Page images
PDF
EPUB
[merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][merged small][ocr errors][merged small][merged small]

Figure 13. --Discharge curves for 22-inch-diameter outlet pipe.

60

60

50%

% 09

70%

%98.

100%

CHAPTER IV --CONTRACT ADMINISTRATION

21. Specifications and Contracts. The construction of O'Sullivan Dam was accomplished in accordance with specifications No. 1400. Bids were opened at Coulee Dam, Wash., at 10 a. m., on August 15, 1946. Four bids were submitted. These bids and the amount of the engineers' estimate are listed below:

(1) C. F. Lytle Co., Sioux City, Iowa; Green. Construction Co., Des Moines, Iowa; and Amis Construction Co.; Oklahoma City, Oklahoma

(2) Bressi & Bevonda Constructors, Inc., Los Angeles, Calif.; A. Teichert & Sons, Inc., Sacramento, Calif.; W. E. Kier Constructing Co., Los Angeles, Calif.; and Guy F. Atkinson Co., South San Francisco, Calif.

(3) Morrison-Knudsen, Inc., Seattle, Wash.; Peter
Kiewit Sons' Co., Seattle, Wash.; Utah Construction Co.,
South San Francisco, Calif.; S. Birch & Sons Construction
Co., Great Falls, Mont.; Winston Brothers Co., Los
Angeles, Calif.; McLaughlin Inc., Great Falls, Mont. ;
and C & F Trucking and Contracting Co., Butte, Mont.

(4) J. A. Terteling & Sons, Inc., Boise, Idaho
(5) Engineers' estimate

[merged small][merged small][merged small][merged small][ocr errors][merged small]

The low bid of $9, 359, 011.00, submitted by the first group of firms listed in the preceding paragraph, was accepted and contract I2r-16719 was awarded to them on October 26, 1946. The notice to proceed was received by the contractor on January 6, 1947, thereby fixing the contract completion date as November 6, 1950. The work was completed and accepted by the Government on August 16, 1949.

The clearing of O'Sullivan.dam site was performed under invitation No. 2801-A by Forest Marshall.

The cost summary for O'Sullivan Dam, showing various items of direct and indirect costs, is given in appendix A. A listing of the quantities, unit costs, and total costs of the pay items of contract I2r-16719 is shown in appendix B.

[ocr errors]

22. Subcontractors. The prime contractor let two subcontracts for a part of the work required by the specifications. The subcontractors and their work are listed below:

(1) A. J. Cheff Company. --Open excavation work of outlet works; tunnel and and shaft excavation; placing reinforcement steel in the outlet works; performing all concrete work; and placing all miscellaneous metal required in the outlet works, including tunnel and shaft.

(2) Cannon Diamond Drilling Company. --All diamond and percussion drilling, furnishing all pipe and fittings, and performing all grouting operations for the dam foundation.

23. Order for Changes and Extra Work Orders. Order for changes No. 1, issued June 20, 1947, authorized the contractor to change the elevation of the crest of the dam from 1062. 5 to 1061.0, to change the lines and raise the grade of the downstream portion of the spillway 20 feet, and to obtain the additional rock material for the riprap and rock surfacing for the dam from borrow areas 4, 5, and 6 (fig. 4 and sec. 10). This change order was made necessary because of a change in the specifications for the spillway. It was estimated that this order resulted in a decrease of $360, 211 in the bid price.

Order for changes No. 2, issued August 1, 1947, authorized the contractor to use type I or type II cement instead of type V. This was necessary because the contractor was unable to secure enough type V cement for full-scale grouting operations. As a result of this order for changes, a decrease of approximately $28, 125 in the bid price was realized.

Order for changes No. 3, issued September 5, 1947, directed the contractor to unload, store, and protect the 980 barrels of type II cement furnished by the Government for foundation grouting. This order for changes was initiated when approximately 1,000 barrels of Government-owned cement became surplus from another job and had to be used before it deteriorated. The unit price for handling type II cement was $1.65 per barrel. This order for change decreased the amount of cement furnished by the contractor and resulted in an estimated decrease of $3, 234 in the bid price.

Order for changes No. 4, issued September 5, 1947, directed the contractor

to make the following principal changes:

(1) Support the trashrack structure and transition on a mass concrete foundation in lieu of a rock foundation.

(2) Increase the open-cut excavation for the outlet works.

(3) Relocate to station 1+35 the downstream end of the transition to the tunnel portal.

(4) Add a keyed joint between the trashrack structure and the tunnel lining.

These changes were necessary because the excavation underneath the trashrack foundation revealed an unsuitable material which required the use of mass concrete. There was no item in the specifications for mass concrete. In addition to this, because of the possibility that the foundation might settle slightly, a keyed joint was placed between the trashrack structure and the tunnel lining. For placing mass concrete the unit price was $25.00 per cubic yard. This change resulted in an estimated increase of $3,081.65 in the bid price.

