Loading...
HomeMy Public PortalAboutORD08054 f BILL NO. INTRODUCED BY COUNCILMENs 4 1f-- ORDINANCE NO. YO, l 3 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI AUTHORIZING AND DIRECTING THE MAYOR AND CLERK OF THE CITY TO EXECUTE A WRITTEN CONTRACT WITH ACTON CONSTRUCTION CO. , INC . , A CORPORATION OF ST. PAUL, MINNESOTA, RELATING TO THE CONSTRUCTION OF WATER POLLUTION CONTROL PLANT AND WALNUT 4 STREET PUMPING STATION. E. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The Mayor and Clerk of the City are hereby authorized and directed to execute a written contract with Acton Construction Co. , Inc. , a corporation, of St. Paul, Minnesota, relating to the construction of Water Pollution Control Plant and Walnut Street Pumping Station. Section 2. Said contract shall read in words and figures as follows: wo :1n'i2 f ., u., �i t .7 'h r July 29, •1968 AN ADDENDUM NO. 2 PLANS AND SPECIFICATIONS FOR THE CONSTRUCTION OF WATER POLLUTION CONTROL PLANT ® AND WALNUT STREET PUMPING STATION ®! IN JEFFERSON CITY, MISSOURI The Plans and Specifications shall be and are hereby amended as follows: 1. On Page IB-2 under Paragraph 9 PREPARATION OF BIDS, the 2nd paragraph shall be deleted and the following paragraph substituted. "Under the provisions of a recently enacted Missouri law affecting sales tax on water pollution abatement projects, the State of Missouri has indicated that all items of work for this contract, except certain portions of the Administration Building, will be exempt from Missouri State sales tax. Since those items on which sales tax shall be paid have not been clearly defined, the bid prices submitted in the Proposal shall not include any Missouri State sales tax. The City of gn Jefferson shall pay all Missouri State sales tax required by law. The Contractor shall keep adequate records of the cost of any materials, equipment, etc. , required for any portions of the project not exempt from Missouri State sales tax." 2. On.Page GC-4 under Paragraph 10, SURVEYS, PERMITS AND REGULATIONS, the Contractor is required to obtain permits and licenses. However, building, electrical, plumbing and heating permits are not required for this project. Contractor's licenses as applicable under City regulations shall be required. 3. The attached 3 pages are an amendment to Wage Determination of the Department of Labor No. AH-19, 676, which is attached to Addendum No. 1. 4. On Page I-2 under Paragraph 2, COMMINUTING EQUIPMENT, the figure "11.3" in the last line of the 3rd paragraph shall be deleted and the following inserted: "11.0" 1 Addendum 2 - Page 1 r 5. On Page I-6 under Paragraph 5, CLARIFIER MECHANISMS, the following words shall be inserted in the 2nd line of the 2nd paragraph after the word "equipment": "during and/or" 6. On Page I=16 under Paragraph 10, THICKENER MECHANISM, the following words shall be added to the 2nd line of the 3rd paragraph after the word "equipment": "during and/or" 7. On Page II-23 under Paragraph 40, SWING CHECK VALVES, the second word in the second paragraph shall be deleted and the following word inserted: "6-inch" 8. On Page II-•60 under PRESSURE SWITCHES, the last line of the paragraph shall be deleted and the following substituted under the appropriate headings: "Effluent Water System 0-60 34 37" 9. On Page II-63 under Paragraph 94, WATER STORAGE TANK, the figure 4,000" in the first line of the second paragraph shall be deleted and the following inserted: "3,000" 10. On Page II-70 under Paragraph. 107, STROFOAM DOME, the 12th word in the 1st line of the lst paragraph shall be deleted and the following word inserted: "4-inch" 11. On Page II-71 under Paragraph 109, JIB CRANE AND ELECTRIC CHAIN HOIST, the model number in the lst line of the 2nd paragraph shall be changed from "K315-3" to "K344-3". 12. On Page II-91 under Paragraph 124, ELECTRICAL MATERIALS AND EQUIPMENT, at the end of Paragraph 124.m.(3) , (see Item 15, Addendum No. 1) the following shall be added: "The electric heater in the Washroom shall be the convector type with downward air discharge, rated 240 volts 1 phase 1,000 watts, with built-in thermostat adjustable from 40F to 80F, for recessed wall mounting (6" above floor) . This heater shall be Chromalox Down-Flo Convector Cat. No. KSR-241 T with overlap on all 4 sides. (1 Required.) t Addendum 2 - Page 2 i ' "This Washroom heater and the two unit heaters above elevation 560 shall be finished in baked enamel of a color, to be approved by the Engineer, that will harmonize with the masonry walls of Spectra-Glaze, Deep Desert Yellow." 13. On Page III-59 under Paragraph 56, PAINTING, the specification designation in the 9th line of 4th paragraph shall be changed from "SSPC- SP-63" to "SSPC-SP 10-63T". p® 14. The water service line shown on Sheet 1, 2 and 13 of the Plans ® shall be 2" C.I.P. from the existing 4-inch water line to the curb cock shown on Sheet 13. The curb cock and the line from the curb cock to the Potable Water Storage Tank shall be 1-1/2" copper tubings. 15. On Sheet 57 of the Drawings, in Control Center A, The Circuit Breaker Trip Rating for Unit No. 3 shall be changed to 400 amperes. 16. On Sheet 56 of the Drawings, the size of conduit No. C6-1 shall be changed to 4 inch; and the size of the conductors in conduit No. C6-1 shall be changed to 3-600 MCM RHW copper and 1-#1/0 insulated copper ground wire. 17. On Sheet 56 of the Drawings, the size of conduits No. Cl-3, Cl-4 and Cl-5 shall be changed to 5" and, in conduits C1-3 and Cl-4, the size of the conductors shall be changed to 3-900 MCM. RHW with neoprene jacket and 142/0 insulated ground wire. HORNER & SHIFRIN, INC. Consulting Engineers For CITY OF JEFFERSON, MISSOURI r Addendum 2 - Page 3 U.$,DEPARTMENT OF LABOR OFF=OF TNa Y[CAVAM ' WASHINGTON NOTICE OF MODIFICATION-DECISION OF THE SECRETARY Too Departaent of the Interior, FWPCA-CO OAT[Oi THIS NOOI r ICATInNTNODIF ICATION NO. Juice 12E 1968 _�;_One Oa[CRIPTION of WORK D[CI/IOM MO. [IIPIN[s Waste treatment plant sludge incineration AH_19,676 _ October 24, 1968 facilities Jefferson City Cole ....J__.Hieeouri MD-2_._ Upon review of current data,changes a+noted below are hereby directed. The rates in the enumerated wage determination decision,as amended by previous modifit•A.inns,and as modified herein,are to be considered prevailing(or,in the case of the Federal Airport Act,as the minimum)in accordance with applicable law. Omits Power Equipment Operators schedule for "Heavy& Highway Construction" Adds Power Equipment Operators schedule for "Heavy& Highway Construction" RE VED ® JUL 22 19 68 CS"l MI i:;JCT10N GRANTS 3r ' BASIN By direction of the Seclerary. Solicitor of 1a r t iaHeavy& Highway Constructions Ma 12-M-2.3-d _(2-2). POWER EQUIPMENT OPERATORS bda F►laaa BaedUa Parataah Maarlr Rates N it Pension$ Vacation APO.Tr. 0�+► Asphalt Finishing Machine &Trench, Widening spreader; Autogrador; Beck- hoc; Boat Operator - tow; Boilers - Central Mix Concrete Plant Operator; Clamshell Operator; Concrete Mixer. Paver; Crane Operator; Derrick or Derrick Trucks; Ditching Machine; Dragline Operator; Dredge Engineman; Dredge Operator; Drill Cat with Com- pressor mounted on Cat; Drilling or Boring Machine Rotary, self-propelled Hoisting Engine - 2 or more active drums; Lauchhamer Wheel; Locomotive Operator - standard gauge; Mucking Machine; Piledriver Operator; Pitman I Crane Operator; Quad Traci Shovel Operator; Sideboom Cats; Skimmer Scoop Operator; Trenching Machine Operator; Truck Crane U.65 e15 .20 .02 A-Frame; Asphalt Roller Operator; Asphalt Plant Operator; asphalt Plant Mixer Operator; Backfiller Operator; Barber-Greene Loader; Blade Operator - all types; Boat Operator (bridges & dams); Chip j Spreader; Compreasor Maintenance j Operator - 2; Concrete Mixer Operat.or', I � Skip Loader; Concrete Plant Operator;l Concrete Pump Operator; Crusher Operator; Dozer Operator; Dred,,o Oiler; Elevating Grader Operator; Fork Lift; Greaser - fleet; Hoisting Engine - 1; Highloader; Locomotive I I Operator - narrow gau;;e; Mechanics &Welders; Multiple Compactor; Pave- I I I ment Breaker; Powerbroom - self- I propelled; Rooter; ( j Scoop Operator - all types; Slip Form Finishing Macnins; Stu^ncutter Machine; Throttle Man; Tractor i Operator (over 50 H.P.); Welding I I t Machine Maintenance Operator - 2; Winch Truck 4.30 .15 .20 I ,02 Boiler& - 1; Chip spreader (front man);) Churn Drill Operator; Clef Plans Operrr, &tor; Compressor Maintenance Op.;ratorL 1; Conveyor Operator; Curb Finishing ; ' Machine; Distributor Operator; Finish. ing Machine Operator; Fireman- Rig; Flex Plano Operator; Float Operator; i Form Grader Operator; Generator - I i Maintenance Operator; Light Plant - Maintenance Operator; Maintenance ! Operator; Pump Maintenance Operator; Holler Operator, other than high I type asphalt; Screening do Washing ; REdE Plant Operator; Siphons & jets; Sub- ' IVED grading Machine Operator; Spreader k I JUL 2 9 1968 COVS'IucrloN GRANTS MISS" " BASIN - 'nN •Hearn& Highway Construction^ -12,PJiO-8,3-d (2-2) POWM EQUIPHENT 01MATORS (CONTD) Rests fringe Ponsltts Psywsnts H•srly Rsrss N;M f••.I.n. il•.•tl.• APP.7r. Box Operator, self-propelled(not asphalt); Tank Car Hector Operator (combination Boiler &. Booster) fire- man on asphalt plants, drum or boiler; Ulmac, Ulrio or similar spreader; Vibrating Machine Operator, not hand; Welding Machine Maintenance (Oporsto 1) $4.10 .15 .20 .02 Concrete Saw Operator-(self-propelled) Oiler; Tractor Operator (50 H.P. or leas) 3.80 .15 .20 .02 Mechanic &Welder 4.05 .15 .20 .02 Mechaaicls balper 3.55 015 920 .02 Draelins Operstor-3 yda. and over; Sbovel Operator 3.ydo and over 4.90 .15 .20 + .02 ;Scoop Operator-tandem 4.60 .15 .20 .02 . t j ( 1 � z July 22, 1968 ADDENDUM NO. 1 PLANS AND SPECIFICATIONS FOR THE CONSTRUCTION OF WATER POLLUTION CONTROL PLANT AND WALNUT STREET PUMPING STATION IN JEFFERSON CITY, MISSOURI The Plans and Specifications shall be and are hereby amended as follows: 1. The Advertisement For Bids requires that proposals be submitted in duplicate. Only one copy of the Proposal form is included at the back of each set of Specifications. Bidders who do not have two sets of the Specifi- cations may secure an additional Proposal form from Horner & Shifrin, Inc. 2. The 8 p.m. time for receiving bids as shown on the Advertisement for Bids is Central Daylight Saving Time. 3. On page IB-5, the 4th line under Paragraph 24, TIME FOR COMPLETION, shall be deleted and the following inserted: ". . . .tract in four hundred eighty-five (485) calendar days, the rate of progress and the time 4. In accordance with the provisions of Paragraph 10, WAGE DETERMINATIONS, LABOR STANDARDS AND ANTI-KICKBACK REGULATIONS, on page SC-4, the Wage Deter- mination of the Department of Labor No. AH-19,676 (8 pages) and the Wage Determination of the Industrial Commission of Missouri, No. 10323 (5 pages) are attached hereto and thereby incorporated in these Contract Documents. 5. The Kansas City Office of the Federal Water Pollution Control Admin- istration has advised that since this contract is a Federally assisted project, prior to signing a contract for this work, a meeting will be held to discuss the affirmative action program for compliance with Federal Labor Standards. A representative of the Contractor to whom the City intends to make an award must attend this meeting. 6. On page I-18 under Paragraph 10, THICKENER MECHANISM, the fifth sentence of the last paragraph which reads: "Stub arms shall be located . . .. . into the sludge channel" shall be deleted. 7. On page I-34 under Paragraph 11, SLUDGE DEWATERING AND INCINERATION EQUIPMENT, the following sentence shall be added to the end of Paragraph 11x. 2c. Addendum 1 - Page 1 "Terminals shall also be provided in the starting circuit of each blower for an interlock contact (not included under this item) to prevent starting the blower until the louvers have had time to open, as approved by the Engineer." 8. On page I-34 under Paragraph 11, SLUDGE DEWATERING AND INCINERATION EQUIPMENT, the following paragraph shall be added to the end of Paragraph 11 X. 2. w "This motor control center and its installation shall be in general conformance with all applicable provisions of Paragraph 13, CONTROL CENTER FOR THE WATER POLLUTION CONTROL PLANT, starting on page I-40." 9. On page I-35 under Paragraph 11, SLUDGE DEWATERING AND INCINERATION EQUIPMENT, the following paragraph shall be added at the end of Paragraph 11 Y. "All electrical equipment, material, and installation shall be in general conformance with all applicable provisions of Paragraph 124, ELECTRICAL MATERIALS AND EQUIPMENT, starting on page II-86, and of Paragraph 73, INSTALLATION OF ELECTRICAL EQUIPMENT, starting on page III-73." 10. On page II-32 under Paragraph 56, BRICK, in the second line of the second paragraph after the words "Royal Face Brick" the following shall be inserted: "Gray No. 25" 11. On page II-73 under Paragraph 112, BUILDING HEATING AND COOLING EQUIPMENT, the first paragraph shall be deleted and the following paragraph substituted. "The thermostats (T1, T2 and T3) for the Heating and Cooling System shall be as tabulated in the Heating and Cooling Schedule and as shown on the Heating and Cooling System diagram, on Sheet 57 of the Drawings." 12. On page II-86 under Paragraph 124, ELECTRICAL MATERIALS AND EQUIPMENT, the following words shall be added to the third line of the last paragraph after the word "shall" and before the word "install": "furnish and" 13. On page II-86 under paragraph 124, ELECTRICAL MATERIALS AND EQUIPMENT, Paragraph 124 a describes the electrical service for only the Water Pollution Control Plant. The electrical service to the Walnut Street Pumping Station shall be 277/480 volts, 3 phase, 4 wire, supplied through Addendum 1 - Page 2 underground service cables in rigid galvanized steel conduits, all encased in red concrete, and as shown on the drawings and in the specifications. Service cables shall have 600 volt RHW insulation and neoprene jacket. Because the exact location of the Power Company metering structure for the Walnut Street Pumping Station is not known, the horizontal distance from the main breaker to the metering structure shall be assumed as 150 feet, and the bid shall be submitted on that basis. The cost for either a longer or a shorter electrical service, to be added or subtracted from the bid price, shall be negotiated after the metering structure is located. 14. On page II-90, under Paragraph 124, ELECTRICAL MATERIALS AND EQUIPMENT, Paragraph 124 1 (1) (c) should have the following words added in the parenthesis after the word "Room": "and Walnut Street Pumping Station" 15. On page II-91 under Paragraph 124, ELECTRICAL MATERIALS AND EQUIPMENT, the following shall be added to Paragraph 124 m. (3) Walnut Street Pumping Station. The electric unit heaters shall be rated 240 volts, 1 phase 10 kilowatts, with safety switch, fan, and wall mounting bracket that permits horizontal adjustment. These heaters shall be Chromalox Cat. No. LUH-100 with Bracket No. WUH-2 (3 required) . 16. On page II-94, under Paragraph 124, ELECTRICAL MATERIALS AND EQUIPMENT, the following shall be added following Paragraph 124 o. "p. Lamp Changer. Two lamp changers shall be furnished, one for each location, with flexible neck and 8-foot jointed pole, for 150-200 watt lamps, and shall be McGill 151-CA, or equal." 17. On page III-76 under Paragraph 73, INSTALLATION OF ELECTRICAL EQUIPMENT, the following paragraphs shall be added to the end of Paragraph 73 c. "All conduits outside of the buildings shall be run underground, except the conduits to the Thickener. "All underground conduits shall be encased in red concrete, with a minimum of 3 inches concrete cover on the sides, top, and bottom of all conduit and a minimum of 1-1/2 inches of concrete between conduits. Conduits and duct banks shall have a minimum earth cover of 18 inches below final grade. The underground conduit risers and single underground conduits may be thoroughly coated with bituminous compound, instead of being enclosed in concrete. "The concrete conduit envelopes shall be doweled to the concrete foundation walls of the buildings, etc. , with No. 3 dowels, 3 feet long, spaced at every 6 inches at 2 inches from the top, bottom, and sides of the concrete envelope. Addendum 1 - Page 3 18. On Sheet 39 of 77 of the Plans, dimensions on Detail K/39/39 show the thickness of the weir plate to be 1/4 inch thick in the upper lefthand corner, and 3/16 inch thick at the lower righthand corner. The 3/16 inch notation is hereby deleted. 19. On Sheet 57 of 77 of the Plans, Control Center A, Units 2 and 3 shall' be'interchanged, and the nameplates shall be changed to read: Unit No. Line 1 Line 2 2 CONTROL CENTER A MAIN BREAKER 3 INCINERATOR MAIN BREAKER 20. On Sheet 54 of 77 of the Plans, Details H and J shall be revised to be as approved by the Engineer to comply with Item 7 of this Addendum. . 21. Copies of borings made in the vicinity of the construction are available from Horner. & Shifrin, Inc. HORNER & SHIFRIN, INC. Consulting Engineers For CITY OF JEFFERSON, MISSOURI i r Addendum 1 - Page 4 JAM[l J OUIL[N f�_ CMIIN Y,N LAWAENc[PAISLEY INDUSTRIAL- COMMISSION OF MISSOURI N.N.ft DEPARTMENT OF LABOR AND INDUSTRIAL RELATIONS CARL J snow" Y,N..A 1 1904 MOT OUN[LIN STREET ERMAN V aO :7 P.o.aof TO WENT"" JaFFtRSON CITY.MISSOURI 65101 PA Co...i.U[N WARNER S..1[AONES LLOYD G POOLE .OYftMt T[L[PMON[AREA Elf wuN..L •[4•[141 In aetordance with your request for the prevailing hourly rate of wages for workmen required to perform the project or construction contract as listed in your request. and pursuant to Sections 290.210 to 310 R. S. Mo., L959, me amended 1965, the Depart- mont of Labor and Industrial Relations, acting by and through the Industrial Commission of Missouri. being duly informed and having fully considered the matter. finds; dater- mines,'declares, and certifies to you and the public body you represent: 1. , That the general prevailing hourly rate of wages for building, heavy and high- way construction work in said county for each of the crafts or types of workmen, listed on the wage rata schedules; are the prevailing hourly wage rates for said county for the project or construction contract named. fringe benefits are in addition to the basle.wase; and if they are included, the basic wage will be so marked. 2. That fringe payments include medical and hospital care, compensation for Ln- juries or Illness resulting from occupational activity, unemployment benefits. life insurance, disability and sickness insurance, accident insurance (all designated as health aril welfare), pensions, vacation and holiday pay, apprenticeship or other similar programs and other bona fide benefits. 3. That general prevailing hourly rates for legal holidays and overtime work are as shown on the wage rate schedules for the crafts listed thereon. 4. That certified copies of this determination will be filed immediately with the Secretary of State of Missouri and in the files of this Department, and that. copies of this det6rairiation,4hall be supplied to all interested persons request- ing sane. The Comaission is not authorized to-fix wage rates. The Law directs, it to ascertain the prevailing hourly wagss,in a given locality. A "locality" is the county or counties where the project is to be constructed. The Law provides that not less than the pro- veiling hourly wagoa determined by the Commission shall be paid by a contractor or sub- contractor. A higher wage rate may b lawfully paid. Shoulp objections be filed to any portion of this wage determination, such objection or objections must be specific. in writing and In triplicate and must reach the Commission within 30 days from date of the Determination. State in full the facts and reasons in support of your,ebjections. This determination becomes obsolete unless a contract is executed within I20 days of the above date. By direction of the Industrial Cosmiarlon of Missouri. Bro m V. Edwards, Secretary FUIKTIeI.e OP TRIG ee►AaTweMTI ■MILNTWNT.,CW (u..fMPUTMfMT CM►fMfAT10M AN.[YPLfTMfNT ffNV N), W,,aalfN'.ifYIAN..TN/N. !ATMs"WNAIINR.T1N.a Pa.V.ILM laAAf Vim.an"."""All*NYIf NNP[CT.N AIIO*arm..00 6W.6 PAT aloN W ..N. S1 N N M li 'C ppppp ptl M r� rvyl M � U Ixpi �I pp ��11 M tl Y.7 r^I q .p'1 O O HGG d CEO 14 t+ pp r�yy O 40i q IY11f� ap+ �+ �1 W I�igtllf 1 O O d p�1�V�M N ..1 V..ROa W O a N N R U N �D CO.•�D TO If��D{�m N 1�P 1-:q v t V1 V% V1 P>•111'1X.OY MM.INNMM.p 1NNM Y .O a C >M Y M • � � C �� 1� Ytn� o Uc �N 41 u q1 O 17H ►i ri� ��t/ Y� p O O �t �~ 1 �1 y/Fmy'7�` sg fly Obt�iY 1 1 1 c�,a1ro Saco a o Y o x d 'a + • N N N N 000 O Y p a u • �• N N 8 Ip p W u NN M �� •S• w �O w gg Coi $ u (y] • �O M m p y�y� IN•1 W ^� • • 4 A wN N N O O O O V\N N UN t041pp w p {1.Y a 1a N e°tO o NO fV N r-i.+ ..1 ...1.-1 N .A•.1 N/9 ri .-1 r.1.� r•1�•+}vl •.1 (yo O Yf r1 M y !OY •� Y Y Y .-1-- ...1-N-..1-- -- .r..1.r..I.r.q N r.�•.�ti •-1 /1 N N Im Y V H VV W y P O�,g 611 1� F .Ni .N.�W p Q Vla IN•1 N c0 .If�O .�i Es t�O ru J iND O O n M G> S I•S tl N h V 11 111-1 i r1 v1 Il1•t L,%.,%M M M.0 1'1 M Y1 �t 11 i 11 u%YN 1'111 J 1.1 Y .pC W Y • no • ~ .•i • M 4 .. Y � u O 7 R .n • � b•YMr Y� y y p p • � 9 Y • 8 w O y • y O N N IL 13 • Y y • O Y • y ~ • y O. r y Y • Y • Y �H1 Y • y lUl 8 ' ■ �cyl p p yp ►. .� •• Y O ti a O 10 u C. Y O V 1 p q Y R V w v• • 1•. i/ i a S w r.l 7 pp 11 Y W O N '� Y � Y 11 p Y y..Yi ypy �R y1 p • '� O� O H .yi • Y • YY 8 1•i Y M '.°. O• M EY w W 10 M m H 'y p h1 C p l ■ ■ O y..i• p• W Y • 1. M Y Y Y O M. 6~x v N Y ^ w Y Y 1 v y y `666 •r Y • M p oRi p iY.p u p y .r •>. y yY M 1•. • •p H w w w.r y Y • • w Y +7 y.�y1 7 • Y 11 M • • y S Y Y �1 • � 11 �CcOf� p• p • ■qqq r� •A EQpp • •1�Y M • ..1 N.1 1. p H •Oj H Y Y Y Y Y Y y ~ / � O Y ■ M • • y M • C O M~�$ Y Y v�1�,i •� u Y y q . • 4 Y Y • w�0 0 H Y •p� Y Y �i ti pp pp �p1,Y 4 > Y •y W y Y N M Y u w y • • Y y N 1 Y � H M Y > 1 M y Y 1. O y Y M W M • b • a a N V � • Y ►•J1 Y��� Y >• �Y1 y Y •y •y • 1 �j'1�Yp V rY /N. f� 1y� •w N�� Y O � y ►�Q y� y i1 88 .:'i.•.1 wY C y M Y • �.Yi R • Y M Y 1w.7 C r Y A ��'Qj + 1 Y • y M 111 .yr M M Y Y y p 4 q Mp Y.!r•■J f y..Y!MMOO y 6 y.1 q!Q Y �Y1 y1 Y 9 yr Y N•.1 /Y�Y 1. ++Mp�MM U Y YYw YJ 01��� NY+ •r/i 8N aN r~ �MM M W Fv WNINN V61M i+i~•IM 1F1,7.7 ■• Y •i ••1 b r M �aI N h n • �� •f �I IYi •V1 Y tl 1.1 ! A M • Al r1 �GIr�� ��KS o✓11sp o .�pp ` o �� y r fn fn m m N11n W1 N F Y 1 ►.•u•1 4 Y .wi ^ � ■ •R O a � Y w 0 Y Y M w YOj�..■^'1 w �ye1 �,$9 A �1 ]V N W E� � M r N� YO Y MYY spY M w�O u• � V Q.■.1 •ti • Y M "' M N 1 Y 0 C X ■y Y M 8■ • H Y Y O Y W{�N ► W M U tly S Y1M•1 �Y11 Q^ �8•� Cp Y Y ~j pY M • ■ Y Q O N Y O Op� Y O v S Y r•+ y�fi Y� ~tl� M 7] Q �E1✓ U y y V Y Y •• Y P A a �7 A IYY Y o�w: •Q,po.Yi 11 j ■w�p1 ►O, •O • O a v� Y {��rr f.1O�1 O Yp 61 w • �Y• ✓w 0 41-9 P M q y q M w u Y Y Vp �s Y1 CY f 111ry111 M M■ ;Up 6 1•■��a M o ; BSI O~ O Y P u 10 Y •.1 ■V w N M 4 •P Tql "U0- ✓O•Op qq O■A •• E C u Y O` • Y O^`V u U O•'tl O W u u r L Y O.>i p Y 1�/y� F O pq M yY M r•1 VtlQ Y • r {r1 • u Y w ■ e YI u M Y p • .•�I Y a M w M M Y..n w N • • riYy( Y~ Y R W Y•1 AV P-i y~ 1~GJ • O u`.'NQ O Y O H Y Y 7N Y 6 LLL!``` Y ^p,R u S ISC y 6 O • M 6 utl O ■ �•y'!• •�'M•Y�✓EYO y o�!O C E�1 7y,^8�0 V y p,.,g•y)ti7N,gYeN N j'*)8 4 X�YU YY 1 Y u p Y��✓O L�j A y U q+1 YY�k O w K u Q Pw p Y.i..P�"e 1 1 YA O Y.� ✓E Y�Y uaf M E O'M Y y O I i�7 O Y O�pN/p/ d7�1��pa p ,Y•Y,1. `r W'e�•uY w M y Y M M 1I y 1 Y u 0■Y• CM U i I N L Y L)Op Z O A.M.A•u 0 Y N•L C a+^9 M Y tl Y►• Ip M iM1+ V y o I U O 9 O Y M Y Jq■M Y•I Y O Y E L ■D !N ry(o t+1. u'Y■■■p•P.J tl Q•5 i a✓O s.■E.�X•u•�u M••w�N IM YY r■M O■■Q.0 O M Y C.1•tu L■1 py 1pH+ v-C tl■wO~V YM) Y u M•Y r] Y� .Ju "Y Y Y r G l i W.0•Y O M.u•N Q 0QY Y•1 O N',w U 7 YY W M O • ■ •u w■ Y p✓ u 0 Q O y C E A O C✓y Y .C 0 E ✓ 6► L•I{1 iw. : Y O 'iY r M Y oe M ■w M .i✓ I g q q O f.�c N•�O1 �• U q py yp C Y u 4 Pp 4p ✓ O u S �Y •V . O O 7r H O v P 4 O M v Z 0. O 6 V o O w 9 i M Z v O P Y •' C N• Fr+FD.1F1 M FI Y•y ) y: C M ! y w Y M Y ■ S y Z 999 � y✓pi,� y pY�= ■ of N YO1�4 OinOOOu�c-1-1�•�p ..� NR" O)Xilro �I s G w 5 pp e I r.0 in 0 0�0 1-1�1�'O ■ /r yp y � N r 1 V o �y 7 IL rl 1•'11n.n nl m 1'/1 f.1 m In Y f• O P a • y Q O O w 0 V )a u ^ ,n •f Y f.O • U y O wa 1(�(.•�•.4 ry1Ul� U f■i�+ Y ] Y E u •. C fn y E y U S✓Ind 0 • i✓ y•y ` ■L P• L N M.Yi CC Y O• M Y1 ✓ Y S C 6 O q ••Y 6 ^' ■ PC ✓ V �•+ = • YSY7Y0 t6YX ■ • O Z OU C` N ► YwY pp `- nY f .✓ �q�11 •• M O ■ 6 V u Y 6.r Y M ••.O O ■ <f• NO�bH 10.• yYO N qtl•Yyn k wMYy O N.�Y+•O XJ M M q Q V�✓(y+��gr 11<.r i Y r t� Yy L•m ✓N A•V y h V MY p `� YO Y■w Lj 7 Y1Y•�0 CI. MC 6• YN C •N)Y••■Y=Y•Y��+'<C FL 9 Y Y M u n-C•16✓c z••O tl Y0.0 w- YE PXro Y . Yi 4 O q X.S G Y S �u JS e q O - 0 S u M i 9 ~►Y 9 y M Y y a O •.Vi ■ I O 4 Y Y b y .■✓r F b Ryyy Y���.. •�,ip fU V < ) »v pM •F' E�^•Z PYN O.J S C Y•Ci Y C�Rd M O pp.y e„1 {. I M q /N.•./ YM r✓ ■Ug' V • E u MU_•■ P O 1�U Z Fi" >:....'~ • N •• Q M O ./ F Q•[ `e X ■y Y+O• •q V O Y r S ) Y ■ YfM `e u 0 r j `V �• ••■O 14 0. 7 X E Y 7 ! I f 1■ O E U Ei f. 0. n•..Y Z O.•Oi u~ •{I 6S ■ > Y r <CP.Fi PNX^uU 7 Y O C u O u u YA 1• Y V IIO V H M u E O r-1 v N✓ Y O ry tll p L U •✓ C M•r ••C)1 V u y Y •• 0!w ] • O v f7 p q L 4 C 6 J•+ Y p C p N Y Y M Y••+ 9 O 6 ] C Y O Y C N X If. b 9 y Y.N q Y A ✓ ^ Y d .. PP a .. ■ in U C•+ Y n Y p O p p N K ■ Z 00•.•- u o "'� "1 "o > ° 90 ■ Y�6C r 8 �.r pp yy oc.e■ oo J' rY a�lY C M Y.••� Y ■1 H C C Y Y 0 6 V i ••Y W SS ro Y 7 O W O p R f • ■• W w k U Dy + Op = M N • V Y••Ce 3 ro b C j.^.. L y I C°'M•~+ V M S u .• H W V u G u u y Q H N O C{M N O O V nO,Y IO N O U••V •F(� (O•, OO�p O y (y� tt Oi V C J C EE G Y ] •W ..1 • Y•••y•y 6 Y 07 G <� F F II u H F••Y•1 U O O✓ Y r ■ g Y {• �' k /t • K E O tltl Y Y►.•+ • Y O M C M Y V •Y < ■ o"yyy+•O r W U¢ O py}F Vp N P•Yy L �gG A•y ■ �y J b e.0 S • M O 64 6 • UH > C 0 ON qi W O q/ H P Y 5 Vq r Y• yY y Y ! r 11 : 6 O V C C ] O O X i.Oi Y p Y ✓C •. 7 L M q Y V O q M Y ■ 113, V M 9 'O �0 qu L^• Y y Y w C V.+ Y w Y).+V Y Y O O.+w Y Y N < K tl N 1.C• Y r E~ .Ai .■i ro O f Y • ] ■ C Y ••w. tl Y V M✓ Y Y U M 1+ Q • R +V p 1. Y ��.�0a uV V L q�•��+p �00•�Wtl�i l+n�AC f>l Q/ y b • Y u Lt� N O V ! Y] •N•+. V.Qh ►•W Y1 W��Vl7 AKF Y QV M r r Z U r pP J G ZM CvZ Y W iW Y•�v�•,v • • � O v • .Y. wiwo y6y .� • �u Vp.■.1 ■ p Y N � 1 `� Y■ 1 � M • y ✓ M U Y Y Y oil iF ur ro w e f ■■ ■ _rp pp .s yy �.+NVIv OY S P> > U A✓ Y 0.0 O Y k 0 � k 1. A M V o k k �• Y O 10 ✓ k ✓ c P b q w 6A ^v CYy✓ S Y E N S u V a O F Y k O M p O M v JJ Y Y q .O Y s -•FV L O•r u tl 1 W Y X p Yp C O L O Y N PY✓7• O Yh +N Y C O• O j O pE Y�. 9 p Y9M¢ ✓�L1 C.a ✓p9p• Ofy,1 Y M y j rr 1.1 00 k M U 1 V C : O 4 H r O Y p•y T L« p 00 a h M !w Y V Y l Y r Y Y E i eN'• Nc .+ P n�Y1 w q O L■ L• O O M O O✓O p'O ✓O O k P C : • k ✓4✓ O N O " Y E U O O M 4 • q Z O✓O q rU M Y� O ✓ V Q V O O Z ■Y • •+ • • Y a " O 10. Y O . 4 F• Q M p L 4 M "q V O Z k p k ~k Y : n r■y C L k b yp Y y b Y O• X i i• Y k ry , + U O Y f•q✓ k U L yp L M M 4•�Y yµ O y k ! o Y u C V/f■1pFiQ i J�/Y! ✓N•b O 4 M X Y M YY 4 4-.4Y.+.w u uE Y�Y I0 Y Y V••■M.�`Y•O Y t ••: �✓U•L I Y Y Y Y•• �V YY YY Y'v 10•YY)9 Y E Y N=='•Y• L�•.q b,..a M, •M V>■Y S•.1✓�•+. •�N-t• W i•1C•O p'tS Y L¢l s.b i Q 1d.1 7,�IU Y r U�^a Y A✓0.11 n a yp O`a¢✓g N M k yyy pY O>..1N Nr 0...,1�✓✓L Y 7 2 1pp O-•F k k L ro n7C Y X!•UO•M an•O 1-{O��U�w Y■YPCC�n n{l�i y](1 00 W U y Y G Y�U M O UYpCO O A�•y G tt L]Y�W¢1.1.OV k��qO 1✓�4 k O°pp 1Y 0 w.U L O+kY 1.J✓w✓g r.M I k V Y r^N p«U.M q Y O.U✓O O •L M•C O k�pY 1 M!.O■•Y/p"✓i A w Y O P f Y U LI O3ON O4 Y.1 i^•L K J■o Y U 1 t✓yY•Ytl t q' 08�4 w P M U pp P 0 V O.S O uL.L x"U�q rr kp C 0.rO u n r O N!Yfe y•ti Y Y✓.k U O0o✓C 0 0 O P ✓ P U t A R s1 0.O p K O/iN p--H ■ro V i LO p 0.O•Yp]. YM/Y r 1�0 O O 0 Yp Ff/M y ✓r E Y ] ] S Y ✓ ^ ¢ R V L M 4 d • Y Y Y S. M =•y E Y • Y V L •G � CYC eY �roYq~u L�... M V M r Y • E C Y V N c r Y y 0 t i td 0 I N V A 0 P u- Y w~ Oy M 1• ¢ 9 7 y t Y •y w•• ! C O�.• ■•. Y A .n Y � •y k N ✓ Y u P S o:o .� C :Y y Y••oL Yc f otr 1� Y o a u : •°• Yk� a 1, o = OW • •J y> > 09�$ •1 V y � 0• I Y 4 M k O L p• �w ZMMO k L V y ■...• O•• P� � S Y 4 F C � O L O ✓ O 1VYp 9 yp w p • r ro Y u 0•• /WNC O t a "Yy M C i 6 N O O: ykp y kp Y O Y •• • E C M E I Y W ••• G O �• C v UUp✓ {U{.. 1p1p,,O Q 11..U oro yy k y11 k y Lp O w Cl!k] 1� P Fj'6�•G Y • p u y •O • : R O Y < L .y0 O k 1•4 4 w✓ O A" O• it ?? q O O A L L L M ✓ L s Ir✓ U • 4 O L k ✓✓V O 1� ka M . Y �. , k O L L Y C O • I : =3wRESY kkyCI-• `PL �" � �Gxoikg4v8-1 ` C�10skYk.�� � oa96keC IN�&kkufu G' 3 L 0p�U 4 n n L y yp p L y o. n J1 �- �aEf�a� ��i.00..•fEVXQO��[7 ��� y yy{{ ] pp 1.1 IN L.•u ✓rrr✓yyy✓.y 1] J ✓L00 Y 7 ■ . V70 ::C SVII Y YkSC Yo �:. 5. :.YL.Y 'KCCkJ�Y H YU^^'V 7 u 1, Y•. O_10 M»M pUp Y '•�11.!. eyy�l� yp J7I YqJ Y O U YP/ ✓aP `V' pV �U �pY1 •�B NOU .1.is S O YESH N««i IO IUFU�uoA l0i 1 Q GOY V O 1 s � 1 1 � N *• � � .O'V1R M y pNp 4p ■ 1 •� Y N N i N 1 O O M p N W .y y d dw uugo •• Y 4 q Y O Y • , • • Y Y • 6 u bw U .�'•1 �D 07++�0f�0 In�O 1�a0 PI IMn O Ian 1�"1 h w i w Y 4 vp y I r Q p w u Y�+ Y• v�Irl h nilns.srl:,IndfdaQimitW%W%rm oQ • •L' Y ...d?.. ,,1u\ e 1i Y p 'n X i 7C i °.oi.0i•r Ye pr�yQ:�.�1py /� = • F � .j��1 " r G Y .. .. "�'I Y/•i•°7900 0.p B O ► " Fi a V y .., N 1 1 1 , , 1 , •a uw b U 4 Fa 14 -done I1� ��� •� ga a A 1009. AM .tl Pf7 YO O O G7 iNY u YYVw Y Opp Opp O O yO <6 > Y N O O C' w Y Y Noy p tl m • 8 .O W W N N N N R R R v% ,n • Y Y N •� • w Y � 7V i • • 4 • .,� tl >• Y .+N N.r.+... ..,... .r..,.• .r.+..1 .+.•.�..1.r..,./,y.+.• 'i N..r..,.r�N..,w..1 .1 .wN rl n,N i9 Y O M� � U N U •i Y w >A V� H%% • ± • ;Y .fir IVPn� �l� .�i NO �011� ®J N�1%�1'��y�O�W .Ni�WiO�Y•l�O�f� [T n� �� N ,� 7 I( •°N J J 7�/.• 4.r v1 Y\A Y\Y\.• N N on Rld I J J Jf Y\ .)J.•M ul.•O•1 on J J .Y J.• ow AS • y w tl r •'1 Y ..• Y 3 W qQ M • 4 .1 e �. 1• 'w w W w c ~ • 'f7 .0 rx SC 4 Y r �Y N N � • A � o p •� 00 Y Y v N V ^, 4 • d U O O S y • S • p 8 � Y Y • M • O M M O 7 • Q. S V �9 O Ypp ~ , _p�'Q r qE p y „+v • Y Y� � y YyA Y O w ■i r C W 1 4 N r Y we • , i u Y YCC Ya eN li S Y w 4 S ■ r 3 ° N 4 !0 M S •� p r 2, 1! ,a y ••••• r • •' /4j 4 Y M 4 O� O. } .r S 4_ „ • 4 � • �V Y 3 Y ! M • • 4 pO •� M 'q ►. Y Y Y • y • M w M w.A Y 11 • Y a1 Y 1e1 1� ,y p '• .A r pp4 • Y y ° p•p Cp 11p. • 3.� /^Qp Y ..O w{ f+ • wi� r w 4 7 Y •dY ytl y 4• Y Y 4 it M%•YY S •CIO / � MY vJ1J • • 44 4 .+ W_G 4 •S • �� W Y Y . . 4 Y Y • .7 S • 4 > •Y w Y ° '� • • A•yy~ Y M Y w Y>> qq•,1 g q Y Y N I ■!• Y a.Y Yp 4r N U u w.•i.Y/Y Y M u /l • 11.r, S 4 1411 10 Y • Y Y�' ° '1� Y Y Y •° Y p M F' " y y r N a•A w ° M aAjA Erin V YM ��w 4 Y •N.�� Yw Y OY..1 y • py at OLt :.-I'�J r N'9 YVI IiI SN ��"'�.•i W8Q� S yMry��w�ESi1 '•■ U r d d 1• M(>!J � �" 1': M A NN NNNeNM MM f+ �,7 INNER EMS,0=11 Y •.I YY7 I' IL ■ L F*• vii n M • Y� F p d L ■ J Y My U u • ■�I ^� r1 • M -6 N1 ns r- ��FJ Ni✓1 �• OPY�{7 NYOJI•i Y Sa • N Y S•MMM•^ iKt l M M M AA M M W ypk�. r M u 1.Y p y i T.VQ v • ••F ° 11Li •qi�^ �'A u • Y k .r Y O(111000•Si ddd/• LfgJj O{PUL1 f• ]V N•W y y N r " O Q Y O• O Y O N w 0 0 u • • •A {�� •�� ' S■ + M M + V V\ 1 r N • .. • M ,JC S J .. N N 0 " N ►Q Y W.•1 rV•� P'o N ✓.°i / '.7 M C«p ° C • ° ' pYS� M YUAr� '�€... 9� • gN �3S srn� O • 1i ~ Y (�yp(y�•✓pp y��q} Y r y U 4fi a pc T •h O °Y„u• ■ p µ+ 1lm•q(•I•1• N W p�C ag q•�r,V g r■F{.r•�■O 70{Y�•d�'�p«H i��q■YV O 1p��' (�I ,y FM®.q Y{•..y"FX 8Ytlyy•'.},F CBy■yrq 1�•q?yO r``°8 D°�b P�O�Fp V pk/7.a�{h V1■"�b'y��h a i.NwQ L Q•i�x+y p 1i �"]P�U U��r w V H*k 1 YY�0'.N✓•O.L•kY Sqq Y pep� •M u Y•�•q Y�0 S^ti�fQ L�(8 N w L Y O�S dgy Y O ek�pYY{pr 0■O•k Y Sr P.H Hu V Y 4 qO r p�ypi'(p V«H�V QL Y 0 uI••S°P�/y•77T•p7 VV.+!�' w W a r�4 Y YCY• y v W0�L Y■..i r"5r V F L O r 4 yX OY O C y••Y Y•C U U Y w O!y•Y L NY o6•a a _•�Y 3 y Y.Yw.A X r Y.SYL L y M■C =pN M F+( U u M 4!9Yp i.J E g.0•-E.•�u Y Y°p'.Y O w 4°i w w Y O Y C M•.Y N�►°p 8 O i' NR Y ry M A b O pu O°b p p w $.° c Y 6 rC•N uY>Q 6 i�W. AGO 0 --I L C 3 V O O V u Q M V ! X u Sr Np p Y° .V r•>p O. Mo SI YQO •i0t Y oV i; C O L V • C] < a r O 4 F M °C C p y M C tl G N • MU V M Y CZ ) 9 Q Y •Y M 6Y� ..R u Y• YY O!° Y 0 O O ° C N 1°X Iry O 0"0 4 S� :Y r N C U V A o W O -5 4 o V H m c o N Y ! y •n W ��O r (k••H 00 ~ ■FP p • OJT Y W N) N V ) a �I MM MMf•'•MMMMM -5 :V PrU VG yy 0.�• r A Y r P u a • •X N O • u O� {y k1 Y u M tyi C✓ IA � O Y r IR. Y � •• ..tc M i11 ,H Y f�1'{{~yi O✓yd Y GV Y■ y Y� •A 4• N N M w X C s{•rl« '� O O Y yNp nY • w P o.r.w w O 6 U u Y 6.-mi aid t°•. M °5r! O'0% .w g Y O V •Y ��■y `ypypyp,,, >.Y 1� Y Y • Q � C 4 N U. Y. Y Y {y yY~r C ■S L 1. . Y Y X✓ ✓ k q COOLY Y V V V Y U O A Y Y Y R ■C O N •� °tl e C • °A y V r L ■u 1'�J q ■ Nd Y P `W >• V r • p y ll y ��11 }0�J >� ap •T O O Y • C • O C p u Y N • O 9 9 ••Y O tl W I■� Y Y Y V R VVa 4 Y "• Y ,'� �q y M 6• a V �p Y .Y pp ) Y•a•6 u N N Y r R Y u Y 1y. r Y Y O u •w r• ■K O C Y Y Y O ./H • Pi w`F .� FP u q y r ■ I r' 6uI Q J u w Y Cb•r-•U N Q~p .V Nr • p.•1 Y r k y 1 L O Y✓ry Y y N W No E MO Y VJ OC u u Y U ^• 6 O V ! i$ ►A..., M C 1•. O ■g•.• A K< Q X g.•� d VO (� • T q V Y tl G < S ) Y Y L W Y C r Q L U o ••w V Y ■°. ]A Y ° O i - L . • O E a ..E✓ V �Pti Oy PuuY O� J • CC •p < O^Y •U NNY ► �'Nr Yp • pp ZpU C P C OH.. ! OW u YY••• Y rr�4Y ••Y �1 ,pyp W Oi ./ �• N Y\ a'gO 9q F ■•VAOE O �tiV V N . r ..C NY X•^ V r IrV O V U Cov a ti ll. F7C •VV F R .a/ X N°O Y M✓ Y P H • •.• °V 6A • •• • A Y C r Y_ N g G G Y w Y 6 X NF N Ny pC Y • • . Q�• O�N� p ■ Zr^.. N{pY1. O U N E U M}'J. {Cp■q V}•�H}y.ri}y'•Y 4 X YO�M Y}9•'•Y~ r•U S /• U pppp T� k ^ y r•( Y O•N+ ■U .i ® V•rO 3 1"p • •X+r O CC O r Y.0�W V 0 O U 8 u 00 10 9 w Y q° V O � Y u V .°.a r.U u C W•)a W60j y O r Y• O Y .r ppp • N ••y yuxIaF M kH L PY •P 9 �C J N ru qP JJ N►r w Y O Y Y��Q Y •O Al V ON 1-i N P••+ • e • • � 6 Y 6 ..• u yF {7 �hN.1 O C� •W V �pd> •Y' ✓ Y� ON< 4 J r c C A-0 N O s'+ f0 �1 pggq L NI p M V Q�Oi� Y yyy Y C y Y ~ O • • V •C W F ' •f°�Y V ~ V °N z r N N H:H` s•r.U M g e M M° y Q Y Y! N M V F M u Y •.°r �' 0>.°I V 7 O> :• ] • �pyyp• ors M Y qY •�p +H pCp yq SiF` } a t r p Q O • Y.n •.r v.+ • Y u a A.. Y O ..l I� wY.N W¢5011 p<Ha u V +Y �.Cr•O� J O � i N F`-'Z .G ]! >W Y.� r4vN O V) O• 3 y�O�U•O W O N V tw " gvi� Y$1_ BS c` G .S 8 i.r.�� :� r Y • ' e k u A M py PV L k S L yy r v'O W •. V L+ ° I i' A i g 'o r k D N S P L g • R S si k k L g S A g «'« u w u I I • • N yO g`a �tl kY ' W YYQ OY LN °� /.v � ON ' L ry LO �L u .iLk LU�N k61 �O kQ k�0 �H�MS 000 / C rV ■W S p • .) Y r E N Y • Q.y >` N ... L• P Y� •Or y¢Y r V .ri r V O g O M N • i Q°` Y . y y Q 4 E Y O N • Y' ��• ' "p M 1.. • F" O Z k 8 •' k O O M O O O k g • Z k L V k M IOP k k iyp 11/■p� k u Y Q •N • .r y 0 r O« Y r ; J 0 Y O v 0 g k 0 0 g Z .O_U L z L L L g y g rr SS ��, $ a Y L..� .. $ N }� «r "o O9.°. a«YMs�«ai °.Y�rd5 • C Y~ " • L Y Y V Y • K N L�< B "r►� L a k CyroY M gz • • O Y Y ^Y u^ A ••O • N g'!' '+Y Y V i • M i{yyp1 U /.� N O. O k Y qq Y p✓ a p C L P �• N Y rl C C r0 r Y • Y A V >'U .1 H # Q^� ± . r . r E.r. )"' « r «F1 «`; L�3�"8 PL�►°✓voLSi�i°a•w►�S 46uou�LHgq �L a L ,. o ■ t O V ) • ) • 9 pq Mp r Hy A4 wyy• qL• `9O M H L rp r Y • Y ° / ° C °i 4 i C d u q J L Y O p 4 Y V tl.ri w Y Ca O Y O O r.q.r�`g E IR P F C f7 P 1. P rV•I 1Ut N!P ! .Z 5 a` �° 6" �e Eck �1S�E'i�tkaai°o�i6Cu c►awC�ua>R dm° •3Sm8i8i F} •° >auGS'FS i r O Y•Y y Y Y -MY �ssS .rw E eggrL • � %Si �i% o� �° C E N v N - OX10Y-°• �• YQVN N yr u S t r Y O ■J �i uw u V Y•°'•r N�w 6 f O k O {''e • M 4 k� i YW wr Ol. iiY Y • • • e g��{{{pppi... �. ! O r• • • N . 1°i yJ ►p C w.•i r Y Y Y L {. C i ° .. • I:�: V 0 c F ■p N " iYCY Ur ) y y �J.. N � Y � • r � O x O �r k gk YO" • figgk g ■ O i Q i X N • Y p M O U V u✓/. Y ~O U O Y 111��■11 •� y M k YYY k g Y g O q Y 31:11" A rO ya g L O L L L V V L oss.. • • ■ NS y -0 '13 HHa .a•• g..g H• u r 01 3 7 L I u• Y • A u� K P rkr O Y�•L «N N O k L O rQ•k L ■t N /Y N pk y0 •p O UY✓ Y A . [� W F ► 1•Y k •=n O bl V �• Z L U g Yl ayrp�j�i ■: M L k Y. y v O Y y My ' ss gE VVVr «Ygr MM'' �Y 1:4 �� �✓ � Y � a{. + k g■ r O 8X �L CC Y5 � yllHp � �r`V Yppi1 AA p(6�p����{{ i � �"rpP��00�y�bjYF *e �F < gAl GJUU as �O• it V)IO i < A FieUU V u V Oh (7-dt) U.S. DEPARTMENT OF LABOR OFFICE OF THE SECRETARY WASHINGTON DECISION OF THE SECRETARY This case is before the Department of Labor pursuant to a request for a wage prede- termination as required by law applicable to the work described. A study has been made of wage conditions in the locality and based on information available to the Department of Labor the wage rates and fringe payments listed are hereby determined by the Secretary of Labor as prevailing for the described classes of labor in accordance with applicable law. This wage determination decision and any modifications thereof during the period prior to the stated expiration date shall be made a part of every contract for performance of the described work as provided by applicable law and regulations of the Secretary of Labor,and the wage rates and fringe payments contained in this decision, including modifications, shall be the minimums to be paid under any such contract by contractors and subcontractors on the work. The contracting officer shalt require that any class of laborers and mechanics which is not listed in the wage determination and which is to be employed under the contract,shall be classified or reclassified conformably to the wage determination, and a report of the action taken shall be sent by the Federal agency to the Secretary of Labor. In the event the inter- ested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics to be used,the question accompanied by the recommendation of the contracting officer shall be referred'to the Secretary for determination. Before using apprentices on the job the contractor shall present to the contracting officer written evidence of registration of such employees in a program of a State apprenticeship and training agency approved and recognized by the U.S. Bureau of Apprenticeship and Training. In the absence of such a State agency, the contractor shall submit evidence of approval and registration by the U.S. Bureau of Apprenticeship and Training. The contractor shall submit to the contracting officer written evidence of the estab- lished apprentice-journeyman ratios and wage rates in the project area, which will be the basis for establishing such ratios and rates for the project under the applicable contract provisions. Fringe payments include medical and hospital care,compensation for injuries or illness resulting from occupational activity, unemployment benefits, life insurance, disability and sickness insurance,accident insurance (all designated as health and welfare),pensions,vaca- tion and holiday pay, apprenticeship or other similar programs and other bona fide fringe benefits. By direction of the Secretary.of Labor, ,/�sue:., ���►�� crn,iw—o-�sa-sae Solicitor of Labor. 6PArTUMT.AUSM1.OIL el StAl 11 lu. ML Oftatteant at the Interior YWM-CC =11:rIWt1"T.1•IT\ Or OTSeM utW tlr r111N1 PAT/UT u11Jel,r�� a STATS 1 ucN1% /.711ar►Y 'y7 KL"Nati 19�-250 Cole 'u to 1 OrecarMON OT WORK, -1 rtMllfOall Irtl IYION Nil. Waste treatment plant sludge incineration facilities ^- _... �... Nwrll. : ._. .. .. Yrir.Ye IM MaI♦1'alrYran .....�.__. .... 1o0I1aI1® C01QIilUCiIA91 r.rr. N•w l r.M.YY. 1...1,,.,, A1.1,.TN 1Nw. AebwWo.arMn 3.23 x20.. •23 aailarrda i Mlpn 4a93 .20 I .23. 002 .4.33 ._ALM.._.. .11.. _..—IL—.-- ---- - - Glwan ..... ........_1.41. ---.1312.._.. -20__.��._ -- �_Ir« 6,% a al wl wa a ra easel 3.623 .13_.__ ..23_._ �_IralawMn niYlenia —3x123._.CIS-___... .2-4 Haan: LAW*" .. ].]fl X10 .�_ Air NW q.(i.as4.aal.r.•i�raearl ....1x33. .1Q._. .».__ �_ Maaal leaden ..— .-. eta -- _.. l.eian ... ..... .... .... .. ........ 4-25 ._.__.... —._ MrWa a Me sow%firma.aian —MSAk.oil.a hrraar Aalpn .. ... _._.__ ._ Irialan.MIYi ........ Cost.�.... ._4.423 Jl— - --- �� �.t97S ,Ql ..211_ �._ Rahn ... .. .. �x7Q •-- -- . . ........ ... .... ....... .................. �_fbwl a ew Uh Qxa tale" ... ...... .. ... �.�.w4thm-Raft Mr aafl ... .... ..... ........ �...1telift At MOW_ SAS _IAIlC nOL•C_LT_eATn _ Air omarrason �,�.,Gaca►daniall�rgGaae �gnan _kralrn ^�_6.xdar/ �._____».__ r..:�-►,r,aM __ -Tnaci,q a,miuo .... . . .:anna.Yea•wn•:v.Orq �_. 11-MD-P6G.1- _- Page 1 of 2 Building Construction Basic Friaee OswsHls Peyweaes Hourly — - Notes H•aw /M/IM/ V4640" Asp.Tr. O,A,r/ POWER EQUIPMENT OPERATORSI f Backhoe, Cableway, Crane, Hydraulic-16 tone & overl Crane, locomotive; Derrick, Steaml Derrick car& derrick boatl Draglinel Drodgel locomotive, gas, steno& powerel Pile driver, lard or floating; Shovel, Power(steam, gas, electric or other powers); Scoop, skimmerel Trenching machine(cepable of digging 12 ft. deep or more; Truck crap 1 (Crew on above machiner7shall include fire- men or oiler); Air chugger w/air compressor; Anchor placing barge; Asphalt spreaders; Athey force feed loader(solf-propelled); Backfilling machine; Boat operator-push boat'or tow boat(job site), Boom truck, placing or erecting; Boring machine, footing foundation{ Bullfloat; Cherry picker; Combination concrete hoist and If mixer such as Mixermobile; Compressors, two, not more than 20 feet apartl Concrete Breaker(truck or tractor mounted), concrat i f pump, such as pumperate machine; Concrete spreader; Conveyor, large(not self-propelled) hoisting or moving brick and concrete into.; i or into and on floor level, one or both; i Crane hydraulic-under 16 tans; Derrick, ! disaal, gas electric hoisting material and erecting steall Drilling machines, self- powered, used for earth or rock drilling i ! or boring(wagon drills and any baud drills i ! obtaining power from other saurces inolrxl- i 1 I ing concrete breakers, jackhammers and I Barco equipment no snginser required)I Elevating grader; engine man, dredge;. Excavator or powerbolt machine; Finishing ! machine, self-propelled oscillating screed; Forklift; Grader, road with power blade; Hlghliftl Hoist, Concrete and Brick ! (brick cages or concrete skips operating in or on Tower, Towernobile, or similar equlsaant)I Hoist stackj Hydrohamerl j Led-A.Vatar, hoisting brick or concrete; leading machine(such as Barber Greene; Mixer, paving; Mixermobilel Mucking machine Pipe cleaning machinel Pipe wrapping machine; Plant Asphalt-Job sitel Plant concrete producing or Ready-Mix job site; I Plant, heating-Job site Plant, Mixing-Job site, Plant, power, Oanerator-Job Site j �,.(^S i .15 i .20 Pumps/ electric submersible, one through I �'°r three, over 401 Roller, asphalt or topl c scoop► pulled by tractor such as Latour- i J U 5 1968 noes$ Shovel, tunnel, powerl Spreader bore; 9abgraderl Tie tamper; Tractorcrewler, or wheel with or without power unit we por tM--offs, and attachments regarkees, ; ! CONSTRUCTION GRANTS MKROURI BASIN REG!ON 1 1 11.1�_PHJ.1- Page 2 of 2 Building Construction(Coat ad) -- Oads fringe B"Ats payments, Hourly Rates Nam /...hew. Ve.anem App,Tr. i OrA,r, Pom BQ)JlA= OPA&TVAS (Coated) - - -- -__ of ideas Trench machineF Vibrating Machine, aptM4ti0r automotive propelled$ Welding oaohines(gasoline or diesel) s0rs than one but not over tonr(regardlue of size) :5.6-5 .15 .20 Grans-pile driving with leads$ Crone with boom``inoladirtq jib) over 1000= Crane using rock moeket tool, dragline-7 au. yds. k covers shovel 7 on. Ids. 6 otters BoiR, three,3 or sore drums in use, Scoop, tending 6.175 •13 ! .20 Air ebt9W V/plant airs Boiler, for potter or heating an construction project-91 Can- pressor air-roe, compressors air(mounted an trmete)F Concrete stare self-propelledi Conaeyor, l fte(not self-propalled)i Can_ i veyor, large(not self-propelled)soving brick nmd conorete(distributieg)on floor I( i levels Carb finishing machine; Ditch Pavlof matt Mersting(BRildins con- 1 strvction or altemration){ Endless chain ! j boiRt nromans !norm graders Generator, one + over 30 ghs or atyr number developing over 0, Ilse Greaser, hoists one drug regardless of sise(smeept brick or ooncrete); Lad-A-Vator, other haistings !Fixer, Asphalt, over 8 cu. : ft. espaeitys 91:=r, if two or more misers + oft tine beg capacity or Is" are used bf me eaplo�ea on Sob an operator in r�red, 1 i sfimep tsithomt side loader, two bag cmpaoi_ ty or 0011 Mixer, with side loader, re- Pudloes of aims, not pavers oiler an ' dredges Oiler oo truck arenas f46 mill opss+ntors ft*, calf-paaolsed, over 29, Fillip seapeelf-pow-ads aatamatia Controlled over 21 during use in comeation frith Gonstrutttlan Varkj holler► on sabgrede or I i eooki Sri such as ilaynas Welding mseidnes one over 300 asap., well drilling smteffines Wrshs Operating From truck 5.125 .IS .20 Aim-Pmews, Oiler agineor operating over tee Pis 7.22 5 .13 ..W sitr.Taeasar, Oiler engineer operating under ten Pads A.475 :.15 t .20 Air-7roseum, Angtnoer operating over ten Pis 8.425 i.15 1 .20 4irrPrss1111re, LTgineer operating under ten + 1 POW" 7.f.v; .15 .20 %at operator-outboard motor(job sits)t con- evpors(suoh► as Con-valr-it)regardlese of hots Roed(oiler)i Oiler 4.!': .15 .20 Msohanic an J*b site 5..25 •1S se20 1 • � i � I 1� RaAvy i Hir.4.> =•-atr,n b i1sUs /rWme bes0its pernmts Meotr ReMe Haw reasls.s vsss l.s ApI6 Tn Odom .( :PS:tA:Jd :0 SKIP LIFT, SAIX-AMER TS.iF.0 0%bZMAR NEATER TEMERS NJ.NNIM A000.34 S BIM AHD CEf3EN. EOPPERS (EXCEPT CO);.iZTE PAVIM), WIRT MESH AND STEEL. SXMRS, ALL OTNSR OEM"LABOR INZ MING DUMP MALI 09 STOCK PILTi 3.325 •125 •15 Bad-Skilled Labors Vibrator and taupar, AIR PIN DRIVER ON PAVING FC..V5, Ribbing concrete; Asphalt plant platform want Fore matter helperst Paddlers 'pa only); Conorrte buggy _..edli Ripsap layero rock, ® block, or orick; Screed wan on asphalt pavan;, bulk or sack cement handlers `rra�tlar2y.omplcyod)t Batch hopper or scale wan an concrete paving; Skipman an ' 1 concrete paving; Crusher feeder nan; oNarck tender; ALL WORE IN CONNECTION WITH NLl'IRAOLZC OR CNNERAL DMDGIM OPERATIONS. 3.1.25 .123 015 Caslker -ad leadaan; Sand blast and Vmdte rnoazle.:ant Hand blade operator; Dump,son on g:,=et Asphalt raker; Wagon drill; Jackhw=&r;.Chairs sswa; Concrete saw; ditches over 6 feet deep if width is lees than depth; PIER HMS, COFMMAIS AND ABUTMENTS OVER 22' DEEP.(BEd GROUND aRa"VELZ ); Bottom sere on sewers or conduits; Batter board wan on sever work; Mastic Kettle man; Bare* tamper operator; Topper : a anding trese; FEEDER MAN ON WOOD PULVERIZER 3.575 .123 .13 Esad pips lays: an Sewer i ilork (not to include work on crossroad pipe or side-road pipe); Jackbasmer or paving-breaker wan working in the ditch on sewers or wator mains; Powdderaan 3.70 .123 .15 Head Forty Setter (high tyre pavoment)Cutting torch nan; String line man on concrete paving format Not tar applicator and mastic kettlexan on dams and power plants; Welder; KUMOLZ BUII'JoB4 Cliff acalers working from scaffolds, boson's chairs or platforms on dams or powsr plants, over twenty (20) feet above ground 3„70 .123 .15 Creosoted Materials Workman who handle creosoted materials *hall receive 100 per hour above the regular rate classification tines: !%n working in tunnels or shafts (not air) of twenty-five feet or more in length or depth will be paid 34 per hoar above the regular classification Sad-skilled Labors ; Scaffolds 2f�up over 18 foot not supported from 3.425 .123 .13 N0-12-I'E0-2-3.c 1-are 1 of 2 Omit Frin OensHr•Pa w<�nb NERVY ar HIGNrd GOiw`"::lU"1TOA Hourly „ r POtiEA E.NUIPHE,`Tf OYEitriT0R8 t Rote& tt&W paosiM. Y4urtw Arrp.Tr. Others A-FR&,S 43.7C .15 .20 ASPHALT rWLLER 01i:.ATO1 3.95 .15 .20 ASPHALT FINISHING ,.,.CHINE and TRENCHING VIDSNING SPREADER 3.95 .15 .2o ASPHALT PLANT OPERATOR 3.95 .15 .20 ASPHALT PLANT MIXER OPERATOR 3.55 .15 .20 BACKFILLER OPERATOR 3.70 .15 .20 BACK HOE 4.05 .15 .20 BARBER -GREENE WADER 3.55 .15 .20 BOAT OPERATOR (Bridge and Daata) 3.70 .15 .20 -BOAT OPERATOR (Tow) 4.05 .15 .20 BOILERS - 2 4.05 .15 .20 BOILERS - 1 3.30 .15 .20 BULLDOZER OPERATOR 3.70 .15 .20 NUDE GRADER OPERATOR, POWER 3.70 .15 .20 CENTRAL MIX CONCRETE PLANT OPERATOR 4.05 .15 .20 CHIP SPREADER 3.70 .15 .20 CHIP SPREADER (Front man) 13.30 .15 .20 COMPRWSOR OPERATOR - 2 3.55 .15 .20 COMPRESSOR, OPERATOR - 1 3.40 .15 .20 CONCRETE MIXat OPERATOR, SKIP IOr.DER 3.55 .15 .20 CONCRETE PLANT OPERATOR 3.55 .15 .20 CONCRETE MIXER PAVER 4.05 .15 .20 CONCRETE PUMP OPERATOR 3.55 .15 .20 CONCRETE SAW OPERATOR (SELF-PROPELLED) 3.20 .15 .20 CONVEYOR OPERATOR 3.55. 115 .20 CIAHSH I 4.05 .15 .20 CRAKE OPERATOR 4.C5 .I5 .20 I CRUSHER OPERATOR 1 3.55 .15 .20 CURB FINISHING MCHINE 3.55 .15 .20 CLEF PLANE OPERATOR 3.55 .15 .20 CHURN DRILL OPERATOR 3.55 .15 .20 DERRICK or DERRICK TRUCKS 445 .15 .20 DISTRIBUTOR OPERATOR 3.45 .15 .20 DITCHING MACHINE 4.05 .15 .20 DDAGLIN-a OPERATOR 4.05 .15 .20 DRILL CAT WITH COMPRESSOR MOUNTED ON CAT 4.05 .15 .20 DIALLING or BORING N.:CNI2 ROTAR2 (Sn1f- propelled) 4.05 .15 .20 ELEVATING GRADER OPERATOR 3.70 .15 .20 FINISHING MACHINE OPERATOR 3.55 .15 .20 FIREMAN, - RIG 330 .15 .20 FLEX PLANE OPERATOR 3.55 .15 .20 SWAT OPERATOR 3.55 .15 .20 FORK LIFT 3.70 .15 .20 FORK GRADER OPERATOR 3.55 .15 .20 FEOUT LU SHOVEL or HIGHLOADER 3.70 .15 .20 I11 I WIG-I2-kd,-z-3-c Para 2_of 2 HZAVY L HIGHWAY WISTRUCTION Basic map Bsasliu Paywisets Hourly E4UI1'NENI' UY POWER k:ni.TOit5 t new N AV Psaslsss Vscnba App.Tr. 0*ws GhEZ&(-FLEEA $3.70 .15 .20 HOISTING LNGI1;E- t or more Active Drums 4.C5 .15 .20 HOISTING ENG1116- 1 3.55 .15 .20 LeTOUrUiEAU RUUTEA 3.70 .15 .20 LAUCHHAFZ411 WHEEL 4.05 .15 .20 LOCCMOTIVE 01';MATIVE, STANDARD GAUGE 4.05 .15 .20 LOCOMOTIVE OPERATOR, NARROW GAUGE 3.55 .15 .20 MAINTENANCE OPERATOR 3.55 .15 .20 MECHANICS AND WELDERS 3.70 .15 .20 MOTOR PATROL OPERATOR 3.70 .15 .20 MUCKING MACHINE 4.05 .15 .20 MULTIPLE COMPACTOR 3.70 .15 .20 OILER 3.20 .15 .20 PAVEMENT BREAKER 3.70 .15 .20 PILE DRIVER OPERATOR 4.05 .15 .20 PITMAN CRANE OPERATOR 4.05 .15 .20 P0'dER SHOVEL OPERATOR .4.05 .15 .20 PUMP OPERATOR 3.40 .15 .20 QUAD TRAC 4.05 .15 .20 ROLLER OPERATOR, OTHER THAN HIGH TYPE ASPHALT 3.55 .15 .20 SCOOP OYERNTOR 3.70 .15 .20 SCOOPS IN TANDEM 4.05 .15 .20 SCREENING AND WASHING PLANT OPERATORS 3.55 .15 .20 SIDE BOOM CATS 4.05 .15 .2C SIPHONS AND JETS 3.55 .15 .20 SKIMMER(SCOOP OPERATORS 4.05 .15 .2C SLIP FORM FINISHHING MACHINE OPA:RATORD 3.70 .15 .20 STMIPCUTTER MACHINE 3.70 .15 .20 SUB-GiADING MACHIN&OPERATOR 3.55 .15 .20 SPRE"ER BOX OPERATOR, SHELF-PROPdLLEi) (Not Asphalt) 3.55 .15 .20 TANK CAR HEATER OPERATOR (Combination Boiler& Booster) FIHSHM ON ASPHALT PLANT, DRUMS or BOILER 3.55 .15 .z0 THPO TLE MAN 3.95 .15 .20 TOURNAPULL OPERATOR 3.70 .15 .20 TRACTOR OPFIIATOR (Over 50 HP) 3.70 .15 .20 TRACTOR OPERATOR (50 HP or Less) 3.20 .15 .20 TRENCHING MACHINE; OPhaATOR 4.05 .15 .20 TRUCK CRANE 4.105 .15 .20 UL9AC. UTAIC or SIMILAR SPREADER 3.30 .15 .20 VIBRATING 14ACHIME OPERATOR, NOT HAi.4D 3.55 .15 .20 WELDING,HACHHIRE OPERATOR, 1 3.40 .15 .20 WELDING MACHINE OPERATOR, 2 3.55 .15 .20 1 . i rBasis I fringe Bench%Paynaats — HEAVY& HIGHWAY COIIS1 AUCTION Rabs ' N_a r ►epu«�. i VstaH« AN.T,. o�� net bed trucks single axle j i3.50 t .225 Flat bed trucks tandem axle 3.65 ! •125 Station wagons 3.50 .225 ' Pickup trucks i 3.50 .125 Material trucks single axle I 3.50 , .125 Material trucks tandem axle 3.65 .125 ! Sand-trailers i 3.77 .125 Minch trucks, fork trucks and steel trucks i 3.77 .125 Distributor drivers and operators 3.77 .125 Agitator and transit mix trucks 3.66 ' .225 Tank wagon single axle ! 3:55 65 .1225 ' Tank wagon tandem ax2a Tank wagon sad-trailer 3.77 .125 Insley wagonaj dvApsterej half-traoksj speed, ace; enolids and other similar equipment 3.77 .225 A-frame sad derrick trucks 347 .125 Float or low boy 347 .125 . Warehouseman 3.4o .125 RECEIVED J U L .5 1968. CONSTRUCTION GRANTS M"NOURI BASIN REGION THE CITY OF JEFFERSON, MISSOURI POLLUTION ABATEMENT PROJECT SPECIFICATIONS FOR THE CONSTRUCTION OF WATER POLLUTION CONTROL PLANT AND WALNUT STREET PUMPING STATION Prepared by HORNER & SHIFRIN, INC. Consulting Engineers St. Louie, Missouri FEBRUARY 1968 63-65 TABLE OF CONTENTS Page No. ADVERTISEMENT FOR BIDS A-1 INFORMATION FOR BIDDERS 1. Scope of Work IB-1 2. Inspection of Site and Working Conditions IB-1 3. Check of Plans and Specifications by Contractor IB-1 4. Interpretation of Contract Documents IB-1 5. Intent of Plans and Specifications IB-1 6. Qualification of Bidders IB-2 7. Equivalent Material IB-2 8. Bid Security IB-2 9. Preparation of Bids IB-2 10. Prices to be Written IB-3 11. Prices IB-3 12. Alterations IB-3 13. Signatures IB-3 14. Residence of Bidders IB-4 15. Submission of Proposal IB-4 16. Withdrawal of Proposal IB-4 17. No Bids Received After Time Set for Opening IB-4 18. Right to Reject Bids IB-4 19. Bidders to be Present IB-4 20. Comparison of Bids IB-4 21. Award of Contract IB-5 22. Performance Bond IB-5 23. Notice to Proceed IB-5 24. Time for Completion IB-5 25. Bid Security Returned to Successful Bidder IB-5 26. Indemnification and Insurance IB-5 27. Assignment IB-6 28. Equipment Guarantees IB-6 29. Equipment Manufacturers and Suppliers IB-6 30. Nondiscrimination in Employment IB77 PROPOSAL P-1 CONTRACT AGREEMENT C-1 PERFORMANCE BOND PB-1 BREAKDOWN OF CONTRACT PRICE • � TC-1 TABLE OF CONTENTS - Continued Page No. GENERAL CONDITIONS 1. Definitions GC-1 2. Correlation, Interpretation and Intent of Contract Documents GC-1 3. Notice and Service Thereof GC-2 4. Copies of Drawings Furnished GC-2 5. Order of Completion GC-2 6. Contractor's Understanding GC-3 7. Materials, Services and Facilities GC-3 8. "Or Equal" Clause GC-3 9. Royalties and Patents GC-4 10. Surveys, Permits and Regulations GC-4 11. Protection of Work and Property GC-4 12. Inspection and Examination of the Work GC-4 13. Removal of Improper Material GC-5 14. Superintendence; Supervision GC-5 15. Changes in the Work GC-6 16. Extras GC-7 17. Claims for Extra Cost GC-7 18. Deductions for Uncorrected Work GC-7 19. Delays and Extension of Time GC-7 20. Suspension of Work GC-7 21. Owner's Right to Do Work GC-8 22. Right of the Owner to Terminate Contract GC-8 23. Contractor's Right to Terminate Contract GC-8 24. Removal of Equipment GC-9 25. Use of Completed Portions GC-9 Pa 26. Owner's Right to Withhold Certain Amounts and Make Application Thereof GC-9 27. Damages GC-9 28. Liens GC-10 29. Assignments GC-10 30. Rights of Various Interests GC-10 31. Other Contracts GC-10 32. Approval of Subcontracts GC-11 33. Points and Instructions GC-11 34. Engineer's Status GC-11 35. Engineer's Decision GC-11 36. Review of Decisions GC-12 37. Lands for Work GC-12 38. Cleaning Up. GC-12. 39. Indemnification and Insurance GC-12 TC-2 TABLE OF CONTENTS - Continued Page No. SPECIAL CONDITIONS 1. Schedule of Drawings SC-1 2. Office Facilities SC-2 3. Sanitary Regulations SC-3 4. Utilities SC-3 5. Breakdown of Contract Price SC-3 6. Plumbing and Electrical Codes SC-3 7. Major Equipment Drawings . SC-3 8. Approval of Equipment and Shop Drawings SC-4 9. Access to Work SC-4 10. Wage Determinations, Labor Standards and Anti-Kickback Regulations SC-4 11. Equipment Tests SC-5 TECHNICAL SPECIFICATIONS SECTION I - MAJOR ITEMS OF EQUIPMENT 1. Parshall Flume Meter I-1 2. Comminuting Equipment I-2 3. Pre-Aeration Blower Units I-3 4. Air Diffusion Equipment I-5 5. Clarifier Mechanisms I-5 6. High Water Pumping Station Pumping Units I-9 7. Grit Pumps I-12 8. Clarifier Underflow Pumps I-13 9. Scum Pump I-15 10. Thickener Mechanism I-16 11. Sludge Dewatering and Incineration Equipment I-20 12. Laboratory Furniture I-37 13. Control Center for the Water Pollution Control Plant I-40 14. Walnut Street Raw Sewage Pumping Units I-45 15. Raw Sewage Pump Control System I-54 16. Manlif t . I-64 17. Control Center for the Walnut Street Pumping Station I-65 SECTION II - MATERIALS OF CONSTRUCTION OTHER THAN MAJOR ITEMS OF EQUIPMENT 1. Materials and Inspection II-1 2. Concrete Aggregates II-1 3. Granular Material for Backf ill II 3 4. Portland Cement II-4 5. Admixtures 11-5 6. Water II-5 TC-3 TABLE OF CONTENTS - Continued Page No. 7. Expansion Agents II-5 8. Reinforcing Steel II-5 9. Waterstops II-6 10. Expansion Joint Filler Material II-6 11. Expansion Shields and Bolts II-7 12. Structural Steel II-7 13. Materials for Service Drive Pavements II-8 14. Gravel for Sub-Drains II-10 15. Rock for Walls and River Revetment II-10 16. Concrete Sewer Pipe and Joint Gaskets II-11 17. Vitrified Clay Pipe 11-12 18. Manhole Frames and Covers II-12 19. Precast Concrete Manholes II-12 20. Manhole Steps II-13 21. Cast-Iron Stop Gate Grooves II-13 22. Cast Iron Basket Screen Guides II-13 23. Cast-Iron and Ductile Iron Pipe II-13 24. Cast-Iron Pipe Fittings 1I-14 25. Jointing Materials for Cast-Iron and Ductile Iron Pipe II-15 26. Flexible Couplings 1I-15 27. Flange Adapters II-15 28. Victaulic Couplings II-16 29. Cast-Iron Soil Pipe II-16 30. Copper Water Tubing and Fittings II-16 31. Copper Instrument Tubing and Fittings II-17 32. Steel Pipe and Fittings II-17 33. Aluminum Pipe II-21 34. PVC Pipe and Fittings II-21 35. Pipe Supports and Hangers II-21 36. Corrugated Metal Pipe II-21 37. Gate Valves 11-22 38. Ball Valves II-22 39. Plug Valves 1I-23 40. Swing Check Valves II-23 41. Butterfly Valves II-24 42. Special Valves II-24 43. * Valve Boxes II-24 44. Seal Water Rotameters II-24 45. Yard Hydrants II-24 46. Hose Bibbs II-25 47. Flexible Hose and Fittings II-25 48. Strainers and Pressure Regulators II-25 49. Sluice Gates II-25 ® 50. Slide Gates II-29 !� 51. Flap Gates II-29 52. Fencing Materials for Chain Link Fence II-29 r TC-4 TABLE OF CONTENTS - Continued Page ® No. i® 53. Floor Grating II-30 54. Safety Tread Nosings II-31 55. Aluminum Plate II-31 56. Brick II-31 57. Concrete Masonry Units II-32 58. Materials for Masonry Mortar II-33 59. Masonry Joint Reinforcement and Anchors II-34 60. Caulking and Sealing Material II-34 61. Marble Stools II-34 62. Terrazzo II-35 63. Vinyl Floor Covering II-35 64. Rubber Mat II-36 65. Gypsum Board and Accessories II-36 66. Lath and Plaster II-36 67. Movable Partitions II-38 68. Wood Paneling II-38 69. Vinyl Wall Coverings II-38 70. Metal Toilet Partitions II-38 71. Acoustical Tile Systems II-39 72. Metal Roof Deck Units II-39 73. Roof Insulation System II-40 74. Roofing II-40 75. Flashing II-41 76. Aluminum Architectural Metal II-41 77. Sheet Metal Work II-43 78. Porcelain Enamel Work II-43 79. Curtain Wall System II-44 80. Doors anal Frames II-45 81. Door Hardware II-50 82. Aluminum Projected Windows II-55 83. Glass and Glazing II-55 84. Paint II-56 85. Toilet Room Accessories II-57 86. Pressure Gauges and Accessories II-57 87. Pressure Switches II-59 88. Float Switches II-60 89. Roof Drains II-61 90. Floor Drains and Area Drains II-61 91. Plumbing Fixtures II-61 92. Hot Water Heaters II-62 93. Water Booster Pumps and Controls II-63 94. Water Storage Tank II-63 1 95. Pressure Tanks II-63 96. Sump Pumps II-64 97. Effluent Pump II-65 TC-5 TABLE OF CONTENTS - Continued Page No. 98. Orifice II-66 99. Water Seal Unit II-66 100. Ventilating Fans and Accessories II-66 101. Intake Shutters II-68 102. Skylights II-68 103. Spiral Stairway II-68 104. Exterior Floor Door II-69 105. . Gasoline Storage Tank and Pump II-69 106. Fuel Oil Tank II-69 107. Styrofoam Dome II-70 108. Bridge, Crane and Electric Hoist II-70 109. Jib Crane and Electric Chain Hoist II-71 110. Trolley and Chain Block II-72 111. Dehumidifier Unit II-72 112. Building Heating and Cooling Equipment II-72 113. Tilt Pipe Skimmer II-76 114. Ash Bin and Screw Conveyor II-76 115. Grit Collection Screws II-77 116. Sewage Samplers II-78 117. Lockers II-78 118. Administration Building Furniture 11-79 119. Laboratory Equipment and Supplies II-80 120. Kitchen Unit II-83 121. Safety Equipment II-83 122. Shop Tools and Maintenance Equipment II-84 123. Venetian Blinds II-85 124. Electrical Materials and Equipment II-86 125. Materials for Seeding II-94 126. Materials for Insulating Water Storage Tank II-95 SECTION III - METHODS OF CONSTRUCTION 1. Scope III-1 2. Shop Drawings III-1 3. Handling of Materials III-1 4. Interference with Traffic III-1 5. Protection of Farm Lands III-2 6. Protection of Existing Structures III-2 7. Protection of Pole Lines, Water and Gas Pipes, and All Other Underground Utilities III-2 8. Removal and Replacement of Secondary Pavements III-2 9. Crossing of Highway 94 (Mokane Road) III-3 10. Removal and Restoration of Asphaltic Pavement III-3 11. Excavation and Backfill III-3 12. Concrete III-9 13. Grouting III-17 14. Installation of Waterstops III-18 15. Installation of Joint Filler Materials III-18 TC-6 TABLE OF CONTENTS - Continued Page No. 16. Installation of Expansion Shields and Bolts III-18 17. Handling and Erection of Structural Steel III-18 18. Construction of Service Drives III-21 ® 19. Structure Subdrainage System III-24 �I 20. Placement of Rock for Walls and River Revetment III-24 21. Handling and Laying Concrete and Vitrified Clay Sewer Pipe III-25 22. Manhole Construction III-26 23. Installation of Cast Iron and Ductile Iron Pipe III-28 24. Installation of Cast-Iron Soil Pipe and Fittings III-30 25. Installation of Copper Tubing III-31 26. Installation of Copper Instrument Tubing III-32 27. Installation of Steel Pipe III-32 28. Installation of Aluminum Pipe III-37 29. Installation of Polyvinyl Chloride Pipe III-38 30. Installation of Corrugated Metal Pipe III-39 31. Installation of Valves and Boxes III-39 32. Installation of Yard Hydrants III-39 33. Erection of Fencing III-40 34. Installation of Safety Tread Nosings III-40 35. Masonry Work III-40 36. Caulking 111-44 37. Installation of Marble Stools I1I-45 38. Installation of Terrazzo III-45 39. Installation of Vinyl Floor Covering III-46 40. Drywall Construction III-46 41. Lathing and Plastering III-47 42. Installation of Movable Partitions II1-50 43. Installation of Wood Paneling III-50 44. Installation of Vinyl Wall Covering III-51 45. Installation of Metal Toilet Partitions III-52 46. Installation of Acoustical Tile Systems III-52 47. Installation of Metal Roof Deck Units III-52 48. Installation of Roof Insulation System III-53 49. Installation of Roofing III-53 50. Installation of Aluminum Architectural Metal III-55 51. Installation of Sheet Metal Work III-56 52. Installation of Porcelain Enamel Work III-56 53. Installation of Curtain Wall System III-56 54. Installation of Windows, Panels, Doors and Hardware III-57 55. Glazing III-58 56. Painting III-58 57. Installation of Toilet Room Accessories III-63 58. Installation of Pressure Gauges, Switches and Accessories III-63 TC-7 TABLE OF CONTENTS - Continued Page No. S9. Installation of Plumbing III-63 60. Installation of Gasoline Storage Tank and Pump III-66 61. Installation of Fuel Oil Tank III-67 62. Installation of Styrofoam Dome III-67 63. . Installation of Bridge Crane and Electric Hoist III-68 640 Installation of Jib Crane and Electric Hoist 1II-69 65. Installation of Trolley and Chain Block III-69 66. Installation of Heating and Cooling Equipment III-69 67. Installation of Tilt Pipe Skimmer III-71 68. Installation of Laboratory Equipment and Office Furniture III-71 69. Installation of Safety Equipment III-71 70. Installation of Shop Tools and Maintenance Equipment III-71 71. Installation of Venetian Blinds III-72 72. Installation of Equipment III-72 73. Electrical Work III-73 74. Maintenance and .Operating Instructions III-81 75. Finish Grading III-81 76. Mulching, Fertilizing and Seeding III-81 77. Insulating Water Storage Tank III-83 78. Cleaning Up III-83 Ir . TC-8 ADVERTISEMENT FOR BIDS Notice is hereby given that sealed proposals in duplicate for the construction of a 6.0 mgd primary water pollution control plant, and the Walnut Street Pumping Station for the City of Jefferson, Missouri, will be received at the City Hall, Jefferson City, Missouri, until 8 p.m. August 5, 1968, at which time they will be publicly opened and read. The Plans and Specifications for the proposed work are on file and may be examined in the office of the Director of Public Works in the City Hall, Jefferson City, Missouri, and the office of Horner & Shifrin, Inc. , Consulting Engineers, 1221 Locust Street, St. Louis, Missouri, 63103. Copies of the Contract Documents, which include drawings reduced to half size of the originals, may be obtained from Horner & Shifrin, Inc. , Consulting Engineers, upon deposit of Sixty Dollars ($60.00) , which sum will be refunded to every bidder who submits a bona fide proposal for the work and who returns the Plans and Specifications in good condition within ten (10) days after the time set for the opening of bids. Equipment manufacturers, subcontractors, and others who do not submit a formal proposal will be refunded one-half (1/2) the amount of the deposit for all sets of Plans and Specifications returned in good condition within ten (10) days after the time set for the opening of bids. No refund will be made for Plans and Specifications received after this ten (10) day period. Copies of a set of full size plans, or individual full sized sheets of the plans may be purchased by persons who have made a deposit for the Contract Documents. Cost for these full sized sheets shall be 50 cents per sheet and no refund shall be made for the return of these sheets. Bidders on this work will be required to comply with the President's Executive Order No. 11246 as included therein. The requirements for bidders and contractors under this order are explained in the Specifications. Each bid must be accompanied by a certified check, a cashier's check, or bid bond, payable to the City of Jefferson, Missouri, in the amount of ten per cent (10%) of the amount of the bid as a guarantee that the suc- cessful bidder or bidders will enter into contract and furnish a performance bond in the full amount of the Contract within ten (10) days after the award is made. ,All proposals shall be made on the removable printed forms bound in the back of the Specifications. The City of Jefferson hereby reserves the right to reject any or all bids, to waive any informalities in the bids received, and to accept the bid or bids that in its judgment will be for the best interest of the City of Jefferson, Missouri. HORNER & SHIFRIN, INC. Consulting Engineers For CITY OF JEFFERSON, MISSOURI A-1 INFORMATION FOR BIDDERS 1. SCOPE OF WORK: The work shall consist of the construction of a water pollution control plant and a pumping station located at Walnut Street, including appurtenances, for the City of Jefferson, Missouri, in accordance with the Plans and Speci- fications prepared by Horner & Shifrin, Inc., Consulting Engineers. 2. INSPECTION OF SITE AND WORKING CONDITIONS: Bidders or their authorized agents are required to examine the maps and drawings in the office of the Owner which are open to their inspection, to visit the locality of the work and are required to inform themselves fully of the conditions relating to construction and labor under which the work will be or is now being performed, and this Contractor must employ, so far as possible, such methods and means in the carrying out of his work as will not cause any interruption to, or interference with any other Contractor. 3. CHECK OF PLANS AND SPECIFICATIONS BY CCNTRACTOR: The Contractor shall read thoroughly the Specifications and study the accompanying Plans to assure himself that no discrepancies exist between the Plans, Specifications and field conditions. Should such discrepancies exist, the Engineer should be notified. The Contractor shall not be permitted to use to his advantage any omission or error in the Plans or Contract Documents and the Engineer retains the right to issue new instructions for such error or omission and the Contractor shall carry out such instructions as if originally specified. 4. INTERPRETATION OF CONTRACT DOCUMENTS: If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications, or any part thereof, which affect the cost, quality, quantity, or character of the project, he shall request in writing that an interpretation be made and an addendum be issued by the Engineer, which shall then be delivered to all bidders to whom Plans and Specifications have been issued. Failure to have requested an addendum covering any questions affecting the interpretation of the Plans and Speci- fications shall. not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. 5. INTENT OF PLANS AND SPECIFICATIONS: The general intent of the Plans and Specifications is to supplement one another, and not necessarily to duplicate one another, so as to produce one complete set of Plans and Specifications. Any work exhibited in one and not the other shall be interpreted as though set forth in both. IB-1 6. QUALIFICATION OF BIDDERS: The Owner may make such investigations as he deems necessary to deter- mine the ability of the bidder to perform the work and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. It shall include also, if requested, a detailed list of the plant and equipment which the bidder proposes to use, indicating which portions he already possesses and a detailed description of the method and program of the work he proposes to follow. The Owner reserves the right to reject any bid if the evidence submitted by or investigation of such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. 7. EQUIVALENT MATERIAL: Wherever definite reference is made in these Specifications to the use of any particular material or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequately the duties imposed by the general design, subject to the approval of the Engineer. 8. BID SECURITY: Each bid must be accompanied by a. deposit of not less than ten per cent (10%) of the amount of the bid. The deposit shall consist of a certified check, a cashier's check, or bid bond payable to the Owner. Within seven (7) days after the formal opening of bids, checks or bid bonds will be returned except those deposited by the three (3) lowest formal bidders, which with the exception of the bid security of the successful bidder will be returned within seven (7) days after the execution of the Contract between the suc- cessful bidder and the Owner. The bid security of the successful bidder will be returned to him without interest when the construction Contract is executed and satisfactory performance bond is delivered to the Owner. Should the successful bidder or bidders fail or refuse to execute the bond and the Contract required within ten (10) days after he has received notice of acceptance of his bid,. he shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid. 9. PREPARATION OF BIDS: Bids must be made upon the prescribed forms attached at the back of these Specifications. Only sealed bids will be considered, all proposals otherwise submitted will be rejected as irregular. All sales taxes which might lawfully be assessed against the Owner are to be paid by the Contractor from the monies obtained in satisfaction of his Contract, it being understood by the bidder that the bid prices submitted shall include the cost of such taxes. IB-2 All blank spaces in the Proposal must be filled in and no change shall be made in the phraseology of the Proposal, or addition to the items men- tioned therein. Any conditions, limitations or provisions attached to proposals will render them informal and may be considered cause for their rejection. The Proposal includes tabulations of the major items of equipment to be furnished and installed on this project. Each bidder shall state in the spaces provided in the Proposal, an installed price for each item of major equipment for each manufacturer or supplier named. Failure to do so may be cause for declaring the Proposal irregular as being not responsive to the Advertisement for Bids. In addition, he may state in the additional spaces provided the name of other manufacturers or suppliers who offer equipment on this project, and the installed price for their equipment. The installed price for each sub-item stated in the Proposal shall include the cost of the preparation of all detailed drawings by the Contractor, showing all changes in the Plans and the construction and installation of such changes (if any) in structures, equipment, piping, electrical, mechanical, etc. , required to accommodate the equipment. No additional compensation will be allowed the Contractor over and above the total amount of the Contract for construction changes and additions, if any, from details shown on the Plans and/or de- scribed in the Specifications which become necessary because of equipment installation and placing such equipment in satisfactory operation. Prior to the award of a construction contract, the City of Jefferson, Missouri, will determine and establish the source of all items of major equipment to be incorporated in the project, based upon detail, expected performance and installed prices of the items offered in the Proposal accepted. 10. PRICES TO BE WRITTEN: All prices should be written as well as expressed in figures, in ink or typewritten, where space is provided. In case of a discrepancy between the prices written in words and prices written in figures, the prices as; written in words will be used. 11. PRICES: The price submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as de- scribed in the Specification. 12. ALTERATIONS• Alterations by erasures or interlineation must be explained or noted in the Proposal over the signature of the bidder. 13. SIGNATURES: A Proposal by a person who affixes to his signature the word "President," "Secretary," "Agent," or other designation, without disclosing his principal, is the proposal of the individual. That by a corporation should be signed IB-3 with the name of the corporation followed by the signature of the president, secretary, or other person authorized to bind it in the matter, who should file evidence of his authority to do so. That by a firm should be signed with the firm name, either by a member thereof or by its president, giving the names of all members of the firm. Anyone signing the Proposal as the agent of another or others, must file with it legal evidence of his authority to do so. 14. . RESIDENCE OF BIDDERS: The place of residence and post office address, with County and State of every bidder, and telephone number, must be given after his signature. 15. SUBMISSION OF PROPOSAL: The Proposal and the Bid Security guaranteeing the same shall be placed in a sealed envelope addressed to The Honorable Mayor and City Council at the City of Jefferson, Missouri, and marked "Proposal for the Construction of a Water Pollution Control Plant and Walnut Street Pumping Station for the City of Jefferson, Missouri." 16. WITHDRAWAL OF PROPOSALS: If a bidder wishes to withdraw his Proposal, he may do so before the time fixed for the opening, without prejudice to himself. No bidder may withdraw his Proposal for a period of ninety (90) days after the scheduled closing time for the receipt of bids. 17. NO BIDS RECEIVED AFTER TIME SET FOR OPENING: No bids received after the time set for opening of proposals will be considered. 18. RIGHT TO REJECT BIDS: The City of Jefferson reserves the right to reject any or all bids, to waive any informality ,in the bids received, or to accept the bid or bids that in its judgment will be for the best interests of the City of Jefferson. 19. . BIDDERS TO BE PRESENT: Bidders are invited to be present at the opening of the bids. 20. COMPARISON OF BIDS: Bids will be compared on the basis of the lump sum bid which is to in- clude those Major Items of Equipment designated as sub-item (a) in the Proposal. The Contract will be awarded to the bidder submitting the lowest and best bid, considering the Contractor's experience and ability to do the work. IB-4 21. AWARD OF CONTRACT: If, within ten (10) days after he has received notice of acceptance of his bid, the successful bidder shall refuse or neglect to come to the office of the Owner and to execute the Contract and to furnish the required Con- tractor's Bond, properly signed by the Contractor, and the surety or sureties satisfactory to the Owner as hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit his deposit. 22. PERFORMANCE BOND: A Performance Bond in an amount equivalent to one hundred per cent (100%) of the Contract price, must be furnished and executed by the successful bidder, or bidders, this bond to be in the form contained in this Contract. The Surety shall be a corporate surety company or companies of recog- nized standing, licensed to do business in the State of Missouri and acceptable to the Owner. 29. NOTICE TO PROCEED: A written notice to begin construction work will be given to the Con- tractor by the Owner within sixty (60) days after the Contractor is notified of the acceptance of his proposal. The time for completion of the project shall begin to run on the date established in this notice. 24. TIME FOR COMPLETION: The Contract provides that construction work must begin within ten (10) days after written notice to do so shall have been given to the Contractor and shall be carried on at a rate to secure the full completion of the Con- tract in four hundred (400) calendar days, the rate of progress and the time of completion being essential conditions of this Agreement. 25. BID SECURITY RETURNED TO SUCCESSFUL BIDDER: Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to the bidder unless the same shall have been presented for collection prior to such time, in which case the amount of the deposit will be refunded by the City of Jefferson. 26. INDEMNIFICATION AND INSURANCE: Before commencing any work under this Contract, the Contractor will be required to procure and keep in effect during the period of work thereon, at the Contractor's own cost and expense, the insurance specified in the General Conditions of these Specifications, indemnifying and holding harmless the Owner and the Engineer. IB-5 27. ASSIGNMENT: No assignment by the Contractor of any principal construction contract or any part thereof, or of the funds to be received thereunder by the Con- tractor will be recognized unless such assignment has had the approval of the Owner, and the Surety has been given due notice of such assignment in writing in accordance with the terms of its bond. No assignment will receive approval unless the instrument of assignment contains a clause to the effect that it is agreed that the funds to be paid to the assignee under the assignment are subject to a prior lien for services rendered or materials supplied for the performance of the work called for in said Contract in favor of all persons, firms, or corporations rendering such services or supplying such materials. 2$. EQUIPMENT GUARANTEES: The attention of all bidders is directed to the condition that the Con- tractor and his Surety will be held responsible by the Owner that all items of equipment purchased and installed under his Contract fully meet the type, quality, design and the performance guarantees defined in the Specifications, and in actual operation satisfactorily perform the functions for which in- stalled. Further, that the Owner may withhold final payment until such performance and operation is demonstrated. In view of such a contract requirement, the attention of all bidders is directed to the paragraph in the Contract regarding "Guarantees." It is sug- gested that the successful Contractor purchase all items of equipment under adequate guarantees or bonds from the manufacturers or suppliers to protect the obligation of the Contractor to the Owner on items of equipment. 29. EQUIPMENT MANUFACTURERS AND SUPPLIERS: . The attention of all manufacturers and suppliers who offer equipment for installation on this project is directed to the procedure established whereby the Owner will select items of major equipment as listed in the Proposal prior r to the award of the Contract. It is required that each manufacturer or supplier who offers an item of major equipment, file prior to the date set for opening bids, two (2) complete copies of detailed descriptions of the equipment offered, list of comparable installations and performance curves where applicable, and other pertinent data. This data shall include a list of any deviations from the detailed re- quirements of the Specifications. The equipment shall be considered on the basis that it complies with all detailed requirements of the Specifications except as shown on the list submitted and., should the equipment be selected by the Owner for use in the project, shall be so furnished. One (1) copy should be filed with the City Engineer of the City of Jefferson, Missouri, and one (1) copy with Horner & Shif rin, Inc. , Consulting Engineers, St. Louis, Missouri. d IB-6 Selection of major items of equipment will be made by the Owner on the basis of data filed, as outlined above, and on the installed price for the equipment as offered in the Contractor's Proposal accepted. The attention of equipment manufacturers and suppliers is directed to the condition that time is of the essence of the construction contract. Failure of a manufacturer to guarantee a delivery date which will reasonably permit the Contractor to meet the completion date named in the Contract may be cause for the selection by the Owner of an alternate manufacturer, either before or after the award of the Contract. 30. NONDISCRIMINATION IN EMPLOYMENT; Contracts for work under this Proposal will obligate the Contractors and subcontractors not to discriminate in employment practices. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Execu- tive Order No. 11246. Bidders must, if requested, submit a compliance report concerning their employment practices and policies in order to maintain their eligibility to receive the award of the Contract. Successful bidders must, if requested, submit a list of all subcontractors who will perform work on the project and written signed statements from authorized agents of the labor pools with which they will or may deal for employees on the work, together with supporting information to the effect that said labor pools' practices and policies are in conformity with Executive Order No. 11246 and that said labor pools will affirmatively cooperate in or offer no hindrance to the recruitment, employment and equal treatment of em- ployees seeking employment and performing work under the Contract, or a cer- tification as to what efforts have been made to secure such statements when such agents or labor pools have failed or refused to furnish same prior to the award of the Contract. Successful bidders must be prepared to comply in all respects with the Contract provisions regarding nondiscrimination. IB-7 i .. I PROPOSAL Date Av e u 5z: s X 968' j The Honorable Mayor and City, Council f City of Jefferson City Hall Jefferson City, Missouri - 65101 Gentlemen: In accordance with the advertisement inviting proposals for the construc- tion of a Primary Water Pollution Control Plant and a Pumping Station at Walnut Street, for the City of Jefferson, Missouri, subject to the conditions and requirements of the General Conditions of the Contract, the Special Con- ditions of the Contract, the Specifications, including Addenda Nos. 1__,, Z , _ and _, hereto attached, and the Plans, which so far as they relate to the Proposal, are made a part of it, the undersigned herewith proposes to construct the specified work as follows: To complete this Project within four hundred eighty-five (485) calendar days after receipt of notice to proceed for the lump sum of '4 go—�2'la1y.°a .�+.e Dollars and Cents ($01 A. UNIT PRICES FOR ADDITIONS OR DEDUCTIONS The following supplementary schedule of unit prices will apply in the event the City orders in writing additions to ov deductions from the work detailed on the Plans as covered by the lump sum bid above. Tyne of Work Unit Price per Unit 1. Hand Earth Excavation (Dry) c.y. 2. Machine Earth Excavation (Dry) coy. $ / 3. Hand Earth Excavation (Wet) c.y. $ 4. Machine Earth Excavation (Wet) coy. !� 5. Formed Concrete (Including Forms) c.y. $ 6. Reinforcing Steel lbs. $ � 7. Off-Site Borrow c.y. $ Asa :3 P-1 i Ii j It is understood and agreed by the undersigned that the City reserves the unrestricted privilege to reject any or all of the above unit prices i which it may consider excessive or unreasonable, or to accept, by including the same in the Contract as unit prices applicable in the event of additions 1 to or deductions from the work to be performed. i B. MAJOR ITEMS OF EQUIPMENT In connection with major items of equipment to be supplied and installed under the lump sum bid above, the undersigned expressly agrees to the follow- ing provisions: 1. That the lump sum bid stated above includes the furnishing and installation of all items of major equipment of the manufacturers or suppliers listed as sub-items (a) in the following tabulation. 2. That the City may select items of any manufacturer or supplier as listed in the following tabulation, that the undersigned agrees to furnish and install such items as selected, and for a contract price equal to the lump sum bid stated above, adjusted by the difference between the sum of the installed. costs for all sub- items (a) and the sum of the installed costs for those sub-items selected by the City. 3. That the installed price stated in the following tabulation on all sub-items includes the preparation and submission to the Engineers by the undersigned of detailed drawings, showing any modifications as necessary to accommodate such equipment, all as defined and de- scribed in paragraph No. 7 of the Special Conditions of the Contract. 4. That the installed cost stated in the following tabulation on all sub-items includes a complete operating installation, including the furnishing and installation of any and all changes or additions in structures, piping, buildings, mechanical, electrical work, accessories, controls, etc. , necessary to accommodate the equipment. 5. That if awarded a Contract, all items of major equipment selected from the following tabulation by the City will be guaranteed by the undersigned and his Surety to meet the performance requirements of all Contract Specifications, all as defined in the paragraph in the Contract regarding "Guarantees." 6. That in the event the City does not select items of any manufacturer or supplier as listed in the following tabulation, the undersigned agrees to furnish and install all items of major equipment of the manufacture listed' as sub-items (a) in the following tabulation. 1 7. It is expressly agreed that all items offered in the following tabula- tion fully comply with the Contract Specifications. 1 P-2 s I MAJOR ITEMS OF EQUIPMENT Nom. Description Manufacturer or Supplier Installed Costs, 1. Parshall Flume Meter a. Fischer 6 Porter $_ 1:i= b. &y f,&Z $ Z2 s 9 ' c. $ d. $ 2. Comminuting Equipment a. Worthington $ Zk3 9k b. $ C. $ d. $ 3... Pre-Aeration Blower Units a. Sutorbilt $_ z b. Roots-Connersville $ 44C a2— C. $ d. $ 4. Air Diffusion Equipment a. Link-Belt $_ 970 b. Eimco $ C. $ 5. Clarifier Mechanisms a. Dorr-Oliver b. Walker Process $ 2.0 25-a c. Chain Belt $ d.{nrx 4 x.r 6. High Water Pumping Station a. Fairbanks Morse $ Pumping Units b. $ C.- $ • d. $ 7. Grit Pumps a. Wemco b. $ V44 Z/ C. $� d. $ 8. Clarifier Underflow Pumps a. Fairbanks Morse $ ! b. Wemco $ c. &a k-krwe $ d. $ 9. Scum Pump a. Marlow b. Moyno $_ ,/,/d7 1 C. $ d. $ 1 1� ?' P-3 s i 1 No. Description Manufacturer or Supplier Installed Costs 10. Sludge Thickener Mechanism a. Dorr-Oliver $ /& ,? b. i dk $ •/2 2.4 7- C. $ 11. Sludge Incineration Equipment a. Dorr-Oliver 7aec, C. $ d. $ 12. Laboratory Furniture a. E. H. Sheldon $ b. $ C. $ e d. $ 13. Control Center for The a. General Electric Water Pollution Control Plant b. Westinghouse $ c. Square D $__v____ 14. . Raw Sewage Pumping Units a. Fairbanks Morse $ b. $ C. 15. Raw Sewage Pumping Units a. Flomatcher ' $ 4-92 77.r Control System b. $� C. $ d. $ 16. Manlift a. Langley $ X72 b. $ C.d. $ 17. Control Center for The a. General Electric $ 13 Walnut Street Pumping Station b. Westinghouse $ c. Square D $ d. Log-hOAr`A Afaj 11r $ 9/,00 C. SPECIAL PROPOSAL REQUIREMENTS Suitable bid security in the amount of O/moo o � 4 keep Dollars ($ ) as called for in the Advertisement for Bids accompanies this Proposal. This sum is to be forfeited to the City of Jefferson if the party, or parties, making this Proposal fail to enter into contract with approved securities within ten (10) days after the award of the Contract has been made. f P-4 3 t i The undersigned bidder (has) (has not) (strike out the term which does not apply) previously performed work subject to the President's Executive Order No. 11246. The undersigned has examined the Plans and Specifications for, and the location of the project, and has satisfied himself as to the work to be done and the conditions under which it must be carried out. iThis Proposal shall be equally binding on heirs, administrators, executors, successors, and assigns. Firm Name AGToN e!�NSA/1 ut�7ea,ou e5a, /!Y�. By (Signature) ;4 Title Address p �/'•z— ��— ,2 i Tele hone No. � ?0 l ' P-5 F CONTRACT AGREEMENT THIS AGREEMENT, made and concluded this ,Pg 7u/.day of Cad/JVLIJ Qa Acton Co satruet oA nc. 19 , by and between Co.,� herein called the "Contractor," and the City of Jefferson, Missouri, herein- after called the "City." WITNESSETH, THAT, whereas the Council of the City of Jefferson by Resolution adopted at a meeting held on gaptambar 18 1988 and by virtue of authority vested in said Council, has awarded to the Con- tractor the work of performing certain construction. NOW, THEREFORE, the Contractor and the City, for the consideration hereinafter named, agree as follows: Article 1. SCOPE OF THE WORK: The Contractor shall furnish all materials, tools, equipment, labor, and everything necessary to perform, and shall perform, in accordance with the Plans, Specifications and terms of this Contract, the work of constructing a Water Pollution Control Plant, and the Walnut Street Pumping Station to serve the City of Jefferson, Missouri. All construction shall be carried out under inspection by representatives . of the Owner. Article 2. TIME OF COMPLETION: Construction work must begin within ten (10) days after written notice to do so shall have been given to the Contractor and shall be carried on at a rate to secure its full completion within four hundred eighty-five (485) calendar days after receipt of notice to proceed. DEDUCTIONS FOR NOT COMPLETING ON TIME If the contract work is not fully completed according to the terms of the Contract within the time limit herein stipulated, subject to such exten- sions as may be granted as provided for in Article 19 of the "General Condi- . tions," it is agreed that the City will be damaged thereby. The amount of said damages, exclusive of expense for inspection and superintendence, being difficult if not impossible of definite ascertainment, it is hereby agreed that the amount of such damages, both liquidated and fixed, shall be estimated and agreed upon in advance, and they are hereby agreed upon in the amount of One Hundred Dollars ($100.00) for each calendar day elapsing between the ex- piration of such time limit as herein provided for, plus such extension as may be granted, and the date of full completion. The obligations of the Bond given by the Contractor, as herein required, shall include the payment of the liquidated damages provided for and agreed upon in this paragraph. C-1 Where any deductions from or forfeitures of payment in connection with the work on this Contract are duly and properly declared or imposed against the Contractor, in accordance with the terms of this Contract, State laws or ordinances of the City, the total amount thereof may be withheld from any money whatsoever due or to become due the Contractor under the Contract, and when deducted shall be deemed and taken as payment in such amount. Article 3. CONTRACT PRICE: The City shall pay to the Contractor for the performance of this Contract subject to any additions or deductions provided therein, the lump sum of -Atom hved--A p00 �afM Y��6���-����TO3�09yri�f•�.YV� �I Article 4. UNIT PRICES FOR CHANGES: ® The following unit prices will apply (unless modified by mutual agreement between the Contractor and the City) in the event additions to or deductions from the work to be performed for the above contract price are ordered in writing by the City: Unit Price per Unit 1. Hand Earth Excavation (Dry) C.Y. $ 10.na 2. Machine Earth Excavation (Dry) C.Y. $ 3. Hand Earth Excavation (Wet) C.Y. $ 4. Machine Earth Excavation (Wet) C.Y. $ 5.0o 5. Formed Concrete (including Forms) C.Y. $__Z .()0 6. Reinforcing Steel lbs. $ 0.20 7. Off-Site Borrow C.Y. $ 1.50 Article 5. MAJOR ITEMS OF EQUIPMENT: It is hereby expressly agreed that the Contractor will furnish and install in full compliance with the Plans and Specifications, the major items of equip- ment as manufactured or supplied by the following listed manufacturers or suppliers : No. Description Manufacturer or Supplier 1. Parshall Flume Meter Bristol. 2. Comminuting Equipment Worthington 3. Pre-Aeration Blower Units Sutorbillt C-2 Boom No. Description Manufacturer or Supplier 4. Air Diffusion Equipment Usk-Bell 5. Clarifier Mechanisms '3o9cMDi'iMaD1L 6. High Water Pumping Station Pumping Units T"wb Her" 7. Grit Pumps Was" 8. Clarifier Underflow Pumps Fealftes" X0144 �y 9. Scum Pump xalr w ® 10. Sludge Thickener Mechanism Dasry-011veir ® 11. Sludge Incineration Equipment Corr-oliver �I 12. Laboratory Furniture E• Hn �h �� 13. Control Center for The Water C �isreti L1a�trie Pollution Control Plant 14. Raw Sewage Pumping Units Fairbanks Horse 15. Raw Sewage Pumping Units Ladt�tar Control System 16. Manlif t Langlar 17. Control Center for The Walnut Geneva). t;Iactria Street Pumping Station Article 6. PROGRESS PAYMENTS: When the rate of the work shall be satisfactory to the Engineer and it shall appear that all claims for labor and material shall have been paid by the Contractor, then or before the fifteenth (15th) day of each month, the City shall pay the Contractor ninety per cent (90%) of the value of all work performed, prior to the first day of said month, less the aggregate of previous payments. Such value shall be estimated by the Engineer on the basis of the contract price, the mutually agreeable breakdown of this sum, and the invoice price of material paid for and stored on the site of the project. Authorized extra work shall be included in these monthly progress payments. Article 7. GUARANTEE: The Contractor and his Surety hereby expressly guarantee the aforesaid work as to workmanship and quality of materials used in connection therewith, for a term of one (1) year, commencing on the date of acceptance of the work 1 or improvements, and binds himself, his successors or assigns, to make all replacements which may become necessary within that time due to nonconformity C-3 w a w with the Specifications. Whenever notified by the City that said replacements are required, the Contractor shall, at once, make the same as directed, and at his own expense. if the Contractor does not proceed with such replacements within five (5) days of receipt of written notice, then the City shall have the power to cause the same to be made and to charge the costs thereof to the Contractor. On all items of equipment to be incorporated in the completed project, the Contractor and his Surety must guarantee the type, quality, de- sign, and performance to fully meet the requirements of the Specifications. Nothing in this section is intended as a maintenance guarantee. Article 8. ACCEPTANCE AND FINAL PAYMENT: When the work provided for under this Contract has been fully completed in accordance with the terms hereof, a final estimate showing the amount of such work shall be prepared by the Engineer and filed with the City Clerk and with the Contractor within thirty (30) days after the date of completion. The final estimate shall be accompanied by a certificate of acceptance issued by the Engineer, stating that the work has been fully completed to his satisfac- tion in substantial compliance with the Contract. From the final payment shall be retained all monies expended by the City according to the terms of this Contract, and thereunder chargeable to the Contractor, all monies payable to the City as liquidated damages and all deductions provided by the Contract, State Laws or Ordinances of the City. Article 9. THE CONTRACT DOCUMENTS: The Advertisement, Information for Bidders, General Conditions, Special Conditions, the Specifications, including Addenda Nos. and « , the Proposal, the Plans and Bond, together with this Agreement, form the Contract. The Plans on file are as fully a part of this Contract as if hereto attached. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed in four (4) original counterparts as of the day and year first above written. Acton Conseructiou Ca., Ina. Contractor 1871 W. County Rd. "C" Address 7EUIGNED: St. r 1p-4 rT�41 B _. C of Joffe emu, er ATTEST: Jefferson Clttyo Missouri Address By C-4 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we, the undersigned Act2n Cauata°creUen Co. Inc. of 1871 W. County Rd. "C", St. Paul, Minn. 55113 (hereinafter called the "Principal") , an *' d]t]tmi[O QI:I<3tW corporation, duly authorized by law to do business as a construction contractor in the State of Hlissourl and Vt7Ited State® PldelltX A04 Guaranty CongipaJ► At It C OKROrftlan of BaYtImort a H&MI"d (hereinafter called the "Surety") , a corporation duly authorized to do a surety business under the Laws of the State of Missouri, are held and firmly bound unto City of Jefferacm, Missouri (hereinafter called the "Obligee") , in the penal sum of Two million, ninety 00 eight thousand, nine hundrod ninety eight and l00 Dollars ($ 2,098,998.00 ) lawful money of the United States, for the payment 'of which well and truly to be made unto said Obligee, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents, as follows: The conditions of this obligation are such that, whereas on the day of , the said Principal entered into a written agreement, which agreement is hereby made a part hereof, with said Obligee for the construction of Water Pollution Control Plant and Walnut Street ?UMVIng Station located at CO20 and Cal.laaoay Countiaa NOW, THEREFO1.tE, if the said Principal shall faithfully and properly per- form the foregoing Contract according to all the terms thereof, and shall as soon as the work contemplated by said Contract is completed, pay to the proper parties, all amounts due for material, lubricants, oil, gasoline, grain, hay, food, coal and coke, repairs on machinery, groceries and foodstuffs, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums, both compensation, and all other kinds of insurance, * Scratch out the inapplicable designation. PB-1 rr ' No.1001St'—Certificate of Acknowledgment--BY 9orporodon Miller-Davis Co.,Minneapolis,Minn. btate ®t. .. ............ t )?aa. On this.. ' day of..0 rCounty of.. G......, X9���ir••, 1 baf re me, a........... " �:x...............within and for said County personally appeared j' 'I�.�:. ....... c ..........and..•............................ onaEly known, zu , being each by me duly 8worn.....�,.�;�,�.........did say that they are respectively the .........................................�......Presi.... tt and t of .. t c.7�!-.... c7....c.................. -�...............the corporation nand in the gazng instrument, and that.the seal affixed to said instrument is the corporate seal of said corporation, and t aio instru ent was signed and sealed 'n bahulf of said rporation authority of its Board Of........r r �.. . .............arul said.......... ... (. .... �c:.: emu......•...............•..................anal .....................................................................aeknowled' d said Instrument to be the free t and deed of said corporation. / �° V. .................. ota Public..........,/► :0j . ..... .........County.......... .........'.. Xb z/ commission expires......... ...... .........1 19.............. ION � ►bl�tt• t� f�+�+► tai C WAXII "N' f: �i ,K^'.'.. .. y :"!.9' !.9r!�mr�n.*ns•aw,2�^.e++w.s.....r+n,•+..,,......, m.v..,^w.«...a .Mr+ ..,. -..--- ......+.rr:*n.., sn*^:,,.,�.nr�±w�++�n9h 'Y.n ''!: °t».:�;,} ATTORNEY-IN-FACT AFFIDAVIT MINNESOTA y STATE OR COMMONWEALTH OF- { ------ COUNTY OR CITY OF__ 1MIN ss: {°q Before me,a Notary Public,personally came_._ - � t:, t known to me,and known to be the Attorney-in-Fact of United States Fidelity and Guaranty Company, a ' Maryland Corporation,which executed the attached bond as surety,who deposed and said that his signa- ture and the corporate seal of said United States Fidelity and Guaranty Company were affixed by order and authority of said Company's Board of Directors, and that.the execution of the attached bond is the free act and deed of United States Fidelity and Guaranty Company. s 11th ----- October 68 s Given under my hand and seal this----__________. _ day of } No _ ublic. DENNIS R. DOUGHERTY My Commission expires-------------_-------------------------------------- Notary Public, Hennepin County,Minn. j Tud.076 (9.67) My Comm,ssion Expires June 8, 1973. �. JRYr•^^"'�fY/+biY?f \Ji1M+M.KLr.'MnL'61N1WiG+1,.W[wwNJUw+.AarMl..LHn.•./+..:w.rr.aw.w.w.w.w+.w+u..u.r.u.�..a.•+...+..V#FiW.wls:rra.�.�.•.w.rr..�w_------.--�......._.._. on said work, and for all labor performed in such work whether by subcontractor or otherwise, then this obligation to be void, otherwise to remain in full force and effect, and may be sued on for his use and benefit by any person furnishing material or performing labor, either as an individual or as a sub- contractor for any contractor in the name of said Obligee. The said Surety for the value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of this agreement or to the work to be performed thereunder, or the Specif ica- tions accompanying the same, shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the agreement or to the work or to the Specifications. IN TESTIMONY WHEREOF, the parties hereunto have caused theexecution hereof in four original counterparts as of the day of Q2 . 19 68 . Acton Cons ruction Co. Princi By Title Attest: "Imm Wan pilau" Agra ffm By t (SEAL) TIVI& ! $• Loftr*l1 Attornoy-In-ftat • C�S"�,�yrlt_ /rte/�i�,� COUNTRRSIGMM Resident Missouri Agent • PB-2 CERTIFIED COPY GENERAL POWER OF ATTORNEY • No........... 84.37................... Know aU Men by these Presenter That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Vivian K. Lofgren of the City of Minneapolis ,State of Minnesota , its true and lawful attorney jS[pAjjgXbV)jWmxxkx for the following purposes,to wit: To sign its name as surety to,and to execute,seat and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth In the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said Vivian K. Lofgren may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be scaled with its corporate seal, duly attested by the signatures of its Vice-President and Assistant Secretary,this 271b day of-. April ,A. D. 19 43 UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) By...... v.tiq�.. !��!gringa.. '.e.................. Yice•!"resident. (SEAL) (Signed) .. J. E. Gittings.......................... Assistana Secretary. STATE OF MARYLAND, Mks BALTIMORE CITY, I} sa. On this 27111 day April y of p it A. D. 1943, before tea permaally came E. W. Levering, Jr. ,Vice-President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and J. E. Gittings ,Assistant Secretary of said Company,with bath of whom I am personally acquainted, who being by me severally duly sworn, said that they resided in the City of Baltimore, Maryland; that they, the said E. W. Levering, Jr. and J. E. Gittings were respectively the Vice-President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the eor. poration described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate am], that it was so fixed by order of the Board of Directors of said corpora. Lion, and that they signed their names thereto by like order as Vice-President and Assistant Secretary, respectively, of the Company. My commission expires the first daaeJWMdV&IDxWXxxxxX Monday in May, A. D. 1943. ( SEAL) (Signed) ...........1 F.Q�hY.. Notary Public. , STATE OF MARYLAND Set. BALTIMORE CITY, T M. Lather Fitttn T, , Clerk of the Superior Court of Baltimore City,which Court Is a Court of Record, and has a seal, do hereby certify that Dorothy S. Drexel , Esquire,before whom the annexed affidavits were made, and who has thereto subscribed his name,was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of Needs to be recorded therein. I.further certify that I am acquainted with the handwriting of the acid Notary,and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record,tbia 2711 day of April , A. D. 1943 (SEAL) (Signed) ................M...Lt%th*X..PA�. M4................... Clerk of the Superior Court of Baltimore City. F8 � tears COPY OF RF8OLVTION rhat 1lilereas,it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and In its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. Th*rejorw, be ft Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice- Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal,to appoint any person or persons as attorney or attorneys-in-fact, or agent or agents of said Company,in its name and as Its act, to execute and deliver any and all con• tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed,and Also, in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizanoes, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise,or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland,or by the rules,regulations,orders,customs, practice or discretion of any board, body,organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to he executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body,office, interest, municipality or other association or organisation whatsoever,in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or .5, anything in the nature of either of the same. R. H. Bland, 'Sr. , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a fall, true and correct copy of the original power of attorney given by said Company to Vivian K. Lofgren �f ...' of Minneapolis, Minnesota and empowering her to sign bends as therein set t„ forth,which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the ' Board of Directors of said Company,pang, duty called and held at the office of the Company in the City of Baltimore, on the 11th dap of July, 1410,at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution,and the wholo thereof as recorded in the minutes of said meeting. << In Teatir,sonyv Whereof. I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY r COMPANY oa October � 1968 Assistant Secretary. s' �:•is .. r kr . THE CITY OF JEFFERSON, MISSOURI WATER POLLUTION CONTROL PLANT AND WALNUT STREET PUMPING STATION BREAKDOWN OF CONTRACT PRICE Note: The following breakdown, to be figured to the nearest $100, is to be used as the basis for determining the value of the construction work completed by the Contractor at the close of each pay period. Any individual item exceeding $30,000 shall be further broken down into units not exceeding $30,000. Item Estimated Cost No. Description Quantity_ Unit Material Installation Total 1. Parshall Flume Meter 2. Comminuting Equipment g 3. Pre-Aeration Blower Units 4. Air Diffusion Equipment 5. Clarifier Mechanisms 6. High Water Pumping Station Pumping Units 7. Grit Pumps S. Clarifier Underflow Pumps 9. Scum Pump 10. Sludge Thickener Mechanism 11. Sludge Incineration.Equipment 12. Ltlboratory Furniture 13. Control Center for The Water Pollution Control Plant r14. Raw Sewage Pumping Units Breakdown of Contract Price - Page 2 Item Estimated Cost No. Description Quantity Unit Material Installation Total 15. Raw Sewage Pumping Units rControl System R� 161. Manlif t 17. Control Center for The Walnut Street Pumping Station 18. Bond and Moving In 19. Excavation, Foundations and Backfill 20. Sewers, Conduits and Drains 21. Outside Pressure Piping ® 22. Paving, Curbs and Sidewalks ® 23. Concrete 24. Reinforcing Steel 25. Masonry 26. Miscellaneous Metalwork 27. Floor Coverings 28. Wall Coverings 29. Windows and Doors 30. Metal Roof Deck 31. Insulation and Roofing 32. Flashing, Sheet Metal, Ventilation and Air Conditioning 33. Structural Steel 34. Field Painting 35. Electrical 36. Plumbing • Breakdown of Contract Price - Page 3 Item Estimated Cost No. Description Quantity Unit Material Installation Total 37. Inside Process Piping 38. Gates and Valves 39. Office and Locker Room Furniture 40. Laboratory Equipment 41. Sump Pumps 42. Fencing Total Contract $ $ $ $ $ The undersigned hereby certifies that the above Breakdown of Contract Price is based on the actual cost of materials to be provided and the estimated cost of their installation in order to complete the construction of a Water Pollution Control Plant and the Walnut Street Pumping Station for the City of Jefferson, Missouri. Date _ Submitted by Contractor Address The undersigned has checked the above Breakdown of Contract Price and approves the use of it as a basis for determining the value of work completed at the close of each construction pay period. Date Approved by HORNER & SHIFRIN, INC. Consulting Engineers GENERAL CONDITIONS 1. DEFINITIONS• The following terms used in these Contract Documents are respectively defined as follows: a. "City" and "Owner" City of Jefferson, Missouri. b. "Engineer" Horner & Shif rin, Inc. , Consulting Engineers, 1221 Locust Street, St. Louis, Missouri, 63103, or their 1 authorized representative acting as Resident Engineer in charge of the Project, and his assistants. C. "Contractor" The person, firm or corporation to whom the within Contract is awarded by the City and who is subject to the terms hereof. d. "Subcontractor" A person, firm or corporations perforating any part of the Contractor's obligations hereunder at the site of the work, ex- cluding, however, the furnishing of standard materials such as cement, lumber and other materials not worked to a special design under the Plans and Specifications for the work. e. "Contract Documents" The Advertisement for Bids, the Inform&- tion for Bidders, the Proposal, the signed Contract Agreement, the Per- formance Bond, the General Conditions, the Special Conditions, the Plans and Specifications, including all modifica- tions thereof incorporated in the docu- ments before their execution. f. "Work: The furnishing of all labor, materials, equipment and other incidentals neces- sary or convenient to the successful completion and carrying out of all duties and obligations of the Contractor under the Contract Documents. 2. CORRELATION. INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS: It is the intent of the Specifications and Plans to describe a completed Project to be performed under the Agreement. GC-1 The Contract Documents comprise the entire agreement between the Owner and the Contractor. They may only be altered by a Change Order or as pro- vided hereinafter. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. If the Contractor finds a conflict, error or discrepancy in the Contract Documents, he will call it to the Engineer's attention in writing before proceeding with the work affected thereby. In resolving such conflicts, errors and discrepancies, the docu- ments shall be given precedence in the following order: Contract Agreement, Specifications, Plans. Within the Specifications the order of precedence shall be as follows: Special Conditions, Information for Bidders, General Conditions, Technical Provisions. Figure dimensions on Plans shall govern over scale dimensions, and detailed plans shall govern over general plans. Any work that may reasonably be inferred from the Specifications or Plans as being required to produce the intended result shall be supplied whether or not it is specifically called for. Work, materials or equipment described in words which so applied have a well-known technical or trade meaning shall be deemed to refer to such recognized standards. 3. NOTICE AND SERVICE THEREOF: Where, in any of the Contract Documents, there is any provision in respect to the giving of any notice, such notice shall be deemed to have been given (as to the Owner) when written notice shall be delivered to the Engineer or the Owner, or shall have been placed in the United States mails, addressed to the Engineer, at the place where the bids or proposals for the Contract were opened; as to the Contractor, when a written notice shall be delivered to the chief representative of the Contractor at the site of the project to be constructed under the Contract, or by mailing such written notice in the United States mails, addressed to the Contractor at the place stated in the papers prepared by him to accompany his proposal as the address of his permanent place of business; as to the surety on the Performance Bond when a written notice shall have been placed in the United States mails, addressed to the surety at the home office of such surety. k. COPIES OF DRAWINGS FURNISHED: The Owner will furnish to the Contractor, free of charge, copies of draw- ings and Specifications which are reasonably necessary for the execution of the work. The Contractor shall keep one copy of all drawings and Specifications on the work, in good order, available to the Engineer and to his representatives. 5. ORDER OF COMPLETION: The Contractor shall complete any portion or portions of the work in such order of time as the Engineer may declare necessary by reason of an emergency. GC-2 6. CONTRACTOR'S UNDERSTANDING: It is understood and agreed that the Contractor has, by careful examina- tion, satisfied himself as to the nature and location of the work, the ® conformation of the ground, the character, quality and quantity of the mate- rials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this Contract. No official, officer or agent of the Owner is authorized to make any representations as to the materials or workmanship involved, or the condi- tions to be encountered, and the Contractor agrees that no such ,statement or the evidence of any document or plan, not a part of this Contract, shall constitute any grounds for claim as to conditions encountered. No verbal agreement or conversation with any officer, agent or employee of the Owner either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. It is understood and agreed that the Contractor has informed himself fully as to the conditions relating to construction and labor under which the work will be performed, and agrees as far as possible to employ such methods and means in the carrying out of the work as will not cause any interruption or interference with any other contractor. 7. MATERIALS. SERVICES AND FACILITIES: a. It is understood that except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, superintendence, temporary construction of every nature, and all other services and facilities of every nature whatsoever necessary to execute, complete, and deliver the work within the specified time. b. Any work necessary to be performed after regular working hours, on Sundays or legal holidays, shall be performed without additional expense to the Owner. 8. "OR F�UAL" CLAUSE: Whenever in any of the Contract Documents any article, appliance, device, or material is designated by the name of the manufacturer or vendor, or by any proprietary name and such name is not followed by the words "or equal," it shall be deemed that such words "or equal" do follow such designation; unless the context clearly requires a contrary construction. Any article or material equaling the standards fixed may be used in place of that specifically mentioned by the Specifications, providing that the material proposed is first submitted to and approved by the Owner or his authorized representative. GC-3 9. ROYALTIES AND PATENTS: The Contractor shall hold and save the Owner and his officers, agents, servants, and employees harmless from liability of any nature or kind, in- cluding cost and expenses, for, or on account of, any patented or unpatented invention, process, article, or appliance manufactured or used in the per- formance of the Contract, including its use by the Owner, unless otherwise specifically stipulated in the Contract Documents. 10. SURVEYS, PERMITS AND REGULATIONS: The Owner shall make all surveys unless otherwise provided. Permits and licenses of a temporary nature necessary for the prosecution of the work shall be secured and paid for by the Contractor. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and speci- fied. The Contractor is required to observe all laws and ordinances relating to the obstructing of streets, maintaining signals, keeping open passageways and protecting them where exposed to danger, and all general ordinances affecting him or his employees or his work hereunder in his relations to the Owner or any person, and also generally to obey all laws and ordinances con- trolling or limiting the Contractor while engaged in the prosecution of the " work under this Contract. If the Contractor observes that the drawings and Specifications are at variance with laws and regulations, he shall promptly notify the Engineer in writing, and any necessary changes shall be adjusted as provided in the Contract for changes in the work. If the Contractor per- forms any work knowing it to be contrary to such laws, ordinances, rules or regulations, and without such notice to the Engineer, he shall bear all costs arising therefrom. 11. PROTECTION OF WORK AND PROPERTY: The Contractor must protect and support all water and gas pipes or other conduits, and all railway tracks, buildings, walls, fences, or other properties which are liable to be damaged during the execution of his work. He shall take all reasonable and proper precautions to protect persons, animals, and vehicles or the public, from injury, and wherever necessary, shall erect and maintain a fence or railing around any excavation, and place a sufficient number of red lights about the work and keep them burning from twilight until sunrise; and shall employ one or more watchmen as an additional security whenever they are needed. He must, as far as practicable and consistent with good construction, permit access to private and public property and leave fire hydrants and catch basins free from encumbrances. 12. INSPECTION AND EXAMINATION OF THE WORK: The Engineer and his authorized assistants as well as all inspectors and other authorized personnel of any public agency under whose jurisdiction the work is being performed, shall have free access to the work at all times for inspection purposes, and shall be furnished by the Contractor with facilities GC-4 for ascertaining whether the work being performed or which has been completed is in accordance with the requirements of the drawings, Specifications and Contract, to the extent of uncovering, testing or removing portions of finished work. Duly authorized inspectors acting in behalf of the Engineer and any public agency under whose jurisdiction the work is being performed, who shall perform their duties under the direction of the Engineer, will be assigned to the project or any part thereof. The presence of an inspector shall in no wise lessen the responsibility of the Contractor. In case any dispute arises be- tween the Contractor and the inspector as to materials furnished or the manner of performing the work, the inspector shall have authority to reject materials or suspend the work until the question at issue can be referred to and decided by the Engineer. The inspector is not authorized to revoke, alter, enlarge, relax or release any requirements of these Specifications, nor to approve or accept any portion of the work or to issue instructions contrary to the drawings and Specifications. When any material not conforming to the requirements of the Specifications and drawings has been delivered upon the project or incorporated in the work, or any work performed is of inferior quality, such material or work shall be considered as defective and shall be removed and renewed or made satisfactory, as directed by the Engineer, at the expense of the Contractor. All materials shall be subject to inspection, examination and test by the Engineer at any and all times during manufacture, and at any and all places where such manufacture is being carried on. The right is reserved to reject defective materials during manufacture or before they have been in- corporated into the work. If the Contractor fails to replace defective work or rejected materials, the Owner may replace such materials or correct such defective work and charge the cost thereof to the Contractor, or may terminate the right of the Contractor to proceed under Article 22 of the General Conditions. 13. REMOVAL OF IMPROPER MATERIAL: All materials to be provided by the Contractor shall be of the best quality, and if the Contractor shall bring or cause to be brought on the work, materials which do not conform to the requirements of this Contract, the Engineer shall order the same to be removed forthwith, and incase of the neglect or refusal of the Contractor or those employed by him to remove such materials, to cause the same to be removed at the expense of the Contractor and to deduct the cost of such removal and all other expenses incident thereto from the amount which may be due to the Contractor on this Contract; and, in case of the violation of this provision, the amount of costs and expenses shall be deducted by the Engineer from the final, or any other estimate of the amount due to the Con- tractor on this Contract. 14. SUPERINTENDENCE SUPERVISION: The Contractor must at all times have an authorized representative on the work to whom orders can be given, this representative to have full authority GC-5 to carry out all orders given by the Engineer, and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, ' all satisfactory to the Engineer. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. Directions shall be confirmed in writing upon written request in each case. The Contractor shall give efficient supervision to the work, using his best skill and attention. During the construction and maintenance period of the work of this Con- tract, any orders given by the Engineer or his representatives to the manager, superintendent, or foreman of the Contractor in the absence of the Contractor, shall have the same force and effect as if given to the Contractor. If the Contractor, in the course of the work, finds any discrepancy be- tween the Plans and the physical conditions of the locality, or any errors or omissions in the Plans or in the layout as given by points and instructions, it shall be his duty to immediately inform the Engineer in writing, and the Engineer shall promptly verify the same. Any work after such discovery, until authorized, will be done at the Contractor's risk. Neither party shall employ or hire any employee of the other party without the other party's consent. 15. CHANGES IN THE WORK: The Owner, without invalidating the Contract, may order extra work or make changes by altering, adding to, or deducting from the work, the Contract Sum being adjusted accordingly. All such work shall be executed under the conditions of the original Contract except that any claim for extension of time caused thereby shall be adjusted at the time of ordering such change. In giving instructions, the Engineer shall have authority to make minor changes in the work, not involving extra cost, and not inconsistent with the purposes of the work, but otherwise, except in an emergency endangering life or property, no. extra work or change shall be made unless in pursuance of a written order by the Engineer, and no claim for an addition to the Contract Sum shall be valid unless so ordered. The value of any such work or change shall be determined in one or more of the following ways: a. By estimate and acceptance in a lump sum. b. By unit prices named in the Contract or subsequently agreed upon. c. By cost and percentage or by cost and a fixed fee. If none of the above methods is agreed upon, the Contractor, provided he 1� receives an order as above, shall. proceed with the work. In such case and GC-6 also under case (c), he shall keep and present in such form as the Engineer may direct, a correct account of the net cost of labor and materials, together with vouchers. In any case, the Engineer shall certify to the amount including reasonable allowance for overhead and profit, due to the Contractor. Pending final determination of value, payments on account of changes shall be made on the Engineer's estimate. 16. EXTRAS: Except as otherwise herein provided, no charge for any extra work or material will be allowed unless the same has been ordered in writing by the Owner and the price stated in such order. 17. CLAIMS FOR EXTRA COST: No claims for additional payments above the Contract Sum other than such amounts as are authorized for extra work order in accordance with the afore- ' said paragraphs designated "extras" or "Changes in the Work" will be considered or allowed. 18. DEDUCTIONS FOR UNCORRECTED WORK: If the Engineer deems it inexpedient to correct work injured or done not in accordance with the Contract, an equitable deduction from the Contract Sum ® shall be made therefor. ® 19. DELAYS AND EXTENSION OF TIME: If the Contractor is delayed at any time in the progress of the work by any act or neglect of the Owner or of his employees, or by any other con- tractor employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casual- ties or any causes beyond the Contractor's control, or by any causes which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Owner may decide. No such extension shall be made for delay occurring more than seven (7) days before claim therefor is made in writing to the Engineer. In the case of a continuing cause of delay, only one (1) claim is necessary. If no schedule or agreement stating the dates upon which drawings shall be furnished is made, then no claim for delay shall be allowed on account of failure to furnish drawings until two (2) weeks after demand for such draw- ings and not then unless such claims be reasonable. This article does not exclude the recovery for damages for delay by either party under other provisions in the Contract Documents. 20. SUSPENSION OF WORK: The Owner may at any time suspend work, of any part thereof, by giving five (5) days' notice to the Contractor in writing. The work shall be GC-7 resumed by the Contractor within ten (10) days after the date fixed in the written notice from the Owner to the Contractor to do so. The Owner shall reimburse the Contractor for expense incurred by the Contractor in connection with the work under this Contract as a result of such suspension, unless such suspension is ordered to secure compliance with the terms of this Contract. 21. OWNER'S RIGHT TO DO WORK: In case the Contractor fails to prosecute any portion of the work em- braced in this Agreement at a rate of progress satisfactory to the Engineer, or in a manner not in compliance with the Specifications or drawings, there- upon the Engineer shall, in writing, notify the Contractor to remove all cause of complaint within a time specified in such notice. If the Contractor fails to do so, the Owner may proceed to complete such portion of the work in such manner as he may determine. All cost of such work shall be deducted from any money due, or which may become due the Contractor under this Contract. 22. RIGHT OF THE OWNER TO TERMINATE CONTRACT: If the Contractor should be adjudged a bankrupt, or if any petition in bankruptcy or any proceedings under the provision of the Bankruptcy Act of the U.S. as Amended, are filed by or against the Contractor, or if he should make a general assignment for the benefit of his creditors, or if a receiver IM should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to subcontractors or for materials or 'labor, or persistently disregard laws, ordinances or the instruction of the Engineer, or should cease operations under this Contract at any time for the space of ten (10) days, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner, upon the certification of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other right or remedy and after giving the Contractor and his surety seven (7) days' written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever method it may deem re expedient. In such cases, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract Sum shall exceed the expense of finishing the work, including com- pensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor and surety shall pay the difference to the Owner. The expense incurred through the Contractor's default shall be certified by the Engineer. 23. CONTRACTOR'S RIGHT TO TERMINATE CONTRACT: If the work should be stopped under an order of any court, or other public authority, for a period of three (3) months, through no act or fault of the Contractor or of anyone employed by him, then the Contractor may, upon ten (10) days' written notice to the Owner and the Engineer, terminate his contract GC-8 and recover from the Owner payment for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages. 24. REMOVAL OF E UIPMENT: tIn the case of annulment of this Contract before completion from any cause whatever, the Contractor, if notified to do so by the Owner, shall promptly remove any part or all of his equipment and supplies from the property of the Owner, failing which the Owner shall have the right to remove such equipment and supplies at the expense of the Contractor. 25. USE OF COMPLETED PORTIONS: The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions which may not have expired; but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost of or delays the work, the Contractor shall be entitled to such extra compensation, or extension of time, or both, as the Engineer Qmay determine. l� 26. OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF: The Owner may withhold from payment to the Contractor, such an amount or amounts as may be necessary to cover: a. Payments that may be earned or due for just claims for labor or materials furnished in and about the work. b. . For defective work not remedied. c. For failure of the Contractor to make proper payments to his sub- contractor. d. Damage to another contractor. The Owner shall have the right to disburse and shall have the right to act as agent for the Contractor in disbursing such funds as have been withheld pursuant to this paragraph to the party or parties who are entitled to payment therefrom. The Owner will render to the Contractor a proper accounting of all such funds disbursed in behalf of the Contractor. 27. DAMAGES: iShould the Contractor be of the opinion at any time that he has sustained damages under this Contract for which he should be compensated, or has been required to perform extra work not ordered in writing by the Engineer, he shall, within seven (7) days after sustaining such damage or doing such extra work, make a written statement to the Engineer, of the nature of the damage claimed or of the extra work performed and not ordered. The Engineer shall GC-9 thereupon render a decision in the matter, which decision shall be subject to review under the provisions of Article 36, but if such claim shall not have been presented within the seven (7) days above mentioned, but shall be pre- sented at some time later, then the Engineer's decision in the matter shall be final and the Contractor shall not be entitled to have such claims reviewed. an 28. LIENS: Neither the final payment nor any part of the retained percentage shall become due until the Contractor shall deliver to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof. In either case an affidavit shall be furnished to the Owner stating that so far as he has knowledge or information, the releases and receipts include all the labor and material for which a lien could be filed. However, the Con- tractor may, if any subcontractor refuses to furnish a release or receipt in full,. furnish a bond satisfactory to the Engineer, to indemnify the Owner against any lien. If any lien remains unsatisfied after all payments are made, the Contractor shall refund to the Owner all money payments that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorney's fee. 29. ASSIGNMENTS, The Contractor shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of the Owner. In case the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the Contractor shall be subject to prior liens of all persons, firms and corporations for services rendered, or materials supplied for the performance of the work called for MR in this Contract. 30. RIGHTS OF VARIOUS INTERESTS: Wherever work being done by the Owner's forces or by other contractors is contiguous to work covered by this Contract, the respective rights of the various interests involved shall be established by the Engineer. 31. OTHER CONTRACTS: The Owner reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable oppor- tunity. for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate this work with -theirs. If any part of the Contractor's work depends, for proper execution or results, upon the work of any other contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work that render it unsuitable for such proper execution and results. GC-10 To ensure the proper execution of his subsequent work, the Contractor shall measure work already in place and shall at once report to the Engineer any discrepancy between the executed work and the drawings. 32. APPROVAL OF SUBCONTRACTS: The Contractor shall, as soon as practicable after the signing of the Contract, notify the Engineer in writing the names of subcontractors proposed for the work and shall not employ any that the Engineer may, within a reason- able time, object to as incompetent and unfit. The Contractor agrees that he is as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. 33. POINTS AND INSTRUCTIONS: The Contractor shall provide reasonable and necessary opportunities and facilities for setting points and making measurements. He shall not proceed until he has made timely demand upon the Engineer for, and has received from him, such points and instructions as may be necessary as the work progresses. The work shall be done in strict conformity with such points and instructions. The Contractor shall carefully preserve bench marks, reference points and stakes, and in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. 34. ENGINEER'S STATUS: The Engineer shall have general supervision and direction of the work. He has authority to estop the work whenever such stoppage may be necessary to ensure the proper execution of the Contract. He shall also have authority to reject all work and materials which do not conform to the Contract, to direct the application of forces to any portion of the work, as in his judgment is required, and to order the force increased or diminished, and to decide questions which arise in the execution of the work. It is further agreed by all parties hereto that the Engineer shall in all cases, determine the amount or quantity, or the classification of the several kinds of work or materials, which are to be paid for under this Contract. 35. ENGINEER'S DECISION: The Engineer shall decide all questions which may arise relative to the performance of this Contract. All decisions of the Engineer shall, when so requested, be rendered in writing. They shall be final and conclusive in all GC-11 matters except the financial considerations involved. They shall be final Also as to the financial considerations unless within ten (10) days after such decision the Contractor applies in writing to the Owner for a review • of such decision. 36. REVIEW OF DECISIONS: When an application for review of the Engineer's decision is presented, said Owner shall within fifteen (15) days thereafter, given opportunity for the Contractor to appear before him and the Engineer, and present evidence bearing upon such decision, and any claims for a modification or reversal thereof. Said Owner shall render his decisions within fifteen (15) days after such appearance and his decisions shall be final unless the Contractor shall, within fifteen (15) days after receiving the decision, give notice in writing of his intention to file suit in court for final determination of the matter. 37. LANDS FOR WORK: Ma The Owner shall provide the lands upon which the work under this Contract is to be done and rights of access to same. Any delay in the furnishing of these lands by the Owner shall be deemed proper cause for an adjustment in the time of completion. The Contractor shall provide, at his own expense and without liability to the Owner, any additional land required for the erection of temporary construction facilities and storage of his material, together with right of access to same. 38. CLEANING UP: The Contractor shall, as directed by the Engineer, remove from the property of the Owner, from all public and private property, at his own expense, all temporary structures, rubbish and waste materials resulting from his operations. This requirement shall not apply to property used for permanent disposal of rubbish or waste materials in accordance with permission of such disposal granted to the Contractor by the property owner. 39. INDEMNIFICATION AND INSURANCE: The Contractor agrees to indemnify and hold harmless the City and the Engineer, from all claims and suits for loss, of or damage to property, including loss of use thereof, or injuries, including death, to persons, and from all judgments recovered therefor, and from all expense in defending said claims, or suits, including court costs, attorney fees and other expense, caused by any act or omission of the Contractor and/or his subcontractors, their respec- tive agents, servants and employees, and not caused by the sole fault or negligence of the Owner and/or Engineer, or their respective agents, servants or employees. Without limiting its liability under this Contract, the Contractor shall procure and maintain at his expense during the life of this Contract, insur- ance of the types and in the minimum amounts stated as follows: GC-12 a. Workmen's Compensation Insurance in full compliance with the Workmen's Compensation Act of the State of Missouri and Employer's Liability coverage in the amount of $500,000. In the event any of the work shall be performed from or by the use of vessels on the Missouri River, the Contractor shall also procure and maintain at his expense at all times during the performance of such work insurance coverage under the Federal Longshoremen's and Harbor Worker's Compensation Act, and under the Jones Act and the Maritime Act. b. Comprehensive General Liability Bodily injury, including death $ 500,000 each person 1,000,000 each occurrence Property damage $ 500,000 each occurrence 500,000 aggregate c. Comprehensive Automobile Liability Bodily injury, including death $ 300,000 each person 500,000 each occurrence Property damage $ 100,000 each accident AP d. Owner's Protective Bodily injury, including death $ 500,000 each person 1,000,000 each occurrence Property damage $ 500,000 each occurrence 500,000 aggregate The Comprehensive General Liability policy shall provide coverage for injury to or destruction of wires, conduits, pipes, mains and sewers, and other property under the surface of the ground. The Owner's Protective policy shall name the City and the Engineer as insureds and a duplicate copy of the policy shall be furnished to each of them. The Contractor shall also take out and maintain at his expense during the life of this Contract, Builders' Risk Insurance satisfactory to the City which shall protect the Contractor and the City, as their interests may appear, for the following hazards to the work, materials and equipment suitably stored at the site, and Contractor's construction equipment, materials and temporary structures: Fire and lightning, extended coverage, including windstorm, hail, explosion, riot, riot attending strike, civil commotion, aircraft, vehicle and smoke damage, and vandalism and malicious mischief. Such policy shall be in a provisional amount equal to the total contract price shown in the agreement or such other amount as shall be satisfactory to the City and a duplicate copy thereof shall be submitted to the City through the Engineer. Said insurance shall be written by a company or companies licensed to do business in the State of Missouri and satisfactory to the City. Before com- mencing any work hereunder, certificates evidencing the maintenance of said insurance shall be furnished to the City and the Engineer, and shall contain the following statement. GC-13 The insurance evidenced by this Certificate will not be cancelled or altered except after ten days from receipt by the City of Jefferson, Missouri, and Horner & Shifrin, Inc., of written notice thereof. Any subcontractor of the Contractor shall be required to procure and maintain during the life of the subcontract the insurance required of Con- tractor hereunder and comply with the provisions of this Article. In the event any part of the work to be performed hereunder shall require the Contractor or his subcontractors to enter, cross or work upon or beneath . the right-of-way or other property of a railroad, the Contractor, in addition to the indemnification and insurance requirements of this Article, shall com- ply with the related requirements for such work as are set out in the Special _ Conditions hereof. GC-14 ,., SPECIAL CONDITIONS 1. SCHEDULE OF DRAWINGS: The drawings applicable to the work to be performed under this Contract and which are referred to in these documents as "Plans," consist of seven.ty- seven (77) sheets entitled "City of Jefferson, Missouri, Pollution Abatement Project," and are numbered and described as follows: Index of Plans Water-.Pollution.Contr01. Plant 1. General Layout - Grading Plan 2. Layout - Yard Piping 3. Administration Building - Architectural Elevations 4. Administration Building - Architectural Elevations 5. Administration Building - Architectural Floor Plan 6. Administration Building - Architectural Sections & Details 7. Administration Building - Architectural Sections & Details 8. Administration Building - Architectural Sections & Details 9. Administration Building - Architectural Details 10. Administration Building - Ceiling and Floor Finish Plans 11. Administration Building - Equipment Plan & Schedules 12. Administration Building Mechanical Plan, Section & Details 13. Administration Building - Mechanical Plan & Details 14. Administration Building - Mechanical Plans & Diagrams 15. Administration Building - Foundation Plan & Details 16. Administration Building - First Floor Plan & Details 17, Administration Building - Slab & Beam Schedules 18. Administration Building - Structural Sections 19. Administration Building - Structural Sections im 20. Administration Building - Structural Sections & Details 21. Administration Building - Roof Plan & Details 22. Administration Building - Structural Sections & Details 23. Administration Building - Structural Sections & Details 24. Comminutor Structure - Mechanical Plan & Details 25. Comminutor Structure - Mechanical Plan & Sections 26. Comminutor Structure - Mechanical Sections & Details 27. Comminutor Structure - Architectural Elevations & Details 28. Comminutor Structure - Structural Plan 29. Comminutor Structure - Structural Plan & Sections 30. Comminutor Structure - Structural Sections 31. Comminutor Structure - Structural Sections 32. Pre-Aeration Tanks - Mechanical Plan & Sections 33. Pre-Aeration Tanks - Mechanical Sections & Details 34. Pre-Aeration Tanks - Structural Plan & Sections 35. Pre-Aeration Tanks - Structural Sections & Details 36. Division Structure - Plan & Sections SC-1 37. Clarifiers - Plan & Layout 38. Clarifiers - Sections 39. Clarifiers Sections & Details 40. High Water Pumping Station - Mechanical Plans, Sections & Details 41. High Water Pumping Station - Structural Plan & Sections 42. High Water Pumping Station - Structural Plans & Details 43. High Water Pumping Station - Structural Sections 44. Thickener - Mechanical Plan & Sections 45. Thickener - Structural Plan & Sections 46. Thickener - Dome Plan Sections & Detail 47. Heating and Air Conditioning - Administration Building 48. Heating and Air Conditioning - Administration Building 49. Electrical - Site Plan & Underground System 50. Electrical - Administration Building Plan 51. Electrical - Comminutor Structure Plan at Elev. 556.00 52. Electrical - Comminutor Structure Plan at Elev. 541.00 53. Electrical - Sections & Details 54. Electrical - Diagrams 55. Electrical - Diagrams 56. Electrical - Conduit Schedule 57. Electrical - Schedules 58. Electrical - Schedules 59. Force Main - Plan & Profile 60. Outfall Sewer - Plan & Profile 61. Manholes -Plans & Sections Walnut Street Pumping Station 62. Site Plan - Architectural Elevations and Plans 63. Architectural - Sections & Details 64. Mechanical - Sections 65. Mechanical - Sections & Details 66. Mechanical - Details 67. Structural - Sections 68. Structural - Plans and Detail 69. Structural - Plan and Details 70. Structural - Plan and Sections 71. Structural - Platforms - Plans and Sections 72. Structural - Platforms - Sections & Details 73. 'Electrical - Diagrams & Details 74. 'Electrical - Diagrams & Details 75. Electrical - Plans 76. Electrical - Plans 77. Electrical - Section & Conduit Schedule 2. OFFICE FACILITIES: The Contractor, prior to starting any work, shall provide and maintain until completion of the Contract, facilities on the site of the Water Pollu- tion Control Plant for the Resident Engineer and Inspectors. These facilities shall consist of a temporary watertight office with a minimum floor space of SC-2 i one hundred twenty (120) square feet, complete with heating facilities, air conditioning, screened windows, locked door, and electric lights. These facilities shall be equipped with a plywood or used desk, two chairs, one plywood or used plan table, a 4-drawer steel file cabinet, and a telephone. The facilities to be provided, including the telephone, shall be for the exclusive use of the Engineer and his .representatives. There shall be no interior entrance to these facilities from the Contractor's construction as office. The cost of all utilities furnished shall be paid for by the Con- tractor except for long distance telephone calls. 3. SANITARY REGULATIONS: Adequate sanitary conveniences for the use of persons employed on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor in such a manner and at such points as shall be approved by the Engineer. The conveniences shall be maintained at all times without nuisance and their use shall be strictly enforced. Upon completion of the work, they shall be removed from the premises, leaving the premises clean and free from nuisance. 4. UTILITIES: All water used in mixing and curing concrete, grout, or mortar shall be obtained from the public water supply. The Contractor shall make the neces- on arrangements for the purchase of this water as required for the construc- tion of the work under this Contract. The cost of all power, lighting, water and heating required during the construction, and testing of the facilities, shall be paid by the Contractor. 5. _BREAKDOWN OF CONTRACT_PRICE: At the time a Contract is signed by the Contractor and returned to the City for signature, a breakdown of the Contract price, on the forms included herein, shall be submitted by the Contractor. When approved by the Engineer, this breakdown will be used as a basis for determining the value of the work completed at the close of each construction pay period. 6. PLUMING AND ELECTRICAL CODES: All plumbing and electrical work carried out under this project shall be strictly in accordance with local plumbing and electrical codes. 7. MAJOR EQUIPMENT DRAWINGS: The Plans detail structures, piping, and appurtenances, and indicate equipment to accomplish certain results. If a Contract is entered into which includes items of equipment, facilities, or processes requiring any modifica- tions or deviations from the Plans, the Contractor shall prepare and submit to the Engineer detailed drawings showing all modifications in structures reinforcing steel, piping, electrical and mechanical work, etc., to adopt the SC-3 IF,1 1:51111111 IN@ MEL Plans to the alternate equipment or facilities. The Engineer will review VA such drawings and either approve them or indicate thereon changes necessary to comply with the project requirements. The Contractor shall revise any unapproved drawings and resubmit them to the Engineer. 8. APPROVAL OF EQUIPMENT AND SHOP DRAWINGS: The Contractor shall submit to the Engineer, shop or setting drawings and schedules for every item of equipment or material to be incorporated in the work which is fabricated or manufactured off the site, including but not limited to, those pertaining to structural and reinforcing steel, electrical, plumbing, carpentry, heating and ventilation. Within sixty (60) days after the date of notice to proceed, the Contractor shall submit six (6) copies of all shop drawings to the Engineer for approval. The Contractor shall make any corrections in the drawings required by the City or the Engineer and re- submit same without delay, together with drawings first submitted within thirty (30) days after they are returned for corrections by the Engineer. Six (6) final copies of all corrected and approved shop or setting drawings shall be submitted to the Engineer, who after checking, will retain three (3) copies and return three (3) copies to the Contractor. The Engineer's approval of shop drawings of equipment and materials shall extend only to determining the conformity of such equipment and materials with the general features of the Plans and Specifications. It shall be the respon- sibility of the Contractor to determine the correctness of all dimensions and minor details of such equipment and materials so that they will fit into the completed work, and so that when incorporated in the work correct operation will result. None of the equipment requiring approval shall be purchased, delivered to the site or installed until such approval has been granted and work shall not commence on any phase requiring shop drawings until said shop drawings have been approved. 9. ACCESS TO WORK: Representatives of the Federal Water Pollution Control Administration and the Missouri Water Pollution Board shall have access to the work wherever it is in preparation or progress and the Contractor shall provide proper facilities for such access and inspection. 10. WAGE DETERMINATIONS, LABOR STANDARDS AND ANTI-KICKBACK REGULATIONS: This Contract shall be based upon payment by the Contractor and his sub- contractors of wage rates not less than the prevailing hourly wage rate for each craft or type of workman engaged on the work. Prevailing wage rates shall be as determined by the United States Department of Labor and the Indus- trial Commission of Missouri. In case of conflict, the wages paid by the Contractor shall be not less than the higher of the prevailing wage deter- minations. The determinations by the Department of Labor and the Industrial Commission of Missouri shall be incorporated in these Contract Documents by means of an addendum. SC-4 During the life of this Contract, the prevailing hourly rate of wages is subject to change by the Department of Labor and Industrial Relations of Missouri or by court decision, as provided by law. Any such change shall not be the basis of any claim by the Contractor against the Owner nor will deduc- tions be made by the Owner against sums due the Contractor by reason of any such change. The Contractor and his subcontractors shall comply with all requirements of the prevailing wage law of the State of Missouri, Revised Statutes of Missouri (Sections 290.210 to 290.310); and with the regulations set forth in the Federal Labor Standards, attached hereto. 11. EQUIPMENT TESTS: Upon completion and prior to acceptance of the installation, all equip - meet shall be subject to operating field tests to determine satisfactory functioning and operation. The equipment shall be operated by, and at the expense of, the Contractor. The Contractor shall submit . to the Engineer for approval an outline of the test procedures. SC-5 LABOR STANDARDS JANUARY, 1967 Contract Provisions (1) Minimum wages. (1) All mechanics and laborers Years thereafter for all laborers and mechanics working at employed or working upon the site of the work will be paid the site of the work. Such records will contain the name unconditionally and not less often than once a week, and and address of each such employee, his correct without subsequent deduction or rebate on any account classification, rates of pay (including rates of (except such payroll deductions as are permitted by contributions or costs anticipated of the types described regulations issued by the Secretary of Labor under the in section 1 (b) (2) of the Davl.s—Bacon Act), daily Copeland Act (29 CFR Part 3), the full amounts due at time and weekly number of hours worked, deductions made and ® of payment computed at wage rates not less than those actual wages paid. Whenever the Secretary of Labor has ® contained in the wage determination decision of the found (as provided for by (1) (iv) hereof) that the wages Secretary of Labor which is attached hereto and made a part of any laborer or mechanic include the amount of any hereof, regardless of say contractual relationship which may costs reasonably anticipated in providing benefits under be alleged to exist between the contractor and sych laborers a plan or program described In section 1 (b) (2)(B) of the and mechanics; and the wage determination decision shall Davis—Bacon Act, the contractor shall maintain records be posted by the contractor at the site of the work in a which show that the commitment to provide such prominent place where it can be easily seen by the workers, benefits is enforceable, that the plan or program is For the purpose of this clause, contributions made or costs financially responsible, and that the plan or program has reasonably anticipated under section l(b)(2) of the Davis- been communicated in writing to the laborers or Bacon Act on behalf of laborers or mechanics are considered mechanics affected, and records which show the costs wages paid to such laborers or mechanics, subject to the anticipated or the actual cost incurred in providing such provisions of(1)(iv) hereof. Also for the purpose of this benefits. clause, regular contributions made or costs incurred,for more (ii) The contractor will submit weekly a copy of all than a weekly period under plans, funds, or programs, but payrolls to the applicant, sponsor, or owner, as the case covering the particular weekly period, are deemed to be may be. The copy shall be accompanied by a statement constructively made or incurred during such weekly period. signed by the employer or his agent indicating that the (ii) The contracting officer shall require that any class payrolls are correct and complete, that the wage rates of laborers or mechanics which is not listed in the wage contained therein are not less than those determined by determination and which is to be employed under the the Secretary of Labor and that the classifications set contract, shall be classified or reclassified comformably to forth for each laborer or mechanic comform with the work the wage determination, and a report of the action taken he performed. A submission of a "Weekly Statement shall be sent by the Federal agency to the Secretary of of Compliance" which is required under this contract Labor. In the event the interested parties cannot agree on and the Copeland regulations of the Secretary of Lnbor the proper classification or reclassification of a particular (29 CFR, Part 3) and the filing with the initial payroll or class of laborers and mechanics to be used, the question- any subsequent payroll of a copy of any findings by the accompanied by the recommendation of the contracting Secretary of Labor pursuant to (1) (iv)hereof shall officer shall be referred to the Secretary of Labor for final satisfy this requirement. The prime contractor shall be determination. responsible for the submission of copies of payrolls of (iii) The contracting officer shall require whenever the all subcontractors. The contractor will make the records minimumwage rate prescribed in the contract for a class of required under the labor standards clauses of the contract laborers or mechanics includes a fringe benefit which is not available for inspection by authorized representatives of expressed as an hourly wage rate and the contractor is the Federal Water Pollution Control Administration and obligated to pay a cash equivalent of such a fringe benefit, the Department of Labor, and will permit such an hourly cash equivalent thereof to be established. In the representatives to interview employees during working event the interested parties cannot agree upon a cash hours on the job. equivalent of the fringe benefit, the question, accompanied (q) Apprentices. Apprentices will be permitted to work as by the recommendation of the contracting officer, shall be such only when they are registered, individually, under a referred to the Secretary of Labor for determination. bona fide apprenticeship program registered with a State (iv) If the contractor does not make payments to a apprenticeship agency which is recognized by the Bureau of trustee or other third person, he may consider as part of the Apprenticeship and Training, United States Department of wages of any laborer or mechanic the amount of any costs Labor; or, if no such recognized agency exists in a State, reasonably anticipated in providing benefits under a plan under a program registered with the Bureau of Apprenticeship or program of a type expressly listed in the wage determi- and Training, United States Department of Labor. The nation decision of the Secretary of Labor which is a part of allowable ratio of apprentices to journeymen in any craft this contract: Provided, however,The Secretary of Labor classification shall not be greater than the ratio permitted to has found, upon the written request of the contractor, that the contractor as to his entire work force under the registered the applicable standards of the Davis-Bacon Act have been program. Any employee listed on a payroll at an apprentice met. The Secretary of Labor may require the contractor to wage rate, who is not registered as above, shall be paid the set aside in a separate account assets for the meeting of wage rate determined by the Secretary of Labor for the obligations under the plan or program. classification of work he actually performed. The contractor (2) Withholding, or subcontractor will be required to furnish to the contracting The Federal Water Pollution Control Administration may officer written evidence of the registration of his program withhold or cause I. be withheld from the contractor so and apprentices as well as of the appropriate ratios and much of the accrued payments or advances as may be wage rates, for the area of construction prior to using any considered necessary to pay laborers and mechanics apprentices on the contract work. employed by the contractor or any subcontractor on the work, (5) Compliance with Copeland Regulations (29 CFR Part the full amount of wages required by the contract. In the 3). The contractor shall comply with the Copeland Regula- event of failure to pay any laborer or mechanic employed or tions (29 CFR Part 3) of the Secretary of Labor which are working on the site of the work all or part of the wages herein incorporated by reference. required by the contract, the Federal Water Pollution (6) Subcontracts. The contractor will insert In any Control Administration may, after written notice to the subcontracts clauses (1) through(5) and (7)hereof and such contractor, sponsor, applicant, or owner, take such action other clauses as the Federal Water Pollution Control as may be necessary to cause the suspension of any Administration may by appropriate instructions require, and further payment, advance, or guarantee of funds until also a clause requiring the subcontractors to include these such violations have ceased, clauses in any lower tier subcontracts which they may enter (3)Payrolls and basic records. (i) Payrolls and basic into, together with a clause requiring this Insertion in any records relating thereto will be maintained during the further subcontracts that may in turn be made. course of the work and preserved for a period of three (7) Contract termination; debarment. A breach of clauses "(4) The contractor will comply with all provisions of (1) through (6)may be grounds for termination of the Executive Order No, 11246 of September 24, 1965, and of contract, and for debarment as provided in Regulations of the rules, regulations, and relevant orders of the Secretary the Secretary of Labor at 29 CFR 5.6. of Labor. (8) Overtime requirements. No contractor or subcontractor "(5) The contractor will furnish all information and reports contracting for any part of the contract work which may required by Executive Order No. 11246 of September 24, 1965, require or involve the employment of laborers or mechanics and by the rules, regulations, and orders of the Secretary of shall require or permit any laborer or mechanic in any work- Labor, or pursuant thereto, and will permit access to his week in which he is employed on such work to work in books, records, and accounts by the contracting agency and exceas of eight hours in any calendar day or in excess of the Secretary of Labor for purposes of investigation to forty hours in such workweek unless such laborer or ascertain compliance with such rules, regulations, and orders, mechanic receives compensation at a rate not less than one "(6) In the event of the contractor's noncompliance with and one-half times his basic rate of pay for all hours worked the nondiscrimination clauses of this contract or with any of In excess of eight hours in any calendar day or in excess of such rules, regulations, or orders, this contract may be forty hours in such workweek, as the case may be. cancelled, terminated or suspended in whole or in part and (9) Violation; liability for unpaid wages; liquidated the contractor may be declared ineligible for further Govern damages. In the event of any violation of the clause set ment contracts in accordance with procedures authorized in forth in paragraph (8), the contractor and any subcontractor Executive Order No. 11246 of September 24, 1965, and such responsible therefor shall be liable to any affected other sanctions may be imposed and remedies involved as employee for his unpaid wages. In addition, such contractor provided in Executive Order No. 11246 of September 24, 1965, and subcontractor shall be liable to the United States (in the or by rule, regulation, or order of the Secretary of Labor, or case of work done under contract for the Dishict of Columbia as otherwise provided by law. or a territory, to such district or such territory), for "(7) The conrrdctor will Include the provisions of Para- liquidated damages. Such liquidated damages shall be graphs (1) through(7) in every subcontract or purchase order computed with respect to each individual laborer or mechanic unless exerapted by rules, regulations, or orders of the employed in violation of the clause set forth in paragraph Secretary of Labor issued pursuant to Section 204 of (8), in the sum of$10 for each calendar day on which such Exect:tivc Order No. 11246 of September 24, 1965, so that employee was required or permitted to work in excess of such provisions will be binding upon each subcontractor or eight hours or in excess of the standard workweek of forty vendor. The contractor will take such action with respect to hours without payment of the overtime wages required by any subcontract or purchase order as the contracting agency the clause set forth in paragraph(8). may direct as a means of enforcing such provisions including (10) Withholding for unpaid wages and liquidated damages. sanctions for noncompliance: Provided, however, That in the The Federal Water Pollution Control Administration may event the contractor becomes involved in, or is threatened withhold or cause to be withheld, from any moneys payable on with, litigation with a subcontractor or vendor as a result of account of work performed by the contractor or subcontractor, such direction by the contracting agency, the contractor may such sums as may administratively be determined to be request the United States to enter into such litigation to necessary to satisfy any liabilities of such contractor or protect the interests of the United States." subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (9). (11) Subcontracts. The contractor shall insert in any sub- contracts the clauses set forth in paragraphs (8), (9), and (10)hereof and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. NONDISCRIMINATION PROVISIONS TO BE INCLUDED IN FEDERALLY ASSISTED CONSTRUCTION CONTRACTS "During the performance of this contract, the contractor agrees as follows: "(1)The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, color, or national origin. Such action shall Include, but net be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants foremployment. notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. "(2) The contractor will, in all solicitations or advertise. ments for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, or national origin. "(3) The contractor will send to each labor union or representative of workers with which he has s collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. JANUARY, 1967 NOTICE TO LABOR UNIONS OR OTHER ORGANIZATIONS OF WORKERS' NONDISCRIMINATION IN EMPLOYMENT To: (Name of Union or organization of workers) The undersigned currently holds contract(s) with the City of Jefferson, Missouri, involving funds or credit of the U.S. Government or (a) subcontract(s) with a prime contractor holding such contract(s). You are advised that under the provisions of the above contract(s) or subcontract(s) and in accordance with Executive Order 10925, section 301, dated March 6, 1961, and Executive Order 11114, dated June 22, 1963, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, creed, or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: HIRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION, RECRUITMENT, ADVERTISING, OR SOLICITATION FOR EMPLOYMENT TRAINING DURING EMPLOYMENT, RATES OF PAY OR OTHER FORMS OF COMPENSATION, SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION This notice is furnished you pursuant to the provisions of the above contract(s) or subcontract(s) and Executive Orders 10925 and 11114. Copies of this notice will be posted by the undersigned in conspicu- ous places available to employees or applicants for employment. t /s/ (Contractor or Subcontractor) (Date) TECHNICAL SPECIFICATIONS SECTION I MAJOR ITEMS OF EQUIPMENT 1. PARSHALL FLUME METER: This Item shall include the furnishing and installation of a Parshall Flume flow rate indicator and transmitter, and a flow rate recorder, indicator and totalizer. A float-actuated meter shall be installed as shown on the Plans to in- dicate the raw sewage flow rate as measured in the Parshall flume. The instrument shall have a range of from 0 to 34 mgd and shall transmit flow rate to a receiver in the Office of the Sewage Treatment Plant by means of a time impulse signal. The transmitter shall also control the proportioning ® of the effluent sampler in the Sludge Pump Room. ® The float shall be an 8-inch stainless steel ball and shall be suspended on a cable. The instrument case shall be of die-cast aluminum mounted on a 2-inch pipe stand and shall be suitable for outdoor mounting. All linkages shall be of stainless steel. The meter shall indicate the flow rate on a 10-inch evenly graduated scale. The receiver shall be suitable for panel mounting and shall have a die cast aluminum case with black baked enamel finish and a gasketed hinged door with a glass window. The receiver shall indicate, record, and totalize the raw sewage flow rate. The receiver shall have a range of 0 to 34 mgd. The case shall have a laminoid identification plate as follows: "Raw Sewage Flow" The flow rate shall be recorded on evenly graduated 12-inch circular charts which make one revolution every 24 hours. The flow rate shall be indicated on a 5-inch evenly graduated scale. The receiver shall indicate total flow rate in gallons on a 7-digit counter with a decimal multiplier, if necessary, mounted in the instrument case. The mechanisms in the receiver shall be operated by a 120 volt, 60 cycle clock mechanism. A power pack to furnish the telemetered signal shall be suitable for 120 volt, 60 cycle, single phase current. With the receiver there shall be supplied one year's supply of charts and ink and the required tools and instructions for erection and operation. I-1 Included with the entire system described above shall be the services of a representative from the company furnishing the equipment, who shall check the installation of the entire system and make all necessary adjustments and calibrations to ensure its accuracy. The supplier of the system shall furnish a written guarantee that all materials and workmanship of equipment furnished by him are first class and free from defects, and that he will, .upon notice and without delay, furnish and install or repair, without expense to the Owner, the whole or any part of the equipment furnished by him hereunder which shall within a year from date of final acceptance of such equipment, fail or develop unfitness for the purpose intended, as the result of any defect in design, materials or workmanship. am The supplier shall further guarantee that the equipment furnished by him will perform the service for which it is designed in a satisfactory manner and will meet the requirements for service in operation and will meet all performance guarantees. Detailed maintenance and operating instructions shall be furnished in accordance with Section III, Paragraph of these Specifications. Equipment offered under sub-item (a) of this Item in the Proposal shall be as manufactured by Fischer & Porter. Equipment offered under other than sub-item (a) of this Item in the Pro- posal shall be of the manufacturer's design in general conformance with the above specifications. 2. COMMINUTING EQUIPMENT: This Item shall include the furnishing and installation of two motor- driven comminuting mechanisms as shown on the Plans and as defined in the following specifications. am Each machine shall continuously and automatically cut and screen the coarse material in the raw sewage at or below the line of flow without removing the screenings from the sewage. Each mechanism shall have a semi-circular stainless steel screen with horizontal slots each 318 inch wide.. All sewage solids shall be cut and sheared to such size as will permit them to pass through the slots in the screen. Each unit shall be designed to pass an average flow of 4.0 mgd and a maximum hourly flow of 11.3 mgd. Cutter bars shall be of stainless steel and readily removed for sharpen- ing or replacement. All castings shall be of the finest grade cast alloy iron. A removable aluminum baffle shall be supplied for each unit that extends from the top of the cutter bar assembly to Elevation 556. I-2 Each mechanism shall be furnished with one complete set of extra stationary and oscillating cutters. The mechanism shall be driven by a 1.5 HP squirrel cage induction type outdoor weatherproof motor, designed for operation in moist atmosphere and equipped with windings especially impregnated to resist moisture. The motor shall be suitable for 460 volt (plus or minus 10 per cent) , 3 phase, 60 cycle current. The power transmission from the motor to the screenings and cutting element shall be by means of a vertical gear reduction unit furnished by the motor manufacturer as an integral part of the motor. The gear motor shall be mounted directly on the comminutor in the close- coupled arrangement. Detailed maintenance and operating instructions shall be furnished in ac- cordance with Section III, Paragraph 74, of these Specifications. In order to ensure proper installation of the equipment, the Contractor shall be required to have a competent representative of the equipment inspect the equipment and its installation before the equipment is put into operation. Equipment offered under sub-item (a) of this Item in the Proposal shall be a 25-6 Comminutor as manufactured by Worthington Corporation. Equipment offered under other than sub-item (a) of this Item shall be of the manufacturer's design in general conformance with the above specifications. 3. PRE-AERATION BLOWER UNITS: This Item shall include the furnishing and installation of the two blower units and all accessories, all suitable for outdoor installation, in com- pliance with the following specifications. Each blower shall be of the horizontal type driven by an electric motor through a V-belt drive, complete with guard, as shown on the Plans. Complete blower and motor unit must be engineered to produce an installation of minimum Ma noise and vibration, and highest efficiency. In order to centralize responsibility and to facilitate maintenance and service, it is intended that the blowers and accessories be furnished by one manufacturer, all in accordance with the following specifications. The blowers shall be identical and suitable for delivery of the air supply to the air diffusion equipment in the Pre-Aeration Tanks. The blowers shall be of the rotary positive displacement type, of the two-lobe involute design, suitable for continuous operation. Each blower shall have a capacity of 345 cubic feet of free air per minute measured at the blower inlet when operating under the following conditions: Blower Discharge Pressure - 7.0 pounds per square inch gauge Inlet Air Temperature - 70 degrees F. I-3 The impeller cases shall be strongly ribbed to prevent distortion when operating at rated pressure. Impellers shall be close-grain cast iron strongly ribbed internally. Impellers shall be machined on all exterior sur- faces for operating at close tolerances. Shafts shall be made of machined steel and securely fastened into the impellers. Each blower shall be equipped with four heavy duty anti-friction bearings. The unit shal have two timing gears to maintain accurate position of the impellers. The tip speed of the gears shall not exceed 2,500 feet per minute. These gears shall be enclosed in an oil-tight housing and shall be lubricated by a splash oiling system from oil maintained in the gear housing. Gear end bearings shall be splash oil-lubricated from the same reservoir. Grease vents shall be located in the drive bearing housing to prevent rupture of the grease seals from over-greasing. Air vents shall be located between the seals and the impeller chamber to relieve excessive pressure on the seals. The blower intake and discharge openings shall have threaded connections. Each blower unit shall be mounted on a single cast iron or fabricated bedplate designed for anchoring to a concrete foundation. Complete units shall be carefully finished, filled and given one shop coat of lead-free casting paint. Each blower shall be driven by a totally-enclosed fan-cooled squirrel cage induction motor with Class B insulation suitable for 460 volt (plus or minus 10 per cent) , 60 cycle, 3 phase current. Motors shall be of a size capable of operating the blowers at design conditions without exceeding the nominal horsepower of the motor and with a temperature rise not to exceed 60 degrees C. Motor synchronous speeds shall not exceed 1,800 rpm. Each blower shall be provided with a combination inlet filter and silencer, check valve, relief valve, flexible connection for the discharge, and a discharge silencer. An additional combination inlet filter and silencer for the air intake in the thickener unit shall also be provided. The inlet filter and silencer shall be similar or equal to a Model 10MU with hood and with 5-inch fpt base connections, as manufactured by Air-Maze Corporation. The discharge silencer shall be similar or equal to a Model UR-4 Chamber Type Discharge Silencer with 5-inch flanged inlet and outlet connections as manu- factured by Universal Silencer Corporation. Check valves shall be of the size shown on the Plans and shall be similar or equal to Tesco check valves as manufactured by Tesco Engineering Company, Inc., with carbon steel bodies, Buna-N seat material, and external adjustable counterweights. Pressure relief valves shall be of the size shown on the Plans, suitable for the blower con- ditions, and shall be similar or equal to weight loaded pressure relief valves as manufactured by Fuller Company. The flexible connections shall be as furnished by Sutorbilt Corporation. I-4 Detailed maintenance and operating instructions shall be furnished in accordance with Section III, Paragraph 74, of these Specifications. f In order to ensure proper installation of the equipment, the Contractor shall be required to have a competent representative of the equipment manu- facturer inspect the equipment and its installation before it is put into operation. Equipment offered under sub-item (a) of this Item in the Proposal shall be a Size 6MV California Series Blower, as manufactured by Sutorbilt Corporation. Equipment offered under other than sub-item (a) of this Item in the Proposal shall be of the manufacturer's design in general conformance with the above specifications. 4. AIR DIFFUSION EQUIPMENT: This Item shall include the furnishing and installation of the aeration headers, consisting of a header with air diffusion equipment suitable for installation in the Pre-Aeration Tanks as shown on the Plans, and as defined by the following Specif ications. The headers shall be 1-1/2-inch diameter aluminum pipe with a tee for connecting the 2-inch drop pipe. The tee shall be a galvanized malleable iron fitting. Each header shall be of the length shown on the Plans. The diffusers shall be spaced at approximately 1-foot 10-inch centers along the header and shall be made of Delrin plastic with 3/4-inch pipe threads for mounting on the header. A ball check valve shall be provided to prevent back flow of solids into the air header. The unit shall be readily disassembled for cleaning. Each unit shall have a capacity of at least 10 efm of air with a head loss not to exceed 0.4 psi. Equipment offered under sub-item (a) of this Item in the Proposal shall be as manufactured by Link Belt Company. Equipment offered under other than sub-item (a) of this Item in the Proposal shall be of the manufacturer's design in general conformance with the above specifications. 5. CLARIFIER MECHANISMS• This Item shall include the furnishing and installation of two circular sludge collectors with provision for surface skimming in circular concrete tanks 60 feet 0 inches in diameter, with a side water depth of 9 feet, a free board of 4 feet, and a bottom sloping radially one inch per foot, as shown on the Plans and as defined in the following specifications. jEach clarifier mechanism shall be of the center column, siphon feed and . peripheral overflow type, with the center driving mechanism supporting and I-5 rotating a center cage with two rake arms attached thereto. The mechanisms shall be suitable to operate with loads of not less than 14,450 foot pounds of torque before the overload turns the drive motor off. A momentary peak torque of 69,000 foot pounds shall be sustained by the gears. All submerged structural steel members, except as specifically noted herein, shall have a minimum thickness of 1/4 inch. The complete machine shall be of sufficient structural and mechanical strength to sweep in the 2-inch grout on the tank bottom under its own power. The clarifier mechanism shall operate at a speed of approximately 2.76 revolutions per hour and shall be arranged to move the settled sludge to a hopper at the center of the tank. The design of the sludge collection units shall be such that no chains, sprockets, bearing or operating mechanism will be below the liquid surface or in contact with the liquid. Peripheral or traction drive clarifiers will not be considered to meet these specifications. The equipment is to be shop assembled, marked and knocked down for shipping in order to ensure proper fitting of the parts. The manufacturer of the equipment shall furnish a field engineer for at least three days to inspect the equipment after erection, supervise any nec- essary adjustments, and instruct the Owner's personnel during the initial operating period. Additional time, including additional trips, shall be provided, if necessary, to ensure that the equipment is properly installed. The equipment to be furnished and installed shall be of the highest quality of workmanship and material and units of similar design and con- struction by the same manufacturer shall have been in service on similar installations elsewhere for a period of at least three years. A' cylindrical steel center column having diffuser ports at the upper end shall be furnished for mounting over the influent port at the center of the tank floor to support the complete mechanism and one end of the walkway with any attachments. The center column shall have a minimum diameter of 2 feet to secure a low inlet velocity into the influent well. The center column shall be designed to take the full torque developed by the mechanism with none to be transmitted to the walkway. A steel center cage shall be hung from the internal gear and shall be of sufficient strength and stiffness to support and rotate the rake arms. The center mechanism shall consist of a turntable base, an internal gear and a pinion, and shall be designed so that the balls and strip liners can be removed without removing the walkway. The turntable base shall be bolted to the center column, shall be a high-grade iron casting of 40,000-pound minimum test and shall be designed to support the internal gear with the rotating mechanism and the walkway. Welded steel construction of the base will not be permitted. The oil piping shall terminate within the center of the base for easy access. The turntable base shall have an annular ball race upon which the internal gear rotates. The ball race shall have a large diameter to secure a low unit 1-6 ball load with a resulting long life and to assure stability without the nec- essity of guide shoes or bearings. The race shall use large diameter alloy steel balls which shall bear vertically and horizontally on four renewable special hardened steel liner strips force fitted (pins or cap screws not per- mitted) into the turntable base and internal gear. The balls shall. run in an oil bath which shall be protected by a felt seal and steel dust shield. The internal gear shall be a high-grade iron casting of 40,000 pound minimum test and shall be designed to support the center cage and rake arms. The internal gear shall be driven by a heat-treated Meehanite metal pinion from the drive unit output shaft. The drive unit shall be secured to the turntable base and shall consist of a worm gear reduction unit driven by a gear motor through a roller chain. The worm gear shall be keyed to the drive pinion shaft. The thrust of the worm shaft shall be taken by a ball thrust bearing retained by a compression spring and set for operating an overload device. The gear motor shall be mounted on the walkway, at least 24 inches above the liquid level; shall be of ample size to operate the clarifier and shall be a totally enclosed horizontal type mounted on top of the worm gear housing for operation on 3 phase, 60 cycle, 460 volt (plus or minus 10 per cent) . current. The motor shall comply with the standard NEMA Specifications for outdoor service and have a rating of at least 1/2 horsepower. The overload device shall be actuated by the thrust from the Worm shaft and shall have a pointer to indicate the load on the mechanism at all times. The overload device shall have two mercury switches, one adjusted to sound an alarm signal when the load on the mechanism approaches an overload, and the other to open the motor circuit when an excessive overload occurs. The overload device must be enclosed in a separate weatherproof cast-iron housing. The walkway shall extend from the tank side to the center and shall be supported by two 10-inch deep structural members. The walkway shall be de- signed for a uniform live load of 20 pounds per square foot plus the dead loads. The walk shall be made of 3/16-inch checkered steel plate at least 3 feet wide and shall be provided with 1-1/4-inch double steel pipe, Schedule 40, handrailing 3 feet 6 inches high extending along both sides and around t the drive unit. The lower handrail shall be 2 feet above the walkway. An influent well shall be supported around the outside of the center cage to diffuse the feed into the tank without disturbance. The influent well shall be 9 feet in diameter and project 2 feet 9 inches below the liquid level, shall be made of 3/16-inch steel plate with necessary stiffening angles, and shall be provided with a baffled slot (baffle to be removable) at water level to permit escape of floating material. Two structural steel arms, of truss construction, conforming to the slope of the tank floor, shall be rigidly connected to the center cage and shall be provided with steel blades to rake and flow the settled sludge along the tank bottom to the sludge pocket at the center of the tank. Guy and/or tie rods r I-7 for support of the truss arms will not be permitted. The blade setting shall be identical for each arm with the blades so spaced that the entire tank bottom is scraped twice for each revolution of the mechanism. The main rake blades shall have a minimum length of 7 feet 6 inches. Radial blades shall be furnished to take into the center pit. Blades shall be fabricated of 1/4-inch steel plate, and adjustable spring brass squeegees shall be furnished to project 1-1/2 inches below the bottom of the blade and to be secured thereto by brass bolts with brass nuts. A skimming device shall be furnished to move the floating scum outward to the periphery of the tank where it shall be collected and automatically conveyed into a scum trough. The skimming device shall be supported from a rake arm and shall consist of a hinged skimming blade and a scum trough with a shelf. Skimming devices which ride on the peripheral scum baffle will not be permitted. The hinged blade shall be made of steel and shall be the width of the scum trough with a steel wearing plate on its outer edge and neoprene strips on the bottom and inner edges to seal the entrapped scum and water when discharging into the trough. The hinged blade shall be constantly forced against the scum baffle on the tank by a coil spring arrangement to keep the scum baffle scraped clean. The coil spring must be enclosed in a cast-iron housing to protect it from the weather and the housing shall be bronze bushed and grease lubricated for easy movement of the hinged blade. The hinged blade shall be designed so that it is carried across the opening of the scum trough without resting on the bottom neoprene strip. Bars across the scum trough opening will not be permitted. The hinged blade shall be ad- justable so that the quantity of liquid discharged with the scum can be varied, and shall be so designed that the blade can move in a vertical plane so that the bottom edge of the blade is always in contact with the scum trough, even if the trough is not horizontal. The hinged blade shall be so designed that it can be raised and held inactive above the water level when skimming is not required. The scum trough and shelf shall be adequately supported from the tank wall and have a minimum length of 4 feet 9 inches and shall be of steel or moulded fiberglass construction. The effluent weir shall be a 1/4-inch steel plate 9 inches wide anchored to the concrete with steel hook anchor bolts. The weir plate shall have "V" notches as shown on the drawings and shall use butt plates at the joints. The scum baffle shall be a 1/4-inch steel plate 12 inches wide supported from the wall by two angles for adjustment. The scum baffle shall be adjusted to form a true circle and shall project 3 inches above the liquid surface. All surfaces of fabricated steel parts shall be thoroughly dry and free of all rust, grease and dirt before applying shop painting. Dirt shall be removed by blowing off the dust and/or washing with solvent. Greasy or oily surfaces shall be cleaned with benzene or mineral spirits. Rust shall be re- moved by wire brushing or the use of a rust-removing solvent such as "Ferrox" or equal. Surfaces to be submerged shall be sandblasted and primed with one coat of Inertol Company "Poxitar" Primer or equal. Surfaces not to be sub- merged shall be primed with one coat of Inertol Company "Rustinhibitive" Primer No. 621, or equal. I-8 Surfaces of castings shall be prepared for painting by using a brush- applied filler and/or a knife-applied filler as required. These fillers are not to be used to conceal cracks, gasholes or excessive porosity. Castings shall receive one coat of red oxide-zinc chromate primer followed by one coat of machinery enamel gray-green. Paint shall be thoroughly mixed and applied in a workmanlike manner in conformance with the manufacturer's recommendations. Sufficient drying time must be allowed before further handling. A NEMA Type 4 alarm signal horn shall be furnished and shall be wired in accordance with the clarifier manufacturer's recommendations. The equipment shall be erected by the Contractor and the erection work shall include furnishing the necessary oil and grease for initial operation. The grades of oil and grease shall be in accordance with the recommendations of the equipment manufacturer. Detailed maintenance and operating instructions shall be furnished in accordance with Section III, Paragraph 74, of these Specifications. Equipment offered under sub-item (a) of this Item in the Proposal shall . be Type S-8 mechanisms, as manufactured by Dorr-Oliver, Inc. Equipment offered under other than sub-item (a) of this Item shall be of the manufacturer's design in general conformance with the above specifications. 6. HIGH WATER PUMPING STATION PUMPING UNITS: This item shall include the furnishing and installation of the three pumping units to be installed in the High Water Pumping Station to pump the settled sewage to the outfall sewer during high river stage, complete with all accessories in compliance with the following specifications. (Note: The Effluent Pump is not a part of this item.) a. Description. The pumping units shall be designed to operate, either ® continuously or intermittently, pumping settled sewage. ® Two of the pumps shall be identical and shall be angle flow pumps with the following design conditions: Capacity - gallons per minute: 3,900 Design TDH - feet 7 Minimum TDH - feet 6 Maximum shut-off head - feet 16 Maximum full load speed 585 RPM + I-9 The third pump shall be a propeller pump and shall have the following design conditions: Capacity - gpm 5,450 Design TDH - feet 7 Minimum TDH - feet 6 Maximum TDH - feet 14 Maximum full load speed 700 RPM + Each angle flow pumping unit shall be of the heavy-duty, vertical, wet-pit, single suction type suitable for pumping sewage. The two pumps shall be identical and shall be supported by large cast-iron feet, cast integrally with the pump suction nozzle. Suction nozzles shall be furnished with hand- holes and removable covers. The pumps shall be connected to the driver by vertical enclosed rigid type line shaft supported by sleeve bearings at a minimum of 5 feet. The shafting shall be suitable for submersion in sewage. A two-piece top shaft and coupling shall be provided. Motor bases shall. be furnished and provide access to the upper coupling from the motor floor. The pumps shall be capable of handling a 5-inch solid, and shall have a minimum suction and discharge outlet size of 14 inches. Pump casings shall be of cast iron, hydrostatically tested to at least 45 psi. Suction and discharge connections shall be 125-pound ASA standard flanges. The casings shall be provided with all necessary vent and drain connections, and lifting lugs or eyebolts. Pump impellers shall be of the enclosed mixed-flow type, and made of bronze. The impellers shall be specially designed to pass solids and stringy material incurred in sewage. Impellers shall be dynamically balanced. Re- movable wearing rings of stainless steel shall be furnished on the impellers and suction heads. The cast iron frame shall carry two bronze sleeve bearings. It shall be accurately centered and bolted to the backhead and pump casing. Large openings shall be provided in the frame adjacent to the stuffing box to facilitate repacking and adjustments. Pump shafts shall be of heat-treated 316 stainless steel, accurately machined and ground over their entire length. Shafts shall be protected from wear in the stuffing boxes by bronze shaft sleeves. The shafts shall be tapered at the coupling end for easy removal of the pump half coupling. Pump stuffing boxes shall be readily accessible and be suitable for grease sealing. The packing gland shall be of the bronze split type. Grease I-10 piping of 316 stainless steel tubing shall be extended to the top of the structure to facilitate adding grease. Pump bearings shall be provided with two cast iron split bearing shells lined with a high grade of bronze metal. The entire pump thrust load shall be carried by the top motor bearing. Bearings shall be grease-lubricated. Suitable closures shall be provided to prevent loss of the lubricant. Grease lines of 316 stainless steel tubing shall be extended to the top of the structure for adding lubricant. A separate grease line shall be used for each bearing. A tapped opening for draining the lubrication shall also be provided. All assembly and flange bolts shall be 316 stainless steel. The propeller pump shall be an axial flow pump with a below-ground dis- charge. The motor shall be built to form an integral part of the pump base assembly. The thrust bearing shall have ample capacity to carry the weight of all the rotating parts plus any unbalanced hydraulic thrust of the pump propeller with an ample safety factor. A suitable base of fabricated steel shall be provided for mounting the motor. This base shall have a foundation plate which shall be of sufficient area and thickness to support the weight of the entire pumping unit. The discharge elbow shall be furnished with a plain end for a Dresser coupling. No guide or splitter vanes shall be installed in the elbow. The supporting column between the base and the pump assembly shall be made of 1/4-inch steel plate having welded flanged connections. The column shall be capable of supporting the entire weight of the pump. The line shafting shall be turned, ground, and polished precision shafting of ample size to operate the pump without distortion or vibration. The shaft shall be furnished in interchangeable sections not over 10 feet in length, and shall be coupled with extra strong threaded steel couplings machined from solid bar of steel. An enclosing tube shall be provided to house the dry shrift. It shall be of extra strong pipe furnished in interchangeable sections not to exceed 5 feet in length and with ends machined to receive bronze couplings. The couplings shall be so constructed as to act as line shaft bearings„ Bear- ings shall be grease-lubricated. Grease lines of 316 stainless steel tubing shall be extended to the top of the structure for adding lubricant. A separate grease line shall be used for each bearing. A tapped opening for draining the lubrication shall also be provided. The pump bowl shall be of close-grained cast iron having minimum tensile strength of 35,000 pounds per square inch, free from blow holes, sand holes, or other faults accurately machined and fitted to close dimensions. The surface of all water passages shall be smooth as practical end properly de- signed to secure the best operation. The suction inlet shall be flared to I-11 reduce the entrance losses and shall have a sufficient number of diffusion vanes to minimize the hydraulic losses, and to support the lower pump shaft bearing. The propellers shall be made of cast bronze and shall be perfectly bal- anced mechanically and hydraulically. They shall be locked securely to the propeller shaft in such a manner that the connection will transmit the maxi- mum power that may occur under the operating conditions indicated. The propeller shaft shall be of not less than 12 per cent chrome stainless steel of ample size to transmit the maximum load without distortion or vibration. The pump shaft shall be supported by bearings located on each side of every propeller. Tests with certified test curves for the proposed equipment shall be furnished. Pumps shall be tested in the factory of the pump manufacturer in accordance with the Standards of the Hydraulic Institute. The electric motors to drive the pumps shall be vertical squirrel cage induction motors suitable for 460 volt (plus or minus 10 per cent) , 3 phase, 60 cycle current. The motors shall be of ample size to drive the pumps throughout the operating head range without exceeding the nominal horsepower rating with a temperature rise of not more than 60 degrees C. Motors shall be suitable for outdoor service, equipped with strip heaters. Pumps and motors shall be set plumb and level. The shaft shall be care- fully set in vertical alignment. The pump and motor shall be installed in accordance with Section III, Paragraph 72, of these Specifications and the recommendations of the manufacturer. Detailed maintenance and operating instructions shall be furnished in accordance with Section III, Paragraph 74, of these Specifications. In order to ensure proper installation of the equipment, the Contractor shall be required to have a competent representative of the equipment inspect the equipment and its installation before it is put into operation. Equipment offered under sub-item (a) of this Item in the Proposal shall be two 571OW angle--flow, single-stage pumps, and one 6360 propeller pump as manufactured by Fairbanks Morse Company. Equipment offered under other than sub-item (a) of this Item in the Proposal shall be of the manufacturer's design in general conformance with the above specification. 