HomeMy WebLinkAbout115-94 RESOLUTIONRESOLUTION NO. 115-94
,iiCROFILMED
A RESOLUTION AWARDING BID NO. 94-53 IN THE
AMOUNT OF $3,762,116.00 TO KRAUS CONSTRUCTION
COMPANY AND AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRACT FOR CONSTRUCTION
OF SECTION III 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. 94-53 in the amount of
$3,762,116 00 to Kraus Construction Company, and authonzmg the Mayor and City Clerk to
execute a contract for construction of Section III of the Water Transmission Lme 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:
&LOLL at
By:
Traci Paul, City Clerk
APPROVED*
By:
red Hanna, Mayor
•
• EXHIBIT A i
SECTION 00500
CONTRACT
THIS AGREEMENT, made and entered into on the 20th day of
September, 1994, by and between Kraus Construction Company, P.O.
Box 5170, Fort Smith, Arkansas 72913 herein called the Contractor,
and the City of Fayetteville, hereinafter called the Owner:
WITNESSETH:
That the Contractor, for the consideration hereinafter fully set
out, hereby agrees with the Owner as follows:
1. That the Contractor shall furnish all the materials, and
perform all of the work in manner and form as provided by
the following enumerated Drawings, Specifications, and
Documents, which are attached hereto and made a part
hereof, as if fully contained herein and are entitled
Contract Section III, 36 -inch Water Transmission Main,
dated March, 1994, including:
Advertisements for Bids; Addenda; Instructions to
Bidders; General Conditions; Supplementary Conditions;
Performance and Payment Bonds; Specifications; the
Proposal and acceptance thereof; and the Drawings.
Sheets 1 through 51 (See page 00500-2).
2. That the Contractor shall commence the work to be
performed under this Agreement on a date to be specified
in a written order of the Owner and shall fully complete
all work hereunder in 365 calendar days.
3. That the Owner hereby agrees to pay to the Contractor for
the faithful performance of this Agreement, subject to
additions and deductions as provided in the
Specifications or Proposal, in lawful money of the United
States, the amount of: Three Million, Seven Hundred
Sixty-two Thousand, One Hundred Sixteen Dollars
($3,762 116.00), based on the Total 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.
Section 00500 - 1
r
1 SHEET
CONTRACT
__CI ION I:I
. COVE. _HEE =.
2. PLAN 'SHEET LOCAT ICd-. MAPS, S
36" WATER
36' WATER
36" WATER
36' WATER
36" WATER
36" WATER
36" WATER
36" WATER
36" WATER
36" WATER
36" WATER
36" WATER
4.
5.
6.
7.
8.
9.
10.
11.
12
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
4 710
TRANSMISSION
TRANSMISSION
TRANSMISSION
TRANSMISSION
TRANSMISSION
TRANSMISSION
TRANSMISSION
TRANSMISSION
TRANSMISSION
TRANSMISSION
TRANSMISSION
MAIN,
MAIN,
MAIN,
MAIN,
MAIN,
MAIN,
MAIN,
MAIN,
MAIN,
MAIN,
MAIN,
TRANSMISSION MAIN
36" TRANSMISSION MAIN,
36" TRANSMISSION MAIN,
36" TRANSMISSION MAIN,
36" TRANSMISSION MAIN,
36" WATER TRANSMISSION MAIN
WATER
WATER
WATER
WATER
.
AERIAL
AERIAL
AERIAL
AERIAL
AERIAL
AERIAL
AERIAL
AERIAL
AERIAL
AERIAL
AERIAL
AERIAL
AERIAL
AERIAL
AERIAL
AERIAL
AERIAL
12" WATER MAIN, MOUNT COMFORT
12" WATER MAIN, MOUNT COMFORT
DETAILS, WATER TRANSMISSION MAIN,
DETAILS, WATER TRANSMISSION MAIN,
PLAN AND PROFILE, 36" MAIN, STA.
PROFILE, 36" MAIN, STA.
PROFILE, 36" MAIN, STA.
PROFILE, 36" MAIN, STA.
PROFILE, 36" MAIN, STA.
PROFILE, 36" MAIN, STA.
ARK. HWY. 16 CROSSING
PLAN AND
PLAN AND
PLAN AND
PLAN AND
PLAN AND
36" MAIN.
PLAN AND PROFILE, 36" MAIN, STA.
PLAN AND PROFILE, 36" MAIN, STA.
PLAN AND PROFILE, 36" MAIN, STA.
PLAN AND PROFILE, 36" MAIN,STA;
PLAN AND PROFILE, 36" MAIN, STA.
PLAN AND PROFILE, 36" MAIN, STA.
PLAN AND PROFILE, 36" MAIN, STA.
PLAN AND PROFILE, 36" MAIN, STA.
PLAN AND PROFILE, 36" MAIN, STA.
PLAN AND PROFILE, 36" MAIN, STA.
PLAN AND PROFILE, 36" MAIN, STA.
PLAN AND PROFILE, 36" MAIN, STA.
PLAN AND PROFILE, 36" MAIN, STA.
PLAN AND PROFILE, 36" MAIN, STA.
PLAN AND PROFILE, 36" MAIN, STA.
PLAN AND PROFILE, 36" MAIN, STA.
PLAN AND PROFILE, 36' MAIN, STA.
PLAN AND PROFILE 36:' MAIN, STA.
49. PLAIN! AND PROFILE, 35 MAIN, STA.
50. PLAN AND PROFILE, 36" MAIN, STA.
51. PLAN AND PROFILE, 36" MAIN, STA.
EX, MASTER
PHOTO PLAN
PHOTO PLAN
PHOTO PLAN
PHOTO PLAN
PHOTO PLAN
PHOTO PLAN
PHOTO PLAN
PHOTO PLAN
PHOTO PLAN
PHOTO PLAN
PHOTO PLAN
PHOTO PLAN
PHOTO PLAN
PHOTO PLAN
PHOTO PLAN
PHOTO PLAN
PHOTO PLAN
LEG LN
SHEET
SHEET
SHEET
SHEET
SHEET
SHEET
SHEET
SHEET
SHEET
SHEET
SHEET
SHEET
SHEET
SHEET
SHEET
SHEET
SHEET
ROAD, AERIAL PHOTO PLAN SHEET
ROAD, AERIAL PHOTO PLAN SHEET
36" AND 12" MAINS
36" AND 12" MAINS
0+43 TO STA. 15+00
15+00 TO STA. 30+50
30+50 TC) STA. 44+50
44+50 TO STA. 59+00
59+00 TO STA. 74+00
74+00 TO STA. 89+00
89+00 TO STA.
104+00 TO STA.
119+00 TO STA.
134+00 TO STA.
149+00 TO STA.
164+00 TO STA.
179+00 TO STA.
190+00 TO STA.
205+50 TO STA.
219+00 TO STA.
234+00 TO STA.
249+00 TO STA.
260+00 TO STA.
272+00 TO STA.
286+50 TO STA.
301+50 TO STA.
_:16-50 TO STA.
J i -7 J0 TO ST
=a6+00 TO STA.
361+00 TO STA.
375+00 TO STA.
104+00
119+00
134+00
149+00
164+00
179+00
190i-00
205+50
219+00
234+00
249+00
260+00
272+00
286+50
301+50
316+50
331+00
346+00
36„u0
375+00
380+25
Section 00500-2
•
•
•
•
•
5. That upon submission by the Contractor of evidence
satisfactory to the Owner that all payrolls, material
bills, and other costs incurred by the Contractor in
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.
Liquidated Damages: Owner and Contractor recognize that
t ime is of the essence of this Agreement and the Owner
will suffer financial loss if the Work is not completed
within the times specified in above, plus any extensions
t hereof allowed in accordance with the General
Conditions. They also recognize the delays, expense, and
difficulties involved in proving the actual loss suffered
by Owner if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Owner
and Contractor agree that as liquidated damages for delay
(but not as a penalty) Contractor shall pay Owner Four
Hundred dollars ($400.00) for each day that expires after
the time specified in paragraph 2 for Completion.
7. It is further mutually agreed between the parties hereto
that if, at any time after the execution of this
Agreement and the Surety Bond hereto attached for its
faithful performance and payment, the Owner shall deem
the Surety or Sureties upon such bond to be
unsatisfactory or if, for any reason such bond ceases to
be adequate to cover the performance of the work, the
Contractor shall, at his expense, within 5 days after the
receipt of notice from the Owner, furnish an additional
bond or bonds in such form and amount and with such
Surety or Sureties as shall be satisfactory to the Owner.
In such event, no further payment to the Contractor shall
be deemed to be due under this Agreement until such new
or additional security for the faithful performance of
the work shall be furnished in manner and form
satisfactory to the Owner.
8. No additional work or extras shall be done unless the
same shall be duly authorized by appropriate action by
the Owner in writing.
Section 00500 - 3
•
IN WITNESS WHEREOF, the parties hereto have executed
on the day and date first above written, in six (6)
each of which shall, without proof or accounting
counterpart be deemed an original Contract.
•
this Agreement
counterparts,
for the other
Kraus Construction Company
Contractor
WITNESSES:
(:::3 -�
e i r 9 CC nm By ::3
ATTEST:
City Clerk
xdah
Apoved as t� form:
to
At ney'for Owner
C,
Owner
Title
City of Fyetteville
Owner /114-1-1-1-1“------
j n /ice
By
Mayor
Title
Section 00500 - 4
1
STAFF REVIEW FORM
AGENDA REQUEST
X CONTRACT REVIEW (change Order)
GRANT REVIEW
For the Fayetteville City Council meeting of N/A
71-0/ reit 1
T'sA or✓c
t> GOr' `/
Qyo X 15-521
FROM:
Sid Norbash
Engineering
Name Division
Public Works
Department
ACTION REQUIRED: MAYOR'S Approval Required
Approval of the attached change order number one (1) to 36" Water Line
Contract Section III with Kraus Construction Co, Inc., and Task Order number
five (5) to McClelland's contract.
4151 COST TO CITY:
Cost of this Request
Account Number
90007-2010
Project Number
1c1113.5
Category/Project Budget
6,1311951
Funds Used To Date
450 t
Remaining Balance
Category/Project
Capital Water Mains
Program Name
Capital Water Mains
Name
Fund
BUDG REVIEW:
x Budgeted Item
udget Coordinator
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
•
City •tt.rney
Purchasing Officer
Date
54/.11
Date
5 131 k5
Date
GRANTING AGENCY:
Date
5-30-95 et iib
Date ipk
STAFF RECOMMENDATION:
Department Director
Admini
Director
Mayor
ad/ r
Date
Date
Date
Cross Reference
New Item: Yes
No X
Prev Ord/Res #: //c C/141
Orig Contract Date:
FAYETTOI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
•
To:
Fred Hanna, Mayor
Thru: Kevin Crosson, Public Wor1Xs�,D'rector
Don Bunn, City Engineer L.�
Charles Venable, Assistant PWD
From: Sid Norbash, Staff Engineer
Date: May 24, 1995
Re:
36" Water Line -Change Order to
Contract Sec. III - Kraus and
Engineering Task Order #5
Attached is change order number 1 to the above reference project.
This extra work has been requested by Miholland Engineering Co. on
behalf of NANCHAR, Inc. , the owner of the land where the 36" water
line is being installed.
The work consists of some adjustments to the new water line to
accommodate future development of this land, also the future re-
channelization of the creek by the property owner.
Please note that NANCHAR, Inc. has
in the amount of $14,047.50,
adjustments, and there will be no
Also attached is Task Order
McClelland Consulting Engineers
with these adjustments. This
referenced check.
Please obtain Mayor's approval
SN/sn
attachments
deposited with the City a check
to cover the cost of these
cost to the City.
#5 in the amount of $987.50 with
for the extra engineering involved
figure is included in the above
and signatures.
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
•
March 15, 1995
Milholland Company
Engineering and Surveying
205 West Center Street
Fayetteville, AR 72701
Re: NANCHAR, INC. & Marjorie S. Brooks
36" Water Main
In reference to your letter dated 2-20-95, and your request on the desired adjustments to our
water line, enclosed please find two change orders involving these adjustments.
Attached is an Engineering change order in the amount of $987.50 also a construction change
order in the amount $13,060.00.
Please be sure to stress this fact to your clients that these figures are only estimates, and that
actual figures may be slightly higher or lower. With my construction experience slightly would
mean within 10% to 15% of the total estimate.
Our City policy is to have the funds needed for the adjustments on deposit with the City of
Fayetteville, for the fill amount and in the form of a cashier's check, before any authorization for
adjustments can be given.
Due to the contractors schedule of this portion of the line and the urgency of this matter, should
your clients desire to go ahead with the adjustments needed, a cashier's check in the amount of
$14,047.50 must be delivered to the City Engineer's office by the end working day on Monday
March 20, 1995.
If you have any questions please advise.
Sid Norbash, Staff Engineer
attachments
113 WEST MOUNTAIN 72701 501-521-7700
FAX 501-575-8257
✓rfe/ by - _Wad
• •
ethtnAanfro
8/5uiteeir ig and ourocouizg
205 WEST CENTER
FAYETTEVILLE, ARKANSAS 72701
(501) 443-4724
February 20, 1995
Mr. Sid Norbash, Asst. City Engr.
CITY OF FAYETTEVILLE
113 West Mountain Street
Fayetteville, Arkansas 72701
RE: NANCHAR, INC. And Marjorie S. Brooks
36" Water Main
Dear Mr. Norbash
•
AR. R.L.S. NO. 648
AR. P.E. NO. 3825
OKLA. P.E. P40. 10740
OKLA. R.L.S. NO. 1038
This letter is a follow up of our conversation on February 1, 1995 in your office
regarding the construction of said water main across a 315 acre tract of land
immediately south of the Northwest Arkansas Mall and owned by the above parties.
Several items were discussed, as follows;
1. Acquisition of a utility easement by the City for said construction,
2. Construction of a TEE and VALVE near a north/south street planned by the
owners,
3. Construction of said water main under Mud creek relative to future stream
bed Re-channelization.
In discussing the above, reference was made to a Concept Plan for the 315 acres
submitted to the City in 1992, and the water main Construction Plans and Bid Items.
This Concept Plan depict both proposed channelization of Mud Creek and a north/south
street connection from Joyce Street to North Gregg Street near the Bypass.
During the acquisition process, 1 had made contact with Mr. Ed Connell requesting
consideration be given to leaving a tee and valve for future development of said lands.
Having knowledge of said water main construction being in progress, 1 had concerns as
to what consideration was given to the plans of the land owners. During our discussion,
Mr. Bunn, City Engineer, was asked for his input, at which point he remembered that an
option was offered the land owners during the acquisition process. That option was
either a tee in the water main or a $fee for the utility easement, and he thought the
owners took the money. A conversation later that day with Mr. Ed Connell, the City's
Acquisition Specialist, revealed the 1992 Concept Plan in files and documentation that
confirmed Mr. Bunn's statement that money in lui of tee for the easement was accepted
by owners.
After reviewing the water main Construction Documents, we both decided that no
consideration was given to the future channelization plans of Mud Creek at the location
where the main crossed said creek. What the plans did show was "concrete encased
pipe" under the existing stream bed, and four (4) large fittings to lower the pipe at the
creek banks, which would not allow for improving the stream bed to a greater width
during the proposed Re-channelization process.
At the conclusion of our discussion and on behalf of the land owners, I requested
separate cost figures for the following Construction Items;
1. The Construction of a TEE and VALVE near the planned north/south street
depict on the Concept Plan;
2. The construction of the water main under Mud Creek be extended full width
from angle point to angle point to allow for future widening of the stream bed during
Re-channelization.
It was my understanding that there is still adequate time to plan and include a Change
Order for the above items. Again, on behalf of the land owners, I respectively request a
separate construction figure for each of the above.
Your consideration of this matter is very much appreciated!
Sincerely,,
,1
; t
Medvin4. Milholland, P.E.
cc: NANCHAR, INC. & Marjorie S. Brooks
file
McIELLAND
CONSULTING
1 DESIGNED TO SERVE 1 ENGINEERS, INC.
•
P.O. Box 1229
Fayetteville, Arkansas 72702-1229
501-443-2377
FAX 501-443-9241
March 14, 1995
Mr. Sid Norbash
City of Fayetteville
113 W. Mountain Street
Fayetteville, AR 72701
Re: Additional Engineering Services
36" Water Main, Contract Section III
Revisions at Mud Creek Crossing/12" Outlet
Dear Mr. Norbash:
FY902103
We have enclosed a change order for the referenced work. Most of
the prices in the change order are taken from the bid prices, as
noted on the table attached to the change order. The non -bid
prices were provided by the Contractor and appear to us to be quite
reasonable. The Contractor's comment to us was that the property
owners had been quite cooperative with the Contractor, and he
wished to give them the best price possible.
Additional engineering time to accommodate these two modifications
is estimated as follows:
Engineer
Construction Observer
Drafting Revisions
Clerical
7 hrs.
8 hrs.
2 hrs.
1 hr.
at $85.00/hr.
at $35.00/hr.
at $42.50/hr.
at $27.50/hr.
Total Additional Engineering Services
Please advise if we can be of further assistance.
Very truly yours,.
McCLELLAND CONSULTING ENGINEERS, INC.
Robert W. White,pP.E.
Project Manager V
RWW/jm
Encl: Change Order No. 1
$595.00
280.00
85.00
27.50
$987.50
MAR 1 41995
ttr
•
•
4.,...i-rldt".•� Y - ,
:I,•M.eJ'V µY!^^.. K r 3Lh!t.N• .M.•Y.Y...
{
WAKE. 14.41EPIC.44
*
*
CO
sy — m _.0
. -N - O VI _ice
v_ a C ' ..
u _ -1--►
it
_Cis
_ = 91.7
* - ' . CJi
1
1
1
1
•
•
•
TASK ORDER NO. 5
FY902103
REVISIONS TO PLANS AND SPECIFICATIONS
AND ADDITIONAL CONSTRUCTION OBSERVATION
TO ACCOMMODATE A REVISED MUD CREEK CROSSING
AND A TWELVE -INCH OUTLET
AS DESIRED BY THE NANCHAR/STEEL PROPERTY OWNERS
This Task Order is hereby made a part of the Basic Agreement
executed November 6, 1990, between McCLELLAND CONSULTING ENGINEERS,
INC. (ENGINEER) and the CITY OF FAYETTEVILLE (OWNER) in accordance
with the provisions of that Agreement.
ARTICLE l
The OWNER authorized the ENGINEER to design a 36 -inch water
transmission main under Task Order No. 2 as executed June 3,
1991. After construction was started on this main, a
representative of the property owners of the NANCHAR/Steel
property requested that the Mud Creek crossing be revised and
that a 12 -inch outlet be installed on the property. The
purpose of these revisions was to accommodate future
development/creek channelization on this property.
The property owners have provided funds to pay the additional
construction cost and related additional engineering costs.
ARTICLE 2
The compensation for these additional
shall be provided as follows:
Construction Observation
Plans Revisions
Contract Administration
Total Additional Engineering
Services
ARTICLE 3
engineering
$450.00
170.00
367.50
$987.50
services
The construction -related portion of this additional
engineering work has been completed. The plans will be
revised as part of the As -Built Plans completion process.
•
ARTICLE 4
•
•
IN WITNESS WHEREOF, the parties hereto each herewith subscribe
the same in triplicate.
Ciem, 121
FOR THE CITY® OF
FAYETTEVILLE, ARKANSAS
By: /Z%/J, %�vrn✓
(Name) (Title)
Dated this .2hri day of Rahe , 1995
()artily/A-76
FOR McCLELLAND CONSULTING ENGINEERS, INC.
B
Gime ,44. G /fdiiY u4,
(Name) (Title)
Dated this � day of
42/"./ , 1995
• CHANGE ORDER ..
Order No 1
Date•
FY902103
3114/95
Agreement Date•
NAME OF PROJECT. Fayetteville 36" Water Main,
Contract Section III
OWNER. City of Fayetteville
CONTRACTOR- Kraus Construction Co. Inc.
9/20/94
The following changes are hereby made to the CONTRACT DOCUMENTS:
Install 144 ft of 36" pipe below the creek bottom grade at the Mud Creek crossing and
add a 12 -inch outlet at approximate station 343+04, as listed in the attached table.
Justification:
Revisions are desired by the property owners to accommodate future development of the
property.
Change to CONTRACT PRICE:
Original CONTRACT PRICE
$ 3,762,116.00
Current CONTRACT PRICE adjusted by previous CHANGE ORDER'$ 3.762.116.00
The CONTRACT PRICE due to this CHANGE ORDER will be (increased) ( r -eased)
by•$ 13.060.00
The new CONTRACT PRICE including this CHANGE ORDER will be $ 3,775,176.00
Change to CONTRACT TIME:
The CONTRACT TIME will be (increased) (-lesrea-sed) by 1 calendar days.
The date for completion of all work will be December 6. 1995 (Date).
Approvals Required:
To be effective this Order must be approved by the Federal agency if it changes the
scope or objective of the PROJECT, or as may otherwise be required by the SUPPLE-
MENTAL GENERAL CONDITIONS.
Requested by -
Recommended by•
Ordered by• X
Aar City
Accepted by.
1
Ai
onsulting Engineers, Inc.
eville
Kraus Construction Co.
Federal Agency Approval (where applicable) N/A
CONTRACT DOCUMENTS FOR CONSTRUCTION OF Document No. 10
Change Order: Page 1 of 1
FEDERALLY ASSISTED WATER AND SEWER PROJECTS
•
•
ATTACHMENTS TO CHANGE ORDER NO. 1
36" WATER MAIN MODIFICATIONS ON PROPERTY
OWNED BY NANCHAR, INC. AND MARJORIE S. BROOKS.
A. Add 12" Outlet at Station 343+04 (440 ft east of west property
line):
1. 12" Outlet on 36" Concrete Pipe
2. 20 ft of 12" DIP as bid at $90/ft
3. 12" Butterfly Valve as bid at $1150.00/ea
4. 12" Cap
Outlet Subtotal
$ 2,450.00
1,800.00
1,150.00
280.00
$ 5,680.00
B. Install 144 feet of 36" Concrete Pipe below the creek bottom
grade, to accommodate future widening/straightening of the
creek channel:
1 Extra depth excavation
2 160 ft (71 CY) of Concrete Encasement as
bid at $100/CY
Creek Crossing Subtotal
Change Order Construction Total
$ 280.00
7,100.00
$ 7,380.00
$13,060.00
•
• •
AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
STAFF REVIEW FORM
MICRO
•
o'J a
/ rKi<4S
-aa
9-
key J - f y
For the Fayetteville City Council meeting of for Mavors approval
FROM:
Sid Norbash / Enaineerina Public Works
Name Division Department
ACTION REQUIRED: Approval of Change Order #2 to the contract with Kraus
Construction ,Inc. for the 36" Water Transmission Project Sec III.
Justifications for this change order are included within the change order.
COST TO CITY:
576.567.00 71151,733(Cont.354,783) 36" Water Transmission
Cost of this Request Project Budget Category/Project Name
5400-5600-5808-00
Account Number
90007-2020
Project Number
61899.613(Cont.94.789.21)Capital Water Mains
Funds Used To Date Program Name
252,120(Cont.259,993.79)Water & Sewer
Remaining Balance Fund
BUDGET REVIEW:
- X Budgeted Item Budget Adjustment Attached
Budget Co dinator
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
4trn.w
Accounti
Cit Attorney
Purchasing Officer
/7,241-16
Date
GRANTING AGENCY:
ordinator,'
t
Date
I -c 6-9&,
Date
ernal Auditor
Date
V
Date
STAFF RECOMMENDATION:
partmDirector
S
Administrat
ices Director
Mayor
Date
I-zs
Date
Cross Reference
New Item: Yes NO
Prev Ord/Res #: //S
v
Orig Contract Date:
FAYETTOILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
•.
To:
Thru:
From:
Date:
Charles Venable, Asst. Public Works Director
Don Bunn, City Engineer
Sid Norbash, Staff Engineer fin/
January 22, 1996
Re: 36" Water Transmission Line
Contract Sec -III - Kraus Construction
Change Order No. 2
In reference to the above project, this change order was
necessitated due to the Highway Department requirements for Highway
crossings.
Our original applications to A.H.T.D. did not include encasement
pipes from R.O.W. to R.O.W., however McClelland had to revise the
plans to comply, and a change order became necessary.
New unit prices were negotiated , for the portion that we had no
bid item, and the related change order is attached.
The funds will be available from the project contingency fund
Following is a summary of the contingency fund changes:
Original Contingency amount
Sec I - C.O. #1 (National)
Sec I - C.O. 02
Sec III - C.O. 01 (Nanchar)
McClelland Amndt. #1
McClelland Amndt. 02
McClelland Amndt. #3(National)
McClelland Amndt. 14
McClelland Amndt. 15(Nanchar)
McClelland Amndt. 16
McClelland Amndt. 17
Contingency Balance to date
$354,783.00
no cost to
39,076.63
no cost to
11,203.74
25,038.38
no cost to
1,252.96
no cost to
3,217.50
15,000.00
$259,993.79
(Continued)
City
City
City
City
•
Charles Venable
January 22, 1996
Page 2
As of this date Contract Sections I & II are within budget,
Contract Section III is running over budget because of numerous
changes required. It is our estimate that these cost over runs will
exhaust most of the contingency fund.
Engineering contract, however, appears to finish under the budgeted
amount, thus offsetting some of the construction costs.
We will submit a reconciliation change order at the completion of
the project to cover all changes.
Please obtain Mayor's approval of the attached C.O. #2 and C.O. /3.
SN/sn
attachments
ULIJ 1 JJL 1J: 1J bb144JJ241
•
RECE;`� tt
NAME OF PROJECT:
0
teiLLLLLLANIV LPluil tLkb
CHANGE ORDER •
Order No. 2_
Faye eviil . 36" Water Main
•
Date: 3122/91
Agreement Date: _ 9/20/24
Contract $ectionIII
OWNER:
CONTRACTOR: Kraus Construction Co.. Inc.
The following changes are hor by made in th , f!f1NTR s r'r nen.. .. yj t.,1 u.
Install affect bury copings at IIighwnys 71 and 71$.
Justification:
Changes required by Arkansas Highway and Transportation Department.
Change to CONTRACT PRICE:
Original CONTRACT PRICE: $ 3.762.116.00
Current CONTRACT PRICE adjusted by previous CHANGE ORDER: $ _ 3.775.176.00
The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (decreased)
by: $ 76367.00
The new CONTRACT PRICE including this CHANGE ORDER will be: $ 3.851.743.00
Change to CONTRACT TIME:
The CONTRACT TIME will be (increased) (demised) by 12 calendar days
The date for completion of all work will be December 18. 1995 _ (Date).
Approvals Required:
To be effective this Order must be approved by the Federal agency if it thanthe scope or objective
or the PROJECT, or as may otherwise be required by the SUPPL�NTAL GENERAL
CONDITIONS.
Requested by:
Recommended by:
Ordered by:
May
Accepted by:
Federal Agency Approval (where applicable): _N/A
ni-1n
G u3:3nPM
WEI
• •
•
ATTACHMENT TO CHANGE ORDER NO. 2
March 22, 1995
SCHEDULE OF HIGHWAY CASINO MODIFICATIONS
36 -INCH WATER MAIN
ERADS CONSTRUCTION COMYANY
HIGHWAY
ORIGINAL
REVISED
CHANGE UNIT
COST
NO.
CASINGCASING
IN PRICE
INCREASE
IPLANSHZIET
LENGTH
LENGTH
LENGTH
71
0 FT
150 FT
150 FT $343.85/
$51,577.50
BYPASS
FT
S1
71
0 FT
82 PT
82 FT $304.75/
24,989.50
BUSINESS
PT
II S7K, Rr.7 nn
01-14-96 0;:4 UUFM F03
Eny,
K ra c,S ,_ oft <, �m
STAFF REVIEW FORM
AGENDA REQUEST a -/a 9`
X CONTRACT REVIEW Q<.5 ,/S -9-
GRANT REVIEW A41CRcj p
1��f r
For the Fayetteville City Council meeting of for Mayors approval
Sid Norbash Apk^ Engineering Public Works
Name Division Department
ACTION REQUIRED: Approval of Change Order #3 to the contract with Kraus
Construction ,Inc. for the 36" Water Transmission Project Sec III.
Justifications for this change order are included within the change order.
COST CIY:
S8,499.96 7.15 ."133 CCo„• 3s4,x3) 6" Water Transmission ex
Cost of this Request /Project Budget Category/Project Name
5400-5600-5808-00 f8 1 13 LOa4. 94,7ff9•a1) Capital Water MAins
Account Number Funds Used To Date �) Program Name
90007-2020 1% Iti0 iC1.;Lc;gJC/`l3. 'f/water & Sewer
Project Number Remaining Balance Fund
BUDGET REVIEW: X Budgeted Item Budqet Adjustment Attached
I
Department Director
CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY:
/-/a I
Date ADA Coordinator Date
l- /Z-
,
Date Iternal Auditor Date
l-25-%
Purchasing Officer Date
STAFF RECOMMENDATION:
Date Cross Reference
Z ___ • U New Item: Yes_ Nol
Date
_ Prey Ord/Res #: //C 9i
Administrativ entices Director Date
vYY� C
orig Contract Date: 7/r� r
Mayor Date
•
• CHANGE ORDER
Order No. 3
Date: 12/12/95
Agreement Date: 9/20/95
NAME OF PROJECT: Fayetteville 36" Water Main
Contract Section III
OWNER: City of Fayetteville
CONTRACTOR: Kraus Construction Co.. Inc.
The following changes are hereby made to the CONTRACT DOCUMENTS:
Provide compensation to the Contractor for extra work that was required in three
separate areas per the attached schedule and documentation.
Justification:
Justification for the extra work is indicated on the attached schedule.
Change to CONTRACT PRICE:
Original CONTRACT PRICE: $ 3.762.116.00
Current CONTRACT PRICE adjusted by previous CHANGE ORDER: $ 3.868.418.00
The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (decreased)
by: $ 8.499.96
The new CONTRACT PRICE including this CHANGE ORDER will be: $ 3.876.917.96
Change to CONTRACT TIME:
The CONTRACT TIME will be (increased) (deereascd) by 2 calendar days.
The date for completion of all work will be Dec. 20. 1995 (Date).
Approvals Required:
To be effective this Order must be approved by the Federal agency if it changes the scope or objective
or the PROJECT, or as may otherwise be required by the SUPPLEMENTAL GENERAL
CONDITIONS.
Requested by:
Recommend
Ordered by:
Accepted by
Federal Agency Approval (where applicable): N/A
U
nolnaul$tne,) iveurz.l
OTIa X08 oq
EtE'ST HA ,5ti1n2 .j9
F
na1iDS.'112fI03 .".witJ`t}I
ESUST Slit .{1320: .ti
etistl OS
c�\ES\01
O .a£.t. 23.0 ' ogtq Tub l?\I I OSS
iT.St I$.0 sgiq €n "S a5
0d.8 8t. asi Pt t I
£0.0.I 10.01 zsaubs. t x 1+\1. t I
,al i-z A\I I I
OS.IT2 €A.l1 ail; A\I d
.VC tid.rt: uoiau I\I t t
4c,I r.r olggia 92oIa x4\S i•_ I
8E," BE.r ylcilt;z SI x A\I I I
Intl Ti ,E s a11, "I E
E€.ac EE.SS noiuu 'I I
a4.S b>.I slggstt S x I
Oto.as 00.85 ;: zsar14
4a.I»8I oo.t tzdsi 7.1�
00.0 00.0 ;sevte#trsaasssws►sasssst I
"A 04,0' s���xa asrt akoa:�x�s. ss srrss�rss !
8O;c.E 01i.8£ zorizsi I
08»81 sale sgiq Phi I of
, at -1 iAt 1 t
gnilquon hit I I
tIw t x P\f i t
TT.0 "T. LIo "i
t7 . t siggizz C x I I t
i;B.I 88.I agl,i )1anid 1\I I I
00.0
4
• •
SCHEDULE OF CHANGES
FAYETTEVILLE WATER MAIN
CONTRACT SECTION III
CHANGE ORDER No. 3
Change 3A
The 36 -inch water main crossed two sewer mains on the west side of Scull Creek
these two sewer mains are generally parallel and close together, and were so
marked when the surveying for the plans was completed and when the utilities were
located at the time of construction. Unfortunately, the east sewer main has a kink
to the east at this location, which resulted in its actual location being so dose to
Scull Creek, it conflicted with the water main. The Contractor was required to
obtain special fittings to offset the 36 -inch water main, and was delayed for
approximately 2 days while these fittings were being delivered. The attached letter
dated May 1, 1995, itemizes these costs.
Change 30:
A gas service line to a home at 2390 Deane Solomon Drive was crossed with the
36 -inch water main. Several days after the crossing, it was determined to be
leaking and was shut off by the gas company on Friday, October 20,1995. The gas
remained off the entire weekend. The Contractor was advised of the situation
Monday morning and provided a crew to expose the line, and a plumber to repair
it Upon exposing the gas line, it was determined to be leaking at the crossing area,
but it was also determined to be defective the full length of the line and even under
the house. Since the house had been out of gas for the entire weekend and it is
used for a child day care business, it did not seem appropriate to leave the service
line in a unusable condition. Consequently, the Contractor provided a backhoe and
labor to replace the entire service line, and the plumber replaced 275 feet of gas
service line. This exceeded the Contractor's responsibility to protect and/or repair
the 30 feet in the water main easement. Reimbursement of the plumber's invoice
in the amount of $698.56 is recommended. A copy of this invoice and itemized
breakdown is attached.
Change 3C:
At the direction of City personnel, the Contractor had a lawn care company plant
pine trees and sod along the water line route on Mary Denham's property. This
work exceeded the level of effort required by the contract documents and the
easement special conditions. Consequently, reimbursement of the attached invoice
from All Around Lawn Care and Landscaping in the amount of $1,740 is
appropriate.
FY902103:SKED-CO3.D13:jm -1
..
Extra Work at Scull Creek
Gas Service Replacement
Denham Landscaping
TOTALS
Additional
Time
1.5 days
0.5 day
2 days
FY902103:SKED-CO3.D13:jm -2
Kraus) Construction Company
Post Office Box 5170, Fort Smith, Arkansas 72913
(501) 783-6017
FILE COPY May 1, 1995
Mr. Robert White, P.E.
McClelland Consulting Engineers
1810 North College
Fayetteville, AR 72703
Re: 36" WL Realignment
Fayetteville, AR
Dear Sir:
I would propose the following as payment for the realignment
made necessary by the sewer line at Sta. 330+51:
Materials w/tax
$1,661.40
Labor -2 days -50%
1,771.88
Equipt. 1 1/2 days -50%
1.837.50
Sub -Total
5,270.78
15% Profit
790.62
Total
$6,061.40
Please discuss this with the City and prepare the proper
paperwork. You will note I have absorbed 50% of the labor and
equipment costs as we were able to do a little maintenance during
the downtime.
Very truly yours,
KRAUS CONSTRUCTION COMPANY
Robert Kraus
RK:c
STRA(
PLUMBING & HEATING
DARIN STRANGE
60 St. John Place
FARMINGTON, AR 72730
(501) 267-5914
Krouss Construction
PO Box 5170
Ft. Smith, AR 72913
STRANGE PLUMBING & HEATING
DESCRIPTION - ..<}.,.ty^
,�y ES ---
-'CREDfTS' :.,-.
•"_*"•;`m :�.
