Loading...
HomeMy WebLinkAbout12) Contract Documents & Specifications Jacobi,Toombs & Lanz e ~ Jacobi, Toombs and Lanz, inc. i I I e' ~ Consulting Engineers 120 Bell Avenue Clarksville, Indiana 47129 812288-6640 FAX: 812 288-6656 October 10, 2003 ADDENDUM NO.1 Tenth Street Interceptor Sewer, Pump Station and Force Main Job No. 9603D To whom it may concern: ~ t , All bidders shall acknowledge receipt of this Addendum No.1 in writing on all bids submitted. ! I The following revisions are hereby incorporated regarding Electrical Plans and Specifications: . 1 I Delete specification Section 2.11,2.12,2.14 and 2.15 of Division 15 - Mechanical; add the enclosed Di:visions 15, Section 15000, Mechanical. / - , ~ L . Delete-specification Division 16 - Electrical, Section 16A - Lift Station Electrical; add the enclosed Division 16, Section 16000, Electrical Work. r..-... " . " Remove Sheet 9: Magnolia Avenue Electrical Plan from plans; add the enclosed revised Sheet 9 , Tenth Street Pump Station Electrical Plan. All bidders shall acknowledge receipt of this Addendum No.1 in writing on all bids submitted. c. ,...... , ! !~ r-' '""~ ! C:'5y"dne!} \..wpdocsV'\J c;O~"\.9 60 ;d'.,addendllm.wf'o r I r L" John H. Toombs, Jr. P.E. Jorge I. Lanz, P.E. r . t Division 15 Section 15000 Mechanical 2.1 CONTROLS, INTERNAL COMPONtNTS AND WIRING: A. Primary level control shallbe b~ the means ofa Pressure Systems, Inc. KPSI series 700 level transducer with an operating range of 0-20 feet and an output of 4-20 milliamps. The level transducer shall be protected with the optional transient voltage surge protection device. There shall be a programmed level setting for the following: pumps off; lead pump on; lag Pump #1 on; lag Pump #204 (future); high wet well level and low wet well level. B. I I In the event of failure of the primary level control, there shall be a secondary level control system consisting of (1) pumps off float; (1) lead pump on float; (1) lag Pump #1; (1) lag Pump #2 (future) on float. Activation of the lead pump float shall also cause an alarm condition. . The float switches shall be mercury switch type sealed in a polyurethane float with 35 feet of type SJTO- W / A cable. I I Pump Control Panel: [ c. r t 1) A pump control panel shall be provided to house the Programmable Logic C~ntroller (PLC), radio, back-up battery power supply, and pump monitoring equIpment... r t I The pump control panel' shall be designed to operate (2) submersible 30 H.P. pumps initially, but shall have provisions for operating (3) 60 H.P. pumps ultimately. I r-~, ! t 2) The pump control panel shall be mounted within the electrical enclosure and supplied with a thermostatically controlled 120 V AC heater sized to maintain panel internal temperature of a minimum 550 F and shall include a low temperature switch, set at 400 F, within the enclosure to alarm failure of heater. 3) L r" f 4) i &'-C.--' Equipment within the pump control panel shall be designed to operate on 24 V DC. A back-up battery power supply with charger shall be provided to allow operation of the PLC and radio on loss of 120 V AC power. This unit shall be sized to operate controls for a period of 6 hours. Retain services of Utility's communications system supplier for the purposes of relocating the existing radio telemetry panel and establishing a reliable radio path to the Jeffersonville Wastewater Treatment Plant, providing field services on the relocation of the system, and certifying the correctness of said installation. Utility's' communications system supplier is Radio Communications Systems, Inc., Louisville, Kentucky, (502) 587-7384. Specific communications systems supplier services shall include: r L--< r r--~,,;/ r- t 15000-1 10 THSTREETLIFTST A TrONI 0/2003 ~ .. [ r~, f r F ! t r I r t- t. ,,.. r .....-,..:- r--' ~ Division 15 Section 15000 Mechanical a. Performance of a physical radio path study, using radio equipment mounted at the new lift station and utility's exiting radio repeater, to ensure a viable radio' path between the new lift station and the Utility's existing radio repeater, and to determine the required radio antenna mounting height. Computer based path study is not acceptable. . I i Preparation of FCC license application forms as required. Forms shall be completed to the extent only the name and signature of Utility's representative will need to be completed by the Utility. License application fees shall be included as part of the lift station. b. c. Selection of specific radio modem equipment. d. Selection of radio antenna and antenna cable. I e. Recommendations for grounding methods and surge protection equipment for radio and antenna. f. Verification of proper communications between the new radio modem and ... -~ the Utility' ~ existing radio repeater after installation of the system is " complete. 5) A radio telemetry monitoring system shall be provided. The radio modem shall be Microwave Data Systems (MDS), linked to the master ,PLC located at the Jeffersonville Wastewater Treatment Plant through the telemetry system. Radios shall utilize Jeffersonville's licensed frequency. A yagi - type radio antenna shall be externally mounted with connection to the radio telemetry system. Required modifications to the Lift Station monitoring software at the Jeffersonville Wastewater Treatment Plant will be performed by the Utility. I . ! 6) The automatic pump operation, automatic pump lead-lag alternation, and all control logic commands shall be carried out by the PLC. The PLC shall be (Allen Bradley Micrologix 1500 Series meeting the following requirements: · Minimum 12 Discrete Inputs · Minimum 8 Discrete Outputs · Minimum 4 Analog Inputs (Where required for CSO monitoring) · Minimum I Analog Output 7) Provide the following front of panel mounted devices to be labeled as indicated: a. "Hand-Off-Automatic" switch for each pump, with the hand mode wired for manual operation 'independent of the PLC. b. "NormallBypass" switch (both labeled as such) shall be provided for each pump. 15000-2 1 0 THSTREETLIFTST A TIONl 0/2003 Division 15 Section 15000 Mechanical -- { . c. The "Normal/Bypass switch is to bypass the operation of a pump. This will allow the (PLC) to ignore this pump for alarm and alternating I purposes. d. "Lead Pump 1/ Lead Pump 2 / Lead Pump Alternate" selector switch. e. "Pump Run" indicating light for each pump (labeled as Pump "x" Run), lit when the pump is ON. i f. "Seal/Failure" indicating light for each pump (labeled as such). r t g. "Motor High Temperature" indicating light for each pump (labeled as such). I h. Accumulative type elapsed "Run Time" meter for each pump. The meters shall be a non-resettable type in one-tenth (1/1 Oth)-hour increments. r e . r ..-.. I L-,~ 1. The elapsed time meters are to be an integral part of the motor control _ enclosure circuitry and are to be visible from the front of the enclosures and without requiring the enclosure to be opened. A waterproof " observation' window. in the controller enclosure may be utilized for the purp.ose of making the meters visible to the operating personnel. The meters shall be 115 '{olt, non-reset types to indicate pump running time in minutes and tenths of minutes to 99999.9 minutes. I ....... * J. A "Test-Auto" test switch shall be mounted on the control enclosure dead panel for testing all alarm lights (labeled as such). I 8) System Programming Guidelines: PLC shall be configured to monitor the following input signals: --- ( . Pump 1 running . Pump 2 running . Pump 3 running . Pump 1 lead (from hand' switch) . Pump alternate (from hand switch) . Wet Well level (analog) . High Wet Well level I . Low Wet Well level . Low temperature (outdoor systems only) . Control power (120 VAt) available . CSO flow (where present - analog) . Automatic pump control shall start and stop pumps in a lead and lag fashion based on Wet Well level input. I 15000-3 10 THSTREETLIFTST A nONI 0/2003 Division 15 Section 15000 Mechanical .~ .t' . Provide pump fault logic! to sense discrepancy between pump-required output being turned on and no pllmp run signal being received. Configure system to generate fault on any condition including motor overload, motor over temperature, seal failure or power disconnect. . Provide time delay on pump required outputs, initially set at 10 seconds and 20 seconds, to prevent simultaneous pump restart on restoration of control power. . All alarms shall automati~ally reset when the alarm condition has cleared. An adjustable 0-15 minute time delay relay shall be activated and timed-out prior to transmitting the high wet well level condition. 9) All switches, indicating lights, and push buttons mounted on the pump control panel shall have engraved plastic legend nameplates (black with white letters) - secured with screws - indicating its function. ! r-~. 10) The control panel shall be wired in accordance with all applicable requirements of the National Electrical Code. Control circuits shall be minimum sixteen (16) I gauge; red in color for ungrounded conductors, white for grounded conductors. Power circuits shall be sized as required for the load and shall be black in color. The ,ends of all wires shall be tinned with 60/40 lead/tin solder. Each wire end shall be identified with a numbered wire marker. All wiring shall be done in a neat and orderly fashion; exposed wires shall be bundled and tied. 11) An electrical power surge protector shall be' installed to protect the pumps and control panel. r-: ; r i 12) A thermal magnetic circuit breaker shall be supplied for each pump motor, sized in accordance with National Electrical Code requirements. A heater shall be installed in the panels to control moisture. 13) A solid state soft start motor starter shall be provided for each pump. a. The soft' starter shall be provided by the manufactUrer in configuration suitable for, panel mounting. The component must be suitable for mounting in a pollution degree 3 environment. All power devices and components must be inaccessible during routine maintenance or set-up. b. The soft starter shall ,utilize a thyristor (SCR) bridge consisting of at least two SCR's per phase to control the starting and stopping of industry standard motors. r [ c. The soft start shall provide current control for linear acceleration without external feedback independent of motor load or type of application. The gating of the thyristors will be controlled in such a manner to ensure a smooth and stable acceleration ramp. r r: I 15000-4 10 TIISTREETLIFTST A nONl 0/2003 Division 15 Section 15000 Mechanical ~ i d. The soft start shall be controlled by a microprocessor that continuously monitors the current and controls the phasing of the SCR's. Analog control algorithms shall not be acceptable. r- I L e. The soft starter shall have provisions for a shorting contactor to take SCR's offline when ~otor is up to speed. f. Each magnetic starter shall be equipped with a three (3) pole ambient compensated overload relay and quick trip heater elements properly sized for the motor load. The overload relay shall provide the terminals for connection of the pump motor cable. g. Soft starter shall be manufactured by Allen Bradley, Dan Foss, or equal. 14) An automatically resetting phase monitor shall be provided. Status contacts from the phase monitor shall be wired to the telemetry panel. r L 15) A minimum of one (1) 120 volt, 15 amp receptacle, and a GFI duplex receptacle sQAll be mounted in the control enclosure. An internal panel light, with switch, shall be insta-lled in the electrical enclosure. ! . r~, t.>.. . . ' \ 16) A control' transformer shall be provided to supply 115 volts to the control circuit. The control transformer shall be of the open frame machine tool type I sized to meet load requirements of the control circuit. The 'control transformer primary shall be connected to the load side of the circuit breaker feeding pump #1. One side of the control transformer secondary shall be grounded. The other side of the control transformer secondary shall be fused. It shall be one pole, 600 volt AC, rated 30 amps maximum. The control circuit fuse shall be sized in accordance with National ~lectrical Code requirements. I 17) A terminal block shall be provided for connection of level control and remote alarms. ~';'~ .- \: t' 18) Green running lights shall be provided for each pump. A red flashing light and horn shall energize when the high water level float switch is activated. Individual amber pump lights shall also illuminate when pump seal failure occurs as described elsewhere in this specification; horn and flashing light shall also operate in the pump seal failure condition. 19) The horn shall be equipped with a manual silencing button. An "Off-Ready- Test" selector switch and reset button shall be installed on the unit. 15000-5 1 OTHSTREETLIFTST ATIONI0/2003 r-- i ~ '( Division 15 Section 15000 Mechanical 20) Enclosure: The duplex motor control shall be housed in a NEMA 12 enclosure for inside use within the mechanical building. The enclosure shall be constructed of fourteen (14) gauge galvanized steel. All control components shall be held closed by two draw down pull latches. The door shall have provisions for a padlock. The enclosure shall have external mounting tabs for wall mounting. Finish shall be grey enamel outside; white enamel inside. 2.2 PRESSURE GAUGES: I I The contractor shall furnish and insta~l one (I) ASME certified pressure indicating gauge on each discharge line in the valve pit. Each gauge shall indicate pressure in the discharge [pipe ranging from 0 to 100 psi. Gauges shall be completely sealed, moisture and shock T," proof, large faced, and installed for ea~y reading by operating personnel. 2.3 PIPE, VALVES AND FITTINGS: r~ J< . ". ..-' A. The suc;!jon and discharge pipe and fittings shall be Ductile Iron Class 150. Inside pipe and fittings shall .be flanged. Bell end pipes or fittings with mechanical joints sh~1i be p'rovided at or near the outside face of the station well. Piping shall be supported independent of the sewage flanges. All inside plug valves shall be provided with hand wheel operators. Valves and piping shall have a minimum size of four ( 4) inches.' , ' ...,., B. All metal piping other than cast or ductile iron and copper tubing shall be galvanized steel pipe. Piping shall be designated to minimize station head loss yet maintain a cleaning velocity of at least tw6 (2) feet per second. All discharge piping shall be same size as force main, increasing if necessary, at the pump discharge. I r ti C. A swing-type Check Valve and Plug Valve shall be installed in the discharge line of each pump and located in the Valve Vault. The two lines from the pumps shall be connected to the Force Main by a Wye Fitting in the Valve Vault. Provide SLOW CLOSING check valves when conditions require such a valve. r ~ I... f' D. The Sluice Gate for the 10" diameter pipe in the manhole upstream from the wet well I shall be a Clow Corporation, or equal, F-5350 manually operated, cast iron, bronze mounted, with solid bronze adjustable wedges. The gate shall be sized for a ten (10) inch opening. Setting pressure is direct at 21 feet of head. The face shall be anchored with bolts. The stem shall be a steel, non-rising and anchored to the manhole wall with two (2) cast iron stem guides. A six (6) foot long valve wrench shall be provided mounted on a Wrench 'Hanger on the manhole wall. The stem shall be long enough so handle is above lid when in use. This Sluice Gate shall provide a watertight seal when closed and under the direct pressure caused by the upstream flow. 15000-6 10 THSTREETLIFTST A TraNi 0/2003 r- ; ! ....... h t " '". r r-, Division 15 Section 15000 Mechanical E. Check valves shall be Mateo, oir equal, oil control swing-type check valves with a side mounted spring-loaded lever conforming to A WW A C III and rated at 150 psi. I F. Plug valves shall be Dezurik, or equal, eccentric type, rated for 150 psi and conforming to A WW A C504-80. I i G. Pressure gauges shall be installed on top of each pump discharge on the wye-fitting before it joins the Force Main. 2.4 REMOTE ALARM SYSTEM: A telephone line connection between the High Water Level alarm at the Lift Station system and the Master Pump control panel at the Wastewater Treatment Plant shall be arranged and paid for by the Contractor. The Contractor shall also have his electrician make all necessary connections at the Lift Station and Jeffersonville Wastewater Treatment Plant to make the system fully operational so a light for each pump, on the panel, turns on when that pump is running. He shall also install a spare connection for such a system in the panel of the sewage treatment plant. Call the sewer plant superintendent at (812) 285-6451 'for details. Th~" Contractor will not be required to pay the monthly telephone bill after acceptan~e of construction. For telephone, call Ted Coblentz, (812) 948-7180, at Ameritech. " The Contractor shall install an RJ1l trlephone jack with a 6" x 6" enclosure, such that the telephone service may be disconnected during service period'S. * * * * * * * * * END OF SECTION 15000 15000-7 10 THSTREETLIFTST A nONI 0/2003 r---, , ! , [ Division 16 Section 16000 Electrical Work SECTION 16000 - ELECTRICAL WORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS: All of the Contract Documents, including general conditions, supplementary conditions, and other Division 1 - General Requirements, apply to the work of this section. 1.2 CONTRACTOR'S WARRANTY: i The Electrical Contractor shall prov~de a one (1) year material/labor warranty on all equipment provided. The warranty period shall commence at the date at which the Owner accepts and obtains practical use of the subject system(s). 1.3 WORK INCLUDED: , , The work includes all labor, materials, appliances, services and performing all operations required to pr.gvide, furnish, deliver and/or install all electrical systems for lighting, power, control and related work, complete, in accordance with the applicable drawings and as specified 'herein~ In general, the work includes, but is not restricted to, the following major items of work: ' 1) Provide 277/480 volt, 3-phase, 4-wire electrical service to new lift'station equipment. New electrical service shall be per Cinergy requirements. Contact Mr. Newt Lukins at (812) 285-6609 for further information. I 2) Provide all disconnect switchesl, transformer, load center, terminal boxes, junction boxes, conduits, conductors, fittings, supports, etc. as required for providing electrical distribution. Install pump control panels, level monitors, telemetry equipment, and motor provided by Mechanical Contractor. (SeeDivision 15 Specifications.) Provide control wiring as required. i i Provide emergency power receptacle. i Provide exterior alarm horn and 'light. Provide lighting for building and site as indicated. I I Provide heating and ventilation <its indicated. I Provide waterproofed sleeves ~ough foundation, floors, walls, and roof. 16000-1 10 THSTREETLIFTST A TIONl 0/2003 r ~ ~ r- r r ____ f . ~ t r' ,_n~ r- i Division 16 Section 16000 Electrical Work 10) Provide testing of all electrical systems. 11) Provide all permits and certificates of approvals. 12) Provide as-built drawings and test data of electrical systems. 13) Provide all work described in the Contract documents, on all drawings, specifications, and as may be reasonably inferred to be needed to make the work under this Section complete and satisfactory to the Owner. 1.4 STANDARDS: A. All work under this Section shall conform to the National Electrical Code, Local and State Electrical Codes, local utility requirements, and regulations of all authorities having jurisdiction. . B. Where requirements indicated on the drawings or specified herein differ from the Building Code or the requirements of the authorities having jurisdiction, the more stringen~ requirements shall govern. C. Where applicable, all material and equipment shall be listed by Underwriters Laboratory, Inc. I 1.5 PERMITS, APPROVALS, AND INSPECTIONS: The Electrical Contractor shall give all necessary notices, obtain all permits, and pay all taxes, fees, and other costs in connection with the work; file all necessary approvals of the authorities and all state and local departments having jurisdiction; obtain all required certificates of inspection for the work. 1.6 MATERIALS: I All material shall be new and material and workmanship shall be the best of their respective kinds meeting the approval of the Owner and Engineer who reserve the right to reject any material or method not in accordance with the specifications either before or after installation at which time all rejected materials shall be replaced at the Contractors' expense. 1.7 RECEIVING, STORING. AND PROtECTION OF MATERIALS: A. Receive at site all materials and equipment necessary for completion of work. i B. Protect all such equipment and materials until final acceptance of work. 16000- 2 10 THSTREETLIFTST A TrONI0/2003 ...... t e f' r ...... ! Division 16 Section 16000 Electrical Work C. No additional payments over contract price will be made for replacement of such materials or equipment, which are lost, stolen or in any way damaged to make them unusable for the installation. D. Provide all rigging and hoisting equipment or scaffolding necessary to receive and/or install the materials and equipment specified hereunder. 2.1 FUSIBLE DISCONNECT SWITCHES: I A. Provide Siemens or Square D fusible disconnect switches as indicated where shown on the plans. B. Disconnect switches shall be heavy-duty type, equipped with quick-make, quick- break fusible switches. Shall be UL listed for use on a system capable of delivering not more than 200,000 rms symmetrical amperes at 480 V AC maximum when all branch switches are equipped with approximately rated Class 'R' fuses. C. Disconnect switch assembly shall be enclosed in a NEMA 1 steel cabinet. The rigidity'.~nd gauge of steel to be as specified in UL Standard 50 for cabinets. Wiring gutters shall be sized i.n accordance with 1999 NEC Section 373-6. Fronts shall be fun~finished steel with rust-inhibiting primer and baked enamel finish. D. Install all fuses as shown on plans. Fuses to be Class 'RK-I'. Install fuses so fuse size may be easily viewed when switch cover is open. E. The Electrical Contractor shall provide laminated plastic equipment identification tags affixed to the front of the gear. The tag shall have a black background with white letters. Stroke length of letters shall be 3;4". Branch circuits shall be identified as indicated on Panel Schedule. 2.2 CIRCUIT BREAKER LOAD CENTER: A. Provide as shown on plans and Janel schedules. B. Panels shall be UL listed dead-front type with code-gauge galvanized steel cabinets. Provide hinged doors with flu'sh-type combination catch and lock and directory cardholder. Mains and branch circuits arranged to suit the voltage and circuit arrangements as shown on panel schedules. ! C. Circuit breakers shall be the bolt-on type, except as noted on panel schedules. All 15 and 20 amperes circuit breakers for lighting loads to be UL listed as SWD rated. 16000-3 1 OTHSTREETLIFTSTA TIONI 0/2003 r"\ i r- r- ~ ------, r ~. k , ? " -.-' Division 16 Section 16000 Electrical Work D. General: 1) The construction drawings show the requirements for each panelboard. Panelboard circuit arrangement to be EXACTLY as shown on panel schedules and riser diagram unless revised by approval of the Engineer. All switch and breaker circuits to be properly numbered and identified. Provide a neatly typed directory card with circuit identification as shown on panel schedules. All panels to be identified as to panel number, voltage, and phase with engraved laminated plastic nameplates. 2) Panelboard manufacturers shall be Siemens, Square "D" Co., or Cutler Hammer. STEP DOWN TRANSFORMER: A. Provide all transformers as indicated on electrical plans. All transformers shall be dry type, 480-120/240Y, I-phase as manufactured by Cutler Hammer, I.T.E., or Square D Co. B. Shall be- rated for 15Q.o C temperature rise above 400 C ambient. All insulating m~terials 'to be in accordance with NEMA ST20 Standards for a 2200 C UL component recognized insulation system. C. The core of the transformer sha~l be visibly grounded to the enclosure by means of a flexible grounding conductor, sized in accordance with applicable NEMA, IEEE, and ANSI Standards. , - D. Core and coil assemblies to b,e mounted on vibration dampening pads designed specifically to reduce 120HZ sound and multiple harmonics. 2.4 CONDUIT, CONDUIT FITTINGS, AND THEIR INSTALLATION: A. Provide electrical metallic tubing with compression fittings for conduit above ground indoor use. Schedule 80 PYC' conduit may be used in underground applications. Provide galvanized rigid steel 900 elbows where underground conduit runs are stubbed up above ground. C. Concealed conduits. shall be run in direct line with long sweep bends and offsets. Exposed conduits shall be run pkallel and at right angles to building lines. D. All conduit terminating in panels, boxes, and equipment shall be provided with bushings prior to pulling conductors. E. All conduit penetrations through walls, floors, and roof shall be sealed with a UL approved fireproofing material. ' 16000-4 10 THSTREETLIFTST A TIONl 0/2003 r i t, .--.. ( r J ~ ' r 1.,- [ [ r~ L ,""' i r-- ~ L~~ r , 0.," r .' ~~, r i i l"r': Division 16 Section 16000 Electrical Work F. All outlet boxes for exposed or concealed work shall be constructed of galvanized steel. G. All junction and pull boxes are to be permanently labeled with the panel designation, circuit number, and equipment served. H. All electrical service conduit openings shall be sealed with a U.L. approved sealant at both the building side and the utility side to prevent the entrance of rodents and other pests. ? - _.) CONDUIT HANGERS AND EQUIPMENT SUPPORTS: , I A. The Electrical Contractor shall provide all hangers, inserts, and supports for all materials and equipment installed under this contract. Hangers and supports shall comply with NEC and the State 'and Local Electrical Codes including lateral supports for seismic acceleration loads. Coordinate with the structural plans. I Conduit clamps shall be one-hole, as required, galvanized malleable iron for conduit and tubing up to 2"; diameter 'over 2" size, provide Clevis type hangers, and for groups ~t conduit,.proyide trapeze type of V4" hangers and Kindorf or Unistrut cross barS' with clamps to suit. B. C. No conduit shall be supported from the work of other trades. 2.6 GROUNDING: A. The Electrical Contractor shall provide all fittings, clamps, and bonding jumpers to make grounding connections between all apparatus and conduits ground rods, and water service bond, as required by NEC Article 250 and the local utility company. ! B. Effective Grounding Path: The path to ground from circuits', equipment, and conductor enclosures shall: 1) Be permanent and continuous. 2) Have capacity to conduct safely and ground fault current likely to be imposed on it. 3) Have sufficiently low impedance to limit the voltage to ground and to facilitate the operation of the protective devices in the circuit. 16000-5 1 OTHSTREETLIFTST ATION1 0/2003 ( r f "--. r k r f t, . ~ Division 16 Section 16000 Electrical Work C. Conduits shall be continuous from outlet to outlet, from outlet to cabinet, and shall be secured to all boxes in such ~anner to make the system electrically continuous throughout. Bonding jumpers required when connecting conduit to boxes or panels with concentric knockouts. 2.7 CONDUCTORS. CABLES, AND THEIR INSTALLATION: I A. The Electrical Contractor shall provide all labor, materials, and equipment required to provide conductors and cables for all branch circuit and feeder wiring for light and power as necessary, shown on the drawings and specified herein. B. All conductors and cables shall' be of recent manufacture, 600 volt insulation type THHN-THWN. Utilize Type u'SE for underground wiring. All conductors shall be made of copper, 98% conductivity. No conductor smaller than #12 shall be used for light and power. #8 wire and larger shall be stranded, single conductor with double braid. C. All conductors run in fixture enclosures and between recessed lighting fixtures and ,.... I outlet b.~;es shall be single conductor #12 minimum, 900 C rated wire. D. All'condlictors shall be continuous from outlet-to-outlet. Splices for #10 A WG and smaller conductors shall be don~ with spring pressure or crimp type connectors; for No.8 A WG or larger, use screw pressure type. I E. The number of conductors indicated on the drawings for the various control, alarm, and signal circuits were determined for a general scheme of controls. The actual number of conductors installed for each circuit shall be as required to accomplish the specified results with the equipment actually furnished, and as required by the manufacturer of said equipment. F. All conductors shall be "Megger" tested on the 1000V range. A reading of less than 100M ohm will not be acceptable. The results of tests performed on all feeder and service conductors shall be presented to the Engineer. I i G. All conductors terminating in circuit breaker panels shall be neatly trained and tied back. Conductors shall be labeled with circuit number. 16000-6 10 THSTREETLIFTST A TrONl 0/2003 [ n r t , Division 16 Section 16000 Electrical Work 2.8 SLEEVES: A. The Electrical Contractor shall provide all sleeves, inserts, or forms required for his work. Sleeves through fire walls and floor slabs shall be Schedule 40 hot dipped galvanized steel pipe and packed with non-combustible material in accordance with Underwriter's requirements and all local authorities having jurisdiction. Fill space around sleeves with waterproof cement grout, and space between conduit sleeve for exterior penetrations with Silicone RTV or other approved sealant. Sleeves to exterior shall be center-flanged'type. Roof penetrations are by roofing contractor. Locations selected by Electrical Contractor. B. Sleeves installed in elevated slabs shall be gasketed and caulked to be completely watertight. '.' C. Space between sleeves and pipes shall be enclosed and firestopped with a UL listed closure system. 2.9 PUMP CABLE TERMINATION JUNCTION BOXES: NEMA 4X junction boxes for pump make-up corinections shall not be located in the wet well, but'shall be mounted on a pedestal on top of the wet well slab. The junction boxes shall be' mounted a minimum of 18" above the wet well top slab. The pedestal shall provide an air gap between the wet well and junction box. One (1) 312" diameter Schedule 80 PVC conduit per pump must be installed from this junction box to'.the wet well. The conduit, and all connections, must be sealed at both ends with manufacturer-approved watertight seals or silicone. The wet well shall be considered as a Class I, Division 1 hazardous location. ' 2.10 EMERGENCY POWER BYPASS RECEPTACLE: An Arictite receptacle, body grounded, Crouse-Hinds, Catalog Number AR 2042, 200-amp, 600V AC/250V DC 3-wire, 4-pole, female receptacle shall be provided for. use as an emergency electrical pump connectiorL I 2.11 ALARM HORN AND LIGHT: An externally mounted 24VDC NEMA 3R red-flashing globe-type alarm light, with a lexan-type cover and a weatherproof horn shall be installed on the outside of the mechanical building, visible from the road. The light and horn shall be activated upon a HIGH or LOW wet well level and no'rmal power failure. See Drawing E-1, Keyed Notes, for manufacturer and model number. 16000-7 10 THSTREETLIFTST ATION1 0/2003 r l..; r il r~\ , , t._r~..,r' Division 16 Section 16000 Electrical Work 2.12 UTILITY SERVICE POLES: A. Provide 35' minimum wood utility poles. (1) pole shall be provided as an electrical service pole. (Verify requirements with Cinergy.) (1) pole shall be provided for mounting of area light fixture. B. The poles shall be a minimum of 12" in diameter and 10' into the ground. These shall be standard creosoted utility poles. ! 2.13 LIGHT FIXTURES: A. Provide a 400 watt, metal halide, rectangular, cut-off luminar fixture mounted on a wood service pole as indicated on Drawing E-l. The fixture shall be controlled by a photocell with manual-bypass switch. B. Provide 2-lamp vapor-proof fluorescent light fixtures for building interior as indicated on Drawing E-1. PART 3 - EXECUTION 3.1 EXISTING SITE CONDITIONS: All bidding contractors shall visit the project site and be completely familiar with the existing site conditions. These conditions must be taken into consideration when submitting any bid'. Absolutely no change orders will be issued to compensate any contractor on the basis that site conditions had not been evaluated or inspected. 3.2 LICENSE REQUIRED: The Contractor must be properly licensed at the local and state level. Evidence of license must be presented. 3.3 COORDINATION: It is the responsibility of the Contractor to carefully examine all drawings relating to this project and to coordinate the work with all other trades. Extras for items caused by lack of coordination will not be considered for payment. 3.4 AS-BUILT DRAWINGS: During construction, the Contractor shall keep an accurate record of all deviations between the work as shown on the drawings and that, which is actually installed. As-built drawings shall be submitted to Owner and Engineer at completion of work. 16000-8 10 THSTREETLIFTST A TI ONl 0/2003 'I i ~ ~~, [, [ r L r~ ~. ,I r ~ l ~ I.~ r ~ ii.,..,,,. ~. Division 16 Section 16000 Electrical Work 3.5 DEFINITION OF 'OR EQUAL': Where the term 'OR EQUAL' is usecl in this specification or on the project drawings, the final decision regarding product acceptance shall be made by the Engineer. If the Engineer determines or considers a proposed alternate product not to be equal to the specified product, then the specified product will be obtained and installed by the Contractor with no change order or extra due to the Contractor. 3.6 DEFINITIONS: A. Provide: The term "Provide" means "to bnish and install, complete, and ready for intended use." B. Furnish: The term "Furnish" is used to mean "supply and deliver to the project site, ready for I unloading, unpacking, assembly, installation, and similar operations. c. Install : The term "Install" is used to describe operations and project site including the actual "unloading, keeping an inventory, storing as necessary, unpacking, assembly, erection, placing, anchoring, cleaning, and similar operations. D. Installer: The "Installer" is the Entity (person or firm) engaged by General Contractor, Subcontractor and/or its Subcontractor for performance of a particular element of construction, application, and s'imilar required operations. It is a requirement that installers are experienced in the operations they are engaged to perform. I * * ~ * * * * * * * END OF SECTION 16000 16000-9 10 THSTREETLIFTST A TIQNIO/2003 .--... ( , TABLE OF CONTENTS [ GENERAL REQUIREMENTS DIVISION A BIDDING REQUIREMENTS SECTION A-I A-2 A-3 A-4 NOTICE TO BIDDERS A-lOl TO A-102 INSTRUCTIONS TO BIDDERS A-20l TO A-213 METHOD OF MEASUREMENT AND PAYMENT A-30l TO A-302 WAGE RATES A-40l TO A-402 DIVISION B CONTRACT FORMS SECTION B-1 CONTRACT FORMS .-- DIVISION C GENERAL CONDITIONS SECTION ...-. , C-l GENERAL CONDITIONS B-lOl TO B-119 C-lOl TO C-113 r-' SPECIFICATIONS DIVISION 1 GENERAL REQUIREMENTS SECTION I-A l-B l-C l-D l-E SUMMARY OF THE WORK RESTORATION OF EXISTING FACILITIES CLEANING UP ORDER OF CONSTRUCTION EXTRAS AND CHANGE ORDERS l-A-l TO l-A-5 l-B-l l-C-l l-D-l l-E-l r~ r t DIVISION 2 SECTION 2-A 2-B 2-C 2-D 2-E 2-F 2-G 2-H 2-A-l 2-B-l TO 2-B-4 2-C-l TO 2-C-6 2-D-l 2-F-l TO 2-F-2 2-G-l TO 2-G-3 2-H-l TO 2-H-2 .-- DIVISION 3 SECTION 3-A 3-B 3-A-l TO 3-A-13 3-B-l TO 3-B-2 DIVISION 4 MASONRY SECTION 4-A BRICK MASONRY . 4-B CONCRETE UNIT MASONRY 4-A-l TO 4-A-2 4-B-l TO 4-B-4 ,--... C.ISydnoylwpdoe,191960319603d\index. wpd n DIVISION 7 ROOFING SECTION 7-A SHINGLES 7-A-l TO 7-A-2 7-B METAL FLASHING AND TRIM 7-B-l TO 7-B-2 DIVISION 8 DOORS AND FRAMES SECTION I 8-A STEEL DOORS AND FRAMES 8-A-l TO 8-A-6 8-B HARDW ARE 8-B-l TO 8-B-3 DIVISION 15 MECHANICAL SECTION 15-A LIFT STATION 15-A-l TO 15-A-22 DIVISION 16 ELECTRICAL SECTION 16-A LIFT STATION ELECTRICAL 16-A-l 16-B LIGHTING FIXTURES 16-B-l TO 16-B-5 , r~" ~ '. t . .. F L r; ~ ' ~","-" r' ~' , ' r C,\SyJney\wpdoe'\9\9603\9603d\inJex,wpJ I' t r "~ ( , r~, I t'. _ ... .~ r L r NOTICE TO BIDDERS Notice is hereby given that sealed proposals will be received by the Board of Public Works and Safety of the City of Jeffersonville, Indiana acting on behalf of the Sewer Board until 9:30 A.M. local time on the 20th day of October, 2003 in the Mayor's Conference Room, 4th Floor, City- County Building, 501 East Court Avenue, Jeffersonville, Indiana 47130, for the construction of the following project: TENTH STREET INTERCEPTbR, PUMP STATION AND FORCE MAIN JOB NO. 9603D ' Construction of a sanitary sewer pump station with two 705 gpm pumps, guide rails and piping for a future third pump, controls, building, electrical, wet well, 2,087 LF of 12", 15", and 18" interceptor sewer and 12" force main, erosion control, roadway restoration, and other related items. The project willbe bid in two divisions, "A" and "B". At the hour of 9:30 A.M. local time on the ,20th day of October, 2003 all bids for this construction will be publicly opened and read aloud. The bids shall be Unit Price for all work shown on the plans and called for in the specifications with unit prices for extras as detailed in the Instructions to Bidders in the specifications and submitted in duplicate on the State Board of Accounts Form No. 96. An executed State Board of Accounts Form 96a or similar document shall be required. I The bidder must file with their sealed bid proposal, a certified check or a bid bond in the amount of five (5) percent of the total bid, payable to the Board of Public Works' and Safety of the City of Jeffersonville. The above checks or bonds are to insure the execution of the contract on which such bids are made. I. ~ The Contractor to whom the work is awarded will be required to furnish, before commencing work, a performance, maintenance and payment bond to extend for a period of one year after final acceptance, in an amount equal to the bid price of the contract awarded to said Contractor and certificates of all insurance required by the specifications. The contract documents including the plans and specifications are on file for public inspection at the office of the Board, at the City-County building in Jeffersonville, Indiana. Copies of these documents may be obtain~d for bidding purposes at the office of Jacobi, Toombs and, Lanz, Inc., Consulting Engineers, 120 Bell Avenue, Clarksville, Indiana, by payment of a non-refundable plan fee of One Hundred Dollars ($100.00) for each set of bid documents. Checks for the plan fee shall be made out to Jacobi, Toombs and Lanz, Inc. All sealed bids shall be turned in to the City Clerk-Treasurer at the City-County Building, Jeffersonville, Indiana. C ,\SyJney\wpdocs\9\9603\9603J\nolioe 1. "1,J A-l0l ~ ( r I l;;..~.<. r L [ r ----', f , , r , 'r, r- Wage rates on this project shall not be less ~han the prescribed scale of wages determined pursuant to the provisions of Chapter 319 of the Acts of the General Assembly ofIndiana for 1935 and as scheduled in the specifications. The Board of Public Works and Safety of the City of Jeffersonville, Indiana, reserves the right to reject any and all bids and to waive inforIl,lalities in bidding. BOARD OF PUBLIC WORKS AND S1}FETY OF THE CITY OF JEFFERSONVILLE. Thomas R. Galligan, Mayor Peggy Wilder, Clerk-Treasurer c ,\Sydney\wpdocs\9\9603\9603d'-'mticcl. wl'd A-102 r " r . '~ ( , r ;.. t, ~ ..... I ! DIVISION A - BtDDING REQUIREMENTS SECTION A-2 - INSTRUCTIONS TO BIDDERS 1.0 PROJECT IDENTIFICATION 1.1 PROJECT: TENTH STREET INTERCEPTOR, PUMP STATION AND FORCE MAIN JOB NO. 9603D I JEFFERSONVILLE, INDIANA 1.2 OWNER: BOARD OF PUBLIC WORKS AND SAFETY THE CITY OF JEFFERSONVILLE 4TH FLOOR, CITY -COUNTY BUILDING JEFFERSONVILLE, INDIANA 47130 2.0 DOCUMENTS 2.1 Contract documents are on file apd may be examined as indicated in the "Notice to Bidders" . 2.2 Sets of drawings and specifications may be obtained by CONTRACTORS who are prospective bidders, as indicated in the "Notice to Bidders". 2.3 Supplemental sheets of drawings may be obtained by CONTRACTORS or suppliers from the ENGINEER by paying the costof drawing reproduction at $4.00 per sheet. No refund will be made for supplemental sheets of drawings. 3.0 NOTICE AND SITE 3.1 Bidders shall carefully read the OWNER's Notice to Bidders with regard to preparation of proposals for this work, which includes the forms required to be submitted, bonds required and date and place for receiving proposals. 3.2 All bidders shall fully inform themselves of the conditions under which the work is to be performed, the site of the work, the structure of the ground, the obstacles which may be encountered, and other relevant matters concerning the work to be performed. I I 3.3 No bidder, after being awarded the contract, shall be allowed any extra compensation for reason of his failure to fully inform himself, prior to bidding, of all requirements of the contract documents, the drawings, specifications and the circumstances of the construction site. C ,\Sydney\wpJoe,\9\9603\9603Jl,,;ection .2. wl'J A-201 (~. j ..- i .J .,..,., ~ r:'1 F"""'l P"!"l ~ ......,~ -...-~ ..., 1I!'""'f- r':-"'" I ~ ...... 4.0 PROPOSAL FORMS 4.1 Bidders shall submit proposals on State Board of Accounts Revised Form 96, properly completed, and each bid shall be accompanied by an Indiana State Board of Accounts Questionnaire Form 96a, and the within Bid forms. 4.2 Two (2) copies of Form 96 and one (1) copy of Form 96a shall be submitted. 5.0 BID SECURITY 5.1 The bidder must file with his sealed bid proposal, a certified check or a bid bond in the amount of five (5) percent of the total bid, payable to the City of Jeffersonville, Indiana. The above checks or bonds are to insure the execution of the contract on which such bids are made. 5.2 In the event that the bid is not accepted, this check or bid bond will be returned to the bidder. 5.3 In the event the bid is accepted, this check or bid bond will be released when the contract has been awarded but in no case shall be held longer than the period set for withdrawal of bid proposal. 5.4 In the event that the bid is accepted, if the bidder shall refuse or neglect to enter into a contract with the Owner within ten (10) days from the time he shall be notified of said acceptance of the same, said check or bid bond shall be forfeited to the owners as ascertained and liquidated damages for failure to do so. 6.0 INTERPRETATION 6. 1 Interpretation or explanation of contract documents shall not be made. by the Owner. All such inquiries shall be made to the Engineer. If any person submitting a bid proposal for work is in doubt as to the true meaning of any part of the contract documents, he may submit to the Engineer a written request for an interpretation. Any interpretation of such contract documents will be made by addendum issued. 7.0 ADDENDA 7.1 Addenda issued by the Engineer during the time of bidding shall be mailed or delivered to each person receiving a set of contract documents and to such other prospective bidders who shall have requested that they be furnished with a copy. All addenda shall be noted and dated in the bid proposal form, and upon executing the contract, shall become a part thereof. C,ISydlleyl"'l,do,,191960319603dlseclioll aZ.wpd A-202 r 8.0 SUBSTITUTIONS r L, 8.1 Materials and products shall be one of those which are required by trade names of quality description listed under each section of the specifications. These shall be the material and products bid on, except in 8.2 and 8.3 below. 