Loading...
HomeMy WebLinkAboutWWP2700000(2) SAN-1 SEWAGE TREATMENT PLANT - 1X ?kr ,k i r i e 3ulPiFnB oiitbi[ "g, L". UIW A[li7A 0: i a own. '::JSidxlt ! 9Li-91, *!Mft d :,-JQ JLDMOV SXUQK 77mcEz3 *OR lixil I� WZVRFHM pMzmm 4)AIY I(y W:��JrV86W govE s 30 t;JI,r,Dil: SA00 ao3 S it O I S Y 3 2 3I � 3 'd 8 +i( W 4 ij f t 1 aas INK 1 S P E C I F I C T I O N S SEMAGE TREAMTNT PLANT at RENTON, WASH. FEDERAL. WpPJ{S AGENCY Docket, Wasn. 45-175 Sewer System Renton, 'Nash. Unit No. 2 JAM W. CAREY Consulting Engineer 1264 Empire Building Seattle, Washington Tatle of Contents - 1 T A B L E O F C O N T E N T S SPECIFICATIONS for tho Construction of Sewage Treatment Plant Unii io. 2 of F. W. A. Project No. Wash. 45-175 August - 1942 PART I Sun Ject Pa es Table of Contents . . . . . . . . . . . . . . . . . . . . . . 1 - 5 Advertisement for Bids. . . . . . . . . . . . . . . . . . . 1 BidDocuments. . . . . . . . . . . . . . . . . . . . . . 1 - 3 Ziifomation for P.idders . . . . . . . . . . . . . . . . . . . 1 - 4 General Conditions. . . . . . . . . . . . . . . . . . . . . .. 1 - is Special Conditione. . . . . . . . . . . . . . . . . . . . . . I - IC Form of' Contract Agreement. . . . . . . . . . . . . . . . . . 1 - 5 Form of Performance Bond. . . . . . . . . . . . . . . . . . . 1 - 3 Detail Specifications . . . . . . . . . . . . . . . . . I - 62 Project Sign and Specification . . . . . . . . . . . . . . . 1 - 2 PART II Locution of Project. . . . . . . . . . . . . . . . . . . 2 Work to be Dore - General . . . . . . . . . . . . . . . . . . 2 Complete Bids. . . . . . . . . . . . . . . . . . . . . . . . 2 Priori ties. . . . . . . . . . . . . . . . . . . . . 2 Selection of Equignent and Materif.ls. . . . . . . . . . . . 2 - 3 Information Concerning Conditions . . . . . . . . . . . 3 Interference with Existing Structures . . . . . . . . . . 3 Existing Septic Tank. . . . . . . . . . . . . . . . . . . . . 3 Existing Dog Pound . . . . . . . . . . . . . . . . . . . . . 4 Existing Sludge Pit and Drying Beds . . . . . . . . . . . . . 4 Jtandard Stock Articles. . . . . . . . . . . . . . . . d Standard Tests and Quality . . . . . . . . . . . . . . . . . 4 At Source and in Field. . . . . . . . .. . . . . . . . . . 4 Inspection and Testing, Agencies . . . . . . . . . . . . . . 4 Suitability of Materials. . . . . . . . . . . . . . . . . . . 5 Cost of Tests and Trials. . . . . . . . . . . . . . . . . . . 5 Certificates. . . . . . . . . . . . . . . . . . . . . . . . 5 Protection of Material and Work. . . . . . . . . . . . . . . 5 Order of Work. . . . . . . . . . . . . . . . . . . . . . . . 5 Grounds . . . . . . . . . . . . . . . . . . . . . . . . . . 5 i Table of Contents - 2 PART II t1d Sub 'ect Pares Lines, Grades and Measurements. . . . . . . . . . . 5 Datum and Bench Marks. . . . . . . . . . . . . . . . . . . . 6 Physical Conditions . . . . . . . . . . . . . . . . . . . . . 6 Water for Construction Purposes . . . . . . . . . . . . . . . 6 Power for Construction Purposes . . .. . . . . . . . . . . . . 6 Parking Areas. . . . . . . . . . . . . . . . . . . . . . . . 6 Black-out Precautions. . . . . . . . . . . . . . . . . . . . 6 Final Examinatior and Acceptance . . . . . . . . . . . . . . 6 Clearing and Grubbing. . . . . . . . . . . . . . . . . . . . 7 Excavation Specifications. . . . . . . . . . . . . . . . . . 7 General . . . . . . . . . . . . . . . . . . . . . . . . . . 7 Classification of Excavated Material. . . . . . . . . 7 Depths . . . . . . . . . . . . . . . . . . . . . . . 7 Rxcavetion for Foundations. . . . . . . . . . . . . . . . . 7 8 Preparation ofvround for Floors. . . . . . . . . . . . . . 8 iOvercuts . . . . . . . . . . . . . . . . . . . . . . . . 8 Protection of Excavations . . . . . . . . . . . . . . . . . 8 Backfliling, Gradinc and Rolling. . . . . . . . . . . . . . . 8 e Material for Backfilling . . . . . . . . . . . . . . . . . 6 Metnods of Doing work. . . . . . . . . . . . . . . . . . . e Puddling, Rolling or Tamping. . . . . . . . . . . • . • . • 8 Grading . . . . . . . . 9 Disposed of Excess Material . . . . . . 9 Concrete for Structures . . . . . . . . . . . . . . . . . . . 9 Description. . . . . . . . . . . . . . . . . . . . . . . . 9 Specifications for Concrete . . . . . . . . . . . . . . . . . 9 - 11 Cement. . . . . . . . . . . . . . . . . . . . . . . . . . . 9 Fine Aggregate. . . . . . . . . . . . . . . . . . . . . . . 9 Coarso Aggregate. . . . . . . . . . . . . . . . . . . . . . 10 Proportioning and Mixing Concrete . . . . . . . . . . . . . 10 - 11 Correction of Mix . . . . . . . . . . . . . . . . . . . . 11 Consistency . . . . . . . . . . . . . . . . . . . . . . . . li Slump Test. . . . . . . . . . . . . . . . . . . . . . . . . 11 - 12 Mixing Conditions . . . . . . . . . . . . . . . . . . . . . 12 Placing Concrete . . . . . . . . . . . . . . . . . . . . 12 - 13 Pumping water from Excavation . . . . . . . . . . . . . . . 13 4 Built-in Work . . . . . . . . . . . . . . . . . . . . . . . 13 Pipe Sleeving, Etc. . . . . . . . . . . . . . . . . . . 13 Cement Grout 13 Finish Floors and Sidewalks . . . . . . Concrete Forms . . . . . . . . . . . . . . . . . . . . . . . 10. - 15 General . . . . . . . . . . . . . . . . . . . . . . . . . . 14 Removal of Forms . . . . . . . . . . . . . . . . . . . . . 14 Spe:ial Attention . . . . . . . . . . . . 14 - 15 Specifications of Reinforcing Steel . . . . . 15 - 16 Doscription . . . . . . . . . . . . . . . . 15 Materials . . . . . . . . . . . . . . . . . . . . . . . . 15 Bending . . . . . . . . . . . . . . . . . . . . . . . . . . is Splices . . . . . . . . . . . . . . . . . . . . lb Placing . . . . . . . . . . . . . . . . . . . . lb 16 { 'v Table of Contents - 3 PART II (Cont'd) Subject Pages Construction Specifications for Concrete Strictures 16 - 20 Description . . . . . . . . . . . . . . . . . . . . . . . . 16 Concrete Materials . . . . . . . . . . . . . . . . . . . . 16 Other Materials . . . . . . . . . . . . . . . . . . . . 16 General Construction Requirments . . . . . . . . . . . . . 16 Foundations. . . . . . . . . . . . . . . . . . . . . . 17 Expansion Joints and Devices. . . . . . . . . . . . . . 17 Falsework . . . . . . . . . . . . . . . . . . . . . . . . . 17 - 18 Bulging of Forma. . . . . . . . . . . . . . . . . . . . 18 Placing Reinforcement . . . . . . . . . . . . . . . . . . . 19 i Placing Concrete General. . . . . . . . . . . . . . . . . . 19 Placing Concrete in Water . . . . . . . . . . . . . . . . . 19 Curing Concrete . . . . . . . . . . . . . . . . . . . . . . 20 terior Cement Work. • . . . . . . . . . . . . 20 P Exterior C®ant Stucco Plaster Finish 20 - 21 General 20 Preparation of Surfaces . . . . . . . . . . . . . . . . . . 20 - 11 Miscellaneous Metals. . . . . . . . . . . . . . . . . . . . . 21 - 22 Scope . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 General . . . . . . . . . . . . . • . . . . . . . . . 21 Iron Gray Castings. . . . . . . . . . . . . . . . . . . . . 21 - 22 Lviders . . . . . . . . . . . . . . . . . . . . . . . 22 Steel Gas Vfat Chanber. . .. . . . . . . . . . . . . . . . 22 Bolts a.,d Stnictural Shape:: . . . . . . . . . . . . . . . . 22 Metal PaintinE. . . . . . . . . . . . . . . . . . . . . . . 22 - 24 General . . . . . . . . . . . . . . . . . . . . . . . . . . 22 Material. . . . . . . . . . . . . . . . . . . . . . . 22- 23 Preparation of Su.-. aces . . . . . . . . . . . . . . . . . . 23 Metal to be Painter. . . . . . . . . . . . . . . . . . . . . 23 i Shop Painting . . . . . . . . . . . . . . . . . . . . . . . 23 Mechanical Equipment. . . . . . . . . . . . . . . . . . . . 23 Field Painting. 23 Submerged Metal Surfaces. 23 24 Exposed Mal Surfaces . . . . . . . . . . . . . . . . . . 24 Gray,ings. . . . . . . . . . . . . . . . . . . . . . . . . 24 Pipes. . . . . . . . . . . . . . . . . . . . . . . . . . . 24 Roads. . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 - 25 General. . . . . . . . . . . . . . . . . . . . . . . . . 24 Construction. . . . . . . . . . . . . . . . . . . . . . . . 24 - 25 Sludge Drying Beds. . . . . . . . . . . . . . . . . . . . . . 25 General. . . . . Excavation and Grading. . . . . . . . . . . . . . . . 25 Concrete Sludge Flume and Curbs . . . . . . . . . . . . . 25 Appu-tenant Construction. . . . . . . . . . . . . . . . . . 25 - 26 Sludge Bed Media. 26 2 Inch and 3/4 Inch Water Pipe Line for Sowag- Treatment Plant 26 - 27 Metal Pipes and Specials. . . . . . . . . . . . . . . . . . . 27 Lin* Specifications . . . . . . • • • • • . . 27 Description of Metal Pipes and Specials . . . . . . . . . . 27 - 28 "�. fable of Contents - 4 PART II (Continued Subject ra4 e s Hater-al Specifications for Metal , Seiler & Water Lines. 23 Pipes . . . . . . . . . . . . . . . . . . . . . . . . 29 Wiping Joints . . . . . . . . . . . . . . . . . . . 29 Laying Cast Iron Pipe . . . . . . . . . . . . . 29 Laying Wrought Iron and heel Pipe . . . . . . . . . . . 2S Valves and Gates. . . . . . . . . . . . . . . . . . . . 30 Sluice Gates . . . . . . . . . . . . . . . . . . . . . 30 Stems . . . . . . . . . . . . . . . . . . . . . . . . . .0 Gravity Sewer Lines . . . . . . . . . . . . . . . . . 30 - 31 Items Specified in Detail Specifications - Unit No. 1 31 ton Floor Control Buildi. . . . . , . . . . Sti Masonry • . . . . . . . . . . . . of + 32 Structural Steel and Rine Conaectore . . . . . . . . . . 32 Sheet Metal Work. . . . . . . . . . . . . . . . . . . . . 32 Exterior Tile, 32 Carpenter Work. . . . . . . . . . . . . . . . . . . . . . 33 YFraming . . . . . . . . . . . . . . . . . 33 Millwork . . . . . . . . . . . . . . . . . . . . . '53 Casings and Base . . . . . . . . . . . . . . . . . . . 33 Finished Floors . . . . . . . . . . . . . . . . . . . . . 34 Wall Finish . . . . . . . . . . . . . . . . . . . . . . . 34 Glazing . . . . . . . . . . . . . . . . . . . . . . . . 34 Finish Hardware . . . . . . . . . . . . . . . . . . . 34 Finish Hardware L_ st. . . . . . . . . . . . . . . . . . . 34 AllOutside Doors . . . . . . . . . . . . . . . . . . . . 34 AllInside Doors . . . . . . . . . . . . . . . . . . . . X Cupboard Doors and Draw Pulls . . . . . . . . . . . . 65 Washroom Lockers . . . . . . . . . . . . . . . . . . . . 35 Cupboard Doors . . . . . . . . . . . . . . . . . . . . . 35 Bar Lifts and Sash Locks . . . . . . . . . . . . . . . . 35 Chlorine Storage Doors . . . . . . . . . . . . . . . . . 35 Chain Block Hoist . . . . . . . . . . . . . . . . . . . 35 Roofing . . . . . . . . . . . . . . . . . . . . . . . . . 35 fainting . . . . . . . . . . . . . . . . . . . . 35 - 36 Exterior Paintin.. . . . . . . . . . . . . . . . . . . 35 Interic.- Paiuticg . . . . . . . . . . . . . . 36 Ti1 ewor¢. . . . . . . . . . . . . . . . . . . . 36 Plumbing . . . . . . . . . . . . . . . . . . . . . . . 36 Hot Water Tank . . . . . . . . . . . . . . . . . . . . . 36 Water neater . . . . . . . . . . . . . . . . . . . . . . 36 Shower Stall . . . . . . . . . . . . . . . . . . . . 37 Shower . . . . . . . . . . . . . . . . . . . . . . . . . 37 Lavatory . . . . . . . . . . . . . . . . . . . . . . 37 closet . . . . . . . . . . . . . . . . . . . . . . . . . 37 Sink . . . . . . . . . . . . . . . . . . . . . . . . . . 37 Electrical . . . . . . . . . . . . . . . . . . . . . . . 38 Inside Lighting Fixtures . . • . • • • • • • • • • • • • 38 A Table of Contents - 5 PART IIS Sub 'ect Equianent Pages . . . I 40General . . . . . . . • . . . . . . . . . . . . . 40 Erection . . . . . . . . . . . . . . . . . . . . . Al Guarantee . . . . . . . . . . . • 41 Drawings and Data . . . . . . . . . . . . . . . . . . . . 41 f Electrical Current Characteristics. . . . . . . . 41 Trickling Filter Distributors . . . . . .. . . . .• 41-42 Filter Media . . . . . . . . . . . . . . 42 Filter Underdrains . . . . . . . . . . . . . . . • 43 Raw Sewage Lift Pumps . . . . 4 i Filter Lift Pumps . . . . . . . . . . . . . . . Sludge Pumps . . . . . . . . . . . . • . • . . . . 3-44 4«-45 45 Final Tests and Guarantee , , , . . . . . . • • 45-46 . . . Automat�c Pumping Control F,quipacnt . . . . . 46 Chlorinator . . . . . . . . . . . .• • • • . 47-48 Chlorine Scale. . . . . Flo t Valve on 6 Inch Return Liie . . . . 4e R,..ording Flow Meter and Parshall F1uae . • 40 Digester Tank Equipment . . . , • . .. . . . 49 Gas Utilisation Equipment . . . 5C-Sl Sludge Collectors and Clarifier Mechanism . . . . . . . 52-53 Sewage Shredder . . . . . . . . 64 Pump Room Fan . . . . . . . . . . . . . . . . . . . . . 54-55 Ventilating Fan for Chlorine Room . . . . . . . . . . . . 55 Electrical Specificationa . . . . . . . . . . . . . . . . 55-60 General . . . . . . . . . . . . . . . . . . 5� Incoming Power Supply . . . . . , , Power Switchboard . . . . . . . . . . 6 5 55-5 Motor Ratings . -5 . . .. . . . . . . . . . . . . . . . . . . . 57 t Motor Controls . . . . . Loc,.tion . . . . . • • • . . . . . . . . 57-58 Wscel.laneous . . . . . . . . . . . . • . . . . . . • • 57 Outgoing Motor Leads . . . . . . . . . . . . . . . • . 58 Junction Boxes and Condulets . . . . . 5G Conduit. . . . . . . . . . . . . . . . . . . . . . . • • 59 Wi rinG . . . . . . . . . . . . . . . . . • . 59 Lighting Cabinet . . . . . . . . . . . . . . . . . . • 59 Inside Lights . . . . . . . . . . . . . . . . . . • 59-60 Outside Lights . . . . . . . . . . . . . 60 Convenience outlets , . . . . . , , , . . . . 60 Laboratory Furniture and Equipment. . . . . . . . . . 60 General . . . . . . . . . . . . . . . . . 60 Furniture Desk and Chairs . . . . . . . . . . . . . . . 61 Apparatus . . . . . . . . . . . . . . . . . . . 61-62 Chemicals . . . I `�:.. �"'+f.M •.Real�i �P' � Vim:i1,F 'T.R Ya�.f`O"".A•A+1V I Advertisement for Bide - 1 I AD112TISFMENT FOR BID: Sealed bids will be received b,r the City of Renton, Wash ton,Yat the City Hail, Renton, Washinngton uh.til 7,Oi, P.M., 5 e 1942, for the construction of a Sewage Treaffaassat lent and accessories com-1-te and ready for operation for the City of Renton Washington, the saes be4eg Unit No. 8 No. 46-1", and will then and there be opened and publinly read aloud. Bids received after the time fixed for opening will not be considered. Plana, epscifications and form of contract documents may be examined at the offices of James 17. Care; , Consulting Engineer, 1264 Emcire Building, Seattle, Washington, ar9 at the office of the City Engineer, Renton, Washington, and a E9t Of said plans, specifications, and forms may b. obtained at the offices of James W. Carey, Consulting Engineer, 1264 Empire Building, Seattle, Washington, upon a deposit of $25.00. C The full amount of deposit for one set of documents will be returned to each actual bidder within a reasonable time after receipt it bids. Other deposits will be refunded with deduction not exesedlnt 4.ne tetual :ost of reproduction of the drawings, upon the .return o." all documents in gaud condition within 30 days after the date of opening bids. Each bid shall be accompanied by a certified check, cashier's check or bid bond (with authortred surety company ss surety) shade payable to the City Treasurer of City of Renton, Washirgcou, in smount nut lees than 5% of the amount o-' bid. The City of Renton, Washington, rererves the right to reject any or all bids, and to valve informalities. No bidder may withdraw his bid after the hour set for the opening thereof, or t,efore award of contract, unless said award is delayed for a period exceeding 30 days. Agnes Edwards, City Clerk, City of Renton, Washington. First pualicati on , 1942 Last publication 4 e, L U M P S U M B I D CONSTRUCTION CONTRACT Renton, hash., , 1942 i To the Honorable Mayor and City Councilt City of Renton Renton, Washington. Pursuant to and in compliance with your Advertisement for Bids and the Information for Bidders and other documents relating thw:"eto, the undersigned hereby proposes to furnish all labor and materials and to perform all work for the construction of a Sewage Treatment Plant and acccesories, complete, t including excavation, backfill, piping, etc., ready for :,peretion and rrith guarantees; for the City of Renton. Washington, the piss Nwii 1M. Svi` Federet as required by and in strict accordance with the contract doc.%Lents, sched'iles and drawings and with all addenda issued by the owner's authorized represontative, for the sum of _ Dcllars $ State sales tax is not included in the basic bid. For making adjustments to the contract price fur additions to or de- ductions from construction work as required on the plans and specifications, the Contractor shall submit with his bic, unit pria:s for work in place or to be omitted on the fallowing classes of workr Dollars Cents 1. Excavation . . . . . . per Cubit Yard $ 2. Concrete . . . . . per Cubic Yard $ 3. Steel .(Ra6aforc.145)oar Pourd $ 4. Forms . . . . . . . . per Sq.It.Surf aoc $ 5. Sidewalk . . . . . . . per Squ:4re Foot S G. Roadways . . . . . . . per Square Yard $ If written notice of the acceptance of this bid i mailed, telegraphed or ?slivered to the undersigned within thirty dciys after the date of opening of the bids, or at any time thereafter before this bid is withdre.wc, the undersigned agrees that he will execute and deliver a contract in the form attached hereto as required by the contract doeuments, in accordance with the bid as accepted, and that he will gi•. a performance bond as specified, with good and sufficient surety or sureties all within three days (unless a longer period is allmved) after `.he prescribed forms are presorted to him for signa- ture. Bid Documents - 1 (Lump Sum Bid) Ei n^nclooed is security •; required, consisting of certified check, cashier': check oar bidder's bond in the amount of $ which amount is not less than E per cent of the total base bid. The party by whom this bid is subaitted and by whom the contract vd 11 be R entered into in case the award is made to him is (State whether bidder is "a corporation", "a' partnorshi p", "individual doing business at Street , City and State to which address notice of acceptance should be mailed delivered. , telegraphed or The name of the president, treasurer, and mtnagor of the bidding corpor- ation, or the names and residences of %11 persons and parties interested in this proposal as partners or principles are as fellow.: Name lddress legal name of person, firm, or corporation submitting bid) Hy Signature and title Aid Documents - 2 (Lump Sum Bid) °v k STATFIAENT OF BIDDERS QUALIFICATIONS Each Contractor bidding on work included in these contract documents shall prepare and submit the data requested in the following schedule of information. This data must be included _n and made part of each bid document. 1. Name of bidder_ . 2. Business address _ 3. How many years have you been engaged in the contracting businecc under the present firm name? r 4. Contracts n,.,w in hams. Gross amour:., 5. General character of work performed by your company_ 6. List of pore Important structures erected by your company including approximately cost. 7. List your major equipment 8. Bank references —_- Bid Documents - 3 (Lump Sum Bid) Fir INFORIIAMON FOR BIDDERS 1. SCOPE OF WORK The work contemplated under this contract includes all labor, materials, transpor'ation, equipment and services necessary for, and reasonably inci- dental to the completion of all work in connection with the project described in the specifications and the accompanying drawinrr. 2. ELUUNATION OF SITE, DRAWINGS, ETC. +" Each bidder shall visit the site of the proposed work and fully acquaint himself with conditions relating to construction and labor so that he may fully understand the facilities, difficulties and restrictions attending the e-recution of the work unde, the contract. Bidders shall thoroughly examine and be familiar w!_th the drawings and specifications. The failure or omission of any bidder to receive or examine any form, instrument, addendum or other document or to visit the site and acquaint himself with conditions there existing shall in nowise zelieve any bidder from any obligation with respect to his bid or to the contract. The submission of a bid shall be taken as prima facie evidence of compliance with this section. 3. INTERPRETATIONS. Ho oral interpretations will be made to any bidder es to the meaning of the drawings and specifications or other contract documents. Every request for such an interpretation shalt be lade in writin- and eddrossed and for- warded to the Owner's Authorized Representative, f'.ve or aDre days before the date fir9d ^or opening of bids. Every interpretation made to a bidder will be in the form of an addendum to a contract documents which, if issued, will be sent as promptly as is practicable to all persons to whom the draw- ink:, ^nd specifications have been issued. All such addenda shall become part of the contract documents. 4. STATEMENT OF BIDDER'S QUALIFICATIONS. Each bidder must furnish a statew.9nt, on the form furnished for `hat purpose, copy of which is included in the specifications, of his construction experience, and general ability to perform ti? work contemplated. The state- ment shall be suWrittel with hi, bid. The Owner shall have the right to take such steps as he deems necessary to determine tt.q ability of the bidder to perform the work and the bidder shall furnish to the Owner all such in- formation and data for this purpose as the Owner may re;lest. The right is reserved to reject any bid where an investigation of the evidence or information submitted by such bidder does not satisfy the Owner that the bidder is qualified to carry out properly the terms of the Contract. Information for Bidders - l 1 5. BID AND PERFORIMCE GUARANTEES. A certified check, cashier's check or bid bond made payable to City Tres.s- urer, City of Renton, Flash., for an amount equal to at least 5 percent of the total amount bid shall accoir,peny each bid, as evidence of good faith and as a guarantee that if awarded the contract the bidder will execute the contract and give bond as required. The successful bidder's check or bid f bond will be retained until he has entered into a satisfactory contract and furnished a 100 percent performance bond. The Owner reserves the right to hold the certified checks, cashier's checks or bid bonds of the three lowest bidders until the successful bidder has entered into a contract and furnished a performance bond. Bid bonds shall be furnisned by a bonding company authorized to do bus- iness in the State or Territory in r4hich the project is located. Should the successful bidder fail to enter into a contract and furnish a satisfactory performance bond within three (3) days after his proposal has been accepted (unless the proposal otherwise provides, in which event the time stated in the proposal shall control), the certified check, cashier' s check or bid bond shall be forfeited as liquidated damages. The successful bidder will be required to file a performance bond in the full amount of the contract pricey which bond shell be furnished by a surety company acceptable to the Owner. 6. PREPARATIC OF BID. The bidder shall submit his proposal on the forms furnished by the Owner. All blank spaces in the proposal form shall be ^roperly filled in. If the proposal is made by a partnership, it shall contain the names of each partner and shall be signed in the firm name, followed by the signature of the person signing. If the proposal is made by a corporation, it shall be signed by the name of the corporation, followed by the written signature of the officer signing, and the printed or typewritten designation of the office he holds in the corporation. The address of the bidder shall be typed or printed on the proposal. 7. ALTERATIONS IN BID. Except as otherwise provided herein, proposals which are incomplete, or which are conditioned in any way, or which contain eras.:res, alterations, or items not called for in the proposal, or which are not in conformity to the law, may be rejected a:a informal. The proposil fore invites bids on definite plans •urd specifications. Only the amountr, and information asked on the proposal form furnished will be considered as the bil. Each bidder sha:1 bid upon the work exactly -.s spec- ified anc as provided in the proposal form. The Bidder r all bid upon :11 alternate: indicates on the proposal form as provided therein. When bidding on an alternate for which there is no deduction or charge, the bidder shall write the words "No Charge" in the space provided on the proposal form. No oral or telephonic proposals or modifications will be considered. Information for Bidders - 2 8. SUBMISSION OF BID. Each proposal, intact and botmd with the specifications, shall be com- pletely sealed in a separate puckucc, properly addressed to Mayor and City Counci. Renton, Wash., with the name of the; bidde+- and the project written on the outside of the package. Bide will be received at the time and place stat. ? in the advertisement for bids, The advertisement for bids provides that a eposit for plans and specifications will be required from each bidder. 9. MODIFICATION OF BID Modification of proposals already received will be considered only i£ the request for the privilege of making such modification and the modification are made prior to the scheduled closing time for the receipt of the proposals. All modifications must be made in writing over the signature of the bidder. No telegraphic rrodificutions will be considered. IU- WIMRAWAL OF BID At any time prior to the scheduled closing ti" for receipt of proposals, any bidder may withdraw his proposal , either personally or by telegraphic or written request. If withdrawal is made persom lly, proper receipt shall be given therefor. After the scheduled closing time for the receipt of i g p proposals or before p award of cuntraot no bidder will bu purmittod to withdraw his proposal unless [ said award is delayed for a poriod =000di.ng thirty days. Negligence on the Dart of the bidder in proparing tho bid conff:r;, no right: for the withdrawal of the bid after it has been op�:nod. Any bids roeuivod after the setwduled closing time for receipt of bids will be returned to the bidder unopened. 11. OPENING OF BID. At the time and place set for the opening and reading of proposals , each and every propoaal (except those which have been withdrawn in accordance with foregoing "WITHD AWAL Or bID") received prior to the scheduled closing cime foe receipt of proposals, will be publicly opened and read aloud, irrespective t of any irregularities or inforvalitios in such proposals. 12, R&JECTION 01' BID. The owner reserves the right to reject any and/or all proposals. It also reserves the right to waive any informalities in connection with said propo- sals or bids. If any bidder is interested in more than one proposal, all proposals in which such bidder is interested shall be rejected. If the pro- posal includes a supplemental schedule of predetermined unit prices for labc: and material, or other items for the purpose if establishing a cost basis on unforeseen contract changes . the Owner reserves tlio rigait t- reject, without impairing the balance of the proposal, any or all such prodezermaned unit prices on such supplem-ntal schedules which the Owner may consider excessive or unreasonable. Information for Biddors - 3 13. DETERMINATION OF IOW BID (a) Lump Sum Contractsi Where the lowest base bid submitted by a res- ponsible bidder for a proposed lump sum contract does not exceed the funds available to finance the contract, the award of the contract will be made to such lowest responsible bidder on the basis of the base bid. If the low- est bid submitted by a responsible bidder exceeds such funds, the contract will be awarded to that responsible bidder only whose base bid, when reduced by the smallest number of alternates taken 'n the sequence speeif'_ad In the Se!iedule of Prices, does not exceed, and is the lowest in comparillon with, such funds. f (b) Unit Price Contracts: The quantities for which unit prices are indicated in the proposal form are approximate only and are to be used for the purpose of comparison of bids and determining the low bid and the amount of the performance bond required. The Owner expressly roserves the righ'�- to increase or decrease these quantities during construction and to make reas- onable changes in deEign without being responsible to the Contractor in any way for extra costs, ur loss, or for anticipated profits. The vmount of the work to be paid for shall be the quantity actually done and at the unit prices bid, 14, MMUTION OF CONTRACT The successful bidder will be required within three days after receiving from the Ownor properly propared contract documents, to execute said contract in triplicate and to furnish performance and other required bonds satisfactory to the Owner. 15. INSURANCE r Before commencing work, the Contractor will be required to furnish one original or one copy of each insurance policy required by the contract, and three certificates of proof covering each such policy, respectively. The originals or copies of the policies furnished will be returned to the Con- tractor after examination. Certain special hazards more particularly described in the special con- ditions shall be covered by a rider or riders to the Fublio Liability and/or Property Damage Insurence policy or polioits required to be furnished by such contractor or by separate policies. 16. PERFORMANCE AND PAYIENT BOND FRE1dIUNS The To-..vner Rating Bureau Inc. has made on extension of their reduced rates to September 30, 1042 and has ruled that an and after April 14. 1941 such rates also aptly to bonds covering Non-Federal War Public Works con- tra�ts. The rates are as follows: Contracts of less than 2 500 000. Lump sum: $10.00 per .1 on the contract price, minimum 415.OQa Information for Bidders - 4 GENERAL MDITIONS 1. COYTRAOT SECURITY The Contractor shall furnish a surety bond (form attached) in an amount at leas{ equal to 100 per cent of the contract price as security for the faithful performance of this contract and for the payment of all persons per- forming labor and furnishing materials in connection with this contract. 2. CONTRACTOR'S INSURANCE The Contractor shall not commenca work under this contract until he has Obtained all insurance required under this paragraph and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been so obtained and approved. (a) Compensation Insurance: The Contractor shall take out and maintain during the life of this contract Workmen's Compensation Insurance for all of his employees employed at the site of the project, and in case any work is sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In ` case any class of employees engaged in hazardous work under this contract at the situ of the project is not protected under '.Workmen's Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide compensation insurance with a private company in an amount equi- valent to that provided by the Workmen's Compensation statute for the pro- tection of his employees not otherwise protected. (b) Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this contract such Public f Liability and Property Damage Insurance as shall protect hi.n and any subcon- tractor performing work covered by this contract, from claims for damages for personal injury, including accidental death, as well as from claims for td property damages, which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyore directly or indirectly emple.ed by either of them and the amounts of such insurance shall be as follows: Public Liability Insurance in an aw unt not less than $10,000.00 for injuries, including accidental death, to any one person, and, subject to the same limit for each person., in an amount not less than $,20,000.00, on account of one accident, and Property Damage Insurance in an amount not less than 15,000.00. ` Generrl Conditions - 1 ?. PROOF OF CARRIAGE 01' INSURANCE The Contractor shall furnish the Owner with satisfactory proof of car- riage of the it urance required. 4. QUALIFICATIONS FOR EkPLOYt.'RTT Preference shall be given to qualified local residents in the employment of laborers and mechanics for work on the project under this contract. No person under the age of sixteen years shall be employed on the project under this contract. No person mh ose age or physical condition is such as to make his employment dangerous to his health or safety or to the health or safety of others shall be employed on the project under this contract: Provided, That this shall not operate against the employment of ph-sically handicapped persons, otherwise employable, where such persons may be safely assigned to work which they can ably perform. No person currently serving sentence in a penal or correctional institution and no inmate of an insti- tution for mental defect_ves shall be employed on the project under this Contract." 5. NON-DISCRIMINATION There shall be no discrimination because of race, creed, color, nation- al origin or political affiliations in the eaployment of persons qualified by training and experience for work on the project under this contract. 6. COLLECTIVE BARGAINING All employees engaged in work on the project under this contract shall have the right to organize and bargain collectively through representatives of their own choosing, and tc enjoy freedom of expression and action with respect to wages, hours and conditions of labor. No person seeking Employ- ment on the project under this contract and no person employed on the project under this contract shall be required as a condition of initial or continued employment to join any company union. 7. LABOR REGISTRATION If regid red, vrorker: on the project must register at such times and places and in such manner as the Owner shall direct. 6 WAGE RATES (a) There shall be paid each mechanic or laborer of the Contractor or any sub-contractor engaged in work on the project under this contract in the trade or occupation listed below, not less than the hourly wage rate set opposite the sass, regardless of any contractual relationship which may be alleged to exist between the Contractor or any sub-contractor and such laborers and mechanics. General Conditions - 2 ,w .g-`,�I.YP.,i<. .. . .. - ��� .�:'t' '. :. .• _. . •• . ,, r�iti.y-.r'•#LFrt•il syt+kl�•t't+. . Classification Rate per Hour Bricklayers $ 1.71 Mortarman 1.26 Tile Setters 1.4 Carpenters 1.41 Pile Driver Men 1.46 Pile Driv3. Boorman 1.51 Cement Finishers 1.41 Electrical Worker 1,611 " It Helper 1.01 Glazier 1.3 Iron Worker Structural 1.61- Reinforcing 1.411 Laborers, Building 1.01; " Concrete 1.01 Jackhammer 11.11 Lathers 1.61- Painte,rs 1.41 Painters, Sign 1,71 Plasterers, 1.71 " Hodcarriers 1.26 Plumbers 1.61" Steamfitters 1.611 Roofers 1.41 Sheet Metal Workers 1.56 Equipment Operators Crawler & truck type shovels a%d cranes 2.00 Oiler & Firemen 1.30 All Bulldozers 1.70 Rollers other than plant mix 1.45 " on plant mix 1.75 Compressors (E;:caysting) 1.50 " (Stsel Erection) 1.75 Foists, Piledrivers & Derricks 1.70 Paving Mixers 1.85 % " (Dual) 2.00 Concrete Mixers 1.60 Power Graders 1„70 Water Pumps 1.60 Trench Machine under 16 inch 1.75 16 inc} " over 1.95 Sewers Miners 1.40 Powdencan 1.45 Sewerman & Ditch Diggers 1.25 Sewer Pipe Layers & Caulkers 1.50 Timbexman 1.26 Monolithic Workers 1.35 Mortarmen & Mason TendVrs 1.35 Truck Drivers Pick-up trucks 1.10 Bldg., Miterial, flat & combinution 1.20 Dump u� to & inel. 5 yards 1.55 DWV 6 to 12 yds. incl. 1.5E General Conditions - 2A s 1 i. (b) In case it becomes necessary for the Contractor or any suboontrac- tor to employ on the project under this contract any person in a trade or occupation (except executive, supervisory, administrative, clerical or other non-manual workers* as such) for which no minimum rate is herein specified, � the Contractor shall immediately notify the Urger who will promptly there- after furnish the Contractor with the minimum rate. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of th= person affected and during the oontinuance of such employment. r For example, temp assistants, cooks, policemen, orekeepers, timekeepers, watchmen, waterboys and messengers. (c) The foregoing specifie3 wage rates are minimum rates Cady, and the Owner will not consider any claims for additional compensation made by the Contractor because of payment by the Contractor of any wage rate in excess ` of the applicable rate contained herein. 9. POSTING MINIMUMINAGE RATES The Contractor shall post at appropriate cons;icuous points on the site of the project a schedule showing all determined ri;nimum wage rates and all authorized deductions, if any, from unpaid wages actually earned. 10. CLAIMS AND DISPUTES PERTAINING TO CLASSIFICATION OF LABOR Claims and disputes pertaining to the classification of laborers or mechanics employed on the project under this contract shall be decided in ' accordance with local law. In the absence of such law, such claims shall be decided by the Owner, whose decision on the question shall be eonolusive fF on the parties to the contract with the same effect as if the work performed { by laborers or mechanics had been classified and the minimum rate specified h herein. 11. COMPUTATION OF WAGES ON 8-HCUR DAY (a) The wages of every laborer and mechanic engaged in work on the project shall be computed on a basic day rate of eight hours per day, eight hours of continuous employment, a.,:cept for lunch periods, constituting a day's work when a single shift is employed, and seven and one-half hours of continuous employment, ereept for lunch periods, constituting a day's work when two or more shifts are employed; and (b) work in e;:cess of eight hours per day shall be petmittee upon compensation, when a single shift is employed at one and one-half times the basic rate of pay for all hours worked in excess of eight hours on any ouc- day, or at any time during the interval from 5 P.M. Friday to 7 A. M. Monday, or on holidays, and when two or more shifts are omployed, at one and one-half times the basic rate of pay for all hours worked in excess of sever and one-half hours on any one day or at any tiiae during the interval from r: lay midnight to Sunday midnight. General Conditions - 3 1 s i z 12. PAYMENT OF EMPLOYEES The Contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full in cash and not less often than once each week, less legally required deductions and also deductions *iade pursuant to the regulations prescribed under the so- S called "Kick-Back Statute" (48 Stat. 948), Provided, That when circumstances render payment in cash infeasible or impracticable payment by check may be effected upon consideration that funds are made available in a local bank and checks may be cashed without charge, trade requirements or inconvenience ! to the worker. 13. WAGE UNDERPAYMENT A't7D ADJUSTMENTS p In cases of underpayment of wages by the Contractor there shall be withheld from the Contractor out .,f payments due an arount sufficient to pay workers employed on the work covered by this contract the d'_fference between the wages required to be paid under this contract and the gages actually paid such workers for the total number of hours worked. Such amounts so withheld for and on account of the Contractor may be disbursed to the res- pective employees to whom they are due. 14. APPRENTICES I Unless otherwise required by law the number of apprentices, in each { trade or occupation, employed by the Contractor or any of his subcontractors, shall not exceed the number permitted by the applicable standards of the United States Departmenh of Labor, or, in the absence of such standards, the number permitted under he usual practices between the unions and the em- ployers' associations of the respective trades or occupations. 15. ACCIDE2IT PREVENTION The safety provisions of applicable law, building and construction codes shall be observed. In order to protect the lives and health of employees under this contract, the Contractor shall comply with all pertinent provis- ions of the "Ilanual of Accident Prevention in Construction" prepared by the Associated General Contractors of America, to the extent that such provis- ions are not in contravention of applicable law. The Contractor shall take or cause to be taken such additional :measures as the Owner may determine to be reasonably necessary for this purpose. The Contractor shall maintain an accurate record of, and shall report to the Owner on forms prescribed and fur- nished by the Owner, all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment under this nontract. 16. INSPECTION The Federal Works Administrator and his authorised representatives and agents shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of :materials and other relevant data and records. There shall be provided and maintained during the construction o: the project General Conditions - 4 1 adequate facilities at the site thereof for the use of the Administrator's representatives cr agents assigned to the project, as specified elsewhere in this contract. 17. SIGNS The Contractor shall furnish and maintain in good :ondition sibne lo- cated at such points as the Owner may direct. The raterial , dimensions, details of construction, lettering and painting shall be in accordance with the instructions given in the specifications and as indicated on drawings. On completion of the work ..i-ns shall be left in place in good condition or shall be removed as direct. ; by ' Owner. 16. CONSTRUCTION SCHEDULE AND PERluO'CAL ESTIMATES Immediately after execution and delivery of the contract, and before the first partial payment is made, the Contractor shall deliver to the Owner a construction progress schedule in form satisfactory to the Owner, showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the contract documeni:s and the antici- pated amount of each monthly payment that will become due the Contractor in accordance with the progress schedule. The Contractor shall also fur- nish on forms to be supplied by the Owner (1) a detailed estimate giving a complete breakdown of the contract price arid (2) pericdical itemised estimates of work done for the purpose of making partial payments thereon. The values employed in making up any of these schedules will be used only for determining the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from the contract Erica. The Contractor shall submit such other records and miscellaneous data as the Owner may direct. 19. REPORTS TO U. S. DEPARTI&NT OF LABOR The Cnntractor shall furnish to the United States Department of Labor, as early as practicable, the names and addresses of all of his sub-contractors. The Contractor and each of his sub-oontractors shall report monthly to said Department, not later then the 5th day following the close of each calendar month, on forms and in accordance with instructions to be supplied by the Owner, the number of persons directly Employed under his contract who, t during the particular calendar month, were on his payrolls, the aggregate amount of each of said payrolls, the man-hours worked and the total expendi- tures for materials, which expenditures shall be itemized. V. REPORTS TO 01AKEn The Contractor shall report monthly iiroctly to the Owner net later than the Sth day following the close of each calendar month, on forms and in ac- cordance with instructions to be supplied by the owner, the total number of persons who were directly employed under his ccntra,:t during the particular calendar month. General Conditions - 5 21. PAYROLLS OF CONTRACTORS AND SUBCONTRACTORS The Contractor and each of his sub-contractors shall pre;)are his pay- rolls on forms prescribed aid in accordance with instructions to be fur- nished by the Owner. No later than the 7th day folic ing the payment of wages, each such contractor shall transmit to the Ov..ar a certified legible copy of each such payroll. Each such payroll shall be sworn to in accord- ance with the "Regulations Issued Pursuant to the So-Called Kick-Back Statute", w�.ich regulations are herein elsewhere set forth. The Con- tractor and each of his subcontractors shall submit reports on forms as and when required by the Owner, covering the ?urchases of and requisitions for materials, together with such other information as may be required to determine the progress and status of work under this contract. 22. PAYI-ENT (a) Not later than the ..5th of each calendar month the Owner will make partial payment to the Contractor on L:e basis of a duly certified approved estimate of the work performed during the preceding calendar month by the Cent actor. Fifteen per cent (15/) of all monies earned by the Contractor on estimates during the progress of the work when the total amount so earned is V'200,000 or less and ten per cent (100) of all monies earned on estimates in excess of �200,000, shall be retained by the Owner, as a trust fund for the protection and ?ayment of any person or persons, mechanics, subcontractor: or materialmen who have performed any labor upon this contract or done such work, and all persons who shall supply such person or persons or subcontrac- tors with provisions and supplies for the carrying on of this contra:: or such work; and said funds shall not be released until the expiration of thirty to ninety days after 'whe acceptance of the oomploted contract or work and the receipt of a certificate of the proper authority that there are no unsatisfied lions against the fund. (b) The Contractor shall pay: (1) For all transportation and utility services not later than the 20th day of the calendar month following that in which such services ere rendered. (2) For all materials, tools, and other expandible equipment, to the extent of 90 per cent of the cost thereof', not later than the 20th day of the calendar month following that in whic�, such materials, tools and equipment, are delivered at the site of the project, and the bal- ance of the cost thereof not later than the 30th day following the completion of that part of the work in or on which such materials, tools, an9 equipment a_e incorporated or used, and (3) To each of his subcontractors, not later than the 5th day follow- ing each payment to the Contractor, the respective amount& allowed -,.he Contractor on account of the work performed by his subcontractors to the extent of each such subcontractor's interest therein. General Conditions - 6 �y R 23. DC:JESTIC AND FOREIGN ILMRI+LS Only such unmanufactured articles, materials or supplies as have „eer. mined or produced in the United States of America, and only such manufactured I articles, materials or supplies as have been manufactured in the United States of America substantially all from articles, materials cr supplies f mined, produced or manufactured, as the case may be, in the United States of America, shall be employed under this contract in the construction of the project. Exceptions to the foregoing shall be made )nly with the Gov► ernment's consent upon the Contractor's written request to the Owner set- tin& forth in detail the farts and reasons for waiver of these restrictions. 