exterior steps, walkways, and working platform. 2. Screedirig: As soon as concrete placing operations have been completed for a slab section of sufficient width to permit finishing operations, the concrete shall be approxi- mately leveled and then struck off, tamped, and screeded. 3A-22 The screed shall be of a design adaptable to the use intended, shall have provision fnr vertical adjustment, and shall be sufficiently rigid to hold true to shape during use. The initial strike off shall leave the concrete surface at an elevation slightly above grade sc that, when con- solidation and finishing operations are completed, the surface of the slab will be at the grade elevation shown on the plans. Tamping and screeding operations shall be continued until the concrete is properly consolidated and the surface voids are elim`nated. The surface shall then be brought to a smooth true alignment by means of longi- tudinal screeding, floating, belting, and/or other methods approved by the Engineer. When templates are used, they shall be of such design as to pernit early removal in order to permit satisfactory finishing at and adjacent to the template. 3. Straightness: While the concrete is still plastic, the surface shall be straightedged by the use of a standard ten (10) foot metal straiqhtedge. Each pass of the straightedge shall lap half of the preceding pi.-s. All high soots shall be removed and all depressions shall be filled pith fresh concrete and refloated. The checking with str,iightedge shall continue during the final finishing operatior until the surface is true to grade and free of depressions, high spots, voids, or rough spots. The final surface shall ba checked with the straightedge and ordinates measured from the face of the straightedge to the surface of the slab shall not exceed one-sixteenth inch per foot from the nearest point of contact and the maximum ordinate shall be one-eighth inch per 10 feet.. 4. Wood Float Finish: Surfaces shall be finished using a wood float to a true even plane with no coarse aggregate visible. In the initial floating, while the concrete is plastic, sufficient pressure shall be used on the wood float to bring all excess moisture to the surface so that it can be removed. A final "light float" finish shall be give;i to the surface as the concrete hardens. The surface shall have a uniform appearance and shall meet the straight- ness requirements. 5. Steel Trowel Finish: After all surface moisture has dis- appeared following the initial wood float finish, surfaces shall be steel trowelled to a smooth, even, impervious finish of uniform smoothness and color, free from blem- ishes including trowel marks. 6. Brush Finish: Following the steel trowel finish, surface of the concrete shall be brushed lightly with a soft- 3A-23 bristled brush. The brush shall be kept clean and shall be dipped in water frequently so that it will be clean and wet at all times. Brushing shall be limited to that necessary to remove the glaze and produce a nonslip sur- face. Power-Machine Finish (Option): In lieu of hand fin- ishing, surfaces of slabs requiring wood float fini.;h may be finished with an approved power finishing machine, which machine shall be operated in accordance with the directions of the machine manufacturer. Following machine finishing, irregularities left by the machine shall be eliminated by hand trowelling with a steel trowel. Power machine finishing may also be used as initial step in finishing surfaces requiring s•zel trowel finish; how- ever, for steel trowel finishes the entire surface shall be given its final finish by hand, using a steel trowel. Where steel trowel surfaces are to receive a floor cov- ering, it is not required that entire surface be hand trowelled, but all irregularities left by the finishing machine shall be eliminated by hand trowelling. The preparation of surfaces for fi~iishing by machine shall in general be as hereinbefore required for hand finishing. 8. Surfaces Requiring Drainage: Where indicated on the plans, slabs shall be sloped to provide drainage with such slabs to have a minimum thickness of that shown on the plans. Where floor drains are shown in slabs and slope of floor is not indicated, floors shall be sloped to drain on a grade of one-sixteenth inch (1/16") per foot with a maxinum total slope of one and one quarter inches (1-1/4"). Thickness of slab at floor drain shall be thickness of slab as indicated on the plans. 9. Finishing in Not, Dry Weather: During periods of high temperature and/or low humidity, extreme care shall be taken in the finishing of slabs to eliminate initial shrinkage cracks. Following the initial set of concrete but while the concrete is still "green", finishing shall continue as required to remove shrinkage cracks which may occur in the initial set of concrete. In hot, dry weather, a cement finisher shall remain on the job following normal finishing operations for a sufficient length of time to insure the removal of initial shrinkage -racks. 8. FINISHING OF WALLS AND OTHER SURFACES 1. General: All concrete shall be finished as specified h2reinunder. Forms for walls, columns and sides of beams and girders under normal conditions can be removed in 12-24 hours and all patching, repairing, finishing and cleaning shall follow immediately after form removal and 3A-24 shall be completed as soon as practicable but within 7 days of form removal. Careful attention shall be given to curing as finishing progresses. 2. Form Finish: a. No Finish: For surfaces that are not visible from inside or outside the completed structure, i.e. back of retaining walls below embankment, etc. After forms are removed tie holes and defects shall be repaired or patched, otherwise no finish is required. b. Rough Finish: All exposed concrete for which no finish is indicated or required shall have all tie holes and defects larger than 1/4" in width or depth patched or repaired. All fins shall be removed flush with the adjacent surface by rubbing or grind- ing and rough edges shall be dressed. Otherwise surfaces shall be left with the texture imparted by the forms. C. Smooth Finish: The form facing material shall pro- duce a smooth, hard, uniform texture on the concrete. It may be plywood, tempered concrete-form-grade hard board, metal, plastic., paper or other approved material. The arrangement of the facing material shall be orderly and symmetrical with a minimum number of seams. Tie holes and defects shall be patched and fins shall be removed flush with the adjacent surface. d. Rub-Finished Exposed Surfaces: The following ex- posed vertical concrete surfaces shall be given a rubbed finish: The exposed vertical surfaces to a point one (11) foot below the firal ground line. The rubbing opration shall be in accordance with the following provisions: As soon as forms are removed, all necessary painting shall be done. When the pointing has cet sufficiently to permit it, all surfaces rec,uiring surface finish shall be wet with a brush and given a first surface rubbing with a No. lb carborundom stoni or an abrasiv of equal quality. The rate of removal of forms shall be determined by the rate of the complete rubbing. The rubbing shall be continued sufficiently to bring the surface to a paste, to remove all forms marks and projections, and to produce a smooth dense surface without pits or irregularities. The use of cement to form a surface paste will not be ermitted, The material 3A-?_5 which has been ground to a paste in this process shall be carefully spread or brushed uniformlyoveal, the surface and allowed to take a reset. In gene, chamfered corners shall not be rubbedoincthe first the ing surface rubbing. During the completed structure for final acceptance, the surfaces of the entire structure requiring finish shall be cleaned free from drip marks and di'scolora- tions and shall be given a final Finish rubbing with a No. 30 carborunum abrasive of ecial surface quality. On compp shall be neatly stripped with a brush and mortar on the surface shall be allowed to take a reset. The surface shall then be washed down with clean water. The entire structure shall be left with a clean, neat and uniform appearing finish and shall be uniform in color. 3,04 CURING CONCRETE A. GENERAL REQUIREMENTS Careful attention shall be given to the proper curing of all concrete, The curing methods shall use sheet materials con- forming tc ASTM C171 or membrane curing compound conforming to ASTM C309. Membrane curing is not permitted or, surfaces to be rubbed or on surfaces on Which additional concrete, mortar or terrazzo is to be applied. Unless the curing method is otherwise noted or tspecifi d the sub- curing method shall be selected by mitted to the Engineer for approval. S. LENGTH OF CURING PERIOD All concrete shall be cured for a period of seven consecutive days. In cold weather, when Curing may be retarded his curing- y passed, up period shall be extended until 7 "curing-days" to 8 limit of 14 consecutive days. C. CURING-DAY A "curing day" shall be any day on which the atmospheric temp- erature taken in the shade, or the air temperature adjacer'c to the concrete, remains above 50 degrees F. for at least 1B hours. D. APPLICATION 1, Sheet Curing: Sheet materials when used shall conform to and shallbbel applied contact surface They will the requirements ret AST14 CM. with the entire cunc in 3A-2G accordance with the manufacturer's recommendations, All holes shall be patched and where pedestrian traffic is unavoidable, suitable walkways shall be provided to protect the sheet material. 2. Membrane Curing: Membrane curing compound shall comply with ASTM C309 Specifications with coloring tint, ap- proved by the Engineer, ready for use other than stirring, and of such composition that it will remain intact as a sealing coat for 28 days. An acceptable compound shall have such sealing qualities that the moisture loss from test specimens shall not be more than three and one-half percent when tested in accordance with Method of Test for Water Retention Efficiency of Methods of Curing Concrete, ASTM Designation C156 when the sealing compound is ap- plied at a coverage of one-hundred and fifty square feet per gallon. The sealing compound shall be sprayed on, using pressure-tank type spraying equipment, and the sealing compound shall be thoroughly mixed just before and during application by either a power-operated me- chanical stirrer or compressed air. Curing compound shall be strained through gasoline strainer as it is poured into spraying equipment, Application of the :eal coat shall be on a moist surface, shall be uniform a!. indicated by the color, and shall be at the rate of une gallon per 150 square feet, applied in one coat of hori- zontal surfaces. On vertical surfaces curing compound shall be applied uniformly in two coats at the rate of 300 square feet per gallon for each coat. The appli- cation of the curing compound shall follow immediately after removal of forms and preparation of concrete sur- face as specified. Within thirty minutes after form removal on any surface to be cured by membrane, patching shall be commenced or the surface shall be kept wet by sprinkling until patching is commenced, Curing compound shall be applied immediately after any patch is mzde unless other curing is provided. Seal coats shall remain in place and be protected against abrasive action for a period of 28 days if in an area where 14-day curing is required and 14 days if in an area where 7-day curing is required. Seal coats on slabs shall be protected by a one-inch layer of sand or earth or by other approved means. The protective coating shall not be placed sooner than 24 hours after the seal coat has been applied. Any damages to the membrane coating within the period of time noted above shall be repaired immediately by a liberal application of the compound. 3.05 FILLING TIE HOLES After the tie rods are broken back or removed, the holes shall be filled solid with nom- shrink, cement-sand mortar thoroughly cleaned 3A-27 to remove all grease a;,d loose particles then the mortar shall be as dry as practicable arc; carefully packed into the holes in small quantities. After the holes are completely filled, all excess mortar shall be struck off flush and the surface finished in such a manner as to render the filled hole as inconspicuous as possible. If these patches appear to be darker than the other surface of the concrete, white cement shall be used in the mortar as required. 3.06 DEFECTIVE WORK A. GENERAL Any defective work discovered after the Corms have been re- moved shall be repaired immediately. If the surface of the concrete is bulged, uneven, or shows excess honeycombing, or form marks, which defects in the opinion of the Engineer, cannot be repaired satisfactorily, the entire section shall be removed and replaced. B. PATCHING Slight honeycomb and minor defects in all concrete surfaces shall be patched with cement mortar mixed in the same pro- porticns of cement and fine aggregate as the original concrete. Finished surfaces containing sand streaks or voids will not be acceptable, and shall be repaired by cutting out the unsatis- factory material and replacing it with dry pack mortar which shall be securely keyed and bonded to the cld concrete and finished in such a manner as to render the jointing as in- conspicuous as possible. This concrete shall be drier than the regular mixture and shall be thoroughly tamped into place. Each defective area shall be cut back with pneumatic chipping tool as deep as the defect extend: and in no case less than one inch. The holes shall then be painted with an approved bondfng agent, and then filled to within three-fourths inch of the surface with approved non-shrink mortar as directed by the Engineer and the remainder of the hole filled with regular dry pack mortar. Holes less than three fourths inch deep shall he filled with non-shrink cement-sand mortar for the cull depth. The surface of such patches shall then be finished as speci- fied for tie holes. All dry pack mortar shall be driven into place .vith suitable hammer and wooden blocks. END OF SECTION 3A-28 SECTIOtJ 3f1, CONCRETE - FOR BLOCKING, ANCHORS, _ENCASEMENT.-ETC. 1. General. Concrete shall be composed of Portland Cement, fine and coarse aggregates, and wdteT, properly proportioned and mixed. All structural concrete, i.e. •einfor,~-d and formcJ, sh-+11 be 4000 psi, compressive strength. Concrete for thrust bluckinrf, pine anchors, and where otherwise noted shall tic, 15CI psi compressive strength. All concrete materials shall be first class quality and workmanship. Exposed edges of structural concrete shall be chdmfcred 3/4-inch. Unless otherwise approved by the Engineer, the concrete shall meet requirements of ASTM C-94, Ready-Mixed Concrete. Aggregate size shall be 1-112 inches maximum. Where reference is made herein to standard specifications or tests, the latest revision thereof at the time of receiving bids for the work shall govern. Reference is made herein to the following standar,',': ASTM C-150 Pertiand Cement ASTM C-33 Concrete Aggregates ASTM C-94 Ready-Mix Concrete ASTM C-494 Chemical Admixtures ASTM C-143 Slump Test ASTM C-31 Curing Concrete Specimens in the Field ASTM C-42 Obtaining lest Specimens 2. Materials. a. Cement. The cement shall be either Type I or, if approved by • the Engineer, Type III (High Early Strength) of a standard brand of Portland Cement which shall conform to ASTM Speci- fications for Portland Cement, Designation C-150. b. Mixing Water. Water for concrete shall be clean and free from injurious amounts of oil, acid, alkali, salt, organic matter, or other deleterious substances. Water suitable for drinking or for ordinary household use will be accepted -for use without being tested. 3. Classification and Proportioning. Concrete blocking, anchors and encasement shall be of Class E concrete. Class E concrete shall conform to the Table in Section 3A. Blocking shall be placed at bends, tees, crosses and plugs in pipelines. The concrete blocking shall be placed so as to rest against firm undisturbed trench walls. The supporting area for each block shall be at least as great as that indicated on the plans and shall be sufficient to withstand the thrust, including water hammer, which may develop. Each block shall rest co a firm undisturbed foundation of trench bottom. Where pipes are placed below structures they shall be completely encased in Class E concrete, which concrete shall extend to bottom of structure. 3B-1 In order to obtain a rore workable mix and dense concrete, there shall be added as part of the concreLe dispersing water reducing admix con- forming to ASTM-C494, and shall have a dosage as rc-commended by the cement manufacturer of the type of Cement used. The maximum water content will be the amount added at the mixer, plus the free water in the aggregate, and minus the absorptiurr of the ag- gregate based on a thirty-minute absorption pe-iod. No allo,vance will be made for evaporation of water after batching. titabi1ized backfi11 shall be "-14 (two parts of cerent to 14 parts of pit- run mixture by volume) wi h water to give a stiff mix with a slump of 2 to 4 inches. 4. Consistency: In qeneral the consistency of any mix shall be that required for the specific placing conditions and method of placement. The concrete shall be of such consistency that it can be worked readily into all corners without segregation materials or having free water collect on the surfa~-e. Compliance with specified slump limitations shall iot necessarily designate a satisfactory mix. The Engineer may regalire changes in proportions at any time as necessary to obtain a mix having satisfactory properties. The slump tests will be made by the Engineer in accordance with ASTM Method of Test for Slump of Portland Cement Concrete, Designation C-143. 5. Design of Mixes: The concrete mix designs shall be in accordance with ACI Standard 211, "Recommended Practice for Selecting Proportions for Concrete." At least five (5) days prior to the beginning of con- crete placement, the Contractor shall submit concrete design proportions proposed for each quality class of concrete he proposes to furnish. The concrete supplier shall furnish the mix designs and guaranteed minimum 28-day compressive strength for each strength designation. For each strength designation, the supplier shall furnish reference whereby each and every load delivered can be readily verified as meeting strength requirements. The Contractor shall furnish copy of delivery ticket which indicates reference to supplier's certificate of quality and design. The Contractor may not make changes in materials; either gradation, sour:e, or brand, or proportions of the mixtures aftE their having once been approved, except by specific approval of the Engineer. The Owner reserves the right to perform tests of the concrete for checking compliance with the specified requirements. Test performed by tt,e Owner's representative shall be at Owner's expense. 5. Mixing Conditions: a. General: The concrete shall be mixed in quantities required toe immediate use, and any concrete which is riot in place within 30 minutes after being discharged from the mixer shall not be used. Retempering of concrete will not be permitted. In threatening weather, which ~in the opinion of thf, ;ngineer may result in conditions that will adversely affect quality of 3B-2 the concrete to be placed, the Engineer r;jy order postponement of the work. Where work has been star` d and chanr,es in weather conditions require protective rr,.asures to lie used, the Contractor shall furnish adequate shelter to protect the concrete against the damage from rainfall or damage due to freezing temperatures. In case it is nec~-ssary to continue mixing operations during rainfall, the Contractor shall pro- vide protective covering for concrete being placed. b. Cold Weather: No concrete shall be mixed without the approval of the Engineer when the air teoperature is at or below 40 degrees Fahrenheit, (taken in the shade array from artificial heat) and falling. If authorized by the Engineer, concrete may be mixed when the air temperature is at 35 degrees Fahren- heit and rising. 6. Placing Concrete: The Contractor shall give the Engineer sUffi- cient 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 Engi- neer, no concrete shall be placed in any unit prior to the completion of the form work and the placement of the reinforcement. Careful attention shall be given by the Contractor to the proper curing of all concrete. 7. Concrete Blocking of Pipe and Fittings: Concrete blocking shall be placed at all bends, tees, crosses, and (lugs on the force main. The concrete shall have a 28-day compressive strength of not less than 1500 Pounds per square inch and shall be as specified herein. The blocking shall be placed to rest against firm undisturbed trench walls. The • support area for each block shall be sufficient to 0thstand the thrust, including water hammer. The area required will be crmputed based on 125 psi working pressure plus 30% allowance for water hammer. The support value of the soil is estimated to be 2000 pounds per squ..a foot. E?::h block shall rest on firm undisturbed foundation of the trench bottom. Concrete shall be installed in such a manner not to interfere wits the repairing of pipe ,joints. 8. Concrete Cradle and Valve Supports: Where concrete cradle is tc be used under pipe and for support of buried valves, 1500 psi class con- crete shall be used. Concrete encasement for pipe shall be 1500 psi class, unless otherwise noted. Stabilized backfill shall be used where designated on the Plans, or where required to replace unsuitable material, or where the Contracto- removed excess material under pipe or structure. 9. CONCRETE WET WELL BERMS: To be constructed of 1500 psi (Clasp E) con(°ele es indicated on the plans. Ehl) OF SECT ION 3B-3 14CTIO~I 3C - CONCRETF FORMWORK I SCOPE: The work covered by this item consists of furnishing all material and labor required for forming, tieing, bracing and supporti rig the wet concrete, the reinfr,rcing steel and all embp dded ite~s until the concrete has developed sufficient strength to peroit form removal. 