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