Loading...
HomeMy WebLinkAbout114-94 RESOLUTIONa • • • • 4 RESOLUTION NO. 114-94 A RESOLUTION AWARDING 131D NO. 94-52 IN THE AMOUNT OF $1,817,867.00 'fO SEFCO, INC.. AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE. A CONTRACT FOR CONSTRUCTION OF SECTION II OF THE WATER TRANSMISSION LINE PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No 94-52 in the amount of 51,817,867 00 to Sefco, Inc., and authorizing the Mayor and City Clerk to execute a contract for construction of Section I1 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. ATTEST: By: C7�a cc. X6IJL Traci Paul, City Clerk APPROVED:: By:I. / A Vis(. Fred Hanna, Mayor • EXHIBIT A • SECTION 00500 CONTRACT - THIS AGREEMENT, made and entered into on the 20th September, 1994, by and between Sefcc, Inc., 7274 West 81st Tulsa, Oklahoma 74131 herein called the Contractor, and the Fayetteville, Arkansas, hereinafter called the Owner: WITNESSETH: day of Street, City of 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 WATER SYSTEM IMPROVEMENTS, Contract Section II, Twc 6 Million Gallon Water Storage Tanks, dated March, 1992, 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. TITLE Sheet No. 1 Sheet No. 2 Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet No. No. 4 No. 5 No. 6 No. 7 No. 8 No. 9 No. 1C No. 11 No. 12 Cover Sheet, Lccation Map, Sheet Index Kessler Mountain Tanks, Site and Grading Plan Kessler Mountain Tanks, Cross Kessler Mountain Tanks, Cross Plan and Profile, Tank Access Plar. and Profile, Tank Access Plan and Profile, Tank Access Plan and Profile, Tank Access Tank and Piping Laycut Plans Tank and Piping Details Miscellaneous Details Electrical Plans and Details Sections Sections Road Road Road Road 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 work hereunder in a total of 300 calendar days. Section 005CC - 1 M. Clelland fl O M Coisuit ng [fprs oar H M'Oal roflr•.% Pe, Ai ,gnu, • That the Owner hereby agrees to pay to the Contractor for the faithful nerformarcc of this Agreement, subject to additions and deductions as provided in the Specifications or Proposal, in ]awful money of the United States, the amount of: One Million Eight Hundred Seventeen Thousand, Eight Hundred Sixty Seven Dollars $1,8]7,867 00), based on the Base 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 bibs, and other costs incurred by the Contractor in connection with the construction of 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. In the event that the Contractor shall fail to complete the work within the time limit or the extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid at the rates designated in the Proposal. 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. mccienoeul SI o rwJ Gooa'r r•ng Erpina.rr Inarfacernd Fayenew9., Ar.onrcr Section 00500 - 2 • • 8 No additional work or extras shall be done unless the sane shall be duly authorized by appropriate action by the Owner ir. writing. 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. ATTEST: Apprved as to e G. Attor Tor Owner Sefco Inc. Contractor President Title CITY OF FAYETTEVILLE Owner By f`6:4s .ir.-- Mayer Title Section 00500 - 3 • Mtpe ba rd Lite' L eve C�wlli rte ews'° Wed Fayette Wile, Arxarrar • • 1 • STAFF REVIEW FORM AGENDA REQUEST x CONTRACT REVIEW (change order) GRANT REVIEW For the Fayetteville City FROM: did Norbash Name ACTION REQUIRED: Council meeting of N/A 7 led • • Enaineerina Divisicn Public Works Department Approval of change order #1 for Water Storage tanks contract section II COST TO CITY: -eductior. of S3.000.00 Cost of this Request 5400-5600-5808-00 Account Number 90007.3020 Project Number 51,817,867,00 BUDGET REVIEW: Category/Project Budget S384,616.01 Funds Used To Date S1,433,251.00 Remaining Balance Water Storaae Tanks X Budgeted Item Budged Coordinator Category/Project Name Capital Water Mains Program Name w&s Fund Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: /:ex Cc ln. 1 !c Accourti a MAn-.er Ci motto rey Purchasing Officer STAPP RECODDIENDATION: //. Date /6 Date GRANTING AGENCY: dine Or Date nal Auditcr Late Date Department Director 1 Administratidj Services Director Mayor G/ -if -9S Date Date i- Ib aC Date Date Cross Refererce New Item: Yes_ No Prev Ord/Res *: Orig Contract Date: \ \ 111: 1);: Pi:O J l CHANGE ORDER Order' Nn 1/oto Agt mul , Fayetteville Contract Secticr !1 .wo 6 Million Callon Water Stcrage hanks Oi\ \1:12' City of Fayetteville F]902:03 1 October 21, 1994 September 2C,:994 CON i'RA(;'11 )i2 Sefco, Inc. • fullF,;wir)t f.}'angos .,: r h, rehw mad., 11, •Ile 1:0\'1 ::.\; :.' 1)f Jc; l "''.11:\' I h• Change interior paint specifications from three-3mil coats to two .1 mil coats (1Qmilm'nimum dry fila t:ick;ess). Reducing the number of paint applications will speed up the construction process and reduce the project costs. Cho Egli ;o CONTRACT l'Rl(:F: • Original CONTRA(:': P121( 1,817,8 -67.0C Curren) CONTRAC1 1'Rll;:1 alllasted ltt previous (:ii:\\l:E I )R:)ER S 11,817,867,00 _ The (:ON'IR\(;J' PRICE due, to This CHANGE 1' ORI)LR trill he Itttrrrttetil fdec:retied) by: $ 3,000.00 'The new CONTRACT PRI(:}: including this (.}iA\(,E ()EWER NP,. Pi !;,' s 1,814,867.00 Change to CONTRACT '1•I\1E: 'Cite CONTRACT 1'IA".:: will beIi increased decreased hy I (decreased] . unchanged r,aendar '1 -he dale for co,aalelioa of al. itnrk will be July 29, 1995 (Da tin. Approvals Required: To he effec:,t-e this ()rde1 most he approted by the Federal agency if is changes the scope or objective n: the PROJECT, or as may otherwise be required by the SIJPPLE- MENTAI. (GENERA1.Sy(✓1\1)11' ��� Reques:ed hy: z `.��._A �t t` ' (,Sefco, _ c } Recommended hy: ;�� f �L (McClelland Consulting Engineers, Inc.) Orderer hv: (City o Fayetteville) Mayer Accepted k:w nn -in IVA ./a Federal Agenra Approval (where applicable) N/A CON -RAC- COCUMt N-`. ' OR CONSTRl.CT CN CF :lox u„en' Ni, 10 11 61 RAL v A$SIS:10 WATT P ANI: •il WI = Ph,. 1 CTS 1 ilei y' Ole e- Pageof' • -ter. _ .._ ti Y .1•�. A _j. r. 1.. y" ya . •:, 1 A.- eft' _ %�.•t .f ...r t. .• v `' eft' r .�j�•{; •L r •�yl r, •J•I ,Lf ,ti k:+a..- ,4. s r.. ,•mac •• :k• • ew .• T •/ • c .�-: • .. _ - _ •.r _ _ . r. _ _ _•v• m 1 . wATER systEm .•:.,•. . . m mr •• • . r..• . • ••• .. • • • •In POR 1.l.•'4 .} ;; ': �••..�: . • ..v • • • -..•r 1 •. • • • 1.f s sr••^ = •f$• �s 1.. �r .��_-� .. •:. • • 1 • _ II t • • • .•r• •_ 1PIMA.117m IlliYYi77l��7. ie.1• • } - • • 4- _. • - _ r. _• - - • • �y r::.i*'�:* t"``_Y,.%�•• _ • • • • • •r • 1' •i • •— 7 • • em 'ems - ..'t: i �..�. • • f •! +ra y'• - • ••Yy. n. 41. . - _• .l• • • I. • # r• • slv4.apuq�w w..a�auy� �tlLDQ�} •�..•:}r dr._ :1' • - •�� • :.•• r�•�'..:i• •.Y..a810.� cocege';?cp Box •I3$• ••• • ...1.2•••••11•• • • 1 •'.•.• • #` aLCFlt • l!SI /Virmm . • ••• '• • L,. r, • : ' a;•, :. ti' • .• .i.ti •' 'y •M1 •.. .. • •• 1 ter- li ^�;'{.i.••. ter••• - ' - - - • .' _.• ' 'i • 11 • • •• 1. . • • • v • l' ...... a. — . . .�• ..1r. . .Y.... _. *� + •ar-.,s_ ••rg-•}•':"N... . •'S:A`a• y • .Y. 1::' - •.4.1:710... +Tt4c 1, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • ADDENDUM NO. 1 To the Contract Documents for Water System Improvements Contract Section II Two 6 Million Gallon Water Storage Tanks City of Fayetteville Fayetteville, Arkansas FY 902103(2) July 27, 1994 To All Planholders: Gentlemen: The project pans and specifications are hereby revised in accordance with the following items: 1. The polyurethane enamel paint specified on Specification page 13210-4 for the tank exterior top coat shall be Tnemec acrylic polyurethane, semigloss Series 73, or approved equal. The polyurethane coating thickness shall be a minimum of 2.0 mil dry film thickness. The !.5 mil dry film thickness listed cn Specification page 13210-4 for polyurethane tcp coat is no longer correct. 2 Steel plates used in fabricating the tanks may be cleaned and primed after erection, in addition to shop cleaning and priming as listed in Paragraph 5.01 B. on specification page 13210-3. However, areas that cannot be painted after erection, such as the area between roof plates and rafters, shall be cleaned and primed pricr to erection. 3. Paragraph 2.01 A.1. or, Specification page 15001-2-1 is revised to allow Pressure Class 250 ductile iron pipe as the minimum thickness, instead of the currently specified minimum thickness of Class 51. 4 Plan Sheet 3 indicates that the tank bottom is to he flat. This is incorrect. Slope the bottom from elevation 1546.75 at the tank centers to elevation 1546.00 at the perimeter wails, to provide 9 inches of crown at the tank center. 5. Vote 7 on the left side of Sheet 12 indicates that the J - Mac Company is to be used to install the SCADA system at the tank site. J -Mac no longer operates in the Fayetteville area. The existing SCADA system in Fayetteville is maintained and expanded by a former J -Mac employee, and he shall be used tc install th_s SCADA equipment. His name and phone number are: Dave Loenneke, (501) 443-3292. 6 Paragraph 3.C9 A. on Specification page 02200-9, Farthwork, Trench Excavation and Backfill indicates that upon the comp_et_on of excavation, the excavation surface w.:] be proofrolled. If unsound naterial :s detectrd, the -r.nir.eer 1 1 1 1 1 1 '9-1 ;`_ _'_LEL L_}P 1 --H`'• G. ADDENDUM NO. 2 To the Contract Documents for Water System Improvements Contract Section II Two 6 Million Gallon Water Storage Tanks City of Fayetteville Fayetteville, Arkansas FY 902103(2) August 1, 1994 ' To All Planholders: Gentlemen: 1 1 1 1 1 1 1 1 1 1 1 1 i F.:, c The project plans and specifications are hereby revised in accordance with the following items: 1. The SCADA radio equipment referenced in Addendum No. 1 under Item No. 5, and illustrated on Plan Sheet 12 is hereby deleted from the project. The Owner will contract directly with a SCADA supplier/installer after completion of the tank project. Item 7 on the Riser Diagram on Sheet 12 will not be installed under this project (the Motorola MRTU level transmitter) however, the 11/2" conduit for this item will be stubbed through the vault wall. The SCADA tower and antenna will also not be installed on this project. Very truly yours, McCLELLAND CONSULTING ENGINEERS, INC. / Robert W. White, P.E. Project Manager RWW/md Receipt is acknowledge and conditions agreed to this August , 1994. Bidder: pfco, Inc. 4th day of By:- 4, -ti�tl/i • • c . T • "al.;..• tj1 t: PART/SECTION NO. PART I 00030 00100 O 0300 00350 00360 PART II 00500 O 0550 PART III O 0700 O 0800 PART IV DIVISION I O 1000 O 1009 O 1011 O 1014 01016 01027 01028 01070 01210 01300 01311 01400 01500 01600 01700 O 1710 O 1720 DIVISION 2 02102 02200 02218 02444 02485 02601 TABLE OF CONTENTS SUBJECT BIDDING RLOUIREMENTS Advertisement for Bids Instructions to Bidders Proposal B id Bond Notice cf Award State Wage Rates CONTRACT FORMS Contract Notice to Proceed CONDITIONS OF fll E CONTRACT General Conditions Supplementary Conditions SPECIFICATIONS PAGE NO. GENERAI. REQUIREMENTS Abbreviations Summary of Work S ite Conditions Protection of the Environment Safety Requirements and Protection of Property Applications for Payment Change Order Procedures Cutting and Patching Preconstruction Conference Submittals During Construction Schedule and Sequence of Operations Quality Control Temporary Construction Facilities and Utilities Material and Equipment Shipment, Handling, Storage, and Protection Contract Closeout Final Cleaning Project Record Documents S ITE WORE Clearing, Grubbing, and Stripping Earthwork, 'lrench Excavation and Backfill Landscape Grading Chain Link Fence and Gates Finish Grading and Grass Access Road, Drainage and Base 1-5 1 1-36 1-7 1-3 1-2 1-4 1-2 1-4 1-2 1-3 1-2 1 1-8 1-3 1-3 1-5 1-4 1-3 1-2 1-3 1-3 1 TABLE OF CONTENTS PART/SECTION NO. SUBJECT PAGE NO. DIVISION 3 03210 03300 DIVISION 13 13210 13310 DIVISION 15 15001 15001-2 15012 15013 15080 DIVISION 16 16010 16050 16111 16120 16141 16130 16190 16195 16421 16430 16440 16450 16470 16500 16921 16922 16924 CONCRETE Reinforcing Steel Concrete 1-4 1-16 SPECIAL, CONSTRUCTION Welded Steel Water Storage Reservoir 1-7 Automatically Controlled Impressed Current Cathcdic Protection for Interior of Steel Water Tank 1-6 MECHANICAL Piping - Genera] Cement -Lined Ductile Iron Pipe and Fittings Miscellaneous Tubing Miscellaneous Piping Specialities Manually Operated Valves and Check Valves ELECTRICAL General Electrical Work Basic Electrical Materials and Methods Conduit W_re and Cable Wir_ng Devices Boxes Supporting Devices Electrica: Identification Service Entrance Metering Disconnect Switches Seccndary Crourding Panelbcards :._ghting Mechanical Equipment Controls Level '_ransmittcr and Asscciated Equ.pment SCADA System (Radio Transmitter) APPENDIX Occupational Safety and Health Administration (OSHA) Standard for Excavation ana Trenches Safety System. 29 CFR 1926, Subpart P. Drawings - (Hound Separately) 1-9 1-5 1-2 1-2 1-5 1-10 1-6 1-3 1-3 1-3 1-2 1 1-2 1 1 1-2 1-2 1-3 1 1 1-3 1-2 r• ' + :. r .• • �. Sb; • ri • �i••}I • • dam f• . r ••••• ^ • . , • s4'=r i! • _. • 1 1 t f• • •{• • a. •• • , • •1 • •"� .x: • • •Ii. k . • • •e • :;rpr s .' a ;'�L .•.: +�i' 'm y sm. ._ •%• i �• ^••Y`ti er J • ,.•„ 'rm •+•`•i; % err r'• �•• •-•;,;41.9311.•' ° (1.:%,.>-.:. i...••• { •'. .y•r•:.• r- . .,w - - • ' .•1.•::•••••!...2`"•f:� - = • +. 1•' 2• y j/ ,• • .4 •• :p• ...r•. :4 •+ :17:Z(5; •: iY. err•• •• i•• :r .• • •r'• . a . ' ' .. e . r • • • .e• 411. i •• •— /• ' •e• - ••.- - -•- • • •I. •'....:....L5•1 :r• • ••'4^ '• ..• •r .yy 1.0 • •• •r:lr r. y.. • •• •• ••y •v le%1:•.•• :,1i.• ter: • ••• •y:r •M• !^ [. 'r • i • •'• •.,-.�•. ••. . • mmm • S• .-.1•:.. � •• r • �:,13 n •••"....1 .:tr • •x. . �. { •• • r '• •1 ti ...Ili.. . ••i,• -S. -•a• '• I. S 1• :� l r • +r• .: • 'i,`- •rS'•{:{xT ..r.s r •`�T'•'. �•_. •iLr •.• : • ••� •:••; ' • .. 'ti•). e• e. • L•• ! • ii•S:••••;.4....... %li• 4•.•r':i ••i 4.� ri 1 f ca 4+ I. J r •L'K }`• .•er. ;- - - is -,. -r - .. • e. • • .' +: rn rye•_:. - •'!:• +r:i: ... •}: i..• • ^. • •{l••• 1:..• .[ •:. f•M1' •I: Y •' _ I. .L•i _ ••• ......•^ !....j.•• _ r• 'i.. a..• :CV' Y• + • tier'•+ ;R _ •'.r •v •.? SQA •. 't`•� �i. •....' :..• Af • • .'!• i• •. �} n • •. . •. 9 • t••! • • iq' •. • • .4• ••.' r •1 •••Y '4• 1„5.4 1. •* • •i•.ti. •} •. ��.• ; q:• ..: . _• + •. .• •'.r.•.• - • ••_�•• • •, •� :•.t... 3!" .11.••• i • 1 S• .. .. •• x • . •.••..••t• •>1•52..1%•:e•••1.I lir}•. ;ra ti .i. 'c. ,,. •.r. (... •.• +:; a•.•;... .: •• �. •. •-i'1' '•w•• •f• r• •••• J • ' ‘• ; • 1 , . . . .'1 .1: . i :• .1 • ••; •• •• • 6. • •-r • i • • • • • • 1• •:• ` i�•x : L i M1Y 1• •Gr F . .... ",l4-• ..• ••%• r • r f ••. _i.'.. {• r 7'. •• . r • of . .T • a :y. ,n• s'•#, 1 .:1 ••.esti . ... ;.• • ti•.:=tii:r.y•'. •'.l-_ sti.iq•.•. • ... .rSr++ • •.i nti. . ,•••:' %•:rM. • '.r• • • e. ` N •. • i • !. • 1 r •4+• .. • • 1 m a .i la rr:. ••+ • .:r mak:::.,::•^. r.. ='�• .:• •1 • • •1. • 1. .. • f• •1•M1 . rJ••.. . • _ ? i? • .4. o •. 7• •• :'i• 7 4_• .. •7• .t. _ •••ir• •+'ti:%n r• ';•ai•} p• •F •'Liy .:�i Y •r .� . •..a 'r.:4. -•- •r: ••• ...et. i+' %.1 4 are]i-'f "•+r .. •r:;. T.:• :FL 1/4 :'.:~ '1',,'�.r_{.dl'rr:.: iL �`•' • is •_;Y::rpc: ..•.•y _ r - dm •{. •ti: �tiy 4•.••if _^r• • M1.y. 4•�••}f % 1t•!•i• ir�,• ' • Yy ,�• •YL•11.4.1.m.......s•i• :6 :.•+•: L: r '•i J•. - I. ••,'i` } �._C'• it i• .'. :A •..• .. _ • .1. 14 1! ita- %.1 ref:y•r ••. f ti ,+ -e• • • i • •fC-F. • .l •ie.' 1171'. l•riA S ref • •.••• .. • •.•..0 ••i: ji • :•1 ..1 t•' r -M •••' • .•i • * m • ..1 •� ratan h • •• •4•• ti•i ' • i , • r[. fir. • ::• • me. s1 • i• • • 11 • • • ti a • ' •••1 • 1 SE.CTICN 00030 ADVERTISEMENT FOR BIDS BID NO. OWNER: City of Fayetteville 113 West Mountain Fayetteville. AR 72701 ENGINEER: McClelland Consulting Engineers, Inc. 1810 North College Fayetteville, AR 72703 (501) 443-2377 PROJECT NO.: FY902]03Contract Section II The City of Fayetteville will receive sealed bids for construction of two (2) 6-mil]—ion gallon ground storage reservoirs, related yard piping, access road and related work. Bids shall be on a lump sum and unit price basis. The City of Fayetteville will receive bids until 1:00 P.M. local time on Thursday , August 4 , 1994 at the office of the Purchasing Officer. Bids received after this tine will not be accepted. Bids will be opened and publicly read aloud immediately after specified closing tine. All interested parties are invited to attend. Bidding Documents nay be examined at the Fayetteville and Little Rock offices of the Engineer and at: ABC Plans Room Ozark Floor Co. 928 N. College Fayetteville, AR Construction Market Data P.O. Box 1109 (72203) 15C1 N. Pierce, Ste 101 Little Rock, AR 72207 F.W. Dodge Reports 5100 E. Skelly Suite 1010 Tulsa, OK 74135 Copies of the Bidding Documents may be obtained through the Engineer's office upon payment of $80.00 for each set of documents. Return of documents is not required, and amount paid for documents is not refundable. Partial sets are not available. For information concerning the proposed work or for an appointment to visit the site of the work, contact Mr. Robert White at the Engineer's office. Section 00030 -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 wage rates to be paid under this contract. Each Bid must be submitted cn the prescribed form and accompanied by a certified check or bid bond executed on the prescribed form, payable to the City of FavetteviIle, 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 beyond 90 days from the bid opening date. Dated this day of _._ 1994. City of Fayetteville, Arkansas Publish: Purchasing Officer P.C. # Section 00030 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 00100 INSTRUCTIONS TO BIDDER PARAGRAPH NO./TITLE PAGE NO. 1. FORMAT 1 2. SPECIFICATION LANGUAGE 1 3. GENERAL DESCRIPTION OF THE PROJECT 1 4. QUALIFICATION OF BIDDERS 1 5. DOCUMENT INTERPRETATION 1 6. BIDDER'S UNDERSTANDING 2 2 2 3 3 3 4 4 4 5 5 5 5 6 6 6 7 7 7. PROJECT MANUAL & DRAWINGS 8. TYPE OF BID 9. PREPARATION OF BIDS 10. STATE AND LOCAL SALES AND USE TAXES 11. SUBMISSION OF BIDS 12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BIDS 13. WITHDRAWAL OF BID 14. BID SECURITY 15. RETURN OF BID SECURITY 16. AWARD OF CONTRACT 17. BASIS OF AWARD 18. EXECUTION OF CONTRACT 19. PERFORMANCE AND PAYMENT BONDS 20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND 21. PERFORMANCE OF WORK BY CONTRACTOR 22. TIME OF COMPLETION 23. PROVIDING REQUIRED INSURANCE Mane land Q :or pll f Ong Engmn.e•s Inpprpo•Wird sayelarIF. Arhonsau SECTION 00100 INSTRUCTIONS TO BIDDERS 1. FORMAT The Contract Documents are divided into parts, divisions, and sections in keeping with accepted industry practice in order to separate categories of subject :natter 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 ntnM [count. cou it c M CanWlf.n Eng i nccv par cited Foyeff1 •inc A/Yc naaa 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 naps, 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 $80.00 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 MCCMIland Consult. ng a -Pm, Enamors 'mea aerated Fayette vrW, A r kamaa 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, not later than the time prescribed, at the place, and in the manner set forth in the ADVERTISEMENT FOR Section 00100 - 3 noWend Corso �fi'p Eo n.r, Iroorpu•a•.0 FaralMva.a. Araoisas BIDS. Bids must be made cn 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 cf 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 Engineers w CannPnp Eo&joroa InaaGoraleJ soys.?evOm, Arxoneas I I I Li I I I LI I Li Li I I I I 5 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. Signature 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 bond requirements. Section 00100 - 5 I MCC:e4ane .o rn Coneuleino Engineers inlaDoraNE h antrnWl4, Arkamoe I I I I I I I L H I I I I I H 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 tine 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 perform on the site and with his own organization, work equivalent to at least forty percent of the total amount of the work to be performed under this Contract. If, Section 00100 - 6 Li MCUk4ano (.pinklra inaa,00.oted hoy ?t VS, A•kanaos II I C H I I I I I [1 I C F I n 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. Section 00100 - 7 Ncsrnr. 0 i c rn Conp.f•ing Fn�nrnDora red Fonff.ma, A.kcfncs I C I Ii [1 C L: H Li H H I I I Section 00300 - 1 I SECTION 00300 PROPOSAL NOTE TO BIDDER: Please use BLACK ink for completing this Proposal form. To: City of Fayetteville Address: City Administration Building. Fayettevil].e. Arkansas Project Title: Water System Improvements. Contract Section II Two- 6 Million Gallon Water Storage Tanks Engineer's Project No. FY902103 Bidder: Sefco, inc. Address: 7274 West 81st Street, Tulsa, OK 74131 Date: August 4, 1994 Bidder's person to contact for additional information on this Proposal: Name: Mr. Craig T. Sutton Telephone: (918) 224-2358 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 intended only to indicate the general M' CI. l4nd ' Canwlt�n9 imm�o.a•ed Fa)ollnv4, A,kcnsaa [1 IT I I I C C H I H I I [] 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 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. CONTRACT EXECUTION AND BONDS The Bidder agrees that if this Proposal is accepted, he will, within 15 consecutive calendar 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. CERTIFICATES OF INSURANCE, PAYMENT BOND, AND PERFORMANCE BOND The Bidder further agrees to furnish the Owner, before commencing the work under this Contract, the certificates of insurance, Payment Bond, and Performance Bond as specified in these Documents. START OF CONSTRUCTION AND CONTRACT COMPLETION TIME The Bidder further agrees to begin work within 10 calendar days after the time stated in the Notice to Proceed issued by the Owner to the Contractor and shall complete the construction in all respects within 300 calendar days after the date specified in the Notice to Proceed. LIQUIDATED DAMAGES In the event the Bidder is awarded the Contract and shall fail to complete the work within the time limits or extended time limits agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid to the Owner for all 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 to the Engineer for additional engineering and inspection services associated with such delays. Liquidated damages shall be cumulative for work not completed on schedule. Work which is not completed on schedule shall be rated at $400 per day until the work is completed. Section 00300 - 2 wac,e 1, a"d Sfl St US 19 Faynsen Incorporated h oyel fev.l'e, A•kansas 7&DDENDA I Li I I H H Li I I I I I I I H I The bidder hereby acknowledges that he has received Addenda No's One and Two these Specifications. (Bidder insert No. of each Addendum received.) SALES AND USE TAXES The Bidder agrees that all federal, state, and local sales and use taxes are included in the stated bid prices for the work. PROPOSAL SCHEDULE ITEM UNIT NO. QUANTITY ITEM PRICE EXTENDED L•. 1. 1 LS Access Road Clearing, $ GGG'7LS Fill, Grading, Culverts, (Numerals) Excavation rJ ( 1Vloo 7 Y • tiv& 7Nviis. AI1%> dollars/LS $ g COO (Words) .x� 2. 1 LS Tank Site Clearing, $% c.U/LS Excavation, Embankment, (Numerals) Seeding, Grading, Sitework, Etc. `n CNL A<eA/X'RCTl W1 7htyo5'MJ dollars/LS $ %/ UC) (Words) 3. 4,550 TN Class 7 Base for Access 5"v $ /TN Road and Tank Site (Numerals) Gravel Surfacing Sv dollars/TN $ 1 "� 7 (Words) uCf 4. 900 CY Undercut and Compacted $ /Cis /CY Fill (Nunerals) nie. 9000 a_,c _ dollars/CY $ (Words) 5. 1 LS Yard Piping and Valves $ (Numerals) ' 'C ,7 ' 7,*'w5.wn c=o.i.2 rfi/anCE l dollars/LS $ f'C.14L.& imvv �a�tAc2�Words) Section 00300 - 3 I M. C:e',a1a a rve G nW Fling Engireers H LYpc a raye'4i so. A•cnanz H r I LI I I I C C C 11 I H ITEM UNIT NO. QUANTITY .'.EM - PRICE EXTENDED 6. 1 LS Tank Foundations $ 3Z 7,3,8/LS (Numerals) c:u iiL/ND2LZ':TN/Izi'y-irvEn/ 7et'M4 liars/LS $2S. 7 e&Z , ,L'r&'flAQcrds)S„-7Y• TL/fT UU 7. 1431 FT Chain :.:nk Fencing with Sates (Numerals) k/liHT OoLt-nlZ /ri,•v•T dollars/FT $- I � (.Wor •.c ) 8. 1 LS Welded Steel Tanks and $18574/LS Al_ Other Work not (NNumera.$) :.ncluded in Items 1.6 ONe µ/LL, cLi c, -'c dLrvr+•.£r> �vi.,� L»!7 0„ uSrovt' P'✓G ifc.Nr+rrt S2vE'--T*/c44ollars/LS $11q -j4 i4 Words) � tic 9- 1 LS Trench & Excavation $ IGGG_/LS Safety System (Numerals) C. b UMC TY/tJ✓Sr1n%� -- dollars/:.S $ (Words) 00 �j TOTAL BID $ �i 7,8C,7±_ Enclosed herewith is a bid bond for Five Percent of Bid Amount dollars (� 5% 1 which we agree the Owner may cash and retain asliquidated damages in the event of cur failure tc enter into contract for the work covered by this Proposal, provided the Contract is awarded to us within ninety (90) days from the date tixcd for the opening of bids and we fail to execute the required bonds as called for n the Specifications within Fifteen (:5; days after the execu:-:on of the Contract. SUBCCNTRACTORS AND SUPPI,I F.RS The Bidder further certifies that the following s-.ubcontracting and supply firms or businesses w:11 be awarded subcontracts for the following portions of the work in the event that the Bidder is awarded the Contract: Section 00200 - 4 I Con wIrip' p Eau•� 'cnOorallJ E3rvr•wdu, drh,nansaa I I ELECTRICAL - SUBCONTRACTOR J P C t. cj N L- Ct cz\C. Name II Street Li I I I I I PAINTING - SUBCONTRACTOR S `Fc 1 =Nc, . Name ty -T274 W GIs S i - '�ut_sA C�1! Street City FOUNDAT:CN - SLRCONTRACTOR C7E1-CCU 1 .i.,1C_- — Name ti sT St _ TULS Ar _ Street city ty SITE WCRK - SUBCONTRACTOR Srcla. Luc- /flu&tC: 3u11►7C12S Name I' Street I I I I I I I I �Li11NVItW AP - City ACCESS DRIVE - SURCCNTRACTCR S Y LU . INC. I -1 O Name Scree. City (The following space is supplie for additional subcontractors) C. Ul7 1C_.-SC)±CON1'RAC".-JR Name Street la NKb.rd CQQwfIid hQ„Hwil4ArkQQiQ! City Section 00300 - 5 I I I I D I I H I I I PERFORMANCE OF WORK BY CONTRACTOR The Bidder shall perform at least 40 percent of the work with his own forces (refer to Paragraph 21, INSTRUCTTOtiS TO BIDDERS- Bids from so called "Brokerage Contractors" will not be considered.) List below the items that the Bidder will perform with his own forces, if awarded .:h_s Contract, and fi.1 in the blank showing the estimated total cost of these items. -_ANC I\NT,N 1=c L�a�AT�GPJ F, — Estimated total cost cf the above iterrs the Bidder states that will he performed with his own forces, if awarded Contract: ONC MALL\UN != J>,2 c=17 c - i Huc.rdiy `� - Lo. . ars 4 L iY Scc UUcj EXPFRIENCE OF RI= R The Bidder states :.hat he s an experienced Contractor and has completed similar protects within the last 5 years. (List similar projects, with types, names of clients, construction costs, and references with telephone umbers. Use additional sheets if necessary.) See Attached ' SURE7Y I I I I I if the Bidder is awarded a construction Contract on this Proposal, the Surety who provides the Pertormance and Paynent Bond will he Mid -Continent Casualty Company _ _ whose address is P. O. Box 1409, Tulsa, OK 741O Street City State zip MCLl/llGnd Section 03333 - S I _-` f (mwlanp FCF�9,Yr4I. A/Yanse. ' BIDDER I I. I I I F I I I F I I I The name cf the Bidder submitting this Proposal is Selco, Inc, doing business at 7274 West 81st Street, Tulsa, OK 74131 Street City State Zip which is the address to which all communications concerned with this Proposal and with the Contract shall be sent. The names of the principal officers of the corporation submittinc this Proposal, or of the partnership, or of all persons interested in this Prepcsal as principals are as follows: Craig T. Sutton, President Rcy Sutton, Chairman Robert T. Rendler., Asst. Secretary The Bidder's Arkansas Contractor's Ilicense No. is: O7230395 Tf Sole Proprietcr or Partnership IN WITNESS hereto the undersigned has set his (its; hand this 4th day of August 1994 N/A Signature of Bidder N/A Title :f Ccrporat i or. IN WITNESS WHEREOF the undersicr_ed corporation :has caused this instrument to he executed and its seal affixed by its duly authorized otticers this 4th day of August 1994. (SEAL) Sefco, Inc. Name o` Corporati n By Title resd nt Attest A st. Secretary Section 00300 7 II raer.'ea,a Can.y lll,9 Engine.!, Incmp0'0d Fay.11e vi., Arkansas • MID-CONTINENT CASUALTY COMPANY 1 Box 1409 aemrlr-w TULSA, OKLAHOMA 74101 1 C 1 C Lai -II.. 1 KNOW ALL MEN BY THESE PRESENTS: nut We, I H I 11 f1 I [1 U SEFCO, INC. m do business in ftu See of Arkansas as Surety are held and h rmy Doiad unto the City of Fayetteville 113 West Mountain Fayetteville, AR 72701 as obkoee. mtheamol Five Percent (5Z) cf Amount Bid DOUAfi5. wtl many of to 1hmNd SW a oIMwim. to the pay r of who sum of many weft and troy to be made. the sad Pnripp.iand Say bird tlwm*m, their and rah of Ilwr hers. eiwcumrSl admuipramrs. rccenors aid aasq , lohrtly and seventy, by these prim. THE CONDITION OF THIS OSLKHATION IS SUCH. that It the Dbfr ee 00 mYoe ay award to me Pr'.- r' tor. Two 6 Million Gallon Ground Storage Reservoirs axordhig to the Non of the prno ne ' or bid nude by the Pmlrapal Iheretor. and the Pm,- shpt duly ....k. and emer n ba coaract wiftr the OtIpee M axadrlp with the terms of sad propose or bid ad award and shat pne bond for tie bkW rAaoa i.. tlweof. with the MID.CONTIIEN1 CASUALTY COMPANY a kitty or with Odra Surely or Surehea approved by the Obligee, or R the Pr ncipal shaft. n au ol IalIure so to do oy to 1M Obhpee the damages add the Obygee may softer by 'anon a such taawe not nceedng the perlry of this bond, the this oblpewo fl be npf rd wad olo wise NOW be and renwk n tuft t@ra and ehxf Signed. Srkd and Deed Ilt _2r. -d ---- eay Iii August 1994 1 1 1 1 1 1 a+aoe uc relq SEFCO, iNC. Prdapafta) MI INENT CASUALTY COMPANY i y an er A1Nmw4"W Arkan as Agent !•��Miultokniucin-CA$tj4l.l COMMANY } I ■ I*SPSb1ynaapftnn tSt ,aoarpn+oaeftk 3 dokllem.,YMNtu R1 trtabd Lh+a *5tra*thiBY-Ia, stis t_.dogSbythe SroeldoidenMtridCoespe� '• as Kruk a 4i, new, b•edf "Aeddla 11C Seellss 7. — Tb Eve Ur0lfan Mt Campwy aftdl have pow ad atrhsa≥b m apdet, la the p igoeee c* of seas-L-Lsi.dr..iaiete.rrrrwSs sol+lit eo y in S tleS — e ReSist Vice PtSdaRadds 1 ASS Sperrdaa rd Aer.tpsirAra ad r seal the t, somas y sash ltaidaa PsSs I ttaids Asidwa smoin , or Mtoaa@•d 4= d it dr pftssraad aettha ft hit Noes of sec and be Dlesaasdthe Castes" TheileunpaayspaabaaalPtaaadeaasaad�psY Billy G. Chandler and Cynthia Henson, ' individually of Ft. Smith, AR ba tfa std YsRd am.*St, batna a, sad and deliver for and cat besfaa Saps ads Si sad deed, Any add bade ad arYniieseof atnlpeaip AMSaacScnot tdtlmwsl¢jipwtaseedieaopress, shall beabhtdiasttpaierW a buy and ti�4 m an hsne ad pteepeeee a if the same hd been Sly matted ad aclmowledged by its tedslady deceed offioaa atispnb dtdWOW Is 7ttur tiadaboma. Dl MtyddlRl WEMDOE has aroaeed ad Mood th e ptwrerill lot cheat August .1994 I CZL.r4cLaeeob..- icLak tat Sara Anderson ASSEMWT EtASY Frank M. Pinkerton v1CBPRHf1INT oeila lot dyd August ,19 94 badremealloSyPWAcof&aseemdOliionahad tlorieLbsrydlWeb, wsrdehatMidaslfsetaprstttf 1b bownto be die oboerdwarbodi%ad,boned ieprwdlsiisrtsraet, '• asdhsainMe�eiiartsiebaaafitara.adSubymeddyaworn,eaidtYrbekthe iealsdeacribadadasiaeiaedofterdtL Said. ad St the and affixed m lb paeNMg L—. is do arpaero of said Cetapagt,sndtMefedimpaetde tnsiad hY tdSssnsareeiodfearwerdlbafl6pdmiesaid iaeumrt by tbnattthwlry sad dbaafaeof • de addLlMga4isdtirAIdS1 /asioa7.diems-IassdMMLlenSr�trakraadmisSpnsa0 _- -1 arinIms. • IN SRS!lOkiYNflOR,thagsk.d t weftneedatieiWrafTd%the fiftysdrearRrtabove sritesa snr 1 N , -,'s • " ' ..a., •Sm4no OK AWMA i 'V %e 2-28-98 PU a COUMOlMJI1 to !� �C.a� Kr J . Eau Nraey t. are Anderson doheSycsty riasrapa •w ahem of Iba RIy,Law otlda Reaebteioa Mt Board of Directors of this corporation, and of a power of Mornay iatsed powesr t - m llasad moat, is Ibr bath the *Lass. the Raaoiaicn ad the power of Attorney are still is 1A Lam ad mitt. fit Wt7Nlisr VBMSOP. I thaw bets sat SW haad is adored is bminalY and of moll owpasdoa .an•... q, 2nd dw d August ic 94 te�Ml3�,,f�r • �..� C•- �3 f..,, ,`a * :. . • i!.- :� • : Sara Anderson• Aaiaasaseaasry - \j•• ,• ifsac y �j a•ei •MYI•MI••• • i a N 0to S 3 S •r e C 1 E C T S74G7 5747 S7 S747 G7 S71 f. I, I CUSTOMER C C I I West Crow Mountain P.O. Box 2352 Russellville, AR 72801 (1) 22' x 48' SP Paint Only (1) 14' x 74' SP Paint only REFERENCES Water Association -1986 Selina Water Asscciation-1986 Rt. I Box 446 Monticello, AR 71655 (1) 20' x 110' SP Nowata County R.W.D. #1-1987 P.O. Box 8 Wann, OK 74083 (1) 20' x 60' (1) 20' x 3C' Conway County Association Morrilton, AR '(1) 35' x 50' (I) 15' x 60' (1) 12' x 71' 'RWD #1, Murray F.O. Box 235 Regional Water -1987 72110 County -1987 Sulpher, CK 73086 Cl) 44' x 72' SP (1) 12-4" x 68' SP Water Distributors Co., Inc. -987 P.O. Box 111 Summerfield, OK 73086 Cl) 11' x 100' SP (1) 12'-4" x 68' SP Creek County RWD #9-1987 230 Wells Building Sapulpa, OK 74066 Cl) 10' x 80' SP Mount Sherman Water -1987 Association Mount Sherman, AR (1) 12' x 9C' SP F.NGTNEER Perkin & Associates 102 W. Main. Russellville, AR 72801 (501) 968-1885 Blaylock, Threet, Phillips & Associates 1501 Market Drive L±_tile Rock, AR 72211 (501) 224-3922 Array Engineering Co. 98]] R. 46th P1. Tulsa, OK 74146 Perk_ns & Associates 1021 W. Main Russellville, AR 72801 (50:) 968-1885 Poe & Associates 4343 Will Rogers Parkway okla:hcma City, OK 73108 Glenn Byrd (405) 949-1962 Bob Bocros ]C7 Monica Lane ?oteau, OK 74953 (918; 647-4438 Gould Engineering P.O. Box 160 Glenpool, OK 74033 George Gould (9:8) 322-3222 Blaylock, Threet, Phillips & Associates 1501 Market Drive Little Rock, AR 72211 (s3:) 224-3922 Rural Water Corporation -1987 Mickle Wagner Associates Rt. 1, Box 70 400 N. 15th St. Muldrcw, OK 74948 P.O. Box 1507 '(1) 28' x 22' CRT Repaint Ft. Smith, AR 729C2 Cl) 33' x 12' Repaint Ext. Only Ron Stodden (501) 783-5136 71 Page 2 REFERENCES CUSTOMER ENGINEER ' Hominy P`AA-1987 Poe & Associates City Clerk 10820 E. 45th St. P.O. Box 219 Suite 101 ' Hominy, OK 74035 Tulsa, OK 74.46 (1) 40'-6" x 32' CRT (918) 665-8800 I I I L I Directorate of USAFACFS P.O. Box 3501 Ft. Sill, OK Steven Landry (405) 351-3404 (1) 50' x 18' (1) 50' x 18' Contracting -1988 73503 CRT Cut -down Commanche RWD #1-1988 HC 30, Box 1035 Lawton, OK 735C1 (1) 14' x 80' SP Rogers County RWD #2-1988 P.O. Box 211 Claremore, OK 74018 (1) 12' x 58' SP West Central Co-Cp -1988 ' Box 72, North Mulberry Jefferson, IA 53129 Repair I I 1] 11 I I 71 I City of Bristow -1988 110 W. 7th Bristow, OK 74010 (1) 13'-6" x 100' Standpipe Repaint (1) 22' x 110' Standpipe Repaint (1) Elevated Storage Tank -Repaint Conway County Regional Water Association -1988 P.O. Box 296 Morrillton, AR 72110 (1) 75' x 24' CRT City of Ward -1988 Ward, AR (1) 28' x 111' SP Self Engineered Fox & Dreschler Engineers P.O. Box 758 Altus, OK 73522 Raymond Fox (405) 482-6583 Dennis Hodo Rt. 7, Box 415A Claremore, OK 74018 (918) 341-2066 Dennis E. Roby & Associates Box 1425 Decatur, IL 62525 David M. Gaskins (218) 429-4412 FHC, Inc. 4111 S. Darlington, Ste 400 Tulsa, OK 74135 Eirby Crowe (918) 663-7300 Blaylock, Threet, Phillips and Associates 1501 Market Drive Little Rock, AR 72211 Carl J. Meurer, Jr. (501) 224-3922 Affiliated Engineers, Inc. P.O. Box 1299 Hot Springs, AR 71902 Ronnie Marshall (501) 624-4691 Page 3 ' CUSTOMER REFERENCES RNf TNRRR I H I Barton-Lexa Water Association -_988 P.O. Box 2366 West Helena, AR 72390 Cl) 12' x 115'/116' SP Rossor. Lumber Company -1988 511 W. Cherokee Wagoner, OK 74467 (1) 38'-2" x 96' CRT Cherokee County RWD 12-1988 HC 73, Box 36 Park 1L11 OK 74456 (1) 12' x 120' Si' RW&G District d2-1988 P.O. Bcx 508 ' Okemab, CK 74959 (1) 20' x 32' SP (_) 31'-9" x ;24' SP City of Garland -1988 Garland, AR 71839 Cl) 11' x 110' SP RWD 113 Mayes County -1988 P.O. Box 348 Disney, OK 7434C (1) 16' x ]CC' SP N.E. Water Association -1988 P.O. Box Drawer J Mountain Home, AR 72653 (1) 25' x 102' SP Cline Frazier Engineering 728 Cherry Street P.O. Box 236 Helena, AR 72342 Jim Frazier (501) 578-5723 G.H. Guernsey & Co. 3555 N.W. 58th Oklahoma City, OK 73112 (405) 947-5515 Max Holloway Engineering Co. P.O. Box 1543 Muskogee, OK 74402 Joe Reid (918) 682-7811 Pce & Associates 4343 Will Rogers Pkwy Oklahoma City, OK 73108 Glenn Byrd (405) 949-1962 Affiliated Engineers P.O. Box 1299 Hot Springs, AR 71902 (501) 624-4691 Utter & Associates 6128 E. 38th St. Suite 315 Tulsa, OK 74135 Gary Utter (918) 664-7077 Malone & Associates 130 Hobson Hot Springs, AR 71902 (501) 624-2892 Water Distributcrs-1988 Bob Bccs.s P.O. Bcx .._ 107 Monica Lane Summerfield, CK 74966 Poteau, OK 74953 (2) 10' x 50' SP (918) 647-4438 City of Lamar -1988 Perkins & Associates, inc. ' P.O. Box 334 P.O. Box 728C] Lamar, OK 72846 Russellville, AR 72801 Cl) 32' x 51' SP (501) 968-1885 C I Page 4 1 REFERENCES I CUSTOMER Tipton Public Works Authority -1988 P.O. Box 460 ' Tipton, OK 73570 (1) 18'-6" x 126' (1) 65,000 Gallon SP Tower Repaint Barkada-Greenhill-1988 Water Association ' Monticello, AR (1) .4' x 91' SP Rural Water District ' Rt. 1, Box 359 Big Cabin, OK 74332 (1) 20' x 72' SP ' (1) 10' x 50' S? (1) 8' x 100' SP (1) 8' x 100' SP RNC T NF.F.R Glenn Briggs Associates Box 458 Altus, OK 73521 (405) 482-3011 McClelland Consulting Engineers 900 W. Markup. Little Rock, AR 72201 (501) 371-0272 46-1988 Utter & Associates 6.28 E. 38th St. Suite 315 Tulsa, OK 74135 (918) 664-7077 City of Sand Springs -1988 Breisch Co., Inc. 100 E. Broadway 16 S. Main Sand Springs, OK 74063 Sand Springs, OK 74663 ' (1) 22' x 18' CRT (918) 245-9533 (1) 13'-4" x 13'-4" Block Bldg. I I I J Ii I [] Lafe Rural Water Association -1989 P.O. Box 205 Lafe, AR 72436 (1) 12' x 100' S? Southern Cotton Oil -1989 P.O. Box 8367 2782 Chelsea Ave. Memphis, TN 38108 Joe Penn (901) 452-3151 (1) 25 x 30' SSDR Cut-down/Re-erect Crouse Construction Co. -1989 P.O. Box 1816 Harrison, AR 726C1 Dean Crouse (501) 741-8622 (1) 18' x 13' CRT (1) 35' x 10' CRT Independence -Jackson Regional -1989 Water Association County Court House Batesville, AR 72501 (1) 30' x 86' SP Mulhollen & Associates P.C. Drawer 9 Jonescro, AR 72403 .an Mulhollen '1501) 935-7610 Self Engineered Subcontract Miller -Newell Engineers ?.0. Box 717 Newport., AR 72112 Johnnie Lo (501) 523-6531 [l Page 5 I. CUSTOMER ENGINEER I Hwy 319 Water Users Associaticn-1989 P.O. Box 751 Jacksonville, AR 72076 (1) 14'-9" x 121' SP ' ADM - West Plant -1989 P.O. Box 147C Decatur, IL 62525 Bud Nation ' (217) 424-5833 (1) 60' x 40' CRT City of Bryant -1989 • 210 S.W. 3rd Bryant, AR 72022 (1) 5C' x 76' KNCRT Town of Subiaco-1969 ' P.O. Box 82 Subiaco, AR 72865 Cl) 22' x 108" SP ' ADM -1989 P.O. Box 1589 Valdosta, GA 31603 Gary Stroud ' (912) 242-0100 (1) 40' x 42" CRT Cut-down/Re-erect Bond Consulting Engineers 1010 S. Redmond Rcad Jacksonville, AR 72076 Tim Lemmons (501) 982-1538 Self Engineered Garver & Garver P.O. Box C -5C Little Rock, AR 72203 Gary Bennett ;53:) 376-3633 Mickle, Wagner, Coleman & Stodden P.O. Box 1507 Ft. Smith, AR 72902 Neal Wagner (501) 783-5136 Self Engineered ' City of Iberia -1989 Missouri Engineering Box 211 P.O. Box 13 Iberia, MO 65486 Rolla, MO 65431 (1) 22' x 18' SSKNDR Charles Ray ' (314) 364-4003 West Central Co -op -1989 ' Box 72 Jefferson, LA 53129 Dennis Blackburn ' (515) 386-4143 Repair n H I J Self Engineered I L H I I Lu H r1 I H Page 6 REFERENCES CUSTOMER ' Sequayah County Water Assoc. -1989 P.O. Box 160 ' Sallisaw, OK 74955 (1) 30' x 90' Standpipe (2) Pump Stations (2) Pressure Reducing Vaults ' (1) Backflow Prevention Vault (1) Radio Telemetry System ' Rural Water District 16-1989 P.O. Bcx 340 Mounds, OK 74047 ' Wendell Tennison (918) 827-6350 (1) 24' x 40' CRT - Repaint ' Rogers County R.W.D. 12-1989 Bo x Bx 211 Claremore, OK 74C18 Leon Scott (918) 341-7166 (1) 12' x 80' SP - Repaint ' Witteville Water Association -1989 Rt. 3 Box 278 Poteau, OK 74953 Mi:ce LaFever (918) 647-372C (1) 19'-8" X 14' CRT Conoco, :nc.-1989 P.O. Box 1267 Ponca City, OK 74603 Randall Wilburn (405) 767-5575 (1) 20'-6" x 2C' OTT/EFR ADM - West Pant -1989 P.O. Box 147C Decatur, IL 62525 Bud Nation (217) 424-5833 (2) 60' x 4C' CRT T -G Excavat;ng-1989 26016 E. Admiral Catoosa, OK 74015 (1) 16' x 15'-6" CRT ENGINEER Uerling & Associates P.O. Box 3290 Ft. Smith, AR 72913 Herbert V. Davis (501) 782-0474 Self Engineered Self Engineered Self Engineered Self Engineered Self Engineered Poe & Associates 10820 E. 45th Tulsa, OK 74146 (9.8) 665-8800 I Page 7 CUSTOMER I I REFERENCES Pontotoc County R.W.D. #3-1989 P.O. Box 429 Ada, OK 74820 (1) 12' x 100' SP Farmland Industries -1989 Box 570 Coffeyville, KS 67337 Roy Fisk (316) 251-4000 (1) 114' - 5' $ Bottom Replacement Oklahoma City Municipal Improvement -=989 Authority 1C0 North Walker, 4th Floor Oklahoma City, OK 73102 Sam Sanandi (405) 297-3877 (1) 146' x 40' CRT Repair & Repaint Konowa Pump Station r I H I Oklahoma City Municipal Improvement -1989 Authority 100 North Walker, 4th Floor Oklahoma City, OK 73102 Sam Samandi (405) 297-3877 (1) 32- x 61' SSDR Repair & Repaint Hefner Backwash Tank Texas County PWS Dist. #3-1989 Rt. 1 Box 300 Hcuston, MC 65483 (1) 13' x 105' SP ENGINEER Davidson Engineering Services 2007 Arlington Blvd, Ada, CK 74820 J.B. Davidson (405) 332-9466 Self Engineered Self Engineered Self Engineered Hood -Rich, Inc. 801 S. Glenstone Springfield, MO 65802 Ray West (417) 862-4483 ' R.W.D. #8 Pontotoc Ccunty-1989 Davidson Engineering Services P.O. Box 127 2337 Arlington Blvd. ' Ada, OK 74820 Ada, OK 74820 (1) 12' x 100' SP J.B. Davidson (405) 332-7211 I I [l R.W.D. #4 Ottawa County -1989 19 First Street N.E. Miami, OK 74354 (1) 16' x 140' SP P.W.S. District No. 2 Texas County -1989 803 Ozark Houston, MO 65483 (1) 14' x 120' SP Consulting Engineers of Miami 330 "F" Northwest Miami, OK 74354 John Duncan (918) 542-3392 Scott Consulting Engineers 420 South Ave. Springfield, MO 65806 John K. Forrester (417) 866-8644 Page 8 I CUSTOMER L+LTfTMVVD Reidy Terminal, Inc. -1989 P.O. Box 2856 St. Louis, MO 63111 Bill Boyd (314) 481-8828 (1) 48' x 29' CRT Cut-dcwn/Re-erect West Central Co -op -1989 P.O. Box 68 Ralston, IA 51459 William Gregory (712) 667-3200 (1) 110' x 91' Repair Storm Damage (1) 320' x 91' Repair Storm Damage West. Cenral Co -op -1989 P.O. Box 72 Jefferson, IA 50129 Dennis Blackburn (515) 386-4143 (1) 120' x 64' Repair Stcrm Damage City Ccrperation-1989 P.O. Box 458 Russellville, AR 72801 Jerry O'Neal (501) 968-2105 (1) 75' x 30' CRT (1) 75' x 23' CRT ADM - Bio-Chem-1989 P.O. Box 1470 Decatur, IL 62525 Tom Fankhauser (217) 424-2483 (1) 60' x 50' CRT ADM - Corn Sweeteners -1989 1251 Beaver Channel Parkway Clinton, IA 52732 Bob Waldorf (319) 244-5262 23'-3" x 14' CRT Extend 7' I J Self -Engineered Self Engineered Self Engineered Self Engineered Self Engineered Self -Engineered I U I I I I I Page 9 CUSTOMER Rogers County Rural Water Dist. #3-1989 P.O. Box 1225 Clarenore, OK 74015 (1) 9'-6" x 56' SP (1) 31'-4" x 20' Cone Transition Hughes Community Water Assoc. -1989 P.O. Box 69 Hughes, AR 72348 (1) 150,000 gal Elevated Water Tank Rural Water District #3, Bengal -1990 Rt. 1 Box 94 Wister, OK 74966 (:) 12'-6" x 66' SP ADM-Riverport-1990 _245 Channel Memphis, TN 38113 Joe Penn (901) 948-5581 (1) _33' x 42' CRT Repair Muskogee Rural Water District #3-1990 P.O. Box 173 Council Hill, OK 74428 (l) 22' x 72' SP Farmland Indcstries-1990 ' P.O. Box 57C Coffeyville, KS Dave Renfroe/Roy Fisk ' (316) 251-4000 (1) 50'-1011" x 35'-4" CRT Repair ' ADM -1990 Y.O. Box 729 Augusta, GA 30901 Roger Kauthen ' (404) 722-8866 (1) 14' x 14' Tractor Door ENGINEER Settle Engineering P.C. Box 1CC1 Pryor, OR 74362 Ray Murray (918) 825-3203 Bond Consulting Engineers F.O. Box 726 West Memphis, AR 72301 Joe Max Higgins (501) 735-5150 Atkins Engineering P.O. Bcx 6566 Ft. Smith, AR 72906 Jerry Atkins (501) 648-3363 Self Engineered Landes Engineering P.O. Box 1032 Shawnee, OK 74801 Skip Landes (405; 275-5388 Self Engineered Self Engineered ' Texaco REfining & Marketing, Inc. -1990 Williams Brothers Engineers P.O. Box 1121 P.O. Box 21310 R1 Dorado, KS 67042 Tulsa, OK 74121 (2) 241 0 Hopper David Mintner Cl) 19' 95 Hopper (918) 561-9678 I H Page 10 ' REFERENCES CUSTOMER ENGINEER ' City of Lee's Summit -1990 Larkin & Associates 620 N.E. Douglas 9233 Ward Parkway, Suite 300 ' Lee's Summit, MO 64063 Kansas City, MO 64114 (1) 194' x 25' CRT Clark Thompson (816) 361-0440 ' Okfuskee County RWD #3 -1990 Myers Engineering Corp. Rt. 1 Box 113 11102 N. Stratford Drive Weleetka, OK 74880 Suite B400 ' (1) 12'-9" x 96' SP Oklahoma City, OK 73120 Leslie Smith (4C5) 755-5325 ' Village of Butterfield -1990 City Hall Butterfield, MO 65623 (1) 10' x 115'-6" SP ' City of Portageville-1990 301 East Main Portageville, MO 63873 ( ) 52' x 32' CRT Oklahoma City Municipal -1990 ' improvement Authority 100 North Walker, 4th Floor Oklahoma City, OK 73102 Sam Samandi ' (405) 297-3877 (1) 150' x 40' Repaint & Cathodic Protection Coalgate Pump Station ' Oklahoma City Municipal. Improvement Authority -1990 100 North Walker, 4th Floor • Oklahoma City, OK 731C2 • (1) 150' x 40' CRT Repaint & Cathodic Protection Stonewall Pump Station 1 Delaware County RWD 43-1990 Rt. 3 Box 182 Jay, OK 74346 (1) 15' x 120' SP (1) 25' x 19' CRT ' Rogers County RWD 94-1990 210 W. Cooweescoowee Oolagah, OK 74053 ' (1) 100' x 10'-6" CRT Miller -Newell Engineers 71C West Street Cassville, MO 65625 George Ulmer (417) 847-4618 William A. Green & Assoc. 