1. GOVU-NIhG SIANDAR.OS: All forming materiels, accessories and their use shall conform to the requirements of: AC]-347 Concrete Formwork American Concrete Institute, P. 0. Box 4754, Redford Station, Detroit, Michigan 48219 RISC Manual of Steel Construction American Institute of Steel Construction New York, New York AISI Cold-Formed Steel Design Manual American Iron and Steel Institute New York, Neer York 3. MATERIALS: a. Lumber: All lumber for forms and falsework shall be properly seasoned and of good quality. It shall be free from loose or unsound knots, knot holes, twists, shakes, decay, splits, and other imperfec- tions which would affects its strength or impair the finishers surface of the concrete. the lumber used for facing or sheathing shall be surfaced on at least one side and two edges, and shall be sited to uniform thick- ness. Lumber of nominal one-inch thickness or plywood of 3/4-inch thickness will be permitted for general use on structure if backed by a sufficient number of studs and wales. b. Form Ties: Metal form ties of a type approved by the Owner or his representative shall be used to hold forms in place. Such ties shall have provision to permit ease of removal of the metal as herein- after specified. The use of wire form ties will not be permitted except by approval of the Cwner or his representative. All metal appliances used inside of the forms to hold them in correct alignment shall be re- moved to a depth of at least one-half inch from the surface of the concrete and shall be so constructed that metal may be removed without undue injury to the surface from chipping or spalling. Such devices, when removed, shall leave a smooth opening in the concrete surface nut larger than seven-eighths inch in diameter. Burning off of rods, bolts, or ties will not be permitted. Metal ties shall be held in place by devices +?ached r^ wales. Each device shall be capable of Jeveloping the strength of the tie. Metal and wooden spreaders which are separate from the forms shall be wired to top of form and shall be entirely removed as the concrete is being placed. Where wire ties are permitted, all wires shall he cut back at least one-half inch from the face of the concrete with a sharp chisel or nippers. The use of metal form ties of 3C-1 a type that are encased in paper or other material to allow the removal of complete tie, leaving a hole through the concrete structure, will not be permitted in the construction of basement or water bearing walls, c. Form Oil: The oil used for this purpose shall he a light clear oil which will not discolor or otherwise injuriou,.ly affect the concrete surface or delay or, impair curing operations. 4. GENERAL REQUIREMENTS a. Form Work: Forms shall be built mortar-tight and of material sufficient in strength to prevent bulging between supports. They shall be set and maintained to the lines designated until the concrete is sufficiently hardened to permit form removal. During the elapsed time between the building of the forms and the placing of the concrete, the forms shall be maintained in a manner to eliminate warping and shrink- ing. If, at any stage of the work, the forms show signs of bulging or sagging, that portion of the concrete causing such condition shall be immediately removed, if necessary, and the forms shall be reset and securely braced against further movement. Forms or form lumber to be reused shall be maintained clean and in good condition as to accuracy, shape, strength, rigidity, tightness, and smoothness of surface. All forms shall be so constructed as to permit removal without damage to the concrete. For narrow walls and other locations where access to the bottom of the forms is not otherwise readily attainable, adequate clean- out openings shall be provided. b. Embedded Items: Before placing concrete, care shall be taken to determine that all embedded items are firmly and securely fastened in place as indicated in the drawings or required by the Owner or his representative. All embedded items shall be thoroughly clean and free of oil and other foreign material. Anchor bolts shall be set to exact locations by the use of suitable anchor bolt templates, or as otherwise shown on the plans. C. Placing Reinforcement: Reinforcement in concrete structires shall be direfully and accurately placed and rigidly supported as pro- vided in the Item "Reinforcing Steel." d. Wetting and Oilin Forms: The facing of all forms shall be treated with a suitable farm oil before concrete is placed. In hot weather, both sides of the face forms may be required to be treated with oil to prevent warping and to secure tight joints. the oil shall be applied before th2 reinforcement is placed. In general, all surfaces of forms which will come in contact with the concrete shall be wetted immediately before the concrete is placed. e. Cleanin Jc rms: At the time of placing concrete, the forms shall be clean and entirely free from all chips, dirt, sawdust, and other extraneous matter. Forms for slab, beam and girder construction shall riot have tie wire cuttings, nails, matches or any other matter whatsoever which would rear the appearance of the finished construction. 3C-2 All forms shall 6e cleaned to the satisfaction of the Owner or his representative, and kept free of foreign matter of alI YJnds during concrete placing. f. Ownet's Ap rp oval: The Contractor shall nr,Lify the Owner or tiffs representative upon completion of various port iur,% of the work required for llac ing concrete so that inspection r,j he Cade as early as is practicable. 'when all items have been found to br, in order, the Oidner or his representative will authorize the cor,trtictor to proceed with the placement. 5. REMOVAL OF FORMS: Forms shall be removed only when the Owner or his representative is present and shall not be removed without his approval. Forms shall he rertioved in such a way as to prevent damage to the concrete. Supports shall be removed in a manner that will permit the concrete to take the stresses due to its own weight uniformly and gradually. Forms shall not be removed sooner than the following minimum time after the concrete is placed. These periods represent cumulative number of days and fractions of days, not necessarily consecutive during which the temperature of the air adjacent to the concrete is above 50°F. Element Tine Beams, floor slabs, arches, supporting forms and shoring 14 days Conduits, deck slabs - supporting (inside) forms and shoring 7 days Conduits (outside forms), sides of beams, small ' structures 24 hours Columns, galls, spillway risers - with side or vertical load 14 days Columns, walls, spillway risers - with no side or vertical load: Concrete supporting more than 30 feet of wall in place above it 7 days Concrete supporting 20 to 30 feet of wall in place above it; 3 days Concrete supporting not more than 20 feet in place above it" 24 hours *Age of stripped concrete shall be at least 7 day_ before any load is applied other than the weight of the column or wall itself and the forms and scaffold for succeeding lifts. END OF SLCHCN 3C-3 SECTION 3D~CONC H TE REINFORCEMENT 1. SCOPE: The work covered by this item consists ref ,urnishing all the reinforcing materials and labor required for curttin;r, bending, tieing, splicing, placing and supp0rtinq the reinforcement in the material grades, Si-.es, quantities and locations as shown or, the plans. 2. GOVERNING STANDARDS: All reinforcing material•~ and the cutting, bending, tieing, splicing, placing and supporting of same shall be in compliance with the following listed standards unle-.s otherwise noted in the Contract Documents. The publications listed below arc! from: ASTM - American Society for Testing and Materials, 1916 Ra,e St., Philadelphia, Pa. 19103. ACI - American Concrete Institute, P.O. Box 4754, Redford Station, Detroit, Michigan 48219. CRSI - Concrete Reinforcing Steel Institute, 180 N. LaSalle St., Chicago, 111. 606C1. Other specifications and proprietary items are a: noted. ASTM-A185 Standard Specification for Welded Steel Wire Fabric Concrete Reinforcement ASTM-A615 Standard Specification for Deformed and Plain Billet- Steel Bars for Concrete Reinforcement ACI-315 Manual of Standard Practice for Detailing Reinforced Concrete Structures CRSI Manual of Standard Practice 3. DELIVERY STORAGE AND HANDLING: a. Store e: Steel reinforcement shall be stored above the sur- face of the ground upon platform skids, or other supports and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, it shall be free from dirt, scale, dust, paint, oil and other foreign material. All steel reinforcement shall be metal tagged and stored for ease of correlation with shop drawings. 4. MATERIALS: a. Bars: All bar reinforcement shall conform to Deformed rlillet--Stee1 bars for Concrete Reinforcement, ASTM Designation A-615. Unless otherwise specified, bars shall be Grade 60. b. Wire Fabric: Wire for fabric reinforcement shall be Cold- Drawn steel wire conforming to the requirements for Cold-Drawn Steel Wire for Concrete Reinforcement, ASTM Designation A-82, and fabricated in accordance with ASTM Pe5ignztion A-IB5. 30-1 C. Supports: Bar supports or chairs shall be furnished in ac- cordance with the Concrete Reinforcing Steel lnstitutc Minual of Stan- dard Practice. 5. FABRICATION: a. bending: The reinforcement shall be beat cr,ld by machine to shapes indicated on the Plans. Bends shall be true to shapes indicated, and irregularities in bending shall be cause for rejection. Unless otherwise shown on the Plans, all hook and bend details and tolerances shall confurm to the requirements of ACI-315. 6. GENERAL CONSTRUCTION REQUIREMENTS: a. Approval by the Owner or his Representative: No concrete shall be deposited until the Owner or his representative has inspected and approved the placing of the reinforcing steel and given permission to place concrete. Exposed reinforcing steel intended for bonding with future extensions shall be effectively protected from corrosion, or cleaned before tieing the extension reinforcing. b. Tolerances: All reinforcement shall be placed as shown on the Plans with the following maximum tolerances: Cover { l/8" Spacings ± 3/16" in 12" C. Placing: (1) General: Steel reinforcement shall be placed in the exact position as shown on the Plans and held securely in place during the placing of the concrete The minimum clear distance between bars shall be two times the bar diameter. Vertical stirrups shall always pass around the main tension members and be securely attached thereto. All reinforcing shall be wired together at a sufficient number of in- tersections to produce a sound or sturdy mat or cage of reinforcement that will maintain the reinforcement in the intended positions when the concrete is poured. Every 4th intersection is considered maximum unless otherwise authorized by the Owner or his representative. (2) Approval: No concrete shall be deposited until the En- gineer has inspected and approved the placing of the reinforcing steel and given pernission to place concrete. Exposed reinforcing steel intended for bonding with future extensions shall be effectively pro- tected from corrosion, or thoroughly cleaned prior to tieing the ex- tension reinforcement. (3) Tieing and Suppnr n The reinforcing steel in all con- crete slabs shall be held firmly in place, as shown on the drawings, by wire supports or "chairs". Wire sizing and sparing of the chairs shall be sufficient to properly support the steel, and shall be in accordance Witt) CPS] Manual, "Recommended Practice for Placing Bars." 3D-2 (4) Spacers: The reinforcing steel in all concrete walls shall be spaced its proper distance from the face of the forms, as shown on the drrpwings, by r.eans of approved galvanized metal spacers crap- proved precast mortar or concrete blocks. Before ar;y concrete is placed, all rortar blocks to be used for holding steel in position adjacent to formed sc,rfaces shall be cast in individual molds, at which time the blocks shall be immersed in water for the remairdar of at least a four- day curing periud. The blocks shall preferably be cast with the sides beveled and in such manner that the size of the block increases away from the surface to be placed against the fortis. Blocks in the form cf a frustum of a cone or pyramid are preferred. Suitable tie wires shall be provided in each block for anchoring the block to the steel, and to avoid displacement when placing the concrete. Unless specifically authorized by the Owner or his representative. the size of the surface to be placed adjacent to the forms shall not exceed two and one-half (2-112") inches square or the equivalent thereof when circular or rectangular areas are provided. Blocks shall be accurately cast to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. END OF SECTION 3D-3 SI CTION 3E - WATEP,STOPS I. GENERAL: This section of the specifications shall go)aern the ion Hshirig of waterstops. WATERSTOPS: At locations shown on tie plans, or as directed by the (rrrineer, there shall be installed waterstops or seals which are intended to prevent water from passing through pats of the structure. Waterstops ,,hall be of a polyvinylchloride plastic compound and shall be 6" in length for construction joints unless specifically limed otherwise. Waterstops shall be Dura-joint Type No. 5 for construction joints as manufactured by Servicised Products/W. R. Grace Company, or Anti-Hydro Waterproofing Company (Equal Product), or equal. The waters-top material shall be fabricated from a plastic compound, the basic resin of which shall be polyvinylchloride. The compound shall contain any additional resin, plasticizers, stabilizers or other ma- terials such that, when compounded, it shall meet the requirements set forth in this specification. No reclaimed PVC, nor any PVC compound other than that specified herein shall be used. a. Tensile Strength and Ultimate Elongation: When tested ac- cording to AsrM D412-51T (Die "C") the tensile strength of the material shall not be less than 2000 psi (Standard grade) and the ultimate elongation shall not be less than 35%. b. Low Temperature Brittleness: When tested according to ASTM D746-551, the material shall show no sign of failure (cracking, chipping, etc.) at minus eight (8) degrees F. C. Stability in "Effect of Alkalies" Test: When tested according to HEPCO of Ontario, C-245-5, 7 (Ti), the material shall not show any dimensional changes in excess of one percent, nor shall its weight increase by more than 0.40 percent at 30 days. Material that exhibits Any Decrease in weight in 30 days will be considered to have failed. d. Leakage Test: 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 for any leakage. Any and all leaks shall be completely stopped, and repaired by this Contractor. END OF SECTION 3E-1 SECTION 4A - MASONRY 1. WORK INCLUDED: Furnish all labor and material,., equipment, scaf- folding and accessories necessary to complete all m,)sonry work indicated on the drawings and specified herein, including all metal reinforcing, anchors, ties, clamps, etc. Perform all cutting an(! patching of masonry for other trades and all cleaning and pointing of masonry. 2. STORAGE OF MATERIALS: All cement and limn products shall be stored in watertight sheds with floors elevated a minimum of G" above ground. Masonry units shall be stored on raised platforms. During freezing weather all masonry units shall be protected with tarpaulins. Sand shall be stockpiled in a dry space in such a manner to prevent intrusion of foreign materials or excessive water. 3. SCAFFOLDING: Contractor shall provide, erect and maintain scaf- folding as necessary for this work and shall make it available to other trades required to execute work in connection with masonry. All scaf- folding shall be of good construction, sturdy and shall conform to all governing ordinances and regulations as well +s being approved by the contractor's insurance carriers, and shall he constructed and erected in a safe and substantial manner. 4. FOREMAN: Contractor shall place on the job a thoroughly experienced and competent forenan, who shall be in constant charge of the work covered by this Section until complete. He shall supervise all work and see that it is carried out in strict accordance with the plans and specifications. 5. COLD WEATHER PROTECTION: No masonry work can be installed at temperatures below 40 degrees F. without the Engineer's approval and the exercising of the following precautions. Lay no masonry work in tem- peratures below 25 degrees F. All mortars laid shall have a temperature of 70 degrees F. to 120 degrees F. If necessary during cold weather, Contractor shall heat the mixing water, or sand, or both to accomplish this requirement. Between air temperatures of 40 to 32 degrees F., heat sand or water. between air temperatures of 32 degrees F. to 25 degrees F., heat sand and water. r All masonry work shall be protected from cold weather by means of tar- paulines, insulating blankets, or heated enclosures for twenty-four (24) hours after installation whenever the temperature falls below 32 degrees F. 6. MATERIALS: a. Portland Cement: An approved standard brand American mar,j- f,rctured cement meeting ASThI C150, Type I. 4A-1 b. Masonry Cement; Factory mixed masonry cement conforming to ASTM C91. Masonry cement for face brick where integral color is used shall be white Portland Cement type. C. Lime: An approved brand, conforming to A'~fl9 0207, Type S or N for hydrated lime and quicklime according to manufa:tu er's directions. d. Sand: Well graded sand, free from organic rirtter, reeting ASTM C144 passing sieves, as follows: No. 4 - 100% No. 50 15-40% No. 8 - 95w No. 100 - 10-15% No. 16 - 60-100% No. 200 - 0-109 No. 30 - 35- 70% e. Water: Fresh, clean and free from injurious organic matter or minerals. f. Waterproofing: Master Builder's "Omicron", A.C. Horn "Hydratite", or approved equal. g. Mortar Integral Color: Mortar color shall be an approved brand, non-fading mortar color material, color as selected by the Engineer. h. Common brick: Hard burned, grade NW meeting requirements of ASTM C621 "Building Brick". i. Concrete Masonry Units: Lightweight aggregate cement block, auto clawed, conforming to ASTM C90, grade A. j. Wall Reinfo►cement: Horizontal reinforcing for masonry shall be laid at each second back up joint and shall be a trussed type rein- forcing fabricated No. 9 gauge steel bars in widths as required. Width shall be approximately two (2) inches less than the wall thickness in which it is used. Other wall ties as shown or as necessary shall in- clude corrugated dovetail anchor slots, galvanized and 1/4" round gal- vanized bars having 2" 'egs. 7. MORTARS AND GROUT: a. Mortar: Mortar shall be Type N, 750 psi strength having the following proportions: 1 pt. Portland Cement 112 pt, Portland Cement 1 pt. Lime Putty 1 pt. Masonry Cement 6 pts. Sand or 4-1/2 pts. Sand *waterproofing *waterproofing '''mortar color **mortar color *Apply 1 lb. waterproofing compound concentrate to each cubic foot of cementious materials. *`Color as selected by Engineer. I 4A-2 8. MIXING MORTARS: Materials. shall be accurately measured by volume, and in no case shall mixing time be less than three (3) minutes following the addition of the ingredients. All mortars shall be mixed in a batch r.echaoical mixer. No mortar shall be used that has stood for mere than one hour, or zfter it has begun to set. 9. MASONRY WORK, GENERAL: All masonry shall be laid true to dimension, plumb, square and in bond. Lay in running bond. Lond each course at all corners and intersections. All courses shall be level, plumb, and all joints shall be of uniform thickness, approximately 3/8 inch thick. Lay ma~nnry in full mortar beds with edges buttered with mortar and shoveu into place. Completely fill all joints with mortar and strike off excess mortar as each unit is laid. After mortar has become "thumbprint" hard, tool each joint, both horizontal and vertical, with a joint tool to produce a dense slightly concaved surface, well bonded at the edges. Build in flashings where they ocr.ur. Masonry shall be prepared to provide a smooth surface free from projections which would puncture the flashing material. Install joint reinforcing at all hori- zontal walls spaced at 16 inches on center vertically. Reinforcing shall be of the "trussed-rod" type, installed in full mortar beds. Provide corrugated dovetail masonry anchors at all concrete surfaces spaced not to exceed 16" on center vertically or 32" on center hori- zontally. Install all embedded and built-in items such as lintels, bolts, shelf angles, anchors, sleeves, flashings and plugs as the work progresses. Set steel lintels in full mortar beds. Cut masonry units as necessary to fit over heads of openings and to conform with the modular courses. Fill spaces around lintels with mortar. Where openings occur and steel or concrete lintels are not shown, provide lintels consisting of light weight trough tile filled with 2500 psi concrete and 2-k5 m;nimum re- inforcing rods. Allow space for caulking joints at doors, and as detailed on the drawings. Keep joints free of mortar at door frames. Sills at openings in masonry shall be formed using headers with vertical joints, installed at an angle in order to produce a watershed. 10. CONCRETE MASONRY ERECTION: Lightweight concrete block shall be laid in standard running bond, unless shown otherwise, in a full bed of mortar. Furnish all standard sizes and special shapes required L,,/ the various conditions indicated on the drawings. Block units shall be laid true to line with straight and true joints. Vial) surfaces shall be truly ve:J cal with all units flush. Cull out any broken, chipper; or 1 damaged units in exposed worn. Chipped units may be used in hidden work where damage to the unit is minor and will not create weak conditions. Exposed joints shall be 3/8" thickness and shall be given a concave joint with a steel tool. Where lintels occur, fill voids of units on either side at hearings full of mortar. Cut the as 1required to main- tain correct dimension of lintel from floor. Concrete masonry lintel units shall be formed and reinforced as shown on the drawings. Concrete shall set for, seven (7) days before setting any additional load on lintel. Lintels may be precast in advance of masonry work and set into 4A-3 place as work progresses. Where wcod trim or mouldings occur on con- crete masonry partitions, furn?sh and install galvanized wall plugs. 11. PROTECTION OF ~ORK: During erection, all walls shall be kept dry by covering at the end of each day or shut down period with a strong, waterproof membrane extending a minimum of twelve (12) inches on each side of the wall surface. At the start of each day or after each in- terruption, the previuus work shall be cleaned of dried mortar and dust and lightly wetted. 