24. CO.*'TLLANCE15ITH KICK-BACK STATUTE AND REGULATTIONS The Contractor and each of his subcontractors shall comply with the following statute and regulations issued wursuant thereto. KICK-HACK ST..TUTE To effectuate the purpose of certain statute& concerning rates of pay for labor, by making it unlawful to prevent anyone from receiving the com- pensation contracted for thereunder, and for other purposes. Be it enacted by +he Senate and House of Representatives of the United States of America in Congress assembled, Thar, whoever shall induce any per- son employed in the construction, prosecution, or completion of any public building, public work, or building or work finsncea in whole or in part by loans or grants from the United Stc+es, or in the repair thereof to give up any part of the compensation to which he is entitled under his contract of employment, by force, intimidation, threat of procuring dismissal from such employment, or by any other manner whatsoever, shall be 'ined not more than b5,000, or imprisoned not more than 5 years, or both. Sec. 2. To aid i the enforcement of the above section, the Secretary of the Treasury and th. Secretary of the Interior jointly shall make reason- able regulations for contractors or subcontractors on any such building or work, including a provision that each contractor and subcontractor shall furnish weekly a sworn affidavit with respect to the wages paid each employee during the preceding week. Approved June 13, 1934 SECTION ? OF REORGANIZ?=Off PLAN NO. IV, EFFECTIVE JUNE 30, 1940; IN ACCORT?- ANCE WITH SECTION 4 of H. J. RES. 551 (PUBLIC RES. NC. 75), APPRO�M JUNE 4, 1940. Sec. 9. Transfer of certain functions relating to enforcement of taE2 payments on public construction. -- The functions of the Secretary of general Conditions - 7 e the Treasury and the Secretary of the Interior under Section 2 of the act of June 13, 1934, entitled "An act to effectuate the rpose of certain statutes concerning rates of pay for labc-, by making it unlawful to prevent anyone from receiving the compensation contracted for the:e%inder, and for other purposes" (48 Stat. 948), are transferred to the Secretary of Labor, and shall be administerei by him or under his direction and supervision by such agency in the Department of Labor as the Secretary shall designate. PART 2--REGULATIONS APPLICABLE TO CONTRt.CTORS AND SUBCONTRACTORS ON PUBLIC BUILDING AND PUBLIC 15ORK AND ON BUILDING AND 'RORK FINANCEL IN 711301E OR IN PART BY LOANS OR GRAIITS FROM THE, UNITED STATES. t GENERAL REVISION OF Z'-, REGULATIONS. Pursuant to and by virtue of the authority conferred by section 2 of the act of June 13. 1934, (1) and section 9 of Reorganization Plan No. IV effective June 30, 1940, in ac-ordanee with section 4 of H. J. Res. 551 (Public Res, No.75), approved June 4, 1940, (2) the Regulations of March 1. 1941, (3) shall be repealed and in place thereof the following Reg•ilation shall become effective as provided in the last section thereof. Section 2. 1 Purpose and scope. 2. 2 Definitions. 2. 3 weekly affidavit with respect to payment of wages. P. 4 Submission, of weekly affidavits and subcontract summaries. 2. 5 Pay roll deductions. 2. 6 Regulations part of contract. 2. 7 Opinions relating to the regulations. 2. 8 Existing regulations superseded; Effect; e date. Section 2.1 Purpose and sco -. (a) The regulations in this part are promulgated to aid in the enforcement of the Copeland Act (48 Stat. 948) and to effectuate the purpose of the Davis-Bacon Act (40 at. 1011, as amended) and certain other statutes concerning rates.of pay for labor; (b) The regulations in this part shall be applicable within the geo- graphical limits of the States of the Union, the District of Columbia. the Territory of Alaska, and the Territory of Sec. 2, 48 Stat. 948, 40 U.S.C., Sup., 276 (c). Sec. 9, 54 Stat. 1236; Sec, 4, 54 Stet. 231p 5 U.S.C., Sup., 133 (u). 6 Federal Register 1210; 6 Federal Register 6329, as amer.ded. Hawaii. J J Sections 2.1 to 2.8. inclusive, issaed under the authority contained in section 2,48 S, 948, sections 4,9. 54 Stat. 231, 1236, 40 U.S.C. 276 (c), 5 U.S.C. , Supp., 133 (u). General Conditions • 8 e �w 'sit 9.1.r4. ��. a r 9r I 'n ..�•x5�.. Section 2.2 Definitions.-- hs used in the regulations in this part% (a) The terns "building" or "work" generally include construction activity as distinguished from manufacturing, furnishing of materials, or servicing and maintenance work. The terms include, without limitation, buildings, structures, and `raprovemerts of all types, such as bridgee, dar.is , plants, highways, parkways, streets, subways, tunnels, sewers, mains, power lines, pumping stations, railways, ships, vessels, airports, terminals, docks, piers, wharves, ways, lighthouses, buoys, jett'es, breakwaters, o levees, and canals; dredging, shoring, scaffolding, drilling, blasting, excavating, clearing, and landscaping. Unless conducted in connection with and at the site of such a buildinb or work as is described in the fore- going sentence, the manu!acture or furnishing of materiels, articles, supplies, or equipment (vhiether or not a Federal or State agency acquires title to auch materials, articles, supplies, or equipment during the course o? the manufacture or furnishing or owns the materials from which they ar_ manufactured or famished) is not a "bui'ding" or, "work" within the meaning of the regulations in this part, "(b) The terns 'construction,' 'prosecution,' 'completion.' or 'repair' mean all types of work done on a particular building or work at the site :hereof, including, without limitation. altering, remodeling, paint' ag and decorating, the transport-Ing c." materi:sls and supplies to or from the building or work by the employees of the construction contractor or con, ,iuotion subcontractor, and the manu-racturing or furnishing of materials, articles, supplies, or equipment on the site of the building or j work, by persons 3mployod at the site by the contractor or subcontractor." (c) The terms "public building" or "public work" include building or work for whose constructicii, prosecution, completion, or repair, as fined above. a Federal a�enoy is a contracting party, regardless of wi-ether title thereof is in a Federal agency. (d) The term "building or work financed in whole or in dart by loans or grants from the United States" includes building or work for whose 3on- struction, pros3cution, complet;on, or repair, as defined above, payment or rert payment is made from funds of any Federal agency and for which a Federal or State agency in a contracting party, or for which minimum wages are pre- determined by Federal, State or to=,tl agencies . (e) Every person paid by a contractor or subcontractor in any manner for his labo In the construction, prosecution, completion, or repair of a f public building or public work. or building or work financed in whole or in part by loans or grants from the United States, is "employed" and receiving "wages", regardless of any contractual relationship ai.a ged to exist between him and the real employer. (f) The ttrm "any affiliated person" includes a spouse, child, parent, or other close relative of the eon.actor or : boontractur; a oartnor or officer of the contractor or subcontractor; a eorpc-ation closely connected with the contractor or subcontractor as parent, subsidiary, or otherwise, and an officer or agent of such corporation. General Conditions - 9 ,. (g) The term "Federal agency" means the U,iited States, the District of 'olumb4.a, and all executive departments, independent establishments, administrative agencies, and instrumentalities of the United States and of `,a District of Cclumbia, including corporations, all or substantially all of the stock of which is beneficially owned by the United States, by the District of Columbia, or any of the foregoing departments, establishments, agencies, and instrumentalities.* Section 2.3 'Meekly affidavit wi,.h respect to payment of wages. -- (a) As used in this section, the term employee's—shall not apply to persons in classif?.cations higher than that of laborer or mechenic and those who are the immediate supervisors of such employees. (b) Each contractor or subcontractor engaged in the construction, prosecution, completion, or repair of any public building or public work, or building • r work financed in whole or in part by loans or grants from a Federal agency, shall furnish ear_!: wcok a sworn affidavit with respect to the waves paid each of its employees engaged on work covered by these regu- lations during the preceding weekly payroll period. The affidavit shill be executed and sworn to by the contractor or subcontractor or by an authorised officer or employee of the contractor or subcontractor who supervises t.,e payment of wages, and shall be in the following fond: STATE OF COUNTY _ S.;: —(Name of party signing affidavit), (title), being duly sworn, do depose and say: That I pay or sunervize the payment of the persons employed by (a:..itractor or subcontractor) on the _(building or work); that the attached payroll sets out accurately and completely the name, occupation, ana hourly wage rate of each parson so employed for the weekly payroll period from the day of , 194_, to th, day of_ 194 , the total number of hours worked b; .im during such period, the full weekly wages earned by him and any deductions made from such weekly wage., and the actual weekly wages paid to him; that no rebates have been or will be made either directly or indirectly to or on behalf of said (contractor or subcontractor) from the full weekly wagus earned as sot oac on the attached payroll; and that no deductions, other than the permissible deductions (as defined in the Regulations under the "Kickback" Act (48 Stat, 948) described in the following paragraph of this affidavit, have b;.en made or will be made, either dlrcc:Iy or indirectly, from the fu1). weekly wages earned as set out on the attached payroll. (Paragraph describing deductions, if any) (Sigap.t�i:a and Title) Sworn to be:ore me this day of , 194_. Ceneral Conditions - 10 (c) Upon a written finding by the head of a Federal agency, the Secretary of Labor may provide reasonable limitations, variation:;, toler- ances, and exemptions from the requirements of this section subject to such conditions as the Secretary of labor may specify.* Section 2.4 Submission of weekly affidavits and subcontract summaries. (a) Each weekly affidavit shall be delivered by the contractor or subcon- tractor, within seven days after the regular payment date of the payroll period, to a representative of a Federal or State agency in charge at the site of the building or work, or, if there is nc representative of a Federal or State agency at the site of the building or work, the affidavit shall be mailed uy the contractor or subcontractor, with s. such time, to a Federal or State agency contracting for or financing the building or work. After such examination and check as may be made, suoh affidavit, or a :opy thereof, e together with a report of any violation, shall be transmitted to the United States Department of Labor at Washington, D. C., unless otherwise arranged with the Department of labor. (b) Each cortrsetor or subcontractor shall, within seven days after the making of any subcontract with another person concerning the construc- tion, prosecution, completion, or repair of any publi : building or public work or work or ouiicing finan•;ed in whole or in part by loans or grants from the United States, deliver to the local or national Government repre- sentative in chargs at the site of the building or work, or, if there is no Government representative, shall mail within such time to t-.e Federal agency contracting for or financing the building or work, an affidavit setting forth the name and address of his subcontractor and a summary description of the precise work subcontracted.* h Section 2.5 Payroll deductions. -- (a) Deductions for the following purp3s9s are permissible: (1) Where required by Federal, State, or local statutes or ordinances to be made by the employer from the wages earned by the employee; t (2) P,ona fide Prepayment of wages without discount or interest; I (3) Deductions required by court process provided that r the contractor or subcontractor will not be permitted to make such a deduction in favor of the contractor, subcon- tractor, or any affiliated person or where collusion or collaboration exists. (b) Any deduction is also permissible vhich in fact erects the fol- lowing standards and with respect to which the contractor or subcontractor shall have made written application by registered mail to the :eeretary of Labor, a copy of which application shall be sent to the contractdng agency by the contractor or subcontractor, setting forth all tht pertinent facts indicating that such deductions will meat the following standards: (1) That such deduction is not prohibited by other law; and General Conditions - 11 (2) That such deduction is (i) voluntarily consented to by the employee in writing and in advance of the period in which the work was done, and that consent to the deduction is not a condition either for the obtaining of or for the continuance of employment; or (ii) that such deduction is for the benefit of the employees or Lhoir labor organization through which they are represented and is provided for in a bona fide collective bargaining agreement; and (3) That from such deduction no payment is made to, nor profit or benefit is obtainod directly or indirectly by the contractor or subcont actor or any affiliated person. and that no portion o° the funds whetter in the form cf a co=dssion or otherwise, will be re- turned to the contractor or subcontractor or to any affiliated person; and i (4) That the convenience and interest of the employees are served thereby, and that such or similar deduc- tions have been customary in this or comparable situations. (c) After application in good faith, the deduction may be made in accordance with the foregoing standards: Provided, however, That if the Secretary of Labor, on his own motion, or on the application of any person or agency affected by the granting of the applica�ion, shall conclude at any time, after written notice to the applicant and an opportunity for him to present his views in support of the deduction, that the deduction has not met the foregoing standards, such deduction shall cease to be "permissible" seven days after the applicant and the Federal agency con- cernod have been notified of the Secretary's d�cisior. I � (d) Loon application to and prior written pe a:ission fro- the Sec- retary of Labor, and subject to the Standards set forth in paragraph (b) f (1). (2) and (4) hereof, deductions may be :lade by a contractor or sub- contractor or any affiliated person, for membership fees in group benefit for retirement associations; for board and lodgiag; or for other purposes where the Secretary of Labor concludes the deduction is required by compel- ling circumstances; provided, however, the contractor, subcontractor, or any affiliated person does not make a profit or benefit directly or indir- ectly from the deduction. A copy of the Secretary's decision shall be sent I to the applicant and the Federal agency ^cncerned. r (a) In accordance with and subject to the standards set forth in subparagraphs (1) through (4) of paragraph (b) of this section, general permission is hereby granted to make payroll deductions for: (1) The payment of the purchase price of United States Defense Stamps and Bonds 1 General Conditions - 12 and United States Tax Savings Notes; (2) The repayment of loan: to or the purchase of shares in credit unions organized and operated in accord- ance wit`- District of Columbia, Federal, or State credit L . on statutes. (3) Contributions to a Federal governmental or quasi- governmental agency. (f) In a case in which .he employee does not have full and actual freedom of disposition of his wage payment, whether made in cash or by check, any restricted payment made to the employee is considered a deduction under the regulations in this pant. (g) Nothing herein shall be construed to permit any deduction which the contractor or subcontractor knew, or in the exercise of good faith should have known, did not meat the foregoing standards. In order to insure compliance with this section, the Secretary of Labor may notify the contractor or suocont:ractor that the deduction will be permitted only if certain conditions with respect thereto are observed. The contractor or subcontractor or any affiliated person shall also comply with such general ~ rules and regulations concerning the deductions as the Secretary of Labor shall make from time to time, notice of which shall have been given to the contractor or subcontractor or any affiliated person making the deduction and to the Federal agency concerned either directly or through apblication in the Federal Register. Section 2.6 Regulations part of contract. '1 contracts made with respect to the construction, prosecution, completion, or repair of any public building or cubli: work, or building or work financed in whole or in part by loans or grants from the United States, covered by the regulations in this part shall expressly bind the contractor or subcontractor to comply with such of the regulations in this part as may be applicable.* Section 2.7 Opinions relating to the regulations. The Secretary of Labor will furnish an opinion regarding the coverage of any specific project or with respect to the application of any provision of the regulations in this part at the request of any Federal or State agency.* Section 2.8 Existing regulations superseded; Effective date . The regulations in this part shall supersede all existing regulations issued tinder the Copeland Act on April 30, 1942, and thereafter shall govern all new con- tracts and all uncompleted portions of contract; and subcontracts which were awarded subsequent to June 13, 1934s Provided, however, That parties to such contracts or sub-contracts may comply with the regulations in this part before April 30, 1942. ueneral Conditions - 13 r '* �. 26. STATE OR TK21TORIAL L:>+ Anything in this contract to the contrary notwithstanding, nothing in th'.s contract shall require the Contractor to observe or enforce comoliance rith any provision thereof, perform any other act or do any other thing in contravention of pny applicable local law. i 4 i a General Conditions - le. SP'cCISL CONDITIONS 1. CONTRACT DOCUMENTS The contract documents consist ofr (a) Advertisement for Bide, (b) Information for Bidders, (a) Accepted Bid, (d) General Conditions, (e) Special Conditions, (f) Agreement, with Schedule of Prices included or attached, (g) Specifications, (h) Performance Bond, (i) Plans. Items (a) to (g), inclusive, and Item (i) shall form the Contract. Z. INTERPRETATION OF DOCUlENTS The documents forming the contract are complementary and what is called for by one shall be as binding as if it were called for by all. Tney are intended to include all detail of labor and material reasonably necessary for the proper execution of the work. Should there be any dis- crepancy between the specifications and plans, the specifications shall have precedence. 3. CONFORMITY OF PLANS AND SPECIFICATIONS The work shall be done in strict r,nformity to the plans and speci- fications and to the exact lines and gr- ac : as fixed by the Engineer, and with such instructions as shall from time t,i time be Given by the Engineer. The Contractor shall provide such assistan:.e and materials as may be required by the Engineer for giving lines, grades, etc. and shall protect and pre- serve in their original position all stakes, points, or marks set fcr the work by the Engineer, and where the Engineer shall consider such stakes, points, or marks to have been unnecessarily destroyed, lie may cause the expense of replacing them to be charged to the Contractor and the amount of such costs deducten from any monies due or which may become due to the Con- tractor under the Contract for this work. 4. ADDITIONAL INSTRUCTIONS In the event that it is found that the instructi mis and drawings con- twined In the contract documents are not sufficiertly clear to permit the Contractor to proceed with the work, the Engineer shall, either upo.i his own motion or upon request from the Contractor, furnish such additional written instructions, together with such additional drawings as may be necessary. When such request is made by this Contractor, it must be made in ample time to permit the preparation of the instructions and drawings by the Engineer before the construction of the work covered by them is undertaken. Such ad- ditional instructions and drawings shall not be inconsistent with the con- tract documents and shall have the same force and effect as if contained in the contract documents. Special Conditions - 1 For the purpose of avoiding delays in the preparation of such addi- tional instructions an(' drawings, the Engineer and the Contractor she.11 jointly prepare a schedule showing the time for the comment anent of the work to be included in them ar.d the time the Contractor shall furnish the neces- sary shop drawings, which may be necessary for their preparation. The Con- tractor shall do no work without proper drawings or instructions and shall at his own expense replace any work wrongly executed. 5. SAMPLES The Contractor shall, when required, produce satisfactory evidence to show the kind and quality of materials used and furnish du.lieate labeled samples of materials and workmanship with sufficient information for tine 2nginoeres approval. The materials furnished shall have the some character, finish, color and texture as the approved samples and the workmanship steal` be equal to that of the samples. 6. MODELS When required the Contractor shall at his own ew ense furnish models of work for which models ire required. He shall notify the Engineer when the models are ready for 'nspection, There personal inspection is not pos- sible, photographs of sit-;s not less than e" x 1C" shall be substituted. All models shall be approved in writing by the Engineer and no won, of cast- ing shall be done until models have been approved. These models and photo- graphs shall become the Froperty of the parer. 7. SHOP DRAWINGS The Contractor shall submit in quadruplicate to the Engineer for approval such detail shop drawings or working drawings as may be required for the construction of any part of the work. Any work that is done or material ordered prior to the approval of such drawings shall be ut cile Contractor's risk. 6. LABOR AND ITATERIALS AND Ki,PLOYFES u The intent of the plans and specifications is to provide for the con- struction and completion in every detail of the work described therein and it is understood that the Contractor for all or any part will furnish all labor and materials, tools, equipment, transportation, and necessary supplies, such as may reasonably be required to execute the contract in a satisfactory end workmanlike manner and in accordance with the plans, specifications, and terms of the contract. Unless otherwise specified, all materiels shall. be new. All materials shall be of the best of the several kinds called for and it is intended that only the best methods and matericls, as recognized by usage in first class work, shall be used. All workmanshio shall be of the highest quality in every particular. Special Cenditions - 2 -e ..4: Only workmen skilled in their respective lines shall be employed in order to achieve the above results. The Contractor shall at all times main- tain strict discipline and good order among its employees. 9. ROYALTIES AND PATENTS The Contractor shall pay all royalties and license fees and defend all suits resulting from claims for same on all matorials and equipment pur hased outright and installed according to the specifications of tho Owner. The Owner shall pay all royalties and license fees on all processes arising from the operat-ca of the installation made according, to the specif- ications of the Owner. 10. PERMITS The Contractor shall procure all necessary permits, pay `'or the same, and shall obtain all official licenses for the construction of the work and for temporary obetru^tions, inclosures, opening of streets for pipes, walls, etc. arising from the construction and completion of the work ad mentioned in the specifications. He shall be responsible for all violations of the law far any oaiae in connection with the construction of the work or caused by obstructing streets, sidewalks, etc. , and he shall give all requisite notices to public authorities. 11. PROTECTION OF WORUMN AND °ROPERTY The Contractor shall erect and maintain good and sufficient guards, t barricades, and signals Pt all unsafe p),,ers at or near the work, and shall in all cases maintain safe passageways , c all. road crossings, crosswalks, t street intersections, and shall do all other things necossary to prevent ` accicent or loss of any kind. S The Contractor shall protect from dar"ge all water, says, Par• and steam or giber pipes or conduits, and all hydrants sad all other property that is liable to becc^e displaced cr damaged by the execution of the work. 12. INSPECTION BY OWNER'S ENrINEER All materials furnished by the Contractor shall be subject to the in- spection and approval of the Engineer at any ime during the progress of the work and until final completion }heroof. The materials shall be delivered by the Contractor a sufficient length of time in advenee of the work to enable the Engineer to make the proper tests and inspection. As soon as materials have been tested and inspected, the Contractor shall immediately remove all rejected materials from the week and to such place distant the.ofrom as the Engineer my require, but the neglect or failure on the part of the Enginoer to condern ur reject inferior matorial.s or work shall not be construod to imply an acceptance of the materials or work. The Contractor shall furnish, at his own expense, such labor as may be required to enable the Eaginoor to make a thorough inspection and culling of the materials. Special Condition - 3 i 13. INSPECTION AND TESTING OF MATERIALS The Owner shell have the right to inspect and test all materials used on the project. As a yardstick for such inspection and testing the Owner will use the Standard and Tentative Standards of the American Society for Testing Materials, (A.S.T.M.), or the standards as promulgated by the Federal Specification Board. The Owner shall have the right to repeat such inspec- tions and tests as frequently as cw.y be necessary to in sire the rejection of all materials which fail to comply with tho aforesaid yardstick. The Contractor shall nirnish the Owner, without charge, such samples of materials proposed to be used as may be necessary to make such inspections and tests to determine the character of such materials. 1 14. SUPERINTFYDENCE The Contractor shall pibvide at all times during the progress of the work competent and necessary superintendence. During the Contractor's ab- ' senoe, the Contractor shall keep a competent representative on the work at all times to receive and execute orders of the C'vmer's Engineer. These order, shall be confirmed in writing to the Contraotor. 15, CHANGES IN PLANS OR QUANTITIES The Owner shall have a right to make any reasonable change in the plans or quantities upon the recommendation of the Engineer that may be hereafter F determined upon as necessary or expedient either before or after the beginnink of the work by defining them in writing, and in case such alterations on unit r price oontracte increase or diminish the approximate quantities as stated in the schedule then the Contractor shall be paid for the work actually done at the contract price that is specified in the Bid, and such alterations shall not constitute a claim for damages nor shall any claim be made on account of anticipated profits on the work that may be altered or dispensed with.. 16. CHANGES IN WORK AND EKTRA WORK The right is reserved, without impairing the contract, to order the performance of such extra work of a class not contemplated in the Bid as may be considered necessary to complete fully and satisfactorily the work in- eluded in the c.ntraot. Such changes and extra work :hall be done in accord- ance with the contract documonts insofar as the contract documents are ap- plicable and shall be paid for as provided for herein. In the event of any such changes or extra wnrk of a class not covered j by the prices included in the contract dooumenta, the basis of payment shall be agreed upon in writing between the Parties in the contract beforo such work is done. Whore such method of payment cannot be agreed upon prior to the beginning of the work, than such work ehall be performed by th3 Contrac- tor on the basis of furnishing labor, material, and insuranoc at cost, plus fifteen per cant (lb%) to cover profit, superintendence, and gonc:,al expense. Special Conditions - 4 17. DEFECTIVE WORK The Contractor, upon being notified by the Engineer, shall rmovu or reconstruct, or make good without cost to the Owner any work which the Engin- car may doom to have bean defectively exocutod. 18. FAILURE TO PROSECUTE WORK VIGOROUSLY Failure of Contractor to furnfeh sufficient force, equipment and material in time to insure the completion of the work within the time speci- fied herein shall be deemed a violation of the contract. 19. FAILURE TO PAY FOR LABOR AND MATERIALS If at any time it shall appear that the Contractor has failed to pay the subcontractors or the laborers employed upon the work, or has failed to pay for the materials used therein, the Owner may withhold from the money which may be due the Contractor under this agreement such amount or amounts as may be necessary for the payment of such subcontractors laborers, or materials, and may, acting as a,ent for the Contraotor, apply the came to such payments and deduct the same from the final estimate of the Contractor. This provision is intended to protect the subcontractors and laborers em- ployed upon the work and the parties vhio may be furnishing the materials to be used herein. z� GNMENT OF CONTRACT AND SUBLETTING .he Contractor shall not assign this contract nor any part thereof, nor any monies due or to become due thereunder, without the prior written approval of the Owner. No assignment will be approved unless the instrument of assignment contains a clause to the effect that it is agreed that the funds to be paid the assignee under the assignment are subject to a prior lien for services rendered or materials supplied for the perfc-manse of the work called for in the contract in favor of all persons, firms or corpora- tions rendering such services or supplying such materials. The Contractor shall not sublet any part of this contract without first having obtained the written consent of he Owner to do no. In case such consent be given it shall in no way release the Contractor from any responsibility, but he shall be held in all respects accountable for the sams as 1f no consent had bsen given. The Contractor will be required to give his personal attention to the work which is sublet. The approval by the Owner of the award of a subcontract shall not create any contractual relations between the subcontractor and the Owner. The Contractor shall bind the subcontractor to the terms and conditions of the contract docim:ents insofar as the ter�%t thereof may control the work inc'udsd in the subcontract. No award of a subcontract to way subcontractor who, in the judgment of the Engineer is incompetent or unfi'. will be approved by tho Owner. Special Conditions - 5 i 9 W In order that the Owner may have mplo opportunity to examine into the qualifications of the subcontractor, the Contractor shall at the earliest practicable time, notify the Owner of the name and qualifications of the subcontractor to whom he proposes ao award any subcontract in connection with the work. 21. ORDER OF EXECUTING WORK The Contractor shall cr imence work at such point or points as the Engineer may direct and shall conform to his directions as to the time and order in which various parts of the work shall bo done. 22. OTHER CON11UCTS The Owner reserves the right *a award other contracts in connection with the )rk provided for by these contract documents. In the event such other contracts are let, the Contractor for the work ineludod in the contract documents must, work in cooperation with such other contractors and afford such other contractors reasonable opportunity for the storage of their mater- ial sad the execution of their work. If any part of the Centractnr's work is dependent for its proper execution or for its subsequent efficacy or ap- pearance on the character or condition of associated or contiguous work not performed by him, this Contractor shall examine such associated contiguous work and shall report to the Engineer in writing any imperfection therein or any condition that may render it unsuitable for the reception of his work. In case the rontraetor proceeds without makipe such written repoi ', he shall be held :o have accepted such other work and the existing conditions and siu 1 be responsible for any defects in his owt work in consequence thereof and shall not be relieved of the obligation of any guarantee on account of such imperfection or condition. 23. CUTTING, PA:GHING, ETC. All cutting and patching shall be done by the Contractor in a nest and workmanlike manner and at his owa e::pense. 24. DAMAGE TO OTHER CONTRACTOR'S WORK, MATE' 7,� A14D APPARATUS Should the Contractor or any person. directly or indirectly employed by hir, cause damage to the material, apparatus, or uncompleted work of any other contractor employed by tha Owner, or cause damage by way rC delay or otherwise to such other contractor, such other contractor shall notify the Owner through its Engineer of the fact within forty-eight hours of the oc- currence of such damage and should the two contractors be unable to reach a settlement within ten days thereafter the Owner shall debit the Cortractor the amount that the Engineer shall dec 'a to be just, and shall credit thecc amount to the other contractor. Oho the Contractor sustain damage to his apparatus, or materials, or uneomple�ed work, by reason of delay or other- ,,!so at the hands of some other contractor, he shall in a similar manner tify the Owner and should the.two contractors be uza:ble to reach a settle- mont within ton s thereafter, the Owner shall credit the Contractor the Special Conditions - 6 • amount that tho Engineer shall decide to be just and shell debit that amount to the other contractor. The Contractor shall in final settlorant accept or permit the deductions of the amount determined by the Engineer. 25. DECISION OF ENGINEER FINAL An. question of difference or controversiou which may arise between the Owner and the Contractor with reference to the perforrar. or non- performance of the work, or with reference to delays or pant ies or relat- ing to plans, profiles, specifications, or technical sufficiency of material furnished, or the work done unde.- this contract shall be referred to the Engineer whose decision shall be final and conclusive on ooth parties. The Engineer has authority to stop work whenever such stoppage mav be necessary to insure the proper execution of the contract. 26, USE OF PREMISES f The Contractor shall confine his apparatus, storage of materials and operation of his work to the limits indicated by law, ordinances, permits, or directions of the Engineer, and shall not unreasora: _y encumber the prom- ises with his materials. The Contractor shall not permit ,ny part of the structure to be loaded with a weight that will injure its safety. The Contractor shall enforce the Engineer's instructions �egardjng signs, ad- vertisements, fires, and smoking. 27, SANITARY PR( ISIOITS The Contractor shall provide and maintain in a neat and sauitary con- dition such accommodations for the use of his employees as may be necessary to comply with the requirements and regulations of the State. Department of Health and of other bodies or officers having jurisdiction thereover. Hs shall permit no public nuisance. 26. CLAIMS FOR DAMk-;,ES AND EXTENSIONS OF TIME The Contractor shall not be entitled to any claim for damages on ac- count of hindrances or delays and he shall not be charged with liquidated 6amages because of any delays ir. the completion of the work due to unfore- seeable causes beyond his co%trol and without his fault or nea,Iigence, in- cluding, but not restricted to, acts of God, or of the public enemy, acts of the , Wnsr, acts of another contraa,or in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather or delays of subcontractcre due to such causes, provided that the Contractor shall give notioe in writ- ing of the causes of any such act, hindrance, or delay within ten days after Ats occurronoe. 29. CLEANING UP From time to time as may be ordered by the Rn,ineer and, in any event,, Immediately after completion of the work, tho Contractor shall, at his own Special Conditions - ox; :nse, clean up and remove all refuse and unused materials if any kind res silting from the work, and upon failure to do so within twenty-four (24) hours after having been notified by the Engineer the work may be done by the Owner and the cost thereof charged to the Contractor and ded ^ted from hia final estimato. 30. TERMINATION FOR BREACH Should the Contractor at any time refuse or neglect to supply a ouf- ficierwy of properly skilled workmen or of material of the proper quality or fail in any respect to prosecute the work with promptnea-� and diligence or fail in the perfonnance of any of the agreements herein contained, the Owner may at his option after giving ten days' written notice to the Contractor provide such sufficiency of labor or materials and deduct the cost thereof from say monies due or thereafter to become due under this contract. In the event of such refusal, neglect or failure the Owner may, by written notice to the Contractor O his surety or his represantative, or if the Contractor abandons the work undertaken under this contract, the Owner may, at hi: option with such written notice to the sure}y and without any written notice to the Contractor, transfer the employment for said work from the Contractor to the surety. Upon receipt of such notice such surety shall enter upon the premises and take possession of all materials, tools and appliances thereon for the purpose of completing the mark included under this contract and employ by ooutraot or otherwise any person ur persons to finish the work and ^rovide the materials therefor, without termination of the continuing full force and ef- fect of this eontrft;_. In cas9 of such transfer of employment to such surety, the surety shall be paid in its own name on estimates covering work subse- quc ntly performed under the terms of this contract and according to the terms hereof without any right in the Contractor to make any claim for the same or i any part thereof. In lieu of the foregoing, if the Owner so elects, he may to urinate the employment of the Contractor for rnid work and titer upon the premises and take possession of all materials, tools and appliances thereon for the purpose of comple+.ir.g the work included under this centrect, and enploy by contract or otin rwise, any person or persons to finish the work and k provide the materials therefor. In case o.' discontinuance of employment by the Amer as aforesaid, the Contractor shall not be entitled to receive any f further balance of the amount to be paid under this contract unti?. the work `k a shall be fully finished, at rich time, if the unpaid balance of the amount to be paid under this contract shall exceed the expenses incurred by the Owner in finishing the work and all damages sustained or rhieh may be sus- tained by the Owner by reason of such refusal, neglect, failure or discontin- uance of employment, such expense and damages shall be deducted from the un- paid balance and the excess shall be paid the Contractor. If such expense and damages shall exceed the unpaid balance, the Contractor and his surety and each thereof shall be jointly and severally liable therefor to the Owner and shall pay the difference to the Owner. 31. NOTICE AND SERVICE THEREOF Whenever in this contract provision is made for notice to be ✓iven by the Amer to the Contractor, such notice shall be in writing and service thereof may be made by the Owner or his duly authorized representati're on the Contractor in person or by mailing sucn notice to his last known address Special Conditions - S F �1 1 I E 32. CR EQUAL CLAUSE L s In order to establish a basis of quality, certain particular prop=•sses, q types of equipment or kinds of material are spe*ified by designating a par- ticular manufacturers name, brand or number. It is not the intent of the speo'.fications to exclude other processes, equipment or material that meas- ures to to the standards of those specified. Should the Contractor desire to mLka; substitutions, he shall first secure the written approval of the Owner and his accredited representative. Whenever a process, equipment or materie ', is specified by giving the manufacturer'e name, brand, or number, it is u: derstood that the words "or egval" follow thereafter. 33. FACILITIES FOR USE OF GOVERNMENT CONSTRUCTION ENGINEER The Contractor for the general construction shall provide and maintain until the completion of the contract facilities at the site of th project for the use of those representatives or agents of Federal Works Agent; who are assigned to the inspection of the project. The facilities to be provided and maintained shall be as follows: A space approximately 101 x 121 , well lighted by windows which will affor4 adequate ventilation, and with separate entrance door pro- vided with hasp and staple. Tne following furniture shall be pro- vided: one long table for blueprints, e;reoximately 3' x 61, with stool; one table, approximately 3' x 5e, with two chairs; shelves along one :call as directed. In addition to the above, the Contractor shall provide and maintain facili- ties for adequate heating and lighting, and a telephone for the exclusive use of the Government Construction Engineer. 34. INSURANCE COVERING SPECIAL NAZARDS The following special hazards shall be covered by rider or riders to the Public Liability and/or Property Do—go Insurance Policy or policies herein elsewhere requirod to be furnished by this Contractor, or by separate policies of insurance- in amounts as follows: Blasting --- Public Liability 910.000/$20,000 Blasting --- Property Damage $5,000o0'.4j10,000 t The above special hazards necessary inly to General Contractor and where applicable to Subcontractors. r Special Conditions - 9 e s 35. COW'WWENT AND COIT_LETION OF WORT{ The work shall be commenced at a date stated in the notice to the Contractor to proceed and shall be completed within j ko consecutive fcalendar days from sad including said da .e. 36. LIQUIDATED DAhaGES. As actual damages for delay in completion are impossible of determin- ation, the Contractor and his sureties shall 3s liable for and shall pay to the Owner the sum of 4'►S5 al- as fixed, agreed and liquidates damages for each calendar day of delay (not beyond the control of the Contractor; see Article 88 of Special Conditions) until the work io completed or accepted. 37, USE END OCCUPANCY PRIOR TO COLTLETION The Owner reserves the right to use and occupy the whole or any part of this improvement which has been completed sufficiently to permit uae and occupancy, and such use and occupancy shall not be ccn,trued as an aocipt • ante of the work, or any part thereof; and any claims, which the Owner may have agsinst the Contractor shall not be deemed to have been waived by such occupancy. ! All b,iilding ordinances and regulations shall be complied with. 38, DQUIPhOlT LISTS Promptly following the execution of the ecntract documents, the Con-tractor slmsll prepare and submit to the Owner an or .ginal and five copies of an item+.zed statement showing the unit quantitiem and the corresponding unit prices and totals of all items of equipment or supplies required under this contrac '.. The description of each item shall 'me sufficiently definite to deterudne easily its classification as td type, durability and utility as I indicated in the specifications. ti 39. TWORARY AE.:TING The Contractor shall provide temporary heating, covering, and en- closures as necessary and to the satisfaction of the Owner to prote--t all work anti material a ;ainst damage by dampness and cold and facilitate comple- tion of the work. Temporary heating, covering, enclosures, and ventilation shall be provided as required to dry, out the buildings properly. The Contractor she. , supply such heating equipment as may be required. The fuel, equipment, and r„athod of heating shall be at all times .;e.tisfac- tary to the Owner. 