HomeMy WebLinkAboutScavenger Waste Treatment Facility Contract No. 1 - 1984SUFFOLK COUNTY
TOW~; OF SOUTHOL~
NEW YORK
WASTEWATER DISPOSAL DISTRICT
SCAVENGER WASTE TREATi4ENT FACILITY
FEDERAL PROJECT NO, C-$6-1120-03
PROJECT NO. SOHT 82-06
CONTPJ~CT NO. i - GENERAL CONSTRUCTION AND MECHANICAL WORK
TO~ BOARD
SUPERVISOR
Francis J. Murphy
James A. Schondebare
TOWN JUSTICE
Raymond W, Edwards, Jr.
COUNCIL MEMBERS
Paul Stoutenburgh
Joseph L. Townsend,
TO~ CLERK
Judith Terry
Jr.
JANUARY 1984
HOLZMACH ER, McLENDON and MURRE LL, P.C.
Melville, N.Y. Flmlitlg(~l. N.Y. Rlverhll'~. N.Y
HOLZMACHER. McLENDON & MURRELL, P.C
INDEX
TOWN OF SOUTHOLD
WASTEWATER DISPOSAL DISTRICT
SCAVENGER WASTE TREATMENT FACILITY
SOUTHOLD, NEW YORK
FEDERAL PROJECT NO. C-36-1120-03
CONTRACT NO. 1 - GENERAL CONSTRUCTION & MECHANICAL WORK
PAGE
DESIGNATION
INDEX I - 3 pages
NOTICE TO BIDDERS NB - 1 page
INFORMATION FOR BIDDERS IB - 20 pages
INSTRUCTIONS FOR BIDDERS IFB - 1 page
CERTIFICATION FOR NON-SEGREGATED FACILITIES CNSF - 1 page
MBE REQUIREMENTS MBER - 26 pages
LABOR STANDARDS LS - 4 pages
EPA 5700-41 FORM EF - 2 pages
CONTRACT PROVISIONS OF THE F.W.P.C.A. CP - 1 page
MODIFICATION NO. 1 M1 - 1 page
MODIFICATION NO. 2 M2 - 24 pages
ARTICLE 29 A29 - 2 pages
SUPPLEMENTAL REQUIREMENTS SR - 1 page
BUILDER'S RISK INSURANCE BRI - 1 page
QUALIFICATIONS OF BIDDERS QB - 1 page
GENERAL CONDITIONS GC - 9 pages
GENERAL SPECIFICATIONS GS - 6 pages
PROPOSAL P-A thru P-D - 8 pages
METHOD OF PAYMENT MOP - 1 page
CONTRACT C - 28 pages
TECHNICAL SPECIFICATIONS - CONTRACT NO. 1 - GENERAL CONSTRUCTION &
MECHANICAL WORK
SCOPE OF WORK - GENERAL CONSTRUCTION &
MECHANICAL WORK SOW-GC&MW - 2 pages
SITE WORK - EXCAVATION, EARTHWORK,
BACKFILLING AND GRADING EEB&G - 8 pages
DETAILED SPECIFICATIONS - SITE WORK-
EXCAVATION,EARTHWORK, BACKFILLING
AND GRADING DS-EEB&G -
SITE WORK - CLEARING & GRUBBING C&G -
SITE WORK - TOPSOIL SPREADING & FINE GRADING TSFG -
SITE WORK SOIL PREPARATION & SEEDING SP&S -
PORTLAND CEMENT CONCRETE PAVEMENT PR&R -
SITE WORK PAVEMENT CONSTRUCTION PVT -
2 pages
2 pages
2 pages
4 pages
2 pages
9 ~ases
I - 1 of 3
INDEX
(CONT'D.)
I._t~;~ HOLZMACHER, NIcLENDON & MURREt. L, P,C.
TECHNICAL SPECIFICATIONS - CONTRACT NO. 1 - GENERAL CONSTRUCTION AND
MECHANICAL WORK (CONT'D.)
SITE WORK - PRECAST LEACHING POOLS PS 6 pages
SITE WORK - REINFORCED CONCRETE PIPE RCP 9 pages
SITE WORK - PORTLAND CEMENT CONCRETE CURB PCCC 5 pages
SITE WORK - CHAIN LINK FENCE CLF 5 pages
DETAILED SPECIFICATIONS SITE WORK -
CHAIN LINK FENCE DS-CLF 2 pages
EPA CONSTRUCTION SIGN EPACS 2 pages
SUPERSTRUCTURE S - 48 pages
STRUCTURAL STEEL AND MISCELLANEOUS METAL WORK SS&MM - 13 pages
STEEL REINFORCEMENT SR - 4 pages
CONCRETE C - 19 pages
BAR SCREEN BS - 1 page
GRIT COLLECTION SYSTEM AND ACCESSORIES GCSA - 3 pages
ODOR CONTROL SYSTEM OCS - 9 pages
ACCESSORIES FOR EQUALIZATION TANK AET - 9 pages
DETAILED SPECIFICATIONS - EQUALIZATION TANK
AERATION SYSTEM DS-ETAS 9 pages
BLOWER SYSTEM AND CONTROLS BS&C 5 pages
ACCESSORIES FOR MIXING CHAMBERS AMC 2 pages
FLOCCULATOR EQUIPMENT AND ACCESSORIES FEA - 3 pages
FERRIC CHLORIDE FEED AND CONTROL SYSTEM FCFCS 3 pages
LIME FEEDER AND CONTROL SYSTEM LFS 2 pages
HYDROCHLORIC ACID FEED AND pH CONTROL SYSTEMS HCFPCS 5 pages
FIBERGLASS STORAGE TANKS FST 3 pages
DETAILED SPECIFICATIONS - FIBERGLASS STORAGE TANKS DS-FT 2 pages
ACCESSORIES FOR CIRCULAR SETTLING TANK ACST - 5 pages
ROTATING BIOLOGICAL DISC UNITS RBD - 13 pages
EFFLUENT WET WELL ACCESSORIES EWWA - 3 pages
SLUDGE/SCUM WET WELL ACCESSORIES SSWA - 3 pages
METERING SYSTEM MS 4 pages
ANAEROBIC DIGESTER ACCESSORIES ADA - 6 pages
ANAEROBIC DIGESTER GAS MIXING SYSTEM ADGMS - 5 pages
ANAEROBIC DIGESTER SPIRAL GUIDED GAS HOLDER ADSGGH - 5 pages
ANAEROBIC DIGESTER HEAT & HEAT EXCHANGER ADH&HE - 7 pages
DIGESTER INSTRUMENTATION DI - 3 pages
DIGESTER RECIRCULATION PUMPS SRP - 3 pages
SLUDGE TRANSFER PUMPS STP - 2 pages
FUEL OIL STORAGE TANK FOST - 2 pages
I - 2 of 3
~-~ HO~ 7MACHER. McLENDON & MURRELL. P.C
INDEX (CONT'D.)
TECHNICAL SPECIFICATIONS - CONTRACT NO. 1 - GENERAL CONSTRUCTION &
MECHANICAL WORK (CONT'D.)
PAGE
DESIGNATION
COVERED SLUDGE DRYING BED CSDB - 6 pages
TREATMENT AREA AND MECHANICAL WORK - PIPING,
VALVES AND ACCESSORIES PV&A - 9 pages
DETAILED SPECIFICATIONS - PIPING, VALVES AND
ACCESSORIES DS-PV&A - 2 pages
SANITARY SEWERS - TRENCHING, EXCAVATION AND
GENERAL PIPE LAYING SS-TE&GPL - 8 pages
DETAILED SPECIFICATIONS - SANITARY SEWERS -
TRENCHING, EXCAVATION AND GENERAL PIPE
LAYING DS-SS-TE&GPL 1 page
SANITARY SEWERS - FURNISHING AND INSTALLATION
OF PIPE SS-FIP 9 pages
DETAILED SPECIFICATIONS - SANITARY SEWERS -
FURNISHING AND INSTALLATION OF PIPE DS-SS-FIP 3 pages
SHEETING AND BRACING S&B - 3 pages
DEWATERING D 4 pages
PRECAST CONCRETE STRUCTURES PCS - 1 page
SURFACE FINISH - PAINTING P - 2 pages
DETAILED SPECIFICATIONS - SURFACE FINISH -
PAINTING DS-P - 1 1 pages
SLUDGE TRANSPORT VEHICLE & SLUDGE SCRAPER STV-SS - 2 pages
MISCELLANEOUS EQUIPMENT ME - 4 pages
SPARE PARTS SP - 2 pages
START-UP AND TESTING S&T - 3 pages
FLOATING AERATORS FMA - 2 pages
CONTINGENCY NO. GC-1 - SPARE ODOR CONTROL SYSTEM SOCS - 1 page
I - 3 of 3
~ HOLZMACHER, McLENDON & MURRELL, P.C.
NOTICE TO BIDDERS
PLEASE TAKE NOTICE that sealed bids will be received by the Town
Board, Town of Southold, on behalf of the Southold Wastewater Disposal
District, in Town Hall, 53095 Main Road, Southold, New York, 11971, not
later than 11:00 A.M. prevailing time on Tuesday, February 21, 1984,
at which time they will be publicly opened and read aloud, for the
following project:
TOWN OF SOUTHOLD
WASTEWATER DISPOSAL DISTRICT
SCAVENGER WASTE TREATMENT FACILITY
GREENPORT, NEW YORK
FEDERAL PROJECT NO. C-36-1120-03
The work includes furnishing of all labor, materials and equipment
necessary for construction of the treatment facility, which consists of
the following:
CONTRACT NO.
CONTRACT NO.
CONTRACT NO.
CONTRACT NO.
1 - GENERAL CONSTRUCTION AND MECHANICAL WORK
2 - HEATING, VENTILATION AND AIR CONDITIONING
3 - PLUMBING
4 - ELECTRICAL
(HVAC)
A deposit of $100.00 payable to the Town of Southold will be re-
quired for a set of Plans and Specifications. Information to Bidders,
Invitation for Bids, Instructions to Bidders, Form of Proposal, Bid
Conditions, Form of Contract, Plans and Specifications, etc., may be
seen at or procured from the Southold Town Hall, 53095 Main Road,
Southold, New York, 11971, or the Office of the Engineer, Holzmacher,
McLendon & Murrell, P.C., 125 Baylis Road, Suite 140, Melville, New
York, 11747, after 11:00 A.M. prevailing time on Thursday, January 19,
1984.
Bidders on this work shall be required to comply with the Presi-
dent's Executive Order Nos. 11,246 and 11,375. The requirements for
bidders and contractors under this order, which contains non-discrim-
ination in employment, and prohibits discrimination in employment
regarding race, creed, color, sex or national original are explained
in the Specifications. A Contract awarded under this Notice for Bids
is expected to be funded in part by a grant from the U.S. Environmental
Protection Agency. Neither the United States nor any of its departments
agencies or employees are or will be a party to this Notice for Bids or
any resulting Contract. This procurement will be subject to regulations
contained in 40 CFR 33.295, Subparts F and G.
BY ORDER OF THE TOWN BOARD
TOWN OF SOUTHOLD
SOUTHOLD, NEW YORK
NB - 1 of 1
HOI..ZMACHER, McLENDON & MURRELL P ~
INFORMATION FOR BIDDERS
BIDS F, OR PROJECT
The Town of Southold will receive SEALED PROPOSALS for the Southold
Wastewater Disposal District - Scavenger Waste Treatment Facility.
TIME AND PLACE OF BID
Bids are to be submitted in opaque envelopes and will be received
by the Town of Southold at the Town Hall, 53095 Main Road, Southold,
New York, not later than 11:00 A.M. prevailing time on Tuesday,
February 21, 1984, at which time and place they will be publicly
opened and read aloud. Use of the mails shall be at the Bidder's own
risk, and the Bidder shall be responsible for physical delivery of the
Bid at the time and place set for opening of Bids.
BID ENVELOPE
Ail proposals and either the certified check or bid bond must be
placed in a sealed envelope bearing the Bidder's firm name and address,
marked "Contract No. , (Name of Contract) , Southold Scavenger
Waste Treatment Facility, Town of Southold, Suffolk County, New York",
but otherwise unmarked. If mailed, this envelope shall be placed in
another envelope addressed to Town Clerk Judith T. Terry, Town of
Southold, Town Hall, 53095 Main Road, Southold, New York 11971. Use
of the mails is at the Bidder's risk.
IB - 1
I INFORMATION FOR IIIDDEI{S {CON'I"D.)
SPECIFICATION DEPOSITS
(a) Deposits fo~ specifications will be completely refunded to
Bidders who return same in good condition within ten (10) days after
r..ceipt of bids. Bidders will receive one-half of the deposit amount
£ur specf~cations returned afte~ ten (10) days and before thirty (30)
days following the bid date.
(bi Deposits for specifications will be completely refunded to
non-bidders who return same in good condition within 48 hours of
receipt of said specifications. Non-bidders will receive one-half
the deposit amount for specifications returned in good condition
within ten (10) days following the bid date. No deposit fo~ specifica-
tions will be refunded to non-bidders after ten (]0) days fo]lowing the
bid date.
IO-2
INFORMATION FOR BIDDERS (CONT'D.)
SPECIFICATIONS
Complete sets of specifications for the inspection of prospective
bidders will be found on file with the Town Clerk, Town of Southold,
Town Hall, 53095 Main Road, Southold, New York, and at the office of
Holzmacher, McLendon & Murrell, P.C. Consulting Engineers, 125 Baylis
Road, Suite 140, Melville, New York.
Ail contractors must leave their names, phone numbers and correct
mailing addresses upon receipt of the specifications.
VERBAL ANSWERS
The Town, its.agents, servants'or employees, or the Engineer,
will not be responsible in any manner for verbal answers to any in-
quiries regarding the meaning of the contract specifications given
prior to the awarding of the contract.
EXAMINATION OF SITE
Bidders must satisfy themselves by personal examination of the
location of the proposed work and of the actual conditions and require-
ments of the work, and shall not, at any time after the submission of a
proposal, dispute or complain of' such estimate or assert there was any
misunderstanding in regard to the scope of work.
The Contractor shall inspect the site and existing conditions be-
fore submitting his bid.
PROPOSAL
The Form of Proposal contained herein shall be used in making out
bids. Any proposal not in accordance with these instructions, or con-
taining bids not asked for, may be rejected.
On those items in this contract for which there is a stated maximum
and/or minimum allowable bid price, each bidder shall be responsible
for making sure that his bid falls within the stated limits. When the
price bid is lower than the minimum allowed, the bid price will be ad-
justed upward to the minimum allowable price and when the price bid is
higher than the maximum allowed, the bid price will be adjusted downward
to the maximum allowable price.
SOHT IB-3
I-~ HOLZMACHER, McLENDON & MURRELL, P.C
INFORMATION FOR BIDDERS (CONT'D.)
AS the estimates of quantities of items stated in the proposal
are approximate only, bidders are required to submit their proposal
upon and in the following express conditions, which shall apply and
become a part of every proposal received.
Each bidder shall fill out, in ink, in both words and figures,
in the spaces provided, his unit or lump sum bid, as the case may be,
for each item in said Form of Proposal for which he is submitting a
bid.
No bid will be considered which does not include bids for all
items in the proposal, including time of completion.
If the bid is not accepted by the Town within forty-five (45)
days after the receipt of bids, the obligation of the bidder under this
proposal may terminate at his option and he shall thereupon be entitled
to a refund of his certified check or release of his bid bond furnished
by him as security with his proposal.
BID BOND OR CERTIFIED CHECK
Each proposal from a contractor shall be accompanied by a bid bond
or certified check on a solvent bank of the State of New York, in the
amount of five percent (5%) of the total bid. Such check shall be made
payable to Francis J. Murphy, Supervisor, Town of Southold, New York,
and the amount thereof shall be the measure of liquidated damages which
the Town will sustain by the failure, neglect or refusal of the bidder
to execute and deliver the contract, should the contract be awarded to
him. The checks of all unsuccessful bidders will be returned upon the
rejection of bids and the execution of the contract by the parties;
also, the check of the successful bidder will be returned upon the
execution of the contract and the furnishing of the required bond.
NAME OF BIDDER
Each bidder must state in his proposal his full name and business
address, and the full name of every person, firm or corporation inter-
ested in the same, and the address of every person or firm or presi-
dent and secretary of every corporation interested with him. If
IB-4
INI:OI~I. IATION I:01~ IIII)llEl{ (CON'I*'I).)
,to other persos be 5o i.terested, he ,mst distinctly state that flier,
also that bis proposal is made without ally connection directl)' or itl-
directly with an), other bidder fo*' tile work ilarticnlarl¥ mentioned ill
bis I)rOposal; that it is ill all resl)ects wi,bout £r;lud or collu:;ion,
and that no person acting for or employed by the 'l'ow,t is tlirectlr or
indirectly interested therein, or in the supplies of I~ork to which it
relates, or in any portion of the prospective profits thereof.
QUALfFICATIONS OF BIDDERS
(1) The Town reserves the right to waive any informalities
in. or reject a,ly and all bids. The Town reserves the right to re-
ject any and all bids which do not conform to the proposuls, or ,{pon
which the bidders do not comply with the requireme,lts of tile Town
as to their qualifications.
(2) All bidders must prove to the satisfaction of the Town
that they are reputable, reliable a,~d responsible, and that they pos-
sess the necessary qualifications to successfully deliver tile proposed
equipment, and that they bare petrol-meal arid completed successt'ully
similar work to all extent ~bicb, in the opinion of the Tows, will
qualify them hy experience to perform the work which is proposed.
(3) In determining tbe qualificatio.s of a bidder, the Town will
consider bis record in the performance of any contracts eqtered into
by him for the work contemplated or of similar nature, may make
such investigation ay it dee..s necessary to determine tile ability of
the bidder to perform the work. and the bidder shall furnish to
the Town all such informatio*t and data for this purpose ay thc Town
may request.
(4) The Town sball be the sole judge of the qualifications of the
bidders and of the merits thereof and reserves the right to reject
any bid if tile record of the bidder in the performance of co,,tracts,
payment of bills and meeting of obligations to subcontractors, material
men or employees is not satisfactory to the Town, or if tile evidence
submitted by or the investigatiotl of such bidders t'ails to satisfy
the Tows that be is properly qualified to carry out the obligatious
of the contract and to cot. plete the work contemplated therein.
(5) The contract award will be made to the low, responsive, resp-
onsible bidder in accordance with N.Y.S. General Municipal Law, Section
103.
PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND
Simultaneously with his delivery of the executed contract, the
successful bidder must deliver to the Town executed bonds in the
Ili-5
I Nl:Ol{H^l' I ON FOR I; I Ill)IH(
(CONT. mi)
amount of one hundred percent (100%) each of the accepted bid as a
security for the faithful performance of his contract and for the pay-
ment of all persons performing labor or furnishing materials in con-
nection therewith, prepared on the Standard Form of Bond of American
Institute of Architects A-311 and having as surety thereon such surety
company or companies as are acceptable to the Town and as are author-
ized to transact business in the State of New York.
.'; IGNATURE OF CONTRACTOR
The bidder to whom a contract may bo awarded sh;mll :,trend nt the
office of the Town, with the sureties offered by him, within ten
(~0) days, Sunday excepted, after the date of notification by ,mil of
the acceptnnce of his prOl)OSal, and there sign the contract in quadruol
ci~te for the tvo,'k.
In case of failure to do so, the bidder shall be considered as
having abandoned the same, and the check accm, l~anying his proposal
shall be forfeited to the Town, or the penalty of the bid bond sh:,ll
be invoked.
CONTI',ACI'OR'S INS{IR^NCI!
The contractor shall not commence any wom'k until he hps obtained
and had approved by tile Town hll of the insurance specified and
required in tile contract.
NAIVER OF IHHUNITY
.(ttention of tile bidd'er is hereby directed to tile requirements
of the Genernl Huni¢ipal L.a.w of th.e State of New York a,ld in particular
to Section 103-a of tile General Hunicipa! Luw regarding "Waiver of
Immunity", as indicated on Page C-8 of the contract.
I~ESPONSIBII. II'Y FOR BII)IIER
Attention is hereby particularly directed to time provisions of
the contract whereby tl,e contractor will he responsible for any loss
or damage that may happen to the materlal or i, ny part thereof during
its delivery; and also whereby the contractor shall make good any
defects or faults due to materials or workmnuship ~ilhin ttlelve
months :lfter its delivery, placement, and acceptance.
lB-6
l-~_j~ HO~ 7MACHER. McLENDON & MURRELL. P.C.
INFORMATION FOR BIDDERS (CONT'D.)
In order to secure the performance of the covenant of the con-
tractor, the Town shall require a Maintenance Bond during the period
of one (1) year from the date of the Engineer's final payment request.
Work is required to be completed to the satisfaction of the
Engineer and in substantial accordance with the specifications
hereunto annexed.
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
IB-7
State of New York
Department of Labor
Bureau ot Public Work
State Office Building Campus
Albany. N.Y. 12240
CONTRACT REQUIREMENTS
Each public work contract to which the State, a public benefit corporation, a municipal corporation or a
commission is a party and which may involve the employment of laborers, workmen or mechanics, shall comply
with the requirements of Article 8 (Sections 220-223) of the New York State Labor Law:
I, No labore~, workman or mechanic in the employ of the contractor, subcontractor or other
person doing or contracting to do the whole or a part of the work contemplated by the
contract shall be permitted or required to work more than eight hours in any one calendar day
or more than five days in any one week except in the extraordinary emergencies set forth in
the Labor Law or where a dispensation is granted by the Commissioner of Labor. (See
Section 220.2)
2. Each laborer, workman or mechanic employed by the contractor or subcontractor shall be
paid not less than the prevailing rate of wages at the time the work is performed, and shall be
paid or provided not less than the prevailing supplements at the time the work is performed,
as determined by the fiscal officer. If the prevailing rate of wages or the prevailing supplements
change after the contract is let, each workman, laborer or mechanic shall be paid or provided
not less than the new rates. (See Section 220.3)
3. The contractor and every subcontractor shall post in a prominent and accessible place at the
work site a statement of the current prevailing wage rates and supplements for the various
classes of mechanics, workmen or laborers. (See Section 220.3-a)
No employee shall be deemed to be an apprentice unless individuaUy registered in a program
registered with the New York State Department of Labor. The allowable ratio of apprentices
to journeymen in any craft classification shall not be greater than the ratio permitted to the
contractor as to his work force on any job under the registered program. Any employee who is
not registered as above, shall be paid the prevailing wage rate for the classification of work he
actually performed. The contractor or mbcontractor will be required to furnish written
evidence of the registration of his program and apprentices as well as of the appropriate ratios
and wage rates for the area of construction, prior to using any apprentices on the contract
work. ( See Section 220.3)
(a) No contractor, subcontractor, nor any person acting on his behalf, shall by reason of race,
creed, color, disability, sex or national origin discriminate against any citizen of the State
of New York who is qualified and available to perform the work to which the employment
relates. (See Section 220-~(a) )
(b) No contractor, subcontractor, nor any person acting on his behalf shall, in any manner,
discriminate against or intimidate any employee on account of race, creed, color, disability,
sex or national origin. (See Section 220-e (b)) NOTE: The Human Rights Law also
prohibits discrimination in employment because of age, marital status or religion.
(c) There may be deducted from the amount payable to the contractor under the contract a
penalty of five dollars for each calendar day during which such person was discriminated
against or intimidated in violation of the provisions of the contract. (see Section 220-e
(c))
(d) 1*he contract may be cancelled or terminated by the State or municipality, and all moneys
due or to become due thereunder may be forfeited, for a second or any subsequent
violation of the terms or condition of the anti.discrimination sections of the contract.
(See Section 220- e (d))
IB-8
PW-3
IB-9
(O) ~hrovgh
lB-10
OCCUPATION5
Mixer (Ail)
Oiler
Piledriver
Roller
su.v~v , - e IB-11
suRvEY , - s IB-12
IB-13 ]
.... oy ~Tked or
tCcuPr~scr, eu~,.~ss~ (2 ~- ~
st4,*l), p~up
~ leug~m of'
.3O
SOrT rLO0~
1981)
INSTRUCTION FOR BIDDERS
NONS ~RE~L~ TED FACILITIES
(a) A CarLlftcation of Nonsegregated Facilities, as required ~7
the ~y 9, 1967, order ()2 F. R. 7~)~, ~ 1~, 1~7) on Elation of
Segregated FacUlties, by ~h~ ~cret~ of ~bor, mus~ ~ su~tted
prior ~ ~t.e a~rd of ~ Feder~ly assisted construction c~ract ex-
ceed~ ~O,~.
(b) Contractors r.ceiving FederaLly assisted construction con-
tract awards exceeding $10,OOO will be required to provide for the
forwarding of the fclloving notice to prospective subcontractors for
supplies and construction contracts ~here the subcontracts exceed
~OTICE TO PROSPECTAv~ SUBCONTRACTORS OF REQUi~J~ENT
FOR CERTIFICATIONS OF NONS~XiR]~GATED FACILITIES
(a) A Certification of Nonsegregated Facilities, as required by
the May 9, 1967, order (32 F. R. 7439, Ba~ 19, 1967) on Eli~'nmtion of
Segregated Facilities, by the Secretary of Labor, must be sul~tttted prior
to the award of a subcontract exceeding $10,OOO.
(b) Contractors receiv/nE subcontract awards exceeding $10,000 w~ll
be requirad to provide for the for~a~i~g of this ~otice to prospective
subcontractors for supplies and construction contracts ~here the subcon-
tracts exceed ~10,000.
IFB-1 of 1
U. $. 5N'VIaONMENTAL,P~OTECTION AGENCY
CERI'IFICATION OF NONSEGREGATED FACILITIES
(Applicable to federally assisted construction contracts and related subcontracts
exceeding $10,0OO which are not exempt from the Equal Opportunity clause).
The £eder~lly assisted construction contractor certifies that he does not main-
tain or provide for his employees any segregated facilities at any o£ his establish-
Bents, a~d that he does not permit his employees to perform their services at any
location, under his contrOl~ where segregated facilities are maintained. The fed-
erally assisted construction contractor certifies Further that he viii not maintain
or provide For his employees a~y segregated Facilities at any of his establishments,
and that he will not permit his employees to perform their services at any location,
under his control, where segregated facilities are maintained. The £eder~ly assisted
construction contractor agrees that a breach of this certification is a violation o£
the Equs,l Opportunity clause in this contract. As used in this certification, the
term "segregated Facilities" means any waiting rooms, work areas, rest rooms and wash
rooms, restaurants mhd other eating areaS, time clocker locker rooms and other
storage or dressing areas, parking lots, drinking Fountains, recreation or entertain-
merit stems, transportation~ and housing facilitfes provided for employees which are
segregated by explicit directive or are in Fact segregated on the basis of race, -
creed, color, or national origin, because of habit, local custom, or otherwise. The
federally assisted construction contractor agrees that (except ~tere he has obtained
ldcntical certifications Fro~ proposed subcontractors for specific time periods) he
viii obtain identical certifications £rom proposed subcontractors prior to the
~aard o£ subcontracts exceeding $10,OOO which are not exempt from the provis$ons o£
the Equal Opportunity clause, and that he viii retain such certi£ications in his
files.
Signature Date
Name and Title of Signer (Please TTpe)
NOTE: The penalty for making false statements in offers ts prescribed in
18 U.S.C. 1OO1.
CNSF-1 of 1
(EPA, Region II,
U. S. ENVIRONMENTAL PROTECTION AGENCY
REGION II
GUIDANCE AND PROCEDURES FOR COMPLIANCE
WITH
MINORITY BUSINESS ENTERPRISE REQUIREMENTS
PART I
Introduction
The purpose of this guidance is to outline procedures for use by the
grantees, A/E consultants and construction contractors in complying
with the Environmental Protection Agency, Region II, Minority Business
Enterprise {MBE) Program for the Implementation of the EPA policy pub-
lished in the Federal Register on December 26, 1978 {copy attached).
The purpose of this Program is to raise the level of MBE participation
in EPA funded projects to a level con~nensurate with their capabilities
and availability. These procedures are designed to implement EPA
Policy which requires affirmative steps, including goals to be achieved
through a result-oriented program.
The EPA regulations 40 CFR 35.936-7, 40 CFR 35.937-12{b), 40 CFR 35.938-
9{b){2), Appendix C-l{14}, and Appendix C-2{9} require grantees and
construction contractors to take affirmative steps to utilize minority-
owned businesses in the procurement of engineering and construction
services and supplies. The EPA, and in particular, its Regional
Administrators, have the duty under 40 CFR, Parts 30 and 35 to insure
compliance with all grant regulations, requirements and conditions.
The Director of the Office of Civil Rights and Urban Policy has the
responsibility for establishing an MBE program in coordination with
the Director of the Water Division. The Director of the Office of
Civil Rights and Urban Policy will determine compliance with Minority
Business Enterprise requirements.
The grantee in its role as a public trustee assumes primary responsi-
bility to achieve an acceptable level of MBE use. This primary responsi-
bility is a basic condition of its grant award. All applicants/grantees
are required to take positive efforts to use MBE.
As an aid to the grantee, A/E consultants and construction contractors,
the U. S. Department of Commerce has locally funded offices of the
Office of Minority Business Enterprise, which will provide MBE resource
lists, technical assistance and on-going information. Additional
MBER - 1 of 26
-2-
information may be obtained from the Office of Civil Rights and Urban Policy
and the Water Division, Region II. The Civil Rights Director and
his/her MBE coordinators are also available for consultation and
advice regarding the utilization of minority business enterprises.
Applicability
All grantees receiving financial grant assistance on EPA funded projects
involving architectural and engineering consulting services and con-
struction contractors are subject to the policy and procedures described
herein.
Definitions
Minority Business Enterprise. A business at least 51 percent of which
is owned and controlled by minority group members, or in the case of
a publicly-owned business, at least 51 percent of the stock of which
is owned and controlled by minority group members. The minority owner-
ship must exercise actual day-to-day management.
Minority Group Members· Black Americans, Hispanic Americans, Asian
Americans, American Indians, American Eskimos, and American Aleuts.
EPA Region II will conduct reviews in cooperation with other Federal,
State, local, and private agencies to verify that an MBE contractor
or supplier performs a conmercially useful function and is not dominated
by nonmtnority sources of supply. Discovery of the use of a "sham" MBE
firm or a legitimate MBE firm being used to subvert the purposes of the
program will require correctly, or enforcement action.
PART II
Policy Statement
The applicant/grantee's policy-making body (Authority, Board, Council,
etc.) or Chief Executive Officer (e.g., Mayor) is required to issue a
policy statement which expresses commitment to the MBE program and which
utilizes the Regional goals or such goals as may be established by the
grantee to express the percentage MBE participation which the applicant
shall strive to achieve. The statement must outline the levels of
MBER - 2 of 26
-3-
responsibility, beginning with the Chief Executive Officer who will be
responsible and accountable for carrying out the program.
The policy statement shall be circulated to the applicant's managers,
supervisors, and employees, as well as to minority economic development
agencies Xnd organizations, contractors' associations (both minority
and non-minority), and newspapers, magazines, and other appropriate
media {both minority and non-minority). The policy statement should
be conspicuously posted in all offices where minority entrepreneurs
and employees may have occasion to visit.
A copy of the policy statement and a list of the organizations, asso-
ciations and communications media to which it is to be distributed,
shall be supplied to the Director, Office of Civil Rights and Urban
Policy, USEPA, Region II, at the time of grant application.
B. Identification of an MBE Person
An "MBE Officer" shall be designated by the grantee's Chief Executive
Officer. In order to achieve maximum program efficiency, it is essen-
tial that the individual(s) selected must be:
1. Familiar with and capable of communicating and interpreting the
applicant's procurement procedures and requirements, as well as
EPA contracting and subcontracting procedures and requirements.
2. Understanding of small and minority business problems.
3. Capable of communicating effectively with minority businesses and
management.
4. Able to maintain a good rapport with the minority community.
5. Familiar with local resources and services available to aid Minority
Business Enterprises.
The name, address, and telephone number of the designated MBE Officer
shall be included with the application supplied to the Director, Office
of Civil Rights and Urban Policy, USEPA, Region II, at the time of
grant application submission.
C. MBE Percentage Goals~
EPA Region II has determined that ~etween 10-25% of the dollar amount
of all contracts awarded for A/E consultant services and the construction
*so as not to distort the regional picture the above range of numbers as
a goal has been computed not to include Puerto Rico which is being cal-
culated as a separate case.
~4BER - 3 of 26
-4-
and supply services required in the plans and specifications are to
be committed to minority-owned businesses. The grantee in its role
as a public trustee assumes primary responsibility to achieve an
acceptable level of MBE participation. Each grantee may establish
a numerical goal or goals under V, B, (2), (b) of the EPA policy
statement..
The EPA Region II goal is based on the minority consistuency in the
geographical areas'genuinely accepted as demarking the reasonable
limits of local labor markets, such as the Standard Metropolitan
Statistical Area (SMSA) as currently defined by the U.S. Office of
Statistical Standards.
Some EPA Regions have chosen to set as a goal a percentage of the
total dollar value of all A/E contracts approved and to set as a
separate qoal a percentage of the total dollar value of all construc-
tion contracts and service approved. Region II's goal-oriented
program involves establishing an MBE goal which represents a percent-
age of the total dollar value of all contracts approved.
Where the project is already underway, any Invitation for Bids (IFB)
or Request for Proposals (RFP) issued by the grantee and procurement
of subagreements on or after February l, 1979 are subject to this
policy and the grantee must take steps to implement procedures
necessary to establish a goal-oriented MBE program (including the
issuance of addenda to current IFB's and RFP's).
Achievement of specified MBE goals by A/E consultant, prime contractor
or subcontractor goals or adequate documentation or justification of
failure to meet goals must be required by grantee for submission to the
Director of Civil Rights and Urban Policy for review and appropriate
action.
Adequate planning is critical to insure that MBEs have an equitable
opportunity to participate in A/E consultaing, design and construction
contracts and subcontracts.
The applicant/grantee may establish its own goals for each of the
3 steps of the grant process based on the availability and capability
of MBEs to do the work. Such goals are not expected to be lower than
10% minimum level.
EPA Region II requires an Affirmative Action Plan type methodology to
be followed in setting goals. The following outline is recommended:
MBER 4 of 26
-5-
1. The goal must reflect a cognizance of the current percentage of
minority population in the area.
2. The goal must be based on projections of contract and subcontract
awards.
3. The goal must be related to the availability of MBEs.
4. The goal must reflect the full range of A/E consulting and con-
structton activities anticipated by the plans and specifications
and should, to some extent, be directed at expanding minority
participation in those areas of A/£ consulting and, construction
contracting and subcontracting where past participation has been
minimal or non-existent.
The setting of goals is a method of matching projected A/Econsulting,
contracting and subcontracting opportunities with available MBEs. The
geographic basis for assessing MBE availability will vary with the type
of work to be performed or the type of supplies to be procured. In
general, in defining the geographical boundaries for determining the
availability of MBEs in specific A/E consulting, construction contract-
ing or subcontracting areas, the grantee will follow a common sense
approach and should apply the same criteria that the applicant generally
has applied to non-minority firms.
It should be kept in mind that if the data collected to develop grmntee
goals particularly MBE availability, is inadequate or is assessed to
be superficial, EPA Region II may find the goal unacceptable and impose
an appropriate goal.
An MBE program, including the percentage goal, and the steps the grantee
will take to achieve the g0al must be submitted to the Director, Office
of Civil Rights and Urban Policy, USEPA, Region II, at the time of
application. Specific goals established after application but prior to
the issuance of solicitation document shall also be promptly submitted.
PART III
Procedures by Applicant/Grantee to Ensure MBE Participation
1. Once the goal has been set, affirmative action techniques should be
developed to meet the goal. The techniques must include but not be
limited to:
MBER - 5 of 26
-6-
a. Designing the project and the bidding package to provide MBEs access
to meaningful prime contracting and subcontracting opportunities by
trade discipline and by separable units.
b. Designing specific plans and specifications designed to increase potential
).~E participation. This can take the form of breaking down large contracts
into smaller ones, and of designing facilities' taking into consideration
the type of work for which minority firms are available and capable.
c. Using the MBEs in construction management contracts.
d. Encouraging the formation of joint ventures among MBEs and between
minority and majority firms which provide opportunity for MBEs to gain
experience.
e. Providing plans and soecifications to the State and local minority busi-
ness organizations anJ associations, including the State OMBE offices.
These must be provided in a timely manner in order to allow MBEs
adequate time to develop responsive and responsible bids for contracts
or proposals for subcontracts.
f. Establishing payment an~ delivery schedules so as to minimize cash flow
problems faced by minority firms.
g. Providing a source list of minority A/E consulting and construction con-
tractors and suppliers to those firms who have received the bid or
proposal package.
h. Informing all prospective bidders and proposers in writing of the EPA
policy concerning the utilization of minority firms when announcements
for Invitation for Bids (IFB) or Requests for Proposals (RFP) are
issued by the grantee.
i. Including the appropriate MINORITY BUSINESS ENTERPRISE PARTICIPATION
SPECIFICATIONS set out in Appendix I and Appendix II of this guidance
in all RFPs and bid specifications or such other solicitation pro-
visions as may be approved by EPA making certain that the appropriate
percentage goal figure is included in all specifications and requests
for bids or proposals.
J. Keeping EPA, Region II, Office of Civil Rights and Urban Policy in-
formed of all contract awards or changes in plans for awards of
approved proposed contracts.
MBER 6 of 26
-7-
The applicant must take affirmative steps to insure equitable oppor-
tunity for minority firms to participate in EPA assisted projects.
The name and addresses of all minority consulting firms contacted and
their response and the names of those intended to be utilized must be
promptly submitted by the applicant to be forwarded to Region
II's Office of Civil Rights and Urban Policy for review and approval
prior to grant offer or prior to contract approval.
The applicant should contact ten {10) or more minority firms to
ascertain their interest, capability and availability to serve as
prime consultants, joint venturers, or as subconsultants in the
facilities planning, design service, contract management and environ-
mental impact statement process under consideration. Documentation
of the MBEs' response must be made available to the EPA, Region II
Office of Civil Rights and Urban Policy upon request. Applicants/
grantees will contact out-of-state minority firms if none can be
obtained in-state to meet requirements. Consulting and subcontracting
possibilities include, but are not limited to the following:
a. Step 1 (Facility Planning).
(1) Engineering report.
(2) Environmental assessment statement.
{3) Infiltration/Inflow analysis.
b. Step 2 (Design)
{1) Design
{a) Pump station force main.
(b) Sewage treatment plant.
(c) Interceptor.
(d) Collection system.
(2) 0 & M Manual development
c. Step 3 (Construction)
(1) Site preparation.
(2) Foundation.
MBER - 7 of 26
-8-
(3) Shell.
(4) Roof.
(5) Walls.
(6) Electrical.
(7) Plumbing and mechanical.
(8) Finish interior.
(9) Exterior appurtenances.
(10) Site completion/landscaping.
(ll) Test/start-up operation.
4. In order for the applicant/grantee to assure its compliance with EPA
regulations, the applicant should include, as part of its responsibility
evaluation criteria, affirmative efforts taken for the utilization of
minority firms for facilities planning, design and construction services
to be required by the applicant/grantee. In addition, the applicant/
grantee must notify all prospective contractors and consultants by
announcement that approval of contract award may be withheld unless
it can be shown to the applicant/grantee that positive affirmative
efforts as described herein have been or will be taken to utilize
minority A/E firms either as joint venturers or subcontractors.
5. Because many minority firms are small operations, the capabili-
ties of such firms are especially unique in facilities planning
and design services, contract management services, and environmental
impact statement services. Since there may be certain labor and over-
head cost advantages realized by the applicant/grantee in utilizing a
small firm in these situations, applicant/grantees are expected to
aggressively pursue the utilization of such minority firms as prime
consultants.
6. EPA will monitor projects on a "random sample" basis. Documentation
of efforts made to utilize minority firms must be maintained'by all
applicant/grantees and their contractors for review by the Office of
Civil Rights and Urban Policy.
MBER - 8 of 26
-9-
7. For reference, applicants/qrantees wil) be orovided with.a l!st by
EPA, Region II of minority firms experienced in archttec:uram,
engineering, construction and other professional services. The list
is intended as a resource reference only, and not intended to re-
strict or limit contact with other minority firms not listed.
8. The applicant/grantee's MBE proaram should assist MBEs in overcominq
barriers to program participation. This assistance should be offered
directly by the applicant, as well as by referral to other assistance
agencies.
9. The applicant/grantee should work closely with financial institutions,
insurance and bondin~ companies, and prime contractors in an effort
to alleviate financial barriers to nrogram participation.
PART IV
MBE Set-Asides
While not required by EPA policy, a pro~ram to implement MBE set-asides may
be established. A set-aside is a procurement technique which limits
solicitation of bids or proposals to certain types of firms, for example,
minority business firms. In every case adequate competition must be
obtained with award being made to the lowest, responsive, responsible
bidder or to the proposer in non-advertised procurement submittinq the
most advantageous proposal.
PART V
MBE Responsibilities for Prime Contractor%
Within 1S days after contract award the prime contractors are required
to submit to the grantee a detailed MBE participation-~lan contatntno an
MBE goal and procedures for achievtnq that qoal'. This submission must
also include a detailed list of all MBE firms to be utilized in achiev-
ing the goal.
All prime contractors on EPA construction ~rant ~rojects are exnected
to make the following efforts to achi~e the use of minority-owned
firms to the maximum extent practical on the project:
MBER - 9 of 26
-10-
1. Extend opportunities for joint arrangements or subcontracting and
purchasing to minority-owned firms.
2. Comply with MI~IORITY BUSINESS ENTERPRISE PARTICIPATION 8ID SPECI-
FICATION (See Appendix I and Appendix II).
3. Take affirmative steps to ensure compliance with the EPA regula-
tions. These steps include, but are not limited to:
a. Compiling and submitting to the grantee for submission to the
Director, Office of Civil Rights and Urban Policy, USEPA,
Region II, a list of minority engineering and construction
contractors to be utilized through joint arrangement or sub-
contracting.
b. Preparing a list of minority contractors contacted and awards
made to minority-owned firms, and setting forth specific ef-
forts made to identify and award contracts to such firms.
Full documentation of such efforts must be made available to
the grantee for submission to the Office of Civil Rights and
Urban Policy upon request.
4. Require subcontractors under the contract to comply with the pro-
visions of the contract and the affirmative steps for goal achieve-
merit stated in these procedures.
5. Maintain records show~ng procedures which have been adopted to
comply with EPA policy.
6. Keep grantee's MBE Officer informed of all contracts and subcon-
tracts awarded to MSEs or changes in plans to award previously
reported subcontracts.
The actual attainment of the established goal shall be prima facie
evidence of positive efforts and shall release the contractor from any
further burden of proof of positive efforts. Contractors are, however,
cautioned to nevertheless maintain adequate records because the subsequent
withdrawal of a minority firm from a subcontract could reduce the con-
tractor's MBE participation below an acceptable level and subject him
to a requirement of objective demonstration of positive efforts. Where
a contractor is unable to meet the required MBE goal o objective demon-
stration of positive efforts must include, but are not limited to the
following five (5) steps, inclusive of the requirements for records
which must be maintained to docuni~nt the contractor's efforts: '
MBER 10 of 26
-ll-
The contractor must extend opportunities to MBEs, such as by adver-
tising in minority trade association newsletters and minority-owned
media. The bid due date and reasonable MBE response due date must
be specified in the advertisement. The publications chosen must be
distributed within reasonable proximity of the location of the con-
struction project. The advertisement must be for specific sub-
contracts which are described in reasonable detail.
TO DEMONSTRATE COMPLIANCE - Have available for grantee's MBE Officer
copies of all written eftorts to extend opportunities to MBEs
including all advertisements which appeared in minority publications,
including the name and address of the publication, the date on which
the advertisement appeared, and the audience at which the publica-
tion is directed {i.e., whether general audience publication or
special MBE contractor publication).
The contractor must notify all minority contractor associations
known to him of the available subcontracting opportunities. The
minority associations so notified shall include as a minimum the
local Office of Minority Business Enterprise (OMBE) and Minority
Contractor Assistance Center {MCAC), and all contractor associations
identified to the contractor by the USEPA, Region II, Office of
Civil Rights and Urban Policy. The notification must be by certi-
fied mail and should be received by the addressee associations
in time to permit effective MBE participation. The NBE response
due date must be specified in the notifications. The solicitation
must be for specific subcontracts and the work to be done must
be described as ac~rately as possible and in reasonable detail.
TO DEMONSTRATE COMPLIANCE - Have available for grantee's MBE Officer
copies of all letters or other communications, including enclosures
and attachments which were sent to minority contractor associations.
Include name, address, and date of mailing for each letter sent.
Have available copies of all correspondence and a record {e.g., log)
of all telephone replies received in response to the solicitations.
The record of telephone responses should include the date and time
of the incoming call and the date{s) and time(s) it was returned.
Contractors must respond promptly to both telephone and mail responses
from MBE associations and firms as protracted delays in responding
MBER - 11 of 26
-12-
will be interpreted by the Office of Civil Rights and Urban Policy
as an attempt to discourage MBE participation. Be able to document
follow-up steps taken by contractor.
Where technically feasible, the contractor should segment the work
to be contracted to accommodate the size and capabilities of avail-
able minority subcontractors. This procedure is essential to
assure that MBEs are provided equitable sHbcontracting opportunities.
TO DEMONSTRATE COMPLIANCE - Have available for grantee's MBE Officer
documentation which objectively demonstrates the capabilities of
available minority business enterprise construction subcontractors
in the general area of the location of the construction project 6r
in areas reasonably proximate thereto. The contractor must be
knowledgeable concerning information regarding MBE capabilities
which is readily available from local minority contractor associa-
tions, local OMBE Office, local MCAC Office, and the EPA, Region II,
Office of Civil Rights and Urban Policy. Objectively demonstrate
by appropriate documentation that a concerted attempt was made by
the contractor to segment the subcontract work in ways that accom-
modated the size and capabilities of the known available MBEs.
The contractor must send solicitation letters by certified mail
inviting quotes or proposals from individual minority business
enterprises, The solicitation letter must reference specifically
segmented portions of work to be subcontracted. The portions of
work must be described as specifically and accurately as possible.
Inquiries for further details should be encouraged. Letters that
are general and do not describe specifically the portions of work
for which quotes are desired are not acceptable, as such letters
do not generally bring responses. The solicitation letter must be
sent in a timely manner so as to allow minority firms sufficient
opportunity to develop quotes or proposals for the work described.
In general, such solicitation letters must be postmarked no later
than fifteen (15) days before proposals are due, whether the
solicitation is being made before bids or proposals are submitted
or during the performance of the prime contract. All solicitation
letters should include the bid date and a response due date for
the information of the addressee. Contractors are also strongly
encouraged to follow up such letters with telephone calls to
determine the degree of interest the minority firms have in the work.
~ DEMONSTRATE COMPLIANCE - Have available for grantee's MBE Officer
copies of all soliciation let]iers and a list of all parties to whom
MBER - 12 of 26
-13-
each letter was sent, including name, mailing address, and type of
business in which the company is known to be engaged. Have available
all reply letters and log of all reply telephone calls. Be able to
demonstrate objectively what action contractor took in response to
each reply. Also, have available a log of any follow-up telephone
calls by contractors to letter recipients who did not respond.
Where an MBE submits a proposal for a subcontract to a contractor,
and the MBE proposal is deemed unreasonably high and is rejecteO
for that reason, then, to demonstrate good faith, the contractor
must engage in direct negotiations with the MBE in an attempt to
reach a mutually acceptable price. This requirement is not appli-
cable to those cases where an MBE proposal is rejected in favor of
another MSE.
TO DEMONSTRATE COMPLIANCE - Have available for grantee's MBE Officer
~ecords which show that negotiation meetings took place, including
time, date and place of each conversation and meeting; name and
address of MBE; specific and accurate description of the segment
of work which was the subject of the negotiation; and approximate
estimated dollar value of the subcontract segment. Where the MBE
negotiation was unsuccessful due to failure to agree on price, the
contractor must be able to demonstrate, by the production of appro-
priate document, that the subcontractor selected for the segment
was lower than the MBE and that the work segment so contracted was
the same work segment under negotiation with the MBE, and not a
reduced portion thereof.
The degree of goal attainment by minority-majority joint ventures, minority
contractors, and minority suppliers should be calculated as follows:
A joint venture consisting of minority and majority business enterprises,
functioning as a prime contractor, will be credited with minority parti-
cipation on the basis of percentage of the dollar amount of the work to
be performed by the MBE. For example, if a minority-majority joint
venture proposes to perform 50% of a project quoted at $500,000 and 50%
of the work is to be performed by the minority partner in the joint
venture, minority participation will be credited as 25% of'the work or
$125,000.
MBE contractors will be credited with minority participation for that
portion of the contract which they j!erform and that portion subcontracted
to minority firms. For example, if an MBE contractor proposes to perform
50% of a project quoted at $500,000 and subcontracts an additional 25%
to a minority firm, minority participation will be credited at 75% or
$375,000.
MBER - 13 of 26
PROPOSAL SPECIFICATION
MINORITY BUSINESS ENTERPRISE PARTICIPATION
APPENDIX I
CONSULTANT FIRM RESPONSIBILITIES
The following notice must be included in all solicitations for pro-
posals for architectural and engineering work on all projects that
receive EPA funding for the construction or,upgrading of wastewater
treatment facilities or adjuncts thereto.
Goals for MBE proqram
It is the policy of the Federal Government that minority businesses
shall have the maximum feasible opportunity to participate in the
performance of contracts performed under Federal grants-in-aid
program.
The consultant agrees to use his best efforts to carry out this policy
through award of contracts and subcontracts to minority business enter-
prises to the fullest extent, consistent with the efficient performance
of this contract. As used in this contract, the term "minority busi-
ness'' means a business at least 51 percent of which is owned and
controlled by minority group members, or, in the case of a publicly-
owned business, at least 51 percent of the stock of which is owned
and controlled by minority group members. For the purpose of this
definition, minority group members are Black Americans, Hispanic
Americans, Asian Americans, American Indians, American Eskimos, and
American Aleuts. The minority ownership must exercise actual day-
to-day management.
Each consultant must fully comply with the requirements, terms and
conditions of the attached U.S. Environmental Protection Agency,
Region II Minority Business Enterprise (MBE) requirements and the
attached statement of EPA policy of December 26, 1978 (43 Federal
Register 60220-60224) including the goals established for minority
business participation during the performance of this contract. The
consultant commits himself to the.performance of positive efforts to
achieve the goals for minority business participation contained
therein and all other requirements, terms and conditions of the bid
specifications by submitting a properly signed bid or proposal.
MBER - 14 of 26
[-2
A consultant who does not objectively demonstrate in his proposal
the required positive efforts (i.e., attempted to achieve the Region [t
goals by contacting minority consultants in an effort to engage them)
wil! not, for this reason alone, have his contract proposal rejected
as non-responsive. In the event such a consultant is recommended
for contract award by the grantee, the Director of the Office of
Civil Rights and Urban Policy (OCRUP) will inform the grantee, in
writing, of the prospective consultant's non-compliance and the basis
for such determination. The consultant will be given an opportunity
to explain in writing, or at a conference, if requested, the reasons
for non-compliance with the required positive efforts. If the reasons
for non-compliance are unsatisfactory, the consultant will be requested,
in writing, to make additional positive efforts to utilize minority
firms prior to contract award.
The determination of compliance or non-compliance with the positive
efforts requirement will include consideration of the following:
1. Whether the goal has been met on a given contract.
2. If the goal has not been met, the extent to.which the
consultant attempted to:
a. Identify candidate Minority Business Enterprises.
b. Contact candidate Minority Business Enterprises.
Solicit proposals from candidate Minority Business
Enterprises and any response thereto, and the basis
of evaluation of any Minority Business Enterprise
proposals received.
Any other evidence relevant to the good faith efforts of the
consultant to comply.
Consultant Firm Non-Compliance
If after fifteen (15) days of contract award the consultant's efforts
remain unsatisfactory to the grantee and/or the Director of the
Office of Civil Rights and Urban Policy, either of the following
steps must be taken:
1. Documentation to the grantee and the Director of the Office
of Civil Rights and Urban Policy explaining the reasons for
non-utilization of MBEs.
MBER - 15 of 26
I-3
2. Request a conference with the grantee and the Regional
Director of the Office of Civil Rights and Urban Policy
for guidance on possible corrective actions which may
be taken in order to comply with MBE obligations.
Thirty days after the consultant has been notified to make additional
positive efforts, such consultants may after documentation procedures
or opportunity for conference, be subject to appropriate sanctions,
in accordance with the attached EPA policy.
Consultant will %e required to execute and submit to the grantee's
MBE Officer copies of all subcontracts and purchase orders with
minority-owned firms within fifteen (15) days after contract award.
In the event a consultant fails to utilize the minority-owned firms
indicated in his proposal and/or in the subcontracts and purchase
orders, he will be expected to explain the reasons for non-utilization
to the grantee and the EPA Region II, OCRUP.
If there is non-utilization without good cause, the grantee will be
expected to require corrective efforts by the consultant. Failure
on the part of the grantee to require such efforts or failure to
enforce these procedures may result in the refusal of EPA to make
contract payment.
In very limited situations where circumstances otherwise justify
approval of a contract to a consultant which has not satisfactorily
complied with the positive efforts requirements {e.g., sole consultant,
where delay incident to resolicitation will cause substantial harm to
the grantee), the EPA in its discretion may concur in the recommended
award conditioned upon the inclusion of satisfactory contract pro-
visions which require:
1. Specific and defined positive efforts toward minority business
utilization during contract performance; and/or
2. The withholding of progress payments until such time as the
positive effort requirements have been satisfactorily complied
with and approved by the grantee and the Director of the Office
of Civil Rights and Urban Policy, Region II.
MBER 16 of 26
BID SPECIFICATION
MINORITY BUSINESS ENTERPRISE PARTICIPATION
APPENDIX II
PRIME CONSTRUCTION CONTRACTOR RESPONSIBILITIES
The following notice must be included in all invitations and other
solicitations for bids and proposals for construction work on all
projects that receive EPA funding for the construction or upgrading
of wastewater treatment facilities or adjuncts thereto.
Goals for MBE Proqram
It is the policy of the Federal Government that minority businesses
shall have the maximum feasible opportunity to participate in the
performance of contracts performed under Federal grants-in-aid
program.
The contractor agrees to use his best efforts to carry out this policy
through award of contracts and subcontracts to minority business enter-
prises to the fullest extent, consistent with the efficient performance
of this contract. As used in this contract, the term "minority business"
means a business at least 51 percent of which is owned and controlled
by minority group members; or, in the case of a publicly-owned business,
at least 51 percent of the stock'of which is owned and controlled by
minority group members. For the purpose of this definition, minority
group members are Black Americans, Hispanic Americans, Asian Americans,
American Indians, American Eskimos, and American Aleuts. The minority
ownership must exercise actual day-to-day management.
Each contractor must fully comply with the requirements, terms and
conditions of the attached U.S. Environmental Protection Agency,
Region II Minority Business Enterprise (MBE) requirements and the
attached statement of EPA policy of December 26, 1978 ~43 Federal
Register 60220-60224) including the goals established for minority
business participation during the performance of this contract. The
contractor con. its himself to the performance of positive efforts to
achieve the goa)s for minority business participation contained there-
in and all other requirements, terms and conditions of the bid
specifications by submitting ~ properly signed bid.
The contractor will appoint a company executive to assume the responsi-
bility for the implementation of s~ch requirements, terms and conditions.
MBER - 17 of 26
II-Z
The prime contractor agrees that he will make good faith efforts to
subcontract at least .te_~_~J_lJ_)_Percent of the total value of this
contract to minority bus,ness. Failure to attain this percentage
or demonstrate positive efforts to do so may lead to withholding
of contract payment, a finding of non-responsibility or other
sanctions, in accordance with the attached EPA policy. For the
purpose of this program, the term "subcontract" includes all agree-
merits for construction, modification and service work and supplies
contracted for by the prime contractor in the prosecution of the
work under his contract. Although it is not made a requirement herein
for EPA approval of a contract that a contractor in fact meet or exceed
these goals in its contracting, the contractor will be required to
objectively demonstrate to the grantee and to EPA, Region II, Civil
Rights and Urban Policy Director prior to contract approval and also
during contract performance that he has exerted positive efforts to
meet these goals. Notwithstanding the fact that a contractor may
have the capability to complete the total project with his own work-
force and without the use of subcontractors, each contractor will
still be required to take positive efforts to subcontract to minority
firms a share of the work consistent with the goals. These require-
merits are also applicable to bidders who are themselves minority-
owned enterprises.
MBE Studies, S~ur~vveys~ and Reports
1. The contractor shall cooperate with the grantee and the EPA
Region II, Civil Rights and Urban Policy Director in studies
and surveys of the contractor's minority business procedures
and practices.
2. The contractor shall maintain records showing, (al awards to
minority businesses; and {b) specific efforts to identify
and award subcontracts to minority businesses.
3. The contractor shall submit periodic reports of subcontract-
ing to known minority businesses in such form and manner and
at such time {not more often than quarterly) as the grantee
or the EPA, Region II, Civil Rights and Urban Policy Director
may prescribe.
Specific Good Faith Efforts
The contractor shall be deemed to be in compliance with the require-
merits, terms and conditions of the U.S. Environmental Protection
Agency, Region II, Minority Business Enterprise Policy and Program
if he meets or exceeds its conmitment to the goals for minority
business participation in its subcontracts and subagreements.
MBER 18 of 26
II-3
The contractor's commitment to the goals for minority business partici-
pation as required by the U.S. Environmental Protection Agency, Region II,
Minority 'Business Enterprise Policy and Program, constitutes a commitment
that he will make every good faith effort to meet such goals. No con-
tractor shall be found to be in noncompliance solely on account of the
contractor's failure to meet his goals. BUt he shall be given the
opportunity to objectively demonstrate to the grantee and the EPA,
Region II, Office of Civil Rights and Urban Policy Director, that he
has instituted all the specific affirmative action steps specified
in the USEPA, Region II, MBE Policy and Program and made every good
faith effort to make these steps work toward the attainment of his
designated goals of allowing minority business enterprises maximum
feasible opportunity to participate in subcontracts and subagreements
under this EPA funded project. Contractors who fail to achieve the
goal and fail to institute the good faith effort steps specified in
this appendix may be found non-responsible or be subject to contractual
sanctions. Where the Director of the Office of Civil Rights and Urban
Policy makes such a determination, the grantee will be informed that
EPA will withhold grant payment if the non-responsible contractor
fails to take corrective action on deficiencies or to explain satis-
factorily why such action cannot be taken.
Contractor Non-C_L~liance
Contractors who fail to achieve their commitments to the goals for
minority business participation must have engaged in affirmative
participation, which is supported by documentation at least as
extensive as the following:
1. Documentation of efforts to extend opportunities to MBEs such
as advertisement in minority trade association newsletters
and minority-owned media no less than fifteen (15) days before
MBE responses are due for specific subcontracting that would
be anticipated to result at least in a degree of )(BE partici-
pation equal to the percentage goal for MBE utilization
specified for the contract.
2. Documentation showing that minority contractor associations,
· ' the local OMBE Office were notified in writing.
lnc]udln~ ....... ,,~ A .... before MBE responses are aue.
no ~ess than rlT~e~n k~l ~
3. Documentation showing that the work to be subcontracted was
segmented to the extent consistent with the size and capa-
bility of minority~owned firms in order to provide reasonable
subcontracting opportunities.--
MBER - 19 of 26
II-4
4. Copies of solicitation letters inviting quotes or proposals
from minority business enterprise, segmenting portions of
the work and specifically describing, as accurately as
possible, the portions of the work for which quotes or pro-
posals are solicited from minroity firms and encouraging
inquiries for further details. Letters that are general and
do not describe specifically the portions of work for which
quotes or proposals are desired are not acceptable, as such
letters generally do not bring responses. Such letters will
be sent in a timely manner so as to allow minority firms
sufficient opportunity to develop quotes or proposals for
the work described. In general, such solicitation letters
shouldbe postmarked no later than fifteen (15) days before
MBE responses are due.
5. Documentation of good faith negotiation with those MBEs from
whom responses were received in an effort to reach a mutually
acceptable price. Where the MBE participation was unsuccessful
due to failure to agree on price, the bidder must document
that the subcontractor selected for the work segment was lower
than the MBE and that the work segment so contracted was the
same work segment under negotiations with the MBE, and not a
reduced portion thereof.
The foregoing documentation should be provided on or as an addition to
Form 4700-5 attached hereto.
MBER 20 of 26
II-5
MIHORITY BUSINESS ENTERPRISE INFORMATION
pRIME CONTRACTOR IHFORMATIOH
SUBCONTRACTOR OR ~OINT VENTURE INFORMATION
[--1 (~¢.r)
~ iUICONTA&CTOA
EPA Hq F~,,470G'S(d'TI) MBER - 21 of 26
60220
Qualified applies, nas will trt~amit
applications directly to the UMTA Re-
gional Office. with t copy to the EPA
Regional Office In order to expedite
grant review ~nd processing. Appli-
cants will follow application proce-
dures specified In UMTA Circular C.
St00.1. "Application Procedures for
Technical Studies Gr~nts" and the
EPA-DOT F~Or~AL Rt~ts~ notice on
Urban Air Quality Planning Orants. If
the apolicant is ~lready the receiplent
of an UMTA Section 9 grant. &Police-
lion may be in the form of an ~mendo
inert to an existing grant. Where pos-
sibie, a single application for UMTA
,~ectlon 9 fund~ and EPA ~--ctlon 1'/5
funds will be u~ed.
The UMTA R~gtonal Office will
review the' application to insure that
UMTA grant application procedures
have been followed. EPA and UN/TA
will review the proposed scope of work
and budget to h~ure conformity with
the current U~W~. the EPA/DOT
Transportation/Air QuMIty planning
(~uidelines, ~nd the EPA/DOT
AL l~gnzsrg~ on Urban Air Quality
Planning. UI~CTA will also send a copy
of the application to the Intermodal
Planning Group IIPO). in those re-
desired, In order to provide other
members an opportunity to comment
on the conformity of the gr~nt appli-
cation with the UPW1~.
EPA will be responsible for the fol-
lowing:.
L EStablishing applicant eligibility
for Section l'/S funds. IA list of eligi-
ble applicants wUl be issued as soon as
po~lble ~fter October L 19'/8.)
2. Establishing the level of
I'/S funding for each ~ciplent.
After the above fevlew~ the EPA
l~egional Administ~tor will notify the
UI%~TA l~,eginr~l Director in writing
stating the following:.
1. The applicant is legally eligible to
receive Section 1'/5 funds.
2. The proposed work qualifies for
funding under the EPA-DOT
l~zczs~g~ notice on Urban Ah' Quality
3. The work proposed in the applica-
tion is approved.
4. The amount of ~ection l'/S funds
authorized for obligation to the appli-
cant.
Upon receipt of the letter. UMTA is
authorized to proceed with normal
grant &pprov~ and administrative
gr~t management actions Including
audit. No further concurrences will be
required by EPA.
UMTA's gr~nt administration re-
sponsibilities will include, to the
L l~evtewlng for compliance with
Title VT Civil Rights requirements;
NOTICES
2. Reviewing [ina~cial status reports
~nd requisitions and providing for
such audits as may be required in ~c-
cordance with UMTA
3. Executing rele~e of grant func-
tion. including Congre~lonM clear-
,ce. Specific c~rdinatlng o~edures
will be worked out by the resp~tlve
U~A-EPA Offlc~ of Public
4. Perfo~ln~ su~uent [egM
~view ~ m~y be ne~ during the
gr~t ~op~val ~d ~lnlst~tlon
pa~va~ ro~ ~o DrSBO~
U~A will ply ~es for r~u~-
~Oon 9 ~d s~on 1~5 ~ will
~A ~ives p~or no~tion f~m
s~p payment of ~tlon I~5 f~
only with ~pp~v~ of the ~A
~uarterly pro~ repo~ sho~n~
~tlon 1~5 work ex~nditu~ w~
s~t~eo~ly t~mltted by the
~e ~ the ~A ~d ~A
fi~ ~ ~A's Guldel~ for ~J~t
A~t~tton ~d ~ the
~A ~li ~ ~lbl~ for cl~
~A ~ll re~b~ ~A for ~r-
~ u~n sep~ly.
~ ~ment w~ ~m~ ~ eff~
Ass~tant Admin~t~r. Office
o/ Air. No~e ~nd R~tatio~
En~n~t~ ~tectinn
Acting Admin~t~r.
M~ T~atinn Admin~-
Fede~l Hi,Away
Assistant Secretarv /or PolicF
and International Affairs. De.
partmenl o1' Tran~portatiorL
[6560-01-M1
(A&E) consultants in 42. ~ 10't09
system is provided to. maximize MBE
pL--ticipttion.
EPA cazefully considered these
ment~ and adopted a number of them.
The policy published for A&E con-
sultanas, on Februaz7 23. 19'/'/. did not
propoeed for minority construction
contr~ctom on June 8, 19'/8. As the
two policies wouJd be applicable to the
sense projects and grantees. EPA t-om-
btned these policies into a goal-orient-
ed approach.
EPA will be studying the effects of z
MEE pa,-tic(pat(on. Public comment is
invited, on a continuing buls. on all
elements of the EPA program, includ-
ing its administr~tion. Commen~s
should be addreszed to the Director.
Office of Civil Rights IA-10S) Environ-
Invitations for bids (IFB) or req,
for prepo~,l~ (R~-?) L~ue~bF grantees
or a/ter February l, 19'/9. s~e subjec!
to this policy. Prior implementation oi
the MBE policies will continue, where
~l~UEltAt R[GISTEK. VOL. 43. ~0. 244.--TUESOAY. GSi! 26. itT0
MBER - 22 of 26
upward mobility, reflects this la~k of
These problems ere evident In the
er~ ~nd fedendty a~sisted contracta.
/or construcUon. ·nd In the ret~ted
consultant area~ For example. I~BE
received only 1.2% of federal construe-
Lion procu.,~nent contract~ I~
and the ~xecu~lve Branch h~ve InlL[a~-
aid the MBE h2 sharlx~ the effects of
federal ex~ndttures-
ht dJz~ct pfecufement, the
BusIne~ AdmInisfxatSon admfn~ters
tarn work may be subcontracted to
firms owned by socially and economi-
cally dtr, advantazed lndlvtdual~. This
grar~ In the federal gr~nts area, the
Public Work~ Employment Act of
grant be set-aside for contracts with
MBE. Title VI of the Civil Rights Act
of 1964 provides · reme~H~l authority
The Office of Federal Procuremen$
Policy. within the Of.qce of
meat and Budget. est·blizhes grantor
NOTICES
ment O Co OMB Circular A-t02. Sec-
12. 1977). EPA adopted this obligation
(40 CFR 35.936-7):
Proposed OMB revision of Attach-
meat O. published at 43 ~. 57203 (De-
cember 6. 1978), further defines.
~tlon 8.b., a g~e's ~s~ib~-
lti~ ~ ~ ~e~ by r~u~ that
minimum of s~ "~Uve s~'*
t~en ~ ~e that ~E ~e utl~
when po~ible u ~ of supplt~
~d se~ices. ~e ~[~a~ve steps
clude. ~ [ minimum the foBow~
· he ~esident ~nUy ~u~ ~ver-
~ ~llcy s~en~ which ~t
wo~ ~fo~ by MBE under ~er-
m~e ~ Con~ on ~e
Ur~ Poll~. ~e ~dent
that ~ ~eder~ ~en~ ~c[~de ~o~
for ~E In the~ ~n~t ~d
~t element ~ the ~nomic we~
On A~ t~. 19~8. the
~d ~puty A~r of the
~lro~en~ ~lon ~ency ado~
~ the ~en~tto~ of the ~-
a~ency t~k fore on utES[ion of
~E ~d ~r~ myron of the pr~
vlo~[y ~ubl~h~ ~ for
utlti~tion of m~oHty
~o~ oJ the ~k fo~ ~d the
tio~ of the ~ldent. ~he ~-
ent~ ~pv~h in the p~ ~licY
for elliOt[on o[ minority co~c-
lion ~nt~m ~ ~fJ~t the r~m-
mend~tto~ of the ~k ~o~ ~d the
dir~tle~ of the pmsfdenL ~e
orien~ a~ach ~ the
00221
The policy of EPA is to encourage
increued Iv~E partlctpttton tn con-
under EPA gr~ntz for construction of
work~. This implements the OMB
Presidential direction. ~nd further~
nlties for I~BE to p~-ticipate in con-
The goal of EPA is to Implement a
utilization of M~E In the context of
the unique EpA°grantee relationship.
A goal-oriented system achieves the
de~'d result of Incre~.sed MBE par-
ticlpatlon within the EPA ~rant proc-
ess and aids In the development of a
tractin~ conuuunity-
The policy describes the minimum
policy.
MBER 23 of 26
60222
to conform to their responsibilities.
EPA normally will not review whether
each Iv[BE performs or Is intended to
perform · "commercially useful func-
the construction industry practice or
consultant community that involves
substAntla~ respon~lbilityL or is domi-
nated by nonminority control. The
EPA regional Office nf Civil Rl~h~
tod Orb~ Af{al~ (OCROA). when re-
mined to be in the Gover~enCs best
inter~ m~y m~e such · review.
OCRUA will ~view
of MBE which ~ b~ u~n t newly
fo~ MBE ~u~ of supply.
In ~e even~ ~A f~
will no~ ~n~bu~, or h~ not ~n~b-
u~d, ~ · p~J~'s comolemenUon
a m~er ~nt with ~p~d in-
d~try p~tl~, the MBE will no~
co~ider~ ~ ~ MBE ~der t~t pr~
de~ay, the ~e
dem~d co~tion ~tion, te~i~te
dies available under S~[e or l~l law.
The ~n~ or, where appropriate,
Regional A~in~tr~tor. may ~o ~e
s~ ~ de~lne the b~ine~
concemis) nonres~ible ~d ineli~-
ble for future ~nt~t ~w~ on ~A
A minority ~ · mem~r of one or
more of ~e inllow~g
Amerl~ AmeHe~ ~dl~, AmeH-
~n ~klm~, ~d ~eHc~ ~eu~.
The ~gori~ nf m~oHty g~up
~ which ~ly h~ve no~ ~de-
tlcip~ ~ work on ~e~l
h~ve cb~n ~ defoe minority ~oup
mem~ or ~
s~nd ~ th~ who ~e. ~ f~. ~ur-
~e bulc obllg~tinn
fo~h In ~Oe 40. ~e nf ~er~l
~ment s~d~d ~d g~ ~ul~
NOTICES
The standard is equally applicable In
A&E services. Sections 35.937-2(a) and
35.937-4¢0. The standard concerns the
responsibility of ~th · gr~tee ~d
bidder or offeror. S~tions 35.936=15(~)
~d 30.340-2(g). Th~ MBE
principally Implemen~d though the
effor~ of e~h EPA grantee
vance the go~ of in~e~ed MBE oar-
tlcipa~ion in each elemen~ of work
be ~o~ ~der
~e ~ve eifo~ obligation ~ · r~
qui~d cla~ In e~h co~ul~g en~-
nee~ ~g~ment (Ap~ndix C-I.
p~ 14 to 40 ~'~ Subp~ E) ~d
co~t~ctlon ~nt~[ (Ap~ndlx C-2,
p~ 9 ~ 40 C~ Subp~ El. ~e
s~d~ ~ · ~nt~uing obU~Uon In
S~tlo~ 35.937-~2(bX2) ~d 35.93~
9(b~2). ~ere ~ ~ ,Iden[i~ obliga-
tion for non~t~ction ~nt~t
ba~eemen~. ~ 33.~35. In order ~ ira-
plement these obligatlo~, ~A h~ es-
~bl~hed the follow~g go~Hented
~e zoal~rien~d system involves
~bl~hlng ~d ~vlement~g · go~
for MBE ~e appropriate ~ ~e ty~
of work ~volv~ The ~o~ sh~l
~blhhed p~or W ~ng p~ment
~tion under · ~t II.e. p~or ~ the
~u~ce'of · r~u~t for p~ for
A&E ~ul~t sei~ion on s S~O I
pillion for bl~ for ~ction ~n-
go~ ~11 ~ set ~ ~o~co ~th the
(1) ~e ~RUA ~d W~r D[~io~
~ly renew t ~ for A&E ~d · go~
for ~tmction p~rement ~ that
re.om ~h g~l should ~ expm~
should ~n~n
~ ~duding the ~on's ~tima~ of
~E p~lclpstion ~t~nsble ~ the
~gion, ~ven the tvallable ~d ~n-
(2) ~e re~o~ goal ~H ~ ~pl~
men~d by e~h ~ in ~pe~tion
~th OCRUA ~' one of the follo~g
(~) ~e re~on~ goal may ~ ~cind-
(bi ~e ~, o~or ~ the ~u-
~ of ~y ~lld~tion d~en~ ~d
~ c~oer$~on ~th the O~U~ may
type nf work ~ ~ ~o~ for in-
cl~ion In the p~ment ~llci~-
lion, ~h ~ may differ f~m the
goal may be les~ than the regional
goal where a minority source of serv-
ice, supply or manufacture Ls not rea-
sonably available; or a project s~eclfic
goal may be in excess of a regional
goal where competent minority re-
sources are manifest: or
tel A grantee may use its own system
for MBE uUllz~tion where it is demon-
si;rated to ~he s~tisfaction of the
OCRUA that the grantee's system will
result in an acceptable leve[ of MBE
participation.
(3) The solicitation documents must
contain the following Inforomtlon to
implement the goal-oriented system:
(&) Clear notice of the ~o~i, which
will be t number or nmge of number~.
(bi The m~nner in which the bidder
or offeror may conform to its obllga-
Uons ~rior to contract award;
(c) The manner by which positive ef-
forts of the bidder or offeror will be
evaluated;
id) A notice of ~.nctinns for failure
to comply with the positive efforts re-
quirement in the solicitation docu-
ments; and
(el A copy of this MBE policy.
(4l Solicitation documents should be
reviewed and approved by OCRUA in
conjunction with the pro~'~n review
of the Water Division for conforms, ncc
with this goal-oriented system. The
grantee or OCRUA may identify in
the solicitation documents further
positive efforts which may be t~ken to
comply with this policy.
The ~rantee. in its role ~s a public
~, usumes primary ~o/ministr~-
tire re~ousiblU~v toward m~ximizin~
MBE use. ~.ctinns 30.120, 30.600 et
*eq. and 35.936-6. Bldder~ and offerors
at the pre-contr~ stA~e, and those
under contract with E~A ~tantees
independently responsible, to the
~"antee ~nd ]/~A. to exercise positive
effort~ to conform to this policy. MBE
mu.st t~ke ste~ to ~cttvely p~rticipate
in the grantee's procurement pences-
es. EPA is ultimately responsible for
determining compliance with the
live effor~ requirements,
Within EPA. the following ~re the
respective prom'.aromatic respousibll.
ities:
(1) Envi;'onmenlaf Proiecfion
Aqency (Ite~quorier~). ia) An
Program is established in the Offk ,~i
Civil Rights.
(b) The Director of the'Office
Civil Rights sh~l be the Agency Direc-
tor for Minority Bu~ine.~ Enterprise
~nd will work in coordination with the
Office of Water Program Operation-·
to implement this policy.
(el The Director of the Office pi
Civil Rights sh~l! desi~'nate a Minorit~
Business Enterprise Officer.
id) The Minority Business Enter
prise Officer, working in conjunc0or
MBER 24 of 26
NOI'ICES
OCRUA shsll be ~he regionsJ Minority
Bus/ness E~terorise Officer.
(c) E~ch EPA region sh~ll monit~'
the OCRUA Lqd the Water Dtvisioa.
corrective actions that cen be tske~ by
prova~ of the proposed contract award
may be withheld until the deficiencies
(a) Dividing toL~J requirements into
slble, to permit m:txlmum MBE p&r-
ticip~ttor<
(bi Including MI3E on solicitation
iist~ and making pla. n~ a_nd specifics-
MBE in sufficient time for review:
tel Allowing sufficient time to facili-
tate the participation of MBE;
(dl Notifying the minority assoei.
ations, within tile general bidding
fires, of tlxe work to be solicited and
the time frame for submission bids or
(el Providing a source list o! MBE
fir/ns to all prospective e~usultants or
contractors;
tfl Making a list of prospective con-
sult~nts edtd prime contractors availa-
ble to all biBE A&:E ~nd subcontrs~-
lng firms expressing [n interest in the
EI~A.a.~ist ed project:
tgi Inlorrn[ng prospective consul-
t~ntz and contractors of the EPA
policy concerning MBE participation:
ih) Maintaining records showing
M~E contacted, and awards to MBE:
(ii Reviewing partic[pation of b/BE
in sub&greemenCs;
(ii Including in all procurement doc-
umcnta the elements of the goal-ori-
ented system (Section V,B. of this
policy):
(k) Making a list of p]2.nholders of
record for EPA cormtructlon gra~t pro-
Jetta available upon request:
(1] Upon request of the planholder~
of record, provide a source list of
MBEA
tm) Iv. forming ~ll prospective bid-
dera, during a.ny pre-bid conferences,
of the EPA policy concdrninz
(vi Review and determine the nde- . pexUcipatton;
qtmey of the ~ositlve efforts after a tn) Keeping OCRUA informed of ~11
contract ts awaxded:
fyi} Where the review dlselo~es fail-
ure on the parc of the consultant or
contrsffWr to take po~tsive efforts, the
regional MBE Officer shnJl inform the
grantee that failure on the part of the
consultant or contractor to t~ke cor-
rective action, or explain to the s~tis-
faction of the MBE Officer and the
~-antee why the corrective action
cannot be taken, would le~d to the ini-
tiation of proceedings for ImposlUon
of sanctlorLs which could include with-
holding of grant payments; and
(viii Report to Headquarters quar-
terly on the a~.tus of the regional pro-
gram, including coat. facts awarded to
(31 Grgn/ee Rc~pon. s/bfilt/e~ The
grmttee in its role u a public trustee
Lssumes primary responsibility to
achieve an s~ceptable level of MBE
use. This primsxy responsibility is a
b~sic condition of It~ grant awarcL All
applicants/gr~lt~'-& are requh'ed to
take positive efforts to use MBE.
These positive efforts include, at least.
tlxe following:
actual and proposed contracts to IV[BE:
(PI In~uring that the requirements
of this poltc~ are used in ~w~ su-
b~men~.
(4) Co~uliing Fi~ Res~ibilit~
~ co~ting f~ ~e exp~d
~e ~ltlve effo~ to ~e ~ ~e
positive effor~ ~clude at le~t the fol-
lowing:
fa) Extend~g op~uulty ~ MB~
for su~n~t~g or Jolt ar~ge-
(bi lmplement~g' the
(c) ~vl~ the gr~e with a
of ~e MBE pro~d to be ~d
clung the ~t~e of the ~n~t ~d
the do~ v~. or If no awflable
MBE wffi ~ ~. fum~ the
g~ ~d the regional ~E offl~r
~ why:
(d) ~ain~g ~r~ of MBE
~te~ in~udtng negotiation effor~
~ ~m~Uve p~ce leve~ ~d
=w~ ~ MBE:
(e) Requiring ~at each
~r ~der the ~ntr~t comply
the MBE ~Ucy ~ ~propr~te;
60223
dollar valuel: or if no available MBE
will be ~sed, furlflshlng the grantee
awards to MBE;
MBE.
(6) MBE Respon~ibililie~ All MBE
(a) Become involved in the State and
local project planning process;
s/OCRUA:
-(d) Contact s~t maintain liaison
with State and local Of/ice of Minor-
ity Business Enterprise (OMBE:
funded minority assistance orgwaiz~-
lions Lnd assocLttion.s;
(el Seek s.s~lstance Irom OMBE
[unded ~ssistLnce org~,n'"h~tions in fi
bonding and technical ~ssistance ,~erv
ices.
objectively demonstrate positive ef
by the gr~qtee, the necessary e ,,c
of positive effort& or be held no/h't
upon the mtvice of the OCRUA site
it~ review of the bids or offers ri
ceived. The efforts to coniorm to thi
MBER 25 of 26
60224
positive efforts, the grantee, in con-
Junction with its function of deciding
responsibility in each case. shall deter-
mine the bidder or offeror to be nonre-
spoflsible. In Chat event, the grantee
mv~t promptly advise the bidder or
leror, In writinK, o[ the b~ls ior the
nonrespo~lbility de~tn~Lion. The
bidder or ofEeror m[y file · request
review under.proCures set inch in
~ 35.939. including ~PProPria~ pr~e-
dural requirement. A timely ill~ p~-
~st ~U defer the challenged pr~ure-
menC action.
A flndin~ ol nonr~nsibfli~Y on
contel shall not p~judi~ the right
of tha~ bidder or offe~r ~ submit
bi~ or p~ on oLhet ~A/unded
The ~RU~ u~n ~ew oi
mane ~Uon. Whe~ an ~ppll~t/
gran~e ialh ~ meet i~ obll~atio~
under th~ ~Ucy the EPA m~y d~iare
the applic~: no~es~o~tble under
~ 30.340 et ~eq. or ini:i~ ~Uon under
pr~edures set i~h ~ 40 C~
(2) W~t~r. In Hml~d ~ttu~tio~. ap-
proval m~y ~ J~tifled of · contel
whe~ · bidder or o[~erot hM noL dem-
ons~ ~itive eifo~. Fo~ ex---
pie, ~he~ delay incident ~ r~ilci~-
ommend~ &w~d whe~ ~t ie~t one
oi the lo[Io~& p~to~ h
in the ~nt~ (1) 8~i~ ~d d~
[in~ ~ltlve eifo~ for ~E
(2) ~ ~n~:y, ~uch M ~on
fMl~ W unde~e ~d ~mple~
th~ elio~ or (3) the withhol~
the ~tive effo~ ~ul~ ~ve
of ~A ~d ~he ~
(~) P~t Coat~l d~ Com~t-
requ~ ~ ex~u~ ~d submi: ~ the
ba~men~ ~th~ fifth (15)
afar ~nt~t aw~. ~&-f~m time
OCRUA of ~e s~t~ of i~ ~mpll-
In ~he event · ~t or ~n~
the ~ for nonutil~Mom If ~ece
~ nonu~tion ~thout ~ ~.
~lve effo~ by the ~v~l~ or
cont~r. ~in~ on the rag of the
~n~e ~ ~u~ such effo~ or f~l-
where avpll~ble, may ~ult in
(4) ~ia~ or ~ ~w. Nothtn~ tn
th~ policy v~ven~ · ~e from im-
NOTICES
posing more stringent MBE require-
ments in work procured under EPA
grants or procurement obligations
which pertain to bid responsiveness.
where provided Ior by State or local
law or ordinances.
Dated: December 18.
Depul~ Administralor.
{FR Doc. 78-3570t ~llcd 12-22o*/8; 8:45 am]
[6S60-01-M]
{OPP-180254: FH[, 102g-l]
Of winter wheat located in thirteen
counties in Oklahoma. This exemption
wu gr~nted in accordance with. and is
subject to. the provisions of 40 C1°I~
Part 166. which prescribes require-
ments for exemption of Federal and
S~te ~encies for use of pesticides
cert~tn informaUon required by re~u-
lation to be included in the notice. For
more data/led information, interested
patties &re referred to the application
on rue with the Re~lst~tion Division
f't~-7671. Office of Pesticide Ih'o-
~ EPA, 401 M Street, ~.W. Room
E-315, Wuhin~'~on. D.C. 20460.
There are about 200 species of white
~rubs, some completing their life cycle
in one year and some in four, with a
three-year cycle most conunon. White
gr~bs overwtnter in the soil. both as
adults &nd Ls larvae. The latter feed tn
they work their way down into the soil
usually below the frost line? Adults,
the June b.-etle, emel~e from the soil
tn the spring and feed on the foliage
According to the ~ppllc~nt. the
white irub has infested land to be
planted with wheat in Al/alii. Blaine,
Cotton. Dewey, Ellis, Garfield. Oraflt,
KAy. Kingfisher. Major. Washits.
Woods. and Woodward Counties. The
three white frubs per squire foot will
destroy most of the emerLdng wheat:
square foot arc common. The Appli-
cant also claimed that it will be neces-
sary to replant a considerable amount
ol acreage in the alfected counties due
to de~nage already inflicted. The acre-
age involved hss the potential of pro-
ductng over $,375.000 bushels ol hard
red winter wheat that h~s a current
value o[ $16,931,250. There ts no other
pesticide registered for the control of
this pest.
The Applicant proposes to use two
formulations of Diaztnon (0,0-diethyl
04 2.isopropyl-6-met hyl-4-pyrlmldtnyl }
phnsphorothioateL A total of 430,000
pounds active ingredient ia.L) will be
applied by ground equipment and in-
corporated into the roll. The Appil-
cant states that chemical treatment
with D[~Jnon of white grub-Infested
wheat land mu~t be made prior to
planting winter wheat.
No detectable residues (less than
0.03 part, per million (ppm). method
sensitivity) are anticipated from the
proposed ~e. Since this pesticide is
extremely toxic to wildlife and fish, its
use ts restricted to ~round application
only and it must be kept out of bodies
of water.
After reviewing the application and
other available information. EPA has
determined that Ca) a pest outbreak of
white grub has occurred: Cbl there ts
no pesticide presently registered and
available for use to control the white
grub tn Oklahoma; ¢c) there are no al-
ternative me.ns of control taking into
account the efficacy and ha"~rd; id)
significant economic problem.~ may
result If the white grob is not con-
trolled; and les the time available for
action to mitigate the problems ~osed
is Lruufficient for a pesticide to be reg-
istered for this use. Accordingly. the
Applicant hu been granted a specific
exemption to use the pesticide noted
above until December 15, 19';8. The
Specific exemption ts also subject to
the following conditions:
1. A total of 430.000 pounds a.i. of
the products Dlasinon 140 and Dia-
zinon AOS00 may be used;
2. Dlf.~non may be applied in the
counties mentioned above:
3. The do~age rate shall not exceed ?
to 14 pounds per acre of Oia~tnon 14(],
or IV~ quarts per acre of Disztnon
AG$00;
4. A single application may be made;
5. Applications must be restricted to
r~ound equipment only;
6. DiarJnon must be soil incor~p6rat-
ed [mmedletely after application:
'/. Turn areu or row ends must be
8. RecenOy Diazion-treated areas
may not be retreated. InfasCed areas
m~y be treated only once;
9. O~.nules which are spilled during
loading or application must be covered
or soil Incor~ocated;
MBER - 26 of 26
LABOR STANDARDS PROVISIONS
FOR
FEDERALLY ASSISTED CONSTRUCTION CONTRACTS
DAVIS-BACON ACT ¢4. U
vid¢~ ~n ahcrnaliY¢ ~rint~¢ t~ncf[I, he shall furnish ierormelion
LS-1
CONTRACT WORK HOURS AND SAFETY STANDARDS
ACT--OVERTIME COMPENSATION r.K~ U.S.C.
of 4
(¢) (&l (iii (d' thi, ¢ *luu~ ..h;dl m~iltt#lfl ~.sch ro:.wdq ~t/employ-
of Ihi~ ~lauxc. ~r lJJl lh¢ COellracIm emHoys. ~ all hi~
Id) of Ihi~ cluu~. ~ (iii} ~hc ~t=~tm IAI if c,wercd
cmdancc ~ ilh ~ra~r~ph (d) ~ Ibis ctau~.
I~e~hip and Trainin~ Keprc~nl~i{e, U.S. ~pann~.ni
J~.t A~r=nl~e C~mill~ for the ~cu~lion. ~hich arc on IJ~
~ ~e~ *~ Ih¢ U.S. ~pan~nl of Luh~'s Bureau ~ Apprcn-
~cshlp ~d l'r~nin~; und (31 for an) ~CU~IiLNI I,r which no
t~ Io ~y~n ~1 ~ m ~[ ~c ipprcnl~e m (r~n~
PAYROLL~ AND BASIC RECORDS
LS-2 o~ 4
COMPLIANCE WITH COPELAND REGULATIONS
WITHOLDING OF FUNDS
~UBCONTRACT$
LS-3 of
CONTRACT TERMINATION--DEBARMENT
NONDISCRIMINATION PROVISIOHS
rcq,,cd h~*' I':~.¢¢uti¥c Order I 1.~46 o( Septeme. er .~4. IVh~. and
dure~ aulheriz~d m E~eculive Order 11~4a o~ S~plember Z4.
I~$. m by rule. rc~u~l~n, ur u~cf of thc ~retur)
Act ~40 U.$.C. 32? el ~eq.L
LS-4 of 4
COST OR PRICE SUMMARY FORMAT FOR SUBAGREEMENTS UHDER U.S. EPA GRANTSJ .rom:. Approved
(See eccompanyir~ instruct;ohs before completJn~ ~his [or~) . O~B No. 158.R0144
PARTI-GEHEaAL
PART II-COST SU~LA, RY
DIRECT LABOR TOTAL:
INDIRECT COSTS TOTAL:
ESTIMATED
COST
ESTIMATED
COST
TRAVEL SUBTOTAL:
COST
EGUIPHENTSUBT :
SUBCONTRACTSSUBTOTAL:
OTHER SUBTOTAL:
e.'OTHER DIRECT COSTS TOTAL:
tO. TOTAL ESTIi~ATED COST
PRICE
:EPA Fee~ ~700-41 (2-76) ~F-]. O~ ~) F,~G~ I or ~-
PART III -PRICE SUGARY
PART I¥. CERTIFICATIONS
~)
This pt°P°sa] is sub~tte~ eOT u~e in ~Gon ~ ~ ic ~s~nse to
, ~is is t~ c~ to t~ ~st of my kno~']~ge
a~ ~lief ~at t~ cost ~d pricing data summarized he~i~ are complete, ~ent, ~d accurate as of
and ~at a ~ci~ m~em~t c~abilit) exists to
mtely uc~nt fort~ fin~ci~ transactions ~der t~s pwj~t. I fu~er ce~ify ~at I ~de~tand ~at the
su~{ pH~ may ~ subj~ to down=~d r~e~gagon and/o~ ~ou~e~t wM~ ~e a~ve ~st ad
~ ~ date a~. - ........
I c:e~tify that I have reviewed the cosL/price summar~ ret forth herein and the propose~ costs/price appear
~cceptable fro' std:~,gre.eme~t awn~t. ;
EPA F,,,-. S700-,11
EF-2 of 2
CONTRACT PROVISIONS REQUIRED BY TERMS OF FEDERAL PARTICIPA-
TION UNDER THE FEDERAL WATF-~R POLLUTION CONTROL ACT, AS
AMENDED
The provisions contained herein are to apply to this contract and supersede any conflicting pro-
vision~ appearing elsewhere in the contract documentS except where bond or insurance coverages
are greater than amounts indicated herein in
1. Contract .~urity~The successful bidder must de-
liver t~ the Owner an executed Performance Bond in nn
amount at leaat equa t~ fifty percent (60%) of the
acre ted hid as security for the faithful performance
of t~e contract, end also must deliver to the Owner ·
se~urlty for toe payment ?. ~.- ~,-',,.,. ~'~;ith thi~
labor and furnishing materaa~s In connectm
contract, The su~ties of ell bends shall be such surety
compiny or compenies sa ara approved by the Owner,
and &sure authorlsed to trensact business In the State
where the proposed project is I.ocated. ~ .b. ende .mu. st
be ap roved by the 0~'ner ps. or ta ex.es?trna, at t. ne
formP~ contract. On contracte lee materials cng equip-
ment only, involvln[ no labor on the site, Performance
L~d Payment Bonds will not be required unless
expressly so st~to~.
2= Contractor*s and Sub~ontrnctor's In.qurznce.--(~)
The contractor shzll not commence work under this con-
tract until he has obtained ~11 the insurance required
hereunder ~nd such insurance has been ipproved by the
Owner, nor shall the Contractor a ow any subcontractor
to commence work on his subcontract until all sims ar
the Contractor h~re~mdcr.
Ia) Compem~io* ~J E~P/o7e~-t L~&ilit7
Th~ Contractor shall take out and maintain durmg the
~ife of thi~ contract the stetutor.'-' Workmen's C:nmpen-
e~tion and £mployer's Liability Insurance for all of his
employees to be enEa~ed in work on the project under
thte ~ontraet and in case an}' s~ch work ~s sublet, the
Contractor shall require the subcontractor similarly to
pear,de Workmen s Compensation and Employer s
I~hty Inturence for all of the I&ttet's employees to be
(c) aoJil~ I~isr~ /.~A//i~y ~ P~ope~7 D~,s.£e
e'-nnl~ th. life of this contract such Bodily Injury Lin-
k.fy and, Property Dam~qe lAability Insurance and
A.,to~ebi,~ Boc~ily Injury Liability and property Dam-
~ ~hall not b~ leas
~ te~* than One tlundred Thou~nd Dollar~
1~0.0o0.00~ for injuries, including wrongful
(l~O0.~O~.O0) on account of one accident.
which c~se the ~:rcater amountS are applicable.
tgi Ow,~ev'~ pro:~is,~ L~&i~y I.m,,mt~The Con-
tractor shall ta~e nut and fu~ish to the O~er
malnL~in dufin~ the life of this ~nt~ ~mple~
0wner'e Protective Liability lnsuran~
s~ifled in ParaKroPh 2(e), a~ve, for ~1~ Injury
Lability lnaur~ce ~d for ~o~Ky
(e} Fire ~ E.t~d Coe~.ee I~.~e
~c~r ~all p~u~ and m~ntiin dufinK ~e I~e of
~is ~ntv~t fi~ ami e~tended cave.ge insu~e
~ount ~u~ ~ the bid price of
3. Sub~titull-n Clause.--W"herever in the plans and
specifications any item of equipment or material ia
deslg~ated by reference to · particular brand, menu-
facturer, or trade name, it is understood that an
proved equal product, acceptable to the r. ngineet may
be substituted by the Bidder or Contractor.
4. I spectinm--Beprosentative-q of the lJ. S. Depart-
ment of Health. Educnt on and Welf.~re and of the State
shall have access to the work wherever it is in prepa-
ration or progress ·nd the Contractor shall provide
proper facilities for such access end i2~pect~on.
S. Time for Completion.~The time to be allowed for
completion nf this contract from the date of the ot~er
to begin work is ~peeified by the Owner to he:
....... e~lendar days
6. Labor .~tnndawl*.~(d) The C~ntractor and ~l su~
enntrncto~ ~h:dl comply with ~e Resistless of
~mtary of Labor made puraus~t to ~e Anti-Kickback
Act of June 30, 194~, 40 U.~. ~6(c) and ~y amend-
men~ or m~ificatiens the~. The ~n~r
su~ontrarto~ shall furnish the O~r with w~kly
Statements of C.mplin~. In cn~ of su~ntr~
Contr~tor shall cause nppmp~ate p~visionn
~ed on any su~ent~ctn for ~e work whleh h* may
let ~ insu~ compliance with s~d Anti. Kickbach
all su~ontroctors sub.ct ~*~to, ~d ~e ~ntr~r
shall ~ ~s~nsible for the submission of
of ~ompliance ~qui~d of su~ont~ by said An~-
Kickback Act e~cept ~ the ~ro~ of
n~i~c~lly p~v~de for ~n~n~le limi~tionn, va~-
tionn and exemptions f~m ~e r~ui~men~ ~f.
~ose Re~lations a~ p~ of ~is cannot
imluded in ~e~
lb) The Contractor tad all subcontroctor~ shall
l~ty to ali Mb<,rers nnd mechanics employed for the
construction covered by this contract the minimum rates
of pa)' as determined by th.e.
cord·ncc with the Act of march *~.
kno~~'n as the Day, n-Bacon Act (40 U.~.~- 2768 through
276a-5). Furthermore. the Contractor end auh,~ontroc-
tars shall adhere to the sti.~ulatiens ~nd provisions
~P~o~y Dama~re Insurance in an amount not published by the S~cret~ry of Health,~F~lucat_io.n;
· tA~.~ Fifty ThoLe. sad Dollars ($50,000.00) Warfare in "tabor ~tnnd&rds (Fader'"t water rolluuon
sa~ ~'m>~ on s~count of eny one accident, Control Act)." ~ W~lte
~end m ~ ~ount not lena then One Hundr~l by t~e Secretary of l~bor nad the #~abor St~nd~rds"
· _=a4~__~d~ l~l~rs (1100,000 00) for damage· L'~ ~ of this contrn~ n~l &t~ incl~led in tJ~ee
CP-1 of 1
MODIFICATION NO. 1
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
CONTRACT NO.
CONTRACT NO.
CONTRACT NO.
CONTRACT NO.
1 - GENERAL CONSTRUCTION AND MECHANICAL WORK
2 - HEATING, VENTILATION AND AIR CONDITIONING
3 - PLUMBING
4 - ELECTRICAL
(H.V.A.C.)
(FEDERAL PROJECT NO. C-36-1120-03)
CONTRACT PROVISIONS REQUIRED BY TERMS OF FEDERAL PARTICIPATION
UNDER FEDERAL WATER QUALITY POLLUTION CONTROL ACT, AS AMENDED.
PARA. 2(c) (1) - BODILY INJURY LIABILITY INSURANCE
IS AMENDED AND WILL NOT BE LESS THAN ONE MILLION DOLLARS
($1,000,000.) FOR INJURIES, INCLUDING WRONGFUL DEATH TO ANY ONE PERSON,
AND SUBJECT TO THE SAME LIMIT FOR EACH PERSON IN AN AMOUNT NOT LESS
THAN THREE MILLION DOLLARS ($3,000,000.) ON ACCOUNT OF ONE ACCIDENT.
PARA. 2(c) (2) - CONTRACTOR'S PROPERTY DAMAGE INSURANCE
IS AMENDED AND WILL NOT BE LESS THAN FIVE HUNDRED THOUSAND
DOLLARS ($500,000.) FOR DAMAGES ON ACCOUNT OF ANY ONE ACCIDENT, AND
IN AN AMOUNT NOT LESS THAN ONE MILLION DOLLARS ($1,000,000.) FOR DAMAGES
ON ACCOUNT OF ALL ACCIDENTS.
THE CONTRACTOR SHALL NAME THE TOWN OF SOUTHOLD AND INC. VILLAGE OF
GREENPORT AS INSURED PARTIES IN ALL POLICIES.
I)~ / MI - 1 of 1
HOLZMACHER. McLENDON & MURRELL,
MODIFICATION NO. 2
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
CONTRACT NO. I - GENERAL CONSTRUCTION AND MECHANICAL WORK
CONTRACT NO. 2 - HEATING, VENTILATION AND AIR CONDITIONING
(H.V.A.C.)
CONTRACT NO. 3 - PLUMBING
CONTRACT NO. 4 - ELECTRICAL
(FEDERAL PROJECT NO. C-36-1120-03-0)
The contract is amended herewith as follows:
(A) Builder's "All-Risk" Insurance - The contractor shall pro-
cure and maintain during the life of this contract "All-Risk" Insurance
in an amount equal to the Total Bid price of the contract.
(B) Local, Townr County and State Ordinances - The Contractor
shall abide by all Local, Town, County and State Ordinances to the
extent that such requirements 'do not conflict with Federal Laws or
Regulations.
(C) Federal Grant Regulations - The Grant Regulations of Public
Law 35.938 and 35.939 are appended herewith to the contract and are
attached.
(D) Prime and Subcontractor Certification Forms - The prime and
subcontractor certification forms are appended herewith. These forms
or facsimilies thereof shall be completed and submitted with each bid
for each and every prime and subcontract.
(E) Tax Exemption -
(1) The Town of iSouthold is exempt from the payment of New
York State Sales Tax and Compensating Use Taxes under Section 1116 of
Article 28 of the Tax Law of the State of New York, and is exempt from
the payment of Suffolk County Sales and Use Taxes under Section 7,
Ordinance 404-C-1968, enacted pursuant to Section 1210 of Article 29
of the Tax Law of the State of New York.
(2) The contractor and any of his subcontractors approved
to perform work on this contract, are hereby advised that this is a
lump sum contract for furnishing labor and material for which bids
M2 - 1 of 24
MODIFICATION NO. 2 (CONT'D.)
should not include any sales and compensating use taxes on materials
which are to be incorporated into the contract work. Materials are
to be separately sold by the contractor to the Town prior to incor-
poration into the contract work.
(F) Performance & Payment Bond Requirements - Performance & Payment
Bond Requirements for Water Quality Improvement Project Construction Con-
tracts and Performance Bond Information Form are herewith appended to the
contract. The contractor shall submit two bonds. One shall be for full
performance of work under the contract and the second shall be for all
claims for labor, material, etc. The Performance & Payment Bonds shall
each be for 100% of the contract amount.
(G) Pre-construction Conference - After contract award and sign-
ing, but prior to the start of construction, a pre-construction con-
ference will be held. This meeting will include representatives of
the United States Environmental Protection Agency, New York State Dept.
of Environmental Conservation, Engineer, Contractor and Town of South-
old . The purpose of this meeting will be generally administrative,
to acquaint the contractor with Federal and State requirements, use
of subcontractors, contractor submissions and approvals required prior
to construction, construction procedures, payment criteria, schedule
and completion times and other' criteria relating to contract require-
ments and performance.
(H) Monthly Progress Schedule - The contractor shall submit a
work progress schedule to the Engineer within ten (10) days of award
of the contract. This schedule shall be updated monthly and submitted
monthly to the Engineer.
(I) Safety and Health Regulations - The contractor shall comply
with the Dept. of Labor, Safety and Health Regulations for construc-
tion promulgated under the Occupational Safety and Health Act of 1970
(PL 91-596) and under Section 107 of the Contract Work Hours and Safety
Standards Act (PL 91-54).
(J) Access to Records - The contractor shall maintain books, re-
cords, documents and other evidence, in accordance with appropriate
accounting procedures and practices, directly pertinent to the perform-
ance of the work under this contract until the expiration of three (3)
years from the date of final payment. The Owner, the United States
Environmental Protection Agency, the Comptroller General of the United
States, the State Pollution Control Agency or any of their duly autho-
rized representatives shall have access to any such books, documents,
papers and records for the purpose of making audit, examination, ex-
cerpts and transcriptions. The Contractor shall preserve and make
such records available during said three (3) year period. The
M2 - 2 of 24 i
I--~_/~ HOLZMACHER. McLENDON & MURRELL, P.C.
MODIFICATION NO. 2 (CONT'D.)
contractor's facilities and records shall also be subject at all rea-
sonable times to inspection and audit by said agencies or representa-
tives during the period of performance of the contract work.
(K) Agency Access to Construction Site - Whenever construction
work is in progress or preparation, the contractor shall permit access
and inspection and shall provide proper and necessary facilities for
inspection to representatives of the Town, Engineer, County, State and
Federal representatives of participating or approving agencies which
shall include but not be limited to the United States Environmental
Protection Agency, the New York State Dept. of Environmental Conserva-
tion, the Suffolk County Dept. of Health Services, the Town of Southold
and the Engineer.
(L) Federal Affirmative Action Requirements - The contractor and
subcontractors shall be bound by the Federal Affirmative Action Require-
ments appended to this Modification.
(M) Estimates and Payments - "Prompt Payment" - (Page C-12,
Par. a and b are modified by the addition of the following Federal
requirement) - The grantee agrees to make payment to its contractor
promptly after receipt of Federal sums due under this grant and to
retain only such amounts as may be justified by specific circumstances
and provisions of this grant or the construction contract.
Retained amounts shall be limited, except where greater retention
is necessary under specific circumstances specifically provided for in
the construction contract, to the following schedule:
(a) Retention of up to 10% of payments claimed until
construction is 50% complete;
(b)
After construction is 50% complete, reduction of
the total retainage to 5% of payments claimed,
provided that the contractor is making satis-
factory progress and there is no specific cause
for greater withholding;
(c)
when the project is substantially complete (opera-
tional or beneficial occupancy), the retained
amount shall be further reduced below 5% to only
that amount necessary to assure completion of the
contract work;
(d)
An appropriate State Bond shall be accepted in lieu
of all or part of the cash retainage under (b) or
(c), above.
M2 - 3 of 24 I
12930 Federal Registrar [ VoL 4a. No. ~ / Monday. ~.larch 2& 19~ / Rules and Regulations
~0 CFR Part 35, Sabp~'ts E and I i~
contained In ~ 33.710.)
[al To foster ~ater econo~ and
e~den~. ~A en~ge~ r~enta to
eot~ into Stats ~d I~
inteqovem~n~ a~emen~
~on p~nt or use
~d ~c~
a~menta a~ not aubi~t to ~e
~quimmeu/s in ~ts pa~. all
p~men~ u~er
a~emen~ ~ s~j~t to ~e
~qui~ments ~ ~s p~ except for
{1] lnciden~ to ~e p~o~ of ~e
(2] Made ~h · central public
p~c~meni ~L
(a~ ~ese ~q~men~ apply o~y
r~ipien~ ~d con.actors ~th
suba~ements [~ cons~ctio~
(I] For cons~cfion suba~eements of
S1~.~ or less. ~e ~cipient shaft
foUow its o~ req~meats re[a~ to
bid ~arantees. pe~o~ce bonds and
payment bond~
(2] For those s~a~ements more
th~ $1~.~. ~e awed offici~ may
accept the ~pienffs boa~ policy
and ~q~meats p~ded the aw~
offi~ ~es a delegation
Federal ~ve~'s ~terest is
adequately p~tected, ff ~e awa~
o~cial does not m~e that
d~te~afio~ ~e mlni~um bon~
~qu~menM for suba~ementa mo~
(i} A "bid ~aniee" ~om each
b~dder eq~valeni to five perceat of ~e
consist of a ~ ~en[ such as a
bid bon~ ce~fied ~ or o~er
negotiable ins~ent a~mp~yi~ a
bid as ass~ ~at the bidder will
upon accep~ce of ~e bid. ex.ute
such con.actual d~ents as the
recipient may requ~e ~ the time
spec~e~
(i~) A "pe~o~ence ~nd" for
percen~ of the suba~ement price. A
"peffo~ce ~nd" ts one that ~e
con.actor exe~es ~ co~tion with
suba~ement in se~ ~fiUment of aU
its obl~a~ons ~der su~ subngreemenL
(i~] A ~a~ea~ ~nd" for ~ ~ent
of ~e suba~ment p~. A' pa~ent
bond' is one ~at ~e ~n~actor
e~ecutes ~ co~tioa wi~ a
suba~ement to sss~ pa~ent as
requi~d by law. to all ~rsone supplyi~
labor and material in ~e execulion
the wo~ p~vided for in the
suba~eemenL
{3] Where bonds ate required la the
situations described above, bidders and
conb'actor~ shall obtain them tom
companies holding cert~flcaties of
authority as acceptable sureties (31 cy~
Part 22:31.
(bi Redplent~ and contractml m~
follow the llood hazard ateu
requirements off the Flood Di~.astat
Protection Act of 1973 contained in 40
CFR Part ~.
§ ~x.270 Co~e ot conduct.
[a} Reciplent~ shaU maintain a written
code ot standards of conduct which
shall govern the performance of its
ni~cers, employees, or agen~ engaged
in the award and adminiAtration of
subagreemen~ supported by EPA fund~
No employee, of~cer ot agent of the
recipient shall participate in the
selectiolL awa~ Or aclrninlstratJoo o[' a
subagrenment supported by EPA fund~ if
· comflict of L':teresL real or ·pparenL
would be involved.
(bi Such a conflict would arise whe~
[1] Any employee, officer or agent of
the recipient, any member of their
immediate families, or their put. era
have a financial or other interest in the
firm selected for award, or
(2J An organization which may
receive or has been awarded a
subagreement employs, or is about ~o
employ, any person under paragraph
['b][t} of this s~ction.
Icj The tecipient's officers, employee,s
or' agent· shall neither solicit nor accept
gratuities, favor~ or anything olr
monetary value from contractors.
potential contractors or other patties to
subagreements.
(dj Recipients may set minimum r~les
where the Fm·ncial interest is not
substantial or the gff~ is ·n un.solicited
item of nominal intrinsic value.
[e] To the extent permitted by State or
local law or regulations, the tecipient's
code of conduct shall provide for
penalties, sanctions or other disciplinary
actions for violations of the code by the
recipient's officers, employees or agent~
or by contractors or their agents.
§ 33.27S F~'~ co~t ~cl~ta~
The follosving cost principles apply to
assistance agreements and
subagreemen~:
{e} State and local governments must
comply with OMB Circular A-87 to
determine allowable coats.
[b} Educational institutions must
comply with O~ Circular A-Z1 to
determine allowable costs and with
O~[B Circular A-88 for indirect cost
rates.
(c] Nonprofit institutions must comply
with OMB Circular A-I.L2 to determine
allowabhi costs.
(d} All other recipients, contractors
and subcoa~actors must comply with
the cost principles contained I~ the
Federal Pmcuremeat Regulations
CFR 1-15~ ·nd. Itr ·pprnptlate. 1-15,4~ to
determine allowabl· costs.
{a) For all EPA assistance agteementn,
EPA wOJ limit Its participation in Ute
salary rate {excludth8 oved~eed] paid to
ind~viduul consuJtanta retained by
reclpsenis or by a recipient's conb'actors
or subcontractors to the maximum dally
rate fro' · CS--t·. (Recipients may.
howe,.er, pay contractors and
This limitation applies to consultation
services of desiguated individuals with
specialized skills who are paid et a daily
or h~urly rate. This rate does not include
transportation and subsistence co, ts fat
travel pe~ormed, recipients will pay
b-aveJ reimbursement practices.