8.2 To obtain approval to use unspecified products, bidders shall submit request at least ten (10) days before time of bid opening. Bidders are cautioned: The more time allowed for review, the better the chance for approval on qualified, unspecified products. Any qualified, unspecified product will be approved by addendum only. r t 8.3 Voluntary alternates are invited on materials or products which are equal or better in their ability to perform the function desired, of maintenance, of appearance, and of wearing quality, of equal or less cost only. r r L, 9.0 BIDS ,..... f t , 9.1 Any bidder may withdraw his bid at any time prior to the scheduled time for receipt and opening of bids. No bid shall be withdrawn after the opening of bids without the written consent of the Owner for a period of ninety (90) days after the scheduled time for opening of bids. 9.2 A bid by an individual not signed by the individual making same shall have attached to it a Power-of-Attorney evidencing authority to sign the bid in the name of the person for whom it is designed. ~ , ~ t 9.3 A bid by a partnership shall be signed by all the partners, or by an Attorney-in-Fact. If by the latter, a Power-of-Attorney shall be attached evidencing authority to sign the bid executed by all the partners. 9.4 A bid by a corporation shall have the correct name thereof, followed by the word "By" and the signature of the president or other officer of the corporation authorized to sign, and the secretary, and shall have affixed the corporate seal. 9.5 Bids must be submitted in a sealed envelope, identifying the enclosure as a sealed bid. 9.6 No bid will be accepted or considered if received after the time and date set to receive bids as stated in the "Notice to Bidders". No qualified bids will be acceptable. c, \Sydney\wpdoe,\9\9603\9603d\.cclion .2. "'l,d A-203 r ~ ro- f l [ r ~ t. '.~ !'~ ~",".'..-,,'.",~./ [ r t .~. + ~ b--.,,: ~ ,...... f 10.0 AWARD 10.1 The contract shall be deemed to have been awarded when notice of award shall have been duly served upon the bidder to whom the OWNER contemplates awarding the contract, by any such officer or agency of the OWNER duly authorized to give such notice. 11.0 BASIS OF BIDS 11.1 The CONTRACTOR shall submit separate, installed, unit prices for each item listed on the bid form. These prices shall include all work necessary to complete that particular item. 11.2 The CONTRACTOR shall extend the unit prices, using the quantities provided on the bid form. 11.3 The quantities shown on the bid form for each item are estimated from the plans and are not guaranteed by the OWNER or the ENGINEER. The OWNER reserves the right to purchase more or less of any item necessary to complete the project. If funds are not sufficient, some portion of the project may be deleted, or if bids are lower than anticipated, more the items may be added. 11.4 The bid will be awarded on the basis of the lowest total price of items chosen by the OWNER. 11.5 The materials with bid unit prices shall be listed on the required proposal form. 11.6 The OWNER will check the multiplication and addition in the bid and will use the corrected numbers for evaluation of the bids. C ,\Sydneyl"'pdo,,191960319603d\oeclion "2. "'I'd A-204 ...... ; ~ I . r--\ ~: l..,"~' r L.. r "..,~ r f 12.0 BID FORMS NOTE: INSERT AND ATTACH TO FORM 96, DO NOT USE THE CONTRACTOR'S BID SECTION ON FORM 96. BE SURE TO SIGN BID, NOTARIZE BID AND EXECUTE NON-COLLUSION AFFIDAVIT. CONTRACTOR'S BID FORM BOARD OF PUBLIC WORKS AND SAFETY 4TH FLOOR, CITY -COUNTY BUILDING 501 EAST COURT AVENUE JEFFERSONVILLE, INDIANA 47130 RE: TENTH STREET INTERCEPTOR SEWER, PUMP STATION, AND FORCE MAIN JOB NO. 9603D Gentlemen: We subrilit,herewith, our sealed proposal to furnish all necessary labor, material and equipment to construct the above captioned project, in accordance with the subject plans and specifications at the unit prices listed herein. c ,\Sydney\wpdo,,\9\9603\9603d\,eclion a2, wpd A-205 f" :'! ~ ( r ! l, r t: r I t l;...". r ----- ! I r i: l - . ~ L r I '""'{\ TENTH STREET INTERCEPTOR SEWER, PUMP STATION, JOB NO. 9603D AND FORCE MAIN .----------------------------------------------------------------------------------------------- ITEM APPROXIMATE DESCRIPTION WITH UNIT PRICE TOTAL AMT. , NO. QUANTITY UNIT PRICE IN FOR BID WRITTEN IN WORDS NUMBERS ITEM .----------------------------------------------------------------------------------------------- , i DIVISION A 1 o TONS Crushed Limestone (Misc. Sizes) For................................................. ...................................... Dollars Per Ton $ $ o .---------------------------------------------------------------------------------------------- 2 o TONS Bank Run Sand For................................................. ...................................... Dollars Per Ton $ $ o ,-~---~-------------------------------------------------~--------~----------------------------- 3 OCY Formed Concrete' Non-Reinforced For................................................. ...................................... Dollars Per Cubic Yard $ $ o .---------------------------------------------------------------------------------------------- 4 OCY Non-Formed Concrete N on-Reinforced For................................................. ...................................... Dollars Per Cubic Yard $ $ o ._---------------------------------------------------~----------------~------------------------ 5 o TONS Dense Grade Aggregate Type P (LD.O.H. 'Specs) For............... ...-............ .................. ......................:............... Dollars Per Ton $ $ o .---------------------------------------------------------------------------------------------- 6 OLBS Reinforcing Steel For................................................. ...................................... Dollars Per Pound $ $ o ,---------------------------------------------------------------------------------------------- 7 0 SY Sod For................................................. ......................:............... Dollars Per Square Yard $ $ 0 ._-------------------------------~------------------------------------------------------------- C, \Sydney\wpdoe,\9\9603\9603d\section .2. wpd A-206 r . ~ f r t ' 1.-" r-:,~ ~ . (, r k.,.. , r ."''(-~> r TENTH STREET INTERCEPTOR SEWER, PUMP STATION, AND FORCE MAIN JOB NO. 9603D .----------------------------------------------------------------------------------------------- ITEM APPROXIMATE NO. QUANTITY DESCRIPTION WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICE IN NUMBERS TOTAL AMT. FOR BID ITEM 8 OSY ;--~------~----~---------~----------------~----------------------------------------------------- Seed, Fertilizer and Mulching For................................................ ...................................... Dollars Per Square Yard $ $ o 9 o TONS ,---------------------------------------------------------------------------------------------- I INDOT, Surface Asphalt, Number 11 For.. .............. .................... ..... ,.. ..... ...................................... Dollars Per Ton $ $ o 10 1 LS .---------------------------------------------------------------------------------------------- Connect new 12" Force Main to existing 14" Force Main; Junction Box with Valves and Fittings For,................................................ ......................1............... Dollars Per Lump Sum $ 11 2165 LF .---------------------------------------------------------------------------------------------- $ 12" PVC, C900 Sanitary Force Main, Thrust Blocks For,..... .......... ..............". ... .:. ..... ..... ...................................... Dollars Per Linear Foot $ 12 10EA .---------------------------------------------------------------------------------------------- $ Type 'B' Manhole For................................................. ....,................................. Dollars Per Each $ 13 2EA .---------------------------------------------------------------------------------------------- $ Type 'c' Manhole For................................................. ...................................... Dollars Per Each $ 14 1 EA .-------------------------------------------------------~-------------------------------------- $ Type 'E' Manhole For,............................................... . ...................................... Dollars Per Each $ ._----------------------------------------~---------------------------------------------------- $ C,ISydneylwl'doc,191960319603d"ecHon .2.wpd A-207 r t, ..- " , , , t r0- t L, r-... t r r r L-,,, r. r r; , f" .- I t TENTH STREET INTERCEPTOR SEWER, PUM:P STATION, AND FORCE MAIN JOB NO. 9603D .----------------------------------------------------------------------------------------------- ITEM APPROXIMATE NO. QUANTITY DESCRIPTION WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICE IN NUM:BERS TOTAL AMT. FOR BID ITEM ._----------------------------------------~----------------------------------------------------- 15 1 LS 705 gpm Lift Station, pumps, building, piping, electrical, conduit, wet well, valve pit, emergency pump out manhole, drop inlet, third rail system, access drive, fence" .etc., complete F or................................................. ...................................... Dollars Per Lump Sum $ $ .---------------------------------------------------------------------------------------------- 16 474LF 18" PVC Gravity Sewer F or................ .......... .......... .....~ ....... ......................;............... Dollars Per Linear Foot $ 17 1631 LF ,------------------------------------------------------------------------------------------~--- $ 15" Gravity Sewer For...........,..................................... ......................l............... Dollars Per Linear Foot $ 18 192 LF ,--------------------------------------------------------------------------------------------~- $ 12" Gravity Sewer For................................................. ...................................... Dollars Per Linear Foot $ 19 3EA .---------------------------------------------------------------------------------------------- $ Air Release Valve and Manhole, Complete For....................................;............ ...................................... Dollars Per Each $ 20 55 SY ,---------------------------------------------------------------------------------------------- $ Asphalt Pavement Restoration with Concrete Cap For................................................. ......................'................ Dollars Per Square Yard $ ._----------------------------------------~---------------------------------------------------- $ C,\Sydney\wpdoe,\9\9603\9603d\,eetion .2. wpd A-208 ~ r r~\ ! r ~ r fl,........., ...- l l r t TENTH STREET INTERCEPTOR SEWER, PUMP STATION, JOB NO. 9603D AND FORCE MAIN .----------------------------------------------------------------------------------------------- ITEM APPROXIMATE DESCRIPTION WITH UNIT PRICE TOTAL AMT. NO. QUANTITY UNIT PRICE IN FOR BID WRITTEN IN WORDS NUMBERS ITEM .----------------------------------------------------------------------------------------------- 21 50 LF Concrete Encasement for 18" Sewer, 12" Force Main For................................................. ................ ......... ....... ...... Dollars Per Linear Foot $ $ ,--------------------------------------~--~~~~-----~-~--~----~----------------~----------------- I 22 113 LF Concrete Encasement for 15" Sewer, 12" Force Main For................................................. ...................................... .DolIars Per Linear Foot $ $ ,----------------------------------~--~-------------------------------------------------------- 23 70LF 6" Property Service Connection Pipe with Cleanout . For................................................~ ...................................... Dollars Per Linear Foot $ $ .---------------------------------------------------------------------------------------------- 24 2EA 15" x 6" Wye For................................................. ...................................... Dollars Per Each $ $ ,-----------------------------------------~---------------------------------------------------- 25 2EA 18" x 6" Wye For................................................. ...................................... Dollars Per Each $ $ .---------------------------------------------------------------------------------------------- 26 1 EA Construction Entrance For................... .... .......................... ......................:............... Dollars Per Each $ $ .-----------------------------------------------------------------------------------~---------- 27 6EA Low Water Crossing For................................................. ...................................... Dollars Per Each $ $ .---------------------------------------------------------------------------------------------- c, \Sydney\wpdoe,\9\9603\9603d\,eeUon .2. wpd A-209 r ! t.~ ( r t r [ r L. r I t- " I"""" r TENTH STREET INTERCEPTOR SEWER, PUMP STATION, JOB NO. 9603D AND FORCE MAIN ._---------------------------------------------~------------------------------------------------ ITEM APPROXIMATE DESCRIPTION WITH UNIT PRICE TOTAL AMT. NO. QUANTITY UNIT PRICE IN FOR BID WRITTEN IN WORDS NUMBERS ITEM ._--------------------------------------------------~---------------------------------------~--- 28 1,025 LF Silt Fence For................................................ ...................................... Dollars Per Linear Foot $ $ .---------------------------------------------------------------------------------------------- TOTAL BID PRICE FOR DIVISION A: Items 1 thru 28 = $ DIVISION B: STATION 22+86.55 TO STATION 50+64.66, LINE A 29 565 LF 12" Gravity Sewer . For.. ....... .... .............. ....... .... ...... .... ...................................... Dollars Per Linear Foot $ $ .---------------------------------------------------------------------------------------------- 30 2,243 LF 10" Gravity Sewer For... ..... _............. ......... ..... ............. ......................;............... Dollars I Per Linear Foot $ $ .---------------------------------------------------------------------------------------------- 31 55 LF 8" Gravity Sewer (Stub) For......_ .._......................... ............. ...................................... Dollars Per Linear Foot $ $ .---------------------------------------------------------------------------------------------- 32 8EA Type 'B' Manhole For..............._................................ , ......................:............... Dollars Per Each $ $ ._--------------------------~-----~~----~-~---~-~---------------------------------------------- 33 1 EA Type 'E' Manhole For................................................. ......................:............... Dollars Per Each $ $ .---------------------------------------------------------------------------------------------- 34 6EA 6" Wyes For ............... ..... ............................ ...................................... Dollars Per Each $ $ .---------------------------------------------------------------------------------------------- c: \SyJney\wpJocs\9\9603\9603d\scclion ...2. wpJ A-21O r- , : f f "{\ TENTH STREET INTERCEPTOR SEWER, PUMP STATION, JOB NO. 9603D AND FORCE MAIN .----------------------------------------------------------------------------------------------- ITEM APPROXIMATE DESCRIPTION WITH UNIT PRICE TOTAL AMT. NO. QUANTITY UNIT PRICE IN FOR BID WRITTEN IN WORDS NUMBERS ITEM , .----------------------------------------------------------------------------------------------- - ... .. .. 35 150 LF 6" Property Service Connectiol} Pipe with Cleanout For................................................. .......................'............... Dollars Per Linear Foot $ $ .---------------------------------------------------------------------------------------------- 36 500 LF Asphalt Pavement/Shoulder Restoration For................................................. .....m..............;............... Dollars Per Linear Foot $ $ .---------------------------------------------------------------------------------------------- 37 475 LF Gravel Shoulder Restoration For................................................. ...................................... Dollars Per Linear Foot $ $ r ---\ t ... .---------------------------------------------------------------------------------------------- 38 1,877 LF Earthen Shoulder Restoration For....,............,... .... ......no............... ...................................... Dollars Per Linear Foot $ $ .---------------------------------------------------------------------------------------------- 39 2,700 LF Silt Fence For................................................ . ...................................... Dollars Per Linear Foot $ $ ,-----------------------------------~----~~------~-~---~--~--~~------------------~------------- 40 75 LF Gravel Driveway Restoration For........ ................. ............. ........... ...................................... Dollars Per Linear Foot ' $ $ .---------------------------------------------------------------------------------------------- r r; J:.'4 , ib,~..~ o c, \Sydney\WJ,doe,\9\9603\9603d\,eclion .2. wpd A-211 TENTH STREET INTERCEPTOR SEWER, PUMP STATION, AND FORCE MAIN .----------------------------------------------------------------------------------------------- I ITEM APPROXIMATE DESCRIPTION WITH NO. QUANTITY UNIT PRICE WRITTEN IN WORDS JOB NO. 9603D UNIT PRICE IN NUMBERS TOTAL AMT. FOR BID ITEM 41 75 LF .----------------------------------------------------------------------------------------------- Asphalt Driveway Restoration For...............:................................ . ...................................... Dollars Per Linear Foot $ $ ._----------------------------~~--~~--~--~~---------------------------------------------------- , TOTAL BID PRICE FOR DIVISION:8: Items 29 thru 41 = $ DIVISION' A' TOTAL PRICE = $ DIVISION 'B' TOTAL PRICE = $ SUM OF DIVISION 'A' + DIVISION 'B' = TOTAL BID PRICE = $ C ,\SyJney\wpdocs\9\9603\9603d\sed;on .2. wpd A-212 r t ---... , t , f ~,~..,... r t " ("\ ...- t r BID FOR: TENTH STREET INTERCEPTOR SEWER, PUMP STATION AND FORCE MAIN JOB NO. 9603D CITY OF JEFFERSONVILLE CLARK COUNTY, INDIANA RESPECTFULLY SUBMITTED, ....................................a............................................................................................... NAME OF FIRM ...................................................................................................................................... PERSON ........................................................................................................................... PERSON ............................................................................................................................ ATTEST .......... ............................. .... ........................... ........ .................... ........... ...... ...............~. DATE C ,\8ydney\wpdocs\9\9603\9603d\sedion .2. "'l,d A-213 ----. r t r- , t """".., r DIVISION A - BIDDING REQUIREMENTS SECTION A-3 - METHOD OF MEASUREMENT AND PAYMENT FOR BID ITEMS 1.0 UNITS 1.1 The unit shown for each item on the bid form shall be used for payment purposes. These prices shall be "installed" unit prices. 1.2 Where no quantity is shown for a particular bid item, a unit price shall be supplied, but will only be used where unanticipated extra or deleted work is called for by job conditions and authorized by change order. These unit prices and items shall not be included in the total bid price shown on the bid form. 1.3 A bid not containing unit prices on all items will be rejected by the Owner as improper.. 2.0 MEASUREMENT FOR PAYMENT 2.1 The unit price given for pipe shall include all pipe, trench, gravel, thrust blocks, joints, rock and earth excavation, backfill, pavement repair, fittings, cleanup, restoration, seeding, grading, and all other items necessary to complete the installation of the pipe. - 2.2 The unit price given for a manhole shall include all items necessary to complete the installation of a manhole or an air relief valve and manhole. 2.3 The unit price for the force main shall include all excavation, pipe, straps, gravel, asphalt pavement, tack coat, prime coat, backfill, thrust blocks, and fittings. 2.4 The amount of crushed limestone, Bank Run Sand, concrete, DGA, reinforcing steel and asphalt will be calculated from delivery tickets. 2.5 The lump sum price for the LIFT STATION shall include all work necessary for the complete working installation as shown, including excavation and fill construction, grading, building, electrical work (City is paying Cinergy to bring in power), connection to a telephone line, installing the telemetry panel, and whatever costs are involved to get the line, pumps, valves, wiring, controls, pipe, fittings, float controls, pressure transducer, electrical cabinets, wet well, valve pit, emergency pump out manhole, service pole, clean up, seeding, and all other necessary items constructed and working. 3.0 INCIDENTAL CONSTRUCTION EXPENSES 3.1 All incidental construction and expenses, not mentioned elsewhere, shall be included in the appropriate unit prices. c, \Sydney\wpdo.,,\9\9603\9603JI,eeUon .3. wpJ A-301 CITY Jeffersonville COUNTY Clark STATE OF INDIANA ~ We, the undersigned Committee, appointed pursuant to Chapter 319, Acts of 1935 f do fix and determine the prevailing wage scales to apply on the: Tenth Street Sanitary Interceptor Project FOR THE SEVERAL CLASSIFICATION OF LABOR AS FOLLOWS: Utilitv ,..... CLASSIFICATIONS: CLASS HOURLY FRINGES LJ WAGE ASBESTOS WORKER SKILLED $21.18 $8.24 ASBESTOS ABATEMENT SKILLED $21.18 $8.24 ASBESTOS ABATEMENT UN SKILLED $19.22 $5.70 BOI LERMAKERS SKILLED $28.25 $11.04 BRICKLAYERS SKILLED $22.01 $6.98 r CARPENTERS SKILLED $20.23 $8.68 , CARPET LAYERS SKILLED $20.23 $8.68 t CEMENT MASONS SKILLED $19.50 $5.95 DRYWALL FINISHERS SKILLED $17.37 $6.50 DRYWALL INSTALLER SKILLED $20.23 $8.68 ELECTRICIANS SKILLED $25.25 $8.93 ELEVATOR CONSTRUCTORS SKILLED $25.75 $10.35 GLAZIERS SKILLED $21.06 $6.59 HOD CARRIERS SKILLED $18.92 $5.70 IRON WORKERS SKILLED $23.64 $11.59 t LABORERS' SKILLED $19.82 $5.70 t LABORERS' SEMI SKILLED $19.12 $5.70 LABORERS' UN SKILLED $18.82 $5.70 r MILLWRIGHTS SKILLED $21.86 $9.61 t l OPERATING ENGINEERS , t GROUP I OR A SKILLED $22.80 $9.28 GROUP 11 OR B SKILLED $20.25 $9.28 GROUP 111 OR C SKILLED $18.22 $9.28 PAINTERS, BRUSH/ROLL SKILLED $17.37 $6.50 PAINTERS, SPRAY/SANDBLAST SKILLED $17.87 $6.50 PIPEFITTERS & STEAM FITTERS SKILLED $26.10 $10.83 PLASTERS SKILLED $20.95 $5.42 PLUMBERS SKILLED $25.60 $10.83 POINTERS, CLEANERS, CAULKERS SKILLED $20.23 $8.68 ROOFERS SKILLED $17.90 $6.03 SHEET METAL WORKERS SKILLED $25.43 $11.42 r STONE MASON SKILLED $20.76 $5.50 L. SOUND & COMMUNICATIONS SKILLED $25.25 ~93 SPRINKLER FITTERS SKILLED $26.04 $6.75 ~. TEAMSTERS SKILLED $17.26 $325.70, PIWK J TECHNICAL ENGINEER SKILLED $19.82 $5.70 i i,-., TILE, MARBLE SETTERS SKILLED $26.48 $6.17 TERRAZZO SETTERS SKILLED $26.78 $6.47 TILE, MARBLE, TERRAZZO FINISHERS SKILLED $17.32 $3.75 TRUCK DRIVER MECHANIC SKILLED $17.26 $325.70 PIWK r t ' . L,.,.,.." r A-401 r l_ f r l [ r L Ii r ALL APPRENTICES AS APPROVED BY BUREAU OF APPRENTICE AND TRAlNING The wage rates as set forth by the Committee are the minimum and shall not prevent the Contractor or Sub-Contractor from paying a higher rate of wage. The wage rates are established on the date signed, however, if the project is not awarded within 180 days a new updated wage rate shall be required. Stipulations to the employment of apprentices: Apprentices will be permitted to work at less than predetermined rate for the classification of work they perform when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training. Their wage rate will be their individual warranted percentage of the herein listed skilled classification prevailing wage rate. Apprentices shall be permitted to work only as the ratio to journeymen in the apprenticeship program standards state. The absence of a wage determination for the classes of semi-skilled and unskilled workers in a particular classification is the result of the committee's determination that the prevailing practice in the immediate locality is not to use semi-skilled or unskilled workers in that classification on construction sites. COMMERCIAL Statewide Classifications and Descriptions for Determining Rates for Building Construction, completely describes each job classification which is contained on this scale.. This document is the only reference which is applicable in determining the job classification to a worker. 4- REPRESENTING THE AWARDING AGENCY & INDUSTRY TAXPAYER APPOINTED BY THE AWARDING AGENCY ! / Dated this 3rd day of July, 2003 A-402 r .:..~ ( [ r t b-.~ r r--, . t ,', ., - r L, ~ r t ' L,,,; r ,..... I- i I- 1.0 1.1 1.2 1.3 DIVISION B - CONTRACT FORMS SECTION B-t - CONTRACT DOCUMENTS GENERAL It is understood that the signature and seal of the CONTRACTOR on a properly completed and executed State Board of Accounts Form 96 indicates the CONTRACTOR's acceptance of all terms as set out in these specifications and documents and his willingness tocomplete the project as stated herein and shown on the drawings. It is further understood that by the acceptance of, and the proper affixing of the signatures of the OWNER to the Form 96, that a binding contract exists between the OWNER and the CONTRACTOR. After the OWNER signs the Form 96, and notifies the CONTRACTOR of his acceptance, the CONTRACTOR shall proceed to complete the project with the best workmanship possible conforming to all specifications set out herein and to all details, drawings and notes shown on the plans for this project. C: \8ydney\wpdocs\misccllalltXtus\m<tsler\JivB. wpd B-lOl Form No. 96 (Revised 1967) r L BID OF (Contractor) (Address) FOR PUBLIC WORKS PROJECTS OF r-~ ! : l,~j Filed , 19 r , l. Action taken r , ~ B-102 ..- l l P,eSCIlDeO by Stille Board 01 Accounts ,. E Boyce Co.. Inc, M4Jnc... IN \241().A Form No 96IAe....~ 1~7J f I ~r, r ~ l,~ CONTRACTORS BID FOR PUBLIC WORKS PART I (To be completed for all bids) (Please type or print) Date: [ 1, Governmental Unil: 2~ County: 3, Bidder (Firm): Address: City/State: 4, Telephone Number: 5. Agent of Bidder (if applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of (Governmental Unit) in accordance with plans and specifications of said unit for the sum of $. The under- signed further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting, If alternative bids apply, submit a proposal for each in accordance with the notice. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract. If the bid is to be awarded on a unit basis, the itemization of units shall be shown on a separate attachment. The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. r~ I' ~ CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obliga- tion to use steel ~roducts made in the United States. I.C. 5-16-8-2. I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. NON-COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative 10 the price 10 be bid by anyone at such letting nor to prevent any person from bidding nor to induce anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive direclly or indirect- ly, any rebale, fee, 'gift, commission or thing of value on account of such sale. OATH AND AFFIRMATION - i ~ I affirm under the 'penalties of perjury that the foregoing facts and information are true and correct to the best of my knowledge and belief. Dated at this day of ,19_ . (Name of Organization) By (Title of Person Signing) ACKNOWLEDGEMENT STATE OF COUNTY OF ss: of the above being duly sworn, deposes and says that he is and that the (Tille) (Name of Organization) statements contained in the foregoing bid, certification and affidavit are true and correct. Subscribed and sworn to before me this day of ,19_. Notary Public . My Comission Expires: County of Residence: B-103 .. ~ .---. f ACCEPTANCE The above bid is accepted this following conditions: day of .19_. subject to the l Contracting Authority Members: PART II (Complete sections 1.11,111, and IV for an state and local public works projects as required by statutes.) Governmental Unit: Bidder (Firm): Date: r l l These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed? Contract Amount Class of work When Completed Name and Address of Owner r~, E ~. .-/ 2. What public works projects has your organization now in process of construction? r When to be Contract Amount Class of Work Completed Name and Address of Owner . r 3. Have you ever failed to complete ar.y work awarded to you? If so. where and why? 4. list references from private firms for which you have performed work. r 'r B-104 r r ." ..."~ ! \ r L, SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. 2. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equip- ment to be used by the subcontractor, and whether you expect to require a bond. 3. What equipment do you intend to use for the proposed project? 4. Have you made contracts or received offers for all materials within prices used in preparing your proposal? SECTION III CONTRACTOR'S F'INANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial state- ment as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make - a proper determination of the bidder's capability for completing the project if awarded. SECTION IV OATH AND AFFIRMATION I hereby affirm under the penalties of perjury that the facts and information contained in the foregoing bid for public works are true and correct to the best of my knowledge and belief. Dated at this day of ,19_ (Name of Organization) By (Title of Person Signing) r-~. I , ACKNOWLEDGEMENT STATE OF COUNTY OF ss: of the above being duly sworn, deposes and says that he is and that the r I t (Title) (Name of Organization) answers to the questions in the foregoing questionnaires and all statements therein contained are true and correct. Subscribed and sworn to before me this day of ,19_. Notary Public My Commission Expires: County of Residence: r I b~r B-105 ..- , l~ I . , r L r r~ , . I \,-.. r r b..Jr\ r TO THE BIDDER - The following Form 96a is not required by the State Board of Accounts. However, the bidder must either use this form or one similar to it prepared by their accountant. JACOBI, TOOMBS AND LANZ, INC. C :\SyJney\wpdocs\misceIIClneo\.ts\master\JivB. wpJ B-106 r~ ( r~ ~ .....".,....,:,,: ..- , . L l ~ . General Form No. 96.a Prescribed by the State Board of Accounts of Indiana. Revised 1949 STANDARD QUESTIONNAIRES AND FINANCIAL STATEMENT FOR BIDDERS Prescribed by THE STATE BOARD OF ACCOUNTS OF INDIANA For use in investigating and determining the qualifications of bidders on public construction when the aggregate cost of any such work or improvement will be Five Thousand Dollars or more. These statements to be submitted under oath by each bidder with and as a part of his bid, as provided by Chapter 305, page 1248, Acts of 1947. Submitted ........................................................................................................................................................... B { A Corporation y .......................................................................................................................... A Co-partnership An individual Address .......... ... ............. ...... ...~.................... ........~.......... ....... ...... ................ ...... .............-....... ............ ...... ............. ..................................................................-................................................................................................................. Date submitted 20 Filed .................................................................................................................................. ................................................................................................................................................ ..................................................................................................................................................... . A.E. BOYCE, MUNCIE, IND C:\Sydney\wpdocs\miscellaneous\masler\divB. wpd B-I07 r Submitted by { A Corporation , ,,' ........;......................................................................................................................................................................... A Co-partnership An Individual Principal Office at ...........................................................................................................:.........................;.......................................-..................................... ,............................................................................................................................................................................................................................................................................................. EXPERIENCE QUESTIONNAIRE The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories hereinafter made. 1. How many years has your organization been in business as a general contractor under your present business name? ............................................................................................................................................................................................................................................................................................................... 2. How many years experience in construction work has your organization had (a) as a general contractor; and (b) as a subcontractor? 3. What projects has y~~;..~~.g~~i.~~ti~~.~~~pl~t~d?:::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: CONTRACT AMOUNT CLASS OF WORK WHEN COMPLETED NAME AND ADDRESS OF OWNER . ............................................................... ..................................................................... ..................................................................... ................................................................. ................................................................... ......................................................................... ..................................................................... ................................................................."'"0" r~ What projects does your organization now have in process of construction? ~ C0NTRACT AMOUNT CLASS OF WORK WHEN COMPLETED NAME AND ADDRESS OF OWNER I ...................................................................... ............................................................... ................................................................ .................................................................... ................................................................. ..................................................................... .................................................................. ................................................................... . r ~ t \,..,," 4. Have you ever failed to complete any work awarded to you? If so, where and why. .............................................................................................................................................................................................................................................-...................... ............... ......... .......... ..... ... ... ........... ..... .......... .................. ..... ..... ....... ............... .... ................... ........... ................... ....... .................. ~........ ........ .... ............ ............ ....................... ..-.. ....... ...... .................... ... .......... .... ..................... ............... ......... ....................... ... ............... ..... ..... ..................... ...... ...................... .... ......... ... .... .....................-.. ............ .... .'.~.... 5. Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? If so, state name of individual, other organization and reason therefor. ............................................................................................................................................................................................................................................................................ ....................................................................................................................................................................................................................................................................................-..... 6. Has any officer or partner of your organization ever failed to complete a construction contract handled in his/her own name? If so, state name of individual, name of owner and reason therefor. ...................................................................................................................................................................................................................................................................................... 'r' In what other lines of business are you financially interested? ........................................................................................'........................................................................................................,.............................................................................................. ..................................................................................................................................................-...................................................................................................................................................... ....................................................................................................................................-....................................................................................................................................................................... C: \Sydl1.ey\wpdocs\miscellal1.eous\111asler\divB. wpd B-108 8. For what corporations or individuals have you performed work, and to whom do you refer? .......................................................................................................................................................................................................................................................... ........................................................................................................................................................................................................................................................... [~ f ..................................................................................................................'........................................................................................................................................................ .......................................................................................................................................................................................................................................................................;........... 9. For what cities have you performed work and to whom do you refer? ....................................................................................................................................................................................................................................................................................................................... ............................................................................................................................................................................................................................................................................................................................. .................................................................................................................................................................................................................................................................................-................ ........................................................................................................................................................................................................................................................................................................ .................................................................................................................................................................................................................................................................................................. 10. For what counties have you performed work and to whom do you refer? ................................................................................................................................................................................................................................................................................................................................ .......................................................................................................................................................................................................................................................................................................................... ............................................................................................................................................................................................................................................................................................................................ ........................................................................................................................................................................................................................................................................................................................ ..................................................................................................................................................................................................................................................................................................... r ~... 11. For what State bureaus or departments have you performed work and to whom do you refer? ....................................................................................................................................................................................................................................................................................................'.......... .................................................................................................................................................................................................-................................................................................................................................ ............................................................................................................................................................................................................................................................................................................................................ .................................................................................................................................................................................................................................................................................................................................... .........................................................................,.............................................................................................................-........................................................................................................................................ Have you ever performed any work for the u.S. Government? If so, when and to whom do you refer? 12. r~ . ~ It,,.,.'., '.............................................................................................................................................................................................................................."'........................................................................................... , . ........... .... ... .... ......................... ............... ........ ...~................... .................. ......... ................ ...... ...................... ....... ..... ................................... ........................ ......... ........... .............................................. ........... ...... ... ....... ......... .... ............... ...... ................. ......................................... ...... ............... ........ .......~....................... ........ .......................... ......... ............. ...... ............ ..... ................................... ....... .... .... ...... .... ............................................................................................................................................................................................................................................................................................................................ ....................................................................................................................................................................................................................................................................................................................... 13. What is the construction ex erience of the rinci al individuals of our or anization? PRESENT YEARS OF POSITION OR CONSTRUCTION MAGNITUDE AND OFFICE EXPERIENCE TYPE OF WORK INDIVIDUALS NAME IN WHAT CAPACITY .;....... ~.... '........................ ........ ............. ... ~... .................... .......................~......... ........................... ........................................ ............................ .................. ......... .............................................................. ............................................................... .......................................................... ............................................................. ........................................................... ............................................................ ...... ....~~ ~........ ....~.................... ......... ......... ........... ................... ...................... ....... .. ....... ..................... ....................... ..... .......... .... ................... ........... ............. ...... ........................................................ [ ....... ..,.......... .................. ............ .... ... ............... .................. ... ...... ......... ......... ............................ ... ...... ........... ..... .................. ......... ............................... ................... ............................................................. ......................................................... ........................................................ ............................................................ ........................................................... ............:................................................... .................................................................. .............................................................. ............................................................ ........................................................... ....... ......... .............. ........ .... ................. ..... ............... ......... .......... ..... ......... ......... ....... ..... ..... ...... ................... ........ ............... .. ..... .................... ................ ............... ... .......... ................... ........ .......~................ , ' . . ............................................................ ......................................................... ............................................................ ........................................................... ............................................................. , '.' ..... ~........... ...'.......;,................. .................................................................. . ................................................................. .................................................... .......... ........................................................ C:\Sydney\wpdocs\l11.iscellaneous\masler\div B. wpJ B-109 PLAN AND EQUIPMENT QUESTIONNAIRE r... . The. signatory of this questionnaire , interrogatories hereinafter made. ~''',,-'' f guarantees the truth and accuracy of all statements and of all answers to .l rn what manner have you inspected this proposed work? Explain in detail. .................................................................................................................................................................................................................................................................................. ............................................................................................................................................................................................................................................................................... .............................................................................................................................................................................................................................................................................. .......................................................................................................................................................................................................................................................................................................................... 2. Explain your plan or layout for performing the proposed work. ........................................................................................................................................................................................................................................................................................................................ ................................................................................................................................................................................................................................................................................................................... ........................................................................................................................................................................................................................................................................................................... .................................................................................................................................................................................................................................................................................................................. ......................................................................................................................................................................................................................................................................................................... r-- .......................................................................................................................................................................................................................................................................................... I ................,............................................................................................,.............................................................................'....................................................................................................................'.... ) ............................................................................................................................................................................................................................................................................................................. ...................................................................................................................................................................................................................................................................................................... ............................................................................................................................................................................................................................................................................................................. ........................................................................................................................................................................................................................................................................................................ r m..............." ..... ..... ................. ........... ............................. ........ ..... .............. ...... .............................. ........ ............. ...... .......... ................. ... .......... ........................... , \....e' m............m.. ... ............... .................. .............................. ........... ................ ........ .... ...................... ....... ........m...... .............. .......m.... .... ... ............ ......................... ................................................................................................................................................................................................................................................................................................................. r~, ~. Th~.;~~k;..if.~;~;d~d..t.~..y~~;..;iif.h~~~..t.h.~.p~~~;~J..~~p~~i~i~.;;...~l.;h.~~?................................................................................. ..... .... ........~.... ........... ................ ................... ....... ........................... ............. ...... ............................. ..... ............................... ....... ...................... ............... .............................. .... .......... .................................... ,...... ~ l 4. ..... ................. ............. .............. ... .............................................. ........................ ....................... ...... ....... ............................... .... .................. .... ..... .................... ................................... ................................~. ':- Do you intend to do the hauling on the proposed work with you own forces? If so, give amount and type of equipment to be used. .. ......................... ............ .......................................... ................... ............. .............. ........................... .'~.. ......................................... .................... ...... .... .................................................... ................................ ..................................................................................................................................................................................................................................................................................................................... 5. " If you intend to sublet the hauling or perform it through an agent, state amount of subcontract or agent contract and, if known, the name and address of subcontractor or agent, amount and type of his equipment, and financial responsibility. ......... ................ ..............~....... .................... ........................ ..... ..... ................... ......................... ............................. ...... ........ ................. ........ .............. ..... ............. .......... .............~...................... .... ........................................................................................................................................................................................................................................................................................................... ............................................................................................................................................................................................................................................................................................... 6. '~Do you intend to do the grading on the proposed work with your own forces? ...................................................................................................................................................................................................................................................................................................................... ................................................................................................................................................................................................................................................................................................................. ........................................................................................................................................................................................................................................................................................................... ........................................................................................................................................................................................................................................................................................................................... ............. ................ ..... ............ ......... ................. ............................ ....... ............. ....... ................ ............ .................................... ... ................. ........ ................. ......... ........ ......... ................~. .......... .... ...... ,...... ~ ! ;;.... i;~-';';~' 4 ~. 5:' i; ;'~d.7' ;;';y' ;;;~. i,';' ~pp'l;~~bi~';;; .~iib~ildi~.g .~;;~~~~~~~:. 'ii ~;;;:~;;,;~:........................................................................................................ .......................""...".... (' r ,. C :\Sydney\wpdocs\miscellaneous\mnsler\divB. wpJ B-110 7. 'r If you intend to sublet the grading or perform it through an agent, state amount of subcontract or agent's contract and, if known, the name and address of subcontractor or agent, amount and type of his equipment and financial responsibility. .'.......................................................................................................................................................................................................................................................................... ......................................................................................................................................................................................................................................................................... 0"... ............... .....0............... _.... .......................... eo...... ................. ~~.............~.. ............. ~. ~ ~.... .......... ~~.... ......~ ~................. ~~. .....................~.. ~. ~ ~.... ~~..................................... ............................ .1.. ....; ~... .'~...' ~ ~. ...~.... .... ......... ~.. ...... ......~..... ................... ...,~'........................... ...... '...... .............. .............................. ~.... ~.... ..... ..... ~........... ~..... ~..........,;....... .................................................................. 8. Do you intend to sublet any other portions of the work? If so, state amount of subcontract and, if known, the . name and address of the subcontractor, amount and type of his equipment and financial responsibility. ..................................... ....................... .................... ..~...........~ ~.~........... ..... ~~ ......................................................... ~........................................~....~.....................'..... ~........... ... ..................... ..... ............... ...... .................. .........~........... ............. .... ................... .... ....... ....................... ....... ............... ....... ........ ...... ... ... ..~~......... ...... ... ......... .............. ... ....... ... .................. ~.... .....~. ~'.......'.'.... ~. ~.""~..........".. ~........................... .........;,. ................ .......................~.. ......~............... ...... .................................... .................................................. 9. From which subcontractors or agents do you expect to require a bond? ....................... ..................... ...... ........;...............:................'.......................... ... ...~.................... ... ....... ...........~....... ........ ....................... ............ ..... ..... ................ ...... .......... ........... ....... ......................................................................................................................................,..................................................................................................................................... ..................................................................................................................................................................................................................................................................... .................................................................................................................................................................................................................................................................. .................................. ............ .............................~............................ ........................... .................................. ........................... ................ ................ ~ ....................................... 10. What equipment do you own that is available for the proposed work' DESCRIPTION, SIZE, CAPACITY, CONDITION ETC. QUANTITY ITEM YEARS OF SERVICE PRESENT LOCA TION .................................................................................. ............................................ ........................................ ........................................ ............................................ ........................................... ....................................... .............................................. .......................................... ........................................... ........................................... r-~ I ;...',,--. ................................. ........................................... ............................................. ............................................ .......................................... ........................................... ........................................... ....................................... ............................................ ........................................... ........................................... ............................................. r- . ! ~ ... ............ .......... ..... ........... ........... ............. ....... ....... ...... .............. ........................ ........................... ............. ...... ............ .............. ........ .. ..................... ................... .......................................... ......................................... ..........................~.................... ........................................... ........................................... ........................................... r t .......................................... ......................................... ................................................ ......................................... .......................................... ........................................... .......................................... ........................................ ............................................. ......................................... ......................................... ............................................ ...... ................... .................. ... .............. ..... ............. .... ............ .... ........... ........ .......... ...... ..... ..... ..... .............. ...... ............... .................... ..... .... ..... ...... ........ .... .... ....... ..... ......................................... ........................................ ............................................... ......................................... ......................................... .......................................... ...... ...... .................... ......... ... ...~......... ..... ..................... .... ............ ....... ......... ... .......... ..... .. ......................... ..... ... ........ ... ... ... .............. ... ............ .... .... ..... ........................ ....... ..... ... ..... ........ ...... ........... ......... .... ......... ............ .... ....~..... ........ ...... ......... ........ ... .......... .................. ........ ..... ........... ... .................. ......... ........... ............... .................... .......... .......................................... ........................................ ................................................. ......................................... .......................................... ........................................... .r r t C :\Sydney\wpdocs\miscellaneous\master\divB. qJd B-111 QUANTITY ITEM DESCRIPTION, SIZE CAPACITY, ETC. osed work, should the contract be awarded to au? APPROXIMA TE COST ou intend to urchase for use on the ro r,.............................................................;..................................................................................................................................................................................... , r... t ,.................................. .......................................... ...................................................................................................................................................... .................................................... ................................................ ............................................. .......................................................................................................................................... ............................................ ................................................ ........................................... .............................................................................................................................. ......................................... .......................................... ......................................... .................................................................................................................................. ......................................... .......................................... .......................................... ................................................................................................................................ ......................................... ......................................... .......................................... .................................................................................................................................... ......................................... 12. How and when will you pay for the equipment purchased? ...................................................................................................................................................................................................................................................... 13. Do you propose to rent any equipment for this work? If so, state type, quantity and reasons for renting. ...................................................................................................................................................................................................................................................... ........................................................................................................................................................................................................................................................ ................................................................................................................................."................................................................................................................................... ........................................................................................................................................................................................................................................................... ............................................................................................................................................................................................................................................................... 14. Have you made contracts or received firm offers for all materials within prices used in preparing your proposal? Do not give names of dealers or manufacturers. r~ ............................................................................................................................................................................................................................................................... ........ ... .................... .............. ............. ........................... ...... ....................... ....................................... .... ................ ................... ................ ......... ..................... .............~.. Dated at ............................................~.................this ..................................................day of .................................................................. 20 ............................................. ....iN ~;;;~. ~fO;g~~;~;~;~'~j'"'''''''''''''''''''' ......................... By... ...... ................ ....... ...... ............ .... .....~.. .... .......... .... ....... ............... ......... ...... .......... r ............................................... "cr;;i~'~f p~;;~'~' i;ig~;~~""""" ................,..................... I,.-C;! STATE OF ........................................................ ) ) SS: COUNTY OF........................................................) ...............................................................................................................................being duly sworn, deposes and says that he is a member of ...............................................................................................................................and that the answers to the questions in the foregoing (Name of Organization) questionnaire and all statements therein contained are true and correct. r "scribed and sworn to me this........................................................day of .....................................................................20 .................................... r" ..' 1\ ,0mmIssIon expIres ......................................................................... r- t c: \Sydney\wpdocs\miscellaneous\master\divB" WIxl B-112 I i./ CONTRACTOR'S FINANCIAL STATEMENT ~b"litted by ................".......................,...,.."...................................................................................................................... { ~ g:~=~;,~ip . . An Individual 'VI . principal office at ...................... ................. ................. ............ ....... ............... .... ... ....... ......................... ...... ............. ...... ........... ................. ........ ........... To ...........................................-..................................................................................................................................................................................................................................... Conditions at close of business r . I t .: r ; L . ASSETS Cash: (a) on hand l.............................{b) III bank L.......................................{c) elsewhere L....................... . Notes receivable (a) due within 90 days .....................................................m.................................................. (b) due after 90 days ........................................................................................................... (c) past due . .................. ..... ............ ..... .............. ........ .......................... .... ..... .................... ....... Accounts receivable from completed contracts, exclusive of claims not approved for payment.............. Sums earned on uncompleted contracts as shown by engineer's or architect's estimate (a) Amount receivable after deducting retainage .................................................... (b) Retainage to date, due upon completion of contracts............................................... Accounts receivable from sources other than construction contracts .................................................... Deposits for bids or other guarantees (a) Recoverable within 90 days ..................................... (b) Recoverable after 90 days ..................................... Interest accrued on loans, securities, etc. .......................................................................................................... Real Estate: (a) Used for business purposes................................................................................................ (b) Not used for business purposes ."................................................................................... Stocks and bonds: (a) Listed. present market value ......................................................................... (b) Unlisted. present value ......................................................................... Materials m stock not included III Item 4 (a) for uncompleted contracts (present value) .............. (b) other materials (present value) ............................ Equipment, book value........................ .................................................................................................................... Furniture and fixtures, book value ..................................................................................................................... Other assets .......................................................................................................................................................................................... Total Assets 2 LIABILITIES Notes payable (a) to banks regular ........................................................................................................... (b) to banks for certified checks ..................................................................................... (c) to others for eqUlpment obligations ......................................................................... (d) to others exclusive of equipment obligations............................................................... Accounts payable (a) Not past due ............................................................................................................... (b) Past due ..................................................................................................................... Real estate encumbrances ... ... ................ .... ................. ........... ............ ........................... ...... ............. .............. ...... Other liabilities .................... ... ............ ... .............. ............. ... ........ .............. .... ...... .... ........ .................... ................ Reserves ................................ ................................................................................................................................... Capital stock paid up (a) Common ........................................................................................................... (b) Common ........................................................................................................... (c) Preferred ............ ........ ........ ...<..... ........ ............... .................. .............. ............... (d) Preferred ................ ....................... ................... ................. ........... ...... ............... Surplus (net worth) ............ .... .......... ..... .......... ....... ........ ...... ........... ............................. .... ..................... .... ........ ..... .... Total Liabilities CONTINGENT LIABILITIES Liability on notes receivable, discounted or sold................................................................................................ Liability on accounts receivable, pledged, assigned or sold ......................................................................... Liab ili ty as bondsman ........... ...... ......... ........ ...... ... ...... .......... ......... ........ ...... ............ .... ............... ..... ............... ........ Liability as guarantor on contracts or on accounts of others ......................................................................... Other contingent liabilities ............ ... ........ ................. ....... ............. ..... .............................. ............................... ....... Total Contine:ent Liabilities 3 4 5 6 7 1 2 3 C: \Sydney\wpJocs\miscel1aneous\nlasler\divB. wpJ B-113 Dollars Cts. r L (a) on hand $ ...................................-...................... .........................................u..................................................................~.................................................... 1 Cash (b) deposited III banks named below $ ........................................................... .............................................................................................. (c) elsewhere - (state where) $ ....................-................................................................................................. ............................................................. ;- NAME OF BANK LOCATION DEPOSIT IN NAME AMOUNT - ,............................................................................... .................................................................................. ............................................................... ................................................................ ............................................................... ............................................................... .............................................................. ................................................................. .............................................u................ ............................................................... ............................................................... .................................................................. (a) due within 90 days $ ................................................... ..................................................................................... 2 .., Notes receivable (b) due after 90 days $ ~.. ......-................................................................................... ................................................... (c) past due $ ................................................................................................................. ................................................... RECEIV ABLES FROM: NAME AND ADDRESS FOR DATE OF MATURITY AMOUNT , WHAT HOW SECURED ...................................................................................................................... ........................... ........................................................... ................................................. ........................................................................................................................... .......................... .......................................................... ................................................. ........................................................................................................................... ............................ ........................................................... ................................................. . DETAILS RELATIVE TO ASSETS r l r Have any of the above discounted or sold? If so, state amount, to whom, and reason. t.". ............................................................................................................................................................................................................................................................................. r- L. , . 3:'- Accounts receivable from completed contracts exclusive of claims not approved for payment.............................. uAME AND ADDRESS OF OWNER NA TURE OF AMOUNT OF AMOUNT RECEIV ABLE CONTRACT CONTRACT ............................................................................................. .................................................... ................................................. .................................................................... ..........'.................................................................................... ................................................. ................................................... ........................................................................ ................................................................................................ ................................................ ..................................................... ..................................................................... ............................................................................................. ............................................... .................................................... ..................................................................... . . Have any of the above discounted or sold? If so, state amount, to whom, and reason. .......................................................................................................................................................................................................................................................................... r t L Sums earned on uncompleted contracts, as shown by engineer's or architect's estImate 4'" (a) Amount receivable after deducting $ ~.. retaInage.............................................................. ...................................................... (b) Retainage to date due upon completion of contract................................................ $ ................................................... DESIGNATION OF AMOUNT OF AMOUNT AMOUNT RET AINAGE AMOUNT CONTRACT AND NAME EXCLUSIVE OF AND ADDRESS OF OWNER CONTRACT EARNED RECEIVED WHEN DUE AMOUNT RET AINAGE .................................................................. .................................... ............................. .P............................... .............................. ........................... .................................... ................................................................... .................................. ................................ ..................................... ............................... ......................... .................................... ................................................................... ..................................... ............................. .................................... ............................. ......................... ................................... .................................................................... ..................................... ................................. ................................. ............................ .......................... ................................... I I . [ Have any of the above been sold, assigned or pledged? If so, amount, to whom and reason. r-z....................................................................................................................................................................................................................................................... " ~parately each item amounting to 10 percent or more of the total and combine the remainder. L C:\SydneY\1\1x1.ocs\miscellanoous\ll1asler\divB. wpd B-114 5 :~ Accounts receivable from $ not construction contracts ................................................................. .............................................................. RECEIV ABLES FROM: NAME AND FOR WHAT WHEN DUE AMOUNT ADDRESS , ,........................................................................................................... .................................................. .................................................. .................................................. .... 001.... o. .....~. .............. ....,; .... ................................. ............. ....... ... ................ ........... ................................................ ..................................................... .................................................... ...........'........................................................................................................................... ..........................u...................... ...................................................... .................................................... What amount, if any, is past due ...................................................................................................................... $ ........................................................- r i L. 6 .~ ... Deposits with bids otherwise $ or as guarantees .......................................................................... ............................................................ DEPOSITED WITH: NAME AND ADDRESS FOR WHAT WHEN AMOUNT RECEIV ABLE ... .... ......... ........................ .... .......................... ...... ......... ......... ..................~............. ..................................................... ............................................... ..........................................-....... ......................................................................................................................... ..................................................... ...................................................... ................................................. ............................................................................................................................ ...................................................... ..................................................... ...................................-............. ................................................................................................................................ ................................................. ..................................................... ................................................ 7 Interest accrued on loans, secuntIes, etc. $ ..................................................................................... .....................,...................................... ON WHAT ACCRUED .. .' TO BE PAID WHEN AMOUNT .......................................................................................................................................................................... .................................................................... ...........................