12. CU1TING AND FITTING: Contractor shall maintain a rasonry saw at all times aed shad vu all cutting necessary to accomme,date his own work and the work of all other trales whoe work is in connection with the masonry. ~+it units as required to maintain modular coursing, to install lintels, t build in embedded items, or as necessary due to conditions encountere on the job. 13. CLEAN: Remove all loose or splashed mortar and thoroughly clean with murati, acid and water mixed one part of muratic acid to ten (10) parts water. Apply cleaning solution with stiff fiber brushes. Use carborundum stone where necessa^y, Wash down with clean water as work progresses. P-,)tect all adjacent surfaces from contact with acid solution. END OF SECTION 4A-4 StCi10*J 5A - SiRUCTURAL STEEL 1. WORK INCLUDED: Furnish all labor and materiel, equipment and incidentals necessary to perform all fabrication of all structural steel shown on the drawings and specified herein, including all structural steel shapes, columns, base plates, fabricated cu,,[)r,nents and bolts, washers, nuts, rivets or other fasteners necessary to complete the work. Furnish all labor and equipment for the delivery and erection of struc- tural steel components at the job site, including irll temporary bracing, guying and supports that may be necessary during erection. Erection shall he in compliance with governmental safety standards currently in effect. 7. SHOP DRAWINGS: Submit to the Engineer for approval five (5) copies of complete and detailed shop drawings. Shop drawings shall include all items which require manufacture or fabrication and shall show all sizes and arrangement of members, character of construction, strength of connections and fabrication details. The drawings shall indicate the design, sections and weights of members. Substitutions will NOT be permitted except with the written permission of the Engineer. Dimen- sions scaled from the drawings shall not be used for fabrication and the Contractor shall, when necessary, determine actual dimensions at the building. 3. CODES: Applicable provisions of the current editions of the fol- lowing--codes are hereby incorporated in this specification and shall govern all work to the same extent as if found herein: A.I.S.C. "Code of Standard Practice for Steel Buildings and Pridges." A.I.S.C. "Specifications for the Design, Fabrication and Erection of Structural Steel for Building;." A.W.S. "American Welding Society Code for Welding in Building Construction." A.I.S. C. "Specification for Assembly of Structural Joints using high Strength Steel Bolts." 4. SHOP FABRICo)TION INSPECTION: The Owner through its Engineer re- serves the right to nspeal fabrication procedures, including welding; and at I;is own expense nosy appoint an independent testing laboratory to perform such tests as desirable. The fabricator shall give access to the Engineer and his inspector at all times during fab- rication of work under this contract. The fabricator shall give the Engineer notic,- when fabrication is under way. In addition, he shall furnish the inspector a set of approved shop drawings during inspection tours. 5A-1 5. F'4TERIALS : a. Structural Steel: Structural steel for all work shall conform to the Standard Sp_,cifncations of the AS1M for structural steel for Bridges and Buildings, and shall be AS111 designation Ai6 having c mini- mum yield strength of 35,000 psi. b. Unfinished Bolts and Nuts: Unfinished bolts and nuts shall conform to AS1M Standard A301 and shall be the regular hexagon-bolt type. C. turned Bolts and Nuts: Bolts and nuts not otherwise desig- nated shall conform to ASTfB lr307. d. High Strength Bolts and Nuts: Bolts and nuts shall conform to ASTM Specifications A325. Bolt and nut dimensions and threads shall be in accordance with American Standard B 28.2 for regular semi-finished hexagon bolts and heavy semi-finished hexagon nuts. e. Washers: Round washers shall conform to American Standard B 27.2, Type B. washers ;n contact with high-strength bolt heads and nuts shall be hardened in accordance with ASTII Standard A325. Beveled washers shall be square, smooth, and sloped so that contact surfaces of bolt head and nut are parallel. The diameter of the hole of square-beveled washers shall be 1/16" greater than the bolt size for bolts not larger than 2", and 1/8" greater than the bolt size for bolts larger than 1". f. Filler Metal for Welding: Welding electrode for metal arc- welding shall conform to ASTM Specifications A233, latest edition. Barr electrodes and granular flux used in submerged-arc process shall conform to Section 1.4.5 of A1SC Specifications for Structural Steel for Buildings. Only E70 Series electrodes for manual arc welding and grade SA-2 for submerged arc process shall oe used for welding A36 Steel. g. Shop Paint. Tnemec 99 Red Metal Primer or DuPont Dulux No. 760, or approved equal. 6. FABRICATION: a. Steel Fabr'ca_tion: Unless otherwise indicated on the drawings or specified, the fabrication of structural steel shall be it) accordance with the American Institute of Steel Construction "Specifications for the Design, Fabrication, and Erection of Structural Steel for Building." [he use of gas cutting is permissible provided the metal cut is not carrying stresses during the operation. Gas cut edges which will be subjected to substantial stress or which have weld metal deposited on them shall be free from gouges; any gouges that remain from cutting shall be removed by grinding. To determine the effective width of members so cut, 1/8' shall be deducted from each gas cut edge. The radius of re-entran'. gas cut fillets shall be as large as practicable, but never less than I". 5A-2 Planning or finishing of sheared or gas cut edges of plates or sha,,es will not be required unless specifically called for on the drawings or included in a stipulated edge preparation for welding, Compression joint,., dependinll upon contact bearing, shall have the bearing faces truly machined to a common plane after the members are riveted. Ail other joints shall be cut straight. Provide all necessary steel bearing plates for reactions of beams and columns, and connection stiffeners and gussc,Ls whether specifically shown on plans or not. b. Fabrication Allowances: Structural members, consisting pri- marily of a single railed shape shall be straight within appropriate tolerances. Built-up structural members fabricated by riveting or welding, unless otherwise specified, shall be straight within the tol- erance allowed for wide flange shapes by ASTM Specifications A6 or by the requirement of the following paragraph and the drawings. Compres- sion members shall not deviate from straightness by more than 1/1000 of the axial length between points which are to be laterally supported. A variation of 1/32" is permissible in the over-all length of members with both ends milled. Members without milled ends which are to be framed to other steel parts of the structure may have a variation from the detailed length not greater than 1/16" for members 30'-0" or less in length and not greater than 1/8" for members over 30'-0" in length. 7. BOLTED FABRICATION: a. Preparation of Bolt Holes: Holes for bolts shall be 1/if," larger than the nominal diameter of the bolt. If the thickness of the material is not greater than the nominal diameter of the bolt plu:• lid", the holes may be punched. If the thickness of the material is greater than the nominal diameter of the bolt plus 1/8", the holes shall be either drilled or sub-punched and reamed. The die for all sub-punched hoes, and the drill for all sub-drilled holes, shall be at least 1/16" smaller than the nominal diameter of the bolt. Holes that must be enlarged to admit bolts shall be reamed. Poor matching of holes shalt be cause of rejection. b, Assemb`y: When assembled, all joint surfaces, including those adjacent to the washers, shall be free of scale except tight mill scale. They shall be free of dirt, loose scale, burrs, and other defects that would prevent solid seating of the parts. Contact surfaces within friction type joints shall be free of oil, paint, lacquer or galvanizing. All A325 bolts shall be tightened to a bolt tension not less than the proof load given in the applicable ASTFI Specifications for the type of bolt used. Tightening shall be done with properly calibrated wrenches or by the "turn-of-nut" method. 8. WELDED FABRICATION: the technique of welding employed, the ap- pearance and quality of welds made, and methods used in correcting defective wurk shall conform to Section 4, "Technique", of the Current Edition of the Code for Welding in Building Construction of the American Welding Society. Welds shall be made only by welders and welding opera- 5A-3 tors who have been previously qualified by tests d; prescribed in the Standard Code for Arc and Gas Welding 4 Building Construction of the American Welding Society, to perform the type of w„rk required. Sur- faces to be welded shall be free from loose scalp, drag, rust, grease, paint, and any other foreign maierial except that will scale withstanding vigorous wire brushing may remain. Joint surfar_e-. shall be free from fins and tears. Preparation of edges by gas cuttirui shall, wherever practicable, be done by mechanically guided torch. 9. SIIOf' CLEANING AND PAINTING: After inspection and approval and before leaving the shop, all steel work shall be thoroughly cleaned by effective means of all loose scale, rust, splatter, slag, flux, deposit, oil, dirt, and other foreign matter. Except where to be encased in concrete, or edges to be field welded, all steel shall be given one shop coat of primer, applied thoroughly and evenly. All paint shall be applied to dry surfaces and shall have a dry thickness of at least 3 mils. 10. STEEL ERECTION: Steel shall be erected in accordance with the Standard Specifications of the American Institute for Steel Construction. All erection shall be performed by workmen experienced in this form of work. The framing shall be carried up true and plumb and temporary bracing shall be introduced wherever necessary to take care of all loads to which the structure may be subjected, including erection equipment and its operation. Such bracing shall be left in place as lorg as may be required for safety, and shall be removed by the Contractor as part of his equipment. As erection progresses, the work shall be securely connected to take care of all dead load, wind, and erection stresses. 11. BOLTED FIELD CONNECTION: High strength bolts shall be used for field connections, and shall have a suitable identifying mark on top of the head. Tightening of nuts shall be done with properly calibrated wrenches or by the "turn-of-nut" method. The minimum bolt tension for the size of bolt used shall be in accordance with tables listed in the above-referenced standards. When calibrated wrenches are used, each wrench shall be checked for accuracy at least once daily for actual conditions of applications. 12. WELDED FIELD CONNECTION: Welds shall be made only by operators who have previously qualified by tests, as prescribed by the "Standard Qualifications Procedure" of the American Welding Society to perform the type of work required. The Contractor shall provide the Engineer with the name of welders to be employed on the work together with certification that welder has passed qualification test within six months just prior to performance of the work. All field welds shall be of the type B Y - cated on the drawings or specified herein. All welding must be approved by the Engineer. 13. CUTTING HOES: The use u, a gas-cutting torch in the field fur correctlnu fabrication errors will he permitted on strw Ural framing members only provided that approval of the Engireer is first obtained for each specific condition, 5A-4 14. SETANG PLATES: Col om base ;dates shall be sot. level to correct elevations and temp, arily supported on steel wedges or shim; until the supported members have peon plumbed and grouted. Ttv- entire bearing area under plates shall he grouted solid with grout. 15. TEMPLATES: Templatts shall he furnished as indicated on drawings. The Contractor shall furnish instructions for the setting of anchors, connection details, and bearing plates and shall ascertain that,the items are properly set during the progress of the work. NO OF SECTION 5A-5 sECiION 5S - FLOOR ACCESS DOORS 1. GENERAL: Furnish and install all labor, materials, equipment and accessories necessary for fluor doors as shown on thr-- plans or specified herein. 2, MATERIALS; Furnish floor access door, 5' x 5' Lyle JD as manufac- tured by the Bi1co Company, or Model GI 20 as manufactured by Babcock- Davis Associates, Inc,, or approved equal. Frame- shall be 1/4" formed gutter with anchors bolted to the exterior. Door leaf shall be 1/4" aluminum diamond plate reinforced with aluminu-7stiffe11er5 as required. Bronze or brass hinges shall be bolted to the underside and pivot on torsion bars that counterbalance the door. The door shall open to 90 degrees and lock automatically in that position. A grip handle shall be provided to release the cover for closing. Doors shall be built to withstand a live load of 300 pounds per square foot, and equipped wth a snap lock and removable handle. 3. FINISH: Hardware shall be cadmium plated. Factory finish shall be prime coat of red oxide. Finish at station shall comply with painting specification. 4. INSTALLATION: Installation shall be in accordance with manufac- turer's instructions. END OF SECTION 5B-1 SECTION 5C - 1,1ISCELLANFOUS METALS I J b;OP,K 1NCLUDEO: Furnish and install all niscellaneous metal worl,. sho n on the drawings or specified herein, includincl .inchors, hangers, rods, bars, brackets or fasteners required to complete this work and to connect to work by others. Provide inserts for concrete where necessary. 2. FABRICATION: When a specific manufacturer's article or apparatus is specified, ft shall be applied, assembled, or otherwise installed in accordance with the manufacturer's specifications. Insofar as possible, all special items shall be shop fabricated and assembled ready for erection. Fabricate articles to proper shape with sharp lines and smooth surfaces. Connections shall be securely welded, bolted or riveted and welds shall be dressed smooth on exposed surfaces. Thickness of metal and component parts shall be of size adequate to withstand strains reasonably anticipated for its usage. Provide lugs, rabbets or brackets to allow for proper assembly and close fit. Exposed edges and ends of metal shall be dressed smooth. 3. MATERIALS: a. Steel Rolled Shapes: ASTM A36, having a minimum yield strength not less than 36,000 psi. b. Miscellaneous Steel: ASTM A7, or ASTM A7-52T. Plates and bars shall conform to AS TM A-284. C. Cast Steel, General Purpose: ASTM A27, Grade 65-35. ' d. Cast Steel, Structural: ASTM A418, Grade 80-50. e. Galvanizing: Galvanized metals shall conform to ASTM A123 and ASTM A386. f. Welding Electrodes: Electrodes shall be of the type required for the purpose intended. Use E70 series for manual arc welding for A-7 or A-36 steel. g, Aluminum: Aluminum shall be of an alloy suitable for the function intended. Finish shall be as noted on the drawing, otherwise shall be of recognized industry standard for type of component. h. Fasteners: Fasteners shall be of the type required for the purpose intended. Finish shall be as noted on the drawing, otherwise shall be of recognized industry standard for type of component. i. Shop Paint: All ferrous metals shall receive one coat red oxide primer meeting Federal Specification TT-P-636. 4. MISCELLANEOUS STRUCTURAL FABRICATION: Steel components shall be shop fabricated of standard structural shapes, or bent plates to the 5C-1 desigrs shown ri the drawings. Frames shall be shop assembled by welding or bolting. Sot frames shall be shop assembled by welding or bolting. Set frames in place plumb, level and square in all directions and securely braced to prevent displace,Tnent until built into construction. 5. LOCSF L1_Nff:LS: Furnish and install loose lintel,. for all masonry openincV, and a% noted on the drawings. lintels shall he of th, size and design detailed and shall in no case have less than sir, (6) inch bearings at each jamb. Unless otherwise noted, lintels for far f, brick shall be 3-112" by 3-1/?" by 1/4" size. 6. STEEL STAIf_;S: Furnish steel stairs complete with stringers, treads, support bracket and other components noted on the drawings and specified herein. Stair stringers shall be mitered at connections with joints welded and ground smooth. Fabricate supports and brackets as detailed. Metal grading at landing shall be installed in two sections and tack welded to structural supports as detailed. Stair treads shall be factory fabricated units with steel grate treads and a special cast abrasive nosing. Sides to have mounting flanges for welding to stringers. Treads to be 11-112" wide x stringer spacing. Treads shall be welded to stair stringer each side. Steel tread shall be welded steel grating having 1-1/4" x 3/16" main bars at 1-1/4" max, spacings, with secondary members at 4" max. spacings. 7. STEEL HANDRAILS: Furnish and install handrails at interior stair as detailed. Handrails shall be fabricated of 1-112" diameter heel pipe with all welded construction. Cut pipe to conform to diameter of posts and weld continuously. Provide insert sleeves at handrail splice and weld joint continuous and grind smooth. Posts shall be cut to fit to slope of stair stringer and shall he welded to top flange of channel all around each post. Provide mounting plates for upper post with holes for expansion bolts as detailed. Assemble as much of handrail as possible in shop and ship to site for final assembly. All field connections shall be welded and ground smooth. END OF SECIICN 5C-2 SECTION 6A - CAP.PENiRY 1. YORK INCLUDF_D: Furnish all iahor, materials, vquipment and acces- urries necessary fog or incidental to all rough carl,entry work, as noted 00 the drawings or, specified herein, including all Flocking, grounds, Fucks, nailing strips and framing required for anchorage and as supports fur equipment, or as required to make a complete installation in accor- Oar)ce with the drawings. Furnish and install all fasteners, nafls, --pikes, bolts, nuts, bolts, washers, screws and other items of rough Hardware necessary to complete the work. MATERIALS: a. Lumber: Lumber shall conform to American Lumber Standards, ',irr;,lified Practice Recommendation, P,-16, and shall conform to the 111,10ing rules and bear the grade and trademark of the manufacturer's i,.5,ociation under whose rules the lumber is produced, and a mark of mill identification. All lumber both dimension and finish, shall be kiln- dricd, grade marked and mill identified. Where specified, lumber shall Fr, preservative treated. Lumber shall be air-dried having a moisture runtent not exceeding 19%. Wood members shall be selected for uni- formity and freedom of warps and defects. Cull any defective or warped mo•rrlrers and use for blocking, headers or miscellaneous usage. Grounds, rr,riling strips, blocking, headers, furring, etc, not less than standard urnde Southern Yellow Pine or No. 2 Douglas Fir. Wood curbs, eave riallers, and all wood attachments to the exterior of the building or any Flocking used in connection with exterior openings or adjacent to masonry- 2 Southern Yellow Pine, preservative treated, kiln dried. b. Preservative Treatment: All wood sills, wood bucks, or other hurler which cones in contact with concrete or masonry, or is used for <rrttis or blocking at roof, used as nailers at roofing, or otherwise used t1+ that they might be exposed to weather shall be preservative treated. 1't(-cervitive treatment shall be in accordance with federal Specification IIW550 and shall be equal to Nolmanized" pressure treated lumber. I<irtractor shall treat all cut ends by brushing with a heavy coat of the iii, ervative solution to all such cut ends in the field. ' C. Finish Lumber and Trim: All finish lumber, trim, moldings, ~r shall be kiln dried having ng a moisture content rr,t exceeding 1l' WORKMANSHIP AND INSTALLATION: All work shall be performed by lu.,lified mechanics using best workmanlike methods to perform each iporation. Erect all framing true to line, level, to proper dimension, -pore, aligned, plumbed, well spiked and nailed, and adequately braced. END OF SECTION 6A-1 SECTION 7A - (BUILT-UP ROOFING 1. WORK INCIUDED: Furnish all labor and materials pessary to co-1- plete afl roofing, including all incidentals and acce ,ries for all roof areas o, i,rdicated on the drawings and as specify i herein. 2. CONTRACIOR'S QUALIfICA11ON5: Roofing Contractor Brill furnish evidence that'he~has been in the roofing business at lea t five 15) years and that he has done satisfactory work of thi_, sizw and type for .at least five other recent projects. In lieu of this req:irement, the Roofirrg Contractor may provide a bond, or deposit, in an Emount equal to the replacerent cost of the roof, for a period of five (5) years. 3. DELIVERY AND STORAGE OF MATERIALS: Materials shall not be de- livered to the job site until provisions have been made to receive them. Roofing materials shall be stored on raised platforms and shill be neatly stacked and protected from the weather. Rolls of roofing felt rhall be stacked and protected from the weather. Rolls of rc fing felt shall be stacked vertically and shall be covered by waterproo' cov)rings. ',lag or gravel shall be neatly stockpiled in a manner to avoic inclusion of dirt, debris or organic matter. 4. COLD WEATHER PRECAUTIONS: No roofing shall be installed vt n the outdoor temperature is below 40 degrees F. or at 45 degrees F. , d f.,lling. Roof deck shall be completely dry before roofing operations ore begun. Remove all accumulated snow or ice. 