Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
113-94 RESOLUTION
RESOLUTION NO. 113-94 A RESOLUTION AWARDING BID NO 94-51 IN THE AMOUNT OF $1,515,703.00 '1'O HMG, INC., AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT FOR CONSTRUCTION OF SECTION I OF THE WATER TRANSMISSION LINE PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CI7'Y OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No 94-51 in the amount of $1,515,703 00 to HMG, Inc., and authorizing the Mayor and City Clerk to execute a contract for construction of Section 1 of the Water Transmission Line Project. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 20th day of September , 1994. APPROVED: By: ATTES T � By: Traci Paul, City Clerk Fred Hanna, Mayor • EXHIBIT A • • ':HIS AGREEMENT, September, 1994, Greensboro, N.C. of Fayetteville, SEC :ON 00530 CONTRACT made and entered into on the day of by and between HMG Inc. 812 North Elm Street 27401 herein calied the Contractor, and the City hereinafter called the Owner: WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: 1. That the Contractor shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled Contract Section 1, Water Main Interconnection, dated March, 1992, (Revised March, 1994) including: Advertisements for Bids; Addenda; Instructions to Bidders; General Conditicns; Supplementary Conditions; Performance and Payment Bonds; Specifications; the Proposal and acceptance thereof; and the Drawings. Sheet No. 1 Sheet No. 2 Sheet No. 3 Sheet No. 4 Sheet No. 5 Sheet No. Sheet No. Sheet No. Sheet No. Sheet No. 10 Sheet No. 11 Cover Sheet, Vicinity Map Plan Sheet, Location Map, Master Legend Water Main Interconnection, Plan Sheet Water Main Interconnection, Plan Sheet Water Main Interconnection, Plan Sheet 6 Water Main Interconnection, Plan Sheet 7 Water Main Interconnection, Plan Sheet 8 Water Main Interconnection, Plan Sheet 9 Kessler Mountain. Altitude Valve Vault and Site Plan Markham Hill Tank Altitude Valve Vault Plan and Details Altitude Valve Vault Concrete and Cover Details Details Details Sheet Index, Aerial Photo Aerial Phcto Aerial Photo Aerial Photo Aerial Photo Aerial Photo Sheet No. 12 Sheet No. 13 Section 00500 - 1 Mc„L Pane fl a lbnwl111:57 nq ncaep*M s InmOe,aYe royel•VGI., Athens°. • • Sheer. Sheet Sheet Sheet Sheet No. 14 Plat, and Profile 24 ETA 54.. No. 15 Plan and Profile 24 STA. 24+44 (END) No. 16 Plan and Profile 36 STA. 14+50 No. 17 Plan and Prefile 36' STA. 28+00 No. 18 Pian and Profile 36 28.00 to STA. 43.00 19 Plan and Profile 30" Main, STA. STA. 58-50 No. 20 Plan and Profile STA. 73-00 21 Plan and Profile STA. 88+50 Plan and Profile STA. 101+50 Plan. and Profile 30" Main, STA. 101+50 STA. 1C8+24 (End), and Highway Crossing Plan rr Main, Main, Main, ' Main, Sheet No. Sheet rr STA. C+00 to STA. 5+50 STA. 0+00 STA. 14-50 & 30" to to to Main, STA. Sheet Nc. Sheet No. 22 Sheet No. 23 30" Main, STA. 30" Main, STA. 3C" Main, STA. 43+00 to 58+50 to 73+C0 to 88+50 to to 62 That the Contractor shall commence the work to be performed under this Agreement on a date to be specified in a written order of the Cwner and shall fully complete all work hereunder in 180 calendar days. 3. That the Owner hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Proposal, in lawful money of the United States, the amount of: One Million, Five Hundred Fifteen Thousand, Seven Hundred and Three Dollars ($1 515,703.00), based on the Base Bid Price and Alternate Bid Price contained herein. 4 That within 30 days of receipt of an approved payment request, the Owner shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar :month by the Contractor, LESS the retainage provided in the General Conditions, which is to be withheld by the Owner until all work within a particular part has been performed strictly in acccrdance with this Agreement and until such work has been accepted by the Owner. 5 That upon submission by the Contractor cf evidence satisfactory to the Owner that all payrolls, material bills, and other costs incurred by the Contractor in Section 00500 - 2 MLC,.rlond anmrnno Ergm..r '11001porOwl h oy."aWKl., Anonfo. • • connection with the construction of the work have beer. paid in tuli, final payment on account of this Agreement shall he made within 60 days after the completion by the Contractor of all work covered by this Agreement and the acceptance of such work by the Owner. 6. Liquidated Damages: Owner and Contractor recognize that time is of the essence of this Agreement and the Owner will suffer financial loss if the Werk is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Conditions_ They also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by Owner if the Work is not completed or. Lime. Accordincly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty; Contractor shall pay Owner Four Hundred dollars ($400.00) fcr each day that expires after the time specified in paragraph 2 for Completion. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the Owner small deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the receipt of notice from the Owner, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the Owner. Ir. such event, no furLher payment to the Contractor shall be deemed to be due under this Agreement until such new cr additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the Owner. 8. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the Owner in writira. Section C0500 - 3 McCu'rand a ve Copulating ne Enplaor,a incorporated ra,., le vul., d,lnraaa • • IN WITNESS WHEREOF, the parties hereto have executed this Agreement on Lite day and dale first above written, in _ix J6) counterparts, each of which seal:, without proof 01 accounting for the other counterpart be deemed an oriciral Contract. WITNESSES: ATTEST: / City Clerk oved as form: Atto HMC.., Inc. Contractor By 'Jef President site 0 &Jt City of Fayetteville Owner - By CC -*1( JsC 'l: It Mayor Title Section 00500 - 4 Consult and .rnr o m ngirConsult; . Inooraa•atkE F aye revrbq Arkansas • i STAFF REVIEW FORM AGENDA REQUEST X CONTRACT REVIEW (change Order) GRANT REVIEW For the Fayetteville City Council meeting of N/A -• FROM: Sid Norbash Engineering Name Division. Public Works Department ACTION REQUIRED: MAYOR'S Approval Required Approval of the attached change order number two (2) Contract Section IX with HMG , Inc., and Task Order McClelland's contract. to 36" Water Line number six(6) to COST TO CITY: Eng $3,217.50 Const $39.071 63 $-1,<<•1c\si'•, Cost of this Request Category/Project Budget 5400-5600-5808.00 L71196. -,Pr • Account N.:mber Funds Used Tc Date 96007-2010 Project Number Refraining Balance BUDGET REVIEW: x Budgeted Item Budget Coordinator 36" Water Transmission. Category/Project Name Capital Water Mains Program Name _ II Cauital Water Mains Fund Budget Adjustment Attached Adfrinistrative Services Director CONTRACT/GRANT/LEASE REVIEW: (4/v GRANTING AGENCY:_ Acco Cale PICA City A 'orney Coordinator% Date . k. 1:ld ni4 Date I ernal Auditor a 5-31-95 Purchasing Officer Date STAFF RECOMMENDATION: Approval Dion Head Late Department Director Cate Administ �}} Services tildf W I IS Director Date I./IJ Mayor Date Cross Rcfererce New Item: Yes No X Prev Crd%Res #: C•rig Contract Date: FAY TTEVIILLE 7HE CITY OF FAYETTEVILLE ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Kevin Crosson, Public Wor3�s_ Director Don Bunn, City Engineer (�r Charles Venable, Assistant PWD From: Sid Norbash, Staff Engineer Date: May 24, 1995 Re: 36" Water Line -Change Order to Contract Sec. II - HMG Inc. Engineering Task Order #6 • The above referenced change orders relate to the replacement of approximately 200 feet of 24" D.I.P. water line on 6th Street by the Exxon Station. This is a portion of the 24" Water Line Replacement project being designed by McGoodwin, Williams, and Yates. Due to the construction of the new building at Exxon, and the need for immediate replacement of this line, it was decided to do this work as part of the existing City's contract with HMG, Inc., in order to take advantage of the existing unit prices and to expedite the project. The extra cost of construction is S39,07(1.63 and the cost for extra engineering is $3,217.50. Please obtain the Mayor's approval and signatures on the attached change orders. SN/sn attachments 7 •L:1•3 • • RESOLUTION NO. 116-94 MICROFILMED ICR°JLM D A RESOLL:TION AUTHORIZING A CONTINGENCY AMOUNT OF $354,783.00 FOR 1 HE 36" WATER TRANSMISSION LINE AND STORAGE TANK PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF I'HE CITY OF FAYETTEVILLE, ARKANSAS: $ecton I. That the City Counci! hereby approves a contingency amount of $354,783.00 for the 36" water transmission line and storage tank project. PASSED AND APPROVED this .20th day of September , 1994. APPROVED: ATTEST: By: Traci Paul, City Clerk 7 1/ Ere d Hanna, Mayor NAME OF PROJECT: 1 CHANGE ORDER • Order No 2 Date May 3, 1995 Agreement Date: SapraTnhar 90. 1994 Fayetteville Water Main Interconnection, Contract Section I OWNER: City of Fayetteville, Arkansas CONTRACTOR - EMC Inc., Greensboro, N.C. The following changes are hereby made to the CONTRACT DOCUMENTS: Delete Connection to existing 24 -inch at east end of project and add 200 feet of 24 -inch at the Exxon Station, per MCE letter of 4/21/95 and its attachments. Justification: Work needed to facilitate future replacement of the existing 24 -inch. See attached list for itemized costs. Change to CONTRACT PRICE: Original CONTRACT PRICE $ 1,515,703.00 Current CONTRACT PRICE adjusted by previous CHANGE ORDER$ 1,555,183.00 The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (decreased) �-2' 591) 25y -d)3 by: $ 3rrs -21 .413 .�.1 ), C9z,o7?zt The new CONTRACT PRICE including this CHANGE ORDER will be $ 17591,027.21 - Change to CONTRACT TIME: The CONTRACT TIME will be (increased) (decreased) by 10 calendar days. The date for completion of all work will he June 13, 1995 (Date). - Approvals Required: To be effective this Order must he approved by the Federal agency if it changes the scope or objective of the PROJECT. or as may otherwise be required by the SUPPLE- MENTAL GENERAL CONDITIONS. Requested by: Recommended Ordered by: Accepted by: _ MKG Inc • cC e14$nd Consulting�"�Engineers, Inc. v City of Fayetteville (Hayor) Federa: Agency Approval (where applicable) <:ON'nACT DOGMA YTS 1 OS CONSTRUCTION OC 11 CE RAl L \ ASS•STI C WATER AND SEWER PROJECTS Oecumaif Na 1C Change Older =ane' of • FY902103(W) 0 0 0 0 N 0 H O n 0 ri a H i/} m .1 rfo a rc 0 0 1 0 0 N el [6 0 0 O o 0 11 a O o O O 1 H N 0 0 $1,000.00 gRC W 1 c 1 0 0 0 O H 0 0 0 N 0 0 N 0 0 M O 0> $25.00 FT 1 W 1 W 1 1 I 01 W a° W W W W tr7 W G7 W • al Cr: W 1Hi. N r HI r O O En H r .i r .i O ri H HG Hw a 00 N ri -i r-1 H W fail W W H r^ H .1 -1 H H ri [.. c`n 4 W W W W 6 0 0 0 ri -1 0 0 DUCTILE IRON PIPE 24" TEE W ful 3-1 m 1a H 0 0 c� u w .r .r w N N N N N 0 0 1110 r� 4 W :�1 R 0 0 0 0 0 a 0 .11 ' Q N N N N CO l0 ri l0 In N n N N N N 4/1- 0 0 0 1.0 H C) b 0 g w a 0 .1 sa H r ri O H O H • N 4-, W a F a H H ri O H C CJ --I 4' ▪ :o a E a N c 0 0 0 0 0 0 H H 14 N H a O W HH O H aH H Xi a x W1+ a W 7W Cb: WM a wz otg0a' aH .] 1:1 o a w ? •-1 a a no o pn4 t_1 a BASE FOR EXXON DRIVEWAY ES TMATP.D TOTAI, CHANGE ORDER COSTS .1AY-01-1995 10:47 FROM HAfacorporsed Fir Mr. Robert W. White, P.E. McClelland Consulting Engineers, Inc. P. 0. Box 1229 Fayetteville, Arkansas 72702-1229 TO •14439241 P.21' RECEIVED i1 Y 0 1 1996. C - ✓ t'0-kward Management Group Greensboro. North Camino April28, 1995 RE: Water System Improvements CS -1 Dear Mr. White: Reference is made to your letter of April 21, 1995 concerning changes in the above referenced prosect. Mere has been no escalation in material or labor costs. Therefore items of work covered by established unit prices can be done for those unit prices as set forth in your letter and any other estabhshed applicable pnces. The additional costs for items of extra work not covered by established unit prices are or follows: Additional Pressure Tests (2) Additional Flushing Cost Additional Mobilization Additional Trucking Additional Valve Restraint S 1025.44 S 2050.88 4614.48 2843.09 1313.76 2C0.00 A breakdown of all these costs is enclosed We respec•Strlly request a time extension of ten (10) clap for the completion of this work. We look forward to performing this additional work for the City of Fayetteville. if anything additional is required please advise. TO AI.; Jt Sincerely, HMG, Inc. Uaset- Thomas 0. Anderson President Post O"Ite Box 20023 • Greensboro. North Carolina 27420 • Phone 9' 0-274-0765 • Facsimile 010-379-9977 MRY-01-1935 10:47 cROM Mditlonal Pressure Ted Each TO •14439241 P.02/06 Time QN4111:4 Rate Total Superintendent 8 29.55 236.40 Foreman 8 18.95 15I.60 Operator 8 14.00 112.00 Skilled Laborer 8 9.25 74.00 574.00 Payroll Taxes and Insurance (52.3%) 300.20 874.20 Overhead and Margin (15%) 131 13 1005.33 Bend and Insurance (2%) 20.11 1025.44 •t"v O: 11::):. sod r, r^.y1 1 r.'c TO Additional Time for Chlorination and Flushing ars4433241 Time (Hou& age I41n1 Superintendent 36 29.55 1063.80 Foreman 36 18.95 68220 Operator 36 14.00 504.00 Skilled Laborer 36 9.25 133.0Q 2583.00 Payroll Taxes and insurance (52.3%) 135091 3933.91 Overhead and Margin (15%) 590.09 4524.00 Bond and Insurance (2'%) 90A 4614.48 • MAY -01-1935 10:43 FR3I TO 41,014439241 P.04/06 Additional Mobilization & Demobil 'aticn4 Time (Hours] $get Total Low Boy Trailer to Move Equipment 10 75.00 750,00 Driver 10 20.50 205.00 Payroll Taxes and Insurance (52.3%) 107.21 One Day of Crew Time Superintendent 8 29.55 236.40 Foreman 8 18.95 151.60 Operator 8 14.00 112.00 Operator 8 12.00 96.00 Pipelayer 8 11.00 88.00 Skilled Laborer (2) 8 9.25 148.00 Laborer 8 7.75 62,00 894.00 Payroll Taxes and Insurance (52.3%) 467.56 Sub Total Additional Mobilization Overhead and Margin (15%) Bond and Insurance (2%) 750.00 312.21 1361 56, 2423.77 363 57 2787.34 55.75 2843.09 • • MAY -01-1995 la:49 FROM HMIlirC T3 14439241 P.05/96 Additional Trucking on New J Two Trucks 16 Hours Each '@ 35.00 1120.00 Overhead and Margin (15%) 168.00 1288.00 Bond and Insurance (2%) 25.76 1313.76 MY -01-1995 10:49 FROM wit TO 014439241 P.06/06 Additional Valve Restraint Tie -Rods Installed 80 LF ® 2.50 $200.00 For =.a .o • • TASK ORDER NO 6 FY902103 REVISIONS TO PLANS AND SPECIFICATIONS AND ADDITIONAL CONSTRUCTION OBSERVATION TO ACCOMMODATE A NEW SEGMENT OF 24 -INCH WATER MAIN AT THE EXXON STATION ON WEST SIXTH STREET This Task Order Is hereby made a part of the Basic Agreement executed November 6, 19904 between McCLELLAND CONSULTING ENGINEERS, INC. (ENGINEER) and the CITY OF FAYETTEVILLE (OWNER) in accordance with the provisions of that Agreement. ARTICLE 1 The OWNER authorized the ENGINEER to design a 36, 30 and 24 -interconnecting water main under Task Order No. 1 as executed June 3, 1991. This water main is under construction. The OWNER has recently requested that the ENGINEER coordinate with the Construction Contractor to construct an additional segment of 24 -Inch water main, to replace an existing water main located In front of the Exxon Station on West 61h Street. This station is being reconstructed and the new water main needs to be Installed prior to repaving the station's driveways. In addition, the east end of the originally designed 24 -inch water main at Ramey Junior High School shall be changed to facilitate future construction of a replacement 24 Inch main. AanCLE 2 The compensation for these additional engineering services shall be provided as follows: Construction Observation $ 2,240.00 Plans Revisions 255.00 Contract Administration 722.50 Total Additional Engineering Services $ 3,217.50 ARTICLE 3 These additional services will be completed, upon approval of the Change Order which authorizes the Contractor to do the additional construction work. • • ARTICLE 4 IN WITNESS WHEREOF, the parties hereto each herewith subscribe the same In triplicate. • 1 FOR THE CITY OF FAYETTEVILLE, ARKANSAS By: /2-1{ (Name) ft/aye (Title) Dated this / <f day of Terre 1995 FCR McCLELLAND CONSULTING ENGINEERS, INC. Dated this 26 day of 1995 STAFF REVIEW FORM AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of • for Mayor's approval FROM: / Sid Norbash ,�,�/ Name Engineering Division Public Works Department ACTION REQUIRED: Approval of change order # 3 to the contract with SMG, Inc. for the Contract Section I of the 36" Water Transmission Line to close out this project. net result -$6,089.92 COST TO CITY: +57.4(m,(16-$13,495.98 S1.594.259.63 Cost of this Request Category/Project Budget 5400-5600-5808-00 5.1580. 763.65 Account Number Funds Used To Date 90007 S13.495.98 Project Number Remaining Balance BUDGET REVIEW: X udge Coordinator Budgeted Item Sec I - 36" Water Line ex Category/Project Name Capital Water Program Name W&S Fund Budget Adjustment Attached Administrative Services Director lirl AN /L SE Accougting anager v - ` Purchasing Officer C4044494 Date iJ%(- Date .S 5 -Ib 5C-, Date GRANTING AGENCY: ADA Cogrdinator 'N.i , II /16' ! i. ki _ :'.fili i Infernal Auditor Date Date STAFF RECOMMENDATION: Approval of the C.O. #3 p/ems--. �- J''sion. He ad c0 De artment Director Admin'-trative Servi Director 7a r Date 111M04% pate ami% ((Date • �l•/�5t Date CICss Reference New Item: Yes_ No_X Prev Ord/Res #: Orig Contract Date: • FAYETTEVI LLE THE CITY OF FAYETTEVIL.E ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Kevin Crosson, Public Works Director Thru: Charles Venable, Asst. PWD Don Bunn, City Engineer From: Sid Norbash, Staff Engineer fl-" Date: May 15, 1996 Re: 36" Water Line - Contract Sec I C.O. #3 • The above project is completed and a reconciliation change order was necessitated for the following reason. When HMG, Inc had completed the installation of the water mains, they attempted to chlorinate the lines, however, because of the limitations in our system, the City could not supply adequate quantities of water. Therefore, the chlorination procedure had to be abandoned, and HMG left Fayetteville. Once our additional mains were installed more water could be supplied, and HMG came back and completed the project. HMG billed the City for $11,975.36 for extra expenses associated with having to come back to Fayetteville. Through negotiations this bill was reduced to $7,106.06, also a $300.00 extra expense was agreed upon, making the total change order amount $7,406.06. A cost summary is as follows: Original contract previous change orders 11 and contract to date actual final cost of contract including c.o. 13 ($7,406.06) contract under -run Please obtain Mayor's approval. SN/sn attachments $1,515,703.00 12 78,556.63 $1,594,259.63 $1,588,169.71 6,089.92 Ch ANGE ORDER Order No. Date: 5/14/96 Agreement Date: Sept. 20 1994 • •• The following changes are hereby made to the CONTRACT DOCUMENTS: Compensate the Contractor for having to return to the project after demobilization to chlorinate the water main, in the amount of $7,106.06. This additional payment is justified because the City could not provide an adequate supply of water to complete the chlorination process when the Contractor attempted to do the chlorination process upon completion of the line construction in July of 1995. 'Without an adequate supply, the Contractor was forced to wait until March, 1996, (after a 24 -inch connection was completed under another project) to be able to accomplish the chlorination work. See attached itemized list for cost breakdown. 2. Compensate the Contractor for additional costs for excessive clean-up requirements in the amount of $300. Clean-up work demanded by the property owner exceeded the requirements listed in the project specifications and easement special conditions. 3. Reconcile unit price quantifies for the completed construction to correspond to the quantities listed in the Final Engineer's Estimate No. 10. The Contract amount for estimated contract unit price quantities prior to the above two changes was $1,594,259.63, per Change Order No. 2. The actual unit price cost for work completed was $1,580,763.65 as listed in Engineer's Estimate No. 9. Consequently, a reconciliatory reduction of $13,495.98 is applicable for unit price work that was not required 4. Based on the above, Change Order No. 3 is summarized as follows: Increase for Additional Chlorination Work S 7,106.06 Increase for Excessive Clean-up Requirements 300.00 Reduction for Unit Price Quantity Reconciliation - 13,495.98 Net Change Order Amount - $ 6,089.92 Justification: As described under changes to the Contract Documents. fl 90: 103:COa3:3- 1 e 96 jm CHANGE ORDER NO, 3 (corn) Original CONTRACT PRICE: $ 1.5 15.703 00 Current CONTRACT PRICE adjusted by previous CHANGE ORDER: $ 1.594.259.63 The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (decreased) The new CONTRACT PRICE including this CHANGE ORDER will be: $ 1.588.169.71 Change to CONTRACT TIME: The CONTRACT TIME will be (increased) (decreased) by calendar days The date for completion of all work will be June 19. 1995 (Date). Approvals Required: To be effective this Order must be approved by the City of Fayetteville if it changes the scope or objective or the PROJECT, or as may otherwise be required by the SUPPLEMENTAL GENERAL CONDITIONS. Requested by. Pc r FA0 h e_ HMG, Inc Recommended by: Engineers. Inc. Ordered by: of Fayetteville (Mayor) '9C 2103:COa3:3- I4196;jm TC r1LY 13' l I LVILLE *4439241 1XE OTY OF FAYUTFVILLE. AVKAMAS May S, 1996 Mr. Thomas 0. Anderson, President HMO Incorporated P.O. Box 20023 Greensboro, NC 27420 Re: Extra Trip to Fayetteville for Ch:orination Dear Tom. Enclosed please find the allowable and adjusted cost summary for additional chlorlation costs submitted by your office dated March 28, 1996. I Please be advised that the total payment for the extra expenses will be $7,106 06. 4lso the entire retainage in the amount of $15,000.00 wif be released as carol:. The total for our fi4aal payment and settlement will be 522,106.06. Robert White will mail you a change order to be sighed, and we anticipate that you will receive the payment check by the end of May. The cost of the clean up and seeding work, that is required on Old Farmington Rd 1 on Mr. Marriott'a property, will be paid by, firm directly to Rite -On Landscaping Oo. the amount of $1,050.00. At this time we are not aware of any other clean up problems or complaints. Rob4 White is working on establishing the date of acceptance of your job by the City of Fayett�ville, and we will notify you later along with the final payment. As I mentioned in our telephone conversation of yesterday, we have enjoyed wo with you and Virgil Myers, and hope you will continue bidding our projects. Ifyouu have an further questions or comments please advise, otherwise we will proceed with dozing the jroject as outlined in this letter. Sid Norbash Staff Engiaac cc: Robert White Attachments 113 WEa1 MOI:NTAIN 72701 Sa1.a21-7700 VAX a0T4175.e2S7 Mfr -L? -149E 11:3© S@1 S'5 82622 56% F.02 '"—I -c_a 1—'-a" 12:15 ". '1 •.q.; Page Tuo ?.larch 28.:996 Additional Chlorination Costs •14.1.352 fl Labor March 8, 1996 Loading Material and Equipment Time(Hoursl Rate Total Gary Large 8 (8) 20.58 164.64 Keit: Large 8 (8) 17.75 142.00 March I1-15, 1996 Virgil Myers 131 (30') Gary Large 40 Regular riir�rlEu� Keith Large ¢Regular (241 flLtxo Payroll "faxes & lasurance (52.3% Non Taxable Fringes 29% (94) Travel Expense Faye•.levi:le Inn 2 Rooms/3 days Meats 3 Peopid4 days Materials Chlorine and Sodium B -.sulfate Harcros Chemicals Miscellaneous Materials City Lumber Tractor Supply Westlake Hardware Equipment Automobile 4 Days® 30.00 Pickup 5 Days @ 60.00 Pumps & Hoses 4 Days @ 30.00 Trailer (Croft Rental) Fuel Small Tools( 10% of Labor) 29.55 20.58 V 17.75 2663 4.00 43 I C 20.00 Iy Utik j 886.50 B 2S III 493.92 anilit 7cI& k. 1 426.00 4c8b4t8fi ,.121 13.06 egg, .105.13 8c## 3,218.19 c* 376.00 3cft3Addt $594.19 258.00 240.00 498-00 'It/ 330.84 1493 4.24 5.37 465 38 'if 120.00 ' I 300.00 120.00 120.90 19769 762.42 1,621.01 f "(hours allowed), all others not allowed rb Y @3 191 11:3 501 75 E3262 9Ti. ?. �'• 1::1-4 Page Three Ma..+c:h28, 19S6 04.103241 D.a4/a4 SUMMARY OF ADDITIONAL COSTS Labor 1�i3ltt& 3,594.19 Travel 498.60 Malerials 465.38 Equipment L62 0I lkY89�L`it 6,179.18 Overhead and Margin (15%) likl& 926.88 .j l z4oc$R 7,106.06 Bond and Insurance (2%) c M;275c3bc 7,106.06 e I TOTG. P.04 MP" -@9-1996 11:2i 50: 575 8262 96'i. 0-04 REED APR 0 1 1999 MM March 28. 1996 Mr. Robert While McClelland Consulting Engineers, Inc. P O Box 1229 Fayetteville AR 72702-1229 RE: Water Systems Improvements CS -1 Dear Mr. White: Howard Enclosed is the summary of the actual cost of returning to Fayetteville and completing the Chlorination. If anything additional is needed please advise. We have enjoyed completing this work for the City of Fayetteville and look forward to doing so again on other projects in the future. Sincerely, HMG. Inc. 11 J Thomas O. Anderson President Enclosure TOA/plm Post Office Box 20023 • G-eensboro. North Coro'lno 27420 • Phone 910-274-0765 • Facsimile 910-379-9977 Page Two March 28. 1996 Labor March 8. 1996 Gary Large Keith Large March 11-15, 1996 Additional Chlorination Costs Loading Material and Equipment Time(Ilours) Rate 8 20.58 8 17.75 Virgil Myers 47 Gary Large 40 Regular 27 Overtime Keith Large 40 Regular 17 Overtime Payroll Taxes & Insurance (52.3%) Non Taxable Fringes Travel Expense Fayetteville Inn Meals 187 2 Roomsi3 days 3 Pcople/4 days Materials Chlorine and Sodium Bisulfate Harcros Chemicals Miscellaneous Materials City Lumber Tractor Supply Westlake I lardware Equipment Automobile 4 hays @ 30.00 120.00 Pickup 5 Days @ 60.00 300.00 Pumps & hoses 4 Days Trailer (Croft Rental) @ 30.00 120.00 120.90 Fuel 197.69 Small Tools( 10% of Labor) 762.42 1.621.01 29.55 20.58 30.87 17.75 26.63 4.00 43.10 20.00 Total 164.64 142.00 1,388.85 823.20 833.49 710.00 452.71 4,514.89 2.361.29 6,876.18 748.00 7,624.18 258.00 240.00 498.00 330.84 74.93 4.24 55.37 465.38 0 Page Three March 28, 1996 SUMMARY OF ADDITIONAL, COSTS Labor Travel Materials Equipment Overhead and Margin (15%) Bond and Insurance (2%) 7,624.18 498.60 465.38 L6 21.01 10,209.17 1,531.38 11.740.55 234.82 11,975.36 I I,k--':I='.1LLL IhY . 1 II -:•1,I ,,, .1 11 .. 11 a t I- 41 1L1_ • I i : .. , :' � l'- f . . 1 1_ I F• n 1_ u •1 ! •' . j,'1c:-L '.._ :. ..• I- - I4. ,._._' • ''J.� I Y'I"f I_i 11. _1 x'1.1. • tJl .�.1 L ' -I Lill_ ' Ili � / a_. •,- .111 Y laa• sll ..,_. • ,111 ,,`!1 I-F--LC•I 11-� •r:t _. ,-- • . I I ,• - 4 ...1 i I - �,+ ICI'. ! - i ,_h . . . •.I . .�1. Y.11 • 1.150 4 1 .' 1',. ,. ,�_•�� .o- -':, Ij'�`' 1•n17h1 ,1, IjF'-i_L,-rF ,:.",': 1' L -. a.1t. . , 1ti .`:•1 .c.•.I 1• :-., ..1 1 - ;= .E I- L. t ..FI (.. 11: I_I -;I. 1 -1_?.31 ,11•.• f' ' . CI.J,11i - L 111 u" 1.1•', "+ I ILLILST =':1)^'1 I ;;-:1-3 1 1 -.!, A^1...:..114 L ii, 1 I.: : 2 _ pm; I Ille—CII t : i : : I � cIM I•_'t n- 1 i i .1,1I 1 .. - -a. hr ! I ,I. _-, LI1)I,yod Your Stay -,r III 'i• - Ji L, •i-'_]._ . J' P' i L—- L.:Jai'llil • . . '.I �l • iJJ I1 . 1 L -. I x 1 1 I• .._t2 _ t2 \ c t ] _r1' r ] I • .l ] • ' _ c• . ] 1 J -1 1 '; •; - a f''; 1 n'. L-;I_'IL'I1 r- Y'•4 ,• •AIJL,_I_' YL r7.`.I. _, r;•;L:. ;1 L I_ I. _, ;: :.)`•r, L_] i- u, il•; 11 _ :. ., .•;'1 iJJ. a_:' a. . '1. L_I .•'_JY I „ '_ .., 1• _J: _:yL'.„I •�;•;�'C-'`..1L_-_ 1:',':. •':1J". .. .,'_I__i J• _J'-:-' ._•�IL'"Ji. ,ter- „.. .. ,r 1i: .. L•... `,_, I1 _:'. ,. 1.i 3:_ 1 _ ,! (J •L1rr —:.1_%t _._ ._'. _:i1L'f! 1. 1_J' - iJ �l' :1�.'1';/1:_' !�Ilt_"_I1: •?-_.•; pro; : ne'-Out: 11:1 LAn =harcc Iac Sl.u;lrlril-y T!'t1 IjUE' 1 ^'L'L"-1 1 ,x 1: ..I. e11_ I!pu \'_,L, .-n)-'yid VIi;" J1a. ay I II 1111 11nYa 1-.,•111-.11111111\ r•\n.'l lnl�iJ11 .t!I.3:;!-:: Jl. r'. U. 1^itl I"}'1111310 N, 001.. :l ^t 1 !J ti .. , J STRAIGHT BILL Of LADING -S' FORM -ORIGINAL -NOT NEGOTIARLE L-;MOSk" Rk"111RV HI �::fii I CLSIOMER PO NJMBER RI crIVf D. ]u 1 I 1 . 11\J ; II•c Jv -t n, a 11,mif •'1I• t L .- rhIt„J.nn'14 I.1 •' 1+.11nfl1 I.6I1I''it-•.'OV'.AINERA! 11:HNRI"••—'CRI LIii' (:11JCaTkUCI ,J La_% • •a- _YL - . .ut' J.: •'t ]Ilnl•hE • �- ',.-„I,• . I�arcros Chemicals Inc 1•. , .Jua-I• .' Y1\••1 YV'.1••_ Y\Y • •i.I '' 0WY• M1IIIY .1 ^I. J. .W . a -•. . Y.\nYf W (!.. •. . NIJJJY NJY IJi 1 ., ,J. rJ.YR• M •Ja.-Y JJ •J ' VI• p.- vV W.. .V 'V.'Y M1O` •'Y, '1 "I•IN I . , -ar0111111 -nsa• df •' aV\ a - INYn.J L\n JI rJ 1 J.I-VM JV♦ • I IS,/•Y IIf -J•a'• ai Ma _ • •Y. J .. .wJ u. -J r.'\ O V• ' YJ•Y`• m a +. ..a- ..'--r ^•• h. `- l 'I .+ J.Y'T • J.-' n •l4 \ ,I ry✓. r.. . • .n4J\ II&- JJ F Iy M'- •J M Y \1 4 aY t IrI•, -v Y • l+ ryfYJ �V •1 W nYs Y MJuyJ J- aJ a� !t 184 a' R+. 1..Y Y.'Y. q..� . N •vY Y W IW •+••\ •• a 1r-1 Msn•_ b f•R-+• Jw•1/.Y JI•. IJ •YJI( n JI - Ip' r' IfJVJJn .. Y .aJY 1r .. 1' J{/J p• •Y .WY • '✓ •• -`t'••_ ' n" ]'•IM✓ Y Mb' SI Y V (nY0 J! M- .I• a h Is ... 1,•v. nP••s'n Y wM' n r, C -n ON J 11n n • ..1 . a a q.J Y i•+-' •- I WIY •r •"'J'•Qr• "" rMpJ• �•� M MaWf Aala•r -w[ • n J : M .'I - MRia-•JyJ'J f..a,. A.pJnn Y/. A *._ VJ.-^.w. 1-.N- ••-•R•...Ya F-V1I J-N\N.•J YYryIV l'ynTrRi YYQ11 RIf c, .- liA . l..• V. IV r Y•J]V .. a' •- •r. -n W., n.�IN I• ^f YY I- Y W 4 -'-11-•'.-a_I I'. -_ W .. V, 1. N.4.... .. a _ __ . Jr y.J'a'1. . •a - •_ M H A R C R O S Har !•1 M MY r.,I Mf-, o... -.1M.ao" I(t. .+m•r-'rrr+w .. .....n ..Yu alr..\ 4}. aTA$`______1______IC I curia ce. cco,lr }•'JIA'•WI IYrYrYaMY•I CONSIGNED TO _ , L1Il4F. ,, —r 'p — LHb CONSTRUCT ION Y I '1 r - :'I : : I '' /512 SPEA9EL, L11 kANSAS CITY. F• :5 •- tLC 1@(• :r '• ' 111.1 .•1 . CARRIER 1 15Gr1 L': `i. .I- Ui - 1..A '. !'.�C{:ii•- f:LSTPHEP PTCI( _II' I•AI I,y Vi, I' AI I;; r- C(IVI•IVJ, "HL( K 1 P A eHi :' PRI DI D'J-: A^r_IL: 1I I c' AP' •All E 11 i a: 111 r1 II. n' I. • j,. 't j%• l ,t r -I i IJi- A(CF P11 a I I I .1 111 T:J ": i1.- 11.1 a I 1 ] s!r/N'o l9,y/f00D5IF Sfi:PG ,.! },t'j J :�-� I JNON-rl AMKIABL GAS • 21 I I ❑ CORCS:VES - 6 I I 1 l''f I1 .; n U,1 'Y' : :I f HDANGEFOUS L] CYASS-9 ❑ POISON GAS - 2.3 AAA )DS FYTJ1*ed wll:.il h7.lrtf:ni nAr -. K DR IYI']LHLUR:;C 'I- 'r ;: RLN3 55 ❑ COMBUSTIBLE I'Ii IT. ❑ FI AMMABIE"3 ❑ FI AMMABIE SOLD - 4,1 /f l , tJfI SPDNWEDISIY C010SUSTBLE - 4 I . rl' i 1 .., 1' L .' h II I�• a I1j' ; C DANGEROUS WH=N VIET - 4 I 1 �- -t^; -r r` '—' CX DI7ER-S1 " J_ 1..1:11: :t:;L: f:'r' n r :Ii ; 11 -' .. _: T L. I ] PC; SC -61 PG ORI 12YY' 1 S MARINE POLL JTAM I •., �I 'mil ': !'- ! IS JJ4E OEPARIMENT OF I TRANSPORTATION EMERGENCY RESPONSE GUIDE ON BOARDI' '1J 1'- kP ] rf 1 J'71 (' }i:J nt[-rlt :1f 7I I Lrt AI'JP ;.'(" Lrl PCt • .r, .-- H I: 1 I HARCROS EQUIPMENT ONLY j( - . :/•�,:IJN� .ate' :Err-i.•TAT THE RAGELiAN'le. "." _ (. _ - •? _ .. .._ 3\A %W,JG Ar'Ml MO,v # II1NK 1: •1 !. t • I' tO IltC1 NC HEADY Y0TWY. MA II( ♦ yJy'`'�-�/ TWEIGHT TMIS DEINEHY HEGDr 0prY. rMME1" CE l V pEiC4d11ED 1' �- - X — .. , `^ IAI5TOMFR SIIiNAT11RE . " 3L1PPt1£D 8Y .. r . . ; ., 1 i f I OKJFR 1'I.ED BY: I•.'tv- b,s,] InM 1111 lM th 4'Y.III. ,.,I, IM ,p. d1 tL *1111 Y'Y hr—tnSJ- Md.aIe Ywr.'v. a' 1-r ..'wY]QI{aII. I d IIV J••'ltlT(,.. t'Nt1•At,r --I• Ti ii n 10n4, w1n '�N Y Run. M•TI Ya S. 1 +' +'J^Y ,bM1•a 11V't '-I+• :A'+P(� Rl IayQ •Y1l WM\Y M! Y ox. M M'1 R••.PT RM ^ '.al\v+nlnJll\ •. Y.JIr..talYn �llv•I� lvn ,y •w aMYr:Je 'aPl+:ve d t1n •"I•T akc' nM %.a,J\.- +Yr•a11 R•a•Y :\tea —'•n J.•, •J. ..' I. a'r•, 11.01 VAIIII '✓' v.JIIr'azr Vfl(Y-"]va-y^I CIIIr Sr.P'n' jr't'a1-+Ja x1.484. N'a,IIN acr.,j try 1h Myt*M ,J/,t10YTIaap.1A n.11a tl (f.R11'1-J%YW WNY J.I'I I1a.n'PII•.I•V .•a VR_... ._IJ Yf-YI'{•d\ :.J ,y41a'••ptl'\Q lq IM;\1JIIf'IY arvIIIrI Iy VY14\IPI•1 a. Y'.\II•I •J.:\ S2 r' III IO C tie' dfl(]Cllry® r)4Rnx• ) •rllgpryM'• Jo%tv•I07 $ aR MA'n�.,R%A^e. V;. 1i •Y uV-N ln•Mlf U.J.y'Vfi 111 \\ � rY� • o -+.a ;:`• Harcrot, Chemical Inc. Shipper. X ` _ X/e%r•f-, re• :..'-'i/rr� • �`;':.. _•-::Ir- I.:fR'")A.-Lnc;t'JA1IJ"E L4: C..'.tr•„vg;,NeniRN=CHIVE GWURL: ['ernarert Pgsl-Gt'Ic� AAd•eu ti S'tlpoer. ¶ � O'J S, T" 4_' -.- : F: L: U U :'d T ) � 5 . I'..,' ' CITY, VS GL -106'" .' - PACKK� ..L1P 'II . V. - - CLSTOMIFR'CO �' CITY LUM EB FR� 1?pd S Sc,1 A a vaFx sal.AM •-- z�s'yti •n COMPANY INC. , M N 1' C-' 13CX 31,S I AVE II [VILE_. A:TKA:4SA5 72701 i -FET;,RNFO GOOCS P01.ICY- 4. L RLTURNrn G00CS MUST dS ACCOMPAN F6 By RFCLIDT NO CASH — HCf UIIUS '.4E F! FEPYF THE R ;NT ',ry, ai UNC By CHECK I r_ .y�, f x•J•+rr :Y.e 14r,q ^Ir. N. ._ jTrari M.}C ):: r. ql. 19 1„C.n. llfrr Jafe 7al.vw .� �_ _ e 1 fl . j" P, i i,➢ — _ _ ed1 Uate Want_ I. I1Irrno Ntm 1 :,a• \n1 fl'lr. N.• .w- I -- --.1 ' - -- - , SflrSTall - -� f1I SL+ 4' /•TFM NUMBER I.•;C LPN OAC QAI. I, S4r0 0E4:PI�T ON 1 - "- "- . - " LN j 1 PFICE#Lhr EXTFNS'ON • 1'4 tT il. I. .. .- I ' - , . 1 •• 'I • /• i4,T4?7n - {rr • •i. 1 1 I.\ lL. _\i. iL,• _ -# Ia I... • ItI M I ti l) E1 :1' I C. TW 'L] •,+C�7" 1 I.0 "III / L u I,: 1. L. .n. . \ VU '{\ ii.J'L}Ii I- l . L1.J_ ` _ 1, ,I 1. ('LEgI'i •11' 1 r` 5alEG •q • x404 C' S i ;:H; -I+ 0 411 X ,1 �. : P/� :C 1 ch. lYJ , . C r (.} 1 �i.'1 .I r 1. �G 7i. =17 _ MIL . 1 I•' _ VY . rI\ 1 I ' � 1 NI . rI Ip.... 11111 h1r •' .\I��Ii L\ 1• ., : . a 1. =.pol/En I 15c I - (I. J- v. I \l J! 1.1 r I 1 7 .. _�. SLB`TO.4- TAX s . I t 0 I I I Err' .00 .5C 3. F.a 59.66 ----- .1- i-. *7g .: 3 Y.1 •Nj. 'i' �.. ,UuGuU INOIC • CITY!' LUMBER HONI SCHOOL PHO\ =' 4.12-R?21 I:uerA rralralr ar ] Yrany/AJa 1 COMPANY INJC. f=I a.•r a.�nwn_ h�10' ;7� P.O BO • X 808Y — 1 F AYE?TFVLL E, ARKANSAS 72701 1 ' —ET ... RYCO GOLDS POLICY— AL. P PFcUNF0 GOCDS MUST BE ACCOM'A%IEDE B" DRECEIPT. K CASH °F=UN:.$ WV RCSF RI'E THE PGI': iq FEFUtiG BY CHECK � I L 1": = ` �} I 1 C, 11 LUMBER CO _ LLD I C`IIIP to SAUL AS SOLI C UNLESS S0lCL RFI Cb. T0- I j 1 fal: I I . FCYemme 7— Tra sac rnn tore !'le. 1 Dat/ Nla'nce0 •+• --- iS _.1 'DAL- _. S me'1 _BY- J Oeb De1"ied _ _ _______•) __ •1 •C:/.. 1-._..X1 •Icil, 1 1; E lIZiiii2 I • 8t-ele-e•Irr yumM•i �` , G}'. ,M hlA^ '.0 n"' - -T--.-- - - ___ _ _- - i+� 7$_ _ ITT - I - . _-•� — Seleamellj.W'.,i - r - --- i {/ I H.3ER? _ _� _ _ JI IaIIAN OP0 OUAh $MP0.1 DES C R I P: ION as UNITS PPICEIUN;T E%iEN$IOR• _ ,r-.17 1 .f Gr:I✓ i :fi' . CCY 14. 340/Fq '. .- 1 ---------------------------- I iI 1 • rInll'.In(s.n.l l 1, i'•f: ...i ••••. IM1I •, Iq'P,'1 .., _ - •�, '•Ilf•Ii41V I!, V, .'. L, .'1 ". N•"•Ii. 1' S TAXP L\'AM0U a -'•�• 1'•'1•i 'r',,nl' A' pui 1" rTI r.t:A„I 1 fWMJL 1T TCNrEm D: 1 i• 27 CHANGE:.OP 14.34 @0 50' .93 ?fir"15 '�%, REC'C BY -DATL _- _- _ `_ - -USTOMER ci a. _ Nw%_:f.i`. . , •. Ira' -.:•. +.', lyCy ..?j a.., v. ..'1•. • . �'� - 1 -- -- --- ate` -M1 ---- - - a .....w' r. X"" I�V.rF .J I .. •S!� ate; I "-II'•' FULLr'LINI:-DEAL.FF •' 1 . • • ,•`A IM.,'. AVA amMnIY' I.,Is' Anna Illy. ,r .jy.� •\f. —.•t if.'.at \. 4,x. 1 I, as gla'rr1 �A. i[r"�.t PT. ....:::a 'f .1'is.:K4w,.:i .:�1 r r:' R".• -r: •"' ESTABLISHED" OPEMi'ACCOUNTS p I j: p,•' ARE DUE AND FAYAU:E NETaJIS Ii.. '`. ^'"'• it • CF: MONTF+: PAST DUE'ACCO14 IAlE PAYMFhT:PENALRENTAL CENTER' `Ar1 1.12%PER MONTH.:`- •6840 KANSAS AVE • KANSAS CITY, KANSAS 66111 PHONE 334-5000 ALL MAJOR CREDIT TRAILER HITCHES INSTALLED • CLASS (1) AND (2) CARDS ACCEPTED Y}YK..i Y*�45 s+.eYa I.♦ ll:' I r. • 1 1 �— . j)1 r , L I a ' •._ IL i UIUU.{•MEN1 lb 1(1E.: 1 nI riN s FOL. GRY !J] P ": .q 12: '2' r 1 -'Ni r;r-1lc Ti :. 5:11 F•^1 SCANT D4:`/ -' :,Ilv . f.1 F c > ' , •'' >r_... , , T.• ! I 'TI • .,.I ti1:rvLAI i * J,Z_:..... 4:Y1.1 r 1 - D ±Y PETE r] :. •:,;L'O iM MEtiflfl{ ,r Vu 5:..•L"r� 1 .,,. r;: 11I '•:•1.�T1 r -v.. •_JW1t nJNDf'r a CUSTOMER'ID== ---------------- __:_:-:_-___=__':CONTRACT NUMBERI 510464727 L COJI'u,LT CLCCING f•'7 1 -0 1 5034-0:_i N3/15/95 .: ------------------- -, ! ORGE SR, _qRY HMG A 1 -MG LARGE'%SR, L --PR? K 1974;_ LINWOOD DR 1 P•7jvP 1I I -t JOOD' DR LINWOOD;. KS GGQCJ2 LNWDOIY, : KSp. - S -r-- JJO L' - 1 �� - r ALL_ ELUUIPMENTr2=OR SE AF`Ek RENT a S P,PiJ OUT: 'FRI 03/08/96'4Q0124F' _ _ y IN: FRI 03/1,5/96" 121'2F.' =ITEM NO.'===-QTt-DESQR]PTION=====______===-=Rc1T= INC"------------- i 135-@0c0 1 L'Oit. . 6X1cVAh1 OW 25:00 10Q:• 00' ; RAT 100.00/U 300.00/28D ,•. 80-fl3flc 1---P1-UG-OHi UY TRV 7r• 13 1 13. 10 13. 10 SOLD ON: -RI T3!1F/'L- : :eP- @3/'15/95--02 CASH I "@3/•15/96-0c tCHnNG La 'I..a1 , I4 M. LnrrYr a -1 . :,I•.4.!Y 9••n . M ..,. 3 *4,. K t , • .. .. 1• _ • ;sl. ,,'itr:.' . ell. •\..... .•1- r ... .. . ,rJr: iu l".... ,..\p<.YS'b Y•3.. .L= I F'TS.�UMMARV'T,: .: ..-.,.,.. . MIY• .a _:,•si. [TI D'`'`:Sr� REF"/.FO; u"w:. >• «- „ -. SUM MAf2V , — r .. ll. V7s`! HOMEOMe ` :; .... CGgDDEP'i'tt=a:•�J.:;�� a.'..: REESE ,:- �. .a `3i] TENDERED.' z; I ,a1. 1Zi01: :11. TENDERED.. E,:..•,.. .., Yti.ai,.,<,•1 ;fl. 1@ KS SLS:•TAX' ar• .. L'41 . .'�. .yarn: _a V+nn1•yKl •.aI .. rY.'w •-X-- -. .. ,y.. r. .a.....• a.• .w.. I'•r.••y . ,__•__•I . _.,...: TOTAL ` ..,r frw ,.: •.r •[M.J •'rfyY,SL ,.'_ <, `./1•••.• JI .Ire, Yai! rip' �/ yam. 1 ' a..r.. nl•.n.-.rv••••"q•5 -n• `. II.-: !I T•'ISI.i \4K.RCP\:HA(a R[A"�GL;TII SI:1l:9 L4L1 J111 S1G NING PG na_ES nGENT: ! 11 Nf .1 Sr D1U: U : CUSI :1+1;=14 : CO'JTRsCT: r • % f n r I-. . M 3 5 C t✓,ijie om. ;/. '^ > '/l `M •ate N N H W "J V.0 n1 U ' V _J d. . Li._ J \ • r > i•9 m (' M1l fl N • N y mct m mn IL < v -. nl ? 4- N _. • }J O W to S v. C) J m YJ .- M •L n 'JC ? L •I < l': In .-+ l'] •Il b IJ R Q J i •i Li U TO O .T R v R Y O Iy U W P l) W R W U u (] 11 n 3 O Li .l W 9i O W c] •-I .JU mI 4 d < d u R ... d •.. R d F• M1 '[J it'.• O ti IR-I Q O < x �. 'N ' (I •Jl - r, u• m J. 1 T O m (, h n nl - m .A ( m U V• •l N •�(]N e m fe to 5- — C'' .-•' n C m W C (11 C 0 CU DC"'- LJ U• N 1..� ') •M•. Vi W 0. IC J W \ Wfl - iit�JN Li z LI WWlO>'t = Y C' I I N J` <3 1 ._' _ 4 Y = ./16 .n ~ ( In 1- Ol F Lf I- C Q /_ W on �m or o - .. U 3 fl 's. W R cI R o <'0 O La.' o o x n m f- N u O s c] o O '•• < W U In C7 Q T .. a d J 6 .-. u O< '•'1 ] Wr C] J m n � '- (•J •7 .I Y •l pa m U n O+ tD ao O In ID .n O F L'J C' m a'U Ot O I-^ Y W Y- N — C C IL \ c ac Ol CC}- •r N ' bi 'f1 IIt=JN F LI I IJ 1J fl > Q y -J y 4 ILl N - J J ; n In )DC ry F N W 0 A ">N or ¢ 0 -.-..o (N > n W OCR mwv Q • ,n W N ^• C] O U l u' b 'L O O W a- W tV y a .. sj a _. a .7 C W O ' r PJ D d C'i c0 n< Q Q a_-& n..- ] Q U Q x V1 > 6 D UJ N O IN N a- a- U l+ N N N In N. uyer agrees 10 pay Texaco Reim rg and Ma-kelmg r.e, or assignee for :his oa-chasa or ccomancc with Texaco s payment tern's the prior disclosure of which it acanowledood urchases made en credil debit cards rot asued by lexaco are subtrc' to the trrns'and end,lrons of the agrnnmentc gavernJng those cards. --PLEASE RETAIN THIS COPY TO VERIFY BILLING. TEXACO CUSTOMER COPY .v +.e V . I' I (.- . �= n yT ;.. .Ji it, r`, ..y ,: - ,.. �. f. I. '^4 i fC..r. - = e 9 l�,t_,c. I I . 'j$. `f'1 -- 1 I I • 1 -yq� cl., •3�y •{ \1 y+ �, J. 77 bxdo �.� h.1.. a!a4 I'•e k -kiV 1 I -0iS Qo �n r` `f' •,i Z.- Sr. I-..• .n f\,J ' ZOCe V�e I— m th \T7 ll GY[ i -_ m I • O • C -C 1.. (1, "1 1 .., O I. 1 1 . Iv • L`(��{ I W_ 1 I a1 1 I$C Ca.l : fl fi • • Qh,. 1 •t 1Yv r0- . n- a Buyer agrees to pay Texaco Relining and Marketing Inc. or assignee lot Ih•s purchase in _ ..Ih �' • . Y.1 accordance with Texacos payment terms. the prior disclosure of which is acknow edged. ' t\1 f ` r0 Purchases made nn eretl•[ tlrh,. cards not lscunf by Texaco are suhlrp to the errs and Z b cnndh,ons of the ad•esQoornIn9 enIhosc carde '—�•1, - - ^ sal N•LI .:IPLEASE RETAIN THIS COPY �- a! TO VERIFY BILLING r rn i c� It.n 'I1f - l l . Ii. /T g� TEXACO 1 '.f c1 �-, .1c LJ f.d v' . 1: /•�iill y -' tf \H W1rreV to vhr ,' InIatus4ta -B) -h---'z, .L . .l • e•l _ -.. .�. a.bw4./� N .'r: �. -.• ;t•1 .}�l'�iY'vin+•:iI _ .•. .� i�..w -vim p.-I .. i o Y© . l ),IL. w�{I, • Il' �~ U7;TIMFa COPY - C THIS INVOICE IS A CONIRACT. 5.3N NC YOU ;lKL 'O PAY AC OIh3 TO THE 'MS OF THE ,REEMENI YOU SPED •MO AT TURF -1 C CARD , 155UEC• OR ,uE TI VS Of Y SUo ii OtRNi '!NOME NT fl Tolal Pe'-o.eurr., inc 'k` -\%,D By — �s Alan MACH 'Paf] : C :r)l:.. .I:' n '. CILi iI iYi•F'-,•ail IIM_t.il. . bE:l... tll�i;:r I.. Ii- " •1.� S TN!'i ilFi 1A,11i;:,�' :r .,i,r horice Ic A,q,r • pn N\• .p.,,.r aa,•^n.•,• . Y 9nf rrj. -.4 Apr a, A p."1RV II: RIYy 41P•1y,. 1111`.n,. n,y uw.,: "If yW 11v ' ( Yn •,: -. \.I,,.I . Aevaly lip CMlpe Arwu-1 A .eem r s-• c clay xnvnl t. N��'r InsiellMn^M1,edilrI-. en''Nru taiF,1nwn.. nl r•n,a. Mby Id,• rl'r an.I R., 'I,ly,,n.. -Ilae „Rm r.vFa . e•5 raly „n,.L., 1 r rlafure r epurreC for AT 1 �- rrue'R Stile hlrc e':am nip.F\stand a- Y,[Y•]p\j .\ a.rs L"1.,. roe,il'N stand Aiaot TRA SICArrt RECEIPT �ii 03/15/96 04:31 :5 ,P. •,ra4 1636324 T;7: T J.k0UnGah` AC 59SS O4214.o24 T(IL,ti 1 , PRCL CODE �c ;Ic `�13& - 31.;:? :LD/;eE[ ( I.039 S 3. I.y ,: TOTAL '3AI_E= '- X C.,/96 ;G F;E 11'TSP-"r+ „L el RAYT0WN aH0C0 8,1_1 -QTI Ar,E r 1 r 11 ��jjyy ry q/.I� 'll._v • r:. 4 -•DIp1I r"�-�I1114.1-.. •, ICI, 4,` ,i.'II l i,. r'i rrI1 c7Fy,•{c: ., . ,, lVl .nl'I'. rvl•RIY 19/}.l I l 11 5. l - I ii T'3' il.tb 1 LiTAL . 25 _51 L:_I . yrro:,�la ,�r'iim to th? .,. r.4, 1� 1'Y Ta tlj-Ij 1'r 41 _gEf. 1 1 �l� Jii ! • ---------- ty ' 11- HILL/ P .� " r a1 I• r'yi• lar Product Cade, - • -•_ e . .• r . _Vi I• trt n- !4 \ .-------- ' lI HM r�arpora,ed - March 28. 1996 Mr. Mark Bradley NPDF.S Pcrn^.it Section Dept. of Pollu:ion Control and Ecology State of Arkansas P0 Box 8913 Litae Rock AR 72219-8913 RE: Water System Improvements C'S -I Fayetteville Arkansas Dear Mr. Bradlee Howard Management Group Greensboro, North Carodna We have completed the d'.sir.fcctii:g of water lines or. the above referenced project referred to in our letter of February 16, and y ours of Februan 23. l lank you for your cooperation in :his matter. Sincerely. } IMG. Inc. 7 nomas O Anderson ]'resident TOA, pl;n Pos' Office Box 20023 - Gieerstoro. No•tb Coro ha 27420 • phcne 910-274.0765 • Facslml a 910.379.9977 •\. _Y 'I. • 1-• •_l: • i ASS• :r i • , .n .-,+-rf�'v�_ 7\.. • •. 1•• • ••^• 4 I • r C. :• I .j • i J .. .h • 1.•-• �1 Lr • Y .• • i. ^ -: : • •• J Jr': ••R•i• :�.- 1 r•••• fr ! •••• •.• 1•'• `•:, •r.i • ••� • ,.* 1� .• .I• w/ • •• 4i ••J.•• .1 '• Y r• .'•].. �•..1 . • ''�•If. .. , • n I . •_ •: •: . :r_r r•: .'L % I ... ,1t•.: • .1 ?$1'n l•5• - If • •' J•L • 1 :r •••••• •� •, •A 1yn•1 lJ } Rif F•• .... • Iiii .11 M. • •1•, j••• •. •i i• .A : ` .n • r• • . • •. •.• •• •.J •4• I. •- I 4 !•..- •f. Y5Y1.. i �� '•• .� .• • •. ,.•• ,.Y n `• 5 r • .1 • i. r:- • •�•;1.• 1%..11. V4. it •Y •• ' •. •' . a ',! ,wi •• .•i. • •i�'7 .• • L.' I. r• r•••1 -• • .••.. ' r r\/• •••f .! • • w"4 •I.: •1• • i1'I.. •.,• �• •f' '5w .i A •• \H•• I 1 :". •4 •• • :•. •• ••1. M, .•••ri•, r •L•Y\' • •f .'• !1 ••L .11., .. 4 A. •• •. 4 YI• • f\ •-•• •..I I •• . •fr. J • A •••• .f. ILr • • _ _ 1 _'• •.• . • �•. _ • • ••' i •. •• ••.1"•.• • • • • • 1•• ••N' y I I. q,'. L ✓ e f • ..•7 . • . 5 : . •_ IBS • • 1•� . ,• .•' • .. Y .,. �•: . �1. U. •e ms 1 ... .. • '2 .:; •4. ..•. rw •v` 11 •N _Ir. . •, r.... ....• .:L'..0 • • . • f .. f. • e •A • .• . II I .A• I r' y _M1• ! .r "_ '• • r 5:1:.. l!� 1 r • L4 5 f • • A•1 •'.. /. .•+ f •• Ir .4R. �• F te • r• %f \ 1• T �•�� _••-.• •/ • •• •' r• • r • I a r j�; • ••••J � _i 1i1 {.Y •n� • , • •In I. •: yJ '.••.'-r .i'f -L •r' jy _ y Jjr :.. .• ! SRT FI. l.•• ' �. •• Y. •• • i • R!• n. •; •• • I -F �'r. j• .V . 1 Y' .'•• .• M1• - • '• .rf1 :r ._ - n A • n _ 1 �r . •' . ,. 24 •••' -•,, : M:. NO -' ._ . -' .•• .. • • J.l :. •i. .. • �••rr ••••• 1.•li • •. •.• i' ,..f.c r • J �.. ... , :•,• •. ...r i1 l •• _ ... ... .. : • . . • .I... • I ti •. of �.•... _ .I •.• .. _+- Y ' .. C -..: •R - �•. p��• .: .:.• • F •' - - %I • . .: .. .l; • v • . • - . ' I • •. • ,11% 1 al . ' •• i •.. i I .i.y.. �.... Z •. lI a•1.1 • I' . • \ • .. ::•._ • 1I. • .. M1 . . 1'. .�y Y•r•1Y y• ..•rl••r; �„,• ••1 •••�• f,•h •' •`'••;• -� ••1•'nAN • :r .. • .ter - i'11.�.'f e• • 1 n •I: 'f• -••l r • I • • J '� .• • • •.. J • JJ I.• • •, • •. ly. I S•.•••• ••f ••• •L • • • % ' • .r ••.L . I • • • •1 J. r...• % • I .. I I 1 .: i• ;, Li f.•'•. i. •. - •• • . • . .'. 1' • '• •S• . .SI • •� �• _ _ • • I n•'I•: 1.... ••-• Zi. • ••• n•.. • U. ' ••• I• , - .. 11 n............• •1 •� J • M1 •I. ` • . : • •icy . .•• . .. • • a ••' .•IIp "S.•: a 1 A'•• MGM:IJ .'.' / r • I : Y 7f' • •• • • ' •• 11�yI� .r . • . .. r -'1f :. • • .• .1 • I .• • }dry `^\•• .5•If y.i /•r• • n • I• • • • • . .• U • •, ,• . ••UI_ a.. U • • , • - a • • • • • • • U • • • • A . '•.. • • `• • ` • . •J • •a •�]X` • r• • I _• .. •1 • •'•. k•4 _ I •.1 •. I r. r• : .•1.•YI••IL '• I.. a:. ••I •.. •. .• •:: 4 r'Vry�� �� • F :•.': I• ~ '! •• .. 1� .: 1 r L •. �. Y LI • ti dr..IJr n%.. •r r:'Yj 'T'� i jr• 4 • S - •.•. , • f. i.Ril •1 ��•••,•.4 i1�1 IL �I. •I •.i •.;:• •'j•x•f4`r�J:-%'•• � 1•Y!•¢1 Y�•I Y• •) . l .i4__._ -- L<_t ... SY i•1••i �w •.• •l. JL :L -. JI f/.Y a fi la �. -•• •L> :UL 27 '94 16:a5 9CCLELLON➢ C0NS.E%. P.2'5 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 ADDENDUM NO. 1 To the Contract Documents for Water System Improvements Contract Section I water Main Interconnection city of Fayetteville Fayetteville, Arkansas FY 902103(1) July 27, 1994 To All Planholders: Gentlemen: The project specifications are hereby revised in accordance with the following items: 1. specification Section 15001-6, Cement -Mortar -Lined Tape Coated Steel water Pipe and Fittings is deleted from the Specifications. Steel pipe shall not be allowed on this project. 2. Specification Section 15001-2, Cement -Lined Ductile Iron Pipe and Fittings is revised to allow only Z50 psi pressure class ductile iron pipe as the minimum pressure class for all pipe sizes. Pressure class 150 and 200 shall not be used. 3. Plan Sheet 12 is revised to delete the Typical Trench Detail for 24"-36" DIP from 3' to 12' Depth of Cover. The Concrete Pipe Typical Trench Detail on Plan Sheet 13 shall a.so be applicable for 24" to 36" DIP from 3' to 14' Depth of Cover (Class 250 DIP). The Typical Trench Detail on Plan Sheet 12 for 24"-36" DIP for 12' to 23' Depth of Cover shall now bemused for Class 250 DIP for 14' to 25' Depth of cover. Where the depth of cover exceeds 25, higher pressure class pipe shall be used in accordance with Paragraph 2.01 C. on specification page 15001-2-i. 4. Paragraph 2.01 A. on page 15001-4-1, Prestrassed Concrete Cylinder Pipe and Fittings shall be revised to include the following: The minimum prestressing wire size shall be 6 gauge. The pipe design shall be based on the specified tensile strength of the wire class used, and that value shall not exceed the minimum tensile strength specified in ASTM A648-SSB for Class III wire. IJUL 27 '94 16:07 PaGE_002 :UL 27 '94 :E:a5 tC�ELLFNL CGNS.ENG. �.3%S The minimum nominal thickness of the steel cylinder shall be 16 gauge (0.0598 inches). 5. If the Contractor elects to install concrete pipe he shall provide two bell end by mechanical joint spigot ' adapters and two spigot end by mechanical joint spigot adapters, all 30 -inch in size. He shall further provide one bell and by mechanical joint spigot adapter and one spigot and by mechanical joint spigot adapter, 36 -inch in ' size. The purpose of these six adapters is to allow the owner to make emergency repairs to the concrete pipe by replacing damaged joints of concrete pipe with plain end ' segments of 30" or 36" ductile iron pipe, ductile iron repair sleeves, and the above listed concrete pipe adapters. These six adapters shall be provided as part of the water main bid items, and no separate payment will ' be made for these adapters. 6. Thrust tie rods shall be installed at the 24 -inch butterfly valve on the outlet side of the altitude valve vault shown on Plan Sheet 9. Other thrust ties or restraints shall be provided at this vault as necessary to allow future removal of the 24 -inch cap to facilitate ' a connection to a future tank. Very truly yours, BcCLE LAND CONSULTING ENGINEERS, INC. • Robert W. White, P.E. ' Project Manager RWW/md I I I I I LJ Receipt is acknowledge and conditions agreed to this 1 day of 1994. Bidder: By: 1'I'tiw'c,5 CL �1�d trSih IJUL 27 '94 16:07 PfGE.023 • a N�.."...ti.•. I : ••• '• . .J •ai .=i• •f• l� .WCJ•M1 aI•LaY •. • A•I • S j •.rI •yi •.•ax •.1.1 % •j._ •`_ • i• ..• :•• • • •' ••kN' •!•`ILY•, IA • 4•.,• \ •or .• .. / r.:. _•i I •I R•1 •. • r• I 1 _ /. _ .••••L i •=a.� ,1.JY`J. Y•.i y.� 1.• • } •f 1 J • '� p Ir . J•. _ .i hr _. aL M1•• •: • •'. n d .•�LL4• J , _ [ .. .•.. • . • R. .. .., 111 r I •. Il•..i•j'' L• • .' • • .J ......... iL7i. t.•• •� 1, •1• ` 1•.(:: _••�S {. .1 rf•.'j•• I IL. •.• f• •• • r • `1r •1. •i\'': 1 .• • •.. -- •. : ..�•.•• `rr .F.. iIr. LS • v • • I_ I _• Y .,.:•r a•.. ••a p• • • _•" •� }.' • • •• _y.•• • ..• I • I. .' •� 'r 25•` S.. �L. I•.•••r•• ''1. .1. .• '••••• . • .%• ' \• •` 1 . •.•• LI• •V•••�/ Ai.• .' • I •• • • +• ... • • ••• r. , _ • .•, •a. .l: a •r • 1 • } it• •.• .• ;Ire •aQ•.r •._ • , • •e •11 I.•• r •I.i^ '. .. .. '• r .. .r. a. r .• • •. a .-• • - . I.. I•• .. • .r ••. In •.I ;. •.• •L .. •. . .� • • ••: ••. •. _ .••. • •• •. `. _ . I • •• •• •. . •• '• '• l.. •• • •• ""' • f •• ••• •• •'"• • r• J a • • •• Y • M1 ••u S. •S •• _ L.A••1 f _ n. M1 'i• •• no •.. • E. •:..• •e• Am u• .r• a .• I ••a. .r I •I •. �. ,. •R .L•. •. • •. ._ .. I• I • J I e: • • .•'• I • •; �: r;.. • 2•r�• I4 .• .. ••T • - •• • .'.•t1 I••••L. . • • •�. • •, '.•:•.. ral I. .•� ! _ s}}Y : :•'.. ••. 'a 1 I " • • • u •r •••• r. •� '1 ".� :•'.L_' • . r .' . •1 . •• . .•rY • •• • ••L' • a• • .•%r r- - _•: u • 1-. I I .-• A'• • 5• • • .4 TY •a •• u } I a • a • Iy �:• ..✓ .r .1 I^1. ••.••a •I 1•• /\. L• r •' y• r r. •. q • • S V . • C• ad.I• I • •'• •. - 1• .. . I • I. •• 1I. •• ^ •• . .•1• I. • 5 • : • •i I com••'• .1 ^ 1 .. . •. . i '..i. . •J -5 r•i..•• ••/ •.• I•�' •\ ••� •y I. •t Ntfl•.. a •. r r • . TI ..0 •• 1 . r• . • •• •• 4 • .r "•i. A. . .. • . 1•. I.. 4: •.1 I a ti 11•. =�.• :'. • .. �• ate• .l •'•. • f• 'L• - •. a. a.• Il• • 1. YL . .0. Y.. I .1.. •.. .. _1t •Md. •;•� , ••• ' .. r. • •Fr •J • •• •..5 ••a.I • •I.• . • Y: l� Y 'S ; V .r 1•. 11 • .1 1 L • •. .I . L ••• :•/a} /•• •:. •;r1.J J:v :{. = •• I. T •a• . * Iar .. ..••.• •� I••'\• .% - I' 'J•':•'�. . _ •._ •I• iii •.r ..,• • !•.. • .. ` a.• :1"•/• •u• 1 .. •.A .- If • • . ..It . -•... • • • • • •• .. aI I• ' •1 ••.I I. •`• • • I ••• •• .. u . 1• .....r • • "+ 1Y• •'` .: y M1% •a• r •• ..•. •\ r '•a __ .U• .`• ,\•J . ••': •.• .• •I •. . •1• s. Y. _ „L r i ..M1 .. a• .a.. •' / ':{I. a •J !• • I. • 1 '• •1` • J •. J I r M1.r • • • '• • • -.1. r•' f •ti • • •••....................... • • r •r Y•I.L • ••a .. 'l,yi .I ..1 •I ' * I:. r • I..tr... •• .• •.• .••• 21 a. •I I• • •n �.• •• 1 • •.• ... .•• ±• •• r. I • a. lr •%_ I f• ••L•• •• • - U.. . • : •f. • ••. .• •• • �•• ••• ••11••• .a I.M.a I�n` • '• a ' � : I. J .;I -A. •• ..•r •f r • 1• • •5 Y •_ • •Y •ri- •'r I • y -• T .. � • f • .. .M1• I:• . � I I • n.. • • M1 •• . ;�1•I:. •• - i.•. -•j;rIL• I1 _.••hg•. •� •^•• .. •f . ••• •••}•'..J'•• ••• 1.I. , • •,• • ,• •f• • I •• a • •a••L -yYfA •J • ..• . • f•.5 tI eJ•I. .r. M1•.. ! ' J •' ••• •• - .• -•./ ,. I.• .'• •. .. _• a• � • • ••• ••• •p. I. a•.• j.,R• ^ i5 P .• AL • •l .Y •• •4 M1 •• • •. • M1 •t M1 a-" • A'•-1 [J I 1 I 1 TABLE OF CONTENTS PAR; /SECTION NO SL-BJE ('T FAG"' NC PART I B=DD:NG REQUIREMENTS 00030 AdvertisementforBids 1-2 00100 Instructions to Bidders 1-7 00300 Proposal 1 15 00350 Bid Bond 1-2 CC360 Notice of Award State Wage Rates 1_ PART II CONTRACT FORMS 00500 Contract 1-6 00550 Notice to Proceed ; ' PART III COND_:IONS OF THE CONTRACT 00700 General Conditions 1-36 00800 Supplementary Conditions 1-7 ' PAR=' V SPECIFICATIONS DIVISION GENERAL REQUIREMENTS •' 01000 Abbreviations 1-3 01039 Summary of Work 1-2 O011 Site Conditions 1 9 ' 01014 Protection of the Environment C1016 Safety Requirements and Protection. of Property 1-4 01027 Applicaliors for Payment 1-2 ' 01028 Change Order Procedures 1-3 01070 Cutting and Patching 1-2 012;0 Preconstruction Conference 1 ' 01300 Submittals During Construction 1-8 01311 Schedule and Sequence of Operations 1-3 ' 31400 Qua]ity Control 1-3 01500 Temporary Construction Facilities and Utilities 1 4 0_600 Material and Equipment Shipment, ' Bandling, Storage, and Protection 1-4 C1700 Contract Closeout 01710 F,nal C.eaning 1_2 ' 01/20 Project Record Documents 1-3 DIVISION 2 SITE WORK ' 02102 Clearing, Grubbing, and Stripping 1-3 02203 Earthwork, Trench Excavation and Packfill 1-18 022_8 Landscape Grading 1-3 '• 02223 Highway Undercrossings 1-5 02.485 : _n_sh Gradirc and Grass r I I TABLE OF CONTENTS PART/SECTION NO. SUBJECT PAGE NO ' 02601 Asphalt, Concrete, and Gravel Surface Restoration 1-11 ' 0274C Manhole Construction 1-3 DIVISION 3 CONCRETE 03210 Reinfcrcing Steel 1-4 C3300 Concrete lc DIVISION IS MECHANICAL ' 15001 Piping - General 1-10 5001-2 Cement -Lined Ductile lrcn Pipe and Fittings 1-5 ' 15001-4 Prestressed Concrete Cylinder Pipe and Fittings 1-6 15001-6 Cement-Mortar-Lir_ed Tape Coated Steel Water Pipe and Fittings 1-38 ' 15012 Miscellaneous Tubing 1-2 15013 M;sce_.aneous Piping Specialities 1-3 15C80 Manually Operated Valves and Check Valves 1-5 15082 Se1-`-Contained Automatic Process Valves 1-4 APPENDIX ' Occupational Safety and Health Administration OSHA) Standard for Excavation and Trenches Safety System. 29 CFR :926, Subpart P. ' DRAWI_NGS - Bound Separately I I I I 1 .• 6 . •l • � • �•5r •1; - i •1 •:• M1,f.. � a. • .: ' NJ� • �• of .. •. ..LZL • • •. .., •. •• •4 • I. . �••• 1. r' — l ; .w 11 .. I•\ 1 Y•• • .Lij..•r :' ; ;:I • ..+Y••-i r.4 .' ••.��! �,.+r,• ;. '+II • •+ •. y.rr�Y+.,^+Y Ih• '.1•. iY• •�. +Y ti •', �'1• •1. •.� _ •. .. '1 ••r T .� J. T• t'•: i y. •. •N J • • • . .I V• • •..• - •�.L •'•• A. f •. I. �� J•\�Yr`.• •r • .�• it 1. �i4• �' L yil + • .. I. ,•M1 .1 L.1 Y• • • _ I. • . ••. �•, ••• •' i 1 4r /..-. •' f.Y� YI••n b . •+- _• Y i •: iL=r S rT •' •'1 ah. J•• I•M1 f f + ;%• , ;�• • •• •j •• •• r•Y—. • • • •••J! , •.•:.••. X31. •• •. •. L •••f • �+ •••+ •1 • .T•• R .I. •S Yr f l .• • .••.•••} I. f r yy[yy•Y1 {•ZI :�••�• •\=:1f. .r .• . f . f •. C .%• •• •.. - :.•.'• %•r ...I rY ••.. •S f\ •.r1 •L_• 1• I. •Q.. J •.. • • _ •J • . L •• •. .. '•. • ' ••. _ • y..4.. 'I• . •Y'.r • •.f•1. Sn 1 • 'Ji+ } f Y.� LJhe'{d.'• I I •Y f• 41 • ll:. .. II 'n • • J 1'. •.. •f 1.^•I.. •I •- • M1•.• ••%I.•n 1•• • `•�. JM1 I. •.' •, �• • L •• •.. /••• �L. ` .. •.,.Z.,r • _,•.f of I \: •.j,. 1.1 .•/•yn ' '•'• I. ..mm: • t"aS•• . .L• •I• ••.. 1... ••• _ •• .' . '•. •. ..• .• .• I. 1'• • 'r •{•.f •.`yJ}'J • I. A ��YY 4• • r!•. . •'_ r .. r •• •• \ •., '. I. •i .`,. . • i •'(• • •• • r'. •• . '}.'C'•1 . •!.. r ' • - .' J _ 1 •1X •:; I •, I 1 •. .•. .. .. I • .. • ••• •' .�!. •I. �•I .. •L .. •; •. • I ry y • •• 1 11• ... ' ••''.•. • v:.•. .. •4; .. :ti• 1} ._ r M. •.• • I. •• sr• i .. 1 1' r • • T.1.••7 .I..._. r• S'f •-a: 1 • II '• • . ' yy M1l ..�•.• '. y ., n .M1 ••I I. ••IM1' {. V`.n�� �•.•..•.•. r. .r • ••. 1 ••.,•.\•r 1C• 4. : r•.j•. U. x•Y• • • • .•'f• ' '• •.I._ .. .• •. -•••R •Y.•r •. •1 ••i L •• . r '• •• f ' •1 1 ..` • •Iy. L• •.•:,'.' I. 1•' I. _ ��• •1_•..'•'-••J.;: •:S • •+ Ir•�I. •I ... •r -•••Y'•• ••.I1L1••.. • ; �• •�••. • •. •I .1 1 . lr . • r•.i. .=•�. ••;.••. •r.•.. .. .. i •` I •: .. yr ', ••r•' .:. '' .. r' • rr t 'L ' •. •.f �:.N • .' .' Y• • • 'f 11._':' I. ••� n• 1•. •. •Yr t •• •• c •.i Y•{'• •1•�1 •• .• 1. • •r••n 1 J.• I e ..•• I •MI •.L ! _ 1.• X Yr R•• Y I l f a '•'. r:Y •• 1. • I.,..:. • .. • . .1 I. f '•I, • • f I. • ••. • 1 •;5 i •n ., f.•• . •. • I. _• _ •., .-• • '.• .•:.I. •• • tJ • I • f•r •..'. .• ri/ ` J• •r• 1 'A,' ,•MI • n 1. r•Zjr4 p • •• . r • ;l . . . .. . .. • .. f YY ' C. '.• .r ', _+., _ y- nil•'• •• .�L• • - "•. n'.I I. '•: •� • .. M. ..•r •1•• r• . •�,L Lr�tiJ• ••L J 1 • ..1.11•. • •.1` •r.f.;�.•�•• •. •• f• . M1 `.. •L•.••'. -.'T.•+ 1L. • 1a 1. • .. } 1` •r: ! 1, •.1 `'. 1 - •` a;•• YJ• ;r r•. . 1•. . •+••1 1 .-. I• • �. f.. `. ..J • L Y ...a • • I. 1r • r' I . 1 Y1'..•f'.r l: ••}1 ... r nI fY' • L .. : • •.. ,• .:•• Y if '`. • I • -• . •w..: 1 try .•. yS r .l •M1 •, ��. •• • 4: • ,\•j 1•, 1r M1y, I .• .. 1 r •.'•1.1. x. • • •' •v •• 1 .. •I. A yS• ,� •r ' rl :• 1 NLJ� .~ I. ...• M. :'e •rte • i• y•l I. F. :.: r M1 .. ; . 5 .. • 'J• i •1 .`Y:1 • h•:• I• •..,•.l .I 1 r• •'r . •• .M1• I. I. • . J .., 1 ••L, . 11 +• ..U- •• y;l• IS•• •,' ,. f• •. Y _i.. • • + f L} .�p••'�_ J �•. M1 .' t' i,• ••• r••y •. f`y11 •• • .V'• .y. T .% - .• 1• , Y_ _! ;:.. l.s•, �;=F•.:••r. •• •••i ! •.+ ' �'��•: 1. .•i •, •••I. , S.5_•• •\•.r11. •.\••.• n 1•, • 1': ,; • I • . - ;:: 1 • .;r •• 1. 1 f; • . 7.. _ • •• r • •• I / • i .•• Y I^ J ` L'••'L• J• �+.¢1 • . Y • r. . ••`■ i •'Y. .•'. • • T. 1. • . 4 •. Jy " L't l•_! •• •f :• •.. ':r '.i •. r . f .. ..• ••1 • ` •• . 1 \ •:'• :. K••Jr .'•r• i. r •• . ''.: L Ix I J+Y y, • • r •rl1Ri .' •1 .'.1 • ti•• _ • •4Y ._n+ L �. ••`••'I:•4-. `1 fy�.`� •i \• ••i 1 i '. LI.• •Y i !• ..•. _. •n .i•... 1 1 . . r J. _Y �••. • •• ••�i'• ice ;.•. •L,1••� • • •• ''' •.Y •S • :• � I_1 •i •, •fr1! •;•M1•; •.. •• •II ;.' •-• •.••• _aFla .• •.1.1 •a 1 ` • •� 1r .•, _. V. II' L1 �•. •• Z. .• •.. • '• • ',,uS •. I . •••1 • mil. •i.. 'N .Y. ,.•.i •A1 • ti i+• • •• .... �.•.: 'L :.-1 ,} I'•.' •. •• M. 4r • •+;• _ '.. �,^ . ;.. Y-Y._Y 1; ', ••;.. r •f.':.n :.ti?.LI'ti� �ti •.:!i:=� •a.•'.�4 ... ,'. •f•• 1..'; M1�.. S. • ''� n. Ih 1 .1 � `• MI`•• � v'.•1. •� .• • Y .r _ •;�, f }.•' • • . n' •• I •I• •1 r • • 'Z.` • •. .`:,r. i 1 ••• _� y + 4 • 1Y • I _. 1 e.. ••r r•r, �.J • • i. .•• 1; • •L r '+1. 1 +�I^,.r•. ••'J• •1• .• ` L� T•.f • .• •• Y • y I • .l •• .. 1 N. • 1i 1• r 1 J M1• ;• • . F: s• •i• 1. ;' I•••1: ti.:1r• i .•I. a•. .11 ..! j' ••1 L� •1 •_1• ••'.. •,• •I... IML •.1 I. •• r 7 I.L •. :Y• • r _ f. .f. ••rYT •1`f'%%II . ` -• 1. •' • ...'. •J S N •n f I'�`• •Y• fI •.•I- •••...v'y. I 1 •1 • • . • 'r • f .I•1. • I •• • .• • .• 1 :. . �• TL •I • r ` f• •- • i IJ, + 14.r IZ •I•� .1, f. Moor J� ,'• i } 11 .i' f •.• •}'1 5.. r L' •• • • •.•• • ..•I1f '• 1 .. _ . _ •'. ••�•••'• • • �. T.. iV • • •11• \'•r. •. • .• . I.• U'1:.1•r .....!II •�.• ti ..+ •^ ••1.1 •. • • •ter•. .. �. • ., •• i�. ; �.• •• • -�J •�.•`••..•• 1 .1 M1r •�llY• .. • • r:. •.i • 1.1 •. .• •• • • •...... . ii a ,• n .• •% •a. ••••.,• v • I •• � _f i• •-'• J _y•.••.. YJ S_.` . `_S.RI •L~i`•• .• '. I...• ••'f ry••f• •• 4� Y• f- r . V•'. .. . •• ' 1 .. -._ +,:% 1 : r.r•"•e�Y: Y•. 1 • •jP.1 !I .•n•1 L 1• J �:• }••y' r •,n 1 L rti i.• J •• E• yC ••r • �Y r ..•L'••••. • • .f. •i 1 I .. Lf •.'�f. .3. .in .• I I I I I [I I H I I I I SECTION 00030 ADVERTISEMENT FOR BIDS BID NC. OWNER: City of Fayetteville 113 West Mountain Fayetteville, Arkansas 72701 ENGINEER: McClelland Consulting Engineers, Inc. P.C. Box 1229 Fayetteville, AR 72702 (501) 443-2377 PROJECT M: FY9C2103, Contract Section I The City of Fayetteville will receive sealed bids for construction of a water interconnection from two new water storage tanks to an existing 24 -inch main, in the southwest portion cf the City cf Fayetteville. Work involved shall include approximately 3,470 feet of 36", and 7,367 feet of 30", and 526 feet of 24" water na_n, bored highway crossings, two altitude valve stations, fire hydrants, air release valves, and related work. Bids shall be on a unit price basis. The City of Fayetteville will receive bids until 2:00 P.M. local time on Thursday August 4 , 1994, at the office of the Purchasing Officer. Bids received after this time will not be accented. Bids will be opened and publicly read aloud immediately after specified closing time. All interested parties are invited to attend. Bidding Documents may be examined at the offices of the Engineers and at: ABC Plans Room Construction Market Data F. W. Dodge Reports %kOzark Floor Co. P.O. Box 1109 (72203) 5100 E. Skelly 928 N. College 1501 N. Pierce, Ste 101 Suite 1010 Fayetteville, AR Little Rock, AR 72207 Tulsa, OK 74135 Copies of the Bidding Documents may be obtained through the Engineers office upon payment of $140.00 for each set cf documents. Return of documents is not required, and amount paid for documents is not refundable. Partial sets are not available. Section 00030 - 1 YCCI. f.,A Enpleu r, In aorawaha Fey.n.vKI.. A,.an.a. I I I I F F I I I I I I I I I 11 I I For information concerning the proposed work or for an appointment to visit the site of the work, contact Mr. Robert white, F.E. at the Engineer's office. In order to perform public work, the successful Bidder shall, as applicable, hold or obtain such Contractor's and Business Licenses as required by State statutes and the Rules and Regulations of the Arkansas Contractor's Licensing Board. The attention of the Bidder is directed to the applicable state wage rates to be paid under this contract. Each Bid must be submitted on the prescribed form and accompanied by a certified check or bid bond executed on the prescribed form, payable to the City of Fa etteville, in an amount not less than 5 percent of the amount bid. The right is reserved to reject all Bids or any Bid not conforming to the intent and purpose of the Contract Documents, and to postpone the award of the Contract for a period of time which shall not exceed 90 days following the bid opening date. Dated this day of City of Fayetteville, Arkansas Publish: Purchasing Officer 1994. Section00030-2 Mau.ad Cansjtin Erpmun InmOaaHE Fapllw, l,*, ArkaM s SECTION 00100 INSTRUCTIONS TO BIDDER PARAGRAPH NO./TITLE PAGE NO. 1. FORMATS,............... .............................a 1 2. SPECIFICATION TANGUAGE ........... ............ ... .... 1 3. GENERAL DESCRIPTION OF THE PROJECT .................. 1 4. QUALIFICATION OF BIDDERS ............................ 1 5. DOCUMENT INTERPRETATION ............ ................. 1 6. BIDDER'S UNDERSTANDING .... .................a.......a 2 7. PROJECT MANUAL & DRAWINGS .......................... 2 8. TYPE OF BID.......................a................ 2 9. PREPARATION OF BIDS ................................ 3 10. STATE AND L^CAI, SALES AND USE TAXES ................. 3 11. SUBMISSION OF BIDS ................................. 3 12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BIDS ........ 4 13. WITHDRAWAL OF BID .................................. 4 14. BID SECURITY........................................ 4 15. RETURN OF BID SECURITY ................... ........... 5 16. AWARD OF CONTRACT.................... ............... 5 17. BASIS OF AWARD . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 18. EXECUTION OF CONTRACT............ a ........... ... .... 5 19. PERFORMANCE AND PAYMENT BONDS ....................... 6 20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND......... 6 21. PERFORMANCE OF WORK BY CONTRACTOR ................... 6 22. TIME OF COMPLETION............................01.1.0 7 23a PROVIDING REQUIRED INSURANCE ........................ 7 24. TRENCH AND EXCAVATION SAFETY SYSTEM ................. 7 fA UHAUfl _.. 0000_.. SECTION 00100 INSTRUCTIONS TO BIDDER PARAGRAPH NO./TITLE PAGE NO 25. SUBCONTRACTOR'S PERFORMANCE AND PAYMENT BOND........ 7 26. PROPOSED SUZ-STITU;ION FOR SPECIFIED ITEMS........... 7 •T t'I%TM I I L L J I I H El I I I I I I SECTION 00100 INSTRUCTIONS TO BIDDERS FORMAT The Contract Documents are divided into parts, divisions, and sections in keeping with accepted industry practice in order to separate categories of subject matter for convenient reference thereto. Generally, there has been no attempt to divide the Specification sections into work performed by the various building trades, work by separate subcontractors, or work required for separate facilities in the project. 2. SPECIFICATION LANGUAGE "Command" type sentences are used in Contract Documents. These refer to and are directed to the Contractor. 3. GENERAL DESCRIPTION OF THE PROJECT A general description of the work to be done is contained in the ADVERTISEMENT FOR BIDS. The scope is indicated on the accompanying Drawings and specified in applicable parts of these Contract Documents. 4. QUALIFICATION OF BIDDERS The prospective bidders must meet the statutorily prescribed requirements before Award of Contract by the Owner. Before a Contract will be awarded for the work contemplated herein, the Owner will conduct such investigation as is necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified under this Contract. Upon request, the Bidder shall submit such information as deemed necessary by the owner to evaluate the Bidder's qualifications. 5. DOCUMENT INTERPRETATION The Contract Documents governing the work proposed herein consist of the Drawings and all material bound herewith. These Contract Documents are intended to be mutually cooperative and to provide all details reasonably required for the execution of the proposed work. Any person contemplating the submission of a Bid shall have thoroughly examined all of the various parts of these Documents, and should there be any doubt as to the meaning or intent of said Contract Documents, the Bidder should request of the Engineer, in writing (received by the Engineer at least 5 working days prior to bid opening) an interpretation thereof. Any interpretation or Section 00100 - 1 I I'_. H I I I I I fl I I H I I I I change in said Contract Documents will be made only in writing, in the form of Addenda to the Documents which will be furnished to all Bidders receiving a set of the Documents. Bidders shall submit with their Proposals, or indicate receipt, of all Addenda. The Owner or Engineer will not be responsible for any other explanation or interpretations of said Documents not issued in writing by Addendum. 6. BIDDER'S UNDERSTANDING Each Bidder must inform himself of the conditions relating to the execution of the Work, and it is assumed that he will inspect the site and make himself thoroughly familiar with all the Contract Documents. Failure to do so will not relieve the successful Bidder of his obligation to enter into a Contract and complete the contemplated Work in strict accordance with the Contract Documents. It shall be the Bidder's obligation to verify for himself and to his complete satisfaction all information concerning site and subsurface conditions. Information derived from topographic maps, or from Drawings showing location of utilities and structures will not in any way relieve the Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of the Contract Documents. Each Bidder shall inform himself of, and the Bidder awarded a Contract shall comply with, federal, state, and local laws, statutes, and ordinances relative to the execution of the Work. This requirement includes, but is not limited to, applicable regulations concerning minimum wage rates, nondiscrimination in the employment of labor, protection of public and employee safety and health, environmental protection, the protection of natural resources, fire protection, burning and nonburning requirements, permits, fees, and similar subjects. 7. PROJECT MANUAL AND DRAWINGS No return of Project Manual or Drawings is required and no refund will be made. The successful Bidder will be furnished three sets of Documents without charge. Any additional copies required will be furnished to the Contractor at $100.00 per set. Partial sets will not be available. 8. TYPE OF BID Unit prices shall be submitted in the appropriate places on the Bid. The total amount to be paid the Contractor shall be the total amount of the unit price items as adjusted based on quantities Section 00100 - 2 L �[] A ED I u Li I I H I Li I I I I I I I I installed and/or any adjustment for additions or deletions resulting from additive or deductive alternates or change orders during construction. 9. PREPARATION OF BIDS All blank spaces in the Bid form must be filled in, preferably in BLACK ink, in both words and figures where required. No changes shall be made in the phraseology of the forms. Written amounts shall govern in cases of discrepancy between the amounts stated in writing and the amounts stated in figures. In case of discrepancy between unit prices and totals, unit prices will prevail. Any Bid shall be deemed informal which contains material omissions, or irregularities, or in which any of the prices are obviously unbalanced, or which in any manner shall fail to conform to the conditions of the published ADVERTISEMENT FOR BIDS. Only one bid from any individual, firm, partnership, or corporation, under the same or different names, will be considered. Should it appear to the Owner that any Bidder is interested in more than one bid for work contemplated, all bids in which such Bidder is interested will be rejected. The Bidder shall 'sign his Bid in the blank space provided therefor. If Bidder is a corporation, the legal name of the corporation shall be set forth above, together with the signature of the officer or officers authorized to sign Contracts on behalf of the corporation. If Bidder is a partnership or sole proprietorship, the true name of the firm shall be set forth above, together with the signature of the partner or partners authorized to sign Contracts in behalf of the firm. If signature is by an agent, other than an officer of a corporation or a member of a partnership or sole proprietorship, a notarized power -of -attorney must be on file with the Owner prior to opening of bids or submitted with the Bid. 10. STATE AND LOCAL SALES AND USE TAXES Unless the Supplementary Conditions contains a statement that the Owner is exempt from state sales tax on materials incorporated into the Work due to the qualification of the Work under this Contract, all state and local sales and use taxes, as required by the laws and statutes of the state and its political subdivisions, shall be paid by the Contractor. Prices quoted in the Bid shall include all nonexempt sales and use taxes, unless provision is made in the Bid form to separately itemize the tax. 11. SUBMISSION OF BIDS All Bids must be submitted, nct later than the time prescribed, at the place, and in the manner set forth in the ADVERTISEMENT FOR Section 00100 - 3 I JL��bD'h �er r� l C I L C I I I I I I !J I C H BIDS. Bids must be made on the Bid forms provided herein. Each Bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions in the ADVERTISEMENT FOR BIDS. Bids may not be submitted by FAX machines. 12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID Any Bidder may modify his bid by telegraphic or written communication at any time prior to the scheduled closing time for receipt of bids, provided such communication is received by the Owner prior to the closing time. The telegraphic or written communication should not reveal the bid price; it shall, however, state the addition or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. 13. WITHDRAWAL OF BID Any Bid may be withdrawn prior to the scheduled time for the opening of Bid either by telegraphic or written request, or in person. No Bid may be withdrawn after the time scheduled for opening of Bids, unless the time specified in Item, AWARD OF CONTRACT, of these INSTRUCTIONS TO BIDDERS shall have elapsed. 14. BID SECURITY Bids must be accompanied by cash, a certified check, or cashier's check drawn on a bank in good standing, or a bid bond issued by a Surety authorized to issue such bonds in the State where the Work is located, in the amount of 5 percent of the total amount of the Bids submitted. This bid security shall be given as a guarantee that the Bidder will not withdraw his Bid for a period of 90 days after bid opening, and that if awarded the Contract, the successful Bidder will execute the attached Contract and furnish properly executed Performance and Payment Bonds, each in the full amount of the Contract price within the time specified. The Attorney -in -Fact (Resident Agent) who executes this bond in behalf of the Surety must attach a notarized copy of his power -of -attorney as evidence of his authority to bind the Surety on the date of execution of the bond. All bid bonds and Contract bonds shall be executed by a licensed resident agent of the surety having his place of business in the State of Arkansas and in all ways complying with the laws of the State of Arkansas^. The mere countersigning of a bond will not be sufficient. Section 00100 - 4 I ii � AIIRIF D LI C H L I C L I I I J I I I b C L C I If the Bidder elects to furnish a Bid Bond, he shall use the Bid Bond form bound herewith, or one conforming substantially thereto in form and content. 15. RETURN OF BID SECURITY Within 15 days after the award of the Contract, the Owner will return the bid securities to all Bidders whose Bids are not to be further considered in awarding the Contract. Retained bid securities will be held until the Contract has been finally executed, after which all bid securities, other than Bidders' bonds and any guarantees which have been forfeited, will be returned to the respective Bidders whose Proposals they accompanied. 