-..........-.......... ....................................................................................................................................................................... ............-............................................-............. .........................................-........... ............................................................................................................................................................................... ........................................................................... ...................................................... ........-................................................................................................................................................................ .................................................................... ..................................................... 8 Real estate { (a) used for business purposes $ ............................................................... .............................................................................. book value (b) not used for business purposes $ ................................................................... ,............................................................ IMPROVEMENTS TOTAL BOOK DESCRIPTION OF PROPERTY NATURE OF BOOK VALUE VALUE IMPROVEMENTS 1 ............................................................................................................................ ........................................................ .............................................. ...................................................... 2 ............................................................. ............................................. ..................................................... ....................................................................................................................................... 3 ................................................................................................................................ .................................................................. ........................................... .................................................... 4 ................................................................. ............................................. ..................................................... .............................................................................................................................. 5 ......................................................................................................................... ............................................................. ............................................ ................................................... 6 .......................................................................................................................... .................................................................. ............................................ ..................................................... 7 LOCA TION HELD IN WHOSE ASSESSED AMOUNT OF NAME VALUE ENCUMBRANCES 1 ............................................................... ................................................ ..................................................... ....................................................................................................................................... 2 ............................................................... .................................................. ........................................................ ............................................-........................................................................... 3 ................................................................................................................................... ........................................................... ............................................. .......................................................... 4 ................................................................ .............................................. ..............................................'........ ............................................................................................................................... ~ .......................................................................................................................................... ................................................................. .......................................... ..................................................... ,.......................................................................................................................................... ..................................................................... ............................................... ..........................................n........... 7 I r L r r r-.--- ~ r r ~... .- " List separately each item amounting to 10 percent or more of the total and combine the remainder. r- t I , C :\Sydney\wpdocs\l1liscellaneous\mClsler\divB. wpd B-115 r- f ---. ! 1>'" '- DETAILS RELATIVE TO ASSETS (Continued) 9 Stocks and bonds (a) Listed - present market value $ ..... ............~..~.................... .......~.... ...... ....... ................................. ...... .~... (b) Unlisted - present value $ ...... ........~.................................. ............. ........................................................ LIST NT. OR DIV. PAR PRESENT ...JESCRIPTION ISSUING COMPANY PAID MARKET QUANTITY AMOUNT VALUE VALUE DATE % 1 ........................................ ............................................................ . .................. ~............ .......................... ............................ .............................. .............-............ 2 ...................................... ... ..... ........... _........ ................ ... .~.~~..~ n.... .. .~~~~...... ..~. .~~...~.~... .. .... ..~.... '.' ..... .~... ........ ~. ~ ~~ ~~........ ~ ~. ~ ~~~~..... .... .~. ..... .~...... ~...~.~.~...... .......... 3 .. ..... .~.~~~.~~. ..~.~~~ ..... ..~ ..~.~. . ~... ~.. ~~ ~.~.......................... ~. ~........ ~....... .~... ... .... ...~..~.~.~..... ..~.....~....... ....~..... ... ..... ............... ..~. ........ ........... ...~.~.~.~ .....~.~............... .. 4 .....~...........~.. ......... ...... .~~~.. ....~......~............................ .......... .................. ....... ... .......~~. .....~.. ~"'.'" .............~...~.... . .~...~..........~..... ......~ ............... ~.......~ ~~ ~~~. ~~..~~~.~.. .......... ..... 5 .~.~~...~~~..... .......... ....... .~~~~~ .... ~~ ~~..... ~.~.... ~. ~ ~~.. ~~ ~.. ~. ~........ ~ ~~ ~............ .~. .~... ...~~~~~.. ..... ..... . ~~....~~..~~....~. ~...~... ~. ....~.. ......~...... ..~~....... ..... .~... .... .... .~~~..~..... .~.~.........,........... . 6 ............ ..... ............. .~........ .. .....~......... ~. ~.~~. ~.....~. ~ ~....... ~. ~~........ ~. ~...... ......~ .~..~........ .~~.~....... ...... ~..~..~..~............. ~.. .... .......... ..~. .~.~~..... . ~ ~. ~..... ~. ~...~....... ~. ~. ~.. .... ..~..... ............... 7 AMOUNT WHO HAS IF ANY ARE PLEDGED OR IN ESCROW, STATE FOR WHOM AND PLEDGED POSSESSION? REASON OR IN ESCROW 1 ........... .... ......~.~....~.... .~~..... .. ~.. ~~ ~. ~......... ~... ...~ ~.~......... ~..~. ~.....~........... ........ ~ ~. ~......... ~ ~................................ ~~............... ~. ~... ~ ~~.......... ~.~ ~..~. ~ ~................... ~. ~.. '~~'~~.~~.' ..~.........,. 2 ..... .,. .,~.~.. .~~..~........~~.......... ~...~. ~~ ~........ ~ ~......... ~~ ~........... ~.......~ ~~ ~............. ~ ~. ~. ~""'..' ~~.~~. ~............ ~...... ~ ~..... ~~ ~..... ..~. ~.. ~., ~... ~. ~.............. ~ ~ ~...... ~~.....,.................. ....~ ~~.~~~........ .~......... 3 ........ .~.~.... ~......,...... ..~...... ~~... ~""'." ~...~.~ ~~ ~.............~....~. ~. ~......... ~... ~................~.~................................ ~...... ~ ~~...... ~~.. ~......... ~. ..~........ ~.. ~ .~..... ~..... ~ ~.........~...... ~~.~ ~~. ~...~.~..........,...... . 4 .. .~.~.~...........~~.. .......... ...... .~.~.~ ~ ~.,........ ~. ~ ~.................,. ~.~.. ~~............... ...~~. ~ ~. ~.. ~ ~..... ~ ~~ ~..... ~............. .... ~.~ ~..~~ ~...... ~.............. ~... ~................... ~........................... ~~ ~........ ......................... 5 .... ~ ~...... ~. ~. ~.......... ~...... ~.....~. ~~ ~...... ~... ~.......~ ~~...... ~.....~ ~~ ...~. ~........ ~.... ~. .~~ ~~........... .................... ~....... .................................. .................~...................~ ~...................... .......................... 6 ..~..... .... .... .... .... .... .~........ ... ...... ............ ... ...~.~.......... ... ... ................... ................. ............................... ...... ... ..... ......... .... .... ........... ... .... ......................... .... .......................... Materials In stock and not included In Item 4, Assets: 1 0 (a) For use on uncompleted contracts (present value) $ ............................ .. .... .~........ ........ ...... ............. ......................... (b) Other materials (present value) $ ................................................................. ....................................................................... PRESENT VALUE DESCRIPTION OF MATERIAL QUANTITY FOR UNCOMPLETED OTHER MATERIALS CONTRACTS .......... ........................ ...... ........ ................... ... .~................. .~............ .... ............... ... ....~...... .................................................................. ... ....... ..~.................... ......... ..... .... .... .~.. ......-. ........................................................................................ ................................................ ................................................................. ................................................................ ..... ...... ....... ...... ...... ...... ................ ..... ... .~......~. ......... .~...... . ... ...... ........ .......~.. ............. ...... ....................................................................... .................................................................. ... .. ..... ~.........................................................................~..... .... ... ..................... .~.......... ..... .... .................................................................. ............... ...... ....... ....... .....~........~. ............ ... 1 1 :~ Equipment book value $ at ..... ... ....~.~....... ........ ...~............... .........~.... .... .... .......... .... ................. ............ . .~... .......~................................... ........ QUANTITY DESCRIPTION AND CAPACITY OF AGE OF PURCHASE DEPRECIATION BOOK ITEMS ITEM PRICE CHARGED OFF VALUE ................................. ....... ..... ................. ........... ...... ... .........~..... ... ................ .... ............. ...... .... .................... ................................... .. ............... .... ......... ....... .~.... .................... ............................... ............................................................................................................. ..................... .... ... ................... ......~...... .. ................ ........... ... ........ ...._~~ .................... .................................... ...................... ........... ..... ............. .... ..... .......... ..... ...... ........ ....... ...~.... ... ...................... ................................... .............. .....................~............ .................... . re there any liens against the above? If so, state total amount.......................................................... $ ........................................................ ,or more items are lumped above, give the sum of their ages. J ..." r r i L r t C :\Sydney\wpdocs\l11iscellaneous\master\divB. wpd B-116 : DETAILS RELATIVE TO ASSETS (Continued) 12 13 Furniture and fixtures at book value $ ..................................................................................... ............................................................. ~U~~ $ .......................................................................................................................................................................... .......................................................................... DESCRIPTION AMOUNT .................0...................................... .'~.....o ....................,;....................0.......0..................... ............................ ...........................0................0 ~...~.... ............~ '..~... ......'~ ~.... .'. ~'......;.......................... '0......... ................ ................................................................. ..................................................~ ~~~... ~.......... .....~...... ~........... _...........................................................~.............................. .................. ............................. -.................... ......... .. [ I Total Assets: r ",...,., (a) To banks, regular $ . ...~......... ........ ... .... ......................... .... ...........~............ ................... ................................................... 1 { (b) To banks for certified checks ..~................ .... ... ... ........~............ ..... .... .............. ... ..... $ ~... .....~................ ... ..... ..... ...... ...... (c) To others for eqmpment obligations.................................................................. $ ..... ........~................ ......._.~............ (d) To others exclusive of eqmpment obligations... ..................... .......... ............ $ ... .~..'..''''.' ........... ............. .............. TO WHOM: NAME AND ADDRESS WHAT SECURITY WHEN DUE AMOUNT . . ... ...... ...... ..-.. ................. ........~........................ ..~.. .................. ..... .......................-........................... .................................................. ............................................................... ......... ......... ......... ..... ............. ..... ... .......... .... ... ..........,...~........... ....~. ................................................. . ...... ....~..........~....... ................ ..... ..........................................-...................... 2 { (a) Not past due $ .....~. ......... ............. ..... ........ ..... .............~.......... ............... ................ ............. .... ................................................... (b) Past due $ : .......-........~............................................................................................................. ................................................... TO WHOM: NAME AND ADDRESS FOR WHAT DATE PAYABLE AMOUNT ,~....;. ....... ~...'............ ~... ..~. ~........ ~... ...................................... ~....... ...~......... ... .... .~....... ... ....... ......... ..........~ ... ......~. ..~......~.... ~.... ~ ~..... ~..... ............... ........... ..............~..... ......... ..... ..... ...... ............~..~.................. .......................................... ........................................-........ .............~....~...... ..................... ..... ................. ...~.. ..... ........-........ ....... ...... ...... 3 Real estate encumbrances (see Item 8, Assets) $ ,........... .., ....... .... ....................... .........~..... .... ...~............ ...... .... ......... .-..............-..... 4 Other liabilities $ . ... .....~ .....~.~..... .......... ......... ...... ................ ..... ...... ........................ .... .... ..... ............ ... ....... .......................................................... DESCRIPTION AMOUNT ... ...... .......... ... .... ......... ........~..... ......................~.. ...........~.......... ............ ......... ............ ..................... ................... ........... ................. ..... .... ...... ...~............ ... ...... ...... ...........-......-.... ....................................................~.................... ....~....... ~........ ................... ................ .................. ~...... ~......... .......~.............................. .............................................................. 5 Reserves $ ...... .....~........ ...... .....~..._..~...... ................ ... ................. ................... ........... .............~.......... ............. .......... ........~.. .... ............... ......-........... INTEREST INSURANCE BLDGS & FIX PLANT DEPT. TAXES BAD DEBTS $ $ $ $ $ $ , (a) Common $ 6 Capital Stock paid up{ .......~. ....... ............ ....... ... .......................... .... .......... ..... ........ ................................................... (b) Preferred $ , .. ..... ... ........~. ...........~... .................... ...~.. ..... ........ .... ........... ..... ...................................................., 7 Surplus $ ~..... ~... ......~.. ~ ~................ ~................~.............. ............................................. n....................... ................ .. ...........~............ .......... ................ ...... Total Liabilities: DETAILS RELATIVE TO LIABILITIES r . L [, r- I ~. C:\Sydlley\wpdocs\miscelluneous\master\JivB. wpJ B-11? If a corporation, answer this: Amount for which incorporated ...................................................................................................................................................................................... fal paid in cash.. ....... .................. ......... ....... ........... ................. .................... ..... ........... .............. ..... .............. $ .... ............. ........................... .... ............ .... When incorporated ...........................................................................................................................................-..................................................................... In what state .................................................................................................................................................................................................................................................................. r Nam,es and titles of all persons having authority to execute and receipt estimate vouchers and to conduct other business ., for the corporation, including its officers, the signatures of whom are legally binding. ............................................................................................................................................................................................................................................................................................................................ ......................................................................................................................................,........................................................................................................................................ r 1: .................................................................................................................................................................................................................................................................. .............................................................................................................................................................................................................................................................. r ..,....... .'......................................... .......................................................... ..;........................,.................. ....................... ............................. ............................................. 'Do you have the necessary "certificate of authority" to transact corporate business in this state, under the terms of [Chapter 215, Acts of 1929, and acts amendatory thereto?___m_mm__mm_mm_m_mmmmmmmm r~a c,o-partnership, answer this: t Date of 0 rganizatio n ,.... .................... ....................... ............. ............... ........ ............ ................. .................. ........... ... ... ..................... ... ... .................... ....... .... State whether co-partnership is general, limited or association ....................................................................................................................... r Give the names, addresses and proportional interests of all parties............................................................................................................... r r ' [ NAME ADDRESS ....................'.................................................... .................................................................................................................... ................................................................... ................ ... ......... ..~.... ................ ................ ........... .... .................. ............... ..................................................................... ............................................................................................................................... .................................................................... .............................................................................................................................. ......................................................................... ..................................................................................................................................... ..................................................................... ............................................................................................................................ ........................................................................ ................................................................................................................................... ............................................................... .....................................................................:.............................................................. C: \Sydney\wpdocs\miscellaneous\mnster\divB. 'wpd B-118 SHARE $ ..........................................-...................... $ .............................................................. $ .................................................................. $ ................................-..........-.................. $ ,............................................................ $ ............................................................... $ ................................................................... $ ................................................................. The name of the partnership firm under which the above partners are operating is..............................................................................................-.......... .............................~.................................................................................................................................-................................................................................................................. Give names and titles of all persons having authority to execute and receipt estimate vouchers and to conduct other business for the partnership, f the signatures of whom are legally binding. ~--~ ' . ( Y' -.,-................... ................................................. ................. ................ ................... .:...................................................................... .................................................. ................................................................................................................................................................................................................................................................. ............'............................................................................................................................................................................................................................................................... The undersigned hereby declares that the foregoing is a true statement of the financial condition of the individual, co-partnership or corporation herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted r- to award the submitter a contract; and that any depository, vendor or other agency herein named is hereby authorized to supply such party Ii..., with any information necessary to verify this statement. NOTE: A co-partnership must give firm name and signature of all partners. A r corpo'ration must give full corporate name, signature of official and affix .' , corporate seal. ................................................................................................................. .................................................................................................................. ........................................................................................................................... ......................................................................................................................... r .. STATE OF Affidavit for Individual COUNTY OF .... .......... ..... ..... ..... ............. .............. ) ) SS: .... ..................... .......... ............... ...... ) ...........................................................................................................................being duly sworn, deposes and says thereof that the foregoing financial r., state~ent, taken from his books, is a true and accurate statement of his financial condition as of the date thereof and that the answers to t.. the foregoing interrogatories are true. (Applicant must sign here) r Subscribed and sworn to me this...................................... day of ...................... 20 ............... ~ ~., ...;.:.... .'..................................... .... ....... -............................................................... Notary Public r~ . "0 'EOF Affidavit for Co-Partnership COUNTY OF ........ ......................... ....................... ) ) 5S: ........ ...................... .......................... ) ...........................................................................................................................being duly sworn, deposes and says that he is a member of the firm of ..........,................................................................................................................and that he is familiar with the books of said firm showing its financial condition; that the foregoing financial statement, taken from the books of said firm, is a true and accurate statement of the financial condition of said firm as of the date thereof and that the answers to the foregoing interrogatories are true. ........................................................................................................ (Member of firm must sign here) Subscribed and sworn to me this......................................day of ...................... 20 ............... ...................................................................-................................................................................. Notary Public Affidavit for Corporation i COUNTY OF .................. ..................... ................. ) ) SS: ......... .................... ............ ......... ...... ) STATE OF ...................................................................................................................being duly sworn, deposes and says that he is a member of the corporation of ..........i....................~....................................................................................described in and which executed the foregoing statement; that he is familiar . with the books of said corporation showing its financial condition; that the foregoing financial statement, taken from the books of said corporation is a true and accurate statement of the financial condition of said corporation as of the date thereof and that the answer to the foregoing interrogatories are true. r ~. r ~'d r': ...................................................................................................... (Officer must sign here) :ibed and sworn to me this......................................day of........................ 20 ............... , .. . ... . .. . . ............................................................................_................................................-................................. Notary Public c: \SydI1ey\~\1)docs\miscellaI1ecius\master\divB.wpd B-119 DIVISION C - GENERAL CONDITIONS SECTION C-t - GENERAL CONDITIONS 1.0 TERMS DEFINED 1.1 OWNER 1.2 ENGINEER BOARD OF PUBLIC WORKS AND SAFETY CITY OF JEFFERSONVILLE, INDIANA JACOBI, TOOMBS AND LANZ, INC. OR ITS AUTHORIZED REPRESENTATIVE 1.3 CONTRACTOR PERSON, FIRM OR CORPORATION TO WHOM THE WITHIN CONTRACT IS AWARDED BY THE OWNER, AND WHO IS SUBJECT TO THE TERMS THEREOF C, \Sydney\wpdocs\9\9603\9603d\divC. "'I'd AMERICAN CONCRETE INSTITUTE AMERICAN SOCIETY OF TESTING MATERIALS NA TIONAL ELECTRICAL MANUFACTURERS ASSOC. AMERICAN ASSOCIATION OF NURSERYMEN ECONOMIC DEVELOPMENT ADMINISTRATION AMERICAN WATER WORKS ASSOCIATION AMERICAN NATIONAL ST ANDARI>S INSTITUTE OCCUPATIONAL SAFETY AND HEALTH ADMIN. C-lOl r~ r \ ~ f 11;,,,...,., r L r-~\ i r L [0 r L! - t 2.0 UNIT PRICES ON BID FORM 2.1 Ihe list of unit prices to be submitted with the bid form if asked for in the "Instructions to Bidders", are for all work and deleted, additional or omitted work as ordered by the ENGINEER. All prices as shown by the bidder shall be installed prices unless requested differently on the bid form. 2.2 The total job shall be bid and paid for as mentioned in th~ "Instructions to Bidders". 2.3 Extras shall be handled and paid for as stated in these specifications in paragraph 22.0 "Extra Work Procedures" and in paragraph 23.0 "Extra, Additional or Omitted Work Payment. " 3.0 3.1 4.0 4.1 CONTRACT SECURITY The CONTRACTOR shall furnish a surety bond in an amount at least equal to one hundred percent (100%) of the contract and for payment of all persons performing labor or furnishing materials in connection with this contract, and securing faithful maintenance of said work for a period of one (1) year after final acceptance of this contract. CONTRACTOR'S INSURANCE, GENERAL. The CONTRACTOR shall not commence work under this contract until he has obtained all insurance required under Articles 5.0 and 6.0, General Conditions, and such insurance has been approved by the OWNER. 4.2 The CONTRACTOR shall not allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been so obtained and approved. 4.3 Insurance required in Articles 5.0 and 6.0 will not be required of CONTRACTOR's not performing work at the site of the improvements. 5.0 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE 5.1 The CONTRACTOR shall take out and maintain, during the life of this contract, such Public Liability and Property Damage Insurance as required to protect himself and any subcontractor performing work covered by the contract from claims for damages for personal injury, including accidental death, as well as claims for property damages, which may arise from operations under this contract, whether such operations be by himself or by any subcontractor, or by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: C,\Sydl1ey\wpdocM\9603\9603d\divC ."I,d C-102 r--', i L,~ r '. r L. r t It,-,"^.. r t L,..~... ('. r: GENERAL (COMPREHENSIVE) LIA.BILITY (1) Bodily Injury or Death - Each Person $500,000 (2) Bodily Injury or Death - Each Accident $500,000 (3) Property Damage - Each Accident $100,000 (4) Property Damage - Aggregate $300POO 5.2 The aforesaid requirements for General (Comprehensive) Liability shall also satisfy the requirements of the "Save Harmless" clause set forth in these General Conditions, Article 7.0, "Responsibility for Damage, Claims, etc.". . If insurance provided above does not satisfy these requirements, additional insurance shall be provided to satisfy such reqmrements. 6.0 EMPLOYEE INSURANCE 6.1 The CONTRACTOR shall comply with the laws of the State of Indiana regarding employment and payment of employees, and shall maintain insurance satisfactory to the OWNER to protect both himself and the OWNER from claims under Workmen's Compensation Acts and from any other damages for personal injury, including death, which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or anyone directly or indirectly employed by either of them. Certificates of such insurance shall be filed with the OWNER and shall be subject to his approval for adequacy of protection. RESPONSIBILITY FOR DAMAGE, CLAIMS, ETC. The CONTRACTOR shall indemnify and save harmless the OWNER and all of its officers, agents, and employees from suits, actions, or claims of any character, name and description brought for, or on account of, and injuries or damages received or sustained by any person, persons, or property by or from said CONTRACTOR or by or in consequence of any neglect in safeguarding the work or through the use of unacceptable materials in construction, or by or on account of any act or omission, neglect, or misconduct of said CONTRACTOR or by or on account of any claims or amounts recovered from any infringement of patent, trademark or copyright, or from any claims or amounts arising or recovered under any law, ordinance, order, or decree, and so much of the money due the said CONTRACTOR under and by virtue of his contract as shall be considered necessary by the OWNER may be retained for the use of the OWNER, or in case no money is due, his surety shall be held until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the OWNER. c, ISyJney\"'l,Joe,\919603\9603JIJivC. Wl'J C-103 [ r i r~ 8.0 CONTRACTOR'S UNDERSTANDING 8.1 It is understood and agreed that the CONTRACTOR has by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and special conditions, and all other matters which can in any way affect the work under this contract. 8.2 No verbal agreement or conversation with any officer, agent or employee of the OWNER, either before or after the execution of the contract, shall affect or modify any of the terms.or obligations herein contained. 9.0 PAYMENT OF CONTRACTOR 9.1 At the end of the twenty-fifth (25th) day of each calendar month that construction has been in progress, provided that at least thirty (30) days shall have elapsed since the beginning of construction, the CONTRACTOR shall submit to the ENGINEER his estimate of the percentage of total work completed and his claim for ninety percent (90%) on the appropriate claim form. The ENGINEER shall then process the claim and submit it for approval of payment by the OWNER at its next regularly scheduled meeting. 9.2 When the project has been completed and accepted by the ENGINEER and OWNER, the OWNER shall pay to the CONTRACTOR the full amount due him under this contract including the amounts withheld from previous payments within thirty (30) days of said acceptance. . 9.3 Before final payment, the GONTRACTOR shall show to the OWNER satisfactory evidence that all just liens, claims and demands of his employees or from parties from whom material used in the construction of the work may have been purchased or procured are duly satisfied, and that the material furnished and the work done are fully released from all such liens, claims and demands. 10.0 STRUCTURES AND UTILITY SERVICES ENCOUNTERED 10.1 Various underground and service structures, including water distribution system mains, hydrants, gas lines, storm and sanitary sewers and other such items are shown on the drawing for the information of the CONTRACTOR. 10.2 This data obtained from various records are shown only as a convenience to the CONTRACTOR in locating the utilities and structures. Such information is not to be construed as a representation that such structures will be found or encountered as plotted. C ,\SyJney\wpdocs\9\9603\9603d\divC. "'I'd C-I04 r- t~ t r L r , I ~.,~ r t t ' f . '" r~\ l ~\, ,: '1 ' f"' L ..-- 10.3 Other structures and utilities may be encountered which are not shown on the drawings. 10.4 If any such interference is encountered during the course of construction, the CONTRACTOR shall make suitable arrangements with the public utility or service company involved to cut and repair, remove and replace, abandon or relocate any structure so encountered, all at the expense of the CONTRACTOR with no additional cost to the OWNER. 10.5 The CONTRACTOR shall make every effort to avoid damaging existing underground utilities. 10.6 Where replacement of utilities, storm or sanitary facilities or other items of the OWNER are necessary, the repairs shall be made using the same type of materials and methods employed in the original construction, and all costs shall be paid by the CONTRACTOR, with no costs to the OWNER. 10.7 Sewers that do not interfere with the construction of this project, but are damaged due to the negligence of the CONTRACTOR shall be replaced at his own expense, with no additional cost to the OWNER. ' 10.8 If sanitary sewers or laterals are encountered that require relocation before completion of this project can take place, or are ordered relocated by the ENGINEER, this work shall be paid for by the OWNER. 10.9 The CONTRACTOR shall not be required to relocate public utility poles. Such relocation, if required, shall be done by others. 11.0 TIMELY DEMAND FOR POINTS AND INSTRUCTIONS 11.1 The CONTRACTOR shall provide reasonable and necessary opportunities and facilities for setting points and making measurements. 11.2 He shall not proceed until he has made timely demand upon the ENGINEER for, and has received from him, such points and instructions as may be necessary as the work progresses. 11.3 The work shall be done in strict conformity with such points and instructions. 12.0 LINES AND GRADES 12.1 The ENGINEER will stake all TBM'S, Control Points and Manholes. C,\SyJney\wpJoe,\9\9603\9603J\<l;vC. WI'J C-I05 r t r- 12.2 The CONTRACTOR shall set all other stakes, grade stakes, or control required for construction of this project. 12.3 It shall be the CONTRACTOR'S responsibility to establish intermediate lines, grades and elevations, based on control points established by the ENGINEER, to complete the project as shown on the plans and stated in the specifications. 12.4 All stakes will be set on a one-time basis. 12.5 Stakes which must be replaced by the ENGINEER will be at the expense of the CONTRACTOR at the current rate per survey crew-hour, including travel time, regardless of the cause of loss of the stakes. 12.6 Such expense for re-staking shall be deducted from any monies due the CONTRACTOR, and paid to the ENGINEER. 13.0 ASSISTANCE BY CONTRACTOR 13.1 The CONTRACTOR shall furnish the ENGINEER or his assistants with any labor required and necessary in the establishment of lines and grades or for the thorough inspection of, the culling over, or the removing of defective materials, or for thorough examination into any of the work or any other purposed required in the discharge of their respective duties, for which no additional allowance or payment will be made. 14.0 INTENT OF PLANS AND SPECIFICATIONS 14.1 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 accepted and furnished by the CONTRACTOR as if described in both ways. 14.2 The plans and specifications are intended to be explanatory to each other, but should any discrepancy appear or any misunderstanding arise as to the meaning of anything contained in either, the ENGINEER shall make the necessary interpretation. 14.3 The CONTRACTOR shall keep one set of plans and specifications on the site of the work at all times. This set shall be kept current by the addition of all approved changes, addenda, and amendments thereto. 15.0 PROTECTION OF THE WORK 15.1 The CONTRACTOR shall continuously maintain adequate protection of all his work from damage and shall protect all adjacent or encountered property from injury or loss arising in connection with this contract, as provided by law and the contract documents. C, \Sydney\wpdoe,\9\9603\9603d\divC .Wl'd C-106 r- . t.f' r t '"'",'w r0- t I t, r . . L ....... I I I I- L r ! 15.2 The CONTRACTOR shall provide and maintain all passageways, guard fences, lights and other facilities for protection required by public authority or local conditions. 15.3 The CONTRACtOR shall make provisions to properly protect all work, persons, animals, and property against injury or damage. 15.4 At night, all warning signs shall be properly illuminated so that they are easily read. 15.5 The ENGINEER may order additional lights or torches in place along the work when he deems it necessary. 15.6 Items in this section shall be provided by the CONTRACTOR in his bid price or prices. 15.7 The extra lights, as deemed necessary, shall be provided with no additional cost to the OWNER. 16.0 TRAFFIC CONTROL 16.1 The CONTRACTOR shall provide and maintain access to and from the job site so daily operations are not hindered. 16.2 Sufficient barricades, supplemented by watchmen or flagmen, if deemed necessary by the ENGINEER, shall be continuously provided to protect any and all parts of the work and to insure safe and orderly movement of traffic. 16.3 In case of violation of these provisions, operations shall be suspended until adequate measures are taken for full compliance. 17.0 INSPECTION 17.1 The ENGINEER, his representative and representatives of regulatory agencies shall at all times have full access to the work and to all materials intended for use in the work, as well as to plants where such materials are produced, and the CONTRACTOR shall provide facilities for such access and inspection. 17.2 If the work should be covered up without the approval or consent of the ENGINEER, it must, if directed by the ENGINEER, be uncovered for examination at the CONTRACTOR's expense. 17.3 An inspector may be present at all times during construction and shall have the power to represent the ENGINEER. c ,\8ydney\wpdocs\9\9603\9603d\divC. wl'd C-I07 ~ ' r t < r ---- t ~, r t r I ~ .. 17.4 Before commencing work, the CONTRACTOR shall notify the ENGINEER and arrange that the inspector be present during construction. 18.0 DEFECTIVE WORK OR MATERIAL 18.1 The inspection of the work shall not relieve the CONTRACTOR of any of his obligations to fulfill his contract as herein prescribed, and defective work shall be made good and unsuitable materials may be rejected, notwithstanding that such work and materials have been previously overlooked by the OWNER or ENGINEER and accepted or estimated for payment. 18.2 If the work or any part thereof shall be found defective before the final acceptance of the whole work, the CONTRACTOR shall forthwith make good such defect, without compensation, in a manner satisfactory to the ENGINEER. 18.3 If any materials brought upon the grounds for use in the work or selected for same shall be condemned by the ENGINEER as unsuitable or not in conformity with the specifications, the CONTRACTOR shall forthwith remove them to a satisfactory distance from the work. 18.4 If the CONTRACTOR shall fail to replace any defective work or materials after reasonable notice, the OWNER may cause such defective work or materials to be replaced and the expense thereof shall be deducted from the amount to be paid the CONTRACTOR. 