••,`.."':.
a eras
192.50
0.00
192.50
0/24/95 Labor
TOTAL A1JNI.PIJE
0.00
0.00
0.00
0.00
0.00
AMOUNT ENCLOSED
RETURN THIS PORTION WITH PAYMENT
PREVIOUS BALANCE ►
0.00
MESSAGES l CO M UM
cnai-h qjou
nioow.rma.-"—,-.rwm.nwffifl nu• iarmr.pewdarwMm C -O4 enUNt $_.-4 T NOJA
• 10/23/95
Krouss Construction Krouss Construction
Po Box 5170 Po Box 5170
Ft. Smith, AR 72913 Ft. Smith, AR 72913
10/23/95 30 Days
220
1 1/4 gas pipe
0.62
136.40
25
1" gas pipe
0.51
12.75
1
1 1/4 tee
6.19
6.19
1
1 1/4 x 1 reducer
10.01
10.01
1
1 1/4 riser
54.74
54.74
1
1" riser
45.83
45.83
5
1 1/4 ells
4.43
22.15
5
1 1/4 black pipe
1.65
8.25
1
1 1/4 union
37.54
37.54
3
1 1/4 x 4 nipples
2.53
7.59
1
1 1/4x close nipple
1.54
1.54
1
1 1/4 x 12 nipple
7.35
7.35
3
1" ells
3.77
11.31
1
1" union
26.33
26.33
2
1 x 2 nipple
1.28
2.56
1
tracer wire
26.00
26.00
4.5
labor
35.00
157.50
1
sssssssssssssssssssssssssssssssss
0.00
0.00
1
sssssssssssssssssssssssssssssssss
0.00
0.00
1
labor
35.00
35.00
30
1 1/4 pipe
0.62
18.60
1
1 1/4 riser
54.74
54.74
1
1 1/4 coupling
3.99
3.99
1
1 1/4 x 1 ell
5.25
5.25
1
1" ell
3.77
3.77
1
1 1 x 3 nipple
1.52
1.52
1
1 1/4 black pipe
1.65
1.65
698.56
0.00
0.00
698.56
t. •i5 1V.2] .JA>(TIUIE. It -IC.
___ji___
ALL AROUND LAWN CARE
AND LANDSCAPING
4040 N. Howard Porter Road
Fayetteville, AR 72703
(501) 443-2763
MATERIALS
TOTAL ITOTAL
COMMENTS
TEL 501 12508 P. 1
i-312'- 7f3- 3V7`7
CUSTOMER
,tva fl.S C crns/n Ltle/t,
DATE
p2-/o-'XC
LABOR
SUBTOTAL OF
BOTH COLUMNS
TAX
TOTAL
'TIiani? 'You!
Officer
C
AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
STAFF REVIEW FORM
.•
For the Fayetteville City Council meeting of N/A - For Mayor's" prt3va2
IJ.{-)VF
Sid Norbash ldvV Engineering Public Works
Name Division Department
ACTION REQUIRED:Approval of Reconciliation Change Order # 4 to finalize the contract
with Kraus Construction Co for the construction of the 36" Water Transmission Line.
COST TO CITY:
5239.686.12
Cost of this Request
5400-5600-5808-00
Account Number
90007
Project Number
Coordinator
S7.450.469
Category/Project Budget
57.203.355
Funds Used To Date
S 247.114
Remaining Balance
36" Water Transmission Line
Category/Project Name
Capital Water Mains
Program Name
X Budgeted Item _ Budget Adjustment Attached
Services Director
CONTRACT/GRANT/LEASE REVIEW: RANT ENCY:_
Date I rnal Auditor
DateADA Coordinator
Division Head
Department Director
Administtative
G -d0-910
Date
! r
Date
b z fo
Director Date
K%y6
Date
J
New Item: Yes No
Date
Date
Prev Or Res .- Y
Orig Contract Date:
• CHANGE ORDER • .
Order No.
Agreement Date: 9/20/94
NAME OF PROJECT: Fayetteville 36" Water Main
Contract Section III
OWNER: City of Fayetteville
CONTRACTOR: Kraus Construction Co. Inc.
The following changes are hereby made to the CONTRACT DOCUMENTS:
Provide compensation to the Contractor for extra pavement repair work and gravel backfill
required under the extra pavement areas.
Justification:
Parking lots were constructed along the pipeline route between the time the project was bid and
the time construction was completed, requiring the Contractor to repair additional paved areas.
Additional gravel backfill was required in these areas and at Van Asche Drive, where the line
location was shifted to the middle of the street, as required by the Highway Department.
Change to CONTRACT PRICE:
Original CONTRACT PRICE: $ i762.116.00
Current CONTRACT PRICE adjusted by previous CHANGE ORDER $ 3860242.96
The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (decreased)
by: $ 239,686.12
The new CONTRACT PRICE including this CHANGE ORDER will be: $ 4,099 ,929 . 0 8
Change to CONTRACT TIME:,
The CONTRACT TIME will be (increased) (decreased) by unchanged calendar days.
The date for completion of all work will be December 20. 1995 (Date).
Approvals Required:
To be effective this Order must be approved by the City of Fayetteville if it changes the scope or ob11e�ctive or the
PROJECT, or as may otherwise be required by the SUPPLEMENTAL GENERAL CONDITIONS.
Recommend
Ordered by:
Accepted by
Federal Agency Approval (where applicable):
RY90103:CO-4(REV):528:jm
FAYETTE?I LLE S
THE CITY Of FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Kevin Crosson, Public Works Director
Charles Venable, Asst. Public Works
Thru: Don Bunn, City Engineer
From: Sid Norbash, Staff Engineer
Date: June 11, 1996
Re: 36" Water Transmission Line
Contract Sec -III - Kraus Construction
C.O. 1 4 (Reconciliation) &
Use of Contingency Fund
rector
In reference to the above project, as previously mentioned, some
extra work has been required for various reasons. Also initial
estimated quantities for some items such as granular fill were too
low. As a result, this contract is now over budget and using the
contingency fund.
The justifications and explanations for the extra costs are
submitted by Project Engineer, Mr. Robert White, and are attached
for your information.
Please obtain Mayor's approval for the attached C.O. #4
(Reconciliation). This will allow for the payment of the final pay
estimate no. 15 in the amount of $296,680.49.
The funds will be available from the project contingency fund .
Attached is a cost summary for the project's contracts and
contingency fund changes to date.
SN/sn
attachments
36" Water Transmission Lines
Cost Summary
Contract Contract Change Total Actual Balance
Section Amount Order Budget Cost
SECI $1,515,703.00 #1 $39,480.00 $1,555,183.00
HMG #2 $39,076.63 $1,594,259.63
#3 $ 7,406.06 $1,601,665.69 $1,588,169.71
Extra work paid by National <$ 39,480.00> <$ 39,480.00>
C.O. #1
Total City's cost $1,562,185.69 $1,548,689.71 $13,495.98
cost savings
SEC II $1,817,867.00 #1 <$ 3,000.00> $1,814,867.00 $ 1,807,482.00 $7,385.00
SEFCO cost savings
(anticipated)
SEC $3,762,116.00 #1 $ 13,060.00 $3,775,176.00
KRAUS #2 $ 76,567.00 $3,851,743.00
#3 $ 8,499.96 $3,860,242.96 $4,091,682.76
------------------ ---------------
Extra work paid by Nanchar <$ 13,060.00> <$ 13,060.00>
C.O. #1
Total City's cost $3,847,182.96 $4,078,622.76 <$231,439.80>
extra work
CONTINGENCY:
Original Amount Change Order
$354,783.00 Sec I C.O. #2 -$39,076.63
Sec I C.O. #3 -$ 7,406.06
Sec I Savings +$13,495.98
Sec U C.O.#1 +$3,000.00
Sec II Savings+$ 7,385.00
Sec III C.O. #2-$76,567.00
Sec III C.O. #3$ 8,499.96
Proposed & attached Sec III C.O. #"231,439.80
Balance
$315,706.37
$308,300.31
$321,796.29
$324,796.29
$332,181.29
$255,614.29
$247,114.33
$ 15,674.53
City of Fayetteville, Ar ansas
36" Waterline Construct on Budget
Project Phase Approved Budget Cost to The City Rem Budget
Section 1 (Res 113-94)
Section 2 (Res 114-94)
Section 3 (Res 115-94)
Contingency (Res 116-94)
Less Cost Paid By Property Own
Nanchar
National
1,515,703
1,817,867
3,762,116
354,783
,rs:
Home
1,588,170 (72,467)
1,807,482 10,385
3,860,243 (98,127)
354,783
(13,060) 13,060
(39,480) 39,480
Total 7,450,469 7,203,355 247,114
McCLELLAND JUN o 3 }396 P.O. Box 1229
MCECONSULTING _ Fayetteville, Arkansas 72702-1229
443
501-443-2377
DESIGNED TO SERVE ENGINEERS, INC. FAX 501-443-9241
May 31, 1996
Mr. Sid Norbash
City of Fayetteville
113 W. Mountain Street
Fayetteville, AR 72701
Re: Fayetteville 36" Water Main
Contract Section III
Cost Overrun Items
Dear Mr. Norbash:
FY902103
Engineer's Estimate No. 15 lists the final pay quantities for the 36 -inch water main from
North College near Ryans to near Old Farmington Road. This estimate has a substantial
cost overrun which, upon review is due to three main items, as follows:
1. Bid Item 30 and 30A Concrete Repairs
Bid Item 30 was for concrete surface restoration. When the design was
completed and the project bid, the only significant concrete surface requiring
restoration was the concrete parking lot at the Wedington Liquor Store, south
of Wedington Drive. Other concrete surface repairs included some driveways
along Mount Comfort Road, where the 12 -inch main was installed. We had
estimated 300 square yards of concrete repair, and had used 130 square yards
between January and October of 1995. In November, two new concrete
driveways were repaired at the Woodway Apartments and near the bookstore
on Shiloh Drive that required 193 square yards of concrete, for a total of 323
square yards, as compared to the 300 square yards originally estimated. In
January, 197 square yards were installed at the new concrete driveway to the
Guest House Inn. In April, the concrete surface was repaired at the Wedington
Liquor Store and at the new strip shopping center south of this liquor store. A
total of 1241.6 square yards of 8 -inch thick concrete and 257.6 square yards of
6 -inch thick concrete surface was installed at this location. These new areas
resulted in a total of 2019.38 square yards of concrete surface being installed at
a cost of $114,722.80, as compared to the original 300 square yards that were
estimated, with an original repair cost of $18,000. Consequently, this accounts
for $96,722.80 of the project cost overruns. In comparison, there were no
L
Mr. Sid Norbash
City of Fayetteville
May 31, 1996
Page.............2
significant new
asphalt
repair areas (Bid Item 29) and we had an underrun of
$16,593.50 on
asphalt
surface
repairs.
2. Bid Item 26GranularFill
Granular Fill (Class 7 Base) was used to backfill the pipe trench under paved
areas. Due to the massive increase in concrete surface repair areas, as discussed
above, there was a major increase in the base material required for these new
pavement areas. This accounted for the majority of the base material overrun.
Two other areas also contributed to the overrun. The project was bid with the
water main in Van Asche Drive under the Highway 71 overpass to be direct
buried in the edge of the street, with a minimal length of pipe in the street. The
Highway Department subsequently required the pipe to be encased, resulting
in the need to shift the pipe further out in the street, for a longer length, and the
need for a larger trench for the encasement pipe. Consequently, a much larger
quantity of base was required at this location. The second area requiring an
unexpectedly large quantity of base was the bore pit for the North College bore,
which was at the end of Shiloh Drive, near the Ryans Steakhouse. Since it was
anticipated that Shiloh Drive will eventually be extended across Mud Creek, this
area was filled with base. Due to the mucky soil in this area, the many rains
which occurred during the boring operation, and the fact that an existing water
line blew apart in the side of the pit, the resulting hole was much larger than I
had allowed for in my estimate of the quantity of base required. The overall
result was an overrun in the base cost of $124,750.80 from the estimated
quantity of 3,550 tons to the quantity used of 9,787.54 tons.
3. Bid Item 25. Trench Stabilization Material
Trench stabilization material is large crushed rock in the 3 -inch size range. It is
used where the trench bottom is too mucky to properly support the pipe. We
did not know if any would be required, but included 200 tons in the bid
schedule in case some was needed. In fact, a long stretch along Mud Creek
between North College and Gregg Avenue proved to be quite mucky. The
Contractor would install a joint of pipe and before they could get the trench
opened for the next joint, the previous joint had settled into the trench bottom.
The Contractor actually had to remove and relay several joints. By using the
trench stabilization material, it was possible to prevent this situation and
• • .
Mr. Sid Norbash May 31, 1996
City of Fayetteville Page.............3
continue with the project. A total of 1144.75 tons were used, resulting in an
overrun of $18,895.
As discussed above, some of the project overruns were due to unanticipated situations.
However, the vast majority of the overruns are directly due to the new pavement areas,
requiring the major cost increase in concrete surface repairs and most of the cost increase
in granular fill. Review of all of the other bid items indicate that the other final costs
were generally at or under the bid costs. Please advise if there are other questions on this
matter.
Very truly yours,
McCLELLAND CONSULTING ENGINEERS, INC.
Robert W. White, P.E.
Project Manager
RWWrm
' ADDENDUM NO. 1
To the Contract Documents for
Water System Improvements Contract Section III
36 -Inch Water Transmission Main
City of Fayetteville
Fayetteville, Arkansas
FY 902103(3)
July 27, 1994
To All Planholders:
Gentlemen:
' The project specifications are hereby revised in accordance with
the following items:
' 1. Specification Section 15001-6, Cement -Mortar -Lined Tape
Coated Steel Water Pipe and Fittings is deleted from the
Specifications. Steel pipe shall not be allowed on this
project.
' 2. Specification Section 15001-2, Cement -Lined Ductile Iron
Pipe and Fittings is revised to allow only 250 psi
' pressure class ductile iron pipe as the minimum pressure
class for all pipe sizes. Pressure class 150 and 200
shall not be used.
' 3. Plan Sheet 22 is revised to delete the Typical Trench
Detail for 24"-36" DIP from 3' to 12' Depth of Cover.
The Concrete Pipe Typical Trench Detail on Plan Sheet 23
shall also be applicable for 24" to 36" DIP from 3' to
14' Depth of Cover (Class 250 DIP). The Typical Trench
Detail on Plan Sheet 22 for 24"-36" DIP for 12' to 23'
' Depth of Cover shall now be used for Class 250 DIP for
14' to 25' Depth of Cover. Where the depth of cover
exceeds 25', higher pressure class pipe shall be used in
accordance with Paragraph 2.01 D. on Specification page
15001-2-1.
4. Paragraph 2.01 A. on page 15001-4-1, Prestressed Concrete
' Cylinder Pipe and Fittings shall be revised to include
the following:
' The minimum prestressing wire size shall be a 6
gauge. The pipe design shall be based on the
specified tensile strength of the wire class used,
and that value shall not exceed the minimum tensile
strength specified in ASTM A648 -88B for Class III
wire.
I
I
r
H
H
H
I
The minimum nominal thickness of the steel cylinder
shall be 16 gauge (0.0598 inches).
5. If the Contractor elects to install concrete pipe he
shall provide two bell end by mechanical joint spigot
adapters and two spigot end by mechanical joint spigot
adapters, all 36 -inch in size and all designed to allow
the Owner to make emergency repairs to the concrete pipe
by replacing damaged joints of concrete pipe with plain
end segments of 36 -inch ductile iron pipe, ductile iron
repair sleeves, and the above listed concrete pipe
adapters. These four adapters shall be provided as part
of the water main bid items, and no separate payment will
be made for these adapters.
Very truly yours,
MCCLELLAND CONSULTING ENGINEERS, INC.
Robert W. White, P.E.
Project Manager
RWW/md
I
I
I
/A
Receipt is acknowledge and conditions agreed to this T day of
1994.
Bidder:
I By:
I
I
r
r
ITT
I
TABLE OF CONTENTS
I
PART/SECTION NO. SUBJECT PAGE NO
PART I BIDDING REQUIREMENTS
1 00030 Advertisement for Bids 1-2
00100 Instructions to Bidders 1-7
00300 Proposal 1-13
00350 Bid Bond 1-2
' 00360 Notice of Award 1
State Wage Determination
' PART II CONTRACT FORMS
00500 Contract1-6
00550 Notice to Proceed 1
' PART III CONDITIONS OF THE CONTRACT
00700 General Conditions 1-36
00800 Supplementary Conditions 1-7
' PART IV SPECIFICATIONS
' DIVISION I GENERAL REQUIREMENTS
01000 Abbreviations 1-3
01009 Summary of Work 1-2
01011 Site Conditions 1-26
01014 Protection of the Environment 1-2
01016 Safety Requirements and
Protection of Property 1-4
' 01027 Applications for Payment 1-2
01028 Change Order Procedures 1-3
01070 Cutting and Patching 1-2
' 01210 Preconstruction Conference 1
01300 Submittals During Construction 1-8
01311 Schedule and Sequence
of Operations 1-3
'
01400 Quality Control 1-3
01500 Temporary Construction Facilities
and Utilities 1-4
01600 Material and Equipment Shipment,
Handling, Storage, and Protection 1-4
01700 Contract Closeout 1-3
' 01710 Final Cleaning 1-2
01720 Project Record Documents 1-3
DIVISION 2 SITE WORK
'
02102 Clearing, Grubbing, and Stripping 1-3
02200 Earthwork, Trench Excavation and
Backfill 1-21
' 02218 Landscape Grading 1-3
02223 Highway and Railroad Undercrossings 1-6
02485 Finish Grading and Grass 1-3
' 02601 Asphalt, Concrete, and Gravel
Surface Restoration 1-11
C
I
TABLE OF CONTENTS
' PART/SECTION NO. SUBJECT PAGE NO.
DIVISION 3 CONCRETE
03210 Reinforcing Steel 1-4
03300 Concrete 1-16
DIVISION 15 MECHANICAL
' 15001 Piping - General 1-10
15001-2 Cement -Lined Ductile
Iron Pipe and Fittings 1-5
15001-4 Prestressed Concrete Cylinder
Pipe and Fittings 1-6
15001-6 Cement -Mortar -Lined Tape Coated
Steel Water Pipe and Fittings 1-39
15001-14 Polyvinyl Chloride (PVC) Pipe 1-3
15013 Miscellaneous Piping Specialties 1-3
15080 Manually Operated Valves
' and Check Valves 1-5
15082 Self -Contained Automatic
Process Valves 1-3
APPENDIX
Occupational Safety and Health Administration (OSHA)
Standard for Excavation and Trenches Safety System.
29 CFR 1926, Subpart P.
' DRAWINGS - Bound Separately
I
I
I
n
I
I
I
I
SECTION 00030
ADVERTISEMENT FOR BIDS
BID NO,
OWNER: City of Fayetteville
113 West Mountain
' Fayetteville, Arkansas 72701
ENGINEER: McClelland Consulting Engineers, Inc.
P.O. Box 1229
Fayetteville, AR 72702
(501) 443-2377
' PROJECT N': FYFY902103, Contract Section III
The City of Fayetteville will receive sealed bids for construction
of a 36 -inch water transmission main and a 12 -inch distibution main
' approximately 37,995 feet of 36" and 5.260 feet of 12" water main,
bored highway and railroad crossings, fire hydrants, air release
valves, and related work.
' Bids shall be on a unit price basis.
The City of Fayetteville will receive bids until 11:00 A.M.
local time on Thursday August 4 , 1994, at the office of the
Purchasing Officer. Bids received after this time will not be
accepted. Bids will be opened and publicly read aloud immediately
after specified closing time. All interested parties are invited
'to attend.
Bidding Documents may be examined at the offices of the Engineer
' and at:
ABC Plans Room Construction Market Data F. W. Dodge Reports
' c/Ozark Floor Co. P.O. Box 1109 (72203) 5100 E. Skelly
928 N. College 1501 N. Pierce, Ste 101 Suite 1010
Fayetteville, AR Little Rock, AR 72207 Tulsa, OK 74135
Copies of the Bidding Documents may be obtained through the
Engineer's office upon payment of $140.00 for each set of
documents. Return of documents is not required, and amount paid
for documents is not refundable. Partial bets are not available.
Section 00030 -1
J
I
I
I
Li
I
I
I
I
I
I
I
I
I
I
Li
For information concerning the proposed work or for an appointment
to visit the site of the work, contact Mr. Robert White, P.E. at
the Engineer's office.
In order to perform public work, the successful Bidder shall, as
applicable, hold or obtain such Contractor's and Business Licenses
as required by State statutes and the Rules and Regulations of the
Arkansas Contractor's Licensing Board. The attention of the Bidder
is directed to the applicable state wage rates to be paid under
this contract.
Each Bid must be submitted on the prescribed form and accompanied
by a certified check or bid bond executed on the prescribed form,
payable to the City of Fayetteville, in an amount not less than 5
percent of the amount bid.
The right is reserved to reject all Bids or any Bid not conforming
to the intent and purpose of the Contract Documents, and to
postpone the award of the Contract for a period of time which shall
not exceed 90 days following the bid opening date.
Dated this day of
City of Fayetteville, Arkansas
Purchasing Officer
Publish:
P.O. #
Section 00030 - 2
I
I
I
1
SECTION 00100
INSTRUCTIONS TO BIDDER
PARAGRAPH NO /TITLE _ PAGE NO
1.
FORMAT.... ...a.... • • ass•ae•a . . . S 5••eSu•• a ass...... ...
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 ....... ................... a...
2
7.
PROJECT MANUAL & DRAWINGS .........................
2
8.
TYPE OF BID................a.......................
2
9.
PREPARATION OF BIDS ................................
3
10.
STATE AND LOCAL SALES AND USE TAXES .................
3
11.
SUBMISSION OF BIDS................................a
3
12.
TELEGRAPHIC OR WRITTEN MODIFICATION OF BIDS ........
4
13.
WITHDRAWAL OF BID...........a........a.............
4
14.
BID SECURITY.....................................a..
4
15.
RETURN OF BID SECURITY ..............................
5
16.
AWARD OF CONTRACT........a..........................
5
17.
BASIS OF AWARD...............................a......
5
18.
EXECUTION OF CONTRACT ...............................
5
19.
PERFORMANCE AND PAYMENT BONDS .......................
6
20.
FAILURE TO EXECUTE CONTRACT AND FURNISH BOND.........
6
21.
PERFORMANCE OF WORK BY CONTRACTOR ...................
6
22.
TIME OF COMrLETION ... . . . . . . . . . . . . . . . . . . ..a...... . . . .
7
23.
PROVIDING REQUIRED INSURANCE ........................
7
24.
TRENCH AND EXCAVATION SAFETY SYSTEM .................
7
SECTION 00100
INSTRUCTIONS TO BIDDER
PARAGRAPH NO./TITLE PAGE NO
25. SUBCONTRACTOR'S PERFORMANCE AND PAYMENT BOND........ 7
26. PROPOSED SUBSTITUTION FOR SPECIFIED ITEMS........... 7
I
I
I
SECTION 00100
INSTRUCTIONS TO BIDDERS
FORMAT
The Contract Documents are divided into parts, divisions, and
sections in keeping with accepted industry practice in order to
separate categories of subject matter for convenient reference
thereto. Generally, there has been no attempt to divide the
Specification sections into work performed by the various building
trades, work by separate subcontractors, or work required for
separate facilities in the project.
SPECIFICATION LANGUAGE
' "Command"
type sentences
are
used in Contract Documents. These
refer to
and are directed
to
the Contractor.
I
I
I
I
I
I
I
I
C
I
I
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 (receiver by the Engineer at least 5 working days prior to
bid opening) an interpretation thereof. Any interpretation or
Section 00100 - 1
' 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
I
Bidders receiving a set of the Documents. Bidders shall submit
with their Proposals, or indicate receipt, of all Addenda. The
Owner or Engineer will not be responsible for any other
explanation or interpretations of said Documents not issued in
writing by Addendum.
6. BIDDER'S UNDERSTANDING
Each Bidder must inform himself of the conditions relating to the
execution of the Work, and it is assumed that he will inspect the
site and make himself thoroughly familiar with all the Contract
Documents. Failure to do so will not relieve the successful Bidder
of his obligation to enter into a Contract and complete the
contemplated Work in strict accordance with the Contract Documents.
It shall be the Bidder's obligation to verify for himself and to
his complete satisfaction all information concerning site and
subsurface conditions.
Information derived from topographic maps, or from Drawings showing
location of utilities and structures will not in any way relieve
the Contractor from any risk, or from properly examining the site
and making such additional investigations as he may elect, or from
properly fulfilling all the terms of the Contract Documents.
' Each Bidder shall inform himself of, and the Bidder awarded a
Contract shall comply with, federal, state, and local laws,
statutes, and ordinances relative to the execution of the Work.
' This requirement includes, but is not limited to, applicable
regulations concerning minimum wage rates, nondiscrimination in
the employment of labor, protection of public and employee safety
and health, environmental protection, the protection of natural
' resources, fire protection, burning and nonburning requirements,
permits, fees, and similar subjects.
I
I
I
I
I
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 $140.00 per set. Partial sets will not be
available.
8. TYPE OF BID
Unit prices shall be submitted
Bid. The total a:iount to be paid
amount of the unit price items
in the appropriate places on the
the Contractor shall be the total
as adjusted based on quantities
Section 00100 - 2
H
I
installed and/or any adjustment for additions or deletions
resulting from additive or deductive alternates or change orders
' during construction.
9. PREPARATION OF BIDS
' All blank spaces in the Bid form must be filled in, preferably in
BLACK ink, in both words and figures where required. No changes
shall be made in the phraseology of the forms. Written amounts
' shall govern in cases of discrepancy between the amounts stated in
writing and the amounts stated in figures. In case of discrepancy
between unit prices and totals, unit prices will prevail.
' Any Bid shall be deemed informal which contains material omissions,
or irregularities, or in which any of the prices are obviously
unbalanced, or which in any manner shall fail to conform to the
conditions of the published ADVERTISEMENT FOR BIDS.
I
I
U
I
LJ
[I
I
I
I
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
E
L'.
I
I
I
Li
I
I
C
C
I
I
I
L
BIDS. Bids must be made on the Bid forms provided herein. Each
Bid must be submitted in a sealed envelope, so marked as to
indicate its contents without being opened, and addressed in
conformance with the instructions in the ADVERTISEMENT FOR BIDS.
Bids may not be submitted by FAX machines.
12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID
Any Bidder may modify his
bid
by telegraphic or
written
communication at any time prior
to
the scheduled closing
time for
receipt of bids, provided such
communication is received by the
Owner prior to the closing time.
The telegraphic or
written
communication should not reveal
the
bid price; it shall,
however,
state the addition or subtraction or
other modification so
that the
final prices or terms will not
be
known by the Owner until
the
sealed bid is opened.
13. WITHDRAWAL OF BID
Any Bid may be withdrawn prior to the scheduled time for the
opening of Bid either by telegraphic or written request, or in
person. No Bid may be withdrawn after the time scheduled for
opening of Bids, unless the time specified in Item, AWARD OF
CONTRACT, of these INSTRUCTIONS TO BIDDERS shall have elapsed.
14. BID SECURITY
Bids must be accompanied by cash, a certified check, or cashier's
check drawn on a bank in good standing, or a bid bond issued by a
Surety authorized to issue such bonds in the State where the Work
is located, in the amount of 5 percent of the total amount of the
Bids submitted. This bid security shall be given as a guarantee
that the Bidder will not withdraw his Bid for a period of 90 days
after bid opening, and that if awarded the Contract, the successful
Bidder will execute the attached Contract and furnish properly
executed Performance and Payment Bonds, each in the full amount of
the Contract price within the time specified.
The Attorney -in -Fact (Resident Agent) who executes this bond in
behalf of the Surety must attach a notarized copy of his
power -of -attorney as evidence of his authority to bind the Surety
on the date of execution of the bond.
All bid bonds and Contract bonds shall be executed by a licensed
resident agent of the surety having his place of business in the
State of Arkansas and in all ways complying with the laws of the
State of Arkansas. The mere countersigning of a bond will not be
sufficient.
Section 00100 - 4
G
[1
I
I
7
n
I
Li
I
I
U
I
I
I
L
I
I
H
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
C
C
I
Li
I
C
I
I
I
I
[1
I
I
Ii
L
G
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-attorn<y will have the same date.
20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND
The Bidder who has a Contract awarded to him and who fails to
properly execute the Contract and furnish the Performance Bond and
Payment Bond, within the time frame stipulated elsewhere in these
documents, shall forfeit the bid security that accompanied his bid,
and the bid security shall be retained as liquidated damages by the
Owner, and it is agreed that this sum is a fair estimate of the
amount of damages the Owner will sustain in case the Bidder fails
to enter into a Contract and furnish the bond as hereinbefore
provided. Bid security deposited in the form of cash, a certified
check, or cashier's check shall be subject to the same requirements
as a Bid Bond.
21. PERFORMANCE OF WORK BY CONTRACTOR
The Contractor shall 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
I
I
I
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.
I
I
I
I
J
I
I
I
I
23. PROVIDING REQUIRED INSURANCE
The Bidder's attention is directed to the insurance requirements
set forth in the GENERAL CONDITIONS (amended in the SUPPLEMENTAL
CONDITIONS, if appropriate). Submittal of a bid indicates full
understanding and intent to comply with the insurance requirements
which are a condition of the contract.
24. TRENCH AND EXCAVATION SAFETY SYSTEM
In accordance with Act 291 of 1993 of the State of Arkansas, Bidders
must provide a separate price for trench and excavation safety
programs in the space provided on the bid form. Failure to do so
will subject the bidder to disqualifications.
25. SUBCONTRACTOR'S PERFORMANCE AND PAYMENT BOND
In accordance with Act 190 of 1993 of the State of Arkansas,
subcontractors shall provide to the General Contractor a
performance and payment bond if the conditions of Section 1 of Act
190 are applicable to the project.
26. PROPOSED SUBSTITUTION FOR SPECIFIED ITEMS
The Bidder must comply with Article 50 of Section 00700 of this
Project Manual by submitting complete data for proposed items of
substitution with his Bid Proposal.
END OF SECTION
Section 00100 - 7
C
I
SECTION 00300
PROPOSAL
' NOTE TO BIDDER: Please use BLACK ink for completing this Bid form.
To: City of Fayetteville
Address: City Administration Building
Fayetteville. Arkansas
Project
' Title: Water System Improvements. Contract Section III
36 -inch Water Transmission Main
' Engineer's
Project No.: FY902103
Arkansas Contractor's
' Date: `1 License No.:
T
Bidder: ��ra,.s �n�S�r��=i �cr, C<)
1 -
Address: P UQ;i x 51 )0 c] 1�F .Sri., }.1, ✓fir, 7 Z i j
Bidder's person to contact for additional information on this
'Proposal:
Name: �ob�rf �1✓a.,S
' Telephone: 5Q\•.- 783--(00P')
1. 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 nature of the work and to
SECTION 00300 - 1
I
u
identify the said quantities with the detailed requirements of the
Contract Documents, and that this Proposal is made according to the
provisions and under the terms of the Contract Documents, which
Documents are hereby made a part of this Proposal.
The Bidder
states that he
has experience in and is qualified to
perform the
work herein specified
and, if he does not
have craftsmen
experienced
and qualified
in any phase of the work
for which this
Proposal is
offered, that
he will subcontract the work
under said
phase to a
contractor who
does have the necessary
experience and
qualifications.
The Bidder further agrees that he has exercised his own judgement and
has utilized all data which he believes pertinent from the Engineer,
Owner, and other sources in arriving at his own conclusions.
2. CONTRACT EXECUTION AND BONDS
The Bidder agrees that if this Proposal is accepted, he will, within
15 days after notice of award, sign the Contract in the form annexed
hereto, and will at that time, deliver to the Owner the Performance
Bond and Payment Bond required herein, and will, to the extent of his
Proposal, furnish all machinery, tools, apparatus, and other means of
construction and do the work and furnish all the materials necessary
to complete all work as specified or indicated in the Contract
Documents.
3. CERTIFICATES OF INSURANCE PAYMENT BOND AND PERFORMANCE BOND
The Bidder further agrees to furnish the Owner, before executing the
Contract, the certificates of insurance, Payment Bond, and Performance
Bond as specified in these Documents.
4. BID BOND
Enclosed herewith is a bid bond for 6.o r.4 6.
dollars ($ ) which
we agree the Owner may cash and retain as liquidated damages in the
event of our failure to enter into contract for the work covered by
this Proposal, provided the Contract is awarded to us within ninety
(90) days from the date fixed for the opening of bids and we fail to
execute the required bonds as called for in the Specifications within
fifteen (15) days after the execution of the Contract.
5. 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
365 calendar days and shall comply with the schedule identified in
Section 01311 - Schedule and Sequence of Operations.
SECTION 00300 - 2
6. LIQUIDATED DAMAGES
In the event the Bidder is awarded the Contract and shall fail to
complete the work within the time limit or extended time limit agreed
upon, as more particularly set forth in the Contract Documents,
liquidated damages shall be paid to the Owner for 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
observation services associated with such delays.
Liquidated damages shall be based upon actual cost to be borne by the
Owner as a result of the work not being completed within the time
stipulated in the Contract and agreed to by the Contractor. Such
costs include but are not limited to loss of revenues and additional
Fees payable to the Engineer.
7. ADDENDA
The Bidder hereby acknowledges that he has received Addenda Nos.
II to these
Specifications.
(Bidder insert No. of each Addendum received.)
' 8. UNIT PRICE BASE BID
The Bidder agrees to accept as full payment for the work proposed
t herein the amount computed under the provisions of the Contract
Documents and based on the following unit price amounts, it being
expressly understood that the unit prices are independent of the exact
' quantities involved. The Bidder agrees that the Unit Prices represent
a true measure of the labor and materials required to perform the
work, including all allowances for overhead and profit for each type
and unit of work called for in the Contract Documents. The amounts
shall be shown in both words and figures. In case of discrepancy, the
amount shown in words shall govern.
' 9. SALES AND USE TAXES
The Bidder agrees that all federal, state, and local sales and use
' taxes are included in the stated bid prices for the work.
10. DEDUCTIVE ALTERNATES
• Not Used.
SECTION 00300 - 3
BASE BID
PROPOSAL SCHEDULE
ITEM UNIT 73_'
O. QUANTITY ITEM PRICE EXTENDED
1. 8,420 FT 36", 150 psi Pressure $_/FT
Cl e, Ductile Iron, (Numerals)
oncre or 0.25" Wall
ss Steel
(Circle Selected Material)
Senn.. 7iv4-e, dollars/FT $___0
(Words -
7z (L k
2. 15,349 FT 36", 175 psi Pressure $ /FT
Cla Pipe, Ductile Iron, (Numerals)
o crete or 0.25" Wall
is s Steel (Circle
Selected Material) //05,/21
SXA .i 7kgt dollars/FT $ 77
(Words)
7t.-
3. 14,226 FT 36", 200 psi Pressure $_73 /FT
C •pe, Ductile Iron, (Numerals)
re or 0.25" Wall
ess Steel (Circle
Selected Material) 0 2 9 2 7 2
dollars/FT $__/Y"g.
(Words)
4. 50 FT 1611 Ductile Iron Pipe $ /Z 0 /FT
(Numerals)
O."t \LNdi 1 7 dollars/FT $ _ C3CTO
(Words)
5. 40 FT 12" Ductile Iron Pipe $ 0/ 6 , /FT
(Numerals)
dollars/FT $ 3�_0
(Words)
6. 40 FT 10" Ductile Iron Pipe $
(Numerals)
dollars/FT $
(Words)
SECTION 00300 - 4
ITEM UNIT
NO. QUANTITY ITEM PRICE EXTENDED
7• 600 FT 8" Ductile Iron Pipe $ 53 /FT
(Numerals)
dollars/FT $ 3 ____-
(Words)
8• 220 FT 6" Ductile Iron Pipe $ 5 Z /FT
(Numerals)
" 7 w o dollars/FT $ 1/ /n-
(Words) pi
E
10.
11.
12.
13.