16. AWARD OF CONTRACT Within 90 calendar days after the opening of Bids, unless otherwise stated in the ADVERTISEMENT FOR BIDS or SUPPLEMENTARY CONDITIONS of these Documents, the Owner will accept one of the Bids or will act in accordance with BASIS OF AWARD, below. The acceptance of the Bid will be by written notice of award, mailed or delivered to the office designated in the Bid. In the event of failure of the lowest responsible and responsive qualified Bidder to sign and return the Contract with acceptable Performance and Payment Bonds, as prescribed herein, the Owner may award the Contract to the next lowest responsible and responsive qualified Bidder. Such award, if made, will be made within 90 days after the opening of Bids. 17. BASIS OF AWARD If, at the time this Contract is to be awarded, the total Base Bid of the lowest acceptable Proposal exceeds the funds then estimated by the Owner as available, the Owner may reject all bids or take such other action as best serves the Owner's interests, including consideration of selected Deductive Alternates. 18. EXECUTION OF CONTRACT The successful Bidder shall, within 15 consecutive days after receiving notice of award, sign and deliver to the Owner the Contract hereto attached together with the acceptable bonds as required in these Documents. Within 15 consecutive days after receiving the signed Contract with acceptable bonds from the successful Bidder, the Owner's authorized agent will sign the Contract. Signa:.ure by both parties constitutes execution of the Contract. The successful Bidder shall conform to the Rules and Regulations of Arkansas Department of Finance and Administration concerning nonresident contractor's notice and bend requirements. Section 00100 - 5 I F[^�1'�.r �4kVj{��F�LETuq y ` Iri• '... `DIY . I H I I I I I I LJ L L L L L L C L L 19. PERFORMANCE AND PAYMENT BONDS The successful Bidder shall file with the Owner a Performance Bond and Payment Bond on the form bound herewith, each in the full amount of the Contract Price in accordance with the requirements of the State of Arkansas as applicable, as security for the faithful performance of the Contract and the payment of all persons supplying labor and materials for the construction of the Work, and to cover all guarantees against defective workmanship or materials, or both, for a period of 1 year after the date of final acceptance of the Work by the Owner. The Surety furnishing this bond shall have a sound financial standing and a record of service satisfactory to the Owner, shall be authorized to do business in the State of Arkansas, and shall be listed on the current U.S. Department of Treasury Circular Number 570, or amendments thereto in the Federal Register, of acceptable Sureties for Federal projects. If the Surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the project is located or it ceases to meet the requirements of the preceding paragraph, Contractor shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to Owner. The Attorney -in -Fact (Resident Agent) who executes this Performance Bond and Payment Bond in behalf of the Surety must attach a notarized copy of his power -of -attorney as evidence of his authority to bind the Surety on the date of execution of the bond. All Contracts, Performance and Payment Bonds, and respective powers -of -attorney will have the same date. 20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND The Bidder who has a Contract awarded to him and who fails to properly execute the Contract and furnish the Performance Bond and Payment Bond, within the time frame stipulated elsewhere in these documents, shall forfeit the bid security that accompanied his bid, and the bid security shall be retained as liquidated damages by the Owner, and it is agreed that this sum is a fair estimate of the amount of damages the Owner will sustain in case the Bidder fails to enter into a Contract and furnish the bond as hereinbefore provided. Bid security deposited in the form of cash, a certified check, or cashier's check shall be subject to the same requirements as a Bid Bond. 21. PERFORMANCE OF WORK BY CONTRACTOR The Contractor shall perforn organization, work equivalent on the site and to at least forty with his percent of own the total amount of the work tc be performed under this Contract. If, Section 00100 - 6 L I I H I I I I I I I H I I I J I H H during the progress of the Work hereunder, the Contractor requests a reduction of such percentage, and the Engineer determines that it would be to the client's advantage, the percentage of the Work required to be performed by the Contractor's own organization may be reduced; PROVIDED prior written approval of such reduction is obtained by the Contractor from the Engineer. Each bidder must furnish with his bid a list of the items that he will perform with his own forces and the estimated total cost of these items. 22. TIME OF COMPLETION The time of completion of the Work to be performed under this Contract is of the essence of the Contract. Delays and extensions of time may be allowed in accordance with the provisions stated in Section GENERAL CONDITIONS. The time allowed for the completion of the work is stated in the Proposal. 23. PROVIDING REQUIRED INSURANCE The Bidder's attention is directed to the insurance requirements set forth in the GENERAL CONDITIONS (amended in the SUPPLEMENTAL CONDITIONS, if appropriate). Submittal of a bid indicates full understanding and intent to comply with the insurance requirements which are a condition of the contract. 24. TRENCH AND EXCAVATION SAFETY SYSTEM In accordance with Act 291 of 1993 of the State of Arkansas, Bidders must provide a separate price for trench and excavation safety programs in the space provided on the bid form. Failure to do so will subject the bidder to disqualifications. 25. SUBCONTRACTOR'S PERFORMANCE AND PAYMENT BOND In accordance with Act 190 of 1993 of the State of Arkansas, subcontractors shall provide to the General Contractor a performance and payment bond if the conditions of Section 1 of Act 190 are applicable to the project. 26. PROPOSED SUBSTITUTION FOR SPECIFIED ITEMS The Bidder must comply with Article 50 of Section 00700 of this Project Manual by submitting complete data for proposed items of substitution with his Bid Proposal. END OF SECTION Section 00100 - 7 I MCCJ.I and a Caawltrna Enamuv in cp a or a>sa Fayffeve to. L Jkanlaa I L L L L I r I I I I I I I I SECTION 00300 PROPOSAL NOTE TO BIDDER: Please use BLACK ink for completing this Bid form. To: City of Favettevil.e Address: City Administration Building Fayetteville. Arkansas Project Title: Water System Improvements. Contract Section I 36 -inch Water Transmission Main Engineer's Project No.: }"Y902103 Arkansas Contractor's Date: k 4 LicerseNo.: ____i_4YC HBidder: I /^� rrG 1nc. e1 //1� // /�' Address: 6 12- f i. El», Sf, G cfn$hc/� I `! c 2?4(J1 Bidder's person to contact for additional information on this Proposal: Name: / fl0YY1US V Ahrt erso Telephone: (gig) 2140765 BIDDER'S DECLARATION AND UNDERSTANDING The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this Proposal are those named herein, that this Proposal is, in all respects, fair and without fraud, that it is :made without collusion with any official of the Owner, and that the Proposal is made without any connection or collusion with any person submitting another Proposal on this Contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is SECTION CC300 - 1 Mcckilond ConglPnq ' Elglaaaa? Inw Oa/aN! FapfMV1dd, Irtana L r [I L I I I I Ti I I I Li I J intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Proposal is made according to the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Proposal. The Bidder states that he has experience in and is qualified to perform the work herein specified and, if he does not have craftsmen experienced and qualified in any phase of the work for which this Proposal is offered, that he will subcontract the work under said phase to a contractor who does have the necessary experience and qualifications. The Bidder further agrees that he has exercised his own judgement and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions. 2. CONTRACT EXECUTION AND BONDS The Bidder agrees that if this Proposal is accepted, he will, within 15 days after notice of award, sign the Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance Bond and Payment Bond required herein, and will, to the extent of his Proposal, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete all work as specified or indicated in the Contract Documents. 3. CERTIFICATES OF INSURANCE, PAYMENT BOND, AND PERFORMANCE BOND The Bidder further agrees to furnish the Owner, before executing the Contract, the certificates of insurance, Payment Bond, and Performance Bond as specified in these Documents. 4. BID BOND Enclosed herewith is a bid bond for Fve Pfru-'� U t the a►Koun7 l� a dollars (S (5 yaj ) which we agree the Owner may cash and retain as liquidated damages in the event of our failure to enter into contract for the work covered by this Proposal, provided the Contract is awarded to us within ninety (90) days from the date fixed for the opening of bids and we fail to execute the required bonds as called for in the Specifications within fifteen (15) days after the execution of the Contract_ 5. STAR= OF CONSTRUCTION AND CONTRACT COMPLETION TIME The Ridden further agrees to begin work within iC calendar days after the time stated in the Notice Lo Proceed issued by the Owner to the Contractor and shall complete the construction in all respects within 180 calendar days and shat. comply with the schedule identified in SECTION 00300 - 2 InarG'ofM FAydhvll/. Arka� J H H H I I I I I I I I`] I I H I Section 01311 - Schedule and Seq-ence of Operations. 6. LIQUIDATED DAMAGES In the event the Bidder is awarded the Contract and. shall fail to complete the work within the time limit or extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid to the Owner for al'_ work awarded under the Contract until the work shall have been satisfactorily completed as provided by the Contract Documents, plus any monies paid by the Owner tc the Engineer for additional engineering and observation services associated with such delays. Liquidated damages shall be based upon actual cost to be borne by the Owner as a result of the work not being completed within the time stipulated in the Contract and agreed to by the Contractor. Such costs include but are not limited to less of revenues and additional Fees payable tc the Engineer. 7. ADDENDA The Bidder hereby acknowledges that he has received Addenda Nos. _ to these Specifications. (Bidder insert No. cf each Addendum received.) 8. UNIT PRICE BASE BID The Bidder agrees to accept as full payment for the work proposed herein the amount computed under the provisions of the Contract Documents and based on the following unit price amounts, it being expressly understood that the unit prices are independent of the exact quantities involved. The Bidder agrees that the Unit Prices represent a true measure of the labor and materials required to perform the work, including all allowances for overhead and profit for each type and unit of work called for in the Contract Documents. The amounts shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern. 9. SALES AND USE TAXIS The Bidder agrees that all federal, state, and local sales and use taxes are included in the stated bid prices for the work. 10. DEDUCTIVE ALTERNATES Not :used. SEC1ON 00300 3 YCC,af,an0 naprnaua InarOo•oNE Fayoffovd'e Arkansas I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BASE BID PROPOSAL SCHEDULE ITEM UNIT NC. QUANTITY ITEM PRICE EXTENDED 00 3,470 FT 36", 15C psi Pressure $ gi /FT Class Pipe, the :ron (Numerals) Concrete or 0.25" all Thickness Steel (circle selected material) dollars/FT $ 30$,830 ( crds) sy.a 2. 7,367 FT3C", .50 psi Pressure $ /FT Class Pipe, uctile Irc (Numerals) Concrete or 0.25" Wa 1 Thickness Steel (circle selected material) SE5y f ur.✓Z_ dollars/FT (Words) 3. 526 FT 24" Ductile IronPipe sl4t-1 (Wcrds) 4. 20 FT 2C" Duct -::e Iron Pipe 5. 6. L (Words) $GIQ,8z$ $ /FT (Numerals) a0 dollars/FT $ 32tb0 $_80 /FT (Numerals) dollars/FT $_Go_ 60 FT 16" Ductile :ron Pipe $ Go /FT ;Numerals; .n S I Y dollars/FT $ 3,Goa ✓ (Words) as 4C FT 12" Ductile :ron Pipe $? /FT (Numerals; 00 F4 F fir dollars/FT (Words) nYCCI. rand (R..vIHna Enpn..rs Inoerp.rat.d f aMf.vl4., ArYCnsas SECTION 003CC - 4 I I C I I I I I I I Li II Li I I I I ITEM UNIT NO. O::A.\TITY ITEM PRICE EXTENDED 7. 65 FT 8" Ductile Iron Pipe $ 3 a _ /FT (Numerals) �H;R.TY dollars/FT $ 1,950O (Words) 8. SC F= 6'' Ductile Iron Pipe $ 25 /FT (Numerals) D y dollars/FT $ 1 ZSO— 'Words) 9. 80 FT 4" Ductile :ron Pipe S !S0^ /FT (Numerals) s dollars/FT $ 1J Zoo - (Words) cc 10. 2 EA 36" Butterfly Valve w/Box $ 8� 000 ' /EA Class 150 2 (Numerals) �d IG,tr I�OI5ANL� dcllars/EA $ I4Q6Qo (Words) 11. I EA 30" Butterfly Valve w/Box $ 1 0�/EA Class 150 B Numerals) SE✓ELI /f/Od5.4nlD dollars/EA $_`%,0o0 (Words) Oo 12. 4 EA 24" Butterfly Valve w/Box $_ o ' /EA Class 150 B (Nu erals) -� 00 ilR t NOL15d.3D dollars/EA $ I QQQ (Words) ea 13. 3 EA 16" Butterfly Valve w/Bcx S /EA Class 150 B (Numerals) /ao Iwo %F/OL/SOn1D dollars/EA $ Y ;Words) 14. 2 EA 8" Gate Valve w/Box $_q00/EA (Numerals) PUU12 fia4og6A dollars/EA $ 800 (Words) SECTION 00300 - 5 I ANCts fiend consulting Enginsnrs fncargoroad feysas wbs Arnoasos L L L I L I I I L I I I I I I SECT10N 00300 - 6 I ITEM UNIT NO. CUAh'rlTY ITEM PRICE EXTENDED ao 15. 3 EA 6" Gate Valve w/Box $ ZOO �/EA (Numerals) 1 -i& B ri tfn1DPED dollars/EA $ 900 ;Words) II 16. 1 EA 24" Altitude Valve $ 4i OOO�/EA Station at New Tanks (Numerals) X500 00 pgy /-7,Ie 04Q,& dcllars/EA $ O " (Words) 1'7. 1 EA 16" Altitude Valve S 0 O�/EA Station at Markham Hill (Nu.erals) Tank 00 ll�EnlT+/ T0�/SdAto doi;ars/EA $ 201000 (Words) 00 18. 4 EA Three Way Fire Hydrant $ t,Z00 — /EA '/ (Numerals) ©N6 7 dSnf �Oo / H kfa UNDP4 dollars/EA $ 80O0 (Words) 19. 2,400 CY Rock Excavation $ IO—/CY (Numerals) dollars/CY $_241 OOQ (Words; 00 20. 100 TN Trench Stabilization $ In Material (Numerals) 00 d�E dollars/TN $ 00 (Words) 00 21. 1,500 TN Granular Fill $9_/TN (Numerals) dollars/TN $ )3 S0O (Words) 00 22. 15 CY Concrete Encasement $ IOO /CY (Numerals) 0 [J,UE daAJOR.et dollars/CY $ 1 00 Words) ' CdnnMinp pinor. Inar0aoM0 POWMvttl., Arkon.o. C I C C I I I I L I I I I I I I _TEV UN -T NC. QUANTITY ITEM PR_CE EXTENDED 23. 180 SY Asphalt Surface $ 15 — /SY Restoration (Numerals.) /'/FTE6�✓ dollars/SY $ (Words) 24. 10 SY Concrete Surface $ 30 o`/SY Restoration (Numerals) 0 NiRTY dollars/SY $ .30Q (Words) 25. 150 SY Sidewalk Restoration $ 2.0 P /SY ;Numerals) �UJF-n!7'1/ dollars/SY $ 310oo (Words) OO 26. 20 FT Curb and Gutter $ JO /FT Restoration. (Numerals) dollars/FT $ zoo (Words) 27. 13C F: 48'' Minimum Bored See] �((Casing for 36'• Pipe r h+un/O,QE� (Words) 28. 402 FT 36" Minimum Bored Steel Casing for 24" Pipe T Rrc. ft uAioxaa //PI (Words, 29. 3 EA 2 -inch Air Release Assembly with Vau-.t Tgm Ti�cas o ,rC fIuNa,(m (Words) $ 400/FT (Numerals) 00 dollars/FT $ SZO°O $ (Numerals) dollars/FT $ GO $ . 00/EA (Numerals) 00 dollars/EA $ JO o SEC::CN 00300 - '7 0gON?OM " canwlllay Englnrr IncwOoroHJ FarnHnJe, Arkansan I ITEM UNIT NO. QUANTITY ITEM PRICE EXTENDED 00 30. 1 EA 6 -inch Combination $1,SQO/EA • Air Valve with 2" Air (Numerals) Release and with Vault SE✓EN Tlods4an C V' bLDREo dollars/EA $ OO (Words) • m 31. 2 EA 8 -inch Combination Air $__£000/EA 1 Valve with Vault (Nu erals) 0 ' IG.FI� I4ddSAA)Q dollars/EA $_o Ooh (Words) 00 32. 1 EA 6" x 6" Tapping Tee, $ 000 /EA 6" Tapping Valve with Box (N erals) ([/N't / Q(ISRO dollars/EA $^ ' (Words) Oo 33. 1 EA 12" x 12" Tapping Tee, $ Z Q00/EA ' 12" Tapping Valve w/Box (Numerals) / 00 WQ ///Od 4,JO dollars/EA $2000' (Words) ' 00 34. 24 FT 24" RCP Culvert $/FT r (Numerals) F �FT� dollars/FT $0` (Words) 35. 1 EA 20 ft Double swing $I,000/EA Chain Link Gate (Numerals) •4NE /46d-TAA)� dollars/EA $ 1___ • (Words) ' 36. 2 EA Farm Fence Gate Assembly $ 15O /EA /// /` (Numerals) Se✓Ev/ iJaame O FTC/ dollars/EA ' (Words) SECTION 00300 - 8 I I H I Ti I I I I I 11 I UNIT NO. CUANTITY ITEM PRICE EXTENDED eo 3'1. 1 LS Trench Safety System S SOo /LS '' (Numerals; // iv€ H2A101C� dollars/LS $ Lao (Words; TOTAL BASE BID ITEMS 1-37 $ ALLOWANCE FOR OW ER'S FUTURE CATHODIC PROTECTION EXPENSES in order to make the total pipeline costs comparable, the cost of installing, operating and maintaining a cathodic protection system for steel pipe, to be installed at a future date by the Owner, has been estimated to have a present worth value of S:5,400.00. If the Bidder has circled ductile iron or concrete pipe for Bid Items 1 and 2, insert $0.CC for the Owner's cathodic protection allowance. if the Bidder has circled steel pipe for Bid Items 1 and 2 insert $15,400.00 for the Owner's cathodic protection allowance. Owner's Cathodic Protection Allowance $ - O Total Pipeline Construction Cost $__________ X118 (Sum of Total Bid Items 1-37 and Owner's Cathodic Protection Allowance) ALTERNATE BID SCHEDULE 24 -INCH MAIN EAS: OF STATION 5126 ' The sectir. oof the 24-=nch ma:n east of station 5+26 may be constructed by National Home Center, Inc., or it may be constructed J H I C] Ll by Change Crder to this contract, based on the following unit price bid items. If it is constructed under this contract, it may be subject to some realignment. Unless the realignment obviously affects the construction costs, the be_cw listed unit prices and as -built quantities will determine the final amount to be paid under this Change Order work. SECTION 0C3C0 - 9 I I 1 1 1 1 1 1 1 -=EM UNIT NO. OUANTITY ITEM PR:CE EXTENDED be 1. 1,935 FT 24" Ductile Iron Pipe $ (g t — /FT 200 psi Pressure Class (Numerals.) 2 3. 4 5 M 7. ov Sl,r G_j Ons2 dollars/F. $ u8103S .. (Wcrds) eo 20 FT 8" Ductile Iron Pipe $ 3 O /FT (Numerals) 00 do'_lars/FT $_O0 (Words) 00 10 FT 61' Ductile iron Pipe $ ZS /FT (Numerals) rldrz, 7yy,5 dollars/F'.' $ 2 -So (Words) 00 3 EA 24" Butterfly Valve w/Box $ 0 /EA Class 150 B (Numerals) IO OfJ12 /df'0USAA{O dollars/EA $ )2Oo' (Words) 00 2 EA 81' Gate Valve w/Bcx $ `?00— /EA (Numerals) 00 �O!!.2 dnlO�rn dollars/EA $ 8Oo (Wcrds) e 1 EA 6" Gate Valve w/Box $_&00/EA (Numerals) 0 Pitt 41MD1Q) dollars/EA $ 3OQ (Words) e0 3 EA Three Way Fire Hydrant $ OGG- /EA (Nu erals) Cwwi / 4f0ds4NO dollars/EA $ 3 0Q0� (Words) 8. 50 CY Rock Excavation ed (Words) 00 $ iol/CY (Numera]s) 00 dollars/CY $ Sea SECTION 00300 - 1C MCCuhand coralflne Enal'I Iroa'porolad Fay.ttevl'b, Arlonoos I I I C I I I I I IH ITEM UNIT NO. QUANTITY ITEM PRICE EXTENDED 00 9. 100 TN Granular Fill $ 8 /TN (Numerals) Er6�cr dollars/TN $ 800 (Words) 10. 2 EA 2 -inch An Release $g 3 SD_O' /EA Assembly with Vault (Numerals) 00 / HR66 ,U0JS,4A0 iv€Hd 6n dcllars/EA $ 14000 (Words) 11. 1 LS Connection to Existing X24" Main CAve I1IGUs o (Words) 12. 1 LS Trench Satety System (Words) ;Numm erals) 00 dollars/LS $ .500O $ 100- /LS (Numerals) OO dollars/LS $ IGO Total Alternate Bid Items 1-12 $ ILi 3 QJ S (2411 Main at National Home Center) 11. MAJOR EQUIPMENT SCHEDULE ' Not Used. I Il 11 I I I 12. PAYMENT SCHEDiLLE Not Used. 13. SUBCONTRACTORS The Bidder further certifies that proposals from the following subcontractors were used in the preparation of. this Bid; and it awarded a contract, Bidder agrees to not enter into contracts with others for these divisions of the Work without written approval from the Owner and Engineer. SECTION 00300 - 11 I nYCCb(IofE conwlfiny Enpmu•a nonroMC /Oritlo Wll, Arkonlos Ii [: L Li BORING SUBCONTRACTOR Arkansas Contractor License ?# 033-�$ptEgs ,W Name Fa-S�•�tI Mai Street Address, City, State, Zip Code PAVING SUBCONTRACTOR Arkansas Contractor License 4 I I Name 1 1 1 1 1 1 1 1 1 1 1 1 1 Street Address, City, State, Zip SUBCONTRACTOR Arkansas Contractor License # Name Street Address, City, State, Zip Code In compliance with Act 159 of 1949, as amended, of the General Assembly of the State of Arkansas, the Bidder shall also place the name and amount for each of the above listed subcontractors, including his cwn estimate of that portion of the work where he lists himself as a subcontractor, in a separate sealed envelope tc accompany the Bid, which separate envelope shall be marked "Subcontractors' Bid." 14. PERFORMANCE OF WORK BY CONTRACTOR The Bidder shall perform at least 4C percent of the work with his own forces (refer to Paragraph 2„ INSTRUCTIONS TO BIDDERS. Bids from so called "Brokerage Contractors" will not he considered.; McCI. Ilona Conwlllny Enplaun I nca•aardt d Fa"ttevnlb, Arkansas SECTION 00300 - 12 I I I I I I u I I Li I LJ I I Li I I List below the items that the Bidder will perform with his own forces, if awarded this Contract, and fill in the blank showing the estimated total cost of these items. an Estimated total cost of the above items the Bidder states that will be performed with his own forces, if awarded Contract: ( LA.. Inner Dollars (S_ 15. EXPERIENCE OF BIDDER The Bidder states that he is an experienced Contractor and has completed similar protects within the last 5 years. (List similar projects, with types, names of clients, construction ccsts, and references with telephone numbers. Use additional sheets if necessary.) jQGs cep Lu_ 16. SURE__' If the Bidder is awarded a construction Contract on this Bid, the Surety who provides the Performance and Payment Bond will be C F e I and I1Mardy Cw,, k whose address as J too L(ckf Yrne� ° 4! f�ytturP Zl ZG3 Street City State Zip Code SECTION 00300 - 13 MCCNImM n CarwINnp in r Sr c;ra aorporaf.E F.F.fl.km., Arkansas I I I I II I I1 I I I I LI C C L I 17. I NS.IRANCE The Bidder acknowledges that he is familiar with the insurance reouirements or. this Project and, if awarded a construction contract, agrees to furnish the required insurance certificates within fifteen (15) days of the date the award is made. 18. BIDDER U The name of the Bidder submitting this Bid is usiness at TIZ N -Elm 5t. Street which is the address to which all communications Bid and with the Contract shall be sent. doing Mc. 2-14 0 :ate Zip Code concerned with this The names of the principal officers of the corporatrcn submitting this Bid, or of the partnership, or of all persons interested in this Bid as principals are as ±ollows: A)Chord T w� I dy" 4 5 U A PrSun ___&tLr G. £✓?4son if Sole Proprietor or Partnership 1N WITNESS hereto the undersigned has set his ;its; hand this — day of _ _, 19_ Signature of Bidder Title SECTION 00300 - 14 MCCJ.HOM Cmwlurp Eev.eoer1 1^�'Verabd FaptIs viii., drYarpl L I If Corporation ' IN WITNESS 4 instrument to officers this ' 9k (SEAS.} 1 J L L El I I I I I I L P L HEREOF the undersigned corporation has caused this be executed and its seal affixe by its duly authorized day of RM J+ 19. BASIS CF AWARD J-I.MG 1 Name of cornbrat ^` -� �,, BY- t'nn 19J,h, Ir5ui, Title rY St P.A[ Attest . y U. Evf-sd� The Bidder understands that the Contract wil] be awarded to the bidder with the lowest "Total Pipeline Construction Cost," which includes the applicable allowance for the Owner's cathodic protection system cost. The actual contract award amount will be based in the total of the base bid '_tens, excluding the Owner's cathodic protection allowance, since this allowance is for a future expense to the Owner, and also excluding the Alternate B�d'otal for the 24 -inch pipe east of station 5+26. SECTION 00300 - 15 L Mad."ane a Con wlrrnq Inwrpncnra rpO•aHd far.N.vdu, Arkansas 1 I 1 1 I I I I I I 1 I I 1 I 1 1 I SECTION C0350 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and Vhiifd 5'�kffS rldlllL and GUGra Cum as Surety, are hereby held and firmly bound unto the City of Fayetteville. Arkansas as Owner in the penal sun of fy. Apr�Pnfi(s9d! Gf fAr aMOA4J bid for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this 1 1k day of 1994. The condition of the above obligation is such that whereas the Principal has submitted to the City of Fayetteville. Arkansas a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for Water System Improvements, Contract Section I. Water Main Interconnection. NOW, THEREFORE: (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein Section 00350-1 I LI . HMG. INC. COMPLETED PROJECTS Total Description/Location Contract Start Completion Percent Owner Value Date Date Complete ($000) Sewer Improvements City of Poplar Bluff, Missouri Poplar Bluff, MO $5.480 07/86 02/88 100% Wayne McSpadden 314-785-9621 Sanitary Interceptors, Oklahoma City Municipal Oklahoma City, OK $1,959 02/87 12/87 100% Improvements Aruthority, OK Hill ingraham4 31-2908 Interceptors Sewers Oklahoma City Municipal Oklahoma City, OK $1,799 01/88 07/88 100% Improvements thorny. OK Bill ingrahan%0 31-2908 Sewer Extensions Oklahoma City Municipal Oklahoma City, OK $2,302 04/88 11/88 100% Improvements Authority, OK Alan Bush 405-235-1606 Storm. Sewer. & Roadway City of Kansas City. Kansas Improvements Kansas City, Kansas S3,118 07/87 06/88 100% Fred Backus 913-573-5700 Falls Lake Maint. Center, U.S. Army C.O.E. Wilmington. NC Wake County, North Carolina $1,495 05/88 09/89 100% William Branager 919-847-1707 Streetscape Road & Park City of Greensboro, NC Improvements 52,465 08/88 06/90 100% General Services Department Greensboro, NC Phase 1 John Beaman 919-373-2961) Water Main Extensions Contract F City of Charlotte, NC Charlotte. NC $2,125 07/89 04/90 100% Charlotte - Mecklenburg Utility Barry Gullet 704-399-2551 Water Main Extensions Contract ( City of Charlotte, NC Charlotte. NC $2,679 117/59 04/90 100% Charlotte - Mecklenburg Utility Barry Gullet 704-399-2551 Water Mains Holston Army r U.S. Army C.O.F.. Mobile Dist. Ammunition Plant, Tennessee 52,513 116/89 11/90 100% Mobile. Alabama Willard Williams 615-247-9111 Streetscape Road Improvements - City of Greensboro, NC Elm St. Greensboro, NC Phase 2 $ 195 01/90 06/90 100% General Services Department John Beaman 919.373-2960 Quarterstone Farms, Phase II Country Crossings Dev. Corp. Section 2-A Greensboro. NC $ 245 11/89 07/90 100% Greensboro, N(: Donald McMillion 919-274-2491 Water & Sewer Improvements City of Greensboro, NC Greensboro, NC $ 698 08/90 05/91 100% Public Works Dept Jim Swaney 919-373-2302 Sidewalk Improvements City of Greensboro, NC Greensboro, NC S 248 08/90 05/91 100% Public Works Dept Jim Swaney 919-373-2302 I Total Description/Location Contract Start Completion Percent Owner Value Date Date Complete ($000) Sewer Outfall Relocate City of Greensboro, NC Kmart Dist. Center Greensboro, NC $ 193 07/91 01/92 100% Ray Shaw 919-373-2055 Concrete Bike Trail - City of Greensboro, NC Jimmie I. Barber Park $ 94 08/91 12/91 100% Jimmy Dean 919-373-2302 Greensboro, NC Rock Creek Dairy Outfall No. 3 City of Greensboro, NC Greensboro, NC $ 623 02191 02/92 100% Jim Swaney 919-373-2377 Interceptor Sewer City of Tulsa Tulsa, Oklahoma Contract SA 87-3 $2,006 06/91 07/92 100% Greg Weisz 918-592-4111 Tulsa, Oklahoma Airborne Express Facility Airport Center Associates Greensboro, NC $ 723 10/91 07/92 100% Greensboro, N(' 919-274-0765 Alafaya Trail Force Main Orange County, Orlando, FL Orange Co., FL 51,507 01/92 07/92 100% Tom Rutherford 407-836-7270 Interceptor Sewer City of Tulsa Tulsa, Okalahoma (:ontract SA 87-6 S 860 05/92 12/92 100% Ken Matthews 918-596-9572 Tulsa, Oklahoma Sidewalk Improvements City of Greensboro, NC Contract 92-06 Greensboro, NC S 242 06/92 12/92 100% Jim Dean 919-373-2302 DAC W54 -91-B-0018 Corps of Engineers Recreation Areas Jordan Lake, NC $3,008 10/91 10/93 100% Wilmington Dist. William Branager 919-847-1707 Sanitary Relief Sewer SC -0377 I Oklahoma City Water Utilities Trust Oklahoma City. OK $1,280 05/93 P 12/93 100% Cart Douglas 405-297-2050 Quarterstone Development Phase II Quarterstone Development Co., Inc. McLeansville, NC #9260 $ 163 09/92 12/93 100% Don McMillion 910-274-2491 Upgrade Bridges $3.695 05/92 02/94 100% Corps of Engineers Htnesville. GA Ft. Stewart, GA Terry Wheeler 912-652-5303 DAKF10-92-B-0041 Department of the Army Repair Tank Bridges $1,582 09/92 07/94 100% Fort Stewart. Georgia Ft. Stewart, GA John Baker (912) 767-2970 Normandy Creek Sewer Interceptor City of Norman, Oklahoma Norman, Okahoma $2.322 06/93 06/94 100% Lonnie Ferguson (405) 366-5452 Bulkhead Replacement NC Dept. of Transportation Pamlico River Fern Crossing, NC $1,237 08/93 03/94 100% J. A. Wolf. Jr. 910-514-4759 II stated. ' The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way ' impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice 1 of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year ' first set forth above. RN Gtnc, h.i iZ.`1 �`ir r L �(It ' J►11��(ci )'(q lS f (dell r�. ck f cws6 V ) (Surety) T • By Cf2z L.grr`( • • SEAL I I I ' I Section 00350-2 1•`� • N2 640668 UNITED STATES FIDELITY AND GUARANTY COMPANY ' POWER OF ATTORNEY NO, 106635 'KNOW ALL MEN BY THESE PRESENTS: That UNITE() STATES FIDFIITY AND GI:ARAWTY COMPANY, acorporaoze tion orpd and existing under the laws of the State of Maryland and having its principal office at the City of Rammore.s Die SWe of Maryland. dots hereby aosotute and appoint Sam B. Hiller, =Tarry R. Clark, Vicci L. Hiller and Thomas I. Cooley 'of the City of Fort Smith , Stye of Arkansas ads true and lawfdl Atmneyts}la-Fact. each in then separate capacity if more (ban one is named above. to sip its name as surety to. and Ia execute. seal and acknowledge any and all bonds, dndeitsknge. Contracts and Other written Instruments in the ustun (hereof on behalf of the Company in rabusiaess of guaranteeing the fidelity of persons: gualanamg the performance of ceneraets: ' and execaing Or guanyeeiag bonds and unde:lakings reoutrd or permitted .n any ad ons orpraeer rags allowed by law. :a Witness Whereof. the said UNITED SATES FIDELITY AND GUARANTY COMPANY his caused this Iafrumeol lobe sealed with its corporate sea.. duly rusted by the signatures of its Sea"Via Pnsidemt and Asslaanl Secntaiv. ibis 22nd day of January Al),14)3 UNITED STATES FIDEliTY AND GUARANTY COMPANY (Signed) By. .. .. .. ... ...... O ,1 .. Sensor V ice President (Signed; By.. Y. . U. ..... ........ . Assistant Secretary STATE OF MARY.AND) IBALTIMORE c E Y Oaths 22nddayof January .A.D.1993 . befowneperwaylycame Robert J. Laae^.do_a ' Sensor Vice Presideat of the L'tiTrED STATES FIDBJ Y AND GUARANTY COMPAW and Paul D. Sins . Assistant Secretary of said Company with both of wham: impersonally a quunled, who heag by mom severally duly ewer. cited that tbey. The sad RC b e Y t J. Lamendola and Paul D. Sims were re. ioclinly the Senior Vice President and the Assralan: Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation descnbd in tad which executed the foregoing Power of Alnney. That They ' each knew The will of said corporation: that the seal affixed to said Power of Amomey was arch eotperatc seat that it was so affixed by order of the Board of Directors of said cusporinson, and that they signed their names therein by like order u Senior Via Presides ad Assiatam Secretary. respectively. of the Company. MyCorranti onexpirutbe 11th dayin March A.D. 1995 (Signed) . l „ .. f ' yet... �� l NOTARY PUBLIC This Power of Attorney is granted under and by alborty of the following Resolutions adopted by The Board of Directors oldie UNT ED STATES ' F1DEL TY AND GUARANTY COMPANY on September 24. 1997: RESOLVED. that in connection with the fidelity and anddv maunrce business of be Company. all bonds. undertakings, contracts sad other iesta.menu relating to said hostess may be signed. executed. and acknowledged by person ne entmme, appointed as Amoioey(s)-iii-Fect puraaat to a Power of Attorney Issued in accordance with those resolmioaa Said PewnKs) of Attorney for and on behalf of the Company may and shad be executed in The name and on behalf of the Company. either by the Chairman, or the precedent. aria Executive Vice Pmident or a Seas Vice President. era Vice Preadeol 052n Assistant Vice President. iam;y with the ' Secretary Ora Assistant Suratuy, wader their respective desipatioea The signature of such officers may be engraved. printed or lithographed. The sLgoatlae of each of the foregoing officers and the seal of the Company may be atfxd by facnralc to any Power of Attorney or to any anificate refining thereto appointing Amrney(s)-in-Fscl for purposes oaiy ofexecrmng and arresting bonds and undenahiags and ether writings oh:igalory in the mWure thereof, and. unless subsequently revoked ad subject to any limitations set forth .herein. any such Power of Attorney or cemmicate bearing such facsimile mgmature or facsimile seal shall he valid and t binding upon the Company ad any such power so executed and certified by such fus:eii.e signature and fusimnle seat shall be valid ad binding upon :he Ccmpay with respect to any bond or undenaldng to which itis validly attaebed. RESOLVED. that Atforneyfs}ro-Fact shail have the power ad authority, unless absequently revoked and. in ay care. nblecs to the term. and I :mitauoos of the Power of Attorney issued to themto execme and deliver on behalf of the Company and to attach The seal of the Company to mmy and cog bonds and udenakinp. ' and other wnuugs obhplory in the alum thereof. end ANY such inanmect executed by such Attoney(s)-a-Fact shall be as biding upon the Company as if signed by an Executive Officer and sealed and aaestd to by the Secretary cfthe Company. L Paul D. Sims . an Amstant Snretary of The UNITED STATES FIDELITY AND GUARANTY COMPANY. do hereby story Ihat the foregoing tae a Tense excerps from the Resolution of The sad Company u adopted by its Board of Directors on September 2e. 1992 and that (his Resohmoe u in full force sad affect IL the undemgned Asastat Secretary of the I TTTED STATES FIDFI.ITY AND GUARANTY COMPANY do hereby cert.' that the forpng Power of Attorney is in Poll force and effect and has not been revoked. is Testimony Whereof I have hereunto sal my hand and the seal of ITF. STATES FIDELITY AND GUARANTY COMPANY on This 4 t h day of Auf?ust SINS Assistant Secretary ' 1..S 1(92i Ti n Li I I I n C I 11 I NOTICE OF AWARD To: HMG, Inc. 812 North Elm Street Greensboro, N.C. 27401 PROJECT DESCRIPTION: The OWNER has considered the PROPOSAL submitted by ycu for the above described WORK in response to its ADVERTISEMENT FOR BIDS. You are hereby notified that your PROPOSAL has been accepted for the Water Main Interconnection including the alternate bid in the amount of $1.515,703.00. You are required by the INSTRUCTIONS TO BIDDERS to execute the CONSTRUCTION CONTRACT in its entirety and furnish the required PERFORMANCE AND PAYMENT BOND and certificates of insurance within fifteen (15) calendar days from the date of this NOTICE OF AWARD. If you fail to execute said Contract and to furnish said bonds within fifteen (15) days from the date of this NOTICE OF AWARD, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your PROPOSAL as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this 10th day of August, 1994. Title: Engineer/{ 1 �, Receipt acknowledged this day of ____S I , 1994. . Title: &e 5 i d ed Section 00360 -1 MCCI.l land (gnq,l llny fl y Eaglmlfa Incnpo/alld hc)+M. wilts, A•trnn,a, I. �ml Guy Tucker Jergs L Sekeld owes STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR 10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190 (501) 682-4500 TOO: (800) 285-1131 I I El I I I I I I I I Ti 11 Robert W. White McClelland Consulting P.O. Box 1229 Fayetteville, AR ?2702 Dear Mr. White: July 7, 1994 Engineers, Inc. RE: Water Main Interconnection Fayetteville, Arkansas Washington County In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 94-002 establishing the minimum wage rates to be paid on the above -referenced project. These rates were established pursuant to l.he Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-30_ to 22-9-3:311987) and the administrative regulations promulgated thereunder. ]f the work is subject 7a the Arkansas Prevailing Wage Law, every specification shall include minimum prevailing wage rates for each craft or type of worker as determined by the Arkansas Department cf Labor Ark. Code Ann.§§22-9-338(b)'2). Also, the public body awarding the contract shall cause to be inserted in the contract. a stipulation to the effect that not less than the prevailing hourl} rate of wages shall be paid to all workers performing work under the contract. Ark. rode Ann. §22-9-308fc}, Additionally, the scale of wages shall be posted by the contractor in a prominent. and easily accessible place at the work site. Ark. Ccdc Ann. §22-9 309fa1 Also enclosed is a "Statement. of Intent Pay_Prevailing lin Wags" form that should_ alsc_be put in your specifications alcnx with the wage_determination. inati_on. The General Prime Contractor is responsible for getting 1_his form filled oit and returned to this office within 30 days of the Vot ic:e to_Proceed for thi ssro 7ec:t._ Please notify me when you issue your _Notice to Proceed_ for this project, if yoi. have any uuestions p: ease feel free to contact me at (501) 1:82-4533 or through fax at. 15011 682-4508, I (-ric ]osure Sincerel> Ann Sanders PrevaIjInc 'a age Supervisor Page 1 of 2 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - HEAVY RATE DATE: July 7, i994 DETERMINATION #: 94-002 PROJECT: Water Main Interconnection COUNTY: Washington Fayetteville, Arkansas EXPIRATION DATE: 01-07-95 SURVEY #: AH05 ' BASIC HOURLY FRINGE CLASSIFICATION RATE BENEFITS Rricl:la}cr/St.ene�.asor 7.20 Carpen ter 7.20 Concrete Finisher•/Cnrr•en1, Mason 8.00 ' Electrician 12.00 ,46 Laborer 6.75 Mechanic 6.90 Pipelacer 7.00 Power Equipment Opvra:.crs: Group II 8.95 Group 1II 8.70 ' Group IV 8.10 Welders --receive rate prescribed for craft performing operation to which welding is incidental. ' CER'I.1 FI EI: JUL' 1, 1994 I I I [1 I I I I I1 I I H • Det. >!__ • Page p of Power Equipment Operators Group II Operators engaged in operating the following equipment or performing work relative to the engineer's jurisdiction: Hydraulic cranes, cherry pickers, backhoes, and derricks with a lifting capacity less than 50 tons, as specified by the ' manufacturer, backhoes, tractor or truck type, overhead & traveling cranes, or tractors with swinging boom attachments, gradealls above equipment irrespective of motive power, leverman (engineer), hydraulic or bucket dredges, irrespective of size. Group III Heavy Equipment Operators. Operators engaged in operating the following equipment: bulldozers, front end loaders, sidebooms, skytracks, push tractors, pull scrapers, motor graders, trenching machines, regardless of size or motive power, backfillers, central mixing plants, 10S and larger, finishing machines, boiler fireman high or low pressure, asphalt spreaders, hydro truck crane, multiple drum hoist, irrespective of motive ' power, rotary, cable tool, core drill or churn drill, water well and foundation drilling machines, regardless of size, regardless of motive power and dredge tender operator. ' Group IV Light Equipment Operators. Operators engaged in operating the following equipment: Oilerdriver motor crane, single drum ' hoists, winches and air tuggers, irrespective of motive power, winch or A frame trucks, forklifts, rollers of types and pull tractors, regardless of size, elevator operators inside and outside when used for carrying workmen from floor to floor and handling building material, Lad-A-Vator, conveyor, batch plant, and mortar or concrete mixers, below 105, end dump euclid, pumperete, spray machine and pressure grout machine, air t compressors, regardless of size. All light equipment, welding machines, light plants, pumps, well point system dewatering and portable pumps space heaters, irrespective of size, and motive power, equipment greaser, oiler, mechanic helper, drilling machine helper, asphalt distributor and like equipment, safety boat operator and deckhand. I I N ^I H H °k a44 &w m m 3 tq C CC o+c' H m 41.~-t LitN7 r3"'.;. O U,o Etfa�t 10 omioti3 oaH z m ti c o m o m q H � 04 4J 4J C C I w tw7 H m 3 C 0 0 tZ • W .Q w O4' a L.iI.fl era�j G I4 4. 4J m ≥ H N EHw a m m 7 N O El ztw • z a- w Y ' H aN N CJ L m ro w o ^� Ct N O W N H 3 0 C 4 H m x Om�l]NG 2 H3x N•H G4 o a '•-min Eaw U4J m qi W c m•o �w o ? "O a my 4 m �y .mom m C -Q N C w r 3 a ry[ c N C H L C N .Q •.•I W Q Q•i mmam m a 'C.1L .C N41 > •cto4 JE pE4 [[�� �mYyroH� G0. UHF m L4 OUC) O .C 4 �N U :J U 4 O C C' 4 O p� u Jc �O�t3b+U U U U CW .q •4 ii to C ' >' NNCE33 y1 N to .UQ C •C ° Oh to C •H ' ci •C N N m ti- ti '� •� .� C E W U F 4 N 4.H •H m. w HC) mm 4 1 M a U z '40 F v m0044 ••iti C.C wo 4[3N,Q. � m •� N•r ..l • • ! • • •.r. •Y 'i. 1 R�i•1 5 `. r :i..:IFI'y.%: .: .� ' I.i •• `A 1.5., ••�.hiY .T..•. �• M1.. �r :1• •••.• ,•: +.'4 .•W ' - a • __ 'r. L r ,• • •Z.n'.. .! 'r -Y-* ti I..Y/Nr \. :� • • 1 L.. • .: 5 :• _ •. •• •.. Ir. +. •i'bl�Li LSD �}• .: • � 1!. • - .M1i. '•.. •P Cr7• 11. t. ., ... • • .%I '¼ . 4 ,•.. i • 1 /:i II.• 4.. L! •.' • ,• •. •, .. • 1.. �� fr 1.ti •1 r • I. ••' •IV. ••y � •. . +• •. SSti 1 f• ••• • _ • • •J `•IU • • .�• , 7._.. /..L .1. -•..l,. 1• 1 • • • • • 1- •Y•/ .•• ••+ I. : r _ •..• Y .:. • ..• : •, • ... • I. 1,, .. . . I. 1 . •1; • • • . . . ' - . • ' 1 • .• .f .; /.. • _ ..• • I • + • • f •1 ••• f • .• • Z •. . • _• • •• .• aYt •. f :. '• •I - . . _ -• 1 '•• . .. ! - ' r. , •_ •- .' • • •; .- . . ••. V N. i I ••.. , • , ' • - • . •. . .. •. •.. • •,•1 I • ... . i• 1r 4 • 1.'• . ..• • .•.• . ••. f •.ir. • •• •. ' .1 I. •• •• : .• •. • •'. • •_ • I. • ••5 • • . • • • .__ •.•I• . S I 1 I . •M, i, •. ..• r .• S r -1 • • f I • • n . • • : . . . • . ' • . • • a... t. •. • Y o. • : • ` M1. • •• n 4 isAT• _ r • • • •� • •, '. • •• M1• • • • • • • . ••. . • ••• •- ••• • • ••• •• r • •I - ran• ••••• ••. • . .• • .� •• • •• L • • • I v w • .S 1 •.• +•: • • • • . i 1 +••_ i _ •.' s . ••. . , • .. t - • _ _ ... •. •' • .1 -. •, . • r •,. CONTRACT :tORMSa. '. .. f• ••.. _. ... _ • • 1 • , .... . •r.1 .. •• .., •.. - . I. ••.• _ �• • • , •• •• . 1 ••• • -./ . • q .. •. r f • %.r. -• ., • • • •% - n • • . f: 1 • • •. • 5• •- • .. .1. • L • l •1. I•• •• 4 x i. 1 • M. •�• • • • r r .1 .. . •1 •1 •R • .. • .•i • I. • r'' _ •.r ` •-.•y I. • :• • •SI•, • • •• ' ••••. • • 1 `. • _. ' .�J - • - • `• . . . 1M1 ...I • • / •% .. f •r • • .1 • • ti ••i •.• • . Y n n • •• i • I .•• •• • 5 • '..•f. / • . .N, i - • • _ _� ,• .. •• . f . Y . • r . • •• _ i • . . i.•• • 4. •.1 •• • • ••. •• . • • 1_ Y • • • •. • I • • • • • .J..• 1• 1 •J • / • • l .. • • • . I 1 I 5 I n•I. .�•. • • M1• •- •f . ••j ••••Y .-. ., •••.. :. ! •`• .- 5 1 9 I .•L • •• • • l • • ••` .. • ..• I - S I.. J - •i 7... • I •. - .' ••• '•I • •\- .•r- .. - • •.• .. .L •r . I.. • ••. '•. •1 • . .1 Y • •. • • y ' •• • Ir I- • J ;Y• . .%A• •_ /r M1 . . •.. . • 1•• • • r: =.f • r . .:. � •r _•. • ..Y _ .: • • • , • ! . , • •,r • •1 • _ •: .s..I • Al. . :... L r _���u�/ f..i.. rM1 14`!_`.• L. • i`'i.m 'i •L• ..r 4.• •..r,.J•f . I. '4 I1rI • ... 5.. . .•JN.. • - i L .• •r r I I I I I I I C I I J I C C H I SECTION 00500 CONTRACT THIS AGREEMENT, made and entered into on the C4I ZZ day of September, 19944, by and between HMG. Inc. 812 North Elm Street Greensboro, N.C.27401 herein called the Contractor, and the City of Fayetteville, hereinafter called the Owner: WITNESSETH: That the Contractor, for the consideration hereinafter fully set cut, hereby agrees with the Owner as follows: 1. That the Contractor shall furnish all the materials, and perform all cf the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled Contract Section I, Water Main Interconnection, dated March, 1992, (Revised March, 1994) including: Advertisements for Bids; Addenda; Instructions to Bidders; General Conditions; Supplementary Conditions; Performance and Payment Bonds; Specifications; the Proposal and acceptance thereof; and the Drawings. Sheet No. 1 Cover Sheet, Vicinity Map Sheet No. 2 Plan Sheet, Location Map, Sheet Index, Master Legend Sheet No. 3 Water Main Interconnection, Aerial Photo Plan Sheet Sheet No. 4 Water Main Interconnection, Aerial Photo Plan Sheet Sheet No. 5 Water Main Interconnection, Aerial Photo Plan Sheet Sheet No. 6 Water Main Interconnection, Aerial Photo Plan Sheet Sheet No. 7 Water Main Interconnection, Aerial Photo Plan Sheet Sheet No. 8 Water Main Interconnection, Aerial Photo Plan Sheet Sheet No. 9 Kessler Mountain Altitude Valve Vault and Site Plan Sheet No. 10 Markham Hill Tank Altitude Valve Vault Plan and Details Sheet No. 11 Altitude Valve Vault Concrete and Cover Details Sheet No. 12 Details Sheet No. 13 Details Section 00500 - 1 NCCI.•fa.,a a finanwa Enala..n Inma..Na FaF.l hvu I., Arkansas I E I C I in I C C H I I I F I Sheet No. _4 Plan and Profile 2411 Main, STA. 0+0C to STA 5450 Sheet No. 15 Plan and Profile 24" Main, STA. 5+50 to STA. 24+44 (END) Sheet No. 16 Plan and Profile 3611 Main, STA. 0+00 to STA. 14+50 Sheet No. 17 Plan and Profile 3611 Main, STA. 14+50 to STA. 28+00 Sheet No. 18 Pla.a and Profile 3611 & 30" Main, STA. 28+00 tc STA. 43-00 Sheet No. 19 Plan and Profile 3011 Main, STA. 43+00 to STA. 58-50 Sheet No. 2C Plan and Profile 3011 Main, STA. 58+50 to STA. 73+00 Sheet No. 21 Plan and Profile 3011 Main, STA. 73+00 to STA. 88+50 Sheet No. 22 Plan and Profile 30" Main, STA. 88+50 to STA. 101+50 Sheet No. 23 Plan and Profile 3011 Main, STA. 101+50 to STA. 108+24 (End), and Highway 62 Crossing Plan 2. That the Contractor shall commence the work to be performed under this Agreement on a date to be specified in a written order of the Owner and shall fully complete all work hereunder in 180 calendar days. 3. That the Owner hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Proposal, in lawful money of the United States, the amount of: One Million. Five Hundred Fifteen Thousand. Seven Hundred and Three Dollars ($1.515.703.00), based on the Base Bid Price and Alternate Bid Price contained herein. 4. That within 30 days of receipt of an approved payment request, the Owner shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in the General Conditions, which is to be withheld by the Owner until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the Owner. 5. That upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills, and other costs incurred by the Contractor in Section 00500 - 2 I cHE e fmwll'np avp" £ gl9un fnca Oe,aNO Fayellev441 Arkcn,ce I I J I I I I 11 I El I I I I 11 I I connection with the construction cf the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by the Contractor of all work covered by this Agreement and the acceptance of such work by the Owner. 6. Liquidated Damages: Owner and Contractor recognize that time is of the essence of this Agreement and the Owner will suffer financial loss if the Work is nct completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Four Hundred dollars ($400.00) for each day that expires after the time specified in paragraph 2 for Completion. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the Owner shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the receipt of notice from the Owner, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the Owner. 3. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the Owner in writing. flMCC wlta W can fun q E,l0lptlrl Incvpa•afFE Fapn@nli@, ArYaaraa Section 00500 - 3 I I Li I I I I IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in six (6) counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an original Contract. HMG, Inc. Contractor WITNESSES: %% /f Lc -C. By l/. �(.lvut President Title 1 ' ATTEST: I I I I I I I I City of Fayetteville Owner /� /JIJ By �/.:�f /A:I City Clerk Approved as t,.p form: L LL Attor. y for Owner Mayor Title Section 00500 - 4 I McCf. Sand a fnnalhnp £aa por t,.appo/Gild Faprtbrrba, Ar/anaaa Is�1i asw oAn Lwoc' Y) /�ti4NU�.A E OF :'�i 1 INSUR�iia 22—AUG-1994 PaaLwclA 665 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND Willis Cartoon & Associates, Inc. CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Post Of tics Box 2166 DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Chapel Hill NC 27515-2166 1919) 969-4472 COMPANIES AFFORDING COVERAGE COMPANY Maryland Casualty Company A LETTER Contact : Patricia K. Dorward, CIC --- --- - - - -- - ----- - -- crypAM' Northern Insurance Company of New York -- ----- ------ - - - -- -- B IFILMaD LETTER HMG. Inc. D/B/A/ Howard Management Group cuNVANY C LTTER P. O. Box 20023 E Greensboro NC 27420 rCWAW D LETTEP CCIPAUY LEPER E f?Vp1IAf3 ,..... TI -IS 13 TO CERTIFY THAT THE POLICIES Oc INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOJIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TI -IS RTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AL.. THE TERMS. CLLSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPI OP NUIMAMM POLICY N(J POLICYe. nul [ POLICYIAPMATIOH LeveDaTTILat.TLY'YY. OAH(AaUCO'YY) . OINIIIALLMILRY GENERAL AG3PEGATF S 1,000,000X COMMEPC14L GENERAL LIABIL "Y PPOCJCIS-COMP/CP AGG. f 1,000,000 CLAIMS MADE X CCCUR A AOv. INJURY f 1,0000,000 ,PERSONAL CWNH'S & CONTRACTORS PROT EPA11877033 18 -DEC -1993 18 -DEC -1994 EA]H OCCJPRENCC 1,000,000 •f rIREDAMAGE (Anv r,e Ire)$ 50,000 JA MID. EXPENSE (An aw sl eorII 1 6 0 AUTOMOSLI LIAIL?TY -CMBINEC STNG.E f 1,000,000 X ANY 4UTO .'MIT All OWVFD A JTOS 800 LY INJURY f • (PP Person) S:HEOULFO AUTCS X W PED ADTcs ECA20444098 18 -DEC -1993 18 -DEC -1994 800 LY Iwupy X NON OWNEC AU -OS !Ps• ¢zIdYAI GARAGE LIABI6,ITY PP3PEPIY CAMAGE S IXCIII LIABLITY EACH OCCJPRFNCE f 1100,000 B X UMBRELLA FORM 18 -DEC -1993 18-DEC-1994.AGGRFGATF f 1,000,000 IUBA87938655 _----- CTIRR TNAN JMBRELLA rCRM WORKIN1a01F UNSATION , STATUTORY LIMITS A iTC482881494 18 -DEC -1999;18 -DEC- 1994, EACH ACCIDENT 500,000 —s AND DISEASE POPCY LIMIT S 500,000 EMPLOv1M'LJAPUITY OIMAM-E4M FMDLOYEF T 0 00 OTNaa DEICRMTNIN OF OPIIIATIONILOCATMNvMNICLIwIMCIAL naMS THIS CERTIFICATE MAY BE RELIED UPON ONLY IF THE DESCRIPTION OF OPERATIONS ATTACHMENT REFERRED TO HEREIN IS ATTACHED HERETO. f RTlF ATETR3kt R CANC.iLLAIIO►1 Brach 16 dips tat No—payffuNpt SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL)BNOBIINOfk no City of Fayetteville MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE c/o McClelland Consulting LEFT, faX1C IEAI[YDI[XSO(MAlx*WtNXC1EtI IBFWLZ4pemnX=I )oecnKROM)[!r Engineers. Inc. f R*X OtI(71RLlOMPIs?♦RkR'1)ROBND810.RR P0 Box 1229 Fayetteville AN 72702-1229 Au*swL_.nrhurt_..!4rwl Ostia DA40.rd,IU- YT Mdaucell' Willis Corroon & Associates, Inc. Post Office Box 2186 Chapel Hill NC 27515-2166 1919) 968-4472 Contact : Patricia K. Dorward, CIC Nikko -- HMG, Inc. D/B/A/ Howard Management Group P. O. Box 20023 Greensboro NC 27420 DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE cc+.vuv Maryland Casualty Company LETTER A CC'WANY Northern Insurance Company of New York -- LETTER B cow+Nv — LETTER C `cwAm I FTTp ED CtA&ANY LEIIER E THIS DESCRIPTION OF OPERATIONS ATTACHMENT MAY BE RELIED UPON ONLY IF THE CERTIFICATE REFERRED TO HEREIN IS ATTACHED HERETO. Certificate Holder : City of Fayetteville It is a condition of the general liability policy #EPA11877033 that tt..e following are added as additional insureds: Owner: City of Fayetteville, AR Engineer: McClelland Co..^.suiting Eng_neers,Irc. Job: Water System Improvements Contract Section I, Water main interconnection. (FY902103) Contract Amount: $1,515,703. t is a condition of the workers compensation coverage, policy #TC482861494, hat the employers liability is extended to include a waiver of subrogation to he Owner, City of Fayetteville, AR. 22-AUG-1994 aaCM)NM 6652 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND Willis Corroon & Associates, Inc. CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Post Office Box 2166 DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Chapel Hill NC 27515-2166 1919) 966-µ72 COMPANIES AFFORDING COVERAGE CCeM A'.Y Maryland Casualty Company a L.E"CF Contact : Patricia K. Dorward, CIC _ CCe.FA'.Y B LF'TR City of Fayettevllts, Arkansas cMFA'Y C -- -------- -- c/o HMG, Inc. P.O. Box 20023 ars•AVY "ER Greensboro NC 27420 LE - - - - C(AFAb E LE"ER HIS 'S TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION or ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS ERTFICATE MAY BE ISSUED OP MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL 'HE TERMS, XCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTN TYPO OP WILM*NCI POLICY NUMtEa POLICY IAECTM POLICY EIPMATIOM LOOM DAn(W/DO'YY) DAn;MJ/DD%YY) ftlwaAzLIASLITY GENERAL AGGREGATE '$ 1,000,000 :CMWERC'AL GENERA, ..ABILIT" FROOIICTS-LCMFIDP AGE ' 1 C. A MS MACE X]CLUB. FERSCNAL & ADV INJURY ,B X OWNER'S a CONTRACTOR'S PROT. Binder ' 00002734 17-AUG-19S417-AUG-1995 EACH C:CURREW:E E 600,000 X OWNERS & CONTRACTORS f RE DAMAGE :Ay ore II.] _ X PROTECTIVE MID EXPENSE IA, oer erloe) E AUTOMOUL[LIAILITY COMB NED SINGLE ANY AUTC LIMIT All OWNEC ALTnS BDDI-I INJLRY SCHFCJLEt AU'OS (Pe Peraarl •4IREC AU'05 BCOL, INJLRD NON-CWNED AUICS (Pn acoden:) ARAGF LIABILITY FROPFRTY DAMAGE I EECIaa LIASLRY FAC4 CCURRENCE JMBRFLLA FORM AGPFGATE B JTHER THAN L•MBRELLA FORM • WOPXEWICOeINSATIOM I "ATJTDRY LIMITS -- EACH A'CIOENT .E ND I CISFASF-ROIICI .IMIT EWt OYaRI• MAELRY • . S CISEASE EACH EMP:7YEE OTNaa CROMPTWN OP OPfAT10NSIWCATWNSMHICL ESMICIAL rIMs Water System Improvements Contract Sector. :, Water Main Interconnection, City of Fayetteville, AR. t T Aint eDNbTI CANCICi1LATION 'tix ' 10'Ab s flas Nan-psyts nAt SHOUT D ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL )8NOG IOIN City of Fayetteville c/o McClelland Consulting MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE .LEFT. [DERxNrala[XOaXSVtN G(11[[7BENILIMMRC.fEM10 X?B1.i11aE11N1 Engineers, Inc. P O Box 1229 XJRBlMR7UDlF)RNBQISMpXX�iONc7+bISR[IRPJs11Ef%RfxsOBrR)II Fayetteville AR 72702-1229 AUMH $H11EyMTATP� N JAA F7 LJ I I I U I I H I I Li I U I I I I I I ARK;N5As 5'I'iiT S i'ERFOW1i,NCE ;&.N:] PAYMENT BOND We HMG, lnc.. 812 North Elm Street Greensboro1 N.C. 27401 as Principal, hereinafter called Principal, and United States Fidelity & Guaranty Con1PaW r ticn organized and existing under the laws cf the State of At and authorized tc do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto the City of Fayetteville as Obligee, hereinafter called Owner, in tie amount of One Million, Five Hundred Fifteen Thousand, Seven Hundred and Three Dollars ($ 515,703.00), for the paymentLo whereof Principal and Surety bind themselves, their heirs, persc.al-r representatives, successors and assigns, jointly and several -1y, `firmly by these presents. V ,. � Principal entered into a improvements, contract is b referred to as y has by written agreement dated contract with Owner for constructs of water s*smote consisting of a reference made the Contract. m water main interconnection, wI% ch y a part hereof, and is hereiri f&r,-. i> x THE CONDITION OF TIES CBLIGATION is such that if the principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure to do so and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the contract, or any other forbearance or, the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. Section 00500 - 5 MOCleJlond ' , a n.e', nga n ne Id•M Fnrelllvily p,ka mnaos 0! In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this day of September. 1994. HMC. Inc. Principal �] By 0 United States Fidelity & Guaranty Company Surety r By �/ Attorney -in -fact Vicci L. Hiller Section 00500 - 6 MCCII4aga ConcWing a g hi ay.'vvUb• ArYanaaa NO. 640749 J J POWER g g . i.. Yea b f • KNOW ALL MEN BY THESE PRESENTS: That LNT ED STATES FIDF'JTY AND GUARANTY COMPAI.Y, a corporation organized ad existing under the laws of the Slate of Maryland and having its principal office at the City of Bitimost, is the Stare of Maryland. does hereby consulate and appoint Sam B. Hiller, :Larry R. Clark, Vied i L. Hiller and Thomas L. Cooley 'of the City of Fort Smith , State of Arkansas its i,ue and lawful Atnrocy(s)-ui-Fact eacb in their separate capacity if more 'ban one is named above. to age its name as surety to, and to execute. sea, and acknowledge any and all bonds, undertaking.. coatrects ad other wntten instruments in the name thereof an behalf of The Co pany in its business of guanmeemg .be fidelity of persons; guaraateeisg the performance of contracts; ' and exeeslag or guaranteeug bonds and uadenahmµ rmuued orpemuaed.5 any actions or proceedinµ allowed bylaw. to Wins Whereof, the said UNITED STATES FIDELITY AND G('ARAVTY COMPANY has Leaned Ibis instrument lobe sealed with its corporate seal, duly tread by the signatures of its Senior Via President and Assistant Secretary,:his 22nd day of January , A.D. 159 3 :0 1 1 1 I 1 1 STATE OF MARYLAND) BALTLMORE CrrY ) UNITED STATES FIDBIJTY AND GUARANTY COMPANY (Signed) By. 7 .. .. .. ..... .....Seewr Vice President (dined) By.. 4444 .. ..........4.44.4 4444.. Assistant Secretary SS Onthis 22nddayof January .A.D.1993 .befonroepeaondycame Robert J. Lamendcla Senior Vice President of the LRrTIED STATES FTDEJTY APED GUARANTY COMPANY sad Paul D. Sins Assistant Secretary of said Conway, with both of whom : am paaody acquainted. who Meag by me severally duly sworn sa4 that they. the said Robert J• Lamendola and Paul D. Sims were teWoan'ay the Searor Via PeaiMa ad the Asiaed Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY. Sac... .ratio. described sa ad which executed the foregoing Power of Attorney: That they each knew the al of said corporation: that the seal affixed to said Power of Afamy was, itch corporate scat that it was so affixed by order of the Board of Directors of said corporation. ad that they signed their name thereto by like order an Sesiar V is President tad Assistant Secretary. respectively. of the Company. My Commission expires tbe11th day in �. March A.D. 1995 . ere (Signed) S4yL�A .f. .c...✓✓ w.c + NOTARY PUBLIC This Power of Attorney is granted under and by authority of the following Realutioss adopted by the Board of Directors of the LNITED STATES FIDELITY AND GUARANTY COMPANY on September 24. 1992: RESOLVED, thatn connection with the fidelity and iu ey S.n.ce business. of the Company. aB bond& undertakings. contracts and other nsuumean relating to and business maybe signed. executed. and acknowledged by pennon cur studies appointed as Aaaaxy($ia-Fan pursuant 10 a Power of Attorney noted in accordance with these tesolcnwa& Said Pow+er(s) of Attorney for ad oa behalf of the Company may and ehalt be executed in the came ad an behalf of the Company. either by the Cha man. or the Preadeal, or an Executive Vice President a a Seems Via PreideK or a Vice President or an Assistant Via President jointly with the Secreaty or an Assistant Secretary. under their re.pedire designations. The signature of such officers may be engraved. printed orlithographed. The signature of earth of the foregoing ofBan and the sear of the Company may be affixed by facsimile to any Power of Attorney or tomy certificate seWmg thereto appointing Ammey(a)-u-Fan for purposes only of executing ad meeting hands and udenakusµ and other wmlings cbliµlory ie the oaure thereof, ad. unless subsequently revoked ad subsea to any limitations set forth therein. any such Power of Attorney or sadificae bearing such facsimile signature as faedmilt sea shall be valid and binding upon the Company ad any suck power w executed and certified by such facsimile siµature and facsumle seal shill be valid ad hading upon the Company with respect to any bond or undertaking to which it 1s validly ataehed RESOLVE). that Anorney(s),io-Fact ■hall have the power and authority, unless wbsequeecly revoked and. in any case. subject to the term. and limitations of the Power ofAllor ey ienied to then to execute and deliver an behalf of the Company ad to mach the seal of the Company to any ad all bonds and underakinµ. and other writings ahtiptory in the aanin thereof. ad any each iosammeet executed by such Attorney) -n -Fan shell be an bindmg upon Ihe Company as if signed by an Executive Officer and sealed and assented to by the Secretary of the Company. L Paul D. Sims as Aseinast Secretary ofthe I.NITED STATES FIDEJTY AND GUARANTY COMPANY. do hereby anti, 1W the foregoing is a tnie excerpt from the Resolution of The and Company a adopted by its Board of DEaaan an September 24, 1992 and that this ResolWos is in NO Sc. and effect. L the undersiped Awatant Secretary of the UNITED STATES FIDELJTY AND GUARANTY COMPANY do hereby certify IS the forgoing Power of Attorney is in BID form and effect tad has not been in oked. / Is Testimony Whereof. T haw hereunto sat my band and the mad of STATES PIDEJTY AND GUARANTY COMPANY m this' \Y day of ;c r ,I9 Y. La a/c . A, qtr !� 4444 .................. .............. wse 1gN Ass Secretary ttl ES) (10.921 F F F NOTICE TO PROCEED To: HMG. Inc Date: Sept 20. 1994 812 N. Elm St ' Greensboro. N. C. 27401 I I I I I I I I n Project: City of Fayetteville Water System Improvements Contract Section I Water Main Interconnection You are hereby notified to commence WORK in accordance with the Contract dated Sept 20. 1994, on or before 19_• and you are to complete the WORK by , 19_. ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by HMG. Inc. this the day of 19 . HMG. Inc. '• BY Title i I I By: _ Title Section 00550 - 1 rY ••1M1.. A ° • `. ••°LYM1°.l'��1• �L�1•�•' :) 14 J. - .. •:• •• • .� ;.: • . _ `.' 1. 1 .Ir •1' .. .. 1 r rfrf f �I�M1y •M ,. .n:• .. .. r }—,• ; •• • °Irr f.•r�•• 1..•Y� • / e n • • •' • e.. ° r T.M1 .Y. r•°i T••••�• ••. • •e•••.° s x_ , :r .• .v•° I I . ... i. �.•.: h .. •:- i -. •� •iie ••� •r ./ r . C ° °. 1 • •I.°a.•f: ea el• •r.• '° ti4..• r• ° r 1•• •• • •.. • •• _ .e ,f • .. .• • •. • • f .° r •, .C, }.• i .-• � e•—. .. . r • 1 • e • ..r •, f,•' i. rte.• : :•a • • • • e . -J -J L I. j.: • •.. i • •'. •e r f •.f. L .f lf. e•.. • • ti ° - .e • ! • ne •I .. • VI :........ • 1 •f 4 _ ! f. .1. r•r f L: i•F .. r .1.74 .. • •'_ ••••° •• may•• M1 '• 'r •,' ,,—!•'•'^''•' • •.. .• •.° • . L • ° _ . ..° • _ .� • 1 •.•,• 4 • -•' - •r' A . • •M1 •• J• .f •• • r •• •.. •� .. • n .•e _ r• . _ .� I• 1..• 4!. • • e • I. ..• . - V n • •. 1 .1 .• °.i e 1 •1 • • .•.� • • • • • • • •.. ° • • • . • .•° n �: • •.• e• r 11. ••• • • .e• .y f _ • • • 1. ��r� •. . • • . •I•. ••, - • `: M1• •°• �•'° S°'- e: •S ... :i •` •Ii i • • .e. •. 1 n _ ° • • 1 . .r • • f.. f• ;:SIfltONS. OET'1g COP tRAct . •:e f. . •. •. .. ..• .. .... \ • •, •a r 1 ]I • . 1 :J . i 1. 'f rIe . no r Sf. : .. . 'I•• . 1 n i'w . I-• •• • : - f 12 • ..1 a •.• ° r M1 1 r°r ° ... r �• °I•05• r ; • I '°• • • •: 7 •J ........ •• ..•.. ,• • 1.°.e I. f•• . i • •i . e I •-'• !. • • e •°•_ • e • • _ ••n • I • L :4 - _• .°Y.-i •i. •:'f. • f •' • .e• • • f •.° • . U. - • 'e • •° 1 y e . • en•'• 1 .•e 1 1i V. ° f• .1 M1 • •1° •.�. • r. •f• . e • e. f •. ; ' •••• ° • .°• .° •f• n• ti! a ° • °��`S. .. •••a • _ •• • _ r. , . e f • ••. : •. • •. l .. •°. I °• : ° •• • . .0 . • •.. .'.. 1. - •_ . . . . . . - . -- .......•i. U 'r /•. R. •v •i. •'1• . ••1 • e.....1 •• F •' .. _ .. • •. 'r ! 4 ,� .••0. °,'rL 1• . .•' A ,f 1 :e ' • :. .• . : •� f °• 1 ;• • ti •••.. • •. y .:.. • •• • .. • •M1 .° ° • ° .• • • e n 1 , F. • a M1. n - .� .•../ e • .• •a r. i•' �V 1 •• M1 ° • ',• ,� 4.••_ •• •. .•f. , •ems} "el••..•/ °I •. • y ••,•• .•..• a • Y S M1 y • r`� r . . y n. •, • L' Y •.. ° .} • ti ° j 1 °. f.. e • • • DCCUMENT 00700 GENERAL CONDITIONS DEFINITIONS PAGE 1. AS APPROVED . . . . . . . . . . . . . . . . . . . . 1 2. AS SHOWN, AND AS INDICATED . . . . . . . . . . . . . 1 3. BIDDER a a a a a a a a a a a a a a a a a a a a a a a 1 4. CONTRACT •1 5. CONTRACT DOCUMENTS 1 6. CONTRACTOR . . a a a a a a a a a a a a a a a a a a a 2 7. DAYS . . . . . . . . . a a a a a a a a a a a a a 2 8. DRAWINGS •2 9. ENGINEER a a a a a a a a a a a a a a a a a a a a a 2 10. NOTICE a a a a a a a a a a a a a a a a . . . . . . . 2 11. OR EQUAL . . . . . . a a a a a a a a a a a a a a a a 2 12. OWNER . . . a a a a a a a a a a a a a a a a a a a 3 13. PLANS (See Drawings) a a a a a a at a aa a a a. a 3 14. SPECIFICATIONS a a a a a a a a a a a a a a a a a a a 3 15. NOTICE TO PROCEED a a aa a a a aa a a a a a a a a 3 16. SUBSTANTIAL COMPLETION a a a a a a a a a a a a a a a 3 17. WORK . . . . . . . a a a a a a a a a a a a a a a a a 3 CONTRACT DOCUMENTS 18. INTENT OF CONTRACT DOCUMENTS . . . . . . . . . . . . 4 19. DISCREPANCIES AND OMISSIONS a a a a a a a a a a a a 4 20. ALTERATIONS - CHANGES IN WORK . . . . . . a. . . . 4 21. VERIFICATION OF CONTRACT DOCUMENTS . . . . . . . . . 5 22. DOCUMENTS TO BE KEPT ON THE JOBSITE . . . . . . . . 5 23. ADDITIONAL CONTRACT DOCUMENTS . . . . . . . . . . a 5 24. OWNERSHIP OF DRAWINGS . . . . . . . . . . . . . . a 5 THE ENGINEER 25. AUTHORITY OF THE ENGINEER . . . . . . . . . . . . . 6 26. DUTIES AND RESPONSIBILITIES OF THE ENGINEER . . . . 6 27. REJECTED MATERIAL . . a. . . . . . . . . . . . . . 7 28. UNNOTICED DEFECTS . . . . . . . . . . . . . . . . . 7 29. RIGHT TO RETAIN IMPERFECT WORK . . . . . . . . . . . 7 30. LINES AND GRADES . . . . . . . . . . . . . . . . . . 8 31. SHOP DRAWING SUBMITTAL PROCEDURE . . . . . . . . . . 8 32. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS . . . . 9 THE CONTRACTOR AND HIS EMPLOYEES 33. INDEPENDENT CONTRACTOR . . . . . . . . . . . . . . . 9 34a SUBCONTRACTING . . . . . . . . . . . . . . . . . . . 9 35. INSURANCE AND LIABILITY aaaaaaaaaaaaaa 10 3 6 . INDEMNITY . . . . . . . . . . . . . . . . . . . . . 13 37. TAXES AND CHARGES . . . . . . . . . . . . . . . . . 14 38. ORDINANCES, PERMITS, AND LICENSES . . . . . . . . . 14 39 SUPERINTENDENCE. . . . . . . . . . . . . . . . . . . . 14 Section 00700 - i I THE CONTRACTOR AND HIS EMPLOYEES (Cot -it.) PAGE 40. USE OF EXPLOSIVES . . . . . . . . . . : . . . . . . 15 41. RECEPTION OF ENGINEER'S DIRECTIONS . . . _ . . . . . 16 42. SANITATION _ , , _ . 16 43. EMPLOYEES . . . . _ . _ 17 44. PROJECT MEETINGS ,., 17 45. SAFETY , . . . . . 17 46.. CONTRACTOR'S TOOLS AND EQUIPMENT . . . . . . . . . . 18 47. PROTECTION OF WORK AND PROPERTY . . . . . a. . . . 18 48. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY . 19 49_ MATERIALS AND APPLIANCES . . . . . . . . . . . . . .19 50. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS . . . . . 19 51. SUBSTITUTION OF MATERIALS . . . . . . . . . . . . . 20 52. TESTS, SAMPLES, AND INSPECTIONS . . . . . . _ . _ . 20 53. ROYALTIES AND PATENTS a. aaaa aa a aa.aa 21 54_ CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT 21 55. CORRECTION OF DEFECTIVE WORK FOUND DURING WARRANTY PERIOD . . . . . . . . . . . . . . . . . . . . . •. . 21 PROGRESS OF THE WORK 56. BEGINNING OF THE WORK . a. a. a. 21 57. SCHEDULES AND PROGRESS REPORTS a a a . . a a . . . . . . 22 58. PROSECUTION OF THE WORK a.a.23 a a a a a a 59. ASSIGNMENT 60. . . . . . OWNER'S RIGHT TO DO WORK 23 61. OWNER'S RIGHT TO TRANSFER EMPLOYMENT . . .24 . 24 62. DELAYS AND EXTENSION OF TIME . . . . . 25 63. LIQUIDATED DAMAGES a a a a a a a a 26 64. OTHER CONTRACTS 65_ a a a a a a a USE OF PREMISES 26 66. a. a a a a a SUBSTANTIAL COMPLETION DATE as a a a a a a aaa 27 67. a PERFORMANCE TESTING a a a a a a 27 68. . . . as OWNER'S USE OF PORTIONS OF THE as. WORK a . . 28 . . 28 69. CUTTING AND PATCHING _.a . . 28 70_ CLEANING UP . . 28 ' PAYMENT 71. PAYMENT FOR CHANGE ORDERS a a a a a a 28 72. PARTIAL PAYMENTS . . . 31 73. CLAIMS . . . . . . . . a a a a a a a 34 74. NOTICE OF CLAIM FOR DELAY . . . . . . . . . . . . .34 75. RELEASE OF LIENS OR CLAIMS a a a a a a a a a . 35 76. FINAL PAYMENT a a a a a a . 35 77. NO WAIVER OF RIGHTS a a a a a a 35 ' 78. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE - 35 I Section 00700 - ii 1 I C DOCUMENT 0070C GENERAL CONDITIONS These General Conditions contain contractual -legal Articles that ' establish the requirements and conditions governing responsibility, policy, and procedures that apply during the construction and warranty period. This part of the Contract Documents is preprinted. Any modifications to the following Articles that are special to the Project under consideration will be made in the Supplementary Conditions. Requirements and conditions that have special significance to the Contract for the contemplated Work on ' this Project are as set forth in the remaining Sections of these Contract Documents. ' DEFINITIONS Wherever in the Contract Documents the following terms are used, ' the intent and meaning shall be interpreted as follows: 1. AS APPROVED ' The words "as approved", unless otherwise qualified, shall be understood to be followed by the words "by the Engineer". 2. AS SHOWN, AND AS INDICATED The words "as shown" and "as indicated" shall be understood to be followed by the words "on the Drawings". 3. BIDDER The person or persons, partnership, firm, or corporation submitting a Bid for the Work contemplated. ' 4. CONTRACT The "Contract" is the written agreement covering the ' performance of the Work and the furnishing of labor, materials, incidental services, tools, and equipment in the construction of the Work. It includes supplemental ' agreements amending or extending the Work contemplated and which nay be recuired to complete the Work in a substantial and acceptable manner. Supplemental ' agreements are written agreements covering alterations, amendments, or extensions to the Contract and include Contract Change Orders. 5. CONTRACT DOCUMENTS The "Contract Documents" consist of the Bidding ' Requirements, Contract forms, Conditions of the Contract, the Specifications, and the Drawings, including all modifications thereof incorporated into the Documents Section 00700 - 1 I before their execution,. and including all other requirements incorporated by specific reference thereto. These form the Contract. CONTRACTOR The person or persons, partnership, firm, or corporation who enters into the Contract awarded him by the Owner. 7. DAYS Unless otherwise specifically stated, the term "days" will be understood to mean calendar days. 8. DRAWINGS The term "Drawings" refers to the official Drawings, profiles, cross sections, elevations, details, and other working drawings and supplementary drawings, or reproductions thereof, sealed by the Engineer, which show the location, character, dimensions, and details of the Work to be performed. Drawings may either be bound in the same book as the Project Manual or bound separately and are a part of the Contract Documents, regardless of the method of binding. 9. ENGINEER The person or organization identified as such in the Contract. The term "Engineer" means the Engineer or his authorized representative. 10. NOTICE The term "notice" or the requirement to notify, as used in the Contract Documents or applicable state or federal statutes, shall signify a written communication delivered in person or by certified or registered mail to the individual, or to a member of the firm, or to an officer of the corporation for whom it is intended. Certified or registered mail shall be addressed to the last business address known to him who gives the notice. 11. OR EQUAL The term "or equal" shall be understood to indicate that the "equal" product is the same or better than the product named in function, performance, reliability, quality, and general configuration. Determination of equality in reference to the Project design requirements will be made by the Engineer. Such "equal" products shall not be purchased or installed by the Contractor without the Engineer's written approval. I J J I H I I I L. I I J I I I Section 00700 - 2 I 12. OWNER ' The person, organization, or public body identified as such in the Contract. 13. PLANS (See Drawings) 14. SPECIFICATIONS Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards, and workmanship as applied to the work and certain administrative details applicable thereto. Where standard specifications, such as those of ASTM, ' AASHTO, etc., have been referred to, the applicable portions of such standard specifications shall become a part of these Contract Documents. 15. NOTICE TO PROCEED A written notice given by the Owner to the Contractor ' (with a copy to the Engineer) fixing the date on which the Contract time will commence to run and on which the Contractor shall start to perform his obligation under the Contract. The Notice to Proceed shall be given within 30 days following execution of the Contract by the Owner. I I LJ I I 16. SUBSTANTIAL COMPLETION "Substant:acompletion" shall be that degree of completion of the Project, or a defined portion of the Project, sufficient to provide the Owner, at his discretion, the full-time use of the Project or defined portion of the Project for the purposes for which it was intended. Such substantial completion shall from liquidated damages should the after the completion date, construction observation, interest or other expenses continue to be c 17. WORE not rE Owner i.e., paid, harged alieve Contractor have added costs if additional loss of revenue, to the Owner. ' The word "Work" within these Contract Documents shall include all material, labor, and tools; all appliances, machinery, transportation, and appurtenances necessary to perform and complete the Contract; and such additional '• items not specifically indicated or described which can be reasonably inferred as belonging to the item described or indicated and as required by good practice to provide a ' complete and satisfactory system or structure. As used herein, "provide" shall be understood to mean "provide complete in place", that is, "furnish and instal]". ' Section 00700 - 3 Li CONTRACT DOCUMENTS 18. INTENT OF CONTRACT DOCUMENTS The Contract Documents are complementary, and what is called for by one shall be as binding as if called for by all. The intent of the Documents is to include all Work (except specific items to be furnished bythe Owner) necessary for completion of the Contract. Materials or Work described in words which so applied have a well known technical and trade meaning shall be held to refer to such recognized standards. 