106 S. Decatur Malden, MO 63863 Bill Green (314) 276-3739 Self Engineered Self Engineered Van Lundy & Associates 308 N. Douglas Ellsworth, KS 67439 Dick Van Gundy/Thayer Smith (913) 472-3163 rHC, Inc. 4111 S. DArlington, Suite 400 Tulsa, OK 74135 Kirby Crowe (918) 663-7300 Page 11 CUSTOMER REFERENCES ENGINEER ' Tri-County Regional Water Distribution. ;istrict-1990 Russellville, AR 72801 (1) 24' x 24' CRT Perkins & Associates P.O. Box 219 Russellville, AR 72831 Loy Claunch (501) 968-1885 ADM - Riverport-1990 Self Engineered 1245 Channel Memphis, TN 38113 Joe Penn (9C1) 948-5581 Cl) 60' x 4C•' CFRT Clean-up City of West Plains -1990 P.O. Box 710 West Plains, MO 65775 (1) 66' x 80' KNCRT ' Village of Emerald Beach -1990 Rt. 1 Box 51 Gclden, NO 65658 (1) 13' x 70' SP City of Bellflcwer-_990 P.O. Box 67 ' Bellflower, MO 63333 (1) 14' x 120' SP (1) 6' x 88' SP Cut-Dcwn Mayes County Rfl #6-1993 Rt. 1 Box 359 Big Cabin, OK 74332 'Cl) 8' x 1CC' SP Farmland industries -1990 P.O. Box 570 Coffeyville, KS 67337 ' Roy Fisk (316) 251-4000 (1) 50'-:0½'1 x 35'-4" CRT G G Missouri Engineering P.O. Box 13 Rolla, MO 65401 Jerry Gilmore (314) 364-4003 Rozell Engineering 109 East Main Branson, Me 6566 Wayne Diebold (417) 334-4141 Groner & Picker 600 Eastland rive Jefferson City, MO Richard S. Groner (314) 634-3181 Utter and Associates 6128 E. 38th Street Tulsa, OK 74135 Gary Jtter (918) 664-7077 Self Engineered 65101 I Page 12 REFERENCES CUSTOMER Farmland Industries -199C P.O. Box 608 'Phillipsburg, KS 67661 Torn Wuggazer (913) 543-5246 (2) 32'-6" x 33'-6" CRT Roof Replacement (1) 67'-0" x 40'-0" CRT Roof Replacement Town of Whelen Springs -199C Box 39 Whelen Springs, AR 71772 (1) 14' x 105/106' S? 1 Rural Water District #10-1990 P.C. 3cx 70 c Linwcd, KS 66052 (1) 10' x 133' SP Sapulpa/Sand Springs Municipal Authority -1990 P.O. Box 338 Sand Springs, OK 74063 (1; 105' x 31'-6" CRT She r Western E&P, Inc. -1990 P.O. Drower MM '• Denver City, TX 79323 (1) 26' x 8' CRT C L C ENGINEER Self -Engineered Blaylock, Threet, Phillips & Associates 1501 Market Drive Little Rock, AR 72211 Carl J. Meurer (501) 224-3922 Kramer Engineering 2348 SW Topeka Ave. Topeka, KS 66611 Jack Kramer (913; 234-6600 FF.C, Inc. 4111 S. Darlington, Suite 400 Tulsa, OK 74135 Kirby Crowe (918) 663-7300 The Pritchard Corp. 8205 West 108th Terrace Overland Park, KS 66210 Charles King (913) 339-7884 Farmland Industries -1990 Set= Engineered P.C. Box 570 Coffeyville, KS 67337 Rev Fisk (3.6) 251-4000 (1) 45' x 35'-7" CRT Repair The Pritchard Corporation -1990 8235 W. 108th Terrace Overland Park, ES 66210 Ron Jackson 913) 661-6000 (1) Solid Transition (1) Liquid Transition Self Engineered I Page 13 1 CUSTOMER RNCTNRRR E I ADM P.O. Box 110 Fostoria, OH 44830 Mr. Jim Starling (419) 435-6633 95' x 40' CRT ' ADM P.O. Box 249 Blinn Road West Frankfort, IN 46041 ' Dennis Oberg (317) 654-8720 (1) 134' x 40'CRT ' ADM 1935 E. Euclid I Des Moines, IA 50316 Jerry Reith (515) 263-3253 (1) 100' x 40' CRT ' Lee County Water Association -1990 P. O. Drawer 537 ' Marianna, AR 72360 Mr. James Nicks (510) 295-6019 (1) 22' X 100' O.F. KNSSDR Self Engineered Self Engineered Self Engineered fillers, Oakley, Chester & Rike 6C0 Jefferson, Ste. 200 Menphis, TN 38105 Mr. Gilbert Douglas (901) 526-7321 Nashville Rural Water Association -1990 R^A, lnc. 435 North Main 4415 Jefferson Avenue ' Nashville, AR 72852 Texarkana, AR 75502 (501) 845-5442 Mr. Roger Ford (1) 25' X 30' CRT (501) 773-9967 ' (1) 20' X 74' SP (1) 20' X 114' SP (1) 30' X 80' SP I P.Q. Corporation -1990 17th St. & Kansas Avenue Kansas City, KS 66105 ' Mr. Gary Miller (913) 371-2528 (1) 16' X 38'6" Chemical Tank ' R.W.D. #7, Pittsburg County -1990 Star Route Box 53A Haywood, OK 74548 • Mr. Glen Jones (918) 389-4547 (]) 12'-9" X 110' SP Sequoyah County Water -1990 P. O. Box 160 Sallisaw, OK 74955 ' (1) 37' X 32' CRT - Repaint Back & Veatch 84CC Ward Parkway Kansas City, MO 64114 Mr. Ron Mesmer (913) 339-8059 Spear McCaleb, inc. 815 West Main Oklahoma City, CK 73106 Mr. Cecil Wildman (405) 232-7715 Self Engineered Rage 14 ' CUSTOMER El I C HI I REFERENCES Eatherly Construction, Inc. -1990 Box 756 Garden City, KS 67646 Mr. Jim Rogers (316) 276-6611 (1) &' X 100' SP Lawrence County Regional Water -1991 P. 0. Box 716 Walnut Ridge, AR 72476 (1) 30' X 15' CR? (1) 30' X 80' S?/CRP (1) 8' X 80' S?/CRT Pawnee County R.W.D. #2-1991 P. 0. Box 103 Terlton, OK 74081 Mr. Jimmie Green (918) 757-4125 (1) 15'-9" X 104' SP ENGINEER Engineering Services Cc. 409 Sierra Drive Lawrence, KS 66349 (913) 841-2136 Bond Consulting Engineers 208 North 6th Street West Memphis, AR 72303 Mr. Joe Max Higgins (501) 735-5150 Ward Nelson & Associates 1604 Monument Road Ponca City, OK 74604 (405) 762-4670 South Ozark Water User's Association -1991 Hawkins -Weir Engineers, Inc. P. 0. Box 276 411 Fayetteville Road Ozark, AR 72949 Van Buren, AR 72956 Mr. Bennis Chancey Mr. Larry Weir ' (501) 667-3466 (501) 474-1227 (1) 18' X 84' SP I El El I I II El I Adair Municipal P. 0. Box 198 Adair, OK 74330 (918) 785-2432 (1) 24' X 103' SP Authority -1991 Town of Big Flat -1991 P. 0. Box 101 Big Flat, AR 72617 Mr. Henry Smith (501) 448-5954 (1) 31' X 18' CRT Cleveland County & Outside Kingsland Water Association -1991 Cleveland County Courthouse Risen, AR 71665 (1) ;5' X 103' SP Taney County Water District #2-1991 P. C. Box 122 Powersite, MO 65731 (417) 334-8010 (1) 11' X 120' SP Gales Engineering Co. P. 0. Box 1568 Ft. Gibson, OK 74434 Mr. Carl Gales (918) 478-4044 Blaylock Threet Phillips & Assoc. 1501 Market Drive Little Rock, AR 7221: Mr. Bob Threet/Mr. Carl Meurer (501) 224-3922 Blaylock Threet Phillips & Assoc. 1501 Market Drive Little Rock, AR 72211 Mr. Carl Meurer (501) 224-3922 United Surveyors & Engineers P. 0. Box 1028 Kimberling Center, MO 65686 Mr. Donald C. Turner (417) 739-4517 I Page 15 CUSTOMER ENGINEER Acorn Water Association -;991 Engineering Services, Inc. Route 3 Box 397 P. 0. Box 282 Mena, AR 71953 Springfield, AR 72764 Mr. Bernie Boyd Mr. Jerry Martin '(1) 30' X 41' CRT (501) 751-8733 Plastene Supply Co. -1991 William A. Green & Associates 101 Meatte Street 106 South Decatur Portageville, MO 63873 Malden, MO 63863 (314) 379-3857 Mr. Bill Green (1) 15' X 120' SP (314) 276-3739 City of Republic -1991 Scott Consulting Engineers 219 Main 420 S. Avenue Republic, MO 65738 Springfield, MO 65738 '(417) 732-6065 Mr. John Forrester (1) 66' X 40' SSKNDR (417) 866-8644 'City of Dwight -1991 P. 0. Box 125 Dwight, KS 66849 ' Mr. Doug McKinney (913) 738-2218 (1) 121 X 1C0' SP (1) 24' X 47' Cut -Down L L L L I I I I I Landmark -1991 1103 E. Price, Ste. Keller, TX 76248 Mr. Joe Swinnea (8:7) 379-6816 Paint El Reno, OK Elevated Tank Kaw Valley Engineering P. o. Bcx 1304 Junction City, KS 66441 Mr. John Sheets (913) 762-5040 Fox & Dreschler 102 P. 0. Box 666 Ardmore, OK 73402 Mr. Steve Fox (405) 223-2319 Petroleum Fuel & Terminal -1991 8182 Maryland Avenue St. Louis, MC 63105 Mr. Phil Liles (314) 889-9600 (1) 67' X 32' CRT Petroleum Fuel & Terminal -1991 8182 Maryland Ave, St. Louis, MO 63105 Mr. Phil Liles (314) 889-9600 Cl) 67' X 32' CRT - Paint Madison County Water District -199: P. 0. Box 421 Huntsville, AR 72740 Mr. Junior dine (501) 738-6814 (1) 85' X 48' KCRT Self Engineered Self Engineered Engineering Services, Inc. P. 0. Box 282 Springdale, AR 72765 Mr. Jerry Martin (50]) 751-8733 .I IPage 16 ' CUSTOMER ENGINEER McIntosh R.W.D. #5-1991 Landes Engineering 'P. 0. Box 93 P. 0. Box 1032 Checotah, OK 74426 Shawnee, OK 74802-1032 Mr. Logan Sharp Mr. Richard Landes '(918) 473-2233 (405) 275-5388 (1) 13'-3" X 101' SP Morr Water, Inc. -1991 Self Engineered ' P. 0. Box 223 Morrison, OK 73061 Mr. Willie Sheets (1) 12'-9" X 120' SP Adair County R.W.D. #5-1991 Holloway, Updike, Bellen, Inc. 'Rt. 2 Box 464 818 E. Side Boulevard Westville, OK 74965 Muskogee, OK 74405 Ms. Maxine Campbell Mr. Les Whitaker (918) 723-5380 (918) 682-7811 ' (1) 101 X 71' SP (1) 101 X 101' SP 7 I I I I I I Barton County PWSD #1-199_ P. 0. Box 367 Lamar, MO 64759 (417) 682-3401 (1) 10' X 120' SP ADM -1991 200 W. 19th Ave. North Kansas City, MO 64116 Kerry Gunter (816) 221-2117 (1) 72' X 601 - Repair Tank #5 (1) 72' X 60' - Repair Tank #4 (1) 72' X 60' - Repair Tank #6 Cache Public Works Authority -1991 P. 0. Box 466 Cache, OK 73527 Mr. Roger Russell (405) 429-3354 (1) 19' X 120' SP Groner & Picker 600 Eastland Drive Jefferson City, MO 65101 Mr. Delmar Picker (314) 634-3181 Self Engineered Landmark Engineering 2314 E. Gore Blvd. Lawton, OK 735C1 Mr. Alvin Jung (405) 357-2022 Highway 71 Water Users Association -1991 Hawkins -weir Engineers Rt. 2 Box 465 411 Fayetteville Road Alma, AR 72921 Van Buren, AR 72956 Mr. Henry Howard Mr. Ronald Hawkins (501) 632-2508 (501) 474-1227 (1) 94' X 31' KCRT Farmland industries, :nc.-1991 Self Engineered P. 0. Box 570 Coffeyville, KS 67337 Mr. Dave Rcnfroe (316) 251-4000, Ext. 503 (1) 51' X 32' - Replace ]3ottoir ' Page 17 ' CUSTOMER H I I I H I U I n I I H I I Pittsburg Public P. O. Box A Pittsburg, OK 74560 Mr. John Labor (1) 24' X 16' CRT REFERENCES Works Authority -1991 Kerr-McGee Refining Ccrp.-1991 P. 0. Box 305 Wynnewood, OK 73098 (405) 665-6609 (1) 120' X 40' CRT - Replace Bottom P.W.S.D. #2, Jasper County -1991 Rt. 1 Box 120 Webb City, MO 64870 Mr. John Larson (417) 649-7549 (1) 10' X 100' SP Tahlequah Public Works Authority -1991 101 N. College Ave. Tahlequah, OK 74464 Mr. Charles Edward (1) 74' X 32' KNCRT P.W.S.D. #1, DeKalb County -1991 P. 0. Box 79 Clarksdale, MO 6443C Mr. Andy Smith (816) 393-5311 (1) 24' X 26' CRT R.W.D. A9, Cherokee County -1991 P. 0. Box 382 Hulbert, OK 74441 Mr. Norman Haws (1) 10' X 80' SP Andrew County P.W.S.D. 03-1991 P. 0. Box 87 Fillmore, MO 64449 Marion Pryor/Glenda Bar (816) 487-4007 (1) 10' X 110' SP R.W.S.S.W.D. #4-1991 200 S. Mississippi Atoka, OK 74525 (405) 889-5715 (1) 41'-4" X 96' SP (1) 60' X 24' CRT (1) 12' X 90' SP ENGINEER Dudley & Associates 525 S. 2nd Street McAlester, OK 74501 Mr. Richard Dudley (918) 423-9001 Self Engineered Crowley, Wade, Milstead, Inc. 3230 S. M-291 Independence, MO 64C57 Mr. Kenneth Zelk (816) 373-4800 Self Engineered Crowley Wade Milstcad, Inc. 3200 South M-291 Independence, MO 64057 Mr. Ken Zelk (816) 373-4800 Gould Engineering Co. P. 0. Box 160 Glenpool, OK 74033 Mr. George Gould (918) 322-3222 Miller & Associates 1390 Boone Ind. Drive Columbia, MO 65202 Mr. Guy Speckman (314) 443-1666 Poe & Associates 4343 Will Rogers Parkway Oklahoma City, OK 73108 Mr. Glen Byrd (405) 949-1962 IPage 18 1 1 1 1 1 CUSTOMER City of Liebenthal-1991 City Hall Liebenthal, KS 67553 Mr. Darol Randa (913) 222-3145 (1) 12' X 120' SP Pilot Knob R.W.D. 202 S. Shepard St. Ironton, MO 63650 (314) 734-2286 (1) 6' X 80' SP (1) 14' X 14' i:AL Ceid Y:45k!I Taylor & Associates, Inc. 509 N. 6th Garden City, KS 67846 Mr. Lot Taylor (316) 276-2356 #1-1991 Waters & Associates 908 S. Kings Highway Sikeston, MO 63801 (314) 471-5680 Williams Bros. Construction, Inc. -1991 Box 2222 Muskogee, OK 74402 Bob Williams/Jack E. Merson (918) 683-5653 (1) 14' X 55' SP ADM -1991 1245 Channel Memphis, TN 38113 Joe Penn (901) 948-5581 (1) 120' X 48' CRT Larson Construction, P. O. Box 1411 Manhattan, KS 66501 Bob Rogers 913) 537-0160 (1) 12 X 71' SP C.H. Guernsey & Co. N.W. 58th & Portland Oklahoma City, OK 73112 Marvin Kitchen (405) 947-5515 Burough & Stephens 5050 Poplar Ave., Ste. 020 Memphis, TN 38157 Bryan Stephens (901) 684-1112 Inc. -1991 Schwab-Eatcn 1123 Garden Way Manhattan, KS 66531 Chris Cox/Mike Butler (913) 539-4687 Kerr-McGee Refining Corp. -1991 Self Engineered 'P. O. Box 305 Wynnewood, OK 73098 Don Ward '(405) 665-6609 (1) 67' X 40' EFR - Bottom Replacement 'City of Hill City -1991 Penco Engineering 205 N. Pomeroy P. O. Box 392 ]fill City, KS 67642 Plainville, KS 67663 Carol Jones Dale Owings (913) 674-3438 (913) 434-2145 (1) 8' X 40' SP 'Coal County R.W.D. g5-1991 Spear & McCaleb Co., Inc. Rt. 1 Box 124C 815 W. Main Coalgate, OK 74538 Oklahoma City, OK 73106 'Kenneth McEntire Cecil Wildman (405) 927-3619 (405) 232-7715 (1) 10' X 100' SP ' Page 19 ' CUSTOMER L C C I I I 1] I I I C C C C C C Township Builders, Inc. -1991 P. O. Box 7252 Little Rock, AR 72217 Wallace Thomas (501) 664-2036 Cl) 95' X 18' KCRT Kerr-McGee Refining Corp. -1991 P. O. Box 305 Wynnewood, OK 73098 Don Ward (405) 665-6609 (1) 12C' X 40' Bottom Replacement & Shell Repair City of Greenwood -1991 P. O. Box 1450 Greenwood, AR 72936 (501) 996-2742 (1) 50' X 24' CRT (1) 51'-6" X 33' CRT (1) 16'-6" X 96' SP R.W.J. 41, Pottawatomie County -1992 P. O. Box 233 Wamego, KS 66547 (913) 456-2452 (1) 16' X 51' SP (1) 8' X 50' SP City of Brownell -1992 City Hall Brownell, KS 67521 Donald Storer, Mayor (1) 6' x 100' SP Kremlin -Hillsdale R.W.D. #1-1992 Rt. 1 Box 92A Kremlin, OK 73753 Richard Wuerflein (405) 874-2325 (1) 30' X 60' SP ADM -1992 608 Findlay Road Fostoria, OH 44830 Jim Starling (419) 435-6633 (1) 42' X 40' CRT Kerr -McGee -1992 P. O. Box 305 Wynnewood, OK 73098 Don Ward (405) 665-6609 (1) 35' X 30' - Repair ENGINEER Engineering Services, =nc. P. O. Box 282 Springdale, AR 72765 Jerry Martin (501) 751-8733 Self Engineered Hawkins -Weir Engineers _019 Pointer Trail East Van Burer., AR 72956 (501) 474-1227 Bartlett & West Eng., Inc. 5835 S.W. 29th St. Topeka, KS 66614 (913) 272-2252 Reiss & Goodness Engineers 2160 W. 21st St. Wichita, KS 67203 Charles Graber (316) 832-0213 Spear & McCaleb 815 W. Main Oklahoma City, Cecil Wildman (405) 232-7715 Self Engineered Self Engineered Cc., _nc. OK 73106 IPage 20 ' CUSTOMER ADM -1992 200 W. 19th Avenue 'North Kansas City, MO 64116 Bob Newman (816) 221-2117 '(1) 112' X 45' - Repair (1) 112' X 45' - Repair 'P.W.S.D. 04, Cole County -1992 Rt. 3 (Taos) Jefferson City, MO 65101 Gary Van DeVelde '(314) 395-4578 (1) 42' X 98' SP ENGINEER Self Engineered Groner & Picker, Inc. 600 Eastland Drive Jefferson City, MO 65101 Richard Groner (314) 634-3181 'Freedom Water Association -1992 Engineering Services, :nc. 507 Church Street 1207 S. Old Missouri Road Mena, AR 71953 Springdale, AR 72765 Harold Jones Jerry Martin I (1) 25' X 52' SP (501) 751-8733 (i) 11' X 81' SP 'City of Dyer -1992 Mickle, Wagner, Coleman, Inc. P. 0. Box 175 400 N. 15th Dyer, AR 72935 Fort Smith, AR 72901 'Movie McCabe Andy Dibble (501) 997-8557 (501) 783-5136 (1) 28' X 32' SP tDeerwood Estates -1992 Hawkins -Weir Engineers 1508 Mt. Harmony Road 41l Fayetteville Road Greenwood, AR 72936 Van Buren, AR 72956 'Joe W. Siegmund Barry McCormick (501) 996-6658 (501) 474-1227 (1) 29' X 41' SP 'ADM -1992 Burough & Stephens 1245 Channel 5050 Poplar Ave., Ste. 1020 Memphis, TN 38113 Memphis, TN 38157 ' Joe Penn Bryan Stephens (901) 948-5581 (901) 684-1112 (1) 60' Bottom Replacement Kerr-McGee Refining Corp. -1992 Self Engineered P. 0. Box 305 Wynnewood, OK 73098 Don Ward (405) 665-6609 (1) 67' X 40' Bottom Replacement ' C.) 67' X 40' Repair Petroleum Fuel & Terminal -1992 Self Engineered 2801 Rcck Road Granite City, 11 62040 .:chn Bruemmer (618) 452-4195 Page 22 ' REFE ' CUSTOMER Kerr-McGee Refining Corp. -1992 P. O. Box 305 ' Wynnewood, OK 73098 Don Ward (405) 665-6609 '(1) 42'-6" X 4C' Cut -Down CRT (1) 42'-6" X 40' New Const. CRT Self Engineered 'Walters -Morgan Construction, Irc.-1992 Self Engineered P. 0. Box 1687 Manhattan, KS 66502 (913) 539-7513 (1) 50' X 14'-6" OTT Purcell Public Works Authority -1992 Poe & Associates P. 0. Box 71 4343 Will Rogers Parkway Purcell, OK 7308C Oklahoma City, OK 731C8 60' X 71' SP (405) 949-1962 I 70' X 24' R.W.D. 7, Okmulgee County -1992 Utter & Associates P. C. Box 298 6128 E. 38th St., Ste. 315 Beggs, OK 74421 Tulsa, OR 74135 Terry Miller Gary Utter (918) 756-2733 (918) 664-7077 ' _6' X 16' CRT R.W.D. #6, Hughes County -1992 Spear & McCaleb Co., Inc. P. 0. Box 327 815 West Main 'Allen, OK 74825 Oklahoma City, OK 73106 (405) 892-2610 Cecil Wildman l2'-9" X 110' SSDR (405) 232-7715 20' X 44' SSDR Agricultural Minerals Corp. -1992 Self Engineered 'P. C. Box 456 Catoosa, OK 74015 33' Bottom Replacement 'PWSD #1, Carter County -1992 P. 0. Box 683 Van Buren, MO 63965 I (314) 323-4176 23'-6" X 24' CRT I I I I City of Nashville -1992 426 N. Main Nashville, AR 71852 (501) 845-1440 12' X 81' SP Harrah Public Works Authority -1992 1900 Church Avenue Harrah, OK 73045 (405) 454-2951 30' X 120' SSDR William A. Green & Associates 106 S. Decatur Malden, MO 63863 (314) 276-3739 NRS Consulting Engineers 4415 Jefferson Texarkana, AR 75502 (501) 773-9967 Spear & McCaleb Co., Inc. 815 West Main Oklahoma City, OK 73106 (405) 232-7715 Page 21 1 CUSTOMER REFERENCES ENGINEER I I I TI I I L C R.W.D. #3, Pushmataha P. 0. Box 67 Antlers, OK 74523 Robert Bruce (405) 298-3312 (1) .6' X .20' SP Washington County -1992 P. 0. Box 178 Farnington, AR 72730 (501) 267-2111 (1) 44'-6" X 21' (1) 8' X 64' (1) Altitude Vault (1) 8' X 71' (1) 8' X 68' (1) 8' X 101' City of Morrison -1992 Rt. 1 Box 243 Morrison, MO 65061 (314) 294-7215 (1) 8' X 60' SP Fulton County Water P. 0. Box 75 Glencoe, AR 72539 Linn Garner (501) 895-2991 (1) 20' X 100'/101' County -1992 Dudley & Associates P. 0. Box 1341 McAlester, OK 74502 Dick Dudley (918) 423-9001 Crafton Tull & Associates P. 0. Drawer 549 Rcgers, AR 72757 (501) 636-4838 Zurheide-Herrmann, Inc. 4333 W. Clayton Ave. St. Louis, MO 63110 Joe Mueller (314) 652-6805 Association -1992 Blaylock Threet Phillips & Assoc. 1501 Market Drive Little Rock, AR 72211 Carl Meurer (50.) 224-3922 SP Farmland Industries, Inc. -.992 North Linden Coffeyville, KS 67337 Galen Johnson (316) 251-4000 Kerr-McGee Refining Corp. -1992 P. C. Box 305 Wynnewood, OK 73098 Don Ward (405) 665-6609 Cl) 24' X 32' Sardis Water Association -1992 24216 N. Sardis Road. Bauxite, AR 72011 (501) 557-2644 (1) 12' X 88'/89' SP 'City of Holcomb -1992 200 N. Lynch Holcomb, KS 6785. '(316) 277-2265 (1) 12' X 120' SF Self Engineered Self Engineered Malone & Associates 133 Hcbson Avenue 'lot Springs, AR 71902 Bill Malone (501) 624-2892 Nixon & Associates P. 0. Box 3249 .ltt-eton, CO 8016. (3C3) 840-0570 I ' Page 23 CUSTOMER ENGINEER 'Kerr-McGee Refining -1992 Self Engineered P. O. Box 305 Wynnewood, OK 73098 'Don Ward (405) 665-6609 30' X 40' Repair 'City of Ash Flat -1992 P. C. Box 73 Ash Flat, AR 72513 (501) 994-7324 20' X 101' SP H I I H I J I I I I I I Tumbling Shoals Water Association -1992 P. 0. Box 73 Tumbling Shoals, AR 72581 Elden Hannah (501) 362-8510 Caughern Construction -1992 P. 0. Box 774 Heavener, OK 74937 Ray Caughern (918) 653-720C 12'-6" X 70' SP Coastal Refining & Marketing -1992 P. 0. Box 68 Augusta, KS 67010 (316) 775-1136 100' X 56' EFR Kerr-McGee Refining Corporation -1992 P. 0. Box 305 Wynnewood, OK 73098 Don Ward (405) 665-6509 30' X 40' Cut -Down Vilonia Waterworks 1089 Main Street Vilonia, AR 72173 Fred Weaver (501) 796-2711 32' X 95/96 SP Southern Cotton Oil P. 0. Box 8367 Memphis, TN 38108 (901) 452-3151 25' X 40' CRT Association -1992 Affiliated Engineers, inc. P. O. Box 1299 Hot Springs, AR 71902 Ronny Marshall (501) 624-4691 Miller -Newell Engineers P. 0. Box 717 Newport, AR 72112 Al Miller (501) 523-6531 Self Engineered Self Engineered Self Engineered Affiliated Engineers, Inc. P. 0. Box 1299 Hot Springs, AR 71902 Ronny Marshall (501) 624-4691 Self Engineered Page 24 CUSTOMER 'Southern Cotton Oil -1992 P. 0. Box 8367 Memphis, TN 38108 'Bruce Brunberg (9C1) 452-3151 I I I I I n I Greenville Manufacturing, 84 Fruit of the Loom Road Greenville, MS 38701 Terry Rudd (601) 335-8833 25' X 125' SSCRT Si' Kerr-McGee Refining -1992 P. 0. Box 305 Wynnewood, OK 73098 Don Ward (405) 665-6609 62'-6" New Bottom ENGINEER Self Engineered Inc. -1992 NRS Consulting Engineers 4415 Jefferson Avenue Texarkana, AR 75502 Larry Stone (501) 773-9967 R.W.D. #2, Okmulgee County -1992 P. 0. Box 447 Preston, OK 74456 (918) 756-8910 50'-10" X 28' CRT 12' X 62' Re -Paint 12' X 60' Re -Paint 38'-8" X 24' Cut -Down 'R.W.D. #9, Mayes P. 0. Box 916 Salina, OK 74365 '(918) 479-8326 18' X 40' SP 18' X 40' SP 22'-8" X 40' SP I [1 I I I I Self Engineered Poe & Associates 4343 Will Rogers Parkway Oklahoma City, OK 73108 Glen Byrd (405) 949-1962 County -1992 J.K. Lindsey Consulting Engrs. 1630 N. Vinita Street Tahlequah, OK 74464 (918) 456-4272 Kerr-McGee Refining -7992 P. 0. Box 305 Wynnewood, OK 73098 Don Ward (405) 665-6609 30' X 40' Repair Haynes Equipment -1992 11625 N. Santa Fe, Unit A Oklahoma City, OK 73114 (405) 755-1357 l4" X 72" 90" X 54" R.W.D. #3, Chautauqua County -;993 118 West Main Sedan, KS 67361 (316) 725-3031 10' X 80' SSCRT Self Engineered Self Engineered Shetlar Griffith 216 N. Jefferson Iola, KS 66749 (316) 365-5101 Shetlar I Page 25 CUSTOMER ENGINEER 'City of Atkins -1993 220 E. Main Atkins, AR 72823 '(501) 641-7853 54'-6" X 59' CRT Kerr-McGee Refining, Inc. -1993 ' P. 0. Box 305 Wynnewood, OK 73098 (405) 665-6609 80' X 40' CRT Sac -Osage Hospital -1993 P. 0. Box 426 Osceola, MO 64776 Terry Erwine (417) 646-8181 Petroleum Fuel & Terninai-1993 2801 Rock Road 'Granite City, IL 62040 John Bruemmer (618) 452-4195 I I Li I I I I I I Texas County PWSD P. 0. Box 424 Success, MO 65570 (417) 458-4569 McClelland Consulting Engineers 900 W. Markham Street Little Rock, AR 72201 Daryl Laws (501) 371-0272 Self Engineered Self Engineered Self Engineered #1-1993 Missouri Engineering 211 S. Highway 63 Rolla, MO 65401 (314) 364-4003 Kerr-McGee Refining -1993 P. 0. Box 305 Wynnewood, OK 73098 Don Ward (405) 665-6609 30' X 40' Repair ADM -1993 1940 E. Hull Avenue Des Moines, IA 50316 Kevin Swanson (515) 263-3250 Self Engineered Self Engineered I C C C H I II I I C C C I I I I I NCTICE OF AWARD To: Sefcc. Inc. 7274 West 81st Street Tulsa, Oklahoma 74131 PROJECT DESCRIPTION: City Improvements Contract Section I Storage Tanks. The OWNER has considered the PROPOSAL submitted by you 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 tanks in the amount of $1,817.867.00. 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. By: LJ Title: Engineer Receipt acknowledged this 12th day of August , 1994 SEFCO NC. By. 5r Title: P esident Section 00360 - 1 MCCa./,ane cant IY• Inarpa•aIM Fay.t?sv b, Arkansas I Jim Guy Tucker James L SakeW ' (iavvw 'J�•cbr :� STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR 10421 WEST MARKHAM • .ITTLE POCK, ARKANSAS 72205-2190 (501) 682-4500 • FAX, (501) 682-4532 • TDD• (800) 285.1131 I I I I I I July 7, 1994 Robert W. White McClelland Consulting Engineers, lr:c. P.C. Pox 1229 FayelLeville, AR 72702 RE: Water Storage Tanks rayettevil ]e, Arkansas Washington County Dear Mr. White: in response to your request, enclosed is Arkansas PrevaiLin£ Wage Determination Nunber 94-001 establishing the minimum wage rates to be paid on :he abuve-referenced project. These rates were estahiisned pursuant to the Arkansas Prev-az;ing Wage ].aw, Ark. Code Ann. •`y 22-9-3C1 to 22-9-313(]987) anc the administrative regulations promulgate:] thereunder. If the work is subJect to the Arkansas Prevail in Wage Law, every specifica:inn , sha11 include minimum prevailing wage rates for each craft, or type of worker as determined by the Arkansas Department of I ahcr Ark. Code Ann. § 22-9-308 ( h) 1 2) . Also, the ]'uh]ic body awarding the contract, shall cause to be inserted in the rentract. a stip.ilation to the effect that not less than the prevailing hourly rate of wages shall be paid to all workers performing work under the contract. Ark. Code Ann. §22-9-308(c). ' Additionally, the scale of wages shall be posted by the rnntractor in a prominentand easily accessible place at the work s'te. Arx. Cod" Ann. §22-9-3(191:x). I I I Also enr•;nsed is a "Statement of intent to Pay Prevailing Wages" form that. should also he _put in your_sped along with the wee_ determination. The Genera]\Prime Contractor is re aonsible for getting this fr.rm filled_ out and returned to this office within 3C dars of the Notice to Proceed for hissproject . Please notify_me when you issue your_Notice to Proceed for this project. If you have any questions pi ease feel free IC) contact me al (501 ) 682-4533 or through fax at 150] ) 682-4508, S nr e re I y, Ann Sanders l•revaiJing Wa£e Superv;sor Page 1 of 2 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - HEAVY RATE DATE: July 7, 199; DETERMINATION #: 94-001 PROJECT: Water Storage 'Tanks COUNTY: Washington Fayet:evi;ie, Arkansas EXPIRATION DATE: 01-07-95 SURVEY #: AH05 BASIC HOURLY FRINGE CLASSIFICA'T'ION RATE BENEFITS Hr' ck; ayer/Stcremaso•1 7.20 Carpenter 7.2a Ccncreat.e Finishe r/<'eneni. Mason 8.03 Flectrieian 12.00 Lahor er• 6.75 .46 Mechanic (3.90 Pipelaver 7.CC. Power Equipment. Operators: Group ii 8.95 Group III 8.70 Group IV 8.10 .+•elders --receive rate prescribed for craft performing operation :.o which weldir.g is incidental. C F R'I I F I F. I) JU.i 11 1994 I L Det . # _y _ Page of Power Equipment Operators I L� I H L L L I I I I I 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, l0S 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 l0S, end dump euclid, pumperete, spray machine and pressure grout machine, air 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 1 1 i 1 1 1 1 1 1 1 1 1 1 1 O H H W H H 0 El hi 4 Ct Jy tI b li W L Q. O OW o +•1 Co 4 W c-. m o G1 o .r 1d y Q 4Jo o Q, mss >L4 3 rn 0 Cl b .4 0.QQ 3 ab+ W R N R b OoZO \k y•tigUto ►itOC ita mc•�timQ CO m 9 4O1U3 Q b Q L. as Y. O Q 4 0+� {O Q W4 . b toki Um the Q N C OO Q y gti�U N b b H Vi cN W 0 3 � aQ4443'0 Cu Q at O'ti •'i N (1 C W y O M M Q. CO C ti3sxy4Oto w�>44�� 0 QO 4J(Ub GNU I. \ m CC 0) m ry -Q 3 c. •ti O U � 4JV .Q c -'-I C'bO O .C WL W Sv .~1Wi .� Vl .0 1 v4J G 0+.'.CON G7 N m c 3 -I4.}ki Ri 0 c�ob+b 0 aoioo►.L4 °._ : °! .4.1 ., .\ i : Icy yS. •.• I r .a •_ ,� L• •. a �rZ• Y +j •S •+ • f •�a ... ,:+ 4- 'R.:. ..°•i••T •.. a .i•.• . . �. ,�•: r+ ,. °f•, S• F i �. . LA° ..' . c r1 ' 1 °I r ,.• ; a� r , •.l r.t I. / S �"rr —d� .. a 1 . " . .!' .a ai • • ll• i ' : }•i :'.�r�: �.• .1 r r .. •• •r•• r. 1 r, , r•';• ••i11 ��• .• i°a .• ••, ,!- r a it •. ;YI 4 }.,;=• • • I• . _ - • . r• ~�•.• ,•. • • ' a -. • 1 r• • :Y ' FII •••• •• %r�• 1't,'"{SI� , ,,, r ^ • • • 1 an • , U. : r• =:r • �;r. •• i° a• •, • f;" 4• •fir �aM1:, • •.r•: f • •,,, • •.. r •M1i •lY% a. l Y. r a. S r .a U \ • r, iC `• , u ` \ ! ` •i` ` a °• 1 • r :\ • \ Y •`° a •• • ` r • f • •!• ... I. • M1 ., • ••` .! a , . ••_•_•%°, •r • •I _. ' • f• ; •,.' •, r d, Y .. ,••r •IN • .•f.• % .t Y rJ • • a, n , • .. f ,• • , a a.. .... I. : ••/� +•• ,•'r•:i I •° .. PART •°: .ate .. . •. i ••, •r • .Y;}.• •.i,•• . M1'. r •Y• • •• • •' '•ICI• rl.h• .U• Y• rCOtku •R� , ••r, y I • -. I .. , •I '1. .+'`. ti I • / U. • , 1 • •. a 1 'r °,•. II •1, , f• r }• a° Jam., „ 1. • • •• • �• r •.y •,1 r, aM �M•.• `a I • •I r•. • rr ,• r. _•• ,..n\• •r , M1'. • • • • • r a r , I.' II ••• W. • ,,, I .• • •P, ., ",L • ••. •, 1� • I I+•, ! L :•. r L •• ` M1ir ` r , I +• • _ •f.•' ` • • I. • r. ' ... 4 ' •al r .• • .•._'i:d. .•I.. • . •I ° . I. II - `. 'L: . .. :iJ. •t f. L I _I. • • r ! , ', I ., lfi • n . • r!:• . M. M,, •. ft l :J I . 1 n i ,I ; i_� r . ..• U. V Y .{.. .l1 • r °.•� n •.. . t y.. • . . . . ,• 1• . _I_ •......I • I• • r • • , .:y. .M1 • •,• • .1 .r a • Ur .� ••• ..'r. ' "••` r••• •. f a a . • ••• ..J• • Mfr, •. • •• •:_• • ,• • • .. • `••• • f •. ••• !•• I. •• • •. .. M1r .. 4 . i r ".I. 1 ! a • 1• 1. II 11 I I I I I I SECTION CC5CC CONTRACT THIS AGREEMENT, made and entered into on the day of September, 1994, by and between Sefco. Inc., 7274 West 81st Street. Tulsa, Oklahoma 74131 herein called the Contractor, and the City of Fayettevillc, Arkansas, hereinafter called the Owner: That the Cortractcr, 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 WATER SYSTEM IMPROVEMENTS, Contract Section II, Two 6 Million Gallon Water Storage Tanks, dated March, 1992, 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. TITLE Sheet No. 1 Cover Sheet, Location Map, Sheet Index Sheet No. 2 Kessler Mountain Tanks, Site and Grading ' Plan Sheet No. 3 Kessler Mountain Tanks, Cross Sections Sheet No. 4 Kessler Mountain Tanks, Cross Sections ' Sheet Na. 5 Plan and Profile, Tank Access Road Sheet No. 6 Plan and Profile, Tank Access Road Sheet No. 7 Plan and Profile, Tank Access Road U Sheet No. 8 Plan and Profile, Tank Access Road Sheet No. 9 Tank and Piping Layout Plans Sheet No. 10 Tank and Piping Details Sheet No. 11 Miscellaneous Details 'Sheet No. 12 Electrical Plans and Details 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 work hereunder in a total of 300 calendar days. I H Section 00500 - 1 H MCU.l"ana fll Enpino.a' qmoara•W FaJ+HanYI. A.kamas 1. I I I I I I L I I I !'I H S I 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. Eight Hundred Seventeen Thousand, Eight Hundred Sixty Seven Dollars ($1,817.867.00), based on the Base Bid Price contained herein. 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. 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 connection with the construction of 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. In the event that the Contractor shall fail to complete the work within the time limit or the extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid at the rates designated in the Proposal. 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. McCUrtand a Canwltina flEnQfnaars InWrparateJ Fayette mite, Artamai Section 00500 - 2 I. 11 I I Li L I I 8. No additional work or extras same shall be duly authorized the Owner in writing. IN WITNESS WHEREOF, the parties hereto ha on the day and date first above written, each of which shall, without proof or shall be done unless the by appropriate action by ve executed this Agreement in six (6) counterparts, accounting for the other counterpart be deemed an original Contract. 12►M4�Ix;S9�� ' ATTEST: I I I I City Clerk Approved as form: c Attorn y 'for Owner Sefco, Inc. Contractor CITY OF FAYETTEVILLE Owner By Mayor Title Section I M=Chliand Canwlflnq ' Enpinasn /naeraa•aNQ Fa)./hHls. Arkansas I Cci17/94P C `FYC- :SSIRAACF I r , - C% 3142 'I;I:A CK ;41C1 !la-CcfltitEtt Cascalt} Cc Eancver :nst:ra: c.e Cc :e!cc Inc era :'ettcr. Cc :IC a`: larve: Painting arc Cc11st:Lct lcn :LC 127.1 i Sl;t Tisa CH X131 -- 1C/1/S4 irc.I/CCffr rFCr - CzctIre.; CE 5I,CCC Ayyreyate 11CC fliyita :rcrfl atcve are In trc::car.# •c . I C- 1 J] 1C/194 . rr• I IAll ,.Ek I Ftilcers F1s't h:icC7�tCC 1C/1/93 IC/1/c4 ItCC, cc: sate 'CeItif:Cate Idler iS rencc ar ACat : Cra1 irscreC ns respects GerC. Iia:. a11a Fa:vet ct :.::t'vcgaticr aprlien. !:cC1e11ar. Ccnsult1nc 5nc1:ccrE Is riaaEi a� 1 F1C1tiC^•a• I ELrea a_ :heir irteres: zay arre2l. .'rC° # SNLC 1 City c: Faye:tevllle a :cyr'teville Ark 727C1 II L 'c: A. laden,_..y`c_.C I B?.YC= :SSLOAHC? C R X 142 ' :11c.4 CF 7u1C: :LFCC� IAC.� :L.. CI :C"FPIY :IC, YAEVPL }AIYYIIG F CC!i:' i LC -..C., :3C. ,r-cA CY 741 •VYV 1 1 1 1 U ,i S:4:: Cl FBYASSA3 1 1 :7Y CF FAYL11E :111 I iifS'. !CUI'IAI: FtYF';`F:IL? Fa c i 1 CV17/�y# CCCPEFC:AL UYICS :9S AtiCI 1C/C1/5_ IC/C1/Y" ICC,CCC SCC,CCC 1CC�CCC ��P R 54LC LJ I Li I I I I I STATE INSURANCE rJND P.C. BCX 53505 OKLAHOMA CITY, OKLAHOMA 73152 (405) 232-7663 CERTIFICATE OF INSURANCE CERTIFICATE ISSUED TO: CITY OF FAYETTEVILLE 113 WEST MOUNTAIN FAYETTEVILLE , AR 72701 FORM UN75 THIS IS TO CERTIFY THAT POLICY NUMBER 00320234 93 1 ISSUED IN THE NAME OF: SEFCO INC 7274 W GIST TULSA OK 74131 IS IN FORCE ON THE DATE HEREOF, AS FOLLOWS: OTHER BUSINESSES COVERED: CERTIFICATE OF INSURANCE APPLIES ONLY TO LOCATIONS AND OPERATIONS WITHIN THE STATE OF OKLAHOMA AND EXTRA TERRITORIAL JURISDICTION. THIS POLICY DOES NOT COVER INJURIES TO RESIDENTS OF OTHER STATES WHILE PERFORMING WORK IN THAT OTHER STATE UNLESS SUCH WORKER IS HIRED IN OKLAHOMA AND SPECIFICALLY AFFORDED COVERAGE BY ENDORSEMENT KIND OF INSURANCE: WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY PERIOD: EFFECTIVE: 10 01 93 AT 12t01 A.M. EXPIRES: 10 01 94 AT 12101 A.M. THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS EXTENDS OR ALTERS THE COVERAGE AFFORDED IN THE POLICY DESCRIBED HEREIN. L:MITS OF LIABILITY: WORKERS COMPENSATION INSURANCE: FULLY COMPLIES WITH THE REQUIREMENTS OF THE STATE LAWS OF OKLAHOMA. EMPLOYERS LIABILITY INSURANCE: BODILY INJURY BY ACCIDENT 500,000 EACH ACCIDENT BODILY INJURY BY DISEASE 500,000 EACH EMPLOYEE BODILY INJURY BY ➢ISEASE 500,000 POLICY LIMIT THE DESCRIBED POLICY IS A STANDARD OKLAHOMA WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY APPROVED BY THE STATE PROPERTY AND CASUALTY RATE BOARD. IN THE EVENT OF ANY MATERIA:, CHANGE IN, OR CANCELLATION OF SAID POLICY THE UNDERSIGNED COMPANY WILL GIVE A 30 DAY WRITTEN NOTICE TO THE PARTY TO WHOM THIS CERTIFICATE IS ISSUED, BWt)ZA WI1E< pti�xg( p pgTcp�Sgx� �x�p�pY x x Q�P�� NRFinlABbdflYxUAONxBH9 C®MP�AIx SIGNED 08-15-94 AT ITS OKLAHOMA CITY, OKLAHOMA OFFICE. OKLAHOMA STATE INSURANCE FUND UNDERWRITER JOB DESC: CITY OF FAYETTEVILLE JOB NO. 9440 SR State Insurance Fond P.O. Box 53505 Oklahoma City, OK 73152 (405) 232-7663 - - -- -- - -e.AW AC"'t"• /1��w oC ���� ISSUE DATE (MM/ODNY CERTIFICATE ��... I •�.' .. n" r 09/12/94 DUCER THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE ON T. JACKSON AGENCY POLICIES BELOW. .O. BOX 229 '- COMPANIES AFFORDING COVERAGE APULPA OK 74067 COMPANY A 1.TULSAv LETTER MIDLANDS MANAGEMENT CORP COMPANY REO LETTER B EFCO, INC., COMPANV C ARVEL PAINTING & inTER ONSTRUCTION, INC. COMPANY 0 274 W 81 ST .ETTER OX 74131 COMPANY ETTER E VE�/IGES :R .� Y' ` :k_ THIS IS TO CERTIFY THAT THE FOL;C•ES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND COND TIONS OF SJCH POJCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS DO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS IN THOUSAND LTN DATE (MMIDOM') DATE (MMIDDIYI') GENERAL LIABILITY GENERA. AGGREGATE i COMMERCIAL GENERAL .IABIL 'Y PROOUCTS-COMPIOP AGO i CLAIMS MADE OCCUR PERSONAL & ACV INJURY S OWNER'S S COWRACTOR S PPOI EACH OCCURRENCE i FIRE DAMAGE (MY one tire) S MED EXPENSE (My aM pMBa1) S AUTOMOBILE LIABILITY COMBINED SINGLE ANY AUTO L MIT ALL OWNED AUTOS BODI.V INJURY $ SCHEDULED AUTOS (Pw per) ,HIRED AUTOS I BODILY INJURY i NON -OWNED ALTOS (Par Aaldent) GARAGE LIABILITY PROPERTY DAMAGE i EXCESS LIABILITY CP0001511 10/01/93 10/01/94 EACH OCCURRENCE i X UMBRELLA FORM AGGREGATE 4, 000 i 4, 000 OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTOPV LIM IS EACH ACCIDENT S AND DISEASE —POLICY LIMIT i EMPLOYERSLIABILITY ' DISEASE —EACH EMPLOYEE i OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAL ITEMS ADDITIONAL INSURED - SAME AS CERTIFICATE HOLDER ADDITIONAL INSURED - MCCLELLAND CONSULTING ENGINEERS, INC.-P 0 BOX 1229 FAYETTEVILLE, AR 72702 CERTIFICATE HOLDER CANCELLATION ' ' ': ' •r ' .'.,?li r :�r+� .•Yyww.•. . J�/ • .. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL K flK 1O( CITY OF FAYETTEVILLE MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 113 W MOUNTAIN FAYETTEVILLE, AR 72701 AUTNORIZED R T WE 25-S (7/901 •r_T:cr_ T11TrMT14 a `r • ' ` SEFCO, 1NG.;r :.,:., , ,a;�� . PHONE 918-224.2358 . 7274 WEST 81st ST. . TULSA, OKLA. 74131 S1:FC 0, ' l.ti'(:. September 9, 1994 Ms. Mildred D. Webster McClelland Consulting Engineers, Inc. P. 0. Box 1229 Fayetteville, AR 72702-1229 RE: Sefco Job 9440; City of Fayetteville Dear Ms. Webster: The BFCGL shown on our certificate of insurance stands for Broad Form Commercial Genera] Liability. This type of policy covers all occurences. The certificate of insurance for cur umbrella coverage will be hand carried to the meeting Thursday. This coverage is provided through a different agent than our other coverages and I neglected to request a certificate from them. Please accept my apologies for any inconvenience this may have caused. If we can be of further assistance please do not hesitate to contact us. Sincerely, SEFCO, INC. J Jodi Eisenhour Office Manager JE:sc II I. -1+: I I. ' Bryce ins Agency Box 3142 Tulsa Ok 741C1-3142 IA•F PM1;, 5•A I. 1:., II II City of Fayetteville 1:3 W Mountain Fayetteville Ar 727,01 rasrs:ets.•.�- x ' McC.eiland Consulting Engineer 18:0 N Coece Fayettev:_le AR 72103 L. SEFIA1-9 9 Mid -Continent Casualty Co 12:01 a August 11 94 Cctober 1 94 OCP Policy: Contractor: Sefcc Inc Job #9440 1 I - 1,000,CC0 1,000,000 "L, ', f Tom A I.ad_�jr� ,�.(d6."39/ih;"�•5 ERTlFIcATE OF' INSURANCE .:',... aR:rDATrINM 1][Ya}C�[}1 9XV94 PtODIICBR xI5LT SQL I MIACERTIDCATE W LABLEDAS AMATTEROI INTORMATION ONLYAND lLl1JLu CQNELA9 NO 8tGN7S l•T:YTIW Cti[[IY7CATC HOLULR I HI$ CLIIT111CATE DOER MOT AMRNt tfTUMe OR ALTER THE COVtRA CR ASTORDED LW Tilt POLICES BELOW The Cadlaon Company, Inc. COMPANIESAFFORDING COVERAGE P.O. Box S50 COMPANY LNo Rock. AR 7x2v3 LL:TER A AMERISL'RE INSURANCE COMPAii INStMID LETTER B MICHIGAN MUTUAL. INS COMPAM 1 LrraR C MICHIGAN MUTUAL INS Hunco Halldcra, Inc mMPANY _. -_ -_- -..-.. - _ --^�-. 3LBTTRR D MICHIGAN MUTUAL INS P.O. Box8 Pl.mx;ew AR 72857 CONrANl' LETTER F. f'fi'VSVRACCc- �"�• tins is TO CLRTIIY THAT THE POLMAS at INNUMA. CL unto RPLO W HAVE RAIN LSSVLD TO THE I VSL MLD M.MW AEG VI FOR THE POLICY K IOD INDICATN1. N(TWTIM.4TANDING ANY RLOLIRLNENT, TERM OR CONDITION Cr ANY CONTRACT Ok OTI@R DOCLMtW WITH RESPECT TO WTDCH THIS CERTIFICATE MAY BE ISSL•ED 0R MAY fMTATA, :LIE I.'SITIANCE Ar7OtDW BY TILL POLICIES Dt8CRTED HEREII II SLIJECTTO ALL 113 TERN4, EXCLI%IONS AM) CONDOS Of Ito" POLICIES LISI,TS FkQWN MAY NAVE OREN REDUCED lYPAIO CLAIMS. -O TYPE Or"Ata ANCP rOJCV NEMRSR POLICY EEr MLICV MAP LINKS TR DAM IMM.ODn117 DATR p1MAunY7 A GENERAL LIABILITY CPP0262416 1130'S4 t17C195 CLNEXAL AGGREGATE 1000000 1. GENERAL LIABILITY CLAW MADE ®OCC. R7 ! CONTRACT I PROT B ALTOMOBILE LIABILITY ANY ALTO ALL OWNED AUTOS RCHSOLTAID ALTOS l.ON47%4 ED ALr111a GASAGL LIABILITY C EECI;AB LIABILITY x LMBRILLA FORM OTHEI THAN UMIHSLLA PORN D WOW MV CO►@BNBATION AND BMPtOVSMM LIABILITY CAG.074B52 CU0256869 1 170.94 1 :130,95 1130.94 1,70195 :/30!94 1 I/3C'95 PRODLOMPIOPACC I 1000000- _ PLRS.A ADV I½:LRI' I 1000000 EACH OCC%'RRENCE ,:00000 fRE DAMACEIOae I1r.I 50000 MED. ExP One Pre SOW coME,MLD SINCLL ; 000000 LIMIT l — BODILY INJtli P,e PAew,l BODILY DJL% Ree as i4we rROPERTY DAMAGE 24CM OCCLRRL'Ct 1000000 -- 4CCREGAT6 1.030000 .. Inerrmnvv Iwm .. „ - EACH ACCIDENT 100000 DISEASE-MLICYLIMIT 5DDD___ DISEASE-t4Ctl EYr 1000.70 ER OTH 1 I • rJ y, DLM7UfTIONOfOPLtAT1oNSaOCAT7oNSVEW(LP&'EPEbILL mBMj THE CLRTWICATE HOLDER IS NAMED AS ADDITIONAL LNSf:AED AS RESPECTS TO THE FAYhTPE\'pyE OOH 'ATER TAh'A5). :14ULDil,A',r--.•o- - ........�.._--_ - CA14CiLLATWV _ SHOLTD a Y CFTI AMOV a DS@CL18CD POLIC:LS LE CAYCELLED P STORE THE P�IRA1 rov Ed THLMEO1, THE IS$.3NC CCMPA%Y• WILL XM'XMXK NAIL 11) DAIS WRTTE%NOTICP TOOTill uCFFRTIfICATTPIIOLLI DRh OILDTOT112 LEn. tt,XXZX XEk* s 'Ia444x$ xn��c�SAq/t/In/I SEPCO, INC XMYOCkiUIB(9fXXWXXOQIIX4P1C9fkk9l°X%�ikR4M39FiNFlt9PiFXRKRR'� 1274 V.'. 81ST ALT R17PB REI NPS [yf ATM1S TULSA, GK 74111 / g IYJVIi 1 ns J U CERT CATE--OP..TNTSL,I ANcE',.a,; ; .; •'`, s_4Tc.IUDDv fl L B. ,aDDIrsA "REVISED" THIS CLNTILICATL ISISSLLDAEA MATTER OTI.NJCAN ATIO\ONLY AND CO..WZES NO IUGNTE ITONTUE CEATIRCATE HOLOLA T12A CLRTITICATR ' DOESNOT MtE.W. EJ[7E,N0 OR ALTER THE CO%7ERAGLA IDRDEU EY TIM POLICIES DV ON The Ceeltlo0 ContPAOy, Inc. Po Boxssu COMPANIES AFFORDING COVERAGE LNc Rock, AR 12203 I LLT'RR A AMERUSURE $NSLRANCE COMPANY LMIR B MICHIGAN MUTUAL INS. rOMPMY LETRA C MICHIGAN MUTUAL INS Huwco Bu1Wen. Inc. COMPANY P 0 Hor 38 LRTTRR D MICHIGAN Mtr. UAL RCS - --. -- --- --- - Plemview AR 72857 CCMrANY LEri1A E fY1VFRAf:F.C THIS 1\TOCEITIIIITHAT TIM POLICIES OFIMUL&'ICR I IfRn ERI0%% HAVE IFRN IOSLED TO THE 1'W LARD vAMED AEOYE NA'1iE POLICY PCIUOD .YDICATED HS NOTWl7TANDNC MY REQNRAM6\-,T80.N oR C0\Lrf10N Of ANY CONTRACT OA O:'NRA DOCtMBHY MITH AL. fEC7 TO NNICH 11119 CRR71fCATR MAY It IESLIM OA MAY PERTAI V. 1H IM[ RA%CL APYORDED EY THE roLlCNJ DESCR7EED JIRRPIN H SLADJECT TO ALL tiff TER4tq ' EICLWIOMJ NR ACOMRICNR Or EL'CH ►OLICSEA UNIT efOiN MAY HAVEbtLN AWLCIA H MW CLAIMS Co TYll OE 1WL71APCCR POLICY KIT. POLICY RIP. fOLICI Nl,.M6RR TA DATE MMND.'YY) DwT[ NM�DO/YY3 LIMfl9 ' A GENERALLLAERY --_ — J1CPP0262416 1130.43 1:10195 CGN'ER„LAGGAEGATL 1000000 ' X COMM. camtsu i I IAAILITY HIODCO4ir'OP 4CG 1000000 L " 0 41M2 MADE I idOOC. rim.& ADv 1N477[Y 10;000;, OYNR'N • COMAACTS mar PACH OCCL'A2PNCI _ . - ._ f7AR O tlo.sOiu i1.AI 500 - _ MNn FIr qH rwi 50110 $ AITOMOELLE IJAAR in CAG:074I52 1.3C/9. ANYAUTO LImrr TU)EINGLB 101YA)00 LIMIT ALL ONT®All O! ECCILY LJLT1 SCI6D[^..[D AUTOS ;Par prwaj X WRIDADTOR _ .__ .. -- _ NO.l1LY :NJUKY NONOwNED AUTOS Ow AAComn CAAAGR LIABILITY PAORRTY DAMAGE C RAC•EMBRE RJT4 CU0256S69 113094 1;30.95 EACH OCCL9ATNCR ;OQO0 O ' X UMBAELLAPOAM AGGREGATE 1000000 OfRR THAN VMSRRI LA FORM D WC109063800 1:3094 i095 X ETATCTORVLIMm wOR1cER8•COLOINSAT[O$ AIm LACH ACCIDE\T 1000CCAE DISBA-PCLICY LIMIT 5000CC EMrL017A7 LIASI.RY ___ _ —. _. ---- _.�_ .---_----- . ------- n ERASLSACHt tP 10P40 OTHRR THIS CERUFICATI REPLACES 111E ORIG!NAJ CFRIIFICA E DATED R/ 0/94, ' DEECR f•IhJN Of GENE nPRAATIONS'LOCATONRMIDCLR&EPRCIL — - — — -- - ' THE CERTRICA7'F HOLDER IS NAMED AS A.DDmONAL ENSURED AS RLSP£CIS TO THE FAYETTEVILS JOB •WATER TANKS). A WAIVER OF SUBRGG.4: ION APPLES ' :0 Tlfl� T �L41.'»RR ;. THE WORKERS COMP COvF7-..... - __ �.. - .`_ CAV(:MAT10N' EIIOLUD ANY ON :MP AUOV DESCRIEID POLICIP.. EE CA%rfyLyLEyDyB,NEyFOARI4EC THE PYKPATIO\ LAIL :MNEOr THE 1SSLING C.OMl.1NY IA U nY1'f5')[NKH ' ! MAIL 1'i DA.NW`X=%NOTSCL T L TNl':EATia(4TR HOLE RR %A yLI ',c CITY OF FAYEITEviIJ E LETI, ETq�J( '('j}E{ (kgp,' ATTN. CRY HAL.i. XE1pICJX1(D1'AVi7iKJp(4PIF!(1WtXxf09P}CY.1G}iX487F'kdLJ6.`EIP1E1f9EkDllJf31i1PX 113 W MOLT.TALN S :RFFT f 4•.i1 �P}I- r Alt%. L FAYETTE�'ILLF.. AR 7270. ,f I C I I I 1 u I 1 I [] I 1 I I CE "Y`',. ••,'' ?, IWLX LATE (AI A1A%1111 •""��>A''I`�ERfiI{'ZCA'TE'�OFINS `°�• • • • • tl 1 9108!54 e*OD{ Q "REVISED' TIDE CRRTIFTCATS IS ISSUED AEA MATTER Of IN7OM RATION OWLY AND Comm NO R1CRT7 LTONTIIL CtfT:ncATE IIOIDER. TICS CERTITICATx BOBS NOT AMEND. EXTEND 0R ALTER TNt COURAGE AITORDRD EYTHE POUaga tILCW The Cashion COmplay, Inc. COMPANIES AFFORDING COVERAGE P.O. Box 550 --_____________________ COMPANY Unit Rock, AR 72203 LETTxR A AMFRISURE INS UR NCE COMPANY '-'"' - - LETTER B MICHIGAN .MUTUAL INS. LVSLTLED COMPANY LITTER C MICHIGAN MUTUAL LN5. Hunco Builder, foe COMPANY. - - --- LITTER D MN'ICHIGAMI711;AI. INS P. O. BoX 38 Plainview AR 72857 COMPA)fl -- - - F LaTRR THIS IS TO CERTLEY THAT THE POLICIES OF INSLRANCE L:nTRD BELOW RAVE UXN 1SSL'ED TO THE USURED NAMkD ABOVE FORTILE POLICY PERIOD INDICATED NOTV MTANTNNG ANY RtOLIIRMENf, TRIM OR CONDITION 01 AW CONT RACT OR OTTER 5ocLBLEcr Wrn4 •LAYLCT TO WHICH TICS CEIttfMATR MAY BE ISSUED OR MAY PERTAIN, YI1 IN.UKANC6 AFTORDID BY TILE POLICIES DESCLIW W HEREIN IS IIaJICT TO ALL THE T XAMf, LYCLLVIONS AND CONDIT101q Of SUCH POLI IES. LIMITS SHOWN MAY DAVE TYPl Cl INSWI VC1 POLICY NL'MtLR BEEN REDUCED IV PAM CLAIMS. POLICYtif. POUCY1xT. L:MRS CO TI GRNERALLLABILIT' CPP0262416 DATE OAMIDDYYI DATt IMMODM7 1130'94 1/30105 CtNtRAL AGCRXCATI 1000000 A Te COMM GENERAL LIAfl.1TY PkoD.COMPIOP AGO- IOOCIOa'1 CWMS MAPR MOcc. PIRS. A ACV I.l1UCY -- _ OWNERS• CONTIACTB PROT _____ LACK O CURRENCE 1000" iTRE DANCLTO,r. ni.1 3�.OOQ _ _ __ Mkn •XP ?e^.P.,� 5000 Ii AUrOMOEU.RLIADILT:Y CAIOI074851 1;30194 i:3095 COMIINW e,NCLE 1a'(KAJ ANY AUTO LIMIT ALL OWNED ALTOS ._ BODILY I'.Jtl% scan Lt ALTOS ON pen) X HUED AUTOb BOOILY INIL9V NON4N'MD AUI IF" '"n1. CAR.ACB LIABILITY ---- I PROPERTYDAM4CF C CXCmLIAZILRY CUOIS6969 1/30194 113095 ' ENaloecLRRRNCE --- 1000000 X IMWIRLw FORM I ' AOOKSOATg 1000000 OTWOR THANLMBRBLLA IORSS '.'.. .... ^^^. . D WC109➢6T800 1!3019{ L3J19S STA7LTORYLIMIYy WOIEBEN COMPCNSATION LACK ACCIDENT J A1JD DISLASS-POLICY LIMIT W00000 EMILOYRR9 LIAAILI Y DISEIIL.FACHEMP OTHER - _ ._ _ ___ D!SCRI/ ION Of OPRIATIONVILOCATIONS/ LWCLWI.+AnCIAL ITEMS THE CERTIFICATE HOLDER iS NAMED AS ADDrONAL LNSL;RTD AS IU-SPEers TO THE PAVE TTEVILLE JOB (WATER TANI(SI THIS CERTIFICATE REPLACES THE ORIGINAL CERTIFICATE DATED 8/30/94. 'TE fI I }N'•- CAh(;E1.LATtO\ SHOLLD ANN Oft HE ABOVE DISCLJLED POLICIL' 06 CANCELLED tutu E THE EXPIRATION DATE 7KEPAOF.TIV ISSLIVG COMMAVYNTLL)mx3N XXXxx MAIL CAYS WRrrFRNNOT.CE TO TI!! CLRTIhCATR IIOLDRR NAMSI)TO THE MCCI FLLAND CONSULTLNG LLYf](d(76R'$ij(0($Oj1,N$(mp]tTjEL, ENGD1PSRS .• X1lY,dill'1f CK0i4f►�QrY70KJEJl9l9l!1fXri9lkRSM�9HI9i1i714C7PAIk'IR.f'X 1810 N COLLEGE �-- ------ - --- - rIt AtT RL?P/II RAPS. I,F TATIL E' 1 FAYEITEV.2Ly, AR 7:732 1 1 A ORD 251 Of90Y , R _.._ _..._ Bond No. 0074927 I I I H I I I L L L I I I I ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We Sefco Inc. 7274 West 81st Street1 Tulsa Oklahoma 74131 as Principal, hereinafter called Principal, and Mid -Continent Ca! a corporation organized and existing under the laws of the State of Arkansas and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto the City of Fayetteville Arkansas as Obligee, hereinafter called Owner, in the amount of One Million, Eight Hundred Seventeen Thousand. Eight Hundred Sixty Seven Dollars (S1,817.867.00), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated olio �4 co entered into a contract with Owner for constructio of water sy ems improvements, consisting of two 6 million gallon water sbexage� tanks, which contract is by reference made a part hereof, sac- is hereinafter referred to as the Contract. Z m THE CONDITION OF THIS OBLIGATION is such that if the prinemipal' 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 _c reimburse and repay the Owner all outlay and expense which the 1' 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 or, 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 on 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. MOON/lano ConMtIIing En1n.1r, FofINvllt., drvonsas Section 00500 - 4 u I II C U J I 7 I I El J I I J In no evenL shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this day of September, 1994. Sefco, Inc. Princi Mid -Continent Casualty Company Surety ByL �ul'�, . c7( x ,Xttorney-in- fact NKN'eafE In_'OaaNQ py.tt. Hlf., A�tpmm Section 00500 - 5 I MlacopcnlwawrcAsislay CXMG W . OkMwa I1St •aospauuadamSsledOlI home holeg� —tMtYcipof1 WOld+am.,paraauothefollowingBy-law,wbkhwaadoptedbyweSeoddtddrsalmaiSCrrAgw4 1 ataI ,194T,m.wfh "ASS M urea T. — The Bxtexhe Ollfaem d the Cam any andl have power ad aemsriy to appois, for the prepm a* of aattaleRaule ftbadtadmW mWepaedoihwvsitiggsobligmoryindie at oSteel; e-____Raddeet Vice PrsWeet,RsaWes Aaheat I..adAdwsip fe.. and at aq thue to ranove any each Rcddst Moe Pt+widmy Raddew Aatieuet seas% at Assatsarlatttaed nrl tb pasty ad aodrodly give. him. None of axh .ppoSe al be Dkwwn d ie Cow" 1beCtaspapaoabaryaNditma dgpoir Billy G. Chandler and Cynthia Henson, individually of Ft. Smith, AR is tree mW herd nlmeg(A};n.Srr, to sears, anal and deliver for and on is behalf a Ssety. aM at sot ad deed, Agaad alhandsad ssdsRaidepaflnagsil� And dwewN rdaaafssthra�ss .) bs paurnadtaspasNs, tiYeR be abisdiog upset aid a ally ad a Iy, Sal loess and peepaati a 1ltheaas hM tea duly exacaod ad a knowladged by id rtb' Sad tan is pricipd osSt in ma, Okhhoaa. IN WfP as Wig Is mss�d wd td dare peeeaaalb 25th ergot March ,19 94 r r y ! r 1. • e r I ::rl r r �r •I r' r rl'. i t II I. II [.. I• r1 .4' ,._pi: ' 4 • Fir. 14 4 l ♦1. 41.4 4: I I I I �' '1 eV:• .r Ir.. .� rYl r. •I r.. 1. '.• _I it rl Sara Anderson Amb1= d do ehrrie � ibrego. ingextsotsSS y4arnaiafaesolefimdSIawdof g,, of tie adder iaw.dptvreattg thereto,aea. adeonwLaddoboth eeBy-tare•S>Asasebaadt Anter oAnameyamailm AaeaeaMetm'aet. IN WTfle wirnac, a has beeono sa my trod aM afAaM the a sa'of,dti capsadoe 'dale-. dgaf 1. hr • -flu . ` Sa a And AarhaeeSKTdW ^w -- arson E], d: -E],. • • i a.rer-fir.- . 4 n 4 NOTICE TO PROCEED You are hereby notified to commence WORK in accordance with the Contract dated 19_, on or before 19_, and you are to complete the WORK by , 19_. By:_ Title ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by Sefco. Inc. this the day of 19 Sefco. Inc. By Title Section 00550 - 1 •.•�1 • r..i n `p._•• . r .. .} `,1. Y/:'•~IrT •, .1 •• 1 r•I.•- - : •. • •.: •. r • , �� r�I L 2. M1 •x S• .,• r ,`1y •fr 1a•/� • •'• •.- ` :, �•-1(�•,•it •• .R 1 ..r. _ .• _ . 'I • r• .'. T1.:.r ,S •ii•'i�I • ,} y • ..'r ` .. _.•• Y • .r • .,. • •••r• •f ••. Y • • ._ • L . S , . M1 i • • • J .. i • • L , � •J •I_ • •:r• _ ._ .. _ . ••.ti • . .•I ' '. • • .... • . •.- . • . ' .• 1 - I ' • • {: Lr No • I• •. . ••I ,. }.. . II : .•' _ • , • }•I •.•.•. I • • • . ,• •, S , r' . • I. 1 •• • 1 . • •• • .. . ! • .1. III •-• • S l.••I•r • • • \• • •I r L • • 'li .'• •L . •. , •• • I , •r . , • f , eM1 r 'ACT -: TR • . ., . • ..• • r, l I. . + J • • I • • • I •.•.: : _• • I • .r • ..• • • I • I .• •; • .•, • • • I i i • . ' r. ,.' .• . l • ' • , .r•• ... •'•. {•, • .• • ^'... . !•.. '\ • . . . • . •i i :• •., I• • • • •J: •: J. I. r1 'SIN . .. • • I ..', •' ••, • I. • M1 • ..•. ` 1• I• rl. •. •• _ •.I _ • ••.•. .• •.. 