'rGUARANTEE: In addition to the standard one-year guarantee, e (ontractor shall guarantee, in writing, the roof system, includin, all rlnshings and metal components against all defects of material or s)rk- forinship for a period of two (2) years from the date of the Owner's nrreptance of the building. This guarantee shall so state that during tho guarantee period, the Contractor shall, within three (3) days of 11-(eipt of notice of leaks or defects of the roofing systen, repair such ibAks at no additional cost to the Owner. MATERIALS: a. Gravel: Gravel shall be approximately 3/8" size; 306% passing mesh, 30% to 50% passing 04 mesh, and no greater than 5% passing Mir, mesh conforming to ASTM D-1863. b. ~Aa) haIt: A high melting point mopping asphalt conforming to Ioderal Specification SS-A-666A, Type III and ASTM D-312, Type 111. C. Asphalt Saturated Felts: Organic felt saturated with refined w.phalt conforming to Federal Specification HH-595-8, Type 15A, and JS"'. lr 7%6-68, 15 pound. d. Asbestos Reinforced Felts: Organic felt reinforced with r+,hv tos fibers and saturated with refined asphalt conforming to Federal 'por.ification 11H-R-590A, Type I and ASTM D250-70, I5N Type. 7A-1 i e. Base Sheet: A heavy gauge asbestos felt reinforced with glass fiber strands, asF~halt saturated and coated with rd nr•ral stabilized asphalt coating, conforming to ASIN 0-3378.741. f. Asphalt Primer: Asphalt based primer having good penetrating qualities Con forrrning to ASiM D41070, hrush or slrray ;,pp1ied. g. Flashing Cement: Formulated compound of srrlect petroleum asphalt reinforced with asbestos fibers and pure pc,troleu.r solvents in a trowel grade consistency, conforming to Federal Specification SS-C-153D, Type I and ASTM 2822-69. h. Insulation: 1" thick insulation board manufactured of expanded cellular beads of perliLe, waterproofing agents and hinders, having a C value of .36. 7. PREPARATION: All openings in the deck surface and all flue stacks, vents, etc., shall be in place prior to application of roofing. Roof surface shall he dry, smooth and free of all d~jris and shall be suffi- ciently rigid to support all roofing operations. The roofing contractor shall carefully inspect all roof surfaces prior to beginning work and shall report any undesirable conditions. The beginning of work by this contractor indicates his acceptance of the roofing surface. 8. ASPHALT APPLICATION: Asphalt shall be heated by means of a kettle which has adequate means to control asphalt temperature, Asphalt small not be heated to a temperature above 475 degrees F. for high melt type, nor 400 degrees F. for low melt type. At no time shall the asphalt be heated to a temperature which will exceed its flash point. Hot asphalt shall be applied ak. a temperature not less than 375 degrees F. nor more than 450 degrees for high melt types. Loy; melt types shall be applied at a temperature of not less than 350 degrees F. or more than 400 degrees F. 9. BUILT-UP ROOFING SPECIFICATIONS: Materials and specifications of any of the companies listed be ow will be acceptable, provided that the specification used complies with the provisions stated herein, are essentially the same roofing specifications of the one listed, and are applied in strict accordance with the manufacturer's written instructions. Contractor shall submit four (4) copies of manufacturer's specifications to Engineer for approval and shall maintain an approved copy on the job site during all rooti,rg operations. Roofing specifications shall be equal to Celotex 440-C, asbestos felt and gravel roof. Acceptable manufacturers are as follows: a. Barrett Division e. Johns-Manville b. Gird and Son f. Koppers Co. C, Celotex g. Phillip Carey d. Flintkote h. G.A.F. 7A-2 10. IN I. AT ION APPLICATION: Insulation sh~+lI be applied in one layer over ccncrete roof iicr- iri asphalt applied at the rate ut 20 pounds per square, with edges butted tightly togethc., 11. BIIILI - LIP ROO4ING APPLICATION: Beginning at lhr- low point of the roofa!op the surface with steep asphalt and while hot, eribed one ply of coated base sheet lapping each sheet four (4) inchr-. over the underlying sheet. Lap ends 6 inches. Seal all laps with hot asphalt, Starting at 1&4 point of roof, mop a uniform coat of asphalt and while hot embed three plies of No. 15 asphalt asbestos felt. First strip shall be 12 inches wido, second shall be 24 inches ~+nd others shall be full width. Lap each ply 24-2/3 inches over the preceding ply. Broom each ply to assure complete embedment. Over the entire surface, poura uniform fopcoating of steel asphalt and while hot, embed 400 pounds per square gravel. 12. BASE FLASHINGS: Base flashings shall be installed at all roof openings. Prime vertical f-urface and install cant strips in hot mopping of asphalt. Insr.all roofing felts and extend to t')p of cants, Install first layer of base flashing from cap flashing down across cant and onto roofing felts a minimum of four (4) inches. The second layer shall be hot mopped onto the first and shall extend six (6) inches onto roof felts. Nail top of flashing with cement coated nails at twelve (12) inch centers and cover with flashing cement. Cover boi.tom of base flashing with two layers of 15 pound felt, 10 inches and six inches wide mopped over edge. Lap ends of base flashing a minimum of three (3) inches. 13. CLEANUP: Protect adjacent surfaces from asphalt spillage. Cover parapets and edges of roof with protective covers where asphalt is lifted to roof. Any asphalt that is spilled onto any exposed surfaces, walls, or gravel guards shall be promptly cleaned to the satisfaction of the Engineer. Remove all debris created by roofing operations as it accumulates. END OF SECTION 7A-3 SECTION 76 - FLASNINI, AND S11EE11°IETAL I, WORK IN_CtUDE11: Furnish all lahor and rateri:;l, for all roof flash- ings, ri,A al facial and all other sheetmetal woY4 rneru,sary to complete the sheetmetal installation as indicated on the (I ro ings, specified herei(i , or as required by the particular appIicatir,n. 2. ASSOCIATICF6A11 slheotrceLa1 wort. slaaII hr, iu accordance with the app Iica ble 1)rovit.ions of tlie "Architectural Sher.tr. I L;anLJaI," Sheet- metal and Air Conditioning Contractors National iation, Inc. 3. MATERIALS: a. Galvanized Iron: Commercial grade Federal Specification OD-S-775, Type I. Gauge of metal to be as indicated on the drawings, otherwise not less than 26 gauge. b. Fasteners: Nails, bolts, screws and other fasteners shall be provided as necessary to anchor all sheetmetal work. All fasteners shall be non-corrosive steel. Nails shall be barbed, annular thread or screw type. Stainless steel fastenings shall be used for connecting dissimilar metals. C. Solder: Conforming to ASTM B22, composition 50% tin and 50% lead, d. Flux: Rosen, muriatic acid neutralized with zinc. P. Roofing Felt: Asphalt or coal tar saturated felt, 15 pound ASTM 226. f. Sealant: One component gun grade elastrometric type sealant based on "thiokol" polysulfide liquid polymer. g. Plastic Centient: Conforming to Federal Specification SS-C°153. h. S;11 Flashingss: Two ounce copper sheet bonded on both sides with creped Kraft paper saturated in a waterproofing asphalt; Sandell "Copper-Kraft", WASCO "Cop-R-Tex", St. Regis "Sisal Kraft", or equal. 4. SHEFTMETA_L WORK: Sheetmetal items shall be fabricated to the thickness detailed on the drawings or specified herein and joined to- gether. Sections shall be one piece wherever possible and in all cases shall be in lengths not less than ten (10) feel. All Ether pieces, unless required to be butt joint or soldered, shall be lapped three (3) inches minimum. Roof flanges :gall be set in plastic cement applied over the roofing felt and nailed at three inch centers, in 1 inch from edge. Flashings shall be nailed on one edge only. Provide treated wood nailers at all edges and other locations necessary to properly secure flashings, gravel guards, cleats, etc. 7B-1 5. SO[UERING: Edges of sheetmetal shall he pre-tinned before solder ni,I is b~iun. thoroughly heat the seams ind corrj letc, ly sweat the solder through the full width of the seam. Upon cry^;jletiorr of Solder1 ig tyre acid flu,. residue shall be thoroughly cleared frr,m the sheetmet~I 6. SII! IIArIlIhG: Iristal1 flashing under all brig sills. Flashing sh-:1 hwlt i n a uriequnl shape and (,,mbedded i ri f r esh r ortar. END UI SECTION 7B-2 SECTIO'1 7C_=CAULKING QAP_l?PROOF IliG AND WATERPROOFI'-' I. WOPK INCLUDED: Furnish all labor and material- ne-essary to cu-- I - plete all dsmpproofing, weathe rp,•oofing, and cauIk.ir,ri. Apply sealant to ou~id all door frames, and louvers. Caulk, interior around all openings in c,terior walls and other places necessary to fill rj:ps between sur- 1. F;ATLRIAtS; a. Caulk -inc: beck-uh: Closrd cell ex~!anderl pr I;r thylerre or oiler r_FII pol;uretliane- foam or closed cell butyl foa;n rlnrl, 1/5" to 3!C" dia~eter. b. Plastic Cement: Federal Specification SS-C-153, Type 1. C. Exterior Sealant: A one component gun grade elastrometric type sealant based on "Thiokol", polysulfide liquid p,.)lymer, color as selected by Engineer. d. Interior Caulking: A one component high solid elastrometric acrylic latex caulking compound, gun grade. e. Primers: Primers shall be used with all caulking materials. Primer shall be a product made by the manufacturer of the caulking material and shall be applied in strict accordance with the manufac- turer's instructions. 3. CAULKING APPLICATION: All joints to be raked and cleaned, removing all dust, moisture, rust, grease and loose materials. All joints having depths of over 1/4" shall be packed with back-up tubing to result in a constant depth back-up surface. Depth of joint to be equal to width. Mask or protect adjacent mterials to prevent smearing. Prime all sur- faces to receive caulking with a primer as recommended by the caulking manufacturer. Apply caulking compound with sufficient pressure to completely drive compound into joints and fill voids. Caulking shall be applied wii:h a caulking gun with caulking gun heads of such size to pruparly fit the opening. All caulking shall be applied in temperatures exceeding 40 degrees F. and weather is dry. Caulk between door frames and masonry, at all sides of windows, around all doors and jambs, at masonry joints and as indicated on the drawings. 4. GUARANTY-_WARRANTY: The Contractor for work, under this Division shall furnish a written guarantee that waterproofing, dampproofing and caulking work, will be wate-tight for a period of two (2) years from the date of final acceptance of the project. Ne shall assume full responsi- bility for all work herein specified and shall make any and all repairs at his own expense, should any defaults occur due to his workmanship or materials. END OF SECTION 7C-1 SECTION 8A ---SPEC I ALDOORS 1. 4'OrI INCLUD=r~. Furnish all labor and material-,, crquipment arid iticider,taIs nece_•s-,ry to fabricate and install spe•.i.il doors as detailed on the drawings and sf)ecified herein. 2. V rrIJ6FACfUREkS: Door shall Lie of custom desi(In, special manufac- ture by a cc parry that specializes in special indi.,.r,i.,i grade doors, such as Richards-Wilcox lliriufracturing Cor;ipany, 174 Ihird Street, Aurora, Illinois; S,i1no h10nufacturi11rl Co~apany, 6E~ W. Color<r1~, Memphis, Tenn.; Mesher lndustries, Inc. , WAG' North, Lindbergh Eioule) ird, HaZIeW00d, 11.0. ; the Flerrirtl Steel Corq}any, New Castle, Penn., or ert,1,11. 3. DESIGN CRITERIA: Doors shall be manufacturer's custom design, bi-parting horizontal sliding doors for a W -O" wide x 18'-8" high opening. One section of door shall be equipped with a in-swinging personnel door, complete with 1-1/2 pr. heavy gauge, ball bearing hinges, door handle and key-operated, thumb operated dead bolt. Sliding leafs of the doors shall be designed so that 85% of the door's weight is carried by means of not less than two ball bearing rollers mounted at the bottom of the door in each section. kr,llers shall engage a bulb tee track cast into concrete. Provide a heavy gauge box track complete with mounting brackets. Top of each section or door shall be fitted with not less than two (2), four wheel ball bearing rollers. Provide bumpers at each side to limit door travel in such a manner that when fully open, doors will extend into the opening not more than two inches. Provide an astragal at center. Each section of door shall have a recessed handle, and a hasp and staple locking device for each section. The top of the door shall be designed to fit around two rails which extend through the door opening. The section between the two rails shall be closed by means of a fixed section, same thickness and ap- pearance as the sliding door. The space between door and-fixed panel and the rail shall be closed to weather and birds by means of tight- fitting neoprene flaps, held in a metal frame. Frame shall have a removable side to allow replacing the neoprene flaps. Doors shall be fitted with electrical operators complete with motor, drive assembly, controls and limit switches. 4. [ABRICATIUIi: Door panels shall be fabricated of not less than 16 gauge cold rolled flat stretcher steel paiols welded over a welded steel channel frame. Cavity of door panels shall have a core of treaded kraft honeycomb, or if door structure is rigid without a structural core, cavity may be filled with polyurethane foam. Bottom roller shall be a minimum of four inch diameter, bail bearing type which engages the steel track. Roller shall be rigidly mounted to frame in such a manner to carry 85% of door weight. BA-1 hardware shall be furnished for all operating parts. furnish hangers, trolley track arid trolleys, end brackets, f1u_ti pulls, Liu-per shoes, track bracket and four wheel ball bet,ring handers. 5. ELECTRIC OPERATOR: furnish a complete electrical o,>er,. pact.age, coa~~~lfte with 10 to 3/4 IIP, ]7Ei volt, strrgl[- please, f,r) Lertc rotor ar;r %4 volt control cir°cuit with transformLr. Operator shall he factory teA cd ready for instal1iitiwl. Dperater shall be designed to allow for a marimilly operated release dov ice. Door crn;tTO ls s}jall be furnished with a operating dev1cf- r~o~f all necessary contactors, rel.rys, or, other devices. Furnish a co!,pl r-- >,iiif;g diagra~-i to Electrical Contractor for power connection and control station in- stallation. 6. INSTALLATION: Box track shall be attached to wall by means of bracket attached to concrete masonry with expansion bDls. Track shall be installed straight and true and level with floor track. Operator track shall be mounted to wall with steel brackets furnished by manufacturer by means of expansion bolts as recommended by the manufacturer. Operator, motor and other devices shall be installed in strict accordance with manufacturer's instructions. 7. GUARANTEE: The complete door assembly along with all components and the electrical operator shall be guaranteed in writing to be free of defect due to workmanship or material for two (2) years from the date of installation. END Or SECTION 8A-2 SECTION 9A - PAINTING 1. WO RK INCLUDED: Furnish all material and labor, eyuipr~'~t, services and o,erations necessdrv to complete all paintirg afrJ decorating in accordance with the drowings and specified herein. 2. SA'•'r1E5 AND APPROVAL: Subu:iit a list of each spr.cific type of paint proposed along with the rianufac~urer's product data sheet for ttrat pro- duct and complete color charts for color selection. 3. DELIVER)' A'!U SiOkAGE: deliver all rat.erials tr, the b_rilding in original ccntair~rs, with labels intact and sr_als unhrokerr. With the exception of ready-mixed materials, dual] mixing at sitf. Storage space will be designated for storage of painting materials and tools. Protect entire floor surface from damage or spilled paint. Keep all paint containers covereii at all times. Provide adequate safeguards to prevent fires. Maintain .storage room in clean condition. Promptly remove all empty containers and construction debris. After leaving this area, clean all spilled paint and otherwise restore room to finish condition. 4. PROTECTION: Painting Contractor shall be responsible for pro- tecting work and materials f••om soiling or damage. Furnish covers and drop cloths for all floors; protect all equipment already installed and furnish protective cover- for fixed in place equipment. Remove all electrical cover plates before beginning any painting and replace after painting is complete. Rer.ove any applied hardware or finished e:pparatus from any surface prior to beginning painting and replace after painting is complete. 5. PAINTING REQUIREMENTS: All surfaces of every type, other than nonferrous metals or factory finished surfaces or as specifically noted elsewhere, shall receive not less than three (3) coats of-paint ac- cording to the paint schedule. Where painting type is not specifically listed in the schedule, it shall receive a three (3) coat paint finish of an appropriate type of paint as selected by the Engineer. All painting shall be applied by brush only, except that large areas may tie ap;ilied by rollers. Concrete deck may be sprayed provided surrounding surfaces are protected with drop cloths arid other protective devices. ho otter_spray_painting will be allowed unless approved in writirg by the Engineer. 6. PAINTING MECHANICAL AND ELECTRICAL EQUIPMENT: Painting of all mechanical and electrical equipment shall be included under this divi- sion of the specifications as outlined herein. Paint all surfaces of all mechanical and electrical apparatus in all areas, including pumps, pump motors, exposed piping, electrical boxes to conduit, and ductwork. 9A-1 faint all electrical pan~-lboards , regardless of factory finish to match surroundinu wclII srnfaces. i PREPARAIION OF SU'M ACES: Do not finish any sllrfit uI whiCh leas teen dnm-i(I`-•d, or ir. tht, product of improper worlmansI I ip; I(,ose joints, impropf"r jointiriq, r~tc. , that normal finishing procedures will not conceal. Notify coritr,it tor of any defects whicF' should he corrects-d prior to painting. Sand all wood surfaces to remove tool marks. Smooth :ill saw cuts with wood rasp and sand smooth. All knots and sappy spot, shall be given one (1) coat of shellac or approved sealer before painting. Clean greasy or oily metal surfaces with a suitable solvent. Remove rurc spots by wirebrushing, scraping or sanding and prime with rust inhibitive paint. Patch cracks in concrete or concrete masonry. Use wire brushes to remove loose sand particles and mortar splatters. Concrete walls to cure for sixty (60) days prior to painting. Remove all dust, plaster, grease, or other extraneous matter which will affect the quality of the finished work prior to beginning any work. Putty all nail holes, using approved filler, tinted to match filler of all open joints or other defects. 8. VIORK4ANSHIP: All painting shall be accomplished by skilled me- chanics in a workmanlike manner. Inspect all surfaces and report any defects to Contractor. All areas to receive painting shall be broom cleaned and all unnecessary materials, tools, debris and equipment shall be removed. No work shall be done under conditions which are unsuitable for the production of good results. Interior painting shall not begin until all masonry surfaces are thoroughly cured and dry. Temperature spaces in building to be painted shall be maintained above 50 degrees and such spaces shall be kept dry. Exterior painting shall not be done on rainy, damp or frosty weather, or until surface is thoroughly dry. Exterior solvent-thinned paints shall be allowed to dry twenty-four hours between coats, or as directed by weather conditions. Apply all materials evenly so as to be free from sags, runs, crawls, or other defects. All coats shall be of proper consistency and shall be ii brushed out to show the minimum of brush marks. Allow each coat to dry thoroughly before applying next coat. Enamels and varnishes shall be sanded lightly with No. 000 sandpaper between successive coats. 9A-2 9. CLEANING- Upon co-p1etion of painting, remove all empty con- tainers, painting products, drop cloths, trash, and debris anr,'lcave in Groom clean con dit ior;. Remove all p,iint spots, spills, splatters, splash(, ur overruns from all Iini,li,d surfaces. Re~aove protractive cloths or other coverings, replace hardri,ar4- and electrical plates. 10. NJ~IfRIAIS: All raterials furnishEd under thir r,c:lion shall be as specified and shall be nr✓w, fresh products. All ri -Itr r ials shall he rrixud ;I, ;j (Ill .~plieJ in strict accordance will_i thr manufN.tUri, r ' s printed instruction Furnish all necessary painting products such as linseed oil, shellac, and turpentine. Materials shall be pure and of highest quality as approved by Engineer. Generally, the painting products of the following manufacturers are satisfactory, unless specifically noted in the paint schedule to a particular brand or manufacturer. Where so notea, any request for substitution must be submitted in accordance with the supplementarv conditions and must be approved by the Engineer. All other manufac- turers riot listed hereon must receive Engineer's approval. Benjamin-Moore Glidden .ook Pittsburgh Devoe Pratt-Lambert Jones-Blair Sherwin-Williams 11. SURFACES NOT TO BE PAINTED: DO NOT PAINT the following surfaces: a. Exposed concrete floor slabs. b. Exposed concrete sidewalls on exterior of buildings. C. Concrete walls and floor at basement areas. d. Face brick. e. Prefinished louvers. END OF SECTION { ~I 9A-3 N N W N N N N N N V1 N Vi N N N N LI (,J - r r r r r r r r r-- r-- r r r - Oa E E E E E E E E c . E E E E£ FE J O r its O O In O C-) V1 C'i 0'1 tr+ O O Ln C+ O O M M M t~7 N N M t7 r•- 1~+ V V ' r N rJ r C+ CTi > l \ \ yJ C1 Ul t^l9 N V Y 4J r;. N [i • r7 O O r~ O O - U 4j CT 0' C) U, CI f' E N cn E: i F7 6 O.C O U L- LI - r r. r 17 L-, r a O a E f'_ 0 0 U O i u a - r- C, r- y: C, a c- . U c- C, L. Ln S. Cr. C V U Lo a C: E: Cr I 1 • O S. C C CL 1 _C c E E: S. f C_T, U, C CL O i L i. r, L r. G O % r, S. L _ C o E H C, C- C, C: Ci 4, U r} U C U U C! a} Ci c-, C1 > ' L 42 V, N > L S. C C'- - - r r7 'D Lr. f r- N r- U C) U C, 1. U .r 4-+ S. •r r G O C L_ CL r} a y' Y . y] O y, O U U i CJ L. L V r• N _ S Ln N r is [;i 1 p, O U U E. > c F. r r.: 1:. a, a. N V U Y Y• C+ C-j Vi 0= rl r1 1 r} r rJ n •r- I 13 1 1-3 •r r}. qU O O G O C: W C, 4J C L. O c o C n C C C i O C G C s' rJ U Ci C: O 0. CD V+ O •r CD. _j CJ J U LO L+J LLJ CiJ r J •r .S l,. LL<..J m m W W ro {J 4J 4-7 y, 4-, 4J N 4.7 4J 4J 4-J 4J 4J 4~ 4-} 4J 4J 'O c ro ro ro to rJ ro rs rJ r ro ro ro ro m ro ro ro It L.L O O O O O O O 'D O J O O O O 000 O ro C) Ln C> u u uuu u u u uuu L) C-) uuuu N v N A 'O C C V 4- N 1 'O o 4J t7 4.J •O b C) 0 L U1 L N L C L rn a L N C N C L Y C ZC7 r- N M rNM r N M rNM rN rNMCf N 1n N r V) N N r O O O r 0) d 4 Z I I I W .r •r •r 4-7 N O W E F~ E ro M N Vi N N ti L' r- W J in r C O C C C C a W r r E Z N LA N H C (a 0) C N W CL' Cf 0.' 