{bi Subagr~ements with ~ fo~
sea-ices which ~ awarded using the
are nol affected by this limitation.
The cost-plus-percentage-of-cost
a m..:hi?[:er which includes profitJ and
h/pea of subagreements shall not be
[a} T~e recipient shall conduct a cost
analysis of all negotiated change orders
and all ne~x'oti·ted subagreements
estimaled !o exceed S10.0~0.
(bi The recipient shall conduct a price
analysis of all formally advertised
$10.000 ~f there am fewer than three
bidd*,rs.
!c} For ~.,gotiated procurement.
ct,ntrectors and subcontr·ctors shall
submit c~st or pricing data in support of
their proposals to the recipient.
A contractor must comply with the
following provisions in its award of
suhagreementa. (This section does not
apply to · suppller's prncm'ement o~
materials to produce equlpmenL
materials and catalog, off-the-shelf, or
manufecluted items.]
{al 40 CFR Part 32 {Debarment and
Suspension Under EPA Assistaoco
(b} 'Fha limitations on subagreement
award m § .13.220 (a}(l} through
(cl The profit requirements ill § 33 135:
M2 - 4 of 24
Federal Register ! Vol. 48. No. 6tl ] Mouday. March 20, 1983 ! Rules end Regulations 12931
(dj The requirements for small.
area businesses in § 33.240;
(el The specificatin, requir('ments of
~ 33.255;
(~ The requirements of Subparl C
this P~rl. if ~ppropri.h':
(gl ~e Federal ~osl principles in
(h) ~e prohibited types of
euba~eements in ~ 33.2~5;
(i} The cost and price considerations
{j} The uppbcable subagreement
provisions m Subparl F of this part
Small Pu~hases
If the aR~regate amount involved
no~ exceed S10,~. including estimated
handling and freight cha~es, overhead
and profit, the recipient may use sm~ll
pu~hase procedures
Smal; po:chase procedures are
re~atively simple procuremenl methods
~at are sound and appropriate
o~cr property costing in the a~regate
not more ~an S10.~.
(a} Rcc~Lqems shaE not d~vide
procuremen{ into smaller parts :o avoid
t~c delta: bmita:ion for competitive
[b~ Rccipi~nLs shall obtain price or
rRtc quotations ~om an adequate
n~ber of quabfied sources.
Fo~l Adve~s~g
(a} ~e requirements in ~ ~ 33.~5
tF.m~ 33.430 apply to all fo~al~y
advertised suba~eements in excess of
~0.~ Focal advertisi~ means
public solicitation of sealed bids and ~e
award of a suba~eement based on a
~xed pfi~ (lump s~. ~it pHce. or a
~mbina~on of ~e ~o} to ~e lowest,
~sponsive. responsible bidder.
~1 Focal adve~is~ ~quires at a
{lJ A ~mplete. adequate and ~alistic
s~R~on or p~a~e d~pfion of
what ~
{2} Two or mom responsible biddem
~ ~ w~ and able to ~m~te
eff~vely for ~e mdpinnr~ busies:
· e awed of
{4} ~at ~e ~on of ~e su~
bidder ~ made pr~pally on ~e ~is
of price.
bids and stating when and how the
bidding documents ma.~ be obhiined or
examincd
The recipient must allow adequate
time between the date the public notice
is first published and the date by which
bids must be submitted.
Recipic:Ws bidding documents shall
include:
(a) ^ cemplele slalemcn: of work to
be perfor~e~ incl~d~ where
appropriale, design ~s~gs and
specifications and ~e required
[bJ The terms and con&~ons of the
subagreement to be swa~ed, including
pa~ent, delivery s~edules, point of
delivery lad accept~ce c~teria;
lc] A clear explanation of ~e
~:cipient's method of biding and the
method of evalua~L~ bid prices, and its
basis and me~od for awaking the
{dj Any other ~spons:bthty
wkiOl the recipient will use m
ex aiuating bidders:
{e} The p~va~ wage
Bacon Act. ff appli~ble, and
~ The deadline ~nd place Io submit
bids and s copy of ~ ~. Subps~s F
=d G =d. if ~pproff~ate. ~A Fo~
57~ "~bor St~dard ~ovisions for
Federally Assisted Con,acts."
Tee ~pient shah pub~y o~n bids
at ~e place, date ~d t~e ~o~ced in
· e bid~ d~enU.
{a] The recipient sh~ evaluate all
bids in acco~ance wi~ ~e me~ods
~nd cNte~a in ~e bidd~ doc~ents.
(bi The ~cipient sh~ award a fixed-
price subag~ement ~ ~e lowest.
~sponsive. ~s~nsible ~dder. Where
spe~ed ~ ~e biddi~ d~en~.
~pien~ shah ~ide: facto~ su~ as
· sco~ ~s~ ~sts ~d ~e
~de ~.ts to de~ ~e Iow bid.
Pa~ ~s~ ~)' ~ used to
deM~ine ~ ~w ~ ~y wh~ prior
e~e~ ~ ~ ~t m~tes
~t it generally a~p~ ~ ~o~ta.
(c} ~e ~pleet mar ~ ~ bide
o~y when it has e~ ~m~d
~mess ~a~ns ~ ~ ~ ~e ~t
mt~st of ~e p~m f~ which ~A
assistance is awarded {see § 33.2541
"Documentation").
Competitive Negotiation
[aJ The requirements in { § :13.505
through 33.525 apply to all compctitiw,!y
negotiated subugteements in excess of
(b) Recipients may use competitive
negotiation only if conditions are not
appropriate fo: the use of the .formal
adverlising method of procuremenl
§ 33.4(151.
§ 33.510 Public noUce.
(a) The recipient must give adeqea'.,
public notice for compe:im el.',
(b) The notice of a req~esl far
proposals must state how to obtain
associated documents, includi.-~ a co;-?
of § 33.295, Subparts F and G. hhe baits
for subugreement award, and.
appropriate. EPA Form 5?20-4 "L~bor
Standard Provisions for Fede:aii:,'
Assisted ConU'acts."
(c] Requests for propcsa!~ must h,:
enable a prospective offeror to prepare a
each, and clearly state ::he de~'dhne .:-~
place to submit proposals
(al Recipients must u~orm.!y ar;,~
obiectively evaluate all proposals
submitted in respo~e to '.he reqm-<: for
proposals.
(b) Recipients must base thea'
determinations of qualified offerors and
acceptable proposals snlel.', on the
evalualion criteria stated in the reque:!
for proposals.
§ 33.520 #egotiatlo~ ~ ~s. srd of
ioblgr~-meflL
(a) Unless the request for p:op~saT~
states that award may be based
initial offers alone, the recipier, t mm:'
conduct meenln~ul negotiations
the best qualified offerors
acceptable proposals withi~ the
competitive rauge, and permit revis~or.s
to obtain best and Irmnl offers. The bes;
qualified offerors must have equal
opportunities to negotiate or revise their
proposals. ~ aeg~tiations, the
recipient must aot disclose the Indentit~
of compattn~ offeroe, or any information
(b] The recipient mnst award the
euba8%-ement to the responsible efta;or
whose proposal i~ detmnmed in w~g
to be the.most adv&utaseous to the
recipient. ~.lfl~ into coasideroOon
M2 - 5 of 24
12932
Federal Register / Vol. 40, No. O0 / Monday. March Z& 1983 / Rules and Regulations
and other evaluation criteria set forth in
the request for proposal.
(c] The tecipfent must promptly notify
unsuccessful offerors that their
proposals were rejected.
(dj The recipient must document its
procurement file to indicate how
proposals were evaluated, what factors
were used to determine the best
qualified offerom within the competitive
range, and what factom were used to
determine the subagreement award.
§ 33.525 Oph~al selectlo~ peocedu~e fcc
(a) The recipient may evaluate and
select an az~.hitect De engineer using the
procedures ia I/ga sectloo in place of the
procedures in § 33.5Z0. "Negotiation end
award of subagreements."
(bi The recipient may use either ·
prequalified list developed in
accordance with § 33.Z30(c) or
qualfcatioos to determine the most
technically qualified arcifitects or
(c) After selecting and rankir, g the
most qualified architects or engineers,
the recipient will request technical
proposals [rom those architects or
engineers and inform them of the
evaIuation criteria the recipient will use
to rank the proposals.
(dj The recipient shall then select and
determine, ia ~'iting, the best technical
proposal.
(e) After selecting the best proposal.
fair and reasonable compensation with
(f) ff the recipient and the offeror of
the best proposal cannot agree on the
amount of compensation, the recipient
shall formally terminate negotiations
with that offeror. The recipient shall
then negotiate with the offeror with the
next best proposal. This process will
continue until the recipient reaches
offeror with an acceptable proposal.
recipient cannot go back and renegotiate
with that offeror.
Noncompetitive Ne{otiatiou
Recipients may uae noncompetitive
other three procurement methods are
inappropriate becauee:
{al The item is available only from a
{bi A public exigency or emergency
exiais and the urgency for the
requirement will not penmt a delay
incident to competiUve procurement;
{cJ After solicitation bom a au. tuber of
sources, competition ia inadequate; or
(dj The EPA award ofdal authorizes
noncompetiUve negotiation, subject to
the Umitation in § 33.715{e}(2).
l~ O---Req.ll~imenl:i fo~
pleflt~ of Aaalatanc~ Agreement~
· Co~ab'ucUon of Treatmewt
§ 33.?05 App~cab#~y and ~ope
Recipients of assistance agreements
awarded under 40 CFR Part 35. Subparta
£ and ! must comply with the following
requirements,
§ 33.7t0 Buy Amerlca~
Section St5 of the Clean Water Act
requires that contractors give preference
['or the uae of domestic material in the
construction of EPA funded treatment
works,
{al Contractors must use o~omestic
construction material in preference to
nondomestic material if it is priced no
more than 8 percent higher thnn the bid
or offered price of the nondomestic
material, including aU costs of delivery
to the construction site and any
applicable duty, whether or not
assessed. The recipient v.-ill r:ormally
base the computations on prices and
costs ia effect on the date of opening
bids or proposals.
(bI The award official may waive the
Buy American provision based upon
factors he considers relevant, including:
{~ Such use is not in the public
interest;
(Z! The cost is unreasonable:
[3} The Agency's available resources
are not sufficient to implement the
pro¥isiam subject to the Deputy
Administrator's concurrence:
(4] The articles, materia!s or supplies
of the class or kind to be ~sed or the
articles, materiels or supplies ['rom
which they are manufactured are not
mined, produced or manufactured in the
United Staten in sufficient and
reasonably available commercial
quantities or satisfactory quality for the
particular project; or
{$] Application of this pro~'iainn is
conlrary to mulUlateral 8ovemment
procurement agreements, subject to the
Dep.ty Admintst~ater'a concurrence.
Icj AU bidding documents.
subagreements, end, If appropriate.
requests fee proposals must conlain the
"Buy American" provision in t 33.1030.
§33.715
en~l~e~- during co~tmcfloe.
{el [f the redpient ia satisified with
the qualifications and performance of
the architect or engineer who provided
any or all of the facilities plaJafling or
design services for the project and
wishes to retain that firm ut Individual
during construction of the projecL It may
do so without ~urther public notice and
evolution of qualifications, provided:
(1~ The recipient received a facilities
planning {Step 1} ut design 8rant {Step
Z). and selected the architect or engineer
in accordance with EPA's procurement
regulations in effect when EPA awarded
the grant; ut
(-"} The award official appro~;'es
noncompetitive procurement under
§ 33.605(d) for reasons other than simply
using the same individual or firm that
pro,'ideal facilities planning or design
services for the project; or
(3) The recipient attests that:
{i) The initial request for proposals
clearly stated the possibility that the
firm or individual selected could be
awarded a subagreement for services
during construction; and
liil The firm or individual was
selected for facilities planning or design
services in accordance with procedures
in:
lA] Section 33.:'30 "Competition,"and
(B) Section 33.250(a)(I). (nj(Z) & (nJ[a).
and (b) "Documentation," and one of the
following:
[C) .~cfion 33.305 through 33,315
"Small Purchases.' or
(D) Section 33.405 through 33.430
"Formal Advertising;"oe
IE) Section 33.505 through 33.525
"Competitive Negotiation."
(iii} No employee, officer or agent of
the recipient, any member of their
immediate families, or their partners
haYe financial or other interest in the
firm selected for award: and
(iv) None of the recipient's officers.
,.mployees or agents solicited or
accepted gratuities, favors or anything
o[' monetary value from contractors or
olher parties to subagreements.
(b) Howe,'er. if the recipient uses the
procedures in paragraph (al to retain an
architect ur engineer, any Step 3
subagreements between the architect or
engineer and the recipient must meet aU
of the other procurement provisions in
§ 33.80S ~l#ty ~fld oco~e of
subpart.
Recipients who are subject te the
provisions of OMB Circular A-Il0,
"Grants and Agreements with
Institutions of Higher Education,
Hospitals. and Other Nonprofit
M2 - 6 of 24'
Federul Register / Vol. 4~. No. ~.) [ Monday, March 2~, 1983 [ Rules and Regulations 12933
Organizations" are not sub§cci to all of ~ Subs·fl E--Requirements for ~
the requirements in this part. ~ Recipients of Remedial Action ~
~ Cooperative Agreements Under the\
~33.110 Noempp#calgeBubag4'eemem [ Comprehenalve Envlronmental . ~
ciau.es. /Response. Compensation, and Liability ~
~,Act of 1980 __, _ --
Tho following clau.l!s in Subparl F of - ' ~
this port do not ·pply to institutions of § 33.905 Applicability and scope of U~ls
hi~her education ·nd other nonprofil
organizations:
(aD Energy efficiency (9 33.10z4D:
(b) Changes (§ 33.1030.3);
(c} Differing site conditions
[§ 33.1030.4D; and
{d} Price reduction for defective cost
or pricing data {§ 33.1030.8).
The following procurement prov~,,:ons
do not apply to institutions of higher
educatiun and other nonprofil
(nj Subperts C and E;
[bD Sections 33.405 through 33.430
"Formal advertising:"
',.. (cJ Sections 33.505 through 33.525
[dj Section 33.605 "Noncompetitive
negotiation" (see § 33.820(b11;
led The requirement in § 33.270(al
"Code of conduct" to have a writte~
{~ The provisions of § 33.:'40 "Sm,,L
(a) The requirements in § § 33.910
through 33.915 apply only to remedial
actions which EPA funds as part of a
cooperative agreement under the
Comprehensive Environmental
Response. Compensation. and Liability
A_-t of 1980 {Superfund}
(b) Studies, investigations, or
engineering activities which precede a
remedial action activity are not subject
to the requirements in § § 33.910 through
33915. but are subject to the
requirements in Subparts A, B. F and G
of this part.
§ 33~0t0 Preterenoe fo~ ~
If a recipient ,.,,'ants to use a
procurement method other thao formal
· advertising, it must receive the EPA
award official's conc~rence wib~ the
§ 33.915 Award official ap~xovaL
The award official shall approve the
rec:pient's use of a procurement method
o~e: than formal advertising only after
L~.e recipient has completed planning
remedial activities and selected a cost-
e?.ective alternative.
area businesses" which- ,
(lJ Encourage the sward of a fair (..,.._.~art F--Subag~'eement Provisions9/
share of contracts to women's and la,~.:
§ 33.1005 App(ic~bl#ty ~ ~pe of tt~s
surplus area businesses:
[2) Require the specific affirmative
action steps in § 33.240(a){1] through
{a](6}: however, nonprofit o~anizations
are requh'ed to make positive efforts to
use sma§ businesses and minority
owned businesses as sources of supp!:.e~
and services:
(g) Subpart C "Protests."
~ ~3.~20 Addlt~o~al prat
f~equ~tl.
[·) Recipients must exclude
contractors that develop or draft
specifications, requirements, st·terns, uts
of work. invitation for bids. or reque~
for proposals ~om competing for awL-c~s
read~ from the prior ·fiat.
(b) For ell proposed sole souroe
aubeg~ement~ and where only one bid
or propos·l la received, the eecfptan!
mast request the ·w~d o~ctal's prior
approval to ·ward the subagteement ff
the eg~'eg·te expencUture is expected to
exceed S10.000.
(a} This subpart applies to all EPA
recipients and describes the m~Lmum
content of each subagreement (contract
and subcontract}.
{b) Nothing ia this subpart prohibits a
recipient from requiring more
assurances, guarantees, or indenmity or
other contractural requirements from
any party to a subagreement.
§ 33.1010 Requlremersts ilar
Recipients shall include clauses that
meet the requirements of § ~ 33.1.015
thrnugh 33.1023. and the ·pprnpriate
clauses in § 33.1030. in each
procurement subagreemenL
douse.
Each subegteement mtmt include
provisions daf*in'ns · sound and
complete a~'eemenL including the:
(·) Nature, scope, end extent ofwmk
to be performed:
('b) Timeframe for performance:
[c) Total cost of the subagreement:
and
(dj Payment provisions.
Recipients shall inchide a copy of EP^
Form 5720~ "Labor Standards
Provisions for Federally Assisted
Construction Contracts" in each
subagreement for construction (as
defined by the Secretary. of Labor). The
form contains the Davis-Bacon Act
requirements (40 U.$.C, 276a--276a-TJ,
the Capel·nd Ref,,ulations {29 CFR Part
3); the Contract Work Hours and Sa§eD
Standards Act---Overtime
Compensation Ig40 U.S.C. 377-333} and
the nondiscrimination provisions in
Executive Order 11Z46. as amended
§ 33.1019 PstenLI data and copyrights
Except for construction grant
subagreemenis, aU subagreements sba!!
include notice of EPA requirements ami
regulations pertaining to reporting and
patent rights under any subagreement
involving research, developmental,
e~perimental or demonstration ',vo~ k
with respect to a.ny discovery or
invention which arises or is developed
in the conduct of work under a
subagreement. This notice shall also
include EPA requLrements and
regulations pertaining to copyrights
rights in data contained in 40 CFR Par!
30.
§ 33.1020 ViolaU~g tacJItUes ciause.
Subagreements La excess of S100.OOO
shall contain · provision which requires
contractor compliance with au
applicable standards, orders or
requirements issued under Section 306
of the Clean Air Act (42 U.S.C. 1857(h)).
Section 508 of the Clean Water Act (33
U.S.C. 1368]. Executive Order 11738. and
EPA regulations (40 CFR Part 15) which
prohibit the use under nonexempt
Federal contracts, grams or loans of
faciUties included on the EPA List of
Violating Fact§§lies.
§ 33.1021 H affk:4ency clause.
Subagreemeats shall comply with
mendator~ standards and policies on
energ7 efficiency contained in the
State's eoergy oas·err·tiaa plan issued
in compliance with the Enet~ Policy
· nd Conanrvet~on Act (~ub. L 94-163).
Redpients m~tsf hclude, when
appropriate. ~ following c~auses or
their equivalent in ·ach aebeareement
Rectpienia ma)' substitute other terms
for "~dpient and" "contractor" in their
M2 - 7 of 24
Federal Register / Vol. 48. No. 00 [ Monday. March 28. 1983 / Rules and Regulations
~2934
The/o/lowing clause applies only to
If any change under this clause causes
(eJ No claim by the contractor for an
equitable adjustment shall be allowed ~'
(b] The/ollowin~ clause applies only to
subag~eement~/or ser~ices. {I} The recipient
[c] The fo/lowing clause applies only to
and modify the subngreement in w~ting. The
property. Nothing in {hie clause shall excuse
Tlte /allowing clause applies t,cly to
contractor shall promptly, and before sm:h
conditions are disturbed, natty the rectpi~zt
in writing of:
(Il Subsurfaces or Iai·at ph)'sical'can&Uo~a
generally recognized as In~ertng tn work 04'
{'o} The recipient shall promptly invesc~ate
The [oll~win~ clause applies ~n!y to
subagreement (excludin~ profit) necessarily
to a claim te~u~ttn[ fz~m · suspension onter~,
#ed (Zl unless the amount claimed is &ss~rted
M2 - 8 of 24
Faderal Rngister / Vol. 40, No. OO / Monday. Klatch 28. 1983 ] Rulcs and Regulations 12935
(al This subugreement may be terminated
In whole or tn pert in writing by either party
in the event o( ~u~lKlntia] [allure by the oIM.r
~ Il Wen {I] no{ le~ ~ln ten
~der para~iph8 [~) or [bi ~bove. ~e
o~e~se]. ~nd (2) deliver ~ o~e~'ile ma~e
(e) Upon te~ina~on under para~aphl
wo~ ~nd may awa~ ano~er pa~
[0 ff. after te~na~on for fa~ of ~e
fated to ~ ~n~cmal obligaUo~. ~e
~aOon shah ~ d~m~ to have ~en for
~ ~nve~e~ of ~ ~pient. ~
s~H ~ made as ~ded ~ ~aph {c} of
/Note.--T~e [ollowi_~_. clause applies
$10~.000 qf[ectin$ t. he pr,/,ce qf formally
[ormolly odver~isecL compet:::vely oK.sealed.
Comptroller General of the United Slates. the
United Stales Departmenl of Labor. the
recipient, and (the Statel ut any of their
authotlzed represenlatives shah have access
to all such booi~s, accords, documents and
other evidence for the purpose of Inspeclion
audit and copy~g du~ng normal business
hours. Tbs contractor wU] provide proper
faciUtie, fro' suc. b access end Inspection.
(b} H this is a formally adverted.
competitively awards& ~xed price
subagreement, the contractor ~ees to make
paragraphs {a} du'cogh ag} of Lk~s clause
applicable to all negotiated c~ange orders
and subagreement ame3dments affectL'~g thc
subagreement price. I~ the case of all other
types of prime subsgreements, the conttaclor
agrees to make paragraphs (a) through (gl
applicable to all subegreements he awards in
exce~s of ~IO.GO0. at any tie~. and to make
paragraphs (a) through (gl of th~s clause
applicable to all chanse orders dlrecHy
related to project performance.
(c] Audits conducted under this provision
sba9 be in accordance v~th generally
accepted auditing standards and w~th
respect to negotiation of pric~s for negotiated estnbUshed procedures and guidelines of the
subagreements, lower tier subagreements and · reviewing or audit agency(ies}-
c~ange orders is based on c~-rent, accurate {dj The con,clot agrees to ~sclose all
and complete data supported by theb' books lrdonnation &nd reports resultin~ f:tom access
and records. 1/the tecipienl or EPA to records under par~graph$ (a} end (b} of
determines that any p~ce (u:.~u~ng profit) this clause to any o! the agencies referred to
negotiated in connecEon v,-~th L~s in paragraph (al.
subegreement, lower tier subagreernenl or (e] Records under pttag~phs
aigificant sums because ~e data provided
cost or p~fit shall be reauce~ ac~t~gly
and ~e recipient shay ~'~'~ Lhe
lb} Faille ~o a~ee o~ a ~d:ction shall be
subject to ~e remedies dau~e of ~s
to ~ucHon under ~/s c:a~se by ~son o~
d~ecHve cost or pr/c/~ da~a subm/tted in
~e con,clot mar wish ~ include a clause
~ ~ch lower tier ~u~.~ment ~uiH~ ~e
lower tier tub~nt~cto: ~ cpp~priately
~de~i~ tbs con~ctor. It ~t also en~cted
~at any lower ~er tu~ctor subject to
tubsto~tially simila~ indem=i~t~tion
de[~tive cost or ptic-ing dat~ submi~t~ by
lower ~er co~tmcto,~. ]
[a} ~e con.actor sEa[I ma~ books.
m~. do~en~ and o~er e~dence
~cdy pertinent to ~do~nce on ~A
~ded wo~ ~der ~is ~b~menl in
a~ p~ples and pra~s
~lstendy apple& ~ ~ ~ Pa~ ~ ~
~ on ~e ~ of e~ of ~s
au~emenL ~e ~n~ ~ aha
~y n~o~ated sub~eement ~ ~ o~er
end a ~y of ~e ~st e,,~ su~tted to
· e ~dpient. ~e U~ Stat~
above shall be maintaIned by the contractor
dutthg performan~ on EPA assis!ed work
u~der this subagreement-and fo~ L%e tame
period., specLq~d in 40 C~
addition, those records whtcb re!a'.e to any
agreemenL htigation, tbs setOemeat of cla~ns
items to w?dch an autht excep~o3 has been
taken alkali be maintained by the conlractor
for the time periods spectHed
[O Access to records is not IL~ted to the
required retention l~gods. The authorized
represenlatives designated In paragraph ia}
of this clause shah have access to records at
any reasonable t~ne for as Ion& as the
records a~e maintair, ed.
(g} This riabt of access clause applies to
subagreements (except formal]}' advertised
competitively aw&ideal, fixe-a p~ce
subagreements) and aH suba~'~ement change
orders reaardless of the type of
subagreement, and aU subtgtee~ent
tmenc~ents reaard~es$ of the ~-pe of
subagreement- In addition ams ri~t of access
appllee to ~ records petta~-to_e to all
subaa~.ements' subaareement cl~nae orders
and subaateement amendments:
(/.] To the extent the I~o~ pe."~in
direcdy to subo~greement pedormance:
~ross abuse ae corrupt peacUco~ may be
(~1 If the oubqteement ts te~.,~'tod for
$0. Coqmnant Asah~ ~mtJJ~ent re~s
The con,rector assures that no person or
~ a~cy has been m~oloyed or ~etained
M2 - 9 of 24
1Z936 Federal Register / Vol. 48. No. 00 / Monday. March 28. 1983 / Rules and Regulations
Ia solicit or sm:uf~ thin mdieare~m~nt upmB aa
~nti~ent iN ex~ ~ ~e empl~
broken~ ~ ~t f~,
hea~ ~al ~ mn~nt~ ~ uY ~ ~
or ~ve ~ {~ ~e ~ ~
of~ciaL ~piny~ ~ ~nt of ~e ~p~C
or ~s la--meat pm~de~ Hewers, ~
~e eve~l of i b~a~ of ~e ~ub~ement by
damages m ~ ~o~t (~* ~ie~ by ~
seq,~ and i~plemea~ ~A ~a~ ~e
Id0 deal·ua, drawls_at epa:incenses, rxpor~
end other servlce~
(2) The con~ctor shah perform the
professional services necessary to
accomplish the wmk ,p~cifind in tkl.
subesreement in accordanc~ with this
subset·em·ne and applicabte EPA
requimueuts in effect on the date of
exe~t~m of the assistance a~remneflt for this
(3J The owner's or EPA'· approval of
incidental work or matedab fumbhed
hereunder eboU not in any way reUeve ~e
contracior of responatbiUty for the tec)micai
adequacy of his wod~ Neither tim owner'·
condition bofo~ final payment unde~
~der th~ ~ube~ent ~e ~o~ector sh~
excite and deli~t ~ ~e o~
aU claim ala~et ~e o~ ~ ~,
by ~ue aL ~ls sub~em~b ex.pt ~a~
w~ a~ a~Hy exe~t~ by ~e
~n~ to ~ ~t [o~ ~e~
o~e~ ~d~ h ~ sub~enC by
S~te hw ~ o~e~ e~saly ~d ~ by
· e p~ff m ~ts s~me~
~ent ~ ~s mb~ement
~tfle~flt u~n te~on of
nor I~A'· review, approval acceptance ~w appltcable I~rforrnf~ce and payment boedL
p~yment for any of the ,ervtce~ ·hah be S~t2part C Protes~
cease, ed e· · waiver of any t~htf under this
aAreement or of any cause for action ari·~n~
out of the IMfl'omlance of this subiareemem-
(4) The contractor shah be. and shah
remain, liable in accordance with xppUcnhle
law for eLI demaaee to the owner or EPA
caused by the contractor'· tie,lis·ut
pea're.entice of any of the service· furnished
un,er d~ sabon-em·at, except for er~
omJsdous or oth~ deficinncJee to the exteut
at~hutahle to the owner, owner-fumiched
dats or thy third p~rty. The contractor shah
not be re·pon·thle for any t~ne delays in the
project caused by ciz%-~ntstances beyond the
contractor's control
{5l The contractor's obligutinn· under
clause are in addition to the contractor'·
other express at implied assurance· under
this sub·freemen! or State law and in no way
di~ish any other Hghts that the owner tufty
have aSatnft the c~ntructor for faulty
MatetieJ~. equi?tneot or
(b) Tl~e ~ollo~dn~ clause nppiie~ only to
· ubogreements for consLmctlon. {1]
c~nb-actor aSree· to pedorm all work under
this ·ubaa~eementin accordance with this
agreement's designs, drnwing· and
specificaUonL
{Z) The contractor guarantees for · palled
of al least one IX} year from the date of
sulMtantial completion of the wnrk that the
completed wo~ is free from all defects due to
faulty malet4al·, eq~pment or workmanship
and that he shell p~2mptly re·he whatever
adjua~nent· or cm3"ec~on· which may be
necessa~ to cum ~ny defects, inciudin~
mpa~ of any damage to other por~ of the
system reeultin~ fT~m such defecls. The
owner shah promptly give notice to the
contractor of obeerved defect·, in the event
that the contractor fells to make adju·tment~
rep·itt, ~tious or other work made
necessary by such defect·, the owner may do
~o end charge the con~uctor the
incased. The performance bond ·halX remain
in full force end effect Ihro~ the guarantee
period.
{3! T~e contractor'· obligutions under this
c~euse am in addition to ~he contracted·
other expre# or ImpUed us·ur~nce· under
thb ·abe·re·mens or State law and tn no way
diminbh any other 148hta that the nw'~er insy
have egaifld the contractor for faulty
materials, equipment or work.
14. Find payment
Upot~ ·ati·inctory completion of the work
performed under this sub·gee·mane* as ·
§ 33.110S App~Mtty and scop~ of .~
~mtipafl.
This subpart sets forth EPA*s
administrsHve process for the rapid
resolation of protest appeals filed with
the award official.
§ T~.III0 Rectp~e~ p~ot#t
[a} Recipients must establish their
own procedures for prompt
considers6ou of iniHs] protests
co,coming theft solicitations or contract
awards. A "prelest" is & w~tten
complaint concerning the reciplent's
so[icitat~.on or award of s suhagreemeot.
It must be filed with the recipient hy a
party w~th a d~ec! fioanci~ ~terest
adversely ~Eected hy a recipieot's
procuremeat'actinn [see § 33.t130
"Review of protest appeal"}.
[h] The recipient should roview each
protest received to determine whether it
is appropriate to defer the protested
procurement action.
(c) ff the recipient does oat defer the
~_rocurement action, it assumes the r~at~
that the award of~ciaJ may disaUow the
cost of the protested procurement action
if the protest appeal is upheld.
§33.1115 Prote·t apgeak
{a) A party with a fiflaucia] interest
which is adversely affected hy the
recipient's decision on the initial protest
may file a "protest appeal" with the
award official.
(b) A "protest appeal" is · writteu
complaint i'ded with the award official
regarding the recipient's determination
of a protest.
(al The awed official ahen not accept
a protest appeal until the protester ha·
exhausted all administrative remedies ~t
the reciFient level.
(hi A protest appeal is limited to the
following:
(~) Issues arising under the
procurement provisiono of thio Pert. or
M2 - 10 of 24
Federal Rngister / Vol. 48, No. tis / Monday. March 28. 1983 / Rules and RegC liana 12937
(2) Alleged violations of State or local
law or ordinances where the award
official determines that there is an
overriding Federal requirement.
(c} A recipien', of a lower tier
subagreement {subconU'act} may only
file a protest appeal for issues which
relate to the award of a aubegreement
by a cunlractor (see ~ 33.295
"Subagreements awarded by a
contractor"].
(a) Protest appeals must b~ filed with
the Assistant General Counsel for
Grants for Headquarters'-awarded
assistance agreements and with the
Office of Regional Counsel for regionally
awarded assistance agreements
lb] A protest appeal must:
(1) Be wTit!en:
{2) Include a copy of the recipient's
determination of the protest;
{3] State the basis for the appeal; and
{~,} Request a delermination under this
subpart.
(c) Upon filing a protesl appeal with
the Regional Counsel or Assistant
General Counsel for Grants. as
appropriate, the part.',' filing the protest
appeal must concunently t~unsmit a
copy of all protest documents and any
attachments to all ot~er parties with a
dLr~ct financial interest which may be
adversely affected by the determination
of the protest appeal.
(d} The award official wdl only
consider written protest appear
received by the appropriate Couflsel's
office within seven calenda~ days after
the adversely affected party receives the
recipient's determination of protest.
However. the adversely affected party
can meet the seven-day notice
'requh'ement by telegraphing the Counsel
within the seven-calendar-day period of
its Intent to file a protest appeal.
provided the adversely affected party
submits a complete protest appeal
within seven calendar days of the date it
sends the telegram- If the seventh day
falls on a Saturday. Sunday or holiday.
the next work~8 day shall be the laal
day to submit a protest appeal.
(el ~my party which submil~ a
document to the award official du~ng
the course of a protest appeal must
s[multaneonaly run, ah all other affected
parties with a copy of the document.
! 33.1130 Ra~w of p~ot~t lipp~al,
(a) If the ~4plent does not ~eceiv.e, the
initial protest before bid opening or me
closing date for receipt of proposals, the
award official may dismiss aa untimely
any protest appeal based upon alleged
improprieties in the solicitation which
were clearly apparent before bid
openin8 or before the deadline for
receipt of nitial proposals. In negotiated
procurements, protests of alleged
Improprieties which were incorporated
in a new aolicitatinn must have been
received by the recipient by the closing
date for receipt of proposals for the new
solicitation.
{b) In cases not involving
Improprieties in the solicitation, the
award official may dismiss as untimely
a protest appeal if the adversely
affected party did not file the Initial
protest with the recipient within seven
calendar days of the date the basis for
the protest was known or should have
been known, whichever is earlier.
§33.1140 De ferrat of procuren~flt action-
When the award official receives a
protest appeal and the recipient bas not
deferred the procurement action under
§ 33.1110(b), the award official must
promptly request thai the recipient defer
the protested procurement action until
the award official notifies the recipient
of the formal or informal resolution of
the appeal. The request shall be I~nited
to the award of the subegteement or
subitem which is the basis of the protest
appeal·
. § 33.1145 Award officiate review.
(al The award official may esIablish
roles of procedures or deadlines for the
submJss on of materials or the
arrangement of protesl appeal
conferences
(b) The award official may summer§ y
dismiss an appeal without procecalngs
under this subpart if:
{1) The protest appeal ia not
reviewable, see § 33,1130, or addresses
issues other than tho~e allowed under
§ 33.1120(b];
{2) The protester substantially falls to
comply with the procedural
requirement~ of thio subpart: or
(3) The protester does not agree to the
rectpient'a request for a reasonable
extension of the bid end bond period.
(c) The award official may summarily
deny a protest appeal'without
proceedings under this subpert it', after
cons§dec§ag the facts in a light most
favorable to the protester, the award
official believes that the protest lacks
merit.
[d) The award official will give both
the recipient and the protester, es well
as any other party with a financial
interest which may bo adversely
affected by the detennination of pretest.
an opportunity to present argumanta tn
support of their views in wiling or at a
confecence.
(el After the announced d~te for
receipt of written areument~ the record
shell be closed.
(0 The award official shall review th,,
record considered by t~e recipient and
an)' other documents or arguments
presented by the parties to deform!nc
whether the recipient has complied
the procurement requirements of this
part and has a rational basis for its
determination of protest.
~) The award official's determination
shall cons§§lute final EPA action from
which there dali be no fuflher
administrative appeal. No part.',' may
appeal an award official's delerminatio',
of appeal to the EPA Board of
Assistance Appeals.
{h] Nothing in this .*ubpart preclu.'h::-
the award official from reviewing the
recipient's procurement action (See
§ 33.tl.5 )
[il Noncompliance ~iLh the awa:d
officio s deter',~nabo..-- of protest sn ....
be cause for an action against die
recipient under 40 C, FP, Part 30 or 32
{j} ff un appeal involves legal issues
not explicitly addressed by this part.
award official shall resolve the issue by
referri~ to other protest dele:'m~nat!-~n-~
under this se:~on and decisions of
Comptroller General of the U~ted
States or of the Federa! courts
adclressh".8 Federal requiremen!s
comparable to procu.-iment
requh'emen~
A/~ppetxllx A.--4aroceduret kequ~emeo,-*
(~l Tl:e I~llcv:mg procedural tequ~remcr.~s
(11 ~ not Ce.'~i~ to ~A that thetr
(Z) Have t~eit procurement c~r~fication
revoked by t~e award offioaL as stated tn
§
(bi Tbes~ ~,ciplents must comply w~ t~e
requL-ement~ m this pert plus the [ollowL',~:
procedural i, equJrements. These procedere~
{1} To eoer-b with I
to the awat~ of~cial the .-~.-cords requU'ed
12) To ~oc~ly with J :L1.290. "Cos: and
px4ce couf~atJons." the l~-tpienl's
thei~ cost st G~ce dam on EPA Form
"Co~t o~ P~e Summary Format for
S~tbe~.emmt~ under U.S. EPA Gr~nts." or
sln~ar to that ~qutred by EPA Funs
Isl To,,~.~ty vdth § ~3.¢~5, '"Time for
peppering bids,' the rectpieat mu~t allow at
~e~ ~0 dali betwee~ t~e ~te w~e13 It ~"'I"
publbbee the public notice and the ~ate by
,d~d~ bids m~.t be submmed-
{41 To ~n~dy with § 33.4t S. "p~blic non,~
and aolicitat~a o! bide." the ~ctpien!
puld~h the ao~ce tn p~ofe,iO~l ~aurna~s
M2 11 of 24
Federal Re,islet / Vol. 48. No. 80 / Monday. March ZS. 1983 / RuLes a~d Regu]alioa~
M2 - 12 of 24
Name of Bidder
Project No.
INSTRUCTIONS
This certification is required pursuant to Executive Order 11246, Part II,
Section 203(b), (30 F.R. 12319-25). Each bidder is.required to state in his
bid whether he has participated in any previous contract or subcontract sub-
JecC to the equal opportunity clause; and, if so, whether he has filed all
compliance reports due under applicable filing requirements.
Contractor's Name:
Address:
1.
CONTRACTOR'S CERTIFICATION
Bidder has participated in a previous contract or subcontract subject to
the Equal Opportunity Clause. YES NO
Compliance reports were required to be filed in connection with such
contract or subcontract. YES NO
if YES, state what reports were filed and with what agency.
3." Bidder has filed all compliance reports due under applicable instructions,
including SF-1OO. YES NO
4. If answer to item 3 is "NO", please explain in detail on reverse side of
this certification.
Certification - The in formation above is true and complete to the best of my
knowledge and belief. A willfully false statement is punishable by law.
(U.S. Code, Title 18, Section 1001).
(NAME AND TITLE OF SIGNER - PLEASE TYPE)
(SIGNATURE)
(DATE)
(Rev. 5/7/75) M2 13 of 24 (EPA, Region II, 2/24/75)
YORK S1.
DFPAI:'I~.-~I:T OF E:.:VII.O.,,..~I L
DIVISION OF I't:l;I. %-.'AIZRS
BUI~AU OF SEI,V.¢~ PROGP~-~IS
· raSE IIV;.T i ON
Pcrfor~nce Bond p.~.¢;ulrements For
tIatcr Quality lmpruvenent Project Construction Contracts
Chapter 617 of the l~t~s of t!e~ York State for 197/* requires that. "l..~ene,.cr
security bond is posted by a s.cccssful hidder for the faithful pc. rform=nc~ of
a municil~ml project, for vhich state aid is approved, the ri=me and ~ddl'css
the bondfng c~pany or ~rsou issuing the security bgnd, the number of such
bond, and such othar infomution as may be required I:y the State department
or aEe~,c)' responsible for suFcrvisin~ t{,e aid progrmu rcsacdin; the project,
shall be transmitted ~o such depurCmcnC or agency t:hc. re it shall, bc rcvi'c~cd
to dctcmine its authenticity prior to a~:ard oi sucl~ contract."
In order to carry ou~ the precis.ions of ~bis ~ and ff.~ic State rcvle~ of
per/om.once Bond Information prior to thc ~.~rd of thc contract tC is neccs:.~ry
that' the specifications /or nil t.:acer Quality I~pro~.cmcnt Project Construction
Contracts contain thc article listed bclo;~ ;md that a completed Fer/o~ance
Bond lnion.~ation Foru bc sub~ittcd to thc ~urc:u of Seu:gc Progrz~z
of the Bid Material for tact, consCructic.n conEF~c~. (A sample ions:at o[ thc
Per/oruance ~ond In[o~ation I'o~, is attached.)
If the pei'fo~ance Bood Infor,.:~tion Form cant, ut bc supplied as par~ of the
Bid Materiel in itl. place thc oa~,~c- and address of th.. nureCy c~:q~any from .,,
~h~, t{,e con~ractot' proposes t'o obtain tl,~- boud should :,e suhcit~a.
soon as the contractor furnishes the bond re the uunicip~li~y thc infonr, at!u,l
should be telephoned to: ik, rcnu pi Se~'a~c ['ro/:ram~, Crant I-;ansett, eno Unit
' (5.i~) ~57~5851 or ~57-5959.
The Joifit State-Federal Approval ~o Award i~ill n~t bc issued until this
~rforu;hnce bond information ha: been subs, ii'ted to ~hc Ne~ York Sc~te
~rt~:mt oi Environmental Conservation sad vcriii.ed.
'~he bidder co who~ the ~unicii~lity p:oposcs to award the contract shall,
· s soon as possible bu~ not [n~cr than thirty (30) d',ys [r~ the
o[ bids furnish to the municipality a bond equal ~o one hundred per cent
'oi the ~m~nC of the contract, conditioned ior thc [;:ithful per~or~nce
· 1i terms, covenants ~nd conditions of mast., ~ith u curccy c~puny authorS, zed
to do buminesm in thc St:lc el ffc~ York, as surety. 1[ It im not possible.
to submit such bos',:l ~.:it},in ~hc time m~atcJ, tile bidder ~hatt as moon
~o~siblc but not Inter than thirty (]0) days from the op~nin~ off bids
turnl~h to thc municipality thc name and ~ddresu oi the surety company
~uthO~lled to do business in thc State of ffe~ York s. hich viii provide the
bond~ and iorCy-el.ghc (~8) ho:sr~ before the aw~l'd of ~he contract furnish
to the n~nicip~lity a bond equal tO one hundred per cc. nt ot the amount
the contract, conditioned :or Ilia fntth/ul l~'rformance o~ all terms,
:ovennnts and conditions o[ s;sa~e, rich a surs'cy company authorized to do
businesn In the S:ste of ~e~ York. as surety. The bond ahalt be ~tntatned
nn n i:uarantee tha~ the contractor ~:tll ~ke Good any iautCs or de~ect~
the ~ork arising ~r~ h. ptol,cr or delecttYe worhman~hip:, or m~cetia]i ~,hich
~y appear during th=c
M2 -'14 of 24
Project
Dr,. ,:J, L ...... OF .... ]. x,,.. ...... L
I']EW YOR~: S'I'A'£E "~ ...... :""~ ~'"'" ..... ~'""~'
DIV1SIO'; O:" I'U."I.E
BUI'ii::Atl 0:" SP..':AGE YE'..'..,~,...,~
Per£orm.~uce B~nd lnforr, at. Jen Foden
Co~:sl. rucLJon Contr'~c~ flu:abet
I,'umc of Co:~;racg
~:;a~c of Contractol'
Addrc'cs
~.,,n~in~ C¢.-.~?an¥ or Per.~o~ Issuir%c Sccurity
l;ondin£ Co:.pany ;4;ent
Address
lhiration of Bond From
ldcnti£ichtion l/umb-.r o1' Bond
M2 - 15 of 24
AF___FIRMATIVE AC?lOll RrCL-[E:iSZ)?S O? ?hZ NAS£AU-StrFFOLK PLA]I
Tee folloving "Affir~ative Action Requirements of the Nassau-Suffolk
£1an' is hereby made a p~rt of the Contra:~ Documents. All bidders, under
this plan, shall receive ~nd !utnit with his bid the required ce~lficates
~ stated on Pages 11 through 12 of the Affirmative Action req~rements.
Bidders who o~t the proper c_.ti.l.ation ~ll be considered non-responsive
~, therefore, not eligible far ~varl. Al! bidders vho ~sh to receive
~41tional infc~aticn nay c~i (212-~62-9300) the Director, Office of
~y this Offic~ prior to the set bld'o~enin~ date, so that bid conditiona
=~ be made cie= to all parties involved.
BID CO~;DITIOi:S
AFFIPf.t~.TIVE A~IO'd '-^" ~'"~:~'$
EQUAL ~LO~.~T OPFD~i:ITY
For all Non-Exempt Fe~er~.l an~ Fe~erally-As~ist~ Ccnstructicn
Contracts to be Awarded in ZF.~szu cud Suffc!k Csunzic~ Z:~w York
Part I: The prcvisicn~ of this Far% I apply to bidders, contractors
· r..~ subcon;ractors '~'~th raste~:t ;'~ tb:~f-? c.:~;,'r~:~ti-n trades for which
they ~e parties to collective ha:'~aininl 9=reenents ';ith a l~bor org~izaticn
. ' ' have agree~
ar organizations end '" ' tc.~e%~:_: t:i:h surh labor or,=r, iza%ions
%~ the Ilas3~u-Suff=lk A~a5 C:nztruccitn ~rccrar. for equal cppor%~ity
(~ut on~ as to those c;'ades ~o to ~ -~ there "-" commitments by labor
:rganizations %o specific goz!c cf minority ~-anpcwer utilization) be~%,een
%he"loc~ gener~ co..tractors and general contractor's assccieti&ns, the
~ubcontractor~ and ~ubcontraclers associ~tlc,~s, and ~he Coalition, together
w~th a~ tmplenent!n~; a3ree~n~.z tha~ have b~ea an~ ~y hereafter be de-
~'~loped pursuit %hereto, all of %'hich doc~r.¢nts ~re incorporated
~y reference ~d are hereinafter c~,~atively referred to as the Nassau-
Suffolk PI~.
~ bidder, contractor or ~'ubccnuractor using one or more trades of
rtnstructtoa e~loyees nus~ car.ply %~th either P~= I cr Par~ II of
itt Condltion~ ~ to each ~uch trace. Taus, a bid-ier, contractor or sub-
?'ntractor ~ be in ccmpll~n:e with these conditlc::~ bY its inclusion,
with its ~ion, in ~he ~:~ssau-Juffolk P!~ a& to tr Ide "A", provided
t~.-re la set forth in the ;]::.:c' ::-Su2'. t!k P!sn a si:cific cc~itment by
".mt ~lon to · Eoal of ninori=y n~cwer utilfz=tion for such tra~ "A",
tnere~ meetinE ~he prD%ision~ of this Pa~ I, and by Its c~tment
;trt IX in regard to ~rade "B" in the tnstence in which it i~ no~ incl~ed
:~ ~he . ~esmau-~uffolk pl~ ~, ~hereforc, c~O% meet ~he
To be eligible for aw~d of a contr~t un,er Part I of this invitation,
~ kidder or subcontractor mu~t execute the cer:ificznicn req~red by P~t III
M2 16 of 24
II: A. Coverage. The urov~sioes of this P~rt II shall be
~ bi~ders, cont"actors a~ld subcontractors, who, in
~,licable %o those
~d to those const~ction tra~es ~o be utilX~ed on the project
,~tch these bid conditions pertain:
l- Are n~ or hereafter cede to be signatories to the Nassau-
.~ Pl~ refaced to in P~t I hereof;
2. ~e signatories to the t]~ss:u-S=ffe~ Plan but ~e not
;~=[les to collective ~ar~inin~ ac:ee=~ntz;
3. ~e signatories to the Nassau-Suffolk Plan but ~e parties
:~ collective b~gainin~ agree=ants vith labor organizations ~o ~e not
cr hereafter cede to be si~atories to the tlassau-Suffo~k
~. ~e si~atories to the Nassau-Suffo~ Plan but as to vhich
.~ ~pecific ccmlt=ent to ices of :,/ncrit7 n~nT.c,;er utili=ation by
;~tor or~ization have been execute5 pursuant to the ~;~ssau-Suffolk.
~. ~e no longer participative in an affim~tive action
~:ceptable to the ~irector, OFCC, [ncl~l[~ the [:a~s.au-Suffolk Plan.
B. Requirement--~-n Affirzetive Action ~'~' ~e bidders
~:n~ractors ~d s~bcontrac%crs describ~ in
~i~l not be ~li~ible for a%'ard of a contract ~der +.his Invit~%ion for
~[~, ~less It cer~ifie~ as prescribed ~n parasreph 2i~ of the certification
~rccted at increesin~ minority r. anpo~'er utilization by n~eans of a~plyin~
&:~d faith effort~ to carl'yin.] out such step~; cr is da~n~d to have adopte~
~'~ch a pro~r~ pursuant to Section b. 3 of this Part II.
1. ~als end Timet~Joles. ~e oomls of ~ncrity nanpo'~er utilization
:c%~red of the bi!d~r and ~u~conzractors are a?p!icab!~ to each trade
~.~t othe~ise bo~d ky the prcvi~i:n~ of P~rt I hereof %-hich %'ill be used
:n %he project ia [~assau-f,:ff~lk Countie~ Ne'~ York
'acreinafter referred to as ~h~
[~ttl
Project
C~nce- to Completion
Goals of Minority ~mpo~er
Utiliznt£on Ex?teased in
Percentese
11-1/4 - 25!
10% -
· ;~--'Mlnority" is defined as inc!udinT ~egroeo, g~,_ui~h ..... ~--eo ,
Orieatals ~ud A~eric"-n In~-i~n;, and includes both =~n and
M2 - 17 of 24
In the event that un,er a contract which is subject %o these Bid
:..~<ions any work is parlor--ad in a year later than the latest year
::r which acceptable goals of minority manpower utilization have been
;¢te.-m~ned herein, *.he goals for 197~ sbAll bc applicable to such work.
The percentage goals of minority manpower utilization above are
e~ressed in terms of manhou~s of training end e~ployl~ent as a proportion
· the total manhours to be worked by the bidder's, contractor's and sub-
::;tractor's entire york force in that trade oa all projects (both federal
af..~ non-federal) in the Nassau-'cuffoLk Area during the performance of
:ts contract or subcontract. Thc .~-~,ours for uincrity work and training
=.st be sub'stantiallY unifc= throughout the len~h of the contract, on
t:l projeCtS and for each of the trades. Further, the transfer of minority
:=~l~yeeS or trainees frc~ employer-to-employer or from project-to-project
f.-.r the sole purpose of meeting the contractor's or subcontractor's goal
~.~all be a violation of these conditions. In reaching the goals of
:iaori=Y manpower utilization required of bidders, contractors and sub-
::ntractors p~rsuant to this P~rt II, eVe~-y effort ~hall be made to find
~:.~ employ qualified JoUrneymen. Provided, however, ~-ud pursuant to the
:¢9uircmentS of Depar~--ent of Labor re&-'lation~. 29 CFR Sa, apprentices
.- trainees shall he e.?lcyed on all projects subJ;ct to ~he requiren.-.nts
:f these Bid Conditions and, where feasible, 25 percent of apprentices or
trainees employed on each project shall be in their first y~:r of apprcntic;-
~lp or training.
In order that tbs non-working training hours of trainees may be
¢~unted in meeting the 6oal, such trainees must bc employed by the con-
tc&ctor during the trnining .~erlod, the contractor must have made. a com-
::t~ent to employ the trainees at the cc=plation of their training subject
· . the availability of c.-_tlo~m:nt e.~.~crt~uitics ,.nd the trainees .~.,Jst be
:rained pursuan~ to established tr'.ining pro,ramS which r_ust be ~he equiva-
:tnt of the training ~rogr:-=s now or hereafter provided for in the
';:ssau-Suffolk Plan uith respect t~ the nature, ex%ant and duration of
. :raining offered.
A contractor or subcontractor shall be deemed to be in compliance
elth the tgr~s and require=ants of this Part ii by the c:.'plo.~ent
'.raining of minorities in the e.-.prcpriate percenter-' of his aggreg--.te
~:rk force in the :':ns~-au-suf£olk ;~-ea for each '.rede for which it is
.co-.mitred to a goal under this Part II.
Nouever, no contra:tot or subcontractor shall be found to be in non-
:'---pliance solelY on account of its failure to =eet its goals within
'.::,..tables, but such contractor shall be given the cppcrt%mity to
~trate that it ha~ instituted all of the specific affir,.-,ztivc action steps
~;ecified in this Part II and has made every good faith effort to make
t~.cse steps work toward the attain=ant of its goals w~thin its timetables,
· 1% to the purpose of expandin~ minority mempo'.'er utilizatio~ on aL~ of
i'm projects il~ the ~lassau-Suffolk Area.
In all cases, the ec-_plianee of a bidder, contractor or subcontractor
· :il be determined in accordance with its respective obligations under the
~erm~ of these Bid Conditions. Therefore, contractors or subcontractors
· ':~ are governed by the proVisions of this Par~c II sh.ll be subject to the
:'iUire~ents of that Part re2~-rdle--a of the c~lig=ticns ¢£ It~- prime con-
::~ctor or lower tier subcantractcrs.
M2 - 18 of 2~:
All bidders an~ all contrL:tora ~n~ subcontrmctora perfornio~ or
~ ~rform ~ork on projects su%~=ct to these ~ Conditions hur~by
;~ lnfo~ their subcontractors of their respective obl~ations ~der the
le~ ~d ~q~renents of 2h~se 3id Ccniitions, inclu~n~ :he 9ro~sions
~l~tin~ to ~ of ninority enplo~nt ~nd trainin~.
~. ~ecific AffricatiVe A:ticn Ste~s. Bidders, contractors ~
r- ~ ii uus~ e~a~e in affl~a~ive ~tion
~.;bcontractOvS sub Joe= to ~hiD -~-
~irccted at increasin~ ~nori~Y n~pover util~:a~lcn, vhich ts at le~t
,~ cxtensiv~ ~d ~ s~ecific ~s ~he follovin~ stegs:
a. ~e contractor sh~l noti~ c=~ity or~izations
~h~t the contractor has e~lo~ent op~ort~ities available ~d shall
=~lnt~in recor&~ of the or~mnizatlons* respo~e.
b. ~e contractor shall n~ntain a file of the n~es
~csSes of each ninority yorker referred to him and vh~t action vas
t~.en v/th respec~ to each such referred yorker, ~nd if the yorker v~
n~t enployed, the reasons therefor. If such yorker v~ not sent to the
=:.ion hirinE hall for referral cr if such yorker va= not employed by the
contractor, the contractor's file sh~l doc~en= this ~z5 th~ reasons
~her=for ·
c. ~e contractor sh~l pro~t~ not[~ the Env/ro~ent~
~rotection ~ency vhen the =nion or ~l~.;s vilh vhom thc contractor h~
a collective bar~ainin~ ~recnen~ ha~ not referred to the contractor
=lnority yorker sent by the contractor or the contractor h~ other
legation that the ~,ion ref=rr~ process ~.~s inpeded him in hiu effo~s
~o meet his coal.
d. ~e contractor shall [zrticipute In training pro~
In the area, especially those f~uied by the Depmrt~eut of Labor.
e. ~e contr==t~: ~h=H dis~enin~te hi~ EEO policy vlthin
hi~ o~ or8ul~tion by incl=~i:~ It in =~ ~olicy =~nual; by publici~in~
it la co~p~ nc-~zpa~er$, annual reports, etc., by conducting s~aff,
cnployee ~d ~ion representatives' ne~t[~s to e~l=in ~d di~c~s the
~licy; ~ postin~ of the policy; ~d by sFecific revi~v of the policy
~th ~inori~ enployees.
f. ~e contr=ctcr sh~ll di=~n~e bi~ E!D policy
tern~ly ~ ~nfo~ng ~d ~cu~sin~ it ~th ~! rec~itnent so~ces;
~'~ advertisin~ ~u nevs me~, specif~c~ly lncludin6 m~nority ne~
~d by noti~n~ ~ disc~sin6 i~ ~th -~ subcontr~tors ~d suppliers.
~. ~e contractor ~h~l --~e ~pecif~c ~d const~t ~on~
{both Vr~tten ~d orel) rec~tnen~ effc~s directed at a~ ~norl~
cr~i~ations, ~chools ~d ~n~rl~Y stu~ent~, ~ority rec~tuent
~tion~ ~d ~ority tral~ organizations, ~th~n ~he contractor~s re-
cf~tment
h, ~e contractor ~h~l ~e s~cif~c effo~= to enco~e
Fre~ent ~nority enpl~e~s to rec~ their frien~ ~d relatives.
M2 19 of 24
i. The contractor shall validate all man specifications,
melcction requirements, tests, etc.
J. The contractor shall m~-ke eYe.--.r effort to promote after-
ichool, sumner and vacation ezplo~.~nent to minority ycuLh.
k. The contractor shall develop on-the-Job training oppor-
:;.~ities ~nd participate end assist in a-j/ association or e_--~loyer-iroup
· .raining pro~ra~s relevant to the con~ractor's e--ployee needs consistent
.., its obli~atio--s ur. der this P~rt II.
..th
1. The contractor Shall continue/ly .inv-~ntcry e.n~ ev--luate
,Il minority persomnel for ~rc=otion opportunities and encourage minority
,zployees to seek such opportunities.
m. The contractor shall make s'dre that seniority practices,
.,.ob classifications, etc., do not have a d~scri~inatorY, effect.
n. The contractor shall =~ke certain that ~ll facilities
~nd company activities nrc ncn-se~recated.
o. The contr;.ctor shall continually r.~-nitor all personnel.
· t:tivities to ensure that his EEO ~olic'..' is being c"-~ried ou~.
p. The contractor shall solicit kiis for subcontracts frc. m
available ninot'ity subcontractors e..~_..-d the tra~es coYered bi~ the~e
~id Conditions, lncludin~ circu!atisn of ~incrity contractor associations.
3. Contractors an! _u.c .... r ....... '
eligible under Part I of the~e Rid Cc...lti .... , is lcn6~r ~articlpating
in an affirmative action plmn acceptable to the Director of the Office of
}~cral Contrac~ Compliance, inJiu~in~ %he ~5~-~t-St:ff%li: Plan, he shall
.~e deemed to be cc:mit%ed to Fart ii of %hess Bid Condi:ions, he shall be
considered ~o Le
~oai of the minimum ran6e for that tra~e for %he aDprcpriate Ye'~-r.
h. Subsequent
or mubcontractor subject to the requirements of Ibis Part Ii for an~ trade
~t the tine of the submiszicn of his bid vho to~ether vith the labor
or~anization vith ~hcm it has a collective %arc%inin~ a~reenent sub-
"~ .... =.-"-'c~'( F!an, either inlividually
=cquently bec&;acs a sidnato~' %o the ~ ..... - ..... '--.
cr through ~ association, n~y meet its requiranents ~n~er these Bid Con-
d[tions for such trade, if such contractor or subcontractor executes ~d
~ubmtts a new ce~lfication co-~tttin~ hi.elf to P~ I of these Bid
to the requirements of
~. Non-discrimin,tion. In no event m~ a contra:tot or subcontractor
vtlllze the 6oals, ~lu:%~vle~ o~ affi~.atlve ~:lon s~t~ required by this
~% II In such t ma~cr
~Y~on on tcco~% of race, color, reli6ioa, sex or nationzl orlsin.
M2 20 of 24
part III: Certifications
A. Bidders' Certifications. A bidder viii not be eligible
award of a contract ~der this Invitation for Bids ~less such bidder
subaitted as a part of its bid the ffol!c'~ing certification, which viii
deemed a part of the res'ul~in~ contract:
BIDD£BS' CERTIFICA?ION
certifies that
(bid-let)
1. It intends to use the foil°VinE lioted construction trades in
the work under the contract
2. (a) as to those tr?-~-z set forth in the ~rc.'-:d!r.~ p~r'-Eraph one
~.creof for ~-hich it i~ eligible ~icr Par; I cf '~'- ~ ~id Con~iticns for
r~ticipa%ion in tko Plan, it vill comply uith
:he Pi~ cn all construction -~crk (bath federal ~d
non-federal) in the area %-i%hin the scope of
coverage of that Plau, those trades heinE:
,; and/or
(b) as to those trades for vhich it is required by these Bid
Conditions to comply uith Part X1 of these 5id Con~iuion;, it adopts the
tinimun ninority =mtpower utili:~tion goals -~,~ the sFecific affirzztive
action steps contained in said Part II, for all construe%ion work (both
icderal and non-f~deral) in thc area subject to
%here Bid Conditions, those trades bain&:
3. it w/LI obtain iron e~c?* of its sub:ontr~=tor~ an~ submit to the
.... ' -" subcontract
contracting or a~rJnistcrinj a:J:Lcy ~:'icr Lo the of
Under this contract the subccntra:tor certification required by these Bid
Conditions.
(Slgna:ure of authorized reprcsen:ative of bidder)
B. Sub:cntractcr:' C~rtift='~ticn:. Prior to the a%'ar~ of
subcontract un'-er this Invitation for Bids, recardless of tier, the
~roepective subcontractor must execute e.n.~ submit to the Pri~e Contractor
£ollo~ing certification, which viii be de~med a part of the resulting
subcontract:
M2 21 of 24
SUBCONTRACTORS' CERTIFICATION
certifies that:
(Subco-.tr ac%er )
1. it intends to use the followinE listed construction trades in
the york ~nder the subcontract
Z. (a) as to those trades set forth in the preceding paregr, aph one
hereof for vhich it is eligible under Part I of these ~id Conditiens for
?,~cicipation in the Plan, it will couply vith the
Plan on ~ll consnruction work (%o%h feder~
~non-federal) in the ~ea subject to these
~id Condi~ion~, ~ho~e trades being:
(b) as to those trades for ~hich it is require~ %Y these Bid
Conditions to cc~ply vith Part II of th~s~ 5id Csn~i%lcns, i% a..~.s the
~nimum minority manpower utilizatisn ~oals and the s~ccific ~'~- '
~e~loo steps contained in said Part II for all construction ~ork (both
federal and non-federal) in the ~atsau-Suf~olk s.rea subject to these
]!id Conditions, those trades beinG:
3. it rill obtain from each of its subcontractors prior to the au~rd
of any subcontract under this subcontract the subcontractor certification
required by these Bid Conditions.
(Signature of authorized representative of bidder)
In order to ensure that the said 3ubcontractor'~ certification %ecc~es
· p~t of all subcontracts under the prime contract, no ~ubcontract shall
[e executed until an authorize~ representative of the U.$.E.P.A. has
4~termined, in writinS, %hat the said certification has been incorporated
in such subcontract, regardless of tier. Any subcontract executed without
~uch ~ritten approval shall be ¥oid.
C. M~teriality and Responsiveness. The certifications
required to be m~d~ by the bidder D'~suant to these Bid Conditions is
:aterial, and vi]/ ~overn the bidders perfo~r, ce on the project
viii be made a part of his bid. Failure to submit the certification
~lll render the bid nonresponsiYe.
M2 22 of 24
p~r?~_.~: ComDlian=e and Enforcement- Contractors ~re responsible
for ~ofor--~ng their suocontractor (re~ar~less of tier) as to their re-
,?actiVe obligatioas under Parts I a.t.d II hereof (as applicable). Bidders,
coO%rectors and subcontractors hereby asree to refrain fro~ entering into
~%y contract or contract nodifica~ion ~ub~ec~ to L~=cutive Crier 11~6,
~ &mended, of September 2h, 19S~, with a contractor debarre~ from, or
who ia deter?-tned not to be a "responsible" bi~er for, Government eon-
trac~S e~d federally nss!s=ed constru:~ion contracts ~ursu~nt to the
[[ecutive Order. The bidder, contractor or s~bcontr=ctor shall carry
out such so. orions an~ penalties for viol~tion of the equal
cl&U~e including suspension, ter~.~n~ticn and cancellation of existin~
~ubcOntr~cts as ~-Y be inpcsed or ordered by the ad~lzts%er~n~ agency,
O.._c- -
%he contracting agency or the ~'~ - of Federal Contract Compliance
pursuant to the Executive Order. Any bidder or contractor or subcontractor
~ho shall f~il to c~rry out such sanctions ~nd penalties shall be deezed
to be in noncompliance with these Bid Conditions ~nd Executive Order 112~6,
~m~nded.
Nothing herein is intinded to relieve ar~ contracto~ or subcontractor
during the term of its contract on this project from complianc~ uith
Executive Order 11226, as amended, and the Equu! Cpport"~ity Clnus~ of
~t~ contract, with r~spe~t to ~2%ters :igt covered in the
plan or in Part II of these Bid Conditions.
.. . c, ~- k Plan
Violation of any substantial requirement in the
b~ a contractor or subcontractor covere~ by Pa-~t I of ~° Bid Conditions
including the failure of such contractor or subco=tractor to m~ke a good
fa[th effort to neet its fair ~hare of the trade's ~oals of ninority
po~er utili=aticn, or of the .~,~ ..... -s of P~'-+ I~ hereof bY a con-
ooncompliance by such c~ntractcr c.r sub?entractor ~_.h the E%ual (~por-
tunity Clause of the Contract, and shal! be grounds for ~m?o~iticn of
the s~nctions ~nd p~n~lties provide~ at Section 2O~(a) of Executive
O~der 112~6, as emended.
Each agency shall rev~-'e~ its contractors' an~ subcontractors'
employment practices durin: ~he =erformf~ee of tko contract. If the
~ency determines that the ~i?z~u-c'c:~?l,: Plan no lcn~cr r~prem~nts
effective affirmative action, it shall so notify the Office of Federal
Co'tract Cozpliance ~hich shall be solel~ respcnsib!e for any final de-
termination of thnt question and the consequences thereof.
In re~ard to Par~ II of these conditions if the contractor or sub-
coatractor meets its go~ls or if the contractor or subcontr2ctor can
demonstrate that it has made e~e~° ~ood faith effort to meet %hose ~eals,
the con%rector or ~ubcontractor shall be presumed to be in co=pi!anco
v[th Executive Order 11226, a~ amended, tw" i:ple=entin~ regulations
or proceedin~s leadin~ toward sanctions sh~ll be instituted unles~ thc
a~enc~ othe~ise deterr2[nes that the contractor or subcontractor is not
p~oviding equal employment op~or:un!tles. In Jud~in~ ~-hether a contractor
or subcontractor h~ met its goals, the a~ency will consider ea:h con-
tractor's or subcontractor's mincrity canF~er utlll:ation and will not
t~ke into consideration the ~nority ~npouer utilization of its sub-
Contractors. 1~k.~re the a~e~y fina~ %hat t~:e contractor cr subccn~ractor
M2 - 23 of 24
has failed to co.~--ply with %he requirements of Executive Order ll2h6, as
~r, ended, the inpleuentin~ re6ulations and 1%$ oblicaticns un,er these
Bid Conditions, the agency shall take such ac%ica an~ i~ose such sanc-
tions as may be appropriate under the Executive Order ~nd the re._.~ulations.
Vaen the agency procee~ ~ith such focal action it hcs the burden of
pro'nE that the contractor has not met the requirements of these
Condi~ions, but the contractor's feilure to meet his ~o~s sh~l shift
to him the require:en~ ~o cone fo~ard -~th evidence to ~h~' that he ha~
~C the "~ood faith" r~quire:~nts of these ~it Conii:i~s by lnstitatini
at lea~t the Specific Afflmltive Action steps liste~ a%ove and %y
eve~ ~ood faith effort ~0 n~e'those s:eps verk.~o%~ the attair~n: of
l~s 6o~s within its =i=e~ables. ~e pend:ncy of such focal proceedin~s
shall be t~en into consideratien by Federal a~encies in de~e~ininG
~e~her such contractor or subcon;ractor c~n cc~ly ~ith %he require=eats
of Executive Order ll~h6, as ~;ended, ~d is therefore a "responsible
prospective con%rector" ~thin the ~lns of the Federal proc~ezent
re~a%lons.
I% shall be no excuse that the union with ~hich the contractor has
collective bar~ainin~ agreement providing f:r excl'~ive referral failed
~o refer zin~rity e~lcyees.
The procedures set forth in these coalitions cka]l not apply to
contract when the head cf the contracting or administarinf agency ~e-
termS[ocs that ouch ccntrac~ is essential to lhe natien~ s~curit¥
that its award without follo'~ing such procci'urcs i$ neceas~l~' %0 the
national security. Upon caking such a determination, the a~ency head
will notify, in vriting, ~he Director of the Office of ?eter~l Ccn~ract
Compliance within thirty days.
Reque:ts for e::erpt~on3 frcn these Bid Conditicno uust be nad~ in
~riting, ~ith Justification, to the Directer, Office cf Federal Contract
Compliance, U.S. Depcrzment of Ln~or, Ua3hin.~-~ou, D.C. 29210, ~2:d shall
' be forwarded through and ~ith the ead9rsemenz of the a~n:y heafl.
Contractors and subcontractors ~ust keep such records ~ud file such
reports relating to ~he Drovizions of these Bid Conditions e~ shall be
required by the contracting or e~n!nis%erin~ ajenc¥ cr %he Office of
Federal Contract Co~pliance.
For the info.etlon of bidders, a copy of the ~lasseu-Suffolk Plan
may be obtaine~ from %he contractin~ officer.
M2 - 24 of 24
A.~TICLE Y9 - ^DDITIONS - DtH)UCTiONS - D~'VI^TIONS
'..~5. Phe value of any change shall be determin,-d by )ne :~r more ~:' zhe f~ll wing
>ds:
(a) By prices specifically named in the specifications or proposals.
(b) By acceptance of agreed unit prices based on estimated cost plus
overhead and profit as applicable.
(c) By estimate of the actual cost of labor and materials plus ore head
and profit, cost te be determined as the work progresses.
(d) By actual cost of labor and materials plus overhead and profit, cost
to be determined as the work progresses.
(e) By estimate of the value as deducible from the approved detailed
estimate.
156. Overhead shall be defined as an allowance to 9ompensate for all costs,
charges and expenses, direct or indirect, except for ;he actual cost of labor and
material as defined by Paragraph No. 157. Overhead shall be considered to include,
but not be limited to insurance (other than as mentioned in Paragraph 157) bond or
bonds, field and office supervis~,_'s and assistants above the level ~f foreman, use
of small tools and minor equipment, incidental job burdens, ~enerat office expense,
etc.
157. Actual cost of labor and material shall be defined as the amomnt paid for
the following items, to the extent determined reasonable and necessary:
Item 1 - Cost of materials delivered to the job site for incorporation into
the contract work.
Item 2 - Wage paid to workmen and foremen and wage supplements paid to labor
organizations in accordance with current labor agreements.
Item 3 -
Premiums or taxes paid by the contractor for workmen's compensation
insurance, unemployment insurance, FICA tax and other payroll taxes
as required by law, net of actual and anticipated refmnds mud re~ates.
Item 4 - Sales taxes paid as required by law.
Item 5 -
Allowance for use of construction equipment (exclusive)f hand tools
and minor equipment), as approved for use by the Engineer-in-charge.
The rate on self-owned equipment used for periods of under one week
will be the Associated Equipment Distributor's published monthly
rate divided by 22 days to establish a daily rate and divided a~-ain
by eight hours to establish an hourly rate. Equipment used for
periods of 5 days or more will be billed at a rate equal to 45~
of the published monthly rate. In the alternative, the Engineer-in-
charge may approve for reimbursement a rate representing the
allocable costs of ownership. Self-owned equipment is defined to
include equipment rented from controlled or affiliated companies.
Rented equipment will be paid for at the actual rental cost.
Gasoline, oil and grease required for operation and maintenance will
be paid for at the actual cost. When, in the opinion of the
A29 1 of 2 i
contractor, and as approved by th~. Engi~eer-in-Charge, suitable
~quipment is not available ~n the site, the moving of said
equipment to and from the site will be paid for at actual cost.
Item 6 -
When the material furnished under item (1) is used material, its
value shall be pro-rated to the value of new material, but should
be no more than its cost. When, in the opinion of the State
Architect, the salvage value of salvable material furnished under
Item 1 exceeds the cost of salvage, a suitable credit shall be
given the State.
158. Regardless of the method used to determine ~he value of any change, the
Contractor will be required to submit evidence satisfactory to the State Architect to
substantiate each and every item that constitutes his proposal of the value of the
change. The amounts allowed for overhead and profit shall not exceed the applicable
percentages as established in the two following paragraphs.
159. If the work is done directly by the contractor, overhead in an amount of
1~ may be added if method (b), (c) or (d) is used, and to the cost of the labor and
n~terials plus overhead there may be added 1~6 for profit. The percentages for over-
head and profit may vary according to the nature, extent and complexity of the work
involved, but in no case shall exceed the percentages se~ forth in this paragraph. No
percentages for overhead ~nd profit will be allowed on payroll taxes or on %he premium
pcrtion of overtime pay.
160. If the work is done by a subcontractor, subcontractor's overhead in the
amount of 5~ ,may be added to cost of labor and ,materials if method (b), (c) or (d) is
used and to the cost of labor and materials plus overhead there may be added 1~ for
the subcontractor's profit. To this amount there ~ay be added 1~ for the contractor's
combined overhead and profit. No percentage for overhead and profit will be allowed
on payroll taxes or on the premium portion of overtime pay.
A29 - 2 of 2
HOLZMACHER, McLENDON & MURRELL. P,C.
SUPPLEMENTAL REQUIREMENTS
CHANGE ORDERS
New York State Department of Environmental Conservation requires
that the percentages for overhead and profit be subject to negotiation
for change orders over $100,000.
SR - 1 of 1
~_j~ HO!_ZMACHER, McLENDON & MURRELL, P.C.
BUILDER'S RISK INSURANCE, INDEMNITY, LIMITATION OF LIABILITY
1. BUILDER'S RISK INSURANCE
The Contractor shall purchase and maintain during the course of
construction, until issuance of the FINAL PAYMENT REQUEST, an "ALL
RISK" Builder's Risk coverage insurance policy in the full amount of
the Contract. The policy shall name as co-insureds the CONTRACTOR,
the TOWN OF SOUTHOLD, SOUTHOLD WASTEWATER DISPOSAL DISTRICT, SOUTHOLD
TOWN BOARD, INC. VILLAGE OF GREENPORT, GREENPORT VILLAGE BOARD,
HOLZMACHER, McLENDON & MURRELL, P.C., and each of their officers,
employees and agents. The original copy of the policy shall be de-
livered to the TOWN OF SOUTHOLD, stamped "PREMIUM PAID".
2. INDEMNITY
The Contractor and all Subcontractors performing work in con-
nection with this Contract shall HOLD - HARMLESS, INDEMNIFY and
defend the TOWN and ENGINEER, their consultants, and each of their
officers, agents and employees from any and all liability, claims,
losses or damage arising out of or alleged to arise from the Con-
tractor's or Subcontractor's negligence or intentional torts in
the performance of the work described in the Contract Documents, but
not including liability that may be due to the sole negligence of
the TOWN, ENGINEER, or their officers, agents and employees.
The Contractor agrees to INDEMNIFY AND HOLD HARMLESS the TOWN
and the ENGINEER, their consultants, and each of their officers,
agents and employees from any and all liability for any intentional
torts committed by the Contractor, his Subcontractors or his agent.
3. LIMITATION OF LIABILITY
The Contractor and all Subcontractors agree to limit the liability
of the TOWN and ENGINEER, due to the Engineer's professional negligent
acts, errors, or omissions, such that the total aggregate liability of
the Engineer to those named shall not exceed Fifty Thousand Dollars
($50,000.) or 5% of the Contract award amount, whichever is greater.
BRI - 1 of 1
HO[~MACH~R. ~¢L~NOON & MURR[LL, PC
QUALIFICATIONS OF BIDDERS
TOI~N OF SOUTHOLD
SUFFOLK COUNTY~ NEW YORK
The following is a list showing the name of the Owner, the Location,
the Date of Construction and/or Performance, a General Description of
the Work, and the Amount of the Contract of Work of a similar nature
constructed and/or performed by the undersigned, and which has been com-
pleted and in operation for a period of not less than one (1) year,
(minimum of five such projects).
FIRM NAME:
ADDRESS:
SIGNED BY:
TITLE:
QB-1
~k,~..~j~ HOLZMACHER.McLENDON & MURR£LL.
GENERAL CONDITIONS
1. GENERAL CONDITIONS
The "General Conditions" are hereby made a part of these Specifi-
cations and are attached herein.
Where any article of the General Conditions is supplemented hereby,
the provisions of such article shall remain in effect. All the supple-
mental provisions shall be considered as added thereto. Where any
such article is amended, voided or superseded thereby, the provisions
of such article not so specifically amended, voided or superseded shall
remain in effect.
work, materials~ plant, labor, and other requirements of the
General Conditions shall be furnished by the Contractor. No direct
payment shall be made for these General Conditions, and payment shall
be deemed to be included in the Contract price or various items of the
entire Contract.
2. CONTRACT DOCUMENTS
The Contract Documents include, but are not limited to, the General
Conditions, General Specifications, Detailed Specifications, Plans,
Proposal Form, Contract and other sections as either cited on the Index
page(s) or actually included in the bound documents.
Each section of the Contract Documents is intended to be comple-
mentary to the other sections.
It is intended that they include all items of labor amd materials
and everything required and necessary to complete the work, even
though some items of work or materials may not be particularly men-
tioned in every section or may have been omitted from the Drawinqs
or Specifications, or both.
3. APPROVAL OF SUBCONTRACTORS AND MATERIALS
Prior to commencing any work under this Contract, the Contractor
shall submit to the Engineer for approval a list of all the subcon-
tractors and material suppliers it proposes to use for this Contract.
No subcontractor or material supplier will be permitted to deliver
materials or perform any work on this Contract until it has been
approved by the Engineer.
Award of subcontracts is specifically forbidden to any firm listed
on USEPA's Master List of Debarments, Suspensions and Involuntary Ex-
clusions. Contractor should contact owner/engineer to determine if ~ ,
firm is currently listed.
GC - 1 of 9
~ HOLZMACHER,McLENDON & MURR£LL, P.C.
GENERAL CONDITIONS (CONT'D.)
4. INTERPRETATION OF DRAWINGSt ETC.
In the event of discrepancies between the Drawings and the Speci-
fications, the following order shall be given preference when making
interpretations:
a. Addenda (later dates to take precedence over earlier dates)
b. Drawings (schedules or notes to take precedence over other
data shown on Drawings)
c. Detailed Specifications
d. General Specifications
e. General Conditions
On all Plans, Drawings, etc., the figure dimensions shall govern
in the case of discrepancy between the scales and figures.
The Contractor shall take no advantage of any error or omission
in the Plans, or of any discrepancy between the Plans and Specifications,
and the Engineer shall make such corrections and interpretations as
may be deemed necessary for the fulfillment of the intent of the Speci-
fications and of the Plans as construed by him, and his decision shall
be final.
All work that may be called for in the Specifications and not
shown on the Plans, or shown on the Plans and not called for in the
Specifications, shall be furnished and executed by the Contractor as
if designated in both. Should any work or material be required which
is not denoted in the Plans and Specifications, either directly or
indirectly, but which is, nevertheless, necessary for the proper car-
rying out of the intent thereof, it is understood and agreed that the
same is implied and required, and that the Contractor shall perform
such work and furnish such materials as if they were completely de-
lineated and described.
5. ADDITIONAL WORK
Additional work, if required to be performed under this Contract,
will be in accordance with the applicable paragraphs of the Contract.
The Engineer shall be the sole judge as to whether such work was
intended as part of the Contract or is in addition thereto.
N/S GC - 2 of 9
HOLZ~IACHER.McLENDON & MURRELL, P.C
GENERAL CONDITIONS (CONT'D-)
6. OCCUPATIONAL SAFETY AND HEALTH ACT
The Contractor shall meet all standards of the Occupational
Safety and Health Act of 1970 and subsequent revisions. This shall
include, but not be limited to the following areas:
Sanitation, noise, radiation, gases, vapors, fumes, mists, dust,
illumination, ventilation, protective equipment, fire protection, waste
disposal, electrical hazards, scaffolds and ladders, floor holes and
wall openings, and heavy equipment. All specific requirements of the
Act shall be adhered to.
7. SAFETY PROVISIONS
The Contractor shall take every precaution and shall provide such
equipment and facilities as are necessary or required for the safety
of its employees. In case of an accident, first aid shall be adminis-
tered to any who may be injured in the progress of the work. In addi-
tion, the Contractor shall also be prepared for the removal to the
hospital for treatment of any employee either seriously injured or ill.
0
8. SANITARY REGULATIONS
In addition to compliance with the Occupational Safety and Health
Act', the ContractOr shall erect and maintain necessary sanitary con-
veniences for the use of employees on the work. Such conveniences
shall be properly secluded from observation, and their use shall be
strictly enforced. Such sanitary conveniences shall be constructed
in compliance with all laws, ordinances or regulations governing these
facilities. The contents of the same shall be removed, with sufficient
frequency to prevent nuisance, and disposed of to the-satisfaction of
the Engineer.
The Contractor shall obey and enforce such other sanitary regu- ' s
lations and orders and shall take such precautxon against infectious
diseases as may be deemed necessary. In case any infectious diseases
occur among its employees, it shall arrange for the immediate removal
of the patient from the work and his isolation from all persons con-
nected with the work.
The building of shanties or other structures for housing the
men, tools, machinery or supplies will be permitted only at approved
places, and the sanitary condition of the grounds in and at such shan-
ties or other structures must, at all times, be maintained in a satis-
factory manner.
I.~:~ HOL.ZlvlACHER, McLENOON & MURRELL. P.C
GENERAL CONDITIONS (CONT'D.)
9. RESPONSIBILITY OF ENGINEER AND CONTRACTOR DURING CONSTRUCTION
The Engineer is responsible solely for the general and/or detailed
inspection of the work being performed. Such inspection will be perio-
dic and strictly to assure conformance of the Contractor with the Plans
and Specifications, such that the end product will conform to the Plans
and Specifications.
The Contractor is responsible for complete conformance to the
Plans and Specifications, proper construction procedures; coordination
with subcontractors, other contractors, and utilities, and safe working
conditions for its employees.
10. LABOR
All contractors and subcontractors employed upon the work shall
and will be required to conform to the Labor Laws of the State of New
York and the various acts amendatory and supplementary thereto, and to
all other laws, ordinances and legal requirements applicable thereto.
All labor shall be performed in the best and most workmanlike
manner by mechanics skilled in their respective trades. The standards
of the work required throughout shall be of such grade as will bring
results of the first class only.
11. CONTRACTOR'S REPRESENTATIVE
The Contractor, in case of its absence from the work, shall have
a competent representative or foreman present, who shall follow without
delay all instructions of the Engineer or his assistants in the pro-
secution and completion of the work in conformity with this Contract,
and shall have full authority to supply labor and material immediately.
The Contractor shall also have a competent representative available
to receive telephone messages and provide a reasonable reply as soon
as possible, but not later than 24 hours.
1
2
N/S GC - 4' of 9
I.-~j~ HOLZMACHER. McLENOON & MURRELL, P.C
GENERAL CONDITIONS (CONT'D.)
12. INCOMPETENT EMPLOYEES
The Contractor shall employ only competent, skilled and faithful
men to do the work. Upon request of the Engineer in writing, the Con-
tractor shall suspend or discharge from the work any disobedient,
disorderly or incompetent person or persons employed thereon, and
will not again employ any person so suspended or discharged without
the consent of the Engineer.
This requirement shall not be made on the basis of any claim for
compensation or damages against the Town or any of its officers or
agents.
13. CLAIMS OR PROTESTS
If the Contractor considers any work required of it to be outside
the requirements of the Contract or considers any record or ruling of
the Engineers or Inspectors as unfair, it shall file a written protest
with the Town within 5 days of said ruling. A protest properly filed
with the Town shall result in a hearing before a duly designated repre-
sentative of the Town Board who shall make Findings of Fact and Conclu-
sions of Law. The Findings will then be forwarded to the Town Board
for their ultimate decision. Such decision will be binding.
14. NOTIFICATIONt INTERFERENCE AND INJURY TO UTILITIES
The Contractor shall cooperate in every way with the utility
companies.
The utility companies shall be notified in accordance with Section
1918 of the Penal Law of the State of New York entitled "Construction
or Blasting Near Pipes Conveying Combustible Gas," and with Article
20, Section 322-a of the New York State General Business Law.
All conduits, water mains and gas mains encountered in the con-
struction shall be properly and safely taken care of by the Contractor,
who shall, upon encountering same, notify the public corporation to
whom they belong in order that they may be changed in such a manner
as not to interfere with the final construction.
In case any damage shall result to any service pipe for water
or gas, or any private or public sewer or conduit, by reason of negli-
gence on the part of the Contractor, it shall, without delay and at
its own expense, repair the same to the satisfaction of the Engineer,
and in case such repairs are not made promptly or satisfactorily,
the Town may have the repairs made by another Contractor, or otherwise,
and deduct the cost of same from any monies due or to become due the
Contractor.
GC - 5 of 9
I-~/~ HOLZMACHER. McLENDON & MURRELL. P.C.
GENERAL CONDITIONS (CONT'D.)
15. INFRINGEMENT OF PATENTS
The Contractor further agrees to hold itself responsible for any
claims made against the Town for any infringement of patents by the
use of patented articles in any one phase of construction of the work
and the completion of same, or any process connected with the work
agreed to be performed under this Contract or of any materials used
upon the said work, and to save harmless and indemnify the Town from
all costs, expenses and damages which the Town shall be obliged to
pay by reason of any infringement of patents used in the construction
and completion of the work.
16. DAMAGES
Ail damage, direct or indirect, of whatever nature resulting from
either the performance of, or resulting to, the work under this Contract
during its progress from whatever cause, shall be borne and sustained
by the Contractor, and all work shall be solely at its risk until the
date of the Final Payment Request as issued by the Engineer.
17. GUARANTEE WARRANTY
This Contractor shall guarantee and warrant its work and that of
its subcontractors against defects in workmanship and/or material for
a period of one (1) year from the date of the Final Payment Request
issued by the Engineer, except as otherwise specified. Upon written
notification from the Engineer, the Contractor shall repair, replace
or reconstruct such defects to the satisfaction of the Engineer, at
no cost to the Town.
18. STANDARDIZATION
The DETAILED and GENERAL SPECIFICATIONS indicate specific manufac-
turers and/or catalog numbers, etc., for the purpose of standardization
with the Town in order to minimize stockpiling of replacement parts.
19. DEFINITIONS
The words "or approved equal" shall refer to an approved equal
which has in fact been approved by the Town after inspection by the
engineer that such approval is satisfactory. In the event that there
is a dispute between the contractor and the engineer as to whether
the item is equal, a hearing will be had before the Town Board or its
duly authorized representative who shall make findings of fact and
conclusions of law after a hearing which would then be forwarded to
the Town Board for their ultimate decision and that such decision
would be binding.
The word "Engineer" refers to HOLZMACHER, McLENDON & MURRELL,
P.C., Consulting Engineer for the Town.
GC - 6 of 9
~_/~ HOI_ZMACHER, McLENDON & MURRELL. P.C.
GENERAL CONDITIONS (CONT'D.)
20. SHOP DRAWING SCHEDULE
If requested by the Engineer, the Contractor shall submit a shop
drawing schedule fixing the dates for the submission of shop drawings
for the beginning of manufacture and installation of materials and for
the completion of the various parts of the work. This schedule shall
be coordinated with the progress schedule.
21. SHOP DRAWINGS
The Contractor shall submit for approval of the Engineer all shop
drawings called for under the Contract or requested by the Engineer or
required for the performance of the work, and no work shall be fabricated
by the Contractor, save at his own risk, until such approval has been
given. The shop drawings shall be submitted sufficiently in advance of
construction requirements to allow ample time for checking, correcting,
re-submitting and re-checking.
Submission of shop drawings and samples shall be accompanied by
transmittal letter in duplicate.
Shop drawings and transmittal letters shall be dated and contain
the project name, name of the Contractor, the applicable section and
page number of the specification, and the applicable drawing numbers
and detail numbers of the Contract Drawings. If the item is resubmitted,
the number and date of each revision shall be included.
Shop drawings prepared by Subcontractors shall be accompanied by a
transmittal letter from the Subcontractor to the Contractor requesting
Contractor's review and Engineer's review. After the Contractor has
stamped and reviewed each shop drawing in accordance with the afore-
mentioned requirements, the Contractor shall forward the shop drawings
to the Engineer accompanied by a transmittal letter requesting Engineer's
review. The transmittal from the Contractor to the Engineer and the
transmittal from the Subcontractor to the Contractor shall set forth
the information outlined above.
Shop drawings are drawings, diagrams, illustrations, schedules,
brochures, cuts, or other written, printed or graphic information
furnished by the Contractor to describe in detail the Contractor's
intention concerning the visual characteristics of the construction,
or the physical arrangement of some part of the work, for the review
of the Engineer. Shop drawings shall show the design, dimension,
connections, and other details necessary to insure that the shop
drawings accurately interpret the Contract Documents, and shall also
show adjoining work in such detail as required to provide proper
connections with said adjoining work. Where adjoining work of more
than one trade occurs, the Contractor shall be responsible for coor-
dinating shop drawing submissions so that they are received simul-
taneously for review. Shop drawings shall amplify design details of
mechanical and electrical equipment in proper relation to physical
spaces in the structure; and incorporate minor changes of design or
GC - 7 of 9
GENERAL CONDITIONS
I_t~_j~ HOLZMACH~'R, McLENDON & MURRELL. P.C.
(CONT ' D · )
construction to suit actual conditions.
Ail shop drawings and samples shall be thoroughly checked by
the Contractor for compliance with the Contract Documents before
submitting them to the Engineer for approval, and all shop drawings
shall bear the Contractor's stamp of approval certifying that they
have been so checked. Any shop drawings submitted without this stamp
of approval and certification, and shop drawings which, in the
Engineer's opinion, are incomplete, contain numerous errors or have
not been checked or only checked superficially, will be returned
unchecked by the Engineer for resubmission by the Contractor. In
checking shop drawings, the Contractor shall verify all dimensions
and field conditions and shall check and coordinate the shop drawings
of any section or trade with the requirements of all other sections or
trades whose work is related thereto, as required for proper and com-
plete installation of the work.
By submitting shop drawings, the Contractor confirms that he has
determined and verified all materials, field measurements and field
construction criteria related thereto, that he has checked the shop
drawings for complete dimensional accuracy, that he has checked to
insure that work contiguous with and having bearing on the work shown
on the shop drawings against the composite drawings, that the work
has been coordinated, that the equipment will fit into the assigned
spaces, and that he has checked and coordinated the information
contained within such submittals with the requirements of the work
and of the Contract Documents. Measurements not available prior to
submission of shop drawings shall be noted on the shop drawings as
not available and such measurements shall be obtained prior to
fabrication.
The Contractor shall submit five copies of all shop drawings to
the Engineer for approval. After the review of a shop drawing sub-
mission, the Engineer will retain two copies, and send the remaining
copies to the Contractor.
If the Contractor should alter any information on previously
submitted shop drawings other than the notations called for by the
Engineer, he must circle this new information to bring it to the
Engineer's attention.
In submitting shop drawings for approval, all associated drawings
relating to a complete assembly shall be submitted at the same time so
that each may be checked in relation to the entire proposed assembly.
The Engineer's review of shop drawings shall be given as assistance
to the Contractor in interpreting the requirements of the Contract Doc-
uments, and in no way shall it relieve the Contractor of any respon-
Isibilities under this Contract. Any fabrication, erection, setting, or
other work performed in advance of the receipt of drawings marked "No
Exception Taken" or "Make Corrections Noted" shall be done entirely at
the Contractor's risk.
GC - 8 of 9
I_t~/~ HOLZMACHER. McLENDON & MURRELL, P.C.
GENERAL CONDITIONS (CONT'D.)
The Contractor shall be responsible for the accuracy of the shop
drawings, and for the conformity of documents unless the Contractor
has notified the Engineer of the deviation in writing at the time of
submission, and has received from the Engineer written acceptance by
separate letter of the specified deviations. The Engineer's review
shall not relieve the Contractor of the responsibility for errors or
omissions in the shop drawings, product data, or samples.
The approval of shop drawings shall not be construed:
1. As permitting any departure from the Contract
requirements.
As relieving the Contractor of the responsibility
for any error in details, dimensions, or otherwise
that may exist.
o
AS approving departures from additional details
or written instructions previously furnished by
the Engineer/Owner.
As part of the shop drawing submittal, the Contractor or kis
agents are required to indicate that the proposed piece of equipment
meets all requirements of the Specifications with the following ex-
ceptions. The exceptions shall be listed by the Contractor in
detail. Failure to provide this information is sufficient grounds
for rejection of the entire submittal.
GC - 9 of 9
HOLZMACHER. McL£NOON & MURRELL P C
GENERAL SPECIFICATIONS
1.0 - GENERAL SPECIFICATIONS
(a) The "General Specifications" of the contract are hereby
made a part of this specification and are attached herein.
(b) Where any article of the "General Specifications" is
supplemented hereby, the provision of such article shall remain
in effect. All the supplemental provisions shall be considered
as added thereto. Where any such article is amended, voided, or
superseded thereby, the provisions of such article not so speci-
fically amended, voided, or superseded shall remain in effect.
2.0 - COOPERATION
The General Contractor, all other contractors, and all sub-
contractors shall coordinate their work with all adjacent work
and shall coordinate with all other trades so as to facilitate
the general progress of the work. The General Contractor shall be
responsible for coordinating the work of all Contractors. Each
trade shall afford all other trades every reasonable opportunity
for the installation of their work and for the storage of their
material.
In order to facilitate and insure proper coordination be-
tween contractors, each contractor and subcontractor shall pro-
vide a supervisory representative to attend such 3ob and progress
meetings as the Engineer shall schedule. Meeting may be held at
the work site or the Engineer's office (Melville, New York).
The Owner or his designated representative shall be respon-
sible for coordination of work progress.
3.0 PERMITS AND REGULATIONS
The General Contractor shall obtain and pay for all permits
necessary to conduct the work and complete this contract. He
shall obtain the Building Permit and Certificate of Occupancy.
All work shall be performed in strict accordance with the regu-
lations and requirements of the various civil agencies having
jurisdiction thereof. Upon completion of the work provided for
in this contract, and before final payment shall be made, the
Contractor shall furnish the Engineer with any necessary certif-
icates of approval issued by these various agencies.
GS 1 of 6
GENERAL SFFC!FICATIOHS (COHT'D.)
4.0 _ SIGNS
The General Contractor shall construct a project sl~n
on the drawings and described Jn the specifications.
as detailed
5.0 ~, ro
- .,RAD._...~ LIMES~ LEVELS AND
(a) The major axial buildin~ lines, measurements~ grades, lines
and a bench mart-, shall be established by the General Contractor.
(b) All other grades, lines, elevations and bench marks shall be
established and maintained by the 0eneral Contractor ~hc shall be re-
sponsible for same.
(c) The Contractor shall verify: al! grades, lines, levels and di-
mensions as shown on the drawings, and he shall report any errors or in-
consistencies in the above to the i~n~ineer before co~:mencinK work.
(d) The Contractor shall provide and maintain well-bui].t batter-
boards at all corners; he shall establish bench marks in not ]ess than
two widely separated places. As the work progresses, he shall establish
bench marks at each floor, giving exact levels of the various floors.
(e) As the work progresses, the Contractor shall lay out (on the
forms or rough flooring) the exact location of all partitions as a guide
to all trades.
6.0 _ TEMPORARY ENCLOSURES
The Contractor shall province temporary ?~eather-ti~,ht enclosures
for all exterior openings az soon as ~?al]s and roof are built so as to
protect al! work from the weather.
7.0 - TEMPORARY LIGHT, WATER, ETC.
The Electrical Contractor shall furnish a system of temporary lightin~
and convenience outlets throughout the buildings conforming to NEC, OSHA,
and Union Minimum requirements. The work shall include all fees by the
Utility Company and energy charges for the work on this project. Service
shall be 200 Amp minimum. In addition, the Electrical Contractor shall be
available for power turn-on for all hours of regular trades.
~ Water is available via the Village of Greenport water supply system.
~11 water used shall be metered by the Village and paid for by the Generali~
Iontractor. All temporary piping and appurtenances are to be provided by
this General Contractor. The meter will be provided by the Village.
GS-2 of 6
I--~ HOLZMACHER. McLENDON & MURRELL.
GENERAL SPECIFICATIONS (CONT'D.)
Temporary Heat - The General Contractor shall protect his work from
freezing and maintain temperatures suitable for the progress of the work
in its various parts by means of approved salamanders, stoves, vents for
same. He will be held responsible for smoke damage to walls, ceilings
and other parts. The Contractor shall be solely responsible for all
damage due to frost and freezing.
8.0 - TEMPORARY SHEDS (FOR STORAGE)
The General Contractor shall provide and maintain on the premises,
where directed, watertight storage sheds for storage of all materials,
which might be damaged by weather, and shall remove them from the site
at the completion of the work.
9.0 - GENERAL PROTECTION
The Contractor shall place a sufficiency of red lights on or near
any work accessible to the public and keep them burning sunset to sun-
rise; he shall erect suitable railings or barriers, and shall provide
watchmen on the work by day or night, as required and deemed necessary
for the safety of the work on public or adjoining property.
The Municipality reserves the right to remedy any neglect on the
part of the Contractor as regards the protection of the work which may
come to its attention, after 24-hours notice in writing; except that in
cases of emergency, it shall have the right to remedy any neglect with-
out notice, and in either case to deduct the cost of such remedy from
money due the Contractor.
10.0 - PROTECTION OF EXISTING WORKS
Under no conditions shall the operation of the existing treatment
plant be impaired. The treatment plant shall remain in continuous opera-
tion throughout the entire construction period. All costs, labor mate-
rials and equipment required to meet this requirement shall be borne by
the Contractor. The Town reserves the right to halt the Contractor's
work, With no renumeration, therefore, when in the opinion of the Town,
the operation of the treatment plant is or may be impaired by the Con-
tractor.
In addition, should the Contractor impair, halt or otherwise stop
the operation of the treatment plant, the Town shall immediately take
all necessary measures to restore operation, and the costs thereof shall
be charged to and paid for by the Contractor.
Any by-pass necessary for completion of the work outlined under this
IContract must be approved by and coordinated with the New York State
Department of Environmental Conservation, Region I, Stony Brook, New
York.
GS - 3 of 6
(I, ENEI{A[, SPEC!FICATIOI!S (COi!T'D.)
11.0 I~ECL...,A},Y DETAILS !.!OT SPECIFICALLY HEN5'IOHED
All work that may be called for in the specifications 8nd net shown
orl the plans, or shown on the plans and not called for in the specifica-
tions, shall be furnished and executed by the Contractor, as if desl:~na-
ted Iii both these ways, and should any t,o]-k or material be re(n~ired %-d~lch
is not denoted in the plans and specifications, either directly or indi-
rectly, but which is nevertheless, r:ecessary for the pl'oper carryinF, out
of the intent thereof, it iz understood and a~reed that the sai'ae is im-
plied and required and that the Contr3ctor shall perform such ~orL- and
furnish such materials as if they ~n~r¢ coripletel3 delJneated amd de-
scribed.
12.0 _ CASII ^LLOI'ANCE
The Hunicipality reserves the r:lF'ht to deduct any or all cash allow-
ance hereafter mentioned and purchase such material referrec] to, deliver-
ing same to the Contractor who shall install same complete. The Con-
tractor will be reimbursed when those al!o%.~ances are exceeded or will be
required to .F. ive a deduction when the purchases do not equal the alloN-
ances. Cash allowances referred to do not include installation unless
specifically mentioned, but the Contractor shall be required Le install
same.
13.0 - PLA!!S ~ND SPECIFICATIOU,~;
This Contractor will be £urnished six (6) sets of the plmns and
specifications of bis contract and one (1) set of plans For the other
contracts. Additional sets will be Furnished at cost or reproduction.
One complete set of plans arid snecifJ, cations shall be kept in a shelter-
ed place on the site.
14.0 - CLEANING UP
The Contractor shall remove all debris and -ubbish from the site
as fast as it accumulates du~-In~ the course of construction. On com-
pletion of the contract, and. at the time of final inspection by the
'Municipality, the premises shall be ].eft in a clean, presentable con-
dition, includin~ but not limited to the following items:
(a) General broom cleaning.
(b) Remove all mortar droDninKs from riGors, walls,
doors, windows, louvers, etc.
(c) Remove putty stains from iX]ass, leash and polish
glass inside and outside.
(d) Clean all floors of spots, paint, stains, marks,etc.
GS-4 of 6
GENER^L St"I;CII,'IC/V¢[(II!~ (COll'r"l~.)
(e) Remove marl'~, sro n.,,~ F~n~{erorint~, dirt ;1nd
soi] £rom painted an,; othe;' finished surfaces.
15.0 - VISIT TO UORI.', SITE PRIOR TO BID ,' II ,IIISSIO !" '
The Contractor shall visit the site and:
(1) Confirm the locations, dJmcnsions, utilities present,
soil conditions, water levels.
(2) Confirm all dimensions whether sho%.tn on the dra,nin~.~s
or not that pertain directly to the proposed
O. If the Contractor requests the Town prior to receipt of
bids, he may, at his own expense, excavate and backfill for test holes.
C. Ifa claims shall be made by the Contractor durirlfr construction
that he was una~,~are of certain dimensions, locations, soil or ,hater
conditions, utilities and that additional work is, therefore, required.
16.0 SLEEVES AUD OPEMI.~fGS
The Contractor shal] be responsible for providin~ openings and/or
installing all sleeves furnished hy other contractors into the construc-
tion work and for installing all openings called for on the drawings.
The Contractor shall close all openings lnst011ed by him after materials
have been inserted.
17.0_ SCUEDJLE OF
Within ten (10) days after signing of the Contract, the Contractor
shall submit, for approval to the Engineer a detailed construction schedu]~
of the bar graph typo. This schedule shall be corrected by the Contractor
as required by the Engineer in order to plan the progress of the work mde]
the several Contracts. When approved, the schedule shall be strictly
adhered to. The Contractor shall expedite equipment, provide additional
labor, work overtime, as may be required to complete the work on schedule.
The General Contractor shall be responsible for coordinating the schedu~n~
of all work to be performed under the remaininq contracts.
18.0_ !"AF.~i!:TIGHT ST. RUCT EZS
It is the intent of these plans and specificaticu~s to obtain water-
tight structures and tile Contractor shall prosecute the work ill such a
manner as to obtain this end. In the event of leakaKe, the Contractor
shall make all necessary repairs to tile complete satisfaction of the
Engineer.
GS 5 of 6
HOLZMAGH~R McL~NOON & MURRELL. PC
GENERA[. SPECiFICATiONS (CON'F~D. }
19.0 _ [IAINTAIiII.~(] FLO~" OF ..... El.,, I-!A'FER LI.~lF.q AMD
The Contractor .shall, at hi,,; own cost and expense, provide /'or and
maintain thc Flow of all sevlers, drain.~, inl¢.t COnllOctir, t~; and a]l t-.3ter-
not allow ~he contents of any ~;e~er~ drain or inlet connection ~o ~low
into trenches, sewers or other s~ructu~:s to be c.onstructed under ~he
con:ract, except where v:ritten permiss:lcn is ~;'iven by the EnB;ineer and
shall, at his own expense, immediately remove and cart at.~ay Cron the
vicinity of the work all offensive ~ atter, usin~ su.~h precautions in so
doing as may be directed b.v the Ln~-ineer..
The Contractor shall, at his own cost and expense, provide for and
maintain the flow in all water mains or laterals which may be met with
during the progress of the work. Ir! case of an accidental breaking of
water line, the repairs of such bre3!, shall have priority over all other
operations.
20.0 - CL[".AI,I!;IP, A.;qD
All materials arid equipment ..,ha.l~ he properly and effectively pro-
tected, at least as f'ollot'rs:
(1) Equipment shall remain3 in their crates and/or cartons
and be covered with a uaterproo? tarpaulin untJ 1 the Contractor is ready
to install same and should thereafter be protected adequately by similar
means to prevent any damau, e du]'in~*, construction.
(2) All pipe openings shall be temporarily closed so as to
prevent obstruction and damaue.
Upon completion of instal]atio~., .'.ill equipment shall be uncovered,
thoroughly cleaned, and be in perfect condition.
21.0 - TEMPORARY OFFICE
In addition to the requirements of the General Conditions of the
specifications, the General Contractor shall provide a separate office
for the Engineer, of at least 120 square feet. The office shall include
a desk, chair and filing cabinet. Suitable heat (70° during winter
months) and light shall be provided. The Contractor shall also maintain
on the site at all times a telephone available to the Engineer. All
telephone bills shall be paid by the Contractor. The Engineer's office
and telephone shall remain at the site until all major work including
fine grading has been completed. The General Contractor shall provide
separate electrical service for the trailer, and pay. all energy charges.
22.0 - NOISE CONTROL
Noise control measures including the use of adequate mufflers
shall be utilized on machinery.
GS - 6 of ·
HOLZMACHER, McLENDON & MURRELL, P.C. I H2M CORP.
CONSULTING ENGINEERS AND ~NVIRONMENTAL SCIENTISTS
PROPOSAL - BIDDER'S DECL~LRATION
TO THE TOWN BOARD of the TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF
NEW YORK:
BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the
only person or persons interested in this Bid or Proposal as prin-
cipal or principals is or are named herein and that no other person
than herein named has any interest in this Proposal or in the Contract
proposed to be taken; that this Bid or Proposal is made without any
connection with any other person or persons making a Bid or Proposal
for the same purpose; the Bid or Proposal is in all respects without
fraud or collusion, that he has examined the site of the work, the
Form of Contract and Specifications, and the Drawings therein referred
to, and has read the Notice to Bidders, Information for Bidders and
General Conditions hereto attached and fully understands all the same;
that he proposes and agrees, if this Proposal is accepted, that he
will contract with the TOWN BOARD of the TOWN OF SOUTHOLD in the
Form of Contract accompanying this Bid, to perform all the work re-
quired in accordance with the Plans and as mentioned in said Form of
Contract, Specifications, Notice to Bidders, Information to Bidders
and General Conditions, and he will accept in full payment, therefore,
the following sums to wit:
P-A
~, HOLZMACHi~R, McLENDON & MURRELL PC
PROPOSAL (CONT'D. }
WASTEWATER DISPOSAL DISTRICT
SCAVENGER WASTE TREATMENT FACILITY
TOWN OF SOUTHOLD
SOUTHOLD, NEW YORK
BID DATE: FEBRUARY 21, 1984
BASE BID
The undersigned further understands and agrees that he is to fur-
nish all labor, material, equipment, supplies and other facilities
necessary and required for the execution and completion of:
FEDERAL PROJECT NO. C-36-1120-03
(STATE CONTRACT AND CONTRACT NO.)
in strict accordance with the Contract Documents for the
of:
lump sum price
(WRITTEN IN WORDS)
(WRITTEN IN FIGURES)
, which is the Base Bid.
P-B - 1
m-t~ HOLZMACHER. McLENE)ON & MURRELL, P C
PROPOSAL (CONT'D.)
WASTEWATER DISPOSAL DISTRICT
SCAVENGER WASTE TREATMENT FACILITY
TO%FN OF SOUTHOLD
SOUTHOLD, NEW YORK
BID DATE: FEBRUARY 21, 1984
CONTINGENCIES
The undersigned proposes to perform Contingency Item(s) as set
forth in the drawing and specifications for the listed lump sum prices.
The Engineer/Owner hereby reserves the right to accept or reject
any combination of contingencies listed which constitute a part of this
proposal.
ADDITION
CONTRACT NO. 1 - GENERAL CONSTRUCTION &
MECHANICAL WORK
Contingency Item GC-1
Spare Odor Control System
P-B - 2
HOL~ZMACHER McLENDON & MURRELL PC
?RO~OSAL (CONT ~D. )
WASTEWATER DISPOSAL DISTRICT
SCAVENGER WASTE TREATMENT FACILITY
TOWN OF SOUTHOLD
SOUTHOLD, NEW YORK
BID DATE: FEBRUARY 21~ 1984
UNIT PRICES
The Contract shall include unit prices as herein stated. Should
the amount of work required by Contract Documents be increased or de-
creased, the undersigned agrees the following unit prices shall be
used as a basis for computing the cost to the Owner, or the credit
due the Owner, as the case may be, for such increases or decreases
in the work. The listed unit prices shall also be used for deter-
mining the value of quantities included in the specifications.
Prices shall be on the basis for furnishing all labor, material,
equipment and other related items necessary for completion of work
(in place). The quoted figure shall include the Contractor's over-
head and profit.
The amount of unit prices for additions shall not vary by more than
15 per cent from the prices inserted by the bidder for deductions. The
Owner/Engineer may adjust the deductions or additions inserted by the
bidder so that it conforms to this requirement.
The Owner/Engineer hereby reserves the right to order any addi-
tion or deduction of materials on the basis of unit cost figures
quoted.
The Town of Southold and/or the Engineer hereby reserves the right
to reject a bid if a contractor's stated unit prices are evaluated as
inflationary and unreasonable.