7. GRIT PUMPS: This Item shall include the furnishing and installation of two grit pumps of the horizontal vortex-type, complete with all required motors, supports and accessories. Each pump shall be equipped with a variable speed drive and be rated for 250 gpm against a total dynamic head of 37 feet at a maximum speed of 1,100 rpm. Each pumping unit shall have a 4-inch suction, and 3-inch dis- charge connection, and shall be suitable for installation as shown on the Plans. I-12 Pump casings shall be constructed of Ni-Hard material and shall be com- pletely open from suction to discharge with no wearing rings or impeller base plates required. All internal case clearances shall be equal to the discharge diameter so that all material which will pass through the discharge will pass through the pump. All cast parta shall be furnished in an "as cast" condition. Each impeller shall be of the recessed design, constructed of Ni-Hard material and shall be mounted completely out of the flow path between the pump inlet and the discharge connection so that the solids pumped are not required to flow through the impellers. The impellers shall be babbitted to a tapered shaft and secured by an impeller bolt. A removable weir plate shall be provided back of the impellers. Each shaft shall be of forged steel, and shall be protected throughout the packing area by a removable chrome-plated steel shaft sleeve. All stuff- ing boxes shall contain graphite-impregnated asbestos packing rings and bronze lantern rings arranged for grease lubrication. Radial and thrust ball bearings-shall be provided, which shall safely carry all radial and thrust loads. Lubrication shall be an oil bath. The oil reservoir shall be sealed at each end to prevent the entrance of foreign material. Motors shall be of ample size to operate the pumps, but shall be not less than 10 horsepower. Motors shall be of the open drip-proof epoxy encap- sulated type, and operate on 460 volt, 3 phase, 60 cycle current. The motor shall be of nationally known manufacture and conform to all NEMA Standards. The horizontal pump and motor shall rest on a fabricated base, as shown on the Plans, suitably constructed to support the full weight of pump and motor. The variable speed drive arrangement provided shall include belts and sheaves to drive the pump at the specified conditions and shall permit the pump speed to be changed when the unit is stopped. An enclosed belt guard shall be provided. Detailed maintenance and operating instructions shall be furnished in accordance with Section III, Paragraph 74, of these Specifications. tEquipment offered under sub-item (a) of this Item in the Proposal shall be Model C, Torque-Flow Pump, as manufactured by Wemco. Equipment offered under other than sub-item (a) of this Item in the Pro- posal shall be of the manufacturer's design in general conformance with the above specification. 8. CLARIFIER UNDERFLOW PUMPS: This Item shall include the furnishing and installation of two clarifier underflow pumps. Each unit will be used for pumping raw sewage sludge and shall be suitable for installation as shown on the Plans. The pump shall be r I-13 of the horizontal type with variable speed drive. The motor shall be mounted on a rugged frame over the pump. ' The pump shall have a rated capacity of 210 gallons per minute against 26 feet total head at a maximum pump speed of 1,400 rpm. Minimum head on the pump shall be 20 feet. Pumps will have a positive head on the suction at all times. The pump shall be capable of operating at 105 gpm at 25 feet by slowing the speed of the pump. Pump casings bearing housings and pedestals shall be fabricated of close- grained cast iron of a thickness to withstand all strains and pressures incident to the operation, installation, or handling of the pump. `Me casing head shall be cast separately from the volute and so built that the entire impeller may be removed from the end. Each pump shall be equipped with a suction elbow and two handholes, one in the suction elbow, and one in the pump casing. The interior surface of the handholes shall offer no obstruction to the passage of the sludge. Air vents shall be provided in the top of the casing. Suction and dis- charge flanges shall be drilled and tapped for 3/4-inch IFS gauge connections. Pump impellers shall be of the bladeless impeller type made of cast iron and free from any kind of imperfection. They shall be cast in one piece and shall be carefully finished all over to a smooth surface, statically and dynamically balanced and designed for the service specified. Suitable means shall be provided for locking the impeller to the shaft to prevent damage during normal operation and when the direction of rotation is reversed. Im- peller nuts (if any) holding the impeller to the shaft shall be recessed and designed for smooth flow at the entrance. The impeller shall be provided with renewable Ni-Resist or 304 stainless steel wearing rings, or shaft adjustment to permit maintaining of normal clearances. It shall be non-clogging and shall be capable of passing 2-1/2-inch spheres. Pump shafts shall be fabricated of forged open hearth steel, or high grade manganese alloy steel, or approved equal, center turned, and accurately ground to size and carefully polished. The shaft shall be of ample size to easily transmit without undue strain the power required, with low working stresses in the metal. Shafts shall be completely protected from corrosive or abrasive action of the liquid pumped, with bronze, 304 stainless steel, or monel metal sleeves extending through the packing gland. Pump bearings shall be of the ball bearing type with at least one of the combined radial and thrust type and of liberal size to provide a large factor of safety. Special grease seals shall be provided to prevent loss of grease. The entire bearing assembly shall be dust and moisture-proof. I-14 Stuffing boxes shall be of a deep design to house ample packing rings. Glands shall be fabricated of hard bronze of the split type with gland screws, equipped with brass nuts. Motors shall be of ample size to operate the pumps at the specified condition but shall be not less than 5 horsepower. Motors shall be of the open drip-proof epoxy encapsulated type, and operate on 460 volt, 3 phase, 60 cycle current. The motors shall be of nationally known manufacture and conform to all NEMA Standards. Each horizontal pump and motor shall rest on a fabricated base, as shown on the Plans, suitably constructed to support the full weight of pump and motor. The variable speed drive arrangement provided shall include belts and sheaves to drive the pump at the specified conditions and shall permit the pump speed to be changed when the unit is stopped. An enclosed belt guard shall be provided. Detailed maintenance and operating instructions shall be furnished in accordance with Section III, Paragraph 74, of these Specifications. In order to ensure proper installation of the equipment, the Contractor shall be required to have a competent representative of the equipment inspect the equipment and its installation before it is put into operation. Equipment offered under sub-item (a) for this Item of the Proposal shall be 3-inch 5420 Series Bladeless Impeller Pumps, as manufactured by Fairbanks Morse Company. Equipment offered under other than sub-item (a) for this Item of .the Proposal shall be of the manufacturer's design in substantial compliance with the above specifications. 9. SCUM PUMP: This Item shall include the furnishing and installation of the scum pump, as defined by the following specifications. The scum pump shall be of the plunger or diaphragm type having a capacity of 90 gallons a minute against a total head of 30 feet, suitable for pumping grease or raw sewage sludge. Suction and discharge valves shall be of the ball type with iron or bronze seats, rubber balls, and quick opening covers. The pump body, plunger, and valve chambers shall be castings of heavy gray iron. Pump capacity shall.be variable by means of an adjustable stroke. The pumps shall be driven by drip-proof motors of ample size and proper speed to operate the pumps at maximum capacity against maximum head, through flexible V-belts and totally enclosed geared speed reducers operating in oil. Motors shall be suitable for 460 volt (plus or minus 10 per cent) , 3 phase, 60 cycle current. I-15 Adequate air chambers shall be provided on the pump suctions and discharges. The pump and motor shall be mounted on a single base plate or steel frame. j A revolution counter with six figures; and automatic oiler; and 3/4-inch IPS tapped connections for suction and discharge gauges shall be provided on each PUMP. Detailed maintenance and operating instructions shall be furnished in accordance with Section III, Paragraph 74, of these Specifications. In order to ensure proper installation of the equipment, the Contractor shall be required to have a competent representative of the equipment inspect the equipment and its installation before it is put into operation. Equipment offered under sub-item (a) of this Item of the Proposal shall be Model PE-81 WA-2, as manufactured by Marlow Pumps, a Division of Bell & Gossett Company. Equipment offered under other than sub-item (a) of this Item shall be of the manufacturer's design in general conformance with the above specifications. 10. THICKENER MECMANISM: This Item shall include the furnishing and installation of a circular An sludge thickener mechanism with provision for surface skimming in a circular concrete tank 30 feet 0 inches in diameter, with a side water depth of 10 feet and a bottom sloping radially 2-3/4 inches per foot, as shown on the Plans and as defined in the following specifications. The thickener mechanism shall be of the center column, siphon feed and peripheral overflow type, with the center driving mechanism supporting and rotating a center cage with thickening arms attached thereto. All submerged structural steel members, except as specifically noted herein, shall have a minimum thickness of 1,/4 inch. The complete machine shall be of sufficient as structural and mechanical strength to sweep in the 2-inch grout on the tank va bottom under its own power. The thickener mechanism shall operate at a speed of approximately 7.3 revolutions per hour and shall be arranged to move the settled sludge to a hopper at the center of the tank. The design of the sludge collection units shall be such that no chains, sprockets, bearing or operating mechanism will be below the liquid surface or in contact with the liquid. Peripheral or traction drive clarifiers will not be considered to meet these specifications. The equipment is to be shop-assembled, marked and knocked down for shipping in order to ensure proper fitting of the parts. The manufacturer of the equipment shall furnish a field engineer for at least three days to inspect the equipment after erection, supervise any nec- essary adjustments, and instruct the Owner's personnel during the initial operating period. Additional time, including additional trips, shall be pro- vided, if necessary, to ensure that the equipment is properly installed. I-16 The equipment to be furnished and installed shall be of the highest quality of workmanship and material and units of similar design and construc- tion by the same manufacturer shall have been in service on similar installa- tions elsewhere for a period of at least three years. A cylindrical steel center column having diffuser ports at the upper end shall be furnished for mounting over the influent port at the center of the tank floor to support the complete mechanism and one end of the walkway with any attachments. The center column shall have a minimum diameter. of 2 feet to secure a low inlet velocity into the influent well. The center column shall be designed to take the full torque developed by the mechanism with none to be transmitted to the walkway. A steel center cage shall be hung from the internal gear and shall be of sufficient strength and stiffness to support and rotate the rake arms. The center mechanism shall consist of a turntable base, an internal gear and a pinion, and shall be designed so that the balls and strip liners can be removed without removing the walkway. The turntable base shall be bolted to the center column, shall be a high- grade, iron casting, 40,000-pound minimum test and shall be designed to support . the internal gear with the rotating mechanism and the walkway. Welded steel construction of the base will not be permitted. The oil piping shall terminate within the center of the base for easy access. The turntable base shall have an annular ball race upon which the internal gear rotates. The ball race shall have a minimum diameter of 65 inches to secure a low unit ball load with a resulting long life and to assure stability without the necessity of guide shoes or bearings. The race shall use large diameter alloy steel balls which shall bear vertically and horizontally on four renewable special hardened steel liner strips force-fitted (pins or cap screws not permitted) into the turntable base and internal gear. The balls shall run in an oil bath which shall be pro- tected by a felt seal and steel dust shield. The internal gear shall be a high-grade iron casting of 40,000-pound minimum test and shall be designed to support the center cage and rake arms. The internal gear shall be driven by a hardened metal pinion from the drive unit output shaft. The drive unit shall be secured to the turntable base and shall consist -of a worm gear reduction unit driven by a gear motor through a roller chain. The worm gear shall be keyed to the drive pinion shaft. The thrust of the worm shaft shall be taken by a ball thrust bearing retained by a compression spring and set for operating an overload device. The gear motor shall be mounted on the walkway, at least 24 inches above the liquid level; shall be of ample size to operate the clarifier and shall be a totally enclosed explosion-proof horizontal type mounted on top of the I-17 worm ,gear housing for operation on 3 phase, 60 cycle, 460 volt (plus or minus 10 per cent) current. The motor shall comply with the Standard NEMA Specifi- cations for explosion-proof service and have a rating of at least 1-1/2 horsepower. The complete mechanism shall be designed on the basis of an operating torque on the internal gear of 38,000 foot-pounds at the operating speed before the overload turns the drive motor off. The overload device shall be actuated by the thrust from the worm shaft and shall have a pointer to indicate the load on the mechanism at all times. The overload device shall have two mercury switches, one adjusted to sound an alarm signal when the load on the mechanism approaches an overload, and the other to open the motor circuit when an excessive overload occurs. The overload device must be enclosed in a separate explosion-proof cast-iron housing. The walkway shall extend from the tank side to the center and shall be supported by two 8-inch deep structural members. The walkway shall be de- signed for a uniform live load of 20 pounds per square foot plus the dead loads. The walk shall be made of 3/16-inch checkered steel plate at least 3 feet wide and shall be provided with 1-1/4-inch double steel pipe, Schedule 40, handrailing 3 feet 6 inches high extending along both sides and around the drive unit. The lower handrail shall be 2 feet above the walkway. The handrail shall be constructed to not interfere with the dome over the thickener. An influent well shall be supported around the outside of the center cage to diffuse the feed into the tank without disturbance. The influent well shall be 9 feet in diameter and project 5 feet below the liquid level, shall be made of 3/16-inch steel plate with necessary stiffening angles, and shall be provided with a baffled slot (baffle to be removable) at water level to permj.t escape of floating material. Two structural steel arms of truss construction shall be rigidly con- nected to the center cage and shall be provided with steel blades to rake and flow the thickened sludge along the tank bottom to the concentric sludge channel surrounding the center column. The truss arms shall not require the use of any guy or tie rods and the bottom chords shall be at least 2 feet 6 inches above the top of the sludge channel to minimize island formation and facilitate removal of concentrated underflow. Full-length arms shall be located 180 degrees apart, extending from the center cage to the outer wall. Rake blades shall be arranged to scrape the entire floor area twice per revolution. Stub arms shall be located 90 degrees to the long arms and each shall be provided with a standard rake blade to increase the rate of delivery of thickened sludge into the sludge channel. All rake blades shall be attached to the arms by vertical members which shall serve as thickening pickets. Blades shall be fabricated of 1/4-inch steel plate, and adjustable spring brass squeegees shall be furnished to project 1-1/2 inch below the bottom of the blade and to be secured thereto by brass bolts with brass nuts. I-18 Two structural steel center scrapers shall be attached to and supported by the center cage. The center scrapers shall be arranged to move the thickened solids within the concentric sludge channel to the point of withdrawal. A skimming device shall be furnished to move the floating ecum outward to the periphery of the tank where it shall be collected and automatically conveyed into a scrum trough. The skimming device shall be supported from a rake arm and shall consist of a hinged skimming blade and a scum trough with a shelf. Skimming devices which ride on the peripheral scum baffle will not be permitted. The hinged blade shall be made of steel and shall be the width of the scum trough with a steel wearing plate on its outer edge and neoprene strips on the bottom and inner edges to seal the entrapped scum and water when discharging into the trough. The hinged blade shall be con- stantly forced against the scum baffle on the tank by a coil spring arrange- ment to keep the scum baffle scraped .clean. The coil spring must be enclosed in a cast-iron housing to protect it from the weather and the housing shall be bronze-bushed and grease-lubricated for easy movement of the hinged blade. The hinged blade shall be designed so that it is carried across the opening of the scum trough without resting on the bottom neoprene strip. Bars across the scum trough opening will not be permitted. The hinged blade shall be adjustable so that the quantity of liquid discharged with the scum can be varied, and shall be so designed that the blade can move in a vertical plane so that the bottom edge of the blade is always in contact with the scum trough, even if the trough is not horizontal. The hinged blade shall be so designed that it can be raised and held inactive above the water level when skimming is not required. The scum trough and shelf shall be adequately supported from the tank wall and have a minimum length of 4 feet 9 inches and shall be of steel or moulded fiberglass. The effluent weir shall be a 1/4-inch steel plate 9 inches wide, anchored to the concrete with steel hook anchor bolts. The weir plate shall have "V" notches as shown on the drawings and shall use butt plates at the joints. The scum baffle shall be a 1/4-inch steel plate 12 inches wide supported from the wall by two angles for adjustment. The scum baffle shall be adjusted to form a true circle and shall project 3 inches above the liquid surface. All surfaces of fabricated steel parts shall be thoroughly dry and free of all rust, grease and dirt before applying shop painting. Dirt shall be removed by blowing off the dust and/or washing with solvent. Greasy or oily surfaces shall be cleaned with benzene or mineral spirits, Rust shall be re- moved by wire-brushing or the use of a rust-removing solvent such as "Ferrox" or equal. Surfaces to be submerged shall be sandblasted and primed with one coat of Inertol Company "Poxitar" Primer or equal.. Surfaces not to be sub- merged shall be primed with one coat of Inertol Company "Rustinhibitive" Primer No. 621, or equal. Surfaces of castings shall be prepared for painting by using a brush- applied filler and/or a knife-applied filler as required. These fillers are not to be used to conceal cracks, gasholes or excessive porosity. Castings I-19 shall receive one coat of red oxide-zinc chromate primer followed by one coat of machinery enamel gray-green. Paint shall be thoroughly mixed and applied in a workmanlike manner in as conformance with the manufacturer's recommendations. Sufficient drying time must be allowed before further handling. A NEMA Type 4 alarm signal horn shall be furnished and shall be wired in accordance with the clarifier manufacturer's recommendations. The equipment shall be erected by the Contractor and the erection work shall include furnishing the necessary oil and grease for initial operation. The grades of oil and grease shall be in accordance with the recommendations of the equipment manufacturer. Detailed maintenance and operating instructions shall be furnished in accordance with Section III, Paragraph 74, of these Specifications. Equipment offered under sub-item (a) of this Item in the Proposal shall be a Densludge Thickener, Type SD, as manufactured by Dorr-Oliver, Inc. Equipment offered under other than sub-item (a) of this Item shall be of the manufacturer's design in general conformance with the above specifications. 11. SLUDGE DEWATERING AND INCINERATION EQUIPMENT: a. Scope. This Item shall include the furnishing and installation, complete and ready for operation, of a dewatering and incineration system for primary sludge. All necessary components of the system, such as grit removal and dewatering equipment, sludge grinders, pumps, centrifuges, conveyors, feeders, combustion unit with auxiliaries, blowers, scrubber, ash handling equipment, structural steel supports, operating platforms, motor control center and instrument panel shall be installed as shown on the con- tract drawings or herein specified. The equipment shall be arranged so that a heat exchanger for the combustion air can be added in the future. The system shall include all necessary electrical wiring between the motor control center, motors, instrument panel and remote control devices. The system shall include necessary process piping from first flange: connection inside the building walls and all necessary air and exhaust gas ducting, including the necessary exhaust stack. Not included in this Item are the building and foundations required to i house the system described above; electrical power feeders to the motor con- trol center; potable water lines, pumps and appurtenances; ventilation fans; sump pumps, including suction lines, and 9-inch discharge piping; ash bin and screw conveyor; and electric lights, outlets, and other electrical service not directly associated with the process operation. Grout and flashing for all ducts or pipes through building walls or roof and all concrete embedded items such as conduits, pipes and anchor bolts shall not be furnished and installed under this Item. I-20 , b. Design Criteria. The design of the incineration system shall be based on a feed to the unit of 67 per cent moisture by weight with the balance of 33 per cent consisting of sewage sludge solids and required conditioners. The conditioned sewage solids, basis of design, shall be considered to be 70 per cent volatile solids with a heat value of 10,000 Btu per pound of volatile solids. The incineration system, when operated concurrently with the sludge dewatering system, shall have the capacity to continuously dispose of wet centrifuge cake by combustion to an inert ash containing not more than 3 per cent volatile matter. The design rate shall be 950 pounds dry solids per hour of centrifuge cake (excluding sludge conditioning agents) . When operating at the design oxidation rate, the density of the waste gases emitted from the combustion stack shall not exceed Ringelmann's Chart No. 1, as published by the United States Bureau of Mines, for more than five minutes in any hour. The fly ash content of the stack gases shall not exceed 0.1 grains per standard cubic foot. (A standard cubic foot of stack gas contains 6 per cent 02, moisture-free, corrected to a standard pressure and temperature.) When operating at design combustion rate, there shall be no hydrocarbons in the stack gases. For deodorization all gases which contact sewage sludge within the oxida- tion unit shall be raised to a temperature of not less than 1,400 degrees F. , after last contact with sludge before discharge to the scrubber. The incinera- tion system shall be a dust-free operation: Automatic and manual operation of the integrated dewatering and incin- eration system shall essentially be located at a central. control panel. For purposes of evaluating the performance, the central control panel must include the following indicators: 1. Oxygen Analyzer - For analyzing the stack gases as emitted to the atmosphere. 2. Air Flow Indicators - For all air input to the reactor unit. The basis of determining the operating capacity of the reactor unit, while maintaining at least 1,400 degrees F. toutlet gas temperature, will require the following data: a. Air Flows - total scfm b. Per cent excess air (determined by 02 analysis on exhaust gases) c. Btu per pound of total solids d. Auxiliary fuel at GPH and Bt,u/gallon. The common empirical relationship of 1 scf of air equals 100 Btu at theoretical air requirements is the basis of using the following formulas to determine the sludge total solids rate to the combustion unit. I-21 i r 1. Total Heat Input (X) - Btu/hr. X - (scfm air) 100 Btu/scf) (60 min/hr) 1.0 + X Excess Air 100% 2. Auxiliary Fuel Heat Input (Y) - Btu/hr. Y a (GPH) (Btu/gal) 3. Sludge Heat Input (Z) - Btu/hr. Z X - Y 4. Sludge Total Solids Rate - lbs/hr. Z (Btu/lb.• T.S. determined by lab analysis) Btu/lb T.S. c. Information to be Submitted with Bid. Each manufacturer submitting equipment for this item shall submit the following data, subject to substantia- tion upon request by the Engineer prior to receiving bids in accordance with paragraph 29 of the Information for Bidders. 1. For Tabulation a. Connected and operating HP for each motor for normal operation. b: Calculated hourly quantity of' fuel oil and power required for normal operation as established in the "Design Criteria." c. Calculated weekly quantity of fuel oil and power required for reheating and/or maintaining heat for combustion system when normal operation is only 7-1/2 hours per day for 7 days per week. NOTE: For calculating purposes, heat value of fuel oil for Items (b) and (c) shall be taken as 135,000 Btu/gallon. r 2. Combustion Evaluation Sheet Design Basis (for evaluation of bids based on data above) a. Combustion-deodorizing temperature - 1,400° F. b. Sludge solids (dry) - lb/hr c. Chemicals - % lb/hr % lb/hr I-22 , d, Cake Moisture at lb/hr e. Combustion air rate SCFH lb/hr f. Excess air * % g. Fuel rate GPH Heat Balance Input a. Sludge solids lb.V.S./hr. @ Btu/1b.V.S. b. Auxiliary fuel GPM @ Btu/gal. c. Preheated air** lb/hr. ( °F.) @ Btu/lb. Total In I Output @ Minimum of 1,400°F. a. Water vapor lb/hr. @ Btu/lb. b. Combustion gases*** 1b./hr. @ Btu/lb. c. Excess air lb./hr:. @ Btu/lb. d. Losses (1) Radiation % of total input (2) Unburned carbon % of V.S. (3) Humidity in combustion air 90% @ 70°F. (4) Ash lb./hr. @ Stu/lb. .� +� If an excess air rate of less than 75 per cent is the basis of combustion calculations, the manufacturer shall submit to the Engineer, if requested in writing by the Engineer, operating reports from two installations showing that normal operation is consistent with the above design rate of excess air, while maintaining complete destruction of volatiles in the stack gases. The manufacturer shall also submit, if requested by the Engineer, one analysis conducted by an independent laboratory of 1-23 1 the stack gases as they enter the atmosphere. This analysis must be consistent with operating report from either Plant No. 1 or No. 2. Plant locations and capacities shall be listed as follows: . .Plant No. 1 @ on (capacity) (date) Plant No. 2 @ on _ (capacity) (date) Stack gas analysis taken at Plant No. on _ (date) ** Used only if separate air preheater included in system on exhaust gases from combustion unit. *** Combustion gases include the end products from burning the sludge volatiles and fuel with 0% excess air. d. Services to be Furnished. Included in the contract price shall be the services of a competent representative by the manufacturer of the de- watering and incineration equipment for a period of not less than 20 days following completion of erection and check-out, to supervise start-up of the system, make any necessary adjustments, and instruct the owner's personnel in the care, maintenance and operation of the system. In addition to this, the services of a competent representative employed by the manufacturers of the dewatering and incineration equipment shall be furnished for a maximum of 12 days without cost to the Owner. These services shall be rendered during the one-year period following the initial 20 calendar days operating period of the burning system. These services are for the purposes of operational supervision and assis- tance in any mechanical changes and/or adjustments that may be required for this system to suit the needs of this particular waste. These services shall be furnished upon written request of the Owner through the Engineer who shad be responsible for keeping records of the days of service for each individual period of time. Each service period will be certified by the Engineer to the Owner and/or the bidder. Should additional services be required in the opinion of the Engineer, such services will be to the account of the Owner. e. Equipment to be Furnished. The manufacturer shall submit a list of equipment accompanying the sludge handling, dewatering and incineration system with name. and manufacturer of equipment. f. . Experience. The manufacturer shall have at least two similar sludge handling, dewatering and incineration systems, as the one proposed, in operation within the United States ,and such installation shall have been under the operational control of the Municipal Owner for at least two years. i I-24 g. Performance Guarantee. The Contractor guarantees, as hereinafter set forth, that the equipment to be furnished in accordance with the provisions of this Item will, after stabilized operation has been attained, be capable of: 1. Burning the combustible solids in sludge at a rate of not less than 900 pounds per hour and not more than 1,000 pounds per hour of total solids. 2. Operating at a temperature of at least 1,350 degrees F. to control odors and with dust in the stack gases not exceeding 0.1 gr./cf; standard dry cubic foot of exhaust gas. For the purpose of this dust guarantee, the actual measured concen- tration to be that which the same quantity of particulate material would constitute in the exhaust gas minus water vapor, corrected to standard conditions (60 degrees F. and 1 arm pressure) , and containing 6 per cent oxygen by volume. Test for determining compliance shall be for not less than 50 minutes in 60 consecutive minutes at a time within the 20-day period referred to hereinafter, or at the discretion of the Engineer, Ringelmann's Chart No. 1, as published by the United States Bureau of Mines, may be used in determining the density of waste gases in place of the above described procedure, providing such reading is taken while operating at not more than 6 per cent oxygen in the stack to the atmosphere. 3. Burning the sludge cake to ash which shall contain not more than 3 per cent by weight combustible matter, which matter will not be putrescible. The equipment manufacturer shall supervise the start-up of the sludge disposal equipment and provide necesssary supervision of operation and training of the staff assigned to operate the system until stabilized operation has been attained, but not, in any events for less than a 20-day period following the date of start-up as hereinbefore defined. Ability of the installation to meet the above-guaranteed results (other than the dust guarantee) shall be judged by the average results obtained over a test run of five consecutive operating days to be conducted by and at the expense of the Contractor, within twenty days after receipt of the Contractor's notice that the operation is stabilized and ready for test. The Contractor shall give the Owner five days prior notice of its intent to perform the test. The length of each operating day during said test run shall be determined by the availability of the sludge to be fed into said system each day within the range set out hereinbefore. In the event that there are any interruptions of test-run operation due to routine maintenance and adjustment activities by the Contractor or the equipment manufacturer, then the test run shall be lengthened by the period of the interruption and results average over the total period of actual operation. Procedures and techniques, acceptable to the Owner, shall be employed in evaluating performance during said test run. r x-25 Satisfactory results from the test run will be deemed evidence of basic compliance with operating criteria for the equipment. However, the Contractor's basic guarantee of satisfactory operation and equipment performance, together with such other obligations as are set out elsewhere herein, shall remain in effect for one year following acceptance of the system by the Owner. In the event that the initial test run fails to demonstrate guaranteed results due to reasons entirely within the control of the Contractor, addi- tional test runs shall be made until satisfactory results are obtained. Equipment shall be modified, adjusted or replaced as may be established by consultation between the Contractor and the Engineer, at no additional cost to the Owner, in order to secure satisfactory operating results as defined hereinbefore. h. Sulzer Disintegrator. The disintegrator shall be a grinding unit of the low head pumping type, as manufactured by Dorr-Oliver, Inc. , Stamford, Connecticut, capable of disintegrating thickened sludge from the thickener underflow. At a speed of 1,150 RPM, it shall be capable of pumping 300 GPM of clear water against a discharge head of 5 feet. The disintegrator shall be direct motor driven through a Dodge Paraflex coupling. The disintegrator and motor shall. be suitably mounted on a welded steel base plate. A guard shall be provided for the coupling. There shall be furnished the following spare parts: 1 - Cutting Impeller 1 - Cutting Blade 1 - Grid Plate 1 - Shroud Ring The motor shall be drip-proof 10 HP, 1,150 RPM, 3 phase, 60 cycle, 460 volt, squirrel cage normal torque. i. Sludge Feed Pumps. The manufacturer shall furnish and install three positive displacement type sludge pumps as shown on the drawings, complete with motor, electric wiring, and interlocks. The pump shall be of the pro- gressive cavity type, complete with cast-iron frame, tool steel rotor, buna-N rubber stator, and cast-iron body. The pumps shall be furnished with a variable speed drive for remote control operation. Each pump shall be controlled individually. The motor furnished with the sludge pumps shall be totally enclosed. The pumps shall be capable of reversing the direction of pumping through the use of a reversing starter. Each pump shall be capable of delivering 5 to 25 GPM against a 40-foot TDH. The drive shall be 2 HP, 1,750 RPM, 3 phase, 60 cycle, 460 volt motor with a varidrive output of 76 to 480 RPM. J. Chemical Sludge Conditioning System for Centrifuge Applications. A polyethelene tank shall be provided to properly prepare the conditioning I-26 , chemicals. An agitator driven by a 460 volt, three-phase fractional HP motor at the proper speed for mixing shall be mounted on the tank support frame. A polyethylene day storage tank shall be supplied to hold a batch of mixed chemicals ready for metering into the sludge. A chemical metering pump shall be provided to accurately feed the con- ditioning chemical into the dilute sludge. The pump shall have the following features: Corrosion-resistant construction, wide range of flows, positive displacement action and convenient external adjustment for changes of flow rate. The feeder motor shall be suitable for 460 volt three-phase power. The mix tank, day storage tank and metering pump shall be interconnected to provide simplicity and versatility of operation and shall include all nec- essary valves, regulator and ejector to ultimately feed the chemicals into the sludge. k. Centrifuge. Two Dorr-Oliver Z-3L MercoBowl Centrifuges shall be furnished and installed. Each unit shall be capable of a discharge capacity of not less than 475 pounds per hour total dry solids when operating on primary sludge, when concentrating the feed from the thickener unit to a minimum of 33 per cent solids. Suspended solids capture shall be in excess of 90 per cent. The MercoBowl Z-3L Centrifuge shall consist of rotor with scroll, bear- ings, solids discharge hopper, drive motor and guard, and motor support and machine base. The bowl length to diameter ratio shall be at least 2.8. All portions of the centrifuge in contact with sludge solids shall be of stain- less steel. The rotor assembly shall consist of a stainless steel bowl and discharge scroll. The bowl interior shall be furnished with replaceable stainless steel ribs to prevent bowl abrasion; rings or adjustable plugs to vary the depth of liquid in the pool to obtain optimum operating conditions. The rotor shall be supported on oil-lubricated antifriction bearings. The drive shall be a 3,600 RPM, 3 phase, 60 cycles, 460 volts, TEFC minimum 30 HP. Motor base and V-belt drive and guard shall be furnished. 1. Lift Conveyor. Two screw conveyor feeders shall be furnished to automatically convey dewatered sludge and introduce it to the Reactor feeder. The conveyor shall be complete with necessary supports. Separate gear re- duction devices shall be furnished complete with the necessary motors for 3 phase, 60 cycles, 460 volts. Motor controls shall be included in the motor control center. Auxiliary controls required to automatically control the conveyor and feeder shall be included. The conveyor shall be designed to minimize the release of odors and/or moisture. Chutes shall be provided for discharging water used for clean-up to the sewer so that splashing is eliminated. 1 1-27 All steel portions in contact with the dewatered sludge shall be fabri- cated of corrosion-resistant material. This shall include housings and screw elements. m. Reactor Feed Screw. Two screw feeders to introduce and compress the dewatered sludge into the Reactor shall be furnished. Each screw feeder shall be mounted on a sliding carriage to permit its retraction upon system shut- down. Positioning of the feeder shall be accomplished by a power actuator remotely controlled from the instrument panel. Proper support structures shall be included to provide correct alignment between the feeder and reactor at all times. Motors for the drive shall be 3 phase, 60 cycles, 460 volts. Motor con- trols shall be included in the motor control center. n. FluoSolids Reactor for Systems without Air Preheater (Warm Windbox Construction) . 1. General Description. A fluidized bed reactor shall be supplied for thermal oxidation of dewatered sludge. The unit shall be constructed of an outer cylindrical steel shell. Inner linings of insulating and refractory brick shall be provided for the area above the fluid bed. The fluid bed shall be lined with abrasion-resistant firebrick and castable cement. The fluid bed shall be supported by a steel plate covered with a layer of castable and/or firebrick. The bed supporting plate (hereinafter termed "constriction plate") contains alloy steel "tuyeres" which evenly distribute fluidizing air beneath the fluid bed. Suitable openings shall be provided to introduce the sewage sludge beneath the surface of the fluidized bed. Provision. shall also be made to introduce auxiliary fuel within the fluid bed for reactor preheating and to supplement the fuel value of the sludge. The constriction plate and windbox immediately below the plate shall be designed and constructed for temperature up to 600 degrees F. The bottom plate of the windbox shall be supported by flanged "I" beams, placed to provide means for dissipating excess heat. 2. Reactor Appendages. Appendages to the reactor shall include: Access Doors into the Windbox Area and the Bed Area Preheat Burner Mount Fuel Guns Sludge Feed Sight Glass Sand Loading Thermocouple Taps Sand Removal Pressure Taps 3. Insulation and Ref ractory Lining. Insulation of the reactor shall be sufficient to provide an average skin temperature of 200 degrees F. I-28 during operation. When the reactor is shut down, the average temperatures of the inert bed shall not descrease at a rate greater than 15 degrees F. per hour while cooling from 1,500 degrees F. to 1,200 degrees F. 4. Reactor Materials. Materials, shop fabrication and construction details for FluoSolids Reactor, gas ducts and scrubber shall meet or exceed requirements as follows: a. Materials. Materials shall conform to the latest edition of ASTM Specifications as follows: (1) Steel Plates A-283 Grade C Structural Members A--36 Welding Electrodes A-233, E-60 Series Pipe A-53 Flanges ASA B-16.5 (Plate ring flanges A-283-CO) Bolts A-307 (2) Stainless Steel. Sheet and Plate A-167 Types 304 and/or 310 High Temperature Piping Type 304 (3) Refractory. All refractory shall be rated in accordance with C-24-56 "Standard Method of Test for Pyrometer Cone Equivalent of Refractory Material." Castable Refractories C-401-60 Fire Clay and High Alumina Refractory Brick C-27-60 Insulating Fire Brick C--155-57 b. Design, Shop Fabrication and Construction— Steel fabrica- tion design and construction shall conform to the "Steel Construction Manual" of the American Institute of Steel Construction, latest edition. Shop and field welding shall be in conformance to the latest edition of the American Welding Society Standard Code for Arc and Gas Welding in Steel Tank Construction. 5. Preheat Burner - Oil Fired. An atomized type preheat burner having a rated capacity of 4,000,000 Btu/hr while burning #2 fuel oil shall be mounted on the reactor. The purpose of the burner is to raise the temperature of the inert bed to a temperature high enough to permit introduction of auxiliary fuel and/or sludge. ' I-29 SEEM Safety Controls. Safety control equipment approved by Under- writer's Laboratories and Factory Mutual Laboratories shall be included to provide manually actuated ignition. Safety controls shall provide a purging cycle before each ignition attempt and flame supervision at all times. Ig- nition failure, flame failure or excessive reactor temperature shall shut off fuel to the preheat burner. Restart shall be manually actuated. The preheat burner fuel system shall include all necessary shut-off plug cocks, high-low gas pressure switches, pressure regulators, spring-loaded safety shut-off solenoids, interlocks, etc. , required for coordinated operation of the F/S Disposal System. 6. Auxiliary Fuel Guns. Auxiliary fuel shall be fed to the reactor through fuel guns inserted into the inert sand bed. These guns shall be air-cooled and retractable. Guns shall be fabricated of stainless steel. o. Fuel Supply System. Oil pumps shall be furnished to feed the preheat burner and/or the "bed guns". Each pump shall be furnished complete with auxiliary items required between pump suction and the Reactor for the proper operation of the oil pumps as a part of the incineration system. Pumps shall be operated by motors suitable for 3 phase, 60 cycle, 460 volt power. p. Fluidizing Air Blower. A centrifugal blower shall be furnished to deliver fluidizing air to the reactor windbox. The centrifugal blower shall be sized to provide the amount of air required for the complete combustion of sewage solids at the maximum design rate of the incineration system. The centrifugal blower shall 'be of multi-stage design incorporating rotor, housing and antifriction bearings. The motor for this unit shall be mounted on an integral steel base with the blower, all supported on vibration absorbing mounting pads. Drive shall be accomplished through a flexible coupling. Inlet and outlet duct connections are to be supplied with rubber sleeves to absorb vibration. The centrifugal blower shall be capable of delivering 2,500 SCFM of air at a differential pressure of 4 psig. The drive shall be a 3,500 RPM, 3 phase, 60 cycle, 460 volt, 75 HP motor. q. Atomizing Air Blower. A centrifugal blower shall be furnished to atomize the fuel oil and supply the preheat burner combustion air. The centrifugal blower shall have anti-friction bearings supporting the impeller. The centrifugal blower and drive motor shall be mounted on an integral base supported on vibration-absorbing mounts. Inlet and outlet duct connections are to be supplied with rubber sleeves to absorb vibrations. The centrifugal blower shall be capable of delivering 1,150 SCFM of air at a differential pressure of 2.0 psig. The drive shall be a 3,500 RPM, 3 phase, 60 cycle, 460 volt, 15 HP motor. I-30 , r. Scrubbing System. A multi-staged gas scrubbing system shall be furnished to remove ash from the gases before they are released to the atmos- phere, and to prevent the ash from re-entering the plant effluent. The system shall consist Of the following components: 1. Scrubber and dehumidifying unit 2. Ash pump 3. Wet cyclone 4. Rake classifier The unit shall be sized for maximum outlet gas flow of 3,800 CFM. The scrubber, including baffle plates, shall be fabricated of stainless steel, and shall be complete with internal spray nozzles and piping, mist eliminator and inspection doors. The scrubbing stage shall be a closed cycle, recirculating the scrubber underflow by means of an ash pump to a wet cyclone and to the spray system of the scrubber. The underflow of the wet cyclone shall discharge into the pool of a rake classifier. The wet cyclone shall be a Type "P" DorrClone, as manufactured by Dorr- Oliver Inc., Stamford, Connecticut. The unit shall be of porcelain construc- tion mounted on a carbon steel bracket. The rake classifier shall be Type "FP" as manufactured by Dorr-Oliver Inc., Stamford, Connecticut. The classifier mechanism shall be driven by a 3/4 HP drip-proof, three-phase, 60 cycle, 460 volt motor of variable speed drive with 1 to 5.5 strokes per minute. The unit shall be installed in a steel tank with two sets of rakes. The overflow from the wet cyclone and the rake classifier shall be re- turned to the scrubbing unit by gravity. The dehumidifying stage shall be an open cycle, circulating plant effluent water in order to cool the stack gases to a maximum temperature of 160 de- grees F. The pump required to furnish plant effluent water for the dehumidifying {� stage and for make-up in the scrubbing stage shall not be furnished under this ® Item. The unit shall be so constructed that the scrubbing water cannot intermix with the dehumidifying water. s. Grit Removal Equipment. Two wet cyclones and one classifier shall be provided to remove grit. The wet cyclones shall be Type FR, 12-inch, hinged, as manufactured by Dorr-Oliver Inc. The cyclone for separating grit from the flow pumped from the Pre-Aeration Tank shall be mounted on a Type FP Classifier, manufactured by the Dorr-Oliver Inc. The classifier shall have a capacity of 8 T/day of grit. The classifier mechanism shall be driven by a 3/4 HP, three-phase, I-31 60 cycle, 460 'volt TEFC motor of variable speed drive with 14 to 42 strokes per minute. The unit shall be installed in a steel tank with two sets of rakes. The cyclone for separating the grit from the flow pumped from the clarifier underflow shall be mounted on the classifier to be furnished with the scrubber system, to be furnished as a part of the item. t. Air and Gas Ducting. Adequately sized air ducts shall be provided to draw atmospheric air into the fluidizing blower and deliver controlled air into the reactor win.dbox. Hot exhaust gases will be discharged from reactor through refractory lined carbon steel and stainless steel ducts. Space shall be left so that in the future a heat exchanger could be installed. Expansion joints shall be placed to maintain alignment between the equipment. The stainless steel duct work shall be externally insulated where necessary for the protection of operating personnel. A self-supporting exhaust stack will carry gases from the scrubber to the atmosphere. u. Instrumentation and Air Compressor. 1. Description. The FluoSolids Disposal System shall be operated from the Operations Room. Instruments, controls, pushbuttons and the alarm annunciator panel shall be mounted on and enclosed by a free-standing cubicle type panel. The panel shall be shop-painted and shall be a NEMA I enclosure. All wiring (except thermocouple leads) shall be brought to clearly marked electrical terminals which are numbered in accordance with the electrical elementary drawing furnished. All external pneumatic lines shall be brought to bulkhead fittings. All components shall be mounted, wired and piped. The instrument panel shall be separate from the motor control center which is described elsewhere. 2. Function of Instruments. The combustion system used to bring the reactor up to operating temperature shall be controlled by a flame super- vision system. In the event of flame failure, or excessive temperature, the supervision system shall automatically stop the flow of fuel to the preheat burner and sound an alarm to alert the operator. A second combustion region occurs within the fluidized bed, where auxiliary fuel may be introduced in the event that the sludge feed has insufficient fuel value to maintain operating temperatures. To safeguard this operation, suit- able electrical interlocks shall be provided to prevent admission of auxiliary ' fuel under abnormal conditions, such as high or ].ow bed temperature, etc. 3. Operator Information. The control panel shall provide the operator with a visual indication of .temperatures, pressure, and important process variables. Other locally mounted gauges and instruments shall be provided to aid the operator. I: I-32 4. Electrical Interlocks. A series of electrical interlocks shall be provided to ensure that the proper sequence is followed during startup, normal operating conditions, and at reactor shutdown. Another function of the interlocking system shall be to prevent equipment damage in case certain unusual operating conditions arise. This will be ac- complished by initiating a "fail safe" shutdown at the proper times. In certain cases when an operating variable is not within the proper limits, an alarm will be sounded to permit the operator to take corrective action before automatic shutdown occurs. These malfunctions shall be visually indicated on an illuminated annunciator panel. All start-stop pushbutton controls and indicating lights shall be mounted on the Instrument Panel. For each motor in the system a stop button and an illuminated start button (Green Lens) shall be provided or equal thereof, de- pending on the subject motor's control circuitry. A start-stop pushbutton and indicating lights also shall be provided for operating the Process Water Pump to be furnished under another section of these Specifications. 5. Air Compressor. An air compressor shall be furnished to supply the pneumatic control system and all air-actuated cylinders and positioners. The compressor shall be of the air-cooled type, belt-driven by a 3 phase, 60 cycle, 460 volt electric motor. Also provided will be an air receiver tank, complete with safety valve, piping, air filter, after-cooler, and pressure switch to start and stop the drive motor. All of these items shall be assembled as a packaged unit. An air dryer shall be provided to reduce the moisture content of the compressed air. v. Oxygen Control Loop. The oxygen content of the scrubber stack gas shall be continuously monitored by an oxygen analyzer. The complete system shall consist of: Gas Sampling System Oxygen Analyzing Instrument Control Panel Indicator and Recorder Fluidizing Air Control Valve w. Bed Temperature Control. Auxiliary fuel input to the Reactor- will be controlled as a function of bed temperature. A bed temperature controller will vary the speed of the fuel oil pump feeding the bed guns through a vari- drive over the full range of auxiliary fuel demand. Under this system the operator may choose to run the facility automatically or manually as desired. x. Electrical. 1. Motors. All motors shall be designed for 460 volt, 3 phase, 60 cycle operation. 2. Motor Control Center. A plug-in type motor control center of NEMA Class I, Type B construction in a NEMA Type I Enclosure shall be furnished to accommodate all 460 volt, 3 phase, 60 cycle motors that are included in I-33 this Item. The motor control center shall incorporate all starters and motor control interlocks for the Termal Oxidation System, which includes the sludge dewatering station and FluoSolids System. All starters shall be (a) rated for full voltage starting* and shall be combination. type with circuit breakers, except starters for motors below 5 HP shall have fusible switches instead of circuit breakers, (b) provided with three overload relays and necessary auxiliary contacts, (c) unde;.voltage protection shall be provided by momentary contact control devices, and (d) provided with 460 to 120 volt control transformers with one fuse in the secondary. Starters for the sludge pumps shall be reversing starters, Circuit breakers and fuses shall have an interrupting rating of 20,000 amperes RMS symmetrical at 480 volts. In order to coordinate the operation of various pieces of equipment furnished and installed under this Item with other pieces of equipment, the following interlocks and terminals shall be provided: a. Interlock contact (NC) on the Sulzer Unit Reversing Starter to be used to prevent the Grit Pumps, Scum Pump and the Clarifier Underflow Pumps in the Comminutor Structure from operating when the Sulzer unit reverses. b. Terminals for remote start and stop of the rake clarif ier for the Grit Pumps. Also four interlock contacts (NO) on the Classifier Starter and terminals so that the Grit Pumps will not operate when the Classifier is not operating. c. Interlock contacts (NO) and terminals for interlocking the operation of the Pre-Heat Burner Blower and Fluidizing Blower with the Louvers, as shown. on the Plans, so that a Louver will open when either of the two blowers is started. The external operating handle for the circuit breaker shall be provided with padlocking means to prevent inadvertent motor operation. Current transformers shall be included in the motor control center for those motors requiring metering. NOTE: Ammeters shall be located on the Instrument Panel. y. Electrical Wiring. Power wiring for the equipment included as part of this Item shall start at the Motor Control. Center furnished and terminate at each of the equipment motors. Control wiring included as part of this Item shell start at the Instrument Panel furnished and terminate at the control or measuring points in the system. * Exception— Centrifuge starters shall be Star-Delta as the power source dictates. I-34 ' The manufacturer of the equipment furnished under this Item shall be responsible for the final conduit layout design of the system. No embedded conduit shall be furnished or installed under this Item. Wires in embedded conduit shall be furnished and pulled as a part of this Item. All surface conduit shall be furnished and installed as a part of this Item. z. External Insulation of Equipment. All external insulation for the incineration equipment shall 'be furnished and installed by the manufacturer of the system. All exposed surfaces accessible to plant personnel shall be protected with insulation except in those areas when it is not in accord with the process design. In the latter case then, a protective shield shall be furnished for protection of personnel. aa. Structural Steel. The design and fabrication of structural steel shall conform to the latest specifications of the American Institute of Steel Construction and Code of Standard Practice. Materials: 1. Structural Steel: ASTM A36. 2. Grating: Welded steel grating shall be galvanized. Grating shall be designed to support a live load of 100 pounds per square foot. 3. Pipe Railing: Pipe railing shall be made of standard weight black steel pipe and shall be made of 1-1/2-inch nominal diameter. 4. Toe Plate: Toe plates shall extend 4 inches above platform level. bb. Piping. All process piping, fittings, valves, etc., including centrate water, flushing water, scrubber water, sludge, fuel, conditioners for the equipment shall be furnished and installed by the manufacturer of this system. Piping shall start 6 inches inside the building wall and terminate at the equipment. Materials and workmanship for this piping shall be in accordance with good piping practice, and with the applicable provisions of other Items of this Specification, meet all codes and be approved both by the Owner's Engineer and manufacturer of the equipment. Building service piping such as potable water, heating, drains, etc. , and any other piping not directly associated with the equipment furnished, shall not be furnished and installed as a part of this Item. In any case all piping beyond the building wall, both embedded and surface, shall not be furnished and installed as a part of this Item. I-35 The two 12-inch Dorrclones shall be piped and valved so that all flow can go through either Dorrclone while the other is out of operation. The Sulzer disintegrator shall have piping and valves that permit the flow entering the thickener unit or the flow coming out of the thickener unit to be discharged to the Sulzer disintegrator. The sludge pumps shall have piping and valves so that any pump can be used as standby for either of the other two pumps. Equipment shall be located and connected to piping so that there is ample room around the equipment. Generally piping shall be arranged so that head room under pipes shall be a minimum of 7 feet and access around and past equipment shall be 2 feet 6 inches or greater. In no place shall the access be less than l foot 8 inches and access less than 2 feet 6 inches will only be permitted by written permission of the Engineer where, in the Engineer's opinion, more suitable alternate equipment and piping layouts can not be provided. cc. Painting of the FS Disposal System. Painting of the equipment furnished under this Item shall be included in the cost of this Item. Painting shall be in accordance with the applicable requirements of the Item of "Painting" of this Specification unless otherwise called for in this Item. All miscellaneous steel surfaces, supports and grating shall receive one shop coat of primer. Two final finish coats shall be applied in the field. All process, city water, fuel, conditioners, air piping and conduit shall be given one primer and two finish coats in the field. Color coding of piping shall be as directed by the Owner's Engineer. Stainless steel, galvanized surfaces and PVC and stainless steel piping shall not be painted except as recommended by the manufacturer of the equipment. Insulation shall also not be painted. The Reactor and hot gas ducts shall be painted in accordance with the manufacturer's standards with high temperature paint on the high temperature zones as required. One coat of high temperature paint shall be applied in the shop and after touch-up in the field a final finish coat shall be applied. High temperature paint shall be Patterson Sargeant No. 6133, or equal. The remaining surface of the reactor and ducts shall be primed in the shop and given one finish coat in the field in accordance with the require- ments for painting steel surfaces, as stated in the Item for Painting, in this Specification. All equipment which has a manufacturer's shop finish paint on it shall be repainted with at least one coat in the field to make the paint colors match. If this finish coat is damaged or scratched, said equipment shall be touched up prior to the field coat. I-36 e Detailed maintenance and operating instructions shall be furnished in accordance with Section III, Paragraph 74, of these Specifications. Equipment offered under sub-item (a) of this Item in the Proposal shall be as manufactured by Dorr-Oliver Inc. Equipment offered under other than sub-item (a) of this Item in the Proposal shall be of the manufacturer's design in general conformance with the above specifications. 12. LABORATORY FURNITURE: This Item shall include the furnishing and installation in the Labor- atory of the Plant Administration Building, at the locations shown on the Plans, all laboratory furniture and fixtures designated below. All solid lumber shall be northern grown, close-grained birch or maple. Exterior veneer shall be northern grown maple. The use of fir core or fir veneer is unacceptable. Wood finish shall be acid and solvent-resistant synthetic varnish with an ultra-violet screening agent added. Plumbing fixtures shall be sepia bronze plastic finish. Hardware finish shall be brushed bronze. Hose adapters shall be included on all gooseneck faucets. One separate aerator shall be furnished. Where required, upright rod bases shall be flush in the counter top. The applicable provisions of Specifica- tion TC-15, dated 1966, by E. H. Sheldon Equipment Company, are hereby included in this specification. Equipment and assemblies shall be supplied and installed plumb and true to line, complete with all necessary filler strips, finished ends, base molding, painted metal grilles (black) , and all necessary water, gas, and electrical connections. All shelves shall be adjustable on 1/2-inch centers in base and wall cabinets. Cleats shall be furnished along the 2-inch curb at the south wall (in front of windows) for installation of the grille. Overall counter depth shall be 31 inches unless otherwise indicated. One- half inch thick fiberglass insulation shall be installed on backs of all furniture to be installed in front of heating units. The laboratory equipment and fixtures shall be cleaned and in a condition ready for use. Any marred or damaged items shall be replaced by the Contractor. The laboratory equipment shall consist of the following (Catalog num- bers are E. H. Sheldon Equipment Company) : Quantity Catalog No. Description 1 D-9202 Mod. Constant Volume Fume Hood, 48 inches long by 31 inches wide by 7 feet 7 inches high, with D-9641 Shelstone Superstructure and Safety Glass Sash, D-9604 Base Cabinet, 3 inches by 6 inches by 6 inches Oval Duriron Cupsink with Tailpiece, Remote Control Cold Water Gooseneck, I-37 1-1/4-inch Shelstone Top, Duplex 110 V AC Electric Receptacle and Light Switch, and Remote Control Deck-Mounted Single Gas Outlet. No trap, Ductwork or Blower. Bypass Grilles at Counter Level Chemical Resistant Finish. 1 D-7952 Pegboard 24-inch by 30-inch with 39 Birch Pegs 5 inches long by 3/8 inch diameter. Pegboard of 1-1/4-inch Shelstone with Drip Ledge at Bottom. Attach to Fume Hood Side Above 2-inch Curb. 1 D-7559 Mod. Sink Assembly, 49 inches long by 31 inches deep by 36inches high to drainboard. Grooved Drainboard pitched to drain. Include one D-8030 on right, and one D-8020 Modified on left, hot and cold water mixing gooseneck fixtures. The D-8020 Mod. shall have a vertical gooseneck with its outlet 6 inches above the drainboard. One L-143 bottle rinser suitable for D-8020 Mod. shall be provided. Include 2-inch Curb at Fume Hood Side. Shelramic Sink 24 inches by 20 inches by 10 inches ID. Elbolon Sink Outlet Assembly and Tailpiece. 1 D-4610 Blinded Cupboard Unit, 35 inches long by 21 inches wide with one adjustable full shelf. One and one- fourth Shelstone Top with Tunnel and 2-inch Curb as detailed. One D-8108 Gas as indicated. 1 D-4850 Mod. Drawer and Cupboard Unit, 47 inches long by 21 inches wide, omit number plates and locks, four drawers each 20-3/4 inches long by 8-3/4 inches high ID, one cupboard with adjustable shelf. Grilled toespace. One and one-fourth-inch Shelstone Top with 2-inch Curb and Chemical-Resistant Grille, as detailed. 1 D-5467 Apron Rail 4-3/4 inches high by 1-1/4 inches thick. Shelstone Top with 2--inch curb and grille as de- tailed. Two D-8632 rod bases and two D-8630 upright rods as shown. White structural glass insert with two-tube fluorescent light as D-2678 Include light switch on Apron Rail. 1 D-4610 Blinded Cupboard Unit, 35 inches long by 21 inches wide with one adjustable full shelf. One and one- fourth-inch Shelstone Top with Tunnel and 2-inch Curb as detailed. Grilled toespace. 1 D-3710 Drawer Unit 47 inches x 21 inches with two drawers 20-3/4-inch by 5-3/4-inch ID, .four drawers 43-1/4- inch by 5-3/4-inch ID. Partitions on top drawer - I-38 ' 4 sections partitions bottom drawer - 3 sections lengthwise. Top 1-1/4-inch Shelstone with tunnel. One D-8108 Gas as indicated. 1 AD-140-36 Allied Undercounter Type Refrigerator, 24 inches long. Include Shelstone Top and Tunnel. 1 D-3726 Drawer Unit, 35 inches by 21 inches wide with two drawers 14-3/4-inch by 2-inch ID, three drawers 14-3/4-inch by 5-3/4-inch ID, two drawers 31-1/4- inch by 5-3/4-inch ID. Top 1-1/4-inch Shelstone with tunnel. D-8128 with D-8104 Panel Extension Gas. 1 D-5375 Balance Table 36 inches long by 24 inches wide by 29 inches high with 1-1/4-inch Sheleraft Top, one drawer 14-3/4-inch long. I D-5820 Mod. Wallcase 47 inches long by 13 inches wide by 30 inches high with two hinged doors and flush inset green corkboard doors. Two adjustable shelves. 2 D-5970 Wallcases, each 47 inches by 13 inches by 30 inches high with polished plate glass sliding doors and two adjustable shelves. 1 TSS-1520-UPF Adjustable stool.. 1 RSS-1826-UPF Adjustable stool. 1 D-7725 Sink Base Assembly with back, finished ends and fillers, and base moulding, 59 inches long by 35 inches high with depth suitable for 31-inch by 60-inch 1-1/4-inch black Shelstone top with 6-inch wide tunnel. Include one D-8030 hot and cold water mixing gooseneck fixture and one D-7841 Shelramic 16-inch x 16-inch x 8-inch sink bowl with Elbolon Sink Outlet Assembly and Tailpiece located as shown on the Plans. (Unit to be installed in basement of Sludge Incineration Building.) Equipment offered under sub-item (a) of this Item in the Proposal shall be as manufactured by E. H. Sheldon Equipment Company. Equipment offered under other than sub-item (a) of the Item in the Proposal shall be of the manufacturer's design in general conformance with the above specification. I-39 13. CONTROL CENTER FOR THE WATER POLLUTION CONTROL PLANT: a. Scope. This Item shall include furnishing, installing and testing two Control Centers, "CC-A" and "CC-B." The attention of suppliers is directed to Paragraph 29 of the Information for Bidders. b. General. The motor control centers shall be indoor, low voltage, dead-front, free-standing metal-enclosed type with combination magnetic motor starters, and with main and/or feeder circuit breakers and/or fusible switches as indicated on the drawings. This equipment shall be for the voltage shown under Ratings. The motor control centers shall include all buses, fuses, switches, pushbuttons, indicating lights, relays, control transformers, terminal blocks, and all other accessories required for satisfactory service and as indicated on the drawings. The name of the manufacturer and catalog number for each item of equip- ment to be installed in the motor control center and shop drawings of the motor control centers, including structural details, placement of equipment, and wiring diagrams, shall be submitted for approval. The arrangement of the individual units and sections of the motor control center shall be as shown on the drawings. Any proposed alternate arrangement shall be submitted for approval. Provision shall be made for the convenient addition of future sections. The motor control center shall be completely assembled and tested in the factory before shipment, including operating and potential tests, according to NEMA, ASA, and IEEE standards. All starters, circuit breakers, contactors, fusible switches, and other major components, shall be one manufacturer's products, except as specified otherwise. c. Ratings. The control center and its components shall be for 480 volts, 3 phase, 4 wire, 60 cycle service, except that all control circuits shall be 120 volts 1 phase. All buses shall be braced to withstand 22,000 amperes rms symmetrical fault current. The main and incoming buses shall be rated 600 amperes con- tinuous and vertical buses shall be rated 300 amperes continuous, all at 50-degree C rise above 40-degree C. ambient. Each circuit breaker shall have an interrupting rating of not less than 20,000 amperes rms symmetrical at 480 volts and the main breakers shall have a short-tune rating of not less than 22,000 amperes. d. Enclosures and Wiring. The enclosures shall be free-standing NEMA i Type 1A. (gasketed) construction with vertical sections 20 inches wide by 20 inches deep by 90 inches high, including bus at the top and wiring troughs I-40 ' at the top, side and bottom. All units shall have doors with concealed hinges and gaskets. All connections and necessary access shall be from the front and top only, and the control center shall be suitable for installing with the back against a wall. Pushbuttons and other devices protruding through the door shall be removable with the unit without disconnecting wires. All conductors shall enter from the bottom, including the incoming line.. Incoming lugs shall be furnished for the cables shown on the drawings. (See the Conduit Schedule.) The wiring within the motor control center shall be NENiA Class I, Type B, with terminal blocks located in each unit. Each terminal and each end of wire shall be clearly and permanently marked. Wires shall be neatly arranged and secured in place. Sufficient slack shall be left in the wires. The entire motor control center shall be a free-standing structure with rigid steel frame, panels and doors fabricated of a minimum of #12 USS Gage (0.1046-inch) leveled sheet steel, all rust-proofed, bonderized, primed, and finished in two coats of enamel of NEMA 61 light gray color. One pint or more of touchup finish shall be furnished for each control center. All panels and parts of the enclosure shall be bolted or bonded together so that all parts of the enclosure are adequately electrically connected to the ground bus. All interlock contacts, etc., shall be connected to outgoing terminal blocks, as required for present and anticipated future interlock and control in circuits. All connections to the draw-out units shall be made through draw-out contacts that shall permit removal or insertion of the unit without discon- necting either power or control wiring. e. Nameplates_. Nameplates shall be of laminated phenolic material with engraved white letters on black background and shall be securely attached to each unit. All lettering shall be neat and. legible and shall be inscribed with tools designed for that purpose. The nameplates shall be as tabulated on the drawings. f. Buses. In the motor control center, all buses shall be hard drawn electrical grade copper bars with rounded edges. All buses shall be braced to withstand the amperes rms symmetrical fault current specified, and the buses shall be rated to carry continuously the current specified under Ratings. The main bus shall extend the full length of the control center at the top, and each enclosure section shall have a full-length vertical bus, unless other- wise specified or shown on the drawings. A ground bus shall be provided inside the entire length of the control center at the bottom. Vertical buses and all bus joint surfaces shall be electrolytically silver-plated after punching and forming. All bolted joints shall have Belleville spring washers to maintain pressure. All joints shall be welded or bolted. Bar-riers 'shall isolate the buses and units from each other and from wireways, and the units I-41 from each other. Provision shall be made for convenient future extension of the horizontal bus. All buses and connections shall be insulated for 600 volts in the factory, from but not including the terminals for the incoming line cables, to but not including the plug-in points for all the feeder and branch circuit breakers and fusible switches. The terminals for the incoming (source) cables shall be insulated for 600 volts, in the field, after the service cables are connected. g. Drawout Units. On each drawout unit, the drawout contacts (stabs) shall be silver-plated copper, self-aligning, and proof against grounding or shorting. Contact pressure shall be maintained by springs that shall not carry any current. Each drawout unit shall be positioned by guides; shall be latched in the plugged-in position; and shall have provision for padlocking in a discon- nected position, without disconnecting wiring to the load or the controls. All connections to the drawout units shall be made through drawout contacts that shall permit removal and insertion of the unit without discon- necting any power or control wiring. Drawout contacts shall be so designed that their contact pressure in- creases under short circuit. Pushbuttons, control switches, indicating lights, etc, , shall be heavy- duty oiltight. h. Circuit Breakers. All breakers shall conform to NEMA standards and shall be air circuit breakers, trip-free, automatic trip, drawout type, and shall be 3--pole except where indicated otherwise on the drawings. All poles of multi-pole breakers shall open simultaneously. The external operating handle of each circuit breaker shall be self-positioning to indicate the breaker position and shall be interlocked to prevent opening the door when the breaker is closed. Provisions shall be made for padlocking each breaker in the "off" position with one to three padlocks. Continuous current ratings shall be as shown on the drawings. Each circuit breaker shall have an interrupting rating of not less than that shown in sub-item c, "Ratings," in amperes rms symmetrical at the rated voltage of the control center given under "Ratings." All ratings shall be clearly and permanently marked on each breaker. The main circuit breaker at each control center shall be a drawout mounted circuit breaker with interchangeable adjustable long time trip and short time trip. These trips shall coordinate with all the feeder and branch breakers and fuses to give fully selective tripping„ (Thee branch breakers shall clear branch circuit faults without tripping the main breaker.) Each feeder or branch circuit breaker shall have interchangeable long time and adjustable instantaneous trip. 1-42 The circuit breaker trip adjustments shall be set as directed in writing by the Engineer, after the Engineer receives the necessary information from the Contractor. For this purpose, the Contractor shall furnish to the Engineer three copies of complete data for each item of protective equipment, including the name of the manufacturer, model, types, ranges, etc. , and time-current characteristic curves. (The latter shall be on standard 10-1/2 (or 11) x 15-inch translucent log paper for coordination studies.) This data shall be ® supplied for all circuit breakers, fuses, and protective relays. 1� i. Motor Starters. Motor starters shall be plug-in type, combination magnetic, full voltage, non-reversing or reversing as indicated, single speed, or multi-speed as indicated, three pole, 3 phase, 60 cycle, with 120 volt coil and with a 120 volt control transformer, with interlock contacts as required, plus 1 spare N.O. contact. The minimum size of motor starter shall be NEMA Size 1. Voltage rating shall be as shown under "Ratings." The motor starters shall be combination starters with either air circuit breakers or fusible switches, as shown on the drawings. All fusible switches shall be as .specified under "Fusible Switches." All circuit breakers in starters shall be 3-pole with inverse time and adjustable instantaneous magnetic trip, with the continuous ratings shown on the drawings, and with interrupting ratings and features as specified under iff Circuit Breakers. Starters shall be horsepower rated and sized according to NEMA Standards. Heater selection information and wiring diagrams shall be supplied. Each 3 phase motor starter shall have three overload relay thermal ele- ments (heaters) , one in each phase, with an external reset button. These heaters shall be the correct rating for the nameplate full-load current of the motor that is actually installed, of the size and type recommended by the starter and motor manufacturers, and not larger than the rating permitted by the National Electrical Code. Submerged pump motors shall have quick-trip overcurrent relays unless otherwise recommended by the motor manufacturer. The Contractor shall furnish to the Engineer three copies of complete nameplate data of all electrical motors and circuit breakers as received. This information may be on the manufacturer's data sheets or on certified drawings of their nameplates, provided that these are verified in the field by comparison with equipment that is actually received and installed. The information shall include the rated voltage, full-load current, service factor, etc., of each motor, and the overload heaters selected by the Con- tractor for installation. J. Fusible Switches. Fusible switches shall be heavy duty, 600 volt, quick-break, quick-make, externally operable, with provisions for padlocking in the "off" position, interlocked to prevent access to the switch or fuses 1-k3 when the switch is "on," and shall be horsepower rated and U.L. listed and labeled. No live parts shall be accessible when switch is "off" or "on." gh The switch shall be capable of closing on, withstanding, and interrupting a short circuit current equal to the maximum rating of fuse that the fuse clips will take, without reducing its ability to carry rated load. For combination fused motor starters, the individual motor branch circuit overeurrent (short circuit) protection and disconnecting device shall be a 3-pole fusible disconnect switch with three long time delay fuses, as speci- fied under "Fuses." k. Fuses. All motor circuit fuses shall be long time delay, with an interrupting rating of 100,000 amperes, and with a continuous current rating of 125 per cent or less of the nameplate full-load current of the motor that is actually installed, or as otherwise recommended by the motor and the fuse manufacturers. Control circuit and instrument fuses shall be similar to the motor cir- cuit fuses except they shall have the continuous current rating shown on the drawings and/or the rating required to protect the circuit and equipment. Five sets of each size of fuses required shall be furnished for each unit of fusible equipment. Motor circuit fuses shall be Bussman "Fusetron" or equal. 1. Installation of Motor Control Center. The motor control center shall be set in place, leveled, grouted, and securely bolted to the floor. Anchor bolts and conduits shall be located as required by manufacturer's certified drawings of motor control centers. All revisions in conduit stub-up locations shall be submitted to the Engineer for approval. All necessary wiring shall be installed, and all connections shall be made. The control center ground bus shall be connected as specified under "Grounding," and as indicated on the drawings.. The adjustable instantaneous trip on each motor branch circuit breaker shall be set to approximately eleven times the motor full load current, or as otherwise directed by the Engineer. On each circuit breaker, other than those on motor branch circuits, the instantaneous trip shall be set at approximately ten times the continuous current rating of the long time trip of the breaker, or as otherwise directed by the Engineer. Any damage or flaws in the finish shall be corrected and refinished with the touchup finish enamel supplied by the manufacturer. The control center shall be thoroughly checked and tested; malfunctions shall be corrected; and defective parts and components shall be replaced at no extra expense. NOTE: In the future, when Clarifier No. 2 becomes No. 4, the power and control conductors to the Clarifier No. 2 starter will be moved and connected I-44 , to the Clarifier No. 4 starter. For this purpose, all the power and control leads to the Clarifier No. 2 starter shall be left long enough to reach (with some extra slack) to the future location of the future Clarifier No. 4 starter, as shown on the control center front elevation on the drawings. The extra length of these conductors shall be coiled neatly in the bottom of the control center. m. Manufacturer. Equipment offered under sub-item (a) of this Item in the Proposal shall be in conformance with this Item and as manufactured by General Electric Company. Equipment offered under other than sub-item (a) of this Item in the Pro- posal shall be of the manufacturer's design in general conformance with the above specification. 14. WALNUT STREET RAW SEWAGE PUMPING UNITS: a. Scope. This Item shall include the furnishing and installation of the following electric motor driven sewage pumping units, each complete with all specified accessories and appurtenances, in the Walnut Street Pumping Station, Each shall be a single-stage, single-suction, vertical, dry pit centrifugal sewage pump driven by a direct-connected, variable-speed, wound rotor motor capable of reducing the pump rotative speed as required herein. b. Service and Installation Conditions. The pumping units will each be used to pump raw sewage which has passed through bar screens having 2-3/4-inch clear spacing. The pumping units furnished hereunder will be installed in the Walnut Street Pumping Station. The pumps will. be installed in a dry pit be- side the wet well, with the motors directly mounted on top of each pump. The pumps will be automatically controlled from the water level in the wet well. The variable speed units will be automatically regulated to match the pumping rate to the flow. (Pump No. 2 will be a constant speed unit in the future. The impeller, the motor support, and the motor shall be the only parts of the pump changed to meet the future conditions.) c. Performance and Desie Requirements. The pump unit furnished shall be of highest quality and shall conform to the following conditions and requirements: I-45 Pumps No. Pump No. Pump No. 1 and 3 _2 2 (Initial) (Future) (1) Total head operating range: 1. Normal, feet 40-100 28-45 85-90 2. Extreme, feet 28-165 28-75 85-145 (2) Minimum conditions for continuous operation, Total head, feet 28 28 - Capacity, gpm 0 0 - (3) Minimum shutoff head, feet 165 75 145 4 Nominal conditions: Minimum capacity, gpm 12,500 5,500 11,500 Total head, feet 100 45 90 Z of full load motor speed 95 98 100 (5) Maximum bhp requirement of pump at any operating condition 400 100 350 (6) Maximum synchronous motor speed, rpm 720 514 720 (7) Minimum diameter of test sphere, inches 4 4 4 (8) Suction condition limits (Datum referred to centerline of pump discharge) 1. Minimum submergence for pump start, feet 0.5 0.5 4.0 2. Minimum suction head at nominal conditions 3.3 2.25 0.5 (9) Direction of rotation (as viewed from coupling end of pump) CCW CCW CCW (10) Minimum suction inlet diameter, inches 20 20 20 (11) Discharge outlet diameter, inches 14 14 14 1-46 Pumping heads, suction heads, and other terms shall be as defined in the Standards of the Hydraulic Institute. Each of the three pumps furnished shall operate over the entire specified head-capacity range, and over the entire specified speed range without damage because of cavitation or any other cause, and without excessive noise or vibration. Each pump shall be designed so that it will not be damaged by reverse rotation caused by reverse flow of sewage or by reverse rotation of the motor. d. Pump Materials. (1) Casing. Ductile iron, ASTM A339, Grade 60-45-10. (2) Bearing Support Cast iron, ASTM A48. (3) Motor. Support and Cast iron, ASTM A48; or fabricated Pump Base steel, ASTM A7. (4) Impeller Cast iron, ASTM A48 (Minimum Tensile Strength 35,000 psi) . (5) Shaft High-strength carbon steel, SAE 1045. (6) Shaft Sleeve 420 stainless steel, or equivalent. (7) Impeller and Case 316 stainless steel or equivalent. Wearing Rings (8) Packing Gland Bronze. (9) Gland Studs ixonze. (10) Gland Nuts Bronze. (11) Packing Braided, graphited asbestos. (12) Lantern Bronze. (13) Internal.Screws_and 18-8 stainless steel or morsel. Bolts _ - e. Pump Construction. Each pump shall be of the bottom suction,. side discharge, single-stage, single-suction, vertical centrifugal type and shall be close-coupled to a vertical electric motor. Each motor shall be mounted directly above its pump and shall .be sup- ported by the pump assembly. I-47 I. (1) Casings. Each pump casing shall be designed so that the impeller can be removed from the top without disconnecting suction or discharge piping. Connections between major parts shall be of the registered type. Each pump casing shall have a minimum wall thickness of 1 inch and shall be ribbed as necessary for the service conditions. Suction and discharge flanges shall be ASA Class 125. The suction and discharge shall be tapped for gauge connections. The suction tap shall be 3/4-inch NPT; the discharge, 1-1/2-inch NPT. Tapped drain and vent openings shall be provided on each pump casing. Each opening shall be equipped with a pipe plug. A cleanout handhole shall be provided in the suction nozzle and discharge of each pump for access to the impeller. Handhole covers shall be shaped to the contour of the inner surface of the suction nozzle. (2) Supports. Each pump and motor assembly shall be supported by feet cast on the pump casing or by a suitable pedestal. Supports shall be rigidly reinforced; shall be designed to resist vibration, shock, and all direct and eccentric loads; and shall have adequate foundation contact and anchorage for a stable and vibration-free installation. A motor support assembly shall be provided on each unit. Each motor support assembly shall be cylindrical. Suitable openings shall be provided for access to the coupling, pump bearing, stuffing box, and other accessories. Reinforcing ribs or members, if any, shall be placed on the inside so that the outside presents a smooth appearance. A tapped opening shall be provided in each motor support assembly to serve as a drain for stuffing box leakage. Supports for walkways, as detailed on the Plans, shall be welded to the motor support assembly and furnished by the manufacturer of the pumping units. Registered connections shall be provided between each motor support assembly and the pump casing, and between each motor support assembly and the motor. Butt welds shall be ground flush and corners shall be finished to a as radius. All welds which are exposed in the finished supports shall be continuous. (3) Lifting Facilities. Each major component shall be equipped with lifting lugs or eyebolts as necessary to facilitate lifting and handling. (4) Impellers. Impellers shall be of the one-piece enclosed type and shall be securely anchored to the pump shaft in an approved manner. Impellers shall be completely machined on the outside and hand-finished on the inside and shall be dynamically balanced. (5) Wearing Rings. Pump casings and impellers shall be equipped with wearing rings designed to maintain pump efficiency. Wearing rings shall be securely anchored in place so that they will not move or come loose during any operating condition including reverse rotation, yet they shall be easily replaced. I-48 , (6) Shafts. Pump shafts shall be turned, ground, and polished over their entire length. A shaft sleeve shall be provided on each shaft where it passes through the stuffing box. Each sleeve shall make a watertight fit with the shaft. 0-ring seals will be acceptable. (7) Couplings. Each pump shaft shall be connected to the motor shaft by an approved type flexible coupling which will permit removal of the motor without disturbing the pump. Couplings shall be designed to transmit the full torque and to maintain alignment between the shafts. (8) Bearings. Pump bearings shall be grease-lubricated and shall be antifriction type. The entire hydraulic thrust shall be carried by the bearings. Bearings shall be of a type and design and shall be made from materials which long experience has proven satisfactory for this service. (9) Stuffing Boxes. A suitable stuffing box shall be provided on each pump. The stuffing box shall have a suitable lantern ring and will be sealed by clear water from an outside source. Each stuffing box shall be equipped with rings of packing inside and outside: the lantern ring. A split gland shall be provided to facilitate repacking. Each stuffing box shall have a drip lip to collect leakage through the packing. (10) Anchor Bolts. All necessary anchor bolts shall be furnished complete with nuts, pipe sleeves, and plates. A sleeve and plate shall be provided on each anchor bolt. Sleeves shall have an ID of 3 inches. Plates shall develop the strength of the anchor bolts. The pump manufacturer hereunder shall furnish setting drawings for the anchor bolts to the Contractor. f. Shop Tests. All pumps furnished shall. be shop-tested as hereinafter RW provided, by and at the expense of the Contractor. All pump tests shall be made in conformity with the requirements and recommendations of the Hydraulic Institute. Complete reports in five copies, certified as correct by the depart- ment or agency under whose supervision and authority the tests were made and covering each and every test, shall be submitted to the Engineer for approval relative to the acceptability of the pumps covered by said tests. No pump shall be shipped until the Contractor has been notified by the Engineer that the performance as shown by the test reports therefor is satisfactory. Test reports as submitted shall include complete performance curves based on test results. The Engineer reserves the right to witness any or all shop tests and to inspect and check the testing equipment used, and shall be furnished all requested information and evidence relative to the accuracy and adequacy of the testing equipment and instruments used. The Contractor shall give the City at least ten days advance notice of the time that any specific test or tests will be made, i I-49 (1) Hydrostatic Tests. Each pump casing shall be shop-tested at a hydrostatic pressure of 100 psi. Under this test pressure the casing shall show no undue deflection or sign of weakness at any point and shall be free from leakage. (2) Performance Tests. Each pump shall be factory shop tested by the pump manufacturer for capacity, power requirements, and efficiency at as many heads as necessary, including shutoff head, to accurately plot the performance curve. All tests shall be made in conformity with the requirements and recommendations of the Hydraulic Institute. g. Electric Motors. Motors shall be furnished with the pumps specified to ensure complete coordination and integral responsibility for the design, construction, and performance of the complete pumping units. Each motor shall be completely assembled in the shop, shipped assembled, and of such design as to permit handling as a single unit in the field. (1) Motor Type and Ratin . The electric motors to drive the pumps shall be vertical, open drip-proof, wound rotor, induction motors with solid shafts, complete with all accessories, suitable for 460 volt (plus or minus 10 per cent), 3 phase, 60 cycle current. Each motor shall conform to the latest applicable NEMA Standards and these specifications. The motors shall be of ample size to drive the pumps throughout the operating head range without exceeding the nominal horsepower rating with a temperature rise of not more than 60 degrees C. as measured by resistance with an ambient temper- ature of 40 degrees C. Each motor shall have a 1.15 service factor. The motors shall have the following minimum efficiencies and power factors: Per Cent Full Load No. 1 and 3 No. .2 Efficiency 50 89 84 100 91 88 Power Factor 50 75 50 100 85 70 The motors shall have a secondary voltage and amperage which in conjunc- tion with the variable speed controllers, to be provided by others, will control the pumps over the specified range. The coordination of the secondary voltage and amperage shall be the responsibility of the supplier of the pump- ing units. The open circuit secondary voltage of all three units shall be identical. (2) Stator Construction. The stator frame shall be constructed of rolled steel plate or cast iron. It shall be rigid and sufficiently strong to support the weight of the upper bearing bracket load, the weight of the stator core and windings, and to sustain the operating torques without perceptible distortion. I-50 , The stator core shall consist of high-grade, non-aging, thin laminated silicon steel, each lamination coated on both sides with an insulating varnish or other suitable material, to minimize eddy current losses. The laminations shall be adequately fastened to the stator frame and securely held in place by clamping at each end. There shall be no perceptible buzzing of the laminations during operation. The air ducts in the stator core shall be arranged to make the flow of air smooth and quiet, and to minimize air friction losses. The stator winding shall be star connected. The ends of each phase winding shall be brought out through openings in the stator frame at approved locations. Suitable terminals shall be provided on the stator leads. The insulation of the stator winding shall be at least equal to Class B, as defined by the ASA Standards. The coils shall be thoroughly insulated and treated with a moisture-resisting compound in such a way that air will be ex- cluded and the insulation will be protected from the absorption of moisture. The coils shall fit the slots accurately and they shall be form wound and interchangeable. The coil ends shall be braced against any distortion during the starting condition. Stator leads shall be terminated in cast iron conduit boxes of sufficient No size to accommodate easy connection to the line leads. (3) Rotor Construction. The rotor shall be built in accordance with the best modern practice, and in such 1 manner as to secure adequate strength for the operating conditions. The rotor core shall consist of high- grade, non-aging, thin laminated silicon steel, each lamination coated on both sides with an insulating varnish to minimize eddy current losses.. The core shall be built up of laminations mounted on a cast iron or fabricated steel spider. The laminations shall be held together by clamping on each end with through bolts. Insulated copper straps shall be secured in the slots by means of slot wedges. The rotor shall be of wave wound construction and fans shall be mounted to the rotor heads to provide air circulation for cooling. The air ducts in the rotor core shall be arranged to make the flow of air smooth and quiet and minimize air friction losses. The entire rotor shall be designed to withstand a speed equal to 125 per cent of normal, as well as maximum reverse rotation that may be developed by the pump. (4) Motor Shaft Construction. The shaft shall be made of forged, open-hearth carbon or alloy steel, properly heat-treated. It shall be of ample size to operate safely zip to and including the maximum overspeed without any detrimental vibration or excessive deflection. (5) Insulation. All motor insulation shall be Class B, as defined by ASA Standards. Coil insulation shall have a high dielectric strength, low dielectric loss, and ample mechanical strength and thickness to give long life and dependable service. The process of winding, forming, molding, in- sulating, and impregnating by compounding under pressure or dipping, baking, and testing shall be accurately controlled to ensure uniform, mechanically strong, moisture-resisting, and properly insulated coils. I-51 (6) Bearings. One thrust_ and one radial bearing of ample size for all operating conditions shall be provided. Bearings shall be air-cooled, oil-lubricated. (7) Slip-Rings. Brushes shall be suitable for continuous duty. Brushes and brush rigging on the motors shall be readily accessible for inspec- tion and maintenance. Leads from the slip-rings shall be brought to a common terminal box provided for external connections. (8) Vibration. The motor rotating elements shall be dynamically balanced as a complete unit at the manufacturer's shop. (9) Thermal Trip Device. Each motor shall contain an internal thermal protector that shall open the motor control circuit and shall protect the motor against overheating from overload and/or failure to start. The thermal protector shall be responsive both to temperature and to rate of rise of temperature of the motor windings. (This protector shall be in addition to thermal overload relays to be furnished in the motor starter.) (10) Heaters. Each motor shall be provided with space heaters of sufficient wattage to prevent condensation on the core or windings while the unit is out of service. Heaters shall have rustproof sheaths and be con- nected to a common terminal box for external connection by conductors having heat-resistant insulation. Heaters shall be wired for connection to a 120 volt, 1 phase service. (11) Ladders. Each motor shall be provided with an access ladder to the top of the motor at a location which will provide convenient access to the brushes for inspection and maintenance. Ladders shall be readily detachable from the motors. Detailed drawings of the ladders shall be sub- mitted with the pump drawings for approval by the Engineer. (12) Accessories. The motor manufacturer's standard complement of accessories for vertical motors, bolts, lifting devices for rotor and motor parts, any special wrenches required, and miscellaneous items as required for the installation and maintenance of the motor shall be included. h. Balance. All rotating parts shall be accurately machined and shall be in as nearly perfect rotational balance as practicable. Excessive vibra- tion and/or noise shall be sufficient cause for rejection of the equipment. i. Painting. All exposed surfaces of the pumps, motors, and any similar items, shall be finished smooth and given one filler coat and as many additional coats as may be required to provide a smooth and uniform surface for painting. This equipment shall they, be painted with one coat of primer and a coat of enamel to (a) adequately protect the filler material from damage during handling, shipping and installation, and (b) provide a smooth uniform base for the finish painting which will be done by others after the equipment has been installed. Machined surfaces and nonferrous surfaces shall not be painted. Machined surfaces shall be coated with rust-preventive compound. Z-52 J. Protection for Shipment. All equipment shall be carefully and ade- quately protected in a manner which will prevent (a) damage of any kind to painted surfaces from abrasion, impact, discoloration, or otherwise, (b) moisture or water damage to electrical equipment or insulation forming a part thereof, or (c) corrosion of polished or machined metal surfaces. Bearing and stuffing boxes ehall be covered to exclude grit and other foreign substances. k. Installation. Each pump shall be mounted on a concrete foundation and attached with a full set of anchor bolts and nuts of the size recom- mended by the pump manufacturer. A pipe sleeve of the size specified shall be provided and used to allow movement for the final position of the bolts. The sleeve shall be provided with a square was as shown on the Plans, which shall be welded to the head of the anchor bolt in order to prevent the bolt from turning. Other methods of setting the anchor bolts may be used if approved by the Engineer. Pumps may be aligned by using jack bolts, metal blocks and shims, metal wedges, two nuts, or other methods approved by the Engineer. The final align- ments of the pumps and motors shall meet the tolerance recommendations of the manufacturer. After the pumps are in place, and aligned, the anchor bolts shall be tightened evenly, but not too firmly. The pumps shall then be grouted to the foundation with a non-shrinking grout. The anchor bolts shall not be tightened until at least 48 hours after completion of the grouting. The entire installation of the pumping units shall be done in a manner which will not put any strains on the pumps or the piping. In order to ensure proper installation of the equipment, the Contractor shall be required to have a competent representative of the equipment manu- facturer inspect the equipment and its installation before the equipment is put into operation, supervise start-up of the equipment and test all .components. 