2' Lu •r J CS v ° n Z ru-. W X Y O Y Y X Y Z I Cl r Q. > i}- ¢ Q 4 4 ¢ W 0) 4J H r O a c a •r N C • ro • 1J r N N ro TJ N N I a N a J.J ro to C) L •r a r- tT O 0 '10 4J O U L O ro a Ln C1 ro U 4J L U 0 r V O •r H d .r r • 4J c•0 >7 L 47 N CL V E O a L•k U LA x c a Ln V a) CL E Q) o -Zs L L N 4- a O ro V L• 7 Vi a •r ra C 4J V 4- v > Nv ME NN > J L O Z N ro O L c r- Q .r r CL ro .r • ro N r+ L- ro C x 7 L 0, rJ CT TJ n N N E -P a a U N r a O •n L ro L O r• V W Cv w C L V . E r fu r a - N S- S- ro vj 4J o S 0 G • L r rr rJ q Elf V E c V N V/ 3 L•- ~J n N S~ L li_ U :3 ro c LE > ro 'O a o Ln cf N L r- r +7 co c'a L Ci U E U 4J 13 • L a 4J rJ C 4J X L C Ln U VOl n V1 S- u L O E l/1 S r^. N LLJ TJ C1 Cl rr l~ `I U N Lr, V. 0 V, O O C x 4J L Y U x • L ? ' a ri Ca. a rJ n CT L 14- i M S- a7 C a - 11 W o O O i' cz 4) E C) LP, Ln •,r .•r Q r L r ci i -l r N d L C C m C. rJ U ro a rU Cj .r u O 2 4J 4J 4J 4J N 4J 4J 9 = C N 'D N n > u x ax ac ac cQ or VI F- F a f a `G f 'r W U F'. C u _ 4J t If r 0. O I N M V I V, y_ f T_ S w u 9A-4 SECTION 14A - HOISTING EQUIPMENT 1. GEUERAL: The work covered under this section consists of the furnishing of one (1) bridge crane and one (1) morioraiI system as de- scrited herein to include the traveling bridge, tic) ist, electrical dis- tribution systern, operator and all other appurtenance; necessary for complete installation. Manufacturer shall furnish uiz (G) sets of complete strop drawings and descriptive data showing all aspects of the design, all details and other corrl1onents prior to fabrication cf the equip-~Lnt fo+ eac6 system. Mdnufactl,rer sh-.ill al,.r, provide the services of a qualified technical representative for a i riod r,f four days (E-h'-,ar d~iy) to supervise the inItaIIatiwi of tl,r- c(I ui er,t, 2. E UQ IPHENT: Hoisting equipment shall consist of an under hung traveling crane bridge with a motorized trolley hoist, a monorail system with a motorized trolley hoist and a complete system of electrical conductors and collectors as manufactured by Stewart Engineering and Equipment Company, Robbins and Myers, Shaw-Box of Dresser, or approved equal. Design shall be as follows: (1) Traveling Bridge Bridge crane span, rail to rail 4'-4" feet Capacity Four tons Traveling bridge speed 150 FPM (2) Hoist Description One speed, motorized, traveling, four part Type Single reeved, 3/8" standard headroom Lift height 47 feet Capacity 4 tons Pendant to floor Ht. 36-6" 3. BRIDGE CRANE: A. General: Bridge crane shall be an under hung, single speed girder type crane designed and manufactured to the requirements of the Crane Manufacturer's Association of America (CMAA) Specification #I1 for Electric Dverhead Traveling Cranes, Class Al. Bridge girder sh311 be fabricated of wide flange structural shapes with adequate strength for the load and span condition given. The crane bridge assembly consisting of main girder, end trucks and outrigger shall be shop welded together with steel angle cross bracing into a single component. End tracks shall be one piece welded construction forming a rigid box section and housing high strength alloy steel wheels rotating on heavy duty roller bearings and a hardened and grooved large diameter tool steel axle. 14A-1 Provide n large diameter ground and polished drive shaft with center, drive 5u{1ported between the vain girder and the outriflger. A cross shalt shall transmit power from the trave) motor to the drive wheels. Furnish electrical conductor arrd collector systeri, ~o:~ijlely attached to the bridal'' and crane. Control of all motor drivrrn clc.•ments shall be from a r-i111it (8) button pushbutton station pendant from the hoist unit; corrU of circuit shall be 2 volt. E3. Irol1ev Hoist: Trolley hoist shall be a ct-i;idard headroom design, f<uo part, sinille reeving type hoist desi(ro-el to fit to bottom flange of crane giraer and capable of handling four tons of load plus 25'a short tia--ie load. Hoist shall be single speed in the range of 16 to 18 feet per minute. hoist shall have upper and lower limit switches to stop lifting or lowering action before limits of hoist are reached. Motor shall be totally enclosed nonventilE:ted type wound with Class "F" insulation and shall have lifetime sealpct ball bearings. Gear train shall be of planetary type, double balanced drive. Gearing shall be 1 high carbon steel with gear teeth full depth precision cut and shaved. Unit shall have a direct acting rectified d-c electric motor brake and a second independent mechanical load brake, one way clutch type; motor to be 5 hP 240V/3 phase. C. Electrical Distribution System: Manufacturer shall furnish and install a complete electrical conductor and collector system for hoisting equipment, designed for 240 volt, 3 phase, 60 hertz service; system shall be a figure 8, rolled copper and steel laminated conductor system "Duct-O-Bar" by Duct-O-Wire Company, "Safety Bar" by the Howell Corp., or approved equal. Conductors shall be fully enclosed type meeting requirements of OSHA. Conductors shall be mounted to one side of main horizontal beam running the length of the building, and to the main girder of the traveling bridge. Provide collectors as necessary to transfer power from one moving unit to the other. Design and construction shall be such as to provide maximum safety to operating and maintenance personnel. Provide steel brackets to serve as supports for the conductor system, along with necessary installation accessories such as isolators, mounting clamps and other components. All expoied metal parts of the current collecting devices shall be die cast aluminum or bronze, and shall be insulated from the collector shoe. Current collecting devices shall be designed to operate through all gaps or- interlocking devices. 0. Unit Operator: Unit shall be. factory wired complete with a single panel housing all electrical circuits. Operation of all compo- nents shall be acomplished at a pendant mounted from the hoist push- 14A-2 Litton operator, suspended 3'-6" above floor. Oper-,tor shall be 24 volt lo,+ voltage type, complete with all transformers and factory wired to control pariel. 4. F;ONORAIL: A. General; No noraiI shall be a top runnin,;, single speed girder type. The rail shall be fabricated of wide flarirln At uctural shapes with adec,uate strength for the load and span conditions. Control of all r,:~tor driven f•lements shall be front a six (G) t,uttf,ri pushbutton station per,IJ3nt frOM the hoist unit. B. Trnl1ey Hoist: Trolley hoist shall be a standard headroom design, four part, single reeving type hoist designed to fit to the bottom flange of the girder and capable of handling four (4) tons of load plus 25% short time load. Hoist shall be single speed in the range of 16 to 18 feet per minute. Hoist shall have upper and lower limit switches to stop lifting or lowering action before limits of hoist are reached. Motor shall be totally enclosed nonventilated type wound with Class "F" insulation and shall have lifetime sealed ball bearings. Gear train shall be of planetary type, double balanced drive. Gearing shall be high carbon steel with gear teeth full depth precision cut and shaved. Unit shall have a direct acting rectified d-c electric motor brake and a second independent mechanical load brake, one way clutch type; motor to be 5 HP 240V/3 phase. C. Electrical Distribution System: Manufacturer shall furnish and install a complete electrical conductor system for hoisting equip- ment, designed for 240 volt, 3 phase, 60 hertz service; system shall be a figure 8 rolled copper and steel laminvted conductor system, "Duct-0- Bar" by Duct-O-Wire Company, "Safety Bar" by the Howell Corp., or ap- proved equal. Conductors shall be fully enclosed type meeting require- ments of OSHA. Conductors shall be mounted to the main girder. Design and construction shall he such as to provide maximum safety to operating and maintenance personnel. Provide steel brackets to serve as supports for the conductor system, along with necessary installation accessories such as isolators, mounting clamps and other components. All exposed metal parts of the current collecting devices shall be die cast aluminum or bronze, and shall be insulated from the collector shoe. Current collecting devices shall be designed to operate through all gaps or interlocking devices. 14A-3 D. Elnit Operator: Unit shall be factory wirer) complete with a single panel }rousing all electrical circuits. Operation of all compo- nents shall hP accomplishpd at a pendant mounted from the hoist push- button operator, suspended 3'-6" above floor. Operator shall be 24 volt low voltage tyke ccmplety with all transfcr?ez-s and factory wired to control panel. E NP OF SECTION 14A-4 SECTION 15A - GENERAL REQUIREMENTS FOR MECHANICAL W;RK 1. M'ORK INCLUDED: This section includes general requirements for all mechanical trades (heating, ventilating and air conditioning, piping, and plumbinq), and shall be included into a,-td considered a part of each of the following sections as if written therein ir. its entirety. 2. PLANS: the plans are intended to show the general arrangement and the t.:tent of the work contemplated. The exact location and arrangement of all parts shall be determined after equipment has been approved by the Engineer, as the vrork progresses, to conform in the best possible manner with the surroundings. Exceptions and inconsistencies in plans and specifications shall be brought to the attention of the Engineer before contract is signed; otherwise, the Contractor shall be responsible for any and all changes and additions that may be necessary to accommodate this particular apparatus. 3. STANDARDS OF QUALITY: Where the "or approval equal" clause is used in the specifications, the name or names mentioned are to be used for a basis of quality only, and other makes may be used if quality of substi- tuted material is equal to the name mentioned in the opinion of the Engineer, and if such request for substitution is made according to the proced e outlined below. 4. ORDINANCES, PERMITS ANO CERTIFICATES: All labor and materials shall be in strict conformance with the rules and recommendations of the municipal and state codes and regulations, local gas companies, National Codes, or any other authorities that may have lawful Jurisdiction per- taining to the work. Each Contractor shall procure all necessary per- mits or licenses to carry out his work and pay fur the lawful fees therefore. Each Contractor shall procure and pay for all necessary certificates of approval which must be delivered to the Engineer before final acceptance of the work. 5. INTERFEI;ENCES: The plans are generally diagrammatic, and the Contractors must harmonize the work of the different trades so that interferet,Le5 between thair work and the architectural and structural work wily be avoided. All piping and ductwork shall be installed as close as possible to walls, floors, columns, ceilings, an') beams, and offsets or special fittings shall be installed in lines a,, required to accomplish this whether shown on plans or not. 6. rRECEDENOE: The Mechanical and Electrical wore shall generally have precedence over each other in the following sequerc(~: a. Soil and Waste b. Roof Drainage C. Uuct.rork d. Electrical 15A-1 7. INSPECTION OF SITE: All contractors submitting proposals for this work shall first mare aan on-the-spot examination of the site, and all conditions thereon and/or- therein. All proposals shall take into con- sideration such conditions as may affect the work under the respective contract. 8. PROTECTION OF WORK AND MAIERIALS: Work and mats it,ls and equipment, whether incorporated in the building or not, shall he protected'at all times. Building openings shall be covered to protect the building from the weather. Finished floors, step treads, Owner's equipment, and all finished surfaces, exterior, shall be protected against damage by work- en or equipment during the work. Wherever materials are hoisted to roof or carried into building, surfaces must be covered to prevent damage. 9. STORAGE OF PATERIALS: Each Contractor shall provide space for storage of his materials and equipment at ground level. Roof surfaces shall not be used for storage of materials or equipment. 10. HOISTS AND SCAFFOLDS: Each Contractor shall provide his own hoists, scaffolds, derr4cks, tools and labor necessary for the complete instal- lation of the work under his contract. 11. UTILI7IES: The location and sizes of sewer, water and gas lines are shown in accordam:.e with data secured from the various departments of the City and the utilities involved. Data shown is offered as an estimating guide without guarantee of accuracy; each nidder shall make complete investigations of the site, and shall check and verify all data given. 12. ACCESSIBILITY: All equipment requiring service shall be placed in such a manner as to allow access to all parts requiring such service. 13. SLEEVES: Each Contractor shall provide sleeves for all lines passing through walls, floors, beams, foundations, and roof slabs, subject to the approval of the Engineer. All sleeves through suspended floors and slabs shall be constructed of 26 gauge, zinc coated, sheet iron or 22 gauge aluminum. All sleeves in walls, beams and foundations shall be black, standard weight, steel pipe, o• ductile iron soil pipe. All sleeves through below grade or exterior building surfaces shall be thoroughly caulked and waterproofed. All sleeves shall be ;nstalled with ends flush with the finished surfaces, except floor sleeves shall project 1" above finished floor when inside chases. 14. FLOOR AND CEILING PLATES: All exposed piping and electrical race- way passing through walls, ceilings, and floors shall be provided with set-serew held, floor and ceiling plates. Plates shall be chrome plated brass. 15. PIPING INSTALLATION: All piping shall be installed with due regard to expansion ahd contraction, using offsets, swing joints, etc., as shown or as may be necessary to prevent undue strain on piping. Piping 15A-2 k r shall be anchored +rith due regard to transmiss ons of vibration and noise. Piping in partitions at fixtures shall be %(-curely anchored to studs or blocking with "C" clamps of proper size fr,r l,ipe size. In no instance shall piping come into direct contact wit.U rrotai studs, beams, and other elements of the construction. Wire shall not be used an an anchoring device. 16. DUCTWORK INSIALLATION: Horizontal ductworV sh-i11 tie suspended from the structure by galvanized steel bands or trapeze h:,ngers. Ductwork whose greatest dimension is 44" or less shall be ,u, ended by means of one inch (1") wide strap hangers constructed of 24 q•ruge galvanized steel. Straps shall be secured to structure by mears of expansion bolts, inserts or by lapping together with 1/8" machine bolts. Straps shall bend under bottom of ductwork and be secured with sheet metal screws near outside edges. Straps shall be on bot1 sides of duct at 6'-0" maximum. Vertical ductwork, shall be suspended at each floor and roof openings with steel angle frames of 1-112" x 1-112" x 1,'4" minimum secured to ductwork with sheet metal screws at 12" un center. 17. CLEANING, TESTING, AND ADJUSTING, GENERALLY: Each Contractor shall at his own expense, during the progress of the work or upon its com- pletion make such tests of his work as hereinafter specified as required by the Engineer, and/or local or state bureaus having jurisdiction, and under their supervision. In adjusting temperature regulation, the Contractor shall adjusi, all dampers, thermostats, valves, etc., to produce the proper sequences of operation, correct air mixing and finally proper room temperature controls in each space for both summer and winter seasons. Each Contractor shall furnish all necessary labor, fuel, electricity, apparatus, piping, etc., as required for tests. Contractors shall take all precautions necessary to prevent damage to the building during the tests and shall be liable and pay for all damage incurred during the tests. All leaks and defects discovered by the tests shall be immediately repaired or replaced and tests conducted over until tests prove the systems are satisfactory. No caulking of threaded piping or any accelerated rusting of any piping will be permitted to :,top leaks. END OF SECTION 25A-3 SECl10N 15B - PIPE HANGERS AND SUPPORTS 1. SCOPE: This section covers pipe hangers, brackets, and supports to, ste+l, past iron, and miscellaneous piping. Pi;,e supports shall be furnishrd complete with all necessary inserts, bolts, nuts, rods, washer',, and other 1CCe5SDT'ieS. Concrete and fabricated steel supports shall be as indicated on'the drawing'. and shall conform to the cast-in-place concrete and structural and miscellaneous metal sections respectively, or it the absence of such requirements, as acceptable to the Engineer. All piping shall be rigidly supported and anchored so that there is no movement or visible sagging between supports. 2. MATERIALS: Except as otherwise identified on the drawings or specified, pipe supports shall conform to the following: I Hangers Split Ring Adjustable, swivel type; Elcen 92, Fee & Mason 199, Grinnell 104, or equal. Clevis Elcen 12, Fee & Mason 239, Grinnell 260, Unistrut, or equal. J-Style Unistrut, Fee and Mason, or equal. Saddle As shown on drawings, Hanger Rods ASTM A307, Grade B. Concrete Inserts For 3/4 Inch and Smaller Hanger Rods or Bolts Individual Elcen 88, Grinnell, or approved e,{ual, with reinforcing bars welded to each end as shown on drawings. Continuous Channel type, galvanized, min. length 8 inches with at least three anchor lugs, with end caps and filler; Elcen "Empco 9000 Series", Unistrut "P-2b00 Series", or equal. For 7/8 Inch and Larger As shown on drawings. Hanger Rods I ,P'1 Hearn Clamps Fed Spec WW-H-171, cast iron or steel, type required for installation conditions. Wall brackets Grinnell, Fee and hl-rs.on, or equal. Instrument Tubing Supports. Copper Instrument Galvanized steel Nilh stainless steel lubing Supports bolts and clips; lulrlrack, Unistrut, or equal. Contact between dissimilar metals shall be prevented in supporting copper tubing. Those portions of pipe supports which contact the tubing shall be copper plated, rubber or vinyl coated, or stainless steel. Pill pipe supports located in sewage wetwells shall be 18-8 stainless steel. 3. SUPPORT SPACING: Maximum spacing for pipe supports shall be: Type of Pipe Maximum s acing Fiberglass reinforced plastic 101-6" Copper and aluminum tubing 6'-0" Other metal piping 101-0" Unless otherwise indicated or acceptable to the Engineer, piping shall be supported approximately 1-1/2 inches out from the face of walls and it least 3 inches below open ceilings. 4. PIPE HANGERS: Unless otherwise indicated or specified, hangers for 2-112 inch and smaller pipe shall be split-ring, clevis, or J-style; hangers for 3 through 12 inch pipe shall be clevis type; and hangers for 14 inch and larger pipe shall be saddle type. Strap hangers will not be acceptable. Each hanger shall be designed to permit at least 1-1/2 inches of vertical ad'ustment after installation. 5. CONCRETE INSERTS: Wherever piping is supported from new cast-10-plaace concrete, concrete inserts or L-shaped anchor bolt: snail be used. Where it is necessary to anchor supports to hardened concrete or completed masonry, expansion anchors of the type described in the anchor bolt and expansion anchors sect'on shall be used. Unless otherwise indicated, the Contractor may use either individual or continuous inserts fnr hanger rods or bolts 3/4 inch in diameter or smaller. Individual inserts shall be used for all 718 inch and lamer hanger rods. 158-2 0. ANC 110 RAGE: Straight runs of piping which is larger than 20 ft. long shall Lie securely and rigidly anchored near t-e center of the run. END OF SECTION I 158-3 SECTION 15C - VALVES-GENERAL 1. SCOPE: this section covers all valves, except where specific requirements are given in other sections or on the plans. 2. HANUAI OPERATORS: All valves, except those which are equipped with power actuated operators or are designed for automatic operation, shall be provided with manual operators. Unless otherwise iurlicated or speci- fied, each manual operator shall be equipped with an olir,rating wheel. 3. CHI',INWHEELS: Unless specifically required to be crluipped with other types of -7 •ators all valves with centerline more than 71-6" above the floor ~FFall be provided with chainwheels and operating chains. Each chainwheei operated valve shall be equipped with a chain guide which will permit rapid handling of the operating chain without "gaggin" of thr, wheel and will also pem it reasonable side pull on the chain. Operating chains shall be heavily plated with zinc, and shall be looped to extend to witnin 4 feet of the floor below the valve. 4. WRENCH NUTS: Wrench nuts shall be provided on all buried valves, on all valves which are to be operated through floor boxes, and where indicated on the drawings. Unless otherwise directed t,y the Owner, all wrenc ruts shall comply with Section 20 of A6WA C500, Not less than four operating keys shall be furnished for operation of the wrench nut operated valves. 5. RDiAIION: Unless otherwise required by the Owner, the direction of - rotation of the wheel, wrench rrut, or lever to open the valve shall be to the le`t (counterclockwise). Each valve body or operator shall have cast thereon the word OPFN and are arrow indicating the direction to open. 6. E14DS: Unless otherwise specified or indicated on the drawings, all 3 inch or larger buried valves shall have push-on or mechanical joint ends, all other 3 inch or larger valves shall have flanged ends, aril all 2-112 inch or smaller valves shall have threaded or solder ends. Flanges shall br, ANSI 125 lb. Push-on and mechanical joints shall conform to ANSI A21.11. 7. SHOP _F'AlNTING: All ferrous metal surfaces, both intrrior anU exterior, shall he shop painted. The valve manufacturer's, standard paint will be acceptable providing it is compatible with the specifier' field painting. FN[) OF SECTION 15C-1 SECTION 15D - PLUG VAL4cS 1. GENERAL: Furnish and install plug valves as shown on the plans and a•, specified below. 2. E UQ IPh1ENT: 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 non-lubricated, semi-steel, eccentric plug valves, or approved equal. The valves shall have nickel chrome A loy iron bodies, nickel alloy seats, bronze lower bushings, and synthetic rubber faced plugs, for sewage service. Valves shall have 125 lb. A5A steel flanges and the levee operators shall turn counterclockwise to open the valves. Drientation of valve wheel shall be as shown on the plans. Three 14" valves, three 16" valves and one 24" valve with valve box shall be required. In such case that different equipment sizes would allow smaller valves, this may be done with approval of the Engineer. 