P-B 3
HOLZMACHER. McLENDON & MURRELL, P.C
P ROPOSAB (COl,IT ' D · )
WASTEWATER DISPOSAL DISTRICT
SCAVENGER WASTE TREATMENT FACILITY
CONTRACT NO. 1 - GENERAL CON-
STRUCTION & MECHANICAL WORK
1. Split Concrete Block Work
2. Concrete Block Work (filled
with mortar)
3. Painting, Floor Slabs
4. Painting, Process Piping
5. Cement Lined Ductile Iron
Pipe, 4-inch (0-10 feet
deep)
6. Cement Lined Ductile Iron
Pipe, 6-inch (0-10 feet
deep)
7. Cement Lined Ductile Iron
Pipe, 8-inch (0-20 feet
deep)
8. Cement Lined Ductile Iron
Pipe, 12-inch (0-10 feet
deep)
9. Cement Lined Ductile Iron
Pipe, 16-inch (0-10 feet
deep)
10. Excavation, by hand
11. Backfilling, by hand
12. Excavation, by machine
13. Backfilling, by machine
14. Chain Link Fencing
15. 3,000 p.s.i. Concrete
16. 4,000 p.s.i. Concrete
ADDITIONS
TOWN OF SOUTHOLD
SOUTHOLD, NEW YORK
sq.ft.
DEDUCTIONS
sq.ft.
sq.ft. $ sq.ft.
sq.ft. $ sq.ft.
sq.ft. $ sq.ft.
lin.ft. $
lin.ft.
lin.ft. $
lin.ft.
lin.ft. $
lin.ft.
lin.ft. $
lin.ft.
lin.ft. $
cu.yd. $
cu.yd. $
cu.yd. $
cu.yd. $
lin.ft. $
cu.yd. $
cu.yd. $
lin.ft.
cu.yd.
cu.yd.
cu.yd.
cu.yd.
lin.ft.
cu.yd.
cu.yd.
P-B - 4
HOLZMACHER, McLENDON & MURRELL, P,C
PROPOSAL (CONT'D.)
WASTEWATER DISPOSAL DISTRICT
SCAVENGER WASTE TREATMENT FACILITY
TOWN OF SOUTHOLD
SOUTHOLD, NEW YORK
ALL WORK SHALL BE COMPLETED WITHIN 455 CALENDAR DAYS (1-1/4 YEARS)
(SATURDAYS, SUNDAYS AND HOLIDAYS INCLUDED) FROM THE DATE OF SIGNING OF
THE CONTRACT.
LIQUIDATED DAMAGES FOR DELAY BEYOND THE COMPLETION DATE SHALL BE
THREE HUNDRED FIFTY DOLLARS ($350.00) PER DAY FOR EACH AND EVERY CALEN-
DAR DAY (SATURDAYS, SUNDAYS AND HOLIDAYS INCLUDED).
CONTRACTOR:
ADDRESS:
SIGNED BY:
TITLE:
DATE:
P-B - 5
~,~ HOLZMACHER, McL£NDON & MURR~LL, PC
PROPOSAL - CONT'D. BIDDER'S DISCLOSURE STATEMENT
Enclose certified check or bid bond for five percent (5%) of the
total bid, as stipulated in the Foregoing Information for Bidders.
The Bidder hereby agrees to enter into a contract within seven
(7) days after due notice from the Town Board, Town of Southold that
the contract has been awarded to him and is ready for signature,
such notice to be given in writing within forty-five (45) days of
the date of opening of the bids, and on the signing of such contract
by him to furnish the indemnifying bonds as provided in the
Contract.
And the Bidder hereby futher agrees that in the event of his failure
or refusal to enter into a contract in accordance with this bid within
seven (7) days after due notice from the said Town Board that the con-
tract has been awarded to him and is ready for signature, as given in
accordance with the Information for Bidder, and/or his failure to
execute and deliver the bond for the full amount of the contract price
as provided in said Information for Bidders, that the bidder's check
which is herewith deposited with the Town Board shall, at the option of
the said Board, become due and payable as ascertained and liquidated
damages for such default, otherwise the said check shall be returned
to the undersigned.
The full name and residences of all persons and parties interested
in the foregoing bid as principals are as follows:
NAME ADDRESS
NAME OF BIDDER:
BUSINESS ADDRESS OF BIDDER:
TELEPHONE NUMBER: (DAY)
(NIGHT)
DATED AT: THE DAY OF
P-C
~j~ HOLZMA(~HER, McL£NDON & MURRI:LL, P ~
PROPOSAL - CONT'D. - NON-COLLUSIVE BIDDING CERTIFICATE
NON-COLLUSIVE BIDDING CERTIFICATE
By submission of this bid, each bidder and each person signing
on behalf of any bidder certifies, and in the case of a joint bid,
each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of knowledge and belief:
1. The prices in this bid have been arrived at independently
without collusion, consultation, communication, or agreement, for
the purpose of restricting competition, as to any matter relating
to such prices with any other bidder or with any competitor;
2. Unless otherwise required by law, the prices which have
been quoted in this bid have not been knowingly disclosed by the
bidder and will not knowingly be disclosed by the bidder prior to
opening, directly or indirectly, to any other bidder or to any com-
petitor; and
3. No attempt has been made or will be made by the bidder to
induce any other person, partnership, or corporation to submit or
not to submit a bid for the purpose of restricting competition.
Dated: Southold, New York
, 19
BY:
If this bidder cannot make foregoing certification, a statement
signed by the bidder is attached setting forth in detail the reasons
therefore:
~ HOLZMACHER, McLENDON & MURRI:LL, PC
METHOD OF PAYMENT (CONT'D.)
TOWN OF SOUTHOLD
WASTEWATER DISPOSAL DISTRICT
SCAVENGER WASTE TREATMENT FACILITY
FEDERAL PROJECT NO. C-36-1120-03
CONTRACT NO. 1 GENERAL CONSTRUCTION AND MECHANICAL WORK
This Contract is a lump sum contract requiring the complete con-
struction of a waste water treatment plant as called for in the
specifications and shown on the contract drawings.
The Base Bid shall include all work, equipment, labor and material
insurances required by the plans, specifications, Technical Specifica-
tions - General & Detailed, General Conditions, Contract and Addendums,
or otherwise required for the proper completion of the Contract.
The Contractor shall receive the Base Bid for the completion of
ALL work in accordance with the plans and specifications and as approved
by the Engineer.
Under Contingency Item GC-1 the Contractor shall receive the lump
sum bid for supplying a spare odor control system, as specified under
the section entitled "Spare Odor Control Unit."
MOP - 1 of 1
[CON'ri(ACT
CONTRACT IN QUADRUPLICATE FOR
AT TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, dated
19 , BY AND BETWEEN THE %~WN BOARD OF THE TOWN
OF SOUTROLD. SUFFOLK COUNTY, NEW YORK, (herein called the "Town," and
(herein called the "Contractor").
WITNESSETH, that the Town and the Contractor, in consideration of
the premises and of the mutual covenants, considerations and agreements
herein contained, agree as follows:
This Contract is hereby awarded to the Contractor for the work
and material called for under his bid in the Proposal section of tile
Coutract and designated as Items:
and if required by the Consulting Engineer, Items:
for tile sum of:
($ )
Dollars
the unit and/or lump-sum price(s) as listed in the Proposal herein.
C-I
CONT~A~T - CONT' I).
1. CONTRACT DOCUMENTS AND DEFINITIONS
The Notice to Bidders, Information rot Bidders, Proposal,
Geuera! Conditions, Contract, Specifications and Plans, together
with a,]y Addenda, shall form part of this Co~tract, and the pro-
visions thereof shall be as binding upon the parties hereto as
if they were herein fully set forth. Tile titles, headings, head-
lines and marginal notes contained herein are solely to facilitate
reference to various provisions of tile Contract Documents and in
no way affect, limit or cast light upon the interpretatio,i of tile
provisions to which they refer. Whenever the term "Contract Docu-
,~uts" is used, it shall mean and include this Contract, tile Plans,
Specifications, any Addenda, and the Notice to Bidders, Information
for Bidders, General Conditions and Proposal. In case of any con-
flict or inconsistency between tile provisions of the Contract and
those of the Specifications, the provisions of the Contract shall
govern.
WORK: The'term "Work", as used herein, refers to all of the
work proposed to be accomplished at the site of the project and
all such other work as is in any manner required to accomplish
the completed project, al]d includes all plant, labor, materials,
supplies, equipment and other facilities and acts necessary or
proper for or incideutal to tile carrying out and completion of
the terms of this Contract. Tile term "work performed" shall be
construed to include material delivered to and suitably stored
at the site of tile project.
EXTRA WORK: The term,"Extra Work", as used herein, refers
to and includes all w~rk required by tile Town which, in the
judgment of the Engineer, Involves~changes in or additions to
work required by the Plans, Specifications and any Addenda in
their present form.
SUBCONTRACTOR: The term "Subcontractor", as used herein,
shall mean any person, firm or corporation applying labor and
material for work at the site of the project, but not including
the parties to this Contract.
ENGINEER: Iu the performance of tile work, the Town shall
be represented by its Cousulting Engineer HOLZMACHER, ~cLENDON &
~URRELL, P.C., (herein called tile "Engineer").
C-2
HOLZIdACH£R. McL£NOO~ & IdU~R£LL. r.C. / H2M CO~P.
CC~3ULTINQ [NQIN/..f~ql AND IL~VIAOr,IM~'h~I'AL P~CI[HTIIT'~
CON'FI,tACT - CON'I" D.
NOTICE - Tile term "Notice", as used hcreiu, shall mean and
iuclude written notice. Written notice shall be deemed Lo have
been duly served when delivered to, or at tile last known busiuess
address of, the person, firm or corporation for whom iqtended or
to bis, their, or its duly authorized agents, representatives or
officers, or when enclosed in a postage prepaid wrapper or enve-
lope addressed to such person, firm or corporation at bis, their,
or its last known business address and deposited in a United
States Mail Box.
DIRECTED, RE_QUIRED, APPROVED, ACCEPTABLE Whenever they refer
to tile work, or its performance, "directed", "required", "permitted",
"ordered", "designated", "prescribed", and words of like import
shal! imply the direction, requirement, permission, order, designa-
tion or prescription of the Engineer, and "approved", "satisfied",
or "satisfactory", "in the judgment of", and words of like import,
shall mean approved or acceptable to, or satisfactory to, in tile
judgment of the Engineer.
2. SCOPE OF THE WORK
Tile Contractor will furnish all plant, labor, material,
snpplies, equipment and other facilities and things necessary
or proper for or incidental to, the work contemplated by this
Contract as required by, and in strict accordaoce with, tile
applicable Plans, Specifications and Addenda prepared by the
Engineer and/or required by and in strict accordance with,
such changes as are ordered and approved pursuant to this
Contract, and will perform all other obligations imposed on
him by the Contract.
3. COMPENSATION TO BE PAID TO THE CONTRACTOR
(a) Agreed Prices: It is understood and agreed ~hat the Con-
tractor will accept as payment in full the summation of products,
of tile actual quaa~iti~s in place upoa the completion of tile work,
as determined by the Engineer's measurements by the unit prices
bid, no allowance being made for anticipated profit or for reason
of variations from the estimated quantities set forth in tile
Proposal.
(b) Extra Work and/or Changes: The Town may, at any time, by
a written order, and wit{lout notice to tile sureties, require the
performance of such extra work or changes in the work as it may
find necessary or desirable. Tile amount of compensation to be paid
to the Contractor for any extra work, as so ordered, shall be
determined as follows:
C-3
HO~Y. MACH£R, M~LF~NO(~q & ~URRELL. ~.C. / H2M CORP.
CONTIIACT - CoN'r' D.
(1) By such applicable unit prices, if any, as set forth
in the contract, or
(2)
or by a
tractor,
If no such unit prices are set forth, then by unit prices
lump sum mutually agreed upou by the Town and the Con-
or
(3) If no such unit prices are set forth, and if the parties
cannot agree upon unit prices or a lump sum, then by actual net
cost in money to the Contractor of the materials, permits, wages,
or applied labor, premiums for Workmen's Compensation Insurance,
payroll taxes required by law, rental for plant and equip~nt
used (excluding small tools) to which total cost will be added
twenty percent (20%) as full compensation for all other items of
profit, costs and expenses, including administration, overhead,
superintendence, insurance, insurance other than Workmen's Compen-
sation Insurance, material used in temporary structures,
allowances made by the Contractor to subcontractors, additional
premiums upon the Performance Bond of the Contractor and the use
of small tools.
4. TIME OF ESSENCE
Inasmuch as the provisions of this Contract relating to the
time for performance and completion of the work are for the purpose
of enabling the Town to proceed with the construction of a public
improvement, in accordance with a predetermined program, such pro-
visions are of the essence of this Contract.
5. COMMENCEMENT OF WORK
The Contractor agrees that he will commence work within ten
(].0) consecutive calendar days after signing this Contract, and
t~at the day he commences work shall constitute the first of the
consecutive calendar days allowed for completion of the work.
C-4
H(~i_ZM~.HER, McI..ENDON & MURRFJ.~ P.C. / H2M CORP.
CONTRACT - CONT'D.
6. TIME FOR COMPLETION
The time for completion of this Contract shall be within the
number of calendar days stated in the Bid Proposal and the date
of such completion shall be the date of the certificate of com-
pletion hereina~ter specified.
The Town reserves the right to order the Contractor to
suspend operations when, in the opinion of the Engineer, impro-
per weather conditions make such action advisable, and to order
the Contractor to resume operations when weather and ground con-
ditions permit. The days during which such suspension of work is
in force are not chargeable against the specified completion time.
7. LIQUIDATED DAMAGES FOR DELAY
The time limit being essential to and of the essence of this
Contract, the Contractor hereby agrees that the Town shall be,
and is hereby'authorized to deduct and retain out of the money
which may be due or may become due to said Contractor under this
agreement,the sum of three hundred and fifty dollars ($250.00) per dav
is hereby agreed upon, fixed and determined by the pa}ties hereto
as the liquidated damages, including overhead charges, services,
inspector's wages, and interest on the money invested, that the
Town will suffer by reason of such default, for each and every
day during which the aforesaid work may be incomplete over and
beyond the time herein stipulated for its completion, provided,
however, that the Town shall have the right to extend the time
for the_completion of said work.
8. EXTENSIONS OF TIME - NO WAIVER
If the Comtractor shall be delayed in the completiqn of his
work by reason of unforeseeable causes beyond his control ~nd with-
out his fault, or negligence, including but not restricted to Acts
.of God or of any public enemy, acts or neglect of the Town~
acts or neglect of any other Contractor, fires, floods, epidemics,
quarantine restrictions, strikes, riots, civil commotion or freight
embargoes, the period herein above specified for completion of his
work shall be extended by such time as shall be fixed by the Town.
No such extension of time shall be considered a waiver by the
Town of its right to terminate the Contract for abandonment or
delay by the COntractor as hereinafter provided or relieve the
Contractor from full responsibility for performance Of his ~bliga-
tions hereunder.
C-5
RT
CONTRACT - CONT'D.
~ f-IOI..ZMACHER. McLENDON & MURRELL, P.C.
9. CONTRACT SECURITY
(a) The Contractor shall deliver to the Town executed bonds in the
amount of one hundred percent (100%) each of the accepted bid as a
security for the faithful performance of his contract and for the pay-
ment of all persons performing labor or furnishing materials in con-
nection therewith, prepared on the Standard Form of Bond of American
Institute of Architects A-311 and having as surety thereon such surety
company or companies as are acceptable to the Town and as are authorized
to transact business in the State of New York.
(b) Additional or Substitute Bond(s): If, at any time, the Town
shall be or become dissatisfied with any surety or sureties, then
upon the Performance Bond or Payment Bond, or if, for any other
reason, such bond shall cease to be adequate security to the Town,
the Contractor shall, within five (5) days after notice from the Town,
substitute an acceptable bond(s) in such form and sum, and signed by
such other surety as may be satisfactory to the Town. The premiums
on such bonds shall be paid by the Contractor. No further payments
shall be deemed due, nor shall be made, until the new surety shall
have been qualified.
(c) Prior to release of the Performance Bond, the Contractor shall
deliver to the Town a Maintenance Bond equal to one hundred percent
(100%) of the total Contract price, including all extras. This Main-
tenance Bond shall remain in full force and effect for a period of one
(1) year after the date of the final payment request prepared by the
Engineer, and such bond, which shall be executed by the Contractor and
issued by a reliable, solvent surety company authorized to do business
in the State of New York shall guarantee to the Town that the Contractor
shall promptly remedy any defects or faults that may occur within
twelve (12) months after completion and acceptance of the work performed
by the Contractor pursuant to this Contract.
10. CONTRACTOR'S INSURANCE
The Contractor shall not commence any work until he has obtained
and had approved by the Town all of the insurance required under
this Contract, as enumerated herein:
Compensation Insurance
Public Liability and Property Damage Insurance
Contractor's Protective Liability and Property
Damage Insurance
Owner's (Town of Southold) and Engineer's Pro-
tective Public Liability and Property Damage
Insurance
Automobile Public Liability and Property Damage
SOHT8206~FED ~-6
H(X~Z,MACHER, MCI.~NDO&/ & MURRF. LL I'.C. / H2M C~RP.
CONTllACT - CONT'I).
The Contractor shall name the Town of Southold and the Inc.
Village of Greenport as the insured parties in all policies.
The Contractor shall not permit any subcontractor to commence
any operation on the site until satisfactory proof of carriage of
the above required insurance has been posted with, and approved
by, the Town.
(a) Compensation Insurance: The Contractor shall take out
and maintain, during the life of this Coutract, Workmen's Compensation
Insurallce for all of his employees employed at the site of tile pro-
ject, and in ally case of ally of tile work beiug sublet, tile Contractor
shall require the subcontractor similarly to provide Workmen's Com-
pensation Insurance for all of the latter's employees, unless such
employees are covered by the protection afforded by the Contractor.
(b) Public Liability and Property Damage Insurance: Tile Con-
tractor shall take out and maiutain during the life of this Contract
such Public Liability and Property Damage Insurance as shall pro-
tect him and ahy subcontractor performing work covered by this
Contract for claims for damages for personal iujury, including
accidental death, as well as from claims for property damage which
may arise from operations under this Contract, whether such opera-
tions be by himself or by ally subcontractor, or by anyone directly
or indirectly employed by either of them, and the amounts of such
insurance shall be as follows:
Public Liability Insurance in the amount not less than Five
Hundred Thousand Dollars ($500,000.) for bodily injuries, including
wrongful death to any one person; and subject to the same limit
for each person in an amount not less than One Million Dollars
($1,000,000.) on account 'of one accident.
Property Damage Insurance in an amount not less than One
Hundred Thousand Dollars ($500,000.) for damages on account of
ally one accident and in an amount of not less than Two Hundred
Thousand Dollars ($1,000,000.) for damages on account of all accidents.
The Public Liability and Property Damage Insurance shall
include as additional named insureds: The Town of Southold and
The Inc. Village of Greenport.
(c) Liability and Property Damage Insurance: The above
policies for public liability and property damage insurance must
be so written as to include Contractor's Protective Liability and
Property Damage Insurance to protect the Contractor against
claims arising from the operations of any subcontractor.
t-tO(~MACH£R, McL~NOOi~ & MURR£LL F.C, ! H2M C,O~F.
CONTRACT - CONT'D.
(d) Owner's and/or Engineers Protective Public Liability and
Property Damage Insurance: (Town and/or Town Board, Town of
Southold and/or Ilolzmachcr, McLendon & Murrell, P.C.) The Con-
tractor shall furnish to the Town with respect Lo the operations
he or any of his subcontractors perform, a regular Protective
Public Liability Insurance Policy for and in behalf of tile Town
and/or Town Board, Town of Southold and/or Holzmacher, McLendon &
Murrell, P.C., providing for a lim£t of not less titan $1,000,000.
for all damages arising out of bodily injuries to, or death of
one person and subject to that limit for each person, a total
limit of $3,000,000. for all damages arising out of bodily inju-
ries to, or death of, two or more persons in any one accident;
and regular Protective Property Damage Insurance providing for a
l£mit of not less than $500,000. for all damages arising out of
injury to, or destruction of, property in any one accident and
subject to that limit per accident a total (or aggregate) limit
of $1,000,000. for all damages arising out of injury to, or des-
truction of pr?perry during the policy period. The insurance must
fully cover the legal liability of the Town and/or Town Board,
Town of Southold as owner and/or Holzmacher, McLendon & Murrell, P.C.
The coverage provided under this policy must not be affected if
the Town and/or Engineer performs work in connection with the project
either for, or in cooperation with, the Contractor or as an aid there-
to, whether the same be a part of the Contract or separate there-
from~ by means of its own employees or agents, or if the Town
and/or Engineer directs or supervises the work to be performed by
the Contractor.
(e) Automobile 'Public Liability and Property Damage Insurance:
The Contractor shall take'~out and~maintain during the life of the
Contract such automobile public liability and property damage
~nsurance as shall protect him and any subcontractor performing
work covered by this contract from claims for damages for personal
injury, including accidental death as well as from claims for
property damage which may arise from operations under this Con-
tract, whether such operations be by himself or by any subcontractor,
or by anyone directly or indirectly employed by e£tber of them and
the amounts of such insurance shaft be as follows:
C-B
H0I_ZMACH£R. MCI. fN00~ & MURR~ P.C. / H2M CORP.
CONTII^CT - CONT'I).
Automobile Public Liability Insurance iu an amount uot less
than Five tlundred Thousand Dollars ($500,000.) for bodily injuries,
including wrongful death by any one person, and subject to the
same limit for each persou in an amount not less than One Million
Dollars ($1,000,000.) on account of one accident.
Automobile Property Damage Insurance in an amount of not
less than One Hundred Thousand Dollars ($100,000.) for damages
on account of any one accident and in an amount of not less than
Two Hundred Thousand Dollars ($200,000.) for damages on account
of all accideuts.
ll. PROOF OF CARRIAGE OF INSURANCE
The Contractor shall furnish the Town with certificates
of each insure? insuring the Contractor or any subcontractor
under this Contract, except with respect to subdivision (d) of
Paragraph 10. In respect to this paragraph, tile Contractor sball
furnish the Town with the original insurance policy and a copy
to the Engineer.
Both certificates, as furnished, a~ the insurance policy, as
required, shall bear the policy numbers, the expiration date of the
policy and the limit or limits of liability thereunder. Both the
certificates and the policy shall be further endorsed to provide
tile Town and Engineer with any notice of cancellation at least
five (5) days prior to the actual date of such cancellation.
C-9
tJO4][IdACH£N, McL~NDO~ & MUNI~£LL ,'.C. / ~'{2M CO~P.
CONTI~ACT - CONT' D.
12. COMPLIANCE WITH LABOR AND PENAL LAWS
The Contractor hereby expressly agrees to comply with all the
provisions of tile Labor Law and any and all amendments thereto,
insofar as the same are applicable to this Contract. The Labor
Laws, as amended, provide that flo laborer, workman or mechanic
in the employ of the Contractor, subcontractor or other person
doing or contracting to do the whole or a part of the work con-
templated by this Contract, shall be permitted or required to
work more than eight (8) hours in any one calendar day, except
in cases of extraordinary emergency caused by fire, flood, or
danger to life or property; that no such person shall be employed
more than eight (8) hours in any day or more ti)an five (5) days
in any week, except in such emergency; that the wages to be paid
for a legal day's work as hereinbefore defined, to laborers,
workmen, or mechanics upon the work called for under this Con-
tract, or for any materials used upon or in connection therewith,
shall not be less than the prevailing rate for a day's work in
the same trade'or occupation in the locality within the State
where such work is to be done and each laborer, workman or
mechanic employed by the Contractor, subcontractor, or other
person about or upon the work shall be paid tile wages herein
provided; that employees engaged in the construction outside the
limits of cities and villages are no longer exempt from the pro-
visions of the Labor Law which required the payment of the pre-
vailing rate of wages and the eight (8) hour day.
Section 222 of the l~abor Law, as amended by Chapters 556
and 557 of the Laws of 1933, provides that preference in employ-
ment shall be given to citizens of the State of New York who
have been residents of Suffolk County for at least six (6)
consecutive months immediately prior to the commencement of
their employment. Each person so employed shall furnish satis-
factory proof of residence, in accordance with rules adopted
by the Industrial Commissioner. Persons other than citizens
of the State of New York shall be employed only when such
citizens are not available. Section 222 further provides that
upon the demand of the State Industrial Commissioner, the Con-
tractor shall furnish a list of names and addresses of ali bis
subcontractors and further provides ~at a violation of this
section shall constitute a misdemeanor and shall be punishable
by a fine of not less than Fifty Dollars ($50.00) nor more than
Five Hundred Dollars ($§00.00) or by imprisonment for not less
than thirty (30) days nor more than ninety (90) days, or both
fine and imprisonment.
C-10
HO~ZMACH£R. McL~NOO~ & MURR£LL, I'.C. / Ii2M EOf(t'.
CONTR^CT - CONT'D.
Section 220A of the Labor Law, as amended by Chapter 472
of the Laws of 1932, provides that before payment is made by
or on behalf of the State or any City, County, Town or Village
or other civil division of the State, of any sums due on
account of a contract for a public improvement, it ~ the duty
of the Comptroller or. the financial officer of the Municipal
Corporation to require the Contractor and each and every sub-
contractor to file a certified statement in writing, in satis-
factory form, certifying to the amounts then due and owing to
any and all laborers for daily or weekly wages on account of
labor performed upon the work of the Contract, setting forth
therein the names of the persons whose wages are unpaid and
the amount due each, respectively.
Section 220-B of the Labor Law, as so amended, provides
that any interested person who shall have previously filed a
protest in writing objecting to the payment to any Contractor
or subcontractor to the extent of the amount or amounts due or to
become due to ~im for daily or weekly wages for labor performed
on the public improvement for which the Contract was entered
into, or if, for any other reason, it may be deemed advisable,
the Comptroller of the State or other financial officer of the
Municipal Corporation may deduct from the whole amount of any
payment on account thereof the sum or sums admitted by any
Contractor or subcontractor in such statement or statements
so filed to be due and owing by him on account of labor per-
formed and may withhold the amount so deducted for the benefit
of the laborers for daily or weekly wages, whose wages are
unpaid as shown by the verified statements filed by any Con-
tractor or subcontractor and may pay directly to any person
the amount or amounts so .shown to.be due for such wages.
Section 220-C of the Labor Law, as so amended, provides
the penalty for making of a false oath or verification.
Section 220-D of the Labor Law provides that the advertised
specifications for every Contract for the construction, recon-
struction, maintenance and/or repair of highways to which the
State, County, Town and/or Village is a party shall contain the
provision stating the minimum rate of hourly wage that can be
paid, as shall be designated by the Industrial Commissioner,
to the laborers employed in the performance of the Contract,
either by the Contractor, subcontractor or other person doing
or contracting to do the whole or part of the work contemplated
by the Contract, and tbs Contract shall contain a stipulation
that such laborers shall be paid not less than such hourly minimum
rate of wage. Any person or corpora~bn that willfully pays
C-11
tK]LZMACH£R. McLf..NDON & MURREiL. P.C. ! H2M CO~P.
CONTR^(.~F - CONT' D.
after entering i~lto such contract Iess than such stipulated
mblimum hourIy wage scale shaIi be guilty of a misdemeanor and,
upon conviction, shalI be puniehed for a first offense by a
fine of Five Hundred Dollars ($500.00) or by impr£sonment for
not more than thirty (30) days, or by both fine and £mprisonment
for a second offense .by a fine of One Thousand Doliars ($1,000.00)
and, in addition thereto, the Contract on which the violation has
occurred shall be forfeited; and no such person or corporation
shall be entitled to receive any sum or nor shall any officer,
agent or employee of the State pay the same or authorize its
payment from tl~ funds under his charge Or control to any person
or corporation for work done upon any contract, on which the
Contractor has been convicted of second offense in violation of
the provisions of this Section.
The minimum wage rates established by tile Industrial Com-
missioner, State of New York, for this Contract, are as set
forth in tile Information for Bidders.
Section 1918 of the Penal Law, as amended, provides that
no person shall discharge explosives in the ground, nor shall
any person other than a state or county employee regularly
engaged in the maintenance and repair thereof excavate in any
then existing street, highway, or public place, unless notice
thereof in writing shall have been given at least seventy-two
hours in advance to the person, corporation or municipality
engaged in the distribution of gas in such territory. The
person having direction or control of such work shall give such
notice and further, he shall ascertain whether there is within
one hundred feet of such street, highway or public place, or in
the case of a proposed discharge ~f explosives within a radius
of two hundred feet of such discharge, any pipe of any person,
corporation or municipality conveying combustible gas, and if any
emergency involving danger to life, health or property, it shall
be lawful to excavate without using explosives if the notices
prescribed herein are given ss soon as reasonably possible, and
to disharge explosives to protect a person or persons from an
immediate and substantial danger of death or serious personal in-
jury if such notices are given before any such discharge is under-
taken. Any such work shall be performed in suci% manner as to
avoid damage to pipe conveying combustible gas. Any violation
of the provisions of this Section shall be a misdemeanor.
C-12
HC~ZMACH£R. McLENDON & IdURR£LL. F.C. / 1t2M CORP. CON~ULt~NO O~OtN~' A~D ~NV~ON~rA'
CON'I'IIACT - CONT' I).
13. QUALIFICATIONS I"OR EMPLOYMENT
NO person under the age of sixteen (16) years, and no person
currently serving sentence in a penal or correctional institution
sl~all be employed to perfor~n any work on tile project under this
Contract. No person whose age or pllysical condition is such as
to make his employment dangerous to his health or safety, or the
health and safety of others, shall be employed to perform any
work on ti{is project; provided, however, that sucil restriction
shall not operate against the employment of physically handi-
capped persons, otherwise employable, where each person may be
safely assigned to work which they can ably perform.
14. NON-DISCRIMINATION
There sha~] be no discrimination because of race, creed or
color in tile employment of persons for work under this Contract,
whether performed by the Contractor or any subcontractor. Neither
shall the Contractor or any subcontractor discriminate in any
manner against or intimidate any employee hired for the perform-
ante of work under this Contract on account of race, creed or
color.
There may be deducted from the amount payable to the Con-
tractor by the Town under this Contract a penalty of Five Dollars
($5.00) for each person for each calendar day during which such
person w~s discriminited against or intimidated in violation of
the provisions of this paragraph;.~rovided that for a second or
any subsequent violation of the terms of this paragraph, this Con-
tract may be canceled or terminated by the Town and all monies
due or to become due hereunder may be forfeited.
15. pAyMENT OF EMPLOYEES
The Contractor and each of his subcontractors shall pay each
of his employees engaged in work on this project under this
Contract in full (less deductions made mand~Lory by law) in cash
and not less often than once each week.
C-13
I--t~_/~ HOLZMACHER, McLENDON & MURRELL. P.C.
CONTRACT - CONT'D.)
16. ESTIMATES AND PAYMENTS
(a) Monthly: At the end of each calendar month during the
progress of the work, the Engineer shall make up an approximate
estimate of the work done and the materials furnished, based upon
the prices set forth in the Proposal. In consideration of the
work done and the materials furnished, the Town will pay or cause
to be paid to the Contractor the amount estimated by the Engineer
as due him, less a sum equal to ten percent (10%) of such amount up
to the 50% completion point, five percent (5%) thereafter, to satisfy
any claims, liens or judgments against the Contractor which have not
been suitably discharged. The making of any such estimate or payment
made thereon shall not be taken or construed as an acceptance by the
Engineer or the Town of any work so estimated and paid for. The amount
of the monthly estimate remaining unpaid will be retained by the Town
as a guarantee that the Contractor will faithfully and completely ful-
fill all obligations imposed by the Contract and Specifications, and
against any damages incurred by the Town by reason of any failure on the
part of the Contractor to fulfill all conditions and obligations herein
contained. All partial payments are subject to correction in any sub-
sequent payment. The retained amounts shall be paid as set forth in
16 (b).
(b) Final Payment Request: Thirty (30) days after the Contractor
shall have substantially completed the work required of it under the
Contract, the Engineer will prepare a final payment request of all work
done. Thereafter, the Town will pay to the Contractor the remaining
amount of the Contract balance, less a sum equal to two (2) times the
value of any remaining items to be completed, and less an amount necessar
to satisfy any claims, liens or judgments against the Contractor which
have not been suitably discharged. As the remaining items of work are
satisfactorily completed or corrected, the Town shall promptly pay, upon
receipt of a requisition for these items less an amount necessary to
satisfy any claims, liens or judgments against the Contractor which have
not been suitably discharged. Any claims, liens and judgments referred
to in this section shall pertain to the project and shall be filed in
accordance with the terms of the applicable contract and/or applicable
laws.
(c) In order to secure the performance of the covenant of the
Contractor, prior to release of the Performance and Payment Bonds, the
Contractor shall deliver to the Town a Maintenance Bond equal to one
hundred percent (100%) of the total contract price, including all extras.
This Maintenance Bond shall remain in full force and effect for a period
of one (1) year after the date of the final payment request and such
bond, which shall be executed by the Contractor and issued by a reliable,
solvent surety company authorized to do business in the State of New York
shall guarantee to the Town that the Contractor shall promptly remedy
any defects or faults that may occur within twelve (12) months after
completion and acceptance of the work performed by the Contractor pur-
suant to this Contract.
C-14
HOLZMACH£R. MCI.~NOO~I & MURRELL, ~',C. / ti2M CO~P.
CONTllACT - CONT'U.
(d) Measurements for Payment: The Engineer shall make due
measurement of the work done during the progress of the work and his
estimate shall be final and conclusive evidence of the amounts of work
performed by the Contractor under, and by virtue of, this agreement,
and shall be taken as the full measure of compensation to be received
by the Contractor. When requested by the Contractor, the Engineer shall
measure, re-measure or re-estimate any portion of the work; but the
expense of such remeasurement or re-estimating shall, unless material
error be proved, be paid for by the Contractor.
17. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
The acceptance by the Contractor of the final payalent shall be,
and shall operate as a release to the Town from all claims and all
liabilities to the Contractor for all things done or furnished in
connection with this work and for every act and neglect of the
Town and o~her relating to, or arising out of, this work, excepting
the Contractor's claims for interest upon the final payment, if
this payments be improperly delayed. No payment, however, final or
otherwise, shall operate to release the Contractor or his sureties
from any obligations under this Contract or the Performance Bond.
18. CONSTRUCTION REPORTS
The Contractor shall, submit to the Engineer prior to the
commencing of any work under this Contract a detailed schedule and
plan of operation, indicating the manner in which the Contractor
proposes to prosecute the work, and a time schedule therefore.
Such schedules are not intended to bind the Contractor to a pre-
determined plan or procedure, but rather to enable the Engineer
to coordinate the work of the Contractor with work required of and
to be performed by others.
The Contractor shall furnish the Engineer with periodic esti-
mates for partial payments as required elsewhere in the Contract
documents and, in addition thereto, will furnish the Engineer with
a detailed estimate for final payment. Prior to being eligible to
receive final payment under this Contract, the Contractor shall
furnish the Engineer with substantial proof that all bills for
services rendered and materials supplied have been paid. The
enumeration of the above reporis in no way relieves the Contractor
of his responsibility under existing Federal or State laws of
filiug such other reports with agencies other titan the Town
as may be required by such existing laws or regulations.
C-15
CONTIJACT - C(}NT' I).
19. INSPECTION AND TESTS
Ail material and workmanship shalI be subject to inspection,
examination and test by the Engineer and other representatives
of the Town at any time during the construction and at any and
all places where manufacturing of materials used and/or construct-
tion is carried on.
Without additional charge, the Contractor shall furnish
promptly all reasonable facilities, labor and materials neces-
sary to make tests so required safe and convenient.
If, at any time, before final acceptance of the entire
work, the Engineer considers necessary or advisable an examin-
ation of any portion of the work already completed, by removing
or tearing out the same, the Contractor shall, upon request,
furnish promptly all necessary facilities,~ labor and materials
for such examination. If such work is found to be defective in
any material respect, due to the fault of the Contractor or any
subcontractor, or if any work shall be covered over without the
approval or consent of the Engineer, whether or not the same shall
be defective, the Contractor shall be liable for the expenses of
or such examination and of satisfactory reconstruction.
If, however, such approval and consent shall have been given,
and such work is found to meet the requirements of this Contract,
the Contractor shall be recompensed for the expense of such examin-
ation and reconstruction in the manner herein provided for the
payment of costs of extra work.
The selection of laboratories and/or agencies for the in-
spection and tests of supplies, materials or equipment shall be
subject to the approval of the Engineer. Satisfactory documen-
tary evidence that the material has passed the required inspec-
tion and test must be furnished the Engineer prior to the incor-
poration of the material in tile work.
Any rejected work shall be removed from the site of the
project completely at the expense of the Contractor.
C-16
HOLZMACH£R, McLENOO~ & IdURRELL. P.C. / lt2M CORP.
CON'I'RACT - CON'F' I).
20. PLANS AND SPECIFICATIONS - INTERPRETATIONS
The Contractor shall keep at the site of tile work one copy of
tile Plans and Specifications signed and identified by tile Engineer.
Anything shown on tile Plans and not mentioned ill the Specifications
or mentioned in the Specifications and not shown on the Plans shall
have the same effect as if shown or mentioned respectively in both.
In case of any conflict or inconsistency between the Plans and
Specifications, the Plans shall govern. Any discrepancy between
the figures and specifications shall be submitted to the Engineer,
whose decision therein shall be conclusive.
21. SUBSURFACE CONDITIONS FOUND DIFFERENT
Should the Contractor encounter subsurface conditions at the
site materially differing from those shown on tile Plans or indi-
cated in t~ Specifications, he shall immediately give notice
to tile Enginee¥ of such conditions before they are disturbed;
the Engineer shall thereupon promptly investigate the conditions
and if he finds that they materially differ from those shown on
the Plans or indicated on the Specifications, he shall at once make
such changes in the Plans and/or Specifications as he may find
necessary.
Any increase or decrease of cost resulting from such changes
will be adjusted in the manner provided herein for adjustment as
to extra and/or additional work and changes.
22. CONTRACTOR'S TITLE TO MATERIALS
No material or supplies for the work shall be purchased by
the Contractor or by any subcontractor subject to any chattel
mortgage or under a conditional sale or other agreement by which
an interest is retained by the seller. The Contractor warrants
that he [las good title to all materials and supplies used by him
in the work.
23. SUPERINTENDENCE BY CONTRACTOR
At tile site of the work the Contractor shall employ a Con-
struction Superintendent or foreman who shall have full authority
to act for tile Contractor. It is understood that such represen-
tative shall be acceptable to the Engineer and shall be one who
can be continued in that capacity for tile particular job involved
unless he ceases to be on tile Contractor's payroll.
C-17
CONTI.{A(Yr - CONT' D.
24. PROTECT[ON OF WORK, PERSONS AND PROPERTY
precaution shall be exercised at all times for the proper
protection of all persons, property and work. The safety pro-
visions of applicable laws, building and construction codes
sl~a11 be observed. Machinery equipment and all hazards shall be
guarded or eliminated in accordance with the safety provisions
of the Manual of Accident Prevention in Construction, published
by ti{e Associated General Contractors of America, to the extent
that such provisions are not in contravention of applicable law.
The Contractor shall furnish entirely at his own expense any and
all additional safety measures deemed necessary by the Town or
its Engineer to adequately safeguar~ the traveling public. Tile
Contractor shall give notice to the owners of all utilities
which may serve the area and request their assistance in pre-
determining the location and depth of the various pipes, conducts,
manholes and other underground facilities.
The Contractor shall, at all hours of ti~e day, safely
guard and protect his own work and adjacent property from any
damage and shall replace or make good any such damage, loss or
injury unless such be caused directly by errors contained in
the Contract documents, or by the Town or its duly authorized
representatives.
The Contractor shall provide and maintain such watchmen,
barriers, lights, flares and other signals, at his own expense,
as will effectively prevent any accident in consequence of
his work for which the Town might be liable. The Contractor
shall be liable for all injury or damage caused by his act or
neglect, or that of his employees;
25. PATENT RIGHTS
As part of bis obligation hereunder and without any ad-
ditional compensation, the Contractor will pay for any patent
fees or royalties required in respect to the work or any part
thereof and will fully indemnify the Town for any loss on
account of any infringement of any patent rights, unless prior
to his use iii the work of a particular process or a product of
a particular manufacturer, he notifies the Town in writing
that such process or product is an infringement of a patent.
C-18
CONTRACT - CONT'I).
26. REPRESENTATIONS OF CONTRACTOR
The Contractor represents and warrants:
(a) That he is finaneially solvent and that he is experienced
in and competent to perfrom the type of work involved under this
Contract and able to furnish tile plant materials, supplies mud/or
equipment to be furnished for the work; and
(b) that he is familiar with all Federal, State and Municipal
Laws, ordinances and regulations whicll may in any way affect the
work of those employed hereunder, including but not limited to any
special acts relating to tile work; mud
(c) that such work required by these Contract Documents as
is to be done by him can be satisfactorily constructed and used
for tile purpose for which it is intended and that such construc-
tion will not injure any person ~r damage any property; and
(d) that he has carefully examined tile Plans, Specifications,
and the site of tile work, and tbat from his own investigation he
has satisfied himself as to the nature and location of the work,
the cl]aracter, location, quality and quantity of surface and sub-
surface materials, structures and utilities likely to be encountered,
the character of equipment, and other facilities needed for the
performance of the work, the general local conditions which may
in any way affect the work or its performance.
'27. AUTHORITY OF TI~ ENGINEER
In the performance of the work, the Contractor shall abide by
all orders and directions and requirements of the Engineer and shall
perform all work to the satisfaction of the Engineer, at such time
and places, by such methods, and in such manner and sequence as he
may require. The Engineer shall determine the amount, quality,
acceptability and fitness of all parts of the work, shall interpret
the plans, specifications, contract documents and any extra work
orders and shall decide all ~ber questions in connection with the
work. Upon request, the Engineer shall confirm in writing any oral
orders, directions, requirements or determinations. The enumeraOo~
herein or elsewhere in the contract documents of particular instances
in which the opinion, judgment, discretion or determination of the
Engineer shall control, or in which work shall be performed to his
satisfaction or subject to his approval, or inspection, shall not
imply that only matters similar to those enumerated shall be so
governed and so performed, but without exception all the work
shall be governed a~ so performed.
C-X9
CONTRACT - CONT' D
28. SURVEYS
The Engineer will furnish the Contractor with the benGhma.rks
necessary to complete the work. All further layout of lines and grades
will be the responsibility of the Contractor.
29. CHANGES AND ALTERATIONS
The Town reserves the right to make alterations iR the
location, line, grade, plans, form or dimensions of the work~
or any part thereof, either before or after the commencement of
the construction. If such alterations diminish the amount of work
to be done, no claim for damages or anticipated pmofits will be
warranted on the work which may be dispensed with. If such
alterations increase the amount of work, sudh increases shall
be paid for according to the quantity of work actually done and
at the prices for such work as cohtained in the schedule of prices.
30. CORRECTION OF WORK
Ail work and all materials, whether incorporated into the
work or not, all processes of manufacture and all methods of con-
struction shall be, at all times and places, subject to the in-
spection of the Engineer who shall be the final judge of quality,
materials, processes of manufacture and methods of construction
suitable for the purpose for which they are used. Should they
fail to meet his approval they shall be forthwith reconstructed,
made good and replaced and/or corrected as the case may be, by
the Contractor at his own expense. Rejected materials shall im-
mediately be removed from the site.
If, in the opinion of the Engineer, it is not desirable to
replace any defective or damaged materials or to reconstruct or
correct any portion of the work injured or not performed in
accordance with the Contract Documents, the compensation to be
paid to the Contractor hereunder shall be reduced by such amount
as, in the judgment of the Engineer, shall be equitable.
The Contractor expressly warrants that his work shall be
free from any defects in materials or workmanship, and agrees
to correct any defects, breakdowns or adjustments~hi~h may
appear within one year following the date of the rxnal payment
~equest. Neither the acceptance of the completed work nor
SOHT C-20
81-01
HO~'[MACH£R, McLENDO~I & MURR~-LL, t'.C. / H2M C.~P.
CONTItAC~' - CONT' D.
payment therefor shall operate to release Lite Contractor or his
sureties from any obligations under or upon this Contract or
the Performance Bond.
31. WEATHER CONDITIONS
In the event of temporary suspension of the work, or during
inclement weather, or whenever the Engineer shall direct, tile
Contractor will and will cause his subcontractors to protect
carefully his and their work and materials against damage or
injury from the weather. If, in the opinion of the Engineer,
any work or materials shall have been damaged or injured by
reason of the failure on the part of the Contractor or any of
his subcontractors to protect his, or their work, such work and
materials shall be removed and replaced at the expense of the
Contractor.
32. THE TOWN'S RIGf~ TO WITHIIOLD PAYMENTS
The Town may withhold from the Contractor so much of any
approved payments due him as may, in the judgment of the Town,
be necessary:
(a) To assure the payment of just claims then due
and unpaid of any persons supplying labor or
matedals for the work;
(b)To protect the-Sown frqm loss due to defec-
tive work not remedied, or
(c) To protect the Town from loss due to injury
to persons or damage to the work or property
of other contractors or'subcontractors or
others, caused by t~ act or neglect of the
Contractor or any of his subcontractors.
The Town shall have the right, as agent for
the Contractor, to apply any such amounts so
withheld in such manner as the Town may deem
proper to satisfy such claims or to secure
such protection. Such application of such
money shall be deemed payments for the
account of the Contractor.
C-21
CONTII./tCT - fONT ' II .
33. 'rllF. TOWN'S RIGIIT TO STOP. WORK OR TERMIN^TE CONTIt^C'r: IF,
(a) The Contractor shall be adjudged bankrupt or make all
assignment for tile benefit of creditors, or
(b) A receiver or liquidator shall be appointed for the
Contractor for any of his property and shall not be dismissed
within 20 days after such appointment, or the proceedings in
connection therewith shall not be stayed on appeal within the
said 20 days, or
(c) The Contractor shall refuse or fail, after notice or
warning from tile Engineer, to supply enough properly skilled
workmen or proper materials, or
(d) The Contractor shall refuse or fail to prosecute the
work or any part thereof with such diligence as will insure
its completion within the period herein specified (or any duly
authorized extension thereof) or shall fail to complete tile
work within said period, or
(e) The Contractor shall, fail to make prompt payment to
persons supplying labor or materials for tile work, or
(f) The Contractor shall fail or refuse to regard laws,
ordinances, or the instructions of the Engineer or otherwise
be guilty of a substantial violation of any provision of this
Contract, then, and in any such event, the Town, without
prejudice to any other rights or remedy it may have, may by
seven (7) days notice to the Contractor, terminate the employ-
ment of the Contractor and'his rights to proceed either as to
the entire work or (at the option of the Town) as to any
portion thereof as to which delay shall have occurred, and
may take possession of the work and complete the work by contract
or otherwise, as the Town may deem expedient. In such case,
the Contractor shall not be entitled to receive any further
payment until the work is finished. If the unpaid balance of
tile compensation to be paid the Contractor hereunder shall exceed
the expense of so completing tile work (including compensntion
for additional managerial, administrative and inspection services
and any damages for delay), such excess shall be paid to tile
Contractor.
C-22
CONTI(ACT - CONT'D.
If such expense shall exceed tile unpaid I)alance, tile Contractor
and his sureties shall be liable to the Town for such excess.
If tile right of the Contractor to proceed with the work is so
termina'ted, tie Town may take possession of and utilize in
completing the work such materials, appliances, supplies, plant
and equipment as may be on the site of the work and necessary
thereof. If the Town does not so terminate tile right of tile
Contractor to proceed, the Contractor shall continue the work.
34. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the work shall be stopped by order of the Court or any
other public authority, for a period of three months without act
or fault of the Contractor or of any of his agents, servants, em-
ployees or subcontractors, the Contractor. may, upon ten (10)
days notice to.the Town, discontinue his performance of the work
and/or terminate the Contract, in which event the liability of
the Town to the Contractor shall be determined as provided in
tile paragraphs immediately preceding, except that the Contractor
shall not be obligated to pay to the Town any excess of the
expense of completing the work over the unpaid balance of the
compensation to be paid to the Contractor hereunder.
35. RESPONSIBILITY OF WORK
The Contractor agrees to be responsible for the entire
work embraced in this Contract until its completion and final
acceptance, and that any unfaithful or imperfect work that may
become damaged from any cause, either by act of commission or
omission to properly guard and protect the work that may be dis-
covered at any time before, the completion and acceptance shall
be removed and replaced by good and satisfactory work without
any charge to ti~e Town and that such removal and replacement
will be performed immediately on the reqnirement of the Engineer,
notwithstanding the fact that it may have been overlooked by
the proper inspector, and partial payment made thereon. It is
fully understood by the Contractor that the inspection of the
work shall not relieve him of any obligation to do sound and
reliable work as herein prescribed, and that any omission to
disapprove of any work by the Engineer at or before the time
of a partial payment .or other estimate shall not be construed
to be an acceptance of any defective work.
C-23
HOLZMACHER. McLENJ)O~ & MURRELL. ~'.C. / tl2M CORP.
CON'I'I~AC/I' - CONT' I).
36. USES OF PREMISES AND REMOVAL OF DEBRIS
The Contractor expressly undertakes at his own expense:
(a) to take every precautiou against injury to persons or
damages to property;
(b) to store his apparatus, materials, supplies and equip-
ment in such orderly fashion at the site of tile work as will
not unduly interfere with the progress of his work or the work
of any of his subcontractors; or other contractors;
(c) to place upon ally of
imposed loads as are consistent
of the work;
the completed work ouly such super-
with the safety of that portion
(d) to frequently clean up all refuse, rubbish, scrap
materials and debris caused by the operations to the end that
at all times the site of the work shall present a neat and
orderly and workmanlike appearance;
(e) before final payment request is issued, to remove all
surplus material, temporary structures, plants of any description
and debris of any and every nature resulting from his operations
and to put the site in a neat and orderly condition.
37. POWER OF THE CONTRAC?OR TO ACT IN AN EMERGENCY
In case of an emergeflcy which threatens loss or injury to
property and/or, safety to life,the Contractor will be permitted
to act as he sees fit without previous instructions from the En-
gineer. He shall notify the Engineer thereof immediately there-
after and any compensation claimed by the Contractor due to extra
work made necessary because of his acts in such emergency shall
be submitted to the Engineer for approval.
Where the Contractor has not taken action but has notified
the Engineer of an emergency indicating injury to persons or
damage to adjoining property or to tile work being accomplished
under this Contract, then upon authorization from tile Engineer to
prevent such threatened injury or damage, he shall act as in-
structed by the Engineer. The amount of reimbursement claimed
by the Contractor on account of any such action shall be determined
ill tile manner provided herein for the paymeut of extra work.
C-24
CONTIIAC/I' - CONT'
38. SUITS AT LAW
The Contractor shall indemnify and save harmless tile Town
frofa and against all suits, claims, demands o,' actions for any
injury sustained or alleged to be sustained by auy party or parties
iu connection with the construction of the work or any part thereof,
or any commission or omission of the Contractor, his employees or
agents or any subcontractors and in case any such action shall be
brought against the Town, the Contractor shall immediately take
care of and defend tile same at his own cost and expense.
39. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each aud every provision of law and clause required by law to
be inserted in this Contract shall be deemed to be inserted herein
and tile Contract shall be read and enforced as though it were included
herein, and, if through mistake or otherwise, any such provision is
not inserted or is not correctly inserted, then upon the application
of either party, tile Contract shall forthwith be physical]y amended
to make such insertion.
40. SUBLETTING, SUCCESSOR AND ASSIGNS
Tbe Contractor shall not sublet any part of the work under this
Contract, nor assign any ~oney due him hereunder without first obtain-
ing the written consent of the Town. This Contract shall endure
to the benefit of and shall be binding upon the parties hereunder
and upon their respective successors and assigns, but neither party
shall assign or transfer his interest herein in whole or in part
without consent of the other.
41. WAIVER OF IMMUNITY
If any person, corporatiou, or body contracting with the Town,
who when called before a grand jury, head of a city department, or
other agency, which is empowered to compel the attendance of wit-
ness and examine them under oath, to testify in an investigation
concerning ally transaction or contract had with the state, any polit-
ical subdivision thereof, a public authority or witil any public
department, agency or official of the state or of any political sub-
division thereof or of a publi~ authority, refuses to sign a waiver
of immunity against subsequent criminal prosecution or to answer
any relevant question concerning such transaction or contract, then
C-25
CON'I'I~ACT - CONT'I).
(a) such person, and any firm, partnership or corporation of
which he is a member, partner, director or officer ~ha~ be disqual-
ified from thereafter sell~ng to or submitting bids to or receiving
awards from or entering into any contracts witb any municipal corp-
oration or fire district, or any public department, agency or official
thereof, for goods, work or services, for a period of five years
after such refusal
(b) any a,~d ali contracts made with the Town or any agency or
off£cial thereof, by such person, and by any firm, partnership, or
corporation o£ which be is a member, partner, director or officer
may be cancelled or terminated by the Town without incurring any
penalty or damages on account of such cancellation or termination,
but any monies owing by the municipal corporation for goods delivered
or work done prior to the cancellation or termination shall be paid.
C-26
CONTRACT - CONT'I).
IN WITNESS WHEREOF,
seals the day and year
TOWN OF SOUTHOLD
BY:
the parties hereto have set
first above written.
Francis J. Murphy, Supervisor
Contractor
(TOWN SEAL)
their hands and
(SEAL)
BY:
TITLE:
STATE OF NEW YORK)
) Ss:
COUNTY OF SUFFOLK)
On the day
came Francis J. Murphy,
depose and say that he
of , 19___, before me personally
to me known, who being by me duly sworn, did
is the duly elected Supervisor of the Town of
Southold, County of Suffolk, New York, and that at a meeting of the
Town Board of the Town of Southold, duly held on the day of
, 19 , the said Board, authorized the said Super-
visor to execute all and any contracts on behalf of the Board; that he
knows the seal of the said Town, that the Seal affixed to the foregoing
instrument is its corporate seal; that it was affixed thereto by order
of the said Board, and that he signed his name thereto and executed the
said instrument on behalf of the said Town by like order and authority.
NOTARY PUBLIC
C-27
CONTI{ACT - CONT'I).
ACKNOWLEDGMENT OF CONTRACTOR, II" A CORPORATION
STATE OF NEW YORK)
)
COUNTY OF )
SS:
On this day of
19 , before me
, to me
and say that he
personally came and appeared
known, who by me being
duly sworn,
did depose
resides at
that he is the of
the Corporation described in and which executed the foregoing in-
strument, that he knows the seal of said corporation, that one of
tile seals affixed to said instrument is such seal. that it was so
affixed by order of the Directors of said corporation, and that he
signed his name thereto by like order.
ACKNOWLEDGMENT OF CONTRACTOR,
STATE OF NEW YORK)
) SS:
COUNTY OF )
On this day of
personally came and appeared
NOTARY PUBLIC
IF A PARTNERSHIP
and known to me to be one of tile members of the
described iu aud who executed
tile foregoing instrument, and lie acknowledged to me that he ex-
ecuted the same as and for tile act and deed of said form.
19 , before me
, to me known,
firm of
NOTARY PUBLIC
C-28
TECHNICAL SPECIFICATIONS
CONTRACT r{o, 1
GENERAL CONSTRUCTION AND MECHANICAL WORK
HOLZMACHER, McLENDON & MURRELL, P.C
SCOPE OF WORK - GENERAL CONSTRUCTION & MECHANICAL WORK
1.0 - WORK INCLUDED
The work includes all labor, materials, equipment and appliances
required for the complete execution of all work in conjunction with the
general construction of the Treatment Facility, Treatment Buildings,
Treatment Area Facilities and Site Complex, as shown on the contract
drawings, specified herein or as directed by the Engineer, and shall
include, but not be limited to, the following:
(a) Clearing, grubbing and stripping of the entire site; stock-
piling of all stripped usable material in designated areas is also
included.
(b) Ail necessary excavation, earthwork, backfilling, rough and
fine grading, dewatering, and sheeting and bracing.
(c) Ail site drainage, including curb and gutter inlet, grates,
reinforced concrete pipe, precast leaching pools, and all associated
site drainage, miscellaneous work and accessories.
(d) Ail site landscaping work, including topsoil spreading and
fine grading, soil preparation and seeding, and all miscellaneous work
included for site landscaping.
(e) Asphaltic concrete pavement construction, as called for,
including stone blend base, tack coat, sawcutting existing pavements,
and miscellaneous work as required.
(f) Construction of Portland cement concrete curb, installation
of chain link fence and gate, and painting of existing chain link fence,
as required, including miscellaneous work and accessories.
(g) General construction of Treatment Building.
(h) General construction of entire Treatment Plant and remainder
of the site, including bar screen, aerated grit chamber, chemical feed
systems, odor control system, blower units, equalization tank, process
pumps and wells, head box system, chemical mix tanks, flocculation sys-
tem, underground chemical storage tanks, aeration equipment, primary
and secondary settling tanks, rotating biological disc units, including
tanks and covering systems, metering system, sludge/scum wet well, an-
aerobic digester system, covered and open sludge drying beds, all pump-
ing equipment, and all associated work and incidentals necessary for a
complete working treatment system as intended by these specifications.
(i) Construction of all mechanical systems in the treatment area,
on-site buildings and remainder of the site, including sewer lines,
force mains, sampling lines, all treatment process lines, valves and ~
accessories, process tanks and piping, and all associated work and
incidentals necessary for a complete working treatment system as
intended by these specifications.
R $OW-GC&MW - 1 of 2
I._1~ HOLZMACHER, McLENDON & MURRELL. P.C.
SCOPE OF WORK - GENERAL CONSTRUCTION & MECHANICAL WORK (CONT'D.)
(j) Ail architectural items.
(k) Ail miscellaneous equipment.
(t) All startup and testing of the Treatment Facility,
herein or directed by the design engineer.
as required
(m) Complete "as-built" drawings of all piping and equipment
installed.
(n) Connection to existing services,
and sludge distribution manhole.
(o) Provide sludge transport vehicle
detailed in the specifications.
(p)
detailed
such as Imhoff tank chamber
and sludge scraper, as
Provide office furniture for the Administration Room, as
in the specifications.
2.0 - INSTALLATION
Ail work must be done in a neat,
fully planned so that %he number and
be kept at a minimum.
workmanlike manner, and be care-
length of time of shutdowns shall
In the case of cut-ins to the existing services, the Contractor
shall coordinate all work with the Village of Greenport's Superintendent
of Utilities, so as to minimize the Treatment Facility's interruption
of normal operation.
These cut-ins include, but are not limited to, connection to the
existing Imhoff tank, existing sludge distribution manhole and existing
filtrate manhole.
The Contractor shall notify the Superintendent of utilities and
the Engineer forty-eight (48) hours in advance of his intent to connect
to the existing services.
The successful bidder for Contract No. 1 will be responsible for
coordination of subcontractors, contractors awarded Contract Nos. 2,
3, and 4, and utilities. The Contractor shall schedule operations so
as to cause minimum interference with the overall project operations,
as determined by the Engineer.
SOW-GC&MW - 2 of 2
SITE WORK - EXCAVATION, EARTHWORK, BACKFILLING & GRADING
1. SCOPE
The work includes all labor, materials, equipment and
appliances required for the complete executzon of all excavation,
backfilling and grading work required by the drawings, the
General Specifications, the conditions of the site, and as
directed by the Engineer, including but not limited to the
following:
(a)
Excavation for all building footings, foundations,.
slabs, platforms, trenches, pits, septic tank, leaching
pools and ail other storm and sewer structures and
piping and all other items under this contract for
which excavation is required.
(b) Excavation of all unsuitable material in construction
areas under this contract.
(c)
Fill, rough and fine grading o£ sub-grade in accordanc~
with the proposed finish grades as shown on the drawings,
due allowance being made for the thickness of topsoil in
lawn areas and for the thickness of pavement and side-
walks.
(d) Shore, brace and sheetpile, where necessary, for pro-
per support of excavated banks.
(e) Backfilling against foundations and of excavated areas
as required.
(f) Compaction of soils in fill areas.
(g) Mixing soils as required.
2. WORK NOT INCLUDED
IVork not included under this contract, which will be performed
under separate contracts, is as follows:
(a)
Trenching and backfilling for all other work under
separate contracts, such as electrical work, site
work, etc.
~. TOPOGRAPHIC DATA
Topography has been made and is included in the Contract
Documents for reference by the General Contractor.
EEB&G - 1 of 8
SITE WORK - EXCAVATION, EARTHWORK, BACKFILLING & GRADING - CONT'D.
This information is for general information of the Contractor
and neither the Owner nor the Engineer will assume responsibility
for variations of existing conditions. The Contractor shall use
his own judgment as to the actual conditions by inspection of the
site, the existing grades and conditions.
4. GENERAL
All necessary precauticns shall be taken to preserve the
material below and beyond the lines of all excavation in the soundest
possible condition. Any damage to the work due to the Contractor's
operations shall be repaired at the expense of and by the Contractor.
Any and all excess excavation for the convenience of the
Contractor or over-excavation performed by the Contractor for any
reason or purpose, except as may be ordered in writing by the
Engineer, and whether or not due to the fault of the Contractor,
shall be at the expense of the Contractor. Where required to com-
plete the work, all such excess excavation and over-excavation
shall be refilled with materials furnished and placed at the ex-
pense of and by the Contractor.
Due allowance shall be made by this Contractor to allow other
Contractors to install their work so that excavation and/or back-
filling will not be substantially disturbed by other Contractors
once it has been completed.
5. EXCAVATION
All site excavation and excavation for all structures and
improvements shall include the removal of earth, rock, less than
one cubic yard, masonry and other materials of any nature whatso~
ever that may be encountered.
Excavation lines shall be such as to provide sufficient
clearance for the proper performance of the work, and unless
otherwise required, such clearance shall be not less than one
foot outside the footings.
Excavation shall not be made below proposed grades except
where boulders are encountered or where removal of unstable material
is directed by the Engineer. Material removed below grade shall
be replaced with approved material thoroughly compacted or as
otherwise directed by the Engineer.
Sub-surface rock excavation shall include the removal of
boulders larger than one cubic yard in volume, Boulders shall be
removed to a minimum depth of 12-inches below subgrade. The cost
of sub-surface rock excavation shall be paid for separately.
EEB&G - 2 of 8
SITE WORK - EXCAVATION, EARTHWORK, BACKFILLING & GRADING - CONT'D.
When the excavations have been carried to the required depth
as shown on the drawings~ the Contractor shall do no more work
until after inspection by the Engineer, who shall order the founda-
tion or other work to proceed~ or further excavation as the
conditions indicate. No further wo7k shall be done until the
excavations therefor have been approved by the Engineer.
Excavations shall be kept dry and free from frost.
No excavations shall be made in frozen laaterials without
written approval.
No additional allowance or payment shall be made on account
of any materials being wet or frozen.
6. BORROW AREAS
If designated on the drawings or on the "DETAIl.ED SPECIFICATIONS"
the Contractor shall utilize borrow pits for the construction of
fill areas.
The depth of cut in borrow pits shall be as designated on
the drawings or in the "DETAILED SPF22IFICATIONS" and the cuts
shall be made to such designated depths.
The Contractor shall be allowed no additional payment for
extracting materials from the borrow pit and incorporating it
into the work.
Excavated surfaces of borrow pits above the ground water
surface shall be graded to slopes not steeper than shown in the
"DETAILED SPECIFICATIONS". The surfaces of wasted material shall
be left in a reasonably smooth and even condition.
Excessive moisture encountered in borrow pits shall be re-
duced by the Contractor by: excavating drainage ditches; by
allowing adequate time for curing or drying; or by any other
approved means. The Contractor shall receive no additional pay-
ment for delays due to poor trafficability in or near the borrow
area, or any other difficulties due to overly wet conditions
resulting from excessive moisture in or near the borrow pit.
To avoid the formation of pools in borrow pits during the
excavation operations, drainage ditches fro~ borrow pits to the
nearest outlets shall be excavated by 'the Contractor. No direct
payment shall be made for excavating drainage ditches.
EEB&G - 3 of 8
SITE WORK - EXCAVATION, EARTHWORK, tlaCKFiLi, ING & GRADING - CONT'D.
7, FILLS AND EMBANKMENTS
A. General - Fills and embankments shall be construct-d to
the lines and grades shown on the drawings.
B. Fills shall not be started until the area has been in-
spected and approved by the Engineer. Fill material shall be
free from frost, stumps, trees, roots, sod or muck. Only approved
material from excavation areas shall be used. Additional fill
material required in excess of that available from the cuts shall
be provided as specified under the section entitled, "FILL".
Material shall not be placed on frozen ground.
C. The fills and embankments for each portion shall be main-
tained approximately level throughout the entire length of each
layer.
D. Foundation Preparation - the foundation for the earth-
fill shall be prepared by leveling and rolling so that the surface
materials of the foundation will be as compact and well bonded with
the first layer of the earthfii! as herein specified for subsequent
layers of earthfill.
E. Placing - The combined excavation and placing operation
shall be such that the materials when compacted in the eartbfill
will be blended sufficiently to secure the best practicable degree
of compaction and stability. £ebb~n- and rock fragments having
maximum dimensions of more than 5-inches shall not be placed ia
the earthfill. The material shall be placed in the earthfill ~
continuous approximately horizontal layers not more than six (6)
inches in thickness after being rolled.
If in the opinion of the Engineer the surface of the prepared
foundation or rolled surface of any layer of earthfill is too dry
or smooth to bond properly with The layer of material to be placed
thereon, it shall be moistened and/or worked with harrow, scarifier,
or other suitable equipment to sufficient depth to provide satis-
factory bonding.
If in the opinion of the Engineer the rolled surface of any
layer of earthfill is too wet for proper compaction of the layer
of fill to be placed thereon, it shall be removed; allowed to dry;
or be worked with harrow, scarifier or other suitable equipment
to reduce the water content to the proper amount; and then it shall
be recOmpacted.
Tamping rollers shall be used for compacting earthfill.
~ollers shall be furnished by the Contractor.
w.F.R&G - 4 of 8
SITE WORK - EXCAVATION, EARTHWORK, BACKFILLIN¢ & GRADING - CONT'D.
Sandy soils shall be placed ill 4-inch ~O 6-inch layers and
compacted with caterpillar type tractor, tanping roller, smooth-
wheel roller weighing 8 to 10 tons, or appyoved pneumatic roller.
Clay soils shall be placed in 6-inch maxi~m layers and compacted
with light tamping roller. Glacial fill shall be placed in 8-inch
maximum layers and compacted with heavy t~mping roller. The Con-
tractor may use other equipment if approved. Places inaccessible
to roller shall be compacted with mechan;cal or hand tampers.
Stones in earthfill shall be well distributed. No stones over
4-inches in diameter shall be left within 12-inches of finished
subgrade. Each layer shall be free o£ ruts and shall meet com-
paction requirements before the succeeding layer is placed. At
least the top 12-inches of subgrade for pavement, sidewalk, slabs,
retaining walls, footings and all other structures, shall be of
selected granular meterial. Operation of equipment shall be dis-
tributed to avoid rutting and une4ual compaction.
When the Engineer orders loam or heavy material to be mixed
and graded with sandy or light material for sufficient bonding
and ~ompaction~ the Contractor shall perform this work to the
complete satisfaction of tbe Engineer.
8. SHORING AND D~AINING
Whenever necessary to malntain the banks of excavation in a
safe and stable condition, the Contractor shall furnish and install
temporary sheet piling or planks, braces and shores of good sound
timber of adequate strength and shall remove such piling or shoring
as the foundation work progresses.
Excavations and the job site, in general, shall be kept free
from water, ice and snow during coustruction. This shall include
the excavation am/ ~aintenance of temporary ditches, and the
furnishing and operation of pumps or other equipment needs to
~roperly drain the work.
Remove shoring and pilinq before backfill±n9 is completed,
but nok until permanent supports have been placed, or as directed.
No additional payment shall be made for shoring and draining.
9, ~CKFILL
After inspection and approval of foundations and other work
which is to be covered by backfill, the excavated areas shall be
backfilled with clean selected material previously excavated,
free from organic matter and frozen lumps, and approved by the
SITE WORK - EXCAVATION, EARTHWORK, BACKFILLING & GRADING - CONT'D.
Engineer. Material shall be backfilled in 12-inch layers and
thoroughly tamped between layers. Mechanical tampers shall be
used wherever possible. If directed by the Engineer, the back-
fill shall be thoroughly saturated with water as it is placed.
If backfilling is required !~eneath footings, whether due to
Contractor's excavating error or otherwise, this shall be accom-
plished using 2500 psi concrete, mixed and placed in accordance
with the Article entitled "CONCRETE WORK" of the Specifications.
Do not backfill walls or foundations until concrete has
attained adequate strength and/or adequate shoring is provided.
A minimum of forty-eight (48) hours is required after applying
the second coat of waterproofing, in addition to the strength
requirements. Backfill for each layer shall be thoroughly com-
pacted to attain 95% of maximum density at optimum moisture as
determined by AASHTO T-99, Method C. The Contractor shall
perform compaction testing to the extent considered necessary by
the Engineer, to attain specified results, and the cost of all
such testing shall be borne by this Contractor.
10. COMPACTION REQUIREMENTS - PAVED AREAS & FOUNDATION AREAS
In construction of fill areas and preparation of subgrades
in areas to be paved or where other permanent structures are to
be built, all soils shall be compacted to 95% of maximum density
at optimum moisture as determined by AASHTO T-99, Method C,
except that soils for a depth of 9-inches below pavement and
structure subgrades in both cuts and embankments shall be compacted
to not less than 100%. Soils which have a maximum density less
than 100 lbs. per cubic foot as determined by A.S.T.M. D1557,
Method C shall be wasted or mixed with heavier soils to obtain
the required weight.
When material varies from optimum moisture content, it shall
be treated as follows: when wet, it shall be drained or worked
until optimum moisture content is attained; when dry, it shall be
watered.
11. CO{~ACTION REOUI~E~ENTS - UNP&y/ID AREAS
In construction of fill areas in areas to remain unpaved,
and where no structures will be built, all filled soils to what-
ever depth is required below finished grade shall be compacted
to 90% of maximum density at optimum moisture as determined by
A.S.T.~. D1557, ~ethod C. Underweight soil and moisture content
shall be controlled in accordance with Paragraph 10.
EEB~G - 6 of 8
SITE WORK - EXCAVATION, EARTHWORK, BACKFILLING & GRADING - CONT'D.
12. TOLERANCES
Subgrades shall be formed and compacted in accordance with
plans and specifications to within a tolerance of + or - 1/2-inch.
13. FINISHING SLOPES AND SURFACES
All slopes shall be finished to smooth, compact surfaces in
conformity with the plans. Blade grader or scraper finish will be
allowed on slopes.
14. DISPOSAL OF EXCESS MATERIAL
All excess or unsuitable excavated material over and above
the quantity required for fill areas shall be hauled from the site.
The Contractor is responsible to load and haul away all excavated
material deemed surplus to tile needs of this project by the
Engineer. Excess or unsuitable material hauled away from the
site shall be paid for as specified in the "DETAILED SPECIFICATIONS".
The Contractor sh~ll be held to slightly above water level
truck loads to insure against spillage on the public streets, and
for cleaning such spillage should it occur.
15. MAINTAINING ROUGH GRADES
Considering that fine grading with topsoil, as specified in
the section "TOPSOIL SPREADING & FINE GRADING" under this Contract,
will not begin until some time after completion of the rough grading
work under this Contract, the subgrades may be disturbed by weather
and erosion. It will then become the responsibility of this Con-
tractor to restore and reErade ~!1 portions of the work which are
not within a tolerance of + or - 1/2-inch of the required elevations.
This will include but not be limited to washed out embankments,
gorges, ruts and valleys and deposits of material on lower levels
of the work. The Contractor shall include the cost of this work in
his lump sum price bid for excavation and grading even though the
time lapse is several months. The Contractor will not, however,
be held responsible for portions of the completed work which may be
disturbed by equipment used by other Contractors.
16, pAYmENT
A. Estimated quantities of excavation, fills, etc., required
for the construction of facilities, establishment of proposed
grades, etc., is as specified in the "DETAILED SPECIFICATIONS".
EEB~G - 7 of 8
SITE WORK - BXCAVATION, EARTHWORK, BACKFILLING & GRADING - CONT'D.
This estimated quantity is for informational purposes only. The
exact amount of excavation required for all Construction, shall be
computed by the Contractor for bidding purposes. Any difference
between computed quantities and Engineer's estimated quantities
shall be furnished, installed and payment for same shall be made
as specified in the "DETAILED SPECIFICATIONS".
B. Disposal of excavated, exce6s or unsuitable material shall
be as specified in the "DETAILED SPECIFICATIONS". The estimated
quantity of material to be disposed is as specified in the"DETAILED
SPECIFICATIONS".
C. For sub-surface rock excavation, that is, rocks, boulders
and masonry structures larger than one (1) cubic yard, payment
shall be made as specified in the "DETAILED SPECIFICATIONS" at the
contract price per cubic yard as measured by the Engineer. Sub-
surface rock excavation shall be removed by drilling, wedging,
sledging or barring, or breaking up with a power hand tool. No
blasting shall be permitted. The price bid for this item shall
include all the costs of labor, materials and equipment necessary
to complete the work as specified. Disposal of rocks or masonry
removed shall be incluxted under this Item.
EEB&G - 8 of 8
~_/~ HOLZMACHER. McLENDON & MURRELL, P.C
DETAILED SPECIFICATIONS - SITE i~ORK - EXCAVATION, EARTHNORK,
AND GRADING
BACKFILLING
2. WORK NOT INCLUDED
DELETE this section. The Contractor is responsible for all work
required by this project.
6. BORROW AREAS
Borrow pits on the site are not permitted for this project.
7. FILLS AND EMBANKMENT
DELETE fourth sentence of paragraph B. ADD, Additional fill
material shall be subject to the approval of the Engineer. The material
is to be clean, well graded, sandy soil containing not more than 8%
of fine material. Fine material is defined as that which passes a
No. 200 sieve.
9. BACKFILLING
Concrete backfilling shall be in accordance with section entitled
"STRUCTURAL CONCRETE" of the specifications.
10. COMPACTION REQUIREMENTS - PAVED AREAS AND FOUNDATION AREAS
Ail soils to be backfilled that provide support for footings,
foundation slabs and other load bearing structures shall be compacted
to 100% of maximum density at the optimum moisture content as deter-
mined byAASHTO T-99, Method C. Compaction of bac~ill shall take
place in layers of 6-inch maximum thickness with clean selected
material previously excavated and shall be performed by means of
mechanical tampers wherever possible. Field tests to verify specified
compaction are to be performed on various samples at each backfilled
and compacted layer as determined by Engineer. Compaction tests shall
be performed by a certified testing laboratory and approved by the
Engineer. Method of field testing compacted layers is to be in
accordance with A.S.T.M. D1556, and results are to be submitted simul-
taneously to the Contractor and Engineer. No backfilling is to be
performed until the previous backfilled layer is properly compacted
as specified above. The Contractor shall make every effort to allow
for possible provisions in order to enable a second independent soils
testing laboratory to perform compaction tests at the discretion of
the Owner/Engineer. Results of these tests will De available to the
Contractor upon request. Expenses for soil testing borne by the
Contractor are limited to those tests whereby results are submitted
simultaneously to the Contractor and Engineer. The Owner will bear
the cost of the second independent testing.
DS - EEB&G - 1 of 2
HOLZMACHER, McLENDON & MURRELL, P.C. I H2M CORP.
CONSULTING ENGINEERS AND ENVIRONMENTAL SCIENTISTS
DETAILED SPECIFICATIONS - SITE WORK - EXCAVATION, EARTHWORK, BACKFILLING
AND GRADING - CONT'D.
14. DISPOSAL OF EXCESS MATERIAL
The Contractor shall cover trucks to further insure against
spillage on Village or any other property. Excess material shall
be disposed of at the Town of Southold - Cutchogue landfill site.
However, material may be used by the Contractor at other locations
subject to the approval of NYSDEC. The following office shall be
notified prior to removal of excess material to locations other
than the designated landfill site:
New York State Department of
Enuironmental Conservation
c/o Mr. A1 Kellar
State University of New York
Building 40
Stony Brook, New York 11794
Tel. No.: (516) 751-7900
16. PAYMENT
Payment shall be made for "Additional Excavation" and "Additional
Backfill", as ordered by the Engineer, at the unit price bid per cubic
yard for each of the respective items. All subsurface "rock excavation"
shall be included in the "Additional Excavation" item.
DS - EEB&G - 2 of 2
I"IOI. ZMACHER, McI. ENDON & MURRFJ.~ P.C. I H2M CORP.
SITE WORK - CLEARING AND GRUBBING
1.0 - SCOPE
The work includes furnishing all labor,materials, equipment, and
appliances required for the complete execution of clearing and grubbing
work, as shown on the drawings, specified herein and as required by con-
ditions at the site and as directed by the Engineer. Work shall include,
but not be limited to:
1. The project site shall be cleared and grubbed within the
limits shown on the plans.
2. Disposal of, away from the site, all trees, logs, stumps,
brush, vegetation, rubbish, rubble, junk, and other perishable or ob-
jectionable matter.
3. No claims shall be allowed for unexpected work as it is
the requirement of this section of the contract that the Contractor
shall visually inspect and walk through all areas of the site and re-
view the test boring data available at the Engineer's office prior to
submitting a bid.
2.0 _ CLEARING AND GRUBBING
The limits of areas to be cleared and grubbed are as shown on the
drawings. The areas designated shall be cleared of trees, logs, stumps,
shrubs, vegetation, brush, rubbish, rubble and all other objectionable
or perishable matter, as determined by the Engineer. Ail roots and
stumps shall be grubbed and excavated unless otherwise specified or
approved.
The Contractor shall be responsible for removing the whole tree
and stump and backfilling the stump hole with suitable material taken
from the site to the satisfaction of the Engineer.
3.0 BURNING OF MATERIALS NOT PERMITTED
Burning of materials on the site shall NOT be permitted.
Disposal of materials at the Town Landfill shall be in accordance
with any local ordinances in effect and any fees for disposal shall be
waived by the Town.
HOLZMACHER, McLE. NDON & MURRELI., P.C. I H2M CORP.
C~t~$ULTING EHGINF. LRI AND ENVIRONMENTAl,
SITE WORK - CLEARING AND GRUBBING - CONT'D.
4.0 BASIS OF PAYMENT
NO separate payment shall be made for clearing and grubbing.
Payment shall be included in the base bid for this contract for all
labor, material, equipment and incidentals necessary to complete
the work under this item.
C&G - 2 of 2
SITE I;ORK - TOPSOIL SPRI::ADING AND FINE GI:ADING
1. SCOPE
The work includes all Iabor, material, equipment and appliances
required for the complete execution of all Topsoil Spreading and Fine
Grading Work, required o): the drawings, these Specifications, the
"DETAILED SPECIFICATIONS", conditions at tile site and as directed by
the Engineer.
2. TOPSOIL~ SPREADING AND Flhqg GRADING
A. All stripping and stockpiling of existing usable topsoil on
the site shall be done bv thi~ Contractor.
B. Before completion of this Contract, after all rough grading
work has been completed to establish new grades, as shown on the
drawings, in accordance ~lith the ~ection o£ the specifications entitled
"EXCAVATION, BACKFILLING & G~ADING", this Contractor shall spread and
fine grade, to provide a minimum top soil depth of 6", all stockpiled
topsc~l and all approved ~urnisbed topsoil within the cleared and
stripped area and within the area o£ the proposed new finished g~ades.
C. Fine graoing shall be clone with topsoil to bring the sub-grade
to the proposed finished:elevations, as shown on :he drawings.
D. All topsoil brought to the site shall be free of an admixture
of subsoil and shall be reasonably free of stones, lumps, clods of
hard earth, plants, or their roots, sticks and other extraneous matter.
The topsoil shall be fertile, friable, a natural loam containing a
liberal amount of humus and shall be capable of sustaining vigorous
plant and grass seed growth. All topsoil shall be approved by the
Engineer prior to delivery to the site.
E. Grading of the subgrade within the areas to be covered by
topsoil shall be in accordance with the section of the specifications
entitled, "EXCAVATION, BACKFILLING AND GRADING". Subgrade shall
be 6" below finished grade elevation.
F. This Contractor shall either sod or seed, or both, the entire
area where topsoil is placed in accordance with the section of the
specifications entitled, "SOIL PREPARATION AND SEEDING", and/or
"SOD & SODDING".
O. If a sufficient amount of topsoil is not available from the
stockpile areas to provide the required minimum depth, the Contractor
shall furnish the remaining topsoil from a source off the site which
shall be approved by the Engiaeer at the source, prior to delivery at
the site and at no additional cost to the Owner.
TSFG - 1 of 2
H2M CORP. / HOI. ZMACHERo I~LENOON & MURI~r~ ~. P.C.
SITE WORK - TOPSOIL SPREADING AND FINE GRADING - CONT'D.
3. BASIS OF PAYMENT
The cost for furnishing all labor, materials, equipment and
applicances required to complete the execution of all TOPSOIL
SPREADING AND FINE GRADING shall be included in the base bid for
this Contract.
TSFG - 2 of 2
SITE WORK - SOIL PREPARATION AND SEEDING
1. SCOPE
The work includes all labor, material~ equipment m%d ap-
pliances required for furnishing and sowing seed on :Y"eas
shown on the plans and maintaining work ms specified. This
item also includes furnishiu~ and incorporating soil con-
ditioners, lime and fertilizer, prepnrinff ~round surface for
seeding and fu:nishin~ mulch and mk~lckin~, as ap?tilted.
2, ~.IATER IALS
-9.1 - Grass Seed - The grnss seed '"'. .... .... ;ure shall cousist of:
Grass
Maximum 7% Puritv Maximum ~ Germination
30% Merion Kentucky
Blue Grass
9O gO
60% -'{entucky 31 95 90
Fescue
10% Redtop 95 95
Grass seed shall be fresh, re-cleaned seed of the latest
crop, mixed in the above proportions by weight and meeting the
above standards of pure live seed content- Grass seed shall be
delivered to the site in the original, unopened containers. All
seed and seed labels shall be in accordance with State and
Federal Laws, Rules and Regulations us each is in effect on the
date of invitation of bids.
The seeds shall meet the minimum specified r~quirements
regardless of the ~-uarantee of qualities or dates of testing.
Seeds, packing and labeling not meeting the specifications
will be rejected, Seed which has become wet~ mouldy or other~
wise damaged in transit or storage will not be ucceptable.
2.2 - Fertilizer
Superphosphate - Superphosphate shall contain a minimum of
20~ available phosphoric acid. The guaranteed percentage of
available phosphoric acid shall be stated as n part of the name.
10-6-4 Fertilxzer - The fertilizer shall be standard quality
commercial c~riers of available plaut food elements. It shall
consist of nitrogen, phosphoric acid nnd potash in the ratio of
10~ nitrogen, G~ phosphoric acid and 4% potash. At least 50~ of
the available nitrogen shall be present in an organic form.
SPaS - ! of 4
SITE WORK - SOIL PREPARATION AND SEEDING - CONT'D.
2.3 - Limestone - Affricultural limestone shall be C~ound
dolomitic limestone con~aining a minimum of 9~ of calcium
and magnesium carbonates. !00~ shall pass the 10 mesh screen
and a minimum of 5~ the 100 mesh screen.
~.4 - Topsoil - Necessary topsoil for seeded areas shall
be from existing s~ockpiles on site and/or topsoil brought to
the site in accordance with the section of the specifications
entitled, "TOPSOIL, SPREADING AND FINE GRADING".
~,5 - Water - i'/a~er shall be free from oils, acids, alkalis,
salt and chemicals which may inhibit grass growth.
2.6 - Uulch - ~ulch shall be low-grade, musty, spoiled,
partially rotted h~y or straw. Mulch that contains detrimental
seeds or noxious weeds ~i!l be rejected.
~,7 - P~ys$cal Soil Conditions - Peat moss shall have a
minimum organic matter content of 90~ ~nd moisture absorptive
capacity of 450 to 500%.
3,
3,1 - Season - Grass seed shall be sown in the fall during
September and not later than October 15th, or at such other
times as approved by the Engineer. The Contractor shall notify
the Engineer at least 43 hours in advance of the time he intends
to begin sowing seed and shall not proceed with such ~ork until
permission to do so has been obtained from the Engineer. I/hen
delays in operations carry the ~rk beyond the dates specified,
o~ when high winds, excessive moisture or ice are such that
satisfactory results are not likely to be obtained for any stage
of the ~ork, the Engineer will stop the r~ork. The ~ork shall be
resumed only r;hen the desired results are likely to be obtained or
~hen corrective measures and procedures are, adopted. TFnen sodding
is to be done in the same general areas, the sodding shall be done
before the seed is sown and equipment used during seeding shall
cause no damage to the sodded ~reas.
3.2 - Preparation of Soll - Areas to be seeded shall be
~aintained at approved grades and irregularities which form
low places which hold water shall be eliminated. Areas to be
seeded shall bo harrowed, disced or otherwise completely pul-
verized to a state of tillage to a depth of four (4) inches.
All stone or other unsuitable material over two (2) inches in
greatest dimension shall be removed from the site. After the
soil has been tilled to the satisfaction of the Engineer,
SP&S - 2 of 4
HOLZH^CI4ER, NcL£NOON & HURRELI... P.C.
SITE WORK - SOIL PREPARATION AND SEEDING - CONT'D.
superphosphate (20%), at the rate of 2,000 lbs. per acre, agrieultural
limestone at the rate of 4,000 lbs. per acre, and peat moss at the rate
of 43 cubic yards per acre ~hall be applied and thoroughly disced into
the soil to a depth of at least four (4) inches.
3.3 - Sowin~ ~eed and Fertilizin~ - Any method of distribution by
mechanical distributor will be acceptable except that seed shall not
be injured in the process of spreading.
The 10-6-4 fertilizer shall be incorporated into the upper two (2)
inches of the soil prior to seeding, at the rate of 900 lbs. per acre.
The distributor shall be run over the ground to sow the seed at the
rate of 160 lbs. per acre. No seeding shall be done in windy weather
or when the ground is wet or otherwise untillable. After sowing, the
seeded areas shall be lightly rolled, with a roller weighing not more
than 100 lbs. per foot of width. Ail mechanical equipment for seeding
and rollers shall be as approved and shall pass parallel to the contours
unless 'otherwise approved to obtain uniform ~o~rage of all mate[isls.
3.4 - Mulch - After seeding, mulch at the rate of two (2) tons dry
weight per acre shall be epread in a continuous blanket over the seeded
areas. The mulch may be spread by hand or machinery approved by the
Engineer.
Mulching shall be performed not later than three days after seeding.
Mulch shall be anchored on all slope areas. Anchorage to hold mulch in
place shall be by a method approved by the Engineer.
3.5 - Waterin~ - All seeded areas shall be watered lightly upon
completion of seeding and mulching in such a manner that the soil
does not wash.
4. ~A INTENANCE
4.1 - General - The Contractor shall maintain the seeded and mulched
areas from the time of planting until one year after date of Final Cer-
tificate. Maintenance shall consist of repairing any areas damaged
following the seeding and mulching operations due to wind, fire, water,
watering, mulch removal and cutting. Damaged areas shall be repaired
to re-establish the condition and grade of the area prior to seeding
and shall then be refertilized, reseeded and remulched as specified
herein.
SP&3 - 3 of 4
SITE WORK - SOIL PREPARATION AND SEEDING - CONT'D.
In addition to the foregoing requirements, the Contractor shall
be responsible for the following operations:
4.2 - %Vatering - The Contractor shall be responsible for any
necessary irrigation to secure adequate germination and initial
establishment of the grass to the time of the first cutting.
4.3 - Mulch Removal - Mulch shall be removed from the seeded
areas by the contractor at any time prior to the first cutting or
when requested by the Engineer.
4.4 - Cutting - The Contractor shall be responsible for the
first cutting of the grass only. Clippings shall be to a height
of 1-1/2 inches when the grass has attained an average height of
2-1/2 inches. All clippings shall be removed.
5. METHOD OF PAYMENT
Payment for the Work included under this item shall be included
in the base bid for this Contract. The work includes all labor,
material, equipment and applicances required for furnishing and sowing
seed on areas shown on the plans and maintaining work as specified.
This item also includes furnishing and incorporating soil conditioners
lime fertilizer, preparing ground surface for seeding and furnishing
mulch and mulching as specified.
SP&S - 4 of 4
PORTLAND CEMENT CONCRETE PAVEMENT REMOVAL & RESTORATION
1.0 SCOPE
Under the section of the specifications the Contractor shall
remove, dispose of and perform the subsequent restoration of all areas
where portland cement concrete pavements are disturbed or destroyed
as a result of the work under this Contract.
2.0 GENERAL
Ail work shall be in accordance with all applicable portions in
accordance with all applicable portions of Section 500 through Section
503 of the Standard Specifications, construction and Materials, New York
State Department of Transportation (~SDOT), January 2, 1981, as amended.
All pavement to be removed shall be sawcut. The purpose of the
sawcuts is to provide a neat and true joint line between the abutting
pavement to remain and the subsequent pavement placed as part of this
Contract.
The Engineer will mark with paint all locations where sawcutting
of concrete pavements is required. The Contractor, prior to cutting
existing pavements, shall mark the cutting lines by means of a "snap
line" to assure a uniform and even cut. Concrete shall be cut with
a concrete saw to a minimum depth of at least two (2) inches for all
pavements. In the event that a deeper cut is required to obtain a
neat edge it shall be performed as part of this Contract.
3.0 LIMITS OF PAVEMENT RESTORATION
Any concrete pavement disturbed or destroyed by the Contractor
shall be restored between the two existing adjacent longitudinal
joints. In the event that a trench or excavation extends to within
ten (10) feet of a transverse joint in an existing concrete pavement,
that portion of the roadway shall be restored completely to the affected
transverse joint.
4.0 SUBGRADE AND FINE GRADING
The subgrade shall be of granular material and shall be cleaned of
all loose or foreian material, reshaped if rutted, and otherwise pre-
pared so as to provide uniform support for the pavement. All soft or
unsuitable material such as loam shall be removed to a depth of at
least twelve (12) inches, or as may be directed by the Engineer, and
replaced with suitable material approved by the Engineer and compacted
in four (4) inch layers to the pavement base. The costs for any addi-
tional excavation and backfill shall be included in the lump sum price
bid for this Contract.
PR&R 1 of $
~.~ HOL~MACHi~R. McLI:NDON & MURRELL. PC:
Shaping and compaction of the subgrade shall be accomplished by
blade grading, where applicable and by rolling with an approved two
wheel or pneumatic roller. All equip~nt for preparation of sub-
grade shall be in first class working order and shall be subject to
any inspection the Engineer may desire prior to being placed in use.
After the subgrade has been prepared and compacted to the required
uniform density and to the required elevation, alignment and cross-
section, it shall be maintained in that condition until the pavement
is placed thereon. Pavement will not be placed upon any frozen sub-
grade or upon any material which, in the opinion of the Engineer, is
unsuitable as a pavement foundation.
The subgrade to be consolidated shall be compacted to 90 percent
(90%) of maximum density at optimum moisture as determined by A.A.S.H.T.0
T-99, except that soils for a depth of 9 inches below the bottom edge of
the pavements in both cuts and embankments shall be compacted to not less
than 95 percent (95%). Soils which have a maximum density less than 100
pounds per cubic foot, as determined by A.A.S.H.T.O. T-99, shall be was-
ted or mixed with heavier soils to obtain the required weight.
5.0 PAVEMENT RESTORATION
The concrete used for all pavement restoration shall conform in
all respects to Type C Unreinforced Concrete Pavement as outlined in
Section 501 of the aforementioned N.Y.S.D.O.T. specifications. The
actual construction of all unreinforced concrete pavement shall be in
accordance with Section 502 of the N.Y.S.D.O.T. specifications.
6.0 BASIS OF PAYMENT
The payment for all work included under this Section, such as
removing and disposing Of all existing concrete pavements, furnishing
and constructing all new concrete pavements and performing all incidental
work necessary to complete the required pavement restoration shall be
included in the lump sum price bid for this contract.
PR&R 2 of 2
~{~ HOI..ZMACHER, McLENDON & MURRELL, P.C.
SITE WORK - PAVEMENT CONSTRUCTION
1.0 SCOPE
Under this work, the Contractor shall remove and dispose of all
existing paved roadways where required, and shall compact and shape
the subgrade, fine grade the earth surface and construct thereon an
asphaltic concrete pavement on a dense graded crushed stone blend base
to the thickness specified on the plans, as ordered by and to the
approval of the Engineer. Any temporary pavement placed by this or any
other contractor shall be removed under this work. All work shall be in
accordance with these specifications and those of the Highway Department
of the Town of Southold.
2.0 SUBGRADE AND FINE GRADING
The subgrade shall be cleaned of all loose or foreign material,
reshaped if rutted, and otherwise prepared so as to provide uniform
support for the pavement. All soft or unsuitable material such as loam
or clay shall be removed to a depth of at least 12 inches, or as may
be directed by the Engineer, and replaced with suitable material approved
by the Engineer and rolled in 4-inch layers to subgrade. Granular
material if ordered by the Engineer, shall be used to replace suitable
soil. Excavation and removal of unsuitable material, however, shall
be included in the base bid.
Shaping and compaction of the subgrade shall be accomplished by
blade grading, where applicable, and by rolling with an approved two
wheel or pneumatic roller. All equipment for preparation of subgrade
and for placing and finishing of pavement shall be in first class working
order and shall be subject to any inspection the Engineer may desire
prior to being placed in use. After the subgrade has been prepared
and compacted to the required uniform density and to the required
elevation, alignment and cross-section, it shall be maintained in that
condition until the pavement is placed thereon. Pavement will not
be placed upon any frozen subgrade or upon any material which, in the
opinion of the Engineer, is unsuitable as a pavement foundation.
The subgrade to be consolidated shall be compacted to 90 percent
(90%) of maximum density at optimum moisture as determined by A.A.S.H.T.O
T-99, Method C, except that soils for a depth of 9 inches below pave-
ment subgrades, in both cuts and embankments, shall be compacted to
not less than 95 percent (95%). soils which have a maximum density
less than 100 pounds per cubic foot, as determined by A.A.S.H.T.O. T-99,
shall be wasted or mixed with heavier soils to obtain the required
weight.
PVT- 1 of 9
R
~j~ HOLZMACHER, McLENDON & MURRELI-, P.C.
SITE WORK - PAVEMENT CONSTRUCTION (CONT'D.)
The Contractor shall perform compaction testing to the extent
considered necessary by the Engineer, to verify compaction has been
achieved in accordance with these specifications. The cost of such
testing shall be borne by this Contractor.
3.0 DENSE GRADED STONE BLEND BASE COURSE
Upon a properly stabilized, compacted, finely graded and shaped
subgrade, a dense graded crushed stone blend base course shall be
placed, graded and compacted to the minimum depths indicated on the
plans.
3.1 Material
The base course blend shall consist of crushed stone blended
with crushed stone screenings and shall be such as to provide a mini-
mum dry density of 145 pounds per cubic foot when compacted at optimum
moisture content when tested in conformance with A.S.T.M. D-1557,
Method D. The sample shall contain all of the coarse aggregate sizes.
That portion of the stone blend that passes the #40 screen shall have
a plasticity index of zero. Crushed stone shall consist of clean,
durable, sharp angled fragments of rock. Of that material retained
on the 1/2" square sieve, not more than 10 percent (10%) by weight,
shall consist of flat or elongated pieces. A flat or elongated piece
is defined as one whose greatest dimension is more than three times
its least dimension. Coarse aggregate when subject to five cycles
of the soundness test shall have a weight loss of not more than 5
percent (5%) with sodium sulphate or 10 percent (10%) with manganesium
sulphate.
The base course blend of crushed stone and crushed stone screenings
shall conform to the gradation as follows:
SCREEN SIZE
% PASSING
1-1/2" 100%
1" 90-100
1/2" 65-85
3/8" 55-75
%4 40-55
~8 30-45
~16 22-36
#30 16-27
~50 12-19
#100 7-13
~200 3-7
PVT - 2 of 9 <~%w~='=~
HOLZMACHER, McLENDON & MURRELL. P.C.
SITE WORK - PAVEMENT CONSTRUCTION (CONT'D.)
3.2 - Method
The base course blend shall be spread with approved mechanical
spreader equipment. No material shall be spread from piles dumped
on the site. No segregation of large or fine particles will be
permitted.
It shall be the Contractor's responsibility to prepare the sub-
grade to a dense, stabilized, compacted and unyielding state; and to
place, grade and compact the base course blend to the minimum thickness
specified (approximately 1-1/2" below finished grade for pavements
without binder course and approximately 3" below finished grade in those
areas where a binder course will be utilized).
After the base course blend has been laid loose and shaped, it
shall be rolled with an approved steel wheel roller. During rolling,
the base course shall be kept in a moist condition to allow compaction
to maximum density (approximately 6 percent (6%) moisture). In 'lieu
of the moisture requirement for compaction, an approved vibratory
compactor may be used to obtain initial keying and to permit rolling
with the required steel wheel roller.
If the base course is left for an extended length of time before
placing the asphalt wearing or binder course, the Contractor shall
add additional base course blended stone, and shall reshape, reroll
and recompact the base course to the prescribed grade.
Before placing any asphalt, the base course shall be checked
in the presence of the Engineer and any irregularities shall be
properly corrected to receive the required asphalt thickness to the
correct finished grade.
4.0 ASPHALTIC CONCRETE BINDER COURSE
After satisfactory completion of the base course construction,
the Contractor shall construct a one layer binder course (where
specified) of asphaltic concrete placed and compacted to a minimum
thickness of 1-1/2". The rate of asphalt placement shall be such
that the yield shall never exceed 12.6 square yards/ton and the average
yeild shall not be more than 12.0 square yards/ton. It shall be the
Contractor's responsibility to maintain checks on the actual rate of
placement as the work progresses and make such adjustments as are
required to insure the proper yield. The surface of the finished
asphalt course shall be tested with a 16-foot straight edge (furnished
by the Contractor), where applicable. Any variation of more than
1/4" shall be corrected in a manner satisfactory to the Engineer. In
those areas where resurfacing existing pavement has been specified
~ HOI. ZMACHER, McLENOON & MURRELL, P.C.
SITE WORK - PAVEMENT CONSTRUCTION (CONT'D.)
on the plans, binder course shall be placed at the direction of the
Engineer to provide a uniform surface on which the proposed wearing
course can be placed. In those areas where binder is to be placed as a
truing and/or leveling course the existing pavement shall receive a
tack coat prior to the installation of the binder material. Tack coat
shall be applied in accordance with the section of these Specifications
entitled "TACK COAT".
5.0 ASPHALTIC CONCRETE WEARING COURSE
After satisfactory completion of base course construction (or
binder course, where applicable) the Contractor shall construct a one
layer wearing course of asphaltic concrete placed and compacted to a
minimum depth of 1-1/2". The rate of asphalt placement shall be such
that the yield shall never exceed 12.6 square yards/ton and the average
yield shall not be more than 12 square yards/ton. It shall be the Con-
tractor's responsibility to maintain checks on the actual rate of place-
ment as the work progresses and make such adjustments as are required
to insure the final yield factor. The surface of the finished asphalt
course shall be tested with a 16-foot straight edge, where applicable,
furnished by the Contractor, and shall be observed after rains. Any
variation or puddles of more than 1/4" shall be corrected in a manner
satisfactory to the Engineer. In those areas where existing pavements
are to be resurfaced, the entire area to be resurfaced shall receive
a tack coat prior to the installation of the new wearing course. Tack
coat shall be applied in accordance with the section of these
Specifications entitled, "TACK COAT."
6.0 MATERIALS FOR ASPHALTIC CONCRETE COURSES
6.1 - Asphaltic Concrete - The asphaltic concrete mixtures shall
conform to those specified by the New York State Department of Trans-
portation in the Standard Specifications dated January 2, 1981.
BINDER COURSE COMPOSITION (TYPE
SCREEN SIZE
GENERAL LIMITS JOB MIX
% PASS % TOL.
1-1/2" 100 -
1" 95-100 ~6
1/2" 70-90 ~7
1/4" 48-74 ~7
1/8" 32-62 ~7
20 15-39 ~7
40 8-27 ~4
80 4-16 ~2
200 2-8
PVT - 4 of 9
HOLZMACHER, McLENOON & MURRELL. P.C.
ISITE WORK - PAVEMENT
CONSTRUCTION
(CONT' D.
)
MATERIAL
% Asphalt Cement Content
Mixing and Placing Temp.
Range (Degrees F.)
Asphalt Cement Grade
JOB MI X
RANGE % TOL.
4.5-6.5 +0.4
250o-325°
AC-20
TOP COURSE COMPOSITION (TYPE 6)
SCREEN SIZE
GENERAL LIMITS JOB MIX
% PASS % TOL.
1" 100 +0
1/2" 90-100 ~5
1/4" 65-85 ~7
1/8" 36-65 ~7
20 15-39 ~7
40 8-27 ~7
80 4-16 -~
200 3-6 ~
% Asphalt Cement 5.8-7.0 ~0.4
Mixing & Placing Temp.
Range (Degrees F.)
2500_325°
Asphalt Cement Grade
AC-20
6.2 - Coarse Aggregates - Coarse aggregate shall consist of crushed
stone, crushed gravel, screened gravel or crushed air-cooled blast
furnace slag, conforming to the requirements for NYSDOT Type 6.
6.3 - Fine Aggregates - Fine aggregate shall consist of natural sand
from the"Long Island, New York area. All fine aggregate shall consist
of hard, strong, durable particles which are free from a coating or any
injurious amounts of clay, loam or other deleterious substances.
6.4 - Mineral Filler - Mineral filler shall be limestone dust or
material dust approved by the Engineer, shall be thoroughly dry and,
when delivered to the mixer, it shall be free from lumps and loosely
bonded aggregations.
PVT - 5 of 9
I--t~ HOLZMACHER. McLENOON & MURRELL, P.C.
SITE WORK - PAVEMENT CONSTRUCTION (CONT'D.)
6.5 - Asphalt Cement - The asphalt shall be prepared by refining
crude petroleum by suitable methods. The asphalt cement shall be
homogeneous, free from water and shall not foam when heated to
347 degrees F.
Silicone additives will be permitted in paving asphalts. Silicone
may be introduced into the asphalt in accordance with the manufacturer's
recommendations either at the refinery, terminal or at a mixing plant
storage tank. Asphalt treated with silicone shall conform to the
specifications for untreated asphalt.
7.0 - TRANSPORTATION
The mixture shall be transported from the paving plant to the
job site in tight vehicles with metal bottoms previously cleaned.of
all foreign materials. When directed by the Engineer, the vehicles
shall be suitably insulated and each load shall be covered with canvas
or other suitable material of sufficient ~ize to protect it from weather
conditions. The inside surface of all vehicles used for hauling the
plant mix must be lightly lubricated with a thin oil or soap solution
just before loading, but excess lubricant will not be permitted. No
loads shall be sent out so late in the day as to prevent the spreading
and compaction of the mixture during daylight hours unless artificial
light approved by the Enginee~ is provided.
8.0 - MACHINES AND EQUIPMENT FOR PLACING ASPHALTIC CONCRETE
Spreading and finishing machines of an approved type may be used
where the quantity of pavement and local conditions are suitable.
Where the area of pavement exceeds 1,500 square yards, asphalt finishin¢
machines shall be used. Machines shall be equipped with easily adjus-
table strike-off plates.
Rollers used to compact asphaltic concrete binder and/or wearing
course shall weigh not less than ten (10) tons, or shall be a vibratory
type roller with a minimum weight of two (2) tons, and providing a
compactive effort equal to that of a ten (10) ton roller.
The wheels of rollers and paving machines shall be kept clean at
all times. Water or a mixture of water and ten percent (10%) lubri-
cating oil may be used to wet the wheels. Hot water, gasoline, grease
or oil shall not be permitted to drip from machines onto the pavement.
Dump plates shall not be coated with oil. Soap solution, white-
wash or other approved material shall be used.
PVT - 6 of 9
I-J~_.~ HO~ 7MACHER. McLENDON & MURRELL. P.C.
SITE WORK - PAVEMENT CONSTRUCTION (CONT'D.)
9.0 - BUYING ASPHALT MIXTURE
The Contractor shall state in a letter form, the name and location
of the plant from which he proposes to obtain the asphaltic concrete
mix. If this source of material is approved by the Engineer, then
this source of supply shall not be changed without the written consent
of the Engineer.
10.0 - INSTALLATION OF ASPHALTIC CONCRETE
Prior to the arrival of the mixture on the job, the foundation
course shall be cleaned of all foreign material. Foundations shall
be dry and clean at the time the asphaltic concrete is placed and in
a condition satisfactory to the Engineer. Contact surfaces of curb
and gutters and other structures shall be painted with a thin, uniform
coating of asphalt material before the course is placed.
The pavement shall then be deposited by a mechanical spreader.
Areas totaling more than 1,500 square yards shall be laid with asphalt
finishing machines and rolled to specified compacted thickness by a
two-wheel roller. Rolling shall continue until all roller marks
disappear and the surface shows no further compressibility.
Rolling shall be performed by not less than one roller for each 25 tons/
hour of asphalt laid. All pavement not accessible to the roller shall
be tamped with hot tampers weighing not less than 25 pounds and
having an area not exceeding 48 square inches.
Care shall be exercised in joint forming with a minimum of one
raker with a finishing machine forming joints. Adjacent asphalt shall
be made with joint temperature at a minimum of 200 degrees F. To this
end, joint heaters and hot irons will be employed to maintain joint
temperatures.
Materials shall not be placed on wet foundation or placed while
rain or snow is falling. When temperature is below 35 degrees F.,
work shall proceed only if directed by the Engineer.
11.0 - INSPECTION AND TESTS
The Contractor shall provide the Engineer with satisfactory evidenc~
that the asphaltic materials, mixes and base course gradation supplied
under this contract comply with the specifications. The services of
~_j~ HOLZMACHER, McLENDON & MURflELL,
SITE WORK - PAVEMENT CONSTRUCTION (CONT'D.)
a testing laboratory of recognized standing, approved by the Engineer,
shall be engaged by the Contractor to make daily tests of mixtures
supplied and shall furnish the Engineer with reports promptly upon
completion of such tests. Tests for aspahlt conformance will be made
by extraction from the hopper of the asphalt finishing machine. The
cost of such testing service shall be included in the base bid for
this Contract. One set of tests shall be made for each 2,000 square
yards or less of pavement laid in one day.
12.0 - JOB MIX FORMULA
No asphaltic concrete shall be laid on the project, nor any mixture
accepted therefore, until the Contractor has submitted and received
approval from the Engineer for his intended job mix formula, indicating
in writing the single definite percentage for each sieve fraction of
aggregate and for asphaltic cement which he chooses as a fixed mean
in each instance, also the intended temperature of completed mixture
at the time it is discharged from the mixer. If a change in the mate-
rials is made and approved by the Engineer, the job mix formula shall
be readjusted as necessary.
13.0 - MISCELLANEOUS
Payment will not be made for pavement disturbed or broken by the
Contractor due to his own negligence or for pavements removed to facilita
the construction where specific authorization has not been given by
the Engineer.
14.0 - MAINTENANCE AND GUARANTEE
After pavement construction, the Contractor will be responsible
for his work and will have to make any necessary repairs immediately
after notification from the Engineer, to the satisfaction of the
Engineer and the Town of Southold Highway Department, for a period of
one (1) year after date of final certificate.
~e
PVT 8 of 9
~ HOLZMACHER, McLENOON & MURRELL P.C
SITE WORK - PAVEMENT CONSTRUCTION (CONT'D.)
15.0 - BASIS OF PAYMENT
NO separate payment will be made for pavement which is constructed
in accordance with the specifications and so ordered by and to the
approval of the Engineer. Payment for all pavement construction
shall be included in the base bid. Such payment will include all
material, labor, equipment, testing and incidentals required to
complete the work as specified. In addition, such payment shall
include all costs to alter any utility castings so that they
conform to the proposed pavement grades, all costs to maintain the
existing traffic flow at the treatment plant, and all costs to remove
and dispose of any existing structures or other objects required to
construct the proposed pavement or resurface the existing pavement.
PVT 9 of 9
~_j~ HOI~MACHER, McLENOON · MURRELL P,C.
SITE WORK - PRECAST LEACHING POOLS
1.0 - SCOPE
The work includes all labor, materials and appliances required to
furnish and install precast concrete storm drainage leaching .pools;
including excavation, dewatering (if required), sheeting, backfilling,
trench compaction and temporary pavement, in accordance with the
specifications and to the dimensions and at the locations detailed by
the plans or as directed by and to the approval of the Engineer.
2.0 _ MATERIAL BUILT INTO WORK
The Contractor shall furnish and incorporate all necessary inlet
a~d outlet connections, manhole steps (if indicated on the plans),
frames and covers, and concrete base slabs or foundation mats (if
indicated on the plans) into the leaching pool structures. The
materials shall be incorporated in a substantial and workmanlike ·
manner.
3.0- MATERIALS
Leaching pools shall be constructed of precast reinforced con-
crete sections as shown on the contract drawings. Precast structures
shall be manufactured by Boccard, Carlson, or approved equal. Shop
drawings of precast sections shall be requried for review prior to
ordering such sections. Five (5) copies of shop drawings shall be
submitted to the Engineer.
Precast structures shall be of sizes shown on the plans and con-
structed of precast reinforced concrete with a minimum 28 day compres-
sive strength of 4,000 p.s.i. All sections shall be aged at least two
(2) weeks before shipment and shall be cured sufficiently to meet
specified strength requirements. No cracked or otherwise defective
precast sections will be permitted. The Contractor shall have the pre-
cast supplier notify the Engineer at least 48 hours prior to pouring
the precast concrete sections.