Order for changes No. 5, issued April 16, 1948, directed the contractor to obtain a part of zone 1 material from the new borrow area 7. This order was issued when it was found that borrow areas 1 and 2 did not contain the estimated amount of material. For the common excavation to borrow area 7 and transportation to the dam embankments, the unit price was $0.483 per cubic yard. This order for change resulted in an estimated decrease of $11, 900 in the bid price.

Order for changes No. 6, issued May 11, 1949, directed the contractor to install standard concrete highway guard posts on 25-foot centers instead of curbing along both sides of the roadway on the dam embankment. This change was in accordance with an agreement between the Washington Highway Department and the Government. The State of Washington plans to route a secondary highway across the top of the dam and current date highway practices require guard posts across all fills. This order for changes resulted in an estimated decrease of $63, 495.09 in the bid price.

Order for changes No. 7, issued August 1, 1949, directed the contractor to deliver the camp buildings in place, including all improvements and fixtures, to the possession of the Government. Because other construction projects were assigned to the residency, considerable more housing facilities were necessary. At an increase of $8, 875 to the bid price, the Government obtained housing for 29 families.

Extra work order No. 1, issued May 17, 1948, directed the contractor to drill grout holes between depths of 110 feet and 150 feet with a minimum diameter of 1-3/8 inches under the direction of the contracting officer. The price for drilling these holes was $4.85 per foot. This extra work order resulted in an increase of $989.40 in the bid price.

Extra work order No. 2, issued June 7, 1949, directed the contractor to perform the following items of extra work at O'Sullivan Dam.

(1) Construct the high-pressure gate-control equipment shelter at a lump-sum price of $763.

(2) Install electrical conduit, conductors, and electrical apparatus at a lumpsum price of $942.

(3) Install the motor, pump, and tank for the high-pressure gate control at a

rate of $0.42 per pound for a total of 565 pounds. This extra work resulted in an increase of $1942.30 in the bid price.

[ocr errors]

24. Government and Contractor's Camps. The contractor had originally planned to house his key personnel at Moses Lake and have the labor force supply their own living quarters. However, the critical housing shortage in the area made it necessary for the contractor to supply living accommodations. Two temporary camps were constructed, one for labor forces and one for key personnel. Through an agreement with the Government, the contractor leased 156 16- by 16-foot Yakatut huts from the Ephrata Air Base. By agreement the contractor was to transport the huts from the air base to the construction camp site, pay a stated rental for each month of use, and at completion of the job return them to the Government at the Ephrata Air Base in good condition. Upon completion of the contract the Government directed the contractor to leave the building in place for future use (sec. 23).

Government personnel were housed in a camp near the project (fig. 14). The buildings were principally modified Quonset huts. Provisions were made for a soils laboratory, office space, warehouse, garage, as well as dwellings.

[graphic]

Figure 14. --Aerial view of Government camp. Contractor's housing is in the background. --1921-4

25. Safety. The safety record of the contractor was excellent. With over 1-1/2 million man hours on the job, there was one fatal accident which occurred before the notice to proceed was received. The excellent safety record was largely due to the contractor, who was very "safety minded" and maintained a well-coordinated and efficient safety program. A full-time safety engineer was on duty during the entire construction period. An excellent first-aid room and an ambulance were located near the company office and a man was always on duty for an emergency. The communications system maintained by the contractor also aided materially in reducing the number of fatal accidents. There were eight radio-equipped vehicles on the job. In case of an accident, a radio call would bring a first-aid man and the ambulance to any part of the job within several minutes. Prompt and efficient first-aid measures saved several lives, as the nearest doctor and hospital were 14 and 35 miles from the job, respectively. The Government's part in the safety program consisted of recommending and enforcing safety measures. The Bureau's safety engineer and his assistant made frequent inspection trips over the job and worked with the contractor's safety engineer in organizing

[blocks in formation]

and conducting the safety program. The local Government engineers and inspectors were responsible to the resident engineer for enforcing safety regulations and having unsafe practices corrected. Following is the safety record of Lytle, Amis, and Green Company, for the entire construction period:

[blocks in formation]

26. Construction Equipment. Following is a list of the principal items of construction equipment:

[blocks in formation]

Miscellaneous small equipment, such as jackhammers, water line drills, blowers, power tampers, concrete vibrators, and shop equipment was also used.

27. Government Organization. - The key members of the Residency IV staff of the Government are listed below:

1 resident engineer

1 field engineer

1 chief inspector

1 office engineer

2 civil engineers

« PreviousContinue »