II
I
I
60 FT 4" Ductile
-
`r
(Words)
5,260 FT 12" PVC, C•
Iron Pipe $ S/ � /FT
(Numerals)
dollars/FT $ 3 O L(,1
-900, Class 200 $ 3 2 /FT
(Numerals)
TL` _ 7wv dollars/FT $
(Words)
182 FT 8" PVC, C-900, Class 200 $ 3 Z- /FT
I T (Numerals)
T hi V- dollars/FT $
(Words)
4 EA 36" Butterfly Valve w/Box $ )O,ZA U /EA
Class 200 B (Numerals)
Tc . ('In n r s col ? i Ic} 1 to dollars/EA $ y 1
(Words)
3 EA 16" Butterfly Valve w/Box $
Class 200 {{B (Numerals)
dollars/EA $ � %
(Words)
7 EA 12" Butterfly Valve ti/Box $
Class 200 B (Numerals)
r` e`p� l ajc e' dollars/ EA $ ? U S Q
(Words)
SECTION 00300 - 5
I
ITEM UNIT
NO. QUANTITY ITEM PRICE EXTENDED
15. 26 EA 8" Gate Valve w/Box $ 7 n /EA
(Numerals)
dollars/EA $ ) _____il
(Words)
16. 12 EA 6" Gate Valve w/Box $ G UU l/EA
c (Numerals)
S1 k I�u�,d/�� dollars/EA $_7z -cu
(Words)
17. 4 EA 8" x 8" Tapping Tee $ 1SUy /EA
8" Tapping Valve w/Box (Numerals)
r S e+ ^ - nk A dollars/EA $ �(1
(Words)
18. 2 EA 6" x 6" Tapping Tee $ 13 o -U r /EA
6" Tapping Valve w/ Box (Numerals)
'(.'r4•e r dollars/EA $ Z b q
(Words)
19. 1 EA 4" x 4" Tapping Tee $I_'fllti /EA
//,4" Tapping Valve w/Box (Numerals)
cb n t l- 71.a aAA.edl dollars/EA $ f U-L1Z1
(Words)
20. 35 EA Three Way Fire Hydrant $ 185u /EA
f (Numerals)
4
- * \S` dollars/EA $ ti, 7SU
(Words)
21. 4 EA Remove and Dispose of $
Existing Fire Hydrant (Numerals)
Ft w \�44 rti` dollars/EA $_/WtStJ
(Words)
22. 1 EA Remove and Relocate $ IU UU /EA
Existing Fire Hydrant (Numerals)
V) h e 7h n use 4 dollars/TN $ / �O
(Words)
SECTION 00300 - 6
ITEM UNIT
NO. QUANTITY ITEM PRICE EXTENDED
23. 1 EA Connect to Existing $
16" Main (Numerals)
lA dollars/EA $ ____
(Words)
of
24. 6,200 CY Rock Excavation $ O — ICY
rrnn (Numerals)
Vh f d0/CY $ % Z -
(Words)
25. 200 TN Trench Stabilization $ ZC) /TN
Material (Numerals)
r�J dollars/TN $ y1
(Words)
26. 3,550 TN Granular Fill $ 7-t) ' /TN
(Numerals)
dollars/TN $_7, cu -t
(Words)
27. 600 TN Riprap $ 3 U /TN
(Numerals)
'7k:L1 dollars/TN $ __
(Words)
38. 160 CY Concrete Encasement $ uy /CY
(Numerals)
dollars/CY $ 3130
(Words)
9. 1,560 SY Asphalt Surface $ 35 /SY
Restoration (Numerals)
74 1 Y f4, - dollars/SY $ 5y b Uj)
(Words)
300 SY Concrete or Brick
Surface Restoration
(Words)
$ i__ /SY
(Numerals)
dollars/SY $ % .�
SECTION 00300 - 7
H
ITEM UNIT
NO. QUANTITY ITEM PRICE EXTENDED
' 31. 40 SY Sidewalk Restoration $ CO /SY
(Numerals)
'• �>` dollars/SY $ Z-`IX11
(Words)
32. 350 FT Curb and Gutter $ ) O /FT
Restoration (Numerals)
Z7s-^ dollars/FT $ 35 w
(Words)
33. 60 FT 48" (minimum) Bored $ SS(;' /FT
Steel Casing for 36" (Numerals)
Pipe (Railroad Crossing)
'
dollars/FT $
33, &%
(Words)
' 34. 466 FT 48" (minimum) Bored $ 75 /FT
Steel Casing for 36" (Numerals)
Pipe (Highway Crossing)
- y+ �°/).Sn,�.._JS � j�✓Q dollars/FT $ ZSo 7 isu
(Words)
'• 35. 3 EA 2" -inch Air Release $ 3 $t(W /EA
Assembly with Vault (Numerals)
7l i rh - r` '$ kt Itiv.c%wf dollars/EA $ / '/
(Words)
I
[]
37. 9 EA 8" -inch Combination
' Air Valve with Vault
Nei n `4 74 o U's 0,.
36. 3 EA 6" -inch Combination $ 7'/ccl �/EA
Air Valve with Vault (Numerals)
SQ,,r - %!`^r dollars/EA $ ZZ,
(Words)
I
I
I
(Words)
$__U/EA
(Numerals)
dollars/EA $ 1. c3t`Z)
SECTION 00300 - 8
I
' ITEM UNIT
NO. QUANTITY ITEM PRICE EXTENDED
' 38. 1 EA 8" -inch Combination $_10 (YUb /EA
Air Valve with Surge (Numerals)
' Check and Vault
7 /1'U u'St-„ c4 dollars/EA $ I y tfliiJ
(Words)
39. 5 EA Farm Fence Gate Assembly $ /EA
c- (Numerals)
' S 7' k'S`0�� dollars/EA $ 3zI
(Words)
40. 1 LS Trench Safety System $ /0(31W/LS
7 (Numerals)
' /� %�vc's C —� dollars/LS $ 1 V Wi)
(Words) —
3 74/, /l C
' TOTAL BASE BID ITEMS 1-40 $
ALLOWANCE FOR OWNER'S FUTURE CATHODIC -
PROTECTION EXPENSES
' In order to make the total pipeline costs comparable, the cost of
installing, operating and maintaining a cathodic protection system
' for steel pipe, to be installed at a future date by the Owner, has
been estimated to have a present worth value of $48,800.00. If the
Bidder has circled ductile iron or concrete pipe for Bid Items 1,2
and 3 insert $0.00 for the Owner's Cathodic protection allowance;
' If the Bidder has circled steel pipe for Bid Items 1,2 and 3 insert
$48,800.00 for the Owner's Cathodic protection allowance.
Owner's Cathodic Protection Allowance $
Total Pipeline Construction Cost $_3_]-'o nj/
(Sum of Total Bid Items 1-40 and
Owner's Cathodic Protection
3 -2/( /J/
Allowance)
11. MAJOR EQUIPMENT SCHEDULE
Not Used.
SECTION 00300 - 9
�I
I
12. PAYMENT SCHEDULE
Not Used.
13. SUBCONTRACTORS
The Bidder further certifies that proposals from the following
subcontractors were used in the preparation of this Bid; and if
awarded a contract, Bidder agrees to not enter into contracts with
others for these divisions of the Work without written approval from
the Owner and Engineer.
BORING CONTRACTOR
' Arkansas Contractor License # 3 3y 8'U y 9S
A S�r%jCAN^, cv
Name
•
• Street Address, City, State, Zip Cod
' PAVING SUBCONTRACTOR
Arkansas Contractor License #O9p9ycj 7 SS
I
I St
I
' SUBCONTRACTOR
Arkansas Contractor License #
Name
Street Address, City, State, Zip Code
In compliance with Act 159 of 1949, as amended, of the General
Assembly of the State of Arkansas, the Bidder shall also place the
name and amount for each of the above listed subcontractors, including
' his own estimate of that portion of the work where he lists himself
as a subcontractor, in a separate sealed envelope to accompany the
SECTION 00300 - 10
I
Bid, which separate envelope shall be marked "Subcontractors' Bid."
14. PERFORMANCE OF WORK BY CONTRACTOR
The Bidder shall perform at least 40 percent of the work with his own
forces (refer to Paragraph 21, INSTRUCTIONS 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 this Contract, and fill in the blank showing the estimated
total cost of these items.
r- Y T bCY' PS d- a' lO In nQ_T"'
I
Estimated total cost
of the above
items the
Bidder states that will
be performed with his
own forces,
if awarded
Contract:
I
I
I
I
I
I
I
I
I
Dollars
(s 3 �vu cyc J —
15. EXPERIENCE OF BIDDER
The Bidder states that he is an experienced Contractor and has
completed similar projects within the last 5 years. (List similar
projects, with types, names of clients, construction costs, and
references with telephone numbers. Use additional sheets if
necessary.)
n'1 — W1 c
5;iSorhgs Wahl ]3�� Z(� — Y�1° CicFC o��,� 14jct—
C6zy
y69
SECTION 00300 - 11
I
I
16. SURETY
' If the Bidder is awarded a construction Contract on this Bid, the
Surety who provides the Performance and Payment Bond will be
whose
' SaSr cad x`s- Cv c�1 �d+vte� `Y'^
address is
' S1Y WG)L �{nP 1Y.n
Street 0 City State4 Zip Code
17. INSURANCE
The Bidder acknowledges that he is familiar with the insurance
requirements on this Project and, if awarded a construction contract,
' agrees to furnish the required insurance certificates within fifteen
(15) days of the date the award is made.
18. BIDDER
The name of the Bidder
submitting this Bid is
doing
' �� ✓-CkklS l`h�Sr��� ,'bn ��cr
business at
AR
Street City I State Zip Code
' which is the address to which all communications concerned with this
Bid and with the Contract shall be sent.
' The names of the principal officers of the corporation submitting this
Bid, or of the partnership, or of all persons interested in this Bid
as principals are as follows:
I
I
11
I
I
SECTION 00300 - 12
I
If Sole Proprietor or Partnership
'IN WITNESS hereto the undersigned has set his (its) hand this
_ day of ii , 19_
Signature of Bidder
Dk,.
Title
If Corporation
IN WITNESS WHEREOF the undersigned corporation has caused this
instrument to be executed and its seal affixed by its duly authorized
officers this day of
19
' (SEAL)
Name of Corporation
BY
' Title
Attest
Secretary
' 19. BASIS OF AWARD
' The Bidder understands that the Contract will be awarded to the bidder
with the lowest "Total Pipeline Construction Cost", which includes the
applicable allowance for the Owner's cathodic protection system cost.
The actual contract award amount will be based on the total of the bid
' items, excluding the Owner's cathodic protection allowance, since this
allowance is for a future expense to the Owner.
I
I
I
I
SECTION 00300 - 13
KNOW ALL BY THESE PRESENTS, That we, KRAUS CONSTRUCTION COMPANY
of FORT SMITH. ARKANSAS
(hereinafter called the Principal), as Principal, and
SAFECO INSURANCE COMPANY OF AMERICA (hereinafter called the Surety),
as Surety, are held and firmly bound unto CITY OF FAYETTEV I LLE , ARKANSAS
(hereinafter called the Obligee) in the penal sum of FIVE PER CENT OF AMOUNT B ID
Dollars ($ 5%
for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators successors and
assigns, ,jointly and severally, firmly by these presents.
THE CONDITION OP
THIS OBLIGATION IS
SUCH,
That WHEREAS,
the Principal has submitted or is about to submit a
proposal to the Obligee
on a contract for
WATER SYSTEM IMPROVEMENTS, CONTRACT SECTION III
36" WATER TRANSMISSION MAIN, PROJ. FY902103
NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as
may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee
for the faithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and
effect.
Signed and sealed this 4TH day of AUGUST , 19 94
Witness
KRAUS CONSTRUCTION COMPANY (Seal)
Principal
r . n'�../
11EP 7190
PRINTED IN U.S.A.
SAFECO NAIAACE COMPANY OF AMERICA
GENERAL INSt$ANCE COMPANY OF AMERICA
OF ATTORNEY HOME OFFICE SAFECO PLAZA
SEATTLE. WASHINGTON M1Mi
No. 9317
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington
corporation, does each hereby appoint
"DONALD R. HENDERSON; JUDY FRANKS; KERRY N. NEW; CINDY WADLEY, Little Rock, Arkansas"""""""
'Its true and lawful attonwy(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings aid other
documents of a similar character issued in the coupe of its business, and to bind the respective company thereby.
IN WITNESS WIBEOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each
executed and attested these presents
H
1
CERTIFICATE
' Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
'Article V. Section 13. - FIDam AND SURETY BONS ... the President, any Vice President, the Secretory, and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as
attorneys -in -fact or t der other appropriate titles with authority to execute an behalf of the company fidelity and surety bonds and
other documents of similar Character issued by the company In the course of its business ... On any instrument making or evidencing
such appointment the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking
'of the company, the seal, or a facsimile thereof, may be Impressed or affixed or in any other marror reproduced; provided, however,
that the seal shall not be necessary to the validity of any such Mtrtanent or undertaking•
Extract from a Resolution of the Bond of Directors of SAFECO INSURANCE COMPANY OF AMERICA
'and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
'On any oertifioate executed by the Secretary or an assistn.t secretary of the Company setting out,
(I) The provisions of Article V. Section 13 of the By -Laws. and
G0 A copy of the power -of -attorney appointment executed pursuant thereto, and
010 Certifying that said power -of -attorney appointment is in full force and effect
the signtue of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof.'
I. IL A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,
'do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Bond of Directors of these corporations, and
of a Power of Attorney Issued pursuant thereto, are true and correct and that both the By -Laws, the Resolution and the Power of
Attorney we still in full force and effect
' II WlrfESS WHEREOF, I have hereunto set my hand and affixed the
facsimile seal of sad corporation t(/
this 4 dayof c� trS� , 1OO9 1 7
ir
i CORPORATE
' ' ) )..� i j k: G
' 5-9741EP 1193 ® Rpiatored tnd.twk of SAFECO Corpoatla
this 19th day of Apr 1 1 , 19 93
tN
•
NOTICE OF AWARD
To: Kraus Construction
P.O. Box 5170
' Fort Smith, Arkansas 72913
' PROJECT DESCRIPTION: City of Fayetteville, Water System
Improvements, Contract Section III, 36 -inch Water Transmission
Main.
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 36 -inch water main in the amount of $3,762,116.00.
' 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.
1 Dated this 10th day of August, 1994.
By:
Title: Engineer
Receipt acknowledged this 1'Z day of " 19
..
•
By:
Title:
I
' Section 00360 -1
C
I.
�m Guy Tucker James L SalkW
k3 uy Tucker
O4.-i.-
STATE OF ARKANSAS
ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKHAM • LITRE ROCK, ARKANSAS 72205-2190
(501) 682-4500 • FAX: (501) 682-4532 • WD: (800) 285-1131
July 7, 1994
' Robert W. White
McClelland Consulting Engineers, Inc.
P.O. Box 1229
' Fayetteville, AR 72702
RE: 36 -Inch Water Main
Fayetteville, Arkansas
Washington County
' Dear Mr. White:
In response to your request, enclosed is Arkansas Prevailing
Wage Determination Number 94-003 establishing the minimum wage
rates to be paid on the above -referenced project. These rates
were established pursuant to the Arkansas Prevailing Wage Law,
Ark. Code Ann. §§ 22-9-301 to 22-9-313(1987) and the
' administrative regulations promulgated thereunder.
If the work is subject to the Arkansas Prevailing Wage Law,
every specification shall include minimum prevailing wage rates
for each craft or type of worker as determined by the Arkansas
Department of Labor Ark. Code Ann.§§22-9-308(b)(2). Also, the
' public body awarding the contract shall cause to be inserted in
the contract a stipulation to the effect that not less than the
prevailing 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
contractor in a prominent and easily accessible place at the work
site. Ark. Code Ann. §22-9-309(a).
Also enclosed is a "Statement of Intent to Pa Prevailing
Wages" form that should also be nut in your specifications along
' with the wage determination. The General\Prime Contractor is
responsible for getting this form filled out and returned to this
office within 30 days of the Notice to Proceed for this project.
Please notify me when you issue your Notice to Proceed for
this project If you have any questions please feel free to
' contact me at (501) 682-4533 or through fax at (501) 682-4508.
Sincerelly,
IC c
Ann Sanders
Prevailing Wage Supervisor
' enclosure
I.
Page 1 of 2 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION - HEAVY RATE
DATE: July 7, 1994 DETERMINATION #: 94-003
PROJECT: 36 -Inch Water Main COUNTY: Washington
' Fayetteville, Arkansas EXPIRATION DATE: 01-07-94
SURVEY #: AH05
' BASIC
CLASSIFICATION HOURLY FRINGE
Bricklayer/Stonemason RATE BENEFITS
' Carpenter 7.20
7.20
Concrete Finisher/Cement Mason 8.00
Electrician 12.00 .46
Laborer 6.75
Mechanic 6.90
Pipelayer 7.00
' Power Equipment Operators:
Group II 8..,9a5
Group III 8.70
' Group IV 8.10
Welders --receive rate prescribed for craft performing operation
to which welding is incidental.
CERTIFIED
JULY 1, 1994
Fl
I
Det. # AN -003
Page _ of a_
Power Equipment Operators
Group II
' Operators engaged in operating the following equipment or
performing work relative to the engineer's jurisdiction:
Hydraulic cranes, cherry pickers, backhoes, and derricks with a
' lifting capacity less than 50 tons, as specified by the
manufacturer, backhoes, tractor or truck type, overhead &
traveling cranes, or tractors with swinging boom attachments,
gradealls above equipment irrespective of motive power, leverman
(engineer), hydraulic or bucket dredges, irrespective of size.
Group III
' Heavy Equipment Operators. Operators engaged in operating the
following equipment: bulldozers, front end loaders, sidebooms,
skytracks, push tractors, pull scrapers, motor graders,
trenching machines, regardless of size or motive power,
' backfillers, central mixing plants, 10S and larger, finishing
machines, boiler fireman high or low pressure, asphalt spreaders,
hydro truck crane, multiple drum hoist, irrespective of motive
power, rotary, cable tool, core drill or churn drill, water well
and foundation drilling machines, regardless of size, regardless
of motive power and dredge tender operator.
' Group IV
Light Equipment Operators. Operators engaged in operating the
following equipment: Oilerdriver motor crane, single drum
' hoists, winches and air tuggers, irrespective of motive power,
winch or A frame trucks, forklifts, rollers of types and pull
tractors, regardless of size, elevator operators inside and
' outside when used for carrying workmen from floor to floor and
handling building material, Lad-A-Vator, conveyor, batch plant,
and mortar or concrete mixers, below 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
I.
J
I
I
E
I
I
I
I
lJ
C
I
I
I]
I
I
F
I-.
ft
aaE5h
R,
as mt•.
-•(-•mNmtr
y
�gW O trb
Ea W ts to N
Zorn
aE
NmcmMO
w
Rn
Di pcD
a
m E rta m h
o
w
c
rtN trrt rt
r m m F.-
r.+
o'°
„
U)
amovmi:rt
o
a
H
m mwmw
H
�Pr
H
trN rt
w
c00HtD
m
LI
�tr+4Nb'mW
CO
Di
ct
f- r
H
ctI
It wa
on}- aM
0
bNaaaO
I -I
mMommH.
Z
�NnNDik
H
QH *h E
F~
E O m a N
H
ti:�tia
am
N �• g
H
fl -• tr
tr I -Q< o
0
m �oj]
o
16 ((DDkg N
mvhiEtgrt.
O
�I
GMmIan
is
HE�mrtrt
110Q. CO
brF
o�n11mm
44
aEON-om
DO
a00bE
F.,
r
trmhkbm
ah0OG,h
m
)fl Ct
a
o 2 o
mM
�g•oNbct
(b 0
N O 5 h C m
O h
DI
CNl
Vi
d o trtm
rr a, 0. ( m
cl-I Oct
od I rt
xrt
MO
M h
.w
I
I•
' SECTION 00500
' CONTRACT
THIS AGREEMENT, made and entered into on the OL�CI day of
' September, 1994, by and between Kraus Construction Company, P.O.
Box 5170, Fort Smith, Arkansas 72913 herein called the Contractor,
and the City of Fayetteville, hereinafter called the Owner:
' WITNESSETH:
That the Contractor, for the consideration hereinafter fully set
' out, hereby agrees with the Owner as follows:
1. That the Contractor shall furnish all the materials, and
perform all of the work in manner and form as provided by
'
the following enumerated Drawings, Specifications, and
Documents, which are attached hereto and made a part
hereof, as if fully contained herein and are entitled
Contract Section III, 36 -inch Water Transmission Main,
dated March, 1994, including:
Advertisements for Bids; Addenda; Instructions to
Bidders; General Conditions; Supplementary Conditions;
Performance and Payment Bonds; Specifications; the
Proposal and acceptance thereof; and the Drawings.
1 Sheets 1 through 51 (See page 00500-2).
' 2. That the Contractor shall commence the work to be
performed under this Agreement on a date to be specified
in a written order of the Owner and shall fully complete
' all work hereunder in 365 calendar days.
3. That the Owner hereby agrees to pay to the Contractor for
the faithful performance of this Agreement, subject to
' additions and deductions as provided in the
Specifications or Proposal, in lawful money of the United
States, the amount of: Three Million. Seven Hundred
' Sixty-two Thousand, One Hundred Sixteen Dollars
($3,762,116.00), based on the Total 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.
Section 00500 - 1
J
I.. SHEET INDEX
1 CON IRACT SE.CTON IGI
1 1 COVE;- S ,EEI, n :.A
2. PLAN SHEET LOCATiC. MAPS, nEE NDEX, MASTER LLGLNL
1 3. 36" WATER TRANSMISSiON MAIN. AERIAL PHOTO PLAN SHEET
4. 36" WATER TRANSMISSION MAIN, AERIAL PHOTO PLAN SHEET
5. 36" WATER TRANSMISSION MAIN, AERIAL PHOTO PLAN SHEET
6. 36" WATER TRANSMISSION MAIN, AERIAL PHOTO PLAN SHEET
IT 36" WATER TRANSMISSION MAIN, AERIAL PHOTO PLAN SHEET
8. 36 WATER TRANSMISSION MAIN, AERIAL PHOTO PLAN SHEET
9. 36" WATER TRANSMISSION MAIN, AERIAL PHOTO PLAN SHEET
1 10. 36" WATER TRANSMISSION MAIN, AERIAL PHOTO PLAN SHEET
11. 36" WATER TRANSMISSION MAIN, AERIAL PHOTO PLAN SHEET
12. 36" WATER TRANSMISSION MAIN, AERIAL PHOTO PLAN SHEET
1 13. 36" WATER TRANSMISSION MAIN, AERIAL PHOTO PLAN SHEET
14. 36" WATER TRANSMISSION MAIN, AERIAL PHOTO PLAN SHEET
15. 36 WATER TRANSMISSION MAIN, AERIAL PHOTO PLAN SHEET
16. 36" WATER TRANSMISSION MAIN, AERIAL PHOTO PLAN SHEET
1 17. 36" WATER TRANSMISSION MAIN, AERIAL PHOTO PLAN SHEET
18. 36" WATER TRANSMISSION MAIN, AERIAL PHOTO PLAN SHEET
19. 36" WATER TRANSMISSION MAIN, AERIAL PHOTO PLAN SHEET
1 20. 12" WATER MAIN, MOUNT COMFORT ROAD, AERIAL PHOTO PLAN SHEET
21. 12" WATER MAIN, MOUNT COMFORT ROAD, AERIAL PHOTO PLAN SHEET
22. DETAILS, WATER TRANSMISSION MAIN, 36" AND 12" MAINS
1• 23. DETAILS, WATER TRANSMISSION MAIN, 36" AND 12" MAINS
24. PLAN AND PROFILE, 36" MAIN, STA. 0+43 TO STA. 15+00
25. PLAN AND PROFILE, 36 MAIN, STA. 15+00 TO STA. 30+50
26. PLAN AND PROFILE, 36" MAIN, STA. 30+50 TQ%�STA. 44+50
1 27. PLAN AND PROFILE, 36" MAIN, STA. 44+50 TO STA. 59+00
28. PLAN AND PROFILE. 36" MAIN, STA. 59+00 TO STA. 74+00
29. PLAN AND PROFILE, 36" MAIN, STA. 74+00 TO STA. 89+00
1 30. 36" MAIN, ARK. HWY. 16 CROSSING
31. PLAN AND PROFILE, 36" MAIN, STA. 89+00 TO STA. 104+00
32. PLAN AND PROFILE, 36" MAIN, STA. 104+00 TO STA. 119+00
33. PLAN AND PROFILE, 36" MAIN, STA. 119+00 TO STA. 134+00
1 34. PLAN AND PROFILE, 36" MAIN, STA. 134+00 TO STA. 149+00
35. PLAN AND PROFILE, 36" MAIN, STA. 149+00 TO STA. 164+00
36. PLAN AND PROFILE, 36" MAIN, STA. 164+00 TO STA. 179+00
1 37. PLAN AND PROFILE, 36" MAIN, STA. 179+00 TO STA. 190+00
38. PLAN AND PROFILE, 36 MAIN, STA. 190+00 TO STA. 205+50
39. PLAN AND PROFILE, 36" MAIN, STA. 205+50 TO STA. 219+00
1 40. PLAN AND PROFILE, 36" MAIN, STA. 219+00 TO STA. 234+00
41. PLAN AND PROFILE, 36" MAIN, STA. 234+00 TO STA. 249+00
42. PLAN AND PROFILE, 36 MAIN, STA. 249+00 TO STA. 260+00
43. PLAN AND PROFILE, 36" MAIN, STA. 260+00 TO STA. 272+00
1 44. PLAN AND PROFILE, 36" MAIN, STA. 272+00 TO STA. 286+50
45. PLAN AND PROFILE, 36 MAIN, STA. 286+50 TO STA. 301+50
46. PLAN AND PROFILE, 36' MAIN, STA. 301+50 TO STA. 316+50
1 47_ PLAN AND PROFILE, 36:; MAIN, STA_ ? 1 6+50 TO STA. 331±00
+o ; 00 TO STA. 346T00
PLANT AND PROFILE, �� MAIN, ST _:�1,- `��'
49- PLAN AND PROFILE, 36" MAIN, 5T:;_ 3=:0+00 TO STA. 361 +00
50. PLAN AND PROFILE, 36' MAIN. STA. 361+00 TO STA. 375+00
1 31. PLAN AND PROFILE, 36' MAIN, STA. 375+00 TO STA. 380+25
1 Section 00500-2
5. That upon submission by the Contractor of evidence
satisfactory to the Owner that all payrolls, material
' bills, and other costs incurred by the Contractor in
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. Liquidated Damages: Owner and Contractor recognize that
time is of the essence of this Agreement and the Owner
will suffer financial loss if the Work is not completed
• within the times specified in above, plus any extensions
thereof allowed in accordance with the General
Conditions. They also recognize the delays, expense, and
' difficulties involved in proving the actual loss suffered
by Owner if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Owner
and Contractor agree that as liquidated damages for delay
' (but not as a penalty) Contractor shall pay Owner Four
Hundred dollars ($400.00) for each day that expires after
the time specified in paragraph 2 for Completion.
' 7. It is further mutually agreed between the parties hereto
that if, at any time after the execution of this
Agreement and the Surety Bond hereto attached for its
'
faithful performance and payment, the Owner shall deem
the Surety or Sureties upon such bond to be
unsatisfactory or if, for any reason such bond ceases to
' be adequate to cover the performance of the work, the
Contractor shall, at his expense, within 5 days after the
receipt of notice from the Owner, furnish an additional
' bond or bonds in such form and amount and with such
Surety or Sureties as shall be satisfactory to the Owner.
In such event, no further payment to the Contractor shall
be deemed to be due under this Agreement until such new
' or additional security for the faithful performance of
the work shall be furnished in manner and form
satisfactory to the Owner.
' 8. No additional work or extras shall be done unless the
same shall be duly authorized by appropriate action by
' the Owner in writing.
I
ISection 00500 - 3
I
I,
C
Li
I
I
IN WITNESS WHEREOF, the parties hereto have executed this Agreement
on the day and date first above written, in six (6) counterparts,
each of which shall, without proof or accounting for the other
counterpart be deemed an original Contract.
Kraus Construction Company
Contractor
WITNESSES:Qi≥w(�
i (\Tci &nr-.. By
t �� • 1 i Owner
Title
I
tATTEST:
I
' Cit of Fa etteville
A Owner
n L /LL By Z�
City Clerk
fl
I1
Approved t form:
1 4.
Atto ney for Owner
I
I
H
Mayor
Title
Section 00500 - 4
I
11A:IIItIIe DATE(SUOWYY)
8/15/94!
.. .,..._
ODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
CONFERS
edgwick James of AR Inc HOLDER. ThisDOES CERTIFICATE NOTA AMEND, EXTEND OR
1(501)
O Box 511 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
ittle Rock, AR 72203-0511 COMPANIES AFFORDING COVERAGE
COMPANY
223-3111 A CNA Insurance Companies
NBURED
COMPANY
raus Construction Company
B
COMPANY
O Box 5170
t Smith AR 72901
C
COMPANY
D
w ._. �..
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION 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 CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR
TYPE OF INSURANCE
POLICY NUMBER
Y EFFOECIVE
D <JTCE( O//Y
POLICYEXPIRATTIY))
O (
LETS
GENERAL
LIABILITY
GENERAL AGGREGATE
Q .000,000
PRODUCTS-COMP/OP AGG
COMMERCIAL GENERAL LIABILITY
120509619
1/01/94
1/01/95
CLAIMS MADE ___ OCCUR
PERSONAL&ADV INJURY
,000,000
EACH OCCURRENCE
agog, 000
OWNER'S S CONT PROT
FIRE DAMAGE(Anyone fire)
$
MEDEXP(Anyoneperson)
$ 5,000
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMB
$
ANY AUTO
k120509605
1/01/94
1/01/95
1,000,000
•
ALLOWNEDAUTOS
BODILY INJURY
$
SCHEDULED AUTOS
(Per person)
HIRED AUTOS
BODILY INJURY
$
NON -OWNED AUTOS
(Per accident)
PROPERTY DAMAGE
$
GARAGE LABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN AUTO ONLY:
µY AUTO
EACH ACCIDENT
$
AGGREGATE
$
EXCESS LIABILITY
EACH OCCURRENCE
AGGREGATE
flflflflflfl
A
UMBRELLA FORM
120509622
1/01/94
1/01/95
OTHER THAN UMBRELLA FORM
$
WORKERS COMPENSATION AND
STATUTORY LIMITS
EACH ACCIDENT
$ flfl 000
EMPLOYERS' LIABILITY
DISEASE -POLICY LIMIT
$ coo COO
THE PROPRIETOR/ INCL
C120509779
1/01/94
1/01/95
DISEASE -EACH EMPLOYEE
$ con, non
PARTNERS/EXECUTIVE
OFFICERS ARE: I EXCL
OTHER
DESCRIPTION OF OPERATKM04OCATIONSNEMCLE&BPECAL ITEMS
JOB: City of Fayetteville, Contract Section III, 36 -inch Water Transmission
ain. The holder below and their officers, agents and employees are additional
insured as respects to general liability & auto liability for this job.
: '- Y t.
r$. SWf-
... \S k t\ is
-_.. x
amt rim'.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
cClelland Consulting Engineers Inc
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILLAeq MAIL
P O BOX 1229
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Fayetteville AR 72702TIy�yTRa#�xILLNAR4R�?�t"c9�Fkk
AUTHORQED ATIVE
DATE (MMTXI/YY)
PRSCUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF I ATION
Sedgw}ck James of AR INC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P O Box 511 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Little Rock AR 72203-0511 COMPANIES AFFORDING COVERAGE
COMPANY
(501) 223-3111 A CNA Insurance Companies
RED
COMPANY
Kraus Construction Company
B
P O Box 5170
COMPANY
t Smith AR 72901
C
COMPANY
D
4 f per.. YY Y I� Ypp�� '�yfF }i ry
h ��� V
� n%5'W. �f® �'+6
c'r . 4 l - -♦.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION 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 CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
Co TYPE OF INSURANCE
LTN
POLICY NUMBER : POLICY EFFECTIVE
DATE (I IDD/YY)
POLICY EXPIRATION
DATE (MWDDIYY)
LIMITS
GENERAL
LABILITY
GENERAL AGGREGATE
S2 000 000
PRODUCTS-COMP/OP AGG
$
A
COMMERCIAL GENERAL LIABILITY
Al20509619
1/01/94
1/01/95
CLAIMSMADE OCCUR
PERSONAL&ADV INJURY
$
EACH OCCURRENCE
S
000 000
OWNER'S& CONT PROT
FIRE DAMAGE (My one tire)
$
MED EXP (Any one Person)
$ 5,000
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
$
A ANY AUTO
Al20509605
1/01/94
1/01/95
1,000,000
ALLOWNEDAUTOS
BODILY INJURY
$
SCHEDULED AUTOS
(Perperaon)
HIRED AUTOS
BODILY INJURY
NON.OWNED AUTOS
(Per accident)
PROPERTY DAMAGE
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN AUTO ONLY:
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
$
EXCESS LIABILITY
EACH OCCURRENCE
§
000 000
A
X UMBRELLA FORM
C120509622
1/01/94
1/01/95
AGGREGATE
S
$
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
STATUTORY LIMITS
EMPLOYERB'LABIUTY
EACH ACCIDENT
$ 500,000
A
THE PROPRIETOR/ IXINCL
WC120509779
1/01/94
1/01/95
DISEASE- POLICY LIMIT
$ 500,000
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL
DISEASE -EACH EMPLOYEE
$ 500,000
OTHER
DESCRIPTION OF OPERATIONB/LOCATIONWEHICLEB'SPECAL ITEMS JOB: City of Fayetteville, Contract Section III, 36 -inch Water Transmission
Main. The holder below and their officers, agents and employees are
additional insured as respects to general liability & auto liability for
a
.. ......
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL jEBMES LXOL MAIL
City of Fayetteville
Q DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Ex DO OIflI EDLDlmXBmOMMENUK
Fayetteville AR 72702
BBBDx0E9EacAiLC7XMO7$B[
AUTHORR R ESENTATIVE
.' .., w<. ". „yz, S ,,.
h.,Fzd.. �
..: ' trams �r .yAIB�
IwV^I�� t". ..y r.as-$6`ys e
.4
ACOI:11, INSURANCE BINDER
DATE IMM ED VY)
8/15/94
THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO
THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM.
' O No,Esl)- ODUCER PHONE 501-223-31J.
11
COMPANY BINDERn## q /I
6 2 0 4
CNA Insurance Companies i___._`t 1
-
Sedgwick James of AR Inc
EFFECTIVE EXPIRATION
DATE TIME DATE TIME
O Box 511
_ . ___..
AM
X ;X 1201AM
ittle Rock AR 72203-0511
I
8/15/-94 12.01I.. !_?^ 11/15/94_ N°°"
-___ -.. -._ _
THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY
6
DE: 05 2 1 4 1 7 0 SUB CODE:
PER EXPIRING POLICY #:
.
ENCY
DESCRIPTION OF OPERATIONSNEHICLES/PROPERTY (Including Localion)
ST MER ID:
Owners Contractors Protective
URED
City of Fayetteville
City of Fayetteville, Contract Section
Kraus Construction Co
III, 36 -inch Water Transmission Main
'/o
O Box 5170
Ft Smith AR 72901
VERAGES
LIMITS
TYPE OF INSURANCE COVERAGE: FORMS
IO
AMOUNT DEDUCTIBLE COINS %
--,
CAUSES OF LOSS
•PERTY
BASIC ! - BROAD SPEC
[I
GENERAL LIABILITY
GENERAL AGGREGATE $ I -,-000y000
GENERAL LIABILITY
PRODUCTS _ COMPIOP AGG 4 $
_COMMERCIAL
__ CLAIMS MADE OCCUR
PERSONAL & ADV INJURY $
_
X OWNERS&CONTRACTOR'S PROT
EACH OCCURRENCE 5
FIRE DAMAGE (Any one fire) $
RETRO DATE FOR CLAIMS MADE:
MED EXP (Any one person) $
TOMOBILE LIABILITY
COMBINED SINGLE LIMIT $
ANY AUTO
BODILY INJURY (Per person) S
ALL OWNED AUTOS
BODILY INJURY (Per accident) $
SCHEDULED AUTOS
PROPERTY DAMAGE $
HIRED AUTOS
MEDICAL PAYMENTS $
NON -OWNED AUTOS
PERSONAL INJURY PROF $
UNINSURED MOTORIST $
AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE '..