Minimum thickness for walls and top slabs shall be as shown on
the plans. Diffusion slots shall be spaced to give a minimum opening
· area of eight (8) square inches per square foot of wall area.
PS - 1 of 6
lITE WORK - PRECAST LEACHING POOLS - (CONT'D.)
4.0 __ FRAMES AND COVERS (FOR LEACHING POOLS)
4.1'- Manhole Frames - Manhole covers shall be set to the grade
given*by the Engineer. Manhole frames and covers shall be of the form,
material and dimensions shown on the plans. Manhole frames and covers
shall be as manufactured by Flockhart Foundry Co., Neenah Foundry Co.,
C~npbell Foundry Co., or approved equal.
Cast iron castings for manhole frames and covers shall be of tough
gray iron free from cracks, holes and faults, unless otherwise speci-
fied. The quality shall be such that a blow from a b-mmer will produce
an indentation on a rectangular edge of the casting without flaking the
metal.
All castings shall be made accurately to dimensions and shall be
machined to provide even bearing surfaces. Covers must fit the frames
in any position, and if found to rattle under traffic, shall be re-
placed. Filling to obtain tight covers will not be permitted. No
plugging, burning in or filling will be allowed. The frame shall be
thoroughly bedded in mortar. All castings shall be carefully coated
inside and out with coal tar pitch varnish of approved quality.
4.2 - Inlet Frames and Castinzs - Inlet frames and castings shall
be as manufactured by Flockhart Foundry Co., Neenah Foundry Co., Camp-
bell Foundry Co., or approved equal. Inlet frame and casting shall be set
as shown on the plans. Casting shall be black asphalt paint coated.
$.0- ~ANHOLE STEPS
All manhole steps shall be as shown on the plans. The manhole
steps shall be set in place on the inside of the manhole, beginning
18-inches above the bottom, and spaced not more than 12-inches center
to center, or as shown on the plans, and shall be properly embedded
in the wall.
6.0- EXCAVATION
Excavation shall include the re.oval of all earth, rock less than
one-half cubic yard, masonry, existing drainage pipe and structures,
tree stumps and other materials of any nature whatsoever that may be
mcountered.
Excavation for structures shall be of a minimum width to prevent
excessive pavement replacement.
PS - 2 of 6
~j~,~ HOI. ZMACHER, McL£NDON · MUflRELL. P.C.
SITE WORK - PRECAST LEACHING POOLS - (CCNT'D.)
6.0 - EXCAVATION - (CONT'D.)
Excavation for leeching pools shall equal the outside dimension
of the structure plus two (2) feet minimum and three (3) feet maximum
on each side.
Excavation shall not be made below the proposed grades except
where boulders or rocks are encountered or where removal of unstable
material is directed by the Engineer.
Excavations shall be kept dry and free from frost. No excavations
shall be made in frozen materials without written approval. No addi-
tional allowance or payment shall be made on account of any materials
being wet or frozen.
Under this Item, the Contractor shall furnish, put in place and
maintain sheeting and bracing as may be necessary or requried to Sup-
port thoroughly the sides of the excavation to prevent any movement
which might damage existing structures or utilities. Sheeting and brac-
ing shall be in accordance with the section of the specifications
entitled, "SHEETING AND BRACING".
Ail sewers, telephone poles and utilities must be supported and
protected by this Contractor.
Work under this Contract shall be performed during the normal sea-
sonal working conditions. This Contractor will be required to break
frozen ground from zero to 4-inches under this Item.
This Contractor shall be required to keep the excavation dry by
dewatering or other approved means while the leaching pools are being
installed. Dewatering (if required) will be included under this Item,
and will be in accordance with the section of the specifications en-
titled "DEWATERING".
The materials excavated and those used in construction shall be
so placed as not to endanger the work, and so that easy access may be had
at any time at all parts of the trenches and to all hydrants and gate
valves in the vicinity. They shall be kept neatly piled and trimmed
so as to inconvenience as little as possible the public travel or the
adjoining tenants. All streets, roads and private ways shall be kept
open for the usual travel, and the materials excavated shall be handled
and placed so as not to interfere therewith.
The Contractor will be requited to backfill the leaching pool
excavations with coarse gravel, in the annulus surrounding the structure.
Gravel shall be a minimum of 2-inches in diameter.
Stockpiling of precast sections, etc., will be permitted only in
areas approved by the Engineer.
PS - 3 of 6
H(SLZMACH£R. McIrNDON & MURR£LL. P.C. I H2M CO{IP.
SITE WORK - PRECAST LEACHING POOLS - (CONT'D.)
7.0 - BACKFILLING
After the structure has been installed, backfilling shall imedi-
ately occur. The backfill shall be solidly compacted with mechanical
tampers or other proper tools designed for the purpose. Tl{e tamping
shall not be excessive.
The Engineer may, at his discretio,,
at no extra cost, sufficient water during
consolidation of the backfilled earth.
direct the Contractor to add,
tamping to assure a complete
For leaching structures the backfill shall be coarse gravel,2" d i/m~etez
minimum, as indicated on the plal{s. Cost for furnishing anti install-.
lng stone, temporary sheeting and otl~er miscellany shall be included
under this Item.
8.0- COUPACTION
The soil in all trenches to be consolidated shall be compacted to
90 percent of maximum density at optimum moisture as determined by
A.A.S.H.T.O. T-99, except that soils for a depth of 9-inches below pavement
subgrades, in both cuts and embankments, shall be compacted to not less
than 95 percent. Soils which have a maximum density less than 100 pounds
per cubic foot, as determined by A.A.S.H.T.O. TC99, shall be wasted or
mixed with heavier soils to obtain the required weight.
8.1 - Mechanical Tampin~ - Compaction shall be by means of me-
chanical tamping on approval of the Engineer. An approved mechanical
tamper shall be used to tamp the backfill in 6-inch maximum layers.
Riding the wheels of equipment over the trench area is not considered
mechanical tamping.
8.2 - Repair of Sunken Excavations - Where the excavations are
compacted under this Item, this Contractor shall be responsible for
sunken excavations (before and after repaving) for & period of one (1)
year after date of final certificate and shall repair same to the satis-
faction of the Engineer and/or proper road authority at the expense of
the Contractor. Repairs consisting of additional compacted backfill and,
if necessary, repaving damaged pavement or other restoration, shall com-
mence within seven (7) consecutive calendar days after notice from the
'Engineer and/or proper road authority to repair such excavations. Tem-
porary repair in the form of temporary pavement must be performed
lithin 24 hours of notification by the Engineer.
PS -4 of 6
HOLZMACH£Ro McLF. J~IDO~ & uugflr~ ~. P.C. / H2M COSP.
SITE WORK - PRECAST LEACHING POOLS - (CONT'D.)
9.0 - TEMPORARY PAVING
Immediately upon completion of refilling and compaction of the ex-
cavation, the Contractor shall place a temporary pavement over ali dis-
turbed areas of the street, paved driveways, alleys and other traveled
places where the original surface has been disturbed by his operations.
The temporary pavement shall be of a character satisfactory in all
respects and safe for public travel. Tile temporary surfacing may con-
sist of "Coldpatch" or of compacted broken stone at such a depth as is
necessary to withstand the traffic to which it is subjected. Suffi-
cient oil or other material shall be spread to hold the stone in place
to prevent ravelings. If fill or temporary pavement settles, new stone
and binder must be added and compacted.
The surface of alt temporary repaving shall conform to the street
grades. Mounding up of the material over the trench and covering the
same with loose, broken stone will not be considered as compliance
with the above requirements.
10.0__ UNFINISHED WORK
When; for any reason, the work is left unfinished, all excavations
shall be filled and all roadways and driveways !eft unobstructed with
their surfaces in a safe and satisfactory condition.
~%%0- WORKMANSHIP
All workmanship shall conf~rm to the best standard practice.
-Mortar shall be of 750 p.s.i, minimum strength, conforming to
Mortar Type #N" of A.S.T.M. Specifications C-270, or it shall be com-
posed of one part cement, one part hydrated lime or lime putty and
slx parts sand by volume. One part of masonry cement to three parts
sand by volu~e (1:3) will be considered equivalent to the 1:1:6 mix
mentioned above. Hydrated lime shall be soaked for at least 24 hours
before mixing with cement and sand to make sure that all particles
are thoroughly hydrated with no lime oxide remaining.
Mortar shall be mixed in a mechanical type batch mixer. The use
of continuous mixers will not be permitted. Hand mixing will be per-
~itted provided the quantities of materials and water are accurately
aeured, and the method of mixing receives the approval of the Engi-
neer. Retempering of mortar will not be allowed and any mortar which,
in the opinion of the Engineer, is not satisfactory, shall be dumped.
PS -5 of 6
~l,~ HO~ZMACHER~ McLENDON & MURRELL~
SITE WORK - PRECAST LEACHING POOLS - (CONT'D.)
12.0 - COMPLETION
Leaching pools shall, in all cases, be completely built and fitted
with their frames and covers as the work progresses and as each is
reached. After final inspection and acceptance of the leaching pools
by the Engineer, the Contractor shall seal all manhole covers with a
fibrous compound as approved by the Engineer.
13.0 _ BLASTING
No blasting will be permitted.
l~.O - DEFINITION OF ROCK EXCAVATION
Rock excavation
ledge rock and other
yard (1/2 C.Y.).
shall be classified as boulders, hard and soild
similar materials of more than one-half cubic
15.0 - BASIS OF PAYMENT
Payment for the furnishing and installation of the various types
of precast leaching pools shall be included in the base bid.
Payment in the base bid shall include the cost of excavation,
sheeting and bracing, dewatering (if required), furnishing and install-
ing the leaching pools, backfilling, compaction, temporary pavement,
over-excavation and stone backfill for leaching structures; and all
labor, material, equipment and incidentals necessary to complete the ~
work.
PS - 6 of 6
HOI. ZJ, UiCHER, McLF.,NDON & MURRF..U., P.e. / H2M CORP.
SITE WORK- REINFORCED CONCRETE PIPE
1.0 - SCOPE
The work includes furnishing all labor, materials, equipment and
appliances necessary for the excavation, dewatering (if required),
sheeting, furnishing and installing reinforced concrete pipe, backfill-
ing, trench compaction, and temporary pavement for reinforced concrete
pipe of the various sizes in accordance with the specification at the
locations shown on the plans and as directed by and to the approval of
the Engineer.
2.0 - MATERIALS
2.1 - Reinforced Concrete Pipe - Reinforced concrete pipe shall
be manufactured by a member of the American Concrete Pipe Association
and approved by the Engineer. All reinforced concrete pipe shall be of
the Size, Class and Wall as shown on the plans. Circular pipe shall
conform to A.S.T.M. Designation C-76-76 or the latest revision and ellip-
tical pipe shall conform to A.S.T.M. Designation C-507-75 or the latest
revision.
Ail pipe furnished shall be clearly marked on each section with
the following information:
1. The pipe class and diameter and size
2. The date of manufacture
3. The name or trademark of the manufacturer
Circular reinforced concrete pipe shall be manufactured from con-
crete with a minimum strength of 4,000 p.s.i, for sizes up to and in-
cluding 54-inch diameter and 5,000 p.s.i, for sizes greater than 54-inch
diameter. Elliptical reinforced concrete pipe shall have a minimum
strength of 4,000 p.s.i, unless noted otherwise on the plans.
The D-load in pounds per linear foot per foot of diameter (circular)
or inside span (elliptical) shall correspond to the Class of the pipe
shown on the plans as follows:
CLASS D-LOAD D-LOAD
CIRCULAR. ELLIPTICA~ 0.01' CRACK ULTIMATE
I HE-I 800 1,200
II HE-Il 1,000 1,500
III HE-III 1,350 2,000
IV HE-IV 2,000 3,000
V -- 3,000 3,750
RCP - 1 of 9
HOCZMACHERo McLENDON & MURREU., P.C, / H2M CORP.
CO~ISUL~ING E~GtNEF-RI AND EN~IRONME~I?At ~2~T1~7~
SITE WORK - REINFORCED CONCRETE PIPE - CONT'D.
2.0 _ MATERIALS (CONT'D.)
2.2 - Manufacturer's certificate indicating Type, Class and Ulti-
mate Strength of Pipe supplied shall be presented to the Engineer before
installation.
All pipe supplied shall be straight, true to size and form, and
free from cracks, checks or other physical defects.
Pipe shall be subject to rejection because of any of the 'follow-
ing:
(a) Fractures or cracks passing through the wall.
(b) Defects that indicate imperfect proportioning,
mixing or molding.
(c) Surface defects indicating honeycombed or
open texture.
(d)
Damaged ~nds where such damage would prevent
making a satisfactory joint.
3.0 _ TRENCH EXCAVATION
Excavation shall include the removal of all earth, rock and boul-
ders (less than one cubic yard), masonry, existing pipe, existing
drainage structures, tree stumps and other materials of any nature
whatsoever that may be encountered.
Pipe trenches shall be of minimum width and allow 4-inches on each
side of the pipe with sufficient width to allow straight alignment of
pipe and provide sufficient room for jointing as required with a maximum
width equal to the outside diameter or width of the pipe plus 16-inches
to prevent excessive pavement replacement. They shall be on the lines
and in the locations as established or as directed.
Excavations shall be kept dry and free from frost. No excavations
shall be made in frozen materials without written approval. No addi-
tional allowance or payment shall be made on account of any materials
being wet or frozen.
Under this Item, the Contractor shall furnish, put in place and
maintain sheeting and bracing as may be necessary or required to sup-
ort thoroughly the sides of the excavation to prevent any movement
Which might injure the men or damage existing structures or utilities.
RCP - 2 of 9
H(X.ZMACHER, McI.[NDON & MURREU.. P.C. / H2M COR~,
SITE WORK - REINFORCED CONCRETE PIPE - CONT'D.
3.0 _ TRENCH EXCAVATION (CONT'D.)
All drains, telephone poles and utilities must be supported and protec-
ted by this Contractor. Sheeting and bracing shall be in accordance
with the section of the specifications entitled, "SHEETING AND BRACING".
The pipe shall be set in fine granular material in an earthy
foundation carefully shaped to fit the lower part of the pipe exterior
for a width of at least 60 percent of the ouside diameter of the
pipe for circular R.C.P. and 70 percent of the outside width for ellip-
tical R.C.P. The remainder of the pipe is entirely covered to a height
of at least one (1) foot above the pipe by granular material placed by
hand to fill completely all spaces adjacent to the pipe. This fill
material shall be thoroughly tamped and placed in layers not to exceed
6 inches.
Backfill material shall be free from rocks, lumber or debris.
No jetting will be permitted in clay soils. Ail excess material shall
be disposed of and, if required, the Contractor shall truck excess
material to the designated dump, in accordance with any local ordin-
ance in effect.
Trenches shall be inspected frequently, especially after storms,
or as directed. All holes shall be filled and trenches graded and put
in a safe traffic condition satisfactory to the Engineer and other
authorities.
Work under this contract shall be performed during the normal
seasonal working conditions. This Contractor will be required to
break frozen ground from zero to 4 inches under this Item.
This Contractor shall be required to keep water out of the trenches
by approved means while pipe is being laid and away from the joints
until they have set. Dewatering will be required under this Item, and
will be in accordance with the section of the specifications entitled,
"DEWATERING".
4.0 - LINE AND GRADE OF PIPE
Pipe shall be laid to a grade as required on the drawings as
directed by the Engineer. The Contractor shall be responsible for
maintaining grade. Deviation from line Or grade shall not exceed
one inch (1") on alignment and one-quarter inch (1/4") on grade.
The Contractor shall verify all grades, lines, levels and dimen-
as shown on the drawings, and he shall report any errors or
inconsistencies in the above to the Engineer before commencing work.
RCP - 3 of 9
H(XZMACHER, McL.END~%I & MURREJ. L. P.C. / H2M CORP.,
SITE WORK - REINFORCED CONCRETE PIPE - CONT'D.
4.0 - LINE AND GRADE OF PIPE (CONT'D.)
The Contractor shall be responsible for re-establishing any bench
marks, grade stakes, lines, etc., that are damaged or removed in any
way until final acceptance of the work by the Engineer.
The Contractor shall be responsible for any errors that may oc-
cur and proceed to correct such errors at his own expense. The Engi-
neer reserves the right to check any stakes re-established or. corrected
by the Contractor and may order the Contractor to correct any mistakes
in the work as a result of the Contractor's errors or omissions.
The Contractor shall utilize approved equipment for storm drain
lines and grades.
5.0 - INSTALLATION OF REINFORCED CONCRETE PIPE
The intent of these specifications is to require first-class
work by the use of proper, implements, tools, facilities and workman-
ship, in accordance with the Installation Manual of the American Con-
crete Pipe Association, latest revision.
Ail pipe, etc., shall be carefully lowered into the trench by
piece, by means of crane, backhoe, or other approved means, to prevent
damage to pipe or other appurtenances.
Before lowering the pipe, but while suspended, the pipe shall
be inspected for defects. Any defective, damaged or unsound pipe
shall be rejected and immediately removed from the job.
All foreign matter or dirt shall be removed from the inside of
the pipe before it is lowered into its position in the trench.
6.0 - JOINTS
Concrete pipe joints shall be sealed with flexible watertight
elastomeric gaskets, approved bituminous sealers or plastic sealers.
Bituminous or plastic sealants shall be applied at the time the pipe
is being laid to line and grade. Such sealants shall be installed so
that the joint is completely filled with the sealant.
When concrete pipe is of such design that a gap greater than 3/8-
inch is left when sections are laid together, based upon the measurement
of separation in the joint at the inner surface of the pipe barrel, oakum
RCP - 4 of 9
SITE WORK
H(X.ZMACHER. McLF. NDON & MURR~'~ ~ ~ P.C. I H2M CORP.
- REINFORCED CONCRETE PIPE - CONT'D.
6.0 - JOINTS (CONT'D.)
shall be used as a joint filler in conjunction with the bituminous or
plastic sealant. The exterior gap between the barrel and the bell in
a bell and spigot pipe joint is not required to be filled with either
oakum and/or a sealant. When joints are sealed with approved bitumin-
ous sealants, the mating surfaces of the pipe joint shall be wiped
clean and dry before applying the bituminous sealer.
7.0 - BACKFILLING TRENCHES AND PITS
After the storm drains and appurtenances have been installed,
backfilling shall immediately occur. The backfill shall be solidly
compacted under and around the pipe with mechanical tampers or other
proper tools designed for the purpose. The tamping shall not be ex-
cessive so as to raise the pipe, however, it shall provide a firm,
continuous support for the pipe. The backfill, to a height of 1 foot
above the top of the pipe, shall be selected materials carefully de-
posited by hand shoveling and tamping and not pushed into the trench
by heavy equipment.
Where the material removed from the trench shall not be con-
sidered suitable to serve as select material to support the pipe,
the opinion of the Engineer, select material shall be imported to
the job site at the Engineer's direction.
in
The remainder of the trench shall be backfilled with select
material deposited in not over 6 inch layers and solidly tamped
with mechanical tampers or proper tools designed for the purpose.
The Engineer may, at his discretion, direct the Contractor to add,
at no extra cost, sufficient water during tamping to assure a com-
plete consolidation of the backfilled earth.
8.0 - COMPACTION
Trenches to be compacted shall be mechanically tamped.
The soil in all trenches to be consolidated shall be compacted
to 90 percent (90%) of maximum density at optimum moisture, as de-
termined by A.A.S.H.T.O. T-99, except that soils for a depth of
9 inches below pavement subgrades, in both cuts and embankments,
shall be compacted to not less than 95 percent (95%). Soils which
have a maximum density less than 100 pounds per cubic foot, as de-
by A.A.S.H.T.O. T-99, shall be wasted or mixed with
heavier soils to obtain the required weight.
RCP - 5 of 9
HOLZMACHER, McLENDON & MURRELL, P.C. I H2M CORP.
CONSULTING ENGINEERS AND ENVIRONMENTAL SCIENTISTS
SITE WORK - REINFORCED CONCRETE PIPE CONT'D.
8.0 - COMPACTION (CONT'D.)
8.1 - Mechanical Tamping - Compaction shall be by means of
mechanical tamping on approval of the Engineer. An approved mechan-
ical tamper shall be used to tamp the backfill in not over 6 inch
layers. Riding the wheels of equipment over the trench area is not
considered mechanical tamping.
8.2 - Repair of Sunken Trenches - Where the trenches are com-
pacted under this Item, this Contractor shall be responsible for sunken
trenches (before and after repaying) for a period of one (1) year after
date of final certificate and shall repair same to the satisfaction of
the Engineer and/or proper road authority at the Contractor's expense.
Repairs consisting of additional compacted backfill and, if necessary,
repaying damaged pavement or other restoration, shall commence within
seven (7) consecutive calendar days after notice from the Engineer
and/or proper road authority to repair such trenches. Temporary r~pair
in the form of temporary pavement must be performed within 24 hours
of notification by the Engineer.
8.3 - Compaction Testing - In order to verify that trenches are
adequately compacted, the Contractor shall be required to have an in-
dependent testing laboratory (approved by the Engineer) performl' -
place density tests, to verify the degree of compaction attained'n The
locations of the in-place density tests shall be designated by the
Engineer during construction. These tests shall be required at the
minimum rate of one test for every two pipe connections between struc-
tures. Failure of any one (1) test will require that the rate of testing
be increased, at the Engineer's discretion.
9.0 - EXCAVATION IN THOROUGHFARES
Traffic shall be maintained by the Contractor so as to provide at
least one lane for travel at all times. The Contractor shall remove
at his own cost and expense, as soon as excavated, material from the
first 100 feet of any opening, or from such additional length as may
be required. The material subsequently excavated shall be used to
refill the trench where the pipe or sewer has been built, provided
it be of suitable character.
In case more material is excavated from any trench or pit than
can be refilled over the completed work or stored on the street leav-
ing space for traffic, as herein provided, or within the limits of
right-of-way, the excess material shall be spoiled at such loca-
as the Engineer may direct. When the storm drain shall have
RCP - 6 of 9
HOI. ZMACHER, McLENDON & MURRELL, P.C. I H2M CORP.
CONS~dLi'I~G ENGINEERS A,D ENVIRONMENTAL SCIE:NTISTS
SITE WORK - REINFORCED CONCRETE PIPE - CONT'D.
9.0 - EXCAVATION IN THOROUGHFARES (CONT'D.)
been built, the Contractor shall~ at his own cost and expense, bring
back as much of the material so removed as may be required to properly
refill the trenches or pits, if of the proper kind and quality, or
if so directed by the Engineer, the Contractor shall, at his own
expense, furnish as much other suitable material as may be necessary.
10.0 - SITE CONDITIONS AND PROTECTION
All traffic shall be maintained as directed by the Engineer and as
required by the proper road authority.
Water or wood chips shall be spread for dust control in areas as
directed by the Engineer. The use of calcium chloride on petroleum
products for dust control is prohibited.
Suitable barriers an~ caution signs shall be placed and main-
rained around all excavation and parked equipment, and sufficient
warning lights are to be maintained at night as precaution against
accidents.
11.0 - STORAGE OF MATERIAL
The materials excavated and those used in the construction shall
be so placed as not to endanger the work, and so that easy access may
be had at any time to all parts of the trenches and to all hydrants
and gate valves in the vicinity. They shall be kept neatly piled and
trimmed so as to inconvenience as little as possible the public travel
or the adjoining tenants. All streets, roads, and private ways shall
be kept open for the usual travel, and the materials excavated shall
be handled and placed so as not to interfere therewith. Residents
should be notified 24 hours prior to the temporary closing of any
street, road or private way.
The Contractor will be required to backfill the trenches with
suitable material taken from the trenches.
Stockpiling of pipe, manholes, etc., will only be permitted in
areas approved by the Engineer.
RT RCP - 7 of 9
HOLZMACHEfl, McLENDON & MURREL~., P.C. I H2M CORP,
CON~LTING ENGINEERS AND ENVIRONMENTAL ~IENTIST$
SITE WORK - REINFORCED CONCRETE PIPE - CONT'D.
12.0 - TEMPORARY PAVING
Immediately upon completion of refilling and compaction of the
trench or excavation, the Contractor shall place a temporary pavement
over all disturbed areas of the street, paved driveways, alleys and
other traveled places where the original surface has been disturbed
by his operations.
The temporary pavement shall be of a character satisfactory in all
respects and safe for public travel. The temporary surfacing may con-
sist of "Coldpatch# or of compacted broken stone at such a depth as is
necessary to withstand the traffic to which it is subjected. Suffi-
cient oil or other material shall be spread to hold the stone in place
to prevent ravelings. If fill or temporary pavement settles, new
stone and binder must be added and compacted.
The surface of all temporary repaying shall conform to the street
grades. Mounding up of the material over the trench and covering .the
same with loose, broken stone will not be considered as compliance
with the above requirements.
The temporary repavement shall be placed and maintained by the
Contractor, in a satisfactory condition, until such time as the per-
manent repaying is completed. The Contractor shall immediately re-
move and replace, in a satisfactory condition, any and all such re-
pavement as shall become unsatisfactory and not in accordance with
the terms and intent of the specifications.
13.0 _ UNFINISHED WORK
When, for any reason, the work is left unfinished, all trenches
and excavations shall be filled and all roadways and driveways left un-
obstructed with their surfaces in a safe and satisfactory condition.
14.0 _ BLASTING
No blasting shall be permitted.
15.0 _ DEFINITION OF ROCK EXCAVATION
Rock excavation shall be classified as boulders, hard and solid
ledge rock and other similar materials of more than one cubic yard
volume, per piece.
RT RCP - 8 of 9
HO(..ZMACHER, McI. ENDON & MURRELL, P.C. / H2M CORPo
CONSULTING ~GINF. E,R~ ANO [NVIRONME~t'AL 8CIE]qTI~'t'~
SITE WORK - REINFORCED CONCRETE PIPE - CONT'D.
16.0 BASIS OF PAYMENT
The base bid for this Contract shall include furnishing and
installing various Types, Sizes and Classes of Reinforced Concrete
Pipe, including trenching, excavation, removing existing pipe and
drainage structures, dewatering (if required), sheeting, backfilling,
compaction, temporary pavement, compaction testing, and connecting
to existing structures and all labor, material, equipment and inci-
dentals necessary to complete the work.
RCP - 9 of 9
HCILZ. MACHER, Mc:LEHDC~ & MURREI. i., P.C. ! H2M CORP.
SITE WORK - PORTL~D'cEMENT CONCRETE CURB
1.0 - SCOPE
The work includes furnishing all labor, materials, equipment and
applicances necessary for the excavation, construction of Portland
Cement Concrete Curb, backfilling, compaction and temporary pavement
in accordance with the specifications, at the locations and to the
~imensions shown on the plans and as directed by and to the approval
of the Engineer~
2.0 - MATERIALS
2.1 - Cement - Cement shall be Portland Cement and shall con-
form to A.S.T.M. Designation C-150-77, Type IA, Air Entrained.
2.2 - Sand - Sand shall consist of clean, sound durable grains
free from dirt, dust, clay or harmful substances. Sand shall be uni-
formly graded from 100 percent passing No. 4 sieve to not more than
10 percent passing No. 100 sieve.
2.3 - Aggregate - Stone or gravel aggregate shall be of hard
crystalline rock or gravel free from shale or decomposed pieces. It
shall be uncoated and clean. The gradation shall be uniform and be-
tween the limits of 1-1/2 inches and 1/4 inch in size.
2.4 - Water - Water shall be clean and free from oil and salt
or in~urious substances.
2.5 - Expansion Joint Material - Expansion joint filler shall
be pre-formed bituminous fiber.
2.6 - Reinforcing Bars - All reinforcing bars shall meet physical
properties and tests of A.S.T.M. Designation A615-76A latest revision,
for intermediate or hard grade. Minimum requirements for deformed
steel bars for concrete reinforcement shall be Grade 40.
1
1
1
3.0 - CONCRETE
The concrete shall consist of Portland Cement and fine and coarse
aggregates in the proportionate quantities necessary to produce a
'concrete which shall attain a minimum compressive strength of 3,000
p.s.i, in 28 days. The total water content shall not exceed 5 gallons
per sack of cement. The air content should be 4-1/2 percent and the
cement content shall be a minimum of 560 pounds per cubic yard.
RT
PCCC - 1 of 5
I_1~ HOLZMACHER, McLENDON & MUflflELL, P.C.
SITE WORK - PORTLAND CEMENT CONCRETE CURB - CONT'D.
4.0 - TESTING
All costs of the concrete tests shall be borne by the Contractor.
Two concrete test cylinders shall be t~ken for each. truck load.__A}l -in
cylinders shall be tested for compression strength Dy an approveo test g
laboratory. One (1) specimen shall be tested after 28 days. One (1)
cylinder shall be saved for testing at 45 days, if the 28 day tests are
unsatisfactory.
Test cylinders shall be made and stored in accordance with A.S.T.M.
Designation C-31, latest revision. The method of sampling fresh con-
crete shall be in accordance with A.S.T.M. Designation C-172, latest
revision. Results of the test shall be sent directly to the Engineer
by the testing laboratory.
The Contractor shall be responsible for furnishing all labor and
material including cylinders for the tests. FAILURE TO SUPPLY THE RE-
QUIRED CYLINDERS WILL BE SUFFICIENT CAUSE TO PREVENT THE DAY'S CONCRETE
POUR.
5.0 - SUBGRADE
The subgrade shall be excavated or graded to the proper elevation
and thoroughly compacted by rolling or tamping to a firm surface. Sod,
organic matter and other unsuitable materials in the subgrade shall be
removed and replaced with suitable fill material. The subgrade shall
be wetted to a penetration of at least 1/2-inch before placing concrete
thereon.
PCCC - 2 of 5
HOCZMACHER, McLENDCX'J & MURREI.L.P.C. I H2M CO~P.
CONSULTING I~IGINELRI MD F..NV1RONMD~ITAL IClD~ITII*I~
SITE WORK - PORTLAND CES~ENT CONCRETE CURB - CONT'D.
6.0 - FORMS
6.1 - Alignment - All forms shall be set true to line and grade
and held rigidly in p~ace by proper pin or stakes in such a manner that
the curb, when completed, will have the required thickness. No abrupt
changes in alignment either vertical or horizontal shall be allowed.
Particular care shall be used where vertical and/or horizontal curves
are called for.
6.2 - Materials - All forms shall be constructed of steel or
wood. If wood forms are used, they shall be composed of first quality
timber. They shall not be less than 2 inches wide by 18 inches deep.
Wood forms shall be maintained in excellent condition at all times.
Any warped, bent or otherwise damaged pieces shall be immediately dis-
carded. All forms shall be kept thoroughly cleaned and oiled before
placing concrete against them.
7.0 - MIXING CONCRETE
Concrete shall be mixed in a batch mixer of standard type with a
drum speed of 200 to 225 peripheral feet per minute. Mixing time
shall be one minute for batches of one cubic yard or under and shall
be increased 15 seconds for each additional 1/2 yard or fraction.
Retempering concrete will not be allowed. Air-slaked or lumpy
cement shall not be used. The contents of the mixer shall be com-
pletely discharged before each new batch is loaded.
Transit-Mix concrete may be used, provided that it conforms to
the specifications herein described and further provided that the
central plant producing the concrete and equipment and the transport-
ing of it are, in the opinion of the Engineer, suitable for the pro-
duction and transportation of the specified concrete.
8.0 - PLACING OF CONCRETE
Concrete shall not be placed until the subgrade is prepared and
forms are set. Concrete shall be deposited with minimum rehandling
and in one layer. Spading or vibrating shall be done adjacent to
forms and joints.
PCCC - 3 of 5
SITE WORK - PORTLAND CEMENT CONCRETE CURB - CONT'D.
9.0 - EXPANSION JOINTS
Expansion joints of specified thickness shall be spaced 20 feet
on center. Expansion joint material shall be cut to the exact cross-
section of the curb except that it shall be set back 1/4 inch from
the front and top faces. This material shall be held in place by
means of a bulkhead, such bulkhead being removed immediately after
the concrete is placed on both sides of the joint.
10.0 - FINISHING
Before the forms are removed and while the concrete is still work-
able, the outer top face shall be compacted with a wood float and
finished with the required edging tools.
The forms shall be left in place until the concrete has set suffi-
ciently so the front form (pavement side) can be removed without injury
to the surface finish. Immediately upon removal of the front form,
the surface shall be wood floated and brushed. All "fins" and pro-
jections shall be removed. Plastering shall not be allowed.
11.0 - CURING
Immediately after all the surface water has evaporated and the
concrete has set sufficiently so as not to be marred by the operations,
the surface shall be covered with a layer of waterproof paper, and
sufficient sand placed along the edges thereof to hold the paper in
intimate contact with the surface of the curb. Any joints in the
paper shall lap at least 8 inches, and shall be held in place by sand
placed thereon. Any paper which has become ripped or torn, or in any
other way rendered unfit for use, shall be discarded and replaced by
new paper. The concrete shall be kept moist for at least 60 hours.
12.0 - FILL BEHIND CURB
The Contractor shall furnish and place fill behind the new curb
to provide a smooth transition to the new curb as
directed by the Town or Engineer. The material used for fill be-
hind the curbs shall be topsoil which shall be fertile, friable, a
natural loam containing a liberal amount of humus and shall be cap-
able of sustaining vigorous plant and grass seed growth. Topsoil
shall be reasonably free of stones, lumps, clods of hard earth,
sticks and other extraneous matter. Reseeding shall be in accordance
the "TOPSOIL, SPREADING AND SEEDING" specification. Topsoil
shall be placed to a minimum depth of Six (6) inches.
RT PCCC - 4 of 5
HO(.ZMACHER, McL.ENDON & MURR£! ~ P.C. / H2M CORP,
SITE WORK - PORTLAND CEMENT CONCRETE CURB - CONT'D.
13.0 - BASIS OF PAYMENT
The lump sum price bid for this contract shall include all costs
for labor, materials and equipment necessary to construct the Portland
Cement Concrete Curb outlined on the plans; including excavation,
fill material behind the curb, compaction and sampling and testing
of the concrete.
PCCC - 5 of 5
SITE WORK - CHAIN LINK FENCE
1.0 - Scope
The work includes all materials, labor and equipment necessary
to erect a Chain Link Fence in accordance with the General and
"DETAILED SPECIFICATIONS" as indicated on the plans and as directed
by the Engineer.
2.0 _ Fence Height
The fence around the property line is to be the total height
and fabric height as indicated in the "DETAILED SPECIFICATIONS,, with
pressed steel arms set outward at top of posts at an angle of 45'
to carry three (3) strands of galvanized barbed wire.
3.0 _ Fabric
The fabric, as indicated
be one of the following:
in the "DETAILED SPECIFICATIONS", shall
A. Galvanized Steel Fabric
Fabric shall be No. 9 gauge copper bearing steel wire woven
in a 2-inch mesh, hot-dip galvanized after weaving.
B. Aluminized Steel Fabric
Fabric shall be woven 2" mesh, No. 9 (0.148") aluminized
steel wire. Fabric shall be woven from commercial grade steel
wire with the following chemical analysis:
Carbon 0.18 to 0.31; manganese 0.60 to 0.90; phosphorus
0.040 maximum; sulfur 0.050 maximum; minimum tensile strength
of wire to be 80,000 lbs. per square inch.
CLF-1
SITE WORK - CHAIN LINK FENCE - CONT'D. '~
C. Aluminum Fabric
Fabric shall be woven 2" mesh chain link, of alloy 5052-H28
or 6061-T9~, 9 gauge 0.148 inch diameter wire, as manufactured by
the Reynolds Metal Company, or approved equal, interwoven to form
a continuous fabric with no splices. Top and bottom selvages to
be twisted and barbed. Fabric to be cleaned of all grease and
foreign matter before shipping.
D. Vinyl-Clad Galvanized Steel Fabric
Fabric shall be vinyl-clad on No. 9 gauge copper bearing
steel wire woven in a 2 inch mesh, hot-dip galvanized before vinyl
coating operation. Fabric shall be No. 6 gauge after vinyl coating
and shall be Forest Green (medium) in color as designated by the
Colorguard Corporation.
Vinyl coating to be plasticized polyvlnylchloride (P,V.C.)
with suitable non-migratory low temperature plasticizer.
The vinyl coating shall be of a self-extinguishing character
and have an average tensfle strength of 3,300 p.s.1., elongation of
2?5%, high abrasion resistance, maximum deformation of 15% at 120°C.
under 500 gram load, and compression cut-through of 1800 p.s.i. In
addition, the vinyl covering shall resist attack from prolonged
exposure to:
(a) Sea water at 100°F; (b) Salt solutions: NtI~C1, (NH,,)SO,,
NH~NOq, NaCl, KAL(SOb)), CuC12, CuSOh, ZnCl2, KCL, and others,
(c) AIkalis: Sodium~ .~agneslum, CalCium, Barium, Ammonium Hydroxide;
(d) Acids: Dilute Sulphuric, Nitric, Hydrochloric, Acetic, Boric,
Carbonic, and Citrus Acids; (e) Petroleum Products, Mineral Oils
and Fats; (f) Fungus Inducing Atmospheres.
Color shall be stabilized and shall uithstand a minimum
weatherometer exposure test of 1000 hours without visible fading
or discoloration.
The vinyl shall be bonded to hot-dipped galvanized steel
wire by the molten extrusion process under pressure of 5000 p.s.1.
before weaving.
Fabric shall be smooth, reasonably free from roughnesa~
blisters, spots, bruises and discolorations.
CLF-2
HOL, ZMACHER, McLF..NDON & MURRF. LI., P.C. I H2M CORP.
SITE WORK - CHAIN LINK FENCE - CONT'D.
~.0 - Post%
Line, corner, end and gate posts shall be a minimum of 2'-8"
greater in length than the fabric height in order to be embedded
in 36 inches deep concrete footings.
Line Posts
Line posts at intervals of not more than 10 feet on centers
shall be 2-1/2 inch O.D. steel pipe, weight 3.652 lbs. per foot or
approved equivalent, copper bearing and hot-dipped galvanized;
complete with all necessary fittings including barbed wire arm for
carrying 3 strands of barbed wire at 45° angle.
B. Terminal Posts
End and corner posts shall be 3 inch O.D. steel pipe,
weight 5.79 lbs. per foot or approved equivalent, copper bearing.
and hot-dipped galvanized complete with all necessary fittings
including barbed wire arms for carrying 3 strands of barbed wire
at 45° angle.
C. Gate Posts
Gate posts shall be copper bearing steel 4 inch O.D.,
weight 9.109 lbs. per foot for 16' and 20' opening double swing
gates. Gate posts shall be heavily hot=dip galvanized, complete
with all necessary fittings including barbed wire arms for carrying
3 strands of barbed wire. Gate posts for 4' single swing gate
shall be copper bearing 3 inch O.D., weight 5.79 lbs. per foot.
5:0 _ Post Footinqs
Line, corner, end and gate posts shall be set 32 inches in
36 inches depth of concrete. Diameter of footings for line posts -
not less than 10 inches; for corner, end and gate posts not less
than 12 inches. All concrete footings to be 1:2:4 mix crowned
to shed water and protect posts at ground line.
6.0 - Gates.
Gate frames shall be 2 inch O.D. copper bearing steel pipe,
hot-dip galvanized, weight 2.717 lbs. per foot, welded corner
construction, with fabric to match the fence line. All gates
to be provided with necessary hinges, gate padlock fittings and
gate hold back.
CLF-3
)KXZIdACHERo McLENDON & MURRF. L,I, P.C. I H2M CORP.
SITE WORK - CHAIN LINK FENCE - CONT'D.
Locking device shall be constructed so as to lock both leaves
of the double swing gate together in addition to keepinG the locking
bar in a fixed position. Any locking device not meeting these re-
quirements will be rejected. On double swing gates provide a gate
center rest.
7.0 - Bracinq
Braces not less than 1-5/8 inch O.D., weighing not less than
2.272 lbs. per foot or approved equivalent section, complete with
3/8" galvanized truss rod and turnbuckle shall be installed at all
corners, end and gate posts and as required at changes of vertical
Grade.
8.0 - Post Tops
All posts shall
steel tops.
be fitted with heavy malleable iron or pressed
9.0 - Top Rail
The top rail, as indicated in the Detailed
be one of the following:
Specifications, shall
A. Galvanized Steel
Top rail shall be 1-5/8 inch O.D. copper bearing steel
pipe, hot-dip galvanized, weight 2.272 lbs. per foot. Top rail shall
pass thru the base of the line post tops and form a continuous brace
from end to end of each run of fence. Couplings shall be outside
sleeve type and at least 7 inches long; one coupling in every five
(5) shall contain a heavy spring to take up expansion and contraction
of the top rail.
B. Aluminum
Top rail shall be alloy 6063-T6 1-1/4" A.S.A. Schedule 40
pipe having a nominal outside diameter of 1.660 inches and weighing
0.786 pounds per foot. Aluminum alloy to be as manufactured by the
Reynolds Metal Company, or approved equal. Top rail shall be
furnished in approximately 20-foot lengths.
CLF-4
SITE WORK - CHAIN LINK FENCE - CONT'D.
10.0 - Tension Wire
Bottom tension x~re of Number 7 gauge, high carbon,
coiled spring wire shall be used. The tension wire shall be
securely fastened to posts. Aluminum fabric ties to be attached
to wires at 2 foot intervals.
11.0 - Barbed Wire
The top one foot of the fence shall consist of three rows
of barbed wire attached to 45 degree angle arms.
A. ALUM!h~M FENCES - Barbed wire shall consist of two
strands of ]110 diameter wire with .080 diameter, 4 point
barbs spaced approximately 5" apart. The wire shall be
alloy 5052-H38.
B. STEEL FENCES - Barbed wire shall consist of two strands
of 12-1/2 gauge coppe~ bearing hot dipped galvanized'wire with
14 gauge barbs in a four point pattern on S-inch centers.
12.0 - Grounding of Chain Link Fence
The Contractor shall furnish and install one (1) 3/4"
diameter x 10' steel or iron pipe or one (1) 5/8" diameter
x 10' steel on iron rod at each gate post. Where any section
of feuce is less than 50 feet between gates, the grounding rod
will be required on only one of the ad3oining gate pests. If
steel pipe is used as a ground, ~he outer surface shall be gal-
vanized or otherwise metal-coated for corrosion protection.
Connection shall be made between the gate post and ground rod
or pipe using #6 copper wire conductor. The grounding conductor
shall be attached to the gate post and ground rod by means of a
bolted clamp to which the conductor shall be soldered. The con-
nections shall be made as close to the-earth as practicable.
CLF-5
DETAILED SPECIFICATIONS - SITE WORK - CHAIN LINK FENCE
2.0 - FENCE HEIGHT
The fence height shall be six (6) feet.
3.0 - FABRIC
The fabric shall be galvanized steel fabric.
4.0 - POSTS
C. Gate Posts
Gate posts shall be copper bearing steel 6-inch O.D., weight
18.97 lb. per foot for 26' opening double swing gates.
6.0 - GATES
The Contractor shall furnish and install Aluminum Cantilever
Slide Gates in openings as shown on drawings and shall conform to the
following specifications:
Gate frames shall be made of 2" square aluminum tubing alloy
6063-T6 weighing .94 pounds per lineal foot and shall be welded at all
corners so as to form a rigid one piece unit. Fabric shall be securely
stretched and held in the center of the 2" square tubing by use of
hook b61ts and tension rods on all four sides of the gate opening frame.
Ail cantilever overhang frames shall have 3/8" brace rods.
The track shall be a combined track and rail aluminum extrusion
having a total weight of 3.72 pounds per foot and designed to withstand
a reaction load of 1,200 pounds.
Two swivel type zinc die cast trucks having four sealed lubricant
ball bearing wheels 2" in diameter by 9/16" in width with two side
rolling wheels to insure alignment of truck in track shall be provided
for each gate leaf. Trucks shall be held to post brackets by 7/8" dia-
meter ball bolts with 1/2" shank. Truck assembly shall be designed
to take the same reaction load as the track.
For gate leaf sizes 23'0" to 30'0" one additional 2" square lateral
support raul shall be welded adjacent to top horizontal rail. The bot-
tom rail will be 2" x 4" tubing weighing 1.71 pounds per foot.
These gates may be installed on aluminum or galvanized steel posts.
Three gate posts 4"od shall be installed for each single slide gate o2
four for each double slide gate. Galvanized 4"od posts shall weigh 9.1
pounds per foot. Aluminum 4" od posts shall be of alloy 6063-T6 weigh~
ing 3.15 pounds per foot.
DS-CLF-1
DETAILED SPECIFICATIONS - SITE WORK - CHAIN LINK FENCE - CONT'D.
Guide whell assemblies shall be provided for each supporting post.
Each assembly shall consist of two rubber wheels 4" in diameter with oil
impregnated bearings and shall be attached to post so that the bottom
2" square horizontal member will roll between the wheels which can be
adjusted to maintain plumb gate frames and proper aligmnent.
A positive latch shall be provided with provisions for padlocking.
Ail gate hangers, latches, brackets, guide assemblies and stops
shall be galvanized malleable iron or steel.
The aluminum cantilever slide gate shall be manufactured by Anchor
Fence Inc., Balt., Maryland, or approved equal.
9.0 - TOP RAIL
The top rail shall be galvanized steel.
BASIS OF PAYMENT
Ail costs for the furnishing and installation of the chain link
fence indicated on the plans shall be included in the base bid. The
base bid shall include the cost to provide the necessary labor, materials
and equipment necessary to perform the work under this item.
DS-CLF-2
EPA CONSTRUCTION SIGN
1. SCOPE
The work includes all labor, materials, equipment and appliances
required to construct a construction sll{n as sho~n on the dra~ings, de-
tailed in the specifications or as directed by the Engineer.
2. GENERAL
The Contractor shall erect a sign at the project site identifying
the project and indicating that the State of New York and the Federal
Government are participating in the construction of the project. The
sign shall be erected within t~enty-one (21) days after the contract is
signed. It shall be furnished, erected and maintained by the Contrac-
tor and the location shown on the contract drawings.
3. MATERIALS
All lumber shall be air dried well seasoned and shall bear the
grade and trademark under whose rules it is produced and a mar[[ of mill
identification. All lumber shall be of a grade at least No. I Douglas
Fir, or equal.
4. SIGN PANEL
The sign panel shall be constructed of 3/4-inch minimum thickness
marine plywood rabbeted into a 1¼-inch by 4-inch frame. All fasteners
used in the construction of the sign shall be of a rustproof nature.
5 · !.!ORK:IANSIIIP
All carpentry work shall be first class in all respects. Fasten-
ings shall be concealed where possible. All materials shall be accurate-
ly fitted and securely fsstened. Care must be taken in cutting and fit-
ting so that structural members are not weakened.
6. SIGN FACE
6.1 - Background - The sign face backKround shall consist of at
least one prime and two finish coats of white paint.
6.2 - Letterin~ - All lettering except for on the emblem shall be
,al blue paint.
~.3 Emblem - The "Pure ~'aters" emblem shall be duplicated using
serifed, thick-thin letterings, similar to that sboYm on the contract
EPA COMSTf{UCTION $IG;'! (COIIT'D.)
drawings. "Pure" shall be painted in light; blue on a white background
and "Waters" shall be painted in white on a light blue back,round. The
emblem shall be rigidly installed oI~ the edge trim, as shown on the con-
tract drawings.
7. PAINTING
All supports, trim and the back of the sign panel, shall be painted
with at least one prime and two finish coats of the same white paint
used for the sign face. Ail paint used shall be exterior crade paint,
suitable for use on such signs.
8. SIGN SUPPORTS
The sign shall be Mounted on three (3) 4-inch by 4-inch fir posts.
Posts shall be embedded in the ground a minimum of 4-feet and suitably
braced to prevent overturning of the si~n. All embedded portions of the
posts shall be creosoted.
9. MAIIITE~ANCE
The project sign shall be maintained by the Contractor, in good
condition, at all times, for the°duration of the construction.
10. REd,OVAL OF SIOM
The removal of the project sigm from the construction site shall
be by the Contractor at the completion of construction, ~hen ordered
by the Engineer.
EPACS 2 nf 2
~ ~¢HER. I~k~LENOON · MURRELL. P.G.
SUPERSTRUCTURE
1.0 SCOPE
The Contractor shall furnish all labor, materials, equipment, tools
and appurtenances and shall construct the superstructures complete, as
shown, specified or required.
2.0 MATERIALS
2.1 Unit Masonry Work
2.Z Architectural Metals
2.3 Architectural Louvers
2.4 Carpentry
2.5 Thermal Insulation
2.6 Roofing
2.7 Joint Sealers
2.8 Glass and Glazing
2.9 Aluminum Windows
2.10 Aluminum Doors & Frames
2.11 Rolling Doors
2.12 Hardware
~..13 Acoustic Ceiling Systems
2.14 Resilient Flooring
2.15 Painting
2.18 Toilet Accessories
2.17 Removable Partitions
2.18 Abrasive Anti-Slip Flooring
Superstructure work shall conform to the requirements of General
Specifications, Sections S2, S3, S5 and S7, with respect to concrete,
steel reinforcement, structural steel and micellaneous metalwork, and
painting; and all other applicable provisions of the General
Specifications insofar as they do not conflict with this Section of the
Specifications.
All work in existing structures shall be govern by existing
corresponding work. Newly exposed, previously concealed, existing work
or surfaces, shall match existing corresponding exposed work or surfaces.
2.1 UNIT MASONRY WORK
2.1.1 Masonry Units:
The Contractor shall obtain masonry units from one manufacturer,
of uniform texture and color for each kind required, for each continuous
area and visually related areas.
a. Bric k:
Unless otherwise show or specified, the Contractor shall provide
standard size brick (8" long by 2~" high by 3]" wide) for e~posed
vertical brickwork.
S-1
~ I-~OI. ZMACHER. McLFNDON · IdURREtI-. P C
~UPER~TRUCTURE CONT'D
2.1.2
a.
2. The Contractor shall provide special molded shapes where shown
and for applications which cannot be sawn from standard brick
sizes.
3. At the Contractor's option, he shall provide solid or cored brick
for vertical brickwork. Cored brick, with net cross-sectional
area less than 75~ of gross area in the same plane or with core
holes closer than ~" from any edge, shall not be used.
b. Facing Brick:
1. Quality Standard: ASTM C216.
2. Grade SW for exterior exposures.
3. Texture and Color shall match existing Ad ministration Building.
c. Concrete Masonry Units (CMU), General:
1. The Contractor shall provide manufacturer's standard units with
nominal face dimensions of 16" long by 8" high (15-5/8" by 7-
5/8" actual), unless otherwise shown.
2. The Contractor shall provide special shapes where shown and
where required for lintels, corners, jambs, sash, control joints,
headers, bonding and other special conditions.
3. The Contractor shall provide lightweight units using AST~:
C331 aggregate for a dry net weight of not more than 105 lbs.
per cu. ft.
4. Units shall be cured by atmospheric drying for not less than
30 days before installation, to comply with ASTM: C90 Type
I.
d. Hollow Non-Load-Bearing CMU. The Contractor shall provide units
complying with ASTM: C129 where shown.
e. Hollow Load-Bearing Ci~U. Units shall comply with ASTM: C90
Grade N.
f. Exposed Face (Interior):
The Contractor shall provide manufacturer's standard color and
texture, unless otherwise indicated.
Mortar Materials and Epoxy Grout:
Portland cement shall conform to AST~: C150 Type I, except that
Type III may be used for cold weather protection. Provide natural
color or white cement as required to produce the required mortar
color.
s-2
I--~_/~ HOLZMACHER. McLENDON & MURRICLL. P C.
SUPERSTRUCTURE - CONT'D
d.
2.1.3
Hydrated Lime shall conform to ASTM: C207, type S.
Sand shall conform to ASTM: C144, except for joints less than
with an aggregate graded with 100% passing No. 16 sieve.
Epoxy grout shall conform to the requirements of General
specifications, Section S2.
Masony Accessories:
Continuous Wire Reinforcing and Ties for 5{asonry:
The Contractor shall provide welded wire units prefabricated
in straight lengths of not less than 10 feet, with matching
corner and tee units. Fabrics shall be fabricated from cold-
drawn steel wire complying with AST.%{: A82, with deformed
continuous side rods and plain cross-rods crimped for cavity
wall construction and a unit width of I ½" to 2" less than
thickness of wall or partition.
2. Units shall be fabricated as follows:
Truss type fabricated with singlr pair of 9 gauge side rods and
9gauge continuous diagonal cross-rods spaced not more than 16"
o.c.
For exterior cavity walls with concrete masonry backup,
fabricate units with additional rod spaced for embedment in face
of brick with drip ties.
For interior walls, fabricate from mill galvanized wire.
Fdr exterior walls, hot-dip galvanized after fabrication with 0.8
oz. zinc coating in accordance with ASTM: AilS, Class 3.
b. Concrete Inserts for Masonry:
Dovetail Slots: The Contractor shall furnish dovetail anchor
slots with filler strips, where shown. Dovetail anchor slots shall
be Heckmann, No. I00; Hohman Barnard Co.; or equal. Where
dovetail slots interfere with bottom reinforcing, dovetail slots
shall not be used.
Slots shall be 24 gauge hot dipped galvanized steel unless
otherwise indicated.
Dovetail Anchors: The Contractor shall furnish dovetail anchors
where shown, specified or required. Anchors shall be 12 gauge,
hot dipped galvanized steel and shall be Hackmann, No. 108;
Hohman Barnard Co.; or equal.
S-3
SUPERSTRUCTURE CONT'D
Concrete Inserts: For installation of concrete inserts, see
General Specifications, CONCRETE.
Flexible Anchors: Where masonry is shown or specified to be
anchored to structural framework with flexible anchors, provide
two piece anchors which will permit horizontal and vertical
movement of masonry but will provide lateral restraint. For
exterior walls, provide hop-dip galvanized anchors.
Flashings for ~{asonry: The Contractor shall provide concealed
flashings as shown, to be built into masonry.
Concealed flashings shall be virgin polyvinyl chloride with
plasticizers and other modfiers, formed into uniform flexible
sheets not less than 20 mils thick and black in color, unless
otherwise indicated.
c. ,~icellaneous ~{asonry Accessories:
Bond breaker strips shall be 15 lb. asphalt roofing felt
complying with AST ,{. D226, or 15 lb. co,{l-tar roofin~ felt
complyin~ with AST~: D227.
Premolded control joint strips shall be solid rubber strips with
a Shore A durometer hardness of 60 to 20, designed t-o fit
standard sash block and maintain lateral ssability in masonry
wall, size and configuration as indicated.
2.l.4 Installation:
The Contractor shall build masonry construction to the full
thickness shown, except, build single- wythe walls to the actual
thickness of the masonry units, using units of nominal thickness as shown
or specified.
The Contractor shall build chases and recesses as shown and as
required for the work of other trades. The Contractor shall provide not
less than 8" of masonry between chase or recess and jamb of openings,
and between adjacent chases and recesses.
Masonry units shall be cut with motor-driven s,%w designed to cut
masonry with clean, sharp, unchipped edges. Units shall be cut as
required to provide pattern shown and to fit adjoininE work neatly. Full
units shall be used, without cutting, wherever possible.
Wet brick having AST:4:C67 absorption rates greater than 0.025 oz.
per sq. in. per minute shall not be used.
Concrete masonry units shall not be wetted.
S-4
I--~ HOLZMACHER. McLENOON & MURRELL, P.C
,SUPERSTRUCTURE CONT'D
The Contractor shall not use frozen materials or materials mixed or
coated with ice or frost. For masonry which is specified to be wetted,
the Contractor shall comply with the BIA recommendations. The
Contractor shall not build on frozen work. masonry work damaged by frost
or freezing shall be removed and replaced.
The Contractor shall not lower the freezing point of mortar by use
of admixtures or anti-freeze agents.
The Contractor shall not use calcium chloride in mortar where metal
reinforcing ties or flashing will be embedded. If used in other
applications, the amount shall be limited to not more than 2% by weight
of the Portland cement and add to mixing water.
Calcium chloride shall not be used in mortar or grout.
The Contractor shalllay exposed masonry in the bond pattern shown,
or if not shown, in running bond with vertical joint in each course
centered on units in courses above and below. Concealed masonry shall
he placed with all un£ts in a wythe bonded by lapping not less than 2".
The Contractor shall bond and interlock each course of each wythe at
corners, unless otherwise shown.
The Contractor shall layout walls in advance for accurate spacing
of surface bond patterns, with uniform joint widths and to properly
locate openings, movement-type joints, returns and offsets. The use of
less than half size units at corners, jambs and whenever possible at other
locations shall be avoided.
· The Contractor shall lay-up walls plumb and true and with courses
level, accurately spaced and coordinated with other work.
When stopping and resuming work, the Contractor shall rack back
~ masonry unit length in each course; do not tooth. Exposed surfaces
of set masonry shall be cleaned. The Contractor shall wet units lightly
(if specified to be wetted), and remove loose masonry units and mortar
prior to laying fresh masonry.
As the work progresses, the Contractor shall build all required
items. Fill in solidly with masonry around built-in items.
The Contractor shall fill space between hollow metal frames and
masonry solidly with mortar.
Where built-in items are to be embedded in cores of hollow masonry
units, the Contractor shall place a layer of metal lath in the joint below
and rod mortar or grout into core.
S-5
HOLZMACHER. McLENDON · 1,4URRELL P.C.
,RUPERSTR U('T[IR E CONT'D
At intersecting load-bearing walls which are carried up separately,
the Contractor shall block vertical joints with 8" maximum offsets and
provide rigid steel anchors spaced not more than 4'-0" o.c. vertically,
or blocking shall be omitted and provided rigid steel anchors at not more
than 2'-0" o.c. vertically. Anchors shall be formed of galvanized steel
not less than 1~" by [" by 2'-0" long with ends turned up not less than
2" or with cross-pins. If used with hollow masonry units, ends shall be
embedded in mortar filled cores.
Non-bearing interior partition Walls shall be built full height of
story to underside of structure above, unless otherwise shown.
Mortar mixes shall conform to ASTM: C-270, Proportion
Specifications, and shall be of the following type:
(1) Type S for exterior work.
(2) Type N for interior work.
Mortar ingredients shall be mixed for a minimum of 5 minutes in
a mechanical batch mixer. Water shall be clear and free of deleterious
materials which would impair the work. Mortar shall not be used, which
has begun to set, or if more than 1½ hours has elapsed since initial
mixing. Retemper mortar during 2 ½ hour period as required to restore
workability.
The Contractor shall lay brick and other solid masonry units with
completely filled bed and head joint; and butter ends with sufficient
mortar to fill head joints and shove into place. The Contractor shall
not. slush head joints.
The Contractor shall lay hollow concrete masonry units full mortar
coverage on horizontal and vertical face shells; and also bed webs in
mortar in starting course on footings and foundation walls and in all
courses of piers, columns and pilasters, and adjacent to cells or cavities
to be reinforced or to be filled with concrete or grout.
Joint widths shall be maintained as shown, except for minor
variations required to maintain bond alignment. If not shown, the
Contractor shall lay walls with 3/8" joints. The Contractor shall cut
joints flush for masonry walls which are to be concealed or to be covered
by other materials. The Contractor shall tool exposed joints slightly
concave. The Contractor shall rake out mortar in preparation for
application of caulking or sealants where shown.
The Contractor shall remove masonry units disturbed after laying;
and clean and relay in fresh mortar. The Contractor shall not pound
corners at jambs to fit stretcher units which have been set in position.
If adjustments are required, units shall be removed, mortar cleaned off,
and reset in fresh mortar.
$-6
~ HOI..ZMACHER. McLENOON & MURRELL. P.C.
SUPERSTRHCTURE - CONT'D
Cavities shall be kept clean of mortar droppings during construction.
Joints facing cavity shall be struck flush.
The Contractor shall tie exterior wythe to back-up with continuous
horizontal joint reinforcing embedded in mortar joints at not more than
16" o.c. vertically.
The Contractor shall provide weep holes in exterior wythe of cavity
wall located immediately above ledges and flashing spaced 2'-0" o.c.,
unless otherwise shown and shall be Holmann & Barnard, #342; Heckman;
(3/8" x 1½" x 3~") or equal.
The Contractor shall reinforce masonry openings greater than 1'-0"
wide, with horizontal joint reinforcing placed in 2 horizontal joints
approximately 8" apart, both immediately above the lintel and
immediately below the sill. Extend reinforcing a minimum of 2'-0" beyond
jambs of the opening, bridging control joints where provided.
The Contractor shall provide anchoring devices of the type shown
or specified, if not shown or specified, the standard type for facing and
back-up involved shall be provided.
The Contractor shall anchor masonry to structural members where
masonry abutts or faces members with dovetail anchors.
The Contractor shallinstal~ loose lintels of aluminum or steel where
shown, noted, specified or required.
Unless otherwise shown, the Contractor shall provide minimum
bearing at each jamb, of 4" for openings less than 4'-0" wide, and 8"
for wider openings.
The Contractor shall provide vertical control and isolation joints
in masonry where shown or required. Related masonry accessory items
shall be built-in as the masonry work progresses. The Contractor shall
rake out mortar in preparation for application of sealants. Sealants to
comply with the requirements of Section 2.7, JOINT SEALERS.
Flashing of Masonry Work: The Contractor shall install flashings
and other related work where shown to be built into masonry work, in
accordance with the manufacturer's instructions.
2.1.5 Repair, Pointing and Cleaning:
The Contractor shall remove and replace masonry units which are
loose, chipped, broken, stained or otherwise damaged, or if units do not
match adjoining units as intended. New units shall be provided to match
adjoining units, and installed in fresh mortar or grout, pointed to
eliminate evidence of replacement.
$-7
~j~ HOLZMACHER, McLENOON & MURRELL. P.C
SUPERSTRUCTURE CONT'D
During the tooliug of joints, the Contractor shall enlarge any voids
or holes, except weep holes, and completely fill voids with mortar. The
Contractor shall point-up all joints at corners, openings and adjacent
work to provide a neat, uniform appearance, properly prepared for
application of cau]ktng or sealant compounds.
The Contractor shall clean exposed brick masonry surfaces as
recommended by BIA Technical Notes 9.0 "Cleaning Clay Products
,q aSO n r y".
The Contractor shall clean exposed CMU masonry by dry brushing
at the end of each day's work and after final pointing to remove mortar
spots and droppings.
2.2 ARCHITECTURAL METALS
For fabrication of architectural metal work which will be exposed
to view, the Contractor shall use only materials which are smooth and
free of surface blemishes including pitting, seam marks, roller marks,
rolled trade names and roughness.
2.2.1 Fasteners:
The Contractor shall provide zinc-coated fasteners for exterior use
or where built into exterior walls. Fasteners shall be selected for the
type, grade and class required.
The Contractor shall form exposed connection with hairline joints,
caulked, flush and smooth, using concealed fasteners wherever possible.
Exposed fasteners of type shown shall be used or, if not shown, Phillips
flat-head (countersunk) screws or bolts.
Masonry anchorage devices shall be expansion shields, FS-FF-S-325.
Toggle Bolts shall be tumble-wing type, FS FF-B-588, type, class
and style as required.
Lag Bolts shall be square head type, FS FF-B-561.
Machine screws shall be cadmium plated steel, FS FF-S-92.
Wood Screws shall be flat head carbon steel, FS FF-S-111.
Plain Washers shall be round, carbon steel FS FF-W-92.
Lock Washers shall be helical spring type carbon steel FS FF-W-
84.
All other fastening devices shall conform to General Specifications,
Section S 5.
S-8
SUPERSTRUCTUEE - CONT'D
2.3 ARCHITECTURAL LOUVERS
2.3.1 Materials:
a. Aluminum Extrusion: Alloy 6063-T52.
Screws ~ Fastenings: All screws and fastenings shall be stainless
steel. The Contractor shall use Phillips flat-head machine screws
for exposed fasteners, unless otherwise shown or specified. Drill
anchors and expansion anchors shall be as specified in STRUCTURAL
STEEL AND MISCELLANEOUS METALWORK,
Anchors & Inserts: The Contractor shall use non-ferrous metal
anchors and inserts for exterior installations and elsewhere as
required for corrosion resistance. Inserts, as required, shall be set
into concrete or masonry work.
d. Laquer: Laquer shall be clear methacrylate, as recommended by
metal producer for finished metal protection.
2.3.2 Extended Aluminum Louvers:
The Contractor shall provide extruded horizontal louvers, stationary
type, 4" deep, with extrusions not less than 0.08" thick, of sizes shown.
Where shown, the Contractor shall provide motorized louvers equal to
Architectur.-1 Line Dual Combination Louver Model 6945E-Electrical as
manufactured by Construction Specialitie, Inc.; .Cyclops Corp., Model
0-E620; or equal. Heads, sills and jambs shall be one piece structural
members with integrel caulking slot and retaining beads. Recessed
mullions shall be slideableinterlock type with a minimum wall thickness
of 0.125" and shall have provision for expansion and construction. Frame
shall be $063-T52 alloy 0.125" thick. Fixed blades shall be 0.081" thick
with three reinforcing bosses. Electrical motor shall be 120 Volts.
Operating blade shall be 0.125" thick. Pivots shall be ~" diameter
zamac alloy pinions operating in self-lubricating nylon bearings.
Operating louver blades shall be operated by concealed drive arms at each
jamb and assembled with steel shoulder rivets. Drive arms shall be
interconnected by a 5/8" diameter torsion bar. Ail louver blades and sills
shall be equipped with vinyl gaskets. Louver blades shall also be equipped
with jamb gaskets riveted to blade ends. When closed, air leakage through
the louver shall not exceed 1.0 cfm per sq. ft. of face area at a wind
velocity of 30 mph. Ail fasteners shall be stainless steel or aluminum.
Structural supports shall be designed to carry a wind load of not less
than 30 psf. Ail louvers shall be furnished with 18 by 24 mesh, anodized
aluminum wire insect screen secured on inside face of louver, within
a 12 888 gauge extruded aluminum frame. Screen shall be replaceable
within extruded frame. Louvers shall be free of scratches and blemishes.
Aluminum louvers shall be manufactured by the Airolite Co.;
Construction Specialities, [nc.; Industrial Acoustic Co.; the Ventilouvre
Co.; or equal.
S-9
~UPERSTRUCTURF - CONT'D
2.3.2 Shop F£nisbing:
Shop finishing shall comply with NAAMM "Metal Finishes Manual"
for finish designations and application recommendations, except as
otherwise shown and specified.
The Contractor shall protect chemical and electrolitic finishes on
exposed surfaces by spraying with at least two coats of clear lacquer
to a dry film thickness of not less than 0.5 mils, prior to shipment.
The Contractor shall provide the following color anodized aluminum
finish to all aluminum louvers, screens and exterior panel face sheets:
AA-MIOC21A42RIZ (0.7 mil minimum thick, fine matte integral
color finish, medium bronze).
2.3.4 Preparation:
The Contractor shall coordinate setting drawings, diagrams,
templates, instructions and directions for the installation of anchorages
which are to be embedded in concrete or masonry construction, and shall
coordinate the delivery of such items to the project site.
2.3.5 Installation:
The Contractor snall locate and place louver units plumb, level and
in proper alignment with adjacent work.
· Concealed anchorages shall be
Contractor shall provide brass or lead
required to protect metal surfaces
connection.
used wherever possible. The
washers fitted to screws where
and to make a weathertight
The Contractor shall form tight joints with exposed
accurately fit together. The Contractor shall provide
openings for sealants and joint fillers, as shown.
connections
reveals and
The Contractor shall repair finishes damaged by cutting, welding,
soldering and grinding operations required for fitting and jointing. The
Contractor shall restore finishes and prime coats of paint so that there
is no evidence of corrective work. The Contractor shall return items
which cannot be refinished in the field to the shop, make the required
alterations, and refinish the entire unit.
The Contractor shall conform to Section 2.7, JOINT SEALERS, for
sealants in connection with the installation of louvers.
2.4 CARPENTRY
2.4.1 Materials:
a. LU
$-[0
$1.'PED'?TRUCTHRE - CONT'D
Nominal lumber sizes are indicated, except as shown by detail
dimensions. The Contractor shall provide actual sizes as required
by PS 20, for the moisture content specified for each use.
The Contractor shall provide dressed lumber, S4S, unless otherwise
shown or specified.
The Contractor shall provide seasoned lumber with 19% maximum
moisture content at time of dressing.
Framing Lumber (2" through 4" thick) shall be construction grade,
any species.
b. ~licellaneous Materials;
The Contractor shall provide size and type of fasteners and
anchorages as indicated and as recommended by applicable standards,
complying with applicable Federal Specifications for nails, staples,
screws, bolts, nuts washers and anchoring devices.
2.4.2 Wood Treatment:
Where lumber or ply'~'ood is indicated as "Trt-Wd" or "Treated", or
is specified herein to be treated, the Contractor shall comply with the
applicable requirements of the American Wood Preservers Bureau (A WPB).
Each treated item shall De marked to comply with the AWPB Quality Mark
requirements for the specified requirements.
' The Contractor shall pressure-treat above-ground items with water-
borne preservatives complying with AWPB LP-2. After treatment, the
items shall be kiln-dry to a maximum moisture content of 15%. Treat
indicated items and the following:
Wood cants, nailers, blocking, stripping, and similar members in
connectionwitb roofing, flashing, vaop barriers and waterproofing,
and other members in contact with concrete or masonry.
Complete fabrication of treated items shall be accomplished prior
to treatment, wherever possible. If cut after treatment, the Contractor
shall coat cut surfaces with heavy brush coat of same chemical used for
treatment. The Contractor shall inspect each piece of lumber or plywood
after drying and discard or defective pieces.
S-Il
SUPE?STRUCTIIRF CONT'D
2.4.3 Installation:
The Contractor shall dicard units of materials with defects which
might impair the quality of the work, and units which are too small to
fabricate the work with minimum joints or the optimum joint
arrangement.
The Contractor shall se= carpentry
levels and ~nes, with members plumb and
fitted.
work accurately to required
true and accurately cut and
The Contractor shall securely attach carpentry work to substrates
by anchoring and fastening As shown and as required by recognized
standards. Nail heads shall be countersunk on exposed carpentry work
and fill holes. The Contractor shall use common wire nails, except as
otherwise indicated. Use finishing nails for finish work. The Contractor
shall select fasteners of size that will not penetrate members where
opposite side will be exposed to view or will receive finish materials.
The Contractor shall make -.ight connections between members. Fasteners
shall be installed withou~ splitting of wood; pre-drill as required.
The Contractor shall provide wood grounds, nailers, blocking and
s~eepers wherever shown ~nd '~-nere required for screeding or attachment
of other work. The Contractor shall form to shapes as shown and cut
as required for true line ~nd level of work to be attached.
The Contractor shall a~.{ch to substrates as required to support
applied loading. Bolts and nuts shall be countersunk flush with surfaces,
unless otherwise shown. The Contractor shall build into masonry during
installation of masonry work. '#here possible, anchor to formwork before
concrete placement.
The Contractor shall provide permanent grounds of dressed,
preservative treated, key-bevelled lumber not less than 1½" wide and
of finish material involved. The Contractor shall remove temporary
grounds when no longer required.
2.5 THERMAL INSULATION FOR BUILDINGS
2.5.1 Quality Assurance:
The thicknesses shown are for the thermal conductivity (k-value at
75' F) specified for each material. The Contractor shall provide adjusted
thicknesses as directed for the use of material having a different thermal
conductivity.
The Contractor shall comply with the fire-resistance, flammability
and insurance ratings indicated and comply with code interpretations by
governing authorities.
S-12
I.~ ~ER. M<;LENOON · MURRELL. P.C.
SUP~'RS?RUCTURE - CONT'D
For roof decks, the Contractor shall provide insulation which is rated
"Fire - Acceptable" by UL for conditions of "Roof Deck Construction".
2.5.2 Materials:
Extruded Polystyrene Plastic Board Insulation (PIE-Ins):
For perimeter and cavity wall insulation, the Contractor shall
provide rigid, closed-cell, expanded polystyrene board complying
with FS HH-I-524, Type Il, Class B; 30 psi compressive strength;
1.0 permin, maximum vapor transmission; 0.10% maximum water
absorption; manufacturer's standard sizes.
Except as otherwise indicated, the Contractor shall provide
manufacturer's standard type extruded with integral high-density
skin, with thermal conductivity (k-value at 75' F) of 0.20.
The Contractor sh~ll provide "Styrofoam SM", (Dow Chemical);
Dylite Board, Sinclair-Koppers; Dyfoam, Zonolite/Grace; or equal.
b. Glass Fiber Board Roof insulation (GFB-RI):
Glass fibers and water-resistant binders shall be formed into rigid,
non-combustible bo:{rds with asphalt-saturated top surface and
complying with FS HH-I-526; thermal conductivity (k-value at 75'
F) of 0.27; capable of rapid transmission of vapor (highly
permeable); manufaczure'rs standard sizes.
The Contractor shall provide "Roof Insulation" Owens-Corning
Fiberglass; Tempcheck, Philip Carey/Celotex; Urethane Roof Insul;
Grefco Inc.; or equal.
c. ~ineral Fiber Blanke~ Insulation:
Glass or other inorgaaic fibers and resinous binders formed into
flexible blankets or semi-rigid sheets, complying with FS HH-I-
521E-74; Type I; density of not less than 1.5 lbs. per cu. ft.:
thermal conductivity (k-value at ?5' F) of 0.27; manufacturer's
standard sizes.
Kraft Faced Blanket: .lsphalt and Kraft paper vapor barrier laminated
to one face, with 1.0 inch flanges on long edges.
Products offered by manufacturers to comply with the requirements
include the following:
(1) Fiber Glass Home [nsul.; Johns-Manville.
(2) Fiberglass Bldg. Insnl.; Owens-Corning. Fiberglass
(3) Thermafiber Blanket; U.S. Gypsum.
(4) ZonolAte Glass Fiber; Zonolite/Grace.
Corp.
Miscellaneous m ateri.{ls:
S-13
~ HOI. ZI,U~IE~ ~cL~N~N · MURREL~P~C.
SUPEI~TR"C'TUI~E - CONT'D
The Contractor shall proviJe adhesive for bonding insulation of the
type recommended by the insulation manufacturer, and complying
with fire-resistance requirements and insurance requirements.
The Contractor shall provide mechanical anchors of the type and size
shown or, if not shown, ~s recommended by the insulation
manufacturer for the type of application shown, and condition of
substrate, and for compliance ~;ith insurance requirements.
Wherever preformed cant strips of insulation material are shown,
the Contractor shall proviAe units supplied by the manufacturer of
the associated roof and deci insulation, and formed of the same
material, if such units Are not produced by the roof and deck
insulation manufacturer, the Contractor shall provide units formed
of asphalt impregnated organic fiber insulation material, unless
otherwise shown.
The Contractor shall provide ~lastic Sealer of the type recommended
by insulation manufacturer for bonding edge joints between units
and filling voids in the ~ ~r_~.
2.5.3 Preparation of Substra[e - insulation:
The Contractor shall compl)' with manufacturer's instructions for
the particular conditions of ~nstallAtion in each case. If printed
instructions are not available or Jo not apply to the project conditions,
consult the manufacturer's ~.echnical representative for specific
recommendations before proceeJ--ng with the work.
The Contractor shall extend insulation full thickness as shown over
entire area to be insulated. The Contractor shall cut and fit tightly
around obstructions, and fill voids with insulation. Projections which
interfere with placement shall be removed.
The Contractor shall apply a single layer of insulation of the
required thickness, unless other~'[se shown or required to make up the
total thickness.
a. Perimeter Insulation:
On vertical surfaces units shall be set in adhesive applied in
accordance with manufacturer's instructions. The Contractor shall
use type adhesive recommended by manufacturer.
b. Roof and Deck Insulation:
The Contractor shall not install more insulation each day than will
be covered by waterproofing by end of same day.
S-L4
SUPERSF~L:CTI~RE - CONT'D
2.6
2.6.1
a.
2.6.2
The Contractor shall apply a single layer of insulation of the
required thickness, unless otherwise shown or required to make up
the total thickness. Joints shall be staggered one direction as
recommended by the manufacturer.
The Contractor shall set units in adhesive, applied in accordance
with the requirements of the applicable fire and insurance rating,
and applied in accordance with the recommendations of the
manufacturers of both the insulation and adhesive.
ROOFING
Quality Assurance:
UL Rating: The Contractor shall provide materials and
systems which have been tested, listed and labeled by UL
following Class or Rating as roofing:
roofing
for the
b. ~Janufacturer of BUR Ma~.eri~ls: The Contractor shall obtain primary
BUR materials from a single manufacturer, who publishes complete
information on the required "BUR System", and offers to guanrantee
or bond the completed roofing installation as required. Secondary
materials shall be obs~ined from sources acceptable to the
manufacturer of the prlmary BUR materials.
c. Manufacturer's Guarantee, Roofing: The Contractor shall provide
standard manufacturer's service or maintenance guarantee with all
available options and flashing endorsement, signed by an authorized
representative of the manufacturer. The guarantee shall be in
effect for five (5) years after the date of final acceptance.
Materials:
Aluminum Fascias
Aluminum fasicas sn.{ll be extruded of 6063 T-42 aluminum
alloy. Fasci_%s sha!l be made to match existing flat roof
buildings. Corner secgions shall be fabricated with welded or
brazed miters, with welded or brazed joints ground to a smooth
finish on exposed surfaces.
Facias shall be given · Kalcolor medium bronze finish. Before
shipment from the f.lctory all exposed surfaces shall be given
two coats of a clear methacrylate lacquer. All surfaces coming
in contact with concrete, masonry or steel work shall be given
one M0-24 mil thick coat of coal tar pitch paint equal to Porter
Coating Division of Porter Paint Co. Tarmasitc 103; Koppers
Co., Inc. Bitumastic No. 50; or equal.
Gravel stops shall be set level and to proper and true planes,
with 4" wide concealed cover plates at joints.
S-15
~ HOLZMACHER. ~cLENO¢~N & IdURREL{-, PC.
SUPER.~I~ UCTU R E CONT'D
b. Built-Up Roofing Systems:
Coal-Tar BUR on Roof insulation Over Plywood Deck: The
Contractor shall provide manufacturer's standard roofing and
composition flashing, one of the following:
Spec. No. 220wi-4 ply, Koppers Co., [nc.; Celotex, Spec.
No. 140-W; or equal.
Coal-Tar BUR on Plywood Deck: Roofing shall be equal
to Koppers Co., [nc. Spec. No. 210 wi-4 ply; Celotex,
Spec. No. 140-W; or equal, coal tar pitch and gravel built
up roof.
2.6.3 Preparation of Substrate:
The Contractor shall clean the substrate of projections and
substances detrimental to the work.
The Contractor shall install cant strips and similar accessories as
shown, in accordance with the recommendations of the manufacturer.
Insulation under roofing shall be as specified in Section 2.5. The
Contractor shall not advance the installation of roof insulation
excessively ahead of roofing. The Contractor shall not install roofing
over wet insulation and shall remove and replace with dry insulation
before proceeding.
The Contractor shall not apply hot bitumen under a condition which
causes foaming (due to substrate moisture). Substrate shall be tested
at beginning of each day and at each new roof area, by applying steep
ashalt at 400' F. Substrate is too wet if ash< foams, or can be easily
stripped after cooling.
The Contractor shall prime
roofing materials manufacturer;
recommendations.
the substrate as recommended by the
complying with the manufacturer's
The Contractor shall place on the plywood deck one layer of approved
rosin-sized sheathing paper weighing approximately 5 pounds per 100
square feet. Sheathing paper shall be lapped 2" and secured to deck by
nailing.
Two full thicknesses of tarred felt shall be laid over the sheathing
paper (lapping each sheet 19") and nailed on 8~" centers (one inch from
each edge lap).
The Contractor shall coordinate roofing with flashing and other
ad3oining work to ensure proper sequencing of the entire work.
S-Id
~_./~ HOCZMACHER. I~k:I..~NOON · MURREL/ P C.
SUPERSTRUCTURE CONT'D
Where roof drains occur, the roofing for a distance of 18" in all
directions from the drain shall be sloped toward same by reducing the
thickness of the Insulation and by omitting it close to the drain and
applying extra moppings of pitch and felt to produce a uniform slope.
The Contractor shall flash all work of this and other contracts that
may pass through the roof with metal flashings, unless otherwise shown.
Substrate shall be prepared
into the building or drains, and
damaging vapor barriers.
to prevent hot bitumen from dripping
from saturating insulation, and from
2.$.4 Installation:
The Contractor shall comply with the instructions and
recommendations of the roofing materials manufacturer, except to the
extent more stringent requirements are specified herein.
The Contractor shall not ~llow fluid and plastic materials to spill
or migrate beyond surfaces of intended application.
It is required that roofing work be watertight for normal weather
exposures, and not deteriorate in excess of normal weathering.
The Contractor shall comply with instructions for installation of
the primary BUR materials manufacturer, and comply with the
requirements for bonding or guaranteeing by the manufacturer, including
flashing endorsement.
2.6.6 Protection:
The Contractor shall provide protection for roofing during the
remainer of the construction period, so that the work will be without
damage or deterioration at tile time of acceptance.
2.6.7 Repair of Defects:
For a period of 2 years after acceptance of the work, the Contractor
shall be responsible for the repair of all defects, leaks, or failures
occuring in the roofing and flashing and all damage resulting therefrom
due to any cause whatsoever, except where these are due to negligence
by the Owner or acts of third parties, as determined by the Engineer.
2.7 JOINT SEALERS
2.7.1 Guarantee:
The Contractor shall submit two copies of written guarantee agreeing
to repair or replace joint sealers which fail to perform as air-tight and
watertight joints; or fail in joint adhesion, cohesion, abrasion
resistance, weather resistance, extrusion resistance, migration
resistance, stain resistance, or general durability; or appear to
S-17
I-~./~ HOLZMACHER. McLENOON & MURf~[LL P.C
SUPERRTRUCTI'NE CDNT'D
deteriorate in any other manner not clearly specified by submitted
manufacturer's data as an inherent quality of the material for the
exposure indicated. The guarantee shall be signed by the Contractor.
Guarantee period shall be two years.
2.7.2 ~aterials, General:
For exposed materials, the Contractor shall provide color as
indicated or, if not indicated, as selected by Engineer from
manufacturer's standard colors. For concealed materials, the natural
color which has the best overall performance characteristics sh&ll be
provided.
Hardness shall be as recommended by manufacturer for application
shown, unless otherwise indicated.
The ConTractor shall provide the lowest available modulus of
elasticity which is consistent with exposure to weathering, identation,
vandalism, abrasion, support of loading, and other requirements.
Before purchase of each required material, the Contractor shall
confirm its compatibility with each other material it will be exposed
to in the joint system.
Sizes and shapes shall be as shown or, not shown, as recommended
by the manufacturer for the type and condition of joint, and for the
indicated joint performance or movement.
2.7.3 · Elastometric Sealants:
Exterior Silicon Rubber Sealant, (E-SR-S): Silicon rubber-based,
one-part elastometric sealant shall comply with FS TT-S-001543, Class
A; recommended by manufacturer for exterior joints.
The Contractor shall provide non-acid type wherever one or both
joint faces are masonry, stone, concrete or other porous materials.
The Contractor shall provide acid-type wherever both joint faces
are metal, glass plastic or other non-porous material.
Interior Silicon Rubber Sealant, ([-SR-S): Silicon rubber-based,
one-part elastometric sealant shall comply with FS TT-S-001543, Class
A; compounded specifically for mildew resistance and recommended by
manufacturer for interior joints in wet areas; acid-type for non-porous
joint surfaces, and non-acid type where one or both joint surfaces are
porous.
Bituminous and Fiber Joint Filler (BF-JF): The Contractor shall
provide resilient and non-extruding type premolded bituminous
impregnated fiberboard units complying with AST.~: D 1751, FS MB-F-
341, Type I and AASHTO: ~{ 213.
S-18
~__./~ HOI_ZMACHER, McLENOON & MURRELL P C
SUPERSTRUCTURE - C~T'D
Closed-Cell Neoprene Joint Filler (CN-JF): The Contractor shall
provide expanded neoprene complying with AST.%i: D 1056, Class SC (oil-
resistant and medium swell), of 2 to 5 psi compression deflection (Grade
SCE 41); except where filler is applied under sealant exposed to traffic,
13 to 17 psi compression deflection (Grade SCE 44) shall be used.
2.7.4 Miscellaueous .~ aterials:
Joint Primer/Sealer: The Contractor shall provide the type of joint
primer/sealer recom mended by the sealant manufacturer for the joint
surfaces to be primed or sealed.
Bond Breaker Tape (BB-Tp): Polyethylene tape or other plastic tape
as recommended by the sealant manufacturer shall be applied to
sealant-contact surfaces where bond to the substrate or joint filler
must be avoided for proper performance of sealant. The Contractor
shall provide self-adhesive tape wherever applicable.
Ce
Sealant Backer Rod (S-BR): The Contractor shall provide
compressible rod stock of polyethylene foam polyethylene jacketed
polyurethane foam, butyl rubber foam, neoprene foam or other
flexible, permanent, durable non-absorptive material as
recommended for compatibility with sealant by the sealan_t
manufacturer.
2.7.5 Manufacturer's Instructions:
The Contractor shall provide comply with manufacturer's printed
ins{ructions except where more stringent requirements are shown or
specified, and except where manufacturer's technical representative
directs otherwise.
2.7.6 Joint Preparation:
Joint surfaces shall be cleaned immediately before installation of
sealant or caulking compound. The Contractor shall remove dirt, insecure
coatings, moisture and other substances which would interfere with bond
of sealant or caulking compound. Concrete and masonry joint surfaces
shall be etched as recommended by sealant manufacturer. The Contractor
shall roughen viterous or glazed 3oint surfaces as recom mended by sealant
manufacturer.
The Contractor shall prime or seal the joint surfaces wherever shown
or recommended by the sealant manufacturer. The Contractor shall not
allow primer/sealer to spill or migrate onto adjioning surfaces.
2.7.7 Installation:
The Contractor shall set joint filler at proper depth or position in
the joint to coordinate with other work, including the installation of
bond brakers, backer rods and sealants. Voids or ~aps shall not be left
between the ends of filler units.
S-19
SUpER.qTo!'~TUR E
CONT'D
The Contractor shall install sealant backer rod for liquid elastomeric
sealants, except where shown to be omitted or recommended to be omitted
by sealant manufacturer for the application shown.
The Contractor shall install bond breaker tape wherever shown and
wherever required by manufacturer's recommendations to insure that
elastometric sealants will perform properly.
The Contractor shall employ only proven installation techniques,
which will ensure that sealants will be deposited in uniform, continuous
ribbons without gaps or air pockets, with complete "wetting" of the joint
bond surfaces equally on opposite sides. Except as otherwise indicated,
sealant rabbet shall be filled to a slightly concave surface, slightly below
adjoining surfaces. Where horizontal joints are between a horizontal
surface and vertical surface, joints shall be filled to form a slight cove,
so that joint will not trap moisture and dirt.
The Contractor shall install sealants to depths as shown or, if not
shown, as recpmmended by the sealant manufacturer but within the
following general limitations, measured at the center (thin) section of
the bead:
For sidewalks, pavements and similar joints sealed with elastomeric
sealants and subject to traffic and other abrasion and indentation
exposures, the Contractor shall fill joints to a depth equal to 75%
of joint width, but neither more than 5/8" deep nor less than 3/8"
deep.
For normal moving joints sealed with elastomeric sealants but not
subject to traffic, the Contractor shall fill to a depth equal to 50t
of joint width, but neither more than ½" deep nor less than ~" deep.
For joints with non-elastomeric sealants or compounds to overflow
or spill onto adjoining surfaces, or to a migrate into the voids of
adjoining surfaces. Adjoining surfaces shall be cleaned by whatever
means may be necessary to eliminate evidence of spillage.
2.7.8 Cure and Protection:
The Contractor shall cure sealants and caulking compounds in
compliance with manufacturer's instructions and recommendations, to
obtain high early bond strength, internal cohesive strength and surface
durability. The manufacturer shall advise the Contractor of procedures
required for the cure and protection of joint sealers during the
construction period, so that they will be without deterioration or damage
(other than normal wear and weathering) at the time of acceptance.
S-20
SUPERSTRUCTURE - CO'~T'D
2.8 GLASS AND GLAZING
2.8.1 Glass:
Fused-glass edged insulating glass (FG E-LnG) shall be
manufacturer's standard units of 2 sheets of "B" quality, clear sheet
glass (FS DD-G-451, Type ii, Class 1, Quality g6) fused-glass weld,
to provide a dehydrated air space 3/16" thick with minus 60' F. dew
point and fabricated to the sizes and shapes indicated. Units shall be
fabricated from singe-strength sheet glass, unless double-strength is
indicated or required by manufacturer for fabrication of sizes indicated.
2.8.2 Cast Acrylic Glazing Plastic (CAGP):
Cast sheets of the thickness indicated (not extruded or continous
cast), of acrylic plastic, of color and light transmittance indicated, with
impact resistance to withstand a 16 foot drop of a ½ lb. steel ball on
a 12" x 12" x {" edge-supported sheet, modulus of elasticity of
approximately 450,000 psi, flexur~l strength of 16,000 psi, 180' F.
allowable continuous service temperature.
a. Thickness: Provide 1/8" thick sheets, except as otherwise indicated.
b. Color: Clear transparent sheets 92% transmittance for 1/8" sheet.
c. Products offered by manufaczurers to comply with the requirements
include the following:
' (1) Polyglass/Evr-Kleer; Aero-Shield Plastics Corp.
(2) Plexiglas; Rohm and H~ss Co.
2.8.3 Glazing Sealants/Compounds:
The Contractor shall provide black exposed glazing materials, unless
another color is indicated, or unless another color is selected by Engineer
from manufacturer's standard colors. The Contractor shall provide
hardness of materials as recommended by the manufacturer for the
required application and condition of installation in each case. Only
compounds which are known (proven) to be fully compatible with surfaces
contacted shall be provided.
Acrylic-latex glazing sealant (AcL-GS) shall be modified latex
rubber and acrylic emulsion-polymer, compounded specifically as a
glazing sealant with permanent flexibility (non-hardening), non-staining
and non-bleeding.
Preformed butyl rubber glazing sealant (PBur-GS) shall be tape or
ribbon (coiled on release paper) or polymerized butyl, or mixture of
butyl and polyisobutylene, compounded with inert filler and pigments,
solvent-based with minimum of 9~% solids, with thread or fabric
reinforcement, tack-free within 24 hours, paintable, non-staining.
S-2I
~~EI~ McLEN(X)N · ~,I~JRREL. L. P C
SI. ipE~oUCTVRF - CONT'D
The Contractor shall provide combination tape and encased
continuous rubber shim, of approximately 50 durometer hardness.
2.6.4 Glazing Gaskets:
Miscellaneous glazing gaskets in assembled units (such as door
glazing), as well as for drive-in wedges for compression glazing shall
be polyvinyl chloride glazing gaskets (PVC-GG), extruded, flexible PVC
gaskets of the profile and hardness shown, or as required for watertight
construction, and shall comply with ASTM: D 2287.
Vinyl foam glazing tape (V F-G T) shall be closed cell, flexible, self-
adhesive, non-extruding, pol.vvinyl chloride foam tape; recommended by
manufacturer for exterior, exposed, watertight installation of glass, with
only nominal pressure in the glazing channel, and shall comply with
ASTM: D 1667.
2.8.5 ~{iscellaneous Glazing ~laterials:
Setting blocks shall be neoprene, 70 to 90 durometer hardness, with
proven compatibility with sealants used.
Spacers shall be neoprene, 40 to 50 durometer hardness, ~'ith proven
compatibility with sealants used.
Compressible filler rod (Cp-FR) shall be closed-cell or ~'aterproof-
jacketed rod stock of synthetic rubber or plastic foam, proven to be
compatible with sealants used, flexible and resilient, with 5 to 10 psi
compression strength for 251 deflection.
Cleaners, primer and sealers shall be the type recommended by
sealant or gasket manufacturer.
2.8.6 Standards and Performance:
Watertight and airtight installation of each piece of glass is
required, except as otherwise shown. Each installation must withstand
normal temperature changes, wind loading, impact loading (for operating
sash and doors) without failure of any kind including loss or breakage
of glass, failure of sealants or gaskets to remain watertight and airtight,
deterioration of glazing mxterials and other defects in the work.
The Contractor shall protect glass from edge damage at ,%11 times
during handling, installation and operation of the building. Glazing
channel dimensions as shown are intended to provide for necessary
minimum bite on the glass, minimum edge clearance and adequ`%te sealant
thicknesses, with reasonable tolerances. The Contractor is responsible
for correct glass size for eac~ opening within the tolerances and
necessary dimensions established.
S-22
~(~_.~ ~ER. M~LENDON · M~JRRELL~
SUPERSTRUCTURE CONT'D
The Contractor shall comply with combined recommendations of glass
manufacturer and manufacturer of sealants and other materials used in
glazing, except where more stringent requirements are shown or specified
and except where manufacturer's technical representatives direct
otherwise.
The Contractor shall inspect each piece of glass immediately before
installation, and eliminate any which have observable edge damage or
face imperfections.
The Contractor shall install sealants as recommended by the sealant
manufacturer.
2.8.7 Preparation For Glazing:
The Contractor shall clean the glazing channel, or other framing
members to recieve glass, im mediately before glazing. Coatings which
are not firmly bonded to the substrate, and lacquer from metal
surfaces wherever elastomeric sealants are used shall be removed.
b. The Contractor shall apply primer or sealer to joint surfaces
wherever recommended by sealant manufacturer.
2.8.8 Glazing:
rhe Contractor shall install setting blocks of proper size at quarter
points of sill rabbet. Blocks shall be set in thin course of t~e heel-
bead compound, if any.
The Contractor shall provide spacers inside and out, and of proper
size and spacing, for all glass sizes larger than 50 united inches. The
Contractor shall provide 1/8" minimum bite of spacers on glass and use
thickness equal to sealant wiith, except with sealant tape use thickness
slightly less than final compressed thickness of tape.
Exudation of sealant or compound shall be prevented by forming voids
or installing filler rods in the channel at the heel jambs and head (do
not leave voids in the sill channels) except as otherwise indicated,
depending on light size, thickness and type of glass, and complying with
manufacturer's recommendations.
T~e Contractor shall not attempt to cut, seam, nip or abrade glass
which is tempered.
The Contractor shall force sealants into channels to eliminate voids
and to ensure complete "wetting" or bond of sealant to glass and channel
surfaces.
The Contractor shall tool exposed surfaces of glazing liquids and
compounds to provide a substantial "wash" away from the glass.
Pressurized tapes and gaskets shall be installed to protrude slightly out
of the channel, so as to eliminate dirt and moisture
S-23
~_./~ HOLZMACHER. ~cL~NI)ON · I,~U~LL P C
SUPERSTRUCT[~RF CO~T'D
The Contractor shall clean and trim excess glazing materials from
the glass and stops or frames promptly after installation, and eliminate
stains and discolorations.
2.8.9 Cure, Protection and Cleaning:
The Contractor shall cure glazing sealants and compounds in
compliance with manufacturer's instructions and recommendations, to
obtain high early bond strength, internal cohesive strength and surface
durability.
The Contractor shall protect exterior glass from breakage
immediately upon installation.
The Contractor shall remove and replace glass which is broken,
chipped, cracked, abraded or damaged in other ways during the
construction period, including natural causes, accidents and vandalism.
The Contractor shall maintain glass in a reasonably clean condition
during construction, so that it will not he damage by corrosive action
and will not contribute (by wash-off) to the deterioration of glazing
materials and other work.
The Contractor shall wash and polish glass on both faces not more
than 4 days prior to acceptance of the work, complying with the glass
manufacturer's recommendations.
2.9 ALUMINU~ WINDOWS
The standards shall be ANSI: A134.1, the Contractor shall comply
with applicable requirements except as otherwise indicated.
The Contractor shall submit manufacturer's data, including half-
size details of each typical section, showing glazing detail; specific
information and operating parts, hardware, weatherstripping and
finishes for aluminum; and elevations, details and anchorages.
Aluminum window units shall be as manufactured by;
(1) Alenco Div., Redman;
(2) Armcor Industries, Inc.;
(3) Bell-View, Inc.;
(4) Capital Products Corp.;
(5) Elco Corp.;
(6) Hope's Windows Div., Roblin;
(7) Kawneer Co., Inc.;
(8) Trio Industries, [nc.;
(9) United States Metals & Mfg. Co.;
(10) Winch Ventilator Co.; or equal.
Drawings indicate locations of sash of following types:
S-24
I-/{~ HOt. Zt,4ACHER. I~4cLENOO~ & IdURRELI... P.C.
SUPER,RTRUCTURE - CONT'D
(l) Fixed units
(2) Double Hung Units
(3) Slide Units
Except as otherwise indicated, the Contractor shall provide window
units of the following classification:
(1) Commerical A2.5 (Where shown)
(2) Monumental A3. (Where shown)
The Contractor shall provide manufacturer's standard hardware of
type (operational function) indicated, for required type and
classification of window units.
The Contractor shall provide manufactucer's standard
weatherstripping at each edge of each operable sash (vent).
Tae Contractor shall fabricate units to comply with requirements
and performances as indicated:
(1) Design wind velocity at project is lO0 mph.
(2) Comply with "High Performance" requirements of ANSI: A134.1.
(3) Provide improved construction tolerances and weatherstripping to
limit air infiltration to 0.10 cu. ft. per minute per foot of crack
at edge of operable sash; tested by AST M: E 283, for 20~ of pressure
resulting from design wind loading.
Mullions shall be extruded or rolled-formed aluminum, of welded
fabrication where possible.
Aluminum finish (new buildings) shall be heavy integral color
anodized, NAA,MM AA-C22A42 or AA-C22A44, standard industry color,
Medium Bronze, selected by the Engineer.
2.10 ALUMINUM DOORS AND FRA,~.{ES
2.10.1 Quality Assurance:
The Contractor shall comply with the requirements and
recommendations in applicable specifications and standards by NAAMM,
AAMA and AA, including the terminology definitions, and specifically
including the "Entrance Manual" by NAAMM, except to the extent more
stringent requirements are indicated.
The manufacturer for aluminum doors and frames shall be:
(1) Cline Aluminum Doors, Inc.;
(2) Cupples Products Div.;
S-25
~j~ HOi_ZMACHEIa~ McLENOON · MURRELL P C.
SUPERSTRUCTURE CONT'D
(3) F. udure-A-Lifetime Products, Inc.;
(4) Gem Aluminum Products, Inc.;Kawneer Co., Inc.
(5) PPG;
(6) Miller industries, Inc.;
(7) United States Metal ~ Mfg. Corp.; or equal.
In addition to other requirements as iudicated herein, the Contractor
shall fabricate materials and components of door units to withstand the
anticipated traffic for the life of the building (40 years), with normal
maintenance.
The Contractor shall fabricate exterior door and frame units to
withstand the wind pressure loading shown or, if not shown, 30 psf on
the gross area of the frame, doors, panels and glass, acting inward and
acting outward.
The Contractor shall fabricate exterior door and frame units,
including weatherstripping and thresholds to prevent the uncontrolled
penetration of air and water under normal severe weather conditions:
Uncontrolled penetration of water is defined as the interior
accumulation in any one hour of more than 0.01 gallon of water per
linear foot of operable door perimeter, during heavy rain 1
gal/sf/hr) with wind velocity of 25 inph.
be
Uncontrolled penetration of air is defined as the infiltration of air
at a rate in excess of 0.05 cu. ft. per minute per linear foot of
operable door perimeter, during direct exposure to a wind wind
velocity of 25 mph.
The Contractor shall submit two copies of written guarantee signed
by the manufacturer and Contractor, agreeing to replace ~luminum doors
and frames which will fail in materials or workmanship within three years
of the date of acceptance. Failure of materials or workmanship shall
include (but not be limited to) failures in operation of doors and
hardware, excessive leakage or air infiltration, excessive deflections,
delamination of panels, deterioration of finish or metal in excess of
normal weathering, and defects in accessories, weatherstripping, and
other components of the work.
2.10.2 Materials and Accessories:
The Contractor shall provide and temper aluminum extrusions as
recomended by manufacturer for strength, corrosion resistance,
application of required finish and control of color, but less than 22,000
psi ultimate tensile strength. The Contractor shall provide main
extrusions of not less than 0.125" wall thickness, except as otherwise
indicated.
The Contractor shall provide extruded glazing stops and other
applied trim extrusions with minimum wall thickness of 0.62".
$-26
.RUPERSTRUCT['R E CONT'D
The Contractor shall provide alloy and temper aluminum sheets as
recommended by the manufacturer for strength, corrosion resistance,
abrasion resistance, application of required finish and control of color.
For exposed sheets of flush doors and flush p&nels, the Contractor shall
provide sheets of not less than 0.081" thickness, except as otherwise
indicated.
The Contractor shall provide vertically ribbed sheet, of
manufacturer's standard pattern, for exposed faces of flush doors and
panels, except as otherwise indicated.
Fasteners shall be aluminum , non-magnetic stainless steel or other
non-corrosive metal fasteners guaranteed by the manufacturer to be
compatible with the doors, frames, stops, panels, hardware, anchors and
other items being fastened. For exposed fasteners (if any), the
Contractor shall provide Phillips flat-head screws with finish matching
the item fastened.
The Contractor shall not use exposed fasteners except where
unavoidable for the assembly of units, and unavoidable for the
app~cation of hardware. The Contractor shall provide only concealed
screws in glazing stops, acessible only from the inside face of the door.
S~eel reinforcement and bracke~s shall be manufacturer's standard
formed or fabricated steel units, of shapes, plates or bars; with 2.0 oz.
hot-dip zinc coating complying with AST~i: A 123 applied after
fabrication.
For required anchorage into concrete or masonry work, the
contractor shall furnish inserts of cast iron, malleable iron or 12 gauge
steel hot-dip galvanized after fabrication.
Expansion anchor devices shall be drill and Expansion anchors as
specified in Section 2.2, ARCHITECTURAL ~.{ETALS.
Protective lacquer shall be
yellowing lacquer, compounded
coatings during construction.
manufacturer's standard, clear, non-
specifically for protection of anodic
The Contractor shall provide manufacturer's standard replaceable
compressive weatherstripping of either molded neoprene gaskets
complying with ASTM: D2000, Designation 2BC415 to 3BCC20, or molded
PVC gaskets complying with AST~{: D2287. Compression gaskets shall
include gaskets in bottom rails of doors (sill gaskets) and bumper-type
gaskets at doors stops and laps.
The Contractor shall provide manufacturer's standard replaceable
sliding weatherstripping of wool, polypropylene or nylon woven pile,
~ith nylon fabric and aluminum strip backing, complying v;ith AAMA
~01.1. Sliding weatherstripping includes stripping wherever there is no
stop or lap to receive compression weatherstripping (wipiNg action as
well as sliding action).
S-27
~(~l~ HOLZMACHER, McLENOON · MURREL/-. PC
SUPERSTRUCTI~RE CC'NT'D
The Contractor shall provide sealants and gaskets in the fabrication,
assembly and installation of the work, which are recommended and
guaranteed by the manufacturer to remain permanently elastic, non-
shrinking, non-migrating and weatherproof for the life of the building.
For glazing factory installed glass and panels, and for gaskets which
are factory installed in a "captive" assembly of glazing stops, the
Contractor shall provide manufacturer's standard stripping of molded
neoprene complying with ASTM: D2000, Designation 9. BC41§ to 3BC69.0,
or molded PVC complying with AST~{: D2287, or molded closed-cell
neoprene complying with AST.%{: C509, Grade 4.
Gaskets and sealants required for the installation of glass and
"glazed" panels at the project site are specified in SECTION 9..8, GLASS
AND GLAZING.
2.10.3 Hardware:
Except as indicated otherwise herein, hardware is specified in
SECTION 2.12 HARDWARE, and in the frame, door and hardware
schedules and details.
The Contractor shall cut, reinforce, drill and tap frames and doors
as required to receive hardware, except for surface-mounted items shall
not be drilled and tapped unitl the time of installation. The Contractor
shall comply with hardware manufacturer's instructions and template
requirements. Concealed fasteners shall be used wherever possible.
The Contractor shall install all hardware, except surface-mounted
hardware, at the fabrication plant. Hardware shall be removed only as
required for final finishing operations, and for delivery and installation
of the work at the site.
M.lO.4 Fabrication:
The required sizes for doors and frame units, and the profile
requirements are shown. Variable dimensions (if any) are indicated along
with maximum and minimum dimensions as required to achieve design
requirements and coordination with other work.
The details shown are based upon standard details by one or more
manufacturers. It is intended that similar details by other manufacturer
will be acceptable, provided they comply with the size requirements,
and with minimum/maximum profile requirements as shown.
The Contractor shall check the actual frame or door openings in the
construction work by accurate field measurement before fabrication, and
show recorded measurements on final shop drawings.
S-28
SUPEHSTRUCTURF - CO~?'D
Except as otherwise indicated, the Contractor shall provide each
continuous unit of framework, doors, side lights, transom panels,
hardware, and ali accessory items, as a "packaged entrance" unit. The
Contractor shall complete the fabrication, assembly, finishing,
application of hardware and all other work, before shipment to the project
site, to the greatest extent possible. The unit s~all be disassembled only
to the extent necessary for shipment and installation.
The Contractor shall preglaze door and frame units ty the greatest
extent possible, in coordination with installation and hardware
application requirements.
The Contractor shall complete the cutting, forming, drilling and
grinding of all metal work prior to cleaning, finishing, treatment and
application of coatings. The Contractor shall remove arrises from cut
edges and ease edges and corners to a radius of approximately 1/64".
The Contractor shall weld by methods recommended by the
manufacturer and AWS to avoid discoloration at welds. Exposed welds
shall be ground smooth and restore mechanical finish.
The Contractor shall conceal fasteners, wherever possible, except
as otherwise shown.
The Contractor shall maintain continuity of line and accurate
relation of planes and anlges. The Contractor shall provide secure
attachments and support at mechanical joints, with hairline fit of
contacting members.
The Contractor shall reinforce t~e work as necessary for performance
requirements, and for support to the structure. Dissimilar metals shall
be separated with bituminous paint or preformed separators which will
prevent corrosion. Metal surfaces at moving joints shall be separated with
non-metallic separators to prevent "freeze-up" of joints.
Where exterior doors stiles or head rails do not closes against fixed
stops equipped with compression weatherstripping, the Contractor shall
provide sliding weatherstripping, retained in an adjustable strip in a
mortise cenetered in the edge of the door.
The Contractor shall provide heavy-duty,
weatherstripping in the bottom-rail, adjustable
threshold.
hollow, compression
for contact with the
Except as otherwise shown or scheduled, the Contractor shall provide
door units 1]" thick and of the ind[cated style, as described in the
Manual .
NAAMM "Entrance "
Doors shall be fabricated to facilitate replacement of glass or panels
(from inside only) without disassembly of door stiles and rails. Provide
snap-on extruded aluminum glazing stops, with exterior stops anchored
for non-removal.
S-29
I--.~ HOLZMACHER, McLENDON · MURRELL. PC
SUPV~,RT~U('TURF _ CONT'D
For flush type aluminum doors, the Contractor shall provide tubular
frame members, fabricated with reinforced mechanical or welded joints
in accordance with manufacturer's standard fabrication methods.
gxposurure of frame shall be limited to the following:
a. There shall be edge exposure only and no exposure of frames wlll
be permitted.
b®
The Contractor shall provide glazed openings in doors as shown, with
manufacturer's standard aluminum moldings and stops, with
removable glazing stops on inside only. Glazing gaskets shall be
provided.
Ce
The Contractor shall fabricate flush doors with cores laiminated
between two sheets of mluminum with waterproof glue to form a door
thickness of it", except as otherwise shown. The Contractor shall
provide cores of one of the following constructions unless otherwise
specified:
(1) Resin-impregnated ~raft paper honeycomb, laminated with
waterproof glue between two sheets of 1/8" thick tempered
hard board.
(2) Rigid, closed-cell polyurethane insulation board.
(3) Rigid, molded, expanded polystyrene insulation board.
· (4) Rigid, non-combustible mineral insulation board.
For aluminum door frames, the Contractor shall fabricate tubular
and channel frames assemblies, as shown, with either welded or
mechanical joints in accordance with manufacturer's standards, with
concealed fasteners wherever possible.
The Contractor shall provide non-removable door stops for single-
acting doors (except pivoted doors), applied with fasteners which are
concealed when door is closed.
The Contractor shall provide compression weatherstripping on the
door-contact face of door stop for exterior door frames, and on other
frames where indicated.
Where weatherstrippingis not provided, the Contractor shall install
silencers on door stops to prevent metal-to metal contact between doors
and stops.
The Contractor shall provide glazing system for frames to receive
lights or panels. Design system for replacement of glass, but for non-
removal of glass or panels from the exterior.
S-30
_jI-IOLZMACHER, Mc{ENO'ON · MURRELL I~ C
RUPERflTRUCTURE - CONT'D
The Contractor shall provide manufacturer's standard "flush
glazing" system of recessed channels and captive glazing gaskets.
The Contractor shall fabricate frames assemblies for exterior walls
with flashing and weeps to drain penetrating moisture to exterior.
Provide anchorage and alignment brackets for concealed support of
assembly from the building structure. Allow for thermal expansion of
exterior units.