1 . .. • /• • a ± .ON •v. •r • •. r • .'I•• .. ,• • •. •' ,• • I. .. 1 . .. .' ....a ... i ..••.• LJI• • •. n . 1. I :• I. . . ••• r •,. . I •1 •, •.. _ _ _ • 1 • .. :i ` :.. •r •i • I •M1 • •. I •. y •. •r f• .., or•., ••' •7i _III • • • •a •. •�: r n J l •L • ,- _ •• • • ^ • ... .• rf •,• •.n • • i ELI +, . .I.%, •• , . .... r • • L - .1_ r • L• .. ,. .. I. , • Y, ••I r• • . •1 •r • ..1 I I I L L I El DCCUMENT 0070C GENERAL CONDIT-CNS �EFTNITIONS PAGE 1. AS APPROVED . . . . . . . . . . . . 1 2. AS SHOWN, AND AS INDICATED . . . . 1 3. BIDDER . . . 4. CONTRACT . . . . . . . . - . . - I 5. CONTRACT DOCUMJ.:NTS . . . . . . . . . . . . 1 6 . CON ; RAC'I'OR . . . . . . . . . . . . . . . . 2 7 . DAYS . . . 2 8. JRA'A1NGS . - . . . . . . . . . . 2 9. FNGINEER . . . 2 1C. NO:'_ E . . . . . . . . . . . . . . . 2 11 . OR EQUAL . 2 12. O'TRNER . . . . I3. PLANS (See Drawings) . . . . . . . - . , . . . . 3 14. SPECIFICATIONS _ _ 3 15. NOTICE TO PROCEED 3 16. SUBSTANTIAL PIT TION . . . . . 17. WORK 3 CONTRACT DOCUMENTS 18. INTENT OF CCNTRAC'_ DCCUM.ENTS . . . . . . . . 4 19. DISCREPANCIES AND OM;SSTCNS . . . . . . 4 20. ALTERATIONS - CHANGES IN WORK . . . . . . . - 4 21. VER: :CATION OF CONTRACT DOCUMENTS . . . 5 22. DOCUMENTS TO EE :KEPT ON THE JOBSITE . . 5 23. AJJITIONAL CONTRACT DCCUMENTS S 24. OWNERSHIP OF DRAWINGS . . . . . . . . . . . . . . 5 =HE ENGINRER 25. AUTHORITY OF _HE ENGINEER . . . . . . . . . . . 6 - 26. DUTIES AND RESPONSIBILITIES OF THE ENGINEER 6 27. RELECTEJ MATERIAL . . . , , , , . . . . - _ - , . 7 P28. UNNOTICED DEFECTS . . . . . . . . .•• 7 29. RIGHT TO RETAIN IMP�RFEC'I' WORK . . . . . . . 7 30. LINES AND GRADES . . . . . . . . . . . . . . . 8 31. SHOP DRAWING SUBMITTAL PROCEDURE 8 32. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS . . . . 9 THE CONTRAC:•CR AND HIS EMPLOYEES 33. INDEPENDENTCONTRACTOR . . . . . . . . . . . . . 9 34. SUBCONTRACTING . . . . . . . . . . . . . . . 9 3S. INSURANCE A.N'D LIABILITY . . . . . . . . . . . 10 36. INDEMNITY 13 37. TAXES AND CUTA.4G`S 14 38. ORDINANCES, PERMI'.S, AND LICENSES 14 39 SUP_ RTNTENDENCE. . . . . . . . . . . . . . . . . . . S ecti^n 3;)7CC I THE CONTRACTOR AND HIS EMPLOYEES (Cont.) 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 . 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 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 . . . . . . 21 57. SCHEDULES AND PROGRESS REPORTS . .• . . . . . . . . . 22 58. PROSECUTION OF THE WORK . . . . . . . . . . . . 23 59. ASSIGNMENT . . . . . . . . . . . . . . . 23 60. OWNER'S RIGHT TO DO WORK . . . . . . . . . . . . . . 24 61. OWNER'S RIGHT TO TRANSFER EMPLOYMENT . . . . . . . 24 62. DELAYS AND EXTENSION OF TIME 1 63. LIQUIDATED DAMAGES . . . . . . . . . . . . . . . 26 64. OTHER CONTRACTS . . . . . . . . . . . . . . . 26 65. USE OF PREMISES . . . . . .. . _ 27 66. SUBSTANTIAL COMPLETION DATE . . . . . . . . . . . . 27 ' 67. PERFORMANCE TESTING . . . . . 28 68. OWNER'S USE OF PORTIONS OF THE WORK . . . . . Y. . 28 69. CUTTING AND PATCHING . . . . . . . . . . . . . . . 28 70. CLEANING UP . . . . . . . . . . . . . . . . . . 28 PAYMENT t 71. PAYMENT FOR CHANGE ORDERS . . . . . . . . _ . 28 72. PARTIAL PAYMENTS . . . . . . . . . . . . . . 31 73. CLAIMS . . . . . . . . . . . . . . 34 74. NOTICE OF CLAIM FOR DELAY 75. RELEASE OF LIENS OR CLAIMS . . . . . . . . . . 35 76. FINAL PAYMENT . . . . . . . . .. . . . . . . . 35 , 77. NO WAIVER OF RIGHTS . 35 78. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE . . 35 I 1 Section 00700 - ii I I DOCZ,%:F.NT 00700 GENERA:. CUND:TIONS 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 par- of the Contxac- Documents is ' prcpnnted. Ar:y modifications to the following Articles that are special to the Froect 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. ' _"'F'INITIONS Wherever in the Contract Documents the following terms are used, ' the intent and meannng shall be interpreted as follows: 1. AS APPROVED ' The words "as approved", un"'ess otherwise qualified, shall be understood to be followed by the words "by the Eng:neex''. 2. AS SHOWN, AND AS INDICATED 1 .he words ''as shown" and "as indicated" shall be understood to be `followed by the words "on the Drawings". 1 3. BIDDER The person or persons, partnership, firm, or corporation submitting a Rd [Cr 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 may be required 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, Conditicns of the Contract, the Specifications, and the Drawings, inc]udinq all modifications thereof incorporated into the Documents 1 Section 007CC. - 1 •i before their execution, and including all other requirements incorporated by specific reference thereto. These form the Contract. 6. CONTRACTOR The person or persons, partnership, firm, or corporation who enters into the Contract awarded him by the Owner. 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. 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. I. .1 11. OR EQUAL I 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. Section 00700 - 2 , I 12. O4,'NF R ' The person, organization, or public body identified as such _n the Contract. ' 13. PI,A.tiS (See Drawings) 14 . SPECIFICAi _C•NS • Those portions of the Contract Documents consstinq of written technical descriptions of materials, ecu:pmer.t, construction systems, standards, and workmanship as ' applied to the Work and certain administrative details applicable thereto. Where standard specifications, such as those of ASTM, ' AASNTO, etc., have been referred to, the applicable portions of such standard specifications shall become a part of these Contract Documents. 15. NOT CE TO PROCEED ' A written not..ce given by the Owner to the Contractor (with a copy to the Engineer) fixing the date on which the Contract time w_11 commence to run and on which the Contractor shall start to perform his obligation under the I Contract. The Notice to Proceed shall be given within 30 days following execution of the Contract by the Owner. 16. SLB STANT:Ah COMPLETION "Substantial completion" shall be that degree of t completion of the Protect, 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 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. 17. WORK I The word "Work" within these Contract Documents shall include al. 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 gccd 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 007CC - 3 CONTRACT DOCUMENTS 18. INTENT OF CONTRACT DOCUMENTS 19 20 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 by the 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. DISCREPANCIES AND OMISSIONS Any discrepancies or omissions found in the Contract Documents shall be reported to the Engineer immediately. The Engineer will clarify discrepancies or omissions, in writing, within a reasonable time. 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 ALTERATIONS - CHANGES IN WORK The Owner, without notice invalidating the Contract, r within the general scope o adding to, or deducting from adjusted accordingly. All under the conditions of the specifically adjusted at the precedence over take precedence and agreed that according to the Documents. :o the .Sureties and without .ay order changes in the Work E the Contract by altering, the Work, the Contract being such Work shall be executed original Contract, except as 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 I I. 11 I I Section 00700 - 4 I claim for additional paycrent 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 anticipated profits. • 21. VERIFICATION OF CONTRACT DOCUMENTS ' ']'he Contractor sha: tholough_1y examine and become familial - with all of the various parts of these Contract :)ocuments ai:d 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 :.he 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 PE KEPI' ON THE JOBS:TE The Contractor shall keep one copy of the Contract ' Documents on the 3obs1Le, in good order, available to the Engineer and to his representatives. ' The Contractor shall maintain on a daily basis at the jcbsite, 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 steal-- give the Engineer one complete set of marked up record Drawings. 23. ADDITIONAL CONTRACT DOCUMENTS ' :he 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 them or. 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. 007CC - 5 I will be at the risk of the user and without liability or I 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. I 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. One or more construction observers may be assigned to observe the Work for compliance with the Contract Section 00700 - 6 , 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 Cr 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 cf his obligations to conduct comprehensive inspections of the Work and to furnish materials and perform acceptable Work and tc 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. 2E. UNNOTICED DEFECTS ' Any detective Work or material that may be discovered by the Engineer before the final acceptance of Work, or before fina] 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 a]l 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. RIGFT TO RETAIN IMPERFECT WORK ;f 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 shall 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 cther remedies to provide for repair or reconstruction • of imperfect. Work. Section 3C700 - 7 I 30. LINES AND GRADES 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 j 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, I 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 TI TI I I I U I I I 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 _otter 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 responsihility for errors in the shop drawings. When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. 32. AD:)ITIONAI, DETAIL DRAWINGS AND INSTRUCTIONS The Engineer w�ii 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 H:S ENFLOYEES 33. INIJEPENDENT 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. SL1?CONTRACTIN3 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 or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Nothinc contained in the Contract Documents shall create any coi:tractual relation between any subcontractor and the Owner. 1 Section. :0'70Q 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 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 , I I shall. be extended to include waiver of subrogation to the Owner. 1 D. GENERAL i_ABILITY INSURANCE L 1 I I I I I I I I I I H J The Contractor shall maintain during the life cf this Contract such general liability, completed operations and products liability, and automobile liability insurance as will provide coverage for claims for damages for persona] 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 spec_fically 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 pct less than the following ]inns of liabi]ity: Bodily Injury: $500,000 each occurrence, $500,000 aggregate Property Damage: $250,000 each occurrence, $25C,CC0 aggregate _nclude the following coverage: cwaiver of all "XCU" exclusions. °Broad 'worm Property Damage and Personal Injury Liability. o_ndependent 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, S1,0C0,000 each occurrence Property Damage:$ 100,000 each occurrence CR 1 Bodily Injury and Property Damage: $1,C00,000 combined singe_imit each occurrence. Section 00703 - 11 Li E 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. BUILDER'S RISK ALL-RISK INSURANCE 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. 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 I n L LI CIS I I 'I I I I I I $1,000,0O0 Section 00700 - 12 , I ' property Damage: $250,000 each person, $250,000 aggregate _R $1,000,0c0 combined -single limit each occurrence/aggregate. G. :NSURASCE COVERAGE FOR SPECIAL CCNDITIONS ' When the construction is to be accomplished within a public or private right-ci-way requiring special insurance coverage, the Contractor shall conform to t 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, :ts officers, agents, and employees. Insurance coverage for special conditions, when ' required, shall he provided as set forth in the Supplementary Conditions. ii. NO PERSONAL LIAB:L:TY OF PUBLIC OFFICIALS In carrying out any of the provisions hereof in exercising any authority granted by the Contract, there will be nc personal liability upon any public official. I 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 attcrneys' fees arising cut of or resulting from the pertcrmance 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 a'__ claims against the Owner, the Engineer, or any of their agents cr employees by any emp.cyee 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, the indemnificat on obligation under this Article shall not he limited in any ' Sect:cn 30700 - .? .5: 1 I 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, AND LICENSES 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. . Section 00700 - 14 1 I I40. USE OP ''''a fl When the use of explosives is necessary for the prosecution cf 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 tc conducting any blasting in order to prevent accidental damage to structures or equ:perent due to vibration or shock. The seismic consultant shall install and operate seismic monitoring equipment at ex:szing 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 shat: 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 frcm the use of explosives. The Contractor shall be responsible tor all damage caused by blasting • operations avid shall be responsible for responding tc and resolving all complaints. Suitable methods shall be ' employed to confine all materials lifted by blasting within the limits cf 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', utility, structure, or other facility. (Certain utilities, including gas pipelines and fiber ' optics, and agencies have requirements which will rot permit blasting adjacent to or within a minimum distance fxcm the utility.) Section CC7C)n - i„ L 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 1 I 44. PROJEC- MEE'I'7NGS ' 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 hs subcontractors to comply. 45 . SAFETY The Contractor shall be solely and ccmpletely responsible for conditions of the jobsite, including safety of all ' nt persons (including employees) acid property during • performance of the Work. This requiremeshall 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 may he detailed in ether parts of these Documents. Where any at 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 al; 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 net 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 o`_ 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 emplcyees) who may be injured on the jobsite. It death or serious injuries or serious damages are ' caused, the accident shat, be reported immediately by telephone cr messenger to both the Engineer and the Owner. In addition, the Contractor must promptly report ir. Section 037Ci. - 1; 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 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 , I 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, shalt be submitted to the Owner through the Engineer and the amount of compensation shall he determined by agreement. 49. MATERIALS AND APPLIANCES ' Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, ]ight, power, transportation, and other facilities ' necessary for the execution and complet:on of the Work. sinless otherwise specified, all materials shall be new, ' and both workmanship and materials shall be of good quality. Tte Contractor shall, if required, furnish satistactcry evidence as to the kind and quality of materials. In selecting and/or approving equipment for installat'.on in the Project, the Owner and Engineer assume no ' respcnsibility 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 a]] necessary permanent safety devices, such as machinery guards and similar ordinary safety stems required by the state and federal ' (CSHA) industrial authorities and applicable local and national codes. Further, any features of the Work (including Owner -selected equipment) subject to such safety requlations shall be fabricated, furnished, and installed in compliance with these requirements. Contractors and manufacturers of equipment shall be held responsible for ccmpliance with the requirements included ' herein. Contractors shall notify a]] equipment suppliers and subcontractors of the provisions of this Article. ' Si. SUBS'_ITUTION CF MATERIALS Except for Owner -selected equipment items and items where no substLtution is clearly specified, whenever any ' -nate rial, article, device., product, fixture, _`ors, type of construction, or process is indicated or specified by patent or pxcprietary name, by name of manufacturer, or by ' catalog number, such specrficaticns shall be deemed to be used for the purpose of establishing a standard of quality and facilitat_ny the description of the material or process desired_ This procedure is not tc be construed as Secticr. 00/CC 19 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 ' 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 supply. If any Work should be covered up without approval or consent of the Engineer, it shall be uncovered for examination at the Contractor's expense 53. 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. 54. 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 Section 00700 - 20 I [1 L ILL JJ iH II H I I I I I I I '.he Contractor may, upon 15 days' written notice to the Owner and _ac Engineer, it said default has not been cured, stop Work or terminate this Contract and recover from the Owner payment for the reasonable value of Work performed. 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 material:; or workmanship, supplied under terms of this Contract, and pay for any damage to other works resulting from such defects, which become evident with_.n ] year after the date of final acceptance of the Work Cr 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 prcvided by subcontractors or manufacturers of packaged equipment conipoi:ent S. The effective date for the start of the guarantee or warranty period for equipment qualifying as substantially compete is defined in Article 16, SUBSTANTIAL COMPLETION, and Article 65, SUBSTAN'_=AL COMPLETION DATE, :n these General Conditions. The Ccntractcr 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 Contractor and h_s Surety thereof. Any additiona, re]at'_ve to correction of acceptance are set forth Ln PROGRESS OF THE WORK 56. BEGINNING OF ':H`: WORK Owner may do the Work, and the shall be liable for the cost requirements Lon the Project detective Work after final the Supplementary Conditions. 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. ' ectic:, 00 ' 57. SCHEDULES AND PROGRESS RNFOi2TS • 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 preconstructicn conference showing the fol]ow:ng ' 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 tiotice to Proceed. IC. 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 subm:ssicn of shop drawings and the beginning of manufacture, the testing of, ' and the installation of materials, supplies, and equipment. ' g. All construction milestone dates. Ii. A separate graph showing Work placement rn 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 sha__ be submitted in ' conjunction with and/cr in addition to any other requirements concerning schedules within these Specifications. I IScction 00'/Cr - 22 L7 THE CONSTRUCTION SCHEDULE SHALL BE UPDATED AND SUBMITTED WITH EACH MONTHLY REQUEST FOR PAYMENT. SHOULD THE 1 CONTRACTOR FALL BEHIND SAID SCHEDULE, HE SHALL PRESENT IN WRITING TO THE 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 time, 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 schedule. If the Contractor desires to carry on Work at night or outside the regular hours (7:00 a.m. to 6:00 p.m., Monday through Friday), he shall first obtain the permission of the Engineer. He 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 of 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 lodging, mileage, materials, etc. Otherwise, the Contractor may perform clean-up work only outside of regular hours (including Saturdays and Sundays). No Work will 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 Contractor assign any monies due or Section 00700 - 23 ii L L r. L Li I H I LI H Li Li ET I I L. to become due to him hereunder withcut the previous written consent of the Owner. 60. OWNER'S RIGHT O DO WORK If the Contractor shculd, 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 Cwner shall notify the Surety of the condition, and after 10 days' written notice to the Contractor and the Surety, or withcut notice if an emergency or danger to the Work or public exists, and w:thout prejudice to any cther right which the Owner may have under the Contract, take over that portion of the work which has been improperly executed or uncomplete,, and make good the deficiencies and deduct the cost thereat 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 it he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to 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 instr-uct_cns 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 cf such notice, such Surety shall enter upon the prenises 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 cn 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 `a'.I tc make reasor.ab .e progress on the performance of the Work, the Section CC703 - 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, I L L_' I I I I I I I I I I L I Li Section 00700 - 25 I I expediting, delivery, and instailat,on of all cquipment and materia:s. Within a reasonable period after the Contractor submits to the Owner a written recuest for an extension of time, the Engineer will present his written opinion to the Owner as to whether an extension cf time ±s justified, and, if Sc, his recommendation as to the number of days for time extension. The Owner will make the final decision on all requests for extension o' 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 CLAM FOR ' DELAY. 63. LIQUIDATED DAMAGES ' The Work shall begin at the time stated in the Notice to Proceed issued by the Owner to the Contractor and shat_ he completed within the number of consecutive calendar days, ' or by the calendar date, stated 'n the accepted Bid and Contract. The time shall be computed from and includinq the date stated in the Notice to Proceed. It is agreed that time is of the essence of this Contract. The Contractor agrees that said Work shall he prosecuted regularly, diligently, and uninterruptedly at such rate or '• progress as will insure full compietion thereof within the time specified. It is 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 complete 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 cf this Contract, that, for each and every ' agreed -upon calendar day that the Contractor shall he in default, he shall pay to the Owner the amount stipulated in the Contract to compensate the Owner fcr monetary losses incurred. 64. OTHER CONTRACTS ' The Owner reserves the right to award other Contracts in connection with the Work. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their Wcrk and shall properly connect and c 7COI di i :ate his Work W.: h the- rH. ' Section '''/00 .:1 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 from liquidated damages should the after the completion date, construction observation, interest or other expenses continue to be c not r< Owner i.e., paid, harged �lieve Contractor have added costs if additional loss of revenue, 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. 1 Section 00700 - 27 , 11 ' 67. ?F.R: CRN.ANCE TESTING ' Operating equipment and systems shall he 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 I week in ' advance of the planned date for testing. 68. OWNER'S USE OF PORTIONS OF T:hE WORK The Owner shall have the right to take pcssession ci and use any completed cr partially completed portions of the ' Work. Such use shall not be cons:dered 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. CUT'1'ING AND PATCH_N3 ' The Contractor shall do a== cutting, f`.tting, 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 implied 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 Work or 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 The Contractor shall, at all 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. ' PAYMENT ' 71. PAYMENT FOR CHANCE 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 ;n A, B, cr C below as applicable: ' Section 00730 - 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 1A '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 ' I I I C I L I L H I H I [I I I C1 I 3) Rental, or equivalent rental cost cf equipment, including necessary transportat`.on for items having a value in excess of S100. 4) Additional bond, as required and approved by the Owner. 5) Additional ir.suraLce (other than labor insurance) as required and appzoved by the Cwner. To costs under 7OC, FORCE ACCOUNT WORK, there sha:'. be added the fcllowinc fixed fees for the Contractor or subcontractor actually performing the Work: A fixed tee not :.c exceed 15 percent of the cost of all items above. The added fixed fees shall be considered to he full compensation, covering the cost of general sunervisicn, overhead, profit, and any other general expense - The Owner reserves the right to furnish such materials and equipment as he deems expedient, and the Contractor shall have no claim for profit or added ices on the cost of such materials and equipment. =or equipment under Item 3 above, rental or equivalent rental cost will be allowed fcr only those days or hours during which the equipment :s 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 al.1 cases, be understood to cover a_; fuel, supplies, repairs, and renewals, and no further allowances will be made fcr those items, unless specific agreement to that effect is made. The Contractor shall maintain his records in such a mariner as to provide a clear distinction between the direct costs cf Work paid fcr 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 used, and shall cover the direct cost of labor and the charges for equipment rental, whether furnished by the Contractor, subcontractor, cr 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 cf vendors' invoices. Such invoices shall be I Sect -.on O37co - 30 I 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 ' A. GENERAL 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 each calendar 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 Section 00700 - 31 , Ir LI materials delivered to the Project site suitably stored and protected prior to incorporation into the ' Work. It 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. An estimatc of monthly progress payments shall he provided for the entire lob prior to the first payment '• request - An update of the estimate of progress payments shall be updated if the actual progress differs by core that: 2C pe�cert in any giver; month. Each monthly payment recuest shall include the required updated schedule. =f the updated Schedule is not submitted, the Owner may withhold payment until this item is completed. The Contractor shall be paa.d within 30 days of approval of the payment request. C- DEDUCTION FROM ESTIMATE Unless modified in the Supplementary Conditions, deductions from• the estimate wxf_ be as described below. ' The owner will deduct from the estimate, and retain as part security, 10 percent of the amount earned for Work satisfactorily completed. However, no deduction t o, retainage will be made on the approved items of material delivered to and properly stored at the .obsite 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 makirc satisfactory progress and there is no specific cause ' for a greater retainage. The Cwnex may reinstate the retainage up to ;0 percent of the dollar value of "work complete to date" if the Owner determines, at ' his discretion, that the Contractor is not raking satisfactory progress or where there is other specific cause for such withholding. ' NOTE: Exception --I: 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 (50) cf the Contract amount shall be retained during this maintenance period. All pr:cr payments shall be subject to II ISection CC700 i2 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 C C L I C C C I I I I I I I Section 00700 - 33 LJ payable to the Contractor within 30 days cf 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 rccuest. ' 73. CLAIMS In any case where the Contractor deems additional ' compensation is due him for Work or materials not clearly covered in the Contract cr not ordered by the Engineer according to provisions of Article 20 AI,TEPA'IONS - ' CHANGES IN WORK, the Contractor shall notify the Engineer, in wrlLi g, of his irtcrtion tc make claim for such comperrsatior. before he begins the Work on which he bases the claim, in order that such matters may be settled, if ' possible, or corer appropriate action promptly taken. If such r_ot:iication is rot given or the Engineer is nct afforded proper facilities by the Contractor for keeping ' strict account of actual cost, then the Contractor hereby agrees tc waive the claim for such additional compensation. Such notice by the Ccntractor, and the fact that the Engineer has kept account of the cost as aforesaid, shall not in 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 Cwner and Engineer within 10 • days following completion of that portion cf 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 _n Article 73, PAYMENT FOR CHANGE ORDERS. ' 74. NCT10E OF CLAIM FOR DELAY :t the Contractor intends to file a claim for additional compensation for delay caused by the Owner at a particular ' time, lie shall file a notice of claim with the Owner within 7 days of the beginning of 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, EFI,AY.S 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, ether before nr after its prosecution, or from authoriz_nq is prcsccution by reason of any _iLiaation, the Ccntractor shall not be entitled to :Hake or assert claim for damage by reason of said delay; but time for complction of tine Work will be extended to such reasonable Lime as the Owner may determine will compensate for time acct icr; 007: fl - 14 I 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 a]] clai¢.s and all liability to the Contractor for all things done ox furnished in connection with the ' Work, and every act of the Owner and others relating to or arising cut of the Work. No paynen-, however, final or otherwise, shall operate to release the Contractor or his Sureties from obligations under this Contract and the ' Ferformance and Fayrrent Bonds, and other bonds and warranties, as herein, provided. I C I I El I I I I L Li I END OF SECTION ' Sect inn CO Q3 31- I I SEC7,ON 00800 C I SUPPLEMENT-ARY CONDITIONS GENERAL The Contractor's attention is directed to Division 1, GENERAL REQUIREMENTS, which contains other directions pertinent to the project. REVISIONS AND ADDITIONS TC Till_ -GENERAL CONDlTTONS ' The GENERAL CONDITIONS (Section 00700) are hereby revised as follows: ARTICLE 9. "ENGINEER" ' Wherever _`n these Documents the word "Engineer" appears, it shall be understood to nean McClelland Consulting Engineers, Inc., acting c!:ther directly or indirectly as authorized agents of the Owner. ' ARTICLE 12. "CWNER" ' OWNER Wherever in these Documents the word "Owner" appears, it shall be understood to mean the Cit rLof Fayetteville ' ARTICLE 14. "SPECIFICATIONS" Add the following: FEDERAL, STATE, COUN_Y, AND LOCAL STANDARD SPECIFICATIONS ' Where portions of the work traverse or adjoin local streets, county roads, railroads, or Federal property, and the agency in contrcl of sich property has established standard ' specifications gcvcrr.iry _tens of work that differ from these Specifications, the most str:ngent requirements shall apply. t 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 t right-of-way ci state highways though none is anticipated for this basic project) shall conform to all regulations and requirements of the Arkansas Hiyh..ay and Transportation Department. 1 n Section 0C800 - 1 I 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 1 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. 1.1 Section 00800 - 2 ' I I I I I I I I SURETY AND :NS:.RER lJAI,7rICA:ICN All bonds, insurance contracts, and ce"titicates of insurance shall be executed by or coul:tersi cued by e: trier 3 _ icenr.ed resideli agent of the surety or an insurance company, haviI:c its place of business in the State of Arkansas, ar:d in all ways complying with the insurance laws of the State of Arkansas. F-ur-thez , the said surety :)r i nsu'rarcc ceml:ary slfa_ . be duly 1;cehsed and qua :ifled to cc bus:ness in the ft:,te of Arkar.:;d s . After ARTICLE 38 Alit: the to:'swine:: ' ORDINANCES, PENN: ':'f ANP ICENSF:S' OCCUPA'_ _CNAI, SAFETY AND HHA:.'I' A The Ccntractcr shall observe and comply with all applicable _seal, state, and federal occupaticrfa_ safety and health regulations during the prosecution of work under this Contract. In addition, full cor;p_:.ance by the Contractor with the U. S. Department of I.aboi's Occupational Safety and Health Stand,ids, as estate]:shed if: Public :jaw 91-596, will be required under the terms of this Co.:rac: Delete ARTICLE 42. "SAN:TATION'' The Contractor's personnel may use the restroom fac:_ities at the nearby public park. ARTICLE 45. "SAFETY" Afte: this Article, add the following: F::Fiji C] fl ' No in4ormat:C]1 relative to tl:e Work .=.hall be released by the Contractor, either before or after completion of the Work, for publicatiol: or for advert_isine purposes w:tncut the prior wr_'tter consent of the Owner and the Engineer. RRPOR-:S3 CF ACC�DENTS The Contractor shall submit a written report to the Engineer of any accident or injury occurring at the Construction Site. I El n S ct 1G:] CCEGO - : I 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 expenses 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 L days' written ::price to Llre Ccntractcr, may will:out prejudice tC aI:y ;1t::'=r remedy he ray have rake good such deficiencies, 4nd the cost thereof (ii:cludirq comjensaticn for additional ' professiol:al services) shall he charged against the Contractor if Lhe _nginc er approves such action, it: which case a Change Order sl:ai: be issued incczperatiny the necessary revisions `.n the COI:Lrac: DocuT,ellLs Iiclud:nU an appropriate FIroprreduction ion. : n h' LContract PH cc. If tae payments then or th"rea`ter due the Coll:.: -actor di pct suff-.cent to ecver such arc.11:ti, tl:c COLLractci 51:311 pay the difference to the Owner. AF'i'ER ARTICLE ':E. "FKOEECU':':CN „- liE N(PC" uid rhL 1o'.lowil:c: STANDARD: ZA1' I OX ANli -NIFORN.ITY OF EQIJ I PMEN:' ANI) CERTA: N MAT;%R I ALS To ensure standardization, and uniformity in all parts of the work under this Contract,, like items of materials shall be the product:s of one maI.ufac:user. UI1:fci-Inity" iI: certain like r.-atel-:a: items is required =n crdei to pievide the Owner with a simpl:fied spare materials irveiiLory, a::d a standardized procedure_ for maiIte.nance care and manuf actUrei's' serv: ces. The Contracraz small inform his suppliers and subcontractors of these: requirements, and shall provide the necessary ' coozd na-icn to ace(rpJi,h the s:andardizatncn specified. ARTiC::.E 62. "DELAYS AND EXTENSION OF TIME" Add the fcllcwinc phrase in the first sentence of the firs:. paragraph £c11cwinc ''adverse weather ccnditions are not reasonably ant_cipated": ' ion the basis of official weather records from the past ten years, mir.i•i-,un, for the locality involved) Add the fo:_owi:.q paragraph fcllcwinc the second paragraph.: The Ccntractor acknowledges and agrees that mitigation for delays dLe -c cl:ancies, differing s le conditions, and suspensions at work will require that the Contractor revise preferential sequences which had the net effect of sequestering 'float, time", before proposing an updated schedule which supports a delay to the Ccntract as a who_e. Further, time extensions shall not be granted until r-.1= "float' Or ^.;ant:rgency ti'nc',, at tale time of the delay, available -'_ absorb spec_f_c delays and associated impacts ice user. L Se dL icI: C3GC0 L Li 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: j 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 c eut itnat ng, 1:ccot iatil:<: or n; 1: _•t such ccsts. Such Lcct:: are- iI1Cuded in L1:C al lowed : Xnci trn E,tated below. APTICLI•: 72. "PAR::AL PAYMENTS" t.. ARTICLE "DED7':ON FRO;1 ES 'J:'__?;T:E" Add ti'' loll owing: WI -.'11 L}le wc]-Y ::i FliL�:=t:A I::. ] al l}' Crlt.pi CLe (cperutiC::a. ' bui'ei:. ci al cccupa!:cv) the ]e: -a1 n ed Jnount may, aL '.:1C :Ohl of :.he Owr''-- , rn= flirt :lw r( d1:.:e . _ l C 7 perC nt Lu on_} ::. atrounl- necer.ral-y to 4ssur'r onp: et id11. A=� l:_Ll•1 7�. "CLAlf,ri" Aryl the £cllowinq atter the iii:. sentence: said notification must he forw4rded to the EtiGiNEhR wit }:i^, calendaz days of the date on which the CON'1RACTOR first. reco<:r:i zes t.}:a1 in his opinion, the work or materials are ::ct e_early a part of the curr::I:;: i2ontract". END OF SECTION Sect_ia:: GEC'0 •! •n .,'T ..:i l n • �n R.•lSf. 1• �yi., yy. •.. /•'!i. -Y f./•.4:•In••••: ) "i.. l': • � • /1• \••S I. • •• \•a • • \•. i1-lI• r,,••ri'L1S91•:�• I.••i�••• r••• 1 ^`, J•':• '•~••. •... li[ •{!• k •n ^. Yi.S •.•I! •, 11 •.•P •i•y.a ::r '..•1• •. M1• . . . M1• • :. • •Q •; . 1',./••••. 1. •.�. • .. • • !.. • • . C..' . Y.•/ L • • • • •I•; I. ,i n •. •r I •r !• • . A ./•'F .n . Y .. •' • 1• ••. ••,. .,•\•••,• •'••'/ 'fir •• • • , ..... 1:, •: •• .• • • ., . ..I. r• a. • I. • Y •I r n• •r / - r • _ f.- - Y .• .1- • I. •• .• 1• r• ...• •, • • • .. s • • • ,7,Y a. r. •••\ '•,., 1 .'l.. •:• r , f• •••.• l•r• I. • •.I.•. w \ • • ,r.. •• _• • .. 1. • {• no .1. • 1. ., I• . • , • •r, •. y , L 1 •.• •1 • ••• ; •, 1. • • i • • SPECIFICATIONS _ •• •a• ••r. U •...'a '•l• ..n••y Vii•••/•.1. '••y•. 1•aM1 '../1 • _ .••. •M1r• •.:.. •••' .r. • • •• ,. •• • •• M1 • •• •. •II S • • .. • • ,• •- ••• ,. .r •�•. •• �•• ••• •••• • .• •••••.• .• l•••.. • • •••• •• _. • • • I. 00; ••. . .. ' • • 1 • . •.. ... • ' •. ..\ • • • , I 1 i .• / , , ••• •• •.• • u . Y J' ., I • ••. • iIa I. • ' • • • . 1 • •!1 •F• . • ••• 1 •f. • r l J• • . • , Il • R• • • •y • • •, • . • • ••• 0 U. l • •..•- • ., • 5' I. • !..'' U. r . • i I.• •/ • 11 • �. • • •• r • • • _ .• •.1. • •.y• .• .•• • • ... • •. • • • • • -• y ;•. • • r •• _ r •. r i 1 • • .• • r n..•••: �•• •••••1• '•••• •r ........ •• .•••• 1: J. l' • • - . •. . I .. -. . - - • r U.•\ • n , .A 1 iC •• • •, M1 , • , 1 • •\• f1 I' • •.. ' i. r. .•. I. • •• ,_I • • •• • 1 .• •• \• a v • I • I. . : • •.' • •• f •' l, . S. . • .r - • •_ •. `• 1.Y •. .. • I i •_ ,o I. •i7J •J1�•. _i_uai_ SECTION 01000 ABBREVIATIONS GENERAL 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 Scciety of Civil Engineers AS1{RAE 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 Anerican Water Works Association BHXA Builders Hardware Manufacturers' Association CBMA Certified Ballast Manufacturers' Association CDA Copper Developnent Association CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers' Association of America CRSI Concrete Reinforcing Steel Institute EPA Environmental Protection Agency Section 01000 - 1 MCCiCtord qn u.l rp Erg r. a e -S .ncarercree rcYa'I,.lJ•e, Grecara. Fed. Spec. Federal Specifications HI Hydraulic Institute HMI Hoist Manufacturers' Institute 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 Hydraulic Manufacturers 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 I Section 01000 - 2 nMCG/rrntt Con a l•inp Erpir/na IncarpOr //O I I L I 1 I I L L I I I I L L I I I Mad'laae n r» Car. silting ' E•pmura Ir. arprpbE 'vya•te WiIa Arfronsn 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. END OF SECTION Section 01000 - 3 I I L L r - L. L I L L I I I Li 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 REASONABLY IMPLIED PARTS OF THE WORK SHALL BE DONE THOUGH ABSENT FROM SPECIFICATIONS A. 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 on the Drawings nor described in the Specifications, but which is necessary or normally required as a part of such work, or is necessary or required to make each installation satisfactorily and legally operable, shall be performed by the Contractor as incidental work without extra cost to the Owner, as if fully described in the Specifications and shown on the Drawings, and the expense thereof shall be included in the applicable unit prices or lump sum bid for the work. 1.03 DESCRIPTION OF THE PROJECT A. Work covered by these Contract Documents in general covers the construction of the following facilities: 1. Construction of two 6 -million gallon ground storage water tanks. 2. Installation of pipe and fittings. 3. Electrical work. 4. Site work. 5. Construction of an access road. Section 01009 - 1 I McC11Jare ' a CMaWfinp Lop.nee•s Inf.'0r0a•aNa Fayeffev'de, Lrkansas PART 2 PRODUCTS Not Used. 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 12 sheets END OF SECTION Section 01009 - 2 MnC/e(land esr n o erveJ Cnniting Engineers incorporated Fayettevi)le, Arkonsos I I C C L I El El I I L I L 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. 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 Docu_ents, 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 Section 01011-1 MCCI., lend Epwun navoa'are> /ayene.Ii•, P•r.n,ae I the cost of, or in the time required for performing the 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 in the vicinity of the project include the new water main to be construction under Contract Section II. Other utilities are located in the vicinity of the access road. 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. Section 01011-2 Maclmlond es) o rve Con WIrJng Engineers Incxaoraled Foyellevllle, Arkansas I I I I L J I I L IH I L 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. Section 01011-3 Macrr'ia,a I n E'pnrr•6 lr prpr']40 •ayr ••e w'a Arwaasas 1.06 CONSTRUCTION ON PRIVATE PROPERTIES A. No work will take place on private property, outside the limits of the access road and tank site property limits indicated on the Drawings. The Contractor shall confine his activities to within these limits. 1.07 PAYMENT A. No separate payment will be made for work under this Section. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OP SECTION Section 01011-4 MCGee ll a M Consulting Engineers IanrrOoraree Fayette villa, Arkansas I I I I I I I C I I I [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 appropriate construction methods and furnish and install acoustical barriers, so that no noise emanating from the related tool or equipment will exci levels. 1.0'4 NIGHTTIME WORK his work, use equipment, and all as necessary process or any aed legal noise 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 nake 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 - 1 MCCJouand '+wn or,' jporand haw+lew 4, Artcn.a. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION Section 01014 - 2 ilellpne s� n o rve Consulting EcEngineersorp IaLed Fayette vi flee Arkansas I I I I I 1 I I U I I I I LI 1 I I SECTION 01016 SAFETY REQUIREMENTS AND PROTECTION OF PROPERTY PART 1 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITY FOR SAFETY 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. 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 Eop.nla•s FapHa v,4e Alkalies I 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, state, 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. Section 01016 - 2 I I I I I I I I I I I I I I MC[/eliand esl o rve Consulting Engineers Incorporated Fo)ettevllle, Arkansas C I I I 1.08 ACCESS FOR POLICE A. The Contractor shall number or numbers Sheriff's offices, so all times. leave his night emergency telephone with the Police Department and that contact may be made easily at 1.09 FIRE PREVCNTION 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. I 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. I I I I I I I 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 Section 01016 - 3 I YaGl., lord Conwll, ra Eralefere rn'vaoroled FaYeflern le, Arkansas I relative to safety practices and construction procedures to be used while blasting. The Contractor shall be 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 Section 01016 - 4 I I I I McClelland mi o rve ConsuItino Incorporated Fayette vllle, Arkansas I I I I I I I L L LI I I I 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 tines 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 infornation 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 Mccu no id a rvr r,g,nefny rr aroa•arW $awf•evnla, Arkant" E. Prepare Application for Final Payment as specified in Section 01700. 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 01.027 - 2 Macfenand f n o rro CanwlHIng nnW porre fNrporafed Foyeffevllle, Arkonsas 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 MCCeInd fans Minp Encrrerq lncpprra•rQ Sey.Rev,be, Prfraiaas 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, instructing Contractor to proceed w Work, for subsequent inclusion in a B. Directive will describe changes in designate method of determining any Sum or Contract Time. signed by Owner, ith a change in the Change Order. the Work, and will change in Contract 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 L; I I Cl I I I I El Cl I MCCle fiend BSI o rve C°nsul tin flo ors orated ' Incore Foyer to ville, Arkansas PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Section 01028 - 3 c nsu.11nnd Gnwllny £pna.ra wmporcNe Fyylpevtl'O, Akan.m 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 to 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 Mccnunnd Conwdrna (IQNeerf rncnrporand Fayeriebiie drkan,o. 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. C• 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 McClelland es o rn Consulting Engineers Incorporated 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 MCClulard Eapnur. I•IM'Oarc?.d •0ye••en'je GYae.a. Li J H C r 7 P E L I L L L I Li I 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 I NCCI. nand Canwu.n9 fnpfnun Ioara•rd ray.,.v,.. vJ•! Ar&O oq, Saar I D• Review, acceptance, or approval substitutions, schedules, shop drawings, lists f ofmaterials, 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 acceptance, or approval, from obtaining review, 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 McCleeland n a rro Conaulainp Engineers Iraced Foyelrevillo,Arkonsospnaof 11 I H I I I H I L. J I LJ 7 H 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 manufacturerts specifications, including materials description and paint system. f. Performance data. 