1. Operating Instructions, Detailed maintenance and operating instruc- tions, including a parts list, shall be furnished in triplicate to the Engineer for each piece of the major items of equipment and for all other equipment that is called for in these Specifications. This information shall be furnished prior to putting any of the equipment into operation. The information furnished shall be written for the specific equipment furnished and shall not be general information covering more than the specific equipment furnished. Manufacturer's printed material covering instructions for equipment in addition to the specific equipment furnished may be submitted if, in the opinion of the Engineer, the instructions are marked adequately to indicate the instructions that pertain to the equipment furnished. Equipment offered under sub-item (a) of this Item in the Proposal shall be Figure 5752 Pumping Units as manufactured by Fairbanks Morse. I-53 Equipment offered under other than sub-item (a) of this Item in the Pro- posal shall be of the manufacturer's design in general conformance with the above specification and shall have pump curves which will satisfy the station system curves. 15. RAW SEWAGE PUMP CONTROL SYSTEM: Scope. This Item shall include the furnishing and installing of a complete sewage pump control system consisting of: 3 each - Water Rheostat type variable speed controllers. 3 each - Heat Exchangers for variable speed controllers. 1 each - Sequence control cubicle. To assure complete coordination of all components and to provide unit responsibility, all components of the system shall be furnished by one supplier who shall assume full, undivided responsibility. It is the intent of these specifications to secure a control system of highest possible reliability and quality. Functional Requirements. a. The system shall initially operate in the following manner: (1) The sewage level in the wet well shall be sensed by means of a continuously purged bubbler pipe. (2) Pump No. 2 shall. operate continuously while the influent rate is within the maximum capacity of that pump. The pump speed shall be varied steplessly, to precisely match the pump dis- charge rate exactly to the station influent rate over any required range of speed, without hunting, or surges, as the latter varies from zero gpm at 28 feet static head to the maximum capacity of the pump at 98 per cent motor full load speed. The variable speed control system shall be truly proportionally acting, without "dead zone" operation. Pump delivery rate shall vary directly as a function of water level in the well over a 27-inch control range. (3) When the influent rate exceeds the capacity of Pump No. 2, the "Lag" pump, either Pump No. 1 or Pump No. 3 depending upon the position of the selector switch, shall be started and shall operate continuously until the influent rate again falls to within the maximum capacity of Pump No. 2. When the check valves of either Pumps No. 1 or No. 3 are open, Pump No. 2 shall not be permitted to operate. (4) Pumps Nos. 1 and 3 shall be manually alternated by means of a selector switch. On an influent rate in excess of the maximum capacity of Pump No. 2, the "Lag" pump, as determined by the position of the selector switch, shall operate, and the remaining pump shall be the "Standby" pump. I-54 (5) The "Lag" pump shall operate immediately and continuously in the event the check valve for Pump No. 2 fails to open. The "Standby" pump shall operate while the influent rate exceeds the maximum capacity of pump No. 2, if the "Lag" pump should fail. (6) The "Lag" pump shall operate continuously, and Pump No. 2 go shall not operate, in the event of failure of power to, or a component within the sequencing circuit. In the event of failure of the check valve of the "Lag" pump to open, for any reason, when the lag pump is required to operate by the level control system, the "Standby" pump shall operate continuously.. (7) Any pump shall be permitted to start only when the variable speed controller is in a condition' to limit motor inrush current to less than full load current when the motor is energized at full voltage, and when the pump discharge check valve is fully closed. (8) When the pump motor starter is energized, the individual water seal pump motor and all auxiliaries of the associated variable speed controller shall also be energized. The sewage pump discharge check valve shall be permitted to open only when all of the following conditions are satisfied: (a) The variable speed controller electrical auxiliaries are operating normally. (b) The pump discharge pressure has reached a preset value. (c) The seal water pressure is normal. After the pump is in operation, should any of the variable speed controller auxiliaries fail or the pump discharge pressure or the seal water pressure fall below their normal values, the pump discharge check valve shall be caused to close. (9) After any pump motor is required to operate, for any reason, and if the pump discharge check valve does not move from its seat within a reasonable length of time (adjustable to 2.5 minutes) , the motor starter coil shall be deenergized, and shall remain in that condition until the circuit is manually reset. After the pump is in operation, should the pump discharge valve close and remain closed for the preset time period, the pump motor starter coil shall be deenergized and shall remain in that condition until the circuit is manually reset. I-55 (10) After any pump motor is energized, and the discharge valve has moved from its seat, the discharge check valve shall be closed and the pump motor shall be deenergized if either of the following conditions should occur: (a) Trip of high temperature sensor in the variable speed controller. (b) Failure of any component of the power restoration- alarm reset circuits. The cutout circuits shall be maintained until manually reset. (11) After any pump motor is energized, including manual operation, the motor starter coil shall be immediately deenergized in the event of trip of any of the three motor starter overload relays or trip of the internal motor temperature detector. The in- ternal motor temperature detector (furnished by the pumping unit manufacturer) will be an automatic resetting device with a contact which opens upon a high temperature, but the cutout circuit shall require manual reset and shall be fail safe. (12) When any pump is required to stop, for any reason including turning the Hand-Off-Auto switch to the off position, except trip of any of the starter overload relays or the motor winding temperature detector, the pump discharge check valve shall be signaled to close, and the motor starter shall not be deenergized until the pump discharge check valve is completely closed. (13) When any pump discharge check valve is signaled to open, both air release solenoid valves shall be energized, and shall remain energized until the pump discharge check valve moves from its seat. The air release solenoid valves shall be powered from the sequence circuit. (14) In the event the water level in the wet well increases to Elevation 532.0, all pumps shall be cutout and shall not be permitted to restart until the level falls to Elevation 531.0. A Dim/Bright glow pilot light shall indicate "High Level Cutout." The system shall operate two air compressors con- tinuously while the pumps are cutout due to high level to assure purging of the bubbler pipe. The High Level Cutout circuit shall include necessary terminals and jumpers to permit disabling the High Level Cutout. b. The system shall provide the following features: Al) Completely fail-safe operation. Failure of no component of the variable speed controllers or inadvertent manual operation shall possibly permit the variable I-56 speed pumps to discharge more than the station influent rate. Failure of any single device or component in the variable speed controllers or sequence control cubicle or trip of any single protective device shall not possibly disable more than one sewage pump so long as 480 volt, 3 phase power is available to the pump motor starters. Failure of power to the sequence equipment or failure of components shall result in continuous operation of the "Lag" pump. (2) Complete independence of each pumping unit to assure complete standby. Each variable speed controller shall be completely independent with self-contained individual level sensing facilities and air compressors, etc. The controllers shall share no common com- ponents other than the single bubbler pipe. Control circuitry for each sewage pump shall also be completely isolated and independent, such that failure of any single device or trip of any single overload protective device or disconnect of any single circuit shall not possibly disable more than one pumping unit. (3) Reliability and simplicity of design and construction of equipment. The manufacturer shall warrant the power transmission assembly (electrode assembly) of the speed controller against wear for not less than five years, and shall furnish all labor and material EM to replace any part or parts of this assembly which fail due to wear or defects of material or workmanship within five years from date of initial operation. Replacements for all moving parts of the speed controllers and sequence control. cubicle shall be readily available within 150 miles of the installation. The design and construction of the equipment shall permit full , maintenance and service by sewage plant personnel without special tools or equipment or parts which would not be available at a sewage treatment facility or with which operating personnel would be unfamiliar. Systems which include vacuum tubes, transistors, diodes, saturable core reactors, magnetic amplifiers, pneumatic controllers, pilot or servo motors, are specifically prohibited. (4) Reduced current starting of the variable speed pump driving motors. Motor inrush current shall. be limited to not more than motor full load current under any circumstances. Failure of any component, in any normally anticipated manner, shall not possibly T-57 permit any variable speed pump motor to be energized with less resistance in the rotor circuit than that required to reduce the inrush current to less than motor full load current when the motor is required to start at any time and for any reason. (5) Speed controllers shall be capable of continuous operation at any motor load up to 110 per cent of motor nameplate rating without damage, overload or overheating, to permit full use of the service factor of the variable speed motors. (6) Indication of level of sewage in the wet well. (7) Provision for operation of either or both variable speed con- trollers for Pumps No. 1 and No. 3 from the air compressor in either variable speed controller Nos. 1 or 3, should the other air compressor be cut of service. (8) Cooling of the variable speed controllers without dissipating slip losses to the station atmosphere. The speed control system manufacturer shall furnish, as an integral part of the control equipment, and the Contractor shall install, all heat exchangers necessary to remove variable speed "slip losses" from the control equipment. Installation work shall include all required piping, fittings, etc., as required for the control equipment supplied. The heat removal equipment for each pumping unit shall be capable of removing heat in the amount of not less than 380 Btu/hr for each one horsepower required by the pump at maximum speed. The cooling system shall not require use of potable water. (9) Recording of total operation of each pumping unit. (10) Indication of the speed of the selected pumping unit. c. The system shall provide a set of alarm contacts, wired to terminals to indicate each of the conditions described below for each pumping unit. The alarm contacts shall be factory-wired to an annunciator which will be furnished as an integral part of the Sequence Control Panel. All alarm circuits shall be fail-safe, in that failure of any component shall result in an alarm signal. All alarm circuits shall be automatically set to a "normal" condition when the pump control. circuit is initially energized. Manual reset alarm circuits shall be reset by a common pushbutton. Automatic reset alarm circuits shall be automatically reset when the alarm condition clears. Alarm contacts shall be provided for each pumping unit for each of the conditions listed below. One alarm condition shall cause only one alarm contact to close. I-58 (1) Pump control circuit power failure, automatic reset. (2) Motor overload or winding temperature sensor trip, manual reset. (3) Speed controller high temperature, manual reset. (4) Failure of pump discharge valve to open within a reasonable length of time after the pump is required to operate, manual reset. (5) Failure of the pump discharge valve to close fully within a reasonable length of time after a pump is required to stop, manual reset. (6) Seal water pressure low, manual reset. (7) Pump discharge pressure low, manual reset. (8) Variable speed controller air system failure, manual .reset. (9) Failure of pump discharge check valve to move from its seat within a reasonable length of time after the pump is required to operate, manual reset. d. At a future date, Pump No. 2 shall be changed to be a constant speed unit. The initially installed equipment shall include all required components to provide the following future changes from initial operation: (1) One of the variable speed units (Nose 1 or 3) shall operate continuously as "Base" Pump. (2) When the influent rate exceeds the capacity of the "Base" variable speed pump, the constant speed pump shall be started and shall operate continuously until the influent rate falls to within the capacity of the "Base" pump. When the constant speed pump is operating, the "Base" variable speed pump shall discharge the difference between the station influent rate and the capacity of the constant speed pump. The control system shall preclude cycling of the constant speed pump while the influent rate exceeds the maximum capacity of the "Base" variable speed pump. (3) The "Standby" variable speed pump shall operate immediately and continuously in the event of failure of the "Base" flow variable speed pump. The "Standby" variable speed pump shall operate continuously while the influent rate exceeds the capacity of the "Base" flow pump if the constant speed pump should fail to deliver for any reason, or in the event-of 1-59 failure of the sequencing system. When both variable speed pumps operate concurrently, they shall approximately share the load and shall operate over the single control range. e. Complete drawings of the equipment offered, with a complete, detailed description of operation, shall. be submitted for approval. Drawings shall include JIC type schematics, outline dimensions, external connections, diagrams, internal pneumatic and hydraulic schematics, and a complete bill of material. The description of operation shall be complete, contact by contact, relay by relay, and shall completely describe the operation of the control circuits and devices in terms which will be comprehensible to laymen. Drawings and operation description shall fully cover both the present and future operation. Construction Requirements. a. Speed Controllers. Each speed controller shall be a pneumatically operated liquid rheostat, NEMA I enclosed with formed and hinged doors and shall match and line up with the station motor control center. Each con- troller cubicle shall receive a prime coat of zinc chromate followed by two coats of enamel. The color of the finish coat of enamel (similar to Spectra- Glaze Deep Desert Yellow) shall be approved by the Engineer. The cubicles as well as all gauges mounted on the door shall be identified by means of mechan- ically attached engraved white laminoid nameplates with black letters. All auxiliaries, level sensing, air compressor, recirculation pump, etc. , shall be factory-mounted, wired and piped within the enclosure. The speed controllers and all components shall be suitable for installation in a highly humid and . mildly corrosive atmosphere. The variable speed controllers shall be com- pletely coordinated with the pumps and pump driving motors, and shall include all internal auxiliaries required to meet the above functional specifications. Each liquid rheostat shall consist of a two-compartment container filled to the proper level with a suitable electrolyte. One compartment shall be air-tight and arranged for connection to the bubbler pipe. The second com- partment shall be vented to atmosphere and shall contain a set of cast "Formite" grids of not less than 1-inch thickness with leads brought to terminals for connection to the motor rotor brushes. There shall be no arcing contacts or magnetic devices in wound rotor circuits, to assure maximum motor brush and slip ring life with minimum maintenances r The electrolyte shall be free to flow between compartments; the level in �+ the rheostat compartment shall be varied by manometer action - increased sub- mergence of the grids shall result in lowered effective resistance and increased pump motor speed and vice versa. There shall be no moving parts in, between, or movement of, the rheostat plate assembly. Each liquid rheostat shall contain an electrolyte thermometer, a sealed compartment pressure gauge, a high temperature cutout switch, an air com- pressor, an electrolyte recirculation pump, a 3-way bubbler and vent solenoid I-60 magma valve, a pressure switch sensing electrolyte level on the rheostat plates, a "slow-stop" needle valve, a "positive purge" valve, and a check valve with manual bypass in the internal bubbler tubing. The air compressor, recirculation pump and solenoid valve in each unit shall be equipped with portable cords and plugs for electrical connection to internal receptacles within the controller enclosures. Receptacles shall be factory-mounted and wired to numbered terminal boards. The air compressor shall be mechanically fastened by means of wing nuts and a flexible tubing coupling to permit replacement without tools. The 3-way solenoid valve shall vent the sealed compartment to atmosphere when the sewage pumping unit is re- quired to stop. The pressure switch shall absolutely preclude energization of the pumping unit motor at any time unless the rheostat resistance is suf- ficient to assure motor inrush current will be less than motor full load current to protect motor brushes and slip rings; failure of the pressure switch, in normally anticipated manner, shall preclude operation of the associated pump- ing unit. The "positive purge" valve shall prevent bubbling air through the rheostat plate compartment and assure the bubbler pipe will be purged at any submergence. The variable speed controllers shall vary pump speed over a 27-inch range for Pump No. 2 and over a 33-inch range for Pumps Nos. 1 and 3; pump delivery shall vary as a function of wet well level within the control range. Each heat exchanger assembly shall consist of a steel sleeve with gasket assemblies and with 1-1/4-inch electrolyte piping connections at bottom (inlet) and top (outlet) . The sleeve shall be baffled at approximately 4-inch inter- vals to provide electrolyte flow in 4-inch wide passes parallel to the axis of sewage pipe. Electrolyte shall flow completely around the pipe. The gaskets shall be suitable to support the heat exchanger assembly by compression around the discharge pipe and shall completely isolate the steel sleeve and end rings from the discharge pipe. The heat exchanger assemblies shall be of the slip-on type, suitable to be installed over the discharge pipe with one flange removed from the pipe before the piping is installed, shall be of sufficient length to provide adequate cooling of the liquid rheostat electrolyte. Electrolyte pipe shall be installed as specified in Paragraph III-24, "Installation of Copper Tubing." The electrolyte piping shall be thoroughly flushed with potable water, checked for leaks, completely drained, removing all scale, dirt and foreign particles, and dried before installation of electrolyte. Furnish and install approximately 30 gallons of distilled water for electrolyte into each variable speed controller, mixed with electrolyte powder furnished by the variable speed controller manufacturer, exactly in accordance with the manufacturer's recommendations. The bubbler tube shall be installed as specified in Paragraph III-28, "Installation of Polyvinyl Chloride Pipe," I-61 b. Sequence Control Panel. The sequence control panel shall con- sist of a free-standing floor mounted section, completely factory-assembled, wired and tested, NEMA I enclosed to match in color and height and line up with the variable speed controllers. All internal wiring shall be color- coded and each wire shall be terminated with a solderless lug and numbered at each end; wiring shall be complete to internal terminals strips. All interwiring between the sequence controller and the variable speed controllers shall be factory-connected with plug-in connectors. A full height formed and continuously hinged door of the pump sequence controller compartment- shall include an operator's control panel with the following devices: "Run-Off-Auto" selector switch for each sewage pump motor. "High Level Cutout" indicating light. Elapsed time meter for each sewage pump motor. Depth indicator. "Alarm Reset" pushbutton. Speed Indicator and selector switch. Annunciator. A closure panel of 12 ga. sheet metal, adequately braced, matching the height and finish of the controller compartment shall be furnished as shown on the Plans. The sequence controller compartment shall include all required relays, time switches, transformers, time delay relays, terminal blocks, circuitry, motor starters for the seal water pumps, etc. , required to meet the functional specifications and to provide power to speed controller internal auxiliaries. All selector switches, pilot lights, instruments and gauges shall be identified by means of mechanically attached engraved white laminoid nameplates with black letters. Selector switches shall be of the heavy duty "oil-ti13ht" type, with contacts rated at not less than 10 amperes, 600 volts momentary, 1.2 amps at 600 volts continuous. Pilot lights shall be of the full voltage "oil-tight" type. Relays shall be of the machine tool type, with contacts rated at not less than 6 amperes at 300 volts. All relays shall include not less than one extra contact for possible future use, shall be capable of being con- tinuously energized, and shall provide clearly visible indication of energiza- tion or de-energization. Transformers shall be machine tool type, Class H insulated, of sufficient capacity to provide regulation not in excess of 5 per cent under any conditions of secondary load. Time delay relays shall be of the heavy duty synchronous motor type, with calibrated dial, adjustable without tools, molded case, Eagle Signal Bulletin HP5 (no substitute). I-62 A 2-1/2-inch square elapsed time meter for each pumping unit, to reach to 99,999.9 hours, non-reset type, shall be flush-mounted on the door of the sequence controller. A 4-1/2-inch gauge with chrome ring, 0-100-inch w.c. range with over range protection suitable for a head of 420 inches w.c. , shall be flush- mounted on the front of the sequence controller and shall be piped to the bubbler to indicate level in the wet well above the end of the bubbler. The speed indicator shall have a 5-inch linear scale calibrated clock- wise 0 to 100 per cent of synchronous motor speed. One speed indicator shall be provided for the three variable speed pumps, with a four-position selector switch, "Off-Pump No. 1-Pump No. 2-Pump No. 3," to provide indication of speed of any variable speed motor, as selected by the switch. The speed indicator shall include all necessary transducers and terminals to permit temporary field connection of a portable 0-100 microampere recorder, which shall record motor speed from 0 to 100 per cent of motor synchronous speed. (The trans- ducer output shall vary from zero at zero motor speed, linearly to 100 micro- amperes at synchronous speed.) Any required primary speed sensing devices VP mounted on the motors, shafts, or pumps, as well as required wiring between the primary sensors and the indicator, shall be furnished and installed. An annunciator alarm system shall be furnished for each of the nine alarm conditions listed above for each pumping unit. In addition, three spare alarm points shall be provided. The annunciator panel shall be similar or equal to De-Line Twinpoint, Series 10, Model 1243, Sequence 40 with Test Pushbutton Annunciator as manufactured by Panalarm Division, The Seam Instru- ment Corporation. The system shall consist of the following: 1 - Model 1265 Cabinet 6 units high by 5 units wide 15 - Model SC-100 Plug-In Relays 120/60, each for two points 15 - BDT-M Twinpoint Light Boxes with engraved nameplates 1 - S1-41 Combination Selector Switch Pushbutton, 1 position for test:, 1 position for acknowledge. Provisions shall be included for later addition of a single relay for dry contact closure to be energized any time there is an unacknowledged alarm. An operator's instruction plaque shall be furnished and mechanically fastened to the front of the blank panel to be furnished under other sections of these Specifications. The plaque shall contain. a brief description of the system operation printed on an aluminum sheet, which shall be laminated be- tween two 1/8-inch thick sheets of plexiglass. c. Testing. The entire system shall be factory-tested after fabrication and wiring in order to check that the system will function as specified herein. The testing shall include simulation of all conditions which may be expected at the Walnut Street Pumping Station. The manufacturer I-63 shall provide the City and the Engineer at least two weeks prior notice of the date of the test in order that they may witness the test if they so desire. Detailed maintenance and operating instructions shall be furnished in accordance with Section III, Paragraph 74 of these Specifications. In order to ensure proper installation of the equipment, a qualified field engineer(s) of the pump speed controller and sequence controller manu- facturer shall check the installation, supervise start-up and instruct plant personnel in proper operating and maintenance procedures. Manufacturers' field engineer(s) shall be available for these purposes without extra cost to the City for not less than three trips, of not more than three days each until the project is finally accepted. Equipment offered under sub-item (a) of this Item in the Proposal shall be Model BLV Flomatchers and a sequence control panel as manufactured by Flomatcher Co., Inc. Equipment offered under other than sub-item (a) of this Item in the RV Proposal shall be of the manufacturer's design in general conformance with the above specification. 16. M WLIFT: This Item shall include the furnishing and installation of the manlift in the Walnut Street Pumping Station as shown on the Plans and as defined in the following Specification. The lift shall have a carrying capacity of 2,000 pounds and when fully loaded shall move at a speed not to exceed 23 feet per minute, utilizing a cable lifting system. The lifting platform shall 'be 4 feet 0 inches wide by 3 feet 9 inches deep with a floor of aluminum checkered plate and a 2-inch high toe guard on one side and part of another. As shown on the Plans, a portion of the aluminum plate shall be arranged for easy removal or hinged to allow emergency entrance or exit to the station. The platform shall have handrails and re- movable-5-foot high 1-1/2-inch No. 125 flattened expanded aluminum on the sides and gates. Swinging gates shall be provided as shown on the Plans. A hinged or removable top of the same expanded aluminum shall be provided. The gates shall be so arranged that the platform may not be either lowered or raised unless both gates are closed. The back guard at the rear of the plat- form shall be of metal plate, 7 feet 0 inches high, with ladder rungs for emergency exit and the platform operating controls mounted on it as shown on the Plans. The platform shall be welded to a structural steel lifting carriage which shall ride on guide wheels vertically on a structural steel mast. The mast shall be arranged with cross bars on the front and/or side at 15-inch centers to provide emergency exit or access to the station. The unit shall be provided with five pushbutton control stations. One of these shall be mounted on the pumping station operating floor near the I-64 manlift shaft, one on the lift platform as described above, one at Elevation 524.0 on a column near the base of the manlift, and the other two on the handrail of the platforms at Elevation 530.0 and 538.05 near the manlift. These control stations shall be of the type which require the operator to maintain contact with the operating switch to actuate movement of the plat- form. Any relief of the operating switch shall immediately stop movement of the platform. A falling platform safety device which will rapidly engage the mast and hold the platform should the lifting chains or cable slacken shall be provided. A means of preventing the platform from falling in case of power failure shall also be provided. The unit shall be provided with a right angle gear brake motor drive unit with the bottom of the unit mounted at Elevation 526. The drive unit shall be connected to an 8-inch diameter double-grooved winding drum through a chain sprocket drive. The lifting cables shall be 3/8-inch 6x37 improved plow steel wire rope. Two 8-inch overhead load sheaves and a carriage idler and 8-inch cable equalizing sheave shall be provided. An The unit shall be suitable for 3 phase, 60 cycle, 460 volt (plus or minus 10 per cent) current. A control panel provided with a starter, control transformer and all other necessary controls shall be furnished. All moving parts of the unit shall be sufficiently enclosed to protect the operator from injury. Detailed maintenance and operating instructions shall be furnished in accordance with Section III, Paragraph 74 of these Specifications. Op In order to ensure proper installation of the equipment, the Contractor shall be required to have a competent representative of the manufacturer inspect the equipment and its installation before the equipment is put into operation, supervise start-up of the equipment and test all components. Equipment offered under sub-item (a) of this Item in the Proposal shall be Model EC 102 Stationary Platform Type Lifts as manufactured by Langley Manufacturing Company, Inc. , 28 Industrial Street, Rochester, New York. Equipment offered under other than sub-item (a) of this Item in the Proposal shall be of the manufacturer's design in general conformance with the above specification. 17. CONTROL GENTER. FOR THE WALNUT STREET PUMPING STATION: a. Scope. This Item shall include furnishing and installing, complete, one control center in the Walnut Street Pumping Station. Equipment offered under this Item shall be in accordance with the draw- ings for the Pumping Station, and shall be as specified under the preceding Item of these Specifications titled "Control Center for the Water Pollution Control Plant," except as shown otherwise in this Item. I-65 b. Ratings. The control center and its components shall be for 480 volts, 3 phase, 4 wire, 60 cycle service, except that all control circuits shall be 120 volts, 1 phase. All buses shall be braced to withstand 22,000 amperes rms symmetrical fault current. The main and incoming buses shall be rated 1,600 amperes con- tinuous and vertical buses shall be rated 800 amperes continuous, all at 50 C. rise above 40 C. ambient. Each circuit breaker shall have an interrupting rating of not less than 22,000 amperes rms symmetrical at 480 volts and the main breaker shall have a short-time rating of not less than 22,000 amperes. c. Enclosures and .WirinQ. The color of the finish coat of enamel shall match the color .of "Spectra-Glaze Deep Desert Yellow," which is the color of the glazed masonry units to be used on the walls, and shall be approved by the Engineer. The enclosure shall be 90 inches high, and the overall length of the complete assembly shall not exceed 140 inches. d. Nameplates. Nameplates shall be engraved .with black letters on white background. e. Manufacturer. Equipment offered under sub-item (a) of this Item in the Proposal shall be in conformance with this Item and as manufactured by General Electric Company. Equipment offered under other than sub-item (a) of this Item in the Proposal shall be of the manufacturer's design in general conformance with the above specification. I-66 r EN TECHNICAL SPECIFICATIONS SECTION II MATERIALS OF CONSTRUCTION OTHER THAN MAJOR. ITEMS OF EQUIPMENT 1, MATERIALS AND INSPECTION: All materials and equipment used on this work shall be new, of the best quality, and shall meet the requirements of these Specifications. Materials shall be sampled and tested in accordance with current ASTM Specifications, or such others as specified hereinafter. The Contractor will be required to furnish certificates of conformance to ASTDI or other applicable specifications. Materials shall be stored in such a manner that their condition is equivalent to new when installed. Whenever in these Specifications reference is made to the requirements of the ASTM (American Society for Testing Materials) , AWWA (American Water Works Association) , ASA (American Standards Association) , or other standard specifications, the latest modifications or revisions of such specifications am shall be applicable for use. All material to be used in this work will be inspected before being placed and all rejected material must be removed inunediately and not used in the work under this Contract. Any material installed or placed without inspection shall be removed and replaced with new material if so directed by the Engineer. The Contractor will be required to furnish such laborers as may be nec- essary to aid. the Engineer in the examination and culling of material. The Contractor shall pay for all tests required by the Specifications Such tests shall be performed by a competent independent laboratory approved by the Engineer on test specimens selected by the Contractor under the direct supervision of the Engineer. Copies of all test results shall be submitted to the Engineer directly from the testing laboratory. Z. CONCRETE AGGREGATES: The source of supply of the aggregates shall be approved by the Engineer before delivery or use is started. Representative preliminary samples of the materials to be used shall be submitted by the Contractor to the Engineer for examination and tests at least 45 days prior to use in the project. Aggregates shall be stored and handled so as to ensure the preservation of their quality and fitness for use, and shall be located so as to facilitate prompt inspection. All equipment for handling and transporting aggregates must be clean before any aggregates are placed therein. II-1 SM In no case will the use of pit-run or naturally mixed aggregates be per- mitted. Aggregates must, in every case, be screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. Aggregates containing lumps of frozen or partially cemented material shall not be used. The tests to which the aggregates will be subjected will include, but not necessarily be limited to, specific gravity, absorption, Los Angeles abrasion, soundness in magnesium and sodium sulphate, freezing and thawing in concrete, alkali-aggregate reaction and organic impurities and any other tests that are necessary to demonstrate that concrete of acceptable quality can be produced from the materials proposed. Coarse Aggregate. The material to be used as coarse aggregate in the con- crete other than lightweight concrete, shall be gravel or crushed limestone. Gravel aggregates shall be clean, washed gravel, consisting of hard, strong, durable pieces free from dust, loam, clay, alkali, organic impurities, adherent ,coatings, or other deleterious substances, and from thin, porous, elongated or laminated particles. Crushed limestone aggregate shall consist of uncoated particles of sound, durable rock of uniform quality, without an excess of flat, elongated or laminated pieces. No surface yellow or soft stone shall be per- mitted. The specific gravity of the stone shall be not leas than 2.56. Coarse aggregates shall conform to the requirements of Specifications for Concrete Aggregates, ASTM Designation C33. The gravel or crushed limestone shall be graded to meet the following re- quirements using the U.S. Standard Sieve Series: Sieve Sizes Percentage Passing 1-1/2-inch 100% by weight as 1-inch 95-100% by weight 3/4-inch 65- 80% by weight 3/8-inch 15- 40% by weight No. 4 0- 5% by weight No. 8 0- 2% by weight The coarse aggregate shall be uniformly graded and should the grading vary between loads from the maximum to the minimum limits of these Specifica- tions, such variation will be sufficient grounds for rejection. To ensure the production of suitable aggregates, complying in all respects with these Specifications, the aggregate plant shall be subject to the approval of the Engineer and no deliveries of aggregate shall be made until the operating conditions of the plant from which the gravel is to be delivered, have been inspected and approved. No stockpiling of the coarse aggregates will be permitted on public streets, alleys, or highways. If the aggregates are to be stored in other than bins or I1-2 hoppers, the aggregates must be deposited on a clean, hard surface. In no case shall aggregates be dumped directly on the ground. The use of frozen aggregates will not be permitted. When the temperature an of the air permits concreting to be carried on, the aggregates must be thawed out, thoroughly removing all frost before incorporating same in the concrete mixture. Fine Aggregate. The fine aggregate to be used in concrete, except light- weight concrete, shall consist of clean, natural sand of hard, strong, durable, uncoated grains, free from all foreign organic material, or other injurious deleterious substances. It shall conform to the requirements of Specifications for Concrete Aggregates, ASTM Designation C33. The fine aggregate shall be well-graded from coarse to fine and when tested by means of U.S. Standard Sieve Series shall conform to the following requirements: Sieve Sizes Percentage Passing 3/8-inch 1006 by weight No. 4 95-100% by weight No. 8 80-100% by weight No. 16 50- 85% by weight No. 30 25- 606 by weight No. 50 10- 30% by weight No. 100 2- 10% by weight In addition to the grading limits shown above, the fine aggregates, as delivered to the mixer, shall have a fineness modulus of not less than 2.40 nor more than 2.90. The grading of the fine aggregate shall also be controlled so that the fineness moduli of at least four of any five consecutive test samples of the fine aggregate as delivered to the mixer shall not vary more than 0.15 from the average fineness modulus of all samples taken during the first month's operation, unless otherwise directed. The fineness modulus shall be determined by dividing by 100 the sum of cumulative percentages retained on U.S. Standard Sieves No. 4, 8, 16, 30, 50 and 100. Lightweight Aggregate. Aggregate for lightweight structural concrete shall conform to the requirements of Specification for Lightweight Aggregates for Structural Concrete, ASTM Designation C330. Maximum size of aggregate: shall be 3/4 inch. 3. GRANULAR MATERIAL, FOR BACKFILL: Granular material utilized to replace unstable material or material other- wise unsuitable for supporting pipe in the bottom of trenches or structures; granular material used for bedding in trenches; granular material for fill beneath structures; and granular material for backf illing trenches beneath proposed pavements, driveways, or sidewalks shall be free-flowing from the bins of the quarry, and protected on the working site against moisture ' II-3 absorption to retain its free-flowing property. The moisture content by weight shall not be more than 5 per cent on the exterior of the stockpile, nor more than 3 per cent average for the entire stockpile. The material shall be uniformly mixed and well-graded to conform to the following: 100 per cent shall pass a 1/2-inch sieve; No more than 20 per cent shall pass a No. 100 sieve. 4. PORTLAND CEMENT: The portland cement to be used in the concrete shall meet the require- ments of Specifications for Portland Cement, ASTM Designation C150, and shall be Type I or II. Different brands of cement or cement from more than one mill shall not be used in any one pour. The Contractor shall arrange for the cement sampling, testing and report- ing thereof by the cement manufacturer in accordance with the requirements of Specifications for Portland Cement, ASTM Designation C150. The Contractor shall obtain from the manufacturer, a certificate of specification conform- ance for each lot of cement offered for use under this Contract. This certificate shall identify the particular lot of cement, and shall certify that the sampling and testing procedures and the quality of the cement con- form with the requirements of the Specifications. No cement shall be used until a certificate of specification conformance has been received by the Engineer. All cement will be subject to check testing from samples obtained at the mill, at transfer points, or at the project, at such times as the Engineer may determine. Such check sampling and testing will be by or under the supervision of the Engineer at no expense to the Contractor. Access shall be granted as required to inspect storage and to sample for check testing. Cement not meeting specifications shall be promptly removed. Cement which has been in storage more than four months shall not be used unless check test- ing by the Engineer proves that it complies with the Specifications. When bulk cement is not unloaded from primary carriers directly into weathertight hoppers at the batching plant, transportation from the railhead, mill, or intermediate storage, to the batching plant shall be accomplished in weathertight trucks, conveyors, or other means which will protect the cement- ing materials completely from exposure to moisture. The temperature of the cement as delivered to storage at the site shall not exceed 150 degrees F. Cement shall be stored in dry, weathertight and properly ventilated structures. All storage facilities shall be subject to approval by the Engineer and shall be such as to permit easy access for in- spection and identification. Sufficient cement shall be in storage to com- plete any pour of concrete started. In order that cement may not become unduly aged after delivery, the Contractor shall use any cement which may have been in storage for 60 days or more before using cement of lesser age. The Contractor shall notify the Engineer of the source or sources from which the cement will be obtained at least 45 days in advance of the time II-4 when concrete placing is expected to begin. If cement is to be obtained from more than one mill, the notification shall state the estimated amount of cement to be obtained from each mill and the proposed schedule of shipments. 5. ADMIXTURES: The water-reducing retarder admixture shall be liquid or powder Plasti- ment as manufactured by Sika Chemical Corporation, or equal as approved by the Engineer. The air-entraining admixture shall be a substance or compound approved by the Engineer which will produce entrained air in the concrete. The air- entraining admixture shall conform to the requirements of Specifications for Air-Entraining Admixtures for Concrete, ASTM Designation C260, and shall be of uniform consistency and quality within each container and from shipment to shipment. The Contractor shall arrange for the air-entraining admixture sampling, testing and reporting thereof by the manufacturer of the air-entraining admixture in accordance with the requirements of Testing Air-Entraining Admixtures for Concrete, ASTM Designation C233, The Contractor shall obtain from the manufacturer, a certificate of specification conformance for each lot of air-entraining admixture offered for use under this Contract. This certificate shall identify the particular lot of air-entraining admixture and shall certify that the sampling and testing procedures and the quality of the material conform with the requirements of the Specification. No air- entraining admixture shall be used until a certificate of specification con- formance has been received by the Engineer. An air-entraining admixture which has been in storage for six months or which has been subjected to freezing shall not be used until a re-test by the Engineer at the expense of the Contractor proves the admixture to be satisfactory. 6. WATER: Water used with the cement and aggregate for concrete, mortar, and grout, or for curing of concrete shall be clean, from water mains of public drinking water systems. 7. EXPANSION AGENTS: Expansion agents shall be "Intraplast-C" as manufactured by Sika Chemical Corporation, or equal. Portland cement low shrinkage accelerator shall be Sika "Set" as manu- factured by Sika Chemical Corporation. $. REINFORCING STEEL: Reinforcing steel bars shall be of uniform quality without surface or structural defects of any character and be of first class workmanship and II-5 finish. Steel bars shall be rolled from new steel billets. Bars shall con- form to Specifications for Billet-Steel Bars for Concrete Reinforcement, ASTM Designation A15. All bars shall be deformed to the minimum requirements for the surface deformation to comply with Specifications for Minimum Requirements for the Deformations of Deformed Steel Bars for Concrete Reinforcements ASTM HE Designation A305. The bars, when delivered, shall be protected from the weather. The bars must not be oiled or painted. Reinforcing bars with slight rust that can be easily removed with the aid of a wire brush may be used when the rust has been removed. Where scale has formed or is beginning to form sufficiently to reduce the section of the steel, such bars shall be rejected and must be removed from the site of the work. Welded wire fabric shall conform to ASTM Specification A185 and shall be of the size and gauge shown on the Plans. The Contractor shall furnish the Engineer a certificate from his steel supplier stating that all reinforcing steel supplied for this project conforms to Specifications. 9. WATERSTOPS• Waterstops for expansion or shear joints may be either of the cellular or the center bulb type. Cellular waterstops shall be made of polyvinyl chloride at least 4-1/2 inches long. The waterstops shall be suitable for expansion joints or joints where shear movement is expected while still maintaining a watertight joint. Cellular waterstops shall be similar or equal to those manufactured by Water Seals, Incorporated. Center bulb waterstops shall be of the dumbbell type not less than 9 inches long and made of rubber. The rubber shall have a minimum elongation of 450 per cent and a tensile strength of not less than 3,000 pounds per square inch and shall be suitable for expansion joints or shear joints. Center bulb waterstops shall be similar or equal to those manufactured by Servicised Products. Waterstops for construction joints shall be either 4-inch serrated PVC waterstops similar or equal to those manufactured by Water Seals, Inc. , or 4-inch rubber, flat dumbbell type similar or equal to those manufactured by Servicised Products. 10. EXPANSION JOINT FILLER. MATERIAL: Joint filler material shall be either preformed expansion joint materials or compressible insulation filler as called for on the Plans. Premolded expansion joint material shall be premolded bituminous boards conforming to the requirements of Federal Specification HH-F-334. II-6 Compressible insulation filler shall be premolded PVC foam, Grade #423 "Rodofoam," as manufactured by Electrovert, Inc. 11. EXPANSION SHIELDS AND BOLTS: Expansion shields and bolts for inserting into concrete shall be similar or equal to "Red Head" Self-Drilling Concrete Anchors as manufactured by the Phillips Drill Company, of the size shown on the Plans or as required to securely anchor the item being fastened. 12. STRUCTURAL STEEL: Structural steel, shapes, plates, bars and rectangular tubing shall con- form to the Specifications for Structural Steel, ASTM Specification A36. Structural steel pipe for columns shall conform to the ASTM Specification A53 for welded and seamless pipe, Type E or S, Grade B, from open hearth or basic oxygen steel, except that the sulphur content of the steel shall not exceed 0.05 per cent. Bar joists shall be standard open web "H-Series" joists of the size shown on the Plans. Steel rods, angles and plates used to fabricate bar joists and all fabri-, cation of bar joists shall be in accordance with the "Standard Specifications for Open Web Steel Joists, J and H Series," adopted by the Steel Joist Institute and American Institute of Steel Construction in February 1965. Extended ends and outriggers to support the cantilevered roof deck shall be designed to safely support the loading shown on the Plans. Arc-welding electrodes shall be E60.`U Series electrodes for manual arc welding in accordance with the applicable AISC and AWS Specifications. High-strength steel bolts, nuts and washers shall conform to the require- ments of the current edition of the Specifications for Quenched and Tempered Steel Bolts and Steel Bolts and Studs with Suitable Nuts and Plain Washers of ASTM Designation A325. Bolts, nuts and washers not specified as high strength steel bolts shall conform to ASTM Designation A307 for Unfinished Bolts. Before leaving the fabricating shop, all steel work, except as noted below, shall receive the surface preparation and shop painting in accordance with the provisions of the AISC Specifications, and as described in Para- graph III-56 "Painting" of these Specifications. Surfaces of steel shapes and plates to be in contact with and/or embedded in concrete, shall not be painted. Parts inaccessible after erection shall be given two coats of shop paint of different colors. zI-7 Contact surfaces of connections shall be thoroughly cleaned before assembly, but not painted. Machine-finished surfaces shall be protected against corrosion by a suitable and approved coating. All erection marks shall be painted or marked on painted surfaces. All items so noted on the Plans shall be hot-dipped galvanized after fabrication in a manner and to a thickness and quality conforming to ASTM Designation A123, "Zinc (Hot Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, plates, Bars, and Strip." Cutting, welding, or bending shall not be permitted after galvanizing. It is required that all fasteners, anchor bolts, and bolts and nuts, for fabricating galvanized steel shall also be galvanized. All shop connections, unless otherwise-shown on the drawings, shall be welded or bolted at the option of the Contractor. Shop connections of beams not detailed in the drawings shall be "Framed Beam Connections" as listed in Table I and III of the AISC Manual, Part 4. A minimum of two 3%4-inch bolts or equivalent welds shall be provided for all connections. At least one washer shall be provided per bolt at each connection. All bearing surfaces shall be milled to true planes for level bearing. Abutting surfaces shall fit closely, with assembled parts brought into close contact. Minor steel members requiring accurate alignment shall be provided with slotted holes and washers for trueing up the members as required. Miscellaneous steel and iron shall be well formed to shape and size, with sharp lines or angles. Shearing and punching shall leave clean, true lines and surf aces. 13. MATERIALS FOR SERVICE DRIVE PAVEMENTS: The aggregate for asphaltic base course and surface course shall consist of aggregate conforming to Missouri State Highway Standard Specifications as follows: Base Course: Graded Aggregate Section 103.1 Mineral Filler Section 101.3 Surface Course: Coarse Aggregate Section 101.1 Fine Aggregate Section 101.2 Mineral Filler Section 101.3 II-8 The mineral aggregate for the base course and surface course shall be of such size that the percentage composition by weight, as determined by laboratory sieves, shall conform to the following gradations. The per cent by weight for the asphalt material shall be within the limits given. The asphalt content of the mixture shall be calculated on the percentage basis by weight of the total mix. Sieve Designation Percentage bX Weight Passing Sieves (Square Openings) Base Course Surface Course 1 Inch 100 100 3/4 Inch 82-100 100 1/2 Inch 70- 90 82-100 3/8 Inch 60- 82 68- 90 No. 4 42- 70 SO- 79 No. 10 30- 60 36- 67 No. 40 15- 40 17- 44 No. 80 8- 26 9- 29 No. 200 3- 8 3- 8 Asphalt Cement, per cent 4.5-6.5 5.0-7.5 The gradations in the table represent the limits which shall determine suitability of aggregate for use from the sources of supply. The final grada- tions decided on within the limits designated in the table shall be uniformly graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieves, or vice versa. A sample of the coarse and fine aggregates shall be washed to determine the percentage of the total material passing the No. 200 mesh sieve. Of the amount of the material passing the No. 200 mesh sieve, at least one-half shall pass the No. 200 mesh sieve by dry sieving. The composition limits tabulated shall govern, but a closer control ap- propriate to the job materials will be required for the specific project in accordance with a job-mix formula. The weights for the measurement of the asphalt mixtures should be based on bulk specific gravity of aggregate of 2.65. Proportionate corrections shall be made when the aggregates furnished on the job (job aggregate) have bulk specific gravities above 2.75 or below 2.55. The coarse aggregates shall retain a bitumen film or coating of not less than 95 per cent when tested for stripping in accordance with AASHO Designation T182. The asphalt material to be mixed with the mineral aggregate shall have a penetration between 60 and 70 and shall meet the Missouri State Highway Standard Specification Sec. 115.5. II-9 The mixing formula for the asphaltic concrete shall be submitted to the Engineer for approval. The type and sources of all material and gradations of the aggregate, the relative quantity of each ingredient, shall be stated. The flow value for the mix when measured in 0.01-inch gradation shall be not less than 10.0 nor more than 16.0. Concrete used in the construction of curb and gutter sections and concrete slabs shall be Class A portland cement concrete. . 14. GRAVEL FOR SUB-DRAINS: "Gravel B" to be placed as shown on the Plans, around the clarifiers and pre-aeration tank sub-drains, shall conform to the requirements for coarse concrete aggregate. 15. ROCK FOR WALLS.AND RIVER REVETMENT: a. Rock for Walls. Rock for riprap to form the wall at the Water Pollu- tion Control Plant shall be locally available limestone similar or equal to that available from Adrian Materials Company near Jefferson City, Missouri. Stone used for this purpose shall be sound, free of fractures and cracks, hard, durable, dense and light gray in color. The facing stone shall consist of pieces generally 3 inches to 8 inches thick and of generally the following sizes: Face Area Per Cent of Wall Area 3 sq.ft. and. larger 35 2 sq.ft. to 3 sq.ft. 35 1 sq.ft. to 2 sq.ft. 25 1/2 sq.ft. to 1 sq.ft. 5 Backing riprap shall vary from 4 inches to 18 inches in size. Samples of the rock shall be submitted to the Engineer for approval. b. Rock for River. Revetment. All stone shall be broken, quarry-run, durable stone approved by the Engineer, that will not materially disintegrate under action of air and water. The sources from which the Contractor pro- poses to obtain the stone shall be selected well in advance of the time when the stone will be required for the work. Suitable samples of stone shall be tested by an approved testing laboratory at the Contractor's expense prior to placing stone in the work, unless previous tests of stone from this source can be made available to the Engineer. The acceptability of the stone will be subject to final approval by the Engineer. Service records and/or tests will be used to determine the acceptability of the stone. Stone accepted on a service record alone shall have demon- ' strated its ability to withstand deterioration under service conditions. In addition to the service record, or in the absence of a suitable service II-10 record, the stone may be subjected to any or all of the following tests, as may be considered necessary by the Engineer. (1) Specific Gravity, Corps of Engineers, Method CRD-C-107-60 - not less than 2.40. (2) Soundness in Magnesium Sulfate, Corps of Engineers, Method CRD-C-137-65, except that the test shall be run at a temperature of 80 degrees ± 2 degrees F. Loss at 5 cycles - not more than 12 per cent. (3) Soundness in Freezing and Thawing Method for Ledge Rock, Method Modified AASHO Designation T 103-42. Loss at 12 cycles - not more than 10 per cent. The test for freezing and thawing AASHO Designation T103-42 shall be modified as follows: (a) The temperature of the cold liquid shall be maintained in the range of -5 degrees to 0 degrees F. (b) The thaw fluid temperature shall be maintained at 45 degrees to 50 degrees F. (c) Length of a freezing and thawing cycle shall be two hours - i.e., one hour of freezing, followed by one hour of thawing. (d) Thawing shall be accomplished by circulating the thaw fluid around the pan containing the stone immersed to a depth. of 1/4 inch, rather than by total immersion. All stone shall be reasonably well-graded, free from overburden, spoil, shale, and unsuitable material. Dirt, and fines less than 1/2-inch maximum cross section, accumulated from interledge layers or from blasting or handling operations, shall not exceed 5 per cent by weight. The maximum weight of any piece of stone shall be limited to 250 pounds, unless otherwise directed by the Engineer. Occasional pieces slightly larger than the maximum size may be permitted, provided the gradation and voids are not affected. Quarry opera- tions shall be controlled to produce well-graded stone of desired size, and the Engineer may require changes as necessary to produce the required product. 16. CONCRETE SEWER PIPE AND JOINT GASKETS: The barrel of concrete pipe shall conform to and be tested and inspected in accordance with ASTM Designation C76, Class III, unless otherwise- designated on the Plans. All pipe shall be manufactured with ends suitable for rubber gaskets and that comply with all requirements of ASTM Specification C443. Joints shall be suitable for the type of gaskets specified below. Rubber gaskets for use with concrete sewer pipe shall comply with all requirements of ASTM Specification Designation C443 and shall be similar or YI�11 equal to "7'ylox" Type CP, as manufactured by the Hamilton Kent Company or the gasket manufactured by Pressed Seal Gasket Corporation. 17. VITRIFIED CLAY PIPE: Vitrified clay sewer pipe and fittings shall be new, of the best quality of hard-burned, vitrified clay or shale, conforming in every respect to the requirements and tests of the current ASTM Designation C200 for "Extra Strength Clay Sewer Pipe," or C278 for "Extra Strength Unglazed Clay Pipe." All pipe shall be free from blisters, cracks and pronounced laminations and must give a metallic ring when struck with a hammer. All vitrified clay pipe shall be socket pipes with sockets true, circular and concentric with the base of the pipes and the planes of the angles at right angles to the axis of the pipe, with all dimensions falling within the toler ances as permitted by the ASTM Specifications. All vitrified clay pipe shall have preformed plastic joints conforming to the latest revision of ASTM Specification C425, Type I or Type III, with the specific limitation that Type I joints shall be made only of polyurethane plastic. 18. MOLE FRAMES AND COVERS: Except where noted, circular manhole frames and covers shall be similar or equal to the frame and cover No. R-1418-A, as manufactured by Neenah Foundry Company. Manhole frames shall be provided with anchor lugs similar or equal to Neenah R-1768. The covers shall be Type C and 24 inches in diameter. The clear opening in the frames shall be 22 inches. The frame and cover together shall weigh not less than 360 pounds. Sealed manhole frame and covers shall be similar or equal to R-1419, Type P with bolt holes, as manufactured by Neenah Foundry Company. The circular manhole frame and cover for the Division Structure at the Water Pollution Control Plant shall be similar or equal to an R-6044-A Manhole Frame, with a Type C lid, as manufactured by Neenah Foundry Company. Square or rectangular cast-iron manhole frames and covers shall be similar or equal to R-6662 or R-6663 frame and cover of the sizes and number of lids shown on the Plans, with Type R butt hinges in solid bronze, holding ratchets and Type G lift handles, as manufactured by Neenah Foundry Company. All castings shall be made of first quality gray iron conforming to Class No. 25 of the current ASTM Specification A48 for gray iron castings. Castings shall be planed where necessary to secure perfectly flat and true surfaces. All castings shall be thoroughly cleaned and covered with two coatings of asphaltum paint before being used in the work. 19. PRECAST CONCRETE MANHOLES: Precast manhole sections shall be manufactured in accordance with the latest revision of ASTM C478. The minimum compressive strength for the con- crete for all sections shall be 4,000 psi. II-12 , 111[11111&1111111'1�Ijl 111111011111 Joints of the manhole sections shall be formed entirely of concrete em- ploying a rubber gasket conforming to ASTM Designation C443. 20. MANHOLE STEPS: Manhole steps shall be not less than 10 inches wide, shall weigh not less than 12 pounds, and shall be made of cast iron, and manufactured for use as manhole steps. Steps shall be asphalt-coated. Manhole steps shall be similar or equal to No. B-1112, as manufactured by Tower Grove Foundry. 21. CAST-IRON STOP CATE GROOVES: Stop gate grooves for stop gates shall be cast-iron grooves similar or equal to No. R-7501 Type V for the plate thickness indicated on the Plans as manufactured by Neenah Foundry, Neenah, Wisconsin, except that the depth of the groove shall be 5/8 inch. Where shown on the Plans, anchors shall be cast on the grooves. 22. CAST IRON BASKET SCREEN GUIDES: Cast iron guides to be used for the basket screen installation shall be R-7500 Type E of the size shown on the Plans, as manufactured by Neenah Foundry Company, Neenah, Wisconsin. 23. CAST-IRON AND DUCTILE IRON PIPE: Ductile iron pipe shall be used where called for on the Plans. Ductile iron pipe or cast-iron pipe may be used where cast-iron pipe is indicated on the Plans. Cast-iron pipe shall conform to the requirements of ASA Standards A21.6 or A21.8 and ductile iron pipe shall conform to the requirements of ASA Standard A21.51. The pipe shall be furnished with mechanical or push-on joints conforming to the ASA Standard A21.11, flanged joint ends with flanges con- forming to ASA Standard B16.1, or shoulder ends suitable for Style 44N Victaulic couplings. Flanged pipe may be integrally cast or have screwed-on cast-iron flanges, faced after fabrication. The type of joint shall be as shown on the Plans or specified herein. The pipe shall be cement-lined and seal-coated in conformance with ASA Standard A21.4, except where noted on the Plans that unlined or glass-lined pipe shall be used. The glass lining shall be especially formulated for handling sewage, sludge, scum and grit. The formulation shall consist of special glasses and inorganic materials milled to a fineness consistent with the shapes involved, and applied to the parts by procedures recommended by the manufacturer. After application ol the coating, the parts shall be placed in a specially designed furnace and. brought up to a temperature at which the glass melts and fuses to the base metal. Firing of the piece shall continue until fusion has completely taken place, and the coating has an integral molecular bond with the metal. 11-13 The finished coating .shall be from 0.008 inch to 0.012 inch thick. It shall have a hardness of from 5 to 6 on the Mohs Scale, and a density of from 2.5 to 3.0 grams per cubic centimeter, as measured by ASTM Designation D792. The glass shall be capable of withstanding thermal shock of 350 degrees F. , without crazing, blistering, or spalling. In addition, when tested according to ASTM Designation 0283-54, it shall show a weight loss of not more than 3 milligrams per square inch. The glass lining shall be in accordance with the manufacturer's standard tolerances for sewage, continuity and glass. Pinholes, crazing, or fishscales which substantially expose the metal substrate shall be cause for rejection of the piece. Sizes, details, handling, stacking, etc., shall be in accordance with the manufacturer's recommendations. The lining shall be Erie Enameling Company Type 0103 or Pfaudler Permutit, Inc. , SG-14, or approved equal. The thickness of the pipe to be installed outside of structures or buried in the ground shall be as follows: Nominal Diameter Gast Iron Ductile Iron inches inches . 4 0.35 0.29 6 0.38 0.31 8 0.41 0.33 10 0.48 0.35 12 0.52 0.37 14 0.59 0.36 16 0.63 0.37 18 0.68 0.38 20 0.72 0.39 24 0.85 0.44 All cast--iron pipe to be installed inside of structures shall be of the . minimum thickness class in ASA Standards A21.6 and A21.8 for the size of pipe shown on the Plans, except the discharge piping in the Walnut Street Pumping Station, which shall be thickness class 22. All ductile iron pipe to be in- stalled inside of structures shall be of minimum thickness class in ASA Standard A21.51 for the size of pipe shown on the Plans. Nominal full lengths of pipe shall not be less than 18 feet. All cast-iron pipe shall have the standard outside coating described in ASA Standard A21.6 and A21.8. All ductile iron pipe shall have the standard outside coating described in ASA Standard A21.51. Where noted on the Plans, cast-iron or ductile iron pipe shall have no exterior coating. 24. CAST-IRON PIPE FITTINGS: a. Fittings. All cast-iron fittings shall conform to the requirements of ASA Standard A21.10. Fittings 12 inches and smaller shall have a pressure rating of 250 psi. Fittings larger than 12 inches shall have a pressure rating of 150 psi. i II-14 Mechanical joints shall conform to the requirements of ASA Standard A21.11. Flanges shall meet the requirements of ASA Standard B16.1, Class 125. Fittings with push-on ,joints meeting the requirements of ASA Standard A21.11 and meeting the requirements of ASA Standard A21.10 in all other respects may be utilized. All pipes or sleeves passing through concrete or masonry walls shall be supplied with wall. collars as detailed in the "Handbook of Cast Iron Pipe" as published by the Cast Iron Pipe Research Association. Wall castings and tapped tees shall be as described in the "Handbook of Cast Iron Pipe." Flange and flare shall be as described in the United States Pipe and Foundry Company "Cast Iron Pipe Catalog." b. Interior Coating and Lining. All fittings shall be cement-lined and seal-coated in accordance with ASA Standard A21.4, except where noted glass- lined fittings shall be used. Glass lining shall conform to glass lining for pipe. c. Exterior Coating. The exterior coating for all fittings shall be the standard outside coating described in ASA Standard A21.10. 25. JOINTING MATERIALS FOR CAST-IRON AND DUCTILE IRON PIPE: a. Flange Bolts and Gaskets. Gaskets shall be 1/8-inch cloth-inserted rubber either full face or ring type inside the bolt circle. Flange bolts and nuts shall be of the type, size and length required in ASA Standard B16.1 for Class 125 flanges. b. Mechanical and Push-On. Joints. Gaskets shall be synthetic rubber conforming to the ASA Standard A21.11. 26. FLEXIBLE COUPLINGS: Couplings for joining plain end sections of cast-iron pipe shall be similar or equal to Style 38 couplings for cast-iron pipe as manufactured by Dresser Industries. Couplings for joining plain end sections of steel pipe shall be similar or equal to Style 38 couplings for steel pipe, as manufactured by Dresser Industries. 27. FLANGE ADAPTERS: Flange adapters shall consist of gray cast-iron flanges for 12-inch and smaller pipes, steel flanges for larger than 12-inch pipe, with ductile iron follower flanges. The bolt circle, bolt size and spacing shall conform to ASA Specification B16.1 for 125-pound flanges. Gaskets shall be natural rubber of GRS rubber. 0-rings shall be neoprene. Each flange adapter shall be furnished with four anchor studs where noted on the Plans. Twelve-inch and smaller flange adapters shall be Smith-Blair 912 or equal; larger than 12-inch shall be Smith-Blair 91.3 or 914, or equal. 11-15 28. VICTAULIC COUPLINGS: Victaulic couplings shall be Style 44N or similar couplings suitable for use with the pipe ends furnished for this type coupling. 29. CAST-IRON SOIL PIPE: a. Pipe and Fittings.. All soil pipe and pipe fittings, except as other- wise noted, shall be cast iron, covered with asphaltum or coal-tar pitch, classified as extra heavy with bell and bell, or bell and spigot ends, in accordance with ASA Standard A40.1. Soil pipe and fittings for "acid waste lines" shall be Dur-Iron, Owens-Corning Pyrex, or equal. Coupling for acid waste lines shall be 300 Series stainless steel of a type suitable for the pipe furnished. b. Jointing Material. Yarning material shall be molded or tubular rubber rings, asbestos rope, or treated paper rope. Jointing material shall be lead containing not less than 99.73 per cent pure lead. 30. COPPER WATER TUBING AND FITTINGS: a. Tubing. Copper water tubing shall be in accordance with the require- ments of P.STM Specification Designation B88. All designations of copper water tubing sizes are nominal. size. All copper tubing to be installed underground or in slabs shall be soft drawn Type K. Exposed copper tubing shall be hard drawn Type L. b. Fittings. Fittings for copper water tubing shall be as follows, unless otherwise noted: Underground - Brass fittings conforming to ASA Standard B16.26. Exposed - Wrought copper or bronze solder-joint pressure fittings conforming to ASA Standard B16.22. Unions shall be wrought copper, solder joint, copper to copper. Dielectric unions shall be Epco insulated unions, or equal. c. Jointing Materials. Solder shall be solid wire in accordance with the requirements of ASTM Specification Designation B32, Alloy Grade 50A. Solder .flux shall be of the paste type, having a petrolatum base impreg- nated with zinc and ammonium chlorides, and shall be as recommended by the manufacturer of the fittings. II-16 31. COPPER INSTRUMENT TUBING AND FITTINGS: a. Tubing. Copper instrument tubing shall be in accordance with the requirements of ASTM Specification Designation B75. All copper instrument tubing shall be hard-drawn except that with approval of the Engineer, lengths not exceeding 24 inches for connections to equipment may be light-drawn. All designations of sizes of copper instrument tubing are o.d. The wall thickness of tubing shall be as follows: o.d. Wall Thickness inches inches 1/4 0.030 3/8 0.030 1/2 0.035 3/4 0.042 1 0.065 Copper instrument tubing shall be used only where the size of copper lines are designated by o.d. sizes on the Plans. b. Fittings. Fittings shall be flared SAE, or compression type similar or equal to "Hi-Duty" fittings manufactured by Imperial Brass Manufacturing Company or "Swagelok" fittings manufactured by Crawford Fitting Company. 32. STEEL PIPE AND FITTINGS: a. Pipe Less Than 12 Inches in Diameter. Steel pipe less than 12 inches in diameter, including pipe for handrails, shall be standard weight (Schedule 40) conforming to the requirements of ASTM Standard Specification Designation A120. The pipe shall be black unless galvanized is called for on the Plans. b. Fittings. Malleable iron screw fittings conforming to Federal Speci- fication WW-P-521 shall be used with steel pipe. Type I (black) for ungalvanized pipe, Type II (galvanized) for galvanized pipe. Malleable iron unions conforming to Federal Specification WW-U-531 shall be used with steel pipe; Type A (black) for ungalvanized pipe, Type B (galvanized) for galvanized pipe. Flanges shall be slip-on forged steel flanges conforming to ASA Standard B16.5, 150-pound. c. Steel Pipe 14 Inches or More in Diameter. Steel pipe 14 inches or more in diameter shall conform to the requirements of AWWA Standards C201 or C202 for electrically welded pipe, spiral or straight seam, Grade B or X-42. The pipe shall be as follows: II-17 Minimum Outside Wall Type of Location Diameter Thickness Joint Force Main at Walnut Street Pumping Station 26-Inch 1/4 Inch Shoulder End Victaulic Force Main Station 23+80 to Comminutor Structure 25.375 inch 1/4 Inch Stab Joint Comminutor Structure Overflow 25.375 Inch 1/4 Inch Stab Joint High Water Pumping Station Pump Discharge 16-inch and 1/4 Inch Dresser 20-Inch * Joints shall be as tabulated except that welded Joints shall be used in special locations as indicated on the Plans or required by these Specifications. Minimum mill hydrostatic test pressures shall be 350 psi. Pipe may be furnished in specified cut lengths or double random lengths. Pipe lengths shall not exceed 60 .feet. There shall be only one longitudinal seam per length of pipe. Girth seams shall have a minimum spacing of 6 feet. Pipe ends for butt-welded Joints shall be beveled on the outside to an angle of 30 degrees. Wipe ends for stab Joints shall consist of a flared bell end. and a grooved spigot end so designed to retain the 0-ring rubber gasket. The Joint shall be so designed and constructed as to permit a 1-inch backing off:of the Joint without losing watertightness. The shape of the Joint shall be such that there is no reduction in the cross sectional area of the pipe at the Joint. At no point in the spigot end shall the inside diameter be less after lining than the minimum inside diameter of the pipe barrel. The gasket shall be the sole element depended upon to make the Joint watertight and shall have smooth surfaces free from pitting, blisters, porosity and other imperfec- tions. Shoulder end Joints for Victaulic couplings shall be suitable for use with Style 44N Victaulic couplings or approved equal. The Contractor shall furnish certified statements indicating that the required inspections and tests have been performed and such certified state- ment shall contain the test results. d. Steel Pipe Fittings, 14 Inches or More in Diameter. Fittings for steel pipe shall be of the same size, material, and minimum thickness as the line pipe specified above. Fittings shall be as follows: (1) The dimensions shall conform with those in Table 2 and Figure 2 of AWWA Standard C208. (2) Miter welds shall not exceed 22-1/2 degrees per miter. (3) Fittings shall be shop-fabricated. II-18 MESON (4) Welding shall conform to AWWA Standard C206. e. Exterior Protective Coatings for Buried Steel Pipe and Fittings. All materials and applications shall be in accordance with AWWA Standard C203, except as hereinafter noted. The protective coating, except for field joints, shall be applied in a shop having adequate equipment, facilities, and storage space to properly perform the work in accordance with the Specifications. To provide sufficient clearance for welding the pipe joints, shop coating shall be terminated 6 inches from the pipe ends. Shop coating on the outside of pipe with rubber gasket joints shall be continuous up to the end of the pipe on the bell end and up to the seating surface of the groove on the spigot end. Shop coating on the outside of pipe with shoulder ends shall be continuous up to the shoulder. The portion of the pipe that is not coated shall have two coats of shop-applied primer except for shoulder ends. The primer used shall be Type B, fast drying, consisting of chlorinated rubber, synthetic plasticizer and solvents, suitably compounded to produce a liquid coating which can be readily applied cold by brushing or spraying and which will produce a suitable and effective bond between the metal and subse- quent coating of coal-tar enamel. Section 3.13 of AWWA Standard C203 shall be entirely deleted and the following shall be substituted therefor: After coating and wrapping operations have been completed, the surfaces shall be tested with an approved electrical holiday detector furnished by the Contractor. Any missed spots in the coating shall be repaired by hand brushing. The electrical equipment used to test the enamel in the shop shall be the portable, low amperage, adjustable voltage, pulse-type holiday detector equipped with an audible signal device, actuated at the same time as the spark discharge. The holiday detector shall be furnished with a coil spring electrode for the larger coated plate areas and a suitable brush type electrode for the smaller coated bolt and structural surfaces. The primary input wattage shall be no higher than 20 watts and the minimum pulses of crest voltage shall be 20 per second. The operating voltage of the detector shall be within the range of 8,000 to 12,000 volts. Due to variables, such as relative humidity and temperature, the detector voltage shall be adjusted twice daily; once just before starting work in the morning, and again just before starting work in the afternoon. To ensure proper inspection voltage, the equipment shall be grounded properly in accordance with the instructions of the equipment manufacturers. The operating voltage of the detector shall be determined by the following procedure: (1) Select a coated and wrapped portion at the overlap of the felt approximately 15 inches from the end of one pipe length. This I1-19 location is required because it represents the maximum thickness of the coating and wrapping on the pipe. (2) Deliberately puncture the coating and wrapping with a sharp knife point, awl, ice pick, or a similarly sharp pointed tool. (3) Move the detector electrode back and forth over the puncture and reduce the voltage until the detector does not indicate the known holiday. (4) Place a strip of dry 15-pound coal-tar saturated asbestos pipe line felt over the known holiday, move the detector electrode back and forth over the felt strip and slowly increase the voltage until the detector starts to indicate the known holiday under the felt strip. After the voltage has been properly adjusted, as outlined above, the electrode.shall be passed over the coated and wrapped surfaces one time only, at the rate of approximately 30 to 60 feet per minute. Any evidence of holidays or missed places will be indicated by an elec- tric spark between the electrode and the metal surface. All holidays or missed places so indicated, shall be marked by chalk or crayon, and promptly repaired. In making repairs the felt shall be cut from around the holiday. The bared area shall be repaired with the same system as the original coating. The exterior protection shall consist of:, Primer Coal-Tar Enamel (3/32 in. + 1/32 in. thick) Bonded Asbestos Felt Whitewash or Kraft Paper f. Exterior Coatings for Exposed Pipe and Fittings. Exposed pipe shall be shop-primed in accordance with the requirements of these Specifications for "Painting." The steel pipe in the High Water Pumping Station shall be considered a submerged metal surface. g. Interior Coatings All steel pipe carrying sewage .shal7. be cement- lined in accordance with .AWWA Standard C203 in the shop before shipment. The coating shall be 3/8 inch thick. All pipe not carrying sewage shall be uncoated. h. Materials for Cathodic Protection. Magnesium anodes shall consist of 32 pounds of magnesium alloy packaged with specially prepared backfill in a cloth bag and shall be as manufactured by Harco Corporation, Cleveland, Ohio; Electro Rust-Proofing Corporation, Belleview, New Jersey; or approved equal. Test lead boxes shall be similar or equal to Catalog No. R-1976 Box as manufactured by Neenah Foundry Company. II-20 33. ALUMINUM PIPE: a. Pipe. Aluminum pipe shall be Schedule 40 (Standard) except as noted, of the sizes shown on the Plans in conformance with ASTM Standard Specifica- tion Designation B241, Alloy 6061, Temper T6. b. Fittings. Fittings shall, be Type II (galvanized) malleable iron screw fittings conforming to Federal Specification WW-P-521. 34. PVC PIPE AND FITTINGS: PVC pipe shall be unplasticized rigid polyvinylchloride pipe conforming to ASTM D1785. Pipe and fittings shall be manufactured from virgin material and shall be Schedule 80. Fittings may be solvent weld fittings or threaded fittings. Solvent for the welding shall be manufactured for the particular type and brand of PVC pipe installed. 35. PIPE SUPPORTS AND HANGERS: a. Channel. Channel for supporting tubing 1 inch o.d. and smaller shall be similar .or equal to 13/16-inch wide galvanized channel, Series P-6000 or P-6250, as manufactured by Unistrut Corporation, or equal. Channel for supporting tubing larger than 1 inch o.d. and for supporting all pipe shall be 1-5/8-inch wide galvanized channel, Series P-1000 or P-3200, as manufactured by Unistrut Corporation, or equal. b. Manger Rods and Nuts. Hanger rods and nuts shall conform to ASTM Standard Specification Designation A307. Nuts for attaching rods to channels shall be Unistrut nuts with springs and serrated grooves, or equal, except where noted. Unistrut stud nuts with springs and serrated grooves, or equal, may be utilized. All hanger rods and nuts, and channel nuts shall be galvanized. c. Hangers. Pipe hangers shall be Grinnell Fig. 260, Adjustable Wrought Clevis, Unistrut Pipe Hangers, or equal, except where noted on the Plans. All pipe hangers shall be galvanized. d. Pipe and Tubing Clamps. Clamps for pipe and tubing larger than 1 inch o.d. shall be similar or equal to galvanized Unistrut Series P-1109, P-1428, or P-2024. Clamps for 1 inch o.d. and smaller tubing shall be stain- less steel Unistrut Series P-7601 clamps. e. Pipe Supports. Floor-mounted pipe supports shall be similar or equal to Fig. 72, Adjustable Pipe Saddle Stand, as manufactured by Crawford Company. 36. CORRUGATED METAL PIPE: a. Subdrainage Pipe. Corrugated metal subdrainage pipe shall be bituminous- ' coated, perforated, galvanized corrugated metal pipe of the size shown on the Plans, conforming to the applicable requirements of AASHO Standard Speci- fication Designation M36-67I and M218-67I. Pipe shall be Type I (Helically corrugated pipe with lock seam) of 18 gauge metal. Fittings and coupling II-21 " bands shall be of the same material as specified for the pipe. The inside and outside of the pipe, the fittings, and the coupling bands shall be coated completely with bituminous material to a minimum thickness of 0.05 inches. b. Culverts. Corrugated metal pipe for culverts shall be fabricated from corrugated galvanized sheets. The pipe shall conform with all the re- quirements of AASHO Standard Specification Designation M36-67I and M218-67I. The gauge of the galvanized sheet shall be the lightest gauge listed in the above specification for the diameter of pipe shown on the Plans. Fittings and coupling bands shall be of the same material as specified for the pipe. The inside and outside of the pipe, the fittings, and the coupling bands shall be coated completely with bituminous material to a minimum thickness of 0.05 inches. c. Pre-Aeration Tank Effluent Pipe. The corrugated metal pipe for the Pre-Aeration Tank Effluent Pipe shall conform with all requirements of AASHO Standard Specification Designation M36 and shall be made of 12 gauge gal- vanized asbestos bonded sheets. The pipe shall be Armco Asbestos Bonded, Smooth-Flo Pipe or approved equal. Couplings shall be five corrugations wide and shall be made of the same material as the pipe. d. Outfall Sewer. Corrugated metal pipe for the outfall shall conform to the requirements of the Pre-Aeration Tank Effluent Pipe except that the pipe shall be asbestos bonded but not smooth flow. 37. GATE VALVES: Gate valves 3 inches and larger shall conform to AWWA Standard C500, "Gate Valves for Ordinary Water Works Service." The gate valves shall be double disc, parallel seat, designed for vertical setting with an 0-ring type stem seal. Valves 14-inch and larger, to be installed in a vertical pipe line, shall be provided with bronze tracks, securely fastened to the valve, on which the gate will be supported over its entire travel. Valves 14-inch and larger, installed in a horizontal pipe line and with the stem in a hori- zontal position, shall be provided with bronze rollers, tracks and scrapers. The valve shall have hub, mechanical joint, flange, Victaulic or push-on joint ends as required for the pipe in which they are installed. They shall open by turning counterclockwise. Valves inside of structures shall be equipped with handwheels unless otherwise designated on the Plans or in these Specifications. All buried gate valves shall have standard operating nuts. Two valve wrenches that fit the operating nuts shall be furnished. Gate valves smaller than 3-inch in size shall be 125-pound brass body, rising-stem solid wedge valves capable of being repacked under pressure when the valve is fully open. Screwed end gate valves shall be similar or equal to No. 428UB, as manufactured by Crane Company. Solder-joint end gate valves shall be similar or equal to No. 1334, as manufactured by Crane Company. 38. BALL VALVES: , Ball valves shall be 200-pound, bronze body with bronze ball encased in Buna-N rubber ball valves. Screwed end valves shall be similar or equal to No. 2180, as manufactured by Crane Company. Solder-joint end valves shall be similar or equal to No. 2182, as manufactured by Crane Company. II22, ' 1 39. PLUG VALVES: All plug valves shall be of the nonlubricated eccentric type similar or equal to those manufactured by DeZurik Valve Company. Plug valves 6 inches and larger shall have rubber-faced plugs similar or equal to Fig.. 118, with flanged ends, meeting the requirements of ASA Standard B16.1, Class 125. Plug valves 4 inches and smaller shall have rubber-faced plugs and be similar or equal to Fig. 101 valves with flanged or screwed ends to match the piping being used. Valves inside of structures shall be provided with levers except as in- dicated on the Plans or specified herein. Valves buried in the ground shall be provided with extension stems extending 3 feet above finished grade, and a lever. The operators for the 20-inch pump discharge plug valves at the Walnut Street Pumping Station shall be similar or equal to DeZurik Model No. G12C10. Each valve shall be equipped with a timed hydraulic actuator suitable for op- eration by remote electrical control and using City water at a minimum pressure of 50 psi to drive the system. Each actuator shall be adjustable for opening and closing times between 10 and 60 seconds, have a solenoid pilot valve with manual override, a 4-way manual-automatic selector valve, and two limit switches. One limit switch shall. be SPST and the contact shall close when the valve is fully open. The other limit switch shall be SPDT; when the valve is fully closed one contact shall be closed, the other open. When the me valve moves slightly off its seat, the contacts shall reverse. The operators for the 4-inch air release plug valves shall be similar or equal to DeZurik Model G4C4. Each actuator shall be similar to those for the pump discharge lines, except that no limit switches shall be provided. 40. SWING CHECK VALVES: Swing check valves 4-inch and larger for pump discharge lines shall be iron body, bronze trim, outside lever and spring, flange end, swing check valves of the sizes shown on the Plans. The gates shall be suitable for 100 psi working pressure and horizontal installation. They shall be similar or equal to List 340 Check Valves, as manufactured by Ludlow Rensselaer Valve Manufacturing Company. r The 4-inch check valves to be installed in the Walnut Street Pumping Station with the bonnet and hinge pin at the bottom, shall act as air inlet valves. They shall conform to the requirements for check valves on pump discharges, except they shall have an outside lever and weight and shall also be suitable for admitting air from the wet well into the piping system when the pressure drops on the pump side of the valve and for closing the valve to prevent flow of liquid into the wet well when the pressure is increased. This shall be accomplished by using a valve with a disc (gate) that does not completely recess in the bonnet when the disc is in the wide open position so that the flow of liquid will pick up the disc and close it. II-23 Check valves 3 inches and smaller shall be 125-pound, screwed end, swing check valves similar or equal to No. 37, as manufactured by Crane f Company. 41. BUTTERFLY VALVES: Butterfly valves shall have cast-iron bodies and discs, be suitable for an operating pressure of 15 psi, and have flanges meeting the requirements of ASA Standard B16.1, Class 125. The body shall have a full pipe opening and make close contact with the disc. The stem shall be cold rolled steel and provided with the necessary seals to prevent leakage. The stem shall extend through the body and have a manually locking hand lever for operation of the valve. Each valve shall have a graduated .indicating dial plate. The butterfly valves shall be similar or equal to Type BA-400-L Flanged Butterfly Valves, as manufactured by W.S. Rockwell Company. 42. SPECIAL VALVES: The float valve for the cold water supply line to the water storage tank and to the open process water tank shall be a single-seated, screwed, angle auxiliary float valve with swivel guide yoke, guide arm and copper float, similar or equal to Fisher Governor Type 171. Corporation stops shall be similar or equal to No. H-15025, as manu- factured by Mueller Company. Needle valves for seal water systems shall be similar or equal to Crane No. 57 Needle Valves. 43. VALVE BOXES: Valve boxes shall be cast iron, Buffalo type, 3-piece screw type with 5-1/4-inch shaft of a length suited to the valve depth. The cast-iron lid shall have either the word "Water" or the word "Drain" cast in it to suit the service of the valve. Other lids shall be plain. The bases of the boxes shall be round and of the proper size for the valve. The valve boxes shall have a 'bituminous coating and be similar or equal to Type H-10357, as manufactured by Mueller Company. 44. SEAL WATER ROTAMETERS: The rotameters for seal water systems shall be similar or equal to Brooks- Mite Purge Meter with 8-75F SS Tube and Float with 3/8-inch NPT connections, as manufactured by Brooks Instrument Company,' Inc. 45. YA.RD.HYDRANTS• The yard hydrants to be installed shall be of standard manufacture with a non-freezing drain and one standard 2-1/2-inch fire hose connection and a 2-inch hub. The hydrant shall be similar or equal to Mueller Fire Hydrant No. A-24058, as manufactured by Mueller Company. II-24 ' A bushing to fit the hydrant outlet shall be provided to reduce the opening down to 1 inch iron pipe threads. A Mueller Type H-8260 Sediment Faucet, or equal, shall be fitted to the 1-inch bushing. 46. HOSE BIBBS: Hose bibbs for use with exposed piping shall be similar or equal to Type H-8260 Sediment Faucet as manufactured by Mueller Company. Hose bibbs for use with concealed piping shall be Type H-8296 Lawn Faucet, as manufactured by Mueller Company. All hose bibbs and wall hydrants shall be provided with an outlet threaded for 3/4-inch hose couplings and with an inlet of the size indicated on the Plans. 47. FLEXIBLE HOSE AND FITTINGS: Flexible hose and fittings for the seal water units and plug valve hydraulic system; shall be synthetic rubber inner tube, reinforced with synthetic yarn and synthetic outer cover. The hose shall be similar or equal to Imperial-Eastman B7 Rubber-Covered Hose. Fittings shall be similar or equal to Imperial Redi-Seal Push-On Hose Fittings. 