18.5 It is further expressly agreed that the granting of any payment of money hereunder shall not be considered an acceptance of all or part of the work and shall in no way lessen the liability of the CONTRACTOR to replace defective work, though the same may not have been detected prior to the time such certificate of progress, or periodic estimate was made, or prior to the time that such money was paid. 18.6 All periodic estimates are to be made merely on approximate quantities and shall be subject to correction at the time or before final estimate or final payment is made. 18.7 All materials are to be new, unless by special permission of the ENGINEER reused materials are permitted. 18.8 Nothing in this contract shall be construed to mean that the OWNER or its ENGINEER waives or forfeits any right they or he had or has to later complain about or reject defective material or workmanship. C ,\Sydney\wpdocs\9\9603\9603d\clivC <wpd C-I08 r ! . L - f: l ;--., r . r~ , , t r l. - L r L~ r 19.0 EXPEDITING WORK - CORRECTING IMPERFECTIONS 19.1 If the ENGINEER or the OWNER shall at any time be of the opinion that the CONTRACT()R is neglecting to remedy any imperfections in the work, or is not progressing with the work as fast as necessary to insure its completion within the time and as required by the contract, or is otherwise violating any of the provisions of this contract, said ENGINEER on behalf of the OWNER shall have the power, and it shall be his duty, to notify the CONTRACTOR to remedy such imperfection and/or proceed more rapidly with the provisions of the contract. 20.0 SUSPENSION OF WORK 20.1 Should the ENGINEER deem it necessary to suspend operations of the work due to severity of the weather, he may notify the CONTRACTOR'in writing to suspend operations on the entire project or any part thereof, and in the event of such right being exercised, the ENGINEER shall grant to the CONTRACTOR an extension of time equivalent to the time of the suspension of the work. 20.2 The CONTRACTOR shall on not less than two (2) days notice resume the work if ordered to do so by the ENGINEER. 20.3 The OWNER shall also reserve the right to suspend operations for any reason that he may deem necessary, upon giving a 24 hours notice, for a period not longer than ten (10) days, at anyone time, in which event the CONTRACTOR will be allowed an extension of time equivalent to the time that the work has been suspended, and shall resume work 48 hours after written notice. 20.4 Should such a suspension be deemed necessary by the OWNER, the CONTRACTOR shall have no claim: for damage due to such suspension. 21.0 TERMINATION FOR BREACH 21.1 In the event that any of the provisions of this contract are violated by the CONTRACTOR or by any of his subcontractors, the OWNER may serve written notice upon the CONTRACTOR and the surety of its intention to terminate the contract, unless within five (5) days after the serving of such notice upon the CONTRACTOR such violation shall cease and satisfactory arrangements for correction be made, the contract shall, upon the expiration of said five (5) days, cease and terminate. 21.2 In the event of such termination, the OWNER shall immediately serve notice thereof upon the surety and the CONTRACTOR, and the surety shall have the right to take over and perform the contract. . c, ISydneyIWJ,doe,191960319603dldivC. "'I'd C-I09 r ! .-~ ( . [ t 21.3 Provided however, that if the surety does not commence performance thereof within thirty (30) days from the date of mailing to such surety of notice of termination, the OWNER may take over the work and prosecute the same to completion by contract for the account at the expense of the CONTRACTOR, and his surety shall be liable to the OWNER for any excess cost occasioned the OWNER thereby and, in such event, the OWNER may take possession of and utilize in completing the work, such materials, appliances and plant as may be on the site of the work and necessary therefore. 22.0 EXTRA WORK PROCEDURES 22.1 The right is reserved by the OWNER, without impairing this contract, to order the performance of such extra work, of a class not necessarily contemplated in the proposal, as may be considered necessary to complete fully and satisfactorily the work included in the contract. Such work shall be d9ne by the CONTRACTOR in accordance with the specifications therefor, or in the best workmanlike manner as directed by the ENGINEER, for which he shall be compensated as provided under "Extra, Additional or Omitted Work Payment", paragraph 23.0 in these General Conditions. 22.2 Where such extra work is required, the work shall be commenced upon receipt of a written change order form signed by the ENGINEER, or his authorized representative, and countersigned by the CONTRACTOR, or his authorized representative, and the OWNER. 22.3 The CONTRACTOR shall submit to the ENGINEER, before construction is started, a name or list of names of his representative at the project location authorized to sign change orders, as the need occurs. 22.4 The CONTRACTOR's or his authorized representative's signature shall acknowledge the CONTRACTOR's official receipt of the change order and his responsibility to complete the extra work, as a part of this contract, as stated on the change order form. 23.0 EXTRA, ADDITIONAL OR OMITTED WORK PAYMENT 23.1 Adjustments, if any, in the amounts to be paid to the CONTRACTOR by reason of any such change, extra, addition, omission or deduction as set out in paragraph 22.0 "Extra Work Procedures" of these General Conditions, shall be determined by either or both of the following methods: Method 1: By the schedule of unit prices contained in the CONTRACTOR's original bid and incorporated in the construction contract. C ,\SyJ",y\wpdocs\9\9603\9603J\JivC - "'l,J C-110 r L,~ r \ r L r L, ~ r~ L r ~""-" -, r f , l, r f r " , t L. r I i' . . On a cost-plus limited basis not to exceed a specified limit. The value of work under this method shall be on the basis of the actual cost of all the items of labor (including on-the-job supervision)) materials) and use of equipment) plus fifteen percent (15%) which shall cover the CONTRACTOR's general supervision) overhead and profit. i Method 2: 23.2 Ifmethod 2 is selected) the conditions of 23.3 to 23.9 shall apply. 23.3 In case of subcontracts) the fifteen percent (15%) is interpreted to mean the subcontractor's supervision) overhead and profit) and an additional five percent (5%) may then be added to such costs to cover the general CONTRACTOR's supervision) overhead and profit. 23.4 The cost of labor may include required insurance and taxes. 23.5 Power equipment costs shall be based on current rental rates in areas where the work is being performed in, but in no case greater than) the current rates published by the Associated Equipment Distributors) Chicago) Illinois. 23.6 Use of all necessary hand tools shall be covered in the CONTRACTOR's overhead. 23.7 In the event work is done under thi$ method (cost-plus), the CONTRACTOR shall at the end of each day) during the progress of extra work) furnish to the ENGINEER daily time slips showing the name and/or number of each workman thereon) the character of work each workman is doing and the wages paid or to be paid to him; and also a daily memorandum of the material deli,,:ered on the work showing the amount and character of such materials) from whom purchased and the amount paid or to bepaid therefor. 23.8 If required) the CONTRACTOR shall produce any books of account) vouchers) records) or memoranda showing the work and materials actually paid for and actual prices therefore. Such daily time slips and memoranda shall not however, be binding upon the OWNER and if any question or dispute shall arise as to the correct cost of such work or material, the determination of the ENGINEER upon such a question or dispute shall be final and conclusive. I , 23.9 For the proper selection of the above method or methods of payment for additions or deductions) the following order of preference shall be followed: If any item or part of any item used in extra work or deductions is listed or can readily be construed by the ENGINEER and OWNER to be included within or under any unit price as set out in these contract documents) Method 1 (23.1 above) shall be used for payment or deductions to the contract for added or deducted work. First Preference: C ,\Sydney\wpdoc,\9\9603\9603d\divC, wpd C-lll r 1 , I r' r- r Second Preference: All extra or omitted work or part thereof, that cannot be included under the fi~st preference shall be on a cost-plus limited basis as detailed in Method 2 above. 23.10 The ENGINEER shall reserve the right to ask for a lump sum price from the CONTRACTOR for extra or omitted work whenever or wherever the ENGINEER deems it suitable. i 23.11 No claim for an addition to the con:tract sum shall be valid unless authorized as stated in this article. 24.0 FINAL CLEANING UP 24.1 Upon completion of the work and before acceptance and final payment will be made, the CONTRACTOR shall remove ffom the site all machinery, equipment, surplus and discarded materials, rubbish, and temporary structures. 24.2 He shall leave the site in a neat and ipresentable condition, acceptable to the ENGINEER. 24.3 Material cleared from the site and deposited on property adjacent will not be considered as having been disposed of satisfactorily. 25.0 ACCEPTANCE 25.1 The work shall be inspected for acceptance by the OWNER, or his authorized representative, promptly upon receipt or notice in writing that the project is ready for such inspection. 26.0 GUARANTEE 26.1 The work under this contract shall be done in such a manner that no unusual repairs will be required for a period of one (1) year after the date of final acceptance of the work by the OWNER, unless otherwise stated. 26.2 At the time of entering into the contract, the CONTRACTOR shall guarantee to the OWNER, such guarantee shall be incorporated in this contract to protect the OWNER against imperfections in materials and workmanship, which mayor may not be apparent during the period of construction or erection or which may develop within a period of one (1) year subsequent to the date of final acceptance by the OWNER and the CONTRACTOR shall, at his own expense, remove or replace in whole or part, any such work, materials, and/or service performed which may have shown unreasonable deterioration within said period, upon the written demand and to the full satisfaction of the OWNER and the ENGINEER. c ,\Sydn'ylwl'docsI919603\9603dld;vC. wpd C-112 ~ "f\ r t 1.-... r~... h r L r j. , ! r t l, , r r- J , i.-.~ r 26.3 Surety for this guarantee shall be covered by the maintenance provision in the section of these specifications entitled "Contract Security", paragraph 3.0. i , 27.0 OCCUPATIONAL SAFETY AND HEALTH ACT 27.1 It shall be the responsibility of any ~d all CONTRACTORS involved in this project to do whatever is necessary to comply fully with the "Williams-Steiger Occupational Safety and Health Act of 1970". c: ISydneylwpJocsl91960319603JldivC ,wpd C-113 r I ,,~ f \ [ .-- t ~. . .-- I ; L.-- .--~ f ' r l " r l .-- i [ r, r- , f ~ , DIVISION 1 - GENERAL REQUIREMENTS I SECTION I-A - SUMMARY OF THE WORK i 1.0 GENERAL 1.1 This project shall include furnishing and installing a sanitary lift station with two 705 gpm pumps, controls, building, electrical panels, wiring and conduits, wet well, valve pit, force main junction box and valves, emergency pump out manhole, access drive and fence, force main, gravity sewer, manholes, erosion control, pavement restoration, traffic control, a third guide rail system and discharge piping from the wet well to the valve vault for future installation of a third pump, and all other items shown on the plans and mentioned in the specifications required to produce a complete working project. 2.0 PERMITS 2.1 The Contractor will be required to purchase a Road-Cut permit for construction on this project from the City of Jeffersonville where in a city street (call Robert L.Miller (812) 285-6476)). 3.0 ACCESS 3.1 The Contractor shall restore temporary access to each of the properties in this project at the close of each day I s work, where such access has been interrupted by construction. 4.0 NOTIFICATION OF UTILITY COMPANIES I 4.1 The contractor shall notify all of the following utility companies before commencing work: Jeffersonville Waste Water,Dept. Indiana-American Water Co. Indiana Gas Co., Inc. I (Sewage) (Water) (Gas) (812) 285-6451 (812) 282-8203 800-666-2854 4.2 If the electric or telephone utilities are likely to be disturbed in the course of construction, the following utility companies shall be notified by the Contractor: Cinergy Ameritech Insight CATV (Electric) (Telephone) (Cable TV) (812) 285-6608 Jeff Dorn (812) 948-7177 Ted Coblentz (812) 288-6471 C I\Sydn'y\wpdocs\9\9603\9603d\seclion 1 n, wpd l-A-l r t ...- ! ~ r, . i 5.0 TIME OF COMPLETION AND iRESPONSIBILITIES I 5.1 The work to be performed under this contract shall be commenced within ten (10) calendar days, after the date that this contraCt is signed and shall be completed within one hundred and eighty (180) calendar days from the signing date if both Divisions A and Bare awarded unless impeded by unsuitable weather. If only Division A is awarded, the time of completion shall be one hundred and fifty (150) calendar days. In the event of unsuitable weather, the Contractor shall be allowed the number of working days that he has been prevented from working because of unsuitable weather. 5.2 The CONTRACTOR will be penalized $250.00 for each day that it takes to complete the project beyond the completion date. Such penalty will be held back from monies due the CONTRACTOR. 5.3 The work under this agreement shall periodically be inspected by the Engineer or his representative and the Contractor shall be responsible to said Engineer as well as to the Owner, for the proper execution of said agreement. 6.0 PAYMENT OF CONTRACTOR 6.1 At the end of the twenty-fifth (25th) day of each calendar month that construction has been in progress, provided that at least thirty (30) days shall have elapsed since the beginning of construction, the CONTRACTbR shall submit, to the ENGINEER, his estimate of percentage of total work completed' and his claim for ninety percent (90 %) of this amount on the appropriate claim form. The ENGINEER shall thus process the claim and submit it for approval of payment by the OWNER at its next regularly scheduled meeting. 7.0 PICTURES 7.1 It is REQUIRED that the Contractor VIDEOTAPE all areas of the project including fences, trees, and yards, or other items in the project area, for his own protection. One copy of the video shall be turned over to the ENGINEER. 8.0 SUBSURFACE CONDITIONS 8.1 The Contractor shall be responsible for whatever subsurface conditions he encounters. If blasting is required, a blasting insurance certificate will be required before any blasting is commenced. If the Contractor wishes to dig test holes, please contact John Toombs (288- 6646) . 9.0 EXISTING FACILITIES 9.1 The Contractor shall be required 'to restore and/or replace all existing Traffic Control devices, poles, lights, storm sewers, plantings, entrances, utilities, catch basins, curbs or any other items disturbed during construction to a condition equal to or better than before construction. c, \Sydney\wpdoe,\9\9603\9603d\'=lion 1..WJ.,d 1-A-2 r~ [ r L r } . . il"."." t ; ~r 10.0 ACCESS 10.1 One lane of traffic in each direction shall be maintained on Tenth Street during I construction of the crossing and the sewer along the shoulder. The Contractor shall submit a traffic maintenance plan to the Jeffersonville City Engineer along with the Road Cut Permit application. 11.0 PAYMENT 11.1 Payment for all materials, equipment and labor required to comply with this section shall be included in the Contractor's bid. i c ,\8ydneY\"'Pdocs\9\9603\9603d\sedion 1.. Wl,d l-A-3 r , t,~ '" l r~\ r ! [ THE FOLLOWING FORMS ARE REQUIRED FOR THE CITY ROAD CUT PERMIT, CALL ROBERT L. MILLER AT (812) 285-6476 CITY-COUNTY BUILDING, 4TH FLOOR ! 501 EAST COURT AVENUE . JEFFERSONViLLE, INDIANA 47130 c, \Sydney\wpdoC5\9\9603\9603d\permit. wpd I l-AA r -- r' . " " f' t.._--- ,...... , ~ i i Submit 4 Copies AP"~ICATI0N FOK STREET CUTTINO PERMIT ClTY~OF 1UFERSONVJLLE Tu: Cll)' EngIneer City of JeffCl'SOJ1vWc Dale from: We mpectfuUy requcst permission to cut Into a public right-of-way accordln: to Ille provisIons ur Ihc City Code at the lollow'na loealion: (.Dcs<:ribe Location and Dimensions of L'Ut, attach sketch) Date work vdU bcgln nate work wm be t(lmpleled By acceptance of dIls permit, the applieaul agrees to mild the Ory harmless from any dBmaaes to third pan.les as a result. of the meet cJtc&vation. The contrlttor must notifY Central Alarm at 282,.1313 or ~8S or the location of ~e tilt and W~1l w~rk will beein and be colIIDl,tecL Applicant By ....*..............**................................................*.....*........ Permit fee $10.00 per cut Total Permit No. , Cbcck _ made payable to the City ot Jcft'crsonvme Dale A permit to tot a street In accordantc with lbc above application it hereby iRsucd. suhject to the fol1owina condltioos: . ~ at)' Saalaccr Olr of JetTerson\'lJIc I-A. 5 ,___ SECTION 1-B - RESTORATION OF EXISTING FACILITIES 1.0 PUBLIC PROPERTY 1.1 The CONTRACTOR shall be required to restore all driveway entrances, sidewalks, fences, mail boxes, sewers and any other objects or facilities of public ownership damaged by him in the course of construction either inside or outside the construction limits unless removal is specified in this project. 1.2 Grass surfaces so disturbed shall be fertilized and reseeded or sodded, as required by the specifications. 1.3 Paved or graveled surfaces shall be restored to a condition equal to orbetter than that existing before construction commenced, 2.0 PRIVATE PROPERTY 2.1 Where construction is anticipated on private property, easements have been obtained and are shown. An effort shall be made by the CONTRACTOR to cooperate with the property owners and to minimize damage to their property. r'---- , l, 2.2 The provisions of Section 1-B, 1.0-1.3 shall apply to work performed on private property also. 3.0 PAYMENT 3.1 Payment for all materials, equipment and labor required to comply with this section shall be included in the CONTRACTOR's bid. ,...... 1 L, [r-, I ' C\Sydney\wpJoe'\9\9603\9603Jlsec 1 h.Wl'J I-B-l r ! r , , SECTION l-C - CLEANING UP 1.0 GENERAL 1.1 The Contractor shall proceed to complete his work in a neat and orderly fashion, and keep the site clean from undue amounts of debris and miscellaneous material that will cause the area to become unsightly. 2.0 FINAL CLEANING UP 2.1 Upon completion of the work and before acceptance and fmal payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish and temporary structures. 2.2 He shall leave the site in a neat and presentable condition, acceptable to the Engineer. 2.3 Material cleared from the site and deposited on property adjacent will not be considered as having been disposed of satisfactorily. 3.0 PAYMENT 3.1 All material, equipment and labor for work called for in this section shall be included in the Contractor I s bid. C,\SyJ"ey\wpdoc,\9\9135\seclion lc.wpJ l-C-1 r t SEctION I-D - ORDER OF CONSTRUCTION 1.0 GENERAL 1.1 Before construction begins, the CONTRACTOR shall submit to the ENGINEER his intended project completion schedule. 1.2 The CONTRACTOR shall adhere to this submitted procedure so that the project may be completed in an orderly, workmanlike manner. 2.0 PAYMENT 2.1 All material, equipment, and labor for work called for in this section shall be included in the CONTRACTOR's bid. " C:\Sydney\wpdoc'S\9\9735\secnoll ld.wpd I-D-l r- Jo,.T"':' r t L, r L r~ l r t . r t l. SECTION l-E - EXTRAS AND CHANGE ORDERS 1.0 EXTRAS AND CHANGE ORDERS 1.1 Payment for extra work will be based on the unit prices for extras as called for in the "Information to Bidders" and made as detailed in the "General Conditions II of these specifications. 1.2 No extra work shall be performed without the issuance of a change order by the ENGINEER. .:... C:\Sydney\wpdocs\9\9735\secliOll le.wpd l-E-l r ~. [ r--. . r ~~._" r l . DIVISION 2 - SITE WORK SECTION 2-A - CLEARING OF SITE 1.0 CLEARING AND GRUBBING 1.1 All existing vegetation, brush, stumps, trees, logs, basins, manholes, pipes, old pavement, base, curb, junk, concrete, walk, culvert pipes, posts, fencing or any other items within the construction area shall be removed as necessary. 1.2 1.3 2.0 All waste materials must be disposed of off~site by the CONTRACTOR. No burning will be allowed. PAYMENT 2.1 Payment for all items in this section shall be included in the Contractor's bid price. C:\SyJlley\~oc,\9\973$\s""H()1l 2..wpJ 2-A-l DIVISION 2 - SITE WORK SECTION 2-B - SANITARY SEWERS 1.1 Sanitary sewer pipe for sizes 4 inch up to 21 inch, shall be polyvinyl cWoride (PVC) SDR 35, meeting the requirements of ASTM D-3034 or ASTM F-949 (latest revisions), with "0" ring type joints. Wye fittings shall be SDR 26. 1.2 Gravity sewer pipe, over 21 inches in diameter, shall be Reinforced Concrete Sanitary Sewer Pipe, Class III, meeting the requirements of ASTM C76 (latest revision), with '0' ring type joints. 1.3 Ductile Iron Pipe Sanitary Sewer (where shown on the plans) shall be pressure rated for 350 psi, conforming to ANSIIA WW A C1511A21.51-91 (latest revision). Metal design shall be 40,000 psi Bursting Tensile strength and 90 psi Modulus of Rupture. Joints and Sleeves shall have the same pressure rating as the pipe. 1.4 Ductile Iron Pipe shall have Mechanical Joints, conforming to the latest revision of ANSIIAWWA C 1511A21.11880. Rubber joint gaskets shall be first grade rubber, free of imperfections and porosity with a hardness of 70 to 75 durometer. 1.5 Where Ductile Iron Pipe is connected to PVC pipe, a Ductile Iron Mechanical Joint Transition Sleeve shall be used. 2.0 2.1 ..-- f f 3.0 In" 3.1 SEWER PIPE SIZES Sewer main size shall be as shown on the plans. MANHOLES Manholes shall be precast concrete with rung type steps. Inside barrel diameter of manholes shall be four (4) feet, cones and collars shall be provided where required on the plans. A minimum of two (2) courses of brick, fully mortared so as to be watertight, shall be required between the cone or collar and the casting. Manholes shall have KOR-N- SEAL connectors as shown. 3.2 Manhole covers shall be cast iron conforming to Neenah Foundry Co., R-1642 with Type B, self sealing machined lid, with the word "JEFFERSONVILLE" across the middle. 3.3 Concrete for manhole bases, pavement patches and miscellaneous repairs shall be Portland Cement concrete containing five (5) bags of cement per cubic yard of concrete and which shall achieve a compressive strength of 3,000 psi in 28 days. C,\Sydney\wpdoe,\9\9603\9603d\.ect;on 2b.wpd 2-B-1 4.0 PIPE BEDDING AND BACKFILL (CITY OF JEFFERSONVILLE) 4.1 All pipe shall be bedded on four (4) inches and covered by twelve (12) inches of Indiana No. 11 crushed limestone. 4.2 Where pipe is installed in EARTH AREAS, not immediately adjacent to a street or road, the remainder of the trench shall be backfilled with selected earth materials, humped over the trench to allow for settling. 4.3 Where pipe is installed in a GRA VELED AREA, the remainder of the trench shall be backfilled with Bank Run Sand or INDOT 57' s to a point eight (8) inches below original grade and then filled with Indiana No. 73 crushed limestone to original grade. 4.4 WHERE PIPE IS INSTALLED IN AN ASPHALT PAVED AREA, AND THE TRENCH IS LESS THAN ONE HUNDRED (100) FEET LONG, the remainder of the trench shall be backfilled with Bank Run Sand or INDOT 57' s to a point nine (9) inches below original grade. The trench shall then be trimmed back six (6) inches along each side and backfilled with eight (8) inches of 3,000 psi concrete. After all construction is completed and the concrete is well set up, the trench shall be cleaned, primed and paved with a one (1) inch compacted thickness of IDOH HAC Surface to be flush with the surrounding area. All patch seams shall be saw cut only, cut smooth, straight and tarred. 4.5 WHERE THE TRENCH IS GREATER THAN ONE HUNDRED (100) FEET LONG in an asphalt paved street, the remainder of the trench shall be backfilled with Bank Run Sand or INDOT 57's to a point twelve (12) inches below original pavement surface grade. After compaction, the trench shall be backfilled with compacted Dense Graded Limestone Aggregate to a point three (3) inches below the original pavement surface grade. The trench shall then be paved with compacted Asphalt Binder to original pavement surface grade. When all construction is complete, a notch from ten (10) feet beyond each end of the trench in asphalt, shall be milled out one (1) inch deep. The entire width of the road shall then be cleaned, tack coated and paved with one and one half (11h") inch compacted INDOT surface asphalt mix to be flush with all surrounding pavement surfaces. All seams shall be tarred. 4.6 WHERE PIPE IS INSTALLED IN AN ASPHALT OVER CONCRETE PAVED AREA, the remainder of the trench shall be backfilled with Bank Run Sand or INDOT 57' s to a point ten (10) inches below original grade. The trench shall then be trimmed back six (6) inches along each side and backfilled with 3,000 psi concrete to a point one (1) inch below original grade. After all construction is complete the trench shall be cleaned, primed and paved with Hot Asphalt Concrete, Surface type, to be flush with the surrounding area. All patch seams shall be saw cut only, cut smooth and straight and tarred. c, \Sydney\wpdocs\9\9603\9603d\Scc2h. wpd 2-B-2 r- I.-~ r- r t r ~ r 1,-. r l . 4.7 WHERE PIPE IS INSTALLED IN A CONCRETED AREA, the remainder of the trench shall be backfilled with Bank Run Sand or INDOT 57's to a point nine (9) inches below original grade. The trench shall then be trimmed back six (6) inches along each side and filled with 3,000 psi concrete flush with original grade. All patch seams shall be saw cut only, smooth and straight. 4.8 All cutting of the trench in existing asphalt or concrete pavements shall be done with a saw only to provide a straight, smooth joint when new paving is done. 4.9 Contractor shall replace all pavement markings destroyed during construction. 5.0 TESTING 5.1 Infiltration or outward leakage of any section of constructed sewer shall not exceed 200 gallons per inch of sewer diameter per mile of pipe per day. 5.2 Deflection tests shall be performed on all PVC pipe no sooner than 30 days after installation. No pipe shall deflect more than 5 %. Pipe deflecting greater than 5 % shall be replaced. A rigid ball or mandrel shall be used for the deflection test having an outside diameter not less than 95 % of the base inside diameter or average inside diameter of the pipe depending on what is specified in the ASTM specifications (with appendix) to which the pipe was manufactured. The test shall be performed without mechanical pulling devices. 5.3 Tests shall be conducted by the Contractor. The Owner and Engineer shall be notified 24 hours in advance of when tests are to be conducted. 6.0 SEWER PIPE RELATION TO WATER MAIN 6.1 Where sewer pipe runs parallel to a water main, there shall be a minimum of ten (10) feet of separation between the pipes. 6.2 Where a sewer main crosses a water main, there shall be at least eighteen (18) inches of vertical separation between the pipes. 7.0 INFILTRATION 7.1 Infiltration or outward leakage of any section of the constructed sewer shall not exceed 200 gallons per inch of sewer diameter per mile per day. 7.2 Infiltration tests and pressure tests shall be conducted by the Contractor. The Engineer and the City shall be notified when tests are to be conducted, 24 hours in advance. C, \Sydlley\wpdocs\9\9603\9603d\Sec2h. wpd 2-B-3 , ---.. ( , f \..-,.." r l r t k L r L. r~ t , r f r r l, (" r I I l, r t 8.0 PROPERTY SERVICES 8.1 Property Services shall be constructed and located as shown on the plans. 8.2 CONTRACTOR shall install an SDR 26 "Wye" fitting only, where shown and as directed , 'by ENGINEER, for future connection. 8.3 Every unused property service shall be stoppered watertight and shall be marked for future connection by tying a length of brightly colored plastic rope to the end of the property service and extending the rope through the backfill to the surface of the ground. 9.0 SHEETING 9.1 CONTRACTOR shall use sheeting of the sewer trench where it passes close to a house or other such structure, or where required because of depth. 10.0 WASTE MATERIAL 10.1 All waste material such as debris, roots, trees, brush, stumps, rock, broken asphalt or concrete shall be disposed of offsite by CONTRACTOR. 11.0 BLASTING 11.1 Where blasting is required, the Contractor shall post a suitable Blasting Insurance Certificate with the owner and notify the Engineer before any blasting is performed. 12.0 STREET REPAINTING 12.1 The Contractor, after all work is complete, shall restripe all the area of the construction sections. 13.0 TRAFFIC CONTROL 13.1 The Contractor will be required to arrange a set of signs and barricades along the line of the work and move it along as work progresses, so as to always allow two way traffic movement. Flagpersons will be required. C,\SydneY\"'Ixlocs\9\9603\9603d\Scc2h, "'I,d 2-B-4 ~. l -' r~, , f \,j.., ~,,' r L ....... t , l.- . r ! r r , ! L DIVISION 2 - SITE WORK SECTION 2-C - FORCE MAIN 1.0 FORCE MAIN MATERIALS 1.1 Force Main pipe shall be Polyvinyl Chloride (PVC) C-900 pipe, A WW A-C900-89, Class 150, DR18, and furnished with double gasketed couplings that will maintain their seal under intermittent conditions of pressure and vacuum up to pressures of 235 psi and vacuum up to 15 inches. Fittings shall be 150 psi, DIP, with AWWA Meg-a-Iug restrainer glands and blocking. 1.2 Ductile Iron Force Main pipe shall be A WW A-C150, Class 150, double cement lined, Bituminous Coated with mechanical joints, meeting ANSI Specification A21-51-1976 covering thickness and AWWA Specification C151-76. Fittings and piping shall be restrained using megalug restrainer glands and blocking. 2.0 PIPE LAYING METHODS 2.1 The Force Main shall have a minimum cover of three and one half (3.5) feet, and shall be installed in accordance with the latest revision of ASTM D-2774. 2.2 Thrust blocks of poured concrete shall be used at all vertical or horizontal deflection points, and at each fitting. 2.3 At creek or stream crossings, force main shall be encased in concrete for six (6) feet each side of stream and shall not be backfilled until inspected by Engineer. A three (3) foot cover shall be maintained. 2.4 After installation of the force main, all earth shall be seeded in accordance with the specifications. 2.5 The pipe shall be located ten (10) feet from water lines and where necessary, shall be installed under water line with a minimum of 18 inches clearance. 2.6 All Force Mains shall be installed with a 12 gauge shielded copper tracing wire, and the tape specified elsewhere, placed directly above the pipe. The wire must be accessible at valve vaults and manholes. 3.0 MANHOLES 3.1 Manholes shall generally be the same as specified under Sanitary Sewers and also detailed on the plans. Castings shall be set on side away from pavement. c, \Sydney\wpd"",\9\9603\9603d\,eclion 2c. wl'd 2-C-1 r~ , [ r t . r,~ ~.. )' ""CC-.",,' '-, ~' r , . l r- L L,--~ Vi I.w. r- l L .; r i. 4.0 PIPE BEDDING AND BACKFILL 4.1 Refer to specifications for gravity sewers. 5.0 INFILTRATION 5.1 Infiltration or outward leakage of any section of the constructed sewer shall not exceed 200 gallons per inch of sewer diameter per mile per day. 5.2 Infiltration tests and pressure tests shall be conducted by the Contractor. The Engineer and the City shall be notified when tests are to be conducted, 24 hours in advance. 5.3 Sections of sewers exceeding the test limits shall be replaced or repaired by the Contractor without additional cost to the owner. 6.0 FITTINGS 6.1 All fittings necessary shall be PVC or Ductile Iron Mechanical Joint. 7.0 VALVE VAULT 7.1 A rectangular valve vault shall be installed on the discharge piping for ease of accessibility and maintenance of the check and plug valves. It shall be designed so that no part of a valve or pipefitting flange is closer than twelve (12) inches to a wall, floor or ceiling to allow easy maintenance access. 7.2 The valve vault shall be construction in accordance with the specifications for wet well construction. The valve vault shallbe a rectangular pre-cast or cast-in-place concrete Structure sized as shown on the plans (4' x 4 I minimum). The discharge piping shall be at least three (3) feet below finished grade of the area. The valve vault base shall be placed on at least six (6) inches ofleveled and compacted INDOT #57 crushed limestone. The valve vault shall not be placed on unstable (uncompacted) fill due to over-excavation of the lift station area. All inlet and exit piping through the wall of the valve vault shall be through cast-in-place openings provided with a resilient seal, Kor-n-seal or equal. A drainpipe shall be placed in the valve vault with the discharge end placed in the wet well. An approved backflow device shall be placed on the end of the drainpipe in the wet well. 7.3 The valve vault shall be coated on the outside with an approved bituminous seal coating. 7.4 A hinged single hatch with locking provisions, access hatch assembly shall be installed on the top of the valve vault. The hatch, frame, and accessories shall be constructed of aluminum with stainless steel hardware and fasteners, sized as shown on the plans with a minimum opening of 5' X 3' for the primary hatch and 3' x 2.5' for the secondary hatch. C,ISydneylwpdoe,191960319603dl,eetion 2c.wpd 2-C-2 r [:~ ( . r t L " r~ ; f ! .'",.,./ r , "h -'-,,~ " 7.5 8.0 8.1 The hatch shall be rated at 300 PSF live load. The hatch shall open away from the electrical control panel/junction box. All hardware and fastener items located either inside or directly connected to the wet well and valve vault shall be of stainless steel construction. VALVES AND DISCHARGE PIPING A swing-type check valve and plug valve shall be installed in the discharge line of each pump and located in the valve vault. Plug valves shall conform to A WW A C504-80 and rated for 150 psi. Matco check valves shall conform to AWWA Cl1l1, be rated at 150 psi and shall have a spring-loaded external lever arm. The plug valves shall be Dezurik, eccentric type. The connection of the piping after the valves will be made utilizing a wye connection. The design engineer shall include a provision for a "slow-closing" check valve when conditions require such a valve. 8.2 An emergency pump auxiliary connection shall be provided on all lift stations. This connection will allow the bypass pumping of the wet well in emergency conditions. The pipe shall extend out of the ground one (1) foot to connect a pump hose. The connection end of the pipe shall be six (6) inches with a six (6) inch female cam lock fitting. 8.3 Gate valves shall conform to the latest specification for valves of the American Water W orks Ass?Si~ti?l1' f\\VW f\ Designation C500, so far as they apply, except as otherwise specified. . Unless otherwise specified in the Detailed Specification, the gate valves shall be of a design and construction for a working pressure of not less than one hundred fifty (150) pounds per square inch, and shall be tested for a water pressure of not less than one hundred fifty percent (150%) of the working pressure. 8.4 All gate valves shall be solid bronze, except the hand wheel which may be cast or malleable iron. They shall be either the single or double disc type with rising or non rising stems. They shall have screwed stuffing boxes and follower nuts. Valves shall open counterclockwise or consistent with direction of operation of existing valves. 8.5 All valves shall be carefully erected in their respective positions, free from all distortion and strain with lead or flanged joints, and shall be packed and left in satisfactory operating condition. All necessary work shall be done by the Contractor to insure that all valves shall be tight under the conditions for which they are used. 8.6 Valves shall be protected from rust and damage until completion of the contract. Cast iron surface shall be coated with hot pitch varnish. Bright or rubbing parts shall not, however, be painted, but shall be protected and left bright. c, \Sydney\wl'do",\9\9603\9603dlseclion 20. wl'd 2-C-3 [ r l~ ( r l [ r r L ~---. !: [ r . L, r, 8.7 Discharge piping shall be ductile iron pipe with flanged ductile iron fittings, and long radius elbows. 9.0 SEWAGE COMBINATION AIR VALVE 9.1 Sewage combination air valves shall be A.R.I. D-020Combination Air Valve (Saar 2") with attachments as manufactured by A.R.I. Flow Control Accessories (ph 310-286-2220, fax 2221). An Air Relief Valve in a four (4) foot by four (4) foot structure shall be placed at all high points in the Force Main. 9.2 The valve shall operate under pressure (220 psig) and provide a separation of the sewage from the sealing mechanism at all times. The air/sewage separation shall be sustained under pressure and maintain a differential pressure of 11 psig. 9.3 The valve body shall be conical with a steel or nylon body construction and an interior epoxy (hydrogen sulfide/sulfuric acid resistant) coating of 4 mils dry thickness. Only factory applied coating systems shall be acceptable 9.4 The SCA V shall provide a spring loaded joint between the sealing mechanism and the float/rod assembly that will perform without jamming under vibrations related to the surges from pump starts and stops. 9.5 All springs, washers, stems and floats shall be constructed of 303 stainless steel (SAE). 9.6 All O-rings and seals shall be made of Buna with pressure ratings equivalent to the overall working pressure required for the SCA V . 9.7 The air release mechanism and seal shall be constructed of poly-propylene (formed for the seal) . 9.8 The SCA V shall be fitted with an Apollo 76-100 Series (or equal) inlet two (2 ") inch brass isolation ball valve (ASTM B124) to isolate the SCA V from the force main for maintenance or replacement. 9.9 The Air Release Mechanism and the Ball Valve shall be installed on top of the Force Main and held in place with a brass double service clamp and anchored to the pit wall in two directions with aluminum angles. 10.0 THRUST BLOCKS 10.1 Where pipe fittings are used to effect changes of directions in a pipeline, the appropriate concrete thrust blocks shall be constructed against the firm trench wall. c ,\Sydney\wI'Joe,\9\9603\9603J\>;eelion 2,. wpd 2-C-4 f r i' · .,'(_____ 10.2 Vertical detlectionfittings shall be restrained by means of a #5 reinforcing bar bent in a U -shape whose legs extend at least the length of one pipe diameter into the thrust block and whose ends are bent into 6- inch hooks. 10.3 The engineer shall be the judge ofthe adequacy of the thrust blocks constructed. He may order additional measures be taken if he deems the standard allowances inadequate. 10.4 No extra allowance will be made for concrete required to achieve trench wall bearing that occurs because of overexcavation of the trench. Such required concrete shall be furnished at the Contractor's expense. 10.5 Concrete used for thrust blocks shall be Portland Cement concrete, 3000 psi compressive strength. 11.0 TESTING 11.1 The Contractor will be required to hydrostatically test all pipe lines and appurtenances for leakage at 150% of maximum operating pressure, before completely backfilling. Maximum test pressure, measured at lowest elevation of pipe line being tested, shall be the pressure class of pipe unless a specific test pressure is shown on the drawing. Sufficient temporary backfill shall be installed before testing to restrain buckling of the pipeline. 11.2 Backfilling before testing will be allowed at the discretion of the Engineer in the case of rubber or bolted joint pipe, and at the points where danger to the public or other hazards demand that such be done immediately after the pipe is laid. r l 11.3 When the line or section being tested is pumped up to the required pressure, it shall be valved off from the pump and a pressure gauge placed in the line. The pressure drop in the line, if any, shall be noted. If no pressure drop is noted in four hours, the Engineer, at his discretion may accept the line or section as being tested, or he may require that the test run the full twenty-four (24) hours. 11.4 At the end of the twenty-four (24) hour test period, the pressure shall be recorded. If there has been a drop in pressure, the Contractor will be required to pump the section being tested up to initial test pressure and maintain that pressure for twenty-four (24) hours, measuring the amount of water required to accomplish this. The line will not be accepted until the leakage shall prove to be less than 10 gallons per inch diameter per mile of pipe per twenty-four (24) hours. r ...i t 11.5 Should there be leakage over the allowable amount, the Contractor will be required to locate and repair the leaks, and retest the section. It is suggested, but not required that the Contractor have a geophone (underground listening device) on the job at the time of testing. This has proved very helpful in the past in locating underground leaks. r L (' r- 1-. . 1;" c ,\8ydney\wpdocs\9\9603\9603d\secUon 2c. wpd 2-C-5 r \.,". L 11.6 I I '. If the leakage of a section of pipeline being tested is below the allowable amount, but leakage is obvious, in the opinion of the Engineer, due to water at the surface of the ground, or by listening the leak can' be heard underground with a geophone, or any other . means of determining a leak, the Contractor will be required to repair these leaks. 11.7 I The Contractor shall furnish a meter or suction tank, pipe test plugs, and by-pass piping, and make all connections for condpcting the above tests. The pumping equipment used shall be a centrifugal pump, or other pumping equipment which will not place shock pressures on the pipeline. Power plunger or positive displacement pumps will not be permitted for use on closed pipe systems for any purpose. 11.8 Inspection of pipe laying shall in no way relieve the Contractor of the responsibility for stopping leakage or correcting poor workmanship. i 12.0 HANDLING EXISTING FLOWS 12.1' During construction of the valve yault to connect the existing 14" force main and the proposed 12" force main, the Contractor shall maintain sewer service for homes served by the Utica-Sellersburg Road pump station. A plan shall be submitted for approval by the Engineer. C,ISydneylwpdocsl91960319603dlseclion 2c.wpd 2-C-6 r r ! b [ I SECTION 2-D I IDENTlFICATIONILOCATION GUIDE I I 1.0 GENERAL I 1.1 Furnish and install identification d.pe over the centerline of buried force main pipe. 2.0 IDENTIFICATION TAPE I 2.1 ' Identification Tape for Ductile I)on Pipe. Identification tape shall be manufactured of inert polyethylene so as to be highly resistant to alkalis, acids and other destructive agents found in soil, and shall have a ~inimum thickness of 4-mils. Tape width shall be a minimum of 3" and a maximum of 6" and shall have background color specified below, imprinted with black letters. Imprint shall be as specified below and shall repeat itself a minimum of once every 2' for entire length of tape. I 2.2 Identification Tape for Polyvinyl Chloride Pipe. All pve force mains shall be laid with a 12 gauge shielded copper tracing wire and tape placed on the top of the pipe. The wire must be accessible at the valve va~lt, discharge manhole, air relief valve manholes, and at access boxes when the distan~e between the above structures exceeds 1,000 feet. Identification tape shall be manufa~tured of polyethylene with a minimum thickness of 4- mils and shall have a 1-mil thick metallic core. The tape shall be highly resistant to alkalis, acid and other destructive agents found in soil. Tape width shall be a minimum of 3" and a maximum of 6" and sl1all have background color specified below, imprinted with black letters. Imprint shall be as specified below and shall repeat itself a minimum of once every 2 I for entire length of tape. 2.3 Tape background colors and impr~nts shall be as follows: Imprint "Caution Caution - Sanitary Forbe Main Below" Background Color Blue 2.4 Identification tape shall be "Te~ra Tape" as manufactured by Reef Industries, Inc., Houston, Texas, or approved equal. 