4 Elul of Special Conditions - 10 Agreement - 1 (Lump Sum Contract) AGREEIENT THIS AGREIMWT, made and entered into this day of 1942, by and betwcon the hereinafter called the "Owner", and hereinafter called tho "Contractor". WITNESSETH: Sain Contractor, in conaidsration of the sums to be paid to him by the said Owner, in the manner and at the times heroinaftor provided, and of the eovenaits and agreements herein contained, hereby agrees to construct a Sewage TreatT nt Plant and all accessories, oomplete, including excavation, back fill, piping, etc. , ready for operation and with guarantees, at and for the City of Renton, Washington, the--ps+pewee wsrk-bei Vail lies Y of Pedere§ Wac Agemeb, -nes"ot*-W @h , Rem 46-WS, in accordance with the attached plans and specifications, and to furnish all necessary machinery, tools, apparatus, materials, and labor, and to complete the work in a most substantial and work- s•.anlike manner, according to this Agreement and other contract documents re- ferred to herein, and such modifications of the same as may be provided for therein; for the `um of (Z ) Dollars, being the "base bid". Agreement - 2 (Lump Sua Contract) DOCU''NYNTS C_01.1.._S_IN_G CONTRACT -- 5.:cent for the performance bond, all the documents hereto attached, including but not limited to the Advertise- ment for Bids, Inforration for Bidders, accepted Bid, General Conditions, Special Conditions, complete specifications and the complete plans , are hereby made a part of this contract. f Enumerated Plans: Yap No. t General Hap Showing Location-Sewage Treatment Plant 42-20 Contour Map and General Plan 42-21 General Layout end Flow Diagram 42-22 General Plan of Clarifiers 4Z-23 Revised Plan of Control Building Basement 42-23-A Details of Basemen' of Control Building 49-23.1 ReviL*.d Plan of Control Building Basement 42-23.1-A Detai'_c of Clarifier 42-23.2 Letails of Clarifier 42-23.3 Details of Clarifier 42-23.4 Wet Wells, Shredder Chamber, Pe-shall Flume, Etc. 42-24 Pian of Filters 42-25 IF Detail of Filters 42-25.1 Sludge Digeste - Plan and Details 42-26 Sludge Drying Beds - Plan and Details 42-27 Schematic Diagram, gas and Hot i;`ater, piping vnd wiri rog 42-26 Plan and Detail - Top Floor Control Building 42-29 0 Agroement - 3 (Lung Sum Contract) Enumerated Addendat i PAYNENTS In consideration the faithful performance of the work herein embraced, as set forth in this Agreement and in the above mentioned contract documento, in accordance with the direction of the Engineer and to his satisfaction, Said Owner asses to pay to said Contractor the amount earned, computed as provided by the contract documents, and to make such payments in the manner and at the time provided in Section 22, General Conditions. CANCELLATION OF CONTRACT FOR VIOLATION OF STATE POLICY -- This contract, pursuant to Sections 7646 and 7647, Rem. Rev. Stat. , may be cancelled by tha officers or agents of the Owner authorised to contract for or supervise the execution of such work, in case such work is not performed in accordano with the policy of the State of Washington relating to such work. t .i a Agreement - 4 (Lump Sus. Contract) 1 li )ULE OF PRICES I BASE BID For furnishing all material and performing all work required for the construction of the aforesaid Sewage Treatment Plant, at Renton, in King i County, Washington, in the manner outlined in the attached plans and speci- fications and other contract documents for the sum of Dollars, hereinafter termed the base bid. S I i `f VARIATIONS IN QUANTITIES In case the quantities for the following items are increased or decreased from those shown on the plans or named in the other contract documenta. t".tl following adjustments in the base bid arc authorised: f Item 1 - Dollars per cubic yard Item 2 - _ Dollars per cubic yard Item 3 - Dollars per pound Item - Dollars per sq. ft. of surface Item 5 - _ -Dollars per sgt ,.re foot Item 6 - Dollars per agrare yard i Agreement - 5 (Lamp Sum Contract) IN `idITNESS WHEREOF, the said parties have caused this Agreement to be executed the day .nd S ar first above (nwuzer of copies executed) written, i (Vner i B Idamr cid Title of OO Attest: i i Name and Title of Office Contractor Capacity—� In the presence o': i PERFORMLII'E BOND KNOW ALL IEV BY THESE PRESENTS; Shat whereas the _ ha; awarded tom _ i (Owner) (Contractor) _. hereinafter designated as the "Prinnipal", a contract f'or constructing which contract consists of Advertisement for Bids, Information for Bidders, accepted Bid, General Conditions, Special Conditions, Agreement, Specifica- tions and Plans, all as here',o attached and made a part hereof --.d .areas, said principal is required under the terms of said contract to furn+.sh a bond for the faithful performance of said contract: NOW, THEF.EFORE, we the principal and , a corporation, organized and existing under and by virtue of he laws of the State of ., and duly authorized to do business in the State of Washington, as surety, are held and firmly bounce unto he State of Washington, for and in behalf of in the sum of _ Dollars lawful money of the United States, for the payment of which sum well and truly to be made, w,3 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by those presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above b anded prin- cipal, his or its heirs, executors, administ.-ators, successors, or assi:�as, shall in s11 things stand to and abiue by, and gell end truly k9ep and perform the covenanta, conditions and agrecr:ents Sn the said contract, and shall Performance Bond - 1 4 . faithfully pern'orm &:.I the provisions of such contract at the time and I& the manner therein specified and shall pay all laborers, mechanics, subcontractors, and a&terialmen, and all persons who shall etipply such persons or person, or suboontrantorfr, with provisions and supplies for the carrying on of sueh work, on his or their part, and shall indemnify and, save hxrmlose the State of Wash- ing`.oa and the City of Renton their officers and agents} and shall further save !armless and indemnify said City of Renton from any defect or defects, in any of the workmanship or materials entering into any part of the work or designated equip ennt covered by sail contract, which shall develop or be dis- covered xithin one year after the final acceptance of such work, then this obligati. in shall become null and void; otherwise it shall be and r main in t lttli force and effects Provided that the liability hereunrrer for defects in m:terials ate, workmanship for a period of one year ai'ten the acc�ptanca of the work shall not exceed the stan of fifteen per cent of the contract sum Dollora And the said surety, for value received, heroby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the em tract or to the work to be performed thereum(;r or the specific&- Lions accompanying the same shall in any wise affact its obligation on thin bend, and it does hereby waive notice of any change, extenslon of time, alter- at;on or additior to the terms nr the contract or the work or to the • -oi- fications. IN WITNESS WTDM"p the Enid principal. am the said surety have caused this bond and ocraterpart thereof to be signed and sealed by their duly rixed officers, this day of __�, 4 1942. purformuNe Bond - ! ( rincipa.LT APPROVED AS TO FORMt Surety By$ Bye — Attcmey fo, Its Address of local office and agent of Surety Company is: I Performance Bond - 3 t; m DETAIL SPECIFICATIOM it .is • 'd a =, 4 i � . . 0 t.. 1 I DETAIL "'ECIFICATTONS PART T' 1 LOCATION OF PROJECT t the site of the vronk to be performed under these specifications is South of Sixth Avenue North and East of Commercial Water Way No. 2, in the t li City of Renton. Washington, as shown on plan, and as specified herein. WORK TO BE DONE_ GENERAL The work consists of furnishing all plant, labor and materials e:.d pe:- 1 forming all work required for the construction, erection, fabrication, and installa+ ::n of a complete S maga Treatmont Plant and accessories in operat- ing coalition, including, among other things: influent .and efflent limes, electric lines, pipe lines, e*c. The work will also include among other things, such items aa: all the grading, ditching, backfilling, road building, installing gas utilization ognipwrt, installing hot and cold +rotor sorvico j and irstelling electrical service, cto. f{ r All work s'-11 be in accordance with the specifioutio:*s and drawings forming a part hereof. The specifications and drawings shall be considered cooperative and work and material called for by one and not shown or mentioned in the ether shall be done or furnished i as faithful a manner as though ! required by both. Examination. of the site indicates that the area is composed of sand and clay, and water conditions are anticipated in the construction of certain structures. Bidder- shall make their own investigations of all conditions and satisfy themselves car cernind any and all factors that ;rill infiu,noe or have f bearing on the costs of oon.struction, E[r COMPLETE BIDS It is the intention to let contract covering construction of the entire Unit No. 2 of the project. The vuriouE items provided for on the bid sheet for deductions fret or additions to the tnse bid shall all be bid upon. PRIORITIES , A priority rating cf has been assigned to cover materiale f required for the project. SELECTION OF UIPIMT AND MATERIk4 It is not the intention of those plans and spb( %tiona to discrimir- nate against the equipment and materials 4 any mar fa >r. The Engineer may approve iquipment and materials other than thouu described i1 the plans and specifications when, in the opinion of the Engineer, such other equipmen' Det, Specifications - 2 '-LE', TION OF EQUIPIEN'T AND SdATERIALS (Cont'd) and materials will perform the required services and in all other respects be as equally satisfactory as the equipment and materials described in the e plans and specifications. If the Contractor desires to furnish other equipmont or materials than those described in these plans and areeifications, he shall submit with l+ bid, detailed drawings, specifications and aoseriptlon of the equipment materials he dosiros to use. However, it is understood that if the equip- ment and materials the Contractor desires to substitute are not equal to those specified, then the Contractor will be required to furnish the equip- ment and materials describod in those plans and specifioations. Information Concerning Coaditionst The aocuraoy 3f information fur- nished by tho Engineer and or rho plans and specifications as to un'iergro and structures and surface structures, foundation conditions, character of soil, position and quantity of surfaco and underground water, etc. , are not guaran- toed by the Osmor. Bidders must satisfy themselves by personal examination and by such other means as They desire with respect tc actucl conditions in regard to the nsture of the ground and subsoil water +nd in regard to the lo- cation of existing underground or surface structures. Unforeseen conditions shall not constitute a claim for additional payment under the te-me of the contract or constitute a basis for the cancellation thereof. INTERFERFNCE WITS EXISTING 3TRUCIM'-3 The existing septic tank, pipes, drains, or other structures on tho site above or below ground and the trunk sevror lines on Sixth Avenue North adjoining the site will be operated at least until the proposed Sewer Treat- mont Plant covered by these specifications has boon completed placed in operation. All the aforementioned exisiting structures, ineludi..t; the pro- posed 24 inch sewer lino and all w ater lines and all other public or private structures in Sixth Avenue North adjacent to the site and extending East of the site to Williams Street North, shall be supported and protected from in- jury, and if injured the shall be restored as oerly as practicable in a manner satisfactory to t Engineer, by read at the expense of the Contractor. EXISTING SEPTIC TANK The ex'-sting septic tank will be operated al a septic tans: at least until taer. time as the Sewage Dirpoe.ai Plant specified in these specifica- tions has be'n placed in satisfactory operation, after which time it will be oon•7erted into an unheated e.uxiliary sludge digester as shown on plans. Upcn the completion of the new plant covered by these specifications, the Ton- tractor shall transfer the sludge in the existin>, septic tank to the new sludge digester. After transferring the sludge to the new sludge digester the Contractor shall break holes through the interior walls of the septic tank at points to be designated by the Engineer. lie shall tnen install a 6 inch sludge line on the floor of the septic mk and he shall also suspend a 6 inch sludge line 'n the top of the septic tank. These line shall b, connected with the sludge pumps in basement of the Control Building as ci..,wn on the plans. Detail Specifications - 3 E77 TT3M DOG POUND The existing dog pound bui:.ding bnall be moved from its prssort loos- Lion on the site to a location on the site approximately 50 North cf the Vor :n '.ine of the existing septic tank or as directed by the hgineer. It shall 1: , set on a solid foundation and whe7 in its new location it shall 'be in as good condition in ivory way ss it was before being moved., EXISTING SIIIDGE PI? AIM DRYINi BEGS Existing con,,re'.o slulge pLt immediately past of the existing septic tank shall be filled in with suitible surplus dirt from excavations made on the site, or obtained elsarbore. Existing concrete sludge drying beds Fast of the existing septic tank shall be broken up and the concrete shall be removed from the property eito and disposed of in a manner satisfactory to the Engineer. STANDARD STCCK ?R IC-ES All articles, fittings, he:^dware, an;: supplies snuill, wherevcr practi•- eable, and unless otacruise cpeci 'iod or required, be maaufactircr's standard stock articles of a reliable make. Stock ar�tcles and materials, upon which the inspection at the source of manufacture is c ,asiderod impractical by the Engineer will be inspected. prior to acceptance for use at th,3 site of the pork an3 inferior or unsuii- able articles and materiala shall be removed from the site of the work as provided in Section 12 of "Slecial Conditions-3", heroin. i STANDARD TESTS AND QUALITY Unless waived in writing by the Engineer all testa and trials shall be made in accordance with those specifications in the presence of a duly autho_- :sed reprosontativo of the Engineer. lihan the presence of the inspector is waived, sworn stctoments in quadruplicate of the tests made and the results thereof, shall be furnished to the Engineer as soon as possible after the tests are made. AT SOURCE AND IN FIELD Inspection and testing of materials prior to use in thl- project is an ligation of the Contactor. Such prior inspection and ted'aing, in mill, E facl- field and laboratory is provided for in construction contracts, where f necessary, in manner .id extort acceptable to the Engineer. Due ccr.sidera- E tion should be given to customary engineering and architectural pract',^ . !t INSPECTION AND TESTING AGENCIES Thc- selection of inupeotion and testing agencies for such service will to made by the Engineer subject to the approval of F.W.A. Such age-icies, whether employed for services away from or at the sit9, as may be required and necessary, and generally referred to as independent laboratories, shall be commernial laboratories of reeognired standing, or, for engineering in- spection • rvice may be by sualified Engineers. Visual field in-rneotions and tests are functions of the Engineer or his authorised representative, ex-opt as may be otherwise providea for or required. D�,t. Specifications - 4 SU!'-ABILITY OF L&TEFJALS Inasmuch as such inspection and testing must be done partially or en- tirely prior to delivery of material at the job, tin Contractor should fluniso the Engineer satisfactory documentary evidence that material has passed such inspection and test and such evidence must be so furnished before the sxteria_ is incorporated into the work. I COST tk' TESTS AND TRI_tS I The costs or all tests and trials, except the pay and expenses of the hgineer or his in_pector, shall be boric by the Contractor, unless otherwise specified. CERTIFICATES Whenever required, the Contractor shall, at his expense, furnish 3er- 44, tificates from a recognized testing laboratory that the naterialo meet all tie requirements of the specifications. PRGTECTION OF MATERIAL AND WORK The Contractor shall, at all tires, carefully and properly protect all materials of every, description, both before and after being used on the . ob, and all worL performed by himt and shall provide any enclosing or spacial protection from weather Deemed necessary oy the Engineer without additional coat to the Owner, ORDER OF WORK Unless otherwise specified herein, all work shall be carried on in such order or procedure as may be found necessary by *he Contractor in axe- outing the work successfully, subject to the approval of the Engineer. The location and limits of work to be done will be plainly indicated by the Engineer o, his agents by stakes or other marks. GROUNDS The CGntractor shall keep the building. and rrounde in use by him at the site of the work in an orderly and sani`arf condition. LINES, GRADES. A.Z ?TASUREkMTS The work shall be carried out in strict accordance with the lines, grades, and dimensions shown on the 4ruwings or as directed by the Engirecr. The Engineer will furnish the control points, lines, grades, and ele- vations necessary to enable the Contractor to commence the construction work. Aftor this original layout has been -ado by t:ic Engineer it shall be the responsibility of th Contractor tc supply and maintain all additional survey points, grade stakes, form looetion and other work lines necessary for the 0 proper execution and conduct of the work. Bench marks and other control acints P�;ll be pry rrved by +,..e Con- tractor and in case of th- testruction or reroval by i.lm or his mployses, they will be replaced by Engineer at the Contractor's expense. Doted Specil:cationo - b _ r DATUM AND BENCH MARKS The plane of elevation reference as used in these specifications and on the drawings will be furnished to the Contractor by the Engineer prior tc the beginning of the work under this contract. PHYSICAL CONDITIONS I The nature of soil, material and he stability of the earth on the site are not ;uaranteed. WATER FOR CON';RUCTION PURPOSES I The Contractor shall provide and maintain at his expense an adequate supply of wetor of a quality suitable for the required construction and domestic use. Water used for human consumption shall be kept free from tamination and shall conform to the requirements of the state and local au- thorities for potable wetor. the Contractor shall make all arrangements for securing wcter, and shall c ,r ;truct all mains or other distribution faciliti,-; necessary to furnish wnt.er use during construction at his own expense. POWER FOR CONS TRUCITON PURPOSES The Contrae u: sfaxil make all arrangements for and obtain all elec- ! trioal energy at his own expense and shall provide at his own expense e11 temporary pole lines and facilities for providing electric energy for con- struction purposes, and for lighting during the construction period. Where connections are made between existing work and temporary facilities, the ! connections shall be made in a thoroughly workmanlike manner. i PARKING AREAS Or It shall be the responsibility of ctn rontractor to provide adequate harking areas, for the automobiles used by hii construction employees. _'BLACK-CUT" PRECAUTION.^ The Conti shell roe provisions wnereby all liLits used at night f on the project s.--- be put out irme-iiately in the event a "black-out" is ' ordered and to restore such lights at the conclusion of same. i The cost for such work shall be included in the lump sum contract a price. r INAL EKA11INA;i0N AND ACCEP' .=E As soon as p.activable afte the compiet,' i of the entire work, it rill be examined thoroughly by the Engineer : Li: representative. Lie Con- tractor will be notified when the examinatic . is t be made P.nd he or his representative will be permitted to acoom?any the examining party. When the work is found to be satisfactc.y, it will be accepted finally and such final nccertanoe will not be reopened after having once been made, except ou +vi- dance of collusion, fraud, or obviour, error. If the inspection reveals a_ny defect: in the work as contemplated by the specifications suet defects shall be repaired or the unentisfactory work replaced as the Engineer may direct before accep'Anec of any of the work. The cost of all such repairs end re- placements hall be borne by the Corr -+nr, and no extension of the con- tract time will be granted hacaus : time required to remeoy suoh defeeta Detail Spocifications - 6 CL&+FI!:' AND GRUBBING The structuro sites, excavation, and soil areas of the entire -oject site shall be cleared of all obstructions unless otherwise spec .-ied. The debr s from clearing shell be disposed of by burning or as otherwise directed. Any s-ich material or rubbish which cannot, for any reason, be dispose.: of by burning shall be removed from the propertrj site and disposed of by the Con- tractor. The Contractor shall obtain permission from the proper au- rities for burning on the site and burning shall be controlled so as to prr...nt injury to all private or pu-lie property. All wool, roo•.s, brush, debris, vegetable or other objectionable matter shall be removed from excavated material before such excavated materi- al is '_eft in fills. If any utilities are encountered they shall be immediately brought to the attention of the Engineer. No separate payment will be made for clearing and grubbing. The costs and expense thereof ^::all be considered by the Contractor and included in the contract price. ZKCAVATION SPECIFICATIONS GENFIL41 The Contractor shall furnish all material. equipment and labor neces- sary to complete all excavating, filling, and grading incidental to the ocn- struetion as indicated on the drawings an4 hereinafter specified. Where blasting is found necessary the Engineer ehall be advised before any explosives are brought on the job and he shall prescribe :heir use. The oonstruction and removal of temporary shoring, cnffordems and other temporary structures required in connection with the excavation, in- cluding proper dewatering during construction, shall be. considered an inci- dental operation and the cost thereof included in the contract price. CLASSIFICATIDN OF EXCAVATFD MATERIAL All excavation for footiyg trenches and for structures shal- be mode tc liner and grades as shown on drawings or as provided for under the oupt.ion "Lines. Grades and Ileasurements", herein. The tern "excavation" as used in this contract and these snecifications embraces all chars^,tor and conditions of materials such as earth, loose rock, rock, send, clay, wet and dr,, 3tc. DEPThS The depths of foundations, footings, and trenches shall be as indi- cated an the drawings but the EcW' .eer reserves the right to increase or de- crease the width cr depth of ar' foundation footings or trenches which may be made necessary by conditions encountered during :he prosecution of the work. EXCAVATION FOR F00:PATI02:S lacaveAioas for strictures shall be of sufficient size to permit in- stalling end removing forms. Surface against which concrete is placed shall De+ •u- Specifications - 7 EXCAV:.TTON FOR FOUNDATIONS (Cont'd) be prepared i- a canner suitable for forming a foundation. The accumulat_on of water in exca-,ated rreas shall be prevented by means of pump and/or other approved methods. PREPARATION OF GROUND FOR FLOORS Preparation of ground surface to receive various structure floors shell be made true and either level or to grados sal slopes as irdieated on pions. All ground surfaces, receiving concrete floor direct, shall be free of lerge rocks or eny other unsuitable materials and left in coalition to receive screeds for the pouring of the concrete floors to be laid thereon. I` (WERCUTS Excavations shall be carried to the exact depth indicated on the draw- ings furnished to the Contractor and approved by the Engi4neer. Should the Contractor, through his negligence or other fault excavate below the aesig- nated lines he shall replace such excavation with approved materials at his awn expense. Excess oxcavations below walls and footings shall be replaced with ooh.crete. PROTECTION OF EKGAVATIONS The Contractor shall, whe.•e necessary, protecc excavation+ from caving or other sources of damage. Any damage to excavations shall be repaired by the Contractor at his am expense. Bi.CKFIL INS MOM; AND ROLLING MATEMAL FOR BACKFILLING fEarth for tackfill_ing shall be free it od, roots, brush, or other objectionable material. 1;atcrial for beckfi, and fill shall be obtained from required exoavations insofar as practicable. Should the material avail- able from excavatione be insufficient or unsuitable for the required use, the Contraotor shall furnish: and place suitable material without additional :oat to the Owner. METHODS OF DuING WORK All debris from lumber and similar material in the areas around the scructares rlai: be removed prior to placing the backfill, The baekfill shall be placed in lavers approrlmately 1 foot thiek and each layer shall bo thoroughly compacted by puddling or tamping. The Contractor in oompaeting +he material shall puddle or temp it in a satisfactory manner. PUDDLING, ROLLING, OR TAWING The filter floors and flume bottom which will be above the original ground elevation. will reo_uire a dirt fill for receivine concrete floor for same. The Contractor may compact this fill by puddling-if this method proves satisfactory to the, Engineer's judgment to be sufficiently solid for placing the concrete floors{ otl.erwise than Contractor will be required to roll same by a power roller or by hand tamping. retail Specifications - 8 �I a GRADING The Contractor shall do such grading of the area of the entire project site as is indicated by elevations on the plans. He shall make slopes and fills around the various structures to such heights and slopes as indicated on the plans, and when completed this g ading shall be left in smooth and true surface ready for the recei-ring of such lawns or planting as may be required. DIS1 :AL OF EXCESS LY.TERIAL Excavated material determined unsuitable for use as baeLfill, or for lawn or other planting areas, shall be removad from the site and disposed of as directed. CONCRETE FOR STRUCTURES DESCRIPTION t These specifications shall govern for the materials used; for the storing, measuring and handling of materials; and for the proportion and mixing of concrete for all concrete structures included in this contract. The concrete shall be composed of Normal Portland Cement or High Early Strength Portland Cement. fine aggregate, and coarse aggregate, and water, proportioned and mixed as hereinafter provided in thece specifications. w Where references are made herein co specifications or tests as de- .,od in designations of the A.S.T.M., the designations as amended to the date of receipt of bids, on which the oomyact award is mare, shall app'.y. 1 t ,t'F,CIFICATIONS FOR CONCRETE r PCRTLtuND CEMENT shall be some standard brad of Portland cemen-, that has been in use in public work and that has given satisfactory results there- In. No bradd of cement shall be +reed which the Engineer dooms unfit for the work. The cement usud in this project raall meet the latest revised speci- fications of tho American SocieLy for Testing Materials (A.S.T.M.) and all cement shall be tested by an authorised testing laboratory prior to use. FINE AGGREGi.TE shall cr)nsist of oloen, hazel and durable natural sand particles. The send shall be free fr llkali or organic material. The send shall be graded from coarse to fine by means of square opening laboratory sieves and shall meet the following regv. rementss SIEVE MAXIJUM PER CENT HINI WM PER ^.ENT' SIZE PASSIM PASSING No. 4 95 8 65 14 E2 28 40 48 10 100 Detail Specifications - 9 y SPECIFICATIOVS FOR CONCRETk, (Cont'd) COARSE AGGREGATE shall consist of natural gravel that is hard, sound and durable. The gravel shall be free from clay lumps, coal particles, roots or sticks. It shall be clean and graded within the following requirements: SQUARE SCREEN 1dAXI:im PER CENT WNIMUd PER C'NT SIZE PASSING PASSING 1 " �5 3�4" SO 55 3/9" 130 i0 No. 4 5 0 PROPORTIONING AND llr_KI4G CONCRETF shall be done in suer: manner as to meet the ipproval of the Engineer. Proportions of fine and rgfrze aggregate oe shall be uv direct weight upon suitable weighing devices. Measurement of eemen` zhali be made on separate weigning device or nay be nnasured on a sock basis direct to the batch hopper. The juartity for each batch shall be exactly sufficient for one or more full sacks of cement. P.,oportioning aggre- gates for fractional sacks of cement will not be permitted. Cement in stand- ard unopened sacks shall be considered as weighing 94 poun,;s. All concrete de.:ignated as 3000 pound concrete shall be mixed at least 2 minutes. 3000 pours concrete ahall contain not less than 5.3 sacks of cement per cubic yare o mixed concrete when the maximum size of ar regate is ): inches. I Y Approximate aggregate weights are given on the assumption that the iaggregates specific gravities would be 2.6b when in a saturated surface—'ry condition. For aggregates with aifferent specific gravities, the weights should be corrected for the actual specific gravities of the aggregate:.. The weights given are based upon moisture contents of 4% for fine aggregate end 1% for coarse aggregate. BATCH WEIGHTS 2.00 Cubic Yards Cement per Maximum Fine Aggre- Coarso Aggre- Class of Cubic Rater Per gate 40 gate 1% Corm re Yard-Sacks Sack-G,zIU. Moist. Lb a Hoist. Lbs. f 1j" Aggr. 6.3 64 2457 3956 The workmai.ship of mixing, transporting, placing and curing shall be sub,;ect to the Engineers direction and the Contractor shall fvily cooperate •r to him to produce concrete of the specified quality and workmanship. Sieve analysis of fine and coar,a ag.,Tegate shall be made as needed or as required by the Engineer from samples taken at the Lurikers or n,zing plant. Cament shall be tested prior to shirmnt, ,one sample being obtained for each 400 barrels. One 7 day and two 26 dal- r.erete compression test specimen shall be cast from each day' conaret: operation by th.. &'Oneer or his authorized representative. The Owner reserves the right to employ and pey for supervisors at P.eail Specifications - 10 FPELFTCATIONS Ml AINCRETE (Conted) the miming plant and on the project. All costs of laboratory tests shall be paid for by the Contractor. CORRECTION OF VU During the progress of the work the Engineer will maintain a careful nheck of the quan- ity of cement used in each structural unit, and shall make adjustments in the mixed design to correct for any variations of more than two (2) per cent from the theoretical dement cnAait when such var'.a- Lions are attributable to the mixing design. Calcu v Liars "nr the theoretical luantity of cement required, allowance a....11 be mad, tor embedded reinforced steals imbedded structural steel and all paneling or chaafere more than throe (3) inches in width. CONSISTEMY The table previously shown, indicates the maximum amount of water for each s%ok of mi cu:e and tha net amount of water to bs used shall be deter- mined by the Ropiness and shall be such as to give a mixture containing the minim amount of water concistenncy with the required workability. The quantity of wr.tsr shall be varied only by direction of Engineer. In general, the consistenc; of the concrete mixtures shall be such thati (a) The eiortsr will cling to the coarse aggregato. k (b) The concrete is not sufficiently fluid to segregate when transportea to the place of depos,t. (e) The concrete when dropped directly from the discharge chute of the mixer will flatten out at the cen,,r of tAe pilot but the edges of the pile will s'`and up and -ae. (d) The mortar will show no free water when re 'aixer. (e) The concrete will set .=e into pla-- -:.en do, in the forms and when being placed by use of metal a.A:tUs at on angle of 30 degrees with the horizontal, it will slide and not tiow intu place. (f) The surface of the finished concrete will be free from in "laitance" — a surface :ilm of free water. SLUMP TEST Consistency of eoncr•,ce will be measured by Standard Slump Test. Slump shall not exceed four (4) irehes. Standard slump mold is a truncated cone twelve (12) inches high, for (4) inches diameter at top and eight (5) inil.es diameter at bottom. Any concrete mix fail L.g to mset the above outlined consistency re- quirements although meeting the slump requirements, will be considered u-k- satisfaitoryt and the mix shall be changed to correct each unsatisfactory c.,nditi ns. In oases where characteristics of aggregates f unished are such that, wish the maCnn= allowable amount of Hater, the specified sl=ps i Detail Spucifioat.i,ns - 11 \9 SAN-1 SEWAGE TREATMENT PLANT 2X IM SLTW TEST (Can-I'd) and consistency requirements are act mot, the Contractor will be required t provide aggregates of ar improved grading, or thu Engineer will modify the ^ mixed design to moot i;he slump and consistency requirements by adding either cement or some other admixture, as may be necessary MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use, and any concrete d ich is not in place within tlhir+:y (30) minutes, after being dischar, t fr as the mixer at the mixing plant, ahall not be used. Retempering of ooncr-�te will not be permitted. Nn ecnarete slab be minced without the appro^al of the Engineer when the air temperature i, at or below forty (40) degrees F. (taken in the shade away from artificial heat) and falling. Hand mixing of concrete will be permitted only for small placements or in case of emergency and then only on the authorization of the Engineer. When hand mixing is permitted, it shall be done on a water tight platform. The fine aggregate and comimt shall first be mixed until a uniform color is obtained and then spread ovor the mixing board in a thin layer. The coarse aggregate shall be thoroughly saturated with water and it shall then be spread over the fine aggregate and cement in a uniform leper and the whole mass turned as the additional water is added. After all ingrodierts have been .dded, the mass shall be turned at least six (6) times, or more if nec- essary, to make the mixture uniform in color and smooth in appoaran:e. Hand mixing batches shall not excood a two (2) bag batch in volume. FACING CONCRETE TLe concrete shall be conveyed and placed so that there is a minimum of segregation of the coarse aggregate. Concrete shall not be dropped through reinforcement above the level of placement. It shall be deposited as nearly as possible to its final location and the final drop shall be vertical. Where t becomes neeessarl- to spout concrete. it shall be ar- ranged so that the final free fall shall not be greater than five (5) feet and all concrete shall be poured in even layers around the structures not greeter than twelve (12) inches in height and properly spaded with spading blades or tools immediately upon depositing in the forms. Any concrete lodging ortreinforcement bars shall immediately be knocked off and not al- lowed to dry on t?,e reinforcement. Not more than one (1) hour shall elapse between the placing of successive layers of concrete in any portion of the structures included in a continuous placement. The Contractor shall avoid unauthorized construction joints by placing required portions of abutments. piers, walls or superstrneturos in one (1) continuous operation. Iaitance or foreign matter of any kind shall not be permitted to accumulate inside the forms; and openings in forms necessary for rmolrtl of same shall be provided. All concrete shall be well compacted and the mortar flushed tc the surface forms by continuous vork -ith eonoreta spading implements or mochan- ical vibrators of an approved type. Vibrators of the typo which opersto by attachtwnts to forms or rAxforomaent will not be permitted. No concrete shall be placed when the atmospheric condition is below forty (40) degrees F. (taken in the shade away from artificial heat) unless permission, to do so Detail -',_cc+ficaticna - 12 PLACING CONCRETE (Cont'd) is given in writing by the Enginoer. One !1) mechanical concrete vibrator shall bo provided for each ton (10) yards of concrete placed per hour. No hammering of forms shall be parmit:-nd. Special care shall be exercised in the placing of concrete in ell of the clarifying tanks so as to obtain absolutely smooth finish surfaces of those tanks. PUMPING WATER FROM; EXCAVATION ! If either subsoil or surface water is encountered in excavations, ar- rangement-3 shall be made that the excavation will be sufficiently greater than necessary to accommodate the outside measurements of 4,e footings and in this area t. (atuh shall be dug draining to sump holes from which any such water can be pumped at times of pouring concrete as all forms shall be free of water at the time of pour g concrete. Also, if necessary, Contractor a shall slope sides of excavations sufficiently to prevent sloughirg against the sides of wall forms or clogging such water ditches. BUILT-II7 WORK I Anchors, ladders, rails, railings, grills and gratings and all specia:. equipped fasteners such as anchors and hold-down bolts for all stationary equipment or equipment with moving parts shall be placed as shown cu plans or as directed and shall be securely embedded in concrete. Items shall be built in as the concrete work progresseel or provisions shall be made for building in at a later date without cutting and patching which would impair either strength or appearance. PIP2 SLEEVING. ETC. Prop3r sleeving shall be arranged for and placed in forms where sh-nr_ on plans or as directed for all pipes or other pieces of equipment passing through concrete walls, same to be done before the starting of placing con- crete and all locations shall be thoroughly checked. All sleevings around pipes and other equipment passing through concrete walls which, after the installation of pipes, etc., shall be caulked with oakum and approved bituminous base caulking compound insuring absolutely water tight joints. The compound shall be "G-K" sewer joint compound, Tuftite, or equal. (.ENT GROUT Cement grout, unless otherwise specified, o- authorized, shall con- sist of one part cement, two parts of approved clean e,,arse sand with suf- ficient water added to obtain the proper consistency and desirea workability. Before grout is placed ou any surface all water, laiteuce, and ioreign matter shall be removed from the surface and the surfact shall be thoroughly wet. FINISH FLOORS AND SIDENALKS The thickness of al'_ finished floors shall be as indicated on plans and all side alks stall be four (4) inches in thickness and both finished floors and sidewalks shall be poured monolythio ir, one (1) course for base and finish topping. The finish of concrete floors, sidewalks, and steps shall be obtained by tamping the concrete with special tools to force the Detail Specifications - 13 FINISH FLOORS AND SIDEWALKS (Coned) 3 coarse aggregate away from the surface, then floating and trowling to a true I er,d uniform surface. Floors and sidewalks, generally, shall be either level or to grades and elevations as indicated on the p).e=. Where drains occur floors shall be pitched thereto as indicated on the drawings or as direc�ed. Trowling shall be done only after the surface moisture has disappeared and shall produce a dense hard surface without working an excess of fine material to the surface. Finish trawling of all floors shall leave the surface in smooth finish without marks or imperfections. Sidewalks shall be laid on solid, firm base and shall. be finished, trawled and then broom roughened and marked off as directed. CONCRETE FORh6 G EN&'RAL i Forms shall be built true to lines and grades as shown on the draw- ings and shall be mortar tight and sufficiently rigid to prevent displace- ment or sagging between supports. All forme shall be rigidly backed up by a sufficient number and use of strong backs at heights sufficiently close to- gether and well braced to prevent bulging of forms. Responsibility for the adequacy of the forms and quality and kind of materials used and the props:" placing and rigidity of same rests with the Contractor. Joints in forms shall be horizontal or vertical. All forms shall have sufficient openings or provisions made or loft in stone for the thorough cleaning out of forms before pouring of concrete shall begin. The Contractor before commencing the pouring of concrete shall thoroughly clean forms and call the attention M of the Engineer to same for his inspection. Shortly before the concrete is placed, forms shall be either wetted with water or coated with a non-staining mineral oil. REMOVAL OF FORMS Forms shall not be removed without approval, and all removals shall be accomplished in such a manner as will prevent injury to the concrete. Forme shall not be removed before the expiration of the minimum number of i days indicated below, except when expeoially authorited. When, in the opinion of the Engineer, conditions an the work are such as to justify it, forms may be required to remain in place for longer periods. Beams and slabs . . . . . . . . . . 14 days Columns . . . . . . . . . . . . . . 7 days Unloaded walls and vertical faces . : days Where Nigh-Early-St.•ength cem,;.nts are aced, the above it,;ms may be reduced by half. SPECIAL ATTENTION Forms for the clarifying tanks must be absolutely true and straight in all directions for the free operation of the mechanical equipment. Spacial care shall be exercised in building these forms assuring the rig- u idity of same from bulging or becoming out of line. Also, these forms shall Detail Specifications - 14 I L SPZ;. t_T ATTENTION (Cont'd) be constructec'. so as to remain tight eliminat.ng all possible finns and other rough defects in the concrete surfaces. spn^CIFICATIONS n^. PEINFORCING STEEL T)ESCRIPTION The following items provide for the finishing ant. placing of reinforc- ing steel of the type, sizes. and quantities designated for use in structures as shown on the plans and in accordance with these specifications. MATERIALS All bar reinforcement, shall be opal hoarth now billet-steel intermed- iate grade of sines an-1 defocoed bars, either straight or bent as sheen on the plans. Nev billet.-steel shall conform- to the requirements of the Standard Specifications for Billet-Steel. Concrete Reinforcement bars, A.S.T.M., designated, A-15, in either original or revised editions. the -atest of which shall apply. BENDING The reinforcement shall be bait cold to shapes indicated on plans. All banding of reinforcing bars shall be done in the shop. Beads shall be F true to the shapes indicated, and irregularities +n bending shall be cause for rejection, SPLICES No splicing of bars, except when shown on plans, will be permitted witho-t the written approval of the Engineer. Splices Which are permitted shall have a length of not less than forty-eight (48) times the normal size cr diameter of the reinforcement bar, except in the case of welded splices, and shall be well distributed or else located at points of low tensile stress. No splices other than welded splic•,s will be permitted at points where the section is not sufficient to provide a minimum distance of two (2) inches between the splice and the neare,,t adjacent bar or the surface of the concrete. The bars shall be rigidly clamped or wired at all splices in a manner approved by the Engineer. PLAC 1 NG r Steel reinforcement shell be placed in the positions shown on the plans and held securely in place during the placing of the concrete. Vert- ical stirrups shall always pass around the main tension members and be securely attached thereto. The reinforced steel in allconcrete walls shall be spaced a' its proper distance iron the face of the forns by means of approved spacers or approved precast mortar or concrete blocks and all steel reinforcement in concrete floors shall rest on precast concrete blocks of proper thickness resting on f'orm.s. All ir.risontal reinforcing steel shall be spaced as indicated on pleis and supported in place by being attached to Detail Specifications - :5 �V PLACING (Cont*d) vertical bars. Unless provision for welding is ::jade, all reinforcing steel shell be wired together at all intersections. Bofore any concrete is placed, all mortar shall bo cleaned from reinforcement. Sheets of wire mosh or fabric shall overlap eech other sufficiently to maintain a uniform strength and shall be securely fastened at ends am edges. No concrete -hall be deposited until the Engineer shall have inspecta(I the placing of the reinforcing metal and given permission to place concrete. CONSTRUCTION SPECIFICATIONS POP CONCRETE STRUCTURES DESCRIPTION These specifications shall govern the construction of all concrete structures included in tlis contract. VhmCRETE MATERIALS All concrete shall conform to the pr�v isions of "Concrete Materials for Structures." The class of concrete for all units shall be as s,ecified. OTHER MATERIALS Ali other naterial s sach as reinforcing steel and structural steel ! shall conform to the pertinent specifications or to A.S.T.l!, Standards. GUPN� CONSTRUCTION RI)QUIREkMTS Before starting work, the Contractor shell inform tte Engineer fully 4 as to the methods of construction he proposes to follow and as to the amount and character of equipment he proposes to use. Concurrence on the part of the Engineer in any proposed construction methods, approval of equipment, or approval of forn and falsework plans, shall not be considered as reliev- ing the Contractor of the responsibility for the safety or the correctness ! of his methods and adequacy of his equipment or from carrying out the work in full accordance with the contract. Unless otherwise provided, the following requirements shall govern j for the time sequence in whica construction operations may be carried on. Forms for walls or columns shall not be erected on concrete footings ur_til the concrete in the footings has cured, at least two (2) curing-days. Concrete may be placed in Lie wall or columns as soon as the forms and re- inforced steel placings are approved. The use of completed portion of structures s a site for mixing op- erations or for storage of materials will not be permitted until the partic- ular portion of the structure has aged, at least, ten (10) curing-lays. Detail Specifications - 16 kI lk R i FOMMATIONS Excavations for foundations shall be made in accordance with the re- quirements of pertf:.ent specifications, contained herein. EY.PANSION JOINTS AIM DEVICES Expansion joints and devices to pro-'.de for expanion and contraction shall be constructed where and as indicated on the plans. All ;joints constructed open, to be left open or filled with poured joint materials, shall be constructed using, forms adaptable to loosening for early removal. In order to avoid jamming such forms by the expansion action of the spans and the consequent likelihood of injury to the adjacent concrete, these forms shall be removed or loosened as soon as practicable after the concrete has attained its final set. A provision for loosening the £orris to permit free expansion of the spans without the necessity for full removal is prefe-red. Preformed oaterial. if specified, shall be used in expansion or con- traction joints in walls or floor: where indicated on the plans. Such expansion material shall be of such thickness and manufacture as approved by %3 Engineer and at least five-eights (5/8) inches in thickness. Pre- formed material shall comply with Fed. Spoc. BH-F-841 for "Filler, Expansion. Joint, Preformed" (for concrete). Care In placing and holding of premolded expansion joint ..ateriE41 in place during the pouring of concrete shall be exercised and moans of spacer boards shall be used to so hold expansion joist material rigidly until concrete in poured when same shall be removed permit- ting concrete to settle against joint matoriul. Careful workmanAhip shall be exercised in construction of all joints to inst7 a that the concrete sec- tions are completely separated by an open joint or joint materials and that the ioints Pill be true to outline indicated. Immediately after the removal of fonts and again where necessar-y after surface finishing, all projecting concrete ..hall be removed along the exposed edges of premolded material in order to securo full effectiveness of expansion ;joint. Before joinin,, plastic concrete to concrete that has already set, the :urfece of concrete in place shall be free from all loose materials, laitance, dirt, and all foreign matter. Surfice shall be washed and scrubbau clean with stiff brveh or brooms and thoroughly drenched with water urtil saturated and shall be kept wet until the plastic concrete !