48. STRAINERS AND PRESSURE REGULATORS: Strainer and pressure regulator units for the valve operators in the Walnut Street Pumping Station shall be similar or equal to Mueller H9300 No. 3. Strainer units shall be similar or equal to Mueller H9330. The strainer for the effluent water line in the Sludge Incineration Room shall be a 4-inch Type AL Twin Strainer (Left Hand), as manufactured by the Elliot Company, or equal approved by the Engineer. Screen openings shall be 1/8 inch. The head loss through the unit with the screen clean and a flow of 120 gpm shall not exceed 1/2 psi. 49. SLUICE GATES: Sluice gates, lifts and accessories shall be of the size, type and con- ' struction as shown on the Plans and specified herein. Gates shall operate safely, properly, and with a practical degree of watertightness under the maximum unbalanced heads as shown in the Gate Schedule as follows: 1 II-25 Gate Schedule High Water Walnut Street Division Pumping Pumping Structure Station Station Opening Size 20" Circular 48" Square 36" Circular Gate Size' 20" Square 48" Square 36" Square No. Required 2 1 3 Maximum Head Seating (feet) 10 12 41 Unseating (feet) 5 5 10 Operator. Minimum Capacity (lbs) 1,000 5,000 9,000 Type Short Base w/ Pedestal w/ Pedestal w/ Handwheel Crank Crank Operating Pull 25 25 40 Centerline of Gate to Bottom of Operator 11 12 43 The,gate frames shall be of cast iron of ample section. They shall be cast in one piece. All surfaces, forming joints, or bearings shall be machined. They shall be faced by a bronze strip. The bronze faces shall be machined after they are seated. They shall be flat back for attaching to wall thimbles. The back side of the frame shall be machined and jig-drilled for attaching to wall thimbles. Stainless steel bolts shall be utilized for frame anchor bolts. . The gate disc or slide shall be of cast iron with sufficient stiffening ribs as required to withstand the seating and unseating heads shown in the Gate Schedule above. A reinforced section shall be cast around the perimeter of the slide to receive the bronze seating faces. These bronze faces shall be securely mounted and machined as specified for the frame above. The disc shall have tongues on each side extending full length of the disc, and these tongues shall be accurately machined all over. A stem block pocket shall be provided above the horizontal centerline of the gate and shall be cast with sufficient reinforcing ribs to take the thrust developed during opening and closing of the gate under the operating heads specified. A one-piece cast bronze nut, threaded and pinned to the stem, shall be provided for connecting the lower end of the stem to the gate slide. All gates shall be rising stem. Guide bars shall be an integrally-cast part of the frame. Frames shall be of cast iron. They shall have an overhang section with wedge blocks and 11-26 e will make contact with the wedges when the gate is closed. Wedge blocks shall have machined bronze faces. They shall be capable of taking the full thrust due to water pressure and wedging action. They shall be of sufficient length to support the slide for a maximum of one-half of its vertical height when the gate is raised to the fully open position. Holes shall be drilled and stainless steel bolts used to securely attach the guides to the frame. All sluice gates shall be provided with side wedging devices and top and bottom wedging devices shall be provided where required by the head con- ditions. The wedge shall be of solid cast bronze and provided with elongated holes for adjustment. These wedges shall be easily adjusted and shall be provided with a means of positively locking in position after proper adjust- ment has been completed. The 48-inch gate for the High Water Pumping Station shall be provided with flush bottom seal. It shall be designed for the maximum head shown in the Gate Schedule. All parts shall be the same as outlined in other para- graphs of this Specification except for the slide and a rubber seal along the bottom of the opening. A solid, square-corner type rubber seal shall, be provided at the bottom of the gate opening to replace the customary bronze seating face. The top portion of the seal must be flush with the bottom of the gate opening. Gates shall be provided with wall thimbles. Wall thimbles shall be of heavy cast iron construction. The front face of the thimbles shall be machined to receive the gate frame. Holes shall be jig-drilled and tapped for bolting the gate seat to the thimble. Studs for connecting the gate seat to the thimble shall be of stainless steel. A suitable asphalt mastic or 1/8-inch rubber gasket shall be provided for the full face width of the back of the gate seat to seal between the thimble and gate seat. The thimble for the 48-inch gate shall be suitable for mounting a 48-inch flap gate on the opposite side the gate is mounted on. The length, size and type of end of the thimble to suit the connecting pipe shall be as shown on the Plans. Stems shall be of solid rolled 18-8 stainless steel of a diameter to ® safely withstand the opening and closing forces encountered in operating �1 the gate under the heads specified in the Gate Schedule above. The bottom end of the stem shall be threaded for connection of the stem block. A cast- , iron stop nut with set screw shall be provided for the top of the stem to prevent over-travel in closing the gate. When stem lengths exceed 20 feet, couplings with stainless bolts shall be provided. The top end of the coupling shall be securely welded, by use of stainless welding rod, to the lower end of the stem section that is to be joined. The bottom end of the stem coupling and the top end of the other stem section to be joined shall be drilled for field bolting. Stem guides shall be of cast iron and shall be fully adjustable in two directions. Stem guides shall be provided in sufficient number so that the 1 I1-27 slenderness ratio, or "L/R" ratio, of the stem does not exceed 200. Anchor bolts for holding the stem guides to the wall shall be of the size and number specified by the manufacturer and shall be of stainless steel. Bronze screws shall be utilized for all assembly and adjusting screws. Where noted in the Gate Schedule, a ball-bearing short base pedestal lift, with handwheel, of ample capacity, shall be provided. Each lift shall be made of cast iron and provided with a bronze lift nut and cast-iron operating nuts pinned to the stems. They shall be similar or equal to Armco Type HB Handwheel Lifts. Where noted in the Gate Schedule, pedestal-mounted, crank-operated, gear lifts shall be provided. Lifts shall be double speed, removable crank type. After the gate has been "cracked" from its wedging devices, the hand pull of specified capacity shall be exerted in opening the gates under the specified operating capacity. All lifts shall be suitable for operation with a portable power unit. All power input shafts shall be of the same size so that one power unit adapter can be used on all gates. A swing-away mount- ing for the portable power operator shall be provided. A brass plate shall be attached to the lift housing to show counter reading with gate in fully open position and in fully closed position. Lifts shall have cranks with a maximum 15-inch diameter radius provided with a revolving sleeve. All -gears, sprockets and pinions shall be of steel and have cut teeth. Sufficient grease fittings shall be provided to allow lubrication of all moving parts, such as bearings, gears, etc. Ball thrust bearings shall be provided above and below the flange on the lift nut to take the normal thrust developed during opening and closing of the gate under the maximum specified operating heads. All other bearings shall be provided with bronze sleeves. An arrow shall be cast in the lift housing to indicate the direction of opening. It shall be readily visible to the operator. Lift nuts shall be of cast bronze. Pedestal anchor bolts shall be galvanized. All gates shall be provided with clear plastic stem covers with counter indicator. A galvanized pipe tee trench with cast-iron socket suitable for turning the operating nut shall be provided. The wrench shall be 30 inches long and have a 36-inch handle. All unmachined parts of the gate will be thoroughly grit-blast cleaned and painted with one coat of Inertol Poxitar Primer, or equal. Gates shall be similar or equal to Armco Metal Products Company 35-05 or 55-10 gates as required by the head conditions. A portable power unit shall be furnished that is capable of operating all geared lifts provided. The unit shall mount on the swing-away mounting provided on the lift, and shall be provided with a slip clutch set at 50 foot-pounds of output torque, be reversible, and be suitable for 120 volt, II-28 I phase, 60 cycle current. Seven feet of cord with male plug shall be pro- vided. The unit shall weigh not more than 44 pounds and shall be similar or equal to a Thor Electric Drill Code EN-PB-75. 50. SLIDE GATES: Slide gates shall be of the size and type as shown on the Plans and specified herein. Gates shall be provided as shown on the Gate Schedule below. Gate Schedule Comminutor Structure Division Structure (Channels) (Bypass) No. Required 6 1 1 Size 36"x42" 36"x39" 30"x78" Center Line Gate to Top of Frame 5' 7-3/4" 4' 10-3/4" 8' 9" Type Frame Double Double Flat Angle Angle The fabricated aluminum slide gates shall consist of a sliding disc, a self-contained frame as shown on the Plans and hand handwheel. The sliding disc shall. be of aluminum with structural reinforcing as required. The frames shall be suitable for embedding in concrete and shall be made of aluminum. The portion of the frames to be in contact with the concrete shall be primed with Inertol "Metal Passivator" No. 35 or equal, by the manufacturer. A resilient seal shall be supplied for flush bottom closure. The gate shall be equipped with a suitably sized stainless steel stem and operator. The maximum pull for the handwheel shall not exceed 25 pounds for operating the gate. The gates shall be similar or equal to Model 5-00 as manufactured by Armco. 51. FLAP GATES: Flap gates shall have double pivoted hinges and be suitable for a 20-foot seating head. Pivots shall be adjustable. The frame, flap and links shall be of cast iron. Links shall be bronze-bushed with permanently lubricated bushings. Bronze seating faces and hinge bolts shall be provided. Gates shall have a flat back and shall be attached with Type 416 stainless steel anchor bolts. All unmachined parts of all flap gates shall be thoroughly grit-blast cleaned and painted with one coat of Inertol Poxitar Primer, or equal. Flap gates shall be Armco Metal Products Company, Model 20C, or equal. 52. FENCING MATERIALS FOR CHAIN LINK FENCE: Wire fabric for the fence shall be 6-foot wide aluminum-coated steel chain link fabric. Wire shall be No. 9 gauge woven in a 2-inch mesh. Top and bottom selvages shall be barbed. The aluminum-coated .medium high carbon II-29 quality steel wire shall have a minimum tensile strength of 80,000 pounds per square inch. The aluminum coating shall be a minimum of 0.40 ounces per square foot of wire surface as determined by the strip test defined in ASTM Specification A428. All posts and other appurtenances used in the construction of the fence shall be hot-dip galvanized with a minimum zinc coating of 2.0 ounces per square foot of surface. Line posts shall be' H column with a nominal weight of 4.1 pounds per foot, a minimum carbon content of 0.35 per cent, and a minimum tensile strength of 75,000 psi. All end, gate, corner, and pull posts shall be 2-7/8--inch o.d. standard weight pipe, 5.79 pounds per lineal foot. Top rail shall be 1-5/8-inch o.d. standard weight pipe, 2.27 pounds per lineal foot, provided with couplings approximately every 20 feet. The couplings shall be of the outside sleeve type, at least 7 inches long. Brace material shall be the same as the top rail. All fittings used in the complete fence assembly shall be of malleable, cast iron, or pressed steel. All posts shall be equipped with tops. Tubular post tops shall be designed to exclude moisture from the posts. All inter- mediate post tops shall be designed to hold the top rail. Gate frames shall be of the sizes shown on the Plans, and made of 2-inch o.d. standard weight pipe, 2.72 pounds per foot, with heavy malleable iron or pressed steel corner fittings securely riveted. Fabric to match the fence shall be installed in the frame by weans of tension bars and hook bolts. Each frame shall be equipped with 3/8-inch diameter adjustable truss rods. Bottom hinges shall be of the ball and socket type designed to carry the weight of the gate on the post footing. The upper hinge shall be of the wrap-around adjustable type. Gates shall be equipped with positive type latching devices with provision for padlocking. The double gate shall be provided with a center plunger rod, catch and semi-automatic outer catches to secure the gates in an opened position. Fencing materials shall. be similar or equal to Cyclone Aluminum-Coated Steel Fence as manufactured by American Steel and Wire Division of United States Steel. 53. FLOOR GRATING: All floor grating installed out-of-doors shall be aluminum floor grating. Aluminum grating spanning 3 feet 0 inch or less shall consist of 1 inch x 3/16 inch aluminum bearing bars with aluminum cross bars capable of ,safely supporting a uniform load of 430 psf for a span of 2 feet 6 inches. Aluminum grating spanning over 3 feet 0 inch shall consist of 1-1/2 inch x 1/8 inch aluminum bearing bars with aluminum cross bars capable of safely supporting a uniform load of 225 psf for a span of 4 feet 0 inch. The grating shall be of the size and dimensions shown on the Plans and shall be completely banded. The aluminum grating shall be similar or equal to Type AA Aluminum Grating as manufactured by Irving Subway Grating Company, Inc. Tee section grating of comparable strength shall also be acceptable, except at the Walnut Street Pumping Station. II-30 Aluminum grating stair treads with non-skid nosings of the size shown on the Plans shall be provided for exterior steps. Galvanized steel grating shall be used for all grating installed inside of structures. It shall consist of 1 inch x 3/16 inch bearing bars and shall be capable of safely supporting a uniform load of 280 psf for a span of 3 feet 6 inches. Bearing bars less than 18 inches in length shall be banded on both ends. The grating shall be galvanized after fabrication. It shall be similar or equal. to Type AA Grating, as manufactured by Irving Subway Grating Company, Inc. 54. SAFETY TREAD NOSINGS_: Safety tread nosings with an abrasive surface shall be furnished for treads and the down side of landings and platforms of poured-in-place con- crete stairs. Nosings shall be 8 inches shorter than the treads in which they are installed and shall be 4 inches wide. They shall be similar or equal to Style 801 crosshatched aluminum nosings, as manufactured by Andco Building Specialty, Inc. 55. ALUMINUM PLATE: Aluminum plate shall conform to the requirements of ASTM Standard Speci- fication Designation B209. It shall be of the dimensions and thickness shown on the Plans and shall be Alloy 6061, Temper T6. 56. BRICK: a. Manhole Brick. Common brick for construction of manholes shall be Grade SA, conforming to ASTM Standard Specification Designation C32, Size No. 1 (2-1/2-inch by 3-3/4-inch by 8-inch) , or Size No. 2 (2-1/2-inch by 4-inch by 8-1/2-inch) . Certificates shall be furnished showing the results of tests for the physical requirements on samples of brick representative of the shipments made to the project. Tests will conform to ASTM C32. b. Face Brick. Face brick shall be Grade SW, conforming to ASTM Standard Specification Designation C216. All face brick shall be square-edged, hard-burned, rough-textured brick, which shall conform in type, texture, color, and color range, to face brick as selected and approved by the Engineer from sample panels to be sub- mitted by the Contractor prior to the purchase of the brick. The brick shall generally be a buff color. Sample brick panels shall be of sufficient size to show the proposed shade distribution, and shall be submitted in at least as many different textures, arrangements, and shade combinations as the Engineer may require for making a proper selection. The panel shall be at least seven course in height, and not less than four stretcher units in length, laid up in various color mortars, as requested. If there is a material difference in dimensions between face brick of a different shade selected, all soldier courses shall be of the same material II-31 or shade to secure uniformity in exposed face dimensions and extra brick of this color shall be provided for such courses in order that the shade dis- tribution in the remainder of the wall be not changed from that selected and approved. Type A face brick for the Water Pollution Control Plant shall conform to Type FBX and shall be Royal Face Brick, manufactured by Darlington Brick Company (distributed by Hydraulic Press Brick Company, St. Louis) , or approved equal. The brick shall be 2-1/4-inch x 3-3/4-inch by 8-inch. Type B face brick shall be used for all locations at the Water Pollution Control Plant where Type A brick is not required. Type B brick shall be Light Mingle Mat Face Brick, manufactured by Holly Springs Brick and Tile Company, Inc. (distributed by Mid-Mo Supply Company, Jefferson City, Missouri) , or approved equal. The brick shall, be 2-1/4-inch x 7-5/8-inch x 3-3/4-inch. c. Glazed Brick. Glazed brick for the Walnut Street Pumping Station shall conform to ASTM Standard Specification Designation C126, and shall be Regal Glazed Brick, Caribbean Blue No. 604, manufactured by Darlington Brick Company (distributed by Hydraulic Press Brick Company, St. Louis) , or ap- proved equal. The brick shall be 2-3/8-inch x 3-3/4-inch x 7-3/4-inch and shall be packed in cardboard cartons or trays. Sample brick panels as re- quired for face brick shall be provided. 57. CONCRETE MASONRY UNITS: a. 'Concrete -Masonry Block (Unglazed) . Concrete masonry block (unglazed) shall. be Campion-cured or autoclaved, load-bearing cored units with a com- pressive strength of not less than 900 psi and a nominal face 8 inches by 16 inches uniformly smooth. Thickness of blocks shall be as shown on the Plans. The units shall be made with lightweight aggregate conforming to requirements of ASTM Standard Specification Designation C331. Units shall conform to ASTM Standard Specification Designation C90, Grade G-I or G-II. b. Acoustical Cloncrete Block. Acoustical concrete block units shall conform to the above requirements but shall be Type "B" Soundblox, made from molds furnished by The Proudfoot Company, Inc., Greenwich, Connecticut. Septums shall be tight and straight and slots shall be clean in the finished units. Filler elements, as furnished by The Proudfoot Company, shall be installed � . in the cavities of the blocks at the block plant. The filler elements shall be specially fabricated incombustible fibrous material, cut accurately to size for the thickness Soundblox used. Soundblox shall be of the same thick- ness as the partition walls in partition walls 8 inches or less in thickness. Units for facing exterior walls or facing partitions 12 inches or more in thickness shall be 6-inch thick units. c. Glazed Concrete Masonry Units. Glazed concrete masonry units shall be lightweight concrete block, the finished and exposed surfaces of which are covered at the point of manufacture with a thereto-setting resinous compound containing at least 75 per cent graded silica sand, cast onto the base block by an external heat-polymerizing process. The block shall be manufactured II-32 to conform to the requirements of ASTM Standard Specification, Designations C90 and C129, for loadbearing and non-loadbearing units. The units shall be glazed with Spectra-Glaze Compound Type B, of The Burns & Russell Company of Baltimore, Maryland, applied in accordance with their instructions, or equal. The facing material shall conform to the re- quirements of ASTM Standard Specification Designation C126 Grade G with respect to Properties of Finish and Tolerances on Dimensions and shall have a flame spread not in excess of 30 as determined by a tunnel test in accord- ance with ASTM Standard Specification Designation E84. Units tested for shrinkage in accordance with ASTM Standard Specification Designation C426, "Drying Shrinkage of Concrete Block," shall be free from crazing. The facing shall return over the ends and edges of the block, forming a lip not less than 1/16-inch thick, thus making possible the use of a 1/4-inch exposed mortar joint. When tested for resistance to abrasion, the facing shall have a wear factor not in excess of 130, in accordance with Method 6192 of Federal Standard 141, using a standard Taber Abraser Model with CS-17 calibrase wheel and a 1,000-gram weight for 500 wear cycles. The color of the units shall be selected by the Engineer. The units shall be delivered to job site in individual cartons, then carefully stacked and protected from the weather by covering with tarpaulins or storing inside until placed in the wall. The facing shall be free from chips, crazing, blisters, crawling, holes or other imperfections detracting from the appearance of the wall when viewed from a distance of 5 feet at right angles to the wall. 58. MATERIALS FOR MASONRY MOXCAR: Portland cement to be used in masonry mortar shall meet the requirements of ASTM Specification Designation C150, Type I. Portland cement to be used in mortar for sewer and manhole construction shall meet the requirements of ASTM Specification Designation C150, Type II. White cement shall be Atlas White, Medusa White, or Trinity White. Hydrated lime shall meet the requirements of ASTM Specification Desig- nation C207, "Specifications for Hydrated Lime for Masonry Purposes, Type S." . Quicklime shall be pulverized and meet the requirements of ASTM Speci- fication Designation C5, "Quicklime for Structural Purposes." Lime putty shall be quicklime thoroughly slaked and stored one day, kept moist until used. Sand shall be natural or white sand meeting the requirements of ASTM Specification Designation C144. Colored mortar for use with Type "A" Brick shall be as manufactured by Riverton Lime & Cement Company, of a color as selected by the Engineer. II-33 i Waterproofing admixture shall be similar or equal to Omicron Mortar- proofing, as manufactured by the Master Builders Company. Prepared pointing mortars shall be similar or equal to Dri-Co Pointing Grout, as manufactured by Premier Stucco Company, Kansas City, Missouri. 59. MASONRY JOINT REINFORCEMENT AND ANCHORS: Joint reinforcement shall be fabricated from galvanized wire. Corners and tee sections shall be prefabricated. Joint reinforcement for concrete block walls shall be similar or equal to standard weight Ladur Type Masonry Wall Reinforcement, as manufactured by Dur-O-WaI National, Inc. Joint re- inforcement for composite (brick and block) walls shall be similar or equal to standard weight Continuous Rectangular Tres as manufactured by Dur-O-WaI National, Inc. Anchors at structural steel shall be weld-on anchors as manufactured by AA Wire Products Company, Chicago, Illinois. Wall ties for connecting to the anchors shall be "Flex-O-Lok" triangular anchors #6 ga mill galvanized, as manufactured by AA Wiry: Products Company. 60. CAULKING AND SEALING MATERIAL: Caulking compound, unless otherwise noted, shall be "Tremco" caulking and pointing compound, as manufactured by Tremco Manufacturing Company, or as equal, and shall be of gun consistency. The compound shall be light in color, elastic and waterproof, non-corrosive, shall be firm but not brittle when set. The oils must be fixed to the extent they will not leave the body of the material or spread beyond the periphery thereof when applied to any type of masonry. Where called for on the Plans or in these Specifications, Thiokol caulking material shall be: used. Thiokol caulking shall be a polysulfide polymer, trowel-gun grade, of a color selected by the Engineer, similar or equal to One-Component Vertiseal as manufactured by Servicised Products Corporation, or 3-M "Weatherban One-Part Sealant 46101." The compound shall have a minimum tensile strength of 25 psi and minimum elongation of 250 per cent, and shall have a Share A Durometer hardness of between 20 and 30. 61. MARBLE STOOLS: Marble stools shall be 7/8 inch thick, filled, polished (exposed surfaces) Roman Travertine Marble of the sizes indicated on the Plans. Portland Cement Low Shrinkage Accelerator for use in the joint mortar shall be Sika "Set" as specified under "Expansion Agents" of this Specification. Polished terrazzo stools conforming to the requirements of Terrazzo may be used in lieu of Marble Stools. Terrazzo stools shall match the floors. A sample shall be submitted to the engineer for approval prior to order- ing marble stools. II-34 62. TERRAZZO: All terrazzo shall be "bonded to concrete" type. Portland cement for underbed shall conform to ASTM Designation C150, Type 1. Cement for topping shall be Atlas White, Medusa White or Trinity White. Sand shall conform to ASTM Designation, C33 for coarse, screened, washed sand and shall be free of organic materials. Marble chips shall be of sizes conforming to grading and numbers adapted by National Terrazzo and Mosaic Association, Inc. (NTMA) . Color and pattern shall be selected by the Engineer. The bid cost shall be based on Plate Number 402, 100 per cent Onyx. Water shall be potable water .free from injurious amounts of mineral or organic substances. Color shall be non-fading limeproof mineral pigment approved by NTMA. Color and size of chips shall be selected by the Engineer. All chips shall be of domestic species. All terrazzo work to be of one field color in each area of work. Three sets of 12-inch x 12-inch samples of material for the work shall be submitted to the Engineer for approval. Additive for acid-resistant terrazzo shall be R.I.W. Toxement, as manu- factured by Tach Brothers, or equal approved by the Engineer. Go Divider strips shall be as manufactured by Manhattan Terrazzo Strip so Company, Inc., or equal, approved by the Engineer. Except as specified below, strips shall be "heavy top" type with top member fabricated of zinc having an exposed face in the floor of 1/4 inch width and bottom member of zinc- coated steel. Strips for acid-resistant terrazzo shall be 19 gauge (0.035 inch) straight stainless steel strips. Base bead shall be one leg base bead, flush type at top of terrazzo base. as Malt. recess frame shall be Parco patented Mat Recess Frame Style 41002 extruded aluminum with mitred corners, anchor pins and corner pins as manu- factured by Pawling Rubber Corporation. MM Reinforcing shall be 2-inch x 2-inch No. 14 gauge wire mesh. Sealing material, except as noted below, shall be Vestal "Briten-All" as manufactured by Vestal, Inc., or other product approved for this use by NTMA. Sealing for acid-resistant terrazzo shall be Liquid R.I.W. Acid-Resistant filler as manu- factured by Tach Brothers. 63. VINYL FLOOR COVERING: Vinyl floor covering shall be "Cambrian Vinyl Sheet Vinyl Corlon" as manu- factored by Armstrong Cork Company, or equal approved by the Engineer. The color and pattern shall be selected by the Engineer. Adhesive shall be as recommended by the manufacturer of the sheet vinyl used for concrete slabs on grade. Tapered edge strips shall be furnished where flooring adjoins concrete floors and shall be a color selected by the II-35 Engineer. Cove base shall be 1/8-inch vinyl, top set, 4 inches high, as manufactured by Johns-Manville, Robbins, Vinyl Plastics, Inc. , or equal approved by the Engineer. The color of the cove base shall be selected by the Engineer. 64. RUBBER MAT: The rubber mat in the Vestibule shall be a heavy pyramid surface rubber mat with "knob" back, 1/2 inch thick, perforated and with square cut edges. The mat shall be manufactured by Pawling Rubber Corporation, or equal as approved by the Engineer. The mat shall be constructed of prime quality rubber compound, free of calendering and curing defects, resistant to weather, aging and ozone. The color shall be as selected by the Engineer. The mat shall be sized to fit the mat frame as determined by field dimensions. 65. GYPSUM BOARD AND ACCESSORIES: All drywall products and accessories, as specified below, shall be as manufactured by United States Gypsum Company, or equal, approved by the Engineer. Trade names mentioned below are United States Gypsum Companyr unless otherwise noted. Gypsum board shall be "Sheetrock" with tapered edge 48 inches wide and 1/2 inch thick, unless otherwise shown on the drawings. Tape and taping compound shall be "Perf-a-Tape" materials. Metal studs and runners shall be of the size shown on the Plans. Tie wire shall be No. 16 gauge galvanized annealed wire. Fasteners shall be Type "S" drywall screws. Casing bead shall be No. 200-A. 66. LATH AND PLASTER: Channels shall be hot-rolled or cold-rolled steel, with coat of rust- inhibiting paint or galvanized. Cold-rolled channels shall have flanges at least 7/16 inch wide. Minimum weight: Hot-Rolled Lbs. per Cold-Rolled Lbs. per Size (Nominal) 1,000 lineal feet 1,000 lineal feet 2-inch 1,260 1-1/2-inch 650 475 3/4-inch 300 300 Bangers supporting runner channels shall be galvanized, 8 gauge soft steel wire securely embedded in concrete or attached to steel. At Contractor's option, galvanized flat iron or steel, 3/32-inch x 7/8-inch, may be substituted for wire hangers, or inserts may be used with wire hangers. II-36 j Tie wire shall be annealed, galvanized wire; double strand 16-gauge for attaching furring channels to runner channels, and single strand 18-gauge for partitions, furring and securing metal lath to supports. Wire clips for attachment of furring channels to runner channels in ceiling construction shall be formed hairpin clips, 8-gauge galvanized soft steel wire. Metal lath shall be flat expanded diamond mesh lath or self-furring diamond mesh. It shall be cut from copper-bearing steel sheets coated with rust-inhibiting paint after cutting, or cut from zinc-coated steel sheets weighing not less than 3.4 pounds per square yard. Zinc-coated lath shall be used for all exterior work. Proprietary names for lathing accessories used herein refer to accessories manufactured by U.S. Gypsum. Equivalent products manufactured by Gold Bond, Milcor, Penn Metal or equal, approved by the Engineer will be acceptable. a. Corner Beads. #1-A, #26 ga. galvanized, at all exterior corners unless otherwise indicated. b. Expansion Joints. #15, #26 ga. galvanized. c. Casing Beads. #66 ex, #24 ga. galvanized, use wherever plaster meets or abuts surface of a different material, or as indicated, required. d. Base Screeds. #6-A. e. Other accessories as indicated, required. f. For exterior work, use accessories with zinc beads. Plaster shall be made from the following materials: a. Lime. ASTM C206, Type S (at least 92 per cent hydration) "Ivory," "Tiger Miracle," "E-Z Soak" or equal. b. Gypsum Plaster. ASTM C28, "Red Top" or equal. c. Gypsum Gauging Plaster. ASTM C28, "Structo Gauge" or equal. d. Gypsum Fibered Plaster. ASTM C28, "Red Top Wood Fiber" or equal. e. Portland Cement. ASTM C150, Type I. Use one brand only in work. f. Sand Aggregate. ASTM C35, natural sand. g. Water. Clean, fresh, potable, free from such amounts of mineral and organic substances as would be injurious to the plaster. h. Plaster Bonding, Agent. Used where plaster is applied to concrete surfaces. DSG "Bondcrete" or Larson Products Corp. "Plaster-Weld." II-37 1111111111 111 US �®I�® 67. MOVABLE PARTITIONS: The movable partitions in the Administration Building shall be panels, frames and component parts, as shown on the Plans, as manufactured by H. IS B. Enterprise Corporation, The Mills Company, or equal as approved by the Engineer. The partitions shall have 2-1/2-inch anodized aluminum rails with wood grain vinyl or wood grain plastic laminate colored panels. The color and pattern shall be selected by the Engineer. Shop drawings shall be furnished based on field dimensions. 68. WOOD PANELING: Wood paneling for the Superintendent's Office and Conference Room shall be Weyerhauser 7/16-inch "Craftwall" prefinished walnut paneling or similar approved by the Engineer. Paneling shall be shipped to the job clearly marked and coded for assembly and ready for installation. Trim for paneling shall be Clear No. 1 Walnut Mill Trim. Samples shall be submitted to the Engineer for approval. Grounds shall be kiln-dried Southern Yellow Pine S4S boards. Lumber for grounds shall be treated against rot with wood preservative of toxicants and water repellants in proper balance. Preservative shall not discolor paint, change color of wood., nor have a lasting odor. "Woodlife" or approved equal conforming to recommendations of National Woodwork Manufacturer's Association, shall be used. 69. VINYL WALL COVERINGS: Vinyl-coated fabric "Vino" as manufactured by Atlantic Coated Fabrics Corporation, "Cohyde" as manufactured by Interchem, "Koroseal" as manufactured by B. F. Goodrich Company, or equal approved by the Engineer, shall be used. Base proposal on the use of "Burlap" pattern, 54-inch wide material approxi- mate weight 31-ounce per lineal yard. Material shall be fade-proof, scrubbable, scuff-resistant, UL approved as fire-resistant, and consist of pigmented vinyl resin and plasticizer fused to fabric, with embossed texture. Equal products of comparable quality, weight and pattern will be considered for approval. Vinyl wall fabric paste shall be non-staining and non-bleeding, as recommended or manufactured by vinyl wall covering manufacturer. 70. METAL TOILET PARTITIONS: All partitions and screens for Toilet Room A and the Locker Room shall be of the size shown on the Plans. Where galvanized and bonderized steel is specified, a certificate shall be furnished directly to the Engineer from the manufacturer stating that only galvanized and bonderized steel has been used. Minimum zinc coating shall be 0.00015 inch thick. II-38 Toilet partitions shall be Fiat "Aristo" flush construction with porcelain enamel on galvanized and bonderized steel, or equal approved by the Engineer. Hardware shall be chromium-plated brass or stainless steel and shall include coathook-bumper, paper holder and all accessories, fastening required for dM complete and finished installation. Color and pattern shall be as selected by the Engineer. Urinal screens shall be Fiat "Wall Hung" bracket type wall hung 24-inch x 42-inch, flush construction, with baked enamel finish on galvanized and bonderized steel. Brackets and fastening required to erect the screens shall be chrome-plated or stainless steel. 71. ACOUSTICAL TILE SYSTEMS: Acoustical tile shall be 24-inch x 48-inch x 5/8-inch Armstrong Acoustical Fire Guard, 2-hour fire retardant in Travertine pattern or equal approved by the Engineer. Water-resistant acoustical tile shall be 24-inch x 48-inch x 5/8-inch Armstrong Acoustical Fire Guard, 2-hour fire retardant "Ceramagard" in Travertine design, or equal approved by the Engineer. The suspension system shall be suitable for 24-inch x 48-inch fire-rated lay-in tile. The main runner shall have a load capacity of not less than 13.7 pounds per lineal loot, with hanger spacing of 4 feet 0 inch c.c. Deflection shall not exceed 1/360 of span. Carrying channels shall be 1-1/2-inch and 3/4-inch cold-rolled channels, weighing not less than 500 pounds and 300 pounds per 1,000 lineal feet respectively. Channels shall be painted with rust-inhibiting paint. Hanger wires shall be #8-gauge galvanized soft steel wire. Tie wires shall be double strand X616-gauge annealed galvanized steel wire. Edge mouldings shall be steel angle or channel type with white baked enamel finish. Miscellaneous accessories. as required, shall be designed for use with the suspension system actually used. Samples of tile and suspension components shall be submitted to the Engineer for approval. 72. METAL ROOF DECK UNITS: The metal roof decks shall be formed of metal-coated steel meeting the re- quirements of ASTM Specification Designation A245, and shall be of such gauge and shape as to support a load as tabulated below, at a unit stress not ex- ceeding 20,000 psi and, under the live load, shall deflect not more than 1/240th of the span. The material shall have a protective zinc coating ap- plied to the steel before forming which is equivalent to that mentioned in Federal Specification QQ-S-775x, Type 1, Class e. The deck units shall be of the depth shown on the Plans and specified herein. The maximum flute opening on the top side of the decking shall be suitable for 1-1/2-inch insulation as specified. The vertical legs of the elements shall be offset to permit overlapping of the ends. II-39 The roof decks shall be similar or equal with regard to load capacity, architectural finish and acoustical properties, as roof deck manufactured by H. H. Robertson Company, of the following types: Section Depth Gauge Safe Total Load Location Type (Inches Span Load PSF) Garage 12 4-1/2 20 1310" 85 Sludge Incin. Room ADC-30 3 18/18 1216" 70 Office Wing 3 1-1/2 22 410" 100 Interior Roof QL-NKX 3 18/18 13'0" 200* Comminutor Structure NKX or Building QL-NKX 3 18/18 10,0" 100 * Load for composite section of deck plus 2-5/8-inch concrete fill. 73. ROOF INSULATION SYSTEM: a. Vapor Barrier. The vapor barrier shall be similar or equal to Fiberglas "Permstop" as manufactured by Owens-Corning Fiberglas Corporation. b. Insulation. Roof insulation shall be a fiberglass suitable for installation over concrete or metal roof deck, with a distance between flutes of 3-3/8 inches, and shall be similar or equal to Fiberglas Roof Insulation as manufactured by Owens-Corning Fiberglas Corporation. The "c" value of the insulation shall not exceed 0.19. c. Steep Asphalt. Steep asphalt shall conform to the requirements of Federal Specification SS-A-666, Type II. d. Roo_ f Tape. Roof tape shall be similar or equal to 6-inch wide Fiber- glas Roof Tape. 74. ROOFING: Roofing materials shall conform to the following requirements: Coal tar pitch ASTM D450, Type A and Federal Spec. RP 381, Type I. Coal tar saturated felt - Federal Spec. HH-R-595, Type I, Class 1. Step Asphalt - Federal Spec. SS-A-666, Type II. Asphalt saturated felt - Federal Spec. HH-R-595, Type II, Class 2. Mineral surfaced roofing - ASTM D249. Gravel aggregate - ASTM 1863; it shall pass 5/8-inch screen and be retained on 1/4-inch screen. Lumber under roofing and copings - Grade A yellow pine impregnated with Wolmanizing Salts equivalent to 3/4 pound per cubic foot. All materials shall conform to the requirements of a 4-ply pitch roof for a 20-year bond. The roof shall be a Koppers Spec. No. 17 with base flash- ings in conformance to Spec. No. 108 or equal, as approved by the Engineer. II-40 75. FLASHING: Fabric flashing shall be a fabric containing either copper or aluminum core. The copper core for fabric flashing shall weigh not less than 3 ounces AN per square foot. The aluminum core for fabric flashing shall be not less than 0.005 inches in thickness. Fabric flashing shall be similar or equal to that manufactured by Wasco. Copper flashing shall be 20-ounce rolled copper. 36. ALUMINUM ARCHITECTURAL METAL: a. Aluminum Handrail. The aluminum handrail at the exterior steps of the Pollution Abatement Control Plant shall be similar or equal to Carlstadt Aluminum Railing Systems as manufactured by Julius Blum & Company, Inc. Handrails shall be No. 6905 with end caps; brackets shall be No. 441; either floor flanges No. 436, or cover flanges No. 435, shall be provided; and posts shall be No. 6430 with No. 431 upper post caps. Components shall be fabri- cated from Alloy 6063 and shall be alumilited. b. Aluminum Letters. The letters to be installed on the exterior walls of buildings shall be Kabel No. 122, aluminum, of the size shown on the Plans, mechanically finished, etched, and degreased to receive a Type A (Baked-On Enamel.) finish of the color selected by the Engineer. Letters shall be as shown on the Plans and manufactured by Andco Industries Corporation, Greens- boro, North Carolina, or approved equal. Mounting shall be Type PMC-l. c. Name Plaque. An aluminum name plaque shall be furnished for mounting on the wall of the Water Pollution Control Plant. The plaque shall be ap- proximately 18 inches by 24 inches and shall be as shown on the following page. Letters shall be of the modern block type and shall have a polished face. Background shall be leatherette texture and shall be allowed to oxidize. The border shall be a single line border and polished. The entire tablet shall have a sprayed-on lacquer finish. Concealed type fastening shall be provided. d. Extruded Aluminum Gravel Stop. The extruded aluminum coping for the Comminutor Structure Building shall be Type E Gravel Stop System, as manu- factured by Alcoa, or equal approved by the Engineer. The aluminum shall be alloy 6063-T5. The finish shall b'e aluminite 204-R1. The material shall be carefully cleaned of all marks before the treatment. e. Aluminum Expansion Joint Covers. Aluminum expansion joint covers shall be as detailed and manufactured by Architectural Art Manufacturing, Inc., or equal, approved by the Engineer. f. Flagpole and Flag. The flagpole shall be similar or equal to a ground set, cone tapered aluminum type, complete with 6-inch o.d. aluminum ball and standard fittings and equipment, as manufactured by Acme Flagpole Company, Division of John E. Lingo & Son, Inc. , Camden, New Jersey. The II-41 z z Z z Z U Z a w J _.IJJ .J Z F- VUVUU 0 z z z z z z � Z < D :) » > w J 00000 m ma D cr 00000 F- 0 °J 0 wwwww V) LLJ J � 0 cr X � z J U = U P W m 0 + o U Z < w v cm Z F-0 �_ ° w 0 d " r• o Z z z z z U OU 0 cr �.! w Q <C 4 <C < w !- LLJ 0 M 2Mm22 � J d LL- � ZZUZZ � LLJ :DDDD w z � � ooQO w 0 0 wwwww w J 00000 0 < wwwww w w Z> � 2 m 2 z< w < <� � � Z-0 t� II- 42 III It us flagpole shall have 35 feet exposed aboveground and have an overall length of 38 feet 6 inches. The wall thickness throughout shall be not less than 0.188 inches. The flagpole finish shall be Alcoa No. 215R1. The unexposed portion of the flagpole below ground shall receive a heavy coat of black asphaltum inside and outside before shipment. One 4-foot by 6-foot best quality nylon 50-star American flag shall be furnished. 77. SHEET METAL WORK: Aluminum fascias and gravel stops shall be of 3003 alloy of the gauges noted on the Plans. Lines shall be true, sharp and straight. Expansion joints and construction joints shall be in accordance with Sheet Metal and Air Conditioning Contractors National Association (SMACNA) Architectural Manual Plate No. 38, Fig. "D." Attaching devices shall be aluminum or stain- less steel. Samples of gutters and fascias formed to profile indicated, along with sample straps, braces, etc., shall be submitted to the Engineer for approval. Aluminum copings shall be of 3003 alloy of the gauges noted on the Plans. Copings shall be similar to Figure B as shown on Plate No. 69 of the SMACNA Architectural Manual and as shown on the Plans. Expansion and construction joints shall be in accordance with SMACNA Architectural Manual Plate No. 68, Alternate 3. Aluminum gutters and downspouts shall be of 3003 alloy of the gauge noted ma on the Plans. Hanging gutters shall be Style A, as shown on Plate No. 2 of the SMACNA Architectural Manual. Expansion joints shall be in accordance with Plates No. 7, No. 8 and No. 9. Outlet tube and strainer shall be in accord- ance with Plate No. 23. Downspout hangers shall be 0.040 inch x 2 inches wide aluminum in conformance with Fig. "G" Plate No. 34. All fasteners shall be of aluminum or stainless steel, or other non-corrosive material set in lead masonry anchors. 78. PORCELAIN ENAMEL WORK: Porcelain enamel to be used as fascia and window panels shall be on 18-gauge enameling steel fabricated before enameling. The finish shall be Class "A" matte finish and standard P.E.I. colors as selected by the Engineer. All clips, attachments, screws, etc., shall be stainless steel of proper gauge and design. Porcelain enamel shall be as manufactured by Davidson Enamel Products of Lima, Ohio, or equal approved by the Engineer. Shop drawings shall be submitted indicating all dimensions, sizes, gauges, erection fastenings and caulking materials for approval of the Engineer. Field dimensions shall be used. Sample panels of finish and color shall be submitted to the Engineer for approval. The window panels to be fabricated of porcelain enamel shall have a nominal thickness of 1-1/8-inch. All exposed surfaces shall be porcelain II-43 enamel. The interior (unexposed) face of the panel shall be 18-gauge gal- vanized steel. The core shall be 1-inch glass filler. The panel shall have a minimum "U" valve of 0.20. The panel edges shall be covered with the ex- terior face sheet. Bedding tape for .the panels shall be Presstite #579. Thiokol caulking of a color to match the panels shall be used for caulking. 79. CURTAIN WALL SYSTEM: Extruded aluminum materials for the curtain wall system shall be Alcoa Anoclad 11 or approved equal,, suitable for anodized finish. All aluminum shall be finished in natural aluminum anodized finish 204-R1. All metal fasteners shall be stainless steel or aluminum. Panel and joint edge seal and tape shall be non-drying, 100 per cent polyisobutylene tape. All joints and corners for curtain wall frames shall be mitered, accurately mortised and tenoned, staked, welded and sealed. Joints in frames continuously flash-welded will be accepted. Self-retaining exterior type glazing beads with no exposed fasteners shall be provided. Water and air infiltration shall meet or exceed requirements of Test "B" (at 0.25 cfm) and Test "C--1" (at 2.86 psf) of the National Association of Architectural Metal Manufacturers. Test certificates shall be submitted with the shop drawing. Maximum deflection of any member shall not exceed 1/250 span, and when load is removed, there shall be no permanent deformation and damage to any member when tested at a load of 30 psf for a period of not less than five minutes. Test certificates shall be submitted with the shop drawings. Hopper windows installed in the curtain wall shall be Kawneer "Sealair" Monumetal, Qipples #900B or approved equal. The depth of the section shall be not less than 2 inches. Each hopper window shall have a hand crank on the right side. Finish shall be 204-R1. Screens shall be provided. Vertical mullions of the curtain wall shall be tubular, capped and weeped, nominal 2-1/2-inch width and 5-1/2-inch depth. Sections shall be similar to Amorlite #10199 split tube, complete with necessary clips, fasten- ings to hold window in place. Horizontal mullions shall be 1-3/4--inch x 4-inch tubular section, coordinated with sash and panel frame design. The horizontal mullion above each window shall include flashing runner, or similar method of weeping condensation or infiltrated water out of the curtain wall system. Horizontal mullions shall be fastened to vertical mullions with suitable .anchors, secured to jambs with clip anchors and expansion shields. All work shall have a protective coating of methacrylate lacquer, shop- applied, except where perimeter caulking will be in contact with aluminum members. Windows shall be glazed from the exterior with aluminum glazing beads. II-44 80. DOORS AND FRAMES: a. Hollow Metal Doors. All steel doors and frames to be provided shall be sized and glazed as shown on the Plans and Door Schedule and indicated in the following specification. The doors shall be equal in all respects to Full Flush Doors with face sheets of No. 18 or No. 20 U.S. gauge steel, as listed below, as manufactured by Fenestra , Inc. , and shall be equipped with the listed hardware. Exterior doors shall be fitted with a channel filler of steel at the head. All doors shall have sound-deadening insulation. All louvers shall be Barber Coleman grid type, or equal. The frames shall be equal in all respects to frames of No. 16 or No. 18 U.S. gauge steel as manu- factured by Fenestra, Inc., and shall be furnished with a sill anchor and three adjustable masonry anchors on each jamb. All frames are to be reinforced for hardware in accordance with accepted standards. All doors shall be chemically washed, rinsed, and dried prior to being primed with one shop coat of paint. All frames and collateral steel items shall be bonderized and receive one shop coat of baked-on metallic primer. Fixed sash in the Operations Room shall be 18-gauge door frames as shown on the Plans. Door and Frame Schedule Water Pollution. Control Plant Door No. 3 - Exterior - Swing Out 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/4 inch - 18G3 Frame (No. 16) - 8-3/4-inch depth Door (RHRB) Door No. 4 _-_Exterior - Swing-In 1 Pair Doors - 6 feet 0 inch x 7 feet 2 inch - 1-3/4 inch - 18F Frame (No. 16) - 8-3/4-inch, depth Door (RH Act) Door No. 5 - Exterior - Swing Out 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/4 inch - 18G3 Frame (No. 16) -. 8-3/4-inch depth Door (RHRB) Door No. 6 -.Exterior - Swing Out 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/4 inch - 18G3 Frame (No. 16) - 8-3/4-inch depth Door (LHRB) II-45 WAM Door No. 7 - Exterior - Swing Out 1 Single Door - 3 feet 0 inch x 7 feet 3 inch - 1-3/4 inch - 18G3 Frame (No. 16) - 8-3/4-inch depth Door (RHRB) Door No. 8 - Interior - Ash Room 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/8 inch - 20G Frame (No. 18) - 6-3/4-inch depth Door (RH) Door No. 9 - Interior - Operations Room 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/8 inch - 20 GLB Frame (No. 18) - 8-3/4-inch depth Door (LH - 16-inch x 8-inch louver) Door No. 10 - Interior - Sludge Incineration Room 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/8-inch - 20 10-inch x 10-inch G (FM Label "B") Frame (xo. 18) - 8-3/4-inch depth Door (LHRB) Door No. 11 - Interior - Office 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1•-3/8 inch - 20 GLB Frame (lip. 18) - 6-3/4-inch depth Door (L4 - 12-inch x 9-inch louver) Door No. 12 - Interior - Laboratory 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/8 inch - 20 GLB Frame (No. 1$) -- 6-3/4-inch depth Door (LH - 14-inch x 10-inch louver) Door No. 13 - Interior - Janitor's Closet 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/8 inch - 20 F Frame (No. 18) - 6-3/4-inch depth Door (RHRB) Door No. 14 - Interior - Locker Room 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/8 inch - 20 FLB Frame (No. 18) - 6-3/4-inch depth Door (LH - 12-inch x 8-inch louver) II-46 Door No. 18 - Interior - Toilet Room B 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-/38 inch - 20 FLB Frame (No. 18) - 5-1/4-inch depth Door (RH - 12-inch x 8-inch louver) Door No. 19 - Interior - Vestibule A 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/8 inch - 20 G Frame (No. 18) - ,5-1/4-inch depth Door (LH) Door.No. 21 - Interior - Vestibule A 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/8 inch - .20 10-inch x 10-inch G (FM Label "B") Frame (No. 18)_ - 873/4-inch.depth Door (RHRB) Door No. 22 - Interior - Toilet Room A 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/8 inch - 20F Frame (No. 18) - 8-3/4-inch depth Door (LH) Door No. 23 - Interior - Tool Room 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/8 inch - 20F Frame_ (No. 18) - 8-3/4-inch. depth Door (LH) Door No. 25 - Exterior. - Swing Out 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/4 inch - 18G3 Frame. (No. 16) - 6-3/4-inch. depth Door (LHRB) Door No. 26 - Exterior - Swing In 1 Single Door - 3 feet 0 inch x 3 feet 6 inch - 1-3/4 inch - 18F Frame, (No.. 16 - iambs-only) - 5-1/4-inch depth Door (LH) Walnui. Street Pumping Station Door No. 1 - Exterior - Swing Out 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/4 inch - 18F Frame (No. 16) - 8-3/4-inch depth Door (LHRB) .II-47 Door No. 2 - Interior - Store Room 1 Single Door - 2 feet 4 inch x 7 feet 2 inch - 1-3/8 inch - 20F Frame (No. 18) - 6-3/4-inch depth Door (RHRB) Door No. 3 - Interior - Wash. Room 1 Single Door - 2 feet 4 inch x 7 feet 2 inch - 1-3/8 inch - 20 FLB Frame (No. 18) - 6-3/4-inch depth Door (LH - 12-inch x 8-inch louver) b. Aluminum Entrance Doors (Water Pollution Control Plant - Doors No. 1 ; and 2). The aluminum doors shall be similar or equal to "Extra Duty 350" as manufactured by Kawneer Co. , Inc., and of the size scheduled and shown on the Plans. The doors shall be suitable for being center-hung, as shown on the Plans, and shall be single-acting. The three sides and the bottom of the doors shall be weatherstripped with metal-backed pile cloth. The door frames shall be similar or equal to #450 Series as manufactured by Kawneer Co., Inc., and as shown on the Plans. All exposed materials shall be polished to a mirror-like surface, free from defects or other surface blemishes, and shall be given a 30-minute anodic oxide treatment in accordance with Alcoa Specification Alumite 204AIR1, except as noted. Pulls and push bars for the door shall be similar or equal to Kawneer Style "J." Colored portions of the pulls and push bars shall be Medium Bronze No. 28. The exterior door (Door No. 1) shall have a deadlock, Adams Rite MS 1850 ASA, or equal. Other hardware shall be as specified in Paragraph 81, Door Hardware. c. Aluminum Sliding Door (Water Pollution Control Plant - Door No. 20) . The door and frame shall be similar or equal to 701-OX door suitable for 1/4-inch plate glass, as manufactured by Arcadia. The size shall be as in- dicated on the Plans. The door shall be furnished with a Model No. 68 pull and latch. Closers shall be furnished for the screen track in the jamb and head, as shown oii the Plans. The threshold shall be as indicated on the Plans. The door finish shall be anodized per Aluminum Company of America Specification ?.04-R1. d. Wood Doors. All wood doors to be provided shall be sized as shown on the Plans and Door Schedule and as indicated in the following specification. Doors shall be Weldwood Staved Lumber Core, meeting or exceeding CS-171, with kiln-dried wood block core, 1/16-inch hardwood cross-banding, 3/4-inch walnut stile edge banding, two-piece hardwood top and bottom edge bonds, and veneer so to match wall paneling. Doors which occur in wood paneled walls shall be blueprint matched with the paneling and shall have continuous grain patterns. II-48 Samples shall be submitted to the Engineer for approval before fabrica- tion of the doors. Shop drawings, based on measurements taken after the installation of wood grounds, showing the location of all furring strips, wood grounds, etc., shall be submitted to the Engineer for approval. All louvers shall be Barber Coleman grid type or equal. MD Door Schedule Water .Pollution Control Plant Door No. 15 - Interior - Conference Room 1 Single Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/8 inch Door (LH - 14-inch x 8-inch louver) Door No. 16 - Interior - Superintendent's Office 1 Single. Door - 3 feet 0 inch x 7 feet 2 inch - 1-3/8 inch Door (RH - 14-inch x 10-inch louver) Door No. 17 - Interior - Closet . 1 Single Door - 2- feet 6 inch x 7 feet 2 inch - 1-3/8 inch Door (RHRB) e. Pocket. Door (Water Pollution Control Plant - Door No. 24) . The frame for the pocket door shall be as shown on the Plans and Door Schedule and shall be similar or equal to that manufactured by Allied Steel Products. The frame and fascia shall be of No. 18 U.S. gauge bonderized steel. The door shall be of the size shown on the Plans and shall be of the material AN and quality defined under "Wood Doors" above. f. Folding Door. The folding accordion-type, wood door, including track and jamb members, shall be similar or equal to Series No. 358 as manufactured by Pella. The door shall be a single door complete with all necessary screws, latches and installation hardware. The wood shall be unfinished American Walnut. g. Overhead Garage Doors: The four overhead garage doors for the Garage shall be of the size shown on the Plans. The doors shall be made of 6063T6 aluminum alloy extruded shapes to produce a door 1-3/4-inch nominal thickness. Top rails shall be not less than 2-3/8 inch, bottom rails not less than 3-3/4 inch, meeting rails not less than 3-1/8 inch per pair, center stiles not less than 2-5/8 inch, and end stiles not less than 3-1/2 inch. Weatherstrip shall be provided to seal the door at the floor. All extrusions and panels shall. be finished with a 204-R1 anodizing. Each door shall be accurately counterbalanced with torsion springs, tapered drums, and galvanized lift cables. Each door shall come equipped with.cadmium- plated hardware, ball bearing rollers, side tracks and 120 .volt, 1 phase, 60 II-49 cycle electric operator and be furnished with a three-button control station (suitable for indoor mounting) and a three-position key switch in weather- resistant enclosure. The key for the key switches shall be keyed alike with Door No. 7 (KA2) and master-keyed with the locks furnished for all other doors. The overhead garage doors shall be Heavy Duty Aluminum Doors with side mounted Type EL electric operators, as manufactured by the Overhead Door Corporation, or equal as approved by the Engineer. h. Rolling Steel Door. The rolling steel door for the Walnut Street Pumping Station shall be Model FH-20 as manufactured by the Kinnear Manufac- turing Company, or approved equal. The door shall be installed complete with appurtenances and accessories as required by the Plans and as specified herein. The door shall be chain-operated. The door shall have a curtain of interlocking slats rolled from cold-rolled, hot-dip galvanized steel. AN The slats shall be of section sufficiently large to give the curtain strength to safely resist without permanent deformation, a wind load of 20 pounds per square foot. The curtain shall have each alternate slat fitted with malleable endlocks 3/8-inch thick. The bottom bar shall consist of two angles back to back, fitted with a neoprene seal, as a weatherstop. Heads and jambs shall be weatherstripped with continuous sheet rubber. The counterbalanced curtain shall be coiled on a pipe of sufficient size to carry the door load with a deflection not to exceed 0.03-inch per foot of opening width, and it shall be evenly balanced by helical springs which shall produce the torque required to assure easy operation of the curtain from any position. Guides shall be made of structural steel to form slots of sufficient depth to retain the curtain against heavy wind pressure. Metal shall be at least 3/16-inch thick. Coil brackets shall be made of high-grade iron or steel to close the ends of the roller shaft housing, and to form a supporting frame for the hood. The hood shall be galvanized sheet steel, formed to fit the end brackets. Edges of the hood shall be reinforced with rolled beads. Gears shall be of best grade gray iron with cast teeth machine-molded from machine-cut patterns. Galvanized surfaces other than chain shall be treated with a suitable paint bond, and all surfaces shall receive a rust-inhibitive primer coat of paint. All primed surfaces shall be field-painted in accordance with the painting specification. 81. DOOR HARDWARE: All hardware shall be similar or equal to that furnished by the manu- facturers as specified and scheduled below. If hardware of manufacturers II-50 other than those_ listed is to be furnished, a complete listing, item by item, including manufacturer's name and number of proposed substitutions shall be submitted to the Engineer for approval. The numbers listed herein for finished hardware have been taken from catalogs of the following manufacturers: Sargent and Company Hager Hinge Company Zero Weather Stripping Co., Inc. Adams-Rite Mfg. Co. Rixson Closers Kawneer Company, Inc. L. E. Johnson Products, Inc. Hardware Schedule Water Pollution Control Plant Door No. 1 2 Flush bolts 3470 - 12-inch x US26D 1 Cylinder 42 - US26D x KA1 x MKD 2 Floor check - Rixson #28-105 1 Threshold - Rixson lx700 - 63-inch Door No. 2 2 Floor checks - Rixson 4628-105, with cover Door No. 3 an 1-1/2 Pair butts 46BB1279 - USP - 4-1/2 x 4-1/2 TMS Z Lockset 8G05 - DM x US26D x KAI x MKD , 1 Door closer EN-55-PH9 1 Threshold Zero 46160 x Alum - 36-inch Door No. 4 3.Pair butts 46BB1279 - USP - 4-1/2 x 4-1/2 TMS 1 Lockset 8605 - DM x US26D x KA1 x MKD 2 Flush bolts 3470 - 12-inch x US26D 1 Astragal - Zero 140M - 86-inch 2 Door closers - EN54-H 2 Rain drips - Zero #11-A - 36-inch 2 Sweeps - Zero 4639-A - 36-inch I Threshold - Zero #654 x Alum - 72-inch Door No. 5 1-1/2.Pair butts 46BB1279 - USP - 4-1/2 x 4-1/2 TMS 1 Lockset BG65 - DM x US26D x KA1 x MKD . II-51 4 3• 1 Door closer EN-55-PH9 h,¢ 1 Threshold - Zero 44160 x Alum - 36-inch Door No. 6 1-1/2 Pair butts 44BB1279 - USP - 4-1/2 x 4-1/2 TMS 1 Lockset 8G05 - DM x US26D x KAl x MKD 1 Door closer EN-55-PH9 1 Threshold - Zero 44160 x Alum - 36-inch Door No__7 1-1/2 Pair butts #BB1279 - USP - 4-1/2 x 4-1/2 TMS 1 Lockset 8G05 - DM x US26D x KA2 x MKD 1 Door closer - EN-55-PH9 1 Threshold - Zero 44160 x Alum - 36-inch �s`4 Door No. 8 } 1-1/2 Pair butts 441279 - USP - 3-1/2 x 3-1/2 TMS 1 Lockset 6U15 - DN x US26D 1 Bumper 3424 x US26D Door No. 9 1-1/2 Pair butts 441279 - USP - 3-1/2 x 3-1/2 TMS 1 Lockset 6U15 - DN x US26D 1 Bumper 3424 x US26D Door No. 10 1-1/2 Pair butts 44BB1279 - USP 3-1/2 x 3-1/2 TMS 1 Lockset 6G05 - DN x US26D x KA1 x MKD 1 Door closer - EN53=0 1 Bumper 3424 x US26D Door No. 11 1-1/2 Pair butts 41279-USP - 3-1/2 x 3-1/2 TMS 1 Lockset 6G05 - DN x US26D x KA3 x MKD ' 1 Door stop 3380 x US26D Dour No. 12 1-1/2 Pair, butts #1279 - USP - 3-1/2 x 3-1/2 TMS 1 Lockset 6G05 - DN x US26D x KA4 x MKD 1 Door stop 3380 x US26D Door No. 13 1-1/2 Pair butts 441279 - USP - 3-1/2 x 3-1/2 TMS 1 Lockset 6G05 - DN x US26D x KA1 x MKD 11-52 Door No. 14 1-1/2 Pair butts #BB1279 - USP - 3-1/2 x 3-1/2 TMS 1 Push plate 3015 PLE x US32D 1 Pull 3135 PLE x US32D 1 Door closer EN53-0 1 Kick plate 3716 x US32D - 8-inch x 34-inch 1 Bumper 3424 x US26D Door No. 15 1-1/2 Pair butts 41279 - USP - 3-1/2 x 3-1/2 TMS 1 Lockset 6G05 - DN x US26D x KA5 x MKD Door No. 16 1-1/2 Pair butts 441279 - USP - 3-1/2 x 3-1/2 TMS 1 Lockset 6G05 - DN x US26D x KA5 x MKD Door No. 17 1-1/2.Pair butts 441279 - USP - 3-1/2 x 3-1/2 TMS 1 Lockset 6G05 - DN x US26D x KA5 x MKD Door No. 18 1-1/2 Pair butts #1279 - USP - 3-1/2 x 3-1/2 TMS 1 Lockset 6U65 - DN x US26D 1 Door stop 3380 x US26D Door No. 19 . 1-1/2 Pair butts 44BB1279 - USP - 3-1/2 x 3-1/2 TMS 1 Lockset 6G05 - DN" x US26D x KA1 x MKD 1 Door closer EN53-0 1 Bumper 3424 'x US26D 1 Kick plate 3716 x US32D - 8-inch x 34-inch Door No. .20 None Door No. 21 1-1/2 Pair butts 44BB1279 - USP - 3-1/2 x 3-1/2 TMS 1 Lockset 6G05 - DN x US26D x KA1 x MRD 1 Door closer - .EN 53-0 1 Bumper 3424 x US26D 1 Kick plate 3716 x US32D - 8-inch x 34-inch I1-53 '.i Door No. 22 _ r 1-1/2 Pair butts #BB1279 - USP - 3-1/2 x 3-1/2 TMS 1 Push plate 3015 PLE x US32D 1 Pull - 3135 PLE x US32D 1 Door closer EN 53-0 1 Kick P late 3716 x US32D - 8-inch x 34-inch 1 Bumper 3424 x US26D Door No. 23 1-1/2 Pair butts #1279 -- U P - 3-1/2 x 3-1/2 TMS 1. Lockset 6G05 - DN x US26D x KA6 x MKD f i Door stop 3380 x US26D Door No. 24 • ,ra" 1 Deadlock Adams-Rite MS 1850A - 505 1 Cylinder 42-US26D x KA5 x MKD 2 Hangers - Johnson 41120 1 Track Johnson 4100 - 72-inch with stop :« 2 Door pulls : Door No. 25 1-1/2 Pair butts #BB1279 - USP - 4-1/2 x 4-1/2 TMS 1 Lockset 8G05 - DM x US26D x KA1 x MKD 1 Door stop and holder 590 x US26D 1 Threshold Zero 4460-A x Alum - 36-inch Door No. 26 1 Pair butts - 41279 - USP - 4-1/2 x 4-1/2 TMS 1 Lockset - 8U15 - DN x US26D Walnut Street Pumping Station Door No. 1 1-1/2 Pair butts #BB1279 - USP - 4-1/2 x 4-1/2 TMS ` : 1 Lockset 8G05 - DM x US26D x KA2 x MKD 1 Door stop and holder 590 x US26D Z. Threshold Zero 4460-A x Alum - 36-inch Door No. 2 1-1/2 Pair butts 41279 - USP - 3-1/2 x 3-1/2 TMS 1 Lockset 6U15 - DN x US26D I Bumper 3380 x US26D Door No. 3 . 1-1/2 Pair butts 41279 - USP - 3-1/2 x 3-1/2 TMS 1 Lockset 6U65 - DN x US26D 1 Bumper 3380 x US26D II-54 NNW 82. ALUMINUM PROJECTED WINDOWS: All aluminum projected windows shall be similar or equal to Series 93 as manufactured by Miami Window Division of Russell Aluminum Corporation. Windows shall conform with all. requirements of AAMA Master Specification A-A2-H for Awning Windows. The sash shall be of the sizes shown on the Plans with cranks located on the righthand side. Each projected window in the Garage shall be equipped with "Roto Drive" System, as manufactured by Teleflex, Inc., North Wales, Pennsylvania. The system shall be surface-mounted with the crank 4 feet 0 inches off the floor. The crank shall operate a control box which delivers motion to a flexible cable housed in a suitable conduit. Vertical mullions for projected windows in the Garage shall be standard "T" mullions. Aluminum trim shall be provided on the exterior of the steel tube columns. All projected windows shall be provided with screens. The screens shall have aluminum frames and shall be manufactured for use with the sash furnished. All windows shall be chemically cleaned to remove fabrication compounds and dirt accumulations. Sash shall be given a natural aluminum anodized finish #204R1, followed by a protective coating of clear water white metha- drylate lacquer. All sash shall be suitable for glazing with double strength Class B clear glass. 83. GLASS AND GLAZING: Glass for glaring aluminum projected windows and for glazing hollow metal doors shall be double strength Class B clear glass. Glass for the aluminum entrance doors and for the curtain wall system (including ventilating sash) shall be Libby-Owens-Ford "Parallel-0" gray 1/4-inch thick, twin ground, glazing quality, meeting Federal Specification DD-G-451a except for luminous transmittance or equal approved by the Engineer. Glass for the movable partitions, the fixed sash in the Operations Room, and the sliding aluminum door at the lunch room shall be Libby-Owens-Ford "Parallel-O-Plate" 1/4 inch thick, twin ground, glazing quality, meeting Federal Specification DD-G-451a or equal as approved by the Engineer. Elastic glazing compound for aluminum projected sash and hollow metal doors shall be Tremglaze or Plasti-Glaze. For curtain wall system glazing blocks shall be nylon or neoprene, 80. Durometer; continuous glazing block shall be aluminum colored neoprene, 60 to 70 Durometer; and bedding tape shall be 1/4-inch x 1/4-inch gray semi- cured butyl tape similar or equal to Curtis 4606. Glazing materials for the movable partitions, hollow metal doors, projected aluminum windows, the fixed sash, the aluminum entrance doors, and the sliding aluminum door shall be glazing beads furnished by the manufacturers of the units. II-55 I'll" WHOM 84. PAINT: All paint shall be delivered to the site in the original unbroken manu- facturer's package, not exceeding 5 gallons in capacity, with label intact. All paint materials, including thinners and linseed oils, shall conform to current ASTM Specifications of the type recommended by the manufacturer of the paint. The paint shall be of such consistency that it will have satis- factory spreading, leveling and leafing properties and shall not spread or sag when applied to smooth vertical surfaces. In general, colors from standard color charts will be selected except for floors, walls and trim where other colors may be required to attain the color combinations desired by the Engineer. Interior Wall Paint and Concrete Paint. Where epoxy paint is called for in these Specifications or on the Plans, interior wall paint and concrete paint shall be Inertol "Giamorglaze," or equal, of a color selected by the Engineer. Primer, where required, shall be "Dampfoil Surfacer." All other interior wall and concrete paint shall be Inertol "Ramuc Utility Enamel Flat" or equal, of a color selected by the Engineer. Exterior Stucco and Concrete Paint. Paint for exterior stucco and concrete shall be Inertol n Ramuc Masonry Paint" or equal, of a color selected by the Engineer. Primer shall be Inertol "Pluval" or equal. as Sealer for Concrete Floors. Sealer for concrete floors shall be "Sika Concrete Floor Hardener" or equal. Non-Submerged.Metal Paint (Except Water Storage Tank) . Shop primer and field primer shall be Inertol Primers No. 621 and 622 respectively, or equal. Outdoor enamel shall be Inertol "Glamortex Enamel" or equal, color as specified or as selected by the Engineer. Indoor enamel shall be Inertol "Ponkote Enamel" or equal, color as speci- fied or as selected by the Engineer. Primer for cast-iron pipe to receive enamel shall be Inertol "Tar Stop." Galvanized surfaces shall be primed with Inertol "Metal Conditioner," or equal. Other non-ferrous metals shall be primed with Inertol "Metal Passivator" No. 35, or equal. Submerged Metal Paint (Except Water Storage Tank) . Shop primer shall be Inertol "Poxitar" Primer, or equal. Field primer and cover coats shall be Inertol "Poxitar" or equal. Water Storage Tank Paint. The shop primer for the interior of the water storage tank shall be Inertol "Zinc Dust" Paint No. 640. Finish coats for the interior shall be Inertol "Zinc Dust" Paint No. 632. The shop primer for the exterior of the water storage tank shall be Inertol Primer No. 621. Finish coats shall be Inertol "Rustarmor Enamel" of a color selected by the Engineer. 1I-56 Wood Stain and Varnish. Wood stain for the :superintendent's Office shall be Pratt and Lambert "Tonetic Wood Stain" or equal, of a color to match paneling. Varnish shall be Pratt and Lambert "Pale Trim Varnish, Gloss" or equal. Final coat shall be Pratt and Lambert Mh "Pale Trim Varnish, Satin." 85. TOILET ROOM ACCESSORIES: Combination soap and towel dispensers shall be Bobrick Model B-330 recessed unit with mirror, towel dispenser, utility shelf, recessed shelf and soap dispenser (liquid soap valve) . Roll paper holders shall be Bobrick B-273 surface-mounted single roll capacity. The shower curtain rod shall be Bobrick B-210, jamb-mounted, 1-inch diameter, 18 gauge, Type 302 stainless steel tubing with satin finish, chrome- plated forged brass. A robe hook for Toilet Room B shall be furnished and shall be Bobrick B-219. double robe hook, chrome-plated forged brass with concealed anchor plate. The recessed waste receptacle for the Walnut Street Pumping Station toilet room shall be a Bobrick B-3645 Recessed Waste Receptacle. 86. PRESSURE GAUGES AND ACCESSORIES: An Pressure gauges shall be 2-1/2-inch dial size with bronze silver-brazed Bourdon tubes, stainless steel gearing, 1009 Series, as manufactured by the Industrial Valve & Instrument Division of Dresser Industries. Gauges shall meet the following: No. Case Location Service Req'd Range Type Connection(') Accessories Walnut Street Pumping Station Raw Sewage 15 psi Flush Mtg. Pump Suction Compound 3 & 30" w/Front Flg. Back(2) Dia. Raw Sewage Flush Mtg. Dia. and Pump Discharge Pressure 3 0-100 psi w/Front Flg. Back(2) Manifold Plug Valve Piping Pressure 3 0-100 psi Stem Lower - Seal Water Piping Pressure 3 0-100 psi Stem Back Manifold II-57 No. Case Location Service Read Range Type Connection(') Accessories Water-Pollution Control Plant Sludge Incin- eration Room - City Water Pressure 1 0-60 psi Stem Lower(2) - Sludge Incin- eration Room An- Potable Water Pressure Tank Pressure 1 0-100 psi Stem Lower(2) - Sludge Incin- eration Room - Process Water (2) Pump Discharge Pressure 1 0-100 psi Stem Lower - Sludge Incin- eration Room - Effluent Water Pressure 2 0-60 psi Stem Lower Diaphragm Grit Pump Suction Lines Pressure 2 0-15 psi Stem Lower Diaphragm Grit Pump Discharge Pressure 2 0-60 psi Stem Lower Diaphragm Clarifier Under- Flow Pump 15 psi Suction Compound 2 & 30" Stem Lower Diaphragm Clarifier Under- flow Pump Discharge Pressure 2 0-30 psi Stem Lower Diaphragm Scum Pump 15 psi Suction Compound 1 & 30" Stem Lower Diaphragm scum Pump Discharge Pressure 1 0-30 psi Stem Lower Diaphragm Pre-Aeration 15 psi Blower Suction Compound 2 & 30" Stem Lower(2) Gauge Saver Pre-Aeration Blower Discharge Pressure 2 0-15 psi Stem Lower(2) Gauge Saver (1) All 1/4-inch NPT (2) Provide throttle screw. . II-58 Diaphragm seals, except those to be installed on the discharge of the Walnut Street Raw Sewage Pumping Units shall be similar or equal to Type SG, welded type diaphragm seal, as manufactured by Mansfield & Green. Diaphragm shall be of 316 stainless steel; lower housing of carbon steel. The seal shall have a 1/4-inch NPT instrument connection and a 3/4-inch process con- nection. Diaphragm seals for the discharge of the Walnut Street Raw Sewage Pumping units shall be similar or equal to LPS-200 Seal, as manufactured by O'Brien Corporation. The diaphragm shall be vi.ton with stainless steel re- inforcing; the body shall be stainless steel. The seal shall have a 1/4-inch NPT instrument connection and a 1-1/2-inch NPT process connection. The supplier of the seal shall mount the pressure gauge (and pressure switch with manifold, if required) on the seal and fill the system with a suitable instrument oil. A pipe stop shall be placed in the flushing connection. The entire assembly shall be dead weight tested after filling by the supplier. Dual mounting manifolds shall be similar or equal to Part SK-4-5-1, as manufactured by Mansfield & Green. Gauge cocks larger than 1/4-inch shall be similar or equal to Crane No. 712 or 744; 1/4-inch gauge cocks shall bu similar or equal to Crane No. 252 or 266. Gauge savers shall be a pulsation dampener, similar or equal to a 1/4-inch 1073D, as manufactured by Ashcroft. 87. PRESSURE SWITCHES: Pressure switches at the Walnut Street Pumping Station shall be similar or equal to Ashcroft Snap Action Switch, Model 466280, as manufactured by Industrial Valve and Instrument Division of Dresser Industries. The pressure element shall be a spring-loaded, precision piston- cylinder not in contact with the pressure media. The element shall be so designed as to permit conversion of the pressure range in the field by re- placement of the pressure element assembly only. The entire unit shall be U.L. approved for General Industrial use. The case shall be rectangular in shape with a green epoxy finish. The cover shall also be the nameplate and shall be held in place with two captive screws providing a NEMA 4 closure. The unit shall have three electrical en- trances and a 1/4-inch NPT female stem connection. The pressure ranges and set points for the switches shall be as follows: Range Close Open Service psi Point Point Main Sewage Pumps 0-100 13 11 Water Seal Lines 0-100 13 11 II-59 The pressure switches for controlling the Potable Water Pump and the Effluent Water Pump in the Administration Building shall be similar or equal to an Ashcroft Mercury Switch Model 4019-11. The pressure element shall be a Bourdon tube of phosphor bronze. ffn The case shall be circular with a ox reen a finish. The case shall fe g epoxy have a NEMA 1 rating and have a lower 1/4-inch NPT female stem connection. The pressure ranges and set points for the switch shall be as follows: Range Close Open Service psi Point Point Potable Water System 0-100 40 60 Effluent Water System 0-100 36 37 88. FLOAT SWITCHES: The float switch for the sump pumps in the Sludge Incineration Room shall be a two-pump control. The unit shall be pedestal-mounted in an aluminum NEMA I enclosure. The float shall be a 4-1/2-inch ceramic float. Total travel shall be 3 feet 9 inches. Switches for each pump shall be independently adjustable mercury type. The voltage shall be 120 volts. Manual transfer plugs shall be provided. The pumps shall be controlled as follows: Rising,.Levels Turn on lst Pump at 542.5 Turn on 2nd Pump at 543.0 -Falling Levels Turn off 2nd Pump at 541.0 Turn off ist Pump at 540.5 The float switch for the sump pump in the comminutor building shall be identical to the .float switch for the sludge incinerator room, except that transfer plugs shall not be required. The pumps to be controlled shall be �. . the sump pump and the effluent sample pump. The pumps shall be controlled as follows: Rising Levels Turn on Sump Pump at 539.0 Turn off Effluent Sample Pump at 541.0 Falling Levels Turn on Effluent Sample Pump at 538.0 P P Turn off Sump Pump at 537.0 II-60 The float switch for the High Water Pumping Station shall be a three- pump control. The unit shall be pedestal-mounted in an aluminum NEMA 4 enclosure. Suitable protection for the sheave shall be provided to prevent ice from interfering with the operation of the unit. The float shall be a 4-1/2-inch ceramic float. Total travel shall be 20 feet. Switches shall be independently adjustable mercury type. The voltage shall be 120 volts. Manual transfer plugs shall be provided. The pumps shall be controlled as follows: Rising Levels Turn on 1st Pump A at 547.0 Turn on 2nd Pump A at 548.0 Turn on Pump B at 549.5 Falling Levels Turn off Pump B at 543.0 Turn off 2nd Pump A at 542.0 Turn off 1st Pump A at 541.0 AN Each float switch shall be a Class 3100 Floatrol as manufactured by Automatic Control Company or equal approved by the Engineer. 89. ROOF DRAINS: Roof drains for the Comminutor Structure shall be Josam Series No. 4210 cast-iron roof drain with large sump, integral expansion joint with brass sleeve, 4-inch IPS bottom outlet, removable dome and sediment cup, non- puncturing flashing clamp device with gravel stop, and deck clamp, or equal approved by the Engineer. The roof drains for the Walnut Street Pumping Station shall have 4-inch IPS threaded female outlets and shall be Type 484, as manufactured by Josam Ali� Manufacturing Company, or equal as approved by the Engineer. 90. FLOOR DRAINS AND AREA DRAINS: Floor drains to be installed in slabs without traps shall be Josam Series 300, or equal. Floor drains to be installed with traps shall be Josam Series 200, or equal. Integral cleanouts shall be provided where indicated on the Plans. Strainers for floor drains shall be similar or equal to No. 36A of polished brass, except that floor drains set in terrazzo shall have strainers of Nikaloy with polished top. The area drain for the area behind the Administration Building shall be a Josam No. 766-S, or equal. 91. PLUMBING FIXTURES: All lavatories shall be of enameled cast iron 22 inches x 19 inches, Model 1476, as manufactured by E13er, or equal approved by the Engineer, and II-61 shall be complete with "Lifetime" combination fittings, pop-up waste, 3/8- inch supplies and stops, and 1-1/2-inch P traps. All water closets shall be vitreous china, wall hung closet combination Model E-5230 with 3/8-inch supply and with E-7986 open front seat, all as manufactured by Eljer, or equal approved by the Engineer. All urinals shall be of the wall-hung type with exposed flush valves Model E-8165, as manufactured by Eljer, or equal approved by the Engineer. Plush valves shall be Sloan Royal 180-YV flush valves, or equal approved by the Engineer. The shower in the locker room shall be equipped with a two-valve shower with bypass Model E-9493 and a ball joint shower head, Model E-9516, all as manufactured by Eljer, or equal approved by the Engineer. The supply to the mop service basin in the janitor's closet shall be an over--the-rim bath filler with bypass valve and drop spout Model E-9120 as manufactured by Eljer, or equal approved by the Engineer. The mop service basin in the janitor's closet shall be monolithic precast genuine terrazzo, deep type, 36 inches square and 12 inches deep, Model MSB 3624T12, as manufactured by Cutler Metal Products Company. A stainless steel protective cap shall be provided along one 36-inch side. Ah Water coolers shall be floor-mounted electric coolers with a 6-gallon per hour capacity and a pushbutton and foot control. The unit shall be a Model W6D, as manufactured by Westinghouse Electric Corporation, or equal approved by the Engineer. 92. HOT WATER HEATERS: The hot water heater located in the janitor's closet of the Administration Building, shall be an electric "Ruudglas" Pacemaker, Lowboy Model 30, or ap- proved equal. Heating unit shall be 230 volt with 5,000 watts in upper and lower section. sThe hot water heater located adjacent to the heating boiler in the Garage shall be a gas-fired "Ruudglas" Pacemaker Model RP40-30, having a gas input of 36,000 Btu/hr and a recovery capacity at 100 degrees rise of 30 gpm/hr. The flue for the gas-fired water heater shall be a 3-inch "Transite" gas vent, as manufactured by Johns-Manville or approved equal. The flue shall have aluminum flashing, storm collar and vent cap. The hot water heater for the Walnut Street Pumping Station shall be an electric Model GTR-12, as manufactured by W. L. Jackson Manufacturing Company or approved equal. The unit shall have a 12-gallon glass-lined tank with a i 1,500 watt, 120 volt, 1 phase unit. y II-62 93. WATER BOOSTER PUMPS AND CONTROLS: Pumps used for booster pumps on the potable water system and the process water system shall be cast iron pumps, bronze-fitted, with mechanical seals An and 460 volt, 60 cycle, 3 phase, open-dripproof motors. Pumps shall be suit- able for pumping cold clear water. Each motor shall be of ample horsepower so that it will not be overloaded at any point on the head discharge curve of the pump. The potable water pump shall have a capacity of 30 gpm at a total dynamic head of 60 psi. The motor shall not be less than 5 HP. The pump shall be a 1-1/2 x 1-1/2 DGH Model C-2 pump at 3,500 RPM, as manufactured by Allis Chalmers, or equal approved by the Engineer. The process water pump shall have a capacity of 20 gpm at a total dynamic head of 20 psi. The motor shall be not less than 3/4 HP. The pump shall be a 1-1/2 x 1-1/2 RHS Model C-1 pump at 3,500 RPM, as manufactured by Allis Chalmers, or equal approved by the Engineer. ffia 94. WATER STORAGE TANK: an The water storage tank for potable water shall be constructed in accord- ance with the requirements of AWWA Standard D100. The tank shall have a capacity of 8,000 gallons to the overflow and shall UN be 8 feet in diameter. The tank shall be suitable for installation in a con- crete pad inside of the sludge incineration room. The roof may be flat or conical. The tank shall be shop-primed and may receive the finish coats either in the shop or the field. All painting, shop or field, shall be in accordance with the requirements for Painting, of Section II and III of these Specifications. The following openings shall be provided for the tank: 18-Inch Manway and Cover 2-Inch Vent with Screened Outlet (turned down) 42-Inch Opening for Float Control with nipple extending a, minimum of 2 inches above roof 1-1/2-Inch Opening for Bypass of Float Control 1-1/2-Inch Drain, 1-1/2 inches above bottom of tank 2-Inch Outlet, 4 inches above bottom of tank 2-Inch Overflow with drain to floor Opening shall be located as shown on the Plans and approved by the Engineer. 95. PRESSURE TANKS: The pressure tank for the potable water system shall be a 100-gallon tank suitable for a 100 psi pressure. The pressure tank shall be fabricated to meet ASME code for unfired pressure vessels and National Board Standards II-63 Y for pressures.and operations indicated. The tanks shall conform and be stamped with Underwriters' approval. The tank shall be equipped with openings, MP pipe connections and legs as required for vertical mounting. The tank shall be equipped with openings for 1-1/2-inch water inlet, 2 inches off the bottom of the tank, pressure gauge control and air bleed valve. The tank shall be galvanized. The pressure tank for the Effluent Water System shall be mounted hori- zontally and meet the same requirements as the tank for the potable water system, except that no legs shall be required and the openings shall be as follows: The.water inlet shall be 1-1/2 inches in diameter and located in the center of the. tank. The air bleed connection shall be on the opposite side of the tank. 96. SUMP PUMPS: The two sump pumps to be installed in the Walnut Street Pumping Station shall be Yeomans Series 3,000, Size B-161, vertical wet pit pumps, or equal approved by the Engineer. Each pump shall have a capacity of 100 gpm against a total head of 45 feet. Pump units shall be suspended from suspension plates. Shaft shall be 1-7/16-inch minimum diameter of high carbon piston steel, turned, ground, and polished. Shaft, impeller and coupling shall be carried by an adjustable single row ball thrust bearing mounted in a combination bear- ing housing and motor support. A renewable sleeve-type bearing shall be fur- nished for the pump casing. Intermediate guide bearings shall be furnished AL for every 4-foot 9-inch length of pump shaft. The unit shall be built for reception in a basin 36 inches in diameter by 6 feet in depth. Pump shall be connected to the motor by a flexible coupling. The motor, control and accessories shall be as follows: Motors shall have a maximum speed of 1,750 rpm, and be suitable for 460 volts, 3 phase, 60 cycle current. They shall be 60 degrees C. rise vertical ball bearing, electric motors fitted with drip covers. The motor horsepower rating plus service factor shall not be exceeded by the horsepower requirement of the pump. . One Yeoman's Figure A-1, or equal, two-pole float switch in NEMA 1 cast, mounted on suitable stand, complete with float and rod shall be furnished for each pump. Two steel cover plates to be used with 36-inch diameter sumps shall be provided. Cover to be provided with 11-inch x 15-inch manhole and cover. The sump pumps to be installed in the sludge incinerator room shall be of the self-priming centrifugal type. The impeller shall be cast iron de- signed to pass large solids. The shaft sleeve shall be stainless steel and the shaft of high grade steel. The shaft seal shall be a double mechanical seal lubricated with filtered water from the pump discharge. The pumps shall be capable of operating at the following conditions: IT-64 Capacity - 50 gpm TDH - 17 feet Suction Lift - 6 feet Speed - 1,150 rpm Aa The motor for each pump shall be of the open drip-proof type and not less than 3/4 HP. It shall be suitable for 460 volt, 3 phase, 60 cycle current. The motor shall be connected to the pump through a flexible coupling. These sump pumps shall be 3-inch Fig. 5421 BP Self-Priming Pumps, as manufactured by Fairbanks-Morse or equal approved by the Engineer. fib The sump pump to be installed in the Comminutor Structure shall be of the self-priming centrifugal type, close-coupled, and provided with a check valve to prevent water from draining back to the sump during the off cycle, and a brass suction strainer. The pump impeller shall be bronze and of the open type. The shaft shall be stainless steel, ball-bearing mounted, and provided with a sleeve bearing to assure proper alignment. The pump shall be capable of operating at the following conditions: Capacity - 35 gpm TDH - 25 feet Suction Lift - 5 feet The pump motor shall be of the open drip-proof type, not less than one- third horsepower, and suitable for 120 volt (plus or minus 10 per cent), 60 cycle power. The motor shall have a full load speed of 3,450 rpm and auto- matic overload protection. The motor shall be equipped with a 6-foot waterproof cord with a molded 2-pole, 3-wire grounding plug of the NEMA 5-15P configuration. The sump pumps shall be Model 81-1/4 B, as manufactured by Gorman-Rupp Company, or equal approved by the Engineer. 97. EFFLUENT PUMP: The effluent pump mounted on the High Water Pumping Station shall be of the suspended, wet pit type, suitable for pumping sewage and for installation as shown on the Plans. The pump shall have a capacity of 120 gpm with a total dynamic head of 80 feet and 50 gpm at a head of not less than 90 feet. The head capacity curve shall have an increasing discharge for a decreasing head up to the shut off head of the .pump. The impeller shall be of the bladeless type, made of bronze. The pump shaft shall be of stainless steel. The pump shall be connected to the driver by vertical enclosed rigid-type line shaft supported by sleeve bearing at a minimum of 5 feet. The shafting II-65 shall be suitable for submersion in sewage. A two-piece top shaft and coupling shall be provided. Motor bases shall be furnished and provide access to the upper coupling from the motor floor. The line shaft shall be of manganese steel. Column pipe shall be of steel. Bushings shall be of bearing bronze. Lubricating pipe and fittings shall be of 316 stainless steel tubing extended to the top side of the supporting slab. All assembly and flange bolts for the pump and column shall be 316 stain- less steel. The column piping and all cast iron exposed to sewage shall be sand- blasted in the shop and primed with a coat of Kopper's Inertol Poxitar primer applied in accordance with the manufacturer's recommendations. The electric motors to drive the pump shall be vertical squirrel cage in- Aft duction motor suitable for 460 volt, 3 phase, 60 cycle current. The motor shall not overload the nominal rating, plus the service factor of the motor at any point on the curve. Temperature rise shall not exceed 60 degrees C. The motor shall be suitable for outdoor service. Detailed maintenance and operating instructions shall be furnished in 1 accordance with Section III, paragraph 74 of these Specifications. Aft 98. ORIFICE: The orifice to be installed in the 1-1/2-inch potable water line in the sludge incineration room shall be a 316 stainless steel plate 3/32 inch thick with.a 3/8-inch hole bored in the center. The orifice shall be made to bolt between two flanges of 1-1/2-inch pipe. 99. WATER SEAL UNIT: The water seal unit for the Walnut Street Pumping Station shall be similar or equal to an Aurora Type TOW Water Seal Unit Triplex. The unit shall have three Aurora 1-inch x 1-inch Model C04 vertical flange-mounted turbine type pumps, each with a capacity of 1.75 gpm at 100 feet total head. The pumps shall be bronze fitted with a mechanical seal with all metal parts of 303 stainless steel, "Viton" bellows, ceramic seat and carbon washer. Each pump shall be close-coupled to 0.5 HP, l phase, 60 cycle, 120 voltage, 1,750 RPM, drip-proof motor with a stainless steel shaft. The motors shall be designed to Aurora Pump Division specifications. Each pump-motor combination is to be flange-mounted to a galvanized steel, open top receiver with a capacity of 50 gallons, and shall be equipped with a float valve assembly. The tank shall be provided with a drain plug and a 1-inch overflow below the inlet to allow an air gap to prevent back-siphonage. 100. VENTILATING FANS AND ACCESSORIES: All ventilating fans and accessories hereinafter specified, unless other- wise noted, shall be similar or equal to those types as listed and manufactured II-66 by 118 Electric Ventilating Company, and shall be suitable for installation as shown on the Plans. The exhaust fan for the Walnut Street Pumping Station shall be a Type D-BCS-270 centrifugal fan having a capacity of not less than 13,500 cfm at a static air pressure of 3/4 inch. The motor shall be a two-speed single winding 1,140/570 RPM motor suitable for 460 volt, 3 phase, 60 cycle current. The discharge shutter shall be a gravity-operated shutter with a welded steel frame and aluminum louver blades, suitable for attaching to a A2-inch square 16-gauge duct. Rubber in shear vibration isolator mounting padv shall be furnished for the fan. Flexible couplings of fire-resistant canvas or other approved material, as per "Duct Manual and Sheet Metal Construction for Ven- tilating-Air Conditioning Systems." Couplings shall prevent rtansmission of vibration from fans to duct work. The two roof fans for the Sludge Incinerator Building shall be Type L-CBF-40 Belted Centrifugal Roof Ventilators having a capacity of not less than 14,800 cfm at a static air pressure of 1/8-inch. The motor shall be a 1,750 or less RP11 motor suitable for 460 volt, 3 phase, 60 cycle current. The roof ventilator shall be equipped with a birdscreen, Model CC prefabricated insulated aluminum curb for mounting on a roof having a slope of 1/4-inch per foot and an automatic gravity shutter. The roof fan for the Comminutor Structure shall be Type CRF-A-165, having a capacity of not less than 2,500 cfm at a static air pressure of 3/4 inch. The motor shall be a 1,140 or less RPM motor, suitable for 120 volt, 1 phase, 60 cycle current. The roof ventilator shall be equipped with a birdscreen and an automatic gravity shutter. An Ilg-A-Tronic speed control unit with off-on switch shall be furnished. The roof fan to be mounted over the hood in the Laboratory shall be Type L-CBF-12 Belted Centrifugal Roof Ventilator, having a capacity of not less than 700 cfm at a static air pressure of 1/4 inch. The inside air stream of the unit shall be coated with Corrosite. The motor shall be a 1,750 or less RPM motor suitable for 120 volt, l phase, 60 cycle current. The unit shall be equipped with a birdscreen, Model CC prefabricated insulated aluminum curb for mounting on a flat roof, and an automatic gravity shutter. The roof fan to be mounted on the dome of the Thickener shall be Type CFR-•A-135 having a capacity of not less than 1,700 cfm at a static air pressure of 1/8 inch. The motor shall be a 1,140 or less RPM, explosion- proof motor suitable for 460 volt, 3 phase, 60 cycle current. The unit shall be equipped with birdscreen and an automatic gravity shutter. The ceiling ventilating fan for Toilet Room A shall be a Size 60 Ceiling Ventilator, with a capacity of not less than 50 cfm at a static air pressure of 1/8-inch. The motor shall be suitable for 120 volt, 1 phase, 60 cycle current. A No. 7204 Roof Cap with damper shall be provided. The ceiling fan for the Locker Room and Toilet Room B shall be a No. 1594 Vertical Ceiling Ilgette and damper, with a capacity of not less than 500 cfs 11-67 at 0 static pressure. Each motor shall be suitable for 120 volt, 1 phase, 60 cycle current. A Belmont roof cap suitable for an 8-inch duct shall be furnished with the unit for the Locker Room only. An Ilg-A-Tronic speed control unit shall be furnished. 101. INTAKE SHUTTERS: The air intake shutters shall be American Foundry and Furnace Company, Type E, Model EM4-8E extruded aluminum wall louver with adjustable blades, No. 204 RI anodized finish, with section number 37736 sill plate 33 inches long, and fitted with a 1/2-inch mesh screen of 0.063 diameter wire or ap- proved equal. The air intake shutters shall be of a size to fit the following masonry openings: Location No. Height Width Sill Type Walnut Street Pumping Station 4 2 feet 0 inches 4 feet 0 inches No. 3 Sludge Incinerator No. 2 Room 6 3 feet 0 inches 4 feet 0 inches 37734 Comminutor No. 2 Structure 1 2 feet 0 inches 2 feet 0 inches 37734 The shutters shall each have a factory-mounted Type M405B1102 Honeywell Motor for 120 volt service, and be equipped with a Q286A1004 Modutrol Motor Heater, and an AT720 transformer for the heater. The motor shall open the louver when the exhaust fan is operating. 102. SKYLIGHTS• Skylights for the Garage shall be LS5252 Acrylite Skydomes, low silhouette dome units, as manufactured by American Cyanamid Company or equal approved by the Engineer. The units shall consist of a single dome with integral curb and nailing flange. The dome shall be white (W-10) . 103. . SPIRAL STAIRWAY: The spiral stairway shall be a 5-foot 0-inch diameter open riser steel spiral stairway, suitable for installation as shown on the Plans. The stair- way shall consist of a center column of 3-1/2-inch o.d. cold drawn seamless tubing, .l-inch by 1/8-inch welded grating platforms and treads with abrasive closed nosing, and 1-inch i.d. single rail handrail with one upright rail support on each tread. All material shall be given one shop coat of rust-inhibitive chromate metal primer. II-68 The spiral staircase shall be similar or equal to Type No. 40-A, manu- factured by Woodbridge Ornamental Iron Company, Chicago, Illinois. 104. EXTERIOR FLOOR DOOR: The exterior access floor doors shall be Type JD or Type J of the sizes shown on the Plans, as manufactured by the Bilco Company, New Haven, Connecticut, or approved equal. The doors shall be 1/4-inch diamond pattern aluminum plate AM capable of withstanding a live load of 300 pounds per square foot. Frames shall be 1/4-inch aluminum formed to a channel 3-1/2 inches wide, with an anchor flange around the perimeter. The doors shall be equipped with a mini- mum of two heavy brass hinges with stainless steel pins. The doors shall be provided with a slam lock which can be operated from above the door by a single special wrench. Stainless steel springs shall be built into the channel frame to afford easy operation and so as not to reduce the clear opening. A 1-1/2-inch drainage coupling shall be provided in the lower righthand corner of the channel frame. Lacquer finish shall be applied. to the doors and frames, except where the frames will come in contact with the concrete, by the manu- facturer. The portion of the frames to be in contact with the concrete shall be primed with a bituminous coating by the manufacturer. The door over the basket screen shall be slotted in the field for the cable subject to the approval of the Engineer. 105. GASOLINE STORAGE TANK AND PUMP: The gasoline storage tank shall be a 4,000-gallon tank with a 7-foot 0-inch diameter, 14 feet 0 inches long, suitable for installation as shown on the Plans. The tank shall be constructed of not less than 3/16-inch steel and shall be constructed in accordance with the Midwest 56 Standard for Underground Gasoline Tanks. Six 4-inch diameter openings shall be provided. Tank accessories shall be similar or equal to the following: 4-Inch Fill Cap OPW No. 83 2-Inch Vent Cap OPW No. 23 4-Inch x 1-1/2--Inch DT Bushing OPW No. 53 1-1/2-Inch DP Foot Valve OPW No. 22 12-Inch Manhole OPW No. 104A Material for anchoring the tank shall include 1/2-inch stranded cable and Crosby clamps. The gasoline pump shall be a Fleetmaster Model 3789 with built-in ticket printer, as manufactured by John Wood Company, Bennett Pump Division, or equal approved by the Engineer. 