• COLLISION'.
i STATED AMOUNT $
OTHER THAN COL
OTHER
GARAGE LIABILITY i
AUTO ONLY_ EA ACCIDENT $
ANY AUTO
1 OTHERTHAN AUTO ONLY
EACH ACCIDENT $
AGGREGATE $
ESS LIABILITY
EACH OCCURRENCE $
UMBRELLA FORM
AGGREGATE.__._.___ - $ _-_-__--_.—_
OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE:
SELF -INSURED RETENTION $
H STATUTORY LIMITS
'
WORKER'S COMPENSATION
EACH ACCIDENT I E
ANO
EMPLOYER'S LIABILITY
r DISEASE POLICY LIMIT j
DISEASE EACH EMPLOYEE $
Binder issued pending receipt of
policy. Subject to policy terms,
�CIALERRAGEAGESI
NEconditions and exclusions.
VS
ME&ADDRESS
Clelland
nAR1t72g02ngineers Inc
MORTGAGEE ADDITIONAL INSURED
I O Box 1229
PAYEE.
I
y ettev1229le
LO- AryOSS
AUTHORIZED RESENTATIVE Q /�
son
ORD 75-S (3)93) NOTE: IMPORTANT STATE INFORMAT _____N REVERSE SIDE® ACORD CORPORATION 1993
I:
' ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND
We Kraus Construction Company, P.O. Box 5170, Fort Smith
Arkansas 72913 as Principal, hereinafter called Principal, and Safeco
' Insurance Company of America a corporation organized and existing
under the laws of the State of Washington 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 as
' Obligee, hereinafter called Owner, in the amount of Three Millions
Seven Hundred Sixty-two Thousand, One Hundred Sixteen Doljar§ -n
($3.762,116.00), for the payment whereof Principal and Surettyy *it r
t themselves, their heirs, personal representatives, successdrss'anep
assigns, jointly and severally, firmly by these presents. o = f,
fl
c rn o
Principal has by written agreement dated JI-
'
entered into a contract with Owner for constructio of wate rte r^
improvements, consisting of a 36 -inch water transmission �qna�inj-& o
which contract is by reference made a part hereof, ands is
' hereinafter referred to as the Contract.
THE CONDITION OF THIS OBLIGATION is such that if the principal
' shall faithfully perform the Contract on his part and shall fully
indemnify and save harmless the Owner from all cost and damage
which he may suffer by reason of failure to do so and shall fully
' reimburse and repay the Owner all outlay and expense which the
Owner may incur in making good any such default, and further, that
if the Principal shall pay all persons all indebtedness for labor
or materials furnished or performed under said Contract, failing
' which such persons shall have a direct right of action against the
Principal and Surety, jointly and severally, under this obligation,
subject to the Owner's priority, then this obligation shall be null
and void; otherwise it shall remain in full force and effect.
No suit, action or proceeding shall be brought on this bond
outside the State of Arkansas. No suit, action or proceeding shall
' be brought on this bond except by the Owner after six months from
the date final payment is made on the Contract, nor shall any suit,
action or proceeding be brought by the Owner after two years from
' the date on which the final payment under the Contract falls due.
Any alterations which may be made in the terms of the
I
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.
' Section 00500 - 5
In no event shall the aggregate liability of the Surety exceed
the sum set out herein.
Executed on this day of September, 1994.
Kraus Construction Company
Principal
By \ --(y t C
Safeco Insurance Company of America
Surety;
By'.1 4iI/,
Attorney -in -fact, Donald R. Henderson
Section 00500 - 6
POWER SAFECO INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
OF ATTORNEY HOME OFFICE SAFECO PLAZA
' � ® SEATTLE. WASHINGTON 98185
Na 9317
KNOW ALL BY THESE PRESENTS:
1 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington
corporation, does each hereby appoint
""DONALD R. HENDERSON; JUDY FRANKS; KERRY N. NEW; CINDY WADLEY, Little Rock, Arkansas""""
'Its true and lawful attorneys) -in -fact with full authority to execute on its behalf fidelity aid surety bonds or undertakings aid other
documents of a simile character issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each
' executed and attested these presents
I
[]
this 19th day of Apr ii , 19 93
CERTIFICATE
' Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
ad of GENERAL INSURANCE COMPANY OF AMERICA
'Article Si, Section 13. - FIDELITY AND SURETY BONDS ... the President any Vice President the Secretry, aid any Assistant Vice
'President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as
attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of similar chracter issued by the company in the course of its business ... On any instrument making or evidencing
such appointment the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking
'of the company, the seal, or a facsimile thereof. may be impressed or affixed or in any other manner reproduced; provided, however,
that the seal shall not be necessary to the validity of any such instrument or undertaking.'
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
' 'On any certificate executed by the Secretry or an assistant secretary of the Company setting out
(i) The provisions of Article V. Section 13 of the By -Laws, and
(ii) A copy of the power -of -attorney appointment executed pursuant thereto, and
(iii) Certifying that said power -of -attorney appointment is in full force and effect
the signature of the certifying officer may be by facsimile, and the sea of the Company may be a facsimile thereof.'
'I, R A Pierson, Secretry of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,
do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and
of a Power of Attorney issued pursuant thereto, we true and correct and that both the By -Laws, the Resolution ad the Power of
Attorney we still in full force ad effect
IN WITNESS WHEREOF, I have hereunto set my hand and affixed thef facsimile seal of said corporation
this day of ____________,19$.
1 ��TT
II
IS-9741EP 1193 ® Registered trademark of SAFECO Corporation.
NOTICE TO PROCEED
To: Kraus Construction Co. Date: September 20, 1994
P. O. Box 5170 Project: City of Fayetteville
Fort Smith, Arkansas 72913 Water System Improvements
Contract Section III
36 -inch Water Transmission
You are hereby notified to commence WORK in accordance with
the Contract dated Sept 20, 1994, on or before
19_, and you are to complete the WORK by , 19_.
By: -
Title
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE
TO PROCEED is hereby acknowledged
by
this the day of
19
By -
Tit
Section 00550 - 1
I
DOCUMENT 00700
GENERAL CONDITIONS
' DEFINITIONS
PAGE
' 1. 2. AS SHOWN, AAS APPROVED . . . . . . . . . . . . . . . . .
ND AS INDICATED
3 . B I DDER . . . . . . . . . . . . . . . . . . 1
1
' 4. CONTRACT . . 1
S. CONTRACT DOCUMENTS 1
6. CONTRACTOR . . . . . . . . . . 2
7 . DAYS . . . . . . . 2
I
8. DRAWINGS . 2
9. ENGI. . NE , . 2
10 . NOTICE . . . . . . . . 2
11. OR EQUAL. 2
12. OWNER 3
13. PLANS (See Drawings) . . . . . . . . . 3
14. SPECIFICATIONS . . . . . 3
' 15. NOTICE TO PROCEED 3
16. SUBSTANTIAL COMPLETION . . . . . 3
1 7. WORK . . . . . . . . . . . . . . . . . . . . . . . . 3
' CONTRACT DOCUMENTS
I18. INTENT OF CONTRACT DOCUMENTS . . . . . . . . . . . . 4
19. DISCREPANCIES AND OMISSIONS 4
20. ALTERATIONS - CHANGES IN WORK . . . . . 4
21. VERIFICATION OF CONTRACT DOCUMENTS 5
' 22. DOCUMENTS TO BE KEPT ON THE JOBSITE . . . . . . . . 5
23. ADDITIONAL CONTRACT DOCUMENTS . . . . . 5
24. OWNERSHIP OF DRAWINGS . . . . . . . . . . . 5
THE ENGINEER
' . 25. AUTHORITY OF THE ENGINEER . . . . . . . . . . . 6
26. DUTIES AND RESPONSIBILITIES OF THE ENGINEER . 6
27. REJECTED MATERIAL . . . . . . . . . . . 7
28. UNNOTICED DEFECTS . . 7
29. RIGHT TO RETAIN IMPERFECT WORK 7
30. LINES AND GRADES . . . . . . . . . . . . . 8
31. SHOP DRAWING SUBMITTAL PROCEDURE . . . . . 8
' 32. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS . . . . 9
THE CONTRACTOR AND HIS EMPLOYEES
' 33. INDEPENDENT CONTRACTOR . . . . . . . . . . . . . . . 9
34. SUBCONTRACTING . . . . . . . . . . . . . 9
35. INSURANCE AND LIABILITY . . . . . 10
' 36. INDEMNITY . . . .. . . . . . . . . . . . . . . . 13
37. TAXES AND CHARGES . . . . . . . . . 14
38. ORDINANCES, PERMITS, AND LICENSES . . . . . 14
1 39 SUPERINTENDENCE . . . . . . . . . . . . . . . . . . . . 14
' Section 00700 - i
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
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
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 . . . . . 28
69. CUTTING AND PATCHING . . . . . . . . . . . . . . . 28
70. CLEANING UP . . . . . . . . . . . . . . . . . . 28
PAYMENT
71. PAYMENT FOR CHANGE ORDERS . . . . . . . . . . . . 28 i
72. PARTIAL PAYMENTS . . . . . . . . . . . . . . . 31
73. CLAIMS . . . . . . . . . . . . . . 34
74. NOTICE OF CLAIM FOR DELAY . . . . . . . . . . . . . 34
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
1
I
Section 00700 - ii I
I
DOCUMENT 00700
GENERAL CONDITIONS
1
These General Conditions contain contractual -legal Articles that
' establish the requirements and conditions governing responsibility,
policy, and procedures that apply during the construction and
warranty period. This part of the Contract Documents is
' preprinted. Any modifications to the following Articles that are
special to the Project under consideration will be made in the
Supplementary Conditions. Requirements and conditions that have
special significance to the Contract for the contemplated Work on
' this Project are as set forth in the remaining Sections of these
Contract Documents.
' DEFINITIONS
Wherever in the Contract Documents the following terms are used,
the intent and meaning shall be interpreted as follows:
1. AS APPROVED
' The words "as approved", unless otherwise qualified, shall
be understood to be followed by the words "by the
Engineer".
' 2. AS SHOWN, AND AS INDICATED
The words "as shown" and "as indicated" shall be
' understood to be followed by the words "on the Drawings".
3. BIDDER
The person or persons, partnership, firm, or corporation
submitting a Bid for the Work contemplated.
' 4. CONTRACT
The "Contract" is the written agreement covering the
' performance of the Work and the furnishing of labor,
materials, incidental services, tools, and equipment in
the construction of the Work. It includes supplemental
' agreements amending or extending the Work contemplated and
which 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, Conditions of the Contract,
the Specifications, and the Drawings, including all
modifications thereof incorporated into the Documents
Section 00700 - 1
I
before their execution, and including all other
requirements incorporated by specific reference thereto.
These form the Contract.
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.
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.
11. OR EQUAL
The term "or equal" shall be understood to indicate that
the "equal" product is the same or better than the product
named in function, performance, reliability, quality, and
general configuration. Determination of equality in
reference to the Project design requirements will be made
by the Engineer. Such "equal" products shall not be
purchased or installed by the Contractor without the
Engineer's written approval.
C
C
I
I
H
I
H
I
I
[I
I
Section 00700 - 2 ,
I
12. OWNER
The person, organization, or public body identified as
' such in the Contract.
13. PLANS (See Drawings)
14. SPECIFICATIONS
Those portions of the Contract Documents consisting of
' written technical descriptions of materials, equipment,
construction systems, standards, and workmanship as
applied to the Work and certain administrative details
applicable thereto.
Where standard specifications, such as those of ASTM,
' AASHTO, etc., have been referred to, the applicable
portions of such standard specifications shall become a
part of these Contract Documents.
' 15. NOTICE TO PROCEED
A written notice given by the Owner to the Contractor
' (with a copy to the Engineer) fixing the date on which the
Contract time will commence to run and on which the
Contractor shall start to perform his obligation under the
Contract. The Notice to Proceed shall be given within 30
' days following execution of the Contract by the Owner.
16. SUBSTANTIAL COMPLETION
' "Substantial completion" shall be that degree of
completion of the Project, or a defined portion of the
Project, sufficient to provide the Owner, at his
discretion, the full-time use of the Project or defined
portion of the Project for the purposes for which it was
intended.
Such substantial completion shall 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
The word "Work" within these Contract Documents shall
' include all material, labor, and tools; all appliances,
machinery, transportation, and appurtenances necessary to
perform and complete the Contract; and such additional
items not specifically indicated or described which can be
reasonably inferred as belonging to the item described or
indicated and as required by good practice to provide a
' complete and satisfactory system or structure. As used
herein, "provide" shall be understood to mean "provide
complete in place", that is, "furnish and install".
Section 00700 - 3
I
CONTRACT DOCUMENTS
18. INTENT OF CONTRACT DOCUMENTS
The Contract Documents are complementary, and what is
called for by one shall be as binding as if called for by
all. The intent of the Documents is to include all Work
(except specific items to be furnished 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.
19. 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
20. ALTERATIONS - CHANGES IN WORK
The Owner, without notice
invalidating the Contract, n
within the general scope o
adding to, or deducting from
adjusted accordingly. All
under the conditions of the
specifically adjusted at the
precedence over I
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
C
C
I
C
Section 00700 - 4
I
' claim for additional payment shall be valid unless so
ordered.
' If the Work is reduced by alterations, such action shall
not constitute a claim for damages based.. on loss of
anticipated profits.
21. VERIFICATION OF CONTRACT DOCUMENTS
The Contractor shall thoroughly examine and become
' familiar with all of the various parts of these Contract
Documents and determine the nature and location of the
Work, the general and local conditions and all other
' matters which can in any way affect the Work under this
Contract. Failure to make an examination necessary for
this determination shall not release the Contractor from
' the obligations of this Contract. The Contractor warrants
that no verbal agreement or conversation with any officer,
agent, or employee of the Owner or with the Engineer
either before or after the execution of this Contract, has
1 affected or modified any of the terms or obligations
herein contained.
' 22. DOCUMENTS TO BE KEPT ON THE JOBSITE
The Contractor shall keep one copy of the Contract
Documents on the jobsite, in good order, available to the
Engineer and to his representatives.
The Contractor shall maintain on a daily basis at the
' jobsite, and make available to the Engineer on request,
one current record set of the Drawings which have been
accurately marked up to indicate all modifications in the
' completed Work that differ from the design information
shown on the Drawings. Upon substantial completion of the
Work, the Contractor shall give the Engineer one complete
set of marked up record Drawings.
23. ADDITIONAL CONTRACT DOCUMENTS
' The Engineer will furnish to the Contractor on request and
free of charge, three copies of the Project Manual and
three sets of full-size Drawings. Additional copies of
the Project Manual and the Drawings may be obtained on
request by paying the price as shown in the Invitation to
Bid for the Contract Documents.
' 24. OWNERSHIP OF DRAWINGS
All Drawings, Plans, Specifications, and copies thereof
furnished by the Engineer and the Owner are their
property. They are not to be used on other work and, with
the exception of the signed Contract set, are to be
' returned to them on request at the completion of the Work.
Any reuse of these materials without specific written
verification or adaptation by the Engineer and the Owner
Section 00700 - 5
I
will be at the risk of. the user and without liability or '
legal expense to the Engineer and the Owner. Such user
shall hold the Engineer and the Owner harmless from any
and all damages, including reasonable attorneys' fees, 1
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 OwnerS All models are the property of the Owner.
THE ENGINEER
25. AUTHORITY OF THE ENGINEER
The Engineer shall be the Owner's representative during
the construction period. His authority and responsibility
shall be limited to the provisions set forth in these
Contract Documents. The Engineer shall have the authority
to reject Work and material which does not conform to the
Contract Documents. However, neither the Engineer's
authority to act under this provision, nor any decision
made by him in good faith either to exercise or not to
exercise such authority, shall give rise to any duty or
responsibility of the Engineer to the Contractor, any
Subcontractor, their respective Sureties, any of their
agents or employees, or any other person performing any of
the Work.
26. DUTIES AND RESPONSIBILITIES OF THE ENGINEER
The Engineer will make periodic visits to the site of the
Project to observe the progress and quality of the Work
and to determine, in general, if the Work is proceeding in
accordance with the intent of the Contract Documents. He
shall not be required to make comprehensive or continuous
inspections to check quality or quantity of the Work, and•
he shall not be responsible for construction means,
methods, techniques, sequences, or procedures, or for
safety precautions and programs in connection with the
Work. Visits and observations made by the Engineer shall
not relieve the Contractor of his obligation to conduct
comprehensive inspections of the Work and to furnish
materials and perform acceptable Work, and to provide
adequate safety precautions, in conformance with the
intent of the Contract.
The Engineer will make decisions, in writing, on all
claims of the Owner or the Contractor arising from ,
interpretation or execution of the Contract Documents.
Such decision shall be necessary before the Contractor can
receive additional money under the terms of the Contract.
Changes in Work ordered by the Engineer will be made in
compliance with Article 20, ALTERATIONS - CHANGES IN WORK.
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 or construction
observer for proper review of the Work. Construction
observers shall not have the power or authority to delete,
increase, modify or otherwise change the requirements of
the Contract Documents. The above -mentioned observation
1 shall not relieve the Contractor of his obligations to
conduct comprehensive inspections of the Work and to
furnish materials and perform acceptable Work and to
' provide adequate safety precautions, in conformance with
the intent of the Contract.
27. REJECTED MATERIAL
Any material condemned or rejected by the Engineer or his
authorized construction observer because of nonconformity
with the Contract Documents shall be removed at once from
the vicinity of the Work by the Contractor at his own
expense, and the same shall not be used on the Work.
28. UNNOTICED DEFECTS
Any defective Work or material that may be discovered by
the Engineer before the final acceptance of Work, or
before final payment has been made, or during the
guarantee period, shall be removed and replaced by Work
and materials which shall conform to the provisions of the
Contract Documents. Failure on the part of the Engineer
to condemn or reject bad or inferior Work or materials
' shall not be construed to imply acceptance of such Work or
materials. The Owner shall reserve and retain all of its
rights and remedies at law against the Contractor and its
surety for correction of any and all latent defects
1 discovered after the guarantee period.
29. RIGHT TO RETAIN IMPERFECT WORK
If any part or portion of the Work done or material
furnished under this Contract shall prove defective and
not in accordance with the Drawings and Specifications,
and if the imperfection in the same shall not be of
sufficient magnitude or importance as to make the Work
dangerous or unsuitable, or if the removal of such Work
will create conditions which are dangerous or undesirable,
the Owner 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 other remedies to provide for repair or reconstruction
of imperfect Work.
Section 00700 - 7
30. LINES AND GRADES I
Lines and grades shall be established as provided in the
Supplementary Conditions. All stakes, marks, and other
information shall be carefully preserved by the
Contractor, and in case of their careless or unnecessary
destruction or removal by him or his employees, such
stakes, marks, and other information will be replaced at
the Contractor's expense.
31. SHOP DRAWING SUBMITTAL PROCEDURE I
The Contractor shall submit six (6) copies to the Engineer
for his review, such shop drawings, electrical diagrams,
and catalog cuts for fabricated items and manufactured
items (including mechanical and electrical equipment)
required for the construction. Shop drawings shall be
submitted in sufficient time to allow the Engineer not
less than 20 regular working days per submittal for
examining the shop drawings.
These shop drawings shall be accurate, distinct, and
complete and shall contain all required information,
including satisfactory identification of items, units, and
assemblies in relation to the Contract Drawings and
Specifications.
Unless otherwise approved by the Engineer, shop drawings
shall be submitted only by the Contractor, who shall
indicate by a signed stamp on the shop drawings, or other
approved means, that he (the Contractor) has checked the
shop drawings, and that the Work shown is in accordance
With Contract requirements and has been checked for
dimensions and relationship with Work of all other trades
involved. The practice of submitting incomplete or
unchecked shop drawings for the Engineer to correct or
finish will not be acceptable, and shop drawings which, in
the opinion of the Engineer, clearly indicate that they
have not been checked by the Contractor will be considered
as not complying with the intent of the Contract Documents
and will be returned to the Contractor for resubmission in
the proper form.
When the shop drawings have been reviewed by the Engineer,
two (2) sets of submittals will be returned to the
Contractor appropriately stamped. If major changes or
corrections are necessary, the shop drawing may be
rejected and one (1) set will be returned to the
Contractor with such changes or corrections indicated, and
the Contractor shall correct and resubmit the shop
drawings in quadruplicate, unless otherwise directed by
the Engineer. No changes shall be made by the Contractor
to resubmitted shop drawings other than those changes
indicated by the Engineer, unless such changes are clearly
described in a letter accompanying the resubmitted shop
drawings.
Section 00700 - 8 ,
I
I
[.l
I
I
I
I
I
I
11
I
I
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
letter accompanying the shop drawings and the Engineer
approves the change or deviation in writing at the time of
submission; nor shall review by the Engineer relieve the
Contractor from the responsibility for errors in the shop
drawings. When the Contractor does call such deviations
to the attention of the Engineer, the Contractor shall
state in his letter whether or not such deviations involve
any deduction or extra cost adjustment.
32. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS
The Engineer will furnish, with reasonable promptness,
additional instructions by means of drawings or otherwise,
if, in the Engineer's opinion, such are required for the
proper execution of the Work. All such drawings and
instructions will be consistent with the Contract
Documents, true developments thereof, and reasonably
inferable therefrom.
THE CONTRACTOR AND HIS EMPLOYEES
33. INDEPENDENT CONTRACTOR
The Contractor shall perform all Work under this Contract
as an Independent Contractor and shall not be considered
as an agent of the Owner or of the Engineer, nor shall the
Contractor's subcontractors or employees be subagents of
the Owner or of the Engineer.
34. SUBCONTRACTING
Within 30 days after the execution of the Contract, the
Contractor shall submit to the Engineer the names of all
subcontractors proposed for the Work, including the names
of any subcontractors that were submitted with the Bid.
The Contractor shall not employ any subcontractors that
the Engineer may object to as lacking capability to
properly perform Work of the type and scope anticipated.
No changes will be allowed from the approved subcontractor
list without written approval of the Engineer.
The Contractor agrees that he is as fully responsible to
the Owner for the acts and omissions of his subcontractors
and of persons either directly or indirectly employed by
them as he is for the acts and omissions of persons
directly employed by him.
Nothing contained in the Contract Documents shall create
any contractual relation between any subcontractor and the
Owner.
I
Section 00700 - 9
I
35. INSURANCE AND LIABILITY
A. GENERAL
The Contractor shall provide (from insurance companies
acceptable to the Owner) the insurance coverage
designated hereinafter and pay all costs.
Before execution of the Contract, Contractor shall
furnish the Owner with complete copies of all
insurance policies and certificates of insurance
specified herein showing the type, amount, class of
operations covered, effective dates, and date of
expiration of policies, and containing substantially
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 I
The Contractor shall maintain during the life of this
Contract the statutory Workmen's Compensation, in
addition, Employer's Liability Insurance in an amount
not less than $100,000 for each occurrence, for all of
his employees to be engaged in Work on the Project
under this Contract and, in case any such Work is
sublet, the Contractor shall require the subcontractor
similarly to provide Workmen's Compensation and
Employer's Liability Insurance for all of the latter's
employees to be engaged in such Work. Where Work
under this Contract includes any water or navigational
exposure, coverage shall be included to cover the
Federal Longshoremen's and Harborworker's Act and the
Federal Jones Act. Employer's Liability Insurance
Section 00700 - 10 ,
1
1
I
C
I
I
C
I
I
I
1
Li
Li
1
I
I
D
shall be extended to include waiver of subrogation to
the Owner.
GENERAL LIABILITY INSURANCE
The Contractor shall maintain during the life of this
Contract such general liability, completed operations
and products liability, and automobile liability
insurance as will provide coverage for claims for
damages for personal injury, including accidental
death, as well as for claims for property damage,
which may arise directly or indirectly from
performance of the Work under this Contract. The
general liability policy should also specifically
ensure the contractual liability assumed by the
Contractor under Article Indemnification. Coverage
for property damage shall be on a "broad form" basis
with no exclusions for "XC & U." Amount of insurance
to be provided shall be as shown below:
1)
2)
Contractor's Comprehensive General Liability
Insurance
For not less than the following limits of
liability:
Bodily Injury: $500,000 each occurrence, $500,000
aggregate
Property Damage: $250,000 each occurrence,
$250,000 aggregate
Include the following coverage:
°Waiver of all "XCU" exclusions.
°Broad Form Property Damage and Personal Injury
Liability.
°Independent Contractor's Coverage.
Contractor's Comprehensive Automobile Liability
Insurance
For not less than the following limits of
liability:
Bodily Injury: $ 500,000 each person, $1,000,000
each occurrence
Property Damage:$ 100,000 each occurrence
OR
Bodily Injury and Property Damage: $1,000,000
combined single limit each occurrence.
ISection 00700 - 11
I
Include Hired car and Non -Ownership Coverage.
3) Contractor's Excess Umbrella Policy: $1,000,000
limit of liability policy shall be provided.
ENGINEER SHALL BE INCLUDED AS ADDITIONAL INSURED:
Insurance certificates furnished by the Contractor
and/or Subcontractor(s) shall include the Engineer as
an "Additional Insured" for all Liability and Property
Damage policies.
In the event any Work under this Contract is performed
by a subcontractor, the Contractor shall be
responsible for any liability directly or indirectly
arising out of the Work performed under this Contract
by a subcontractor, which liability is not covered by
the subcontractor's insurance.
The Contractor's and any subcontractor's general
liability and automobile liability insurance policies
shall include the Owner and Engineer, their officers,
agents, and employees as additional insureds for any
claims arising out of Work performed under this
Contract.
E
F
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 ma
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
$1,000,000
I
I
I
I
I.
I
Section 00700 - 12 ,
I
L
I
I
I
I
I
C
I
I
1]
I
I
L
1
Property Damage: $250,000 each person, $250,000
aggregate
OR
$1,000,000 combined -single limit each
occurrence/aggregate.
G. INSURANCE COVERAGE FOR SPECIAL CONDITIONS
When the construction is to be accomplished within a
public or private right-of-way requiring special
insurance coverage, the Contractor shall conform to
the particular requirements and provide the required
insurance. The Contractor shall include in his
liability policy all endorsements that the said
authority may require for the protection of the
authority, its officers, agents, and employees.
Insurance coverage for special conditions, when
required, shall be provided as set forth in the
Supplementary Conditions.
H. NO PERSONAL LIABILITY OF PUBLIC OFFICIALS
In carrying out any of the provisions hereof in
exercising any authority granted by the Contract,
there will be no personal liability upon any public
official.
36. INDEMNITY
The Contractor shall indemnify and hold harmless the
Owner, the Engineer, and their agents and employees from
and against damages, losses, and expenses including
attorneys' fees arising out of or resulting from the
performance of the Work, provided that any such claim,
damage, loss or expense (1) is attributable to bodily
injury, sickness, disease, or death, or to injury or to
destruction of tangible property (other than the Work
itself), including the loss of use resulting therefrom,
and (2) is caused in whole or in part by any act or
omission of the Contractor, any subcontractor, anyone
directly or indirectly employed by any of them or anyone
for whose acts any of them may be liable, provided that
such claims, damages, losses, and expenses are not
proximately caused by the negligence of any indemnitee in
the design, or by the sole negligence of any indemnitee in
the inspection of the Work that is the subject of this
construction Contract.
In any and all claims against the Owner, the Engineer, or
any of their agents or employees by any employee of the
Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose
' acts any of them may be liable, the indemnification
obligation under this Article shall not be limited in any
' Section 00700 - 13
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
UThe 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
I
40. USE OF EXPLOSIVES I
When the use of _ explosives is necessary for the
prosecution of the work, the Contractor shall observe all
local, state and federal laws in purchasing and handling
explosives. The Contractor shall take all necessary
precaution to protect persons, completed work, neighboring '
property, water lines, or underground structures.
The Contractor shall obtain the services of a qualified
seismic consultant prior to conducting any blasting in
order to prevent accidental damage to structures or
equipment due to vibration or shock. The seismic
consultant shall install and operate seismic monitoring ,
equipment at existing structures which may be affected
during the use of any explosives, and shall provide to the
Engineer a report describing the vibrations and forces
which were imposed upon the structures during blasting. ,
The Contractor shall notify all owners of all nearby
property of the intention to use explosives at least 24
hours before blasting is scheduled, and shall provide the
names of Owner's so notified to the Engineer.
The Contractor shall submit to the Owner a certificate of ,
insurance covering such blasting operations. Such
insurance shall be in the same amount as is the public
liability requirements under Paragraph 35 of the General
Conditions, entitled Insurance and Liability.
The Contractor shall be absolutely responsible for ,
handling explosives in a safe manner and for any damage
resulting from the use of explosives. The Contractor
shall be responsible for all damage caused by blasting
operations and shall be responsible for responding to and
resolving all complaints. Suitable methods shall be
employed to confine all materials lifted by blasting
within the limits of the excavation or trench. _ I
All rock which cannot be handled and compacted as earth
shall be kept separate from other excavated materials and '
shall not be mixed with backfill or embankment materials
except as specified or directed.
Blasting or other use of explosives for excavation
adjacent to existing utilities, structures, and other
facilities shall be in conformity with the requirements of
the local ordinance and the authority having jurisdiction
thereover. The Contractor shall consult with and develop
a mutually agreeable blasting procedure with the
appropriate utility or agency before blasting adjacent to
that agency's utility, structure, or other facility.
(Certain utilities, including gas pipelines and fiber
optics, and agencies have requirements which will not
permit blasting adjacent to or within a minimum distance
from the utility.)
Section 00700 - 15 ,
I
I
I
I
I
I
I
I
I
I
I
I
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 Cr 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
44. PROJECT MEETINGS
The Engineer may conduct Project meetings, as he deems
necessary, for the purposes of discussing and resolving
matters concerning the various elements of the.Work. Time
and place for these meetings and the names of persons
required to be present shall be as directed by the
Engineer. The Contractor shall comply with these
attendance requirements and shall also require his
subcontractors to comply.
45. SAFETY
The Contractor shall be solely and completely responsible
for conditions of the jobsite, including safety of all
persons (including employees) and property during
performance of the Work. This requirement shall apply
continuously and not be limited to normal working hours.
Safety provisions shall conform to U. S. Department of
Labor (OSHA); the State Labor Department Laws; all other
applicable federal, state, county, and local laws,
ordinances, and codes; the requirements set forth below;
and any regulations that may be detailed in other parts of
these Documents. Where any of these are in conflict, the
more stringent requirement shall be followed. The
Contractor's failure to thoroughly familiarize himself
with the aforementioned safety provisions shall not
relieve him from compliance with the obligations and
penalties set forth herein.
The Contractor shall develop and maintain
of this Contract, a safety program that
incorporate and implement all required sz
The Contractor shall appoint an employee
and authorized to supervise and enforce
the safety program.
for the duration
will effectively
Lfety provisions.
who is qualified
compliance with
The duty of the Engineer to conduct construction review of
the Contractor's performance is not intended to include a
review or approval of the adequacy of the Contractor's
safety supervisor, the safety program, or any safety
measures taken in, on, or near the construction site.
The Contractor, as a part of his safety program, shall
maintain at his office or other well-known place at the
jobsite, safety equipment applicable to the Work as
prescribed by the aforementioned authorities, all articles
necessary for giving first aid to the injured, and shall
establish the procedure for the immediate removal to a
hospital or a doctor's care of persons (including
employees) who may be injured on the jobsite.
If death or serious injuries or serious damages are
caused, the accident shall be reported immediately by
telephone or messenger to both the Engineer and the Owner.
In addition, the Contractor must promptly report in
I
I
I
I
U
I
I
[.1
I
I
I
I
I
I
Section 00700 - 17
I
' writing to the Engineer all accidents whatsoever arising
out of, or in connection with, the performance of the Work
whether on, or adjacent to, the site, giving full details
and statements of witnesses.
If a claim is made by anyone against the Contractor or any
subcontractor on account of any accident, the Contractor
shall promptly report the facts in writing to the
Engineer, giving full details of the claim.
' 46. CONTRACTOR'S TOOLS AND EQUIPMENT
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
Ito 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, shall be
submitted to the Owner through the Engineer and the.amount
of compensation shall be determined by agreement.
49. MATERIALS AND APPLIANCES '
Unless otherwise stipulated, the Contractor shall provide
and pay for all materials, labor, water, tools, equipment,
light, power, transportation, and other facilities
necessary for the execution and completion of the Work.
Unless otherwise specified, all materials shall be new, ,
and both workmanship and materials shall be of good
quality. The Contractor shall, if required, furnish
satisfactory evidence as to the kind and quality of
materials.
In selecting and/or approving equipment for installation
in the Project, the Owner and Engineer assume no
responsibility for injury or claims resulting from failure
of the equipment to comply with applicable national,
state, and local safety codes or requirements, or the
safety requirements of a recognized agency, or failure due
to faulty design concepts, or defective workmanship and
materials.
,
50. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE
SAFETY, OSHA, AND OTHER CODE REQUIREMENTS
'
The completed Work shall include all necessary permanent
safety devices, such as machinery guards and similar
ordinary safety items required by the state and federal
(OSHA) industrial authorities and applicable local and,
national codes. Further, any features of the Work
(including Owner -selected equipment) subject to such
'
safety regulations shall be fabricated, furnished, and
installed in compliance with these requirements.
Contractors and manufacturers of equipment shall be held
responsible for compliance with the requirements included
herein. Contractors shall notify all equipment suppliers
and subcontractors of the provisions of this Article.
51
SUBSTITUTION OF MATERIALS
Except for Owner -selected equipment items and items where '
no substitution is clearly specified, whenever any
material, article, device, product, fixture, form, type of
construction, or process is indicated or specified by
patent or proprietary name, by name of manufacturer, or by
catalog number, such specifications.shall be deemed to be
used for the purpose of establishing a standard of quality
and facilitating the description of the material or
process desired. This procedure is not to be construed as
Section 00700 - 19 '
I
H
I
I
I
LI
LI
I
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
the Contractor may, upon 15 days' written notice to the ,
Owner and the Engineer, if 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.
55. CORRECTION OF DEFECTIVE WORK FOUND DURING WARRANTY PERIOD
'
The Contractor hereby agrees to make, at his own expense,
all repairs or replacements necessitated by defects in
materials or workmanship, supplied under terms of this
Contract, and pay for any damage to other works resulting
from such defects, which become evident within 1 year
after the date of final acceptance of the Work or within
1 year after the date of substantial completion
established by the Engineer for specified items of
equipment, or within such longer period of time as may be
prescribed by law or by the terms of any applicable
special guarantee required by the Contract Documents. The
-
Contractor further assumes responsibility for a similar
guarantee for all Work and materials provided by
,
subcontractors or manufacturers of packaged equipment
components.
The effective date for the start of the guarantee or
warranty period for equipment qualifying as substantially
complete is defined in Article 16, SUBSTANTIAL COMPLETION,
and Article 65, SUBSTANTIAL COMPLETION DATE, in these
General Conditions. The Contractor also agrees to hold
the Owner and the Engineer harmless from liability of any
kind arising from damage due to said defects. The
Contractor shall make all repairs and replacements
promptly upon receipt of written order for same from the
Owner. If the Contractor fails to make the repairs and
replacements promptly, the Owner may do the Work, and the
Contractor and his Surety shall be liable for the cost'
thereof. Any additional requirements for the Project
relative to correction of defective Work after final
acceptance are set forth in the Supplementary Conditions.
PROGRESS OF THE WORK ,
56. BEGINNING OF THE WORK
Before Work shall be started and materials ordered, the
Contractor shall meet and consult with the Owner and/or
Engineer relative to materials, equipment, and all
arrangements for prosecuting the Work.
I
I
Section 00700 - 21 ,
I
57. SCHEDULES AND PROGRESS REPORTS
' The Contractor shall submit to the Owner such schedule of
quantities and costs, progress schedules, payrolls,
reports, records, and other data as the Owner may request
concerning Work performed or to be performed under this
IContract.
Construction Schedule Requirements: The Contractor shall
' comply with the following requirements concerning
construction scheduling and payments:
' The Contractor shall submit a construction schedule of
the bar graph type (or other approved type) prior to
the preconstruction conference showing the following
information as a minimum:
1 a. Date of Notice to Proceed with Contract Work.