-as beou placed. Immediately prior to placing of additional concrete, all forms shall be drawr tight against the concrete in place and the top surface of the eom reta in pleno shall be fli:shed with a coating of grout mixed in the proportions of ono part of e—_,; nt to two parts of sand. Where shown on the plans, construction joints shall bo provided with concrete key ways reinforcing stool dowols, and/or metal flashing strips. The method of forming keys in key joints shall bc such as to permit the easy f removal of forms without chip ping, breaking, or damaging the coneroto in any marmor. t FALSEWORK All falsework shall be designed and constructed so that no excessive settlings or deformations will occur, and so that the necessary rigidity v Detail Specifications - 17 I i F.%;ST PK (Contcd) will be provided. Details )f falsework construction shall be subject to review ,,:id approval by the Engineer, such approval will not relieve the Co.itractor of the responsibility in the construction of such falsework. BULGING OF FORMS If, at any stage of the work, in the building of forms or the pouring of concrete, the forms show signs of bulging or sagging, that portion of the concrete or forms causing such condition, shall immediately bs removed and if necersary, the £urns shall be reset or if concrete has been placed there- in same shall be removed and after the forms are reset or rebuilt same shall be securely braced against further movement. Lumber for forms shall be properly seasoned and of good quality. shall be free from loose or unsound knots, knot holes, twisted, shakes. decay, and other imperfections which would effect its strength or impair the finished surface of -';e concrete. The lumber used for facing or sheath- ing shall be surfaced on at least one sida and two edges and shall be sized to uniform thickness. All forms shall be so constructed as to permit removal without damage to the ooncreto. If d, A by the y oa give.. a slight draft to porn_ - ^;r r._ .oaJ . Metal form tie: of en approved type shall be used to hold forms in place. Such ties shall be of a type erpeeially designed for use in connec- tion with concrete work, and they shall have provision to permit ease of removal of the mstal as horeinafter specified. All m;ta. appliances used inside of forms to hold them in eorrec % p. alignment shall ee removed to a depth of, at least one half (1/2) inch from: the surface of the concrete and shall be so r metrueted that the metal may be removed without undue injury to the surface by chipping or spelling. 1 Such devices. when removed, shall leave a smooth opening i " the concrete , fsurface. Burning off of imds. bolts, or ties All not Le permitted. i i Where wire ties are used, all wires, upon removal of the forma, shall be out back, at least one-half (1/12) inch from the face of the concrete with a sharp chisel or nippers. All cavit.,s produced by the removal of metal ties shall 're care- fully cleaned and ompletely filled with retemperec' sand cement mortar mixed in proportions of one part cement to three parts said. and the concrete shall be left canooth and even. For narrow walls and other locations where access to the bottom of the forms is not readily obtainable, adequate cleanup openings shall be provided. In genoral, all forms shall bu thoroughly wetted with water or oiled with a thin non-staining oil before the concrete is placed therein. Detail Specifications - 18 PIACING REINFCROEMENT Reinforcement in concrete structures shall be carefully and accurately ple.cea and rigidly supported as provided in "Reinforcing Steel Specifica- tions". PLACING CONCRETE-GENERAL The Contractor shall give the Engineer sufficient advance notice be- fore starting to place conorerte in any unit of the structure, to permit 'he inspection of forms, the placement of steel reinforcement, and prepar- ation for casting. Unless otherwise authorized by the Engineer, no concrete shall be placed in any unit prior to the compietion of the form work and the placement of the reinforcement; No concrete shall be placed before the completion of all adjacent construction operations have been effected which by any jarring might prove detrimental to the concrete. Each part of forms shall be filled by depositing concrete directly as near its final position as possible, The coarse aggregate shall be worked back from the face of thv concrete, forced under and around the reinforcement barn without displacing them. Depositing large Quantities of concrete at one point in the forms and running or working it along the forms will not be allovied. After the concrete has taken initial cot the for.-is stall act be jar- red or any *train placed on projecting reinforcement. Concrete shall be placed in continuous horizontal layers approximate2­ twelve (12) inches in thickness. Not more than one hour shall elapse betweer the placing of successive layers of concrete in any portion of the structure included in a oontinuous placement, The Contractor shall avoid unauthorized construction ,joints by placing required portions of abutments, piers, walls. r Or superstructures in one continuous operation, Lai%anoe or foreign matter of any kind shall not be permitted to accumulate inside theforms, and open- ings in forms necessary for removal of some, shall bo provided. f It is understood that the Contractor is rasp-nsible for the protec- tion of concrete placed under any and all weather conditions. Permission liven by the Engineer to place concrete during freezing weather will not in any way relieve the Contractor of the responsibility for satisfactory re- sults. Should concrete placed Wunder such conditions prove unsatisfactory, It ;hall be removed and replaced. 4 PLACING CONCRETE IN WATER Concrete shall be deposited in water only with written approval of the Engineer, should such condition become necessary, The forms, ooffer- dams, or caissons shall be sufficiently tight to prevent any water current passing through the space in which concrete is being deposited. Pumping of water from forms or caissons or dofferdsms Mile concrete is being placed, or until it has set for, at least, thirty-six (Y,) hov rs, will not be per- mitted. Detail Specifications - 19 I h i CURING CONCRETE Careful attention shall be given by the Contractor tofhe proper cur- ing of all concrete in the structure. All walls and surfaces of concrete shall be kept well wetted down for. at least, seven (7) curing-days after concrete forms have been removed and concrete surfaces have been e3p osed to the weather. DEFECTIVE WORK Any defective work discovered after the forms have been removed shall be repaired Immediately. If the surfaces of the concrete is bulged, uneven, or shows honeycombing or form marks, and the defects, in t;te opinion of the En�ireer, can not be repaired satisfactorily, the entire section shall be removed and replaced. In repairing honeycombed areas, all loose materials shall be removed before the repair work is started. No extra compensation will be allowed for additional work or materials involved in repairing or reilacing defective concrete. As soon as Fenno are removed, all necessary po:nting shall be done. When the pointing has set sufficiently to permit it, all surfaces requiring surface finish shall be wet with a brush aad given a first surface rubbing with a No. 16 carborundom stone or an abrasive of equal quality. The rubbing shall be continued sufficiently to bring the surface to a paste, to remove all form marks and projections and to produce a smooth douse surface wit`,out pits or irregularities. The use of cement to form a surface paste will not be permitted. The material which has been g round to a paste in this process shall be carefully spread or brushed uniformly over thw surface and allowed 'cc take a reset. aERICR CEIENT STUCCO PIASTER PINI31i GENERAL /v\ ICJ r All ekterior exposed wall surfaces, above grade, and : rof Zthe digester tanke oVosed filter walls and tops, control buildinngv'but not "r including slue..ge drying bed walls and tops shall be finished.*Ith cement E stucco plaster applied as follows: PREPARATION OF SURFACES l All rough spots and "bari:acle^" shall be removed from sur.hces to be ! stucco plaster finished. After removing same, two heavy dash coats shall be applied with dash brush, allowing sufficient drying time between coats. Before applying dash coats all surfaces shall be thoroughly wet down with clean water. Dash coats shall consist of one and one-half parts Portland j Cement to one part sand by weight, sand to be loaf and half regular plaster- ing sand and superfin - sand. After dash teats have thoroughly set, one coat of Portland Cement plaster three-eighths (3/8) inch thick composed of one part dement to two parts sand by weight, shall be applied. Finish or stucco coat shall be composed of two parts white send to one part white cement by weight to which shall be sdded ten (10) per oant lime putty, White cement to be Medusa, Atlas, or eq tal. This coat to be thick enough to thoroughly cover the under coat and leave a clean even I Detail Specifications - 20 c F "ION OF SURFACES 'kCcnt'd) surface in Dolor.'^� All finished plastered t6 be well wetted down between coats and kept wet dawn for, at least, three days after finish coat is applied. Finish qi-P.m—f-coat to be left with a smooth float finish and if any color other than white is desired, same shall be added ba finish coat as 11rected by the Engineer. MISCELLANEOUS `SETALS SCOPE The work to be done under this section includes thf; furnishing of all metals and equipment and performing all labor necessary to complete all miscellaneous metal work in accordance with the dray^ -,gs and specifications. GENERAL The worn shall include all anchors, sockets, inserts, brackets, glop, . and all other supplementary parts necessary to complete each item, even though such work is not definitely shown or specified. Items for which no material is specified shall be structural steel including angles, bolts, and plates, and all ot:'ier built-up steel items. Wherever welding shall occur same will be continucus along the entire line of contact. except where tack welding is indicated. Exposed welds shall be ground smooth. E::posed rie-ts shall be flush unless otherwise indicated. Gaines referred to are as f'ol ^rss Wire-stool wire Iron and steel sheets sad plates-U. S. Starderd.Material shall conform to the following specifications: Steel-structural and miscellaneous steel not otherwise specified: 1..S.T.M. Specifications A7-39 (Structural) A.S.T.M. Specifications A141-39 (Rivet) All steel shall be clean and free from loose mill scale, flake rust and pitting. IRON-GRAY CASTI"GS t All castings shall be tough, gray iron free from scoria, sand holes, V air bubbles, or cracks, and shall be straight, true and clean. G Castings shall be made from pig iron and machine scrap without the addition of stove metal or other material impairing its strength; they shall Detail Specifications - 21 '.t G r IRON-GRAY CASTINGS (Cont'd) be delivered to the job free from paint or any other material intended to aver defects. All castings unless otherwise specified, shall conform to Federal Specifications, QQ-1-652, class best suited for th work. LADDERS Ladders shall be built where shown in digester tank, rungs to be 1 inch round wrought-iron, spaced as shown on plans. Wrought iron shall conform to the requirements of Federal Specification 4Q-1-686a, for "Iron, Wrought (Refined) Bars." STEEL GAS VENT CFUV43ER Construct steel gas vent chamber as shown on the detailed drawings of 1/4 inch steel boiler plate with structural angles and bolts as shown or indicated. BOLTS AND STRUCTURAL SEAPES Supply end install all necessary bolts, angles, and other structural shapes necessary to complete each and every item shown or required to make complete opening or enclosure and framer for same including all openings for grated areas. METAL PAINTING GKlEtAL The Contractor shall furnish all material and equipment and perform all labor necessary to do all painting of metal eouipment, whether moving or stationary, required to preserve and protect a'._ metal surfaces. All materials specified by name, brand, or manufacturer, or selected for ase under the specifications, shall be delivered unopened at the job site in their original containers and same shall not be opened until inspected by the, Engineer. All ;paint for metal surfaces shall be especially adapted for use around sewage plants, and primer coats shall be used as specified by the manufacturer for these conditions, and shall be applied at rates according to the manui'actrrer's specifications. Upon completion of the painting, the Contractor shall remove all sur- plus materials and rubbish and remove all spattered paint from hardware, floors, glass and walls. MATERIAL The material shall ^.onfcim to a standard oomnercia] pmduct of a reputable concern and of an approved type highly resistant to action of sewage and sewage gases. The material shall be similar or egi,al to the Products of the Inertol Company, Inc. , 401 Broadway, New York, or the General Paint Corpora ion's Biturine Enastels and Primer referred to in these Detail Specifications - 22 1 MA^ERIAL (Cont'd) specifications, unless otherwise specifi ad or direct9d. Colors shall be as specified or, if not definitely stated, shr.11 be subject to the approml by the Engineer. PREPARATION OF SURFACES All surfaces shf.11 be dry when painted and free from all rust, grease, scale, dirt. dust, sand, mud. oil or other objectionable subs`ances. 'nnere patching or spot coating is re;uired on surfaces previously pain`.Ad. the surfaces to be painted shall be cleaned with a wire brush and rubbed smooth with sand paper. feathering edges of the original paint in such manner that the patch or patches will not be visible when the painting is completed. All paint daL•aged or made britcle from the effects of heat or welding or riveting shall be removed as for back as necessary from the weld or rivets and finished as specified for patching. METAL TO BE PAINTED i All metal work. except non-ferrous :setals, galvanized and machine surface, cast iron pipe and fittings and metals to be embedded in concrete, shall be painted as herein specified. Metsl surface shall be dry when pa:_t is applied. No thiramer shall bo addea after the paint is mixed, and paint shall be continuDusly stirred whicc it is being applied. The paint shall also be thoroughly woeted into all joints and -omers and well brushed over all surfaces. SHOP PAINTING Unless otherwise specified, all iron and' steel wom e.ccept galvanized surfeces and surfaces to be embedded in cone-,-le shall receive one coat of red lead primer prior to shi=.eit to prevent corrosion. MECHANICAL EQUIPBENT Mechanical equipment such as motors and pumps# unless otherwise specified, shall be factory painted witY ustal filler and machinery enamel in accordance with the ,manufaoturers standard pra:tioe. The color of the final coat of ensziel stall be black. FIELD F:iNTIM After delivery on the work, all shop-painted metalwork shall be kept clean and free from corrosion. After erection or installation of metal- work, all rust spots, and all places vd:ere the paint has been rubbed sLal.1 be cleaned and painted with the same kind of paint used in tho shop. After all previously applied paint has hardened and when perfectly clean and dry, the surface of all exposed metalwork shall be painted as specified herein. SUBMMGED PETAL SURFACE' Alimetal surfaces, bolts, nuts and fittings which lie blow a plane of 6 inches above water and sewage level, which are in tsrmittently sub- mergca, or which are subject to the action of sewage gases, shall receive Detail Specifications - 23 r' i S*MER"ED MME'TAL SURFACES (Contwd) two coats of Biturine Enamel Primer No. 7001 or equal, and one coat of Biturine Enamel No. 7004 or equal or two coats of Inertol Metalead Primer, and one coat of Inertol Standard or equal. MnOSED METAL SURFACES All interior and exterior exposed metal surfaces, except as other- wioe specified herein or directed by the Engineer, shall receive two coats of Biturine solution Five No. 7105 or equal and one coat of Biturine Fyberkote :!e. 7112, or equal, or one coat of Inertol Metalead Primer and two coats of Incolite Enamel or equal. GRATINGS All gratings or screens and other setal cork subject to wesr shall receive one coat of Biturine Enamel Primer No. 7')01 and two coats of Bitur- ine Enamel No. 7004, or ore coat of Inertol Metalead Primer and two coats of Ramac Enamel, Type C (Special Hard), or equal. PIPES Exposed and submergeG exterior cast iron, wrought steel, and wrought iron pipe 1hall receive two coats of Biturine Enamel No. 7004 or two coats of Inertol Standard or equal. Exposed pipe in the control building shall receive one coat of Biturine Enamel Primer No. 7001 and two coats of Bitur- ine Enamel No. 7004 or one coat of Inertol Metalead Primer and two coats of Incolite Enamel, or equal. ROADS GENERAL The Contractor shall flzrisln all material ane equipment and perform all work necessary to construct two rol" -1 gravel roads on a prepared sub- grade in accordance with these specifications and in conformity with lines, grades, compacted thickness, and typical cross-section shown on the drawings. The Northern limit of the road coriztruction will be on the South Margin of Sixth Avenue l:orth, The southern limit of the road construction will be near the South property line of the Se.vage treatment Plant site as shown on plans. CONSTRUCTION Excavation or embankment for :cads and ditches shall be performed to meet the elevations, widths, and section shown on the drawings. The subgrade shall ba brought to a firm unyielding surface by rolling with a self-propelled three-wiiteled roller having a weight on the rear wheels of not less than 325 pounds per linear inch of tire width. Six inches of well-rm ded gravel or crushed rock shall be placed as indicated on the drawings. This gravel shall be free from sticks and other foreig- material D.,tail Specificct.ions - 24 (,G'_A;T$UCTION (Cont1d) and shall pass through a 1 1/2-inch mesh sieve, but may contain as much as 20 per cent; cf material passing through a 1/4-inch mesh sieve. The gravel shall be composed of hard uncoated particles of durable rock. This gravel surfacing shall be thoroughly compacted with the roller specified above and brought to a sm;oth, true surface. If directed, the gravel shall be sprinkled to facilitate consolidation. SLUDGE DRYING BIDS GENERAL i The sludge drying beds shall be constructed in accordance with the f plan& and these specifications. All materials and equipment shall be fur- nished and installed, and all labor perform°d to complete the sludge drying beds ready for use. EXCAVATION AND GRADING The contractor shall make all excavation and grading necessary for this item as specified herein under "Excavation Specifications" and "Grading". CONCRETE SLUDGE FLTI E ;241) CIMBS The concrete sludge flume and concrete curbs shall be constructed as shown an the plans and :hall conform in all respects as specified elsewhere heroin for concrete and concrete reinforcement. The inside surface of the flume shall be sm-oth and true to shepe and r,rado. e APPURTENANT CONSTRTCTI01d i The v:ood stop gates shall be carefully :nude so as to form a snug fit with groove in the ^oncr,-5te sludge flume as shove: on the plbms. They shall be constructed of No. 2 creosoted Douglas fir. The Contractors hall furnish 16 of these wood rtop gates. Splash plates shall be furnished as shown on the plans. p Cie partitions ?ividing the sludge beds shall be constructed of No. 2 creosoted -,.UEIas fir and shall be 2" x 12" x 124. They shall be sup- ported by sawed 4" x 4" x 51 creosoted cedar posts, 6 foot centers, stag- gered as shown on plans. Posts shall be new, straight, and of sound wood and shall be froe from large unsound or loose knots or other defects which might impair their strength and durability. Driving posts will : ot be permit�ed. The Contractor shall dig all post holes and shall placebackfill In o inch layers tnc,roughly tamping each layer. Posts shall be set plumb, i properly linEd, and spaced. The sludge line from the digester to the sludge flume shal. be 6 inch pipe and shall conform to specifications set forth elsewhere herein !or cast iron, wrought iron or wrought steel pipe and as shown on plL .:s. The gate valve shall conform to specifications for valves, forth el>erhere herein and as shown on plans. Detail Specifications - 25 - - ' '_TE`-;nI@T h',Nwir.UCTION (Coat'd) The drains shall be 6 inch and 6 inch sewer pile and may be of either standard vitrified clay or concrete. They shall be jointed with cement mortar ..nd laid true to the grades as shown on the plans. The trenching, quality, dimensions, tests, pipe laying, Jointing, and backfilling of these drains shall be t.ie same as specified in Detail Specifications for Unit No. 1 of F.W.A. Doikot 45-175 for trunk surter to serve this prooent which specifics' -ns are on file and may be inspected at 1264 Empire Building, Scatt Is. Vi -h:ington, and at the office of *he City Engineer, Renton, Washington. I SLUDGE BED ISM, The sand and gravel for the sludge drying bed fil: r media shall be as specified elsewhere herein for fine and coarse aggregate for concrete except that the maximuri size of the coarse gravel particles shall be 3/4 inch. 2 INCH AND 3/4 lid H 4TATER PIPE LINE FCR SEWAGE TREATMENT PLANT The Contractor shall construct a 2 inch water pipe line extending from the existing 6 inch water main owned and operated Sy the City of Rent.n near the intersection of Si:.th Avenue North an-1 Williams Street North approximately 60 feet West of the Northern Pacific Railway Company tracks, extending westerly along Sixth Avenue North 10 feet southerly of the North margin thereof, a distancs of approximately 930 feet from which point it will extend southerly under the surface of Sixth Avenue North: to a point approximately 45 feet South of the Control Building as shown on plan: or as directed by the Engineer. The 2 inch pipe line shall be Class A. standard weight, wrought iron pine, screw connections, in accordance with Federal Specifications, wfi-P-441a. He shall install a 2 inch standard brass gate valve of 125 pounds working pressure complete with wood valve boy, on this line near Williams Street at a point to be designated by the Engineer. The valve box shall be cony structed of 2 inch lumber o 3%4" x �? 3/4" inside dimensions and extending f from below the 2 'n,,h pipe to the ground surface, all in accordance with t Standard Plan= and Specificatl ms of City of Seattle, adapted by Board of P Public Works in 1932, and as shown at cage 143, thereof. Other 2 inch similar standard brass gate valves with similar wood valve bo.:es, check valves and vacuum breaker shall be installed on the 2 inch line as shown on plans. The necessary fittings, other than valves, shall be standard p stock fittings for this class of pipe. Standard unions shall be furnished I[f and installed close to, and behind each valve. There shall be not less than: 36 inches of cover over the top of tsis pipe along Williams Street and not less than 24 inches of cover where the line is buried in the ground on f` Disposal Plant sits. The Contractor shall construct 3/4 inch water pipe lines ► ,-ch shall be conneetAd to the previously mentioned 2 inch water line with standard stock fittings and 3/4 inch garden hose taps as shown on plans, The afore- said 3A inch line shall be Class A, standard weight, wrought iron pipe in accordance with Federal Specifications, VM" P-441a. There shall be at least a ?4 inch cover over the 3/4 inch line. The garden hose taps all extend Detail Specifications - 26 M 2 INCH AND 3/4 INCH WATER LINE FOR SEWAGE TRE.,TMENT PLUIT (Contid) to within 1 foot of the f:irished surface of the Disposal Plant site and shell be enclossd with wood valve boxes as described above. As these lines will be used for danestic purposes in addition to supplying water for use in operating the sewage treatment pla•:t, the lines shall be disinfected before being placed in service in accordarsce with the Washington State Depa: tment of Health requirrcments. METAL PIPES zND SPECIALS LINE SPECIFICATIONS It is the intention of these plans and specifications to provide for a complete Sewage Treatment Plum, with all structures and items of eyuianent properly connected and roady for open tion. The Contractor will be required to furnish and install all connectinE, p'ping and appurtenances whether shown on the plans or not, which are necos,.ary for the proper construction and oper._tion of the cam letod Sewage Treatment Plant. DESCRIPTION OF METAL PIPE AND SPECIALS A 1 inch pipe line shall extend from the 2 inch main to the chlorin- ator as showm on the plans. Fran the chlorinator manifold a 3 inch gal- vanized iror. pipe shallextend to Wat }yells Nos. 1, 2, anr, 3. One half inch hot and cold water pi_3es shall extend to the sink, r shower, lavatory and toilet as indicated -)n the plans. A two inch pipe shall be laid from the gas boiler room to the diges- ter coils and return, and a two inch gas pipe shall be laid from the gas ! boiler room to th q gas collector on the dome of the digester, together with all necessary conrections to the various control units in the gas boiler mom and radiators as shown on the plans. A two inch pipe shall us laid from the gas relief valve in the control building to the waste gas burner. A two inch discharge pipe shall connent the sane pump over the sump well to Wet Well No. I at a point above tha hi'rh water level. i ♦ 3/4 inch brass faucet shall be placed at each end of the basement in the control building and each faucet shall be connected to the previousl,; mentioned 2 inch water main as shown on plans. Two six inch pipes shall be laid from the sludge pumpx to the diges- ter; and two six inch pipes shall be laid from the existing septic tank to intersect the digester line, one six inch pipe shall be laid from the sludge pump( to the sludge beds and a six inch pi, shall be laid from the bottom of the digester to the sludge channel along the North side of the sludge beds. A six inch pipe shall be laid across the influent and of the clarii'iers, together with suitable connections to the sludge wells, and terminate at the sludge pvmp9. A six inch pipe shall extend from the supernatant box in the Detall Specifications - ?^ DESCRIPTION OF IETAL PIPE AND SFEC L4CS (Cont'd) digester to the influent end of the primary clarifiers. Suction and dis- charge gate valves as required shall be furnished and installed or ..he sludge pirmping lines in order +hat sludge pumping may be obtained to and from the points indicated on plans. All pipes shall be equipped with gate valves as shown on the plans. All of the previously mentioned pipe shall be wrought iron, steel or cast iron pipe as specified elsewhere herein. The pumas in the basement of the control building shall be connected to wrought iron headers of such dimensions that the velocity in any part of the header shall not exceed eight feet per second with all pumps running at capacity rating. Each centrifugal pump shall have a gate valve in the auc- tion line and a gate valve and a suitable check valve in the discharge line between the pump and the header. Valves to be as specified elsewhere herein i and as shown on plans. All pu-Vs shall be connected to the Wet Wells with a suction pipe of suitable size to develop the maximrmm efficiency of the pumps. All connections to the pumps shall be made with screwed flanges, and the threads on the pipe shall be run back sufficiently to allow the flanges to be backed off at least 1A inch to release the pumps. The header for the pumps in Wet Wells No. 1 and No. 2 shall terminate in a 12 inch pipe which shall extend to the shredder ohami,er and the header for the pumps in Wet Iya ll No. 3 shall terminate in a twelve inch pipe extend- ing to the filters as shown on the plans. The overflow pipe in the stand pipe at the filters shall be 12 inch steel, wrough.t iron or cast iron as ahown on the plans and as specified elsewhere herein. Header and suction pipe shall be wrought iron, or steel pipe with screw connections. All other pipo may be cast iron, steel or wrought iron unless otherwise specifiod, according to specifications eat forth bolew. Cast iron pipe shall have }*M&A joints as specified elsewhere herein. Four 12 inch standard �_trificd clay or concrete pipe shall extend from the filters to a junction by suitable Wyes with an 18 inch pipe of the same material oxtonding to tho final clarifiers as shown on the plans aL specified elsowhorc herein. r i An 8 inch vitrified clay or concrete drain pipe shall be constructed along the south side of the sludge beds, and shall be connected to the lar, comer of the gravel beds by a 6 inch stub line, as specified elsewhere herein. UTERIZ S'PECIFICnTIONS FOR METAL SMM k 'KATER LINES Unless otherwise specified all metal, sewer and watar lines may be of cast iron, wrought iron or wrought steel. Detail Specifications - 28 a CAST IRON PIPE: Shall conform to the Standard Specifications of the American Water Works Association for Class 100, bell and spigot. Standard flanged pipe shall be American Standard for Class A. 'A:1 ,int s shah br. m&dr with "Te ^u , in- ra.ef:Y r.t �n ;i'r c- .'�:nts; �; � ture,l by Atlas `finer&l Products Company, or equal. Joints mace with leaa sub- stitutes shall be made. by men skilled and ex rienced in the r use ana in full accord .ith the lnst.ructlors f sn'_:-, +i %, the ma:e?r= of the con, 0,,m�. lutes Only braided, long fibre jute of proper size shall be used. With lead joints, slightly oiled jute may be used. Wrought Iron Pipe shall conform to Federal Specification No. WW-P- 44). Class A. blue':. W ought Steel Pipe shall conform to Federal Specification No. 9W-P- 403a. WIPING JOINTS After joints are made, superfluous materinl inside the pipe shell be removed by means of an approved follower or scraper. All jointsmust be water tight and any leaks or defects discovered must be immediately repaired. Any pipe which has been disturbed after being laid must be taken up, the ' joints cleaned and the pipe properly re-laid. LAYING CAT IRON PIPE Before cast iron pipe is finally placed, each joint shall be examined and subjected to a hammer test, for cracks or other defects. All pipe shall be lowered into trench by a tripod and wench or with a rope, and shall not be rolled into the ditch. Each joint shall be swept clean and dirt and trash removed from the barrel and bell of the pipe, before lowaring into t:re trench. Cutting of pipe for inserting specials and valves shall be neatly done by e--1xrionccd workman. Immediately before laying, the pipe shall have a swab run through it. Each joint shall then be lined, brought to uniform grade upon the solid trench bottcv:., and the spigot end of the pipe placed securely home in the bell and of the adjacent pipe. The alignment shall be such that there will be a uniform space around the spigot in the soc.cet. Before stopping work, all open pipe ends shall be securely closed. LAYING WROUGHT IRON AND STEEL PIPE All wrought iron and steel pipe shall be made with water tight joints. All threaded pipe shall be reamed and the interiors shall be cleared before placing. All threads shall be coated with jointing compound or with vditte lead, and all joints shall be screwed up tight. All specials and fittinba in connection with steel pipe lines shall be furnished and installed by the Contractor and the pipe shall be cut and threaded at the proper points for making connections. All openings in lime shall be plugged before work is stopped. Where valves are placed in steel 1 .nea, a ground joint union shall be inserted in the line adjacent to each valve so as to allow easy removal of the valve for repairs. Detail Specifications - 29 VALVES AND GATE' All valves three (3") inches and l;u•ger in diameter shall be iron boo,', brass mounted, double disc gate valves, designed for a minimum work- ing pressure of 50 pounds per square inch. Flanged valves shall be pro- vided with regular American 125 pound stardard flanges, faced and drilled. Hubs or spigots on hub end or spigot end calves shall be suitable for Class 10 cast iron pipe. Valves shall be provided with hand wheels r nuts as the use demands. All gate valves shall be opened by turn',g the wheel or unit to the left and the operating wheel or nut shall have) cast thereon an arrow indicating the direction of opening. All gate valves shall have a clear waterway of the full nominal diameter of the valve. Check valves shall be flanged cast iron., globe body, bronze trim, non-slamming. All valves 2 inches and under in size shall have bronze or b%ss bodies. SLUICE GATES The sluice gate shall be low pressure type and of cast iron. It shall be a circular gate with frame and with circular opening aid shall have a clear water way of 24 inches. In general frames shall bolt directly upon the concrete surfaces. One only of th se gates shall be furnished and installed. It shall be similar or equal to Caloo slide headgate model No. 104, with four foot frame, complete +with wheel and stands. STFB'.S Operating stems shall be of steel rising type and shell be of ample 1 diameters. GRAVITY SEWER LINES EThe Contractor will furnish all iaterial and labor for the construc- tion of a 24 inch influent line extending from the overflow chamber at l Sixth Avenue North to No. 1first Well and all other gravity sewer lines on the project either of vitrified clay or oancrote sower pipe and shall j carry on this work in accordance :iith the roquiroments set forth in the E detail specifications for Unit No. 1, Renton Sower System, Federal Works Agency, Dooket-Wash. , 45-175 at Renton, Washington. The portion of the aforementioned specifications as set forth below shall bu considered a part of these specifications, the same as though attachod hereto. All vitrified clay or concrete sewer pipe joints in sewer lines with the exception of the drain lines for draining the sludge beds shall be jointed with "G-K" Sewer Joint Compound, manufactured by the Atlas Mineral 6 products Company, Tuftite or equal as required for this kind of work and k as set forth in Addenda No. 1 of the said specifications for Renton Sewer System Unit No. 1. The above mentioned specifications for U=4t No. 1 may be reviewed at either the Engineers Office at U 64 Empire Building, Seattle, or at the office of the City Engineer, in the City Hall at Renton, Washington. Detail Specifications - 30 9 GR .TITY SEWER LINES (Cont'd) The itens specified in said detail specifications for Unit No. 1 set forth under the following captions shall apply to all gravity sewer lines for Unit. No. 2 "Renton Sewage Treatment Plant" except that where statement is set forth in detail specifications for Unit No. 1 to the effect that payment shall be made at the price bid per linear Toot, shall not ap- ply to the Sewage Treatment Plant because Unit No. 1 is a unit price bid contract whereas the instant Unit No. 2 "Sewage Treatment Plant" is a lump sum contract. The following items specified in the 8 tail specifications for Unit No. 1 which shall apply to Unit No. 2. Gravity Sewer Lines, are as follows ITEl:f SPECIFIED IN DETAIL PAGE NO. AT 70F SET SPECIFTCATIONS-UNIT NO. 1 FORTH UNIT NO. 1 DETAIL SPECIFICATIONS "Reference to Standard Specifications" 1 "Ye.intaining Traffic" 1 & 2 "Care of Highway, Streets and Sidewalks" 3 "Protection of Public or Private f roperty" S "Protection of Highway, Streets and Sidewalks" 3 "Inspection" 3 "Alignment and Grade" 4 "Trenching for Sewer Pipe" 5 "Sewer Pipe Quality" 5,6,7,8 k 9 "Cement" (Quality) 9 "pipe Lsyinr." 10 "Addenda No. 1 - Jointing Sewer Pipe" 10 "Blasting," 12 "Hackfiliing" 12 & 1? "Restoring Roadways" 13 "Side Sewers" 13 & 14 "Sewer Sub Drai::" 14 "Manholes" 14 TOP FLOOR CONTROL BUILDING MASONRY All exterior walls from ground floor level up to be a; shown on drawings and constructed of approved standard manufactured hollow load- bearing concrete masonry wall units made from Portland cement and sharp clean sand and gravel. The site of the concrete blocks shall to 8" X 8" x 16". The compressive strength of each concrete masonry unit at the time of delivery to the building site shall not be less than 600 lbs. per squar, inch of gross sectional area. All units shell be sound w d fro.-, from cracks or other defect" that might interfere with the proper placing of the units or impair the strength. or permanence of the structure. Detail Specifications - 31 DiASONRY (Cont'd) Corbles and parapet walls to bo laid up with concrete brick as shown on plans. All masonry shall be laid plumb and true to line. Build chimney as shown on plans of cement briac, to have 8" x 8" flue, 6 inch thimble, and C.I. cleanout at bottom opening outside of building. Mortar for all masonry to be composed of one part well slacked lime, one part Portland cement, to six parts clean sharp masonry sand, all proportions measured by volume. STRUCTURkL STEEL AND RING CONNECTORS Furnish and install all reinforcing for lintels, joist anchors, ring connectors, bolts, I beams, etc. , as shown on drawings. Laminated roof anchored to parapet walls as shown spaced 610" O.C. Reinforcing steel in door and window lintels to be of size and placed as shown on plan. I beam for traveling chain hoist rim way to be 8 inch 17# steel boam secured in place as shown on plan. The beam shall conform to Federal Specifications QQ-S-721a "Steel, Structural; (for) Buildings." Or e%�i The Contractor shall install Teco ring connectors and bolts in first floor girder as shown, using proper tools for placing same. They shell be installed in accordance with manufacturer's specifications. Furnish and install 2" x 4" S4S Douglas Fir handrail. properly I braced on both sides of stairs as shown on drawings, to be securely fastened to floors and wall. SHEET META:, WORK Install prepared roofing, as epecifted herein under "Roofing", counter flashing in parapet walls as shown on drawing. Install two " wrought iron pipe down spouts with No. 24 gauge iron heads as shown, prop- erly fastened to building with metal straps. i EEK74RTM mom !, y St0000 all ewUeri�r-awe e&-eMks3ds awl]+-�a-ai►aa4�•iML woiK oand.�e,t.'-" '.easas-CMw+rt•4iaw " EXTERIOR TILE Install Pony brick the soldier belt course around building at floor line %s shoum on drawings. y Detail Specifications - 32 1 Y C-.RP'PXTER `;ORK The work required under this subdivision includes all materials and labor necessary and reasonably incidental to the completion of all the rough and finished carpentry and millwork throughout the entire construc- tion of the building necessary for its complete fabrication, FRAMING All framing lumber shall be West Coast Fir of sizes as shown on plans and details. All framing lumber shall be properly framed, closely set, accurately fitted to the required lines and levels, and rig+ally securea in place, +nether shown or not, using for each situation the proper size and number of nails, spikes, ring corneetors and bolts. All framing lumber must run t to grade c.nd shall be the best of their several kinds as followar Posts, built up girder and first floor joist tc be No. 1 select cannon. SQScommon,Ceiling joist, 2" x 6" T. h G. walls and subfloor dock, No. 2 coon, Lamination for roof to be 2" x 611, No, 1 comacm rough fell lengthSpan. MIL.LWGRK Outside door and window frames to be stock-fram3 sizes as shown on drawings, "P" or better grade, caulk between frame and masonry with Vulca- tex or H. B. Kuh1s coiapound or equal before placing brick mould. Corner window to be made as per drawing, sash supped in. Double hung windows shall be c._uinped -xit h Grand Rapids or equal invisible spring sash balances. [ Inside door and window frames shall be rade up of 2" x 4" head and € jambs with back band and stops as pee detail. All doors to be stock two Panel doors 1 3/6 inch thick for inside doors, 1 3/4 inch for outside doors. Sizes shall be as shown, except chlorine drum delivery doors to be as de- tailed on plans. Cupboard in both laboratory and chlorinator room to be built up in accordance with detai.is as shown on drawings. Doors to be 3/4 inch solid on-, veneered, lipped, kitchen cupboard doors. CASINGS AND BASE Inside window casings to be as shown on details 1" x 4" E.N. stock. Bass in all rooms to be 1" x 5" P.N. and 3/8" r 2/8" base shoe. Detail Specifications - 33 u FI_d SE,�^M.L FLOORS Finishe,: floors in all rooms to be I" x 4" T. k G., V,G. No. 2 fir floor izz , rough sanded to receive asphalt tile floor covering. Asphalt tale to be 8 x 8 "B" Bracket. Lay building paper be ween sub and finished floors. WALL F'IN ISH I All interior -malls and ceilings except in chlorine tank storage room shall be covered with 1,14 inch piaster board or 1/4 inch veneer board with joints filled flush with Swedish putty to receive paint. Boiler room interior walls exd neiling shall have 1/2 inch plaster board laid aver an under layer of 1/'l inch plaster board or veneer board as shown on plans. GLAZING All windows and doors marked glazed shall be glazed with D. S. Libby- Owens or equal, flat process rolled, sheet glass free from bubbles or waves. Inspection window between laboratory and ^,hlorinating zoom to be crystal plate. Toilet room windows to have ribbed type obscure gloss. Glass shall be bat' puttied and face puttied and securely fastened with glazier0e points, The putty shall be featly and cleanly run in straight lines., with corners made carefully. FINISH HARDWARE The Contractor shall provyae aniinstall all finished hardware com- plete in accordance with the hardware list contained herein, of similar type and egta l to the Russwin Manufacturing Company. All :uirdware to be delivered to the project site labeled and identified Ia original packages, same in good operating condition. I:!ISH HARDWARE LIST The following itemized list of finished hardware is selected accord- S ing to numbers shown in the catalogue of the Russwin Manufacturing Company. i ALL M TSIDE DOORS i jEach door, one cylinder lock set complete - No. 11246 RY4, master ! keyed. Steel escutcheons, knobs, etc. and three keys. Each door, 1 1/2 pair 3£" x &x" loose pin steel Butts with B. B. tt finish. ALL INSIDE DOORS Each door, 1 mortise lock complete No. 734S1 with steel escutcheons and knobs, three keys, etc. Each door, 1 pair &.0 x 3A,-" loose pin steel Butts with B.B. Finish. Detail Specifications - 34 CLF_CARD DOORS AND DR.9i PULLS, F Eacn cupboard door and drawer to have one bar pull No. 076 B.B. finish. WASHROOM DICKERS 107. Bch locker room door to .iave 1 1/" pair of bright steel Butts No. Each door to have one bright steel door hash. CUPBOARD DOORS All cupboard doors to have offset cabinot hinges No. 158 and door catches top and bottom of friction type. BA, LIFTS AND SASH LOCKS All window sash to have one bar lift No. 073 and one standard metal sRsh lock, B. B. finish. CHLORINE STORAGE DOORS One standard 2" x 6" metal hasp and a standard cylinder padlock. master key. Each door, 1 1/2 pair steel T hinges, 81" x 5.1". One steel bottom cane bolt No. 2223 and one top steel chain bolt, No. T7042, 6 inch with 24 inch chain. CHAIN BLOCK HOIST A two-ton, hand operated, c�L..in block hoist with a four wheel trav- eler of proper size to fit the 8 inch - 17z� steel I beam monorail in chlorine room shall be furnished and installed. Hoist to be "Yale" or equal. Hoist simll have pick up chain of sufficient ler.,th to wrap around chlorine tanks of approximately 21-6" diameter. Hook shall be of size and pattern best adapted for such work, EROOFING Roof covering shall be built up 4-ply asphalt saturated felt confo= ing with U. S. Army Spec. 61-13Ap Type 4 jiV,S. It shall be guaranteed for j 20 years. The work shall be done by roofers approved by the manufacturer. i E PAINTING EXTERIOR PAINTING All exterior wood work ad metal work shall receive one prime coat an, two coats of approved standard manufacture ready mix exterior paint. i F Detail Specifications - 35 7i INTERIOR PPINTIT All walls, ceilings, t*im and millwork to have. zne coat or approved brarl of under coat priner and two coats of seri-gloss: enamel pAint. Set and putty all nails and nail holey between first and second coats. All colors to be selected by Owner from samplos furnished by Con- tractor. TILE7PORK Enstall vactilwla. The counter shelf, sink drain boards an! viallbacks shall be tiled as shown on plan. Tilp shall be laid in cement grout over one 3/4 inch coat of cement plaster and reinfon;ing wiro mesh, placed on solid `nicking of shiplap. Color of the to be selected by Owner. PW)BING All plumbing to be installed in strict accordance with all State, County and City Orrinances, complete with both fixtures and necessary pip- ing for same, and ready for use for fixtures as follows: Run 2 inch water ruin into tuilding and branch off with l/2 inch services to all fixtures, except to two hose bibbs where shown which are to have 3/4 inch per ice. Run 1/2 inch servico from hot water Lank to all fixt, res except to i le t. Put siritoffs on all supplies to each fix,ure. All fixtures to be of standard make, Standard Sanitary Manufacturing Company, or equal. All p1W.bing fixtures to be installed as shown on plans and to be securely fastened in place to solid backing wuei Necessary, and by other means and methods as directed. All piping to be properly suspenda9 or supported with sufficient number of epproved bracnets or ti r.gers, and all vertical piping shall be securely fastened to studdi„g or structural members as directed. HOT WATER TANY For specifications for 30 gallon domestic hot water storage tank, see specifleati one under the caption of "Gas IItiliration Equip rV,;" shorn elsewhaia herein. WATER H&JER For specifications for one straight tube water heater see specif ica- tions under the caption of "Gas Utilization Equipment" shown elsewhere herein. Detail Specifications - IG SHOWER STALL Contractor shall furnish and install one shower stall built up of 5/8" waterproof plywood with corner- posts and rails as detailed on plans with Crane Co. or equal precast stonetex receptor with 2 inch drain and trap, enamel nurtain rod and white duck curtain. SHCGER Contractor shall furnish and install one "I-254 as manufactured by the Standard Sanitary Manufacturing Company or equal, exposed two-valve sheerer with four-arm indexed Fandles, steel pipe gooseneck riser and Black. Plastic Ball joint head, valve inlets threaded inside 1/2 inch I.P.S. for supplies to ceiling. Exposed metal parts with baked-on non-metallic black enamel paint finish. LAVATORY Furnish and install one lavatory F-367-20"xl8" Vitreous China Lucerne Lavatory as manufactured by the Standard Sanitary Manufacturing Company, or equal. Fitted with VI-1010 comoression faucets. One VI-758 waste outlet with chain and rubber stopper. One 14 inch cast i.'on P trap. B-1668 1/2 inch angle valves with I.P. supplies, all es manufactured by the Standard Sanitary Manufacturing Company, or equal. CLOSET One F-2432 VS Uadbrook Vitreous China syphon action raverse trap elongated closet with jet. Fitted with Sloan #120 FYV flush valve with vacuum breaker. Church A5 mahogany finish open front seat, less cover, all as manufactured b; the Standard Sanitary Manufacturing Company, or equal. i i SINK Contractor shall furnish and install one P-7020 30"x20u AR enameled flat rim sink as manufactured by the Standard Sanitary Manufacturing Company, or equal. Fitted with one V-906-S swing spout faucet with soap dish. One VI-991 44nk strainer. One 1 1/2 inch cast. iron P trap, all as manufactured by the Standard Sanitary Manufacturing Company, or equal. The abo-re mentioned shower, lav Cory and closet -hall drain into ! Wet 'Noll No. 2 b; suitable and satisf u y drains. The previously menti Bred sink shall b located in the lavatory room as shown on the plans and shall be drained by suitable connections into Wet Well No. 1. Detail Specifications - 37 ELECTRICAL Electric wiring as described below is fer Bighting service onl;,, power service for ail mechanical equipment is specified elsewhere in these specifications. Take-off light service at main control panel in laboratory and 4 install safety control switch and circuit cabinet alongside main cant n,l j board in laboratory. Run se*vice to all light and service plugs where shown on drawing, with proper size wire to serve outlets with wattage as shown on plw,s and in these specifications. Cabinet to be large enough to take two addition- al circuits from that required for outlets as shown. All wires :::all be run in rigid conduit, all wiring to be done in strict accordance with State, County and City Ordinances and Code. INSIDF LIGHTING FIXTURES The Contractor shall furnish and install the electric light fix- tures on the top floor of the control bu_lding as shove, on plan and as specified herein. The fixtures shall be Seattle Lighting Company, "Hyperion" units 1 or equal. The unit in the main entrance shall be recessed fixture W. 1' 1053, 12" x 12", 200W. The units in the hallway, washroom and at the top of the pump room stairs shall be Cat. No. G4 and shall have a No. 8609 - 9 inch glass globe suitable for 75 W. Lamps. The fixtures in the laboratory, eniorinatcr roar, chlorine storage room and gas boiler room shall be Cat. No. 66A, having a 14 inch glass globe suitable for 200 W. lamps. 