106. FUEL OIL TANK: The fuel oil tank shall be a 1,000-gallon tank with a 5-foot 4-inch diameter, 6 feet 0 inches long, suitable for installation as shown on the II-69 Plans and described in these Specifications. The tank shall be constructed of 7 gauge steel and shall be constructed in accordance with Midwest Standards for Oil Tanks. Four 4-inch openings shall be provided. Tank accessories shall be similar or equal to the following: 4-Inch Fill Cap OPW No. 83 12-Inch Manhole OPW No. 104A 2-Inch Vent Cap OPW No. 23 107. STYROFOAM DOME: The styrofoam dome for the Thickener shall be a dome of 6-inch thick Styrofoam FR, spun at the site on a ring with an outside diameter of 31 feet 8 inches. The exterior of the dome shall be finished with wire-reinforced Latex modified concrete stucco. The dome shall be suitable for the structure and accessories as detailed on the Plans. The dome ring shall consist of a 4-inch x 3-inch x 1/4-inch galvanized steel angle curved on a radius of 15 feet 10 inches, which shall be concentric to within plus or minus 1/2 inch variation. A foam starter strip shall be secured at approximately 2-foot intervals to the tension rings with 3/8-inch black iron bolts. Stucco for the dome shall be made from the following materials: Portland Cement - Type I Aggregate - Masonry sand conforming to ASTM C144 or ASTM C33 Stucco Additive - Styrocrete liquid as manufactured by Dow Company Hydrated Lime - Commercial grade Type S, conforming to ASTM C207 Metal Lath - Furlath as manufactured by Inland Steel Products Company, weighing 2.5 psf The dome shall be spun by Dow Chemical Company, or by a company approved by the Engineer. 108. BRIDGE CRANE AND ELECTRIC HOIST: The bridge crane to be installed in the Walnut Street Pumping Station shall be an underhung single girder hand-operated crane bridge similar or equal to Type NH-SUH as manufactured by Manning, Maxwell & Moore, Inc. The crane bridge shall have a capacity of 10,000 pounds and be suitable for a span of 15 feet 0 inches. The electric hoist shall be of the hand-geared trolley suspension type, suitable to travel on the main girder of the crane bridge, and shall have a capacity of 10,000 pounds. The hoist shall provide a 75-foot lift and have a hoisting speed of 20 feet per minute. The motor shall be suitable for 480 volt., 3 phase, 60 cycle current. The hoist shall be similar or equal to Catalog No. 906527 as manufactured by Manning, Maxwell & Moore, Inc. YI-70 The elevation of the bottom of the runway beams will be approximately 576.50; the operating floor 560.00; and the pump pit approximately 520.50. The pushbutton assembly shall have sufficient cord to allow it to be lowered to Elevation 523.50. The hoist shall be furnished with a spring-type reel to retract the cord. When the cord is reeled up the pushbutton assembly shall be at Elevation 564.00. The hand chain for the hoist shall extend to Elevation 561.00; for the bridge to Elevation 563.00. The hoist shall be provided with a safety contact conductor system for the runway beams and crane bridge, made of interchangeable parts and with removable current col- lecting devices, all of which provide maximum safety to operating and safety personnel. The system shall consist of the proper number of conductors suitably enclosed with a U-shaped polyvinyl chloride sheath and equipped with connecting devices in each length of conductor. Conductors shall be hollow figure 8 shape, precision-rolled from galvanized sheet metal strip for a minimum current-carrying capacity of 90 amperes. Accessories to support this conductor material, feed-in devices and supporting brackets shall be supplied as part of this system. The current-collecting devices shall be of dead front construction and all exposed metal parts shall be grounded. Exposed metal parts shall be non-corroding aluminum alloy. Current collecting devices shall be spring-loaded to maintain uniform contact pressure and shall have no rolling parts, and shall be adequately designed to carry the currents involved. Current-collecting devices shall be single head type supported by articulated and swivel trolley arms and shall be mounted rigidly to hoist and crane end truck. The necessary power feeds with ample wire to connect to the connection box shown on the Plans shall be provided. The Aft current conductor system shall be as manufactured by Insul-8 Corporation, or approved equal. 109. JIB CRANE AND ELECTRIC CHAIN HOIST: The jib crane to be installed at the Walnut Street Pumping Station shall be similar or equal to the concrete base-mounted, self-supporting jib cranes as manufactured by Manning, Maxwell & Moore, Inc. , with rotation in either direction, as shown on the Plans, from stops welded to the mast. A spring lock shall be provided to keep the jib from rotating when not in use. It shall have a capacity of 2,000 pounds, a 12-foot I-beam 12 feet above the floor slab. A suitable collector assembly and junction box shall be provided with the jib crane. The chain hoist shall be similar or equal to Budgit K315-3 electric hoist as manufactured by Manning, Maxwell & Moore, Inc. The hoist shall have a 2,000-pound capacity, provide a 45-foot line, have a hoisting speed of 16 feet per minute, have a 5/16-inch alloy steel coil chain with a lower spring latch safety latch bottom hook, and a chain container with provisions for drainage. The hoist motor shall be TENV and suitable for 240 volt, 60 cycle, single phase current. The hoist shall be provided with a ball-bearing equipped push steel trolley to suit the jib crane beam. The hoist shall be controlled by a pendent pushbutton station, the bottom of which shall be 4 feet above the floor slab. The hoist, including the control pendent, shall be completely waterproofed. II-71 1.10. TROLLEY AND CHAIN BLOCK: The I-beam trolley to be furnished for the Sludge Incineration Room shall have a 3-ton capacity and shall be designed to travel on a 12-inch hoist beam. The trolley shall be a No. 84 Budgit "Hi-Cap" I-Beam Trolley, as manufactured �j by Manning, Maxwell & Moore, Inc., or equal approved by the Engineer. i The chain block for the trolley shall have a capacity of 3 tons and a lift of 30 feet. The pull chain shall extend to a point 17 feet below the hook of the hoist. The hoist shall be a Budgit "Hi-Cap" Aluminum Chain Block as manufactured by Manning, Maxwell & Moore, Inc. , or equal approved by the Engineer. 111. DEHUMIDIFIER UNIT: Dehumidifiers shall be of the refrigerant type with a capacity of water removal of not less than 25 pounds of water per day at 80 degrees F. and 50 per cent relative humidity equipped with a drain hose of suitable length to connect to the sump. They shall be furnished with factory-wired controls, including a humidistat and shall operate off a 120 volt, single phase, 60 cycle power supply. The dehumidifier shall be a Westinghouse Model EHJ-25, or equal. 112. BUILDING HEATING AND COOLING EQUIPMENT: a. Hot Water Boiler. The hot water heating boiler for the Administration Building shall have an input capacity of 270,000 Btu per hour and an output capacity of 216,000 Btu per hour. The boiler shall be an assembled gas-fired National US (MODEL 109A-10) water boiler with insulated jacket as manufactured by Crane Company or approved equal. The boiler is to be equipped with the following: (1) Combination Pressure-Temperature Gauge (2) ASME Relief Valve (3) Automatic Gas Valve (4) Transformer (5) Gas Pressure Regulator (6) Safety Pilot (7) Main Shut-Off Gas Valve (8) Water Temperature Limit Control (9) Boiler Drain Cock (10) Pilot Valve (11) 100 Per Cent Shut-Off Pilot Equipment (12) Vertical Draft Diverter (13) Pilot Filter The boiler circulating pump shall have a capacity of 22 gpm at a 23-foot head. The pump shall be driven by a 1/2 H.P. 115 volt single phase motor. It shall be a Bell & Gossett No. PD 35-S Booster Pump or approved equal. II-72 A thermostat adjustable from 50 degrees to 90 degrees F. shall be Mh furnished. The thermostat shall be provided with wall brackets and be a low voltage type T86A as manufactured by Honeywell, Inc. or approved equal. The flue for the boiler shall be an 8-inch diameter Johns-Manville Transits (asbestos-cement) gas vent pipe or approved equal. An approved aluminum storm collar, flashing and gravity vent shall be provided. The heating coil, installed in the ductwork on the discharge side of the Fan Coil Air Handling Unit shall be a Trane plate coil Series 16 Type AW Size 18•-inch x 36-inch - 1 row or approved equal. All hot water supply and return piping shall be ASA schedule 40 steel pipe or hard drawn, Type L, copper water tubing. Steel pipe and fittings and copper water tubing and fittings shall conform to the applicable por- tions of other sections of this Specification. Unions joining copper to steel or cast iron shall be dielectric Epco insulated unions or approved equal. b. Radiation. Wall fin radiation shall have a minimum capacity of 1/250 Btu/hr per foot with an average inlet water temperature of 190 degrees F. Each unit shall have fins of the length shown on the Plans. The length required for valves shall be in addition to the length shown. Wall fin radiation shall be 1-1/4 copper tubes and aluminum fin con- vectors, as manufactured by Vulcan Radiation Company, Modine Manufacturing Company, or approved equal. Enclosures for the units in the Operations Room, Toilet Room, Hall and Lunch Room shall be Type "F" surface-mounted, as manufactured by Vulcan Radiator Company, Modine Manufacturing Company, or approved equal. Enclosures for the units in the Tool Room and Toilet Room "B" shall be for surface-mounting and shall have Type "X" (expanded metal). Protective . Grills, as manufactured by Vulcan Radiator Company, Modine Manufacturing Company, or approved equal. Enclosures for the Office, Conference Room and Superintendent's Office shall be recessed as shown on the Plans and as manufactured by Vulcan Radiator Company, Modine Manufacturing Company, or approved equal. No enclosure shall be required for the unit in the laboratory. Radiation control valves shall be two-position, line voltage valves suitable for mounting within radiation covers. The cabinet heater for the Vestibule shall be a partially recessed wall unit and have a capacity of 20.3 MBH at approximately 2 gpm flow II-73 i with an average water temperature of 190 degrees F. The fan shall be suit- able for 120 V. , single phase, 60 cycle current. The cabinet shall be made of 1.6 gauge steel and recessed not more than 6 inches. The unit shall be < Model C375 with disposable Fiberglas filters and as manufactured by Modine Manufacturing Company, or approved equal. The cabinet heater for the Clerk's Office shall be a flush-mounted ceiling unit and shall have a capacity of 11.7 MBH at approximately 1 gpm flow with an average water temperature of 190 degrees F. The fan shall be suitable for 120 volt, single phase, 60 cycle current. The unit shall be Model C-250 with disposable Fiberglas filters and as manufactured by Modine Manufacturing Company, or approved equal. Cabinet heaters shall be furnished with 3-speed fan switch. Where noted on the Plans, a thermostat for return air mounting shall be furnished. as IN All enclosures for all units shall be equipped with access doors for valves, filters, etc. , and shall have baked enamel finishes of a color selected by the Engineer. c. Unit Heaters. (1) Gas. Five natural gas unit heaters shall be furnished as shown on the Plans. The Btu capacity and cfm air delivery shall conform to the following table: Ident Btu Btu Air Delivery HP Fan No. Input Output cfm Motor Current 2 100,000 80,000 1,200 1/15 120 volt, 60 cycle single phase 3 30,000 24,000 360 1/125 120 volt, 60 cycle single phase 4 250,000 200,000 3,000 1/5 120 volt, 60 cycle single phase .5 .50,000 40,000 600 1/40 120 volt, 60 cycle single phase 6 50,000 40,000 600 1/40 120 volt, 60, cycle single phase Each unit shall be approved by the American Gas Association. Units shall be Bryant Model 341, Carrier Model 46BB, or approved equal. Units shall be provided with all necessary combustion controls for a complete installation, including main shut-off valves, pilot shut-off valve, 100 per cent pilot safety, bonnet fan switch, high temperature safety, and main gas valve. ' (2) Electric. See Electrical Materials. d. Condensing Unit and Fan Coil Unit. The air cooling system shall be a split system consisting of a condensing unit and a fan-coil unit. II-74 =!j The air conditioning system shall have a capacity of 123,000 Btu/hour at 67 degrees EWB and 95 degrees ambient. The condenser shall be completely weatherproofed for outside installation and include compressor, condenser coil, condenser fan and 460 volt, three phase, 60 cycle motor for outside installa- ah refrigerant reservoir, charging valves, all controls, crankcase heater, low pressure cut-out, and holding a charge of R-22. The unit shall be a Model RA100 as manufactured by the Trane Company, or approved equal. The fan-coil unit shall consist of a cooling coil, drain pan assembly and a belt-driven 3,000 cfm centrifugal fan driven by a belt and 480 volt, three phase, 60 cycle, open-type motor. The equipment shall be housed in a glass fiber-insulated steel casing with throwaway type filters. Fan-coil unit shall be a Model BH100, as manufactured by the Trane Company, or approved equal. ft A room thermostat adjustable from 50 degrees to 90 degrees F. shall be furnished. The thermostat shall be provided with wall brackets and be a low voltage type T86A, as manufactured by Honeywell, Inc., or an approved equal. Accessories shall be provided as shown on the Plans and shall also include moisture indicating sight glass, liquid line solenoid valve, filter drier similar to Sporlan "Catchall" thermostatic expansion valve, and necessary service valves for testing and charging. e. Ductwork. Ducts less than 14 inches wide in largest dimension shall be constructed of not lighter than No. 24 U.S. gauge galvanized iron or No. 22 B&S gauge aluminum. Ducts 14 inches or more shall be constructed of not lighter than No. 26 U.S. gauge galvanized iron or No. 20 B&S gauge aluminum or as shown on the Plans. Duct sections 24 inches in width and over 48 inches in length shall be cross broken on top and bottom and shall have standing seams or angle iron braces. All transverse ,joints shall be slip and drive, or locked and longitudinal joints shall be Pittsburgh lock. Fire dampers shown on the Plans shall be constructed so that there is no reduction in the opening in the duct. They shall be "Fire Seal" Vertical Model 118, Type B Fire Dampers, as manufactured by M&T Engineering Company, 2828 West Division Street, Chicago, Illinois, 60651, or approved equal. Fire dampers shall carry the U-L label. Access doors 10 inches x 10 inches, located as shown on the Plans, to replace fusible fire snap link shall be provided. Access doors to be as manufactured by M&T Engineering Company, or approved equal. f. Diffusers. Ceiling and highway diffusers shall be No. 2501 and No. 256 aluminum or steel diffusers, respectively, as manufactured by United States Register Company, or approved equal. g. Insulation. All warm air supply ducts shown cross hatched on the Plans and the 12-inch x 12-inch fresh air duct shall be lined with Gustin- Bacon 1/2-inch thick "Ultra Liner" duct lining or approved equal. i II-75 f:k'ti�s�tL The fresh air duct and the metal box attached to the east end of the fan coil blower shall be insulated on the outside with a 1-inch thick glass fiber wrap-around type insulation with a 1-pound density, and with a facing material ' f+, having a vapor permeance of not more than 0.8 perms, as manufactured by Gustin- Bacon, Johns-Manville, or Owens-Corning. Am Insulation for hot water supply pipes shall be 3/4-inch preformed fiber glass insulation with universal type fire retardant jacket. Insulation for refrigeration suction lines shall be nominal 3/4 inch thickness foam plastic insulation similar to Armstrong "Armaflex." 113. TILT PIPE SKIMMER: The tilt pipe skimmer for the Division Structure shall be designed for intermittent removal of grease or other floating material. The scum trough shall consist of a 10-inch diameter steel pipe with longitudinal slots mounted in cast iron flanged wall bearings. The bearing at the open end of the trough shall include a grease-resistant rubber seal. Bearings shall be .of the self-aligning type. From the centerline of the skimmer pipe to the top of the wall shall be 3 feet 10-3/4 inches. The operation mechanism shall consist of a fulcrum assembly with a handle extending 36 inches above the wall. The tilt pipe skimmer shall be a Rotaline Scum Trough as manufactured by Link-Belt Company, or equal approved by the Engineer. 114,, ASH BIN AND SCREW CONVEYOR: The ash bin shall be of the dimensions shown on the Plans and suitable for discharging into the screw conveyor mounted below it. The bin shall be capable of storing material weighing 130 pounds per cubic foot and exerting a lateral pressure of 62.5 psf per foot of depth with the bin full. Plate thickness shall be a minimum of 1/4 inch and angles shall be not less than the size shown on the Plans. The screw conveyor attached to the ash bin shall be a 9-inch diameter screw with a flared trough of 1/4 inch abrasive resistant plate. The portion of the screw directly below the bin shall have a variable pitch. The pitch shall vary approximately as follows: First 2 feet - 3-inch pitch; next 2 feet - 4-1/2-inch pitch; next foot - 6-inch pitch. The remainder of the screw shall have standard 9-inch pitch. The screw shall be of 1/4-inch thick corten steel or other abrasive-resistant plate continuously welded to pipe on both sides. A shroud section and flanged cover suitable for weathertightness shall be pro- vided. A stub discharge spout and necessary mounting braces shall be provided. The conveyor shall be suitable for installation as indicated on the Plans. The screw conveyor shall have a capacity to handle fly ash and grit (sand) at a rate of 48 cubic feet every 10 minutes. II-76 The drive unit shall be not less than 3 HP and shall be suitable for 460 volt, 60 cycle, 3 phase current and for mounting outdoors. All belts shall have guards. The metal surfaces of the ash bin and screw conveyor shall be shop-primed for field painting in accordance with the requirements of this Specification. The interior of the ash bin shall be sandblasted and primed with Inertol Poxitar Primer. The exterior of the ash bin and the exterior of the screw conveyor trough shall be primed with Inertol 621 Primer. 115. GRIT COLLECTION SCREWS: The grit collecting screws for the two Pre-Aeration Tanks shall be sized and proportioned to remove the maximum grit deposits to be expected in a maxi- mum rate of sewage flow through each basin of 9 mgd. The equipment shall be suitable for installation as shown on the Plans. All structural steel shall conform to the current specifications of the ASTM. All iron castings shall be tough, close grained gray iron, free of blow holes, flaws, or excessive shrinkage, and shall conform to the current specifications for gray iron castings of the ASTM. All parts of the mechanism shall be amply proportioned for all stresses which may occur during fabrica- tion, erection, and operation. Duplicate parts of all equipment shall be interchangeable. All anchor bolts shall be galvanized and furnished by the equipment manufacturer. Each grit collecting screw shall collect the settled grit from the basins, and discharge it into the hopper as shown. on the Plans. The grit collector shall be a 12-inch diameter screw conveyor designed to operate at a speed to provide a capacity of not less than 16 cubic feet per hour and to pull through a grit accumulation of 2 inches over the top of the screw. The screw shall be fabricated of 3/8-inch thick welded, sectional Corten steel, or approved equal., flights mounted on a steel pipe with half pitch. The steel pipe shall be of sufficient diameter so as to permit not more than 1/4-inch deflection due to bending and shall be at least 3-1/2-inch diameter. Pipe couplings shall be of the "Quick Link" or split flight design, or approved equal, to facilitate easy removal. The tail end shaft and intermediate coupling shaft shall be fitted with a Ni-hard sleeve keyed to the shafts. The tail shaft and intermediate shaft bearings shall be furnished with Ni-hard bearing inserts. The drive shaft shall extend through the tank wall and shall be equipped with a suitable water-lubricated seal gland and thrust bearing arrangement as shown on the Plans. Each grit collecting screw conveyor drive unit shall consist of not less than a one horsepower, 1,800 rpm, open drip-proof epoxy encapsulated electric motor, direct coupled by means of a flexible coupling to the input shaft of an In-Line helical gear speed reducer. The speed reducer shall have cut tooth bears and Anti-Friction bearings arranged for oil lubrication in a leak-proof cast iron housing. The speed reducer housing shall be arranged with a motor mounting bracket to receive a standard foot-mounted motor. II-77 ,7r �4 The output shaft of the speed reducer shall be connected to the conveyor drive shaft by means of a bushed roller chain drive and a suitable No. 14 gauge galvanized chain guard above the floor level. The driven sprocket of the chain drive shall be furnished with a shear pin type hub and shear key to prevent damage to the drive and driven equipment in the event of an overload. The drive shall be mounted on a suitable welded steel base anchored to u the floor. The base shall be arranged so that proper chain tension can be maintained on the chain drive. 116. SEWAGE SAMPLERS: a. Raw Sewage Sampler. The sewage sampler for the raw sewage flow shall collect a sample in proportion to the flow and discharge it to a refrigerated storage area. The sampler shall be a T-2 Trebler Sampler with aluminum support frame, plastic scoop and time clock, and shall be suitable for installation outside at the Parshall flume as shown on the Plans. The motor shall be suitable for 120 volt, single phase, 60 cycle current. The refrigerated storage shall hold the sample collected at approxi- mately 4 degrees C. The exterior shall be of stainless steel and interior shall be of aluminum. The motor for the unit shall be suitable for 120 volt, single phase, 60 cycle current. The samples and refrigerated storage shall be as manufactured by Lake- side Engineering Corporation, or equal approved by the Engineer. b. Effluent Sampler. The sewage sampler for the effluent from the plant shall collect a sample proportion to the raw sewage flow and discharge it to refrigerated storage. The sampler shall be a Tru-Test Liquid Sampler with refrigerated com- partments as manufactured by Chicago Pump Company. The sampler shall be controlled by the flow meter transmitter of the Parshall flume. The sampler shall be suitable for 120 volt, single phase, 60 cycle current. c. Effluent Sample Pump. The effluent sample pump to be installed beside the effluent sampler shall have a capacity of 5 gpm vs. a TDH of 15 feet, and shall be of the self priming type. The pump shall be capable of passing 3/8-inch diameter solids. The pump shall be suitable for 120 volt, single phase, 60 cycle current. The pump shall be a Model 81 - 1/4 A - E 1/3, as manufactured by Gorman-Rupp Company, or equal approved by the Engineer. 117. LOCKERS:Lockers shall have a locking device, hat shelf, coat hooks, and padlock attachment, and be numbered consecutively. Lockers shall be 15-inch x 15-inch x 60 inches high, without legs. Doors shall extend full height of the locker. Lockers shall be furnished with closed metal bases and sloping tops and shall II-78 be similar or equal to the single-tier locks with baked enamel finish in color to match the toilet partition. Lockers shall be similar or equal to those manufactured by Republic Steel Corporation. 118. ADMINISTRATION BUILDING FURNITURE: Furniture shall be similar or equal to that manufactured by Art Metal Inc., except as noted, with the following model numbers. All colors will be selected by the Engineer from manufacturer's color samples submitted by the Contractor. Superintendent's Office 1 Desk 472-40 KSD W BC12 500B AM-50T 1 Table 472T-40D BC 500B AM-50T 1 Executive Chair 935 BC with nylonweave upholstered seat, remainder naugahyde 2 Guest Chairs 902 BC with naugahyde upholstery and walnut wood arms 1 Bookcase 436GD-15 500B AM-50T 1 Wastebasket Lawson 2180, or equal Conference Room 1 Conference Table 4T96-42D BC 500B AM-50T 6 Guest Chairs 902 BC with naugahyde upholstery and walnut wood arms 1-Chalkboard Claridge C37, or equal Clerk's Office 1 Desk 460-30 KSD W BC12 500B AM-50T 1 Clerical Chair 907ABC with naugahyde upholstery 2 Side Chairs 904 BC with naugahyde upholstery 2 Files 8231 500B 1 Coat Rack Vogel Peterson 4-PA26, or equal 1 Wastebasket Lawson 2180, or equal Laboratory v 1 Desk 1545FBR 500B AM-50T 1 Executive Chair 717 PF-202 1 Wastebasket Lawson 2180, or equal I Chalkboard Claridge 1700G, or equal Office 2 Desks 1545FBR/L 500B AM-50T 2 Executive Chairs 717 PF-202 1 File 7641 FS 500B 1 Coat Rack Vogel Peterson 4-PA 26, or equal 2 Wastebaskets Lawson 2180, or equal 1 Chalkboard Claridge 1716G, or equal II-79 r �. s Operations Room 1 Desk 1560FB 500E AM-14T 1 Executive Chair 717 PF-201 1 Wastebasket Lawson 2180, or equal Lunch Room 1 Table Royalmetal 345-14 cafeteria table Hag (72-inch x 30-inch) double circular column leg base with adjustable glides, laminated plastic top 14 Stack Chairs 1601 1 Waste Receptacle Lawson 1001, or equal -119. LABORATORY EQUIPMENT AND SUPPLIES: :4: The laboratory equipment and supplies shall consist of those items listed hereafter. To define type and quality, catalog numbers from certain manufacturers are listed. The Contractor shall submit a detailed list of items, setting forth manufacturers or suppliers name and catalog number or description for approval by the Engineer prior to the purchase of any laboratory supplies or equipment. Unless otherwise noted, all catalog numbers refer to Central Scientific Company, a division of Cenco Instruments Corporation. a. Equipment and Glassware. No. Description Catalog No. 1 Analytical Balance, Chainweight with Magnetic Damper, Voland 220D 1112 1 Set Analytical Weights 8119-2 1 Oven, drying, 115 volt, single phase 95470-1 1 Furance, muffle, 115 volt 13679 1 Trip scale, double beam, metric, vitrolite plates 3560 1 Set balance weights 9126 1 Distillation Apparatus, Stokes automatic, electrically heated, glass top, thermal safety switch (230 V, single phase) 12802-2 1 Moisture Balance w/100 Disposable Aluminum Pans Ohaus 6000 1 Burner, Bunsen type 11003-3 2 Burner, Meker type 11043 1 Heater 16546 1 Incubator, B.O.D. 46045 1 Portable Blower & Vacuum 93971 1 1b. Glass Rod, 4 mm. 14050 1 lb. Glass Rod, 8 mm. 14050 1 lb. Glass Tubing, 5 mm., 4 foot lengths 14076 II-80 No. Description Catalog No. 1 lb. Glass Tubing, 8 mm. , 4. foot lengths 14076 2 ea. Flasks, Volumetric Pyrex No. 5600 - 1,000, 500, 250 and 100 ml. 16245 2 ea. Pipets, Volumetric or Transfer - 10, 25, 50, 100 ml. 16356 2 ea. Pipets, Mohr - Capacity 1 ml. graduated in 1/100 16327 2 ea. Pipets, Mohr - Capacity 5 ml. graduated in 1/10 2 ea. Pipets, Mohr - Capacity 10 ml. graduated in 1/10 2 ea. Pipets, Mohr - Capacity 25 ml. graduated in 1/10 1 Pipet Filler 16371 1 Pipet Support, Metal 19125 2 Automatic Buret complete with 26 bottle 15895 2 Buret - 50 ml. 15924 2 ea. Cylinder, Graduated - 50, 100, 500 and 1,000 ml. 16100 1 Cylinder, Graduated - 100 ml. 16161 6 ea. Flasks, Erlenmeyer - 250 and 500 ml. 14905 2 ea. Flasks, Filtering with tubulation - 500 ml. 14990 2 Balance scoop and counterpoise, size 2 2200 2 Counterpoised watch glasses - 75 mm. diameter 2250 1 Condensor and flask 12860 2 ea. Funnels - 50 mm. and 100 mm. 15070 2 ea. Beakers - 2L, 1L and 50 ml. 14265 6 Beakers - 250 ml. 14265 4 Cones, Imhoff - 1L. 29016 1 Imhoff core support 29019 An 3 doz. Bottle, B.O.D., plain neck 29000 8 Bottles, polyethylene, with caps; 4 oz. 10346 4 Bottles, polyethylene, with caps, 8 oz. 10346 2 Bottles, polyethylene, with caps, 16 oz. 10346 2 doz. Bottles, tincture, narrow mouth w/glass stopper 10425 2 ea. Bottles, narrow mouth, for cork stopper - 2 and 5 gal. 10310 6 ea. Dropping bottles, polythylene - Capacity 1 and 4 oz. 10584 1 Thermometer, mercury, -20 degrees to 110 degrees C. 35850-1 II-81 s <a No. Description Catalog No. 1 Thermometer, mercury, -10 degrees to 360 degrees C. 35850-4 1 pH Meter complete with electrodes Leeds and Northrop 7401-42 6 Clamps, Mohr's pinchcock 12186 1 Dessicator 14560-5 1 Dessicator plate 18610-5 x 3 Crucible holders 18110 2 Clamps, utility 12260-1 ;{ 2 Clamps, holder 12265 3 ea. Gauge, wire - size 1 and 3 19960 1 2 Files, triangular 88325 2 Spatula, 3-inch 18755 ;t 1 Funnel support 19050 1 Buret support 19011 1 Buret clamp 12116 2 Triangles - Size 3 19705 1 Tripod - No. 3 19775 2 Bases 19075-2 2 Rods 72175-4 2 ea. Rings with clamps - 2 in. and 4 in. O.D. 18005 1 Stirrer, magnetic 18851 1 Tongs, crucible 19640 1 Tongs, disher Fisher 8-725 1 Water Bath 19840 3 pkgs. Filter Paper - 9 and 18.5 cm. 13436 2 ea. Brushes for: Beaker 10885 Bottle 10890 Buret 10895-2 Counter 10905 Cylinder 10915 Jar 10920 Flask 10990 Imhoff Cone Fisher 3-562 Tubing: 10' heavy wall, red tubing 18-202-3 12' extra heavy wall, rubber tubing 18-253 10' ea. medium wall, sulfur free - No. 2 and No. 3 18-250 l pkg. Corks, assorted 12422 1 Cork borer - No. 2 12470 2 Screw caps - No. 48 10420 1 Rubber Stoppers, assorted - No. 2 18153 2 Rubber Stoppers No. 14 18150 1 Sewage Sampler 29009 1 Stopcock Grease - No. 1 15515 1 Stopcock Grease 15523 12 Pencils 14018-3 II-82 b. Chemicals and Supplies for Analytical Work. Amount Description 1 pt. Phenolphthalein Solution 1 pt. Methyl Orange Solution 1 pt. Sulfuric Acid Solution, N/50 1 pt. Sodium Hydroxide Solution, N 150 5 pt. Sulfuric Acid, Sp. Gr. 1.84, ACS Reagent Grade 1 lb. Calcium Chloride, ACS Reagent Grade . 1 qt. Alkaline-Iodide Sodium Azide Solution, APHA 1 qt. Ferric Chloride Solution, ACS Reagent Grade I qt. Magnesium Sulfate Solution, APHA I qt. Manganous Sulfate Solution, APHA 1 qt. Potassium Bi-iodate Solution, N/40 APRA 1 lb. Sodium Phosphate, Reagent Dibasic Heptahydrate Cryst I qt. Starch Indicator Solution, APHA 5 lb. Potassium Phosphate, Reagent Mandbasic Cryst ACS 5 lb. Potassium Phosphate, Reagent Dibasic Powder 1 qt. Sodium Thiosulfate Solution N/40 APHA 1 lb. Sodium Thiosulfate, Reagent Cryst ACS 1/4 1b. Ammonia Chloride, Reagent Gran. ACS 1 pt. Sodium Hydroxide, N 110 1 lb. Asbestos, Gooch. Grade, Med. Fiber 1 lb. Drying Agent, Drierite, special indicating, granules, 8 mesh 1 Standard Methods for the Examination of Water and Wastewater, APHA, latest edition 120. KITCHEN UNIT: The kitchen unit shall be similar or equal to Model No. E39SC as manu- factured by'Dwyer Products Corporation. The unit shall have a 2-burner electric range, an electric refrigerator, a sink, an undersink storage cabinet and a wall case. A backsplash and end plates on the sink and wall case shall be furnished. A light fixture with a convenience outlet shall be mounted under the wall case. The unit shall be of a color selected by the Engineer. 121. SAFETY M IPMENT: a. Fire Extinguishers. Fire extinguishers shall be horizontal valve carbon dioxide with wall hangers as manufactured by Fyr-Fyter Company, or equal. Ten-pound fire extinguishers shall be provided for the Garage, the Incinerator Building, and the Walnut Street Pumping Station, Model 34-1A. A 2-1/2-pound fire extinguisher shall be provided for the laboratory, Model 32-1A. b. First Aid Kit. A first aid kit holding all the necessary first aid supplies required by an industrial plant employing 25 to 50 persons shall be provided. The kit shall be similar or equal to "First Aid Insurance Case," as manufactured by Johnson and Johnson. II-83 Y try Y� 122. SHOP TOOLS AND MAINTENANCE E,gUIPMENTs Yr a. Utility Pump. This item shall include the furnishing of one diaphragm type, portable pump. The unit shall have a capacity of 4,800 gallons per hour >> and be similar or equal to Model 44DP3, as manufactured by Homelite. The pump shall have 3-inch suction and discharge connections, shall be powered 3; by a suitable four-cycle gasoline engine and shall be equipped with wheels for portability. There shall be included as part of this item, 25 feet of smooth bore, wire reinforced, 3-inch diameter suction hose, 50 feet of 3-inch diameter single jacket mill discharge hose, and one 2-gallon safety type, gasoline container. ±t� b. Shop Tools. The shop tools listed below shall be furnished. All tools shall be of the highest quality, in full conformance with Federal M° Specifications (GGG Series) where applicable. Tools shall be "Stanley," or approved equal, except as noted. ' No. DescriRtion 1 1/4-Inch Drive Socket Wrench Set; 3/16-inch through 7/16-inch with reversible ratchet, extensions, container, etc. 1 1/2-Inch Drive Socket Wrench Set; 7/16-inch through 1-inch, with reversible ratchet, extension, container, etc. 1 Set of 6 Box End Wrenches 3/8-inch x 7/16-inch through 15/16-inch x 1-inch. 1 Set of 6 Open End Wrenches 3/8-inch x 7/16-inch through 15116-inch x 1-inch. 1 Set of 8 Allen Set Screw Wrenches. 3 Screwdrivers - 3-inch, 6-inch and 8-inch. 3 Phillips Screwdrivers - Nos. 1, 2 and 3. 4 Adjustable Wrenches - 6-inch, 8-inch, 10-inch and 12-inch. 2 Pliers - 6-inch electrician's and 8-inch combination. 1 3/8-Inch Heavy Duty Electric Drill and 15 Assorted, Bits in Index Case, Black 6 Decker, or equal. 1 Cushion Grip, All steel, 16-ounce Claw Hammer. 1 24-Inch Extended Aluminum Level. 1 Adjustable Hack Saw with 6 Extra Blades. 2 26-Inch Hand Saws (One Rip and One Crosscut) I Heavy Duty, Swivel Base, Steel Vise with Anvil Surface 5-Inch Jaw Width, and Pipe Jaws. 2 Pipe Wrenches (18-inch and 12-inch) . 2 Grease Guns - 20-ounce capacity, 10,000 psi pressure, Sears, Roebuck and Company No. 28 K4954, or equal. c. Electric Welder. A portable electric welder similar or equal to Model AC/DC - 250, Type K-1053, as manufactured by Lincoln Electric Company shall be furnished. The welder shall be suitable for 240/480 volt, 60 cycle, single phase current. A three-wheel rubber-tired undercarriage, Lincoln K-760R, or equal, shall be included. Accessories to be furnished shall in- clude 100 feet of 111 electrode cable, 50 feet of ground cable, a head shield, a ground clamp and an electrode holder, all as included in Lincoln Accessory Set K-710 or equal, and 50 feet of 1110 wire power cable. II-84 d. Tractor. A 12 HP tractor, complete with a 42-inch rotary mower, a power take-off assembly for front mounting, and headlights similar or equal. to 12 HP Suburban Tractor as manufactured by Toro Manufacturing Corporation shall be furnished. e. Rotary Mower. A 21-inch self-propelled heavy-duty rotary mower shall be furnished. The unit shall have a 4.0 HP, 4 cycle engine with an oil pump to force lubrication of the entire engine, even on side hills. The unit shall be similar or equal to 21-inch Hevi-Duty Whirlwind, as manufactured by Toro Manufacturing Corporation. f. Steam Cleaner. A 69-pound per hour 100 psi dry steam capacity port- able electric steam cleaner shall be furnished. It shall be suitable for 220 volt, 3 phase, 60 cycle current. The unit shall be similar or equal to Model 2-125JC 2, Arrangement 1, Electro-Jet Dri-Steam Cleaner, as manufactured by Electric Boiler Corporation of America. g. Sandblast Equipment. A 200-pound abrasive capacity sandblast generator with a heavy-duty mixing valve with 3/4-inch ports, including 25 feet of 3/4- inch sand hose with couplings, four 1/4-inch ceramic nozzles and coupling and funnel with screen. The unit shall be similar or equal to Model 300L Portable Sandblasts as manufactured by P.K. Lindsay Company, Inc. A Lindsay Model CH Helmet, or equal, and rubber gauntlet-type sandblast gloves shall be furnished. h. Hydraulic Press. A 25-ton hand-operated hydraulic press similar or equal to Model 25H as manufactured by Dake Corporation shall be furnished. The maximum distance of the ram to the table in the lowest position shall be not less than 39 inches. i. Work Benches. Two work benches with steel legs, feet and cross rails; two drawers; and a 2-foot by 5-foot 1-inch thick laminated top - flakeboard core with tempered hardwood top and bottom shall be furnished. Benches shall be similar or equal to No. 99K10271N2 with 99K10327C drawers, as manufactured by Sears, Roebuck and Company. 123. VENETIAN BLINDS: Venetian blinds shall be furnished for all glass surfaces in the curtain wall of the Administration Building including the 2-foot 0-inch window in the Superintendent's Office. Blinds shall be floor length in the Clerk's Office, elsewhere they shall extend to the marble stools. Venetian blinds shall be similar or equal to Flexalum Continental Blinds, as manufactured from components supplied by Alcan Aluminum Corporation, Flexalum Division, 111 W. 50th Street, New York, New York, 10020. Slats shall be of Alcan aluminum alloy, produced by Alcan from prime virgin aluminum and spring- tempered by heat treatment and shall be 0.011 inch thick, plus or minus 0.0005 inch; width shall be 1.5 inch plus 0 minus 0.030 inch. The flexalum headrail shall be a roll formed "U" shaped steel channel pretreated and painted to obtain maximum corrosion resistance. The bottomrail shall be steel, tubular formed with a double locked seam providing sufficient strength to resist twisting or sagging. Both headrail and bottomrail shall be formed II-85 after painting. Flexalum tilter shall be fully enclosed and lubricated and r" shall be of the drum type with cords positively locked to the drum to eliminate slippage. All cords shall be Flexalum nylon #4 with braided nylon jacket over !` a vinyl core having a breaking strength of not less than 230 pounds meeting Federal Specifications. The tiltrod shall be of solid square steel 1/4 inch across sides with rounded corners. Tapes shall be Flexalum Cable Tape of polyester fibre. Ladder rungs shall be spaced 1-1/8 inch apart. Blinds shall be made to measurements taken after construction of the curtain wall and interior partitions. Shop drawings shall be submitted for approval of the Engineer. A single venetian blind shall cover each glass area in each room. Blinds shall be of a color selected by the Engineer. 124. EL_ ECTRICAL MATERIALS AND EQUIPMENT: All electrical material and equipment shall be new, shall be listed by the Underwriters' Laboratories, and shall conform to all applicable standards of ASA, NEMA, IEEE, and IPCEA. All material and equipment furnished shall be standard products of manufacturers regularly engaged in the production of such equipment and shall be the manufacturer's latest proven design. The manufacturers and catalog numbers indicated in the Plans and Specifications are to be used as a guide; however, the Contractor will be permitted to furnish and install equal items approved in writing by the Engineer. At the time such approval is requested, any substitution or change from the Plans and/or Specifications shall be called to the attention of the Engineer, in ga writing, and a full description of the substitute or change shall be furnished with the request for approval. a. Electrical Service. The electrical power will be supplied by Missouri Power and Light Company, hereafter referred to as the Power Company. The electrical service shall be 277/480 volts, 3 phase, 4 wire, supplied through an overhead pole line, underground primary cables, a padmount transformer, and underground secondary service cables. The Power Company will furnish and install the pole line, the transformer and pad, and metering equipment at the transformer. The Contractor shall furnish and install the underground ducts and the primary cables from the transformer pad to the Power Company's pole, as re- quired by the Power Company, and shall install the secondary (service entrance) conduits and cables from the transformer into the Operations Room and from the transformer into the Comminutor Building, all as shown on the Plans. b. Conduit. (1) Rigid Conduit. Rigid heavy wall threaded steel conduit, gal- 1 vanized or sherardized inside and outside, shall be used for all lighting, power, control, and other circuits. Conduits shall be of the size indicated on the drawings or of larger size if so required by the National Electrical Code. Minimum conduit size shall be 3/4 inch. Minimum size of concealed conduit shall be 1 inch. II-86 (2) Flexible Conduit. Liquid-tight flexible metal conduit shall be used wherever flexible conduit is required. This flexible conduit shall be made of a single concave steel strip, galvanized or sherardized, wound with a smooth inside surface; and it shall be covered with a liquid-tight extruded vinyl jacket. Minimum size of flexible conduit shall be 1/2 inch. c. Conduit Fittings, Boxes, etc. (1) Conduit Fittings. Conduit fittings and covers shall be gal- vanized or sherardized high test gray iron or malleable iron or ferrous alloy castings of the types and sizes required, specified, or indicated on the drawings. All covers shall have neoprene gaskets and shall be held in place by round-head non-corroding machine screws. Conduit fittings shall be Crouse- Hinds Obround Series, or equal. (2) Conduit Bushings. All conduit bushings shall be the insulating type. Insulating and grounding type bushings shall be used wherever required. (3) Pull, Junction and Outlet Boxes. (a) Indoor. For indoor pendant or box mounted lighting fix- ture connections, outlet boxes shall be 4-inch octagon galvanized boxes with covers for conduit connection to fixtures, as required. For switches and receptacles or other use in walls, boxes shall be cast ferrous alloy, gal- vanized or sherardized, with threaded hubs and with flush covers, Crouse-Hinds FS and FD Series, or equal. (b) Outdoor and Below Ground Floor. Outdoor boxes shall be cast ferrous alloy, similar to those in the preceding paragraph but with sur- face covers. All covers shall have neoprene gaskets and shall be held in place by non-corroding machine screws. (4) Liquid-Tight Conduit Connectors. Connectors used with liquid- tight flexible conduit shall be designed for this purpose; shall be of steel or malleable iron, hot-dip galvanized after fabrication; shall have insulated throat bushings; and shall effectively ground the flexible conduit at each end to provide a continuous electrical grounding path through the flexible conduit and the connectors. Straight and/or angle connectors shall be supplied as required. Liquid-tight connectors shall be Elcor or equal. (Electrical Fittings Corporation, 123 Smith Street, East Farmingdale, New York, 11735) d. Insulated Wire and Cable. (1) 600 Volt. Conductors shall be tinned copper with 600 volt insulation, Type THW for lighting circuits, and types RHW or RH for control and 480 volt power circuits, and RHW with neoprene jacket overall for all outdoor or underground wiring, and as indicated in the Conduit Schedule on the drawings. The minimum size of conductors shall be No. 12 AWG, except II-87 "x f that flexible cord, internal wiring on control panels and other electrical equipment may be No. 14 AWG. Sizes shall be as indicated on the Plans or larger if so required by the National Electrical Code for the equipment actually installed. Sizes No. 10 and larger shall be stranded, and all leads through flexible conduit shall be stranded. Multi-conductor 600 volt, 75C rubber-insulated, color-coded cable with neoprene jacket overall shall be used for all 460 volt circuits. Cable with more than three 412 or 414 conductors shall be Type B station control cable, with 600 volt 75C rubber insulation, color-coded, with neoprene jacket overall, and shall be as manu- factured by General Cable Corporation, or equal. (2) 15 KV Cables. The primary conductors shall be of the size shown' in the conduit schedule on the drawings, shall be single conductor copper, shielded, with neoprene jacket, 15 KV moisture-resistant rubber, and shall be General Cable, or equal. The 15 KV cable and installation shall be in' accordance with the Power Company requirements. (See Installation.) -. e. Grounding System Materials. Materials for equipment grounding shall be as follows: (1) Ground Rods. Ground rods shall be 3/4 inch by 20 feet long, copper-clad steel. (2) Ground Wire. Ground wire shall be stranded copper wire as indicated on the drawings and in these Specifications under "Grounding Installation." (3) Conduit Grounding Bushings. Insulated grounding type conduit bushings shall be 0-Z, Type BL, ur equal. (4) Connectors. Grounding connectors shall be solderless, non- ferrous, bolted or compression connectors designed for such service, and shall be Burndy, or equal. (5) Welding Material. Grounding welds shall be molded welds made with tools and material as furnished by Cadweld, or approved equal. f. Lighting Fixtures. The lighting fixtures and lamps shall be as tabulated in the Lighting Fixture Schedule on the drawings. g. Receptacles. (1) 120 Volt Duplex. The 120 volt receptacles shall be specifi- cation grade, flush-mounting, 15 amperes, 125 volt, 2 pole, 3 wire grounding with parallel slots, NEMA 5-15R. (a) Indoor Wall. Duplex, Hubbell Cat. No. 5262 or 'Bryant Cat. No. 5642, or equal. (b) Indoor, Floor. Similar to preceding item (a) except in floor service fitting mounted on adjustable waterproof floor box. Fitting to be satin finish cast aluminum, coated with clear enamel, National Electric, or equal. II-88 ' (c) Indoor. Lab Benches. In the laboratory, receptacles along the tops of the benches above the work surface shall be 15 ampere, 125 volt duplex grounding receptacles, spaced 18 inches apart. Alternate receptacles shall be connected to the same circuit. Two phase wires, a neutral wire, and a separate insulated grounding wire shall be provided in a metal raceway. The raceway shall be Wiremold Company "Plugmold," ASA 61 light gray color, with black 3-wire duplex grounding receptacles, wired alternately, 18-inch spacing (or less) , with separate grounding conductor. (d) Outdoor. Same as preceding Item (a) , except in weather- proof box with hinged gray fiberglass door, Hubbell 5222, or equal. (2) Clock. Clock hanger outlets shall be recessed, with clock support, ivory color, 2 pole, 2 wire, 15 A. 125 volt, Bryant 2992-I, or equal. (3) 240 Volt. (a) Range. The range receptacle shall be flush mounting, 125/250 volt, , 1 phase, 30 amperes, 3 pole, 3 wire grounding, NEMA configura- tion 10-30R Hubbell Cat.' No. 9340-G with matching plug, NEMA 10-30P. (b) Welding. The welding receptacles shall be flush mounting 125/250 volt, 1 phase, 50 amperes, 3 pole, 3 wire grounding, NEMA 10-50R, Hubbell Cat. No. 7974 with matching plug NEMA 10•-50P. h. Switches. Light switches shall be specification grade, flush toggle type, rated 20 amperes, 125 volts, ivory color handle. Switches shall be Hubbell Cat. No. 9805-I, or equal. Three-way (SPDT) switches shall be Hubbell Cat. No. 9933-I, or equal. Four-way (DPDT) switches shall be Hubbell Cat. No. 1224-I, or equal. i. Lighting Transformers. Each lighting transformer shall be dry type, with Class F insulation, and shall have a sheet metal connection compartment with knockouts for conduits for connections. A legible and permanent connec- tion diagram plate shall be attached to the transformer enclosure. Trans- former ratings shall be as shown on the "Lighting Transformer Schedule." Transformers shall be General Electric, Westinghouse, or approved equal. J. Lighting Panels. Lighting panel shall be of the circuit breaker type with or without two-pole main circuit breaker as required, with solid neutral, and with branch circuit breakers having bolted connections to the main bus. - The enclosure shall be NEMA 1, with 4-inch or larger wiring gutter on each side, all bonderized, primed, and finished with two coats of NEMA 61 light gray. The ratings of the panels, the number and ratings of the branch circuit breakers, and the main circuit breakers (if any) , shall be as indicated in -the "Lighting Panel Schedule" on the drawings. Lighting panels shall be Type NLAB-3, as manufactured by General Electric, Westinghouse, Square D, or equal. II-89 k. Control Stations. (1) Indoor. Control stations shall be oiltight type in cast en- closure with threaded hub and gasketed cover, suitable for flush or surface s mounting as required. Station shall contain selector switches and/or push- buttons as required on drawings. Control stations shall be General Electric Type CR2940, or equal. F; (2) Outdoor. Outdoor control stations shall be oiltight type in cast NEMA 4 dust-tight and waterproof enclosures with threaded hubs and gasketed covers, suitable for surface mounting. Control stations shall contain selector switches and/or pushbuttons as required on the drawings. Control stations shall be General Electric Type CR2940, or equal. y 1. Thermostats. Thermostats shall be as shown on the drawings and as ' specified hereafter. (1) Thermostats, Heating (For Water Pollution Control Plant only) . (a) For Hot Water Convectors (In Administration Wing) . The thermostats for the solenoid valves of the convectors shall be for heating, with contact that closes on falling temperature, adjustable range from 60 to 80 degrees F. , with differential of 1 degree, contact rated 15 amperes, 120 volts 60 cycle. These thermostats shall be Honeywell Model T473A, or equal.. (b) For Gas Unit Heaters (In Garage, Incinerator Room, and Ash Room .. The thermostats for the gas unit heaters shall be similar to preceding item (a) except with adjustable range of from 40 to 70 degrees F., with 2 degree differential, contact rated 7 amperes, 120 volts A-C, Honeywell Model T42A or equal. (Three required.) (c) For Electric Unit Heaters (In Sludge Pump Room) . Similar to preceding item (b), Honeywell Model T42A, or equal. (d) For Electric Unit Heater (In Basement of Incinerator Room) . This thermostat shall be similar to Item (b) , Honeywell Model T42A, or equal. (2) Thermostat, Cooling (For Water Pollution Control Plant only) . The thermostat for the air conditioner is specified with the air conditioning condenser unit elsewhere in these Specifications. (3) Thermostat, Cooling (For Walnut Street Pumping Station only) . The thermostats for the ventilating fan shall be for cooling, with contact that closes on rising temperature, adjustable range from 60 to 100 F. , with 2 degree differential contacts for 7 amperes, 120 volts, 60 cycles, Honey- well Model T42B, or equal. (Two required.) m. Electric Unit Heaters. (1) Incinerator Room, Basement. The electric unit heater for the basement of the Incinerator Room shall be rated 480 volts, 3 phase, 25 kilowatts, II-90 ' for mounting suspended from the ceiling, with safety switch, fan, and ceiling mounting bracket that permits horizontal adjustment. This heater shall be Chromalox Cat. No. LUH 251, or equal, with bracket No. WUH-3. (One required.) (2) Sludge Pump Room. The electric unit heaters for the Sludge Pump Room shall be 480Y volts, 3 phase 12.5 kilowatts, with safety switch, fan, and ceiling mounting bracket that permits horizontal adjustment. These heaters shall be Chromalox Cat. No. LUH 125, or equal, with bracket No. WUH-2. (Three required.) n. Relay Panel RP24B. (Located in the Comminutor Building) (1) Enclosure and Wiring. The enclosure shall be free-standing, NEMA Type -1A (gasketed) with a door having concealed hinges and gaskets. All necessary access shall be from the front only. A11 conductors shall enter from the bottom. A grounding stud or lug shall be provided inside. The enclosure shall have rigid steel frame, panels, and doors fabricated of code gage leveled sheet steel, all rust-proofed, primed, and finished in two coats of enamel, NEMA 61 light gray color outside and white inside. One can of touch-up enamel of each color shall be furnished for use after installation. A.removable interior mounting panel shall be provided for mounting all equipment inside of the enclosure. This panel shall be large enough to mount all the listed initial and future equipment, plus 20 per cent spare space at the bottom, and shall be drilled or otherwise provided for conven- ient addition of the equipment listed as future. Terminal blocks and plastic wireways with snap-on covers shall be mounted on the pan, and shall be ade- quate for both initial and future wiring. To equipment installed initially, all outgoing connections for initial and/or for. future use shall be connected to the terminal blocks. The wires shall be neatly arranged in the wireways; sufficient slack shall be left in each wire; and each end of each wire shall be clearly and permanently marked. (2) Equipment. The relay panel shall contain the following equip- ment (with space and mounting provision for future items) , arranged in groups by function: Device No. Quantity Name T1, T2 2 Clarifier Underflow Pump Timers (T3-T8). (6 Clarifier Underflow Pump Timers - Future) T9 1 Scum Pump Timer (T10) (1 Scum Pump Timer - Future) Tll, T12 2 Grit Pump Timers (T13, T14) (2 Grit Pump Timers - Future) TD3, TD4 2 Grit Pump Time Delay Relays (TDS, TD6) (2 Grit Pump Time Delay Relays - Future) II-91 t�. Device Quantity Name _ f� ,rK TD7, TD8 2 Grit Conveyor, Time Delay Relays (TD9, TD10) (2 Grit Conveyor Time Delay Relays - Future) GR1, GR2 2 Grit Pump Interlock Relays GR3 GR4 2 Grit Pump Interlock Relays - Future) UR1, UR2 2 Clarifier Underflow Pumps (UR3-UR8) (6 Clarifier Underflow Pumps - Future) F' ZR1 1 Scum Pump Interlock Relay (ZR2) (1 Scum Pump Interlock Relays - Future) CR1 1 Classifier Interlock Relay (CR2) (1 Classifier Interlock Auxiliary Relay - Future) SR1 1 Sultzer Interlock Relay (SR2) (1 Sultzer Interlock Auxiliary Relay - Future) I Pilot Light for Relay CR1 (and Future CR2) 1 Pilot Light for Relay SR1 (and Future SR2) Terminal Blocks for Initial and Future Wires Wireways for Initial. and Future Wires The pilot lights shall be visible when the door is closed. (a) Timers. A timer shall be provided for each Grit Pump, each Clarifier Underflow Pump, and each Scum Pump. Each timer shall be an adjust- able percentage, synchronous motor timer connected to allow the pump to run for a pre-set portion of each hour. Timers shall be General Electric Type TSA-14 for one hour cycle. (b) Relays. Relays shall be as tabulated on the Equipment Legend on the drawings. (c) Nameplates. A nameplate for each pilot light shall be made of laminated phenolic with engraved white letters on a black background; and each nameplate shall be securely attached to the outside of the enclosure directly under the corresponding pilot light. A nameplate for each item of equipment, initial and future, shall be made of plastic with white letters on a black background and shall be securely attached to the mounting panel adjacent to the item (or its future location) . . r . (d) Fuses. Fuse blocks and fuses shall be provided as shown on the drawings and as required to protect the equipment and conductors. Fuses shall be Bussmann "Fusetron." (3) Function. The time delay relays and interlock relays shall be connected as shown on Sheets 54 and 55 of the drawings. (a) The sludge pumps shall be electrically interlocked with the Sultzer Unit and the Rake Classifiers and shall function as follows: 1. The Grit Pumps, Clarifier Underflow Pumps, and the Scum Pumps all shall not run when the Sultzer Unit is reversed, and they all shall not run unless both Rake Classifiers are running. II-92 r 2. With their control switches on "automatic," both of the Rake Classifiers shall automatically start and run whenever any one or more of the Grit Pumps, Clarifier Underflow Pumps, or Scum Pumps are called on to run by their individual timers or control switches. (b) Each Grit Pump shall be electrically interlocked with the corresponding Grit Screw Conveyor, and time delay relays shall be con- nected so that: 1. The Grit Conveyor shall not run unless the correspond- ing Grit Pump is running. 2. With its control switch on "automatic," each Grit Conveyor shall automatically start and run when the corresponding Grit Pump is running and has been running for the time period that is set on the Grit Conveyor .time•delay relay. 3. With its control switch on either "Run" or "Auto," each Grit Conveyor shall stop as soon as the corresponding Grit Pump is no longer called on to run by its timer or control switch. 4. With its control switch on "auto," each Grit Pump shall start and run automatically whenever called on to run by its timer. When no longer called on to run, the Grit Pump shall continue to run (after the.Grit Conveyor has stopped) for the time delay period that has been pre-set on its Grit Pump time delay relay, then the Grit Pump shall stop. 5. When its control switch is turned to "off," the Grit Pump shall stop immediately. 6. When the Grit Pump control switch is on either "run" or "auto" and the Sultzer Unit reverses, the Grit Pump and the Grit Conveyor shall stop immediately. 7. When the Grit Pump control switch is on either "Run" or "Auto" and either Classifier stops, the Grit Conveyor shall stop imme- diately and the Grit Pump shall stop after the time delay elapses that is set on the Grit Pump time delay relay. (4) Drawings, etc. The following shall be furnished for the Relay Panel RP24B: (a) Internal Wiring Diagram. (b) Interconnection Diagram showing all interconnections with starter terminal blocks in control centers, with Relay Panel RP24A, etc. (c) List of components, parts, etc. (d) Schematic Diagram of all circuits that are not shown on the drawings. ® 11-93 r1 a>i o. Relay Panel RP24A. (For the Water Pollution Control Plant only. 4. Located in the Operations Room.) (1) Enclosure and Wiring. The enclosure shall be flush wall mounting, i4 NEMA Type lA (gasketed) with a door having concealed hinges and gaskets. All necessary access shall be from the front only. All conductors shall enter from the bottom. A grounding stud or pad shall be provided inside. The enclosure shall be fabricated of code gage sheet steel, rust- 1"A proofed, primed, and finished in two coats of enamel, NEMA 61 light gray } outside and white inside. 3' Ci Terminal blocks (screw type with barriers between terminal points) , shall be mounted in the enclosure in sufficient numbers to provide a terminal for each wire from Relay Panel RP24B, from Control Center CC-A, and from the Incinerator Control Center and Control Panel, for the required interlock ' circuits, both initial and future. (See the preceding Item n. for Relay Panel RP24B, and see diagrams on Sheets No. 54 and No. 55.) Spare space shall be provided for mounting at least 20 per cent more terminal blocks and three more relays than are requix4�d for the anticipated future requirements. (2) Relays shall be as tabulated in the Equipment Legend on the drawings. Note: The following items of electrical equipment are specified under Major Items of Equipment: Control Centers and their installation. Motors are specified with their driven equipment. Incinerator equipment and controls, including control center and control panel., and their installation. Heating and air-conditioning equipment for the Administration Wing, Lunchroom, and Operations Room. 125. MATERIALS FOR SEEDING: Materials for seedin g shall be as follows: Seed Mixture Per Acre Kentucky Blue Grass (75% pure live seed) 15 pounds Alta Fescue (85% pure live seed) 20 pounds Redtop (80% pure live seed) 10 pounds Alsiki Clover (85% pure live seed) 5 pounds Weed seed shall not exceed 1 per cent II-94 Fertilizer 15% Nitrogen 10% Phosphate 10% Potash Mulch Mulch shall be good quality wheat or rye straw free from Johnson Grass and/or other objectionable grasses and weeds. 126. MATERIALS FOR INSULATING WATER STORAGE TANK: Material for insulating he Water Storage Tank shall be 1-1/2-inch thick 8 g Fiberglas Type 703, as manufactured by Owens-Corning Fiberglass Corporation. Vapor barrier shall be Ludlow Foil Barrier paper. II-95 4 TECHNICAL SPECIFICATIONS SECTION III rMETHODS OF CONSTRUCTION 1. SCOPE: The work under this Contract shall include the construction of a water pollution control plant and a pumping station at Walnut Street in Jefferson City, Missouri, all complete and operative. Construction work included under these Specifications shall be so planned and executed that the various portions of the work will be carried on concur- rently and the whole completed within the time allowed. 2. SHOP DRAWINGS: In accordance with paragraph 8 of the Special Conditions, shop drawings shall be submitted for approval, including structural details of the founda- tion. and a complete floor layout showing pump and motor bases, floor drains, plumbing piping, heating, electrical conduits and stub up, control piping, and all other "under the floor" equipment. Accurate dimensions shall be shown for each item on the floor layout. 3. HANDLING OF MATERIALS: All materials shall be delivered and distributed to the site of the work by the Contractor. Items of electrical or mechanical equipment shall be delivered to the site only when the enclosure for the intended installation is completed to the extent to provide complete protection from the weather. 4. INTERFERENCE WITH TRAFFIC: It must be recognized that in some instances the work of this project involves construction along the public streets of the developed municipality. Access to abutting property should be provided wherever it is possible without interference with the construction operation. The Contractor will be required to provide satisfactory bridges to allow traffic to cross over the excavated trench where the street intersection is traversed by open cut excavation. Care should be taken to avoid blocking of access to fire hydrants during this construction. After the construction is completed and the backfill made over the completed work, a temporary pavement is to be laid down and the street open to traffic in order to provide access to abutting property III-1 nt as soon as possible. Open cut crossings are to be maintained for 60 days t with macadam or other satisfactory material so as to provide an all-weather roadway surface, after which time the restoration of the permanent pavement of the type ordered by the Engineer shall be carried out. 5. PROTECTION OF FARM LANDS: The Contractor's operations must be organized and carried out as to leave all farm lands south of Highway 94 (Mokane Road) in their original '= condition upon the completion of construction. The existing surface shall not be disturbed beyond the limits of the right-of-way plus the necessary area for storing materials of construction and excavated material. Where the surface will be disturbed, the topsoil to a depth of 12 inches shall be removed, stockpiled and replaced upon completion of the backfill to an ele- vation of 12 inches below the original surface elevation. 6. PROTECTION OF EXISTING STRUCTURES: The work must be carried out in such a manner that all structures or improvements along and adjacent to the construction are properly protected. Any damage occurring to property of others because of the Contractor's opera- tion shall be repaired to the satisfaction of the owner of said private property by the Contractor. 7. PROTECTION OF POLE LINES, WATER AND GAS PIPES, AND ALL OTHER UNDERGROUND UTILITIES: On the Plans, for the work to be constructed under this Contract, is shown the record information which has been obtained from the utilities for underground pipes or conduits which exist at the location of the proposed construction. The City does not guarantee the accuracy of these locations, but merely indicates the information which has been obtained from the com- panies owning such underground pipes or conduits. The locations of utility poles, shown as noted at the time of the survey, may have since been changed. It is assumed that the Contractor will make a field inspection of the loca- tions of the work, and note all poles and overhead improvements which may affect his method of operation in the construction of the improvements at such locations. Such poles, overhead wires, underground pipes and conduits that may exist or may be encountered are to be protected at the Contractor's expense. The Contractor shall notify the utility owners in advance of any construction which would expose underground pipelines or otherwise affect their safety. 8. REMOVAL AND REPLACEMENT OF SECONDARY PAVEMENTS: Secondary pavements, consisting largely of crushed rock and cinders, which are to be removed in the course of the construction, shall be replaced with a layer of crushed rock compacted to a minimum thickness of 8 inches. III-2 The road surface shall be maintained for a period of 60 days after initial replacement to allow for settlement and consolidation of the backfill, after which it shall be bladed to a smooth and uniform surface. 9. CROSSING OF HIGHWAY 94 (MOKANE ROAD) : The construction of the pipelines under Highway 94 may be made in open cut. The Contractor will be required to obtain the necessary permit from the Missouri State Highway Commission. During construction, one-way traffic must be maintained, utilizing the existing surface, or by providing a temporary all-weather surface detour. The pavement to be removed shall be cut to neat straight lines. The excavation shall be backfilled from one foot above the top of the pipes to the pavement subgrade with granular backfill. The pavement shall be replaced with material similar to that removed and as required by the Missouri State Highway Commission. 10. REMOVAL AND RESTORATION OF ASPHALTIC PAVEMENT: The asphaltic pavement to be removed shall be cut to neat straight lines. After completion of the granular backfill, a layer of crushed rock shall be compacted to a minimum thickness of 8 inches. The rock course shall be primed and covered with a minimum of 2 inches of asphaltic concrete wearing surface to the cross section and grade as set by the Engineer to meet the present undisturbed pavement on each ride of the area restored. Asphaltic concrete and placing methods used shall be similar in quality to the original pavement and approved by the Engineer. The Contractor shall restore the surface to the grade specified by the Engineer, should any settlement take place within one year of the initial pavement restoration. 11. EXCAVATION AND BACKFILL: a. General. All excavation shall be carried accurately to the line and grade as shown on the Plans and as established by the Engineer. If the bottom of the excavation is found to be unstable or to include ashes, cinders, refuse, vegetable or other organic materials considered un- suitable by the Engineer, the Contractor shall excavate and remove such unsuitable material to the depth required and backfill to the original sub- grade with granular backfill, well-compacted by means of mechanical tampers or vibrators in 6-inch layers. If over-excavation for structures or pipes is required by the Engineer, the Contractor shall be paid for the over- excavation and backfilling of same at the rate mutually agreed to in the Contract per cubic yard. Any unauthorized over-excavation shall also be backf illed as described above, but no payment shall be made for such over- excavation and backf illing. Where necessary to protect the labor, the work or adjacent property and in all trenches deeper than 6 feet, the Contractor shall provide and install shoring. Such shoring shall remain in place until the backfill has proceeded III-3 d .1M1 to a point where it can be safely removed, except that if in the opinion of the Engineer, damage is likely to result from withdrawing shoring, it shall ' remain in place. No additional compensation will be made for shoring re- quired to be left in place. All excavation shall be dewatered before any construction is undertaken •,j therein. Concrete shall be placed only upon dry firm foundation material and pipe shall be laid only in dry trenches. b. Excavation - Structural. The Contractor .shall perform all structural Jt excavation required on the Plans. Excavation shall extend a sufficient dis- tance from walls and footings to allow for forms for the work and for proper inspection except where the Plans indicate that concrete may be deposited directly against excavated surfaces or as specified below. The Contractor will not be allowed to open-cut the excavation for the Walnut Street Pumping Station foundation, due to the existing railroad tracks, diversion box and sheet piling, and underground utilities. The Contractor shall brace the excavation, utilizing inter-locking type sheet piling, tunnel liner plates, walers, bracings or combinations thereof, to form a continuous wall and adequately retain the earth. Prior to commencing the operation, the Contractor shall submit to the Engineer for his information only, his plan for supporting the excavation. The concrete walls may be poured against the bracing if the bracing is left in place. In lieu thereof, the space between the bracing and/or the excavation and the exterior of the pumping station walls may be backfilled as specified hereinafter. The sheet piling, liners, or other members, except for those members within 15 feet horizontally of the diversion box, may be pulled after all concrete in the walls has attained a minimum compressive strength of 3,000 psi. These members must be left in place below Elevation 535.0. Backfill of the space between the bracing and/or the excavation and the exterior of the pumping station may be with granular material or job-excavated material, except the top 10 feet which shall be backf illed with job-excavated material. All backfill shall be placed in layers not to exceed 12 inches in thickness prior to compaction. Granular backfill shall be as specified in Paragraph 3, Section II, "GRANULAR MATERIAL FOR BACKFILL." Each layer of granular material shall be inundated by jetting with water and thoroughly U compacted with immersion-type vibrators to 75 per cent relative density as determined by procedures outlined in ASTM Specification D2049. Vibrators shall not be removed from the mass until the water jet has been removed. All job-excavated material shall be compacted with mechanical equipment to 90 per cent modified Proctor optimum density. c. Excavation - Trench for Sewer Pipe and Force Mains. In order to avoid superimposed loading in excess of the designed and specified sewer pipe strength and to provide sufficient room for proper installation and bedding of sewer pipe, the trench widths for the sewer pipe sizes used shall be kept within the limits specified as follows: III-4 Inside Pipe Minimum Width of Trench Maximum Width of Trench 12" Diameter At Center of Pipe Above Outside Top of Pipe 611 - 8" 20" 30" 10" - 12" 24" 30" 15" - 18" 30" 34" 21" - 24" 36" 42" 27" - 30" 40" 48" 36" - 42" 58" 66" 48" - 54" 70" 78" * Where the 54-inch outfall sewer is to be constructed in a common trench with the twin force mains, the sewer trench width at the flowline elevation of the force mains shall not exceed 78 inches. If it becomes necessary to reduce the earth load on the trench banks to prevent sliding and caving, it will be permissible to cut the trench banks back on a slope above an elevation 2 feet above the outside top of the pipe. Under no circumstances, however, shall the specified maximum width 12 inches above the outside top of the pipe be exceeded, except at points where the combined superimposed earth and live loads on the pipe are sufficiently low to permit an increase in the specified maximum trench width, and then only where such an increase in trench width is authorized by the Engineer. Except where special bedding is required and except as specified herein, rough excavation for sewer and drains shall not be carried lower than a dis- tance equal to 1/10 of the nominal pipe diameter or 2 inches, whichever is the greater, above the specified trench grade elevation, and the remainder of the excavation shall be done by the pipe layer immediately* prior to in- stalling the pipe, using the final excavation to firm up on each side of the pipe previously laid. Where the trench bottom is hard clay or other material that cannot be readily handled by the pipe layer, the last 2 inches may be loosened by hand ahead of the pipe layer but shall not be removed from the ditch. The bottom of the trench shall be generally shaped to fit the outside surface of the pipe in such a manner that the pipe will be in continuous con- tact with, and have a longitudinal bearing on the soil for the full length of the pipe, except for such distance as is necessary for bell holes and the proper sealing of the pipe joints. In any case, the longitudinal bearing of the pipe on soil shall be not less than 3/4 of the distance between pipe joints. The pipe subgrade shall be accurately graded prior to excavating bell holes. The accuracy of the finished grade of the pipe shall be obtained in preparation of the subgrade. A bell hole for each joint shall be excavated by the pipe layer immediately prior to placing the pipe in the trench. Bell holes shall be of such depth that the pipe bell will not come in contact with the bottom of the bell hole. All trenches shall be: so graded that the spigot end of the pipe will be accurately centered in the adjacent pipe bell when laid, without raising or lowering the pipe after installation in the trench. If the soil at the bottom of the trench is mucky of in such condition that it cannot be properly shaped and graded, or if the subgrade material is III-5 .t A y�l `v too soft to properly support the pipe, the Contractor shall excavate below the normal subgrade elevation as directed by the Engineer. Wherever excava- tion is carried below the specified subgrade, at the direction of the Engineer, the Contractor shall provide and install a granular fill thoroughly tamped into place up to an elevation sufficient to prepare the subgrade as specified in the preceding paragraph. Where water occurs in trenches, they shall be excavated to a depth of approximately 6 inches below grade and backfilled with granular material s; similar to the free-draining material required for backfill to a point ap- proximately 1/10 of the internal pipe diameter or 2 inches, whichever is the greater, above grade. Pumps shall then be kept operating, taking suction out of a sump below the gravel so as to hold the water level well below the bottoms of all bells until the joints have been made and allowed to set sufficiently so that water will not injure them. Where rock or other hard material occurs in the trench at the planned grade of the bottom of the pipe in such way that any portion of the pipe would rest on rock, or hard material, or where in the opinion of the Engineer it is necessary, the excavation shall be carried to a depth of 6 inches below the planned grade. The trench shall then be refilled with granular bedding material, thoroughly compacted to a point approximately 1/10 the nominal pipe diameter, or 2 inches, whichever is the greater, above grade and the bottom of the trench hand-graded as previously specified. The Contractor will be required to keep the sides of the excavation vertical, except as hereinbefore provided. Shoring shall remain in place until the backfill has proceeded to a point where it can be safely removed, except that if, in the opinion of the Engineer, damage is likely to result from withdrawing sheeting and shoring, it shall remain in place. Pipe lines to be laid in, or under, compacted fill shall not be laid until the fill is completed or the cover over the top of the pipe will be 2 feet. The trench for the pipe shall then be cut in the fill and the pipe installed. d. Excavation - Trench for Water Pipes, Gas Pipes, and Conduits. Trenches shall be dug so that all pipes and conduits can be laid to the align- ment and depth required. Trenches shall be braced and drained so that the work may be carried on safely and efficiently. The width of trenches shall be ample to permit the pipe or conduit to be laid and ,jointed properly and the backfill to be placed and compacted. Where sheeting and bracing of the trench is required, the trench shall be of such additional width as to permit placing of the pipe between the sheeting and bracing. Where bell-and-spigot pipe is used, bell holes shall be provided in the trench to relieve the bells of all strain. The trench shall be excavated to the depth required so as to provide a . uniform and continuous bearing and support for the pipe on solid and uninter- rupted ground at every point between bell holes, except that it will be 111-6 permissible to disturb and otherwise damage the subgrade surface near the middle of each length of cast-iron pipe to permit the withdrawal of pipe slings or other lifting equipment for handling the pipe. Any part of the bottom of the trench excavated below the specified subgrade shall be cor- rected with suitable material thoroughly compacted as directed. The finished subgrade shall be prepared accurately by means of hand tools. Water lines and gas lines shall have a minimum cover of 3 feet 6 inches unless otherwise shown on the Plans. Where the bottom of the trench at subgrade is found to be unsuitable for the subgrade upon which the pipe is to be laid, the Contractor shall excavate and remove such unsuitable material to the depth required before the pipe is laid. Backfilling of over-excavation shall be carried out as specified above. e. Fill and Backfill. Fill and backfill shall be placed as shown on the drawings to provide the finished grades shown on the Plans. All fill to be placed under structures at the Water Pollution Control Plant site shall be granular material. Other areas to be filled may be filled with granular material or nongranular material, except that the top 10 inches of all lawn areas shall be topsoil. The Contractor shall make arrangements to obtain suitable material to provide the required finish grades. Suitable excess excavation from the Walnut Street Pumping Station as well as material from borrow areas on the plant site as shown on the Plans, may be utilized for fill material at the Water Pollution Control Plant. The lump sum contract price bid shall include 2,000 cubic yards of off-site borrow. Except as otherwise specified or required, all fill and backfill shall be made with suitable earth free from debris, lumps, and perishable materials in quantities considered excessive by the Engineer. Materials shall be processed so that the material in each layer of fill and backfill shall con- tain the amount of moisture required for compaction as hereinafter specified. The moisture content shall be as uniform as practical throughout the layer. No frozen material shall be placed as fill or backfill nor shall fill or backfill be placed upon or against frozen surfaces. All materials shall be placed by methods hereinafter specified or as otherwise approved by the . Engineer. Backfill shall not be placed upon or against concrete surfaces, prior. to 14 days after placing of the concrete and then only after approval of the Engineer. Backfill shall be brought up evenly on each side of struc- tures as far as practical. Prior to placing backfill, forms for concrete shall be removed and the excavation shall be cleaned of trash and debris. Prior to placing any fill, the ground to be occupied by the fill shall be cleaned of all trees, trash, or other objectionable material and the sur- face scarified to a depth of 6 inches to permit proper bonding. Fill and backfill shall be placed or spread in layers not more than 8 inches in thickness prior to compaction and compacted with rubber-tired or III-7 s`t i tamping rollers or vibrating equipment, except as specifically noted otherwise in these Specifications. The Contractor shall process the fill material as required to bring it to approximately the correct water content for optimum compaction. Material to be placed that is too wet for proper compaction shall be spread and permitted to dry assisted by scarifying or other suit- able means, if necessary, until the moisture content is reduced to a value satisfactory to the Engineer. When material is too dry, the Contractor shall immediately before placing and spreading of the material for compaction, wet the rolled surface of the preceding layer of the foundation. After placing and spreading the dry material on the wet surface, it shall be sprinkled and harrowed prior to compaction. Fill and backfill to be placed within 2 feet of vertical concrete sur- faces of structures and in other areas that cannot be compacted as described above, shall be placed in uniform horizontal layers not to exceed 4 inches in thickness before compaction. Each layer shall be thoroughly compacted with approved mechanical tampers before the next succeeding layer is placed. Trenches for pipes and conduits shall be backfilled as follows: The pipe shall be covered to a depth of one foot above the top of the pipe with the material free from cinders, ashes, refuse, boulders, rocks, or other un- suitable material and tamped in 6-inch layers. If the Contractor so desires, he may use crushed limestone and screenings to a level of one foot above the top of the pipe as a substitute for the required careful tamping. If the pipe lies beneath existing pavement, proposed pavement, driveway or sidewalks, the balance of the backfill shall be carried out with granular material. The balance of backfilling for all other pipe and conduit trenches on shall be with granular material or with excavated material jetted to consoli- date the backfill. The Contractor shall be responsible for all settlement of backfill in trenches. He shall refill trenches as often as necessary to bring them up to original or planned finished grade. All granular fill to be placed under structures to be constructed, under pipelines to be constructed, or under proposed drives to be constructed shall be compacted to 75 per cent relative density as determined by procedures out- lined in ASTM Specification D2049. All non-granular material under proposed pavement shall' be compacted to 90 per cent modified Proctor optimum density. All other fill shall be compacted to 85 per cent modified Proctor optimum density. Tests for compaction shall be made for every 50 cubic yards of compacted fill to be placed beneath structures, for every 50 cubic yards of fill placed beneath piping and under proposed pavement, and every 500 yards of fill placed in other areas except that if compaction tests made as specified above do not indicate that the proper compaction is being obtained, additional compaction tests may be required by the Engineer. f. General Grading. The site shall be so graded that the entire site will drain without any ponds of water forming. In areas where contours are III-8 , not shown on the Plans, slopes of 20 to 1 shall generally be constructed ex- cept where differences in elevation of 3 feet or more exist. where differences of 3 feet or more exist, the slopes shall be graded to a generally uniform slope between the high and low points. on g. Excavation - Classification, Measurement and Payment for Changes and Additions. All excavation indicated on the drawings or required by the Speci- fications and 2,000 cubic yards of off-site borrow shall be included in the lump sum contract price bid and will not be classified, measured or paid for separately. ffiffi Should any additions or changes in the Contract require any changes in the amount of excavation required to be done by the Contractor for the con- struction of structures or pipelines, the unit prices for excavation stated in the Contract Agreement shall be used to determine the amount to be added to or to be deducted from the Contract lump sum price except that where over- excavation and backfilling is required in accordance with Section III, Para- graph lla, the excavation shall be included in the cost of overexcavation and backfilling. All excavation where the Contractor is required to operate dewatering equipment, such as pumps or well points, will be classified as wet excavation. All other excavation shall be classified as dry excavation. All excavation for sewer pipe required to be excavated by hand by the Specifications shall be classified as hand excavation. All other excavation . which, in the opinion of the Engineer, cannot reasonably be excavated by machine shall be classified as hand excavation. All excavation not classified as hand excavation shall be classified as machine excavation. The amount of excavation to be measured for payment shall be excavation not indicated on the Plans or reasonably inferred from the Plans and/or Specifications. The amount of excavation to be paid for shall be based on the actual net amount of changed cubic yards of material moved to do the work. The prices for excavation shall include all shoring, dewatering, back- filling, maintenance of back ill, disposal of waste material, and all other work incident thereto. Should the amount of off-site borrow vary from the allowance included in the lump sum contract price, the unit price stated in the Contract Agree- ment shall be used to determine the amount to be added to or to be deducted . from the contract lump sum price. The volume of off-site borrow will be the uncompacted volume of fill material as measured in the trucks utilized to transport the material to the site. 12. CONCRETE: The Contractor's attention is called to the fact that the Specifications for Class A and Class B concrete carry three limiting factors, all of which shall be complied with. These factors are: (1) minimum strength, (2) minimum volume of cement per cubic yard of concrete, and (3) maximum volume of water per sack of cement. III-9 a. Classes of Concrete. Class B concrete may be used for blocking or encasing pipelines. All other concrete used on this project shall be Class A Ok ,t concrete, unless otherwise specifically noted on the Plans. b. Class A Concrete. Class A concrete shall have a minimum compressive strength of 3,500 pounds per square inch in 28 days and shall consist of the mixture which results in one cubic yard of concrete to each batch of fire and coarse aggregate and water used to each six sacks of cement. Water shall be limited to a maximum of 6-1/2 gallons of total moisture per sack of cement. The fine and coarse aggregates for each batch of concrete where monolithic construction is to be carried out shall be accurately weighed; the exact weight of each batch shall be that necessary to produce a dense workable concrete with the yield per sack of cement as herein specified when mixed within the limitations of the amount of water herein specified. All Class A concrete, except that mixed in small batches as defined below, shall include a water-reducing admixture added in an amount and manner recommended in writing by the manufacturer. Where small batches of concrete are to be used and the concrete is mixed on the site, Class A concrete shall be considered as that mixture consisting of 2 cubic feet of dry fine aggregate, not more than 3-1/2 cubic feet of dry coarse aggregate to each sack of cement, mixed with not more than 6-1/2 gallons of total added water. c. Class B Concrete. Class B concrete shall have a minimum compressive strength of 2,000 pounds per square inch in 28 days and shall consist of the mixture which results in one cubic yard of concrete to each batch of fine and coarse aggregate and water used to each four sacks of cement. Water shall be limited to a maximum of 8-1/2 gallons of total moisture per sack of cement. Where small batches of concrete are to be used and the concrete is mixed on the site, Class B concrete shall be considered as that mixture consisting of 3 cubic feet of dry fine aggregate, not more than 5 cubic feet of dry coarse aggregate to each sack of cement, mixed with not more than 8-1/2 gallons of total added water. d. Determination of Added Water. In determining the amount of added water, allowance should be made for the moisture content in the aggregates. In measuring the fine aggregate by volume for small batches of concrete, if the aggregate is wet, allowance should be made for the bulking on account of the presence of moisture. e. Proportioning. The concrete mixtures will be approved by the Engineer from design mix tests. All materials required for these tests shall be supplied by the Contractor from samples taken from the approved source of supply. At any time during the construction period, the relative weights of fine and coarse aggregates as determined by the original mix de- sign may be varied slightly in order to ensure the use of the least amount of fine aggregate which will produce workable concrete with the slumps speci- fied below. The water content of the concrete shall at all times be the minimum necessary to properly place the concrete. It shall be regulated as required to adjust for any variation in the moisture content or grading of the III-10 aggregates. Addition of water to compensate for stiffening of the. conerete before placing will not be permitted. Uniformity of concrete consistency from batch to batch will be required. The amount of the water-reducing retarder admixture shall be varied with temperature as recommended by the manufacturer. ffis All concrete shall be proportioned by weight. Allowance must be made for the weight of moisture in the aggregates in order to determine the amount of additional water required for the given concrete mix design. f. Air-Entrained Concrete. No admixture other than the approved air- entraining admixture shall be used in the concrete. The air-entraining admixture shall be added to the concrete during the process of mixing. The agents shall be accurately measured and dispensed by means of an approved adjustable mechanical dispenser which will automatically and gradually dis- charge the required amount of material into the mixing water. The entire amount of air-entraining agent shall be fully discharged before all of the mixing water has entered the drum of the mixer. The dispenser shall be so constructed that it can be accurately calibrated for the quantity of agent discharged at various settings and shall be provided with means by which the discharge can be readily diverted from the stream of mixing water to a con- tainer for measurement. Class A concrete shall contain 5 per cent plus or minus 1 per cent of entrained air by volume. Air-entrainment is not required for Class B con- crete. The volume of entrained air in the freshly mixed concrete will be measured by the Engineer by the volumetric method, Test for Air Content of Freshly Mixed Concrete by the Volumetric Method, ASTM Designation C173, or by the. pressure method, Test for Air Content of Freshly Mixed Concrete by the Pressure Method, ASTM Designation C231. Mixes will be designed for the recommended air content and adequate control shall be provided to keep the air content within the required limits. g. Consistency. The consistency of the concrete shall be such that the slump, when measured according to Test for Slump of Portland Cement Con- crete, ASTM Designation C143, is the lowest compatible with workability and ease of placing. In general, the slump shall not exceed the following: Kind of Work" Maximum Slump in Inches Mass Footings and Slabs 3 Thin Slabs and Thick Walls 4 Walls 15-Inch and Thinner 4-1/2 No additional water shall be added at the site of placement except with permission and under strict supervision of the Engineer and then only in an emergency. Such additional water shall be added only in small increments and then only in the smallest amount necessary within the required limits of con- sistency for the particular work, and shall be uniformly mixed and incorporated into the unplaced concrete before deposition in the forms. III-11 k� f� �•r h. Mixing. Concrete required for blocking, encasement and other uses incidental to the installation of pipe involving small quantities may either be mixed by machine or by hand. All other concrete shall be mixed by machine. i. Mixing by Machine. The mixer to be used shall be so designed as to fm take one complete batch of materials using whole bags of cement only and to mix that batch thoroughly before any portion of it is withdrawn and any por- tion of the succeeding batch is introduced. In no case shall the volume of the batch to be mixed be greater than the amount of materials which can be loaded and mixed in the mixer without any loss during the loading or mixing by spilling. The mixer shall be equipped with a water tank accurately cali- brated so that the required amount of water can be added to each batch, and with a batch meter or other suitable attachment for satisfactorily locking r the discharging device so as to prevent the emptying of the drum until all of the materials have been mixed together for the minimum time required. After all the ingredients including water, have been placed in the drum, they shall be thoroughly mixed in the mixer for a period of not less than one minute. During this period the drum shall make not less than 14 nor more than 20 revolutions per minute. J. Central Plant Concrete Mixing. In lieu of mixing on the job by machine or by hand, central plant concrete will be permitted, provided the concrete conforms to the proportioning hereinbefore specified, is mixed at a central plant or in transit in equipment approved by the Engineer, and in conformity with current ASTM Specifications for Ready-Mixed Concrete (C94) . The concrete shall be delivered to the job in batches of such size that it can be conveniently handled without setting up during placing, without seg- regation of aggregates, and of satisfactory consistency to ensure a uniform concrete mixture when placed. k. Hand Mixing. Where hand mixing of concrete is permitted, it shall be carried out on watertight boards or pans in not more than 2-sack batches. The cement and fine aggregates shall first be mixed dry until a uniform color is obtained. The water shall then be gradually added and the mixture made into a mortar, adding additional water until the desired consistency is reached. The coarse aggregate shall then be spread upon the mortar and covered with mortar. The whole mass shall then be cut through and turned over not less than four times or until thoroughly mixed with a uniform homogeneous mixture obtained before being removed from the mixing board or pan in the place where it is to be deposited. The total amount of water shall not exceed the limitations hereinbefore specified for Class A or Class B concrete. 