3. INSTALLING: Valves shall be carefully handled and lowered into position by mechanical equipment in such manner as to prevent damage to any part of the valve. The valve shall be placed in proper positiun and held securely until all connections have been macle. The contractor shall furr.ish all bolts and gaskets for flanged connections. END OF SECTION 1'~U-1 SECH M 15E - ELECTRI- CHECK, VALVES 1. GENF_PAL. Furnish and install three 14-inch electric check valves in tie puvp station as shown in the plans and as specified herein. 2. E UI_PMENT: Valves shall be a pu-p control electric check valve. ,n addition to controlled opening and closing, the valves shall be ca, .rolled closing on power failure. The rate of closing -hall 'be Vijustatle. This shall be set initially at 140 secorrls. Valve shall be cylinder operated using an oil supply, oil reservoir and pilot control piping. Valves shall have flanged connections. The check. valve limit switch shall be prewired to a junction that is mounted securely to the valve frame. The hydraulic power unit motor shall be T.E.F. type, 1 Ii.P., -160 volts, 3 phase, 60 hertz with a suitable junction box. On the panel mo nted pilot control piping, the valve solenoias shall operate on 120 volts, single phase, 60 hertz and shall be shop wired to a terminal strip in an enclosure located as shown on the plans. 3. INSTALLATION: The valves shall be installed in the configuration shown on the plans with vertical upflow. The pilot control piping shall be panel mounted. The panels shall be located as shown on the plans. The manufacturer shall furnish the services of a competent service person to advise the contractor in the proper installation of the equip- ment and also to instruct the operating personnel in the proper care and maintenance of the equipment after it is placed in operation. The cost of such manufacturer service shall be borne by the contractor and shall be included in the lump sum bid for the cost of the pump station. The service ,hall require approximately two 8 (eight) hour days. The manufacturer shall provide written verification to the engineer that the valves have been installed according to specification. END OF SECTION 15E-1 SECTION 15F - SURGE RELIEF VALVE 1. GENEPAL: Furnish one ten M) inch surge relief valve and install on the discharge header as shown of the plans and as specified herein. 2. E UIPMENT: The valve: shall be an ten (10) inch 50-degree elbow, cast iron tiody containing a bronze ring. The valve disc will have a resilient replaceable seat held in place by a bronze ring. The Valve shall be complete with an oil cushion chamber to ,,rovide slow closing speed. In the closed position with line pressures below the ,;,ring setting, the valve shall provide drop-tight closure. 3. INSTALLATION: The valve shall be installed as sho.an on the plans. The oil cushion chamber must be placed vertically. The spring settings shall be adjusted as required for system pressure. The manufacturer shall furnish the services of a competent service person to advise the Contractor in ttie proper installation of the equipment and also to instruct the operating personnel in the proper care and maintenance of the equipment after it is placed in operation. The cost of such manu- facturer service shall be borne by the Contractor and shall be included in the lump sum bid for the cost of the pump station. The service shall require approximately one eight (8) hour day. The manufacturer shall provide written verification to the Engineer that the valves have been installed according to specification. END OF SECTION { 15F-1 III SECUON I5G - RAW SEWAGE PUMPS 1. GIN[RAt: Furnish and install in the pump station three vertical, dry pit, ,crude flow, centrifugal pumping unit for ra.+ sewage. Pumps shall Inive W61 125# suction and discharge connections. A 90° long radius d+ictile iron bend shall be used for the suction elbow and em- bedded in concrete base. The pump shall be mounted on a concrete base as shoaru on the plans. Pumps shall be complete with vertical shafting, pillow !.locks, flanges and motor drives with support bases and high ring bases as shown. there shall be two (2) variable speed drive and one fixed !;)reci dri;r. The pumps shall have a motor support for direct mounting of the motor and variable speed drive. The motors shall be mounted 1)n high ring bases as shown on the plans. Pumps Will be Fairbanks-Morse Model 5713, Worthington 'iype 14N, or approved equal. Operating Data Service No. Capacity Head Drive Minimum acceptable Efficiency GPM Ft (Type & HP) Percent Raw 1 4200 160 Variable 72 Raw 2 4200 160 Variable 72 Raw 3 3500 184 Fixed 62 2. PUMPS: a. Casing: The pump casing shall be of the one piece volute type, arranged as shown on the drawings. It shall be made of close gr3ined cast iron conforming to ASTM A278 Class 30 and of sufficient strength, weight and thickness to provide accurate alignment and prevent excessive deflection. The casing shall be designed to perinit the removal of the rotating assembly without dir,turbing the suction or discharge connections and provided with a large manhole to permit inspection aria cleaning of the pump interior. The handhole cover shall be bolted and its inner contour shall retch the contour of the casing. Three lifting eyes shall be furnished to facilitate handling. Each casing shall be hydrostatically tested to one and one-quarter times the maximum shutoff pressure and provided with three-quarter inch vent, drain and gauge connections. b. Suction Head: The suction head shall be a cast iron long radius 900 bind, It shall have flanged fittings and meet ANSI speci- fication B16.1.. This shall be embedded i. the concrete pump base. C. Impeller: The impeller shell be single stage end suction enclosed type with a minimum number of vanes and shall be designed to prever,t clogging and to pass 4" solids, trash and stringy materials contained in sewage. 15G-1 The impellers shall 'e made of clu. grained cast iron conforming to ASTM A48 Class 30 accurately machined and polished to remove hollows or projections which might encuurage cavitation. Each irrpeiler shall be statically and dynamically balanced prior to assembly. The impeller shall be securer] to the shaft with a key and contoured lock nut which in turn is secured by a set screw. The arrargenent shall be such that the impeller cannot be loosened by torque fron, either forward or reverse rotation. d. Wearing Rings: Removable wearing rings of tardened stainless steel shall be furnished on the impeller and suction head and arranged with the wearing surfaces normal to the axis of rotation. They shall be securely fastened to prevent any relative rotation, arid designed to compensate for a minimum of one-quarter inch wear. The impeller ring shall be 13% chrome steel and the suction head ring sh-111 be 17% chrome steel and exceed the impeller ring hardness by not less than 50 points Brinell. e. Pump Shaft and Sleeve. Pump shafts shall be of heat treated alloy steel of sufficient size tc transmit the full driver horsepower with a liberal safety factor and shall be accurately machined over the entire length. The shafts shall be protected from wear in the stuffing box by a hardened 13% chrome steel shaft sleeve sealed to prevent leakage between the sleeve and the shaft. f. Stuffing Box: The stuffing box shall be cast integrally with the stuffing box head, designed for a minimum of five rings of packing in addition to a bronze seal cage and suitable for clear water or grease sealing. The stuffing box shall be readily accessible and provided with a removable bronze gland to facilitate packing replacement (or mechanical seal as specified). The stuffing box head shall he tapped for a three- quarter inch drain connection. g. Bearings-. Pump bearings shall be of the tapered roller type mounted in a removable cast iron frame. The bearings shall be arranged to eliminate all radial play and designed for a minimum B-10 life of 100,000 hours in accordance with AFBMA. The bearing-- shall be gre:se lubricated and provided with tapped openings for adu.cion of lubricant and draining. Suitable seals shall be provided in the bearing covers to prevent the entrance of contaminants. The bearing frame shall be ar- ranged to provide for the axial adjustment of the wearing rings by the use of jacking screws and removable shims between the bearing frame and stuffing box head. h. Shop Painting: The exterior surfaces of the pump casing shA l be shop-cleaned by sandb"iasting and shop primed with final painting to be done at the site. Equipnent nameplates shall be aluminum and shall be left unpainted so that the information stamped thereon remains clearly legible. 15G-2 3. SHOP TESTING: Each pump shall be fully tested on water in the manufacturers shop in accordance with the Stondards of the hydraulic listitute to determine compliance with the rated cu,uditions. Certified test curves shall be submitted for approval prior to shipment. 4. CERTIFIED Hf.,4INGS: Certified prints of the proposed equipment shall tie furnisheu for approval. These shall includJ, a co bined ele- vation drawing showing pump, driving equipment and couplings, a pump sectional drawing with a list of materials, a propos,cd performance curve and separate driver prints and data. 5. HIGH RII1G BASE: High ring bases shall be coml,:,tible with equipment used, installed according to manufacturr.r's recommendation, as shown on the plans and with the approval of the Engineer. 6. VARIABLE SPEED DRIVES: Variable speed drives shell be of the eddy current coupliny type consisting of a stationary fr;ime, a constant speed and an adjustable speed member, bearings, bearing brackets, and housing. and such other components as are necessary to provide a complete operating unit. The stationary frame shall be of steel or cast steel contraction with baffles to direct the cooling air to the rotating members. Each mag- netic drive shall bp of the s:lf-cooled air type. The constant speed ring member shall be of stec-i construction with adequate exterior sur- face to facilit-ite cooling. The adjustable speed magnetic member shall be wound with Class F in- sulated magnet wire. The shaft extension of the adjustable speed member shall provide for the mounting of bearings, collector rings and the speed sensing device. The air gap between the two rotating members ,gall Le maintained ac- curately by means of internal ball and roller bearings vhich shall be grease lubricated. In the vertical u.iits, the lower bea~ings fur;lished shall support the weight of these rotating members and shall be suitable for any internal thrust loadinn due to intermediate shafting, pump rotating parts of hydraulic loauing. The lower bearing bracket shall be of sufficient strength to properly suppurL '.he load imposed on it by the other unit components. It shall provide mounting space for the thrust bearing housing whi,:h will also include a collector ring enclosure, cartridge type brush,:s, brush holders and caps, and gearing for the magnetic pickup. 1hr, speer: control ter for each tr:,ynetic drive shall be of the silicon- controlled rectifier type designed to rc,,lulate the output speed to within f'l.w of the maximum output speed available at arty prrr.pt speed ~point, The power input shall 6e 231, volts, 1 phase, (1) hear the output speed of the magnetic drive sha11 he adjustable t, I.,i r,ariu,I potentiometer or an automatic speed system rg c~'I,ut (if I5G 4-20 ma. into BOO chins. Controllers which require input power exceedirg 3 amperes at 230 volts, 1 phase, 60 hertz, shall be equipped with a magnetic contactor suitable for remote energizing tl~- speed controller. Contractor coil voltage shall he 230 volts, 1 phase, 60 hertz, There shall be mounter] In the controller cabinet a auto-rranu,il selector switch, manual speed putenciomet.er, and speed indicator. Speed Control Center shall be free-standing with uac] speed controller housed in an individual steel cell with individual cell door. Control centers shall have an approximte size of 90" high by 30" deep, with a maximum width as shown on thc, plans. Units shall be front accessible only The speed control cabinet shall be thoroughly cleated, bonderized, and primed with rust inhibiting primer. All painting shall be with enamel, which shall be bafccd ;or a hard, durable finish. Color shall be ANSI-49 medium, light gray. All outgoing leads shall be factory wired to outgo'ng terminal strips and permanently identified. Magnetic drives shall be Electric Machinery Mfg. Company Ampli-Speed, Ideal Electric y Mfg. Co., or app-oved equal. If the equipment of another manufacturer is offered, proof of experience with similar equip- ment installed and operating satisfactorily for a period of at least 3 years is to be furnished to the satisfaction of the Owner. 7. MOTORS: a. Equipment: Motors small be in genera. compliance with General Equipment StA pulatinns and are required for selected pump equipment. The motors shall be 1200 RPM vertical solid shaft squirrel cage in- duction type. Motor shall be 2300 V., 3 phase, 60 Hz. Horsepower rating of motor stall be equal to or greater than the total horsepower requirement of the pump when operating at any 'head between the shut-off and minimum neads, including puv4er requirements for bowl assembly, column and line shaft bearing loss, and motor thrust bearing less from pump thrust. Motor shall have a service factor of 1.15. Motors shall be outdoor. weather protected, NFMA Type WN and with rodent screens. Motor windings shall be full Class 8 insulated. Insulation shall re- ceive an epoxy resin coating, which may be applied by spraving or other suitable motheds. Motors shall operate continuously at rated voltage and frequency at 40°C ambient temperature, with a temperature rise of not to exceed 70°C. measured by embedded detector when operating at 1001 of the t•atr.~d horsepower, Motor shall be equipped with six 10-ohm tem- perature detectors uniformly spaced around the motor winding. 15G-4 Temperature rise of motors shall be measured by resl!.tance. Each motor shall be equipped with two Honeywell T-651, or approved equal, i dicating Temperature Controllers for hearing temperature indication anrd relay control in the motor starter. The locked rotor current of motors shall be i:r accordance with•NEMA MG1-12,34. Motor ,,hall hUc a fcl] load efficiency cf not less than 90.a. All motors shall have a full load power factor of not less than 85%. The locked rotor torque shall be not less than 1003 of full load torque. The breakdown torque shall be not less than 200% of full load torque. All motor bearings shall be of the anti-friction type. Motor bearings for vertical pumps shall be designed for thrust loads imposed by the pump. Bearings for all motors rhall be selected for a 10-year average life in accordance with Anti-Friction Bearing Manufacturers Association life and thrust values. Water-cooled bearings shall riot be permitted. Space heaters rated 120 volts, 1 phase, 60 hertz shall be furnished in all motors. Any lubricating oil required for electric motors will be furnished by General Construction Contractor. Motors shall be Ideal, General Electric, U.S. Motors, Westinghouse, or approved equal. b. Manufacturer's ReLresentative: The Equipment Manufacturer shall furnTSh the services of a competent technical representat.ve, or representatives, who shill have had experience in the installation and operation of the equipment which is being furnished under this contract. This service is for the purpose of insuring proper installation and adjustment of the equipment; instructing operating personnel in proper operation, maintenance and care of the equipment; for making check tests of equipment and malting recommendations for obtaining the most efficient use thereof. 4. ACCEPTANCE TESTS: Upon completion of installation of equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Engineer. Units shall be checked for excessive noise, alignment, vibration, general operation, etc. the units must perform in a mariner acceptable to the Engineer before final acceptance wi l 1 b., made by the Clwr,er. 5. OPERATING CONDITIONS: The pumping unit shall be designed to operate saLisfactorily over the full range of heads specified above. In addition the pumping unit (pump and motor) shall be capable of operating satis- factorily under the conditions described below. The pumps will normally 15G-5 start agIiinst ,i closed discharge valve. As soon as the pump starts, the discharge valve will begin openinl slowly. lle openinci tips for the valve will be idjustable but will normally be about 2 to 3 minutes. Wien the puwp is to be stopped, the discharge valve will slowly go to the closes position before the punp is stopped. A power failure or other unusual condition could :ausr the pump to stop with the discharge valve in the open position. In .uclr an event the discharge valve will start closing at the normal clo%inrl rate. Reverse flow through the pump will occur until the discharge valve is fully closed. Design of the pump, motor, and coupling sher,ll be such that reverse rotation of the pump at a speed of 125% of normal operating speed or at maximum speed, whichever is greater, at r,,+rximum discharge pressure will cause no mechanical or electrical damaile. Provisions will be made to prevent the motor from starting unless the discharge valve is it 1iht fully closed position. END OF SECTION 15G-6 SCCIION 15H - S I J M PLI'-IP 1 , GENERAL: i=urnish aP(I install two sump pump fcr the pump station ar, shrr,iI , ors plans and her 'Ti speci f ion. 2. EQUIPIENI, Sump pumps shall he Aurora Model 5??A Duplex, or Pacific Pu:qping Co., Duplex Type StU, or, approved erlu;rl. The primps shall have a capacity of 2400 gallois per hour at ci 20 foot total head. Liquid level co,itrol shall consist of one automatic, i,uxillary float switch and one mechanicai alternator, with seamless copper float, brass rod, and adjustable stops mounted on a guide stand bolted to sump cover. the :witch shall he approved for automatic or manual control so designed that it can be removed without disturbir;rl the pump or motor housing. the pumps shall be bronze and shall dischargc into thr.- wet well through the piping arraogement shown on tht, plarr~. The discharge piping shall contain tv;o check valves which shall b~- brass, bronze or other non corrosive naterial. The electric r,,tor~. shall opr:rate as single phase, 60 hertz, 115 volt units. END Of SECz1Oti 15fI-1 7i SECI ION 151 AIR CONY ESSOr% 1. GENERAL: Furnish ;':ul install to lift station on(, vertical air eomlir rssor as shown on tlir- plans and speci f ied herein. j 2. 1QLJ Pt_IENT: As required for the air injection ir, the discharge header, 'a U2 HP EeR0] Drr,.ser Model 63912V, 7-112 IIP Champion, or approved equal shall be installed in the pump station. The compressor shall have a capacity of 39.0 CFI.1 at 650 RPM. The electric driven motor shall be mounted on top of the horizontal compressor unit. This unit is capable of compressing up to 175 psi in thc, 120 gallon tank. T for shall operate of of 460 volt<,, 3 phase, 6 Ili, with suitable jun(- box for power connections. END OF SECT]ON 15I-1 SECTION 153 - AIPAl10N SYSTEM 1. GENERA!: Furnish and install line and conrIectirjris fro7r the 7-112 HP compressor to the discharge header in the pump station as shoran on the plans and specified herein. 1. COPIER LINE: A 1-3/4" copper line shall lend from the compressor and branch into two 1-1/4" lines as shown on the plans. 3. CONNECTION; two holes shall be drilled in Lho ductile iron dis- charge hea er at the location shown in the plans. Each 1-1/4" copper line will be attached to the 24" ductile iron disch-rrg~, header with an AWA C600 Standard Corporation Stop. The entire connection wall be able to withstand 150 psi and not leak. END OF SECTION 15J-1 SEC. IION l°,R - ROOF VENTILATORS AND CURBING 1. GENERAL: Furnish and inst311 to the lift station, two roof mounted powrr exl1austers and curhings as shown in ttie plari~, .1rid specified herein. 2. EQUIPM• 11f: The exhaust ventilators and curhir,q,, shall be manufac- tured 6y Carnes, I.L.G., Loren Look., Penn or approvari equal. Ventilator housings shall be fabricated of heavy you-l. spun aluminum, with a design which incorporates a weathershield, far wheel shall be centrifugal design, statically and dynamically baiar,r:ed, belt driven by a motor which is mounted on isolation mounts. Ventilator housing shall be mounter. by a self-flashing aluminum factory built curb of a size and design to fit exhauster. ieich exhauster shall be provided with an internal disconnect switch for the motor and a back draft damper. The ventilator housing shall be fittrd with a bird screen. Exhausters shall be as follows: Exhaust Fan EF#I: A exhauster capable of exhausting a minimum of 13,500 CFM @ 112" static pressure at a maximum RPM of 600 with a 3 HP, 240 volt, 3 phase, 60 hertz belt driven motor. This exhaust fan shall be connected to ductwork extending into the dry well as indicated on the drawings. Ventilator EFlli. shall be operated by a ranual switch located by the door. Exhaust fan N2: An exhauster with two speed motor capable of exhausting as mi rn rium of'8,50D CFM at low speed at a 1/4" static pressure and at high speed a minimum of 15,500 C;M at 1/4" static pressure with a 3 HP, 240 volt, three phase, 60 hertz belt driven motor operating at a maximum of 550 RPM. A thermostat shall be provided for exhauster EPk and shall be mounted on the wall adjacent to the motors. The thermostac shall operate from a predetermined setting on the thermostat. END OF SECTION 15K-1 SiCT10N 15L - DUCT WORK 1. GENERAL: Furnish and install exhaust duct wort for 20" air exhaust iron in pump station as shown on the plans and specified in the plans. 7. E llIY1FNT : Duct work shall be attached to Exheust Fan #1 and extending down to lower dry well area, as indicated on the drawings. Duct work shall he fabricated of 8 gauge thick steel sheet, rolled to round sections having a 20" diameter, assembled with air tight welded seams. All elbows shall be rounded to a 1/2 0 radius rinimum. Duet work shall be attached to wall by means of steel angle brackets at floor penetrations and wall mounted brackets at W -C" maximum spacings. END OF SECTION 15P I SECTION 1,F1 - AIk Ildlf.l LOUVERS 1. GENERAL: Furnish and install two motorized air inlet louvers in the lift station as shown in the plans and specified horein. 