1 Specifications for electric fixtures and lamps in the lower floor of control building are shomi under the caption "Inside Lights" under Electric Specifications, shown elsewhere heroin. Gonvenierr a outlets shall be furnished and installed as shown on plans. Switches to be standard torgle type box switches. A I Detail Specifications - 38 k DETAIL SPECIFICATIONS PART III E Q U I P M E N T Detail Specifications - 39 DETAIL SPECIFICATIONS P A R T III E UQ IPUENT GENERAL In addition to the enumerated plans listed and set forth on "Agreement-2" herein; parts and details not fully indicated on the drawings the Contractor shall furnish to the Engineer for approval in quadruplicate detail shop draw- ings in accordance with the best practice, of all plant machinery not fully indicated on the drawings, such as for example: All sludge collector and clarifier mechanisms complete. All filter mechanisms complete. All pumps showing detailed arrangements of piping, valves, anchor bolt spacing, etc. All automati: pumping control equipment. All chlorination equipment. All gas utilization equipment showing detailed dimensioned arrangements of the equipment. All hot water heating equipment. Recording flow meter and controls. Sewage shredder and chamber, anchor bolts, etc. Proper wiring diagrams for all electrical gvipment, parts, parts catalogue, etc. Each sheet of drawings submitted for approval shall be provided with a blank white space approximately 5" x 4" near the lower right corner, specifi- cally indicated to be used for notations by the Engineer. All these drawings will form a part of these specifications. k The approval of drawings submitted by the Contractor shall not be con- strued as a complete check; it shall only indicate that the general method of construction and detailing is satisfactory. Approval of drawings will not re- lieve the Contractor of the responsibility for any error which may exist, as the Contractor shall be responsible for the dimensions and design of adequate connections, dF'ails and satisfactory construction of all work. q Detail Specifications - 40 r E k G 4 � ERECTION The Contractor shall furnish with all equipment requiring oil and grease not less than a 30 day supply of same. The grades of oil and grease shall be in accordance with the recommendations of the equipme_t manufacturers. GUARANTEE The manufacturer of .1 the equipment furnished under these specifica- tions shall guarantee that the equipment will function mechanically satis- factorily for a period of one (1) year from the date of initial operation. Mechanical parts found to be defective in material or workmanship during this period shall be replaced without charge by the manufacturer f.o.b. delivery point of the original equipment. DRAWINGS AND DATA i Information required with bid - Each bidder m.xst furnish with bid an itemized list in quadruplicate of the equipment upon which the bid is based. Shop drawings shall include proper wiring diagrams for all electrical equipment, parts, ports catalogue, etc. The Contractor shall furnish all drawings necessary to the installation of the concrete work, such as anchor bolt setting or any other such features. ELECTRICAL CURRENT CHARACTF,RISTICS The current characteristics of the power at the plant will be 3 phase, 60 cycle, 220 volt A.C. The lighting service will be 110/220 volt A.C. TRICKLING FILTER DISTRIBUTORS There shall be furnished two rotary distributors of the reaction tape. Each of the rotary distributors shall be designed to fit a tank having an inside diameter of 58 feet and a rock media depth of 6 feet as shown c-. plans. The distributors shall be of the multiple arm type similar and equal to those manu- factured by the Lakeside Engineering Corporation of Chicago, Illinois, or the Chain Belt Company of Milwaukee, Wise. In order to provide a maximum degree of aeration the sewage shall be applied to the filter surface in a rain drop fo•.,m with the distributor arms centered approximately one (1) foot above the top surface of the filter media. i Vie total application on at least ?0 per cent of the filter surface shall not vary more than plus or minus 25 per cent from the average application on at least 90 per cent of the filter surface when operating at rates from 13 to 26 s M.G.A.D. The maximum interval between dosage upon any filter radius shall rot exceed three (3) seconds when the distributor is operating at a rate of approxi- mately 13 M.G.A.D. Distributors to be designed to that sewage will be applied to a minimum of 10 per cent of the total surface area of the filter when the arms are held stationary with the sewage flowing at a rate of 13 M.G.A.D. or 20 per cent at 26 M.G.A.D. Two fans are required for each filter. They shall be £urnist-d with the filter distributors and shall be of a size as recommended by the manufacturer of the filter distributors but each fan shall have capacit" of not less than Detail Specifications - 41 i TfiiCKLING FILTER -"STRIBTTTORS (Cont'C) 1350 cu. ft. of air per minute under normal operating conditions. Fans to operate from a 220 volt, 3 phase, 60 cycle current supply. Each arm distri- butor for the 58 ft, diameter filters shall consist of a 12 inch base tee furnished with a base plate and anchor bolts. Resting on the base tee there will be a center supported column of extra heavy black steel pipe haling an inside diameter of not less than 12 inches. Supported and revolving about the center column will be an extra heavy black steel pipe outer column heal ng an inside diameter of not less than 14 inches. Near the lower end of which pipe shall be not less than eight (8) lateral arms, attached to a semi-cast steel drum. All arms shall be of black steel pipe of standard weight. The rotating outer column shall be supported in the top head of a lubricated ball bearing. ! Four guide ball bearing rollers shall be used belcw the horizontal arms. The brackets supporting the rollers are to be adjus+.able to compensate for wear. Each distributor is to be equipped with a mercury seal made of cast steel so constructed as to prevent loss of mercury in the event of flowing. All of the arms are to be supported to the top of the outer rotating drum by means of rods equipped with turn buckles. Furthermore, they are to be tied together horizontally by the same type of devices. The arms are to have quick opening ends to permit flushing. Velocities in the laterals at peak flows shall not exceed 4 feet per second of sewage. The column arms and other pipe and castings shall be given one coat of red lead and linseed cil before being shipped. Additional painting shall be done by the general contractor after the distributor is erected on the filter, as directed. The manufacturer of the distributor shall furnish the Engineer and Cor- tractor proper prints to enable the Contractor to construct the center pier or { concrete on which the distributor will rest and to properly install thi: distri- butor. It is further requirod that the Contractor shall employ the services of a factory-trained Engineer from the company furnishing the equipment to super- vise installations and make final adjustments of the distributor, place the unit in operation, adjust the distribution and make panning tests after the plant has been placed in operation. FILTER IEDIA The general contractor shell furnish sufficient filter media of a size as specified below to fill the two 58 foot diameter by 6 foot depth of rock media filter tanks. The filtering material shall consist of sound, granite gravel. Large round gravel is preferred. Flat material shall not be acceptable. No section of the filtering bed shall ',ave more fine or coarse material than any other section of the bed. Forks instead of shovels for handliag the stone at destination shall be used. The 'ower one foot of media shall be composed of the larger rocks, hand ,:laced. The sizes should fall within the following range by volume: I Passing a 4" mesh opening 100% Retained on a 3" square mesh opening 45% to 65% " Retained on a W square mesh opening, not less than 95% Passing a 2" square mesh opening not more than 1% � i 1 Detail Specifications - 42 i i FILTER UNDERDRAINS A the underdrein system shall be furnished and laid in a sand cement mortar on the filter floors as shown on the plans, of sufficient strength and durability to carry the superimposed loading. Mortar to be 1 part Portland cement to 5 parts sand. The blocks shall be laid at a minimum grade from the v,mlls to the central flow-through channel of not less than 5 inches per 100 feet. These the blocks shall have a minimum flow-through channel at least equal to those shown on the plans. After the bottom has been placed the first 6 inches of filtering stone shall be carefully laid in place, making sure that none of the stone is small enough to pass through the slots in the top surface of the tile. The blocks shall be hard burned and equal to those manufactured by Builders Brick Company, Seattle, Washington. PULTING EQUIPMENT R4'7 SEN7AGE LIFT PUMPS There shall be furnished four vertical tyke open shaft construction, close coupled raw sewage pumps to be installed and connected in the basement cf the control building aL shown on the plans. The pumps shall be assembled complete at factory as self contained units with moors and pump supports cast iron bases and shall be complete with auxiliary equipment and accessories, Each of these pumps shall deliver within plus or minus ten per sent of the rated capacity specified herein when operating at the indicated head. The maximum efficiency shall occur at the normal head capacity. The Contractor shall futnfsb shop curves for each pump showing head capacity, horsepower and efficiency characteristics of each pump he proposes to furnish. The pumps shall be furnished in two sets, each set to consiet of two identical pumps, to pump respectively from Wet Wells Nosi 1 and 2. Pumps shall be products of a recognized manufacturer of sewage pumps and shall be capable of passing 3 inch solids. Casings shall be constructed of cast iron, with cast iron impellers and stainless steel or other approved metal shafts or shaft sleeves. Pumps shall be of variable capacity, variable speed type. The two pumps for Wet Well No. 1 shall be 5"x5" similar and equal to Fairbanks, Morse and Co. rig. 5433. The two pumps for 'Net 'Nell No. 2 shall be 4"x4" similar and equal to Fairbanks, Morse and Co, Fig. 5432. Pumps shall be designed to meet the following conditionse Well Jo. No. Units Max, Cap. Min. Cap. Min. Head GPM TDH GPM TDH TDH 1 2 90C 17 300 17 6 2 2 500 18.8 200 18.8 8.8 Detail Specifications - 43 i iF . PUMPING EQUIPMENT (Cont'd) Pumps shay_ not overload the motors iurnished at the minimum head. The units shall operate at the maximum and minimum capacities shown and one intermediate capacity to be adjust,d in the field, and each set of two pumps shall be automatically controlled as follows with float switch or switches in the respective wet wells as ,he level increases: i Float Level No. 1 Start let unit - low speed " 2 Run 1st unit - 2nd speed to " It 3 Run let unit - high speed 4 Start End unit - low speed 5 Run 2nd unit - 2nd speed to " to 6 Run 2nd unit - high speed and reverse the sequence as the level decreases. A manual switch shall be provided for each pair of pumps to alternate and equalize service on each unit of the pair. Motors shall be ball bearing, of drip and splash-proof construction, variable speed, wound rotor type, designed to operate on throe phase, 60 cycle, 220 volt power supply. They shall be similar or equal to General Electric Co. or Westinghouse, speed not to exceed 1200 R.F.M. Motor control, other than the manual alternating switch mentioned above, shall be magnetic and provided with overloai and undervoltage protection. Motors shall be of such capacity that they will not be overloaded at or between the heads previously specified herein. FILTER LIFT PUMPS There shall be furnished one set of horiz,)ntal shaft filter lift pumps complete with electric motors which shall be installed and oonnected in the basement of the control building as shown on the plans. The set shall con- sist of two identical pumps, complete vnth motors and motor controls. The pumps shall be similar and equal to Fairbanks-Morse Fig. 5424, or Yeomans . size to be 5" x 5" mounted on a substantial sub-base ani direct connected to motors by Plea:, of flexible couplings. Pumps shall be Products of a recognized manufacturer of s-.wage rumps and shall be capable of passing 3 inch spherical solids. Cisi. .gs shall be constructed of cast iron, with cast iron or semi-steel impellers and stain- less steel or other approved motal shafts or shaft sleeves. Pumps shall be of variable capacity, variable speed type, designed to meet the following pumping oonditionst Max. Cap. Min. Cap. Min. Head Motor 'Veil No. No. Unit GPM TDH GPM TDH TDH HP 3 2 1400 20 500 20 16 10 each Pumps shall not o,rerioad the motors furnished at the minimum head. The units shall operate at the maximum and ainimum capacities shown and one intermediate capacity to be adjusted in the field, and shall be automatically controlled as follows with float switch or switches in the respective wet wells as the level increasess Detail Specifications - 44 FILTER LIFT PUMPS (Cont'd) Float Level No. 1 Start let unit - low speed Float Level No. 2 Run let unit - 2nd speed Float Level No. 3 Run let unit - high speed Float Level No. 4 Start 2nd unit - low speed Float Level No. 5 Run 2nd unit - 2nd speed Float Level "o. 6 Run 2nd unit - high speed and reverse the sequence as the level decreases. A manual switch shall be provided for each pair of pumps to alternate and equalize service on each unit of the pair. \Actors shall be ball bearing, of drip and splash-proof construction, variable speed wound rotor type, designed to operate on three phase, 60 cycle, 220 volt power supply. They shall be similar or equal to General :31actric i Co, or W�3stinghou8e, speed not to exceed 900 RPM. Motor control, other than t'nt manual alternating switch mentioner: above, shall be magnetic and provided with overload and undervoltage protec- tion. Motors to be of such capacity that they will not be overloaded at or between the heads previously specified herein. The Contractor shall furnish shop curves for each centrifugal pump he proposes to furnish, showing head-capacity, horsepower and efficiency characteristics. SLUDGE PUVX There shall be furnished and installed as shown on the plans, one sludge pump, having a capacity of 85 G.P.M. at a head of 25 feet. Pumps to be similar and equal to Yeomans-Carter figure No. 800 Simplex plunger type adjustable capacity sludge pump, complete with a 3 H.P. motor. The motor shall be equal to Westinghouse or General Elec}rio. The specifications applicable ,o the filter lift pump motors shall apply to the motor. Plunger shall be 10 inches diameter, of close-grained cast iron accur- ately machined to a smooth finish. Pump cylinder a,id main body will be of close-grained gsst iroi: and of one piece construction with deep stuffing box holding at least five rings of long fibre square flax packirz, specially i treated to insure long service in contact with sludge. Valve chambers will be of the free flow type with quick opening covers (without the use of tools) with handhole thr high which valves may be readily removed. Valves will be of lead impregnated rubber ball type, 5 l/S inches in diameter. Discharge valve will be equipped with 1/2 inch valve for draining M and sampling. Discharge will be equipped with air chamber having a minimum of 180 cu. in, displacement. Valve chambers will be connected directly to pump body by means of flanged connactions. I ' Capacity adjustment will be by means of variable eccentric with a mini- mum of eleven capacity adjustments from maximum to zero. Main pump shaft will be supported by two babbit bearings enclosed in dustproof lubricant reservoir. SUMP rAp There shall be furnished and installed In the basement of the control building as shown on the plane one automatic sump pump, motor and floetswitch. Detail Specifications •- 45 r P SUMP PUMP (Cont'd) Pump to be complete with a cast iron base plate having a diameter of not less than 2 1/2 feet to fit the sump pit. Float to be of sufficient site to properly operate an adjustable float switch which in turn will op- erate an electric motor connected directly tothe sump pump. Pump to have a capacity of 50 G.P.1', at a 20 ft. head. Motor to be one-half horsepower for 110 V., single phase operation. The unit chall be similar and equal to Yeomans 2-SD "Super Drain-Dri." i FINAL TESTS AND GUABANTEE I Eacii unit shall be given at least an eight hour continuous run at normal rating to test lubrication, actor heating and mechanical features. Starting equipment shall be tested by repeated starting and stopping. In all matters relating to these tests the decision of the Engineer shall govern. The contractor shall guarantee all enuipment furnished and installed by him to 1^ in accordance with the specifications and free of r'efects in materials or workmanship. Any defects which may become apparent during the tests or within a period of one year thereafter shall be corrected by the Contractor at his oval experse. The Contractor should obtain proper guaran- tee from the manufacturer. AUTOMATIC PUMPING CONTROL EQUIPIWT There shall be furnished and installed three automatic }pump control units to operate in a predetermined sequence the rnx sewage lift pumps and the filter lift pumps. Each unit to consist of adjustable float, guides, floor stands and float switch assemblies similar or equal to Cutler-FAmmer Bulletin 10040. Switches to be of the type hereinafter specified, under `he heading "Electrical Equipment." A suitable gear rstio shall be selected so t}.at the float travel will operate the pump motors at the variabls speeds previously specified herein. Floor stand shall be of pipe of a size to ft:•nish sub- stantial support to the switch and float drive mechanism. Suitable floor mounting base shall be furnished with each unit. i s r k F Detail Specifications - •16 1 f r 1 C?lllJRIXA T OR There shall be furnished and installed, complete and ready for oper- ation one automatic full vacuum solution food chlorinator having a capacity to meter and deliver to the system as shown on the plans a minimum of 25 lbs. of chlorine and a maximum of 400 lbs, of chlorine per 24 hours. The apparatus shall be of such general design that the water injec- tor will exert and maintain a vacuum throughout the entire apparatus and there shall not be more than two ,joints et the most under the chlorine pressure from the chlorine gas cylinder. Metering and measuring of the gas shall all be conducted in a vacuum. The apparatus shall be constructed throughout of chlorine resistant meter- ial, and no copper or base metal shall come in contact with the wet chlorine eas at any point along its course. The chlorinator shall be equipped with a direct re.dirg meter whereby the floe of chlorine in pounds per %4 hours may us read directly. Accuracy of the meter to be plus or minus 4 per cent over the total range. Chlorinator to be cabinet mounted in a neat appearing case and all r­w.s tc be easily accessible for inspection, repairing and cleaning. The chlorinator shay_ be so c eructed that in the event of fail- ...e ,. c the city water supply for any :sor whatsoever, the gas will auto- matically be vented to the atmosphere, so that in the event of water failure no gas will escape into the room in which the chlorinator is l-)cated• This vent chamber shall be separate from the pulsation chamber. There shall he s k uprliad au� diary parts as follays: One extra control valve, one extra silver tube oonne tion from tank to machine, overflow hose, and connection to pressure fitting. A complete duplicate set cf gaskets ana wrenches shall be furnished. A 3 point distribation panel shall be flip;ished so that chlorine mvy be applied e.t the 3 po'nts of application as shown on the plans. There shall be provided necessary vent hose, overflow drain hose, and chlorine solution hose as shown on plans. I i I Detail Specifications - 47 i I et� The automatic chlorine proportioning device shall consist of either the pressure differential method as used by the Wallace and Tiernan Corpor- ation or the clock method as used by the 'hemicai Equipment Company. In either case the manufacturer shall furnish the automatic proportioning equipment complete with necess -y float controls, pumps, and proportioning device. Inter-connecting piping, if used to be furnished by the Contractor. Sufficient chlorine tubing shall be provided by the manufacturer so that the chlorine may be fed from a 1 inn cylinder to the proportioning device and thence to the chlorinator. Al'_ equipment to be guaranteed for a period of one (1) year from date of installation. No equipment will be considered that is not the standard product of a company regularly engaged in the manufacture of such equipment, and maintaining a complete stock of repair parts. Contractor shall furnish not less than 2 inch conduit having not less than 1 1/2 feet radius bends for the chlorine solution hose to be installed as shown on the .)lans. Contractor shall furnish necessary utility connections to operate the chlorinator In compliance with the instructions Nmished by the .,anufactur- er of the chlorinating equipment. The installation of the chlorine contro_ equipvsmt and accessories herein specified shall be made in accordance with the working drawings prepared by the manufacturer and as approved by the Engineer. The instal- lation shall to made under the direct supervision of a factory-trained Engineer furnished by tte manufacturer at no additional cost to the owner, which Engineer shell also instruct the local operator in the method of de- termining the adjustment and setting of the rate controller and 1n the general care and maintenance of the equipment. Oqu IFICITT CHLORINE SCALE The chlorine scale shall be an approved platform type of not less than 5000 pounds capacity, with balance beam as shown on plans. Dial scales with recorders are not required. Scale stall be similar and equal ':o Fairbanks-Morae, Code No. 12144. Deck Scale shall be built up to the level of top of skids as shown on plE FTAAT VALVE OIJ a IMH RETURN LINE There shell be furnished and installed as shown on the plans two 8 inrh floats operated level control mlves. The 8 inch float valves shall ' be of the throttling type having flange connections and shall be complete with a suitable float, f"ioat guicle:, and rode. Float control valves shall be similar and equal to tl)�ose manufactured by the Davis Regulating Company. Operation of valve to bo nuch that level in Well shall tend to be constant. Detail Specifications - 48 RECORDING FLM METER AND PARSHALL FLUME As shown on the plans a Parshall flume shall be constructed at the effluent end of final clarifier adjacent to the control bui7diYg. Ti,.is flume will be utilized for measuring the ec;uivalent of the raw s3wage flow. All dimensions shown in connection with Parshall flume shall.. be strictly adhered to. The concrete in this section shall be finished and shall have no irregularities on either the floor or the walls. Thera shall be furnished and installed in the control building on the second floor, as shown on the plans, one metering device nsisting of a floor pedestal and meter. The meter shall be of the recording. totalizing, and indicating type; clock to be operated from 110 volt, single phase, 40 ` cycle current supply. The meter ...tall be actuated by electrical variations or impulses received from the transmitter located in the float well adjacent E to the Parsha11 flume. The transmitter shall be adequately protected from the weather. The transmitter in turn shall be actuated by a float mecharism located in the float yell and to be furnished complete with the flow meter. The flow meter shall indicate and record a m ximum of 3.5 M.G.D. to a mini- mum of not more than .35 M.G.D. Accuracy of the meter to be plus or minus 2 per cant over the range. Electrical transmitter and receiver shall not be affected by ordinary variation in line voltage, frequency, mid power factor. ! One (1) year's supply of charts with neoessr.:-: ink and snare parts shall be furnished with the flow meter. Meter recording face to a not less than 12 t inches in size and to be designed for 24-hour charts. r i DIGESTER TANK EQ,UIPMEITf The Contractor shall Punish and install necessary heating coils of 1 A 2 inch steel or wrought iron pipe as shown on the plans and as specified elsewhere herein. Coils to be supported by hooks anchored into the concrete and of sizes and spaced as indicated on the plans. Two 2" heating pipes shall run between the digester and the control building and shall be con- nected as shown to the heating system. These pipes may be of cast iron, wrou€,ht iron or steel as specified elsewhere herein. Where the pipes are underground a sawdust packing shall be 3rovided, haviirg a depth of not less than 10 inches, surroemding both the inlet and the outlet hot water heating pipes. Tke pies line shall be installed in a ditch with a minimum of 2 feet of cover. Connections through the digester shall be made absol,rtely water and gas tight so that no leakage will occur with the hydrosta' is pressure existing in the digester. The gas water seal shall be furnished and installed having sizes and dim.. .sions as shown on tha plans, and shall be constructed so as to pre- vent any leakage of gas having a maximum of 6 inches of water pressure head. Located on top of the gas seal the Contractor shall_ furnish mid install an inspection window, spray nozzle, and gas take-off pipo, The Contractor shal' also furnish and install a pressure relief and vacuum breaker valve similar and equal to a 2 inch Varce Figure No. 58 Ct necessary angles, flarg o con- nections and anchor bolts shall also be furnished. The water r-v and ap- purtenances shall be given one shop coat of red oxide or other approved paint. After installation the Co-tractor shall paint with a suitable weather-proof misuse all parts of the digester dome assembly. Detail Specifications - 49 GAS UTILIZATION EgUIPN.ENT The Contractor shall furnish and install the gas burning and heating equipment and all the necessary pipino, radiators, etc., to make a complete and safe gas burning and heating system using the gas as generated in the digester. The piping arrangement from the digester to the control house is shown on the drawings and the piping within the control building is shown diagrammatically on the drawings. The system planned is designed to utilize the gas generated in the digester to operate a sewage gas burning hot water heating boiler having a hot water rating of 333,000 b.t.u. for digester heating coils as well as providing for hot water heating of radiation and hot water system as plan- ned for office, chlorinator and pump rooms. The Contractor shall furnish and instal; as sham on the plans the following items of gas audhot water equipment necessary for the complete utilization and operation of the gas generated in the digester. The con- tractor shall furnibia necessary mounting brackets, pipe stirrups, and clamps as needed to properly support the v_as utilization equipment. Manual control drip traps 3/4 inch, Varec Figure 248 or equal, shall be ii:9talled in all low points of the gas lines said shall be located within the control house. One Varec Figure Hic. 230C or equal, sediment and drip trap shall be located on the first low point of the 2 inch main within the control house on the gas line frvn the digester. Drain of 1/2 inch pipe shall be pro- vided therefrom to We: Well or sever. One 2 inch flame trap assembly Varec Figure l:o. 450 or equal, shall be located between the gas burning boiler and the main gas line. ^ne 12 inch triple push button control type vacuum gauge, Varec No. 216A or equal, shall be mmamted on the wall in the control house rear the boiler and shall be connected to the gas line feeding the boiler, gas line feeding waste gas burner, and main gas line from the digester. The sewage gas burning boiler shall be equipped with automatic gas supply valve and hat water automatic thermostat as recommended by manufac- turer of boiler. It shall be provided with hot water indicating thermometo. altitude gauge and pilot system. Boiler shall be Basmor Standard, Sewage Gas Boiler as manufactured by Crane C mmpany, by Bastin-Morley Company, Inc., La Porte, Indiana, or American Ideal Sewage Gas Burning Boiler of same cap- acity or approved equal. Boiler to be located as shown on the plans and shall include valves, fittings and other necessary appurtenances for a complete operating assembly. One 2 inch pedestal type waste gas burner Varec Figure No. 236 or equal shall be mounted near the filters in a suitable manner as shown on th plans and shall be connected by fienges at the base. Fun:ich and install 3 corto cast it are radiators as bown on plans. Radiators to be similar and equal to these manufactured by American Radia- tor Comyqny. Installation to be complete includirk valves, fittings and SPX 2?Y t.RA3. w GAS UTILIZATION MULPMENT (Contrd) One strairht tube water heater having a capacity of 40 gallons, 100 degrees rise in hours, Thrush No. 40 or equal. Boiler to furnish hot water to showere, wash basin and other hot water utility connections as sham ana .�quire,i on plans. Water heater to be suitably mounted to floor or w.11. *o Metric ircm case sewage gas meters, American Meter Company or equal, complete with totalizing dial to totalize the flow of gas to the hot water boiler and the tecond gas meter to totalize the gas from the digester through the main gas line. I One 2j inch 3-wsy thermostatic hot water mixing and regulating valve, { Powers No. 11 or equal for regulation from 60 to 130 degrees F. complete with bra*et as required. Mixing valve to control t,e temperature of the hot water going into th3 digester by mixing heated water with water from return lines from the d:.gester in a proportion to maintain a proper temp-erature whi dh may be adjusted as required. i-vo hot water circulators, 11 inch connections, 40 G.P.W. at a 6 foot pressure read. Pinups to be connected as shown on the plans and w4_11 c; rcu- late bot crater through the digester heating coils and the second pump Shall circulate hot water within the control building. Pumps to be similar and equal to Thrush No. 15. Twb hot water thermometers 10 to 212 degrees F. shall be furnished and installed in the hot water pipe leading 'to and from the digester and mounted in pump control house, as shown on plans. One pressure and storage tank assembly with suitable connections and to be mounted above the 'miler by '.-rackets, and shall be connected to the hot water boi-ler and heating system within the control ~rouse as shown on the Flans. Tank to im Thrush or equal. One 1-21 inch automatic pressure relief and filling valve Thrush No. 67 or equal, to maintain a predetermined account of pressure within the heating system and to automatically keep the heating system filled with the proper amount of weter for heating purposes. Connections will be as shown on the plans. Two 2 inch check valves for hotwiter return lines. One 3/4 ine check valve o: cold water supply line. One 3/4 inch pressure reducing valve on cold water supply line. One extra heavy 30 gallon domestic hot water storage tank to be mounted on a suitable base within the gas control room to be i connected to the hot water u;:ility connections as shown. Tank shall have a draw off cock at bottom end a shut-off on top. 4 Detail Specificvtions - 51 + d VJAW SLUDGE COLLECTORS AMID CLARIFIER lECHANIS41 Under this item the manufacturer shall furnish and the Contractor shall install, Sludge Collector Mechanisms for two (2) Primary Tanks, each 1810" wide x 86'0" long x 816" average water depth, and two (2) Final Tan`-s, each 1810" wide x 86'0" long x 816" average water depth. Each tank shall be equipped with one longitudinal collector mechanism as made by the Chain Belt Cwnpany, Milwaukee, Wisconsin, or the Link Belt Company, Philadelphia, Pennsylvania, or of equal demonstrated quality and efficiency, and shall be as shown on the plans and as hereinafter specified. Each pair of collectors shall be driven from a single cosmon drive unit. The Contractor shall submit in ouadruplicate to the Engineer for approval detail shop drawings or working drawings of sludge collectors and all clarifier mechanisms as renuired in Section 7, page 2 of "Special Conditions" herein. Each collector shall consist of 3" x 6" nominal size redwood scrapers mounted nn two strands of chain and shall be driven from a gear reducer by a chain drive. The collector scrapers shall be mounted every 10r0" apart. Tae collector chains shall run over four sets of sprocket wheels so as to clean sludge from the tank bottom and remove floating material from the surface. The primary type collectors for �,hc primary tanks shall operate at a speed of 2 F.P.M. The final collectors speed shall be I F.P.M. Scrapers shall be equipped with 3/8 inch thick steel wearing shoes to run on tee rails in and flush wi'h the tank bott®, and on angle tracks for the return run. Collector chairs shall have an ultimate s`rengtii of not less than 30,000 pounds with the links and attachments riveted in place with copper bearing steel rivets. The chain shall consist of 6 inch pitch links made of a corrosion resisting processed metal, having an average tensile strength of 70,000 pounds and a Brinell hardness of 170/200. Attachments for scrapers shall be provided with four attachment bolts each, and pivoted gttachmants shall be provided for at least two sompers on each collector. Two 25 lb. A.S.C.E. rails stall be furnishe.h by the General Con- tractor for the tank bottom of each collector. Th:se rails shall be set in accordance with manufacturer's instructions. Angle iron guides for the return run of stripers shall be ciade of 3/8 inch thick steel. Sprockets for drive and collector chains sh: ll be made of close grained semi-steel, and the teeth shall be ground to accurately fit the chain. Driving sprockets shall be keyed firmly to shafts. Each corner shaft shall be fiti:ed with one sprocket set screwed, and one to ran loose between set collars. Collector chain sprockets shall not be under 17-4 inch pitch diamet..r. SJrocke is shall be furnished on all shafts. Traction wheels, idler wheels, or other substitutions for sprockets will not be acceptable. All sha:"ting shall be cold finished steel, straight and true. shall extend across the full width of the tank, and shall be held in alignment with malleable iron set screwed set collars. The shafting shall contain Detail Specifications - 52 SLUDGE COLLECTORS AND CLARIFIER MECUNISM (Cont'd) keyways with fitted keys where necessary and shall be of size recommended by the Manufacturer. All underwater bearings shall be babitted and of the water lubri- cated, self-aligning type especially designed to prevent the accumulation of settled solids. These shall be bolted directly to the concrete wall of the tank in a manner which will permit their easy adjustment. Ii I Each pair of collectors shall be driven by a single squirrel cage, constant speed motor of ample power for starting and operat'.ng the clarifier mechanisms under normal operating conditions without overloading, based on a 55 degree C. rating. Motors shall be totally enclosed, ball bearing, with windings having=moisture resisting insulation, and shall conform to the stanaard specifications of the A.I.E.E. The moto s shall be equal to Westinghouse or 3enoral Electric. The complete mechanisms to be furnished include supports, sprockets, chains, scrapers, flights, guides, rails, motors, mechanical overload de- vices, gear reducing units, shaftings, housing, guards, anchor bolts, nuts, tools, shop painting, and all appurtenances for sludge removal in the rec- tangular sedimentation tanks, all as specified and in readirese for opera- tion upon insteilation. All controls shall be described under another section. r 8 Each drive unit speed reducer shall be of the helical and spina' bevel Bear type, or equal, Hilly housed, running in oil, anti-friction bearings throughout. Each reducer unit end electric motor shall be mounted as a c•mi.on unit directly an the concrete. Each driving sprocket shall be fitted with a bronze bushing and shall be provided with a shearing pin device to provide for fall protection of equirxient in case of excessive loading. Jaw clutches shall be p• vided to permit independent operation of either unit. The driving chain shall b,, made of the same material as the collec- tor chains, shall consist of 2.609 inch pitch links, and shall have an ult!--ste strength of not less than 18,OOC pounds, Chain tighteners shall be provided to take up any unnecessary slack in the drive chain. The chain drive shall be covered with metal guard of No. 14 gauge steel. All anchor bolts shallbe furnished by the manufacturer of the equip- ment and shall be of ample size end strength for purpose intended. They shall be galva:.ized. All anchor bolts shall be set by the general Contrac- tor in accordar with the manufacturer's shop drawings and instn.Aions. All parts of the mechanism shall amply be proportioned for all stresses that may occur durin,>_ continuous operation, and for any additional stresses that may occur during fabrication, erection, aral intermittent operation, Workmc.nehip shall be of high grade in all respects. Detail Specifications - 53 SITDGE COLLECTORS AND CLARIFIER ILnHANISM (Cont'10 A radius screed for finishing of grout for curved end of tank shall be furnished by the Manufacturer. Grouting to be performed by the Contrac- tor. All spIrartena including rails, controls, weirs, baffles, valves, piping, pipe railing +or grating, and all field work including erection and final painting s' be furnished by the Contractor. Under the sludge collector item, the manufacturer of the sludge col- lector mechanisms shall also furnish and deliver, ready for installation, I complete with necessary galvanized anchor bolts, one 12 inch diameter steel, revolving, hand opergted scum trough pipe for each Primary and Final Settling Tank. Scum trough shall be suitably and securely fastened to the side walls of the tank, with effective seals being incorporated in the design to prevent leakage through the wall opening. The pipe slot shall extend over ac much length of the pipe as possible without impairing i strength or trueness of edge. Provision shall be made for tilting the trough to the proper angle to insure scum removal from the top of the tank surface. The mechanisms shall be furnished complete in ev9ri particular and with miscellaneous equipment of every nature required for complete instal- lation in good working order for continuous andsatisfsctory service. SWAGE SHREDDER The Contractor shall furnish and install a sewage illredder in a re- inforced concrete chamber as shove on the plans and as specified herein. The concrete work and reinforcement shall conform to the requirements for concrete and reinfer cing steel found elsewhere in these specifications. The shredder -11 be equal and similar to the "25M Conmminutor" of the Chicago Pump Company of Chicago, Illinois, and shall be a complete unit ready to operate, comprising frame, drum cutting ber and knives and motor reducer. The motor shall be for 220 volt, 3 phase, and 80 cycle operation. The starter will be located on the central switchboard and a weatherproof, "start" - "stop" push button station shall. be cated close to +ho motor. The wood stop gates shall be carefully made and a good fit secured with tie stop gate grooves in the ocnerete channels, the by-pass screen shall be constructed of 1A" x 1 1/2" x 47V" long, steel bars spaced 1 inch center to center and welded to 5/8" round top and bottom steel spacer bars as shown on plans. Steel shall conform to Federal Specifications Q(Z-S-751a, Grade "A". Screens to be removable from channels when aesired. Screen shall be given two coats of red lead paint. the Contractor shall exercise pe-cicular care to secure a true and smooth surface -throughout the chamber c:,d flumes ae oining. PUI& ROOM FAN The Contractor shall fur._sh and install on the floor of the chlor- ine room in the control building for .:ee ventilation of pump room, one Detail Specifications - f4 PU2P ROOn FiN (Cont'd) ventilating fan with motor and housing, fan 'w to equal to that of Nestarn Blower Company No. 11,B Turbine Electric Ventilating Unit to deliver 845 CFM at 1/2 inch statio pressure. Fan to leave 1/3 BP 1750 RPL, single phase, 220 volt, 60 cycle motor. This fan to be connected to the pump room by a 16 inch round No. 20 gauge steel vent duct. Duct to extend from chlorine floor level to within 18 inches of pump roam floor level. Vent duct to be securely fastened to concrete wall of pump room by approved bands and straps. .Air from fan to be discharged into the opening at the ohloriae floor level through louvres, set ir. frame as shown on elevation of oontrol building. Interior and exterior of duct and housing sha:: be painted in accordance with specifications for metal painting. Control switch to be `. located on wall close to ventilating unit as shown on plans. VENTII.,TiNG ;nN Fon CHLORINE ROOM The Contractor shall provide and install on the floor of the chlor- ine room as shown on the plans equal to that of the Western Blower Company, one )0 inch SFirovane Propeller Fan, complete with single phase, 220 volt, 1/20 HP, 60 cycle, 1140 RPM motor with a caBecity of 500 CFIL This motor to be controlled by a 3-way switch, me located outside the building at entrance door to oh)orine room and other switch in lauorotory room. The motor shall be impervious to chlorine gases. y ELECTRICAL SPECIFICATIONS GENEluiL f The Contractor shall furnish and install all equipment, ocnduits anti wiring necessary for the operation of the pump control panels, lighting ¢ cabinet and all automatic operating or recording devices described in other [E sections of ,hese specifications. The omission of the express reference to any detail of labor or material necessary for the proper execction of the work in accordance with present day practice and as intended under this contract shall not relie-3 the Contractor from furnishing andinstalling same. The entire electrical installation shall be made in a neat and work- manlike manner. All motor windings subjected to moisture or acid fumes shell have the windings treated specially for such service. All material and work shall cortorm to the requirements oi' the National Board of Fire Underwriters of the Power Service Company and of local regulations. INCOMING POWER SUPPLY The Contracbor shall connect the incoming 3 phase, 220 volt, 60 cycle power and the 110/200 volts, 3 wire, single phase light $, -vices from +.he point of termination by the Power Company to the Main Enwer Panels and to the lighting cabinet. The power circuit shall be 1/0 wires in a 2 inch conduit and thelight circuit shall be No. 6 wires in a 1i inch conduit. Detail Specifications - 55 INCota,% POKER SUPPLY (Cont'd) The Oonkractor shell consult with the Power Company officials and provide space as requested by them for the meters and instrument trans- formers necessary to measure the invut to the power end light A rcults. POWER SWITCHBOARD The Contractor shall furni ns sh and install whereshown on sne pla or otherwise indicated, a totally enclosed, dead front cubic'.e type motor control center as manufactured by the Trumbull Else. Mfg. 0-., or equal. i The control center shall be ,provided with t!