1. Forms. Forms for concrete shall be rigidly braced so that they cannot bulge or warp and leave an unworkmanlike finished surface. They may be constructed of any material with sufficient strength which will give the finished work a satisfactory surface. They must be sufficiently tight so that mortar cannot escape from the concrete in appreciable quantity. Forms shall be cleaned and be thoroughly moistened or treated with form oil before concrete is placed. All exposed concrete corners shall have 3/4-inch x 45- degree chamfer, unless otherwise noted. III-12 m. Reinforcing. All reinforcing shall be rigidly fastened in the forms prior to the pouring of any concrete in such manner that the steel will be held accurately to the location shown on the Plans. Steel shall be cleaned of rust, scale, oil, or other surface matter before being placed in forms. Fabric reinforcement shall lap one full space plus 2 inches at sides and ends and shall be wired together. n. Wall Fittings and Anchor Bolts. Wall fittings and anchor bolts shall be installed as shown on the Plans. o. Placing. The methods and equipment used for transporting concrete and the time that elapses during transportation shall be such as will not cause appreciable segregation of coarse aggregate, or slump loss in excess of one inch in the concrete as it is placed in the project. Before placing concrete in the forms or in the place of deposit, all debris and foreign materials, soft earth, or mud, shall be removed. Water shall be removed from the place of deposit. No concrete shall be placed in water. Steel or wood forms shall be oiled and treated to prevent adhesion of concrete and damage to the concrete surface upon removal of the forms. Concrete shall be placed as nearly as practicable in its final position to avoid segregation due to rehandling or flowing. Concreting shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the forms and around reinforcing. No concrete shall be used that has partially hardened or has been contaminated by foreign material or that has been retempered. Placing of concrete shall be performed only in the presence of a duly authorized representative of the Engineer unless inspection is waived in each specific case. The temperature of concrete when it is placed shall be not more than 90 degrees F. or less than 40 degrees F. Concrete shall be placed before initial set has occurred. Before depositing concrete on or against concrete which has taken its initial set, the surface of the hardened concrete shall be broken off down to coarse aggregate and wire-brushed to remove foreign matter and laitance. A layer of grout of the same cement-sand ratio as the concrete without coarse aggregate shall be placed to a thickness of 1 to 2 inches on the brushed sur- face after which the new concrete shall be placed immediately. When concreting has once started, it shall be carried on as a continuous operation until the section or structural unit is completed. All concrete shall be thoroughly compacted by vibrators, spading or other suitable means during the operation of placing to ensure that concrete will flow around all reinforcement, embedded fixtures, and into the corners of the forms to give a dense finished product with true surfaces free from honeycombing, segregation and other imperfections. Concrete shall be placed III-13 =�a �r in horizontal layers of no greater depth than 18 inches. Concrete shall be placed at a suitable rate to avoid the formation of unauthorized cold joints. In no case shall vibrators be used to transport the concrete inside the forms. Care shall be taken when placing concrete through reinforcing steel so that the segregation of coarse aggregate is kept to a minimum. In such cases, spouts, elephant trunks, or other suitable means shall be used. The free fall of concrete shall be held to a practical minimum and shall not exceed 5 feet at any time. The placing of concrete shall be so planned that horizontal and vertical construction joints are made where shown on the drawings or where approved by the. Engineer (See Paragraph III-15, "INSTALLATION OF JOINT FILLER MATERIALS") . Structural keys shown on the Plans shall have a minimum width of 4 inches and a depth of 1-1/2 inches. The concrete shall be left with a roughened surface for construction joints. Four-inch PVC waterstops shall be placed as shown on the Plans and in construction joints in all structures designed to contain sewage or to prevent leakage from hydrostatic flooding or ground water (see Paragraph III-14, "INSTALLATION OF WATERSTOPS"). Pavement slabs on grade (including the Garage, Tool Room and Toilet Room A floors) shall be placed in panels not to exceed 400 square feet in area and shall be joined to other panels with construction joints as detailed on the Plans. Joints shall be located to coincide with column lines and wall projections where possible. p. Tests. The Contractor shall provide for test purposes, one set of four cylinders taken from each day's pour of each class of concrete poured, except that pours of Class B concrete of less than 3 cubic yards need not be tested. The test cylinders shall be made and cured in accordance with ASTM Specifications C31. Two cylinders shall be broken at 7 days and two cylinders at 28 days in accordance with ASTM Specification C39. Tests shall be made in accordance with the provisions of Section II-1. q. Protection. The Contractor shall protect all concrete against injury until final acceptance by the Engineer. During cold weather all concrete materials and all reinforcement, forms, fill material, and ground with which the concrete will be placed in contact, shall be free of frost or ice and snow.. Whenever the temperature of the surrounding area is 40 degrees F. and falling, no concrete shall be placed unless the Contractor has on hand sufficient, suitable, and approved means of protecting the concrete. Whenever the temperature of the surrounding air is between 40 degrees F. and 32 degrees F. , all concrete placed in the forms shall have a temperature between 50 and 70 degrees F. Adequate means shall be provided for maintaining a temperature in the surrounding air not less than 70 degrees F. for at least three days, or 50 degrees F. for five days. The housing, covering, or other protection used shall remain intact and in place at least 24 hours after artificial heating is discontinued. Care must be used to prevent fire hazards when using heating and no fire or ex- cessive heat shall be permitted near or in direct contact with concrete at Ill-14 any time. Salt or chemicals shall not be used in the concrete to prevent freezing. Whenever the temperature of the surrounding air reaches 32 degrees F. , or lower, concrete shall not be placed except with the approval of the Engineer who shall state the time in addition to that specified herein that artifical heat and protection must be supplied. Whenever the temperature of the surrounding air reaches 20 degrees F. or lower, no concrete shall be placed except for emergencies and only with special permission and super- vision of the Engineer. r. Curing of Concrete. All concrete placed when the temperature is above 40 degrees F. shall be either sprinkled continuously for 72 hours, or shall be covered with burlap which shall be kept moist for at least 72 hours. The use of membrane curing shall be permitted only when approved by the MR Engineer. The membrane curing compound shall be of a type approved by the Engineer. Concrete cured with water ohall be kept continually wet for at least 72 hours immediately following placement of the concrete, or until covered with fresh concrete. The concrete to be cured shall be kept wet by covering with water-saturated material or by a system of perforated pipes, mechanical sprinklers, or porous hose, or by any other approved method which will keep all surfaces to be cured continuously (not periodically) wet. Water curing shall commence as soon as the concrete has hardened sufficiently to prevent damage. Water used for curing shall meet the requirements for water used for mixing concrete. Membrane curing compound shall be applied to formed surfaces immediately after the forms are removed. If any areas require patching, or any other surface treatment, the membrane curing shall not be applied to that area until after the area has been repaired,. The area to be repaired shall be kept continually wet in a method approved by the Engineer prior to the patching or surface treatment of the area. Following the patching or surface treatment and a 24-hour period of water-curing, the area may, at the Contractor's option, be treated with membrane curing compound for the remainder of the curing period. Any membrane curing compound applied to surfaces that require patching or other surface treatment, or to surfaces that are specified to be water- cured as listed above, shall be completely removed by sandblasting. Where membrane curing is used, following removal of the forms, the surfaces shall be thoroughly moistened with water and the curing compound applied as soon as free water disappears. The curing compound shall be applied to unformed surfaces as soon as free water disappears or immediately following finishing where special finishing operations are specified. The curing compound shall be applied in a two-coat continuous operation by approved power-spraying equipment and at a uniform coverage of not more than 300 square feet per gallon for each coat. All concrete surfaces on which the curing compound has been applied shall be adequately protected for a period III-15 ;ern r` of 72 hours from any cause which will disrupt the continuity of the curing membrane. Any curing membrane damaged during the 72-hour period shall be 1.� restored as directed by the Engineer. s. Finishing. Immediately after removing the forms, all fins or irreg- ular projections shall be removed from all surfaces. On all surfaces the area of cavities produced by form ties, holes, honeycombing, broken edges or corners, and other surface defects, shall be cleaned and carefully filled, pointed, and troweled to a true uniform smooth surface with sand-cement mortar mixed in the proportions used in the grade of concrete being furnished. De- fective concrete as determined by the Engineer shall be repaired by cutting out the unsatisfactory material and placing new concrete which shall be secured with keys, dovetails or anchors. Concrete for patching shall be drier than the usual mixture and shall be thoroughly tamped into place. All exposed concrete surfaces, that is, those surfaces which will be visible after the project is in operation (except floor slabs and sidewalks) shall be finished in the following manner: Forms shall be removed from such surfaces as soon as structurally possible, as approved by the Engineer, and all depressions or imperfections immediately patched as described above. The surface shall then be machine or hand-rubbed until the entire surface has a smooth, homogeneous pleasant-appearing finish of uniform texture and color. Any delay in patching or rubbing such surfaces shall be cause for rejection of the entire structure or for requiring the surfaces to be ground smooth and painted. In lieu of finishing the interior walls of the pumping station at the Sewage Treatment Plant by rubbing, the Contractor may finish them by plaster- ing the surfaces using a high strength bonding agent such as Perma-Lok manu- factured by Sinclair Paint & Chemical, Inc. The material for plastering shall be as follows: 200 pounds Special Finishing Hydrated Lime 94 pounds Portland Cement 500 pounds Silica Plastering Sand or Marble Dust da A thin coat of this mixture shall be applied to all surfaces and be doubled back with the same mixture brought out to make a flat surface and floated to a true plane. The Contractor shall advise the Engineer in writing prior to the start of pouring the concrete work if he proposes to use this method of finishing. No mortar or wet cement shall be used in finishing except the mortar necessary to fill imperfections. Edging tools shall be used on all exposed top edges. Floors shall be brought to a true grade with a straightedge and roughly finished with a wooden float. After the concrete has hardened sufficiently to prevent an excess of fine material working to the top, the surfaces shall be troweled with steel trowels until the surface is smooth and regular. No additional cement shall be added during finishing. III-lu t. Sidewalks. Concrete for walks shall receive a wood float finish. Premolded expansion ,points of 1/2-inch thickness extending through the walks shall be installed where walks abut or adjoin vertical concrete sur- faces at the intersections of walks, and at approximately 30-foot centers along the walks. The surface of the walks shall be grooved transversely at approximately 5-foot intervals to a depth of at least 3/4 inch. Edges of walks and joints shall be neatly finished with a slightly rounded edging tool and shall be true to line. Sidewalks shall be not less than 4 inches thick. u. Measurement and Payment of Concrete and Reinforcing Steel for Changes and Additions. All concrete and reinforcing steel shown on the Plans or required by the Specifications shall be included in the lump sum contract price and will not be measured or paid for separately. Should any changes or additions to the Contract require any changes in the amount of formed concrete or reinforcing steel to be provided by the Contractor, the unit prices for formed concrete and reinforcing steel stated in the Contract Agreement shall be used to determine the amount to be added to or to be deducted from the contract lump sum price. The volume of concrete to be paid for shall be determined by the re- quired dimensions for the formed concrete provided to the Contractor by the Engineer. The weight of steel to be paid for shall be determined by the actual weight of reinforcing steel installed. The unit price for formed concrete shall include all materials, forms, mixing, placing, curing, finishing and all other costs incident thereto. The unit price for reinforcing steel shall include all material and labor and all other costs incident thereto. 13. GROUTING: The grout to be swept into the clarifier floors and grout placed against hardened concrete prior to placing fresh concrete shall not contain an expan- sion material. Grout used to set equipment, fill in around pipes through concrete walls, and in all other locations directed by the Engineer (except as specifically noted otherwise above) shall contain an expansion agent. Grout without an expansion agent shall consist of the same proportion of materials as used for Class A concrete, except without the coarse aggregate. Grout with an expansion agent shall consist of one part cement to one part sand. Intraplast-C shall be added in the amount and by the method recom- mended by the manufacturer. Only sufficient water shall be added to make the mix workable. Grout with the expansion agent shall be carefully placed III-17 ;47 to completely fill the space being grouted. The grout shall be packed into the space using caulking tools to fill the space and make a dense finished grout. 14. INSTALLATION OF WATERSTOPS: s; PVC or rubber waterstops shall be provided where shown on the Plans. All waterstops shall be placed to provide a continuous barrier to the flow of water across a joint in the concrete structure and shall be installed in `r= strict conformance to the recommendations of the manufacturer. ;)J: PVC waterstops shall be attached to the forms with double headed nails at approximately 6-inch centers so that the waterstop is held flat against =~' the form. PVC waterstops shall be spliced with heat. Prefabricated fittings shall be used and only butt joints made in the field. All jointing shall be done by skilled, experienced workmen. Rubber waterstops shall be securely fastened to forms in such position that one bulb will be embedded in each of two adjoining slabs or walls. Center bulbs shall be placed in the joint. Lengths of rubber waterstops shall be joined with rubber cement or by vulcanizing so that the waterstop is continuous and watertight when installed. Prefabricated fittings shall be used. All jointing shall be done by skilled, experienced workmen. 15. INSTALLATION OF JOINT FILLER MATERIALS: A premoulded expansion joint filler shall be provided where slabs on grade abut a vertical surface. One-half-inch ,joint filler material shall be used at interior slabs, 1-inch at exterior slabs. All joint filler material shall be installed in strict conformance to the recommendations of the manufacturer. 16. INSTALLATION OF EXPANSION SHIELDS AND BOLTS: Expansion shields and bolts shall only be used where shown on the Plans or where approved by the Engineer and shall not be used in place of anchor bolts to secure machinery. Expansion shields shall be installed in strict accordance with the manufacturer's instructions. 17. HANDLING AND ERECTION OF STRUCTURAL STEEL: The Contractor may store his fabricated material at the site of the work, at an approved storage yard, or at his shop. He shall be fully responsible for its custody and care and shall unload and store it in a careful and accessible manner .so as to prevent injury by rusting or otherwise, and to prevent the loss of minor pieces. Stored material shall not be allowed to rest on the ground or in wet places, but shall be placed on suitable skids arranged so as to prevent bending or distortion. Material which has been stored for such a length of time as in the opinion of the Engineer necessi- tates repainting shall, without additional compensation, be repainted by the Contractor. III-18 All workmanship shall conform to the current rules and practices set .forth in the AISC Code of Standard Practice for Steel Buildings and Bridges and the Specification for the Design, Fabrication, and Erection of Struc- tural Steel for Buildings. Welding shall be in accordance with the "Standard Code for Arc and Gas Welding in Building Construction" of the American Welding Society. All material shall be clean and straight. If straightening or flattening is necessary, it shall be done by a process and in a manner that will not injure the material. Sharp kinks or bends shall be cause for rejection. The steel members shall be erected true and plumb to the required lines and grades. Temporary bracing shall be used wherever necessary to take care of all loads to which the structure may be subjected, including erection equipment and its operation. Said bracing shall be left in place as long as may be required for safety. Wherever piles of materials, erection equipment or other loads are carried on the structure during erection, proper provisions shall be made to take care of stresses resulting from such loads. All column base plates shall be set on leveling nuts or steel shims to a true and level plane. The use of wooden wedges will not be permitted. Grouting shall be as specified under Paragraph III-13, "GROUTING." All field connections shall be unfinished bolted unless the connection is detailed as field-welded or high strength (H.S.) bolted. Handrail connec- tions shall be with unfinished bolts. Field connections of beams not detailed in the drawings shall be "Framed Beam Connections" as listed in Table I and III of the AISC Manual, Part 4. A minimum of two 3/4-inch bolts or equivalent welds shall be provided for all connections. At least one washer shall be provided per bolt at each connection. Any shop paint on the surfaces adjacent to joints or connections which will require field welding shall be adequately removed so as to expose clean steel for a distance of at least 2 inches on all surfaces and sides of the joint. In erecting the steel work, all joints shall. be drawn up using erection bolts in the field holes. All work shall be plumbed before final welding or bolting is begun. As erection progresses, the work shall be securely bolted to take care of all dead load, wind and erection stresses. Light drifting will be permitted in order to bring the parts properly together, but no drifting for matching misaligned holes will be permitted. All misaligned holes shall be reamed or drilled. Any error in the shop work which prevents the proper assembling and fitting up of the parts by moderate use of drift pins shall cause the de- fective part to be immediately rejected. 111"19 f' r� Bolted parts shall fit solidly together. Holes shall be no more than t' 1/16 inch in excess of the bolt diameter. The contact surfaces, including those adjacent to the washers, shall be free of dirt, oil, loose scale, paint or any other defects. Contact surfaces shall not be painted. �z Field connections using high strength bolts shall be in accordance with the specifications " " p ions for Structural Joints Using ASTM A325 Bolts approved by the "Research Council on Riveted and Bolted Structural Joints of the °z Engineering Foundation," and endorsed by AISC. The method for tensioning the bolts by the "turn of the nut" method is quoted below: r "(d) Turn-of-Nut Tightening. When the turn-of-nut method is used to provide the bolt tension specified in 5(a) , there ' shall first be enough bolts brought to a "snug tight" condition to insure that the parts of the joint are properly compacted, that is, brought into full contact with each other. Snug tight shall be defined as the tightness attained by a few impacts of an impact wrench or the full effort of a man using an ordinary spud wrench. Following the initial step, bolts shall be placed in any remaining holes in the connection and brought to snug tightness. All bolts in the joint shall be tightened additionally by the applicable amount of nut rotation specified in Table 3, with tightening progressing sys- tematically from the most rigid part of the joint to its free edges. Table 3. Nut Rotation* From Snug Tight Condition Disposition of Outer Faces of Bolted Parts Both faces normal One face normal Both faces sloped to bolt axis to bolt axis; one 1:20 from normal sloped 1:20 (bevel to bolt axis (bevel washers not used) washers not used) 1/2 turn 3/4 turn 1 turn *Nut rotation is rotation relative to bolt regardless of the element (nut or bolt) being turned. Tolerance on rotation; 1/6 turn (60°) over; nothing under. For coarse thread heavy head bolts of all sizes and lengths and heavy semi-finished nuts." III-20 The Contractor shall furnish and install all bar joists and bridging and all other labor, materials, plant and equipment necessary to construct the bar ,joist roof system complete, as shown on the Plans and as covered in these Specifications. All workmanship shall conform to the current "Standard ffis Specification for Open Web Steel Joists, H Series" of the Steel Joist In- stitute and AISC. All ,joists shall be clean and straight and shall be erected to the dimensions shown on the Plans. Bent, twisted or otherwise damaged ,joists shall be cause for rejection. Joists shall be welded to steel support beams except as otherwise detailed on the Plans. Joists supported on masonry walls shall be anchored with 2-1/2-inch diameter bolts as shown on the Plans. Horizontal bridging shall be provided. 18. CONSTRUCTION OF SERVICE DRIVES: a. General. The service drive and parking areas shall be constructed as shown on the Plans and shall consist of a 4-inch thick asphaltic base course, a 2-inch thick asphaltic concrete wearing course and 18-inch curbs and gutters where shown on the Plans. After the final course has been placed, no vehicles will be permitted to use the drive for parking, delivery of materials, etc. Any damage to the base course prior to the placing of the wearing surface shall be repaired to the satisfaction of the Engineer. b. Preparation of Subgrade. The area for the proposed drives, roads and parking area shall be excavated or filled as required to provide a finished wearing surface to the elevations shown on the Plans. The area shall be rolled and compacted to the satisfaction of the Engineer. All soft and yielding spots shall be removed to a depth of not to exceed 2 feet, and all vegetable substances or unsuitable material shall be removed, and the resulting spaces shall be refilled with approved stable material. The sub- grade shall again be rolled until no depressions occur. c. Construction of Asphaltic Base Course and Surface Course. The asphaltic concrete constructed under these Specifications shall consist of mineral aggregate and asphalt cement combined, mixed and placed as herein specified. The mixture shall be laid on the prepared subgrade after the curb and gutters, where required, are in place, so that after compression the width and thickness will be of the form and dimensions shown on the Plans. The base course and surface course shall be placed in accordance with the requirements of Missouri State Highway Standard Specifications Section 43 and the following. Where there is a disagreement between Section 43 and requirements contained in this Specification, this Specification shall govern. No inspection laboratory, as provided in Section 43.3.12 of the Highway Standards, shall be required. No prime coat shall be required if successive courses are placed without traffic being allowed to use the road. If por- tions of the base course are used during construction as an access, a prime coat shall be required prior to placing the next course of asphalt. ' III-21 tY i'. The completed base course shall have a total compacted thickness of not less than 4 inches. The surface shall not vary more than 1/4 inch from r grade by a 20-foot straightedge applied to the surface parallel to the f, centerline of the pavement. Areas of the base which show more than the allowable variation will be built up or removed as necessary to comply with this requirement to the complete satisfaction of the Engineer. The completed surface course shall have a total compacted thickness of not less than 2 inches. The compacted surface shall be smooth and true to the specified crown and grade. The finished pavement shall be free from depressions exceeding 1/8 inch as measured with a 10-foot straightedge paralleling the centerline of the roadway. No traffic shall be permitted on the finished pavement until permitted by the Engineer. The asphaltic concrete mixture shall not be spread unless the temperature is 40 degrees F. and rising, and only upon a surface which is dry and when weather conditions are suitable. The mixture shall be delivered to the job 1 at a minimum workable temperature. The mixture shall be dumped in the center of the paver hopper and care exercised to avoid overloading and slopping over of the mixture upon the suograde or base. The mixture shall be spread by means of a mechanical spreading and finishing machine of a type that will uniformly spread the mixture to obtain the required compacted thickness shown on the Plans. The spreading and finishing machine shall spread the mixture and strike it off so that the surface is smooth and true to cross section, free from all hollows and irregularities, and of uniform density throughout. The asphaltic concrete shall be laid in two lanes one-half width of the completed pavement, between curb and gutter, except at parking areas. In deep or irregular sections, intersections, turnouts or driveways, where it is impractical to spread and finish the base, leveling, or surface courses by machine methods, the Contractor may use approved spreading equip- ment or acceptable hand methods as directed by the Engineer. When the mixture is to be spread by hand, upon arrival at the job it shall be dumped upon a steel dump board outside of the area on which it is to be spread. Immediately thereafter it shall be distributed into place by means of hot shovels and spread with hot rakes in a loose layer of uniform density and correct depth. Loads shall not be dumped any faster than they can be properly handled by the shovelers. The shovelers shall not distribute the dumped load faster than it can be handled by the rakers. The rakers will not be permitted to stand in the hot mixture while raking it, except where necessary to correct errors in the first raking, in which case they will be equipped with stilt sandals. The raking must be carefully and skillfully done in such a manner that after the first passage of the roller over the raked mixture, a minimum amount of back patching will be required. After spreading, the mixture shall be thoroughly and uniformly compacted. ! Compaction should begin as soon after the mixture has been spread as possible. Delays in rolling the freshly spread mixture will not be tolerated. III-22 Rolling shall proceed continuously until all roller marks are eliminated and no further compression is possible. To prevent adhesion of the mixture to the roller, the wheels shall be kept properly moistened, but an excess of water or oil will not be permitted. Rollers shall be operated by competent and experienced roller men and must be kept in continuous operation as nearly as practicable in such a manner that all parts of the pavement shall receive substantially equal compaction. Along curbs, manholes, and similar structures and all places not ac- cessible to the roller, thorough compaction must be secured by means of hot tampers and at all contacts of this type the joints between must be effectively sealed. d. Construction of Concrete Curb and Gutter. Concrete curb and gutter shall be constructed with Class A concrete on a prepared subgrade, in one course, in conformity with the lines, grades and dimensions shown on the Plans, and in accordance with these Specifications. All vertical faces shall be formed. The subgrade shall be formed at the required depth below the finished surface of the gutter, in accordance with the dimensions and designs shown on the Plans for the bottom of the gutter. All soft yielding or other un- suitable material shall be removed and the subgrade shall be compacted and finished to a firm smooth surface satisfactory to the Engineer. The forms for this work shall be metal, of the depth of the concrete, straight, free from warp and of sufficient rigidity to prevent distortion due to the pressure of the concrete and other loads incident to the construc- tion operations. The forms shall be substantial and unyielding and shall be so designed that the finished concrete will conform to the proper dimensions and contours. Forms shall be set and maintained true to the lines desig- nated until the concrete is sufficiently cured. Forms shall be thoroughly cleaned, greased or soaped before concrete is placed. Forms shall be jointed neatly and tightly for a distance of at least 150 feet in advance of the point of placing concrete. The mixing, handling and placing, curing and finishing of concrete for curb and gutter shall conform to the requirements for concrete specified above, except that it shall be constructed in sections having a uniform length of 10 feet. The length of these sections may be reduced slightly where necessary for closures, but no sections less than 4 feet shall be per- mitted. The face and top of the curb and gutter shall be floated smooth and the edges shall be rounded as shown in the typical section. Expansion joints shall be provided at least every 30 feet and at the ends of all radius returns. Expansion joints shall be provided with 3/4-inch smooth shear dowels and caps. Expansion ,joints shall be finished with an edging tool. After the concrete has set sufficiently, as determined by the Engineer, the spaces in front and back of curb and gutter shall be backfilled to the III-23 ;75 r required elevation with suitable material which shall be compacted in layers of not more than 6 inches until firm and solid. 4= 19. STRUCTURE SUBDRAINAGE SYSTEM: The subdrainage system around structures shall consist of perforated collection pipe surrounded with gravel with cleanouts and discharge outlets, all as shown on the Plans. The Contractor shall install a drainage blanket of Gravel B to be placed on the subgrade of the structures prior to pouring the base slab. In the event the drainage blanket is flooded with mud, it t j. shall be replaced at the Contractor's expense. The drainage blanket shall be covered with a layer of roofing paper prior to placing the concrete over the gravel blanket. The drainage collection pipe shall be installed in a gravel filter bed as shown on the Plans. The sections of pipe shall be firmly joined together using couplings and/or fittings. Care shall be exercised during construction to prevent the entrance of muddy water or other material into the pipes and drainage system that would clog the drainage. 20. PLACEMENT OF ROCK FOR WALLS AND RIVER REVETMENT: a. Rock for Wall. All stonework shall be installed by experienced stone craftsmen as shown on the Plans. The facing pattern shall be random rubble. Stones shall be selected for tight joint fit. The Contractor shall construct for the approval of the Engineer., a sample panel of approved stone approxi- mately 4 feet 0 inches x 4 feet 0 inches at a location on the site designated by the Engineer. Mortar shall only be used to hold stones in place on riprap backing. No full bed joints shall be used and no mortar shall be exposed on the sur- face of the facing stone or at the faces of joints. Mortar shall consist of one part portland cement, 10 parts lime by volume, and 3 parts of dry natural sand. Corner and top stones shall be selected first to produce straight, uni- form corners and edges. Bond at corners shall be staggered to give a minimum exposed edge of stone 5 inches thick. The top edges of the stones at the top of the wall shall be dressed to produce a straight, horizontal line on the facing stone. At the completion of the stone wall, the Contractor shall remove all surplus stone, chips, broken mortar and other debris of rubble work. b. Rock for River Revetment. The toe trench revetment of the north bank of the Missouri River shall be restored to the condition existing prior to construction of the Missouri River force mains by others in 1967. The previous contractor was directed not to replace the revetment in the vicinity of the location of the 54-inch outfall sewer. The stone shall be placed in accordance with the requirements of the Kansas City District Engineer's Office r III-24 of the Corps of Engineers. The Contractor shall obtain approval from the Corps of Engineers of the stone to be used and shall notify the Corps prior to placement in order that they may inspect the placement if they so desire. The rock revetment shall be slushed full of 2,000 psi concrete for a distance of 5 feet (measured horizontally) from the outside edge of the Outfall Sewer. 21. HANDLING AND LAYING CONCRETE AND VITRIFIED CLAY SEWER PIPE: Earh vitrified clay pipe shall be set on end and rung before laying and any pipe found to be cracked or damaged shall be plainly marked in such a manner that the marking will not rub or wash off, and shall subsequently be removed from the site. Each concrete pipe shall be carefully inspected for defects. No pipe to be laid in a fill shall be installed until the fill is com- pleted or finished to a point at least 2 feet above the required invert elevation of the pipe. Before laying the pipe, the bottom of the trench shall be carefully graded and prepared and bell holes excavated so that the pipe shall have a uniform support along at least three-fourths of its length. All sewer pipe shall be laid with the bell upgrade. Each pipe shall be laid to the line and grade given by the Engineer, using batter boards set at not less than 25-foot intervals and top line. Except by special permission, no pipe shall be laid except in the presence of an inspector. Each pipe as laid shall be plumbed for line with plumb bob, and graded with a grade stick for elevation. The accuracy of the finished line and grade of the pipe shall be obtained in the preparation of the subgrade. Care shall be taken that each spigot is properly centered in the bell of the preceding pipe and that each pipe is solidly bedded so that settlement will not subsequently occur. As the work progresses, the interior of the sewer shall be cleared of all dirt and superfluous material of every description. Laying and backfilling of all sewer lines laid in trenches shall follow the excavation of trenches as closely as practicable. Water shall not be allowed to accumulate in trenches while pipe is being laid. Work on sewers crossing roads. shall be done in such a manner as to interfere as little as possible with the movement of traffic on the roads. iPipe shall be laid through line manholes, and the upper half removed after the invert is completed, unless half-pipe is used. For reinforced concrete pipe, the gasket shall be a continuous rubber ring and shall be the sole element depended on to make the joint watertight. Gaskets shall be properly placed on the clean spigot end of the pipe with the proper adhesive. Before assembling or sending "home" the pipe in the trench, the exposed gasket surfaces shall be coated with lubricant. No petroleum product shall be used as a lubricant. For vitrified clay pipe, the pipe shall be so handled and stored that . the jointing material will not be deformed or damaged. The joints shall be III-25 1 tv} Y connected by first brushing the proper lubricant sealer on the clean mating surfaces as recommended by the pipe manufacturer. The spigot end shall be centered on grade into the bell end of the downstream pipe and shoved "home." The pipes shall be jointed not later than five minutes after the application of the lubricant sealer. All sewer pipe shall be laid and handled so that the allowable infiltra- tion shall not be exceeded as measured by the tests hereinafter described. Upon completion of a section of the sewer, the Contractor shall dewater it and conduct a satisfactory test to measure the infiltration for at least two hours. The amount of infiltration, including manholes and connections, shall not exceed 500 gallons per inch-diameter per mile of sewer per twenty-four hours. The Contractor shall be responsible for the satisfactory watertight- 'r ness of the entire section of sewer and shall satisfactorily repair all joints or other locations that are not sufficiently watertight. For making the infiltration tests, underdrains, if used, shall be plugged and other groundwater drainage shall be stopped to permit the ground water to return to its normal level insofar as practicable. Allowance shall be made for water which may enter the sewer through pipe connections and inlets during the infiltration test. As required, suitable bulkheads shall be installed to permit the test of the sewer. Where the groundwater level is less than one foot above the top of the pipe at its upper end, the sewers shall be subjected to an internal pressure by plugging the pipe at the lower end and then filling the pipelines and manholes with clean water to a height of 2 feet above the top of the sewer at its upper end. The rate of leakage from the sewers shall be determined by measuring the amount of water required to maintain the level 2 feet above the top of the pipe for a period of at least 2 hours, commencing one hour after the pipe- line filling is completed. Leakage from the sewers under test shall not exceed the requirements for leakage into sewers as hereinbefore specified. The Contractor shall construct such weirs or other means of measure- ments as may be required, shall furnish water, and shall do all necessary pumping to enable the tests to be properly made. Should the sections under test fail to meet the requirements, the Con- tractor shall do all work of locating and repairing leaks and retesting as the Engineer may require without additional compensation. 22. MANHOLE CONSTRUCTION: Manholes shall be built of brick to the dimensions and at the locations as shown on the Plans or as directed by the Engineer, as rapidly as the con- struction of the sewer will permit. All bricks in each course shall be I11-26 �1 headers and break joints with those in the adjoining course. Each brick shall have full mortar joints on the bottom and sides, which shall be formed at one operation by placing sufficient mortar on the bed and forcing the brick into it. Horizontal joints shall not exceed 3/8 inch and vertical joints on the inside of the manholes shall not exceed 1/4 inch. The mortar for the brick work of the manholes shall be made of one part of portland cement and three parts of sand, complying with the fine aggre- gate specifications hereinbefore described, The sand and cement shall be thorough mixed dry, and the necessary quantity of clean water shall be added so as to produce a stiff mortar of the proper consistency, which mix shall be thoroughly worked with proper tools. All joints on the inside of the manholes are to be carefully rubbed full and struck as the manhole is built up. Upon completion of each manhole, all waste mortar and debris shall be immediately removed from the bottom and the invert shaped to the dimensions shown on the Plans and all bottom joints struck or pointed. The jointing of the brickwork shall be such that the manhole will be watertight so that no groundwater infiltration through the manhole joints will occur. The outside of the manhole shall be covered with a mortar plaster coat 1/2 inch thick. A single rowlock shall be turned over all incoming and outgoing pipes. The inverts of all manholes located at changes in alignment of the sewer shall be shaped to the incoming and outgoing pipes and smoothly curved from pipe to pipe to the top of invert at springline. On line manholes, pipe shall be laid through the manhole and the upper half removed after the invert has been completed. Half pipe may be used. As an alternate, manholes may be built of Class A concrete, precast or poured in place except that all manholes shown on the Plans as "Sealed Manholes" must be of concrete. Joints of precast manhole sections shall be formed entirely of concrete employing a rubber gasket conforming to ASTM Designation C443. Joints shall be self-centering. The gasket shall be the sole element utilized in sealing the joint. Plans for concrete manholes must be approved by the Engineer. Forms may be of steel or clean lumber, assuring a smooth finished surface. During the construction of each manhole, cast-iron steps conforming to the specifications for cast-iron manhole steps hereinbefore described, shall be set in place on the inside of the manhole, at the spacing shown on the Plans. The top step shall not be more than 2 feet below the top of the man- hole. The ends of the steps shall be firmly built in the wall, allowing the steps to project 5 inches from the inside of the manhole. Where shown on the drawings, manholes shall be built over existing sewers and the existing sewer plugged. The sewers requiring plugging will be filled with concrete for a length of not less than 2 feet. Manholes shall be covered with standard cast-iron frames and covers of the dimensions and materials herein specified. Frames shall be set in place and closed with covers. Frames on manholes designated as "Sealed Manholes" on the Plans shall be anchored to the manhole with anchor bolts so that an internal pressure of 2,500 pounds against the cover shall not separate the frame from the manhole. III-27 23. INSTALLATION OF CAST IRON AND DUCTILE IRON PIPE: a. Handling Pipe. Cast iron and ductile iron pipe shall not be dropped, let roll and collide with another pipe, or be subjected to any unnecessary Jar, impact, or other treatment that might crack or otherwise damage the pipe while being transported, unloaded or handled. Proper and suitable tools and appliances for the safe and convenient handling and installing of the pipe and fittings shall be used. Care shall be taken to prevent any coating on the inside of pipe and fittings from being damaged. All pieces shall be carefully examined for defects, and no piece shall be installed which is known to be defective. If a defective piece should be discovered after having been installed, it shall be removed and replaced with a sound one in a satisfactory manner by the Contractor at his expense. b. Cutting Pipe. Cutting of pipe shall be done in a neat manner, without damage to the pipe or to the cement lining therein. Pipe cuts shall be smooth, straight, and at right angles to the pipe axis. All cutting of cast iron pipe shall be done with mechanical pipe cutters. c. Cleaning. The interior of all pipe and fittings shall be thoroughly cleaned before they are installed and shall be kept clean until they are accepted in the completed work. All lumps, blisters, and excess coating shall be removed from the exterior spigot and interior bell surfaces of pipe with mechanical or push-on joints. Such surfaces shall be wire-brushed and wiped clean and dry and free from oil and grease before placing the spigot in the bell. All joint contact surfaces shall be kept clean until the joint- ing is completed. Every precaution shall be taken to prevent foreign material from entering the pipe while it is being installed. No debris, tools, clothing or other materials shall be placed in the pipe. d. Inspection. During installation, while suspended and hanging free, each pipe and fitting shall be inspected for defects and rung with a light hammer to detect cracks. All defective, damaged or unsound pipe and fittings shall be rejected and removed from the site of the work. e. Installation in Trench. Before laying pipe in the trench, the bottom of the trench shall be carefully graded and prepared and bell holes excavated so that the pipe shall have a uniform support along its entire length except at bell holes, and shall not be allowed to rest on hard sup- ports through a portion of its length only. The cover over the pipe shall be a minimum of 36 inches unless otherwise designated on the Plans. At all times when pipe laying is not actually in progress, the open ends of the pipe shall be closed by temporary watertight plugs or other approved means. If water is in the trench when work is resumed, the plug shall not be re- moved until all danger of water entering the pipe has passed. Pump discharge lines and the air suction line to the Pre-Aeration Tank Blowers shall be laid with a continuous positive or negative slope between the centerline elevations shown on the Plans; however, the slope does not , have to be uniform between the designated elevations. The centerline ele- vations of the pipe shall accurately correspond to the elevations shown on III-28 the Plans in locations where elevations are specifically designated. Where no difference in elevation is shown between points, the pipe shall be laid on an essentially flat grade. The centerline elevation of pipe to be laid on a flat grade shall not vary more than 3 inches above or below the desig- nated elevation and successive pieces of pipe shall not be more than one inch above or below the adjacent pieces of pipe. Concrete anchorage or blocking shall be placed behind all tees and bends in the pump discharge lines. to undisturbed earth in the trench. Concrete shall be placed in such a manner that joints can be maintained unless specific permission of the Engineer has been obtained to encase them. Blocking behind tees and 90-degree bends shall be such that an area of concrete three times the cross section of the pipe shall bear against undisturbed earth. All other bends shall have 50 per cent of the above requirement. The cast-iron water lines and pump discharge lines shall be tested to a pressure of 60 psi after the lines have been backfilled. The leakage shall be measured by pumping into the line with a pump capable of maintaining the required pressure and metering the amount of water necessary to sustain the pressure for a period of four hours. The test when so conducted shall indicate a leakage of not more than 50 gallons per inch of pipe diameter per mile per day and no leaks shall become apparent on the surface of the ground. Should surface leaks become apparent, or should the leakage exceed that specified, the leaks shall be located and repaired and the line retested until it fulfills the above requirements. f. Installation in a Structure. All pipe and fittings installed in structures shall be complete in every respect, providing a system which will operate satisfactorily and quietly. All piping connecting to equipment shall be provided with a companion flange, a flexible coupling, a union, or a flanged adapter so that the piping may be readily dismantled from the equip- ment. All piping shall be installed in such a manner that it will be free to expand and contract without injury to itself or its supporting structure. All necessary supports shall be installed to hold the piping and appur- tenances in a firm and substantial manner at the lines and grades indicated on the Plans or specified. Unless otherwise specifically noted, each valve, 3 inches or larger, shall be supported on both sides with a support within 2 feet of the valve, and pipes and fittings shall be supported as follows: Maximum Minimum Nominal Pipe Support Spacing Hanger Rod Size - Inches Feet Inches- 1-1/2 and 2 6 3/8 3 and 4 8 5/8 6 9 3/4 8 to 12 9 7/8 14 and 16 9 1 18 9 1-1/8 20 9 1-1/4 Larger than 20 9 - III-29 �r All pipes shall be supported with pipe hangers as specified unless floor supports are shown on the Plans or specifically approved in writing by the y Engineer. x Unless otherwise shown on the Plans, waterstops shall be provided where ' f1,,5 all cast-iron pipes pass through concrete or masonry walls by using wall cast- ings or brazed steel collars approved by the Engineer. ' g. Mechanical Joints. Mechanical Joints shall be carefully assembled in accordance with the manufacturer's recommendations using torque wrenches in accordance with ASA Specification A21.11. If effective sealing is not obtained, the joint shall be disassembled, thoroughly cleaned and reassembled. The Contractor will not be permitted to overtighten bolts in order to com- pensate for poor installation practice. Joints to be deflected shall be made up in a straight line and then deflected prior to the tightening of the nuts with the ratchet wrench. h. Push-On Joints. Push-on Joints shall be carefully assembled in accordance with the manufacturer's recommendations regarding gasket installa- tion and other jointing operations. i. Flanged Joint. All Joints in flanged piping shall be brought to exact alignment, and all gaskets and bolts or studs inserted in their proper places. When bolting the Joints, care should be Laken to see that there is no restraint on the opposite end of the pipe or fitting which would prevent uniform gasket compression or which would cause unnecessary stress in the flanges. Bolts or studs shall be uniformly tightened around the joint in a manner which will provide uniform compression of the gasket. Flexible Joints shall not be tightened until all flanged Joints affected thereby have been tightened. On flanged Joints to be backfilled, a coating of tar shall be applied to all exposed portions of bolts and nuts. Bolts or studs shall project between 1/4 inch to 3/8 inch from the nuts. J. Flexible Couplings and Flanged Adapters. Flexible couplings and flanged adapters shall be installed in accordance with the manufacturer's printed instructions and shall make watertight Joints in the pipes being connected. Stud bolts, harnesses, rods or other approved devices shall be utilized as necessary to prevent the pipe from pulling apart at flexible Joints. k. Victaulic Couplings. Victaulic couplings shall be installed in accordance with the manufacturer's printed instructions and shall make watertight Joints in the pipes being connected. 24. INSTALLATION OF CAST-IRON SOIL PIPE AND FITTINGS: All soil pipe shall be run concealed wherever possible unless otherwise shown on the Plans. All horizontal lines 3 inches in size and smaller shall be sloped 1/4 inch per foot, and all horizontal lines larger than 3 inches shall be sloped 1/8 inch per foot, unless otherwise indicated on the Plans. All horizontal and vertical lines shall be supported as required to keep the III-30 pipe in alignment and adequately support the pipe and contents. The base of. each stack shall be adequately supported to prevent any movement of the vertical piping. All joints on soil pipe and fittings shall be made with lead and oakum or screwed joints, except for the "acid-waste lines." One pound of lead per inch of pipe diameter shall be used at each lead joint. The lead shall be well caulked in an approved manner. On all screwed piping, the pipe ends shall be reamed or filed out to full size of the pipe barrel, all burrs and chips shall be removed. Pipe joint cement shall be used on external threads only. Joints in "acid-waste lines" shall be made in accordance with the recommendations of the manufacturer. Cast-iron soil pipe and fittings to be installed in a structure shall be supported as specified for cast iron and ductile iron pipe in Paragraph III-22, Section f. In addition, bell and spigot pipe shall be supported at each joint. All soil and vent piping shall be tested at the completion of the installa- tion of each stack or section of piping by filling the system with water to the highest point and checking joints and fittings for leaks. All leaks must be eliminated before proceeding with work or concealing the piping. 25. INSTALLATION OF COPPER TUBING: a. Service. Copper tubing shall be used for the water supply piping under 2 inches, the recirculation of the variable speed controller electrolyte through the heat exchangers in the Walnut Street Pumping Station, water seal, piping, and other places where copper tubing is shown on the Plans unless copper instrument tubing is to be used. b. General Installation. All runs of copper tubing, sizes and outlets shall be as indicated on the Plans. All tubing where spacing is not shown on the drawings shall be installed as closely as possible to walls, ceilings, columns, etc. , so as to occupy the minimum of space, and shall be run parallel with the lines of the structure. Tubing shall be rigidly anchored to walls and ceilings by means of suitable pipe hangers or channels with clamps.. Sup- ports shall be spaced not more than 5 feet 0 inches apart for tubing 1/2 inch in diameter and smaller, and 8 feet for tubing 5/8 inch to one inch in diameter, and 10 feet for tubing 1-1/4 inch and greater. There shall be no noticeable sagging of tubing between supports. Piping to be placed against walls shall be held away from the wall a distance equal to the width of the channel support. Pipes and other parts embedded in concrete shall be held in place securely to avoid displacement during pouring. All open ends of piping shall be closed with caps or plugs during construction. Piping shall be level unless pitch is indicated on the drawings. All pipe shall be cut accurately and squarely to measurements, established at the structure, and shall be worked into place without springing or forcing. Excessive cutting or other weakening of the structure to facilitate piping installation will not be permitted. All piping shall be so installed as to permit free expansion and contraction without III-31 causing damage. Bent pipes showing kinks, wrinkles, or other malformations will not be acceptable. The electrolyte piping shall be sloped to preclude air pockets and in- stalled with unions at the connections to the heat exchangers. c. Solder Joints. All burrs shall be removed from the tubing before Joints are made. The Joining surfaces shall be cleaned and polished and a non-corrosive flux shall be evenly distributed across them. Joints shall be made by applying heat and solder to the end of the fitting until the solder melts and then passing the flame toward the center of the fitting until the solder is absorbed and appears uniformly around the end of the fitting. While the solder is still a plastic state, any excess shall be brushed away. A fillet of solder shall be left around the cup of all fittings. Joints shall not be chilled but allowed to cool at room temperature. d. Flared Joints. The tubing shall be thoroughly cleaned and its ends uniformly flared to the bevels of the fittings before making the joint. Wrenches shall be applied to the bodies of the fittings near the joint being made and not to a joint that was made before. e. Other Joints. Other Joints than those specified above shall be made in accordance with the recommendations of the manufacturer. f. Unions. Dielectric unions shall be provided on both sides of each piece of equipment connected to the copper tubing to prevent electrolysis and provide for the easy removal of the equipment. 26. INSTALLATION OF COPPER INSTRUMENT TUBING: a. Service. Copper instrument tubing shall be used for the pneumatic control systems, except as noted on the Plans or otherwise specified herein. b. General Installation. The installation shall conform with the re- quirements of Paragraph 24. c. Flared Joints. Flared Joints shall conform with the requirements of Paragraph 24. d. Other Joints. Joints other than flared shall be made in accordance with the recommendations of the manufacturer. 27. INSTALLATION OF STEEL PIPE: a. Handling Pipe. Protected pipe at all times shall be handled with equipment such as stout, wide belt slings and wide padded skids designed to prevent damage to the coating. Bare cables, chains, hooks, metal bars, or narrow skids shall not be permitted to come in contact with the coating. All handling and hauling equipment shall be approved by the Engineer before use. When shipped by rail, all pipe shall be carefully loaded on properly padded saddles or bolsters. All bearing surfaces and loading stakes shall , III-32 be properly padded with approved padding materials. Pipe sections shall be separated so that they do not bear against each other, and the whole load must be securely fastened together to prevent movement in transit. When ap- plicable to this type of pipe, the pipe shall be loaded and tied into a unit load in strict accordance with the current loading rules of the American Railway Association. In truck shipments, the pipe shall be supported in wide cradles of suitably padded timbers hollowed out on the supporting surface to fit the curvature of pipe, and all chains, cables, or other equipment used for fastening the load shall be carefully padded. Pipe shall be stored on wooden timbers placed under the uncoated ends and a padded timber in the center to hold the pipe off the ground. The Contractor shall allow inspection of the coating on the underside of the pipe while suspended from the sling. Any damage shall be repaired before lowering the pipe into the trench. At all times during erection of the pipeline the Contractor shall use every precaution to prevent damage to the coating on the pipe. No metal tools or heavy objects shall be unnecessarily permitted to come in contact with the finished coating. Workmen will be permitted to walk upon the coat- ing only when necessary, and in case of such necessity the workmen shall wear shoes with rubber or composition soles and heels. Any damage to the pipe or the protective coating from any cause during the installation of the pipeline and before final acceptance shall be repaired as directed by the Engineer, by and at the expEnse of the Contractor. b. Cutting Pipe. Cutting of steel pipe shall be done in a neat manner, without damage to the pipe or the protective coating. Pipe cuts shall be smooth, straight, and at right angles to the pipe axis. c. Installation in a Trench. Every precaution shall be taken to prevent foreign material from entering the pipe while it is being placed in the line. If the pipe-laying crew cannot install the pipe in place without getting earth into it, the Contractor will be required, before lowering the pipe into the trench, to place a heavy tightly woven bag over each end of the pipe to be left in place until immediately before the connection is made to the adjacent pipe. During laying operations, no debris, tools, clothing or other materials shall be placed in the pipe. At all times when pipe laying is not in progress, the open ends of pipe shall be closed by a watertight plug or other suitable means to seal the open end of the pipe. The Contractor is alerted to the fact that the pipe is buoyant when empty and subject to flotation. He shall therefore take all necessary pre- cautions to prevent the pipe from being disturbed before the trench is com- pletely backfilled and has been completely accepted by the City. Before laying the pipe in the trench, the bottom of the trench shall be carefully graded and prepared so that the pipe shall have a uniform support ' III-33 A{ along its entire length, and shall not be allowed to rest on hard supports through a portion of its length only. The cover over the pipe shall be a minimum of 36 inches unless otherwise designated on the Plans. Force mains shall be laid with a continuous positive or negative slope :': between the centerline elevations shown on the Plans; however, the slope does not have to be uniform between the designated elevations. The centerline elevations of the pipe shall accurately correspond to the elevations shown on the Plans in locations where elevations are specifically designated. Where no difference in elevation is shown between points, the pipe shall be laid on an essentially flat grade. The centerline elevation of pipe to be laid on a flat grade shall not vary more than 3 inches above or below the designated elevation and successive pieces of pipe shall not be more than 1 inch above or below the adjacent pieces of pipe. The force mains shall be laid and handled so that the allowable leakage, as measured by the tests herein described, shall not be exceeded. d. Field-Welded Joints. (1) Jointing. Welded Joints shall be single-welded butt Joints performed in accordance with AWWA Standard C206. The Contractor shall furnish all labor, equipment, tools and supplies, including shielded-type welding electrodes. The Contractor shall protect the electrodes from any deterioration or damage. Electrodes that show signs of deterioration or damage shall be rejected. Welding machines shall be operated within the amperage and voltage ranges recommended for each size and type of electrode. Any equipment which does not meet these requirements shall be re- paired or replaced upon request of the Engineer. Before welding, all foreign matter shall be removed from the beveled ends. If any of the ends of the pipe Joints are damaged to the extent that satisfactory welding contact cannot be obtained, the damaged pipe ends shall be cut and beveled with an approved beveling machine. These field bevels of pipe ends shall be made to the satisfaction of the Engineer. Should lamina- tions, split ends, or other defects in the pipe be discovered, the joints of pipe containing such defects shall be cropped, repaired, or removed from the line as designated by the Engineer. Welding shall not be done when the quality of the completed weld may be impaired by the prevailing weather conditions, including, but not limited to, airborne moisture, blowing sands, or high winds. The Engineer shall decide if weather conditions are suitable for welding. The Contractor shall furnish each welder employed with a method of marking his welds so that the work of each welder may be identified. Each welder shall mark the pipe adjacent to the weld with the figure assigned to him. In the event any welder leaves the job, his figures shall not be used by another welder. The Contractor shall certify that each welder has satisfactorily passed a qualification test in accordance with Section 8-5.2 of AWWA Standard C206. III-34 The space between abutting pipe ends, when aligned for welding, shall be such as to ensure complete penetration with burn-through. The spacing should be approximately 1/16 inch. The alignment of the abutting pipe ends shall be such as to minimize the offset between pipe surfaces. The offset shall not exceed 1/16 inch. Internal line-up clamps shall be used wherever practicable and may be removed after the root bead is 50 per cent completed, provided that the completed part of the root bead is in segments of approximately equal lengths, spaced about the circumference of the pipe. If conditions make it difficult to prevent movement of the pipe, or if the weld will be unduly stressed, the root bead must be completed before releasing clamp tension. External line-up clamps must be used where it is impracticable to use internal line-up clamps. Partial root beads made when using external clamps shall be uniformly spaced about the circumference of the pipe, and shall have an accumulative length of not less than 50 per cent of the pipe circumference before the clamps are removed. At the option of the Engineer, roll welding will be permitted provided an alignment is maintained by the use of skids or structural framework to accommodate two or more lengths of pipe with an adequate number of roller dollies to prevent sag in the pipe. The entire root head, however, shall be made with the pipe in a stationary position. The filler and finish beads shall be deposited by an acceptable method and each filler bead shall be approximately 1/8 inch in thickness. Completed welds shall have a reinforcing of not less than 1/32 inch and not more than 1/16 inch above the pipe surface around the entire perimeter of the weld, and the width of the finish or cover bead shall be not more than 1/8 inch greater than the original groove. The number of beads required shall be governed by the wall thickness of the pipe, so that the completed weld will have the reinforcement previously specified. No two beads shall be started at the same point. All slag and scale shall be removed from each bead for visual inspection immediately after each bead is run. (2) Coating of Joints. After welding and testing has been completed, Joints shall be cleaned and primed. When the primer is dry, the exterior of field Joints shall be manually coated with the same materials as the rest of the pipe and to the specified thickness for the pipe. Enamel shall overlap the coating on each side of the field joint to form a continuous external coating free from defects. All hand enameling shall be done in accordance with the procedure outlined in paragraphs under Section 3.11 of AWWA Standard C203, and heating of enamel for field application shall be done in accordance with the procedure outlined in paragraphs under Section 3.5 of that Standard. All field coating work shall be thoroughly inspected by the Contractor using an electrical flaw detector, and any flaws or holidays found shall be repaired by the Contractor. III-35 A�• i.� After the protective coating is applied to the joints, they shall be cement- mortar coated to the same thickness as the pipe, where the pipe is coated, in accordance with the requirements of the Appendix of AWWA Standard C205. The coating shall be cured for 24 hours at 40 degrees F. or greater before the pipe is placed in the river unless the form is left in place. e. Stab Joints. The joint shall be made with the use of an approved vegetable oil lubricant and in accordance with the recommendations of the pipe manufacturer. Electrical continuity shall be maintained across joints of the Force Main by installing a bonding jumper. The ends of the force main at Station 23+80 are plain end pipe with an O.D. of 26 inches. An adapter shall be welded onto the existing pipe that has an end suitable for a stab joint. The bonding jumper on force main joints shall be a 3/4-inch soft copper tube, flattened with a hammer or No. 6 bare copper wire. The jumper shall be brazed to both pipe ends and coated the same as the pipe. f. Victaulic Coupling Joints. The joint shall be made in accordance with the recommendations of the manufacturer and enamel-coated in accordance with AWWA Standard C203. Electrical continuity shall be maintained across the joints of the force main by installing bonding ,jumpers of the type described for stab joints except that no jumper shall be installed at the Victaulic couplings just outside the concrete walls of the Walnut Street Pumping Station at the connection between the cast-iron pipe and the steel. pipe. The ends of the existing force mains at the Walnut Street Pumping Station are plain ends with an O.D. of 26 inches. An adapter shall be welded onto the existing pipe that has an end suitable for a Style 44 Victaulic coupling. g. Screwed Joints. All screwed pipe shall be made up with threaded connections using a joint compound suitable for the service required. Threads shall be full and cleanly cut with sharp dies, and not more than three threads on the pipe at each connection shall remain exposed after installation. All ends of steel pipe shall be reamed, after threading and before assembly, to remove all burrs and rough inner edges. The compound used shall provide the maximum protection against corrosion in the joint and shall be applied to all threads in such manner and quantity that all threads are coated but so that no compound will be forced into the interior of the pipe. h. Repairs to Pipe Coating. If any abrasions in the pipe coating have occurred, the coating shall be cut back to the point of undisturbed coating. The surface of the pipe shall be cleaned and reprimed with primer as specified above. One coat of hot enamel shall be applied with a dauber to a piece of felt of adequate size and while the enamel is still hot, the enameled side of the felt shall be applied to the primer coat and gloved down smooth. The entire repaired surface shall be covered with an outer coating of hot enamel applied with a dauber or a sling. The Contractor shall have on hand sufficient materials to prime and coat all field joints and to repair abrasions of pipe coating or wrapping. III-36 In case abrasions or ruptures in cement-mortar coating have occurred, the damaged area shall be removed, leaving a hole with square shoulders in the undisturbed coating. The surface of the pipe shall be cleaned of all residue from the previously applied coating. The surface of the pipe shall then be re-coated with the correct thickness or mortar and sealed, as specified above. i. Cathodic Protection for Force Mains. Number 8 solid soft annealed copper test leads shall be installed at Station 43+00 on both force mains. Surface access shall be provided by terminating the test wires in a test lead box. Sufficient slack wire shall be provided in the box to allow an 18-inch extension from the box. The wire shall be color-coded in the box, red for the west line crossing the river, yellow for the east line. Anodes shall be connected to the steel pipe with solid soft annealed copper wire of the size recommended by the manufacturer of the anodes. An anode shall be connected to each pipeline at Stations 27+00, 31+00, 35+00 and 39+00. All wires shall be brazed or welded to the pipe in a manner subject to the approval of the Engineer. The braze or weld and the bare parts of all am wires shall be primed and completely coated with coal.-tar enamel. The pro- tective coating of the pipe, if damaged, shall be restored. All wires shall be insulated for direct burial. Splices in the wire will not be permitted. J . Testing Pipelines. The Walnut Street Pumping Station discharge piping and the force mains at the Water Pollution Control Plant shall be tested to a pressure of 100 psi after the lines have been backf illed. The leakage shall be measured by pumping into the line with a pump capable of maintaining the required pressure and metering the amount of water necessary to sustain the pressure for a period of four hours. The test when so conducted shall indicate a leakage of not more than 50 gallons per inch of pipe diameter per mile per day and no leaks shall become apparent on the surface of the ground. Should surface leaks become apparent, or should the leakage exceed that specified, the leaks shall be located and repaired and the line retested until it fulfills the above requirements. k. Pipe Handrails. Pipe handrails shall be fabricated from Schedule 40 black steel pipe of the size shown on the Plans. Welded joints shall be used with welds ground smooth. Pipe verticals shall be spaced not over 6 feet apart except where shown otherwise on the Plans. Vertical pipe supports shall be rigidly anchored to the structural steel framing or concrete members as shown on the Plans. All grout to be used with embedded supports shall be non-shrink grout. 28. INSTALLATION OF ALUMINUM PIPE: Aluminum pipe shall be handled and stored in accordance with the applicable provisions of Paragraph 26. Malleable iron fittings shall be used with all screwed aluminum pipe. III-37 29. INSTALLATION OF POLYVINYL CHLORIDE PIPE: a. Service. Polyvinyl chloride (PVC) pipe shall be used for the Walnut t` Street Pumping Station bubbler piping, sample lines, and any other service shown on the Plans. b. General Installation. All runs of PVC piping, sizes and outlets shall be as indicated on the Plans. All tubing where spacing is not shown on the drawings shall be installed as closely as possible to walls, ceilings, columns, etc., so as to occupy the minimum of space, and shall be run parallel with the lines of the structure. Tubing shall be rigidly anchored to walls and ceilings by means of suitable pipe hangers or channels with clamps. Sup- ports shall be spaced as follows: Nominal Pipe Size Maximum Support Spacing 1/4 4 3/8 - 1/2 4-1/2 3/4 5 1 5-1/2 1-1/4 - 1-1/2 6 2 6-1/2 There shall be no noticeable sagging of tubing between supports. Piping to be placed against walls shall be held away from the wall a distance equal to the width of the channel support. Pipes and other parts embedded in concrete shall be held in place securely to avoid displacement during pouring. All open ends of piping shall be closed with caps or plugs during construction. Piping shall be level unless pitch is indicated on the drawings. The bubbler tube in the Walnut Street Pumping Station shall not have any bends below the tee, immediately below the slab over the wet well. All clamps and hangers used in the wet well shall be of a corrosion-resistant materials, e.g. 300 Series stainless steel or PVC, approved by the Engineer. All pipe shall be cut accurately and squarely to measurements, established at the structure, and shall be worked into place without springing or forcing. Excessive cutting or other weakening of the structure to facilitate piping installation will not be permitted. All piping shall be so installed as to permit free expansion and contraction without causing damage. Bent pipes showing kinks, wrinkles, or other malformations will not be acceptable. The bubbler piping shall be securely anchored to the wet well wall and connected to each pump speed control unit as recommended by the manufacturer of the units. All connections shall be absolutely airtight. The bubbler tube shall be sloped to drain any condensate to the wet well and shall be equipped with a plugged tee, as shown on the Plans, to permit rodding from above. The end of the bubbler tube shall be triangularly notched, 1/4 inch by 1/4 inch, to provide smooth air flow and shall be located at exactly the elevation shown on the Plans. c. Solvent Welded Joints. Pipe ends shall be made square and smoothed with a fine-tooth file. Remove all saw marks and burrs with a sharp knife III-38 or sandpaper. Connecting surfaces shall be cleaned with methyl ethyl ketone, acetone, or a cleaner recommended by the pipe manufacturer. The solvent cement shall then be applied to the fitting and the pipe, allowing 1/4 to 1/2 inch lap. Join the pipe and fitting making sure the pipe is well seated in the fitting. Care must be taken not to disturb the joint for 48 hours in order to attain full joint strength. d. Threaded Joints. Threads shall be full and cleanly cut using sharp dies. Care must be taken not to score the pipe or distort the pipe walls. Utilize either thread tape or thread lubricant, as recommended by the pipe manufacturer, in making the joint. Strap wrenches shall be used in tightening the pipe, with care being taken to avoid excessive torque. 30. INSTALLATION OF CORRUGATED METAL PIPE: Corrugated metal pipe shall be handled with reasonable care so as not to damage the galvanizing or bituminous coating. The dragging of corrugated metal pipe will not be permitted. It shall be lifted or rolled into position and proper facilities shall be provided for lowering the sections into the trench. Pipe shall be laid with the separate sections ,joined firmly together, with the outside laps of circumferential joints pointing upstream and with longitudinal laps on the side. The 40-foot length of corrugated metal pipe to be installed at the end of the outfall sewer shall be cut off to conform with the shape of the existing revetment so that the pipe does not project beyond the face of the revetment. The concrete pipe and the corrugated metal pipe shall be connected by install- ing a 12-inch thick collar around the joint. Wire mesh (6x6) shall be placed around the joint prior to pouring the collar and the collar shall extend at least 12 inches along each pipe. 31. INSTALLATION OF VALVES AND BOXES: All valves shall be set with operating stems in true vertical position unless otherwise shown on the Plans or directed by the Engineer. All valves outside of structures shall have operating nuts and shall be provided with boxes adjusted so that the cover conforms with the adjacent finished grade. All gate valves inside of structures shall be provided with handwheels unless otherwise designated on the Plans. All plug valves shall be provided with levers except where otherwise noted on the Plans or specified above. 32. INSTALLATION OF YARD HYDRANTS: Yard hydrants shall be set at proper elevation with a minimum bury of 2-1/2 feet, truly plumbed and properly oriented. Hydrants shall be set upon a slab of stone or concrete 4 inches thick and not less than 15 inches square and shall be backed with concrete to prevent the hydrant from blowing off the lead. Hydrants shall be set with at least 2 cubic feet of crushed stone or gravel at the base to serve as drainage. III-39 r3, 33. ERECTION OF FENCING: t Chain link fencing shall be erected where shown on the Plans. ; ur The fence shall be 6 feet high, consisting of chain link fabric on steel posts. All end and gate posts shall be embedded in concrete 12 inches in ;>>} diameter to a depth of 3 feet. Intermediate posts shall be embedded in con- '. crete 9 inches in diameter to a depth of 2 feet. Braces shall be placed at all corner and gate posts in the fence and shall extend to the first line {' post. Braces shall be attached midway of the fence height. All posts shall have a maximum spacing of 10 feet. ` The top rail shall pass through all line post tops and shall be secured at all gate and corner posts by means of suitable fittings. The finished fence shall be in proper alignment with posts plumb and chain link fabric pulled taut. Care shall be exercised to equalize the ten- sion on the full width of the fabric. Wire fabric shall be securely fastened to the posts. Wire shall extend to within at least 2 inches of the finished grade. If necessary, closures shall be made of wire fabric and iron pins. Gates shall operate freely and shall be installed so the keeper and gate latches operate freely. 34. INSTALLATION OF SAFETY TREAD NOSINGS: Nosing shall be installed in all treads and the down side landing of all poured-in-place concrete stairs. They shall be installed so that the top surface is flush with the top surface of the treads or platforms. They shall be centered on the tread or platform and fastened thereto with counter- sunk brass bolts or screws to anchors set in the concrete. 35. MASONRY WORK: a. General. The installation of all masonry work shall be performed by skilled workmen. The fit around window sash, door frames, and openings shall be close and neat. The quality of workmanship used in laying masonry shall be such as to provide waterproof walls with full joints and thus require no outside waterproofing coat. It shall be the responsibility of the Contractor, em as secured by his performance bond, to provide watertight walls. All masonry shall be laid in straight level courses, on a full bed of mortar, with uniform close-shoved mortar joints. Vertical joints shall be broken each course unless otherwise specified or shown on the Plans. Masonry work performed in cold weather is the Contractor's responsibility and at his risk. Frozen face joints must be raked out at least 3/4 inch and repainted. Where joints within walls are frozen, the Contractor will be re- quired to remove and relay all affected sections as directed. The basic re- quirement is to keep both sides of green walls above 40 degrees F. for 72 hours. Green walls must be covered overnight at all times. The Contractor must also observe the following minimum precautions: III-40 1. Keep sand, masonry, units free of snow, ice, mud, ground, water. 2. Do not work at temperatures of 10 degrees F. or below. an 3. Temperature 32 degrees F. to 40 degrees F. : Heat water and sand. Deliver mortar to boards at or above 50 degrees F. Use tarpaulin windbreaks, salamanders, oil burning blowers, An as required. IN 4. Temperature 20 degrees F. to 32 degrees F. : Heat mortar to 70 degrees F. Heat masonry units above 40 degrees F. Use tarpaulin windbreaks, salamanders, other heat sources as required. 5. Temperature 10 degrees F. to 20 degrees F. Heat mortar and masonry units to 70 degrees F. Use enclosures, salamanders, both sides of wall. Use other heat sources as required to maintain temperature at face of .,nasonry 40 degrees F. or more for 72 hours minimum. 6. In all cases, use hot water to reduce suction of brick to required level. 7. Have protection materials, heating equipment available at all times for sudden temperature drops. When weather is hot and dry, the Contractor shall prevent shrinkage of the mortar, and excessive drying out of masonry units for 72 hours. He shall reduce the suction of masonry units with water before laying and moisten green walls with water for 72 hours. He shall cover both sides of green walls over- night, every night. All masonry shall be laid to a line, care being taken to build all walls plumb and straight .and in level courses. Where necessary to build portions so of masonry to higher levels than adjacent portions, masonry shall be stair- stepped. Toothing of masonry will not be permitted under any circumstances. All face mortar joints shall be tooled to a smooth, uniform surface and finished free from voids. All ,joints shall be concave tooled joints, except as noted on the Plans. All on-the-job cutting of exposed edges of any masonry units shall be performed with a power-driven masonry saw in such manner as to provide true and even edges. All facing work shall be backed solidly and all anchors connecting facing to the masonry securely built into the backing. Reinforcing of the proper width shall be placed at every other horizontal block back-up joint. Re- inforcing shall not be run through expansion joints. All facing and backing shall be built-up simultaneously and to the full width or thickness shown on the Plans. The back of all exterior facings shall be parged with a mortar III-41 ?!7 .i 3� l.• coat as back-up material is placed. Masonry shall be extended up tight to window or door frames and other structural parts. Corner blocks at jambs of exterior openings shall have cells flushed full of mortar. All lintels shall be set in a full bed of mortar. Metal window frames shall be pointed around all sides with mortar. j Partitions that abut exterior walls shall be anchored thereto with joint reinforcement in every other horizontal block joint. The partitions, where shown on the Plans, shall be wedged tight to the ceiling or beams and the joints along the top shall be filled with mortar. r. When work is stopped for the night, or at any other time, all uncom- pleted masonry walls shall be covered and well protected from the weather. All masonry shall be adequately protected from damage of any nature until completion of the work. Wherever necessary, green walls shall be braced. b. Preparation of Mortar. Mortars shall be prepared in conformance with ASTM Specification C270 and the following specifications. All mortar shall be Type "M" and have a minimum compressive strength of 2,500 psi at 28 days. Mortar mixes shall be as specified below, with each type used for _ the application designated. Each mortar mix shall be approved by the Engineer before construction is started, and the same mix for each type maintained for all construction on the project. Class "A" Mortar (for. general use) : Portland cement - 1 cubic foot Hydrated lime or lime putty - 1/4 cubic foot Single natural sand - Not less than 2-1/4 and not more than 3 times the sum of the volumes of the cement and lime used, measured in a damp, loose condition. Waterproof admixture - In an amount recommended by the manufacturer. Coloring material - Added in an amount to produce a color approved by the Engineer (Use with Type "A" brick) . Class "B" Mortar (for use with glazed maxonry units) : White cement - 1 cubic foot Hydrated lime or lime putty - 1/4 cubic foot White sand - Not less than 2-1/4 and not more than 3 times the sum of the volumes of the cement and lime used, measured in a damp, loose condition. Waterproof admixture - In an amount recommended by the manufacturer. Pointing Mortar (for pointing glazed masonry units)*: White cement - 1 cubic foot Hydrated lime or lime putty - 1/8 cubic foot III-42 White sand - 2 cubic feet Mft Waterproof admixture - In an amount recommended by the manufacturer. * Prepared pointing mortars may be used in lieu of job-mixed pointing mortar. No anti-freeze admixtures of any time shall be used in any mortar. The cement-lime or lime putty ratios may be varied to obtain better water retention and plasticity when approved by the Engineer. The volume of sand shall not exceed three times the volume of cement and lime or lime putty. Mortar shall be tempered on boards to contain as much water as it can carry without "floating" overlying courses. When tested per Section #F-31 of Federal Specification SS-C-18-1b, flow after suction should be at least 70 per cent of flow immediately after mixing. All mortar shall be machine-mixed for a minimum of five minutes. Mortar shall be used and placed in final position within 2-1/2 hours after mixing. No mortar shall be kept overnight for re-use the next day. c. Brick Masonry. All brick is to be thoroughly wet before being laid in order to reduce the rate of suction. Sample brick taken from the scaffold shall not gain more than 2/3 ounce in weight when placed in 1/4 inch of water for one minute. Brick must be kept wet enough to meet this condition. When the temperature is 40 degrees F. or below, hot water shall be used to reduce suction. Utmost care shall be taken in unloading glazed brick units at the job site. If stored outdoors, the brick shall be covered to protect against the weather. Units shall not be removed from cartons until they are on the scaffold or at location to be used. Brick courses shall measure 8 inches for each three courses from top of brick to top of brick. Vertical joints shall be 1/4-inch thick for glazed brick and 3/8-inch thick for all other brick. All brick are to be laid in running bond, except as noted on the Plans, and tied to block back-up with reinforcing as specified above. Vertical joints shall be at 1/2 points of face brick laid in running bond. Type "A" face brick to be laid in stack-bond shall have vertical joints raked 1/2 inch at 2 feet 0 inch o.c. as noted on the Plans. Raked joints shall be tooled with a flat bar, tightly compressing the mortar joint, after raking. d. Concrete Masonry. Concrete masonry shall be used where shown on the Plans. Concrete masonry units which are to be exposed or painted shall be properly fitted and laid with stack bond, except as noted on the Plans, with each course bonded at corners and intersections. Concrete block units which ® will be exposed or painted shall have all joints tooled. Concrete block units which will not be exposed may have joints struck flush. III-43 11 ,l. Glazed masonry units shall be laid with stack bond. Joints may be made in either of the following manners: Using Class "A" mortar, joints shall be raked 1/2 inch and pointed with pointing mortar or Class "B" mortar may be utilized. All joints shall be tooled to form a tightly compressed and slightly concave joint. Concrete block and glazed masonry units shall be laid up so one course equals 8 inches. Vertical joints shall be 1/4-inch thick for glazed masonry units; 3/8-inch thick for all other concrete masonry units. Vertical joints where walls meet shall be raked out to a depth of 3/8 inch and caulked. Acoustical concrete block shall be laid in accordance with these specifi- cations and the recommendations of the manufacturer. e. Cleaning Masonry Work. After mortar has attained its initial set, all joints to be caulked, as shown on the Plans, shall be raked clean to a 1-inch depth, care being taken to remove all loose mortar. These joints shall be caulked as specified herein after the masonry has been cleaned. Before cleaning of masonry surfaces, the joints of all exposed masonry not required to be raked and caulked shall be pointed and all holes and Joints filled with mortar. All defective joints shall be cut out and repointed where necessary. After repointing and before raked joints are caulked, the exposed surfaces of all masonry shall be thoroughly cleaned, free from dirt, mortar stains and grease spots. Cleaning shall be performed utilizing a detergent, recom- mended by the brick or concrete masonry manufacturer in writing, and clean water. The cleaning solution shall be applied vigorously with stiff fibre brushes to the masonry. After scrubbing, all surfaces shall be drenched with clean water to remove all soap and scum. The use of sandblast, wire brushes, or acid of any kind will not be permitted under any circumstances ME for the cleaning of masonry. Clean, sharp, fine, white sand may be added to the cleaning solution where approved by the Engineer. 36. CAULKING: Caulking compound shall be applied for general work and in locations where sealing compound is not specified. Sealing material, of a color ap- proved by the Engineer, shall be used with curtain wall construction, as bedding for aluminum doors and frames, and where shown on the Plans. Joints around the frames and sills of doors, windows, or other openings in exterior masonry walls and all other joints or spaces shown on the Plans shall be com- pletely sealed with caulking or sealing material. Joints and spaces to be sealed or caulked shall be clean, free from dust and dry. All joints that are more than 3/4 inches deep and joints where a suitable backstop has not been provided shall be packed with rope yarn to within 1/2 inch of the surface before the application of caulking material. All joints shall be caulked before the final coat of paint is applied to the adjacent work. III-44 Caulking or sealing compound shall be applied with a gun having a proper size nozzle or with a knife. Sufficient pressure shall be used to fill all voids and joints solid. Superficial tuckpointing of joints with a skin bead will not be acceptable. All excess compound shall be removed and all surfaces left neat, smooth and clean. Upon completion, all caulking shall have a smooth, even surface. 37. INSTALLATION OF MARBLE STOOLS: Stools shall be set securely in place in mortar with the specified admixture added in an amount recommended by the manufacturer. Transverse joints shall be centered on window mullions. All marble shall be protected from breakage, mars, stains, etc. until final acceptance of the building. 38. INSTALLATION OF TERRAZZO: All terrazzo shall be installed and finished in conformance with the Standard Terrazzo Specifications of the National Terrazzo and Mosaic Association, Inc. , and the following specifications with mechanics skilled in this line of work. Prior to beginning the placement of terrazzo, the structural slabs shall be thoroughly cleaned of plaster, oil, grease, debris and any irregu- larities. The concrete shall be well saturated with water. Excess water shall be removed and the slab shall be slushed and broomed with neat cement immediately before placing the underbed. The mix for the underbed shall consist of one part portland cement and four parts of screened sand by volume. The sand and cement shall be wet and mixed thoroughly, spread evenly and screeded to a level 5/8-inch below the finished floor line. While the underbed is still plastic, metal dividing strips shall be installed as shown on the Plans. The same marble granule that appears on the surface shall be utilized in the entire thickness of the topping for uniformity. The topping shall be mixed in the proportion of 200 pounds of marble granules to one sack of cement. The color shall be weighed. The ingredients shall be mixed dry and water added to make the mixture plastic but not flowing. Where required, the acid-resistant additive shall be incorporated in accordance with the manufacturer's recommendations. The topping mix shall be placed in the spaces formed by the dividing strips. It shall then be rolled into a compact mass with heavy stone or metal rollers until the superfluous cement and water are extracted. The mass shall then be hand-troweled to an even surface, disclosing the lines of strips on a level with the topping. The mass shall be sprinkled and additional chips tamped in and incorporated with the matrix. A minimum of 75 per cent marble granules must show in the finished surface. All terrazzo floors must be kept moist for a period of at least six days. When III-45 kk floors have set sufficiently hard, they shall be machine-rubbed using No. 24 grit abrasive stone for initial rubbing. They shall then be resurfaced using No. 80 grit abrasive stone after which a light grouting of white portland cement and coloring, the same kind and color of the matrix, shall be applied to the surface filling all voids. All grinding shall be done in the presence of excess water. Floors shall have the grouting coat removed by machine, using 80 grit abrasive stone or finer while the floor is covered with water. This cleaning or fine stoning shall not take place sooner than 72 hours after the floor has been grouted. When dry, one coat of a heavy-bodied sealer shall be applied to protect the work from staining until the building has been completed. Immediately before the building is turned over to the City, all of the temporary sealer shall be removed. All terrazzo surfaces shall then be thoroughly cleaned, utilizing the cleaner in accordance with the manufacturer's recommendations. After the terrazzo has dried, a protective coating shall be applied in accordance with the manufacturer's recommendations. Where acid-resistant terrazzo is required, an acid-resistant filler shall be applied according to the manufacturer's specifications. All terrazzo shall be machine-buffed after these coatings have dried. 39. INSTALLATION OF VINYL FLOOR COVERING: Vinyl floor covering shall be laid only after all other work, including painting, has been completed. Grease, dirt and other substances shall be removed from the sub-floors. Sub-floors shall be smooth and free of ridges, bumps or other defects that will show through the finished floor. If neces- sary, the sub-floor shall be ground to remove the imperfections. All cement surfaces showing suction or other conditions that prevent bonding shall be treated by priming or other means. All final floor coverings shall be in- stalled by an authorized agent or the manufacturer in accordance with the manufacturer's published specifications. Only experienced mechanics shall be used to perform this work. All vinyl floor covering shall be carefully fit and scribed to the walls and other vertical surfaces. Joints shall be held tight and straight. After installing, all adhesives shall be cleaned from the face of the flooring. Any defects such as bumps, hollows, bubbles and cracks, shall be corrected. Floors shall then be washed with a neutral cleaner and one coat of floor polisher shall be applied as recommended by the manufacturer of the floor covering. Traffic shall not be permitted on finished floors unless they are protected with heavy paper. 40. DRYWALL CONSTRUCTION: During the application of gypsum drywall and joint treatment, the build- ing temperature shall be maintained in the range of 55 to 70 degrees F. Adequate ventilation shall be provided to eliminate excessive moisture. The installation shall be in full accordance with details and printed recommendations of the United States Gypsum Company. Work shall be performed III-46 only by skilled mechanics. Cracks, pits, waves, scratches, gouges, crooked edges or angles will not be acceptable. All exterior corners shall be reinforced with corner beads. Metal casing beads shall be used at the edges of all face boards at their intersection with masonry acoustical ceiling or other non-gypsum board materials. Metal casings shall also be used at exposed edges around cutouts and openings of any kind. All face joints, internal angles, screwhead depressions, surface defects and flanges of casing and corner beads shall be treated with tape, joint com- pound and topping compound, using multiple application of compound in accord- ance with the manufacturer's published directions. All surfaces of drywall shall be left in smooth, clean condition ready for painting. The installation of partitions shall be in accordance with the following: 1. Metal runners shall be attached at the bottom and top of partitions. 2. Metal studs shall be installed at 16 inches o.c. secured to metal runners with 3/8-inch drywall screws. AN 3. Gypsum board and sound deadening board shall be applied with the long dimension parallel to the studs. Joints shall be staggered on opposite sides of the partitions. Sound attenuation blankets shall be installed as required. 4. Fasten with 1-inch drywall screws 12 inches o.c. in the field of the boards and at 8 inches o.c. along edges. Stagger screws along abutting edges. When directed by the Engineer, the drywalls shall be patched around other work, leaving a finished job on completion. 