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. in. Samples of finish colors for selection. n. 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 wcw.udnd fl fauWany (I P../S IIIcaPPIOIIC wy.•fs nha ArAovas I 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 maintain technical 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 CORRELATION WITH OTHER WORK) (CONNECTION AND 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 subcontractors 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 I rl C C I C I Ii I C I I I C nine.,. f o na Consulting E.incorporated Ea wHa vi u. n..�.__ I ' 1 2.08 OPERATION AND MAINTENANCE (O&M) MANUALS I C n I I I I I I I I I I 111 I 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 of each principal component of the system. 3. Performance and nameplate data 4. Installation instructions 5. Procedure for starting 6. Proper adjustment 7. Test procedures 8. Procedure for operating 9. Shutdown instructions Section 01300 - 5 MLL4ucnd a ^anwrryng Epnan orarOa•pl� Fa.e'N uq'6� ArYol.eae 10 11. 12 Emergency operating troubleshooting guide Safety precautions instructions 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 • 1 1 1 1 1 1 1 1 1 1 MCCIelfand "I o rve Consulting Erpineers In carp orated oye)leville, Arkansas El I I I fl 1 1 H C 1 H 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 may 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 U MC[ItiJ c ConwHfp Ergfnorre Inpp.py,dib Fayltll Y4f. Glkpn1W 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 Ti 11 I I C C C C I C C I gee - esi o Cons.,!nring ' "Corpora al Iorporale0 Fayette vllle, Arkansas I I I I I I I SECTION 01311 SCHEDULE AND SEQUENCE OF OPERATIONS PART 1 GENERAL 1.01 CONSTRUCTION SCHEDULE GENERAL PROVISIONS 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. Be 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. 1.02 SEQUENCE OF CONSTRUCTION A. The Contractor shall submit a diagram or chart indicating ' the construction sequencing and duration of each construction activity. Is. The Contract Section II Contractor shall coordinate his work with the other Contractors, to minimize conflicts and to allow work to proceed on the water main (Contract ' Section I). 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 Ito minimize conflicts and to result in an overall orderly completion of the project. H H H I I I 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 nay be required to prevent any delay to other contractors or to the general completion of the project. Be 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. Section 01311 - 1 I MCCW� Uqd flr Enprnur, nwraaraHa Fa,vrrewI. Arkantar L 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. Co 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. 2. Material and equipment delivery, installation, and check-out.manufacture, 3. Performance tests and activities. supervisory service 4• Piping and wiring installation. 5. Construction sequence. I 6. Final cleaning. 7. Allowance for inclement weather. 1 Section 01311 - 2 MCCle❑and Ecoraears narvorarae oyanavrrm. m�,,n,,.,.. 2.05 PAYMENT A. No separate payment shall be made for work under this Section. PART 3 EXECUTION Not Used END OF SECTION Section 01311 - 3 nwlcr.r:.qa cnnp,frng Frp�n.en FOy. t'. m'lI. L/kanaa! SECTION 01400 QUALITY CONTROL PART 1 GENERAL 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. Be 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 MCC ii 4and a corwgrny Enp'nu•e Inporpa•orea Fpvel*e vi',e, Arkoneae I E 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 perform inspections, tests, and other services required by 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 I I I I I I I I I I I I E I H McClellan o rve Consulting Engineers Incorporated 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 tine 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 Ecgrneers 1Paaraa'afla s orer•evih,e, Arfansce I 1 1 1 1 1 1 1 1 1 1 SECTION 01500 TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES PART 1 GENERAL 1.01 LAYOUT OF TEMPORARY FACILITIES A. The Contractor shall nake 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 nYOC,kJ11o4C Con sun'.1 Engwen CoraorotS Fayene. i4, A•kc neat LJ 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 the area designated as the tank site, as 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. B. A temporary road shall be constructed at the location for the tank site access road. Upon completion of the tank construction this road shall be finished to conform to the grades and details illustrated on the Drawings. During the construction period, maintenance of the access road shall be the responsibility of the Contractor. 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. 1.07 ENGINEER'S TEMPORARY FIELD OFFICE A. The Contractor shall provide, maintain, and subsequently remove as his property, a private field office as specified below, for the use of the Engineer and his representatives. Section 01500 - 2 McClelland Cpneplrinp Engineers nnrporated - aye He villa. Arkansas F I E I.1 I I I Li I I 7 I I I I H I D 1 I I B. The field office, equipped as specified, shall be available at the site for the Engineer's use prior to the start of any field work under this Contract. The field office shall be located as approved by the Engineer. C. The Contractor shall maintain the field office in good repair and acceptable appearance and shall provide daily cleaning service and constant maintenance and replenishment, as applicable, of paper towels, paper cups, soap, toilet paper, and bottle water service. D. The Engineer's field office shall be a private trailer - type mobile structure with the following features: 1. Self-contained, built-in electric heater with fan that may be used for heating. 2. Self-contained air-conditioning unit. 3. Fluorescent ceiling lights. 4. 110 -volt electric wall plugs, 3 minimum. 5. Minimum interior height - 7 feet. 6. Railed stairway to entrances. 7. Telephone with private line. E. Features and equipment as follows: 1. Number of offices - 1 2. No. of windows _ 2 3. Paper towel dispenser with towels 4. Paper cup dispenser with cups 5. Desks - 1 6. Chairs - 2 7. Drafting table - 1 8. Drafting stool - 1 9. 4 -Drawer steel file with lock - 1 10. Plan rant and plan hangers - 1 11. Bookcase - 1 12. Wastepaper basket - 1 13. Clothes hanger - 1 14. First aid kit - 1 15. Telephone with a 12 foot cord - 1 16. Carbon dioxide (10 -pound) fire extinguisher - 1 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 Section 01500 - 3 I NCC,4 rang finwun0 Ergn..r� w Fay.4e vl�a. A'�a mnjas a. E Contractor shall be solely responsible for the safe use/operation of all temporary utilities. 2.02 SANITARY FACILITIES A. The Contractor shall provide and maintain sanitary facilities for his employees and his subcontractors' employees that will comply with the regulations of the local and State health departments and as directed by the Engineer. 2.03 TEMPORARY WATER 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 tank 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 flushing 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 Section 01500 - 4 knginetond suiting Engineers es� o rue MaC'e incorporated Forelie vllle, Arkansas [,H C I I I I B. 2.07 A. PART 3 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. In unfinished areas, the condition of the site shall be left in a condition that will restore original drainage, evenly graded, seeded as necessary, and left with an appearance equal to, or better than, original. PAYMENT Payment for the work under this Section will be included as part of the applicable lump sum and unit price bid amounts stated in the Proposal. EXECUTION Not Used. END OF SECTION Section 01500 - 5 McGelland Co,,ylfing Enprnura IaaaofnMd FowllevYe, A•kamaa SECTION 01600 MATERIAL AND EQUIPMENT SHIPMENT HANDLING STORAGE AND PROTECTION PART 1 1.01 A. B. C. D. E. F. G. 1.02 A. B. C. 1.03 A. B. C. 1.04 A. GENERAL REQUIREMENTS INCLUDED Products. Transportation and Handling. Storage and Protection. Product Options. Products List. Substitutions. Systems Demonstration. RELATED REQUIREMENTS Section 01009 - Administrative Provisions: Summary of Work Section 01400 - Quality Control: Submittal of manufacturers' certificates. Section 01700 - Contract Closeout: Operation and maintenance data. PRODUCTS Products include material, equipment, and systems. Comply with Specifications and referenced standards as minimum requirements. Components required to be supplied in quantity within a Specification Section shall be the same, and shall be interchangeable. TRANSPORTATION AND HANDLING Transport products by methods to avoid product damage; deliver in undamaged condition in manufacturer's unopened containers or packaging, dry. Section 01600 - 1 yccgPord o Mlr,nv J Enwurs lncorporot 4 A S,rr•anr.. Arfro.toa I 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. C. D. 1.06 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. Store loose granular materials on solid surfaces in a well -drained area; prevent mixing with foreign matter. Arrange storage to provide access for inspection. Periodically inspect to assure products are undamaged, and are maintained under required conditions. PRODUCT OPTIONS I I I I I I I • 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 ' Description Only: Any Reference Standards or by 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 ' MCCre eland o rve Conwlr(np• , Eng coorat rp n ayeBevllle,Arkansas Incorporated - I i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Be 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 the indicated or implied on shop drawing or y are du submittals without separate writtenrequest, 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 substitution, and will notify Contractor of accepts cesor rejection in writing within a reasonable time following the opening of Bids. F. Only one request for substitution will be considered for each product. When substitution is not accepted, provide specified product. 1.09 SYSTEMS DEMONSTRATION A. Prior to final inspection system to Engineer and Ownerercnstrate operation of each Be 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 A1cgtNeee •eCOn ewllrny EOQHeell rapve vPs A•ea vue I I I I I I I J I I I I I I I I Cl MCCIBIIand l o na Con wltin 9 Enpineere Incorp Ora fed r ILI HI C C I I [1 I SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1,01 SCOPE 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 L M CMCWiIon Enlglnoerl Iapor fLNE Fa»ne rl'a, A•va o.as n�aa I 1.04 FINAL SUBMITTALS I 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 submittais 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 of the a provide to the Owner, upon acceptance quipment, 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 satisfactor y of release of liens has been submitted to the Owner rnas required by the General Conditions. 1.08 FINAL PAYMENT A. Final payment lbe made accordance with theGeneralConditionse Contractor in Section 01700 - 2 I I I Li I I I I I I I J i Mcclellond nt n o na Con son e Engineers Incorporated aYelte Nlla d.... PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Section 01700 - 3 MCC,. bond CotWIOPO E'Wiflee•S Inca porabd �ari'fem:le, t, eareae I d PART 1 GENERAL I1 1.01 SCOPE I L L I H [] I H I I I SECTION 01710 FINAL CLEANING 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 from clearing shall be disposed of off -site or burned on site. Specific approval 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 I CCCC: Aland a Cones14n0 F Inc&rnporappyahE FayeHevJfe A-vaneas I E. Repair, patch, and touchup marred surfaces to specified finish to match adjacent surfaces. 1.03 FINAL CLEANING A. At the completion of work on all contracts and immediately prior to final inspection, cleaning of the entire project will be accomplished. B. Employ experienced workers, or professional cleaners, for final cleaning. C• Repair, patch, and touch up marred surfaces to specified finish, to match adjacent surfaces. 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 part of the applicable bid amounts stated in the Proposal. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION McClelland es, o rve Conwill ng Engineers Incorporated Farertevllle, Arkansas Section 01710 - 2 I I I Li u I I Li I 1 H H H Li I H I [I I I [I SECTION C1720 PROJECT RECORD DOCUMENTS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Maintenance of Record Documents and Samples. B. Submittal of Record Documents and Samples. 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 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: 1. 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. 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. Section 01720 - 1 MCCje uord toe wrrirp Enyrneev frcarporasd rapf,evibe, Arkanma Ii 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 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 McClelland O Con sullIng Engineers Incorporated I I F B. Transmit with cover letter in duplicate, listing: 1. Date. 2. Project title and number. 3. Contractor's nane, 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 MCQIhand a M Corw�frna Emma.. Iroorva'ot a 'ay.+•evi4a, Arfavaf I I I n I C L C C I II II I SECTION 02102 CLEARING GRUBBING, AND STRIPPING I_NG 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 required to accomplish the work as specified herein. 2.02 CLEARING - DEFINITION A. Clearing shall consist of cutting, disposing of trees, snags, stumps, shrubs, gand brush, 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 nis cuts shall be made such that all trees are feller d 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 I MCC,.'ICId ■ ( O Cor.E',q y orse.e'I an.., N! rOri,few./.. 4fkY9faa iT] S 'I Li I I I L L L L L L I L L 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. 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. 2.06 CLEARING AND GRUBBING LIMITS A. Clear and grub only areas within the construction site that are absolutely necessary to accomplish the construction. 2.07 DISPOSAL OF CLEARING AND GRUBBING DEBRIS A. Haul the material that cannot be burned in accordance with Section 01710 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. Section 02102 - 2 I MCC Ir4and •a rrf Conwd'n0 Enginnr. inCoranralyd f aytINYIU, drkonrar 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 lump sum and unit price bid amounts stated in the Proposal. PART 3 EXECUTION Not Used. END OF SECTION Section 02102 - 3 McClelland si o Coneuitina Enpineers Inaorporoted c u-wu- w..���_ I I U I I I I 11 1 I I I 1. Samples for all imported material. 1 2. Contractor's excavation/stockpiling plan with provisions for stormwater runoff considerations. 3. Schedule of excavation/stockpiling/filling 1 plan illustrating methods of filling new facility areas. SECTION 02200 EARTHWORK.TRENCH EXCAVATION AND BACKFILL PART 1 GENERAL 1.01 SCOPE A. This section covers the work necessary for the earthwork, complete. 1.02 DEFINITIONS - RELATIVE COMPACTION A. "Relative compaction" is defined as the ratio, in percent, of the as -compacted field dry density to the laboratory maximum dry density as determined by the Standard Proctor Test, ASTM D698. Corrections for oversize material may be applied to either the as -compacted field dry density or the maximum dry density, as determined by the Engineer. 1.03 DEFINITIONS - OPTIMUM MOISTURE CONTENT A. "Optimum moisture content" is defined as the moisture content of the material for which the maximum dry density is obtained as determined by ASTM D698. Field moisture contents shall be determined on the basis of the fraction passing the 3/4 -inch sieve. 1.04 SUBMITTALS A. Submittals shall be made in accordance with the GENERAL CONDITIONS, SECTION 01300, SUBMITTALS DURING CONSTRUCTION, and the requirements of this section. B. Provide the following submittals: I I I Section 02200-1 I Engtna U [u'Oa'a?afaE fcya•en. I'I Anan.ca L PART 2 MATERIALS 2.01 GENERAL A. Provide all labor, materials, and equipment necessary to accomplish the work specified in this section. 2.02 SUBSURFACE INFORMATION A. Test borings were made and the information obtained there from, as well as boring locations are shown in the Project Drawings. This information is presented to give some indication of the conditions that may be encountered during construction and is offered as supplementary information only. It shall be the Bidder's sole responsibility to estimate the type and quantity of materials and the amount of groundwater, if any, that will be encountered. The Engineer and Owner will make available to all prospective bidders, upon request, prior to the receipt of proposals, all information that they may have as to subsurface conditions and surface topography at the worksite. Neither the Owner nor the Engineer assumes any responsibility for the interpretation of the subsurface data indicated on the Drawings, or for subsurface conditions at other locations. B. Information derived from inspection of logs of test borings, of topographic maps, or from plans showing location of utilities and structures will 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 terms of the Contract Documents. C. The submission of a Proposal shall be conclusive evidence that the Bidder has investigated the site and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the Contract Documents. 2.03 GENERAL EXCAVATION A. Complete all 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. Section 02200-2 I I I H I [: L I I L L L MCGetlanC n o rve Cansubina Engineers lncgrporaleC FayeBeville, Arkansas I I I L I I I I L L [l I L L L L 2.04 EARTH FILL A. Excavated material free from roots, organic matter, trash, debris, rocks larger than 3 inches, and other deleterious materials. Materials shall have a maximum plasticity index (Pi) of 30. Suitable material may be obtained by the Contractor from the excavation for the proposed structures. Provide imported material of equivalent quality, if required to accomplish the work. Imported material shall be provided at the Contractor's sole expense. Earth fill shall be used outside the tank perimeter and access road subgrades. 2.05 STRUCTURAL FILL A. Native or imported material free from roots, organic matter, trash, debris, with maximum particle size of 1-1/2 inches. Material shall have low plasticity with a maximum plasticity index (PI) of 20. No warranty, expressed or implied, is made concerning the availability of sufficient quantities of satisfactory structural fill from the excavations to be made. Therefore, the Contractor shall provide imported material of acceptable quality, if required, to accomplish the construction. Imported material shall be provided at the Contractor's sole expense. Structural fill shall be used inside and below the tank ringwall foundation. 2.06 GRANULAR FILL A. Imported GRANULAR FILL shall be 1 -1/2 -inch minus crushed gravel or crushed rock, free from dirt, clay balls, and organic material, well graded from coarse to fine, containing sufficient finer material for proper compaction, and less than 8 percent by weight passing the No. 200 sieve. Granular fill may be material meeting Class 7 requirements for crushed stone aggregate base, Section 303 of the AHTD Standard Specifications. 2.07 SAND A. Imported natural sand or sand produced from crushed gravel or crushed rock, maximum size 5/16 inch, 80 percent shall pass a No. 4 sieve, free from clay and organic material, with a maximum of 8 percent passing the No. 200 sieve. 2.08 TRENCH STABILIZATION MATERIAL A. Three-inch minus river -run or pit -run gravel, free from clay balls, roots, and organic matter; well crushed Section 02200-3 Mcbe ra.+p jj es. a rw Ca:w 4�ap • r cor ness �rtcvpe, Fpys••evn'w, prsnrsas C 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 SELECTED MATERIAL FOR PIPE ZONE A. Selected trench side material used for backfill in the pipe zone or as pipe base in accordance with details on the Drawings shall be friable and contain no rock, clay masses, clods, frozen soil, or other pieces of material larger than 1½ -inches. 2.10 BACKFILL ABOVE THE PIPE ZONE A. Materials from the excavation containing no particles larger than 6 -inch diameter, free from roots, debris, and organic material. 2.11 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 2 -inch square opening. Remove existing grass and overburden before topsoil is excavated. Provide imported topsoil of equal quality if required to accomplish the work. 2.12 WATER FOR COMPACTION A. Furnish as required. 2.13 RIPRAP A. Hard and durable quarry stone with less than 35 percent wear when tested for resistance to abrasion in conformance to ASTM C 535. Bulk density shall not be less than 160 pounds per dry cubic foot. The least dimension of any one piece shall not be less than 1/3 the greatest dimension. Minimum of 50 percent of the volume shall be in pieces ranging in size from 1/2 cubic foot to 2 cubic feet. Smaller pieces will be allowed only to fill in the voids in the larger stone. 2.14 IMPORTED MATERIAL ACCEPTANCE A. All imported materials specified in this section are subject to the following requirements:. 1. All tests necessary for the Contractor to locate an acceptable source of imported material shall be made by the Contractor. Section 02200 -4 C I I I I. I C C C C I I MCCIe hand ass n o rve Consulting Engineers Incorporated Fayetteville, Arkansas H I I C C I [_l I L C L L I1' L I I Certification that the material conforms to the Specification requirements along with copies of the test results from a qualified commercial testing laboratory shall be submitted to the Engineer for approval at least 10 days before the material is required for use. All aggregate samples shall be furnished by the Contractor at the Contractor's sole expense. Samples shall be representative and be clearly marked to show the source of the material and the intended use on the project. Sampling of the aggregate source shall be done by the Contractor in accordance with ASTM O 75. Notify the Engineer at least 24 hours prior to sampling. The Engineer may, at the Engineer's option, observe the sampling procedures. Tentative acceptance of the aggregate source shall be based on an inspection of the source by the Engineer and the certified test results submitted by the Contractor to the Engineer. No imported materials shall be delivered to the site until the proposed source and materials tests have been tentatively accepted in writing by the Engineer. Final acceptance will be based on tests made on samples of material taken from the completed and compacted course. The completed course is defined as a course or layer that is ready for the next layer or the next phase of construction. All testing for final acceptance shall be performed by the Engineer. 2. Gradation tests by the Contractor shall be made on samples of imported material taken at the place of production prior to shipment. Samples of the finished product for gradation testing shall be taken from each 1,500 tons of prepared materials or more often as determined by the Engineer, if variation in gradation is occurring, or if the material appears to depart from the Specifications. Test results shall be forwarded to the Engineer within 72 hours after sampling. If tests conducted by the Contractor or the Engineer indicate that the material does not meet Specification requirements, material placement will be terminated until corrective measures are taken. Material which does not conform to the Specification requirements and Section 02200-5 I • .Ccrsui/ria n. •o ' �°' Fnyne at .. rrroroa•ared Fa,eNnpj.e, Ar*afscs I is placed in the work shall be removed and replaced at the Contractor's sole expense. Sampling and testing performed by the Contractor shall be done at the Contractor's sole expense. 2.15 SELECTED MATERIAL ACCEPTANCE A. All tests necessary for the Contractor to demonstrate that selected native soil material conforms to the Specification requirements shall be made by the Contractor using a qualified commercial testing laboratory at the Contractor's expense. These tests shall include gradation tests and, Atterberg limits tests, and such other tests as appropriate for the particular material and intended use on the project. B. Samples for testing shall be representative of the actual material to be installed in the work. Samples shall be taken from each 2,000 cubic yards of material stockpiled or more often as determined by the Engineer if variation in material properties is occurring, or if the material appears to depart from the Specification requirements. C. Test results shall be forwarded to the Engineer at least 10 days before the material is required for use. If tests conducted by the Contractor or the Engineer indicate that the material does not meet Specification requirements, the material shall not be installed in the work. Material which is placed in the work but does not conform to the Specification requirements shall be removed and replaced at the Contractor's sole expense. The Contractor shall include in the lump sum bid amount the costs for all testing by an independent certified laboratory. 2.16 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 condition that it will deliver the manufacturer's rated compactive effort. Hand -operated equipment shall be capable of achieving the specified densities. Section 02200-6 I I I I J I !. 1 I I I I J I Mccleflapd es n q rve Consulting Engineers incorporated Fayette villa, Arkansas H I I C CI I Li I r L I I L 1] I 1 P 2.17 MOISTURE CONTROL EQUIPMENT A. Equipment for applying water shall quality adequate for the work, shall be equipped with a distributor bar device to assure uniform applicatii mixing and drying out material shall discs, or other approved equipment. PART 3 EXECUTION 3.01 CLEARING, GRUBBING, AND STRIPPING be not or )fl. col of a type and leak, and shall other approved Equipment for )sist of blades, 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 GENERAL EXCAVATION A. Perform all 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 FOR ACCESS ROADS A. Excavate to the lines and grades shown. Bring rough excavation to within 0.1 foot of required grade. The method of excavation used is optional; however, no equipment shall be operated within 5 feet of the existing structures or newly completed construction. Excavation that cannot be accomplished without endangering the present or new structures shall be performed with hand tools. Section 02200-7 r MCC(e',and esl o rw7 CorMWrr,9 Eng'naars 4Cdrpo'aled h dye"ev•J6, Cu,anscs I 3.05 STRUCTURAL EXCAVATION A. Excavate for structures to the lines and grades shown or as required to accomplish the construction. Perform all excavation regardless of the type, nature, or condition of the material encountered. The method of excavation used is optional; however, no equipment shall be operated within 5 feet of existing structures or newly completed construction. Excavation that cannot be accomplished without endangering the present or new structures shall be done with hand tools. 3.06 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. 3.07 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. Do not carry excavation for footings and slabs deeper than the elevation shown. 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 than that of the underlying ground. Excavations under footings shall be filled with concrete of equal strength to that of the footing. Cuts below grade shall be corrected by similarly cutting adjoining areas and creating a smooth transition. The Contractor shall correct all overexcavated areas at the Contractor's sole expense. 3.08 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 backfill unless water settling is required, and at such other times as required for efficient and safe execution of the work. Removal of groundwater shall be accomplished in a manner that will preserve the strength of the foundation soils, will not cause instability of the excavation slopes, and will not result in damage to existing structures. Where Section 02200-8 I II I I I I I I I I H I I rJ MCOeuand esi o rve Consulting Engineers Incorporated Fayetteville, Arkansas I I Li I C C I F1 LJ J I I I I necessary to these purposes, the water level shall be lowered in advance of excavation, utilizing wells, wellpoints or similar methods. The water level in the gravel stratum as measured in piezometers shall be maintained a minimum of 3 feet below the prevailing excavation level or as needed to prevent bottom heave of the excavation. Open pumping and sumps and ditches, if it results in boils, loss of fines, softening of the ground or instability of slopes, will not be permitted. Wells and wellpoints shall be installed with suitable screens and filters so that continuous pumping of fines does not occur. The discharge shall be arranged to facilitate collection of samples by the Engineer. Avoid settlement or damage to adjacent property. Dispose of water in a manner that will not damage adjacent property, as approved. 3.09 FOUNDATION PREPARATION A. After completion of excavation, and prior to foundation or fill construction, proof roll the excavation surface with a loaded tandem -axle dump truck or similar heavy -wheeled vehicle to detect soft or loose zones. Proofrolling shall be conducted in the presence of the Engineer. If soft or loose zones are found, excavate the soft or loose material to a depth accepted by the Engineer, then fill and compact as specified for the overlying fills. Overexcavation and replacement filling, as specified in this paragraph, shall be paid for on a force account basis as specified in the General Conditions, provided that the Engineer shall authorize such overexcavation and replacement filling in writing prior to accomplishing such work. Prior to placement of any overlying fill or concrete, the foundation subgrade shall be scarified to a depth of six (6) inches and compacted to at least 95 percent relative compaction. 3.10 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. B. Do not operate earth -moving equipment within 5 feet of walls of concrete structures for the purpose of depositing or compacting backfill material. Compact Section 02200-9 MrC!ej lord E 'o�t0 vporn0oraled 'ap'ieaib, P'konsaa I backfill adjacent to concrete walls with hand -operated tampers or similar equipment that will not damage the structure. 3.11 STRUCTURAL FILL UNDER FACILITIES A. Place hereinbefore specified STRUCTURAL FILL within the influence area beneath tanks, piping, slabs, structures, roads, parking areas, facilities, and other areas as shown. Do not exceed loose lifts of 6 inches. Compact each lift to not less than 100 percent relative compaction. B. A 6 -inch layer of GRANULAR FILL shall be placed and compacted to at least 100 percent relative compaction immediately beneath all horizontal slabs on grade, or other concrete structures. Moisten material as required to aid compaction. Place material in horizontal lifts and in a manner which avoids segregation. C. Any subsequent damage to slabs, piping, concrete structures, facilities, or other structures caused by settlement of fill material shall be corrected and repaired by the Contractor at the Contractor's sole expense. 3.12 BACKFILL AROUND STRUCTURES A. Place hereinbefore specified STRUCTURAL FILL in all areas not designated to be EARTH FILL, SAND or GRANULAR FILL. Deposit material in maximum 8 -inch loose lifts and compact each lift to not less than 100 percent relative compaction. 3.13 FILLS NOT UNDER STRUCTURES OR FACILITIES A. Place hereinbefore specified EARTH FILL to the lines and grades shown. Place fill material in maximum 8 -inch loose lifts and compact each lift to not less than 95 percent relative compaction. Make proper allowance for topsoil where required. 3.14 MOISTURE CONTROL A. During all compacting operations, maintain optimum practicable moisture content required for compaction purposes in each lift of fill. Maintain moisture content uniform throughout the lift. Insofar as practicable, add water to the material at the site of excavation. Supplement, if required, by sprinkling the fill. At the time of compaction, the water content of the material Section 02200 - 10 1 I I L I. 1 C I I I I McClelland BS/ n a ry -Consulting Engineers ICorp orated Fayette Wlle. Arkansas I I I I I L L I I I L_ L L I I L E shall be at optimum moisture content, plus or minus 2 percentage points. B. Do not attempt to compact fill material that contains excessive moisture. Aerate material by blading, discing, harrowing, or other methods, to hasten the drying process. 3.15 FIELD DENSITY TESTS A. The Engineer will determine in -place density and moisture content by any one or combination of the following methods: ASTM D 2922, D 1556, D 2216, D 3017, or other methods selected by the Engineer. Cooperate with this testing work by leveling small test areas designated by the Engineer. Backfill test areas at Contractor's sole expense. The frequency and location of testing shall be determined solely by the Engineer. It is anticipated that, as a minimum, at least one field density test will be performed on each 10,000 square feet of compacted fill surface per lift. The Engineer may test any lift of fill at any time, location, or elevation. 3.16 TRENCH EXCAVATION AND BACKFILL A. Excavate for the installation of piping, utilities, and appurtenances. All obstructions, such as tree roots, stumps, abandoned concrete structures, and other material of any type shall be removed. 3.17 TRENCH WIDTH A. Minimum width of unsheeted trenches or the minimum clear width of sheeted trenches in which pipe is to be laid shall be 24 inches greater than the inside diameter of the pipe. Sheeting requirements shall be independent of trench width. The maximum clear width at the top of the pipe or above the pipe will not be limited, except in cases where excess width of excavation would cause damage to adjacent structures. 3.18 GRADE A. Carry the bottom of the trench to the line and grade shown, or as established by the Engineer. Allow for pipe thickness and for pipe base or special bedding when specified. Backfill any part of the trench excavated below grade with granular fill material and compact to a density equal to the undisturbed trench bottom. Section 02200 - 11 I MCCJe lord ear .wI Canw'hnp nyipot 01d F a y&f..I. le, G rka, so. I 3.19 SHORING, SHEETING, AND BRACING OF TRENCHES A. Erect, maintain, and remove shoring, sheeting, and • bracing as required by all federal, state and local laws, codes and ordinances. I 3.20 REMOVAL OF WATER A. Removal of water shall be accomplished as specified hereinbefore. 3.21 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, large rocks, trash, etc.). 3.22 BASE FOR PIPE A. Place a minimum 4 -inch thickness of selected material for pipe base of the type hereinbefore specified. Place for the full width of the trench with the top of the base at flow line grade. Bed the pipe in the base so. that the flow line is at the required grade and elevation. Place and finish the base to grade ahead of the pipe laying operation. 3.23 BACKFILL AT PIPE ZONE A. The pipe zone shall be considered to include the full width of the excavated trench from the bottom of the pipe to a point above the top outside surface of the barrel of the pipe, as shown in the details on the Drawings. It is specifically called to the Contractor's attention that the depth of the pipe zone above the pipe barrel may vary according to the pipe manufacturer's recommendation. B. Particular attention must be given to the area of the pipe zone from the flow line to the centerline of the pipe to ensure that firm support is obtained to prevent any lateral movement of the pipe during the final backfilling of the pipe zone. C. Backfill the area of the pipe zone from the bottom to the horizontal centerline of the pipe by handplacing the material around the pipe in 6 -inch layers. Continuous Section 02200 - 12 F I I I I L [ I. E I L CI L I MCpe4aad en n o rve Cansue, Engineers Inca parared Fayetteville, Arkansas I I I I I I I I I I C1 I I I I I support shall be effected beneath pipe haunches by "walking in" and slicing with a shovel. Backfill the area of the pipe zone from the horizontal centerline to the top of the pipe zone as indicated in detail on the Drawings. D. In lieu of Selected Material for Pipe Zone in the upper portion of the pipe zone, imported zone material for trench backfill may be substituted at no additional cost to the Owner. E. When, in the opinion of the Engineer, insufficient or unsuitable material exists at trench side for selected material for pipe zone in the upper portion of the pipe zone, the Contractor shall provide suitable material from other trench excavation along the pipeline, or imported pipe zone material, at no additional cost to the Owner. 3.24 TRENCH BACKFILL ABOVE THE PIPE ZONE A. In trenches under all structures, 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 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. 3.25 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 slopes of channels to conform with the lines, grades, and cross sections shown. Make slopes free of Section 02200 - 13 L Mcps? and n. •o .x.w fniswll ny Entneers hco'aa�c see fa)e4aVd.e. Arkansas I 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. 3.26 PLACING RIPRAP A. Place riprap at the locations and to the slopes shown. Depth of riprap shall be 1-1/2 times the maximum size of the riprap unless otherwise shown on the Drawings. Intermix the sizes of riprap material to provide uniform gradation between small and large material. 3.27 DISPOSAL OF EXCESS EXCAVATION A. Dispose of all excess excavated materials, not required or suitable for use as backfill or fill, outside of the area of work. Contractor shall make his own arrangements for the disposal of the excavated material and bear all costs or retain any profit incidental to such disposal. .I B. Excess TOPSOIL, EARTH and STRUCTURAL FILL material may be placed adjacent to structures if, and where, approved in writing by the Owner. Compact all excess material as specified for EARTH FILL, dress the completed disposal area to slopes no greater than (4:1) (horizontal:vertical), and slope to drain. Comply with Section 02485, FINISH GRADING AND GRASS, to finish the surface of the disposal area. 3.28 SETTLEMENT A. Any settlement in backfill, fill, or in structures built over the backfill or fill, which may occur within the 1 -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. 3.29 PAYMENT A. Payment for the work in this section will be included as part of the applicable unit price and lump sum bid amounts stated in the Proposal. END OF SECTION Section 02200 - 14 1 I I 1 1] I I I I I I I I I I gine en o rye Consulting Enngineersers , Incorporated Fayetteville, Arkansas I ' McClelland Consulting Engineers, Inc. Dn �,ynnd Tu .S nrrx P. O. Box 1229, Fayetteville, Arkansas 72702-1229 (.501) 443-2.377 FAX (501) 443-9241 ' GEOTECHNICAL INVESTIGATION I I I I L C P. r P u L I Kessler Mountain Tanks Fayetteville, Arkansas INTRODUCTION At the request of the City of Fayetteville, Arkansas, McClelland Consulting Engineers, Inc., conducted a subsurface soil investigation at the site of proposed ground storage tanks, which are to be an addition to the water distribution system of the City of Fayetteville. This investigation was performed to evaluate the suitability of the site and to make design recommendations for the proposed structures and is subdivided into the following three parts, (a) A field investigation of the subsurface conditions consisting of borings with visual classification. (b) Laboratory testing of soil samples to determine their strength and engineering properties. (c) An engineering analysis of the laboratory and field data for bearing capacity, building foundation recommendations, and other design recommendations. FIELD INVESTIGATION The subsurface conditions at the site were investigated by 7 sample borings to depths of 8.5 to 26.5 feet, to obtain a subsoil profile to establish soil type and moisture conditions and obtain soil samples for further testing. The locations of each boring are indicated on Plate 1. Descriptions and classifications of the soil strata encountered, the depth of the borings, the results of the field and laboratory tests are given on the boring logs, Plate Nos. 2 through 8. A key to the terms and symbols used is given on Plate No. 9. The borings were made using a truck nounted rotary drill with a 6? - inch hollow -stem auger bit. Soil samples were obtained at the depths indicated on the boring logs by the use of a 3 -inch Shelby Tube sampler for retrieving undisturbed samples of cohesive soil, and by a split -spoon sampler for retrieving samples from cohesionless or slightly cohesive soils. The split -spoon sampler was driven by blows from a 140 -pound hammer dropped 30 inches. The I 1 I I I [I C C r I L L number of blows required to drive the sampler the final 12 inches of an 18 -inch drive, or portion thereof, is referred to as the Standard Penetration value, N, and is recorded on the boring logs in the blows -per -foot column. The samples obtained from the field were sealed in appropriate containers for transfer to our laboratory for further testing. The field tests performed included visual classifications, groundwater observations and Hand Penetrometer tests on undisturbed soil samples. The ground water table was not encountered at the time of drilling. The Hand Penetrometer test results are indicated on the boring logs by a small diamond -shaped symbol, and are correlated to and expressed as cohesion. LABORATORY TESTS Laboratory tests were performed on soil samples recovered from the borings. These tests consist of determinations of unit weight, moisture content, Atterberg Linits, and unconfined compressive strength and gradation tests. The natural soil moisture content was determined for several recovered soil sanples to provide a moisture profile for the site. From several suitable undisturbed soil samples, the dry unit weights are given on the boring logs. Liquid and Plastic Limit tests were performed on ten selected samples to aid in the soil classification and to help evaluate the volume change tendency of the characteristic soils at the site. Unconfined compression tests were performed on two selected soil samples to evaluate to shear strength for the typical clay soil encountered by the borings. This cohesive shear strength is reported as one-half of the maximum compressive stress, and is indicated by a small open circle on the boring logs. The gradation tests results are given on Plate 10 and were used in the determination of the soil classification. The results of the laboratory tests are plotted on the boring logs according to the scale and symbols shown on the legend in the upper right portion of each log. H I 1 1 GENERAL SOIL CONDITIONS I I I [I I [I I I I 11 I I I I I The boring encountered a surface stratum of brown silty sandy clay with organics one (1) foot in thickness. The underlying stratum was a firm to stiff reddish brown and gray to yellowish brown sandy silty clay or a soft weathered reddish brown sandstone with alternating layers of sandy clay to the bottom of each boring. Boring 4 encountered a stratum of very weathered brown shale between 19 and 22 feet. The stratum of reddish brown and yellowish brown clay has a low to moderate Plasticity Index with some potential for volumetric shrink -swell with extreme changes in moisture conditions. ANALYSES AND RECOMMENDATIONS The recommended foundation system for the proposed tanks is a ringwall foundation system around the perimeter of each tank. The ringwall should be founded a minimum of four (4) feet below the tank base elevation into the reddish brown and gray to yellowish brown sandy silty clay stratum on the uphill side and in select structural fill material on the downhill side. The safe allowable bearing capacity of the structural fill clay material of sandy silty clay is 4,000 pounds per square foot (psi). The safe allowable bearing value provides a minimum factor of safety of 3 with respect to the measured and estimated strength properties of the soil. A very slight amount of settlement may be expected to occur during construction and initial filling of the tank. The site excavation should include the removal of all organic topsoil within the embankment, tank and roadway areas. The material required for the tank excavation including sandy silty clay and weathered sandstone materials may be used as structural fill. Some weathered sandstone maybe excavated in boulder size pieces which are not suitable for placement in the fill. The subgrade on the fill side of the tanks should be benched, with the benches not exceeding a 5 -foot difference in elevation. The excavated sandy clay and weathered sandstone material may be used for on -site fill material provided proper compaction is achieved as outlined below. The tank site excavation may encounter water seepage near the bottom of the excavation during wet periods any may require the use of ditches and/or French drains to remove the water. The site embankment and backfill excavated sandy silty clay material providing the largest rock fragments Some sandstone maybe of such size thz suitable. Alternately, the fill available reddish brown silty clay materials may utilize the and the weathered sandstone, are smaller than three inches. it its use in the embankment is material may be a locally and broken chert (hillside) I I I I I 1 1 I I I material having a Plasticity Index of less than 30 and classified as a (GC) material. The embankment material under the tank, gravel drive, and roadways should be compacted in place in maximum 8 -inch compacted lifts, to a minimum of 95% of the maximum density as determined by the Modified Proctor Test, ASTM D 1557. The embankment material beyond the limits of the gravel drive should be formed using the excavated material and compacted as above to 92% of Modified Proctor Density as per ASTM D 1557. Positive drainage around the site is recommended to prevent moisture changes in the soils underlying the foundation. Surface slopes of 1% to 2% are adequate. Sincerely, FlaLAND CONSUL ING ENGINEERS, INC. yne ones P. E. ct anag r RWJ/rw Enclosures: Plates 1 through 10 F. AInIDTu rw } 1�`-_ zl 1 1 - 1 6 N N 626,35C E 658,770 B-2 N 626,215 E 658,845 1 8-3 N 626,265 E 658,930 8-4 N626,395 E6581905 S8_?`4E � X660.00' - - M / + } B + rM \ B -5 TANK 10' 180'DIA. FUTJ T + 25 1 i 15'I�TANK 180'DIA. l / 1 18 3 I + / / J- oo\ B-6 10' W N87.20'41"W 660.00' 6-5 N 626,760 E 658,880 8-6 N 626,425 E659,035 8-7 N 626,566 E 658,995 McClelland BORING LOCATIONS .., nod ro s Engineer. KESSLER KESSLER MOUNTAIN TANK SITE nere Incorporated- r at or rAYRRYLLit Little Rock Fayetteville"P°R;d DAWI EO5 �z PPLATEa 900 W. Yal,harrr — 7810 Al. College 3LAIFNElneoo � i--- r.. i°0 rnax ry I.T.T.