19. DISCREPANCIES AND OMISSIONS Any discrepancies or omissions found in Documents shall be reported to the Engineer The Engineer will clarify discrepancies or writing, within a reasonable time. Li U U I the Contract immediately. omissions, in In resolving inconsistencies among two or more Sections of , the Contract Documents, precedence shall be given in the following order: CONTRACT , SUPPLEMENTARY CONDITIONS SPECIFICATIONS INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS DRAWINGS Figure dimensions on Drawings shall take scale dimensions. Detailed Drawings shall over general Drawings. It is understood the Work shall be performed and completed true spirit, meaning, and intent of these 20. ALTERATIONS - CHANGES IN WORK precedence over take precedence and agreed that according to the Documents. 1 The Owner, without notice to the Sureties and without invalidating the Contract, may order changes in the Work within the general scope of the Contract by altering, adding to, or deducting from the Work, the Contract being adjusted accordingly. All such Work shall be executed under the conditions of the original Contract, except as specifically adjusted at the time of ordering such change. In giving instructions, the Engineer may order minor changes in the Work not involving extra cost and not inconsistent with the purposes of the Project, but otherwise, except in an emergency endangering life or property, additions or deductions from the Work shall be performed only in pursuance of an approved Change Order from the Owner, signed or countersigned by the Engineer, or a Change Order from the Engineer stating that the Owner has authorized the deduction, addition, or change, and no Section 00700 - 4 r claim for additional payment shall be valid unless so ordered. ' If the Work is reduced by alterations, such action shall not constitute a claim for damages based on loss of tanticipated profits. 21. VERIFICATION OF CONTRACT DOCUMENTS ' The Contractor shall thoroughly examine and become familiar with all of the various parts of these Contract Documents and determine the nature and location of the ' Work, the general and local conditions and all other matters which can in any way affect the Work under this Contract. Failure to make an examination necessary for this determination shall not release the Contractor from the obligations of this Contract. The Contractor warrants that no verbal agreement or conversation with any officer, agent, or employee of the Owner or with the Engineer ' either before or after the execution of this Contract, has affected or modified any of the terms or obligations herein contained. 22. DOCUMENTS TO BE KEPT ON THE JOBSITE The Contractor shall keep one copy of the Contract ' Documents on the jobsite, in good order, available to the Engineer and to his representatives. ' The Contractor shall maintain on a daily basis at the jobsite, and make available to the Engineer on request, one current record set of the Drawings which have been ' accurately marked up to indicate all modifications in the completed Work that differ from the design information shown on the Drawings. Upon substantial completion of the Work, the contractor shall give the Engineer one complete ' set of marked up record Drawings. 23. ADDITIONAL CONTRACT DOCUMENTS ' The Engineer will furnish to the Contractor on request and free of charge, three copies of the Project Manual and three sets of full-size Drawings. Additional copies of ' the Project Manual and the Drawings may be obtained on request by paying the price as shown in the Invitation to Bid for the Contract Documents. 24. OWNERSHIP OF DRAWINGS ' All Drawings, Plans, Specifications, and copies thereof furnished by the Engineer and the Owner are their property. They are not to be used on other work and, with the exception of the signed Contract set, are to be ' returned to then on request at the completion of the Work. Any reuse of these materials without specific written verification or adaptation by the Engineer and the Owner Section 00700 - 5 I will be at the risk of the user and without liability or legal expense to the Engineer and the Owner. Such user shall hold the Engineer and the Owner harmless from any and all damages, including reasonable attorneys' fees, from any and all claims arising from any such reuse. Any such verification and adaptation by the Engineer and the Owner will entitle the Engineer to further compensation at rates to be agreed upon by the user and the Engineer and the Owner. All models are the property of the Owner. THE ENGINEER 25. AUTHORITY OF THE ENGINEER The Engineer shall be the Owner's representative during the construction period. His authority and responsibility shall be limited to the provisions set forth in these Contract Documents. The Engineer shall have the authority to reject Work and material which does not conform to the Contract Documents. However, neither the Engineer's authority to act under this provision, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Engineer to the Contractor, any Subcontractor, their respective Sureties, any of their agents or employees, or any other person performing any of the Work. 26. DUTIES AND RESPONSIBILITIES OF THE ENGINEER The Engineer will make periodic visits to the site of the Project to observe the progress and quality of the Work and to determine, in general, if the Work is proceeding in accordance with the intent of the Contract Documents. He shall not be required to make comprehensive or continuous inspections to check quality or quantity of the Work, and he shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work. Visits and observations made by the Engineer shall not relieve the Contractor of his obligation to conduct comprehensive inspections of the Work and to furnish materials and perform acceptable Work, and to provide adequate safety precautions, in conformance with the intent of the Contract. The Engineer will make decisions, in writing, on all claims of the Owner or the Contractor arising from interpretation or execution of the Contract Documents. Such decision shall be necessary before the Contractor can receive additional money under the terms of the Contract. Changes in Work ordered by the Engineer will be made in compliance with Article 20, ALTERATIONS - CHANGES IN WORK. I I I I I I I I I 11 I I I One or more construction observers may be assigned to observe the Work for compliance with the Contract Section 00700 - 6 I I I I I C [l El I Documents and to act in matters of construction under this Contract. It is understood that such Construction observers shall have the power to issue instructions and make decisions within the limitations of the authority of the Engineer. The Contractor shall furnish all reasonable assistance required by the Engineer or construction observer for proper review of the Work. Construction observers shall not have the power or authority to delete, increase, modify or otherwise change the requirements of the Contract Documents. The above -mentioned observation shall not relieve the Contractor of his obligations to conduct comprehensive inspections of the Work and to furnish materials and perform acceptable Work and to provide adequate safety precautions, in conformance with the intent of the Contract. 27. REJECTED MATERIAL Any material condemned or rejected by the Engineer or his authorized construction observer because of nonconformity with the Contract Documents shall be removed at once from the vicinity of the Work by the Contractor at his own expense, and the same shall not be used on the Work. 28. UNNOTICED DEFECTS ' Any defective Work or material that may be discovered by the Engineer before the final acceptance of Work, or before final payment has been made, or during the guarantee period, shall be removed and replaced by Work and materials which shall conform to the provisions of the Contract Documents. Failure on the part of the Engineer to condemn or reject bad or inferior Work or materials ' shall not be construed to imply acceptance of such Work or materials. The Owner shall reserve and retain all of its rights and remedies at law against the Contractor and its ' surety for correction of any and all latent defects discovered after the guarantee period. 29. RIGHT TO RETAIN IMPERFECT WORK ' If any part or portion of the work done or material furnished under this Contract shall prove defective and '• not in accordance with the Drawings and Specifications, and if the imperfection in the same shall not be of sufficient magnitude or importance as to make the Work ' dangerous or unsuitable, or if the removal of such Work will create conditions which are dangerous or undesirable, the Owner shay_ have the right and authority to retain such Work but shall make such deductions in the final ' payment therefore as may be just and reasonable. The Owner shall also have the option to require, at no added cost to the Owner, extended warranties, maintenance bonds, ' or other remedies to provide for repair or reconstruction of imperfect Work. Section 00700 - 7 I 30. LINES AND GRADES I Lines and grades shall be established as provided in the Supplementary Conditions. All stakes, marks, and other information shall be carefully preserved by the Contractor, and in case of their careless or unnecessary destruction or removal by him or his employees, such stakes, marks, and other information will be replaced at the Contractor's expense. 31. SHOP DRAWING SUBMITTAL PROCEDURE I The Contractor shall submit six (6) copies to the Engineer for his review, such shop drawings, electrical diagrams, , and catalog cuts for fabricated items and manufactured items (including mechanical and electrical equipment) required for the construction. Shop drawings shall be submitted in sufficient time to allow the Engineer not less than 20 regular working days per submittal for examining the shop drawings. These shop drawings shall be accurate, distinct, and complete and shall contain all required information, including satisfactory identification of items, units, and assemblies in relation to the Contract Drawings and Specifications. Unless otherwise approved by the Engineer,, shop drawings shall be submitted only by the Contractor, who shall indicate by a signed stamp on the shop drawings, or other approved means, that he (the Contractor), has checked the ' shop drawings, and that the Work shown is in accordance with Contract requirements and has been checked for dimensions and relationship with Work of all other trades involved. The practice of submitting incomplete or unchecked shop drawings for the Engineer to correct or finish will not be acceptable, and shop drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in the proper form. When the shop drawings have been reviewed by the Engineer, two (2) sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the shop drawing may be rejected and one (1) set will be returned to the Contractor with such changes or corrections indicated, and the Contractor shall correct and resubmit the shop drawings in quadruplicate, unless otherwise directed by the Engineer. No changes shall be made by the Contractor to resubmitted shop drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted shop drawings. Section 00700 - 8 ' I I I I I I I I I S I I H S 'I The review of such shop drawings and catalog cuts by the Engineer shall not relieve the Contractor from responsibility for correctness of dimensions, fabrication details, and space requirements or for deviations from the Contract Drawings or Specifications unless the Contractor has called attention to such deviations in writing by a letter accompanying the shop drawings and the Engineer approves the change or deviation in writing at the time of submission; nor shall review by the Engineer relieve the Contractor from the responsibility for errors in the shop drawings. When the Contractor does call such deviations to the attention cf the Engineer, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. 32. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS The Engineer will furnish, with reasonable promptness, additional instructions by means of drawings or otherwise, if, in the Engineer's opinion, such are required for the proper execution of the Work. All such drawings and instructions will be consistent with the Contract Documents, true developments thereof, and reasonably inferable therefrom. THE CONTRACTOR AND HIS EMPLOYEES 33. INDEPENDENT CONTRACTOR The Contractor shall perform all Work under this Contract as an Independent Contractor and shall not be considered as an agent of the Owner or of the Engineer, nor shall the Contractor's subcontractors or employees be subagents of the Owner or of the Engineer. 34. SUBCONTRACTING Within 30 days after the execution of the Contract, the Contractor shall submit to the Engineer the names of all subcontractors proposed for the Work, including the names of any subcontractors that were submitted with the Bid. The Contractor shall not employ any subcontractors that the Engineer may object to as lacking capability to properly perform. Work of the type and scope anticipated. No changes will be allowed from the approved subcontractor list without written approval of the Engineer. The Contractor agrees that he is as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly cr indirectly employed by them as he is for the acts and omissions of persons directly enployed by him. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. I Section 00700 - 9 I 35. INSURANCE AND LIABILITY A. GENERAL The Contractor shall provide (from insurance companies acceptable to the Owner) the insurance coverage designated hereinafter and pay all costs. Before execution of the Contract, Contractor shall furnish the Owner with complete copies of all insurance policies and certificates of insurance specified herein showing the type, amount, class of operations covered, effective dates, and date of expiration of policies, and containing substantially 1 the following statement: "The insurance covered by this certificate will not be canceled or materially altered, except after 30 days written notice has been received by the Owner." In case of the breach of any. provision of this Article, the Owner, at his option, may take out and maintain, at the expense of the Contractor, such insurance as the Owner may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Contractor under this Contract. B. CONTRACTOR AND SUBCONTRACTOR INSURANCE The Contractor shall not execute the Contract or commence Work under this Contract until he has obtained all the insurance required hereunder and such insurance has been reviewed and approved by the Owner, nor shall the Contractor allow any subcontractor to commence Work on his subcontract until. insurance specified below has been obtained. Review of the insurance by the Owner shall not relieve or decrease the liability of the Contractor hereunder. C. COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE The Contractor shall maintain during the life of this Contract the statutory Workmen's Compensation, in addition, Employer's Liability Insurance in an amount not less than $100,000 for each occurrence, for all of his employees to be engaged in Work on the Project under this Contract and, in case any such Work is sublet, the contractor shall require the subcontractor similarly to provide Workmen's Compensation and Employer's Liability Insurance for all of the latter's employees to be engaged in such Work. Where Work under this Contract includes any water or navigational exposure, coverage shall be included to cover the Federal Longshoremen's and Harborworker's Act and the Federal Jones Act. Employer's Liability Insurance Section 00700 - 10 1 L L I L I I' I II] L L rl P. I L I D shall be extended to include waiver of subrogation to the Owner. GENERA:. LIABILITY INSURANCE The Contractor shall maintain during the life of this Contract such general liability, completed operations and products liability, and automobile liability insurance as will provide coverage for claims for damages for personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from performance of the Work under this Contract. The general liability policy should also specifically ensure the contractual liability assumed by the Contractor under Article Indemnification. Coverage for property damage shall be on a "broad form" basis with no exclusions for "XC & U." Amount of insurance to be provided shall be as shown below: 1) Contractor's Comprehensive General Liability Insurance For not less than the following limits of liability: Bodily Injury: $500,000 each occurrence, $500,000 aggregate Property Damage: $250,000 each occurrence, $250,000 aggregate Include the following coverage: °Wa_ver of all "XCU" exclusions. °Broad Form Property Damage and Personal Injury Liability. °Independent Contractor's Coverage. 2) Contractor's Comprehensive_ Automobile Liability Insurance For not less than the following limits of liability: Bodily Injury: $ 500,000 each person, $1,000,000 each occurrence Property ❑amage:$ 100,000 each occurrence OR Bodily injury and Property Damage: $1,000,000 combined single limit each occurrence. I Section 00700 - 11 Include Hired car and Non -Ownership Coverage. 3) Contractor's Excess Umbrella Policy: $1,000,000 limit of liability policy shall be provided. ENGINEER SHALL BE INCLUDED AS ADDITIONAL INSURED: Insurance certificates furnished by the Contractor and/or Subcontractor(s) shall include the Engineer as an "Additional Insured" for all Liability and Property Damage policies. In the event any Work under this Contract is performed by a subcontractor, the Contractor shall be responsible for any liability directly or indirectly arising out of the Work performed under this Contract by a subcontractor, which liability is not covered by the subcontractor's insurance. The Contractor's and any subcontractor's general liability and automobile liability insurance policies shall include the Owner and Engineer, their officers, agents, and employees as additional insureds for any claims arising out of Work performed under this Contract. E. BUILDER'S RISK ALL-RISK INSURANCE I I I C I I Unless otherwise modified in the Supplementary Conditions, the Contractor shall secure and maintain during the life of this Contract, Builders Risk All -Risk Insurance coverage in an amount equal to the full replacement value of structures, equipment, electrical, and mechanical systems only. Such insurance shall not exclude coverage for earthquake, landslide, flood, collapse, blasting, or loss due to the results of faulty workmanship, and shall, provide for losses to be paid to the Contractor, Subcontractor, and the Owner as their interests may appear. F. OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY INSURANCE The Contractor shall, at his expense, provide the Owner with an Owner's and Contractor's Protective Liability Insurance Policy naming the Owner as the named insured and the Engineer, its architects and engineers, and each of their officers, agents, and employees as additional insured under that policy, said policy to protect said parties from claims which may arise from operations under the Contract. Limits of policy coverage shall be: Bodily Injury: $500,000 each person, aggregate $1,000,000 I I Section 00700 - 12 , I I I n I I 1 I I I Li I I I H I Property Damage: $250,000 each person, $250,000 aggregate OR $1,000,00C combined -single limit each occurrence/aggregate. G. INSURANCE. COVERAGE FOR SPECIAL CONDITIONS When the construction is to be accomplished within a public or private right-of-way requiring special insurance coverage, the Contractor shall conform to the particular requirements and provide the required insurance. The Contractor shall include in his liability policy all endorsements that the said authority may require for the protection of the authority, its officers, agents, and employees. Insurance coverage for special conditions, when required, shall be provided as set forth in the Supplementary Conditions. H. NO PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of the provisions hereof in exercising any authority granted by the Contract, there will be no personal liability upon any public official. 36. INDEMNITY The Contractor shall indemnify and hold harmless the Owner, the Engineer, and their agents and employees from and against damages, losses, and expenses including attorneys' fees arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury or to destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (2) is caused in whole or in part by any act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, provided that such claims, damages, losses, and expenses are not proximately caused by the negligence of any indemnitee in the design, or by the sole negligence of any indemnitee in the inspection of the Work that is the subject of this construction Contract. ' In any and all claims against the Owner, the Engineer, or any of their agents or employees by any employee of the Contractor, any subcontractor, anyone directly or ' indirectly employed by any of then. or anyone for whose acts any of then may be liable, the indemnification obligation under this Article shall not be limited in any ' Section 00700 - 13 L way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor or any subcontractor under Workmen's Compensation Acts, Disability Benefit Acts, or. other Employee Benefit Acts. 37. TAXES AND CHARGES The Contractor shall withhold and pay any and all sales and use taxes, including any and all change of taxes thereof, and all withholding taxes, whether state or federal, and pay all Social Security charges and also all State Unemployment Compensation charges, and pay or cause to be withheld, as the case may be, any and all taxes, charges, or fees or sums whatsoever, which are now or may hereafter be required to be paid or withheld under any laws. 38. ORDINANCES, PERMITS, ANDLICENSES The Contractor shall keep himself fully informed of all local ordinances, as well as state and federal laws, which in any manner affect the Work herein specified. The Contractor shall at all times comply with said ordinances, laws, and regulations, and protect and indemnify the Owner, the Engineer and their respective employees, and its officers and agents against any claim or liability arising from •or based on the violation of any such laws; ordinances, or regulations up to the amount of the Contract Price. All permits, licenses, and inspection fees necessary for prosecution and completion of the Work shall be secured and paid for by the Contractor, unless otherwise specified. 39. SUPERINTENDENCE The Contractor shall keep on the Work, -during its progress, competent supervisory personnel. The Contractor shall designate, in writing, before starting Work, one authorized representative who shall have complete authority to represent and to act for the Contractor. The Contractor shall give efficient supervision to the Work, using his best skill and attention. The Contractor shall be solely responsible for all construction means, methods, techniques, and procedures, and for providing adequate safety precautions and coordinating all portions of the Work under the Contract. It is specifically understood and agreed that the Engineer, its employees and agents, shall not have control or charge of and shall not be responsible for the construction means, methods, techniques, procedures, or for providing adequate safety precautions in connection with the Work under the Contract. H I I I I I I I I I I I I I Section 00700 - 14 I 1 40. USE OF EXPLOSIVES When the use of explosives is necessary for the prosecution of the work, the Contractor shall observe all local, state and federal laws in purchasing and handling explosives. The Contractor shall take all necessary ' precaution to protect persons, completed work, neighboring property, water lines, or underground structures. ' The Contractor shall obtain the services of a qualified seismic consultant prior to conducting any blasting in order to prevent accidental damage to structures or equipment due to vibration or shock. The seismic • consultant shall install and operate seismic monitoring • equipment at existing structures which may be affected during the use of any explosives, and shall provide to the ' Engineer a report describing the vibrations and forces which were imposed upon the structures during blasting. The Contractor shall notify all owners of all nearby ' property of the intention to use explosives at least 24 hours before blasting is scheduled, and shall provide the names of Owner's so notified to the Engineer. ' The Contractor shall submit to the owner a certificate of insurance covering such blasting operations. Such ' insurance shall be in the same amount as is the public liability requirements under Paragraph 35 of the General Conditions, entitled Insurance and Liability. The Contractor shall be absolutely responsible for handling explosives in a safe manner and for any damage resulting from the use of explosives. The Contractor ' shall be responsible for all damage caused by blasting operations and shall be responsible for responding to and resolving all complaints. Suitable methods shall be employed to confine all materials lifted by blasting within the limits of the excavation or trench. All rock which cannot be handled and compacted as earth ' shall be kept separate from other excavated materials and shall not be mixed with backfill or embankment materials except as specified or directed. Blasting or other use of explosives for excavation • adjacent to existing utilities, structures, and other facilities shall be in conformity with the requirements of ' the local ordinance and the authority having jurisdiction thereover. The Contractor shall consult with and develop a mutually agreeable blasting procedure with the ' appropriate utility or agency before blasting adjacent to that agency's utility, structure, or other facility. (Certain utilities, including gas pipelines and fiber optics, and agencies have requirements which will not permit blasting adjacent to or within a minimum distance from the utility.) Section 00700 - 15 11 In the event construction and possible blasting activities , are to be in close proximity to residential and commercial structures, preblast and postblast surveys shall be conducted for the protection of all parties. Particularly close monitoring of the residential areas is required. The Contractor shall perform a preblast survey of all utilities, structures, and other facilities adjacent to or within 300 feet of the blast sites to determine the structural conditions of each utility, house, building, bridge, overpass, and other structures, and facilities susceptible to damage from blasting operations. The survey notification to all property owners, tenants, utilities, and other agencies and the area of survey shall .be in conformity with the requirements of the authority having jurisdiction thereover or as determined by the Contractor's insurance company if no local ordinance applies. The Contractor shall submit the preblast survey report to the Owner for the Owner's permanent file. The Contractor shall perform a postblast survey of the same utilities, structures, and other facilities surveyed in the preblast survey to determine• the effect of the blasting operations. The Contractor shall submit the postblast survey report to the Owner for the Owner's permanent file. ' 41. RECEPTION OF ENGINEER'S DIRECTIONS The superintendent, . or other duly authorized ' representative of the Contractor, shall represent the Contractor in all directions given to him by the Engineer. Such directions of major importance will be confirmed in writing. Any direction will be so confirmed, in each case, on written request from the Contractor. 42. SANITATION ' Sanitary conveniences conforming to state and.local codes shall be erected and maintained by the Contractor at all , times while workers are employed on the Work. The sanitary convenience facilities shall be as approved by the Engineer. ' 43. EMPLOYEES The Contractor shall employ only men or women who are competent and skillful in their respective line of work. Whenever the Engineer or Owner shall notify the Contractor that any person on the Work is, in their opinion, incompetent, unfaithful; or disorderly or refuses to carry out the provisions of this Contract or uses threatening or abusive language to any person representing the Owner on the Work, or is otherwise unsatisfactory, such person shall be immediately discharged from the Project and shall not be re-employed thereon except with the consent of the Engineer by the Owner. Section 00700 - 16 , n 1 I I I I I F 44. PROJECT MEETINGS The Engineer may conduct Project meetings, as he deems necessary, for the purposes of discussing and resolving matters concerning the various elements of the Work. Time and place for these meetings and the names of persons required to be present shall be as directed by the Engineer. The Contractor shall comply with these attendance requirements and shall also require his subcontractors to comply. 45. SAFETY The Contractor shall be solely and completely responsible for conditions of the jobsite, including safety of all persons (including employees) and property during performance of the Work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U. S. Department of Labor (OSHA); the State Labor Department Laws; all other applicable federal, state, county, and local laws, ordinances, and codes; the requirements set forth below; and any regulations that nay be detailed in other parts of these Documents. Where any of these are in conflict, the more stringent requirement shall be followed. The Contractor's failure to thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from compliance with the obligations and penalties set forth herein. The Contractor shall develop and maintain for the duration of this Contract, a safety program that will effectively incorporate and implement an required safety provisions. ' The Contractor shall appoint an employee who is qualified and authorized to supervise and enforce compliance with the safety program. ' The duty of the Engineer to conduct construction review of the Contractor's performance is not intended to include a review or approval of the adequacy of the Contractor's ' safety supervisor, the safety program, or any safety measures taken in, on, or near the construction site. The Contractor, as a part of his safety program, shall maintain at his office or other well-known place at the jobsite, safety equipment applicable to the Work as ' prescribed by the aforementioned authorities, all articles necessary for giving first aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of persons (including employees) who nay be injured on the jobsite. If death or serious injuries or serious damages are ' caused, the accident shall be reported immediately by telephone or messenger to both the Engineer and the Owner. In addition, the Contractor must promptly report in ' Section 00700 - 17 I writing to the Engineer all accidents whatsoever arising out of, or in connection with, the performance of the Work whether on, or adjacent to, the site, giving full details and statements of witnesses. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. 46. CONTRACTOR'S TOOLS AND EQUIPMENT I The Contractor's tools and equipment used on the Work shall be furnished in sufficient quantity and of a capacity and type that will safely perform the Work specified, and shall be maintained and used in a manner that will not create a hazard to persons or property, or cause a delay in the progress of the Work. 47. PROTECTION OF WORK AND PROPERTY The Contractor shall at all times safely guard the Owner's property from injury or loss in connection with this Contract. The Contractor shall at all times safely guard and protect from damage his own Work, and that of adjacent property (as provided by law and the Contract Documents). All passageways, guard fences, lights, and other facilities required for protection by federal, state, or municipal laws and regulations and local conditions, must be provided and maintained. The Contractor shall protect his Work and materials from damage due to the nature of the Work, the elements, carelessness of other Contractors, or from any cause whatever until the completion and acceptance of the Work. All loss or damages arising out of the nature of the Work to be done under these Contract Documents, or from any unforeseen obstruction or defects which may be encountered in the prosecution of the Work, or from the action of the elements, shall be sustained by the Contractor. In addition, the Contractor shall take special precautions ' to prevent the "flotation" of all tanks and structures prior to their final acceptance and filling for beneficial use. The Contract price shall include all costs associated with such special precautions. Also, the Contractor shall not load or permit any part of ' any structure to be loaded with a weight that will endanger its safety or its structural integrity. 48. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY ' In case of an emergency which threatens loss or injury of property, and/or safety of life, the Contractor shall act, without previous instructions from the Owner or Engineer, Section 00700 - 18 , H L F, H H I I I I I H I C as the situation may warrant. The Contractor shall notify the Engineer thereof immediately thereafter. Any claim for compensation by the Contractor, together with substantiating documents in regard to expense, shall be submitted to the Owner through the Engineer and the amount of compensation shall be determined by agreement. 49. MATERIALS AND APPLIANCES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation, and other facilities necessary for the execution and completion of the Work. Unless otherwise specified, all materials shall be new, and both workmanship and materials shall be of good quality. The Contractor shall, if required, furnish satisfactory evidence as tc the kind and quality of materials. In selecting and/or approving equipment for installation in the Prcject, the Owner and Engineer assume no responsibility for injury or claims resulting from failure of the equipment to comply with applicable national, state, and local safety codes or requirements, or the safety requirements of a recognized agency, or failure due to faulty design concepts, or defective workmanship and materials. 50. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, CSHA, AND OTHER CODE REQUIREMENTS The completed Work shall include all necessary permanent safety devices, such as machinery guards and similar ordinary safety items required by the state and federal (OSHA) industria; authorities and applicable local and national codes. Further, any features of the Work (including Owner -selected equipment) subject to such safety regulations shall be fabricated, furnished, and installed in compliance with these requirements. Contractors and manufacturers of equipment shall be held responsible for compliance with the requirements included herein. Contractors shall notify all equipment suppliers and subcontractors of the provisions of this Article. 51. SUBSTi U'TION OF MATERIALS Except for Owner -selected equipment items and items where no substitution is clearly specified, whenever any material, article, device, product, fixture, form, type of construction, or process is indicated or specified by patent or proprietary name, by name of manufacturer, or by catalog number, such specifications shall be deemed to be used for the purpose of establishing a standard of quality and facilitating the description of the material or process desired. This procedure is nct to be construed as I Section 00700 - 19 LI eliminating from competition other products of equal or better quality by other manufacturers where fully suitable in design, and shall be deemed to be followed by the words "or equal". The Bidder may, in such cases, submit complete data to the Engineer (with his Bid, as stipulated hereinbefore) for consideration of another material, type, or process which shall be substantially equal in every respect to that so indicated or specified. Substitute materials shall not be used unless approved in writing. The Owner or his authorized agent will be the sole judge of the substituted article or material. 52. TESTS, SAMPLES, AND INSPECTIONS 53 54 The Contractor shall furnish, without extra charge, the necessary test pieces and samples, including facilities and labor for obtaining the same, as requested by the Engineer. When required, the Contractor shall furnish certificates of tests of materials and equipment made at the point of manufacture by a recognized testing laboratory. The Owner, Engineer, authorized government agents, and their representatives shall at all times be provided safe access to the Work wherever it is in preparation or progress, and the Contractor shall provide facilities for such access and for inspection, including maintenance of temporary and permanent access. If the Specifications, the Engineer's instructions, laws, ordinances, or any public authority require any Work to be specially tested or approved, the Contractor shall give timely notice of its readiness for inspection. lnspections to be conducted by the Engineer will be promptly made, and where practicable, at the source of ROYALTIES AND PATENTS The Contractor shall pay all royalty and license fees, unless otherwise specified. The Contractor shall defend all suits or claims for infringement of any patent rights and shall save the Owner and the Engineer harmless from any and all loss, including reasonable attorneys' fees, on account thereof, up to the amount of the Contract Price. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be stopped under an order of any court or other public authority for a period of more than 3 months, through no act or fault of the Contractor, its Subcontractors, or respective employees or agents, then I I I I I I I I I I I I I I Ii Section 00700 - 20 the Contractor may, upon 15 days' written notice to the Owner and the Engineer, if said default has not been ' cured, stop Wcrk or terminate this Contract and recover from the Owner payment for the reasonable value of Work performed. ' 55. CORRECTION OF DEFECTIVE WORK FOUND DURING WARRANTY PERIOD The Contractor hereby agrees to make, at his own expense, ' all repairs or replacements necessitated by defects in materials or workmanship, supplied under terms of this Contract, and pay for any damage to other works resulting from such defects, which beccme evident within 1 year ' after the date of final acceptance of the Work or within 1 year after the date of substantial completion established by the Engineer for specified items of equipment, or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents. The Contractor further assumes responsibility for a similar ' guarantee for all Work and materials provided by subcontractors or manufacturers of packaged equipment components. ' The effective date for the start of the guarantee or warranty period for equipment qualifying as substantially ' complete is defined in Article 16, SUBSTANTIAL COMPLETION, and Article 65, SUBSTANTIAL COMPLETION DATE, in these General Conditions. The Contractor also agrees to hold the Owner and the Engineer harmless from liability of any '• kind arising from damage due to said defects. The Contractor shall make all repairs and replacements promptly upon receipt of written order for same from the ' Owner. If the Contractor fails to make the repairs and replacements promptly, the Owner may do the Work, and the Ccntractor and his Surety shall be liable for the cost ' thereof. Any additional requirements for the Project relative to correction of defective Work after final acceptance are set forth in the Supplementary Conditions. PROGRESS OF THE WORK 56. BEG NN-NG CF THE WORE ' Before Work shall be started and :materials ordered, the Contractor shall meet and consult with the Owner and/or Engineer relative to materials, equipment, and all arrangements for prosecuting the Work. I I ' Section 00700 - 21 I. I 57. SCHEDULES AND PROGRESS REPORTS The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, records, and other data as the Owner may request concerning Work performed or to be performed under this Contract. Construction Schedule Requirements: The Contractor shall comply with the following requirements concerning construction scheduling and payments: The Contractor shall submit a construction schedule of the bar graph type (or other approved type) prior to the preconstruction conference showing the following information as a minimum: a. Date of Notice to Proceed with Contract Work. , b. Actual date construction is scheduled to start if different from the date of Notice to Proceed. c. Contract completion date. d. Beginning and completion dates for each phase of Work. e. The dates at which special detail drawings are required. f. Respective dates.for submission of shop drawings and the beginning of manufacture, the testing of, and the installation of materials, supplies, and equipment. g. All construction milestone dates. h. A separate graph showing Work placement in dollars , versus Contract time. The schedule shall incorporate approved Contract changes. The schedule shall be maintained in an up-to-date condition monthly and shall be available for inspection at the construction site at all times. The construction schedule shall be submitted in conjunction with and/or in addition to any other requirements concerning schedules within these Specifications. I I Section 00700 - 22 ' I I I I I n I I iP1 I LIB I I THE CONSTRUCTION SCHEDULE SHALL BE UPDATED AND SUBMITTED WITH EACH MONTHLY REQUEST FOR PAYMENT. SHOULD THE CONTRACTOR FALL BEHIND SAID SCHEDULE. HE SHALL PRESENT IN WRITING TO 7HE OWNER A REVISED PLAN OF ACTION TO COMPLETE THE PROJECT ON TIME. METHODS MAY INCLUDE,_BUT_ ARE NOT LIMITED TO ADDITIONAL MANPOWER, EQUIPMENT. WORKING OVERTIME, ETC.. AS MAY BE REQUIRED. ALSO. THE CONSTRUCTION SCHEDULE SHALL BE REVISED ACCORDINGLY. FAILURE TO SUBMIT SUCH REVISED CONSTRUCTION SCHEDULE AND WRITTEN EXPLANATION SHALL BE REASON TO WITHHOLD PAYMENT ENTIRELY OR REDUCE PAYMENT SUBSTANTIALLY._ 58. PROSECUTION OF THE WORK It is expressly understood and agreed that the time of beginning, rate of progress, and time of completion of the Work are the essence of this Contract. The Work shall be prosecuted at such tine, and in or on such part or parts of the Project as may be required, to complete the Project as contemplated in the Contract Documents and the approved construction schedu:e. If the Contractor desires to carry on Work at night or outside the regular hcurs (7:00 a.m. to 6:00 p.n., Monday through Friday), he shall first obtain the permission of the Engineer, lie shall also give timely notice to the Engineer to allow satisfactory arrangements to be made for observation of the Work in progress. If the Work to be done "after hours" requires the full-time presence of a representative cf the Engineer, then the Contractor must reimburse the Owner for payments made to the Engineer for this purpose. ' The cost of additional engineering services will be based upon actual hours worked (labor cost x 3) plus out-of- pocket expenses such as :odging, mileage, materials, etc. Otherwise, the Contractor may perform clean-up work only outside of regular hours (including Saturdays and Sundays). No Work wfl,. be accomplished on holidays. ' 59. ASSIGNMENT Neither party to the Contract shall assign the Contract or sublet it as a whole, without the written consent of the other, nor shall the Ccntractor assign any monies due or [I Section 00700 - 23 ' to become due to bin hereunder without the previous written consent of the owner. 60. OWNER'S RIGHT TO DO WORK If the Contractor should, in the opinion of the Engineer, ' neglect to prosecute the Work properly or should neglect or refuse at his own cost to take up and replace Work as shall have been rejected by the Engineer, then the Owner ' shall notify the Surety of the condition, and after 10 days' written notice to the Contractor and the Surety, or without notice if an emergency or danger to the Work or public exists, and without prejudice to any other right ' which the Owner may have under the Contract, take over that portion of the work which has been improperly executed or uncompleted, and make good the deficiencies ' and deduct the cost thereof from the payments then or thereafter due the Contractor, and if such payments are not sufficient thereof, charge the cost to the Contractor ' and its surety. 61. OWNER'S RIGHT TO TRANSFER EMPLOYMENT ' if the Contractor should abandon the Work or should be adjudged bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, tc supply enough properly skilled workers or ' proper materials, or if he should fail to make prompt payment to subcontractors for material or labor, or persistently disregard laws, ordinances, or the • instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract or any laws or ordinance, then the Owner may, without ' prejudice to any other right or remedy, and after giving the Contractor and Surety 7 days' written notice, 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 Work included under this Contract and • employ, by Contract or otherwise, any qualified person or persons to finish the Work and provide the materials therefore, in accordance with the Contract Documents, without termination of the continuing full force and effect of this Contract. In case of such transfer of employment to such Surety, the Surety shall be paid in its own name on estimates according to the terms hereof '• without any right of the Contractor to make any claim for the same or any part thereof. ' If after the furnishing of said written notice to the Surety, the Contractor and the Surety still fail to make reasonable progress on the performance of the Work, the Section 00700 - 24 I Owner may terminate the employment of the Contractor and ' take possession of the premises and of all materials, tools, and appliances thereon and finish the Work by whatever method he may deem expedient and charge the cost thereof to the Contractor and Surety. In such case, the Contractor shall not be entitled to receive any further payment until the Work is finished. If the expense of completing the Contract, including compensation for additional managerial and administrative services, shall exceed such unpaid balance, the Contractor and the Surety shall pay the difference to the Owner. 62. DELAYS AND EXTENSION OF TIME If the Contractor is delayed in the progress of the Work by any separate Contractor employed by the Owner, or by strikes, lockouts, fire, excessive adverse weather conditions not reasonably anticipated (on the basis of official weather records from the past ten years, minimum, from the locality involved), or acts of God, the Contractor shall, within 48 hours of the start of the occurrence, give written notice to the Owner of the cause of the potential delay and estimate the possible time extension involved, and within 7 days after the cause of delay has been remedied, the Contractor shall given written notice to the Owner of any actual time extension requested as a result of the aforementioned occurrence; then the Contract time may be extended by Change Order for such reasonable time as the Engineer determines. it is agreed that no claim shall be made or.•allowed for any damages which may arise out of any delay caused by the above referenced acts or occurrences, other than claims for the appropriate extension of time. No extension of time will be granted to the Contractor for , delays occurring to parts of the Work that, have no measurable impact on the completion of the total Work under this Contract; nor will extension of time be granted for delays to parts of Work that are not located on the critical path if the Critical Path Method (CPM) is used for scheduling the Work. , No extension of time will be considered for weather conditions normal to the area in which the Work is being performed. Unusual weather conditions, if determined by the Engineer to be of a severity that would stop all progress of the Work, may be considered as cause for an extension of Contract completion time. The Contractor shall provide official documentation of weather conditions experienced versus those anticipated as described above. Delays in delivery of equipment or material purchased by ' the Contractor or his subcontractors (including Owner - selected equipment) shall not be considered as a just cause for delay. The Contractor shall be fully responsible for the timely ordering, scheduling, Section 00700 - 25 E ' expediting, delivery, and installation of all equipment and materials. ' Within a reasonable period after the Contractor submits to the Owner a written request for an extension of time, the Engineer will present his written opinion to the Owner as Ito whether an extension of time is justified, and, if so, his recommendation as to the number of days for time extension. The Owner will make the final decision on all ' requests for extension of time. In no event shall the Contractor be entitled under this ' Contract to collect or recover any damages, loss, or expense incurred by any delay other than as caused by the Owner, as stipulated in Article 73, NOTICE. OF CLAIM FOR DELAY. ' 63. LIQUIDA'TEI) DAMAGES ' The Work shall begin at the tine stated in the Notice to Proceed issued by the Cwner to the Contractor and shall be completed within the number of consecutive calendar days, or by the calendar date, stated in the accepted Bid and ' Contract. The time shall be computed from and including the date stated in the Notice to Proceed. It is agreed that time is of the essence of this Contract. ' The Contractor agrees regularly, diligent;y, progress as will insur • tine specified. It is that said work shall be prosecuted and uninterruptedly at such rate or e full completion thereof within the expressly understood and agreed, by and between the Contractor and the Owner, that the time for the completion of the Work described herein is a ' reasonable time for the completion of the same, taking into consideration the average climatic range and usual construction conditions prevailing in this locality. ' If the contractor shall neglect, fail, or refuse to conplete the Work within the time herein specified, or any ' proper extension thereof granted by the owner, then the Contractor does hereby agree, as a part consideration for the awarding of this Contract, that, for each and every calendar day that the Contractor shall be in default, he ' shall pay to the Owner the agreed -upon amount stipulated in the Contract to compensate the Owner for monetary losses incurred. ' 64. OTHER CONTRACTS The Owner reserves the right to award other Contracts in ' connection with the Work. 'Ihe Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the ' execution of their Work and shall properly connect and coordinate his Work with theirs. Section. 00700 - 26 I If any part of the Work under this Contract depends on the prior acceptable completion of Work by others under separate Contract(s), the Contractor shall inspect and promptly report to the Engineer any defects in such Work that would adversely affect the satisfactory completion of the Work under this Contract. The Contractor's failure to so inspect and report shall constitute acceptance of the Work by others as being suitable for the proper reception and. completion of the Work under this Contract, excluding, however, those defects in the Work by others that occur after the satisfactory completion of the Work specified hereunder. 65. USE OF PREMISES The Contractor shall confine his equipment, the storage of materials, and the operation of his workers to limits shown on the Drawings or indicated by law, ordinances, permits, or directions of the Engineer, and shall not unreasonably encumber the premises with his materials. The Contractor shall provide, at his own expense, the necessary rights -of -way and access to the Work which may be required outside the limits of the Owner's property. 66. SUBSTANTIAL COMPLETION DATE The Engineer may, at his sole discretion, issue a written notice of substantial completion for the purpose of establishing the starting date for specific equipment guarantees, and to establish the date that the Owner will assume the responsibility for the cost of operating such equipment. Said notice shall not be considered as final acceptance of any portion of the Work or relieve the Contractor from completing the remaining Work within the specified time and in full compliance with the Contract Documents. Such substantial completion shall not relieve Contractor from liquidated damages should the Owner have added costs after the completion date, i.e., if additional construction observation, interest paid, loss of revenue, or other expenses continue to be charged to the Owner. Substantial completion of an operating facility shall be that degree of completion that will provide a minimum of 7 continuous work days of successful operation in which all performance and acceptance testing has been successfully demonstrated to the Engineer. All equipment contained in the Work, plus all other components necessary to enable the Owner to operate the facility in the manner that was intended, shall be complete on the substantial completion date. See "SUBSTANTIAL COMPLETION" under Article DEFINITIONS, of these General Conditions. Section 00700 - 27 , LII I I L C C L L I I I 67. PERFORMANCE TESTING Operating equipment and systems shall be performance tested in the presence of the Engineer to demonstrate compliance with the specified requirements. Performance testing shall be conducted under the specified design operating conditions or under such simulated operating conditions as recommended or approved by the Engineer. Schedule such testing with the Engineer at least 1 week in advance of the planned date for testing. 68. OWNER'S USE OF PORTIONS OF THE WORN( The Owner shall have the right to take possession of and use any completed or partially completed portions of the Work. Such use shall not be considered as final acceptance of any portion of the Work, nor shall such use be considered as cause for an extension of the Contract completion time, unless authorized by a Change Order issued by the Owner. 69. CUTTING AND PATCHING The Contractor shall do all cutting, fitting, or patching of his Work that may be required to make its several parts come together properly and fit it to receive or be received by Work of other Contractors shown upon or reasonably impliea by the Drawings. Any defective Work or material, performed or furnished by the Contractor, that may be discovered by the Engineer before the final acceptance of the Wcrk cr before final payment has been made, shall be removed and replaced or patched, in a manner as approved by the Engineer at the expense of the Contractor. 70. CLEANING UP 1 1 PAYMENT L I The Contractor shall, at al. times, at his own expense, keep property on which work is in progress and the adjacent property free from accumulations of waste material or rubbish caused by employees or by the Work. Upon completion of the construction, the Contractor shall, at his own expense, remove all temporary structures, rubbish, and waste materials resulting from his operations. 71. PAYMENT FOR CHANGE ORDERS Payment or credit for any alterations covered by a Change Order shall be determined by one or a combination of the methods set forth in. A, B, or C below as applicable: ISection 00700 - 28 I A. UNIT PRICES. If applicable, those unit prices stipulated in the Bid, shall be utilized. If such Unit Prices are not applicable, the Contractor and Owner may utilize Unit Prices as mutually agreed upon. B. LUMP SUM. A total lump sum for the Work may be negotiated as mutually agreed upon by the Contractor and Owner. In "A" and "B" above, Contractor's quotations for Change Orders shall be in writing and firm for a period of 90 days. Any compensation paid in conjunction with the terms of a Change Order shall comprise total compensation due the Contractor for the Work or alteration defined in the Change Order. By signing the Change Order, the Contractor acknowledges that the stipulated compensation includes payment for the Work or alteration plus all payment for the interruption of schedules, extended overhead, delay or any other impact claim or ripple effect, and by such signing specifically waives any reservation or claim for additional compensation in respect to the subject of the Change Order. The Owner's request for quotations on alterations to the Work shall not be considered authorization to proceed with the Work prior to the issuance of a formal Change Order, nor shall such request justify any delay in existing Work. Lump sum quotations for alterations to the Work shall include substantiating documentation with an itemized breakdown of Contractor and subcontractor costs, including labor, material, rentals, approved services, overhead, and profit calculated as specified under "C" below. C. FORCE ACCOUNT WORK. If the method of payment cannot• be agreed upon prior to the beginning of the Work, and the Owner or the Engineer directs that the Work be done by written Change Order or on a force account basis, then, the Contractor shall furnish labor, equipment, and materials necessary to complete the Work in a satisfactory manner and within a reasonable period of time. For the Work performed, payment will be made for the documented actual cost of the following: 1) Labor, including foremen, who are directly assigned to. the force account Work: (actual payroll cost, including wages, fringe benefits as established by negotiated labor agreements, labor insurance, and labor taxes as established by law). No other fixed labor burdens will be considered, unless approved in writing by the Owner. 2) Material delivered and used on the designated Work, including sales tax, if paid for by the Contractor or his subcontractor. Section 00700 - 29 ' L 3) Rental, cr equivalent rental cost of equipment, including necessary transportation for items ' having a value in excess of $100. 4) Additional bond, as required and approved by the ' Owner. 5) Additional insurance (other than labor insurance) as required and approved by the Owner. To costs under 7OC, FORCE ACCOUNT WORK, there shall be added the following fixed fees for the Contractor or ' subcontractor actually performing the Work: A fixed fee not to exceed 15 percent of the cost of all items above. The added fixed fees shall be considered to be full compensation, covering the cost of general ' supervision, overhead, profit, and any other general expense. The Owner reserves the right tc furn;sh such materials and equipment as he deems expedient, and the Contractcr shall have no claim for profit or added fees on the cost of such materials and equipment. IFor equipment under Item 3 above, rental or equivalent rental cost will be allowed for only those days or hours during which the equipment is in actual use. Rental and transportation allowances shall not exceed the current rental rates prevailing in the locality. The rentals allowed for equipment will, in all cases, t be understood to cover all fuel, supplies, repairs, and renewals, and no further allowances will be made for these items, unless specific agreement to that effect is made. The Contractor shall maintain his records in such a ' manner as to provide a clear distinction between the direct costs of Work paid for on a force account basis and the costs of other operations. The Contractor shall furnish the Engineer report sheets in duplicate ' of each day's force account work no later than the working day following the performance of said Work. The daily report sheets shall itemize the materials 1 used, and shall cover the direct cost of labor and the charges for equipment rental, whether furnished by the Contractor, subcontractor, or other forces. The daily report sheets shall provide names or identifications and classifications of workers, the hourly rate of pay and hours worked, and also the size, type, and identification number of equipment and hours operated. ' Material charges shall be substantiated by valid copies of vendors' invoices. Such invoices shall be ' Section 00700 - 30 U submitted with the daily report sheets, or, if not available, they shall be submitted with subsequent daily report sheets. Said daily report sheets shall be signed by the Contractor or his authorized agent. To receive partial payments and final payment for force account Work, the Contractor shall submit in a manner approved by the Engineer, detailed and complete documented verification of the Contractor's and any of his subcontractors' actual current costs involved in the force account Work pursuant to the issuance of an approved Change Order. Such costs shall be submitted within 30 days after said Work has been performed. No payment will be made for Work billed and submitted to the.Engineer after the 30 -day period has expired. No extra or additional Work shall be performed by the Contractor, except in an emergency endangering life or property, unless in pursuance of a written Change Order, as provided in Article 20, ALTERATIONS -CHANCES IN WORK. 72. PARTIAL PAYMENTS I I 11 I A. GENERAL I Nothing contained in this Article shall be construed to affect the right, hereby reserved, to reject the whole or any part of the aforesaid Work, should such Work be later found not to comply with the provisions of the Contract Documents. All estimated quantities of Work for which partial payments have been made are subject to review and correction on the final estimate. Payment by the Owner and acceptance by the Contractor of partial payments based on periodic estimates of quantities of Work performed shall not, in any way, constitute acceptance of the estimated quantities used as the basis for computing the amounts of the partial payments. For public works projects, each partial payment request and final payment request shall contain an affidavit by the Contractor that all provisions of the applicable federal and state requirements regarding apprentices and payment of prevailing wages have been complied with by him and by his Subcontractors. B. ESTIMATE AND PAYMENT Before the first working day of. eachcalendar month, the Contractor shall submit to the Engineer a detailed estimate of the amount earned for the separate portions of the Work, and request payment. As used in this Article, the words "amount earned" means the value, on the date of the estimate for partial payment, of the Work completed in accordance with the Contract Documents, and the value of approved 1 1 I I I 1 I Section 00700 - 31 C materials delivered to the Project site suitably stored and protected prior to incorporation into the ' Work. If the Contractor's estimate of amount earned conforms with the Engineer's evaluation, the Engineer will calculate the amount due the Contractor and make recommendation to the Owner for payment. 1 An estimate of monthly progress payments shall be provided for the entire job prior to the first payment '• request. An update of the estimate of progress payments shall be updated if the actual progress differs by more than 20 percent in any given month. Each monthly payment request shall include the required updated Schedule. if the updated Schedule is not submitted, the Owner ' nay withhold payment until this item is completed. The Contractor shall be paid within 30 days of approval of the payment request. C. DEDUCTION FROM ESTIMA'_E Unless modified :n the Supplementary Conditions, '• deductions from the estimate will be as described below. ' The Owner w'_.: deduct from the estimate, and retain as part security, 10 percent of the amount earned for Work satisfactorily completed. However, no deduction ' or retainage will be made on the approved items of material delivered to and properly stored at the jobsite but not incorporated into the Work. When the Work is 50 percent complete, the Owner may "freeze" ' the retainage at 5 percent of the dollar value of the total contract provided that the Contractor is making satisfactory progress and there is no specific cause ' for a greater retainage. The Owner may reinstate the retainage up to 10 percent of the dollar value of "Work complete to date" if the Owner determines, at his discretion, that the Contractor is not making satisfactory progress or where there is other specific cause for such withholding. •' NOTE: Exception --if the Work includes water or sewer pipelines, the Contractor shall maintain the Work for a period of ninety (90) days following its acceptance ' by the OWNER. Up to five percent (5%) of the Contract amount shall be retained during this maintenance period. All prior payments shall be subject to J I ISection 00700 - 32 I correction in the final payment. This 90 -day period ' does not relieve the Contractor of the Performance and Payment Bond requirements regarding warranty of the Project. In such cases, the semi-final payment estimate shall indicate the initial acceptance of the Work, and the warranty shall begin on such date. D. QUALIFICATION FOR PARTIAL PAYMENT FOR MATERIALS DELIVERED Unless modified in the Supplementary Conditions, ' qualification for partial payment for materials delivered but not yet incorporated in to the Work shall be as described below. Materials, as used herein, shall be considered to be those items which are fabricated or manufactured material and equipment. To receive partial payment for materials delivered to the site or to the Contractor's storage facility or storage yard, but not incorporated in the Work, it shall be necessary for the Contractor to include invoices of such materials and documentation warranting that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein; all of which must be satisfactory to Owner. At the time of the next partial payment request, the Contractor must submit the following documentation relative to materials paid on the previous partial payment: paid invoices of such materials or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests, and encumbrances (i.e., all materials have been paid for by Contractor). Failure to submit this documentation will result in an appropriate reduction on the current partial payment estimate for such materials. At his sole discretion, the Engineer may approve items for which partial payment is to be made. Proper storage and protection shall be provided by the Contractor, and as approved by the Engineer. Final payment shall be made only for materials actually incorporated in the Work and, upon acceptance of the Work, all materials remaining for which advance payments had been made shall revert to the Contractor, unless otherwise agreed, and partial payments made for these items shall be deducted from the final payment for the Work. E. PAYMENT After deducting the retainages and the amount of all previous partial payments made to the Contractor, the amount earned as of the current month will be made Section 00700 - 33 L I I I C C L ET C L I L C I C payable to the Contractor within 30 days of the Owner's receipt of an approved request, except where the owner is a municipality or other agency whose laws require the approval of each payment by a council or similar body, in which case, the payment shall become due and payable 10 days after the first regularly - scheduled meeting in the month following the submittal of such payment request. 73. CLAIMS In any case where the Contractor deems additional compensation is due him for Work or materials not clearly covered in the Contract or not ordered by the Engineer according to provisions of Article 20 ALTERATIONS - CHANGES 1N WCRK, the Contractor shall notify the Engineer, in writing, of his intention to make claim for such compensation before he begins the Work on which he bases the claim, in order that such matters may be settled, if possible, cr other appropriate action promptly taken. If such notification is not given or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost, then the Contractor hereby agrees tc wa:ve the ciaim for such additional compensation. Such notice by the Contractor, and the fact that the Engineer has kept account of the cost as aforesaid, shall not xn any way be construed as proving the validity of the claim. Claims for additional compensation shall be made in itemized detail and submitted, in writing, to the Owner and Engineer within 10 days following completion of that portion of the Work for which the Contractor bases his claim. In case the claim is found to be just, it shall be allowed and paid for as provided in Article 70, PAYMENT FOR CHANGE ORDERS. 74. NOTICE OF CLAIM FOR DELAY If the Contractor intends to file a claim for additional compensation for delay caused by the Owner at a particular time, he shall file a notice of claim with the Owner within 7 days of the beginning cf the occurrence. The notice of claim shall be in duplicate, in writing, and need not state the amount. No claim for additional compensation will be considered unless the provisions of Article 61, DELAYS AND EXTENSION OF TIME, are complied with, and a notice of claim has been filed with the Owner in writing, as stated above. Should the Owner be prevented or enjoined from proceeding with Work, either before or after its prosecution, or from authorizing its prosecution by reason of any litigation, the Contractor shall not be entitled to make or assert claim for damage by reason of said delay; but time for completion of the Work will be extended to such reasonable tine as the Owner nay determine will compensate for time L Section 00700 - 34 lost by such delay, with such determination to be set forth in writing. 75. RELEASE OF LIENS OR CLAIMS The Contractor shall indemnify and save harmless the Owner from all claims for labor and materials furnished under this Contract. Prior to the final payment, the Contractor shall furnish to the Owner, as part of his final payment request, an affidavit that all of the Contractor's obligations on the Project have been satisfied and that there are no unpaid taxes, liens, vendors' liens, rights to lien or any other type of claim against the Project, and that the hourly wages paid to all persons on the Project were in accordance with the applicable wage scale determinations. 76. FINAL PAYMENT Upon completion of all of the Work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final inspection. Upon receipt of the Contractor's written notice that the Work is ready for final inspection, the Engineer shall make such inspection and shall submit to the Owner his recommendation as to acceptance of the completed Work and as to the final estimate of the amount due the Contractor under this Contract. Upon approval of this final estimate by the Owner and compliance with provisions in Article 74, RELEASE OF LIENS OR CLAIMS, and other provisions as may be applicable, the Owner shall pay to the Contractor all monies due him under the provisions of these Contract Documents. On contracts for public works, final payment of the retained percentage will not be made until the Contractor has also furnished the applicable apprenticeship wage certification. 77. NO WAIVER OF RIGHTS Neither the inspection by the Owner, through the Engineer or any of his employees, nor any order by the Owner for payment of money, nor any payment for, or acceptance of, the whole or any part of the work by the Owner or Engineer, nor any extension of time, nor any possession taken by the Owner or its employees shall operate as a waiver of any provision of this Contract, or any power herein reserved to the Owner, or any right to damages herein provided nor shall any waiver of any breach in this Contract be held to be a waiver of any other or subsequent breach. 78. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final payment shall release the Owner and the Engineer, as agent of the Section 00700 - 35 I Owner, from all claims and all liability to the Contractor for all things done or furnished in connection with the Work, and every act of the Owner and others relating to or arising out of the Work. No payment, however, final or otherwise, shall operate tc release the Contractor or his Sureties from obligations under this Contract and the Performance and Payment Bonds, and other bonds and warranties, as herein provided. I I Il I I II I H I I H I END OF SECTION [I Section 00700 - 36 I 1 ' GENERAL I I Lli IF I I C [l I C SECTION 0080C SUPPLEMENTARY CONDITIONS The Contractor's attention is directed to Division 1, GENERAL REQUIREMENTS, which contains other directions pertinent to the project. REVISIONS AND ADDITIONS TO THE GENERAL CONDITIONS The GENERAL CONDITIONS (Section 00700) are hereby revised as follows: ARTICLE 9. "ENGINEER" Wherever in these Documents the word "Engineer" appears, it shall be understood to nean McClelland Consulting Engineers, Inc., acting either directly or indirectly as authorized agents of the Owner. ARTICLE 12. "OWNER" OWNER Wherever in these Documents the word "Owner" appears, it shall be understood to mean the City of Fayetteville , ARTICLE 14. "SPECIFICATIONS" Add the following: FEDERAL, STATE, COUNTY, AND LOCAL STANDARD SPECIFICATIONS Where portions of the work traverse or adjoin local streets, county roads, railroads, or Federal property, and the agency in control of such property has established standard specifications governing items of work that differ from these Specifications, the most stringent requirements shall apply. The Contractor shall comply with all regulations and requirements of the City of Fayetteville wherever the work traverses or crosses City streets, Likewise work in the right-of-way of state highways (though none is anticipated for this basic project) shall conform to all regulations and requirements of the Arkansas Highway and Transportation Department. Section 00800 - 1 ARTICLE 22. "DOCUMENTS TO BE KEPT ON THE JOBSITE" Add the following: Failure of the Contractor to submit accurate Record Drawings to the Engineer will be adequate justification for postponement of the Final Inspection and Final Payment. ARTICLE 30. "LINES AND GRADES" Delete the first sentence and add the following: All construction staking shall be done by the Contractor at the Contractor's expense. ARTICLE 31. "SHOP DRAWING SUBMITTAL PROCEDURE" Delete the first sentence in the first paragraph and substitute the following: The Contractor shall submit a sufficient number of copies to allow the Engineer to retain four copies (3 for himself; 1 for the Owner) for review, such shop drawings, electrical diagrams, and catalog cuts for fabricated items and manufactured items (including mechanical and electrical equipment) required for construction, except as noted below: After the first paragraph, add the following: Should the Contractor fail to submit acceptable shop drawings on the second submittal, one copy will be returned to him and the cost of the Engineer's time to review subsequent submittals on the unacceptable item will be deducted from the Contractor's monthly payment invoice. ARTICLE 34. "SUBCONTRACTING" Change the "30 days" requirement in the first sentence to "2 days". This is a small, short -duration project, and the identity of proposed subcontractors is needed very quickly, after execution of a Contract. ARTICLE 35. "INSURANCE AND LIABILITY" Add to subarticle entitled "GENERAL" the following: ARTICLE 35. "INSURANCE AND LIABILITY", SUBARTICLE "BUILDERS RISK ALL RISK INSURANCE" Delete Builder's Risk insurance coverage. Section 00800 - 2 L I I C C r L G H .SURETY AND IN.SURE_R UALIFICATIJNS All bonds, insurance contracts, and certificates of insurance shall be executed by or countersigned by either a licensed resident agent cf the surety or an insurance company, having its place cf business in the State of Arkansas, and in all ways complying with the insurance laws of the State of Arkansas. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Arkansas. After ARTICLE 38. "ORDINANCES, PERMITS, AND LICENSES" Add the following: OCCUPATIONAI, SAFETY AND HEALTH The Contractor shall observe and comply with all applicable :coal, state, and federal occupational safety and health regulations during the prosecution of work under this Contract. In addition, full corrpliance by the Contractor with the U. S. Department of Labor's Occupational Safety and Health Standards, as establisher, in Public Law 91-596, will be required under the terms of this Contract. Delete ARTICLE 42. "SANITATION" The Contractor's personnel may use the restroom facilities at the nearby public park. ARTICLE 45. "SAFETY" After this Article, add the following: PUBLICITY No information relative to the Work shall be released by the Contractor, either before or after completion of the Work, for publication or for advertising purposes without the prior written consent of the Owner and the Engineer. REPORTING OF ACCIDENTS The Contractor shall submit a written report to the Engineer cf any accident or injury occurring at the Construction. Site. Section 00800 - 3 1 I ARTICLE 47. "PROTECTION OF WORK AND PROPERTY" Add the following: PRESERVATION OF MONUMENTS AND STAKES In the event that the stakes and marks placed by the Engineer are destroyed through carelessness on the part of the Contractor, and that the destruction of these stakes and marks causes a delay in the work, the Contractor shall have no claim for damages or extensions of time. In the case of any permanent monuments or bench marks which must of necessity be removed or disturbed in the construction of the work, the Contractor shall carefully protect and preserve the same until they can be properly referenced and relocated. The Contractor shall also furnish at his own expense such materials and assistance as are necessary for the proper replacement of monuments or bench marks that have been moved or destroyed. ARTICLE 58. "PROSECUTION OF WORK" OVERTIME PAYMENT Overtime hours shall be considered any hours worked by the Contractor in excess of 40 hours from Monday through Friday and/or any time on Saturday, Sunday, and legal holidays, which in the Owner's opinion requires the Engineer's resident observer's presence to observe such overtime work. If the Contractor elects to schedule and perform overtime work upon receiving written permission from the Engineer, the Contractor shall pay the Owner for the Engineer's resident observers' costs for each hour of overtime worked. Overtime shall be rounded off to the nearest whole hour and the cost will be. calculated based upon the actual labor cost times a multiplier of 3. In addition, any direct nonlabor expense's" that in the Engineer's opinion are attributable to the Contractor's overtime, such as travel ($.25 per mile) or per diem, with a limit of $5.00 per day for each resident observer for per diem, shall be paid to the Owner. Payment to the Owner shall be made by a deduction from the Contractor's monthly payment invoice. ARTICLE 58. "PROSECUTION OF THE WORK" Add the following: NEGLECTED WORK If the Contractor should fail to prosecute the Work in accordance with the Plans and Specifications, including any requirements of the progress schedule, the Owner, after seven Section 00800 - 4 I days' written notice to the Contractor, may without prejudice tc any other remedy he may have make good such deficiencies, • and the cost thereof (including compensation for additional professional services) shall be charged against the Contractor if the Engineer approves such action, in which case a Change ' the shall be issued incorporating the necessary revisions in e Contract Documents including an appropriate reduction in the Contract Price. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Owner. AFTER ARTICLE 58. "PROSECUT]ON OF THE WORK" Add the fol]cwina: STANDARDIZATION AND UNIFORMITY OF EOZJIPMENT AN'I) CERTAIN MATERIALS To ensure standardization and uniformity in all parts of the work under this Contract, like items of :materials shall he the products of one manufacturer. Uniformity in certain like material items is required in order to provide the Cwner with a simplified spare materials inventory, and a standardized procedure `_or maintenar_ce care and manufacturers' services. The Contractcr shall inform his suppliers and subcontractors of these requirements, and shall provide the necessary coordination to accomplish the standardization specified. ARTICLE 62. "DELAYS AND EXTENSION OF TIME" ' Add the following phrase in the first sentence of the first paragraph following "adverse weather conditions are not reasonably anticipated": (on the basis of official weather records from, the past ten years, minimum, for the locality involved) ' Add the following paragraph following the second paragraph: The Contractor acknowledges and agrees that mitigation for • delays due to changes, differing site conditions, and • suspensions of work will require that the Contractcr revise preferential secuences which had the net effect of • sequestering "float time", before proposing an updated schedule which supports a delay to the Contract as a whole. Further, time extensions shall not be granted until all "float" or "contingency time", at the time of the delay, available to abscrb specific delays and associated impacts is used. Section. 00800 5 I ARTICLE 62. "DELAYS AND EXTENSION OF TIME" After the 3rd paragraph, add the following: AVAILABILITY OF SPECIFIED ITEMS By submitting his Proposal to perform the work herein specified, the Contractor agrees that the materials/equipment specified are available for construction of the project within the time frame(s) stipulated herein. Further, the Contractor thereby agrees that time extension requests/cost increases shall not be justified upon the basis of non -availability of materials/equipment. ARTICLE 71. "PAYMENT FOR CHANGE ORDERS" Add the following paragraph following Item B in the first paragraph: The amount of credit to be allowed by Contractor to Owner for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in the Contractor's fee by an amount equal to ten percent of the net decrease: and Change the First sentence of the next paragraph to: In A and B above, Contractor's quotations for Change Orders shall be submitted in writing within 30 calendar days of a Contract Modification Initiation Request, and be firm for a period of 90 days. Add the following sentence to the next paragraph: Substantiating documentation shall consist of such items as price quotations from manufacturers, suppliers and subcontractors, including a breakdown of their estimates similar to that required of the Contractor. Substantiating documentation shall also consist of the record of communication of final bid prices obtained during the bid period for those items involved in the change for both those additive and deductive items. Add the following sentence following the first sentence of subparagraph C.l.: Labor as used herein shall not include Contractor engineering cost estimating or administrative costs, including general project management, whether performed in the Contractor's home office or on the jobsite, for change orders processing, cost Section 00800 - 6 II ' estimating, negotiating or other such costs. Such costs are 'Included in the allowed fixed fee stated below. I I IE r1 I' H I ARTICLE 72. "PARTIAL PAYMESTS' SUBARTICLE "DEDUCTION FROM ESTIMATE" Add the following: when the work is substantially complete (operational or beneficial occupancy), the retained amount may, at the option of the Owner, be further reduced be; ow 5 percent to only that amount necessary to assure completion. ARTICLE 73. "CLA=MS" Add the following after the first sentence: "Said notification must be forwarded to the ENGINEER within 7 calendar days of the date on which the CONTRACTOR first recocn:zes Lhat, in his op;nion, the work or materials are not clearly a part of the current Contract". END OF SECTION Section cosco - 7 • I' ... •I -a • is • • ` a •. • •1•it f 1• •• } r •1•' + •• f • I lr a Y•_.r• r /••••. 1_ 11 r•1 ^ •a•:.I •-•I • • • • • . '.� •. I r T• r41 I. . ry• ... • l• 1• _ - I. . • •. • •..• • I. • • r. I. r • • ... • i. , . I • .. . •: , _'.• . • : •.1 •1. • •- U.• I.• .• ! •• •r • ••• .• 1.. • I• • r e 1+ . •f • r: .. • • •. \ • •j••, • r • • ••• •J 1 r. • -r • U.' _ • • . • ••r •./ 1•••• .• • •1.1 •. 1•. • •• •• a •••- •• •A • r • •••• ••� i.• •• • / . _ S • • ••�• • • -r r• •-• .. -. .. • -• 4 •.. ••. •.� ••- •• • - - .• ,•• •' r .. . . •••• Jf , r _ Ii • r ;. • . . 4 •• • • •a • i a •1 _ I �•J • • • -� M1. • . 41 ; • 4 •r • r• •• -, •Yr• \• •1 - r a•• • .. • .• .• •' 1 a • a _ • n a . . n • •. •.P .. • •••y '• a r • •a .f. • . • • ,.. •r • •Y a •• •1 e .•• • f • r.. .. ., 1 i • �• .1 ' 1• ......... r •.a;. •.• • �• r r•• • •• •. `•. a• f •1 .. I. •• 4 1• • ., •a• .• • ��• - III. •• t. •• ,• •• _. •- •1. • ... .............. • •` • •S. :. • /.• I • I Y.. of• •`. • = 'r ........ r •,•1;1 S •r•. •• I• •' -r ,• •••. .. ''f. • •� •' ••. -• .•. •. •• - - - •• ••• - ••. -. -- .•' jaa••r .1: 1 • r ••r 4 • •• ._ • r ' r r I •• • a. .r .• '. .•. a • •. , '• , - IL • u ..• I . .r •• . • q , ••• . I. + a. • a !• , 1 ••a• ! \ • •Ia I. 1 • • •• ti -.. 1 • ....• ! '.i i.. • . ••••• • �• { ... . • • • 'r1 r. C'. a •I • • - '• .. r _ •1 1. • • i .. 'r.• .ry .1 .... r . - • r I !1 ' re• • •... • ,.� -•. . •\ ~_!r a •. .ice tu�u - - _ai_ I Ti Ti [1 I I L I I H C I I SECTION 01000 ABBREVIATIONS PART 1 GENERAL A. Whenever in these Contract Documents the following abbreviations are used, the intent and meaning shall be interpreted as follows: AA Aluminum Association AAMA Architectural Aluminum Manufacturers' Association AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AFBMA Anti -Friction Bearing Manufacturers' Association AGA American Gas Association AGMA American Gear Manufacturers' Association AISC American Institute of Steel Construction AISI American Institute of Steel Institute AITC American Institute of Timber Construction MICA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute AREA American Railway Engineering Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air-conditioning Engineers, Inc. ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWI Architectural Woodwork Institute AWS American Welding Society AWPA American Wood Preservers' Association AWPB American Wood Preservers Bureau AWWA American Water Works Association BHMA Builders Hardware Manufacturers' Association CBMA Certified Ballast Manufacturers' Association CDA Copper Development Association CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers' Association of America CRSI Concrete Reinforcing Steel Institute EPA Environmental Protection Agency Section oi000 - 1 v<ca",,,a �c COns i s Ecp/re ��c sirs OpNv.ls A•Y0osaa Fed. Spec. Federal Specifications HI Hydraulic Institute HMI Hoist ManufacturersInstitute ICBO International Conference of Building Officials IEEE Institute of Electrical and Electronics , Engineers, Inc. ICEA Insulated Cable Engineers' Association ISA Instrument Society of America JIC Joint Industry Conferences of Manufacturers Hydraulic MMA Monorail Manufacturers' Association NBHA National Builders' Hardware Association NEC National Electrical Code NEMA National Electrical Manufacturers Association NESC National Electric Safety Code ' NFPA National Fire Protection Association NLMA National Lumber Manufacturers' Association NWMA National Woodwork Manufacturers' Association OECI Overhead Electrical Crane Institute ' OSHA Occupational Safety and Health Act (both Federal and State) PS Product Standards Section - U.S. Department of , Commerce RLM RLM Standards Institute, Inc. , RMA Rubber Manufacturers' Association SAE Society of Automotive Engineers SDI Steel Door Institute SSPC Steel Structures Painting Council TEMA Tubular Exchanger Manufacturers' Association TCA Tile Council of America UBC Uniform Building Code ' UL Underwriters' Laboratories, Inc. WWPA Western Wood Products Association Section 01000 - 2 MCCfelfand esi g ,y Consulting Engineers Inooraefated, Fayette villa, Arkansas 1 B. Unless a particular issue is designated, all references to the above specifications, standards, or methods shall, ' in each instance, be understood to refer to the issue in effect (including all amendments) on the first published date of the Advertisement for Bids. 1 1 END OF SECTION 1 1 1 1 1 1 1 1 1 1 1 Section 01000 - 3 ' Macl.,aae a w Caial.,np Eaarnprs Incva..aNO Fap.•avi4. Arkansas I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01009 SUMMARY OF WORK PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. This Section describes the project in general, and provides overview of the extent of the work to be performed. Detailed requirements and extent of work is stated in the applicable Specification Sections and is shown on the Drawings. The Contractor shall, except as otherwise specifically stated herein or in any applicable parts of the Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution, and completion of his work. 1.02 A. 1.03 REASONABLY IMPLIED PARTS OF THE WORK SHALL BE DONE THOUGH ABSENT FROM SPECIFICATIONS Any part of the work which is not mentioned in the Specifications but is shown on the Drawings, or any part not shown on the Drawings but described in the Specifications, or any part not shown described in the Specifications, but or normally required as a part of necessary or required to make satisfactorily and legally operable, by the Contractor as incidental work to the Owner, as if fully described in and shown on the Drawings, and the exj be included in the applicable unit pri for the work. DESCRIPTION OF THE PROJECT on the Drawings nor which is necessary such work, or is each installation shall be performed without extra cost the Specifications Sense thereof shall ces or lump sum bid A. Work covered by these Contract Documents in general covers the construction of a water main interconnection between two new water tanks and an existing 24 -inch main. Completion of the work will require segments of 36 -inch, 30 -inch and 24 -inch main, a 24 -inch connection, a 12 -inch connection, tank connections, two altitude valves (one at an existing tank), two bored highway crossings, and miscellaneous related items. PART 2 PRODUCTS Not Used. flMCClelland Cansollnp Enpingr, In carporo?S &oys'MvtU., Arkansas Section 01009 - 1 PART 3 CONTRACTOR'S RESPONSIBILITIES 3.01 GENERAL CONSTRUCTION WORK A. The Contractor shall execute all work, including site, -structural, painting, piping, equipment, and finishes. B. The Contractor shall also: 1. Provide temporary sanitary toilet facilities. 2. Pay for all electrical energy consumed for construction purposes until final acceptance by the Owner or until the Engineer certifies Substantial Completion. 3. Provide telephone service for his own use and for the Engineer's use. 4. Provide an adequate supply of potable drinking water for use by his employees and by the Engineer. 5. Also, the Contractor shall comply with the requirements of Section 01500, included hereinafter. 3.02 DRAWINGS A. Drawings are bound separately and consist of 23 sheets. END OF SECTION Section 01009 - 2 MCGerlpnd es o rn Con eultin p Engineers 'naacp Gsa'S CnW//. vi/1 • L_____ I I I I fl I I I I I I I H I I I I I SECTION 01011 SITE CONDITIONS PART 1 GENERAL 1.01 SITE INVESTIGATION AND REPRESENTATION A. The Contractor acknowledges by submission of his Bid that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river stages, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during the prosecution of the work and all other matters which can in any way affect the work or the cost thereof under this Contract. B. The Contractor further acknowledges by submission of his Bid that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site. Any failure by the Contractor to acquaint himself with all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. C. Prospective Bidders are invited, make subsurface investigations, excavation, as may be desirable, such work be scheduled by appoin Bidders are not authorized to during these investigations. at their own expense, to by boring or test hole provided, however, that tment with the Engineer. enter private property D. In the event subsurface or latent physical conditions are found materially different from those indicated in these Documents, and differing materially from those ordinarily encountered in the project area and generally recognized as inhering in the character of work covered in these Contract Documents, the Contractor shall promptly, and before such conditions are disturbed, notify the Engineer in writing of such changed conditions. E. The Engineer will investigate such conditions promptly and following this investigation, the Contractor shall proceed with the work, unless otherwise instructed by the Engineer. If the Engineer finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for performing the MCCSI d,d ngar..inp Egirnn �nercoora;M Foy.ff.'# .. A•Mnlaa I work, the Engineer will recommend to the Owner the amount of adjustment in cost and time he considers reasonable. The Owner will make the final decision on all Change Orders to the Contract regarding any adjustment in cost or time for completion. 1.02 EXISTING UTILITIES A. Utilities into the vicinity of the project include water, sewage, television, gas, telephone, and electric lines. Information is shown on the Drawings relative to the general location of these utilities. Since specific utility locations are not shown on the Drawings for all utilities, the Contractor shall carefully coordinate the location of utilities. No compensation will be paid to the Contractor, due to costs associated with damages to utilities or to costs associated with locating/avoiding same. 1.03 CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE A. Notify all utility offices that are affected by the construction operation at least 48 hours in advance. Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. B. The Contractor shall be solely and directly responsible to the Owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this Contract. C. Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. D. In the event of interruption to utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no event shall interruption of any utility service be allowed outside working hours unless granted by the owner of the utility. I. I I I I I I I I] I [1 I I I I C MCCI6lland el o rYR ConsUliing Engineers Incwparaled I I I I I El I I I I [I I Li I I I I I E. Drainage culverts that are removed or damaged by the Contractor shall be replaced in kind at the expense of the Contractor. F. The Contractor shall replace, at his own expense, any and all existing utilities or structures damaged during construction. 1.04 NAMES OF KNOWN UTILITIES SERVING THE AREA A. The following is a list of the major public utilities serving the work area indicating the name and telephone number of the responsible authority of the various utilities which should be notified if conflicts or emergencies arise during the progress of the work: Name Authority Telephone Water & Sewer Fayetteville Water Dept. 501-521-8050 Telephone Southwestern Bell Enterprise 9800 1-800-482-8998 Gas Arkansas Western Gas 501-521-5400 Electricity Southwestern Electric 501-521-2400 Power Company Electricity Ozarks Electric Coop. 501-521-2900 Telephone Contel 1-800-482-8998 (Fiber Optics) Television Warner Cable 501-521-1368 1-800-482-8998 1.05 FIELD RELOCATION A. During the progress of construction, minor relocations of the work may become necessary. Such relocations shall be made only by direction of the Engineer. If existing structures are encountered that will prevent construction as shown, notify the Engineer before continuing with the work in order that the Engineer may make such field revisions as necessary to avoid conflict with the existing structures. If the Contractor shall fail to notify the Engineer when an existing structure is encountered, and shall proceed with the work despite this interference, he shall do so at his own risk and expense. I MaC'le,lard iPfr, GawHjrM E, neera '0='GrOeraled �ari'fevlaq A rkaneae I 1.06 CONSTRUCTION ON PRIVATE PROPERTIES A. The Owner has obtained easements for the pipeline routes. The vast majority of this work is being. completed on private property. The Contractor shall protect and/or restore improvements on these properties, including structures, rock walls, fences, drives, culverts, fruit and ornamental trees and shrubs, and grass in yards and pasture lands. Failure to do so will result in retainage of funds otherwise due the Contractor, as necessary to compensate property owners for damages and/or to pay restoration costs. B. The Drawings illustrate the location of the permanent utility easements and temporary construction easements. The Contractor shall make reasonable efforts to avoid unnecessary damage to all trees in the temporary easement, in addition to the protection/restoration work described above. The Contractor shall not remove trees larger than 6 -inches in diameter from the temporary construction easement. C. During the easement acquisition process, certain agreements were made with specific landowners. These agreements are included in the special conditions appended hereto. 1.07 PAYMENT No separate payment will be made for work under this Section. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION (Easement Special Conditions Appended Hereto) Section 01011 - 4 I I I I I I I L_ I I I I I I I I I36" WATER TRANSMISSION LINE SOUTH SEGMENT Contact Information and Specific Tract Requirements June 1, 1994 S -100-R awrenc1) 35' Perm. Esmt. will provide room for sewer fine Law ncQueil Drivee H. C. Mong & Sue K. Mong and 36" WL. 10' minimum distance MUST be '2maintained between sewer line and WL. Sewer line Fayetteville, AR 72703 shall be located within West 5' of Perm. Esmt. 442-3975 (Home) 2) 45' Temp. Esmt. 442-8188 (Restaurant) 3) Gates should provided at both ends of property. ' S -101-R General Specs. apply to this tract. Frank Lynch & Mary Lynch and Frank Krupa and Irene Krupa c/o Francis Lynch, Jr. ,2741 W. 93rd Place Evergreen Park, IL 60423 [Francis Lynch, Jr. (708) 857-8600 'Office] 102 ale L. Benedict & Martha J. Benedict O. Box 1992 ofayetteville, AR 72702 3-2228 Home 443-9148 Office 103-1 (½ interest in Tr. S-103) ames Loren Barnes 2254 Mountain View Road ainesville, GA 30504 04) 534-5152 I-103-2 (½ interest in Tr. S-103) onald Willie Barnes 1701 Emorywood Drive harlotte, NC 28210 04) 553-2270 104 y W. Barnes & Patricia Barnes 320 Pauline Renee ,core, OK 73160 5) 793-7422 Also see Tract S-126 Contact Rick Mayes, Gen. Mgr. 443-9148 General Specs. apply to this tract. This is one of two esmts. for this tract. General Specs. apply to this tract. This is one of two esmts. for this tract. General Specs. apply to this tract. General Specs. apply to this tract. :1 Section 0101 ] - 5 S-134 Gerald B. Jones, Attorney in Fact Helen Louise Dunlap, Trustee of the P. R. Green Trust P. O. Box 4156 Fayetteville, AR 72702 521-7281 S-135 Sam Mathias 1475 E. Amber Drive Fayetteville, AR 72701 443-1690 General Specs. apply to this tract. Easement not acquired as of this date. P Fencing to be restored with four -strand barbed wire and wooden posts. c Contractor should consult with owner concerning whether or not to leave new gates in fencing. P Cattle in field, security must be maintained. S-136 Cattle may be in field. Security may be required. Marjorie S. Brooks and NANCHAR, Inc. General Specs. apply to this tract. c/o Nancy S. Rubeck, President P. O. Box 32 Springdale, AR 72765 S-137 •Clary Development Corporation c/o Robert M. Brown, Vice President Development Consultants Incorporated 10411 West Markham Street Little Rock, AR 72205-1410 S-200 J. Jefferey Chewning & Susan W. Chewning and Terry B. Dill & Sun C. Dill c/o 411 Oak Manor Circle Springdale, AR 72764 756-9482 (Terry Dill) S-201 National Home Center, Inc. Fayetteville, AR 72703 Contact: Unknown at this time. S-202 Fayetteville School.District No. Al IN: Dr. Winston Simpson P. O. Box 849 Fayetteville, AR 72702-0849 Dr. Simpson 444-3000 Superintendent John Davidson 444-3058 Principal, West Campus General Specs. apply to this tract. Reference "Spring Park Subdivision, Fayetteville, Arkansas" when contacting. General Specs. apply to this tract. Easement is no longer applicable on this tract. New Easement will be secured. National Home Center will install 24" WL from Futrall Drive to Sang Avenue. Also see S-203. National Home Center to install 24"• WL across this property. 1) Paved road into parking area MUST be kept open during all school hours. 2) OK to store pipe on South side of road to parking lot. Also should put trench dirt on South side of same road rather than on asphalt. Section 01011 - 6 S-202, continued 3) Cut an 18" ditch along North side of road from high point West to road that runs N/S. ' Marvin Price 444-3098 Maintenance Supervisor ' S-203 Also see S-202. fayetteville School District No. 1 National Home Center to install 24" WL across this TTN: Dr. Winston Simpson property. . O. Box 849 1) WL will cross school field that is used for all ,Fayetteville, AR 72702-0849 school activities. Cross field as quickly as possible. Dr. Simpson 444-3000 2) 'T at Sang Street and line to West of tennis court Superintendent must be installed as rapidly as possible and restored 'Nick Tschepikow 444-3064 and seeded as soon as possible. Principal, Ramey Jr. High 3) Install line across this property as _icon as Marvin Price 444-3098 possible after contract is let_ This will enable ground 'Maintenance Supervisor to have maximum restoration time to recover before heavy use begins in September. 4) Extra heavy grass seeding to be aopliecf t Permanent -en T m ovary Easement arees. S-300 1) Tree NE of barn (within TCE) should NOT be Oland L. Mariott and Mabel J. Mariott removed. 650 Old Farmington Road 2) 2" air release valve should be placed as close to Fayetteville, AR 72701 fence line as possible. �82-4755 3) Top soil must be minimum of 6 inches. Son - Keith 444-8136) 4) Talk to owner before removing ANY dirt from property. IS) No heavy equipment shall use owner's entrance to property. X01 TCired 04-30-94. ichard B. Culver and Patricia H. Culver 1) Minimize removal of trees from both perm. and P. O. Box 723 TCE. armington, AR 72730 Culvers sometimes spend time in Houston. 43-7295 Houston # (713) 728-9346 unlisted] -302 General Specs. apply to this tract. elson D. Curtis and Thelma J. Curtis 24 Old Farmington Road ayetteville, AR 72701 4-7556 -303 1) Semi -trucks come in Friday afternoons for ser- IC. Cordes vicing, access to shop cannot be shut down over 50 O;d Farmington Road week -end. Fayetteville, AR 72701 2) Leave any cut trees for Mr. Cordes to cut for 1-0619 firewood. Section 010:1 - S-304 Michael G. Pritchard and "Cora" Kerri-Anne Morrison -Pritchard c/o Michael G. Pritchard P. O. Box 1521 Madison, Wisconsin 53701 Office (608) 251-4008 Home (608) 256-3143 S-305 Mary Ann Westphal and Lynn E. Murry c/o Mary Ann Westphal 123 W. Spring Street P. O. Box 1626 Fayetteville, AR 72702 Office 442-8065 Home 756-1210 S-306 Larry Alderson and Sondra K. Alderson 3026 Sandra Fayetteville, AR 72701 521-6259 S-307 Jack W. Boudrey and Patricia J. Boudrey 1214 So. Thompson Springdale, AR 72764 751-8205 Mr. Pritchard's street address at work is: c/o Center for Public Representation 121 So. Pickney Street, Suite 400 Madison, Wisconsin 53703 In late 1992, tenants in this house (one of whom was Terry Porter) could be reached at 444-7068. Side Letter has been given to the property owner which addresses the following: 1) Walk access must be maintained at all times across wide ditch in front of house on this property for Mr. Pritchard's tenants. 2). Estimated time of disruption of driveway and access to same was two days. Arrangements have been made with owner of property across road (Westphal and Murry) for tenants to park on that property for those two days. 3) Restoration of yard, fencing (wooden) and especially. gravel in driveway are of prime importance. Side Letter has been given to the property owner :which addresses the following: 1) Large tree stump located on West side of property, next to sidewalk and within easement is to be removed for construction. 2) Sidewalk in that area was installed around previous tree. Replacement sidewalk is to be in- stalled parallel with One Mile Road (omitting previous curve around tree). 3) Restoration of yard is important. 1) Extreme caution must be exercised when working near garage - located in NE corner of this Lot. 2) Aldersons have three trees along East side of their yard (two maples and an apple). All appear to be in perm. esmt. area or very near line between Perm. esmt. and TCE. IF AT ALL POSSIBLE, leave maple trees in their present location - especially South one. If one or any of trees can be left, CLEAN CUT ALL ROOTS encountered. If removal cannot be avoided, owner wants ALL of tree (limbs and stump) removed from property. 1) In late 1992, tenants living in this duplex were: Mike & Teresa Strong 442-0649 and Buddy & Thelma Wade, No Phone. 2) Owner has been compensated for trees along South boundary (next to Modern Fence Company). L. I C' I I I I I I I I [1 I Section 01011 - 8 S-308 Roy J. Milligan and Helen R. Milligan 1 c/o Cotton Presley Modern Fence Company 3010 W. 6th Street 'Fayetteville, AR 72701 443-5122 or 443-2041 (Cotton Presley) 1 I S-309 B. E. Cobb and Robert B. Westphal 109 North 6th Street Fort Smith, AR 72901 ' 783-2792 (Westphal) 785-2421 (Cobb) S-310 Shirley JoAnn Dobson Whitlatch 1630 Finger Road Fayetteville, AR 72701 521-7416 S-311 John W. Blair '1435 Stagecoach Drive Richardson, TX 75080 (214) 235-4408 ' S -O12 Ted Williams and Lela Williams c/o Bob F. Mayes, Attorney (33 No. Block) P. O. Box 388 ' Fayetteville, AR 72702 443-5731 S -O13 Robert L. Dowell 2409 South Shiloh Drive Fayetteville, AR 72703 443-3679 1 1) Milligans can also be reached at: Modern Fence Company, 1817 Midland Blvd., Fort Smith, AR 72904 2) Security must be maintained for fencing materials that are stored on this business property. 3) Contractor shall provide temporary access to supply area for owner's commercial trucks. 4) Every effort should be made by contractor to complete construction across this property a.s.a.p. in order to minimize disruption to business located on this property. 5) Owner advises that peak business traffic in & out of this property is between 6am and 8:30am. General Specs. apply to this tract. General Specs. apply to this tract. 1) Can also contact son, John M. Blair, Attorney at Law, P. O. Box 1620, Rogers, AR 72757, 631-0100. 2) DO NOT DISTURB cistern at Station 62+40 on west edge of Perm. Esmt. 3) Remove as few trees as possible. THIS EASEMENT WAS OBTAINED THROUGH CONDEMNATION. General Specs. apply to this tract. 1) WL esmt. through this property was re-routed to avoid top of ridge. C Section 01011 — 9 C L r r I L I I J 1 J I I I SECTION 01014 PROTECTION OF THE ENVIRONMENT PART 1 GENERAL 1.01 WORK AREAS A. The Contractor shall maintain all work areas within and outside the project boundaries free from environmental pollution which would be in violation to any federal, state, or local regulations. 1.02 PROTECTION OF AIR QUALITY A. Trash burning will not be permitted on the construction site. B. If temporary heating devices are necessary for protection of the work, such devices shall be of an approved type that will not cause pollution of the air. 1.03 CONSTRUCTION NOISE CONTROL A. The Contractor shall conduct all his work, use appropriate construction methods and equipment, and furnish and install acoustical barriers, all as necessary so that no noise emanating from the process or any related tool or equipment will exceed legal noise levels. 1.04 NIGHTTIME WORK A. If the Contractor desires to perform any work between the hours of 6 P.M. and 7 A.M., he shall obtain approval of the Engineer and all necessary permits from the appropriate agencies and make all necessary arrangements prior to commencing. 1.05 PAYMENT A. Payment for the work in this section will be included as part of the applicable bid amounts stated in the Proposal. Section 01014 - MCC4uOM Conaflti Enpinoan In'Dofa•Id ronr,.V. Ye A•ko NOf PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION Section 01014 - 2 MCCle and ey a fy Conealflnp Engineers In carp orated Fayette vllle, Arkansas L I SECTION 01016 SAFETY REQUIREMENTS AND PROTECTION OF PROPERTY PART 1 GENERAL ' I1.01 CONTRACTOR'S RESPONSIBILITY FOR SAFETY C L C 1 P1 I I I I I Hi L L A. The Contractor shall do whatever work is necessary for safety and be solely and completely responsible for conditions of the jobsite, including safety of all persons (including employees) and property during the Contract period. This requirement shall apply continuously and not be limited to normal working hours. 1.02 FEDERAL, STATE, AND LOCAL SAFETY REQUIREMENTS A. Safety provisions shall conform to the Federal and State Department of Labor Occupational Safety Health Act (OSHA), and all other applicable federal, state, county, and local laws, ordinances, codes, the requirements set forth herein, and any regulations that may be specified in other parts of these Contract Documents. Where any of these are in conflict, the more stringent requirements shall be followed. The Contractor's failure to thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from compliance with the obligations and penalties set forth therein. B. Conform to OSHA regulations appended hereto. 1.03 SAFE ACCESS BY FEDERAL, STATE, AND LOCAL GOVERNMENT OFFICIALS A. The Contractor shall at all times provide proper facilities for safe access to the work by authorized officials. 1.04 SAFETY EQUIPMENT A. The Contractor, as part of his safety program, shall maintain at his office or other well-known place at the jobsite, safety equipment applicable to the work as prescribed by the governing safety authorities, all articles necessary for giving first -aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of any person who may be injured on the jobsite. Section 01016 - 1 MCC11J1]rd Con sun p Eaylnecs Inc raorand R orllemile, Arkansas B. The performance of all work and all completed construction, particularly with respect to ladders, platforms, structure openings, scaffolding, shoring, lagging, machinery guards and the like, shall be in accordance with the applicable governing, safety authorities. 1.05 ACCIDENT REPORTS A. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to the Engineer. In addition, the Contractor must promptly report in writing to the Engineer all accidents whatsoever arising out of, or in connection with, the performance of the work whether on, or adjacent to, the site, giving full details and statements of witnesses. B. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. 1.06 TRAFFIC SAFETY AND ACCESS TO PROPERTY A. Comply with all rules and regulations of the city, and county authorities regarding closing or restricting the use of public streets or highways. No public or private road shall be closed, except by express permission of the Owner. Conduct the work so as to assure the least possible obstruction to traffic and normal commercial pursuits. The convenience of the general public and residents adjacent to the project, and the protection of persons and property are of prime importance and shall be provided for in an adequate and satisfactory manner. B. When flagmen and guards are required by regulation or when deemed necessary for safety, they shall be furnished with approved orange wearing apparel and other regulation traffic control devices. 1.07 TRAFFIC CONTROL A. Traffic, control procedures and devices used on all local, county, and state rights -of -way shall meet the requirements of the applicable current laws and regulations for traffic control. 1 1 1 1 1 1 1 McClelland i a rve Consulting Engineers incorporated Fnv.ttauill. A,v...... U I I I I I 11 H I C I I d I C 1.08 ACCESS FOR POLICE A. The Contractor shall number or numbers Sheriff's offices, Sc all times. leave his night emergency telephone with the Police Department and that contact may be made easily at 1.09 FIRE PREVENTION AND PROTECTION A. The Contractor shall perform all work in a fire -safe manner and shall supply and maintain on the site adequate fire -fighting equipment capable of extinguishing incipient fires. The Contractor shall comply with applicable federal, local, and state fire -prevention regulations. Where these regulations do not apply, applicable parts of the National Fire Prevention Standards for Safeguarding Building Construction Operations, (NFPA No. 241) shall be followed. 1.10 CONTRACTOR TO SAFEGUARD EXISTING UTILITIES A. The Contractor shall perform all work, including excavation, dewatering, and demolition operations, in such a manner as to avoid damage to existing fire hydrants, power poles, lighting standards, and all other existing utilities, public or private. See Section 01011, SITE CONDITIONS. 1.11 PROTECTION OF PUBLIC PROPERTY A. The Contractor shall employ such means and methods as necessary to adequately protect public property and property of the Owner against damage. In the event of damage to such property, the Contractor shall, at his own expense, immediately restore the property to a condition equal to its original condition and to the satisfaction of the Engineer and the owner of said property. B. The Contractor shall exercise due care to avoid damage to existing pipe and coatings, wrappings, conduit, or other existing utilities. Should the Contractor damage or displace any of the above, the Contractor shall repair same to the satisfaction of the Engineer and all expenses in connection therewith shall be borne solely by the Contractor. 1.12 USE OF EXPLOSIVES A. The requirements of Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL shall be strictly observed relative to safety practices and construction procedures to be used while blasting. The Contractor shall be C Mc61U1cnC carwn'ny Ercin,an rncornorot d FayaMav'da, Arkan.oa solely responsible for blasting operations and consequences. 1.13 JOINT SURVEY TO ESTABLISH AUTHENTICITY OF POSSIBLE DAMAGE CLAIMS A. The Contractor shall establish vertical and horizontal survey control points on all structures, and improvements, located in the vicinity of the blasting work prior to beginning work, and shall periodically check the points for movements when directed by the Engineer. The Contractor shall furnish the Engineer with copies of the survey notes for each survey and a copy of the layout of the survey control points. 1.14 PROTECTION OF ADJACENT PROPERTIES FROM BLOWING PAINT A• The Contractor shall provide whatever means necessary, including ceasing work, to prevent paint from blowing on to adjacent properties. 1.15 PAYMENT A• No separate payment will be made for work under this Section. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION Mccreiiana r o rve Consulting Enalneers Incorporated Fayette vii Fe Arkansas n I I I I C I I I I I C I C I C C SECTION 01027 APPLICATIONS FOR PAYMENT PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Procedures for preparation and submittal of Applications for Payment. 1.02 RELATED REQUIREMENTS A. Document 00500 - Owner -Contractor Agreement: Contract Sum , Amounts of Progress Payments, and Retainages, and times for submittals. B. Section 01300 - Submittals: Submittal procedures; Schedule of Values. C. Section 01700 - Contract Closeout: Final Payment. 1.03 FORMAT A. The Contractor shall furnish, at the preconstruction conference, a breakdown of the lump sum bid amount into individual work subgroups to facilitate payment. Dollar amounts shall be provided for each subgroup and these amounts shall accurately reflect the actual value of each subgroup. For the work, provide the following listing: Subgroup Number; Description of Work; Value, Previous Applications; Work in Place; Stored Materials; Authorized Change Orders; Total Completed and Stored to Date of Application; Percentage of Completion; Balance to Finish; Retainage, and Amount Due This Estimate. 1.04 PREPARATION OF APPLICATION A. Type required information or use media -driven printout. B. Execute certification by signature of authorized officer. C. Provide dollar value in each column for each line item for portion of Work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing change Order number and dollar amount as for an original item of Work. Section 01027 - 1 Mc[Islla+a Elgvurs Incwaora4a ay*t anl. s, Arkansas E. Prepare Application for Final Payment as specified in Section 01700.1 1.05 SUBMITTAL PROCEDURES A. Submit five copies of each Application for Payment at times stipulated in Agreement. B. Submit under transmittal letter specified in Section 01300. 1.06 SUBSTANTIATING DATA A. Provide an invoice from the Equipment Supplier for every item of stored material for which payment is requested. B. When Engineer requires substantiating information, submit data justifying line item amounts in question. C. Provide one copy of data with cover letter for each copy of submittal. Show application number and date, and line item by number and description. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Section 01027 - 2 MCCle Hand r o rro Ccnaulling Engineers Incorporated Fayette WHO, Arkansas L r I [1 I I I I [1 I I 11 I I H I SECTION 01028 CHANGE ORDER PROCEDURES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Procedures for processing Change Orders. 1.02 RELATED REQUIREMENTS A. Section 01700 - Contract Closeout: Project record documents. 1.03 SUBMITTALS A. Submit name of the individual authorized to accept changes, and to be responsible for informing others in Contractor's employ of changes in the Work. B. Change Order Form: As approved by the Engineer. 1.04 DOCUMENTATION OF CHANGE IN CONTRACT SUM AND CONTRACT TIME A. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. B. Provide data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. C. Support each claim for additional costs, and for work done, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Section 01028 - 1 MCCim0land EpNakn inCV001 a.YS Iray.H.,#oI., Arkansas I I 1.05 PRELIMINARY PROCEDURES A. Engineer may submit a Proposal Request which includes: Detailed description of change with supplementary or revised Drawings and Specifications, the projected time for executing the change and the period of time during which the requested price will be considered valid. B. Contractor may initiate a change by submittal of a request to Engineer describing the proposed change with a statement of the reason for the change, and the effect on Contract Sum and Contract Time with full documentation. 1.06 CONSTRUCTION CHANGE AUTHORIZATION - WORK DIRECTIVE CHANGE A. Engineer may issue a directive, signed by Owner, instructing Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. Directive will describe changes in the Work, and will designate method of determining any change in Contract Sum or Contract Time. C. Promptly execute the change in Work. 1.07 TIME AND MATERIAL - FORCE ACCOUNT CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits in Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum and Contract Time as provided in Conditions of the Contract. 1.08 EXECUTION OF CHANGE ORDERS A. Engineer will issue Change Orders for signatures of parties as provided in Conditions of the Contract. 1.09 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum as shown on Change Order. B. Promptly enter changes in Project Record Documents. Section 01028 - 2 I I] I L I I I MCGetland i o ree Consult) ng Enpineers In rated Fayette vine, Arkansas PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Section 01028 - 3 Zsori I' CDfiand E,p:aor•s Ir.arDarated foyeRevi4o, Arkansas SECTION 01070 CUTTING AND PATCHING PART 1 GENERAL 1.01 SCOPE A. This Section includes the work required to provide complete, in place, cutting, fitting, and patching of new and existing work. 1.02 GENERAL A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 DESCRIPTION A. Execute cutting (including excavating), fitting, or patching of work, required to: 1. Make the several parts fit properly. 2. Uncover work to provide for installation of ill-timed work. 3. Remove and replace work not conforming tc requirements of Contract Documents. 4. Remove and replace defective work. 5. Install specified work in existing construction. B. In addition to Contract requirements, upon written instructions of Engineer: 1. Uncover work to provide for Engineer's observation of covered work. 2. Remove samples of installed materials for testing. 3. Remove work to provide for alteration of existing work. 4. Do not endanger any work by cutting or altering work or any part of it. Section 01070 - 1 MKINond o Cbnwllfinp InCticorneeq raaraleE toy.Be W: N, Araanaas I 5. Do not cut or alter work of another contractor without written consent of Engineer 6. Do not cut structural or reinforcing steel without written consent of the Engineer. 1.04 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. 1.05 SUBMITTALS A. Prior to cutting which affects structural safety of project, submit written notice to the Engineer and other Prime Contractors, requesting consent to proceed with cutting. B. Prior to "extra" cutting and patching done on instruction of Engineer, submit cost estimate. Co Should conditions of work, or schedule, indicate change of materials or methods, submit written recommendation to Engineer, including: 1. Conditions indicating change. 2. Recommendations for alternative materials or methods. 3. Submittals as required for substitutions. 4. Submit written notice to Engineer, designating time work will be uncovered, to provide for observation. PART 2 MATERIALS Not Used PART 3 EXECUTION Not Used END OF SECTION Section 01070 - 2 I 11 I I L I 1I I I I Ii I I Ii MCClolland eat o rve ConSWting Engineers Incorporated Fayette villa, Arkansas SECTION 01210 PRECONSTRUCTION CONFERENCES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Contractor participation in preconstruction conferences. 1.02 RELATED REQUIREMENTS A. Section 01009 - Summary of Work: Administrative provisions. 1.03 PRECONSTRUCTION CONFERENCE A. Engineer will schedule conference within 15 days after notice of award. B. Attendance: Owner, Engineer and Contractor. C. Agenda: 1. Submittal of executed bonds and insurance certificates. 2. Execution of Owner -Contractor Agreement. 3. Distribution of Contract Documents. 4. Submittal of list of subcontractors, list of products, schedule of values, and progress schedule. 5. Designation of responsible personnel. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal requests, change orders, and Contract closeout procedures. 7. Scheduling. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Section 01210 - 1 a Caawffl�Q Enpiaarrs Iraaraaraw Faf.Ir1W�.. A,ton.ot I I I I I C I I C I I I I I Ti L SECTION 01300 SUBMITTALS DURING CONSTRUCTION PART 1 GENERAL 1.01 SUBMITTALS A. This Section outlines in general the items that the Contractor must prepare or assemble for submittal during the progress of the work. Costs for the work under this Section shall be included in the Contractor's bid price. There is no attempt herein to state in detail all of the procedures and requirements for each submittal. The Contractor's attention is directed to the individual Specification sections in these Contract Documents which may contain additional and special submittal requirements. The Owner reserves the right to direct and modify the procedures and requirements for submittals as necessary to accomplish the specific purpose of each submittal. Should the Contractor be in doubt as to the procedure, purpose, or extent of any submittal, he should direct his inquiry to the Engineer. 1.02 ADMINISTRATIVE SUBMITTALS A. The Contractor shall provide all of the submittals required by the General Conditions, Supplementary Conditions, and as may be specifically required in other parts of these Documents. PART 2 TECHNICAL SUBMITTALS 2.01 GENERAL A. Requirements in this Section are in addition to any specific requirements for submittals specified in other Divisions and Sections of these Contract Documents. B. Submittals to the Engineer shall be addressed to: McClelland Consulting Engineers, Inc.; Attn: Mr. Robert White, P.O. Box 1229, Fayetteville, Arkansas 72702. C. Submitted data shall be fully sufficient in detail for determination of compliance with the Contract Documents. Section 01300 - 1 MCCNria,M can aa oars Incorporated nay.ttsvr4s, Arkansas I D. Review, acceptance, or approval of substitutions, schedules, shop drawings, lists of materials, and procedures submitted or requested by the Contractor shall not add to the Contract amount, and all additional costs which may result therefrom shall be solely the obligation of the Contractor. E. The Owner is not precluded, by virtue of review, acceptance, or approval, from obtaining a credit for construction savings resulting from allowed concessions in the work or materials therefore. F. It shall not be the responsibility of the Owner to provide engineering or other services to protect the Contractor from additional costs accruing from such approvals. G. No equipment or material for which listings, drawings, or descriptive material is required shall be fabricated, purchased, or installed until the Engineer has on hand copies of such approved lists and the appropriately stamped final shop drawings. H. Submittals will be acted upon by the Engineer as promptly as Possible, and returned to the Contractor not later than the time allowed for review in SHOP DRAWING SUBMITTAL PROCEDURE. Delays caused by the need for resubmittals shall not constitute reason for an extension of Contract time. 2.02 SHOP DRAWING SUBMITTAL PROCEDURE A. See General and Supplemental Conditions. 2.03 TRANSMITTAL OF CONTRACTOR'S SUBMITTAL FORM A. Each shop drawing submittal shall be accomplished by a Transmittal of Contractor's Submittal form. The form shall be completely filled in with all applicable information; failure to do so shall result in immediate rejection of the submitted items. 2.04 SHOP DRAWING REQUIREMENTS A. Shop drawings referred to herein shall include shop drawings and other submittals for both shop and field -fabricated items. The Contractor shall submit, as applicable, the following for all prefabricated or manufactured structural, mechanical, electrical, plumbing, process systems, and equipment: Section 01300 - 2 I I Ll I I I I I I 1 Mcpetlpnd e,t a Consulting Engineers In carporated Foyetteviile� Arkansas I I I J I I 1. GENERAL a. Shop drawings or equipment drawings, including dimensions, size and location of connections to other work, and weight of equipment. b. Catalog information and cuts. c. Installation or placing drawings for equipment, drives, and bases. d. Supporting calculations for equipment and associated supports, or hangers required or specified to be designed by equipment manufacturers. e. Complete manufacturer's specifications, including materials description and paint system. II f. Performance data. [I Ii I I u I L ET g. Suggested spare parts list with current price information. h. List of special tools required for checking, testing, parts replacement, and maintenance. (Special tools are those which have been specially designed or adapted for use on parts of the equipment, and which are not customarily and routinely carried by maintenance mechanics.) i. List of special tools furnished with the equipment. j. List of materials and supplies required for the equipment prior to, and during start-up. 1. List of materials and supplied furnished with the equipment. m. Samples of finish colors for selection. In. Special handling instructions. O. Requirements for storage and protection prior to installation. p. Requirements for routine maintenance required prior to start-up. Section 01300 - 3 I Coneull. ny .o m Elprneare �naxporG.E FapllevPe, Arkanrm q. List of all requested exceptions to the Contract Documents. 2.05 SUBMITTALS REQUIRED FOR FOREIGN -MANUFACTURED ITEMS A. In addition to the submittal requirements stated above, suppliers of foreign -manufactured items shall submit the names and addresses of companies within the United States that maintaintechnical service representatives and complete inventory of spare parts and accessories for each foreign -made item proposed for incorporation into the work. Failure to prove the foregoing capabilities shall be just cause for rejection of the foreign -manufactured items. 2.06 RECORD DRAWINGS A. The Contractor shall maintain a current set of record drawings on the job site, indicating all changes in the work. These drawings shall be the contract plans with changes shown in red and shall be turned over to the Engineer at the end of the job. The Engineer will prepare a set of Record Drawings for the project which will include the changes made in materials, equipment, locations, and dimensions of the work. Two weeks prior to Final Inspection, the Contractor shall submit to the Engineer a current listing and description including marked -up prints of each change incorporated into the work since the preceding. submittal.. 2.07 SUBMITTAL OF INTERFACE INFORMATION (CONNECTION AND CORRELATION WITH OTHER WORK) A. Where called for on the Specifications, and as determined necessary by the Engineer to provide proper correlation with other equipment, complete interface information shall be submitted. This interface information shall be accurate, and contain all information necessary to allow the completion of detail design and construction of the interfacing or connecting work. The Contractor shall include in his negotiation for subcontract work, such agreements as may be necessary to ensure the accuracy of subcontractor's interface submittal information. In the event additional costs are incurred due to subsequent changes to information given in said interface information, such additional costs shall be borne by the Contractor. Section 01300 - 4 I I LW L C I I I I I I McClelland O rva Consulting Engineers IaG1NDorated Fayetteville, Arkansas I I I I I I I I [I I I I r, I II I I I 2.08 OPERATION AND MAINTENANCE (O&M) MANUALS A. The Contractor shall furnish four copies of a complete instruction manual for installation, operation, maintenance, and lubrication requirements for each component of mechanical and electrical equipment or system. All equipment manufacturers shall be made aware of these requirements and all associated costs shall be included in the costs for furnishing the equipment or system. Each instruction manual furnished shall be fixed in hard -back cover or file folder which is clearly labeled to designate the system or equipment for which it is intended with reference to the building and equipment number, and the Specification section where the item is specified. The Engineer will assemble the instruction manuals for all mechanical and electrical equipment into one main Operation and Maintenance (O&M) Manual for the entire project. B. The manuals shall be furnished at least 30 calendar days prior to the scheduled completion of the work but in no case shall submission of the manuals be delayed beyond 95 percent completion point of the work. Submission of the manuals shall precede any payment to the Contractor for work completed in excess of the 95 percent completion level. Any deficiencies found by the Engineer to exist in the manuals submitted shall be corrected by the Contractor within 30 calendar days following notification by the Engineer of the deficiencies. C. Each instruction manual shall include, but not be limited to, the following: 1. Diagrams and illustrations 2. Detailed description of the function principal conponent of the system. 3. Performance and nameplate data 4. Installation instructions 5. Procedure for starting 6. Proper adjustment Test procedures 8. Procedure for operating 9. Shutdown instructicns of each Section 01300 - 5 I MCClsiland a m :nnwl•ia0 Faqussrs lroorparoM1d Fa7P•OIbs, drlonsos I 10. Emergency operating instructions and troubleshooting guide 11. Safety precautions 12. Maintenance and overhaul instructions which shall include detailed assembly drawings with part numbers, parts list, instructions for ordering spare parts, and complete preventive maintenance instructions required to ensure satisfactory performance and longevity of the equipment. 13. Lubrication instructions which shall list points to be greased or oiled, shall recommend type, grade, and temperature range of lubricants, and shall recommend frequency of lubrication. D. The manual shall be complete in all respects for all equipment, controls, accessories, and associated appurtenances. E. Each copy of the manual shall be assembled in one or more binders, each, with title page, typed table of contents, and heavy section dividers with numbered index tabs. Each manual shall be divided into sections paralleling the equipment Specifications. Binders shall be three-ring, hard -back type. All data shall be punched for binding and composition and printing shall be arranged so that punching does not obliterate any data. The project title, Division designation, and manual title printed thereon shall be as furnished by the Engineer. F. Where more than one binder is required, they shall be labeled "Vol. 1", Vol. 2", and so on. The table of contents for the entire set, identified by volume number, shall appear in each binder. G. Manuals shall be transmitted to the Engineer prior to installation of the equipment and all equipment shall be serviced in accordance with the manufacturer's recommendations prior to operation. A service record shall be maintained on each item of equipment and shall be delivered to the Engineer prior to final acceptance of the project. 2.09 SAMPLES AND TEST SPECIMENS A. Where required in the Specifications, test specimens or samples of materials, appliances, and fittings to be used or offered for use in connection with the Work shall be Section 01300 - 6 I I I I I I El I I I 1 I I I I MCCjeflarj si o rve C°nwftlnp Engineers Incorporated Fayette vine, Arkansas I I I I I I I I I I J I I I I I submitted to the Engineer at the Contractor's expense, with information as to their sources, with all cartage charges prepaid, and in such quantities and sizes as maybe required for proper examination and tests to establish the quality or equality thereof, as applicable. B. All samples and test specimens shall be submitted in ample time to enable the Engineer to make any tests or examinations necessary without delay to the work. The Contractor will be held responsible for any loss of time due to his neglect or failure to deliver the required samples to the Engineer, as specified. C. The Contractor shall submit additional samples as required by the Engineer to ensure equality with the original approved sample and/or for determination of Specification compliance. D. Laboratory tests and examinations that the Owner elects to make at its own laboratory will be made at no cost to the Contractor, except that, if a sample of any material or equipment proposed for use by the Contractor fails to meet the Specifications, the cost of testing subsequent samples shall be borne by the Contractor. E. All tests required by the Specifications to be performed by an independent laboratory shall be made by an approved laboratory. Certified test results of all specified tests shall be submitted in duplicate to the Engineer. The samples furnished and the cost for the laboratory services shall be at the expense of the Contractor and included in the prices bid for the associated work. 2.10 CERTIFICATES OF COMPLIANCE A. A Certificate of Compliance shall be furnished for materials specified to a recognized standard or code prior to the use of any such materials in the work. The Engineer nay permit the use of certain materials or assemblies prior to sampling and testing if accompanied by a Certificate of Compliance. The certificate shall be signed by the manufacturer of the material or the manufacturer of assembled materials and shall state that the materials involved comply in all respects with the requirements of the Specifications. A Certificate of Compliance shall be furnished with each lot of material delivered to the work and the lot so certified shall be clearly identified in the certificate. Section 01300 - 7 I Mcwh9antl f Wffjhy Erglwen Inw0erahE Fgelhr!e, A•kaneoe I B• All materials used on the basis of a Certificate of Compliance may be sampled and tested at any time. The fact that material is used on the basis of a Certificate of Compliance shall not relieve the Contractor of responsibility for incorporating material, in the work which conforms to the requirements of the Contract Documents and any such material not conforming to such requirements will be subject to rejection whether in place or not. C. The Engineer reserves the right to refuse permission for use as material on the basis of a Certificate of Compliance. D. The form of the Certificate of Compliance and its disposition shall be as directed by the Engineer. E. Where Certification of Compliance is required in the Technical Specifications, the Contractor shall obtain from the supplier/manufacturer a certification stating that the particular piece of equipment or system will satisfy all requirements stated in the related Specification Section(s). PART 3 EXECUTION Not Used. END OF SECTION Section 01300 - 8 I I I I I I I [1 I 1 I I I I MCGerland esi o rve Consulting Engineers b` Incorporated Fayette villa, Arkonsos I I I SECTION 01311 SCHEDULE AND SEQUENCE OF OPERATIONS PART 1 GENERAL I 1.01 CONSTRUCTION SCHEDULE GENERAL PROVISIONS I I I A. No work shall be done between 6:00 P.M. and 7:00 A.M. nor on Saturdays, Sundays or legal holidays without the written permission of the Engineer. However, emergency work during these hours may be done without prior permission. B. Due to potential health hazards the existing water distribution facilities must remain in service. Written authorization is required from the Owner if any water service is to be discontinued. 11.02 SEQUENCE OF CONSTRUCTION A. The Contractor shall submit a diagram or chart indicating ' the construction sequencing and duration of each construction activity. ' B. The Contract Section I Contractor shall coordinate his work with the other Contractors, to minimize conflicts and to allow work to proceed on the tanks (Contract Section II) and the 36 -inch transmission main (Contract Section III). Where conflicts between the Contractors occur relative to interconnections, site access, flushing water requirements, etc., the Engineer shall direct ' affect Contractors to revise their scheduled activities to minimize conflicts and to result in an overall orderly completion of the project. C. The Contract Section I Contractor shall complete the segment of main from the 12 -inch connection at Highway 62 to the tank site first, so that water can be delivered to ' the tank site as soon as possible. Work at the new tank site shall be assigned the highest priority, so that interferences and/or delays to the tank Contractor are avoided. D. The installation of the 16 -inch altitude valve at the ' existing Markham Hill tank shall be scheduled for prompt completion and it shall be placed in service prior to the completion of the new tanks. 17 Section 01311 - 1 I wa+.+'and fa,wl+iny Enpin..r. In W POVO •d Far.14v 1�., A•kn.u. PART 2 PROGRESS OF THE WORK 2.01 GENERAL A. The work shall be started within 10 days of the Notice to Proceed from the Owner, and the work shall be executed with such progress as may be required to prevent any delay .to other contractors or:to the general completion of the project. B. The work shall be executed at such times and in or on such parts of the project, and with such forces, materials, and equipment to assure completion of the work in the time established by the Contract. 2.02 OVERTIME NOTICE A. See GENERAL CONDITIONS and SUPPLEMENTAL CONDITIONS. 2.03 PRECONSTRUCTION AND PROJECT COORDINATION MEETINGS A. A Preconstruction Conference and Project Coordination Meetings shall be held per the requirements of Section 01210 of these Specifications.. 2.04 OVERALL SCHEDULE A. The Contractor will be required to prepare and submit to the Engineer within 30 days after the award of Contract, an Overall Schedule. The Overall Schedule shall be comprised of construction operations covering all work to be done in connection with the Contract. B. The Overall Schedule covering work to be executed under the Contract shall be of sufficient detail and shall have a minimum of work activities. The final total number of activities shall be subject to the approval of the Engineer. A work activity is defined as an activity for which manpower is required and must be performed before the project is considered complete. C. The Overall Schedule shall indicate the sequence of work and the time of starting and completion of each part. It shall include, but not be limited to, the following items, as they pertain to the respective contractors: 1. Shop drawing receipt from Contractor, submitted to the Engineer, review, and return to Contractor. Section 01311 - 2 I [.1 I I I I 11 I I I.' I I I I I I McClelland o rw Consulting Engineers Ile corpora Fo)eRe blle4 Arkansas I 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 2. Material and equipment order, manufacture, delivery, installation, and check-out. 3. Performance tests and supervisory service activities. 4. Piping and wiring installation. 5. Construction sequence. 6. Final cleaning. 7. Allowance for inclement weather. 2.05 PAYMENT A. No separate payment shall be made for work under this Section. PART 3 EXECUTION Not Used END OF SECTION Macln lard co,' jtina Eggin..•. 1ncaaaraud Fay.�fsa, i., La.an.a. Section 013]1 - 3 SECTION 01400 QUALITY CONTROL PART 1 GENERAL I I I 1.01 REQUIREMENTS INCLUDED A• General Quality Control. B• Workmanship. C• Manufacturer's Instructions. D• Manufacturer's Certificates. E• Mockups. F• Manufacturers' Field Services. G. Testing Laboratory Services. 1.02 RELATED REQUIREMENTS A• Section 01300 - Submittals: Submittal of Manufacturer's Instructions. B. Section 02200: Tests required for earthwork. C. Section 03300: Tests required for concrete. 1.03 QUALITY CONTROL, GENERAL A• Maintain quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. 1.04 WORKMANSHIP A• Comply with industry standards except when more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship. B• Perform work by persons qualified to produce workmanship of specified quality. C. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, and racking. Section 01400 - 1 MCGSJlpnd Cnp�neer� lnnn'pprpN! f pyegavws A•4nmm 1.05 MANUFACTURERS' INSTRUCTIONS A. Comply with instructions in full detail, including each step in sequence. Should instructions conflict with Contract Documents, request clarification from Engineer before proceeding. 1.06 MANUFACTURERS' CERTIFICATES A. When required by individual Specifications Section submit manufacturer's certificate, in duplicate, that products meet or exceed specified requirements. 1.07 MOCKUPS Not Used. - 1.08 MANUFACTURERS' FIELD SERVICES A. When specified in respective Specification Sections, require supplier or manufacturer to provide qualified personnel to observe field conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to make appropriate recommendations. B. Representative shall submit written report to Engineer listing observations and recommendations. 1.09 TESTING LABORATORY SERVICES A. Owner will employ a Testing Laboratory to rm inspections, tests, and other servicesrequiredfoby individual Specification Sections. B. Owner shall pay for initial laboratory testing of earthwork, base, asphalt, and concrete. If, however, initial test fails, retesting must be. paid for by the Contractor. C. Services will be performed in accordance with requirements of governing authorities and with specified standards. D. Reports will be submitted to Engineer, Owner and Contractor giving observations and results of tests, indicating compliance or non-compliance with specified standards and with Contract Documents. Section 01400 - 2 —' V McClelland i a rye Consulting Enelner, Inn-poratafed Fayetteville, Arkansas E. Contractor shall cooperate with Testing Laboratory personnel; furnish tools, samples of materials, design mix, equipment, storage and assistance as requested. F. Notify Engineer/Testing Laboratory 24 hours prior to expected time for operations requiring testing services. G. Make arrangements with Testing Laboratory and pay for additional samples and tests for Contractor's convenience. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Section 01400 - 3 MCCInlord Enpnasr, Ina,raa•aroa Faye?MvnI•s Arkansas I I H I - El I I I I H I I I I I 11 H SECTION 01500 TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES PART 1 GENERAL 1.01 LAYOUT OF TEMPORARY FACILITIES A. The Contractor shall make his own arrangements for storage of materials and equipment in locations on and off the construction site. Security of the construction work, materials, and equipment is the sole responsibility of the Contractor. 1.02 STORAGE BUILDINGS A. The Contractor shall erect or provide as approved, temporary storage buildings of the various sizes as required for the protection of mechanical and electrical equipment and materials as recommended by manufacturers of such equipment and materials. The buildings shall be provided with such environmental control systems that meet recommendations of manufacturers of all equipment and materials stored in the buildings. The buildings shall be of sufficient size and so arranged or partitioned to provide security for their contents and provide ready access for inspection and inventory. At or near the completion of the work, and as directed by the Engineer, the temporary storage buildings shall be dismantled, removed from the site, and remain the property of the Contractor. B. Combustible materials (paints, solvents, fuels, etc.) shall be stored in a well -ventilated building removed from other buildings. 1.03 STORAGE YARDS A. The Contractor shall construct temporary storage yards for the storage of materials that are not subject to damage by weather conditions. Materials such as pipe, reinforcing and structural steel, shall be stored on pallets or racks, off the ground, and stored in a manner to allow ready access for inspection and inventory. Temporary gravel surfacing of the storage yards shall meet with the approval of the Engineer and Owner. Storage areas shall be restored to their initial condition once they are no longer needed. Section 01500 - 1 I u NCclallda I ngi £nt fl nplara In gyarand raya•'a vlia, Arlanaal I 1.04 CONTRACTOR'S WORK AREA A. The Contractor shall limit his operations and storage of equipment materials to the areas authorized by individual property owners and approved by the Engineer and Owner.. B. The Contractor shall proceed with his work in an orderly manner, maintaining the construction site free of debris and unnecessary equipment or materials. 1.05 TEMPORARY ACCESS ROADS AND PARKING A. The Contractor shall construct temporary construction access roads, parking areas, and detours as are required to execute the work. The roads shall meet with the approval of the Engineer, and be maintained in good condition until no longer needed; at which time the temporary roads shall be removed and the area left in a condition satisfactory to the property owner and Engineer. 1.06 TEMPORARY WATER CONTROL A. Rough grade site to prevent standing water and to direct surface drainage away from excavations, trenches, adjoining properties, and public rights -of -way. B. Maintain excavations and trenches free of water. Provide and operate pumping equipment of a capacity to control water flow. C. Provide piping to handle pumping outflow to discharge in a manner to avoid erosion or deposit of silt. D. Remove equipment and installation when no longer needed. PART 2 UTILITIES 2.01 CODES AND SAFETY A. The Contractor shall be responsible for obtaining inspections and paying for permits required for the installation of all temporary utilities. Also, the Contractor shall be. solely responsible for the safe use/operation of all temporary utilities. Section 01500 - 2 I I I I I I I C I I 1] Li I I MCGeers m O M Con Imode fiend inp Enpineeat IaCorp oraleE oyelle vllle, Arkansas L H u C I H I I I I I I I I I I 2.02 SANITARY FACILITIES A. The Contractor facilities for employees that local and State Engineer. 2.03 TEMPORARY WATER shall provide and maintain sanitary his employees and his subcontractors' will comply with the regulations of the health departments and as directed by the A. The Owner will provide a place of temporary connection for water near the site if the Contractor desires and if it can be determined that the Contractor's usage will not interfere with Fayetteville's normal requirements. B. The Contractor will provide required pumps, pressure tanks, etc. if necessary to boost pressure at his points of usage. 2.04 WATER FOR TESTING A. The Owner shall provide the necessary water required for flushing and testing the equipment and water lines prior to acceptance of the work, unless otherwise specifically stated in the Specifications for the equipment, system, or facility. B. The Contractor shall control the quantity of water used for flusing and testing, to insure the desired objective is achieved, while avoiding wasting an excessive quantity of water. 2.05 PROTECTION OF THE FINISHED CONSTRUCTION A. The Contractor shall assume the responsibility for the protection of all finished construction and shall repair and restore any and all damage to finished work to its original or better state. 2.06 REMOVAL OF TEMPORARY FACILITIES AND UTILITIES A. At such time or times any temporary construction facilities and utilities are no longer required for the work, the Contractor shall notify the Engineer of his intent and schedule for removal of the temporary facilities and utilities, and obtain the Engineer's approval before removing same. As approved, the Contractor shall remove the temporary facilities and utilities from the site as his property and leave the site in such condition as specified, as directed by the Engineer, and/or as shown on the Drawings. Section 01500 - 3 M[C114ard (�` O M IWlll l`0 'rIMr01"aNd $Opfle Vbld. r1011[I S , McClelland o Consulting Engineerstnccwp orated Fayelrevilla, Arkansas ' SECTION 01600 MATERIAL AND EQUIPMENT SHIPMENT. HANDLING, STORAGE, AND PROTECTION PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Products. B. Transportation and Handling. C. Storage and Protection. D. Product Options. E. Products List. F. Substitutions. G. Systems Demonstration. 1.02 RELATE❑ REQUIREMENTS A. Section 01009 - Administrative Provisions: Summary of Work B. Section 01400 - Quality Control: Submittal of manufacturers' certificates. C. Section 01700 - Contract Closeout: Operation and maintenance data. 1.03 PRODUCTS A. Products include material, equipment, and systems. B. Comply with Specifications and referenced standards as minimum requirements. C. Components required to be supplied in quantity within a Specification Section shall be the sane, and shall be interchangeable. 1.04 TRANSPORTATION AND HANDLING A. Transport products by methods to avoid product damage; deliver in undamaged condition in manufacturer's unopened containers or packaging, dry. Section 01600 - 1 MCQ.-io,d Corwlfwg Enp n..,. Inca po,of.C FOJ.Ifev.(•. A'kon.os r7 J B. Provide equipment and personnel to handle products by methods to prevent soiling or damage. C. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 1.05 STORAGE AND PROTECTION A. Store products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight enclosures; maintain within temperature and humidity ranges required by manufacturer's instructions. B. For exterior storage of fabricated products, place on sloped supports above ground. Cover products subject to deterioration with impervious sheet covering; provide ventilation to avoid condensation. C. Store loose granular materials on solid surfaces in a well -drained area; prevent mixing with foreign matter. D. Arrange storage to provide access for inspection. Periodically inspect to assure products are undamaged, and are maintained under required conditions. 1.06 PRODUCT OPTIONS A. Submit a request with PROPOSAL for substitution for any manufacturer not specifically named, providing all specification data and deduct in price offered. B. Products Specified by Reference Standards or by Description Only: Any product meeting those standards. 1.07 PRODUCTS LIST A. Not Used. 1.08 SUBSTITUTIONS A. Only with submittal of equipment substitution request with the PROPOSAL will the Engineer consider requests from Contractor for major equipment substitutions. Subsequently, substitutions will be considered only when a product becomes unavailable due to no fault of Contractor. Section 01600 - 2 McCleqund es a rve Consulting Engineers In Corp orated Fayetteville, Arkansas I I I I I I I I I 1 I C I L I I IE I I I L I B. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. C. Request constitutes a representation that Contractor: 1. Has investigated proposed product and determined that it meets or exceeds, in all respects, specified product. 2. Will provide the same warranty for substitution as for specified product. 3. Will coordinate installation and make other changes which may be required for Work to be complete in all respects. 4. Waives claims for additional costs which may subsequently become apparent. D. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals without separate written request, or when acceptance will require substantial revision of Contract Documents, or when said substitution will not result in significant cost savings to the Owner, or result in some material advantage being gained by the Owner. E. Engineer will determine acceptability of proposed substitution, and will notify Contractor of acceptance or rejection in writing within a reasonable time following the opening of Bids. F. Only one request for substitution will be considered for each product. %hen substitution is not accepted, provide specified product. t11.09 SYSTEMS DEMONSTRATION I I I EI u I A. Prior to final inspection, demonstrate operation of each system to Engineer and Owner. B. Instruct Owner's personnel in operation, adjustment, and maintenance of equipment and systems, using the operation and maintenance data as the basis of instruction. Section 01600 - 3 [I nM0L1.ilar Car a,1fit' Enprn..'. 'na.ra.r0Nd koy.r•ewb., Arkansas UI MGClelland I C /vs Consulting Engineers ' Incorp eta ted Fa"tteville, Arkansas I I ' I PART 1 GENERAL I11.01 SCOPE I I Li C I H I Li I C I I Li CONTRACT CLOSEOUT A. This Section outlines the procedure to be followed in closing out all contracts. 1.02 SUBSTANTIAL COMPLETION A. The substantial completion date for the Contract shall be established as stated in the General Conditions. 1.03 FINAL INSPECTION A. After final cleaning and upon written notice from the Contractor that the work is completed, the Engineer will make a preliminary inspection with the Owner and Contractor present. Upon completion of this preliminary inspection, the Engineer will notify the Contractor, in writing, of any particulars in which this inspection reveals that the work is defective or incomplete. B. Upon receiving written notice from the Engineer, the Contractor shall immediately undertake the work required to remedy defects and complete the work to the satisfaction of the Owner. C. When the Contractor has corrected or completed the items as listed in the Engineer's written notice, he shall inform the Engineer, in writing, that the required work has been completed. Upon receipt of this notice, the Engineer, in the presence of the Owner and Contractor, shall make his final inspection of the project. D. Should the Engineer find all work satisfactory at the time of his inspection, the Contractor will be allowed to make application for final payment in accordance with the provisions of the General Conditions. Should the Engineer still find deficiencies in the work, the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's request for final payment until such time as the Contractor has satisfactorily completed the required work. E. All water courses, gutters, and ditches shall be opened and left in a condition satisfactory to the Engineer. Section 01700 - 1 flNCCbUand Con wtu np Enai no's Ill aorpo.arya FopMave t•, Aransas I'/ 1.04 FINAL SUBMITTALS A. No contract will be finalized until all of the following have been submitted as required in Section 01300, SUBMITTALS DURING CONSTRUCTION. 1. Final shop drawings 2. Record drawings 3. Interface information 4. Manufacturers' Certificates of Proper Installation 5. Operation and Maintenance Manuals B. No contract will be finalized until all submittals required in Section 01720, PROJECT RECORD DOCUMENTS, have been submitted. 1.05 GUARANTEES, BONDS, AND AFFIDAVITS A. No contract will be finalized until all guarantees, performance tests, bonds, certificates, licenses, and affidavits required for work or equipment as specified are satisfactorily filed with the Owner. 1.06 ACCESSORY ITEMS A. All Contractors furnishing and/or installing equipment on this project shall provide to the Owner, upon acceptance of the equipment, all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to, adequate oil and grease as required for the first lubrication of the equipment, light bulbs, fuses, valve keys, handwheels, and other expendable items as required for initial startup and operation .of all equipment. 1.07 RELEASE OF LIENS OR CLAIMS A. No contract will be finalized until satisfactory evidence of release of liens has been submitted to the Owner as required by the General Conditions. 1.08 A. FINAL PAYMENT Final payment will be made to the Contractor in accordance with the General Conditions. Section 01700 - 2 nine fiend rs Consulting Enofporat IanurporateC Fayette vi/le, Arkansas IPART 2 PRODUCTS Not Used. I PART 3 EXECUTION INot Used. I IEND OF SECTION I I I I i I I I I I Section 01700 - 3 1 C"' I?) 4Q ororpee.s Ircvee. rs A oy. f.v# )., Arkansas I I H I I H I I C I H H C I H J I SECTION 01710 FINAL CLEANING PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary for cleaning during construction and final cleaning on completion of the work. B. At all times maintain areas covered by the Contract and private and public properties free from accumulations of waste, debris, and rubbish caused by construction operations. C. Conduct cleaning and disposal operations to comply with local ordinances and anti -pollution laws. Do not burn or bury rubbish and waste materials on project site. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary drains. Do not dispose of wastes into streams or waterways. Brush and trees resulting frog, clearing shall be disposed of off -site or burned on site. Specific authorization for each burn must be obtained from the Fayetteville Fire Department. If authorization cannot be obtained, dispose of material off -site. D. Use only cleaning materials recommended by manufacturer of surface to be cleaned. E. Use cleaning materials only on surfaces recommended by cleaning material manufacturers. 1.02 CLEANING DURING CONSTRUCTION A. During execution of work, clean site and public properties and dispose of waste materials, debris, and rubbish to assure that buildings, grounds, private and public properties are maintained free from accumulations of waste materials and rubbish. B. Wet down dry materials and rubbish to lay dust and prevent blowing dust. C. Provide approved containers for collection and disposal of waste materials, debris, and rubbish. D. Remove grease, dust, dirt, stains, labels, and other foreign materials from exposed and semi -exposed surfaces. Section 01710 - 1 C McC4/rand e � cen"A,•ng FryrneerS . nravarcHJ rayerle.ba, Arkansas U E. Repair, patch, and touchup marred surfaces to specified ' finish to match adjacent surfaces. 1.03 FINAL CLEANING A. At the completion of immediate) work on all contracts and y prior to final inspection, cleaning of the entire project will be accomplished. B. Employ experienced workers, or professional cleaners, for 1 final cleaning. C. Repair, patch, and touch up finish, to match adjacent surfaces surfaces to specified D. Remove from the Owner's property all temporary structures and all materials, equipment, and appurtenances not required as a part of, or appurtenant to, the completed work. See Section 01500, TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES. 1.04 PAYMENT A. Payment for the work in this Section will be included as 1 part of the applicable bid. amounts stated in the Proposal. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used U END OF SECTION I ' LI I P Section 01710 - 2 McC/ellnnd eal o nit Consul ers Engineers ncorporuled Fnwl/minim A_&._ - I I ' I PART 1 GENERAL SECTION 01720 PROJECT RECORD DOCUMENTS 1.01 REQUIREMENTS INCLUDED A. Maintenance of Record Documents and Samples. ' B. Submittal of Record Documents and Samples. U 1.02 RELATED REQUIREMENTS A. Document 00700 - General Conditions: Documents at the site. ' B. Section 01300 - Submittals: Shop drawings, product data, and samples. C. Section 01700 - Contract Closeout: Closeout procedures. ' D. Section 01700 - Contract Closeout: Operation and maintenance data. E. Individual Specifications Sections: Manufacturer's 1 certificates and certificates of inspection. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. In addition to requirements in General Conditions, maintain at the site one record copy of: Ii. Contract Drawings. 2. Specifications. 3. Addenda. ' 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples, ' 6. Field test records. 7. Inspection certificates. 8. Manufacturer's certificates. ' B. Store Record Documents in Field Office apart from documents used for construction. Provide files, racks, and secure storage for Record Documents. H I 7 C. Label and file Record Documents in accordance with Section number listing in Table of Contents of this Project Manual. Label each document "PROJECT RECORD" in neat, large, printed letters. Section01720- 1 I MC[IOI:and nlrin9 Fnweer6 Into'aoro .d ronrssvjl.6 Arka,.as I D. Maintain Record Documents in a clean, dry and legible condition. Do not use Record Documents for construction purposes. E. Keep Record Documents and samples. available for inspection by Engineer. 1.04 RECORDING A. Record information on a set of blue line opaque drawings, and in a copy of a Project Manual. B. Provide felt tip -marking pens, maintaining separate colors for each major system, for recording information. C. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. D• Contract Drawings and Shop Drawings: Legibly mark each item to record actual construction, including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Changes made by Modifications. 4. Details not on original Contract Drawings. E. Specifications: Legibly mark each item to record actual construction, including: 1. Manufacturer, trade name, and catalog number of each product actually installed, particularly optional items and substitute items. 2. Changes made by Addenda and Modifications." F. Other Documents: Maintain manufacturer's certifications, inspection certifications, field test records, etc., required by individual Specifications sections. 1.05 SUBMITTALS A. At Contract closeout, deliver Record Documents and samples under provisions of Section 01700. Section 01720-2 I I I I I I I G I LI I I Li I I 1] MCC/e /land en o - rve Consult/n0 Engineers incorporated Fayette vllle. Arknn.... B. Transmit with cover letter in duplicate, listing: 1. Date. 2. Project title and number. 3. Contractor's name, address, and telephone number. 4. Number and title of each Record Document. 5. Signature of Contractor or authorized representative. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Section 01720-3 MCC u''0Id c ,w Lot wRnC Eng . Itcorpa fcys9ev' '9, A«alsas I I L L L L II I I I I I -1 I L SECTION 02102 CLEARING. GRUBBING. AND STRIPPING PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary to remove all interfering or objectionable material from the designated areas of work. B. This work shall also include the preservation from injury or defacement of all vegetation and existing objects designated to remain. C. Review with the Engineer's Representative the location, limits, and methods to be used prior to commencing the work under this Section. PART 2 MATERIALS AND PROCEDURES 2.01 GENERAL A. Provide all materials, suitable and in adequate quantity, required to acconplish the work as specified herein. 2.02 CLEARING - DEFINIT1ON A. Clearing shall consist of cutting, removing, and disposing of trees, snags, stumps, shrubs, brush, limbs, and other vegetative growth, and shall be performed in such a manner as to remove all evidence of their presence from the surface and shall be inclusive of sticks and branches greater than 2 inches in diameter or thickness. Clearing shall also include the removal and disposal of trash piles, rubbish, and fencing; and the preservation of trees, shrubs, and vegetative growth which are not designated for removal. 2.03 CUTTING TIMBER A. In the cutting of timber growth (if any is required). cuts shall be made such that all trees are felled into the area to be cleared. Exercise care when clearing near the clearing limits so as not to damage existing trees, vegetation structures, or utilities which are outside of the clearing limits. Flush cut all stumps not designated for grubbing by cutting to within 2 inches of the ground surface. Section 02102 - 1 con n rroers InconaorDara44 Fawlre. r s. Arkanma I 2.04 PRESERVATION OF TREES, SHRUBS AND OTHER VEGETATION A. Protect trees, shrubbery and other vegetation not designated for removal from damage resulting from the Work. Cut and remove tree branches only where, in the opinion of the Engineer, such cutting is necessary to effect construction operation. Remove branches other than those required to effect the work to provide a balanced appearance of any tree, as approved prior to removal. Scars resulting from the removal of branches shall be treated with an approved tree sealant. B. Trees and shrubbery within and adjacent to the work shall be protected and preserved to the maximum extent Possible. Damage to vegetation outside the limits of the designated construction area may result in damage claims against the Contractor. C. Ornamental trees, shrubs, fruit trees, etc., shall be protected from damage even if they are located within the limits of the pipeline easement. Obtain Engineer's approval to modify the pipe route, if alternative routes will minimize impact on these plantings. If such plantings must be .removed, protect and replant the plantings. If plantings are damaged during the process or if they die during the one year warranty period, replace the planting in kind. D• Avoid unnecessary damage to all trees located within the temporary construction easements and do not remove trees larger than 6 -inches in diameter from the temporary construction easements. 2.05 GRUBBING - DEFINITION A. Grubbing shall consist of the removal and disposal of wood or root matter below the ground surface remaining after clearing and shall include stumps, trunks, roots, or root systems greater than 2 inches in diameter or thickness to a depth of 18 inches below the ground surface. 2.06 CLEARING AND GRUBBING LIMITS A. Clear and grub only areas within the construction site that are absolutely necessary to accomplish the construction. Confine clearing to the designated easements and minimize clearing in the temporary construction easements, as described hereinbefore. Section 02102 - 2 H I I I C 1 I I F I I I MCGfe flood if o rve Consulting Engineers Incorporated I I I 7 I I I I I I I I I I I I I I 2.07 DISPOSAL OF CLEARING AND GRUBBING DEBRIS A. Haul the material from the work site and dispose of in accordance with state, federal, and local laws. Such off -site disposal shall be at the Contractor's sole expense. 2.08 STRIPPING - DEFINITION A. Stripping shall include the removal and disposal of all organic sod, topsoil, grass and grass roots, and other objectionable material remaining after clearing and grubbing from the areas designated to be stripped. The exact depth of stripping will be determined by the Engineer. Topsoil requirements are specified in Section 02200, EARTHWORK. 2.09 DISPOSAL OF STRIPPINGS A. Topsoil from the strippings shall be stockpiled and used for the finished site grading. Excess topsoil shall be hauled off the site with clearing and grubbing debries. 2.10 PAYMENT A. Payment for the work in this Section will be included as part of the applicable unit price bid amounts stated in the Proposal for the installation of the pipe. PART 3 EXECUTION Not Used. END OF SECTION Section 02102 - 3 I ,H conwlr ng E Ninn rs 'nvrporcW •OJ/YeYWl Lrko•.s0f ISECT:ON 02200 EARTHWORK. TRENCH EXCAVATION AND BACKFILL PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary for the earthwork, trenching and back`_illinq complete_ 1.02 DEFTNI =CNS - RELATIVE CCMPACTICN ' A. "Relative compaction"" is defined as the ratio, in percent, cf the as -compacted field dry density to the '• laboratory maximum dry density as determined by the Standard Proctor Test, ASTM. D698. Corrections for overs.ze materia. may be app.ied to either the •' as -compacted field dry density or the maximum dry density, as determined by the Engineer. ..03 DEFINITIONS - CPT:MUI MOISTURE CONTENT ' A. "Optimum moisture content" is defined as the moisture content cf the material for which the maximum dry density •' is obtained as determined by ASTM. O598_ Field moisture contents shall he determined or. the basis of the fraction passing the 3/4 -inch sieve. _.04 SUBMITTALS A. Subm_ttals shall he made in accordance with the GENERA: •' COND: T:CNS, SETTCN 0:300, SUBM_TTALS CONSTRUCTION, and the requirements of this sect:cn. P. Provide the follcwina suhm:tta=s: i. SaTtp]es icr ai. :sported nater'.a:. ' PART 2 MATERIALS 2.C1 GENERAL A. Provide all labcr, mater,a s, and ep:ipment necessary to accomp]'.sh the work specified in this Section. Sect:cn 0220,) - a I I I 2.02 COMMON EXCAVATION A. Complete all common excavation regardless of the type, nature, or condition of the materials encountered. The Contractor shall make his own estimate of the kind and extent of the various materials to be excavated in order to accomplish the work. All excavation not specifically defined as rock excavation shall be common excavation. 2.03 ROCK EXCAVATION ' A. Rock excavation is defined as the removal of all material which by actual demonstration cannot be reasonably excavated with a backhoe as listed in Table 1 below and equipped with two rippers, or similar approved equipment and which is, in fact, systematically drilled and blasted or broken by power -operated hand tools. The Engineer may waive the demonstration if the material encountered is well-defined rock. The term "rock excavation" shall be understood to indicate a method of removal and not a geological formation. TABLE 1 Manufacturer Model Caterpillar 325 (Old 225) Komatsu 220 John Deere 790 B. No payment will be made for any method of rock removal other than systematic drilling and blasting or by power -operated hand tools. If material which would be classified as rock by the above definition is mechanically removed with excavating equipment of a larger size than specified hereinbefore, it shall be understood that any added costs for the removal of material by this method shall be included in the unit prices for the various classifications of common excavation. C. Before systematic drilling and blasting will be permitted, expose the material by removing the common material above it. Notify the Engineer, who, with the Contractor or his representative, will measure the amount of material to be removed and will record the information. Then drill, blast, or break with power -operated hand tools, and excavate the material. The method or methods of calculating and determining the quantity of rock shall be agreed upon for each occurrence where rock excavations, as herein defined, are Section 02200 - 2 I encountered along the centerline of the proposed pipeline. All such agreements between the • above -mentioned parties shall be a matter of record by both parties on the day each occurrence of rock is Treasured. D. The Contractor may predrill and blast prier to excavaticn in the Engineer's op:n_on, a reed lire from which measurements can he taker. can be clearly defined. To ' obta_n tentative approval of this method, the Contractor shall predrill, blast, and excavate an initial ]CO -foot test trench section, and, in addition, shall excavate a minimum of two 2C -foot long trench sections to apparent rock line immed_ately adjacent to the predrilled section for comparison. If satisfactory correlation can be I obtained, the Engineer may approve predrilling and blastina. .he Contractor in e.ecting to use this method hereby agrees to accept the reascnab.e judgment of the b:ngineer to resolve the dispute. Where the entire trench footage has not been predrilled, the Engineer reserves the right to stop predrilling and blasting if experience indicates that an accurate determination of rock quantities .s not possible by this method. 2.C4 EAR':H FILL A. Excavated -material free from roots, organic matter, trash, debris, rocks larger than 3 inches, and other deleterious materials. Suitable material may be obtained • by the Contractor from the excavation fox the proposed • pipelines. Provide imported material of equivalent quality, if required to accomplish the work. Imported material shall be provided at the Contractor's sole expers'e. 2.05 GRANULAR :.-:_I_ IA. Imported GRANULAR FILL shall be 1 -1/2 -inch minus crushed gravel or crushed rock, free from dirt, clay balls, and I crganic rr.ater-ia], well graded from coarse to fins, containirq sutticicrt finer matex_a_ for p,00e.- compaction, and less than 8 percent by weight passinq the Nc. 200 ;sieve. Arkansas Highway and Transportation Department Class 7 Pase shall qualify as GRANULAR FILL material. 7.0f. SAND A. Imported ratura_ sand cx sand produced from crashed gravel or crushed rock, maximum size 5/6 inch, 8C percent shall pass a No. 4 s. -eve, free hornc_uy jc Section C22CC' - 3 I P1 organic material, No. 200 sieve. 2.07 GRIT A. Imported crushed coarse aggregate, 2.08 TRENCH STABILIZAT with a maximum of 8 percent passing the 1 limestone screenings from concrete maximum size 1/2 inch. ION MATERIAL A. Three-inch minus river -run or pit -run gravel, free from clay balls, roots, and organic matter; well crushed gravel or crushed rock graded with less than 8 percent by weight passing the 1/4 -inch sieve. Submit samples for approval prior to delivery of the material to the site. 2.09 GRANULAR PIPE BASE AND PIPE ZONE MATERIAL , A. Granular pipe base and pipe zone material, as required by the typical trench details on the Drawings, shall be GRANULAR FILL, SAND, GRIT, or materials meeting the requirements of ASTM D2487, Class I and Class II embedment materials. 2.10 NATIVE PIPE BASE AND PIPE ZONE MATERIAL A. Trench excavated or imported selected material free of stones larger than one and one -half -inch, roots, debris and organic material. To include silt and clay subsoils, sand and gravel less than one and one -half -inch in size. Use native pipe base and pipe zone material with ductile iron pipe only. 2.11 BACKFILL ABOVE THE PIPE ZONE I. A. Materials from the excavation containing no particles larger than 6 -inch diameter, free from roots, debris, and organic material. 2.12 TOPSOIL A. Selected topsoil at the site, properly stored and ' protected, free from roots, sticks, hard clay, and stones which will not pass through a 3 -inch square opening. ' Remove existing grass and overburden before topsoil is excavated. Provide imported topsoil of equal quality if required to accomplish the work. , 2.13 WATER FOR COMPACTION A. Furnish as required. Section 02200 - 4 I 1 1 2.14 COMPACTION EQUIPMENT A. Compaction equipment shall be of suitable type and adequate to obtain the densities specified. B. Compaction equipment shall be operated in strict ' accordance with the manufacturer's instructions and recommendations. Equipment shall be maintained in such cond_t_on that it will deliver the manufacturer's rated compact_ve ef_`ort. Hand operated equipment shall he capable of achieving the speciried densities. • 2.15 MOISTURE CON'_R;;:. 'r.yl7;PPiENT A. Fquipmer.t for applying water shall be of a type and quality adequate for the work, shall not leak, and shall ' be equipped with a distributor bar- or other approved device to assure uniform application. Equipment for mixing and drying out material shall consist of blades, ' discs, or other approved equipment. 2.16 SUBSURFACE INFORMATION A Representatives of the Ductile Iron P:pe Research Association corp_eted test borings along the pipeline route. The results from these borings, as determined by ' DIPRA personnel, are included in the appendix attached to this Section. This information is presented to give some irdicat_on of the conditions that may be encountered ' during construction: and is offered as supplementary ir.for rat _c n only. It shall be the Bidder's sole responsib,;:ty to estimate the type and quantity of ' materials and the amount of Groundwater that will he encountered. Neither the Owner nor the Engineer assumes any responsibility ;or the interpretation of the subsurface data indicated on the Drawings and in these ' Specifications, or icr subsurface conditions at other locations. ' B. Information. cerivea frail inspection of logs of test oorrr.gs, of topographic maps, or from plans showing location of utilities and structures w:__ not relieve the. Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terns of the Contract Documents. ' C. The submission of a Proposal shall be conclusive evidence that the Bidaer has investigated the site and rs satisfied as to the conditions tc be encountered, as to -he cnaractcrI ;utility, and quantities of work to be SG,.tioz 02203 i L I performed and materials to be furnished, and as to the requirements of the Contract Documents. PART 3 EXECUTION 3.01 CLEARING, GRUBBING, AND STRIPPING , A. Complete clearing and grubbing work as specified in Section 02102, CLEARING, GRUBBING, AND STRIPPING, prior to beginning work in this Section. 3.02 STRIPPING TOPSOIL A. Prior to beginning any excavation or fill, strip the topsoil to a depth of at least 6 inches or to a depth sufficient to remove all organic material and stockpile , for future use. In general, topsoil shall be removed where structures are to be built, embankments or levees constructed, trenches dug, and roads, parking lots, walks, and similar improvements constructed within the areas presently covered with topsoil. Topsoil shall be stored clear of the construction area. Take reasonable care to prevent the topsoil from becoming mixed with subsoil or eroding. 3.03 COMMON EXCAVATION ' A. Perform all common excavation of every description, regardless of the, type, nature, or condition of material encountered, as specified; shown, or required to accomplish the construction. 3.04 EXCAVATION SAFETY ' A. The Contractor shall be solely responsible for making the excavation in a safe manner.. Provide appropriate measures to retain excavation•sideslopes to ensure that men working in or near the excavation are protected. 3.05 LIMITS OF EXCAVATION , A. Excavate to the depths and widths required. Allow for forms, working space, granular base, and finish topsoil ' where shown or required. Excavation carried below the grade lines shown or established by the Engineer shall be replaced with the same fill material as specified for the overlying fill or backfill, compacted as required for such overlying fill or backfill. Where the overlying area is not to receive fill or backfill, replace the overexcavated material and compact to a density not less , Section 02200 - 6 1 I U I I I I I I I I I I I I than that cf the underlying grour.d. The Contractor shall correct: all overexcavated areas at the Contractor's sole expense. 3.06 REMOVAL OF WATER A. Provide and operate equipment adequate to keep all excavations and trenches free of water. Remove all water during period when concrete is being deposited, when pipe is being laid, during the placing of backf:.1 unless water settlir_c is required, and at such other times as required for efficient and safe execution of the work. Removal of groundwater shall he accomplished in a manner that will preserve the strength of the foundation soils, will not cause instab:l_ty of the excavation slopes, and will not result in damage to existing structures. 3.:)"/ ROCK EXCAVATION A. Where :material is encountered which requires systematic drilling and blasting for removal, excavate to subgrade for granular pipe base. Correct over -excavation wath compacted granular material as specified hereinhefore for grade. B. The requirements of Section 0:0:6, Paragraph :.:3 will be prerequisite to blasting near structuzes. Use the utmost care so as riot to endanger life or property, cause slides, cr disturb mater_als outside the limits of the trenches or excavations. C. Store all explosives in a safe, secure manner in compliance with federal, state, and local laws and ordinances, and mark all such stozage places clearly DANGEROUS EXPLOSIVES. Dc riot leave explosives in an unprotected manner along or adjacent to any highway, street, alley, cz other area where such explosives could endanger persons or property. D. Comply with the requiremeits cf the Workmen's Ccmpensatron 3oa_d cr simi.ar appropriate public body having jurisdiction ever use of explosives. Allow only persons experienced in the handling of explosives to use them on the work. Explosives shall be handled only by licensed personnel. E. Provide all necessary approved types cf tccls and devices required for loadir_c and using explosives, biastin_r_, caps, and accessories. Conform, to, and obey, all teceral, state, urd local laws that may be imposed by any puh.ic autno:ity. rc not blast adjacent to any pertion cf Section 02230 - I exposed work or structures, unless proper precautions are taken to ensure that the structures and materials surrounding and supporting the same will not be damaged by the blasting. F. When blasting rock in trenches, cover the area Lobe shot with blasting mats or other type of protective material , that will prevent the scattering of rock fragments outside of the excavation. Give ample warning to all persons within the vicinity prior to blasting, and station men and provide signals of danger in suitable places to warn people and vehicles before firing any blasts. Fire all blasts with an electric blasting machine which shall not be connected in the circuit until just prior to the time for firing, and then shall be connected by the man who will operate the blasting machine. ' G. After a blast has been fired, the blaster shall make a careful inspection to determine that all charges have exploded before employees are allowed to return to the operation. Correct misfires in accordance with the requirements of the applicable portions of the state or local safety code for blasting. The Contractor shall be responsible for any and all damages to property or injury to persons resulting from blasting, or :accidental or premature explosions that may occur in connection with his use of explosives. H. In case injury from blasting occurs to any portion of the work or to the material surrounding or supporting the same that is intended to remain, remove such damaged work, repair the work, and replace the material surrounding or supporting the same, or furnish such material and perform such work for repair or replacement as the Engineer shall order. Repair promptly; completely, and satisfactorily all damage to existing structures intended to remain, that is caused by blasting, at no expense to the Owner. 3.08 PREPARATIONS FOR PLACING BACKFILLS , A. Backfill around concrete structures only after the concrete has attained the specified compressive strength indicated in Section 03300, CONCRETE. Remove all form materials and trash from the excavation before placing any backfill. Obtain the Engineer's acceptance of concrete work and attained strength prior to backfilling. Section 02200 - 8 L I I I H C 1 I 3. Do not o.e_ate earth -moving equipment within 5 feet of walls of concrete structures for the purpose of depositing cx compacting backfill material. Compact backfill adjacent to concrete walls with hand -operated tampers or similar equipment that will not damage the structure. 3.09 TRENCH EXCAVA':. CN AND PACKFI],1, A. Excavate for the installation of piping, utilities, and appurtenances. All obstructions, such as tree roots, stumps, abandcned concrete structures, and other material of any type shall be rerrcved. 3.1C TRENCH WIDTH A. Minimum width of unsheeted trenches or the -nininum clear width of sheeted trenches in scil trenches :n which pipe is to be laid shat= be 18 inches greater than the outside diameter of the pipe barrel for 24 to 36 inch pine. Minimum trendh width for 20 -inch and smaller pipe shall he 12 inches greater than the cutside diameter of the pipe barrel. Sheeting requirements shall be independent of trenca width. The maximum clear width at the top of the pipe cr above the pipe will not be limited, except in cases where excess width of excavation would cause damage to adjacent structures. B. Minimum trench width in rock excavation areas shall be 24 -inches greater than the cutside diameter of the pipe. Maximum width fcr rock excavation pay purposes shall be the pipe outside diameter plus 3C -inches. ' 3.:: GRAD1E: I I I I I A. Carry the hcttcm of the trench to the depths shown., or as established by the Engineer. Allow fcr pipe thickness and fol pipe base or special bedding when specified. Back:i]] any part of the trench excavated below grade with granular pipe base material or native pipe base material, an required by the deta..s on the Drawings, and compact to a density equa: to the undisturbed trench botto-n. :?.12 SHORING, SHEETING, AND BRACING OF TRENCHES A. Erect, maintain, and remove shoring, sheeting, and bracing as requnxed by all federal, state and local laws, codes and ordinance:. Section L.22CC I 3.13 REMOVAL OF WATER A. Removal of water shall be accomplished as specified herein before. 3.14 TRENCH STABILIZATION A. If the material in the bottom of the trench is unsuitable for supporting the pipe, excavate below the flow line to remove the unsuitable material, and backfill to the required grade with TRENCH STABILIZATION MATERIAL as specified hereinbefore. Unsuitable material is material which is not capable of supporting the pipe base material, pipe and/or backfill (i.e., organics, mud, trash, etc.). 3.15 BASE FOR PIPE IN ROCK TRENCH , A. Place a minimum 6 -inch thickness of GRANULAR PIPE BASE of the type hereinbefore specified. Place for the full width of the trench with the top of the granular base at flow line grade. Bed the pipe in the granular base so that the flow line is at the required grade and elevation. Place and finish the gravel base to grade ahead of the pipe laying operation. Place GRANULAR PIPE ZONE MATERIAL to a level 6 -inches above the top of the pipe. , 3.16 BASE FOR LARGE DIAMETER DUCTILE IRON PIPE IN SOIL TRENCH A. Install a large diameter ductile iron pipe in soil , trenches in accordance with the details illustrated on the Drawings for two trench depth ranges, as follows: Shallow Trench: 3 feet to 12 feet depth of pipe cover , Deep Trench: 12 feet to 23 feet depth of pipe cover. B. In the event that the trench depth exceeds 23 feet, use a higher thickness class of pipe, as required by AWWA C151 for Type 5 laying condition. , C. Pressure Class 200 ductile iron pipe installed in shallow soil trenches (3.feet to 12 feet of pipe cover) shall be installed in general conformance with Type 3 pipe laying condition as defined by AWWA C151, with the exception that GRANULAR PIPE BASE AND PIPE ZONE MATERIAL shall be utilized from 4 -inches below the pipe to the centerline Section 02200 - 10 I 1 of the pipe. The Contractor may ut:ze NATIVE P:P:: ZONE MATERIAL or GRANULAR PIPE ZONE MATFRTAI,, at his ' discretion and also at his expense, from the center line of the pipe to 6 -inches above the top of the pipe. Place 4 -inches of GRANULAR PIPE PAST on the graded soil trench bottom prior to installing pipe. Place lifts of GRANULAR ' PIPE ZONE MATERIAL in 6 to 8 inch lifts and lightly consolidate same up to the pipe centerline. Work the initial lifts under the barrel of the pipe tc insure that ' there are no voids under the pipe and that .t is uniformly supported. ' D. Pressure Class 2CC ductile iron pipe installed in deep soil trenches (12 feet to 23 feet of pipe cover) shall be installed in general conformance with Type 5 pipe laying condition as defined by AWWA CIS_. Place 5 -inches of GRANULAR PIPE BASF on the graded so:_ trench and compact tc 9C% of Standard Proctor density (AASHTC T-99) prior to installing the pipe. After pipe installation, place 6 to ' 8 -inch lifts of GRANULAR PPE ZONE MATERIAL and compact each lift to 9C% of Standard Proctor density up to the top of the pipe. Work init:a: lifts under the pipe ' barrel to insure that there are no voids under the pipe and that :t is uniformly supported. Place 6 inches cf NATIVE or GRANULAR PIPE ZONE MATERIA:. above the top cf the pipe. The Contractor nay select which of the twc materials will be used for this layer above the pipe. 3.:'7 BASE FOR SMALL :IAMOHTER DUCTILE IRON P.FF. IN SOIL 'TRENCH A. Install 16 -inch and smaller Class 250 ductile iron pipe in soil trenches up to 11 feet deep in accordance with ' the Bedding Deta:i on the Drawings arc Type 2 Standard Laying Condition. Grade soil trench bottoms to the specifies depths, for continuous and uniform pipe support. Place and lightly consolidate NATIVE PIPE ZONE ' MA:ERTAL up to the certe:- line of the pipe. Place additional NATIVE PTPF ZONE MATERIAL to a -level 6 :pones above the top of the pipe. _f greater depths of cover '• are required, use appropriate bedding classif.ca-icz ;Type 3, 4 or 5r as detailed by AWWA C151. 3. .8 BAS. FOR PVC PIPE TN SOIL TRENCH LI I I I A. Grade soil trench botto-ns to the specified depths. for ccntir..;:ous and uniform support. Place GRANULAR PIPE BASE AN:, PIPE ZONE MAT'ER:AL in over excavated areas and from a level 4 -inches below the pipe to a level 4 inches above the top of the pipe. � •,•, ,- Sect;cnr 1 I 3.19 TRENCH BACKFILL ABOVE THE PIPE ZONE I A. In trenches under all structures, sidewalks, county roads, city streets, piping, and similar facilities, except where specifically shown, deposit GRANULAR FILL, as specified hereinbefore, in horizontal lifts not exceeding 8 -inches in uncompacted thickness. Compact to ' not less than 95 percent relative compaction. Repair any subsequent damage caused by settlement of trenches at the Contractor's sole expense. ' B. In trenches under driveways, non -county roads, parking areas, and similar areas designated by the Engineer, backfill with compacted native materials to within 6 -inches of the surface. Places 6 -inches of GRANULAR FILL (Class 7 Base) and compact to not less than 95% relative compaction. Place additional GRANULAR FILL if settlement occurs, at the Contractor's sole expense. C. In other areas the excavated trench material may be used for backfill. Push by mechanical means, first onto the slope of the backfill previously placed and allow to roll down into the trench. Do not allow free fall of the material into the open trench. Under no circumstances allow sharp, heavy pieces of material to drop directly onto the pipe or. the material in the pipe zone. Backfill material shall not exceed 1/2 cubic foot in size and shall be intermixed with finer material to produce completed fill that is free from detrimental voids and segregation. Neatly windrow the material over the trench to provide for future settlement. Any excess or deficiency of backfill material after settlement within the guarantee period shall be corrected by regrading and adding or removing material. 3.20 SITE GRADING A.. Perform all earthwork to the lines and grades as shown , and/or established by the Engineer, with proper allowance for topsoil where specified or shown. Shape, trim, and finish slope's of channels to conform with the lines, grades, and cross sections shown. Make slopes free of all exposed roots and stones exceeding 3 -inch diameter which are loose and liable to fall. Round tops of banks to circular curbs, in general, not less than a 6 -foot radius. Rounded surfaces shall be neatly and smoothly trimmed. Overexcavating and backfilling to the proper grade will not be acceptable. Finished site grading will be reviewed by the Engineer. I Section 02200-12 Li I 3.21 DISPOSAL OF EXCESS EXCAVATION •' A. Dispose ct all excess excavated materials, not required or suitable for use as back`_ill or fill, outside of the area o. work. Contractor shalom make his own. arrangements ' for the disposal of the excavated material and bear all costs or retain any profit incidental to such disposal. 3.22 SETTLEMENT A. Any settlement In oackfill. fill, or in structures built over the hacktill or fill, which may occur within the ' :-year guarantee period in the General Conditions will be considered to be caused by improper compaction. methods and shall be corrected at the Contractor's sole expense. Any structures damaged by settlement shall be restored to ' their original condition by the Contractor at the Contractor's sole expense. ' 3.23 DRA:NAC;E C.'JLVER'_S A. Replace :n kind drainage culverts which are destroyed. If the culvert cannot be reused, dispose of it and furnish and :nstall new pipe. All culverts shall be protected from damage or restored to equivalent ' condition, if damaged, at no cost to the Owner. B. Replace culverts to the existing lines and grades. Do not replace culverts until the proposed pipeline is •' installed and the backfill of the trench has beer. completed to the subgrade of the culvert. I 3.24 PAYMENT A. Payment for the wcrx in this Section w,_: he included as ' part of the unit price and lump Burr bid amounts stated in ^sal. b. Payment for trench excavation, granular or native. pipe ' base and pipe zone :material and for trer_ch backf : l l for tr.e water lines shall be included in the unit price for ^.c water U nes . C. Rock excavation shall he measured for payment as the actual quantity of rock removed within the following limits: 1 . Maximum depth for payment purposes shall be 6 inches he]ow the bottom outside surface of the bane] o= the proposed pipeline. Sect:cnq,.200 __ I 2. Maximum width for payment purposes shall be 30 inches plus the outside diameter of the pipe barrel. If the actual width of excavation is less than the maximum width, payment will be based on the actual measured width. 3. Payment for rock excavation will be based on , the unit price per cubic yard stated in the Proposal and will be paid in addition to the linear foot payment for trench excavation and backfill. Payment for rock excavation shall include full compensation for all labor, equipment, materials, and incidentals necessary to drill, blast, and excavate the material. No payment will be made for rock excavated below the required grade or outside the widths mentioned above. No payment will be made for rock removal by any method other than drilling and blasting or with power -operated hand tools. 4. Payment for rock excavation shall include payment for the imported GRANULAR PIPE BASE AND PIPE ZONE MATERIAL to be installed from 6 - inches below to 6 -inches above the pipe. No separate payment will be made for this material. , D. Payment for trench stabilization material will be based on the unit price per ton stated in the Proposal. Measurement will be based upon individual trip tickets of actual truck measure furnished the Engineer for tons used under this item. Trip tickets shall be presented to the Engineer for his signature on the day the material is delivered. No payment will be allowed on trip tickets not so validated by the Engineer. Payment for this item shall constitute full compensation for all materials, labor, equipment, and incidentals necessary to furnish materials at trench side and for placing and compacting it in the trench and for the extra depth of trench excavation required below the pipe base grade to provide for a stable base for the pipe. This item is to provide for unstable base encountered in the progress of the work and shall be used only under the direction of the Engineer. E. Payment for GRANULAR FILL (Class 7 Base only) used for road crossings, driveways and other authorized areas will be based on the unit price per ton stated in the Proposal, and the number of tons placed within the authorized limits. This payment shall constitute full Section 02200 - 14 1 L C I I F compensaticn for the wcrk as specified here_n. Quant;ties for payment purposes shall he the actual r_umber of tons used, based on truck weights and tr_p tickets signed by the Er_cineer. Trip tickets shall be presented to the Engineer for his signature on the day that the material is delivered. No separate payment will be made for protecting, repairing and/cr replacing existing culverts. ' G. No separate payment AND PIPE ZONE MAT '• mater'. ai in the irstalaticn. 1 END I E I F [I I I I will be :made for GRANULAR PIPE BASE ERIAL. Include the cost of this respective unit prices for pipe OF SECTION (Subsurface information appended hereto) Sectio:: LztJ / EXHIBIT III TEST RESULTS No. Location Resistivity ohm -cm, Redox my. pH Sulfides Soil Description 19 20 Shiloh Rd. at 36" water main, Shiloh Rd. between boring No. 19 and boring No. 21. 10,000 2,000 +350 +260 5.5 6.3 Negative Negative Reddish brown clayey silt and gravel, 0-6', moist to saturated (rock @ 6'). Brownish red clayey silt, 0 - 8', saturated. 21 End of Shiloh Rd. at 2,800 +250 6.5 Negative Reddish brown clayey silt, cul-de-sac. 0-3', saturated (rnek n Z'1 -- - / 22' Shiloh Rd. at 2,400 -30 7.0 Positive Dark brownish gray Holiday Inn express. organic clayey silt, 0-8', saturated. 23Highway 112 spur at 1,000 + 150 6.5 Negative Brown clayey silt to brown Shiloh Rd. clay, 0-8', saturated. 24' Along Shiloh Rd., 6,000 -320 5.0 Positive Dark gray to black organic .25 miles from 112 muck, 0-8', saturated. spur (Wedington Dr.). 25' Along Shiloh Rd. .4 640 +300 6.1 Negative Brown clayey silt to clay, miles south of boring 0-8', saturated. No. 24. 26' Along Shiloh Rd., .5 630 +300 4.5 Negative Brown to light brown clay, miles south of boring 0-8', saturated. No. 25. 27' Shiloh Rd. at Old 760 +320 4.9 Negative Brownish red clay, 0-8', Farmington. saturated. 28 Old Farmington at 4,000 +300 5.4 Negative Gray and brown clayey cemetery. silt, 0-5', moist to saturated (rock @ 5'). 29* Old Farmington, 960 +280 5.1 Negative light brown clayey silt to 700' north of U.S. clay, 0-6', saturated (rock Highway 62. @ 6,). L L EXHIBIT III TEST RESULTS No. Location Resistivity Sulfides Soil Description Redox pH ohm -cm. my. 30 Mountain Rd., 1,000' 1,200 4.8 Negative Reddish brown silty clay, +310 south of U.S. Highway 62 (at 0-5', saturated (rock @ 5'). electric gate). 31 .5 miles along 1,000 +350 5.2 Negative Reddish brown silty clay to Mountain Rd. at 90° bend. clay, 0-5', saturated (rock @ 5'). 32' Along 24" main, 2,250 +90 6.5 Positive Dark brownish gray clayey 1,400' east of U.S. Highway 71 bypass. silt to hard grayish brown clayey silt, 0-5', saturated. * Denotes corrosive soil. i7 L: I I I I I • T•.. '.• f aE � C_ �tJ 1 , : !: ..:• ` ] •_ 111 tE y u 1 1 .e I X11 �• i w • a: Zb _ C•-� r �Ra eaj Z7! .,. -f1yyf1 raberRacl< . v5v _-- Sn -.._' Nau \..\ - -*;i. 1.IJ - • - - r 30 ,, v Washi .� _, .� y_ _ _ 1 PayeJtXa. •]uocpon �' _ �'� _ • ice"_ o ' �� ��• - ��+ / ' / � �.. / of 7 �, v � ..... / 1. ��__/ I 2 SECTION 02218 LANDSCAPING GRADING PART 1 GENERAL 1.01 WORK INCLUDED A. Finish grade subsoil. B. Place, level, and compact topsoil. 1.02 RELATED WORK A. Section 01400 - Quality Control: Compaction requirements of backfill. B. Section 02200 - Rough Grading - Subsoil contouring. C. Section 02200 - Backfilling: Backfilling and compacting fill. D. Section 0220O - Trenching: Excavation, backfill, and compacting fill in trenches. E. Section 02485 - Finish ground cover. 1.03 PROTECTION A. Protect landscaping and other features remaining as final work. B. Protect existing structures, fences, roads, sidewalks, paving, and curbs. PART 2 PRODUCTS 2.01 MATERIALS A. Topsoil: Reused or imported, friable loam; free of subsoil, roots, grass, excessive amount of weeds, stone, and foreign matter; acidity range (pH) of 5.5 to 7.5; containing a minimum of 4 percent and a maximum of 25 percent organic matter. Section 02218 - 1 flMCGN''oin con. um; EnpmurS inpro.ra4E roy.u..va, e.Fcn.o, 3.05 SCHEDULE OF LOCATIONS A• The following paragraphs identify compacted topsoil thicknesses for various locations. B• Seeded Grass: 6 inches. 3.06 PAYMENT A• Payment for the work in this Section will be included as part of the applicable unit price bids stated in the Proposal. No separate payment will be made. Include the cost of this work in the price for pipe installation. END OF SECTION Section 02218 - 3 McClelland esl o rve mincers Enylnprat Incorporated Faye He villa, Arkansas ' I ' I PART 3 EXECUTION ' 3.01 INSPECTION A. Verify site conditions and note irregularities affecting work of this Section. B. Beginning work of this Section means acceptance of existing conditions. 3.02 SUBSOIL PREPARATION A. Eliminate uneven areas and low spots. Remove debris, roots, branches, stones in excess of 3 inches in size. Remove subsoil contaminated with petroleum products. ' B. Scarify subgrade to depth of 3 inches where topsoil is scheduled. Scarify in areas where equipment used for hauling and spreading topsoil has compacted subsoil. 3.03 PLACING TOPSOIL A. Place topsoil in areas where seeding is scheduled. B. Use topsoil in relatively dry state. Place during dry weather. I I F I H I I I I C. Fine grade topsoil eliminating rough or low areas. Maintain levels, profiles, and contours of subgrade. D. Remove stone, roots, grass, weeds, debris, and foreign material while spreading. E. Manually spread topsoil around plants and structures to prevent damage. F. Lightly compact placed topsoil. G. Remove surplus subsoil and topsoil from site. H. Leave stockpile area and site clean and raked, ready to receive grass seeding. 3.04 TOLERANCES A. Top of Topsoil: Plus or minus 1 inch. Section 02218 - 2 I COnSJlr(nq MW pwai.! Fny.rryw V.. Atkn.a. C U H C I C I I L I 1 r I H SECTION 02223 HIGHWAY UNDERCROSSINGS PART 1 GENERAL 1.O1 SCOPE A. This Section covers the work necessary for the construction of the highway undercrossings, complete, within the limits shown. B. All necessary permits for the undercrossings will be obtained by the Owner. C. The operation across the highway right-of-way must conform to the requirements of the Arkansas Highway and Transportation Department (Permitter). Execute all necessary agreements and/or permits before entering upon or commencing any work on the highway right-of-way. Comply, also, with the applicable requirements of the GENERAL CONDITIONS and the SUPPLEMENTARY CONDITIONS. D. All designated highway crossings shall be made by boring and insertion of a casing pipe, unless specifically otherwise noted hereinafter. However, if the Contractor encounters solid rock and is unable to complete the bore, he shall obtain permission from the Permitter to make an open cut. The Contractor shall comply with all requirements of the Permitter. E. For open cuts, utilize equipment capable of completing at least 1/2 of the width of the state highways designated to be bored, crossing during daylight hours in I day. At least one-way traffic shall be maintained at all times, unless approved on detours is obtained from the Permitter. F. Prior to starting construction, all required labor, materials, and equipment shall be on the site. Notify all permitters at least 48 hours in advance of working within their right-of-way. The tern "Permitter" as used herein shall be understood to mean the party, agency, or governmental authority issuing the permit or permits for the construction within the said right-of-way. 1.02 LOCATION A. Undercrossings to be made by the boring and jacking method include undercrossings of US Highways 62 and 71. Section 02223 - 1 M<G. :aid ' a Cla'ned, a/ral Y.ttvaaral.d Rover,,' ,,ttkar!a) PART 2 PRODUCTS 2.01 WATER PIPE A. Strength classification and type as shown in the Undercrossing Schedule, all conforming to Section 15001-2. 2.02 UNDERCROSSING SCHEDULE A. Not Used. 2.03 EXCAVATION A. Excavation shall conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 2.04 IMPORTED GRANULAR PIPE BASE AND PIPE ZONE MATERIAL A. Conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 2.05 TRENCH BACKFILL A. Rock or foundation stabilization and granular backfill shall conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 2.06 STEEL CASING PIPE A. Provide casing of size to permit proper construction to the required lines and grades. Casing shall be type shown below, fabricated in sections for welded field joints. B. The minimum wall thickness shall correspond to the following table: For Highway Undercrossings Casing Smooth Steel Pipe Diameter in Minimum Wall Thickness Inches In Inches 15-24 1/4 ASTM A 53 30-36 5/16 AWWA C201 40-54 3/8 AWWA C201 Section 02223 - 2 k WED p.'11 so':. IY YI YYrypli I I I I I I C I I I I C. Casing length shall be as necessary to conform to the criteria shown on the details on the Drawings. The Field Engineer will determine the specific casing length for each undercrossing. 2.07 CONCRETE A. ASTM C 94, Alternate 2. Proportion and mix to produce a minimum compressive strength of at least 3,000 psi at 28 days. Maximum size of aggregate 1 -1/2 -inch, slump between 2 and 4 inches. 2.08 SAND A. Sand for sealing the annular space between the carrier pipe and the casing pipe shall conform to ASTM C 33. 2.09 STAINLESS STEEL BANDS A. One -half -inch wide by 0.020 -inch thick, 304 stainless steel bands, or equal. 2.10 SEALS AND SUPPORTS A. Lumber shall be No. 2 West Coast Douglas fir graded in conformance with WWPA Current Grading Rules, No. 2 Yellow Southern Pine, or equal. Material shall be pressure treated with creosote or pentachlorophenol in mineral spirits in accordance with AWPA C14, C8, C9, and C2 as applicable. Minimum retention shall be as designated for contact with ground. Method of treatment in accordance with the applicable portion of the AWPA manual standards. Insofar as practicable, all timbers shall be cut to size before the material is given the preservative treatment. II PART 3 EXECUTION I I H I 3.01 GENERAL A. Prior to the start of the work, submit satisfactory evidence to the Engineer that all insurance coverage requirements called for by the Permitter have been complied with. All proposed construction methods and materials for the undercrossing shall be approved by the Engineer and Permitter prior to the crossing operation, and no construction shall be started until written approval to proceed from the Permitter has been submitted to the Engineer. Section 02223 - 3 I s ' MCfI#jond EPQnIns nv o �aJEngineers n narpe•c.ed Pi"ftsy . e. ttkcnsa. I 3.02 TRENCH EXCAVATION AND BACKFILL A. Conform to the• applicable portions of Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. At designated locations, compact granular base backfill for full depth of trench with approved mechanical tampers to 95 percent maximum density as determined by AASHTO T 99. 3.03 CASING A. Size of casing shall be large enough to provide sufficient working space to properly install the water pipe to lines and grades shown. Minimum acceptable sizes are shown on the Undercrossing Schedule and on the Drawings. Jacked or bored casings shall be continuously welded at joints for a rigid, watertight encasement. 3.04 UNCASED PIPE A. Provide granular base under all pipe within limits of crossing. Base and pipe installation to conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 3.05 CASED PIPE A. Provide strapped timber cradle both over and under barrel of pipe, join pipe, and slide. into casing. Cradles shall be strapped to pipe barrel as shown on the Drawings. B. Pipe installation to conform to applicable portions of Section 02200 and Section 15001. 3.06 PLACING FILL IN CASING A. Fill the annular space between the casing and the pipe completely with sand to prevent pipe flotation during high water. Accomplish filling by pouring or pumping the sand from the two ends and such intermediate points as may be necessary. Filling, once commenced at any one point, shall be completed without stopping. Suitable low pressure equipment, having capacity to delivery sand under pressure of up to 5 pounds per square inch, will be approved by the Engineer. B. Dispose of excess excavated material as approved by the Engineer. 3.07 PLACING CONCRETE SEALS AT ENDS OF CASING A. After the water pipe has been tested and approved, construct a wood form at the ends of the casing and pour Section 02223 - 4 I I I I] I I C I I I I I-i I Mcpe fiend ea o rve ConeWfing Engineers In corp orated 1Foyeueville, Arkansas 1 I I H Li I I [I I I I I I I I I minimum 18 -inch -thick concrete plugs as shown. Work the concrete around the pipe so that the plug will provide a tight seal. 3.08 CONTRACTOR'S RESPONSIBILITY A. The Contractor shall be fully responsible for settlement or deterioration of the finished undercrossing pavement during the warranty period. B. The Owner will withhold final payment for this project until the Contractor furnishes a satisfactory release from the Highway Department stating that all claims for labor and materials have been satisfied and that the Contractor's work across the right-of-way has been completed to the satisfaction of the Highway Department. 3.09 PAYMENT A. Payment for the highway crossings designated to be bored and jacked or direct buried will be based upon applicable unit prices stated in the Proposal. Separate payment will be made for the water pipe installed through the casing and for granular fill material. END OF SECTION Section 02223 - 5 I McC'el'cnd Hl a rve fniwltny wcnw'a ee HyelMv I S. A•kcneae I I I [-. I I I I [1 IT I I H I C I I SECTION 02485 FINISH GRADING AND GRASS PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary for the finish grading and grass establishment, complete, including furnishing and delivery of material and seeding and maintenance of grass. The intention of this Specification is that the Contractor returns areas of damaged turf to the condition in which he found them at the start of the job and that a grass stand be established on all cleared areas. The only areas not to be seeded are areas receiving gravel or paved surfaces and gardens. 1.02 GENERAL A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. i is\;Y1i�� �gV 1i51;i1:\�7 A. Existing topsoil shall be reused where practical. See Section 02218, LANDSCAPE GRADING. 2.02 SEED A. Certified, blue tag, clean, delivered in original, unopened packages and bearing an analysis of the contents, guaranteed 95 percent pure and to have a minimum germination rate of 85 percent, within 1 year of test. 2.03 SEED MIX A. Mix for all areas shall follow the recommendations of the local Agricultural Extension Agent, depending on the season. B. Separate lawn and field grass mixes shall be utilized, as appropriate for the application area. Section 02485 - 1 MC b &!a•4 !f 7 Lun.e.l•r0 'fleet OOr flea f!".•' I •, d•rar w. PART 3 EXECUTION 3.01 PROJECT SCHEDULE A. The overall Project Schedule shall show an anticipated time for grading and seeding to take place, so that seasonal consideration can be given attention. 3.02 CONSTRUCTION METHODS - GRADING OF TOPSOIL A. Shape the topsoil over, the area to the desired shape and contour. B. Apply commercial fertilizer at the manufacturer's recommended rate, distributing it uniformly with a mechanical spreader. The minimum application rate shall be 500 lbs per acre. Fertilizer blend shall be as recommended by the local Agricultural Extension Agent. 3.03 FINISH GRADING A. Thoroughly mix the topsoil and fertilizer. B. Rake the area to a uniform grade so that all areas drain in the same manner as at the start of the project. C. Lightly compact before planting grass. D. Remove all trash and stones exceeding 2 -inch in diameter from area to a depth of 3 -inches prior to preparation and planting grass. 3.04 TIME OF SEEDING A. Conduct seeding under favorable weather conditions during seasons which are normal for such work as determined by accepted practice in locality of project. 3.05 MECHANICAL SEEDING A. Sow grassed areas evenly with a mechanical spreader at rate of 100 pounds per acre, roll with cultipacker to cover seed, and water with fine spray. Method of seeding may be varied at discretion of Contractor on his own responsibility to establish a smooth, uniformly grassed area. 3.06 HYDROSEEDING A. At the Contractor's option, seed may be applied by hydroseeding method. Seeding shall be done within 10 Section 02485 - 2 C I I I [1 I -J I I I I [A I H 140CIe/Iand esi n o rve Cansulling Engineers Incorporated Fayette vIDe, Arkansas I 1 1 1 1 1 days following soil preparation. Hydroseed all areas at rate of 100 pounds seed and 500 pounds ammonium phosphate per acre. B. Proceed with seeding operation on moist soil, but only after free surface water has drained away. C. Exercise due care to prevent drift and displacement of mixture into other areas. 3.07 WINTER PROTECTIVE SEEDING A. Winter barley or annual rye grass applied at a rate of 120 pounds/acre shall be used after September 15. 3.08 MAINTENANCE A. Begin maintenance immediately after each portion of grass is planted and continue until a reasonable stand of grass has been obtained. Water to keep surface soil moist. Repair washed out areas by filling with topsoil, fertilizing, and seeding. 3.09 GUARANTEE A. If, at the end of a 180 -day period, a satisfactory stand of grass has not been produced, the Contractor shall renovate and reseed the grass or unsatisfactory portions thereof immediately, or, if after the usual planting season, during the next planting season. If a satisfactory stand of grass develops by July 1 of the following year, it will be accepted. If it is not accepted, a complete replanting will be required during the planting season meeting all of the requirements specified under CONSTRUCTION METHODS. B. A satisfactory stand is defined as grass or section of grass that has: No bare spots larger than 0.5 square feet. 3.10 PAYMENT A. Payment for the work in this Section will be included as part of the unit price bid per foot of pipe for pipeline work, and part of the lump sum bid for altitude valve station work. END OF SECTION Section 02485 - 3 VCC,'.°,d Er(Irep •S weo oo•egd foye'lrr'llg1 /.'k4°5J° I L7 I I I I Li I I I I Li I H SECTION 02601 ASPHALT CONCRETE. AND GRAVEL SURFACE RESTORATION PART 1 GENERAL 1.01 SCOPE A. This section covers the work necessary for the restoration of asphalt and concrete pavement, gravel surfaces, replacement of sidewalks, curb and gutter, drainage facilities, and incidental work, complete. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.02 STANDARD SPECIFICATIONS A. Where the tern "Standard Specifications for Highway Construction" is used, such reference shall mean the current edition of Arkansas Highway and Transportation Department Standard Specifications. Where reference is made to a specific part of the Standard Specifications, such applicable part shall be considered as part of this section of the Specifications. In case of a conflict in the requirements of the Standard Specifications and the requirements stated herein, the requirements herein shall prevail. 1.03 RELATED WORK SPECIFIED IN OTHER SECTIONS A. Section 02200 - Earthwork, Trench Excavation and Backfill 1.04 SUBMITTALS DURING CONSTRUCTION A. Prior to the delivery of specified aggregate to the site, the Contractor shall submit samples of the material for the Engineer's approval. Samples shall be typical of materials to be furnished from the proposed source and in confornance with the specified requirements. B. Prior to the delivery of asphalt materials and paving mixes to the site, the Contractor shall submit certificates of compliance of such materials with these Specifications. Section 02601-1 I MCC to 'fond [yn.u.11n0 /Ma ,G 'Yew trig Pee-• • c e're W 'e, £ n,n.cl I C. Where laboratory testing is specified herein, the Contractor shall employ an independent testing laboratory to conduct such tests, and submit certificates of the test results to ensure 'Specification conformance. D. The costs for submittals shall be included in the price(s) quoted for the work under this section. PART 2 MATERIALS 2.01 CONCRETE A. Concrete for sidewalks, pavement, and miscellaneous construction shall conform to ASTM C 94, Alternate 3; and shall have a design mix proportioned for 3,000 pounds per square inch compressive strength at 28 days. Concrete mix shall contain no less than 5-1/2 sacks of cement per cubic yard. 2.02 CONCRETE FORMS A. All forms for pavement and sidewalks shall be either 2 -inch dimensioned lumber, plywood, or metal forms. 