2.1.0.5 Aluminum Finishes:
After fabrication of doors and frames, but before lamination of
panels, the aluminum surfaces shall be prepared for finishing in
accordance with the aluminum producer's recommendations and standards
of the finisher or processor. Ail components of each assembly shall be
process simultaneously to attain complete uniformity of color.
The Contractor shall match the Engineer's samples for color and
texture requirements, except for finishes which are indicated to comply
with industry standard colors and texture samples. The Contractor shall
establish samples of the required finish, for Engineer's acceptance, prior
to fabrication of the work. The Engineer reserves the right to reject
material finishes with objectionable variations from the established
sa m ples.
The Contractor shall prepare project samples on extrusions and
sheets of the exact alloys to be used for the work, and show range of
natural variations to be expected in finished work, by duplicate samples
of .varying color and texture.
Colored anodized finish for new buildings shall be NAA~{M AA-
.qZiC22A42, (minimum thickness of 0.7 mils), integral color anodized
finish as follows:
The Contractor shall provide standard aluminum industry color
medium bronze.
be
The Contractor shall provide protective lacquer coating of not less
than 0.5 mils drl film thickness over anodized finishes, applied
promptly after immersion of anodized units in boiling-water bath
to seal anodization (and after surfaces are dry).
Ce
The Contractor shall provide the following natural anodized finish
for all aluminum doors in existing buildings and additions where
required to match existing work, unless otherwise specified, NAAMM
AA-M21C22A41 (minimum thickness of 0.7 mils), natural aluminum
color.
The Contractor shall provide a full strength K ynar 500; DeSoto [nc.;
or equal finish for all exterior aluminum doors. Color shall be as
selected by the Engineer.
S-31
SUPERSTRUCTURE CONT'D
2.10.6 Installation:
The Contractor shall comply with manufacturer's specifications and
recommendations for the installation of aluminum doors and frames.
The Contractor shall set units plumb, level and true to line, without
warp or rack of frames, doors or panels, anchored securely in place.
Aluminum and other corrodible metal surfaces shall be separated from
sources of corrosion or electrolytic action at points of contact with other
materials. The surfaces of contact shall be thoroughly insulated with
one coat of coal-tar pitch paint equal to Porter Coating Division of
Porter Paint Co., Tarmastic 103; Koppers Co., Inc., Bitumastic No. 50;
or equal.
The Contractor shall set sill members and other members in a bed
of compound as shown, or with joint fillers or gaskets as shown to provide
~eathertight construction. Compounds, fillers and gaskets to be installed
during installation of doors and frames are specified in SECTION 2.7
.JOINT SEALERS. Compounds, joint fillers and gaskets (if any) to be
installed after installation of frame assemblies are specified in SECTION
2.7 JOINT SEALERS.
installation of glass and other panels shown to be "Glazed" into doors
and frames, and not preglazed by manufacturer are specified in SECTION
2.8, GLASS AND GLAZING.
The Contractor shall clean aluminum surfaces promptly after
installation of frames and doors, exercising care to avoid damage of the
protective coating (if any). Excess glazing and sealant compounds, dirt
and other substances shall be removed.
Where protective coating has been damaged, the
remove coating completely as soon as the completion
activities no longer requires its retention.
Contractor shall
of construction
9~.11 ROLLING DOORS
2.11.1 Quality Assurance:
The Contractor shall provide each rollin~ door as a complete unit
produced by one manufacturer, including hardware, accessories, mounting
~nd installation components.
The Contractor shall furnish and install inserts and anchoring
devices which must be set in concrete or built into masonry for the
installation of the units. The Contractor shall provide setting drawings,
templates, instructions and directions for installation of anchorage
devices. Coordinate delivery with other work to avoid delay.
The Contractor shall design and reinforce rolling doors to withstand
wind loading pressure of 30 psf.
S -32
~.~Ot~ZMACHER. McLENOON & MURRELL, P C
SI p'F.R,'-;: plrf"TIfRl-; CDNT'D
2.11.2 Door Curtain Materials and Construction:
The Contractor shall fabricate rolling door curtain of interlocking
slats designed to withstand the specified wind loading, of continuous
length for the width of the door without splices. Unless otherwise shown
or specified, the Contractor shall provide slats of the material gauge
recommended by the door manufacturer for the size and type of door
required, and as follows:
Aluminum Door Curtain Slats:
be flat slot profile furnished
otherwise shown or specified.
Aluminum door curtain slats shall
with standard mill finish, unless
Endlocks: Endlocks shall be heavy aluminum castings, secured to
curtain slats with two stainless steel rivets. The Contractor shall
provide locks on alternate curtain slats for curtain alignment and
resistance against lateral movement.
Wladlocks: Windlocks shall be heavy aluminum castins secured to
curtain slats with stainless steel rivets. Unless otherwise
recommended by door manufacturerd, the Contractor shall provide
windlocks on doors exceedzng 15 ft. wide.
Space windlocks approximately 24" o.c. on both edges of curtain.
Bottom bar shall consist of 2 aluminum angles, each not less than
1 :" by 1½" by 1/8" thick.
Tne Contractor shall provide a replaceable gasket of flexible vinyl
or-neoprene between angles Rs a weather seal and cushion bumper.
The Contractor shall fabricate curtain jamb guide of aluminum
shapes with sufficient depth and strength to retain the curtain against
specified wind loading. The Contractor shall build-up units with
minimum 3/8" thick sections, and slot bolt holes for track adjustment.
The Contractor shall secure continuous wall angle to wall framing
by minimum 3/8" stainless steel bolts at not more than 30" o.c., unless
otherwise recommended by door manufacturer. Wall angles shall extend_
above door opening head to support coil brackets, unless otherwise shown.
Anchor bolts shall be placed on exterior wall guides so that they are
concealed when door is in closed position. The Contractor shall provide
removable stops on guides to prevent over-travel of curtain, and a
continuous bar for holding windlocks, if any.
The Contractor shall provide natural rubber or neoprene rubber
weatherstripping for exterior exposed doors, except where otherwise
noted. The Contractor shall secure weather seals with continuous sheet
shall be used secured to the inside of the curtain coil hood. At door
jambs, a 1/8" thick continuous strip secured to the exterior side of the
jamb guide shall be used.
SHPERgTRI~C?I'RE C()NT'D
2.ll.3 Counterbalancing ~echanism:
The Contractor shall counterbalance doors by means of an adjustable
steel helical torsion spring, mounted around a steel shaft and mounted
in a spring barrel and connected to the door curtain with the required
barrel rings. Grease-sealed ball bearings or self-lubricating graphite
bearings for all rotating members shall be used.
The Contractor shall fabricated spring barrel of hot-formed
structural quality carbon steel, welded or seamless pipe, of sufficient
diameter and wall thickness to support the roll-up of curtain without
distortion of slats and limits barrel deflection to not more than 0.03"
per foot of span under fuil load.
The Contractor shall provide spring balance of one or more oil-
tampered, heat-treated steel ilelical torsion springs. Springs shall be
sized to counterbalance the weight of the curtain, with uniform
adjustment accessible from outside barrel. The Contractor shall provide
cast steel barrel plugs to secure ends of springs to the barrel and the
shaft.
The Contractor shall fabricate torsion rod for counterbalance shaft
of case-hardened steel, of required size to hold the fixed spring ends
and carry the torsional load.
The Contractor shall provzJe mounting brackets of manufacturer's
standard design, of cast iron with bell-mouth guide groove ~or curtain.
The hood shall be formed to entirely enclose coiled curtain and
operating mechanism at opening be~{d, and act as a weather seal. The
hood shall be contoured to suit end brackets to which hood is attached.
The top and bottom edges shall be rolled and reinforced for stiffness.
The Contractor shall provide closed ends for surface-mounted hoods, and
any portion of between-jamb mounting projecting beyond wall face. The
Contractor shall provide intermedi.{te support brackets as required to
prevent sag. Ail materials shall be fabricated from aluminum.
The Contractor shall fabricate aluminum hoods for aluminum doors
of Alloy 3003 aluminum sheet not less than 0.032" thick, mill finish.
The Contractor shall fabricate aluminum hood fascia panel from
0.O81" thick sheet material to size and shape as shown or required. The
Contractor shall complete the cutting, fitting, forming, drilling and
grinding of all metal work prior to cleaning, finishing, and application
of coatings. The Contractor shall weld by methods recommended by the
manufacturer and the AWS to awoid discoloration at welds. Exposed welds
shall be ground smooth and mechanical finishes restored. The Contractor
shall conceal fastenings wherever possible and finish all exposed
aluminum fasteners to match aluminum fascia. The Contractor shall use
Phillips flat-head screws where exposed. The Contractor shall reinforce
the work as necessary for performance requirements, alignment and
support. The Contractor shall provide hairline fit for cont~*cting members
S-34
I-,[~.~ HOLZMACHER. NIcL£NDON · MURRELL. P C
SUPER.qTRUCTI~RF - CONT'D
and dissimilar metals shall be separated with bituminous paint or
preformed separators which will prevent corrosion.
2.11.4 Painting:
The Contractor shall shop clean and prepare all exterior metal
surfaces, in accordance with paint manufacturer's standards. Allexposed
exterior surfaces shall be finished with a full strength Kynar 500; DeSoto
Inc,; or equal fluorocarbon coating system consisting of a prime coat
and finish coat, each baked on separately in accordance with
manufacturer's standards. Color shall be medium bronze. The Contractor
shall supply standard 20 year guarantee against failure of the Kynar
500; DeSoto [nc.; or equal finish.
2.11.5 Installation:
The Contractor shall install door and operating equipment complete
with necessary hardware, in accordance with final shop drawings,
manufacturer's instructions, and as specified herein.
Upon completion of installation, the Contractor shall test and adjust
doors to operate easily, free from warp, twist or distortion.
2.12 HARDWARE
2.12.1 Description of Work:
The work under this Section includes the complete furnishing and
delivery of all hardware necessary for all doors, also all hardware as
specified herein and as enumerated in the "Set Numbers" and as indicated
and required by actual conditions at the Building. The hardware shall
include the furnishing of all necessary screws, special screws, bolts,
special bolts, expansion shields and all other devices necessary for the
proper application of the hardware.
2.12.2 Related Work Specified In Other Sections of The Contract:
Work specified in other Sections of tae Specifications includes but
is not limited to the following:
The installation of all hardware furnished under this Section of the
Specifications, is called for and described under various other
Sections of the Specifications.
S-35
I--~/~ HOLZMACHE[R. k4~LENOON & MURRE[LL. PC
SUPERSTRUCTURF - CONT'D
2.12.3 Genera/ Requirements:
The catalogue numbers for the various items of hardware are given
as a means of describing the requirements as to type, quality, weight,
mechanical construction and operation to which such hardware shall
con for m.
All locks, including latches, exist devices and door closers shall be
the product of one manufacturer.
All hardware shall be uniform in color and free from any
imperfections affecting serviceability or marring its appearance.
The hardware shall be the proper kind for its required use and shall
fit its intended location perfectly. Should any hardware as specified fail
to meet the intended requirements or require any modification to suit
the intended location this matter or any other necessary advance
information, shall be brought to the attention of the Engineer for
correction or advice in ample time to avoid delaying in the manufacture
and delivery of the hardware.
Hardware shall be carefully packed and assorted and accurately
labeled as to location.
The hardware supplier shall guarantee all finishing hardware
furnished under this Section To be and remain free from defects of any
~ind as to material and workmanship in every respect, for a period of
one year from date of acceptance thereof mud he shall repair and replace
any and all defective work at any time or times during that period to
the' complete satisfaction of the Owner.
2.12.4 .Materials and Finish:
a. Exterior Door Butts: Bronze - satin chrome plated
b. Interior Door Butts: Bronze of steel as specified - satin chrome
plated
Door Closers - cast iron; Closer Arms - forged steel; Closer Covers
Plastic (in treatment areas); Closer Bodies and Arms to be zinc
plated US2G
d. Kick mop plates Plastic;
e. Overhead Holders & Door Stops:
plated;
Extruded bronze - satin chrome
f. All other exposed finish hardware; US26D as specified.
All exposed screws, bolts, nuts and washers required for the
application or adjustment of hardware shall be of the same materials
and finish to match items which they secure.
S-J6
SUPERSTRUCTURE CONT'D
2.12.5 Butt Hinges:
All but hinges, unless otherwise scheduled shall be full mortise
template, ball bearing type, nonrising, loose pins. Exterior hinges shall
have nonremovable pins by use of a set screw in barrel, identified as
N RP.
Interior hinges shall be bronze, satin chrome plated FBB191 or
FBB179 as specified.
Exterior hinges shall be completely nonferrous with hall bearing,
raceways, jackets and pins formed of stainless steel equal to FBB191,
FSB108, and FBB98.
'2 '
..12.6 Locks and Latches:
All locks and latches shall have standardized cutouts so that locks
may be interchanged without further mortising.
All locks and latches shall be Russwin; Stilemaker Line;
design; or equal. Locks in treatment area shall be furnished
nonferrous parts as indicated by prefix "SS".
Belmont
with all
Strikes for all locks and l~tches shall have only the minimum lip
projection as reqt%ired to protect the trim. The corners of exposed lips
shall be rounded and smooth to the touch.
2.12.7 . Ooor Closers:
All door closers shall have cast iron cases with nonferrous covers
minimum 0.050". Arms shall be of forged steel. Closer bodies and arms
shall be zinc plated (US2G) as specified.
All exterior doors shall have adjustable spring to increase spring
power 505 plus reversible foot to boost latching power.
The Contractor shall supply parallel arms or corner brackets, as
required, to suit details. Where wall conditions permit, all door closers
shall swing 180 degrees.
Closers shall be available tn sizes two through six. it shall be the
hardware supplier's responsibility to furnish door closer sizes to comply
with manufacturer,s recommendations for individual door sizes and
locations.
2.12.8 Overhead Door Holders and Overhead Door Stops:
Concealed overhead door holders
specified, shall limit door opening
specified.
and overhead door stops, where
to 90 degrees unless otherwise
S-37
~j~ HO[.ZMACHER. k4cLENOON & MURRELL. PC
SUPER,~TRUCTURE CONT'D
Where devices have parts of the assembly regularly furnished in
either steel or bronze matel, the bronze metal shall be furnished.
All overhead door holders not otherwise specified shall be Russwin,
2750; Sargent 590 or equal as specified.
2.12.9 Door Silencers:
All interior doors with metal frames shall be provided with three
door silencers for single swing doors and two for head of frame for pairs
of swing doors. Door silencer shall be Ives No. 20; Glynn-Johnson, No.
G J64; or equal.
2.12.10 Key Control System and Cabinet:
The Contractor shall provide a complete visible index control system
consisting of one RWC 75S complete with accessories as manufactured
by Telkee; Lund Equipment Co., No. C90; or equal. The finish of the
cabinet shall be baked on enamel.
2.12.11 Keys and Keying:
All cy~nder key locks shall be master and/or grand master keyed
to the existing system established by the lock manufacturer. Also keyed
in groups as directed by the Engineer and/or Owners.
The Contractor shall furnish:
(1) J keys each lock
(2) 6 master keys each lock,
(3) 4 grand master keys.
A Master Keying Schedule, clearly indicating the keys and keying
arrangement by which each lock shall operate, shall be prepared and
approved before the locks are manufactured. The Master Keying Schedule
shall be a separate Schedule, independent of the Hardware Schedule or
other Schedules. Each key shall be stamped with its respective key change
number.
All Master Keys shall be delivered by hand to the Owner.
2.12.12 Samples:
Samples of any items as required by the Engineer shall be submitted
for approval. Samples will remain the property of Hardware Supplier and
at completion and acceptance of the work samples will be returned to
the Hardware Supplier.
2.12.13 Schedules:
S-38
HOLZIdACHER. McLENDON & MURRELL. P.C
SUPERSTRUCTIIRE - CONT'D
Immediately after the award of the Contract, the Contractor shall
prepare and submit for approval, three copies of a complete hardware
schedule listing all hardware to be provided giving catalog references,
type numbers, finish and location of each item identified with door, etc.
for which intended. Manufacturers shall be listed for various types of
items. Lists not complying with the above, will be considered incomplete
and will be returned for revision before checking.
Approval of the Hardware Schedule shall not relieve the Contractor
of the necessity of furnishing all hardware designated to be furnished.
2.12.14 Templates:
Ail necessary templates required for the accurate setting and fitting
of the hardware shall be furnished in ample time to facilitate the
progress of the work.
2.12.15 Hardware Supplier's Responsibility:
The finishing hardware listed herein shall not be construed as a
complete hardware schedule and shall only be considered as an indication
of the hardware requirements desired. It shall be the Contractor
responsibility to examine the Drawings and Door Schedule and provide
all necessary or additional hardware as required but not scheduled
herein. Such items of hardware shall be the same type, quality and
quantity as that sceduled for similar doors, or parts of the building used
for similar purposes. Schedule of fabrication and delivery shall be
executed to avoid any delay.
2.13 ACOUSTIC CEILING SYSTEMS
2.13.1 Description of ~/ork:
The extent of each type of acoustic ceiling is shown and in scedules.
The types of acoustic ceilings required include
acoustic panels in exposed grid suspension systems, and
acoustic tile in concealed suspension systems.
S-~9
I--~,/~ HOLZMACHER. McLENOON & MURRELL. P C
,~UPERSTRUCTURF CONT'D
The Contractor shall coordinate layout of acoustic ceilings with
other work which penetrates or is supported by ceiling suspension
systems.
2.13.2 Maintenance Instructions, Accoustic Ceiling System:
The Contractor shall submit manufacturer's recommendations for
cleaning and refinishing each type of acoustic unit used in the work,
including precautions against materials and methods which may be
detrimental to finishes and acoustic efficiency.
When work is completed, the Contractor shall deliver stock of
replacement material to Owner for each type of acoustic unit used in
the work. The Contractor shall furnish full size units, matching installed
materials, packaged and marked for identification.
The Contractor shall furnish not less than 1% of the total amount
of each type of acoustic unit installed.
2.13.3 Product Delivery, Storage and Handling:
The Contractor shall deliver acoustic ceiling materials to the site
ia orginal, unopened packages, bearing manufacturer's name and label
identifying each type of acoustic unit.
The Contractor shall comply with acoustic material manufacturer's
recommendations for storage of units to be used in the work.
2.13.4 Suspension System .~laterials and Components:
Where non-fire-rated, suspended acoustic ceilings are shown or
scheduled, the Contractor shall comply with the requirements of .~STM:
C835 and as further specified.
Hangers shall be as recommended, shall be not less than 12 gauge
(0.108" diam.), galvanized, soft annealed, mild steel wire.
Where hanger wires cannot be directly wire-tied to structural or
intermediate framing members, the Contractor shall provide attachment
devices designed for the type of construction used in the work and with
a carrying capacity of not less than 5 times the design loads involved.
Protective Coatings and Finishes shall be manufacturer's standard
coatings and finishes for normal use environments (ASTM: C635), except
as otherwise ladicated.
Manufacturers for suspension systems shall be:
(i) Chicago Metallic;
(2) Doan Products;
(3) Eastern Products;
(4) Flangeklam p;
S-40
SUPERSTRUCTURE - CONT'D
(5) National Rolling Mills/Bundy; or equal.
Structural classification for concealed suspension
comply with the following ASTM: C 635 minimum
capability for applicable type of main runners.
systems shall
load-carrying
The Contractor shall provide special components as required for
access areas sceduled.
The Contractor shall provide direct hung suspension systems as
required to comply with specified requirements. The Contractor shall
provide all components recommended by manufacturer for the type of
system used in the work.
Moldings shall be channel type with smooth matte white finish on
exposed leg. The Contractor shall provide spacer clips as required to
hold tile field in compression.
2.13.5 Acoustic Unit Materials:
Performance requirements shall be as published in the Acoustical
and Insulating Materials Association AI~IA "Performance Data Bulletin"
for the specified products.
Surface design will be selected by Engineer from standards designs
produced by manufacturer.
Finish shall be manufacturer's standard factory-applied white paint
finish, except where shown as"Scrubbable", the Contractor shall provide
panels with factory applied finlsh capable of scrubbing wfth a brush and
detergent for not less than 1000 cycles (2000 strokes) without
deterioration of finish (AIMI Tech. Spec. IB No. 7).
Manufacturers for acoustic ceiling units shall be:
(1) Armstrong;
(2) Celotex;
(3) Johns-Manville;
(4) Kaiser;
(5) National Gypsum;
(6) U.S. Gypsum; or equal.
For suspended installations, the Contractor shall provide acoustic
tile with 3oints designed to fit concealed suspension system used in the
work and complying with general requirements for acoustic ceiling unit
materials and as further specified.
Size shall be as scheduled, not less than 5/8" thick.
Edges shall be square.
S-41
~ ~(~.ZMACHER, McLENOON & MURR~LL, P C
SUPERSTRUCTURE - CONT'D
Type I ceilings shall be concealed suspension; 2'-0" x 4'-0" x ]"
mineral tile, square edged, non-directional with standard white vinyl
paint finish. The Contractor shall provide for 24" x 48" access units;
access units shall be Johns-Manville, Temper-Tone 720; Armstrong; or
equal.
2.13.6 Installation of Suspension Systems:
The Contractor shall install suspension systems which are part of
non-fire-rated assemblies in accordance with manufacturer's
instructions; the requirements of Article 2 "Installation of Components"
of "Standard Recommended Practice for Installation of Metal Ceiling
Suspension Systems for Acoustical Tile and Lay-In Panels" ASTM: C 636;
and as further specified.
Hangers shall be spaced not more than 6" from each end and not more
than 4'-0" o.c. between ends of members to be supported. The Contractor
shall provide additional hangers for support of fixtures and other items
to be supported by the ceiling suspension system, as required to prevent
eccentric deflection or rotation of supporting runners.
Moldings shall be provided where ceilings meet walls, partitions and
other vertical elements.
Corners shall have miter cut inside and outside corners.
Supporting members of concealed suspension systems shall not bear
on walls or partitions. The Contractor shall install cross runners and
splines in accordance with manufacturer's instructions. Cross runners
shall be interlocked with either main runners or cross runners
structurally classified as main runners. The Contractor shall install
moldings with exposed leg in same plane as bottom flange or runners.
Direct hung suspension systems shall support main runners directly
from hangers. The Contractor shall space main runners and cross
components to support acoustic tile and other work resting in, or on,
ceilings. The Contractor shall install lateral stablizing components in
accordance with manufacturer's recommendations.
2.13.7 Installation of Acoustic Ceiling Units:
The Contractor shall not install acoustic units until installation
areas meet the following requirements: exterior openings have been closed
and roofs are weathertight; mechanical, electrical and other work above
ceilings has been completed; wet work has been installed; and
temperature and relative humidity have reached levels which comply with
acoustic material manufacturer's recom mendations for the unit to be used
in the work.
The Contractor shall install materials in
manufacturer's printed instruction and other
applicable to the work.
accordance with
recom mendations,
S-42
SUPERSTRUCTURE - CONT'D
The Contractor shall balance border areas to avoid units of less than
~ unit width wherever possible. Wherever ceiling area is a multiple of
full size acoustic units in the work, the Contractor shall balance
alignment to be square and true and install only full size units for entire
ceiling including borders.
The Contractor shall install tiles progressively by inserting edge
of tile into bottom flange of main runners. The Contractor shall provide
cross runners as required by spacing of main runners, and type and size
of tile used in the spacing of main runners, and type and size of tile
used in the work. The Contractor shall install cross runners at right
angles to main runners inserting flanges into joints not occupied by main
of cross runners.
The Contractor shall align joints in adjacent courses to form uniform
straight joints parallel to room axis in both directions, unless otherwise
shown.
The Contractor shall fit adjoining tile to form flush tight joints.
The Contractor shall scribe and cut for accurate fit at borders and around
work which penetrates ceiling.
The Contractor shall hold tile field in compression by inserting
spring steel spacers between tile and moldings at 12" o.c.
2.13.8 Clean-Up and Protection:
The Contractor shall clean surfaces of acoustic units and comply
with manufacturer's instructions. The Contractor shall remove and
replace units and members which are damaged or cannot be cleaned.
2.14 RESILIENT FLOORING
Colors and pattern for resilient flooring shall be as selected by
Engineer form manufacturer's standard colors.
Vinyl asbestos tile shall be FS SS-T-312, Type iV; 12" x 12" size;
I/8" gauge.
Vinyl base shall be FS SS-W-40, Type II; 4" high; 1/8" gauge; with
matching stops and preformed corner units.
Resilient edge strips shall be not less than 1" thick; 1/8" gauge;
tapered bullnose edge, color to match flooring or as selected by Engineer.
For installation, the Contractor shall
manufacturer's recommendations for type
conditions, and intended use.
comply with flooring
of materials, project
S-43
SUPERSTRUCTURE - CONT'D
The Contractor shah apply substrate primer in accordance with
flooring manufacturer's instructions to patch and clean floors.
The Contractor shall lay tile flooring from center marks established
with principal w~lls; adjust as required to avoid use of cut units less
than 3" wide at perimeters. Match tiles for color and pattern by using
in manufactured and packaged sequence. Lay tile in "checkerboard"
pattern with grain reversed in alternate tile.
The Contractor shall apply resilient base in as long lengths as
practicable to walls and all permanent fixtures.
The Contractor shall install resilient edge strips at all unprotected
edges of flooring.
The Contractor shall clean floors and accessories after installation
and apply protective wax coatings in accordance with flooring
manufacturer's instructions.
2.15 PAINTING
Except as otherwise specified hereinafter, all painting shall conform
to General Specifications, Section S17.
The Con-tractor shall paint ail exposed surfaces whether or not colors
are designated in "schedules", except where the.natural finish of the
material is obviously intended and specifically noted as a surface not
be painted. Where items or surfaces are not specifically mentioned, paint
these the same as adjacent similar materials or areas. If color finish
is not designated, the Engineer will select these from standard colors
available for the materials systems as specified.
Unless otherwise indicated, painting is not required on surfaces such
as walls or ceilings in concealed areas and inaccessible areas, foundation
spaces, furred areas, pipe spaces and duct shafts. The Contractor shall
paint all piping, equipment and other such items in concealed spaces,
unless otherwise indicated.
Those portions of aluminum coming in contact with concrete or
masonry shall, prior to their erection, be painted with one 20-24 mil
thick coat of bituminous paint, which shall be a coal-tar pitch paint
equal to Porter Coating Division of Porter Paint Co. Tarmastic 103;
Koppers Co., Inc. Bitumastic No. 50; or equal. Where aluminum materials
come in contact with other metals, the surfaces of contact shall be
thoroughly insulated with the same approved bituminous material.
2.16 TOILET ACCESSORIES
2.16.1 Description of Work:
S-44
~&A HOLZMACHER. McLENOON & MURRELL. P C
SUPERSTRUCTURE CONT'D
The extend of each type of toilet accessory is shown, unless
otherwise indicated.
The type of toilet accessories required include the following:
(1) Multi-purpose units
(2) Waste receptacles
(3) Toilet Tissue dispensers
The Contractor shall furnish inserts and anchoring devices which
shall be set in concrete or built into masonry for ~he installation of
toilet accessories. The Contractor shall coordinate delivery with other
work to avoid delay.
See concrete and masonry Sections for installation of inserts and
anchorage devices.
The Contractor shall provide products of the same manufacturer for
each type of accessory unit and for units exposed in the same areas,
unless otherwise approved by the Engineer.
Stamped names or labels on exposed faces of units shall not be
permitted, except where otherwise indicated.
The Contractor shall provide locks where indicated, with the same
keying for each type accessory units in the project wherever possible.
Two keys for each lock shall be furnished.
~%{anufacturers offering products to comply with the requirements
for' toilet accessories include the following:
(1) Accessory Specialties, Inc.
(2) American Dispenser Co., Inc.
(3) Bobrick Washroom Equip., Inc.
(4) Bradley Corp.
(5) G.M. Ketcham Co., Inc.
(6) Moore Dispensers, Inc.
(7) The Charles Parker Co.
(8) Ponoco Metal Prod. Co.
(9) Watrus Inc.; or equal.
The Contractor shall submit copies of manufacturer's technical data
and installation instructions for each toilet accessory.
The Contractor shall provide setting Drawings, templates,
instructions and directions for installation of anchorage devices in other
work.
2.16.2 Materials:
S-45
I_J~_~ HOL,ZMACH~R. !k4cLEN~ON & MURRELL. P C
SUPERSTRUCTURE
CONT'D
Stainless Steel: ALS[: Type 302/304, with polished No. 4 finish,
unless otherwise indicated.
Sheet Steel: Cold rolled, commercial quality, ASTM: A366. Surface
preparation and metal pretreatment as required for applied finish.
2.16.3 Multi-Purpose Units:
The Contractor shall provide recessed stainless steel units with
mirror, adjustable towel dispener, utility shelf, recess shelf and soap
dispenser, similar to Bobrick Model B-3302; American Dispenser Co.,
Model 750; or equal. Mirror shall be on locked cabinet door. Soap
dispenser shall have a liquid soap valve. The Contractor shall provide
one unit above each lavatory, unless otherwise indicated.
M.16.4 Waste Receptacles:
The Contractor shall provide surface mounted stainless steel units,
12 gallon capacity with a piano-hinged stainless steel cover with a self-
closing panel lettered "PUSH", similar to Bobrick Model B-36448
American Dispenser Co., Model 978; or equal. The Contractor shall
provide a stainless steel skirt for surface mounting.
2.16.5 Toilet Tissue Dispenser:
The Contractor shall provide in each toilet and toilet compartments,
one surface mounted roll toilet tissue dispenser to hold two 2,000 sheet
rolls, in tandem, similar to Bobrick Model B-274; American Dispenser
Co.', Model 814; or equal. Units shall be heavy duty aluminum castings
with stain finish, and molded plastic spindles with concealed locking
device. Units shall have controlled delivery.
2.16.6 Installation:
The Contractor shall use concealed fastenings wherever possible.
The Contractor shall provide anchors, bolts and other necessary
anchorages, and attach accessories securely to walls and partitions in
locations as shown or directed.
The Contractor shall install concealed mounting devices and
fasteners fabricated of the same material as the accessories, or of
galvanized steel, as recommended by manufacturer.
THe Contractor shall install exposed mounting devices and fasteners
finished to match the accessories.
The Contractor shall provide theft-resistant fasteners for all
accessory mounting.
S-46
~1~ HOLZMA(:;H~R' McLENDON · MURRE~
SUPERSTRUCTURE CONT'D
The Contractor shall secure toilet room accessories In accordance
with the manufacturer's instructions for each item and each type of
substrate construction.
2.17 RE~{OV ABLE PARTITIONS
Removable partitions are not required under this contract.
2.18 ABRASIVE ANTI-SLIP FLOORING
2.18.1 · Quality Assurance:
In addition to specified requirements, the Contractor shall comply
with resin manufacturer's instructions and recommendations, including
preparation of substrate, storing, mixing and applying materials,
finishing, and curing of abrasive anti-slip finishes.
2.18.2 Certification: Abrasive Anti-Slip Flooring:
The Contractor shall submit two copies of manufacturer's written
certification that abrasive anti-slip floor finish materials meet or
exceed specified properties.
For abrasive anti-slip floor finishes, the Contractor shall submit
five copies of written instructions for periodic maintenance of each type
of floor finish.
2.18.3 Troweled Composition Resin Floor Finish:
The Contractor shall provide products specially formulated for the
intended purpose, meeting the manufacturer's published literature
covering physical and technical data.
S-47
I-,~ HOLZMACHER. McLENOON & MURRELL. P.C
SUPERSTRUCTURE - CONT'D
Troweled composition resin flooring shall be Martex Safety Products,
Ferrox; Wooster Products, Inc. Epoxy WP-70; or equal. The Contractor
shall provide two coats of troweled or squeegee application.
2.18.4 Properties:
a. Viscousity: 5,000 to 15,000 cps (77' F)
b. Weight per gal. (net): 12 lbs. (approx.)
c. Setting Time: 4 hours (at 77' F)
d. Hard dry: 12 hours (at 77' F)
e. Cure time: 4 to 6 days (at 77' F)
f. Flash point: 38' F
g. Coverage: 35 to 60 sq. ft. per gal. depending on method of
application.
h. Thickness of finished coating: 0.030 to 0.050 inches
i. Weight of finished coating: 4.5 ounces per sq. ft.
2.18.5 Installation:
The Contractor shall match Engineer's sample for type. color,
pattern and finish. Pigments shall be thoroughly mixed prior to
application.
The Contractor shall comply with manufacturer's specifications and
recommendations for preparation of substrate, proportioning mixes, and
for placing, troweling, curbing, grinding, grouting and finishing.
The Contractor shall provide bases and thresholds, shown or
scheduled, without interruptions or seams, except where control joints
and expansion joints are shown or required. The Contractor shall place
and finish around obstructions to achieve contiuous color, pattern and
finish.
The Contractor shall provide protection for finished abrasive anti-
slip flooring work until building ie ready for occupancy.
The Contractor shall clean and final finish as required when building
is ready for occupancy.
S-48
~ HOI ?MACHER. McLENDON & MURRELL. P.C.
STRUCTURAL STEEL AND MISCELLANEOUS METALWOR[(
l.O
2.0
SCOPE
The work includes all labor, materials, equipment and appli&nces
required to furnish and install all structural steel and miscellaneous
metalwork in accordance with Contract Documents and as ordered by
the Engineer.
MATERIALS
Except where specifically
materials for structural steel
conform to the latest revision of
%letal
Carbon Steel Shapes
Carbon Steel Plates
Steel ,Joists
Carbon Steel Pipe
Stainless Steel
Aluminum Castings
Aluminum Shapes
Aluminum Plates
Aluminum Extrusions
Cast Iron
Ductile Iron
Carbon Steel Nuts and Bolts
High Strength Steel Nuts
and Bolts
Stainless Steel Bolts
Stainless Steel Nuts
indicated or specified otherwise,
and miscellaneous metalwork shall
the following schedules:
Standard Class or Alloy
ASTM: A 36 -
ASTM: A 283 -
AST~{: A 242 or
or A 441 -
AST~t: A 139 Grade B
ASTM: A 167 304
AA F214
ASTM: B 308 6061-T6
AST.~I: B 209 6061-T6
AST.~I: B 221 6063-T5
ASTM: A 48 30
AST~.i: A 536 60-45-10
AST~I: A 307 -
ASTM: A 325 -
ASTM: A 167 304
AST~: A 167 316
SS&.~{-I of I3
I._~_j~ HOLZMACHEFI. 1~4cLENOON · MURRELL* P.C.
STRUCTURAL STEEL AND MISCELLANEOUS METALWORK - CONT'D
Stainless Steel Screws ASTM: A 167 305
Aluminum Nuts and Bolts ASTM: B 221 2024-T4 (1)
Bronze Nuts and Bolts
ASTM: B 98 655
Galvanizing Steel Shapes
and Plates
ASTM: A 123
Galvanizing Steel Nuts
and Bolts ASTM: A 153
N ores:
(1)shall have an AA-M10C23A31 anodized finish treatment. An
acceptable finish is Alcoa Alumilite Clear 204; Kaiser Aluminum
Alodine; or equal.
Where sizes of metal elements ~re not shown or specified, the
minimum thicknesses shall be 5/16" for steel, t" for aluminum and
~" for cast iron and ductile iron.
Welding electrodes for manually shielded metal-arc welding shall
conform to the requirements of the Specifications for Mild Steel
Covered Arc-Welding Electrodes, AWN' 5.1: Classification Numbers
E6011, E6012, E6013 and E6020.
Certified test -reports shall be submitted to the Engineer for
structural steel to indicate conformity with the Specifications.
[~anufacturer's certification for bolts and nuts and filler metal for
welding shall be submitted to the Engineer to show compliance with
the Specifications.
All iron castings shall be smooth and free from blow holes and other
defects, and shall conform to the dimensions shown. All castings shall
be true and, where required, shall fit properly together. The contact
surfaces of the frames and covers for manholes and floor openings shall
be chipped and machined, if necessary, in order to give an even bearing
for the cover on the frame, and to provide a tight fit. Where required,
the surfaces of plates and covers shall be cast with suitable checkering
or other raised pattern and lettering'.
All other metal materials shall conform to the requirements of other
sections of the General Specifications or of the Contract Item
Specifications, as such apply.
3.0 STANDARDS
Design, fabrication and erection of metalwork shall be in accordance
with the following standards applicable to the character of the ~;ork
performed.
SS&~-2 of 13
STRUCTUaAL STEEL ANO
MISCELLANEOUS METALWORK
CONT'D
Structural Steel - AISC Specification for Design, Fabrication and
Erection of Structural Steel for Buildings and
Code of Standard Practice for Steel Buildings
and Bridges
Steel Joists - Steel Joist Institute Standard Specifications for
Open Web Steel Joists
Structural Aluminum - AA Specifications for Aluminum Structures
Welding - AWS Code and AISC Specifications
4.0 CONNECTIONS
4.1 General:
Except as otherwise shown and specified, fasteners shall be made
of the metals listed in the following table, at the intersection of the
column and line headed by the respective metals to be joined:
Metals
Joined
Cast Iron
Stainless or
Steel Ductile Iron Carbon Steel Aluminum
Stainless
Aluminum Steel
Stainless Stainless aluminum or
Steel Steel S rainless
Steel
Carbon
Steel
Stainless Stainless
Steel, Steel,
Stainless Bronze or Bronze or
Steel Galvanized Carbon Steel
Carbon Steel
Cast Iron
or
Ductile Iron
Stainless
Steel,
Stainless Bronze or
Steel Galvanized
Carbon Steel
Stainless Stainless
Steel Steel
Bolts shall have a minimum diameter of 5/8",
otherwise noted or specified.
except
w here
SS~:.~1-3 of 1 3
i_~;~ HOi 7'MACHER. McLENOON & MURRELL, P.C
STRUC'rURAL STEEL AND MISCELLANEOUS METALWORK CONT'D
Carbon steel and galvanized carbon steel bolts shall be dipped in
paint to cover entire bolt prior to assembly of parts. Pior to dipping
in paint, galvanized carbon steel bolts shall be pretreated in
conformance with requirements of SSPC: PT 2 or SSPC: PT 3.
All bolts and nuts shall conform to the United States Standard
sizes, and shall be clean cut and have well-fitting threads.
Anchor bolts for bolting steel, cast steel, or cast iron to concrete
shall be made of steel conforming to ASTM: A 307 latest revision.
Anchor bolts for bolting aluminum and other non-ferrous metals to
concrete shall be made of Type 304 stainless steel conforming to AST M:
A 167 latest revision. Other anchor bolt requirements are specified
in CONCRETE '26.0, BUILT-IN-WORK.
Drill anchors shall be Phillips Drill Co., Inc., red Head Self
Drilling Anchors; The Rawlplug Co., Inc., Saber-Tooth Self Drilling
Anchors; or equal. Expansion anchors shall be The Rawlplug Co., Inc.,
Multi-Calk Threaded Style; Diamond Expansion Bolt Co., a Division
of General Cable Corp., Keystone Double Expansion Shield; or equal.
The number of units used per expansion anchor shall be adequate to
develop the ultimate tensile strength of the bolt. Drill anchors shall
be used for fastening materials and equipment to concrete. Expansion
anchors shall be used for fastening materials and equipment to
masonry. Where hollow block masonry makes the use of expansion
anchors unsuitable, toggle bolts or other suitable fastening devices,
as approved, shall be provided.
4.2 Structural Steel Connections - Bolting:
a) 'All shop and field connections shall be either bolted with high
strength steel bolts or ~elded, unless otherwise shown, noted,
directed, specified or approved.
b)
Where structural joints are made using high strength bolts,
hardened washers and nuts tightened to a high tension; the
materials, methods of installation and tension control, type of
wrenches to be used, and inspection methods shall conform to
Specifications for "Structural Joints Using ASTM: A 325 latest
revision, or A 490 latest revision, Bolts". The surfaces of the
bolted parts in contact with the bolt head and nut shall be parallel.
Shear resisting joints shall be of the friction-type. When
assembled, all joint surfaces, including those adjacent to the
washer, shall be free of paint, oil, lacquer, dirt, loose scale,
galvanizing, burrs or other defects that would prevent solid seating
of the parts. The high strength bolts used shall have a suitable
identifying mark placed on top of the head before leaving the
factory. Tightening of nuts shall be done with properly calibrated
wrenches or by the turn-of-nut method. The minimum bolt tension
for the size of bolt used shall be in accordance with the table listed
in the above reference standards. When calibrated wrenches are
SS&MM-4 of 13
I--~ HOL.ZMACHER. McLI:NOON & MURRICLL' P.C
s'rRUCTUI{AL STEEL AND MISCELLANEOUS METALWORK CONT'D
used, each wrench shall be checked for accuracy at least once daily
for actual conditions of application. 8olts that have been
completely tightened shall be marked with an identifying symbol.
The Contractor shall provide two calibrated torque wrenches for
the use of the Engineer in inspecting bolts installed in the
structure.
c)
Holes for high strength steel bolts shall be drilled or subpunched
and reamed not more than 1/16" larger than the diameter of the
bolts to be used.
d)
Drift pins shall be used only for bringing members into position
and not to enlarge or distort holes. Burning of holes to admit bolts
will not be permitted.
e)
Ail rolled beams and girders shall be connected by means of standard
beam connections of Series as noted or as approved, and as detailed
in the latest edition of of the Steel Construction Manual of the
AISC.
5.0 WELDING OF STRUCTURAL STEEL
Electric arc welding may be used where welding is called for in
the Drawings or as approved.
Where structural joints are made by welding, the details of all
joints, the technique of welding employed, the appearance and quality
of welds made, and the methods used in correcting defective work shall
conform to requirements of AISC: "Specification for the Design,
Fabrication and Erection of Structural Steel for Buildings" and the
A WS: "Code for Arc and Gas Welding in Building Construction". In
addition, welds shall be made only by operators who have been
previously qualified by tests as described in the AWS: "Standard
Qualification Procedure" to perform the type of work required.
Welding equipment shall be of a type which will produce proper
current so that the operator may produce satisfactory welds. The
welding machines shall be of ';.00-400 amp, 25-40 volt capacity.
Electrodes shall be suitable for positions and other conditions of
intended use in accordance with the instructions with each container.
Field welding shall be done by direct current.
Surfaces to be welded shall be free of loose scale, rust, grease,
paint, and other foreign material except that mill scale that withstands
vigorous wire brushing may remain. A light film of linseed oil likewise
may be disregarded. Joint surfaces shall be free from fins and tears.
No welding shall be done when the temperature of the base metal is
lower than O' F. At temperatures between 39.' F. and O' F. the surfaces
of all areas within 3" of a point where a weld is started shall be heated
to 180' F or higher before welding is started. Finished members shall
be true to line and free from twists, bends and open joints.
SS~:%9~-5 of 13
HOi ZMACHER. McLENDON & MURRELL.
STRUCTURAL STEEL AND ~ilSCELLANEOUS ~iETKLWORK - CONT'D
6.0
STRUCTURAL STEEL FABRICATION
Unless otllerwise shown, noted or specified, the fabrication of
structural steel shall be in accordance with AISC: "Specification for
the Oesign, Fabrication and Erection of Structural Steel for
Buildings". Steel shall be punched and drilled for attachment of wood
nailers and other materials indicated or specified to be attached to
the steel.
Bearing surfaces, except the bottom surfaces of plates on grout
beds, shall be planed to true beds. Abutting surfaces shall be closely
fitted.
7.0 STORING OF STRUCTURAL STEEL
Ail structural steel shall be stored properly on substantial timbers
and blockings so placed that the steel shall be free from the ground,
and all surfaces shall be drained to prevent any accumulation of water.
8.O ERECTION OF STRUCTURAL STEEL
Except as otherwise indicated on the Drawings or specified, the
erection of structural steel shall be in accordance with the latest
edition of AISC: "Specification for the Design, Fabrication and
Erection of Structural Steel for Buildings", "code of Standard Practice
for Steel Buildings and Bridges"; and with Steel Joist Institute:
"Standard Specifications for Open Web Steel Joists"; and with
modifications and other specific requirements described herein.
..Templates shall be furnished for setting the anchor bolts.
Before erecting any steel, the Contractor shall verify the location
and elevation of all anchor bolts to determine that the foundations
are at the proper elevation and suitably leveled-off, ready to recieve
base plates. The Contractor shallimmediately correct any inaccuracies
which come to his attention and which might affect steel erection.
The number of bolts used for erection purposes shall not be less
than 10~ of the number of high strength steel bolts to be used.
Ail structural steel shall be accurately erected to lines and grades
shown. Ail steel shall be level and plumb within a tolerance of 1:500
before permanent connections are made.
The Contractor shall provide all necessary temporary bracing
required for steel erection. Sufficient temporary bolts shall be used
to insure safety of the structure until final completion. Ail necessary
cribbing on concrete work shall be provided to properly distribute work
loads of erection equipment so as not to cause damage to any completed
concrete structure.
SS~.M~{-6 of 13
STRUC'I'UHAL STEEL AND MISCELLANEOUS METALWORK CONT'D
FABRiCATiON OF MISCELLANEOUS STEEL METALWORK
Fabrication of all miscellaneous metalwork shall conform to the
requirements of STRUCTURAL STEEL AND MISCELLANEOUS
METALWORK.
lO.O
the design shall be based on
Structures".
ALUMINUM FABRICATION
Whenever aluminum members are not specifically sized or detailed,
AA: "Specifications for Aluminum
members shall be done as called for
All fabrication of aluminum
in the above AA specification.
Where welding of aluminum is required or allowed, all preparation
for and welding of parts shall be done according to the requirements
of the AWS Welding Handbook adopted by the AA. Parts shall be welded
with an arc or resistance welding process. No welding process that
requires ti~e use of a welding flux shall be used. The filler metal shall
be aluminum alloy designated for use in the AWS Welding Handbook.
Welds shall be free of porosity, cracks or blow holes, and shall be
finished to match ad3acent surfaces.
Whenever welding is specified or allowed, the strength of the
member is reduced locally by heat, and the members shall be designed
accordingly and in alignment with the above AA specification.
Unless otherwise specified, all aluminum work shall be given an
anodized finish treatment equal to AA-MIOC9-3A41- An acceptable
finish is Alcoa or ~[aiser Aluminum Alumilite 215R1.
Aluminum members such as lintels that abut doors and louvers shall
be color anodized to match same.
Bolting of aluminum work shall be with stainless steel unless
otherwise specified or shown.
II.O METALLIC COATINGS
Galvanizing, where specified, shall be done by the hot-dip process
in accordance with AS'[~ A 123 latest revision, or AST~: A 153, latest
revision. Nuts and bolts may be sherardized in lieu of galvanizing.
All metal to be galvanized shall be thoroughly cleaned by immersion
in pickling liquors prior to dipping in the hot zinc bath. All galvanized
articles shall be handled, shipped and erected in such a manner as to
preclude any damage to the zinc coating. Galvanized materials shall
be painted in accordance with the requirements of SURFACE FINISH
PAINTING.
SS~tMM-7 of 13
HOLZMACHER, McLENDON & MURRELL. P.C
STRUCTURAL STEEL AND MISCELLANEOUS METALWORK - CONT'D
Cadmium plating will not be permitted as a substitute for
galvanizing, nor as a decorative finish.
lM.O PAINTING
Insofar as they apply, all of the requirements of the Specifications
for Painting, under SURFACE FINISH - PAINTING are hereby made
a part of the Specifications for STRUCTURAL STEEL AND
~{ISCELLANEOUS METALWORK.
The Standard shop paint for steel joist shall conform to Steel
Structures Painting Council specification 15-67T, Type 2 (black
asphalt}.
Steel that is to be encased in concrete shall not be painted, but
all other steel shall be cleaned in accordance with the requirements
of SURFACE FINISH - PAINTING and given one heavy coat of primer
as specified thereunder. Surfaces that are to be field welded or bolted
shall not be shop painted.
After erection, all exposed' steel which will become inaccessible
after masonry is erected, shall be given a second coat of red lead primer
and two coats of aluminum paint.
After erection, all field bolt heads and nuts, and field welds shall
be field primed with same primer that was applied in the shop.
Shop primer shall be applied to a minimum dry film thickness as
specified under SURFACE FINISH - PAINTING.
Those portions of aluminum coming in contact with concrete or
masonry shall, prior to their erection, be painted with one 20-24 mil
thick coat of coal-tar pitch paint equal to Porter Coating Division
of Porter Paint Co., Tarmastic 103; Koppers Co. Inc., Bitumastic No.
50; or equal. Where aluminum materials come in contact with other
metals, the surfaces of contact shall be thoroughly insulated with the
same approved bituminous material.
15.0 GRATING
13.1 Materials:
a)
Grating shall be of non-skid type, extruded from 6063-T6 aluminum
alloy, and shall be Washington Aluminum Co., Type B Heavy Duty
Grating; Borden Metal Products Co., Aluminum Plank; or equal.
Individual extruded panels shall be fastened together into the
fabricated panels by welding.
SS&MM-8 of 13
HOLZMACHER. McLENOON & MURR£LL. P.C
SI'RUC'['URAL STEEL AND MISCELLANEOUS .qETALWORK - CONT'O
13.~
b)
c)
Fabrication:
Where the required for passage of pipe, valve stems or other
devices, openings shall be left in the gratings. All openings for
pipes, valve stems or other devices which require the cutting of
more than three main bars or members shallbe finished with banding
strips. The ends of all gratings shall also be provided with banding
strips. The banding strips shallbe of the same depth as the grating
and not less than 1/8" thick. The banding strips shall be welded
to the main bars and neatly finished at the intersections with the
bars. All grating sections shall be easily removable.
Grating tolerances and clearance requirements shall conform to the
applicable standards of the Metal Grating Institute.
Gratings shall be sized that a live load of 300 psf will not produce
a fibre stress exceeding the maximum allowable with a factor of
safety of three. No grating shall be less than 1" in depth. The
longest dimension of individual grating sections shall not be greater
than 6'-0" and they shall weigh not more than 150 lbs.
13.3
Grating Supports:
Where gratings are to be erected with the bearing upon concrete
slabs, beams or floors, an anchored aluminum angle bearing support,
as detailed on the Drawings, shall be placed in the concrete to
receive the gratings. If bearing supports are not detailed on the
Drawings, extruded aluminum frames equal to Type GF aluminum
grating frames as manufactured by Architectural Art Mfg., Inc.;
Flush Grating Frames as manufactured by Construction Specialties,
'I'nc.; or equal shall be provided. Unless otherwise approved, these
bearing supports shall be constructed so as to make a continuous
frame, having allcorners mitered and welded or spliced, and having
sufficient anchors attached for proper anchoring of the frame into
the concrete. The anchors shall be spaced not less than 15" on
centers. The frames shall be fabricated of 6061-T6 or 6063-T6
aluminum alloy.
b) Where gratings are to be supported on structural steel or aluminum
members other than the containing fra{nes in the preceeding
paragraph, the aluminum containing frames will not be required.
c) Where joints occur normal to the direction of span, they shall enter
on the structural supports, with a clear.ncc of 1/16" between
joints.
d) Where pipe openings cause the cutting of more than three main bars,
a galvanized steel angle support shall be clamped to the pipe.
SS&MM-9 of 13
I_~ HOLZMACHER. McLI:NOON & MURRELL. P.C
$'F~UCTUI{AL STEEL AND MISCELL^NEOUS ,qETALWOHK
CONT'O
13.4 Erection:
a)
Ail gratings shall be properly erected in place, at the locations
shown. Gratings shall be anchored to all structural supports,
containing frames using four approved bolted anchors per section.
After erection, all grating sections shall be absolutely flat and true
so as to provide an even, uniform, non-rattling and non-rocking
bearing on the supports. Large heavy duty hinges for hinged
sections of grating shall be provided where indicated.
14.0 HANDRAIL
14.1 Scope:
The Contractor shall furnish all the materials for and shall erect all
handrails shown. Handrail shall be frabricated of aluminum.
14.2 Materials:
Handrail and accessories shall be of the following aluminum alloys:
Description
Alloy Designation
Pipe for Railings
Cast Alloy Fittings
Wrought Alloy Fittings
Kick Plates 6061-T6
6063-T832
356-T6 and
6061-T6
B214
a)
Aluminum alloys specified herein shall conform
alloys of tne Aluminum Association and shall
CM2A41 finish.
to the designated
be given an AA-
b) Screws, nuts and bolts shall be of stainless steel.
14.3 Construction:
a)
Rails and stanchions shall be 1½" diameter standard pipe having
a wall thickness of 0.145" and weighing 0.94 lbs. per ft. The rails
shall be spaced from the floor as shown.
b)
The stanchions and rails shall be assembled with flush type fittings
and fastened by welding. Flush type fittings shall be Julius Blaum
~ Co., Inc., Connectorail System; J.G. Braun Co., 11000 Series Pipe
Rail fittings; or equal. Welded 3Dints shall be made by inert-gas
arc welding. Welding rod shall be aluminum alloy 5356. All welded
joints shall be cleaned of flux and the weld bead shall be ground,
rubbed and finished so as to produce a neat workmanlike finish equal
to adjacent surfaces.
SS&MM-lO of 13
~j~ HOtZMACHER. McLENDON & MURR£LL. P C
ST~UC'fURAL STEEL AND ~IISCELLANEOUS ~ETALWORK - CONT'D
c) Spacing of stanchions shall be as indicated, but in all cases shall
he uniform and shall not exceed 7 feet center to center. Shorter
spacing shall be used where required to maintain the maximum
spacing. Stanchions will be required on each side of an expansion
joint in the structure.
d) All railings shall be erected to line and plumb and fastened in &
neat, substantial, workmanlike manner, equal to the best practice.
Railing shall conform to the Standards of the National Association
of Architectural Metal Manufacturers except as may be otherwise
specified herein.
e)
f)
h)
i)
Where handrail is set into new concrete, the stanchions shall be
set into 2 ~" aluminum sleeves and firmly caulked with A-H
Products, a Division of Anti-Hydro Waterproofing Co., A-H Poly-
Seal BF-gray polysulfide compound; Sonneborn Division of Contech,
[nc., Sonolastic Polysulfide Sealant, gray in color; or equal. Floor
cover flanges shall be placed on the stanchions and fastened in place
with set screws on the side of the stanchions away from the
walkway. Stanchions shall be placed so that the centerline is 3"
from the edge of the concrete.
Where handrail is set into existing concrete, floor cover flanges
shall be placed on the stanchions and drill anchored into existing
concrete with stainless steel bolts.
Where handrail is supported from structural members, it shall be
done by the use of approved sockets, flanges, brackets or other
approved means which will provide neat and substantial support for
'~he pipe railing.
Where handrail is to be fastened to walls, the rails shall be provided
with screwed wall flanges fastened to the walls with three 3/8"
stainless steel flat head machine screws, anchored in accordance
with STRUCTURAL STEEL AND aIISCELLANEOUS .%{ETALWORK; 4.0
Connections.
Where handrails are supported with wall brackets, the wall brackets
shall be Julius Blum & Co. [nc., Catalog No. 316; J.G. Braun Co.,
Catalog No. 4401; or equal. Ends of handrails supoported with wall
brackets shall be finished with terminal caps and shall be Julius
Blum & Co., Inc., Catalog No. 716; J.G. Braun Co., Catalog No.
11062; or equal.
15.0 SAFETY TREADS
On all concrete stairs abrasive metal safety treads, conforming to
the details shown, shall be cast integrally with the steps. Safety
treads shall have hatched surfaces and cast-on anchors, and shall be
American Abrasive Metals Co., Alumalun Style A treads; A. Nitt & Son
~004 Abrasive Safety Treads; or equal.
SS~r,I/~i-I1 of 13
~_~ HOi ~MACHER. McLENnON & MURRELL. P.C
S'['RUCTUHAI, STEEL, AND MISCELLANEOUS METALWORK - CONT'D
16.0 THRESHOLDS
Unless otherwise specified or noted, the Contractor shall furnish
and instalIthresholds for doors equal to American Abrasive Metals Co.,
AIumaIun Style T, recessed, abrasive aluminum threshold; A. Nitt &
Son 2009 Abrasive Door Threshold; or equal. They shall be set in gro,~t
and anchored with flat head stainless steel anchors.
17.0 EYEBOLTS
The Contractor shall furnish and install eyebolts where shown and
over every pump, motor and compressor, whether or not shown on the
Drawings. Where noted, eyebolts shall be stainless steel. Unle~{s
otherwise show, eyebolts shall be located directly over the equipment
on the ceiling above. Eyebolts which are not stainless steel shall
drop forged steel with weldless eyes and shall be Merrill Brother,{,
C~icago Hardware & Fixture Co., or equal, eyebolts. Sizes
anchorage for eyebolts shall be as detailed. Steel eyebolts a~,d
anchorages shall be galvanized after fabrication.
18.0 WORKING DRAWINGS
The Contractor shall submit for the approval of the Eng£ue~:r
detailed working drawings of all structural steel and miscellaneo,~S
metalwork, based upon the Contract Drawings. These Working Drawings
shall give all the necessary information for fabrication, erection
painting and, except as otherwise provided herein, structural ste,~l
drawings shall be based on AISC: "Specification for the Desig:~,
Fabrication · Erection of Structural Steel for Buildings".
Working drawings shall include information necessary for the
fabrication of the component parts of the structure. They sh&.l
indicate size and weight of members, type and location of shop
field connections, the type, size and extent of all welds, and the
welding sequence when required. The welding symbols used on t'.e
working drawings shall be as adopted by the AWS.
No steel shall be fabricated until the Engineer's approval has be=:n
recieved. Hung lintels and similar details shall include all punchinc,
drilling, tapping and supports required to assure proper support a~.d
anchorage for all masonry work to be placed.
Structural steel connections and details s~all not interfere winu
architectural and mechanical clearances.
Structural steel details shall be properly indexed and tabulated .n
a form as shall be approved by the Engineer. Details shall be indexed
before being sent to the Engineer for approval.
SS~.MM-12 of l 3
~(~,~ HO[..ZNIACHER. MCLIFNDON & MURR£LL,
STRUCTURAL STEEL AND MISCELLANEOUS MET - '
No materials shall be fabricated until the Engineer's approval of
the working drawings has been obtained.
$S~tMM-I 3 of
I-~;~ HOLZMACHER. IdcL£NDON & MURRELL, P.C.
REINFORCEMENT
l.O SCOPE
The work includes ali labor, materials, equipment and appiiances
required to furnish and install all steel reinforcement in accordance
with Contract Documents and as ordered by the Engineer.
2.0 ~{ATERIALS
2.1
2.2
All bar reinforcement shall conform to the requirements of ASTM:
A-615 latest revision, Grade 60. No re-rolled or high carbon steel
bars shall be permitted in the work.
All steel used for reinforcement purposes shall be of clean, new
stock, free from defects and bends not required by the Drawings.
All wire mesh reinforcement shall be mesh fabrication which meets
the requirements of A ST~{: A-185 latest revision, and shall be supplied
in flat sheets.
3.0 STORAGE AND PROTECTION
All steel reinforcement shall be delivered at the site, properly and
securely bundled and substantially metal tagged, and without rust
other than that which may have accummulated in normal transit. It
shall be stored off the ground, and protected from the weather.
All steel reinforcement shall be kept free of oil, grease, dirt or
other objectionable adhering substances, and shall be satisfactorily
cleaned of scale and heavy or flaky rust before being placed in the
WO~k·
If, after having been placed in the work, the concreting is delayed
or interrupted for any considerable number of days, the steel
reinforcement shall be protected from the weather. Any steel
reinforcement which shows scaly rust after being placed shall be
rendered wire brush clean immediately prior to the placing of concrete.
Onless otherwise shown, steel reinforcement dowels intended for
bending with future extensions or steel reinforcement that is to be
left projecting for a considerable time, prior to being encased in
concrete, shall be protected against corrosion by spray coating with
a strippable plastic or by wrapping with a rubber base tape so as to
form a waterproof coating.
SR-I of 4
HOLZMACHER, McLENOON & MURRELL, P.C
STEEL RE[NFORCE~{ENT CONT'O
4.0
BENDING
All steel reinforcement bars shall be bent cold to the shapes as
shown or ordered. Bars of a single length shall be used ia all cases,
except where the length required is such that they cannot be so
obtained, or shipping limitations prevent their being shipped, or where
the Engineer grants permission to use shorter lengths or allow lapping.
Unless otherwise shown or specified, all bending shall be in
accordance with the recommended practice as set forth in ACI: 315
latest revision using "standard hook" dimensions.
5.0 PLACING AND LAPPING
All steel reinforcement shall be carefully placed and fastened in
position so as to maintain the proper spacing between adjacent bars
and so as to prevent the bars from becoming displaced during the
placing of concrete.
Joints shall be wired with annealed iron wire of diameter not less
than No. 16 U.S. Standard Gauge or by using acceptable clips. All
reinforcement shall be firmly supported by the use of metal bars,
bolsters, chairs, spacers or hangers, or by the use of precast concrete
piers.
Reinforcing bar supports shall be furnished in accordance with the
latest specifications of the Concrete Reinforcing Steel Institute. The
supports shall be sufficient in number and strength to carry the steel
they support. Approved metal chairs shall be used to support steel
reinforcement in all slabs. Concrete block piers shall be used where
concrete is placed on rock or foundation material cushion covered with
polyethylene film.
Concrete block piers shall be made from the same material and of
the same proportions of sand and cement as that of the concrete in
which they are to be used. They shall be cast and properly cured for
at least seven days before use.
Nails shall not be driven into the outside forms to support
reinforcement nor shall any other device for this purpose come in
contact with the outside form except that wood strips may be inserted
between the reinforcement and the forms at intervals to maintain the
required clear distance between reinforcement and the inside and
outside surfaces of t~]e concrete. The strips shall be pulled up and
removed from the wall as the level of the concrete rises.
Where steel reinforcement crosses construction joints, openings in
the forms shall be made tight.
SB-2 of 4
i_t~/~ HOLZMACHER' McLIFNDON & MURRELL, PC
STEEL REINFORCEMENT - CONT'D
All lapped bars shall be fastened together securely. Laps, unless
otherwise shown, shall not be less than 32 diameter. Where lapped bars
are of different diameter the smaller diameter shall be used to
determine the lap.
At all wall intersections, steel reinforcement shall be made
continuous wit[l adequate splices and/or hooks as shown or ordered.
Wherever it is necessary to splice reinforcement otherwise than as
shown, the character of the splice shall be decided by the Engineer.
Splicing shall not be made at points of maximum stress nor shall
adjacent bars be spliced at the same point.
Dowels shall never be placed during or after placing of concrete,
nor shall they be disturbed in any way to injure the bond before the
concrete is set.
Welding of reinforcement shall conform to AWS D12.1 latest
revision, or as approved.
Unless otherwise shown or specified, all placing and lapping shall
be in accordance with the recommended practice as set forth in ACI:
315 latest revision, and ACI: 318 latest revision.
6.0 CONCRETE COVER
Minimum concrete cover over the principal steel reinforcement
shall be provided not less than indicated in the following table, unless
larger cover dimensions are shown, noted or specified elsewhere:
Concrete placed against rock or
polyethylene covered foundation
such as bottom slabs, footings,
without outside forms, etc.
material
walls
Formed concrete that will be in contact
with earth or water, or over water, or
exposed to weather
1) Ail wall reinforcement; and 2"
2) Reinforcement other than for walls;
Larger than No. 5 bars
No. 5 or smaller bars 1½"
c. Concrete not exposed to earth, water
or weather:
ails t ½"
S11-3 of 4
~,j~ ~OLZMACH£R. MCL~:NOON & MURRIFLL. P.C
STEEL REINFORCE~IENT CONT'D
8earn and girder stirrups
Column ties or spiral t½"
Slabs ]"
7.0 DOWELS INTO EXISTING CONCRETE
Where dowels are to be anchored to existing concrete the
reinforcement bars shall be anchored by grouting the dowels in place
using an epoxy grout as specified in CONCRETE. Holes into which to
grout dowels shall be drilled ½" larger than the diameter of the dowel
and 24 bar diameter in depth or as shown.
8.0 TESTS
Reinforcement bars shall be inspected and tested by the
manufacturer at the mill at which they are rolled. Ail tests shall be
made on the full size, finished bars, and at least one tensile and one
bending test shall be made for each lot of 10 tons or less from each
melt of steel from which reir[forcement steel is furnished for this
work. Two copies of certified mill tests shall be furnished to the
Engineer for each lot of 10 tons or less of steel furnished.
When so ordered, the Contractor shall furnish, at no cost to the
Owner, sample bars for testing by an approved independent laboratory.
T~e expense for testing shall be borne by the Contractor.
9.0 WORKING DRAWINGS
The Contractor shall submit sufficiently in advance of need,
detailed placing and bending drawings and bar schedules to show
number, size, length, bending and placing of the steel he proposes to
furnish, and no steel reinforcing bars shall be delivered to the site
of the work prior to the approval of the bending and placing diagrams.
Bending diagrams and reinforcing details shall conform to ACI: 315
latest revision, and ACI: 318 latest revision, except as herein
modified. All working drawings shall be made to a minimum scale of
i" equals l'-O".
SR-~ of 4
CONCRETE
1.0
SCOPE
The work includes all labor, materials, equipement and appliances
required to mix, transport, form, place, test, finish and cure cast-
in-place concrete in accordance with the Contract Documents and
as ordered by the Engineer.
2.0 MATERIALS
2.1 Cement:
All cement shall be Portland cement and shall conform to the
requirements of ASTM: C 150 latest revision. Unless other types
are required by these Specifications, or are authorized in writing,
Type II cement shall be used. Only one brand of cement shall be
used for exposed concrete surfaces of any individual structure.
Cement shall be delivered in standard bags containing 94 lbs.
net weight of cement, or may be delivered in bulk subject to
proper conditions for handling and storage.
2.2 Air-Entraining Admixture;
All concrete shall contain an air-entraining admixture conforming
to the requirements of ASTM: C 260 latest revision, and shall
be Sika Chemical Corp. Sika-AER, Master Builders MB-VR,
Sonneborn Division of Contech, Inc., Aerolith, Euclid Chemical
Co. Air-Mix, or equal.
2.3 Water-Reducing Admixture:
All concrete shall contain a water-reducing admixture conforming
to the requirements of ASTM: C 494 latest revision, Type A
(normal) or Type D (retarding), and be an integral part of the
design mix. The admixture shall be a hydroxylated carboxylic acid
type admixture and shall be non-hygroscopic concentrated liquid,
and shall not contain more than one percent chloride ions or air-
entraining agents added during manufacture. The admixture shall
be Sika Chemical Corp. Plastocrete (Type A) or Plastiment (Type
D); Sonneborn Division of Contech, Inc., Master Builders MB-HCN
(Type A) or MB-HC (Type D); Euclid Chemical Co. Eucon WR-75
(Type A) or Eucon Retarder-75 (Type D); or equal.
b. The admixtures shall be used in the proportions recommended by
the manufacturer and subject to the approval:of the Engineer.
Ct
In general, the Type A admixture shall be used on all concrete
placed at air temperatures below 75' F. When temperatures exceed
75' F and/or placing conditions dictate, the engineer may require
a change from the Type A admixture to the Type D admixture.
C-1 of 19
CONCRETE - CONT'D
2.4
2.5
2.6
2.7
2.8
The dosage rate or the Type D admixture shall vary as required
to achieve setting characteristics similar to those experienced at
70' F.
Other Admixtures. The use of admixtures to accelerate hardening
or for waterproofing will not be permitted.
Aggregates. Aggregates shall conform to the requirements of
ASTM: C 33 latest revision, modified as follows:
a. Fine aggregates shall not contain more than 3 percent clay.
Fine aggregates shall be capable of developing 100 percent of
the compressive strength of Ottawa Sand when tested in
accordance with ASTM: C 87 latest revision.
c. Coarse aggregates shall not have an abrasion loss in excess of
35 percent.
d. Coarse aggregates shall not have a loss greater than 5 percent
when subjected to the soundness test.
e. Deleterious substances in coarse aggregates shall limit chert to
one percent, and coal and lignite to 0.5 percent.
Where the clear cover to the reinforcement is 2" or more, the
maximum size of coarse aggregate shall be 1~"; where the clear
cover is less than 2", the maximum size of coare aggregate shall
be ~"
..Water. Water shall be clear and free from injurious amounts of
oil, acids, alkalis, organic materials or other deleterious substances.
If there is any question as to the suitability of the water, it shall
be tested in accordance with AASHTO: T-26.
Forms: Form lumber shall be dressed on four sides and only
selected boards shall be used for form surfaces in contact with
concrete. Where a smooth surface is required, lined pressed wood,
plywood or sheet metal forms shall be used. The pressed wood shall
consist of nonwarping fiber board not less than 3/16" in thickness
or not less than ~" for plywood. The lining shall be securely nailed
to the forms to produce a smooth concrete surface. Non -staining
form release agents, that will not deleteriously affect concrete
surfaces nor impair subsequent applications, shall be used.
Form Fastenings. Form ties and form hangers shall be provided
with a water seal and shall be of such type, that after forms are
stripped, the ties can be broken back a minimum of 2" from the
surface of the concrete, or after bolts are removed, the portion of
the tie remaining in the concrete shall be no closer than 2" to the
C-2 of 19
I--I('~ HOLZMACHER. McLENOON & MURRELL, P.C
CONCI(t'."rE - CONT'D
face of the concrete and shall be watertight. Ties shall not be
fitted with lugs, cones, washers, or other devices within the form
which will leave a hole larger than 7/8" in diameter or an excessive
depression back of the exposed surface of the concrete. To assure
a breakback of 2", the portion of the tie which is removed from the
concrete shall be coated with a material which will not prevent bond
between the concrete and the mortar patch specified.
2.9 Curing Materials:
a. Waterproof curing paper shall
ASTM: C 171 latest revision.
conform to the
requirements of
b. Curing and sealing compound shall conform to the requirements
of Federal Specification TT-C-8OOA, minimum 30 percent solids
content, having a pink fugitive dye, and shall be Master Builders
Masterseal; Construction Products Division, W. R. Grace & Co.
DeKote 800; Euclid Chemical Co. Super Floor Coat or Super Rez-
Seal; or equal.
c. Polyethylene sheeting shall be 6 mils (0.006") thick, VisQueen
Division, Ethyl Corp. VisQueen Film, Monsanto GER-PAK
Polyethylene Sheeting, or equal.
2.10 Epoxy Grout: Epoxy grout shall consist of a two component
mineral filled, 100 percent solids thermosetting epoxy polysulfide
compound, and shall be Toch Brothers Division, Carboline Co. Epotox
650 Grout; Construction Products Division, W. R. Grace & Co.,
Epoxtite 2391 Grout; Euclid Chemical Co. High Strength Epoxy Grout;
or equal. The epoxy grout shall be used in strict accordance with
the 'manufacture's recommendations.
2.11 Non-Shrink Grout and Non-Shrink Concrete: Non-shrink grout
and non-shrink concrete shall consist of Type I or II Portland cement
and fine sand for grout; and in addition 3/8" gravel for concrete.
The grout and concrete shall contain a compound that will eliminate
shrinkage, and shall be Sika Chemical Corp., Kemox-G (metallic);
Construction Products Division, W. R. Grace & Co., Vibro-Foil
Standard (metallic) and In-Pant (non-metallic); Euclid Chemical Co.
Firmix (metallic) and Euco N-S (non-metallic); or equal. The non-
shrink grout shall be pre-mixed, and non-shrink grout and non-
shrink concrete shall be used in strict accordance with the
manufacturer's recommendations. Ail exposed grout shall be of the
non-metallic type.
2.12 Sealer and Dustproofer: The sealer and dustproofer shall be a
second coat of the curing and sealing compound specified
hereinbefore.
C-3 of 19
~.~.~ HOI. ZMACHER. McL£NDON & MURRELL. P.C
CO NC [[ E'I' E CONT'O.
3.0 STORAGE
3.1
3.2
Cement: Packages received in a damaged condition will be rejected.
Cement shall be stored in a watertight structure which will protect
the cement from dampness. Cement shall be piled on dry raised
floors to a height not exceeding 7 ft. Cement that has hardened or
partially set shall be removed from storage and not used.
Aggregates: Stock piles of aggregates shall be placed on platforms
and be kept well drained. Different types and sizes of aggregates
shall be partitioned to prevent mixing. All aggregates shall be
stockpiled a minimum of 24 hours.
4.0 FORM DESIGN AND CONSTRUCTION
All formwork shall conform to ACI: 347 latest revision. Forms
shall be tight, adequately constructed, and securely held in place
to withstand the load of the fresh concrete and the effects of the
vibrating process and to prevent the leakage of mortar. Alignment
of forms shall be carefully done and they shall be secured to the
lines required. Forms shall be clean and shall be recleaned and
repaired for each use. Form surfaces against which concrete is to
be poured shall be treated with an approved material to prevent
adhesion of the concrete. The material for treating form surfaces
shall not stain or injure the concrete, or prevent bonding of required
coatings. All corners, edges and arises shall be constructed with a
~" chamfer whether or not shown. Larger bevels and bullnoses shall
be constructed as shown.
.The spacing of form ties and form hangers shall conform to the
manufacturer's recom mendtions.
Wherever the shore height exceeds 14 ft, or the load on the forms
exceeds 150 psf, or power buggies are used, or two stage shores are
used the Contractor shall certify to the Engineer that the form
design has been checked and approved as adequate and in accordance
with existing laws and regulations by a professional engineer licensed
in the State of New York, and that the forms have been constructed
in accordance with the design which was checked and approved by
said Engineer. Upon request of the Engineer, the Contractor shall
furnish design computations and substantiating data for review. A
certification for design shall be submitted prior to placing any
forms, and a certification for construction shall be submitted
immediately after forms have been constructed. Forms shall be
designed to withstand any and all vertical or lateral forces to which
they might conceivably be subjected.
C-,t of 19
CONCI{ETE - CONT'D.
All surfaces with slopes steeper than one on one shall be formed.
At the request of the Contractor and the approval of the Engineer,
various vertical surfaces beneath base slabs re'ay be changed to slopes
of one on one or flatter, or conversely, sloping surfaces changed to
vertical surfaces. Where vertical surfaces are used and no
construction joint is provided below the slab, sheeting meeting the
requirements for form work shall be left in place.
5.0 CONCRETE MIX REQUIREMENTS
The concrete mix shall be proportioned by weight and shall be
determined on the basis of obtaining a concrete having suitable
workability, density, impermeability, durability and required
strength characteristics, without using an excessive amount of
cement.
Concrete mixtures shall have the following characteristics:
Specified 28 Day Maximum Air Content
Compressive Strength Water-Cement Ratio (Percent Slump
psi (Gal per bag} by Volume (In.)
4,000 5{~ 3 to 5 2 to 3
2,500 5½ 3 to 5 2 to 5
The strength level of the concrete will be considered satisfactory,
when the above specifications are met and as approved by the
Engineer.
6.0 cL'AsSES OF CONCRETE
Concrete having a 28 day compressive strength of 4,000 psi shall
be used for all concrete, except as otherwise noted or specified. All
interior exposed slabs shall have a maximum air content of 3 percent.
Concrete having a 28 day compressive strength of 2,500 psi shall,
in general, be used for all concrete masonry used in pipe supports
and cradles, for concrete fill, for pipe thrust blocks, for the refill
of trenches, for the refill of excavation below subgrades, and for
all other similar construction as approved by the Engineer.
7.0 MIX PROPORTIONS
A minimum of 40 days in advance of incorporation in the work,
the Contractor shall design concrete mixtures, and submit proposed
mix proportions and proving test results for approval. The mix
submitted shall be designed in accordance with ACI: 211 latest
revision and ACI: 318 latest revision.
C-5 of 19
I._~:;~ HOLZMACHER. McLIFNDON & MURRELL. P C
CONCRETE - CONT'D.
8.0
The concrete mixes submitted are subject to the approval of the
Engineer who may have separate preliminary tests conducted by a
laboratory employed by the Owner. If the submitted mixes do not
meet the Specification requirements, the Contractor shall redesign
the concrete mixtures and furnish required materials for additional
preliminary tests until the concrete mixtures conform to the
Specification requirements. Ail costs of redesign materials for
&dditional tests, and additional tests shall be at the Contractor's
expense and consideration for an extension of time will not be
permitted because of any delays required by redesign and additional
preliminary tests.
BATCHING AND MIXING
Ready-mixed concrete conforming to ASTM: C 94 latest revision
as modified herein shall be used. The plant shall be properly
equipped for the accurate proportioning and proper mixing and
delivery of the concrete including accurate water measurement and
control.
The plant shall have sufficient capacity and transportation
equipment to deliver the concrete at the rate desired. Not less than
40 days in advance of the contemplated use of concrete, the
Contractor shall submit to the Engineer, for approval, the name and
qualifications of the firm and plant from which he proposes to secure
the concrete. During the progress of the work, the Contractor shall
notify the Engineer at least 24 hours in advance of concrete
placement, so that the Engineer may provide the necessary inspection
and sa mpling.
'Fine aggregates, coarse aggregates, and cement shall be weighed
separately. Cement in standard bags need not be weighed. Admixtures
shall be added separately in solution in a portion of the mixing
water by means of a mechanical batcher, in a manner that will
insure uniform distribution of the agents throughout the batch. The
accuracy of all measuring devices shall be such that successive
quantities can be measured to within one percent of the required
amount.
Mixers and agitators shall be operated within the limits of
capacity and speed of rotation designated by the manufactures, and
shall' be capable of producing a homogeneous concrete mixture of
uniform color. Upon cessation of mixing for more than 30 minutes,
the mixer shall be thoroughly cleaned. The time elapsing between
the introduction of the mixing water to the cement and aggregates,
and discharge from mixer shall be completed within one-half hour.
The first batch of concrete materials placed in the mixer shall
contain an extra quantity of sand, cement and water sufficient to
coat the inside surface of the drum without diminishing the mortar
C-O of 19
HOI..ZMACHER. McLENOON & MURRELL.
CONCI{ETE CONT'D.
content of the mix. Once initial set has taken place, no attempt
shall be made to temper the concrete by the addition of water. Any
concrete so tempered will be rejected and shall be removed from the
site.
9.0 PREPARATION FOR PLACING CONCRETE
Concrete shall not be placed within the limits of the day's pour
until all forms, embedded materials, steel reinforcement, and
concrete surface preparations have been approved. Concrete shall
not be placed in mud or water. Surfaces of forms, embedded
materials, and steel reinforcement that have been encrusted with
dried mortar or grout shall be cleaned, as approved, prior to placing
concrete.
To insure proper bonding, when new and previously placed concrete
are jointed, the contact surfaces of the previously placed concrete
shall be thoroughly cleaned by means of stiff brushes or other tools
and by application of a stream of water under pressure to remove
all laitance, loose or defective concrete, coatings, concrete
accretions, and any other foreign material. The surface shall be
damp and the bonding compound (epoxy or acrylic type) applied. The
new concrete shall be placed before the bonding compound is dry.
Where concrete slab is placed on existing grade, backfill or fill
material, the Contractor shall furnish and place a layer of
foundation material having a thickness of not less than 6", which
shall be blanketed with a polyethylene covering. The covering shall
be used in the widest practical widths and shall be lapped 6" and
fastened at all edges to prevent loss of mortar from the concrete.
Ail rock surfaces against
be clean and free from mud,
prevent a tight bond between
which concrete is to be placed shall
dirt, oil, or other material which may
the rock and concrete.
10.0 PLACING CONCRETE
Concreting operations shall be continuous until the placement is
completed. Slabs shall be placed in one lift and monolithically with
beams and girders where construction joints are not sltown. The
maximum rate of placing concrete for walls to prevent movement of
forms shall conform to the design requirements of the formwork.
Concrete shall be handled from mixer to forms in such a manner that
no segregation of ingredients will take place. Concrete shall be
deposited in layers approximately level and not more than 18" deep.
The placement shall be carried out at such a rate that the formation
of cold joints will be prevented. Concrete shall be placed in such
a manner that it will not drop freely more than 4 ft, and shall be
placed as nearly as practicable in its final position to minimize
segregation of ingredients. In slabs, concrete may be placed by
C-7 of 1'3
~j~ HOLZMACHER. McLteNDON & MURRELL. P.C
CONCi{ETE - CONT'O.
buggy, bucket, ready-mix truck, or pumping methods, provided that
for the method selected the specified slump is not exceeded. If chutes
are used, they shall be of metal or metal lined. In general, concrete
in walls shall be placed by means of a rectangular metal drop chute
with hoppers. Drop chutes shall be provided in several lengths so
that the total length of chute can be adjusted as concreting
operations progress. Under special conditions, for thin sections and
sections that are heavily reinforced, concrete shall be deposited
through temporary openings in the sides of wall forms by means of
drop chutes outside of forms.
While being placed, concrete shall be compacted with the aid of
mechanical internal vibrators having a minimum of 3,600 impulses
per minute, applied directly to the concrete in a vertical position,
and by means of approved mechanical external vibrators. The
intensity and duration of vibration shall be sufficient to cause
concrete to flow, compact thoroughly, and embed completely the steel
reinforcement, pipe, conduit, and similar work. Vibration shall be
stopped immediately when a sheen of mortar first appears on the
surface. Vibration shall be supplemented by hand spading, rodding
or tamping in the corners and angles of forms while the concrete is
still plastic and workable. The next layer of concrete shall not be
placed until the previously placed layer has been thoroughly vibrated.
Free water on the surface shall be removed by sponging or
mopping. Under no circumstances shall such water accumulations be
covered up with concrete nor shall dry cement be used to soak up
excess water.
.pumped concrete shall conform to the requirements of ACI
Committee 304 Report latest revision.
11.0 CONCRETING DURING COLD AND HOT WEATHER
The Contractor shall have equipment and materials readily
available to take protective measures for maintaining the specified
temperatures of freshly placed concrete.
The ambient temperature of the space
placement and the surface to receive the
not be less than 50' F.
adjacent to the concrete
concrete placement, shall
Whenever the temperature is below 40' F or when it is evident
that the temperature will drop below that point, concrete shall not
be placed, except when approved. If such approval is given, special
precautions shall be taken both in mixing and placing concrete.
C-8 of 19
~.~ HOLZMACHER* McLFNDON & MURRFLL. p.C
CONCRETE CONT'O-
The Contractor shall provide equipment for heating concrete
aggregates and water, and for maintaining freshly placed concrete
at a temperature of not less than 50' F nor more than 80' F. The
temperature of the concrete shall not be permitted to fall below 50'
F during the curing period, and the Contractor shall provide
insulation, tents, temporary heat or take other approved measures
to accomplish this. If the atmospheric temperature is expected to
drop to 28' F or below, enclosures and temporary heat shall be
provided to maintain the temperature of the concrete to at least
50' F. The heating methods shall not subject concrete surface to
excessive concentrations of heat, as to cause rapid drying. The
Contractor shall continuously operate heaters, provide men for
continuous duty at the heaters, and provide adequate fire protection.
When heating is discontinued, the drop in the temperature of the
concrete shall not exceed 40' F in 24 hours.
Whenever the temperature is above 85' F or when it is evident
that the temperature will rise above that point, concrete shall not
be placed, except when approved. If such approval is given, special
precautions shall be taken both in mixing and placing concrete.
The Contractor shall provide equipment for cooling concrete
aggregates and water, and shall adjust the mix to retard the setting
time of the concrete when directed. The cooling of the water and
aggregates shall be such that the temperature of the fresh concrete
is between 50'and 80' F. Sunshades and windbreaks shall be provided
in an approved manner to maintain the required temperature and
Sunshades and windbreaks shall be left
minimize excessive drying.
in place at least 7 days.
12.0 cONSTRUCTION JOINTS
Construction joints shall be keyed unless otherwise noted to be
roughened, and shall be installed where shown and specified. In
addition to the construction joints shown, construction joints shall
be provided so that the length and/or width of any one pour shall
not be more than 40 feet, if the curing period is limited to 7 days.
If the curing period is increased to 14 days, the spacing of these
additional construction joints may be increased to 60 feet. The
Contractor shall submit, for approval, working drawings showing the
proposed locations of all construction joints and a pouring schedule.
Construction joints shall conform to the details shown and shall
be located where they will have the least effect upon the stability,
strength, and watertightness of the concrete.
Where roughened joints are to be installed, the Contractor shall
roughen the surface of the concrete so that the coarse aggregate is
exposed to an approximate depth of }" Roughening shall be
C-9 of 19
HOI..ZNIACHIFR. McLENOON & MURRELL. P.C
CONCEE'['E - CONT'D.
accomplished by either chipping the concrete or using a retardant
coating. Retardant coating shall be Sika Chemical Corp., Rugasol;
Sonneborn Division of Contech, Inc., Sonotex; Euclid Chemical Co.
Surface Retarder; or equal.
Before proceeding with the placing of any section of concrete,
the joints shall be located and all forms and metal work, bulkheads,
reinforcement, and other embedded materials for that section shall
be in place. At horizontal construction joints, the top of all forms
shall be erected only to the height of the joint for each placement
throughout the entire work. Concrete surfaces shall be brought to
a true level line at the top of every horizontal construction joints.
The form for the construction key shall then be forced into place,
and then the concrete surface rodded off to a true horizontal level.
Should "watergain" be apparent as the concrete reaches the finished
pour line, the water-cement ratio of concrete, for a depth of at
least 12 ", shall be of a stiffer consistency as required by the
Engineer.
Unless otherwise indicated, all horizontal construction joints
shall be made at well defined lines.
All corners shall be monolithic. The work on each side shall
extend to points shown or indicated.
Whenever a stoppage of more than 30 minutes occurs in the placing
of concrete, due to some emergency, construction joints shall be
installed as approved. The Contractor shall have men and materials
available to install these joints.
.In order to promote watertightness of structures, concreting
opekations shall be so scheduled as to provide a delay between pours
as follows:
Placements
Minimum Time Between Placements (days)
Slab to Slab 3
Wall to Wall 3
Wall to Slab 3
Slab to Wall 1
To minimize delays in concrete construction operations, slab
placements shall be made in a checkerboard pattern and wall
placements shall be made alternately.
All construction joints shall have a row of form ties located at
a distance of approximately 6" from the joint to permit aligning
and tightening of the forms for subsequent sections.
C-10 of 19
CONCRETE CONT'D
The Contractor shall install waterstops in all construction joints
in all exterior walls; in all walls of structures, tanks and channels
that contain sewage or sludge; where indicated on the Drawings; and
as specified.
In liquid bearing structures, tanks and channels, waterstops shall
be provided to a height of one foot above the maximum water level.
Waterstops shall be furnished and installed in conformance with
the requirements of Section S4.
13.0 EXPANSION JOINTS AND OTHER SPECIAL JOINTS
Expansion joints shall conform to the requirements of EXPANSION
JOINTS AND WATERSTOPS.
14.0 FOUNDATIONS FOR EQUIPMENT
Concrete foundations for equipment shall be constructed as shown
on the Drawings, except for such of those as it may be necessary
to modify in order that they may conform to the equipment
manufacturer's requirements, as shown on approved copies of their
shop drawings.
15.0 FINISHING CONCRETE
The classes of surface finishes described herein shall be applied
to various parts of concrete structures as specified.
15.1 Formed Surfaces:
Immediately after the removal of forms, honeycombing, pockets
and open spaces shall be cutout for Engineer's inspection. Patching
shall not be done without Engineer's approval. When approved, cutout
honeycombed areas, pockets and open spaces shall be thoroughly
flushed with a high-pressure water jet while scrubbing with a wire
brush to dislodge loose particles of concrete and aggregate and then
shall be compactly filled with mortar consisting of one part Portland
cement and two parts sand of the same type and quality as used in
concrete. This shall be done on all surfaces even though they will
afterwards be coated and/or covered with backfill. The mortar
plaster shall be applied over a coating of epoxy bonding compound.
Formed surfaces, including plastered surfaces shall be finished in
accordance with their location, as specified below.
ad
Finish F1 applies to formed surfaces which are more than one
foot below finished grade. These surfaces require no treatment
after form removal except for repair of defective concrete and
filling of the rod holes and the specified curing. Correction of
surface irregularities and removal of fins will be required.
C-Il of 19
I-.~ HOLZMACHER. McLENDON & MURRELL. P.C
CONCRETE CONT'D
Finish F2 - applies to all interior formed surfaces of buildings,
tanks and channels, as well as all exterior surfaces above finished
grade and to at least one foot below grade except where otherwise
specified. These surfaces shall be rubbed with power tools until
a smooth homogeneous surface is obtained. Hand rubbing will be
permitted only when the final result is equivalent to that attained
by mechanical means. The surfaces shall be thoroughly wetted
and kept in that condition until the rubbing is completed.
Corners, edges and arises shall be ground smooth and form offsets
shall be leveled by power grinding. The surfaces shall be rubbed
until all hollows, lines, form marks, and surplus materials have
been removed. Grout or mortar shall not be used in the rubbing
process except for filling defective places as specified
hereinbefore.
15.2 Unformed Surfaces:
Unformed surfaces shall be sloped for drainage where shown or
directed.
bo
Finish U1 (screeded finish) - applies to unformed surfaces that
will be buried underground or covered by concrete or grout. Finish
U1 shall also be used as the first stage of Finish U2. Finishing
operations shall consist of sufficient leveling and screeding to
produce even uniform surfaces.
Finish U2 (floated finish) applies to unformed surfaces not
buried underground or covered by concrete or grout and for which
no higher class of finish is specified. As soon after screeding
.~nd the condition of the concrete permits and before concrete
has hardened appreciably, all water, film and foreign material,
which may work to the surface, shall be removed. Floating may
be performed by use of hand or power driven equipment. Floating
shall be held to the minimum necessary to produce a true and
uniform surface free from screed marks with no coarse aggregate
visible.
Finish U3 (trowel finish) - applies to all floors within buildings,
all top surfaces of curbs in buildings, and all exposed top surfaces
of equipment foundation pads. Surfaces, which are to receive a
U3 finish, shall first be given a U2 finish. This shall be followed
by hand troweling with steel trowels to bring the surface to a
uniform, smooth, hard, impervious surface free from marks and
blemishes. Troweling shall not be started until all water has
disappeared from the surface. Over-troweling shall be avoided.
Dusting with dry cement or other mixtures or sprinkling with
water will not be permitted during the finishing process.
C-I~ of 19
HOi 7MACHIFR, McL~NDON & MURR£LL. P (~
CONCRETE - CONT'O
d. Finish U4 (broom finish) applies to walkways of tanks and
exterior entrance slabs of buildings. Surfaces to receive a U4
finish shall first be given a U2 finish. As soon as this is
completed, and before the concrete has hardened appreciably, it
shall be lightly broomed with a hard bristle push broom. Brooming
shall be a continuous operation with the broom passing over the
concrete perpendicular to the direction of travel in smooth
straight lines. After brooming has been completed, an edging tool
shall be applied around the edge of the broomed surfaces.
e. On the interior surfaces of manholes and chambers, all fins and
pro3ections shall be ground smooth, but rubbing of entire areas
will not be required except where the surface is required to be
coated.
16.0 TESTING
16.1 General - The Engineer reserves the right to make any tests he
deems necessary or desirable on aggregates, cement, water and
concrete. The Contractor shall provide complete cooperation to
facilitate the sampling and performance of these tests.
16.2 Testing Frequent tests by an independent testing laboratory
(as approved by Engineer) to determine the quality of concrete being
produced. The tests will be conducted so as to interfere as little
as possible with progress of the work and the Contractor shall
cooperate in every way and facilitate the making of such tests so
that concrete of the desired quality will be obtained. All costs of
the concrete tests shall be borne by the Contractor. One concrete
test cylinder shall be taken for each truck load poured (1 per each
8 ~ubic yards), with a minimum of 3 test cylinders for a day's pour,
or at the discretion of the Engineer.
All cylinders shall be tested for compresion strength by an
approved testing laboratory (1 cylinder to be tested after 7 days,
and 2 after 28 days). Concrete shall have a slump of between 5"
and 5" for concrete placed in wall forms.
Test cylinders shall be carefully handled and protected to assure
valid test results. Each cylinder shall be identified by a tag, which
may be obtained from the testing laboratory, and each tag filled
out with the appropriate information.
Test cylinders shall be made and stored in accordance with ASTM
C-31 latest revision. The method of sampling fresh concrete shall
be in accordance with ASTM C-172 latest revision. Results of the
tests shall be sent directly to the Engineer by the testing
laboratory. All testing shall be paid for by this Contractor at no
additional cost to the Owner.
C-13 of 19
HOLZMACHER. McLENOON & MUItRELL. PC
CONCRETE - CONT'D
If any tests conclude that the specified requirements have not
been met, concreting shall be stopped. Faulty concrete shall be
removed and replaced with suitable concrete as specified herein, at
the expense of the Contractor.
17.0 CURING CONCRETE
Concrete shall be cured for a period of not less than 7 days,
unless otherwise specified. Walls and slabs that w111 be in contact
with sewage or sludge and substructures shall be cured by water
curing or curing and sealing compound. Ail other surfaces, unless
otherwise specified, shall be cured either by water, by curing and
sealing compound or by waterproof paper curing.
The Contractor shall have all equipment and materials needed
for adequate curing and protection of the concrete on hand and
ready to install before actual concrete placement begins. The curing
medium and method, or combination of mediums and methods used,
shall be approved in writing.
17.1 Water Curing:
a. The concrete shall be kept wet by covering it with water-
saturated material or a system of sprays, or by any other
approved method that will keep all surfaces to be cured
continuously (not periodically) wet.
b. Vertical or steeply sloped surfaces shall be kept wet prior to
form removal by applying water on the unformed top surfaces and
.allowing water to pass down between the forms and the formed
concrete faces.
c. Horizontal construction joints shall be covered with a minimum
of 2" of sand, which shall be kept continuously saturated. These
joints shall be cleaned and allowed to dry for 12 hours
immediately prior to the placing of the following lift.
17.2Curing and Sealing Compound:
a. All slabs shall be cured by power spraying compound. The curing
compound shall be applied immediately after the final finishing
operation in a continuous operation. Traffic and other operations
shall be such as to avoid damage to the compound. Where it is
impossible to avoid traffic over surfaces coated with curing
solution, the membrane shall be protected by covering with a
layer of waterproof curing paper or polyethylene sheeting, which
shall be placed on the concrete with a 6" lap on all edges, and
sealed with tape.
C-14 of 19
HOL.ZMACH£R. McLENDON & MURRIFLL, P.C
CONCRETE CONT'D.
18.0 PROTECTION
Fresh concrete shall be protected from rains, flowing water and
mechanical in3ury.
The Contractor shall not permit walking upon or over the concrete
until it has set for a sufficient length of time. Pro3ecting steel
reinforcement or inserts shall likewise be protected from' disturbance
until the concrete has hardened sufficiently.
After the curing period, concrete in slabs, curbs and other
similar surfaces shall be covered with waterproof curing paper. All
seams of such paper shall be overlapped at least 6" and sealed with
tape. Further protection, while erecting equipment, shall be provided
by means of planking of sufficient size, and by such other protection
as required. No fire or excessive heat shall be permitted near or in
direct contact with concrete at any time. The slab protection shall
not be removed sooner than 28 days after concrete has been placed.
All concrete shall be protected at all times to prevent damage,
staining or any other marring of concrete surfaces. Concrete steps
shall be protected with lumber to prevent chipping or crazing.
In the event of flooding, the Contractor shall take all necessary
measures to prevent water from rising against any structure above
any elevation at which flotation, or structural or other damage,
could occur. Should the Contractor be unable to prevent water from
rising against a structure above a safe elevation, such structure
shall be flooded by the Contractor as approved by the Engineer, in
order to prevent flotation, or structural' or other damage to the
structure. It shall be the Contractor's responsibility to determine
the elevation at which flotation, or structural or other damage,
could occur.
19.0 REMOVAL OF FORMS
Forms shall not be removed until the concrete has hardened
sufficiently to safely support its own load plus any superimposed
loads that might be placed £hereon. Unless otherwise ordered, forms
shall be left in place the minimum number of days specified as
follows, from the date of placing concrete:
Mean Temperature (Degree
85-70 69-60 59-50
Walls and beam sides 2
3 4
C-15 of 19
HOLZMACHER. McLIFNOON & MURRELL. PC
CONCRETE CONT'D.
Beam soffits 5 6 7
Slabs 6 7 8
For temperatures not listed, the Contractor shall not remove
forms until he receives permission from the Engineer to do so.
Immediately after forms are removed, the Contractor shall place
adequate reshores to prevent injury to the concrete by construction
loads.
Care shall be taken in removing forms, walers, shorings, supports,
and form ties to avoid spalling or marring the concrete.
Form ties shall be broken back immediately after removing forms.
The holes left by such ties shall be immediately filled with mortar
consisting of one part Portland cement and two parts sand, of the
same type and quality as used in the concrete, and the surface shall
be finished with a steel trowel.
If, after removal of forms, honeycombing, pockets and open spaces
exist, they shall be treated as specified in Section S15.0.
20.0 CONSTRUCTION TOLERANCES
Variation in alignment, grade and dimensions of the structures
from the established alignment, grade and dimensions shown on the
Drawings shall be within the tolerances specified in the following
table:
Variation from the plumb:
k'. In the lines and sur-
faces of walls and in
streets
In 10 ft .................. ~"
but not more than ...... 1"
Variation of the linear
building lines from
established position in
plan and related position
of walls and partitions
partions
Variation in the sizes and
locations of sleeves, floor
openings, and wall openings
C-IG of 19
HOi ZMACHER. McLENOON & MURRELL. PC
CONCRg'['E - CONT'D,
4. Variation in cross sectional
dimensions of columns and
beams and in the thickness Minus .............. {"
or slabs and walls Plus ................ ½"
5. Footings:
a. Variation of demensions Minus .............. ~"
in plan Plus ............... 2"
b. Misplacement of 2% of the footing width
eccentricity in the direction of misplace-
ment but not more than 2".
6. Footings and base slabs Minus ................. 5%
reduction in thickness of specified thickness
7. Variation in steps: Riser ............ 1/8"
a. In a single step Tread ........... {"
b. In two consecutive Riser ............ 1/16"
steps Tread ............ 1/8"
21.0 D'EFECTIVE CONCRETE
Concrete damaged by freezing or by alternate freezing and
thawing, or from any other cause, or any concrete work which shall
be found defective at any time before the final completion of this
Contract shall be removed and rebuilt or otherwise made good at
tile expense of the Contractor. The Engineer shall be notified before
such repairs are made and methods shall be submitted for approval.
If surfaces which are to be permanently exposed become stained
or discolored, they shall be cleaned by a method which does not
harm the concrete and which is approved by the Engineer. Surfaces
not properly finished' shall be ground to an acceptable finish with
a power grinder.
C-17 of 19
CONCRETE - CONT'D.
22.0 PLACING BACKFILL AND FILL
Backfill and fill shall not be placed against concrete walls for
a minimum of 7 days after placing of concrete.
23.0 SEALER AND DUSTPROOFER
A sealer and dustproofer, specified in Section 2.12 shall be
applied to all slabs not specified to be painted. The application of
the sealer and dustproofer shall be done in strict accordance with
the recommendations of the manufacturer. The application shall be
made just prior to the completion of construction.
24.0 CONCRETE STAIRS
Concrete stairs shall be constructed in accordance with the
details shown or approved. Stairs shall be poured in smooth forms
for risers and all corners shall be well rounded.
Safety treads, as specified in STRUCTURAL STEEL AND
MISCELLANEOUS METALWORK shall be cast integrally with the
steps.
Concrete treads shall be given a U2 floated finish and protected
as specified hereinbefore.
25.0 ANCHORS AND ACCESSORIES
The Contractor shall furnish and place anchors for fastening
equipment and materials to masonry, as shown, noted or specified.
The Contractor shall coordinate between the mechanical, electrical,
H.V.~A.C. and plumbing trades for all required anchors to be cast
in the concrete.
Anchors and accessories which are required to be cast with the
concrete shall be accurately set and maintained in their required
positions. Anchor bolts shall be set so as to provide not less than
1½ full threads above the nuts.
Where the location of anchors can be determined before concrete
is placed, anchor bolts shall be placed in the concrete as shown on
the Drawings, and drill anchors shall not be used. Sleeves shall be
filled temporarily with a plastic compound to prevent filling with
water and freezing; the permanent filling shall be of non-shrink
grout.
Where some adjustment of anchor bolt location is required,
malleable iron inserts shall be placed in the concrete. They shall
be designed for the use of tee-head or square head bolts or nuts
and shall not be threaded. They shall be ITT Grinnell Corp., CB-
C-18 of 19
CONC~{E'FE - CONT'D.
Universal Figure No. 282, Concrete Inserts; Hohmann and Barnard,
Inc., Universal No. HU-N; or equal.
Drill anchors as specified in STRUCTURAL STEEL AND
MISCELLANEOUS METALWORK shall be used only where the use of
pour-in-place anchor bolts or inserts are impractical.
Drill anchors shall not be located so close to the edges or sides
of concrete members as to cause spalling or other damage to the
concrete. Expansion anchors shall not be used in concrete.
26.0 BUILT-IN WORK
In addition to the steel reinforcement, there shall be built into,
set in or attached to the concrete by the Contractor, wherever shown
or directed, pipe, sleeves, wall castings, frames, manhole steps,
eyebolts, electrical conduits, and other objects as shown, specified
or ordered. These objects shall be accurately set and properly
secured, and all necessary precautions shall be taken to prevent
them from being displaced, broken or deformed.
The Contractor shall place concrete only on one side of a pipe,
pipe sleeve or a wall casting until it flushes under and comes up
on the other side to a level well above the bottom of the pipe, sleeve
or casting, after which it shall be placed on both sides. Concrete
shall be compacted thoroughly around and against all built-in work
so as to secure perfect adhesion.
C-19 of 19
~OLZMACHER, McLENDON & MURRELL,
BAR SCREEN
1.0 SCOPE
The Contractor shall furnish and install one (1) bar screen rack
in compliance with the following Specifications and as shown on the
Contract Drawings.
2.0 - BAR RACK
The bar rack shall consist of 2 x 1/4-inch rectangular mild steel
bars fastened top and bottom to provide a clear spacing of 1 inch bet-
ween the bars. The bars shall be straight and inclined at 45 degrees
from the horizontal, and shall span the full width of the channel. The
bar rack shall extend to 2' above the surface of the operating floor.
The bar rack shall be firmly anchored to the channel floor and to the
operating floor.
3.0 - RAKE
The Contractor shall also supply a rake suitable for the manual
cleaning of the bar rack.
BS - 1 of 1
i_.t~/~ HO~MACHER, McLENDON & MURRELL. P.C.
GRIT COLLECTION SYSTEM AND ACCESSORIES
1.0 - SCOPE
The Contractor shall furnish all labor, tools, materials, equip-
ment and incidentals necessary to construct and install the grit collec-
tion system and accessories, as specified herein and shown on the
contract drawings. Included shall be initial start-up and testing in
the presence of the Engineer, Owner and Manufacturer's representative.
2.0 - GENERAL
The system shall include an aerated grit chamber with aeration
blower and piping, circulation baffle, grit collection equipment of
the screw conveyor type, and all associated appurtenances for opera-
tion, as specified herein and shown on the contract drawings. The
grit collection system and accessories specified herein shall be
supplied by one manufacturer for the purpose of standardization.
Manufacturer shall be FMC Corp., Lansdale, Penn., or approved equal.
3.0 - GRIT COLLECTION MECHANISM
The accumulated grit shall be washed, dewatered and elevated to
the discharge point by a 12-inch diameter, half pitch, inclined screw
mounted on a minimum 3-inch extra heavy steel pipe with 3/8-inch thick
steel flighting. The screw trough shall be constructed of 1/4-inch
thick steel, and covered with No. 12 gauge steel plate above the top
of the chamber. The screw conveyor drive unit shall consist of not
less than a 1 HP motor equipped with an adjustable base mounted on top
of the screw trough. A V-belt drive and guard shall connect the motor
with the reducer. The reducer shall be of the helical gear type with
oil-tight housing bolted to the screw trough. The output shaft of the
reducer shall be direct connected to the upper end of the screw con-
veyor. The screw shall revolve at a speed of approximately 20 R.P.M.
The lower end of the screw shall be fitted with a bronze bushed,
internal collar revolving in a special steel end bearing mounted in the
screw conveyor trough. This bearing shall be furnished with grease
grooves and shall be lubricated by a copper tube with Alemite fitting
above the water level. Hanger bearings shall be included as required
and shall be a minimum of 2-7/16-inch diameter. Bearings located be-
low liquid shall be water lubricated. Bearings located above liquid
shall be grease lubricated and furnished with a copper extension tube
if required for easy access.
GCS&A - 1 of 3
HOI 7MACHER. McLENDON & MURRELL.
GRIT COLLECTION SYSTEM AND ACCESSORIES (CONT'D.)
3.0 - GRIT COLLECTION MECHANISM (cont'd.)
A 1/4-inch thick steel effluent trough with adjustable weirs shall
be furnished by the Equipment Manufacturer and shall be installed over
the screw as shown on the drawings. It shall be so constructed that
through proper adjustment, effluent water and putrescible material can
be conveyed away from the screw chamber.
A 1/4-inch thick steel baffle shall be furnished by the Equipment
Manufacturer and shall be located as shown on the drawings.
Electrical current for the motors shall be 230/460 volts, 3 phase,
60 Hertz.
Ail anchor bolts shall be galvanized and furnished with the equip-
ment. All structural steel shall conform to "Standard Specifications
for Structural Steel of the ASTM". All iron castings shall be tough,
close grained gray iron, free of blow-holes, flaws, or excessive shrink-
age. They shall conform to the "Standard Specifications for Gray Iron
Castings of the ASTM".
Ail parts of the mechanism shall be amply proportioned for all
stresses which may occur during fabrication, erection and operation.
Duplicate parts shall be interchangeable.
The screw and trough shall be factory assembled and shipped as a
unit by the manufacturer, ready to be grouted in place by the Contractor.
4.0 - AERATION EQUIPMENT
The Contractor shall furnish two (2) Adjustair Diffuser units as
manufactured by the FMC Corp., Environmental Equipment Div., or equal.
The unit shall be made of Delrin Plastic with 3/4-inch pipe threads
for mounting on the air header. The unit shall have twelve (12) 5/32-
inch diameter holes and be so designed that the number of holes in use
may be varied. A ball check shall be provided to prevent backflow of
solids into the air header.
The diffuser shall be readily disassembled for cleaning. The unit
shall have a capacity of at least 10 cfm of air with a head loss not to
exceed 0.4 p.s.i.
GCS&A - 2 of 3
~/~ HOLZMACHER, McLIFNDON & MURRELL. P.C
GRIT COLLECTION SYSTEM AND ACCESSORIES (CONT'D.)
5.0 - AIR BLOWER
The Contractor shall furnish one (1) positive displacement blower
rated to deliver not less than 20 cfm at an operating pressure of 4.1
p.s.i.g. Each blower shall have V-belt drive with weatherproof drive
guard and shall be mounted on a common base. Drive motor shall be
0.75 HP, 1,750 R.P.M. for 460/230 volts, 3 phase, 60 Hertz current.
Included with each blower shall be pressure weighted relief valve,
flexible joint and combination intake filter silencer. Blower unit
shall be Roots Whispair Max unit or approved equal.
6.0 - SHOP PAINT
Ail steel work and machinery shall be painted with one (1) shop
coat of high grade primer applied in a workmanlike manner by brush or
spray. All surfaces to be painted shall be thoroughly dry and free
from rust, grease or dirt.
7.0 - SERVICE
The manufacturer shall provide the services of a factory trained
Service Engineer to check the equipment after installation, start-up
the system and to instruct the Owner's representative for a total
period of two (2) days.
Five (5) copies of the Installation, Operation & Maintenance
Manual and Shop Drawings shall be provided to the Engineer.
GCS&A - 3 of 3
HOLZMACHER. McLENDON & MURRELL. P.C
ODOR CONTROL SYSTEM
1.0 - SCOPE
The Contractor shall furnish and install, complete, all sodium
hypochlorite feed equipment, electrolytic module, scrubber tower with
oxidant spray and recycle system, rectifier as a D.C. power source and
automatic solution level control system for the gas odor control system
as detailed in these specifications and as shown on the contract draw-
ings.
2.0 - GENERAL
The system shall be sized to destroy odors in a 1,000 CFM gas strea~
containing oxidizable compounds having an average continuous oxidation
demand equivalent to 20 ppm hydrogen sulfide (H2S).
The system shall be capable of generating a minimum of 19.00 pounds
of sodium hypochlorite (NaOC1) per day, equivalent to 0.500 pounds of
oxidant per day, at rated output of the rectifier. The system shall be
capable of generating a maximum of 29.0 pounds of sodium hypochlorite
(NaOC1) per day, equivalent of 0.78 pounds equivalent of oxidents per
day which shall be capable of handling a possible future contaminent level
of 30 ppm H2S equivalent. The electrolytic unit shall have built-in
redundancy such that it shall be capable of generating the full rated
amount of sodium hypochlorite with one cell removed from service.
The gas odor control system shall be manufactured by Pacific
Engineering & Production Co. of Nevada (PEPCON), Henderson, Nevada; or
equal, and shall be designed for indoor service.
3.0 - OPERATING CONDITIONS
The system shall be designed to include continuous regeneration
of the oxidizing solution for operating economy.
The unreacted oxidant shall be retained in the system, and recir-
cul~ted so as to be immediately available for treating such periodic
surges as may occur in the level of gas stream contamination.
The system shall be designed to include both a spray area and a
packing section to provide for maximum contact between the oxidizing
solution and the gas stream being treated.
The unit shall be a true oxidizing scrubber destroying odors pri-
marily by conversion of malodorous contaminants to non-objectionable
compounds.