- LOG OF BORING NO. B-1 Kessler Mountain Tank Site City of Fayetteville TYPE: 6§" Hollow Stem Auger LOCATION: See Plate 1 - W w 0 ' O w t W i a to DESCRIPTION OF MATERIAL SURF. EL: 1550.7± W a ; O J m F ;-i >4 e,O Du f n Z� COHESION, TON/SO FT 0.2 0.4 0.4 0.6 I.0 1.2 I.♦ I- W Iii PLASTIC WATER LIQUID LIMIT CONTENT,% LIMIT 10 20 30 40 60 •0 70 Brown Silty Sandy Clay with Organics 2 Weathered Reddished Brown. Sandstone and Reddish Brown Sandy Clay Alternating Layers Hard Sandstone at 5.0' 50 7 < 50 71 50 1.. -- ------------ 611 50 3" 50 2'• --------- • 4 1'-!' 6 `' 3 10 ,_ - " 12 • 14 ---- --- 16 ----- COMPLETION DEPTH: 15.0' DEPTH TO WATER DATE: 3-2-92 IN PORING Dry DATE: 3-2-92 I L I I I I I IT I I H L IT I PI AT97 9 Li rrn 6.I r I H rI C I II I I II I I LOG OF BORING NO. B-° Ec sJer }n.mtain 1 r:c Sit Citv rf 1'ay.tte•, r:" liollew Steer. Auger S<•(, i'_ate TYPE: LOCATION: a C p w J : N DESCRIPTION OF MATERIAL SURF. EL ( - a W a N ;F 14 co I Za COHESION, TON/SQ FT O O.! 0.4 OS 0.1 I,O 12 1.4 C PLASTIC WA'EP LIOLID LIMIT CONTENT% LIMIT IC 20 30 40 50*0 70 Brown SiitSandy Clay with Ur •a: ' r __,_ •• - - Fin' Redd'.ch Hrcwn Sand; Cl:iv 1Gi rh Sand stone n:u:('er ' _ r ---- - • 4 e Stiff Yellnwicl: Y.rnwn and Gra:r Ldflin.atrd C1.'. Alternating with Stiff R<'dd:sh brown Sznd', Cinv 3C 92 p 3t> __•4..--_t- _ ------ - - ....44.-- __ __ iL 14 I __ __ COMPLETION DEPTH 11,S' DEPTH TO WATER DATE 3-2--'2 IN IORINO: Dry DATE. %'4 PLATE 3 1, A LOG OF BORING NO. B-3 Kessler Mountain Tank Site City of Fayetteville 6" Hollow Stem Auger See Plate 1 TYPE: LOCATION: F W D m w m i DESCRIPTION OF MATERIAL _ in ,+ SURF. EL %_ 1536.3 _ W a 0 O J m > 4 a, Z� COHESION, TON/SQ FT 0.2 0.{ : O.{- - 0.0.- 1.0 1.2 { 1 ' O W W PLASTIC WATER LIQUID LIMIT CONTENT••/. LIMIT ____________ •'-'-"'--"'-+ 10 20 30 40 60 t0 70 `,. Brown Silty Sandy Clay with Organics w/Sandstone Fragmen.s 2 Stiff Reddish Brown to Yellowish Brown Silty Clay with Laminated Clay Seam; ---4 95 104 • • t----- 6 ^ Stiff Reddish Brown Sandy Clay with Seam of Very Sandstone 49 34 -��Weathered 10 12 --------- ---- ---- ---- ---- --- --- --- • 14 - - - - - -a -_ COMPLETION DEPTH: 11.51 DEPTH TO WATER DATE: 3_2_92 IN EORINO: Dry DATE: 3-2-92 I I Li TI I I El I I I 1] I I I I 1 DI ATE' A V I I I I I I I P1 I I I I I I I I I I LOG OF BORING NO. ]s- Ke�•.]er tl:)U t.lin ':ank Site Ci t\' u)] : aV,'t trei 1 ]'- TYPE: Hollow Stem Auger LOCATION: Sc' Plate 1 4 C. w O J O w f0 W a N DESCRIPTION OF MATERIAL SURF. EL: ] X4• •5 W o M° o� _� COHESION, TON/SQ FT 0.2 CA 0.4 01 1.0 12 La o W w I P.AS'IC WATER LIQUID LIM.. C0NTENT,% LIM T IC 20 so 10 eo 4a 70 " Brown Silt" Sari. w/Ilr};::nics • . O ,' Firm Reddish RrnY.'n Silt" Cobb] es .and StUlCe[o Sit 1'I S50t _ - . - { -.-- -----I- 4 - _� .-- Reddi ,h Brawr. Weathrro-I Sr:adetone with S.i-nci': C.! a- La': i re: ;No:' Pla;.lic ;r1�1 •G .. _ Yel;owish to Redd:h isrowr. _ —y 4 S St:1: Rndd:ch Brown Snndv — 2.- , 18' Brrwsl Crr' Lea'lerrf! S•::?r r 10. + t 72 • Firr.. Reddish Brown r,-:nd: a' 8? -I - - - • jU1 - - - - - F • -- COMPLETION DEPTH: :'(:_`) DEPTH TO WATER DATE. ?_3_-n: IN BORING: fi• DATE '1..?..4_' PLATE 5 LOG OF BORING NO. B-5 Kessler Mountain Tank Site City of Fayetteville TYPE: 6}" Hollow Stem Auger LOCATION: See Plate 1 II- a.2 W p J 0 ,•; W W s DESCRIPTION Of MATERIAL H 5URP. EL: 1546.8 +- Brown Silty Sandy Clay with Organics t WW m F ;F �I& o� � COHESION, TON/SQ FT ___p 0.2 0.4 0.4 0.6 1.0 1.2 14 I- OZ Q m PLASTIC WATER LIQUID LIMIT CONTENT,•/, LIMIT +-------------•------------+ I0 20 30 40 60 60 TO 2 Soft Yellowish Brown Very Weathered Sandstone 29 4 . ' Stiff Reddish Brown and Gray Sandy Silty Clay with Weathered Sandstone Layers 24 32 50 I 97 • 6 _ -, ®+ ---- —+ 8 • .-� Medium Hard Brown Weathered Sandstone with Sandy Clay Layers 50 7„ •10 ` - --- --- --- --- --- ---- --- --- --- --- ---- ---- ---- 12--- 14 COMPLETION DEPTH: 10.51 DEPTH TO WATER DATE:- BORING; IN c, 3-2--92 D.DATE: I C I I I I r-, I I I I I I I - £ J6 PLATE 6 'Ada-, -- I Li I`1 I j I I I I I .1 I I I I LOG OF BORING NO. B -h :!',:::'•- -.r.n; a. n lank Sit!• Ci t ! Fa:r t I. -v - ]e TYPE: ('1" Hol:ow Step Auger LOCATION: See ? me I COHESION, TON/SO FT 0 i i DESCRIPTION OF MATERIAL W a > Z,,12 Cl 0.4 0.• C.l 1.0 I f c W 7 f ` m ou ~ c PLASTIC WATER LIpUI[ N !n 0 ZO - MIT CONTENT,% LIM T W SURF. EL! , SLti. i; m f---'---- --�------------+ m 10 2C SO 40 so io 70 Brown S'.. t S• S.cn.l y Cl avr v.; th Orna•li,•r, Snit Fa'ddi•;h :'sawn 1-rry - + w'eaihered S:d:anne with Sal dV 1.:::`: ]. ^.V PI :i-• - --I -� . Stiff R!`dd'.^h Brown Sandy •r'y Silty (:av with }Yr thl'rec' Sand, tnn1' La�'erti LG 234 ' --- 4--- -- • 6 29 103` i + - lit }•, 14 --- i COMPLETION DEPTH: CE'TH TO WATER DATE: 3--2-9: IN DOMING: 7;j . DATE. PLATE 7 Alurn `/ •• LOG OF BORING NO. B-7 Kessler Mountain Tank Site City of Fayetteville TYPE: 6}" Hollow Stem Auger LOCATION: See Plate 1 I' G J mW w W d m DESCRIPTION OF MATERIAL SURF. EL: 1545.1 ± Wa N O; mJ F F >.&a0.2 ~� COHESION, TON/SO FT Q 0.4 0.4 0.6 1.0 1.2 1.4 I- O _ w J PLASTIC LIMIT CONTENT% LIMITWATER +_____________-__-_________+ 10 20 30 s0 60 40 TO Brown Silty Sandy Clay 2 Firm Stiff Reddish Brown and Gray Sandy Silty Clay Weathered Sandntonp Layers Below 4.5 ft. 14 29 50 5" 100 110 4 __-_a±===- 6 lfediumHard W ;pt t...�hered Brown j^n,drtOlie 511 8 - --- --- --- --- ---- ---- ---- ---- ---- ---- ---- 10 1--- • 14 - - - -- COMPLETION DEPTH: 8.4' DEPTH TO WATER DATE: 3--2_92 IN PORING: DATE: Dry 3-2-92 I I C I I L I I I I I I PI ATG a I I I I I SYMBOLS AND TERMS SO'L TVPE.S (SHOWN % SVMBOL CUIUM%) G-ave( Sanc Si.1 Clay Precom -ant type sFowt heavy USED ON BORING LOGS SAMPLER TYPES 1 SI'OWN •N SAMP.FS CCLUM%) w a h Jar Shelby P ston Split Nc Sample Tube 5pocn Recovery TERMS DESCRIBING CONSISTENCY OR CONDITION I COARSE GRAINED SOILS (rna.or port rn rela ned o- ND 200 cicvel IncLidea (I; c.ear. gravels and sands, and (2) si.ty or clayey gravels and se-ds. Co'd'tion is reed accord ng •o relat us dens ty as determined bst tabcrato-, tests. OrSCRIPTIVE TERM RELA' VE DENSITY Lccse 0 to 43% Med UT-, dense 40 to 70% Cense 70 to 100% FINE GRAINED SOILS :malcr portion passing No ?OC sieve) Inrlades ( ) inorganic and orgar.ia si :s and clads. ;2; gravely, sandy, or s It c.aes, and (3) clayey sit. Consistency is rated according to shearing slrengtrt,as indicated by genet-orneter read ngs or by unconflr:ed compression Tests DESCRiP'IVE EqM UNCCNF NED COMPRESS VE STRENGTH TC.N/SQ FT ' Very soft Less than 025 soft 0.25 to C.50 rlr-n 050 to 1-00 Stiff 1.00 10 2.00 very stiff 200 to 4.00 Fla -d 400 and h•gner I I I I I I I I re..•.1eo •nd s ut•ed tlayb nay rare icve- unrnrf,ned co+,p'eu .e ite"g "s •man SPc.' aboa CeUJe ct :Ian.. C• mtakneti Cr t aCks -n 1r'e •o1 —Ye tcrs ste"Cy •ar ng• of 1.C' •o .• are t•S•d an penelromea- readings, TERMS CHARACTERIZING SOIL STRUCTURE SI ckensided — I-.avir.g inclined pla-es cf wea4ness that a -e slick and glcssy in appearance. ssu red - conta Wing sF.r ink age cracks, freguentty flied with fine sane or s .1: usual:. -fore c- .ess vert cat Laminated - Composed of thin layers of vary rig coto- and texture, Interbedded - composed of a ternate layers of d fferent soil types. Calcareous - COnta it tg app-ec,ab.e gs.ant t es Of calcium ea-bonate Wet, graded hav nq wide range . gram sizes and SUData'T a. amounts 0f all intermediate pa -t c.e s zea Poorly graded predor-.,nantly o• one gra n size, or having a range of sizes with acme intermediate size fl. ss,r:g. Tern•, used if Ins -.pot fa- dell r uric SO la c::ord•Yg la 1Vn •t 'ure or 9 -tin s It d sir bLlip. a- in arro•6anm *1k Mr J4 f1FD SCI. CLASS"IL Ir I0N SST t M. at de)ni bed 1-, lerl niw. Menoyrd..in Nc -37, Wate'-'bays Crpe nnani Ypr,on, Ma..'. ii]' I PLA' F 9 GRADATION TEST RESULTS 6 MG GROUND STORAGE RESERVOIRS FAYETTEVILLE, ARKANSAS PROJECT NO. FY923805 MARCH, 1992 Sieve Analysis Percent Passing Boring Sample Depth No. No. Ft. 3/4" #4 #10 #40 #200 2 1 3.5 99.9 93.8 92.6 90.2 69.0 3 2 4.5 100 99.6 98.0 93.3 83.1 4 2 5.5 100 90.3 87.0 85.2 47.5 5 2 5.0 97.6 90.6 86.8 83.9 49.6 7 3 6.7 100 86.0 80.9 75.9 36.1 Plate 10 -- 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 02200 - Trenching: Excavation, backfill, and compacting fill in trenches. E. Section 02485 - Finish ground cover. 1.03 PROTECTION A. Protect landscaping and other features renaming 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 natter; acidity range (pH) of 5.5 to 7.5; containing a minimum of 4 percent and a maximun of 25 percent organic matter. Section 02218 - 1 MCUnland a 'N 6onw(lip p Engineers fntmporasd aysl/I v4i. Arkcmaa 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. 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. C. 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 McClelland es1 o rve ConeuUrinp Engineers IncCorp oorrated Fayetteville, Arkansas 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 lump sun. and unit price bids stated in the Proposal. END OF SECTION I 1 1 1 1 1 I Section 02218 - 3 MCCb'lana Car.w'ting fig flu 'ncMGaralra fa"tlaY'Iu.. Alxonjaf I I I I I I I I I I I I I I I I I I SECTION 02444 CHAIN LINK FENCE AND GATES PART 1 GENERAL 1.01 SCOPE A. This section covers the work necessary for the chain link fence and gates, as shown on the Drawings, complete. 1.02 GENERAL A. Like items of materials provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, maintenance, and replacement. 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. In addition, the following specific information shall be provided: 1. SHOP DRAWINGS - Submit shop drawings and installation drawings for the Engineer's review prior to fabrication and delivery. These drawings shall provide detailed information and specifications for all materials, finishes, dimensions, and erection instruction. 2. SAMPLES - Prior to fabrication and delivery, submit to the Engineer for approval, samples (approximately 6 inches square, or 6 inches long) of posts, rails, braces, fabric, wire, ties, fittings, etc. Approved samples of fittings may be returned to the Contractor when no longer needed by the Engineer for inspection and comparison purposes. Section 02444 - 1 I MCCIp ICrd Evv'nu•r nmaormov •ar.trov'Jv, Arxarrar 1.04 REFERENCES A. Specification of metallic -Coated and Polyvinyl Chloride (PVC) Coated Steel Chain Link Fence Fabric, published by Chain Link Fence Manufacturers Institute, Washington, DC 20036. PART 2 MATERIALS 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 desires only. Products of other manufacturers will be considered in accordance with the General Conditions. B. Materials shall be new and products reputable manufacturers unless specific Plans. Used fencing fabric, post tops, top rails and fitting materials may be work as identified on the Plans and as Engineer. of recognized, illy noted on the stretcher bars, utilized in the approved by the C. All materials shall be hot -dip galvanized after fabrication. Posts and other appurtenances shall have a minimum zinc coating of 1.2 ounces per square foot of surface. D. Aluminum -coated fabric and wire may be substituted for the galvanized fabric and wire. Aluminum coating shall be not less than 0.40 ounce per square foot, complying with ASTM A 491, Class II. 2.02 FABRIC A. Chain link fence fabric, 72 inches high, woven of No. 9 -gauge wire in 2 -inch diamond -mesh pattern, salvages twisted and barbed, galvanized after weaving with 1.2 -ounce zinc coating conforming to ASTM A 392. 2.03 POSTS A. Federal Specification RR -F-191, fence, posts, gates, and accessories, except as hereinafter modified. Standard lengths for setting in ground or in concrete as required for conditions shown. Section 02444 - 2 r C L C I C C C C I I I [1 C MCCIe0and 1 O rve Consulting Enpineors Incorporated Fayette vine, Arkansas L L C L C I C C r C L I I C I C 2.04 LINE POSTS A. For fences up to 8'-0" high, use galvanized 2 -1/2 -inch outside diameter, Schedule 40 steel pipe, weight 3.65 pounds per linear foot; C -section roll -formed from steel conforming to ASTM A 570, Grade 45, 1.875 inches by 1.625 inches; or equivalent approved materials. B. For fences over 8'-0" high, follow manufacturer's recommendations for sizes. 2.05 END, CORNER, ANGLE, AND PULL POSTS A. For end, corner, angle, and pull posts, use 2.875 -inch outside diameter standard weight steel pipe, weight 5.79 pounds per linear foot; or 3.5 -inch by 3.5 -inch roll -formed section with ;minimum bending strength of 486 pounds under a 6 -foot cantilever load. 2.06 GATE POSTS A. For single swing outside diameter, 6 feet wide to 13 pounds per foot. recommendations. 2.07 POST TOPS gates up to 6 feet wide, 2.875 -inch 5.79 pounds per foot. For single gates feet wide, 4 -inch outside diameter, 9.1 For other sizes, follow manufacturer's A. Post tops shall be pressed steel, or malleable iron, designed as a weathertight closure cap for tubular posts. Provide one cap for each post, unless equal protection is afforded by combination post top cap and barbed wire supporting arm where barbed wire is required. Where top rail is used, provide tops to permit passage of top rail. 2.08 TENSION WIRE A. Tension wire spring steel in diameter) standard as fabric, at it shall be zinc- or aluminum -coated coil wire not less than No. 7 -gauge (0.177 inch Provide tie clips of manufacturer's approved for attaching the wire to the Ltervals not exceeding 24 inches. 2.09 STRETCHER BARS A. Stretcher bars shall be one-piece lengths equal to full height of fabric with a minimum. cross-section of 3/16 inch by 3/4 inch. Provide one stretcher bar for each gate and end post and two for each corner and pull post. Section 02444 - 3 C MCClnlord nl xa a rw Canw'r1r0 E•pr n•a•s 4. mparal•a Fayp•ev.J., A,Xarlal 2.10 STRETCHER BAR BANDS I A. Bar bands shall be.heavy-pressedsteel, spaced not over I , 15 inches on center to secure stretcher bars to tubular end, corner, pull, and gate posts. 2.11 TOP RAIL A. Not less than 18 -foot long tubular steel, 1 -5/8 -inch outside diameter, weight 2.27 pounds per linear foot. Couplings to be outside -sleeve type and at least 6 inches long. Provide springs at one coupling in five to permit expansion in rail as recommended by the manufacturer. Top rail to extend through line post tops to form continuous brace from end -to -end of each stretch of fence. I I I 2.12 BRACES I I A. Brace pipe shall be of the same material as the top rail and shall be installed midway between the top rail and extend from the terminal post to the first adjacent line post. Braces shall be securely fastened to the posts by heavy -pressed steel and malleable fittings, then securely trussed from line post to base of terminal post with a 3/8 -inch truss rod and tightener. 2.13 FITTINGS A. Malleable steel, cast iron, or presses steel, as required. Fittings to include extension arms for barbed wire, stretcher bars and claims, clips, tension rods, brace rods, hardware, fabric bands and fastenings, and all accessories. Prove 45 -degree bracket type supports to accommodate three strands of barbed wire as shown. 2.14 BARBED WIRE A.. Four -point pattern with two strands of No. 12 -1/2 -gauge wire, and 1 -inch barbs 5 inches apart. Zinc -coated barbed wire shall conform to ASTM A 121; aluminum -coated barbed wire to ASTM A 585. 2.15 i0 GATES Gates shall be swing or sliding as indicated, complete with latches, stops, keepers, hinges, or rollers and roller tracks. Section 02444 - 4 I I I I Ii I I I I McQe u o rvs Con salllnoEngineEngineer Incorpora led FayeHeviffe, Arkansas C r C I C P C L C I C C C L C B. Gate frames shall be constructed of tubular members welded at all corners or assembled with fittings. On steel, welds shall be painted with zinc -based paint. Where corner fittings are used, gates shall have truss rods of 5/16 -inch minimum nominal diameter to prevent sag or twist. Gate leaves shall have vertical intermediate bracing as required, spaced so that no members are more than 8 feet part. Gate leaves 10 feet or over shall have a horizontal brace or one 5/16 -inch minimum diagonal truss rod. When fence has barbed wire top, the end members of the gate frames shall be extended 1 foot above the top horizontal member to which three strands of barbed wire, uniformly spaced, shall be attached by use of bands, clips, or hook bolts. C. Fabricate frames of standard weight pipe 1.90 -inch outside diameter, weight 2.72 pounds per linear foot. D. Gate fabric shall be the same type as used in the fence construction. The fabric shall be attached securely to the gate frame at intervals not exceeding 15 inches. E. Gate hinges shall be of adequate strength for gate and with large bearing surfaces for clamping in position. The hinges shall not twist or turn under the action of the gate. The gates shall be capable of being opened and closed easily by one person. F. Gate latches, stops, and keepers shall be provided for all gates. Latches shall have a plunger -bar arranged to engage the center stop, except that for single gates of openings less than io feet wide a forked latch may be provided. Latches shall be arranged for locking with padlocks. Center stops shall consist of a device arranged to be set in concrete and to engage a plunger -bar of the latch of double gates. No stop is required for single gates. Keepers shall consist of a mechanical device for securing the free end of the gate when in the full open position. 1. DOUBLE GATES - Size and configuration shall be as indicated. Provide gate stops for all double gates, consisting of mushrooms. type or flush plate with anchors. Set in concrete to engage the center drop rod or plunger bar. Provide locking device and padlock eyes as an integral part of the latch, requiring one padlock for locking both gate leaves. Section 02444 - 5 C MCCI. PacC Elgmun l.aroara.a a"'ffl i .. A-kanlal 2.16 KEEPER A. Provide keeper for all vehicle gates, which automatically engages the gate leaf and holds it in the OPEN position until manually released. 2.17 CONCRETE A. Materials as specified in Section 03300, CONCRETE. Proportions shall be 1:2:4. Compressive strength shall not be less than 2,000 psi at 28 days. PART 3 EXECUTION 3.01 INSTALLATION A. Installation of fencing shall meet the requirements of ASTM F 567. B. Erect fencing in straight lines between angle points by skilled mechanics experienced in this type of construction. Erect in accordance with the manufacturer'.s recommendations as approved and with these Specifications. Post holes shall be a minimum depth of 3 feet below finished grade. Holes for line posts shall be 9 inches in diameter. Holes for gate, corner, and pull posts shall be 16 inches in diameter. Space posts not more than 10 feet on centers and in true lines. Set posts plumb and to a depth of 2 feet 10 inches. The top rail of the fence shall be at the top of the fabric. Fill remainder of hole with concrete to extend around the posts to a point 2 inches above finished grade. The top surface shall have a crown watershed finish. After concrete has set, install accessories. Fasten chain link fabric to end posts with stretcher bars and clamps and to line posts and top rail with wire or bands at approximately 14 -inch centers and 24 -inch centers, respectively. Install three strands of barbed wire on the brackets, tighten, and secure at each bracket.. Brace gate posts diagonally to adjacent line posts to ensure stability. Hang gates and adjust all hardware so that gates operate satisfactorily from open or closed position. 3.02 CLEANUP A. Upon completion of the fence installation, clean up all waste material resulting from the operation. Section 02444 - 6 I J I I I J I 1 I 1 1 McClelland eel o rve Consulting Engineers Fayetteville, Arkansas 3.03 PAYMENT A. Payment for the work in this section will be included as part of the applicable unit price and lump sum bid amounts stated in the Proposal. END OF SECTION Section 02444 - 7 wcC7a 1 rand fines rap ° rJ trod nears crpprct. Fam.a v.Vs. A fra nb a C SECTION 02485 ' FINISH GRADING AND�SS 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 seedin maintenance of grass. g and Thet Specification is that the Contractorreturns areas this 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. 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. PART 2 MATERIALS 2.01 TOPSOIL A. Existing topsoil shall be reused where Section 02218, LANDSCAPE GRADING, Practical. See 2,02 SEED A. Certified, blue tag, clean, delivered in original, unopened packages and contents bearing an analysis of the guaranteed 95 percent pure and to have a minimum germination rate of 85 percent, within 1 year of test. C rl I I 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 I MCcl. nand 7 `cnftlhno Eo neerr �flearpo-mo0 Fafe'4'e-'i6, d' karso, I 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 - GR ADING OF TOPSOIL A. Shape the topsoil over the area to the desired shape and contour. B. Apply commercial fertilizer recodistributing it mmended rate at the uniformly mechanical spreader. P The minimum applicationy with l be 500 lbs per acre. Fertilizerblendshall e 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 from area to a depth of 3 -inches Priogr tto preparation oirand in diameter 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 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 applied by ' hydroseeding method. Seeding shall be done within 10 Section 02485 - 2 �McGeriaoe ' ear o rya Come rs Incorporated oyerra villa, Arkansas C C C H I I I I J r C 17 days following soil preparation. Hydroseed all areas at rate of 100 pounds seed and 500 pounds anz onium 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 GLARANTEE 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 applicable lump sum or unit price bid amounts in the Proposal. END OF SECTION Section 02485 - 3 I MacINord c con.afl'rp EN,.,... in:aporaled Fovarn ,, Grkon.n. U I [1 I J I I Li I I H I I I I I SECTION 02601 ACCESS ROAD DRAINAGE AND BASE PART 1 GENERAL 1.01 SCOPE A. This section covers the work necessary for the installation of pipe culverts and the construction of the access road, 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 term "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 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 conformance with the specified requirements. B. Where laboratory testing is specified herein, the Owner shall employ an independent testing laboratory to conduct such tests and submit certificates of the test results to ensure Specification conformance. C. The costs for submittals shall be included in the price(s) bid for the work under this section. Section 02601-1 MCCie 40rd ' . r Con wflay Fnvin.6r3 p Repger,.le, 4rlrcmae I PART 2 MATERIALS 2.01 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. 2.02 CULVERT A. Culvert pipe shall be galvanized corrugated metal pipe not less than 14 -gauge and shall conform to AASHTO M 36. Provide manufacturer's standard coupling bands, complete. Bolts shall be galvanized. PART 3 EXECUTION 3.01 CONSTRUCTION PROCEDURE A. Trench backfill shall be as specified in Section 02200, EARTHWORK. B. Replace all base and paving damaged under this Contract with like materials. C. 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 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. 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. 3.03 PREPARATION OF SUBGRADE A. Scarify subgrade and bring to proper rade ancross section shown by means of a blade grader or other suitable equipment. Compact subgrade with bulldozer, roller, or other suitable equipment moving uniformly over the surface. As the compaction of the subgrade proceeds, Section 02601-2 I L L L L L I I L I L I L I L L. Mpgeiland ea n o erve C00SUI,i,,q Engineers incorporated Fayettevilje Arkansas L 1 I Li n I I I [I I I [] I II I [1 I I Li dig out all soft or spongy areas and fill the resulting holes with locally available red cherty hillside material, clayey gravel, or other material satisfactory to the Engineer. Imported subgrade material shall be placed in layers not exceeding 8 -inches in depth and compacted at least 90 percent of ASTM D 1557. Dispose of excess materials resulting from grading. Do not permit heavy machinery to operate adjacent to structures where such operations may cause damage. The finished subgrade shall provide a satisfactory base for the road and be acceptable to the Engineer. 3.04 BASE COURSE A. Spread the initial layer of crushed stone 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 4 -inches. Compact the base course to a minimum of 100 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. B. Maintain the access road during at the Contractor's sole expens C. Spread the final 4 -inch layer course at the completion of project. Grade and compact the for the initial layer. 3.05 WEATHER CONDITIONS the construction period of crushed stone base the tank construction final layer as required A. Base shall not be applied to wet material, nor during rainfall, sand or dust 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. Base shall not be placed (1) when the atmospheric temperature is lower than 400 F, (2) during heavy rainfall, or (3) when the surface upon which it is to be placed is frozen or wet. Exceptions will be permitted only in special cases and only with prior written approval of the Engineer. 3.06 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. Section 02601-3 I Mcc'el:ana e .t iM ccaa HigQ naarreere F oyel.e, Arkevsos 3.07 CLEANUP A. Clean up all debris and unused materials from the paving operation. 3.08 CONTRACTOR'S RESPONSIBILITY A. The Contractor shall be fully responsible for settlement or deterioration of the finished roadways during the warranty period. 3.09 PAYMENT A. Payment for the work under this section will be included as part of the applicable unit price and lump sum bid amounts stated in the Proposal. B. Payment for subgrade excavation and fill quantities shall be included in the lump sum bid amount stated in the Proposal. C. Payment for undercutting of soft areas and compacting fill required for undercutting shall be paid for the unit price bid amount stated in the proposal. The units shall be compacted in place cubic yards and shall be field measured as required. END OF SECTION Section 02601 -4 fland ne si o rve Consulting Engineers nCOrpoc' Arkansas ranee Fayette ville, Arkansas 1 1 1 1 1 I I I L L J I I L L I H I [1 L I I SECTION 03210 REINFORCING STEEL PART 1 GENERAL 1.01 SCOPE A. Thic 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 nandatory 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 beans, columns, walls, and slabs exposed to view after stripping shall be small rectangular concrete blocks made up of the same color and same 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 MCC,."end n M Cngineern we p Engineers �J:ncarpe,and f e)atleb fl A•kcnlae 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 identificationS 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 esi n o rve Coda llarwj ing Engineers incorporored Fpyefravi flee Arkansas I C 1 1 1 1 1 1 1 1 I I I I [1 El El I I I I LI I C1 n I I 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. Section 03210 - 3 In,y-pora•oC rOp "e Nil Ar.p,.pl 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. END OF SECTION Section 03210 - 4 MCClellaad si o rn Consulting Engineers Incorporated Farotlevilie, Arkansas I I 1 1 SECTION 03300 CONCRETE PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the cast -in -place concrete, including formwork. B. See Part 3, 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 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. In addition, the following specific information shall be provided: 1. Concrete Mix Design 2. Certification for Aggregate Quality 1.03 PLANT INSPECTION A. The Engineer shall have access to and have the right to inspect all batch plants, cement mills, and supply facilities of suppliers, manufacturers, subcontractors, and contractors providing products included in these Specifications. Batch plants shall have current certification that all weighing scales have been tested and are within the tolerances as set forth in the National Bureau of Standards Handbook No. 44. B. Batch plant equipment shall be either semiautomatic or fully automatic. 1.04 A. RELATED WORK SPECIFIED IN OTHER SECTIONS Section No. 03210 Item Reinforcing Steel Section 03300 - 1 Yoclplana a fonalb qP trEnofpp.f oa• oNa f oylffwf: b, Arkonn. 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 conform to the Nonshrink Grot Specifications. prequalification manufacturer. for general use wher Corps of Engineers' it, CRD-C621-81, The grout shall tests performed The results of the McClelland esr o rve Cons.,IOng Engineers Incorporated Fayetteville, Arkansas e required, shall Specification for and to these be subject to by the grout tests shall be Section 03300 - 2 1 1 1 1 I 1 1 I I I H H I I I I I [I I 1l I I J submitted to and evaluated by the Engineer and included in this Specification prior to bidding to be acceptable. The tests shall be 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 shall be a fluid 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 shall be inorganic. No material, except water, shall be added at the project site. C. The grout product shall satisfy all of the above requirements even though the project use calls for a dry pack consistency and use. O. The following listed grouts are the only materials that have been tested, reviewed, and prequalified by the Engineer, that meet these requirements, and are acceptable for general use such as grouting of equipment supports. 1. SET nonshrinking grout, Master Builders Co., Cleveland, Ohio 2. Crystex, L & M Construction Chemicals, Inc., Omaha, Nebraska E. For grouting baseplates for machinery, see Category I and Category II grouts hereinafter specified. F. The grout used shall be cured as recora,ended by the manufacturer. grout 2.07 FORM MATERIAL - GENERAL 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 shall be taped, gasketed, plugged, and/or caulked with an approved material so that the joint will remain watertight and withstand placing Section 03300 - 3 r a xrw cans l•rna Enamors FanrNw'rq Arkdn,aa 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 real 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 limitl 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 03300 - 4 L I I I L L I I H I I I J 11 McClelland ConeultinEngineers Inca-Dorated Fayetteville, Arkansas I u I 1 I I manufactured by Master Builders, Cleveland, Ohio; Euco Floor Coat, manufactured by Euclid Chemical Co. Cleveland, Ohio; or equal. Curing compounds shall be compatible with required finishes and/or coatings. Tests for compliance shall be made by manufacturer with certification furnished by the Contractor. Manufacturer's certification shall state quantity or coverage required to meet or exceed tests and method of application. The manufacturer 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 Contractor shall not use the curing compound where additional finishes such as hardeners, paintings, staining, and other special coatings are required. Use water curing as hereinafter specified instead. PART 3 EXECUTION 3.01 DESIGN OF CONCRETE MIX - PROPORTIONS (GENERAL) A. Before beginning any concrete work, the Contractor shall have the concrete mix designed and the ingredients selected and proportioned by an approved independent testing laboratory meeting the requirements of ASTM E 329. Certified copies of all laboratory trial mix reports shall be sent to the Engineer from the testing laboratory. Do not place concrete prior to the Engineer's review and acceptance in writing of the concrete mixes and the cylinder test results from these laboratory nixes. 1 B. The concrete mix shall be designed so that the proportions will produce results that will meet the requirements of the project. C. The concrete shall be proportioned in accordance with ACI 211 subject to the following specifications. D. Design the mix and perform tests to meet the following requirements: I I I I Design strength of structural concrete shall be a minimum of 3,000 psi at 28 days. The combined aggregate grading shall be for the i inch grading combination hereinafter specified, unless otherwise shown on the Drawings or specified herein. Section 03300 - 5 Li MCCINIur4 Conwi1n9 Fnproaar. F6fYev44, Grkcn10! I 2. 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. 3. 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. 4. 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 defective work, found in the Engineer's inspection, prior to delivery of concrete to the project. Formwork surfaces that were in good condition and accepted for use, but were damaged during removal and handling shall not be reused on additional pours. The Contractor is Section 03300 - 6 H LI H C I I I I J I I C I _1 I MCGellana es n o rve Consulting Engineers ' Inacrwaororafea Fayeffevllle, Arkansas r C Li J H L1 I I H C H [I I H expected to take care in the handling of forms and to obtain approval of form surfaces prior to each reuse. Be All forms, 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 OSHA regulations, and other codes. Comply with applicable portions of ACI 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. 3.05 FORM TOLERANCES A. Forms shall be surfaced, designed, and constructed to meet ACI 318 and the following minimum requirements for the specified finishes. Failure of the forms to produce the specified requirements will be grounds for rejection of the concrete work. Rejected work shall be repaired or replaced by the Contractor at no additional cost to the Owner. All repair or replacement shall be subject to these Specifications and the approval of the Engineer. Where the Contractor's work does not meet the tolerance specifications he shall submit his proposed method to upgrade the specified 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 work or work on an alternate solution required shall be at no additional cost to the Owner. 3.06 FORM SURFACE PREPARATION - GENERAL A. All form surfaces in contact with the concrete shall be thoroughly cleaned of all previous concrete, dirt, and other surface contaminants prior to preparing by the applicable method below. Do not reuse damaged form surfaces. 3.07 EXPOSED WOOD FORMS A. All wood surfaces in contact with the concrete shall be coated with an effective release agent prior to form installation. The release agent shall be nonstaining and nontoxic after 30 days. Section 03300 - 7 MCC;.'i Old a Sense lets naprnse roarae•otar.e Fapr•evi1., A. kansnr 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. C. Placement shall, conform to the requirements and recommendations of ACI 304, except as modified herein. Section 03300 - 8 MCCJe Iaod Consuiog)nNna ncorp nears ras InccrooraLed Foyefrevllfe, Arkansas i 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 C C I L I I I C C I J r C D. Place concrete as soon as possible after leaving mixer, without segregation or loss of ingredients, without splashing forms or steel above, and in layers not over 1.5 feet deep. The vertical free fall drop to final placement shall not exceed 5 feet for walls narrower than 8 inches, and 8 feet for walls 8 inches and wider. E. When placing concrete, use of aluminum 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 of concrete, dampen gravel fill under slabs on ground, dampen sand where vapor barrier is specified, and dampen all wood forms. Reinforcement shall be secured in position and acceptable to the Engineer before concrete is placed. Conform to ACI 304 and to other requirements needed to obtain the finishes specified. 3.13 CONVEYOR BELTS AND CHUTES 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 Engineer. Chutes longer than 50 feet will not be permitted. Minimum slopes of chutes shall be such that concrete of the specified consistency will readily flow in them. If a conveyor belt is used, it shall be wiped clean by a device operated in such a manner that none of the mortar adhering to the belt will be wasted. All conveyor belts and chutes shall be covered. Sufficient illumination shall be provided in the interior of all forms so that the concrete at the places of deposit is visible from the deck or runway. 3.14 PUMPING OF CONCRETE - GENERAL A. Pumping of concrete will be permitted only with the Engineer's approval. If the pumped concrete does not produce satisfactory end results, the Contractor shall discontinue the pumping operation and proceed with the placing of concrete using conventional methods. 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. Section 03300 - 9 I MCQI'I aid ,4 Htorso ivInaa ny Eap'aarr• rc arOaral�E raflt av, .,, A .RJnal L 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 earth or ice, or against forms and reinforcement 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. Section 03300 - 10 I I I I I C I U I I maae esi o rm Consuitinp Enalneersers Incorporated Fayetfevills, Arkansas n I I I I I 'J I 11 I I [I I I [1 H I I I 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 60 F 55 F 50 F 45 F 0 to 30 F 65 F 60 F 55 F 50 F Below O F 70 F 65 F 60 F 55 F Maximum allowable gradual temperature drop in first 24 hours after end of protection: 50 F 40 F 30 F 20 F C. Concrete placed shall be cured and protected as hereinafter specified for a minimum of 7 days except that the strength requirements may require additional protection and curing during cold weather due to delayed field strength gain. D. During cold weather concreting the Contractor shall cast six extra test cylinders, for field curing, from 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 number 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 OF CONCRETE. 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 with applicable sections of ASTM C 31 and C 39. Evaluation and acceptance as per ACI 318-77, Paragraph 4.8.3. F. The actual temperature of the concrete surface determines the effectiveness of protection, regardless of air 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 Section 03300 - 1]. MCCJS and ' C°^w'r' Ecpnkk•s iaavOoralte Foy.tlev,ui.. Arkansat I 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 dioxide are 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. 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 additional information in ACI 306 which will provide the temperature protection and curing for the 7 -day period. K. Additives for the sole purpose of providing "freeze protection" shall not be used. Additives to shorten the cure time may be used if approved; however, the concrete Section 03300 - 12 I I .1 1 I C II 1 1 I I .1 C I I McClelland ni a rn Consulfind 1 Engineers Inmrporated Fayetteville, Arkansas I I I LI I I I [1 I I I I H I u I U shall be placed and cured at all times at temperatures above freezing as hereinbefore specified. 3.19 BONDING TO NEW CONCRETE HORIZONTAL CONSTRUCTION JOINTS A. Roughen the surface of the hardened concrete. Thoroughly clean and saturate with water, cover the horizontal surfaces only with at least 2 inches of grout, as hereinbefore specified, and immediately place concrete. New concrete is defined as less than 60 days old. Limit the concrete lift placed immediately on top of the grout to 12 inches thick and thoroughly vibrate to mix and consolidate the grout and concrete together. Provide inspection windows to allow close visual inspection of this work. 3.20 BONDING TO OLD CONCRETE A. Coat the contact surfaces with bonding agent specified hereinbefore. The method of preparation and application of both the bonding agent and the grout shall conform to the manufacturer's printed instructions and recommendations for specific application for this project. Obtain this recommendation 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 following 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 facilities 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 be required before transporting to the test lab. Specimens will be made, cured, and tested in accordance with ASTM C 31 and ASTM C 39. Section 03300 - 13 I MCCI. a@ Canrrl.,ng Fats JI I•I •. A•sansos 11 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 2ss 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 dusting of surfaces with dry materials will not be permitted. Slabs and floors shall be thoroughly Section 03300 - 14 MCCle flood esi n a rve Consulting Engineers IEnginn carp eerse0 Fayetteville, Arkansas I H I I I [1 I I I I I I 1] I I I compacted by vibration. All edges of slabs and tops of walls shall be rounded off with a steel edging tool, except where a cove finish 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. Cure concrete by keeping the surface continuously wet for 7 days where normal Portland cement is used, or 3 days where high -early strength Type III cement is used. Subject to approval by the Engineer, one of the following methods shall be followed: 1. Concrete forms shall be left in place and kept sufficiently damp at all times to prevent opening of the joints and drying of the concrete; or 2. A curing compound as hereinbefore specified, where allowed, shall be applied immediately after removal of forms. 3. Exposed surfaces shall be continuously sprinkled. B. Slabs: 1. Protect surface by ponding; or 2. Cover with burlap or cotton mats kept continuously wet; or 3. Cover with 1 -inch layer of wet sand, earth, or sawdust, and keep continuously wet; or 4. Continuously sprinkle the exposed surface; or 5. Other agreed upon method that will provide that moisture is present and uniform at all times on the entire surface of the slab; the Contractor shall determine the best method of his operation to ensure a good water cure and submit this for review. 3.25 CURING AND PROTECTION IN COLD WEATHER A. Conform to cold weather concreting hereinbefore specified and to ACI 306. Where water curing, as specified hereinbefore for slabs, is not possible, use a double coverage of an approved curing compound and protect the Section 03300 - 15 I MCCt.'a.a o "7 Car a If) gQ ar SF $ Eay' IrnOat Q fay&t.w t Arho,.oz 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. END OF SECTION Section 03300 - 16 MCCIe!Iand coneuEngineers rpoers Inoorparatoled Fayelseville, Arkansas I I I [] I I I I I I I I I I [l H SECTION 13210 WELDED STEEL WATER STORAGE RESERVOIR 1.01 SCOPE OF WORK A. The Contractor shall supply all labor, materials and equipment necessary for the design, fabrication, delivery, erection, painting, and disinfection of two all welded steel water storage tanks each having a nominal capacity of 6 million gallons. Foundations, site work and an access road will be a part of this contract. B. Included with the tanks shall be accessories, cleaning, and painting, access road construction, disinfection, hydrotesting, fencing, piping, sitework and all other work as detailed on the Drawings and in these Specifications. C. The location of the tanks, as well as required elevations, are shown on the Drawings. A geotechnical report is included in these documents. D. The Contractor shall be responsible for providing site access with construction in accordance with the Plans and Specifications. 2.01 INFORMATION TO BE SUBMITTED WITH PROPOSAL A. Each Bidder shall submit with his proposal a design sketch of the welded steel water storage tank he proposes to furnish. This sketch must show all major dimensions of the tank including the diameter, the height to the top capacity level and the thickness and arrangement of all plates in the tank. B. No proposal will be considered unless the Bidder demonstrates that he is a prime Contractor who has erected at least three (3) water storage tanks of similar capacity (4 million gallons or greater), and description, in the past five years. 3.01 DESIGN, MATERIAL, FABRICATION AND CONSTRUCTION A. Materials, design, shop fabrication, welding, erection, inspection and testing of the structure and appurtenances shall be in compliance with the latest revision of the American Water Works Association Standard for Welded Steel Tanks for Water Storage, AWWA D-100. Certified mill test Section 13210 - 1 Ii c St'J Lc"W''na Encireerz Incorporared oyelre. I S Ar OgSOS I reports shall be furnished to the Owner when specifically requested. Appendix C of the AWWA Specifications may be utilized for material, design, construction, and inspection. For Appendix C, the design metal temperature shall be 100 F. B.. The thickness of the steel plates shall not be increased for corrosion allowance. Instead, a cathodic protection system shall be provided. C. The tanks shall be designed to safely withstand the following loads and forces acting separately or together as required by the applicable sections of AWWA D-100: (a) weight of the structure, (b) weight of the water, (c) roof snow load of 25 lb/sq ft minimum, (d) wind loads incurred by wind blowing at a rate of 100 MPH in any direction, (e) earthquake loads in accordance with AWWA D-100, Section 3.1.5, for seismic zone 1. D. The roof design shall be a low pitch, column supported cone type. The roof shall be lap welded, both top and bottom sides. In the tank interior, all junctions of steel members shall be continuously seal welded, including, but not limited to the underside of roof plate laps, all around ladder rungs where they intersect vertical ladder members, all around the vertical ladder members where they touch roof plates, floor plates and intermediate supports. The general intent of this specification is to provide a continuous seal weld in all areas where steel members are not accessible for painting. Rafters shall not be continuous welded to the roof plates. E. The shell and all water -bearing surfaces shall have a minimum thickness of 1/4". F. Welders must be qualified in accordance with the requirements of the ASME Boiler and Pressure Vessel Code Section IX. Qualification tests shall be available to the Engineer or his inspector. 4.01 ACCESSORIES FOR EACH TANK A. Accessory equipment shall be provided in accordance with Section 7 of AWWA D-100. B. Provide two 24 -inch diameter shell manholes with suitable reinforcing located approximately 2'-6" above the tank floor. Section 13210 - 2 LJ I I I I C I H I I Li C [1 McClelland est n a rM Consu lllaa Engineers In tarp orated Fayetteville, Arkansas I El I I I H I I H' 11 I Li I I 11 I I C. Provide four 24 -inch square standard roof hatches with hasp and curb, with one located near the tank ladder. Install corrosion resistant padlocks on each hatch. Deliver 6 keys to the Owner. Frame roof hatches 4 -inches above the surface of the roof at the opening and fit the hatch with a solid watertight cover which overlaps the frame opening and extends downward around the frame at least 2 -inches. D. Provide one suitable screened and vented finial located at the roof apex. The screen shall be designed so that it can be easily removed and replaced as it becomes necessary. The screen area shall be adequate for a flow of 10,000 gpm, without venting through the overflow. Screen material shall be copper or stainless steel and shall be 24 mesh. E. Provide a ladder on shell equipped with complete with belts belts to the owner. of the exterior la removed. the inside and the outside of the tank OSHA -approved safety climbing devices and sleeves. Deliver three compatible Install a section of cage at the top dder, where the safety belt must be F. Provide access from the outside shell ladder to roof hatches and vents per AWWA D-100 7.4.3. G. Provide inlet and outlet connections as detailed on the Drawings. H. Provide one 24 -inch diameter overflow and one 12 -inch diameter tank drain as detailed on the Drawings. The overflow pipe shall be fitted with a weir box capable of a discharge rate of 10,000 GPM. I. Electrical and instrumentation requirements shall be as shown on the Drawings and herein specified. 