2.03 CURING COMPOUND A. Commercial grade conforming to ASTM C 309, Type.I. 2.04 REINFORCING STEEL A. Conform to ASTM A 615, Grade 60. 2.05 BASE COURSE A. Gravel for the base course shall be clean, hard, durable, pit -run crushed stone which is reasonably graded from coarse to fine. Base course shall conform to Section 303 for Class 7 Base of the Standard Specifications for Highway Construction and compacted as specified herein. 2.06 GRAVEL SURFACE COURSE A. Gravel for the surface course shall be clean, hard, and durable, and shall be reasonably graded from coarse to fine. The surface course shall conform to Section 303 for Class 7 Base of the Standard Specifications for Highway Construction. Section 02601-2 I I I I I CI II J [1 I I I McClelland Consulting Engineers Incorporated FoyeBeville, Arkansas I I I I 1 I I I] I I I I I I 2.07 ASPHALT CEMENT A. Asphalt cement for binder shall be AC 85-100 paving asphalt conforming to the Standard Specifications unless otherwise specified. 2.08 PRIME COAT A. Asphalt to be used for a prime coat shall be asphalt emulsion Type RS -2, CRS -2, or liquid asphalt MC -70, MC -25O, or RC -250 conforming to ASTM D 977, D 2397, D 2027, or D 2028. 2.09 TACK COAT A. Asphalt emulsion conforming to ASTM D 977 or D 2397, unless otherwise specified. 2.10 ASPHALT CONCRETE A. Asphalt concrete for paving the designated area shall be Type II hot -plant mix and all materials shall conform to the requirements of Section 408 of the Standard Specifications for Highway Construction. Portions of the referenced specification that are obviously not applicable for the type of work to be done shall be disregarded. 2.11 CULVERT A. Culvert pipe shall be galvanized corrugated metal pipe not less than 14 -gauge and shall conform to AASHTO M 36 with the added requirement that the pipe and coupling bands shall be completely coated with bituminous material conforming to ASTM D 449. Provide manufacturer's standard coupling bands, complete. Bolts shall be galvanized. PART 3 3.01 A. B. EXECUTION CONSTRUCTION PROCEDURE Trench backfill shall be as specified in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. Replace all bituminous pavement damaged under this Contract with like materials. Section 02601-3 I Mcfre raid r r M Car w if, ' IrMpo c wp0fin ra•ed •Cprr*v -6� Arkaq,as J C. Replace concrete pavement damaged under this Contract with minimum of 6 -inch thickness or to conform with existing., whichever is greater. D. In addition to the requirements set forth, herein, the work shall conform to the applicable workmanship requirements of the AHTD Standard Specifications referenced heretofore. 3.02 REMOVAL OF PAVEMENT, SIDEWALK, CURBS, AND GUTTERS A. Removal of all pavement, sidewalks, curbs, and gutters shall conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL, and payment for removal shall be included in that section. 3.03 STREET MAINTENANCE A. Maintain all trenches as specified under Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 3.04 EXCAVATION AND BACKFILL A. Excavation and backfill are specified in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. Special backfill around culvert pipe is specified with the culvert installation. 3.05 INSTALLATION OF CULVERT A. Install culvert where shown on the Drawings or where existing culverts are destroyed. Pipe shall be carefully bedded to provide uniform bearing. Coupling bands shall be installed in conformance with the manufacturer's recommendations. Use gravel base course to a point 6 inches above pipe. Backfill remainder with base course material. Place backfill in 6 -inch lifts uniformly on both sides of the pipe simultaneously, and thoroughly compact each lift with mechanical tampers before placing the next lift. 3.06 PREPARATION OF SUBGRADE A. Bring subgrade to proper grade and cross section shown by means of a blade grader or other suitable equipment. Compact subgrade with bulldozer, roller, loaded trucks, or other suitable equipment moving uniformly over the surface. As the compaction of the subgrade proceeds, dig out all soft or spongy areas and fill the resulting holes with locally available red chert, clay gravel, or other material satisfactory to the Engineer. Dispose of Section 02601 - 4 I I I I L] I I I I Li I I I I MCWelland en o rve Consulfine Engineers InerOorated Fererrevwe, Arkansas I I E I I I I L I L L L I excess materials resulting from grading. Do not permit heavy machinery to operate adjacent to structures where such operations nay cause damage. The finished subgrade shall provide a satisfactory base for the road and be acceptable to the Engineer. 3.07 BASE COURSE A. Spread gravel base course on prepared subgrade in a uniform layer, without segregation of size, to such loose depth that, when compacted, the course shall have a thickness of 6 -inches. Compact the base course to a minimum of 95 percent of the maximum density as determined by ASTM D 1557. Sprinkle base material as necessary to aid compaction. Blade ruts and irregularities smooth during the compaction process until a smooth surface, conforming to the grade shown, is obtained. 3.08 SURFACE COURSE TOP COURSE A. The cross section of the finished surface shall be subject to reasonable variation by the Engineer to meet the varying conditions encountered. Spread the 1 -1/2 -inch minus rock to such a loose depth that, when compacted, it will be a minimum depth of 2 -inches. Compact the surface material to the same as that specified for the base course and blade until the top surface is smooth and conforms to the grade and crown requirements shown. 3.09 TACK COAT A. Apply a tack coat on existing asphalt concrete pavement and to each lift of new pavement that is to receive a succeeding lift in conformance with Section 403 of the Standard Specifications for Highway Construction. 3.10 PRIME COAT A. The prime coat shall be applied to the leveling course in accordance with section 4C3 of the referenced specification at the rate of 0.20- to 0.30 -gallon per square yard of surface area. The exact amount is to be determined by the Engineer. 3.11 CONSTRUCTION OF ASPHALT CONCRETE PAVEMENT A. Lay asphalt concrete over the base course in a single lift and the compacted depth shall be 3 -inches. The method of proportioning, mixing, transporting, laying, Section 02601 -5 MCC!.JIcrtc Ecp' nor IrmDa'a110 processing, rolling the material, and the standards of workmanship shall conform to the applicable requirements of Section 408 of the Standard Specifications. B. The Engineer will examine the base before the paving is begun and bring any deficiencies to the Contractor's attention to be corrected before the paving is started. Roll each lift of the asphalt concrete and compact to the density specified in the referenced Standard Specification for Highway Construction. The grade, line, and cross section of the finished surface shall conform to the Drawings. Asphalt or asphalt stains which are noticeable upon surfaces of concrete or materials which will be exposed to view shall be promptly and completely removed. 3.12 SURFACE RESTORATION A. Maintain all trenches as specified under Section 02200, EARTHWORK, EXCAVATION AND BACKFILL, until surface restoration is completed. 3.13 ASPHALT CONCRETE PAVEMENT REPLACEMENT FOR PIPE TRENCHES A. Bring the trench to a smooth, even grade at the correct distance below the top of the existing pavement surface so as to provide adequate space for the base course and pavement. Trim existing pavement to a straight line to remove any pavement which has been damaged or which is broken and unsound to provide a smooth, sound edge for joining the new pavement. B. Compact the subgrade with mechanical vibratory or impact tampers to a minimum of 95 percent of maximum as determined by ASTM D 1557. Any subsequent settlement of the finished surfacing during the warranty period shall be promptly repaired by the Contractor, at the Contractor's sole expense. C. Place sufficient base course on the subgrade to obtain a thickness of 6 inches after compaction. Place for the full width of the trench and process as required to provide a smooth surface without segregation. D. Compact the base course with mechanical vibratory or impact tampers to a minimum of 95 percent of maximum density as determined by ASTM D 1557. Any subsequent settlement of the finished surfacing during the warranty period shall be promptly repaired by the Contractor, at the Contractor's sole expense. Section 02601-6 McCleItarM esi o rve Consulting Engineers Incorporated Fayefleville, Arkansas I I I I] I J I 11 I j I I Li I n I I I I 1 I L 1 I 1 I I H 1 E. Place base course under all pavement to be replaced and, in addition, under gravel surfaced shoulders and other graveled areas. F. After the leveling course has been compacted, apply an asphalt prime coat, specified above, at 0.20 to 0.30 gallon per square yard to the surface of the leveling course and to the edges of the existing pavement. G. Place the asphalt concrete on the prepared subgrade over the trench to a compacted depth of not less than 3 inches or the depth of the adjacent pavement, whichever is greater. Spread and level the asphalt concrete with hand tools or by use of a mechanical spreader, depending upon the area to be paved. Bring the asphalt concrete to the proper grade and compact by rolling or the use of hand tampers where rolling is impossible or impractical. He Roll with power rollers capable of providing compression of 200 to 300 pounds per linear inch. Begin the rolling from the outside edge of the replacement progressing toward the existing surfacing, lapping the existing surface at least 1/2 the width of the roller. If existing surfacing bounds both edges of the replacement, begin rolling at the edges of the replacement, lapping the existing surface at least 1/2 the width of the roller, and progress toward the center of the replacement area. Overlap each preceding track by at least 1/2 the width of the roller and make sufficient passes over the entire area to remove all roller marks. I. The finished surface of the new compacted paving shall be flush with the existing surface and shall conform to the grade and crown of the adjacent pavement. J. Immediately after the new paving is compacted, all joints between new and original asphalt pavement shall be painted with hot asphalt or asphalt emulsion and be covered with dry paving sand before the asphalt solidifies. K. The surface smoothness of the replaced pavement shall be such that when a straightedge is laid across the patch area between the edges of the old surfacing and the surface of the new pavement, the new pavement shall not deviate from the straightedge more than 1/4 inch. 3.14 WEATHER CONDITIONS A. Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall, sand or dust Section 02601 -7 I Mc[.' and a rw Coq 4I Enpl lee's roar Gorc •ed laye?e, 'e, Prkcnsos storms, or any imminent storms that might adversely affect the construction. The Engineer will determine when surfaces and material are dry enough to proceed with construction. Asphalt concrete shall not be placed (1) when the atmospheric temperature is lower than 40 degrees F, (2) during heavy rainfall, or (3) when the surface upon which it is to be placed is frozen or wet. Asphalt for prime coat shall not be applied when the surface temperature is less than 50 degrees F. Exceptions will be permitted only in special cases and only with prior written approval of the Engineer. 3.15 PROTECTION OF STRUCTURES A. Provide whatever protective covering may be necessary to protect the exposed portions of bridges, culverts, curbs, gutters, posts, guard fences, road signs, and any other structures from splashing oil and asphalt from the paving operations. Remove any oil, asphalt, dirt, or any other undesirable matter that may come upon these structures by reason of the paving operations. B. Where water valve boxes, manholes, catch basins, or other underground utility appurtenances are within the area to be surfaced, the resurfacing shall be level with the top of the existing finished elevation of these facilities. If it is evident that these facilities are not in accordance with the proposed finished surface, notify the Engineer to have the proper authority contacted in order to have the facility altered before proceeding with the resurfacing around the obstruction. Consider any delays experienced from such obstructions as incidental to the paving operation. No additional payment will be made. Protect all covers during asphalt application. 3.16 EXCESS MATERIALS A. Dispose of all excess materials. Make arrangements for the disposal and bear all costs or retain any profit incidental to such disposal. 3.17 CONTRACTOR'S RESPONSIBILITY A. Settlement of replaced pavement over trenches within the warranty period shall be considered the result of improper or inadequate compaction of the subbase or base materials. The Contractor shall promptly repair all pavement deficiencies noted during the warranty period at the Contractor's sole expense. Section 02601-8 I I I I I I I FA I I I J I I C ICI I McClelland esi n o rvs Con salting Engineers Incorporated Foyettevllle, Arkansas I I I [1 I I I I I I I 3.18 CONCRETE PAVEMENT A. Pavement replaced shall be the same thickness as that removed, except that in no instance shall it be less than a minimum of 6 inches. Protect the newly placed concrete from traffic for a period of 7 days and cure by covering with burlap, sand, earth, or sawdust, which is kept continuously wet. B. Handle and place concrete pavement in accordance with the Standard Specifications for Highway Construction of the Arkansas State Highway and Transportation Department. 3.19 GRAVEL SURFACING A. Where required by the Drawings, and where necessary to match existing surfaces, place crushed rock, gravel surfacing material, as specified herein, on streets, driveways, parking areas, street shoulders, and other graveled areas disturbed by the construction. Spread the rock by tailgating and supplement by hand labor where necessary. Level and grade the rock to conform to existing grades and surfaces. 3.20 SIDEWALKS AND CURBS A. Replace concrete sidewalks and curbs to the same section width, depth, line and grade as that removed or damaged. Cut ends of existing curb to a vertical plane. Prior to replacing the sections, properly backfill and compact the trench to prevent subsequent settlement. B. Cut ends of existing curbs to a vertical plane. Construct forms to match existing. Place concrete and finish exposed surfaces similar to adjacent curb. C. Replace concrete sidewalks between scored joints and make replacement in a manner that will avoid a patched appearance. Provide a minimum 2 -inch thick compacted gravel base course of quality hereinbefore specified. Finish concrete surface similar to the adjacent sidewalks. Score joints and finish edges with a steel edging tool. D. Tunneling under curbs and sidewalks is optional. However, should any subsequent cracking, subsidence, or any other indication of failure occur within the warranty period, the damaged section shall promptly be replaced at the Contractor's sole expense. Section 02601-9 I Mr C,. lane Car w1rr'1G ,.es r 1 Erq.nsr.s rays'••.. I 3.21 ASPHALT DRIVEWAYS AND WALKS A. Replace asphalt driveways and walks in accordance with ASPHALT CONCRETE PAVEMENT REPLACEMENT. 3.22 CLEANUP A. Clean up all debris and unused materials from the paving operation. Clean all surfaces that have been spattered or defaced as a result of the paving operation. 3.23 CONTRACTOR'S RESPONSIBILITY A. The Contractor shall be fully responsible for settlement or deterioration of the finished street crossing pavement during the warranty period. 3.24 PAYMENT A. Payment for the work under this section shall be based on the appropriate unit prices stated in the Contractor's Proposal. Payment shall be considered full compensation for furnishing all labor, materials, and equipment to complete the work as specified under this section. B. Payment for replacement of gravel surface and base course shall be made as specified in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 3.25 ASPHALT CONCRETE AND PORTLAND CEMENT CONCRETE PAVEMENT REPLACEMENT A. Payment for asphalt concrete and portland cement concrete pavement will be based on the unit price per square yard stated in the Contractor's Proposal for the actual area replaced. Payment will be limited to a maximum width of 10 feet: All pavement damaged outside this 10 -foot limit shall be replaced at the Contractor's sole expense. The number of square yards will be measured by the Engineer. B. The unit prices shall include payment for excavation required to provide space for the surfacing, preparation of the trench, tack coat, prime coat, surfacing, disposal of all excess excavated materials, and all other work required to complete the resurfacing. 3.26 SIDEWALK REPLACEMENT A. Payment for the replacing of damaged sidewalks shall be based on the unit per square yard as stated in the Contractor's Proposal. Payment will, however, be limited Section 02601 - 10 I I I I I I I I I I I I I I I I I enginelfand ers o ,v! Consulting Incorporated Fayette villa, Arkansas I I I I 11 I I I I I I I I Section C2601 - 11 to sidewalks replaced within 5 feet of the pipe centerline. All sidewalks damaged outside this limit shall be replaced at the Contractor's sole expense. 3.27 CURB REPLACEMENT A. Payment for replacing curb and gutter removed in order to lay the pipe shall be based on the unit price per linear foot as stated in the Contractor's Proposal. Payment will, however, be limited to curbs replaced within 5 feet of the pipe centerline. All curbs damaged outside this limit shall be replaced at the Contractor's expense. END OF SECTION H M9 1 r c rH CV'I W �Ii r9 +p. nnI nn' tr ca oaarr,C H�t.avdy, prfrnofn! I I I I I I I I I I I 'I I I SECTION 02740 MANHOLE CONSTRUCTION PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary for the construction of manholes, complete. Manhole Details are as shown on the Drawings. Utilize manholes for air release valve vaults. PART 2 MATERIALS 2.01 BASE ROCK A. Clean gravel or crushed rock conforming to the requirements for GRANULAR FILL as specified in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 2.02 CONCRETE A. Ready -mixed, conforming to ASTM C94. compressive field strength for manhole bases and walls shall be not less than 3,000 psi at 28 days. Maximum size of aggregate shall be 1-1/2 inches. Slump shall be between 2 and 4 inches. 2.03 FORMS A. Exterior exposed surfaces shall be plywood. Others shall be matched boards, plywood, or other approved material. Form all vertical surfaces. Trench walls, large rock, or earth will not be approved form material. 2.04 REINFORCING STEEL A. Conform to ASTM A 615, Grade 60, deformed bars. 2.05 POURED -IN -PLACE MANHOLES A. Poured -in -place type manholes must be used in accordance with details of construction approved by the Engineer. Precast manhole sections will not be used. Section 02740 - 1 LZ1� yr �1h([y.`SyL �'ai!S°o;j 2.06 MORTAR A. Standard premixed mortar conforming to ASTM C 387 or proportion 1 part Portland cement to 2 parts clean, well -graded sand which will pass a 1/8 -inch screen. Admixtures may be used not exceeding the following percentages of weight of cement: Hydrated lime, 10 percent; diatomaceous earth or other inert materials, 5 percent. Consistency of mortar shall be such that it will readily adhere to the pipe. 2.07 MANHOLE STEPS A. Manhole steps shall be cast iron steps conforming to all OSHA requirements. Rungs shall be Neenah Catalog No. R -1982-J or equal, as detailed on the Drawings. Space rungs vertically as shown in Detail on the Drawings. B. Alternative, steel steps encapsulated with polyethylene may be used provided that they conform to the following load requirements and dimensions of the above specified steps. C. The installed steps shall be located so as to provide a continuous ladder with steps equally spaced vertically in the assembled manhole. They shall be capable of withstanding a force of 350 pounds, applied at any place •on the step and in any direction which projects from the point of application through a diameter of the step cross-section at that point, with no permanent deformation resulting. Steps shall be cast into the manhole wall. 2.08 MANHOLE FRAMES AND COVERS A. Model listed or equal: Manhole in Easements Crouch C-23-45 (250 lbs) lid shall be lettered "WATER" PART 3 EXECUTION 3.01 EXCAVATION AND BACKFILL A. Conform to applicable portions of Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. Backfill around manholes shall be of same quality as trench backfill immediately adjacent. Section 02740 - 2 Mtcielland esi n o rro Consulting Engineer, Iacorp orated FDye"eville, Arkansas Li L I 3.02 ROCK BASE A. Remove water from the excavation. Place a minimum of 6 inches of GRANULAR FILL as specified in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL thoroughly compact with a mechanical vibrating or power tamper. ' I 3.03 MANHOLE WALL ''I A. Construct manhole wall in accordance with procedures described for concrete wall construction in Section 03300, CONCRETE. ' I 3.04 MANHOLE FRAMES AND COVERS L I I I L I I I I I A. Install frames and covers on top of manholes to positively prevent all infiltration of surface or groundwater into manholes. Frames shall be set in a bed of mortar with the mortar carried over the flange of the ring as shown in the Manhole Details on the Drawings. Set frames so tops of covers are flush with surface of adjoining pavement or ground surface, unless otherwise shown or directed. 3.05 PAYMENT A. Payment for the work in this Section will be included as part of the unit price bid amount stated in the Proposal for air release valve vaults and combination air valve vaults. No extra payment will be made for manholes of different depths or diameters. END OF SECTION Section 02740 - 3 Mai E..Pyr Cr ii II H r. [1 I I I H C I I r� I H SECTION 03210 REINFORCING STEEL PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the reinforcing steel and welded wire fabric. 1.02 GENERAL A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. 1. Bending Lists 2. Placing Drawings PART 2 MATERIALS 2.01 DEFORMED REINFORCING BARS A. Deformed billet -steel bars conforming to ASTM A615, Grade 60. 2.02 WELDED WIRE FABRIC A. Conform to ASTM A 185 or A 497. 2.03 ACCESSORIES A. Tie wire shall be 16 -gauge, black, soft -annealed wire. Bar supports shall be of proper type for intended use. Bar supports in beams, coiunns, walls, and slabs exposed to view after stripping shall be small rectangular concrete blocks made up of the same color and sane strength concrete being placed around them. Use concrete supports for reinforcing in concrete placed on grade. Conform to requirements of "Placing Reinforcing Bars" published by CRSI. Section 03210 - 1 1 �H Eap*asee Ir aarOar nb0 Fapl•r••e preaaaa L PART 3 EXECUTION 3.01 GENERAL A. Conform to "Placing Reinforcing Bars", Recommended Practices, Joint Effort of CRSI-WCRSI, prepared under the direction of the CRSI Committee on Engineering Practice. B. Notify the Engineer when reinforcing is ready for inspection and allow sufficient time for this inspection prior to casting concrete. 3.02 DELIVERY AND STORAGE A. Deliver steel with suitable hauling and handling equipment. Tag steel for easy identification. Store to prevent contact with the ground. The unloading, storing, and handling bars on the job shall conform to CRSI publication "Placing Reinforcing Bars". 3.03 PLACING REINFORCING STEEL - CLEANING A. Clean metal reinforcement of any loose mill scale, oil, earth and other contaminants. 3.04 STRAIGHTENING AND REBENDING REINFORCING STEEL A. Do not straighten or rebend metal reinforcement. Where construction access through reinforcing is a problem, bundling or spacing of bars instead of bending shall be used. Submit details and obtain Engineer's review prior to placing. 3.05 PROTECTION, SPACING, AND POSITIONING OF REINFORCING STEEL A. Conform to the current edition of the ACI. Standard Building Code Requirements for Reinforced Concrete (ACI 318), reviewed placing drawings and design drawings. 3.06 REINFORCING STEEL - LOCATION TOLERANCE A. Conform to the current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing Steel Institute and to the Details and Notes on the Drawings. 3.07 SPLICING A. Conform to Drawings and current edition of ACI Code 318 Splices in adjacent bars shall be staggered. Section 03210 - 2 I. it I I I I I P. I I [1 El McClelland esi n o rve ing Engineers Faye"eville, Arkansas I I I IEn LJ H 1 I H H C C I I Section 03210 - 3 3.08 TYING DEFORMED REINFORCING BARS A. Conform to the current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing Steel Institute and to the Details and Notes on the Drawings. 3.09 REINFORCEMENT AROUND OPENINGS A. Place an equivalent area of steel around the pipe or opening and extend on each side sufficiently to develpp bond in each bar. Where welded wire fabric is used, provide extra reinforcing using fabric of deformed bars. 3.10 WELDING REINFORCEMENT A. Welding shall not be permitted unless the Contractor submits detailed shop drawings, qualifications, and radiographic nondestructive testing procedures for review by the Engineer. The Contractor shall obtain the results of this review prior to proceeding. The basis for the Contractor submittals shall be The Structural Welding Code, Reinforcing Steel, AWS D1.4-79, published by the American Welding Society and the applicable portions of ACI 318, current edition. The Contractor shall test 10 percent of all welds using radiographic, nondestructive testing procedures referenced in this code. 3.11 PLACING WELDED WIRE FABRIC A. Extend fabric to within 2 inches of the edges of the slab, and lap splices at least 1-1/2 courses of the fabric and a minimum, of 6 inches. Tie laps and splices securely at ends and at least every 24 inches with 16 -gauge black annealed steel wire. Ensure that the welded wire fabric is placed at the proper distance above the bottom of the slab. Conform also to ACI 318-77 and to the current Manual of Standard Practice, Welded Wire Fabric, by the Wire Reinforcement Institute regarding placement, bends, laps, and other requirements. 3.12 FIELD BENDING A. Field bending of reinforcing steel bars is not permitted when rebending will later be required to straighten bars. Rebending of bars at the same place where strain hardening has taken place due to the original bend will damage the bar. Consult with the Engineer prior to any pour if the contractor foresees a need to work out a solution to prevent field bending. I &CC1.ncnd Convert ng ' Eryr,..rs 'nor Dar cr.0 • 07.' Y r "f. i'r Ycnsos 3.13 PAYMENT A. Payment for the work in this Section will be included as part of the applicable unit price or lump sum bid amounts stated in the Proposal. r END OF SECTION Section 03210 - 4 MCCIouand "1 o rve Con MI Ming Engineers Incorporated FaleBevfle, Arkansos E C r 1 I I 7 C I I I I C I H PART 1 CENERA1, 1.0. SCOrE coNCRhI'E A. This SecL:cn covers the work necessary to furn:sh and install, complete, the cast -in -place concrete, including `t)rnwcrk . B. See Part 3, CONDTTTONS OF THE CONTRACT, and Div_sicn 1, GENERAL REQUIREMENTS, which contain rnfornration and requ'_remerts that apply to the work specified hei-ein and are mandatory for this. project. 1. C2 SJBM..:TALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBM='=TALS I:URING CONS']'RUCTION, in E:v's:on 1, GENERAL REQUIREMENTS. In addition, the following specific information shall be provided: 1. Concrete Mix Design 2. Certification for Aggregate Quality 1.33 PLANT-NSPECTION A. The Er.q:neer shall have access to and have the right c inspect all batct p=ants, cement mills, and supply facilities cf suppliers, rranufacturers, subccntr-actors, and ccnt%-actors prcviding products included in these Speciiicaticns_ Batch plants shall have Curren- certificaticn that all weighing scales have been tested and are within the tolerances as set forth in the National Hureau o: Standards Handbook No. 44. B. Hatch plant equipent shall be either sem:automat:c or tally au:.cmatic. 04 REJLATED WCRK SPECIFIED IN OTHER SECTIONS A. Section Nc. 'rem 032.0 Reinforcing Steel Section 03300 - ] LI •o ,�,� Con /a•jfQ ' Enkvur. I+arcaora•.C Faj.1HVI s. A•kama. 11 J PART 2 PRODUCTS 2.01 CEMENT A. Cement type will be submitted by the Contractor for the Engineer's approval. 2.02 WATER A. Clean and free from oil, acid, alkali, organic matter, or other deleterious substances. 2.03 CONCRETE AGGREGATES - GENERAL A. Natural aggregates, free from deleterious coatings; conforming to ASTM C33, together with all referenced ASTM Standard Specifications, except as modified herein. Aggregates shall not be potentially reactive as defined in Appendix XI of ASTM C33. The Contractor's attention is directed also to Paragraph 51.1 of Appendix XI of ASTM C 33 since evidence of reactive problems on existing structures shall be used also to prove that sources of aggregates are reactive and cannot be used. The Contractor shall be responsible for meeting these Specifications and shall import nonreactive aggregates if local aggregates are reactive. Aggregates, shall be thoroughly and uniformly washed before use. 2.04 FINE AGGREGATES A. Conform to ASTM C33. Materials finer than the 200 sieve shall not exceed 4 percent. Use only clean, sharp, natural sand. 2.05 COARSE AGGREGATE A. Use only natural gravels, a combination of gravels and crushed gravels,, crushed stone, or a combination of these materials containing no more than 15 percent float or elongated particles (long dimension more than five times the short dimension). Materials finer than the 200 sieve shall not exceed 0.5 percent. 2.06 GROUTS - NONSHRINK A. Nonshrink grout for general use where required, shall conform to the Corps of Engineers' Specification for Nonshrink Grout, CRD-C621-81, and to these Specifications. The grout shall be subject to prequalification tests performed by the grout manufacturer. The results of the tests shall be Section 03300 - 2 Maple none o M Con salting Engineers Inmrporals Fgrileville, Arkansas I I I Li I J I C I I 1J I C I 1 C I P I I j C C I C I I submitted tc and evacuated by the Engineer and included in this Specification prior to bidding to be acceptable. The tests shall ne performed in an independent test laboratory or other prearranged location approved by the Engineer to verify fluidity, placement, shrinkage, and strength. Actual placement tests using steel baseplates will be used. The manufacturer shall furnish all baseplates and material, and shall perform the testing at his expense. B. Grout sha__ be a t_u;d grout capable of satisfactorily meeting the Engineer's baseplate test and shall be nonmetallic, unless specified for special use hereinafter. The grout shall be a nongas-liberating type, cement base product; premixed product requiring only the addition of water for the required consistency. All components snail be inorganic. No material, except water, sha H be added at the project site. C. The grout product shall satisfy all of the above requirements ever: though the project use calls for a dry pack cons_s:.-ency and use. U. The following listed grouts are the only crate%-ials that have been tested, reviewed, and prequalified by the Engineer, that meet these requirements, and are acceptable for general use suck: as grouting of equipment supports. 1. SET nonshr-nking grout, Master Builders Cc., Cleveland, Ohio 2_ Crystex, L & M Construction Chemicals, Tnc., Cmaha, Nebraska E. For grouting baseplates for :machinery, see Category I and Category 11 grouts hereinafter specified. F. The grout used shall he cured as recommended by the grout manufacturer. 2.07 FORM N.ATEP TAI, - A. Form surfaces shall be in "new and undamaged" condition and may be plywood. hard plastic finished plywood, overlaid waterproof particle board, and steel of sufficient strength and surface smoothness to produce the specified finish. B. All joints in forms snail be taped, gasketed, plugged, and/cr caulked with an approved :material so that the joint wi] remain watertight and withstand placir.a Section 03300 - CIO ord a .�.. Conwflsrp q,n.. n. n Inw0.rah. f OJ.rI. wp., AIYONOI I pressures without bulging outward or creating surface patterns. Formwork with gaps and apertures in the form surfaces shall not be used. Form surfaces that have been damaged and are no longer in a smooth "new and undamaged" condition shall not be reused except in •areas where finish is of no reai.concern and then only after written approval is obtained from the Engineer. ' C. The Contractor shall comply with all form tie requirements included in the various sections of this Specification, and shall submit shop drawing information for review by Engineer and obtain approval prior to purchase of forms. 2.08 FORM TIES A. Form ties on exposed surfaces shall be located in a uniform pattern or as indicated on the Drawings. Form ties shall be constructed so that the tie remains embedded in the wall, except for a removable portion at each end. Form ties shall have conical or spherical type inserts, inserts shall be fixed so that they remain in contact with forming material, and shall be constructed so that no metal is within 1 inch of the concrete surface when the forms, inserts, and tie ends are removed. Wire ties will not be permitted. Ties shall withstand all pressures and limit deflection of forms to acceptable limits. B. Flat bar ties for panel forms shall have plastic or rubber inserts having a minimum depth of 1 inch and sufficient dimensions to permit proper patching of the tie hole. 2.09 BOND BREAKER A. Bond breaker shall be a nonstaining type, which will provide a positive bond prevention such as Williams Tilt -Up Compound, as manufactured by Williams Distributors, Inc., Seattle, WA; Silcoseal 77, as manufactured by SCA Construction Supply Division, Superior Concrete Accessories, Franklin Park, IL; or equal. Submit review copies of manufacturer's data, .recommendations, and instructions for specific use on this project. 2.10 CURING COMPOUND A. Curing compound to conform to the requirements of ASTM C309, with the additional requirement that permeability not exceed 0.039 gm/square cm/72 hours. Masterseal, ' Section 0.3300 - 4 I e! O M COn5Y1Ane £ngln..rs to Md ayeAevlUa, Arkansas L I I I J I PART 3 EXECU-=CN 3.C1 DESIGN OF (:oNCR:T:: NIX - PROPORTIONS (GENERAL) IA. Before beginning any concrete work, the Contractor shall have the concrete -nix designed and the ingredients selected and proportioned by an approver. independent testing :abcratory meeting the requirements of ASTM E ' 329. Cert.:f:ed copies of allaboratory trial mix reports spa.. be sent to the Engineer rro:n the tenting .aooratory. Do not place concrete pr_cr to the ' hngineer's review and acceptance in writing of the concrete mixes arc the cylinder test results trcm these laboratory mixes. ' B. The concrete :nix shall he designed so that the proportions will produce results that wil: meet the requirements of the proiect. ' C. The concrete shall be proportioned in accordance with ACI 211 subject to the fol owing specifications. ' D. Design the mix and perform tests to meet the focwinq requirements: manufactured by Maser Builders, Cleveland, Chic; Euco Floor Coat, manutac-ured by Euclid Chemical Co., Cleveland, Ohio; or equal. Curing compounds shall be compat_ble with requireci finishes and/or coatings. Tests for compliance shat: be made by manufacturer with certification furnished by the Contractor. Manufacturer's certification shall state quantity or coverace requ_red to meet or exceed tests avid method of application. The manutac-urer shall submit certification that the product meets ASTM C309 and the additional permeability requirement, and shall specifically state the coverage required to meet these requirements. The Ccntractor shall not use the curing compound where additional finishes such as hardeners, paintings, staining, avid other special coatings are required. :se water curing as hercira'ter specified instead. C I I I 1. Design strength of structural cchcrete shall he a rn n�mum of 3,000 psi at 28 days. The combined aggregate qradinq shall be for the 1 inch grading combination hcrcirafter specified, unless otherwise shown on the Drawings or specified herein. MCCM#Iond CnCt ion 0V33 J ConstH, np Eng r..rs i floor Dora na fepve v,y, A•knsas I 2. Design strength for concrete used for street and highway repair purposes shall be 4200 psi. Concrete used for curb and gutter repair shall have a minimum design strength of 3000 psi. 3. The water -cement ratio or water -cement plus pozzolan ratio, if applicable, shall not exceed 0.49 by weight, unless otherwise approved in writing by the Engineer. 4. Minimum cement content or combined cement plus fly ash content when fly ash is used, for performance and longevity., regardless of design strength, shall be 517 pounds per cubic yard for concrete with 1 -1/2 -inch maximum size aggregate, 540 pounds per cubic yard for 1 -inch maximum size aggregate, and 564 pounds per cubic yard for 3/4 -inch maximum size aggregate. The Contractor shall increase cement content or the combined cement plus fly ash content, when fly ash is used, as required to meet strength requirements. The amount of fly ash used shall not exceed 25 percent or be less than 15 percent of the total weight of fly ash plus cement. Verify that design mix test results reflect the slump to be used. 5. Concrete used for thrust blocks and encasement of pipelines shall have a design strength of 2,000 psi at 28 days. 3.02 MEASUREMENT OF MATERIALS AND MIXING A. Conform to ACI 304 current edition and ..to other requirements hereinbefore specified for mix design, testing, and quality control and to these Specifications. 3.03 RETEMPERING A. The retempering of concrete or mortar in which the cement has partially hydrated will not be permitted. 3.04 REUSE OF FORMS A. Reuse of forms will be permitted only if a "like new" condition, unless otherwise approved in writing, is maintained. The Engineer shall be notified one full working day prior to concrete placement so that the forms can be inspected. The Contractor shall correct any Section 03300 - 6 McClelland es, p ,Ye Consulting Engineers Incorporated Fayetteville, Arkansas C I J I I I C I I j C C I1 I I I I I [I I I I I I I I I- I [ defective work, found in the Engineer's inspection, prior to delivery of concrete to the project. 'rorrrwcrk surfaces that were in good condition and accepted for use, but were damaged during removal and handling shat- not be reused on additional pours. The Contractor is expected to take care in the handling of forms and to obtain approval of form surfaces prior to each reuse. B. A]] torr.s, falsework, shoring, and other structural formwork required shall be structurally designed by the Contractor and the design shall comply with all applicable safety regulations, current OS]]A regulations, and other codes. Comply with applicable portions of AOI 347, ACI 318 current edition, and these Specifications. All design, .supervision, and construction for safety of property and personnel shall be the Contractor's full responsibility. 3 . 1.) F CRM TCL::RA�;C=:S A. Forms shall be surfaced, designed, and constructed to meet AC- 313 and the fcllowinq minimum requirements for the npeci:iec finishes. Failure cf the `forms tc produce the specified requirements will he grounds for rejection of the concrete work. Rejected work shall be repaired or replaced by the Contractor at no additional cost to the Owner. Al. repair or replacement shall be subject to these Specifications and the approval of the Engineer. .5Tlleie the Contractor's work does not meet the tolerance speci`ications he shall submit his proposed method to upc,-ace tine npeclf.ed finish to compensate for the inferior appearance or to repair or provide an acceptable alternate solution. Obtain in writing the approval of this repair or alternate solution before proceeding. All repair wo k or work on an alternate solution required shall be at nc additional cost to the Owner. 3-,^,6 FORM.. SURFACE PREPARATION - GENERAL A. All ferm surfaces in contact with the concrete shall he hcrc:rgnly cleaned of all previous concrete, dirt, and other sun'ace contaminants prior to preparing by the applicable method below. Do riot reuse damages form surfaces. 3.07 ?XFOSED WOOD FOR IS A. All wcod surfaces in contact with the concrete shall he coated with an effective release agent prior to fore: insta]Iatior.. ':he release agent shall he nonstaining and Seclon r;'10^ - I McClelland a M CaI W'IIPo E,Iprn.c'a Inca orally Fcnfla,rWi, Aria♦.tar C nontoxic after 30 days. 3.08 STEEL FORMS A. Mill scale and other ferrous deposits. shall be sandblasted or otherwise removed from the contact surface of forms. All forms shall have the contact surfaces coated with a release agent. The release agent shall be effective in preventing discoloration of the concrete from rust, and shall be nontoxic after 30 days. 3.09 BEVELED EDGES (CHAMFER) A. Form 3/4 -inch bevels at all concrete edges. Round edges at top of walls, slabs, and beams as hereinafter specified under Paragraph CONCRETE SLAB FINISHES. Where beveled edges on existing adjacent structures are other than 3/4 inch, obtain Engineeer's approval of size prior to placement of bevel form strip. 3.10 REMOVAL OF FORMS A. The Contractor shall be responsible for all damage resulting from improper and premature removal of forms. Satisfy all applicable OSHA requirements with regard to safety of personnel and property. 3.11 BACKFILL AGAINST WALLS A. Do not place earth backfil against walls until the concrete has obtained a compressive strength equal to the specified 28 -day compressive strength. Where backfill is to be placed on both sides of the wall, the backfill shall be placed simultaneously on both sides to prevent differential pressures: 3.12 PLACING CONCRETE - GENERAL A. Upon completion of forms and placing of reinforcing steel, and before concrete is placed, notify other trades whose work is in any way connected to, combined with, or influenced by the concrete work. Allow them reasonable time to complete their portion of work which must be completed before concrete is placed. B. Notify Owner or his authorized representative at least 1 full working day in advance before starting to place concrete to permit inspection of forms, reinforcing, sleeves, conduits, boxes, inserts, or other work required to be installed in concrete. Section 03300 - 8 I I I I I I C I I I I .1 I n C.n.ulllnq ng!.... pore F.y.Me viii., Arkansas L] I I I I I I El I I I I I I I H I I C. Placement shall conform to the requirements and recommendations of AC 304, except as crcdified herein. D. Place concrete as soon as possible after leaving :mixer, without segregation or loss of ir_credients, without splashing forms or steel above, and in layers not over 1.5 feet deep. The vertical free fall drop to final nIacenent shat: nct exceed 5 feet for walls narrower than 8 inches, and 8 feet for walls 8 inches and wider. E. Khen placing concrete, use of alurinum, pipe or other aluminum conveying devices will not be permitted. F. Before depositing concrete, remove debris from the space to be occupied by the concrete. Prior to placement o`_ ccnc:rete, dampen gravel fill under slabs on gro-srd, dampen sand where vapor barrier is specified, and damper: all wood forms. Reir_forcement shall be secured in position and acceptah:e to the Engineer before concrete is placed. Conform to ACT 304 and to other requirements needed to obtain the finishes specified. 3 .13 CONVEYOR AE],TS •AND CHI_ ES A. All ends of chutes, hopper gates, and all other points of concrete discharge throughout the Contractor's conveying, hoisting, and placing system shall be so designed and arranged that concrete passing from them will not fall separated into whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a type approved by the Ergineer. Chutes longer than !)0 feet will not be permitted. Minimum slopes of chutes shall be such that concrete of the specified consistency will readily flew in them. If a conveyor belt is used, it shall he wiped clean by a device operated in such a manner that none ct the mortar adhering to the belt will be wasted. Ail conveyer belts arc chutes shaft be covered_ Sufficient illumination shall be provided in the internci of a:1 forms so that the concrete at the places of deposit is visible trom the ceck or runway. 3.14 PUMP=NG OF CONCRETE GENERAL A. Pumping of concrete will be permitted only with the Engineer's approva:. It the pumped concrete does not produce satisfactory end results, the Contractor shall discontinue the pumping operation and proceed with the p:acinq of. concrete us:nq conventional methods. Scction C330C - I Conine,, Engine,,__ Inmrp,eabQ ra)+•Nn4,, Arkon,o, 3.15 REMOVAL OF WATER A. Unless the tremie method of placing concrete is specified, remove all water from the space to be occupied by the concrete. 3.16 CONSOLIDATION AND VISUAL OBSERVATION A. Concrete shall be consolidated with internal vibrators. having a frequency of at least 8000 vpm, with amplitude required to consolidate the concrete in the section being placed. At least one standby vibrator in operable condition shall be at the placement site prior to placing the concrete. Consolidation equipment and methods shall conform to ACI 309. The forms shall contain sufficient windows or be limited in height to allow visual observation of the concrete and the vibrator operator shall be required to see the concrete being consolidated to ensure good quality workmanship, or the Contractor shall have a person who is actually observing the vibration of the concrete at all times and advising the vibrator operator of any changes needed to assure complete consolidation. 3.17 PLACING CONCRETE IN HOT WEATHER A. Prepare concrete aggregates, mixing water, and other ingredients; place concrete; cure; and protect in accordance with the requirements of ACI 305. Provide special admixtures and special curing methods required by other paragraphs in this Section even though not required by ACI 305 and ACI 318. Water -reducing and/or set -retarding admixtures shall be used in such quantities as especially recommended by the manufacturer to assure that the concrete is workable, and lift lines will not be visible in architectural concrete finishes. B. Every effort shall be made to maintain a concrete temperature below 90 degrees F at time of placement. Ingredients shall be cooled before mixing to prevent excessive concrete temperature. C. Provisions shall be made for windbreaks, shading, fog spraying, sprinkling, or wet cover, when necessary. 3.18 PLACING CONCRETE IN COLD WEATHER A. Do not place concrete when the ambient temperature is below 40 degrees F, or approaching 40 degrees F and falling, without. special protection as hereinafter specified. No concrete shall be placed against frozen Section 03300 - 10 I I TI TI ._] I Consulting Engineers Ionwsorated FarelfeWlb, Areonrm I I I I I II C I I [1 H P L I I earth or ice, or against terms and re:nfcrcement with frost or ice present. B. Temperatures of the concrete mix shall be as shown below for various stages of mixing, placing of the concrete mix. CONCRETE TEMPERATURES Section_ size, minimum dimension, inch Air Temp. 12 in. 12 36 inches 36-72 inches 72 inches Minimum concrete temperature as mixed for indicated weather: Above. 30 F 63 F 55 F 5C F 45 F 3 to 3C F 65 F 60 F 55 F 5C F Below C F 70 F 65 F 60 F 55 F Maximu-n al]owable gradual temperature drop in `first 24 hours after end of protect,cn: 1 -- 50 F 4C F 30 F 20 F C. Concrete placed shall be cured and protected as hereinafter specified for a minimum of 'I days except that the strength requirements may require additional protection and curing during cold weather due to delayed field sere:ngtl_ gain. 1). During cold weather concreting the Contractor shall cast six extra test cylinders, for field curing, trom the last 100 cubic yards of concrete but not fewer than three specimens shall be cast for each 2 hours of placing time or for each 100 yards, whichever produces greater i.umher of specimens. These specimens shall be in addition to those cast by the Engineer for lab testing as specified hereinafter in Paragraph EVALUATION AND ACCEPTANCE ;F C'NCRzT= E. Test cylinders shall be protected from the weather until they can be placed under same protection provided for the parts of the structure which they represent. Test cylinders shall be tested in accordance wrt.h applicable sections of ASTM C 31 and C 39. Evaluation and acceptance as per ACI 318-7'1, Paragraph 4.8.3. F. The actual temperature of the concrete surface determines the effectiveness of protection, regardless of air Section 03300 - _. MCCI.'fon✓ a rN Cona,mn9 E,gmur. owporat d Fa).'4v,u., A'van.a. I temperatures or whether the objective is durability or strength. Because corners and edges of concrete are most vulnerable to freezing and usually are more difficult to maintain at the required temperature, their temperatures should be monitored• to evaluate and verify the protection provided. The Contractor shall provide a sufficient number of thermometers to be placed on the concrete surfaces spaced throughout the work to allow inspection and monitoring of concrete surface temperatures representative of all the work. G. Heating units should be vented and not be permitted to heat or dry the concrete locally. Fresh concrete exposed to carbon dioxide (CO2) gas from polluted atmospheres or resulting from the use of salamanders or other heating devices which exhaust flue gases directly into an enclosed area. may result in concrete carbonation, causing soft surfaces of varying depths depending on the concentration of carbon dioxide, the temperature at which the concrete was cured, and the relative humidity. Carbon monoxide, which can occur with partial combustion, and high levels of carbon dioxideare potential hazards to workmen. Moreover, strict fire prevention measures should be enforced. Concrete at any age can be damaged by fire, but at.a very early age it may be additionally damaged by freezing until new protection can be provided. H. Maintain curing conditions which will foster normal strength development without excessive heat, and without critical saturation of the concrete at the close of the protection period. I. Limit rapid temperature changes, particularly before strength has developed sufficiently to withstand temperature stresses. Sudden chilling of concrete surfaces or exterior members in relation to interior structure can promote cracking to the detriment of strength and durability. At the end of the required period, protection should be discontinued in such a manner that the drop in temperature of any portion of the concrete will be gradual and will not exceed, in 24 hours, the amount shown in the table hereinbefore specified. J. Maintain the temperature of the concrete above 50 degrees for a minimum of 7 days. The Contractor shall submit his detailed plan for cold weather curing and protection of all concrete that is to be placed and/or cured in weather below 40 degrees F. Reference may be made to the recommendations of ACI 306 and ACI 318 for additional information. Conform to these Specifications and to any Section 03300 - 12 Mack flood O M Canineer s Engineers inwp orated Fayslrovllls, Arkansas I I I I I [1 I I I I I C I I I additional info:-mation in AOI 306 which will provide the temperature protectionand curing for the 7 -day period. I I L I I I I I I I I I K. Additives for the sole purpose of providing "freeze protection." shall no: he used. Additives to shorten the cure time may be used if approved; however, the concrete shall be placed and cured at all times at temperatures above freezing as hereinbefore specified. .9 BOND=NG TO NEWCCNCR`7 NCR:ZON_'A:. CCNSTR::C'1'ION JOINTS A. Roughen the surface of the hardened concrete. Thoroughly clean and saturate with water, cover the horizontal surfaces only with at least 2inches of grout, as hereinbefore specified, and immediately place concrete. New concrete is defined as less than 6C days old. :.imit the concrete lift placed immediately on top or the grout to 12 inches thick aria thoroughly vibrate to mix and consolidate the grout and concrete together. Provide inspection windows to allow close visual inspection of this work. 3.2C BONDING '.C OLD CONCRETE A. Coat the contact surfaces with bonding agent specified hereinbefore. The method of preparation and application of both the bor.dinq accr.t and the grout shall conform to the manufacturer's printed instructions and recommcrdat_ons for specific application for this prc;ect. Obtain this recommendat'_on in writing from the manufacturer's representative. 3.21 EVALUATION AND ACCEPTANCE OF CONCRETE A. Conform to ACI Standard Building Code requirements for reinforced concrete (ACI 318-83), Section 4.7, "Evaluation and Acceptance of Concrete", and to the fcllowirg specifications: 1. The Contractor will have tests made by an independent testing laboratory, approved by the Owner, to determine compliance with. the Specifications. The Contractor shall furnish necessary labor to assist testing agencies in obtaining, handling, and protecting and/or curing samples at the jobsite. The Contractor shall provide adequate facalrt.es for safe storage and proper curing of concrete test cylinders on the project site for the first 24 hours, and for additional time as may he required before transporting to the test lab. Specimens will Do Section 03300 - 13 Moor. cane Ganwlkny FnpmEr. Inca➢era Ne raw+. vi (., A•kama. made„ cured, and tested in accordance with ASTM C 31 and ASTM C 39. 2.. One set of test cylinders for each class of concrete placed each day shall be taken not less than once a day, nor less than once for each 100 cubic yards of concrete, nor less than once for each 3,000 square feet of wall or slab surface area. Each set of test cylinders shall consist of one cylinder to be tested at 7 days, one cylinder to be tested at 28 days, and one spare cylinder for 28 day test if necessary. The Contractor may take any additional cylinders he feels necessary. 3. The frequency of testing may be increased if necessary. Additional testing, if required, will be paid by the Owner. 4. Where the term "building official" is used in Section 4.7 of ACI 318-83, the term shall be redefined to "the Owner's representative 3.22 DEFECTIVE AREAS A. Remove all defective concrete such as honey -combed areas and rock pockets out to sound concrete. Small shallow holes caused by air entrapment at the surface of the forms shall not be considered defects unless the amount is so great as to be considered not the standard of the industry and due primarily to poor workmanship. If chipping is required, the edges shall be perpendicular to the surface. Feather edges shall not be permitted. The defective area shall be filled with a nonshrink, nonmetallic grout. Use an approved bonding agent on horizontal patches prior to placing nonmetallic, nonshrink grout. Since some bonding agents may not be compatible for some'Vertical surface patching techniques, submit all proposed methods for repair of vertical surfaces prior •to ordering materials. The Contractor • shall consult with representatives of the bonding agent manufacturer and the nonshrink grout manufacturer, and obtain a written recommendation for the patching of defective areas. Submit this information for review prior to performing the work. 3.23 CONCRETE SLAB FINISHES A. The excessive use of "jitterbugs" or other special tools designed for the purpose. of forcing the coarse aggregate away from the surface and allowing a layer'of mortar to accumulate will not be permitted on any slab finish. The Section 03300 - 14 MCCIoiIaad x o rvo Consulli no Engineers Incorporated Foyelfeville, Arkansas - In J I I I I I I I Li 11 C I I I I I I I I I I [1 I I I r I dust:nq of surfaces with dry materials will not be perm:t.ted. Slabs and floors shall be thoroughly compacted by vibrat_on. Al] edges of slabs and tops of walls shall be rounded off with a steel edging tool, except where a cove :ir.ish is indicated on the Drawings. Steel edging tool radius shall be 1/4 inch for all slabs subject to wheeled traffic. 3.24 CURING OF CONCRETE A. Care corcn_ete by keeping the surface continuously wet for 7 days where normal poxtland cement is used, or 3 days where high early strength Type III convent is used. Subject to approval by the Engineer, one of the following cretnodc, shat: be followed: 1. Concrete forms sha/1 he left in place and kept sufficiently danp at a1] t.:mes to prevent opening of the joints and dryinq of the concrete; or 2. A curing cccrpcund as here:nhetcre specified, where allowed, shall be applied immediately after removal ci_orms, . 3-xposed surfaces shall be continuously sprinkled. 3. Slabs: 1. Protect surface by ponair_g; or 2. Cover with burlap or cotton: mats kept continuously wet; or 3. Cover with I. inch layer of wet sand, earth, ox sawdust, and keep continuously wet; cr r:. Continuously sprinkle the exposed !jurlace; Cr 5. Other agreed upon method that will provide that ncisturc is present and uniform a:. al; times on the entire surface ' the slab; the Contractor shall determine the best met::iod of his opexation to ensure a good water cure and submit this =or review. ?.25 NJR:NG AND PROTECT_CN IN COLD WEATHER A. Conform to cold weather concreting hereinbefore specified and to ACI 306. Where water curing, as specified here:nhetore for slaps, is not possible, use a double coverane of an approved curinq compound a: :d protect the Sect io'. 033:1,^, IS [l YnCla' 1 C M Con sit IImPc E�pmaav 4a>aa'as fayavar. u, Ar anaaa I slabs during the cold weather from traffic by the use of Visqueen or other material inside the required heated enclosure if foot traffic is permitted on the slabs. Repair or replace concrete damaged by cold weather. 3.26 PAYMENT A. Payment for the work in this Section will be included as part of the applicable lump sum or unit price bid amounts stated in the Proposal. B. Payment for concrete encasement shall be made at the unit price bid in the Proposal, based on the calculated quantity of concrete utilized. Calculations shall be based on the dimensions illustrated on the Drawings. Concrete placed outside of the designated limits shall not be considered for payment purposes. The volume of the pipe shall be. deducted from the calculated quantity for all pipe greater than 12 inches in diameter. END OF SECTION Section 03300 - 16 MCGeltond esl o rve Con solllnc Enpineers Incorporated Fayetteville, Arkonsos I I I I I I C I [1 I C fl I HI SECTION 15001 PIPING__ GENERAL FART 1 GENERAL :.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the piping specified herein, and as further specified to the Detail Piping Specifications hereina`ter. 1.02 ;RNFRAI, A. Lake items of material provided hereunder shall be the end products of one manufacturer. B. See CONDITICNS OF 'N -IF CONTRACT and Division_ 1, GENERAL REQUIREN.ENTS, which contain information and requirements that apply to the work specified herein anal are mandatory for this project. 1.C3 PIPE FITTINGS AND CO:;FLINC CCMPAT:B:--T'Y A. To assure uniformity and compatibility of piping components in piping systems, fittings and couplings shat_ he furnished by the same manufacturer. 1 . C4 SUBMIT- AI.S ::L'RING CCNSTRCCTION A. Ii: addition to the rea-airenents of Section 0:300, SUBMIT-AI.S DURING CCNSTRCTION, IJiv:sicn 1, GENERA,. REQU:RRMF.NT.S, the following information shall be provided: 1. Shop Drawings: A specific selection of pipe nateria: and joint type for each pipeline. 2. Thrust hock=ng or pipe restraints shahe provided for ail mechanical joint or "push cn jc:n-" pipinc, unless otherwise approved by the Engineer. Al] thrust blocking shall meet or exceed the requirements shown on the Drawings. For locations where thrust ties are required, the Ccntractor shall subn:t calculations of the pipe lengths to be restrained for the Engineer's review. Restrained ;oir.ts shall comply with ANSI/AWWA 1½21 .51/C151. Section 130 SJ M' Cje m -id c .ti• Cor.m'bic Fp. nee •> Y.ro•G c'�'ec I 3. Submit manufacturer's written certification that the factory -applied coating system(s) is identical to the requirements- specified herein. Where, in the manufacturer's opinion, the coating system(s) exceeds the requirements specified herein, submit complete technical literature of the proposed system(s) to the Engineer for review. PART 2 PRODUCTS 2.01 GENERAL A. The materials to be used for the piping systems are shown on the Drawings. 2.02 , PIPE JOINTS FOR EXPOSED PIPING A. Flanged, weld, soldered, or screwed end pipe joints shall be used on exposed piping. Changes in pipe joints shall be submitted with the shop drawings, as specified hereinbefore, for the Engineer's approval. 2.03 PIPE ENDS FOR BURIED PIPING A. Mechanical joint or push -on joint pipe ends shall be used for all buried ductile iron pipe. Joints for buried pressure pipe shall be America Cast Iron Pipe Co.; Lok-Fast type joints; U.S.' Pipe and Foundry Co.; Lok-Tyton or Lok-Tyte type joints; or equal, or mechanical joint or push -on joint with thrust bearing. Anchoring of retainer glands with setscrews is not acceptable. B. Within the limitations noted above, all pipe materials and joints do not necessarily have to be the same for all lines in a specific service, except that the materials and joints for any particular buried line shall be the same. 2.04 METALLIC PIPING SYSTEMS A. Flanged Coupling Adapters: Flanged coupling adapters shall be Series 912. for ductile iron piping as manufactured by Rockwell International; or Style 127 for ductile iron piping as manufactured by Dresser Industries, Inc.; or equal. Couplings shall be provided with thrust ties attached to the pipe with welding lugs, cast -in -place lugs, or friction collars. Anchor studs placed perpendicular to the longitudinal axis of the pipe are unacceptable. Thrust protection shall be adequate to Section 15001 - 2 McClelland esi o nn C°nsulring Engineers Inca -Odra red Faye]revife, Arkansas I I I I LI I I I HH H I I I I I 1 i J J HI I I I HI C [l 1 I sustain the force developed by 1-_/2 times the operating J pressures specified. Mounting nuts, bolts and ether hardware shall be stainless steel. PART 3 EXECUTION 3.31 PIPE PREPARAT=CN AND HANDLING A. Each pipe and t:tt:ng shat: he carefully inspectcc netor-e the exposed pipe or f:tt:nq :s installed or the nuriec pipe or fitting is lowered into the trench. :he interior and exter:or protective coating shall be inspected. Clean ends of pipe thoroughly. Remove _`ore_gn matter and dirt from inside of pipe and keep clean during at:c after layinq. B. Use proper implements, tools, and faciIit:es for the safe and proper protection of the pipe. Carefully handle pipe in such a manner as to avoid any physical damage to the pipe. Dc not drop or dump pipe into trenches under any circumstances. 3.02 PREPARA--CN OF TRENCH - :.=NE AN.) GRADE A. Grade the bottom of the trench by hand to the line and grade to which the pipe is to he laid, with proper allowance for pipe thickness and for pipe base when specified or indicated. Remove hard spots that would prevent a uniform thickness of bedding. Before iayinq each section of the pipe, check the grade with a straightedge and correct any irregularities found. The trench bottom shat: form a continuous and uniform bearing and support for the pipe at every point between bell holes, except that the grade may be disturbed for the removal of lifting tackle. 3.03 BELL (JO1NT) HOLES A. At the location ct each joint, dig bell (joint) hoes ct ar^ple dimensions in the bottom of the trench and at the sides where necessary to permit easy visua: inspection ct the enti.e joint. 3.04 REMOVAL OF WATER A. Provide and maintain ample means and devices at all times tc remove and dispose of all water entering the trench during the proz'esi of pipe lay ng. The trench shall he kept cry until the pipe laying and joLntinq are completes. Removal ct water shall he in conicxmance Section 1S31 3 M=C,e a -a con so 'nronf'afea F a %.'p', •t, C with specifications in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 3.05 PREVENT TRENCH WATER AND ANIMALS FROM ENTERING PIPE A. When the pipe laying is not in progress, including the noon hours, the open ends of pipe shall be closed, and no trench water, animals, or foreign material shall be permitted to enter the pipe. 3.06 PIPE COVER A. Minimum pipe cover shall be 3 feet over the top of the pipe. 3.07 LAYING BURIED PIPE A. All buried pipe shall be prepared as hereinbefore specified and shall be laid on the prepared base and bedded to ensure uniform bearing. No pipe shall be laid in water. When, in the opinion of the Engineer, trench conditions are unsuitable, trench stabilization material shall be placed as hereinbefore specified. Joints shall be made as herein specified for the respective types. Take all precautions necessary to prevent uplift and floating of the pipe prior to backfillirng'. B. Where the pipe is connected to concrete structures, the connection shall be made as shown. Make connection such that a standard pipe joint is located no more than 18 inches from the structure. 3.08 INSTALLATION OF FLANGED COUPLING ADAPTERS A. Prior to installation, thoroughly clean oil, scale, rust, and dirt from the pipe to provide a clean seat on the gasket. Care shall be taken that the gaskets are wiped clean before they are installed. If necessary, flanged coupling adapter gaskets may be lubricated with soapy water or manufacturer's standard lubricant before installation on the pipe ends. Install in accordance with the manufacturer's recommendations. Bolts shall be tightened progressively, drawing up bolts on opposite sides a little at a time until all bolts have a uniform tightness. Workmen tightening bolts shall use torque -limiting wrenches. 3.09 TESTING - GENERAL A. Conduct pressure and leakage tests on all newly installed pipelines. Furnish all necessary equipment and material Section 15001 - 4 McClelland esi o rw Consulting Engineers Incorporated Fayetteville, Arkansas I I I I I I I I I Li I C1 I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 and make all taps in the pipe, as required. The Engineer will monitor the tests. Test pressures shall be 15C% cf normal operating pressures except where governing codes or regulations specify higher test pressures, or as otherwise specified. B. The minimum test pressure shat: be 200 psi. 3.1C TESTING NEW PIPE WIIICH CONNECTS TO EX_S'=ING PIPE A. New pipelines which are to be connected to existing pipelines shall be tested by iso1a-ing the new pipe with the required valves. ,.11 PREPARATION AND EXECUTION - BURIED PIPING A. Conduct final acceptance tests on buried piping that is to be hydrostatically tested after the trench has been completely backfilled. 3. Conduct the tests on exposed piping after the piping has been completely insta;.]ed, ircluainc all supports. hangers, and anchors, but prior to insulation. 3.12 A. 3.13 A HYDROSTATIC LEAK TESTS - F.QUIPME�NT Furnish the following equipment for the hydrostatic tests: Amount Description 2 Graduated containers 2 Pressure gauges 1 Hydraulic force pump Suitable hose and suction pipe as required. BURIED WATER :.=NES Some leakage is per-rnissib_e from buried water lines. The hydrostatic testing cf these pipelines shall be ccnd-�ctec as follows: 1. Where any section of pipe is provided with concrete thrust b_ocking, do not make the pressure test until at least 4 days have elapsed after the thrust blocking is installed. If high -early cement is used for thrust blocking, the tame may be reduced tc 7 days. When testing cement -mortar :ned p_p:nq, slowly till the section of pipe to be tested with water and allow tc stand :or 24 hours MCC4&4:nd ..eL r olrq Convll. no E ny,nea,e ��M'Oorc red •p.,••n1.... GYpnv Section. : -fl•l - 5 3.14 A under slight pressure to allow the cement -mortar lining to absorb water. 2. Expel all air from the piping system prior to testing and apply and maintain the specified test pressure by means of the hydraulic force pump. Valve off the piping system when the test pressure is reached and conduct the pressure test for 2 hours, reopening the isolation valve only as necessary to restore the test pressure. The pump suction shall be in a barrel or similar device, or metered so that the amount of water required to maintain the test pressure may be measured accurately. This measurement represents the leakage, which is defined as the quantity of water necessary to maintain the specified test pressure for the duration of the test period. No pipe installation will be accepted if the leakage is greater than the number of gallons per hour as determined by the following formula: ND(P) (1/2) L = 7400 In the above formula: L Allowable leakage, in gallons per hour N = Number of joints in the length of pipe tested D = Nominal diameter of pipe, in inches P = Average test pressure during the leakage test, in pounds per square inch 3. The Contractor shall correct any leakage greater than the allowance determined under this formula at the Contractor's sole expense. TEST RECORDS Records shall be made of each piping system installation during the test. These records shall include: 1. Date of test 2. Description and identification of piping tested 3. Test fluid 4. Test pressure 5. Remarks, to include such items as: a. Leaks (type, location) b. Repairs made on leaks 6. Certification by Contractor and written approval by Engineer McClelland asr o ,j -j Consulting Engineers incorporated Fayetteville, Arkansas Section 15001 - 6 I I I [I I I I [I I I I I C! pCl l I I 1 3.15 FINAL CLEANING I I L I A. Following assembly and testing and prior to final acceptance, all pipelines installed under :.his Section shall be flushed with water and all accumulated construction debris and other foreign mater removed. Flushing velocities shall be a minimum of 2.5 feet per second. Cone strainers shall be inserted in the connections to attached equipment and left there until cleaning has been accomp] _shed to the satisfaction of the Engineer. Accumulated debris shall be removed through drains 2 -inch and larger or by dropping spools and valves. 3.16 :NTERIOR CORROSICN PROTECTION FOR rUCTTLE IRON :':P=: A. Cement Linings: All ductile iron piping shall be cement lined in accordance with ANSI/AWWA C.04. 1 I 3.17 EXTERIOR PROTEC_:CN FOR S .TRIED DUCT::.E IRON P] PE 1 I I I 1 I I I II Lj A. Buried ductile iron piping, with polyethylene bagging, manufactured in accordance ASTM E 1"1.S8, Type Cass accordance the A'rd'AA C-1 recommendations. 3.18 DISINFECTION and fittings shall be wrapped 8 mils minimum thickness, with thelatest edition. of C, Grade Hi and installed in J5 and the manufacturer's A. Pipelines intended to carry potable watex shall be disinfected betore placing ;n service. Disinfecting procedures shall conform to A'WW'A C 501, as hereinafter modified or expanded. P. Flush;nq: Before disinfecting, flush all fore;qn matter from the pipeline. Provide hoses, temporary pipes, ditches, etc. as required to dispose of flushing water without damaqe to adjacent properties. Flush.nq velocities shall be at least 2.5 `ps. For large diameter pipe where it is impractical or impossible to flush the pipe at 2.5 fps velocity, clean the pipeline in place fron the inside by brushing and sweeping, then flush the line at a lower velocity. C. Disinfecting Mixture: Disinfecting mixture shall be a .hlor�ne-water solution having a free chlcrine residual of 40 to 5C ppm. The disinfecting mixture shall be prepared by injecting: (1) A liquid chlorine gas -water mixture; (2) dry chlcrine gas; or (3) a calcium or sodium Secticl.. 