OCS - 1 of 9
~j~ HOLZMACHER. McLENDON & MURRELL. P.C
ODOR CONTROL SYSTEM (CONT'D.)
3.0 - OPERATING CONDITIONS (cont'd.)
Spray nozzles (not perforated pipe) shall be used in the spray
area. The entire spray system within the scrubber tower shall be re-
movable without dismantling the scrubber tower sections.
4.0 - DESIGN REQUIREMENTS
4.1 Electrolytic Modules
The electrolytic modules will be constructed of electrolytic cells
which shall be self-contained and allow for individual replacement of
servicing. In this installation one module with two cells connected
electronically in series will be used. The cells shall be 500 amperes
capacity type. These electrolytic cells shall be capable of handling a
possible future contaminent level of 30 ppm H2S equivalent in a 1000 cfm
gas stream.
The anodes shall have a high density electroplated active surface
of metallic oxide, specially modified for operation in a low tempera-
ture electrolyte.
The anodes shall be of stable configuration, impermeable and abra-
s'ion resistant. The anodes shall be stable in acid solutions including
those containing free nitric, sulfuric and hydrofluoric acids. They
shall be capable of producing oxidative reactions without the presence
of metallic additives such as chromates. The anodes shall be capable
of operation in a current density range of 0.1 ampere per square inch
to at least 1.5 amperes per square inch.
The anodes shall be of a "disposable" type designed for simple
replacement in the same cathode at the treatment plant by regular main-
tenance personnel. It shall not be necessary to replace the complete
electrolytic cell in order to replace an anode and there shall be no
requirement to return electrolytic cells to the manufacturer's plant
for replating or exchange.
The cathodes shall be of a properly conductive metal with corro-
sion resistance to solution flows high in sodium chloride and sodium
hypochlorite. The cathode shall be so constructed as to serve as the
cell container as well as the cathode.
Anode cathode spacing shall be minimized to allow for low voltage
operation.
The cell shall be completely sealed with a non-conductive material
and stainless steel allowing the unit to be operated as a flooded cell.
OCS - 2 of 9
I--~_/~ HOLZMACHER, IvlcLENDON & MURRELL. P.C
ODOR CONTROL SYSTEM (CONT'D.)
4.0 - DESIGN REQUIREMENTS (cont'd.)
The cells will be supported on a suitable frame to maintain them
in proper relationship to the other elements of equipment. Fiberglass
structural shapes will be used for the support structure.
All fastenings used in the vicinity of the cells shall be corro-
sion resistant. The bolts, washers, and nuts used to make the elec-
trical connections to the cathodes and to the bus bar pieces shall be
silicon bronze or brass.
The positive electrical connection to the anode shall be by means
of a threaded rod inserted directly into the anode substrate.
Valves used to assist in making watertight connections at the cells
shall be construction of stainless steel. Clamps to be utilized for
making watertight connections will not be allowed.
Hoses used to provide flexible connections between solution lines
and the individual cells shall be constructed of material which is re-
sistant to chemical attack of a brine-hypochlorite solution. Poly-
vinylchloride and Tygon are suitable materials.
The electrolytic module shall be preassembled by the gas odor
control system manufacturer. The pipe used within the electrolytic
module circuit shall be Schedule 80 PVC-1220 (general usage) Type 1
(normal impact). The pipe fittings shall be Schedule 40 PVC Type 1
(normal impact) socket weld type in order to allow use of maximum
amount'of heavy duty, high solids conten~, quick setting type solvent
weld solution in making up electrolytic module pipe joints.
4.2 - Bus Bar
The bus bar electrical conductors within the cell unit shall be
constructed of copper. The bus should be hard drawn copper of suffi-
cient cross-section to conduct 500 amperes direct current without undue
temperature rise. One bar 1/2-inch x 4-inch in cross-section is
adequate.
The copper bus bar surfaces at joints or connections shall be
tinned to give a low resistance connection as well as a corrosion
resistant surface. All holes punched or drilled in the bus bar for
bolted connections shall have the edges deburred and reamed. Bus
bar material used shall be of square edge type. All joints and con-
connection surfaces shall be clean and free from dirt or grease when
connection is made.
OCS - 3 of 9
~ HOLZMACHER, NIcLENDON & MURRELL. P.C.
ODOR CONTROL SYSTEM (CONT'D.)
4.0 - DESIGN REQUIREMENTS (cont'd.)
The electrical conductors used to connect from the electrolytic
cells to the rectifier terminals shall be constructed of copper. The
runs shall be of sufficient cross-section to conduct 500 amperes direct
current without undue temperature rise. One bar 1/4-inch x 2-inch in
cross-section is adequate.
The bus bar support brackets shall be fabricated of fiberglass.
4.3 - Pipe and Pipe Fittings
The gas odor control system manufacturer shall furnish flanged
connections at the terminal point of the system components and com-
panion flanges, gaskets and hardware. The PVC interconnecting pipe
lines between system components are to be furnished and installed by
the Contractor under this specification section.
4.4 - Rectifier/Control Panel/Motor Control Center
The rectifier shall be a silicon rectifier direct current power
supply. The unit shall have a continuous operating range output of
0 to 500 amperes D.C. at 0 to 12 volts D.C. The input shall be 460
± 5% volts, 3 phase, 60 Hz alternating current.
The control shall be capable of maintaining the preset current
level t~ within + 1% of rated voltage and current. Regulation shall
be by means of silicon controlled rectifiers.
Cooling will be by updraft forced air. Temperature limitation
will be 40 degrees C. ambient.
The unit will contain the "stop-start" pushbuttons, "reset" button
and the D.C. ammeter and voltmeter, with indicating lights for "current
on" or "overload cut-out" necessary motor starters for the recycle
pumps, caustic solution addition pump, exhaust fan, and interlocking
relays for the pumps and exhaust fan. Also there will be contacts pro-
vided for connection to the flow sensor and the temperature sensor in
the cell discharge line for further interlock protection as well as
for supplying power for sensor operation.
The unit will be furnished with operating protective devices for
"over-current", "over-temperature", "over-voltage" and rectifier fan
operation.
OCS - 4 of 9
t.t~,~ HOLZMACHER. McLENDON & MURRELL. P.C
ODOR CONTROL SYSTEM (CONT'D.)
4.0 - DESIGN REQUIREMENTS (cont'd.)
The rectifier will include fuse protection for each SCR. Control
and monitoring circuitry shall be provided for each replaceable plug-in
type module.
The A.C. disconnect switch for the rectifier shall be furnished
by the odor control system manufacturer.
4.5 - Scrubber Tower and Tanks
The scrubber tower sections, gas inlet transition, and the brine
tank shall be fabricated of all fiberglass reinforced polyester. They
shall conform to Department of Commerce Product Standard PS-15-69,
"Custom Contact-Molded Reinforced Polyester Chemical Resistant Process
Equipment" (hand lay-up) or ASTM D-3299 (filament wound), and shall be
suitable for brine-hypochlorite solution environment with temperatures
up to 45 degrees C.
The scrubber tower shall have required connections as indicated
on the contract drawings.
The tower sections shall be provided with flanges bottom and top.
Suitable gasketing material to prevent solution leaking at the joints
will be provided.
The packing for the scrubber towers shall be polypropylene. It
shall be low weight with iow resistance with a packing factor of at
least 23. 1-inch and 2-inch saddles or pall rings shall be used.
There shall be separate "main spray" and "demister" packing sections.
Packing support grates shall be constructed of fiberglass. Packing
hold-down grates shall be constructed of polystyrene louver panels and
fastened in place with titanium wire.
The spray nozzles shall be constructed of chemical resistant PVC.
Perforated pipe shall not be used for solution distribution within the
scrubber towers. The nozzles shall be of full cone pattern.
Flanged openings shall be provided for spray nozzle headers. The
flanged openings shall be sufficient in size to allow for insertion
and removal of spray nozzle headers.
Scrubber towers shall be shipped with all packing and all spray
nozzles in place and shall not have temporary internal bracing or
supports which must be removed in the field prior to final assembly.
OCS - 5 of 9
HOI_ZMACHER. McLENDON & MURRIFLL. P.C.
ODOR CONTROL SYSTEM (CONT'D.)
4.0 DESIGN REQUIREMENTS (cont'd.)
The gas odor control system manufacturer shall provide a flanged
inlet transition for connectiqn between the gas inlet opening at the
bottom section of the scrubber tower and the exhaust fan discharge.
The gas inlet shall be through properly sized and located flanged
nozzle with adequate baffling to provide uniform distribution of gas
flow through the tower. Turniag vanes shall be located within the
basin.
There shall be necessary flanged connections for the pump suctions
and for overflow and bleed-off in the tower basin. Outlets for sight
glass attachment will be provided. The basin will have a hold-down
flange or hold-down lugs for bolting to the skid or slab.
The pressure drop through the packed tower shall not be greater
than 1.5 inches static water pressure at the rated capacity.
Ail inlet ducting, up to the inlet of the exhaust fan, complete
with required dampers, etc., is to be furnished and field installed
by the Contractor.
Nominal dimensions for the scrubber tower shall be 2'6" diameter
x nominal 8'6" high. It shall be capable of handling a 1,000 CFM
gas flow.
Nominal dimensions for the brine tank shall be 2'0" diameter x
2'6" high (nominal capacity 48 gallons). Brine tank shall be complete
with loose cover.
Top transition piece (reducer) from scrubber tower to roof exhaust
system to be supplied by odor control system manufacturer.
Roof exhaust system to be 14-inch diameter PVC Schedule 40 piping.
Piping to extend through roof and to terminate with rain cap as shown
on the contract drawings.
4.6 - Pumps
The cell circulating pump furnished shall be a centrifugal verti-
cally mounted unit. All components in the wetted end shall be of
CPVC material. The motor shall be 1HPTEFC, the power supply to the
pump shall be 460 volt, 3 phase, 60 Hz. The pump motor starter shall
be furnished by the odor control system manufacturer and located in the
system control panel. This starter shall include a set of auxiliary
contacts for interlocking with the rectifier. This interlock will
insure that the rectifier power shuts off in case of failure of the
circulating pump handling the solution to the cells.
OCS - 6 of 9
I~[~_j~ HOLZldACHER, McLENDON & MURRELL, P.C.
ODOR CONTROL SYSTEM (CONT'D.)
4.0 - DESIGN REQUIREMENTS (cont'd.)
The cell circulating pump pumps the solution from the basin through
the cells to the main spray nozzles. The cell circulating pump shall
be capable of pumping 25.0 gallons per minute against a total dynamic
head of 30 feet.
4.7 - Flow Sensor and Temperature Sensor
A flow sensor constructed of corrosion resistant materials, shall
be provided as a safety feature and located in the cell discharge line.
This sensor shall automatically turn off main rectifier power to the
electrolytic cells if solution flow through the cells is insufficient.
4.8 - Exhaust Fans
Two (2) exhaust fans shall be furnished for the gas odor control
system. They shall supply 1,000 cubic feet per minute, total minimum,
at 3.00-inches total static pressure to overcome 1.5-inches of scrubber
tower static pressure drop plus 1.50-inches of ductwork static pressure
drop.
The exhaust fans for the Treatment Building and Equalization Tank
shall be rated at 700 and 300 CFM, respectively.
Exhaust fans shall be centrifugal type and of fiberglass construc-
tion, indoor service. The motor shall be explosion proof, 460 volt,
3 phase, 60 Hz~ 1HPo
The exhaust fan motor starter shall be furnished by the odor control
system manufacturer and located in the system control panel. This
starter shall include auxiliary contacts for interlocking with the
rectifier to automatically turn off the entire gas odor control system
in case of malfunction of the exhaust fan.
4.9 - Automatic Level Control System
The unit will be equipped with an automatic level control to auto-
matically maintain optimum solution level in the scrubber tower basin.
The system consists of a PVC stilling well approximately 8-inches in
diameter by 2 feet high, a strainer and a float valve and control.
(SOHT) OCS - 7 of 9
~ HOLZMACHER. McLENDON & MURRELL. P.C.
ODOR CONTROL SYSTEM (CONT'D.)
4.0 - DESIGN REQUIREMENTS (cont'd.)
4.10 - Start-up Service
The services of a qualified factory representative of the gas odor
control system manufacturer, for inspection, start-up and instruction
of operating personnel, shall be provided for a minimum of two (2)
working days. Five (5) copies of the Operation & Maintenance Manual
and Shop Drawings shall be submitted to the Engineer for his approval.
4.11 - Inlet Ductwork
A 12-inch x 18-inch reducing elbow of PVC construction shall be
installed at the inlet ductwork "TRUE Y" manifold system as shown on
the contract drawings. The dampers shall be located at the discharge
side of the exhaust fans and prior to the inlet transition "TRUE Y"
manifold. The "TRUE Y" manifold system, exhaust fans and dampers are
to be supplied by the odor control system manufacturer.
The Contractor shall provide for inlet duct work with required manual
dampers~ to the inlet of the exhaust fans as shown on the contract draw-
ings. The inlet duct work will include a "TRUE Y" manifold connection to
provide for the evacuation of odorous gas from separate structures as
shown on the contract drawings. Dampers shall be provided for each of
the two (2) inlet ductwork along with differential pressure intake
switches for both. Manufacturer cuts for the differential pressure
intake switches shall be submitted to the Engineer for approval.
4.12 - Accessories
The Contractor shall provide for the brine tank a brine mixer
(agitator), clamp-on propellor type, for attachemnt to the brine tank
for 115 volts, single phase, 60 Hz unit.
The Contractor shall also furnish an Odormaster Automatic Con-
troller for installation at the scrubber tower.
The controller shall include an oxidation reduction potential (ORP)
probe; a pH probe; a control panel with individual easily replaceable
plug-in type controllers for ORP and pH and a digital process controller
for driving the rectifier incrementally on a cyclical basis; all housed
in a NEMA 12 fiberglass enclosure. Controllers shall be individual,
easily replaceable, plug-in type. Digital Process Controller shall
provide automatic D.C. amperage adjustment over full rectifier range,
divided into 256 increments. ORP probe section shall be equipped with
a turbine-type brush for continuous cleaning.
OCS - 8 of 9
,,~ HO[.ZMACHER, McLENOON & MURRELL. P.C
ODOR CONTROL SYSTEM (CONT'D.)
4.0 - DESIGN REQUIREMENTS (cont'd.)
Also included shall be a solid-state electronic chemical metering
pump, with D.C. solenoid and solid-state pulsing circuit, for 115 volt
A.C.; output shall be adjustable by varying stroke length, stroke
frequency, or both. Wetted parts shall be PVC, ceramic and teflon.
By automatic adjustment of rectifier amperage to control NaOC1
generation, and automatic on-off operation of metering pump to
control pH, the controller will maintain the scrubbing solution within
a preselected optimum range for both NaOC1 concentration and pH over
a wide range of fluctuation in the contamination level of the gas
stream being treated.
The solid-state electronic chemical metering pump will be installed
with a caustic soda (50% NaOH) solution carboy from an approved chemical
supplier for operation of the Odormaster Automatic Controller.
5.0 - ELECTRICAL CONNECTIONS
Ail electrical components of the odor control system specified
in this section shall be pre-wired. The Electrical Contractor shall
only provide one power supply to the system control panel.
OCS 9 of 9
HOLZMACHER. McLENDON & MURRELL. P.C.
ACCESSORIES FOR EQUALIZATION TANKS
1.0 - SCOPE
The Contractor shall furnish all labor, tools, materials, equipment
and incidentals necessary to construct and install miscellaneous acces-
sories and equipment for the two (2) equalization tanks, ready for use,
as specified herein and as shown on the contract drawings. Included
shall be initial start-up and testing in the presence of the Engineer,
Owner and Manufacturer's representative.
2.0 - SUBMERSIBLE INFLUENT PUMPS
The Contractor shall furnish, install and place into operation two
(2) submersible pumps as shown on the contract drawings.
The pump shall be capable of delivering 40 GPM against a TDH ~f
11.5 feet, including static lift and pipe friction. The motor.is to be
0.9 HP, 3 phase, 60 cycle, 1,740 RPM, for operation on 460 volt A.C.
The Contractor shall furnish 50 feet of approved cable with each pump.
The pump shall be Model FA 45, impeller 100, submersible sewage
pump, as manufactured by Davis-EMU, Thomasville, Georgia; or Model 52, by
Wemco Division, an Envirotech Company, Sacramento, California; or equal.
Pumps shall be capable of handling raw, unscreened sewage. The
design shall be such that pumping units will be automatically connected
to discharge piping when lowered into place on the discharge connec-
tion. The pumps shall be easily removable for inspection of service
requiring no bolts, nuts or other fastening to be removed for this
purpose, and no need for personnel to enter equalization tanks. Each
pump shall be fitted with a galvanized chain of adequate strength and
length to permit raising the pump for inspection and removal.
Pump construction shall be as follows:
(A) Pump casings shall be constructed of ASTM A48 Class 25 or 30
grey iron material and shall be completely open from suction to dis-
charge with no wearing rings or impeller faceplates required. All
internal case clearances shall be equal to the discharge diameter so
that all material which will pass through the discharge can pass through
the pump. All exposed hardware to be corrosion-resistant stainless
steel.
(SOHT) AET - 1 of 9
I~-~ HOLZMACHER. McLENDON & MURRELL, P.C
ACCESSORIES FOR EQUALIZATION TANKS (CONT'D.)
2.0 - SUBMERSIBLE INFLUENT PUMPS (cont'd.)
(C) The motor shall be provided with thrust and radial bearings
to carry the entire load which may be imposed upon it under all opera-
ting conditions. All motors shall be of nationally known manufacture
and shall be approved by Underwriters Laboratory for operation in a
Class I, Group D, Division I hazardous location.
(D) The motor shall have two mechanical seals - the lower one out-
side the motor and protecting the upper one which is in an oil filled
chamber. Moisture detector probes in the oil filled seal chamber shall
be connected to a customer supplied alarm to indicate the presence of
moisture in the seal chamber. Thermal overload protectors shall be
imbedded in the motor windings and connected to the starter to discon-
nect the motor in the event of overload.
(E) The slide away couplings shall be designed such that the pump
can be removed from a wet pit without entering the pit or disconnecting
piping.
The slide away coupling shall consist of a foot mounted discharge
elbow and adapter, steel baseplate, upper and lower rail supports,
lifting yoke and cable. All metal to metal interfaces where movement
might occur shall be non-sparking. The foot mounted discharge elbow
and adapter shall conform to ASTM A48 Class 25 or 30 grey iron.
The slide away coupling gasket shall be the self-energizing U-cupped
design to provide positive sealing under all conditions. The coupling
halves shall be angled and the locking lugs shall be adjustable in order
to eliminate any mechanical looseness that could cause leakage. The
slide away coupling shall be designed for use with two (2) 1-1/2-inch
Schedule 40 pipe guide rails to be provided by the Contractor. The
baseplate shall be provided with adjustable stops to support the pump
weight in order to eliminate unnecessary strain on the coupling.
The slide away coupling shall be approved by Underwriters Laboratory
for operation in a Class I, Group D, Division I hazardous location.
(F) The motor is to be a totally submersible design with open
windings and completely oil filled with Class B insulation. An air
filled watertight casing for motor housing shall be acceptable. The
motor shaft shall be stainless steel and designed for extremely dif-
ficult sewage pumping service.
All 3 phase motors shall be dual voltage. Pump motors shall have
cooling characteristics suitable to permit continuous operation, in a
totally, partially or non-submerged condition. The pump shall be
(SOHT) AET - 2 of 9
HOLZMACH£R. McLENDON & MURRELL,
IACCESSORIES FOR EQUALIZATION TANKS (CONT'D.)
2.0 - SUBMERSIBLE INFLUENT PUMPS (cont'd.)
capable of running dry in a totally dry condition under full load with-
out damage, for extended periods. Before final acceptance, a field
running test demonstrating this ability, with 24 hours of continuous
operation under the above conditions, shall be performed for pumps
being supplied.
The Contractor shall provide a one year warranty from date of
final certificate against defective workmanship and materials on all
components supplied by the pump system manufacturer. For a period of
five years from the date of manufacture, a five year exchange plan
will be available on a brand new pump of same size HP.
The Pump Manufacturer shall furnish certified laboratory pump
curves for each pump after manufacture. Pump curves shall include:
flow, total dynamic head, brake horsepower, efficiency and net posi-
tive suction head required.
Prior to each pump being installed, the Contractor shall have
all piping, valves, etc. on the site. Foundation bolts shall be as
shown on the contract drawings.
Pump guide rails to be located so as not to interfere with re-
moval of air header main and diffuser tubes.
The manufacturer shall submit five (5) copies of a manual detail-
ing the following information:
Installation, Operation, Maintenance, Shop Drawings,
Certified Curves, etc.
The Contractor shall, at the request of the Engineer, perform a
field performance test of each pump and motor to determine the actual
characteristic curve. Failure of the pumps to perform based on the
certified pump curves shall result in either replacement of the pumps
or other corrective action deemed necessary by the Engineer at the
Contractor's expense.
The Contractor shall also supply six (6) liquid level float switches
Model ENH-10 by Flygt Corp., or approved equal.
3.0 HEADBOX
The Contractor shall furnish and install a concrete headbox as
shown on the contract drawings. Included shall be all interior baffles,
adjustable weirs, cover, etc. The Contractor shall also furnish and
install all piping connections as shown on the contract drawings. The
headbox shall be painted in accordance with the specifications as
detailed in the section entitled, "SURFACE FINISH - PAINTING".
(SOHT) AET - 3 of 9
~-~,~ HOLZMACHER, McLENDON & MURR£LL, P (;
ACCESSORIES FOR EQUALIZATION TANKS (CONT'D.)
4.0 - EQUALIZATION TANK AERATION SYSTEM
The Contractor shall furnish and install an aeration system in
each equalization tank as shown on the contract drawings and as de-
scribed in the specifications.
The aeration equipment will be comprised of air diffuser tubes
mounted on an air diffuser header main line suspended by upper and
lower hanger pipes from the feeder manifold air line. The upper
and lower hanger pipes are to be of the swing up diffuser type with
a knee joint assembly for ease of maintenance. For the purpose of
standardization and total system reliability, all of the aeration
equipment specified in the section entitled "EQUALIZATION TANK AERA-
TION SYSTEM" shall be supplied by one manufacturer and installed and
guaranteed by the Contractor as specified herein.
The Equipment Manufacturer's representative shall be present to
supervise testing and start-up of the aeration equipment and shall
provide any other assistance to the Contractor necessary to guarantee
satisfactory performance of the equipment. Refer to the section en-
titled, "DETAILED SPECIFICATIONS - EQUALIZATION TANK AERATION SYSTEM"
for details on the components of the system.
5.0 LIQUID LEVEL INDICATOR
The Contractor shall furnish and install for each equalization
tank a liquid level indicator as specified herein and as shown on the
contract drawings. Liquid level indicator to be Sensall Model 890
continuous level transmitter as manufactured by National Sonics,
Division of Xertex Corporation, Hauppauge, N.Y., or equal.
The system shall operate on the principle of ultrasonic sonar
relection whereby signals are transmitted from the sensor suspended
above the liquid and are returned as echoes. The information is
digitally processed by a microprocessor which then provides an out-
put level indication.
Range of unit shall be 1 to 15 feet from the sensor face. The
microprocessor shall allow the unit to perform its functions rapidly
and accurately with a repeatability of 1/4-inch. Unit shall have
accuracy of 1/2% of full scale for analog output with temperature
compensation being automatic over the full range of sensor operating
temperature (-22 to 160 degrees F.).
(SOHT) AET - 4 of 9
HOLZMACHER. McLENDON & MURRELL. P.C
ACCESSORIES FOR EQUALIZATION TANKS (CONT'D.)
5.0 LIQUID LEVEL INDICATOR (cont'd.)
The analog processor control unit/recorder shall be mounted on the
outside tank railing as directed by the Engineer. The Contractor shall
provide dual coaxial cable as required to install a complete and oper-
able system. The unit shall operate on a 117 volt A.C., 60 Hz current
with less than 40 watts power consumption. Unit output to be a 4-20 ma
D.C. signal isolated into 0-1,000 ohms.
Control unit and electronics to be in a NEMA-4 enclosure with con-
duit hubs at bottom. Sensor to be of CPVC construction and to come
equipped with sufficient length of 4-conductor cable to reach control
unit. Control unit to contain read-out of 50 segment bargraph.
Contractor to install ultrasonic sensor through fiberglass roof
panel as shown on the contract drawings. Contractor to provide 3-inch
diameter opening in roof panel for installation. Opening in roof to
include suitable coupling for providing of removal of ultrasonic trans-
mitter and sensor without removing roof panel.
6.0 - HANDRAIL, STANCHION AND SAFETY CHAIN
The Contractor shall furnish and install handrail, stanchion and
safety chain as described in these specifications and in the location
as shown on the contract drawings. The handrail is to be 1-1/2-inch
diameter fabricated of aluminum alloy and as specified in the section
entitled, "STRUCTURAL STEEL AND MISCELLANEOUS METALWORK".
7.0 - VALVES AND ACCESSORIES
Miscellaneous valves (check and plug) are to be installed in the
locations as shown on the contract drawings and as specified in the
section entitled, "TREATMENT AREA AND MECHANICAL WORK - PIPING, VALVES
AND ACCESSORIES". Handwheels and/or floorstands shall be installed
where shown on the contract drawings for the required valves and as
specified below.
The Contractor is to furnish and install a 12-inch diameter knife
gate valve as specified herein and as located in the contract drawings.
The valve is to be as specified in the section entitled, "TREATMENT
AREA AND MECHANICAL WORK - PIPING, VALVES AND ACCESSORIES". The valve
package is to include extension stem, stem guide and valve floorstand
with handwheel actuator.
(SOHT) AET - 5 of 9
~ HOLZMACHER, McLENDON & MURRELL, PC
ACCESSORIES FOR EQUALIZATION TANKS (CONT'D.)
7.0 - VALVES AND ACCESSORIES (cont'd.)
Extension stem to be Style 3801, as manufactured by Dresser In-
dustries, or equal. Stem guide to be furnished and installed in
"wye wall" as located on the contract drawings. Stem guide to be
Style 1035, as manufactured by Dresser Industries, or equal, with
an adjustable stem guide extension dimension of 5-inches minimum to
32-inches maximum.
The Contractor shall furnish and install the valve floorstand with
handwheel for the operation of the knife gate valve. The floorstand is
to be Style 36-Indicating, M & H floorstand, as manufactured by Dresser
Industries, or equal. The floorstand is to be secured to the "wye
wall" concrete base with 4-1/2-inch diameter anchor bolts extending
through the floorstand base. The overall maximum floorstand height
will be 36-inches. The concrete base for the floorstand is to be of
the dimensions and location as shown on the contract drawings and as
specified in the section entitled, "CONCRETE".
Ail adaptors shall be Dresser, Style 127, or approved equal, for
ductile iron pipe, suitable for working pressures specified under the
respective pipe specifications. Adaptors shall be installed complete
with all bolts, rings, gaskets and accessories, as shown on the con-
tract drawings or as directed by the Engineer.
8.0 - ROOF SYSTEM
8.1 - General Scope
The Contractor shall furnish and install a roofing system as speci-
fied herein and as shown on the contract drawings. The components of
the fiberglass roofing system shall be supplied by one manufacturer for
system compatability and standardization. The roof system shall be
complete with support brackets, support beams, closure strips, hold-down
strips, stainless steel closure bolts and inserts, anchor "Z" clips
with slotted holes, gasketing and all stainless steel anchor bolts.
The system shall be designed for 40 psf liveload with 1.85 safety
factor and a deflection not to exceed L/240.
The complete roof system and all accessories shall be as manufac-
tured and supplied by J.M. Bush Company, Denver, CO, or equal.
The manufacturer of the cover system must design and fabricate
the complete insulated fiberglass cover system and supply all design
data, engineering calculations, joint and closure strip details and
(SOHT) AET - 6 of 9
IACCESSORIES FOR EQUALIZATION TANKS (CONT'D.)
8.0 - ROOF SYSTEM (cont'd.)
anchorage details within three weeks after contract award. Ail system
design calculations must be made and stamped by a registered Professional
Engineer. A 15"x17" sample section that shows panel construction, panel
edge seal, beams, joint strips and closure strip attachment must be in-
cluded with the shop drawings. A full size panel shall be loaded and
defections measured in the presence of a registered Professional Engi-
neer. Pictures of the test loading and a signed and stamped statement
from the witnessing engineer must be part of the submittals for approval.
The statement must give deflection at design load.
8.2 - Fiberglass Roof Panels
The fiberglass panels shall be 2-inch nominal thickness and fabri-
cated in a flat configuration so as to meet design loading. All panels
shall be of sandwich type construction with two molded exterior skins,
each consisting of NPG gel coat, 2 ounces fiberglass mat reinforcing
and bisphenol polyester corrosion-resistant resin, such as Koppers 6694,
or equal. The inside structure of all panels must be fiberglass honey-
comb using polyester resin. The honeycomb core must be penetration
bonded to each skin with at least 72 psf pressure. Honeycomb made with
paper will not be acceptable. All edges must be closed with three layers
of 1-1/2 ounce mat and resin and gel coated after finishing and provide,
at least 150 psi edge compression. Panels shall not exceed 130 pounds
in weight. Top surfaces shall be flat and be complete with PVC lined
weep drainage holes as located on the contract drawings. PVC pipe 1/2-
inch O.D. and 1/4-inch I.D. shall be bonded into the panels with both
ends flush with the outside skins. The roof panels shall extend a mini-
mum of 6-inches for bearing surface on the concrete wall in all directions
Top surfaces shall be non-skid with grit completely encased in 6694 resin
and sealed with engineer selected colored NPG gel coat. All panels shall
be complete with four (4) recessed lifting handles fabricated from alu-
minum and stainless steel. All panels must be capable of being field
cut to fit and reclosed by the Contractor.
8.3 - Roof Support System
The fiberglass beams shall be fabricated from the same type honey-
comb panels and shall be of sufficient depth and thickness to meet the
design conditions of load and deflection. Fiberglass beam to be wide
flanged 8"x8"x3/8" thick as shown on the contract drawings. All support
beam edges shall be sealed similar to the panels and all edges, bonding
points and fillet joint reinforcements shall be completely coated with
gel coat after fabrication. The joint closure strips shall be pro-
truded,solid fiberglass "T" shaped section 3-1/2" wide x 7/16" thick
(SOHT) AET - 7 of 9
~j~ HO~MACH~R, McLENDON & MURR{~LL, P C
ACCESSORIES FOR EQUALIZATION TANKS (CONT'D.)
8.0 - ROOF SYSTEM (cont'd.)
with slots on each side for 1/8"x3/8" seal gasket. Wall support brac-
kets for beam ends shall be provided. Aluminum "Z" clip anchors with
3/8"x1-1/4" slotted anchor holes and inside gasketing shall be pro-
vided for anchoring and located as shown on the contract drawings.
All anchor bolts shall be stainless steel. The sample section for
approval must show beam structure and bonding methods.
The fiberglass beams shall be complete with stainless steel threaded
inserts to receive the 1/4-inch bolts that anchor the 1/2-inch thick
gasketed closure strips. Everything, including the beams, shall be
easily removable. The "Z" anchor clips shall be gasketed and supplied
with 3/8-inch stainless steel concrete anchor bolts. Perimeter gasket-
lng shall be 1/4"x6". The strip closure bolts shall be on 12-inch
centers and the "Z" clips shall be three (3) per panel end.
8.4 - Miscellaneous Metal Work
The beam support brackets and center joint support angles shall be
constructed as shown on the contract drawings and shall be coated as
specified in the section entitled, "SURFACE FINISH - PAINTING", to pro-
vide a protective coating for corrosion resistance. The beam support
bracket shall be secured to the wall with six 3/8-inch diameter ex-
pansion bolts ramset, or equal. Expansion bolts to have pull out capa-
city of 1,600 lbs. (safety factor of 4) and a shear capacity of 1,200
lbs. (safety factor of 4).
9.0 FIBERGLASS GRATING
The Contractor shall furnish and install fiberglass grating walk-
ways as shown on the contract drawings and as specified herein.
The grating shall be fiberglass woven reinforced polyester con-
structed to provide complete wetting of the glass by the resin. The
fiberglass shall be 1-1/2-inch thick and shall be suitable for a uni-
form load of 194 pounds per square foot with a 1% midspan deflection
when supported at 36-inches.
The grating shall be made in a mold and of single piece construc-
tion so the reinforcing glass of the bearing bars are interwoven with
the glass of the cross bars. All cuts or sanded surfaces shall be
coated with resin with air inhibiting additives. All exterior sur-
faces shall be resin rich and free of fiber blemishes. The upper sur-
faces shall be designed as a non-skid surface.
Contractor shall submit five (5) copies of shop drawings covering
layouts and details to the Engineer.
(SOHT) AET - 8 of 9
~ HOLZMACHER, McLENDON & MURRELL P.C
ACCESSORIES FOR EQUALIZATION TANKS (CONT'D. )
9.0 - FIBERGLASS GRATING (cont'd.)
Grating shall be Type CR, as manufactured by IMCO Reinforced
Plastics, Morrsetown, NJ; Chemgrate Corporation, Woodinville, WA;
or approved equal.
Grating shall be field measured by the Contractor prior to order-
ing same. Grating shall extend 1-inch into concrete wall for bearing
surface in all directions. Grating is to fit into a shelf on concrete
wall as shown on the contract drawings. Hold down clips or clamps
shall be used at 4-foot maximum centers each direction.
(SOHT) AET - 9 of 9
~/~ HO~MACHER, McLENOON & MURRELL, P.C
DETAILED SPECIFICATIONS - EQUALIZATION TANK AERATION SYSTEM
1.0 - SCOPE
The Contractor shall install and furnish all labor, tools, mate-
rials, equipment and incidentals necessary to provide an aeration
system in each equalization tank as shown on the contract drawings
and described in the specifications herein. The completed system
shall be installed so as not to interfere with any other equipment
of the equalization tank.
2.0 - EQUIPMENT
The Contractor shall install and furnish equipment to provide the
aeration system specified herein. The equipment includes air diffuser
tubes, diffuser piping system and air supply header system. In addi-
tion, Contractor shall supply air source for aeration system as de-
tailed in the section entitled, "BLOWER SYSTEMS AND CONTROLS". The
Contractor shall also provide Manufacturer's Acceptance and Inspection
as herein specified. The diffuser aeration system and all of the equip-
ment specified in this section shall be supplied by one manufacturer
for the purpose of standardization and total system responsibility.
Manufacturer to be FMC Corp., Lansdale, PA; or specifically approved
equal. The Contractor shall submit five (5) copies of the detailed
fabrication and installation drawings for the approval of the Owner
prior to manufacture. Five (5) copies of the Operation & Maintenance
Manuals and Shop Drawings shall be provided.
3.0 - AIR DIFFUSION UNITS
The Contractor shall furnish four (4) air diffusion units for in-
stallation in the equalization tanks as shown on the plans. The air
diffusion units shall be Duplex Type B-1 Swingfuser Aerator as manufac-
tured by FMC Corp., Material Handling Systems Div., Lansdale, PA; or equal
Each air diffusion unit shall consist of (a) an air main fitting,
(b) a feeder manifold, (c) a valve housing, (d) a swing joint assembly,
(e) upper and lower hanger feed pipes, (f) a knee joiqt assembly, (g) an
air diffuser header assembly, and (h) air diffuser tubes with proper
connecting devices.
The Contractor shall furnish one (1) mobile hoist for raising the
Swing Diffuser Aerator units from the aeration tanks.
The air diffusion units shall be constructed to permit the diffusers
to be raised from the aeration tanks without drawing down the level of
the liquid in the aeration tank. When in the raised position, all parts
(SOHT) DS-ETAS - 1 of 9
~,~ HOLZMACHER. McLENDON & MURRELL. P.C
DETAILED SPECIFICATIONS - EQUALIZATION TANK AERATION SYSTEM (CONT'D.)
3.0 - AIR DIFFUSION UNITS (cont'd.)
of the air diffusion units shall be accessible from the tank walkway and
shall be removed completely out of the aeration tank with no part of the
unit remaining inside the aeration tank.
Each aerator shall have a head loss from the connection at the air
main to the end of the header of not greater than 3.3 inches of water
at a flow rate of 150 SCFM of free air and not greater than 13.0 inches
of water at 300 SCFM of free air.
4.0 - AIR MAIN FITTINGS
There shall be furnished two (2) mechanical joint manifold connec-
tor fittings for ductile iron air main pipe, of the proper sizes, each
equipped with a flanged and faced raised outlet to provide connection
between the air mains and the feeder manifolds. Where air main pipe
sizes change, the applicable fitting shall be of the eccentric, reducer
type, designed for laying with the crown level and flanged manifold
outlet located in the crown of the pipe fitting.
5.0 - FEEDER MANIFOLDS
There shall be furnished one feeder manifold to serve two (2) air
diffusion units where two units are located on opposite sides of the
same tank coping wall in the aeration tanks. The feeder manifolds
shall attach to the air main fittings by means of a flanged connection
which shall be part of the feeder manifold assembly. There shall be
furnished a neoprene "O" ring for insertion between the flange of the
feeder manifold and the corresponding flange on the manifold outlet of
the air main fitting.
Manifold pipes shall be manufactured from 3-1/2-inch Schedule 40
steel pipe to ASTM Specification Al20 and shall be hot dip galvanized
after fabrication. The manifold pipes must be straight and the eccen-
tricity of the center line of the free end shall not exceed 1/4-inch
of the true center when the opposite end is assembled into the fitting
on the opposite valve housing.
(SOHT) DS-ETAS - 2 of 9
~ HOLZMACH~R. McLEN[~ON & MURRELL, P.C
DETAILED SPECIFICATIONS EQUALIZATION TANK AERATION SYSTEM (CONT'D.)
6.0 - VALVE HOUSING
Each valve housing shall be mounted in the equalization tank coping
wall as shown on the plans and shall serve both as the housing for a
manually operated air shutoff valve and as the anchor for the swing
joint assembly.
Valve housing shall be of cast iron in accordance with ASTM Speci-
fication A48-62 Class 30. All flanges of the valve housings and mating
flanges of the manifold assemblies shall be parallel to within zero de-
grees 10 minutes.
Reinforcing bars for insertion into the concrete to provide adhesion
between concrete and final grout shall be fabricated of steel, ASTM
Specification A107-61T and as specified in the section entitled, "STEEL
REINFORCEMENT". Reinforcing bars shall be as per manufacturer's instal-
lation recommendations.
Each valve housing shall contain a valve seat manufactured from
bronze, ASTM Specification B-145 ALY 4A, and a valve disc manufactured
from Lexan. All nuts, valve stems, collars, and studs shall be manu-
factured from brass, ASTM Specification B-16. Valve stems shall be
packed with Garlock molded packing.
The flange of the valve housing to which the stationary head of
each swing joint assembly is attached shall be flat and parallel with
the pivot shaft bore of the stationary head within zero degrees 10 mi-
nutes. There shall be furnished a neoprene gasket for insertion be-
tween the flange of the stationary head of the swing joint assembly
and the mating flange of the valve housing.
7.0 - SWING JOINT ASSEMBLY
Each swing joint assembly shall be attached to the cast iron valve
housing which shall service as an anchor for the swing joint. Each
joint shall consist of a stationary head and a movable elbow which
shall interlock with the stationary head. The stationary head and
movable elbow shall be connected by means of a spring loaded stud to
provide airtight connection.
The stationary head and movable elbow shall be of cast iron, ASTM
Specification A48-62 Class 30. The mounting face for the stationary
head shall be parallel to the pivot shaft bore and 90 degrees to the
elbow mounting face. Seal rings between the stationary head and the
movable elbow, shall be constructed of bronze, ASTM Specification
B-144 ALY 3A and the sealing surfaces shall be flat and parallel. An
oil-less stationary head bearing shall be provided.
(SOHT) DS-ETAS 3 of 9
DETAILED SPECIFICATIONS - EQUALIZATION TANK AERATION SYSTEM (CONT'D.)
7.0 - SWING JOINT ASSEMBLY (cont'd.)
The movable elbow shall be threaded with special gauge ASA threads
to receive the upper hanger pipe and the center line of the pipe thread
shall be parallel to the face of the seating surface.
Elbow studs shall be equipped with a stud spring SAE Specification
1065 for spring loading the sealing faces, with a minimum torsional
yield point of 85,000 pounds per square inch, electro-galvanized in
accordance with ASTM Specification A164. The spring shall be not less
than 3-1/2 total turns and shall be at least 1-1/2 active turns. Elbow
springs shall be retained by 1-1/4-inch elastic, electro-galvanized
steel stop nuts.
Each stationary head assembly shall be furnished with a lubricated
sealing face assembly, retained by a hollow pin which ensures a continu-
ous and adequate supply of lubricant for ease of rotation and proper
seal. A bayonet type Zerk grease fitting shall be provided on the
stationary head for lubrication of the moving parts.
8.0 - HANGER FEED PIPES
The hanger pipe shall serve as a support and air feed pipe to the
diffuser headers.
Each hanger pipe shall consist of an upper and lower section of
galvanized Schedule 40 steel pipe, ASTM Specification A-53. Pipes must
be straight, with camber not to exceed 1/16-inch, and the eccentricity
of the center line of the free end not to exceed 1/4-inch from true
center when the other end is assembled into a threaded fitting. The
pipe shall be threaded to a special gauge with standard ASA threads.
All screwed pipe connections shall be air tight in any position.
9.0 - KNEE JOINT ASSEMBLY
The upper and lower sections of each knee joint assembly shall be
interlocked in a manner similar to the method previously described for
the elbow and stationary head assembly. Both sections of the knee joint
shall be of cast iron, ASTM Specification A48-62 Class 30. Each knee
joint section shall be equipped for connection to the upper and lower
hanger pipes with special gauge, ASA threads. Cast bronze ring seals,
ASTM Specification B-144 ALY 3A shall be provided. The surfaces of the
ring shall be flat and parallel.
(SOHT) DS-ETAS - 4 of 9
DETAILED SPECIFICATIONS - EQUALIZATION TANK AERATION SYSTEM (CONT'D.)
9.0 - KNEE JOINT ASSEMBLY (cont'd.)
The knee studs shall be manufactured of SAE 1141 steel. Knee studs
shall be equipped with a steel spring, SAE Specification 1065 for spring
loading the sealing faces, with a minimum torsional yield point of 85,000
pounds per square inch, electro-galvanized in accordance with ASTM Speci-
fication A164. The spring shall be not less than 3-1/2 total turns and
shall be at least 1-1/2 active turns. Elbow springs shall be retained
by 1-1/4-inch elastic, electro-galvanized steel stop nuts, and shall be
enclosed by use of a square head pipe plug.
Each knee joint shall be equipped with a bayonet type Zerk grease
fitting for lubrication of the moving parts.
The knee joint bearing shall be of the impregnated graphite oil-
less type.
10.0 LOCKING PIN
A locking pin shall be furnished with each swing diffuser aerator
to lock the unit in the raised position. The pin shall be permanently
attached to the swing diffuser aerator with a nylon covered stainless
steel cable. The pin shall be of cadmium plated carbon steel. A stow-
age clip is provided on each stationary joint for the pin when not in
use .
11.0 - AIR DIFFUSER HEADER
The air headers shall consist of two lengths of 4-inch O.D. steel
tubing, flange connected to a cast iron tee fitting which, in turn,
shall be connected to the lower pipe by a screwed connection.
The header tee shall be of cast iron, ASTM Specification A48-62
Class 30. The header tees shall be equipped with special flanges for
connecting to the header flanges, and the face of the header tee
flanges shall be parallel to each other.
The air header shall be constructed in two halves, each consisting
of a length of steel tubing flanged.on one end for connecting to the
header tee. The flange shall be perpendicular to the center line of
the header tubing. The flange shall be welded onto the header half at
one end with a removable steel end cap on the opposite end.
(SOHT) DS-ETAS - 5 of 9
~ HOLZMACHER, McLENDON & MURRELL, P.C
DETAILED SPECIFICATIONS - EQUALIZATION TANK AERATION SYSTEM (CONT'D. )
11.0 - AIR DIFFUSER HEADER (cont'd.)
Neoprene "O" ring gaskets shall be provided for the flange con-
nections between the header tee and each header half. Flat neoprene
gaskets shall be provided for the connection between the end cap and
header half.
Each header shall have bosses welded on the header tubing. The
bosses shall be accurately drilled and tapped for 3/4-inch pipe threads
to receive the diffusers. All bosses on each header half shall be
welded on a common plane and shall be drilled and tapped in a fixture
to provide level installation of diffusers on each header.
For leveling purposes, all air headers shall be equipped with
galvanized, hollow head, dog point set screws in the flanges.
There shall be furnished for each air diffusion unit, one pipe
mounted steel stop arm located at the tee.
12.0 - PROTECTIVE COATINGS
Ail cast iron fittings included in the air diffusion units shall
be internally and externally coated with a rust inhibitive universal
primer finish. All steel pipe shall be hot dip galvanized. Headers
shall be hot dip galvanized. Bolts and nuts shall be electro-galvanized
or of brass or bronze as heretofore specified. The air main fittings
shall be coated with bituminous coal tar or asphalt base paint.
Ail protective coatings shall be applied as detailed in the sec-
tion entitled, "SURFACE FINISH - PAINTING".
13.0 - HOIST
There shall be furnished one (1) mobile hoist for raising the air
diffusion units from the equalization tanks. The hoist shall engage
the movable member of the swing joint and raise each air diffusion unit
by exerting leverage on the movable member. Means shall be provided to
hook the hoist in place before the hoisting operation is begun. The
chassis of the hoist shall be welded tubular steel construction with
the necessary fittings and brackets welded thereon. The chassis shall
roll on casters, and shall be furnished with an operation handle to
turn one caster for ease in maneuvering. The casters shall be spring
supported to permit ease of connection and to permit locking of the
unit so that a firm attachment may be positively achieved, and to allow
for irregularities in the surface of the aeration tank walkways.
(SOHT) DS-ETAS - 6 of 9
HO~MACHER, McLENDON & MURRELL, P.C
I DETAILED SPECIFICATIONS EQUALIZATION TANK AERATION SYSTEM (CONT'D.)
13.0 - HOIST (cont'd.)
The hoists shall be designed to attach to the air diffusion unit
without the use of tools and shall be when attached, automatically
locked in position, and shall be easily removed when the air diffusion
unit is in either the raised or lowered position.
The hoists shall be hydraulic, manually operated, utilizing a
hydraulic ram actuated by a hydraulic oil pump.
14.0 - DIFFUSER TUBES
The diffuser tubes for the aeration system shall be as specified
herein and as shown on the contract drawings. The diffuser tubes shall
be Grade SP58 Pearlcomb Diffuser Tubes as manufactured by FMC Corp.,
Lansdale, PA; or equal. The diffuser tubes will be as located on the
contract drawings and the lengths will be staggered. The length from
center line of air diffuser header to the end of the diffuser tube will
be approximately 12-inches and 24-inches (alternate each length).
The diffuser tubes shall be of hollow cylindrical shape and shall
have an inside diameter of 1-9/16-inches, an outside diameter of 2-3/4-
inches. Opposite ends of the tubes shall be parallel and normal to the
tube axis.
The tube shall be composed of a modified acrylonitrile styrene
copolymer material or modified acrylonitrile butadiene styrene terpolymer
in the form of uniformly sized spheres linked to their points of con-
tact and insure high structural stability.
The tubes shall be free from any loose, unbonded material which
may affect their normal and proper operation. The tubes shall be free
of cracks, soft spots, chipping, spalling, or other defects. Tubes
shall be uniform throughout their entire structure and free from holes
and impervious material and have a maximum dry weight of 32 ounces.
Each simplex diffuser assembly shall consist of:
(a) One (1) tube adaptor manufactured from an ABS polymer pro-
vided with a stainless steel insert suitable for connection to a 3/4-
inch NPT thread and control orifice.
(b) One (1) Grade SP58 Pearlcomb Diffuser Tube.
(c) One (1) End Cap manufactured from an ABS polymer.
(d) One (1) stainless steel rod threaded at both ends with a PVC nut
(e) One (1) item of neoprene gaskets and polyethylene washers.
(SOHT) DS-ETAS - 7 of 9
HO~MACHER. McLENDON & MURRELL, P.C
DETAILED SPECIFICATIONS - EQUALIZATION TANK AERATION SYSTEM (CONT'D.)
14.0 - DIFFUSER TUBES (cont'd.)
The diffusers shall be assembled at the job site by the Contractor.
The diffuser tubes shall have a pore size range limited to 30 to
50 microns, and a porosity range limited to 32 to 37%.
The head loss through the diffuser assembly without orifice shall
not exceed 13.0 inches of water at air flow rate of 8.30 SCFM per diffu-
ser at a submergence of 6.6 feet.
The diffuser assembly shall have an oxygen transfer efficiency of
11% at an air flow rate of 8.30 SCFM per diffuser and at a diffuser sub-
mergence of 6.6 feet. The stated transfer efficiency shall have been
determined by the unsteady state method in clear tap water at 20 degrees
and zero dissolved oxygen in a full scale tank.
15.0 - FILTER REQUIREMENTS
The diffuser shall be suitable for operation with air filtered
conventional dry type filters without causing plugging.
Filters shall be capable of removing 98% or more of 10 micron
particles and absolute removal of 30 micron particles.
by
16.0 - TESTING
On receipt of an order, a certified laboratory test shall be per-
formed on a random selection from stock of five (5) diffuser tubes.
These diffusers shall be tested for pressure loss across the diffuser
media without an orifice place in the pipe adaptor. The air rate from
the diffuser shall be 6 CFM with 6-inches of water over the center line.
Under these conditions, the head loss shall not be greater than 12-
inches.
In addition, certified laboratory tests shall be performed on the
same diffusers for uniformity of air flow distribution along the length
at 6 CFM. The flow shall be corrected by proportion to 6 CFM for the
total full length of the tube. Tubes shall be rejected if the discharge
from any 1/5 portion of the length is greater than 1.5 CFM or less than
0.9 CFM.
The end adaptor of the tested tubes shall be clearly marked with
a compound that will not readily be removed by the substances encountered
in wastewater treatment environments. The tested diffusers will be as-
sembled and shipped in a separate container with four (4) copies of the
certified test reports packed in the container.
(SOHT) DS-ETAS - 8 of 9
DETAILED SPECIFICATIONS - EQUALIZATION TANK AERATION SYSTEM (CONT'D.)
17.0 SERVICE
The manufacturer shall furnish the services of a competent field
representative experienced in the operation of the equipment, to in-
struct the plant personnel in the proper operation and maintenance of
the air diffusion equipment for a period of one (1) day.
(SOHT) DS-ETAS 9 of 9
HOLZMACHER. McLENDON & MURRELL. P.C
BLOWER SYSTEMS AND CONTROLS
1.0 - SCOPE
The Contractor shall furnish all materials, labor, equipment and
incidentals necessary to install three (3) blowers, complete with elec-
tric motors, piping, valves and accessories, in accordance with these
specifications, as indicated on the contract drawings and as directed
by the Engineer.
2.0 - PERFORMANCE AND DESIGN REQUIREMENTS
Each blower shall be capable of compressing the following SCFM of
air to a discharge pressure as indicated, when operated at sea level
and 100 degrees F.:
BLOWER NO. INLET VOLUME (SCFM) DISCHARGE PRESSURE (PSIG)
1 3.0 100
2 4.0 205
3 4.0 205
at
The design ratings shall be guaranteed
the stated inlet volume of + 4%.
with an allowable tolerance
Exceptions to these requirements will not be accepted.
3.0 BLOWERS
The blowers shall be of the two impeller, rotary positive displace-
ment type.
Blowers shall produce a maximum noise level of 90 dB at maximum
flow and pressure at a distance of one meter from the blower.
The blower casing shall be of one piece with separate headplates,
and shall be made of close grained cast iron suitably ribbed to prvent
distortion under the specified operating conditions.
Each impeller and shaft shall be made from a common ductile iron
casting. The impellers shall be of the straight, two lobe involute type
and shall operate without rubbing or liquid seals or lubrication and shal
be positively timed by a pair of accurately machined heat treated alloy
steel, spur tooth, timing gears. The timing gears shall be mounted on th
impeller shafts on a tapered fit and properly secured. Each impeller/
shaft shall be supported by cylindrical roller bearings sized for a
minimum of 30,000 hours B-10 life.
(SOHT) BS&C - 1 of 5
HOLZMACHIFR, McLENDON & MURRELL. PC
IBLOWER SYSTEMS AND CONTROLS (CONT'D.)
3.0 - BLOWERS (cont'd.)
There will be provided a lip type oil seal at each bearing, de-
signed to prevent lubricant from leading into the air stream. Rotary
piston ring shaft seals shall be provided at the point where the shaft
passes thru the headplate. Further provision shall be made to vent
the impeller side of the oil seal to atmosphere to eliminate any poss-
ible carry-over of lubricant into the aid stream.
The timing gears and the bearings shall be splash oil lubricated
from oil slingers mounted on the driven shaft and dipping in oil.
The blowers will be shipped with openings sealed
of rust inhibiting powder and shall include copies of
manual and parts list.
after injection
the instruction
The blowers shall be model Whispair Max Blower size 3505JV and
1707JV as manufactured by Roots Products Div. of Dresser Industries,
Connersville, IA; or approved equal.
Each blower shall be furnished with a V-belt drive, including guard
and a fabricated steel base of sufficient size and rigidity to support
and maintain alignment of the blower, motor and V-belt drive.
Use of a two (2) speed motor and one (1) additional sheave arrange-
ment for each blower shall be utilized to enable the blowers to operate
over a range of 25% to 100% of design capacity without use of blowoff
for turn-down capacity.
4.0 BLOWER ACCESSORIES
(1) Inlet Filter Silencer - Each blower shall be equipped with an
inlet filter silencer of the dry element type, having a washable silen-
cer filter media, equal in all respects to Dollinger Model AI. Inlet
filter silencer shall be provided with a weather hood.
(a) Inlet and Discharge Silencers - Each blower shall be equipped
with an inlet and discharge silencer consisting of a combination pulse
absorbing chamber and noise attenuating acoustically absorbent packing.
Both the inlet and discharge silencer shall be equal in all respects to
Burgess Manning Type BMSS.
(3) Expansion Joints - Each blower shall have a flexible connec-
tor at the inlet and the discharge connection to prevent transmission
of forces and movements from the piping to the blower casing. The
flexible connectors shall be the rubber spool type equal to U.S. Rubber
Style 4169. The connector on the discharge must be restrained in the
axial direction.
(SOHT) BS&C - 2 of 5
HOLZMACHER. McLi:NDON & MURRELL. P.C
BLOWER SYSTEMS AND CONTROLS (CONT'D.)
4.0 - BLOWER ACCESSORIES (cont'd.)
(4)
weighted
Type PW,
Relief Valve - Each blower shall be equipped with a pressure
type pressure relief valve, equal in all respects to Roots
set a 1 PSIG above operating pressure.
(5) Check Valve - Each blower shall have installed in its dis-
charge line, a reliable, low pressure drop check valve equal to Duo
Chek, as manufactured by Mission Manufacturing Company.
(6) Manometers and Pressure Gauges - Each blower shall be equipped
with a discharge pressure gauge having a range of 0 to 10 p.s.i.
(7) Electric Motor - The blowers shall be driven by a two speed
constant torque 3600/1800 R.P.M., 3 phase, 60 cycle, 460 volt open drip-
proof motor, Class B insulation, and suitable for continuous duty at
full load. The larger blowers shall have a 7.5 HP motor. The smaller
blower shall have a 3 HP motor.
Ail motors shall be U.S. Motors, Westinghouse, G.E., Allis-Chalmers,
or equal.
(8) Tests - Each blower shall be given a factory mechanical test
to assure mechanical integrity. If the test indicates that adjustments
are necessary to insure conformance to the manufacturer's standards,
such adjustments shall be made prior to shipment. Successful perfor-
mance, as indicated by this test, shall be considered as the basis for
acceptance by the Engineer.
(9) Temperature and Pressure Controls - Each blower shall be
equipped with a high discharge temperature, high discharge pressure
and low lube oil pressure switch. Switches shall be double pole snap
action, as manufactured by Mercoid Corporation, or equal. Temperature
and pressure controls shall be furnished by this Contractor and wired
by the Electrical Contractor.
(10) Air Flow Meters - The Contractor shall furnish and install
two (2) universal venturi tubes, corner tap, plastic insert type,
Model 182, as manufactured by B-I-F (a Unit of General Signal); or
approved equal, and as shown on the contract drawings.
The air meters shall consist of a Venturi and a dry type read-out
meter as hereinafter described. System shall be furnished by the
Venturi tube Manufacturer.
(A) Read-out Meter
Each Venturi shall be provided with a wall mounted rate of flow
indicator with a direct reading SCFM scale as listed under Venturi
maximum flow. Case shall be weatherproof die cast aluminum. Scale
(SOHT) BS&C - 3 of 5
HOLZMACHER. McLENDON & MURRELL. P.C
BLOWER SYSTEMS AND CONTROLS (CONT'D.)
4.0 - BLOWER ACCESSORIES (cont'd.)
shall be 6-inch diameter with 316 stainless steel bellows. Scale
shall be black marking on satin white background. Meter shall be
Meriam Instrument Div. Model 1126; or approved equal.
(B) Air Venturi Tubes
The metering primary shall be of the pressure differential produc-
ing type designed for insertion within the pipe line and utilizing pure
static pressure sensed at the throat section. The inlet section shall
incorporate a hydraulic shape employing at least two vena contractae
to condition the flow profile before it enters the throat section.
The laying length of the throat shall be at least 0.5 times the throat
diameter. The low pressure tap shall be included in this section. The
outlet cone shall be truncated, having an included angle of 10 degrees.
The tube coefficient shall be constant for pipe Reynolds number of
about 75,000 and greater and independent of line size. The entire tube,
inlet cone, outlet cone, throat section and integral holding flange
shall be fabricated of thermo-setting polyester resin reinforced with
not less than 25% fiberglass by weight. Inlet and throat pressure con-
nections shall terminate on the holding flange extends beyond the out-
side diameter of the flange. Pressure connections shall be lined with
Type 316 stainless steel, ASTM Designation A276. The 6-inch Venturi
shall be designed for mounting between ASA flanges. The 4-inch Venturi
shall be designed for butt mounting between ASA flanges. The metering
element shall not have annular chambers, but shall have a single pres-
sure connection at the inlet and throat. The approval data shall state
and substantiate the value and tolerance of the coefficient, the effect
of up and downstream piping configurations, the head loss in percent of
pipe velocity head and shall provide proof that the coefficient is in-
dependent of line size. The accuracy shall be +1% of actual rate of
flow in the flow range indicated in the tabulatTon. This accuaracy
shall be substantiated by a two times standard deviation calculation of
at least 30 calibrated tube coefficients of different line size and
beta ratio tubes. The Venturi shall be a B-I-F Model 182; or approved
equal, and shall be sized as listed below:
Size Service Max. Flow Max. Diff. Max. Loss
4 A" Air 250 SCFM 22" 2.14"
6 A" Air 800 SCFM 21" 2.00"
Press./Temp.
3.5 PSIG/150°F.
6.5 PSIG/150°F.
5.0 - SUBMITTALS
The Contractor shall furnish for approval to the Engineer, six (6)
sets of complete submittals of blowers, motors, curves, shop drawings,
dimensions, etc. No order shall be placed until these are approved.
(SOHT) BS&C - 4 of 5
~_/~ HOLZMACHER, McL£NDON & MURRELL, P.C
BLOWER SYSTEMS AND CONTROLS (CONT'D.)
6.0 - MANUALS
The manufacturer shall submit seven (7) copies of a manual de-
tailing the following information:
Installation, Operation, Maintenance, Shop Drawings,
Certified Curves, etc.
7.0 PERFORMANCE CURVES
Each blower shall be tested and a certified laboratory performance
curve showing flow and head shall be issued. Seven (7) copies of each
curve shall be furnished.
8.0 INSTALLATION
Installation of blowers shall be as shown on the contract drawings.
Each blower shall be furnished with suitable concrete bases to the ap-
proval of the Engineer. Shop drawings of each blower, bases, anchoring
and piping details will be required. Installation shall be in strict
compliance with manufacturer's recommendations and shall include all
pre-installation checks, anchoring details, base and alignment tests,
etc. Blowers shall automatically shutdown upon low level condition in
equalization tank. Electrical and control wiring to be done by the
Electrical Contractor.
9.0 PAINTING
Ail surfaces requiring painting shall receive a minimum of one
coat of Koppers 654 Epoxy Primer.
Prior to painting, all surfaces must be dry and free of oil and
grease. All mill scale and dust must be removed by sandblasting or
pickling.
(1)
(SOHT) BS&C - 5 of 5
HOLZMACHER. McL£NDON & MURRELL,
ACCESSORIES FOR MIXING CHAMBERS
1.0 - SCOPE
The Contractor shall furnish all labor, tools, materials, equipment
and appliances necessary to construct and install miscellaneous acces-
sories and equipment for the mixing chambers, ready for use, as speci-
fied herein and shown on the contract drawings. Included shall be
initial start-up and testing in the presence of the Engineer, Owner
and Manufacturer's representative.
2.0 - GENERAL
The Contractor shall furnish and install complete and ready for use
the equipment and necessary accessories for the two mixing chambers
specified in this section and detailed at the following locations:
LOCATION
MATERIAL TO BE MIXED
A. Flash Mix Tank
Prior to primary clarifiers
Lime and Ferric Chloride
Hydrochloric Acid Mix Tank
Prior to Rotating Biological
Surface Units
Hydrochloric Acid (HC1)
3.0 - FLASH MIXERS
The Contractor shall furnish and install two (2) mechanical mixers
with supporting structures in the mixing chambers. Mixers shall be of
the propeller type design capable of continuous service in a corrosive
environment. Equipment shall be designed for rapid flash mixing of
Lime and ferric chloride for mixing Chamber "A" and for rapid flash
mixing of hydrochloric acid for mixing Chamber "B". The mechanical
mixers for each mixing chamber shall be of the same mechanical mixer
manufacturer.
The mechanical mixer shall be manufactured by Lightnin-Mixing
Equipment Co., Inc., Rochester, NY; FMC Corp., Lansdale, PA; or equal.
Model No. NLDG-75-FM gear drive, fixed mounted propeller, powered by
a 3/4 HP, 1,750 R.P.M. chemical plant type motor,
wound for operation on 230/460 volt, 60 Hz, 3 phase current. T~e
mixer shall be of integral construction, rigid coupling type design
and MIXCO internal helical gears shall be used to provide a propeller
output shaft speed of 350 R.P.M.
(SOHT) AMC - 1 of 2
HOLZMACHER. McLENOON & MURRELL. P.C.
ACCESSORIES FOR MIXING CHAMBERS (CONT'D.)
3.0 - FLASH MIXERS (Cont'd.)
The mixer will be supplied complete with a shaft measuring 1¼-inch
diameter. The overall length of the shaft as measured from the underside
of the mounting base for the flash mix tank and HCl mix tank will be 50
inches and 54 inches, respectively. The shaft will be supplied with an
ll.4-inch diameter, three blade, SuperPitch high flow blade propellers.
The manufacturer shall furnish five (5) sets of maintenance manuals
for the Owner's use.
The wetted parts of the mechanical mixers (mixer shaft, propeller,
rigid coupling) shall be of 316 stainless steel, rubber coated. The
mixer for the Lime/Ferric Chloride Mix Tank (Model NLDG-75-FM) will be
supplied complete with a variable frequency controller which will vary
the speed through a built-in stop/start speed controller from 0 to 350
R.P.M. The mixer for the Hydrochloric Acid Mix Tank (Model NLDG-75) is
to be supplied as a constant speed unit with 350 R.P.M. shaft speed.
The Contractor shall provide a suitable hood cover for the mixer motor
to protect for outdoor installation conditions. The variable frequency
controller shall be contained in a NEMA-4 enclosure.
4.0 - MANUALS
Five (5) copies of the Operation and Maintenance Manuals and Shop
Drawings shall be submitted to the Engineer for his review.
R AMC 2 of 2
~ HO~MACHER. McLENDON & MURRELL. P.C
FLOCCULATOR EQUIPMENT AND ACCESSORIES
1.0 - SCOPE
The Contractor shall furnish all labor, tools, materials, equip-
ment and appliances necessary to construct miscellaneous accessories
and equipment for flocculation tank, ready for use, as specified herein
and shown on the contract drawings. Included shall be initial
start-up and testing in the presence of the Engineer, Owner and
Manufacturer's representative.
2.0 - GENERAL
This system shall include the concrete flocculation tank, impeller,
variable speed drive unit with reducer and motor, shafting with support
bridge for unit, all associated attachment bolts and anchor bolts, shop
primer, and all appurtenances as specified herein and shown on the con-
tract drawings. Equipment to be manufactured by Lightnin-Mixing
Equipment Co., Inc., Rochester, NY; or equal. Unit is to be Lightnin
Model XLQ-100B heavy duty top entering double reduction agitator.
3.0 - DESIGN CRITERIA
The Equipment Manufacturer shall select the flocculator components
based upon design calculations incorporating the following criteria:
(1) The vertical flocculator mechanism shall be designed for a
100 fps/ft maximum velocity gradient for a sewage water temperature
application.
(2) The speed for the mechanism shall be
over a 5:1 speed range. In no event shall the
or capabilities be less than herein.
indefinitely variable
flocculator components
4.0 - IMPELLER
A single flat bladed impeller of the axial flow type designed to
provide the specified velocity gradient as indicated above, shall be
bolted to the vertical shaft of the mechanism. Maximum tip speeds
shall be less than 3.5 feet per second.
The impeller shall consist of a circular steel disc, minimum 1/4-
inch thick, which shall be fabricated in halves for field bolting to
the shaft. Vertical steel blades, minimum 1/4-inch thick, shall bolt
to each side of the circular steel disc. Each impeller shall be de-
ned to maintain a suspension of all particles in respective zones
of influence.
(S~HT) FE&A - 1 of 3
FLOCCULATOR EQUIPMENT AND ACCESSORIES (CONT'D.)
5.0 - DRIVE UNIT
The drive unit shall consist of a motor, variable speed unit,
and a speed reducer, mounted on a common drive base.
The drive motor shall be 1 HP minimum.
The motor shall be rated at 1,750 R.P.M., squirrel cage, induction
type, totally enclosed, fan cooled, ball bearing, of ample power for
starting and continuously operating unit without overloading. The
motor shall conform to NEMA standards and be nameplated for operation
on 230/460 volt, 3 phase, 60 Hz current.
The variable speed device shall be of the planetary type consist-
ing of an oil sealed enclosed housing provided with a driving inner
sun, a pair of stationary outer reaction rings, and disc-shaped planets.
Power shall be transmitted to the output shaft through the planet car-
rier with speed variation achieved by changing the relative position
of the planets with respect to the inner sun assembly and the outer
reaction rings.
The double reduction fixed mounted mixer operates at an output
shaft speed of 153 RoP.M. The unit shall be complete with a 2-inch
diameter shaft by 4 foot long and will be fitted with a single 19-inch
diameter A200 axial flow flat blade impeller. The shaft will lock
securely to the drive by means of a rigid coupling construction.
6.0 - GENERAL ITEMS
Ail appurtenances including chemicals, chemical feed equipment,
chemical piping, baffles, electrical controls, wiring of motor or
controls, control panels of supports, valves, gates, piping, tools,
lubricants, and all field work, including erection and final painting,
shall be furnished by the General Contractor.
Ail wetted parts in contact with the tank contents will be manu-
factured in type 316 stainless steel.
7.0 - SURFACE PREPARATION AND PAINTING
All surfaces will be prepared in accordance with the section en-
titled, "SURFACE FINISH - PAINTING".
(SOHT) FE&A - 2 of 3
HOLZMACHER. McLENDON & MURRELL. P.C
JFLOCCULATOR EQUIPMENT AND ACCESSORIES (CONT'D.)
8.0 - MANUALS
Five (5) copies of the Shop Drawings and Operation & Maintenance
Manuals shall be submitted to the Engineer for his approval.
(SOHT) FE&A- 3 of 3
HOLZMACHER, McLENDON & MURRELL, P C
FERRIC CHLORIDE FEED AND CONTROL SYSTEM
1.0 - SCOPE
The Contractor shall furnish and install
feed and control system as described herein.
a complete
ferric chloride
2.0 - GENERAL
The system shall include a storage tank installed in an underground
vault complete with fill and vent lines, suction lines, access hatch,
gauge and lines, chemical feeder with associated equipment. Ferric
chloride shall be discharged into the flash mix tank as shown on the
contract drawings. Included in the scope of work is an initial fill of
439 gallons of ferric chloride (30 - 32% concentration) and all inter-
connecting piping and electrical work. All other work and materials
required shall be furnished to provide for a complete and operating
system.
3.0 - FERRIC CHLORIDE STORAGE TANK AND ACCESSORIES
3.1 - Storage Facility
The ferric chloride storage tank shall be 439 gallon capacity of
diameter and length shown on contract drawings. The tank shall be
fiberglass above ground storage tank specifically designed for chemical
storage and as specified in the section entitled, "FIBERGLASS STORAGE
TANK".
The fiberglass storage tank shall be installed in a below ground
concrete vault as specified in the section entitled, "STRUCTURAL
CONCRETE". The concrete vault shall be fitted with a 2.5 foot x
3.0 foot access door as manufactured by BILCO, Model Q or approved
equal.
3.2 - Accessories
(A) Provide a Uehling Type S Tank-O-Meter, or equal, with hand
pump calibrated for ferric chloride and depth in inches. The gauge
shall be constructed of corrosion resistant materials. Gauge shall be
installed in the Treatment Building as shown on the contract drawings
or as ordered by the Engineer. The range of the gauge shall be 0 to
439 gallons (0 to 100% filled). The Contractor shall install the plastic
tube air line cables, as shown on the contract drawings, with a 2" dia-
meter PVC conduit from the storage tank vault to the Treatment Building,
as necessary for the operation of Tank-O-Meter.
(SOHT) FCF&CS - 1 of 3
~_~ HOLZMACHER. McLENDON & MURRELL, P.C
IFERRIC CHLORIDE FEED AND CONTROL SYSTEM (CONT'D.)
3.0 - FERRIC CHLORIDE STORAGE TANK AND ACCESSORIES (cont'd.)
(B) Furnish and install a fill line system as shown on contract
drawings. Fill line shall be installed below grade in a fill box.
Fill box shall be suitably painted with the words "FERRIC CHLORIDE"
and fill line cap and fill box shall be painted as detailed in the
section entitled, "SURFACE FINISH - PAINTING".
(C) When the system is complete, furnish 439 gallons of ferric
chloride.
(D) Install ferric chloride discharge line of PVC Schedule 80.
4.0 - FERRIC CHLORIDE FEED PUMP
The metering pump shall be paced as herein described and in the
location as shown on the contract drawings. The pump shall deliver
a maximum of 8.1 GPD in four capacity steps provided by two four-step
cone pulleys against a maximum discharge pressure of 150 psig, and
shall be Wallace & Tiernan 44 Series Diaphragm Type Solution Metering
Pump single head, Model 44-111; B-I-F (a Unit of General Signal); or
equal.
An SCR variable speed drive for control shall be provided for con-
tinuously adjustable feed rate settings over a 20 to 1 range. A D.C.
motor is controlled by an SCR control unit containing a rate control
knob, a meter reading out motor speed, stop-run switch and power on-off
switch. Control to be located in the Treatment Building as located on
the contract drawings or as directed by the Engineer. Meter is to be
calibrated for 0-100% of pump speed. Suction and discharge valves are i
guided ball type and will be fitted for connection to 3/4-inch NPT. i
Suction and discharge valves are to be of PVC construction. The pump
will be furnished with a 1/4 HP permanent magnet field, totally enclosed
direct current motor, two four-step pulleys, belt, belt guard, one set
of gaskets per head, one quart of oil and instructions. Contractor
shall also supply two spare brushsets for the motor.
The feed pump shall be supplied with a control ~CR panel manu-
factured by the pump supplier and as located on the contract drawings.
Input to the control panel shall be 115 volts, 1-phase, 60 Hz.
(SOHT) FCF&CS - 2 of 3
HOLZMACHER. McLENDON & MURRELL. P.C
FERRIC CHLORIDE FEED AND CONTROL SYSTEM (CONT'D.)
5.0 - SERVICE
The Contractor shall provide the services of a factory trained
Service Engineer to check the equipment after installation, start-up
the system and to instruct the Owner's representative for a total
period of one (1) day.
6.0 - MANUALS
Five (5) copies of the Operation & Maintenance Manuals and Shop
Drawings shall be submitted to the Engineer for his approval.
(SOHT) FCF&CS - 3 of 3
~j~ HOLZMACHER. McLENDON & MURRELL. PC
LIME FEED SYSTEM
1.0 - SCOPE
The Contractor shall provide all labor, materials and equipment
necessary to furnish and install a complete lime slurry feed system
as specified herein, shown on the contract drawings and as directed
by the Engineer.
2.0 - EQUIPMENT
2.1 - Solution Tank
The lime slurry feed system shall include a combination chemical
solution tank and simplex metering pump system, Model 9391-40 as manu-
factured by B-I-F Industries, West Warwick, Rhode Island, or approved
equal.
The chemical solution tank shall have a 100 gallon capacity and
be constructed of 5/16-inch thick steel. The tank shall be manufactured
with provisions for wall mounted mixer, 1-inch diameter drain line,
3/4-inch diameter return line, 3/4-inch diameter water fill line and
a 3/4-inch diameter pump suction line. The tank shall also come fitted
with a 27-inch diameter hinged cover constructed of 5/16-inch thick
steel.
2.2 - Slurry Metering Pump
The lime slurry pump shall be a B-I-F Series 1710 hydraulic dia-
phragm metering pump, or equal, capable of delivering a 10% lime slurry
at a maximum of 20 gallons per hour at a maximum discharge pressure of
400 psig. A manual micrometer type adjustment mechanism, to permit
0 to 100% capacity control while in motion, shall provide positive
repeatable setting within ~1% over the entire pump range.
The pump motor shall be 1/4 HP, 1,750 R.P.M., 115/270 volt, single
phase.
A double ball type valve shall be provided on the suction and dis-
charge, including a reversible seat and a replaceable ball guide. The
pump shall be dry lift self-priming and capable of indefinite operation
without process fluids.
2.3 Mixer
The lime feed system shall also include a tank wall mounted me-
chanical mixer to continuously mix the lime slurry. The mixer shall
be manufactured by Lightnin and shall be 1/4 HP, 115/270 volt, single
~hase with variable speed controls.
(SOHT) LFS - 1 of 2
~.j~ HO~MACHER, McLENDON & MURRELL. PC
LIME FEED SYSTEM (CONT'D.)
3.0 - LIME SLURRY PIPING, VALVES AND MISCELLANEOUS ACCESSORIES
Ail lime slurry piping and fittings shall be PVC Schedule 80.
Every 90 degree change in direction of the lime slurry piping will be
accomplished by using plugged tees or crosses to facilitate cleaning
of the lime lines. A line pressure relief valve shall be supplied
to discharge back to the storage tank in case of blockages in the
lime slurry line. A backpressure valve will also be required on the
discharge piping.
The water feed lime, being installed by the Plumbing Contractor,
shall be fitted with a 3/4-inch diameter water meter. The meter shall
be by Neptune, Type "S", or equal, which will allow metering of batch
water for slurrying the lime.
The Contractor shall supply as part of the scope of work an
initial storage of 8,000 pounds of lime (calcium hydroxide at 85 to 95%
standard strength) in 50 pound bags.
4.0 - SERVICE
Five (5) copies of the Installation, Operation & Maintenance Manual
and Shop Drawings shall be provided to the Engineer.
(SOHT) LFS - 2 of 2
I-~/~ HOLZMACHER, McLENDON & MURRELL. P C
HYDROCHLORIC ACID FEED AND pH CONTROL SYSTEMS
1.0 - SCOPE
The Contractor shall furnish and install complete hydrochloric
acid feeding and control system as described herein.
The acid neutralizing system shall consist of a pH transmitter
cell, pH receiver, instrument-control panel and an electronically
controlled hydrochloric acid feed pump.
2.0 - GENERAL
The system shall include a storage tank stored in an underground
vault complete with fill and vent lines, suction lines, access hatch,
gauge and lines, a chemical feeder equipped with electric stroke posi-
tioner, a pH probe, readout and control module, recorder, set point
controller, and remote electronic speed controller. The feeder shall
discharge into the hydrochloric acid mix tank.
Included in the scope of work is an initial fill of
of hydrochloric acid at 30 - 32% concentration, and all
ing piping. All other work and materials required shall
to provide for a complete and operable system.
1,000 gallons
interconnect-
be furnished
3.0 - HYDROCHLORIC ACID STORAGE TANK AND ACCESSORIES
3.1 - Storage Facility
The hydrochloric acid storage tank shall be 1,000 gallons capacity
of diameter and length shown on contract drawings. The tank shall
be a fiberglass above ground tank specifically designed for chemical
storage and as specified in the section entitled, "FIBERGLASS STORAGE
T AN K S" .
The fiberglass storage tank shall be installed in a below ground
concrete vault as specified in the section entitled, "STRUCTURAL CON-
CRETE." The concrete vault shall be fitted with a 2.5' x 3.0' access
door as manufactured by BILCO, Model Q; or equal. Tank shall have all
fittings shown on the contract drawings and/or required for connection
of all lines. Fill line and vent line shall be Schedule 80 PVC piping.
Test all lines and tank to a pressure of 5 p.s.i, for one hour.
(SOHT) HAF&PCS - 1 of 5
HOLZMACHER, McLENDON & MURRELL, P.C
HYDROCHLORIC ACID FEED AND pH CONTROL SYSTEMS (CONT'D.)
3.0 - HYDROCHLORIC ACID STORAGE TANK AND ACCESSORIES (cont'd.)
3.2 - Accessories
(A) Provide a Uehling Type S-oelte Tank-O-Meter with hand pump
calibrated for 30 - 32% hydrochloric acid and depth in inches. The
gauge shall be constructed of corrosion resistant materials. Gauge
shall be installed in the Treatment/Administration Building as shown
on the contract drawings or as ordered by the Engineer. The range of
the gauge shall be 0 to 1,000 gallons (0 to 100% filled). The contractor
shall install plastic tube air line cables, as shown on the contract
drawings with a 2" diameter PVC conduit from the vault to the Treatment
Building, as necessary for the operation for Tank-O-Meter.
(B) Furnish and install a fill line system as shown on the con-
tract drawings. Fill line shall be installed below grade in a .fill
box. Fill box shall be suitably painted with the words, "HYDROCHLORIC
ACID". Fill line cap and fill box shall be painted as detailed in the
section entitled, "SURFACE FINISH-PAINTING".
(C) When system is completed, furnish 1,000 gallons of 30
hydrochloric acid.
32%
(D) Install hydrochloric acid discharge line of Schedule 80 PVC
pipe.
4.0 - HYDROCHLORIC ACID FEED PUMP
The proportioning device shall be a positive displacement hydraulic
actuated diaphragm pump driven by D.C. 1/4 HP, totally enclosed, foot
mounted motor equal to Wallace & Tiernan 44 Series Tandem Diaphragm
Type Metering Pump single head, Model 44-213; B-I-F (a Unit of General
Signal); or equal.
The metering pump shall be paced by the pH control system through
a signal as herein described, hydrochloric acid metering pump shall de-
liver from 0 to 3.83 GPH against 125 psig discharge pressure while hand-
ling hydrochloric acid. The wetted parts of the pump to be of plastic.
Diaphragm shall be hypalon. Single ball type valves shall be provided
on the suction and discharge. The hydraulic system shall be positively
vented on each stroke of the pump and no internal adjustable valves shall
be required. The pump shall be dry lift self-priming and capable of
indefinite operation without process fluid. Head shall have a built-in
hydraulic relief valve. Head shall have a manual in motion capacity
adjustment mechanism. Capacity control shall be 0 - 100% with delivery
to be repeatable within plus or minus 1% accuracy over a 20:1 range.
(SOHT) HAF&PCS - 2 of 5
HO~MACHER. McLENDON & MURRELL P.C
HYDROCHLORIC ACID FEED AND pH CONTROL SYSTEMS (CONT'D.)
4.0 - HYDROCHLORIC ACID FEED PUMP (cont'd.)
An SCR variable speed drive for control shall be provided for con-
tinuously adjustable feed rate setting over a 20:1 range. A D.C. motor
is controlled by an SCR control unit containing a rate control knob,
meter read-out motor speed, stop-run switch, power on-off switch, and
a switch to change from automatic control to local manual control to
be located in the Treatment/Administration Building or as directed by
the Engineer.
Included with acid pump shall be:
Plastic external backpressure and relief valves. Pump shall be
floor-mounted as shown on the drawings.
The Contractor shall also furnish and install 1-1/4-inch suction
line of PVC Schedule 80 and 3/4-inch PVC Schedule 80 discharge line.
Provide a relief bypass from relief valve to discharge back in the
storage tank. A backpressure valve will also be required on the dis-
charge piping. Furnish and install PVC ball valves and pump suction
and discharge together with unions for ease of disconnections. Suc-
tion and discharge valves are to be of PVC construction.
5.0 pH CONTROL SYSTEM
5.1 - General
The Contractor shall furnish and install complete including piping
a pH control system consisting of the major elements listed herein.
Included shall be the services of a Manufacturer's technician for
equipment start-up and instruction of Owner's representative. Five (5)
copies of detailed equipment tests, shop drawings and Operation and
Maintenance Manuals shall be provided. All piping connections for the
operation of the pH control system shall be the responsibility of the
Contractor. Electrical interconnections shall be provided by Con-
tractor No. 3.
5.2 - pH Probe and Analyzer - Transmitter
The Contractor shall furnish and install one (1) submersible pH
probe with mounting bracket, to be located on the outside wall of the
influent chamber of the RBDU tank as shown on the contract drawings.
The probe shall be furnished with sufficient connecting cable to
directly connect it to the analyzer, transmitter and indicator installed
in the Treatment/Administration Building as directed by the Engineer.
The pH sensing system shall consist of an immersion-type electrode
and preamplifier with polypropelene head and guard containing measuring
reference and automatic temperature compensator electrodes, 316 stainless
steel ultrasonic cleaner. A junction box, cable #22-34-28, hose
(SOHT) HAF&PCS - 3 of 5
HYDROCHLORIC ACID FEED AND pH CONTROL SYSTEMS (CONT'D.)
5.0 - pH CONTROL SYSTEM (cont'd.)
clamps and hose adaptors, spare set of Buna-N-Grommets, glass plug
to replace temperature compensator and one (1) tube of silicone grease.
Provide maintenance kit ~324441. Unit shall be B-I-F Model
7773-12-2-31-4-208; or equal.
5.3 - Instrument Control Panel
Contractor shall furnish and install an instrument control panel
which shall house a pH receiver and indicator, pH controller, pH recorder
and D.C. drives for the hydrochloric acid pump. The control shall be
as described herein.
The control panel shall be wall-mounted, epoxy or corrosion resis-
tant painted steel, NEMA 12. The pH'control panel shall be approxi-
mately 36" high x 24" wide x 15" deep. The panel shall have a front-
hinged door. It shall be located as shown on the contract drawings.
All components shall be mounted and pre-wired to terminal strips.
Function nameplates as shown on the Contract Drawings shall be provided.
A coordinated diagram shall be provided showing all internal and exter-
nal connections as to form an integral system shall be included. The
pH panel shall contain:
(A) A pH Receiver housed in a plastic case with a range
of 4 to 12 pH, B-I-F Model 7073-11-00-808-120-20-229-208; or equal.
Meter shall receive a 117 volt, 60 Hertz input and shall output a
4-20 ma D.C. signal proportional to 4 to 12 pH.
(B) pH Electronic Controller, B-I-F Model 0265-16-1-1-1-0-3-1;
or equal.
(C) The pH control circuit shall include an adjustable sampling
period timer and an adjustable running period timer, both for use with
a proportional plus reset controller specified hereinbefore. The
sampling period timer shall lock up the output signal from the pro-
portional plus reset controller for a period slightly exceeding the
system dead time. This timer shall be adjustable from 0 - 30 minutes
with automatic reset and a progress indicator indicating time remaining
to the timed out position. The running time timer shall control the
length of time for each corrective action period. The timer shall
be adjustable from 0 - 15 seconds with automatic reset and progress
indicator as described above. The timers shall be designed for front
panel mounting. Output to acid pump shall be isolated 4-20 ma D.C.
(SOHT) HAF&PCS 4 of 5
HOLZMACHER, McLENI3ON & MURRELL. P.C
HYDROCHLORIC ACID FEED AND pH CONTROL SYSTEMS (CONT'D.)
6.0 - SERVICE
The Manufacturer shall provide the service of a factory trained
Service Engineer to check the equipment after installation, start-up
the system and to instruct the Owner's representative for a total of
one (1) day.
7.0 - MANUALS
Five (5) copies of the Operation & Maintenance Manuals and
Drawings shall be submitted to the Engineer for his approval.
Shop
(SOHT) HAF&PCS - 5 of 5
~ HOLZMACHER, McLIFNDON & MURRELL.
FIBERGLASS STORAGE TANKS
1.0 - SCOPE
The Contractor shall furnish and install, complete and ready for
use the fiberglass storage tanks as detailed in this specification, in
the DETAILED SPECIFICATIONS and as shown on the contract drawings.
2.0 - GENERAL
This specification covers those items of construction and instal-
lation of fiberglass tanks that are common to all the fiberglass tanks
to be used on this project. Other details such as size and location
of fill, vent and outlet connections, tank capacity and accessories are
specified elsewhere or shown on the contract drawings.
Fiberglass underground storage tanks shall be as manufactured by
Owens-Corning Fiberglass Corp., Toledo, OH; Polyfibre, Bound Brook, NJ;
or equal.
Tank construction shall be by filament wound method per ASTM D-3299
Specifications with added features as detailed herein.
3.0 - SUBMITTALS
(A) Shop Drawings: Contractor shall submit five (5) copies of
shop drawings for each tank. Drawings shall include all critical
dimensions and show locations of all fittings and accessories, i.e.
manways, ladders, hold-down straps, heating coils, etc.
(B) Installation Instructions: Contractor shall submit five (5)
copies of manufacturer's latest installation instructions.
(C) Calibrated Charts: Contractor shall submit five (5) copies
of manufacturer's latest calibration chart for each tank.
4.0 - LOADING CONDITIONS
Tanks shall be designed to support accessory equipment such as
heating coils, ladders, drop tubes, etc. when installed according to
manufacturer's recommendations and limitations.
(SOHT) FST - 1 of 3
FIBERGLASS STORAGE TANKS (CONT'D.)
5.0 - PRODUCT STORAGE REQUIREMENTS
(A) All tanks must be vented as tank is designed for operation
at atmospheric pressure only.
(B) Tanks shall be capable of storing liquids with a specific
gravity up to 1.7.
(C) Tank shall be capable of storing liquids up to a maximum
maintained temperature of 150 degrees F. at the tank interior surface.
(D) Tanks shall be chemically inert to petroleum products and the
chemicals for which the tank is intended.
6.0 - TESTING
Prior to installation, tank shall be tested above ground at 5 p.s.i.
pressure for a minimum of one hour. Fittings shall be soaped and checked
for leaks. During the test, tanks are not to be left unattended. If
the tank fails the test, it shall be replaced at no additional cost to
the Owner.
If tanks are dropped or impacted after initial test, retest tanks
and soap areas of impact to check for tank damage. If damage has oc-
curred, do not attempt repairs. Contact the tank manufacturer's repre-
sentative.
Fiberglass tanks
vault as shown on the
shall be specified in
7.0 - INSTALLATION
Fiberglass above ground storage tanks must be installed according
to the most recent issue of the manufacturer's written installation
instructions. The Contractor shall comply with all local codes.
Failure to follow these installation instructions may result in
non-acceptance of the work.
shall be installed within an underground concrete
contract drawings. Details of the concrete vault
the section entitled, "STRUCTURAL CONCRETE".
(A) Handling: Tanks must not be dropped, rolled or impacted.
Chock the tanks until ready for installation and tie them down if high
winds are expected. Use minimum 1/2-inch diameter nylon or hemp rope
over each tank end and tie to adequate size stakes driven into the
ground.
(SOHT) FST - 2 of 3
HOLZMACHER. McLENDON & MURRELL, PC
FIBERGLASS STORAGE TANKS (CONT'D.)
7.0 - INSTALLATION (cont'd.)
(B) Lifting Tanks: Use installed lift lugs to lift tanks; guide
the tank with guidelines. Do not use chains or cables around tanks.
If tanks have to be moved, they must be set on smooth ground free of
rocks and foreign objects and rechecked. Capacity of lifting equipment
should be checked before installation.
(SOHT) FST - 3 of 3
~ HOLZMACHER. McLENDON & MURRELL. PC
DETAILED SPECIFICATIONS - FIBERGLASS STORAGE TANKS
1.0 - SCOPE
The Contractor shall furnish and install complete and ready for
use, the following fiberglass storage tanks within underground concrete
vaults as shown on the contract drawings. Details of the concrete
vaults shall be specified in the section entitled, "CONCRETE STRUCTURES".
MATERIAL TO NOMINAL
LOCATION BE STORED CAPACITY
A. Adjacent to Treatment
Building
Ferric Chloride
439 gals.
B. Adjacent to Treatment
Building
Hydrochloric Acid
1,000 gals.
2.0 - GENERAL
The 1,000 gallon hydrochloric acid storage tank shall be a hori-
zontal above ground fiberglass chemical storage tank furnished with
the following accessories as shown on the contract drawings:
(A) FILL LINE - 4-inch diameter flanged and conically gussetted
nozzle by tank manufacturer.
(B) VENT LINE - 4-inch diameter flanged tank vent and conically
gussetted nozzle with gooseneck by tank manufacturer. 4-inch diameter
flanged vault vent with conically gussetted nozzle.
(C) SUCTION LINE - 1-1/2-inch diameter threaded coupling and
conically gussetted syphon drain nozzle by tank manufacturer.
(D) CONSTRUCTION - Dow 411 Vinylester resin on inner 100 mils and
isophthalic polyester exterior resin, or equal.
(E) MANHOLE - 24-inch side flanged manway as shown on the contract
drawings with 316 stainless steel bolt package and gasket as provided by
the tank manufacturer.
(F) SUPPORT SADDLES - Two (2) rubber cushioned prime coated saddles
supplied by tank manufacturer.
(G) MISCELLANEOUS - Contractor shall fill tanks with 1,000 gallons
of hydrochloric acid (30 32% standard solution) after installation of
tank is complete.
(SOHT) DS-FST - 1 of 2
DETAILED SPECIFICATIONS - FIBERGLASS STORAGE TANKS (CONT'D.)
2.0 - GENERAL (cont'd.)
The 439 gallon ferric chloride storage tank shall be an above
ground vertical fiberglass chemical storage tank and furnished with
the following accessories as shown on the contract drawings:
(A) FILL LINE - 4-inch flanged and conically gussetted nozzle
by tank manufacturer.
(B) VENT LINE - 4-inch flanged tank vent and conically gussetted
nozzle with gooseneck by tank manufacturer. 4-inch diameter flanged
vault vent with conically gussetted nozzle and gooseneck.
(C) SUCTION LINE - 1-1/2-inch flanged and conically gussetted
syphon drain nozzle by tank manufacturer.
(D) CONSTRUCTION - Dow 411 vinylester resin on inner 100 mils
and isophthalic polyester exterior resin, or equal. Flat ribbed top
shall be provided in lieu of domed top for vertical flat bottom tanks.
(E) MANHOLE - 24-inch side flanged manway as shown on the con-
tract drawings with 316 stainless steel bolt package and gasket as
provided by the tank manufacturer.
(F) MISCELLANEOUS - Contractor shall fill tank with 439 gallons
of ferric chloride (30 - 32% standard solution) after installation of
tank is complete.
3.0 - SHOP DRAWINGS
Five (5) copies of the shop drawings shall be submitted to
Engineer for his approval.
the
(SOHT) DS-FST - 2 of 2
~ HOI.ZMACHER, McLENDON & MURRELL, P.C.
ACCESSORIES FOR CIRCULAR SETTLING TANKS
1.0 - SCOPE
The Contractor shall furnish all labor, tools, materials, equip-
ment and appliances necessary to construct miscellaneous accessories
and equipment for two (2) circular settling tanks, ready for use, as
specified herein and as shown on the contract drawings. Included
shall be initial start-up and testing in the presence of the Engineer,
Owner and Manufacturer's representative.
2.0 - PIPE CONNECTIONS
Piping connected to the tanks shall be glass lined ductile iron
or cement lined ductile iron as specified under another section of
these specifications. Underground piping shall be cement lined, duc-
tile iron with mechanical joints and special locking type retainer
glands as specified under another section of these specifications.
Pipe, fittings and valves shall be installed as approved to first-
class standards of workmanship.
3.0 - EQUIPMENT
Each sludge collector shall include:
Drive mechanism complete with reducer, motor and overload
device.
Center shaft assembly and scraper arms.
Influent feedwell.
Access bridge including handrailing and toe plate.
Adjustable effluent weir.
Surface skimmer with scum trough.
All associated attachment bolts and anchor bolts for a com-
plete installation.
The liquid shall enter the tank from a center influent column and
shall flow radially outward and over a weir around the periphery of the
tank. The settled solids shall be conveyed by the collector mechanism
to a central sludge hopper in the floor of the tank, from which it will
be removed by sludge draw-off pipe. The scraper blades shall be arranged
to sweep the entire floor twice per revolution of the collector mechanism.
The tip speed of the truss arms shall not exceed 10 feet per minute.
(SOHT) ACST - 1 of 5
I.-~;~_/~ HOLZMACHER, McLENDON & MURRELL, P.C.
ACCESSORIES FOR CIRCULAR SETTLING TANKS (CONT'D.)
3.0 - EQUIPMENT (cont'd.)
The equipment for the primary settling tank shall be for the in-
stallation in a circular concrete tank with a 12'-0" diameter x 8'-0"
side wall depth as shown on the contract drawings.
The equipment for the secondary settling tank shall be for the
installation in a circular concrete tank with a 10'-0" diameter x 8'-0"
side wall depth as shown on the contract drawings. The floor of each
tank shall be pitched at a constant slope of 1-inch per 12-inches.
The sludge collectors and accessories for each tank shall be sup-
plied by one manufacturer for the purpose of standardization and spare
parts inventory. The equipment shall be as manufactured by FMC Corp.,
Environmental Equipment Division, Chicago, Illinois; or equal.
4.0 - CENTER SHAFT ASSEMBLY
The center shaft assembly shall be designed to support the weight
of the submerged structure suspended from it and to withstand the cut-
out torque of the drive. The steel center shaft shall be solid or
pipe construction with minimum thickness of 1/4-inch.
5.0 - DRIVE UNIT
The drive unit shall be designed to develop a running torque of
500 ft. lbs. and a cut-out torque of 750 ft. lbs. and shall con-
sist of the following components:
(A) Worm reducer unit shall be designed in accordance with AGMA
standards and bear an AGMA nameplate. The unit shall feature drywell
construction on the lower vertical shaft bearing. The worm gear shall
be nickel bronze with a minimum of 50,000 p.s.i, ultimate. The worm
shall be heat treated 4150 steel with a 130,000 p.s.i, ultimate.
(B) A gearmotor with integrally mounted motor and an enclosed
worm reducer drive mechanism connected by a roller chain drive.
(C) A welded steel or cast iron baseplate for the worm reducer
and gearmotor. The motor shall be of adequate horsepower to drive the
machine and shall be a 1/2 HP for operation of 230/460 volts, 3 phase,
60 Hz.
(SOHT) ACST - 2 of 5
ACCESSORIES
~ HOLZMACHER. McLENDON & MURRELL. P.C.
FOR CIRCULAR SETTLING TANKS (CONT'D.)
6.0 - OVERLOAD DEVICE
The drive shall be equipped with a spring operated overload device
mounted on the output shaft of the gearmotor. The overload device shall
be equipped with a two-stage limit switch to sound an alarm at an adjus-
table setting below the cutout torque, and to stop the drive motor at the
cutout torque.
8.0 - BRIDGE WALKWAY
A structural beam type bridge shall extend across the tank diameter
and shall mount on the peripheral tank wall at each end. The walkway
shall be 36-inches wide and 42-inches wide at the drive area and it
shall be capable of supporting a live load of 50 pounds per square foot
plus the weight of the submerged collector mechanism without undue de-
flection. The walkway flooring shall extend from the tank edge to the
center drive mechanism and shall be 3/16-inch thick checkered steel
plate. The bridge shall be equipped with 1-1/2-inch O.D. double pipe
handrails and toe boards.
9.0 - INFLUENT BAFFLE
A rotating influent baffle of 3/16-inch thick steel plate shall
fastened to the center shaft. The baffle shall have a diameter of
4'-0" and a side wall depth of 2'-3".
be
10.0 - SCRAPER ARMS
The unit shall be equipped with two structural steel scraper arms,
designed in accordance with AISC recommendations. The arms shall be
of adequate strength to withstand the cut-out torque of the drive.
(SOHT) ACST - 3 of 5
I-t~_j~ HOLZMACHER, McLENDON & MURRELL P.C.
ACCESSORIES FOR CIRCULAR SETTLING TANKS (CONT'D.)
11.0 - SCRAPER BLADES
The scraper arms shall be equipped with 3/16-inch thick steel
scraper blades 6-inches deep to convey the settled solids to the
sludge hopper. The blades shall be equipped with adjustable squeegees
of 1/8-inch thick steel.
12.0 - ADJUSTABLE EFFLUENT WEIR
The effluent weir shall be 3/16-inch thick adjustable steel plate
9-inches deep mounted on the concrete with anchor bolts. The weir shall
have V-notches of adequate size and number to handle the maximum flow.
Butt plates shall be used at the joints. Effluent troughs shall be
arranged as shown on the contract drawings.
13.0 - SCUM SKIMMER AND BAFFLE
A skimming device and scum hopper shall be furnished for the re-
moval of floating scum. The scum shall be removed to the periphery
of the tank where it shall be automatically deposited in the hopper.
The skimming device shall consist of a skimmer blade at the water line
extending from the influent baffle outward to the scum hopper. A plow
blade with neoprene squeegees shall pick up the collected scum and
convey it over a partly submerged shelf plate into the hopper with
each revolution of the mechanism.
A scum baffle shall be provided for use with the scum skimmer.
It shall be of 1/4-inch thick steel plate 12-inches wide and supported
by adjustable brackets anchored to the concrete.
14.0 - GENERAL ITEMS
Ail equipment anchor bolts shall be galvanized steel, furnished by
the Equipment Manufacturer, and of ample size and strength for the pur-
pose intended. All anchor bolts shall be set by the General Contractor
in accordance with the Manufacturer's instructions.
Ail appurtenances, including weirs and scum baffles, electrical
controls (other than specified herein), troughs and trough supports,
influent pipe, wall sleeves, lubricants, tools, general piping,
field painting, field erection, and field testing shall be furnished
by the General Contractor as found in the specifications.
(SOHT) ACST - 4 of 5
I-)~/~ HOLZMACHER. McLENDON & MURRELL, P.C.
ACCESSORIES FOR CIRCULAR SETTLING TANKS (CONT'D.)
15.0 - SURFACE PREPARATION AND PAINTING
All surfaces shall be prepared in accordance with the section en-
titled, "SURFACE FINISH - PAINTING".
16.0 - MANUALS
Five (5) copies of the shop drawings and Operation
Manuals shall be submitted to the Engineer.
& Maintenance
17.0 - SERVICE
The Contractor shall include with his bid the services of the
Equipment Manufacturer's field service technician for a total period
of five (5) days. This service shall be for the purposes of check-out,
initial start-up, certification, and instruction of plant personnel.
18.0 - ACCEPTANCE TEST
Sludge collector mechanisms shall be field tested, after erection,
and in the presence of the Engineer, to confirm and verify the struc-
tural and mechanical compliance to the torque requirements specified
by loading each collector mechanism with 120% and 140% of rated con-
tinuous torque specified. Also, this field test shall include checking
the operation of warning and drive shutdown circuitry.
Complete test procedures shall be submitted to the Engineer for
approval prior to testing; however, testing shall be accomplished with
the machine in operation. Loads shall be applied to the mechanism's
truss arms through cables or other means, anchored to the tank floor
or wall. Load shall be applied by means of a hydraulic cylinder or
springs or any means which allows the machine to rotate for a peripheral
distance of at least 3 feet under load.
Ail labor, materials and test
the above tests shall be furnished
cost to the Owner.
apparatus necessary for conducting
by the Contractor at no additional
(SOHT) ACST - 5 of 5
~_/~ HOLZMACHER, McLENDON & MURRELL, P.C
ROTATING BIOLOGICAL DISC UNITS
1.0 - SCOPE
The work under this section includes all labor, materials, equip-
ment and accessories required for the installation of rotating bio-
logical disc units complete with tankage, media and drive units, as
shown on the contract drawings, specified herein, or directed by the
Engineer or Owner.
2.0 - GENERAL
The unit shall have the surface loading rate, media area, stages,
and volumetric capacity, etc., as follows:
1. Surface Loading Rate (Avg. Daily Flow - Totalized) -
not greater than 0.099 gpd/sf.
2. Media Area (Total) not less than 200,000 sf
Stages & Tanks two (2) tanks and two (2) shafts
Tank No. 1 - single stage
Tank No. 2 - three stages by utilizing baffle system
Dimensions of Tanks & Media -
Tank - each 14'-4" wide x 26'-4"
(inside dimension)
Media - 11'-10" diameter
long x 5'-8" deep
NOTE: Dimensions can vary as per manufacturer. Con-
tractor is responsible for changes in tank dimensions
to meet manufacturer's requirements.
3.0 DESCRIPTION OF EQUIPMENT
A. General
The Contractor shall furnish and install complete rotating biological
disc unit tanks, rotatable high density polyethylene media mounted to
center shafts, electrically powered mechanical drive system for each
shaft, shaft support bearings, baseplates for drive and shaft bearings,
electrical motors, baffles and weirs, insulated environmental covers,
and individual air supply headers with diffusers. Included is all con-
necting piping and bypass piping, valves, painting and miscellaneous work
)wn on the contract drawings.
(SOHT) RBDU - 1 of 13
HOLZMACHER. McLENOON & MURRELL. P.C
ROTATING BIOLOGICAL DISC UNITS (CONT'D.)
3.0 - DESCRIPTION OF EQUIPMENT (cont'd.)
Each RBD assembly shall be completely factory assembled and ship-
ped in a condition suitable for direct installation without additional
field assembly.
B. Tankage
The tankage configuration and hydraulic requirements shall be as
specified in the contract drawings. Concrete tankage shall be as speci-
fied in the section entitled, "STRUCTURAL CONCRETE". Provisions for
tank baffling shall be provided for RBD Unit No. 2. Baffles shall be
constructed of redwood, or other approved equal materials. If any de-
viation in tank configuration from that shown on the plans is required
to accommodate any particular RBD equipment, the Contractor will be re-
sponsible for any additional changes in design at no additional cost to
the Owner.
C. RBD Media
The media shall be manufactured of high density polyethylene. The
diameter of the media shall be no less than 11 feet or more than 12 feet.
Media configuration will be of the standard density arrangement with a
surface area of 100,000 square feet per shaft.
The media shall contain flow passages which shall be of adequate
size and spacing for biological growth development. The flow passage
configuration shall be such as to assure adequate flow of wastewater
and air over all active biological surfaces.
Methods of media attachment or support shall securely attach media
to the central shaft and shall be designed to transmit all rotational
forces developed by the central shaft. They shall be designed to fully
support and carry the media under maximum load operating conditions.
The entire media support system shall be designed to be maintenance free
and corrosion resistant. Media configurations requiring maintenance will
not be acceptable. In all cases, the media either by itself or through
the use of tie rods, or structural framework, shall be capable of with-
standing all anticipated loadings without permanent deformation or damage
to the media.
D. RBD Shaft
A central steel shaft shall be employed to support the rotating
media. The steel shaft shall consist of a structural tube extending
approximately the full length of the media stack structurally attached
to stub-end assemblies at each end.
(SOBT) RBDU - 2 of 13
~ HOLZMACHER. McLEN[)ON & MURRELL, P.C.
ROTATING BIOLOGICAL DISC UNITS (CONT'D.)
3.0 - DESCRIPTION OF EQUIPMENT (cont'd.)
Stub-end assemblies shall be designed to make a smooth transition
from the center shaft to a smaller diameter round stub shaft. The
round stub shafts shall, in operation, be supported by the bearings
at both ends of the RBD assembly.
The stub shaft bearings shall be replaceable roller, self-aligning,
split-housing pillow blocks, with a non-expansion bearing for the driven
end and an expansion bearing for the idle end (total expansion capa-
bility shall be at least 9/16-inch). The bearing housings shall be de-
signed to accommodate grease lubrication. The bearings shall be com-
pletely assembled, adjusted, sealed, and prelubricated at the factory
to prevent dirt or dust from entering the bearing before or during
installation. Bearing seals shall be located entirely within an inner
housing. Bearings with seals held stationary in outer housings which
cannot conform to shaft misalignment will be unacceptable. A baseplate
shall be provided for each bearing.
The above specification describes one particular design of a cen-
tral steel shaft. Other main shaft designs may be used, and will be
acceptable providing the structural integrity of such design is de-
monstrated to the Engineer's satisfaction, in conformance with the AWS
fatigue criteria defined in Section 8.0 of this specification.
E. Drive System
The intent of
system and related
located outside of
the plans and specifications is to provide an RBD
covers in which the drive motor and reducers are
the RBD cover.
The drive system shall be a factory-assembled unit, including
electric motor and a speed reducer. The entire drive system shall
be mounted outside the end gearing for ease of maintenance and in-
specification. Appropriate guards for V-belt drive arrangements
shall be required.
Speed reducer shall be designed for Class II service according
to specifications of the American Gear Manufacturers Association.
This design shall be based on maximum anticipated service loading
conditions. The speed reducer shall consist of helical gearing,
sized to rotate the RBD unit at approximately 1.6 R.P.M. The reducer
will be totally enclosed, with gears and bearings operated in a seal-
ed oil bath and a lubricant sight gauge shall be provided. Seals
shall be designed for high moisture, high humidity service.
(SOHT) RBDU - 3 of 13
I-~_j~ HOLZMACHER, McLENDON & MURRELL, P.C.
ROTATING BIOLOGICAL DISC UNITS (CONT'D.)
3.0 - DESCRIPTION OF EQUIPMENT (cont'd.)
Motor shall be 7.5 HP minimum, 1,200 R.P.M., 230/460 volts,
3 phase, 60 Hertz with all totally enclosed, fan cooled enclosure.
Motor shall have a normall starting torque characteristic meeting
the requirements for NEMA Design B. Motors shall be sized not to
be overloaded when starting up a loaded RBD unit. Motor insulation
shall meet the requirements for NEMA Class F. Motor shall be of
high efficiency, energy conserving design, with minimum efficiency
at full load of 87.9% and minimum efficiency at half load of 87%.
Motor shall have 1.15 service factor.
F. Painting
The main shaft shall be shop sandblasted to SSPC-SP10 specifica-
tions followed by one (1) shop prime coat of Tnemec #66-1211 Hi-Build
epoxoline at minimum 4.0 mils dry film thickness followed by two (2)
shop finish coats of Tnemec 46,H413 Hi-Build Tneme-Tar coal tar epoxy
at minimum 8.0 mils dry film thickness per coat, or equal.
The drive system shall receive one (1) shop coat of Tnemec 37-77
Chem-Prime primer at 2.0 mils minimum dry film thickness (on previous-
ly unpainted surfaces), followed by one (1) shop finish coat of
Tneme 2-2050 No. 70 Tneme-Gloss enamel, at minimum 1.5 mils dry film
thickness, or equal.
G. Enclosures
Each shaft assembly shall be covered or enclosed so as to protect
the media and biological growth from direct sunlight exposure, low
temperature and vandalism.
RBD enclosures shall consist of a structure fiberglass reinforced
plastic which shall be erected by the General Contractor. Panels shall
be fabricated with radial ribs with the proper composite material wall
thickness to permit the enclosure to withstand all wind, snow, and
weather loads expected under local service conditions. The enclosure
shall not deflect more than 2-inches under the above loading conditions.
Panels shall be designed to be interlocking, and still provide for
sufficient air infiltration to assure ample oxygen supply to the bio-
logical RBD process.
The cover shall have sufficient thermal insulating capability to
assure that the biological process will not be deleteriously affected.
There should be no major opening in the cover which permits gross
air circulation through the cover during periods of low ambient tem-
)erature.
(SOHT) RBDU - 4 of 13
I--~_j~ HOLZMACHER. McLENDON & MURRELL, P.C.
ROTATING BIOLOGICAL DISC UNITS (CONT'D.)
3.0 - DESCRIPTION OF EQUIPMENT (cont'd.)
Ail coatings, resins, and fiberglass reinforcing materials shall
be consistent with the environmental conditions and structural require-
ments. All panels and components shall be formed on suitable molds to
insure constant and accurate dimensions of the finished units. Molds
shall be so designed that each panel can be made in one piece without
joining of members by either bonding or bolting. The mold surface shall
be coated with a 15 mil coat or gel coat before any glass is applied.
Following the hardening of the final layer of glass laminate, a 15 mil
resistant coating of isophthalic resin and corrosion fillers shall be
applied to the panel to completely seal the interior surface.