2. EOUIP'NENT: Air inlet louvers shall be Type 601,:i- '5? extruded aluminun operating louver Model 4830E as manufactured by Construction Specialties, Inc., or Type KN827 as manufactured by Ai V ite, or ap- proved equal. Frame shall be .125" thick and all bla0 s shall be stormproof typo. AlI louver blades and sills shall bo equipped with vinyl gaskets. When closed, air leakage through the I,uver shall rot exceed 1.75 CFM per square foot of face area. Louvers shall be fur- nished with a replaceabl? 112 inch mesh, .080 diameter wire irtercrimp bird screen mounted in a heavy duty extruded frame of .052" thick minimum. Louver shall be finished with C/S KYNAR 500, color to be selected by Owner. Louvers shall be operated electrically by means P` a I)a voltege motor. Louver #1 shall coordinate with roof ventilator H1 and shall hove a manual switch. Louver 02 shall coordinate with roof ventilator EF12 and shall operate from the same thermostat. Louver N1 shall provide 13,500 CFM and Louver k2 shall provide 15,550 Crhl. Air velocity shall not exceed 850 FPM. 3. FINISHING: Complete louver shall be free of scratches and blemishes and shall be finished in Kynar 500, a two coat paint system with baked on primer and fluorocarbon polymeric finish in No. 55 "Buckskin" color. END OF SECTION 15}~-1 ~LCIiON 1511 - ELI CIRIC ANTI NEATER 1. EIICTP,1C UNIT HFATER: Furnish and install one suspended horizontal _ electrical unit healer at locations indicated on Vic- drawings, as manufar_tLP ed by Chromalux, ILG, or equal. All eler,r~nLs shall be totally enclosed in a heavy duty metal cabinet, finished with baked enamel. All electricril elem?,its shall be tac tory wired and intern,illy protected by the manufacturer. Unit shall be complete with built-in contactors, autorriwlic thermal cut-out with re-sf•t button, jurictinn boxes for power connections, factory wired controls with built-in tr,,nsformers for all contrUl. Fan blades shall be aluminum, statically and dynamically balanced, direct mounted to a totally enclosed and thermal protected motor. A wall mounted thermostat for the unit heater shall be provided. Thermostat shall have a on-off switch. With switch in the "on" pusi- tion, the setting of the thermostat will cycle the unit heater operation. The fan motor shall operate by means of a relay switch built into the control of the unit. Provide two suspension hangers for upper unit heater consisting of 112 inch diameter threaded rods, hung from concrete structure. Unit heaters shall be as follows: Unit Heater UIINl: 24 KW, 240 volt, 1 phase, 59.5 arp, producing 2860 Cfld-at 1125~RPP1. END OF SECTION I ]SI1-1 E.~iION 1bA _ CEC'1rAt ELECTRICAL RE OUIREM ENTS 1. SCOPE OF WORK: The electrical work shall consist of providing coTIllete and oherativo electrical installatiun5, ar, !.huwn on the Plans and provided for in these Specifications. The work Includes the fur- niShing of all labor, materials, and equipment, exctpt that specifically stated to he furnished by the Owner, to provide a complete and workable electrical system, 2. CODES AND STANDAROJ: All electrical material, workmanship, and tests shall be in conformity with the applicable currr.nt standard rules, regulations, and specificatons of the following authorities: National Board of Fire Underwriters (NBFU) and National Electric Code (NEC). National Electrical Manufacturers Association (NEMA). Institute of Electrical and Electronics Engineers (IEEE). Insulated Power Cable Engineers Association (IPCEA). American National Standards Institute (ANSI) National Electrical Contractors Association (NECA) Standard of Installation. Association Edison Illuminating Companies (AEIC). National Bureau of Standards (NBS) (National Electrical Safety Code). Rural Electrification Administration (REA). City of Denton, Texas. 3. MATERIAL AND WORKMANSHIP: All materials shall be new unless other- wise specifie-, and 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 their label. The Contractor shall furnish to the Owner, for his approval, required shop drawings showing all equipment he contemplates incorpora- ting in the worl.. 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 subsequent rejection. The shop drawings shall include catalog numbers and complete description, Approval of such drawings, equipment, and specifications shall not relieve the Contractor of the responsibility for the satisfactory per- formance of the equipment as furnished and installed. 16A-1 The Contractor shall subinit the following shot drawinrj;, a. Conduit and Wire b. Medium Voltage Swit,hgear complete with fa!lrry wring diagrams c. Power Panel d. Control Cable U. Liipnting Panel f, lndicating Lights, Switches & 118's [l. T;ming Relays h. Level Control System i. High Leval Alarm System j. Thermostat k. Service Weatherhead 1. Separately M~,unted Motor Starters M. Lighting Fixtures n, Wall Switches o. Convenience Outlets p. Switch & Receptacle Plates A complete factory wiring diagram or schematic shall be on one (1) sheet of a clear and legible size, multiple sheets are not acceptable. All material and equipment covered in each section of these specifica- tions shall be included in the same submittal, Incomplete submittals will not be reviewed. All electrical work shall he performed under the direct supervision of a Master Electrician holding a valid license in the City of Denton, Texas. All work shall be performed by competent workmen, skilled in this type of work. Work shall be neat throughout, and structurally sourrd. All equipment stored on the job prior to installation shall be suitably housed and protected from weather or other damage in full accordance with the manufacturer's recommendations. All equipment equipped with space heaters shall have the space heaters energized and ('perational as soon as possible following delivery to jnb site. Space heaters shall be i kept in operation to protect equipment from moisture, in general, the r 16A-2 ' II reco,eriendations of the m<un,facturer shall be followed and approval of methods by the Engineer shall be obtained. All equiW1,ent shall have been properly oiled and luhricated during storage and hefore any op- eration and shall be checked by manufacturer's roprrsentative prior to : tartuh. 4. GROUNDING: All conduits, motors, cabinets, ouLI(41s, and other equipment shall be properly grounded in accordance with llatinnal Electric Code requirements. the ground wire shall be bare strande' copper, ~i7od as shown on the Plans. Wire connection, to the ground conductor shill tie of the fused type equal to the Cadweld process. Where ground wire is exposed to mechanical injury, it shall be installed in thick wall conduit. Connections shall be made to equipment with solderless connectors, such as Hurndy Type QA, Square D, or approved equal. The metal surface under the lug shall be cleaned to bright metal. Connections to motors shall be to the grounding sLud which shall be threaded into the stationary frame and riot an end bell, and the ground wire shall riot be lugged to a mounting bolt. Where cirect metallic connectior,s cannot be made, bonding iumpers shall be used. A grounding mat shall be constructed at the locations as indicated on the Plans. The service transformer at. the lift station shall be a Wye service, and the neutral shall be connected to the ground mat, as in- dicated on the flans. 5. LOCATION OF OUiLETS: The approximate locations of cabinets, panel- boards, switches, power outlets, etc., are indicated on the plans. Unless otherwise indicated, convenience outlets shall be located 1'-6" above floor, wall switches shall he located 4'-6" above floor, and thermostats shall be located 5'-0" above floor. 6. TBTING: All circuits shall be rung out and on completion of the work all of the installations shall be entirely free of grounds and short circuits. 7. GUARANTEE: lhr contractor shall guarantee against mechanical detects in anv or ail materials and workmanship covered by these speci- fications and shall make good, repair or replace, at his own expense, any defective wor4:, material, or part which may show itself within a period of one year after final acceptance of the work. n SERVICE: Electrical service at the lift station shall be 2400 volts, 3 phase, 3 wire from the power company's transformer bank and w 2401120 volt, 3-phase, 3-wire from the power company's pole mounted transformer bank. This contractor shall extend the main service under- ground to the service pole, up the service pole in conduit and terminate in weatherheads, provide sufficient conductor for the drip loop as directed by the power company and assist in making connections to tr,e service drop. END OF SECTION 16A-3 SECTION 168 - WIPE AND CONDUIT SYSTEM 1. CONDUIT SYSTEM: A complete electrical conduit system shall be furnished arid inslrillcd for all electrical wiring. Ali conduit in- stalled underground in earth, in concrete, or as noted below shall be rigid PVC. All conduit other than that buried in early, installed in concrete structures, or as noted shall be heavy wall rigid steel gal- vanized conduit. Al. the transition from underground or from concrete structures, no PVC conduit shall be exposed to mech,inical damage. Rigid steal galvanized concluit shall extend a maximum of twelve inches and a minirnurr of four inches into earth or concrete at th? transition. Rigid steel galvanized conduit shall be hot-dipped galvanized inside and out and shall conform in all respects to Federal Specification WW-C-581d, ASA C80.1 and Underwriters' Laboratories Specifications. The conduit shall he protected by a chromic acid rinse. Conduit shall be Triangle PWC, Carlon, allied, or approved equal. Plastic conduit shall he Schedule 40 rigid high impact polyvinylchloride conforming to Federal Specification W-C-1044 and Underwriter's Labora- tories, Inc., Standard UL-651. Plastic conduit shall be Certainteed, Carlon, or approved equal. Joints in plastic conduit shall be of the solvent welded type. Where used, flexible conduit shall be American Metal Nose, Anaconda, or equal, with a neoprene jacket and Appleton Sealtite fittings, Anaconda Type EFL, or other approved equal. Connections to motors shall be flexible metal conduit for a distance not to exceed thirty (30") inches. All underground conduits shall be buried a minimum of 18 inches deep and as shown on the plans. Buried conduit banks shall be backfilled with material free from large rock, paving material, or large angular substance which may damage the conduits. Conduits in buildings shall be exposed on unfinished ceilings and base- ment areas as shown on the plans. Conduits shall be rigidly supported to the building structure by means of straps or clamps, bolted or screwed to the structure. The straps shall be of the two-hole pipe strap type and clamps shall be of the one hole pipe strap type. Conduit sizes snall be as shown on the Plans except that in no case shall a conduit size be less than that require.! by the National Elec- trical Code. Three-fou,-ths (3/4") inch conduit is the minimum size that will be permitted. Louble locknut construction shall be used en all conduits, terminating in starnped metal motor terminal, outlet, junction or pull box, etc., with approved type of bushing over end of conduit. 16©-1 LencW of cc rid uit threads shall he ncreased at outl(.t,,, junction and puil boxes where necessary to acco, iodate double lockruts and bushing. All bushings shall be fully seated against end of cor~rh)it. Bushings shall be composed of an outer threaded metal ring with an inner insulated compound ring molded into the metal ring, r,r shall be of the threaded type, composed entirely of an approved insulating material. Conduit nipples shall have two independent sets of tt<<-'Ids. Running threads shall not be used. 4inere conditions require jrjining two fixed conduits into a continuous run, a conduit union shall be used. "Condulet" type fittings shall riot be used on conduit: containing wire #4 AWG Gauge or larger sizes. Pull boxes shall be provided and in- stalled where necessary to facilitate the installation of cable and wires. The pull boxes shall be N.E.C. size. Junction or pull boxes installed in concrete slabs shall be czst iron. All rather boxes or outlets shall be of 304 stainless steel or cast iron with watertight covers. Pull boxes and junction boxes shall be acces,ible and not buried. Expansion joints shall be installed in all conduits crossing concrete expansion joints. Provision shall be made to prevent shear strain on conduits where they cross concrete expansion joints or enter concrete structures. 2. WIRE AND CABLE: Conductors for use on 2400 volt circuits shall be 5KV, single conductor, copper stranding, extruded semi-conducting strand shielding firmly bonded to overlying insulation. Insulation shall be ethylene propylene meeting the requirements of IPECA S-68-516 and tested to AEIC No. 6 latest edition, as it app'ies. Shielding over the insu- lation shall consist of either embedd!,I )rmed drain wires laid parallel to the axis of the conductor in a flame resisting semi-conductor jacket, or semi -conducting tape, coated shielding) tape and PVC jacket. Cable shall be Collyer Shielded Power Cable No. P-191-5, Anaconda Clnishield, or approved equal. Where 5 KV shielded cable is used a Scotch 5600 Series Model Rubber Te,°.r.inaiion Kit, Raychem equal, or approved equal, shall be applied as recommended by the manufacturer. On outdoo~ application, a Scotch 5600 Series Outdoor Molded Rubber Termination Kit, Raychem equal, or approved eqL'al, with one piece skirted insulator shall b, installed as recom- mended by the manufacturer. All 600 volt wire and cable shall br. thermoplastic insulated, single conductor copper, 75°C., iyp THHN/THWN for size- NEAWG and smaller, Type 1H'W for sizes #6AWil and larger, wet or dry. In addition, the wire shall be water tank tested and approved machine tool wire in accordance with the National Machine Tool Builders Association. the wire shall be Collyer Specilieation No. 11-142, Anaconda A1,06201 for Type THW, Collyer Specification No. 1'-400 for Type THHN/THWN, Anaconda AP06201, or ap- proved equal. 16H-2 i i Hie minimum size conductors permitted is 1112A',,", except as specifically indicated on the plans. All wire and cable #8AWG and larger in size shall be stranded. The minimum size conductor!; permitted is #f12AW'G, exccrt as specifically indicated on the plans. I 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. ?3, luck or equal, half lapped, to a thickness of 1-112 times the conductor insulation thickness. All conductors shall be continuous from outlet to outlet and no splices shall be made except at outlets. Sufficient wire shall be left at all outlets to make connections to apparatus without straining. For all wiring systems, the wire shall be color coded in accordance with the National Electrical Code. In conduits or runs containing from two to seven conductor;, no two conductors shall be of the same color. In conduits or runs containing from eight to fourteen conductors, the same color shall not appear more than twice. For runs of more than fourteen conductors, the same color shall not appear more than three times. All conductors field installed in electrical equipment and enclosures shall be neatly bundled and secured with cable ties (Ty-rap or equal) at 6" intervals. Unless necessary for pulling purposes, conductors shall be continuous from terminal block to terminal block without splice. Under no condition shall conductors of a different color be spliced together. In addition to color coding, al' circuits shall be tagged at terminals. Where paired shielded cables are indicated, they shall be the specified number of apirs of 7127 stranded copper conductors with ,013" extruded PVC insulation, twisted into pairs, stranded into a care and enclosed in a non-hydroscopic core tape, 100% coverage helically wound aluminum foil shield, drain wire aria .035" minimum extruded PVC jacket. Pairs shall be black/white with each conductor printed wth a pair rumber at one-inch intervals. Cables shall be 300 V rated, NEC-725 and ILEE 383. For all paired control cables, the shield shall be grounded at the Instrument Panel end only and shall be insulated from ground elsewhere. Shield shall be made continuous for the entire run. Under no circumstance shall 300 V cable be laced with or placed in the same conduit with 600 V cable. A soldered splice tap or connection shall not be acceptable. ! END OF SECTION 166-3 SECTION 16C - NED1LIN VOLTAGE MOFOF. CONTROL E UIPH;Nr 1. GEIrERAL: A. Equipment to tie Furnished: The equipment to be furnished under these specifications comprises one (1) incoming line compartment with fused load-break switch, and three (3) motor controllers for con- trol t;f (2) 300 HP and (1) 250 Ill' squirrel cage induction motors. These will he replaced with (2) 600 HF' and (1) 500 HP motors respectively in the uture. The equipment shall be arranged for operation on 2400 volts, 3 phase, 60 hz, solidly grounded neutral service. The equipment shall be approxi- mately 90 inches in height, 30 inches deep, one-high constructions and completely front accessible. Equipment shall be General Electric Limitamp 5 KV, Westinghouse Ampguard 5000, Seimens-Allis, or Electric Machinery, or approved equal. B. Submittals: (1) Shop Drawings: The successful bidder shall submit shop and installation drawings to the Engineer for approval. (2) Operation and Maintenance Manuals: Complete manuals shall be provided prior to final acceptance of the delivered equipment. C. factor Inspection and Tests: Equipment furnished under these specifications will be subject to inspection during and after the process of manufacture by a .°epresentative of the Owner who shall be afforded proper facilities for determining compliance with the specifications. At the Owner's option, this electrical equipment may be inspected at the factory for completeness and acceptability prior to shipment. The Owner, or his representative, shall be notified so that this option may be exercised. Prior to shipment of the equipment the manufacturer shall furnish a letter of certification that the equipment is complete and has been tested for proper operation. D. Governing Standards: (1) NEMA Standard ICS - 324 (2) NEMA Standard MG1-1978 (3) Applicable IEEE Standard (4) lpplicathly OSHA Standards (5) National Electrical Code 16C-I 2. Pi ODU CTS: A. General: (1) Equipment Ratings: Controllers shall ronform to the latest published IEEE. and NEMA standards for full volt.uge, non-reversing Class E2 controllers. Controllers shall be designed NOT 2400 volt, 3 phase, solid grounded neutral, 60 hertz operation with F,0 KV BIL'. Controllers shall have an interrupting capacity of 200,000 KVA and shall be full height cubicles. (2) Equipment Functions: Motor controller wiring diagrams shall be similar to those shown on the Plans. The operation of the motor for each pump is interrelated with a valve on the discharge of each pump such that the motor will start with valve closed and stop with the valve closed. The notor and pump to reach operating speed during period preset on timing relay. The discharge valve is to be controlled by a solenoid operated pilot control valve. The relay circuit then energizes the solenoid pilot valve, starting the discharge valve tc open. Should the discharge valve fail to open w*thin the specified time, the pump will stop. To stop the pump the solenoid pilot valve is to be de-energized causing the discharge valve to close. When the valve reaches closed position, the limit switch will cause the motor to stop. Emergency conditions, such as poorer failure, or pushing the "Emergency Stop" button, or operating of the overload relays, etc., will cause the emergency solenoid pilot valve to be de-energized thereby causing the discharge valve to close and the pump motor will also be simultaneously stopped. (3) Equipment Coordination: All primary parts of the equip- ment, including the contacts, instrument transformers, busses, connec- tions and insulators shall be coordinated to withstand mechanical stresses and to have sufficient thermal capacity for use on the proposed system without artificial cooling. (4) Load Break Switch: The load break switch Shall comply with the performance requirements of ANS1 C37.32. It shall be manually operated, three-pole, single throw disconnecting type with an integral interrupter an(' stored energy spring. The operating handle rust be externally operated, The switch shall be rated 600 amp, 5 KV. It shall have fault-closing rating of 61,000 amps and a short-circuit inter- rupting capacity of 200 MVA. The switch shall be fused, stationary construction. Fuses shall be bolted silver sand current limiting power fuses, rated 425 amps, 5 KV. B. Structure: (1) Fabrication: The units shall be fabriu,',ed of sheet steal and cr,mpletely enclosed. The units shall be fartory asserrd,led before shipment to assure proper alignment. The top of all units shall be the same height above the floor. 