' b. Actual date construction is scheduled to start if
different from the date of Notice to Proceed.
' c. Contract completion date.
d. Beginning and completion dates for each phase of
Work.
' e. The dates at which special detail drawings are
required.
' f. Respective dates for submission of shop drawings
and the beginning of manufacture, the testing of,
and the installation of materials, supplies, and
'equipment.
g. All construction milestone dates.
' h. A separate graph showing Work placement in dollars
versus Contract time.
The schedule shall incorporate approved Contract changes.
The schedule shall be maintained in an up-to-date
condition monthly and shall be available for inspection at
the construction site at all times.
I]
The construction schedule shall be submitted in
conjunction with and/or in addition to any other
requirements concerning schedules within these
Specifications.
Section 00700 - 22
58
59
THE CONSTRUCTION SCHEDULE SHALL BE UPDATED AND SUBMITTED
WITH EACH MONTHLY REQUEST FOR PAYMENT SHOULD THE
CONTRACTOR FALL BEHIND SAID SCHEDULE, HE SHALL PRESENT IN
WRITING TO 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
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.
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
I
to become due to him hereunder without the previous
written consent of the Owner.
' 60. OWNER'S RIGHT TO DO WORK
If the Contractor should, in the opinion of the Engineer,
neglect to prosecute the Work properly or should neglect
or refuse at his own cost to take up and replace Work as
shall have been rejected by the Engineer, then the Owner
shall notify the Surety of the condition, and after 10
days' written notice to the Contractor and the Surety, or
without notice if an emergency or danger to the Work or
public exists, and without prejudice to any other right
' which the Owner may have under the Contract, take over
that portion of the work which has been improperly
executed or uncompleted, and make good the deficiencies
' and deduct the cost thereof from the payments then or
thereafter due the Contractor, and if such payments are
not sufficient thereof, charge the cost to the Contractor
' and its surety.
61. OWNER'S RIGHT TO TRANSFER EMPLOYMENT
If the Contractor should abandon the Work or should be
adjudged bankrupt, or if he should make a general
assignment for the benefit of his creditors, or if a
' receiver should be appointed on account of his insolvency,
or if he should persistently or repeatedly refuse or
should fail, except in cases for which extension of time
is provided, 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
' instructions of the Engineer, or otherwise be guilty of a
substantial violation of any provision of the Contract or
any laws or ordinance, then the Owner may, without
' prejudice to any other right or remedy, and after giving
the Contractor and Surety 7 days' written notice, transfer
the employment for said Work from the Contractor to the
' Surety. Upon receipt of such notice, such Surety shall
enter upon the premises and take possession of all
materials, tools, and appliances thereon for the purpose
of completing the Work included under this Contract and
employ, by Contract or otherwise, any qualified person or
persons to finish the Work and provide the materials
therefore, in accordance with the Contract Documents,
' without termination of the continuing full force and
effect of this Contract. In case of such transfer of
employment to such Surety, the Surety shall be paid in its
own name on estimates according to the terms hereof
' without any right of the Contractor to make any claim for
the same or any part thereof.
' If after the furnishing of said written notice to the
Surety, the Contractor and the Surety still fail to make
reasonable progress on the performance of the Work, the
Section 00700 - 24
7
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 I
by any separate Contractor employed by the Owner, or by
strikes, lockouts, fire, excessive adverse weather
conditions not reasonably anticipated (on the basis of
official weather records from the past ten years, minimum,
from the locality involved), or acts of God, the
Contractor shall, within 48 hours of the start of the
occurrence, give written notice to the Owner of the cause
of the potential delay and estimate the possible time
extension involved, and within 7 days after the cause of
delay has been remedied, the Contractor shall given
written notice to the Owner of any actual time extension
requested as a result of the aforementioned occurrence;
then the Contract time may be extended by Change Order for
such reasonable time as the Engineer determines. It is
agreed that no claim• shall be made or allowed for any
damages which may arise out of any delay caused by the
above referenced acts or occurrences, other than claims
for the appropriate extension of time.
No extension of time will be granted to the Contractor for '
delays occurring to parts of the Work- that have no
measurable impact on the completion of the total Work
under this Contract; nor will extension of time be granted
for delays to parts of Work that are not located on the
critical path if the Critical Path Method (CPM) is used
for scheduling the Work.
No extension of time will be considered for weather
conditions normal to the area in which the Work is being
performed. Unusual weather conditions, if determined by
the Engineer to be of a severity that would stop all
progress of the Work, may be considered as cause for an
extension of Contract completion time. The Contractor
shall provide official documentation of weather conditions
experienced versus those anticipated as described above.
Delays in delivery of equipment or material purchased by '
the Contractor or his subcontractors (including Owner -
selected equipment) shall not be considered as a just
cause for delay. The Contractor shall be fully
responsible for the timely ordering, scheduling,
Section 00700 - 25 1
I
expediting, delivery, and installation of all equipment
and materials.
' Within a reasonable period after the Contractor submits to
the Owner a written request for an extension of time, the
Engineer will present his written opinion to the Owner as
Ito whether an extension of time is justified, and, if so,
his recommendation as to the number of days for time
extension. The Owner will make the final decision on all
' requests for extension of time.
In no event shall the Contractor be entitled under this
Contract to collect or recover any damages, loss, or
' expense incurred by any delay other than as caused by the
Owner, as stipulated in Article 73, NOTICE OF CLAIM FOR
DELAY.
' 63. LIQUIDATED DAMAGES
The Work shall begin at the time stated in the Notice to
' Proceed issued by the Owner to the Contractor and shall be
completed within the number of consecutive calendar days,
or by the calendar date, stated in the accepted Bid and
Contract. The time shall be computed from and including
the date stated in the Notice to Proceed. It is agreed
that time is of the essence of this Contract.
' The Contractor agrees that said Work shall be prosecuted
regularly, diligently, and uninterruptedly at such rate or
progress as will insure full completion 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 of this Contract, that, for each and every
calendar day that the Contractor shall be in default, he
' shall pay to the Owner the agreed -upon amount stipulated
in the Contract to compensate the Owner for monetary
losses incurred.
1 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 Work and shall properly connect and
coordinate his Work with theirs.
ISection 00700 - 26
If any part of the Work under this Contract depends on the '
prior acceptable completion of Work by others under
separate Contract(s), the Contractor shall inspect and
promptly report to the Engineer any defects in such Work
that would adversely affect the satisfactory completion of
the Work under this Contract. The Contractor's failure to
so inspect and report shall constitute acceptance of the
Work by others as being suitable for the proper reception
and completion of the Work under this Contract, excluding,
however, those defects in the Work by others that occur
after the satisfactory completion of the Work specified
hereunder.
65. USE OF PREMISES ,
The Contractor shall confine his equipment, the storage of
materials, and the operation of his workers to limits
shown on the Drawings or indicated by law, ordinances,
permits, or directions of the Engineer, and shall not
unreasonably encumber the premises with his materials.
The Contractor shall provide, at his own expense, the
necessary rights -of -way and access to the Work which may
be required outside the limits of the Owner's property.
66. SUBSTANTIAL COMPLETION DATE '
The Engineer may, at his sole discretion, issue a written
notice of substantial completion for the purpose of ,
establishing the starting date for specific equipment
guarantees, and to establish the date that the Owner will
assume the responsibility for the cost of operating such
equipment. Said notice shall not be considered as final
acceptance of any portion of the Work or relieve the
Contractor from completing the remaining Work within the
specified time and in full compliance with the Contract
Documents.
Such substantial completion shall not relieve Contractor
from liquidated damages should the Owner have added costs
after the completion date, i.e., if additional
construction observation, interest paid, loss of revenue,
or other expenses continuetobe charged to the Owner.
Substantial completion of an operating facility shall be
that degree of completion that will provide a minimum of
7 continuous work days of successful operation in which
all performance and acceptance testing has been
successfully demonstrated to the Engineer. All equipment '
contained in the Work, plus all other components necessary
to enable the Owner to operate the facility in the manner
that was intended, shall be complete on the substantial
completion date. See "SUBSTANTIAL COMPLETION" under
Article DEFINITIONS, of these General Conditions.
i
Section 00700 - 27 ,
I
I
I
I
I
[Ti
I
I
67. PERFORMANCE TESTING
Operating equipment and systems shall be performance
tested in the presence of the Engineer to demonstrate
compliance with the specified requirements. Performance
testing shall be conducted under the specified design
operating conditions or under such simulated operating
conditions as recommended or approved by the Engineer.
Schedule such testing with the Engineer at least 1 week in
advance of the planned date for testing.
68. OWNER'S USE OF PORTIONS OF THE WORK
The Owner shall have the right to take possession of and
use any completed or partially completed portions of the
Work. Such use shall not be considered as final
acceptance of any portion of the Work, nor shall such use
be considered as cause for an extension of the Contract
completion time, unless authorized by a Change Order
issued by the Owner.
69. CUTTING AND PATCHING
The Contractor shall do all cutting, fitting, or patching
of his Work that may be required to make its several parts
come together properly and fit it to receive or be
received by Work of other Contractors shown upon or
reasonably 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
1
1
PAYMENT
I
11
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.
71. PAYMENT FOR CHANGE ORDERS
Payment or credit for any alterations covered by a Change
Order shall be determined by one or a combination of the
methods set forth in A, B, or C below as applicable:
ISection 00700 - 28
H
A. UNIT PRICES. If applicable, those unit prices ,
stipulated in the Bid, shall be utilized. If such
Unit Prices are not applicable, the Contractor and
Owner may utilize Unit Prices as mutually agreed upon.
B. LUMP SUM. A total lump sum for the Work may be
negotiated as mutually agreed upon by the Contractor
and Owner.
In "A" and "B" above, Contractor's quotations for Change
Orders shall be in writing and firm for a period of 90
days. Any compensation paid in conjunction with the terms
of a Change Order shall comprise total compensation due
the Contractor for the Work or alteration defined in the
Change Order. By signing the Change Order, the Contractor
acknowledges that the stipulated compensation includes
payment for the Work or alteration plus all payment for
the interruption of schedules, extended overhead, delay or
any other impact claim or ripple effect, and by such
signing specifically waives any reservation or claim for
additional compensation in respect to the subject of the
Change Order.
The Owner's request for quotations on alterations to the
Work shall not be considered authorization to proceed with
the Work prior to the issuance of a formal Change Order,
nor shall such request justify any delay in existing Work.
Lump sum quotations for alterations to the Work shall
include substantiating documentation with an itemized
breakdown of Contractor and subcontractor costs, including
labor, material, rentals, approved services, overhead, and
profit calculated as specified under "C" below.
C. FORCE ACCOUNT WORK. If the method of payment cannot
be agreed upon prior to the beginning of the Work, and
the Owner or the Engineer directs that the Work be• 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
' 3) Rental, or equivalent rental cost of equipment,
including necessary transportation for items
having a value in excess of $100.
4) Additional bond, as required and approved by the
Owner.
' 5) Additional insurance (other than labor insurance)
as required and approved by the Owner.
' To costs under 7OC, FORCE ACCOUNT WORK, there shall be
added the following fixed fees for the Contractor or
subcontractor actually performing the Work:
' A fixed fee not to exceed 15 percent of the cost of
all items above.
' The added fixed fees shall be considered to be full
compensation, covering the cost of general
supervision, overhead, profit, and any other general
' expense.
The Owner reserves the right to furnish such materials
and equipment as he deems expedient, and the
Contractor shall have no claim for profit or added
fees on the cost of such materials and equipment.
' For equipment under Item 3 above, rental or equivalent
rental cost will be allowed for only those days or
hours during which the equipment is in actual use.
' Rental and transportation allowances shall not exceed
the current rental rates prevailing in the locality.
The rentals allowed for equipment will, in all cases,
' be understood to cover all fuel, supplies, repairs,
and renewals, and no further allowances will be made
for those items, unless specific agreement to that
' effect is made.
The Contractor shall maintain his records in such a
manner as to provide a clear distinction between the
' direct costs of Work paid for on a force account basis
and the costs of other operations. The Contractor
shall furnish the Engineer report sheets in duplicate
' of each day's force account Work no later than the
working day following the performance of said Work.
The daily report sheets shall itemize the materials
used, and shall cover the direct cost of labor and the
'
charges for equipment rental, whether furnished by the
Contractor, subcontractor, or other forces. The daily
report sheets shall provide names or identifications
and classifications of workers, the hourly rate of pay
and hours worked, and also the size, type, and
identification number of equipment and hours operated.
Material charges shall be substantiated by valid
copies of vendors' invoices. Such invoices shall be
' Section 00700 - 30
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
documer_ted 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
H
' materials delivered to the Project site suitably
stored and protected prior to incorporation into the
Work. If the Contractor's estimate of amount earned
conforms with the Engineer's evaluation, the Engineer
will calculate the amount due the Contractor and make
recommendation to the Owner for payment.
' An estimate of monthly progress payments shall be
provided for the entire job prior to the first payment
request. An update of the estimate of progress
payments shall be updated if the actual progress
differs by more than 20 percent in any given month.
Each monthly payment request shall include the
required updated Schedule.
If the updated Schedule is not submitted, the Owner
' may withhold payment until this item is completed.
The Contractor shall be paid within 30 days of
approval of the payment request.
C. DEDUCTION FROM ESTIMATE
Unless modified in the Supplementary Conditions,
' deductions from the estimate will 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
or retainage will be made on the approved items of
material delivered to and properly stored at the
jobsite but not incorporated into the Work. When the
Work is 50 percent complete, the Owner may "freeze"
' the retainage at 5 percent of the dollar value of the
total contract provided that the Contractor is making
satisfactory progress and there is no specific cause
for a greater retainage. The Owner may reinstate the
retainage up to 10 percent of the dollar value of
"Work complete to date" if the Owner determines, at
his discretion, that the Contractor is not making
'
satisfactory progress or where there is other specific
cause for such withholding.
NOTE: Exception --If the Work includes water or sewer
pipelines, the Contractor shall maintain the Work for
a period of ninety (90) days following its acceptance
by the OWNER. Up to five percent (51) of the Contract
amount shall be retained during this maintenance
period. All prior payments shall be subject to
I
ISection 00700 - 32
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
E
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.
PAYMENT
After deducting the retainages and the amount of all
previous partial payments made to the Contractor, the
amount earned as of the current month will be made
Section 00700 - 33
Li
' payable to the Contractor within 30 days of the
Owner's receipt of an approved request, except where
the Owner is a municipality or other agency whose laws
' require the approval of each payment by a council or
similar body, in which case, the payment shall become
due and payable 10 days after the first regularly-
, scheduled meeting in the month following the submittal
of such payment request.
73. CLAIMS
' In any case where the Contractor deems additional
compensation is due him for Work or materials not clearly
' covered in the Contract or not ordered by the Engineer
according to provisions of Article 20 ALTERATIONS -
CHANGES IN WORK, the Contractor shall notify the Engineer,
' in writing, of his intention to make claim for such
compensation before he begins the Work on which he bases
the claim, in order that such matters may be settled, if
possible, or other appropriate action promptly taken. If
' such notification is not given or the Engineer is not
afforded proper facilities by the Contractor for keeping
strict account of actual cost, then the Contractor hereby
' agrees to waive the claim for such additional
compensation. Such notice by the Contractor, and the fact
that the Engineer has kept account of the cost as
' aforesaid, shall not 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 Owner and Engineer within 10
' days following completion of that portion of the Work for
which the Contractor bases his claim. In case the claim
is found to be just, it shall be allowed and paid for as
' provided in Article 70, PAYMENT FOR CHANGE ORDERS.
74. NOTICE OF CLAIM FOR DELAY
' If the Contractor intends to file a claim for additional
compensation for delay caused by the Owner at a particular
time, he shall file a notice of claim with the Owner
' within 7 days of the beginning 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, DELAYS AND EXTENSION OF TIME, are complied
with, and a notice of claim has been filed with the Owner
' in writing, as stated above.
Should the Owner be prevented or enjoined from proceeding
with Work, either before or after its prosecution, or from
' authorizing its prosecution by reason of any litigation,
the Contractor shall not be entitled to make or assert
claim for damage by reason of said delay; but time for
' completion of the Work will be extended to such reasonable
time as the Owner may determine will compensate for time
' Section 00700 - 34
lost by such delay, with such determination to be set
forth in writing.
75. RELEASE OF LIENS OR CLAIMS
The Contractor shall indemnify and save harmless the Owner
from all claims for labor and materials furnished under
this Contract. Prior to the final payment, the Contractor
shall furnish to the Owner, as part of his final payment
request, an affidavit that all of the Contractor's
obligations on the Project have been satisfied and that
there are no unpaid taxes, liens, vendors' liens, rights
to lien or any other type of claim against the Project,
and that the hourly wages paid to all persons on the
Project were in accordance with the applicable wage scale
determinations.
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.
ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
The acceptance by the Contractor of the final payment
shall release the Owner and the Engineer, as agent of the
Section 00700 - 35
I
Owner, from all claims and all liability to the Contractor
for all things done or furnished in connection with the
Work, and every act of the Owner and others relating to or
arising out of the Work. No payment, however, final or
otherwise, shall operate to release the Contractor or his
Sureties from obligations under this Contract and the
Performance and Payment Bonds, and other bonds and
warranties, as herein provided.
I
I
I
I
I
LI
I
I
I
END OF SECTION
' Section 00700 - 36
I
SECTION 00800
SUPPLEMENTARY CONDITIONS
' GENERAL
The Contractor's attention is directed to Division 1, GENERAL
REQUIREMENTS, which contains other directions pertinent to the
project.
REVISIONS AND ADDITIONS TO THE GENERAL CONDITIONS
The GENERAL CONDITIONS (Section 00700) are hereby revised as
follows:
' ARTICLE 9. "ENGINEER"
Wherever in these Documents the word "Engineer" appears, it
' shall be understood to mean McClelland Consulting Engineers,
Inc., acting either directly or indirectly as authorized
agents of the Owner.
ARTICLE 12. "OWNER"
OWNER
1 Wherever in these Documents the word "Owner" appears, it shall
be understood to mean the City of Fayetteville
ARTICLE 14. "SPECIFICATIONS"
Add the following:
FEDERAL, STATE, COUNTY, AND LOCAL STANDARD SPECIFICATIONS
' Where portions of the work traverse or adjoin local streets,
county roads, railroads, or Federal property, and the agency
in control of such property has established standard
specifications governing items of work that differ from these
Specifications, the most stringent requirements shall apply.
' The Contractor shall comply with all regulations and
requirements of the City of Fayetteville wherever the work
traverses or crosses City streets. Likewise work in the
' right-of-way of state highways (though none is anticipated for
this basic project) shall conform to all regulations and
requirements of the Arkansas Highway and Transportation
Department.
Section 00800 - 1
I
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
days". This is a small, short -duration project, and the
identity of proposed subcontractors is needed very quickly,
after execution of a Contract.
ARTICLE 35. "INSURANCE AND LIABILITY"
Add to subarticle entitled "GENERAL" the following:
ARTICLE 35. "INSURANCE AND LIABILITY", SUBARTICLE "BUILDERS
RISK ALL RISK INSURANCE"
Delete Builder's Risk insurance coverage.
Section 00800 - 2
11
I
11
I
I
I
I
I
C
I
I
I
I
I
I
I
I
I
C
I
SURETY AND INSURER QUALIFICATIONS
All bonds, insurance contracts, and certificates of insurance
shall be executed by or countersigned by either a licensed
resident agent of the surety or an insurance company, having
its place of business in the State of Arkansas, and in all
ways complying with the insurance laws of the State of
Arkansas. Further, the said surety or insurance company shall
be duly licensed and qualified to do business in the State of
Arkansas.
After ARTICLE 38. "ORDINANCES, PERMITS, AND LICENSES"
Add the following:
OCCUPATIONAL SAFETY AND HEALTH
The Contractor shall observe and comply with all applicable
local, state, and federal occupational safety and health
regulations during the prosecution of work under this
Contract. In addition, full compliance by the Contractor with
the U. S. Department of Labor's Occupational Safety and Health
Standards, as established in Public Law 91-596, will be
required under the terms of this Contract.
Delete ARTICLE 42. "SANITATION"
The Contractor's personnel may use the restroom facilities at
the nearby public park.
ARTICLE 45. "SAFETY"
After this Article, add the following:
PUBLICITY
No information relative to the Work shall be released by the
Contractor, either before or after completion of the Work, for
publication or for advertising purposes without the prior
written consent of the Owner and the Engineer.
REPORTING OF ACCIDENTS
The Contractor shall submit a written report to the Engineer
of any accident or injury occurring at the Construction Site.
Section 00800 - 3
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
Contractor in excess of 40 hours f:
and/or any time on Saturday, Sunday,
in the Owner's opinion requires
observer's presence to observe such
any hours worked by the
-om Monday through Friday
and legal holidays, which
the Engineer's resident
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
I
days' written notice to the Contractor, may without prejudice
to any other remedy he may have make good such deficiencies,
and the cost thereof (including compensation for additional
professional services) shall be charged against the Contractor
if the Engineer approves such action, in which case a Change
Order shall be issued incorporating the necessary revisions in
the Contract Documents including an appropriate reduction in
the Contract Price. If the payments then or thereafter due
the Contractor are not sufficient to cover such amount, the
Contractor shall pay the difference to the Owner.
AFTER ARTICLE 58. "PROSECUTION OF THE WORK"
Add the following:
STANDARDIZATION AND UNIFORMITY OF EQUIPMENT AND CERTAIN
MATERIALS
To ensure standardization and uniformity in all parts of the
work under this Contract, like items of materials shall be the
products of one manufacturer.
Uniformity in certain like material items is required in order
to provide the Owner with a simplified spare materials
inventory, and a standardized procedure for maintenance care
and manufacturers' services.
The Contractor shall inform his suppliers and subcontractors
of these requirements, and shall provide the necessary
coordination to accomplish the standardization specified.
ARTICLE 62. "DELAYS AND EXTENSION OF TIME"
Add the following phrase in the first sentence of the first
paragraph following "adverse weather conditions are not reasonably
anticipated":
(on the basis of official weather records from the past ten
years, minimum, for the locality involved)
Add the following paragraph following the second paragraph:
The Contractor acknowledges and agrees that mitigation for
delays due to changes, differing site conditions, and
suspensions of work will require that the Contractor revise
preferential sequences which had the net effect of
sequestering "float time", before proposing an updated
schedule which supports a delay to the Contract as a Whole.
Further, time extensions shall not be granted until all
"float" or "contingency time", at the time of the delay,
available to absorb specific delays and associated impacts is
used.
Section 00800 - 5
r
ARTICLE 62. "DELAYS AND EXTENSION OF TIME"
After the 3rd paragraph, add the following:
AVAILABILITY OF SPECIFIED ITEMS
By submitting his Proposal to perform the work herein
specified, the Contractor agrees that the materials/equipment
specified are available for construction of the project within
the time frame(s) stipulated herein. Further, the Contractor
thereby agrees that time extension requests/cost increases
shall not be justified upon the basis of non -availability of
materials/equipment.
ARTICLE 71. "PAYMENT FOR CHANGE ORDERS"
Add the following paragraph following Item B in the first
paragraph:
The amount of credit to be allowed by Contractor to Owner for
any such change which results in a net decrease in cost will
be the amount of the actual net decrease plus a deduction in
the Contractor's fee by an amount equal to ten percent of the
net decrease: and
Change the First sentence of the next paragraph to:
In A and B above, Contractor's quotations for Change Orders
shall be submitted in writing within 30 calendar days of a
Contract Modification Initiation Request, and be firm for a
period of 90 days..
Add the following sentence to the next paragraph:
Substantiating documentation shall consist of such items as
price quotations from manufacturers, suppliers and
subcontractors, including a breakdown of their estimates
similar to that required of the Contractor.
Substantiating documentation shall also consist of the record
of communication of final bid prices obtained during the bid
period for those items involved in the change for both those
additive and deductive items.
Add the following sentence following the first sentence of
subparagraph C.l.:
Labor as used herein shall not include Contractor engineering,
cost estimating or administrative costs, including general
project management, whether performed in the Contractor's home
office or on the jobsite, for change orders processing, cost
Section 00800 - 6
I
estimating, negotiating or other such costs. Such costs are
included in the allowed fixed fee stated below.
ARTICLE 72. "PARTIAL PAYMENTS"
SUBARTICLE "DEDUCTION FROM ESTIMATE"
Add the following:
When the work is substantially complete (operational or
beneficial occupancy), the retained amount may, at the option
of the Owner, be further reduced below 5 percent to only that
amount necessary to assure completion.
ARTICLE 73. "CLAIMS"
C
I
H
1J
I
I
I
H
I
I
I
Add the following after the first sentence:
"Said notification must be forwarded to the ENGINEER within 7
calendar days of the date on which the CONTRACTOR first
recognizes that, in his opinion, the work or materials are not
clearly a part of the current Contract".
END OF SECTION
Section 00800 - 7
I
I
' SECTION 01000
ABBREVIATIONS
' PART 1 GENERAL
A. Whenever in these Contract Documents the following
abbreviations are used, the intent and meaning shall be
interp_eted 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
AMCA Air Moving and Conditioning Association
ANSI American National Standards Institute
' APA American Plywood Association
API American Petroleum Institute
AREA American Railway Engineering Association
' ASAE American Society of Agricultural Engineers
ASCE American Society of Civil Engineers
ASHRAE American Society of Heating, Refrigerating and
' Air -Conditioning Engineers, Inc.
ASME American Society of Mechanical Engineers
ASTM American Society for Testing and Materials
AWI Architectural Woodwork Institute
' AWS American Welding Society
AWPA American Wood Preservers' Association
AWPB American Wood Preservers Bureau
' AWWA American Water Works Association
BHMA Builders Hardware Manufacturers' Association
' CBMA Certified Ballast Manufacturers' Association
CDA Copper Development Association
CISPI Cast Iron Soil Pipe Institute
' CMAA Crane Manufacturers' Association of America
CRSI Concrete Reinforcing Steel Institute
EPA Environmental Protection Agency
' Section 01000 - 1
I
I
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
Section 01000 - 2
tJJ
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.
I
[1
[J
I
I
I
I
END OF SECTION
Section 01000 - 3
I
I
' PART 1 GENERAL
I
I
SECTION 01009
SUMMARY OF WORK
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
I
I
I
I
I
I
H
I
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 a 36 -inch water transmission
main and a 12 -inch water distribution main. In addition,
completion of the work will require connections to
existing water lines, installation of fire hydrants and
air release valves, bored highway and railroad crossings,
and miscellaneous related items.
PART 2 PRODUCTS
Not Used.
Section 01009 - 1
[-
PART 3 CONTRACTOR'S RESPONSIBILITIES
3.O1 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
A
DRAWINGS
Drawings are bound separately and consist of 51 sheets.
END OF SECTION
Section 01009 - 2
C
I
' PART 1 GENERAL
Ll
I
I
J
I
I
I
J
J
C
I
11
SECTION 01011
SITE CONDITIONS
1.01 SITE INVESTIGATION AND REPRESENTATION
A. The Contractor acknowledges by submission of his Bid that
he has satisfied himself as to the nature and location of
the work, the general and local conditions, particularly
those bearing upon availability of transportation,
disposal, handling and storage of materials, availability
of labor, water, electric power, roads, and uncertainties
of weather, river stages, or similar physical conditions
at the site, the conformation and conditions of the
ground, the character of equipment and facilities needed
preliminary to and during the prosecution of the work and
all other matters which can in any way affect the work or
the cost thereof under this Contract.
B. The Contractor further acknowledges by submission of his
Bid that he has satisfied himself as to the character,
quality, and quantity of surface and subsurface materials
to be encountered from inspecting the site. Any failure
by the Contractor to acquaint himself with all the
available information will not relieve him from
responsibility for properly estimating the difficulty or
cost of successfully performing the work.
C. Prospective Bidders are invited, at their own expense, to
make subsurface investigations, by boring or test hole
excavation, as may be desirable, provided, however, that
such work be scheduled by appointment with the Engineer.
Bidders are not authorized to enter private property
during these investigations.
D. In the event subsurface or latent physical conditions are
found materially different from those indicated in these
Documents, and differing materially from those ordinarily
encountered in the project area and generally recognized
as inhering in the character of work covered in these
Contract Documents, the Contractor shall promptly, and
before such conditions are disturbed, notify the Engineer
in writing of such changed conditions.
E. The Engineer will investigate such conditions promptly
and following this investigation, the Contractor shall
proceed with the work, unless otherwise instructed by the
Engineer. If the Engineer finds that such conditions do
so materially differ and cause an increase or decrease in
the cost of, or in the time required for performing the
Section 01011 - 1
H
I
work, the Engineer will recommend to the Owner the amount
of adjustment in cost and time he considers reasonable.
The Owner will make the final decision on all Change
Orders to the Contract regarding any adjustment in cost
or time for completion.
1.02 EXISTING UTILITIES
A. Utilities into the vicinity of the project include water,
sewage, television, gas, telephone, and electric lines.
Information is shown on the Drawings relative to the
general location of these utilities. Since specific
utility locations are not shown on the Drawings for all
utilities, the contractor shall carefully coordinate the
location of utilities. No compensation will be paid to
the Contractor, due to costs associated with damages to
utilities or to costs associated with locating/avoiding
same.
1.03 CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND
SERVICE
A. Notify all utility offices that are affected by the
construction operation at least 48 hours in advance.
Under no circumstances expose any utility without first
obtaining permission from the appropriate agency. Once
permission has been granted, locate, expose, and provide
temporary support for all existing underground utilities.
B. The Contractor shall be solely and directly responsible
to the Owner and operators of such properties for any
damage, injury, expense, loss, inconvenience, delay,
suits, actions, or claims of any character brought
because of any injuries or damage which may result from
the construction operations under this Contract.
C. Neither the Owner nor its officers or agents shall be
responsible to the Contractor for damages as a result of
the Contractor's failure to protect utilities encountered
in the work.
D. In the event of interruption to utility services as a
result of accidental breakage due to construction
operations, promptly notify the proper authority.
Cooperate with I 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.
11
1
11
Section 01011-2
I
E. Drainage culverts that are removed or damaged by the
Contractor shall be replaced in kind at the expense of
' the Contractor.
F. The Contractor shall replace, at his own expense, any and
all existing utilities or structures damaged during
construction.
1.04 NAMES OF KNOWN UTILITIES SERVING THE AREA
A. The following is a list of the major public utilities
serving the work area indicating the name and telephone
number of the responsible authority of the various
utilities which should be notified if conflicts or
emergencies arise during the progress of the work:
' Name Authority Telephone
Water & Sewer Fayetteville Water Dept. 501-521-8050
Telephone Southwestern Bell Enterprise 9800
1-800-482-8998
' Gas Arkansas Western Gas 501-521-5400
Electricity Southwestern Electric 501-521-2400
Power Company
' Electricity Ozarks Electric Coop. 501-521-2900
Telephone Contel 1-800-482-8998
(Fiber Optics)
Television Warner Cable 501-521-1368
1-800-482-8998
1.05 FIELD RELOCATION
' A. During the progress of construction, minor relocations of
the work may become necessary. Such relocations shall be
made only by direction of the Engineer. If existing
' structures are encountered that will prevent construction
as shown, notify the Engineer before continuing with the
work in order that the Engineer may make such field
' revisions as necessary to avoid conflict with the
existing structures. If the Contractor shall fail to
notify the Engineer when an existing structure is
encountered, and shall proceed with the work despite this
' interference, he shall do so at his own risk and
expense.
I
Section 01011 - 3
L
1.06 CONSTRUCTION ON PRIVATE PROPERTIES
A. The Owner has obtained easements for the pipeline routes.
The vast majority of this work is being completed on
private property. The Contractor shall protect and/or
restore improvements on these properties, including
structures, rock walls, fences, drives, culverts, fruit
and ornamental trees and shrubs, and grass in yards and
pasture lands. Failure to do so will result in retainage
of funds otherwise due the Contractor, as necessary to
compensate property owners for damages and/or to pay
restoration costs.
B. The Drawings illustrate the location of the permanent
utility easements and temporary construction easements.
The Contractor shall make reasonable efforts to avoid
unnecessary damage to all trees in the temporary
easement, in addition to the protection/restoration work
described above. The Contractor shall not remove trees
larger than 6 inches in diameter from the temporary
construction easement.
C. During the easement acquisition process, certain
agreements were made with specific landowners. These
agreements are included in the Special Conditions
appended hereto.
1.07
PART 3
PAYMENT
No separate payment will be made for work under this
Section.
PRODUCTS
Not Used
EXECUTION
Not Used
END OF SECTION
(Easement Special Conditions Appended Hereto)
Section 01011 - 4
36" WATER TRANSMISSION LINE
SOUTH SEGMENT
Contact Information and Specific Tract Requirements
June 1, 1994
'S -100-R 1) 35' Perm. Esmt. will provide room for sewer line
Lawrence H. C. Mong & Sue K. Mong and 36" WL. 10' minimum distance MUST be
2832 Quail Drive maintained between sewer line and WL. Sewer line
'Fayetteville, AR 72703 shall be located within West 5' of Perm. Esmt.
442-3975 (Home) 2) 45Temp. Esmt.
442-8188 (Restaurant) 3) Gates should provided at both ends of property.
S -101-R General Specs. apply to this tract.
Frank Lynch & Mary Lynch
and
Frank Krupa and Irene Krupa
c/o Francis Lynch, Jr.
'2741 W. 93rd Place
Evergreen Park, IL 60423
[Francis Lynch, Jr. (708) 857-8600
'Office]
S-102
ale L. Benedict & Martha J. Benedict
O. Box 1992
Iayetteville, AR 72702
43-2228 Home 443-9148 Office
103-1 (Y2 interest in Tr. S-103)
ames Loren Barnes
2254 Mountain View Road
ainesville, GA 30504
04) 534-5152
103-2 (Y2 interest in Tr. S-103)
onald Willie Barnes
1701 Emorywood Drive
Iharlotte, NC 28210
04) 553-2270
104
ay W. Barnes & Patricia Barnes
320 Pauline Renee
oore, OK 73160
05) 793-7422
L
Also see Tract S-126
Contact Rick Mayes, Gen. Mgr. 443-9148
General Specs. apply to this tract.
This is one of two esmts. for this tract.
General Specs. apply to this tract.
This is one of two esmts. for this tract.
General Specs. apply to this tract.
General Specs. apply to this tract.
I
Section 01011 -- 5
S-105
Marinoni, Inc. and PAM Angus Limited
Partnership
c/o Paul Marinoni, Jr.
4995 Wedington Drive
Fayetteville, AR 72703
521-3527
S-106-1
Meriam J. Calabria
6335 W. Northwest Highway
Dallas, TX 75225
(214) 369-0117 Home
(817) 325-1985 Ranch
S-106-2
Stephen Duane Calabria
10550 Berry Knoll
Dallas, TX 75230
S-106-3
Stephen J. Calabria
667 Ocean Shore Blvd.
Ormond Beach, FL 32176
S-106-4
Ann C. Mintz
74-3 Jockey Hollow Road
Bernardsville, NJ 07924
S-106-5
David Randal Calabria
4310 Bowser #110
Dallas, TX 75219
S-107
Levoy Patrick Demaree
c/o Jill R. Jacoway, Attorney at Law
P. O. Drawer 3456
Fayetteville, AR 72702
521-9792
S-108
Fayetteville Apartments
Partnership
c/o Dewar Properties
P. O. Box 2295
Valdosta, GA 31604
1) Temp. fencing required to protect cattle.
2) Cattle underpass should be restored without
delay. Confer with property owner about location of
cattle during construction.
This is 1 of 5 easements.
General Specs. apply to this tract.
This is 1 of 5 easements.
This is 1 of 5 easements.
This is 1 of 5 easements.
This is 1 of 5 easements.
General Specs. apply to this tract.
1) Sign set in concrete, flag poles, stop sign and
Limited berme with decorative plants are located in entry to
complex. They will have to be removed and
replaced.
2) Phone lines and box are located within easement.
3) Storm sewer (2" or 3" PVC) is located 4' or 5'
south of front building, back of pad.