All anchorage to the curb shall be accomplished by setting suitable
expanding anchor bolts in the concrete curb wall or bolts through any
structural steel. Anchor bolts, nuts and washers shall be stainless
steel.
Access personnel doors shall be fiberglass reinforced plastic
struction with comparable frame. Door hinges and latches shall be
stainless steel.
con-
H. Shaft Liftin~ Device
One (1) shaft lifting device shall be furnished with the RBD equip-
ment. The shaft lifting device shall be fabricated of structural steel,
and shall provide a mechanical lifting means for raising either end of
the RBD shaft to the extent required to permit service of a bearing or
to replace an entire pillow block assembly. The lifting device shall
be designed to mount on the bearing baseplate.
I. Electronic Shafting Wei~htin~ Device and Read-Out Hardware
The baseplates of the idler bearings of both shafts shall be pro-
vided with a strain gauge type electronic load cell. The design shall
be such that no horizontal movement of the RBD shaft is allowed. The
load cells shall be furnished complete with mounting and shall be a
low-profile compression type cell, hermetically sealed, rated 50,000
pounds, 100% of rated load side load, 150% overload capacity. Concrete
support walls shall be equipped with a recess as required to receive
the load cell assembly.
One (1) converter-readout unit shall be provided for use with the
above load cells. Converter shall be Hardy-Scales Series 5, or equal,
with three wire grounded A.C. cord and load cell cord for portable use.
Unit shall provide a direct read-out in pounds and shall be calibrated
for use with above load cells. Provisions shall be provided for plugging
unit to the load cells to take load readings. Power input shall be 120
A.C.
(SOHT) RBDU - 5 of 13
I.,~ HOLZMACHER, McLENDON & MURRELL, P.C.
ROTATING BIOLOGICAL DISC UNITS (CONT'D.)
4.0 - MANUFACTURER
The RBD equipment specified herein shall be as manufactured by
Walker Process Corporation, Aurora, Illinois; Lyco, Marlboro, New
Jersey; or equal. Contractors are required to identify in their bids
the name of the RBD manufacturer from which they intend to obtain the
RBD equipment called for by this specification.
5.0 - SHOP DRAWINGS, MANUALS, ETC.
The manufacturer shall submit five (5) sets of shop drawings, de-
sign calculations, equipment lists, erection drawings, and assembly
information to the Engineer for approval prior to manufacture. In
addition, five (5) sets of Operation & Maintenance Manuals of all
items furnished shall be submitted for approval. Operation & Mainten-
ance Manuals shall fully describe the RBD process, normal operation,
troubleshooting, maintenance, etc.
6.0 - SHIPPING AND INSTALLATION
Each RBD assembly shall be shipped to the job site fully assembled
with media and shaft bearings in place on the central steel shaft.
Shipping schedules shall be so arranged as to minimize the crane
rental and handling at the construction site.
Each RBD assembly shall be off-loaded and positioned in the tank
by means of a crane and suitable rigging. Rigging shall include a
spreader beam or load leveler.
RBD enclosures shall be shipped separately to the site in nested
panel sections. Fittings and anchoring hardware shall be included in
this shipment.
Off-loading and installation of RBD assemblies shall be accom-
plished in accordance with manufacturer's instructions.
Installation of equipment and piping shall be as shown on the con-
tract drawings, as directed by the Engineer or Owner, and as recommended
by the Equipment Manufacturer. All piping, bypass piping and valves
shall be as specified elsewhere.
(SOHT) RBDU - 6 of 13
I.J~ HOI..ZMACHER, McLENDON & MURRELL, P.C
ROTATING BIOLOGICAL DISC UNITS (CONT'D.)
6.0 - SHIPPING AND INSTALLATION (cont'd.)
and
faction of the Engineer or Owner.
The completed installation shall be the Contractor's responsibility
shall be neat and workmanlike in appearance to the complete satis-
All concrete support structures,
drawings, shall be constructed. This
cable sections of the specifications.
where indicated on the contract
shall be in accordance with appli-
Ail work and materials shown on the drawings and described in the
specifications shall be furnished. This shall include piping, bypass
piping, valves, grading, excavating, backfilling, concrete work, and
drainage. Valves and piping shall be as specified in the section en-
titled, "TREATMENT AREA & MECHANICAL WORK".
RBD concrete tanks shall be as specified in the section entitled,
"STRUCTURAL CONCRETE".
RBD units shall be protected from the elements prior to completion
of their installation.
7.0 - GUARANTEE
Performance Guarantee
The manufacturer of the rotating biological disc unit shall fur-
nish a written guarantee that the effluent from the unit shall not
exceed the following concentrations of BOD-5 (soluble):
(a) Soluble BOD-5 concentration not greater than 150 mg/1.
The
meters:
guarantee shall be based on the following influent para-
(a) Average Daily Flow (ADF) - (Totalized) - 19,700 gpd
(b) Peak Flow (hourly) 39,400 gpd
(c) Media Surface Area - 200,000 sf
(d) Minimum Flow Rate - 0 gpd; Sustained Period of No Flow
(maximum) 6 hours
(e) Sustained Period of Maximum Flow - 4 hours
(f) BOD-5 (soluble) - Avg. diurnal concentration based on
24-hour composite sample - 2,000 mg/1 or less
(SOHT) RBDU - 7 of 13
~j~ HOLZMACHER. McLENDON & MURRELL. P.C.
ROTATING BIOLOGICAL DISC UNITS (CONT'D.
7.0 - GUARANTEE (cont'd.)
(g) Temperature - 47 degrees F. minimum; 90 degrees F. maximum
(h) The pH of the wastewater shall be between the range of 7.0
and 9.0, or as per manufacturer's recommendations
(i) The wastewater shall be septic tank and cesspool pumpings
and will not contain toxic or inhibiting substances
(j) Surface loading rate based on average daily flow (total-
ized) - 0.099 gpd/sf
The rotating biological disc manufacturer shall guarantee that
the rotating system shall meet or exceed the process performance based
on the following conditions:
1. The RBD equipment is erected, operated and maintained in ac-
cordance with the manufacturer's instructions.
2. The influent wastewater conditions, as given above, to the RBD
system shall be met naturally or simulated.
3. The Owner, after establishing evidence that a steady-state bio-
logical condition has been achieved, shall conduct performance tests to
determine acceptance of the plant.
4. The manufacturer shall be notified of the steady-state condi-
tion and shall be permitted to witness all performance tests.
Final acceptance of the rotating biological disc shall take
place after satisfactory completion of the tests, witnessed by repre-
sentatives of the Owner and regulatory agencies. Testing for final
acceptance shall take place within the first year of operation.
5. Process performance evaluation shall be based on the following:
a) 24-hour composite samples and maintained at 4 degrees C.
during sampling for a period of 7 consecutive days.
b) Samples shall be analyzed within 24-hours after com-
positing.
c) Analysis of the wastewater shall be performed in ac-
cordance with the latest edition of Standard Methods
for the Examination of Water and Wastewater.
d)
Performance evaluation shall be based on the arithmetic
average of not less than 7 consecutive days of influent
and effluent.
(SOHT) RBDU - 8 of 13
I._t~ HOL.ZMACHER, McLENDON & MURRELL. P.C
ROTATING BIOLOGICAL DISC UNITS (CONT'D.)
7.0 -
GUARANTEE (cont'd.)
(e) Influent samples shall
(f)
be taken from the influent
trough to the RBD tankage.
Effluent samples from the secondary settling tank
shall be analyzed.
8.0 - QUALIFICATION OF RBD EQUIPMENT
A. General
Each component of an RBD unit shall be designed with sufficient
structural integrity to resist all static and dynamic loads which
might be expected during a design life of minimum 25 years. The general
design criteria are established to assure long term serviceability of
the assembly and to provide a rotating structure with stress levels
well below the fatigue endurance limit of the materials to avoid
fatigue failure.
Detailed certified calculations prepared by a Registered Profes-
sional Engineer in the State (New York) the equipment will be installed
and certified test data or catalogue information pertaining to the
general criteria set forth below (Items a thru e) shall be submitted
to the Engineer for approval along with submittal of detailed shop
drawings. This submittal information must be complete in all details
and must be directed to each of the general criteria (Items a thru e).
Submittals that are incomplete or do not meet these General design
criteria will be rejected. These criteria address general design,
levels of stress, materials of fabrication and quality of workmanship
of the rotating assembly, center shaft, stub shaft, media, and media-
to-center shaft attachment. Submittal information shall be submitted
to the Engineer within seven (7) days of the bid date.
The following general design criteria shall apply to all RBC as-
semblies furnished under this contract:
(a) The maximum calculated stress range for the main central shaft,
stub shaft, and all weldments to the shaft, including connections of the
stub shaft to the center shaft shall not exceed the allowable values de-
fined per AWS Dl.l-81, for a minimum fatigue life of 25 years. Stress
range shall be determined using calculated dead loads, torsion loads,
and live loads corrected for buoyancy using actual media percent
(SOHT) RBDU - 9 of 13
~_j~ HOLZMACHER, McLENDON & MURRELL. P.C.
BIOLOGICAL DISC UNITS (CONT'D.)
ROTATING
8.0 - QUALIFICATION OF RBC EQUIPMENT (cont'd.)
submergences and the appropriate AWS projected curve category for tubu-
lar structures (projected curves are herein defined as the existing AWS
slope curves extended downward with no change in slope, in lieu of the
curves becoming horizontal as currently defined by AWS), as outlined in
AWS Dl.l-81, Chapter 10, Section 10.7. Live loads shall be based on a
minimum biomass thickness of 0.125-inch. Design calculations shall be
submitted to substantiate compliance.
(b) Shaft materials shall have a nominal tensile strength of
35,000 to 40,000 p.s.i. Design calculations shall be submitted which
substantiate the minimum required center shaft section modulus for
compliance with the specified loading.
(c) Media selection and attachment to the center shaft shall in-
corporate safety factors to account for cyclic loading conditions on a
long term basis, starting and stopping torques, and the possible long
term creep or fatigue of the media.
The plastic media when tested in accordance with ASTM D1693, con-
dition A, shall exhibit an environmental stress cracking resistance (ESCR)
of minimum 800 hours at 50% failure (F50) and shall have a minimum ten-
sile/yield strength of 3,400 p.s.i, at 75 degrees F.
To avoid exceeding the elastic limit of the plastic when tested at
1,000 p.s.i, tension load for 18,000 hours at 25 degrees C., the elonga-
tion shall not exceed 6.0%, which is defined as being well within the
elastic limit of high density polyethylene. The media shall exhibit
a minimum stiffness as per ASTM D747-70 of not less than 120,000 p.s.i.
(d) Shaft bearings shall have a minimum AFBMA B-10 bearing life of
200,000 hours based on the specified loads and at a shaft speed of not
less than 1.5 R.P.M.
(e) The gear reducer shall be rated AGMA II, based on connected
motor nameplate horsepower for 24-hour duty. Further, reducer bearings
shall have a minimum AFBMA B-10 life of (100,000) hours at an output
speed of 1.5 R.P.Mo
(SOBT) RBDU - 10 of 13
i_t~;~ HOLZMACHER, McLENDON & MURRELL, P.C.
ROTATING BIOLOGICAL DISC UNITS (CONT'D.)
9.0 - PATENT INFRINGEMENT
The Contractor and Equipment Manufacturer shall agree to hold them-
selves responsible for any claims made against the Owner and Engineer
for any infringement of patents, by the use of patented articles in
any one phase of construction of the work and the completion of same,
or any process connected with the work agreed to be performed under
this contract, or of any materials used on the said work and to save
harmless and indemnify the Owner and Engineer from all costs, expenses
and damages which the Owner shall be obliged to pay by reason of any
infingement of patents used in the construction and completion of the
work.
Further, the manufacturer shall license the Owner for use of all
patents with regard to equipment furnished herein.
10.0 - OCCUPATIONAL SAFETY AND HEALTH ACT 1970
The Contractor and Equipment Manufacturer
of OSHA and subsequent revisions thereof.
(OSHA)
shall meet all
standards
11.0 - MAINTENANCE BOND
The manufacturer of the rotating biological disc unit shall pro-
vide a Maintenance Bond equal to 100% of the equipment purchase price
for five (5) years from date of start-up not to exceed 5-1/2 years from
date of shipment, based on the following conditions:
1. On the disc media, steel shafts and support structural
members guarantee will be for five (5) years.
2. The bearings, motor, gears, drive assemblies shall be
guaranteed for one (1) year from date of start-up.
The Engineer shall issue a certificate certifying the date actual
start-up occurred. This certificate will be issued to the Owner, the
Contractor and the Equipment Manufacturer.
(SOHT) RBDU - 11 of 13
~ HOLZMACHER, McLENOON & MURRELL, P.C.
ROTATING BIOLOGICAL DISC UNITS (CONT'D.)
12.0 - PERFORMANCE BOND
The manufacturer of the rotating biological disc unit shall
provide a process performance bond equal to 100% of the equipment
purchase price and installation to guarantee the process/energy per-
formance of the RBD system. Process/energy performance liability
shall be based on the following:
1. If the influent and effluent requirements are met, based
on seven (7) consecutive days of sampling, the process
performance bond and liability shall be null and void
and the RBD system shall be acceptable by the Owner and
Engineer.
2. If the influent parameters are not in compliance after
seven (7) consecutive days of sampling and testing, the
Owner shall again, at his expense, follow the same per-
formance evaluation for an additional seven (7) consecu-
tive days. If the influent characteristics are again
not in compliance as stated, the process performance of
the RBD system shall be termed as meeting the effluent
requirements and the performance bond shall no longer
be in effect.
If the influent wastewater characteristics are within the
stated limits and the effluent parameters are not, the
RBD manufacturer will make any changes to the existing
RBD equipment and run the same testing parameters as
previously described, at the manufacturer's expense.
At the conclusion of this testing period, with the in-
fluent conditions within the limits described and the
effluent conditions not conforming to those specified,
the RBD manufacturer shall have the option of running
another seven (7) consecutive days of sampling and test-
ing. If the option to test another seven (7) days is
initiated and the effluent requirements are still not
met, and the influent conditions are within limits, the
manufacturer will provide and install additional square
footage of media to meet the effluent requirements.
Manufacturer shall also provide and install additional
piping, valves, motors, shafts, tankage, concrete slabs,
sidewalks, complete electrical installation, etc. An-
other seven (7) consecutive day testing period will then
be performed to verify the effluent characteristics at
the manufacturer's expense. When the effluent parameters
are met, with the described influent limits, the process
performance bond and liability shall no longer be in
effect and the RBD system shall be acceptable to the
Owner and Engineer.
(SOHT) RBDU - 12 of 13
~_j~ HOLZMACHIFR. McLENDON & MURRELL. P.C
rING BIOLOGICAL DISC UNITS (CONT'D.)
13.0 - START-UP AND SERVICES
The manufacturer of the RBD units shall provide the services of
an Engineer for a total of not more than five (5) working days for
the purpose of instructing and assisting the Contractor and the
Owner's personnel in the handling, installation, start-up, and pro-
per operation of the process and equipment.
(SOHT) RBDU - 13 of 13
~_j~ HOLZMACHER, McL£NOON & MURRELL, P.C
EFFLUENT WET WELL ACCESSORIES
1.0 - SCOPE
The Contractor shall furnish all labor, tools, materials, equip-
ment and incidentals necessary to construct and install miscellaneous
accessories and equipment for the effluent wet well, ready for use, as
specified herein and shown on the Contract drawings. Included shall be
initial start-up and testing in the presence of the Engineer, Owner and
manufacturer's representatives.
2.0 - SUBMERSIBLE PUMPS
The Contractor shall furnish, install and place into operation two
(2) submersible pumps, as shown on the contract drawings.
The pump shall be capable of delivering 60 GPM against a TDH of 17
feet, including static lift and pipe friction. The motor is to be 1/2
HP, 3 phase, 60 cycle, 1756 RPM, for operation on 460 volts AC. The
Contractor shall furnish 50 feet of approved cable with each pump.
The pumps shall be Model No. 3SE54-BAF, as manufactured by Peabody
Barnes, Inc.; or equal.
Pumps shall be capable of'handling raw, unscreened sewage. The
design shall be such that pumping units will be automatically connected
to discharge piping when lowered into place on the discharge connection.
The pumps shall be easily removable for inspection or service, requiring
no bolts, nuts or other fastening to be removed for this purpose, and no
need for personnel to enter wet well. Each pump shall be fitted with a
galvanized chain of adequate strength and length to permit raising the
pump for inspection and removal.
Pump construction shall be as follows:
(a) The pump motor housing and impeller to be cast iron with all
parts coated with a two-part epoxy and based at 350 degrees F. Finish
coat to be air dry enamel. All exposed hardware to be corrosion-re-
sistant stainless steel.
(b) The impeller shall be with either one or two vanes on back-
side. Spherical solid handling of impeller shall be 2".
(c) The seal shall be mechanical type running in oil filled chamber
ceramic and carbon faces with stainless steel metal parts, with an ex-
clusion lip seal in front of mechanical seal.
~ EW-WA - 1 of 3
~'~_j~ HOLZMACH~=R. McLENDON & MURR~:LL PC
EFFLUENT WET WELL ACCESSORIES (CONT'D.)
(d) A sliding guide bracket shall be an integral part of the
pumping unit and the pump casing shall have a machined angle connection
with yoke to connect with the cast iron discharge connection, which
will be bolted to the floor of the wet well and so designed as to re-
ceive the pump angle connection without the need of any bolts or nuts.
(e) Sealing of' the pumping unit to the discharge connection
shall be accomplished by a simple linear downward motion of the pump
with the entire weight of the pumping unit guided to and wedged tightly
against the angled discharge connection; no poriton of the pump shall
bear directly .on the floor of the wet well and no rotary motion of the
pump shall be required for sealing. Sealing at the discharge connection
by means of a diaphragm or similar method of sealing will not be ac-
cepted as an equal to a metal-to-metal contact of the pump discharge
and mating discharge connection specified and required.
(f) The motor is to be a totally submersible design with open
windings and completely oil filled with Class B insulation. An air
filled watertight casing for motor housing shall be acceptable. The
motor shaft shall be stainless steel and designed for extremely diffi-
cult sewage pumping service.
All three-phase motors shall be dual voltage. Pump motors shall
have cooling characteristics, suitable to permit continuous operation,
in a totally, partially or non-submerged condition. The pump shall be
capable to running dry in a totally dry condition under full load with-
out damage, for extended periods. Before final acceptance, a field
running test demonstrating this ability, with 24 hours of continuous
operation under the above conditions, shall be performed for pumps
being supplied.
The pump manufacturer shall provide a one-year warranty from date
of final certificate, which will apply against defective workmanship
and materials on all components supplied by Peabody Barnes, or equal.
For a period of five (5) years from the date of manufacture, a five-year
exchange plan will be available on a brand new pump of the same size HP.
The pump manufacturer shall furnish certified laboratory pump
curves for each pump after manufacture. Pump curves shall include:
flow, total dynamic head, brake horsepower, efficiency and net positive
suction head required.
Prior to each pump being installed, the Contractor shall have all
piping, valves, etc. on the site. Foundation bolts shall be as shown
on the contract drawings.
E[~WA - 2 o f 3
HOLZMACHER, McLENOON & MURRIFLL, P.C
EFFLUENT WET WELL ACCESSORIES (CONT'D)
The manufacturer shall submit five (5) copies of a manual detail-
ing the following information:
Installation, Operation, Maintenance, Shop Drawings,
Certified Curves, etc.
The Contractor-shall, at the request of the Engineer, perform a
field performance test of each pump and motor to determine the actual
characteristic curve. Failure of the pumps to perform, based on the
certified pump curves, shall result in either replacement of the pumps
or other corrective action deemed necessary by the Engineer at the Con-
tractor's expense.
E%~A - 3 of 3
HOLZMACH£R, McLENDON & MURRELL, P.C
SLUDGE/SCUM WELL ACCESSORIES
1.0 - SCOPE
The Contractor shall furnish all labor, tools, materials, equipment
and incidentals necessary to construct and install miscellaneous acces-
sories and equipment for the two (2) sludge well pumps, ready for use,
as specified herein and shown on the Contract Drawings. Included shall
be initial start-up and testing in the. presence of the Engineer, Owner
and Manufacturer's Representatives.
2.0 - EQUIPMENT
The equipment for the sludge well accessories shall consist of fur-
nishing and installing the sludge well pumps. Sludge well pumps to be as
manufactured by Moyno Pumps, Fluids Handling Division, Robbins and
Myers, Inc.; or equal.
The pumps shall be Moyno Model 1FOGSI or equal, and shall be
rated for variable operating conditions as follows:
NO. OF
UNITS GPM
2 150
The pumps
maximum operating speed of
RPM MAX. HP
TDH MIN. MAX. MOTOR
27' 45 450 5 6"
shall be capable of delivering 100
300 rpm.
FLANGED DIA. SUCTION
SUCTION DISCHARGE PRESSURE
6" Flooded
gpm @ 27' TDH with a
Sludge well pumps to be in-line coupling arrangement located in
sludge well as shown on the Contract Drawings with motor protector guard
to be supplied. The motor is to be 5 HP, 3 phase, 60 cycle, for opera-
tion on 230/460 volts A.C.
The sludge well pumps shall be heavy duty, positive displacement,
cradle-mounted, single stage progressing cavity type. Cradle-mounting
will allow the normal vertical port to be rotated to any angle perpen-
dicular to the center line of the pumps.
The body castings of the pump shall be thick-walled cast iron. The
suction housing shall incorporate two rectanglar inspection ports, 180
degrees apart and provide access to the universal joints within the
suction housing. Ail cast parts will be smooth and free of sandholes,
blowholes, and other defects.
Suction and discharge connections shall be 150 degrees ANSI flat-
face flanges.
SSWA - 1 of 3
i._t~ HOLZMA(~HER, McLENDON & MURRELL. P.C.
SLUDGE/SCUM WELL ACCESSORIES (CONT'D.)
The rotor shall be machined and polished tool steel chrome-plated
single helix. It shall have a nominal chrome plate of 020 for a maximum
abrasion resistance.
The stator shall be molded elastomeric, double helix, chemically
bonded to a steel tube. The Buna N stator shall use 720 degrees clamp
rings to fasten to the normal horizontal slange and suction housing,
with sealed ends. The clamp rings will facilitate stator removal. The
stator seals shall be designed to prevent the material being pumped from
contacting the stator bonding and tube.
The universal joints shall be of the grease lubricated, totally
enclosed sealed and shielded, crowned gear type. The operating angle
of these joints shall not exceed 1-1/2 degrees off center. They shall
be of adequate design to transmit the required thrust and torque while
allowing the rotor to move in its eccentric path. The joint seal shall
be designed to prevent any liquid from contaminating the gear, while the
shield shall be designed to prevent any foreign objects from rupturing
the seal. The low angularity shall maximize universal joint life.
A splined connecting rod shall connect the gear joints of the
eccentrically moving rotor and the drive shaft. The connecting rod
shall pass through the suction housing/shaft seal area within the hollow
drive shaft quill so that no eccentric loads are imparted on the packed
seal. This connecting rod shall be rigid and not susceptible to chipping
The drive shaft shall be of two-part design with the chromo-plated,
hollow quill removable for repair. The quill will be replatable. It
shall be removable without removing the bearings from the bearing housing
or disconnecting the driver.
The bearings will be of the grease lubricated ball type. Fittings
shall be located in the bearing housing to permit occasional re-lubri-
cation, the B-10 life of the bearings shall exceed 30,000 hours under
maximum operating conditions of this Specification. The bearing casting
shall utilize a bearing cover plate held in place by a 720 degree
retaining ring.
3.0 - SERVICE
The Contractor shall include with his bid, the services of the
Equipment Manufacturers field technician for a total period of two
(2) days for start-up and to instruct the Owner's Representative on
operational procedures. Five (5) copies of Operation and Maintenance
ManUals shall be submitted to the Engineer.
HOLZMACHER, McLENDON & MURRELL P.C
ISLUDGE/SCUM WELL ACCESSORIES (CONT'D.)
4.0 - TELESCOPIC VALVES
The Contractor shall furnish and install where shown on the Contract
Drawings two (2) 6-inch diameter telescoping sludge control valves as
manufactured by Walker Process Equipment Division of Chicago Bridge and
Iron Co., Aurora, Ill; Dezurik Corp., Sartell Minn., or equal.
Each valve unit shall be a complete assembly consisting of 3/4-inch
brass non-rising stem, aluminum handwheel, cast iron valve stand with
position indicator, 6-inch seamless drawn brass slip tube with cast
bronze bail, and cast iron companion flange with rubber gasket sealing.
Galvanized bolts shall be furnished for each unit. The slip tube shall
be designed to slip into a 6-inch glass lined ductile iron pipe which
contains no rough projections or busters. The valve strands shall have
one (1) shop coat of machinery enamel. A bronze graduated position
scale shall be furnished for each valve.
Each of the telescopic valves shall be mounted at the sludge/scum
well as shown on the Contract Drawings within the wet well and each
shall be equipped with a valve stand, handwheel and valve platform.
Contractor shall submit five (5) copies of the Shop Drawings showing
details of platform and mounting of valves to the Engineer. Five (5)
copies of the Operation and Maintenance Manual shall also be provided.
SSWA - 3 of 3
I.-~/~ HOLZMACHER. McLENDON & MURRELL. P.C
METERING SYSTEM
1.0 - SCOPE
The Contractor shall furnish all labor, materials, equipment and
incidentals necessary to construct an effluent metering system for the
scavenger waste treatment plant as specified herein, shown on the con-
tract drawings and as directed by the Engineer.
2.0 - PROCESS METERING SYSTEM
A. General
The Contractor shall furnish and install one (1) 4-inch effluent
flow meter at the location shown on the contract drawings.
The metering system shall consist of a 4-inch universal venturi
tube, a probe system and a flow transmitter which will meter solids
bearing fluids and produce a 4-20 ma D.C. output signal proportional
to flow. It shall be possible to field check calibration of the ven-
turi, without using any of the instrumentation, by use of an inverted
U-tube manometer. It shall also be possible to check the calibration
of the probes with a manometer without the use of the electronic por-
tion of the system. Further it shall be possible to remove the probe
assemblies for inspection or service without interruption of the flow
in the pipe line. It shall also be possible to check the interior
of the venturi without removing it from the line. The probe assemblies
and the venturi shall be submersible.
B. Primary Flow Element
The metering primary shall be of the pressure differential pro-
ducing type utilizing pure static pressure sensed at the inlet and
throat. Devices amplifying the differential by causing change in
the direction of the flow at the cross-sections where inlet and/or
throat static pressure is sensed shall not be considered. The inlet
section shall be comprised of the cylindrical section of similar
diameter as the pipe in which the high pressure tap is installed and
shall incorporate a hydraulic shape employing at least two vena con-
tractae to condition the flow pattern before it enters the throat
tap section. The laying length of the throat shall be at least 0.6
times the throat diameter. The low pressure tap shall be installed
in this section. The outlet cone shall be truncated having an in-
cluded angle of 10 degrees. The differential pressure shall indi-
cate flow change only. Devices employing entire or partial pitot
effects, amplifying differential and introducing unwanted noise shall
not be acceptable. The tube coefficient shall be constant for pipe
Reynolds number of 75,000 and greater and independent of beta ratio.
(SOHT) MS - 1 of 4
HOLZMACHER. McLENOON & MURRELL.
METERING SYSTEM (CONT'D.)
2.0 - PROCESS METERING SYSTEM (cont'd.)
The tube shall be constructed of cast iron A.S.T.M. Tentative Specifica-
tion for Gray Iron Castings for Valves, Flanges and Pipe Fittings, De-
signation A126-61T, Grade B. The ends of the tube shall be 125 pound
flanged. The entire interior of the tube shall be coated with a non-
stick finish. The metering element shall not have debris collecting
cavities or annular chambers, but shall have single pressure connections
at the inlet and throat on both sides; one set with corporation instru-
ment cocks for the probe assemblies and the other for a manometer con-
nection. In addition, vent ports and drains shall be included on a
90 degree plane to the metering tap. The manufacturer shall furnish a
certified flow vs. differential curve to the Engineer for approval.
The manufacturer shall furnish certified data substantiating tube pro-
portions and performance. The data shall include coefficient values
and tolerance; effects of upstream configurations; head loss as a
function of the velocity head expended; and proof that the coefficient
is independent of beta and line size. The outlet cone shall contain an
inspection cover which shall permit internal inspection of the tube.
C. Pressure Sensors
The probe sensors shall operate on a 1:1 transfer of pressures,
using a pure liquid on one side of the sensing membrane to oppose the
contaminated fluid. The probes shall function on the nozzle-armature,
null balance principle which operates to maintain within the probes a
liquid pressure, changes in which are exactly equal to the pressure
changes being sensed. Static pressure and temperature differences be-
tween the two probes shall be automatically cancelled out such that the
signal difference between the probes represents the true differential
pressure produced by the venturi. The interface membrane shall be
located at the inside diameter of the venturi tube at the two sensing
points, thus no contaminated fluid shall leave the interior of the tube.
The membranes shall be of Viton and the actuating liquid a hydraulic oil
not susceptible to freezing. The liquid for the probes shall be cir-
culated continuously by a small gear pump requiring 117 volt, 60 Hz,
150 watt power supply. The probes shall be inserted into the venturi
openings through corporation cocks and the insertion depth shall be
controlled by a location collar on the shank of the probes, factory set.
Each pressure area of the probe assemblies shall be equipped with quick-
disconnect poppet valves to permit field checking by gauge or manometer.
The probes shall be submersible to a depth not exceeding the static
pressure in the line.
D. Transmitter
The transmitter shall be actuated by a liquid filled, nickel copper
bellows assembly having seals which prohibit deformation of the bellows
(SOHT) MS - 2 of 4
HOLZMACHER. McLENOON & MURRELL. PC
METERING SYSTEM (CONT'D.)
2.0 - PROCESS METERING SYSTEM (cont'd.)
due to overload. The bellows shall be contained in a forged brass hous-
ing designed for working pressures up to 150 psig. The assembly shall
have integral temperature compensation from 30 to 140 degrees F. The
maximum scale differential pressure shall be 67-inches H20 at 150 GPM.
The transmitter shall operate from power supplied through the double-
conductor transmission line that carries the signal current. The motion
of the bellows assembly shall be mechanically coupled to precision,
linear differential transformer. The motor shall be recti-linear and
there shall be no fulcrum points in or coupled to the moving assembly.
The control system within the transmitter shall be of the null-balance
type, and the signal current shall be developed by an integrated circuit
containing reset action to insure positive null positioning of the LVDT
core. The output signal shall be proportional to flow and shall be 4-20
ma D.C. into a load of 1,000 ohms or less.
The electronic circuit board shall be contained in a casting form-
ing a NEMA 3 enclosure. External zero adjustment shall be provided.
The transmitter shall be furnished with a mounting flange for floor
stand or wall mounting. The transmitter shall be finished in corrosion-
resistant Twintex enamel. The system accuracy shall be +1% of scale
reading over a 10:1 range with maximum capacity of 150 G~M and shall be
B-I-F Model 185; or approved equal.
E. Receiver
The receiver shall be actuated by a 4-20 ma D.C. signal and shall
be mounted in the motor control center which is to be supplied by the
Electrical Contractor. The electronic circuitry shall be of solid
state components. The electronic circuit shall include an I.C. (inte-
grated circuit) amplifier which receives the D.C. input signal. The
amplified D.C. signal shall drive a servo-positioner by means of a
closed loop. The servo shall drive the read-out device. All components
within the receiver shall be of modular construction with each circuit
card plugged into a mother board which shall be wired directly to an
internal terminal strip with color coded wire. The circuit shall be
equipped with zero and span adjustments. The necessary D.C. power
supply shall be an integral part of the receiver. The entire mechanism
shall be mounted on a slide tray with all components completely ser-
viceable from the front of the instrument. Internal wiring shall in-
clude an "on-off" switch and fuse. The case shall be steel with molded
plastic door bezel containing a clear plastic door and magnetic latch.
The upper border of the window shall display the service legend and
the lower border the function, both in engraved letters. The case
shall be equipped with an integral mounting bracket for mounting to
panels or consoles.
(SOHT) MS - 3 of 4
HOLZMACHER. McLEN~ON & MURRELL,
METERING SYSTEM (CONT'D.)
2.0 PROCESS METERING SYSTEM (cont'd.)
The positioner shall drive a 270 degree indicator pointer over a
dial length of approximately 6-inches. Dial graduations shall be silk
screen processed to flow units of 0 to 150 GPM. The graduations shall
be black on white background. The dial multiplier, where required,
shall be the addition of ciphers only. The accuracy shall be ~0.5%
of full scale over a 10:1 range. The case laying length shall not
exceed 20-1/4 inches. The receiver shall be a B-I-F Model 257-04; or
approved equal.
F. Totalizer
The totalizer (receiver) shall be actuated by a 15 second time
pulse signal having no signal at zero input. The input signal shall
actuate a stepper motor to drive a seven digit, cyclometer type total-
izer. The totalizer read-out multiplier shall consist of the addition
of ciphers only. The unit shall be contained in a white high impact
styrene enclosure serviceable from the front of the panel. The com-
ponents shall be mounted on a cocoa colored filled plastic faceplate
over an aluminum backplate with separate removable top and bottom ser-
vice and function identification strips, engraved as indicated in the
tabulation, all set in a black elastomeric raised bezel. The neces-
sary 30 volt D.C. power supply shall be taken from the related re-
ceiver or from a separate power supply as may be required. The accu-
racy shall be ~0.5% of maximum rate over a 10:1 range. The extended
accuracy shall be +0.5% of actual rate from 10% to 100%; +1% from 5%
to 10%; and +2% fr~m 3.3% to 5% range for 15 second cam cycles. The
totalizer sh~ll be a B-I-F Model 233-06; or approved equal.
(SOHT) MS - 4 of 4
HOLZMACHER, McLENDON & MURRELL. P.C
ANAEROBIC DIGESTER ACCESSORIES
1.0 - SCOPE
The Contractor shall furnish all labor, materials, equipment and
incidentals necessary to construct and install miscellaneous accessories
and equipment for the Anaerobic Digester, ready for use, as specified
herein and shown on the contract drawings. Included shall be initial
startup and testing in the presence of the Engineer, Owner and manu-
facturer's representatives.
2.0 - EQUIPMENT
Under this section, the Contractor shall furnish and install an
electric ignitor for the waste gas burner, overhead gas take-off piping
system, sewage gas meters, low pressure digester gas filter, gas pres-
sure indicating assembly, accumulators for condensate and sediment,
waste gas burner, pilot line flame cell, flame trap, combined pressure
relief-flame trap and manually operated low pressure drip trap, as speci-
fied herein and as shown on the contract drawings, for the anaerobic
digester system.
Complete equipment shall be as manufactured by P.F.T. Products, En-
virex, Inc., Waukesha, Wisconsin; or equal.
3.0 - ELECTRIC IGNITOR FOR WASTE GAS BURNER
The waste gas burner shall be ready to receive a CSW-MM-SAT Ignitor.
The burner pot bottom support plate shall be cut out, using supplied
template to receive the electrodes which extend into the burner pot.
The electric ignitor shall consist of electrode trough and control
box; on the top of the trough the electrodes shall be mounted with copper
buss rods, extending inside the trough from the electrodes down to and
into the control box. Inside the control box shall be a transformer,
timer, cam-operated switch, selector switch and terminal block.
The buss wire trough and control box shall conform to Joint In-
dustrial Council (J.I.C.) standards, and shall be listed by the Under-
writers Laboratories, Inc.
The operation of the ignitor shall be so that with the selector
switch on "auto", sparking of the electrodes occurs, by means of the
adjustable timer cams, at intervals of three to thirty seconds per
minute. With selector switch on "hand", continuous sparking of the
electrodes will occur.
ADA - 1 of 6
_j~ HOLZMACH£R. McL£NDON & MURRELL, PC
ANAEROBIC DIGESTER ACCESSORIES (CONT'D.)
The transformer is to be designed for continuous duty, and may be
used with selector switch on "hand" operation.
4.0 - OVERHEAD GAS TAKE-OFF
There shall be supplied and installed, one (1) overhead 2" gas take-
off piping system, as shown on the plans, to include piping, wall sup-
ports, and swivel joints, all designed to accommodate the full range of
floating cover, operation. Detailed drawing shall be submitted for the
Engineer's approval and the system shall be field tested after instal-
lation and prior to the time the digester is placed into use. The gas
take-off system shall be pressure tested to 20 psig for two hours. After
testing, the system shall be painted and insulated, with approved water-
proof materials.
5.0 - SEWAGE GAS METERS
The Contractor shall furnish and install completely, two (2) Model
3003R22S-MM Recording and Integrating Ring Balance Orifice Type Sewage
Gas Meters. All parts of the m~ters in touch with sewage gas shall be
of stainless steel, including the ring and three-valve manifold. (Each
gas meter shall record the flows, as indicated below under the subject
of orifice size. The meters shall be complete with meter-valve assembly
of two and three-eighths inch (2-3/8") shut off, one and three-eighths
inch (1-3/8") equalizing valve and charge sealing fluid.) Each meter
shall include 100 charts for each size orifice, one (1) year's recorder
ink supply, and one (1) set of check weights to test rings. The meter,
recorder, and integrater shall be electric driven, 110 volt, 60 cycle,
single phase current, all NEMA VII enclosed. Chart speed shall be 1
revolution per 7 days. The meter shall be pedestal mounted to place the
center of the recorder approximately five feet (5'-0") above the floor
and the back of the meter approximately one and one-half feet (1-1/2')
from the wall.
For each meter, there shall be furnished one (1) pair (300 psi)'
welding neck orifice tapped flanges for two-inch (2") diameter.
Schedule 40, carbon steel pipe. For each of the welding neck flanges,
there shall be furnished three (3) 1/8" thick stainless steel orifice
plates. The orifice plates shall be rated at 1000 cfh; 2000 cfh; 3000
cfh, at 1/2" w.c. pressure loss. Each orifice plate shall be referenced
stamped for its rated flow.
The Contractor shall also provide and install 1/2" diameter rigid
copper tubing or steel pipe (including unions) Pulse (static) lines
between the welding neck tapped flanges and the meter connections. Each
ADA - 2 of 6
.~ HOLZMACHER. McL£NDON & MURRELL, P.C
ANAEROBIC DIGESTER ACCESSORIES (CONT'D.)
pulse line shall include a gas shut-off cock near the main gas line
and the pulse lines shall be laid in a neat manner sloped to insure
condensate drainage to the main gas line. The Contractor shall be
certain that there are no dips or low points in the pulse piping sys-
tem that can collect water. Reducers and fittings shall be included
as required to make up the connections at the meter and the tapped
orifice flanges.
The meter supplier shall include two (2) sets of repair parts
lists, orifice and meter specification sheets, together with three
(3) copies of instruction manuals.
After go6d quality gas has been produced and burned for a period
of not less than two (2) weeks, the supplier shall provide the ser-
vices of an Engineer for a period not to exceed two (2) days, for the
purpose of calibrating the meters and instructing the Owner regarding
operation and maintenance.
6.0 - LOW PRESSURE DIGESTER GAS FILTER
There shall be supplied, as shown on the contract drawings, (in
addition to the gas accumulator), low pressure digester gas filters
with 2" (screwed) connections. The filters shall serve as an aid in
removing sediment and condensation. Each unit shall be constructed
of 1/4" carbon steel and shall have a bolted access plate on one side
to service the removable element. The element shall be chemically
bonded aluminum beads of a porosity to pass 9000 cfh of gas at minimum
pressure drop.
The filter element shall be a minimum of 2" thickness. A spare
element shall be provided. Each side of the filter case shall be
fitted with a one-inch (1") valved drain and each drain shall include
a two quart manually operated drip trap. Also, the inlet and outlet
of the casing shall be tapped for 1/2" pressure line connection to
connect to a differential pressure gauge to be located on a bracket
attached to the casing. The pressure lines shall be 1/2" rigid copper
pipe reduced at the gauge connection. The units shall be supported as
required.
7.0 - GAS PRESSURE INDICATING ASSEMBLY
There shall be supplied at the indicated locations in the gas
piping system, a four (4) scale gas pressure indicating gauge, suit-
able for wall mounting and capable of accurately measuring gas pres-
sures from 0 to 12 inches of water. The complete unit shall be mounted
ADA - 3 of 6
~/~ HOLZMACHER. McLENDON & MURRELL. P.C
ANAEROBIC DIGESTER ACCESSORIES (CONT'D.)
on a single base and shall consist of 1/8" pipe traps for connecting
to the gas piping system, individual fluid reservoirs, tubes, and ad-
justable scales properly calibrated to read gas pressures directly in
inches of water. Stop and vent cocks properly pinned to prevent pos-
sibility of gas escaping into the room shall be provided for setting
the zero position of the scales. The top of the tubes shall be mani-
folded and provided'with a flame check with 3/8" male pipe threads
for connecting to an outside atmospheric vent. Scales shall be titled
as follows:
WASTE DIGESTER BURNER BLANK
8.0 - ACCUMULATORS FOR CONDENSATE AND SEDIMENT
There shall be supplied, as shown on the contract drawings at in-
dicated locations in the gas piping system, galvanized steel accumula-
tors for condensate and sediment with 2" screwed connections. The ac-
cumulators shall be arranged for installation in a horizontal section
of piping, and shall be provided with suitable baffles, removable top
cover plate, a sealed inspection pipe for safe determination of liquid
level inside without closing the gas supply line, three (3) 1" plugged
openings for sediment removal and a 1" manually-operated drip trap,
complete with shutoff valve and connecting pipe and fittings. The
capacity of the unit shall provide for 5 gallons of accumulated sedi-
ment and 5 gallons of accumulated condensate.
9.0 - WASTE GAS BURNER
There shall be supplied at indicated locations in the gas piping
system, one (1) pedestal type waste gas burner having a 2" connection
for the main burner supply and a 1" connection for the pilot. (Flame
traps must be interposed in the supply and pilot lines between the di-
gester and the waste burner.)
The complete waste gas burner shall include a separable base wfth
anchor bolts for installation on a concrete foundation, removable sup-
port pedestal of standard steel pipe filled with suitable insulating
material and flanged for mounting and bolting to the base after the
base is installed on the concrete foundation, removable burner bowl
with window port for observing pilot flame, ignition ring, and pilot
orifice.
The waste gas burner shall be capable of passing 2000 cfh of sludge
gas at a pressure drop not to exceed 1/2" water column.
ADA- 4 of 6
i_t~,~ HOLZMACHER` McLENDON & MURRELL. P.C
ANAEROBIC DIGESTER ACCESSORIES (CONT'D.)
10.0 - PILOT LINE FLAME CELL
There shall be supplied at the indicated location in the gas piping
system, one (1) pilot line flame cell with 1" connections. The flame
cell shall consist of cover castings with a flame element composee of
alternately smooth and crimped aluminum ribbon forming a series of ducts
that will prevent passage of flame, but freely pass gas. The flame cell
shall be installed i~ a vertical section of the gas piping system.
11.0 - FLAME TRAP
There shall be supplied at the indicated locations in the gas
piping system, flame trap assemblies provided with 2-inch screwed in-
let and outlet connections. The flame trap element shall be of con-
veniently replaceable nature and composed of alternately smooth and
crimped aluminum ribbon forming a series of ducts for free passage of
gas that will prevent a passage of flame. The unit shall also include
a spring-actuated thermal shutoff valve held open by a thermal release
as a further protection against burning mixtures. A feeler pin shall
be provided to check the condition of the thermal unit.
The flame trap shall be capable of passing 1500 cfh of sludge gas
at a pressure drop not to exceed 1/2" w.c.
12.0 - COMBINED PRESSURE RELIEF-FLAME TRAP
There shall be supplied at indicated locations in the gas piping
system, one (1) combined pressure relief with flame trap assemblies
provided with 2-inch screwed inlet and outlet connections. The relief
valve shall be actuated by means of properly protected diaphragm of the
adjustable weighted type to allow accurate control of the gas pressure.
The lower side of the diaphragm shall be provided with a connection
with a flame check for 1/2" OD tubing that shall be connected to the
location in the gas piping system near the digesters ahead of the gas
meters. The upper side of the diaphragm shall be furnished with a con-
nection for 1/2" OD tubing that shall be connected to an outside at-'
mospheric vent.
The flame trap element shall be of conveniently replaceable nature
and composed of alternately smooth and crimped aluminum ribbon forming
a series of ducts for free passage of gas that will prevent a passage
of flame. The unit shall also include actuated thermal shutoff valve
held open by a thermal release as a further protection against burning
mixtures.
ADA - 5 of 6
HOLZMACHER. McLENDON & MURRELL. P.C
ANAEROBIC DIGESTER ACCESSORIES (CONT'D.)
The combined pressure relief with flame trap shall be capable of
passing 2350 cfh of sludge gas at a pressure increase not to exceed
1/2" w.c. Adjusting weights shall be provided for relief pressure of
4-1/2" w.c.
13.0 - MANUALLY-OPERATED LOW PRESSURE DRIP TRAP
There shall be supplied a 1-inch manually-operated low pressure
drip trap at all low points in the gas piping system. Each drip trap
shall have a capacity of 2 quarts. The drip traps consist of a pot
casting, a gasketed cover and a rotary valve manually-operated so that
when the connection to the gas line is opened, the drain line is auto-
matically closed, and vice versa. The units shall be provided with 1"
pipe threads arranged to connect by 1" vertical pipe nipples through
service shutoff cocks to fittings in the gas piping system.
14.0 - SERVICE
The Contractor shall include with his bid the services of the
equipment manufacturer's field service technician for a total period
of five (5) days for the purpose of check-out, initial start-up, certi-
fication and instruction of plant personnel. Five (5) copies of the
operation and maintenance manua~ and shop drawings shall be submitted
to the Engineer.
ADA - 6 of 6
l_l~:~j~ HOLZMACHER. McLENOON & MURRELL. P C
ANAEROBIC DIGESTER GAS MIXING SYSTEM
1.0 - SCOPE
The Contractor shall furnish all labor, tools, materials, equipment
and incidentals necessary to construct and install miscellaneous acces-
sories and equipment for the anaerobic digester gas mixing system, ready
for use, as specified herein and shown on the contract drawings. In-
cluded shall be inibial start-up and testing in the presence of the En-
gineer, Owner and manufacturer's representatives.
2.0 - EQUIPMENT
Under this section, the Contractor shall furnish and deliver, ready
for installation, digester gas mixing equipment for installation in one
(1) new digestion tank, 25'-0" in diameter x 18'-0" side water depth.
The gas mixing system shall include gas compressor and control as-
sembly, gas discharge wells, gas discharge lances and condensate drain,
sediment trap and plug valve. Complete equipment shall be PFT-Pearth
gas recirculation system, as manufactured by Envirex, Inc. of Waukesha,
Wisconsin; or equal.
3.0 - GENERAL
The gas recirculation system shall provide complete mixing of the
digester contents, including intimate intermixing of the raw and di-
gesting solids. For maximum intensity of mixing, the full discharge
volume of compressed gas shall be recirculated from the gas dome to
each discharge point individually in a controlled sequence program.
The equipment shall be mounted on the new gas holder cover and
comprise a compressor with all safety and operational controls taking
suction from the gas dome and discharging through necessary piping and
appurtenances to four (4) discharge points in the digester. The equip-
ment shall be so arranged that, with the exception of the discharge
well shells, installation, operation and maintenance are possible with-
out interruption of the digestion process.
4.0 - COMPRESSOR AND CONTROLS
The compressor and control assembly shall be completely wired and
assembled in an insulated 1/8" steel plate housing, equipped with a
fabricated 12-gauge steel removable cover for ease of maintenance and
ADGMS - 1 of 5
~j~ HOLZMACHER, McLENDON & MURRELL, P.C
~NAEROBIC DIGESTER GAS MIXING SYSTEM (CONT'D.)
service. The housing shall have one (1) set of hinged access doors with
latching door handle in addition to two (2) bolted access plates, there-
by providing three-sided access to the equipment contained within the
housing. Two (2) 6" mushroom type aluminum ventilators shall be pro-
vided.
The compressor shall be a positive displacement, rotary-lobe, air
cooled gas pump driven by a drip-proof, 3 phase, 60 cycle, 230/460 volt
motor, with premium moisture resistant windings. The gas pump shall be
capable of compressing 95 cfm of gas to 15 psi, and shall be driven by
a 15 HP, 2900 RPM motor.
A high pressure relief valve, discharging to the gas dome, shall be
provided on the compressor discharge line. A low pressure regulator,
controlled by the gas dome pressure, shall be provided to bleed gas to
the gas dome as required to maintain minimum pressure therein.
Two (2) dial type pressure indicating gauges shall be flush mounted
through the housing. One (1) gauge connected to the compressor dis-
charge shall read from 0 psi to 20 psi; the other connected to the gas
dome shall read from 0" to 15" w.c.
An explosion-proof NEMA Type VII combination starter and circuit
breaker with "Start-Stop" pushbutton in cover shall be provided for com-
pressor control and be mounted on the outside of the compressor housing.
5.0 - AUTOMATIC PROGRAMMING
Equipment shall be provided to automatically program a predetermine~
discharge period through each of the discharge wells in sequence. The
selection of point of discharge shall be through a rotary valve having
multiport cast iron body with connections for the supply lines to the
discharge wells and an internal rotating single port sleeve which is ro-
tated from port to port by means of an integrally connected gear motor.
Individual mechanical valves shall not be acceptable.
Adjustable timer shall be provided to allow discharge through each
port for a definite, but predetermined, length of time, variable from
15 minutes to 3 hours. Selector switch shall be provided to allow se-
lective discharge to any desired well. One and only one discharge point
shall operate at a time such that each individual discharge point re-
ceives the entire flow of the compressor insuring the thorough mixing
of its respective zone. Multiple points of discharge operating simul-
taneously thereby dividing the compressor flow, shall not be permitted.
ADGMS 2 of 5
~..,~ HO~ 7MACHER, McLENOON & MURRELL. P.C
ANAEROBIC DIGESTER GAS MIXING SYSTEM (CONT'D.)
Pilot lights shall indicate the operating well for either automatic or
manual operation. The rotary valve shall be mounted in the compressor
housing and shall be readily accessible.
6.0 - DISCHARGE WELLS
Three (3) peripheral and one (1) center discharge well shells, lo-
cated as shown on the plans, shall be provided for the new floating
cover. The well shells of 4" black steel pipe shall be installed
through the 16wet chord of trusses, terminating a sufficient distance
below the liquid level to provide a positive gas seal. The upper end
of each well shell shall extend above the cover roof line and be pro-
vided with a gas-tight, bolted cover plate with lifting handle. Each
discharge well shell shall be equipped with a 2" inlet connection and
an internal seat ring to receive the discharge pipe assembly.
Removable discharge lances shall be provided for each well shell.
The lances shall consist of 2" standard weight steel pipe arranged to
screw into the well shell cover plate. The portion of the pipe within
the well shell above the seat ring shall have openings for entrance of
gas. A compression ring to receive rubber "O"-ring gasket shall be
welded to the discharge pipe below the gas entrance section. When the
cover plate is bolted down, the "O"-ring gasket shall compress against
the seat ring as a gas seal. The discharge lance shall extend to the
side wall base elevation (when the floating cover is resting on the
corbels). The discharge lance shall be removable for repl-acement or
change in depth of discharge without interrupting digester operation.
7.0 - GAS DOME CONNECTIONS
One (1) 2" and one (1) 1" welding socket shall be provided in the
gas dome for compressor return and control lines. A 3" coupling shall
be provided in the gas dome above the roof plate line for compressor
suction piping.
8.0 - CONNECTING PIPING
Two-inch (2") connecting piping with necessary welding fittings
and supports shall be provided for installation between the welding
sockets on the gas dome and the gas discharge well shells and the
welding nipples on the mounting plate at the compressor housing. The
ADGMS - 3 of 5
i_t~ HOLZMACHER, McLENDON & MURRELL PC
ANAEROBIC DIGESTER GAS MIXING SYSTEM (CONT'D.)
mounting plate at the compressor housing shall be provided with 2" di-
ameter nipples welded in place, gas-tight, with the upper end capped.
A 3" capped condensate drain pipe shall be provided and welded in place
(between the ceiling and roof). All piping (in the attic space of the
floating cover) shall be welded gas-tight and pressure tested at 30
psi prior to the complete installation of the roofing.
9.0 - POWER CONNECTION
There shall be provided a four-conductor, heavy-duty, neoprene
covered cable, to be connected to compressor housing and power supply
at top of tank wall, which shall be of sufficient length for entire
cover travel.
10.0 - BALLAST
In order to balance the cover, approximately 1500# of ballast, in
the form of concrete ballast blocks, weighing approximately 300# each,
must be installed in the cover panel opposite the compressor housing
prior to the complete installation of the roof. There shall be pro-
vided two (2) 6", 12.5~ I-beams for support of the ballast blocks.
11.0 - PAINTING
The complete compressor housing assembly shall receive shop paint-
ing inside and out on all surfaces, except those which are galvanized.
Shop paint shall be one (1) coat of Koppers No. 621 Primer, followed by
one (1) coat of Koppers No. 307 medium grey Glamortex enamel.
12.0 - GENERAL ITEMS
All appurtenances, including electrical controls, other than speci-
fied, wiring of motor or controls, control panels or supports, valves,
piping, pipe railing, floor grating, tools, lubricants, templates or
pipe, shall be furnished by this Contractor.
ADGMS 4 of 5
k--~ HOLZMACHER. McL£NDON & MURRELL, PC
ANAEROBIC DIGESTER GAS MIXING SYSTEM (CONT'D.)
13.0
SERVICE
The Contractor shall include with his bid the services of the
service technician for a total period
equipment manufacturer's field
of five (5) days.
This service shall be for the purposes of check-out, initial start-
up, certification, and instruction of plant personnel.
A written report covering the technician's findings and installa-
tion approval shall be submitted to the Engineer covering all inspections
and outlining in detail any deficiencies noted.
Five (5) copies of the shop drawings and operation and maintenance
manuals shall be submitted to the Engineer.
ADGMS - 5 of 5
~,/~ HOLZMACHER. McLENDON & MURRELL, P.C
ANAEROBIC DIGESTER SPIRAL GUIDED GAS HOLDER
1.0 - SCOPE
The Contractor shall furnish all labor, tools, materials, equip-
ment and incidentals necessary to construct and install miscellaneous
accessories and equipment for the anaerobic digester spiral guided gas
holder, ready for use, as specified herein and shown on the contract
drawings. Included'shall be initial start-up and testing in the pres-
ence of the Engineer, Owner and manufacturer's representatives.
2.0 - EQUIPMENT
Under this section, the Contractor shall furnish and deliver,
ready for installation, an anaerobic digester spiral guided gas holder,
suitable for installation in the one (1) new digestion tank, 25'-0" in
diameter x 18'-0" side water depth.
The spiral guided gas holder shall include the gas dome, gas pipe
housing, rim assemblies with recessed spiral guides, main trusses, sam-
pling well with quick opening cover, recessed wall roller assemblies,
entrance hatch with bolted cover and 1/4" steel roof plates for duo-
deck.
In addition, the spiral guided gas holder shall include a pressure
vacuum relief, manhole, ceiling plate sections, roofing support pur-
lins, miscellaneous connection members and bracing, and drain sumps and
access wells above.
The spiral guided gas holder shall be as manufactured by Envirex,
Inc., of Waukesha, Wisconsin; or equal.
3.0 - GENERAL
The gas holder shall be arranged to permit floating directly upon
the liquid contents of the tank, thereby providing positive submergence
of all materials which tend to float. The gas holder shall be arranged
so that gas can be stored merely increasing the gas pressure. The gas
holder shall have an effective gas storage capacity of 1960 cubic feet
at an operating pressure of 11" w.c. The liquid level in the digester
shall be variable over a 3' range, with minimum to maximum gas storage
available over this entire range. The gas holder shall be designed to
receive a 1/4" welded steel plate roof and shall be made up of fabri-
cated assemblies which shall be piece marked for erection.
ADSGGH - 1 of 5
~j~ HOLZMACH£R. McLENDON & MURRIFLL. PC
ANAEROBIC DIGESTER SPIRAL GUIDED GAS HOLDER (CONT'D.)
The final location and elevation of the landing brackets shall be
by the equipment manufacturer.
All structural steel used in the gas holder shall comply with
ASTM No. A-36 specifications.
4.0 - LOADS AND STRESSES
Ail plates to be included
mum thickness. Ail structural
the gas holder to be self-supporting when
with maximum possible loadings as follows:
Dead load and roof load.
Live, snow and vacuum load
in the gas holder shall be of 1/4" mini-
members shall be designed to provide for
resting in an empty tank,
.60# per sq. ft.
.50# per sq. ft.
110~ per sq. ft.
Wind load on projected area. .15# per sq. ft.
Maximum allowable stresses shall not exceed the limiting stresses
as set forth in AISC specifications for structural steel with 36,000
psi yield point (A-36).
Because of possible corrosion, the ceiling plate shall not be con-
sidered as a structural member in structural calculations. No struc-
tural members shall come in direct contact with the digester contents.
5.0 - FABRICATED ASSEMBLIES
Materials to form the complete spiral guided gas holder shall be
shipped in sub-assemblies as large as practical. These shall consist
of four (4) roller assemblies to be set in the tank wall, eight (8)
rim plate assemblies (four (4) with recessed guides), eight (8) truss
assemblies, and gas dome assembly. To assure proper alignment and to
aid in welding fit-up, the trusses shall have bolted connection at the
gas dome and rim skirt. Plate sections, roof support purlins, and
miscellaneous connection members and appurtenances shall be unassem-
bled.
All rim sections shall be provided with splice bars to aid in the
erection of the cover rim plates and to provide additional stiffness
to the rim. Each truss shall comprise a lower and upper chord from the
gas dome connection to the rim plate and include the required support-
ing interconnecting members in the vertical plane. There shall be an
ADSGGH - 2 of 5
HOLZMACHER. McLENDON & MURRELL, P C
ANAEROBIC DIGESTER SPIRAL GUIDED GAS HOLDER (CONT'D.)
attic space between the upper chord and lower chord of the trusses for
the full radius of the cover.
6.0 - SPIRAL GUIDES
The gas holder shall be provided with spiral guides arranged to
engage rollers set in the concrete wall of the tank. The spiral guides
shall assure that the gas holder remains level under all operating con-
ditions, preventing the gas holder from tilting or binding under any
operating conditions. The spiral guides shall be recessed into the
skirt plate of the gas holder, such that the load imposed by the roller
is transferred into the skirt plate. Guides mounted on the surface of
the skirt shall not be permitted. The rollers, guides, and skirt shall
be arranged such that the clearance between the digester wall and the
gas holder skirt does not exceed 4-1/2".
7.0 - APPURTENANCES
There shall be provided, in addition to the main assemblies, a
pressure equalization unit, a 30" diameter entrance hatch, a 48" di-
ameter manhole with bolted and gasketed cover, two (2) drain sumps
with 3" access well above with air-tight covers, two (2) 8" sampling
wells with gas-tight, quick-opening covers (both sampling wells to
extend to the bottom of the rim plate), a 24" gas pipe housing, and
combination pressure and vacuum relief assembly of the unit weighted
diaphragm operated type. The weights provided shall allow adjustment
of the relief pressure in increments of 1/4" w.c. and shall provide
a full 3" diameter opening.
8.0 - WELDING
All shop welding shall be shielded arc welding and conform to the
latest standards of the American Welding Society.
9.0 - FLOTATION WEIGHT
The operational weight of the gas holder, including the roof,
digester mixing appurtenances and submerged ballast ring shall be suf-
ficient to provide a static gas pressure of at least 9.5" w.c. Any
ADSGGH - 3 of 5
HOL~MACHER. McLENDON & MURRELL. P.C
ANAEROBIC DIGESTER SPIRAL GUIDED GAS HOLDER (CONT'D.)
additional ballast required shall be provided by submerged concrete.
The submerged concrete ballast shall also provide an increase in pres-
sure of 11" w.c. to operate a gas pressure relief valve. A minimum 6"
freeboard shall be maintained to the top of the upper rim angle under
all conditions.
10.0 - GENERAL ITEMS
Ail embedded items shall be set by the General Contractor in ac-
cordance with the manufacturer's instructions. The digester tank shall
not be constructed until all the digester equipment drawings have been
approved by the Engineer.
All appurtenances including electrical controls, other than speci-
fied, wiring of motor or controls, control panels or supports, valves,
piping, pipe railing, floor grating, tools, lubricants, templates or
pipe and sandblasting, primer, or final painting, shall be furnished
by the General Contractor.
11.0 - SURFACE PREPARATION AND PAINTING
All structural steel work shall be shipped unpainted for field sur-
face preparation and painting after assembly by painting contractor.
Refer to contract specifications for field painting.
12.0 - SERVICE
The Contractor shall include with his bid the services of the equip-
ment manufacturer's field service technician for a total period of five
(5) days.
This service shall be for the purposes of check-out, initial start-
up, certification, and instruction of plant personnel.
A written report covering the technician's findings and installation
approval shall be submitted to the Engineer covering all inspections and
outlining in detail any deficiencies noted.
13.0 - ERECTION INFORMATION (ERECTION BY OTHERS)
Welding - All field welding shall be shielded arc welding, con-
forming to the latest standards of the American Welding Society.
ADSGGH - 4 of 5
I._~"~_j~ HOLZMACHER, McLENDON & MURRELL. PC
ANAEROBIC DIGESTER SPRIAL GUIDED GAS HOLDER (CONT'D.)
14.0 - TESTING
After erecting the gas holder and welding the ceiling plates in
place, the gas holder shall be tested for gas tightness by filling the
tank with water and trapping air beneath the ceiling plate. All weld-
ing seams shall be checked for leaks by means of a soapsuds solution
and any leaks rewelded. After the air test, the cover shall be floated
on liquid and all seams tested for water tightness. The necessary water
for conducting the test shall be furnished by the Contractor. After
testing the ceiling plates, the roof plates shall be welded in place
and tested for gas tightness by pressurizing the attic space to 6" w.c.
All welded seams shall be checked for leaks by means of a soapsuds solu-
tion and any leaks rewelded.
15.0 - WALKWAY
A walkway shall be formed by spreading a coarse sand on the last
coat of paint adjacent to the appurtenances requiring regular inspec-
tion and maintenance.
16.0 - MANUALS
Five (5) copies of the shop drawings and operation and maintenance
manuals shall be submitted to the Engineer.
ADSGGH - 5 of 5
HOLZMACHER. McLENDON & MURRELL.
ANAEROBIC DIGESTER HEATER AND HEAT EXCHANGER
1.0 - SCOPE
The Contractor shall furnish all labor, tools, materials, equip-
ment and incidentals necessary to construct and install miscellaneous
accessories and equipment for the anaerobic digester heater and heat
exchanger, ready for use, as specified herein and shown on the con-
tract drawings. Included shall be initial start-up and testing in
the presence of the Engineer, Owner and manufacturer'S representatives.
2.0 - GENERAL
Under this section, the Contractor shall furnish and deliver,
ready for installation, one (1) digester heater and heat exchanger,
having a sludge heating capacity of 140,000 btu/hr, and boiler capa-
city of 260,000 btu/hr.
The digester heater and heat exchanger shall be an integral unit
constructed by a single manufacturer, in accordance with Section IV
(Heating Boiler) of the ASME Boiler Code. Both the boiler and heat
exchanger shall be inspected, stamped, and registered with ASME by an
inspector holding a valid National Board Commission.
The equipment shall be as manufactured by Envirex, Inc. of Wau-
kesha, Wisconsin; or equal.
3.0 - DESIGN CRITERIA
The equipment manufacturer
changer
upon design calculations incorporating the following
A. Minimum boiler output - 260,000 btu/hr.
B. Minimum sludge heating capacity 140,000 btu/hr.
C. sludge recirculation flow of 75 GPM.
D. Digester operating temperature of 95 degrees F.
E. In accordance with Section IV (Heating Boiler) of the ASME.
Boiler Code.
F. Maximum operating pressure of 30 psi.
G. Operation at approximately 16 feet above sea level.
H. Minimum of 6.7 sq. ft. surface area per boiler horsepower.
shall select the heater and heat ex-
criteria:
ADH&HE - 1 of 7
I.-~ HOLZMACHER. McLENDON & MURRELL. P.C
ANAEROBIC DIGESTER HEATER AND HEAT EXCHANGER (CONT'D.)
4.0 - BOILER
All surfaces exposed to fire, including the return back, shall be
water cooled and readily accessible for inspection and maintenance. No
refractory or non-water cooled steel will be allowed in areas of flame
impingement or in the path of the hot gases.
The fire tubes shall be .095" wall SA178 GRA steel boiler tubes
rolled and flared in place. The exhaust breeching and water-cooled
return back shall be readily removable for access for fire tube clean-
ing. The furnace tube shall be a minimum of 16" O.D., Schedule 40
SA-53 GRB steel. The combined heating surface of the combustion chamber
water-cooled return back, and fire tubes shall not be less than 60
square feet. An exhaust stack temperature gauge shall be supplied to
monitor the exhaust gas temperature.
All plate used in construction of the boiler in contact with fire
shall be firebox quality steel SA 285 GR "C" and of a minimum thick-
ness of 1/4". The tube sheets shall have a minimum thickness of 5/8".
5.0 - SLUDGE TUBES
The sludge tubes shall be standard weight steel pipe held in
position by multiple gasket joints so arranged that leakage will be
exposed to atmospheric pressure and detected by telltale holes in the
gasket following ring, positively preventing contamination of the heat-
ing water by any material circulated through the sludge tubes. The
sludge return bends, gasket following rings, and flanged connections
shall be of cast iron construction. Sludge tube shall be completely
removable for inspection, cleaning, or replacement. Return bends and
4" standard flanged sludge inlet and outlet connections shall be re-
movable for inspection or cleaning of the interior surface of the sludge
tubes and return bends shall be large enough to pass a 4" sphere. The
exterior heated surface of the sludge tubes shall be at least 14.6 sq.
ft. To allow convenient access for inspection, cleaning, or replace-
ment, the sludge tubes shall be located next to the boiler. Sludge
tubes mounted beneath the boiler will not be permitted. A water cir-
culation pump, adequately sized shall be provided, with discharge ar-
ranged to produce turbulent transverse circulation across the sludge
tubes.
6.0 - INDUCED DRAFT FAN
The induced draft fan shall be provided to maintain a negative
pressure in the furnace throughout boiler operation to prevent the
leakage of combustion products to the surrounding room. Forced draft
ADH&HE - 2 of 7
i_t~ HOLZMACHER, McLENDON & MURRELL. P.C
ANAEROBIC DIGESTER HEATER AND HEAT EXCHANGER (CONT'D.)
burners operating under positive pressure will not be permitted. The
induced draft fan shall be of a capacity in excess of the maximum air
requirements for combustion.
The induced draft fan shall draw air at the burner inlet and at
the top of the exhaust breach. The burner suction point shall permit
the adjustment of c6mbustion air volume and the exhaust breach inlet
shall be adjustable to provide fan cooling and room ventilation.
The induced draft fan shall be belt driven to permit field ad-
justment of the air capacity. The drive belts and motor shall be
enclosed in a removable housing. An air proving switch shall be pro-
vided to shut down the boiler in the event of fan failure.
7.0 - CONTROL PANEL
The electrical control panel, containing burner controller, branch
circuit breakers and magnetic starters for water bath circulation pump
and induced draft fan motor, and digester temperature controls shall
be mounted and wired with rigid conduit and flexible water-tight con-
nectors in accordance with NEC. The electrical control panel shall be
mounted on the side of the unit so as not to interfere with access to
the burner, return breech, sludge tubes, or gas piping. Burner mounted
controls will not be acceptable. The control panel shall be a NEMA 12
enclosure with dual swing-out doors. The doors shall be lockable with
disconnect switch and handle to insure the doors are closed during
operation.
The following switches and indicating lamps shall be provided on
control panel doors:
Sludge heater (manual/on/off) switch
Fuel selection switch (provided with digester gas and oil
firing only)
- Constant water bath (on/off) switch
- Exhaust fan (continuous/intermittent) switch
- Sludge recirculation pump (continuous/intermittent) switch
- Low boiler water indicator lamp
- Flame failure alarm horn, alarm horn silencer, and flame
failure indicator lamp
Tagged outlets shall be provided to:
- The main power, 3 phase, 60 cycle, 460 volt AC
- The control circuit supply, single phase, 60 cycle, 115 volt AC
- The minimum 2 HP, variable speed motor of the digester recir-
culation pump
ADH&HE - 3 of 7
HOLZMACHER. McLENDON & MURRELL. P.C
ANAEROBIC DIGESTER HEATER AND HEAT EXCHANGER (CONT'D.)
- The normally open contact on the magnetic starter for the raw
sludge pump, to insure operation of the digester recirculation
pump when the raw sludge pump is operating
8.0 - BURNER CONTROLLER
The flame safeguard and programming controller, with transistorized
amplifier, shall be listed by Underwriters Laboratories and approved by
Factory Mutual. The controller shall provide a minimum of 30 second
pre-purge and 15 second post-purge of the combustion chamber. An
infrared scanhing device shall sense pilot and main flame presence.
The burner controller shall, upon flame failure, automatically close
the main fuel and pilot valves within 4 seconds and sound an audible
alarm in addition to lighting a visual indicator. The burner con-
troller shall, after an interruption of power, recycle upon resumption
of power.
9.0 - DIGESTER TEMPERATURE CONTROL
Manual control of the digester temperature shall be permitted by
the Manual/On/Off switch mounted on the control panel.
Automatic control of the digester temperature, within plus or
minus 1/2 degree F, shall be by means of a thermostat located at the
inlet to the sludge tubes of the unit. The water circulation pump for
sludge heating and burner equipment shall be automatically controlled
by the temperature of the sludge passing the thermostat. A repeating
cycle time switch shall be provided for periodic starting of the di-
gester recirculation pump, with controls arranged such that the re-
circulation pump will continue to operate until the digester heating
requirements are satisfied or shall stop after a short cycle in case
heat is not required by the digester.
Sludge indicating thermometers with a range from 0 degrees to 150
degrees F shall be placed in the sludge inlet and outlet of the heat
exchanger. Each thermometer shall be provided with a mounting socket
to enable the removal of the thermometer without draining the sludge
tubes.
10~0 - SAFETY CONTROLS
The following safety controls shall be provided:
ADH&HE - 4 of 7
~ HOI_ZMACHER. McLENDON & MURRELL. PC
ANAEROBIC DIGESTER HEATER AND HEAT EXCHANGER (CONT'D.)
- Operating temperature thermostat with high/low set points
- High temperature thermostat with manual reset for unit
shutdown in the event of operating temperature thermostat
failure
- ASME pressure relief valve for both the boiler and heat
exchanger set at 30 psi
- Low water cutoff switch
- Combination boiler temperature and pressure gauge
11.0 - BURNER'AND FUEL PIPING (Digester Gas and Oil Firing)
The fuel burning equipment shall include the necessary accessories
for burning either digester gas having a heat content of approximately
650 btu/cu.ft, and a specific gravity of 0.8 or #2' fuel oil having a
heat content of 140,000 btu/gal. The burner shall operate on digester
gas until the pressure within the digester drops to 1-1/2" w.c., at
which time the burner will refire on oil. The burner shall refire on
digester gas once the pressure has reached a minimum of 3-1/2" w.c.
The use of a gas booster pump to meet these pressure requirements will
not be permitted. The selector switch mounted on the control panel
shall permit operation on intermittent gas only, oil only, or auto-
matic changeover as described above.
The burner will be equipped with infrared flame detection. Ultra-
violet or flame rod detection will not be allowed. Digester gas shall
be ignited by a proven pilot and oil shall be direct spark ignited.
Six thousand (6,000) volt and ten thousand (10,000) volt ignition trans-
formers shall be provided at the burner.
The gas feed line shall consist of an adjustable valve, shutoff
valve, pressure regulator, motorized valve, pilot regulator, pilot
solenoid valve, and pilot line shutoff. The oil line shall consist
of a replaceable oil filter, oil pressure gauge, oil pump and motor,
oil pump suction vacuum gauge and check valve.
12.0 - BUILDING HEAT
A water circulating pump for building heating shall be provided
by this contractor, mounted on the heater and heat exchanger. A line
voltage thermostat for control of building heating shall be provided
by this contractor for separate installation and connection to tagged
terminals on the digester heater control panel.
ADH&HE - 5 of 7
~ HOLZMACHER. McL£NDON & MURRELL. P.C
ANAEROBIC DIGESTER HEATER AND HEAT EXCHANGER (CONT'D.)
13.0 - COMPRESSION TANK
--A compression tank of sufficient capacity shall be supplied with
the unit. The tank shall have a water level gauge and drain. Con-
nections shall be provided on the heater for building heat return,
makeup water, and drainage.
14.0 - SHOP TEST
The compieted heater and heat exchanger shall be shop fired and
tested prior to shipment to insure proper operation and to adjust air
and fuel flows. A report of the results of this test shall be sub-
mitted to the Engineer at his request. The report shall include the
following information:
- Manometer readings at the main gas regulator, pilot gas
regulator, burner inlet, burner, and furnace
- Amps drawn by all motors
- voltage of pilot and main flame controller signal
- Flue gas reads including percent oxygen, percent carbon
dioxide, temperature, efficiency, and smoke test results
15.0 - GENERAL ITEMS
All anchor bolts shall be plated steel furnished by the equipment
manufacturer and shall be of ample size and strength for the purpose
intended. All anchor bolts shall be set by the General Contractor in
accordance with the manufacturer's instructions.
All appurtenances, including electrical controls, other than
specified, wiring of motor or controls, control panels or supports,
fuel supply tanks, pumps, valves, piping, pipe railing, floor grating,
tools, lubricants, templates or pipe and final painting, shall be
furnished by the General Contractor.
16.0 - PAINTING AND INSULATIN~
The shell and internal framework shall be painted with a rust
inhibiting primer before insulation is installed. The shell shall be
insulated with a minimum of 2" of fiberglass having a density of 0.75~
and an #R" factor of 5.26. The insulated sides shall be protected by
removable 16 gauge sheet steel covering.
ADH&HE - 6 of 7
ANAEROBIC DIGESTER HEATER AND HEAT EXCHANGER (CONT'D.)
The top of the unit shall be protected by a removable 3/16"
checkered floor plate. The entire exterior surface of the unit shall
be shop cleaned and factory painted with two (2) coats of gray hammer-
loid heat resistant paint (minimum of 4 mil d.f.t.).
17.0 - SERVICE
The Contractor shall include with his bid the services of the
equipment manufacturer's field service technician for a total period
of two (2) days. Five (5) copies of shop drawings and operation and
maintenance manuals shall be submitted to the Engineer.
This service shall be for the purposes of check-out, initial
start-up, certification, and instruction of plant personnel.
A written report covering the technician's findings and in-
stallation approval shall be submitted to the Engineer, covering
all inspections and outlining in detail any deficiencies noted.
ADH&HE - 7 of 7
I_~./~ HOLZMACHER. McLENOON & MURRELL, PC
)IGESTER INSTRUMENTATION
1.0 - SCOPE
The Contractor shall furnish all labor, tools, materials, equip-
ment and incidentals necessary to construct and install miscellaneous
accessories and equipment for the anaerobic digester, ready for use,
as specified herein and shown on the contract drawings. Included shall
be initial start-up.and testing in the presence of the Engineer, Owner
and manufacturer's representatives.
2.0 - EQUIPMENT
Under this section, the Contractor shall furnish and install a dial
type liquid level indicator and a cover position indicator gauge board
with alarms, as shown on the contract drawings, for the anaerobic di-
gester system.
Complete equipment shall be as manufactured by P.F.T. Products,
Envirex, Inc. of Waukesha, Wis.; or equal.
3.0 - DIAL TYPE LIQUID LEVEL INDICATOR
There shall be supplied and installed, one (1) dial type indicator
for indicating the liquid level in the sludge digestion tank.
The indicator shall have a circular dial 12" in diameter with scale
calibrated in increments of feet and inches for the full travel of the
Gas Holder Cover Dial and mechanism shall be enclosed in a water and
moisture-tight case of cast aluminum construction and shall be of the
remote reading type. The dial shall be specifically designed for a
SPIRAL GUIDED GAS HOLDER COVER. The indicator shall be actuated by a
hydraulic transmitter, compensated for changes of temperature. The
transmitter shall consist of a spring loaded reel arrangement with one
end of the attached stainless steel or monel metal flexible cable at-
tached to a float in the standpipe of suitable size and shap9 as shown
on the contract drawings. The cable shall pass over the spring loaded
reel, mechanically actuating the hydraulic transmitter. The gauging
system must be completely automatic, affording continuous indication
and independent of outside source of power for its operation (except
for the alarm). Construction shall be of non-corrodible metal. The
hydraulic tubing connecting the transmitter and indicator shall be laid
in a 2-1/2" iron pipe conduit wherever it passes through concrete; where
right angle bends are required, standard electricians' sweeps shall be
used.
DI - 1 of 3
I_~ HOLZMACHER. McL£NOON & MURRELL. P.C
DIGESTER INSTRUMENTATION (CONT'D.)
4.0 - COVER POSITION INDICATOR
There shall be supplied and installed, one (1) cover position in-
dicator gauge board with alarms for indicating the cover position in
the anaerobic sludge digestion tank.
The indicator shall have a circular dial 12" in diameter with scale
calibrated in increments of feet and inches for the full travel of the
Gas Holder Cover Dial and mechanism shall be enclosed in a water and
moisture-tight case of cast aluminum construction and shall be of the
remote reading type. The dial shall be specifically designed for a
SPIRAL GUIDED' GAS HOLDER COVER. The indicator shall be actuated by a
hydraulic transmitter, compensated for changes of temperature. The
transmitter shall consist of a spring loaded reel arrangement with one
end of the attached steel or monel metal flexible, cable in contact with
the Gas Holder Cover by a welded clip of suitable size and shape. The
cable shall pass over the spring loaded reel, mechanically actuating
the hydraulic transmitter. The gauging system must be completely auto-
matic affording continuous
of power for its operation
be of non-corrodible metal.
mitter and indicator shall
indication and independent of outside source
(except for the alarm). Construction shall
The hydraulic tubing connecting the trans-
be laid in a 2-1/2'! iron pipe conduit
wherever it passes through concrete; where r~ight angle bends are re-
quired, standard electricians' sweeps shall be used.
A low-level alarm shall be provided consisting of a horn and red
warning light which will automatically sound and light when the gas
holder is lowered to within 6" of the landing brackets. A high level
alarm shall be provided, consisting of a horn and green warning light
which will automatically sound and light when the gas holder is raised
to overflow level.
They shall be actuated by a limit switch in the transmitter, posi-
tively actuated by mechanical linkage. A pushbutton mounted by the
light shall be provided for silencing the horn. Warning light shall
remain on until cover position moves out of the alarm position at which
time it shall go out and alarm system automatically reset.
An instrument panel shall be provided of fabricated steel, enameled
black, and shall have hinged cover. Horn, lights, pushbuttons and elec-
trical equipment shall be mounted through the hinged cover and the posi-
tion indicator shall be mounted on the outside surface. Provision shall
be made to connect 110 volt, single phase, 60 cycle current to the dis-
connect toggle switch mounted in the instrument panel and from thence
to the limit switch in the transmitter assembly. All exterior wiring
shall be enclosed in conduit.
DI - 2 of 3
~"~ HO~MACHER. McLENDON & MURRELL.
DIGESTER INSTRUMENTATION (CONT'D.)
5.0 - SERVICE
The Contractor shall include with his bid the services of the
equipment manufacturer's field service technician for a period of
two (2) days for the purpose of check-out, initial start-up, certi-
fication and instruction of plant personnel. Five (5) copies of shop
drawings and operation and maintenance manuals shall be provided to
the Engineer.
DI - 3 of 3
HOLZMACHER, McLENDON & MURRELL, P.C
SLUDGE RECIRCULATION PUMPS
1.0 - SCOPE
The Contractor shall furnish all labor, tools, materials, equipment
and incidentals necessary to construct and install miscellaneous acces-
sories and equipment for the two (2) sludge recirculation pumps, ready
for use, as specified herein and shown on the Contract Drawings.
Included shall be the initial start-up and testing in the presence of
the Engineer, Owner-and Manufacturer's Representative.
2.0 - EQUIPMENT
Furnish and install two horizontal torque-flow vortex-type pumping
units complete with motor and drive as manufactured by Wemco Division,
Envirotech Corp., Sacramento, Calif.; or equal. Pumps shall be equippeG
with slotted raised face flanges to receive 125 lb. standard bolting
and special case slots shall be cast in to retain bolts to fasten to
the bearing housing and to the intake for easy case removal. All pumps
shall be rated for variable operating conditions as follows:
Pump Flange Diameter Discharge and Suction to be 3"
No. GPM TDH RPM Minimum
Units Min. Max. Min. Max. Min. Max. Impeller Dia.
2 75 200 10' 18' 610 720 13-7/8"
Speed shall be adjustable by means of a stationary control
speed drive as manufacturer by TB woods or
approved equal.
Minimum
HP Motor
variable
The pump shall be fully recessed impeller design, with the impeller
mounted completely out of the flow path between the pump inlet and dis-
charge connections, so that solids are not required to flow through the
impeller. All flow path clearances within the pump shall be equal to
or greater than the discharge diameter, so that all solids which will
pass through the discharge will pass through the pumps. Pumps to be
located in the primary digester control room, as shown on the Contraqt
Drawings.
The pump casing shall be of NJ-Hard, and the two-piece radially-
split type, with a separate and removable suction designed so that the
impeller can be withdrawn without the need to remove the discharge casing
or disturb the discharge piping. The casing shall be constructed so
that it can be reversed for opposite rotation. The case thickness shall
be a minimum of 9/16" with normal casting tolerances. The removable
suction piece shall have a minimum thickness at the area of maximum
wear of 1# with normal casting tolerance.
SRP - 1 of 3
l_t~_j~ HOLZMACHER. McLENDON & MURRELL. P.C
IDGE RECIRCULATION PUMPS (CONT'D.)
The impeller shall be of the cup-type design such that blade ends
are surrounded by an integral rim which shall direct the flow to the
replaceable suction piece, minimizing particle impact and reducing
wear. The integral rim and impeller vanes shall be of the tapered de-
sign, so that the area where the highest wear occurs corresponds to the
~hickest portion of the taper for both the rim and the vane. The rim
taper from 7/8" to 1/2". The impeller vane shall taper from
1-1/8" to 1/2".
A removable wearplate of Ni-Hard shall be provided back of the
impeller designed to direct flow from behind the impeller to the center
of the volute for maximum protection to the casing. The packing housing
shall be a separate piece bolted to the bearing housing for ease of
removal.
The parts exposed to abrasive wear suction piece, case, impeller
and wearplate - shall have a minimum total weight of 340 lbs. Sufficient
detail shall be submitted so that weights can be determined.
All Ni-Hard material shall conform to ASTM Designation A532, and be
a minimum of 600 Brinell hardness for maximum wear resistance.
The shaft shall be of ASTM A10E, Grade 1141 (or equal) steel, and
shall be protected throughout the packing area by a removable, hardened
stainless steel sleeve. The stuffing box shall contain graphite impre-
gnated asbestos packing rings and teflon lantern ring arranged for either
water or grease lubrication. The packing will be retained with a
bronze split adjustable gland. Any leakage will be retained with a
drainable reservoir integral with the bearing housing and tapped with
a 3/4" NPT hole for connection of seal water drainage piping.
Bearings shall be oil bath lubricated. The oil reservoir shall be
sealed at both ends to prevent entrance of foreign matter. The thrust
bearings shall consist of two angular contact ball bearings mounted
back-to-back preceded by a single row angular contact ball bearing for
maximum protection from all thrust loads. The bearing housing will be
equipped with a pressure venting device and oil fill, level and drain
taps. The bearings shall be rated for a B10 life of 100,000 hours.
The common pump and side-mounted motor base shall be fabricated
steel, suitably constructed to support the full weight of pump and
motor. Belts and sheaves shall be provided to drive the pump at a speed
to meet rated conditions. An enclosed belt guard of fabricated steel or
reinforced fiberglass shall be provided.
SRP- 2 of 3
HOLZMACHER. McLENDON & MURRELL, P.C
SLUDGE RECIRCULATION PUMPS (CONT'D.
Pumps shall strictly conform with material and construction
requirements to give maximum wear life and performance in this abrasive
application.
3.0 - SERVICE
The Contractor shall include with his bid, the services of the
Equipment Manufacturer's field service technician for a total period
of two (2) days for start-up and to instruct the Owner's Representative
on operational, procedures. Five (5) copies of the Operation and Main-
tenance Manual shall be submitted to the Engineer.
SRP - 3 of 3
~_j~ HOLZMACHER. McLENDON & MURRELL, P.C
;LUDGE TRANSFER PUMPS
· 0 SCOPE
The Contractor shall furnish all labor, tools, materials, equipment
and incidentals necessary to construct and install miscellaneous acces-
sories and equipment for the two (2) sludge transfer pumps, ready for
use, as specified herein and shown on the Contract Drawings. Included
;hall be initial start-up and testing in the presence of the Engineer,
net and Manufacture'r's Representatives.
2.0 - EQUIPMEN~
The equipment for the sludge transfer pumps shall consist of fur-
nishing and installing the sludge transfer pumps, as manufactured by
Moyno Pumps, Fluids Handling Division, Robbins and Meyers, Inc.; Passavant
Corp., Birmingham, Ala., or equal.
The Moyno Model 1FOGS1 or equal shall be rated for variable operating
conditions as follows:
NO. RPM MAX. HP FLANGED DIA. SUCTION
UNITS GPM TDH MIN. MAX. MOTOR SUCTION DISCHARGE PRESSURE
2 150 27' 45 450 5 6" 6" Flooded
Sludge transfer pumps to be in-line coupling arrangement located
in digester control building as shown on the Contract Drawings with
motor protector guard to be supplied. The motor is to be 5 HP, 3 phase,
60 cycle, for operation on 230/460 volts AC.
The sludge transfer pumps shall be heavy duty, positive displacement,
cradle-mounted, single stage progressing cavity type. Cradle-mounting
will allow the normal vertical port to be rotated to any angle perpen-
dicular to the center line of the pump.
The body castings of the pump shall be thick-walled cast iron.
The suction housing shall incorporate two rectangular inspection ports,
180 degrees apart and provide access to the universal joint(s) within
~the suction housing. All cast parts will be smooth and free of sand-
holes, blowholes, and other defects.
STP - 1 of 2
HOLZMACHER. McLENOON & MURRELL. P.C
~DGE TRANSFER PUMPS (CONT'D.)
Suction and discharge connections shall be 150 degrees ANSI
face flanges.
The rotor shall be a machined and
single helix. It shall have a nominal
maximum abrasion resistance.
polished tool steel
chrome plate of 020
flat-
chrome-plated
for a
The stator shall be a molded elastomeric, double helix, chemically
bonded to a steel tube. The Buna N stator shall use 720 degrees clamp
rings to fasten to the normal horizontal flange and suction housing, with
sealed ends. The clamp rings will facilitate stator removal. The
stator seals shall be designed to prevent the material being pumped from
contacting the stator bonding and tube.
The universal joints shall be of the grease lubricated, totally
enclosed sealed and shielded, crowned gear type. .The operating angle
of these joints shall not exceed 1-1/2 degrees off center. They shall
be of adequate design to transmit the required thrust and torque while
allowing the rotor to move in its eccentric path. The joint seal shall
be designed to prevent any liquid from contaminating the gear, while the
shield shall be designed to prevent any foreign objects from rupturing
the seal. The low angularity shall maximize universal joint life.
The splined connecting rod shall connect the gear joints of the
eccentrically moving rotor and the drive shaft. The connecting rod shall
pass through the suction housing/shaft seal area within the hollow
drive shaft quill so that no eccentric loads are imparted on the packed
seal. This connecting rod shall be rigid and not susceptible to
chipping.
The drive shaft shall be the two-part design with the chrome-plated,
hollow quill removable for repair. The quill will be replatable. It
shall be removable without removing the bearings from the bearing housing
or disconnecting the driver.
The bearings will be of the grease lubricated ball type. Fittings
shall be located in the bearing housing to permit occasional re-lub-
rication. The bearing casting shall utilize a bearing cover plate held
in place by a 720 degree retaining ring.
3.0 - SERVICE
The Contractor shall include with his bid the services of the
Equipment Manufacturer's field service technlcla for a total period
of two (2) days for start-up and to instruct the Owner's Representative
on operational procedures. Five (5) copies of the Operation and Main-
tenance Manual shall be submitted to the Engineer.
STP - 2 of 2
~ HOI..ZMACHER, McLENDON & MURRELL.
FUEL OIL STORAGE TANK
1.0 - SCOPE
The Contractor shall furnish and install complete and ready for
use, the following fiberglass storage tank as shown on the Contract
Drawings, as detailed in this Specification and as detailed in the
Section entitled, "FIBERGLASS STORAGE TANKS."
2.0 - GENERAL
The fuel oil storage system shall be in accordance with standards
approved by the Commissioner of the Suffolk County Department of Health
Services and all local ordinances and codes. The Contractor shall
be responsible for obtaining all permits and applications as required
for the installation of the fuel oil storage system.
The fiberglass underground storage tank shall be as manufactured
by Owens-Corning Fiberglass Corp., Toledo, Ohio; Polyfibre, Bound Brook,
New Jersey or equal.
3.0 - EQUIPMENT
The fiberglass storage tank shall be 548 gallon nominal capacity
and shall be furnished with th~ following accessories as shown on the
Contract Drawings:
(A) Fill Line - 4# diameter
with cap by Tank Manufacturer.
(B) Vent Line - 4" diameter flanged and
with vent cap by Tank Manufacturer.
(C) Suction and Return Lines - two 3/4"
80 PVC lines to engine generator unit.
flanged and conically gussetted nozzle
conically gussetted nozzle
diameter flanged schedule
(D) Construction - Vinylester resin system to be used for inne~
and exterior resin shall be as supplied by the manufacturer for the
storage of No. 2 fuel oil.
(E) Certification Plate - Underwriters Laboratories (UL) labels
shall be affixed to the tank.
FOST- 1 of 2
~d~_j~ HO~MACHER, McLENDON & MURRELL,
FUEL OIL STORAGE TANK (CONT'D.)
4.0 - LOADING CONDITIONS
The tank shall withstand 5 psi air pressure test with 5 to 1 safety
factor. Test prior to installation since this design condition is to
test for leakage.
Tanks shall be capable of storing liquids with a specific gravity
up to 1.0.
5.0 - LOCAL REGULATIONS
The underground fuel oil storage tank will conform to all the
provisions of Article 12 of the Suffolk County Sanitary Code and shall
be provided with the following method of leak detection as shown on
the Contract Drawings.
6.0 - ACCESSORIES
Concrete pads shall be provided as shown on the Contract Drawings
at the fill pipe/vent pipe location. The fill pipe/vent concrete pad
shall be provided with the wor.ds, "FUEL OIL" painted on the concrete
pad in a manner approved by the Engineer and as detailed in the Section
entitled, "SURFACE FINISH-PAINTING."
Provide a Uehling Type S Tank-O-Meter with hand pump calibrated for
No. 2 Diesel Fuel and depth in inches. The gauge shall be constructed
of corrosion resistance materials. Gauge shall be installed in the
Treatment/Administration Building as shown on the Contract Drawings, or
as ordered by the Engineer. The range of the gauge shall be 0 to 548
gallons (0 to 100% filled). The Contractor shall install plastic tube
air line cable as shown on the Contract Drawings within a 2" diameter
PVC conduit from the tank to the Treatment Building, as necessary for
operation of Tank-O-Meter.
7.0 SHOP DRAWINGS
Five (5) copies of the Shop Drawings
Engineer for his approval.
shall be submitted to the
FOST 2 of 2
I_~_j~ HOLZMACHER, McLENDON & MURRELL, P.C.
COVERED SLUDGE DRYING BED
1.0 - SCOPE
The Contractor shall provide all materials, labor and equipment to
furnish and install a prefabricated aluminum framed, fiberglass covered
sludge drying bed building at the Southold Scavenger Waste Treatment
Facility, as specified herein and as shown on the contract drawings.
2.0 - DESIGN
2.1 - Building
The building shall be furnished and installed complete with all
necessary component parts, including foundation anchors, two (2) over-
head roll-up type access doors, as well as an exhaust fan and hinged
fiberglass panels. All parts shall be new and free from defect or
imperfections. The foundation wall shall be as shown on the contract
drawings.
The building shall be manufactured by Climatrol Corporation,
Winterhaven, Florida; or specifically approved equal.
2.2 - Design
The building shall be designed in accordance with the Aluminum
Association's specifications for aluminum structures. All framing
members shall be of aluminum alloy 6061-T6 and 6063-T6 high strength
aluminum as outlined and in accordance with the latest editions of
ASTM B308 and ASTM B221. Further, all aluminum parts shall be silver
anodized or painted bronze for protection against corrosion. All
fasteners shall be corrosion resistant, stainless steel, or approved
equal.
Design loads, in addition to the stationary weight of the building,
shall be:
(1) Vertical live load shall be 35 pounds per square foot mini-
mum on horizontal projection of the roof.
(2) Horizontal wind load shall be 15 pounds per square foot mini-
mum.
(SOHT) CSDB - 1 of 6
~ HOI.ZMACHER. McLENDON & MURRELL, P.C.
COVERED SLUDGE DRYING BED (CONT'D.)
3.0 - ROOF AND EXTERIOR WALL PANELS
3.1 - General
All roof and side wall glazing shall be acrylic modified polyester
fiberglass panels as manufactured by Climatrol Corporation, or speci-
fically approved equal.
3.2 - Roof and Wall Panel Design
Roof and wall panels shall be ribbed fiberglass, and to be maximum
possible lengths to extend between main structural rigid frames. Fiber-
glass panels shall be fastened to each aluminum purlin with stainless
steel tek screws with rubber back washers, placed 8-inches on center.
Open ends of panels shall be closed with a continuous neoprene gasket
corrugated to match corrugations in the fiberglass panels.
3.3 - Roof and Wall Panel Material
Roof and wall panels shall be acrylic modified polyester corrugated
fiberglass panels as manufactured by Climatrol Corporation, or specific-
ally approved equal. These panels shall be 8 ounce fiberglass with a
minimum 15 year guarantee. Fiberglass panels shall have a minimum of
25% virgin glass fibers made with superior quality resins, light stab-
ilizers, and pigments, and must equal or exceed applicable require-
ments of U.S. Department of Commerce N.B.S. voluntary product standard
PS53-72. The fiberglass shall receive a chemically bonded factory coat-
ing of DuPont Tedlar (or approved equal) for maximum retention of the
original product performance standards.
In addition, the fiberglass material must meet or exceed the latest
edition of the applicable ASTM Standards for the following: Glass Con-
tent (ASTM D2584); Barcol Hardness (ASTM D2583); Shear Strength (ASTM
D732); Bearing Strength (ASTM D953); Bearing Load (ASTM D953); Flexural
Load (ASTM D790); Tensile Strength (ASTM D638); Compression (ASTM D695);
Impact Strength measured by ASTM D3841 modified method; Flame Spread
(ASTM E84); and Burn Rate (ASTM D638). The minimum acceptable light
transmittance for the fiberglass shall be 90%, with a color stability
within 5% of the original color for 5 years elapsed time.
(SOHT) CSDB - 2 of 6
~,~ HOI..ZMACHER, McLENOON & MURRELL P.C.
COVERED SLUDGE DRYING BED (CONT'D.)
4.0 - DOORS
4.1 - Overhead Doors
The Contractor shall furnish and install two (2) 8' x 6' overhead
doors as noted on the plans and approved by the Engineer. These shall
be aluminum roll-up type doors capable of withstanding the minimum
horizontal wind load of 15 pounds per square foot.
5.0 - VENTILATION
5.1 - Ventilation Fan
The Contractor shall furnish and install a variable speed exhaust
fan rated at a maximum of 3,000 CFM (cubic feet per minute) to obtain
a minimum of five (5) air changes per hour. This shall be a direct
drive exhaust fan with gravity louvers as recommended by the building
manufacturer, and shall be installed as noted on the plans and as ap-
proved by the Engineer. The fan shall be complete with frame, wall
box, bird screen and guards. The Electrical Contractor shall elec-
trically connect the ventilation fan and wall mounted controls.
5.2 - Louvered Ventilation Panel
The Contractor shall furnish and install one ventilation louver
as noted on the plans and as approved by the Engineer. This louvered
panel shall have a minimum area of 9 square feet and shall also have
115 volts motorized louvers.
5.3 - Hinged Fiberglass Ventilation Panels
The Contractor shall furnish and install four (4) multi-position
hinged fiberglass ventilation panels within the side walls of the
fiberglass panels as noted on the approved plans and as approved by
the Engineer.
6.0 SHOP DRAWINGS
Before fabricating any material, contractors for this item shall
submit five (5) copies of the shop drawings and details in accordance
with the General Specifications to the Engineer for his approval.
(SOHT) CSDB - 3 of 6
I,-~ HOt. ZMACHER. McLENDON & MURRELL, P.C.
rCOVERED SLUDGE DRYING BED (CONT'D.)
7.0 - SLUDGE DRYING BED SYNTHETIC LINER
The Contractor shall furnish all materials, labor and equipment
necessary to install a polyvinylchloride (PVC) plastic lining in the
sludge drying beds as shown on the drawings and directed by the
Engineer.
7.1 - Liner Material
The material supplied under this contract shall be first quality
products and manufactured specifically for these purposes. The mate-
rials shall be manufactured by Watersaver, Denver, Colorado, or speci-
fically approved equal.
The PVC plastic lining shall be a minimum 20 mil thickness with
the lining fabricated into one full section by means of special fac-
tory-bonded seams, into single panels to minimize field seaming in
each of the sludge drying beds. Lap joints with a minimum joint width
of 1/2-inch shall be used. Factory made splices shall have a strength
of 80% of the specified sheet strength. After fabrication, the lining
shall be accordian-folded in both directions and packaged for minimum
handling in the field. Shipping boxes shall be substantial enough to
prevent damage to contents.
7.2 - Physical Characteristics of PVC
The PVC materials shall have the following physical characteristics:
Properties Value
Test Method
Color Black
Thickness, mils, + 5% 20
Tensile Strength,--min psi 2400
(lbs./in. width, min.) (48)
Modulus at 100% Elongation min. psi 1000
(lbs./in. width, min.) (20)
Ultimate Elongation, % min. 300
Tear Resistance:
(a) Elmendorf, grams, min. 4000
(gms./mil., min.) (200)
(b) Graves Tear, lbs. min. 5.5
(lbs./in. min.) (275)
Low Temperature Impact, Pass, OF -20
Volatility, % loss, max. 1.0
Water Extraction
(at 104 OF, 24 hrs.) % loss, max. 0.3
ASTM D1593
ASTM D882
ASTM D882
ASTM D882
ASTM D1922
ASTM D1004
ASTM D1790
ASTM D1203
ASTM D1239
(SOHT) CSDB - 4 of 6
!-~;~_/~ HOLZMACHER. McLENDON & MURRELL. P.C.
COVERED SLUDGE DRYING BED (CONT'D.)
7.0 - SLUDGE DRYING BED SYNTHETIC LINER (cont'd.)
Properties
Value
Specific Gravity, min. 1.23
Dimensional Stability
(at 212 OF, 15 min.) % max. change 5.0
Resistance to Soil Burial:
Tensile Strength Loss, % max. 5.0
Elongation Loss, % max. 20.0
Test Method
ASTM D792
ASTM D1204
ASTM D3083
ASTM D3083
The PVC materials shall be manufactured from domestic virgin poly-
vinylchloride resin and specifically compounded for use in applications
such as sludge drying beds. Reprocessed material shall not be used.
The liner shall be neutral gray to black in color and produced in a
standard minimum width of at least 76-inches. Thickness shall be 20 mils
as shown on the contract drawings. Certification results showing that
the sheeting meets the specifications shall be supplied by the manufac-
turer.
7.3 - Liner Installation
Installation shall be performed by a Contractor that has previous
experience with similar installations.
The surface (substrate) to receive the liner shall be compacted,
stable, smooth, and free of sharp objects that could puncture the lining.
All vegetation must be removed. A soil sterilant may be required at the
discretion of the Engineer. The PVC lining shall be placed over the pre-
pared surfaces to be lined in such a manner as to assure minimum handling.
It shall be sealed to all concrete structures in accordance with the de-
tails shown on the plans or as directed by the Engineer. All adhesives,
sealants, etc., used to seal the PVC liner to the concrete shall be sup-
plied and/or approved by the liner manufacturer and/or Engineer. Any
portion of the lining damaged during installation shall be removed or
repaired by using an additional piece of lining material as follows:
(1) Field Joints - Lap joints will be used to seal factory fabri-
cated panels of PVC together in the field. Lap joints shall be formed
by lapping the edges of panels a minimum of 2-inches (50 mm). The con-
tact surfaces of the panels shall be wiped clean to remove all direct,
dust, moisture, or other foreign materials. Sufficient cold-applied
vinyl to vinyl bonding adhesive shall be applied to the contact surfaces
in the joint area, and the two surfaces pressed together immediately.
wrinkles shall be smoothed out. Field made splices shall have a
~gth of 80% of the specified sheet strength.
(SOHT) CSDB - 5 of 6
i_l~_j~ HOLZMACHER, McLENDON & MURRELL. P.C.
COVERED SLUDGE DRYING BED (CONT'D.)
7.0 - SLUDGE DRYING BED SYNTHETIC LINER cont'd.)
(2) Joints to Structures - Ail curing compounds and coatings shall
be completely removed from the joint area. Joining of PVC to concrete
shall be made with vinyl to concrete adhesive and mechanically fastened
with batten strips. The minimum width of concrete to PVC joint shall be
6-inches (20 cm) as shown on the plans.
(3) Repairs to PVC - Any necessary repairs to the PVC shall be
patched with the lining material itself and cold applied vinyl to vinyl
splicing adhesive. The splicing adhesive shall be applied to contact
surfaces of both the patch and lining to be repaired, ~nd the ,two sur-
faces pressed together immediately. Any wrinkles shall be smoothed out.
(4) Quality of Workmanship - Ail joints, on completion of work,
shall be tightly bonded. Any lining surface showing injury due to
scuffing, penetration of foreign objects or distress from rought sub-
grade shall, as directed by the Engineer, be replaced or covered and
sealed with an additional layer of PVC of the proper size.
7.4 - Covering of Liners
The Contractor shall carefully install the cover of clean fill over
the liner as soon as practicable to prevent unnecessary exposure to the
PVC, and to provide protection for the liner. The fill material shall
be either spread manually or with light duty equipment. A minimum of
6-inches of cover shall be installed over the liner and compacted as
noted on the plans and specified by the Engineer.
7.5 - Provisions and Guidelines
The Contractor shall conform to all recommended and/or mandatory
provisions and guidelines whether written or implied for handling,
installation, and voering of the liner material as specified by the
manufacturer, manufacturer's representative, and/or Engineer.
(SOHT) CSDB - 6 of 6
i_t~;~ HOLZMACHER. McLENDON & MURR£LL. P.C
TREATMENT AREA & MECHANICAL WORK PIPING, VALVES & ACCESSORrES
1.0 - SCOPE
The Contractor shall furnish all materials, labor, equipment and
incidentals necessary to install all piping, fittings, valves and ac-
cessories in accordance with the General and DETAILED SPECIFICATIONS,
as indicated on the contract drawings and as directed by the Engineer.
2.0 - GENERAL
Piping shall be concealed in chases and walls wherever possible.
Piping shall be run as straight and direct as possible, either at
right angles to or parallel with walls and floors.
Exposed piping shall be run as close as practicable to ~terinr
walls and/or interior partitions.
Reducing fittings shall be used wherever a change in size occurs.
No bushings shall be allowed.
Wherever possible, piping shall be run to avoid passing over elec-
trical apparatus. Where this is not possible, drip pans shall be pro-
vided.
Unions and dresser sleeve~ must be installed, whether shown on
contract drawings or not, to permit the disconnecting of all valves
used for control purposes and all pieces of equipment.
This Contractor shall be jointly responsible with other contractors
to coordinate all pipe and conduit runs so as to prevent interference.
All small piping shall be run in locations so as to cause a minimum
of obstruction to passage.
Where short spool pieces of flanged piping are shown, they may be
of heavy steel with slip-on welding flanges with interior covered with
epoxy resin paint.
Bolts and gaskets shall meet thc approval of the Engineer.
3.0 - HANGERS AND SUPPORTS
Piping shall be supported or hung in such a manner as to adequately
secure pipe in position and maintain proper pitch, prevent vibration and
permit expansion and contraction.
PV&A - 1 of 9
HOLZMACHIFR, McLENDON & MURRELL. P.C
TREATMENT AREA & MECHANICAL WORK - PIPING, VALVES & ACCESSORIES (CONT'D.)
Hangers and supports shall be provided at least at horizontal in-
tervals of:
1. Cast Iron
- 10 feet
2. Steel Piping - 10 feet
3. Ail Branches - 5 feet and over
4. Plastic Pipe
(polyvinyl chloride) - 7 feet
Vertical supports shall be provided at least as follows:
1. Ail other piping, at base of all risers by either a hanger
immediately adjacent or a base fitting.
Supports and hangers shall be of material similar to that (except
for PVC) of the work they support and shall be similar and equal to:
1. Single Hangers
Grinnel No. 260
2. Multiple Hangers
Single or double angle iron,
threaded suspension rods, nuts
top and bottom
3. Brackets
- Grinnel No. 221 or No. 222
4. Wall Hangers
- Grabler No. 62
Underground piping shall be adequately protected and supported to
prevent movement from backfilling.
4.0 - SLEEVES
Ail pipes passing through building foundations shall be provided
with long pattern cast iron wall sleeve fittings, as manufactured by
Clow Corporation. The wall sleeve fittings shall be set in the founda-
tion prior to pouring of concrete. The space between the periphery of
pipe and the wall sleeve fitting shall be made watertight by caulking
with Anti-Hydro Waterproofing Co. A-H Poly-Seal-MT, installed in accor-
dance with manufacturer's recommendations.
PV&A - 2 of 9
HOLZMACHER. McLENOON & MURRELL. P.C
TREATMENT AREA & MECHANICAL WORK PIPING, VALVES & ACCESSORIES (CONT'D.)
5.0 - MATERIALS
5.1 - Ductile Iron Pipe
(A) Wherever the term "cast iron" is referred to in the speci-
fications or on the drawings, it shall mean ductile iron pipe as speci-
fied herein.
(B) All underground piping 3-inches and larger in diameter
shall be ductile iron mechanical joint pipe, unless specifically desig-
nated centrifugally cast. Pipe shall be manufactured by U.S. Pipe &
Foundry Co. or. R.D. Wood. Pipe shall be 60-42-10 grade with matrix pre-
dominately ferrite and shall have a pipe barrel conforming to A.W.W.A.
Specification C151-71 or A.N.S.I. Specification A21.51-1971, thickness
class as shown on the drawings or listed in the DETAILED SPECIFICATIONS.
Pipe weight shall not vary more than 4 per cent below the
standard weight per length of pipe for pipe more than 12-inches in di-
ameter and 5 per cent for pipe 12-inches in diameter and smaller. Each
length shall have the weight, class designation or nominal thickness,
and manufacturer's mark, and the letters "DI" or "DUCTILE" cast or
stamped on the pipe by the manufacturer.
Mechanical joints shall conform to A.N.S.I. 21.11. Pipe
shall be cement lined in accordance with A.N.S.I. 21.4, latest revision.
The lining shall be centrifugally applied and bituminous sealed. The
thickness of cement lining for pipe shall be nowhere less than the
following for the respective diameters:
3 inches - 1/16 inch
4 to 12 inches - 1/8 inch
All pipe shall contain a bituminous coating inside and
outside. Pipe weight shall not vary more than 5 per cent below the
standard weight per length.
(C) All exposed piping, 3-inches in diameter and larger, in
the treatment area and the building interior shall be ductile iron
flanged piping. Ductile iron flanged piping shall meet all requirements
as described in paragraph 4.4 (a) 2., except that flanges shall meet all
requirements of A.N.S.I. B16.1, Class 125. Pipe shall be cement lined
and bituminous coated.
(D) Fittings - Mechanical joint cast iron pipe fittings shall
be used with mechanical joint pipe and shall conform to A.N.S.I. 21.10
and 21.11. Each fitting shall be complete with all joint accessories
and have the class cast on the outside. All gaskets for mechanical joint
fittings shall be lead tipped.
PV&A 3 of 9
HOI_ZMACHER, McLENDON & MIJRR£LL.
TREATMENT AREA & MECHANICAL wORK - PIPING, VALVES & ACCESSORIES (CONT'D.)
Flanged fittings shall conform to A.N.S.I. B16.1, Class
125.
All fittings shall be cement lined
A.N.S.I. 21.4. The thickness of the cement lining
than the following for the respective diameters:
in accordance with
shall be nowhere less
3 inches - 1/16 inch
outside of all
4 to 12 inches - 1/8 inch
A bituminous coating shall be applied to the inside
fittings.
and
5.2 - Asbestos Cement Piping
Asbestos cement piping, where designated, shall conform to
A.S.T.M. Designation C428-63T, Type II, or latest revision. Pipe shall
be of diameter and class indicated on the drawings. Laying lengths
shall normally be 13-feet in length. Short lengths not exceeding 3'-3"
shall be used in making connections to manholes or other rigid struc-
tures. Pipe shall be manufactured by Johns-Manville, Orangeburg, or
Certainteed.