3.0 INSTALLATION OF IDENTIFICATION TAPE I 3 .1 Identification tape shall be installed for all buried force main lines in accordance with the manufacturer's installation instrucrtions and as specified herein. I I 3.2 Identification tape shall be install~d 2' .below final grade over the centerline of pipe. I - 3.3 In all pve pipe installation, the 'identification/location tape shall be looped up into the valve boxes for connection to a l<;.lcating device. The tape shall be one continuous piece from valve box to valve box. . C:\Sydney\wpdocs\9\9735\,ection 2J.wpd 2-D-l [~ f r-- ~ l, r i r~: .... .. .~ t r , I , r r r 2.0 2.1 3.0 I SECTION 2-F - ~AWNS AND PLANTING 1.0 GENERAL 1.1 Under this section, the Contractor shall be required to furnish all material, equipment and labor required to SEED all earth remaining unprotected within the project limits and right- of-way, after all construction is complete. PAYMENT Payment for all items in this sectiop will be included in the Contractor's bid. SEEDING 3.1 The areas to be seeded shall be thoJoughly tilled by discing, harrowing or other approved methods until the condition of the ~oil is acceptable to the Engineer. After harrowing or discing, the seed bed shall be dragged and/or hand raked to finished grade, so that it is smooth and drains. 3.2 Fertilizer shall be applied at the rate! of 600 pounds of 12-12-12 analysis, or equivalent, per acre and shall be incorporated into the soil a depth of at least two (2) inches. The incorporation of the fertilizer may be a part of the tillage operation and shall be applied not less than 24 hours nor more than 4'8 hours before the seed is sown. , , 3.3 The seed per acre shall be 50 pounds of Perennial Rye Grass and 100 pounds of Kentucky 31 Fescue, and one and one-half bushels of Spring Oats per acre. 3.4 Seed shall be broadcast either by h<\nd or approved sowing equipment, uniformly over the area. The seed shall be drilled or r~ed a depth of approximately one half inch (112 ") and the seeded areas shall be lightly raked to cover the seed. All ridges shall be smoothed out and all furrows and wheel tracks, likely to develop into washes, shall be removed. i 3 .5 After the seed has been sown, the areas so seeded shall be mulched with clean straw at the rate of one (1) bale per 1000 square feet (approximately two inches loose depth) and thoroughly watered. ' 3 .6 The Contractor shall maintain all se~ded areas without extra payment until final acceptance of the project, and any regrading and reseeding shall be done at his own expense. Any areas which fail to show a "catch" or uniform stand, for any reason whatsoever, shall be reseeded with the original mixtute and. such reseeding shall be repeated until final acceptance. The Contractor shall properly water, mow, and otherwise maintain all seeded areas until final acceptance. C,\5~dne~,",wpdocs'\9'\9 60,'\9 60 ,d,",sec6on 2f.wpd 2-F-1 r ~ ~. t [ r r I 1-. 4.0 SODDING 4.1 Sodshaii bell.sed.' 6ii1y where' sliowh on the plans or as directed by the Engineer. It shall be of good quality and properly watered and cared for by the Contractor at his expense until final acceptance by the Owner. i 4.2 If sod dies, or is not in a desirabl~ condition for any reason whatsoeve'r, the Contractor shall replace or restore it to a desirable condition at his own expense before final acceptance of the project will be made. C".S~dne~,"-wpdocs'\9'" 60)'\9 60 )d,"-sect;on 2t.wpd 2-F-2 (\ [ r I k--,.c-.'" [ r t r~ ~ \ SECTION 2-G - EXCAV~TION,G-RADING AND BORROW ! 1.0 GENERAL 1.1 Under this section the CONTRAC~OR shall furnish all equipment and labor necessary for excavation, filling and grading to result in the slopes and grades shown on the plans for subgrade and embankment. 2.0 EXCAVATION 2.1 Excavated earth material may be used as fill material in the roadway construction provided it is of good quality, in no large chunks and well compacted, and all material is broken up into a gravel size. 3.0 FILLING AND GRADING 3.1 ! All suitable material removed frQm the excavation shall be used as directed in the construction of fill, except in area~ where special fill or sand backfill is specified. I I No removed sod shall be placed within vertical planes defining roadbed limits, but it may be placed outside these limits if unjformly distributed and compacted. 3.2 3.3 No unsuitable materials, stumps, roots, all or parts of trees, brush, weeds or other perishable or trash materials, except as herein provided for sod, shall be placed in embankment or shall not be present in any fill area. 3.4 No stone greater than 6 inches in any dimension shall be left nearer than 8 inches to the finished subgrade. 3.5 After fill areas have been cleared, the upper 8 inches of the ground on which fill is to be - I placed shall be compacted with a 3-wheeled roller weighing not less than 10 tons, or with other approved compacting equipment, within road bed only. The CONTRACTOR shall be responsible for whatever subsurface conditions exist and shall do whatever is necessary to remove such material and replace it with suitable materials properly compacted. 3.6 All fill material used in embankmertt construction shall be compacted to at least ninety (90) percent of its maximum dry den~ity. Maximum dry density shall be determined by AASHTO, T99 (Standard Proctor 'fest). I I I 3.7 The CONTRACTOR will perform 'alllaboratory and field tests required for compaction. C'5~dne~"wpdoC5'\J'S 60 j 'S 60j d".,ed;on 2g_wpd 2-G-1 (\ r- I .. , ..- I, r~ t ~ ; L r t r-- I i r r-' l '. t 3.8 Fill material shall be placed in un~form level layers for the full width of the area, and compacted with a 3-wheeled roller (weighing not less than ten (10) tons), sheeps foot roller, or other approved compacting equipment. 3.9 Each lift shall be disked, or treated by some other mechanical means, which will insure the breaking up of any existing lumps and clods. 3.10 The loose depth of each lift shall be' such that the required compaction can be obtained, but in no case shall it exceed nine (9) fnches, loose measurement. , 3.11 In places inaccessible to the above ~ompacting equipment, the required compaction shall be obtained with approved mechanical tamps or vibrators, in which case the depths of lifts loose measurement, shall not exceed 6 inches. I 3.12 Where rock is used for embankmenL no large stones shall be allowed too near the surface, but shall be so' distributed over the, area t()avoid pockets . Voids shall be carefully filled with small stones or earth, compacted as required. 3.13 Where fill is to be constructed on existing fill slopes, these existing slopes shall be carefully stripped of sod and benchbd as fill is constructed to insure a good joint between existing and new fill. 3.14 All other materials, such as trees, I brush, fences, wood or other such material, shall be disposed of by the CONTRACTOR at his expense. 4.0 FINISHED GRADE 4.1 After all fill is placed and earth i~ brought to grade, all areas, cut or fill, shall be well compacted with a 3-wheeled roller weighing not less than 10 tons, or approved equal. No aggregate base shall be placed until the subgrade is proofrolled and approved by the ENGINEER. 5.0 5.1 6.0 WASTE EARTH MATERIAL All waste material not suitable for the Dump Site shall be disposed of by the CONTRACTOR. SUBSURFACE CONDITIONS 6.1 I . The CONTRACTOR shall be responsIble for whatever subsurface conditions he I encounters. C,'5~dne~",wpdoC5'J'J 60,,'-960 "d",sed;on 2g,wpd 2-G-2 ..- L r L 'r. [ r L r --.. I' . l r L~" r I 7.0 BORROW 7.1 All earth borrow shall consist of approved material and shall be obtained from approval locations and sources outside the area. 8.0 DUMP SITE 8.1 All waste earth, gravel and well crushed concrete and asphalt can be wasted at the Dump Site shown on the plans. I 8.2 All other materials shall be removerd from the site. 9.0 PAYMENT 9.1 I The cost of all labor , materials, and equipment' required to complete all work as specified in this section shall be included in ~he CONTRACTOR(S) bid price. I I I C'5~dne~'.wpdocs'-9'-9 60;'-960; d'.sect;on 2g.wpd 2-G- 3 r-- ~ r I . ..- . .~ l " l r r 1.0 1.1 2.0 2.1 2.2 2.3 2.4 I SECTIO~ 2-H - PAVEMENT GENERAL Under this section, the CONTRACTOR shall be required to furnish all materials, equipment and labor to bring the suhgrade to true line and grade and construct the base and surface as detailed on the plans and specified herein. I COMPACTED AGGREGATE BASE ! The compacted aggregate base for shoulders, entrances and roadway pavements shall be Indiana.Department of Transportation, Type "0", compacted aggregate base in accordance with the Standard Specifications, 1988, Section 303. ! , I No Calcium Chloride shall be useq. in base to receive asphalt. Each lift of aggregate shall be compacted with a 3-wheeled or tandem roller, weighing not less than 10 tons, or vibrating compactors, until the base is compacted to 95 percent of the maximum dry density as determined by Method "C" of AASHTO T99, as modified and resulting in the total compacted thickness shown on the plans. i In places inaccessible to rolling equipment, the required compaction may be obtained with mechanical tamps or other approved equipment. I 2.5 Wetting of the aggregate will be required when so directed by the ENGINEER at the expense of the CONTRACTOR. ' , 2.6 2.7 3.0 3.1 3.2 Traffic, including construction equipment which is permitted to use the completed layer, shall be kept well dispersed so as to assist in obtaining uniform compaction and to avoid displacement of material and the fqrmation of ruts. i The CONTRACTOR shall "probfroll" and the ENGINEER will then inspect the compacted aggregate base before the CONTRACTOR places any Bituminous base. I i BITl.Jl\1INOUS BASE AND BINpER C'.S9dne9,wpdoC5'-$'-$ 60)'-$ 60,d"ect;on zh .wpd 2-H-1 r r , ! 1,-.." ( I I Transportation Standard Specifications, 1993, Section 403, Hot Asphaltic Concrete Pavement, Mixture No.8. I i 3.3 The Bituminous Base Course, 5, shall be placed on the Aggregate Base Course after it has been approved by the ENGINEER and the prime coat has been applied. ! , 3.4 The Binder and Base Course shall: be spread to a compacted thickness as shown on the plans. All placing of the Binder and Base materials shall be done in accordance with the Indiana Department of TransportatIon Specifications. 4.0 HOT ASPHALT CONCRETE SURFACE I I 4.1 The Surface Course shall be in accqrdance with the Indiana Department of Transportation Standard Specifications, 1993, Se~tion 403, Hot Asphalt Concrete Pavement, Surface Mixture No. 11. 4.2 This material shall be spread to a compacted thickness as shown on the plans. 4.3 Construction methods for placing Asphaltic Concrete Surface shall conform with the Indiana Department of Transportation Standard Specifications. I 5.0 TACK COAT I 5.1 Where Tack Coat is to be used oJ the existing surface pavements before the pavement overlay is placed, it shall be Asphalt Emulsion, AE- T applied at a rate of 0.05 gallons per square yard (0.000252 tons per square yard). 5.2 All Tack Coat shall be in accordance with the Indiana Department of Transportation I" Standard Specifications, 1993, Section 409 - TACK COAT. 6.0 SEAMS 6.1 After all paving is complete, all seams between new and existing asphalt shall be sealed with hot tar. I 7.0 PAYMENT I I 7.1 All material, equipment and labor for work called for in this section shall be included in the CONTRACTORS bid. C'5:Jdne9 '.wpdocs'S'S 60, 'S 60, d'.sed;on lh.wpd 2-H-2 r ,....,\ , ~ t.",.., I DIVISION 3 - CONCRETE I SECTION 3-A - CONCRETE WORK, GENERAL I 1.0 1.1 (A) Reinforced Concrete (B) Grouting (C) Reinforcing Steel (D) Forms (E) Concrete Finishing 2.0 PORTLAND CEMENT 2.1 Portland Cement shall conform to "Standard Specifications for Portland Cement" (ASTM Serial Designation C-150, latest edition), and shall be Type I unless otherwise indicated on the plans or specified. (1) (2) (3) Type I - For use in general concrete construction when the special properties specified for Types II and III are not required. Type II - For use in general concrete construction exposed to moderate sulfate action, or where moderat~ heat of hydration is required. Type III - For use when high early strength is required. 3.0 CONCRETE AGGREGATES 3.1 Concrete aggregates shall conform to the "Standard Specifications for Concrete Aggregates" (ASTM Serial Designation C-33, latest edition), provided however, that aggregates which have been shown by test of actual service to produce concrete of the required strength, durability, water-tightness, fire resistance, and wearing qualities may be used under Article 8, Method 2, where authorized by the ENGINEER. 3.2 The maximum size of the aggregate for concrete work shall not be larger than two (2) inches, nor larger than one-fifth'(1/s) of the narrowest dimension between faces of the narrowest member for which the .concrete is to be used, nor larger than three-fourths (JA) of the minimum clear spacing between reinforcing bars. C:\SyJney\wpdoc,\tlliscel1aneous\masler\sec3a.wpJ 3-A-l r l r t., [ r r , 4.0 WATER , 4.1 Water used in mixing concrete sh~l be clean and free from deleterious amounts of acids, alkalis, or organic materials. 5.0 REINFORCING STEEL 5.1 I Metal reinforcement shall conforlfl to the requirements for intermediate grades of the "Standard Specifications for Billet-Steel Bars for Concrete Reinforcement" (ASTM Serial Designation A-15, latest edition) or shall conform to the requirements of the "Standard Specifications for Rail-Steel Bars for Concrete Reinforcement" (ASTM Serial Designation A-16, latest edition) and deformation shall conform to ASTM A~305, latest edition. 5.2 Welded wire fabric or cold-drawn wire for concrete reinforcement shall conform to the requirements of the "Standard Specification for Welded Wire Fabric for Concrete Reinforcement" (ASTM Serial Designation A-185, latest edition). 5.3 For the detailed specifications of reinforcing steel see Section 3-C, Reinforcing Steel. 6.0 STORAGE OF MATERIALS 6.1 Cement and aggregate shall be stored at the work in such a manner as to prevent deterioration or intrusion of foreign matter. Any material which has deteriorated or which has been damaged or mixed with other aggregates or foreign matter shall not be used for concrete. 7.0 CONCRETE QUALITY 7.1 i The working stresses for the design of this work are based on the specified minimum ultimate twenty-eight (28) day compressive strength of the concrete, or on the specified minimum ultimate compressive sttength at the earliest age at which the concrete may be expected to receive its full load. -:r:he strengths of concrete at specified ages for which all parts of the structure were designed are shown on the plans or specified herein. 7.2 All concrete exposed to the weather shall have a water content not to exceed six (6) gallons per sack of Portland Cement, unless otherwise specified herein. I 7.3 Where Class "A" concrete is i~dicated on the plans or in these specifications, the CONTRACTOR shall provide 4,000 psi, 28-day compressive strength concrete. Where Class "B" concrete is indicated, 3,000 psi, 28-day compressive strength concrete shall be provided. Where Class "C" concrete is indicated, 2,500 psi, 28-day compressive strength concrete shall be provided. Where Class liD" concrete is indicated, 1,500 psi, 28-day compressive strength shall be provided. C:\SYllney\wpdocs\miscellnneous\lIlnster\sec3a,wpJ 3-A-2 [ [~ f [ r [ [ r ---.. ., L.... r t , r t ~""0, 7.4 Special concrete (Class "AA") shall be mixed in proportion of eighty (SO) percent standard Po~tland Cement and twenty percent (20%) high-early strength Portland Cement by weight; thus in a five (5) sack batch, four (4) sacks shall be standard Portland Cement and one (1) sackshall be high-early strength Portland Cement. 7.5 All concrete, except where othervtise indicated on the plans, shall be Class "A". i 8.0 DETERMINATION OF STRENGTH AND QUALITIES OF MATERIALS The determinations of the propJtions of cement, aggregate and water to attain the required strengths shall be made by one of the following methods: I ". . METHOD 1 _ Concrete made fro~ average materials: when no preliminary tests of the materials to be used are made, the \yater content per sack shall not exceed the values in the following table. Method 2 shall be' employed when artificial aggregates or admixtures are used, or when more than 100 cubic yards of concrete are used in the entire project. I ASSUMED STRENGTH: OF CONCRETE MIXTURES S.l I , WATER CO~TENT U.S. ASSUMED COMPRESSIVE CLASS OF GAL. PER 94-LB. STRENGTH AT 28 DAYS CONCRETE SACK OF CEMENT LBS. PER SQ. IN. ~--------------------------------~+----------------------------------------------------- D S' 1,500 C 73A 2,500 I B 7 3,000 A 6 4,000 .______~~____~_________________~~_______________________________~~~~9_________________ NOTE: In interpreting this table, surface water contained in the aggregate must be included as part of the mixing water in computing the water content. I I MEl'HOD2-Controlled Concrete: proportions of the materials and water content other than those shown in the above table may be used provided that the strength quality of the materials proposed for use in the structure shall be established by tests which shall be made in advance of the beginning of operations, using the consistencies suitable for the work and in accordance with the ':Standard Method of Test for Compressive Strength of '..Molded Concrete Cylinders" (AStM Serial Designation C-39). A curve representing the relation between the water content and the average 2S-day compressive strength or earlier strength at which the concrete is to receive its full work load, shall be established for a range of values including all the compressive strengths called for on the plans, or herein. C:ISydaeylwpdoeslm;.edlaneouslmnstcr\sec3a, wl'd 3-A-3 .~ f r r~ . 1...",..- 9.0 9.1 I The curve shall be established by lat least four points, each point representing average values for at least four test specimens. The amount of water used in the concrete for the structure as determined from the c;urve, shall correspond to a strength which is twenty- five (25) percent greater than that called for on the plans, for concrete of a compressive strength less than 2,500 psi, and fifteen(15) percent greater for concrete of a compressive strength of 2,500 psi or more. No ~ubstitutions shall be made in the materials used in the work without additional tests in accordance herewith to show that the quality of the concrete is satisfactory. . TESTS ON CONCRETE I Tests shall be made in accordance ~ith the "Tests" Section 3-B. 9.2 At least three (3) cylinder tests shaH be made on anyone section of concrete poured, i.e., a headwall or a footing, or a section of deck. More cylinders or sets of three (3) cylinders shall be made as directed by the ENGINEER. I 9.3 In all cases where the average stren~h of the laboratory control cylinders shown by these tests for any portion of the structure falls below the minimum ultimate compressive strengths called for on the plans, the ENGINEER shall have the right to order a change in the mix or in the water content for the remaining portion of the structure. In cases where the average strength of the cylinders cured on the job falls below the required strength, the ENGINEER shall h:~.ve the right to require conditions of temperature and moisture necessary to secure the required strength and may require load tests to be made on portions of the work so affected. I 9.4 In the event that the ENGINEER ~hanges the water content specified when Method 1 is used, adjustments, covering amount of cement and aggregates affected, will not be made as an extra or a credit under the provisions of the contract. It is the obligation of the CONTRACTOR to procure material which will produce the strength and class of concrete indicated on the plans. 10.0 I CONCRETE PROPORTIONS AND CONSISTENCY I I . I The proportions of aggregate to cement for any concrete shall be such as to produce a mixture which will readily flow into the corners and angles of the forms and around reinforcement with the method of placing employed on the work, but without permitting the materials to secrete or excess free water to collect on the surface. The combined aggregates shall be of such composition of sizes that when separated on the No.4 standard sieve, the weight passing the sieve (fine aggregate) shall not be less than thirty percent (30%) nor greater than fifty percent (50%) of the total unless otherwise required by the ENGINEER, and with the exception that these proportions do not necessarily apply to lightweight aggregates. ' 10.1 C:\Sydney\wpdocs\Iniscell.ncolls\mnsler\scc3.,. wpd 3-A-4 r . , ~ "'......ry.~ { r L r-- I ~ ~ r ~ l [ [ r~.: L" ';' [ I 10.2 The methods of measuring concreEe materials shall be such that the proportions can be accurately controlled and easily checked at any time during the work. Measurement of materials for ready-mixed concrete shall conform to the "Standard Specifications for Ready-Mixed Concretel1 (ASTM Serial Designation C-94). 11.0 REMOVALOFWATERFROMEXCAVATION 11.1 Water shall be removed from place of deposit before concrete is placed unless otherwise directed by the ENGINEER. Any flow of water into the place of deposit shall be diverted through proper side drains to a pump, or removed by other approved methods which will avoid washing the freshly deposited concrete. Water vent pipes and drains shall be filled by grouting, or otherwise, after the concrete has thoroughly hardened. 11.2 CONTRACTOR shall use high-early strength concrete in creek crossing to minimize disruption of the flow in the creel}. 12.0 CLEANING FORMS AND EQUIPMENT 12.1 Before placing concrete, all equipment for mixing and transporting the concrete shall be cleaned; all debris and ice shall be ~emoved from the place to be occupied by the concrete; forms shall be thoroughly wetted (except in freezing weather) or oiled, and clay or cement tile that will be in contact with concrete shall be well drenched '(except in freezing weather). Reinforcement shall be thoroughly cleaned of ice or other coatings. 13.0 INSPECTION I 13.1 Concrete shall not be placed untill the forms and reinforcement have been inspected and approved by the ENGINEER orhis authorized representative. 14.1 14.2 14.3 Concrete shall not be dumped into carts or buggies from the mixer with a free fall of more than three (3) feet. C,\Sydneylwpdoc.\miscel!,"eou.\m"lerlsec3..wpd 3-A-5 [ r~-_ ; b r L,. 14.4 Chuting of concrete shall be allow;ed only with special approval of the ENGINEER or his representative. In such case the ~lope of the chute shall be such as to allow the concrete to flow without separation of the ingredients. The delivery end of the chute shall be as close as possible to the point of deposit. When the operation is intermittent, the chute shall discharged into a hopper. The chute shall be thoroughly flushed with water before and after each run. The water used for this purpose shall be discharged outside the forms. 15.0 PLACING OF CONCRETE 15.1 Special care must be exercised to prevent splashing the forms or reinforcement with concrete, and any such splashes or accumulations of hardened or partially hardened concrete on the forms or reinforce.t:nent above the general level of the concrete already in place must be removed before the work proceeds. Concrete shall be placed in the forms for all walls and other places where the concrete is to be exposed in such a way as to prevent segregation. All concrete for piers shall be placed through openings in the inside form spaced at frequent intervals or through "elephant trunks" (heavy truck canvas or galvanized iron trunks) equipped with suitable hopper ends. Trunks shall be of variable lengths so that the free fall shall not exceed three (3) feet, and a sufficient number shall be placed in the forms to insure the c;oncrete being kept level at all times. 15.2 Concrete shall be thoroughly compacted by puddling with suitable tools during the operation of placing, and thoroughly worked around the reinforcement, around embedded fixtures, and into the corners of the forms. All concrete placed in forms shall be vibrated by a mechanical vibr~tor or a type that comes in contact with the concrete only, and is in no way in contact with the forms or reinforcing steel. Sufficient machines shall be provided to thoroughly vibrate all concrete placed provided however that there shall be at least two (2) machines ih good working order on site of the work at all times. In thin wall construction the type of vibrator used shall be specially suited for such work. Application of vibrator shall be limited to that concrete which has been freshly poured, for a period of not more than twepty (20) seconds, and in no case shall it be extended to previously placed batches. Use of mechanical vibrators does not take the place of puddling or spading by hand, rather it shall be considered an additional placing operation. 15.3 Where conditions make puddling difficult, or where the reinforcement is congested, batches of mortar containing the same proportion of cement to sand used in the concrete shall first be deposited in the forms and the operation of filling with the regularly specified mix be carried on at such a rate t4at this mix is at all times plastic and flows readily into the spaces between the bars. . I 15.4 When concreting is once started, it shall be carried on as a continuous operation until the place of the section or panel, limits of which are defined on the drawings by construction joints, is completed. - C:\SydneY\Wpdoe,\miscellnlleous\mn,ter\,ee3a''''l'd . 3-A-6 r r (i" [ t t; L r "'......'.., r ~ , ..- f~, .~, t..,. 1\ ~.' t I ;"e_; r I I 16.0 CONSTRUCTION JOINTS AND STOPPAGES 16.1 The placing of concrete shall be yarried on continuously between construction joints shown on the drawings. If, for any reason, it shall become necessary to stop placing of concrete at points other than those indicated on the drawings, such points shall have the approval of the ENGINEER, and the manner of making the joint shall be approved. 16.2 The surface of the concrete shall be level whenever a run of concrete is stopped. I I 16.3 Vertical construction joints shall 'be placed at interior corners only, unless otherwise shown on the drawings or approved by the ENGINEER. I 16.4 At least three (3) hours must ela~se after depositing concrete at the columns or walls before depositing in beams, girders or slabs supported thereon. I i 17.0 DEPOSITING AGAINST OTHER CONCRETE , I I 17.1 Before depositing new concrete on lor against concrete which has hardened, the forms shall be retightened, surface of the hardened concrete shall be roughened, as required, thoroughly cleaned of foreign matter and debris, and moistened with water. The new concrete placed in contact with thy hardened or partially hardened concrete shall contain an excess of water to insure bond. I 17.2 To insure sufficient mortar at t~e junction of the hardened and the newly deposited concrete, the cleaned and moistened surface of the hardened concrete, including vertical . and inclined surfaces, shall first be slushed with a two (2) inch to three (3) inch coating of cement grout against which the new concrete shall be placed before the grout has attained its initial set. I 18.0 PROTECTING AND CURING 18.1 All forms containing concrete, i and the top of the concrete, shall be kept moist continuously as directed by the ENGINEER until removal of said forms. All exposed concrete shall be maintained in a p:lOist condition for not less than seven (7) consecutive days after removal of forms. ' 18.2 Weather conditions may modify c~ring requirements, in which case the CONTRACTOR shall be governed accordingly, subject to the approval of the ENGINEER. 19.0 FORMS 19.1 Forms shall conform to shape, lines and dimensions of the member as called for on the plans. They shall be substantial and sufficiently tight to prevent leakage of mortar. They C:\Syd1ley\wpdocs\m;secll."oous\mo,ter\sec3o. wpd 3-A-7 r . L r ~ t ""....,'~ r ~ , 19.2 20.0 20.1 20.2 21.0 21.1 22.0 I shall be properly braced or tied together so as to maintain position and shape and assure safety to workmen and passers-by. Temporary openings shall be provided where necessary to facilitate cleaning and inspection immediately before depositing concrete. I I Form faces for exposed concrete shall be of tempered "Masonite", or equal, properly oiled with a non-staining oil. TIES I I Form ties shall be of such type that the entire tie, or not less than the outer 3.4 inch of the tie at each face, can be completely removed from the concrete without spilling the exposed surface of the concrete. Tie metal. shall be carefully removed so as to leave a neat, clean hole for filling and patching. . I I Immediately after the removal of the forms, the tie metal shall be removed and the tie holes dampened and filled tightly, full depth with grout as specified in Section 3-A, paragraph 36.1. Patching shall be accomplished in such a manner that the patch will not be apparent on the wall face. FORM REMOVAL The removal of forms shall be carried out in such a manner as to insure the complete safety of the structure. Where the structure as a whole supported on shores, removable floor, forms, beams and girder sides, column and similar vertical forms may be removed within twenty-four (24) hours, provided the concrete has hardened sufficiently to permit their removal with safety. Shoring shall not be removed until the member has acquired sufficient strength to support safely its weight and the load upon it. CLEANING AND BENDING REINFORCING STEEL 22.1 Metal reinforcement, before being placed, shall be free from mill scale or other coating that will destroy or reduce the bop-d, Reinforcement shall be formed to the dimensions indicated on the plans. Cold bend!> shall be made around a pin having a diameter of four (4) or more times the least dimen~ion of the bar. I 22.2 Metal reinforcement shall be bent or straightened in a manner that will not injure the material. Bars with kinks or bend~ not shown on the plans shall not be used. Heating of reinforcement for bending will not be permitted. C:\Sydney\wpdocs\,niscellnneous\moster\sec3n,wpd 3-A-8 r \ l L r~\ ,..... ~ 1-.- r I 23.0 23.1 24.0 24.1 24.2 25.0 PLACING REINFORCING Srt.EL i I I Metal reinforcement shall be acCU:rately placed and secured and shall be supported by concrete or metal chairs, spacers, or'metal hangers. Horizontal bent bars shall be provided for the corners of all concrete stru~tures. I SPLICES AND OFFSETS IN Rt:INFORCEMENT In slabs, beams and girders, spli~es of reinforcement shall not be made at points of maximum stress without the approval of the ENGINEER. Splices, where permitted, shall provide sufficient lap to transfer th~ stress between bars by bond and shear (minimum 24 diameters), each bar being surrounded completely by concrete. The minimum distance, center to center, shall be 21h diameters for round bars and.3 diameters for square bars. i Splices in column bars shall provide a lap of not less than 24 diameters for deformed bars and 30 diameters for plain bars. I i PROTECTION OF CONCRETE IN COLD WEATHER 25.1 When placing concrete at or below a temperature of forty degrees Fahrenheit (400 F), or whenever, in the opinion of the ENGINEER, the atmospheric temperature will probably fall below this limit within the ne~ twenty-four (24) hour period after placing concrete, mixing water and aggregates shall be heated; and the freshly placed concrete shall be protected by adequate housing or covering and heating. 25.2 The CONTRACTOR shall have on the job, ready to install, adequate equipment for heating the materials and the freshly placed concrete, and for enclosing the work in accordance with the requirementS specified herein, from September 15 until May 15. i 26.0 TEMPERATURE OF THE CdNCRETE 26.1 Concrete, when placed in the fo~ms shall have a temperature of not less than seventy degrees Fahrenheit (700 F) nor more than one hundred degrees Fahrenheit (1000 F). Freshly laid concrete and the surrc;mnding air shall be maintained at a temperature of fifty degrees Fahrenheit (500 F) or greater for a period of seventy-two (72) hours after placing. The methods of protection and curing shall be such as to prevent evaporation of moisture from the concrete and injury to the surface. i 27.0 TEMPERATURE RECORDS I 27.1 During pouring and curing periods a permanent temperature record shall be kept showing the date, hour, outside temperature, and temperatures at several points within the enclosure to show the most favorable and unfavorable condition to which the concrete C:\SyJuey\wpdoe.\u,j.ee\bueo1.lS\IU..ter\sec3a. "'I,d 3-A-9 r, I r '_ , ~ ,,," r is subjected. Thermometer readings shall be taken at the start of the work in the morning and again in the late afternoon, and the data so obtained shall be recorded in such a manner that it will show the location of each reading and any conditions which might have an effect on the temperature. A copy of the temperature record shall be made available to the ENGINEER. I I 28.0 HOUSING IN COLD WEA 'fHER I 28.1 Before concreting any section of a structure, the section shall be completely housed or enclosed in a manner that will insure the maintenance of the specified temperawres. The housing shall be left in place for the curing period specified, except that sections may be temporarily removed as required to accommodate the placing of column forms or concrete, provided that they are replaced immediately after the form or concrete is in its final position. I 28.2 In placing slabs, tarpaulins supported on horses or other framework shall closely follow the placing of the concrete, so that only a few feet of the finished slab is exposed to the outside atmosphere at anyone tirn,e. Such tarpaulins shall be arranged so that heated air from the space below can circul~te freely in the space between the tarpaulin and the freshly placed concrete if necessary, in order to maintain the proper temperatures between the slab and the tarpaulins, temporary openings' may be left in the floor and forms to facilitate the circulation of warm air in this space. Such openings shall be at the center of panels and shall not exceed eighteen (18) inches in their greatest dimension. 28.3 Top covers may be removed between the hours of 8:00 A.M. and 5:00 P.M. on days when the temperature is above thirty-five degrees Fahrenheit (350 F) to permit erection of forms, but they shall be replaced not later than 5:00 P.M. 29.0 METHODS OF HEATING 29.1 Within the enclosure, such means, of artificial heat shall be provided as will maintain the temperatures specified continuously and with a reasonable degree of uniformity in all parts of the enclosure. All exposed concrete surfaces within the heated area will be wet down with a hose stream at least, once every twenty-four (24) hours during the heating period, except where steam curing is provided. , 29.2 The CONTRACTOR shall provJ:de adequate fire protection accessible at all times on each floor where heating is In process and shall maintain watchmen or other attendants to keep the heating units in continuous operation. 29.3 Heating appliances shall be placed in such a manner as to not endanger form work or centering or expose any area of concrete to drying out or other injury due to excessive temperatures. I C:\Sydney\"'l'docs\miscennneous\l11ns\er\ecc3n'\Vl'd 3-A-1O f" ~\ ~ 30.0 30.1 31.0 31.1 32.0 32.1 33.0 HEATING OF MATERIALS Either aggregates or water, or both,' as may be necessary, shall be heated with steam coils or other devices, so that the average temperature of the concrete as it is deposited in a form shall fall within the limits specified above. Aggregates containing frozen lumps shall be independently heated, and no materials containing frozen lumps, ice or snow shall be allowed to enter the mixer. ANTI-FREEZE COMPOUNDS The use of salts, chemicals or oth~r foreign materials in the mix to lower the freezing point of the concrete is prohibited. ACCELERATORS I Admixtures intended to accelerate ~he hardening of the concrete or to produce higher than normal strengths at early periods will be permitted only upon written approval of the ENGINEER and then only in percentages which will not have an injurious effect on the normal qualities of the concrete. PREPARATION OF FORMS I 33.1 Before placing the concrete in any form, on any surface, or around reinforcement, heat shall be applied in such a manner that ice or snow will be completely removed. 34.0 REMOVALOFFORMS 34.1 Forms shall remain undisturbed ,until the concrete has attained sufficient strength to sustain its own weight in addition to any temporary or permanent load that may be placed upon it during the building of the structure. Beam sides, column forms or forms for walls may be removed as soon as the cor;tcrete has attained sufficient strength to sustain its own weight, provided that such action does not endanger any part of the structure. 34.2 One day prior to the proposed removal of any forms or centering, the CONTRACTOR shall submit to the ENGINEER t~e date on which the concrete in this particular section was placed, the record of temperature conditions prevailing in that section during the interval since placement and any pertinent facts concerning the proposed future loading of the section in question. , 34.3 If, in the opinion of the ENGINE~R, based on the records and conditions of the concrete, the removal of the forms is likely to endanger the whole of any part of the structure, forms shall remain in place for such additional period of time as may be necessary to insure safety, provided, however, that no form shall be wholly or partly removed in less C:\Syd"ey\wl'docs\miscelloneous\lUoster\scc3o. wpJ 3-A-ll (". [ r r r~\ r 35.0 35.1 35.2 35.3 , than five (5) days except as noted above and no slab or beam support in less than twenty- one (21) days unless reshored to th~ satisfaction of the ENGINEER. PATCHING AND FINISHINd CONCRETE SURFACES Immediately after removing forms, all concrete surfaces shall be inspected, and any poor joints, voids, stone pockets, or other defective areas permitted by the ENGINEER to be patched and all tie holes shall at o1?-ce be patched before the concrete is thoroughly dry. Defective areas shall be chipped away to a depth of not less than one (1) inch with the edges perpendicular to the surface. The area to be patched and a space at least six (6) inches wide entirely surrounding it shall be wetted to prevent absorption of water from the patching mortar. ' 35.4 The patch shall be made of the satlle material and of the same proportion as used for the concrete, except that the coarse aggregate shall be omitted and white cement shall be substituted for a part of the gray Cement to match the color of the surrounding concrete. The amount of water used in mixing the mortar shall be as little as consistent with the requirements of handling and placing. The mortar shall be retempered without the addition of water by allowing it to stand for a period of one (1) hour, during which time it shall be mixed with a trowel to prevent settling. I The mortar shall be thoroughly compacted into place and screeded off so as to leave the patch slightly higher than the surrounding surface. It shall then be left undisturbed for a period of one (1) to two (2) hours to permit initial shrinkage before being finally finished. The patch shall be finished in such a manner as to match the adjoining surface. On exposed surfaces where unlined forms have been used, the final finish shall be obtained by striking off the surface with a s~raight edge spanning the patch and held parallel to the form marks. I Tie holes left by withdrawal of the rods shall be filled solidly with mortar. Any excess mortar at the surface of the wall shall be struck off flush with a cloth. Patches shall be cured as specified under "Protecting and Curing", paragraph 18. 36.0 FINISH TREATMENT OF CONCRETE SURFACES I 36.1 Where finish is specified, after r~moving fins with a Carborundum stone, all exposed surfaces shall be given the following treatment: (1) Prepare a grout of about the proportions of one part cement to one part fine sand. Grout shall be of the consistency that will permit its application to vertical surfaces with a stiff bristle brush. the grout shall be brushed and floated on the previously dampened surface to fill completely all the air bubbles and indentations in the concrete. Allow the grou~ to remain on the surface until the cement has partially c: \Sydney\wpdocS\llliscellanoous\masler\scc3a. wpJ 3-A-12 D r . l ~~ ! ~ . I I set, then remove excess grout with a steel trowel. After drying for an hour or longer, depending on weather conditions, rub the surface vigorously with burlap to clean the grout from th~ surface completely, leaving pits filled, but without a visible film of grout on the surface. To lighten the surface, replace part of the gray cement with approximately thirty percent (30%) of white cement. Rubbing up a "lather" with Carborundum Stone shall not be permitted. Grout remaining shall be cured as specified under' "Protecting and Curingll . I 36.2 Concrete finish for all exposed surfaces shall be as specified in 36.1 above. I 37.0 PAYMENT 37.1 All materials, equipment and labor: for work called for in this section shall be included in the CONTRACTOR's bid. C:\Sydney\wpdocs\miscelbneous\lnasler\.ec3n. wild 3-A-13 r- L. , r~ I f '" , t I r i t-: i I DIVISION 3 - CONCRETE i SECTION 3-B - CONCRETE TESTING PROCEDURES I 1.0 GENERAL 1.1 Tests will be made of materials recc;ived on the job site unless otherwise provided in these specifications. A test may be required by the Engineer of any material used in the work covered by this specification, and unless specifically stated otherwise, the ASTM test and specification for the type and class of material indicated shall be used for test. All the standard tests specified in this section and elsewhere shall be arranged for by the Contractor. They shall be conducted by an' approved independent laboratory and will be made at the expense of the Contractor, unless specifically noted otherwise. Usually, the manufacturer's certificate of tests will be accepted. I , 2.0 . CONCRETE TESTS REQUIRED i 2.1 Where twenty-five (25) or more cubic yards of concrete are to be placed, and where necessary to maintain desired consistency of the concrete, a slump test may be made as specified in ASTM Designation C '143. The slump shall be as shown on the drawings or specified in the detailed specifications. A slump test shall also be made on each sample of concrete used in fabricating test specimens. The Contractor shall furnish and have available the slump cone and rod necessary for making this test. 2.2 Advance Concrete Test: Where more than 100 cubic yards of concrete are required for the entire project, advance tests of coricrete shall be made by an independent laboratory in accordance with ASTM Designation C 39 and the ASTM Standard tests required in ASTM Designation C 33. Eight (8) standard six (6) inch compression cylinders, four (4) to be tested at seven (7) days and four (4) at twenty-eight (28) day, shall be made with the proportioning and materials proposed to be used in the major part of the project. Subsequent tests may be made on seven (7) day basis if relation to twenty-eight (28) day test is established. Water contents shall be varied to produce values for water content -strength curve. The tests made on the aggregates, as required above, may be made a part of these tests if suitable referenced on the reports which shall be issued at seven (7) and twenty-eight (28) days. These tests shall be repeated if there are changes in materials or unsatisfactory results. Strength requirements shall be as stated in the specifications or on the drawings. The above shall only be done upon request of the Engineer. i 3.0 STRUCTURAL STEEL 3.1 I Field inspection for rust, dimens~ons, riveting, welding, and painting, together with laboratory and shop inspections andtests in accordance with ASTM Designation A 7, latest edition, by an independent laboratory, are required. I C;'5~dne9"wpdo05's's 60; 's 60;d"seot;on ;b.wpd 3-B-l r f___ f' r t r [ r- f L r- , t 4.0 PAYMENT 4.1 All material, equipment and labor for work called for in this section shall be included in the Contractor's Bid. I C'-5~dne~"wpdoC5VV 60,V 60,d'\scd;on , b.wpd 3-B-2 r L r~ 1.0 1.1 2.0 2.1 2.2 DIVISI6N 4 - MASONRY I I SECTION 4-A - BRICK MASONRY GENERAL I ' ' Include all labor, materials, equipm~nt and services required for the completion of all brick work. PRODUCTS I Color to be the same as, or nearly so, to the nearest house. Submit standard color samples of brick to the Engineer for approval. Submit only samples of brick that can be obtained quickly. 