Section 01011 - 6
H
S-108, continued
I
1(912) 242-7759
Grace Weaver, Resident Mgr. 521-7206
1
4) Trees near easement will have to be trimmed
prior to construction. Tree south and east of entry
berme will probably have to be removed.
5) Property owner has been compensated for
moving storage shed out of easement.
6) Underground cables which monitor all utilities for
complex are located west of easement. Extreme
care should be exercised to avoid any contact with
these cables or ground over them. [These cables are
connected to: Energy Billing Systems, 535 E.
Cimmaron, Suite B, Colorado Springs, CO 80903,
(719) 632-4242]
�S-109 A side letter has been given to the property owner
edington Liquors which addresses the following:
tenwyn K. "Len" Edens & Kathy M. 1) Contractor shall give three (3) day prior notice to
dens and owner of intention to close entry onto Shiloh Drive.
eon Edens & Kathryn Edens This entry onto Shiloh Drive shall remain open at all
075 Wedington Drive times except for specific time required for installation
ayetteville, AR 72703 of water line, or to cut out concrete for such
442-7564 Len Edens purposes. Maximum amount of time for any single
I75-0688 Leon Edens closure of entry from Shiloh Drive shall be eight (8)
hours.
2) At least one point of ingress/egress MUST remain
1 open at ALL times with provisions for auto and truck
(semi -trailer delivery vehicles) turnaround and
automobile parking. Gravel shall be provided for one
1 car width along West side of concrete for auto
parking.
3) When parking lot and Shiloh Drive entry concrete
1 areas are cut and removed, these areas are to be
filled with gravel to allow temporary use. Gravel
must be replaced after pipeline installation and
before concrete pads are poured.
4) Owner has requested concrete pour to be
1 accomplished in two phases, namely: (1) pour
parking area first with sufficient curing time to allow
truck traffic before (2) pouring Shiloh Drive entry.
110
illy D. Thomas and Geneva McFarland
o Geneva McFarland
oute 4 Box 311-A
ayetteville, AR 72703
f2-6870 Geneva McFarland
I
1) Security must be maintained around bore pit.
2) Temporary fencing required for protection of
livestock.
3) Fences to be restored without gates.
I
Section 01011 - 7
S-111 u WL will cross entire East (major) parking lot for
Wilson Inn - Fayetteville, Inc. this motel. A letter has been furnished to property
Robert A. Wilson, Vice President owner - at his request - stating that parking lot will
Kemmons Wilson Inc. not be disrupted until just before line is ready to be
P. O. Box 30185 laid. Owner has stated that they cannot afford to
Memphis, TN 38130-0185 have parking lot torn up for two or more weeks while
(901) 346-8820 Bob Wilson entire trench is dug and then. have possible added
444-6006 Pat Sinclair, Manager delays due to weather. Parking lot must be crossed
and returned to usable condition as quickly as
possible. Immediately following the laying of pipe,
trench should be backfilled with gravel to allow
usage and to allow sufficient time for settling before
new asphalt is poured.
WL also crosses flower beds/landscape areas
which will need to be restored to original condition
as soon as possible. It is suggested that contractor
take pictures of these beds/areas BEFORE
construction.
c Restoration of flower beds/landscape areas will
include replacement of birch trees at Station 87+00
with 3" to 4" birch trees.
S -1 11-A A Side Letter has been given to the property owner
John W. Newsom, Jr. which addresses the following -
2895 Dorothy Jeanne 1) One traffic lane, from apartments on subject
Fayetteville, AR 72703 property to Shiloh Drive, shall remain open to traffic
582-1113 at all times during periods of construction,
inspection, maintenance and repair.
2) Restoration will include all items, not just soil. If
disturbed area contains sodded grass, contractor for
City will restore area with sod. If area is seeded
grass, it will be restored with seed of like kind. In
any case, the obligation of City's contractor will be
to restore subject property to a condition equal to or
better than before disturbance. Restoration of
disturbed property will be performed promptly, within
a reasonable period of time as may be limited by
circumstances such as weather or other conditions.
S-112 General Specs. apply to this tract.
James R. George
2617 Stanton Avenue
Fayetteville, AR 72703
442-2159
S-113 General Specs. apply to this tract.
John P. Lamp and Reba J. Lamp
Route 4 Box 209-H
Huntsville, AR 72740
Section 01011-8
IS -114
J. Mitchell Cockrill and Sherna L.
ICockrill
Route 8 Box 64 (Hwy. 71 South)
Fayetteville, AR 72701
'521-5904 Dr. Cockrill's Office
S-115
'Arkansas Book Store, Inc.,
Potts and Sterling P. Anders
'c/o Sterling P. Anders
1936 No. Shiloh Drive
Fayetteville, AR 72703
,443-9205
S-116
,Arkansas Book Store, Inc.,
Potts and Sterling P. Anders
c/o Sterling P. Anders
'1936 No. Shiloh Drive
Fayetteville, AR 72703
443-9205
General Specs. apply to this tract.
Also see Tract S-116.
James E. 1) Temporary fencing will be needed to protect
cattle (50± head). No gate will be necessary.
2) If construction is in progress in Sub. Div. at time
of WL construction, coordinate our crossing of
property with owner's contractor.
James E.
I-117
Elam L. Denham and Mary R. Denham
167 No. Porter Road
ayetteville, AR 72703
521-5252 Office
F75-0863 Home
I
I
I
I
I
I
C
Also see Tract S-115.
General Specs. apply to this tract.
A Side Letter has been given to the property owner
which addresses the following -
There is a house and mobile home on this tract.
These may or may not be rented at time of
construction. Denhams are very concerned about:
1) Amount of time driveway will be blocked (they
were told it would be for 4 hours - Maximum AND
that tenants (if any) AND owners would be given 48
hours notice BEFORE driveway (from Shiloh) is
blocked by construction.)
2) There is a "hackberry" tree that is located near SE
corner of property and either in or on line of WL
permanent easement. Every effort should be made
to install pipe as far away from this tree as possible.
All roots encountered by digging equipment must be
clean-cut to minimize damage to tree. Owners have
NOT been paid for loss of this tree.
3) Denhams were paid compensation to move
service water line to house and trailer from old
location that ran North and South (along route of
WL) to new location which runs roughly East and
West from West side of Shiloh. This line must be
restored to service a.s.a.p.
I
Section 01011 - 9
S-118 A Side Letter has been given to the property owner
B. H. Unger and Mary Ellen Unger which addresses the following:
2431 Mt. Comfort Road 1) Mrs. Unger has a serious heart condition. Access
Fayetteville, AR 72703 to Mt. Comfort Road must be maintained at all times
443-0159 in case she has to be taken to hospital.
2) EXTREME CAUTION should, be exercised when
working near 40 year old, 4 inch water line that runs
East and West through back yard. This line services
this home and at least one other.
3) Any fencing now in place that is removed for
construction will have to be replaced a.s.a.p. It is
needed for security due to neighborhood children.
4) TWO DAYS NOTICE must be given to Ungers
before construction crosses their property.
5) Remove as little of hedge as possible. That
portion removed must be replaced a.s.a.p.
S-119 1) Temporary fencing will be required. Paul
Paul Guisinger, Jr. & Bernice Guisinger Marinoni leases this land for pasturing his cattle.
and Louise Guisinger Sager Present fencing is two strand electric wire.
c/o Louise Sager
1636 Rockwood Terrace See S-105 for more information.
Fayetteville, AR 72701
521-5400 Tom Sager's Office
442-4062 Home
S-120 A Side Letter has been given to the property owner
Virginia Gail George which addresses the following:
2390 Deane Solomon Road 1) There is a very wide, brick driveway that runs
Fayetteville, AR 72703 from road, across easement area, to house. Bricks
442-8124 will have to be carefully removed and stored. Gravel
will need to be placed in driveway area following
installation of pipe, until soil has had time to settle.
After soil has settled, brick driveway will need to be
restored. Bricks were originally positioned on a bed
of sand, concrete poured over bricks and worked in
between bricks, then excess concrete on top of
bricks washed off.
2) There are two very large and old trees in front
yard, near road. Property owner will be paid for
these trees ONLY if there is damage to them within
five years following WL construction. MAKE EVERY
EFFORT TO AVOID TREES AND THEIR ROOTS.
CLEAN-CUT ANY ROOTS ENCOUNTERED.
Section 01011 -10
S-121
Donald L. Williams and Maribelle
Williams
Home: Route 1 Box 29, Farmington,
AR 72730
' Business: 2501 Shiloh Drive
Business # 442-8284
' S -121-A
Fayetteville Church of Christ
'c/o Mr. Ron Osborn
P. O. Box 662
Lowell, AR 72745
' 636-3545 Ron Osborn
S-122
'Randolph P. Hannold and Michelle
Morgan-Hannold
2512 Deane Solomon Road
'Fayetteville, AR 72703
575-0591
I
I
S-123 and S-124
City of Fayetteville
' 113 W. Mountain
Fayetteville, AR 72701
Highest portion of this property is just east of road,
where pipe line will be installed. Owner would like
for this to be rounded off so that it is more level with
rest of land.
General Specs. apply to this tract.
Also indexed as S -120-A
P WL will pass through a horse training and exercise
corral. This corral is part of Hannolds' business. It
must be crossed and restored as quickly as possible
(MAXIMUM three (3) days).
P Following soil restoration will be required for
trench area: backfill as normal within 6" of ground
level, followed by 2" of SB-2 gravel which will need
to be compacted to create frost barrier, finished with
3" to 4" of sand (washed or river silt - whichever is
most economical).
P All non -trench areas are to be restored with a
minimum of 3" of sand (washed or river silt -
whichever is most economical).
General Specs. apply to this tract.
' S-125 General Specs. apply to this tract.
Alfred I. Graves, Jr. and Melva Dean -
IGraves
County Road 896
2205 Hwy. 112 North e hG� cs a f
Fayetteville, AR 72703
442-3617 or 521-5914 . ,4/ 4-,..c c9-
c-
'S-126 etaI/bk gate to be relocated to West I
Dale L. Benedict and Martha Benedict Perm.
Bio Tech Pharmaceutical, Inc. 2) Contractor to vine ire and remove
'P. O. Box 1992 vineyard posts to We CE. Replacement
Fayetteville, AR 72702 not required. for owner.
443-9148 3) Te encing along West TCE line requir r
curity reasons.
I
Section 01011 - 11
I
' S-126, continued t b or business
ur P
IAlso see Tract S-102.
S-127 Easement for this tract has not been acquired as of
'Bob Watson and Laura Menees this date.
c/o Hush Puppy Restaurant
3582 Hwy. 112 North 1) Dirt berme located along south pavement of Van
'Fayetteville, AR 72703 Asche Drive shall be restored by contractor.
521-5914 Restaurant 2) As soon as berme is restored, every effort should
be made to stabilize embankment soil - with seed
t and stray. Matting should be applied to prevent
washing.
3) Trench along this tract should NOT be filled with
' gravel, which might create a french drain and
possibly create new drainage problems.
'S-128 General Specs. apply to this tract.
Cross Street Service, Inc.
(Sunbelt Couriers) Corporate Office:
' Al TN: Don Salmon, President Larry Songer
1481 W. Van Asche Drive P. O. Box 15070 GMF
Fayetteville, AR 72703 Little Rock, AR 72231
' 582-1178 1-800-772-0778
'S-129 o All efforts should be made to avoid damage to
Tomlinson Asphalt Company, Inc. trees. Engineering has been designed to minimize
c/o Dempsey "Bud" M. Tomlinson damage to trees.
'1411 Van Asche Drive P One lane for entry/exit to business MUST be
Fayetteville, AR 72703 maintained at all times.
521-3179 Work
' 521-9635 Home
S-132 Easement not acquired as of this date.
'David C. McClinton
c/o McClinton -Anchor Company General Specs. apply to this tract.
Hathcock Building
'Fayetteville, AR 72701
521-3550
S-133 D. L. Manker No easement needed due to re-routing of line.
1295 Van Asche Street
Fayetteville, AR 72703
1
H
ISection 01011 - 12
S-134
Gerald B. Jones, Attorney in Fact
Helen Louise Dunlap, Trustee of the
P. R. Green Trust
P. O. Box 4156
Fayetteville, AR 72702
521-7281
S-135
Sam Mathias
1475 E. Amber Drive
Fayetteville, AR 72701
443-1690
General Specs. apply to this tract.
Easement not acquired as of this date.
o Fencing to be restored with four -strand barbed
wire and wooden posts.
c Contractor should consult with owner concerning
whether or not to leave new gates in fencing.
. Cattle in field, security must be maintained.
S-136 Cattle may be in field. Security may be required.
Marjorie S. Brooks and NANCHAR, Inc. General Specs. apply to this tract.
c/o Nancy S. Rubeck, President
P. O. Box 32
Springdale, AR 72765
S-137
Clary Development Corporation
c/o Robert M. Brown, Vice President
Development Consultants Incorporated
10411 West Markham Street
Little Rock, AR 72205-1410
S-200
J. Jefferey Chewning & Susan W.
Chewning and
Terry B. Dill & Sun C. Dill
c/o 411 Oak Manor Circle
Springdale, AR 72764
756-9482 (Terry Dill)
General Specs. apply to this tract.
Reference "Spring Park Subdivision, Fayetteville,
Arkansas" when contacting.
General Specs. apply to this tract.
S-201 Easement is no longer applicable on this tract. New
National Home Center, Inc. Easement will be secured. National Home Center
Fayetteville, AR 72703 will install 24" WL from Futrall Drive to Sang Avenue.
Contact: Unknown at this time.
S-202
Fayetteville School District No. 1
Al IN: Dr. Winston Simpson
P. O. Box 849
Fayetteville, AR 72702-0849
Dr. Simpson 444-3000
Superintendent
John Davidson 444-3058
Principal, West Campus
Also see S-203.
National Home Center to install 24" WL across this
property.
1) Paved road into parking area MUST be kept open
during all school hours.
2) OK to store pipe on South side of road to parking
lot. Also should put trench dirt on South side of
same road rather than on asphalt.
Section 01011 - 13
S-402 A Side Letter has been given to the property owner
Leola M. Washington which addresses the following:
' 2715 Mt. Comfort Road 1) Any settling of soil over WL will have be
Fayetteville, AR 72703 corrected.
' 442-3422 2) Two large trees are located on either side of
driveway. All reasonable efforts to be made to avoid
damage to root systems. Any. roots encountered
' must be clean-cut by saw.
3) If within two years of completion of WL, either of
two trees dies as a result of construction, City will
have to bear expense of removing tree(s) and
stump(s).
4) Special care should be exercised to avoid
' damage to small tree near old fence on west side of
yard area.
S-403 Jim Rousseau is pastor of church.
Fayetteville Bible Church, Inc. Dr. Kenneth Koehn ("Kane") can also be contacted at
2809 Mt. Comfort Road Home 521-1381 or Office 521-0200.
' Fayetteville, AR 72703 1) Chip and seal driveway must be restored as soon
442-4657 as possible. It must be usable - even during
construction - for Sunday and Wednesday services
' of church as well as by pastor and his family. It also
provides access to parsonage.
' 2) Sign and planter must be restored/replaced to
church's satisfaction.
3) If at all possible, trim back - rather than remove -
9" oak tree in center of TCE area.
4) Avoid damage to large cherry tree and 9"
dogwood tree. Also avoid damage to 2" maple in
TCE on East side of property.
' 5) Gas line has been installed 5' inside north line of
easement.
6) WL to be installed 5' inside south line of
easement.
7) Sewer service line is located 5' west of 9" oak
tree.
S-404 A Side Letter has been given to the property owner
'Jack Henbest and Juanita Henbest which addresses the following:
2901 Mt. Comfort Road 1) Gas line has been located by AWG 5 to 7 feet
Fayetteville, AR 72703 south of a row of maple trees which run along north
'442-7025 line of easement.
2) AWG bored under/through root system of
western most hackberry tree, which is located east
' of driveway.
I
Section 01011 — 14
S-404, continued 3) Contractor for City will - at his discretion -
remove eastern most hackberry tree and elm tree
located on west side of driveway, in a professional
manner in order to avoid damage to surrounding
trees. Contractor MUST confer with Mr. Henbest
about disposal of said trees.
4) All tree roots encountered by either contractor for
City or AWG must be "clean-cut by saw before
bucket digging. No root shall be lifted or broken by
,trenching equipment. All reasonable efforts will be
made by contractor to: avoid damage to root
structures, avoid removal of trees or shrubs
• wherever possible, and talk with and advise" Mr.
Henbest on plan to cross his property prior to
crossing property.
5) Fields within this property are used to pasture
cattle. Security must be maintained at all times.
6) Topsoil and underburden must be kept separate
and top soil restored to depth of existing soil or 3
inches, whichever is greater. No clay, shale or rocks
greater than 1 inch left on surface of permanent or
temporary easement areas. All rocks not used to
backfill trench are to be removed from property. Any
settling over trenches in future will have to be
remedied.
7) Wisteria bush presently located near northeast
corner of yard will be transplanted, if necessary, by
contractor to a place of Mr. Henbest's choice and
replaced in current location during clean-up phase
by contractor.
8) Any fencing now in place which has to be
temporarily removed for construction, will be
replaced in as good or better condition as first
found. '
9) If within a 3 year period following construction of
WL, large hackberry tree located• just east of
driveway ceases to live as a result of such
construction, City will remove tree and stump.
S-405 A Side Letter has been given to the property owner
Helen B. Brewer which addresses the following -
3011 Mt. Comfort Road 1) Large tree stump to West of driveway has been
Fayetteville, AR 72703 removed by AWG.
442-6356 2) Planter which surrounds area around gas light
has been removed by AWG and is not to be
replaced.
3) Fixture for decorative gas light in front yard was
removed and is not to be replaced.
Section 01011 - 15
S-405, continued 4) Clean-cut or bore under all roots encountered.
' 5) Reseed yard area.
6) Hedges on both East and West sides of property
must be removed, replanted in garden area located
in SW part of property, then replaced in original
location following installation of WL. Extra care
should be taken to restore garden area following
' both transplanting of hedges and removal of same.
WL contractor is responsible for replacement of all
hedges.
' 7) Mrs. Brewer has been compensated for 10"
diameter maple tree located on East side of property.
However, if it is possible to install WL without tree
removal, efforts should be made to save maple tree
by clean -cutting root system.
8) Avoid damage to redbud tree and numerous
' flowers. If any must be removed, consult with Mrs.
Brewer for new relocation.
9) Driveway must be restored with special attention
to preventing settling over gas and/or WL. (Mrs.
Brewer says there is probably not any concrete
under driveway.)
' 10) Any rocks unearthed on this tract - not used for
backfill - must be removed from property. No excess
' dirt is to be removed from property. Must consult
with Mrs. Brewer about disposal of any excess dirt.
S-406 A Side Letter has been given to the property owner
' Merlin Layer and Una Layer which addresses the following:
3055 Mt. Comfort Road 1) Extreme care must be exercised when crossing
'Fayetteville, AR 72703 Layers' new driveway. AWG has bored under and
442-4798 contractor for City will have to cut concrete. That
contractor will be required to backfill trench across
' driveway with gravel, compact gravel and allow time
for settling before new concrete is poured. Concrete
is to be replaced back to closest expansion joint.
' 2) Both AWG and contractor for City are to notify
Layers of any anticipated interruption to access to
their driveway. All reasonable efforts should be
' made to cross driveway area a.s.a.p..
3) There is a garden located East of driveway. The
approximately north 10 feet of garden area will be
' affected by WL construction. Contractor must
carefully pile topsoil from garden in area just West of
garden, between garden and crabapple tree. Follow-
' ing construction, this topsoil is to be replaced in
garden area and railroad ties used to border garden
replaced in their original position and depth.
1
Section 01011 - 16
S-406, continued Special care should be taken to assure that only
topsoil and no rocks are returned to garden.
4) The above crabapple tree located West of garden
is within temporary construction easement area. All
possible care must be taken to avoid damage to this
tree. Some limbs may have to be trimmed to avoid
damage.
5) A planter with brick border is located near center
of front yard. A decorative gas light that does not
function is presently in center of planter and is
surrounded by large stones. Planter and gas light
have been disassembled and removed prior to
construction by AWG. WL contractor will replace
planter with landscaping timbers 16 feet (East/West)
by 8 feet (North/South) and 16 inches high. New
planter is to be located between AWG's gas line and
City's WL. Planter will be filled with top soil to within
4 inches of the top of timbers. -
6) A tree stump is located at Northwest corner of
property. This stump was to be removed by AWG.
7) Hedges along West and East sides of property
will be removed as required by AWG and City's
contractor and temporarily placed in Mrs. Brewer's
garden area (located South of Tract No. S-407, next
door). Following installation of respective lines, WL
contractor will replace entire hedge to its original
position.
8) A spruce tree located near Northeast corner of
property and a dogwood tree on North side of
present planter can be removed by AWG.
Compensation paid to Layers included payment for
these trees.
9) Rhododendron bush located near road right of
way and East of driveway is not presently planned
for removal. Extreme caution should b&exercised
when working near this bush. Layers have not been
compensated for damage to this plant.
10) Should there be any significant settling of soil
over new WL or gas line, problem will have to be
corrected.
S-407 A Side Letter has been given to the property owner
Robert D. Young which addresses the following:
3091 Mt. Comfort Road 1) AWG has installed gas line as far to south as
Fayetteville, AR 72703 possible within their easement area in order to
521-2804 minimize contact with root systems of large
trees located on northern edge of g pine
easement. permanent
Section 01011 - 17
S-407, continued
L
L
I
I
S-408
TROY MULLINS REVOCABLE TRUST
Troy Mullins, Trustee
'1144 N. Hillcrest Avenue
Fayetteville, AR 72703
442-4562
I
L
L
I
I
I
I
I
I
I
S-409
Bennie J. Harris and Thelma F. Harris
3173 Mt. Comfort Road
Fayetteville, AR 72703
521-3055
All roots encountered were to be clean-cut by saw
before bucket digging. No root was to be lifted or
broken by trenching equipment.
2) Two large elm trees located within permanent
easement area will be removed in a professional
manner by City's contractor and wood from
branches of such trees will be made available to Mr.
Young for fire wood. Trunks, stumps and trimmings
will be removed from property.
3) Section of driveway north of turnaround pad will
be replaced to north line of easement area by City's
contractor.
House on this property is rented to Mike Castleberry,
who works at Fayetteville Plumbing. He does not
have a home phone. Mr. Mullins has been compen-
sated for loss of trees during construction. However,
reasonable care should be taken by both AWG and
City's contractor to minimize damage to trees, root
systems and plants.
Both AWG and City's contractor should install their
lines as far North as possible across this property.
A Side Letter has been given to the property owner
which addresses the following:
1) P A maple tree located near northwest corner of
property and elm tree located near northeast corner
are of extreme importance to Harris'. Every possible
effort must be made to avoid damage to these trees.
Based upon advise of Engineer, WL should be in-
stalled as far North of maple as possible and at least
3 or 4 feet North of trunk of elm tree. All tree roots
in yard area are to be clean-cut by saw BEFORE
bucket digging. No root shall be lifted or broken by
trenching equipment. AWG has installed gas line in
North part of easement to allow more room for WL.
> AWG has bored under/through South side of root
system of 16" redbud tree.
P Special care must be exercised when working
near two small dogwood trees in temporary
construction easement.
2) Contractor for City will restore driveway as soon
as possible. AWG has bored under driveway. Con-
tractor for City will cut driveway pavement. After WL
has been laid, trench area in driveway must be back -
filled with gravel and compacted. After ground has
had sufficient time to settle, concrete should be
poured to replace entire section of concrete between
expansion joints.
ISection 01011 - 18
S-409, continued 3) Should there be any significant settling of soil
over WL or gas line in future, problem will have to be
corrected.
4) No open trenches will be left unattended during
construction of either line as it crosses this property.
Both AWG and City's contractor are notified of
presence of Harris' small grandchildren and
neighbor's older children.
5) Areas of permanent and temporary easements
will be reseeded by both AWG and City's contractor,
as specified.
S-410 A Side Letter has been given to the property owner
Larry G. Apperson which addresses the following:
3195 Mt. Comfort Road 1) Any portion of root system for large, multi -
Fayetteville, AR 72703 trunked redbud located in northeast corner of
442-7127 Home # property, adjacent to driveway, encountered by
Wife, Vikki can be reached at work, construction must be clean-cut by saw before bucket
443-4301 digging. No root shall be lifted or broken by
trenching equipment. Al! reasonable efforts must be
made by AWG and City's contractor to avoid damage
to tree root structure. AWG has bored
under/through root system in order to avoid
damage. Appersons have NOT been compensated
for loss of this tree.
2) AWG and City's contractor must separate top soil
from under burden (yellow and red clay, sandy loam,
etc.) on property.
3) Any rocks unearthed from property during con-
struction that are not used as trench fill, must be
removed from property. Should there be any signif-
icant settling of soil over new WL or gas line in
future, problem will have to be corrected.
4) Any portion of gravel driveway and parking area
that are crossed by AWG and/or City's contractor
must be restored to as good or better -condition than
first found.
5) No excess dirt is to be removed from property.
AWG and City's contractor should make arrange-
ments with Appersons for disposal of any excess dirt
unearthed on their property.
6) Areas of permanent and temporary easements are
to be reseeded with grass seed as specified.
7) Should installation of either gas line or WL, as
they cross property, require controlled blasting of
rock, Appersons are to be notified BEFORE any such
action is taken. All necessary precautions must be
taken to insure there is no damage to residence.
I
I
I
L
L
I
L
I
J
I
I
ill
I
Section 01011 - 19
S-410, continued 8) Should installation of either line cause inter-
ruption of any of utility service lines, every effort
' must be made to restore service to home same day.
S-411 A Side Letter has been given to the property owner
John R. Dockery and Frances Lee which addresses the following:
Dockery 1) Should installation of either gas line by AWG or
3225 Mt. Comfort Road WL by City, require blasting of rock, Dockerys must
' Fayetteville, AR 72703 be notified BEFORE setting of any charges. All
442-2636 reasonable precautions must be exercised to avoid
' any damage to residence. AWG and City's con-
tractor are notified of Dockerys' previous unpleasant
experience with blasting for installation of sewer line
in early 1970's.
2) AWG and City's contractor are required to
separate top soil from under burden (yellow and red
' clay, sandy loam, etc.) on property. They are requir-
ed to replace top soil on top and compact soil. Top
soil on property is to be restored to same depth as
adjacent soil.
3) Any rocks unearthed from this property during
construction that are not used for backfilling trench
' must be removed from property. Should there be
any significant settling of soil over new WL or gas
line in future, problem will have to be corrected.
' 4) No excess dirt is to be removed from property.
AWG and City's contractor are advised to make
arrangements with Dockerys for disposal of any
' excess dirt unearthed on this property.
5) City's contractor must restore driveway as soon
as possible. AWG has bored under driveway for in-
' stallation of 4" gas line. Contractor for City will have
to cut driveway pavement for installation of 12" WL.
' After WL has been laid through property, trench area
in driveway will be backfilled with gravel and com-
pacted. After ground has had sufficient time to
settle, concrete will be poured to replace entire
section of concrete between expansion joints.
6) Gravel road located to west of house (that
' provides access to field south of house) must be
restored with gravel following construction.
7) Chain link fencing now in place on west side of
' property must be restored in as good or better con-
dition as first found. Posts are set in concrete.
8) Areas of permanent and temporary easements are
Ito be resprigged in zoysia.
9) Compensation paid to Dockerys includes pay-
ment for potential loss of flowering plum tree in front
yard. Hackberry tree has been removed by AWG.
Section 01011 -20
S-412 Ms. Godfrey has been assured every effort will be
Amy M. Godfrey; Jack D. Godfrey and made to avoid any damage to pine tree (or root
Charlotte Godfrey system) in front yard. Branches may be trimmed by
3263 Mt. Comfort Road clean cutting - if necessary.
Fayetteville, AR 72703
443-6433 Amy Godfrey's Home # General Specs. apply to this tract.
S-413 A Side Letter has been given to the property owner
Ralph G. Steinberg which addresses the following:
3281 Mt. Comfort Road 1) Should there be any settling of soil over water or
Fayetteville, AR 72703 gas lines in future, problem will have to be corrected.
Previous #521-1798. If AWG or City's 2) AWG and City's contractor are advised to make
contractor should need to talk with Mr. arrangements with owner for disposal of any excess
Steinberg and have difficulty reaching dirt unearthed on property.
him, please contact Kitty Dye at the 3) Wooden privacy fencing now in place must be
City, 444-3414. temporarily removed for construction and replaced
in as good or better condition as first found.
4) AWG has bored through root system (under
trunk) of large (30 inches ± in diameter), sweet gum
tree in NE corner of property. City's contractor shall
install WL on south side of this tree or remove tree
if necessary. If removal is required, extreme care
should be exercised to avoid contact with gas line.
(Compensation paid to Mr. Steinberg includes reim-
bursement for cost of two replacement trees.)
S-414 1) All tree roots encountered by construction will be
James L. Hazen and Judith A. Hazen clean cut by saw before bucket digging or AWG may
2160 Rupple Road decide it preferable to maneuver 4" gas line under or
Fayetteville, AR 72701 through a root system in order to minimize damage.
521-0715 In either case, no root shall be lifted or broken by
If unable to reach Hazens, may call J. R. trenching equipment. All reasonable efforts will be
Arnold 575-0176 made by City's contractor and AWG to: avoid re-
moval of trees, avoid damage to tree root structures,
advise Hazens on plan to cross their land at least
three (3) days prior to any activity on property.
2) Any fencing now in place which may be tempo-
rarily disturbed for construction of either line will be
replaced in as good or better condition as first
found. Both construction crews are notified that this
fencing was recently installed. No new gates will be
left in fencing following completion of project.
3) City's contractor will temporarily roll back (DO
NOT CUT WIRE) permanent fencing when entering
Northeast Corner of this property. This permanent
fencing shall be restored as soon as possible there-
after. Owner's current gate in Northwest corner will
be used by contractor and AWG for ingress/ egress.
Section 01011 - 21
I
S-414, continued
I
I
I
C
I
I
I
I
I
I
I
11
I
I
4) City has installed a temporary fence along south
side of temporary construction easement. Brace
posts have also been installed in cross fencing and
cross fencing wire rolled back to new brace posts
(except NE corner). This temporary fencing will
remain in place for approximately two years or until
an adequate stand of grass has established. One
gate will be installed in temporary fencing to allow
owner entry into easement area.
5) Both construction crews are notified of need to
maintain security for registered cattle pasturing in
these fields.
6) City's contractor and AWG will be required to
separate top soil from under burden (yellow and red
clay, sandy loam, etc.). They are required to replace
top soil on top and compact soil. Top soil on
property is to be restored to a depth sufficient to
sustain grass growth.
7) Any rocks unearthed during construction will be
removed from property. No clay, shale or rocks
greater than two inches in diameter shall remain on
any of surface of permanent or temporary easement
areas of property. No excess dirt is to be removed
from property. City's contractor and AWG are
advised to make arrangements with Mr. or Mrs.
Hazen for disposal of any excess dirt unearthed.
8) Should there be any significant settling of soil
over new WL or gas line in future, problem will have
to be corrected.
9) Areas of permanent and temporary easements
will be reseeded with a mixture of fescue, rye and
white clover.
10) Both construction crews are advised that there
is a spring located north of Mt. Comfort Road and
east of old ramp that enters property from Mt.
Comfort Road - south. It is Mr. Hazen's
understanding that a culvert or drain tile carries this
water under Mt. Comfort Road and extends into field
east of old ramp and supplies water to field pond.
This system may cross permanent and temporary
easements and there is a need for extreme caution
when working in this area. Should either crew cause
damage to this system, it must be repaired in a
timely fashion.
Li
Section 01011 - 22
S-415 There is NO temporary construction easement on
Carole L. McKnight this property. Small permanent easement measures
2916 Mt. Comfort Road 20' E/W and 30' N/S in SW corner of property.
Fayetteville, AR 72703
442-9476 General Specs. apply to this tract.
Compiled by Kitty Dye and Ed Connell
Engineering Division
City of Fayetteville
(501) 444-3414
Section 01011 - 23
I
I
I
I
Supplement to
36" WATER TRANSMISSION LINE
SOUTH SEGMENT
Contact Information and Specific Tract Requirements
June 7, 1994
' S-126
Dale L. Benedict and Martha Benedict
Bio-Tech Pharmaceutical, Inc.
P. O. Box 1992
Fayetteville, AR 72702
' 443-9148
Li
I
I
I
I
I
I
Li
H
I
H
r NOTICE TO ENGINEERS AND CONTRACTOR:
?The permanent and temporary easements on this
tract are presently cultivated vineyards. Special
attention will be required to protect the areas during
construction and restore the areas immediately
following construction. Consult with horticulturist for
best time to prune and dig grape vines for storage
and replanting after completion of project.
r Disconnect and roll back drip hoses.
Vineyard end posts, wire lines and irrigation lines
are to be replaced (to west side of permanent
easement). ?Railroad ties to be used.
P Roll back ?wire (do not cut) to TCE edge.
P Driveway MUST remain open during 8-5 business
hours.
P SECURITY: Temporary fencing to be installed on
west side of TCE, with gate. ?Owner and contractor
to have keys to lock.
L> Current entry gate with brick posts to be restored
in its entirity to satisfaction of owner and City.
Section 01011 - 24
I
I
June 10, 1994
I
Dale L. Benedict and Martha Benedict
Bio-Tech Pharmaceutical, Inc.
P. O. Box 1992
Fayetteville, AR 72702
RE: City of Fayetteville
36" Water Line Easement Across This Property
Tract No. S-126
Side Letter
Dear Mr. and Mrs. Benedict:
In August of 1993, you provided an easement to the City of Fayetteville to locate and operate
a 36" water line along the eastern part of your property, west of the telephone and gas easements that
already existed along Highway 112.
As we indicated at that time, it will be necessary to remove and relocate the vineyard posts and
wire within the easement area during the construction period. At present, we expect the construction
to probably cross your property during the fall or winter of 1994.
In an effort to cause the minimum disruption possible, we envision the following occurring:
A. The East outside fencing will be opened in the NE corner of the property
to allow construction and boring across Highway 112. Other than one
other entry - north of your steel/brick post gate, we do not anticipate
further disturbance of this fence. Temporary culverts will probably be
installed at these entry points.
B. Vineyard posts, wire and irrigation lines will be removed to a depth of
about the 5th post (railroad cross tie end post plus 4 other posts). Wire
will be rolled back to that point and irrigation lines will be disconnected
at the first joint west of such point (west temporary construction easement
line). Upon completion of the job, the posts, wire and irrigation lines will
be restored to the west line of the permanent easement (about 20 to 22 feet
west of current end posts). Vines will not be replaced in this restored
area.
I
I
I
I
I
I
TI
I
I
I
I
I
I
I
Section 01011 - 75
June 10, 1994
Mr. and Mrs. Benedict
Side Letter, Page 2 of 2
C. Upon restoration, the temporary and permanent easement areas will he
seeded with the following mixture unless you specify otherwise:
40% annual rye
40% fescue
20% white clover
D. We do not anticipate disturbance of the existing metal/brick gate. The
water line will be installed about 20 feet inside the gate and hopefully no
disruption will occur. The contractor will be liable for and required to
repair any damage that might possibly happen and his operators will he
required to enter the easement area through a temporary ingress/egress
point.
E. The outside fence will be restored to equal or better condition than
originally found.
F. Disturbed areas of the driveway will be restored with SB-2 gravel.
Please advise this office at your earliest convenience if you have any comments or questions
regarding the pending construction and restoration. I can be reached at 444-3415.
We do appreciate your cooperation in this entire matter.
ISincerely,
I
Edward D. Connell
City land Agent
' EDC/kd
I
I
C
Section 01011 - 2h
I
I
I
I
I
I
I
I
I
I
I
H
I
I
C
C
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 CONSTRCCTION NOISE CONTROL
A. The Contractor shall conduct all his work, use
appropriate construction methods and equipment, and
furnish and install acoustical barriers, all as necessary
so that no noise emanating from the process or any
related tool or equipment will exceed legal noise
levels.