5.3 - PVC Piping
All PVC piping, where designated, shall be polyvinyl chloride,
Type 1, Grade 1, Schedule 80, and shall conform to A.S.T.M. Specifica-
tion 02241 and D1784, latest editions. Pipe shall be as manufactured
by A.M. Beyers Company, or equal. All fittings for PVC piping shall be
threaded and shall be of the same schedule approved for use by the pipe
manufacturer. Pipe shall bear trademark of the manufacturer.
5.4 - Galvanized Wrgu_.ght Iron
All galvanized wrought iron pipe, where designated, shall be
genuine black wrought iron conforming to A.S.T.M. A-72, standard weight,
hot dipped galvanized.
5.5 - Copper Piping
All copper piping shall be Type "K", hard drawn copper tubing
conforming to A.S.T.M. B16 with fittings per A.S.A. B16.22. All under-
ground piping shall be soft annealed Type "K", A.N.S.I H23.1, fittings
A.N.S.I. A40.2.
PV&A 4 of 9
~1~ HOLZMACHER. McLENDON & MURRELL. P.C
TREATMENT AREA & MECHANICAL WORK - PIPING, VALVES & ACCESSORIES (CONT'D.)
6.0 - PIPING INSTALLATION
The Contractor shall provide sufficient unions and
whether shown on the drawings or not, to facilitate the
piping for the removal of valves, pumps, etc.
couplings,
dismantling of
(A) Joints - For joining mechanical joint pipe and fittings, lead
tipped gaskets of high quality vulcanized crude rubber compound shall be
used. The gaskets shall be smooth and free from defects of any nature.
Before slipping the plain end of the pipe and the gasket into the socket,
wash the socket's plain end and gasket with soapy water to provide easy
entry of pipe and gasket into the bell. The plain end shall be inserted
into the bell. The gasket shall be pushed tightly into position and
shall be evenly seated. When the follower gland is in position, insert
bolts and tighten with ordinary ratchet wrench alternately on top and
bottom. Special mechanical joint retainer glands shall be installed at
all joints and shall be as manufactured by U.S. Pipe & Foundry Co. or
equal.
(B) Flanged Joints Shall be made up with wrought iron nuts and
bolts with a homogeneously compressed asbestos sheet packing gasket,
1/16-inch thick, placed between the flanges.
(C) Joints Between PVC and Ductile Iron Pipe - (wherever neces-
sary) - Shall be made with screwed fittings or screwed companion flanges.
(D) Joints Between Steel and Ductile Iron Pipe - (wherever neces-
sary) Shall be made with suitable couplings as manufactured by Dresser
Industries or equal.
(E) Pipe Installation - Underground (C.I.P. and A.C.P) - Horizontal
pitch of the air header piping shall be a minimum of 1/4-inch per foot
to the drain valves shown. All sewage lines shall be at the invert
grades indicated.
Pipe trenches for underground piping shall be not more than
3-feet wide and provide sufficient room for making up joints as required.
All pipe shall be laid in a flat bottom trench, without blocks, with
tamped backfill to meet laying condition "B" of A.S.A. Specification.
A21.1, unless indicated otherwise on the plans or ordered by the Engi-
neer. Backfill material shall be free from rocks, lumber or debris.
No jetting will be permitted.
Exterior pipe shall be installed to provide a minimum cover of
4'-6" or to the inverts shown.
(F) Small Piping (PVC) Installation - All pipe and fittings in
vicinity of treatment equipment and at ends of runs shall have screw
type joints. In all other locations, solvent welded slip type joints
will be acceptable.
PV&A - 5 of 9
~.j~ HOLZMACHER. McLENOON & MURRELL. P.C
TREATMENT AREA & MECHANICAL WORK - PIPING, VALVES & ACCE~ORI S (CONT'D.)
Threaded joints where specified shall be made using standard
hand or machine pipe-threaded tools. Dies must be sharp and in good
condition to assure a clean and smooth threading operation from start
to finish. Threads shall be full cut and perfect. Protective pads of
leather, rubber or felt shall be employed to prevent damage to pipe walls
by chuck and/or vise jaws. A slightly tapered wood plug shall be tapped
snugly into the pipe for the length of thread to prevent distortion of
the pipe wall by the. die.
Joints shall be made up using Teflon base compounds placed on
the pipe threads. Do not place compound on threads of fitting. NO WICK-
ING WILL BE PERMITTED.
The PVC pipe shall be installed in such a manner that it is not
forced out of line by pipe supports, hangers or other supporting mem-
bers. Pipe hangers shall be clevis or strap type.
For anchoring pipe, use metal compression type hangers padded
with a compressible insert band.
All fittings, except couplings, shall be supported and valves
shall be braced to resist torque during valve manipulation.
All piping shall be free of traps and graded to permit complete
drainage.
(G) Copper Piping - All p~ping shall be cut square, burrs removed
and reamed after cutting. Fitting sockets and tube ends shall be
thoroughly cleaned to a bright finish. All solder joints shall be fluxed
and soldered using 95-5 tin and antimony solder.
(H) Drain Valves - Adequate drain valves shall be installed to per-
mit complete drainage of systems whether shown on the drawings or not.
7.0 - VALVES
Catalog cuts of all valves to be submitted to the Engineer for ap-
proval.
(A) Gate Valves - 3" diameter and larger:
1. Mechanical Joint - Mechanical joint valves shall be pro-
vided for all buried exterior piping. Valves shall be A.W.W.A., iron
body, bronze mounted with double disc seat, non-rising stems and "O"
ring seats, Figure F-5227 by Eddy-Iowa Division of Clow Corp., or equal.
Buried valves shall be provided with conventional operating nut and cast
iron extension type box and cover. Valve box length shall be determined
by valve depth below grade. Provide two (2) valve keys to operate buried
valves.
PV&A 6 of 9
~_~ HO~MACHIFR. McLENDON & MURRELL. P.C.
TREATMENT AREA & MECHANICAL WORK - PIPING, VALVES & ACCESSORIES (CONT' ~. )
2. Flanged Valves Flanged valves shall be provided within
the treatment building and pump station building. Valves shall be
A.W.W.A. iron body, bronze mounted with double disc seat, non-rising
stems and "O" ring seals, Figure F-5227 by Eddy-Iowa Division of Clow
Corp., or equal. Provide operating wheels and needle and slot type
position indicators where designated on drawings. All valves shown
without hand wheels shall be furnished with conventional operating nut
or adaptor for extension stem.
(B) Gate Valves - Small Diameter:
1. Gate valve of 2-1/2-inch diameter shall be wedge gate
type, iron body, bronze trimmed, with non-rising stem and needle type
position indicator, Walworth No. 719F, with flanged ends, or equal.
2. Gate valves, 2-inches and smaller, shall be line size
solid wedge gate valves with rising spindle, malleable iron, all bronze,
equal to Jenkins Figure 47 (threaded ends) or Figure 1242 (solder end),
200 p.s.i, non-shock water.
(c)
1.
swing check,
or equal.
2.
Check Valves:
Check Valves - Small Diameter - Check valves shall be
all bronze, regrindable disc, solder ends, Walworth 406SJ,
Check Valves - Large Diameter - Ail check valves shall be
quiet closing, outside lever and weight type with iron body, bronze or
stainless steel shaft, bronze seat and gate rings and shall be water-
tight on closing. Check valves shall be set so that lever and weight
are horizontal when valve is in the closed position wherever possible.
Check valves shall be W & H Figure 50. Check valves on lift pump dis-
charge shall be Model No. 108, APCO rubber flapper swing check valve,
as manufactured by Valve and Primer Corporation, or equal.
(D) Drain Valves:
Drain valves shall be installed as required to properly drain
piping systems. Drain valves shall be all bronze construction, wedg~
gate type, with 3/4-inch threaded connection for standard garden hose.
Valves shall be furnished with cap and chain for protection of thread
ends and shall be Walworth No. 24, or equal.
(E) Curb Stop and Boxes: (where required)
1. Curb sto? shall be of size shown on the drawings and shall
solid tee head with iron pipe threads inlet and outlet. Curd stop
shall be Mueller H10257, or equal.
PV&A 7 of 9
I_l~j~ HOLZMACHER, McLENDON & MURRELL. P.C
TREATMENT AREA & MECHANICAL WORK - PIPING, VALVES & ACCESSORIES (CONT'D.)
2. Curb boxes shall be complete with stationary rod, arch
base pattern, foot piece and shall be Figure H10336, as manufactured by
Mueller, or equal.
3. Contractor shall furnish two (2) valve keys for operating
curb box.
(F) Eccentric Valves (Plug Valves):
Where shown on the drawings, the Contractor shall furnish and
install eccentric valves of size indicated. Valves shall be mechanical
joint ends for underground locations and flanged ends for interior lo-
cations, lever operated with shaft extension, road box and floor stand
for underground locations and wrench operated for interior locations.
Valves shall be semi-steel (A.S.T.M. A126-66, latest revision) with Hi-
resist plug Series 100, as manufactured by DeZurik Corporation, or equal.
(G) Special Valves:
Shall be as specified in the DETAILED SPECIFICATIONS.
8.0 - DRESSER COUPLINGS
Dresser couplings shall be provided as shown on the drawings or
where required to assemble or disassemble piping, as previously described
Couplings shall be Style 38 or Style 162 where piping of different out-
side diameter must be joined.
9.0 - MISCELLANEOUS EQUIPMENT
(A) Pressure Gauges:
Provide pressure gauges on the suction and discharge lines of
each pump and where indicated on the drawings. Gauges shall be 4-inch
diameter Ashcroft, or equal, with brass case, threaded glass holder with
heavy glass, phosphor bronze single spring Bourdon type stainless st%el
rotary precision movement, micrometer adjustment pointer and dial with
range of 0 to 120 feet. Provide brass tee handle stop and waste cock
with each gauge. Gauges on suction lines shall be of a range of -20
feet to 60 feet.
(B) Snubbers:
Snubbers for protection of pressure gauges shall have bronze
body and have standard pipe thread tappings. Snubbers shall be mounted
PV&A - 8 of 9
HOLZMACHER. MCL.£NOON & MURRELL. PC
I TREATMENT AREA & MECHANICAL WORK - PIPING, VALVES & ASSESSORIES (CONT'D.)
in piping between pressure vessel and pressure gauge or switch. Snubbers
shall be completely automatic and shall shut off entirely when pressure
exceeds design conditions. Snubbers shall be Sprague Engineering Corp.
Gauge Saver, Model S-214, or equal.
(C) Air Vents:
Vents in high points of water piping
No. 79 water vent valve, or equal.
system shall be Hoffman
(D) Strainers: (where required)
Strainers shall be "Y" type, of size indicated, galvanized
body with metal cylindrical screen and shall be Mueller H9331.
iron
(E) Hydrants:
Provide 3/4-inch anti-freezing, compression type hydrants,
where shown on the drawings. Hydrants shall be M-75, Genuine Murdock
Hydrants, or equal, installed with 4-foot depth of bury and connected
with wrought iron or copper piping to ductile iron supply main. A curb
stop, curb box and rod shall be installed on each hydrant branch.
(F) Flush Hydrants:
Provide flush type fire hydrants for all flushing connections
shown on contract drawings. Hydrant shall be complete with two (2)
2-1/2-inch hose nozzles with thread to match existing Fire Department
threads. Hydrants shall be Dresser 229, or equal.
PV&A - 9 of 9
~,/~ HO!-ZMACHER, McLENOON & MURRELL, P.C.
DETAILED SPECIFICATIONS - PIPING, VALVES & ACCESSORIES
1.0 SCOPE
These specifications shall be applicable for all site piping,
valves and accessories between all treatment process structures and
between such treatment process structures and the treatment buildings.
In addition, the general method of installation of all interior piping,
as described in these specifications, shall apply to all other sections
of the specifications as if written out in full. Materials of construc-
tion mentioned in other sections of the specifications shall control
for those sections. Materials mentioned herein shall control only if
no mention of same is made in other sections of the specifications.
5.0 - MATERIALS
5.1 (E) - Sludge Line Piping - Sludge line piping shall be ductile
iron flanged piping. Pipe shall be SG-14 glass lined ductile iron
(Class 2) pipe and installed in the following locations and as shown on
the contract drawings:
(1)
Gravity sludge lines from one (1) primary settling tank
and one (1) secondary settling tank to the sludge/scum
wet well.
(2)
Gravity scum lines from one (1) primary settling tank
and one (1) secondary settling tank to the sludge/scum
wet well.
(3) Pressure sludge lines from sludge/scum wet well to the
digester heater/heat exchanger.
The coating shall consist of special glasses and inorganic materials
applied in a minimum of two (2) coats, separately fired, to internal sur-
faces prepared by blasting. Following application of the ground (base)
coat, the items shall be exposed to an appropriate maturing temperature
(above 1400 F) at which point the glass fuses to the base metal, forming
an integral molecular bond with the metal. The resulting bond shall be
sufficient to withstand a metal yield point of 0.001 inch/inch without
damage to the glass.
Subsequent coatings (finish coats) will be processed in a similar
manner, forming an integral molecular bond with the base coat.
The entire coating shall be from .008" to .012" thick. It shall
have a hardness of from 5 to 6 on the Mobs Scale, and a density of from
2.5 to 3.0 grams per cubic centimeter. The SG-14 green-glass lining
shall be capable of withstanding a thermal shock of 350 degrees F.
without crazing, blistering or spalling. It shall be resistant to
(SOHT) DS-PV&A - 1 of 2
~ HOI..ZMACHER. McLENOON & MURRELL P.C.
DETAILED SPECIFICATIONS - PIPING, VALVES & ACCESSORIES (CONT'D.)
5.0 - MATERIALS (cont'd.)
corrosion by solutions of between PH-3 and PH-10 at 125 degrees F.
There shall be no visible loss of surface gloss on the glass lining
after immersion of a normal production run sample in an 8% sulphuric
acid solution at 148 degrees F. for a period of ten (10) minutes. In
addition, when tested according to ASTM Designation C283-54, it shall
show a weight loss of not more than 3 milligrams per square inch.
6.0 - PIPING INSTALLATION
(F) Small Piping (PVC) Installation:
Ail piping shall be pressure tested with air prior to back-
fillinG trenches. All joints shall be checked for leakage while under
air pressure by swabbing, utilizing a soap and water solution, and leaks
found shall be repaired and rechecked. Pressure of air during testing
shall be at least 50 percent higher than normal working pressure. The
Contractor shall furnish all labor, materials and equipment necessary
to accomplish all testing and repairs. Chemical feed piping shall be
Schedule 80 with screwed fittings, unless not otherwise available.
7.0 - VALVES
(G) Special Valves:
1. Knife Gate Valve - The Contractor shall furnish and in-
stall one (1) 12-inch Gate valve and accessories as shown on the con-
tract drawings. The valve shall be a non-rising stem with an extension
stem enabling valve operation from a M&H floorstand.
The valve shall be manufactured by Dresser Manufacturing Div.,
Style 2067-02, Flanged End; or approved equal. Steel pipe extensions
Style 3801 and stem guide Style 35 shall be installed as shown on the
contract drawings. This connection shall be watertight so as to pre-
vent sewage from entering the steel pipe extension.
2. Sluice Gate Valve - The Contractor shall furnish and in-
stall one (1) 6-inch sluice gate valve within the headbox, as shown
on the contract drawings. The sluice gate shall be Model F-5350,
Flanged by Eddy-Iowa; or approved equal. The valve shall be manu-
ally operated by a M&H floorstand with handwheel and non-rising stem.
(SOHT) DS-PV&A- 2 of 2
HOI-ZMACHER, McLF...NDON & MURR£LL P,C. / H2M CORP.
SANITARY SEWERS - TRENCHING, EXCAVATION AND GENERAL PIPE LAYING
1.0 - DEFINITION
Excavation shall include the following described work and detailed
operations: trenching, excavation, dewatering (if required), backfilling,
trench compaction, tieing into existing facilities, grubbing, removing,
storing and rehandling of all materials of every name and nature neces-
sary to be removed for all purposes incidental to the construction and
completion of all work under this Contract; the refilling of trenches
and pits and the furnishing of select material for pipe bedding (if
required), and trench filling as required or directed; furnishing and
placing of material over trenches and pits, refilling if settlement
occurs to line and grade and as indicated on the contract drawings,
to the approval of the Engineer. Work also includes the removing and
disposing of all surplus materials from all excavations in the manner
specified; the maintenance, accommodations and protection of travel,
the supporting and protecting of all tracks, rails, building curbs,
sidewalks, pavements, overhead wires, poles, trees, vines, shrubbery,
pipes, sewers, conduits or other structures or property in the vicinity
of the work, whether over or underground, or which appear within the
excavations, and the restoration of the same in case of settlement or
other injury. Included is all temporary bridging and fencing and the
removing of same; the removing and clearing away of all rubbish, refuse,
unused materials, plant and tools from the site of the work, maintain-
ing emergency access and fire protection to all buildings and all other
incidental work specified or implied.
All excavation for the sewers and their appurtenances shall be made
in open trench except if otherwise shown on the contract drawings, or
unless written permission to excavate in tunnel is given by the Engi-
neer.
2.0 - TEST PIT AND CHARACTER OF MATERIAL
Ground elevations are shown on the construction drawings. By in-
spection of site, test pits or borings made by him or by other adequate
methods, the Contractor shall satisfy himself regarding the character
and amount of the various classes of material to be encountered in the
work to be performed.
Test pit in advance of trenching shall be constructed by the Con-
tractor for the purpose of locating underground obstructions. No pay-
ment shall be made for excavation or refilling of test pits.
3.0 - TOPSOIL
Topsoil shall be conserved arid when removed shall be placed to one
side for use in final surfacing. Where no other surfacing is specified,
areas excavated shall be covered with thls topsoil.
SS-TE& GPL - 1 of 8
ITAR¥ SEWERS - TRENCHING, EXCAVATION AND GENERAL PIPE LAYING (CONT'D.)
4.0 _ LAWN, TREES AND SHRUBS
Where the work is in easements located within privately owned lawn
areas, rear yards, etc., the Contractor shall make every effort to mini-
mize disturbance to the area. Sod shall be removed prior to excavation
and stored during construction to preserve the grass growth, and replace
in position upon completion of the work. If sod is not in suitable con-
dition at time of removal, as determined by the Engineer, the area to be
cut shall be surfaced with 6-inches of topsoil and seeded with a standard
mixture of lawn grass seed. All trees or shrubs shall be boxed or other-
wise protected. Hand excavation shall be employed where necessary to
preserve the shrubs, trees or roots.
All disturbed lawns, trees, shrubs, planting, fences, walks, drive-
ways, walkways, etc., shall be restored to the satisfaction of the Owner.
Claims made by affected owners shall be withheld from payments due the
Contractor until such claims are settled. It is suggested that the Con-
tractor take "Before and After" photographs of all such areas.
5.0 - EXCAVATION, CLEARANCE AND TRIMMING
All excavation for the sewers and their appurtenances shall be made
in open trench except if otherwise shown on the drawings, or unless
written permission to excavate in tunnel is given by the Engineer.
Excavation shall be of sufficient width to permit work to be done
completely in the manner and of~the size specified and shown on the con-
struction drawings. In general, unsheeted trenches shall not exceed
6-foot width at the surface. The width of the trench up to Just above
the top of the pipe shall be maintained as narrow as possible, and, in
general, shall not exceed the outside diameter of the bell of the pipe
plus 2-feet.
6.0 _ PIPE BEDDING
Proper bedding conditions for all sewer pipe shall be as shown on
the contract drawings, and as listed herein:
6.1 T~pe 1 - The bottom of trench shall be shaped to give substa~ti-
ally uniform circumferential support to the lower third of each section
of pipe. Recesses shall be excavated for bells and Joints. Each pipe
shall be laid true to line and grade and in such manner as to form a
close concentric Joint with the adjoining pipe and to prevent sudden
offsets of the flow llne- Carefully compacted material shall be placed
around the pipe and over the pipe to a depth of 12-inches. Compaction
shall be done by hand to insure that the pipe is firmly embedded. Con-
tractor shall take special precaution to bed pipe on firm soil and have
full load of backfill supported by the pipe barrel and none by the bell.
SS-TE&GPL - 2 of 8
SANITARY SEWERS - TRENCHING, EXCAVATION AND GENERAL PIPE LAYING (CONT'D.)
6.2 Type 2 - The trench shall be excavated 3 to 4-inches deeper than
the bottom of the pipe. The pipe shall be bedded on compacted sand and
gravel placed on a flat trench bottom. The granular material shall be
sand and gravel of such size that not more than 70% by weight shall pass
the No. 40 mesh sieve and not more than 15Z by weight shall pass the No.
200 mesh sieve. Prior to use, the Contractor shall submit to the Engi-
neer, for approval, samples of the material. The bedding shall have a
minimum thickness of 3-1nches or one-third (1/3) of the outside pipe
diameter, whichever is greater, and shall extend halfway up the pipe
barrel at the sides. The remainder of the side fills and a minimum depth
of 12-inches over the top of the pipe shall be filled with carefully com-
pacted material. Suitable holes shall be provided to allow adequate bed-
ding at bells or couplings. Payment for above shall be included in the
unit price bid for furnishing and installing sewer pipe.
7.0 _ SLIDES AND CAVE-INS
Ail material from slides and cave-ins caused by the Contractor's
negligence or delay in prosecution of work or for any reason whatsoever
shall be removed and disposed of at his own expense and no compensation
shall be made for such removal or disposal.
8.0 _ ADDITIONAL EXCAVATION
Wherever, in the opinion ~f the Engineer, the material found at the
grade shown on the plans is not satisfactory, the Contractor shall make
any additional excavation as directed by the Engineer and shall refill
the same with selected material from the excavation which shall be broken
tamped and hand graded.
If the Engineer should order the refill to be made with "Special
Backfill" or bank run sand and gravel as defined in the section entitled,
SANITARY SEWERS - SPECIAL BACKFILL AND EARTH FILL, the Contractor shall
be paid under that Item.
9.0 - UNAUTHORIZED EXCAVATION
If any excavation is caused by the Contractor's error, or wherever
the excavation is carried beyond or below the lines and grades given by
the Engineer, the Contractor shall, at his own expense, refill all such
excavated space with such material and in such manner as may be directed
in order to insure the stability of the various structures. Beneath all
structures, space excavated without authority shall be refilled with
Class ,,B,, concrete by the Contractor at his own expense, unless directed
otherwise.
SS-TE&GPL - 3 of 8
SANITARY SEWERS - TRENCHING, EXCAVATION AHD GE~IERAL PIPE LAYING (CONT'D.)
10.0 - SPOIL
Spoil shall consist of the surplus materials removed in excavations
not required for filling, refilling or otherwise specified or required
to be reserved and preserved for special use or purposes.
Spoil shall be deposited at the locations and to the elevations and
grade as directed. .The surface of all spoil shall be graded and dressed,
and no unsightly heaps or mounds shall be left on completion of the work.
The Contractor shall stocl~lle all materials that are excess from
excavations that are suitable for reuse under this section of the speci-
fications. The excess materials from excavations shall be stockpiled
on property provided by and at the expense of the Contractor, to the ap-
proval of the Engineer, or at specific locations shown on the contract
drawings, if approved by the Engineer.
When ordered by the Engineer to provide additional backfill, the
Contractor shall utilize all of the material stockpiled prior to furnish-
ing "Additional Backfill", for which separate payment will be made.
At the completion of construction, all excess materials stockpiled
will become the property of the Contractor.
There shall be no payment for maintenance of the stockpile herein
described nor shall there be payment for rehandling any ~terials in the
stockpile to incorporate it into the work. Payment shall be made only
for the additional excavation required, if any, to remove unsuitable or
suitable materials from beneath normal excavation lines.
11.0 _ HAULING .MATERIAL ON STREET
When it is necessary to haul soft or wet material over the streets
or pavement, the Contractor shall provide suitable tight vehicles so as
to prevent deposits on the streets or pavements. In all cases where
any materials are dropped from the vehicles of the Contractor, he shall
clean up the same as often as directed and keep the crosswalks, street
and pavement clean and free from dirt and mud.
1
2
1
12.0 - FLOODING AND OTHER DAMAGE
Precautions shall be taken to protect uncompleted work from flood-
ing during storms or from other causes. All pipe lines or structures
not stable against uplift during construction or prior to completion
shall be thoroughly braced or otherwise protected.
SS-TE&GPL - 4 of 8
I SANITARY SEWERS - TRENCHING, EXCAVATIOn! AND GEHERAL PIPE LAYING (CONT'D.
13.0 _ LENGTH OF TRENCH OPENED
13.1 Installation of Sewers Under Dry Trench Conditions
Trenches shall not be opened for more than two hundred feet
(200') in advance of the completed pipe or sewer, nor left unfilled for
more than one hundred feet (100') in the rear thereof. The excavation
of the trench shall be fully completed at least twenty feet (20') in
advance of the pipe-laying or the construction of the invert unless
otherwise permitted. No more than one hundred feet (100') of trench
shall be left open overnight, unless approved by the Engineer.
13.2 Inst~llation of Sewers Below Ground Water
Trench opening shall be as required to insure a properly con-
structed sewer according to good construction methods. Allowable length
of openings shall be to the approval of the Engineer.
14.0 - BACKFILLING TRENCHES AND PITS
After the sewer and appurtenances have been installed, backfilling
with select material as described under Paragraph No. 3 shall immediate-
ly occur. The backfill shall be solidly compacted under and around the
pipe with mechanical tampers or other proper tools designed for the pur-
pose. The tamping shall not be excessive so as to raise the pipe, how-
ever, it shall provide a firm, .continuous support for the pipe. The
backfill, to a height of one foot (1') above the top of the pipe, shall
be selected materials carefully deposited by hand shoveling and tamping
and not pushed into the trench by heavy equipment.
Where the material removed from the trench shall not be considered
suitable to serve as select material to support the pipe, in the opinion
of the Engineer, select material, as described in the section entitled,
ADDITIONAL BACKFILL, shall be used as directed by the Engineer.
The remainder of the trench shall be backfilled with select mate-
rial deposited in not over 8-inch layers and solidly tamped with mechani-
cal tampers or proper tools designed for the purpose. The Engineer may,
at his discretion, direct the contractor to add, at no extra cost, suf-
ficient water during tamping to assure a complete consolidation of the
backfllled earth.
No stone weighing over 25-pounds shall be used in any portion of
the refilling, and all stones shall be distributed and alternated with
earth filling in such a manner that all interstices between them shall
be filled with earth. Frozen earth shall not be used for refilling.
In trenches and pits where backfilling can be compacted in a suit-
able manner by flooding or puddling with water, the Contractor may be
SS-TE&GPL - 5 of 8
~ITARY SEWERS - TREIICHING, EXCAVATION AIID GENERAL PIPE LAYING (CONT'D.)
permitted to employ this method after the first foot above the pipe has
been placed and thoroughly compacted as provided above.
Flooding or puddling will not be permitted in trenches under street,
roads or driveways. The Contractor shall be responsible for all damages
or injury done to structures on the ~urface or underground as a result of
settlement of trenches or pits, or by lateral movement of the earth form-
ing the sides of the excavation, or by other destructive movements.
15.0 __ EXCAVATION IN THOROUGHFARES
Traffic shall be maintained in accordance with the applicable sec-
tions of the General and DETAILED SPECIFICATIONS. In streets designated
on the drawings or in the DETAILED SPECIFICATIONS, the Contractor shall
remove at his own cost and expense, as soon as excavated, material from
the first one hundred feet (100') of any opening, or from such additional
length as may be required. The material subsequently excavated shall be
used to refill the trench where the p!pe or sewer has been built, pro-
vided it be of sultablo character.
In case more material is excavated from any trench or pit than can
be refilled over the completed work or stored on the street leaving
space for traffic, as herein provided, or within the limits of the right-
of-way, the excess material shall be spoiled at such location as the
Engineer may direct. When the pipe or sewer shall have been built, the
Contractor shall, at his o~.~r, cost and expense, bring back as much of the
material so removed as may be reguired to properly refill the trenches or
pits, if of the proper kind and quality, or if so directed by the Engi-
neer, the Contractor shall: at his own expense, furnish as much other
suitable material as may be necessary. The special backfill indicated
for pavement base shall normmlly be one foot in depth, unless otherwise
specified or ordered. Any special backfill material used for pavement
base shall be paid for as defined in section entitled, SANITARY SEWERS -
SPECIAL BACKFILL AND EARTH FILL".
16.0 - SITE CONDITIONS AND PROTECTICD
This Contractor shall secure necessary Town, County or State per-
mits to open trench and cut sidewalks and pavements. All traffic sh~ll
be maintained as directed by the Engineer and as required by the proper
road authority.
Calcium Chloride shall be spread for dust control in areas as
cted by the Engineer and shall mee~ the requirements of the standard
>eciflcations for calcium chloride, A.S.T.M. Designation D98.
Suitable barriers and caution ~lgns shall be placed and maintained
around all excavation and parked eoulpment, and sufficient red lights
- ' - SS--TE&GPL - 6 of 8
SANITARY SEWERS - TRENCHING, EXCAVATION AND GENERAL PIPE LAYING (CONT'D.)
1?.0 _ STORAGE OF MATERIAL
The materials excavated and those used in the construction shall be
so placed as not to endanger the work, and so that easy access may be
had at any time to all parts of the trenches and to all hydrants and
gate valves in the vicinity. They shall be kept neatly piled and trim-
med so as to inconvenience as little as possible the public travel or
the adjoining tenants. All streets, roads, park roadways, railroads
and private ways shall be kept open for the usual travel, and the mate-
rials excavated shall be handled and placed so as not to interfere there-
with.
The Contractor will be required to backfill the trenches with suit-
able material taken from the trenches.
Stockpiling of pipe, manholes, etc., will only be permitted in areas
approved by the Engineer.
18~0 - TEMPORARY PAVING
Immediately upon completion of refi!~ling of the trench or excavation
the Contractor shall place a temporary pavement over all disturbed areas
of the street, paved driveways, alleys and other traveled places where
the original surface has been disturbed by his operations.
The temporary pavement shall be of a character satisfactory in all
respects and safe for public t~avel. The temporary surfacing may con-
sist of "Coldpatch" or of compacted broken stone at such a depth as is
necessary to withstand the traffic to which it is subjected. Sufficient
oil or other material shall be spread to hold the stone in place to pre-
vent ravelings. If fill or temporary pavement settles, new stone and
binder must be added and compacted.
The surface of all temporary repaving shall conform to the street
grades. Mounding up of the material over the trench and covering the
same with loose, broken stone will not be considered as compliance with
the above requirements.
The temporary repavement shall be placed and maintained by the ~on-
tractor, in a satisfactory condition, until such time as the permanent
repaying is completed. The Contractor shall immediately remove and re-
place, in a satisfactory condition, any and all such repavement as shall
become unsatisfactory and not in accordance with the terms and intent of
the specifications.
19.0 UNFINISHED WORK
When, for any reason, the work is left unfinished, all trenches and
SS-TE&GPL - 7 of 8
~ITARY SEWERS - TRENCHING, EXCAVATION AHD GENERAL PIPE LAYING (CONT'D.)
excavations shall be filled and all roadways and sidewalks left unob-
structed with their surfaces in a safe and satisfactory condition.
20.0 - DEFINITION OF ROCK EXCAVATION
Rock excavation shall be classified as boulders, hard and solid
ledge rock and other similar materials of more than one-half cubic yard
volume.
21.0 _ BLASTING
No blasting will be permitted.
22.0 _ PAYMENT - GENERAL EXCAVATION
Payment for trenching, excavation and general pipe laying shall be
included in the various work which includes this operation.
23.0 - MEASUREMENT AND PAYMENT, EXCAVATION BELOW SUBGRADE
The quantity of excavation of extra depth below subgrade for which
payment will be made, shall be the number of cubic yards removed in ac-
cordance with the drawings and orders. The price bid per cubic yard,
under the unit price bid for additional excavation, for excavation
below subgrade shall include and cover all costs incidental to exca-
vation below subgrade of the sewers, manholes or other structures when
ordered.
24.0 - MEASUREMENT AND PAYMENT~ ROCK EXCAVATION
The quantity of Rock Excavation for which payment will be made,
under the unit Price bid for additional excavation, is the number of
cubic yards of ledge rock or boulders in place, both in trenches for
sewers and excavation for manholes, as measured before excavation,
that would have been removed if the excavation had been made everywhere
to a depth of 6-inches below the underside of the pipe or masonry
and to a width of 12-inches greater on each side than the inside
dimensions of said pipe or masonry. In the excavation for sewers
and manholes, the unit price to be paid for the rock excavation shall
be the additional cost per cubic yard for rock excavation.
SS-TE&GPL - 8 of 8
HOLZMACH~R. McLENDON & MURRI~LL. P C
DETAILED SPECIFICATIONS - SANITARY SEWERS - TRENCIIING, EXCAVATION AND
GENERAL PIPE LAYING
8.0 - ADDITIONAL EXCAVATION
The definitions of "Special Backfill" such as bank
g[avel can be found in the section entitled, EXCAVATION,
BACKFILLING & GRADING.
run sand and
EARTHWORK,
Payment shall be made for this item at the unit price bid for
additional excavation on the proposed form.
10.0 - SPOIL
No additional payment shall be made
or backfill.
for additional excavation
14.0 - BACKFILLING TRENCHES AND PITS
The definition of select backfill material can be found in the
section entitled, EXCAVatION, EARTHWORK, BACKFILLING & GRADING.
15.0 - EXCAVATION IN THOROUGHFARES
No additional payment shall be made for special backfill mate[iai,
if used for payment base.
DS - SS - TE&GPL - 1 of 1
l_t~;~j~ HO~MACHER, McLENDON & MURRELL. P.C
SANITARY SEWERS - FURNISHING AND INSTALLATION OF PIPE
1.0 - SCOPE
The work covered by this section of the specification consists of
furnishing all plant, labor, equipment and materials and in performing
all operations in connection with the construction of sanitary sewers.
2.0 - EXCAVATION
Trenching and excavation shall conform in all respects to the
section of the specifications entitled, "SANITARY SEWERS - TRENCHING,
EXCAVATION AND GENERAL PIPE LAYING".
3.0 - PIPE
3.1 The type pipe specified for use for this project shall be as
specified in the DETAILED SPECIFICATIONS and as shown on the contract
drawings. Sizes, quantity, manufacturers, class and other special
items shall be as specified in the DETAILED SPECIFICATIONS.
3.2 Pressure Pipe
_ (~ Cement Lined Cast Iron Pipe
The pipe shall be centrifugally cast iron pipe, with pipe
barrel conforming to A.S.A. Specifications A21.6-1962 or A21.8-1962,
or latest revisions thereunto, pressure class 50, thickness class,
Joint and size as specified in the DETAILED SPECIFICATIONS.
The pipe weight shall not vary more than 5% below the standard
weight per length of pipe 12-inches or less in diameter and 4% for
pipe more than 12-inches in diameter. Each length of pipe shall have
the weight and class designation conspicuously painted on it. All
pipe and special castings shall be supplied by the same approved manu-
facturer as indicated in the DETAILED SPECIFICATIONS.
Pipe shall be cement lined, in accordance with A.S.A. 2].4-1964,
or latest revisions thereunto. The li~,ing shall be centrifugally ap-
[~lied and with bituminous seal. er. The thickness of cemen~ lining foT
pipe shall be nowhere less
meters:
than the following for the respective dla-
4 to 12-inches
14 to 24-Inches
over 24-Inches
- 1/8-Inch
- 3/16-inch
- 1/4-inch
SS-FIP-lof9
S,'.NIT;RY SEWERS -
FURNISHING ;hT] INST,~.LI.ATION OF PIPE - CONT'D.
"Tyton" 3pint pipe shall he used unless otherwise provided
in tho "DETAILED SPECIFICATIONS" and "Tyton" joint shall conform to
A.S.&. Specifications A21.11-19O.1, or lutest revisions. Tho "Tyton"
bell shall i{ave cast or machined gasket socket recess, a tapered
annular opening and flared socket design; to provide a deflection in
each Joint of not less than 2°. plain spi~ot ends shall bo suitably
beveled to permit easy entry into boll, cuntortng in gasket and
compression of gasket. ..
No deflection between joints shall be permitted for gravity
sewer lines.
(B) Asbestos Cement Pipe
Asbestos Cement Pipe shall conform to A.S.T.~. Specifi-
cation C296-63T or latest revision. Pipe shall be of class and
diameter indicated in tho "DET£ILK~ SPECIFICtTIONS". All pipe of
8" diameter and larger shall be furnished in 13-foot lengths. Short
lengths not exce~ding 3'-3" shall be used in makin~ connections to
manholes or other rigid structures. Rubber rings for joints shall
conform to ~.S.T.U. Desi~nntion D1869j l~test revision. Pipe munu-
tacturor si{all be subject to approval by Engineer.
(~ Cement lined DucZilO Cast Iron PiDe
The pipe shull be centrifugally cast ductll~ iron pipe~
with pipe barrel conforming td ;.S.~. Specification a21.50-1965 or
latest revisions thereunto, pressure cli~ss 50, thickness class, Joint
and size as specified in the "DETCILi~ sPECIFICaTIONS". Otherwise,
ductile cast iron pipe shall conform to soctlon 3.2 ~) above.
3.3 Sewer Pipe (Non,pressure)
(~ Asbestos Cement Pipe furatshcd shall conform to ~.S.T.H.
Designation C428-63T, Type II, or latest revision. Pipe shall be
of class and diameter indicated tn "DET;IIoED SPECIFICATIONS".
Laying lengths shall normally be 13 feet in length. Short lengths
not exceeding 3'-3" shall be used in muking connections to manholes
or other rigid structures. Pipe manufacturer shall bo. subject to
approval by Engineer.
SS-FIP - 2 of 9
SANITARY SEWERS - FURN1SIIING AND IIISTALLATIOII OF PIPE - COHT'D.
(B) Vitrified Clay Pipe
Vitrified Cldy Pipe si~all conform to one or more of the
following NCPI Designations, or .latest ravislon thereunto, as described
in the DETAILED SPECIFICATIONS:
STANDARD STRENGTH AND EXTRA STRENGTH
CLAY PIPE
I1CPI ER4,-67
CLASS 3300 CLAY PIPE
NCPI ER3300
Vitrified .clay plpe shall be of size and designation and length
called for in the DETAILED SFECIPICATIO~IS and/or shown on the drawings.
Pipe manufacturer shall be subject to approval by the Engineer,
Joints for vitrified clay pipe shall conform to the requirements
of A.S.T.M. Designation Cq25, Type I, Type II or Type III as called for
in the DETAILED SPECIFICATIONS.
(C) Cast Iron Soil Pipe
Cast Iron Soil Pipe shall conform to A.S.T.M. Specifica-
:ion A-74-42 or latest revision. ~quil pipe silall be of size and manu-
facturer called for in the DETAILED .~]PECIFiCATIOHS.
(D) Pol~-Vlnyl Chloride ftpc
Poly-Vinyl Chloride Pipe si:all be of the size shown on the
drawings. Pipe material shall be mace fron~ clean, virgin, Type I, Grade
I, PV$ compound conforming to A.S.T.M. D178~, Class Designation 12QS~A.
Pipin~ shall conform to A.S.T.N. D303~-73, Extra Strength SPRY5. Coup-
lings shall be an integral part of thc p~pe barrel and be furnished with
a rubber compression ring meetinc requirements of A.S.T.M. D1869.
Manufacturer shall test pipin[] as required herein and certify such
conformance to the En~:lneer. Tests requl£'t.~d shall include:
(t) Pipe Stiffness A.S.T.M..D2412, stiffness shall be
45 at 5~ deflection.
(2) Joint Tl!zhtness, zero leal{age for one hour at pres-
sure of 25 ps/.
(3)
Flattening, no evidence of splitting, cracking or
Dreak~n~ when uniformly compressed within two to
five minutes to 40% of the outside diameter.
(4) Drop Impact, A.S.T.U. D2444 with 100 ft.-lbs, shall
shou {~o shatterln{'.] of splitting.
{
:.:S-!,'!P - 3 ,,[
SANITARY SEWEI{S - FUI(NISHING AND INSTALLATION OF
PIPE - CONT'D.
(5) Acetone Immersion Te'.~t, no spalling or cracking
after two Ilours linmei.slcn per A.S.T.M. 2152.
4.0 - WYE BBANCHES
Where desiEnated in the dr'al.linings, the Contractor shall £urnish ~.nd
ln~tall Wye Branches. Hye's shall be of the same materlal class, sl~:e
and manufacturer as the pipe speclt'led. Each wye shall be furnished
with a suitable cap or pltq~. Payment shall be made for wye branches
and caps, however, the cost of furntshinl~ and ln:~tallation shall be in-
eluded in the linear Coot cost of [,espectlve st=e pipe.
5.0 _ TESTING
All of the physical tests required by A.S.T.~t. and A.S.A. must be
conducted in North America. These tests m:~y be carried out in the manu-
facturer's plant and lhall be at the Contractor's or manufacturer's ex-
pense. If the pipe mtnufactur,,r d~,es not have test facilities approved
by the Engineer, the test~ sha]l be conducted In certified private test-
ing Iaboratories, approved'by tile En~ineel,, at the Contractor's or manu-
facturer's expense,
6.0 - INSPECTION
All pipe will be inspected on delivery and immediately before being
placed in the work, asa such as does not conform with the requirements
shall be rejected. Ail rejected pipe shall be removed from.the site of
the ~ovk by the Contractor who shall furnish all labor necessary to as-
sist In the Inspection and handling. Rejected pipe shall not be offered
t'or inspection agaln under this Contract.
7.0 - INSPECTION AND
All pipes and spe~-ials shall be carefully inspected immediately be-
fore being lowered iht ~ the trench and no e~.acked, broken o,' defective
p~pe shall be set Int )e work. The pipes shall be laid tJ~%~e to line and
~ade established by tle I.'nglneer and have a uniform bearin~ throughout
tile length of each pip.: ufon the foundation provided. A uniZ'orm bearlnff,
fo~' all pipes shall be assured by methods outlined in detail under the
section entitled, SANI':ARY SEWERS - TREHCHING, EXCAVATIOt{ AND GENERAL
PIPE LAYING.
All branch connec :ions where called for on the drawings, shall
adequately supported and protected by enca:~ement In 2500 psi. concrete
as shown or directed.
I
~ 4 f 9
..... FlP - o
qANITARY SEWERS - FURNISHING AND INSTALLATION OF PIPE -
CONT ' D.
8.0 _ JOINTS
For Jolnlng "Slip-On" Joint pipe, gaskets of suitably formed high-
quality vulcanized rubber, made to exact dimensions, and in the form
of a solid ring, shall be used. The composition of the rubber, its
hardness and other properties, and the design of the gasket recess
shall be such that the Joint is liquid-ti~t under all pressure ranges
from a vacuum up to the maximum rating of the pipe.
A thin coat of lubricant shall be applied to each spigot end of
each piece of pipe or rubber gasket, in accordance with pipe manufac-
turer's recommendation. The lubricant shall be non-toxic, shall impart
no taste or odor to the conveyed liquid and shall have no deleterious
effect on the rubber gasket. The lubricant shall be of such consistency
that it can be easily applied to the pipe or rubber gasket in hot or
cold weather and shall adhere to either wet or dry pipe.
For Joining "Slip-On" Joint pipe to mechanical Joint fittings,
gaskets of suitably high vulcanized crude rubber compound shall be
used. The gaskets shall be smooth and free from defects of any nature.
Before slipping the plain end of the pipe and the gasket into the bell
of the fitting, a thin coat'of lubricant shall be applied to the spigot
~nd, and the annular recess of the bell to provide easy entry of pipe
and gasket into the bell.
9.0 - JOINTING
Pipe shall be ca]'.efully Jointed in conformity with the best prac-
tices and the detailed instructions of the manufacturer.
All pipe ends shall be thoroughly cleaned prior to and during the
jointing operation.
Actual details of required Jointing practice will depend upon the
particu].ar type adopted, but shall, in all cases, involve approved prac-
tices and shall be-such as to produce the required results, particularly
with regard to flexibility and watertightness under pressure.
10.0 - LEAKAGE AND TESTING
The initial section between the manholes of the sewer constructed
shall be tested for leakage prior to backfilling before the Contractor
will be allowed to continue laying additional sewer pipe. Other inter-
mediate leakage tests during construction shall be made as required by
the Engineer. Prior to final acceptance of the completed work of any
'ewe~, pipe line or manhole, it shall be tested for watertightness and
.~hall meet the requJre~nts set forth below.
SS-FIP - 5 of 9
SANITARY SEWERS - FURNISHING AND INSTALLATION OF PIPE - CONT'D.
Tests shall be made by filling the sewer with water furnished
by the Contracto*- and the quantity of leakage from the sewer measured.
The head of water during the test shall be maintained at least two
feet above the highest section of the sewer being tested. Where the
sewer being tested has been constructed in water-bearing soil leakage
tests may, at the discretion of the Engineer, be made by measuring the
quantity of infiltration into the sewer or structure. Plugs required
for sealing the ends of the pipe shall be supplied by the Contractor
at his expense.
The allowable leakage or infiltration shall not exceed the require-
ments of the DETAILED SPECIFICATIONS. The localized or spurting leaks
of any volume detected in sewers shall be permanently stopped.
The completed sewers shall be tested for smoothness of invert,
freedom from obstructions and straightness of line. The invert shall
reveal no sags in which pools of water may develop. A visual inspec-
tion of each section of the sewer shall show no substantial curves or
bulges. The pipe line shall be sufficiently free and clear to pass a
ball one inch less in diameter than the size of tie pipe through the
finished sewer line.
Should any leaks, def6ctive Joints or defective construction be
found, they shall be promptly made good, and should any defective pipes
or specials be discovered, they shall be removed and replaced with sound
pipes or specials in a satisfactory manner and without additional com-
pensation.
The Contractor shall furnish and convey all water required for
testing.
11~0 _ PRESSURE AI~D LEAKAGE TEST
All mains shall be tested for pressure and leakage in accordance
with A.W.W.A. Specification C600, latest revision.
This Contractor shall furnish the pump, pipe connentions, gauges
an,] all necessary apparatus for the proper conducting of all pressure
and leakage tests. All air shall be'expelled from the pipe before
making tests.
Under the pressure test, the hydrostatic pressure shall be set
at least 50 percent above the normal operating pressure, but in no
case less than 100 p.s.i., based on the elevation of the lowest point
on the line or section, under test, and corrected to the elevation of
the test gauge.
SS-FIP - 6 of 9
~ArJITARY SEWERS - FUHNISItING AND INSTALLATION OF PIPE - CONT'D.
The pressure tests shall be for at least one (1) hour, and shall
preferably be made prior to the complete backfilling of the pipe line
when the Joints are exposed. All visible leaks, any cracked or de-
fective pipe, fittings, valves or hydrants discovered durlng perform-
ance of the pressure test shall be removed and replaced by the Con-
tractor with sound material, and the test shall be repeated until
satisfactory to the E0gineer.
Th~ leakage test shall be conducted after the pressure tes~ has
been satisfactorily completed.
Under the leakage test, the hydrostatic pressure shall be set at
]east 50 percent above normal operating pressure, but in no case less
than 100 p.s.1, fo:. the particular location and the duration of the
test shall be at least two (2) hours.
No pipe Installation will be accepted until the leakage is less
than the number of gallons per hour, as determined by the formula:
L = NDe/ P
370O
in which L is the allowable leakage in gallons per hour, N ls the
nux~er of Joints in the length of pipe linel tested, D is the nominal
diameter of the pipe in inches, and P is the average test pressure
during the leakage test, in pounds per square inch gauge. (The allow-
able leakage, according to the formula, is equivalent to 23.3 U.S.
gallons per 24 hours per mile of pipe per inch nominal diameter, for
pipe ia 18-foot lengths, evaluated on a pressure basis of 1~0 p.s.l.)
This Contra~tor, at his own expense, shall repair the defective
Joints until the leakage is within the specified allowance.
At the Engineer's option, where it is possible to leave the pipe
and all Joints uncovered until it is tested, the main shall be filled
with water and pressure tested under maximum design operating
press~,re. Ail Joints shall be inspected by the Engineer and the
Contractor shall tighten or replace all leaking Joints, as directed, ab
the Contractor's own expense.
12.0 - PLUGGING PIPE
Every open pipe end shall be plugged or closed before leaving work
at night.
SS-FIP - ? of 9
SANITAHY SEWERS - FU[(NISIIING AND INSTALLATION OF PIPE - CONT'D.
t3.0 CONCRE ~E CHADLE
For each sewer pipe as Is to be surrounded or partially surrounded
with concrete, the enveloping concrete, of the thickness shown on the
plal]s, shall be placed immediately on completion of the Joint; where
forms are required, they shall be set prior to the laying of the pipe
and must not be removed until the conrete has thoroug~lly set.
14.0 _ MEASUF~EMENT AND PAYMENT
The payment for furnishing and installing pipe for each separate
type of pipe, blass and diameter specified, shall include the excava-
tion, backfill and grading at the price bid per linear foot for in-
stalling pipe at the trench depths shown and will also include permits,
maintaining temporary pavements on trenches, dust control, leakage or
infiltration test, cleaning up and all other work and materials not
specifically included in other items which are required to complete
the installation. Separate payment shall be made for each type and
class of pipe furnished.
15.0 _ ALIGNMENT OF SEWERS
All sewers shall be laid to the lines and grades shown on the con-
structlon plans. No sewer shall be laid b~low the minimum specified
o~ allowed slopes. Slopes shall ~e constant between manholes with man-
hole inverts shaped to make smooth transitions. Manhole inverts shall
be smooth and offer no impediment to flcw.
16.0 _ SITE CONDITIONS AND PROTECTION
This Contractor shall secure necessary Town, County or State per-
mits to open trench and cut sidewalks and pavements. Ail traffic shall
be maintained as directed by the Engineer and as required by the proper
road authority.
Calcium chloride shall be spread for dust control in areas as di-
rected by the Engineer and shall meet the requirements of the standard'
specifications for calcium chloride, A.S.T.M. Designation D98.
Any damage by th~s Contractor to adjacent curbs, sidewalks, lawn
areas, shrubs, etc., must be repaired or replaced and maintained by this
Contractor at his own expense, to the satisfaction of the Engineer.
SS-FIP - 8 of 9
FONT' D.
SANITAI{Y SEWEIIS - I,'HRNiSIIING AND iNSTALLATION Ob' PIPE -
:]ultable barriers an(! cntltlon signs shall be placed and maintained
:,round :ill excavatl~m and parked equipment, and sufficient red lights
n,,e t,'. be maintained at nl[~,ht as precautl(:n against accidentS.
17.0 - TI,'.MPOHAI{Y PAVING
Temporary paving shall be placed on trenches at str,~et crossings,
dr~,ew~.Vs, in sidewalk areas or at lo(:ations as dlPected to provide
for trnl'fic safety, and siml], be maintained until perm~:.nent paving or
si(lewalk Is replaced. All excess m~terial shall be disposed of as
Jirect. cd.
SS-FIP - 9 of 9
I_.1~ HO~MACHER, McL£NDON & MURRELL.
DETAILED SPECIFICATIONS - SANITARY SEWERS FURNISHING AND INSTALLATION
OF PIPE
3.0 - PIPE
3.1. The type pipe specified for use in constructing all force
mains shall be Cement Lined Ductile Iron Pipe.
The type pipe specified for use in constructing all gravity
flow sewer lines shall be as specified herein and as shown on the
contract drawings.
3.2. Pressure Pipe
(A) Ductile Iron: Pipe shall be centrifugally cast iron pipe
cast with primary graphite in nodular or spherulitic form. Pipe shall
be 60-42-10 grade with matrix predominately ferrite and shall have a
pipe barrel conforming to A.W.W.A. Specification C151-76 or latest
revision and A.N.S.I. Specification A21.51-1976 or latest revision,
with thickness class as tabulated below unless otherwise indicated
on the drawings.
MINUS
PIPE SIZE THICKNESS THICKNESS TOLERANCE
(INCHES) CLASS (INCHES) (INCHES)
4 52 0.29 0.05
6 52 0.31 0.05
8 52 0.33 0.05
12 52 0.37 0.06
24 52 0.44 0.07
Pipe weight shall not vary more than 5 percent below the standard
weight per length for pipe more than 12-inches in diameter and 6 per-
cent for pipe 12-inches in diameter and smaller. Each length of pipe
shall have the weight, class or nominal thickness, and manufacturer's
mark, and the letters "DI" or "DUCTILE" cast or stamped on the pipe by
the manufacturer. All pipe and fittings shall be supplied by the same
approved manufacturer. Manufacturer shall be U.S. PIPE & FOUNDRY CO.,
GRIFFIN PIPE PRODUCTS CO., or specifically approved equal.
All ductile iron pipe shall be cement lined, in accordance with
A.W.W.A. Specification C104-74 or latest revision, or A.N.S.I. Speci-
fication A21.4-1974 or latest revision. The lining shall be centrifugallI
applied and shall be complete with a bituminous sealer. The thickness
of cement lining for pipe shall be DOUBLE thickness and nowhere less
than 1/8-inch.
DS - SS-FIP - 1 of 3
HOLZMACHER, MCLI:NDON & MURRELL, I~.C.
DETAILED SPECIFICATIONS - SANITARY SEWERS - FURNISHING AND INSTALLATION
OF PIPE - CONT'D.
A bituminous coating shall be applied to the outside and
inside of all pipe by the manufacturer.
3.3. Sewer Pipe (Non-pressure)
(A) Ductile Iron: The Cement Lined Ductile Iron Pipe
specified for use in constructing the gravity flow sewer lines shall
be as specified in Section 3.2 (A) Ductile Iron and in the locations as
shown on the contract drawings.
(B) Asbestos Cement: All asbestos cement pipe shall be of
the size and class indicated on the plans. All asbestos cement pipe
shall conform to ASTM C-428 or latest revision (Standard specification
for non-pressure sewer pipe). Rubber ring gaskets conforming to
ASTM D-1869, or latest revision, shall be used.
The crushing strength in pounds per linear foot shall corres-
pond to ASTM 3-Edge Bearing method per ASTM C-500 Section 11.1.1,
wooden Bearing Surfaces.
8.0 - JOINTS
Mechanical joints, bolts, nuts and gaskets shall conform to
A.N.S.I. Specification A21.11-1979 or latest revision, or A.W.W.A.
Specification Cl11-79 or latest revision. Lead-tipped gaskets shall
be used at each end for joining mechanical joint pipe.
10.0 - LEAKAGE AND TESTING
A. continuous twenty-four (24) hour test period will be required
except where in the opinion of the Engineer, a shorter test period
is acceptable. The maximum allowable quantity of infiltration or
leakage in a section of sewer shall be 50 gallons per inch-mile per
day.
14.0 - MEASUREMENT AND PAYMENT
Payment for furnishing and installing all pipe and appurtenances
shall be included as part of the base bid.
18.0 - CLEANOUTS
The Contractor shall
the contract drawings.
furnish and install cleanouts as
shown on
19.0 - CONCRETE BLOCKING
Concrete blocking shall be applied on all pressure pipe lines 3"
in diameter or larger at all tees, plugs, and at bends deflecting
22-1/2°or more. Blocking shall be of concrete of a mix having a
compressive strength of not less than 2,000 psi, and blocking shall
be placed between solid ground and the fitting to be anchored.
DS - SS-FIP - 2 of 3
HO~MACHER. McLENDON & MURRELL. P.C
DETAILED SPECIFICATIONS - SANITARY SEWERS - FURNISHING AND INSTALLATION
OF PIPE
The square foot bearing area of the blocking on solid ground shall
be as indicated in the table following or as directed by the Engineer:
DEAD END 90° 45° 22-1/2°
PIPE SIZE OR TEE BEND BEND BEND
3" 1 1.5 3/4 1/2
4" 1 1.5 3/4 1/2
6" 2 3 1-1/2 3/4
8" 3-1/2 5 2-3/4 1-1/2
10" 5-1/2 7-3/4 4-1/4 · 2-1/4
12" 7-3/4 11 6 3-1/4
16" 13-1/2 19-1/2 10-1/2 5-1/2
The blocking shall be so placed that the pipe and fitting joints
will be accessible for repair.
DS SS-FIP 3 of 3
SITE WORK -
SHEETING AND BRACING
1.0 - SCOPE
Under the work in this contract, the Contractor shall fur-
nish, drive, maintain and remove new and used sheeting, as required by
soil conditions, depth of excavation and O.S.M.A. requirements, in ac-
cordance with the plans, specifications and as directed by and to the
approval of the Engineer.
2.0 - MATERIALS
2.1 - Responsibility and Design - The selection of materials,
their arrangement and the details shall' be the Contractor's option and
responsibility, subject to the approval of the Engineer.
Five (5) copies of detailed installation drawings of the pro-
posed sheeting shall be submitted to the Engineer for review. The
submission shall include design calculation to show the sheeting can
sustain the anticipated trench loads. The Contractor shall be re-
sponsible for providing adequately designed sheeting, and shall be
held solely responsible for any failure of the Sheeting to meet field
loading conditions.
2.2whic~ Wood Sheeting - Wood sheeting shall be of any species
of wood will satisfactorily stand driving. It shall be free
from wormholes, wind shakes, loose knots, decayed or unsound portions
or other defects which might impair its strength or tightness. Fram-
ing and bracing shall be of adequate size and dimensions and shall be
properly spaced to prevent bulging or protruding of sheeting. Wood
sheeting shall be a minimum of 2" thick. The tongue and groove sheet-
ing used must be structurally sound to the approval of the Engineer.
2.3 - Steel Sheet Piling - Steel sheet piling shall be corru-
gated of "Z" shape cross section, of adequate thickness and weights
to resist soil pressures encountered during construction. Steel sheet
piling may be new or used, but must be structurally sound to the ap-
proval of the Engineer. Special shapes shall be provided at corners
or transition points to insure continuous sheeting.
2.4 - Sheetin~ Boxes - Steel sheeting boxes of a proper size
and design will be approved by the Engineer as an alternate method of
sheeting.
RT
S&B - 1 of 3
SITE WORK - SHEETING AND BRACING - CONT'D.
3.0 - SHEETING AND BRACING
3.1 ~ - Construction Details - The initial section of trench shall
be excavated to a depth not to exceed 4 feet from existing grade and the
sheeting shall be assembled and driven with a sheeting hammer in advance
of excavation. The sheeting shall be of adequate cross section and
shall be braced to protect workers against the hazard of falling or
sliding material. The Contractor shall be responsible for meeting
all requirements of the Occupational Safety and Health Act (O.S.H.A.)
of 1970.
3.2 - Wood Sheeting - Wood sheeting shall be driven in place to
thoroughly support both sides of the trench and the bottom of the sheet-
ing shall be a minimum of 24" below the bottom of any and all excavation
at all times. Its final depth shall be a minimum of 24" below the ex-
cavated trench bottom. Water jetting of sheeting shall not be permitted.
Care shall be taken not to loosen adjacent ground which might result in
collapse.
Sheeting shall be held in place with wales and braces or shores and
shall be properly nailed and wedged to the approval of the Engineer to
insure tightness. All work to be in a manner acceptable to the Engineer.
Wood sheeting must be driven with a sheeting hammer in a manner
acceptable to the Engineer. Under no circumstances shall sheeting be
driven with construction equipment not specifically designed for driv--
lng sheeting.
3.3 - Steel Piling - Sheet piling shall be driven plumb and
tight against adjacent sheets in a manner to thoroughly support both
sides of the trench. The bottom of the Sheeting shall be a minimum
of 24" below the bottom of the excavation or at such depths to insure
adequate support. Water jetting of sheeting will not be permitted.
Care shall be taken not to loosen adjacent ground which might result
in pavement subsidence or trench collapse.
Sheet piling shall be held in place with wales and braces or shores
and properly installed to the approval of the Engineer. All work to be
in a workmanlike manner in compliance with all safety regulations, labor
laws or requirements, etc.
Sheeting shall be driven with a steam or pneumatic hammer in a
manner acceptable to the Engineer. Under no circumstances shall sheet-
ling be driven with construction equipment, not specifically designed
for driving steel sheet piling.
RT
S&B - 2 of 3
SITE WORK - SHEETING AND BRACING - CONT'D.
SHEETING AND BRACING (CONT'D.)
3.4 , - Removal of Sheeting and Bracing - In general, all sheet-
ing and bracing, either steel or timber, used to support the sides of
the trenches or other excavations shall be withdrawn as the trenches
or excavations are being refilled. The vacancies left by the sheeting
shall be carefully refilled by ramming with tools especially adapted
to the purpose, or otherwise as may be directed. No sheeting shall be
pulled in advance of backfilling.
Unless otherwise shown on the contract drawings, all sheeting is
to be completely removed from the trench.
4.0 - CONTRACTOR'S CONVENIENCE
If, to serve any purpose of the Contractor in supporting and pro-
tecting structures which he has herein agreed to support and protect,
he desires and requests permission to leave sheeting or bracing in the
trench, the Engineer may grant such permission on the condition that
the cost of sheeting and bracing be assumed by the Contractor.
5.0 - BASIS OF PAYMENT
No separate payment wiil be made for sheeting and bracing. The cost
of sheeting and bracing, where required, shall be included in the base
bid.
1
!
RT
S&B - 3 of 3
~k-~ HOLZNIACHIFR, McL~..N~ON & MURRELL, P C.
DEWATERING
1.0 - SCOPE
Under the work in this Contract, the Contractor shall do all the
work necessary in dewatering trenches when ground or surface water is
encountered, and shall continue the dewatering operation until all
trenches where ground or surface water is encountered have been back-
f il led.
2.0 - INSTALLATION AND OPERATION
This Contractor shall furnish all piping, pumps and well pointing
equipment required to properly well point or sump the trench and adja-
cent area in order to eliminate ground and surface water or precipita-
tion from entering the trench area during construction.
The method of dewatering to be used will depend upon subsoil con-
ditions and the depth of water encountered. In General, a well point
system will be required where sandy soils are encountered and water
depths are such that subsurface soils either run or boil into trench
areas. Sumping of trenches will be allowed where subsoils contain
considerable silts or clays which prevent well pointing. Where such
exist and where subsoil stability in the vicinity of the excavation
can be maintained, the Engineer may approve the Contractor to sump the
excavation provided proper and adequate stone is placed in the trench
and spacing of sumps and pumps'is provided~ All costs of stone, addi-
tional sump excavation, pumps, etc., shall be included under the re-
spective item.
In all cases, no mater what system is selected of what type of
soil conditions are encountered, the Contractor shall be responsible
for adequately and properly dewatering the trenches.
All costs for preliminary test borings, if any, shall be included.
Any permits required by regulatory agencies, all costs to obtain the
permits, including reports, plans, applications, etc., shall be in-
cluded under the base bid. Water removed from trenches and excavation
shall be discharged in compliance with the requirements of State, County
and Municipal agencies as well as to the approval of the Engineer.
The proposed dewatering operation must be carried out by duly
registered Well Drillers in accordance with Section 15-1525, of the
Environmental Conservation Law.
D - 1 of 4
~ HOLZMACHER. McLENDON & MURRELL. P.C
I DEWATERING (CONT'D.)
The Contractor is responsible for notifying the New York State
Department of Environmental Conservation prior to the proposed
starting date of the dewatering operation, giving the following de-
tails in full: the name of the Registered Well Driller, the details
of the dewatering system to be installed, including the size, the
number and the spacing of the Well Points, the pump capacity, the
pumping rate and the expected volume of water to be withdrawn.
Also to be included, will be the amount of water table drawdown,
the final disposition of the water and the expected duration of the
operation. Before any dewatering operation is to begin, approval of
all the aforementioned items is required. If any unforeseen emergency
construction arises, the Contractor must notify the New York State
Department of Environmental Conservation as soon as possible, that
dewatering under such circumstances has been started.
Notification will De made of the following:
New York State Department of Environmental Conservation
c/o Mr. Anthony Candela
Building No. 40, SUNY
Stony Brook, New York 11794
Telephone- 751-7900
The entire dewatering operation and the apparatus connected therewit
must at all reasonable hours be open to inspection, and test Dy duly
accredited representatives of ~he Department of Environmental Conserva-
t ion.
Any water removed from the trenches or excavations shall De dis-
posed of to avoid interference with business, residences, pedestrian
and vehicular traffic and so as to prevent damage to property, to the
approval of the Engineer.
The Contractor shall not discharge groundwater directly into creeks,
ponds or lakes waterways without first obtaining proper permit from the
New York State Department of Environmental Conservation. Before discharg
into surface waters, dewatering effluents must be filtered through
hay bales or detained settling basins to avoid sedimentation to the
receiving waters. If necessary, baffling devices shall De used to
prevent the scouring of the bed or banks of any receiving stream.
Every effort shall be made to discharge groundwater into existing
recharge basins.
No Contractor is permitted to dump spoil onto those areas desig-
nated as wetlands or waterways. Further, the Contractor shall not
stockpile or store spoil, materials, tools or equipment on wetlands.
D - 2 of 4
~..j~ HOLZMACHIFR. McL£NDON & MURRELL, P.C
DENATERING (CONT'D.)
Upon completion of all work, the Contractor shall remove from ti%e
gutters, catch basins, drains and manholes all debris and other accu-
mulations. He shall be responsible for leaving them in a condition
equal to or better than that which existed prior to his work.
3.0 - GROUNDWATER LEVELS
The Contractor shall be solely responsible to ascertain the exact
level of groundwater. Water levels, if shown on the Contract Drawings,
soley represent the levels obtained at the time and specific location
of levels to be found at locations other than that shown. No separate
payment shall be made for the cost of ascertaining groundwater or sur-
face water levels.
4.0 - SUBSOIL CONDITIONS
The Contractor shall be solely responsible to ascertain the exact
nature of subsoils in the vicinity of the excavation, as it affects the
design of the dewatering conditions. The Contractor shall submit to
the Engineer the proposed layout of the dewatering system together with
any subsoil explorations, tests or studies conducted by the dewatering
equipment suppliers for evaluation. The Engineer will evaluate the
submission and advise the Contractor on the particular type of system
to be utilized.
5.0 - NOISE CONTROL
When dewatering systems utilizing central pumping stations are used,
these stations will be acoustically shielded from neighboring residences.
Styrofoam or other sound absorbing material will be used on the inside
of the enclosure surrounding the pump. In addition, an exhaust stack
extension will be provided when required by the Engineer. The use of
old pumps generating excessive emissions and/or noise will not be per-
mitted by the Engineer.
Noise produced by any dewatering equipment measured at a distance
of twenty-five feet in any direction from a major surface of the equip-
ment shall not exceed:
a. a continuous sound level of 60 dBA, or,
b. one or more of the following octave band sound pressure
levels, as listed as follows:
D - 3 of 4
t~OLZMACHER, McL£NDON & MURRELL,
DEWATER£NG (CONT'D-)
FREQUENCY (HZ)
dB
63 77
125 68
250 60
500 56
1000 53
2000 50
4000 48
8000 46
It is common practice to use sound level meters meeting ANSI-
Type II Specifications for noise regulation enforcement with a
measurement tolerance of +2dB. The United States Environmental Pro-
tection Agency will have ~he option of monitoring noise levels of
dewatering equipment and Type II equipment will be considered ade-
quate for such monitoring.
6.0 - BASIS OF PAYMENT
No separate payment will be made for dewatering.
dewatering shall be included in the base bid.
The costs of
D 4 of 4
PRECAST CONCRETE STRUCTURES
1.0 - SCOPE
The work includes all labor, materials and equipment as required
to install precast concrete structures as specified herein, shown on
the contract drawings and as directed by the Engineer.
2.0 - MATERIALS
(1) All precast sections shall be constructed of 4,000 p.s.i.
concrete, using cement, sand and pea gravel. Minimum wall thickness
of all sections shall be 4-inches. All sections shall be suitably
reinforced with wire mesh or reinforcing rods to the approval of the
Engineer. Sections shall be as manufactured by Andrew Carlson & Sons,
Inc.; W.D. Boccard & Sons, Inc.; or approved equal. Precast concrete
bottoms and covers shall be provided when required on the contract
drawings.
(2) Ail structures shall be watertight.
3.0 - INSTALLATION
Bottoms of all sections shall be solidly and evenly bedded. Walls
shall be constructed plumb with all sections fitting snugly. Necessary
openings in sections for connecting piping shall be filled with cement
mortar.
4.0 - SHOP DRAWINGS
Five (5) copies of shop drawings shall be
or Owner for approval of all precast sections.
provided
to the Engineer
(SOHT) PCS - 1 of 1
_/~ HOLZMACH£R. McL£NDON & MURRELL P.C
SURFACE FINISH PAINTING
1.0 - SCOPE
The work includes all labor, materials, equipment and appliances.
required for painting, as shown on the drawings, detailed in the speci-
fications and DETAILED SPECIFICATIONS, or as directed by the Engineer.
2.0 - MATERIALS
2.1 - Manufacturer - Paint shall be Sherwin-Williams, Pratt & Lam-
bert, Pittsburgh, or equal, delivered in sealed cans of type recommended
by manufacturer and applied in accordance with manufacturer's recommen-
dations.
2.2 - Colors - All colors shall be selected and directed by
gineer. Samples shall be mixed for and approved by the Engineer
any painting is started.
the En-
before
2.3 - Delivery - Storage
(a) All material shall be delivered to the building in the original
containers, with labels intact and seals unbroken.
(b) With the exception of ready mixed material, all mixing shall
be done at the job site.
(c) Storage space floor shall be adequately protected from damage.
Paints shall be kept covered at all times and safeguards taken to pre-
vent fire.
3.0 - WORKMANSHIP
3.1 Inspection of Surfaces - Before starting, inspect all sur-
faces to be painted or decorated and report all defects therein to the
Engineer in writing. The commencing of work by this Contractor indi-
cates his acceptance of the surfaces.
3.2 - Preparation of Surfaces
(a) All spaces shall be broom clean before painting is started
and all surfaces to be painted shall be dry.
(b) Temperature of spaces in building where painting is being
done or where it is drying shall be maintained above 50 degrees F.
p - 1 of 2
~_/~ HOLZMACHER. McLENOON & MURRELL, P.C
SURFACE FINISH PAINTING (CONT'D.)
(c) Before painting, all dust, direct plaster, grease and other
extraneous matter which would affect the finished work shall be removed.
(d) After priming coat has dried, touch up with shellac, all
knots, pitch and sapwood, and putty all nail holes, cracks, open joints
and other defects.
3.3 - Painting
(a) All work shall be done by skilled mechanics in a workmanlike
manner. All material shall be evenly applied so as to be free from
sags, runs, crawls or other defects. All coats shall be of proper con-
sistency and well brushed out, so as to show the minimum of brush marks,
except varnish and enamel, which shall be uniformly flowed on. All
brushes shall be clean and in good condition.
(b) All coats shall be thoroughly dry before the succeeding coat
is applied. Allow at least 24 hours between coats, unless special
paint is used that requires more or less time for drying, according to
manufacturer's specifications.
(c) Painting coats as specified are intended to cover surfaces
perfectly; if surfaces are not covered, further coats shall be applied.
(d) All metal surfaces to be solvent cleaned to remove grease and
oil. Where rust or scale is present, it must be removed prior to paint-
ing. Wire brush or sand to bright metal. All damage to shop prime
coat caused by cleaning, repairing and erection to be spot primed with
the same material used for the shop coat.
(e) All galvanized metal surfaces to be chemically treated with
a phosphate acid solution prior to priming, according to manufacturer's
directions.
(f) All exposed exterior woodwork and exposed interior woodwork
in contact with exterior masonry walls or with floor slabs shall be back
primed before being installed. Prime all cuts made after prime coat is
applied.
3.4 - Cleaning Up - This Contractor shall, upon completion, remove
all paint where it has been spilled, splashed or splattered on surfaces,
including fixtures, glass, fittings, etc.
3.5 - Painting Schedule - The painting schedule shall be as speci-
fied in the DETAILED SPECIFICATIONS.
P - 2 of 2
~.j~ HOLZMACHER, McLIFNDON & MURRELL, P.(~
DETAILED SPECIFICATIONS SURFACE FINISH - PAINTING
2.0 - MATERIALS
2.1 - Manufacturer
DELETE Paragraph 2.1.
ADD: "All materials specified herein are to be manufactured by the
Tnemec Company, Inc.~, North Kansas City, Missouri; Carboline Company,
St. Louis, Missouri; Koppers, Inc., Pittsburgh, Pennsylvania, or equal.
No request for substitution shall be considered that would decrease
film thickness and/or number of coats or offer a change in the general
type of coating specified in the Painting Schedule. If the manufac-
turer's literature of the product being offered calls for higher film
thickness, the Contractor must apply the greater film thickness."
2.3 - Delivery - Storage
(c) Coatings, thinners and solvents shall be stored in weather-
tight enclosures at the site in an approved location and manner.
3.0 - WORKMANSHIP
3.2 - Preparation of Surfaces
All ferrous metal surfaces, including pipe, pipe supports, equip-
ment and structural steel shall be properly cleaned and prepared for
painting.
Cleaning methods specified for surface preparation shall remove
all dirt, rust, scale, loose rust, loose mill scale, welding flux and
scale, oil, grease, and all other detrimental foreign matter which may
impair the adhesion of the paint to be applied. Weld projections or
irregular portions of welds, which will interfere with the proper coat-
ing shall be ground smooth,
Surfaces shall receive
cording to the requirements
specified.
as approved.
surface preparation prior to coatings ac-
of the SSPC specification as hereinafter
Removal of grease, oil, wax, tar, and other organic contaminants
shall be by solvent cleaning conforming to the requirements of SSPC-SP
Specification No. 1.
Ferrous metal surfaces shall be shop primed in accordance with the
applicable coating system specified, even when such prime coat is not
specifically included in the coating system. The shop coat shall be
construed as meaning the primer, or if no primer is called for, the
first coat of the finish paint.
DS - P 1 of 11
HOLZMACHER. McLENDON & MURRELL.
DETAILED SPECIFICATIONS - SURFACE FINISH
PAINTING (CONT'D.)
Primed ferrous metal surfaces damaged by handling, field assembly,
or welding shall be reprimed in conformance with the painting system
specified for the surface after blast cleaning or wire brushing the
damaged area, as approved.
3.3 - Painting.
The paint application requirements of SSPC-PA Specification No. 1,
shall govern on procedures and requirements not specifically covered by
manufacturer's instructions and shall constitute the minimum standards
for painting of ferrous metal surfaces. All paints and coating shall
be applied by expert workmen with the coating systems specified herein.
Paints shall be applied by brushing or spraying or a combination
of these methods, unless otherwise specified.
Each coat of paint shall be applied as a continuous film of uni-
form thickness, free of pores, to the maximum extent practicable. Any
thin spots or areas missed in the application shall be repainted and
permitted to dry before the next coat is applied.
If the paint material has thickened and must be diluted for appli-
cation by spray gun, the coating shall be built up to the same film
thickness achieved with undiluted material (i.e., one gallon of paint
as originally furnished must not cover a greater surface area when
sprayed than when applied unthinned by brush). Where thinning is
necessary, only the products o~ the manufacturer furnishing the paint,
and for the particular purpose, shall be used, and such thinning shall
be done with the manufacturer's knowledge, in accordance with his in-
structions.
(A) All surfaces to be coated shall be finish coated in the field,
except as otherwise specified. The color of the final coats shall be
as selected by the Engineer. No finish coating shall be applied until
all marred surfaces have been repaired or repainted.
(B) Prime and successive finish coats shall be cleaned, sand-
papered, or otherwise treated, before the next coat is applied, in ac-
cordance with the recommendations of the coating manufacturer, and as
approved by the Engineer. All coats shall be inspected and approved'
by the Engineer before application of any succeeding coats. All coats
shall be applied to the dry film thickness (dft) specified.
3.5 - Painting Schedule
A. All exposed miscellaneous ferrous metals, steel plates,
conduits, pipes, checkered steel plates, miscellaneous equipment,
and meters, etc. shall be prepared and coated as follows:
lintel,
frames
DS P - 2 of 11
~ HOI_ZMAC, HER. McLENDON & MURRELL, P.C
J DETAILED SPECIFICATIONS - SURFACE FINISH - PAINTING (CONT'D.)
Ferrous Metal Surfaces~ Exterior
Surface Preparation:
Carboline Primer:
Finish:
Non-Submerged
SSPC-SP 6, Commercial Blast Cleaned
230 Rustcon, one coat, 2.5-3.5 mils
dft
1) 190 H.B., one coat, 4.0-5.0 mils
dft
2) 1302-52 polyurethane, one coat,
1.5-2.5 mils dft
OR
Tnemec Primer:
Finish:
77 Chem-Prime, one coat, 2.5-3.5 mils
dft
1) 66 Epoxoline, one coat, 4-5 mils
dft
2) 71 Endura-Shield, one coat,
1.5-2.5 mils dft
OR EQUAL
Ferrous Metal Surfaces subject to Immersion and up to
the Water Line
Surface Preparation:
Koppers Primer:
Finish:
5 Feet Above
SSPC-SP 10 Near White
Pug Primer, one coat, 2.5-3.5 mils
dft
200 HB Epoxy, two coats, 4-6 mils
dft, each
OR
Tnemec Primer:
Finish:
37-77 Chem-Prime, one coat, 2.5-3.5
mils dft
66 Epoxoline, two coats, 4-6 mils
dft, each
OR EQUAL
(NOTE: If blasting is done in field, eliminate
finish coats immediately)
the "primer"
and apply
DS - P 3 of 11
DETAILED SPECIFICATIONS - SURFACE FINISH - PAINTING (CONT'D.)
B. Ail miscellaneous ferrous metals - immersion,
etc. shall be prepared and coated as follows:
Ferrous Metal Surfaces, Interior - Non-Submerged
Surface Preparation:
Tnemec Primer:
Finish:
pumps, piping,
SSPC-SP 6, Commercial Blast Cleaned
37-77 Chem-Prime, one coat, 2.5-3.5
mils dft
66 Epoxoline, two coats, 3-4 mils dft,
each
OR
Carboline Primer:
Finish:
OR EQUAL
Ferrous Metals Encased
in Concrete
Surface Preparation:
Tnemec Primer:
Finish:
OR
Koppers Primer:
OR EQUAL
C. Galvanized metals
Galvanized Surfaces
Surface Preparation:
Tnemec Primer:
Finish:
shall
OR
230 Rustcon, one coat, 2.5-3.5 mils
dft
190 H.B. two coats, 3-4 mils dft, each
SSPC-SP 2 Hand Cleaning
99 Red Metal Primer, one coat,
mils dft
None
2.0
626 Primer, one coat, 2.0 mils dft
De prepared and coated as follows:
SSPC-SP 1 Solvent Cleaned
None
66 Epoxoline, two coats, 2.5-3.5 mils
dft, each
DS - P 4 of 11
~-~ HOLZMACHER, McLENDON & MURR~LL. PC
DETAILED SPECIFICATIONS - SURFACE FINISH PAINTING (CONT'D. )
Carboline Primer:
Finish:
None
190 HB Finish,
mils dft, each
two coats, 2.5-3.5
OR EQUAL
Galvanizing shall be done by the hot dip process, in accordance
with the specifications of the AHDGA. Zinc coatings shall not be less
than two ounces per square foot of surface.
Galvanizing shall be done in a plant having AHDA-approved facili-
ties for producing quality coatings and ample capacity for the work re-
quired.
All galvanized articles, after galvanizing, shall be handled,
shipped, and erected in such a manner as to preclude any damage to the
zinc coating until such time as the entire work is accepted by the Owner.
Should any coating be damaged before said time, it shall be repaired by
thorough cleaning and application of one coat of 90-93 Tnemec-Zinc,
where deemed necessary by the Engineer.
D. Interior Walls - Concrete shall be prepared and coated as fol-
lows:
Concrete Ceilings
Surface Preparation:
Allow to cure 28 days, if new. Re-
move all foreign matter. Leave dust
free and dry. Moisture level below
manufacturer's requirements.
Tnemec Primer:
Finish:
None
66 Epoxoline,
dft, each
two coats,
3-4 mils
OR
Koppers Primer:
Finish:
None
200 H.B. Epoxy,
dft, each
two coats,
3-4 mils
OR EQUAL
DS - P - 5 of 11
~'~_/~ HOLZMACHER, McLENDON & MURRE:LL, P.(~
DETAILED SPECIFICATIONS - SURFACE FINISH - PAINTING (CONT'D.)
Interior Surfaces of Concrete Building Walls (Excluding Concrete Block)
Surface Preparation:
Tnemec Primer:
Finish:
Allow to cure 28 days, if new. Re-
move all foreign matter. Leave dust
free and dry. Moisture level below
manufacturer's requirements.
66 Epoxoline, one coat, 3.0-4.0 mils
dft
66 Epoxoline, one coat, 5-6 mils dft
OR
Koppers Primer:
Finish:
200 H.B.
dft
200 H.B.
Epoxy, one coat, 3.0-4.0 mils
Epoxy, one coat, 5-6 mils dft
OR EQUAL
Interior Block Masonry
Surface Preparation:
Tnemec Primer:
Finish:
General Cleaning
560 Block Filler - 60/120 sq ft/gal.
66 Epoxoline, two coats, 3.0-4.0 mils
dft, each
OR
Koppers Primer:
Finish:
Surfacer, Koppers 60/120 sq ft/gal.
200 H.B. Epoxy, two coats, 3.0-4.0
dft, each
mil
OR EQUAL
Interior Concrete Surfaces Below Grade and Concrete Surface Subject
Immersion and Splash and up to five (5) feet above the water line.
to
Surface Preparation:
Tnemec Primer:
Finish:
Brush off blast
66 Epoxoline, one coat, 4-6 mils dft
66 Epoxoline, two coats, 4-6 mils dft,
each
OR
DS - ~ - 6 of 11
~k-'~ I-,IOLZMACHER. McLENOON & MURRELL. PC
ILED SPECIFICATIONS - SURFACE FINISH - PAINTING (CONT'D.)
Primer: 200 H.B. Epoxy, one coat,
dft
Finish:
OR EQUAL
E. Interior
flows:
Concrete Floors
Surface Preparation:
Tnemec Primer:
Finish:
200 H.B. Epoxy, two coats,
dft, each
4-6 mils
4-6 mils
Floors - Concrete shall be prepared and coated as fol-
Etch with muriatic acid. Flush
thoroughly with clean water. Dry for
a minimum of 72 hours. Concrete
floors to be repainted shall first
have all loose paint scraped off,
edges feathered by sanding and then
acid-washed.
66 Epoxotine, one coat, 2.0-3.0 mils
dft
66 Epoxoline, two coats, 3.0-4.0 mils
dft, each
OR
Koppers Primer:
Finish:
200 H.B. Epoxy,
mils dft
200 H.B. Epoxy,
mils dft, each
one coat, 2.0-3.0
two coats, 3.0-4.0
OR EQUAL
F. woodwork - Woodwork
woodwork - Interior
Surface Preparation:
~mec Primer:
Finish:
shall be
prepared and coated as follows:
Sand smooth and wipe clean of all
dust. Coat all knots, pitch and
sapwood with an approved knotsealer.
After priming, fill all holes, cracks,
open joints and other holes with an
approved spackling putty.
66 Epoxoline, one coat, 2.0-3.0 mils
dft
mils
66 Epoxoline, one coat, 2.0-3.0
dft
OR
DS - P - 7 of 11
I~_/~ HO~MACHER. McLENDON & MURRELL. P.C
ETAILED SPECIFICATIONS - SURFACE FINISH - PAINTING (CONT'D.)
Koppers Primer: Glamorglaze, one coat,
dft
Finish: one coat,
Glamorglaze,
dft
2.0-3.0 mils
2.0-3.0 mils
OR EQUAL
Woodwork - Exterior -
Surface Preparation:
Tnemec Primer:
Finish:
Sand smooth and wipe clean of all
dust, coat all knots, pitch, sap-
wood with approved knot sealer.
After priming, fill all holes, cracks,
and open joints with spackling putty.
603 Primer, one coat, 2.0 mils dft
23 Enduratone, two coats, 1.5-2.5
mils dft, each
OR
Koppers Primer:
Finish:
625 Undercoat,
501 Glamortex,
mils dft, each
one coat,
two coats,
2.0 mils dft
1.5-2.5
OR EQUAL
Water service support posts material to be pressure treated (C.C.A.)
with two coats, 1.0-2.0 mils dft each, of creosote waterproofing liquid
finish.
G. Concrete Concrete surfaces below grade and concrete surfaces
subject to immersion and up to five (5) feet above the water line shall
be prepared and coated as follows:
Exterior Concrete Surfaces Below Grade and up to one
grade.
Surface Preparation:
Tnemec Primer/Finish:
(1) foot above
Brush off Blast
46H - 413, one coat, Hi-Build Tneme
Tar at 16 to 20 mils dft
OR
Koppers Primer/Finish:
300 - M, two coats,
each
8-10 mils dft,
OR EQUAL
DS P - 8 of 11
HOLZMACHER. McLENDON & MURRELL. P C
DETAILED SPECIFICATIONS - SURFACE FINISH - PAINTING (CONT'D. )
and coated as follows:
Aluminum (Including Ductwork)
Surface Preparation:
Pr ime r:
Finish:
Aluminum - Aluminum doors and miscellaneous shall be prepared
SSPC-SP 1, Solvent Cleaned
None
Same as ferrous metal, interior or
exterior
OR EQUAL
Aluminum in contact with
shall be thoroughly protected
cation thereon of an approved
insulating product.
I. Plaster
as follows:
concrete, masonry, or dissimilar metals
cathodically by means of a heavy appli-
permanent bituminous material or approved
Surfaces Plaster surfaces shall be prepared and coated
Plaster Surfaces
Surface Preparation:
Ail holes filled with an approved
spackling compound. Sandpaper dull
and smooth. Age in accordance with
manufacturer's requirements. All
surfaces clean and dry.
Tnemec Primer:
51-792, Vina-Cryl Primer Sealer, 1
mil dft
Finish:
66 Epoxoline, two coats, 2.0-2.5 mils
dft, each
OR
Carboline Primer:
Finish:
OR EQUAL
J.
Iprepared
Buried Pipe and Fittings
and coated as follows:
3300 Primer/Sealer 1.0 mil dft
190 H.B., two coats, 2.0-2.5 mils
df t, each
Buried pipe and fittings shall be
DS - P 9 of 11
~l~ HOLZMACHER, McLENDON & MURRE:LL. P.C
DETAILED SPECIFICATIONS - SURFACE FINISH - PAINTING (CONT'D.)
Buried Pipe and Fitting~
Surface Preparation:
Tnemec Primer Only:
OR
Koppers Primer Only:
OR EQUAL
SSPC-SP 10, near White
66 Epoxoline, 5-6 mils dft
200 H.B. Epoxy, 5-6 mils dft
3.6 - Color Coding of Process Piping - The Contractor shall color
code all exposed process piping~and identify the piping with stencil
markings. Lettering for markings shall be 2-inches high and spaced at
no greater than 10-feet between identifying markings. Color coding and
identification markings shall be as follows:
ANSI &
ASTM
SERVICE COLOR DESIG. MARKINGS
Sludge Brown 2006 SL
Potable Water - Cold Blue 2044 C.W.
- Hot Blue 2044 H.W.
Sewage Gray 2050 S
Compressed Air Green 2036 A
Chemical
- Ferric
Chloride Orange 2016 F.C.
- Hydrochlo-
ric Acid Yellow 2025 H.A.
- Lime
Ca(OH)2 Orange 2016 LI
DS - P 10 of 11
~_j~ HOLZMACHER. McLENOON & MURRELL. P.C
DETAILED SPECIFICATIONS SURFACE FINISH PAINTING (CONT'D.)
3.7 - Repaintin~ - Where specified, existing equipment shall be
entirely repainted in accordance with the procedures of SSP-PA 1.
Coating systems shall be as previously specified.
All concrete, masonry, ferrous, and other surfaces damaged by the
Contractor shall be restored to their original conditions. The paint-
ing system shall be that of the original coating.
3.8 - Safety Requirements - The coating specifications include
materials which are toxic or hazardous, and necessary safety require-
ments shall be observed as directed by the paint manufacturer and con-
forming with the safety precautions of SSPC-PA Specification No. 1, and
OSHA.
3.9 - Failures - Any failures or breakdowns, loosening of the paint
or coatings within a year after acceptance of work, shall be rectified
by the Contractor regardless of the paint systems used. This will re-
quire removal of the entire coating where failure occurs. Patch work
will not be permitted.
DS - P - 11 of 11
~/~ HOLZMACHER. McLENOON & MURRELL, P.C
SLUDGE TRANSPORT VEHICLE AND SLUDGE SCRAPER
1.0 - SCOPE
The Contractor shall furnish one
one (1) sludge scraper to the Town of
(1) sludge transport vehicle and
Southold.
2.0 - CHASSIS SPECIFICATIONS
(A) Sludge Transport Vehicle
The truck shall be manufactured by General Motors Corp.;
or Ford; and shall meet the following specifications:
Component
Axles
Wheel Base
Body Length
Payload
vehicle Width
Maximum vehicle Width
Engine - V8
Transmission
Tires
Brakes
Dodge;
specifications
two (2)
141-inches (~ 12-inches)
9 feet (10 feet maximum)
7,000 pounds (minimum)
+ 78-inches
~4-inches
318 - 370 cubic inches
4 speed synchronous front and rear
drives
8.25/20 PR
Power assisted, split braking
system
The truck shall meet all U.S. Department of Transportation (USDOT)
safety requirements and federal emission control requirements. Chassis
shall be fully undercoated, equipped with dual side mirrors, heater,
and all standard accessories normally furnished by the manufacturer.
(B) Sludge Scraper
The sludge scraper shall be a skid steer loader as manufactured by
the Clark Equipment Company, Melrve Division, Fargo, ND, Bobcat loader
Model 310; or specifically approved equal. The sludge scraper shall
meet the following specifications:
Component
Axles
Scraper Width
Scraper Length
Scraper Height
Height to Bucket Pin
Specifications
two (2)
36-inches (+ 12-inches without
73-inches (~ 12-inches without
72-inches (~ 12-inches)
90-inches (~ 12-inches)
tires)
bucket)
(SOHT) STV&SS - 1 of 2
I.-~ HOLZMACHER. McLENDON & MURRELL. PC
SLUDGE TRANSPORT VEHICLE AND SLUDGE SCRAPER (CONT'D.)
2.0 - CHASSIS SPECIFICATIONS (cont'd.)
and
Component
specifications
Fuel
Tires
Bucket
Tipping
Load
gasoline
flotation
36-inches minimum
1,200 pounds (~ 100 pounds)
The sludge scraper shall meet or exceed all NIOSH safety standards
federal emission control requirements as applicable.
3.0 - BODY SPECIFICATIONS
(A) Sludge Transport Vehicle
A dump body with double acting tailgrate shall be provided. Body
shall be sized to fit the truck body (9 - 10 feet), shall have a mini-
mum capacity of 5 cubic yards. Body width shall be 6'-6". Dump body
shall be equipped with hoists suitable for a 3.5 ton minimum payload
and shall be complete with hydraulic accessories and power takeoffs,
fully connected and assembled. Truck body and hoist shall be manu-
factured by the Hell Company, or equal.
4.0 - MISCELLANEOUS
(A) Truck and body shall be of 1985 model.
(B) Guarantees shall be the standard guarantees furnished by the
manufacturers.
(C) Contractor shall perform all administrative tasks necessary
to register and inspect the vehicles in the name of the Owner.
(D) vehicles shall be delivered with a full fuel tank to the
Town at the Treatment Plant.
(SOHT) STV&SS - 2 of 2
I_,1(~ HOLZMACHER. McLENDON & MURRELL. P.C
MISCELLANEOUS EQUIPMENT
1.0 - PORTABLE SUMP PUMP AND HOSE
The Contractor shall supply the Owner with a portable, submersible
sump pump, Model 1250-2, as manufactured by Enpo-Cornell Pump Co., or
equal.
Motor shall be 115 volt, 60 cycle, single phase. Power cord length
shall be 8 feet.
Pump shall be guaranteed for one (1) year from date of final cer-
tificate against defective workmanship and/or materials.
Contractor shall also supply two (2) lengths of 50 feet of 1-1/4-
inch canvas hose.
2.0 - GRATING
The grating shall be fiberglass roving reinforced polyester, con-
structed to provide complete wetting of the glass by the resin. The
fiberglass shall be 2-1/2-inches thick and shall be suitable for a uni-
form load of 194 pounds per square foot, with a 1% midspan deflection
when supported at 36-inches. Grating to be located in the Aerated Grit
Chamber Room and Cover Sludge Drying Beds Building as shown on the
contract drawings.
The grating shall be made in a mold and of single piece construc-
tion, so the reinforcing glass of the bearing bars are interwoven with
the glass of the cross bars. All custs or sanded surfaces shall be
coated with resin with air inhibiting additives. All exterior surfaces
shall be resin rich and free of fiber blemishes. The upper surfaces
shall be designed as a non-skid surface.
Contractor shall submit five (5) copies of shop drawings covering
layouts and details to the Engineer.
Grating shall be Type CR, as manufactured by IMCO Reinforced Plas-
tics, Moorestown, N.J.; Chemgrate Corporation, woodinville, Washington;
or equal.
Grating shall be field measured and installed after all equipment
and appurtenances have been installed, unless otherwise directed or
approved by the Engineer.
Hold-down clips or clamps shall be used at 4 feet maximum centers
in each direction (minimum one per side).
(SOHT) ME - 1 of 4
HOLZMACHER. McLENDON & MURRELL, P.C
CELLANEOUS EQUIPMENT (CONT'D.)
3.0 - TREATMENT BUILDING FURNITURE
The Contractor shall supply Treatment Building furniture, includ-
ing, but not limited to, desk, four drawer file, chair, and lockers,
as specified herein and as called for in the furniture schedule.
Furniture shall be delivered to the treatment facility site and located
in the Treatment Building, as required by the Owner. The Contractor
shall repair any damage to the building or property caused by the in-
stallation of furniture.
The following furniture schedule designates the quality, type, size,
color, manufacturer and other criteria for the furniture required for the
work under this section. The Contractor may provide furniture that is
equal to that listed.
FURNITURE SCHEDULE
DESCRIPTION
QUANTITY
MANUFACTURER
G.F. BUSINESS
SHAW-WALKER CO. EQUIPMENT CO.
MODEL NO. MODEL NO.
Desk (Center 1 74-6030 9922
Drawer & Lock)
Desk Chair 1 163 6051-A
4 Drawer File 1 F-1070F 94RL
4.0 FIRST AID EQUIPMENT
The Contractor shall supply one (1) standard industrial first aid
kit for wall mounting application in the Treatment Building. The Con-
tractor is to supply wall bracket for indoor use for kit. Kit to be
installed at a location within the building that is acceptable to the
Engineer/Owner.
First aid kit to be 12-15/16" x 9-1/4" x 2-1/2". Kit to be weather-
proof, dustproof, rust resistant, rounded corners in a 24 gauge steel
container. Kit to be manufactured by Johnson & Johnson, or equal, and
must contain adequate first aid supplies to administer first aid for 15
to 20 people.
(SOHT) ME - 2 of 4
HOi_ZMACHFR. IVIcLENDON & MURRELL. P.C
MISCELLANEOUS EQUIPMENT (CONT'D.)
4.0 FIRST AID EQUIPMENT (cont'd.)
First aid kit to meet minimum standards for state and federal regu-
lations and are to contain as a minimum the following contents:
50 BAND-AID Brand Adhesive Bandages - 3/4-inch
10 STERI-PAD Sterile pads, medium
10 STERI-PAD Sterile pads, large
2 FLEXIBLE GAUZE Bandages, 2" x 126" (3.5 yards)
1 FLEXIBLE GAUZE Bandage, 4" x 126" (3.5 yards)
1 DERMICEL First Aid Tape, 1/2" x 180" (5 yards)
10 Cleansing wipes
10 AMOPLY ammonia inhalants 0.4 cc for temporary
dizziness relief
1 JOHNSON & JOHNSON Triangular Bandage
2 ADAPTIC Non-Adhering Dressing 3" x 3"
1 JOHNSON & JOHNSON First Aid Cream, 8 oz.
1 Eye Irrigating solution (1/2 fl. oz.)
1 JOHNSON & JOHNSON Tourniquet
10 PREPTIC Antiseptic Swabs
1 Scissors
1 Tweezers
1 First Aid Guide Booklet
5.0 - GAS MASKS
The Contractor is to supply the Southold Scavenger Waste Treatment
Facility with two (2) large canister gas masks. Gas mask is to be chest
style as manufactured by McMaster-Carr Supply Co., Chicago, Illinois,
Model No. 5519T14; or equal. Gas masks to contain rubber facepiece
which is resistent to chemicals, polycarbonate lens for viewing, speak-
ing diaphragm and outlet valve. Each gas mask to come equipped with
two (2) cansisters, sturdy nylon harness and carry and storage case.
Canister to be capable of protecting from methane gases and organic
vapors/acid gases.
6.0 - GAS DETECTORS
The Contractor is to supply the Southold Scavenger Waste Treatment
Facility with one (1) portable combustible gas/oxygen detector, Model
No. 1137T15 with battery charger and calibration kit, as manufactured
by McMaster-Carr Supply Co., Chicago, Illinois; or equal. Portable
(SOHT) ME - 3 of 4
~_/~ HOLZMACHER. McLENOON & MURRELL
;CELLANEOUS EQUIPMENT (CONT'D.)
6.0 - GAS DETECTORS (cont'd.)
detector to be equipped with ceramitized gas sensing elements with no
moving parts. Portable gas detector must be capable of 0% to 40% oxygen
read-out, 0% to 5% methane read-out, and 0% to 100% lower explosive
limit (LEL). Portable detector will be equipped with an alarm.
7.0 - STEEL LOCKERS
The Contractor shall furnish and install three (3) standard steel
lockers as manufactured by Republic Steel Corp., Canton, Ohio; or equal.
The lockers shall be single tier construction with dimensions of:
width - 12-inches; depth - 18-inches; and height - 72-inches. Lockers
shall be installed as shown on the contract drawings.
(SOHT) ME - 4 of 4
~./~ HOLZMACHER. McLENDON & MURRELL. P.C
JSPARE PARTS
1.0 - SCOPE
The Contractor shall furnish a complete set of spare parts for
all the mechanical equipment installed under this contract. Spare
parts shall be supplied for the following systems or equipment:
6
7
8
9
(10
(11
(12
Air blowers
Rotating biological disc units
Circular settling tanks
Odor control system
Raw sewage pumps
Anaerobic digester
Metering system
Aerated grit chamber
Mechanical mixers
Chemical feed pumps
Mixing systems
Equalization tank aeration system
2.0 - GENERAL
The spare parts which shall be supplied include, but are not
limited to, the following:
(1)
their original unopened containers for all equipment provided.
(2) Two (2) complete sets of gaskets, if applicable, for
equipment.
(3) Impeller for each raw sewage pump supplied.
A 12 months supply of all oils, greases and lubricants in
all
(4) A dozen (12) shear pins for applicable equipment.
(5) Five (5) diffusers for equalization tanks.
(6) Two (2) sets of wear rings, two (2) shaft sleeves, one (1)
set of radial bearings, one (1) set of thrust bearings and six (6)
sets of packing for all the pumps (submersible and non-submersible)
and blowers supplied, if applicable.
(7) One (1) pH probe.
(8) A set of parts for clarifier equipment, including one
pinion, one (1) main bearing, and two (2) adjustable squeegees.
(1)
(SOHT) SP - 1 of 2
I_l~l~ HOLZ_MACHER. McLENOON & MURRELL. P.C
SPARE PARTS (CONT'D.)
2.0 - GENERAL (cont'd.)
(9) A set of spare parts, other than those enumerated above, as
recommended by the manufacturer for new installations for all equip-
ment supplied by the Contractor.
(10) One (1) submersible lift pump as specified for the equaliza-
tion tanks complete with accessories.
See respective section of the specifications for spare pieces of
equipment required.
(SOHT) SP - 2 of 2
HOLZMACHER, McLENDON & MURRELL PC
STARTUP AND TESTING
1.0 - SCOPE
The Contractor shall furnish all labor, materials, tools, equip-
ment and incidentals necessary for startup of all equipment, and is
responsible for the initial operation of all equipment installed under
this contract. In addition, the Contractor shall do all testing of
piping, tanks, controls, etc., as specified herein and instruct the
Owner's personnel in the operation of the equipment.
Where startup and testing is specified in other sections of the
specifications, it should be done as specified in the manner described
therein.
2.0 - STARTUP AND OPERATION
Initial startup shall be with all tanks filled with potable water.
After all tanks are checked for watertightness, all pumps are tested,
and all major items of process equipment are tested for operation, the
Contractor shall proceed with on-site deliveries from approved scaven-
ge~ waste haulers for initial operation.
The Contractor shall provide the services of his personnel and
service personnel of the equipment manufacture~ for initial startup
of all equipment.
In addition, the Contractor shall provide the services of his
personnel and the manufacturer's service personnel for a minimum of
one (1) 8-hour day at any time during the guarantee period of the
contract to instruct the Owner's personnel in equipment operation and
preventive maintenance requirements. Costs of call backs for adjust-
ments, repairs and maintenance to the equipment shall be borne by the
Contractor during the guarantee period of the contract. All requests
by the Owner for service personnel to return and repair or adjust mai-
functioning equipment (call backs) shall be promptly fulfilled by the
Contractor within 24 hours of such requests, whenever practically
possible.
The Contractor shall startup and initiate operation' of the treat-
ment process and include the following:
(a) Initial startup, testing and operation of the treatment
plant processes for two (2) full consecutive 5-day work weeks.
(b) During this period of time, all equipment shall be inspected
by the service personnel of the equipment manufacturers to insure
proper installation, final adjustments and operations.
S&T - 1 of 3
I-,~;~ HOLZMACHER, McLENDON & MURRELL. P.C
STARTUP AND TESTING (CONT'D.)
3.0 - TESTING
The Contractor shall perform and bear all costs for all tests
specified herein, in other sections of the contract specifications, and
those directed by the Engineer. All testing shall be performed and
completed in the presence of the Engineer or Owner and to the satis-
faction of the Engineer Or Owner prior to final acceptance of the work.
The Engineer or Owner or his representative, shall be the sole
judge(s) of the acceptability of the tests. The Engineer may direct
the performance of any additional tests as he deems necessary in order
to determine the acceptability of the systems, equipment, material and
workmanship. No allowance will be made for any
Engineer.
Ail safety devices and other devices shall
that clearly demonstrates their workability and
test required by the
be actuated in a manner
operation.
The Contractor shall perform any and all tests that may be required
by local municipality, utility or other governing bodies, board of agency
having jurisdiction.
The following testing shall be performed:
A. Sewage, Sludge and Drain Piping - All mains and pipes shall De
tested for pressure and leakage at a pressure of 50 psi where possible.
This Contractor shall furnish the pump, pipe connections and gauges,
plug all open lines and furnish all other necessary apparatus for the
proper conducting of all pressure and leakage tests. All air shall be
expelled from the pipe before making tests.
Each pressure test shall be for at least two (2) hours and shall
be made both before and after backfilling (but before concrete work).
All visible leaks, cracked or defective piping, fittings, valves, etc.
discovered during performance of the pressure test shall be removed and
replaced by the Contractor with sound materials, and the test shall be
repeated until satisfactory to the Engineer.
B. Pressure and Chemical Solution Piping - All spray water, other
pressure water, and chemical solution piping shall be tested hydrostati-
cally to 100 psi for a period of two (2) hours each in the presence of
the Engineer or his representatives. Chemical solution piping shall
include, but not be limited to, Hydrochloric Acid, Methanol, Ferric
Chloride and Lime Solution piping.
C. Concrete Tanks - Each Of the concrete tanks shall be tested
individually for watertightness by filling each with clean water to the
maximum elevation possible. Tanks shall be considered watertight when
S&T - 2 of 3
HOLZMACHER. McLFNDON & MURRELL P.C
STARTUP AND TESTING (CONT'D.)
the drop or increase in water level is 0.01 feet per 24 hours or less.
If the tank leakage exceeds the above rate, the Contractor shall make
all corrections required to achieve the specified rate at no expense to
the Owner.
Only after acceptance by the Engineer as to watertightness of the
concrete tanks shall the waterproofing, detailed in the section entitled,
"Surface Finish - Painting" be applied. All water required for the test-
ing shall be provided for by the Contractor at no expense. Water shall
be disposed of properly by the Contractor.
D. Air Mains - Air mains shall be plugged and tested for leakage
with compressed air to a pressure of 25 psi for a period of one (1) hour.
Leaks will be repaired and the test repeated until no leaks appear dur-
ing the test.
E. Gravity Sewers
(1) Leakage or Infiltration - Sewers shall be tested by ex-
filtration tests or other approved means. Sewers shall be rejected,
repaired and retested when the exfiltration exceeds an allowance of 250
gallons per day, per inch diameter, per mile. Such allowance shall in-
clude all piping and manholes. Tests shall be performed by filling a
manhole and plugging a downstream end. Test duration shall be a minimum
of 24 hours. Where possible, tests shall separately and simultaneously
be conducted on piping and manholes. All sections shall be tested un-
less otherwise stipulated by the Engineer.
(2) Alignment - Alignment and grade shall be tested by lamp-
ing. Grade alignment shall be true. Deviations in grade shall not be
permitted. Alignment deviations beyond those listed below shall be
rejection.
DIAMETER
cause for
MINIMUM VISIBLE
PORTION OF FULL CIRCLE*
8" 3/4
10" 3/4
12" or larger full opening
*as seen over a distance of 300 feet
F. Controls and Electrical Work - The Contractor shall, in the
presence of the engineer, or his representative, make such tests as are
necessary to clearly demonstrate that all controls are operating in the
manner described herein and shown on the drawings.
S&T - 3 of 3
HOLZMACHER, McLENDON & MURRELL. P.C
FLOATING MECHANICAL AERATORS
1. SCOPE
The Contractor shall furnish and install four
aerators within the existing aerated lagoons.
(4) floating
2. GENERAL
Each aerator shall consist of a motor, drive shaft, impeller
directly driven at constant speed, and of integral floatation unit,
which shall support the weight of any accessories that may be added.
3. MOTOR
Motors shall be a minimum of 10 H.P., 255/460 volts,
three-phase, 60-cycle.
All motors furnished shall be TEFC, of weatherproof chemical
service, suitable for continuous operation at the full load with
ambient temperatures ranging from -10°F to 100°F.
Motor windings shall be moisture resistant of Class B
insulation, with non-hygroscopic treatment.
4. FLOATATION UNIT
The float shall be internally reinforced and completely
sealed from the external environment. It shall be equipped
with no less than four (4) stainless steel mooring eyes.
5. IMPELLERS
Impellers shall be stainless steel or other specifically
approved material. Blades shall be of anti-fouling design.
6. PERFORMANCE AND TESTING
Aerator manufacturer shall furnish reports of transfer rate
tests on the units to be furnished under this contract. Tests
shall be performed in a basin not less than 10' deep with a minimum
volume of 100,000 gallons according to the generally accepted non-
steady state procedure in tap water on one of the units to be
furnished under this contract, or on an exact duplicate. The transfer
rate shall be reported in terms of oxygen transferred per nameplate
horsepower per hour, or in terms of oxygen delivered per kilowatt
hour of drawn electrical power. In addition, each unit furnished
shall be electrically and mechanically tested while operating before
shipment and certification of such test shall accompany each unit.
FMA- 1 of 2
HOLZMACHER, McLENDON & MURRELL, P C
FLOATING MECHANICAL AERATORS (CONT'D.)
6. PERFORMANCE AND TESTING (CONT'D.)
Manufacturer shall stand ready to perform tests in the presence of
the Engineer and/or Owner at the place of manufacture. Manufacturer
shall provide four weeks notice of tests.
7. INSTALLATION
Units shall be installed by the Contractor in strict accordance
with the manufacturer's recommendations. All units shall be provided
with lifting eyes capable of supporting the weight of the entire unit
together with any accessories which may be specified, all in a wet
condition. Lifting eyes shall be of such size and so arranged to
provide for easy attachment of cable slings for lifting. The existing
mooring cables shall be utilized.
8. MANUFACTURER
Equipment specified herein shall
Products Corp. FLTM Series; Lightnin;
be manufactured by Wells
or Ashbrook.
9. GUARANTEES
A. The manufacturer shall guarantee the oxygen transfer
capacity specified above.
B. The manufacturer shall fully guarantee for a period of
one year from date of the Engineer's final certificate, the
performance and operation of the aerators.
C. The manufacturer shall fully guarantee and repair or
replace, including parts, labor and shipping costs, any aerator
and motor that is not stable under all operating conditions,
including winter icing, for a period of five years from date
of delivery of such aerators.
FMA - 2 of 2
HOLZMACHER. McLENDON & MURRELL, P.C
CONTINGENCY NO. GC-i: SPARE ODOR CONTROL SYSTEM
1.0 SCOPE
The Contractor shall furnish to the Owner spare parts for the
odor control unit, as listed below and further described in these
specifications under the Section entitled "ODOR CONTROL SYSTEM."
The spare parts shall consist of the following:
(1) Complete Electrolytic Cell - One (1) required.
(2) Disposable Anodes Two (2) required.
(3) Cell Circulatory Pump - One (1) required.
SOCS 1 of 1