5.01 CLEANING AND PAINTING A. All surface preparation, materials, application, and workmanship for painting of the Reservoir shall be in accordance with the American Water Works Association Standard for Painting Steel Water -Storage Tanks, AWWA D- 102, latest edition, the Steel Structures Painting Council SSPC-PA1-82 and the paint manufacturer's recommendation. B. All steel surfaces shall be blasted and cleaned in the fabricator's shop prior to applying any shop prime paint. The surface shall then receive one coat of primer paint leaving unpainted margins along all edges that are to be field welded. Section 13210 - 3 I MCC.e'am Jell L .yet Co/'WI.�(. &ipines faYefla.��e Gracrsoa C. After the structure has been erected and welded, all welded seams, adjacent unprimed areas and abraded areas shall be spot blasted in the field to the same requirements as in the shop. Then apply field prime paint with the same brand and type of primer paint that was applied in the fabricator's shop. D. System for Surface Preparation and Coating: System shall be by Tnemec Company, Inc., or approved equal. COATING SYSTEMS Surface Preparation Paint Material Min Coats Cover SYSTEM NO. 1 - SUBMERGED METAL - POTABLE WATER, TANK INTERIOR Abrasive Blast, or Centrifugal Wheel Blast (SP 5) MTL-P-24441, Formula 150 Green Primer, Type I MTL-P-24441, Formula 151 Haze Gray, Type I MTL-P-24441, Formula 152 White, Type I 1 coat, 3 MDFT 1 coat, 3 MDFT 1 coat, 3 MDFT SYSTEM NO. 5 - MILDLY CORROSIVE - TANK EXTERIOR Abrasive Blast, or Polyamide 1 coat, 3.0 MDFT Centrifugal Wheel Epoxy Primer Blast (SP 10) Polyamide High Build Epoxy 1 coat, 3.0 MDFT Polyurethane Enamel 1 coat, 1.5 MDFT Provide a Paint System Data Sheet (example on page .13210-7) for each proposed paint system as part of the paint submittal. 6.01 DISINFECTION A. Upon completion of the field painting, the tank shall be disinfected per the requirements of AWWA C652, latest edition. "Disinfection of Water Storage Facilities". Chlorination Method No. 2 shall be used. Section 13210 - 4 McClelland esi n o rve ConsullinEngineers Incorporated Fayette villa, Arkansas I I II 1 F I I I I I II I I I I I I I B. Personnel working inside the tank during the disinfection procedure shall be equipped with suitable air masks and safety lines leading through a manway to personnel outside the tank. All safety precautions shall be observed. C. Upon completion of the disinfection procedure, the Owner or his representative shall arrange for bacteriological testing of water samples from the tank. The tank shall not be put in service until safe test results are obtained. 7.01 TESTING A. After the tank is cleaned and painted, it shall be filled with clean water furnished in the tank by the Owner. The water shall be at proper pressure to fill the tank to the maximum working level. Any leaks that are disclosed by this test in the shell or bottom of the tank shall be repaired by chipping out any defective welds and then rewelding. No repair work shall be done on any joints unless the water in the tank is at least two feet below the joint being repaired. B. The initial filling of the tank will be by water provided at the Owner's expense. However, any subsequent filling that may be required due to leaks will be provided at the Contractor's expense. 8.01 DRAWINGS A. After the award of the contract, the Contractor shall prepare and submit drawings to the Engineer for review and approval in accordance with Section 1.4 of AWWA D-100. 9.01 GUARANTEE A. The tank Contractor shall guarantee the structure against any defect in materials or workmanship for a period of one year from the date of completion. In case any such defect shall appear and is reported in writing to the Contractor during the guarantee period, the Contractor shall make the necessary repairs without charge to the Owner. 10.01 FOUNDATIONS A. Foundations shall be designed and furnished by the tank Contractor. B. The tank Contractor shall design the foundations in accordance with the recommendations contained in the sub- soil investigation report provided by the Owner. The foundation construction drawings shall be prepared by the Section 13210 - 5 I M.CJellana Con tit nQ Fnpr.neeJa Inca Donated Fa)•el.w 1 e 4-.aneae tank Contractor and submitted for review and final approval by the Engineer. These drawings will be returned to the Contractor within two weeks after submittal. C. The foundations shall be designed bearing value of 4000 pounds per below finished tank base elevatic shall be at elevation 1,546 feet. D. Each Bidder shall submit with his of the foundation he proposes to for a net allowable soil square foot at four feet n. The base of the tank proposal a design sketch furnish. E. The tank Contractor shall furnish the necessary anchor bolts for installation in the foundation. F. The design of the concrete foundation, the specifications for the cement and aggregate, and the mixing of the aggregate shall be in accordance with the latest revision of Standard 318 of the American Concrete Institute. The concrete shall develop a minimum compression strength of 3,000 pounds per square inch at 28 days. Reinforcement shall comply with the latest revision of ASTM A615 Grade 60. 11.01 PAYMENT A. Payment shall be made for the tank based on the applicable unit or lump sum prices bid in the Proposal. Payment shall include all components necessary •for the entire tank assembly. Section 13210 - 6 Mauellond esi o rve ConsUHing Engineers ITI Incorporated Fayetteville, Arkansas PAINT SYSTEM DATA SHEET Attached products' Technical Data Sheet (if applicable) to this sheet for each paint system submittal. Paint System Number (from Spec.) Paint System Title (from Spec.) Coatings Supplier Representative Surface Preparation Paint Material Product Name/Number Min. Coats Coverage (Generic) (Proprietary) END OF SECTION Section 13210 - 7 wrC/e J rand N (mawVny Eryrnaers nova crel a ay�•rr.- ., Graanaaa I I El SECTION 13310 AUTOMATICALLY CONTROLLED IMPRESSED CURRENT CATHODIC PROTECTION FOR INTERIOR OF STEEL WATER TANK II A. SCOPE I I J I I I I [1 I I I I I I Automatically controlled impressed current cathodic protection shall be designed, furnished, installed, and commissioned to provide corrosion control for the interior submerged surface of each of the tanks. The cathodic protection contractor shall provide all engineering services, materials, equipment, labor, and supervision to furnish a system as described in this specification. The cathodic protection contractor shall be Harco Water Works, Cathodic Protection services, or engineer approved equal. B. DESIGN The system shall be designed by a corrosion engineer who is an individual accredited by the National Association of Corrosion Engineers (N.A.C.E.) as being a Senior Corrosion Technologist or a Corrosion Specialist with experience in cathodic protection for water storage tanks. The corrosion engineer shall design the system to provide effective corrosion control in accordance with criteria for protection. The criteria for protection shall be based on a tank -to -water potential, IR drop free, within a range of -0.850 volts to -1.100 volts relative to a copper -copper sulfate reference electrode. This criteria shall be maintained by an automatically controlled rectifier and a long -life anode system. The corrosion engineer shall also base system capacity and performance on: 1. Total surface area of the tank. Total surface area includes HWL in bowl. 2. Type of coating and condition of coating. 3. Total bare surface area to be protected will be a minimum of 25% of total surface area. 4. Minimum current density of 0.5 MA/ft.2 bare surface area. 5. Chemical analysis of water including resistivity expressed in ohm -cm. Section 13310 - 1 I a -n LagevHmq Myirp•s — .vnsnr o•ee ♦ter.".. /s, A••r,cus 6. Susceptibility of tank to icing. 7. Minimum anode system life of twenty (20) years. 8. Selection, dimensions, and layout of _system components specified in Section C. The cathodic protection contractor shall submit drawings of the system components and system layout. This design shall be submitted to the purchaser for approval by the Engineer. C. SYSTEM COMPONENTS C.1 RECTIFIER The rectifier unit shall include: 1. Transformer. 2. Selenium or silicon rectifying elements. 3. Circuit breaker(s). 4. Lighting, surge, and overload protection. 5. Provision for air-cooling operation. 6. Voltmeter(s) and ammeter(s). 7. Weatherproof cabinet in accordance with NEMA 3R requirements. 8. Provision to vary current output from 0% to 100% of rated capacity. 9. Provisions for mounting, grounding, and locking. 10. Provision for 110-120 volt 60 H., single phase A.C. power. 11. D.C. output capacity in volts and amperes in accordance with Design (Section B). 12. Number of circuits or separate rectifiers in accordance with Design (Section B). 13. Automatic controller shall adjust current output to compensate for changes in water level, temperature of water, water chemistry, and cathodic Section 13310 - 2 McClelland asl a rve Consulling Engineers Incarporafed Fayelleville, Arkansas I I I I I J I I I I I I Li I I I I polarization, and shall include the following provisions. a. Utilize long -life reference electrode(S) mounted in tank. b. Monitor the tank -to -water potential, free of IR drop. C. Automatically adjust the tank -to -water potential, free of IR drop, to a preset value (Section B). d. Operate within 25MV of preset value. e. Automatically limit current to a preset value. f. Utilize potential meter(s) to display tank -to - water potential, free of IR drop. C.2 LONG LIFE REFERENCE ELECTRODE(S) The reference electrode shall consist of a copper -copper sulfate electrode which is manufactured to remain stable (plus or minus 25MV) for a minimum of ten (10) years. The reference electrode to lead wire connection shall be encapsulated to prevent water migration. C.3 ANODE SUSPENSION SYSTEM The anode suspension system for icing tanks shall consist of a minimum 5/16" polyester cord. The cord shall be secured to steel anchors welded to the side wall of the tank or to the roof support columns. All cord to cord connections shall be tied and taped. C.4 ANODE MATERIALS The anode materials shall be selected in accordance with Design (Section B) and shall consist of one of the following: 1. Minimum .062" diameter platinized niobium with 25 micro inches of platinum. 2. Minimum .062" diameter titanium with a precious metal oxide coating. 3. 1" diameter x 9" high silicon cast iron. All anode to header cable connections shall be sealed to prevent water migration. Section 13310 — 3 WCbume tbn.wr Pig 960'DwON1 rdycle '''., A'1(,,13. C.5 PRESSURE ENTRANCE FITTING For icing tanks the pressure entrance fitting shall accommodate anode and reference electrode lead wires through the side wall of the tank. The pressure entrance fitting shall consist of a maximum 1.5 inch coupling rated at 3000 lb. The fitting shall be manufactured to prevent leakage or water migration through the insulated lead wires. C.6 WIRING All wiring within the tank shall be insulated to prevent copper conductor to water contact. All wiring on the exterior of the tank shall be insulated and run in rigid conduit. C.7 HARDWARE All hardware used in conjunction with the system shall be protected against corrosion. D. WORKMANSHIP AND INSTALLATION The system shall be installed by personnel who are specifically trained and qualified in the installation of cathodic protection systems. All work shall be in accordance with the following requirements. 1. Components of the cathodic protection system shall be installed in the manner and at the locations as shown on the design drawings prepared by the corrosion engineer. 2. Pressure entrance fitting shall be installed in accordance with AWWA D100-84, Section 3.13. 3. Welding, cutting, and coating shall be in accordance with AWWA Standards D100, D102, and D105. 4. Materials and equipment shall be inspected prior to installation. Any defective component shall be repaired or replaced. 5. Electrical work shall be in accordance with the National Electrical Code. Section 13310 - 4 Maclefland st o rve Con stilling Engineers incorporated Fayetteville, Arkansas I I I I I I I I I I I I I I I I I 6. Lead wires shall be installed to prevent damage from abrasion. 7. Electrical connections within the tank shall be sealed to prevent water migration. 8. The rectifier shall be mounted at a convenient height (eye level) above grade for monitoring and service purposes. 9. A.C. power to the rectifier shall be furnished by the Contractor as specified in Division 16. 10. Work provided by the cathodic protection contractor shall be completed in a clean and safe manner. E. ENERGIZING SYSTEM After the system is installed and the tank is filled, the Contractor shall provide startup service which includes energizing, testing, and adjusting the system for optimum performance of the cathodic protection system. This startup service shall be coordinated with the Engineer. In addition to the startup service, "as -built" drawings and an Owners Maintenance Manual shall be submitted to the purchaser. The final test and adjustment of the system shall be conducted approximately twelve (12) months after the startup service. All testing shall be conducted with a calibrated portable copper -copper sulfate reference electrode and a portable high impedance voltmeter. A minimum of five (5) locations shall be measured. All test data shall be reviewed and evaluated by a corrosion engineer in accordance with criteria for protection. F. GUARANTEE All workmanship, equipment, and materials furnished by the Contractor shall be guaranteed for one (1) year. G. SERVICE AGREEMENT The Contractor shall furnish a service agreement for the type of system installed. The agreement shall include the annual service rate and a complete description of the scope of work proposed. The agreement for annual inspection and potential testing shall include as a minimum: 1. one (1) annual job site visit. Section 13310 - 5 I NCCIei-and en oSrv. tc st H,ng Eno nets freer, C•a•ea sn WYYI'q hr.gnsas 2. Tank -to -water potential measurements conducted at representative locations within each tank. A minimum of four (4) locations shall be measured. 3. Measurements shall be conducted with a portable high impedance voltmeter and a calibrated copper - copper sulfate reference cell. 4. Adjustments for optimum corrosion control shall be in accordance with criteria for protection. 5. Data recorded shall provide sufficient information to evaluate the performance of the system relating to criteria for protection. 6. In the event additional work is required, the Contractor shall submit a report with recommendations for optimizing corrosion control. END OF SECTION I I 1 1 Section 13310 - 6 MCCIB and est n o rve Consulting Engineers Incorp orated Foyetreville, Arkonsas I I I I I I I Ti I I I I I I I SECTION 15001 PIPING - GENERAL PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the piping specified herein, and as further specified in the Detail Piping Specifications hereinafter. 1.02 GENERAL A. Like items of material provided hereunder shall be the end products of one manufacturer. 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 PIPE FITTINGS AND COUPLING COMPATIBILITY A. To assure uniformity and compatibility of piping components in piping systems, fittings and couplings shall be furnished by the same manufacturer. 1.04 SUBMITTALS DURING CONSTRUCTION A. In addition to the requirements of Section 01300, SUBMITTALS DURING CONSTRUCTION, Division 1, GENERAL REQUIREMENTS, the following information shall be provided: 1. Shop Drawings: A specific selection of pipe material and joint type for each pipeline. 2. Thrust blocking or pipe restraints shall be provided for all mechanical joint or "push -on joint" piping, unless otherwise approved by the Engineer. All thrust blocking shall meet or exceed the requirements shown on the Drawings. For locations where thrust ties are required, the Contractor shall submit calculations of the pipe lengths to be restrained for the Engineer's review. Restrained joints shall comply with ANSI/AWWA A21.51/C151. Section 15001 - 1 uar.rmnd r r. Ergr.a .npr pw cral fC ad,, pr MQOU, 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 pipematerials 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. PART 3 EXECUTION 3.01 PIPE PREPARATION AND HANDLING A. Each pipe and fitting shall be carefully inspected before the exposed pipe or fitting is installed or the buried pipe or fitting is lowered into the trench. The interior and exterior protective coating shall be inspected. Clean ends of pipe thoroughly. Remove foreign matter and Section 15001 - 2 1 i 1 1 1 MCAel land ev n o rve Consulting Engineers Incorporated Fayelfevilte, Arkansas I dirt from inside of pipe and keep clean during and after laying. B. Use proper implements, tools, and facilities 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. Do not drop or dump pipe into trenches under any circumstances. 3.02 PREPARATION OF TRENCH - LINE AND GRADE A. Grade the bottom of the trench by hand to the line and grade to which the pipe is to be 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 laying ' each section of the pipe, check the grade with a straightedge 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. 3.03 BELL (JOINT) HOLES A. At the location of each joint, dig bell (joint) holes of ' ample dimensions in the bottom of the trench and at the sides where necessary to permit easy visual inspection of the entire joint. ' 3.04 REMOVAL OF WATER A. Provide and maintain ample means and devices at all times to remove and dispose of all water entering the trench during the process of pipe laying. The trench shall be kept dry until the pipe laying and jointing are ' completed. Removal of water shall be in conformance 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. Section 15001 - 3 ' -w Canev Inq Fnginee-s n:m Go'nlea F ays P.. e, Ar va naaa 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 backfilling. B. Where the pipe is connected to concrete structures, the connection shall bemade as shown. Make connection such that a standard pipe joint is located no more than 18 inches from the structure. 3.08 TESTING - GENERAL A. Conduct pressure and leakage tests on all newly installed pipelines. Furnish all necessary equipment and material and make all taps in the pipe, as required. The Engineer will monitor the tests. Test pressures shall be 150% of normal operating pressures except where governing codes or regulations specify higher test pressures, or as otherwise specified. B. The minimum test pressure shall be 50 psi at the tank site. 3.09 TESTING NEW PIPE WHICH CONNECTS TO EXISTING PIPE A. New pipelines which are to be connected to existing pipelines shall be tested by isolating the new pipe with the required valves. 3.10 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. B. Conduct the tests on exposed piping after the piping has been completely installed, including all supports, hangers, and anchors, but prior to insulation. 3.11 HYDROSTATIC LEAK TESTS - EQUIPMENT A. Furnish the following equipment for the hydrostatic tests: Section 15001 - 4 MaCfe esr n o rve Consulting nQin InCorp orated Foyetreville, Arkansas J I I I I I I I H [I I I L 'J Amount Description 2 Graduated containers 2 Pressure gauges 1 Hydraulic force pump Suitable hose and suction pipe as required. '.12 BURIED WATER LINES A. Some leakage is permissible from buried water lines. The hydrostatic testing of these pipelines shall be conducted as follows: 1. Where any section of pipe is provided with concrete thrust blocking, do not make the pressure test until at least 14 days have elapsed after the thrust blocking is installed. If high -early cement is used for thrust blocking, the time may be reduced to 7 days. When testing cement -mortar lined piping, slowly fill the section of pipe to be tested with water and allow to stand for 24 hours 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) (lm L= 7400 Section 15001 - 5 I MtC•eilevd s• o rv_ a tense l•inp EnCu ens hu+'oo.o•e6 !e}e"^ I e.A•koq,os 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. 3.13 TEST RECORDS A. Records shall be made of each piping system installation during the test. These records shall include: 3.14 1. Date of test 2. Description and identification tested 3. Test fluid 4. Test pressure 5. Remarks, to include such items a. Leaks (type, location) b. Repairs made on leaks 6. Certification by Contractor approval by Engineer FINAL CLEANING of piping as: and written A. Following assembly and testing and prior to final acceptance, all pipelines installed under this Section shall be flushed with water and all accumulated construction debris and other foreign matter 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 accomplished to the satisfaction of the Engineer. Accumulated debris shall be removed through drains 2 -inch and larger or by dropping spools and valves. 3.15 INTERIOR CORROSION PROTECTION FOR DUCTILE IRON PIPE A. Cement Linings: All ductile iron piping shall be cement lined in accordance with ANSI/AWWA C104. Section 15001 - 6 MCCie nginer, esi n o rm Consulting Incar porated Fayette vllle, Arkansas 1 1 1 1 1 1 1 I P1 I I I I I I P ii J I I I Ii 3.16 EXTERIOR PROTECTION FOR BURIED PIPE A. Buried ductile iron piping, and fittings shall be wrapped with polyethylene bagging, 8 mils minimum thickness, manufactured in accordance with the latest edition of ASTM D 1248, Type I, Class C, Grade El and installed in accordance the AWWA C-105 and the manufacturer's recommendations. 3.17 DISINFECTION A. Pipelines intended to carry potable water shall be disinfected before placing in service. Disinfecting procedures shall conform to AWWA C-601, as hereinafter modified or expanded. B. Flushing: Before disinfecting, flush all foreign matter from the pipeline. Provide hoses, temporary pipes, ditches, etc. as required to dispose of flushing water without damage to adjacent properties. Flushing velocities shall be at least 2.5 fps. For large diameter pipe where it is impractical or impossible to flush the pipe at 2.5 fps velocity, clean the pipeline in place from the inside by brushing and sweeping, then flush the line at a lower velocity. C. Disinfecting Mixture: Disinfecting mixture shall be a chlorine -water solution having a free chlorine residual of 40 to 50 ppm. The disinfecting mixture shall be prepared by injecting: (1) A liquid chlorine gas -water mixture; (2) dry chlorine gas; or (3) a calcium or sodium 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. D. 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, Section 15001 - 7 I M'Cie 'and M• c e•n CorMJ 1ina E fig, news 'nr ro-yed £oyiFe.•.le, Arknnsos 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. 3.18 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 water. Use check valves if necessary. 3.19 RETENTION PERIOD A. Treated water shall be retained in the pipeline long enough to destroy all nonspore-forming bacteria. With proper flushing and the specified solution strength, 24 hours is adequate. At the end of the retention period, the disinfecting mixture shall have a strength of at least 10 ppm of chlorine. B. Operate all valves, hydrants, and other appurtenances during disinfection to assure that the disinfecting mixture is dispersed into all parts of the line, including dead ends, new services, and similar areas that otherwise may not receive the disinfection solution. C. Do not place concentrated quantities of commercial disinfectants in the line before it is filled with water. Section 15001 - 8 McClelland esi n o eras ConsulNnp Erpineen Incorpora rod Fayetteville, Arkansas I I I II I I I H`J I I I LI I I R I I D. After chlorination, flush the water from the permanent source of supply until the water through the line is equal chemically and bacteriologically to the permanent source of supply. 3.20 DISPOSAL OF DISINFECTING WATER A. Dispose of disinfecting water in an acceptable manner that will protect the public and publicly used receiving waters from harmful or toxic concentrations of chlorine. Do not allow disinfecting water to flow into a waterway without adequate dilution or other satisfactory method of reducing chlorine concentrations to a safe level. B. The Contractor shall meet all requirements of the Arkansas State Plumbing Code. 3.21 PAYMENT A. Payment for the work in this Section will be included as part of the applicable lump sum or unit price bid amounts in the Proposal. END OF SECTION Section 15001 - 9 ucCi/nCn6 Fry ns rcpo h or/ne.,� e, AMcnsus I C I I CI I I L Cl I I L I 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 cenent-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. See Section 15001, requirements. PIPING - GENERAL, for additional PART 2 PRODUCTS 2.01 PIPE A. Centrifugally cast, Grade 60-42-10 iron, ANSI A21.51, AWWA C-151, cement -lined and seal -coated in accordance with ANSI A21.4, 250 psi minimum working pressure, except as follows: 1. Buried pipe shall be thickness class as specified in ANSI A21.51, Tables 51.1 and 51.2; however, the minimum thickness class shall be Class 51. 2. 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 Class 51 minimum and shall be TR Flex restrained joint pipe by U.S. Pipe, 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 McCN4a+d c CanWffPly Enp•nee•e U.4d 10J ffewif' LIX0r.nsnenf II 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. 2.04 A. 2.05 A. B. 2.06 A. Push -on Thrust TR Flex restrained joint fittings as Restraining manufactured by U.S. Pipe, or approved equal. FLANGES ANSI A21.15/AWWA C-115, threaded, 250 psi working pressure, ANSI 125 -pound drilling. BOLTS Nuts, bolts and other hardware for flanged fittings shall be stainless steel. For mechanical joint use manufacturer's standard. GASKETS 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 I I I I I Chi McClelland o �y Con wlrinQ Engineers incorporated Foyelrevllle, Arkansas I I I I H I I I I I F. Li H 2.08 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 HANDLING PIPE 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. 3.05 JOINING FLANGED PIPE 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 Section 15001-2 -3 Mac leilond con wtPn Fry, norm (nror0orated Poy.I rev Pe, A.kamok I 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 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. 3.10 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. Prices bid for pipe shall include trenching, polyethylene encasement, pipe Section 15001-2 - 4 I I I L I I I I I I Li I I [1 McClelland esi o rve C sutljlnp Enginoras , Incorporated Foyelfeville, Arkansas I I I P I I n I I I [1 I I H C base and pipe zone material, backfilling above the pipe zone, topsoil replacement, finish grading, seeding and fertilizing and final clean-up. END OF SECTION Section 15001-2 - 5 MCCJ. Pc ad Ffpmurs f+co'➢orc fad F9veffev.f S. A•kaneas I I 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 1.02 GENERAL L L h C L I I I I 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 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 K, ASTM B88, 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 I MCCi.Nard ii r o rve Coreu4irg Eiainere fr. carporofed Fa"'feve'4, Arranece 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 Mole none Consulting Engineers Fri corp oratateE Foyelleville, Arkonsos I I I I Li r C I I Li] I I I I I 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 TAE 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 I Mc C, e'•a no Fnpveero re,rs Ircora m e'eE A3 d' LJ P, Arkolsos 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. 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. 3.03 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. 3.04 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. END OF SECTION Section 15013 -2 H I I H 1 1 1 1 1 1 Model/and esi n o rve Consulting Engineers Inaorporoted FayelteviRe, Arkansas I I I I I I [1 I I I rI H 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 purpose 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 MGCIIIIOnd ' c .w Con viPnp nnprneere naorp oralM an'Hvrae, Areanear I 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 D) , 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 MOCIe IIond esi o rve Consul? Ing Engineers rnooraoraree Fayene vi❑e, Arkansas I I C L I J I I I II 1 1 1 L L I L L L L L I I I 11 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. 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 sealed, 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. ' 12.08 FLAP VALVES U L I A. Type 892: Flap valves for gravity systems shall be flanged frame, iron body valves with bronze seat, Mueller Co. Cat. No. A-2540-6; Clow No. F-3012; or equal. Section 15080-3 J McQp area I •�I Con w'Ii E np�nee•e Incoroa-atea f c"'terr.l.• Ar. ir.ca I PART 3 EXECUTION 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 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 Section 15080-4 I L I Li L L I I I I I 11 I I McClelland esi n o rve Consulting Engineers Incwporared Fayetteville, Arkansas I I L [1 I I [I I L I I LII I I I I I 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 sun bid or unit price bid amounts stated in the Proposal. B. Payment for buried valves shall include payment for the valve boxes, lids and concrete collars. END OF SECTION Section 15080-5 MCC1,' and Coiwltnc Fn s I+ro'poreOoraNd Fayettev I e, A•Mcmos I IMEFW0391 DIVISION NO. SIXTEEN - ELECTRICAL SECTION 16010 - GENERAL ELECTRICAL WORK PART I GENERAL ' 1.01 WORK INCLUDED 16010 - 1 ' A. The General and Special Conditions are a part of this Division of the Specifications and all Provisions contained therein which affect this work are as binding as though ' incorporated herein. B. Provide all necessary labor, material, services, and skilled supervision. Install all the work in a neat manner; complete ' in every detail and in all respects ready for this intended use,within the limits indicated in the Drawings, Specifications, or other Contract Documents. IC. Secure and pay for all permits, licenses and fees. Give Owner Certifications of Final Inspection if available. ' D. The work shall include, but not be limited to, the following: 1. Incoming secondary service. '. Lighting and equipment panelboards, circuit breakers, and related distribution equipment. 3. Conduit and conduit fittings, wire and wire ' connections. 4. Wiring devices. 5. Safety switches and disconnects. 6. Pxit. ] fight ing. 7. Indoor lighting fixtures complete with lamps and mounting hardware, except as otherwise noted. ' 8. Outdoor area lighting fixtures and mounting hardware. 9. Photoce__s for lighting systems. 10. Telephone conduit system inside and outside the building. ' 11. Radio control ;SCADA) conduit system inside and outside the valve vault and installation of the SCADA equipment, including remote terminal unit panel, panel support, 1 MEFW0394 16010 - 2 1 SCADA antenna and antenna mounting equipment. 12. Tank level sensing and transmitting equipment. E. The work shall include connections to equipment furnished and installed by others including, but not limited to, the following: 1. Water tank cathodic protection control panels. 2. All temporary wiring for lights and power during construction. 1.02 ITEMS PROVIDED .8? OTHERS A. Verify installation details for materials and equipment indicated to be furnished by others and installed or connected under this section of the Specifications. B. Verification shall be completed prior to construction of, or construction effecting said materials and equipment. 1.03 COORDINATION A. Plan all work so that it proceeds with a minimum of interference between trades. Furnish materials and information in proper sequence for all special frames, openings, pipe sleeves, foundations, etc., as required. B. Perform all work in conformance with the construction called ' for by other trades and afford other Contractors reasonable opportunity for the execution of their work; properly connect , and coordinate this work with the work of other Contractors at such times and in such a manner as not to delay or interfere with their work. C. Examine the Drawings and Specifications for all portions of the work, and coordinate accordingly. D. Arrange conduit runs, panels, and other electrical equipment ' to avoid interference with grilles and other equipment. E. See the Architectural Specifications for more stipulations I concerning Coordination. 1.04 FIELD ENGINEERING A. All Engineering instituted in the field by other than Engineer shall be used only after proper written documentation has been submitted to the Engineer for approval. Proper documentation shall consist of the purpose I I I] I I] I I L I L L 11 I MEFW0394 16C10 3 of the field Engineering and all supporting data required to clearly describe and indicate the requested change, alteration, addition, and/or deletion to the Drawings and/or Specifications are prepared by the Engineer. This documentation shall clearly indicate the name, address, and telephone number of the person or company responsible for this submittal. 1.05 REGULATORY REQUIREMENTS A. To the extent provided in. the General Conditions. comply with the latest edition of the National Electrical Safety Code and the National Electrical Code and the interim Amendments in effect at the time of the proposal; and comply with all local, state, and utility regulations or laws. Should the Drawings or Specifications contradict local rulings, the local rules shall take precedence unless special approval is issued by the authority enforcing the rulings in which a copy of this written approval shall be sent to the Architect and Engineer prior to construction. Correct any violations cited by the enforcing authority. 1.06 ABBREVIATIONS AND SYMBOLS ABBREVIATION AFC AFF AFG ABU AIC ANSI ASTM AWG BFC BFF BFG C.B. or Cct.Brkr Cct. C. Contr. Disc. EF Emerq. EMT Exist. F.A. MEANING Above Finish Counter Above Finish Floor Above Finish Grade Air Handling Unit Amps Interrupting Capacity American National Standards institute American Society of Mechanica: Engineers American Society for Testing & Materials American ''Wire Gage Below Finish Counter Below Finish Floor Below Finish Grade Circuit Breaker Circuit Conduit Contractor Disconnect Exhaust fan Emergency Electrical metallic ubing Existing Fire Alarm I1 I MEFW0394 Fixt. Fluor. FM Fut. GFI GR. GRC HVAC IEEE I.G. IMC Incan. ICEA JB Lt./Ltg. LC Mtg./Mtd N. NEC NEMA nai N.I.C. NL N.T.S O.H. PE PVC Recept. Req'd. RTU Sw. Transf. Typ. U.G. U.H. UL WP W. 16010 - 4 Fixture Fluorescent Factory Mutual Research Corp. Future Ground Fault Interrupter Ground Galvanized Rigid Conduit Heating,- Ventilating, & Air Conditioning Inst. of Electrical & Electronic Eng. Isolated Ground Intermediate Metallic Conduit Incandescent Insulated Cable Engineers Assoc., Inc. Junction Box Light/Lighting Lighting Contactor Mounting/Mounted Neutral National Electrical Code National Eletrical Manufacturer's Assoc. National Fire Protection Association Not In Contract Night Light Not To Scale Overhead Photo -electric Control Polyvinyl Chloride(or Rigid Conduit) Receptacle Required Rooftop Unit Switch Transformer Typical Underground Unit Heater Underwriters Laboratories, Weatherproof Wire I I I Symbols: Symbols used for items of equipment and materials are indicated on the Drawings. I 1 I I I I I I I I LI L L L I I MEFW0394 1.07 SHOP DRAWINGS 16010 - 5 A. Submit for approval detailed Shop Drawings of all equipment and all material required to complete this project. B. No material or equipment may be delivered to the job site or installed at this project until receipt of the approved Shop Drawings for the particular material or equipment. Submit a minimum of five (5) copies of all Shop Drawings in accordance with the General Conditions. C. Failure to submit Shop Drawings in ample time for review shall not constitute basis for an extension of contract time, and no claim for extension by reason of such default shall be allowed. D. Furnish Shop Drawings for the following equipment: 1. Lighting fixtures and lamps. 2. Panelboards and breakers. 3. Safety switches. 4. Control panels. 5. EMT fittings. 6. Photocontrols. 7. Wiring devices and similar equipment. 8. Other equipment proposed for substitution. (See Substitutions and Product Options section of this Specification for more information.) 9. As otherwise requested by the Engineer. E. Provide and maintain Construction Facilities and temporary controls in accordance with the General Conditions and Special or Supplementary Conditions. 1.08 CONSTRUCTION AIDS A. Contractor shall furnish in accordance with the General Conditions, all required scaffolding, temporary work platforms, etc., required for completion of his work during his phase or this construction. Construction aids shall be so utilized or constructed as to prevent any hazard to the Contractor, other trades, personnel working in and around the facility, or the structure. .1.09 BARRIERS A. Al_ areas traversed during the course of this wcrk, and buildings, materials, appliances, fixtures and furnishings adjacent to the work site, shabe protected against damage arising from cr as a result of work operations. Any damage I MEFW0394 16010 - 6 ' incurred shall be repaired without additional cost to the Owner. B. Contractor shall construct necessary and/or required barriers for protection of the aforementioned items. All barriers shall be so constructed as to comply with the intent of the requirements for construction and erection of construction aids. (See Construction Aids Sections of this Specification for more information.) i 1.10 SECURITY A. Contractor shall conform to all established security regulations enforced at this facility and as indicated in the General Conditions during all phases of construction. The Engineer/Architect/Owner accepts no responsibility for non -adherence to these regulations by the Contractor or any other trades. It shall be the sole responsibility of the Contractor to verity these regulations, the location of any restricted areas, and to acquire any clearances to these areas prior to construction. 1.11 ACCESS ROADS , A. Contractor shall utilize only Owner/Owner's Representative designated access roads and vehicle loading and unloading areas. Theses areas shall be verified with the Owner/Owner's Representative prior to the start of construction. Repair or replacement of any damage to the structure or grounds due to noncompliance with this stipulation by the Contractor or his crew shall be the responsibility of the Contractor. 1.12 TRAFFIC REGULATION ' A. Contractor shall conform to all traffic and parking area regulations and restrictions as established and enforced by the General Conditions and as established and enforced at this facility during all phases of construction. Contractor shall utilized only the Owner/Owner's Representative designated parking areas for parking of construction vehicles, construction workers' vehicles and storage facilities. 1.13 PROJECT IDENTIFICATION A. Signs advertising materials or subcontractors will not be allowed. 1.14 MATERIALS & EQUIPMENT A. All materials and equipment shall bear the Manufacturer's label and the UL label, where applicable. Performance and MEFW0394 1 I I I 16010 - 7 operation shall be as designed, with respect to efficiencies, capacities, quietness. B. Torque all bolts in accordance with Manufacturer's recommendations and UL listings standards. 1.15 TRANSPORTATION & HANDLING A. Provide for the delivery of materials at such stages of the work as will expedite the work as a whole. Make the required arrangements for introduction into building of equipment too large to pass through finished openings. 1.16 STORAGE & PROTECTION IA. Provide for the safe storage of materials. Mark and store materials so as to be easily checked and inspected. ' B. Protect all utilities, supplies and equipment subject to damage by cold weather by covering, insulating, storing in a heated place, or other approved means. C. Protect all material from damage of any kind. Failure to provide such protection to the satisfaction of the Engineer shall be material concerned. 1.:7 SUBSTITUTIONS AND PRODJCT OPTIONS •' A. Substitution shall be reviewed only if submitted for approval a minimum of ten (10) working days prior to ordering of equipment. It more then one review is needed to determine a product substitution's equivalence, an hourly charge based on the Engineers current rate schedule shall be imposed on additional submittal reviews. Payment of this charge is the responsibility of the Contractor. B. Substitutions shall be submitted in compliance with the General Conditions. 1.18 TESTING ELECTRICAL SSSTEMS A. This section covers required testing of electrical systems ' necessary for proper operation of system and its associated equipment . 1. Service grounding system of made electrode or cold water • pipe shall be measured by the fall of potential method. 2. Service entry shalt be checked for phase rotation: and ' continuity. Phase rotation shall be checked at each down stream panelboard. 3. Low voltage serv;ce entry cable and feeder circuit cable 1 I MEFW0394 16010 - 8 1 shall be megger tested to insure insulation integrity. 4. Duplex 120v receptables shall be tested for ground continuity and phase polarity. B. The products part of this specification covers the testing devices required to accomplished the listed in Part 1. 1. The fall potential method of grou.,ding system testing shall be accomplished with Biddle #250220 or 250260 earth tester or equal. 2. Phase rotation and continuity check shall be done with a Biddle #565250 or equal. 3. Medium voltage cable with rating of 15kv or less shall be tested for dielectric absorbition and step -voltage with a Biddle #210415 or equal. 4. Low voltage busway and cable megger tester shall be Biddle #21159 or 21359 or equal. 5. Receptables shall be tested with Daniel Woodhead #1750. 6. Test ground fault protection system in service , equipment in accordance with NEC 230-95c. C. Test procedures shall be those recommended by the manufacturer of the test instruments used and equipment being tested. 1.19 CLEANING UP A. During the period of construction, the Contractor shall make every effort to keep the premises free of debris and obstructions at all times. When this part of the work is finished, remove from the premises all tools, machinery and debris. B. Project clean-up shall met the Owner's approval and shall be ' in compliance with the General Conditions. Failure to comply shall result in withholding of Contractor's final , payment. 1.20 PROJECT RECORD DOCUMENTS A. Keep on hand at the job site at all times: a complete set of 1 project drawings, project manual, 1990 National Electrical Code. ' B. Deliver to the Engineer upon completion of the work complete information as required to correct the Drawings and Specifications to Record Documents. Information shall be submitted and shall be in accordance to the General Conditions. 1 1 MEFW0394 1601C - 9 1 1.21 OPERATION AND MAINTENANCE DATA I U I A. Obtain and submit to the Engineer three (3) suitably bound sets of descriptive literature, maintenance and operation data, and parts lists for each item of equipment furnished and special operating procedures. B. Preserve and deliver to the Engineer any drawings, instructions, or manuals under this Contract. C. Information shall be submitted in accordance to the stipulations indicated in the General Conditions. 1.22 WARRANTIES, BONDS, AND AFFIDAVITS IA. Furnish a written Certificate of Warranty for all materials, equipment, and labor to be free of defects for a period of one (1) year from and after the date of final acceptance of ' the work by the Architect. This certificate shall further warrant that if any detects appear within the stipulated warranty period, such work shall be replaced without charge. I I I 1 I B. This warranty shall he extended include the capacity and integrated performance of the component parts of the perform in accordance with the schedules on the Drawings and Specifications, and the required labor for repair and/or replacement of such items. C. Documents shall be furn:shed as indicated in the General Conditions. 1."1.3 FINAL INSPECTION A. The Contractor shall give the Architect requisite notice relating to the work and shall afford the Architect and his authorized kepresentatives every tacility for inspection. B. Final inspection of the work under this Contract sha:i be performed in accordance to General Conditions. 1.24 ELECTRICAL SYSTEM VOLTAGES 1 A. 'Ihe following voltages shall apply unless otherwise noted; 11 I I 1. The main service is 120/240 volts, 1 phase, 3 wire wye, 60 hertz, grounded neutral. 2. Receptacle small power system is 12C,'240 volts, 1 phase, 3 wire wye, grcunded neutral. 3. Lighting system is 120.240 volts, 1 phase, 3 wire wye [I MEFW0394 16010 - 10 , grounded neutral. 1.25 EQUIPMENT BY SINGLE MANUFACTURER A. Where possible, all switchboards, motor control centers, panelboards, safety switches, and related equipment shall be produced by one Manufacturer. 