15001 - 7 I Maaeuona Con wfuna Enyrn..v fi,maera'.E F ay.fr.r'i., Aria'.... ii hypochlorite and water mixture into the pipeline at a measured rate while fresh water is allowed to flow through the pipeline at a measured rate so that the combined mixture of fresh water and chlorine solution or gas is of the specified strength. The liquid chlorine gas -water mixture shall be applied by means of a standard commercial solution feed chlorinating device. Dry .chlorine, gas shall be fed through proper devices for regulating the rate of flow and providing effective diffusion of the gas into the water within the pipe being treated. Chlorinating devices for feeding solutions of the chlorine gas or the gas itself must provide means for preventing the backflow of water into the chlorine cylinder. E. If the calcium hypochlorite procedure is used, first mix the dry powder with water to make a thick paste, then thin to approximately a 1 percent solution (10,000 ppm chlorine). If the sodium hypochlorite procedure is used, dilute the liquid with water to obtain a 1 percent solution. The following proportions of hypochlorite to water will be required: Product Quantity Water Calcium Hypochlorite (1) 1 lb 7.5 gal. (65 to 70 percent Cl) Sodium Hypochlorite (2) 1 gal 4.25 gal. (5.25 percent Cl) (1) Comparable to commercial products known as HTH, Perchloron, and Pittchlor (2) Known as liquid laundry bleach, Clorox, Purex, etc. 3.19 POINT OF APPLICATION A. Inject the chlorine mixture, into the pipeline to be treated at the beginning of the line through a corporation stop or suitable tap in the top of the pipeline. Clean water from the existing system or another source shall be controlled so as to flow slowly into the newly installed piping during the application of chlorine. The rate of chlorine mixture flow shall be in such proportion to the rate of water entering the pipe that the combined mixture shall contain 40 to 50 ppm of free available chlorine. Valves shall be manipulated so that the strong chlorine solution in the line being treated will not flow back into the line supplying the Section'15001 - 8 McClelland G ,yy Coneu/ling Eny/nore lno-oora>ee Fayette vllle, Arkansas I I I I I I I I I I I I I I I I I 1 I Li1 I I FI L. I I Section :SJC1 9 I water. Use check valves if neccssary. 3.20 RETENTION PERIOD A. Treated water shall be retained in the pipeline long enough to destroy all ncnspere-forming bacteria. Wrth proper flushing and the specified solution stxength, 24 hours is adequate. At the end ct the rctent_cn period, the disinfecting mixture shall have a strength of at ]east 10 pnm of chlorine. H. Operate all valves, hydrants, and other appurtenances during disinfection to assure that the disinfecting mixture is dispersed intc all parts of the line, including dead ends, new services, and similar areas that otherwise may not xeceLve the d.s:nfection solution.. C. Do not place concentrated quantities cf commercial disinfectants in the line before it is filled with water. D. After chlorination, `_lush the water from the permanent source of supply until the water through the line is equal chemically and bacteriologically to the permanent source of sunnly. 3.21 DISPOSAL CF DISINFEc_':N3 WATER A. Dispose of disinfectinc water in an acceptable manner that will protect the public and publicly used receiving waters from harmful or toxic concentrations of chlorine. :)o not allow disinfectir.c water to flow into a waterway without aaequate di;ution or other satisfactory method of reducing chlorine concentrations to a safe level. •I'ne contractor shall meet all requirements of the Arkansas State Plunbincg Code. 3.22 SAMPLING DISItiFE^TRD MAINS A. After disinfecting and flushinq water mains, collect two samples ,cne each on successive mays from each segment of the water ma.n. Submit samples tc the Arkansas :)enartnent of Health for testing. If sa:-Ip:es tail, resample the main on two successive days, and continue resampl.nq until two samples taken on successive days are approved by the i:ealth Department__ When approval of these samples is obtained, the water main segment ;,an thcr. be put in service. MCC,/❑oM ' a Carn,4mp Eaa•aitrs Invorva•aNa raprgvl.. Arkansas Ma[lellan0 ' i o rn Consulting Engineers FIYporate ' oyetrovl le, Arkansas I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 15001 - 2 CEMENT -LINED DUCTILE IRON PIPE AND FITTINGS PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the cement -lined ductile iron pipe and gray cast iron or ductile iron fittings specified herein, and as specified further in Section 15001, PIPING - GENERAL. 1.02 GENERAL A. PART 2 2.01 A. B. See Section 15001, requirements. I J :1.] '11161&" PIPE PIPING - GENERAL, for additional Centrifugally cast, Grade 60-42-10 iron, ANSI A21.51, AWWA C-151, cement -lined and seal -coated in accordance with ANSI A21.4. Minimum Pressure Class as follows: 16 -inch and smaller 250 psi pressure class 18 -inch to 24 -inch 200 psi pressure class 30 -inch and 36 -inch 150 psi pressure class C. Where the depth of cover exceeds 21 feet, higher pressure classes shall be used as required by ANSI A21.51. Type 5 Standard Laying Condition, as modified by the detail on the Drawings, shall be used for all deep pipe. D. Restrained joint pipe and fittings shall be used at locations designated on the Drawings. In addition, the Contractor may elect to utilize restrained joint pipe and fittings at other thrust locations, instead of using thrust blocks for control of thrust loads. Slip joint restrained joint pipe shall be PR Flex restrained joint pipe by U.S. Pipe, American Flex -ring joint, or approved equal. Field cut pipe to be restrained shall be restrained with U.S. Pipe T.R. Flex Gripper ring, or approved equal. Section 15001-2 - 1 i 2.02 JOINTS A. Flanged, mechanical joint, push -on, or push -on restrained joint as specified in Section 15001, PIPING - GENERAL and as shown on the Drawings. 2.03 FITTINGS A. Gray or ductile iron, 250 psi minimum working pressure, cement -lined and seal -coated. Where taps are shown on fittings, tapping bosses shall be provided. Flanged ANSI/AWWA C-110 & ANSI B16.1, faced and drilled 125 -pound ANSI standard. Mechanical Joint ANSI/AWWA C-110 and ANSI/AWWA C-111 or AWWA C-153 Compact Fittings. Push -on Thrust TR Flex restrained joint fittings as Restraining manufactured by U.S. Pipe, American Flex -Ring, or approved equal. 2.04 FLANGES A. ANSI A21.15/AWWA C-115, threaded, 250 psi working pressure, ANSI 125 -pound drilling. 2.05 BOLTS A. Nuts, bolts and other hardware for flanged fittings shall be stainless steel. B. For mechanical joint use manufacturer's standard. 2.06 GASKETS A. Gaskets for mechanical, push -on, or push -on restrained joints shall be rubber, conforming to ANSI A21.11, AWWA C-111. B. Gaskets for flanged cloth -inserted rubber ANSI B16.21 and AWWA free from corrosive suitable for use in Gaskets shall be full-i 2.07 LUBRICANT joint shall be 1/8 -inch thick, conforming to applicable parts of C-207. Gasket material shall be alkali or acid ingredients and sewage or potable waterlines. =ace type for 125 -pound FF flanges. A. Lubricant for mechanical joint or push -on joint end piping shall be manufacturer's standard. Section 15001-2 - 2 TED �.^•.nc. r..,rvnn I I Li 2.08 TRACE WIRE A. Trace wire shall be 14 gauge insulted copper wire. 2.09 POLYETHYLENE ENCASEMENT A. Polyethylene materials for pipe encasement shall meet the requirements of ANSI/AWWA C -105/A21.5-88, or latest revision thereof. ' I PART 3 EXECUTION ' I 3.01 HANDLING PIPE I H I I I I I I I A. Care shall be taken not to damage the cement lining when handling the pipe. 3.02 CUTTING PIPE A. Cut pipe with milling type cutter, rolling pipe cutter, or abrasive saw cutter. Do not flame cut. 3.03 DRESSING CUT ENDS A. Dress cut ends of pipe in accordance with the type of joint to be made. B. Dress cut ends of mechanical joint pipe to remove sharp edges or projections which may damage the rubber gasket. C. Dress cut ends of push -on joint pipe by beveling, as recommended by the pipe manufacturer. D. Dress cut ends of pipe for flexible couplings and flanged coupling adapters as recommended by the coupling or adapter manufacturer. 3.04 FABRICATION OF FLANGED PIPE AND FITTINGS A. Flanged pipe and fittings shall be fabricated in the shop, not in the field, and delivered to the jobsite with flanges in place and properly faced. Threaded flanges shall be individually fitted and machine tightened on the threaded pipe by the manufacturer. Flanges shall be faced after fabrication in accordance with ANSI A21.15/AWWA C-115. Section 15001-2 - 3 I r`};k$UY.e1,�R I 3.05 JOINING FLANGED PIPE 'J A. Prior to connecting flanged pipe, the faces of the flanges shall be thoroughly cleaned of all oil, grease, and foreign material. The rubber gaskets shall be checked for proper fit and thoroughly cleaned: Care shall be taken to assure proper seating of the flange gasket. Bolts shall be tightened so that the pressure on the gasket is uniform. Torque -limiting wrenches shall be used to ensure uniform bearing insofar as possible. If joints leak when the hydrostatic test is applied, the gaskets shall be removed and reset and bolts retightened. 3.06 MECHANICAL AND PUSH ON JOINT A. Join pipe with mechanical or push -on type joints in accordance with the manufacturer's recommendations. Provide all special tools and devices, such as special jacks, chokers, and similar items required for proper installation. Lubricant for the pipe gaskets shall be furnished by the pipe manufacturer, and no substitutes will be permitted under any circumstances. 3.07 RESTRAINED JOINT A. Install restrained joint pipe and fittings in accordance with the pipe manufacturer's recommendations. Extend joints upon completion of the installation. Utilize restrained joint pipe and fittings at all vertical bend locations. Where thrust blocks are to be eliminated by the use of restrained joint pipe and fittings, provide a schedule of the required pipe lengths to be restrained to counter the thrust for the Engineer's approval. Lengths determined in the Schedule shall take the effect of the required polyethylene encasement into consideration. 3.08 TESTING A. All lines shall be hydrostatically tested. Test procedures shall be as specified in Section 15001, PIPING - GENERAL. 3.09 TRACE WIRE A. Where ductile iron pipe is used in includes PVC pipe, install the trace the PVC pipe continuously along duct Trace wire is not required if ductile used. a line that alsc wire required with ile iron segments. iron pipe only, is Section 15001-2 - 4 I I I I C H I I I L I I I I ATED Intl nr Ivrq P', 11 I 1 I I J I I I I I II 1 [1 I II I 1 B. Run trace wire continuous from valve box to valve box, meter box and other access points. Bring wire up inside boxes in an accessible fashion. Wrap wire around, or tape wire to each pipe section. Join wire segments by soldering or by using approved wire nuts. Pipe testing shall include following trace wire. Any wire breaks or incomplete splices shall be repaired by the Contractor at no additional expense. Include trace wire in the price For pipe. 3.10 POLYETHYLENE ENCASEMENT A. Procedures set forth in ANSI/AWWA C -105/A21.5-88, or latest revision, shall be followed during construction. Polyethylene encasement will be installed on all buried ductile or cast iron pipe and fittings used on this project. 3.11 PAYMENT A. Payment for the work described in this Section will be included as part of the unit price or lump sum bid amounts stated in the Proposal. Unit prices bid for pipe shall include trenching, trace wire (where required with the PVC pipe), polyethylene encasement, pipe base and pipe zone material, backfilling above the pipe zone, topsoil replacement, finish grading, seeding and fertilizing and final clean-up. B. Payment for pipe shall be made at 85% of the unit bid price upon pipe installation, backfilling, and rough grading. Payment shall be increased to 90% upon completion of testing and sterilization. Payment will be increased to 98% of the unit price bid upon seeding, fertilizing and final cleanup. The remaining 2% will be released upon satisfactory establishment of a grass stand. C. In order to be able to make a direct cost comparison between alternate pipe materials, no separate payment will be made for pipe fittings. Include the cost of fittings in the price bid for pipe. D. No separate payment will be made for flanged fittings used at air release valve vaults. Include the cost of flanged fittings in the valve vault bid items. END OF SECTION Section 15001-2 - 5 I F ncipeels of - — rear 1 nrn-w,a+e^ fayeftev I. A'tLMal I C I I I L L I I H 7 L I L L SECTION 15001-4 PRESTRESSED CONCRETE CYLINDER PIPE AND FITTINGS PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the prestressed concrete cylinder pipe and fittings for potable water lines. B. Service shall include 30 -inch and 36 -inch lines only. Twenty-four inch and smaller pipe shall be ductile iron or PVC, as designated on the Drawings. C. All concrete piping system components shall be the product of one manufacturer. PART 2 PRODUCTS 2.01 PRESTRESSED CONCRETE CYLINDER PIPE A. All concrete pressure pipe furnished under this specification shall be prestressed concrete cylinder pipe, manufactured in accordance with the AWWA Standard rzni_Q fnr Drnc*recce? ran ne*o flre,e..,.-n D -0n.•. QF....1 Cylinder Type for Water and Other Liquids. The pipe shall be furnished complete with gaskets, grout bands, and lubricant as required for proper installation and completion of the line. Pipe shall be designed for an internal operating pressure of 150 to 200 pounds per square inch, as required by the pressure class values listed on the Drawings, a surge pressure allowance of 100 psi, and an earth cover as shown on the plans with an AASHTO HS -20 truck live load, all in accordance with the AWWA Standard C304-92 for Desiqn of Prestressed Concrete Cylinder Pipe. The external loading shall be based on a soil density of 120 pounds per cubic foot and a bedding type R3. In addition, the pipe and any restraint system shall be suitable for a field test to a pressure equal to 150 percent of the internal working pressure. 2.02 SPECIALS, FITTINGS, AND ACCESSORIES A. All specials and fittings required for bends, branches, closures, and connections shall be capable of withstanding the pressures and loads as described above. Fittings shall be described in AWWA C301-92. Outlets and other connections built into prestressed pipe sections Section 15001-4 - 1 I. McC.P,P,d NM7 COrt41•.,G nc Ir frN no ro'ed f 0YP•IP Y..' ArAo,sos I shall be suitably reinforced. Long radius curves or small angular changed in the pipeline can be formed by deflecting joints of straight pipe or by using pipe sections with one end beveled not more than 4h degrees to the axis of the pipe. Flange outlets with blind flange covers shall be furnished complete with flange gaskets, nuts, and bolts. The pipe supplier shall furnish all accessories needed when restrained joints are required. 2.03 MARKINGS A. Each standard pipe shall be marked to designate its strength classification. Bevel pipe and elbows shall be marked to indicate the point of maximum length. Each fitting or special shall be sufficiently marked to indicate its position in the pipeline. Pipe sections with steel cylinders thicker than standard shall be so marked. 2.04 DESIGN DATA AND SHOP DRAWINGS A. The pipe supplier shall make available to the Contractor and/or the Engineer basic design data on the prestressed pipe and shop drawings of the specials and fittings. The supplier will also make available to the Contractor a pipe schedule indicating the sequence of installation of pipe, fittings, specials, and the elevations and stationing of the line at key points, such as outlets, bends, and changes in grade. 2.05 THRUST BLOCKING AND/OR RESTRAINED JOINTS A. Provide and install thrust k joints at all thrust locations 15001, PLANT PIPING GENERAL. ties are required (or desired blocks) the Contractor shall pipe lengths to be restrained the Engineer. locking and/or restrained in accordance with SECTION For locations where thrust as a substitute for thrust submit calculations of the for review and approved by B. The maximum longitudinal stress in the steel cylinder of harnessed pipe sections shall not exceed 13.,500 pounds per square inch based on the internal, operating pressure or 17,000 pounds per square inch based on the test pressure and the deflection angle. The steel cylinder thickness requirement in pipe sections between the location of the maximum thrust force and the end of the harnessed section can be prorated on the basis of zero longitudinal thrust at the end of the harnessed section. Section 15001-4 - 2 I L L I I L 1 I H I H 1 11 MtCfeliond si o rve coneulling E Incnginoiporrs r, orp orofeC FoyoIreville, Arkonsae n I I I I I H I LI I CI I I U I I Li C. Two acceptable types of harnessed or restrained joints are the harness clamp and Snap Ring® types of flexible restrained joints. The clamp type consists of two semicircular steel clamps which fit over steel lugs that have been factory welded or rolled into the steel bell and spigot sections. The semicircular clamps are drawn together by bolts at the springline on both sides of the pipe to form a flexible restrained joint. D. The Snap Ring® type of flexible restrained joint consists of a split steel ring which is recessed in the steel bell section of the pipe until the joint is made. Once the joint os made, the split steel ring is drawn down into position to form a lock between the bell and spigot by tightening a single steel bolt. The split steel ring, when tightened down, will provide a flexible restrained joint that will transmit longitudinal thrusts across the joint. E. Both joint types shall be encased in grout after the joint has been completed using special grout bands supplied by the pipe manufacturer. 2.06 POLYETHYLENE ENCASEMENT A. Polyethylene materials for pipe encasement shall meet the requirements of ANSI/AWWA C -105/A21.5-88, or latest revision thereof. PART 3 EXECUTION 3.01 PIPE INSTALLATION A. The pipe shall, at all times, be handled with equipment designed to prevent damage to the joints, or to the inside or outside surfaces of the pipe. The bottom of the trench shall be excavated to proper line and grade, shall be free of rocks, and shall provide a uniform bearing for the full length of the pipe barrel. A suitable excavation should be made at each end of the pipe to allow for the larger bell and to permit installation of the grout band. B. Both the bell and spigot of the pipe sections to be joined shall be cleaned just prior to joining. A thin layer of lubricant supplied by the manufacturer shall be applied to the surfaces of the bell, spigot, and gasket. After lubrication, the gasket shall be installed in the spigot groove. The stretch in the gasket should be equalized by inserting a smooth rod under the gasket and Section 15001-4 - 3 Eruse•s in,oroc •ae Rpye•+nv i a A-P0450S moving the rod completely around the full circumference of the spigot. C. All safety procedures for installation and testing operations shall be followed as required by federal, state and local regulations. 3.02 MAKING THE JOINT A. During joint make-up, the pipe being lowered into the trench should be supported <so the jointing effort is a straight pull -in. The jointing effort can be aided with come -along winches, dead man, or backhoe. The position of the gasket should be checked with a feeler gauge as supplied by the pipe manufacturer. If the gasket is not in place, the joint must be opened and relaid using a new gasket. When the gasket is found to be in the proper position with the feeler gauge, the joint can be finished as described below. B. When a joint opening is needed to make a grade or alignment adjustment, the joint should be laid home first, then opened as required on one side. All joint opening must be within the recommended limits of the pipe supplier. 3.03 FINISHING THE JOINT A. A grout shall be strapped to the outside of the completed joint so that it encompasses the external joint recess. A grout consisting of one part Portland cement, three parts sand, and sufficient water shall be mixed to produce a grout free of lumps and with a consistency of thick cream. The grout shall be poured into the opening at the top of the grout band so that it completely filling of the joint recess. A stiffer mix can be used to trowel over the opening at the top of the grout band. Grout the interior joint recess with a stiff mix of non - shrink grout. 3.04 BEDDING MATERIAL A. Provide .4 inches of GRANULAR PIPE BASE, as defined in SECTION 00200, for bedding under the pipe barrel, in accordance with the Type R3 bedding detail and with the detail and the Drawings. 3.05 BACKFILLING A. Backfilled material adjacent to the pipe shall be free from rocks, tree stumps, broken pavement, or other solid, Section 15001-4 - 4 MCCle IIand esi o rve Consulting Engineers Incorporated Fayetteville, Arkansas C C I I I I I L I IH C L I I I uny_eldinc ob-ects. Material shall be native pipe zone material, as defined in SECTION 02200, or granular pipe zone material, at the Contractor's discress:cn. Backfill can be placed with front-end loaders or other equipment, taking care to keep the material uniform on both sides of the pipe is cider to prevent shifting o`_ the pipe. Care shall be taken to place backfill material under the haunches of the p pe for the lower one -sixth of the pipe circu-nference_ r:ensif=cat;on of the backfill material ever the pipe shat. be. in accordance with the restoration req'.rirenents at grade_ Heavy equ.`pment will not be permitted over the pipe until a cover cf at least 2 fee:. _s achieved. 3.00 PCLYLTEYLENE ENCASEW3N'f A. 7roccdu:es set forth in ANS--/AWWA C -105/A21.5-88, or latest revision, shall be followed during construction. Polyethylene encasement will be insta::ed on alburied concrete pipe and fittings used on this project. 3.07 HYDROSTATIC TEST OF COMPLETED LINE A. The ccrroleted prpe=rne (or competed sections of the pipeline; sh<:ll be bulkheaded, filled with water, and pressure tested tc 150 percent of the internal operating pressure, or 20C psi, whichever is greater. After the lire is filled, and prior to pressure testing, it shall be allowed to soak under low pressure to allow the pipe walls to adsorb water and for temperature stabilizat.cn. While _`ill.ng the line, the contractor sha-.1 be responsible for properly bleeding off trapped air to avoid adversely affecting the leakage results. B. :)_irirq the hydrostatic test, the contractor shall use a meter cr other device to accurately measure the quantity of water necessary to maintain the test pressure on the garge. '.he line will not be accepted until Lh.s measured quantity rs less than. 10 gallons per inch of d..ameter per mile of p.pe her 24 hours. Alf visible leaks :rust be repaired regardless of the measured leakage. :3.08 PAYMENT A. Payment of the work described rn this Section will be included as part cf the unit price or lurr.p sum bin amounts stated in the Proposal. Unit prices bid for pipe shall include trenching, polyethylene encasement, granular pipe base, granular or native pipe zone material, hackfil_.ng above tne pipe zone, topsoil replacement, finish grading, seeding and ferti3iz.nq and Section 1C0-4 S I MCC e .c 1 1 C M tc s.4r ,c En��,eero I�rnJ�'�'eJ final cleanup. B. Payment for pipe shall be made at 85% of the unit bid price upon pipe installation, backfilling, and rough grading. Payment shall be increased to 90% upon completion of testing and sterilization. Payment will be increased to 98% of the unit price bed upon seeding, fertilizing and final cleanup. The remaining 2% will be released upon satisfactory establishment of a grass stand. END OF SECTION Section 15001-4 - 6 MCCIl IIonC esi o rve Consul Engineers fnco.porared Fayetteville, Arkansas I Li SEC7:ON 15001-6 CEMENT -MORTAR -LINED TAPE COATED STEED, WATER PIPE AND FITTINGS PART 1 :3 Nt.i2AL 1.01 SCCFF A. Provide and :nsna:: 30' and 36" ]ocaticns shown on the Drawings and Provide and _nstaii corrosion prot accordance with the specification hereto. 1 . 02 Q:JAJ,1 TY ASSURANCE A. Standards (as app]icable): steel pipe in the as specified herein. ectien facilities ir: and details appended ' I 1. Steel pipe 6 inches and larger: AWWA C200 2. Rubber casket joints: AWWA O200 L .3. Cement mortar lining for water: AWWA C2C5 4. 'fame coating: AWWA C214 and O209 ' I 5. Field welding: AWWA C206 I H I I F 1 6. Steel Pipe flanges: AWWA O207 7, Steel pipe fittings: AWWA C208 8. Steel pine design and installation: AWWA Nil B. Qualificaticns: All steel pipe and fittings shall he furnished by manufacturers whc are fully experienced. SP1'A Certified, reputable, and qualified in the manufacture of the materials to be furnished. Alsc, the plant in wnicn the pipe is manufactures shall be SPFA certified. The pipe and fittings shall be designed, constructed ai:v 4nstaiied in accordance with he hest practices and methods and sha=i comply with these Specif:caticns as app:.cahle. C. Manufacture: Pipe shalI he as manufactured by the Thonpscn Pipe & Stee: Ccmpany, cx approved equal. 1.03 SHOP DRAWTNGS A. Shop Drawings, including layouts, shall be submitted to the Engineer icr ancrcval. Sect,ca 15CC.-r - . I M CteJ(O , ,r rue pm su.0-PC r,y (orny0 r .re'1ry . 6. A,ornics B. Details of specials and fittings. C. calculations for pipe design and. fittings reinforcement and/or test data. D. Calculations for lengths of restrained pipe joints at thrust locations. E. Copy of the manufacturer's quality control check of pipe material and production. F. An affidavit of compliance with AWWA standards referenced in this specification. 1.04 HANDLING, STORAGE, AND SHIPPING A. Pipe shall be stulled as required to maintain roundness of +/- 1 percent during shipping and handling. B. Coated pipe shall be shipped on padded bunks with nylon belt tie -down straps or padded banding located approximately over stulling. C. Coated pipe shall be stored on padded skids, sand or dirt berms, sand bags, old tires or other suitable means so that coating will not be damaged. D. Coated pipe shall be handled with the wide belt slings. Chains, cables or other equipment likely to cause damage to the pipe or coating shall not be used. E. Prior to shipment, the pipe shall be visually inspected for damage to the coating by the following procedure: 1. When visual inspection shows a portion of the polyethylene tape system has sustained physical damage, the area in question may be subjected to an electrical holiday test up to 11,180 volts. 2. When the area is tested and there is no holidays or no tearing of the material, (only wrinkling or bruising), then the area shall be noted OK and shipped with no patching required. 3. When the damaged area has a tearing of the material, the damaged layer (or layers) of outer wrap shall be removed by carefully cutting with a sharp razor -type utility knife. The area shall then be wiped clean and dry with a rag and a patch of polyethylene repair tape, cut to sufficient size to overlap at least 4 inches of sound material in Section 15001-6 - 2 C CI I rl I I I El r I I C L I Li I McClelland 5l a rye Coosu)fing Engineers Incorporated ayerteville, Arkansas I each direction., shall be applied. I 1 1 1 1 1 I 1 PART 2 2.0_ 4. When the damaged area does show damage going clear to the .steel from either a visual inspection or a -ecp from a holiday detector, expose the inner wrap of black polyethylene tape and cut back the damaged layers leavinq a smcctn surface. The area shall then be wiped clean and cry with a rag and a coat of primer shat. be applied to the area. When the primer :s tacky, apply a patch of polyethylene repair tape of sufficient size to completely cover the ca-nacec area, plus a minimum lap of 4 inches on sound tape in all directions. A second patch of polyethylene repair tape sham then be put over the first patch once again insuring a minimum overlap of 4 inches beyond the first patch on a clean dry surface. Repair tape and primer shall conform to AWWA C209 Standard, and the tape shall be 35 mil hich tack polyethylene tape compatible with the original tape system. PRO, CTS MA=R IA.LS Pipe: Steel pipe ?0 and 36 inches in diameter, coniciming to AWv;A O200 and ASTM A139, Grade C, D, or E. 1. Unless otherwise shown on the Drawings, the minimum thickness of hurled steel pipe shall be: Nominal Steel Wall D:ame.te.r(in.) Thickr_esslin.?_ 30 0.250 36 0.250 2. Pipe for use with sleeve -type couplings shall have plain ends at right angles to the axis. 3. Pipe `_or use with split -type couplings shall have ends with formed or machined shoulders or grooves that. meet the requirements of the coupling manufacturer. 4. Pipe is to be furnished principally in 45 -root net lay:nq lengths with spe:'ial lengths, field tri:I pieces ana closure pieces as required by p:an and profile fox location of elbows, tees, reducers and Section 15001 6 - 3 MC[iee-e a. n na' L4nWis.. Esq, fOe"s CY(OY P: 1 yam.,• ,. ,Q •Y.. of of I it other in -line fittings. The pipe fabricator shall prepare a pipe laying schedule showing the location of each piece by mark number with station and invert elevation at each bell end. Coatings and Linings. a. Pipe shall be coated and wrapped outside with prefabricated multi -layer cold -applied polyethylene tape coating in accordance with AWWA C214. The total thickness of coating shall be 80 mils consisting of primer, 20 mil inner layer for corrosion protection and two 30 mil outer layers for mechanical protection. b. Fittings shall be coated and wrapped outside with prefabricated multi -layer cold -applied polyethylene tape coating in accordance with AWWA C209. The total thickness of coating shall be 70 mils consisting of primer and two wraps of 35 mil tape. C. The tape wrap coating system shall be PolyKen YG III, or approved equal. Installation and field repairs shall strictly conform to the manufacturer's recommendations. The tape wrap system shall conform to ISO 9002 quality standards. d. Pipe shall be cement mortar lined in the shop by the centrifugal process in accordance with AWWA C205. Cement mortar lined pipe shall be stulled as required to maintain roundness during shipping and handling and shall have ends capped prior to shipment. The nominal diameter of cement mortar lined pipe shall be the I.D. after lining. FITTINGS Fittings shall be fabricated in accordance with AWWA C200 Section 4 from pipe conforming to the above standards. Fittings fabricated from previously hydrostatically tested straight pipe shall require testingS of only those welded seams that were not previously hydrostatically tested in the straight pipe. This testing shall be by the dye penetrant magnetic particle method. Fittings shall conform to the dimensions of AWWA C208 or may be fabricated into the standard or Section 15001-6 - 4 I I I I ri I C I I I L C L 11 MKlegand esi o rve Cunsulling Engineers lncorsorared Fayelleville, Arkansas I I I ILi I 1 I 11 I I H I J I I special pipe lengths. Elbows over 3 degrees through ::255 degrees shall be two piece; over 23 degrees through 45 degrees shai; be three piece; over 45 degrees through 67% degrees shall be four pieces; and over 673 degrees through 90 degrees shall be five pieces. Elbows shall have a minimum radius of 255 tunes the nine O.D. All tees, laterals and outlets shall be reinforced .n accordance with AWWA M;l. 3. Fittings shall be cement r.crtar lined. C. Joints Unless ctnerwise specifically noted on the drawings). O-ring: The standard joint for working pressures up tc 25C psi shai: he C -ring unless otherwise noted on the plans. C -ring joints shall conform to A'WWA C200 Standard. In addition, the O-ring joints shall consist of a flared bell end formed and sized by forcing the pipe end over a plug die. The spigot end groove designeci to retain the O-ring rubber casket shall be formed and sized by rolling or. male -female dies to match the bell. The difference in diameter between the _.D. of bell and the O.D. of spigot shoulder at point of full engagement with allowable deflection shall be .00 inches to .04 inches as measured on the circumference with a diameter tape. The O ring gasket shall have sufficient volume to approximately fill the area of groove and shall conform to AWWA C200. The oint shat_ be suitable for a safe workinq pressure equal to the class of pipe furnished and shall operate satisfactorily with a deflection, the tangent of which is hot to exceed .75 inches/fl where is the outside diameter of the pipe in inches or with a pull-out o`_ % inches. C -ring joints may be furnished only by a manufacturer who has furnished pipe with joints of similar design for comparable working pressure. pipe diameter, pipe length, and wall thickness that has beer. in successful service for a period of 5 years . Shop applied outside coat=ng shall be continuous to the end at the pipe or. the be]] end and shall he hold hack 4'A Inches on the spigot end. Shcp Section: 1500L 6 - I Mr1fa 7 Goressu'1 ircaau4a • WIPY .F'i�p5Gf I applied inside lining shall be continuous to the end of the pipe on the spigot end and shall be held back on the bell end to the point of maximum engagement or further as shown in joint detail. The inside of bell and outside of spigot shall be painted one shop coat of primer compatible with the field coating materials. 2. Lap Weld: Lap field welded joints shall be used where tied joints are indicated on the plans. The standard bell shall provide for a 21/e inch lap with X inch allowable pull for the required 1% inch minimum lap. Shop applied outside coating shall be held back 41/ inch for pipe diameters over 24 inches. Shop applied inside lining shall be held back 434 inch on all bell ends. 3. Mechanical Couplings: Mechanical couplings where indicated on the plans shall be Smith Blair Style 411, Baker Style 200 or equal. Insulating mechanical couplings where indicated on the plans shall be Smith Blair Style 416, Baker Style 216 or equal for working pressures up to 150 psi only. Couplings for buried service shall have all metal parts painted with Epoxy paint conforming to AWWA C210 or C213. Where tied joints are required, mechanical couplings shall be harnessed for the maximum pressure (test pressure or transient pressure) in accordance with AWWA M11 Par. 13.10 and Table 13-5. Pipe ends for mechanical couplings shall conform to AWWA 0200 Section 3.6. The shop applied outside coating shall be held back as required for field assembly of the mechanical coupling or to harness lugs or rings. Harness lugs or rings and pipe ends shall be painted with one shop coat of primer compatible with exterior coating and field joint coating materials. The inside lining shall be continuous to the end of the pipe. 4. FLANGES a. Flanges shall be AWWA 0207 Class E for pressures over 150 psi to 275 psi when mating steel to steel. Section 15001-6 - 6 I I I 1 I I C Li n I I '1 C I Li MCCle llond esi aServef Consulting Engineers 1nco'parated Fayenevifle, Arkansas I Shop _fining and coating shall be cont nucus to end of the pipe or back of flange. Flange I H H H I I `_aces shall be shop coated with a so]ub:e rust preventive compound. b. Gaskets: Full face, Ye inch inserted rubber: Johns -Manville Crane Co. Style 777, or equal. be suitable for a water pressure a temperature of :80 degrees Fa] thick, cloth No. 109, John Gaskets shall of 350 psi at trerheit. c. i?olts and Nuts for Flanges: Botts and nuts for buried and submerged flanges and flanges located outdoors above ground or in open vaults in structures shall be Type 316 stainless steel conforming to ASTM A193, Grade B8M fox bolts, and ASTM A94, Grade FI7. Nuts S. comply with ASIM A194, Grade 2M. d. provide specially drilled flai:ges when required for correction: to existing piping or special equipment. FART 3 :xEc::'1'ION 3.01 INSPEC'l']ON AND '_EST:NG A. All pipe snail be inspected and tested at the tanufacturing facility. B. The Owner shall have the right to have any or all piping, fittings or specials inspected and tested by an independent testing age: cy at the manufacturing facility or elsewhere. Such 'inspection and testing will be at the. Cwnex's extent<e. C. Nark as rejected and Lrrrediately remove Lxom the jobsite, ' cr repair to the Owner's satisfaction. a]] pipe iengths exnioitirc siqns of damage to the lin:ny, ceatirc, joints. or piping wa.-_. I I Ii I 3 . C2 TN,TA;,I,A'1'iON A. The Contractor shall provide and instal_ a]] required piping and accessories in accordar:ce with t'hc Contract )oc..ments and manufacturer's reconnendaicnsPipe installation as specified in this Section supplenents A:ti'.•: A Ml 1 Section 15CC1-6 7 I nMCCb1Aana Cona!Irnp Enwr.a nwporr.d taf+•favv+C Atkonsas I B. Joint Assembly I 1. O-ring joints: a. Wire brush clean exposed ends of joint surfaces. b. Thoroughly lubricate the gasket with material provided by the pipe manufacturer. c. Place gasket in grooved spigot and tension relieve by inserting a dull instrument under the gasket and completing two revolutions around the joint circumference. d. Insert joint to full metal -to -metal contact prior to providing the maximum allowable inch joint opening for any necessary deflection. e. Electrically bond the joint through the use of two #4 copper wires thermite welded to the .pipe in the field. f. Complete the exterior joint wrapping two layers of 35 mil t to AWWA C209 over the joint and g. Complete the interior joint by -annular space with a stiff mix grout. by cigarette ape conforming bonding wires. mortaring the of non -shrink 2. Lap filed welded joints: - a. • Wire brush exposed end of joint surfaces. b. Insert the plain end into the expanded bell to provide a minimum overlap of 1M inches at any location around the joint circumference. c. A single full fillet weld shall be provided by certified welders qualified in accordance with AWS D1.1. Where installed in casting pipe, or otherwise noted on the plans, joint shall be provided with a full fillet weld and a seal weld to allow an air test of the joint through a threaded outlet provided by the pipe manufacturer. This threaded outlet shall be plugged following the successful air test. Section 15001-6 - 8 I. I I C I I I I I. I I MCCNIIand ni o rve C°^sun lno Engineers In carp oral. d Fayette v/Oe, Atka mae I I I I I I I I I I I I L I I [I I :3 4 Flanged jcints: a. Bolt holes of flanges shall straddle the horizontal and vertical center line of the pipe. Clean flanges by wire brushing before installing flanged fittings. Clean flange bolts and nuts by wire brushing, lubricate bolts with oil and graphite. b. Insert the nuts and bolts (Cr studs), f`.nger tighter., and progressively tighten diametrically opposite bolts uniformly around the flange to proper tension. c. Execute care when tightening jcints to prevent undue strain upon valves, pumps and other equ_prent . d. If flanges leak under pressure testing, loosen or remove the nuts and bolts, reset or replace the gasket, reinstall or retighten the bolts and nuts, and retest the joints. Joints shall he watert._ght. Mechanical jo_nts: a. Thoroughly clean with a wire brush surfaces that will be in contact with the gaskets. h. Lubricate the gasket, bell and spigot by washing with scary water. c. Slip the gland and gasket, in that order, over the spigot and insert the spigot into the bell until properly sealed. c. Evenly seat the gasket in the bell at all points, center the spigot, and firmly press the gland against the gasket. e. inset the boits, install the nuts finger tight, and progressively tighter. diaretrically opposite nuts uniformLy around the joint to the proper tension w:th a torque wrench. f. The exact rargc of torque (as indicated by a torque wrench) and the .ength of the wrench _>_r not a torque wrench, shall not exceed: (C Range of torque: 60-93 foot pounds pac;. ,and C M car .0 f/PO Eeple..•s frarO.faf.e FOrff. Vl%l.. R/balsas Section :5301-E - 9 H C (2) Length of wrench: 10 inches. Installing Buried Piping: 1. Inspect each pipe and fitting before lowering the buried pipe or fittings into the trench. Inspect the interior and exterior protective coatings. Patch damaged areas in the field with material similar to the original. Clean ends of pipe thoroughly. Remove foreign matter and dirt from inside of pipe and keep clean during and after laying. 2. Handle pipe in a manner to avoid any damage to the pipe. Do not drop or dump pipe into trenches under any circumstances. 3. When installing piping in trenches, so not deviate more than one inch from line or 1A inch from grade. Measure for grade atthe pipe invert. 4. Grade the bottom of the trench and place a 4 inch minimum layer of granular pipe base material, as defined in SECTION 02200 under the pipe. Before laying each section of the pipe, check the grade with a straight edge and correct any irregularities found. The trench bottom shall form a continuous and uniform bearing and support for the pipe at every point between bell holes, except that the grade may be disturbed for the removal of lifting tackle. 5. At the location of each joint, dig bell (joint) holes of dimensions in the bottom of the trench and at the sides to permit visual inspection of the entire joint. 6. Keep the trench in a dewatered condition during pipe laying. 7. Install granular pipe zone material and compact to 90°1 Standard Proctor Density (ASTM D698) up to a level 12 inches above the top of the pipe, in accordance with the Detail on the Drawings and AWWA M11. 8. When the pipe laying is not in progress, including the noon hours, close the open ends of the pipe. DO NOT permit trench water, animals, or foreign material to enter the pipe. Section 15001-6 - 10 I I I I I LJ I I 11 I I LI L�II McClelland a fYe Conwlfing Enelnors inwrpore red FaOttevllle, Arkansas I I I I I I I I I I J [] I I I J. liydiostat_c Testing: Test in accordance with AWWA NI:. Test pressure shall be 50% of the pipe working pressure, or 200 psi, whichever is greater. 3.03 PAYMENT A. Payment for the work described in this Section will be included as parr. of the unit price or lump sum bid amounts stated in the. Proposal. Unit prices bid for pipe shall include trenching, granular pipe base and pipe zone material, backfii ng above the pipe zone, topsoil zeplacerient, finish grading, seeding and fertilizing and final cleanup. The required cathodic protection materials and installation of same shall be irc:uded in the unit price for pipe. 2. Payment for pipe shall be :made at 85% of the unit bid price upon pipe installation., backfilling, and rough grading. Payment shall he increased to 90% upon completion of testing and steri:•ization. Payment will be increased to 98% of the unit price bid upon seeding, tort±;=zinc and t:na: cleanup. The remaining 2% will be released upon satisfactory estah.ishm.ent cf a grass stand. END OF SECTION (Corrosion Protection Specifications and Details are appended hereto. These Specifications and Details mention steel, ductile iron and concrete pipe materials. However for the purpose of this project, they are applicable tc only steel pipe.) Section 1iS0 I MCCbPang Lwulgny Enyo-w.r Ne for./N W•/Y. A•Ya ao'og n�a� WALT CHAPMAN Consultant Corrosion Control - Water Management 205 N. Resler Drive El Paso, Texas 79912 Phone (915) 584-9916 PIPE BONDING AND TEST STATIONS 1. GENERAL 1.1 Work Included: This section covers the work necessary to furnish and install pipe joint bonds to form an electrically continuous pipeline, insulating joints and test stations, complete. 1.2 General: Like items of materials provided hereunder shall be the end product of one manufacturer in orderto achieve standardization for appearance, maintenance and replacement. Materials and workmanship as specified in this section shall be installed currently with pipe installation. Coordinate all work specified herein with related sections. 1.3 Submittals During Construction: Provide catalog cuts and other information for all materials that show compliance of those materials with these Specifications. The Contractor shall also provide submittals for the following equipment: Test Equipment. Continuity Testing Equipment. Thermite Weld Materials and Thermite Caps. Insulated Joint Coating (cement coated and lined pipe only). 1.4 ➢efinitions: a. Ferrous Metal Pipe: Any pipe made of steel or iron, or pipe containing steel or iron as a principal structural material, except reinforced concrete pipe. b. Foreign Owned: Any buried pipe or cable not specifically owned or operated by the Owner. c. Lead, Lead Wire, Joint Bonds, Pipe Connecting Wires, Cable: insulated copper conductor; the same as wire. d. Electrically Continuous Pipeline: A pipeline which has a linear electrical resistance equal to or less than the sum of the resistance of the pipe plus the maximum allowable bond resistance for each joint as specified in this section. e. Electrical Isolation: The condition of being electrically isolated from other metallic structures (including, but not limited to, piping, reinforcement, casings, etc.) and the environment as defined in NACE Standard RPO169-83. Section 15001-6-12 J I F L U Li L I I I J 2. PRODUCTS 2.1 General: the is for the purpose of use of a manufacturer's name and establishing only tire standard of model or quality catalog nunber and general configuralfor. desired. Products of other -manufacturers will be considered. 2.2 Joint Bond _Wires: 2.2.] General: Joint bond wires shall be single-conductcr, stranded copper wire wit'] 600 -volt (High Molecu:.3rWe] gut Po]yelhy:cue (HMWPL) insu]alion. Supply all joint bonds con)lete with a formed copper sleeve on each end of the wire. 2.2.2 All wire connections £11811 be rlade by the alumina thermic weld process and shall be 6 incl'es apart n-.iairum. 2.2.3 Bond wire:; shall not be installed across insulated flanges. 7.2.4 Bond wires are rol re(laired at circumferentially welded joints. 2.2.5 Bond wires for duct!]: iron pipe are similar to standard sled pipe bond wires except for wilding cartridge type. 2.2.6 The wire size and numL•er of bond wires differs with pipe diameter and shall be as follows: PiPI_ I):hM1:TER Lees than Ih" 18" :.c 36" 2.3 Test Station Wares: NU'•1IER OF BIND WIRES WIRE SIZE 2 tl4 AWG 3 li4 AWG 3 ill AW(: .W, 2.3.1 Wire: Ti1WN, or '1'HHN Sint].'-:.nid';e i:rsulation an(l tor, No. sir.F.le 12 AWG, condc(.tor, stranded copper No. 8 AWG, stranded with 600 --volt copper with 603—vol: •FW, :-i1tN, nr HEN in:;l.latio11. 2. 3.2 1n5ulation Col:+:: A:: sl:own on 'he Ptawings. 2.Cathodic Protection Test Station: ?.6.1 ]'lush Mounted: ' 2.4.1.1 lest lies: ('r'a(-rote body cal with :a east iron ring, wit I, a m,nlrlln w1`f J'ii of SS I:.l,nlds :111d min]lnlllr dimensics of l3-711:'}] ':r-i (f7 nT(': . 1 al''' 1. ::•'111•c 1.`11'.. rt'ivi de et et11: ions as t egll: rid to ' a•'lll'tr1:,- ','Mere'". •.11f.fCec :l •. ::1(I71'o- ❑1LITun. Provide with a .`_. round I Is: 1rl';• I111 w.(}1 „•) eI'; Cr r•r wlICS (.P •:F1 c'3 :I flit'' t ',e 1'd. Arc('ptal` .' :e':f he':."r;' .',.q`ks Models IRT of 3RI, or .ipprrlC,'d r"lllal . ' Sect tin] : 50C. —h-] 3 -3- 2.4.1.2 Terminal Block: Plastic or glass -reinforced, t4 -inch thick laminate terminal board with minimum dimensions of 6 -inch by 8 -inch. Provide terminal block with five, stainless steel studs, washers and lock washers. 2.4.2 Post Mounted: 2.4.2.1 Test Box: Round cast aluminum box with threaded lid and 0 -ring gasket seal suitable for threaded mounting to a 1 -inch or larger rigid galvanized conduit. 2.4.2.2 Terminal Block: Plastic or glass -reinforced laminate -inch thick with five terminals. Terminal heads shall have special heads to keep them from turning or shall be easily accessible from both sides of the terminal block without requiring its removal. Terminal studs, washers and nuts shall be stainless steel. 2.4.2.3 Mounting Structure: 4 -inch by 4 -inch by 5 -foot long ' pressure treated wood post. 2.4.2.4 Mounting Hardware: Provide all conduit, straps and hardware required to mount the test station to the post. Hardware shall be galvanized steel. 2.4.2.5 Acceptable Test Stations: Testox 800 series, or approved equal. 2.5 Thermite Weld Materials: 2.5.1 General: Thermite weld materials shall consist of wire sleeves and weld cartridges according to the weld manufacturer's recommendations for each wire size and pipe or fitting size and material. All welding materials and equipment shall be the product of a single manufacturer. Interchanging materials ofdifferent manufacturers will not be acceptable. 2.5.2 Molds: Graphite. Ceramic "One -Shot" molds will not be acceptable. 2.5.3 Adapter Sleeves: Provide for No. 12 AWG, No. 2 AWG and No. 1/0 AWG wires. Prefabricated factory sleeve joint bonds or bond wires with formed sleeves made in the field are acceptable. Field -formed joint bonds sleeves shall be attached with the appropriate size and type of hammer die provided by the thermite weld manufacturer. Wire conductor shall extend :-inch beyond the end of the sleeve. 2.5.4 Cartridges: Cast iron thermite weld cartridges shall be used for all cast and ductile iron pipe and fittings. Maximum cartridge size shall be 32 grams for steel and 45 grams for cast and ductile iron materials, respectively. Section 15001-6-14 I I 7.5.S Welders and Cartridges: Provide the thormite weld materials: for attaching copper wire to the pipe material using the appropriate types of materials as listed below: Cartridge Size, Plve Material I Weld Type Io. 4_AWG_S Smaller Wire: Steel BA, VS, 11C 25 gm Ductile or Casl. Ircit I1B, Vil HE 4S gm--_ Gnncret a Cyl finder HA, VS, 11G 25 gin Pipe — -- Do. 2 AUG JoinL Bonds: Steel Ductile of Cast Itolt Concrete Cylinder Pipe ilo, 1j0_AWG Jolnl__Bpnds Steel Ductile or Gast II on Concrete Cylinder ]live FS -- 25 gm I'C 32 bin HA, CR 45 gin i'r FC IIA, CR 32 pin 45 bm 65 gm 2. S.6 Ac( el•lablo Supplirt:;: Friro Prvdurls Inc. (Cadweld), Cleveland, 011; Continental lndnctries, Inc. ('lherllo-weld), Tulsa, OK; or equal. Iit7.6 lliermite Weld Caps: Prefabricated weld cap sized for l/0 AWG wire 1 crating and suitable prince, such as Ifandy Cap 11 with Royston Primer 107, as manefarIlired by Rovscton 1,abvT it or I es Inc., or equal. ' 7.7 Pipe and Fitting Coating Repair NateriaJ: J.1 i1 n,ll and 1'114-1 ill I err F i pr: A,: rr'crnnrndnd Iic ll:e fill•' coaI Inl_ ' mgnnl a^• itlrr. Rr:i'I1 t ('(':11 Ill j: Tor cpnl dalra l;4-' al I hr`I1nit r Welr1 cf: 11111r.t 111 n$ 11,1! rrCern•1 1'. ^tandit4l pipeline` ,-ilal i'1r, ropiil iirocodilllI' or tbl'rinitr? wild cl' •haI 1 11e 10(1 prrron t Fr 1 Id!_ epoxy I hat r::In ,-,ire n strblrvrgeed or but led ' rr`Il,? i t 14--v;. Arrnp! ibil' I'raI 1Or: -111` iv%1i 1:111161 I I off KIlproI e, Flt I'd`lll gil, PA: Anrtira•1 rhrmiral Corp-iatitin. Pg:•1apr, (lfl. Cl .'11•pinvrd rg11a1. I1 Sect ic' 111:(11-e-:5 sit 2.7.2 Concrete Cylinder Pipe: Cement mortar of the mix design and water/cement ratio which provides equal alkalinity and porosity as the pipe coating. Written mortar mix proportions and mixing instructions shall be provided by the pipe manufacturer. 2.8 Wire Connectors: One-piece, tin-plated crimp -on ring tongue connector as manufactured by Burndy Co., Thomas and Betts, or equal. 2.9 Insulating Joints: 2.9.1 General: Insulating joints shall be dielectric unions or flanges The complete assembly shall have an ANSI rating equal to or higher than that of the joint and pipeline. All materials shall be resistant for the intended exposure, operating temperatures and products in the pipeline. 2.9.2 Flange Insulating Kits: 2.9.2.1 Gaskets: Continuous filament glass cloth and epoxy gasket retainer in accordance with NEMA C-11, full. -face, Type E with O-ring seal. 2.9.2.2 Insulating Sleeves: Full-length Mylar. 2.9.2.3 Insulating Washers: Continuous filament glass cloth and epoxy in accordance with NEMA G -1O. 2.9.2.4 Steel Washers: Stainless steel, 1/8 -inch thick. 2.9.2.5 Acceptable Suppliers: Pacific Seal, Inc., Burbank,CA; Central Plastics Co., Shawnee, OK;. or equal. 2.9.2.6 Insulating Unions: O-ring sealed with molded and bonded insulating bushing to union body, as manufactured by Central Plastics Company, Shawnee, OK; or equal. 3. EXECUTION 3.1 General: All materials and equipment associated with joint bonding, test stations, and insulating joints as shown and specified herein shall be furnished and installed by the Contractor. Any changes in design or method of installation of an item as specified shall be reviewed by the Engineer. The Contractor shall coordinate the installation of the specified items with the General Contractor or other subcontractors on the project such that installation of the items herein specified can be completed concurrently with pipeline installation. Items not installed before backfilling of the pipe shall be installed at the Contractor's sole expense. Whenever the requirements of the Specifications or Drawings exceed those of the codes or manufacturer's instructions, the requirements of the Specifications Section 15001-6-16 -fl- 1 ' cr Drawings shall prevail. W31eie a larger size or bctter grade of material or a higher standard of workmanship is required, the most stringent requirement shall apply. 1 I I I I 3.7 Pipe joint Bondi ii: 3.2.1 Io form an electrically continuous pipeline and associated appurtenances, the joints of al: buried steel, ductile or cast iron, or concrete cylinder Ripe, including all piping in vaults and manholes, listings, and restrained ;eats, situ] be e]ectticaLly bendcd, except joints specified to be welded or insulated. 3.2.2 Electrical connection of all wires: to pipe and fittings shalI be by the thermite weld process. 3.2.3 Each bonded joint shall be tested as specified under ELECTRICAL CONTINUITY TESTING, this section. 3.3 Test Station ]rtatlation: 3.3.1 The general locations and types Cf rest stations are shown on the Drawings. The Contractor shall t'.etetmine the location of the test stations based on actual site conditions and as approved by the Engineer. 3.3.2 Test stations shall be located as shown on the Drawings. 3.3.3 Test wires shall be attached to the pipe as specified under w1RI: CONNECTIONS, this section. Wires to foreign -owned pipelines shall he attarhed by the pipeline owner. The Contractor shall coordinate Lhis work with the owner of the foreign pipeline before the pipe is excavated. 1 3.3.4 Locate flfis•1-mounted tcsl stations at the closest location to the pipeline wlicre approved by the Engineer, except in areas of heavy traffic conditions. Where heavy traffic conditions exist, locate the test stations Fr the side of the street. 3. L5 Locale fist 111ounLed test stati:+ns directly over the pipe and at ' protected loratietis such an: Ien: es, road crossing'•, alai edg<•s of cu]tiVaIed Ihnd. 3.3.h rest wires shathe buried a frini-rum of 24 inches below f inished grade. ' 3. 3.] Wire connecticnc to test station terminals shall the with crime -on siode inn terminals. I3ording straps will be provided with each test 't nt :I,n. 3.•i I -c ':1nnet t it'll:,: 3..,. 71.:•mite ;ld: I ' Section 15CD'.-h -7- 3.4.1.1 The electrical connection of copper wire to steel and ductile or cast iron surfaces shall be by the thermite weld method. Observe proper safety precautions, welding procedures, thermite weld material selection, and surface preparation as recommended by the welder manufacturer. Assure that the pipe or fitting wall thickness is of sufficient thickness that the thermite weld process will not damage the integrity of the pipe or fitting wall or protective lining. 3.4.1.2 After the weld connection has cooled, remove slag, visually inspect, and physically test wire connection by tapping with a hammer; remove and replace any defective connections. 3.4.1.3 On pipe and fittings with dielectric linings, make the weld connection on the shop tab provided or on a thick metal section to minimize damage to the lining and coating. After the weld is made, coat the weld as specified. 3.4.1.4 Install a prefabricated thermite weld cap over each completed connection on steel or ductile iron pipe. All exposed metal surfaces not covered by the thermite weld cap shall be repaired in accordance with the coating manufacturer's recommendations. All damage to the pipe lining shall be repaired in accordance with the lining applicator's recommendations. 3.4.1.5 Wire connections to concrete cylinder pipe shall be made by thermite welding to the shop welded steel studs or plates provided on the pipe for this purpose. Clean the steel studs to bright metal before thermite welding. Coat the completed wire connection with 1 inch minimum cover of. cement mortar as specified under MATERIALS and as shown on the Drawings. 3.6 Wire Insulation Repair: Pipe test wires shall be handled with care. Repair of damage to the wire insulation shall be by spirally wrapping (50 percent overlap, minimum) with two coats of high -voltage rubber splicing tap and two layers of vinyl electrical tape. Wire splices shall be made with suitable sized compression connectors or mechanically secured and soldered with rosin cored 50/50 solder. All splices shall be approved by the Engineer. 3.7 Insulated Joints: 3.7.1 Insulated joints shall be installed to electrically isolate the pipeline from other structures. Insulated joints shall be located at connections to existing metallic pipe, where cathodically protected pipe connects to pipe not intended to have cathodic protection, and where shown. Install a Type I test station at each buried insulated joint. 3.7.2 Carefully align and install insulating joints according to the manufacturer's recommendations to avoid damaging insulating materials Contractor shall test the insulating joint for electrical isolation in the presence of the Engineer prior to burial. Any defective insulating materials shall be replaced. Section 15001-6-18 I I I I I I [ LI I [1 I [I I 3.8 E]ectrica; Continuity Testing: 3.8.1 the Contractor shall furnish all necessary equipment and materials and 'hake a:] electrical connections to the pipe as required to test continuity of bonded joints. 3.8.2 The Contractor shall conduct a continuity I est on all buried joints that are requited to he handed. Test the electrical continuity of joint bonds after the bonds are installed but before backfilling of the pipe. 3.9 Insulated Joint Teslinl;: The Contractor shall test each insulated joint :if ti asseml'1y with the insulator tester it,. accordance with the manufacturer's written instrtictlens. The Engineer shall monitor the tests. Al] damaged or defective in>wulation parts shall be repiaccd by the Contractor. 3.10 Testing: After construction is complete, the Engineer shall test the pipeline to ensure 1•roper installation of the joint bends, test stations and insulates joints. Any construction defccts identified during testing shall be located and corrected by the Contractor. Provide the Engineer with 7 days advance notice i,eforc beginning tests. All test data shall be recorded and sii! rI t ted to the Entti:x'er. ]he Contractor sha11 supply two laborers for a minimum of 4 man -days to assist the Engineer with electrical continuity testing ci the pipeline. The laborers shall work under the direction of the Engineer and shall assist with the testing„ including assistance with pulling and reeling of the test wires and Taking Test connections as di ri'f'ted. 4. CAIHGD]C PROTECTION SYSTEM (SACRIFICIAL AN(I]lLS) 4.1 General Recuircmvnts: — —"- ---- - 4.1 .1 Extent of Work: Contract Drawings indicate the extent and general arrangement of the raLhor.ir protection stew. The Contractor shall ce4+rdinate and :nrnpvily )''late h1A work to t'l' s:te and to the woik of all rades. :h1• Ccrt rarto- Thal 1 advise tip Contracting Officer of any dlscrenancy 1'r lore perforlrinA wer4_ 1.-' Rules: The iust.11laLirl. 51:.311 conicrr.: La LL'e app.irallly rules of NEPA 7(,. 14.1.3 Submit lab' SD -17, Na.iuiactin erIC laIalot Data 'I1 ':. Pl t 3i: I'ra'i r.:; I1� •,3. ! I I.•+ I1 j :�IlaI I -c' s�.:] 71 I (?I.':1. .':11:11 . ; ;,1)} I S' Ili 1 (('ii:] I1't I' Ii; of t..11ll laeilt :11"Plat el lily ln!•...1•lilj_ n.inll•arlll: Cl 1'+ teSt'Iipt _yE' Ll Sect inn -9 • and lerhrica: litelaturl-, catalog, cuts, and insrallaton instruction:;. Retail Drawings shall also contain compete wiring and schenatic r.iagrans and any other details required to d.eironstrate that the system has been coordinated and will functcn proper'.y as a unit. SD -39, Qualifications }.vidence of q:in lificat icns of the Corrosion 1'ngineer s}la]] be sul:nil led by Ihr ContI 3rtn-. SIl-70, list ]:. ports Upon compleLicn and tosling of the installed system, test reports ' shall he st:hmitted in booklet form tabulating all field tests and neasurements performed. I S. ANODES 5.1 Mag,nosium Anode.: Magnesium anodes, shall be Type III corresponding to the applicable chemical cotrposition listed in the Iollowing table: PERCENT BY WEIGHT ELEMENT TYPE III A'uwinum 5.3-6.7 Z'-ir 2.5-3.4 Manganese fl.35 Min. Copper 0.02 Max. Silicon 0.10 Max. Iron 0.003 Max. Nickel C.002 Max. t hors 0.30 Max. Marr.rs; :IT Ra Inner 5.: Connectint> Wire: hire shall Fe Nn, 12 AWC solid copper wire, not less tl`an 10 feet .ung, unspl:red. nr1:'lviiif' with '•]"f/)i 7U, Tvne 'IN iasulatien. Ccmice ting wire': for magnesicln anode: shaLi be factory installed with tl:e place of '"rrgence from the ancco it: a cavity seal Cr] flush with a die-ectric seaLing, CCnllound. 5.3 Artificial Backfill: Anodes shall be factory packaged with an artificial barkwa lill in a ter prraeahlo fabric sack or cardboard. container. Anodes shall ' he packager. on a vibrat ing p].4t'orm t•1 at tain dense :)ackinr., and centering shalI be Gssi3rrd he ml'.ins rf spa,'er`3. ' ')."L li 1. }`a 1.:.11 `3 :all 11l\1' 111[ I11 ::lilt, rr:p •)ti: t ]nil: �Ia: C I IA I .i j l 1) r r'x i tad l l' icI_:C I1L _'\' Ut'I&;1 I I.y psI;19 75 R•'nt r'I 1'. 11 Sr. ' l71'm il' :3t1' ` , 1`l a l ill') �rC�]nlI ] lllil]-1`-3q I -10- ri 5.4 Electrical Wire: Wire shall be No. 12 AWG stranded copper wire with NFPA 70, Type TW, RHW-USE insulation. Connecting wire splicing shall be copper compression connections made for the purpose or exothermic welds following instructions of the manufacturer. Split -bolt connections shall not be used. 5.5 Conduit: Rigid galvanized steel conduit and accessories shall conform to UL 6. Non-metallic conduit shall conform to NEMA TC 2. 5.6 Test Boxes and Junction Boxes to UL 514A. 6. EXECUTION Boxes shall be outdoor type conforming 6.1 Installation: Unless otherwise indicated, all equipment. shall be installed in accordance with the manufacturer's recommendations. 6.1.1 Anode Installation: Anodes of the size indicated shall be installed at the locations shown. Locations may be changed to clear obstructions if approved. Anodes shall be installed as indicated in a dry condition after any plastic or waterproof protective covering has been completely removed from the water permeable, permanent container housing the anode metal. The anode connecting wire shall not be used for lowering the anode into the hole. The annular space around the anode shall be backfilled with fine earth in 6 -inch layers and each layer shall be hand tamped. Care must be exercised not to strike the anode or connecting wire with the tamper. Approximately 15+ gallons of water shall be applied to each filled hole after anode backfilling and tamping has been completed to a point about 6 -inches above the anode. After the water has been absorbed by the earth, backfilling shall be completed to the ground surface level. Single anodes spaced as shown shall be connected to the test station allowing adequate slack in the connecting wire to compensate for movement during backfill operation. Groups of anodes in quantity and location shown shall be connected to a collector cable. The collector -cable shall make contact with the structure to be protected only through a test station. Resistance wires shall not be used to reduce the current output of individual or group anodes. Connections to ferrous pipe shall be made by exothermic weld methods manufactured for the type of pipe and tank. Electric arc welded connections and other types of welded connections to ferrous pipe and structures shall be approved before use. 6.1.2 Test Stations: Test stations shall be of the type and location shown. Buried electrically insulating joints shall be provided with test wire connections brought to a test station. Unless otherwise shown other test stations shall be located as follows: I H,1 I Li1 I Li I I I I I I Section 15001-6-21 1 -li- I I I I 1 1 [I I 6.2.3 Anode Output: As the anodes or groups of anodes are connected to the pipe and tank, current output shall be measured with an approved low resistance anmet er. .he values 01)tained and the date, tine and location shall he recorded. 6.2.4 Pipe-To-Relert_nce Electrode Pctential Measurements: Upon completion of t1:e installat ion and with the entire cathodic protection ' SVsten in operarlon, electrode pet cut t.?l ne:-Isure'nents shall be trade using a copper - copper Kul fall' refer cnn' el cc t I and a yo tent l on.e t PT-Vo 1 inc t er, nt a direct :'urreut voltnt'ter having an :'sternal res1sLalce' (sill i iv ty) of 11111 tell" than l(:Il ;)Q(; olV1F per volt al'!: a full scale o° 1 or 2 CC Is. The locations of .I'°st n/'(3Su reTl (':Its shal. he lt)ent lcal lo the Iocat :0w;used for the bane] me `ell Pitt iii l: i. llle v(+lucs obtained and the Batt, t ln.c and locations o: n,•aSure'ree.l S :=:IaI i be recorded. 6.2.5 l.ocati on e_f Nea surcrr.er.ts: For coated piping, meabur('rit'ilts Shall be taken frcn the reference electrode localed in contact with the earth, directly over the 1)j^. Connection to the pipe shall be made at service risers, valve::. tes: leads, or b, other Weans suitable for Les: ;+urposes. lleasurementn sl:a' 1 ''e 'lade at hit !'rv%,ls not exceeding 1000 fee: Ii-. -1,l c:r,, .;.p ]I loss Iha': +'r„� :•,"3F4Ie91•'ll: PO nay :e OVel al)v Ic-li':I: I17P. A d d:t i +na' orn:. I.aral(•'11 '•ha ! 1:.• aar .11 eae::1 ii'tril)ut iol: .,v-',-:; t w i t1, 1h, re, s,n•nel' .1 c 17011 p:.• .d :I •.'Ilv .)v('r t 1 li up. a. Al- 1,000 -feat intervals or less. Road crossings, foreign line crossings, etc., are included in the 1000 -foot spacing or less. S. Where the pipe or conduit crosses any other metal pipe. c. At both ends of casings under roadways and railways. d. ldaere hoth sides cf an insulat ing joint ate not accessible above ground for testing parpo;es. (-.7 TESTS AND MEASURE`ENTS 6.2.1 Baseline Potenlials: After hackfill cn:npleted. but before the anodes are connected t potential -to soil of the pipe shall be measured. measurements shall be identical to the locations reference electrode potential measurements. ;he shall be recorded. of the pipe and anode: is the pipe, the static The locations of these specified for pipe -to - initial measurenellts 6.7.7 Insulation':es_Ling: Before the anode system is connected to the pipe and tank, an insulation to >t shall be made at each insulating joint or fitting. This test shall denonstrate that no metallie contact, cr short circuit exists between the two insulated sections of the pipe and tank. Any insulating fittings installed and found to be defective shall be rcported to the Contracting Officer. I Section .YIC, -12- I 6.2.6 Interference Testing: Before final acceptance of the installation, interference tests shall be made with respect to any foreign pipes in cooperation with the owner of the foreign pipes. A full report of the tests giving all details shall be made. 6.2.7 Recording Measurements: All pipe and tank -to -soil potential measurements including initial potentials where required shall be recorded. The Contractor shall locate, correct and report to the Engineer any short circuits to foreign pipes and tanks encountered during checkout of the installed cathodic protection system. Pipe -to -soil potential measurements are required on as many pipes as necessary to determine the extent of protection or to locate short-circuits. 6.3 ELECTRICAL ISOLATION OF STRUCTURES ' 6.3.1 Insulating Fittings: Insulating flanges and couplings shall be installed aboveground, or within manholes, wherever possible. Pipelines entering buildings either below or above ground shall be electrically isolated from the structure wall with an electrically isolating wall sleeve. Electrical isolation shall be provided at each building or at all points where a short circuit to another structure or to a foreign structure may occur, and at other locations as indicated. 6.3.2 Copper Piping: Copper piping shall be electrically isolated at both ends of the pipe run. 6.4 CASING Where a pipeline is installed in a casing under a roadway or railway, the pipeline shall be electrically insulated from the casing and annular space sealed against incursion of water. ' END OF SECTION ' 1 I L Li I Section 15001-6-23 1 I Test Station Locations For 30" and 36" Mains, Contract Section I Test Station Location Note ' 0+00 At connection 24" DIP water main 2+50 At 8" DIP sewer crossing ' 11+21 At 6" water main interconnection 17+00 Near street crossing 24+06 At 6%" and 1;" gas crossings, 6" water crossing 25+54 At 4" gas crossing 26+44 At 2" gas crossing 28+96 At 2;" water crossing 29+31 At 4" gas crossing 32+73 At casing end and water and gas crossings 34+03 At casing end and two water crossings 42+10 At 6" water 14" gas crossings 49+07 At 1," gas crossing 58+45 At air release vault 67+27 At air release vault ' 75+70 Near power pole 83+16 At fire hydrant tee 92+82 At bend in main 100+10 At bend in main 107+98 At fire hydrant tee at altitude valve vault I I [l I ' Sictiei-, 15OO]—i- I 1 POST: 244X 4°(STANDARD) - ' 4" X4" (ALTERNATE) OOJUNCTION BOX • 1° TWO•HOLE CONDUIT STRAP I° CONDUIT (PVC) OR GALVANIZED ' i GRADE II II II - � it,\Ji I `\ \\� NUMBER 9 COLOR OF I- - `� �\- J CONDUCTORS AS REQ'D, .1 EXHIBIT "E" ' STANDARD TEST POINT ' 1 Section 15001-6-25 EL PASO CORROSION COMPAN' 2.05 N. Resler Drive CAST IRON COVER MARKED "CP TEST' CONCRETE METER BOX BODY TRAFFIC RATED COVER WEIGHT: 13 LBS. BODY WEIGHT: 68 LBS. AT GRADE ANODE TEST BOX SrctiC- I5Cf)I-6 EL PASO CORROSION COMPANI .Ob ra li I TEST STATION, covER • • . NOT 5T10WN TERMIN5 PIPELINE i?11FOREIGN PIPELINE TERMINALS TERMINALS FINISH CRADF IX5' LONG PRESSURE TED K00004POST T7 - CONDUIT STRAP, TIP RIGID CONDUIT CONDUIT BUSHING 1-/a AND 1-/12 Ally -fa AND 1-/12 ANC COPPER MARE INTH NNOPPER WIRE NITN INSULATIONLUE INSULATION FOREIGN PIPELINE OWNER'S PIPELINE CONNECTION, SEE DETAIL HOTS- 1. PRIOR TO MAKING WIRE CONNECTIONS CONTACT FOREIGN PIPEUNE OWNER FOR APPROVAL 2. FLUSH MOUNTED TEST STATION WIRING SIMILAR TO POST MOUNTED 1151 STATION TYPE SHOWN, FOR FLUSH 1151 BOX INSTALLATION SEE DETAIV 3. IDENTIFY WIRES WITH PERMANENT WIRE LABELS IDENTIFYING PIPE OWNERS. POST MO NTEp TEST STATION, TYPE F FOR FOREIGN CROSSING Section 15001-5-27 I EL PASO CORROSION COMPAN 205 N. Resler Drive EL PASO, TEXAS 79912 --TEST STATION, COVER • . NOT SHOWN OWNER'S PIPELINE FINIS1i GRADE—\ I 1•x4•XS' LONG PRESSURE TREATED WOODEN POST llIll H _ =11II IIf CONDUIT STRAP, TYP d. ______=RIQO CONDUIT ___--CONDUIT BUSHING COPPER 1NRE Wllt t- AND 1-912- A GREEN INSULATION W�C 1(11 I SIR Wt TN W111 TE INSUlATION W1RE CONNECTION SEE DETAILS NEW OR PROTECTED - PIPELINE E.7aSTING OR UNPROTECTED PIPELINE TING JOINT, TAIL i IDENTIFY WIRES WT)i PFRNANENT WIRE LADE1 INDICATING SIDLS CF MANGE WIRES ARE CONNECTED 2 flUSItL0 MOUNTEo TLST STATION WRING SIMILAR TO POST 610UNTFD TEST SlADON DPI S110WN, FOR FIUSN TEST BOX INSTALLATION SLE DETAI( FOSTMOUNTIP .1 $?_- STATION, TYPE f FOP II4SULA1]NG FLANGE EL PASO CORROSION COMPAN' Sect ici 15011-i-1S 215 N Nrski Line it IA 5 u. 1! -,AS :9912 TEST STATION, COVER • NOT SFIOWN CARRIER PIPELINE CANG TERMINALS ' TERMINALS FINISH GRADE I IOX/'XS' LONG PRESSURE TREATED WOODEN POST ' lIHITTIuiTllll =1111 1111 CONDUIT STRAP, TM' j RIGID CONDUIT. ' h. CONDUIT UU9IINO 1-/8 AND 1-f12 AWG ' AND 1-f12 AMC COPPER WRE 1WTH WHITE COPPER NRE TIO INSULATION ORANGE INSUTAllON CASINO 1 CARRIER PIPELINE WIRE CONNECTION. ' FYI. SEE DETAIL • NOTE: , FLUSH MOUNTED TEST STATIONS WRING -� SIMILAR TO POST MOUNTED TEST STATION • TYPE SHOWN, FOR FLUSH TEST BOX INSTALLATION SEE DETAIL POST MOUNTED TEST ' STATION, TYPE C HIS ' FOR CASING i EL PASO CORROSION COMPANY' Section 15001-6-29 205 N. Resler Drive EL PASO, TEXAS 79912 1 BOND WIRES WAIT HMw/PE INSU1ATIO'J (T P) Sf.l. WIRE SCHE Out I III D -U/' USNG POl YKEN 31 FILLER TAPE OR APPROVED POLYKEN MASTrC MAKE SMOOTH IRANSIPOW R TAPE COATING Al BELL D SPIGOT IN IFIE FIELD. [AN TO BARE METAL O ATTACH W/ WFLOING CARTRIDGE COVER W/ VLYKEN MASTIC ANO PE WRAP. — 6" OVERLAP TYP 1 .. Slid' PNIIIF ALUM'NO IIILNAJIC WEED 1YPICAL PARTIAL PLAN 6" LENGTH OF STRD COPPER SONO WIRE W/IIMw/PE INSUI. TO PENETRATE TAPE WRAP PRIME Alit) WRAP WITH 2 WRAPS 35 Mll TAPF r- CASK( I SHOP APP( If D COATING S(1)f' ItUI_D ]ALh U04IIIJG INSIDE J(I Ni _ _- I l.