1.04 NIGHTTIME WORK
A. If the Contractor desires to perform any work between the
hours of 6 P.M. and 7 A.M., he shall obtain approval of
the Engineer and all necessary permits from the
ro apppriate agencies and make all necessary arrangements
prior to commencing.
1.05 PAYMENT
A. Payment for the work in this section will be included as
part of the applicable bid amounts stated in the
os Propal.
I
H
' Section 01014 - 1
PART 2
PART 3
PRODUCTS
Not Used
EXECUTION
Not Used
END OF SECTION
Section 01014 - 2
H
J
I
J
I
L
L
H
I
H
I
H
I
I
I
H
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.
B. Conform to OHSA regulations appended hereto.
1.03 SAFE ACCESS BY FEDERAL, STATE, AND LOCAL GOVERNMENT
OFFICIALS
A. The Contractor shall at all times provide proper
facilities for safe access to the work by authorized
officials.
1.04 SAFETY EQUIPMENT
A. The Contractor, as part of his safety program, shall
maintain at his office or other well-known place at the
jobsite, safety equipment applicable to the work as
prescribed by the governing safety authorities, all
articles necessary for giving first -aid to the injured,
and shall establish the procedure for the immediate
removal to a hospital or a doctor's care of any person
who may be injured on the jobsite.
Section 01016 - 1
I
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
, y, 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 '
L
LI
1.08 ACCESS FOR POLICE
I
I
H
I
I,I
I
H
I
I
H
I
I
I
1
A. The Contractor shall leave his night emergency telephone
number or numbers with the Police Department and
Sheriff's offices, so that contact may be made easily at
all times.
1.09 FIRE PREVENTION AND PROTECTION
A. The Contractor shall perform all work in a fire -safe
manner and shall supply and maintain on the site adequate
fire -fighting equipment capable of extinguishing
incipient fires. The Contractor shall comply with
applicable federal, local, and state fire -prevention
regulations. Where these regulations do not apply,
applicable parts of the National Fire Prevention
Standards for Safeguarding Building Construction
Operations, (NFPA No. 241) shall be followed.
1.10 CONTRACTOR TO SAFEGUARD EXISTING UTILITIES
A. The Contractor shall perform all work, including
excavation, dewatering, and demolition operations, in
such a manner as to avoid damage to existing fire
hydrants, power poles, lighting standards, and all other
existing utilities, public or private. See Section
01011, SITE CONDITIONS.
1.11 PROTECTION OF PUBLIC PROPERTY
A. The Contractor shall employ such means and methods as
necessary to adequately protect public property and
property of the Owner against damage. In the event of
damage to such property, the Contractor shall, at his own
expense, immediately restore the property to a condition
equal to its original condition and to the satisfaction
of the Engineer and the owner of said property.
B. The contractor shall exercise due care to avoid damage to
existing pipe and coatings, wrappings, conduit, or other
existing utilities. Should the Contractor damage or
displace any of the above, the Contractor shall repair
same to the satisfaction of the Engineer and all expenses
in connection therewith shall be borne solely by the
Contractor.
1.12 USE OF EXPLOSIVES
A. The requirements of Section 02200, EARTHWORK, TRENCH
EXCAVATION AND BACKFILL shall be strictly observed
relative to safety practices and construction procedures
to be used while blasting. The Contractor shall be
Section 01016 - 3
C
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 tobeginning 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
I
H
I
I
H
SECTION 01027
APPLICATIONS FOR PAYMENT
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Procedures for preparation and submittal of Applications
for Payment.
1.02 RELATED REQUIREMENTS
A. Document 00500 - Owner -Contractor Agreement: Contract
Sum , Amounts of Progress Payments, and Retainages, and
times for submittals.
B. Sectio. 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
H
C
I
I
I
A. Type required information or use media -driven printout.
B. Execute certification by signature of authorized officer.
C. Provide dollar value in each column for each line item
for portion of Work performed and for stored products.
D. List each authorized Change Order as an extension on
continuation sheet, listing Change Order number and
dollar amount as for an original item of Work.
Section 01027 - 1
H
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 01027 - 2
I
I
PART 1
SECTION 01028
CHANGE ORDER PROCEDURES
GENERAL
REQUIREMENTS INCLUDED
Procedures for processing Change Orders.
RELATED REQUIREMENTS
Section 01700 - Contract Closeout
documents.
SUBMITTALS
Project record
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 CHANCE 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. Suppor` 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
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 statiment 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.
C. Promptly execute the change in Work.
signed by Owner,
ith a change in the
Change Order.
the Work, and will
change in Contract
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
PART 2
PART 3
PRODUCTS
Not Used.
EXECUTION
Not Used.
END OF SECTION
Section 01028 - 3
SECTION 01070
CUTTING AND PATCHING
' PART 1 GENERAL
1.01 SCOPE
IA. 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
1
1
•
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 Us:.d
END OF SECTION
Section 01070 - 2
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
H
SECTION 01300
SUBMITTALS DURING CONSTRUCTION
PART 1 GENERAL
1.01 SUBMITTALS
IA. 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.
L
I
Section 01300 - 1
I
D. Review, acceptance, or approval of substitutions,
schedules, shop drawings, lists of materials, and
procedures submitted or requested by the Contractor shall
not add to the Contract amount, and all additional costs
which may result therefrom shall be solely the
obligation of the Contractor.
E. The Owner is not precluded, by virtue of review,
acceptance, or approval, from obtaining a credit for
construction savings resulting from allowed concessions
in the work or materials therefore.
F. It shall not be the responsibility of the Owner to
provide engineering or other services to protect the
Contractor from additional costs accruing from such
approvals.
G. No equipment or material for which listings, drawings, or
descriptive material is required shall be fabricated,
purchased, or installed until the Engineer has on hand
copies of such approved lists and the appropriately
stamped final shop drawings.
H. Submittals will be acted upon by the Engineer as promptly
as possible, and returned to the Contractor not later
than the time allowed for review in SHOP DRAWING
SUBMITTAL PROCEDURE. Delays caused by the need for
resubmittals shall not constitute reason for an extension
of Contract time.
2.02 SHOP DRAWING SUBMITTAL PROCEDURE
A. See General and Supplemental Conditions.
2.03 TRANSMITTAL OF CONTRACTOR'S SUBMITTAL FORM
A. Each shop drawing submittal shall be accomplished by a
Transmittal of Contractor's Submittal form. The form
shall be completely filled in with all applicable
information; failure to do so shall result in immediate
rejection of the submitted items.
2.04 SHOP DRAWING REQUIREMENTS
A. Shop drawings referred to herein shall include shop
drawings and other submittals for both shop and
field -fabricated items. The Contractor shall submit, as
applicable, the following for all prefabricated or
manufactured structural, mechanical, electrical,
plumbing, process systems, and equipment:
Section 01300 - 2
I
' 1. GENERAL
a. Shop drawings or equipment drawings, including
dimensions, size and location of connections
to other work, and weight of equipment.
b. Catalog information and cuts.
c. Installation or placing drawings for
equipment, drives, and bases.
d. Supporting calculations for equipment and
associated supports, or hangers required or
specified to be designed by equipment
manufacturers.
' e. Complete manufacturer's specifications,
including materials description and paint
system.
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.
m. 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
1
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 (CONNECTION AND
CORRELATION WITH OTHER WORK)
A. Where called for on the Specifications, and as determined
necessary by the Engineer to provide proper correlation
with other equipment, complete interface information
shall be submitted. This interface information shall be
accurate, and contain all information necessary to allow
the completion of detail design and construction of the
interfacing or connecting work. The Contractor shall
include in his negotiation for subcontract work, such
agreements as may be necessary to ensure the accuracy of
subcontractor's interface submittal information. In the
event additional costs are incurred due to subsequent
changes to information given in said interface
information, such additional costs shall be borne by the
Contractor.
Section 01300 - 4
I
I
I
L
I
I
F. I
I
' 2.08 OPERATION AND MAINTENANCE (O&M) MANUALS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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
I
I
I
10. Emergency operating instructions and
troubleshooting guide
11. Safety precautions
12. Maintenance and overhaul instructions which shall
include detailed assembly drawings with part
numbers, parts list, instructions for ordering
spare parts, and complete preventive maintenance
instructions required to ensure satisfactory
performance and longevity of the equipment.
13. Lubrication instructions which shall list points to
be greased or oiled, shall recommend type, grade,
and temperature range of lubricants, and shall
recommend frequency of lubrication. '
D. The manual shall be complete in all respects for all
equipment, controls, accessories, and associated
appurtenances.
E. Each copy of the manual shall be assembled in one or more
binders, each with title page, typed table of contents, ,
and heavy section dividers with numbered index tabs.
Each manual shall be divided into sections paralleling
the equipment Specifications. Binders shall be
three-ring, hard -back type. All data shall be punched
for binding and composition and printing shall be
arranged so that punching does not obliterate any data.
The project title, Division designation, and manual title
printed thereon shall be as furnished by the Engineer.
F. Where more than one binder is required, they shall be
labeled "Vol. 1", Vol. 2", and so on. The table of
contents for the entire set, identified by volume number,
shall appear in each binder.
G. Manuals shall be transmitted to the Engineer prior to
installation of the equipment and all equipment shall be
serviced in accordance with the manufacturer's
recommendations prior to operation. A service record
shall be maintained on each item of equipment and shall
be delivered to the Engineer prior to final acceptance of '
the project.
2.09 SAMPLES AND TEST SPECIMENS '
A. Where required in the Specifications, test specimens or
samples of materials, appliances, and fittings to be used
or offered for use in connection with the Work shall be
Section 01300 - 6
1
LJ
El
I
L1
H
L
I
El
I
I
I
submitted to the Engineer at the Contractor's expense,
with information as to their sources, with all cartage
charges prepaid, and in such quantities and sizes as
maybe required for proper examination and tests to
establish the quality or equality thereof, as applicable.
B. All samples and test specimens shall be submitted in
ample time to enable the Engineer to make any tests or
examinations necessary without delay to the work. The
Contractor will be held responsible for any loss of time
due to his neglect or failure to deliver the required
samples to the Engineer, as specified.
C. The Contractor shall submit additional samples as
required by the Engineer to ensure equality with the
original approved sample and/or for determination of
Specification compliance.
D. Laboratory tests and examinations that the Owner elects
to make at its own laboratory will be made at no cost to
the Contractor, except that, if a sample of any material
or equipment proposed for use by the Contractor fails to
meet the Specifications, the cost of testing subsequent
samples shall be borne by the Contractor.
E. All tests required by the Specifications to be performed
by an independent laboratory shall be made by an approved
laboratory. Certified test results of all specified
tests shall be submitted in duplicate to the Engineer.
The samples furnished and the cost for the laboratory
services shall be at the expense of the Contractor and
includ:•d in the prices bid for the associated work.
' 2.10 CERTIFICATES OF COMPLIANCE
I
I
I
H
I
11
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
ri
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
H
I
SECTION 01311
SCHEDULE AND SEQUENCE OF OPERATIONS
PART 1 GENERAL
' 1.01 CONSTRUCTION SCHEDULE GENERAL PROVISIONS
I
I
A. No work shall be done between 6:00 P.M. and 7:00 A.M. nor
on Saturdays, Sundays or legal holidays without the
written permission of the Engineer. However, emergency
work during these hours may be done without prior
permission.
B. Due to potential health hazards the existing water
distribution facilities must remain in service. Written
authorization is required from the Owner if any water
service is to be discontinued.
' 1.02 SEQUENCE OF CONSTRUCTION
I
I
I
I
[I
I
I
I
I
A. The Contractor shall submit a diagram or chart indicating
the construction sequencing and duration of each
construction activity.
B. The Contract Section III Contractor shall coordinate his
work with the other Contractors, to minimize conflicts
and to allow work to proceed on the tanks (Contract
Section II) and the interconnecting 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
to minimize conflicts and to result in an overall orderly
completion of the project.
PART 2 PROGRESS OF THE WORK
2.01 GENERAL
A. The work shall be started within 10 days of the Notice to
Proceed from the Owner, and the work shall be executed
with such progress as may be required to prevent any
delay to other contractors or to the general completion
of the project.
B. The work shall be executed at such times and in or on
such parts of the project, and with such forces,
materials, and equipment to assure completion of the work
in the time established by the Contract.
Section 01311 - 1
I
L
2.02 OVERTIME NOTICE I
A. See GENERAL CONDITIONS and SUPPLEMENTAL CONDITIONS.
2.03 PRECONSTRUCTION AND PROJECT COORDINATION MEETINGS
A. A Preconstruction Conference and Project Coordination
Meetings shall be held per the requirements of Section
01210 of these Specifications.
2.04 OVERALL SCHEDULE
A. The Contractor will be required to prepare and submit to
the Engineer within 30 days after the award of Contract,
an Overall Schedule. The Overall Schedule shall be
comprised of construction operations covering all work to
be done in connection with the Contract.
B. The Overall Schedule covering work to be executed under
the Contract shall be of sufficient detail and shall have
a minimum of work activities. The final total number of
activities shall be subject to the approval of the
Engineer. A work activity is defined as an activity for
which manpower is required and must be performed before
the project is considered complete.
C. The Overall Schedule shall indicate the sequence of work
and the time of starting and completion of each part. It
shall include, but not be limited to, the following
items, as they pertain to the respective contractors:
1. Shop drawing receipt from Contractor, submitted to
the Engineer, review, and return to Contractor.
2. Material and equipment order, manufacture,
delivery, installation, and check-out.
3. Performance tests and supervisory service
activities.
4. Piping and wiring installation.
5. Construction sequence.
6. Final cleaning.
7. Allowance for inclement weather.
Section 01311 - 2
I
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
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.
B• Section 02200: Tests required for earthwork.
C. Section 03300: Tests required for concrete.
1.03 QUALITY CONTROL, GENERAL
A. Maintain quality control over suppliers, manufacturers,
products, services, site conditions, and workmanship, to
produce work of specified quality.
1.04 WORKMANSHIP
A. Comply with industry standards except when more
restrictive tolerances or specified requirements indicate
more rigid standards or more precise workmanship.
B• Perform work by persons qualified to produce workmanship
of specified quality.
C• Secure products in place with positive anchorage devices
designed and sized to withstand stresses, vibration, and
racking.
Section 01400 - 1
I
1.05 MANUFACTURERS' INSTRUCTIONS
A. Comply with instructions in full detail, including each
step in sequence. Should instructions conflict with
Contract Documents, request clarification from Engineer
before proceeding.
1.06 MANUFACTURERS' CERTIFICATES
A. When required by individual Specifications Section submit manufacturer's certificate, in duplicate, that
products meet or exceed specified requirements.
1.07 MOCKUPS
Not Used.
1.08 MANUFACTURERS' FIELD SERVICES
A. When specified in respective Specification Sections,
require supplier or manufacturer to provide qualified
personnel to observe field conditions, conditions of
surfaces and installation, quality of workmanship,
start-up of equipment, test, adjust and balance of
equipment as applicable, and to make appropriate
recommendations.
B. Representative shall submit written report to Engineer
listing observations and recommendations.
1.09 TESTING LABORATORY SERVICES
A. Owner will employ a Testing Laboratory to
rm
inspections, tests, and other servicesrequiredby
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
L1
I
I
J
J
I
I
I
J
J
J
I
J
I
121
F.
G
Contractor shall cooperate with Testing Laboratory
personnel; furnish tools, samples of materials, design
mix, equipment, storage and assistance as requested.
Notify Engineer/Testing Laboratory 24 hours prior to
expected time for operations requiring testing services.
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
I
Li
I
I
I
J
L_
I
L
C
L
L
L
I
L
L
I
SECTION 01500
TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES
PART 1 GENERAL
1.01 LAYOUT OF TEMPORARY FACILITIES
A. The Contractor shall make his own arrangements for
storage of materials and equipment in locations on and
off the construction site. Security of the construction
work, materials, and equipment is the sole responsibility
of the Contractor.
1.02 STORAGE BUILDINGS
A. The Contractor shall erect or provide as approved,
temporary storage buildings of the various sizes as
required for the protection of mechanical and electrical
equipment and materials as recommended by manufacturers
of such equipment and materials. The buildings shall be
provided with such environmental control systems that
meet recommendations of manufacturers of all equipment
and materials stored in the buildings. The buildings
shall be of sufficient size and so arranged or
partitioned to provide security for their contents and
provide ready access for inspection and inventory. At or
near the completion of the work, and as directed by the
Engineer; the temporary storage buildings shall be
dismantled, removed from the site, and remain the
property of the Contractor.
B. Combustible materials (paints, solvents, fuels, etc.)
shall be stored in a well -ventilated building removed
from other buildings.
1.03 STORAGE YARDS
A. The Contractor shall construct temporary storage yards
for the storage of materials that are not subject to
damage by weather conditions. Materials such as pipe,
reinforcing and structural steel, shall be stored on
pallets or racks, off the ground, and stored in a manner
to allow ready access for inspection and inventory.
Temporary gravel surfacing of the storage yards shall
meet with the approval of the Engineer and Owner.
Storage areas shall be restored to their initial
condition once they are no longer needed.
Section 01500 - 1
I1
I
1.04 CONTRACTOR'S WORK AREA
A. The Contractor shall limit his operations and storage of
equipment materials to the areas authorized by individual
property owners and approved by the Engineer and Owner.
B. The Contractor shall proceed with his work in an orderly
manner, maintaining the construction site free of debris
and unnecessary equipment or materials.
1.05 TEMPORARY ACCESS ROADS AND PARKING I
A. The Contractor shall construct temporary construction
access roads, parking areas, and detours as are required
to execute the work. The roads shall meet with the
approval of the Engineer, and be maintained in good
condition until no longer needed; at which time the
temporary roads shall be removed and the area left in a
condition satisfactory to the property owner and
Engineer.
1.06 TEMPORARY WATER CONTROL
A. Rough grade site to prevent standing water and to direct
surface drainage away from excavations, trenches,
adjoining properties, and public rights -of -way.
B. Maintain excavations and trenches free of water. Provide
and operate pumping equipment of a capacity to control
water flow.
C. Provide piping to handle pumping outflow to discharge in
a manner to avoid erosion or deposit of silt.
D. Remove equipment and installation when no longer needed.
PART 2 UTILITIES '
2.01 CODES AND SAFETY
A. The Contractor shall be responsible for obtaining
inspections and paying for permits required for the
installation of all temporary utilities. Also, the
Contractor shall be solely responsible for the safe
use/operation of all temporary utilities.
1
I
Section 01500 - 2
I
I
' 2.02 SANITARY FACILITIES
C
I
I
I
I
I
I
I
I
I
J
I
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 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
utilities
from the site as
his property and leave the
site in such
condition as specified,
as directed by the
Engineer,
and/or as shown on
the Drawings.
Section 01500 - 3
r
B. 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.
2.07 PAYMENT
A. Payment for the work under this Section will be included
as part of the applicable unit price bid amounts stated
in the Proposal.
PART 3 EXECUTION
Not Used.
END OF SECTION
Section 01500 - 4
SECTION 01600
MATERIAL AND EQUIPMENT SHIPMENT,
HANDLING STORAGE, AND PROTECTION
PART 1
GENERAL
1.01
REQUIREMENTS INCLUDED
A.
Products.
B.
Transportation and Handling.
C.
Storage and Protection.
D.
Product Options.
E.
Products List.
F.
Substitutions.
G.
Systems Demonstration.
1.02
RELATED REQUIREMENTS
A.
Section 01009 - Administrative Provisions: Summary of
Work
B.
Section 01400 - Quality Control: Submittal of
manufacturers' certificates.
C.
Section 01700 - Contract Closeout: Operation and
maintenance data.
1.03
PRODUCTS
A.
Products include material, equipment, and systems.
B.
Comply with Specifications and referenced standards as
minimum requirements.
C.
Components required to be supplied in quantity within a
Specification Section shall be the same, and shall be
interchangeable.
1.04
TRANSPORTATION AND HANDLING
A.
Transport pioducts by methods to avoid product damage;
deliver in undamaged condition in manufacturer's unopened
containers or packaging, dry.
Section 01600 - 1
B. Provide equipment and personnel to handle products by
methods to prevent soiling or damage.
C. Promptly inspect shipments to assure that products comply
with requirements, quantities are correct, and products
are undamaged.
1.05 STORAGE AND PROTECTION
A. Store products in accordance with manufacturer's
instructions, with seals and labels intact and legible.
Store sensitive products in weather -tight enclosures;
maintain within temperature and humidity ranges required
by manufacturer's instructions.
B. For exterior storage of fabricated products, place on
sloped supports above ground. Cover products subject to
deterioration with impervious sheet covering; provide
ventilation to avoid condensation.
E
C
I
Ii
C. Store loose granular materials on solid surfaces in a
well -drained area; prevent mixing with foreign matter.
D. Arrange storage to provide access for inspection.
Periodically inspect to assure products are undamaged,
and are maintained under required conditions.
1.06 PRODUCT OPTIONS
[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 Reference Standards or by
Description Only: Any product meeting those standards.
I
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
I1
I
F
LJ
I
I
I
I
I
I
I
I
[J
I
B. Document each request with complete data substantiating
compliance of proposed substitution with Contract
Documents.
C. Request constitutes a representation that Contractor:
1. H --s investigated proposed product and determined
that it meets or exceeds, in all respects,
specified product.
2. Will provide the same warranty
for specified product.
3. Will coordinate installation and
which may be required for Work
all respects.
4. Waives claims for additional
subsequently become apparent.
or substitution as
make other changes
to be complete in
costs which may
D. Substitutions will not be considered when they are
indicated or implied on shop drawing or product data
submittals without separate written request, or when
acceptance will require substantial revision of Contract
Documents, or when said substitution will not result in
significant cost savings to the Owner, or result in some
material advantage being gained by the Owner.
E. Engineer will determine acceptability of proposed
substitution, and will notify Contractor of acceptance or
rejection in writing within a reasonable time following
the opening of Bids.
F. Only one request for substitution will be considered for
each product. When substitution is not accepted, provide
specified product.
' 1.09 SYSTEMS DEMONSTRATION
I
I
I
I
I
A. Prior to final inspection, demonstrate operation of each
system to Engineer and Owner.
B. Instruct Owner's personnel in operation, adjustment, and
maintenance of equipment and systems, using the operation
and maintenance data as the basis of instruction.
Section 01600 - 3
I
PART 2
PRODUCTS
Not Used.
EXECUTION
Not Used.
END OF SECTION
Section 01600 - 4
LI
CI
' PART 1 GENERAL
1 1.01 SCOPE
1J
I
SECTION 01700
CONTRACT CLOSEOUT
A. This Section outlines the procedure to be followed in
closing out all contracts.
1.02 SUBSTANTIAL COMPLETION
A. The substantial completion date for the Contract shall be
established as stated in the General Conditions.
' 1.03 FINAL INSPECTION
I
I
I
I
I
I
I
Li
I
I
J
A. After final cleaning and upon written notice from the
Contractor that the work is completed, the Engineer will
make P 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
I
1.04 FINAL SUBMITTALS
A. No contract will be finalized until all of the following
have been submitted as required in Section 01300,
SUBMITTALS DURING CONSTRUCTION.
1. Final shop drawings
2. Record drawings
3. Interface information
4. Manufacturers' Certificates of Proper Installation
5. Operation and Maintenance Manuals
B. No contract will be finalized until all submittals
required in Section 01720, PROJECT RECORD DOCUMENTS, have
been submitted.
1.05 GUARANTEES, BONDS, AND AFFIDAVITS
A. No contract will be finalized until all guarantees,
performance tests, bonds, certificates, licenses, and
affidavits required for work or equipment as specified
are satisfactorily filed with the Owner.
1.06 ACCESSORY ITEMS
A. All Contractors furnishing and/or installing equipment on
this project shall provide to the Owner, upon acceptance
of the equipment, all special accessories required to
place each item of equipment in full operation. These
special accessory items include, but are not limited to,
adequate oil and grease as required for the first
lubrication of the equipment, light bulbs, fuses, valve
keys, handwheels, and other expendable items as required
for initial startup and operation of all equipment.
1.07 RELEASE OF LIENS OR CLAIMS
A. No contract will be finalized until satisfactory evidence
of release of liens has been submitted to the Owner as
required by the General Conditions.
I
L
L
I
1
I
I
I
I
1.08 FINAL PAYMENT I
A. Final payment will be made to the Contractor in
accordance with the General Conditions.
Section 01700 - 2
I
I
I
I
PART 2
PART 3
PRODUCTS
Not Used.
EXECUTION
Not Used.
END OF SECTION
Section 01700 - 3
I
I
PART 1 GENERAL
' 1.01 SCOPE
I
I
I
I
I
I
[I
L
I
I
I
LI
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 c"dinances 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 authorization for
each burn must be obtained from the Fayetteville Fire
Department. If authorization cannot be obtained, dispose
of material off -site.
D. Use only cleaning materials recommended by manufacturer
of surface to be cleaned.
E. Use cleaning materials only on surfaces recommended by
cleaning material manufacturers.
1.02 CLEANING DURING CONSTRUCTION
A. During execution of work, clean site and public
properties and dispose of waste materials, debris, and
rubbish to assure that buildings, grounds, private and
public properties are maintained free from accumulations
of waste materials and rubbish.
B. Wet down dry materials and rubbish to lay dust and
prevent blowing dust.
C. Provide approved containers for collection and disposal
of waste materials, debris, and rubbish.
D. Remove grease, dust, dirt, stains, labels, and other
foreign materials from exposed and semi -exposed surfaces.
Section 01710 - 1
[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
1
1
Section 01710 - 2
SECTION 01720
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
I
D. Maintain Record Documents in a clean, dry and legible
condition. Do not use Record Documents for construction
purposes.
E. Keep Record Documents and samples available for
inspection by Engineer.
1.04 RECORDING
A. Record information on a set of blue line opaque drawings,
and in a copy of a Project Manual.
B. Provide felt tip marking pens, maintaining separate
colors for each major system, for recording information. ,
C. Record information concurrently with construction
progress. Do not conceal any work until required
information is recorded.
D. Contract Drawings and Shop Drawings: Legibly mark each
item to record actual construction, including:
1. Measured horizontal and vertical locations of
underground utilities and appurtenances, referenced ,
to permanent surface improvements.
2. Field changes of dimension and detail.
3. Changes made by Modifications.
4. Details not on original Contract Drawings.
E. Specifications: Legibly mark each item to record actual
construction, including:
1. Manufacturer, trade name, and catalog number of
each product actually installed, particularly
optional items and substitute items.
2. Changes made by Addenda and Modifications.
F. Other. Documents: Maintain manufacturer's certifications, ,
inspection certifications, field test records, etc.,
required by individual Specifications sections.
1.05 SUBMITTALS
A• At Contract closeout, deliver Record Documents and
samples under provisions of Section 01700.
C
I
Section 01720-2
I
B. Transmit with cover letter in duplicate, listing:
1. Date.
2. Project title and number.
3. Contractor's name, address, and telephone number.
4. Number and title of each Record Document.
5. Signature of Contractor or authorized
representative.
PART 2 PRODUCTS
Not Us•_d.
PART 3 EXECUTION
Not Used.
END OF SECTION
Section 01720 - 3
I
SECTION 02102
CLEARING, GRUBBING, AND STRIPPING
PART 1 GENERAL
1.01 SCOPE
A. This Section covers the work necessary to remove all
' interfering or objectionable material from the designated
areas of work.
' B. This work shall also include the preservation from injury
or defacement of all vegetation and existing objects
designated to remain.
' C. Review with the Engineer's Representative the location,
limits, and methods to be used prior to commencing the
work under this Section.
' PART 2 MATERIALS AND PROCEDURES
2.01 GENERAL
'
A. Provide all materials, suitable and in adequate quantity,
required to accomplish the work as specified herein.
2.02 CLEARING - DEFINITION
IA. Clearing shall consist of cutting, removing, and
disposing of trees, snags, stumps, shrubs, brush, limbs,
and other vegetative growth, and shall be performed in
such a manner as to remove all evidence of their presence
' from the surface and shall be inclusive of sticks and
branches greater than 2 inches in diameter or thickness.
Clearing shall also include the removal and disposal of
' trash piles, rubbish, and fencing; and the preservation
of trees, shrubs, and vegetative growth which are not
designated for removal.
' 2.03 CUTTING TIMBER
A. In the cutting of timber growth (if any is required),
' cuts shall be made such that all trees are felled into
the area to be cleared. Exercise care when clearing near
the clearing limits so as not to damage existing trees,
' vegetation structures, or utilities which are outside of
the clearing limits. Flush cut all stumps not designated
for grubbing by cutting to within 2 inches of the ground
' surface.
Section 02102 - 1
11
I
2.04 PRESERVATION OF TREES, SHRUBS AND OTHER VEGETATION
A. Protect trees, shrubbery and other vegetation not
designated for removal from damage resulting from the
Work. Cut and remove tree branches only where, in the
opinion of the Engineer, such cutting is necessary to
effect construction operation. Remove branches other
than those required to effect the work to provide a
balanced appearance of any tree, as approved prior to
removal. Scars resulting from the removal of branches
shall be treated with an approved tree sealant.
B. Trees and shrubbery within and adjacent to the work shall
be protected and preserved to the maximum extent
possible. Damage to vegetation outside the limits of the
designated construction area may result in damage claims
against the Contractor.
C. Ornamental trees, shrubs, fruit trees, etc., shall be
protected from damage even if they are located within the
limits of the pipeline easement. Obtain Engineer's
approval to modify the pipe route, if alternative routes
will minimize impact on these plantings. If such
plantings must be removed, protect and replant the
plantings. If plantings are damaged during the process
or if they die during the one year warranty period,
replace the planting in kind.
D. Avoid unnecessary damage to all trees located within the
temporary construction easements and do not remove trees
larger than 6 -inches in diameter from the temporary
construction easements.
2.05 GRUBBING - DEFINITION
A. Grubbing shall consist of the
wood or root matter below the
after clearing and shall inclu
or root systems greater than
thickness to a depth of 18
surface.
2.06 CLEARING AND GRUBBING LIMITS
removal and disposal of
ground surface remaining
3e stumps, trunks, roots,
2 inches in diameter or
inches below the ground
A. Clear and grub only areas within the construction site
that are absolutely necessary to accomplish the
construction. Confine clearing to the designated
easements and minimize clearing in the temporary
construction easement, as described hereinbefore.
Section 02102 - 2
I
I
I
I
j
I
I
J
I
I
I
I.]
I
I
2.07 DISPOSAL OF CLEARING AND GRUBBING DEBRIS
A. Haul the material from the work site and dispose of in
accordance with state, federal, and local laws. Such
off -site disposal shall be at the Contractor's sole
expense.
' 2.08 STRIPPING - DEFINITION
IA. 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, EART:IWORK.
' 2.09 DISPOSAL OF STRIPPINGS
IA. Topsoil from the strippings shall be stockpiled and used
for the finished site grading. Excess topsoil shall be
hauled off the site with clearing and grubbing debries.
' 2.10 PAYMENT
A. Payment for the work in this Section will be included as
' part of the applicable unit price bid amounts stated in
the Proposal for the installation of the pipe.
I
I
I
I
I
i
I
PART 3 EXECUTION
Not Used.
END OF SECTION
Section 02102 - 3
I
I
SECTION 02200
EARTHWORK, TRENCH EXCAVATION AND BACKFILL
PART 1 GENERAL
1 1.01 SCOPE
IA. This Section covers the work necessary for the earthwork,
trenching and backfilling 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
Ifs 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:
1. Samples for all imported material.
PART 2 MATERIALS
2.01 GENERAL
A. Provide all labor, materials, and equipment necessary to
accomplish the work specified in this Section.
I
Section 02200 - 1
I
I
2.02 COMMON EXCAVATION
A. Complete all common excavation regardless of the type,
nature, or condition of the materials encountered. The
Contractor shall make his own estimate of the kind and
extent of the various materials to be excavated in order
to accomplish the work. All excavation not specifically
defined as rock excavation shall be common excavation.
2.03 ROCK EXCAVATION
A. Rock excavation is defined as the removal of all material
which by actual demonstration cannot be reasonably
excavated with a backhoe as listed in Table 1 below and
equipped with two rippers, or similar approved equipment
and which is, in fact, systematically drilled and blasted
or broken by power -operated hand tools. The Engineer may
waive the demonstration if the material encountered is
well-defined rock. The term "rock excavation" shall be
understood to indicate a method of removal and not a
geological formation.
TABLE 1
Manufacturer Model
Caterpillar 325(old 225)
Komatsu 220
John Deere 790
B. No payment will be made for any method of rock removal
other than systematic drilling and blasting or by
power -operated hand tools. If material which would be
classified as rock by the above definition is
mechanically removed with excavating equipment of a
larger size than specified hereinbefore, it, shall be
understood that any added costs for the removal of
material by this method shall be included in the unit
prices for the various classifications of common
excavation.
C. Before systematic drilling and blasting will be
permitted, expose the material by removing the common
material above it. Notify the Engineer, who, with the
Contractor or his representative, will measure the amount
of material to be removed and will record the
information. Then drill, blast, or break with
power -operated hand tools, and excavate the material.
The method or methods of calculating and determining the
quantity of rock shall be agreed upon for each occurrence
where rock excavations, as herein defined, are
Section 02200 - 2
I
I
H
I
I
I
I
J
H
I
I
J
J
I
I
I
I
1
1
1
1
1
1
I
1
1
1
encountered along the centerline of the proposed
pipeline. All such agreements between the
above -mentioned parties shall be a matter of record by
both parties on the day each occurrence of rock is
measured.
D. The Contractor may predrill and blast prior to excavation
if, in the Engineer's opinion, a rock line from which
measurements can be taken can be clearly defined. To
obtain tentative approval of this method, the Contractor
shall predrill, blast, and excavate an initial 100 -foot
test trench section, and, in addition, shall excavate a
minimum of two 20 -foot long trench sections to apparent
rock line immediately adjacent to the predrilled section
for comparison. If satisfactory correlation can be
obtained, the Engineer may approve predrilling and
blasting. The Contractor in electing to use this method
hereby agrees to accept the reasonable judgment of the
Engineer to resolve the dispute. Where the entire
trench footage has not been predrilled, the Engineer
reserves the right to stop predrilling and blasting if
experience indicates that an accurate determination of
rock quantities is not possible by this method.
2.04 EARTH FILL
A. Excavated material free from roots, organic matter,
trash, debris, rocks larger than 3 inches, and other
deleterious materials. Suitable material may be obtained
by the Contractor from the excavation for the proposed
pipelines. Provide imported material of equivalent
quality, if required to accomplish the work. Imported
material shall be provided at the Contractor's sole
expense.
2.05 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. Arkansas Highway and Transportation
Department Class 7 Base shall qualify as GRANULAR FILL
material.
2.06 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
Section 02200 - 3
[I
organic material,
No. 200 sieve.
2.07 GRIT
A. Importcrushed
coarse aggregate,
2.08 TRENCH STABILIZAT
with a maximum of 8 percent passing the '
1
limestone screenings from concrete
maximum size 1/2 inch.
ION MATERIAL
A. Three-inch minus river -run or pit -run gravel, free from
clay balls, roots, and organic matter; well crushed
gravel or crushed rock graded with less than 8 percent by
weight passing the 1/4 -inch sieve. Submit samples for
approval prior to delivery of the material to the site.
2.09 GRANULAR PIPE BASE AND PIPE ZONE MATERIAL
A. Granular pipe base and pipe zone material, as required by
the typical trench details on the Drawings, shall be
GRANULAR FILL, SAND, GRIT, or materials meeting the
requirements of ASTM D2487, Class I and Class II
embedment materials.
2.10 NATIVE PIPE BASE AND PIPE ZONE MATERIAL t
A. Trench excavated or imported selected material free of
stones larger than one and one -half -inch, roots, debris
and organic material. To include silt and clay subsoils,
sand and gravel less than one and one -half -inch in size.
Use native pipe base and pipe zone material with ductile
iron pipe only.