2.3 All mortar not otherwise specified to be composed of one part cement and three parts clean masonry sand to be properly mixed and tempered in accordance with the manufacturer's specifications. Mixing shall be done in a thoroughly acceptable manner and until the cement and sand are uniformly and evenly distributed throughout the mass. Mortarbox must be cleaned every night and nb mortar shall be used after standing over night. Sand used in concrete shall have 100% passing a #4 sieve. For exterior walls, same as one quart of approved waterproofmg compound, shall be added for each bag of cement and in exact accordance with the directio~s of the manufacturer. I 2.4 Masonry veneer walls shall be attached to concrete masonry units (eMU) walls with 18 gauge metal wall ties not over 16" O.c., both horizontally and vertically. I 2.5 Mortar shall be Brixment, Kosmottar, or approved equal. 2.6 Brick A. B. C. Face brick shall be ASTM C-216, latest edition, Grade SW, Type FBS, made from clay, shale, fine clay or mixture thereof. All brick shall be free from cracks, laminations, and other def~cts which may interfere with proper laying of brick or impair the strength or permanence of the structure. I A certificate of conforJnce as to grade and type shall be supplied by the manufacturer. I Contractor shall submit br~ck samples to Engineer for selection. The bricks to be used shall be of Modular ~ize (7-5/8 by 2-1/4 by 3-5/8) - and running bond. i I I I I C:\Sydncy\wpdocs\9\9735\seclion 4a.wpJ 4-A-1 r t ' '(\ \ r L r r l.~ r t " D. Provide all brick masonry Jo complete work. 3.0 EXECUTION 3.1 All work shall be plumb. level and .true. All head joints and bed joints on exterior face of wall shall be laid full and shall be tboled to give a concave finish. This shall be done with a round tool slightly larger than tb.e joint before the mortar hardens and with sufficient force to press the mortar tight against the brick on both sides of the joint. All head joints and bed joints in units shall be completely filled with mortar. 3.2 Do not lay masonry in freezing weather. unless suitable means are provided to heat materials. protect work from cold and frost and insure that mortar will harden without freezing. No antifreeze ingredients shall be used. I 3.3 Furnish and build independent of walls, the necessary scaffolding for masonry work to be built to such material. strength and rigidity as to safely support all loads placed thereon. I 3.4 All cutting of masonry shall be dode carefully and to exact dimensions. No openings shall show around cover plates, etc. , I 3.5 All masonry work shall be thoroughly cleaned by approved methods. Proper protection shall be given to the work of others during cleaning. I 4.0 TIES 4.1 Brick and Block walls shall be tied together with standard brick-ties placed on 18-inch centers in block wall every 4th horizontal seam started the 3rd seam up from the floor. 5.1 PAYMENT 5.1 Payment for all items in this sectiop. shall be included in the CONTRACTOR(S) bid price. C:\SyJney\wpJocs\9\9735\.eclion 4il'\VI'J 4-A-2 r t ...- " , I ~r ...- , t [ r~ r "c. ~ r . l_ r' , I SECTION 4-B - C6NCRETE UNIT MASONRY ! , 1.0 GENERAL ! 1.1 Publications of the following institutes, associations, societies and agencies are referred to in this section: I 1.1.1 American Society for Testing and Materials, ASTM: ! I ! 1.1.2 National Concrete Masonry Association, NCMA. i 1.2 All concrete unit masonry used in the project shall be manufactured in the same plant. 1.3 Masonry units shall be delivered to the site and stored on wood pallets until used. 1.4 Masonry units shall be kept cov~red until used. Handle to avoid damage. Broken, chipped, cracked or damaged units shall not be used. 1.5 Mechanical Building I . 1.5.1 All lift stations designed ~ith an average daily flow in excess of fifty thousand (50,000) gallons per day shall have erected a block building with brick veneer on the outside. This building will serve as the . lift station site for mechanical storage, and to house the electrical equipment. The building must have a minimum ceiling height of8'Q", and have 10'8" by 10'8" minimum outside dimensions. The inside dimension shall be a minimum of 8' 0" by 8' Q". The interior of the building shall be painted with light colorbd masonrY paint. The truss roof of the mechanical building shall be constructed with asphalt shingles with a pitch sufficient to allow water to run off the roof. the building must be securely anchored to a minimum 6-inch thick poured-in-place concrete reinforced slab. The surface slab shall be slightly above surrounding area. ! 1. 5.2 The building shall be designed so that it will not detract from the appearance of the surrounding vicinity. Match brick and roof of nearest house. I ! 1.5.3 A 42" wide (minimum) by?' hollow metal door in a steel frame with two finish coats of paint must be installed with a 2 I X 2 I louver for ventilation, and an aluminum threshold. The 400r must have a hasp for padlocking provisions. ! 1.5.4 A bituminous or concrete paved road (minimum 12'0" width) shall be built to the station, which will accommodate maintenance truck traffic. If the station is located on a dead-end street, a paved turn area shall be provided. Road construction shall meet current Jeffersonville I street specifications. Pavement shall be one (1) inch c, \Sydney\"'I,doe,\9\9603\9603d"eelion ..1. "'I,d 4- B-1 ~ r t L, , ~. ~ , ....... . l 1...,. INDOT HMA surface over two (2) inches INDOT HMA binder over nine (9) inches INDOT 73 DGA. A~l thickness refers to compacted thickness. I 1.5.5 A four (4) foot by four (4) fbot concrete slab, sloping away from the building shall be provided at the entrance ,to the building. I I 1.5.6 All above ground structures; hatchopenings, valve vaults, wet wells and driveways shall be designed so that they are inherently protected from a lOO-year flood event. . I 1.5.7 Two sets of as-built drawings (24" x 36") on mylar (4 mil) shall be provided to the Jeffersonville Wastewater Treatment Plant prior to Utility acceptance of the station. Four (4) copies of the operation and maintenance manuals shall be provided at this time along with the certificate of warranty, and two copies of all submittal plans and documents. 2.0 PRODUCTS 2,1 i , Concrete masonry units (CMU) shah be machine-molded, two or three core and solid units with nominal 8 inch x 18 inch fac~ dimensions, thickness as indicated on the drawings. Units shall be grade N-I as per ASTM C90 and C145 with normal weight aggregates conforming to ASTM C33. 2.2 I Reinforcing: galvanized, cold drawn steel wire adjustable wall ties ASTM A82 at 16" o.c. vertically and 32" o.c. horizontally. I Grout for reinforced masonry: AStM C476. 2.3 3.0 EXECUTION 3.1 Only first class workmanship will be accepted and completed work shall be comparable to the approved sample. i 3 .2 Concrete masonry units shall be 1a~d dry. I 3.3 Minimize cutting by laying out unitS dry prior to final setting. Where cutting is necessary, make cut with masonry saw. I 3.4 Stopping off horizontal runs shalt be done only by stepping back one module in each course. No toothing shall be permitted. i 3.5 Concrete masonry units shall be l~id plumb, level and true to line. Head and bed joints shall be spread thick without furro\ying. Mortar spread on the wall shall be limited to that which can be covered before it has : begun to set. Ample mortar for the head joint shall be I I C,ISydneylwpdocsl91960319603dlseclion .ok "'I'd 4-B-2 ..- [ , f l ~I ~ r L r-- I placed on the end of each unit to ,insure cross joints will be completely filled, without slushing, when the unit is shoved Into place. i 3.5.1 . Avoid pounding to fit stretc~er units after being set in place. Where adjustment has to be made after mortar has begun to harden, mortar shall be removed and replaced with fresh mortar. Align uhits on exposed surface. I 3 .5.2 Use concrete building brick for closures, filling, patching, leveling and similar uses. i 3.6 Cooperate with all trades and be responsible for cutting, patching and building in all work. I I 3.7 Grout full all ferrous metal frames, in concrete masonry walls with mortar. I . I Construct reinforced concrete unit ~asonry in accordance with the recommendations of the NCMA Handbook and in complia~ce with current building codes. i I 3.8.1 Grout full all cells of reinforced CMU walls with coarse grout and consolidate. 3.8.1.1 Use fine grout J,here clearance is less than %". I 3.8 3.9 Exposed joints shall be concave tooled using tool slightly larger than the joint. Use sufficient pressure to obtain complete contact along edge of unit to compress and seal joint. Concealed joints may be semi-flush, but shall be compressed to seal joint. 3.10 Block shall be laid in running bond. Vertical joints shall be perfectly aligned. No piece shorter than 8" shall be used in the. wall and all corners and intersections shall be bonded in each course. i i 3.11 Bond composite masonry with regular masonry reinforcement. Grout collar joints full with mortar. I 3.12 Cutting of installed work shall not be done without the approval of the Engineer. When approved, cutting and repairing shall be done by the masonry trade. All repairs or patching that will remain exposed' shall be done in such a manner that work will not be obvious as a patch. I I 3.13 Keep face of masonry free from excess mortar while laying. Brush with dry fiber brush as soon as is practicable. Remove, adhered matter. I 3.14 Repair and repaint defective work to match adjacent similar work. Replace broken, damaged or discolored concrete unit masonry that will remain exposed. c ,\SydneY\~1,docs\9\9603\9603d\secLion .,i,h. "'I'd 4- B- 3 r~ r- ~ . r f t......., I I 3.15 Dispose of excess materials and d~bris away from site. 4.0 TIES 4.1 Brick and block 'Yalls shall be tied together with standard brick-ties placed on I8-lnch centers in block wall every fourth hbrizontal seam started the third seam up from the floor. , 5.0 PAYMENT 5.1 Payment for all items in this section shall be included in the CONTRACTOR(S) bid price. C, \Sydney\wpdoes\9\9603\9603d\sect;on ..h. wl'd 4- B-4 r- L r~ " r- I t"." r r- I t . {\ I r , ...,'~'" 1.0 1.1 2.0 2.1 2.2 3.0 3.1 , I DIVISIbN 7 - ROOFING I I SECTION 7-A - SHINGLES I , GENERAL I I Furnish all labor, materials, equipment and services necessary to complete all roofing shown on the drawings and herein specified. Materials: 2.2.1 Shingles: fiberglass shingles shall comply with F.S. SS-S-001534, Class A, Type I. Weight shall be a minitrtum of 225 pounds per 100 square feet with ceramic granular surface. Shingles shall be three (3) tab with square butts, self-sealing. Each bundle shall bear the ,Underwriter's Laboratories, Inc., Class A. Hip and ridge shingles shall be 9" x 12". Color shall be selected by the Engineer. I 2.2.2 Felt: Asphalt saturated 15 p6unds per 100 square feet conforming to ASTM D-266. 2.2.3 Valley and starter material: mineral surfaced fiberglass roll roofing weighing 90 pounds per 100 square feet 'conforming to F.S. SS-R-630 D. EXECUTION Installation: I , , 3.1.1 Felt: lap 2" at head joints, 6" at end joints. Joints shall be staggered as much as possible. I I 3.1.2 Eaves flashing: double layer of felt from eaves to 24" inside interior of exterior walls. I I 3.1.3 Valleys shall be open type. Install two thicknesses. Bottom layer shall be 18 inches wide. Top layer shall be 36 inches wide. I , 3.1.4 Starter material: a starting dourse providing double thickness at eave shall be used. Shingles shall project over edge of sheathing at eave and rake to form a drip. , I C,18ydneylwpdocs\9\960319603d\o;ect;on 7.. wpd 7-A-l r b . r r-" t ,., l r L r l . .-- ~ r,1 ..-" . . ~".,.., 4.0 4.1 3 .1.5 Shingles: follow manufactur~r's recommendations for double coverage. Nails shall be corrosion-resistant with deformed, barbed or threaded shanks with heads of not less than 3fs" diameter anci' be long enough to penetrate roof sheathing. Use a minimum of four nails per strip and a minimum of two nails per tab on cut shingles. Stapling may be used in lieu of nailing, provided that application conforms to FHA UM-25 d. PAYMENT I Payment for all items in this section shall be included in the CONTRACTOR(S) bid price. C ,\Sydn.Y\"'l'docs\9\9603\9603dl,;eclioll 7 a.wpd 7-A-2 r, l. ,...... ~ r r L r I....~ r- l.~\' r I r: i i,.... r ~ r- f 1.0 i SECTION 7-B - SHEET METAL FLASHING AND TRIM GENERAL 1. 1 Except as otherwise specified or indicated, work under this section shall comply with the applicable portions of the "SMACNA Architectural Sheet Metal Manual," which will be referred to as the "SMACNA Manllal." 1.2 1.3 2.0 2.1 2.2 References: 1.2.1 Underwriter's Laboratories,' Inc., (U.L.) I 1.2.2 American Society for Testing and Materials (ASTM) i 1.2.3 Sheet Metal and Air-Cohditioning Contractors National Association, Inc. (SMACNA). Submit shop and installation drawings prior to fabrication. Indicate proposed materials and methods of anchoring, joining, expansion, cover plates, etc. I ! PRODUCTS Materials: 2.1.1 Metal flashing, trim, fascia, gutters and downspouts: aluminum type 3003-H14, anodized finish. Minimum thickness: 0.032 inch (color to be chosen by the Engineer from the manufacturer's standard colors). ! 2.1.2 Sealant: two-part urethane sealant, same as specified in Section 7-D, Joint Sealants. 2.1.3 Metal drip edge, aluminum anodized finishes minimum thickness 0.032 inch (color to be chosen by the Engineer from the manufacturer's standard colors). 2.1.4 Metal ridge vent, aluminum or galvanized metal for roof pitches from 3-12 to 12- 12. Fabricate metal work with lines, arises and angles sharp and true, and plane surfaces freed from objectionable wave, warp or buckle. Exposed edges shall be folded back to form a Ih" wide hem on the side concealeq from view. The workmanship and methods employed for forming, anchoring, cleating and expansion and contraction shall conform to applicable details and description as indicated 'in the 1979 edition of the SMACNA Manual. Counter flashing: two (2) piece, Figure B on Plate 49. C, \Sydney\wpdocs\9\9603\9603d\,eclion 7b. wpd 7-B-1 r r-~ k [ ~ ~ I r ,. .. ..J' f '--- . L 3.0 EXECUTION I I 3.1 Install flashing and trim work, fascia, gutters and downspouts as indicated and detailed on the drawings and as necessary to obtain a weathertight condition. I 3.2 Except where other methods of jointing are indicated or specified, all joints, seams and connections shall be soldered as follows: I 3.2.1 Remove grease and dirt from metal surfaces, use U.L. listed cleaning agent recommended for this purpose. Smooth surfaces to be soldered shall be roughened with a clean emery cloth or sandpaper (not steel wool). Apply acid-type flux and pre-tin all surfaces to be joined. 3.2.2 Remove all flux residue by scrubbing, neutralizing with ammonia or a 5-10% solution of washing soda and followed by clear water rinse. 3.2.3 Assemble parts and solder' using regular non-corrosive rosin flux. Heat metal thorougWy to completely sweat solder through full contact area. 3.3 Lap end joints of counter flashing a minimum of 3" and seal, do not solder. 3.4 Seal flashing receiver after counter flashing is installed. I I 4.0 PAYMENT 4.1 , Payment for all items in this section shall be included in the CONTRACTOR(S) bid price. c, \8ydneY\~1,doc,\9\9603\9603d\'eclion 7b. wpd 7-B-2 [ r L f r- . ~ ---., . I DIVISION 8 -'DOORS AN)). FRAMES I I SECTION 8-A - StEEL DOORS AND FRAMES I 1.0 GENERAL 1.1 1.2 I I Related documents: drawings and 'general provisions of the contract, including General Conditions, apply to the work of this section. I I I Description of the work: I 1.2.1 Extent of standard steel dOQrframes is shown and scheduled on drawings. 1.2.2 Builder's .hardware is specified elsewhere in Division 8. 1. 3 Quality Assurance: I 1.3.1 Provide doors and frames c6mplying with the Steel Door Institute's "Recommended Specifications: Standard Steel Doors and Frames" (SDI-lOO), and as herein specified. 1.3.2 Manufacturer: provide standard steel doors and frames by a single firm specializing in production of this type o'f work. 1.3.3 Provide steel doors and frames by one of the following: Amweld Building Products I Division Ceco Corporation Curries Manufacturing, Ine. Fenestra Republic Builders Products, Corporation SteelCraft Manufacturing Co. 1.3.4 Fire-related assemblies: provide fire-rated doors investigated and tested as fire door assemblies, complete with type of hardware to be used. Identify each fire door with recognized testing laboratory labels, indicating applicable fire rating of steel doors. Construct and install assemblies to comply with NFPA Standard No. 80, and as herein specified. ' 1.3.5 Temperature rise rating: for doors which require a 1.5 hour rating, provide doors which have a temperature rise rating of 4500 F maximum in 30 minutes of fire exposure on all fire-rated assemblies. C,\Sydney\wpdocs\9\9603\9603d\scclion 8'.Wl'J 8-A-1 r 1.4 Submittals: --- f ' 1.4.1 Product data: submit manufacturer's specifications for fabrication and installation, including data substantiating that products comply with requirements. r L 1.4.2 Submit shop drawings for fabrication and installation of steel doors and frames. Include details of each fram.e type, elevations of door design types, conditions at opening, details of construction, location and installation requirements of finish hardware and reinforcem~nts, and details of joints and connections. Show anchorage and accessory items. Provide schedul~ of doors and frames using same reference numbers for details and openings as those on the contract documents. 1.4.2.1 1.4.3 Label construction certificaiion: submit manufacturer's certifications for oversized I '. . fire-rated doors and frames that each assembly has been constructed with materials and methods equivalent to requirements for labeled construction. 1.5 Delivery, storage and handling: r--, t "" 1.5.1 Deliver hollow metal work ~artoned or crated to provide protection during transit and job storage. I I 1.5.2 Inspect hollow metal work upon delivery for damage. Minor damages may be repaired provided that finish items are equal in all respects to new work and acceptable to the Engineer; otherwise, remove and replace damaged items as directed. I 1. 5 .3 Store doors and frames at building site under cover. Place units on wood sills at least 4" high, or otherwise' store on floors in a manner that will prevent rust and damage. Avoid use of non-vented plastic or canvas shelters which could create humidity chamber. If cardboard wrapper on door becomes wet, remove carton immediately. Provide ~" spaces between stacked doors to promote air circulation. \-.....,.c, 2.0 PRODUCTS 2.1 Materials: i I 2.1.1 Hot-rolled steel sheets and strip: commercial quality carbon steel, pickled and oiled, complying with ASTM A 569 and ASTM 568. 2.1.2 Cold-rolled steel sheets: co1mmercial quality carbon steel, complying with ASTM A 366 and ASTM A 568. (\ r- ,. ~ ~ , c ,\Sy<1ney\wp<1oe,\9\9603\9603<1\scelion 8a. wp<1 8-A-2 r , L [ - ~ t [ r, , I 2.1. 3 Galvanized steel sheets: zirtc-coated carbon steel sheets of commercial quality, complying with ASTM AI 526, with ASTM A 525, G60 zinc coating, mill phosphatized. 2.1.4 Supports and anchors: fabricate not less than 18 gage galvanized sheet steel. I i I 2.1.5 Inserts, bolts and fasteners: manufacturer's standard units, except hot-dip galvanized items to be build into exterior walls, complying with ASTM A 153, Class C or D, as applicable. 2.1.6 Shop applied paint: primer shall be rust-inhibitive enamel or paint, either air-drying or baking, suitable as a base for specified finish paints. 2.2 Fabrication, General 2.2.1 Fabricate steel door units ~obe rigid, neat in appearance and free from defects, warp or buckle. Wherever practicable, fit and assemble units in manufacturer's plant. Clearly identify work that cannot be permanently factory assembled before shipment, to assure proper assembly at project site. I 2.2.2 Fabricate exposed faces of doors and panels, including stiles and rails of non-flush units from only cold-rolled steel. i 2.2.3 Fabricate frames, concealea stiffeners, reinforcement, edge channels, louvers and moldings from either cold-rolled or hot-rolled steel (at fabricator's option). , I 2.2.4 Exposed fasteners: unless otherwise indicated, provide countersunk flat Phillips head for exposed screws and bolts. 2.2.5 Thermal-rated (insulating) assemblies: , 2.2.5.1 At all exterior lbcations provide doors which have been fabricated as thermal insulating door and frame assemblies and tested in accordance with ASTM C Z36. i I 2.2.5.2 Unless otherwis~ indicated, maximum apparent U factor for thermal- rated assemblie~ is 0.24 BTU/hour (feet2) degrees F. I I 2.2.6 Finish hardware preparation: I 2.2.6.1 Prepare doors ind frames to receive mortised and concealed finish hardware in accordance with final Builders Hardware Schedule and templates provided by hardware supplier. Comply with applicable c, \SydneY\Wjldocs\9\9603\9603d\seclion 8a. WjlJ 8-A-3 t r ~ ~ ' r ~ I..~. I L r [: i i requirements of'ANSI A 115 series specifications for door and frame preparation for hardware. i i 2.2.6.2 Reinforce door~ and frames to receive surface-applied hardware. Drilling and tapping for surface-applied finish hardware may be done at the project site. 2.2.6.3 Locate finish hardware as shown on the final shop drawings or, if not shown, in accofdance with "Recommended Locations for Builder's , Hardware," published by the Door and Hardware Institute. 2.2.7 Shop painting: 2.2.7.1 Clean, treat and paint exposed surfaces of steel door and frame, induding galvarlized surfaces. 2.2.7.2 Clean steel surfaces of mill scale, rust, oil, grease, dirt and other foreign material~ before application of paint. 2.2.7.3 Apply shop ca<h of prime paint of even consistency to provide a uniformly finished surface ready to receive finish paint. 2.3 Standard steel doors: 2.3.1 Comply with SDI requirements as follows: I 2.3. 1.1 Interior doors: SiD I -100, Grade II , heavy duty, Model 1, minimum 18 gage faces. ! I 2.3.1.2 Exterior doors: SDI-100, Grade III, extra heavy duty, Model 2, minimum 16 gage faces. Form panels and doors from galvanized sheet steel. Close top 'and bottom edges of exterior doors as an integral part of door construction. 2.4 Standard steel frames: 2.4.1 Provide 16 gage metal frames for doors, transoms, sidelights, borrowed lights, and other openings of types and styles as shown on the drawings and schedules. Conceal fastenings, unless ?therwise indicated. 2.4.1.1 Fabricate framd with mitered and welded corners. 2.4.1.2 i . Form exterior frames of hot-dip galvanized. ! c, \Sydney\wpdocs\9\9603\9603d\seclion Sa, "'I'd 8-A-4 r: \ . r\ r , ~,- , 3.0 EXECUTION 3.1 Inspection: I 3. 1. 1 Installer must examine substrate and conditions under which steel doors and frames are to be installed and must notify the Contractor in writing of any conditions detrimental to proper and timely completion of the work. Do not proceed~ with the work until unsatisfactory conditions have been corrected in a manner acceptable to the installer. 3.2 Installation: 3.2. 1 Install standard steel doors, frames and accessories in accordance with final shop drawings and manufacturer's data, and as herein specified. 3.2.2.2 Except for fr~mes located at in-place concrete or masonry and at drywall installations, place frames prior to construction of enclosing walls alid ceilings. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is completed, remove temporary braces and spreaders leaving surfaces smooth and undamaged. 3.2.2.3 In masonry construction, locate three wall anchors per jamb at hinge and strike levels. Building-in of anchors and grouting of frames is specified is Division 4. 3.2.3 Door installation: 3.2.3.1 Fit hollow metal doors accurately in frames, within clearances specified in SDI-100. C,ISYrlneylwl'rlocs\91960319603dlsCclio>,8._wl'd 8- A- 5 i~ ~ r t, 3.2.3.2 3.3 4.0 PAYMENT i I Place fire-rated doors with clearances as specified in NFP A Standard i No.80.' . I I 4.1 Payment for all items in this section shall be included in the CONTRACTOR(S) bid price. c ,ISydneylwpdoe,\ 9\960319603d\'eclion 8. .wpd 8-A-6 r- i . L~ SECTIO~ 8..B - HARDWARE I 1.0 GENERAL I 1.1 Hardware supplier shall be an established fIrm dealing in contract builder's hardware, with a sample room and an adequate inventory. 1.1.1 Supplier shall be prepared to provide a competent representative to servIce hardware on the job as maYbe required. , 1.1.2 Supplier shall be a regular franchised distributor for all materials required for this project and only domestic manufacturers shall be used. 1.2 Submittals: 1.2.1.2 After final approval of the hardware schedule, provide copies to such other Contractors and suppliers necessary to complete their portion of the project. I 1.2.2 If requested, one sample of each different item of hardware shall be submitted for approval, accompanied by' an itemized list in quadruplicate showing where the different items are to be 'used, the manufacturer's number, the finish, sizes applicable and the number required. After approval and comparison with the hardware furnished, the salnples will be made available to become part of this project. 1.3 Method of bidding: 1.3.1 Proposals as submitted shalt be based upon furnishing materials and equipment as specifIed strictly in accordance with the types described or scheduled. 1.3.2 SpecifIc trade names, catalog numbers and manufacturers are mentioned as a guide to quality, function, and type of hardware required. 1.4 Delivery, storage and handling: 1.4.1 Hardware or templates, or both, shall be delivered to the factory or the building as required by those furnishing the items to which hardware is to be applied. c ,\Sydney\"'pdocs\ 9\9603\9603d\seclion sh. "'I'd 8-B-l r br f r L t . ...... t 2.0 1.4.2 I Packages of hardware shal~ be plainly marked so that locations of use may be ascertained without breaking the packages. , I Finish hardware shall be re~eipted for upon delivery. Delivery shall be made so that all work shall progress without delay or interruption. I I I 1.4.3 PRODUCTS 2.1 Function, size and Cquantity: 2.1.1 Examine the door and frame drawings to determine the suitability and completeness of the hardware specified. I 2.1.2 Provide all finish hardware required to complete the project. I ' 2.2 Attachments: 2.3 I 2.2.1 Surface-type door pulls, door closers, surface door holders shall be furnished and installed with hex bolts and machine screws. Length to door thickness. No exceptions will be made in 'method of attachments. I Quality standards, basic requirements and schedule: I 2.3.1 Butts and hinges: size to b~ generally 41h x 41h, unless otherwise noted. Supply butts of sufficient width, where required, to permit doors to swing 1800 or the I . nearest adjacent wall. 2.3.1.1 Standards: Hager, McKenney, Stanley. I I 2.3.2 Locksets, latchsets and deadlocks: I Standards:I;1a1cqn, Yale, Corbin, Sargent. 2.3.2.1 2.3.3 Exit or panic devices: VonDuPrin, Monarch. 2.3.3.1 Removable Mullion: Von DuPrin, Monarch. 2.3.3.2 Push bars: Von buPrin, Monarch. 2.3.4 Door closing devices: LCN, Yale, Reading. I , 2.3.5 Thresholds: C:\Sydney\\Vpdocs\9\9603\ 9603dlseclion sh. Wjld 8-B-2 D r ( , , 2.3.5.1 Standards: Durable Products, National Guard Products, Premco, Reese, I . ' Zero. ' 2.3.6 Weatherstripping: 2.3.6.1 , I Standards: Dural;>le Products, National Guard Products, Premco, Reese, Zero. ' 2.3.7 ' Keying shall be as instruct~d by the Owner. I 3.0 EXECUTION 3.1 Installation: I I 3.1.1 Finish hardware shall be installed as recommended by the National Builder's Hardware Association. 3.1.2 3.1.3 3.1.4 3.1.5 Fastenings of suitable size, quantity, type and finish shall be provided to secure hardware in position for h~avy use and long life. Hardware for application on metal surfaces shall be made to standard templates. Fastenings shall harmonize with approved type anchors'according to the material to which it is applied and as recommended by the manufacturer. In general, ends of thru-bolts shall be countersunk. Properly tab, index and file all keys as directed. Apply hardware in accordance with manufacturer's instructions, fit accurately, apply securely and adjust carefully. Use care not to injure work when applying hardware. ' , I The location of hardware in connection with doors shall be as follows unless I ~ otherwise shown on the drawings: center door knobs 38" above finished floor; center door pulls 40" and push plates 45" above finished floor; center single push bars 48" above fInished floor; space center hinges equal distance ,between top and bottom hinges. I I I Cover door knobs and pulls' with heavy cloth until painting is completed. Prior to completion of the building, examine all doors and other movable parts; adjust as required and leave hardware in good working order. 4.0 PA~NT 4.1 Payment for all items in this sectio~ shall be included in the CONTRACTOR(S) bid price. c, \SydneY\"'l'docs\9\9603\9603J\,cclion 86, "'l,d 8-B-3 r L [ [ r PART 1 1.01 1.02 GENERAL DIVISIONI15 - MECHANICAL I SECTION 15-A - LIFT STATION I I WORK INCLUDED I The scope of work to be completed under this section shall include furnishing of all labor , materials, equipment and services necessary for the construction of one (1) duplex raw sanitary sewage gravity lift station and valve pit; installation of guide rails and discharge piping for a third pump; valve vault; emergency pump out manhole; fencing, site work, and all work appurtenant thereto, as shown on the plans and in accordance with the specifications and the equipment manufacturer's requirements. I I I CONTRACTOR REQUIREMENTS Contractor shall submit copies of certified shop and erection drawings, and data regarding pump and motor. characteristics a1;ld performance. The data shall include performance curves based on actual shop tests ofpumping units, which show that the units meet the I specified requirements for head, capacity, efficiency, and horsepower for the various capacities specified. Except as hereinafter specified, certified tests of mechanically duplicate units will be acceptable. Curves shall be submitted on 8 Ih in. by 11 in. sheets. For units of the same size and type1 only curves for a single unit need be provided. Shop drawings for accessory equipment shall also be submitted. Shop drawings for electrical equipment and systems furnished herein shall be provided as specified under electrical work. 1.03 RELATED WORK PART 2 2.01 A. B. C. D. E. MOTOR Section 2-B Section 2-C Section 2-B Section 3-B Section 16 PRODUCTS - Sanitary Sewers - Force Main - Manholes - Cast-in-Plqce Concrete - Electrical Work I I Pump motors shall be of the sealed submersible type and shall be constructed with open winding with Class F insulation for operating in clean di-electric oil for cooling winding and lubrication bearings and seals.' Motor shall be protected by two (2) mechanical seals with an oil chamber between them. Seal faces shall be carbon and ceramic lapped. Integral motor and pump shaft shall be of 416 stainless steel. Motor shall be non- c, \8ydney\wpdocs\9\9603\9603d\<l;v;sinn 15.. wI'd 15-A-1 r~, r t I. ". r L" , overloading at all points on the pu~p curve. A double electrode shall be mounted in the lower end of seal chamber to detect, any water leakage into seal chamber. Electrodes are to be connected to the pump control panel. This seal leakage indicator shall not stop the motor but merely indicate leakage IS evident so that the pump lower seal can be serviced before the motor is damaged. 2.02 PUMPS 2.03 The following manufacturers are preferred: Flygt, Hydromatic, Myers. Other manufacturers may be acceptable on a case-by-case basis, only as approved by the Owner prior to bidding. Contractor shall furnish and insta~l two (2) submersible non-clog sewage pumps. The proposed 12" force main connects t<;> an existing 14" force main from the Utica-Sellersburg Road pumping station. The pump shall be capable of pumping the design flow of 705 gpm at 77' TDH with a shut off head of, 114' when both pumping stations are operating. The secondary design point for this station operating alone is 1,120 gpm at 72' TDH. The pump motor shall be 1,750 RPM, 30 HP (minimum), 3 phase, 460 volt, and shall be manufactured by a company regularly engaged in the manufacturing and assembly of similar units for a minimum of orte (1) year in the United States. The pumps shall be Myers 6VCX300M4-43, with a 101h" diameter impeller, or equal. The motor shall be an integral part of the pumping unit. A pump curve is included at the end of this section. ! . I PUMP AND RAIL SYSTEM DESIGN I Each pump shall be capable of harldling raw, unscreened domestic sewage consisting of water, fibrous materials, and 33/16 inch maximum diameter spherical solids. The pump(s) shall be capable of handling liquids with temperatures to 160 degrees F, and shall be capable of running dry for extended periods of time without damage to the motor and/or seals. The discharge connection elbow shall be permanently installed in the wet well along with the discharge piping. The pump(s) shall automatically connect to the discharge connection elbow when lowered into place, and shall be easily removed for inspection and service. There shall be no need for personnel to enter the wet well. Sealing of the pumping unit to the discharge connection shall be accomplished by a simple linear downward motion of the pump. A sliding guide bracket shall be an integral part of the pump unit and shall engage a minimum of 20 inches of the guide rails at anyone time. The guide bracket shall wrap around the guide rails in excess of 180 degrees. The entire weight of the pumping unit shall be guided by no less than two (2) guide rails and pressed tightly against the discharge elbow with metal to metal contact. The mating faces of the sliding guide bracket and discharge elbow shall be dissimilar metals to prevent seizing. Thestationary face shall be 16 gauge, 300 series stainless steel or better; the movable face shall be cast iron. Sealing of the f~ces by means of a diaphragm, o-ring, or other sealing device shall not be acceptable. No'portion of the pump(s) shall bear directly on the floor of the wet well. Lower guide bar holders shall be integral with the pump discharge connections. Guide rails shall be s~andard weight stainless steel 2 inch pipe. Guide rails I I C, \Sydney\wpdoes\9\9603\9603d\di,,;sion lS...,pd 15-A-2 r f ~ r . ~ I---d --~ t ' t I shall not support any portion of the Weight of the pump. A stainless steel lifting chain with a safety factor or five (5) shall be provided with each pump. I These pumps, on occasion, will be required to both run at the same time for extended periods of time without damage or overheating. A third guide rail system and discharge piping from the wet well to the valve vault shall be installed for future installation of a third pump. I 2.04 PUMP CONSTRUCTION . A. C. The motor shall be the standard product of an established motor manufacturer. The motor shall be designed to be non-overloading over the entire pump curve, and explosion proof. The rotor and stator assembly shall be of sub-standard frame design and secured to the pump seal plate by four (4) threaded fasteners allowing for easy serviceability. Motor designs incorporating shrink or press fit assembly of the stator an9- motor hou~ing shall not be acceptable. The motor shall meet the I C, \SyJney\wpdoe'\9\9603\9603J\divi,ion 15.. wpJ 15-A-3 r, . --- ~ r r L-~ r t .....-. r t tc-, I standard for enclosure, type of mounting and basic electric design for NEMA Design B. The thrust bearing shall be of the double row ball type with the upper radial bearing of the single row ball type. D. Thermal sensors shall be us~d to monitor stator temperatures. The stator shall be equipped with a thermal switch embedded in the end of coil of the stator winding. This shall be used in conjunction with and supplemental to external motor overload protection and wired to the control panel. ! I ' The pump shall be equipped with a minimum of 25 feet of type SO power cable, sized by the manufacturer, ahd 25 feet of sensor cable. The Contractor shall verify the length of cable required 'prior to ordering pumps. The cable entry design shall be such that it precludes specific torque requirements to insure a watertight and submersible seal. All incolp.ing lead wires shall be spliced in the motor terminal housing. After splicing, thel terminal housing shall be filled with epoxy to seal the outer cable jacket and the individual strands to prevent water from entering the motor housing. A secondary rubber pressure grommet shall be provided as an additional sealing point and strain relief at the point of cable entry. Cable entry designs utilizing terminal boards to connect power cord leads with motor leads shall not be acceptable. E. 2.05 PUMP TEST i The pump manufacturer shall perform the following inspections and tests before shipment from the factory on all pumps: A. I I Certified pump curves shall be supplied for each installed pump. Pump motors . shall be non-overloading at all points on the pump curve. i I i All pumps shall have stain1~ss steel nameplates securely attached. i A check of the voltage and frequency shall be made as shown on the name plate. B. C. D. A motor and cable insulation test for moisture content or insulation defects shall be made. E. The pump shall be completely submerged and run to determine that the unit meets three pre-determined performance points. F. If vibration problems are present during startup, and the Engineer deems vibration tests are necessary, the pumps shall each have vibration tests per the Hydraulic Institute Standards. The expense of these tests shall be borne by the Contractor. i G. A written report shall be providedsl1owing the aforementioned tests have been performed in accordance with the specifications. C,\Sydney\wpdocs\9\9603\9603d\division 1 So. wl'd 15-A-4 ~ f r . .. ~ Ie ' .-,~ I -, L> , Iir""~",, H. I I The contractor, pump supplier and contractor's electrical subcontractor shall perform field operation tests, when all construction is complete, to show that all items are working properly and meeting design specifications. A complete written report, containing the above, shall be submitted to the City. 2.06 WET WELL BASIN The 14' diameter basin shall' be constructed of precast concrete manhole barrels and poured reinforced concrete top. Manhole barrels shall conform to the requirements of paragraph B. All inlet and outlet pipes through the Wet Well wall shall be through a round hole cast into the wall and sealed with a Kor-N-Seal, or equal, type joint and grouted flush inside and out with non-shrink grout. The wet well base shall be placed on a minimum of twelve (12) inches of leveled and compacted INDOT #57 stone. The basin floor shall have a fillet at the inner base wall of the wet well to prevent the accumulation of solids. , I - -' ' B. Precast concrete sections a~d appurtenances shall conform to the ASTM Standard Specifications for Precast Reinforced Concrete Manhole Sections, Designation C478, latest revision, with the following exceptions and additional requirements: i 1 A. 1. The wall sections shall be not less than 8" thick. , i ;1 Joints between sections shall be made watertight through the use of two (2) ringsof flexible butyl rubber or alIA" diameter flexible joint sealer, No. 2 Kent -Seal as manufactured by Hamilton Kent Manufacturing Company. Gaskets shall conforin to the ASTM Standard C443, latest revision. Interior joints shall be sealep with high strength non-shrink grout. 2. 3. Sections shall be cuted by subjecting them to thoroughly saturated steam at a temperature betw~en 100 deg. and 130 deg. F for a period of not less than 12 hours or, when necessary, for such additionaltime as may be needed to enable the sections to meet the strength requirements. 4. No more than two lift holes may be cast or drilled in each section. 5. Flat slab tops shall be reinforced as shown. All concrete shall be Class A (4000 psi), and in accordance with ASTM C478 LR standards. 6. The date of manufacture and the name or trademark of the manufacturer shall be clearly ma}ked on the inside of the barrel. 7. Acceptance of the sections will be on the basis of material tests and inspection of the completed product. c ,\8ydney\wpd",,'\9\9603\9603d\clim,inn 15._ wpd 15-A-5 ~ [ [ [ [ [ [ c r u 8. The mortar shall be ~omposed of Portland Cement, hydrated lime and sand, in which the volum~ of sand shall not exceed three times the sum of the volume of cement a:q.d lime. The proportions of cement and lime shall be mixed in the proportions of 1:112:4-1/2. 9. Cement shall be Type II Portland Cement as specified for concrete masonry. Hydrated liine shall be Type S conforming to the ASTM Standard Specification for Hydrated Lime for Masonry Purposes, Designation C207- 76. j 11. The sand shall comply with the specifications for "Fine Aggregate: for concrete masonry ex.cept that all of the sand shall pass a No.8 sieve. I 10. 12. Only clean adjustment rings shall be used. Each adjustment ring shall be laid in a full bed and joint of mortar without requiring subsequent grouting, flushing, or filling, and shall be thoroughly bonded as directed. 13. The exterior surfac) of all the wet well sections shall be given two heavy coats of bituminous waterproofing material. The waterproofing material shall be applied by brush or spray and in accordance with the instructions of the manufacturer: 14. All hardware and fastener items located either inside or directly connected to the Wet Well and/or Valve Vault shall be of stainless steel construction. C. A minimum four (4) inch ductile iron pipe wet well vent shall be installed, with a 180-degree bend and a staill1ess steel screen. 2. 07 HATCHES A. Hatches shall be Bi1co, or equal, with the following dimensions: Wet Well Primary: 3' x 5' (two doors) Secondary: 3' x 3' B. Valve Vault Primary: 3' x 5 ' (two doors) Secondary: 3' x 2.5' Force Main Junction Box: 4' x 6' (two doors) " I Frame shall be IA" (6.35 rom) extruded aluminum with built-in neoprene cushions and with strap anchors bolted to exterior. Door leaf shall be IA" (6.35rom) C ,18ydneylwpdocsl91960319603dldivision 15." "'I'd 15-A-6 r L r r , , ,~ r t . r l. r aluminum diamond plate to withstand a live load of 300 Ib/ft2 with a maximum allowable deflection of 1/15bth of the span. Stainless steel carn-action hinges shall be bolted to underside and pivot on torsion bars for smooth, easy and controlled door operation throughout the entire arc of opening and closing. Operation shall not be affected by temperature. Doors shall open to 90 degrees and lock automatically in that position. A vinyl grip handle shall be provided to release the cover for closing. A Type 316 stainless steel snap lock and removable turn handle shall be provided. Aluminum shall be mill finish, with bituminous coating to be applied to exterior of frame by manufacturer. Hardware shall be zinc plated and chromate sealed. Install~tion shall be in accordance with manufacturer's instructions. Manufacturrr shall guarantee against defects in material or workrrianship for a period of five years. 