1.26 HEIGHTS OF DISCONNECT SWITCHES, PROTECTIVE DEVICES, CONTROLLERS, ETC. A. The mounting height of disconnect switches, circuit breakers, motor controllers, pushbutton stations and other similar devices and equipment will vary depending upon location and whether individually or group mounted. For convenience and safety, operating levers, handles or buttons shall be mounted no more than 80" above finished floor. B. Unless otherwise noted on Drawings, mount equipment as ' follows: Individual device - operating handle, lever, or button approx. Panelboards - highest overcurrent protective device max. Pushbutton stations 41-6^ Dry -type transformer on floor END OF SECTION LI I I I I I MEFW0394 16050 - 1 DIVISION NO. SIXTEEN - ELECTRICAL SECTION 16050 - BASIC ELECTRICAL MATERIALS AND METHODS ' PART I GENERAL 1.01 CUTTING AND PATCHING IA. Do all cutting made necessary by the work, subject to the approval of the Architect and in accordance to the General Conditions. In no case cut through or into any structural ' member without written permission of the Architect. B. Exercise due diligence to avoid cutting openings larger than ' required or in wrong locations. Furnish and install all sleeves required for the work. C. Where openings are cut through masonry walls, furnish and install lintels or other structural supports to protect the remaining masonry. Adequate support shall be provided during the cutting operation to prevent any damage to masonry by the cutting operation. All structural members, supports, etc., shall be of the size, type, and installation as directed by the Architect. ID. Where openings are cut, the patching shall be done by the trade whose work is disturbed but shall be paid for by the Subcontractor cutting the opening or causing the damage. ' E. Repair affected surfaces to match adjacent surfaces. ' 1.02 ROADWAYS, CURBS, AND WALKS A. Use every possible precaution to prevent injuries to roadways, curbs, and walks on or adjacent to the site of the work and replace any such damaged items. This shall also include damage necessary for installation of the work. 1.03 TRENCHING I I I I A. Perform all trenching and digging incidental to Electrical work. Depth of cover shall conform with NEC 300-5 and NEC 710-3b unless otherwise noted. Where rock is encountered, the same shall be excavated to a grade three inches below the lowermost part of the conduit and the trench shall be refilled to required grade as specified. Trenches shall be sheathed or braced and pumping or bailing performed as may be necessary to protect the workmen and adjacent structures and to permit proper execution of the work. Trenching shall not interfere with existing walls, footings, or utilities. I MEFW0394 - 16050 - 2 B. The Specifications and the Drawings in no way imply the condition of the soil to be encountered. When excavation may be required in execution of the work, the Contractor agrees that he has informed himself regarding conditions affecting the work and labor and material required, without recourse to any representation as to soil conditions that may appear, or seem to be implied, in'any portion of the Contract Documents. C. Backfill shall be free from large particles where adjacent to conduit or cable, and tamped in 6" layers. Final 12" may be tamped in one layer. D. Backfill under any construction shall be compacted to 95% , optimum density to prevent settlement. Replace sod or paving which has been removed for trenching. Remove and dispose of excess material as directed by the Engineer. , 1.04 EXISTING ELECTRICAL LINES A. If any existing power, telephone or other electrical lines , and appurtenances are encountered which interfere with the proper installation of new work and which will not be used in connection with new work, close such items in proper manner. 1 B. If such items encountered must remain functional for proper operation of existing systems and/or facilities, the Contractor shall furnish and provide necessary labor and materials to repair, replace, and/or relocate said items as directed by the Engineer or his Representative. 1.05 EQUIPMENT PADS A. The General Contractor shall furnish and install concrete pads for electrical equipment and concrete bases for lighting standards unless indicated otherwise. 1.06 ACCESS TO EQUIPMENT , A. Locate all control devices, specialties, pull boxes, etc., so as to provide for easy access for operation, repair and maintenance. If concealed, furnish and install access doors. 1.07 PAINTING ' A. Touch-up items of equipment whose factory finish has been marred or damaged during installation, restoring it to its original appearance. All painting will be done by the General Contractor in accordance to the General Conditions. 1 [1 MEFW0394 16050 - 3 1 1.08 IDENTIFICATION OF EQUIPMENT A. Furnish and install laminated plastic nameplates with 3/4" minimum contrasting -color engraved letters for .each service disconnect, panelboard, safety switch, time switch, enclosed circuit breaker, starter and pushbutton station. B. Nameplates shall be bolted or pop -riveted to equipment. ' Color code nameplates as follows, or with another consistently applied scheme: ' Equipment Function Nameplate Color Power Black Ventilation Yellow Heating Red ' Air Conditioning Blue Lighting Brown I I L C I I 7 L LI Li L U C. Legend on the plate shall clearly identify the equipment served, such as "Air Handling Unit AN -1" and "Hot Water Cit. Pump P-1" and shall reference circuit breaker or switch and panel that feeds the item. D. Identify each service disconnect, panelboard, safety switch, time switch, enclosed circuit breaker, starter and pushbutton station as called for on the Drawings. PART ii PRODUCTS 2.01 RACEWAYS - CONDUIT A. Install all wiring in conduit unless otherwise noted in Drawings or Specifications. B_ Size all conduits in accordance with NEC or as shown on the Drawings, but in no case less than the following: Telephone Systems 3/4" minimum Other Uses 1/2" minimum C. Conduit types permitted (All types must bear the UL Label): Rigid Metal Conduit (steel) - hot dip galvanized, manufactured by Republic or approved equal. D. Permitted for general exposed or concealed work, above or below grade. 2.02 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A. Sealite, with PVC jacket. Permitted exposed in lengths of 6 feet or less for connections to equipment, where rigid MEFW0394 16050 - 4 connections are not suitable. Support in accordance with 1990 NEC 351-8. 2.03 WIRES AND CABLES A. All wire and cable as indicated and required by the Drawings shall bear the UL Label and stamping indicating wire size, type, voltage and grade, and shall meet the Standard Specifications and Tests established for such materials and ' construction by ASTM, NEMA, ANSI, and IPCEA where applicable. B. Material construction data, insulation thickness, jacket thickness, test data, and samples shall be submitted for approval upon request. C. Unless otherwise noted, all wire shall be code gauge, soft annealed copper, not less than 98 per cent conductivity and of the 600 volt class. No. 10 AWG and smaller may be solid or stranded and shall have insulation type THWN (THW or XHHW may be used if conduit size is increased.) No. 8 AWG and larger shall be stranded and shall have insulation type THW, THWN, or XHHW. D. No wire shall be smaller than No. 12 AWG unless otherwise noted, except that wiring for signal and pilot control circuits may be No. 14 AWG unless otherwise noted. E. Portable cord for final connection to limit switches, solenoid valves, pressure switches and motors shall be Carol Vu-Tron as manufactured by Carol Cable Company, or approved ., equal. F. Incandescent Fixture Wire: Wire for final connection at all incandescent lighting fixture sockets shall be NEC Type SF -2 fixture wire rated 200 degrees C., 600 volts. G. Color code all conductors in accordance with Section 210-5 , of the NEC and the following: SYSTEM VOLTAGE NEUTRAL "HOT" WIRE COLORS EQUIPMENT ' COLOR GROUND COLOR 120/240V 1Ph 3W White Black, Red Green H. Where permitted by NEC for neutral, hot wires may be colored -coded by tape or paint. I. .Identify circuit numbers with synthetic cloth labels. I 1 MEFW0394 16050 - 5 1 2.04 WIRE CONNECTIONS AND DEVICES A. Run conductors without splices from outlet to outlet, except within junction boxes. Make splices in No. 8 AWG and smaller ' wire with Ideal "Wingnut" or 3M "Scotchlok" connectors. Make splices in No. 6 AWG and larger wire with approved solderless lugs. It any other type of connector is proposed for use on any size conductor, submit for approval prior to use. 1 2.05 OUTLET BOXES AND CONDUIT FITTINGS A. Boxes shall comply with the NEC in regard to allowable fill. B. Outlet boxes intended to support lighting fixtures shall be suitable for the purpose. C. Boxes in wet or damp locations shall be cast aluminum with threaded hubs Type FS or FD. 1 2.06 CONDUIT CONNECTIONS IA. Outdoor GRC connections shall be made with Meyers Seal-Tite hubs, O.'L. Gedney (IT Series) Space Maker hub, Appleton Uni- Seal hub or equal. C H H C H B. Threadless GRC or IMC fittings shall not be used. Indoor GRC or IMC connections shall be made with double locknuts and bushings. PART III EXECUTION 3.01 INSTALLATION A. Keep all openings in conduits closed during the progress of the work. Swab conduits clean before pulling wire. B. Arrange for conduits in masonry or exposed to weather to drain. C. Paint all metallic conduits concealed in concrete on grade, or in contact with earth, with two heavy continuous coats of asphaltic paint or other approved conduit protective covering after assembly of conduit and fittings. D. Do not install conduits in plain concrete, such as cement topping on structural floors, without special approval. They may be installed, however, in non -reinforced concrete headers which have been provided for the installation of outlet boxes and conduits. E. No reinforcing steel shall be displaced to accommodate the installation in beams or joists. In general, all embedded r I MEFW0394 16050 - 6 , conduits shall be located in the physical center of the particular section of concrete. F. Unless otherwise approved, raceways embedded in reinforced concrete shall conform to the following usual types of conditions. The Contractor may be instructed during the course of the project not to place embedded conduits in certain areas, and being so instructed shall not entitle the Contractor to extra compensation. G. LOCATION MAXIMUM ALLOWANCE Floors and Walls Displacement of 1/3 of thickness of , concrete, spaced not less than three diameters on centers. Seams and joists Displacement of 1/3 of least dimension, spaced not less than three diameters on centers. Sleeves thru 2" Maximum pipe size not less than three floors & walls diameters on centers. , H. Conduits installed on building exterior wall structures and transitioning down the wall to a horizontal underground conduit run, shall be installed utilizing a UL listed and approved conduit expansion sleeve located above grade, to allow for natural ground settle without destroying installed conduit and/or wiring. Conduit expansion sleeve shall be rated for exterior applications. I. Seal -offs shall be installed in conduit run where conduit terminates below grade. END OF SECTION iJ J 1 MEFW0394 DIVISION NO. SIXTEEN - ELECTRICAL SECTION 16111 - CONDUIT PART I GENERAL 1.01 WORK INCLUDED A. Rigid metal conduit and fittings. B. Liquid -tight flexible metal conduit and fittings. 1.02 RELATED WORK A. Section 16050 - Cutting and Patching. 1.03 REFERENCES A. ANSI C80.1 - Rigid steel conduit, zinc -coated. H. ANSI/NEMA FB 1 - Fittings and supports for conduit and cable assemblies. PART II PRODUCTS 2.01 RIGID METAL CONDUIT AND FITTINGS A. Rigid Steel Conduit: ANSI C80.1. B. Fittings and Conduit Bodies: ANSI/NEMA FB 1; threaded type, material to match conduit. 2.02 LIQUIDTIGHT FLEXIBLE CONDUIT AND FITTINGS A. Conduit: Flexible metal conduit with PVC jacket. B. Fittings and Conduit Bodies: ANSI/NEMA FB 1. 2.03 CONDUIT SUPPORTS A. Conduit Clamps, Straps and Supports: Steel or malleable iron. B. Conduit Clamps in Wet or Damp Locations: Cast aluminum, 2 piece straps with back plate. PART III EXECUTION 3.01 CONDUIT SIZING, ARRANGEMENT, AND SUPPORT A. It not indicated on Drawings, Size Conduit for Conductor Type Installed: 3/4 inch minimum size. II MEFW0394 16111 - 2 B. Arrange conduit to maintain headroom and present a neat appearance. C. Route exposed conduit parallel and perpendicular to walls and adjacent piping. , D. Maintain minimum 6 inch clearance between conduit and piping. Maintain 12 inch clearance between conduit and heat sources such as flues, steam pipes, and heating appliances. E. Arrange conduit supports to prevent distortion of alignment by wire pulling operations. Fasten conduit using galvanized straps, lay -in adjustable hangers, clevis hangers, or bolted split stamped galvanized hangers. F. Group conduit in parallel runs where practical and use • conduit racks constructed of steel channel with conduit straps or clamps. Provide space for 25 percent additional conduit. G. Do not fasten conduit with wire or perforated pipe straps Remove all wire used for temporary conduit support during construction, before conductors are pulled. 3.02 CONDUIT INSTALLATION I I A. Cut conduit square using a saw or pipecutter; de -burr cut ends. B. Bring conduit to the shoulder of fittings and couplings and fasten securely. C. Use conduit hubs or sealing locknuts for fastening conduit to cast boxes, and for fastening conduit to sheet metal boxes in damp or wet locations. D. Install no more than the equivalent of four 90 degree bends between boxes. E. Use conduit bodies to make sharp changes in direction, as around beams. ' F. Use hydraulic one-shot conduit bender or factory elbows for bends in conduit larger than 2 inch size. M G. Avoid moisture traps where possible; where unavoidable, provide junction box with drain fittings at conduit low point. MEFW0394 H. Use suitable conduit caps to protect installed conduit against entrance of dirt and moisture. I. Provide No. 12 gauge steel wire or suitable pull string in empty conduit, except sleeves and nipples. J. Install expansion joints where conduit crosses building expansion joints. K. All underground steel conduit not encased in concrete and in wet locations where steel conduit enters concrete or ground, apply a field coat of bitumastic material No. 550 after installation. Coating shall cover conduit and fittings and be completely dry before backfilling. 3.03 CONDUIT INSTALLATION SCHEDULE A. Underground installations more than five feet from foundation wall: Rigid steel conduit. B. Installations in or under concrete slab, or underground within Five Feet of Foundation wall: Rigid steel conduit. C. In Slab Above Grade: Rigid steel conduit. D. Exposed Outdoor Locations: Rigid steel conduit. E. Wet Interior Locations: Rigid steel conduit. F. Concealed Dry Interior Locations: Rigid steel conduit G. Exposed Dry Interior Locations: Rigid steel conduit. END OF SECTION I 1 I F MEFW0394 DIVISION NO. SIXTEEN - ELECTRICAL SECTION 16120 - WIRE AND CABLE 16120 - 1 PART I GENERAL 1.01 WORK INCLUDED A. Building wire. B. Cable. C. Wiring connections and terminations. PART II PRODUCTS 2.01 BUILDING WIRE A. Thermoplastic -insulated Building Wire: NEMA WC 5. B. Rubber -insulated Building Wire: NEMA WC 3. C. Feeders and Branch Circuits Larger Than 8 AWG: Copper, stranded conductor, 600 volt insulation, THHN/THWN, XHHW. D. Feeders and Branch Circuits 8 AWG and Smaller: Copper conductor, 600 volt. insulation, THHN/THWN; or XHHW if conduit size is increased. All conductors to be stranded. E. Control Circuits: Copper, stranded conductor 600 volt insulation, THW. 2.02 REMOTE CONTROL AND SIGNAL CABLE A. Control Cable for Class 1 Remote Control and Signal Circuits: Copper conductor, 600 volt insulation, rated 60 degree C, individual conductors twisted together and covered with a PVC jacket. B. Control Cable for Class 2 or Class 3 Remote Control and Signal Circuits; Copper conductor, 300 volt insulation, rated 60 degree C, individual conductors twisted together and covered with a PVC jacket; UL listed. PART III EXECUTION 3.01 GENERAL WIRING METHODS A. Use no wire smaller than 12 AWG for power and lighting circuits, and no smaller than 14 AWG for control wiring. I MEFW0394 16120 - 2 1 B. Place an equal number of conductors for each phase of a circuit in same raceway or cable. C. Splice only in junction or outlet boxes. ' D. Neatly train and lace wiring inside boxes, equipment, and panelboards. E. Make Conductor lengths for parallel circuits equal. 3.02 WIRING INSTALLATION IN RACEWAYS A. Pull all conductors into a raceway at the same time. Use UL listed wire pulling lubricant for pulling 4 AWG and larger ' wires. B. Install wire in raceway after interior of building has been physically protected from the weather and all mechanical work likely to injure conductors has been completed. C. Completely and thoroughly swab raceway system before ' installing conductors. 3.03 WIRING CONNECTIONS AND TERMINATIONS A. Splice only in accessible junction boxes. B. Use insulated spring wire connectors with plastic caps for ' copper wire splices and taps, 8 AWG and smaller. C. Use compression type connectors for copper wire splices and ' taps, 6 AWG and larger. Tape uninsulated conductors and connectors with electrical tape to 150 percent of the insulation value of conductor. ' D. Thoroughly clean wires before installing lugs and connectors. E. Make splices, taps and terminations to carry full ampacity ' of conductors without perceptible temperature rise. F. Terminate spare conductors with electrical tape. ' 3.04 FIELD QUALITY CONTROL A. Inspect wire and cable for physical damage and proper connection. B. Compress test conductor connections and terminations to ' Manufacturer's recommended values. C. Perform continuity test on all power and equipment branch circuit conductors. Verity proper phasing connections. MEFW0394 16120 - 3 D. Make insulation check of all feeder, service, and branch circuit conductors utilizing 600 volt Meggar Test. E. Log Meggar results and submit to Engineer or make tests in presence of Engineer or his Representative. 3.05 WIRE AND CABLE INSTALLATION SCHEDULE A. Exposed Interior Locations: Building wire in raceways. B. Wet or Damp Interior Locations: Building wire in raceways. C. Exterior Locations: Building wire in raceways. D. Underground Locations: Building wire in raceways. END OF SECTION ' MEFW0394 1 DIVISION NO. SIXTEEN - ELECTRICAL SECTION 16130 - BOXES 16130 - l PART I GENERAL 1.01 WORK INCLUDED A. Pull and junction boxes. 1.02 REFERENCES ' A. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). PART II PRODUCTS 2.01 OUTLET BOXES A. Cast Boxes: Cast feralloy, deep type, gasketed cover, threaded hubs. 2.02 PULL AND JUNCTION BOXES A. Cast Metal Boxes for Outdoor and Wet Location Installations: NEMA 250; Type 4 and Type 6, flat -flanges, surface -mounted t juncion box, UL listed as raintight. Galvanized cast iron box and cover with ground flange, neoprene gasket, and stainless steel cover screws. B. Cast Metal Boxes for Underground Installations: NEMA 250; Type 4, outside or inside flanged, recessed cover box for flush mounting, UL listed as raintight. Galvanized cast iron box and plain cover with neoprene gasket and stainless steel cover screws. PART III EXECUTION U �, 3.01 COORDINATION OF BOX LOCATIONS A. Provide electrical boxes as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections, and code compliance. B. Electrical box locations shown on Contract Drawings are approximate unless dimensioned. C. Locate and install boxes to allow access. Where installation is inaccessible, coordinate locations and sizes of required access doors. MEFW0394 16130 - 2 D. Locate and install to maintain headroom and to present a neat appearance. 3.02. OUTLET BOX INSTALLATION A. Provide knockout closures for unused openings. B. Support boxes independently of conduit. C. Align wall -mounted outlet boxes for switches, thermostats, and similar devices. D. Provide cast outlet boxes in exterior and interior locations exposed to the weather and wet locations. 3.03 PULL AND JUNCTION BOX INSTALLATION A. Support pull and junction boxes independent of conduit from structure of bracket anchored to structure. END OF SECTION MEFW0394 16141 - 1 I 1 1 1 DIVISION NO. SIXTEEN - ELECTRICAL SECTION 16141 - WIRING DEVICES PART I GENERAL 1.01 WORK INCLUDED A. Wall switches. B. Receptacles. 1.02 REFERENCES A. NEMA WD 1 - General -Purpose Wiring Devices. B. NEMA WD 5 - Specific -Purpose Wiring Devices. 1.03 SUBMITTALS A. Submit product data under provisions of Section 16010. B. Provide product data showing configurations, finishes, dimensions, and Manufacturer's instructions. PART II PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS - WALL SWITCHES A. Arrow -Hart. B. General Electric. C. Hubbell. D. Leviton. E. Pass & Seymour. F. Slater. G. Substitutions: Under provisions of Section 16010_ 2.02 WALL SWITCHES A. Wall Switches for Lighting Circuits and Motor Loads Under 1/2 HP: NEMA WD; AC general use snap switch with toggle handle, rated 20 amperes and 120-277 volts AC. 2.03 ACCEPTABLE MANUFACTURERS - RECEPTACLES A. Arrow -Hart. B. General Electric. C. Hubbell. D. Leviton. E. Pass & Seymour. F. Slater. MEFW0394 16141 - 2 G. Substitutions: Under provisions of Section 16010. 2.04 RECEPTACLES A. Convenience and Straight -blade Receptacles: NEMA WD 1. B. Locking -Blade Receptacles: NEMA WD 5. C. Convenience Receptacle Configuration: NEMA WD 1; Type 5-15 R for circuits with more than one receptacle and Type 5-20 R for circuits with one receptacle. D. Specific -use Receptacle Configuration: NEMA WD 1 or WD 5; type as indicated on Drawings. E. GFCI Receptacles: Duplex convenience receptacle with integral ground fault current interrupter. 2.05 ACCEPTABLE MANUFACTURERS - WALL PLATES A. Arrow -Hart. B. General Electric. C. Hubbell. D. Leviton. E. Pass & Seymour. F. Slater. G. Substitutions: Under provisions of Section 16010. 2.06 WALL PLATES A. Weatherproof Cover Plate: Gasketed cast metal with hinged gasketed device covers. PART III EXECUTION 3.01 INSTALLATION A. Install wall switches 48 inches above floor unless noted otherwise, "OFF" position down. B. Install convenience receptacles 48 inches above floor unless noted otherwise, 6 inches above counters, grounding pole on bottom. C. Install specific -use receptacles 48 inches above floor unless noted otherwise. MEFW0394 16141 - 3 PART IV PRODUCTS 4.01 SWITCHES A. Branch circuit switches shall be specification grade rated 20A 120/277V AC as follows (where required): Single Pole Quiet Switch Hubbell 1221 4.02 RECEPTACLES A. Outlet devices shall be grounding -type specification grade as follows: Weatherproot GFI Receptacle 20A 125V Hubbell GF-5362 4.03 PLATES A. Wet Areas: Install weatherproof covers to match device. 4.04 APPROVAL A. Wiring devices or plates as manufactured by Hubbell, Levition, General Electric, or P & S of equal quality with the features specified may be substituted if approved by the Engineer before installation. B. Any device or plates which are found to be not as specified shall be removed and replaced with the specified device or plate at the Contractor's expense. END OF SECTION MEFW0394 16190 - 1 DIVISION NO. SIXTEEN - ELECTRICAL SECTION 16190 - SUPPORTING DEVICES PART I GENERAL 1.01 WORK INCLUDED A. Conduit and equipment supports. B. Fastening hardware. C. Threaded studs welded to tank for support of fixtures and conduit. 1.02 COORDINATION A. Coordinate size, shape and location of supports with Tank Manufacturer and Erection Contractor. 1.03 QUALITY ASSURANCE A. Support systems shall .be adequate for weight of equipment and conduit, including wiring, which they carry. PART II PRODUCTS 2.01 MATERIAL A. Support Channel: Galvanized or stainless steel as determined by location and conditions. B. Hardware: Corrosion resistant. PART III EXECUTION 3.01 INSTALLATION A. Do not fasten supportsto piping, ductwork, mechanical equipment, or conduit. B. Do not use powder -actuated anchors. C. Do not drill structural steel members. D. Fabricate supports from structural steel or steel channel, rigidly welded or bolted to present a neat appearance. Use hexagon head bolts with spring lock washers under all nuts. E. Install surface -mounted cabinets and panelboards with a minimum of four anchors. END OF SECTION MEFW0394 16195 - 1 DIVISION NO. SIXTEEN - ELECTRICAL SECTION 16195 - ELECTRICAL IDENTIFICATION PART I GENERAL 1.01 WORK INCLUDED A. Nameplates and tape labels. B. Wire and cable markers. PART II PRODUCTS 2.01 MATERIALS A. Nameplates: Engraved three -layer laminated plastic, white letters on a black background. B. Tape Labels: Embossed adhesive tape, with 3/16 inch white letters on black background. C. Wire and Cable Markers: Cloth markers, split sleeve or tubing type. PART III EXECUTION 3.01 INSTALLATION A. Degrease and clean surfaces to receive nameplates. B. Install nameplates parallel to equipment lines. C. Secure nameplates to equipment fronts using screws, rivets, or adhesive. Secure nameplate to inside face of recessed panelboard doors in finished locations. D. Use embossed tape only for identification of individual wall switches, receptacles, and control device stations where noted on the Drawings. 3.02 WIRE IDENTIFICATION A. Provide wire markers on each conductor in panelboard gutters, pull boxes, and at load connection. Identify with branch circuit or feeder number for power and lighting circuits, and with control wire number as indicated for control wiring. MEFW0394 16195 - 2 3.03 NAMEPLATE ENGRAVING SCHEDULE A. Provide nameplates of minimum letter heights as scheduled below. B. Panelboards: 1/4 inch; identify equipment designation. 1/8 inch; identify voltage rating and source. C. Individual Circuit Breakers, or Switches In Panelboards: 1/8 inch letters on nameplate or typed circuit directory; identify circuit and load served, including location. D. Individual Circuit Breakers, Enclosed Switches, and Motor Starters: 1/8 inch; identify load served. END OF SECTION MEFW0394 16421 - 1 DIVISION NO. SIXTEEN - ELECTRICAL SECTION 16421 - SERVICE ENTRANCE PART 1 GENERAL 1.01 WORK INCLUDED A. Arrangement with Utility Company for permanent electric service including payment of Utility Company charges for service. B. Overhead service entrance. 1.02 SYSTEM DESCRIPTION A. System Voltage: 120/240 volts, single phase, three -wire, 60 Hertz. PART 11 PRODUCTS 2.01 EQUIPMENT A. Furnish all required material in compliance with Utility Company's requirements. PART III EXECUTION 3.01 INSTALLATION A. Make arrangements with Utility Company to obtain permanent electric service to the Project and install service entrance in accordance with Utility Company's rules and regulations. END OF SECTION MEFW0394 DIVISION NO. SIXTEEN - ELECTRICAL SECTION 16430 - METERING 16430 - 1 PART I GENERAL 1.01 WORK INCLUDED A. Electrical Service Metering. 1.02 REGULATORY REQUIREMENTS A. Work shall be governed by the National Electric Code, unless superseded by local ordinances or other legal authority. 1.03 SUBMITTALS A. Submit product data to Utility Company for approval. PART II PRODUCTS 2.01 Provide meter cabinet and metering equipment as directed by Utility Company. PART III EXECUTION 3.01 INSTALLATION A. Install metering items in accordance with Manufacturer's instructions and local Utility Company requirements. END OF SECTION MEFW0394 16440 - 1 I 1 1 1 1 1 1 DIVISION NO. SIXTEEN - ELECTRICAL SECTION 16440 - DISCONNECT SWITCHES PART I GENERAL 1.01 WORK INCLUDED A. Disconnect switches. B. Fuses. C. Enclosures. 1.02 SUBMITTALS A. Submit product data under provisions of Section 16010. B. Include outline drawings with dimensions, and equipment ratings for voltage, capacity, horsepower, and short circuit. PART 11 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS - DISCONNECT SWITCHES A. Cutler Hammer. B. General Electric. C. Square D. D. Westinghouse. E. I -T -E. F. Substitutions: Under provisions of Section 16010. 2.02 DISCONNECT SWITCHES A. Fusible Switch Assemblies: Type HD; quick -make, quick - break, load interrupter enclosed knite switch with externally operable handle interlocked to prevent opening front cover with switch in 'ON' position. Handle lockable in "OFF" position. Fuse Clips: Designed to accommodate Class R fuses. B. Enclosures: Type as indicated on Drawings. 2.03 FUSES A. Fuses 600 Amperes and Less: Bussman Class RK1; RK5; as indicated on Drawings; dual element, current limiting, time delay, one-time fuse. 250 volt. B. Interrupting Rating: 200,000 rms amperes. MEFW0394 16440 - 2 PART III EXECUTION 3.01 INSTALLATION A. Install disconnect switches where indicated on Drawings. B. Install fuses in fusible disconnect switches. END OF SECTION MEFW0394 16450 - 1 DIVISION NO. SIXTEEN - ELECTRICAL SECTION 16450 - SECONDARY GROUNDING PART I GENERAL 1.0] WORK INCLUDED A. Power system grounding. B. Communication system grounding. C. Electrical equipment and raceway grounding and bonding. 1.02 SYSTEM DESCRIPTION A. Ground the electrical service system neutral at service entrance equipment to metallic water service and to supplementary grounding electrodes. B. Provide communications system grounding conductor at point of service entrance and connect to nearest effectively grounded metallic water pipe, nearest effectively grounded building structural steel member, or separate grounding electrode. C. Bond together system neutrals, service equipment enclosures, exposed non -current carrying metal parts of electrical equipment, metal raceway systems, grounding conductor in raceways and cables, receptacle ground connectors, and plumbing systems. PART II PRODUCTS 2.01 MATERIALS IA. Ground Rods: Copperweld 5/8 inch diameter, minimum length 8 tees. PART III EXECUTION 3.01 INSTALLATION IA. Provide a separate, insulated equipment grounding conductor in feeder and branch circuits as indicated on the Drawings. Terminate each end on a grounding lug, bus, or bushing. ' B. Connect grounding electrode conductors to metal water pipe using a suitable ground clamp. Make connections to flanged piping at street side of tlange. Provide bonding jumper around water meter. MEFW0394 16450 - 2 C. Supplementary Grounding Electrode: As indicated on the Drawings. D. Use minimum 6 AWG insulated copper conductor for communications service grounding conductor. Leave 10 feet slack conductor at terminal board. E. Provide grounding and bonding at Utility Company's metering equipment and pad -mounted transformer in accordance with Section 16421. 3.02 FIELD QUALITY CONTROL A. Inspect grounding and bonding system conductors and connections for tightness and proper installation. END OF SECTION 9 I 1 1 1 1 1 1 1 1 1 1 1 MEFW0394 DIVISION NO. SIXTEEN - ELECTRICAL SECTION 16470 - PANELBOARDS 16470 - 1 PART I GENERAL 1.01 WORK INCLUDED A. Service and distribution panelboards. B. Lighting and appliance branch circuit panelboards. 1.02 SUBMITTALS A. Submit Shop Drawings for equipment and component devices under provisions of Section 16010. B. Include outline and support point dimensions, voltage, main bus ampacity, integrated short circuit ampere rating, circuit breaker and fusible switch arrangement and sizes. 1.03 SPARE PARTS A. Keys (All locks shall be keyed alike): Furnish two each to Owner. B. Fuses: Furnish to Owner three spare fuses of each type and rating installed. C. Fuse Pullers: Furnish one fuse puller to Owner. PART II PRODUCTS 2.01 ACCEPTABLE MANUFACTUREkS - PANELBOARDS A. Cutler Hammer. B. General Electric. C. I -T -E. D. Westinghouse. E. Square D. F. Substitutions: Under provisions of Section 16010. 2.02 MAIN AND DISTRIBUTION PANELBOARDS A. Panelboards: Circuit breaker type as indicated on the Drawings. B. Enclosure: NEMA 3R. C. Provide cabinet front with concealed trim clamps, screw cover, and hinged door with flush lock. Finish in Manutacturer's standard gray enamel. MEFW0394 16470 - 2 11 D. Provide panelboards with copper bus, ratings as scheduled on Drawings. Provide copper ground bus in all panelboards. E. Minimum Integrated Short Circuit -Rating: As shown on Drawings. F. Fusible Switch Assemblies: Quick -make, quick -break, load interrupter enclosed knife switch with externally operable handle. Provide interlock to prevent opening front cover with switch in "ON" position. Handle lockable in "OFF" position. Fuse Clips: Designed to accommodate Class R fuses, type as specified. G. Molded Case Circuit Breakers: Provide circuit breakers with integral thermal and instantaneous magnetic trip in each pole. , 2.03 BRANCH CIRCUIT PANELBOARDS A. Lighting and Appliance Branch Circuit Panelboards: Circuit breaker type. B. Enclosure: NEMA 3R. C. Provide cabinet front with concealed trim clamps, concealed hinge and flush lock all keyed alike. Finish in Manufacturer's standard gray enamel. D. Provide panelboards with copper bus, ratings as scheduled on Drawings. Provide copper ground bus in all panelboards. E. Minimum Integrated Short Circuit Rating: 10,000 amperes rms symmetrical for 240 volt panelboards; or as shown on Drawings. F. Circuit Breakers: Bolt -on type thermal magnetic trip circuit breakers, with common trip handle for all poles. Provide circuit breakers UL listed as Type SWD for lighting circuits. Provide UL Class Aground fault interrupter circuit breakers where scheduled on Drawings. PART III EXECUTION 3.01 INSTALLATION A. Install panelboards plumb. B. Height: 6 ft. to top of circuit breaker panelboards. C. Provide filler plates for unused spaces in panelboards. 1 I MEFW0394 1b470 - 3 I D. Provide typed circuit directory for each branch circuit ' panelboard. Revise directory to reflect circuiting changes required to balance phase loads. ' 3.02 FIELD QUALITY CONTROL A. Measure steady state load currents at each panelboard feeder. ' Should the difference at any panelboard between phases exceed 20 percent, rearrange circuits in the panelboard to balance the phase loads within 20 percent. Take care to maintain proper phasing for multi -wire branch circuits. ' B. Visual ana Mechanical Inspection: Inspect for physical damage, proper alignment, anchorage, and grounding. Check ' proper installation and tightness of connections for circuit breakers and lugs. I] C r C I I r G I S END OF SECTION I I MEFW0394 16500 - 1 DIVISION NO. SIXTEEN - ELECTRICAL SECTION 16500 - LIGHTING PART I PRODUCTS 1.01 LAMPS U A. Incandescent lamps shall be rated at 130 volts and of size and type as indicated on the Drawings. B. All lamps shall be manufactured by Sylvania, General Electric, or Westinghouse. 1.02 INTERIOR LIGHTING FIXTURES A. Furnish and install all lighting fixtures and lamps as ' indicated on the Drawings under the base bid. Fixtures of similar design and quality may be proposed by the Contractor as a substitute, provided the manufacturer and catalog number of the fixture to be substituted is submitted with the Contractor's proposal along with an appropriate add or deduct, or as otherwise permitted by the General Conditions and Special or Supplementary Conditions. B. All fixtures and their electrical components shall bear the UL Label. C. High Intensity Discharge ballasts shall be high power factor constant wattage with reliable starting down to -20 degrees F. D. Verify all ceiling and wall details. All fixtures furnished shall be complete with the proper mounting arrangements for the ceiling or wall construction. encountered. 1.03 EXTERIOR LIGHTING FIXTURES A. Furnish and install all lighting fixtures and lamps as indicated on the Drawings. Fixtures shall be as specified on Lighting Fixture Schedule. 1 END OF SECTION 1 L MEFW0394 16921 - 1 DIVISION NO. SIXTEEN - ELECTRICAL. SECTION 16921 - MECHANICAL EQUIPMENT CONTROLS PART I GENERAL 1.G1 WORK INCLUDED A. Mechanical equipment controls. 1 . A9 RE�A^.ED WORK A. Section 16111 - Conduit. B. Section 16195 - Identiticarior.. C. Section 16120 - Wires and Cables. D. Section 16922 Level Transmitter. E. Section 16924 - SCADA System (Radio Transmitter). F. All control components to be provided by Division 16. G. Connection from control terminal cabinet to control devices by Division 16. H. Telephone line coordination by others. PART II PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. As specified in other Sections. PART III EXECUTION 3.01 INSTALLATION A. Provide remote control connection to remote devices as required. Coordinate w:th equipment supplier prior to construction. END OF SECTION I MEFW0394 16922 - 1 DIVISION NO. SIXTEEN - ELECTRICAL SECTION 16922 - LEVEL TRANSMITTER AND ASSOCIATED EQUIPMENT PART I PRODUCTS 1.01 GENERAL ' A. The Contractor shall furnish and install a tank level transmitter as shown on the Plans and as hereinafter specified. PART II PRODUCTS A. The transmitter shall be BIF (Division of General Signal), Model 3600. B. The level transmitter shall be designed to translate pressure into a DC current and shall be the two -wire type which requires no separate power connection. Actuation shall be by a sensing element which operates on the principle of differential capacitance, the relative values of which are electronically converted into the output signal. The sensing diaphragm shall be isolated from the process fluid by Hastelloy "C" barrier diaphragms and a silicone oil fill fluid. The pressure cell module shall be Type 316 stainless steel, hermetically sealed. PART III , A. The transmitter housing shall be rated NEMA 4. The housing shall be cast low copper aluminum alloy, anodized and finished with aliphatic urethane. A mounting bracket shall be supplied suitable for wall mounting. B. The current output signal shall be 4-20 mAdc into 650 ohms or less. Overall accuracy to be + 0.25 percent over entire range. PART IV A. The Basic Digital Telemetry System shall consist of two plug- in modules, a QDTT20 transmitter and a QDTR20 receiver. Each system shall be capable of transmitting (8) digital (ON/OFF) signals and (4) analog signals over a single FSK tone channel which is built into each module. Standard frequencies range from 1075 Hz to 3000 Hz with 100 Hz spacing, shift + 25 Hz or 1020 Hz to 3300 Hz, shift + 30 Hz. The optimum data security shall be achieved by the use of BCH error detection coding and sync intervals. Transmission shall be capable of being made over dedicated phone lines, radio, microwave links or satellite communications. I I ' MEFW0394 PART V I I J LJ I I I I I H I I I 16922 - 2 A. The QDTT20 transmitter shall monitor (4) analog voltages or currents and (8) digital (ON/OFF) signals. The transmitter shall accept full scale analog inputs of 2.5 volts dc, I milliampere or 20 milliamperes. The digital inputs shall be fully protected by opto-isolators and may be keyed by various optionally selectable voltage sources from 12 to 125 volts dc or 115 volts ac. The transmitter shall be equipped with program jacks which simplify customizing for various modes of operation. No soldering or adding of jumper wires is permitted. In addition, a single front panel LED shall provide the operator with information as to the value for each analog input, as we_1 as power and unit failure. PART VI A. The QDTR20 receiver shall be designed to accept a serial message from the QDT'120 transmitter and convert it into the corresponding digital and analog outputs. The receiver's digit a: outputs shall he open collector, and each will operate with loads up to 300 mA at 60 volts dc, aliow:ng for a direct annunciator or relay interface. The analog for a direct annunciator or relay interface. The analog outputs shall provide a full scale 20 mA to drive up to a 300 ohm load using a 12 volt dc power source. The receiver shall contain a front. pane] LED which permits the operator to determine if a valid message was received, whether or not there is a carrier failure, unit failure, or power failure. PAR':' 1':I SUBMITTALS A. Submit product data under Provisions of Section 16010. B. Provide product data showing configurations, finishes, dimens=ons, and Manufacturer's instructions. PART V]TI :NSTALLATION A. Install the BJF Model 3600 gauge pressure transmitter in the altitude valve vault at the tank site. Connect unit to the copper tubing pressure sensor line. Connect the 4 20 mAdc output signal to both the QDTT20 transmitter and the Motorola MRTU (hereinafter specified) transmitter. B. Wall mount the QDTT20 transmitter panel on the altitude valve vault. Connect 115 volt power supply, and input and output signal wires - I MEFW0394 16922 - 3 C. Deliver the QDTR-20 receiver to the Beaver Water District for installation by the District. Coordinate and cooperate with District personnel for control system startup. END OF SECTION ' MEFW0394 16924 - 1 I 1 I [J I I I A. The following components shall be provided as the basic SCADA ' equipment. Additional materials and equipment shall be included as necessary tor a functional system: DIVISION NO. SIXTEEN - ELECTRICAL SECTION 16924 - SCADA SYSTEM (RADIO TRANSMITTER) PART I GENERAL 1.01 SCOPE OF WORK A. The City of Fayetteville has a SCADA system serving the entire water and sewer facilities within the City. The existing system is a Motorola system provided and installed by J -Mac Communications and Electronics; contact person is Mr. David Loenneke, (501) 444-0842. The Contractor shall subcontract with J -Mac to provide and install SCADA equipment to interface with the existing system and to monitor the level in the tanks, as well as the status of intrusion into the altitude valve vault. J -Mac shall be responsible for providing all equipment, materials, installation and startup, as necessary to incorporate these tanks into the overall SCADA system. PART II PRODUCTS 2.01 SCADA RADIO TRANSMITTER EQUIPMENT IQUANTITY DESCRIPTION 1 Motorola MRTU Plus Remote Terminal Unit equipped ' with NEMA 4X enclosure, 5AH Backup Battery, and Darcom 9000 Station Radio. 1 Yagi Antenna exhibiting at least 7dB forward gain ' and at least 15dB front to back ratio (Antenna Specialists ASP -962 or equivalent). 1 Impulse Suppressor (Motorola RRX-4027A). ' 1 Transient Suppressor (Polyphaser lS-PSF-120 or equivan.ent). 40t 0.5" Transmission Line (Andrew LDF4-50A or equivalent). ' 1 Transmission Line Grounding Kit (Andrew 204989-i or equivalent). 1 8' Super Flexible Jumper (Male - N Connectors). ' 2 Male - N Connector for 0.5" Transmission Line (Andrew L44P or equivalent). 1 Tower for antenna mounting (Rohn 25-6 or equivalent), 18' height. I MEFW0394 16924 - 2 2.02 SENSOR EQUIPMENT A. The 4-20 mAdc output signal from the BIF Model 3600 Transmitter shall provide the level sensing signal for the Motorola MRTU. An additional sensor system shall be provided to monitor intrusion into the altitude valve vault to include: QUANTITY DESCRIPTION 1 Magnetic Reed Switch for vault intrusion. 1 Key Switch for maintenance indication. PART III EXECUTION 3.01 SUBMITTALS A. Submit product data under Provisions of Section 16010. B. Provide product data showing configurations, finishes, dimensions, and Manufacturer's instructions. 3.02 INSTALLATION A. Mount MRTU panel in the altitude valve vault, along with required sensors and sensor connections. B. Install antenna and tower in accordance with Manufacturer's requirements and approved submittals. C. Startup system as necessary to incorporate it into the Owner's master SCADA system. END OF SECTION I. .•a /. / ' IM1 M •. N•1 �y M1..:• 1 '.+ .1: e. •� L}e{I•. f. y5 '.� •:' - 't• .ly .},� M��•1 a n �.•..'F •.. •f.. �.. ... at - •% (. .[•'r} a:. �;! ..A.. •'• � r.•.: .• PT !, •Jl��Ifr l• J��,• •J• i• do do °I _ 1 ' • - • • . • 1•: :..•L : •r:•. - i.'. •� •. !• Y• �Irn •Jq ._ S'/ �' i 4•• .•_ •• 1 : r • •• •:. f. • . rr. '•z L :J ..• f. r :. • _ _ __ • .. f • _•S ... c•- •. J, a.... �. ••4.. T• a •a:• •• •!•• !, y:•• •. • V� Y•. l.' -• _ n a •r !,, a.. •, •. a. S. • : %.• . •r. •Vold r. 1 , / Y • I a Y ). •^a,(rL• .Ci )•r r •,, \,•• Y .J •-: • t•_• •:r :• ••j 1)�i i'y Y. �-••. - _ • .\ . I•L•f•1 °n .1.. }.•a °. • 1 a n • .a •, • °, •% - •f I '5°••x/1 - f M. 'q... •: �. ;•!. • •� •'! •�Z.Y; { ^' }( •. • 4 a• • {'y• . y' •• '• •� Y• '•• • „ • •• ,T. • •: '. Y• •. ••. • 1 1 •a •• • •'. ! • I.L. �.• S :.•.ir .1. 1: • •.+� , iY .•1 1:2 i• • Y' • • a: • •1• •• °r • • _ i°� I. •,• +l• > •• /• . •'n N.' ••%x11 l•. ' _ • •.. _ q : • I _ 1 S. • x •. I 1.•••• I •M1 J 4 •ar a. .Y. , ... ,- .• . , •• ..- I . _ • . •_ •a. . .f a • •• • • all• - -••fL' • / ii a• I. L•° , • i• a • •• . f. • : • _ I. .. a _ •1 • i • • +•. r /• •• �. • a s r.• / •. • a . . . ..'1 K 4 a• •I r °. a: - Y _ • rf •S ••�••I of •1: ,• • •••' •• • •• • ••_ : • • L .a° ••� _ .e1 •• • • • . . • a- • a - . •_ ••• ., • .. .a • 1 aa• .r • 1• • • • '•. •• • _ _• :. f _• l o • •• , •..i. a .•• • • ,•1a ! ,• • r• i• ••• •4 °a f 1 a• .... .•. • •. • ••.. .. �. •i ... a .. I. • • 1 Y .10 /°.. •q •.• • • .%a• r /yr.• . . 1 • • •f I Y :i Y. _ Y: Y. ., • _U. •U. •a.. I .. a - • .. •. • •'. ••• a}a. i' •• • /•,• .. .. •+. •, +. r •. a•/•. •/.••. � ;. Y •i /_ • / _a.. . L •a••l. •' ::°•,x . .i•• f..• + • • • •/ • , /. L • :••. • a. • r°: vim. •., .. i i •' •. •f •Y.• .. / 1 .. • .• ,• - •• • . • .I �..:., .: . .11.'. •' ' /f . .l' -5• n . \ j • •- : ,. .. ;' •' '. I. I• n � :1 , • • 1 • I. . - - . . . . :- . fr •• U. .I.. nf•.. ,• a • •� • I. ••r •• • • •• L. _• '. j'.•jy.•• • r•Y1:' •I• A •.a ', ••..•S •. r • I• ': {=Y�LaWL�� r ••'••1 •• • .' r .. .r1 R •1 L• )' ' . .•... ' I. .•. .: .. r ' y •• ,. . . r 1• o !• . .:• l . • •• •J.•• •. •••• r I I I ' 44 S. i M � G G O O S a a °°S ` U 0 8 8 8 -. 9 0 �A � � � � � � °g I C A S$ ` °� 0C yyy c E 5 e 8 0:6`0, a� p, ig «E,`o, ° ° .�°. ti y Z i H +r �+ oFggc c e e�c �� yS' ">75Ti° ° ` +s9E m 6's s°m +°z6 6 ° 8«B 'spy, : p�� m m• t o = 88+0 R�g egg f8sp���&pp♦m 8�i aj0yuafwy�■y�y t o3°POa Is sas 10 8h <a pF��S o SOa 100 cc O0O Go �O 4� yptw St. L D J ii 0. Vo mamma*EO O"00 � � � � � O aft O� Cl O. M+ � POP° -4____ r -4 r - ������iiiiii iiiiii iiiiii iiiiii iiiiii 5 5 0 o a e b e s _O E 4- g $g 4 G �� ' a s s i 5 s a= o °vjsigv E A Gmaw" 3r LSu Fi e — `� o = $ o • ��_ �9 ° UUJIJL h N 3a 5 3 0.59II r AAM9 -� t c 3 afl8 NI n ° 3n a eo-a8 �j _N °•1 ...Li. a o_N g -JOa Nn3n Y ���ii Cent qq o t nnno�a .°j r'�ai�g'Sl c aW, wow ty A X$nvi nnn on 000 nvo ae verse even om P+o v6°o veA ede° vo ve vo° t eve ve 9aoo (bide. N NNN NNN NN Cl N N N NNN NNN NNN NN P PPP a PPO aaa PP a a a a PPP OOP a PAP 00 �' a 5 h = vi 5 5 ° s ' jqS x e 2• + s sIi i 4'J o S • • 8 v- • SI u 9$�� Q o _ a.+ flbi >a v w e:$o ug o g tfft 3 4 >3dba S. EEC • 8� wI v 7�c �� 8 I aazl" e 5Lk OLC5P • 0.Caiatia a S. t o rN n^t a t o rNn o_a N rNnvnn= or NAPO2 ° 8 nnntn,n" $ o1000i, t nnC,n 800eoev nnnnrnT a r rr^- rr •y n Nnn 4C.del nlnnnl nv{ n I on a crave �'d"ovd° o«°�000a mri=m masceCC" uevoeaea INN M NN N rifle.NN Cl NNNNnn NNIN N an a PP a PPP PP P PPPPPP aaaa a -r- r -4- N -N.4 r_ .i - - - -rr NN_- - t a `o c cc > a S ,. % UU 0 b „ E 2 ° r SE c° = ° 00 oo e e v� v 3 "5 f Sa 0 o tea' `e c ati ° oo nv`, ! wu 5 0 e Qa a §83ae a .s -o --- e:f� �sCE E • n a ° 0 5 P L !> ° 5 a° S d O Y P o •c d 4' 8 3 g5�y u�o"c?Eo c xoo5m moo" c 1 0.+.�5 ° 3 r �7�dSmc9�°°; °'�«i5c 5�$5v I y j! i. �PNOs+ ^h_ t 'n°$ 4 d�me`J' I C c' Eu n %.1 •i N G� OM iv i ^f -r MC: F.2'y. •-.r • LL IY N. �mE ^... .. .^ mEp>'J a. •0 !Cj°°° 2 ��y�v5y�c° comp L� °5Y�E$aa "a�ppx � �°KE �.y.d ? �Y'tyQNy9 6 EgCm C. ° $L o pK O 9Y W3,Sdd 5m . m 01 E >w:Rvwi6°OJh3 u�C E>.m q Edm°9'6o��xo"H d « wa a d OP� Y Ck a• L p PY mm �ma06 '00 r ° ^.�' �$ >'p5$d b 5 g E y o d E d% b ^ -.N d G m« m P m d P dm5 d y °' Yti- " dm �' mNd w a: omNam. S Ood Enw�°r �^ r0 m C'! 590 ; 2L°° 5 d��o �$aoD�j�owdN5� a6wd� Ta$d$5 2O.CZC�CpeBm 5CYo d°C G93 �m-mp .[mvE m:: � 4V L�Ay...to mm pmawi mm �po>�Y1G§5 yO Cao `Q'8$A,� •°�'45j'SO bm �.v5d p°P°�a� � m '°'73•m Gmq�J^.� t0�55y�.c"mC�$p(� p�+� ddg go 0.cdf.Ompo be>� dS•oy .0jJI4gJflS1!4Lli � ^O YVle 0.ay'mY.ms5>y Vr°„OHIO 1 .Od vJdy$ m$ 3m3.'