16C-2 r-- Equipment including instrument transformers, instruments, switches, controls, vtc., sha l be furnished for each unit as here'nafter speci- fied. Instruments, switches, etc., as required shall tie mounted on the front fa(i- of the door, except as otherwise indicated Tne motor controller shall consist of stationary and removable elements. The stationary element to include insulated copper bur.5e5, copper con- nections, instrument transformers, automatic shutters, steel barriers between compartments, a manually or electrically operated mechanism for moving the contactor carriage to and from the connected position, re- ehanical interlocks, ground bus, terminal blocks and wiring for control and secondary connections, control fuses, and provision for connecting cables. The stationary units shall be constructed of welded structural shaped steel members together with formed sections of specially smooth panel sheet steel in accordance with NEMA ICS-324. The units shall be completely enclosed by a hinged panel door with removable plates per- mitting access to all compartments. The structures shall be rigid and self-su;oorting and so designed that units can readily be added in the future. The removable element shall consist of the contactor, primary fuses, mechanical interlocks, control transformer and control wiring. The contactors of the size specified shall be furnished with each motor controller as shown on the drawings. The contactor carriage shall be isolated from all other primary equip- merit arranged so that it may be completely disconnected from the line and bus for test and inspection. The removable element shall be equipped with mechanical interlocks which prevent disconnecting the contactor from the stationary structure without tripping open the contactor. It shall not be possible to close the contactor elLkv r electrically or mechanically when the removable element is at any point other than the operating and test positions. Isolation shall be accomplished by moving to the disconnected position. It shall be possible then to open the door and remove it from the structure. All removable elements of like rating and having similar features shall he interchangeable. Provisions shall be made for padlocking the removable element in either the con- nected or test positions. The busses, contactors and instrument transformers shall be mounted in separate grounded metal compartments. The busses shall be rigidly supported by insulating material of high mechanical and dielectric strength, and insulated from accidental contact. The contact surface of all bolted joints shall be silver plated. The line-up shall be equipped with a ground bus, consisting of one 2-inch by 1/4-inch copper bar, which will be connected to the station ground by the installation Con- tractor. All control circuit relays, terminal blocks, etc., shall be mounted on a hinged metal plate in the upper half of the cubicle. The plate shall be recessed no deeper than necessary to permit closing of the upper doer on the control devices. All terminal blocks including those outgoing shall be inst,.rlled in the control compartment. 16C-3 LN The units shall be wired at the factory. All wires 1r,nvin4 the Un7L5 shall terminate at identified terminal strips in thr, (-oritrol compartment. (2) Finish: All metal structures, after tal,rication shall be thoroughly cleaned, bonderized .is a unit and then gi.r-r a priming coat, a coat of rust preventive and a finishing coat of ASf-. r,l enamel. Instru- ment;, relays and meters shall have dull black standard finish. One nallon o` touch-up paint shall bt, furnished for field rf,riayed spots or scratches. (3) Components: a. Instrument Current Transformers: Each instrument current transformer shall be substantial and well built. Insulation shall be equal to that necessary to meet the requirements of the Stan- dards of the IEEE. At normal rated amperes, under usual service con- ditions, no part of transformer shall exceed the heating limits speci- fied in the standards of IEEE. Each current transformer shall be capable of carryino continuously its rated primary amperes, under conditions of accident:.) opee secondary circuit, without damage to the primary insulation. b. Instrument Potential Transformers: Each potential transformer shall be substantial and well built. Insulation shall be equal to that necessary to meet the requirements of the standards of the IEEE. C. Indicating Instruments: In general, all indicating instruments shall be rectangular type arranged for semi-flus," mounting. They shall preferably be provided with 250° anti-parallax scales and non-glare glass faces. Scales shall be white with black markings. Moving elements shall be provided with zero adjustment. Scales shall be calibrated for primary units. d. Control Switches, Pushbuttons, and Indicating Lamps: Control switches, pushbutton znd indicating lamps shall ue of the heavy duty oil-tight type. Switches and pushbuttons shall be of the sectional type for future adding of a,.ditional poles or sets of contacts. Indi- cating lamps shall be of t're low energy transformer type with lamps easily removable from the front of the panel. e. Instrument Switches and Transfer Switches: All instrument switches and transfer switches shall be of the rotary type and have distinctive handles. Positive means of maintaining contact shall be provided. The Contact shall be silver-to-silver and shall be provided with easily removable covers. f. Control Power: Normal control po.,er for each unit shall be from the control power transformer in each st:rrtrr unit. 16C-A g. Small Wiring: All necessary sr-all wiring, potential busses, fuses and terminal blocks within each unit shall be furnished instelled. Provision shall be m+oe for purchaser's control conduit to the units. AlI secondary and control wiring within the high tension compartment shall he completely shielded in a proter.tive a:etal covering. h. Incoming Line Components: The iri(aming line s?r.Lion shall innclude the following: 1 - Fused load break switch assembly complete with UK) amp rating and 3 current limiting powerfuses (425 amp) 1 Set - lncomirg lugs as follows: 2 - 210 copper per phase, shielded 5-KV cable 1 - Three phase station type lightning arrester, Westinghouse Type SV, General Electric equal model, or approved equal 1 - Three phase station type surge capacitor, Westinghouse Type FP, General Electric equal model, or approved equal 2 - Potential transformers, suitable ratio, with fuse mountings and 1 set of cu-rent limiting fuses i - AC Voltmeter 1 - Voltmeter switch, 3 phase 1 - Relay, 3-phase undervoltage and phase sequence protection (47) Westinghouse, Type CVQ, General Electric equal model, or approved equal, with multiple outlet relay (powered from the above specifiej P.T.'s), for 3 pump controllers and one (1) alarm and connected to the controller. Relay contact for pump controllers shall close on normal voltage and phase sequence. Relay contact for alarm shall open on normal voltage and phase sequence. 1 - Ground bus, and 1-210 copper lug 1 - Three pease insulated copper busses 1000 amp. i. Controller Components: Each controller shall include the following: 1 - Draw out air break contactor assembly complete with 400 amp, 50,000 KVC contactor, 3 current limiting power fuses, control power transformer with fused primary and secondary. A test switch shall be provided, isolating the transformer during the test. 3 - Current transformers, 100:5 ratio 1 - AC Ammeter, 0-100A 1 - Ammeter Switch 3 - Overload relays, thermal-type 1 - Three phase 1000 ampere hus, insulated 1 - Ground Bus 2 Indicating lamps, red and green 3 - Indicating lamps, amber 1 - Time delay relays (lot) as required, Agastat 7000 Series, Square 0 equal model, or approved equal 1 H~NO- OFF-AYTO control switch 1 - 10 ohm type, RID motor relay, Westinghouse SN2076A36H01, General 1GC-5 Electric, or approved equal. 1 - Auxiliary re-lays (lot) as shc,drn in schematic 1 - Elapsc-d time meter 1 - Name Plate 1 - lerninal strip, with 10 spire terminal points 1 - Set sir,c,le conductor terminal lugs (load) for 5 KV Sh elded cable, sized PI cop;>er, 2 per phase 1 - 51 GS relay with adjustable pick-up and delay tirirt aid zerc'sequar,ce current transformer, G.E, Ground Break System, Wcstiighouse equal model, or- approved equal. 1 - Space heater for each cubicle containing high voltage equipment, thermostatically controlled and supplied with off-on switch. j. Equipment Accessories: There shall be furnished accessories as follows: 2 - Set spare fuses for each type of fuse furnished 1 - Dozen lamps for each type of control or indicating lamp furnished k. Instruction Bulletins: The Contractor shall furnish six sets of instruction books complete with final drawings and standard renewal parts lists with style number and ordering information for each component. 3. EXECUTION: A. Installation: Installation of equipment will be performed by a Construction Contractor, who will be required to assemble the equipment where required and install it in accordance with Installation, Operation and Maintenance instructions which shall be furnished by the Vendor or Manufar.turer. B. Manufacturer's Representative: The Equipment Manufacturer shall furnish the services of a competent technical representative, or representatives, who slrail have had experience in the installation and operation of the equipment which is being furnished under this contract. This service is for the purpose of insuring proper installation and adjustment of tht. equipment; instructing operating personnel in proper operation, maintenance and care of the equipment; for making check tests of equipment and making recommendations for obtaining the most efficient use thereof. The services of the manufacturer's representative shall be provided for whatever tine period is required to assure proper installation and operation of the equipment, a minimum of one (1) day of eight (S) hours duration. END OF SECTION 1GC-G SECTION 16D - ELECTRICAL EQUIPMENT 1. ELECTRICAL CONNEC11016 TO SPECIALQUIKIEt~I lhr~ Contractor shall make all electrical connections to equipment furnished by the Owner erid/or furnished under other contracts, and furnish wiring, conduiC, outlet boxes, etc., as required for same. He shall check the Plans and Specifications and inforr himself as to the amount and type of such wiring that may be required and include same in his bid. 2. PO''4ER PANEL: Power par,,) shall be General Electric Type NHB, Square D Type NQOB, or approved equal, sized as showr. on the schematics. All multipole breakers shall have an internal common trip. Breakers shall be of +'ne bolted-in type. Panel shall be of NEMA 1 construction. Exterior trim shall be held on by screws threaded into the box. Panel shall have a complete detailed directory, typed to indicate loads fed. Power panel shall be equipped with an equipment ground bar. Panel shall be for operation on 240/120 V, 3-phase, 3-wire, 6n ha. Power Panel "PA" shall be equipped with a lightning arrestor, Delta Cat. No. LA303, and a surge capacitor, General Electric Cat. No. 9L18BAB301, Westinghouse equal model, or approved equal. In addition, Power Panel "A" shall be factory equipped and U/L labeled for service entrance equipment. 3. LIGHTING PANEL: Panel shall be General Electric Type NLAB, Square D Type NQOB, or equal with bolted-in circuit breakers. All multipole breakers shall have are internal common trip. Panel shall be of NEMA 2A construction. Panel shall have a complete detailed directory, and shall be for 1201240 V, 1-phase, 3-wire operation. 4. INDICATING LIGHTS, SWITCHES AND PUSHBUTTONS: Selector switches, pushbuttons, and indicating lights shall be heavy duty, oil tight General Electric Series CR 2940, Square D Class 9001, or approved equal. 5. TIMING RELAYS: 'Timing relays where indicated shall have the cap- ability to be hand set by an external dial. Terminals shall be front mounted and readily accessible. Ranges shall be as shown'on the plans. The timing relays shall have both normally open and normally closed contacts. Timing relays where shown on the plans shall be Agastat 7000 Series time delay relay, Square D equal model, or equal, for operation on 120 V.A.C., 60 hertz. 6. LEVEL CONTROL SYSTEM: Furnish and install a complete bubbler type level ~.,Jicating and control system to provide control of three (3) raw sewage uumps (one fixed speed and two variable speed) with automatic alternation of the two (2) variable speed pumps. The complete control system with level controllers, alternator, indi- cator, and all control components shall be the product of one manu- facturer who has exprrience in manufacturing equipment of this type arrd who shall assume unit responsibility for operation of the complete control system. The instrument manufacturer shall supply the services of a factory-trained serviceman to check the installation and instruct operating personnel in its use and maintenance. 16D-1 The control system shall function to start and stop and to provide a proportional ch:vige in speed of the variable speed pumps, and start and stop the fixed speed pump as the level rises and falls. Pump changes shall take place as outlined in the tabulation below. Air supply for, the bubbler system shall be from the rcaiote air com- pressor. The control system shall include a rate indir7tor with ad- justable restriction and an air regulator/filter set. Ehe rate'indi- cator shall have a range of 0 to 2.5 SCFH. A bubble ;pile shall be installed in the raw sewage wet well as shown on the Plans. A. Level Indicator: A level indicator shall be furnished and installed to indicate level of raw sewage in the control band. Indi- cator shall have a minimum 6 inch nominal diameter circular scale with uniformly spaced graduations over a 270 degree arc. Graduations shall read directly in feet from zaro to five. Indicator shall be flush mounted on the front of the control panel. B. Pump Control: The pump control system shall include all the necessary pneumatic and electronic components with fully adjustable control points to perf.irm the control steps as follows: Wet Well Elevation Pum Oration 522.0 High Level Alarm 519.0 Start Fixed :,peed Pump No. 3 517.0 Stcp Fixed Speed Pump No. 3 Start Variable Speed Pump No. 1 (or No. 2) 516.0 Stop Variable Speed Pump No. 1 (or No. 2) The control system shall provide a maintained control contact for each of the three (3) pumps. The control system shall also provide a 4-20 ma do speed signal for the variable speed pumps. A selector switch shall also be provided to allow manual selection of either Pump No. 1 (variable speed) or Pump P:o. 2 (variable speed). The selector switch shall transfer the stop-start and the speed control signals from one pump to the other. Adjustable high level alas•m contacts shall be furnished in the control system to provide remote alarm in case of high wet well level. Ail componpnts of the control system shall be mounted in an enclosed cubicle type panel approximately 24" wide, 24" deep, and 84" high with front access door mounted on full length piano hinge. All necessary switches, indicators, pneumatic devices, electrical devices, solenoid valves, relays, etc. shall be mounted in or on this cubicle with all connections mounted, wired or piped to terminal strips or bulkhead fittings. Control relays for operation of the three (3) pump starters shall have a minimum 10 amp, 115 volt contact rating. r 15D-2 7. THERb10STA1: lhermostat shall he line voltage type suitable for operatinq on 120 volts, 60 her•t7 wth heavy duty snap switches. The thermostat shall opr~rate over a range of 35-700°F, with contacts to close on rising temperature. Thermostats shall h'• Honeywell tdo. T631A1113, Chrom:,lox, or approved equal. 8. SERVICE POLE: furnish and install a wood pule for service entrance conductors and area light at the location shown on the Plans. 'The pole shall be Southern Yellow Pirie, Class 3, 30' lenngth. The pole shall be fully pressure creosote treated for a retention of lu p(.Ljnds and turned smooth full length prior to treatment. The pole shall oe set to a minimum depk'.h of 6' in earth. 4. SERVICE ENTRANCE WEATHERHEADS: Weatherheads shall be Crouse-Hinds Type F, Appleton u , or approved equal. 10. SEPARATELY MOUNTED MOTOR STARTERS: Motor starters not located in motor control centers shall be General Electric 200-Line, Square D, or equal, combination circuit breaker type magnetic motor starters. All starters shall be of NEITA I construction. Each unit shall have an engraved bakelite nameplate attached to the front door. Starters shall be for full voltage starting unrass otherwise indicated. The starter shall have three external manual-reset thermal overload relays where shown. Where control circuit transformers are indicated, each starter shall contain a 480 to 120 volt fused control transformer with sufficient capacity for all the devices shown in the schematic. Where a device is shown in the schematic and is not specifically desig- nated as being elsewhere, the device shall be installed in the corres- ponding starter. Where control switches, pushbuttons, or indicating lights are not specifically designated as being elsewhere, the device shall be installed on the door of the starter. All devices installed in the starter or on the door of the starter shall be completely factory wired with connections tr external devices brought to a terminal strip installed in the starter. Power cables in the starter shall be color coded in a distinctive color to distinguish them from control cables. No field wiring shall be permitted except for connections to remote devices from the terminal strip. A physical wiring diagram shall be provided on each enclosure door and shall be protected such that it shall remain attached and legible for the service life of the equipment. All control devices shall be identified as to type and manufacture. Control accessories shall be as furth9r specified in this section of the specitications. 11. CONTROL RELAYS: Control relays shall be industrial type, 600 volt, with _ontactsrated 10 amps at 120 VAC, General Electric CR 120 tine, Square D Class 8501, or approved equal. 12. MODIFICATIONS TO WASIEWA_TER TREATMENT PLANT ANI)LINCIATOR: The Contractor shell furntsn a D( power supply', relay and all necessary connection to the telepl one alarm circuit to an existing spare point in the existing instrument panel at the wastewater treatment plant, 1GD-3 The power supply shall be Bristol 9J1 with Relay C105'1j, B. 1. F., or approved equal. E14D OF SECTION 16D-4 SECTIOt; 16E___LIGHTING fIXTURESLSWITCHES 411 RECEPTACLES 1. LIGHTING FIXTURES: The Contractor shall furnish and install all lighting fixures throughout, complete with lamps, sockets, wiring, hangers, etc., as required. Types of fixtures shall be as follows: • TYPE A: Ceiling mounted vaportight porcelain done reflector with 500 watt lamp, Benjamin No. 6553, Appleton equal model, or approved equal. TYPE b: Ewo lamp, 96" fluorescent fixture with gasketed, weather- tight housing and lens assembly, and 2 - 800 ma lamps 14cPhllb~,n Cat. No. 91-60818HO-BR-9785, Art fetal (equal modelor approved equal. TYPE C: Outdoor luminaire shall be weathertight diecast aluminum with natural finish and pressed prismatic Endural refractor. It shall have a 120 V, 200 watt incandescent lamp and protective guard, Holophane Cat. No. 408-0107, Art Metal Equal Model, or approved equal. TYPE D: Wall mounted globe and guard with 150 watt incandescent lam), Appleton OBVW10G, Crouse Hinds equal model, or approved equal. 2. 'BALL SWITCHES: Wall switches for general use shall be of the tota' ly closed industrial type, Leviton Spec-11aster Premium Specifi- cation Grade, Hubbell, or equal, as shown below. Tyke Leviton Hubbell Singl. Pole, 20a. 1221 1221 Install switches to accomplish the control as shown on the plans, using single pole as required. Use gang mounting where two or more switches occur at the same location. 3. CONVENIENCE: 00I FTS: Convenience outlets for general use shall be Underwriters approved high abuse corrosion resistance duplex rrou-)dirg type, 15 ampere, 125 volts, Leviton Spec-Master ho. 5262-HG, General Electric Hpsnir,l Grade, or equal. Outlet shall have heavy phosphor bronze contacts, 4. SWITCH AND RECEPTACLE PLATES: Switch and receptacle plates shall t,e Leviton Spe chaster, General Electric hospital grade, or equal, and shall t,e specification grade, high abuse nylon throughout and shall meet Federal Specification W-P-455a an,] UI. 514. ]6E-l 5. WiAIHERPRO)F CONVENIENCE OUTLE[S: Weatherproof convenience outlets shall be cast i,oxes fitted with a single receptacle. Receptacle stall be Crouse Hinds CC11, Levit,on 5261 Ilq, or equal, with Type DS threwled ca P. END OF SECTION 1U-2 r-- SECTION 161 - ECUIPMENI_AND MATERIALS TO HE FURNISPH TO THE POWER COMPANY 1. SC0Pfi: The Contractor shall furnish to the City of Denton certain equipmonI and materials consisting of aerial cable, cable terminal boxes and hardware associated with cable installation, three (3) oil switches, one (1) cuntroller for sensing and switching and two potential transformers. The equipment and materials shall be for installation by others.- 2. AUTOMATIC TRANSFER EQUIPMENT AND MATERIALS: the equipment to be furnished for installation by others to establish automatic transfer rroni ono Dower source to another shall be as specified hereinafter. Equipment and materials shall be delivered to the Power Company at a location designated by the Power Company. A. Aerial Communications Cable: The Contractor shall furnish 15,000 ft. of aerial communications cable to the Power Company. Aerial cable shall be cable for supervisory and relay control, 25 Pair H22 AWG copper with 0.005" copper shield and with inner and outer polyethylene jacket. Cable shall be Figure 8 construction with 1/4" EHS galvanized steel wire messenger with outer jacket extruded over it. Aerial cable shall be Okonite 22 KIT, Brand Rex equal, Superior equal, or approved equal. The Contractor shall also furnish the necessary J-hooks nad hardware for installing the cable. 8. Cable Terminal Boxes: The four (4) cable terminal boxes to be ' furnished shall be a watertight aluminum housing suitable for pole mounting and complete with 25 pair in and 25 pair out terminal block with carbon protection, Reliable No. 25P4X4MH with 1306 protectors, Cook equal, or approved equal. C. Controller: The controller to be furnished shall be of the type suitable for operating two motor driven three-phase oil switches to accomplish automatic load transfer. The controller, shall have among standard features, a Preferred to Alternate Timer with 5-75 second adjustable time delay, a Alternate to Preferred Timer with 20-300 second adjustable time delay, source energized status lamps, switch status lamps, operation selector switch and shall tie for operation on 120 V, 1 phase, 60 hertz. Controller shall be McGraw Edison Type S Automatic load-Transfer Control, Westinghouse equal mode'., or approved equal. D. Oil Switches: The three (3) oil switches shall be motor- driven, three-phase, 15 KV, 600 ampere continuous duty switches for application in automatic load transfer schemes and shall be complete with auxiliary switch for load transfer controller. Switches shall be McGraw Edison Type VLR equipped with KA68VR1 one-stage auxiliary switch accessory and KA208VR special wiring accessory, Westinghouse equal model, or approved equal. 1. Potential Transformers: The two potential transformers to be furnished shall he single-bushing, 110 KV P,IL, rated 8400:120 volts AC, General Electric JVW-5, Westinghouse equal, or approved equal. END OF SECTION 16F-1