- necessary motor � starters, disconnect switches and cambineti -ne thereof, of such capacity and size, as indicated on the schedule, forming a part of the specifica- Ctime. The control center shall be provided with a 200 ampere type RB fusible externally front operated disconnect switch. i The motor control center shall consist of six individual sections `j mounted on 12 inch channel sills forming the complete cubicle. '.lie sills 1 shall be flunh with the rear and front of the cubicles and arrargad fov ease in grouting and securing .o the floor. Each section of th- control center shall be 10q inches deep with an ove- .11 height of 96 inches. Three sections shall be 132 inches wide ar accommodate 5 size 1 starters each, two sections shall be 13ginclies wide to accommodate 3 size 2 starters, and one section shall be 27 inches wide to accommodate the type P.B main switch. Each section shall be furnished complete with vertical bus, mounted on porcelain insulators of the high dielectric strength to provide power to each individual control unit for the full height of the section. bus bars shall be rectangular copper with a capacity of 250 amperes. Suitable knockouts shall be provided in each section to permit convenient wiring or bussing between sections and wiring load connect_ons. Each section shall be provided with a pull box, top and bottom end double wiring gutters. The control for each motor -hall be a standard combination starte complete in its own enclosure and xovided with stabs on the line side t engage the vertical busbars in the troughs. All wiring connections, bur c:rs, units, etc., shall be accessible fro) the front. Units for the control center shall be rated in accordance with th3 NEk,. Industrial Control Standards for the horsepower of the motors with which they are to be used. The Motor Control Center shall t 'inished with gray enamel and completely assembled, ready for install :.ion on the ,job. Detail Specifications - 56 :err*;, _. �►;::: POWER SWITCHBOARD Cardholders shall be provided on the outside of each of the control center units for designat'ng the motor or motors controlled, On the front of the Main Switch Section of the Notoi atrol Center shall be mounted a recording watthour .zeter of the dezrand type to measure the total power consumption of the motors controlled from this center. MOTOR R.ATINCS The horsepower ratings of the motors controlled from the above con- trol center are as follow3i E NO. OF F .P. PER PHASE AND LOCATION PUMPS G.P.Y. MOTOR VOLTAGE iRaw Sewage Pumpe Wet Well No. 1 2 900 7j 3X, 220 V. Wet Well No. 2 2 500 5 -do- Filter Lift Pumps 2 1400 10 -do- Wet Well No. 3 Sludge Pumps 1 85 3 -do- Hot Water Circulating 2 40 1/4 1�, il0 V. Sump Pump 1 50 1/2 -do- NO. OF H.P. PER PHASES AND # MISCELLANFFOUS UNITS MOTOR VOLTAGE Sludge Collector 2 2 39, 220 V. )actors Shredder Motor 1 1j -do- Fans for Filters 4 1/3 -do- Fan for Pump Room 1 1/3 1X, 220 V. Fan for Chlorine 1 1j20 -do- room MOTOR ZOB1'ROLS The four motors on the raw sewage pumps will be controlled by 2 Cutler-Hammer or equal, multi-posi.ian float switch as described in the section of the specifications cover!.ng automatic pumping co:trol equipment under the heading "Raw Sewage Pumpa" and "Fi'ter Lift Pampa." The starters for these pumps shall be Size 2, Trumbull or equal, combination fusible line starters with indications for "Hands-off Automatic" positions for the 7j HP mo ors and Size i for the B HP motors. '? Detail Specifications - Si MOTOR CONTROLS (Cont'd) The two filter lift pump motors shall likewise be controlled by a similar multi position float switch and th,i starters shall be Siza 2, Trum- bull or equal, combination fusible line starters with indications for "Hand-off Automatic" positions. The speed control of the six motors shall be obtained by varying the resistance in the secondary windings of the wound rotor motors by means of Cutler hammer or equal contactors #9586 and regulating duty resistors do- ...,;ned for use with the respective motors. The resistors and contactors for each motor shall be assembled to form a closed cabinet with resistors at the rear or the contactor panel. E Each pair of motors shall have a Cutler-Hammer or equal manual trans- fer switch as described in Bulletin No. 1314 to alternate and clualrze the service on each of the two motors controlled ry one float switch. The seconeary contactors and the manual transfer switches shall be mounted on the wall of the laboratory ns indicatee on Map 42-28 accompany- I ing these specifleations. The motors for the sludge pumpX, sludge collectors and shredder shall be supplied with "Start" - "Stop" push button stations adjac t to the motors as indicated on the plans or as directed by the Engineer. The 4 ventilating fans for The filter beds shall all be served from one size 1 starter and each controlled by a type Di- Trumbull or equal motor ;witch installed in weatherproof condulets adjacent to the ,:ntors. The motors of the tro circulating pumps end the sump pump shell be connected to one size 1 starter. Two 220 to 110 volt trw sformers of _Taple capacity shall bs installed in the base or top section of the jt1 control center to supply 110 volt, single phase urrent for these motors. Each motor shall l•e controlled by s. tyre TT motor switch installed adjac- ent to the respective motors. The sump pump motor will be supplied witl_ an extension ct,rd connection to the conduit waterproof outlet. The motor for the shredder shall be controlled from a size 1 starter in the Mote. Control Center and shall have a weatherproof "Start"-"Stop" push button station installed adjacent to the motor. The ventilating fans for the pump room and the chlorinator room shall be served from o,:e size 1 starter on the Motor Control Center. The pump room fan shall be controlled from a Trumbull Type TT or equal motor switch installed near the door of the chlorinator room. The ventilating fan for the chlorinator room shall be protec+ d by a type TT Trumbull or equal motor switch and shall be controlled by 3-way switches, one (weather- proof) outside the chlorinator entrance door and the other installed in the laboratory on the partition wall as shown on the plans. 12DTIG MO TOR U S The outgoing motor leads shall be run in conduit terminating in the top or bottom wiring gutter of the motor control center. These conduits shall be located as near as uossible to the section of the control center in which the contractor controlling the respective motors a:a located. detail Specifications - Fd ( 4 JUNCTION Fa(ES AND CONDULETS All junction boxes and condulets shall be galvanized waterproof below grade and of the type shown and designated on the drawings ur ap- g-oved equal or as required. All condulets shall be provided with por--elain covers or W.P. glands with suitable outlets for wiring used. CONDUIT alecir,c me�ell�c }�b'���9. All conduit shall be,,,�ssl. They shall be left thoroughly clean inside ind outside. All bends shall b,� manufacturer's standard or of equal radius. All joints inside and outside of pump house ahall be y made up with graphite compound. All joints outside, Act in concrete shall f be coated on all sides with asphalt 1/2 inch thick. On all motors a short section of flexible conduit shall be used be- twppn the terminal of the rigid condui'. and the motor terminal box. HXL cable with watertight connectors shall be used below grads. WIRING All wiring for motors and lighting shall be installed strictly in accordance with the Underwriters Code and -,ny loco? code or restrictions of the U. S. War Production Board, governing electrical installations. All insulated wire inside the building shill be type RP rubber insulated conductor. All wire in conduits buried in concrete or masonry or exposed to moisture shall be varnished cambric insulated with a lead sheath or synthetic insulated or code grade rubber and lead conductors reconaawd ed by the manufacturer for that type of service. Parkway cable or equal shall be used on all circuits running under ground to outs'•'e mK.tor :. It shall have the amount of earth cover recommended by the Yan—acturer. LIGHTING CABINET jr 8 circuit unit li gLting prnel board, single door surface nount- ing typz, Trumbull Cat. No. NTP3O8SWF or equal shall be ir.stallod as indi- cated on the plans. From the cabinet, circuits shall be -in to the various outlets shown or designated in these specifications. The following circuits shall be provided in the lighting cabinet: { i 1. Lights on main floor of control building. 2. Convenience outlets in eontrcl building. 3. Chlorinator room lights and chlorinator equipment. 4. Flood lights. 5. Pimnp room lights. 6. Sewage flow recorder. 7. Convenience outlets outside. 8� Di;ester lights and corvanif:nce outlets. These circuits shall be controlled b_r switches located as shown on plans or desi;�,neted hi these specifications. INSIDE LIGH':S Fixtures for the basem3nt or pump room shall be similar or equal to the Goodri � "Anor-proof fixture, Catalog No. 57912, complete with glass globe for 3. . ..:ting directly upon outlet box and suitable for 100 W. lamps. They shall be installed as shorn on plan. The two center lights shall be Detail Spe,.ificataons - 59 I INSIDL LIGHTS (Cont'd) controllec :rim ne swt'.ch and the other four lights from anoth,:i swic:.::•, Both switchos sc.: il be installed at the top of th stairway leading to `.he pump room, as shown on plan. The lighting fixtures for top florr of control building are specified elsewhere herein. (See "Top Floor Co. 'eol Building.") OUTSIDE LIGHTS Thert shall be furnished three 500 watt flood lights on poles or attachments to the c on trol buildin^. Two of the:.e lights s'.:ail be mounted on 2 inch pipe supports on the center. line of the building roof on the East and West sides. These two floo,. lights shall be complete with steel r 'lector and mounting brackets and shell be similar or equal to No. 96 as manufact,:red by Goodrich Electrie. Company. Thr third shall be mounted , r•, a standard 35 foot ^_cdar pole -.i the East ar •st center line of the four clarifier tanks ar,. 6 feet H.a of the Ea :11 of the clarifiers, or as directed. The f-,rd light to be rio%inted or, pole shall be complete with steel reflector and mounting brackets and shall be similar or equal to No. 95 of Goodrich Electric Company The mounting height of the three lights shal'_ be approximately 30 feet above the ground surface. The flood lights shall be controlled from one circuit of the lighting cabinet. CONIMIENCE aTTLETS Convenience outlets shall be provided where shown on the plans of the control building or e•, required by the specifications. These outlets shall be weatherproof where exposed to the weather and waterproof where belc..; the ground surface. These convenience outlets shall all be connected to one switch positioa of the lighting cabinet except as noted. Two duplex o.tiets shall be provided izi the pump room, one on each of the 10" x 10" columns. Three duplex wAlets shall be provided at the Filters, one at the --.enter and one each at the ;i rth and Sor.th sides. Tnese outlets shall be located as directed by the Engineer. Three simila, outlets steal' be provided at the East end of the clar- ifier tanks and similarly located. k duplex weathveri -oof outlet shall t� provided on the center line of the East and West walls of the control building above the dividing walls of the Wet Yells. 11,BCRATCRY FURNITURE AND E;UIP?,iF•STT GENERAL The Contractor shall provide all equipment, cupboards aid ...elving as shown on plans and do all work required to install the equipment in the laboratory room in >. :renner satisfactory to the Engineer. All other furniture, apparatus, equipment and chemicals shall be sim?lar and equal to the types specified herein. Detail Specifications - 60 „•. �� � .. ..meµ, ,}..µ aft i!'c.'J. ' . _ "�1r"+'�' '$V,1!<. FURNITURE - DESK AND C:1AM The Contractor shall provide 1 Standard Quarter Oak des” and etan- dard chair of i' ;ht oak and 2 light oak standard office chairs. Desk to be flat top 60 incnes long by 34 inches wide and shall have a brown: maso..ite top. The desk shall have 3 drawers on one side. 1 letter drawer and 1 be,:: drawer oL Cho other side and i center drawer; desk drawers to be equipped with complete automatic locking device. One chair to he light Quarter Oak revolving arm chair to match desk and the two standard office chairs shall be non-revolving trpe, without arms, to match desk. APPARATUS Scientific Supply Quantity Article Co. Catalogue Nc. r 1 Ea. Balance, analytical. chain type 11C04 1 Set Weights, analytical, Clans S. 100 m.g. to 100 grams i2621 2 Ea. Beakers, Pyrex, low form, 1000 al. 13912 6 Ea. n n n 400 ml. 6 Ea. 250 ml. 4 Ea. Gooch Crucibles 25 ml. sill.manite 18565 2 Ea. Crucible holders, Walters 18110 2 Ea. Crucible tongs - 9" 19610 1 Ea. Desiccator - 25C 14.!!. with plain cover sillimanit.e piste 14550e 2 Ea. Evaporating dishes 90 M.it. 18575 4 Ea. Evapor ting dist-s 75 II.li. 18575 € Ea. Bottles, narrow south, :lint glass, mu,",rmm tc:p, glass stepper a2 of 16260 It Ea. -do- 16 oz p 24 Ea. -do- 6 oz !it 2 Ea. Burettes, 50 =.to 1/10 nil., s*.raight glass stopcock, Exax Quality 17455 1 Ea. Burette support and clamp for 2 burettes 17685 ss 2 Ea. Burners, Maker, grid diameter 1" 18215 2 Ea. Burners, Bunsen, separate .air and ban regulators 17980a 4 Ea. Pincheack clamps, Mohr, 1/2" 21720 CF 200 Ea. Corks, assorted sizes 3 to 16, regular length 23420 p 1 Set Cork borers, sizes No. 1 to 6 23450 C 4 Ea. Dropping bottle, with hood stopper - 60 ml. .16350 4 Ea. Erdow, ::r flasks, P,aex, narrow mouth. 250 ml. 29136 1 Ea. File, triangular, 8-icuh 281Sv 1 Ea. Funnel suppo& wood for 4 funnels 3056C l Lb. Glass rod, 6 m., flint glass 328.10 'b. Glass tubing, 7 mm. outside diameter, flint glass 32810 2 Ea. Graduated cylinders, Exax quality,1000 ml. 2471.'. 2 FA. It n n n 100 " 1 Ea. n a it n 25 n 1 Ea. n n n n 10 n 1 Ea. rogen-Ion block comparators, with 500 ml. of indicator-Bro:nythymol glue 34C51 .;a. -do- Chlorphenol Red 34049 3 &I. Imhoff cones, Exax qua_ity 63840 D•'ail Specifications - 61 APPARATUS (Cont'd) Scientific Supply Co. :;usntf,,y „rticic _Catalogue No. 1 E• Incubator, low temperature, 200 C., mechanical cooling, 110 V. A. C. 35857 1 Ea. Iron support, cast-iron base 6" x 8". 20" rod 60110 1 Ea. Jar Brush 17170 2 Ea. Pipettes, Volumetric. Exax quality 100 ml. 53C45 Ea. n n " " 1 ml. Sa. Mohr pipettes, Exax quality 1 ml. Cali.- J3065 bratea to .01 ml. 2 Ea. -do- 10 al. Cali- fbrateo to .1 ml. ( 2 Ea. Rings, iron, 4" 60120 24 Ft. Rubber tubing, 1/4% pure gum,black 56420 1 Lb. Rubber stoppers, slid, assorted 565K 2 Ea. Soxphlet flask, flat bot.tcn, wide neck vial mouth, 150 ml. 29310 1 Ea. Si tula, stainless steel. 3" F7940 2 Ea. Flask, side neck for filtering, Pyrex glass, 500 ml, 29416 2 Ea. Thermor,eters, 100 to 110 C., single degree divis_ons, mercury 61210 2 Ea. Triangles, pipe stem, 2" 62725 I Ea. Tripod, V ring 62766 `k ;'. SR. Volumetric flasks, Exax quality, 1000 nl. .29611 [, 1 Ea. -ao- 200 m1. f _ Ea. -ZO- 100 ml. 2 Ea. Flask, &pherical, flat botton,Pyrex 1000m1. 29111 2 Ea. Filter pumps, 3/8" pipe threads and adapter for attaching to smooth faucet 28630 C HEh4CnLS Chericals shall be agaal to C. P. "Baker's Analyzed" reagents, ex- it Cept where otherwisee specifiede Asb stos fibs!- (for Gooch filters) 1/4 lb. Chl:,roform 1/4 lb. I Mana;anous sulfate crystals 5 lb. f Net:-ylenc blue 10 gms. 0-Tolidine 25 gms. Potassium dichromate (Tecr.. ) 5 lbs. Potassium iodide 1 lb. Sodium bicarbonate 1 lb. Sodium hydroxide„ sticks 5 lbs. Sodium thiosulface, crystals 1. lb. Sulfuric acid 9 lbs. Sulfuric acid (Tech.) 9 lbs. , P, Ul Specifications - 62 s SPECIFICATIONS - FROJM T SIGN i NMMER OF SIGNS AND LOCATIOIT Ir The contractor shall provide one signson the project site at a point designated by the Rymer. DIMENSIONS AND CONSTRU-ITION Signs shall be wel` constructed of wood, the panel area to be 6 feet 6 irclies high by 8 feet 0 inches long. Sign panel shall ' e carried on 4" x 4" supports, set vertically in the ground. The bottom of the sign panel. shall be at least hire feet above grade and the posts shall be properly braced and set at sufficient depth to prevent movenont by winds of any normal maximum force. The area around the sign shall be kept clear of weeds, lumber, shacks or other obstructions. Materials snall be neatly assembled and of such size and quality as to insure a neat, clean sign fer the full construction ?e,iod. i LETTEF, STYLE AND SITE i No deviation ,hall be made from the attached design, either as to size, style or color of lettering. PAINTING The entire lettered face of each sign shall be paintbd a lead and oil prlming coat and two coats of lead and oil paint. COLONS Field, white. Red and blue, equal to U. S. Army Specifications 43-1. Red Flag, color #15. Blue Flag color #24. 7 Attachment T t V } i O W O LJ6-L. .W LAM r f , ra - u /' i 4eJ.LS i m � 1 �I a i I Z id IdCcf 76�v::' _ ' I r rA of r r 732.4 ?3S-37 d s I //0,327. Sti' = j//2.4z -d2 ds-3//2.L2 � �/SSG,3/�1= S,�f22/Oc�•aR � —/, �/o,3a7..rt! I - 91L.74 ' 241.60 I 4 i ' I i '. ��xPi�7ro/✓_ ion LJVvs ziu�✓i��. lIX� f/r !'�T,�-i�tiJ �-3.c+ T �...__ I jlo/,) /ct/!�,r/� elrfcr,Lcq of 1 Are o- the aV7,-A,� r �H fI G i Ire A-7 ;2V IY'Yi: /,j /s i ��> �9�4d 4J..•,h.' ,^.G%nC � lyie �!r7t'/Cif mOr,Gfin p7 y , dolh C✓�} ll/e Cor9 a.rYl Ci'CiO � �d"1.:/'cGH'� /V �ryPr7C"N^ e,7�C1�7s Pr0 q / 7 ✓ i AQfJ/T/ON.AL L,q/YD F7EQU/q,Lp FOR Rgxl, V70/y k.SEWA6E TRE,gTME/1YTPt.ANT * T• 89 �5 4S'Jv 1 W N o / .,..rReSI!Nr $EpTIG TANK \ l . r 9i \ .rt Itt .4 m c {f� I i c WASHINGTON TITLE 'j{'j�T8IIRAN CE, CD �•: � urar .W. CADITXI. $1.350,000 SEATTLE TITLE COMIAMY.AOEMT SEATTS.E. WASHINOTON OSIRJRNE TREMPER a CO INC .09 ICCONO A`QN V Q MAIN 103. REFER TC 155131 A`r. John Dobson, City Attorney, Renton, dashington. Dear Sir: As shown by the records in the offices of the auditor nd clerk of King County, dashington, the following is a list of nartiPv ir.erested in the following described property: A pa. .-on of the -;E4 of the SEJ of Section 7, Township 23 :'. R. 5 East, W. ?',. beginning at a point on the northeasterly marEinai line of the right of way of Cammercial Naterway No. 2, which point is 1.82 feet south 130 29' east from the southwest corner of Government Lot 2 in said Section 7, run thence easterly parallel with and 30 feet distant south from said south line of Lot 21 276 feet; thence south 0' 16' east 170 feet; thence westerly parallel with the south line of said Lot, 2, 236 feet ii.ore or lase, to the nort' easterly mar6insl line of said right of way of Commer- cial Naterway No. 2; trince northwesterly along said marginal line j 174 feet more or less to the point of beginning. City Renton, a municipal corpo. .?on (Owner) � 13)ginning at the intersection of the south margin of Sixth Avenue North and the Last margin of Commercial 'Naterway No. 2 in the City of 3enton, dashington, as shown o-i the map prepared by Frank W. F rris, Zngineer, for the "laterway Comrissioners in February 1928, i _d revi Rd December 1935; running thence south 130 29' east along the east margin of Commercial Naterway No. 2, a distance - 328.75 feet; thence north 89° 45' 45" irallel to and 320 feet distant from the south margin of Siat'. 'orth 366.34 feet; thence ti 155131--2 north 00 14' 15" west and at right ankles to the south margin of Sixth Avenue Nortb. 320 feet co said south margin of Sixth Avenue North; thenci south 890 45' 45" west along the south margin of Sixth Avenue North 493.02 feet to the point of beginning, LES3 the following portion. Beginning at a point on the northeasterly marginal line of the 'f right of way of Commercial :Vaterway No. 2, which point is 30.82 feet south 130 29' east from the southwest corner of Government Lot 2 in said Section 7, run thence easterly parallel with and 40 feet distant south from said south line of Lot 2, a distance of 276 feet ; thence south 00 16' east 170 feet; thence westerly j parallel with the south line of said Lot 2 , a distance of 236 feet I more or less, to the northeasterly marginal line of said right of E way of Commercial Natertray No. 2; thence northwesterly along said marginal line 174 feet more or less to the point of beginning. AO' >uCust Tonelli end .eresa Tonelli, his wife C. S. Pozzi (Mortgagee) 6 Records examined up to October 19, 1942 at 8 o'clock a.m. fI SLATTLh /TULL COMITY By I'/ .iSH-K Vice President I E i � P i and WaftrRurk- itt�u, Nr PIANTl(de�A4ottr WA NAb 1: UIFPUwYL PLANT Itl11i.RIM1. FWA Durkw 15 tl6. for eonetr of ReruRe Total R p' _' and Reiner , ex 9,-ant O. TM coat ,, K.98ASST $2e�S f.d 6R by FYr:4 ARR" 9 ASRT attlo. TOA L R IMr KBL G Ale GR j Rid¢. 9eRC" Plans by O &NCR 1 P J¢nivR W CRI'e5 C C.. Rmy r tv f atlle C. ARnd i.0 b,eR RRRIW lY fms Rf wu, MAYOR it Rat N' 9H.'Ituuuu.' 4 lm E <II?"R ¢hRrr at awl; PNeritY �nR Iled fur. uto will br rRlletl by 3P6N4CR of rm% MATCH Gap,r, W R�•Rnbit m. Prat Ruud: 6-26 nOl�r�l. DCR 5Q1:1'.it1 lbnnd �Ru. IX7R 6-26. 9-21 ♦W., Nldx Rn CITY SEW. 4 f t SAN-1 SEWAGE TREATMENT PLANT cJ- C�J`� -j 3X twaPbrm asks FEDERAL WORKS AGENCY rc:mer111)rw For No ro pill 11. OFFICE OF THE ADMINISTRATOk CONTRACT MEMORANDUM No.. o-: (Non-Federal) To - .Q1t3'..of-Renton .. ._ . _...— Docket No.dash. .----i%> ------- (Nm t Type of Section:10ni.t N j. 2 _..--------. Renton[ :rash'n(tor. -------•---------- ' ------ ----------- YrejectSewerage.-----. Facilities (Addr,W -------------------------------------------------.----------- Contract No. -----9-------- ------ (AddraU Contractor._pt._He..��el.nn . . ---------...... (Nam.Doty) Receipt is acknowledged of your communication, dated November 3, 194 requesting approval of the following contract.change: LATEST SCHEDULED COST CLA88IFICATION I APPROVED ESTIMATE yy„r_ Tau CeANag �i To- ---li -_-.----I (2) 1 (a) IA) 1 (a) 1. Preliminary W Wij.00 600.00 60o.00 2. Land and right-of-way 1,000.00 1,000.00 1,000.00 i8u,p"L .!?) tt ( 6.Eig3) ((ggyc�,'r330 24) 3. Construction 369,230.55 45b,73 .�4 227.50 25h,a57.54 4. Engineering i 21,800.00, 21,8W.00 21,800.00 5. Legal and administrative. � 500.00 500.00 ' 500.00 ; S. Interest I 2,000.00 2,000.00 I 2,OOC.00 7_._Miscellaneous 500.00 500.00 500.00 j t TOTAL _ - iw 395,630.55 4373,853.45 I ti_ 234.33_ I $ 373,087.78 - Calendar days ;'cne _ _Nsw C0KPLVr10N DATII Description of change: This contract memorandum records an additinn to the cortr�ct amc:unt occ ei med by lowering the floor of the ^.imp house. 4 This chsttge was k%,roved by the ConetruW on Engineer under date of %ov. 4, 1942. + This aaount reprnaenta 3% State Sales Tax and is included in the remaining scheduled costs in Col. 9apporting data: ;Z"vistid ,).tarts, proposal, Owner's request for change and Constructi. n Etgineerta err- -r31. Your request is--- I Trier:. (This instrument ` not a Contrac.Change Order and does not constitute a waiver of any of the Federal Gov- ernment under the t ent Federal Works Agency Finance Agn etnectt t nee respsc the affected Project.) Date., ' ovemf -- -- - . ..... _ ..........._ or`Zinal t�*o ' i/ ssivt egional Dl act. Assistant 6nn3y�(..t +, t. cct'._,rstructicn e '(gKe'�iiwe�e aide if needed for descrlptio» and explanation of change) "8istant --eay�irsctor 3] (OVER) r 11 J� ITEM No. BREAKDOWN OF COLUMN (4) -- i Dn wmon of ITnK DwRZA e _. .. .. . - ---5__ccavation - 54 ------------------ I ----------I ------------------------------ Cencrete 91 .1.. ----------------- . .. . . . ... _.. - -- ....... 1 I - - - - 43A�4------------- - ' - .._-... - - - - ---- ------------------------ ------ --- ............- ---- - y------------------------------ --- I _............._.._.. - --------------------- _-• ---- ------------ -------- --------------------- .-. . .............. -- - - ------•----- - ..._ _... i r r rWA Futua each FEDERAL WORKS AGENCY (Fanveriy DPW F..No.6u Apra]',sw OF;ICE OF THE ADMINISTRATOR CONTRACT MEMORANDUM No.._2-2m1 -.._ iNon-Federal) To ...City.Df_Rsnton.... _. . ---_-............ ._.. --------_._.._--. Docket No. . )flash. _45-175----.. (Nu.) Type of section' Unit No. 2 _dsntunr-�fo �3Ac.tdTn_...................---.. .. ....... ........_..... . ...--_ Project %vfs 9ga.-Fwollitiss (Aaan.o -- ................................ Contract No. __2 - - .... uaa�ni Contractor........-g:.-Re---Sheldon - - - - - - (N�.od1) Receipt is acknowledged of your communication, dated requesting approval of the following contract change: LATEST SCHEDULED COST CLASSIFICATION APPROVED ESTIMATE -� _--. Feoa-- Tara CsaNar. To-- ----____ 1. Preliminary $ 600,00 $ 600.00 I$ I 600,00 2. Laid and right-of-way 1,000.00 1,000*00 1 .000.00 3. Construction 369,230„5 (262,767.76) Tj(193r030.00) (89,737.78) 58,209.04 1 109,000.00 257,209.04 4. Engineering i 21,800.00 21,800.00 21.800.00 5, el and administrative Leg 500.00 500.00 500,00 G. Interest i 2,000,00 , 2,000.00 2,000.00 7. Miscellaneous 500.00 500.00 �_ 300.00 TOTAL ,.$ 395,630.55 .$--367,376.82 _ 5,970.o0_L$___373,3LjE,.82 _ Calendar dam— _ Nnw COMPLETION DATE Description of change: This contract memorandum records the award of Contract No. 2 to H. H. Sheldon for the construction of a Sewage Treatnent plant. Lump sure con;,ract in the amount of $199,000.00. In addition to the amount of the contract, an anoint of $5,970.00, repre- senting 3': State Sales Tax, will be colledted from the Owner. For this reason in lieu of deducting $199,000.00, an amount of '193,030.00 only has been de- ducted from the remaining scheduled costs in order that tine amount available for continencies may be properly reflected. Supporting data: A Your request it, (This instrument is not a Contract Change Order arid does not constitute a waiver of r right of the Federal Cov- ernrnent under the pertinent Federal Works Agency Finance Agreemecd with the Ow �.Itn Met [o the rtfe<Md project.) Pnte,Ootoher 7, 1942 laseoois£e gicne] Ltreotor ctpiaSIXA"+w- Original= Owner ✓ o-'t "onstruotion (Use reverse aide if needed for description and • pan:INnna so) *. l nor cot Aesiatant 'ugU44trAtor cot ' _ na cc: Associate :(e�,ionel '.)lrer.a�,or oc' Ens sneer OVtiR ce - FEDERAL WORKS AGENCY lie 11fuglay4w IN ROIY KVAM n"QIi 1. issoci_i.e regional Director REGIO11 NO. 7 53-1 Alas Building Protect: 45-175 Seattle, .ashington Sewer System September 26, 1942 Renton, Washington Lngineering:Utef Honorable G. W. Beanblossom :r'ayor Renton, ashington Dear Mayor Beanblossom: Receipt is acknowledged of contract documents including plans executed in connection with the above referenced project, as well as insurance documents covering the Contractor's public liabiliL, and property damage insurance. One approved executed set of the documents, together with one set of the plans, has been returned to your engineer for subsequent transmittal to you. A copy of the insurance policy and one certificate have likewise been returned. The copy of the policy should be returned to the Contractor. The insurance documents are approved for conformity with the Terms and Conditions formini- a part of the Offer. The Contractor should be instructed to comrence work at the earliest practicable date. In preparing the notice for the Contractor particular care should be exercised to select and state a specific date upon which the Contractor should commence work, in order that the contract completion date subsequently ma,' be readil ascertainable. It is important t}.at a copy of the notice to the Contractor be forwarded to this office sirultaneously with mailing the notice to the Contractor in order that a Construction Engineer, representing this office, may be assigned for duty and be present at the project site immediately upon start of construction. Yours very , �� L. F. DURIM Associate regional Director I-[] 4ne. cc: James 11. Carey t Conpany cc: Construction Engineer 1 FEDERAL WORKS AGENCY ' iaeOClate Regional Director M nen.r �uec nerew -o RWlCN NO. 7 Project:':lash. 45-175 511 Alaska Building Sewage Treatment Plant Seattle, '4ashington (Unit 1k). 2) October 5, 1942 Renton, '::aahington { rhgineering:VRO:ajg Honorable G. 'N. Beanblossom mayor Renton, 7eashingtou My dear Ma or Beanblossom: we have received from your engineer contract documents executed in connection with the above referenced project, i as well as nsurance docurents covering the Contractor's public liability and property damage insun,nee. One approved executed set of the documents together with one set of the plans, has been re- turned to your engineer for subsequent transmittal to you. A copy of the insurance policy and one certificate have likewise been returned. The copy of th5 policy should by returned to the Contractor. The insurarce documents for the General Contractor are approved for conformity with the Terma and Conditions forming a part of the Offer. In case W of the work is sublet, contingent insurance coverage will be required covering the operations of arty subcontractor, prior to his cormrencing work on his sub ontract. The Contractor should oe instructed to commence work at the earliest practicable date. In preparing the notice for the Contractor, particular care should be exercised to select and state a specific date upon which the Contractor should commence work, in order that the contract completion date may subsequently be readily ascertainable. It is important that a copy of the notice to the Contractor be forwarded to this office siriuitaneously with mailing the notice to the Contractor in order that a Construction aigineer, representing this office, may be assigned for duty and may be present at the project site immediately upon start of construction. Enclosures. Tours very truly, c: Jame:- ". Carey BUY & Company,.ligrs. C �J-� c: Leo A. Symms Constr.atgr. onal .,, doting Regional hhginesr, E"NA C C _ Y � 4 kA 44t1 yr4 1 J ; FEDERALiat giona AG�CY Associate egional Director '- Region No. 7 r" AA 511 Alaska Building Seattle, 4ushington September 24, 1942 Project: 45-175 Sewage Treatment Plant Renton, Washington .,n;;i neerin_c, :HL:cf Honorable G. A. '1(3arblc ssor; Mayor R* aton, 7dst,.iv;ton Jcar "7avor Beanblowson: Receipt 's ncl-nowled(-c d or two certified copies of the tabu- lation of bids and resolution relative to award of contract in connection wit'h the abrvc referenced rrolect. It appears t':at tae resolution is in order and That the basic bid submitted by the low bidder is within the funds set up as available. The successful bidder shcu? d be notified of the award of ecntract and two certified oopies of the notiea to the eont:actor should be transmitted to tr±.s office. Upon execution of the contract dceizientr , �•ni� exccutad set and f three conformed cony Lets thereof should be submitted : or approval. Three -lets c' the - s rtinent plans should accompany the documents. One executed set or contract documents and one eet of plans rill be returned to you g upon approval by the Ase6ointe Regional Director, accanpanied by authori- zation to instruct the Contractor to co-menee wor'.z. Pursuant t, the fore- going, it is suggested that, prior to executint; contract documents, you oarefally consider tho nu­tber of executed sets required in order that sufficient sets nay be available for rour owr, end the Contractor's file. Insofar as praet_ eable, the required documentary :)roof of in- surance coverage, in the number of copies required by t` e specifications (original or cony of the policy together with three certificates) should accompany the contract documents. In addition, a list of the contractor's proposed subcontractors, together with the armune of suer subcontracts, should be prepared and t.-ree oopies thereof furnished tc the Cc.nstzretion Engineer representir,a tni <, office, as soon ar a Construction Engineer is assigned to the project. "Y HODOrable G. d. Beanblossom, 9/24/42, pace 2. 48-175 Lech set of contract documents should conform . n all respects to the proposed contract documents previously approved by this office, in the fore f`_nall�• issued to * rosnect+ve h,_ddere. c-:cept that all fOrM30 including Performance Bond, etc., shall be fully filled out. ;he set of dow.u*ents containing the ori,,<ne' bid should not be subUitted ',>-ut ,, ould remain on file *rith the Gwner. 91T sets submittad, however, sbould con- tain a con"orried co•:rlets cop of the proposal. Yours very truly, i O lAi to :isg: _na.� otor ec : James �. Cagey ik Compang oc: Construction 2nk;ineer c ft 1 i i W 1 JAMFS W. CAR'_Y & _:O C ON6U LTING ENGINEER JAMES W ENGINEERS NGIN TEL EL.8856 MEMBER OF UNITED STATES-ALASKAN 1104 [M►III[ WILDING Novembert INTERNATIONAL HIGHWAY COMMISSION , 194E •WATTLS.W/NNINOTON t Frojeet: 45-175 Sever System (Unit No. 2) Renton, Rashington i hr. B.H. Sheldon, Contractor 1617 Smith Towbr Seattle, "ashington Al tention : Yr. r .r. Godfrey, Resident Engineer Gentlemen: This letter will inform you that the Federal Work* .,bauey has approved the proposed oox3ract ehanCe No. 5-2-3 as subrii:itte? by rau on the al referenced project to the undarL ;;ned� in yol:r Letter dated `�Iovemb_r 20 1942, ccvering a 0.nange in floor levels fror,, elevation 7.0 down to elevation 5.0 in the pump house, all in ac- cordance with your proposal dated November 20 1942, wherein you a:;reed tLat t;ie ac l tioaal charge for labor and mater- iels neoessary cn aeeouat of making this ti:ange is in smount $227.50. This letter authorizes you to ,proceed with the ecnstruetion of the pump house floor down to elevation 5.0 as specified and as set firth on the tiro enclosed blue- prints showing thi3 ol.anCe. Lo extension of timo for the completion of this ,;roject is granted by the above autliorizution. This authorization does not constitT.ite a waiver of any rights of the Federal c:overnnent under the per- tinent Federal ;ores *Wer,oyIs finince P-greement wit.`. th,, Owner with respect to the affected project nor does .ns authorization constitute a waiver of any rights of the City of ;2enton in oonnection with its agree^,ent with you con- oernin the above referenced iroi!c:. Yours very trulyp (Signed) James W. Carey Smes a. Carey, Consulting Engineer TRCiT for City of :3enton Edo. - 2 no% Hon. G.W, BO&JUblossom, liayor, City of inton Mr. Leo A. Syms, Const. Engineer, V JAMES W CAREY & CO. ,TAMES W.CAREY EN,INFERS COO'SULTING ENGINEER TFL. EL 8858 I MEMBER OF UN,TED STATES-ALASKAN November 3, 1942 1264 EMPIRE SUILCING INTERNATIONAL HIGHWAY COMMISSION SEATTLE.WASHINGTON Project : 45-17E fewer System (Unit No. 2) : enton, '.raehington Mr. Leo A. Symms, Const. Ehgr., FWA P. 0. box 303 tier con, .ashington 3ubleot : Chan3e Order - Pump House Floor Dear Sirs You will find enclosed 7 ooVies of letter from Contraotor, B.H. Sheldon, dated November E, 1942, in relation to a proposed change in the floor of the pump house by lowering portion of acme 2 feet, or from elevation 7.0 to elevation 3.0. ,Also the lowering of the sump pit in the pump house to elevation 0.50. You will altio find enclosed 2 blueprints shcwil%f the lower- ing of the floor anc metfoe.. of constructing sane. The Contractor's proposal in connection with this proposed change is set forth in his above-r-eniicned letter wherRin he agrees to make this change fci tic sum of E27.50. We have carefelly checked the Contractor's proposal and find c that the unit prison set forth therein a6ree arith the unit prices for suoh io rk set forth in the rontraet documents. ;e find the proposed change to be equitable and rair ir nil respects. ae originally planned Vie construction �f this pump hc ,;se� floor at elevation 5.0 ::a shown on the enclosed blueprints but owing to the fact that we anV�gipated a morn serious it-ter problem in the construction of the floor than actually exists, we raised a portion of the floor 2 feet to elevation 7.0. rr 'vow gist we find no seric, s diffioult.iee insofar as wator is concerned we derided to low4r the floor as :n : tidied for theraaaon that It will make for much better construction and operation of the plant. 7t is requested that a Change order be effectuated authorising thhe snel sed usprintelin ,inoecoorda:.ae W1 t e proposal seth orthn in his letter dated November 20 1942. ours !o,!'r truly, 7oMs Ti. Csrwy, oruulting Fhgineer a T.:t for City of Renton oc: Hon. Mayor and City eounsil, city of Rente.t. Rao. - 9 JAMES W. CAREY & C:J. JAMES W.U,kRSY ENGINEERS CONSULTING ENGINEER TEI FL SP58 MEMBER OF UNIlEDSTAI"ES ALASKAN octal. 294% 12a EMPIRE. BUILDING INTERNATIONAL HIGHWAY COMMISSION W SEATTLE.WASHINGTON ?rujw:tt t5-17S Auer :Vrstsa (unit N,. k) 'isatua, tlus::laatAoe I hun. +4N"+1+' and tits t otinsU City of w+tsnp hentont sie„ingtco taatlaraa+ I ar 400AM6424 sspr of JAUQW erittsa this "i to W. s B.B. 8haidmp aontaaator. iastruct-% Wa to auamm" *uric es the Seams llmwl sat east at PAntvu, - shinat..n, on th* +b..ve referenced �rvjwt on Atubar l%t lu", j I as also aoalusin` me setQT of cortifloaW of insuranco wowing US WOV111148AY W&AILIMAW ..Wojeat. I.0 au^aa+1y aava tor. 09, { FRut.ed **via& of tis *"tract a.awmta u4other with sovoral sits Of yll.aa and e;-scii'leatlans in aaonsatieu e1th VW :"JOet. Iour attantlra is olrssted to the fast that tiw ooatsw- plrtw,�work u tv be ovo;Iletad sithld U0 om"cutive ay.l.snoar .+a>a frva RWY L.a.udlnt Ootoba:: IA& liG"* It is ;wrtiaeut to polnt out to ;-1u tiwt so prsferewo ar prierlty ratiat ban+ as rett been sraated by the ftAGMl 00"m- wet for aaterials to bo used is the c,.netruotloo of the seek" Srsst�aat Plant. y.,urs Twi ,z%40 (Signed) James W. Carey JAI" !. t "irtii. M lif8AhM6 JtO+S saai. • t ae+ art Juiaz Oahe tt silt► Asoiaor- Yr. ago"o 0041, a* NA91"We r. JAMES W. CAREY & CO. .LAMES W.CAF. ENGINEERS CONSULTING E\:S INEZR TEL EL.885E MEMRIN OF UNITED STATES-ALASKAN et" b�w Qw lb"\ 1254 EMPIRE BUILDING INTERNATIONAL HIGHWAY COMMISSION 1f SEATTLE.WASMINGTON 1 I 1 Psalest! d8-1'i , Srse+ mr.s+e (Qw1t Do. s) ,iastwr tw�t'�ats. ma be NI. am"t4Rr 6wooral LAwteestaw'F All all"llb WNW sOOttly tfabsfAtaa lww Uri ' ThU loner alll NeiOe you Hwat Ww Oartrast dwouflaNs 1a6116"Wi PLOY VANN ed JA sMMAPMaw vita tbO OwIINUUOU" of A A as gremboo -trot an tM Now rageramood Lavlost %WWm r with lamaaW doommtwr eavarl" the Cuftrwatal1O ;.t:.blUty a" r",vw* DwAlp Emwnfi Yet bow «,-'ru"d kw Y. to As lb" l..ttar iwbrnaN yw to *Mae" WA-L uO tie *w" { retstvacwd juv4wit a 004abrt law 1"go € y Oo;y et Uw latuwwr Vol I tO .011414"do Sr trM GIV at %4o work La w►iotr srrttiaMrt iww saw K+veyt wLil be rr44rlli O~I" Uv ObAwaufto of aw Owbomuu~f id►ls1 to Me Mftrfltii� waft as b" owbomu` INS w rTe "go assoLwi% wo eitrOriad eet if easwldlOt it au- amliso so Lave a3ra&* WNd yQu taro so;I" of Oaotr4.ot Ot.OMieetr (rte"Xio*Uvoo) ■.Yd twv Oete of VA&uo in u�us®eetlaf kith twta .'• ova reteraia+sw ywvjsst. 1-we Von tru-18 JAf> rA Qank " 240A~ t' f" of ftatAm f1K+✓)t EA"* til - as$ Mae *.jor wad G1V agwwur AMU&# USUL llom. 1EB 16 VArls"s td%leffl !"Papa# Y. No A. lwn DAMMr aly Aft w o bwAtas te*ldfttaa• QO++DO •pair QttO' Dr{1Olerer Mrt�trfr MrOatwwt�w. L/. .. i JAMES W. CAREY & CO. JAMES W.CAREY ENGINEERS CONSULTING ENGINEER !EL EL.8858 MEMBER OF UNITED STATES-ALASKAN 9eptsKber 1, 1942 1284 EMPIRE BUILDING INIERNATIONAL HIGHWAY COMMISSION SEATTLE WARHINGTON Docket : 45-175 Sewer Systen 'Penton. aanington Hon. Mayor and City :ouncil City of Heaton Renton, ;'ashlnCton Gentlemen: Following is a revised e_aginsering description of the addi- tional land required for your proposed >ewage Treatment Plant, .thich additia.�: - land ac3cins that you now own and on iri& is located your present septic tank. It was necesatrl that we obtain an additi4aal strip of land 20 ft* wide lying to tho South o,' the description set forth in our letter to you dated Liey 6, 1942, caused by the fact tint a charge in the original desiGa we contemplated was . -oessa^y. Please ignore our Lett:^r to you of May 51, 1942t as it is superseded bq this one, D ISORI 'PIM OF 1DDrl". .'!.LL r'10: h"N RE4UIRET) 'OR S'i''r,G4: '"R i Beg"nu ** at the Intersection of the South margin of :;Ixth ivenus North end the Bast margin of C=iereial ',aterway No, 2, in the City of Renton, gashington, as shown on the map prepared by ?,Tank Harris, !Mginear; for the :aterway Oommisrioners in cebriary, 17286 an revised ,)eoember, 1935. �9hhence 130291 E. along the East margin of iaterwaq No. 2 0 174.60 ft. to the trae point of beginning; thence continuing j. 13 291 E. along the Past m$rg?_n of said 'Iaterway No. 2 for a distance of 154.10 ft. thence i . .09 45'45" E. parallel to and 320.00 ft, distan$ from the South margin of sixth ;mshue North, 36E.34 ft., thence No. 0 14115" W. and at a right angle tr• the South margin of $ixt . Avenue NorSb) 320.00 ft. to !;uid South margin of 612:th Avenue North, thence S. 89 4514E" ' along ttie youth Margin of Iisth Avenue North 217.02 ft. thence Oo141 15" S. and at a right angle to the South marggin of Sixth <avenue worth for a distance of 170,00 ft., thence S. 69 45'45" ;I* parallel tot and 170.00 ft. distant Prom, the South margin of Sixth .avenue Nortt 184.L ft. to the true point of bnginni.nZ on the 'cast margin of titatersAy tie. 20 containint 2.1812 Acr93, more or less. Yours eery truly, J'!C/t aa '.E_� 'H, Ca ,h'Y, yngtneer oe: John Dobson, City Attorriey co: George hood} vity sn:;ineer ✓ Aa 1 �6 i t }t( 1 i, r. Aug. 7, 1942. Mr. *T@Aoo W. Carey, Consulting Engineer, :Ypire Building, Seattle. ftshington. 'A" Dear Mr. Carey: The %nPorn ilon shown in the wxot%➢, above I believe iv ftat ,ton desired in oonuwotiost faith # the looaton of the water lines indioated. Yours very truly, i Y W er. fi The City of Renton Department of Public Works SPECIFICATIONS AA or t e i.ti.Qy..,A .:]�IJr }'zare ent of- ...gd.�' ly, L:ti...v ..4t...l i. .s131................... Wiwi..eerta3a.. ... . . M-te ruli "mquk". Cue -i'6risiAi; 'lid Isy�i'o ii t ri 3 aiitoei 9f�iw it ;�iapoliial -FI+� _ _ _ .. ....._. _...._.__.........._. .. ------ -..__.-..._.-._.._.------------ --------.- .._. ......... .......... as provided by Ordinance No... .___. _. .. creating Local Improvement District No. __.....................I I:xanaoeil mud Approcet by the Pity Council of the City of Itenton _..... .... ..... .................................... .11hxt: ]11g110r llrri: __........_......_..._... ........... Proposals I {` Sealed proposals for this work, endorsed with the title of the work and the name, of the bidder, will be received at the office of the City Clerk of the City of Renton until 5 o'clock P. M. ..-._._...--.-..... �y.[�, . .. ��#1p'�..� .._ 1P.//,,pp_.. ., The said Council will proceed, without nnneeessnry delay, to r: i `'-wi'r 1p&t for the atlRv"e work to the lowest and best bidder, with adequate decurity; the i couu.it reset 1mg the right to reject any or all bids. I r permise'on will not be given for the withdrawal• modification or explanation of any bid or Pro- lmeal. IBdllrrs ere notified to thoroughly examine these specificatfom•, the plans, the form of proposals and form of rvmtract; if there be any doubt or obscurity as to the meaning of any part of the same, before making their proposals Intending bidders should ask the City Engineer for an explanation. If, after proposals are delivered to the City Council any difference of opinion shall arise as to the true intent and meaning of any part of thole specifications or of the plans for this improve- 1 event. the decision of the ('fly Engineer shall be 11mt1 unit eonclusire, and binding on all parties. t Bidder, an, marneid that all bids which ale ded.iem In either of the following rc+luiremema will p he rejected as informal: i I (a) All bids for this Improvement must be made upon the printed blank+ provided therefor by the City Council. (h) No hid will be received if detached from the form of contract with InNLA-A bound, net Ill11E.t. spa Q[_the accompanying pappfs be detxdied therefrom; but the 4g.F pll #n iR>tat.ba unbroken � and _(jl-„-good order, and enclosed in a sealed envelope when the bid to deposited. Intending bidders k should nak for the form of contract upon the basis which they desire t sake proposals, and the successful bidder will he reinlhed to enter into the contract which 1s attached to his proposals for this improvement lei Rids must be made on every heal noted on the blanks for pro•osuls provided for this Improve- ment. The prices must be xteted both in words and figures, in the r speeive columns provided for the settle on sold blanks. ldi All bids shall be accomitamed by a certified check payable to the order of the City Trans- rarer for at said not lees than five C.i per cent. of the amount of the bid. and no bid will he con- stdered unless accompanied by such check, and It the ,ontract be let, all checks will be returned to the bidders exropt that of the saecossful bidder, which will be retained antil a contract Ire cultured i` into for making this improvement between the bidder and the City, in accordance with such bid. If `F the said bidder fails to enter into such contract In ace.ordanto with hie bid within ten days from the date at which he Is notified that he is the naccesisfut bidder, the said check and amount tbersof shall be forfeited to the City. Before such contract between file successful bidder and like City rhelt be 1 valid or binding against the City of Renton, the contractor shall enter Into a Joint and several bond with the City of Renton, for the use of said City and also for use of all persona who may perform or cause to be performed any work or labor, or furnish or cause to be furnished any skill, labor or material, in the execution cf such contract. which bond shall be in amount fixed by the City :ounell, but not less than fifty (50) per cent. more than the contract price aKreed to be paid for the per- formance of such contract. j'.hF dL:trict will be as follows: ..aa All M :A t : 1s OW r.a?fii wa$wp t!=. i a treat east r+sistst 9" ispetvVirrt taws s qw* 'rtwraAs Tre"No" ?two smd U* bt"sr saiatti «,xas.ns sotw rw fooilisr M16A all 440"tl•-V+ss details ova r•gi•-arwattfwts to C tMOoal +11 witM WO Winks :rrewiao 11..1 As saoa a ,tart of %has proposal sect SAW) Ws oi'farcr! mall to sMtteble fee SM wsss as aftsv*e i Dexpl*" opsskSWU ,so will ire M4.W&t*4 wiLh Mo props*" for .,,* p ua# sod fsditars areetlarZ the rVgp4r4M ,hta as W Wd to UM �`lrssa t�igu�rr�: Zaod G3'tl- Z. 'A"J- /l��rar. 700 VVH YWL"S%hl to Ube /'Ws:' WW atvtsr Ji M9 WUl br Otis A444 switch sssa fuss Mors 044"tio *%'Artsrs Ilea%& oad anti itMw r"+ gpi+irati !er awwswcetl® ""I&J4L A. I All east IV" >_L" w131 be 61*66 trills itwt'tisloRt Melts MA hats wi»1 be yrsriaarll !sr taro 9140t.00 +rA"WVti+&s• '{ it wot tWis trill be tit twred tt 1&0 4110 ftf tkb ..*rLe E E s t E i PROPOSAL CITY OF RIZITON, WAS;L111G'1`ON Honorable Mayor sad City Council City of Renton. t1ashington Gentlemen. Haring examined and being familiar with all cond'_tions, details, and requirements in connection with furnishing the City of °wnton with :materials required for the row alon ano Improvement of the saware treatment pleat in the City of Renton, i:ing a County, 'Washington the undersigned askes the following proposal: To furnish all material for the job including Royalties. Indastrial Insurance, Sales tar., and s.'1 other taxes, ato. for the total sue of $ v ; gm ?