°.+5ww•kw3d �oPm4A5>'7 ^m65�Ar"C'K7 0 .; .crsa i��m!a5R°'.SC m>atla d Ega"� Ot�j 2894024osd".C dEdam!°� myZKd2� �P°t'== MOB 3�>dE>quJvS a � a �ba ataa�a� m��mma�dsao mEy°��ye85�83d,�5y58E ym . . . . 9Tm o$wU c_K.��� sp �' max"im x't�5��� E° EOy �Y o O.Cd0E 0mdm E50 mm mppFo pmovE .c 6a�d d Q ..C �m' m d v y 5 V .^ Ody D L? ow > " .`�'�! dm qL — d o E� o°m : wdb o�5Lo pF�m C5a d>r N Vy 50.0 ll m.a5 pj'0.4. cymu $°$5dd • mCp d m CdE o O5 mqavmY DE„8 E;�x > w0 00 . 6> O E yy °qgr W2W.C>fm MWC. Ltd d$0.0 'f IwiL wo O'°y�Ly d°c Omy° mS�5 q°°O�+d m5mo>L d$° o•c CA � Y0°D� FwOw p0. .0 LJ 07�Eco 1.7 P Qvo °Uw'°a V7md .� 00 J0^t°°dvC Yy+�.DyLtYiA�°0 7da� qT+ d m Y O .00 m �Qd� my'°° 9�w�op�ei$'8vEA5 Ycm:a�e8 d'5 i�a >8$a� peYq I I. a A0 do E�mv� 4M o 60 oydq� Eoo 3d4EP^�A� m m N O 3 E a <m o o YYE P 4co�ym aaO!lliiiifl f{}}�.r.. x�y ° MSVLm }yC N�w p 9 0 o d m O mgdY,,7Em'4�nQ>o'4'o.ip�, ..L,eop� WU�w w�'o''�Co��d�E!9�,E SSgo�gg6O m..ow Smi5o63..UNid? 5L 60$9 So�EB aC�SBa3go� C p m t0$ N� oad.o u6m OOtd = D y� NNtd.1C pCapp' t',�ci,�do dd m s r a Pmmu a0m .d E° - d,U. .O acY<�3 ocE >i Q. v Cc °pw, mew C uJU2°"Sn w vli 'C mw cv 0.A 6W Cy 0:30M°O,0. mrOC. m'c n mlo w F° 0 m q a d Ld 06Y 0 ° I. Y..m t) G jj d -0 ry x>.m U4s 'J 5 >.miJ .°N00 d� Eo 6Co o aanwi o0 ° 5vu q3� Xwv r: 0 EVdd L9 0 rd > O.gw wm�'ym .i v w vyr. a,w p V e moms O �dqM�x''O^'%O-'.' .wmDII 6.4 w L'3mm Cm d NLY (•+ I I.c O O. Ydm m v n 9 KdD L �'O ym mw d OO.c0 u C tC O.yd O$M 5 vdw t you �w OO �i I' tl$ yede!! O dE(�y B a° °emu V Idd06 C.c N,mf. E� O W"ociz.:n W.° ° CMQ.� dam �Nom,��-v5 "tN V 0 e2v S'SDa oaO. `°� ma'�oa .pna nC �6 a'.^-.D...q» ro0":p �gd-N'�0Vni `m'y`w o a0�wdq c.�'vo m R tid d.CD mwr t/i iam .. m P �p p QY CQr0 atl° ce6 W N G y.°. ON • wm U45 Lga{vJ v'O N„C'COS NLO.� .Ow O0iy. .. oai E°' dm , 0 d ° nN w 6 z m wL O N_ C U 'Ov >r ny m V N<..w ..>.. q Om..N5.... F' V%O OWn6 b NJ .. Ny ^QU 7c 7H dw N�°ad dw d ^ vwLn o30 d'VOL 4. d��N aO cutG,yO d1 lU' ^ m�.cd0 Q'yE ofm� n. L.r Cwd> ® aJ m� o� .o.m$ t Q.-. ,�a 0 w fEa q Ee.d.d mav3Npow. a$a c apCoq ..- —o'43 5oa • 4, dc9 $edp dEodo &J5� m56°�m ca "° he oa4 Cao o mCOJ^q .om-Cro ww fl, 0 mmmw �d ^� �OJ w mCw.i d� mo5p Ou670 5t �tl.C 6 C L D y 7 L �p C O L C m .. ,., N c �-' m 5 m DJ O O m .0 �o�� 2hE _ �5 oom oo dm d,D, aagi ac vmp C�O.cm JW36 .mim=' it COQC 06 c'0i ' c 3y a Cn>�di 3v Dy9 a.��mvD.,wLaotavouOto cc °o1 m C V d d m M� O� �"' mG w ^'•- O Jo d J mD O o c m J f '8°�'2msmm €o „om Cou0?a'Fo mo mmg� COyo Oo,a ,,, JF .^.NyD _OVOm5 NW "y'�7 .J., UjL v w o U c^� .Y..y LbO -� m-� C.W dJ oa, WEE B�U] NC w5DLmdn mYo1O Ns Hr 262_,c o-^.-'J=LEE adPyncma „N 5vEm�owd3a o5 5d mm5 3 `roo � a>C.Cooa857dJ d N A.c. w Y w m 6 A 0 >. N .O. � S .Di 5 E a1 5 tl O .D a E , 00 y d C v d �E_�� oYwmmma5�^• oL o>c q d v��� dJJ_d ocd.s 9a�m d.^. 0...wdo En.°, 6v6°7� mm ..Eo 5�n"F Y°'yJai6mv '4 OQ.t nmti c t My y p Yu a S — vLwavw dOOLL.o L^' aT ° D aw0 wadN UD U s9 s8."-.EaLN 40 Fm606 7a� mm.Dam aaa Oc .po. r, I I IC C I` J C a Qa3°$o y ��S7 yJ ipyP O sj p }jyiuiii:iIii1 I 1�gg .ra �.. ".ppC A•�d°r�'O pa Cay ��a" -dBF Qmp - CK A ^ o �•Q•AaV IrG ^O {/ *�C°p m- 3v�m �M3��aomIa o �uam HF 2�3d2a k a be ��$M 5 g $Ell do C h O C C p 8mm 0°$� e3 �c4° ogs2it1 8 9g�n 5a ���8$" Be PJA3d4 s; 1111 �rSa ��►�p-'_ �CV��Jyw ax .°9p ppQQ .yy yy r��ss �ee y •dp�pon� u8o V r ���z 8 o a��x3a i �'�.Y4t3E�os e iS 5a�ote r kB$Bm 86m5�86� na5o'&°nBaa ° cas b`od~3� �vdeS X�y• mve��ca mrgm C.' C Q 53m mpj5$CE_305 °drp d'yo3d x�$ p8 ca ■ .Y qC bp r v 6 7 6p ° VG 33 p ~ Y r• rmari �� M 2l� ' r 0�� •Z, L PppM� V �°dmy Om^4 .r �O 8YY y.CJrY MA LF•"' 30 .°•� t„O as p'aEm -j,• p .nIbpn .. a ° Sr �°'i1c, Amia u s+ti�g0�f��E«oogp'$�d�FpF�sB^�{�a?PrJ�$�a�rE HIIHIIIII! 3' o� �•LR y 1 'O.. j .s Ci ii .y. V ~ a° rIaaG$Wvpoa�c9oM +S536S5ggs�p9a J NNiC "Y'aVye,y,sY O.f �tf OeJy pV�c ai^ ^g rQsiid11 1 �nB�am°m d 8�n°Wos $�$ x e °oe O ONs�x .Cu Y J: ' Yp qm y'.vP �O,I SAm3Ta ae.� NA COJ G YdddCi�i ., ,o o� 0'[41 'G dtV'S aW � j S oo~E"0.00 °Cax ^' oP$ Vim ° EEC to QA7r .r3m �rd °O 3q x.� d ° F9 Q s m E°" v�ga .o" 05 o�$YAd!1 u6°do�3o�$rw s p>S.�o� w � a6 � m 23ayri kz J'Or C!E. o HE yyQ Q JqQ iy' °yam( yM rye m Q B EO C.n °3 9pevaSir °Aq FOC O- A I c Oo E pG' g3�V r10 gC Gua! �e����LF°v Ou3 E V a" - E y ?� m o op goEaw A$ m�2 �A p >3 o�mvms3��4 aoao°E8�. bmm - 4 ° BJ YOB p 0x m 4 Y aw / 4J vocSi �v�+y�ap , ^�C?�j� p5A 'o oo�YE La « $ nmp $5 EEJ3 V �53E� �OETLG �w.Fab �pp7 y TJ 0Q7 Ga YA9` �'O y u :.T• YC76s °>LJ 5 Y �.. �.•p7r g rJ Y L u..YwEeCw " �q .�U OO E'L "3>,° .�•,.E3vvP.�jpQ Ea', �O m 1j �- U ^ O-. �O$�L rs woo -•U 7 w O .m V G��'n °OLC 'o. t� (p� FVOCC 'i0.o2<.;0wwE-'m ccCL'° E w� E •Y4", •a^��, m=nCp^ u 7G�ymp"YO,'.pYJ T6G07yr p^cf a°.u� Cmv'v�a�Ov �C`5 UfUJGEITaE�. Jp`.7� w•. .+L> D.., O.+v w.,m rvur OaY3 6L U5'E 'Ovw G pamYPmwV OCOQ .. .. C 5eyv� xm'OslS 9m SES�up's^Eo;p^3� 5 °�� a�$°'2 -S 0510 , A��-Eoymqo9vso gw�w•-g EEoE�Pa`c 0_v,0 mO .L'o_ LFiE5 �,yLE _ 94w 3:- w : E Y v_ _bw ww Qrp 6Y v� >d �Yy�C. Ltb 5� •: YJO E�mp G 4Y imFvr td jq .. ,gu0 r TYU eiw� m m9 T> y .aY Yx qN u ry m Y n 6 t0 ��LOt0 C Y 'YC Y`41 w p� rYaa •ra YG.U.� Y- ..Y.. 7iiY C �� °70 : Ed >x j apto w - _p dw Lim a ^"5_;3 u�mu�oy5t� > carp E p V EL °77� d ATE tl8L"�y zy VO Yd C�PGa NA mom- pa��w'at `o v2cm�.,�mY€CI. °a' �`oEurga c �°n°° axECcE9o�s.° C w��(�L n�u dre tiE m v EEQea 000 w:pm..O_m �9 cn�5o doxw `��kd`[�• w T m d b d' d J • m a , L , o5 a 5 m m�da QA ate] 10 0 vd G dd •Q O°' .� ^�' Nnc w.a.. y3j. ESC UJUy ..L>J nJaaO uu 5vgL 00 A, @a 05 00'^�' '0 , W kmmy.ggY �mE � '° a .°�6enmA��dd,oGoO^'a� .C ., ^ .,•w ...0 'O Lm0 m m a F, d6,0J m�p aCW au L d a0 we v Og BvA a~7d m w E O O5n YL °°dw JF m a a JY d m b d0 OJT d vu0 ".a �•d un Lp A0 d t0 d°�+ .. Jpm Lm A 06 EL� pLaCp, tJp Ja and L J�'"od TN a' m J O 'A•'auiw GAw °m 653"Na CGoO� d G^O� W O2 aup �'q•+ :5C °u ppG V L u ° I11J!I °E°°—das �a2 om0J0 J3OAe g8s'ooa Dub :YS mm o8 Bav+Av•'4 pa y vdvP°. Aid "mym ' 5a^°+°+Cio y, w0''•dO O� Am da'C m Gr" dod d � o `2v to tt d5�.cas 0.01 n m5 YAg ufC m• VQ194t, S.:G °'.Y 3v"v9! 0q>d.C L —m J Cv J O f:Om m M y^�J .., �S �m dam? .C �60 0 j� O m m O m^ m QYyd GG C dd < a� m `J' m c• 0 d" �' L{.Lpp a 0 {'ia O d J�.a O cro ., d_ E A 3Y �q.,Pg Fe� E v 60Eg o 5 d0 5 3�—yA OVA�m m or w»Vid, 5 d °a 83 v",2 AE ma^rom �ro ,..A ..,Q 4v 1. !' •OO �y .a dQG o�"tlG�vFgo...lc bviO V3W 0 6'3'^�vOm ouOy"n d~m d�G�i�Yya60 J.dc �'°-; •L•C .Y ,f Yip 3 ET 0.�Oq AaAA 5ai dau� 6Ng Ja�^'�OJV�J.•yd•�m�aS ii4(��V Qd �'Ov—g}—? ��^ro .°.•N ��m ^J^^Om100�^,d L� W J Ya tlLLm I�ii�A Lm�wC`,'�.'Y T`�ve.50 Xm Oaa �`'°o'°��vv�o6md�'OV Om�m^3 daV m m v Ow.. J 04 O°u.-, aSv m m �Q .G . Y e mw 95 6 At m it 6 sY .a, 9 33C' —fin Vup � vB vAV PP ,dc'am0 g2, E5y om�C!iyy..�bi a�C. dd� ,qm/d, .�1' d d I L GE O9 Ld dms 8a. q0 � d0~N c=W N$'s°�'" JwodC.CiCu�CmnX `a3 O� °�m0 00 gs > v.. 3 ° "ax ' cp,5Emb06 5g59° acd0m° .o aav5w amfA O yy �Cc roy� m 0 oopp a' 'O^ 0 }1�yM 0,00 u0C 3ym �JL k >,,O m.•'y5a.60me�^1dy 0�°�C.px �wq m iiJII!i dOmt..R05r 3 8 . 3vL Mk°d^, SC'mq111 ', An�0 0 Qy ,a 04,9 pnT d HJ ;YD5 >� ar u abm0 'r�d3 �� $�d o g5 q 3J�av�,q 9 A 0� ;Jae oAJ v cntl y Yn ^n NE "m'$,aCV O m SJ'T;F m*L°r' rrom°m �.Yq OOM v 5 pA Am iS �k of TA d Sao n na vv v C 5 m apsQ alp tj e0 _A _G vLW_d _ �Ov51_�="Ago ��o Cppd� gm�1an�v�v7'b.o�o� a�3Ei'SbF3�l�p� a 9w ^as1$ , .. A mBw a mAJ 60+ —A...n N 1 CiA mmTQ k ii ~ g ^i �� , •:. ..: ...�-_i. - � d 'J' • VLA'm 0w L Vmaw• • TY•_YLYGT C'O ? _ .". a E E o 3o�e MoD 5yy�3Mo'[�omTm?nooD�moyam —'°�oOr�Too� aE°°p' po Q "wee0��88 � �p��E8cw8pm„�p "V mam ` �wo2o�o B0 n W m n QO Y5N>v O Or. �? W ta00 a m•O0 y M yo YY �aa3ii a mF.mLy L m0 1"w �w dam'"' °O1y�Cd d f"a FJi^ OOdm a5S'A9a� a.E ,Y.Om p d dal meem d nSAyTc Aw 6c `dEd t�ap$'oo '� d5w aJdYALa dK• A ��oL5 °va'Y 6m6D ,.J7E> ' 0577 a,..'OAga mA n 3L A • J 0 5 3 0 E > m 6 8'a d d a o p L d m d 7 d 5 2 T J d O J O s�q 3°w� m E� d v EA aka�dav�6v8d°dO o da do5moz d _ 3m"w° J Ln LOBor. T p d3 6J� dJL 69 h O b m O K'O m L �pwJ d� is .0d dG L 'e d4 m 6 vm W 's w Ia<C,FD aam`'ei 3yoa daAa�Y3'm..o„03�A_-+a'�oLDoau5�AT o�c6 a—a°6E a�3 J�mo ' X iv dC: Tn�� W d°"a,�.' 3�8J A°50v L m q ° d d L 4i:g7i yp w.y�m O g•G 4m m°U c kL mn 2a ae Y wOC 'AO Dd S 10 C Y�v to ��Q 0085y°'a�°"� ma A�a'�8 AAnvCoc°ptm°N "Bod..va,d1 �o1°.t8' °+A�b` BEEAA5tf+'mD0NmfJJ3�OadmJa6N05yy pm JO"nt >dA �7VD nd a K gK m5 mq> "3 m °8 Aca d�66 do A 0 E Lm OL Em i�1`a'sm•d„I� Da d,°.,my O�5��80 5OOm GJV qp5 a0 O!z Li,yk td.FnO a: EJC 88300 , Ed '0 ° vn>J L•A 0kV DdJ dJ�,-98A Ad°G 0Y O0 m Of'0 d .., 8v m.� V J •Y w mm m O L, r+ d P L q a B yEyO 5 O A v J ... OO�� QpV+ �jp' up O > 1T,^y Sspy �d1. m 6J m OE q>� J OaE m (00Jm 0 Lm-aD CC U P1 OO.^F�y°oa>u a0I °L°W yE °m O�OYe�O50 mV'O•�ya3i0 00y t°i °sidl�yOy .J. —e O...a T�adi "'9 n�^dgdvwc°�'', JNEa'5— d5>5myv.'s°'JOdNN L'JV °6y NV 7w0mm6>0.�.T �66 Op30 mJ aE °E5� 1p 7p�"j?v1d Y�T wt°pm dya iu7m E❑C 5a '7Ca mmv50 77 3 o O J n U 5 L 6 C J w a w ai m E d L Ew a o 6 0 0 0 5 0 6 J m O E A— d d w L 0 6 0 m 6 a m 6 6 3 b N N V a w T w L rrqq J d L b . d• m.'�•+ J "' y' m�!.� p V v U h d J ..pOu O e� 02 296 Gr 0 Eij a� 260 dAOGE 6 dA.J., U WO Lau m02 7d 6V dC d 2 Jo �Sd O ^oYd m 47m LVOJ 000 VJ� 0 2v O— >m v�3mp�933�E,5 ayo�maom°T°-2°�3vd�co °> �., o.dm o Yayp..CO L,na6i>mEA�' 4^qcJ�vmGA 6 acd L Vv vJam ^a m^C�m 6 3 vy En °a dw OA OpJ� �LOJ v6 q5 UE>'OdLW m 0 6 0@wOC 0 CDOm L .00 OJJOU�d 033 �(r]>°BD ryw °Oam 0^ytdm} aa+a m ... GOB Y 9TJ,0mdn C �d mV 0 mm .. 2 °m Ca.^.w O ,: "0 ! 7 u 0 aW-0 z Od 293 yip mo ' d C TI. °^ and E 3V g:5 Ca tw" VO yTto CJ 061. m3C a 0O m66 0Y 306dma Ovii .GwVD X20.^.03]tl'�p>,2 m.J�i^a OAOm° EV 6 C 6.a.•^addX °.ai 0 py6 p3 U y G v 7 C 9 1°. ° • 3 Iw. «+ > 0 D " a Y 6 g d^ ^ a 6 0 e p S a K m 5❑ 6 J a O a 6 J A> 0 p 4 0 4 0 0 0 0 6 4 6 6 ' w��3�'E'mQ2mcd.50 donpom aGXnny� ao�a "aXv 'mac d m.:. Lyw 7Ut} >> 0 vJ > 5 0 y K G ^ J 6 a 0 L a 0 "'• .—.a 6 v ^' O y . x _ V 005vJmOQ F a Ja> O 0E V... ."'., 3OmO.a.2 wo3r +m 6mU 0 040E V 0 L6 6aNt E J C 6 E K 0I. O J 2 m L LO, m 2 L 6 w 0 am 7 O O d E 3 U O J C y YI V ^a0 B d e„6Ad 3m .. ts a L 0 mq m u �. V •a7 ' dmm3J�0mCa 4)W. C�TNF 6a ,°.' C•2 ma U1 J2V .p L d �" 1' O.. .. A m 27 .� �7°6 .. 9 y Y^d^6 TTd...,7+�a j„" u v v a d m 3 J N a L m 6 B V 6 m O V 0 V Ca E 7 O v CaD.tO M J E O I E C c ' e 6: N 'e F "try a vs rte'.+ o i+22 o Aam o "°�eiu_gp ec g�p $YQ M°9SaYvs�Qa_a 8— 5E mr,aaO g'YJL ■ JL�O{mN�m J�QY Y•BYQ°9 �.C .�.a VE V a m m O Od wE^a".t.+[�•w. ymy&S.0's j2Kas �M-,0 ° K og'o o'�,p m$nvvG o yg$$Y'Y�Ey °�Lo6,yoWYc���L�°u°cg'a�s°�a 3 � OQ—�F Tv tlaY�., Ti .,m t\m��5dti'C VaQEd Ya_..� m49 EC«'! Eaa 5 'L 'Y�iiEEolOw[ .ya�a HQ Y-ae°5R �'.yo=a=553 Eu q ! aF OIL OmJoma C:�m@R8>Z gt�r�pYF 7$;oxalIo„Z2�eoes�'a�o T+EA5.3��5ggsCug�pQ�gEw7c o=3 iij2giilcd �xac�83o�.5E�sg`oY�sn �`oqqrB'n ap a� Q Aa Q a' uapVc v 585Gdm 3 a rW:S0Ty,a`-�ay= a Y uu�VY SV_.�aEW a wppR �B A�J 8�°yi2 TF m G FO lam ��801�' UEm m.QE ','O Ed mX� m^C�m ^Oa°'�V4L w0m. d °3o'Q0a.ONI oo °53�v y �58o�O, sd om�Li'°°°°Sxa �iomm5Ag EL 10AEfi�5 a G°OEa 5a.0 m'°° r°m P ^c or&o o cme a& Y m ° EB�ok Y ym 5 aa_ ctli8eoa$.ad n0 Ito c.°o jaJdv Oo2DOLB_>a9� �dy�olx'c n S' Y^ty P. ulr —y�LV��ivb �^°� 8 gE gtl� sa j;$QayLmCo0 � OO y 9s 1''� d �q•'_ �gm�E 8 mSp a 24°..' Y �, t.m2j5co q ?!.3�!.3ii�� a p '� �°i mOa 5.,p[auBE .c E« ° r �Sa�5"gc„ �d4 .� Q$ _ °6 A �CmywEGT Q ■��� aQY cs.�E�dVOe�°°` V rpQ a 5 ,Cjm 3pod8 iz5� uS� �G` dv9r GYM �$° g�0i3 >N1'U r3�Y F Y _=^' Ogre 3 ms5E S� �8R.7 a :'.K6 2a�. 8Y a3°7 �5v P.:�&L4 E8:�s�s7v5 :"Y8 `FiE ' J,1, tp E y C �Q etlJ �.0F S a5r>LA O !j �'}� M,r+d, �q q�� pAu�mF{L�1 Yy'�c 5�a Y Y °Gu }� M `, 'f� dO°d m.1 ..'a�Y�3 9eL 6 7 ��8 ^�Ji6 C 0 it V� 9 0Vva T'{Jv Y aS' c mo_ cca YF tY a S 36iatQ Y> Yw��o�o m �Y ��' p�8 p4P� uw �r J' ME w.r3'" A Spc G"Mn 4Q +F+F nJ c� e a S> ru ad. dm p G CaY mYm C G.�vF �mqOpr ^O 11 Jc a. .Ca C .Cd G tA �'• b� 6 AmF _o E'" OLO OQG�m �g� St {70m o-'� ...w a of ti '�a.y �.c LE9'YB-rj3!J w.Ta c�E� "c�rr89Ye svob R�" `oeaf ns T8 800. 0 q't8�m� 4) o9� F�5y°p x «-0010 �,=-9e- m �m�Y joaj M"dl&:`g .-u.+ a ad 91 8 :n i .� 66� �om�y'J >o>>+av YYT, J �m na °� o w'K o$5'a - m ^ J J J Y w C ; 5 .r m m E= 5a,$e�.c _To e a m d0 V �uES ^ a.rY-- ° E��sdmxoG o ,�m7 O,248,141 d ddYma J�J QJ° Ad V5�LmQ'r m_m^ 5co JdU muPg' � 5G ^'m T"r�W0"57.-+a9V Qm °P pamAG.g eptd53 E .<a ooh5T L4 E:g d�^ bdd ^«m^Lci�� �9'6;JAt m^" -`'H yd�O.nm �md TTy �n9 a^n^C ^-•J my^ 6F?�a. ,,"o`L'QJFFa>�aTmm, ad"Fo ,toc 'nE mA�J Y uu O .0 V.] nmuuP mO' S oOOm4 m J Lm n'° m'o mE u m uu0 n d m d, Cl ' p' T^' d 6 d y ' L' ' m.G .r d c L Y O— 9 ' d G 'O d • d^ T L 'a G Ci T PmYFFFO ydL''a AY am0 ",V tlpp04 b C m--aa G.am�CEy'mL CLyE —6 omumoc554 Q a85�°m�a5 tl°m mbF5E E�� am�Ci Bvs 40 5$aw d. oaL PW �mTL G y^y`ap dJy �La O0 as 5L2 YI mP... Y Y^mJ B BCoE °CmmT Dm d9P — M r L O O '. 4qq' OFF L. A U m e�Cr y, 1:.�. m .Pi ami 6 « m 9 e r •4� � E d F E 0 ' �VOEpFy��L b���'dmL•PiJ m,E ,dQ�NmCd .F+ymy"aCj nE�wmdUV"oC 1C0 � pG°dFm� S✓u4dr r^j .u. .u.V k�.m a mr No ° tldaW a.o. do C> O Wa ^bm.«....2 f OQFmJp P_ mFOG m0� 0 •-P 9a pG°aF ppma '+[TWO 4' GOP 0� mP ^ N W �Q Op :, V 'I, •w L OmPLF a," d d—� 5 r. G F F w L` d -' E 5 8 v c tid m" m O G v m C d^ ad. m 6 C A" y d q a um m m S C G daF V am.Qa6 IQ 8c5 Lv a'O VVP Iv dCG u'° GEn� '9m VC da' VPP ym9d m4 G L V 0 6 C C C m .^•' b jE^ C F V G q≥ m^ L d C Ed G^ U O F •P+ J �.�m. '..� l'j O L L 5 O 6' L •° I0. G a . K J ap G V m % v T y E y O J L O L d E SD « d m v^ V L n K tl C, m :., 4t m>'u SG Yi O� G w<mcu A_C o «O 0 m > V W —a �9 jm m O�P+myV tl—m O 0 u4>> > yc mt Om°mmC 06 mC9C 0d 0�'do 6Qv On not cmi^r.1. �'�m�m� p�y mC�N OC y0„� m�air c LI E G LG 0 c'O 5 V p L_ m �OC m Q l a G m 4 m �••: m ." O ,.• J .c' °oEm V C�J�a4LGGm�rN«ca�•m V6=5.��L5n=°5EC aSLEoroa.Sa ^J3 9 S '1. aLi-cm-CM Emmm tl m E z'''am m �.a, '�B m Ea u O.O.+CA E.L.vS ma WP a O m 5 ' OVV9 6 0VQ aoKi�3S`'L� o o v °`'�p c mu ud mGa um.J. .n.�jm.s 22Q ' tlT Gw>5'o5NG dr., <00� 7 c_ypd''d c� 3�5 N O rm =0 .q 1 d, m?n0 �...U_d �Q.�0 yspa ..z.a V ur api 1Gr.�10.2 OI pq Y'S d >K9 `d'OJV a�5 JuVc ,'GY,W� "u9F'>mm3ua a`,u'5 0VUU.OaFi 9�QO«uGmmU a•Oa .'J 34 m0≥ ws= agadYd� ,ta5poa os�^To� �85o�6cv'ap9 us��� ^a� VmwG OOO udd.'OatU GumtlY Em uaV.a.,PVUG 0EF:a >h� m OQpm5N�aY��.C CY w J 9 as^V mGw m V T ...T O�pdmGM —mw'�V QFGF .9E Y FOmp 5 �Q0^..�yY u y �O N ^otlgoo0 COO q�ooe 00W>m�,V„eoi^i�y'"o��g0 Ey.q �5 G va,ya 3,r V E.n.' E Ew$� 340 9�0 bb Y UJ pY ^ mo m> d6 cis $tea mm°aa O F�E.^.Qn d V�a'd Vp mv5d 5i+ $Ymyyg± «Y,m$°>v� ov�m nc>«oq $$yaFaQ_> Y'v�vy�+yYYYvzmQ G.9 ne"Om j maN °^u ow °a'�o m.CL a* CLm s?t$0dT� J 5 auq Fg a�'i9 �m. a$i o°wos cae d o o G — u O.C U u n T O t a 5 u u u u OO AGC a_ .g>Z" OO -Gu4R au Yvn pfi�TBVo VEu Ypm do am,$m 5oEoLp'w5�o a O=).=,• ��Y�tlBC'm �mo;0a0v�Q QD Oyu ow g+J5go 1 53 acc�55s$ii— Bo ""Oc�'T m o $5 u u.. Cq.L m_ 3 s3Cou 0 OUe �.e qm O SoO mova q Cv d0 O my 0 au TQ_ m u G d_ [ atdFS O ac m T�OvV o:a :, :, vmC.�vu000•C.O—YYOn>�.dp�;—paar,� m6mQAuv .Y�$�d�dd�AuQ ` OEruAnmN> 5�"�Oueem qqpQ d _uYn—O A O > O e ds� 'J uYc Ym.-. O $vv>O .iu dmp ob..a .-.m M . ia5UvOum-Cd8avOo. wo 6fip Tt�LV OO'dGOtlO V4vWL C E �^raP {c 5fl o'KcocK�o�a �rm5 �aK °'ovc>�am+` d`m sd. my &≥mss �. av,a'o at 3' aesoddm Y V:.c Ot u�m—„ 00 Q E=Ydy FeQmfi OV k YW= G�dr•�co=44'G .t,❑Om`�m S'5SE 5 cOVO 30 m K—uO�S ^m 05LE u EZ. „O,v 6YS q��p.C 3S� V m' qvy-[i.o Unu mT9 sym d.T.v d.C of odpm }}�&mCe sEO smei O m9;>G-co u"'o Tw ma u'°ano?-0X.�a. ?�55T20 ppOOmVm-L.c 7mo nOFJ^5p mo 5A C. OL.S`S"gqGmndcC Y °Fp�O;5Wr0 45 =1 CO.m. =d aA ymYdd Y'a nw 9V OOGm u�mimOOF 0V Tp �Gw YLY— +"Om d PmrT .+O pmY CamCC°gEqYm Y Yr"Q UeCY�gL C��omOm •coc55Cv mtsd�:O Pi°Sap xSwOZme tl m aba m�u .d y T u 02y80 F m CFYL m K 52 Y_«:° ax FJ E a0 w it �A Ft 9b OGY ... t -v' Y 'q mp au TOm">d ^L'O C .°.mg EYfi GO°ma �v _^0 >,c3a JFw tlmdvV�.-T.d mom. ammo .O� p^ U 00 mv�9n 0 nYFYB EFuC.a�vEuiW.'r;�a�a Cdi'a0 F„fi ai...Yai+u'' c—�O—.: .�C YT tlm 5CKE m MuH.E 5 Y8 «� S c« 0V `o a5�°°m5p0y w 3�aa ogx8 wvo«a ey p �u �'xasa d � .Y. 8". $9afi nYL'cV7f mv�T_ x.. «Q�5 $5i9_OKOa ama0 V �j${S �'dboM Ft G 3a'n^°° 7+d m5=;e;a�''p'm'm'L—p C •h' /. ,„9 E. dp,, I!111 d O F$Lm �L.1 v4 y Y WWAA mG� Y M Y YO wm ' fiGL* �o nose 5-9—vws t 3�rri-ROo�-Yfi O 4'�t��Q CeE�^m �eYY 0� t$"7 .�Yiv d'.7 d•R a<._3wa3p uy u'QmF vL O. m0 (,>K u Uy wn5U L i5p•m 00 ^01V AYYvu "� Y JY -j dio rTmr3a— tl_qc 0 0 v 5 uu .. 9vaTC—'am a_ds.9 S.Ycc. 05m>9 C^SC mu mNt 5d�u 80 V2N a EpSd'C�=+ eia c$ o_wr p , V a�Cl pmS �QaaL>=�OVe OCFC u�liM���.ap�a Y.+ vuOG �Hg9p^p u', —� Y gg O .. .Vo m7oe8 4)..o8�0., C C, {�• {• ' F •T Y a.- n' m {. 4i m , m m u u V d F Tp -- I O �xX0 Ua$ R$ T>u .� Ey qma� $a$ O, .mT.�.O Zpq: 00 p s dEcy-� 9 >.5SwN.g3c. ew - mac V V°� aY Y $a ds 9VW F a -TOr , �s $ $� od��Tpc�w 'p≤$ �� co �'9,O oacmm' co,c `o asnu �m >m 0 E 3n pd m>Y • t 3 vyQ>a cm �L- oFm xo •O0'a Sub o��05vow S,m, o m5oC$'acaVo gs00 Z"EZ .x� uce 00 = Ga°Y3 mG O.Gyyyl.d9�e F30 F. mON -'y a"M mmp'O'm y9 a WJ Oidi mp. [, a.. C $ '� S— �GJB••ffiBmS-* CdGFa YEw mY�mB Y " a F mp�a w m T a wd utL'gs ru°�03 V.aC 0U Gay^u0 L O �3�G i °cd8bc.oa) 94)�0v� '30 IIJiil $n�mv° wxn—°+fit a S p0V .gin S ;igOs $�58 9A��° JC�iFy�wmOg $t $ u5 pV mEwoet ogomT$$r$$w d„dt m -E5 YEvm 5�5^a°a>�^-'rgG 9,c 0J3 •E°�c , F° amiC,CY oaWod5FLpm�'3 $oY�Fo�`.T.mmo3 mP7Ut 0 $L ��•L,�a�Oo W.C eal3 ysn Nw ,lw �YS111°'°"O., .%aHF+�. g Ecp .^:F B.m,YU?n U� mO�— UO�^ L°q' ymQEoY°> r YMg02YO.]I�'C;e�p5�cm T...�m __E>S'c'�>"mm q m� T-m^'�o�a°�a_^"p >m .�°iTaU- OwLYVlmvym 00'-q�^. vdFv vmOOvm mlwvVV-Oa Y�'>>> r' �y �'O�JiY^ m G yy uL F�'' m 0 3 E E m a Y m a m m 9 t o u? 6 Jd v 5 n m v of V O E 3 v v aL aK r d O O v m v 3 v v 3 m p to d S26nov lug! w C 'S Yw+0T vv mdVY w C1 w Nowo«tJ5 " J5m Siv`�yO5mmma 2r.2 gV�oa vmc—m Lg5oco US ucLcO •cmt9 cv ' Y TO t Y! c Y G 9 p d O Y w m s_ a p a F -� d u T m 3Kv;_q .cuyw �a=>U�CuSv u5mY °Cov°o .W"v Gt'.aaim a°o t mw3 LpmL� ° OC 5.O x•°�u O F.'O]m GydF V.Svd o6Y0 B Ua i0J b —E> uo w0 �°. tldv• $ccW.d cm3 E —`.c>B Eca�oc50°a_a �eBa C�m ma m0a aao m�'`os 5F Ymu 5udj°E�.yu Uyv c6 G9vmGs≤0 V m.Y`F $E °iai° COOZEE mom Cam` W C dpo mO�.Ti 1 t c°m Ottm— of Ta,csYac555g Ywum —u. m 2 °" u 55 —v `ocFm —m°ou E35d= 41e:.vaoi ww=� n=BoQ u m Om B a�CT9OE �m—LC �d 3v ` 9G w 0. > O6 0�OOa Yt r6 0000< wq.c my d GCGC qquUd_so— mt uE m.., �4 ]'. mt...mcc Wohm oEva�'a vdwm m�odY vpoFy jO OC 'f r�dQpG v0 m 6 n G OLat K.+d U�uudr G9pa �o dm G L d Om ❑ v L .. I t F E C•- d P F z .". d u u S] O s as -a ^ v" i 1 a ,, c�BomF a°6r E=dav p=T�Ead�poEW�EoE Emmo m.°.'am3m E3�a, °� �D`b'E oo 6 d000zioFpF o — — uvL_ umw L-0x:!v cYW S'cu Y mmEY c L mL 0 n-• 03m rop •'0 mC „B m S oY dn= Y^Ym do -m Y —Y Ev TE o d dc o EUeg"ma EU L'p m� .-.>u5t Foo E°E3_�cAm''ooL eLY�x Ym m ?�dm°my�co5 d .Y Jm�YCY. q m .��. °as ma'm�Lo .+$dFBy mU m.. �p anmY bW u6 p� L ° O0,iw'vEYu �+` ad. 0r m'ti'.. mai •6 deq uCpmEE u,5p v'FJB .,&..coo usoyC 1�eSk C dt°Fd°pC'-wc`�m`�OmccoocN�-muoJ=EEc°ao_t H a aaFm�u�m a$maa $tcmm,K E5 3 9L�� �4:mEa 5G oo 0LOOa. to o0OLL `a� , u_ a d m m L V m V m a u > c za 6 c - W Y W L a u O . ° p W . V n o a k N L a N W N V J O k w • w Y. C e 9 p 2 Z C ]V] C! V + 00 • O u a -a- - yf {t c ! Y Y V S N ` } Pvv N .n J r Ri dQ J a -Cp S — c r � e Ic V W 6' d.ii � .� ° vn C �' 0 O W r V v .pr u t.i a a Y. >..,._ IQ > Y d Q o - V> .-. 4 y -. v 1 S Y• m V e N Y J ry .1+ o E -V kN W J DC - Y •J' -L m a =a ory JY� y yL ~ J E> 6V Ya + C Q .2 + 01. a - V I. I. It pL "°-'1 b • Y Cl p O O Q Y P .Yi t Y a C 'r -' C L L y r S 140 S "` f • 'I .c yl Li NJ Or )YL 7 G V V r Y L V '0 W Y. Y •-• S Y V -- 6 V N }) ` Y G V W I. C kH C P ^ yV O Yn C19 ■ P U r. j . ^ ■ V C e;e„ s o W S U p . r Y L C m _ �J L x I' J J' 09 o - O m 6 6 6 O V O i M CN V e. w N f))T WI ti i.E.,91•yY OY n� Q NFFF C • < T• .. T rift 1 -% CC '�65sE triiuj:H! m�:3� 05 a'5o ��E5 - g,'-" E�o6 k�aa�g5o �w(�s qv &6e ceEg^OrmGCmyLWa��egcet a�« ome JEyq�S. Sot., Pe OEj9.Y�E^Co Oe O .' •{'� '- m Y ems^ a i0 9 V y5�0 d' 44.m-I.Ci 9n L+L weg«eL %4<O~sywC mUr~w es yFi k .&i v YE m02._..+ x^.Pk« VLV OL `LCmy y>u POCY.o LY'L u^30 O kugy0 .� ■� �gM�.OY Y e�ObCQ VL0�2� 017 G JSY- O O5 mph+C°O{O rZ ,C 9 ��+ O+9,G 9'rm L�Y Jm9maU� x �_ " saw m5emgi5>�5EF:5�'g s'�pp06 0 o S S1enn� ge 1 �.y fiJ L c�nF�t°Qar >cii Y.u°E..&, de 3S ' nOXE «`�ev37a�arm����yG+�a° a5 u ow of o:EcYy98a� v y re n Y-. CLp ^si7 C� y6°r V o�y Ecun 7u�o3m^ fi yYm Yr`moRLA9}p};;mt«$ev+mxo ooL um�e^°�3' YYY«9d L Lse LE L 4) PY 6eam�a uG«oo«o5 dcc�nn0a m Qaa%$' F«dLm Y..3`sa5 �m qv 5a yumm No ygrOE°Cyr OmFgemL'`+�'e_„_ j� eke" °p°i.°+e LG°EE`av m���3 E4 aninVEP« ee°;°eV ,.L.o�gE EEav F.«3�vS5 V JY GYJ >MM^J m m T V Y V M c C Y= V k v. k 0 °�PP?9-C Ly CWcc LiVL 'LVu VL 5a' GLE-L oee Y Q E o o°yaC,° .00 >eL— p LL =Y« En• n aedEad MILOm«>Cv ppeb0 v u nL Yyu�OEG� + N VQ r�rEd ?r. 4 Odd u^yuOCmv O OSC TOn0�OV0 >- O rYO.+ E v V° VL Y.S 0. 6bL mnP a« O m C v a C k -o g0dw W :VY�'�pkp P EO 4 e- Oe C°JL V.Ls9E eCC �9 L' -pp S Lx�u ryrya Q.. pL«T�V mYJS� "d a 00 l.i�A Gvv `vy« 0° c V a R E gb. b^+VPN>.`IPoy xV^cl EL Q`n-p..E�+C+� m C; v4 U J:_(G.L E00[f1m�mY 4 [.,V O0'. n a q Q -O C Q+ r C c r ...ag +m.+"_ CVLO �OV VY:a4n�.>^ Hk cl 0c O n T'Y° L V SL 0 C o pv E ! �' �. C c i m a^ m u C v m v v Y- E 6 U p e J ✓� d w> F m tl m d p > C Te ^ ! _ .. C Y. L C., L T Y E .�.� e VduvL V L V FvYEa k k G V p P C viry Y a —u d>.:. ..P `. L Q v 400 4 C F10 d V .9 V Y C v ^y ti' J C -. O x E~ L D k v G 9 •� N C p d C V J p v a QE≤ P>` 5 d L 4 V, w C Y n O—! ♦ + C u T Y G L, V OC �C m�O.L G Qf; v.sa L— L m P O L + n J 0, d C p Y� {�" C V m L L v Y e V p Y C L �. Y. _ C. m P Y_ G •+ F'j 6 �I G y— J> e v d L C Y Y 1 Y U>UCFLod+Y` c `OEtL O_+e CLc V�: yT0• eL g+7L •L n.m w YqL dSV',� vy _Ce"V VVr�m° YVL1c Ce I ems„ 4.— c Y �_ aLaC9,+'PG °Y'St S CE 6a P 5 «G+e L V ci3 x bo[-'t a .. •+—u w_ e G 6•'�- e0 E V� C n G�`g c�ciu �GEEvcc� mp'P ��cEeryoac�r�.0 a-.��m>. - GECd uU� Y��Lde d m� fl m� o C o C Y C a 0 {p. g n E c 3— U o �• L+ L-- L L r F Z yy Ce>C— m J V ueu> vmmnv T..v v 0 A mii m Y`. sE cL�:. e Of N N 4 a a x �' 6 0 , a H0. — V Jpm • a. UI ` n u I.. r y \\\ n D v O o k O p a C % I ar a u ♦ v mm o 5m a x ii Q� ux O uO dl gy a o m N, m sgm � K om e m —x rs ' O m M x p u -' Y� c - o� t - m ti m X w u p wp , w N x conS NGu' . O oa K o . w.� EOS O a ov x a 0 K q p> q u c%1 d q a a0 '0 m g Q O x antiV O , A a w C N 0. 0 a Co N a a Q t a a UI N 0 C' o.- na _ _ ❑- y Ai \ pyv u O ' n qtl V a nY CIi o • T 9 ti r V • O O p A 0 Y '4I O ' > O rL u . U r t I, \ ..>. x tl s 0 V .I x C C V Z L e VV t, u a .i m tl Y v A. B r i V - F= i F r u N t i c, o aY tl .N tl� X < T� A Y ° C Y J L r 4 tl u o a n —� -, L a E . 7 Otl tl 0 0. —• Jt Ys> 6 Co U n ^ '0x D g8 IJ ° = X - I V tl S. CI 9 Y _ _ C-, Y u C ''']] i a Y N f 2 C a V a i o d o y Y Y > O Q RO Q + L 6 .r C. — O ^ Y Y N 8' E7 > em i O .z-. = r. C < a o°O y • u po •1 S C. c >a� uS-I 'aa m n mm N im, o s s o. -C I � - r° 5 + h q G ? M �+aa cA 4. p o .o Y N B:m E= ry ° RE c ^ u O « M �9 0 $� m cc h u m=, o i .ac w tl b is C > f Rop Yi 4 Z LL �• X Eo E Q• ° 3 - F E.. C g 8 N o= - i d E =8 -� _ rte% i p . •v ° u E 0. < J K E a. o m a ^ to 'C s I r q r I"ci I r d q I �, � I n I n N^ O g Y m 5 r` a o V d < to: C wl >1 °° E og O 9'C t 9 U m so O• U m d F M ym S IV P Y 6 D I > J > Y r o V m '-I— ' A O O u ti I a .O. q mx I C > I o �m I o °r 00 6 ^ m H Y n H —o d r 6 y C V m mq o O S J O G q ' W - ou m o � nC ,�, s E E d y , o K g d H o E v .. > .`� m on .x+ o .... X > q3 O u 0. ' C% O J VJ .. �� C .J m ^ N W N C U m > a �. ,j, - F ° 3•a > D o d \\\V P a T J d m d L o 1p ' K u �" v m v o D U m q H O d rl 'CCC; w m a d cv �1 J9 O s y Q F. J y m m —• d 2 ^ G �+ y w J FF q 3 O a m m c J E o L K r m x � w 1 �. - s E n c 0 .42 o q m W m 3> m m V as K K O N d h Y m q O V 0 p m p O O e� O a � 0 , a ti i a° «. < tN E$ C vum = 0 a p , C pn :. 9 _ u K a < m < O < L d C a q D m ' td C I u V I I n I ' V 6 a C E °Er .-rmEi+au O�u r.�uL mG.ri3u u.i V!`"~v `•G V16 (/i .n� j r$ocjE�iv `ors °. YV r.•r E v'&er•vu .2« �- 3Vd "�".2o$0'0._-°,ao E�.:os� U $ ` - p Y °os° a.. 7u°+L a •' yEY EOSS$y«`'p,r aur`°�Li ct <`+$a•c a wE °oaxlc�ra a��Ya ro °0Dc-°•.ccsF�meS Ei u •.a, °« • �ucvuao�c uovY3+ 3 .0 r- ofr« ov.CB3`Yu ° L� ° s-gy,+ae ype w.❑ = S« = = x`3yoYco $u L° Y aF b., Eip,5: cuc"CY,r, -+C �E qSu °9Ca� vGWa gS"JGtiz Qi r�CE }07004 G� �OS Cam. :.rry G C �Y u y Y$ EGii xyr �� �a"F+ii 5 ra r =ad=$�'^°, $v r Y�OOY' tiC 47p 4� GV a3'clm �Ga.i—^,y� O�X VrO «a rue L r Y 6 D aTi ii !!!P S «� a f.{o 8 CS _oe ,ca �d Of•�+`°3 oP ,$ V r 5 ii �° 4�5YY a4 3r;.. ��8 G�� rs°Ce..; �. .. o ryvife—iLLRf .,°F.$8 mC ev me8�auY�'�' rtvga r�aycY �«��,o+3Krs S �jre EEUo m -E ar. i— 0tl C G«�cJc� E� YQ C IS IS E'.iv €�v7..;r.. �O E" r G'r'u"G3L 8.•, °Y Ea °E �eau `=�e S �a K oYov .� Ea e 3 � uc°y«Qt33"rs�� aS a'�V ``° a�EquoEl,°r°�ucv:CCV� r rTv3 acs' sc°O� �CPe=wg�euau�a'.! oW�E7E��Bo�e9333Da3�oEEoFP,E53$F�a i°an C J Y9a r 6$ II 33 C p$ .".—o nc 5'g��e�3N8 ro}�yv r•CO 'a5`gg .° n �o—.:: ci5a$$e`S C�1�35 Pa3 HI �9jl � �Lm mY O.• a.�_ :c .. u`'oc uS �oFm SEE Yru� Yr " "Dace$ Sw oEc aye R «1 «WAZO$y!ard V.. f Cy. aL �m rY°—r' a0 O�aei YdO °Yr YF 49 g$6a Y�..ry C�tly Ypou r>V1mU Q Y Y r3 SaYaeo H>o 0� 4) $t r u O t Y u p YC uuG S aC g • fl.owe. m Otl. b3 & Oma8 YrOu�eVY�t �r•°yra OC.r �9 °��'r's and .-. }V YO Q� oC �•° ODUC EDMu YC« Y YL N ueu u A _Ee5�Eu°n.' pp°o�t YSo°g�ia��°$,eaopaE.«ca5cSS�Yagrs9�,grn�«`�=a$5 °� '9Y�'T `oru$�m6.°o. ar �v a�O8�gr ppii�"�r$� a°C 3'FA..cao.`9�JC iC,i �,ya ISY °`Cysry L `Y' .C,9no �u CS�aYu dv>o ,e �u s�G YQn c'L'`v EaJg3 `o7aE�'Y1GL L,CG� � rC O p�.MPa°e °«Cr EVV' O STa,O� YO GrJLY Yu4Yti a.. yQ L'O aw9j YiJ Ga Y 8 eta Bu�dGYFE�Q ESm u��Mu Pau eOe C�r E:',v �� CY-~•' 3.5g .'QrY3u°a dF`KE5oy�`:1°a$c°c�jvYge.Y`5ES:��So$`�°°�S��`Y°'aG` dbaoa!ppFFPPjjZuUEaG"° =au Or `Q 0 o"0OQYV, .G y YY at yiaar OC k4 FrCu~�• -.a ucke Owuri yc 0 L � tl 'in x O �5s 5 rii5 .C=aCG +�—y ❑ u pF �5t $c«rn o•—°--� 'a N1 oi$ g 5 v 9 2tl•�5n 1 9 v V G°•E m I .. O O O p Y pp« H ya H U { p + IN y asCci6�.y.CB�? oUS y I_3 s ae QoS5«gA'Sv oUti a«e5`Em��adsbs- r m cEtn: u"�a�d� FU 12 E S C o .Iu ma+ ❑«Em❑ o Cl C �� oV Fes. uL N Q t m C O E [v P 4' ❑ 4 O :a y r Y O r a r L c C d m O y g E m y C VE Oa- - ' tt.Vii a G L x r O F m F V C F m mm�uxc Y>a.' 2 W •'s- ., v .c m O V V F C a W V v V m V t., X Eaoa c > r R MW K t ❑ m —.— C- u I ! ❑❑° u R r r . V fii S a L m E- r¢ N O T a . a O mr aL pc o'�+1 •. c m F j-mEt.c �-. C+� !. I m �: K I.L. Lm c•° n ^'6xq U 0. z ar° � <m4E .. S• 6 a V ¢ G .m F m L v• C L r >. — a h V 0. a. 0. n a N 0 a 'pooh uo1 palnlllsgns Rq Low y16uaJls 1ualeelnbe ;o sJagwaw paunlle;nuep 'lsd 098 uegl sset ;ou g26uauls 6ufpuaq a Ilh SualeAlnba uo leo pax1N 1310N 33S 0Z 9XE b OI%OI P OIXB oxe 8X8 8%8 8%8 21 83A0 01 d0 0 %% X x 0Z 0140 9XE 6 8%8 b 8X9 8X9 9X9 9X9 9X9 8 01 9XE b 919 --b 8X9 8X9 9X9 9%9 9X9 01dn 9 SI exc 0140 P CIXOt 0 8%9 8X9 9X9 9X9 9%9 ZI 9X2 01 d0 % 9%9 9X9 0 SI 9XZ 6 8X8 0 9X9 9X9 9X9 9X6 9X4 0 -tan 8 Ol RYE01 do '--P,OS8 0 9X9 9x99Xb b%b b%b 9 01 ION 9X2 - 01d0 4 8%8 b 9X9 9X9 9X9 9%b 9Xb 21 BXB 01 do 9Y9 9t 01 01 B%2 01 do b 9X9 9X9 c%b fly PXb 8 0; 7o -1 912 --- . N 4 9X 9X 9% b xb 01 dO ION S O1 d0 (1333) (N1) (1333) 91 ZI 6 9 4 (1333) 1331 ONIJYd5 1Y1NOZI80H 9NIJVdS 3215 9NIJVdS 01 d0 01 dfl O1 d0 OL d0 01 d0 9NI3VdS (1333) 3l9VNO11Y ININI Xt9i 1831• 183A •ZI80H 1331 4324301 30 N101M HJN381 i0 •• 111430 (a6uey1un5 11 Z) JSd 21+ H X SZ . ed V 3dA1 lb05 • S1UN38I0638 )139W11 NONININ -- 9NIHOHS HJN381 838NI1 I'I-0 319V1 r I Ii I I r I I V , : m L« L L u • L • L w V m° u u m u L • Y o W •a r mAF Q°9mE F o S5a b $00.4$ g v �'ou `dl S..C°' 'A0 o .`, a�d'i S a a5$ $'�9 LL rm w>« W o °.qq's V ww3e D ^ °a 5$W 'm. a«°r�~Oo aci m•pp°V u ~ uEw °.°� otwoo °m w c• '.« mJa 'J '-I « DLJu O ««5>At Q .4 V.C o"o>•�,y aw.P'` >s �mEO mm EO u m d g d«�°my 3 -. W w w ,c O i; ei L$N O Q« Fou D'$toF uuD Lyw y « u0 o5c w u i °au S«ma t5'uV a U tms awv>«c°°m.o0a E ui."o GP QFF.90 m .apa w W4 v is « « o Lmu um.:+amuQ m C to$ 5q vvu a 0 6F .' N'u .TiW°yQ 95 Q .W.�u ro p°'1�, .a'F•a. 1g� 44.wEEW °� «+ M�'v aE'w ovrm y�j°m,mE`� C ' t M m 'i V N m V y •C m r m m a ° .,, W E 6 w .9 3 „�j ° ° Y v .. oyS� 0 us r Cy ���¢QQ W W 3 m y y ,gq u E WM.9 m mp I.1 C��+C>'w'9«7 `.`3 GM q .aa .7 �t qpm� �D 7Dg(O K G6 I«a X 14x; re Ds'a Wli C«N LD�•o CQ' 00 w� aQ^ mP�GD po • e �sF$m3 Wo 9�g00 ON loomtocQos a �$� o.W� a E«'J° Qo Q V �d67200 5vct>i aYauUQ �FgacpS�oy� pkE5 $Q v > ..aom g'wuu pp US �' °>Nma„`d mT3•J5^S ≥N�,Y 'F0'$p: G�m•'J Ll«�,� oF.�°1i .WC °° I�Q L+«'Ve '�"1 iW,p °E�« mc.a °u^ r OwwxCDWua" M O'°O �V""mO J� °l"�Q• WJ°m ,Wa«5 �i. Qlm YlarValY Wma „n°�mOA �s �. ""v XNOmP Qv«Od'.�>XV X;a�W" V OWA mu2Orouucm O>V m� .CutiDm 5« « V X N J m EF �iwu o Nml"'u o$r°��rri cqq"vo0 uu`vu Q vD uaC A d` m v u UU amu6 Q' WsrGmHawuw w�•LW�r u 6b Va0 V5 mmW m'. P� m000 m -.c5 m O D° I OL X0D E 5 D a V'�C« 9 u u m u D p Q q^ HOEHC �,oUQyu _Tu OuOm m ,O« L uC:c TJ y^yJ!pa Owu�D yYV '•3�5aP 1.p^m«$�Ju �� m n�v LyW�r$ra9 �� w uaz �ro m�Y Nm N"'• V yD$r•d rAJm D'w u uN W pup �ya pupP nJ nOV WPT 'O EMQ n Qmm^m a01yJ Mm�•F %ddWdNVV�NW«°Fa %JO«WWm°[� myLm� W �W 14cmm..G uom �W cW'Jp ,.r ur CN.VV a E $ LL �r ur °V �a cd E0 4 $ ' �•as n�An'°. nw ma 3 E o��Evo$5IV 5 m u F C [: •v3 F g C ^ g c o a,3 cg $ u'2 ;� a; c `' •—o .� : c D- c E r$ v L a 3F �v ° �L D.°C u u u PE _°o .. to t+u w a X 00 DO a . a, V YG Y JJy CFO u �r' " >P d >J — P d >y w , Jp C Vim' wwy D «d V Jd a L• p s a°. N ^yd ^' O 0 V .Ni „K m0c 1 If Jw N 0)—V5— n •Wrw Ni .^V ° O ! a�a } w } 1, } } w •V } a 2 O d W W SS KV JU O T 1 _«T'Jm :O {'•° „JT40 .•mUda s yC L a d. c a Om u C m a9 k dy>om xv 00 w u�a u °,>mm u.u..ma a it u"aG LQ r P u C PuaL C P>mD C P> dm k C P> at e D y>iD C 0�C [.. n C P> VI: V m E p g w m ?o pp y J u J a L" m w W m y w m p ^^ n > Fu C E'.uL C bum �° ua ❑ >u ou;F C pugt 5a i E ua � n Qm a LOm, " n a Ew Vmwr Elan a > a s L« nimaU$ e d a Vwa uLaa L9m aug u" a a °�,�a uu�aya uE u• -•x E I m 00 D.C coe maim maXX A°-m>Wm m(v,Xm W>Xm 0.v«Q a� m>XN r ..0 m XCXX mwWN mx L°.OW E V5 V O~WXX m d'ONX yySG uT V vuu v 0Cv 5;.6 v v w I"•w v OP'4aeo n• $mm4'a}08 O WOCO2O WmWWT WTW W.'NtYL� 00=WWI WCWW W'•W W`v<m E W�Ws4 rwrsD N a O J m S - , TABLE C-;•2 TINelR TRENCH SIRING — If1NIMRf TIMBER R UTPE2@ITS SOIL TYPE B P a . 45 I H f 72 psf (2 ft. Surcharge) -- - •+•...g a.rengrn nor Jess t%an 850 psi. 6A F4nufacrured s,6ers of equlea:ent strength say p by substituted for wood. TABLE C -I 3 TIPBFR 7REI.LH SHOPINI - 91N1 H1114 IKBLR PEOu:u NEN;5 a SOIL TYPE C F - 80 X Y 72 Paf (2 ft. SLrcFarge) a OF CROSS BRACES RI** :RENCN NORIZ. H:OTN OF TRENCH (FEET) LRR IGNTS (FEET) SPACING UP TO PERT• TERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UPA TO Up TO LR 7G LP TO SPACING 512E SPACING FEET See Nore 2' (FEET) 6 I (FEET) IN CFEE7 CLOSE LP TO 6 6%e 6X8 6X8 8TE BXB 5 ffi'0 5 1%6 LtTC T) 8 BYE 8X8 9X8 E%E 8X1( 5 10x12 S 1X6 FP :t) _ Iq lO t%i) rxio B%IC 8xlf. 3 0 2 5 2X6 See RJte 1P 70 ,O 6 PXS EXB 8xP qxe 9X J S 3E1L'a TC 5 IX6 TC S 8XIC By:a 8%10 8Xio ILXIO 5 12XI2 S 1X6 Sc, IS tia[P i SPe Note IP 0 6 Pxl.l qx:( Prlf. PY h"HT 12 q 116 S.•r Note aSPrr_ __ Ynte I Ol)r CIl b)TI - -- Yxr. C,pi .y J.`with .11. a :.-I II -t r 1, nfi Y 1.1 .e S I' 1 `� YI IJ d. I LI P -n-h .-S i1 • L.... .. .1 aT,. i c:. -. ♦ .P r ♦• t;'.r, 1 •t Y N C - i a C a a y 0 J a N 7 0 n TABLE C-2.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS a SOIL TYPE A P - 25111 ± 72 psf (2 ft. Surcharge) a V DEPTH SIZE 4 e* OF CROSS BRACES UPRIGHTS TRENCH - HORIZ. WIDTH OF VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET (FEET) 4 6 (FEET) CLOSE 4 5 6 8 UP TO Not Not 6 4X4 4X4 4X4. 4X4 4X6 4 Req'd Req'd 4X6 UP TO 4X4 4X4 4X4 4X6 4X6 4 No4 Req d Nei Req d 4X8 TO 8 UP TO 4X6 4X6 4X6 6X6 6X6 4 818 4 4X6 10 10 0P12 TO 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 4X4 4X4 4X4 6%6 6X6 4 Rd Rd 4110 10 :6: 8 4X6 4X6 4X6 6X6 6X6 4 6X8 4 4X6 TO UP TO to 6X6 6X6 6X6 6116 6X6 4 818 4 4X8 15 P 10 12 6%6 6%6 6X6 6X6 6X6 4 8110 4 416 4110 iF TO 6 6X6 6X6 616 6X6 616 4 6X8 4 3X6 IS 8: 6X6 6X6 616 616 616 4 818 4 316 4X12 TO 10 6X6 6X6 6X6 6X6 6X8 4 8110 4 3X6 20 LIP TO 12 6%6 6X6 6X6 6X8. 618 4 8X12 4 3X6 4112 OVER 20 SEE NOTE 1 • Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. TASLr C-2.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER R UIREMENTS + SOIL TYPE B P - - 45 X H a 72 psf (2 ft. Surcharge) DEPTH OF SIZE boa AND SPACING OF MEMBERS •a TRENCH HORIZ. WIDTH OF TRENCH FEET (FEET) SPACING UP TO UP6TO UpgTO UP TO VERT. VERT MAXIMUM ALLOWABLE NORI20NTA1 SPACING (FEET) 4 . UP TO SPACING SIZE SPACING (tar) 12 15 (FEET) (IN) uP TO CIASE 2 1 4 5 6 4X6 4X6 4X6 616 6X6 6 up To S 6%8 S Jxl2 TO 8 4X6 416 616 6X6 UP TO 616 5 6X8 5 3X8 10 10 416 4X6 6X6 616 6X8 5 8%10 See 5 Note I UP TO 10 6 616 6X6 6X6 618 618 UP TO S 8x8 5 7X6 LAIC TO 8 6X8 618 6X8 818 8X8 LIP TO 5 10%10 5 3X6 4110 15 10 618 bX8 8X8 8X8 8X8 See 5 10112 5 3X6 4110 Note UP TO IS 6 6X8 6X8 6X8 6X8 8X8 UP TO 5 8%10 5 416 TO 8 6X8 6X8 6X8 8X8 UP TO 8%8 5 10%12 5 416 20 10 8X8 8X8 8X8 818 818 See 5 121 12 5 4%6 Note 1 OVER 20 SEE VOTE I • Douglas fir or equivalent with a bending strength not less than (500 `• Manufactured members of equivalent strength may be substituted for wood. 4X8 4X8 4112 C C P a an n . 0.r°ya a3 °'L'g`c� a�.'c, 1r�yf..j—+j= cc mo.8 �'.�lY Okc °st r° <mc ,a •O` ETY3Y=tlK�% C5a..CsCOV cis v� °��.°.�a+~� hiT�ati�v�r.g°ar+E3<°Qccd$D°'°ncr d O 9 r r Y C 6 C 4 Y Yy = nQ ' T5 00 ° �' u tl u ri C C ~y m G"p 3 Y i ". F e .^Ca c a � O n v t n2e C3 a°=gg+5oe a-oEo$L g>`p 7 0co5oE€5 p`Ltle59d CE=-oCnuUNm SF00:5L�, ,.0 c°3o«a.Pp+3 C2e is°5 n$ nac $5 Laca322 •dd,.C �r:+anea$noS� a $ �, E�ao atl pEgar v= r5 vou9ami�tl+°. S ig E«atlYgd=VrLc:5^u a^ •'KJ�«rt°n «q _cmav .°.aE t' 9q�� °5 o�c Ya9 o t'g5A �aYX5La 5cm�aiv .�aG vol: CY CC yyZaLu CY gLa6•° o CeL m ^LV°C{ya i•.1«3htSmay«O'T« i YY]uCNY 0a0 m— Y x R gaQ^ar Y �+ Qm1 U« J E Y p 4 r C u Q j a L r a .taa� scN yu'Yfi um a 5La tv xy ort7 vd°S"oE�',pY�oSi,�uDnoEv ? ' �3�°c,-a°.,gdaL�5ya` °YPi GCr Loa 7=u4E!+« a+5rc=a.e>x•3 uCra.3 Ht�E«4vdam=r�=CQ«�"DJ >.. p$C r a•.+CO4 NC 4 cacc Jc •Z v9�p s' «000 mV Cm m94aaaYC +'Yi.+ r %.S>Z = « L.. 0�=Y �«� Ey Y Q= No OE. nC en a tlfi NO mr =5 V aag� .r E 9 V 0 -c—S... >uaJ Eg oC Awww °gC��CD?Ci5'+ Fs n aYAL�O C.Ca Caa,s cu,da zCat°C-' Am" CsaCCuG CCC «E -aC E Y ra«'.�— 9CW E`•a' YE«J " `o �a E9. mo2°`D°n Yua'T°Sti-Y-•xoatJ.t^Cav,�aEi�a.«.�°r35�a,YCwwOC$Qd.C9r'°3E, u_I°•E7��m ono ^uYO—�•p'C'mo• Ild,a 3_e r38n3 "o5Ea CY^amU?mr C0V aniVY 5D LCa^C Co+=� m� YL °NwnY r Y Y o y]Y: ILI rLd L5L iyiV` JQY «-5o ra5Yl .a DF� 'a 006 V-t-°°F•mue Sig+v`aH Yarm�eDL�`oQ U�oFeLo otc Yr.C of=Eaesv wa.en�e v3°+S YtSD c nun F G tl = a9 O C Y O 7 i a C IS «.+«3u.. . SFFiN.] Yea5D 8. E :. Ev ;,t"E= Yre4 a. it m L v, 7 .p. J�C`aCC Y. j 0 5d apd sWcgoac c�=o43 L0 ca uu W"9m WV-` =C ,a .. N .�.� 5CNC4 N(j�a r0 n C0nO>a+mW urrr ao9«-' «Y J.w.. «pE° .. U� u�V n� ;fl YV yaY 3°i+Ci w0 rC Et pr< oti 4 w„ < K� ode tlL c• zd-]-d Cc J.'ti EEY E F `]a °arcccw.a v]e use ^�o� QEr� v o 0 d ae �r • XOZr cwc�°2'e dOSyY �EmgE�E �aLe c 9—qE YL L—Ko-+ Y Ycm t., �` u�i or ;fl v o— aJmoJ° Ea • ` C 4 Fl i m !. p-- 9 a K ugY LOapO C yd5F .°.H 6oE5 EO5M�CY11C�sy�y�pm'n .1'.S 5� `p"•�aJpV�V r^� CV�F L�Y'•�_c;mK3 OC H VVa>don y G5 Ca"�+'• Fr p.;0111n �>ks mQ pCEa a+n Ga 2bC'"ai �0 �i�^°OK— E39 g 7• n� u q«aC��p ?iva$Q?uod�y5YagSA5.s•85 e9 Co dId`OO5c"S o g.�;'9C E«�ate°7s5 •as n n Y tl«= 5„ a -'eE ^pYE 55c n n.Y 5 u �O ag.9 «Sr gg0oa 9,1 -2 5 m $v5 Kc 3S cr..E� jqL+• e o55 a� 2�ri°S an x 'g m e3 N E00 scd � S dq r c1 Yg o N= r J�YQ a5o=rl5^,°a,s H r� 14 •. c!' c o n358 0E=5 ue o KY Y3 0 OOn oG�St th �y�YYa� Y C as •,l e wp Qt A:;OCc Uv4 T.+taiDG aDl! �>yy�B��L�C��i �•.4V �`..1a�D �Y�.i+tl4 E7.+ V4O �5VY� O«U C gea .. m«acJY OFJ= J+S C+SrDY Culr ma >, a o 6 9 9 yc Oo� m°ALE y..bync cG)a«L pc Oyu F"ByL pow°v c°ac. ac�3'F nil, 93Y� �S'ge` G=cam °� ° 0.'Cd no acl`S N... 'a0 R�iJ Y• ..dA9wC�n rC./Oo •�E mV " pwa��dEV T+�,]Z c°io$5d 9 cpsY.w ax Y� n p"• mati°r9Y _oagvdu- is c:. �� v 2V«Jr$�,.« &� —= c�Ys Ga+Dr a- Ec OY D+�n1p. Co O:a �Vr 3 n�v 7 tl —t J—Vv3e J �N��SnSphRS VQi—JJV.i •D.J iY 0(aY Tf.• �/���Vp,•j5 r7 ��`' _O P°^ 10; aa]n]i1sgrs aq Iem qua]. ]u alenlnba 10 Siagmm pa]n]]e]rue,y a� f 'isd 00yI ueq] caal IOU g]8aaa]s eulawg a %21^ ]ualealnba s0 ]lg 5VISn00 1310•: 33S I" N 1h0 I a]a Aas V I I d:O 0t aay I d]V La aaS 9xt S 21%01 S 0:x8 01x8 eye axe axe 9 yl OI Jr.. as 1 a;Og aay Cx% + (ICI 5 dad F%p B%d 919 kY9 8 0. C] dl 'Y' 01ilI1 kX• F'%M NYC FY+ PY.. ' •' • 1 a aN s 9YF S ..-I%J1 S F%9 NXfi 9X4 9Yq q%y 01 ']I 01 Al 9x` + 6'XF S B%8 9XR vxq 9X5 9Yq 8 11' Cl d1 9YE S 9Yf S P%p 9X5 9Y' qXq 9%� 0_ 3(I1) Clasj 3a ° ;li3e (.dl 'Y:; 1l:' �'3ia• 'IN: P"3S :Y:Kb::N?I i:BY`d1 H' �l v" t id n. ,.I• til •i+. !J:!•Iti Nil.:`. .:.:4i �:. ]i '• 1N�1: •j9•, N3ih:1 J N I':- 1 Is. - a. 4-, n' O Y W o si u , _ m 1Y Uf ` ` lV 00 iU - ` a f a s :o a N =f ti N- ♦ p �•T Ou o 0 o. Z iY a 011, dse v� d z a3 a '. 0 z C , w�FIt i W f U o aE a ) LL Sd o L Li Q G tF •i= a Y i ^'y'- xIi.w= O Y f Q Q .- ;_ r m yu a Q N r E > Z o Q i Q 'Y c z u a Ii a f f f. V l Y e a a l - U _ C Q f O 0.1 i s 0 a Jy Y v n 0 N O a z Z f y m C W ayy w m W Y'S C. f N ' 9 f a -fl a 9Y -• oo f LLax y= a ` -U f yU d fa = Ys U Y 0 C d0 o mN d dG d9 .faUu • t , d^ L e m Lti \ -do ZOO. d-'EXoa timodda d C Ld d:.m� <+ m D) �t,�o.d. mum d � p m w or Cm mv � d d�KKtl C ���("tl tl d > um o c.i p' O w e. Lrya� mmWt�bd� �06��d E m m 'E 4CmC m E •end d«wallomvom as" pE = 3mrir �m'cd a m uW did �o tlaL mm_• 89 o r§ X d o �7xdo FO o" E `o ^, kmC°m�nwtl;wtl Ea yC9y._8m8d� am0, a2� mJ� Or11jO�d d^Vy d.tli gymm�a Ve�y� ci trtOdy ���•«md�dq.C L. d S.mi > C2 ky off:m v.d+A%m.—m.v�m0 5m�.m6O `J�mFG Lgmd'"tl'a OCL� .. Qv 1 ,e 5S 40L��$ 2 � 5x� a7 �v9'`'m U u dC V nbN;11•0.20.2n Wn69dma_fi9 qoq «y�yv a�i yS E9 q�q.yy°,� o�a!d .`4 mw S5'u9 v co .atl m�y psS qd F�V�. L�mpF m�.fmOGM y�'WFdL' pOb d Y q sotl«o n mo ' C[!d 2uS mu�N y Eyo��Lo .C 9a (V .:Cd=h�[y C�0q yNN m town jv Om XLyaJ o m'. t�'_•C,..V00 gg _ >a F=°W°°v6`:.'ou��.7o XI E�nVS'^T'Ec�i `ga u�r�Egvma E'$5 1 V qyyy ym m mm `v d>tlw OY0 V..m. Ld69SY L�ti GJLdd�'}O. mO,O TO V Uu N CO m.mi Vt V N aCCC.. 9mmNLu uXL a mOq>.C G.`Oi>u mN CWNu C�uq GG a�c�i C.5 L'u 5a�>-` nm$doumm�o��a��-d��uro4 F.ao m ,YL�V� m�:m p�Q�"m�'c«..�J caotld mm"., `9Vdi GW3J~�mti5O0 C ,"c.Cas Out do dv«m q bt•. m VWmaWam.ViL�v b dQ E.Evmu d woodo Q1:v9 v`T' TQ"Sw tl"Y mE'nv Wadia —ion p� v9mL _oC"J0^m Goo a p yF,c u°•a �.� UCe, C�C�v y`A. V>' OCom `o ,��C0g�L °.dd.� E0,d.�Eo .d. a L m c c d mv= rtl a. Qd CmmII Em°i fOO q Cm��T9i OV> VW a.mi`J�O.. L(n_0.aLL.. CKCW .ap XWGdmj mm O N C.>, CLiV ^ vmm�..JdA�_oopCLd�u 0 •' m C O V �O, N v o E r -c— � L my °J M E L T "' S n y d 0 9 m u C V z m V Q L .C C d o r V m ip 6 m m V 9 0 9 4 p9 l'O�']mf A VO.�mQ.a �O9ON V�'^VGLdv�mmLd^�.Li Lu u EC LO SO. uu L C 9 ma CF m d a u V Ed^ Edgy L dua avu 0 LE H„ .: o a y u 93. u m r} K KmwL ..mKStlk 60 OE VF l :.a W.L,m ml�,L�u� N04.. 6G pu G «pdiW �titb C6 a+bm Wy., V LV c.N u3"'� v t96�9T�N u99""'GwimYiL}OC>�T(r �v Ot'OVauL ��.min..iC`L' ..dEC N by S:+s LRv<Ca S��.�dav9 FWNi„�.a v_"8535F >meim 6�0d m3o ei I I Ii I 1 I I I I I I 1J I I I I TABLE D - 1.1 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE A N c c 9 a v p DEPTH MAXIMUM MAXIMUM WIDTH OF TRENCH (FEED C OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER SUP OVER 12 UP TO12 1 1015 OVER UP TO 8 10 OVER 10 8 4 LP:O :5 OVER 15 T UPTO 20 OVER 20 NOTE (1) 2 INCH DIAMETER 2 INCH DIAMETER NOTE (2) Footnotes to tables, and gcncnl notes on hydraulic s.'tonng, an: found in Appcndx D. Itch (g) Note (1). See Appendix D. Item (g) (I) Note (2): See Appendix D. Ite-r (g) (2) TABLED- 1.2 ALUMINUM HYDRAULC SHORING VERTICAL SHORES FOR SOIL TYPE B DEPTH I MAXIMUM MAXIMUM WIDTH OF TRENdi (FEFII OF HORIZONTAL VERTiCAI- TRENCH SPACING SPACING UPTO `fFI:ET) FEET) fl'EI 7 OVER 5 UP ,—O 8 I I :0 OVER 10 OVER 8 UP TO 12 cxI 4 2 ;A'CII I- INCH UP TO DIAMFI}R DIAMETI R 1x - _ -� N0ll- r2l (MR •s< TC 20 .' OVER ll N'U-t: (1. —. F:xi•r.::cs:n Ian rx. and metal rutes .:n tv,rad,ic c b nne arr ford in A1'1r-•d;x:),lien Ig ,, `.•r.:1) See Append.x fl ]:r -ii pl'I) 1 INCH DIAML7P%R OVER 12 UP 1015 n 3 I 31NCH o 1)I A V ETF R 7 V TABLE D-1.3 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE B WALES HYDRAULIC CYLINDERS nMBER UPRIGHTS WIDTH OF TRENCH (FEEI) MAL) CING DEPTH JIORIZ iE OF TRENCH VERTICAL SPACING SECTION MODULUS UPTOS OVERSUP 7'012 OVER t2'UP TO15 SO[JD 2TFr.3 HORIZ. CYLINDER H0RR CYLINDER H0RIZ CYLINDER (FEET) (FEET) (IN') SPACING DIAMETER SPACING DIAMETER SPACING DIAMLLtX 2IN OVER - 3.5 8.0 2 IN 8.0 NOTE 2 8.0 31N 2114 5 4 UP TO 7.0 9.0 2 IN 9.0 NOTE(2) 9.0 3 I 3x12 tO 14.0 12.0 3IN 12.0 3 IN 12.0 2IN OVER 3.5 6.0 21N 6.0 NOTE(2) 6.0 3IN 7.0 8.0 31N 8.0 31N 8.0 3IN 10 UPTO 4 3x12. - 15 14.0 10.0 3IN 10.0 3 IN 10.0 3 IN 2IN OVER 3.5 5.5 2IN 5.5 NOTE(2) 5.5 3 I 15 UPTO 4 7.0 6.0 3IN 6.0 -3IN 6.0 31N 3x12 - - 20 14.0 - 9.0 3IN 9.0 3IN 9.0 3IN OVER 20 NOTE (I) Footnotes to tables, and general notes on hydraulic shoring, arc found in Appendix D. Item (g) Notes (1): See Appendix D. item (g) (1) Notes (2): Sec Appendix D. Item (g) (2) ' Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. c 9 ' I TABLED -1.4 0 , n ALUMINUM HYDRAULIC SHORING CI WALER SYSTEMS a FOR SOIL TYPE C o WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS u DEPTH WIDTH OF TRENCH(FEEI) MAA.H0RR SPACING O ' • (ON CENTER) OF T1CAL SECTION � UP TO 8 OVER 8 UPTO 12 VER 12 UP TO 15 TRENCH SPACING MODULUS 2 QUJJFf 3 FT o HORIZ. CYLINDER HORIZ. CYLINDER f1ORR CYLINDER a ' (FEET) (FEET) (IM) SPACING DIA SPACING DIAMETER SPACING DIA = n 3.5 6.0 21N 2IN OVER 6.0 NOTE 2 6.0 3 IN - UP TO 4 7.0 6.5 2IN - 6.5 NOTE_) 6.5 3IN 3x12 a ' 10 14.0 10.0 3 IN 10.0 3 31N 10.0 3 I 21N OVER 3.5 4.0 2 IN 4.0 NOTE(2) 4.0 3 IN r t 10 c 4 7.0 5.5 31N 5.5 3x12 UP TO 3IN 5.5 31N G 1 15 14.0 8.0 31N 8.0 31N 8.0 OVER 3.5 3.5 2 IN 2IN ' •15 3.5 NOTE(2) 3.5 31N UP TO 4 7.0 5.0 3IN 5.0 3IN 5.0 31N _1x12 - - 20 14.0 6.0 3IN 6.0 ' 31N 6.0 31N _ OVER2O NOTE(1) - rn C U - a Footnotes to tables, and general notes on hydraulic shoring, am found in Appendix D. Item (g) ' Notes (1): See Appendix D, item (g) (1) Notes (2): Sec Appendix D. Item (g) (2) 'Consult product manufacmmr an and/or qualified engineer for Section MMiJu[ nf ...•:hw .....l__ — ' d 1a a lM1 ' I. — C - - _____ ___ 7 P 7 L � 4 V I I V - ' Q N jr v u m r. J I U V V C C m C ' E - eh ' — uJ C IC Y Y Cl = 1 Y V I e ` C or r (((mu,` I. a C Io a 3 U u •O I 0 I I r�i L o :1 m O 1°I C,, O - c= G ri Z I' if U_ti T I E U Cl r I /i C I I N i E ..5 y G I L P. L 1 W •J I r ly �i i\, y•1 LL a 0. V, Q U. O d E l• V Uv O H 0.00 m n O ] O • E N N C • O Z C C -C O N N N m uT V C p 4 L M mL uC O•. Vu 0O N cot. XN VO cc V C^ LJ 3 M� p.N -N pa u W 0 O 9 V w N a 4)0 0 O N u u C m V 0 U O p U J d 4 p 0 Y U V C N C w ...I .N O ^ w E m Q4)) my -U wo Q PL E O u .+ u _ ti V N Y -N N E 3 P ) e n 4 )I. 0° - 04.1 C u u O C m ti 6 _ C GM U 9 Y.- C O1.I O o N d .n 0.4 V) )U0 O )WO u O -n .. a. V P '4.-I . 'V.N .-. C n X v m— Co..N ••m 4Y "J 49 O 0 O ..v 4 w N v 4 W qr. d M y w r R ^ L V • r. V C 6 C.000 O C a L 04 C V 0<M O O V Oyu-Ny O 0_c -.4 N V -N 4)4. ••I•'1 CC u N e V O 0 u N -w IS. O u m 6N 04.' d m.N CO 4)4' c.. C 0C Y %O Q.O 0.0 '0 4 424, f >00 --n (q --n •4 0 D m .n C .p ] •O 2c4 w .O ] a .. N a' C Y V u N P9 N Pu ry 0 0000 X C 0• P d C O. d m V P V O Y C 4l O O .+ 4 p —1.-Ca u v7 O .. aad5 0 m J N a V 4 X •0 Q O U 'U 0 O m B Y mp 52a a o F. �? a m S 4.14.' n 80 W c.. m c C d > 9 ] I, u {g�Q 0) a •'" a 4 m O 0O•"1 u•N en Y O u .- O d N gg y v U Z 0' 0. Q S I - e-- NO H O uj'o Eu ...0 w V L d N O m O Co .00 O U La fir.• °• u N m O > C" E v 4 O m u C m F L Z ( u d .a Ow W L KV - u .-I -O a p • 4,t4 - II V u a d N J -M p p t m V u m n a t V u Cz V 9 i. 00--4 R ft wE> mam u 07 e 0 u_u� `y N C K CL O G u k 'J'JL . y 0 C,Z ' rI Q b� u n- 4' U CL-' V 4.' W a f 5 O M N U ¢ 0 o ac" u o n y c CC CL X V O r w O 1±� V .V. U O r —C.— A .a ri > .. ..muww r+LJ Ui+r. d6vww Mx 61 ti.1 Ti �' V' o x x $—off oa N°ap 5_8 dxC E ENy° m .O p��'C� Y W pm J dJs EEOy- Y �8 U.°.a O4 9x�G4 m� NJ° V ° P aO>Ci ip � V ON 4 O O LN JJ Y UC�.d m crJ Os� Od�r^ D G 3— d O d a aENC�j .. �aaJ Is �� r .y.9 ao. Lp Ed mo y'O sm x N .� ° 'mod 4—j10 dr•° y d0 —V.^d 0Jwa� d ET Eo°b'ee��G 9 vc zvCi0O.x..ldi ^b wd. cCA f m y xy y� —O as F'm: " 5yaa ao E 0yOJ..xJa aC�y R��rx a 5a.. V'O L d ^ o ° 'do�opWddv „^ $�YF °a f+ m ' Nia1°fJJdna > y�dapCo dL r E e�N�� ^m°w ky5p°m°" ud av ° v ..M YTavG00CddOJa 2d Yti C° % Dd y C1A0 J E p b0u aOOJO ..o -e cJ �'9nnC yay n�"F4'°°oax.+n �Ym^ 0 w xa 0D a9...m 'p Od vv4 pvoddC d� •4• —ow d .•. aO Fxn4..,o C�„ vn°M�m !! ci umUd E°C o UJ YCj r. �L! D! S�{+:r N^ Ya Cc. aoEN m ... T5' �g o {='�yaCado tp • 9d5 oFiiNyy1.gcJ�Vy�1 n� ��225�yo�`5s5 ooSF�F �qq�nxc'�i'xaom S a S V rd ,..,N p nn o OaJJ .„l ..O�iyd m .� m�+p O.+n7 ° Uk O 00 a N � d .1 '� e. m.. O pp 0 fl F U O n m V 4 4q<' N A E 4. Cl O be 0 '. f'� dgi�Edm yd�Ym�. .Y4 yy4�m ap[y^' H �O7.+ti�ny..d °QC.. as sy yAaa^>diy�p jd C Lq �v d 0o �d N o s ax�.ai n+� `• `•�LYYd CNMAUY°dv O� d a�'COi3� A cv O G 2z^J. Svc E d M O U E .. a° > v L J C m m Q u U V C d 0 0 D v d 4 U 4 d 4 a a m d c 1O v Z' D2�;<KXomom5u=a dmd5 �5 e C 3u t nn s �' v Jy U Ud y 10 CL xx y Da. J o t M ,., 0 7� 7 :: `f' o ¢i 9 ^ q G J 'd x �.,'� >, O .S V C F^ a L O N 4 a V G erp y p m y ' s o v Y F D d x O U y y O N d d^ q �+ °0 3 d a d V m> J O m c �.. MMn•+nme m cL�(. s,w LO s.C C yw, a -+"x6 �dma 9 JC .. C LJi�WOFI r as dNv J m° o•D odJ �J rn °Ma Ea x 9 G U n V v u 9 m C i m 0 E ti C° m d y d p s U T. d a Wa C .e M x L o d a 9G J m x w d o y ? m 0r0OW WO -'E YNJma On m5.am�y y•.. 0g e O �U wnD m a_ n50A°°_. ...00 d 4 .. d Ex mG ^ee E r u '0 1t pC�QYezn� �_•YH 4a 0042 mdt' RSc�'+x,� A dN yL.u5p aaO m°O«� v.�a y� V i .2 SP5 Y'' R —E °y 44 ticrosyoEo�ioC�^ 5. +y� Vd 4g �jdEdA F � m�Eyy .� O.s 47d +� CD G On o •"ICv dp? ga0 ��v a YoF3^ ^CpV n n ♦LS .n La�Jllm mU VS'°<Q�'U09p Q'tl �V0 tlJyq 'tl dJ yUDdCec �� l 1� o Xx� rr to CC E "y 9 Vm' w C O �'SagvB oY,O tOE 83^ 'O fl O. q�2 U .9.900.4 J�myx mx 10 .° m `gym ym U"'anJ.e t •+OJ$ n.7FN[y yy O O " 5t'C>OC� x O'. mxC .. �qG?p G .°u ff.J1 g o u om5 yQ`Oa60U 4Y 8o Uu�.�•T•ua°'r° oq tzm 04,°.-T.O=O wcN�'ad ''�'�'w on' N�R'i • �{ E3 a b o n aGa� �na� ppY �.' a�9�6''w"CC D�p$JF.. wr y.-.Jy °xyfqx �.�'^oCa ao °mS'mG Y N �OOO�+�F.O C,' f0� •'a� O ad OJ"0°C!m:3 EOY�•'N S'E•,Vd°^`° O Qiu•O OA O Y 4 .9 Q>mm mct m mnFJ mNd UN.ru 18 c C 0 'a W I. V > ZIx U I — Y Y W 6 yCO m O V CC u m O 4 4 0' d r Y r C Y C m GJO Vu {: J -^ W •- 0 --. O 4 ••-j4J m• '+ G 4 T. '). V D S V ] W ] W Y m •� -% Y C d — U Y C 7 m Y Y Y Y OO •-+ t..-4 C u d m .. ly m Y m O ] J .N. -d C o .CC& K 1: O 0..C X. D .C Y W a O Y O u J O m U -t U Y .+ V Cl C Y C r+ .- r .n ... •- . •.+ V OC C .N C 9.. m '•+ 3 O 3 u m 3 m¢ m )'Q- C r 1n —ce.-t.. ^ v •r D U 0 V .C r N N 0 O .^ m 9 A -- C 4 V Li .r v Y N v m F '1 v u Y m V 4. O r ---I . . C •.+ C w C V C V W 4 Coto C V C a Y m - Y 0 O' • F. m O�- Y+J M O'.-+ . W C 0 COW ¢ vim. O E m 01-v• u N V✓ u N .+ L m .. N¢ 01-i Set. 4 C .d • m C¢ U m D C U K` O U .O C G .C -1 Y (, s (t�. L .I. L O r. • m -.—la w - C C b W •N Q. O` 6 d P 4 0J O' 4 O m (T C U LL V. ¢ U. j :i 'j C• .r G � . (. v .^ ._ a J m .. 1. .- G 4 R' Yn V/ foI LL O. I u a I