-CE1.'l. IJT µDR EAR I ' SPACE CEMENT LINING MORTAR P1 A C fO Ill FILM) BQNDING__ )HAIL FOR ALL l3f: I ()W--Gk/1H[ J' I [I. 1.,)T 11 4 EL PASO CORROSION COMPAN) Sect i on I ;.)Ell-�- 1C - h rL slur U: we IL'. If AA`. rijyl} I I Li EXISTING AND/OR NEW PIPELINE-\ L11" NEOPRENE OR BUTYL INSULATING N T MATERIAL 1. INSTALL INSULAIING BLANKET.BEIWE.EN METALLIC PIPELINES WHEN 114E DISTANCE SEPARATING THE PIPELINES IS 24" OR LESS. 2 BLANKET SHALL BE SQUARE AND 2 FEE1 LARGER THAN THE LARGESI PIPELINE DIAMETER (EC. 48 PIPE SIZE=72" SQUARE BLANKET). 3 MAKE SURE BLANKET IS FLAT ON SOIL BACKFILL AND CE141ERED BETWEEN THE PIPES. INSULATING BLANKET DETAIL NOT 1O SCALE ' I I I I Section 15001-6-31 EL PASO CORROSION COMPANY 205 N..Resler Drive it PASO. TEXAS 79912 F Z L: 7 Li cx Li W 7 Ci LA r z - LI ✓1 W L � O 7 I E 71 F u I F L 1 PT 1 J I— C - z a N U >a, Occ —I--c wax' O u� z0 Uoa O NW Q a W I I I 1401 ES • V✓ELDER SHOWN IS FOR IIORIZONIAL SURFACEs,1OR VERT- ICAL SUPFACES,SIDE- WELDE.R IS REQUIRED. 2. ALL WIRE WELDS SHALL DE 6 INCITES STEP I FIl-E SURFACE TO BRIGHT ME IAL AND CLEAN. ATARI MIIJTMUM. 3. ALL EXPOSE]) METAL (SIRUCIURE ,WIflE & STEP C WELD) SHALT. RE COATED WAIT DAUNT-. NOUS COMPOUND PRIOR 10 COATING REPAIR AND UACI(FII LING. C. STANDARD WELD REMOVE SLAG FROM CONNEC- TION. CARTRIDGES SIIALL BE USED FOR STEEL SURFACES, FOR DUCTILE 111011 AND CAST IRON USE XF-19 ALLOY OP EQUIVALENT. STEP 2 1• ,nm( 511111' INSIILA 110N FROM WIRE. STEP 5 COVER CONNEC- IION WITH BI- lUMINOUS COM- POUND. STEP 3 110LI) WELDER FIRM- Cl' WI111 OPENING AWAY FROM OPERA- TOR AND IGNITE. S IARIIIJG POWDER. HANDLE GRAPHITE COVER START114G POWDER METAL POWDER METAL DISC GRAPHITE MOLD - r WIRE OR CABLE WELDER SECTION ALUMINO-THERMIC WELD DETAIL EL PASO CORROSION COMPANY 205 14. Re9ei Drive F IV:SO tX.n5 79412 Section 15001-6-33 RAE ROAD ROADWAY —� FIRST INSULATOR S NO MORE 1HAN 61 It In i ROM CASING E140 NEW OR ♦•? EXIS1114G STEEL En _ _ MAX OR LINER PlAit CASING SPACING (1w) 0 CASING SPACER INSULATOR K11TI CARRIER PIPE RISER & RUNNER (TYP) CASING LENGTH SHOWN ON PLAN CASING CENTERLINE PROFILE INSTALLATION OF CARRIER PIPE AND STEEL CASING BY BORING & JACKING OR LINER PI ATE BY TUNNEL INC HIS (ND CLOSURE Section :5oc]-h-3 EL PASO CORROSION COMPS .')'.. N rG tlr r UI Ra I 1 1 5 3 SEGMENT i TWO RISERS IN CASING SPACER - ��\� EACH SIDE SECTION INSULATOR W/ RISERS � AS SHOWN BELL DIA. OF 75' / CARRIER PIPE ,STEEL PIPE OR CARRIER PIPE LINER PLATE CASING / /\ / \I/. \'* I / 1 GROUT SPACE BETWEEN CASING - - AND EXCAVATION ' 15 -7 ' /� UNDISTURBED rEAR7T{ FLO_ w INE ELEV />5' t SHOWN IN PROFILE 4 RISERS IN BOTTOM SECTION AS SHOWN • RUNNERS (1w)35 I 154 ' `---� SEE CASING CENTERLINE PROFILE ' INSTALLATION OF CARRIER PIPE AND STEEL CASING BY BORING & JACKING OR LINER PLATE BY TUNNELING NTS. •1 EL PASO CORROSION COMPANY ' Section 15001-6-35 205 N. Resler Drive a PASO, TEXAS 79912 ' MAGNESIUM ANODES I. f54 • ___ C _ ALLOY SPECIFICATIONS A CHEMICAL COMPOSITION ELEMENT AMOUNT • '•• -• cu 005% max .\ Si 002'/e max • Zn 3 05% max D B :;•• Mn 018% mire ��. � Ni 0001•!. min Al 585" min Fe 0001%min Magnesium Rema nder I. — I ODE BARE PACKAGED PACK. ORDERING INFORMATION NT. A B C D WT. 1 11/. 14 2'. 4 PLEASE SPECIFY: 1. Ouanlil cl Arede5 3 9% ?'f, 12'h 4'i, 10 Y 2. Dashed S.re 5 15'/. 2'f• 17?: 4'r, 16 9 16 3'i 20'/. 5'i 27 3. Bare or packaged (packaged in Chemical', 6': Backlill 75% Gypsdr*•, e`0 .. Benlcnhle, S Sv 17 16 4 /. 18 72 Sod um S..Ilale) : 32 19 5'.:2:1 7'.. SC 171/2 7,( 21, • 9, 10S 4 Lead 1N 12 Sin anr, I e�rtl _ __ 31! 12 ALYG cc Ir1 ly;lr-\^J( a(,per 1'r ue c 511P ANO(ffSA\/•IIIFLL ':.I'.. - I i' IF-; ISeld,;rdi I Sect ianl I il. ANODE LEAD NO. 10 AWG. • COPPER WIRE • W/HMW-PE BLACK INSUL. SECURE W/TIE WIRE SILVER SOLDERED CONNECTION EPDXY MAGNESIUM ALLOY INGOT I GALV. STEEL CORE. I CLOTH BAG PACKAGED BACKFILL BACKFILL COMPOSITION 75% GYPSUM • 20% BENTONITE 5% SODIUM SULPHATE INGOT WEIGHT: 32 LBS. PKGD WEIGHT: 70 LBS. APPROX. MAGNESIUM INGOD DIMENSIONS 51N x 51N x 211N I IMPORTANT NOTE: REMOVE PLASTIC BAG FROM ANODE BEFORE INSTALLING. I PREPACKAGED ANODE I EL PASO CORROSION COMPANY 205 N. Resler Drive Section 15001-6-37 EL PASO, TEXAS 79912 I 0-' 47 0N lY a 1 2 II - ' 0 Ui �U �u U naUI 1ijtiJO ?� 31 I [1 I H I Li I I I SECTION 15012 MISCELLANEOUS TUBING PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary for furnishing and installing the miscellaneous tubing and accessories, complete. 1.02 GENERAL A. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization of maintenance and spare parts. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. PART 2 PRODUCTS ' 2.01 GENERAL I [I [I I I [I I I A. All items shall be complete with all necessary end connections, fittings, and couplings which are required for the proper completion of the work included under this Section. 2.02 COPPER TUBING A. Copper tubing shall be Standard Type R, ASTM 888, sized as indicated on the Drawings. PART 3 EXECUTION 3.01 GENERAL A. All tubing shall be cut, made up, and installed in strict accordance with the manufacturer's written recommendations, as approved and as further specified hereinunder. Section 15012 - 1 1 MCCfa'taia a �nallrnp Eayraoan Incaraa•ateC Fay�•Hl,he, Arka,aas 3.02 TESTING A. Prior to startup, all miscellaneous hoses, tubing, and accessories shall be inspected for proper connection and satisfactory performance. Each item shall -be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. If there are any special parts of control systems or operators that might be damaged by the pipeline test, they shall be properly protected. The Contractor will be held responsible for any damage caused by the testing. 3.03 PAYMENT A. Payment for the work in this Section will be included as part of the applicable unit price or lump sum bid amounts stated in the Proposal. END OF SECTION Section 15012 -2 MCC(e flood i a a rve Consujring Engineers In carp orated Fayetteville, Arkonso, L I I 1 C 1 I I Li I C I C 1 I SECTION 15013 MISCELLANEOUS PIPING SPECIALTIES PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary for furnishing and installing the miscellaneous piping specialties, complete. 1.02 GENERAL A. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization for operation, maintenance, spare parts, and manufacturer's service. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, Division 1, GENERAL REQUIREMENTS. In addition, the following specific information shall be provided: 1. Shop Drawings: Provide drawings and manufacturer's literature, clearly identified, showing layouts, item specifications, and mounting details. PART 2 PRODUCTS 2.01 GENERAL A. All items shall be complete with all necessary end connections, fittings, and couplings required for the proper completion of the work included under this Section. Section 15013-1 /ycCbham ' r✓hh++��^^cc c0 canwlflig EryIM1n Inoorpe•afM Farlrev f s Arkavae 2.02 TAPPING SADDLES A. Tapping saddles shall be designed for use on ductile iron mains, and shall be sized for 3/4 -inch to 2 -inch corporation stops as required. Saddles for large diameter pipe shall be Rockwell Model 366 or approved equal, with ductile iron body and insert and galvanized steel straps. 2.03 CORPORATION STOPS A. Corporation stops shall be 3/4 -inch to 2 -inch in size, as required for the specified tubing, Mueller H-15008 or approved equal, with compression connection. 2.04 FIRE HYDRANT A. Three-way fire hydrant shall be 5; -inch Mueller Centurion A-423, or approved equal, with 1: -inch pentagonal operating nut opening to the left, 2 -22 -inch hose nozzles, 1 -4' -inch pumper nozzle, and 6 -inch mechanical joint inlet. Nozzle threads shall be National Standard. 2.05 TAPPING SLEEVES AND VALVES A. Tapping sleeves shall be sized as indicated on the Drawings and shall be Mueller H615, or approved equal. Tapping valve shall be Type 115 or 116 in SECTION 15080, with the exception that one side shall be provided with a flange for connection to the tapping sleeve. PART 3 "EXECUTION 3.01 GENERAL A. All miscellaneous piping specialties shall be. installed in accordance with and in conformance to the applicable requirements of Section 15001, PLANT PIPING - GENERAL. 3.02 TAPPING SADDLES AND CORPORATION STOPS A. Provide and install saddles and stops with matching threads, and outlet fittings for the applicable tubing. Install as recommended by the manufacturers to ensure that excessive tightening does not damage the main. Complete main leakage and pressure testing with all taps, service lines and meter settings in place. Section 15013 -2 Mocle nand esi n o rve Consulting Engineers Incorp arc fed Fo,efleville, Arkonsos 3.03 FIRE HYDRANT I 1 1 1 1 1 1 A. Install fire hydrant with the pumper nozzle facing the street. Adjust height to finish grade using standard hydrant risers. Paint exposed hydrant barrel with white exterior metal paint containing reflectorized beads (3M Company 17216 paint, or equal). Conform with installation details indicated on the Drawings relative to drain gravel, thrust blocking and other details. Utilize ductile ircn pipe between the hydrant and the main tee. Install thrust restraints between the main tee and hydrant inlet. 3.04 TAPPING SLEEVE AND VALVES A. Install tapping sleeves and valves in accordance with manufacturer's recommendations. Where a PVC main is tapped, retain the integrity of existing trace wire. Attach new trace wire to existing and solder the connection. 3.05 TESTING A. Prior to plant startup, all MISCELLANEOUS PIPING SPECIALTIES shall be inspected for proper connection and satisfactory performance. Each item shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. The Contractor will be held responsible for any damage caused by the testing. 3.06 A B. PAYMENT Payment for the work in this Section will be included as part of the applicable unit price bid amounts stated in the Proposal. Payment for fire hydrants shall include gravel drain nit, any required risers, and thrust payment will be made for the gate interconnecting piping and the mai END OF SECTION MCGs',and FnoVanWlbnp ncorrseoe Incmaa•olM fanlrsv i.s, Arkansas blocking. Separate valve with box, the tee. n Section 15013-3 F1 I I I F' I I I ii I I I I C C Li SECTION 15080 MANUALLY OPERATED VALVES AND CHECK VALVES PART 1 GENERAL REQUIREMENTS 1.01 SCOPE A. This Section covers the work necessary for furnishing and installing the various manually operated valves and check valves in the piping systems, complete. 1.02 GENERAL A. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization for operation, maintenance, spare parts, and manufacturer's services. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. PART 2 PRODUCTS 2.01 GENERAL A. All valves shall be complete with all necessary operators, extension stems, floor stands, worm and gear operators, operating nuts, etc. which are required for the proper completion of the work included under this Section. B. Renewable parts including discs, packing, and seats shall be of types recommended by valve manufacturer for intended service. C. All units shall have the name of the manufacturer and the size of the valve cast on the body or bonnet or shown on a permanently attached plate in raised letters. D. For the purpcse of designating the type and grade of valve desired, a manufacturer's name is given in the following specifications. Valves of equal quality by other manufacturers will be considered in accordance with the General Conditions. Section 15080- 1 I Mi6hna.k Refs pic0 VUlGhC Fe rrHe v.l.e. pko oi. �sas 2.02 DESIGN FEATURES - BRASS AND BRONZE COMPONENTS A. Brass and bronze components of valves and appurtenances which have surfaces in contact with the water shall be alloys containing less than 16 percent zinc and 2 percent aluminum. B. Approved alloys are of the following ASTM designations: 1. B 61, B 62, B 98 (Alloy A, B, or O), B 139 (Alloy A), B 143 (Alloy 1-B), B 164, B 194, B 292 (Alloy A), and B 127. 2. Stainless steel Alloy 18-8 may be substituted for bronze at the option of the manufacturer and with the approval of the Engineer. C. All gland bolts on iron body valves shall. be bronze and shall be fitted with brass nuts. 2.03 VALVE OPERATORS A. All valve operators shall open by turning counterclockwise. Operators shall be galvanized and painted the same color as the valve and associated pipeline. 2.04 VALVE BOXES A. Valve boxes shall be Buffalo two-piece screw or telescoping type, cast iron, with 5 -1/4 -inch shaft of appropriate length for the installation. The word WATER • shall be cast into the top of the lid. Extension pieces, if required, shall be the manufacturer's standard type. • Units shall be Mueller H-10360, or equal. All units shall be complete with all necessary bases and accessories. 2.05 EXTENSION STEMS FOR VALVE OPERATORS A. Where the depth of the valve is such that its centerline is more than 4 feet below grade, operating extension stems shall be provided to bring the operating nut to a point 6 inches below the surface of the ground and/or box cover. Extension stems shall be constructed of steel and shall be complete with 2 -inch square operating nut. 2.06 GATE VALVES A. Type 100: Gate valves 2 -inches and smaller for exposed water service shall be all -bronze with screwed bonnet and Section 15080 -2 MCGelland i p rve Consulting Engineers In corporated Fayetteville, Arkansas I I [I C I I 1] I C C I I I I I I ends, single solid wedge gate, and nonrising stem. Valves shall be rated for 250 psi, and shall be by Crane, Stockham, or equal. B. Type 115: Gate valves 3 -inches or smaller for buried water service shall be iron body, bronze mounted valves with mechanical joint ends, double -disc gate, nonrising stem, O-ring seals, and 2 -inch square wrench nut conforming to AWWA C-500. Valves shall be rated for 200 psi minimum, and shall be Mueller A-2380-20; or equal. C. Type 116: Gate valves 4 -inches thru 12 -inches for buried water service shall be iron body, resilient seat, epoxy lined with mechanical joint ends, nonrising stem, O-ring seal and 2 inch square wrench nut conforming to AWWA C-509. Valves shall be rated for 200 psi and shall be Mueller A-2370-20 or equal. D. Type 118: Two inch through eight inch flanged gate valves for use at combination air valve installations shall be iron body, resilient seat, epoxy lined, nonrising stem, O-ring seal and shall have a hand wheel operator. Valves shall be rated for 200 psi and shall be Mueller A-2380-6, or equal. 2.07 BUTTERFLY VALVES A. All butterfly valves, except as herein otherwise noted, shall conform to AWWA C-504, latest revision. All valve shafts shall be connected to operators by the use of keys and keyways. The use of compression or friction connections is not acceptable. B. All seats on disc seated valves shall be continuous around the periphery of the disc and shall not be penetrated by the valve shaft. Also the seat shall be adjusted and replaceable without removing the disc from the valve body on valves 30 inches and larger. C. Type 504: Underground service butterfly valves 12 -inches and larger shall be mechanical joint end (AWWA C111), with scaled, gasketed, and lubricated operator for underground service. Valves shall be Mueller Line Seal III, pressure Class 200 B, 200 psi working pressure, Catalog Number B-5228-20, or approved equal. Valves so designated on the Drawing shall be pressure Class 150 B, 150 psi working pressure, Catalog Number B-3211-20, or approved equal. Line valves with a 10 mil epoxy coating on their interior. Section 15080-3 I D. Type 505: The flanged butterfly valve for altitude valve vault shall be identical to underground valves, with the exception that shall be provided with flanged instead of joint ends. Valve shall be pressure Class 150 Catalog Number B-3211-6, with epoxy lining, o equal. 2.08 FLAP VALVES A. Type 892: Flap valve ,flanged frame, iron bod PART .3 EXECUTION use in the Type 504 the valve mechanical B, Mueller r approved y 3.01 GENERAL A. Bolt holes of flanged valves shall straddle the vertical centerline of the pipe run. Prior to installing flanged valves, the flange faces shall be thoroughly cleaned. After cleaning, insert gasket and bolts, and tighten the nuts progressively and uniformly. If flanges leak under pressure, loosen or remove the nuts and bolts, reseat or replace the gasket, retighten and/or reinstall the nuts and bolts, and retest the 'joints. Joints shall be watertight at test pressures before acceptance. B. Thoroughly clean threads of screwed joints by wire brushing, swabbing, or other approved methods. Apply approved joint •compound to threads prior to making joints. Joints shall be watertight at test pressures before acceptance. 3.02 PLACING A. Generally, unless otherwise indicated on the Drawings, all valves installed in horizontal runs of pipe having centerline elevations 4 feet 6 inches or less above the finish floor shall be installed with their operating stems vertical. Valves installed in horizontal runs of pipe having centerline elevations between 4 feet 6 inches and 6 feet 9 inches above the finish floor shall be installed with their operating stems horizontal. If adjacent piping prohibits this, the stems and operating handwheel shall be installed above the valve horizontal centerline as close to horizontal as possible. Valves installed in vertical runs of pipe shall have their operating stems orientated to facilitate the most practicable operation, as approved by the Engineer. All Section 15080-4 7 McClelland Consulting Incorporated Fayelfevillo, Arkansas I I I I I I I I1 I I F I I I I I buried valves shall be installed with valve boxes in accordance with the details shown on the Drawings. B. Install 2 feet by 2 feet by 4 inches thick concrete pad around the top of all valve boxes. 3.03 ACCESS A. Location of valves shall be as required to provide accessibility for control and maintenance. 3.04 ANCHOR BOLTS A. Anchor bolts for floor stands, stem guides, etc. shall be cast -in -place during concrete placement. Threads shall be protected and shall be cleaned before the nuts are attached and tightened. 3.05 TESTING A. Valves shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. If there are any special parts of control systems or operators that might be damaged by the pipeline test, they shall be properly protected. The Contractor will be held responsible for any damage caused by the testing. B. If requested by the Engineer, the valve manufacturer shall furnish an affidavit stating the materials options furnished and/or that he has complied with these and other referenced specifications. 3.06 PAYMENT A. Payment for the work in this section will be included as part of the lump sum bid or unit price bid amounts stated in the Proposal. B. Payment for buried valves shall include payment for the valve boxes, lids and ccncrete collars. C. No separate payment will be nade for flanged valves. Include the cost of flanged valves in the applicable valve vault bid item. END OF SECTION Section 15080-5 M.GSncod EnprPnrs intu'Dorc Yn . yert v! S. A•kGnfs L 11 I I [1 I I [1 I I [1 [1 I I [1 I I SECTION 15082 SELF-CONTAINED AUTOMATIC PROCESS VALVES PART 1 GENERAL 1.01 SCOPE A. This section covers the work necessary to furnish and install the various self-contained automatic process valves, complete. 1.02 GENERAL A. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization for operation, maintenance, spare parts, and manufacturer's services. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. PART 2 PRODUCTS 2.01 GENERAL A. The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Products of other manufacturers will be considered in accordance with the GENERAL CONDITIONS. B. All valves shall be complete, with all necessary operating appurtenances included in the work under this section. C. All units shall have name of their manufacturer and the size of the valve cast on the body or bonnet or shown on a permanently attached plate in raised letters. Section 15082-1 1. Mlleehe F y ee a ava �S^�.>va•cre� `..e'+e.• a 4•Ycmae 2.02 AIR RELEASE VALVES A. APCO Model No. 50, 1/2" air release valve rated for 175 psi, or approved equal. Valve to be direct acting with stainless steel float. Valve shall be provided with a 3/32 inch orifice. B. The 2 -inch air release valve to be used at designated high points on the water main shall be APCO Model No. 200.1, 2 -inch air release valve, or approved equal, rated for 300 psi. Valves shall' utilize a stainless steel float with compound lever and shall be provided with a 7/32 -inch orifice. C. Large combination air following schedule and Valves shall be by APCO, allow large volumes of valves shall conform to the the details on - the Drawings. . or approved equal, and shall air to escape out of the large diameter air and vacuum orifice when filling or draining the pipeline. A small orifice air release valve shall be side connected to the large orifice air vacuum valve, and shall vent small pockets of air while the line is under pressure, independently of the large orifice valve. Valves shall be 125 lb class, and shall be rated up to 150 psi for venting purposes. The small orifice shall be 3/16 inch in diameter. The valve body shall be cast iron, with stainless steel floats and leverage frame. Paint shall be FDA approved for potable water contact. Pipeline Station COMBINATION Pipeline Size AIR VALVE Valve Size SCHEDULE Valve Model Valve Description 15+97 36" 8" 1708.1 Combination Air Valve with Surge Check 58+45 30" 6" 1806.1 Combination Air Valve with 2" Air Release 70+12 30" 8" 1708.1 Combination Air Valve with Surge Check 108+03 24" 8" 1708.1 Combination Air Valve with Surge Check (In Altitude Valve Vault) Section 15082 - 2 L1Y a TED I I I I I I I H I I I I I I H I I 2.03 ALTITUDE VALVES A. The two way altitude valves shall be Cla-Val Co. Model 210-16, or approved equal, 16 -inches in size for the existing Markham Hill tank and Model 610-16, 24 -inches in size for the Kessler Mountain tanks. Surge relief override capabilities shall be included with the valves. Valves shall be hydraulically operated, diaphragm - actuated globe pattern valves, flanged ends, rated at 175 psi maximum pressure. Equip pilot systems for valves with isolation valves and self-cleaning strainer. Provide valves with interior epoxy lining of wetted ferrous parts. PART 3 EXECUTION 3.01 GENERAL A. Before installation carefully clean valves of all foreign material, and inspect valves in open and closed positions. Install valves in accordance with the applicable portions of these Specifications. Installation practices shall conform to manufacturers' recommendations. B. Prior to installing flanged valves, the flanged faces shall be thoroughly cleaned. All flange bolts shall be lubricated with a light coating of the piping manufacturer's recommended thread lubricant. After cleaning the flanged faces, install the flange gasket and bolts. Tighten the nuts progressively and uniformly using a torque -limiting wrench to the torque values specified by the piping manufacturer. If flanges leak under pressure, loosen the nuts, reseat or replace the gasket, retighten the nuts, and retest the joints. Joints must be watertight or airtight at test pressures before acceptance. After 24 hours has elapsed, retighten the bolts to their specified values with torque limiting wrenches. 3.02 TESTING A. Valves shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. If there are any special parts of control systems or operators that might be damaged by the pipeline test, they shall be properly protected. The Contractor will be held responsible for any damage caused by the testing. Section 15082 -3 I Mt a cm G.w /. .� flrgren•s •a.pr.. e A•.cmaa ■ 1 McClelland edl o Ive Conauftina Enpi peers a. Ina oersed Fayetteville, Arkansas .I •, •r •i N • •, . JJ•� L\4 . .1L'11411.y• L +• ••il. •' ••,• '• :- I .. .. rr S�. -'F•r 'i y4 •. .1, i• YI'r L . _ ••j % .I'1n 1:•,. •l am l.••1 ! ;!'•11. l `,R,1 1 ...•.• -•, 1 f , i 1 '•E •• , • •!'l •_r •r .1 • r•' • • ',r•. :r f .n S: I :••• r ,_I 'I.• r r. 1• • 4.I. •'- • ,.r.•Ij .. 1, • ••�. •. M1,• r .. 1r .; .' • ,rr •' _ !.• r1 ••• .1 .. • Y •. Y y• r .I , .r/ v• J r r , .' S .J • • • .•'r. .,• 1 I' • y.. •ai • • �• • . ..: M•�/ .11 Yr 1 r•. '• . •, .1• • •. l•. •.• . r.•• I • • •. :r _ •. I•ii. I J L .. . r _ • I y. 1 .. _ .S .L .. . . • r .. .. • .•.I . '. / • •'v _ ..• . . • ' • .r 1 RM1r -.• .I r 1 • • r • U. • J • ••. 'I••-• . • • rr ••• ..• • • L r • L L• r • _ .•_ •1 •i ! • a •. •.. 1. i •;+, •'• 1 . .• .,�,. r •,: ..I - • .! _ - • , • • 1 • • • •• •, • q • •• I •, .e .. •1 . 1 .. I•• r. I a • • .:•. • �r. •r Z • .,', •. , -,I •. , r I. • • • . . . - . .M1ry •.1 .J • i A••': •• r. I: ,.• •5 ti'.. •, •_• • •f- ., J , • '" • • f• . ._ _ L ti, • S I • r • • . , I • • I. I•• •. • y 1 I•1 I 1 1 • M1 1 • • • f J. ., . I. • l •' .• .•. • ••, •I. f . , is in • .PI,• _ Al 'I .. .}•/•' •. •. J _.l•••• -4' •n 1 . • .. 1 I _ u . t 1 l • • •1 .t • .. .! •' •.• ••• • • P. 111 ., 4• L ..I. . .1 . .• 1 . tR. ':.I,. .r •l• •, ,.. I . f...,_ 1•. \ .r I! I•• I.I•. �• !. r _ , •I ..••1 ••`• �• • • �• • • •• .I i 1. I .. • • .1 I •1 • : ., • _ •q J t _• ..J. ' I 1• I. - • 4 •r • .• •y •i.r 1• •. .. .,. ... 1. , • .:. - • '. 1 • .. I I. I. • .•, .; •`I ,L • • 1• •• i• 1f1 • yr i! 511.. • • I •..V••. •.- I. •.• .f �•.i.e '.'l e•• 1 r. r • r • _ 1.. I •• N •�'. do • . •• I: • •• • . • I I _ r •.. • I •• I •, f.••_ _ I . . ,-• •.,-• ..1 ., •3I .• I. •. 1 • .. .I ..• 1•. ��•I l �•I� .•• I , I ••1 ,4, .1' I• 1 1 • ••• ••� I .•.•• • 1 '• • �•.• •• • • L ! ..• I • • • y •• • _ , rY r ' I i'. M1 ,� 'L 4•.•• ••. .•• T- • ,• • I ' • 1 ••: fi• 1... x.A• I'f. /• . .,= •n . . I..V:• •i.a. • / :1n ,.. 5. • , ., '• .. R. ,I• r fl M1Lvf}J'.1•..11 �•� � �, I.�E—. _.L .g_:. _I_ •' .•••'; �ii •• 3 •: • 1 _ oo C = m e x 4 O ❑ 5 c a F O C T c o 9 0 0 o o S o u r Y a Y O 3 m 9 u r Y • ` _ JJa� 5 3 5 U asp 6 aII• Sys o - T5� $w a $sn 1� ro n j o c I E �,u a cY a c 5r Y.EB I a l •g Eo .° o po W II�y8 N e2250 • °a3=u 5 ` 9 yP'S `Q oYa Q eaa 4r ' • 2 • 6 . 6e ` - asgu m S E90 s w• a'>7 ° •�aaE m •t K0Rm pp acre eYE .6L r 3or 87 8F'Y m m �q DD m 3 D x m° t$ F t QQ������ a �A < 460#0264 1 o ICI IoI_o <° .� �"Q5 aneeW a3 a�ioe$-a% a pnqIOVJ Yid +� p��H OSii WD FF!! YY e p o r n o oo os oo a m o m HtlH aemc; V Ode a OHO V H IQ ` Qra YF n e n N N n n„t._ b n nnr ammmmaeaa Cl nn 50. I`� 5� 5 ad-•ao�aeEe m�o2 �m doeia p m y M m p .per. q q • \ ` < p p p p .mmm. a p m m m [1 jofl 'Ii I 1 5 5 c A A A f s b o- q , a . O m m m m r O 99 QQ ..t aa • L C - a Z L L ^ 0E i c G r Y Y r Y Q s s W S � s $ vo$oE E � � as r 5 c F =o I s c a Sr D a5 s2 S 3 x$ tlQy Ya gyp„ aI $c CC • a • L • e ` fln 9� $5 F' 9Y N J. __g a ^p d ae.5 Ea.c o-tl Yo F! o o t o�o i Pio 6 5s o3 w nc7�L-�rP� sa?o 14 a °Yo p 5cso $ S e Q 5 2?fi0.5 a aEISB .L. <✓lJB3Em;m^ �!� t o'E a s g o e o030' ammo oa. ao �i ..a n m y..a �a = 0 0 0 rrr pp S o r a H r '''r!-.'!- -.�- �'� to nn iH ! �Gnn Otlmi' t nnnenn ma ma �+H moo oeo 8 a a a a a a a a a a a cit. q a ` a Cl s C a n a tic... a j a n n a n g p m q p q m p qmm as m a a 050 q O m q - ass am r ^I .4N 1 r.4r ^Irr r.4 N .-. .4 .-1 .4 .1r -4- .r r.4 ^I .4 .4 a s B S 5 - S F Yy E o I'h �$5 F '5�jo5a 8 = a , g '7 $ 7Ega m `o c 3 as >a 5�m c at • .ri° ! m $ au < ....d4 �OC Q • �xa<3�'b o p��>a;3a 5 a T a c ran o r a a p .. a s- n c 8 o r a n 4-° pa0 0 0 Yt tl H H 8 0 0 0 o o O tl tl tl n r H T aanandS as a Hnn Han nna nOna 0 000a aide F'o 0000 Hoy 0000 BOB a n m a m o m m m n nnn n mo m m p q m m m p m m p O m q m m mmm 0 r --4 r r r r ----4-.- r r r- r W V r V O ° C e9v oc � 5 L� VG L F I n a ( ( Y n r E up- i L 2° N N V O Z a• M D ,a Y Y a a U a , O ° ' d " B •a E3�d _ d 55 ao o ec s u 5 td 2! 0 . E 6$0.56 $ ! 5 a=oo E oc7ycya. ot & Co 3 mD5 ' EO $Y y t? 0 E y 0 s a 7« m Y • a 3 ≥ u�n5oa 5_6_a oaca 3.n Y+ ov — c dc�+"up_la. ao c a— v@.. C C JILyx G:g0.«.. IJ a fry.. J. :. :.c v.-. _ e h `CE° '• mamp I°n ..�.� °'tNiAd o m.F.+aCip d G wN m 9pooN o p S oa`.4 Kom Spa N6°C G55 p�p3xS aernmo 1N mw vmdo�J $tii admw8`N ^ W N°m wa`i 1w„N qm Nm ON0'm Ny 64Gv0°p.i,CA N.i�' ma16 Ndmy 6a°i •°gin _ wr t m7 ay0 m JJw wo £>'mGoCox New 6 m- Yw N Fina6�+yy'OO GN ^F� '°a S•° ^•j c £ aEA M� .-..J.. °m �. mdwb W0 £^ tiO °O V«'5 OONOm aA d d q�E o Kw5p �'a°'cd G £.m.,mw yama°i nmdm,^G Vuw °a° �.°,=y.4 poo�5 °.�or£yams 6o T°'«Qw °m5m��•Gm mG�a11- FuO'�_mmCwN _ mm5mG0>���GOm�dC omoaJ� 2a Nod>�mm>q�01 0 m N£gy° ^'° °w - £N yJ °F w�Q •° �o o mw• o £ mx:"0 �Pm 040001 NNm�m°0F dGQ oaK� ymo ������ £ p � p os, ac,N�6o kmow N na mSCL)UBErt, � a �uoa>mE emN�Q�3X� o r a G0 yl >,LO .� mn .y. mu..F �7 P'77^mn't0�AG Cw 7•° .o .C..0 1"WO n °0� y $OOv � a`BI"�G ddb .c m°E�Ud dUU�N y'4 i:�wpu�mS� a0��u�Ck I aa.+'NC� a°�8aN0 NJ °8 SC N°�m"y2�JG"yid>mE>�n�v� G £oax enEym5a0y= �MMma�V��Q 00 mEyNo EvgwuswwSy�a5°E C m m m m N w J. E �dv dc sp6ccSa`1 ^•°v.N, . J�mJ vS> om '=ooy "Ko:;m d O�naK,��cc�, E^moJm� °E2'Em Zc:x. zAtOE O�dwm �S vm�E mc°vE ., ou,`C�aE mo i 6 N N C 0 ° m a m Y V m No > JC Y w^ (j F " m N m u O EE "'..N E-0 aow. w'Gm 7> 05vY do: �N mm0 L'5 raj Qw Gary U. -.v °yCLN • N m N m FNE o o.% atd s m E >� m•vOu m� 0>,a,0asa m�"cc"U;.CaaM0 Y a° 00.0 No my°w°Nooxm��wSmE�5M"O.J 9 m5mOyw i.g'�mV�u .�Jd NNo 0.c AsTami>u. mV.°.. m5vA y 1-' $Y°Ati°qomN5�'' ��•"' oNON 4> cjN NNE�cm p£55v�F E mmc� opp oa,cd�mv�65�wmodm°d°�;E�.° �. K$m tO,A O L aC >s c0 "dd Nam yC. Y•° m�a Au 6C L Ja Y C.l F°N J�°.NJ •f'u 1.�Cwm %w_,�O'IO,a6p NFw am°d N'r.G"mE mtmJa` am+�°y U£�J•�^�°'�bn F °Fi6>>O•G$Y"'_' Z,>m^: au °u 0yv £u E 0",O w NF E70ap Ea�N �.N.SF m A Guy.mEu N pujwp mL'>aNi wy5>22 mm3.�°EC tmmq 0^de sapCCO li'-7 Jp ��o ba.,y ELWL °T° 9> Os BE°aKi vcc CC.j5v^�^F •G vi r"u m'�ct K tai F1N w �Ot 00 apw E �1 �'�>�°`. �.m O C oO VsrJ W ^. 'yY M aN F'wN O • YO>Kw6Av'°mS NN m0.-. •�-•AA_�'. -0F N�Ni.v Aw wNN .iVN60a ti�V.'"..Q NIC 0. 6m�O n vcam.^°o°o',=5�co°°m°°.d�" E?�9n.~mGa;e°vs°eoS"E5o t O �m�om��mmAS0� 9tAlsv= Exaw VOiW-4 Att!qa0°$5Eoe$ 1 S8 No `m �m`o Oaw 9 s F m a°1 'mow m�0 Opy N~^ ((ppppW mF0'O NO 6eu0w C ym'n m Gm Y ° B N NNE 1lnr•.�C O 6n d:: [y �a.i " CCG `�,•' a m,N,_, m w5 6 B �"..FN, $ U wom•�mm. a a= ,p Om Gam' ° mNMFV JHc1P� a• N 1� n e. m m F U z O N mSo Fmo .. p. vzo S a V Li Qd'N nm6 oi. dri� 'fl cp�o ? O •° �$ N C C UGC R c W U v 7O m� N 6 m m C .o� .. 0N 6y wra y{P. 00M 'Cac gL i6c mioouoA�p °N H.. ® « d mY 014 w.mm aNN.-. cam. NJ NN m A m N w u m mO cd0 aYimJO yOO uTJFp m um XNF° uOh mm 111111)1 0 _a0 hus °14 Nm� v N 7 Y K 9 h m g 5 m 0 0 E x N> u a:3 R t+Nm0 uGF•°wU]J= W Noo •1°m5 ro �abo y�F� ay5am myd Qou K$ N 5 — m m0 �qma tmi ..m. m•• 00 my U 6 GaN. C�S �"ap'p vY V OEdw•❑O ,� °wJi°0 UC Q'C �waviyA,^m, pp� yFm0°d v 6 E v v h Q N O d G 6 L N 5 O d 9 w O y 0 E V Y N m 6 9 '0 Nm o N 0.0.3.0 G 6y ANm iu JCv" Iv vv' vg NJv�G•oG IJ0S m50.�m C NH wFm G06as ° 'O A ., Fmo° 7'W NCB S m7m1.ON0 ,.F F mN F onG oA1d 0_o 9 m ^6 v1.0 -C °3 mm J76 t..n m OO mJ�J .Sy^..�NJ VN •'^c cJYm x m�^r °^mY .° m NN m" amqi W^N mm rpC°N 'p7 �aNpN Nmpw Nm9Jzd0w; EY Gm'ES ' aN.+ O C N p, amigC M^wo dp 5 y�m y` 6L.� V �op4�65 717°GmL 6a m.w-.a Fh'mJ. ;ytF/J V d N t� �= aW`>>boy a5 W oy 60mcd 6ba'°wQ 20�WNrCL NW Ld^ 3m��000P.0 0 w Na ti60NJ uc6am°Y.=iJ G'�.G O C °� T6o 0L G v�.�ac�� a omiY °m m O J O w m` A pK m J C'..°9 °V.F.+Fa'.4w6 cu mJ t°'^'TO C�+U 7•"jW �TOm F• -•O A mT Cm fl .w m W J .0 w .� 7 V J to L N y�i£EG23u, N2�p.a,'5 my-ri T Otl 0Aa NOc a. 'C �++^ 6p Ge+ oxs�7y7 mG F5 E25 i �'a £�°c.°.+6,aGN V.C wmw>`'d m.. NN FNK J .2 1 d .Ci m 6 • N N F N 'O m .. F E F o Y m m m m a ^° ^ 0 5 d y N �Qp J«nm+N� J•°^Ya1 ... JJf m 6w tp 6 mm� £O mo- •O 20i 6o Q1tOFmN�j j+Op y °� cY_W w+r �y ooa3 o' n rm"tm. aoY <• htm- .C O y+.7^g £'13 o'p�65m�lW1 .ymo WH 9O m'O .° U. roSo- ymAbw^GJCON�5^JC iy.tiF�^R��iVL ^ ..Yv 7�v p�ppo>.°. E'�E"N �°Gp°,-'' NV �00000_pJ,.+ rJ q °jQQjf$ vNaNappOm�.°YN"'O NfNOO41 .O'er p, 0 a no WaN.O OF ....es9 3�.wo a�d6 6d6 uJ6.F.+.N.m m6 aFim�� .FiGO O.a ... ''d o5d«�� �S�a535Y csildo m$PN £amdma d` .^�. O 1.9 Y C �C ua�4u iJJJjJfJv u« 5�S e i o °Q ��«dSDd�Yuapd5 xa n m4 OLAE °'OLI p.°T. bl a EmmpmC d^s � 6d nm dyD�'�9%'5 c_>4d 5 CdC Ldp.]RRNNm r ^ Y vp°s 3�u tlgnqcvC �vQ 'cvmEc ��9 3mdpp' wdaap.,gv kr"d �9 �+Ew F$c E"d$ v aS'�� u tl 'aS p qq O ^� �'°a' �ia GC Oa rL d d9 g [fp a d•c u yr C 4C YV 2c Ja d. -',y Bu uBd0 .Pag >+� 1 `a S a0 d 8i„ *! 'ISnoaS 8 m �� R�mF Sv �° g: .it am q p Seeo!TTpyy��Js o C 5 ar�'' 8vvNcoo$�op£ . �� gv•� O G0Fi!QiZY J Y�i`pruL+E Vr0;�V S^a "Q38O'.Cw 3>M saw "<3�Aa � $ g '$� euCgoa vV nWmu�TGpS��tEs.S' r 4 E0Xe > �p ^ct.SrE so L' E t b d5;sxS��'�n� d��«rd��d>�£f!oivc$oc�GLm�L "$`rSv i wiSpaA� b rdRr r edna m dam nBasmE�s� tln5oca�o3co 6 °OR tlp.Oi ~� .U. m40 '%6r Ym dC mr LdFdm s °° .o E '+^�av°d mm5`d,eS-om'�c 4y4O$s CC$ cc E �sro 1I m.0u dm A>" CC sat n 04d Opms C od „ r d mY s o a m v— L C L m Lm dd ' d -u as oo ud., U 0 tkcw ..rCm dC m OL>mAr H o�HFdF C E d C '5AC i Au�ueda G�N vOa^^0 �sPdoud m L 0 � oXPO W.0 A� mT Ln v 0 N m V O^ c L u 3amm£$°�warmo>�N£Eg�oYma�or 41aw snnLod�5oysetsb rx J I. N $v& °mind a 9d A.4 y08�iD �^�j' d�aJ, m d p°a°ptiappC..rd m me tl�w �i .a };.. �. d im ro�0 Y e(�mJdm CI T�l7i. tg � �E „s$4 +�A ~$aag.5sp Sv'$"o3am a of a �Y$5 `ei i$mra X� a M 8o �.8 84000%g wo L°moo 0Bs6 a�Y Se a •r n2 E7 ^££�1Qmgd s=•yp° p= 'dx 5.>g9roy p� a�$d y�dBt °Jm eflu oa rrO �L S �� a3 n6Vmdy .>n �y"0 �s& v Qmdd opmp� °CCoO d �t �Ut 1.ttos^dap V'sti cds "�J3d 2 E .a a t r d v ;-4 m�rood�ro m�3rm$=�J}'1cv'�� DwS£ dd PH �$ ^ p ..^_ d�4 m 6•�Y G6m V uYr K k V.r CF. P J�xH°°538�£`cogo�£m`�� 5 ^ Y a Om A ov msCL'7 09$0 4.-. mili9D a 5�o..�$ 4idCCom n vy d.:. V G'.a 6`•dmOCC VII Ov d; m yM^ ° cAOp:DH snOW Cc=20NL°CV�m°�gdrr^va £LmoavSc� '�C �p V3,. au G5.g rc 4NfsuqqJ da vygGOq O EgrO pp t°: «+ i+2s V Y00 W °�G91w�u° a'rA'''O V O m9ydL C °X�O nD C EA V Ca CC;4A4 b c d0 i SSs Y apPiq�e�o �3'aoo ELvpgrNyod'3Y� o a F•�Eo„i'aa� c££> nsBi,'i ^I 0° SoC L,d kv.C gC1D Cney Top9Qoo 44 c•�r>&�8asa'w a0 Qk FM. vc m o r an d m auc 'a 5, ° d oar sSarx4Eo ^� m ., ° —C 6�pn Ja °� pr r E dA b?�o m >o� n'° —a. � �r9 yG V m «+Y m ►t ■L >� IlS pyO per V °g ^�f� d V d a6b^ed �m0 W V A2 V'cnm0 M�rd £i 00^a croskE4L aCupp a„ xLa� L$VcvCD a GCY.�p� x_ ,CnQmyd p A m r V d X 0 Ems' pp .�d O m °6xi •ru dOA� G d v ° Wy i,a£r hi a0 °v dC' °� m m Ydo 8� 2Sae� �qp 41d. wsio 02ava ��po tl�T P �a 500�m iqp 3eo Cv -ur r= ••�.r qCp°.+ -AA �1 ma7P '� anV5 s �a. d d N muF,YN0 Cd u d 11 4r. >+ d� d apee as O�id75 "'�.AaG�gsa0a•.C .C-' '-'t 4 av vA ma.+ a 0od 0m m d P— OO v dEm �d�°Ea �brTdeoo0vc v=^r4dEaVDOrC Otjst04d�Y •Cr OAU mN yCyG mdOE--a—CY d_4 RW3 adC^iy NUE"PLm OOH^.ma .mamy Yua �OL."ad v�L V IT.��'bU �yGL, a�m^J� L'�— €'•� (J CFC dm�dp.. and 'r4L, c a 0^Op LO'md ddm Y. "''•. f.'O 0u amu9> Pu 0. mumE[F OdrVa du IIC duE • Cum :amD V)dF¢¢'O OmV6 L� E.a..P ' OddG ,^�^ �V: L�' Cm vm C m�d�mb'o-iC qCdLd CAm VLd •"dLd pm 'Od ni °5r, 0NS Am0. �d 4dC OAC Edr L�.� p E j. mA L and V .- c O cm D.d�` MC �.°.+•°U w m°.•k°E • maami E.�..B cdr ca CdO E 0 B_r gx nee d o A E jD p� m..�mu F•ad ECd�u� Grd�+K1 .r — adRd�.� Du ylO —u Cym -� >i.F—m m Lm Co BEvEGPaA E.°d <`6Etim°N ' r d 0 r E u d = 9 �. d4 mgmmmP 6�M 9'OdOmLRc "m, c dsr . u OAc m `OJ m d0 murN V aC.Adu m0 dG0 dd' mFJdE6 V l.L 0 un C v, mL pDUYd°�U^J.. —> M -C II E rm u OF co E�I�pNECv—oo'M Ema>>KC"�ao d!2 iS E ZSZ`tiW�v Cd S'tC�>L�e�eg�m v x 4 J E 0 C I w m AO r d r a Z 4 d k C= d A d IC ^ c L�� p4 ena 4' �Dk YG C.°. �v�G�'r Grmd ld. OiCmN! dG"s' atto ta(,� np Ny vpp L .d, d v v tl L« o .� Pyy U 'O L 0 m^ d .°. d u yy G A u r T.' O77y 010 �Om�q�C9�L ro�yF}W>y0 auN ���r!ll�EG�.� �tiy�m y..?E L C.LmP�4 ttDgm tlaQ'geaLbo �c 6l•��mdZl•N P�1d --�'c waSeA3 dT dS c; �D�E.'ys ., C.. Igor IIHQ�l1 f°J p �+ 0 C .`! t? 4' .S pE y uyy a04Cr rd 4g..Q 9A °a .Aa m dm` -o -a m 4Jrd� �a� Q!� se q s dy�L��oF.00e��o��E �IX��$oS�c'a o� a °yirp ga ReSo 00 a m r mu on dduC-0 -O_ d m C4ur0 rd m o .. m O N N w .00 J C t Q C 6 0 C 0 S W I L1' 5 5°a 5o afi5��" mG> 'SPav,.dc�Aoa mm�co �F wL . L 0 Oo(� ?� .. J a a u .i L>J LJ w '0,55-°y 4 a d° dm °' �'cd dG 'tl hJ.dp d°w :t! Ea�r.d ado ° Pimv e�ajGVa w,.2 �" '°'� Lu �.,. g,PPp w "-�wJU^m9 o mo0 a �N G.0vy%'n'dO7gV7 a:a�N r" f°� NV mC or 9_0 C'�� 'C,.4'C,.4°a9Cti m .� EE d OSdL m0w. +'P m C' °w J d dw am y^ d •'o� w y t40i bapg .^. V mw5 d°ac ^d� mawm uFCd0W 0 L.°1Z 0OZl �u uP Fd_ dJ" J°C>'d ? O"a�pJF LO��COw4 �Jy o0 "u Fa O dpOw �' V bQ wdPom OfJ.I. yyd0 0000 O"wd'+'AUL�"�7Ny�+ wGN°m C0 J wL "m Amy 0000 M a v0 aP>b .0 C �.g'm6aJe 'O Om O °o T{70m cq d 9 dm0"'p m y %md d „� m ^� " m �5; ei `'3"ugv tow o� w g y Io mo,cv �:�d •7 0`�. `� ,d d,rj•,��d.a" °a,w m50a vd>' m m .Q o �,c o-0. v mw�'k addFv 6o L w „So m Ca dam ^vw E� �mVdJJFdom6Svg omOmopdw^ m�a_ Cc o dd 5 pP�j"O �{J00 �m a 5 �^m � 5 o� d + 9 W 5 O 5 C m w P. d y �yp F F F Od..F dmf ° yofog mAw.F Ay^aamimd dd°9 d0 .�y mwm C� ti �'tlG5oFaa° d pvo$xda. ,v mpJw c L 5 d o tl ° J.S V=S%9 �0 W�o��md�v3^wEAs�aAoyocOt amH �G6P�Ydm,;�^d JP V'-0 o5v"dQ u.-' wa��Oa daN �z-+6d^M�^.w ^J a^ �..d h0�.-.dyLFdCwI da tlyym F FLm"MCmVP^vM9Cm T a d a w"..V�Q�'md��OV00 u Oo 05fi �mw ._- �•a mm v50aFw adi "� FF d L L0 F and J J J 6 au JO V a U 4 m 0.E OoBd w�v QEP mmaSOZm na��o2w 11111 a.-, Ei^wAs- OBo `ra mWPC od5aa M S C Y NE Clm A u u5vOy5 0m >( • m A y.., g N L M Nd�E�Bd 'tlO 0 °w d Uuw6'P.�LL1mdO�wJ °JaWmXm0. a.mOo00 yC.. �'UJ mJw J '19. R'Im. F.n %'.Ji wio"\yLOEL.M dmwO 0oaJaUi5a 0J8 F: a R V. u.� dp�d .Y R'L'i dJOdy mdF wJ w F'yyO 47���d+ dSo wa%jd FS0 z' -40x a�d04dduS OOd^' OJmQPJdm tl` mpewU Fwoo2 tlUwd�j°0Joa°e c`wp��E�5�w°m'° o5�Y� doo0. ...'�vvm K•C°5�yL 0.°.M?w9W C°i' 000'0 V dda to �" p05 HOUM °: .�FJddl.y^ ,� d0 F: u6 d 0 1d yC 5 acc�.p op� i w�5VF"adc° .O. m �s Y�VP5 >d yyK °mC opO r"XFm by Fk'p dm pB,� �,E apC .^'a o ;o(�,,6C m°�'a +�v °R5 W ' wF tdi m "V� V57a �N mwadgF moy VFm oCo�,: w 936. 050 �.tl tl0�j my0 oc5vLWdwE�e5�— m^0.0iOm C G °0 ago oo>; 0m^a oyao �pa�GG0�yp _o� 9 d yd f J0 0a 0 U'0�5p aJ Yaa oqp i�ymP m.... E00o"70Fi F'cm 2O�Fm A•O-F 0.00.0 O dyy•� m0 c p�i pw �.. ".^u.d Oyw o(., ag a :oFY>vfia of ^ado .. 0 a d dolb0opm0J3� w1 00w & y� tU9ce Yu YS ca yY y^ °ddm JF°�MEm d L a m d wJ in d aJ.r.�T F'« mc2`0 ° (0 UYd J FYa �cg x mEy5 �aF mP JaE> EG5'�"�pc0ve a—' a 5m ° a 3CK. J �7a0 5 J Em> ^� wa AOyyd '.0° wwO YV w d Qy `� G Ap d ww d.u. d Ewa0 m «°� S°r°.A d�'O mfiAd7 �k ❑w -0J m'0 a0a P d...5w of Tw .-. d d ..w Yw w -c .w M F ...^•'w�yp w2stw °J, OJt .-1 F'ao OL -0 H ° CISe. OxoN tp Ympdu m%^„> a mvy d a e' mdw L 0 ep ,,,0d T. Ya pA •- S0J a> d O ^ p 69x G ., Fad rr cc OJ 2PQ••O0m do MP0 «. yyA^ adz °EE3 Jowl b V ^yLPS m�dr.-�.� 0oeO J mYM cmOL�O.tiU t0 U W X L°.w ow d "1,y o o fq •Cp W a5 Y fi w O .-� ja ^. w C w d d �. U O w OFm a dG oyy A m O o> 0 a N L w a 5 p Y,E m F w p d 0 G O q y PL F m O d d J O F m .2 V -oaaNmiG°a0odJ a o ,g°'y: 4 'e axi �" oFm� `°JwJ>S$om�uaaJv3'J o3 .''°. ,J..•wwmk wd °...o=EN Qaoi3 of M °�pYd P °mo aA>Jw�5 W mo mY5 4°�°wJ m•E iN d° aO LO wJ d U d m w.^id Y w J0 i( M 5w dA5'� e°�OYwa^dmEYP am>C,F_, w0% 0Yg'5 w4 w =�w� do dJ °E > Way yy -dm >5a odaa 9 Oa wd°Oc>'.' ...a dfi for 05CmV �ydo dNG0�0J W9 Uo5'�o0��jJ�^.w 0 P a >�G4 w.J_.a ym^Y doyM. 000N J.+E^p50 Jd5>5m^x ROdu4"'. LJo 6a-c) 'N'O d,^ VC d p E J> O d y m u m q w o d m w O y m s0 .+0^O d0 Oc yv'� 'c odLmT 0MOm m d•O�FJI E5 5dwM0PM m`• U OJ R U S J L R 0 J J 41 N V 'p wW •T V M Jyy d Y C) J r4�.�1 h m� U o V V. d oCE �' • O V d° m S Y� a> m F� d T> 'p �O aap � m .'i .y 0 d L '�O L d "'. 0� d v v o has=oLGa.3 U,,°,ammwO °per O JwY°+d 5w� .d advwy"awwmoy� 10ttrRoE>m0d9y ��w m T 2 M o G o o .F.i" O U w d� G a4 m W> O :" 0 0 o w M a; 7 P w^ U � 60.�d oAJ.Om6c7fi dmod mm k°wc m.^. ""p•c �'•"•w a:P y5AwdCw>Ea m dtL FU o ApJAOmd w G `2 E P�00 ooccEc=� �o>-0watm 0 End c y%05Pdp..m$P 3w' doo °3a�"od�sw°oZ�m���o: o5 o °dw �wwam5°o °°oov> w0. Bw E^R J A +'M.S d0y O d.�>94 RO9= C t06A:S m 9 '�mr,Yasoo a5wt>axiwdc.av� F'mP�'O..dcm: mdm g Eoaxi a3o5vm°iEdB��owdo�2c5a wBv�v >m$BdF R—d� eq •• Ems E x ,e •O G eyi p P 3 gfiaC�9 E �cP C vam J -o . m 8 a FavBw��vcm��S8eg$�e adm53e awmn6 ago 0 I I L I M, N N E I I Li I ( 6 n 16 .0 3 I Ii0 11 E c C Ti Et d.0 Z.C — :y V Nde: ,� 5.L9° udu a5>;o E�995�'op° EPL9.°° dy .?4.2 `aoo an ay.° n�Jmaecr �a oaJcE r 'flu .^. mmm ��0 CCSti"Jrlia 0 v p m L 4 V m Z a ^aY �p�dEpnoY ,°y ¢ 0 d1.Gd`EO. Q.Ov o0 $9�seaxvy Ea 6'a axi 03'ooV map0 Cn9 u>rY L C 9 E dy>^ �'yo z'O K .pya09 — pv m pS... or mV Y a2wr m$m E.C$d £"mvgW°Pamw.-+.La wy.� a$. rEL S m2a`GO '.:'° e=v C5 .] E'w maFGBo6 u 5 $ o 52pspoDaxE.00 p m;aoEQoa h`!ud3m.._., E Yy ctdr YVd H<cmPr"u,,.5cGa %C, VOEa5e.3 G,G�,�,m'o.`K^e ,�Ea�. cm Sr��JuyyF� gkiYa°�s��p��Vos=�B�5 Ox 3 x O Ae =�w O off(] w TV d r`r,BavEEa654% t: a iimr n �o d ex52e�roEA �F o85xoCec ecc� �!H- uCC �Epp0 7JGyj Ct^�p O�a`i _CmLGNG GAyeO u G p'�..OdJw_dw .. d-.Ga aP w(Cn66 JN dLO�^m-.pGO¢ dVOELO br...�am . pYw.0 KU p ¢'JOY O.C Y p` SL^Y :a pi^ 6�.1a po>Ca0w aG mPE�t aaJi1 0 a'O Y.a TU QC.'h C Cd w9E oedZ Ll mFi`UKPC�m •1 Q_ Y Oa S. �OpwC�[m0 OP0C.r •�m yS Ord aYK �wc GyJ Ca ?mnm�y.-.aCyao 0. '°E`9&} !�E!:.SgpEow 4YO955Y d¢E° ea°P5do>a �u o .a n5.a°u a° o yaN>C .G i�J°Cm"00 APJ3 AE4Y.0u�$�y mm Ga�ja a,G y •°Q d a'!Y V V'p' paa.+pa 4 aL JP'.mlGaX^�^ V L '°°o mOJ O'A$JE c.c o=a O.CC Ow $ o eaY °om o IE m -c r'o JmY�ZXm�Yp��.p. a`�Y �etiG.°o °E&3•a Ea o'Ytl e$Ot' a�Y a°�e'Y Ee�L• '�JP$F20 uWa,O ,E. n Yp 9.35dpluT tl� Y a au�P ..c LLpo yrYyY oYo >EE ama�.�y o o t =m Gm�b^w�. ot�.. J^ a Jo^°^gg pd JJr m9onUy.^Ip-4 -05 c'°c� E°d°�EE� �m�wg-Zv oca,c YsYg0EggaXW$ .. 3��0:3 bo mso� � �E� da �mmGT�x c^paK�� C > cEro•Yq°La "�amtn8800 `�a9AE �gVis�u�� HBV:soa=r 'oPa.5VeY.8-°$ L'``s mcg m&muo��p 'Y �3a�c>.° qm.+5'Y � azE5°�m me w c�m�uE v�y�� « YQ 0 EA�,' .0 C AE K 2! $.� .°, mE9 �m ti° �D d«C �FN «� E^�9cC5 am� �EO � W4 H d�y� m,r w C dY mG ^O.O Y Yv a'0L �' u � V Q F Y G ddd m9 O4.y A d L'. Y. —Oa r'�JM SIC.Gtn 4, XY y d.S ap�Q m �YYt wi> ap pEp awy� —a v LE�Vv ,p�l:v O JL aX.�Q+ F' 4 'G.>�� aE 6ia GaV m O TCr y pe ii m m Jd d �yww.��' dp%Gz 0 60moagi �Y' R aJ��AO %6—a QC°i• •d3 ._. a L' C .^. � G ^' " m O Q m d O V Ow .".CC 06 r w d�L b�9 EOm Vwd° wL Y.y0 GpJ 400 V CEL m� V dZ0T P V VJC Od c°iy JL TdC 9a' K a W G0 -o9 Y9x a � YL0 I C mmN9Fa.mN G�9 G dC Omwm yrodg E V y0 ° p��o�a •�a J YaJ++ $ �Y OFpmi'0m .>S'. a G .K �U y$^a'C.iY��m dnw.J w O GmaC� Y V Jmp �� ysg djy�,i 0-C4, 99 V9� C w Q ie �J 9.: GT� e�y^,�9go �W JQS? an�o tFq VdQjy •° arJNLV � pJ'�7•�YY �O C VE "�' •'i' m EYaw YzJym T$ .E .ti s06=ca A9V� VE�w$YYY�� �e6 .r�Y md� I ,o E'� K��.°`.6a°La. Aa; �$��ce "'ma,"� (y�Y J V4 a 6c�ro do m m[c, x Fo o$a'imm�°'^L dK Y S <"YtA �,UKU�=mV9-,Em .npo010 Ya .. Qy GYGW....���0 ^ C— .�V° t9Yi 49 m.do A. "S�"�-„Q �m.,"9dEJ��a>^��'dC�aSa?r�Eti"LaTmCP9y? ?e CL mEC—��mE� J J O ii a m V J a J J P m 0' rr 4 O O m w m J y a ac v a m E (. m J J O a o m E O m n J 9 d . PmtY.F i� O =C Lb 4V C nG. CLC �patp .Y.y�C K V.�mi6Fa G:'m�GEL daT. i ptip o pER �� m«9naJK Cw aE Ys.p �QC m7' A !! Wg moS5 E tiG�•''�' �m>G3vv Xu 66_.m �.. 9md O'C.r .r ..9 V^ �'iG YC S �i �'a_J V_..CVy m YY EOTmiL °aL r Y Yp cE.. eopt mY�mPo �� «acYc o9Ema - E 0 r5G¢Eaa �yP a� LOO.. 6 mE'�Y ^¢ O m 00 O YwJJp !Q m•" Vbtde Y00.0O...JO6 OV YvT y:'T G Lm.°iCPaYm` OOC� dm "-' m a s VO6rrmrL¢L "'6K `' 9GLmCL J J d aE mVZ-�J.C p Op'=S mpa dLP.-.LL a.S-¢�.O 7V" yCLV� 'C V9OaaVJd v>•aPm Y OC,G m:+pE m OP^ m m^OC m0u�0 am 3P 9.00V 40 PL, J pd ddj�p y�j a 1 pad�ranml q�tUC'°''E aE a'mC .^r Qdy p'C°° wvl FV iCdGV0- pL9tumY�m (�Y9E�79 `� m n e a m YYGDL I/v T.K °-Y+m _ t .Y" e`cwv` ua� �o°Y'�mC1 ..�g≥mS u KmE�`^�' uo $E�? .a mmoa 79 aJ V 0mm mmm r -u �9 m� NepJ E a ?E yC �Q m V -' _ o —4) V y 9 L a `� K J E m x v A r 4)aa =n Sr ra�'v=Fp E$�� aEp°� avd„�eoJ$>> rri S S w9� V dYd O C m {—i('�CO m Yam .r Y a �g y a F^ J O y (� Lm. J lei J YO K P a• d V A p°` K nE mmCm Cem dcdi`$'° m'°a$Ea cL Ed p 'aL.Y�'$� .^_.VCB EE4,,^e�S�'.—>i mY =d�,i '. °'OFCun�+mr J �Vcc L6 aV KN4.� yy (edp 9� V a N Cl Cl • d d Wu Ea Pi,Y Q�f° E< G�md ❑$ E::� as�Tu E� '0 o`E`o0 - Y C CKu VO E� Yffi> y d„ vm $�-' `.°. O: Ow L yS'cv ' °° E> > 5$wT �$c cm ,ymT, aK,c yo o9 �Ya m�' v$0 e3 J .. �59 gar �Oo$m5p. B ao ; 3 s o. QOCC�$$dE•o3 COO*OvvW ox�t>g c & od0o $bq 5`a '79'°'B Co Y$0a 'amV' G n s..mTw . .4 Oy m.0a>Lm dY^ •°^< as O ti �n v A698Cffiu >3 �5gg� OJ Gp OvL°o3 5S`^C.Oa5 TOW LN.. u6mw^mt 53 7 a'a.mY u q3 E8. E is Lm.90 VJ,o Jds and a °o�n3c gc�ydy EpG {� d�. J '55 °mG5E8.pa. v Adodsd aC:; O5v° d`oao s�wov� gti pt S�'Yyc`=E�mq$yy�'ma, 50 9moo a._$E'o�Y v5do E�< t°tme°a mA 90Tvov5v=` pV VG��Y.ag�Md0— UosO 90� $ Sig°3 �m��y"1Eu5�E o6 mc8`o m•�ac°'� �or �'°�aa �° a�y8 apOB .Lav yEs E888mT$8<sY C a. YG a.'�..uo 0 EdJO` No p°'5 uoo—'J`m �E�s �m� 5�Ea�E�d�m 8 �a IeOOe8". �=°v od LJ Apo amC coAmOWa. Y m�Lm°d��Fmmo�am UFm CE�`zmL°° o�9cE5m Aa5 �.o,v >.d uE(`> — AqU✓p>!m�"Gta°,-m°'1�3aQmiw°lY>n, a'U= F YVJm VI FOP^ J Y "'dL OU"' bFy�W •rJJ�S Tv`1>vvYVr'•u FF•I Y v�V>>Y Or fl2E 3 E E a a Y m n m E m s Cc a mT.a .Li s o Y v 5 w y J F n E° y n `o V 5 v 3 v V B m e QQ to 5019 =P'CCC dOm34 .u_'TYJY_T vv•mYv0 ti Cl .CO wQ 6 a Js.La5 Cm 5L9�0^ mmRL $°ad°O• mUmL OOYOCm Lm50C(g0. fLJ9 E .La 01m.5 ° 4 pO� 6N N 3 d0d�$ Vm VCLVM JLn'dsY u5m.a °COdo� 4mN LL Ca a U m L A c m s v d T C J m.. E•u^ m m o m U 0 a U d U w - E> s O m Y Y ti ffi d v t am 3 Y�oca�mmmG �nm$ Em? cJ '°�J= $03 ammffio y`os 5F $n'p c_EUv cT;;Ya-� 5c>�Ey 0 -0 m oo=A nmdm5 A �°i..� cv -A CCm Ay _u ..uyv C a CLvwcrc °uC°O5uL L m V G m m Y 21 ,a a o Jm F Y m V 'd L m a. p °" d ° c -' = a o Y d - m° o u J9c°t m ol, m Ln—.-.5vJ.add >_d�m am d = O Ed m �n d nA `^u uud .—Y. Y'J m mL m o n Y^uU> B r5 >'6 E9 q CmL C—JV o 4QKomL8—mo�y�Y_—mc5 xmm 8mov.m+?4 X v'm$E"" y� dA w0 c�^^p m msd=aaffi°9�^ffioomCa a$�ffi m`o omEc�'_'nv mm,m,� a. nGo '3'oE"�c�c dFz^Ec U°'o Em�g nA���$pm dcmoomo�o E0�W �dm'ommaona° a0 Ad4 m0 KnY Tn 6<.dc:—d ffi En'.� ...L �Os ps°I%Jt °WbE E"a° am,"g a_m Eacam �_� Eam�W vyxF o Q om�$—'.—°. dvFN5'°.a •tl °'$ 5 ��>d5L ffi E•cu a°E=m3dz ° ed00vcY°S 5ps$VA Er -a 9mOw°8L owd°mN d �$« o.$'.i m�TY Y ffiQ .;tC s� 'o �c ml� E5c.95 ° `m`'Y=C3c n m� % mLEQai u.+ Y'.iL'd Y— voc--on.. 'pJ Ga.O CmdY°s in n°n F5°urd °leg $ .c�-$'muP3Q3wJ°' $$0�8 5EBS�c9d mo'o2oom3tv'o°c°,�'ynamc JL 7Lo ' C. . 6 It 1J W V > LL v a ` N C 4Y N O W T d C or _ N f r W ✓. v W RrC m J M -. [ N 9 Z a y C I N a° a i S J F C S I 4 a 4 4 r V r V V - C J V q Y 0 h 4 O Ia - W M• -- .i^ r ay « fi O ~ �� n r• 4 ` W a Y,y'+ 4° ENO O Ci -+< •� O - 4n a 4 O G V C .. Y m I -= 5 V e• O .,tl 4 'tl 9 O .n C 1 4e> S W J E \ V k Y 3 J J ] Q a tQ JNC � F —. .. Y bg N y 4 O e 0 = a f i C C I _« 4 a .- i ° C SI M P 4� 6ll N , L a S Y o ..a Q J^- « •4 V C. 4 )-L4 y Lug aa C W S .yG -0)e C V O A S« _ • ° C LOj $<\ p 4 ~ r ,.I 4 I- 01 ¢ � a 0 9 i v k Y i 4 Y CZ 9Lrc V ° {d) N O YN Ct BCVr -� t « C nc e o Lo •EcL,•€_ sicsr _J J Cyr MYY" On E 4 O O] W W W V Q ,JV Y O 6 N 4C.C.C ti Et!4 YY -y & JE 4 NF F WI 7V lMF4 O i? CTV<VVI�N T _ ILL, IflftttLJ1,ujjj C� G QYL�ad M-00C°C .aC .�a�Yj o5 y+PQ %yo ^v PCC 4 d-. r� o vo caeP K«Lrr �=4405�� C-er3�� of �.. r .. .Cs 'S .Ct Li. J�— > py O�C?NO �QC�a' yM3P iY O^y Q^�i •p°JIOG SbEs O�;�v O Cs Vpm EC_vr r0•a�+J H°H �E yoaa 4_CMTG L �. a ... rJ p L 4 L'rr J y O Q Vy « L Hop o5Y«�a°r�$'Sryxy'a=m^. �tiu°� Y P$ 0mE Yg� Wns�Ei�,ymLc�� 'fl8c Vic° s c U4."co`4 .°cr .-r Li�i °ErEx�u99acm % LrL�9E�+C ^ Q� yy L 4T OyyC �.OL V4.Virt. CY y« C w V tl«z b O�^r_SLCL 00 �Vp Sr �ucc5Eiw5ro5E m�5>d9E os'c Fp �ss4�0�5P5«s%oays.: 00P� v0-40Q.� uF, Ga = re, 9Nc.mEi� v� S2 DO L-�JJ Y 4J C Pa4K a4 r e �y CQ Oyy L EL� p �«', C$�G peEC''ioynt t$a�n ro�«aEZE14 G"yyxE B� -QI�a EmVa,Y7yQY.�n�Y�oy6 GC. o N ti 0 J r• L S L �' « m> 3 O a J E V e g« OEmOV >: iEi4. �'Go"L.rttC �m�m1&Yr�rQy�m�Ps --,r 4 7 „YJJQco.o— C O C A e K Q o° L: �L]vfr o k T E E� r b 4. ..«c «EEov m6r 43 ra c as ES�'C°s «t o5°EvEEo: E� c 0v�5 C C 4 ti Y r a E—° L .C Q Y L 4 d a m r C V M 4 ' c_LL ma>a C.Errc n�u 4'�n—`'--EE~tEca 5 d Cf.I =obi�E p E n« sO�t6 rz °L... IIy'4cm a 4 R C dcOKC OL �. ., aa�Em091ouo V r` r gr J.'Paur i tL« JvaL bL IIC T..L maJYr`d o e 0 ' <btvr'r a cry G� LmGr �L64 :.C .t 4 IY m C r C r�YY r ` C II7` Jt. r0 R Q .J 4 II Y L^TF, Eu 6 V!E Lr! a%_ 6 S y .. m.. iY aJ rc YC L4t< F. b e T'rvPa u!`� Q L D n a -C&.• Ly a4P.. �'ry6 E EK° K C c. V q C 5 Y�L Cr V�.Li 'O yH�LII 6 P C a G a J 5 V 4 S 4 4 G J y L 9 u O FC. d Y E C C t 4 P C b .s C° a P C T' t 3 m a 0 $ LaE cLo�±a4 o E —t b aa c �LP+csE iLE2w>-�a i5C �Tj i. 4 4Vy Y. Ca c.a=t 'yCQQ' y.'EJL L>,d v` t" ' ec «8 L.Lr�Li�«—mo4(.'' r J E crEY, rd E,s4'� 5F$ rrc„J rJcu C V^ta VLF V Cppp[pE. V>j,4sp fY' o� <�6�r ..44U.4C J«P4 r -4J �V40ir c,S Ec2 rI�E`Er�+5vV �eG �-.'C`a�3s $em 4 flE 0 z O 0 N A a d r a. a 3 a U J C E Q w r o x e .5- C c a a W • N x O S « o n N U NJ;; x z x I I 7 1 C 0 0 ° a i a C • T z r m� L i Y •v 4 C- -J ° C e Os 7i 4 a 1 U Q L L va I r V Sc a r ° Y r F tL i Y m V C y F d 3 Y M 6 eq L cp. ai E -C- _ k. v a N ct E d i b C tE L o d3`> C- .Yv• - V) YL �$L ° p E ea � ° d0° U 9 i X S Y9 C _ 6 X <L Y 2 7 a VC i Y ( Y V V u 7 a _ Cp E i ti G 4 ° • 8' U C t K �- i ^. u 6 E m r --V _ p' $o 1 p� • u rM ❑ a (—°t u � r% 7 a c IL e T r S ie L �7r7 ce" F: u .-+ C fC v S _ C1 Li. L V IN L 7 Y Y E> -_ fi o� o pp X P L II e p t y V y I C•G ° 1 EY ° fcE ? ..G c a {� -� -I o Ev i E ° s Ia d a X E II JO 44 r't - 1 .a a i i 2 _.: rc 0 S i Cl0 S h M N I. E L I Li I S d , p O C Y ma 9 S.epp N , -p �pp O G m P G Ou m aY o 0 i u m o 0. x o X .C , ms U Y r F mL� Ca C •r N F F >2° ~ v a T .+ d d U jp ' Cl u F w W a ami o T ^ a C 3Q m c v L t m fC U= v � W g m 3 d _ Cl m y a v N v w > C O i. a m cc U m W ^ O N G n• F E 0. ' Oth m y dOt % Y cqc O6 A ' 0 Gym m p o O Gq • O d m .Y. t• ' y % d i 0 Y - __ d 6 Y « t oan� d N a q d. a V .4. n m u C a C to �� 6 6 U E O Csi L N ` C ul..^°. •r+ C C O O p V a C . 9 6 C i u G E a U a 4 ` C r 'a Ei ccm i v C M1 O s ..449L>.a dP .. bda tcc %4m c42 om c po QEpca_4s tl a ccc ' a S .O— v .C da a.aat r 1{;.Oc ad"OL.a Eqy 1]C+!'OL aL-yL c J z tac 4 J C a H 5 u Y E dL 0 m d E G a u r rY d 4 �• ¢ C d d a .., d u O 4 9— 9 t C V L E d C u V 6 r Ii a �' ° a a J C a G d . m ` a 9 4 c E n u Sp 4 L L y a O a C v% t o a m m a nCi e4pC LO0 a ot ea O C OY O L4 m� O US V a�.>.•C Jr m mU t�Y[UfJ�. a c"G_9 C(� yLry� ^ {n 1 a�.c EyV^p 0 a m X; Ga ^y u^_! GFL�' a'Q as p� 4 L 4u ErE y�°UuGaL a0aLdO L�tl' a y V' �, d� a�OY`YL �•'�,' L Y .'a°.. °4i B L9 m'V 4Y6 d.� C na ri w.CuYCL� m C °LO 44 �' !9 L 5 y N �. 3 6 'n S � O � l t > � c t y a a ."4, G . UU g " O � c E • .C ° _ 'a E -+ Y .ri!' `Y t«. 5 0 _i F ,°„ g it p c E�°eQayy vas 'ap aD mu °ot C�py[n�a!°�o���`om°v�m����Ecc�L uEQ,u�LOpeC� f" "5 k n>`' Vaa^7�GV`L�dE CtC6.agauL luaa^E... 0000 C°d lLg >.�a m•.. b^C r'~ CC` Y ` 3ora�p��3�vu3oq k-2LaQ5Ewoo Co� V,�C C. •.`�E�Lai�oL d C ,9 O G C O L a s 0 nay J O Y y Q S n O ] 6 L E ! J L Jn a., U °L a AD`L u 6 4u J.'u `. bL�a.^id vau Et SC a0u m tyiui06_ N" ° P ° y".ti� ' a Utu nuC �: n a.0I'^¢c`•..J nz6LC^ camp. 1]Caa6'44'A dLdd4U9 o wl•"O.5 aSd 6 LC 0 amE�n.aO Pi.am Lmnt �t!'6 Cdr~. -•<a AQ p>a j nE4 aC L.a Gbv p,t yP t_,_. r> .0 �, LL �� •� � m E y� L y >• u o, U~ ..' ° .L, L c L O c {j ° k � y C L v 6 y �. w. _4 `_• a r. a n rl •� o "°' c a �. c a Q .i 9 a 4 r .a• L L9u youC. o ' m L a G n� 0> n L 14. d` C 4' ° t ° t a V n t • �EE'4CL 4nC �C4�to m r'F9 t Fu(Q marLn LO y"L mL [ �a a✓xE nu. C CwT"L .A 4a K,xx G.ntu Oao 0�0 Q CC 5`5 °Z }}00.. GO °sano.°.c?'1G 5c•L• :, mLua,a0 cy is f°r` a E `p f°i ..a ftq mP mp d [9 yi._ mt'r r p G >,9 o �LO E.° E", �6ZSy_L 5,c rn aa, aL uc� °ion u�"SE�Pi .: Fm oozed mZ VJ�„a ;;ifiiJ$'g'c Q° c�b.9 is, � c0,€... ncRUo`,.cUn W`m„$ c&Ve°L �Eog�e�mE�Epi $ocykc 3c [4 Lr4og y gmt oo �Lceyco= ^o[�c$`1 GEdVIOst_°� o5 asq ucaoEe%WC0 �cL c $ee'"'<Fg E.,,@FNiiJJ5 aEmoE98jC�E. oK'� a.�m��xtly XntE4rL5 1 C by Gya� °�°cS,�C9 a aC°u pK p mX 54'f'i`meEV ~ya,W S�[55^E^pL C.'^U�i�U4L3y�uu CMu E 9L LL O ty_ a 9$'O aB ^rVu O �. u^.ne 4kL>u^T^aywc Q tlu5k OG� yYu GaCQ C�SC�a .JCV"!A,tlry l9CU•LgOm _pCmrE yf^�LOu4 q^uLPn UYg C°L Q Lcsu4d'. OO o�C C�0X 0aG �a4 ...;G Er V COC[E V L JOCpLL V J^u _Cm C u6m AL EaIC >,00 �• �G OOL 6_ Vm94 u C.�6F(�+O�W.S 0� m^�uu� m ' O nngly~cua^cBd��y9$ c3: a a a� r`e a`o"c�°gS�saSsJ��oag �5 o aeE°LSE°a6n �m^ppa ac Co . 5-�[.LY. 6E4ig 1 C 9 G c 't' s JC$ aCr y O ^ I �'Ot 0U2aO p=t '0 p9 r a c.0 41 ,NI P �.•I n Shy �^U.°. I = n I , I m I ^ CO GoaUOGL Vm CCU _� I I I a V �SH .. L L^Ym k,9U 4 `.L�2y nJS t a a E m tl " ° .. a^ n i I ^ [ g ak-c U u u c g v 5 c Vo Lyc o U [i �-' v q V m a eiE 4��euq�7�dFU J m n o oE-�i°bnoE2OiL ,it.. ci a u ' p j eq JI jl y M I CtEP"4dE -, a a F a IF unoau La a. C .'-. L c L L j e 4 C.c t. i EPc a� aF cd°mGEoi, m� I I y a s aJg5E- n. .ls. C a M N C a n u I I I sE�an.°3rEtg G I I ' IC U¢ Ft„ 5aia ya �$o ad I I 4.0 G a L 4 a p�' ctO at,$5 Ei y``'ea <o yc�2mpaa k °^ m eim < ai'c >iEd�`o ns ' M I M U 4 a Q a a a 3 e paon Jot palnlllsgns Xq Levi 416ua.ys luatPAlnba ;o sJagwaw paJnloe)nueu . I<d ne Onu, e,,. .......[.._.__ e _ (a6jeg»nS 11 Z) )sd Z( + H X SZ , ed V 3dA1 1105 . SlN3W3WI003d U39WI1 WOWINIW -- SSNIH0HS NJN381 83ew11 11-3 312V1 - 5�u SSE 55T � L' v 9L'odmda.mc O TJJF 9m m° .T. O OW mJ m ..9^ O C C MY JJ J o >��uFn _ m �E F ° E^eC^ '^ ^am�a J5� J a 5_ LmVJ m65 n ° s mg�j 2Egsma° ,06FY99m mF E4 ..� n] m NJdOFo m>k'm y J7F. >t ' YI .. x°'mm `, nFm m is ci Y J aOV tJLro Fm m.Y., .s Fa �Lmdn FS'z„01 a Ce J d4o maKi.Fm, m Sp°`m se m K a F nJ >JCmm.gC� C 7 " FF LF O m CJ1 ..gym v�� 'o �' J o �mmommJammn F eE $' v z .5E N d.-imM a9JJm Jim m pp11..,, JF 7f�F m«EEm m J «J°EV9p Cm_CJ CL. CydEm i J'd" m n «mb mme' 7 Pj" m ..Coma O^mm E a 5mmJ o�� m U m o ioy , Y; ' $ 00 m W m mmm m e. UN UJ p1 C1 .0 L JLGY « a nJ Y C Y44��_^ m mp J M e] E U C ° a— ^ > m>mraba «F >m5�'.! 4 e 7K G £J a�iu �GG p" m or cl 9LF«m C n4p.Fgw • V 'aaep 5mmaT ��mUn"m 4 �cmc2ZS2csBE5 ��.���g�m*E 0 ,Z 3° u , e Ow.�r XC.G�$"]b�L5UV oa«�m^ s s.: GF m�O2od.�«s aL v mxmgu.FiG Ce'�-Vs oCbn.m4'Unt U X5 Xnom ,EFJ"m•ei T'x�X3 yYmm om,F. paw n�m�mC m°>mF m� JmF.Fi c3 .C p, X«L� Eta u� mGOm 5.CJ bm ° �� e'F.mCS� oO mmv ca mom C9 CI h mTm��Ew 4.^.DnU6m Tmp OJZ yQm_ . axis m9J C-CiTa Ga �.J. mwL�C YE.ri OmF mE-n'F" v• - w I- �V �—_J L.nJ ma ���QSmma5nmL�m_mJ mmp a ..F«.m mm m�Bm�°a m mmp n ❑« m J Y E �.' n V n m m° ^m m Y m c m— U M> m d p V i. J 1"' p J �] t J ❑ J J wmdms£ m y.m.Fvm.o v 3 E o...omEK)c, E aop_o o $ mLa 9EOFp « :0 EY nJm nL nm :,a a mJ S. m Y L C C '� C >. Cs Y N C A . C >. u d CcN d Z N' C� G 0 E-T.d 4'- C1 'd o o m ° ❑.� ° _u u t o m m L OJ T y d L t ama Y .2 y L �' E .C m L y �, F 3 d m m .c " s L°.. G e..i J J L° J > J i. m J 00 w. i.0 J L> « m ism m F m " �. m �+ F m.C m m m m m T « or J" OW m > r, F J m > J ."� p m > d E « « m J O N y JyyL ha m� yi N `.K °m E9C • K uY N y.T.mw h O y�-' n9 K yG °-'a KU i Jtmj0O i ^T.m,m i ^TLm i m m° i J�`o-i° i^' 0 C WA' i -m «m 59 �.JT��mO>B „ mT>B « m=> vpFp �`—m',—>,m m>�m dg�'�m U mod �mggu�9 �n �� m FpvmF V' V FE G p=lm G p>pp.C G p>�b CJm k y>mF G pd�F G p>yt F n k >m'F Dm ,�' mp [Cf mp JWy Orb m L y d Y mm eCf mp« b game O= -a A E y�1. B 7 Nm`m"^ k ° Y. T. L O>61. mBnni59U y� I- L ` Go �o0 e u..Otim a �`Y^Ba e �...�7 s s I m q m cmm ma..m m ->3y mPmm m.cxm m>Xm av Jaw m>Xn E�j y eg• 90 �5m� X mam X. oaon •D �m9meXi m90g an m9o`XeH OuF.O mqoOD 5 SW m^� mCmm� m=mm^ m9mm� <v tl m�wm msmm_ co QDU<5 E mjma� ss N TAFIE C_.i IMP2A TFENtM °NI)R76G -- MIN 1MIXe TIMhIR REQI':L3¢Il:S • SCIL TYPE B P G5 '1 r ;:1,f (: ft Surcharge) OEPIR - as OF CRCSS ntAcrs IWRIG}ITS T1fRCR ORISPACING I! VEST. yyPERR}'T MAXI}RR[ ALLOWABLE RORIZOIIAL SPACING (PEST) OP TO uP TO Ii? TO CP TO SPACING SIZE SPACT FEE; (FEET) 4 6 9 12 15 (FEET) (IN J (FEET) cthst 2 W TO 1 5 6 616 5x6 6X6 6X6 6x6 5 618 S 216 aP m ro 6X6 616 6X5 618 6X8 5 8%10 LP TO 10 1C 61t 6X6 hit txb 6X8 5 10x:0 5 216 See JF Ti 6 tXF 6X6 61• 6X8 6Yb S 81F 1X6 UP TO TO A bX8 OX5 6XA e1R BYR 5 10113 5 2x6 La' It _ 15 3 bX8 8X EX RIP EXIC 5 :0X12 5 216 tee Note I OP TO 15 6 6Xb 618 6X6 818 8X8 5 8110 5 316 up TO TO 8 8X8 8x8 8X8 Axe 8110 5 10xL2 5 .JrTG -0 AX l0 8X1 8X ) 8X16 :nXI 5 72x12 5 #jX6 SPe Note 1 OVER 20 SEt NL:k • Mixed oaF or equivalent wltl a banding strength rot less than A53 psi •• Marafat:tied .r SCT, o: eq ivalert btre-Igt} w by su}atltuted for woad. TABIF C-1 3 TIMh}R :RLNCM SNORIbr. - MINIMUM TIMBER REQL'IREIfYTS SC11 TYPE C P • 50 X N • T2 psf (2 ft. Surcharge) a OkPTh SPACING •• CF TPENtN CROSS ShAck5 LPNIGNTS NORIZ. WIDTH OF TREF'CY (Fin) SPACING MAX:I9VM ALLOWABLE MGRI20FTAL SPACING JP TO LP TO LP :0 :} TG Ce 10 ♦P CING S12F SPACIVC. TEE: See Nnte 1 (FEFT) y 6 9 1I is FEET IN FEE:) CLOSE UP TO S E 6X8 6X6 6X8 bx8 8x8 5 SX:] 5 116 LP TO IC 8 ex AY° 9%8 P%P txl• `. :0X12 5 :X6 :' Ti, b 0 AUr• ex': PXIt °r i\:' 1:1;: S 2Xf I. T Tn 8 81If, RX. .gli ¢r :: 1:x1: • :Xh see N. I P to 6 5X1L AX.] 8X:2 A\ln ] 7I, ' ::x12 5 ,16 See %fe :0 Nrte °Pe Nn:r 1 OVER L SEF MO E I nlxea uar p; et ..II PI: wit) . 'v r'jrb sl r••nnih to: 7ess Err. ft'•1 Iai. • Ma -u l a. l ul••a 'r�s'f 1p ; •C6.v ..f•l •. r.r r,v .e y, t11 Yid n TABLE C-2.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A P - 25 X H! 72 psf (2 ft. Surcharge) a SIZE 4 DEPTH CROSS BRACES UPRIGHTS OF WIDTH 0 NAXINUN ALLOWABLE HORIZONTAL SPACING TRENCH -HORIZ. VERT. VERT. EE SPACING UP TO UP TO UP TO UP TO UP TO SPACING SIZE SPACING 6 (FEET) (FEET) 4 6 (FEET) CLOSE 4 5 6 UP TO 4X4 4X4 4X4 4X4 4X6 4 Not Req'd Not Req'd 4X6 6 UP TO 4X4 4X4 4X4 4X6 4X6 4 No Reg4d Nm Re 4d 4X8 8 TO UP TO 4X6 4X6 4%6 6X6 6X6 4 8X8 4 4X6 10 UP 12 TO 4X6 4X6 4x6 6X6 6X6 4 8X8 4 4X6 UP TO 4X4 4X4 4X4 6X6 6X6 4 Regl d Req $ d 4XIO 6 0 UP TO 8 4X6 4%6 4%6 6X6 6Xfi 4 6X8 4 4X6 It UP TO 0 6X6 6X6 6X6 6116 6X6 4 8X8 4 4X8 S P TO 12 6X6 6X6 6X6 6X6 6X6 4 8X10 4 4116 4x10 PTO 6 6X6 6X6 6X6 6X6 6X6 4 6x8 4 3X6 15 P TO 8 6X6 6X6 6X6 6X6 6X6 4 8X8 4 3X6 4X12 � JP TO 10 6X6 6X6 6X6 6116 6X8 4 81110 4 3X6 20 TO 12 6X6 6X6 6x6 6X8 6X8 4 8x12 4 3X6 4%12 OVER SEE NOTE I 20 ' Douglas fir or equivalent with a bending strength not less than imU psi. " Manufactured members of equivalent strength may be substituted for wood. C P 9 v S: TAaLt C-2.3 O TIMBER TRENCH SNORING -- MINIMUM TIMBER RE VIREHENi$ • C SOIL TYPE B P-- 45 X H r 72 - a a paf (2 ft. Surcharge) O DEPTH BI 54S MD SPACING OF MEMBERS '• OF TRENCH HORIZ. WIDTH OF TRENCH FEET VERT. o (FEET) SPACING UP TO UP TO UP TO UP To UP TO BPACINC SIZE VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING (FEET) 4 6 9 12 l5 (FEET) SPACING FEET (IN) CLOSE 2 UP 70 I 4 6 O 5 6 4X6 4%6 4X6 6%6 bX6 S 6X8 7X12 7 UP To 5 4X8 4X12 _ d TO 8 4X6 4X6 6%6 6X6 6X6 UP IO 5 8x8 5 3X8 4x8 p 10 10 4X6 4X6 6X6 6X6 6X8 5 8XIO .5See 5 4X8 Note I up TO IL 10 6 6X6 6X6 6X6 6X8 6X8 5 8X8 UP TO 5 3X6 4X10 TO 8 6X8 6X8 .6X8 '8X8 8X8 p LIP TO 5 10X10 5 3X6 4X10 p 15 10 6X8 6X8 8X8 8X8 8X8 5 ]0%12 5 3X6 4X10 See ::o[e I UP TO 15 6 6x.8 6X8 6X8 6X8 8X8 5 8%10 5 4%6 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 IOX12 S -4X6 UP TO 20 10 8%8 8X8 8X6 8X8 8X6 5 12X12 See 9 5 4X6 Note I C P )VER 20 SEE NOTE.1 ' Douglas fir or equivalent with a bending strength not less than 1500 s "" Manufactured members of equivalent strength may psi. - y be substituted for wood. 7 n I I I I I I [] [l 11 IP [1 I I [I APIE CC=l.) T:NP}R -8}-2CP SP09INr WIN:`RIM T:•eE9 REOC]F644NTc• :JII T F} ML X N + i� pal !r. S.n hatgel a D`V N •"c e• ('} .:r. JPRICHTS :eENCh HGRIZ. hYY11j OF rm •r 6Lk?. V}RT P.tX IP iM ALLJNABL}. RORIZCNTAL SPACING �•EET) 54A.C:No LP It LP :n 1" TO PP :L LP TO SPAC-.NC 5:Z} 9°AC]SG f}EET) CLOSL ]!ETI u 1> =] I 'FET: 1I •X•, nrt �X• .XS I., -r V Tf • �� ^)n .% S �•9 �XN PXA S 'DY C C •Xb Se. 1• n .. IX• S)8 eXF •.Xa bA8 IGXIG S do 9)8 RXe 8X8 8x8 8X9 5 17X.7 S 1Xe T1 F4sotl 15 LIP IC 6 8X8 9X8 8XR PXie 8X70 10X17 5 4X6 .5 See :n 1t Sce e 1 L PP OLe I OVER 'L SEE NOTE I • D•+u{1as hr or veu:Y.a]in; .ith a Teniing strength not less than 1500 p4l. •• tunaas urrd mrml.etf P! egal 4al. n: s.-.rial h may be sebstitbtee (or wood N C 9 I, v r� 5a4o�'i ww ZEES OV -a' 'w �,�°°1..a B'S3e@ 5 S°?3 O ,'�-c p 5wte mGCCn2=° m° w60'a. 60'u r"Naurn rnco•nry -p ..a nH=tip .-. n `em a ,n .,P 6 V)+^' .,n""M..N ii nv �i'. w.p n p^ 3oaox�3c'y<mPRS2+3�A�pa�5ppS oso�^`P'• n<wE5�5 5no_p- opy��Ev°�°c�ulw2 v l rai 8mN3 pcoy^VGm»�.. ^—, �'�O;�oYd=a pA ^C nq °i. � ri �es a a� n.3�•ne P��^ �.nioo�L'i"c`'"pac4m °i� "�� ~ a•°s�5;�<°OQ "•x.'m ^c4o I°m ° Jd"Q 0 r-7 o •e•' as .i3n;ri Pn$Pp..M.��wti aa3+"<m0ptm�sssS a ^ nn -ppom vo v; ��°way°5p!: a�a 0,5_ as9S��gJ r6m5ma _o-�.e F E _ 34 CJp -a •y ,•e-mP- it Pon5m;3'a23nom'°'P �E SP .:T" &,"a- �5:-p^om J` ?6p a.Egei ztl C S n.. S.- .+ p. -J— a .y >•a^ °Pr•3m ?'° x 500_ o.; a- "m ao gcem �n�'•�\ S -•J' rTE7"oma Gm: .. wr5`� .�}' a'OrZmm Pi 7 mt 0aa °.'tl O P .•� aP Ymv mm fir- R^CO 5' J to �'J .C m ��— m1 H !� �a53a$n o 5v� ° q J�2 peaQ pw g35g `rm HV mgna7o�y!�.i ° O �i% n e %•-C inn y"J+ Gym'<E, Pr, Pr anwmA�Aaa •5 '� nE m•�a�V s b my S 5 v am C'. vJ v� av .-oS�3nvCa .,mmao 0-ea•"tr ?, 1-;I Z m•n am n5., "ommp c arm arm amv v7a onr_ 5�xa C or �comm m_:;'o ..p a. ..C ao.°mv cpr3n3 J Cr.mm r. t• 0 3 em m n a a n m m r J p u t •., ,�n r -I- -'.3-T °� (PIJ a ❑ma ❑T p'L �fafa�l• I mm 0' ❑ 5m<n•1 ta?.- }• _� a p O .. a a Jp m�a� S S Om5man mrn .'e3 ° 3 S „ m 0 to 9 c •. 0 '6 T] a 9 S .. p 3"x E la m O •�— '•.' 7 < Q_O pmlp J •f. Jm_ n C m ° S. J a m n m p^ 0 v i.� m a C u C 6 mN O.J arr coo np �.mb mm O J r — m mm J OSmO n �1 3 J O WSS."e 'mi'b xEC5�c'w q�•7HH�A..^n nn �.. .. y y'P . J mp r N ^• O^ O a m m n a D a m rl n J qm Vm•t •aC N £.Tp.Tr.YJ° 1'- •� O't. 'ate •-ce •• EP _r O•e a n� 30 n pa ^JE-."ro oa v �nN O'•.3 3VR mJ.mi n'°"'E nnnr nC"°j •Ot �lJ� 3� P n..m m..o .-Q�on aC[Xa my7+JR�P'C aX "p R:3. g3 ^�m EV M3a apV00 aomaa �i"N nce Jff' n�V±^m�'9PG'�jm�_Ona 7•m Xpr,"„Sra .°. �.P.•n �mn�70B p�'n Vw�n*?Omw 0gmnnw3ala 6��Ea'I"'�T"0.3om1p3 ? mm��lr�•. 2Am�l."m3rroo';O�&nL cpa.e �E�a..J—��°mv�Is aSa�� m — f^3 ff"��"3``v ^� ao vn 7m a �'�ry•m-°°m 0y go'o0p .l0 &;MZ :3a5�v� .i9�a�S "mn °r'.m. �pp _�:jgo- -'T acnnrl^ n�"qam mnn�aP• aA.t tXv.c.tl R 7; OP •e n,�n0 a^n a AP—`^. pmmnJ.oa g r LT Yr $ = f 3 S J m m n m P m q' O°P 6Jov^ G•tF °mmgmOn o pXaX"�r� ��tt' pT a: fl G .p 5 °nm amtr _m n 0,<°-o t6p 3 nS �y,mm• J'a M.t a3 n�m y J 3n..O r•n enp-O 6J' 0am n 0 fl. 7 nm gt7P?O�7�.R"b1e.EC•°.C�Ea .a.q0^nwmm��CC n..���n�90m0 0, arc n�o a."=eVTV C.b.w J. rI o a m-- d m. 6' E ° a_ J 3 m m 0 (a n p C °', g b A n O O C a 0'm �£ vaH'mwPn3Er'e9a�"aio aam C'?m..-v 3Y pm °�3 �ivle �v'fi^3nRt^:�m.o <EF6 �:tR"O Sr L nm mCmC m 5a'+inXti rt GO.+ m Cla' mp n CD m p �i 30 GC �'• "n 9 a •- m G 1 m n T .. oa° m �m a `m `!w�nimm"JromJPm.,b =nmp Sa.: rpry '-`<u mp nlO ��n�J;amm' S mmam—m u�_mlGummnm ... �a i --S JamO ... S't a0 _a_ `G' ��-1 �❑ m im P_jnaT•r•1^°.y K-�OP 1!Y n O.C c• n na'n T•°Cp°a 1py nma qua:^a mX Um�"�p �m s tr .Z ,°Wmn Rmomo'�nm" CjCa'�E� •...m }mSC il9 mam m. -a.. a tcW _°? vP 9 J O 9 n C J •ce ° ≤— ; _ •—• mi a s y C 4•. � •t .n a �' e - - Oe t V u a -- < x lW rW - V s2 U , a 0 JY -2 - d 4 - JO • 2 u 0 <z a - e . J N at, Q z z -s .z•, IT Y s . V • U Sc •< z Sx V • Ca S - U O S < LL M 2 8 , ¢ 3 • r C V F OfE r I •x LL r. 4•[ c...UY O J < • e 7 J e VS •J r 2 z F U Y F - « r{ CQ ./. 2 ax N E 2 Z N 9 J Q < V V L Z .. - C a V l2 o i } S F 2 0 G z z 1 e S S. O •Ft@ nit ,+ aA O 8 . 2 t s /+o C zs 9 a wsu5 : ` O W V iiii w _ 6 3. - -• z �` 0 04 n N :ag o r y V r O o LLa2 u o IL"_ 0. J .- { - Wl < V Ws x V O /% 4 L d^ L d q 'h' 'nom'. •+T 9 WV 11du ' o[ E.°, 1 E Eck�c ° G "' £ K° P d 4 d d :a m'�'pa 6� ¢ 9 OP d �`u'v e°. �{'Vm ..N a°•4m'p 7�U m''pp qa E fl 1 m 1) d a m m m V° M d d L 4—G a'o 9m O�O� p w (MSV.C—u�ro�q?., 6V °�q°,.d £ mF�o 5acmc m ..aaC },.'� �4-•o., .o v..o Sc a��5r Lti 9+•-E do°S. .,5 dm Oca .{�muc m •d u kn W•3 41Sows 9 amide'�8°a `�dv� .b''m�w00 v ma�do: yea 2'w E o yE v m L){.j o L G u y; La •� HLXp4�—rya LLd dymm (•.u'c0 a5 - 600.�imQ iiV aV MS m c`-' edo.d.�°imdvar� mo �yo �.: `q°rao�p2.:5 4m0 o5-�.°i `o m Qv Yi':tl J0�5�Q da°>•r a—Li„ms dpFj L!7 m•] �• 5^ ^au9S+ o U ^ K o oao • O £ ..4,2°ioy�n^a..5 d.ac ESo�ov55 o�m Lv� _05 m K o 'o pf ::Gm fSog�p�vGFE,a,^mFoom d o C, ° x^ d a�5' �p o '�pp a S'•, >5 goe.,a a•a� V Tg� 8~ 4.t+o �mS�X�m cW �O RKI v,� ^Rx5 me9 do0�w m 6,O ompma y mm ' 3Lydw°5 FNN GdG>'T�dK.4uOykLu�sNd p, C�;pAmd aow a 4wm lq .d.'ax V •.a>dddpj �' i> V ,.WWCJ ••>m3 >: gPOdc 2 _ ^_ _ V .a w..v XL" OC�GGaV_ O�E5v^S^£...a�..av tl..s000�vri>S.� uN EO D�..wt S.W 0 GO��9 •a a v o d C o a E da 5: aE u a d gq 11 m IC odeT 3d.V. .cam d—uv9�m-4J u>om 4v�m� V�u C om.-m, CZ ° N .o�° um uati 5>�dm°OOd dW'd °90_° dC�'Sy m9CC oo O .adcc ..mmy."„" _k amo6>.C L:a>"qev C •'._3i10 6 ml _ad t.., am�a� O •• `o3o uW°d• aF 0a� -•Sda m mvN o.,tycc�cBma�,l, 4v `-o cad O .yYouo mU'� tu^ L Wu Ci5uY Cu �O{'a dew y—dpmdam�J od QE d S• —m I W.,d� mddLJa °NdvmmJ..nXV F00 L..a�ma mQy°,i 4P jdwd Vaa...° `nvo�� odw G^'4o Fao°�'>gocoa nSaa�mYo c�da td°F v>+O°a� . m s40— T u°~ 5 C and 4CO3 LI—gum°[� F u 1 a [y n IV m y 5 v '° d >. "o V C m c" -• a .. O L Ecd c .• d° m L >• G d 4 — T CC4V e"p.r LS 00WI lives—Om4d m m Op U,4�WO dPuryy.^_°dm 0 FEOv LT CGOw'. vm dd. "dG4a0`•:Q Ego I .a.. 4�d^J C�VWm.d. o • ° 5 cdL .{mNOp°un_cmj ''.O-•i 44 pm i"v�<TUt 0d�4 A mm'• •cam 9�9a K fi .d. av m.ac d tmvQ4 r" —ac 0•alMo a0'I VF dd od u d claw" cG ��,•.o— Vo.o_S mF 9 uv S d .c 88p oEy act m.. i- E 6Lad` u_aa§'t b'{ t•+KCLEttJc�° 7v jp.5 ti `• 0 £ ycF09Y^u�k W4 mV Etd L'4W y < F a,.Wu.. F„uo ea u00m'..dO C,O ,, .Cs a. ^^�A_ydyP�L «L n ^y^c mu £Ga� ..So �douv5 moa �iid� vtiv{'vC:ejmVG �he{av0•'•v 9L��a. �dc}pQ5>r. AF ,yyPO 'i WAG � weo�q�g9 .e _JeE ..d�c [• L:. a E�. ccc�5�9—°, vcf+G. n c ,.V ?�85�5H > on io 'J'viu.°. L°eam BVS L. T ABLED- 1.1 c ALUMINUM HYDRAULIC SHORING y VERTICAL. SHORES FOR SOIL TYPE A HYDRAULIC CYLINDERS y WIDTH OF TRENCH (FEET) C DEPTH MAXIMUM MAX;MUM OF HORIZONTAL VERTICAL ' TRENCH SPACING SPACING UP TO S OVER 8 UP OVER 12 UP TO 12 T015 (FEET) IFFFT) (TT.ET) OVER __ - . , LP10 8 OVER In 8 4 2INCH 2 INCH 3 INC!! LPTO C ' - -_ DIAMETER DIAMETER D:AMLT*R 0 NGT2) O\ ER L 1 15 20 I ≤ OVER 20 I 1'VTE :II Footnc:cs to tables, and general -toire or h)dia.tac shor.rg, an found in Appcnd-x D. Itcm ig; m Note (1). Sec Appendix D. Item (g) (I) y Note (2): Sec Appendix D, Itcm (g) (2) TABLED- 12 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE B II rIKAULIC CYLINDERS DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO S (IT.FI) (11 -r r) 1-FF'TI C\FR a UP TO 8 IC - WIDTH OF TRENCH (FEET) OVER 8 UP 10:2 OVER I a 2 INCH 2 Nl'] l•r'10 I DIAMETER I DIANIEFER 15 k OVER :2 UP TO I LNCH DIAMETER C, L 01E(2l OVER UP TO 2n en cr OVER 20 NOTE;l) v I(Vtnntn ro able', arid prnnal note' nri hvcraula ehc:'np, &r In and in Arpcndn 1) L-r'r ,E' N::r l 1 Sec Apprnd:x Ct Irm tp r1 V TABLE D . 1.3 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE B WALES HYDRAULIC CYLINDERS 71MB R UPRIGHTS WIDTH OF TRENCH (FEET) MAX.HORINSPACING DEPTH (ON CENTER) OF vEJrncAi. SECTION UP TO 8 OVER 8 UP TO 12 OVER I2 UP TO15 SOLID 2 FT. 3 FT. TRENCH SPACING MODULUS HORIZ. CYLINDER HORIZ. CYLINDER HORIZ CYLINDER (FEET) (FEET) (IN') SPACING DIAMETER SPACING DIAMETER SPACING IAMEIER 2IN OVER 3.5 8.0 2 IN 8.0 NOTE(2) 8.0 3IN 21N 5 4 7.0 9.0 2 IN 90 NOTE(2) 9.0 3IN 3x12 UP TO 10 14.0 12,0 3 IN 12,0 3 IN 12.0 3 IN OVER 3.5 60 2 I 60 2IN NOTE(2) 6.0 3 IN 10 411 3x12 - 7.0 8.0 3 IN 8.0 3 IN 8.0 3114 UPTO 15 14.0 10.0 3IN 10.0 3IN 10.0 3 IN 2IN OVERS.S 3.5 5.5 2 IN NOT:1 5.5 3IN IS 4 7.0 6.0 31N 6.0 31N 6.0 31N 3x12 - UP TO 20 14.0 9.0 3114 9.0 3 IN 9.0 31N OVER20 NOTE 11) Footnotes to tables, and general notes on hydraulic shoring; are found in Appendix D, Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D. Item Ig) (2) • Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. u N •O n T 74 S X I s r ii v t TABLE D-1.4 ' ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE WALES HYDRAULIC CYLINDERS . -- nMBER UPRIGHTS DEPTH WIDTH OF TRENCH(FEE'n MAXHORIZ SPACING (ON CENTER) OF VER11CAL T(FEIN3L) TRENCH UP TO S OVER 8 UP TO 12 DVERI2uJPfl315M 2 FT 3 Fi HORIZ. SPACING CYLINDER DIAMETER HORL CYLINDER HORR CYLINDER (FEET) SPACING DIAMErER SPACING DIAMETER OVER 3.5 6.0 2IN 60 2IN VOTER 6.0 3 IN _ 5 4 UPTO 7.0 6.5 2IN21N 65 NOTE(2) 6.5 3IN 3x12 - 14.0 10.0 3IN 10.0 3 IN 10.0 3 IN 10 OVER 3.5 4.0 2 I 4.0 2111 NOTE(2) 4.0 3 IN 10 4 UPTO 7.0 5.5 31N 5.5 UN 5.5 3IN 3x12 14,0 8.0 3IN 8.0 3IN 8.0 3IN 15 - OVER 3.5 3.5 2 IN 3.5 21N NOTE(2) 3.5 3 IN ~ IS UP TO 4 7.0 5.0 31N 5.0 . 3IN 5.0 31N 3xI2 20 14.0 6.0 I31N 6.0 3IN 6.0 3IN OVER 20 NOTE (1) N C W roomotes to tables, and general noes on hydraulic shoring, ate found in Appendix D, Item (g) Notes (I): See Appendix D. item (g) (1) Notes (2): See Appendix D. Item (g) (2) • Consult product manufacturer and/or qualified engineer for Section Mm,J„c tic ...ih6I_ ..._ 9 4 ~• II T f 9 m O T 9 ry i' V-�1 C % ce •y in X i X X E? C � =� H I 'CL I 1 (/(4Ji1t/\ H C LIL��YYJJJJI"-' -=-' 3 'u s m < N -, K I � W 01 p C) o n A x n - b O 00 Q " T rp A N n i v Q I' \ a E7 — \ e In O ji l � J a V a a 3 S.. U. v -a /]/ i r i I lilt /lrj J I C ' P V 0t ('I- '-10 o O Y• I-,, q f m m m Y O n r - N 6 O C m N m - 6 n r. z s� I. _ ^C m C 0 V1 0- m m q s o —o 0o . q ,m 4 n Y• M o n m z 0 0- o • 0 0 0 Y. Y• m w .. C 6 n Y• q 00 W -O Cq N ytO w r C ^670 O rt p -v 5y -p god 0. - 'P.M $<O A 1 m 000 ti pp olC o ri nm fl ys n Fog y5ro tit • n ' C- I, q O 00 W C N n. N an N n flfl Q r✓O C P M P 0 C C P Y. O Y.. lD r.. o0 < N n , PO ✓'I PO , PO 0 Mm , g q m 0 N 9 r+m 0 U V 0 0 N� 0 •� , o 0 N n C 0 N Y 00 N n .. , o 0 • q m Y. Y. 6Y•n .�O q Oo'-O Oa O qp OJ SO] 66n y9 q9'— •O] m v • O J v q—. ,m ^W rnOcN Mq"ar• OC - M I! v v .. •-0.'_•.-r,s S vn u.n ... ... O ' Cn C m< S - m t o n _-0 m Y. O C C m q-. -, .j O r. m r V 0 S d q •7 m O n > Y w - A. Y ] n q 00. 'IC a q r ' N n c q Y q 0 Sa zvD 0. UI _ Vnq ] , P V. Y. Y m J N ] q m Mm n m on 0 O 0 Nn 0 n n O m mm •, n 6 i 6 M n tan Y -H V n m J py n n q Ct C ^ C ,_w_ r• S • , r m , q V n m N Y. C'0 ' I O'w O H m a —,'J 3 r O C - n a n N .. C z C) O �n Q M r O , O ro r. -a9 wC .• -I o Y. Y -I, Cs- D N 9 -U I P 7 i 7 lT! CJ vt ^> J C (0') m rn rl �G J •G S .O m O m dO m m m .0 m O ,O d Y• m 7 0 m S F Z30 m N P n . n Ym P ,Y C �• A C P A v -•,_o ] .-• �+ O t 1 m t 9 r• m- •. . . . O r. 3 t t x a m s m P C a c ] O m t] r, -- CJ % w A m N r n O t N n m • n N rt flfl N r "It U- J: "• G -.S.. a uc Y . C Y- --It =_ Y• 1 .0 to m+ n ng 9 n J M n] J Y 1 A O T mt t..j ft m NJ N n ^ r J x u. at n n n . .'�. v m J v f.• y Y m m a G CJI'L J'O O L m a r- n 0 L O L m m Y• a V `G n -• n• 1-r _ m m S - '1n' c O r S 0 •J in 6 ». m n 6 n a n n J n D r c m C A m m S a_ -r-HO S A O S O J r Y- rY m m a a . Y. Y. v E fl.e m Y. m m n m m Y. t] Z • v N Y. a Y. n m A Y. a r] n Y. a m r-• = m '{ 11 J C J '1 n Y N C J O Y -L m K ] Co •- L d A m W m I.m .e r-. t C o oG c v Y- C Co n ... G n F n a O n •L• .i. m J Y• - m R Y •.t 0 Y• ° Y- A a m m o m o r e —m cc R GT . 70 v m flLm• Lm yy a H 3 m m .- 7 r0 a a "4 N o. • d e J 'o•+ mcw3v�o 5w-m:=R1 O -+ r m^ gy m m .-, 0 C m^ �' m n O� m^ ^t ^ .�i r� •• t a G .. r S Cr ddl a � O> in n amYt�C•�v'OmaQe'ram..nu77C.,-d;3.�-^'mtp our '.a C C n a. -m O m3 p..a mOp iD m �c° �� m m°4oW off' P m�VO-•mpm� S C .fllow O"5o o_ ' Wyman �n�A yqak ?•mO��m- aSm m.+O ,m0 ,w '.tl ..m °�G�O•y 0 =° 5]� 0m'• r.a w a m a n5 8 om a ou a +. o 3� e., °rA dam amt ?m.0tc St.5 r.�°00 m0° n�°?� �' a">�' e x ° VU .�:' �+3mnm7g 8rgm_ c t QXn V pfSa7 aa'....�m 765miyt'w rp S.7 a ,, •-'ti o..n ^OmP°jm O 1�•. >a '� P•3oa Omm�r p,O Y,y m .y m y0. Cn to .,, a no^te C n M ' a `• � N `nom nQ°m0rYkR �to�aOt5C.y9G am u aom' r 7e C 0 7 �' O n m oG ro 1 �m�m 8° �n—� °�°ano 0m°�� 'ESvca��amctf Sa w gmac'�r �n '.i T y .t .+ y i. p- {0 m° E b '+ b n 9 t_ '1 m^ ,L+' ad c • `C 7S•tryryE Sao ali n 5aN..,m 7•• upv ay. °,n^C Q m nnemm �' e.: a� n00 ."�.d Cw•."j'5�� 7 tiC ��0 �mAO•my0 out' Pj 0. �S E . mn _n OQT O• a t`t° m in mu6awn o _ 5n �Sm m m3 Wr ...O Se .AT_G7 `m.O m-.mt Oy�rr°•rn.�n mp m u Pb'.,_o..a. e C R o r<mU n n QrmW •tC,i.c •i aT v t� Cm 7 or 0�•°t .°-. 0.7 70n p' Ca0 '<0.'t S0.�m�im n O��_.Ga O T G ^ •'Om.n.. i'a moo• OG• n 9+ C 6 A 0.� c 5,m or a_�w °aa� wtm°o'or' 5°a' °N?nNma�.mc A ?+r >-2; • i On m •ea 7'a -O.a" ° wiyn v 7mme m7 am N� — �?9^naenx J `t m� CO n0 °Om 0.0'�'x 3t+mn co -n p,nn- my a^ mot+•tn�• ^<n 7 E '+��ff no" r °-. :n o ..a'-'..�Oa._enarp•_, m °3ml, .rn amm y't0._ .. (a yr ya'w Nm mm �..,ry'Mdd add, `ty [1� 0 �H�$`y°imQ�amfiS rani vg`."mroc� o� 2a�ss�.p " ,, wria m w O o� r' ^.� m r m C y 5^ •• ° q n tFi V O r .. �' m m '.l R a �' P c� `odd," i��7 ��ssmti »n°°o7aro3a 7 mw '5m�?O•�`^°7 `°�gaw `O`p,V O•y K•mT a 3c. m H »m p W 6 pm ✓rm ..m 5mm .•. + "° Ceq' ObrMm m O acr t'O ar m Sgo ma+ n0•R � mo�jO q0•. POa°^mad �n�� 3 va qN=°a a�m Qy qN`•-m r+Om rn a'0 •. ...A �mmm� a+tl "�. Gi,,. •OP",•�°m7 O b• c� oF�° ^a �a°'a��> ' ov�- oo ��soRp°noµSx m a w mEr�' an E_fl a��� m n n E m Y n m i1 a m y ..T �`p 0.ymy 6r n0 °.m V �� 2�n r• �p�?w .°..N^2 y mmm. mO_OnWS7m ' fni .tr C°p CpnO mac^ff W O.•n'`t .m. �� vj °•m s�E n o •+ ...�Nr 7-r�G m^ aonn a mIC��'°oc�^°.°•� qc `n°° dmp'a�c o n?1 O'D r o A t F p C O o S> T -J g=;.?lo