„ ing"5% Ay certified cheok in the amount of $ , be 'of my total blt Is here attnohod to be held until a contract is signed should I be the sucessaful bidder and to be returned at once if my bid Is not ornoidered. My bid is b& ad on the following unit prices: (write in both words and figures) Item Qk=tity Description 11ait Total 1 I only 2')00 M* Pump w/ Motor and swltdoos. *to. (2p! head) aa: r dollars 2((var sack it .2 2 1 only 10 Chock e1w leoged aci. end i o per cash go 3 2 only AGate ne c .1undxed Eii-nty"ne a:;a �lr pat each 4 1 only 10 z S Pipe am end, plain one vast �,�: .. 00 ?nr each 5 2 only 14T gq° Ribs d ea and 6 2 only 1C• Y - Pipe. lgd one end, plain ono mats q m d Ol; ,;.c' per sank 7'. 7 2 only 1 aS .�. pe FW an end 100 per cask —�90• 6 1 only 10 z P pe =a end. plain one sad S v n n 10% per each 9 8 only to x . . p �a and -;:ree and 100 per each 1< 10 200 l.f. 3 �aopner tu ® or per g ;.12 70.811 R 11 6 only conpor to std. threed cou lini e a ' '' per each -16 ,u 12 2 only j .ea er oo7p tuvins 13 9 only o �{� (ram nn per eeok fV aTon onnftand 100 per each 1M , To 07 x ebt Angus a 351 , it 2give nd 100 oer each l 15 50 only I z iffil1 to with &VAG • �; :,d C' '1C0 oer each 03 f 16 330 b.f. 2" = 0 & G�4adat /ioo No. 1 Grade - J' I G ? ;2I1W per b.f. 2 1T 1 only to pipe too —' ✓s��a ort;_.�•"" _]L�Cq Per each 3 18 2 only 2Te--fe pips eat ices, t ` �.:xte r grid T t' - bid per each ' Total id complete etsry ros-Act and detail In can my bid is acoa:,toe I will enter into a comfiest anu furalsh bond satisfactory to the City of Renton within ton daia after aco"ll aM. I will he,3n delivery within dqs and complete do-ivory before the der at a 91g� or as required Rs submitted to the City of Renton this 20ik CW r. 1 Qom; 11ar R. ,_.. ;ruin. , t'hnne AdGroso 31y.Fygt Ayn- S S g a t a L l'lanh. NOWWWO "WON ad ftv Agog" gtw a 1a � *W air err mrdwr ��� 0Wi a� d so SAMW Weems" VLVS m as atr at 1 eaft almi Its tw x4. i SO~ tW 0 J" 1tv Sa+r agnUSMS. TOW ROW" tafdk % $sue us. ;rat 1 OAlwr Wami IM. fur ►AO %04 sss of V OiNl 1" 4600 it go 4WOO ► ON � ,.i � V, so W s "t�1 A" is own 4N"rAM iY M "M W"i a M 30 �s►m�riil Y be WO ""WON" mow dd M �i ••( 46 dm to Wi MriMO 'So on Df &SOl� or WI 1e '00 at s4 00 •t WAS �«v 4�hf .AIS ~owe r..w.... ......�.. 2 8�T 0 A owb iN 9 51 7: • Fm Ra sIJl4 i TONS Navor stir Par emb so*wl•.liwnw. .c•w.w...n. amw ft? 100 1•t• NOW 40* ---^.- .... .....� ti 6 � « � fMM' ..yam_... .. «. E 11' 2 4%W sm Una it � arxr 1� 3D ..W tw xx an .......«.rw.rs R'1�►.+wwr�r. w�awwu..... 16 W %414 +* I Wift tow ama, ......... �.�...... i wrw,iwr. „•,,,,,•.....,� tit a. fists IP "#Wm ...: IMF"' '"""/'—�--r- _•., PW look is son .r IN is omw*W ! dt1 satyr to* • smAraft WA tvamlo W to aM Ov 49 % Am sft" to two sow We"6 060 t %4*1 Imi t�I�■� gm ► a� ii to WeSri► a 'G�ii► � �!"'ti"'"' �» it r SAN-1 SEWAGE i M i s III AA SPFCIFICATIO;IS r^D BID PROPOSAI. FOR SvWAGF TRFATV T PLOT ADDITIONS cyTyriT(TQ r INSTRUCTIONS TO BIDDERS 1. Sealed bids for the construction of a digester and other Treatment Plant Improvements will be received by the City of Renton at the Council Chambers in the City hall mitil 8:00 P.M. , _) L ( ;I � L-. , 1953. At this tine the bids will be publicly opened and read, after wLieh the bids will be considered and the award made as early as practicable. The envelope containing the bid shall be plainly marked "Bid on Treatment Plant." No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto or enclosed herewith. 2. The work to be done is shown on the plans and in the specifications. Quantities are understood to be only approximate. Methods of measurement and payment are shown in the Special Provisions. 3. Plans may be examined and copies obtained at the City Engineer's Office or at the Office of R. E. Wolff, 1�06 Smith Tower, Sea4.tle. Bidders shall satisfy themselves as to the local conditions by inspection of the site. Information on materials furnished, erection procedure, etc. for Derr Co. equipment may be obtained from the Dorr Co, representative, 2705 Smith Tower. 4. The bid price for any item must include the performance of all work and the furnishing of all material necessary for completion of that item as des- cribed in the soecL'ications. Where alternate material is bid, the bidder shall fully cescribe the material proposed, either in the bid proposal or supplementary letter attached to the proposal. E 5. Bidders may quote prices on any or all items. The City may or may not make F awards on all items depending on bid prices and funds available. The work under any one item will not be split, but the City reserves the right to E split award of contracts for individual items among one or more Contractors. i 6. Attention is called to the information required with the bid on Items 3 and 4. Bidders are referred to section 5-04 and 5-05 of the :pacificaticns. 7. Bid proposals shall state the time of beginning work and the time of completion. EThis will be a definite consideration in deciding award of the contract. For purpose of computing time required for completion, delivery of Dorr Co. equip- ment shall be assumed completed by October 10, 1953. 8. A certified check or satisfactory bid bond made payable without reservation to the TREASURi:R OF CITY OF RENTON in an amount not less than 5% of the total amount bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to t' award contract. Should he fail, or refuse to do so, the check shall be 4 forfeited to the City of Renton as liquidated damages for such failure. -1- Instructions to Bidders 4. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular pcints. 10. The bidder shall, on request, furnish information to the City as to his financial and practical ability to satisfactorily ^t.rform tha work. 11. Payments for this work will be in cash or equivalent. d I i i f 1 If� I -Z- 6 BID PROPO&LL Digester Tank and Appurtenances To: The Honorable City Council City of Renton, Washington Sirst The undersigned hereby certifies th. t he has examined the site of tv-r proposed work and that he ho read and th^ oughly understands the glans, specifications, and con- tract governing the work. It is further understood that the Contractor is to furnish the materials, labor and equipment necessary for the construction of a complete improvement, exce-,t as otherwise specifically stated in the plans and specifications, or in a letter accompanying nis Bid Proposal, and that the costs of the same are included in the prices quotad hereafter. Accordingly, the undersigned proposes and agrees to undertake and complete the work as set forth in the time and at the prices quoted as follows: Item Description Lip dun Rice 1 Erect 65' dia. concrete digester tank, install steel cover, together with sludge concentrating, laating and mixing accessory equipment, piping, electrical connections as shown on plans and specifications. !� 59 �z'`s 8 8 2 Construct concrete grit channel 3 3 ' 3 Furnish and install 100 gpm sludge um g pump 3 006 br c 4 Furnish and install 5'=>0 gpm sewage lift pump 03 TOTAL Sales Tax 3% ? N-5 E_) TOTAL BID If awarded the contract, I agree to start the work within -<' calendar days and to complete the work within /ar calendar days after date of contract. Attached hereto is I 4 for S payable to the Treasurer, City of Renton, wbJC7 amoun is or more o e i a ove. Address of Bidder: 7 77 e Date I j SPECIFTCATIONS - RENTON DIGESTER i TAA LE OF C OAITENT S GE1P2AL COIIDITIONS Page —7-3n erpre Fa on of Phrases GC-1 TI Rights End Responsibilities of t',e Owner GC-1-2-3 III Rights and Responsibilities of Contr,ctor GC-3-4-5 SPECIxI. PROVISIONS SP-01 Measurement and Payment SP-1 SP-02 Shop Drawings SP-1 SP-03 Guarantees SP-1-2 SP-Olt Standard i=-anufacture SP-2 SP-05 Working Days and Hours SP-2 SPECIFICATIONS T: 3t'r tZOri of `,fork 1-01 General l(1) 1-02 Location. of Work 1(1) 1-03 Scope of this Contract 1(i)-1(2) 1-04 Special Hazards and Precautions 1(2) 1-05 Special Construction Schedule Requirements 1(2) 1-06 Principal Quantities of Work 1(2)-1(3) 1-07 1aterials Furnished by Others 1(3) 2. Excavation and Embani-ent 2(1) i 3. -Concrete Work ngre ents 3(1) 3-02 Proportioning and nixing 3(1) 3-03 Concrete Pest Cylinders Required 3(1) 3-% Formwork and Placing 3oncrete 3(2) 3-05 Curing 3(2) 1 3-06 Sealing ?'ell Joint in Digester 3(2) 3-07 Watertightness 3(3) 4. Steel and Iron stork T-� ges er Cover and Equipment 4(1) 5. Mechanical E ui ment 5=�tq pment furnished by Others 5(1) 5-02 Other Digester Heating Equipment Accessories 5(1) 5-03 Gas and 1iscellaneous Equipment 5(2) 5-04 Sludge Pump 5(2)-5(3) 5-05 Sewage Lift Fump 5(3)-5(4) 6. pipe Lines General 6(1) 6-02 Materials 6(1) 6-03 Pipe Laying 6(1) 6-04 Disposition of Fresent Digester Heating Pipes 6(1) i r SPECIFICtTIONS - RENTON DIGESTER T A B L E O F C 0 N T E I T S Page 7. Plumbing Work -01 General 7(1) 7-02 Materials 7(l) 7- " Pipe Supports and Hangars 7(1) 8. Electrical Work -01 General 8(1) 8-02 I,ush Button Stations, Starters 80 ) 8-03 Wire Connections 8(1) 9. Painting and Protective Coatings 9-01 General 9(1 ) 9-02 Surface Preparation 9(1) 9-03 Application and Colors 9(1) 10. Miscellaneous - 1 epa r o Sludge Beds 10(1) 10-02 Stairs and Walk 10(1) 10-03 Cleanup 10(1) 4�. GENERAL CONDITIONS I. Interpretation of Phrases: a. Whenever the word "Owner" is used in this contract, it shall be under- stood to mean the City or District. b. Whenever the word "Engineer" is used it shall be understood as refer- ring to the City Fngincer, or his representative on the job as the case may be. Whenever the words "directed," "permitted," "considered necessary," or words of ! like import are used, it shall be understood that the direction, permission, order i etc, of the Engineer is intended; similarly, "approval," "satisfactory," "acceptable" j shall mean approved, satisfactory, or acceptable to the Engineer. c. The word "contract" will be understood to include all the terms, stipulations, and covenants contained in the Bid Proposal, General Condit..�ns, Specifications, Plans, and Bond. d. Whenever the word "Contractor" is used it shall mean the person(s), co-partnership, or corporation who has agreed to perform the work covered by the contract, or to his legal representative. During the absence of the Corm-actor, the job superintendent will be considered to be the Contractor's representativ: unless otherwise designates; by the Contractor. II. Rights and Responsibilities of the Omer: a. Inspection: It is mutually agreed that the City, through its agent the City Engineer, shall enspect the work during the construction to determine its acceptability, conformance to plans and specifications, quantities of work performed, and other functions requisite to securing a satisfactory, workmanlike jct. The Contractor shall furnish reasonable aid and assistance as required by the Engineer, or Inspector, for the proper inspection of the work and measurement of quantities. b. Right of Entry: The City reserves the right to construct or install such collateral works as it may desire during the period of this construction. Such work, will be done with as little hinct• ance or interference as possible with the Contractor. The Contractor agrees not to interfere with or prevent the perform- ance of such work or to claim any extra compensation or damages by delays or hin- drances which may be caused. c. Chan es Alterations and Extra Work: The Contractor agrees that the Nmer may make sus alterations as he may see fit in the line, grade, form, dimen- sions, plan tr material, of the work either before or after the beginning of con- struction. If such alterations diminish the quantity of the work to be done, they shall not constitute a claim for da:aages or a:-AGipated profits on the work that ° may be dispersed with. If they increase the amount of work, such increase shall be paid for according to the quantity actually done, and at the prices established for such work under the contract. However, if such charges make useless any work already dose, or material already fur.ished or used in said work, the Owner shall recompense the Contr-ictor therefor. CC-1 General Conditions No work shall be regarded _s extra work unless j . is 3rdered in writing by the Engineer and with the agreed price for the same specified in said order, pro- vided Lhe price is not otherwise determined by this contract. All claims for extra work shall be made before the work is startec', and a statement of the cost of the same shall be made within 30 days after completion of the extra work. d, Discrepancies and 0missions:It isfurth-�r agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with the best practice. In the event of any discrepancies between the plans and specifications, or otherwise, or in the event of any doubt as to the mean- ing of any portion of the contract, specifications, or plans, the Engineer shall de- fine which is in`.ended to apply to the work, and the Contractor shall be bound by such decision. Any work or material not herein specified but which may be fairly implied as included in the contract, of which the Engineer shall be the judge, shall be done or furnished by the Contractor without extra charge. e. Eetimated Quantities: This agreement, including the plans, specifi- cations, and estimate is intended to show clearly all work to be done and material to be furnished hereunder. The quantities are approximate and are to be used only as a basis for estimating the probable coat of the work and for comparing the pro- posal, offered for the work. It is understood and agreed that thj basis for pay- ment, shall be the actual am;unt of work done and the material furnished. f. Lines and Grades: The alignment and grade shall be as shown on the plans, and as stakeo in the field by the Engineer. The Contractor shall give the Engineer ample notice of the time and place ,here the lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor. ��SSe��c+�fir_�ii_�n��g of Franchises, Laaements, Rights-of-:ay: The City for the purpose o thitruction, agrees to secure sack franchises, permits, easements, and/or Rights-of-Way as are necessary for th., permanent location and operation of the pipe lines. The Contractor shall be furnished copies of such agreements as affect construction operations. '"he Contractor agrees to secure those special pennits, easements, or agree- ments of a temporary nature as may be desirable due to conditions of construction. h. estimates and Payments: An estimate in writing will be made by the Engineer once a mont-1 o the amount of work done and material furnished, including material delivered on the ground to be used in the completed work, and of the value thereof in terms of 'ne contract. The City will pay the Contractor 85% of this estimated value, and whenever the contract shall be completed, and when said work and iaterial shall be accepted by the City, a careful and detailed estimate shall Fe made of the value of all work and material furnished and the Contractor shall be paid for this amount within thirty-five (35) days, provided, however, that claims for labor and material, damages, royalties, or othurwise have been satisfied. Partial and final payments will be made in cash or equivalent. GC-2 General Conditions i. Extra Work: If during the performance of this contract the Engineer shall order n wr.t r.; other work done or materials furnished which cannot be class- ified under the unit prices of this contract, the Contractor shall perform such work and furnish such material and shall be paid therefor the actual cost plus 15`; in addition thereto. The actual cost is defined to include the cost of all labor, equipment and materials necessary for the performance of the extra work, including any extra expenses incurred directly on account thereof, and also the wages of fore- men and the expenses attached to the Contractor' s liability insurance covering the labor so employed. Equipment rental rates used in arriving at the actual cost shall be the prevailing OPA ceiling rates, or if they are no longer in effect shall be i' the latest published AM schsdule of ownership expense. No additional allo.iance shall be made for overhead charges, general super- intendence, general expenses, contingencies, or depreciation of equipment. III. Rights and Responsibilities of Contractor: a. Personal Attention of Contractor: The Contractor shall give personal i attention to the faithful prosecution and completion of this work and shall be {! present either in person or by duly authorized representative on the site of the ppy work continually during its progress. b. Contractor's Address: The Contractor shall designate in his proposal an address to which wr tten : ces pertaining to this contract may be ssnt, and shall immediately notify the City of any change in such address. Delivery of such notices to the address designated shall constitute receipt by the Contractor. co observance of laws and Ordinances: The Contractor shall conform to the requirements of the franchises covering work along State and County highways and to the State and Local laws pertaining to this work. d. Protection against T'egligence and Damages: The Contractor agrees dur- ing the performance of the work to take all necessary precautions and to place proper safeguards for the prevention of accidents, including barriers, lights, and warning signs. The contractor shall take proper means to protect property which ` 7ht be injured by any process of construction, and he shall be liab:.e for any , -aims for damages on account of his failure to so do. Whenever it is necessary in the course of construction to remove or dis- turb culverts, driveways, roadways, pipe lines, or other existing improvements they shall be replaced to a condition equal to that existing before they were so removed or disturbed. Bridging shall be provided across private driveways and roadways during the period the trench must be open, in such nanner as to not constitute a hazard to the people who use them. all construction operations shall be conducted in such manner as to interfere as little as possible with the normal procedure of traff;.c. 3 i GC-3 General Conditions e. Protection Against Claims for Labor and Material: The Contractor agree:; that to will indemnify and save harmless the City from all claims for mater- ial f,.u•nished or work done under this contract. It is further agreed that he will furnish the City satisfactory evidence that all persons who have done work or fur- nished material under this agreement have been duly paid for such work or material. In case such evidence is demanded and not furnished, such amount as may ,in the opinion of the City be necessary to meet the claims of the persons aforementioned, may be withheld from the money due the Contractdr until satisfactory evidence is furnished that all liabilities have been fully discharged. f. Assignment and Subletting: The Contractor agrees that he will not sublet the aforesaid work or the furnishing of material, and that he will not assign by power of attorney or otherwise any portion of said contract unlese by and with the previous consent of the City. The granting of such consent by the City shal? not in any way relieve the Contractor of his prime responsibility for the performance of the work including the work done by subcontractors. g. AbarAbarlonm�ent• In case the Contractor shall abandon the work and fail, or refuse, o c� ommence it again within 10 days after notification, or if he shall fail to comply with the orders of the Engineer or with this agreement, then and in that case the sureties on the bond shall be notified and directed to complete the k same. h. Time and Order of Completion: It is the meaning and intent of this contract, unless otherwise hereafter specifically provided, that the Contractor shall be allowed to prosecute his work at such tires, ir, such order of precedence, and in such manner as shall be most conducive to economy of construction, provided { however, that the order and the time of prosecution shall be such that the work shall be completed as a whole within the time of completion hereafter designated; provided also that when the City is having other work done, the Engineer may direct the time and manner of constructing the work under thi- contract so that conflict will be avoided and the various works being done shall be harmonized. The Engineer will arrange all such work so as to avoid as far as practical all cemecessary in- convenience and expense to the parties concerned. Extension of completion time will be granted only upon submission of a request in writing to the Engineer stating the condition necessitating such exten-sion, at least two weeks before the expiration of the contract time. Determination as to whether or not an extension of time shall be granted will be at the discretion of the Engineer, subject to approval by the City. I The Contractor agrees that he will commence the work within days after the signing of this contract and will progress therewith so that within days after date of contract the work shall be completed. i. Plans and 5 ecificati.ons Accessible: The Contractor will be furnished copies of p ans an spec ications and sha keep one copy of the same constantly E accessible on the job. J. ^-otection of Finished or Partially Finished �:Jork: The Contractor shall be responsib a or all finished or par al finished work until the entire contract is completed and accepted by the Engineer. Estimates of partial payment shall not release the Contractor from such responsibility. GC-4 i r i i 1' an General Conditions k. Defects and Their Remedies: It is agreed that if the work or any part thereof, or any material brought on the ground for use in the work, shall be deemed by the Engineer as unsuitable or : A in conformity with the specifications, the Contractor shall forthwith remove such material and rebuild or otherwise remedy such work so that it shall 3 in full accordance with this contract. Sanitation; Necessary sanitation conveniences for the use of workmen on the job, properly secluded from public observation shall be constructed and maintained by the Contractor. M. Cleanu : Before th.s contract shall be considered complete, the Contractor shallleave the back£ill in trenches level, clean cut ditches thet may have been filled during the work, replace damaged surfacing, remove surplus materials and trash, burn or otherwise dispose of brush, repair all damages, and otherwise leave the job in a neat, orderly, and workmanlike condition. 4 I I f. 4 �µ I r....c�. �.' ''-•yam#._ SPECIAL PROVISIO14S SP-01 Measurement and Payment: a. Payments to the Contractor for work on lump sum items will be based on a well balanced breakdown of the lump sum price, submitted by the Contractor and approved by the Engineer, which apportions a value to the principal items of work and totals to tLe lump stun bid. Payments for acceptable materials or equipment delivered to the job for incorporation in the work, but not installed at the time of .making the estimate will be included if supported by invoices furnished to the Engineer. No direct payment will be made to the Contractor for providing or removing i construction facilities such as tools and equipment, storage sheds, office, roads, etc. b. Monthl Pro ess Estimates: Estimates will be made monthly of the value of the work temp e to date and not included in previous estimates. Payment of 85% of these amounts will thereafter be made to the Contractor. However, the partial estimates and payments may at any time be withheld or reduced, if in the opinion of the Engineer, the Contractor is not diligently and efficiently endeavoring to comply with the intent of the contract, or if he shall fail to pay his labor and material bills with reasonable promptness. Extra work pre- viously authorized and completed will be included in the progress estimates. Progress or partial estimates and payments shall not necessarily constitute acce-tance of the work or relieve the Contractor of ti:e responsibility of protecting the work until the project as a whole is completed and accepted. c. Final EstL�ate and Pay re nt: Whenever in the opinion of the Engineer, the Contractor shall have satisfactorily performed his part of the contract, the Engineer shall so certify in writing to the Owner, and furnish a final estimate of the value of the work performed, of this amount 15% shall be retained for 30 days, or longer if liens and claims have not been satisfied. pSP-02 Shop Drawings: Prior to execution of the work, the Contractor shall submit for approval not less than four sets (three to be retained by the Engineer) of shop drawings as listed below- a. Fabricator's list& and bending schedules of concrete reinforcing steel. b. Fabricator drawings for all m etal work except standard manufactured products. c. Manufacturer's mechanical eq;..;-:ment drawings. d. Electrical installatirn drawings. The Contractor shall also be responsible for delivering to the Owner sets of operating instructions and parts lists for mechanical equipment installed. 9 SP-03 Guarantees: The Contractor shall be responsible for obtain_ng from each material or equipment supplier and delivery to the Owner written guarantees of all fabricated material and equipment furnished under the contract. Such statements shall guarantee materials and equipment Sor a period of not less than one year after delivery SP-1 i Special Provisions SP-03 Guarantees-(contd.) against defective materials and workmanship. Statements shall further guarantee that the performance of equipment will be in accordance with the performance curves and data sheets submitted with the bids. The guarantee shall provide for the replacement F.O.B. nearest railhead of defective materials, parts, or equipment. The Contractor shall be responsible for such other costs as repair, reinstallation adjustments, testing, etc. occasioned by defects within one year of final acceptance. SP-OL Standard Manufacture: All machinery, material, and articles furnished fcr use under this contract, unless otherwise specified ;hall be new stock products of recognized, reputable manufacturers. SP-05 Working Days a.-e Hours: Unless with prior permission from the Engineer, or in case of emergency, the hours of work under this contract shall be eight hours per working day and five days a week. E F r t i k C ti SPECIFICATIONS 1. DESCRIPTION OF WORK! 1-01 General: This contract covers the construction of a new primary digester as an addition to the existing Renton sewage treatment plant. Included are those connec".ons, changes, and additions necessary to modify the present plant for the new mode of operation. In general, the nature of the work is such that if properly scheduled, interference with the normal operation of the plant can be kept to an inconsequential amount. The Contractor will be required to secure approval of the Engineer in advance fcr his proposed construction schedule so that this can be accomplished. The Contractor shall provide a suitable job office at tha site for the keeping of plans ar.d the convenience of the Superintendent and Engineer in conducting the work. 1-02 Location of Work: The sewage treatment plant is located in the City of Renton, immediately south of the Boeing plant, and on the east bank of the Cedar River Waterway. It is about V2 mile north of the central business section. Details of the location of the work within the site are shown on the plans and will be staked on the job. 1-0�. Scope of this Contract: This is a genera]. contract covering all phases of the work necessary to construct and put into operation the structures and equip~,ent covered in detail in the plans and specifications. i The work covered by Item 1 of the Bid Proposal is shown on Drawing No. 5350, Sheets 1 to 4 inclusive, and by these specifications with the exception of Sections 5-04 and {E 5r05 which pertain to the sludge and lift gunps. The work covered by Item 2 of the Bid Proposal is shown on Drawing No. 5350, Sheet 5 and applicable sections of these specifications. The work involved consists of: 1. Excavation and/or backfill 2. Modification of existing concrete Parshall flume approach channel 3. Modification of existing pump discharge level 4. Construction of grit chamber and by—pass channel 5. Furnishing and installing gates and baffle plates 6. Concrete paving between grit chamber and clarifier The work covered by Item 3 of the Bid Proposal is shown. on Drawing No. 53503 Sheet 5 and described in Section 5-04 and other applicable sections of these specifications. Work involved includes furnishing and installation of the pr• „ Ufication as necessary of the base, connection to existing plu.-ihing and al circuits. The work covered by Item 4 of the Bid Proposal is shown on ..o. 5350, Sheet 5 Cand is described in Section 5:05 and other applicable sectiont these specifications. 1(1) Specifications 1-03 Scope of this Contract: (contd.) The work involved consists of: 1. Modification of existing pump suction, furnishing and installation of new fittings, valves for new pump lines 2. Furnishing and installation of sewage pump 3. Furnishing and installation of float controls 4. Electrical connections to sumps and float control The Contractor is t- erect, install, connect, test and adjust the items funs shed by the City which are shown on the attached list, as well as those items furnished by the Contractor in accordance with these specifications, Where, for the sake of simplicity or brevity, specific instructions,s"nh as to install or connect a certain item, may have been emitted from the plans or specificaticnb, but it is obviously necessary for the functioning of the plant and it shall be considered as having been included in this contract. 1-04 Special Hazards and Precautiu..s: The Contractor is warned chat the work contemplated being in close proximity to an operating digester and including connections and changes in existing piping involves serious explosion, and in certain cases, suffocation hazards. He is required to fully inform himself, sub--ontractors and workmen of thA nature of these hazards and to take all precautions necessary to protect the workmen, general public and the plant against injury or damage during the construction work. Enforcement of the necessary precautions, protective measures, or other, shall also be the responsibility of the Contractor, The Engineer noticing any improper action or hazard during the progress of the work will immediately call it to the attention of the Contractor, but such action by the Engineer, or the failure to take such action, shall in no wa; relieve the Contractor of his prime responsibility to do the wurk in a safe and proper manner. 1-15 Special Construction Schedule Requirements: In order not to detract more than necessary from plant operation the fullowing sugges- tions regarding order of work are made: 1. Sludge beds, channel and aprons shall be reconstructed as ear. : as practicable. 2. Connections from new to old piping shall be left wherever possible until tank construction is completed. 3. Installation of b iler and heat exchanger equipment can be deferred until digester is about completed. 1-06 Approximate Principal (quantities of Work: Item 1 - Excavation 530 O.Y. (including sludge concentrator) Reinforced concrete 306 C.Y. f Ballast concrete 7 c.y. j Install boiler, heat exchanger, liquor and hot water pumps with piping and electrical connections Replace sludge channels and beds 811 Cast iro- pipe 270 ft. 6" Cast iron pipe 100 ft. ' 4" 0... gas pipe 120 ft. Misc. gate valves, fittings, adapters, etc. f 1(2) i i E E Specifications 1-06 Approximate Principal Quantities of Work: (contd. ) Item 2 - Reinforced concrete 21 C.Y. 4" Concrete slab 33 s.y. Item 3 - F. & I. Sludge pump, foundation, pipe and electrical changes Item 4 - F. & I. Sewage lift pump, float control, foundation, piping and electrical changes. 1-07 Materials Furnished by Others: By City: Water for construction operations Power for testing, night illumination, filling tanks Labor for moving and re-setting shrubbery Seed and fertilizer for replacing lawn areas Adequate transformer and power line capacity to control house iExtra embankment as may be necessary By Dorr: Company: Steel digester cover, mixers and miscellaneous -ppurtenances Gas boiler, heat exchanger, hot water and sludge li uor pumps with controls Miscellaneous bolts, fastening;, ladders, speck,]. items, for complete lis` i refer to Dorr Company drawings. 4 s i t 1 i 1(3) Specifications 2. EXCAVATION AND EMBANRt+WTs 2-01 Excavation and Embankment: The existing concrete sludge channel, 6" cast iron pipe, aprons and sludge beds in the way of the new digester shall he removed and disposed of by the Contractor. Care shall be taken not to remove any more of the beds and chenuel than is necessary to construct the new digester. The 6" cast iron pipe removed shall, if in good con;i- tion, be re-used elsewhere in this work. Excavation for the digester shall be in accordance with stakes set in the field by the Engineer. Material shall not be removed below the grades set. If excavation is made below grade, the Contractor shall be required to backfill with concrete or gravel as required by the Engineer at his own expense. Any excavated material not required or not suitable for the embankment shall be disposed of without extra compensation. Fill and embankment in t're vicinity of the present digester shall be removed only to the extent that it interferes with the new work. i Material for making new embankment fills will be secured insofar as possible from excavate erials. Any aduit?_onal fill material required will be provided by the City or pai" extra work. (See Section IIi of General. Conditions) h 4 i l fi f i r 2(1) l\ w. Specifications 3. CONCRETE WORK: -01 Ingredients: The cement used in all concrete work shall be standard or high-early Portland cement manufactured by a recognized and reliable compa.,y and conforming to ASTM Specification C9-30. Sand and gravel aggregates shall consist of inert stone particles that are clean, ur,oated, hard, and free from clay, friable or laminar materials, sticks and organic ..utter. The size grading shall be so proportioned as to yield a dense but workable mix, producing the strength as required hereafter. Water used in the mix shall be of potable quality. No eddltives or admixtures shall be used without express advance approval by the Engineer. Reinforcing steel shell be deformed bars of Intermediate Grade billet Steel. Pars shall be clean of paint, grease, rust, and loose mi 'l scale at the time of plecinf, concrete. 3-02 Pro2ortioning and Mixing: Concrete for u:e in the digester tank shall have an ultimate compressive strength (hereby defined as the strengths after 28 days) of not less than 3,000 psi. (See requirement below for test cylinders). The :eater-cement ratio, aggregate proportions, am:un, of cement, batch control, etc. shall be so governed as to secure the required strength and workability. Concrete for other structures and uses shall conform to tre standard City of Seattle specifications for class 5:5 oncrete and have approximately the following proportions: Cement 94 lbL. Damp sand 261 lbs. Damp gravel 377 lbs. Cc,..crete may be mixed at the site, in transit, or at a cen+­1 t art. All measurement of batch ingredients shall be by weight. If mixed at a cenr r__ , ant or in transit, the driver before unloading shal - deliver to the Engineer a signed delivery slip for the load being delivered which sates the mix proportions, brand and type of cement, additives if any, and the time w+ er. alli in redients were in the mixer. No additions of water for the purpose o e :n xing a rtux w isb has Uegun to receive initial set will be permitted. Any concrete not placed within 45 minutes after water and cement hate been added, or which has begun to receive initial set,will be rejected. IL 3-33 Concrete Test Cylinders Required: The Engineer shall at the Contractor's expense make se:,s of three standard test cylinders from batches he may :iesigrate, and submit them for 3, 7, and 28-day ecrength determine Ions to a reputable testing laboratory. The number of cylinders taken shall be such as to adeouate sample and determine the quality of concrete being placed and under �.rdinary circumstances would not exceed 10% of the batches or loads. The average strength shown by the cylinder tests at 28 days shall not be less than 3,L`00 lbs, nor shall any cylinder test less that; 2,700 lbs. unless there is reason to believe the cylinder or test was faulty. Should the tests indicate in the Engineer's opinion, that the concrete in the strvcture is defective, such defset:.ve material shall be removed and replaced at the Contractor's eNnense. 3(l) Specification 3-04 Fcrmworh and Placing Concrete: Concrete formwork shall be tight, plumb and a:curaiel;; aligned, and suffix ent'y strong to maintain proper dimensions d•iring pouring. Spreaders and ties shall be of the type which break off or disassemble approximately 1" inside the wall face, Openings thus left shall be filled flush with stiff 1:3 cement mortar after removal of forms. Openings at bottom of well forms shall be left for cleaning the joint prior tc pouring. Forms shall ce oiled to prevent adharenoe of concrete. The Contractor should carefully check before pouring to make certc'.n that all necessary inserts, pipe spools, and other items required to be inserted in or through the concrete wall or slab have been properly _.csitioned and provided for. It is required that the foundation slab of the digester, and the digester wall, each be poured as monolithic units without construction joints. ti; an exception to this requirement, the Contractor may secure special permission from the Lngineer, upon submission of a detailed plan, to pour the central footing and pier separate from the rest of the slab. Special care shall be used during placing concrete to secure homogeneity nd avoid segregation by the use of "elephant trunks" , tremies or cther means. Should segregation occur in slab pours due to long chutes or otherwise, thorough remixing before placing will by required. No concrete in a monolithic pour shall be placed age Est concrete poured more than 60 minutes previously. Thorough tamping, spading, ant, .r vibration shall be used to secure maximum density and workability. External vibration shall not be used unless the forms have b �n specially designed to withstand such forces without damage. A smooth, non-porous surface is required on all concrete surfaces. The slab shall be given a metal trowel finish. Excavations shall be free from water at the time of placing concrete and for a sufficient time thereafter to prevent damage to the concrete. 3-05 Curing: I Concrete after placing shall be properly cured for a sufficient period by a recognized approved method. F 3-06 Seal,.. Wall ,'oint in Digester: Following the slat pour, laitance shall, have been removed within. 2µ hours from the surface at the base of the wall, and at start of wall pour, the bottom surface shall have been clean, and flushed with 1:3 cement mortar before placing concrete. 1-fter remcval of side wall forms, the 1-1/2" space shown on the plans shall be packed with a ion-shrinking cement mortar such as "Embeco" as nanufaetured by the Master Builders Co., Cleveland, Ohio, or approved equal. The mortar proportions s, lZ be: 100 lbs. Embecc dent 2 sacks Fortland cement 3 cu.ft, concrete sand Sufficient water to produce a stiff mix. Manufacturer's recommendations regarding mixing and placing are to bs followed. f 3(2) 71 Specifications 3-07 watertightness: The f`_nished concrete tank is required to be watertight, shoring no leaks whatsoever. Immediately after removing wall forms, the entire area shall be closely inspected for signs of poor concrete, segregation, porous surface; or honeycombing. Any defects found shall be corrected in the manner designated by ;.he Engineer. The concrete in the tank shall not be accepted until after its watertigh"Tie ss has been demonstrated by actually filling the tank to working level. i i I r r S I a 3(3) Specifications 4. STEEL AND IRON WORK: 4.01 Digester Cover and Equipment: The Contractor shall assemble and erect the steel digester cover and equipment, furnished by others, ar.cording to the manufacturer's specifications. The fabricator of the cover will deliver the materials in knocked down form to the work site on or before November, 1953. A complete list of materials, accessory fittings and other items, furnished and er-otion drawings may be readily secured from the manufacturer's representative, The Dori, Company, Smith Tower, Seattle, Washington. :he erection will be inspected by a represer.tative of the manufacturer who will also supervise the initial operation, adjustment and testing of the equipment. On completion of erection, the cover unit shall be shown to be gas tight by test. Steel components will be delivered with a shop coat of rust inhibitive primer. Before being put in service the Contractor shall paint the cover, tubes, etc. as required in the section on painting ani shall provide such oil and grease as necessary for the initial operation of the equipment. ( Following Dainting, the Contractor shall furnish and install approximately 7 c.y, of 4 sack concrete as ballast oii the floating cover, sufficient to create a gas pressure of not less than 6 inches of water. 4.02 Other: T::: Contractor shall f xnish and install a steel ladder and working platform on the outside of the tank as shown on the plans. The grating on the platform shall be sritable for a live load of 100 pounds per square foot. Anchorage of ladder and plat- form supnorts shall be by bolts and cinch anchors. All surfaces shall be painted as required in Section 9 of the Specifications. E 4(l) 1 Specifications 5. MECHANICAL EQUIPMENT: 5-01 Eq ipment Furnished by Others: In addition to the digester equipment, the Contractor shall install the following equipment furnished by others: One gas fired hot water boiler, oxie spiral heat exchanger, one hot water circulating pump, and one sludge liquor circulating pump. Details of their installation are shown on the plans or described elsewhere in these specifications. Manufacturers specifications for installation and adjustment shall be followed. Installation of the boiler shall include the furnishing and installation o." the flues and repair and rep:ace:tert of the boiler room ceiling and 5-02 Other Digester Heating Equipment and Accessories: a. Furnish and install one Hot Water Flow Ind:catiag Meter. The meter shall be an indicating type of orificeme emit-connections for -inch piping. It shall consist of a stainless steel orifice plate, orifice flanges and a 12" well type manometer with a direct reading scale graduated in gallons per minute. The meter shall have a maximum rapacity of 2,360 gpm and a minimum cepacity of 5 gpm with a pressure drop across the orifice of approximately 8 feet at maximum flow. The peter shall be a 20 well type Hot Water Meter as manufactured by the Trimount Co., o3 equal. b. Furnish and install one Temperature Relator consisting essentially of a three-way valve, a bellows or 3iappEiragm;a sfandard length capillary tube, and a thermostatic bulb. The regulator shall have 3-inch connections and shall be a self-contained, limited-fill, vapor-pressure operated device for automatically proportioning hot and cold water entering the valve so that the outlet temperature will remain constant. It shall be adjustable for outlet temperatures of 1200 to 1600F. It shall be a Type S Regulator with three-way valve as manufactured by Lawler Automatic Controls, Inc., or equal. r„ Furnish and install fovr socket type Indicating Thermometers in the connections to the spiral heat exchanger. They shall ave a range of 650 ts) 2200 F and shall be Crane Co. Type C-39860 or equal. d. Furnish and install two Bourdon Indicating Pressure Gauges on spiral heat exchanger. Gauge dials shall b inch diameter, range of .scale 0 to 30 feet of water pressu:,e reading in feet. They shall he the Joseph P. Marsh Corp. Figura 4DF Stancard Altitude Gauge, or equal. e. Furnish and insta.11 one Tank Iinn Thermometer through wall in digester tank as shown on plan. �t erikte ,er shall ave a 6-lnch diamater dial reading from Oo to 1500 F. arranged for surface mourting in black flanged iron case with thr.aded ring. It shall have a gas-filled thermal system and include 10 feet of flexible stainless steel tubing over a stainless steel capillary tube with 14" union neck bulb and 10" neck and stainless steel socket. A 24 wall sleeve for installation it concrete tank wall shall be included. It shall be Foxboro Cat. No. 3426, Class III bulb, and Fig. 681 socket, or equal. f. Furnish anc' install one Pressure T_y _E�xp�nsioonn "ank for use with the hot water boiler. The tank su�fall die a Po.g,watertight, galvanized steel tank, 18" diameter by 24" deep with 1" inlet and drain pipe connections, a 1/2" pressure relief valve shall be included. It shall be Crane Co. No. 1131 or equal. 