41. LATHING AND PLASTERING: a. Sc_ ope. The furring, lathing and plastering shall be completed as indicated on the Plans or specified herein, including the metal lathing, framing, furring, portland cement plaster work, gypsum plastered skim coat on surfaces to receive vinyl wall covering, and all plaster, accessories, beads, etc. b. General. Plaster work shall be installed as herein specified in the locations indicated on the Plans. Walls, partitions or spaces to have plastered walls that also have acoustical tile ceilings shall be plastered before acoustical materials are installed. Except as otherwise required, plaster of the following types shall be applied: 1. Gypsum plaster with smooth finish over interior masonry, unless otherwise noted. III-47 �t 2. Portland cement plaster with sand finish on exterior work. Exterior plaster work in general shall consist of three coats of portland cement soffits on metal lath and furring channels with white portland cement sand float finish. Plaster work shall not commence until approvals and inspections of all work which will be concealed by the plaster have been completed. Before commencing gypsum plaster work, a temperature of at least 60 de- grees F. must have been maintained continuously in the building for a period of not less than one week. An air temperature of at least 60 to 70 degrees F. must be maintained in the building while installing the gypsum plaster work and subsequently until the plaster is cured and dried for a period of at least two weeks. Sudden changes of air temperature are to be avoided during this period. Heat shall be provided by a method approved by the Engineer and must be well distributed in all areas. Deflection or protective screens shall be used to prevent concentrated or uneven heat on plaster .areas near the heat source. Proper ventilation and protection necessary to prevent "dryout" be- fore the plaster is set and to prevent thermal stresses when the plaster is set but not dry, shall be provided. Portland cement plaster shall not be applied to surfaces containing frost or below 50 degrees F. Heating of water, aggregates and the plastering area shall be such as to keep the plaster above 50 degrees during application r and for a period of not less than 48 hours thereafter. It is imperative that portland cement plaster be adequately moist-cured. Each successive coat of plaster shall be at a temperature between 50 and 90 degrees F. and protected against dryout. On exterior work, the surface shall be kept damp by applying a fog spray uniformly over the entire plastered surface as soon as the plaster has hardened enough so that it will not be damaged. Care shall be taken so that no cementitious material is washed out of the plaster. The application of fog spray shall be repeated at the intervals required to keep the plaster continuously moist throughout the curing period which must be maintained at least 48 hours after the finish coat application. go Before proceeding with the work, sample panels of the various finishes shall be applied where directed by the Engineer. Each sample area shall be 9 square feet. All finished work shall match the approved sample. All manufactured materials shall be delivered to the job site in original packages, containers or bundles bearing the manufacturer's name and brand. The plaster, cement and lime shall be stored off the ground under watertight cover away from sweating walls or other damp surfaces, until ready to be used. Any damaged or deteriorated material shall be removed from the job site. c. Lathing and Furring. The necessary lathing and furring shall be provided to properly and safely support the plaster work indicated or called for on the Plans, whether all such steel work is indicated on the Plans or not. The necessary shapes shall be furnished to bring the finished surfaces to their proper profiles and planes. Lath and accessories shall be installed III-48 as indicated on the Plans and/or specified herein. Metal lathing and channel furring shall be installed according to the Specifications of the Metal Lath Manufacturers Association, provided that where several. methods of construction are shown, the Contractor shall secure approval from the Engineer for the type to be used before commencing the work. Flat expanded lath shall be used for all work except as otherwise noted. The Contractor will not be allowed to hang metal lath and furring from other than structural slabs or structural members. All necessary temporary and permanent wood grounds and plaster stops, metal grounds, plaster stops and corner beads, as required to perform the plaster work in the best and most workmanlike manner and as indicated on the Plans and/or required by the job conditions shall be furnished and set. d. Plaster Preparation. Except where hand mixing of small batches is approved, an approved type of mechanical mixer shall be utilized for all plaster mixing. Frozen, caked or lumped materials will not be permitted. Mechanical mixers, mixing boxes and tools shall be cleaned after mixing each batch and kept free of plaster from previous mixes. The plaster shall be mixed with the proper amount of water until it is uniform in color and consistency. Re- tempering of plaster will not be permitted. Plaster which has begun to stiffen must be discarded. Plaster shall be mixed in the following proportions: Portland Cement Plaster: (1) Scratch Coat Over Metal Lath. One part portland cement, two parts sand, 10 per cent lime or 1/4 part lime putty, 2 pounds fiber per bag of cement. (2) Brown Coat. One part portland cement, three parts sand, 10 per cent lime or 1/4 part lime putty. (3) Sand Finish. One part portland cement, three parts white silica sand. Gypsum Plaster: (1) Skim Coat. One hundred pounds gypsum gauging plaster, not more than 4.5 cubic feet (35 gallons) lime putty. (2) Brown Coat. One hundred pounds gypsum plaster, 300 pounds dry weight of sand. e. Plaster Application. Masonry surfaces on which suction must be re- duced shall be dampened with a fog spray. Plaster shall not be applied over surfaces which contain frost. Finished coats of plaster shall have a reasonably uniform thickness of about 1/8 inch. The minimum thickness at any point shall be 1/16 inch. Plaster thickness shall be as shown on the Plans and/or as specified herein. III-49 t e� Portland Cement Plaster: (1) Scratch Coat. The first coat shall be full and thick and applied with sufficient force to form a good key. It shall ;d be cross-scratched when the coat has attained its initial x; set in order to form a key for the second coat. The scratch coat shall be kept damp with a fog spray until the application £s of the brown coat. Fibered plaster shall be used for the scratch coat on metal lath. ;:; (2) Brown Coat. The brown coat shall be applied after the scratch coat has set for at least 48 hours, and applied with sufficient A4?. .j pressure to secure a good bond. The brown coat shall be lightly :r gR;l, scratched, broomed, and kept moist with a fog spray for two days, and then allowed to dry out. '. (3) Sand-Finish Coat. The sand-finish coat shall be float finished ' twice to a true even surface, using a rubber float for the final working in order to produce a sand float finish of ap- proved texture, free from rough areas, trowel marks, checks and blemishes. The plaster finish shall be of the best quality of workmanship obtainable. The finish coat shall be kept moist for 48 hours and protected thereafter from a too rapid drying until properly cured. Gypsum Plaster: A skim coat of gypsum plaster shall be applied directly to.con- crete masonry block surfaces which are to be covered with vinyl wall covering. In areas where surfaces on the masonry have bulges or depressions greater than 1/4 inch in 4 feet (as measured with a straightedge), the surfaces shall be leveled with a brown coat of gypsum plaster and screeded to within 1/16 inch of the finished plaster line prior to application of the skim coat. The skim coat finish shall be water- troweled during and after set to produce a smooth, dense surface, free of blemishes and irregularities and suitable for application of the vinyl wall covering. 42. INSTALLATION OF MOVABLE PARTITIONS: Movable partitions shall be installed in accordance WILLh the recommenda- tions of the manufacturer. They shall be adequately fastened to the floor and the drywall support system. All partitions shall be plumb and true to line and level. 43. INSTALLATION OF WOOD PANELING: Before fabrication of the wood paneling, measurements shall be taken on the ,job site after the installation of wood grounds. Shop drawings shall be submitted to the Engineer for approval showing the location of all furring strips, wood grounds, etc. III-50 Wood paneling shall be fabricated, milled, joined and glued according to the best practices of the craft; backed, housed together, rigidly assembled with perfect joints, miters, intersections and without visible fastenings. Finished surfaces shall be clean, smooth and free from checks, sap, and other defects of material or workmanship. Joints between panels shall be close, true and tight. Unless otherwise indicated on the Plans, only offset tongue and groove or splined joints may be used. Paneling shall be delivered to the job site clearly marked and coded for assembly and ready for installation. All work shall be performed by experienced and skilled finished carpenters. In general, grounds shall be installed at 16 inches o.c. maximum and at all edges and corners of paneling. Grounds shall be set true to line and level and shall be of the proper thickness and spacing for the use intended, and as indicated on the approved shop drawings. Panels shall be installed only after the building is thoroughly dried out. Any warping, twisting or other defects due to ill-timed or improper installation shall be replaced. Panels shall be installed with adhesive on the wood grounds in accordance with the manufacturer's directions. The panels shall be secured with finished nails or screws through offset tongue and groove joints. No nails or screws shall be used through the panel face. Joints between panels shall be close, true and tight. Any touch-up work shall be done with matching putty sticks in accordance with the manufacturer's directions. 44. INSTALLATION OF VINYL WALL COVERING: All work is to be performed in accordance with the manufacturer's pub- lished specifications for materials and methods of installation by authorized installer. Vinyl wall covering shall be installed only on prepared, smooth, dry surfaces, free from dust, dirt and projections. Any minor leveling, filling, spackling of surfaces as required for a perfect job shall be per- formed. After spackling and smoothing operations are completed, a heavy prime coating paste diluted with one quart of water per gallon shall be applied and permitted to dry before applying the wall covering. Only butt joints shall be utilized, no lap joints will be permitted. Edges shall be cut straight at all seams. Where the wall covering material will run through interior or exterior corners, butt joints shall be located at least one inch from the corners. Every other strip of wall covering shall be reversed, unless otherwise recommended by the manufacturer. All air pockets shall be eliminated and the final installation shall be secure, smooth, clean and in good contact with the undersurface without gaps and/or overlaps. Any paste droppings or smears shall be removed at the completion of the work. All finger marks, dirt, etc. , shall be cleaned off of the wall cover- ing with a cleaner approved by the manufacturer. The final appearance of the wall covering shall be uniform and consistent in color and texture with the approved sample of pattern approved by the Engineer. III-51 ;Y 45. INSTALLATION OF METAL TOILET PARTITIONS: v, The Contractor shall verify all dimensions affecting the work at the job site. All partitions shall be installed as shown on the Plans and in accord- ance with the manufacturer's recommendations. 46. INSTALLATION OF ACOUSTICAL TILE SYSTEMS: All materials shall be delivered to the job site in the manufacturer's original unopened packages and shall match the approved samples in all respects. Materials shall be stored out of the weather in a dry place, away from moisture or dampness and in such manner as to prevent damage. The installation of acoustical work shall not be started until the building is closed in and made weathertight and until all wet work within the building has thoroughly dried out. All work shall be performed by an applicator approved by the systems manufacturer, in accordance with the manufacturer's printed specifications. All work in the same plane shall be straight and level. Channels .shall be suspended with hangers spaced not more than 4 feet 0 inches o.c. , with addi- tional hangers at each corner of recessed fluorescent fixtures and elsewhere as. required. Auxiliary cross spacing and diagonal bracing as required to stiffen the ceiling construction shall be provided. Edge moldings, formed to fit adjoining surfaces where acoustical the butts same, shall be provided as shown on the Plans. Steel light fixtures supports shall be wired to the channels. Framing for recessed light fixtures, diffusers, outlets or other items required to be built into the ceiling shall be provided. Tiles shall be cut and fit to light fixtures, air outlets, diffusers, and other supports or hangers penetrating the ceiling. Acoustical the shall not be installed until all work concealed in the ceiling is tested and approved. "Hold down" clips shall be provided at all .lay-in tile. "Tent" or "box" enclosures of 2-hour fire-rated mineral board panels, complete with all necessary support members and accessories, shall be provided for all recessed light fixtures. Following erection and/or when directed by the Engineer, all exposed surfaces shall be cleaned of dirt, discoloration and other foreign substances. Units which are damaged, off-color or improperly installed shall be replaced to the satisfaction of the Engineer. 47. INSTALLATION OF METAL ROOF DECK UNITS: Metal roof decks are designed as horizontal diaphragms to resist wind loading and shall be welded to framing members and wall corner angles and joined in accordance with the manufacturer's recommendations, except that deck joining and attachment provided shall not be less than the minimum values listed below: Deck Section Gauge Minimum Panel Attachment Button Punch End Welds Spacing at Seams 3 22 3 24-inch o.c. 21 18 2 24-inch o.c. ADC-30 18/18 2 24-inch o.c. NKX 18/18 2 24-inch o.c. III-52 t 48. INSTALLATION OF ROOF INSULATION SYSTEM: The roof deck shall be smooth, clean and free from loose dirt and grease. The insulation shall be kept dry before, during and after application. Only as much of the insulation system shall be applied in any one day as can be covered with finished roofing during the same day. Steep asphalt shall be applied to the metal deck surface by strip mopping 12 to 15 pounds of asphalt per 100 square feet. The vapor barrier shall be immediately unrolled into the asphalt, lapping 2-inch minimum on side, 4-inch on end, and sealing laps with asphalt. Steep asphalt shall be applied to the vapor barrier in 12 to 15 pounds per 100 square feet strip mopping into which the roof insulation is embedded. The roof insulation shall be laid with edges parallel to flute bearing on deck surface. The joints of the insulation shall be continuous in both directions. All insulation shall be cut and fitted neatly where the roof deck intersects vertical surfaces, but shall be kept 1/4 inch from all vertical flashings. Edges of insulation boards shall be mitered at ridges and else- where to prevent open joints or irregular surfaces. Edges shall be butted to provide moderate contact, but not deformed. Roof tape shall be centered over all insulation joints and edges, em- bedded in hot steep asphalt applied at the rate of 15 to 20 pounds per 100 square feet of tape. End laps shall be 4 inches. 49. INSTALLATION OF ROOFING: a. General. All roofing shall be applied in strict accordance with Koppers Specification No. 17, or equal. All roofing shall be installed by a roofing contractor, licensed by the manufacturer in accordance with the manufacturer's specifications. The Contractor shall furnish a 20-year roofing bond with a flashing endorsement signed by the roofing manufacturer. In addition, all roofing shall be guaranteed by the applicator for two years from the date of acceptance of the completed project. b. Application of Built_-Up Roofing. (1) Apply over the entire surface four plies .of No. 15 tarred felt, all laid shingle fashion and lapped 27-1/2 inches. Each ply shall be set in a solid mopping of coal-tar pitch so that in no place shall felt touch felt or deck surface. (2) End laps on all four plies shall be not less than 10 inches and shall be staggered. (3) Extend plies of roofing felts and pitch moppings up all walls and curbs for a distance of 2 inches on the vertical surface above cant strip. Felts shall be cemented to each other, but not to the vertical surface, III-53 c. Gravel Application. r (1) Exposed felts shall have gravel applied within 8 days from ' the time they are laid, preferably on the same day. During ' seasons of the year when air temperatures of 40 degrees or A below may be expected, exposed felts which do not have gravel . applied the same day they are laid, shall be glazed with a mopping of pitch on the day they are laid. (2) If edges of felts are curled, they shall be mopped flat to <; the surface prior to the application of gravel. (3) Approximate materials required per 100 square feet of roofing s are as follows: Tarred Felt 60 pounds t= Coal-Tar Pitch 175 pounds Gravel 400 pounds V. d. Base Flashing. To be applied in strict accordance with Kopper's Specification No. 108. ". ,S e. Gravel Stops at Same Line as Roofing (Envelope) . (1) The lower two plies of roofing felts are to be turned over the top plies of felt and run back on deck at least 6 inches. These are to be left dry of any pitch. (2) Form gravel guard in 8-foot lengths, except where shorter lengths are required. Lap end joints 4 inches and butter with asphalt plastic cement. The minimum tip on the gravel guard shall be one inch. (3) The entire gravel guard shall be set in a 1/8-inch layer of asphalt plastic cement. (4) Nails shall be spaced one inch from inner edge of metal strip and 3 inches apart. Nails shall be 1-1/2-inch barbed roofing nails. (5) Five-inch and 6-inch flange strips of No. 15 tarred felt embedded in coal-tar plastic cement shall extend from tip of gravel guard onto deck proper. (6) The entire installation shall be poured with coal-tar pitch and graveled, to the tip of the gravel guard. 111-54 50. INSTALLATION OF ALUMINUM ARCHITECTURAL METAL: Before shipment, aluminum surfaces shall be given a removable coating to protect the work from damage during shipping and installation. Coatings may be clear methacrylate lacquer or some form of stripable coating depending Upon the finish to be protected. All aluminum surfaces which will be embedded in masonry mortar, concrete or plaster shall receive two heavy coats of alkali-resistant bituminous paint. During installation, the Contractor shall exercise care to avoid damaging finished work, Upon completion of the work, all architectural metal work shall be cleaned of all fingermark stains or other blemishes and the surfaces left in perfect condition to the satisf action of the Engineer. Aluminum shall be cleaned in accordance with the recommenda- tions of the booklet "Care of Aluminum in the Building Industry," published by Alcoa, using the proper methods for the metal types and finishes. a. Aluminum Handrail. Three-foot 0-inch high aluminum handrails with the lower rail 1 foot 6 inches high shall be installed at the main entrance to the Water Pollution Control Plant Administration Building as shown on the Plans. Posts shall be set vertically, anchored in accordance with the manu- facturer's recommendations; either anchored to the floor using a floor flange, or set in the concrete and grouted using a cover flange. Handrails shall be installed on adjustable handrail brackets, set parallel to each other, and provided with end caps on each end. b. Aluminum Letters. Mounting shall be Type PMC-1 with 1/2-inch spacers. Detail drawings shall be submitted for approval before fabrication. A full size mounting template, rustproof mounting hardware, and instructions for installing letters shall be included. c. Name Plaque. A name plaque shall be installed in the Water Pollution Control Plant Administration Building Vestibule where shown on the Plans. A full scale shop drawing shall be furnished to the Engineer for approval prior to casting. The lettering size and spacing shall generally follow the layout of the plaque shown on page II-42 of these Specifications. The plaque shall be securely fastened to the walls using concealed type hangers grouted into the brick wall. The plaque shall be centered between the two doors with the top edge mounted 5 feet above the floor. Should the plaque be damaged or marred during handling or erection, a new plaque shall be provided. d. Extruded Aluminum Gravel Stop. The gravel stop system shall be in- stalled in accordance with procedures recommended by the manufacturer. e. Aluminum Expansion Joint Covers. The aluminum expansion joint covers shall be installed where shown on the Plans and in accordance with the manu- facturer's recommendations. f. Flagpole. The flagpole shall be ground set with concrete foundation and lighting protection as recommended by the manufacturer for flagpoles without a metal base. III-55 �i �k 3 'r 51. INSTALLATION OF SHEET METAL WORK: r' t� All work shall be performed in accordance with the recommendations of the Sheet Metal and Air Conditioning Contractors National Association (SMACNA) . All sheet metal_ work shall be installed on true, sharp, and straight lines. All sheet metal work except gutters and scuppers shall be erected plumb, level and in the proper planes, without bulges or waves. Gutters and scuppers shall be installed with the slope shown on the Plans. Expansion joints and construction joints in fascia and gravel stops and copings shall be as recommended by SMACNA. They shall be provided at a spacing approximately 10 feet. The 4-inch flange on the fascia shall be set in mastic nailed on top of the roofing felt, using non-corrosive attachment devices. All fastening devices shall be concealed wherever possible. Gutters shall have proper expansion joints spaced approximately 30 feet o.c. Downspout hangers shall have a maximum spacing of 6 feet. Downspout hangers shall be fastened to the masonry by fasteners set in lead anchors. If slip joints are required in the downspouts, they shall be concealed by hangers. All downspouts shall be caulked into a cast iron soil pipe for con- nection to the vitrified clay pipe drainage system shown on the Plans. 52. INSTALLATION OF PORCELAIN ENAMEL WORK: All porcelain enamel work shall be performed in accordance with the recommendations of the Porcelain Enamel Institute. All erection shall be performed only by an erector licensed by the manufacturer. Porcelain panels shall be erected in accordance with the approved shop drawings and field cutting will not he allowed. All joints between panels and between panels and adjacent construction shall be sealed with sealing material. or with other methods approved by the Engineer. ga 53. INSTALLATION OF CURTAIN WALL SYSTEM: All work on curtain wall systems shall be performed by an employee or franchisee of the manufacturer experienced in this type of work who has per- formed the installation of at least five projects of similar size and quality. All exterior wall panels when erected and in place shall be weatherproof, true, neatly aligned and free of defacement or deformity. Perimeter caulking shall be provided at all intersections of the cur- tain wall components with masonry, mullions, etc. The adjacent materials shall be primed and the caulking material applied in accordance with the manu- facturer's printed -directions. Splice joints in mullions shall be carefully filled with caulking materials. The color of the perimeter caulking shall match the finish of the aluminum. Trim angles, mullion covers, eel. slip plates, closures and insulation shall be provided as necessary to secure the effect intended and a complete installation. III-56 All interfaces between aluminum and steel shall receive an asphalt-based protective finish. As the work progresses, the Contractor shall clean excess sealant and other stains and smears caused by the work from aluminum, glass, panels and masonry. 54. INSTALLATION OF WINDOWS. PANELS, DOORS AND HARDWARE: Windows and doors shall be set plumb, square, rigid and in true align- ment and properly braced until built in. They shall be anchored as shown on the Plans and approved shop drawings. All hardware shall be installed in conformance with the manufacturer's specifications and requirements. Shop and setting drawings for all units to receive hardware shall be. checked to see that hardware when installed will operate properly. Exterior door thresholds shall be bedded in a caulking compound and attached with expansion shields. All windows shall be adjusted, the hardware attached and any operators installed before glazing. All screens shall be left properly fitted and tight. All hollow metal doors shall receive one coat of paint within seven days after they are hung. If the Contractor fails to paint the doors as required, the Engineer may require their removal and proper storage. The erection of all curtain wall windows shall be under the supervision of the manufacturer. The aluminum entrance doors, aluminum sliding door, the overhead garage doors and the rolling steel door shall be erected by workmen employed by the manufacturer or a manufacturer's authorized representative skilled in this type of work. The folding doors shall be installed as shown on the Plans and as recom- mended by the manufacturer. Wood bucks shall foot on the floor slabs and shall extend in one piece to the full height of the openings and shall be provided unless otherwise specified or shown on the Plans with 16-gauge galvanized crimped anchors 1-1/2 inches wide, at least three to each jamb. Bucks shall be accurately set, plumb and true and properly staved until built-in. All finished mill work and trim shall be installed as indicated on the Plans. All frames and finishes shall be installed plumb or level, straight and true. All trims shall be put up with proper grounds in every case and well secured to same. All finished millwork shall be nailed with fine wire finishing nails which shall be concealed as much as possible. Finished mill work and trim shall not be installed until all plaster has been completed and is dry in the judg- ment of the Engineer. Finished mill work shall be free from mars and in perfect condition, satisfactory to the Engineer. The Contractor shall protect all completed work and construction mate- rials at all times to prevent dirt, mortar, paint, etc. , from adhering to the III-57 x� ;4 frames and hardware. Windows and doors shall be protected at all times from scratches, dents and other damage that will detract from the finished installa- tion. Items damaged or marred shall be replaced or repaired. Anodized aluminum or other plated surface shall not be cleaned by scraping or abrasives that might damage the finish, but shall be replaced. The whole finished installa- tion shall appear as new and unused at the time of final acceptance. After glazing, the Contractor shall check and adjust the operation of all windows, doors and hardware. 55. GLAZING: All glazing shall be performed utilizing glazing beads. The glass in the hollow metal doors, the fixed sash, and the projected aluminum windows shall be bedded on glazing compound. Outside snap-in glazing beads shall be utilized where available from the manufacturer. All glazing of aluminum projected windows shall be performed with the windows closed and they shall be left in this position for 48 hours after the glazing has been completed. In the curtain wall system, the glass shall be shimmed with 1/8-inch spacing blocks between the fixed glazing legs and glass at the corners in an 18-inch o.d. around the perimeter. The glass shall be bed in continuous bedding tape. The glazing shall be completed with a continuous neoprene block between the glass and the "snap-in" stop. All other glazing shall be performed utilizing glazing beads as recom- mended by the manufacturer. All glazing shall be installed weathertight. Upon the completion of the glazing work, all glass shall be left whole and free from cracks and rattles. 56. PAINTING: a. General. This work includes the field painting of all metal sur- faces which are not buried in earth or masonry or specifically exempted as noted in this section; concrete and concrete block surfaces where called for; machinery and machine drives; and all .pipe, where required or specified. Mechanical equipment, electrical equipment, and similar items which have been specified with baked-on enamel, porcelain, laminated plastic finish or similar finish standard with the manufacturer shall not require field painting. Any injury or damage to such finished surfaces prior to final acceptance of the work shall be remedied before final acceptance, and all costs for same shall be borne by the Contractor. Nameplates on any equipment shall not be painted. Cast-iron pipe submerged in sewage, sludge or other liquids; stainless steel; aluminum, except the aluminum air drop pipes, copper, except piping which shall be color coded; brass; bronze; chrome; miscellaneous galvanized steel items to be embedded in the concrete, and concrete surfaces shall not be painted. III-58 The mixing, thinning and application of all paints herein specified and approved, shall meet the recommendations of the respective manufacturers in regard to weather and temperature, application, and use and type of thinner. All painting shall be done in the best manner by skilled workmen and in accordance with the paint manufacturer's recommendation. Finished surfaces shall be free from runs, drops, ridges, waves, laps and unnecessary brush marks. The actual surface area covered per gallon of paint and the dry film thickness per coat shall be in accordance with the manufacturer's written recommendations. All corners and crevices shall be completely coated. The dry film thickness will be subject to a field check by the Engineer. Dry film thickness shall be measured by a Mikrotest dry thickness gauge. The minimum thickness at any point may occasionally deviate up to 20 per cent from the manufacturer's recommended thickness, but the average thickness as measured shall be not less than the thickness recommended by the manufacturer. It is the intent of the Contract to require a finished and workmanlike appearance on all surfaces and all surfaces shall be properly protected from corrosion as specified. b. Preparation of Surfaces. All metal surfaces, prior to painting, shall first be thoroughly cleaned of all rust, mill scale, grease, oils, mud, dirt and other foreign matter. Cleaning shall be accomplished through the use of wire brushes, chisels, hammers, or washing with water or benzine, as is necessary or as directed. Sandblasting, in an approved manner at point of manufacture, will be permitted on structural steel and rough steel cast- ings or forgings; however, no sandblasting on or near mechanical or electrical equipment after assembly or installation will be permitted. Sandblasting in accordance with SSPC-SP-63 shall be required of all metals to receive sub- merged metal paint before being primed. All concrete and concrete block surfaces, prior to painting, shall be thoroughly cleaned of all dirt, dust, curing compounds, oils and other foreign matter. If the paint manufacturer requires etching of concrete surfaces prior to painting, surfaces shall be treated with a 10 per cent muriatic acid solution in an approved manner. All cast-iron piping or fittings that are specified to receive a coating other than coal-tar pitch, shall receive two coats of an approved sealing paint before application of the finished color coats. Galvanized surfaces to be painted shall be solvent-cleaned before paint- ing and receive one coat of primer for galvanized surfaces prior to receiving the specified primer. All surfaces, concrete or metal, shall be clean and dry at the time of application of paint coatings, and at a temperature of not less than 50 de- grees F. c. Application. Paint for all metal surfaces shall be well-rubbed or forced into the metal or under coats of paint by suitable stiff, round or I1I-59 ;f Ij. j { oval brushes, brindled if the bristles are too long or flexible. Flat brushes, when allowed, shall not be wider than 4 inches. 5 No painting shall be performed when the temperature is below 50 degrees F. , upon wet, damp or frosty surfaces, in wet, foggy weather, nor in a damp atmosphere except by permission of the Engineer and in the manner that the Engineer may approve. Sufficient heating and ventilating shall be provided at the Contractor's expense to keep the atmosphere and surfaces to be painted dry and warm until the paint has hardened. Any painting found to be defec- tive shall be scraped off and repainted as the Engineer may order. Previous coats of paint must be dry before the addition of new coats, which in general, will be according to the manufacturer's recommendations in warm weather, and longer in cold, damp weather or in cold, damp locations. Before acceptance of the work, all damaged surfaces of paint shall be cleaned and repainted or touched up as ordered by the Engineer. All paint shall be applied in strict conformance with manufacturer's specifications. Each coat of paint shall be tinted to make it distinguishable from VA preceding coats. It is the intent of these Specifications to permit spray or roller painting if such is done in full accordance with the written recommendation of the manufacturer of the paint being used. d. Protection. During the construction period, all electrical, machanical �. and other equipment, apparatus and surfaces shall be protected from paint drippings by means of tarpaulins, burlap, wooden housings or other approved means of protection. After equipment, apparatus and piping has been erected and tested, or when ordered by the Engineer and just prior to the acceptance of the work, it shall be given the final coats of paint as herein provided. e. Shop Painting. Shop painting shall be performed to the extent and as required under the various other parts of these Contract Documents. If not there particularized, it is intended generally that all exposed metal surfaces shall be given a minimum of one protective coat of paint or rust protective material which shall be compatible with and is acceptable to the approved manufacturer of the specified field paint. Surface preparation for shop-applied primers shall be in strict accordance with the recommendation of the manufacturer of the paint approved and used. f. Field Painting. In order to establish standards for colors specified, these are identified by reference to the catalog numbers of a particular manufacturer. Colors used shall be similar or equal to those of Master Color Chart No. 560-H, as furnished by the Inertol Company, Inc. The Con- tractor shall furnish the City five 1-gallon unopened cans of each type and �q color of finish paint utilized in the entire project, except that in no case shall the amount of extra paint provided exceed 50 per cent of the paint used on the job. (1) Metal Surfaces. (a) Exposed metal surfaces (other than brass, aluminum or finished surfaces) , such as structural steel work, cover plates, machinery castings, pumps, drives, etc. , shall III-60 r be spotted as required with field primer and given two coats of finish paint, except as noted below. All hollow metal doors shall be given one coat of finish paint within seven days after they are hung. Interior doors shall be given one additional finish coat. Exterior doors shall be given two additional coats. Colors shall be as selected by the Engineer. (b) All exposed piping shall be painted with two coats of do enamel. Tar-coated pipe, fittings and metal shall be NR given two sealer coats of primer for cast-iron pipe prior to application of enamel. This includes hangers, supports, valves, valve operators and floor stands. Colors shall be as follows: Sewage Lines Light Gray 306 Sludge Lines Dark Brown 318 Potable Water Light Blue 301 Process "Water Light Blue 301 with 6-inch Vermilion Red 314 bands every 30 inches Air Lines Jade Green 336 Drain Lines Black 321 Valves with chain wheel operators shall have two arrows painted on the wheel at 180 degrees from each other. The arrows shall point in the direction the wheel turns to open the valve and the arrows shall have an 110" painted after the head of the arrow. The arrow and letter shall be white on a black background of a size and shape approved by. the Engineer. (c) Galvanized metal surfaces, unless otherwise specified or directed, shall be painted. Galvanized surfaces to be painted shall be primed with one coat of primer especially prepared by paint manufacturer for galvanized surfaces, and for the final coats, shall be given the same number and type of field painting as specified in Item (a) of this Specification. The galvanized duct work in the superstructures shall be painted to match the walls. (d) Submerged metal surfaces, except cast-iron piping which shall not be painted, that have been primed, shall be painted after the spots have been power-brushed or sand- blasted, with two coats of submerged metal cover paint. Paint shall be applied immediately after the spots have been cleaned. III-61 :z (e) All aluminum surfaces to be embedded in concrete shall N be given a coating of Inertol "Metal Passivator" No. 35 to separate the aluminum and the concrete, unless other- wise specified. 4� (2) Building Surfaces. (a) Interior surfaces shall be painted as shown on the Finish Schedule on the Plans. 4 (b) Interior concrete block walls to be painted with epoxy '= paint shall be primed. Walls shall receive two coats '; of the epoxy paint in the base color selected by the Engineer and a single color spatter coat. A 10-foot square area of the spatter coat shall be applied for approval of the Engineer. All spatter coats shall con- 01" form in appearance to the area approved by the Engineer. (c) Interior floors to be painted with epoxy shall receive two coats of paint of a color selected by the Engineer. (d) Concrete and concrete block walls and ceilings to be painted with other than epoxy paint shall receive two coats of interior paint. (e) Concrete floors to be sealed shall be sealed with two coats of the sealer approved by the Engineer. Sealer shall be applied in strict accordance with the manu- facturer's written recommendations. (f) All wood surfaces in the Superintendent's Office not pre-finished shall be stained to match the color of the pre-finished paneling. Samples of the finish specified shall be submitted to the Engineer for approval. The finished surfaces shall conform to the samples ap- proved by the Engineer. All applicable provisions of "Specification for Painting and Varnishing" in the Architectural Specification Manual of Prett & Lambert Company, 10th Edition, pp 27-29, shall be strictly followed.. (g) Exterior of Thickener Dome. The stucco finish of the thickener dome shall be primed with one coat of primer. , Two finish coats shall be applied. (h) Exterior of Buildings and Structures. No painting of exterior walls or slabs shall be required except the Thickener Dome as specified above. (Equipment, handrails and other metal surfaces shall be painted as specified for Metal Surfaces.) III-62 MEN 574 INSTALLATION OF TOILET ROOM ACCESSORIES: The toilet room accessories shall be installed where shown on the Plans. Where required by the unit, they shall be recessed in the walls. Units shall ft be plumb and true to line and level. 58. INSTALLATION OF PRESSURE GAUGES, SWITCHES AND ACCESSORIES: Pressure gauges and switches shall be installed in a position where they can be conveniently read and maintained. Gauges shall 'be adequately supported with the dial in a vertical position. All gauges and switches shall be isolated from the process piping with gauge cocks. Gauge cocks shall be located between diaphragm seals and the process piping, if seals are required. Where pressure gauges and switches are to be mounted together, a dual mounting manifold shall be utilized. In the Walnut Street Pumping Station, the suction and discharge gauge for each pump shall be mounted on a common gauge panel. Each gauge panel shall be fabricated from steel plate and mounted on the pumping unit at a convenient location. The connection from the diaphragm seal to the gauge (and pressure switch, if required) shall be capillary tube with a minimum As length of 3 feet. 59. INSTALLATION OF PLUMBING: a. General. All plumbing work shall be complete in every respect ensur- ing a system which will operate satisfactorily and noiselessly. All work shall be performed by skilled workmen. Unless otherwise indicated, all mate- rial and equipment shall be installed in strict accordance with the manufac- turer's recommendation. All exposed piping shall be installed parallel to walls and partitions and vertically plumb, In general, all piping shall be run concealed wherever possible, unless otherwise shown on the Plans. All plumbing work shall conform in all respects to the ordinances, rules and regulations of the State and Local Plumbing Codes, and these Specifications. Sleeves shall be provided at all locations where piping passes through wall or floors during construction of the walls and floors. All exterior wall sleeves shall be caulked to make them waterproof. All floor sleeves shall extend one inch above the finished floor level. Unions or flanges shall be provided at piping connections to each piece of plumbing equipment, at intervals of not more than 50 feet in straight runs of threaded pipe, at each threaded valve or cock and elsewhere as required to adequately service the piping system and equipment. b. Installation of Drainage,_ Downspout and Vent Piping. (Also see Paragraph III-24, "Installation of Cast-Iron Soil Pipe and Fittings.") All horizontal and vertical lines shall be supported as specified and/or as required to keep the pipe in alignment and adequately support the pipe and contents. The base of each stack shall be adequately supported to prevent III-63 FF Ft any movement of the vertical piping. Traps shall be installed as shown on the Plans. Cleanout openings shall be provided on all soil, waste and drain lines indicated on the Plans and as required. In no event shall the distance between cleanouts be more than 50 feet on lines 4-inch in size or smaller, nor more than 100 feet on lines larger than 4 inches. Cleanouts shall be of the same sizes as the pipe up to 4 inches and not less than 4 inches for f larger pipes. Cleanout openings shall also be provided at ends of all lines t. where change in direction occurs and where lines pass through outside walls to outside sewers. Access openings for concealed cleanouts shall be closed with flush floor or flush wall cover plates or flush ceiling access panels to provide a neat appearance. All fixtures shall be trapped, slopped and back-vented as indicated on ' the Plans and as required by the applicable plumbing code. The size of the vent lines shall be as indicated on the Plans and/or as required by the ap- plicable code. Roof terminals shall extend above the roof line 12 inches unless otherwise shown on the Plans or required by the applicable code. Roof terminals shall be flashed with 4-pound sheet lead bent down into the pipe at least 3 inches and having a base approximately 18 inches square. All soil, wastes, downspouts, drain and vent piping shall be tested at the completion of the installation of each stack or section of piping by filling the system with water to the highest point and checking joints and ' fittings for leaks. Except for the topmost 10 feet of a piping system, each section of piping shall be tested with a pressure not lower than the equivalent of 10 feet of water. All leaks must be eliminated before proceeding with work or concealing the piping. c. Installation of Water Piping. (Also see Paragraph III-24, "Installa- tion of Copper Tubing.") Valves shall be installed on the inlet and outlet connections of all equipment connected to water lines. Supplies to each fixture shall be fitted with lock shield, chrome-plated brass stops, unless integral stops are provided in the fixture fittings. Showers and other fix- tures having concealed supply valves shall be fitted with straight pattern stop valves, with screwdriver slotted stem and wall escutcheons with all exposed metal chrome-plated brass. Each fixture supply having a hand-operated valve shall be fitted with an air chamber. Air chambers shall be of the same size as the pipe serving the fixture, but in no case smaller than 1/2 inch for ferrous piping and 5/8-inch i.d. for copper tubing. Chambers shall be no shorter than 12 inches for ferrous piping and 18 inches for copper tubing. All hot and cold water piping shall be so installed that it will be free to expand and contract without creating undue stresses in the piping system. A Upon the completion of a section or of the entire hot and cold water piping system, they shall be tested hydrostatically for a period of at least 6 hours to a pressure not lower than 50 per cent in excess of the maximum pressure to which the pipe will ordinarily be subjected, but in no case lower than 100 psi. Any leaks or defective pipe disclosed by the tests shall be III-64 repaired or replaced and the tents repeated until all piping shows tight. All water for tests shall be furnished and disposed of by the Contractor. No piping shall be concealed or furred in until it has been tested to the satisfaction of the Engineer. d. Installation of Gas Piping. All gas piping required for water heating, space heating, laboratories, etc. , shall be installed in strict con- formance with the requirements of the gas utility supplying the project, the local or State regulations governing the installation, and the. following specifications. Unless otherwise indicated on the Plans, all gas piping exposed within a building or structure shall be standard weight, black steel pipe with malleable iron and threaded fittings. Support of other items in any way from gas pipe lines will not be permitted. Buried gas piping shall be coated and wrapped in accordance with these Specifications. Buried piping may have either welded or screwed joints. Gas cocks shall be installed where valves are indicated on the Plans and at each connection to equipment and each branch to laboratories, etc. Piping shall be graded to avoid accumulation of condensate. If traps are unavoid- able, cleanout tees with capped nipples shall be installed at low points. All branch outlet pipes shall be taken from the top or sides of horizontal lines and not from the bottom. No unions, valves or gas cocks shall be in- stalled in concealed pipe lines. Every union valve or gas cock shall be readily accessible for inspection and repair. Upon completion of a section or of the entire gas piping system, it shall be tested with air at a pressure of at least 50 per cent in excess of that to which the pipeline will normally be subjected, but in no event lower than 50 psi, and proved gastight for a period of at least four hours. Such tests shall be witnessed by a representative of the local gas utility, the municipal plumbing inspector and the Engineer. No gas piping shall be concealed until after the completion of a satisfactory test. Regulators or other devices which could be damaged by the tests shall be isolated or removed from the system during the test. e. Installation of Fixtures and Equipment. All plumbing fixtures and all equipment furnished under this Contract shall be constructed and/or equipped with anti-siphon devices so as to entirely eliminate any danger of siphoning waste material to the potable water supply system. Any fixtures and/or equipment not so arranged will be rejected. Anti-siphon devices shall be installed in accordance with applicable Division of Health recommendations. Plumbing fixtures shall be installed complete with all necessary hanger brackets, wall plates, anchor bolts, and other miscellaneous items required to make a permanent and secure installation. All wall hung water closets and urinals shall be provided with carriers. Fixtures shall be set level and plumb. Each hot water tank shall be equipped with a temperature and pressure relief valve or valves. Unless otherwise indicated, each valve shall be set to relieve whenever the temperature exceeds 210 degrees F. or the pressure exceeds 125 psi. III-65 s3� jk f. Sterilization of Potable Water Systems. Prior to final acceptance, ' the entire potable water system shall be thoroughly flushed. After flushing chlorine or chlorine compound shall be introduced into the system. The dosage shall be sufficient to give a residual chlorine content of 25 mg/l at the end of a 24-hour contact period. Samples shall be collected from various ;F taps and fixtures throughout the buildings during the introduction of chlorine to ensure uniform distribution. All valves in the lines being sterilized shall be opened and closed several times during the sterilization period. After the 24-hour contact period, additional samples shall be taken from #; various taps and fixtures to determine that the 25 mg/l residual chlorine content has been obtained. If satisfactory, all traces of the heavily chlor- inated water shall be flushed from the system. After flushing is complete, , the Contractor shall collect at least four bacteriological samples from dif- ferent locations and have the samples tested by a laboratory approved by the Engineer. If samples test safe, the water shall be considered to have been satisfactorily chlorinated. If unsafe, the chlorination process shall be repeated until the bacteriological samples test safe. All expense for chlorination, water usage, bacteriological tests, etc., shall be paid for by the Contractor. g. Cleaning, Testing and Adjusting. At completion of the work and prior to the final acceptance, all parts of the work installed under these Specifications shall be thoroughly cleaned. All equipment, fixtures, pipe valves and fittings shall be cleaned of grease, metal cuttings and sludge which may have accumulated by operation of the system or testing hereinbefore specified, or from other causes. Any stoppage or discoloration or other damage to parts of the building, its finish or furnishings, due to failure of the Contractor to properly clean the piping system shall be repaired by the Contractor. Prior to final acceptance, the Contractor shall inspect and test in the presence of the Engineer and a representative of the City, the operation of each piece of equipment and fixture to the satisfaction of the City and the Engineer. If inspection or tests show defects, such defective work or mate- rials shall be replaced and the inspection repeated. Repairs to piping shall be made with new material. No caulking of screwed joints or holes will be acceptable. The Contractor shall adjust all flush valves and other parts of the work in order to provide quiet operation. The hydro-pneumatic tanks shall be properly charged with air in order that the water system will properly operate. All automatic control devices, such as float valves, pressure switches, etc. , shall be adjusted for proper operation. 60. INSTALLATION OF GASOLINE STORAGE TANK AND PUMP: The gasoline storage tank shall be installed as shown on the Plans. Vent and supply lines shall be galvanized steel pipe with galvanized malleable iron fittings. The fill line shall be black steel pipe with malleable iron fittings. The fill line shall be installed without any bends in order that III-66 It also may serve as a gauge line. The fill line shall terminate with the fill cap set in a manhole in the concrete island. The vent pipe shall be attached to a lamp post and installed to the height shown on the Plans. All pipes passing through the concrete island shall be provided with sleeves as shown on the Plans. All pipe fittings shall be taped after assembly with a waterproof tape approved by the Engineer to prevent deterioration at exposed threads or joints. The pump shall be installed in accordance with the manufacturer's recommendations. 61. INSTALLATION OF FUEL OIL TANK: The fuel oil tank shall be installed where shown on the Plans in a manner similar to that shown for the gasoline storage tank. The concrete slab below the tank shall be 7 feet square and 12 inches thick. Two 1/2-inch cables with clamps and anchors shall be provided. Vent (2-inch) , supply (1-inch) , and bypass (return) (1-inch) lines shall be galvanized steel pipe with galvanized malleable iron fittings. The fill line (4-inch) shall be black steel with malleable iron fittings. The fill line shall be installed without any bends in order that it also may serve as a gauge line. The fill line shall terminate with a fill cap set in a manhole at grade. The vent pipe shall be attached to the exterior of the concrete thickener wall and extended to a height 9 feet above grade. All pipe fittings shall be taped after assembly with a waterproof tape approved by the Engineer to prevent deterioration at exposed threads or joints.. 62. INSTALLATION OF STYROFOAM DOME: The Styrofoam dome for the Thickener shall be spirally generated on the starter ring and lifted into place on the Thickener. A temporary equipment support of concrete shall be provided for generating the dome. The starter . ring shall be placed on the ground and shall be level within + 1/2 inch, and concentric to + 1/2 inch. . A foam starter strip shall be supplied and secured at 2-foot intervals to the tension ring with 3/8-inch bolts. The dome shall be spun to a dome apex opening of approximately 8 feet diameter. This opening shall .be filled ® with prefabricated flat section and cemented into place. Any openings or end ® ;points larger than 3/8 inch shall be filled or plugged with foam. After the dome is spun, it shall be lifted into place on the Thickener. The dome shall be carefully placed so that the seat ring is spaced equally from the edge of the concrete tank. The starter ring shall be welded to the 1/4-inch anchor plates embedded in the concrete wall of the Thickener. Each anchor plate shall have not less than 2-1/2 inches of 3/8-inch fillet weld. After the dome is in place, all openings shall be cut in the dome and the ventilating fan frame and the door frame installed. The dome shall be covered with stucco within 7 days or a coating of latex paint shall be applied for protection from ultraviolet'rays. III-67 k The,stucco coating shall be applied in two coats and shall be a minimum of 3/4 inch thick. The first coat shall be applied at a minimum of 1/2 inch; the second"coat a minimum of 1/4 inch. The surface of the styrofoam dome shall be dry and free of all foreign matter at the time the stucco is applied. Reinforcing mesh shall be placed over the styrofoam dome and fastened with staples to hold it in place. The. mesh shall not be in contact with the dome except at the self-furring points. Stucco shall be mixed in the following proportions: a. Mason Sand 3 cu.ft. b. Portland Cement 1 bag (94 pounds) c. Hydrated Lime 10 pounds d. Styrocrete Liquid 5 gallons e. Water As required The mixing procedure for the stucco shall be as 'follows: (1) Add Styrocrete liquid to a wetted mechanical mortar mixer. (2) Add sand. (3) Add cement. (4) Add lime: (5) Add water to desired consistency. ° Stucco shall be spray applied with a commercial positive displacement plastering pumping unit. The stucco shall be sprayed so that it will com- pletely embed the wire lath in the stucco and completely coat the styrofoam- surface (no voids shall be allowed between the styrofoam shell and the stucco) . The first coat - after applying the proper thickness •with the spray gun, the surface shall be darbyed level conforming to the curvature of the - dome. The second coat - .shall be applied the same as the first, followed by a foam float finish, if necessary. Final texture shall be that: of a sand textured finish normally used in conventional stucco work. The first coat shall be dry-cured at least 24 hours prior to applying the second coat. Minimum application and curing temperatures shall be 50 degrees F. : ,Stucco shall be protected from rain during the first 24 hours ,of cure on each coat. 63. INSTALLATION OF BRIDGE CRANE AND ELECTRIC HOIST: The bridge crane, electric hoist, and accessories at the Walnut Street Pumping Station''shall be installed in accordance with the manufacturer's recommendations. Power will be supplied from a connection box-as shown on the Plans. The-hand chain for- the bridge crane shall be located near its east end. The hoist shall be oriented so that the hook may be lowered into the entire opening in the floor slab and the pushbutton assembly is at the east end of the unit. The hand chain shall be attached to the north trolley III-68 and be placed on the east side of the hoist. Stops shall be field-welded to the crane runway beams to prevent the bridge crane from touching the walls. 64. INSTALLATION OF JIB CRANE AND ELECTRIC HOIST: The jib crane and electric hoist at the Walnut Street Pumping Station shall be installed in accordance with the manufacturer's recommendations, the Plans and these Specifications. The jib crane shall be set plumb and true, utilizing adequately sized anchor bolts. Power shall be supplied to the junction box on the mast of the jib crane. The hoist hook shall be attached to the basket screen in the wet well. 65. INSTALLATION OF TROLLEY AND CHAIN BLOCK: The trolley and chain block for the Sludge Incineration Room shall be installed in accordance with the manufacturer's recommendations. Stops shall be field-welded to the 12-inch monorail to prevent the trolley and chain block from touching the walls. 66. INSTALLATION OF HEATING AND COOLING EQUIPMENT: a. General. The heating and cooling equipment shall be installed as shown on the Plans and as specified herein. The system shall function as follows: For heating the boiler shall be cycled with an outdoor-indoor reset controller, the circuit being energized when a Summer-Winter switch is in the "Winter" position. This pump shall also start the circulating pump and turn off the air conditioning system. Control of four of the radiation convectors shall be by means of control valves individually thermostatically controlled. The remaining convectors shall be controlled by manual valves. The type of control for each room shall be as shown on the Plans. The fan in each cabinet heater shall be cycled by individual thermostats. Fan speed shall be manually selected. A duct-mounted thermostat shall modulate the valve in the water line supplying the hot water heating coil leaving the air handling unit. This controller shall be regulated to maintain a constant temperature supply air during the winter. For cooling the Summer-Winter switch shall be turned to the "Summer" position. This shall prevent the boiler gas valve from opening. The air conditioning system shall be cycled from a two-stage thermostat mounted in the Superintendent's Office. A 7-day program clock shall control the operation of the fan in the fan coil unit and the ceiling fans in the Locker Room and Toilet Room A b. Ductwork. All ductwork required for the satisfactory operation of the heating and cooling system shall be installed in the locations shown on the drawings. All supply and return ducts, together with the necessary fittings, dampers and insulation shall be furnished and installed. All III-69 { ductwork shall be airtight and so constructed as to be free from pounding and buckling. The ducts shall be firmly supported from the structural beams, bar joists or metal roof deck. All elbows shall be equipped with vanes in accordance with ASHRAE recommendations, or other approved manner. y c. Insulation. (1) External Sheetmetal Insulation. External insulation for sheet metal shall be applied in sections cut long enough to wrap around the ducts and to meet snugly without stretching. The insulation shall be cemented to the ducts with Benjamin Company ED-890 adhesive applied in strips F inches wide on 12-inch centers. All pieces shall be butted tight at the joints f' which shall be sealed with continuous strips of 4-inch wide Permacel adhesive tape. (2) Internal Sheetmetal Lining. Internal lining for sheetmetal shall be applied to the surfaces of the ductwork with fireproof mastic and 2-inch x 2-inch sheetmetal clips located on 24-inch centers. The lining shall be applied to the ductwork in flat prior to break-forming. All joints shall be sealed with pressure-applied neoprene facing. (3) Heating Piping Insulation. All hot water piping shall be insulated. Fittings shall be made of mitered segments of piping material or built up with felt and insulating cement, then finished to match the ' adjacent material. Unions and valves shall not be covered. (4) Refrigeration Suction Lines. All suction lines of the re- frigeration system shall be insulated. The insulation shall be completely sealed against vapor transmission from the atmosphere to the pipe surface. All joints and terminal points shall be vapor-sealed. Insulation shall be adhered in both longitudinal and transverse seams with contact adhesive pro- vided by the insulation material manufacturer. Suction line insulation shall be -applied in strict accordance with manufacturer's instructions. d. Piping. Piping shall be installed in accordance with applicable provisions of other sections of these Specifications and the following: Hot water piping may be either copper or steel. Copper hot water piping shall have sweat fittings. Steel hot water piping shall have screwed joints except in concealed chases where joints shall be welded. Refrigeration piping shall be of Typek hard temper copper with wrought copper sweat type fittings. Joints shall be made with silver solder or phos-solder brazing material. N e. Cleaning and Testing. (1) Hot Water Heating Lines. All piping shall be thoroughly flushed after installation, and tested at a hydrostatic pressure of 100 psi before the insulation is applied. Before startup, the system shall be washed by circulating a solution of warm water and trisodium phosphate for no less than III-70 three hours. The system shall then be drained and flushed clean, then filled for operation. (2) Refrigerant Piping. Refrigerant piping system shall be evacu- us to a pressure corresponding to 32 degrees F. saturation and held for no less than 24 hours. After this time the vacuum shall be broken with refrig- erant 22, charged to at least 60 psi, and each joint leak-tested. Subsequently, the system shall be provided with an operating charge and test-operated for 72 hours, recording motion pressure, head pressure, CFM, entering air, dry bulb and wet bulb, and compressor motor current. (3) Air Distribution System. Before final acceptance, the entire air distribution system shall be vacuum cleaned of all construction dust and debris. New filters shall be installed. The air distribution system shall be balanced to provide deliveries and capacities shown on drawings, and the fan total pressure, speed, and current shall be determined. A complete report on the final air balance containing all the data described above, together with the instruments used must be submitted to the Engineer for approval. All exhaust fan units shall be tested and proven operable. Capacities shall be determined by appropriate instruments, and motor currents recorded. 67. INSTALLATION OF TILT PIPE SKIMMER: The skimmer shall be installed in accordance with the manufacturer's recommendations. Anchor bolts shall be set as directed by the manufacturer. The skimmer shall be level, rotate easily, and be watertight at the sides of fla the structure. 68. INSTALLATION OF LABORATORY EQUIPMENT AND OFFICE FURNITURE: The laboratory equipment, including glassware, shall be unpacked, checked, and properly placed in the Laboratory by the Contractor. All equipment shall be operable and in. perfect condition. Defective or broken equipment shall be replaced. The office furniture shall be cleaned and ready for use. Any marred or damaged items shall be replaced by the Contractor. 69. INSTALLATION OF SAFETY EQUIPMENT: a. Fire Extinguishers. The Contractor shall have the fire extinguishers charged and they shall be wall-mounted at locations designated by the Engineer. b. First Aid Kit. The first aid kit shall be unpacked, checked and placed in a place in the Laboratory designated by the Engineer. 70. INSTALLATION OF SHOP TOOLS AND MAINTENANCE EQUIPMENT: The work benches shall be set in the Garage at the location shown on the Plans. All shop tools shall be unpacked, checked, and hung on the peg- board above the work bench with suitable hangers. III-71 �11114�111111;11��] { All other tools and equipment shall be unpacked, furnished with oil and lubricated as recommended by the manufacturer, tested for proper operation r. (the City will supply the necessary air compressor to test the sandblast equipment) . After testing, the equipment shall be cleaned up, and stored in the Garage as directed by the Engineer. 71. INSTALLATION OF VENETIAN BLINDS: Venetian blinds shall be installed behind all glass surfaces in the Administration Building as shown on the Plans. They shall be attached to the 1-inch x 2-inch wood ceiling border strip, as recommended by the manu- facturer. Intermediate supports for the headrail shall be installed if required. The blinds shall be securely attached, true to line, and adjusted for proper operation. 72. INSTALLATION OF EQUIPMENT: All equipment shown on the Plans or called for in these Specifications shall be installed in accordance with the manufacturer's recommendations. Attention is called to the fact that the particular equipment purchased may require modifications of the details of structures and piping. Such modifi- cations shall be made in order to conform to the manufacturer's requirements and to ensure proper installation and operation of the equipment. Manufacturer's drawings shall be used in determining the location of all anchor bolts. All equipment shall be neatly, substantially and securely mounted. All equipment mounted on the floor shall be installed on concrete bases raised above the general floor level unless specifically noted otherwise on the Plans or in these Specifications. Equipment installed on bases where alignment or plumbness is important shall be grouted in place using not less than one inch of non-shrink grout. Pumps and other equipment attached to piping shall be temporarily sup- ported until the piping is in place and finally supported. During this time the equipment shall be attached to the piping with not more than four flange bolts. After the piping has been installed and supported, the pump base shall be poured and the equipment grouted onto the base. After the equipment has been permanently supported, the bolts connecting the equipment and piping shall be loosened in the presence of the Engineer to be sure there is no strain on the equipment. After the Engineer has determined that the piping and equipment are suitably supported without strain on the flanges of the equipment, all bolts between the equipment and the piping shall be installed and tightened. Unions or flanges shall be provided at piping connections to each piece of equipment, at intervals of not more than 50 feet in straight runs of threaded pipe, at each threaded valve or cock and elsewhere as required to adequately service the piping system and equipment. Unions shall be used in piping 3 inches and smaller. Flanges shall be used in piping larger than 3 inches. Connections between ferrous and non-ferrous metals in piping sys- tems shall be made with dielectric unions. III-72 Base drains shall be provided for all pumps. These base drains shall be of appropriate-sized copper not less than 1/2 inch in size and shall dis- charge the leakage from the packing to the closest floor drain or channel, or as shown on the drawings. All instruments shall be securely and permanently installed in a manner which will ensure proper operation. Instruments shall be calibrated and_put in good working order. 73. INSTALLATION OF ELECTRICAL EQUIPMENT: a. General. (1) Scope. The work covered in this section consists of performing all operations necessary for the complete installation and test of the electrical systems as shown on the drawings and as specified herein for the Water Pollution Control Plant, and the Walnut Street Pumping.Station, including but not limited to the following items: (a) Power system and associated controls: Power wiring and conduits Control wiring and conduits Relay panels (2) For the Water Pollution Control Plant only: Underground ducts and 15 KV cable Underground secondary services from transformer to two control centers For the Walnut Street Pumping Station only: Underground service (b) Lighting system: Transformers, panels, fixtures, switches, receptacles, conduits, and wiring. (c) Telephone conduits and boxes only. (2) Rules and Regulations. The installation shall comply with the applicable requirements and recommendations of the latest edition of the National Electrical Code and with the rules and regulations of local governing authorities, and with all applicable standards of ASA, NEMA and IEEE. (3) Permits and Fees. The Contractor shall obtain all the necessary permits and- after completion of the work shall submit a certificate of final inspection and approval from governing inspection authorities. The Contractor shall pay for all permits and inspection fees. t III-73 h b. Electrical Service. (1) Water Pollution Control Plant Only. :k (a) Primary. The 15 KV cables and installation shall be in accordance with Power Company requirements. Conduits encased in concrete s shall be installed from the Power Company pole to the location of the Power F Company's transformer pad, as shown on the drawings, and as required by the . UM Power Company. After complete installation of the conduits, the cables shall be pulled into the conduit, and adequate length of cable for connections shall be left at both ends. After installation, the cables shall be tested by the Contractor (and/or by the' Power Company, as per Power Company preference) and shall be subject :to-'acceptance by the Power Company. (b) Secondary. Conduits encased in concrete shall be in- stalled from the location of the Power Company transformer pad to the Opera- tions Room and to the Communitor Building, as shown on the drawings. After complete installation of the conduits, the service entrance cables shall be pulled into the conduits, with sufficient length left at each end to connect to the transformer terminals and to the main incoming line terminals in the Control Center. At each end, the conductors shall be numbered 1, 2, 3 and N, In the Control Center, the service entrance conductors shall be con- nected to the corresponding numbered incoming line terminals, which shall be numbered 1-2-3 from left to right when viewed from the front of the Control. Center. At the transformer pad, sufficient length of cables shall be left to . enable the Power Company to make connections to their transformer secondary terminals. NOTE: The Power Company shall be requested to connect the service entrance cables to the secondary terminals of their transformer in a manner that shall give a 1-2-3 phase sequence at the Control Center. x These connections and this phase sequence shall be checked and verified by the Contractor. n� '. (2) Walnut Street Pumping Station Only. The service conduits shall-be installed, encased in concrete, from the Power Company metering ' structure to the Control Center, as shown on the drawings. c. Installation of Conduit and Wiring. All wiring shall be run in rigid heavy wall galvanized or sherardized conduits complete with ,junction and outlet boxes and fittings to make a steel pipe system that is continuous mechanically and electrically. Flexible liquid-tight galvanized conduits shall be installed for final connections to pump motors and to motors that III-7G are set on adjustable bases, to float switches, pressure switches, limit switches, etc. Conduit sizes shall be as indicated on the drawings and in accordance with the requirements of the National Electrical Code, or larger. The minimum size of conduit shall be 3/4 inch, except minimum size of flexible conduit shall be 1/2 inch. Connection of each conduit to a cabinet or ,junction box not having threaded hubs shall be made using insulated grounding type bushing and two locknuts. No running thread conduit or couplings shall be used. All exposed conduit shall be run parallel or perpendicular to walls, floor and ceiling, except service conduits from the main transformer may be run at an angle. All conduits shall be concealed in the floor or walls or above the ceiling in the Administration Wing and the Lunchroom, the Operations Room, and as indicated on the drawings, and wherever else possible. In other areas, conduits shall be surface-mounted on walls or ceiling or shall be attached to supports. Hangers and supports, where used, shall be hot dip galvanized after fab- rication and shall be fastened with rustproof anchor bolts embedded in concrete or masonry with suitable expansion shields, or they shall be attached to structural steel building members by approved galvanized clamps. The use of wood or fiber plugs inserted in masonry or concrete shall not be permitted. Conduit shall be supported at intervals not greater. than 10 feet. At all conduit joints, the threads shall be coated with red lead or other electrically conducting compound, and the joints shall be made up tightly. Bends in conduit shall be made with an approved bending machine. Any deformed or injured conduit shall not be used in the work. Conduit ends shall be capped or plugged, except when working on a run, to exclude dirt and moisture. All conduit stub-ups under floor-mounted equipment shall extend above the floor at least 3 inches or as otherwise indicated on the drawings. The Contractor shall submit drawings showing any changes of conduit stub-up loca- tions as determined by requirements of equipment supplied. All conduit in the floor for future use under the location of future equipment shall be plugged flush with the floor. All conduit bushings shall be of the insulating type. Insulating ground- ing type bushings shall be used as specified under "Grounding." All flexible conduit shall be liquid-tight conduit, and shall be installed with liquid-tight conduit connectors, as specified under "Liquid-Tight Conduit Connectors." The connectors shall be firmly wrench tightened, and shall pro- vide a continuous electrical grounding path through the connectors and flexible conduit. A current of 30 amperes through the connector and the conduit shall produce a voltage drop of not more than 30 millivolts, as. allowed by U.L. Straight and/or angle connectors shall be used as required to make the best connection at each location. III-75 JIM- No No wire shall be drawn into conduit until all work that might cause injury is complete. Powdered soapstone only shall be used as a lubricant `r where necessary. All conduits shall be free of obstructions, foreign matter, ;r and moisture before wires are inserted. Conductors shall be of the sizes and types as indicated on the drawings (or larger), shall be color-coded for identification, and shall be continuous from box to box. Each spliced conductor shall be clearly and permanently numbered or otherwise identified on each side of the splice. Splices for conductors of No. 10 AWG or smaller in lighting and 120-volt power and control circuits shall be made with approved insulated wire nuts, Ideal or equal. Splices for larger conductors shall be made with approved bolted or compres- sion connectors. Sealing fittings shall be used in all conduits entering hazardous areas, etc. , as shown on the Plans. After conductors (including spares) are installed, the sealing fittings shall be filled with sealing compound. d'. Grounding Installation. All electrical equipment, enclosures, and the conduit system shall be grounded as required by the National Electrical Code, as recommended by the manufacturers of the equipment supplied, and as indicated on the Plans and/or in these Specifications. Grounding materials shall be as specified under "Grounding Materials." (1) Grounding for Water Pollution Control Plant Only. (a) Grounding of Power Transformer. The power transformer and pad will be furnished, installed, and connected by the Power Company. (b) Grounding of Electrical Service and Control Centers. A group of three or more ground rods shall be driven outside of the transformer pad. These ground rods shall be connected to each other with copper conductor, brazed or welded to each rod. Rods shall be added as required to obtain a maximum resistance of 25 ohms from ground rods to ground, measured with a suitable ground tester, such as Associated Research "Vibroground," or equal. All ground rods shall be spaced 6 feet or more apart, in triangular groups. Each ground rod shall be driven in undisturbed or thoroughly com- pacted earth, until its top is 18 inches or more below final grade; and each rod shall be driven full length and shall not be cut off unless rock is encountered. The group of rods shall be welded to two ground conductors of insulated stranded copper that shall be run underground with minimum cover of 18 inches and up through the opening in the concrete transformer pad. i The secondary service conduits from the transformer to the building shall be connected together at both ends, using grounding clamps and/or insulating grounding bushings and stranded copper bonding conductor. At the transformer pad, the two ends of the conduit bonding conductor shall be connected together and to both of the grounding conductors from the 111-76 ground rods. This connection of the bonding conductor to the ground conductors that come from the ground rods shall be so made and located that it may be con- veniently disconnected for testing the ground resistance of the ground rods. At each Control Center, the two ends of the conduit bonding conductor shall be connected to the Control Center ground bus. An insulated ground conductor shall be connected from the ground bus of the Control Center to the water service pipe inside the building near the point where the pipe enters the building. A ground rod shall be driven outside of the building near the Control Center and shall be connected by insulated conductor to the Control Center bus. For the service from the transformer to each motor control center, insulated neutral conductors shall be run in the same conduits with the circuit conductors and shall be connected to the control center ground bus. (2) Grounding for Walnut Street Pumping Station Only. Grounding of Electrical Service and Control Center. Along with the service conductors in each conduit, an insulated ground conductor shall be run from the Power Company transformer to the ground bus in the Control Center. Also, the ground bus shall be connected to the water service pipe inside the building near where it enters the building. All the elec- trical service conduits shall be bonded together at each end, using bolted clamps and/or insulated grounding bushings, and shall be connected to the ground bus, and to a driven ground rod outside the building, near the service entrance. (3) Grounding of Branch Circuits. At each motor control center, all the branch circuit conduits shall be connected together by means of insulated grounding bushings and stranded copper conductors which shall be connected directly to the motor control center ground bus in each section of the motor control center. (4) Grounding, Miscellaneous. All panels and other enclosures shall be connected to the grounding system by insulated stranded copper ground- ing conductors in conduit with the circuit conductors. At enclosures, in- sulated grounding bushings shall be used on all conduits to each enclosure, and shall be bonded together and connected by stranded copper conductor to the enclosure and the grounding conductor and to the ground bus, if any. The conduit system shall serve as the grounding system for all other electrical equipment. For all circuits (whether or not they have a grounding conductor) , bolted connections, insulated grounding bushings, bonding con- ductors, etc. , shall be used as required to form an electrically continuous conduit grounding system. All accessible ground connections shall be bolted. All ground connections that are inaccessible or are underground shall be molded welds. III-77 r. a See "Grounding System, Materials." e. Lighting Transformers Installation. Each lighting transformer shall be installed in the location indicated on the Plans. Primary and secondary circuits shall be connected to the transformer through conduits to the transformer connection enclosure. The secondary neutral shall be grounded and shall be connected to the neutral bar of the lighting panel by an insulated ;. ,neutral conductor. The transformer enclosure and all conduits to the en- ;y closure shall be bonded together and connected to the transformer grounding conductor and to the secondary neutral terminal of the transformer. (See "Grounding System") . The transformer shall be connected according to the connection diagram plate, for the voltages indicated in the "Lighting Transformer Schedule."_, f. Lighting Panels Installation. The lighting panels shall be as shown on the drawings and shall be mounted in the locations shown on the Plans. Conduits shall enter the lighting panels at the top or bottom as required. See "Grounding" and "Lighting Transformers, Installation" specifications. g. Lighting Fixtures Installation. The lighting fixtures shall be the types, ratings, manufacturers, etc. , as tabulated in the "Lighting Fixture Schedule," on the drawings. The fixtures shall be installed, complete with the lamps listed, at the locations, mounting height, etc., shown in the "Lighting Fixture Schedule," and as indicated on the Plans. Spare lamps shall be provided in full standard packages, to equal or exceed a minimum of 10 per cent of each type and rating of lamp called for by the Plans and Specifications. h. Switches and Receptacles Installation. Switches and receptacles shall be mounted flush in all concrete, masonry, plaster, and wherever pos- sible, at the locations shown on the drawings. Switches shall all be installed 54 inches above the floor. (1) For the Water Pollution Control Plan Only. Receptacles shall be installed 18 inches above the floor in the Administration Wing, the Lunchroom, and the Operations Robm, and the Comminutor Building; and recep- tacles at other locations shall be installed 54 inches above the floor. Receptacles on the Laboratory tables and in the Shop shall be installed above the work surfaces at the locations and spacings shown on the Plans. (2) For the Walnut Street Pumping Station Only. Receptacles shall be installed 18 inches above the ground floor and shall be installed 54 inches above other floors or walkway. i. Control Stations and Outdoor Receptacles. These devices shall be installed at 54 inches above the floor, or slab, except as otherwise shown III-78 on the drawings. Where necessary, all these devices shall be firmly supported by rigid supports made of steel channels, pipes, or angles. i. Exhaust Fans Installation. The exhaust fans shall be installed and connected as shown on the Plans. The Contractor shall furnish and install all conduit and wiring required. (1) For the Water Pollution Control Plant Only_. The east exhaust fan in the Incinerator Building shall run only after the west louvers are open; and the west exhaust fan, after the east louvers are open. (2) For the Walnut Street Pumping Station Only The exhaust fan shall run only after the louvers are open. k. Electric Heaters Installation. The electric heaters shall be located and aimed approximately as shown on the drawings. They shall be easily ad- justed horizontally. 1. Gas Heaters. Gas heaters shall be connected to 120 volt power and to thermostats, as required. n. .Thermostats. Thermostats shall be installed at the locations shown on the drawings, 54 inches above the floor. (1) For the Water Pollution Control Plant Only. Thermostats shall be installed for gas heaters, electric heaters and for the heating and air conditioning system. (2) For the Walnut Street Pumping_ Station Only. Thermostats shall be installed for the ventilating fan and electric heaters. n. Heating and Air Conditioning (For the Water Pollution Control Plant Only). The power and control wiring shall be connected to the condenser unit, Ian coil. unit, motor starters, thermostats, etc., as shown on the drawings. o. Parshall Flume Flowmeter (For the Water Pollution Control Plant_Only)_. The .Contractor shall install and connect all wiring to the lighting panel, power pack, receiver and transmitter. T). Concrete Duct Bank. Duct banks consisting of rigid steel conduit encased in red concrete shall be installed as shown and as required. All conduit shall be as shown in the Conduit Schedule or elsewhere on the Plans. Underground conduits shall be encased in concrete with a minimum. thickness of 2 inches outside of the conduits and a minimum of 1-1/2 inch between conduits. Proper spacing shall be maintained throughout the duct bank by spacers designed for this purpose. Wooden spacers shall not be used. Short runs of single underground conduits may either be encased in con- crete or thoroughly covered with a bituminous coating. After joints are made, III-79 fi4 all underground conduit shall have threads and other breaks in the galvanizing thoroughly protected with a bituminous coating. ' Duct banks shall pass over the top of all major buried pipes, sewer lines, etc. , and shall have a minimum of 18 inches earth cover. Pull fittings or boxes may be used inside the wall, as required. ir; q. Relay Panels (For the Water Pollution Control Plant Only) . (1) RP24A in Operations Room. As shown on the drawings, this relay panel shall be connected to the Control Center CC-A and to Relay Panel ?f: RPAB. Conduits and conductors shall, be run to the Incinerator Control r Panel and Control Center, as required and as shown on the drawings, leaving the ends in the Control Panel and Control Center long enough for connecting 4 to the correct terminal blocks, with some slack. (2) RP24B in Comminutor Building. As shown on the drawings, this relay panel shall be connected to the Control Center CC-B, to the lighting panel LP-G (and to Relay Panel RP24A) . r. Manlift (Walnut Street Pumping Station Only) . The manlift shall be installed as indicated on the Plans. The Contractor shall supply and install r all conduit and wiring to the manlift control panel, motor, and control stations as required to complete the electrical requirements of the equip- ment being supplied. s. Equipment Not in This Item. Electrical equipment and material not included in this Item (they are specified under Major Items of Equipment) : (1) Water Pollution Control _Plant Only. (a) Control Centers CC-A and CC-B. (b) Sludge Incinerator equipment and controls, including am Control Panel and Control Center, except as follows: For the Sludge Incinerator equipment, all wiring and and all exposed conduits will be furnished and installed under Item 11 of the Specifications, but all conduits that are required to be embedded in the floor, wall, or slab shall be furnished and installed under this item; and all conduits that are required to run through the floor, wall, or slab shall be provided for under this item by furnishing and installing oversize sleeves (or short lengths of conduit) or by cutting holes, all as required for the work under Item 11 or by the Engineer. (2) Walnut Street Pumping Station Only. (a) Control Center (b) Pump Controllers and Control Panel III-80 t. Tests. After installation of conductors, but before connection to equipment, the insulation resistance of each conductor to ground and between conductors shall be measured at 500 volts D-C with a suitable instrument, a Biddle "Megger" or Associated Research "Vibrotest" or equal. Every wire that has an insulation resistance below that shown in Section 110-20 of the National Electrical Code shall be replaced with a new wire; and the insulation of the new wire and of all conductors in the same conduit with the new wire shall be retested after the new wire is installed. After installation of all equipment is complete, all electrical equip- ment shall be tested in the presence of and as specified by the Engineer to demonstrate its ability to function as required by the system. The tests shall include but shall not be limited to, testing of control circuits, motor rotation, switches and controls, and insulation resistance. Any equipment or material that is unsatisfactory shall be replaced at no extra cost. 74. MAINTENANCE AND OPERATING INSTRUCTIONS: Detailed maintenance and operating instructions, including a parts list, shall be furnished in triplicate to the Engineer for each piece of the major items of equipment and for all other equipment that is called for in these Specifications. This information shall be furnished prior to putting any of the equipment into operation. The information furnished shall be written for the specific equipment furnished and shall not be general information covering more than the specific equipment furnished. Manufacturer's printed material covering instructions for equipment in addition to the specific equipment furnished may be submitted if, in the opinion of the Engineer, the instructions are marked adequately to indicate the instructions that pertain to the equipment furnished. 75. FINISH GRADING: Finish grading shall be done in accordance with the grading plan and elevations shown on the drawings. Finish grading shall be accomplished to generally leave uniform slopes and so that there is no ponding of water. All hummocks and ruts shall be eliminated. All ditches or swales shall be carefully graded to prevent ponding of water. 76. MULCHING, FERTILIZING AND SEEDING: Mulching, fertilizing and seeding shall be done to the entire area within the fence and in all graded areas and other areas disturbed by construction procedures, including borrow areas, at the Water Pollution Control Plant site. Suitable equipment necessary for proper preparation of the ground sur- face and for handling and placing all required materials shall be on hand and in good operating condition and shall be approved by the Engineer before the various operations are started. III-81 p When conditions are such by reasons of extreme drought, excessive moisture or other factors, that satisfactory results are not likely to be obtained, the work shall be stopped and shall be resumed only when the designed results are likely to be obtained. The order of work operations shall be as follows: a. Removing debris b. Tilling ' c. Smooth grading a d. Mulching �r e. Applying fertilizer "- f. Incorporating,fertilizer g. Sowing seed h. Cleaning up Prior to the commencement of tilling and smooth grading, all debris, stone, waste materials, and heavy growths which may interfere seriously with subsequent smooth grading, tilling, or sowing operations, shall be removed. The areas to be seeded shall be thoroughly prepared to a depth of 4 inches by discing, harrowing, culti-packing, or other approved means. Tilling shall continue until the condition of the soil is acceptable to the Engineer as suitable for the seeding operation. The areas to be seeded shall then be smooth-graded to the final grade required as approved by the Engineer. The entire area to be seeded shall be covered with a straw mulch. The mulch shall be uniformly applied at a rate of 4,000 pounds per acre. The mulch shall be spread by hand, straw spreader, or other suitable equipment, and then lightly disced. Fertilizer shall be distributed uniformly over the areas to be seeded at a rate which will provide not less than 50 pounds of nitrogen per acre. Distribution shall be by hand or by common fertilizer distributor. Follow- ing distribution,, fertilizer shall be incorporated into the soil to a depth of 2 inches by discing .or harrowing. Seed shall be broadcast either by hand or by approved sowing equipment at a rate which will provide 50 pounds of the specified seed mixture per acre. The seed shall be uniformly distributed over the areas to be seeded. Immediately after sowing, the seed shall be covered by means of a culti- packer, or other approved device. After the seed has been sown and prior to compacting, the surface shall be cleared of all stones or other objects larger than 2 inches in greatest diameter and all other debris that may interfere with subsequent mowing operations. The Contractor shall be responsible for the proper care of seeded areas during the period when the grass is becoming established. Any area to be III-82 0110MIN Pam seeded which does not produce a suitable stand of grass shall be reseeded as directed by the Engineer. 77. INSULATING WATER STORAGE TANK: The exterior of the Water Storage Tank shall be insulated. The manhole cover insulation shall be fabricated so that the cover is removable without damaging the insulation. Insulation shall be cut or mitered where necessary to fit the shape and contour of the equipment and banded in place with 3/4-inch x 0.015 inch thick galvanized steel bands on 18-inch centers. All joints shall be pointed up with insulating cement. Surfaces that cannot be banded shall be covered by impaling the insulation over pins welded on 12-inch centers and secured in . place with speed washers. The insulation shall be covered with 1-inch galvanized hexagonal wire mesh secured to the bands or pins. The edges of the wire mesh shall be laced. Insulating cement shall be applied in two coats to form a 1/2-inch thick covering over the insulation. A vapor barrier shall be installed to provide an airtight envelope. One layer of vapor barrier paper shall be smoothly adhered to the insulation with Vapor Barrier Lap Adhesive. All joints shall be lapped a minimum of 3 inches and sealed with adhesive. Over the vapor barrier a covering of 6-ounce canvas jacket material shall be adhered with Lagging Adhesive and brushed with.one coat of Lagging Adhesive. 78. CLEANING UP: After the construction work is completed, all refuse and debris resulting from the work shall be cleaned up and disposed of to the satisfaction of the Engineer. Structures shall be washed or swept out and left neat and clean. Dirt and spots shall be removed from equipment, glass surfaces, and painted surfaces. All excess excavation, waste concrete, wiring, piping, lumber, or other refuse shall be removed from the site of the work. If necessary, lawn areas shall be mowed. III-83 PRO_ PUSAL Date The Honorable Mayor and City Council City of Jefferson City Hall Jefferson City, Missouri - 65101 Gentlemen: In accordance with the advertisement inviting proposals for the construc- tion of a Primary Water Pollution Control Plant and a Pumping Station at Walnut Street, for the City of Jefferson, Missouri, subject to the conditions and requirements of the General Conditions of the Contract, the Special Con- ditions of the Contract, the Specifications, including Addenda Nos. _, and , hereto attached, and the Plans, which so far as they relate to the Proposal, are made a part of it, the undersigned herewith AN proposes to construct the specified work as follows: AM To complete this Project within four hundred eighty-five (485) calendar days after receipt of notice to proceed for the lump sum of Dollars and Cents A. UNIT PRICES FOR ADDITIONS OR DEDUCTIONS The following supplementary schedule of unit prices will apply in the event the City orders in writing additions to or deductions from the work detailed on the Plans as covered by the lump sum bid above. Tyj2e of Work Unit Price � Unit 1. Hand Earth Excavation (Dry) C.Y. $ 2. Machine Earth Excavation (Dry) C.Y. $ 3. Hand Earth Excavation (Wet) C.Y. $ 4. Machine Earth Excavation (Wet) c.y. $ 5. Formed Concrete (Including Forms) c.y. $ 6. Reinforcing Steel lbs. $ 7. Off-Site Borrow C.Y. $ P-1 It is understood and agreed by the undersigned that the City reserves the unrestricted privilege to reject any or all of the above unit prices which it may consider excessive or unreasonable, or to accept, by including the same in the Contract as unit prices applicable in the event of additions to or deductions from the work to be performed. B. MAJOR ITEMS OF EQUIPMENT In connection with major items of equipment to be supplied and installed under the lump sum bid above, the undersigned expressly agrees to the follow- ing provisions: I. That the lump sum bid stated above includes the furnishing and installation of all items of major equipment of the manufacturers or suppliers listed as sub-items (a) in the following tabulation. 2. That the City may select items of any manufacturer or supplier as listed in the following tabulation, that the undersigned agrees to furnish and install such items as selected, and for a contract price equal to the lump sum bid stated above, adjusted by the difference between the sum of the installed costs for all sub- items (a) and the sum of the installed costs for those sub-items selected by the City. 3. That the installed price stated in the following tabulation on all sub-items includes the preparation and submission to the Engineers by the undersigned of detailed drawings, showing any modifications necessary to accommodate such equipment, all as defined and de- scribed in paragraph No. 7 of the Special Conditions of the Contract. 4. That the installed cost stated in the following tabulation on all sub-items includes a complete operating installation, including the furnishing and installation of any and all changes or additions in structures, piping, buildings, mechanical, electrical work, accessories, controls, etc. , necessary to accommodate the equipment. 5. That if awarded a Contract, all items of major equipment selected from the following tabulation by the City will be guaranteed by the undersigned and his Surety to meet the performance requirements of all Contract Specifications, all as defined in the paragraph in the Contract regarding "Guarantees." 6. That in the event the City does not select items of any manufacturer or supplier as listed in the following tabulation, the undersigned agrees to furnish and install all items of major equipment of the manufacture listed as sub-items (a) in the following tabulation. 7. It is expressly agreed that all items offered in the following tabula- tion fully comply with the Contract Specifications. ' P-2 MAJOR ITEMS OF EQUIPMENT No. Description Manufacturer or Su pp lien Installed Costs ,l. Parshall Flume Meter a. Fischer & Porter $ b. C. $ d. $_ 2. Comminuting Equipment a. Worthington $ b. $ C. $ d. $ 3... Pre-Aeration Blower Units a. Sutorbilt $ b. Roots-Connersville $ a.d. �- $ 4. Air Diffusion Equipment a. Link-Belt _ $ b. Eimco $ C. d. $ 5. Clarifier Mechanisms a. Dorr-Oliver $ b. Walker Process $ c. Chain Belt $ d. 6. High Water Pumping Station a. Fairbanks Morse $ Pumping Units b. $ C. _ d. $ 7. Grit Pumps a. Wemco $ b. $ C. $ d. $ 8. Clarifier Underflow Pumps a. Fairbanks Morse $ b. Wemco _ $ C. ,. $ d. $ _ 9. Scum Pump a. Marlow $ b. Moyno $ C. d. — $ P-3 No. Description Manufacturer or Supplier Installed Costs 10. Sludge Thickener Mechanism a. Dorr-Oliver $ C. $ d. $ 11. Sludge Incineration Equipment a. Dorr-Oliver $ b. $ ® C. $ i d. $- 12. Laboratory Furniture a. E. H. Sheldon $ b. $ C.d. $ 13. Control Center for The a. General Electric $ Water Pollution Control Plant b. Westinghouse $ _ c. Square D $ d. $ 14. Raw Sewage Pumping Units a. Fairbanks Morse $_ b. $ C.d. $ 15. Raw Sewage Pumping Units a. Flomatcher $ Control System b. $ . $ c d. _ $ 16. Manlif t a. Langley $— b. $ _ C. d. 17. Control Center for The a. General Electric $ — Walnut Street Pumping Station b. Westinghouse $ c. Square D $ d. $ C. SPECIAL PROPOSAL REQUIREMENTS Suitable bid security in the amount of Dollars ($ ) as called for in the Advertisement for Bids accompanies this Proposal. This sum is to be forfeited to the City of Jefferson if the party, or parties, making this Proposal fail to enter into contract with approved securities within ten (10) days after the award of the Contract has been made. i P-4 t The undersigned bidder (has) (has not) (strike out the term which does not apply) previously performed work subject to the President's Executive Order No. 11246. The undersigned has examined the Plans and Specifications for, and the location of the project, and has satisfied himself as to the work to be done and the conditions under which it must be carried out. This Proposal shall be equally binding on heirs, administrators, executors, successors, and assigns. Firm Name By (Signature) Title An MM Address Telephone No. P-5 Section 3 . This ordinance shall take effect and be in force from and after its passage and approval. Approved. Aaz 8 S F' esident of the Counc' Mayor Attest: C ty Clerk i i r r r � .. ., r' 3t Ste`I�'.t,.rl�s��l� -h: '.r1,.,.fi( r>Y,.t,N t lY ' s.,'a::. ..J.. tT 1� iri• :