2.08 PAYMENT Payment for all materials, equipment and labor required to comply with this section shall be included in the Contractor's bid. I I 2.09 VALVE VAULT A. I I A rectangular valve vault shall be installed on the discharge piping for ease of accessibility and maintenance of the check and plug valves. It shall be designed so that no part of a valve or pipe fitting flange is closer than twelve (12) inches to a waTI, floor or ceiling'to allow easy maintenance access. B. , The valve vault shall be coristructed in accordance with the specifications for wet I well construction. The valVe vault shall be a rectangular pre-'-cast or cast-in-place concrete structure with a m~nimum inside dimensions of 8' x 10'. The discharge piping shall be at least three (3) feet below finished grade of the area. The valve vault base shall be placed on at least six (6) inches of leveled and compacted INDOT #57 crushed limestone. The valve vault shall not be placed on unstable (uncompacted) fill due to ov~r-excavation of the lift station area. All inlet and exist piping through the wall of the valve vault shall be through cast-in-place openings provided with a resilient se~l. A drainpipe shall be placed in the valve vault with a discharge end placed in the wet well. An approved backflow device shall be placed on the end of the drainpipe in the wet well. I I The valve vault shall be cqated on the outside with an approved bituminous seal coating. C. D. A hinged hatch with locking provisions, access hatch assembly shall be installed on the top of the valve yault. The hatch, frame, and accessories shall be constructed of aluminum with stainless steel hardware and fasteners, having, a I minimum opening as specified in Section 2.07 A. The hatches shall be rated at 300 C, \Syd"cy\wl'doe,\9\9603\9603d\divi,ion 15.. wpd 15-A-7 r ! l~ r~, 1" l psf live load. The hatch shall open away from the electrical control panel/junction box. i 2.10 EMERGENCY PUMP CONNECTION MANHOLE A. An emergency pump auxiliaDr connection and manhole shall be provided at all Lift Stations. Structure shall be 'a precast manhole (4' minimum diameter) with precast concrete lid (ASTM C478 LR) with a Neenah R6077 casting and frame poured in precast lid. This connection shall allow bypass pumping of the wet well during emergency conditions. The pipe shall extend a minimum of one (1) foot above the lid, turn 900 to the hose connection., The emergency connection Quick Disconnect fitting shall be six (6) inch diameter with a six (6) inch female Cam Lok fitting. B. There shall be a plug valve installed on the pipe to allow bypassing when necessary, a one (1) inch pipe with valve fromthe piping to the wet well for pipe drainage and a 2" PVC pit drain from this structure to the valve vault. I 2.11 CONTROLS, INTERNAL COMPONENTS AND WIRING A. Primary level control shall be by the means of a Pressure Systems, Inc. KPSI series 700 level transducer with ~n operating range of 0-20 feet and an output of 4-20 milliamps. The level transducer shall be protected with the optional transient voltage surge protection device. There shall be a programmed level setting for the following: pumps off; lead pump on; lag pump on; high wet well level and low wet well level. I B. In the event of failure of the primary level control, there shall be a secondary level control system consisting of (1) pumps off float; (1) lead pump on float; (1) lag pump on float. Activation of the lead pump float shall also cause an alarm condition. The float switch~:s shall be mercury switch type sealed in a polyurethane float with 35 feet of type SJTO-W/A cable. I C. A minimum of one (1) 120volt, 15 amp receptacle, and a GFI duplex receptacle shall be mounted in the control enclosure. An internal panel light, with switch, shall be installed in the e1e~trical enclosure. I I D. A NEMA 4X junction box for pump make-up connections shall not be located in the wet well, but shall be mounted on a pedestal on top of the wet well slab. The junction box shall be mounted a minimum of 18 inches above the wet well top slab. The pedestal shall provide an air gap between the wet well and junction box. One, two (2) inch diameter schedule 80 PVC conduit per pump must be installed from this junction box to the pumps. The conduit, and all connections, must be sealed c, \Sydney\wpdocs\9\9603\9603d\d;vision 15.. wpd 15-A-8 [ l - . I i ~ I at both ends with manufact,urer-approved watertight seals, or silicone. The wet well shall be considered as 'a Class I, Division 1 hazardous location. , i - .1 E. An automatically resetting phase monitor shall be installed in the electrical enclosure. Status contacts, from the phase monitor shall be wired to the pump control panel. An electrical surge protection device shall be placed in the controls, for each pump control circuit. I F. An Arictite receptacle, body grounded, Catalog number AR 2042, 200-amp, 600V AC/250V DC 3 wire, 4 pole, female receptacle shall be installed for use as an emergency electrical pump connection. I I An externally mounted NEMA 3R red-flashing globe-type alarm light, with a lexan-type cover and wire shield shall be installed on the outside of the mechanical building, visible from the road. The light shall be activated upon a HIGH or LOW wet well level and normal power failure. G. H. A power distribution sub-panel, with the appropriate number of breakers, shall be mounted in the electrical enclosure to provide protection to the various circuits. , I I. Each electrical panel shall be wired as per the wiring schematic, and labeled with . wire markers. J. All internally mounted electrical components and terminal points shall be clearly labeled. K. Pump Control Panel 1. A pump control panel shall be provid.ed to house the Programmable Logic Controller (PLC), radio, back-up battery power supply, and pump monitoring equipment. 2. The pump control panel shall be mounted within the electrical enclosure and supplied with a thermostatically controlled 120 V AC heater sized to maintain panel internal temperature of a minimum 550 F and shall include a low temperature switch, set at 400 F, within the enclosure to alarm failure of heater. 3. Equipment within the pump control panel shall be designed to operate on 24 V DC. A back-up battery power supply with charger shall be provided to allow operation of the PLC and radio on loss of 120 V AC power. This unit shall be sized tp operate controls for a period of 6 hours. I 4. Retain services o~ Utility's communications system supplier for the purposes of relocatIng the existing radio telemetry panel and establishing i C :\Sydney\wpJocs\9\9603\9603J\Jivision 15<1.. wpd 15-A-9 r to, r ! l"" f r L I a reliable radio path to the Jeffersonville Wastewater Treatment Plant, providing field serviCes on the relocation of the system, and certifying the correctness of said installation. Utility's communications system supplier is Radio Communitations Systems, Inc., Louisville, Kentucky, (502) 587-7384. Specific communications systems supplier services shall include: I I . Performance of a physical radio path study, using radio equipment mounted at tlle new lift station and utility's exiting radio repeater, to ensure a yiable radio path between the new lift station and the Utility's existing radio repeater, and to determine the required radio antenna mounting height. Computer based path study is not I acceptable. . Preparation of FCC license application forms as required. Forms shall be completed to the extent only the name and signature of Utility's representative will need to be completed by the Utility. License application fees shall be included as part of the lift station. . Selection of specific radio modem equipment. . Selection of tadio antenna and antenna cable. . Recommendations for grounding methods and surge protection equipment for radio and antenna. . Verification I of proper communications between the new radio modem and t;he Utility's existing radio repeater after installation of the system is complete. 5. A radio telemetry monitoring system shall be provided. The radio modem shall be Microwave Data Systems (MDS), linked to the master PLC located at the Jeffersonvill~ 'Wastewater Treatment Plant through the telemetry system. Radios shall utilize Jeffersonville's licensed frequency. A yagi- type radio antenna shall be externally mounted with connection to the radio telemetry system. Required modifications to the Lift Station monitoring software at the Jeffe~sonville Wastewater Treatment Plant will be performed by the Utility. . 6. The automatic pump operation, automatic pump lead-lag alternation, and all control logic cOnlmandsshall be carried out by the PLC. The PLC shall be (Allen Bradley Micrologix 1000 I Modicon TSX Momentum) series meeting the following requirements: i . Minimum 12 Discrete Inputs . Minimum 8 IDiscreteOutputs . Minimum 4 :Analog Inputs (Where required for CSO monitoring) . Minimum 1 Analog Output i 7. Provide the following front of panel mounted devices to be labeled as indicated: C ,\Sydney\wpdoe,\9\9603\9603d\,liv;,;on lSa.wpd 15-A-IO r ~ t .....- t ,~ ....... t , L . "Hand-Off-~utomatic" switch for each pump, with the hand mode , wired for mdnual' operation. I "Normal/Bypass" switch (both labeled as such) shall be provided for each pump. The "Normal/Bypass" switch is to bypass the operation of a pump. This will aliow the (PLC) to ignore this pump for alarm and alternating purposes. "Lead Pump 1 / Lead Pump 2 / Lead Pump Alternate" selector switch. I "Pump Run" indicating light for each pump (labeled as Pump "x" Run), lit when the pump is ON. "Seal/Failure" indicating light for each pump (labeled as such). "Motor High Temperature" indicating light for each pump (labeled as such). I Accumulativ~ type elapsed "Run Time" meter for each pump. The meters shall be a non-resettable type in one-tenth (lIlOth)-hour . I ' lllcrements. . ' The elapsed time meters are to be an integral part of the motor control enclosure circuitry and are to be visible from the front of the I . . enclosures and without requiring the enclosure to be opened. A waterproof observation window in the controller enclosure may be utilized for the purpose of making the meters visible to the operating personnel. the meters shall be 115 volt, non-reset types to indicate pump running time in minutes and tenths of minutes to 99999.9 minutes. ' A "Test-Auto" test switch shall be mounted on the control enclosure dead panel fnr testing all alarm lights (labeled as such). . . . . . . . . . 8. System programming guidelines: i . PLC shall be configured to monitor the following input signals: Pump 1 running Pump 2 running Pump 1 lead (from hand switch) Pump alternate (from hand switch) Wet W ellleyel (analog) High Wet VI ell level . Low Wet Well level Low temperature (outdoor systems only) Control power (120 V AC) available CSO flow (where present - analog) . Automatic pump control shall start and stop pumps in a lead and lag fashion based on Wet Well level input. I C ,\SydneY\"'l,docs\9\9603\9603dld;v;s;0ll 15.. "'l,d 15-A-Il r: r: '-'~ ~ r l (J r r:; c c [J r::L---, ",,-, "" ,/ c: c c c c r.: c c L. . Provide pump fault logic to sense discrepancy between pump-required output being turned on and no pump run signal being received. Configure system to generate fault on any condition including motor overload, motor over temperature, seal failure or power disconnect. Provide time delay on pump required outputs, initially set at 10 seconds and 20 seconds, to prevent simultaneous pump restart on restoration of control power. All alarms shall automatically reset when the alarm condition has cleared. An adjustable 0-15 minute time delay relay shall be activated ami timed-out prior to transmitting the high wet well level condition. . . 9. All switches, indicating lights, and push buttons mounted on the pump control panel shall have engraved plastic legend nameplates (black with white letters) - secured with screws - indicating its function. I The control panel shall be wired in accordance with all applicable requirements of the National Electrical Code. Control circuits shall be minimum sixteen (16) gauge; red in color for ungrounded conductors, white for grounded conductors. Power circuits shall be sized as required for the load and shall be black in color. The ends of all wires shall be tinned with 60/40 lead/tin solder. Each wire end I . shall be identified with a nuinbered wire marker. All wiring shall be done in a neat I .. and orderly fashion; exposed wires shall be bundled and tied. M. An electrical power surge protector shall be installed to protect the pumps and control panel. N. A thermal magnetic circuit breaker shall be supplied for each pump motor, sized in accordance with National Electrical Code requirements. A heater shall be installed in the panels to control moisture. o. A magnetic starter shall be provided for each pump motor. Motor starters shall be Nema rated magnetic type with a 120 volt control coil, and three thermal overload relays for three (3)-phase and single phase services with a minimum size of NEMA-l. Each magnetic starter shall be equipped with a three (3) pole ambient compensated overload relay and quick trip heater elements properly sized for the motor load. The overload relay shall provide the terminals for connection of the pump motor cable. P. A control transformer shall. be provided to supply 115 volts to the control circuit. The control transformer sh~ll be of the open frame machine tool type sized to meet load requirements of the control circuit. The control transformer primary shall be connected to the load side of the circuit breaker feeding pump #1. One side of the control transformer secondary shall be grounded. The other side of the control c: \Sydney\wl'docs\9\9603\9603d\divi,ion 15.. wl'd 15-A-12 [ [ r r t . I ~ r- lr r L r 2.16 B. The poles shall be a minimum of twelve (12) inches in diameter and ten (10) feet into the ground. These shall be standard creosoted utility poles. PIPE, VALVES AND FITTINGS A. The suction and discharge pIpe and fittings shall be Ductile Iron Class 150. Inside pipe and fittings shall be flanged. Bell end pipes or fittings with mechanical joints shall be provided at or near the outside face of the station well. Piping shall be supported independent of the sewage flanges. All inside plug valves shall be provided with handwheel operators. Valves and piping shall have a minimum size of four (4) inches. B. All metal piping other than cast or ductile iron and copper tubing shall be galvanized steel pipe. Piping shall be designated to minimize station head loss y~t maintain a cleaning velocity of at least two (2) feet per second. All discharge piping shall be same size as force main, increasing if necessary, at the pump discharge. C. A swing-type Check Valve and Plug Valve shall be installed in the discharge line of each pump and located iri the Valve Vault. The two lines from the pumps shall be connected to the Force Main by a Wye Fitting in the Valve Vault. Provide "SLOW CLOSING" check ",alves when conditions require such a valve. i The Sluice Gate for the 1011 diameter pipe in the manhole upstream from the wet well shall be a Clow Corporation, or equal, F-5350 manually operated, cast iron, bronze mounted, with solid bronze adjustable wedges. The gate shall be sized for a ten (10) inch opening. Setting pressure is direct at 21 feet of head. The face shall be anchored with bo1t~. The stem shall be a steel, non-rising and anchored to the manhole wall with t,-,,:o (2) cast iron stem guides. A six (6) foot long valve wrench shall be provided mounted on a Wrench Hanger on the manhole wall. The stem shall be long enough so handle is above lid when in use. This Sluice Gate shall provide a watertight seal when closed and under the direct pressure caused by the upstream flow. D. E. Check valves shall be Matcb, or equal, oil control swing-type check valves with a side mounted spring-loaded lever conforming to A WW A C111 and rated at 150 pSI. F. Plug valves shall be Dezurik, or equal, eccentric type, rated for 150 psi and conforming to A WW A c564-80. G. Pressure gauges shall be installed on top of each pump discharge on the wye-fitting before it joins the Force M~lin. I C, \SyJney\wpdoe,\9\9603\9603d\d;vi,;on 15n.wpd 15-A-14 ~ P I t,~ 2.17 REMOTE ALARM SYSTEM A. The existing telephone line connection and telemetry system between the High Water Levelalarm at the Lift Station system and the Master Pump control panel at the Wastewater Treatme~t Plant shall be removed. It is to be replaced with the new system. 2.18 FENCING (IF USED) A. The fence as shown on the plans shall be constructed of all new materials. All fence fabric materials furpished shall be aluminum coated steel meeting the requirements of ASTM A 491. All fence and gates shall be erected in the locations as shown on the plans. B. Fabric 1. The fabricshall No.9 gauge wire, 0.148 inches diameter, woven in two (2) inch chainlink "mesh"; top and bottom edges to have a twisted and barbed fInish. The fabricSl1all be six (6) feet high. The over-all fence height shall be six (6) feet. I r~ t' t,~ 2. The barbed wire shall be four (4) point barb pattern made of two (2) strands of No. 12-112 gauge ahiminum coated steel wire, twisted, with the barbs not to exceed four (4) inches spacing. 3. No. 11 gauge steel or No.9 gauge aluminum fabric ties, of proper length, shall be furnished tQ'attach the fabric to the top rail, spaced approximately twenty-four (24) inches apart and to the line posts every fourteen (14) inches apart. 4. Individual bands shall be furnished for attaching the barbed wire to the I corner and gate posts. C. POSTS 1. All posts shall be structural grade steel pipe of the indicated size and weight. r t 2. All gate, corner and end posts shall be three (3) inches O.D. tubular steel weighing 5.79 lbs/fl. For 10 foot gates, post shall be 4 inch O. D. at 9.10 lbs/ft. 3. Line posts shall be two and one-half (2-112) inches O.D. tubular steel weighing 3.65 lbs/fl. c, \Sydney\wpdocs\9\9603\9603d\d;vision 15n, "'I'd 15-A-15 r L r--. ~.. , r ! , "'.,.".... r t L, 4. The posts shall be ot sufficient lengthto support a six (6) foot high fabric fence; line posts shan allow for thirty (30) inch embedment in concrete and other posts shall aI10w for thirty-six (36) inch embedment in concrete. Posts will be spaced nor farther apart than ten (10) foot centers in line of fence. 5. All terminal posts shall be of sufficient length to extend one (1) foot above the top of the fabric to provide for sufficient space to attach three (3) strands of barbed ;wire, and they shall be provided with galvanized malleable iron tops, designed for an outside drive fitting. 6. All concrete for posts shall extend four (4) inches below the bottom of the post. The following sized holes shall be used for the different posts: 10" diameter for line posts for the full depth 12" diameter for terminal posts for the full depth 15" diameter for gate posts for the full depth 7. Concrete for setting all posts shall be Class A concrete. All posts shall be set exactly in the center of the concrete. D. EXTENSION ARMS "V" shaped extension arms to extend outward at a 45 degree angle made of pressed steel riveted to a malleable i;ron base, to carry three (3) barbed wires each, with the top most wire twelve (12) illches above the fabric, shall be furnished for each line post. The base shall be provided with a proper sized hole to pass the top rail. Line posts with integral extension arms will be acceptable. E. TOP RAIL The top rail shall be of 1-1/2" (min.) O. D. structural grade steel pipe weighing not less than 2.72 lbs. per lin. foot, provided with extra long pressed steel sleeve rail couplings. This rail shall pass through the base of the line post extension arms and form a continuous brace of the line post extension arms and form a continuous brace from end to end of ~ach stretch of fence. Malleable iron or pressed steel connections shall be provided for attaching the ends of the rail securely to all end, gate, or corner posts. F. CORNER BRACES AND TRUSS RODS There shall be provided for each end, corner, or gate post, the necessary 1-5/8" O. D. structural grade steel pipe braces, weighing not less than 2.72 lbs. per lin. foot, equipped with the necessary malleable iron fittings for secure attachment to the terminal posts and the first line post therefrom. Three-eighths (3/8) inch truss C,\Sydney\wpdoe,\9\9603\9603d\di,i'ion 15.. wpd 15-A-16 r r'\ ". r i r ~ , , rods, with turnbuckles and attachments, shall be provided. All corner posts shall be braced in each direction. G. STRETCHER BARS AND. BANDS 1. Stretcher bars, made of 1/4" x 3/4" high carbon steel shall be provided for attaching the fabric to all terminal posts. 2. All stretcher bands s~ll be of the unclimbable beveled edge type, provided with 3/8" diameter square shouldered carriage bolts, non~removable from the outside of the feQce. These bands shall be spaced fourteen (14) inches apart. H. GATES 1. All gates shall be the industrial swing type. Gates shall be of lengths as indicated on the fencing plan shall be installed with barbed wire attached to extensions as required for line fencing. Gates shall be manufactured with 2" standard pipe horizontal members and 2" standard pipe vertical members for all gate lengths up to 26' . 2. All post placements shall be made to accommodate the gate opening specified. The Contractor shall furnish all labor, materials, and appurtenances required to provide a complete and properly operating gate for each installation. Materials shall be coated to prevent corrosion as specified above. 3. If bolted or riveted corner fittings are not used, the gate frame shall be hot dip galvanized after welding. 4. Gate hinges shall be of heavy pattern of adequate strength for the gate size, with large bearing surfaces for clamping or bolting in position. 5. The gates shall be provided with a suitable latch accessible from both sides and with provision for padlocking. 6. A gate catch, anchored in the ground, shall be installed at all locations to hold each gate leaf open. 7. Double leafswing gates shall have a center bolt, center stop, and automatic backstops to hold leaves in position. C ,\Sydney\wpdoe,\9\9603\9603dldi,,;,ion 15,. wl'd 15-A-17 r t r I. LOCKS 1. A padlock shall be provided for each control panel and set of gates with duplicate keys. All padlocks provided shall operate with the same key. 2. Gate padlocks shall have solid brass cases, hardened steel shackles, moveable core cylinders, and galvanized steel chains attached to the shackle by a clevis. Padlocks shall be manufactured by Eaton Corp. Lock and Hardware Division, :of Emhart Corp., Berlin, Connecticut; Best Universal Lock Co., Indianapolis, Indiana; or equal. PART 3 EXECUTION 3.01 GENERAL [ The Contractor shall construct, furnish and install as detailed, at the elevations given and where shown on the drawings, a gravity sewer, with manholes; a complete duplex pump station capable of handling raw, unscreened domestic sewage, complete with submersible non-clog sewage pumps, manhole with plug valve, emergency pump out manhole, liquid level transducer, liquid level float controls as a backup, discharge piping, valves, electrical controls and alarm system, and a precast concrete wet well. r ,,~ [ 3.02 FENCING The fence shall be erected in such a manner that it will follow the general contours of the I grc>urid or so that the top rail will show only gradual or sweeping curves when viewed from a distance. However, the fence shall be so designed that it may follow any abrupt h changes in grade if they occur along the lines of the completed project. I Ie.: 3.03 BACKFILL AND FINISH GRADING c A. I Class I (No.9 crushed stonb aggregate) backfill material shall be placed around the pump station to within 48 inches of the surface of the surrounding ground, with sufficient allowance for settlement. The remaining fill shall be earth material free of rocks in the areas of I piping arid excavated materials in all other areas. Excavated rock and/or shale may be placed in the top 48 inches of fill but shall not be above piping or any closer than 12 inches from finished grade. I B. All fill shall be placed so as to load structures symmetrically. Rough grading shall be held below finish grade and then topsoil which has been stockpiled shall be evenly spread over the surface. C. I Grading shall be brought to the levels shown on the Drawings or to elevations established by the Engineer . Final dressing shall be accomplished by hand work r ...-. ~ t, C: \Sydney\"'pdocs\9\9603\9603d\divi'ion 15.. "'1',[ 15-A-18 f r- t or machine work, or a combination of these methods as may be necessary to produce a uniform and smooth finish to all parts of the regrade. I D. The entire disturbed area arqund the pump station arid gravity sewer shall be seeded in accordance with Section 02. 3.04 MOTOR TESTS A. Each motor shall be given the standard commercial tests in the shop of the motor manufacturer, and certified copies of the test results submitted to the Engineer for review prior to installation of the motors. , B. The motors shall have an automatically resettable high temperature cutout permanently imbedded in each of the stator windings of the motor with the wiring for these cutout switches brought out to the connection box for connection to the control circuit. The control circuit shall be wired so that the opening of anyone of these temperature sensors shall drop out the starter circuit and stop the motor. Automatic resetting of the sensor shall not automatically restart the motor. 3.05 PUMP TESTS A. The Contractor shall furnish sworn certificates to the effect that the pump casings have passed the specified hydrostatic pressure tests. B. Pump tests shall be conducted on each pump as specified. During each test, the pump shall run at each head condition for a sufficient time to permit accurate determination of discharge, head, and power input. Certified copies of the test data shall be furnished to the Engineer for review. All tests shall be run in accordance with the Standards of the Hydraulic Institute. 3.06 ACCEPTANCE TESTS A. After installation of the pumping equipment, and after inspection, operation testing, and adjustment have been completed by the manufacturer's representative, each pump shall be given a running test in the presence of the Engineer during which it shall determine its ability to operate without vibration or overheating, and to deliver its rated capacity under the specified capacity, and motor input. All defects or defective equipment revealed by or noted during the tests shall be corrected or replaced promptly at the expense of the Contractor, and if necessary, the tests shall be repeated until results acceptable to the Engineer are obtained. The Contractor shall furnish all labor , piping, equipment, and materials necessary for conducting the tests. B. All adjustments necessary to place the equipment in satisfactory working order shall be made at the time of the above tests. c ,\Sydney\wpdocsI919603\9603dldivision 15.. "'I'd 15-A-19 ~ ..-. f l L r- I L, r E ..- ~ f l. 3.07 3.08 ( C. If sufficient sewage or sludge is NOT available for the test, the Contractor shall provide water for testing, if so directed. Water for testing shall be furnished by the Contractor. D. In the event that the Contractor is unable to demonstrate to the satisfaction of the engineer that the units will sp.tisfactorily perform the service required and that they will operate free from vibration and heating, the pumping units may be rejected. The Contractor shall then remove and replace the equipment at his own expense. The limits of vibrations as I set forth in the 13th edition of the Standards of the Hydraulic Institute shall govern. Field service report shall include all vibration readings made. TOOLS AND MANUALS The manufacturer shall further provide FOUR (4) copies of a complete and detailed Installation, Operating and Maintenance Manual. This manual shall cover, in addition to installation and general operating procedures, the operation, maintenance, and servicing procedures of the major individual components provided with the pumping equipment. The manuals shall be shipped with the pumps. WARRANTY A. The manufacturer shall have a minimum of five years experience in the design and manufacture of submersible pump stations and shall provide a guarantee that the structure and all equipment will be free from defects in design, material, and workmanship. B. Pumps shall have a five (5) year warranty provided by the manufacturer. The warranty shall be as follows: 18 months full coverage of pump, 19-36 months 75 % coverage, 37-48 months 50% coverage and 49-60 months 25% coverage. The Contractor and the pump manufacturer shall provide this warranty. A certificate of warranty shall be supplJed with the pumps. The Contractor shall warrant all equipment, materials, and workmanship in the installation against defects or failures of any kind for a period of one (1) year from the date the Utility accepts the lift station for operation and maintenance. C. Warranties and guarantees by the suppliers of various components in lieu of a single responsibility by the manufacturer will not be accepted. The manufacturer shall, assume prime responsibility for the guarantee of the station and all components. D. In the event a component fails to perform as specified or is proven defective in service during the guarantee period, the manufacturer shall provide replacement part without cost to the Owner. He shall further provide, without cost, such components as may be required to replace, repair or modify major components c ,\Sydney\wpdoc,\9\9603\9603d\Jivi,;cm 15., wl'd 15-A-20 such as the station structure', pumps, pump motors, sewage piping manifold, etc. After start-up service has b'een performed, the labor to replace accessory items shall. be the responsibility of others. E. The replacement or repair (including cost of parts and labor) of those items normally consumed in service, such as pump seals, fluorescent tubes, oil, grease, etc., shall be considered as part of routine maintenance and station upkeep. F. It is not intended that the manufacturer assume responsibility for contingent liabilities or consequential damages of any nature resulting from defects in design, material, workmanship or delays in delivery, replacement, or otherwise. 3.09 PUMP CURVES 7"'! A pump. curve is attached for. the Jonvenience of the Contractor. 15-A-21 SYS Te IV) c\.l ~\fe: (!) r~~f>t'$,E.~ ;STATION ON; E,.,..c. I S'\ / N G So \" It T I t:7~ ol=~ I l\Z:o G f>MtB 7~T~>> '3 a '" ~ yIv\ ll"\ C:1I~.. ) ~10\/~" :cv.tE.L..L-E:.e:.. i.-., +~o VOL,..\ "'~<RI (\' K3627 3/95. ............ r"~""/ , L [ r t, Pump Performance I 0 T.1i 'So T 'j2: E.. E T ( V \ ~ ~ l 'f'J &- p A ~ '? P \) M.p. S T A i I 0 ,..) 1 TOTAL I I I I I HEAD -..!, I NON-CLOG WASTEWATER PUMP M J,"h '- IMP. DI~. I Model: 6VC/6VCX Speed: 1750 RPM 1-/ I 40" 50" Discharge: 6' leB <2 II 60% ~A"" C::~ln." 3-3/16' !!O - ~(Oo 65% Operation is recommended 156 " , within heavy dashed boundary. '1 ..., 1 I 70% 144 "- f"""o J I' 1 I // I ...... ~ "'(S ,. E f'I' C U ~ 1/ E 'z:. 40 ~32 ~'Oo '"'" I , I 73" ~, I .... I' / 120 /..... 1< "'l(. / / 75% " N- 1\ 10 ,., .....: Ii ..... 1/ $ '( S TE: M G I.JI~ V E lOB 10 I " 1-1 >' ~ J; / 30 96 ~PO "II f'j 7 .... ... / r-.... .... / 73" l~ " II 1/ .,.. ~ " ./ ..... -/ ,9" I ..... " I.... ...... ,( .... / ... " ./ B4- ~ ,I -..j ~ II " / ...... - ...... "!Io ."... 70" I~ .;. ... ~ / l/' "'" v 72 II I ~I '" I ~ '" /' p;... r-- 20 - ~.o'o f' / ~ ..... ,/ ... '" ...... ..... eo I ,...... .... '!... i"oo. >< ,)"lIi ..... 60 HP r.... I / ..... 01.. 1\ '" ~ .., 11"- ~ " ....... I"- 48 r..... I " ~ " ./ t:' t:>~ !'I:" ..... .... 50 HP I ..... ..L r<.. ,..., ~ ....... "- I I 10 ~ I i"" - 1/ "- ,./ ..... "- I" .... 40 HP / .... ,..., " ..... ... 30 HP 24- ...... ...... ~ ...... " 5 I-P ~ 20 HPI 12 I I I 0 0 I I PI I I U.S.IL\LS. 160 320 480 640 800 960 I 120 1280 1440 I 600 17eo '1920 20BO 2240 2400 2560 2720 2880 3040 LJ TERS lllOll) (12111 (18171 124221 (!lI24) 1311341 (423;1 1484111 1!l4!!Ol I_I IIlllllZI 17211171 178731 '1-4781 tllOlUl (IllllIOJ t 1II2ll!IIlIODOOI t 1I!!01l) lD , ..-1 Pump performance Is based on clear waler (1.0 speclllc gravity @ 68.~ and pump fluid end (hydraulic) efficiency. Molor dala based on 40.C ambient temperature. Available Models Motor Electrical Data Service ServIce NEC Explosion Start Run Factor Run Factor Start Run Code Servlc Standard , Proof HP Yolts Phaae AmDs AmDs Amns KW KW KVA KYA leiter Facto 6VC150M4-Q3 6VCX150M4-03 15 200 3 215 50.6 61 15.0 16.6 74.5 17.5 E 1.2 6YC150M4-23 6YCX150M4-23 15 230 3 187 44 53 15.0 18.6 74.5 17.5 E 1.2 6VC150M4-43 6YCX150M4-43 15 460 3 93.5 22 26.5 15.0 18.6 74.5 17.5 E 1.2 eVC1 !50M4-S3 eVCX1S0M4-53 1S S7!l 3 74.6 17.6 21.2 1!l.0 16.6 74.5 17.5 E 1.2 OVI..i2uO",,<j'23 6VL;X200M4.23 20 230 :3 290 60 72 21.2 26.1 115.5 23.9 G 1.2 6VC200M4.43 6VCX200M4-43 20 460 3 145 30 36 21.2 26.1 115.5 23.9 G 1.2 6VC2ooM4-5~_ 6VCX200M4-53 20 575 3 116 24 28.8 21.2 26.1 115.5 23.9 G 1.2 6VC250M4-23 ---SVCX250M4-23 25 230 3 366 76 92 26.9 33.3 145.8 30.3 G 1.2 6VC250M4-43 6YCX250M4-43 25 460 3 183 38 46 26.9 33.3 145.8 30.3 G 1.2 6VC250M4-53 ~?,CX250M4-53 25 575 3 146 30.4 36.8 26.9 33.3 145.6 30.3 G 1.2 6V~ 617~4.23 30 230 3 452 94 114 33.3 41.3 180.1 37.4 G 1.2 6VC3ooM4-43 6VCX300M4-43 30 460 3 226 47 57 33.3 41.3 180.1 37.4 G 1.2 6VC3ooM4-53 6VCX300M4-53 30 575 3 181 37.6 45.6 33.3 41.3 180.1 37.4 G 1.2 6VC400M4-23 6VCX400M4.23 40 230 3 560 122 148 43.2 53.0 231.1 48.6 G 1:2 8VC400M4.43 6VCX400M4.43 40 460 3 290 61 74 43.2 53.0 231.1 48.6 G 1.2 - 6VC400M4-53 6VCX400M4.53 40 575 3 232 48.6 59.2 43.2 53.0 231.1 48.6 G 1.2 6VC500M4-23 6VCX500M4-23 50 230 3 580 134 158 46.9 54.6 231.1 53.4 E 1.2 6VC500M4-43 6VCX500M4-43 50 460 3 290 67 . 79 46.9 54.6 231.1 53.4 E 1.2 6VC500M4-53 6VCX500M4-53 50 575 3 232 54 63 46.9 54.6 231.1 53.4 E 1.2 6VC600M4-23 6VCX600M4-23 60 230 3 580 158 158 52.8 52.8 231.1 62.9 C 1.0 6VC600M4-43 6VCX600M4-43 60 460 3 290 79 79 52.8 52.8 231.1 62.9 C 1.0 6VC600M4-53 6VCX600M4-53 60 575 3 232 63 63 52.8 52.8 231.1 62.9 C 1.0 Motor Efficiencies and Power Factor Motor Efflclenc, % Power Factor % Service Service -. Factor 100% 75% 50% Factor 100% 75% 50% HP Phase Load Load Load Load Load Load Load Load 15 3 85 84 79 69 88 86 78 68 20 3 88 87.5 81 72.5 91 89 79 69 25 3 87 86 81 73 91 89 80 70 30 3 87 86 83 79 91 89 82 73 40 3 86 86 88 87.5 90 89 86 80 50 3 87 86 86.5 88 87 88 88.5 84 60 3 87 87 86 88 84 84 89 86 - - -SYSTE "^ CUf2..vtrC3 ~~IH STATIOtJS ON 7 (:J ~ 6' PM@. 731 T A )-\ 3 0 H t:> MeT 0 r /OIJz." I,1\..q.f.L.LE.JZ. 4-io:>o VDL-T F. E. Myers, 1101 Myers Parkway, Ashland, Ohio 44805-1969 419/289-1144 . FAX: 419/289-6658 . TLX: 98-7443 Printed In U.S.A. 15-A-22 r r t r~ . L DIVISION 16 - ELECTRICAL , SECTION 16-A - LIFT STATION ELECTRICAL 1.0 GENERAL 1.1 The Contractor shall provide all labor , materials and equipment to perform all required electrical work in accordance with subject plans and specifications. 1.2 All work shall be done in accordance with the applicable electrical codes of local, state and national jurisdictions. 1.3 The Contractor shall obtain all required permits and approvals. 2.0 LIGHTING 2.1 The Contractor shall install a treated wood pole with a 400 watt, Metal Halide, rectangular, cut-off luminative fixture mounted atop to light the area inside the fence. 2.2 The fixture shall be controlled by a photo cell and switch wired so that the switch at the base of the pole turns the circuit on and off, and the photo cell turns the light on and off. 2.3 The switch shall be mounted at normal height, in a weather proof enclosure with a flap cover. 3.0 ELECTRICAL POWER 3.1 Cinergy (JeffDorn (812) 285-6608) will install the service wire in conduit provided by the Contractor to the Lift Station service pole. 4.0 PAYMENT 4.1 Payment for all materials, equipment and labor required to comply with this section shall be included in the Contractor I s bid. c,\Sydney\"'I'Joe.\9\9735\division 16c''''I'J 16-A-1 i; I SECTION 16-B' - LIGHTING FIXTURES 1.0 GENERAL 1.1 Related documents: 1.1.1 The drawings and general provisions of the contract, including the General Conditions and Divisions 1 Specification sections, apply to the work of this section. 1.1.2 Division 16 - General Electrical Requirements sections apply to work specified in this section. 1.1.3 All suppliers wishing to bid on light fixtures shall submit two (2) copies of complete sets of original cut sheets to indicate compliance of submitted fixtures with these specified. Submittal shall include lamp information. 1.2 Surnrnary: 1.2.1 Extent, location and detatls of interior lighting fixture work are indicated on drawings and in Section 16-F. 1.3 Submittals: 1.3.1 Product data: submit mam,lfacturers product data and installation instructions on each type of interior building lighting fixture and component. 1.3.2 Shop drawings: submit fixture shop drawings in booklet form with separate sheet for each fixture, assembled in "luminaire type" alphabetical or numerical order, with proposed fixture and accessories clearly indicated on each sheet. 1.4 Quality assurance: 1.4.1 Manufacturer's qualifications: firms regularly engaged in manufacture of interior lighting fixtures of sizes, tYpes and ratings required, whose products have been in satisfactory use in similar service for not less than 5 years. I 1.4.2 Installer's qualifications: 'firms with at least 3 years of successful installation experience on projects with interior lighting fixture work similar to that required for this project. C:\Sydn")'\wpdoe.\9\9735\scclion 16e.<VJ,d 16- B-1 r ~ r- ~'.""". r i ,. 1.5 Codes and standards: 1.5.1 Electrical code compliance: comply with applicable local code requirements of the authority having jurisdiction and NEC Articles 220, 410 and 510 as applicable to installation and construction of interior building lighting fixtures. I ! 1.5.2 NEMA Compliance: comply with applicable requirements of NEMA Standards Publication No.'s LE 1 an4 LE 2 pertaining to lighting equipment. 1.5.3 UL compliance: comply with UL standards, including UL 486A and B, pertaining to interior lighting fixtures. Provide interior lighting fixtures and components which are UL listed and labeled. 1.6 Delivery, storage and handling: 1.6.1 DELIVER interior lighting fixtures in factory-fabricated containers or wrappings, which properly protect fixtures from damage. 1.6.2 Store interior lighting fixtures in original packaging. Store inside well-ventilated area protected from weather, moisture, soiling, extreme temperatures, humidity, laid flat and blocked off ground. 1.6.3 Handle interior lighting fixtures carefully to prevent damage, breaking, and scoring of finishes. Do not instaU'damagedunits or components; replace with new. 1.7 Sequencing and Scheduling: 1.7.1 Coordinate with other work including wires/cables, electrical boxes and fittings, and raceways to properly' interface installation of interior lighting fixtures with other work. , 1.7.2 Sequence interior lighting installation with other work to minimize the possibility of damage and soiling during the remainder of construction. 2.0 PRODUCTS 2.1 Manufacturers: 2.1.1 Suppliers wishing to bid light fixtures different than those listed in the light fixture schedule must provide fIXtures of like appearance, quality and performance. Supplier must submit original catalogue cut sheets to the Engineer for approval. C:\Sydney\wpdoc.\9\97351.ecUon 16e.wpd 16-B-2 r I f ....","" r ~ '^,' ...- ~ r' , r ~ . r 'r. 2.2 Fixtures: 2.2.1 General: provide lighting fixtures of sizes, types and rating indicated; complete with, but not limited to, housings, energy-efficient lamps, lamp holders, reflectors, energy efficient ballasts, starters and wiring. Ship fixtures factory-assembled, with those components required for a complete installation. Design fixtures with concealed hinges and catches, with metal parts grounded as a common unit, and so constructed as to dampen ballast-generated noise. 2.2.2 Wiring: provide electrical wiring within fixture suitable for connecting to branch circuit wiring as follows: .. NEC Type AF for 120 Volt, minimum No. 18 AWG. 2.3 Interior lighting fixture types: 2.3.1 General: various fixture types required are indicated in light fixture schedule on the drawings. Fixtures must comply with minimum requirements as stated therein. Review project drawings and specifications to verify ceiling types, modules, suspension systems appropriate to installation. 3.0 EXECUTION :;..~, 3.1 Examination: 3.1.1 Examine areas and conditions under which lighting fixtures are to be installed, and substrate for supporting lighting fixtures. Notify the Contractor in writing of conditions detrimental to proper completion of the work. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to, the installer. '3.2 Installation of interior lighting fixtures: 3.2.1 Install interior lighting fixtures at locations and heights as indicated, in accordance with fixture manufacturer's written instructions, applicable requirements of NEC, NECA's {'Standard ofInsta.lation," NEMA standards, and with recognized industry practices to ensure that lighting fixtures fulfill requirements. r 3.2.2 Provide fixtures and/or fixture outlet boxes with hangers to properly support fixture weight. Submit design of hangers, method of fastening other than indicated or specified herein, for review by the Engineer. C:\SyJltey\",pdoc,\9\9735\secHoll 16e."lxl 16-B-3 r-'\ 3.2.3 Install flush mounted fixtures properly to eliminate light leakage between fixture frame and finished surface. 3.2.4 Provide plaster frames for r~cessed fixtures installed in other than suspended grid type acoustical ceiling systems. Brace frames temporarily to prevent distortion during handling. 3.2.5 Fasten fixtures securely to indicated structural supports; and ensure that pendant fixtures are plumb and level. Provide individually mounted pendant fixtures longer than two feet with twin stem hangers. Provide stem hanger with ball aligners and provisions for minimum one inch vertical adjustment. Mount continuous rows of fixtures with an additional ~tem hanger greater than the number of fixtures in the row. 3.2.6 i Tighten connectors and terminals, including screws and bolts, in accordance with equipment manufacturer's published torque tightening values for equipment connectors. Where manufacturer's torquing requirements are not indicated, tighten connectors and terminals 'to comply with tightening torques specified in UL Standards 486A and B, and the National Electrical Code. i 3.2.7 Support surface mounted fIXtures greater than two feet in length at a point In addition to the outlet box fixture stud. I 3.2.8 Fluorescent fIXtures installed in lay-in ceilings shall be supported by additional wire support at two corners. Attached to ceiling grid, and anchored to structural member. This a9ditional wire support shall be the responsibility of the Electrical Contractor and is not considered part of the general grid layout. 3.2.9 All fixtures shall be connected to branch circuit wiring through modular wiring system. The Contractor shall provide all necessary connectors as required to control fixtures as indicated on the drawings. 3.3 Field quality control: I 3.3 .1 Date of substantial completion, replace lamps in interior lighting fixtures which are observed to be noticeably dimmed after the Contractor's use and testing, as judged by the Engineer. 3.3.2 Refer to Division 1 Sections for the replacement/restoration of lamps in interior lighting fixtures, where used for temporary lighting prior to the date of substantial completion. C,\SyJney\wpdoc,\9\9735\sedion 16e."'l'J 16-B-4 r 3.4 Adjusting and cleaning: 3.4.1 Clean interior lighting fixtures of dirt and construction debris upon completion of installation. Clean fmgerprints and smudges from lenses. 3.4.2 Protect installed fixtures frbm damage during remainder of construction period. 3.5 Grounding: 3.5.1 Provide equipment grounding connections for interior lighting fIxtures as indicated. Tighten connections to comply with tightening torques specifIed in UL Standard 486A to assure permanent and effective grounds. 3.6 Demonstration: 3.6.1 Upon completion of installation of interior lighting fIxtures, and after building circuitry has been energized, apply electrical energy to demonstrate capability. and compliance with requirements. Where possible, correct malfunctioning units at site, then retest to demonstrate compliance; otherwise, remove and replace with new units, and proceed with retesting. 4.0 SUBMITTALS 4.1 Following are items specified herdin for which the Contractor shall provide submittals, as described in Section 16A, for review and approval: I> Light fixtures I> Lamps 5.0 PAYMENT I 5.1 All materials, equipment and labor for work called for in this section shall be included in the CONTRACTOR's bid. .'. 16-B-5 C,\SyJl1ey\wpdoe.\9\9735\secU0I1 16e.wpcl