5(1) Specifications 5-03 Gas and Miscellaneous Equipment: a. Furnish and install one rotary type Gas Meter on incoming line within control building. The meter shall be desig:iec_foraa maximum working pressure of 25 psi; have a capacity of 4,000 cubic feet of sewage gas per hour at 1" .rater differential pressure. Its accuracy shall be unaffected by variations in specific gravity of the gas,rate of flow,rulsations, or impurities. The gear diameter shall be 2-1/2 inches and the impeller length 7 inches. It shall be a Roots-Connerville Rotary Eisplacement Meter, or approved equal, b. Furnish and install one Sediment and Drip Trap Assembly; in control building basement on incoming gas Ins� seZc�men rap shall be fabricated of wrought iron and shall ha 4-inch *angential inlet and central-baffled outlet connections; a 2" threaded blowout connection; a 1/2" tapped connection for the drip trap. A bottom cleanout plate shall be removable and the approximate dimensions 16" diameter by 26" deep. The drip trap part of the assembly shall have a 2-1/2 quart capacity, 1/2" inlet and outlet valves, and a tie connection on Lhe outlet valve. The assembly shall be a Varec Fig. 230A1, manufactured by Vapor Recovery sSysterrsCo., or approved equal.. c. Furnish and install one Adjustable Sleeve Valve assembly for sludge concentrator tank, and consisting of a feopi g 5rass slip tube, threaded adjusting stem, valve stand with nand wheel, companion flange and seal. Anchorage bolts shall be furnished with the assembly. It, shall be adjustable over a minimum range of N1' 9"; aiameter of pipe shall be 6-inch. The valve shall be as manufactured by the American Well Works, Aurora, Ill. or equal. t 5-04 Sludge Pump: t y a. General: The sludge pump shall be of the duplex plunger type capable of handling 4f eland gritty sewage solids containing approximately 95% water. The capacity shall be adjustable by a variable eccentric from 0 gpm to 100 gpm against a total dynamic head of 30 feet. It shall be furnished complete with electric motor, bed plate for pump and motor, drive connection, guard covers, air chambers, starting equipment, graa.:e gun, and one spare set of balls for the check valves. The pump shall he si,"ilar and equal to the Marlow RPE as manufactured by the Marlow Pump Co, of 'iidgewood, N.J. b. Pump: The pump shall be of the plunger displacement type u—th variable stroke, controlled by an adjustable double eccentric crank shaft. The eccentric shall R be equipped with a proper shear pin to protect the pump against sudden shock or overload, and with a sight-feed oiler. The stroke shall be adjustable in a simple manner to at least ten equal increments of stroke length. If a special wrench is required for adjusting the eccentric, it shall be provided. All passages in the Dump shall be large, with long sweeping curves and with no projections tending to catch fibrous or other solid mat.rial. The check valves on both suction and discharge shall have weighted rubber-covered i;;ils not less than 5 inches in diameter, and quick opening valve cover plates. Air chambers of minimum size 8" x 30" shall be provided on suction and disc�­ge sides of the pump. The air chambers shall be provided with a 3/6" petcock . . Schrader air valve near the bottom of each chamber. A one inch sampling cocc shall be provided on the discharge side of the pump. 5(2) Specifications 5-(.0 Sludge Pump: (ecntd.) c. Motor: The drive unit shall be base, 220 v,,lt, 60 cycle induction motor of suf7icient power for the service iced but not less than 3 h.p. The motor windings shall be impregnated wit moisture resisting insulating compound An indoor type magnetic starter with push button in the cover and with overload and undervoltage protection shall be furnished. d. Painting: The i--tp and base shall be painted a slate gray color with high grade l casting paint. Ali painted surfaces must be free from rust, grease, dirt, and moisture before painting. e. Installation: The work to be d-)ne in furnish.ng the above specified sludge pump Wall 1 include the installation ^r the pump as hereafter described. An existing pump foundation is shown on the plans which may be used if the dimensions and height are suitable for the pump proposed. If the existing foundation must be enlarged, the existing concrete shall be roughened by chipping to sec•i•e a bend of new concrete to old. The mix used in foundation concrete shall be not less than five sacks of Portland cement to one cubic yard of mixed concrete. Pump anchor bolts shall be imbedded not less than four inches and grouted. After setting the anchor bolts and pump the base shall be grouted to secure uniform bearing. The connection of pump suction and discharge to existing pip: ng and making of electrical connections to the motor shall also be included is the work of installation and the price bid. 5-05 Sewage Lift Pump: a. Pump: The sewage lift pump shall a dry-pit, vertical, close coupled centrifugal pump. Pump capacity shall be 500 gpm at a maximum total dynamic heol of 20 feet. Operation at a minimum head of 12 feet shall not seriously overload pump or motor. The operating speed shall not exceed 1,200 rpm. PThe pwnp impeller shall be the ncn-clo Bing type, free frorr rojections or obstructions and with large, smooth passages. The casing si,ull likewise be [[ desigr.ed to avoid clogging by rags, stones, sticks, etc. Cleanout handhole shall be provided on suction elbow. Pump impellers and shaft shall be entirely support- ed by external ball bearings sufficient to adequately take all thrust and radial loads. Hearings shall be provided with Alemite fittings for lubrication. A high pressure grease gun shall be furnished. The pump shall be Fairbanks-Morse bladeless No. 5412K, Yeomans n�o. 4M3, or approved eq%:.) . Size of suction and discharge shall be not lees than four inch. Bilde•s shall submit with their bid the make and modal number an! also the head- diseLarge, efficiency, and brake horsepower characteristic curves of the pump proposed. b. Motor: The electric motor shall be U. S. or equal 5 h.p. , for operation at 220 vo ts, 3-phase, 60 cycles, speed n50 rpm. It shall be mounted on the top of the pump and direct connected to the pump through a universal type coupling. An enclosed across-the-line magnetic starter with overload and undervoltage protective devices and a hand-off-automatic control selector switch shall be provided. 50) t a Specificiations 5-05 5ewage Lift Pump: (contd.) c. Installation: The price bid for the pump and motor shall include th costs of ins a�1 iTng the pump, preparing the foundation, furnishing and installing the piping and valves, the electrical c oinections, and the float control. The concrete floor at pump location shall be modified as necessary to provide a suitable foundation and anchorage for the pump. It is believed that the floor at this point is sufficiently thick so that no additional mounting pad is required except as may be necessary to adjust suction or discharge to the proper elevation. Before placing any additional concrete, the old concrete shall be roughened by chipping and washed. After pump has been set the base shall be grouted to secure equal bearing. Pipe used in making connections as shown on the plans shall be standard weight galvanized steel or class 100 cast iron water pipe. Flanged pipe, spools, elbows, fittings and companion flanges shall have standard drilling. Flexible couplings on pump connections shall be Dresser, Style 38. Elbow and tee fittings shall be cast iron. Gate valves shall be iron-bodied, bronze mounted, double disc with hand wheel. Check valve shall be a Rensselaer List 370, or equal, spring and lever loaded, iron-body stainless steel end bronze mounted. d. Float Control: A sequence float control and alternator shall be furnished and ins a on Wet Wcll No. 2. A ceramic float 6-1/2 inches in diameter suspended by a stainless steel tape from an appropriately counterweighted aluminum st.eave shall drive a stainless steel shaft or which are mounted two mercury switches, t adjustable independently and each operating a pump circuit. The mechanical arrangement shall be such that pum will operate in alternate sequence each float cycle. The sequence setting snall be that from 0 to 5 feet depth of water in wet well, one pump will operate; from 5 to 7 feet depth of water two purps will operate; both pumps to continue to operate on falling level until elevation 0 is reached. f The operating mechanism shall be enclosed in a weatherproof housing. Electrical connections in conduit shall be made to the automatic side of the pump control switch at the main switch panel. The float control shall be Model HSB2 as manufactured by the Automatic Control CO., St. Paul, Minn., or equal. 1 4 I 1 5(4) Specifications 6. PIPE LIMES: 6-01 General: This section covers the materials and laying specifications for pipe ling; principally outside the control building. Pining within the control building is principally des- cribed in the section, entitled "Plumbing Work." This is an arbitrary division for the convenience of the Engineer and in no way is intended to delineate the work of the trades. i Pipe lines are in all cases to be laid to uniform grades, special requirements for drainage are noted on the plans. Where a pipe line extends through a wall, the Contractor shall whenever possible construct the pipe line or at least install the wall fitting in advance of pouring concrete. Flanged or union joints shall be installed near the well so that exterior piping can be dismantled without disturbing the section in wall eor cutting. 6-02 Materials: L I a. Underground and exposed piping and piping inside the digester conducting raw or digested sludge, sludge liquor or supernatant shall be cast iron pipe conforming to Specification A21.6-1953 of the American Standards Association for Class 22. -he pipe shall be coated with coal tar va-,nish and lined with approximatel 1/8" of cement mortar. Mechanical or calked lead joints will be acceptable, but proprietary sulphur-iron jointing compour.ds such as Leadite, fjydroiite, etc. are excluded. b. Pipe used outside of digester tank ibr conducting digester gas shall be standard weight galvanized iron. All joints in gas piping shall be shown to be gas tight by wiping them with a soap-water solution with air pressure of 25 pounds per square inch maintained in pipe. h o. Gas piping inside digester tank shall be genuine wrought iron pipe coated with coal tar enamel. d. Gate valves in exterior pipe lines shall to iron-bodied, bronze mounted, double disc valves conforming to AWWA specifications 'or 100 - 150 psi service. Under- ground valves shall be furnished with operating nut, adjustable cast iron valve box, Olympic Foundry 5140-5150 or equal, and operating key and handle. Exposed valves shall be furnished with hand wheel. All valves are to open counter clock- �.lse. 6-03 Pipe Laying: All pipe lines shall be constructed according to the best practices of good workman- ship. Trench for cast iron pipe shall be leveled for good bedding, bell holes dug before pipe laying, hand backfill tamped to midsection ar.4 pipe covered before machine backfill. Bends and tees shall be braced by poured cons: a to solid earth. 6-04 Disposition of Present Digester Heating Pipes: When the present boiler is dismantled, the present !,ot water lines to the digester shall be disconnected to a convenient point designated by the Engineer and there capped. The intent is to leave the present lines in place and intact insofar as convenient and practicable. 6(1) Specifications PLUMBING WORK: 7-01 General: This section. covars principally the pipe work within the control building required for connecting the sludge pumping equipment and the digester heating system. Plan sheet 5350-4 shows what is believed to be the best arrangement of the required equipment considering floor loading and space requirements, The piping diagrams are entirely schematic, intended to show the connections to be made, the controls and accessories to be incorporated. The actual plumbing layout and arrangement of pipes shall be in as direct, neat and orderly a manner as possible. Included in the work to be performed by the Contractor is the connection of the new heating system to the rxisting building heating system. Pipes labelled "to drain" on schematic drawing shall be extended to the sump at :-dddle of south wall of pump room. 7-02 Materialse a. �P�i ee for connections 4" and smaller shall be standard galvanized pipe with t�readod or. flanged connections. Where threaded pipe is used,ground joint unions shall be provided adjacent to each major piece of equipment or accessory for ease of disassembly. Six inch pipe (within the control building on piston sludge pump lines) shall Le cast iron conforming to specifications section 6.02a. Joints shall be flanged or Victaulic couplings. b. Valves 1" to 4" shall be iron bronze mounted, double disc gate valves, or y u r cated, semi-steel, plug valves as manufactured by American Car & Foundry, or equal. Valves smaller than 1" shall be bronze compression type globe valves. Pressure gauge connections shall include brass pet-cock shutoffs. i j C. Three-wa valves shown on sludge liquor circulating lines shall be three-way, ree-por , turn, lubricated, semi-steel plug valves, American Car & Foundry Figure U-954 or equal. Stick lubricant and wrench shall be furnished with each valve. d. Check valves shall be iron bodied, bronze mounted Rensselaer list 37 or equal. I 7-03 Pipe Support and Hanger:-: Although no attempt has been made in the plans to indicate pipe supports and hangers, all plumbing pipe runs shall be adequately secured, supported, or anchored to prevent, undue strains on equipment casings, vibration, or leaks, and to conform to applicable plumbing codes. Wherever possible support or hanging from the ooiler room floor shall be avoided. i P 7(l) I I i { Specifications 8. ELECTRICAL WORK: 8-01 General: All electrical work shall conform to the requirements of the 1951 Lational Electric Code, and to applicable local electrical codes. 8-02 Push Button Stations, Starters The proper magnetic starters for the specific motor application shall be furnished as manufactured by Allen Bradley, Cutler-Hammer, or equal. Starters, fuses, over cur:ert, and under voltage controls shall unless otherwise specified be moue°,ed on the central control panel in the Control Building. Location of push button motor control stations are shown on the plans and as summ.ar` -ed below: Motor on Control. Location Digester r.ixers Boiler room; digester Sludge liquor pump Boiler ro-:?m Hot water circulatin pump Boiler room Sludge pump No. 1 Sludge concentration tank; at puep Sludge pump No. 2 At pump Sewage lift pump No. 3 Central panel All starter boxes and push button controls shall be identified by a brass or plastic tag die stamped with the name of the unit it controls. All electrical d,:vices in the ooiler room or cic.,e proximity to the digester shall be of an explosion proof type. 8-03 Wire Connections: Wire sizes used in connecting motors, switches, etc. shall conform to the electric codes before cited and shall be of sufficient siie so that voltage drop at the motor does not exceed 2-V2%1 E All power or switch leg runs outside of buildings shall be enclosed in rigid, threaded, hot dip, galvanized or sheradized conduit. Underground conduit runs shall be made watertight, and conductor insulation shall be Type RW, moisture resistant. Underground conduit shall be buried not less than 12 inches deep. i I 8(1) € Ae,: .r. }�:. NNW Specifications 9. PAINTING AND PROTECTIVE COATINGS: 9-01 General: This section applies to the painV_ng and protective coating work to be done by the General Contractor. The digester dome assembly is to oe supplied with a rust inhibitive primer shop coat and is to be covered with further protective coatings as specified hereafter. Units of equipment such as motors, boiler, pumps, control panels which are received with a finish enamel paint need not be repainted unless coating is defective or damaged. All paints used shall be especially adapted for sewage plant use. Manufacturer's specifications for proper application, including thinners and sealers, shall be strictly followed. The protective coating paints shall be equal to those manufactured by the Inerto: Company, San Francisco, or the Arercoat Corporation,South Gate, California. 9-02 Surface Preparation: All-rust, scale, grease, dirt and other objectionable materials shall be removed by cl.ean:ng, wire brushing, or chipping. All bare and galvanized metal shall be ,prepared with a wash coat of Inertell Passivator N--. 33. All iron and steel shall receive a primary coat of Inertol 'tustinhibitive Primer No, 621 applied on a rust }free, clean, dry and passivated SUrfLOe. 9-03 Application and Colorst To the surfaces prepared in accordance with the preceding paragraph the following addi'icnal coats shall be givens a. Two coats of Inertol Standard Black to: i 1. All exposed piping, dreft tubes, tie robe, anchord bolts, structural members within the digester k below the set.age level. b. Three coats of Ramuc Utility Enamel to: 1, Stru-tural members and underside of plates of digester cover - color A 1,zainum. C. Two coats of ?nertol Rigortex Enamel to: 1. xterio: of digester cover, ladders, working platform, railing,t07—1 operating stand ! )r sleeve valve - color Aluminum. 2. Exposed new piping, valves, handwheels, etc, for sewage gas in control building - cclor Red. 3. Exposed new piping, valves, handwheels, etc. on sludge lines in the control building - color Brown. 4. Exposed piping, valves, handwheels, etc, on exterior of digester - color Aluminum. j 9(1) Specifications 10. MISCELLANECUS: 10-01 Repair of Sludge Beds: The sludge discharge channel to the drying beds shall be reconstructed in accordanc, with the plans as early as practicable. The earth foundation prior to construction shall hav3 been thoroughly compacted to prevent later settlement. Gate openings and slots, and splash aprons shall be provided as shown on plans. Concrete materials, mix, and placing shall be as specified in sectior. 3. (a) Wood float finish is required on aprons. Where dryiz. bed materials have been disturbed by any nonstruction operation they shall L� reconstructed with 6" of coarse sand on top of 12" of gravel. Su•facc of the beds shall be smooth, level transversely, and sloping to the south. Plank dividing walls shall be replaced 10-02 Stairs and Walk: The stai�7s and concrete walk &owr on the plans shall be placed on thorou, .ly compacted, firm ground. Concrete quality shall be as specified in section 3. Expansion joirt mater4 =_1 shall be Flexcell cr equal, Stairs and walk after receiving a metal trow.l finish shall be stroked lightly with a broom to slightly roughen the surface. Concrete shall be cured for five days by an approved method. 10-03 Cleanup: Before this c^ntract shall be accepted as complete, the Contractor shall remove all debris, trim earth slopes to a neat uniform surface, repair any damage to existing structures, smooth gravel roadway, replace gravel in roadway if sealed with dirt, and otherwise leave the job in a neat, workmanlike condition. As Fart of the cleanup operation he shall snow to the satisfaction of the Engineer by test under operating condition that all equipment units are operating properly, and are correctly adjusted. 10(1) PUMP' HEAD • P WADE NCWAEG.n r• NORTHWEST DISTRIBUTORS Pmid.nr ord fm G.neral Manapo PEERLESS PUMPS FRFD F. MINGLE — GOUEDS PUMPS,INC. Mane,..,EsuHN beech IN A : . GARDNER DENVER PUMPS Hom.O/Iice: BARNES PUMPS WADE RAIN IRRIGATION 105 S.E.Na.Ih.rn.61rd. AWK116111A No Lz EQUIPMENT PORTLAND IE,OREW14 Seaffle, WaFhinpfon 81 .,h 532 FIR,T AVENO SMITH ZONE . PHONE SENECA I819 1 1 J'.L Y 17, 1950 Cit., of Ret_ton City Han lenton, Tkshington Attention: James Highton, City Engineer Dear Mr. Highton: We :lave received your letter order of July 12th qnO below is our Tmderstandir.g of what this work will consist of. The City of Renton will furnish the block and tackle to list the dotor and pump and necessary help to dismantle the pump. We will furnish supervision at $3.50 per hour, to and from Seattle shot, be- tween the hours of 8 and 5 P. It., with time and one-half for overtime over this period, 100 per nile to and fmm 9ei,ton. Machirn wor}. will either be done by the City of Fienton or by ourselves at C'st, plus 10%, ;ncludinP tine of one. man as required to deliver to machine shop, ec cetera. If there are any changes, will you plaase advise by telephone, as I will be out of t sity during the week of the 25th and xc uld like to make arrangemei.Ls at this time. If the a',,ve is correct, will yuu kindly si_m and return the ori,7inal copy immediately and we a•.a furnishing a self addressed stamped envel- ope for your Convenience to save time. Thank you for clarifying per the above. Yours very tr ly, R. M. WADE F. F. Pr'ng e / FFP�ee En, 40 STATE OF WASHlNG'f .Of. DEPARTMENT OF HEALTH SMITH TOWER SEATTLE. WASHINGTON June 16, 1950 Hr. RSi1L f3parrow \ Chief operator seeago Dismal slant t Renton, washinrtor, �\ Dear Yr. Sparrows %01*sod Id s curve for four Pars Plume. y measured reading in the flume at the aole in the wales` sh Id poo-�pspan to the reading insiAe on the Wsilsy me'or at that tire. 1 It is suggested that the pr we be Jere aR)ut 1/2" and the inter- mediate weir be lowered '/0" srsit oiras ation via the influent shan- nele. Recirculation sh0ulc, be cAtpolled to at the filter paaps operate ecatimsourly. The pr+rant ?000 iPm ppphp on the aeoo -eta f}�iter left should be modified to pump about 1500-1690 g at a too head. UP. Pr'ngle, representative for Peerleas Pnmp, o ims t)Let thiei.aan a done by reducing the eige of the impeller. this show so r-a the pa"I prv�lcm. Oar} truly yours. / SAYITAPY MIHEWN 990TIoi YHIMs(rY \ \ Sr. ?ab71c Health Enginser 00 - sup'. utl�4tie'c- t* He Renton oo - state Pollwion Oantrool a missioc �fIa a ,19.._:.:.... I Please enter our order for the following goods: 1 Name.................... ewtaa-----------------•---------._._.... Town.-.-.....: State...... jy rrtL[aEt.._.._..---..._...._. Via.................... ............................................................................ _. .on or about +d- 2 19..'y.. t...... h6--- at prices, terms, conditions of sale named on reverse side hereon F. O. B. Pre and tones apply this order only. Quantity No. I�, ku Pal"..E Mi/:".an Ynnm npGrt. rind 1,of "InpW or to VIA ,,,A d.f_.,.�L—.. AS fnllrtnr _ — n i i ^' •, -der...=$1?-�;?H :.'1,.,a. ., a #r6-'��`'� -- � `i'i13i.:Y3Et' !l `.roiiiz-?it3•!R1s-7 ' -s^jCFxR— — _� .. ,..::,y_�:wPr.^w#atiYn-Liar►-Ao-i-��i-�'�rx�:Lk�.-3;�<+� ,-- wl—m�r ni'. rnrt_. �+rlt�� 1^'�. -nrl•:r1in,- *.:-W 'n.• On* -,n;, tt --a.:--s ex, Wed iG J001.:.4—pp-#sia 1 � a T- READ ALI.COND=NS—INCLUDING WARRANTY ON REVERSE SIDE OF THIS ORDER— WHICH ARE HERnY MADE A IART Or THIS ..JET IMPORTANT NOTICE TO ALL CUSTOM7113—THIS ORDER for merchandise an&o. aerviz�y wlll to Invoiced and billed to purchaser at v,11or's gfee at data of dellvory. No date of de'lvury is guaranteed but will be mado when marchu.dles � available. Terms:.......__.. .... . IEt..,..ja..d7y8..._......... ......._........._..... Salosman have no aulhortty to mler this form. and this order Is RNtdtoae......._..._..._. _._...____....._........._..............._. ..............._.._.. not binding upon 9. M.Wade 6 Co. until accepted by an officer. baloonisa -.........._.1,........... ,..;. _TO...._._.. .. ..__... ti .........._.. .. ... .._.._.................._.._._._T.—.._._._.. ......... Form Is. I i t CONDIIIONS Purchaser agrees to pay in accordance with the toms ehcwn cm the reverse side c' this order m legal tonecr of the United States. No agreements, representations, stipulations, or conditions, verbal or otherwise,save as mendened in this order, will be recognlxd. In case purchaser requests cancellation of this order for my cause, it may be done at the sole option of R.1' Wac, 5 Co., upon payment of 15 per cent of the amount of the erd rr as agr.-•9 liquilated drnages. This, paragraph shall not apply where goods �ve been sp curly for the purchaser. All,'o cis shipped under this contract shall Le and i iam the property of R. M. Wade 5 Co., and subject to thou order at an/ time they may deem themeolves insecure, and until all condhicas ci this contract, trt.lud ing final payment in full for all of gait' goods, have from compiled with. In case of change cf membership in the firm of the purchaser, all accounts ca rotes for goods purchased hereunder shall fm.nedimely become due and payable at the option of R. M. Wade 6 Co. Claims for *homage must be made within five days from receipt c! shipment by purchaser and not otherwise. Claims on warranties must be made within ten days from discovery and not othnrwise. Purchaser agrees that R. M. Wade S Cc. shall not be respons-ible for my delay in shipping moultmg from destruction of warehouses or factories,strikes,lockouts, shomage of merchandise at the factory or plant of R. M. Wade 6 Co., delays in receiving merchandise foon the factory or plant or other sources of supply, or other causes beyond the control of R. M.Wade S Co. WARRANTY (1) Merchandise c—sred by this order carries mcnufacturari guarantee only. Jobber, distributor or dealer makes no guarantee. (2) Under no circumstances shall R. M. Wade 6 Cc. be held for any consequential or other damages, iessas or expenses arising from the hmtaUatim, defect of materials or workmanshi➢, use, or other causes, rcgardless of advice or recommendations that may have been rendered by R. M. Wade � Co., or its agents cancorning uu�h installation or use. (3) Dealer agrees n^t (c make any warranty of performance or efficfeney. or other oonrahng guarantee not "I forth in mmufactuorr's guetantae. • TERS for PACIFICAORTHWEST WADE Nf WEEGIN 9 M NO!tNWRLT DI PUMPS P•IpM l end 1 G IMonogv � FO, MAIFRiD P. PRINGEE PEERLESS PS,I NC Mo+Oq:,S.oeM1 pwnd /!M!� GdNER -IVEE•PUMPS GARDNEIbD:'rVER FUMFS �ii 11AR1lES NAYS HDm. TB S WADE'PAIN IRRIGATION IPO SAND 14,09E ebe. t EQUIPMENT PORTUND lA,ORECgN 5«xnh, wo.hingron acorn E 532 NR�T AVENUE SO JH ONE A FNONE PENECA 10Ie )oar ..._ . At the ;^r� 'est, r, „c are 'rou ^ coo/ of the letter Yh*^h r o 1 Y rn;;'., d to "r. ^, Doer r-tar his teleohoro ro ,r, s,.t. on .;t'1 t.,. f io c. _ dos re. F G I F t Mop �.' ,:r':17nL f:+'„ . r'$°�.,§-' NL L`.1mYrwY r,�`• PUMP 1 • A • I E N WADE WRFGIN N0[fHWFST DIFTRIRUi0R5 h NE ena ien f»nnol Menop•. PEERLESS PUMn FRED F. P[ING.E v w• GOULDS FURLS,INC. M.nep••,SwrU•SranaA • . GARDNER-DfNVfR PUMPS IARHE3 PUMPS Rgfafl�m- Nome Otf tt: WA R UN IRRIGATION 106 S.E.No.Ih—Flyd. Ep111LMEh1 PORTUND I.,OREGON Swale, Wp.h�npron B.an<h 592 FIRST AVENUE SOUTH ZONE PHONE SENECA 1911 • fee as}iin-tc% on r-1 1 Our m,,.cnt .o r-• .'I I P ^Pi!n" ^nni fMm the - rac:t .r 1 :;o .akc the inmller o-1t oz t'ie Menton Peer"- - i-r I) ^7a tri.^. 't to U '.0 4_11 dia^eter and nake it lr-c � ra5.:n- cf n out 10+i, a,t 1 I e f, I rt is I, 'natively si.n»le .joo t;ta nr<i a'xh- co,aL' . c1Oae ,7v the (lit ' of 'on'on th"1`3Cl'7e i• 7livie-er, 1..1 it T,9re to Co It -nd ^ave ;'ou a firn price, wit i,Tmld ;lave to "o rlr 'ni^ ' �causo of ^11 the po siWe :;ontin-encics• P'cerefore, is —) >a ?... v; ^st the follortin-. the oi' n"n 2 ,ni4sn t ,.e h-'-_oci: !- trcY1s zo lift the motor vid necessar- aelp to t!s-ontle t:io inrr). - ';; a111. our service forEtrrn rt >3.50 der hoar to s+!nonrilp if desi.roc. '!.ilea-e wll `.c at Vie rate of 100 nor r 1e to rI ' "ru, -,jcntcn. 'e world estimate the pimp covld 1)e ta},e, an-lit eas'17 -v o-e ..r-, tho t--axller turned either that day or tits ;ollrnxi^ +c'r, nrc' a':i^ reinstallcd the folloviri - the c '!Tie ano-c, om course, - +or t"teir err, P ilo�,ee5 i•t:' tie. r -. . _ - 3*:i'1 0 .:�'l,'. L,le Intrip. ,e QarL uarartce t .z', Vie •bo,;s w,nl_ld br -11 t:t-t or_mt11d bH required, but vie believe a it n7rLld be no.e t ^ -nple. ;n : ope t.-eo .ove ^ves ;rou the iniorntion you neFd and plonsc '_- t •!s krt r if we "a -'t.ve z•ott +fir fl.,rther sr.ti'_ce. i A^ B. LANG41E f SECTIONS'. a VBPNOq JOMN A. KAML.M.D.. M.•_n FhvIPONM[niwL MNITATION ACTINO DIRECTOR STATE CF WASHINGTON DEPARTMENT OF HEALTH DIVISION OF PUBLIC HEALTH ENGINEERING SMITH TOWER SEATTLE 4 June 23, 1950 Mr. James Hig:_,:on Subjects Sewage Treatment City Engineer Plant Renton, heahington Dear Sir: Enclosed please find a copy of the letter from R. M. Wade CLmpeny regarding the Peerless Pump at the Renton Sewage Treatment Plant. The proposal given by Mr. Pringle seems lesirable. However, my knowledge of actual pump design is wry limited. Unless you can figure gut an ezohange or replacement of the pump, this is abcut the cheapest way out, according to Mr. Pringle. I If we can be of any further service to you, please feel free to call upon us. i Very truly yours. SkKT►H! RIMIRMUNG SECTION X. E. I0000IRR XWzgkk Sr. Public Health Engineer Encl. - Copy f i i C 'rr I 71 C 0 P Y R. M. WADE AND COMPANY 58: First Avenue, South Seattle 4, Washington June lb, 1950 Health Department Sanitary Eng. Sec. Smith Tower Seattle 4, Washington Attentions Mr. Wagg ner Dear Sirs Confirming our recent conversation, we have received word from the reerleus Pump Division that it is very practical to take the impeller out of the Renton Peerless pump aw trim it to 14ge in diameter and make it h ve a ratlsg of about GPM at 15' TDH. It is a relatively simple job that probably oo..ld be done by the City of Renton themselves. However, if we were to do it and gave you a firm price, it would have to be fairly high because of all the possible contingencies. Therefore, as an alternate, we wiggest the following: The City of Renton furnish the block and tackle to lift tltc motor and necessary help to dismantle the pump. We will furnish our service foresan at $3.50 per hour to supervise if desired. Mileage will be at the rate of 10j per mile to and f:,om Renton. We would estimate the pump could be taken apart easily in one e day, the im eller turns" either that day or the foll,- ' �g morning and probably I reinstalled the following day. This would, we belie sake a relatively in— expaL sive job for the city, and for two 8 hour days, plus turning the impeller, plus m leage, the charge would not be over $67.00, tad possibly less. The above, of course, would not include time which the city might charge for their own employees for their help in dismantling the pmap. We cannot guarantee that the above woulo be all that would be required, but we be_ieve that it would be more than ample. We hope the above gives you Lie information you need and please let us know if we may gi-e you any further service. Yours very truly, R. M. WAD;, do CO. (Signed) F. F. Pringle FF"/ea 6M i , , L PUMP HEADQUARTERS for the PAtIFIC NORTHWEST ' WADE NEW BEGIN 1 NOEINWEST S PUMPS TORS -mld.nl and Fe.: G.^vl Manop.r � PEEN E55 P6MP5 FEE r F. PhINGEE GOUEDS PUMPS INC. M.." Swni.fl—, : • GARDNER DENVER PUMPS b SRNES PUMPS Home OHke: WADE'RAIN IRRIGATION ID' S.E.H ,h-.61Nu. EQUIPMENT PORiL,ND 14. OREGON sea lq,w.Ehinpron Eron.h 532 ACFIEST AVENUE SOUTH ZONE 4 FNONE SENFCA 1410 Janurr,; 19, 1J50 City of %nton Washington i AiTENTIOtd: Mr. McHugh Dear 'Sr. McHugh: Attached are two copies of dimension print on the pump which is being manufactured for you. •Pill you please check and if the dimens_ons are correct, apr-ove one drawing and return it. We will appreciate - your early attention so th•-ire will be no delay in the :janufacture of this pump. Yours very truly, j R. ki. WADE ° CO. FFP/sa Att: 1 4 ' f r f AIN TYPE NCC PUMP IN .,TALLATION (CLOCKWISE ROTATION) K" Fir - __1 SECTION A—A (R16HT HAND PUMP) u•�.- V S.Z H.Pr1]P.Hr V. `C.yS I et_P.M. MOTOR i FvRH,i1M¢v SY 43 L ul.roryER � I O 1 nlox4 pump C XX12SKA.S.A. cf�a FLANGE T s�GT1ON __ i IO X _:5*A.S.A.� ----T--- . FLANGE FOUNDATION & C-ROUT i 1 L—� T --4 L�I7RILL,4 HOLES y,_�SCH�k 44�4°Gl°c KunsE EQ.SP, ON 29 9.C. r • or Svari°_r.� _ __ __ _ (HOLD DOWN) I�rIMI� No. 65093 G> t..jTTOM iEW l'hiyw.J i.�_ e_5 , _,K PEERLESS PUKIP DIV. V 4265 A FOOD M!I_HiNERY CORPORATION dum"" _.. i _ I The City of Renton Department of Public Works SPECIFICATIONS x'sL°btln[#i1E L or su;.plying the City of herton with eert&lh idaterialr .required. for revising and laprovime- the Reatofj govogifte �t- f � l 0 :,v provided by Or 44e creating Loci\ Improvement District No. R%aminef and Approved by the City Council of the City of Renton . ................. . . I I Atty o: mayor fF1e 1 Proposals Sealed eruposais for this murk, endorsed with tile title of the wurk slid ❑I bidder, will bt. recelveei at the office of the City Clerk of ' City of Renton until 5 c•' ........_..__._.. j The said Council will proceed. without um ..m cy delay, to n t award the contract for the above work to the lowest find beat bidder. with adequate security; the Council reserving the right to reject any or at! bids. 1 Permission will not be glvee for the v.ithdrawal, modification or explaaltion of anv bid or pto- posal. Bidders are notiilel to thoroughly examine these specifications, the plans, the form of proposals and: form of contract: it there be -uy , at or obscurity as to the miss iug of any part. of :he same, before making their proposals 'n.00dfi a bidders should ask the City Eagincer for an explanation. If, after proposals are delivered to the City Council any difference of opinion shall ari.,o kk as to the True Intent slid meaning of any t'trl ,I these specifications or of t.a plane for this improve- ment, the decision of the Cit, Engineer shall as final and conclusive. and Ii- on all parties. Bidders are warlsel Dist all bids which me de1L•feut In either of the following requirements will be rejected u., into d: tat All bids for this Improvement .oust be. made n;wn the pldat,d blany,s provided therefor by the city Council. (b) No bid will he received if detached truce 7 't . o. t with which it is boated, nor Inust al -,- - .-.-...e.............. ...... ti- tm�..wva , .. .., nu,w his nn1. "l it eons „rA..r. ,uv1 .,inl ina sea entel•ln .. -�� deposited. L.tending bidders should ask for the form of contract upon the basis which Ulty dasho to make proposals, and the successful bidder will be require-1 to enter into the contract which iF attached to his proposals for this Ili cement. l t It, Bids must be made on every Iteii, noted ea the blanks fur proposals provided for this Impn ?- meal. The prices must be stated both in words and flgu:es, ii the repifective ec!umn; provided for .ere same on s.id blanks. lu! All bide shall he acnumpanted by a cuithed check payable to tilt order of ,tee City Troas- urer for a sum not less than fire I" per cent. of the amount of the bid, and no hid will be con- a!dered unless accompanied by such ch and if the coattact be let, ail checks will be returned .o the bidders except that of the succesafai bidder, which will be m,Vned until a coot at. be Baler.d Into f.>r making this improvement betwsen th% bidder and the Ctty, In accordance mite suca bid If the said bidder fails to enter Into such conlr��t in accordance with his bid within ten days f-^n : . . date et which ha is notified that ho Is the successful bidem•, the said choct and amount they. a:.+.�' he forfeited to the City. Before such contract betweou the successful bidder and the Uity s:iall M . t t+ C SAN-1 SEWAGE TREATMENT PLANT valid or binding against the City of Renton, the contractor shall enter Into a lotnt and several bond with the City of Renton, for the use of said City and also for use of all persona who may perfc-,m or cause to be performed any wort or labor, or furnish or cause to be furnished any skill, labor or material, in the execution of such contract, which bond shall be In amount fixed by the C1ty Council, but not less than fifty (60) ;.er cent. more than the contract price agreed to be paid for the per- furmance of such contract. ti The material+• to be provided under this contract are for revisSs� and �gpr•p rlp�r the Rwito.1 oewerageceitieons nt lantdSX-$-'I, and require ei he bidder shis esa;ainc and be familiar With .&lilt ii. conflection with thu .dorke LTawin 11-k1l is ;.:3de a pa:t of this propuer►1, and materials offere.', shall be suitable for t?'.0 usts as shown. Complete specifications Will be3Submitseaswithnot t e j to ,Gs�fsor the primp and motor eetSng the The Will be rated at c"J00 GM9 251 hea.dj a; prlr«atoly 740he F4 70°, a,Ticioncy. Incidental to the P 1 fjoatst and or iall-ttilm items r quiredll be the �forwzMtomatitch ic fuse bc_7, magnetic ~ operstic.na cast ircxi pipe will be Class 100- Sufficient bolts and nuts will br - rovided for the flanged connections. A�.1 naterials t. -11 be delivered ttr the site of the wk*k. a f i a Y p P ,n 1 zr P i CIrY UP ;.F9RC.a_ uarui ,-rw 1i<oo at,le "r anal city Camel, City or Loam, A02hin, tat Gmtlwwns YMIai►ea3n isaed a to 00 rse e4d QUK* our propene" of 000"Or 20s 1%9 chid► we irregular, gafl�lt ndot bOIDE fawner With nll Omdittooss deteile and reauireaonts in OMMW*Uft with .[V'�t t�mage ��'aWtels Wdth rtAw"t s nguired ibr the tetiaion ad 1%mVmmwt lftte t the ae8erdiVM sate AIM COIIW lMMp =in the C:,ty ad I aataas King Cauntys sh+ab- To ftauish all material for t"e 4e6 ladadift -,Ayeltless rn*mtrial Inenmmoo ^view taxs and allotbar %axons eta, for -,be total M at 4,3;48.3; et $200.00 previously attacshsd to be usld until a ooatraattis ai �t 9X of W. total ku is h" be retaavned at anae i? bid is net 1 I flan sus ft go ladder and it prloees (Write In both Weeds and �eoeKdrred. r$r his !s based ea Wane Wait Item *mwtity apauripti n Tait Total 1 1 onl; 21C1; GPM pta p w/ Motor end mif.ta".oss sta. "51 bend) �hss thoueead, five hundred thirv-two--55 90wr ea 5U 532 r 2 1 only 1�" Ch•atc Y lye Planged e.t end Ore hundred forty and 4OA00 yar w ck 140.40 140.40 3 2 only 1I Gate valves flanged ,sa. OgaWpd One hundred sixteen end 72/100 +*ar e;a�115- •�72 233.44 4 1 only 11" X S• C.I. ripe Fw one Wo plain ii� ¢ ,Thirty five and 001100 wpa. a o'i- j5.00 35.00 5 x only 1�" 900 MID P19 op. and Thirty two end 64 0f1 �ry �65.?B 65.28 6 2 only 11" x 34 Pita no" C.I. noameavl• plain aao Bad rty 2 „ and 00�00 nor as SO 00 60.00 aoly 11 X 90 C.I. rioe r"?A ea. ewi Sirty five end p0J1t1 spar asWh,, d OO 130,00 8 1 Dray 17° X l2• C. Z. cipb irl.Itl one mad, ?lain me rid Sever my Pour and 00 _ 00 yar dRtd, ^4j.00 .••_ 9 g oar 0 X 1.2� C'el. I inn plaits ec. sum` 74.00 T­S­Ixty and 00 300 root on.&2. 60� _480 1D 200 lofe 3 1a Copwsr tR Ing _. u oint three three four 21 6 only to etd. r ?.f. .534 iiP�t o a o �afiliDCe 3 4e omper om 12 2 only 4 Wdalws fitted for oopuor tubing M r d "��� -�'Too �7" -13 9 only } oar eaaF 3.93 �7y - .Nine and 1 00 ,paraFl- 9,r51 85.59 14 { only t" X 4" x 23. X 15• V • -». ._ . e?wen nix and 55 100 per ana.% 26.55 10 2y 0 15 5J only �" x bolts with outs °Dint ninety fivo__a4ats s 16 ; u.'_ 2" x 10• T & 0 Cedar Finite 1k+. l urado ,1rPoint seventeen oente lr.f. .17 ::'ip _ 17 1 only ?. " Coaorto pips ttpeaee " ,. d Forty five Zd 55/100 16 only 24" omrste ni ovationsr 45.5b „Fifteen and 00 ,..r ey�7,5e20 30..40 TONI b!e! aaargletw !a evas - repent and dotal). + �. aMee Plus sales tax 94.64 total 3248.32 to the C,ltir of F.ab1A s j- I All Batas iMlo a o ontreet aura tumish bM sattadwotory ..j&U *YS am ae VLWM anti ery�attar asaaptatetee t Will begin.dall�trtto Wras re I es141WAA W sdedtted to v* City 4t� �i� !' day e�Daa sK�, 1949�saa. CoopaF4 --- R.me WE COOIMN`.� Hd r r S^sI f�18�_ tdrlress 818 b'IR Ayr, SOS, SEATTL$. WASii $AN SAN-1 SEWAGE TREATMENT PANT ^S ADDITIONS i i E { BID PROPOSAL j Digester Tank and Appurtenances Tot the Honorable City Council Oity of Renton, Washington Sire: The undersigned hereby certifies that he has examined the site of the proposed work an(, that he has read and thoroughly understands the plans, specifications, and con- tract governing the work, It is further understood that the Contractor is to furnish the materials} labor and equipment necessary for the construction of a complete improvement, exce_,t r.s otherwise specifically stated in the plans and specifications, or in a letter accompanying this Bid Proposal, and that the costs of the same nre included in die prices q••ioted tercafter. Accordingly, the undersigned proposes and agrees to undertake and _mplete the work as set forth in the time and at the prices quoted as follows: Item Descriptio Sum Y`'ice 1 Erect 65' dis, concrete digester tank, install steel cover, tog.ther with sludge concentrati.ig, heating and mixing accessory equipment, piping, electrical connections as shown on plans and specifications. 2 Construct concrete grit channel 4,Soo. 00 3 Furnish and install 100 gpm sludge pump Z,6 00. 00 4 Furnish and install 500 gpm sewage 'lift ,,ump 2 Boo 00 CPncr� ,c P�.1r 4" A ivrc. TOTAL Sales Tax 3% 2, ato. cc TOTAL BID � iE, a1o • cc If awarded the contract, I agree to start the work within to calendar days and to complete the work within `1 calendar days after date of contract. �.a� � oG )a rwou,y♦ FS to� Attached hereto is 8 ,o ESo. o for fl.�" , payable to the Treasurer, City of Renton, which amount s % or more o� ei t above. &�RrL nl L.On., 3T neV CT\ON LO. Address of Bidder: Signed r � �,�.f°G 2SON , �p2T�:rC Q, (Title) =k -T J 6 A1T LC ��e Date �t1L'( l '� , tl5) t BID PROPOSAL Digester Tank, and Appurtenances To: The Honorable City Council City -)f Renton, Washington Sirsi The undersigned hereby certifies that he has examined the site of the proposed work and that he has read and thoroughly understands the plans, specifications, and con- tract governing i.he work. Tt is further understood that the Contractor is to furnish the materials, laoor and equipment necessary for the construction of a complete improvement, excen" as otherwise specifi^ally stated in the plans and specificatio.ie, or in a letter accompanying this Bid Propcsal, and that she costs of the sam- are included in the prices quoted hereafter. Aocordingly , 'he undersigned protases and agrees to undertake and comnlete the work as set forth in the time and at the prices quoted as follow;;: Item Description Lump 'rice 1 Erect 65' dia, concrete digester tank, install steel cover, tu6ether with sludge concentratisig, heating and mixink accessory equipment, piping-, electrical connections as shown on plans and specifications, b_ �r� / ,1 2 Construct, concrete grit channel _' S � j Furnish and install 100 gpm sludge pump 2L I p 10 e 4 Furnish and install 500 gpm sewage lift pump _t)2i ' TOTAL LL'q Sales '.'ax 3% 09' TOTAL B47D = ;z o4 f 58 If awarded the contract, I agree to start the work within 1 0 ca'eniar days and to complete the work within ( Z O calendar days afterr, data of contract. Attached hereto i3aA) 60rW4I for 4 c.omt bi rayaole to the Treasure-.,, City of Renton, wmch amount is 51 or more of tne bYd above. Address of Bidder: Signed11 — _ j *Y-4'AYGvT-_- c o S T< Go, , kj � (TI=e 1 S10()E lyQq Date SeczzLLQp 3'Wax^T— ! y� lci / �1765 �'r /s /u•6'Ps.� c1�C., cxsr4/u� �,/ .,L ...� C+ri o� u;� ot. .') o7e �•*w �II �L L /sY � May 16t 1952 CITY OF R121TOR WATER A::L SEWER RIXMING AND II4PROV 0T ti :VME BOUDS - 1952 - SSRIY:S A 12"'JI'F.i. II`G PLAT' lumadir:co Irx�ro vemert for I.o year of 1952. ;Iews3°'Irvg t opt l lunt vaccriltion of Work.* r::pand vnu iny,rovv f, cili..ii�:s of oxlstinl plant r_c follows; (1) Constrz,^t :. pr'ru:ry digester together with necessixy rrech;.nery anc. equipment for digestcr operation. (2) Install de ritor for renavii: natal and gravel from sewage Influent. (3) Install new addit'.cnrl sewai;e rltt9p to lu-ndle increased flow through plant. (r;) hoplaoe inferior rtain sludCa pump, and replrce inferior auxiliary sludge ,unp. estimated Cost - ;,509000.00 Wetinated Life - DiCestor tank : 111 last Indefinstely and machinery and equipment will last 20 years with pro- per care end *neintananceo DOTAL SHWAGU TREATV"!"T F lAt"P - w 50,000.00. Hater ;.vetm ooscription of Work in Order of Pricvli;y. 1. Dovclop deep well water supply IL tae Kornydrle arer: to augment upply by drilllnT' sleep well and installin,; deep well eloctrio pW to pr*dwe a minlam of 200 Gallons per °,i.mtet together with _,1operty aoquistion and punt ,ruse ctnat.uotion. Estl-wF tod Cost - IAC9000.00, Sati;.a',ed Life - 30 Years. 2. Lxpand wi d 1,,gprove the water main grid system in the tt, uy- dale area as follows% Install .'Sri feet of 3 inch seat iron yippse; il%304 feet of G ineli cast iron pipe; 4000 feet of 4 lnsh cast iron pipe; 2000 feet of 2 inch ralvenized iron pipes ustinated Cost - .1+0t000.00. ; stinted Life - Zhe cast iron pipe will lest indefin- itely cnu is designed for population satmratt'*# The gnly- anised pipe is desi-ned to salvage the existing 2 !nch lines by extension to rulieve the °rYnadiete eaierl:ency with a life expecUmey of 5 years on exlstin, lines. 3. Purchase of a 3/8 cnLic yard truck roamed gas shovel.. The p�uchaas of this eruiprvent will peetfit th 3 use of City labor farce on the Kennydals wr`ar main rroposa2 at a eub-tm- U41 saving. This itom is not included in job estir,r to cost% but oar, be prorated out faith rental also chargeable against other City det,:.rtr�ents when used. E'.stinated Cost - $10#000.00, :gtirsated Life - 10 Years. 4, 4ehabilatste the existing 20 inch steel. orator ^uii serving the ::ity water system fro . the Springbrook Cpr!ngs voter supply. '411iie section of v{ater main is ll 5OO loot and oxtisi4s from the existing 20 inch csbestoes canont main to the ;;pringbrook wipply and vill be rehabilitated by lining with cement norter on a ccncrrct proposal. Estimated Cosy - $509000#000 ESU-mated Life - 20 Ye rs 5, Aequistion of additions) property to safeCuard the .,,, -tngbrook victor supjy. State Depert+.:csnt of Health Officials lade written request In Wile matter to pre ect supply iron cont€.uinution. Estimated Cost - S1Ggv00,00. 6, Increase pumping capacity at Windsar hills booster station, The oxist.ng pumpin` capacity is iacufficiert to moot tine demand dur.lnr, the critacal sunmar months and it is intended to increase this punpinL capi,clty an additional 1000 gallons Per Minute L7 V ',` Q OY.` 3t!*,r 't.tC', —L ., aiatlMs Cyst - '101OGI.w.•9 Lstimated Life - 30 Years, 79 i relopmt. nt of ',fount 0.Zvet ,prings wator supply C(MatTaet holding roservoir at s gin, ,ite ai.4 install 2000 fast of 6 tnnh vote; .win to :;ugnen� ufply in lov level jystalm. This development is crr.siderod p 1 ac-ic,tl tut additiuna.l data xi spring flow and Ui.stin,^ vb,�e: i..,hts are necosiavy before rroceediug on definite proposal. ' Eatimotod Cost - : 2090&:),Oi; . i Estimated Life - Indeflz,ite. 8o Acquisticr, of property fo,• water s�orn::e reservoir pla:,nod far 1953. It is held prt4ti.eal to i.equirw the rocecsery prc,- perty for z now reservoir at this ti-c . hile p--operty is &vailable at a reasonable p-,icee LetimaUd. Cost - $109000*00, 9• Miscellaneous Water System Improvements. a, Holocato supply line faro, fflghlanas reservoir for better sorv.ce in. Xennydale area, Rstimated Coat - $5t000.00, b, Reuair Highlands watez, tans and booster pumps. Estimated Cost - $2j000.00. c. Install gas chlorination; replace earn out pump�$gt Sprinr- brook supply. Estimated Cost - $690W*00. d. Replace 11 oneydow 4 inch water service rain with 6 inch cast iron main. Estimated Cost - $?V000,00• WATER "'MM24 TOTAL ;TIMATT D CO',. FOR 1952, - M01000,00• CITY OF RAMN SWAGE TRUTKM'T AND WATER SYSTM RFr2Q TE AOND FIVE ILAR TXp OVZML1 T. STAG TI�M:., ,Sr�z PLaAT Description of Wor$. Enlarge trcatrjer:t plant for predicted apulation inereaso of 9000 people as follower construct additional new clarifier tanks; additional new filters; additional now sewer and sludge pups; additional r.ew sludge beds with dryix47 facil ities; acquire additional property for expansion. Estimated Cost - w240t000.00. Estimated Life - 20 Yoars T(AAL :iiW%(,L V. AT1i :.:T PLAIT - ..2409000.00. WADER : Dc cripticn of Worl in Order w t-s',:i-:uated Priority. 1. Construct additional 59000000 gallon reservoir. Estimated Coat - a8,000.00. 2. Replace Talbot - City a» ;pply lircc. Estimated Cost 03tC00.00. 3. Complete additions to :wmydrla grid s Ctem. Estimatad Cost - v15t040.00. 4. Construct sk1dition to Ucl xlands Reservoir. 1:19ti ted Cost - $123*000..O.0. 5. 'Zest 3rill arc: acc"llre Cedcr River well sites rrc: con- struct taw wells• Estimated Cost - C481400.00. 6. Additioml 1m )rove-mnta at Sprir brook s;rring supply, Estimated Cost - $69000.00. TOUL i:ATM SYVTHK a $500)OWOOO. Immediate Improvemw.ts foe 15521 Sewage rroc tmont Plant � 50 joo0.0o ► Water System 110,000.00 tr AL $26,01000.00 Five Year Alan Seftge Treatment Plant $21Kj POW a00 Water System - 49D00000.00 $740�00Q.C3 GRAND :jubnitw4 By ymy awes "i r �' 'y* roar