2.11 BACKFILL ABOVE THE PIPE ZONE
A. Materials from the excavation containing no particles
larger than 6 -inch diameter, free from roots, debris, and
organic material.
2.12 TOPSOIL
A. Selected topsoil at the site, properly stored and
protected, free from roots, sticks, hard clay, and stones
which will not pass through a 3 -inch square opening.
Remove existing grass and overburden before topsoil is
excavated. Provide imported topsoil of equal quality if
required to accomplish the work.
2.13 WATER FOR COMPACTION
A. Furnish as required.
Section 02200 - 4
1
1
I
1
1
1
1
2.14 COMPACTION EQUIPMENT
A. Compaction equipment shall be of suitable type and
adequate to obtain the densities specified.
B. Compaction equipment shall be operated in strict
accordance with the manufacturer's instructions and
recommendations. Equipment shall be maintained in such
condition that it will deliver the manufacturer's rated
compactive effort. Hand -operated equipment shall be
capable of achieving the specified densities.
2.15 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.
2.16 SUBSURFACE INFORMATION
be
not
or
)n.
Cox
of a type and
leak, and shall
other approved
Equipment for
isist of blades,
A. Representatives of the Ductile Iron Pipe Research
Association completed test borings along the pipeline
route. The results from these borings, as determined by
DIPRA personnel, are included in the appendix attached to
this Section. This information is presented to give some
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 that will be
encountered. Neither the Owner nor the Engineer assumes
any responsibility for the interpretation of the
subsurface data indicated on the Drawings and in these
Specifications, 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
Section 02200 - 5
L
performed and materials to be furnished, and as to the
requirements of the Contract Documents.
2.17 RIPRAP
A. Hard and durable quarry -run limestone 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 ½ the
greatest dimension. A minimum of 50 percent of the
volume shall be in pieces ranging in size from a cubic
foot to two (2) cubic feet. Smaller pieces will be
allowed only to fill in the voids in the larger stone.
I
L
L
L
PART 3 EXECUTION
3.01 CLEARING, GRUBBING, AND STRIPPING
A. Complete clearing and grubbing work as specified in
Section 02102, CLEARING, GRUBBING, AND STRIPPING, prior
to beginning work in this Section.
I
3.02 STRIPPING TOPSOIL I
A. Prior to beginning any excavation or fill, strip the
topsoil to a depth of at least 6 inches or to a depth
sufficient to remove all organic material and stockpile
for future use. In general, topsoil shall be removed
where structures are to be built, embankments or levees
constructed, trenches dug, and roads, parking lots,
walks, and similar improvements constructed within the
areas presently covered with topsoil. Topsoil shall be
stored clear of the construction area. Take reasonable
care to prevent the topsoil from becoming mixed with
subsoil or eroding.
3.03 COMMON EXCAVATION
L
I
I
I
A. Perform all common excavation of every description,
regardless of the type, nature, or condition of material
encountered, as specified, shown, or required to
accomplish the construction.
3.04 EXCAVATION SAFETY
A. The Contractor shall be solely responsible for making the
excavation in a safe manner. Provide appropriate
measures to retain excavation sideslopes to ensure that
men working in or near the excavation are protected.
Section 02200 - 6
J
I
I
Li
J
Il
' 3.05 LIMITS OF EXCAVATION
I
I
I
I
C1
I
H
J
I
H
H
I
H
I
I
A. Excavate to the depths and widths required. Allow for
forms, working space, granular base, and finish topsoil
where shown or required. Excavation carried below the
grade lines shown or established by the Engineer shall be
replaced with the same fill material as specified for the
overlying fill or backfill, compacted as required for
such overlying fill or backfill. Where the overlying
area is not to receive fill or backfill, replace the
overexcavated material and compact to a density not less
than that of the underlying ground. The Contractor shall
correct all overexcavated areas at the Contractor's sole
expense.
3.06 REMOVAL OF WATER
A. Provide and operate equipment adequate to keep all
excavations and trenches free of water. Remove all water
during period when concrete is being deposited, when pipe
is being laid, during the placing of 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.
3.07 ROCK EXCAVATION
A. Where material is encountered which requires systematic
drilling and blasting for removal, excavate to subgrade
for granular pipe base. Correct overexcavation with
compacted granular material as specified hereinbefore for
grade.
B. The requirements of Section 01016, Paragraph 1.13 will be
prerequisite to blasting near structures. Use the utmost
care so as not to endanger life or property, cause
slides, or disturb materials outside the limits of the
trenches or excavations.
C. Store all explosives in a safe, secure manner in
compliance with federal, state, and local laws and
ordinances, and mark all such storage places clearly
DANGEROUS EXPLOSIVES. Do not leave explosives in an
unprotected manner along or adjacent to any highway,
street, alley, or other area where such explosives could
endanger persons or property.
Section 02200 - 7
I
H
D. Comply with the requirements of the Workmen's
Compensation Board or similar appropriate public body
having jurisdiction over use of explosives. Allow only
persons experienced in the handling of explosives to use
them on the work. Explosives shall be handled only by
licensed personnel.
E. Provide all necessary approved types of tools and devices
required for loading and using explosives, blasting caps,
and accessories. Conform to, and obey, all federal,
state, and local laws that may be imposed by any public
authority. Do not blast adjacent to any portion of
exposed work or structures, unless proper precautions are
taken to ensure that the structures and materials
surrounding and supporting the same will not be damaged
by the blasting.
F. When blasting rock in trenches, cover the area to be shot
with blasting mats or other type of protective material.
that will prevent the scattering of rock fragments
outside of the excavation. Give ample warning to all
persons within the vicinity prior to blasting, and
station men and provide signals of danger in suitable
places to warn people and vehicles before firing any
blasts. Fire all blasts with an electric blasting
machine which shall not be connected in the circuit until
just prior to the time for firing, and then shall be
connected by the man who will operate the blasting
machine.
G. After a blast has been fired, the blaster shall make a
careful inspection to determine that all charges have
exploded before employees are allowed to return to the
operation. Correct misfires in accordance with the
requirements of the applicable portions of the state or
local safety code for blasting. The Contractor shall be
responsible for any and all damages to property or injury
to persons resulting from blasting, or accidental or
premature explosions that may occur in connection with
his use of explosives.
H. In case injury from blasting occurs to any portion of the
work or to the material surrounding or supporting the
same that is intended to remain, remove such damaged
work, repair the work, and replace the material
surrounding or supporting the same, or furnish such
material and perform such work for repair or replacement
as the Engineer shall order. Repair promptly,
completely, and satisfactorily all damage to existing
structures intended to remain, that is caused by
blasting, at no expense to the owner.
Section 02200 - 8
I
I
I
LI
C
C
11
I
I
I
I
I
I
I
C
I
[1
I
3.08 PREPARATIONS FOR PLACING BACKFILLS
IA. 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
' backfill adjacent to concrete walls with hand -operated
tampers or similar equipment that will not damage the
structure.
' 3.09 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.
' 3.10 TRENCH WIDTH
IA. Minimum width of unsheeted trenches or the minimum clear
width of sheeted trenches in soil trenches in which pipe
is to be laid shall be 18 inches greater than the outside
diameter of the pipe barrel for 24 to 36 inch pipe.
' Minimum trench width for 20 -inch and smaller pipe shall
be 12 -inches greater than the outside diameter of the
pipe barrel. 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.
B. Minimum trench width in rock excavation areas shall be
24 -inches greater than the outside diameter of the pipe.
Maximum width for rock excavation pay purposes shall be
the pipe outside diameter plus 30 -inches.
' 3.11 GRADE
A. Carry the bottom of the trench to the depths 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 pipe base material or native pipe base
' material, as required by the details on the Drawings, and
Section 02200 - 9
1
compact to a density equal to the undisturbed trench
bottom.
3.12 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.
3.13 REMOVAL OF WATER
A. Removal of water shall be accomplished as specified
hereinbefore.
I
C
3.14 TRENCH STABILIZATION I
A. If the material in the bottom of the trench is unsuitable
for supporting the pipe, excavate below the flow line to
remove the unsuitable material, and backfill to the
required grade with TRENCH STABILIZATION MATERIAL as
specified hereinbefore. Unsuitable material is material
which is not capable of supporting the pipe base
material, pipe and/or backfill (i.e., organics, mud,
trash, etc.).
3.15 BASE FOR PIPE IN ROCK TRENCH
A. Place a minimum 6 -inch thickness of GRANULAR PIPE BASE of
the type hereinbefore specified. Place for the full
width of the trench with the top of the granular base at
flow line grade. Bed the pipe in the granular base so
that the flow line is at the required grade and
elevation. Place and finish the gravel base to grade
ahead of the pipe laying operation. Place GRANULAR PIPE
ZONE MATERIAL to a level 6 -inches above the top of the
pipe.
3.16 BASE FOR LARGE DIAMETER DUCTILE IRON PIPE IN SOIL TRENCH
A. Install a large diameter ductile iron pipe in soil
trenches in accordance with the details illustrated on
the Drawings for two trench depth .ranges, as follows:
Shallow Trench: 3 feet to 12 feet depth of pipe
cover
Deep Trench: 12 feet to 23 feet depth of pipe
cover.
Section 02200 - 10
I
I
I
I.I
I
I
I
I
I
I
I
I
I
I B.
I
I
El
I
1
I
I
I
I
I
I
ILI
I
I
iU
In the event that the trench depth exceeds 23 feet, use
a higher thickness class of pipe, as required by AWWA
C151 for Type 5 laying condition.
C. Pressure Class 200 ductile iron pipe installed in shallow
soil trenches (3 feet to 12 feet of pipe cover) shall be
installed in general conformance with Type 3 pipe laying
condition as defined by AWWA C151, with the exception
that GRANULAR PIPE BASE AND PIPE ZONE MATERIAL shall be
utilized from 4 -inches below the pipe to the centerline
of the pipe. The Contractor may utilize NATIVE PIPE ZONE
MATERIAL or GRANULAR PIPE ZONE MATERIAL, at his
discretion and also at his expense, from the center line
of the pipe to 6 -inches above the top of the pipe. Place
4 -inches of GRANULAR PIPE BASE on the graded soil trench
bottom prior to installing pipe. Place lifts of GRANULAR
PIPE ZONE MATERIAL in 6 to 8 inch lifts and lightly
consolidate same up to the pipe centerline. Work the
initial lifts under the barrel of the pipe to insure that
there are no voids under the pipe and that it is
uniformly supported.
D. Pressure Class 200 ductile iron pipe installed in deep
soil trenches (12 feet to 23 feet of pipe cover) shall be
installed in general conformance with Type 5 pipe laying
condition as defined by AWWA C151. Place 5 -inches of
GRANULAR PIPE BASE on the graded soil trench and compact
to 90% of Standard Proctor density (AASHTO T-99) prior to
installing the pipe. After pipe installation, place 6 to
8 -inch lifts of GRANULAR PIPE ZONE MATERIAL and compact
each lift to 90% of Standard Proctor density up to the
top of the pipe. Work initial lifts under the pipe
barrel to insure that there are no voids under the pipe
and that it is uniformly supported. Place 6 -inches of
NATIVE or GRANULAR PIPE ZONE MATERIAL above the top of
the pipe. The Contractor may select which of the two
materials will be used for this layer above the pipe.
3.17 BASE FOR SMALL DIAMETER DUCTILE IRON PIPE IN SOIL TRENCH
A. Install 16 -inch and smaller Class 250 ductile iron pipe
in soil trenches up to 11 feet deep in accordance with
the Bedding Detail on the Drawings and Type 2 Standard
Laying Condition. Grade soil trench bottoms to the
specified depths, for continuous and uniform pipe
support. Place and lightly consolidate NATIVE PIPE ZONE
MATERIAL up to the center line of the pipe. Place
additional NATIVE PIPE ZONE MATERIAL to a level 6 -inches
above the top of the pipe. If greater depths of cover
are required, use appropriate bedding classification
(Type 3, 4 or 5) as defined by AWWA C151.
Section 02200 - 11
3.18 BASE FOR PVC PIPE IN SOIL TRENCH
A. Grade soil trench bottoms to the specified depths, for
continuous and uniform support. Place GRANULAR PIPE BASE
AND PIPE ZONE MATERIAL in over excavated areas and from
a level 4 -inches below the pipe to a level 4 -inches above
the top of the pipe.
3.19 TRENCH BACKFILL ABOVE THE PIPE ZONE
A. In trenches under all structures, sidewalks, county
roads, city streets, piping, and similar facilities,
except where specifically shown, deposit GRANULAR FILL,
as specified hereinbefore, in horizontal lifts not
exceeding 8 -inches in uncompacted thickness. Compact to
not less than 95 percent relative compaction. Repair any
subsequent damage caused by settlement of trenches at the
Contractor's sole expense.
B. In trenches under driveways, non -county roads, parking
areas, and similar areas designated by the Engineer,
backfill with compacted native materials to within
6 -inches of the surface. Places 6 -inches of GRANULAR
FILL (Class 7 Base) and compact to not less than 95%
relative compaction. Place additional GRANULAR FILL if
settlement occurs, at the Contractor's sole expense.
C. In other areas the excavated trench material may be used
for backfill. Push by mechanical means, first onto the
slope of the backfill previously placed and allow to roll
down into the trench. Do not allow free fall of the
material into the open trench. Under no circumstances
allow sharp, heavy pieces of material to drop directly
onto the pipe or the material in the pipe zone. Backfill
material shall not exceed 1/2 cubic foot in size and
shall be intermixed with finer material to produce
completed fill that is free from detrimental voids and
segregation. Neatly windrow the material over the trench
to provide for future settlement. Any excess or
deficiency of backfill material after settlement within
the guarantee period shall be corrected by regrading and
adding or removing material.
3.20 SITE GRADING
A. Perform all earthwork to the lines and grades as shown
and/or established by the Engineer, with proper allowance
for topsoil where specified or shown. Shape, trim, and
finish slopes of channels to conform with the lines,
grades, and cross sections shown. Make slopes free of
all exposed roots and stones exceeding 3 -inch diameter
Section 02200 - 12
I
I
I
I
I
I
I
I
[_1
I
I
I
C
11
I
I
I
II
1 3.21
I
H
I
I
I
I
I
I
H
I
H
I
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.
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.
3.22 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.
3.23 DRAINAGE CULVERTS
A. Replace in kind drainage culverts which are destroyed.
If the culvert cannot be reused, dispose of it and
furnish and install new pipe. All culverts shall be
protected from damage or restored to equivalent
condition, if damaged, at no cost to the Owner.
B. Replace culverts to the existing lines and grades. Do
not replace culverts until the proposed pipeline is
installed and the backfill of the trench has been
completed to the subgrade of the culvert.
3.24 PLACING RIPRAP
A. Place riprap carefully to avoid disturbing the prepared
grade. Depth of riprap shall be 18" to 24". Intermix
the sizes of riprap material to provide uniform gradation
between small and large material. Prevent damage to pipe
and other facilities. Repair damage to the pipe or
coating at the Contractor's sole expense.
Section 02200 - 13
F
3.25 PAYMENT
I
A. Payment for the work in this Section will be included as
part of the unit price and lump sum bid amounts stated in
the Proposal.
B. Payment for trench excavation, granular or native pipe
base and pipe zone material and for trench backfill for
the water lines shall be included in the unit price for
the water lines.
C. Rock excavation shall be measured for payment as the
actual quantity of rock removed within the following
limits:
1. Maximum depth for payment purposes shall be 6
inches below the bottom outside surface of the
barrel of the proposed pipeline.
2. Maximum width for payment purposes shall be 30
inches plus the outside diameter of the pipe
barrel. If the actual width of excavation is
less than the maximum width, payment will be
based on the actual measured width.
3. Payment for rock excavation will be based on
the unit price , per cubic yard stated in the
Proposal and will be paid in addition to the
linear foot payment for trench excavation and
backfill. Payment for rock excavation shall
include full compensation for all labor,
equipment,, materials, and incidentals
necessary to drill, blast, and excavate the
material. No payment will be made for rock '
excavated below the required grade or outside
the widths mentioned above. No payment will
be made for rock removal by any method other
than drilling and blasting or with
power -operated hand tools.
4. Payment for rock excavation shall include
payment for the imported GRANULAR PIPE BASE
AND PIPE ZONE MATERIAL to be installed from 6 -
inches below to 6 -inches above the pipe. No
separate payment will be made for this
material.
D. Payment for trench stabilization material will be based
on the unit price per ton stated in the Proposal.
Measurement will be based upon individual trip tickets of
actual truck measure furnished the Engineer for tons used
Section 02200 - 14
I
I
L
J
I
I
I
I
under this item. Trip tickets shall be presented to the
Engineer for his signature on the day the material is
delivered. No payment will be allowed on trip tickets
not so validated by the Engineer. Payment for this item
shall constitute full compensation for all materials,
labor, equipment, and incidentals necessary to furnish
materials at trench side and for placing and compacting
it in the trench and for the extra depth of trench
excavation required below the pipe base grade to provide
for a stable base for the pipe. This item is to provide
for unstable base encountered in the progress of the work
and shall be used only under the direction of the
Engineer.
E. Payment for GRANULAR FILL (Class 7 Base only) used for
road crossings, driveways and other authorized areas will
be based on the unit price per ton stated in the
Proposal, and the number of tons placed within the
authorized limits. This payment shall constitute full
compensation for the work as specified herein.
Quantities for payment purposes shall be the actual
number of tons used, based on truck weights and trip
tickets signed by the Engineer. Trip tickets shall be
presented to the Engineer for his signature on the day
that the material is delivered.
' F. No separate payment will be made for protecting,
repairing and/or replacing existing culverts.
Li
III
H
I
I
G. No separate payment will be made for GRANULAR PIPE BASE
AND PIPE ZONE MATERIAL. Include the cost of this
material in the respective unit prices for pipe
installation.
H. Payment for riprap will be based on the unit price per
ton stated in the Proposal, and the number of tons placed
within the authorized limits. This payment shall
constitute full compensation for the work as specified
herein. Quantities for payment purposes shall be the
actual number of tons used, based on truck weights and
trip tickets signed by the Engineer. Trip tickets shall
be presented to the Engineer for his signature on the day
that the material is delivered.
END OF SECTION
(Subsurface information appended hereto)
Section 02200 - 15
I
EXHIBIT III
TEST RESULTS
No.
Location
Resistivity
Redox
pH
Sulfides
tion
ohm -cm.
my.
41ight
1
Service road at gate.
2,000
+260
63
Negative
wn clayey silt,
d.
2*
1,410' from boring
600
+260
7.0
Negative
brown clay,
No. 1.
d.
3A
600' from boring No.
4,800
+260
6.2
Negative
Dark grayish brown clayey
2.
silt, 0-4', moist to
saturated.
3B•
600' from boring No.
1,000
+190
6.0
Negative
light brown clay, 4'-8',
2.
saturated.
4
36" water main at
6,000
+330
6.0
Negative
Brown sand to grayish
mud creek (785'
brown sandy clay, 0-8',
from boring No. 5.).
saturated.
SA
Gregg Ave. at Van
16,000
+200
6.0
Negative
Dark brown clayey silt, 0-
Ashe Dr.
3', saturated.
SB
Gregg Ave. at Van
14,800
+290
53
Negative
Light brown clayey silt, 3'-
Ashe Dr.
6', saturated (rock @ 6').
6
850' west of boring
8,000
+220
6.1
Negative
Brown clayey silt with
No. 5.
gravel, 0-1', saturated
(rock @ 1').
7A
1,000' west of boring
4,400
+360
4.6
Negative
Brown tograyish brown
No. 6.
clayey silt, 0-7', saturated.
7B
1,000' west of boring
2,400 .
+340
5.5
Negative
Dark brownish gray clayey
No. 6.
silt, 7'-8', saturated.
8A
0.1 miles west of
3,840
+340
4.6
Negative
Brown to brownish gray
boring No. 7 (at
clayey silt, 0-6', saturated.
fence line).
8B
0.1 miles west of
4,800
+340
5.8
Negative
Dark brownish gray clayey
boring No. 7 (at
silt, 6'-8', saturated.
fence line).
9
Carve in Van Ashe
10,400
+ 150
6.4
Negative
Reddish brown clayey silt,
Dr. (1,350' west of
0-3', saturated (rock @ 3').
#8).
I
C
I
[_I
[_I
I
I
I
I
[1
I
I
I
I
I
I.'
I
EXHIBIT III
TEST RESULTS
'
No.
Location
Resistivity
Redox pH
Sulfides
Soil Description
ohm -cm.
mv.
10
Van Ashe Dr., 650'
west of borii.g No. 9.
10,000
+220
5.9
Negative
Brown to reddish brown
clayey silt and gravel, 0-4',
saturated (rock @_4').
11A
Van Ashe Dr. at
Highway 112.
2,400
+260
6.3
Negative
Reddish brown silty clay,
0-4' moist.
11B
Van Ashe Dr. at
Highway 112.
2,440
+320
43
Negative
Red and gray silty clay, 4' -
6', saturated.
11C
Van Ashe Dr. at
Highway 112.
6,400
+380
5.5
Negative
Gray to brown silty clay,
6'-8', moist.
12
.1 miles south of
boring No. 11.
15,600
+370
4.9
Negative
Brown clayey silt, 0-3',
saturated (rock @ 3').
13
1,500 south of Van
Ashe Dr. (at drive in
entrance).
1,800
+360
5.0
Negative
Brown to clayey silt to
dark brown clay, 0-8',
saturated.
14A
.2 miles south of
boring No. 13 (at 90°
1,200
+240
6.9
Negative
Brown silty clay, 0-4',
saturated.
bend).
14B*
.2 miles south of
boring No. 13 (at 90°
880
+320
5.0
Negative
Brown and red clay, 4'-5',
saturated.
bend).
15*
36" water main at
Deane Solomon Rd.
960
+ 100
6.2
Positive
Dark gray to black organic
clay, 0-8', saturated.
16*
0.3 miles south of
boring No. 9.
2,560
+30
7.1
Trace
Brownish gray clayey silt
with gravel, 0-8', saturated.
17
Deane Soloman Rd.
5,200
+240
6.7
Negative
Reddish brown clayey silt
at golf club entrance
and gravel, 0-4' (rock @
4
18
Deane Soloman Rd.,
2 miles south of
boring No. 17.
12,000
+240
6.0
Negative
Reddish brown clayey silt
and gravel, 0-5', moist
(rock @ 5').
I
I
EXHIBIT III
TEST RESULTS
No.
Location
Resistivity
Redox
pH
Sulfides
Soil Description
ohm -cm.
my.
19
Shiloh Rd. at 36"
10,000
+350
5.5
Negative
Reddish brown clayey silt
water main,
and gravel, 0-6', moist to
saturated (rock @ 6').
20
Shiloh Rd. between
2,000
+260
6.3
Negative
Brownish red clayey silt, 0 -
boring No. 19 and
8', saturated.
boring No. 21.
21
End of Shiloh Rd. at
2,800
+250
6.5
Negative
Reddish brown clayey silt,
cul-de-sac.
0-3', saturated (rock @ 3').
22'
Shiloh Rd. at
2,400
-30
7.0
Positive
Dark brownish gray
Holiday Inn express.
organic clayey silt, 0-8',
saturated.
23'
Highway 112 spur at
1,000
+ 150
6.5
Negative
Brown clayey silt to brown
Shiloh Rd.
clay, 0-8', saturated.
24'
Along Shiloh Rd.,
6,000
-320
5.0
Positive
Dark gray to black organic
.25 miles from 112
muck, 0-8', saturated.
spur (Wedington
Dr.).
25'
Along Shiloh Rd. .4
640
+300
6.1
Negative
Brown clayey silt to clay,
miles south of boring
0-8', saturated.
No. 24.
26'
Along Shiloh Rd., .5
630
+300
4.5
Negative
Brown to light brown -clay,
miles south of boring
0-8', saturated.
No. 25.
27'
Shiloh Rd. at Old
760
+320
4.9
Negative
Brownish red clay, 0-8',
Farmington.
saturated.
28
Old Farmington at
4,000
+300
5.4
Negative
Gray and brown clayey
cemetery.
silt, 0-5', moist to saturated
(rock @ 5').
29*
Old Farmington,
960
+280
5.1
Negative
Light brown clayey silt to
700' north of U.S.
clay, 0-6', saturated (rock
Highway 62.
@ 6').
I
I
C
I
I
I
I
I
:1
I
I
I
J
EXHIBIT III
TEST RESULTS
No.
Location
Resistivity
Redox
pH
Sulfides
Soil Description
ohm -cm.
my.
30
Mountain Rd., 1,000'
1,200
+310
4.8
Negative
Reddish brown silty clay,
south of U.S.
Highway 62 (at
0-5', saturated (rock @ 5').
electric gate).
31
.5 miles along
1,000
+350
5.2
Negative
Reddish brown silty clay to
Mountain Rd. at 90°
bend.
clay, 0-5', saturated (rock
@ 5').
32`
Along 24" main,
2,250
+90
6.5
Positive
Dark brownish gray clayey
1,400' east of U.S.
silt to hard grayish brown
Highway 71 bypass.
clayey silt, 0-5', saturated.
` Denotes corrosive soil.
L
I
I
I
I
I
I
urw.noa.�cr •9. ��—�
` 23
;�_ a _� a i `u • .
I r,3B
21,
l� • :.,
•-1 3 1 , I
` / • '� • 1 • B 19••0-•• ...., w/): - I ^ r vt_c __••1 r`:i l —a•"J`I• •\nn i/ei 1 !: 1.: < ' \l
1 .r'
CI11 1
t :1.T4H_kJi4tLJd!'
1 S.
..ee .- 4 1.J �. 1�� �•• >r: I:1"•..�� iJ. /ns..
Ir 1 0 i KFAY>f• _ •., _ rr.',�1: •` v11 1 l.. 4 1
I - 1 .. :. - T•, a.`I` /�Y•t ••
i/' Y� • �iA irl. n Ill •l.
T.tvrrl.<'ie V65 �yj{F
II
T Washi I
y o� / _ Yl
r !f fE?`l IJP .�,OCa Unn
•
'
3l
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
of backfill.
01400 - Quality Control: Compaction requirements
B.
Section
02200 - Rough Grading - Subsoil contouring.
C.
Section
02200 - Backfilling: Backfilling and compacting
fill.
D.
Section
compacting
02200 - Trenching: Excavation, backfill, and
fill in trenches.
E.
Section
02485 - Finish ground cover.
1.03
PROTECTION
A.
Protect
landscaping and other features remaining as final
work.
B.
Protect
paving,
existing structures, fences, roads, sidewalks,
and curbs.
PART 2 PRODUCTS
2.01 MATERIALS
A. Topsoil: Reused or imported, friable loam; free of
subsoil, roots, grass, excessive amount of weeds, stone,
and foreign matter; acidity range (pH) of 5.5 to 7.5;
containing a minimum of 4 percent and a maximum of 25
percent organic matter.
Section 02218 - 1
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.
G. Remove surplus subsoil and topsoil from site.
H. Leave stockpile area and site clean and raked, ready to
receive grass seeding.
3.04 TOLERANCES
A. Top of Topsoil: Plus or minus 1 inch.
Section 02218 - 2
3.05 SCHEDULE OF LOCATIONS
A. The following paragraphs identify compacted topsoil
thickn:sses for various locations.
B. Seeded Grass: 6 inches.
3.06 PAYMENT
A. Payment for the work in this Section will be included as
part of the applicable unit price bids stated in the
Proposal. No separate payment will be made. Include the
cost of this work in the price for pipe installation.
END OF SECTION
Section 02218 - 3
I
ISECTION 02223
HIGHWAY AND RAILROAD UNDERCROSSINGS
PART 1 GENERAL
1.01 SCOPE
A. This Section ccvers the work necessary for the
' construction of the highway and railroad undercrossings,
complete, within the limits shown.
' B. All necessary permits for the undercrossings will be
obtained by the Owner.
C. The operation across the highway right-of-way must
' conform to the requirements of the Arkansas Highway and
Transportation Department (Permitter). Execute all
necessary agreements and/or permits before entering upon
' or commencing any work on the highway right-of-way.
Comply, also, with the applicable requirements of the
GENERAL CONDITIONS and the SUPPLEMENTARY CONDITIONS.
' D. The operation across the Arkansas and Missouri Railroad
Company's right-of-way must conform to the requirements
of the railroad company as outlined in a pipeline
crossing agreement made between the railroad company and
the Owner. The Contractor shall obtain and deliver to
the railroad company a public liability and property
' damage insurance policy in the amount required in the
pipeline crossing agreement. The insurance company
writing the policy shall be authorized to be business in
the State of Arkansas and shall be satisfactory to the
' railroad company. The insurance policy or policies shall
be delivered to and remain in the possession of the
railroad company. If any special agreement is required
' between the Contractor and the railroad company, it shall
be completed and signed before the Contractor enters upon
or commences work on the railroad property.
' E. Consult with the local railroad agent to determine the
most convenient time period for the undercrossings to be
constructed.
F. All designated highway and railroad crossings shall be
made by boring and insertion of a casing pipe, unless
' specifically otherwise noted hereinafter. However, if
the Contractor encounters solid rock and is unable to
complete the bore, he shall obtain permission from the
Permitter to make an open cut. The Contractor shall
'comply with all requirements of the Permitter.
Section 02223 - 1
C1
I
G. For open cuts, utilize equipment capable of completing at '
least 1/2 of the width of the state highways designated
to be bored, crossing during daylight hours in 1 day. At
least one-way traffic shall be maintained at all times,
unless approved on detours is obtained from the
Permitter.
H. Prior to starting construction, all required labor,
materials, and equipment shall be on the site. Notify
all permitters at least 48 hours in advance of working '
within their right-of-way. The term "Permitter" as used
herein shall be understood to mean the party, agency, or
governmental authority issuing the permit or permits for
the construction within the said right-of-way.
1.02 LOCATION
A. Undercrossings to be made by the boring and jacking ,
method include undercrossings of designated U.S. and
state highways and the Arkansas and Missouri railroad.
PART 2 PRODUCTS
2.01 WATER PIPE '
A. Strength classification and type as shown in the
Undercrossing Schedule, all conforming to Section
15001-2.
2.02 UNDERCROSSING SCHEDULE
A. See Schedule appended hereto.
2.03 EXCAVATION ,
A. Excavation shall conform to Section 02200, EARTHWORK,
TRENCH EXCAVATION AND BACKFILL.
2.04 IMPORTi.D GRANULAR PIPE BASE AND PIPE ZONE MATERIAL
A. Conform to Section 02200, EARTHWORK, TRENCH EXCAVATION '
AND BACKFILL.
2.05 TRENCH BACKFILL. '
A. Rock or foundation stabilization and granular backfill
shall conform to Section 02200, EARTHWORK, TRENCH
EXCAVATION AND BACKFILL.
Section 02223 - 2 '
1
I
' 2.06 STEEL CASING PIPE
IA. Provide casing of size to permit proper construction to
the required lines and grades. Casing shall be type
shown below, fabricated in sections for welded field
joints.
B. The minimum wall thickness shall correspond to the
following tables:
For Highway Undercrossings
I
I
I
I
Casing
Diameter in
Inches
15-24
30-36
40-52
Smooth Steel Pipe
Minimum Wall Thickness
In Inches
1/4 ASTM A 53
5/16 AWWA C201
3/8 AWWA C201
For Railroad Undercrossings
(Minimum Yield Strength 35,000 PSI)
Casing Smooth Steel Pipe
Diameter in Minimum Wall Thickness
Inches In Inches
' Under 14 0.188
14 and 16 0.282
18 0.312
' 20 0.344
22 0.375
24 0.406
'• 26 0.438
28 and 30 0.469
32 0.500
' 34 and 36 0.531
35,40 and 42 0.563
48 and 52 0.625
1
1
1
1
C. Casing length shall be as necessary to conform to the
criteria shown on the details on the Drawings. The Field
Engineer will determine the specific casing length for
each undercrossing.
Section 02223 - 3
I
2.07 CONCRETE '
A. ASTM C 94, Alternate 2. Proportion and mix to produce a
minimum compressive strength of at least 3,000 psi at 28
days. Maximum size of aggregate 1 -1/2 -inch, slump
between: 2 and 4 inches.
2.08 SAND '
A. Sand for sealing the annular space between the carrier
pipe and the casing pipe shall conform to ASTM C 33.
2.09 STAINLESS STEEL BANDS
A. One -half -inch wide by 0.020 -inch thick, 304 stainless
steel bands, or equal.
2.10 SEALS AND SUPPORTS '
A. Lumber shall be No. 2 West Coast Douglas fir graded in '
conformance with WWPA Current Grading Rules, No. 2 Yellow
Southern Pine, or equal. Material shall be pressure
treated with creosote or pentachlorophenol in mineral
spirits in accordance with AWPA C14, C8, C9, and C2 as
applicable. Minimum retention shall be as designated
for contact with ground. Method of treatment in
accordance with the applicable portion of the AWPA manual
standa:ds. Insofar as practicable, all timbers shall be
cut to size before the material is given the preservative
treatment.
PART 3 EXECUTION
3.01 GENERAL '
A. Prior to the start of the work, submit satisfactory
evidence to the Engineer that all insurance coverage
requirements called for by the Permitter have been
complied with. All proposed construction methods and
materials for the undercrossing shall be approved by the
Engineer and Permitter prior to the crossing operation,
and no construction shall be started until written
approval to proceed from the Permitter has been submitted
to the Engineer.
3.02 TRENCH EXCAVATION AND BACKFILL
A. Conform to the applicable portions of Section 02200,
EARTHWf>RK,.TRENCH EXCAVATION AND BACKFILL. At designated
locations, compact granular base backfill for full depth
Section 02223 - 4
1
I
I
1
1
1
1
of trench with approved mechanical tampers to 95 percent
maximum density as determined by AASHTO T 99.
3.03 CASING
A. Size c.f casing shall be large enough to provide
sufficient working space to properly install the water
pipe to lines and grades shown. Minimum acceptable sizes
are shown on the Undercrossing Schedule and on the
Drawings. Jacked or bored casings shall be continuously
welded at joints for a rigid, watertight encasement.
3.04 UNCASED PIPE
A. Provide granular base under all pipe within limits of
crossing. Base and pipe installation to conform to
Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL.
3.05 CASED PIPE
A. Provide strapped timber cradle both over and under barrel
of pipe, join pipe, and slide into casing. Cradles shall
be strapped to pipe barrel as shown on the Drawings.
B. Pipe installation to conform to applicable portions of
Section 02200 and Section 15001.
3.06 PLACING FILL IN CASING
A. Fill the annular space between the casing and the pipe
completely with sand to prevent pipe flotation during
high water. Accomplish filling by pouring or pumping the
sand from the two ends and such intermediate points as
may be necessary. Filling, once commenced at any one
point, shall be completed without stopping. Suitable low
pressure equipment, having capacity to delivery sand
under pressure of up to 5 pounds per square inch, will be
approved by the Engineer.
B. Dispose of excess excavated material as approved by the
Engineer.
3.07 PLACING CONCRETE SEALS AT ENDS OF CASING
A. After the water pipe has been tested and approved,
construct a wood form at the ends of the casing and pour
minimum 18 -inch -thick concrete plugs as shown. Work the
concrete around the pipe so that the plug will provide a
tight seal.
Section 02223 - 5
r7
3.08 CONTRACTOR'S RESPONSIBILITY '
A. The Contractor shall be fully responsible for settlement
or deterioration of the finished undercrossing pavement
during the warranty period.
B. The Owner will withhold final payment for this project
until the Contractor furnishes a satisfactory release
from the Highway Department and the railroad company
stating that all claims for labor and materials have been
satisfied and that the Contractor's work across the
right-of-way has been completed to the satisfaction of
the Highway Department and railroad company
3.09 PAYMENT
A. Payment for the highway and railroad crossings designated
to be bored and jacked or direct buried will be based
upon applicable unit prices stated in the Proposal.
Separate payment will be made for the water pipe
installed through the casing and for granular fill
material.
END OF SECTION
I
L
I
L
L
I
,
Section 02223 - 6
H
H
H
I
I
11
I
SECTION 02485
FINISH GRADING AND GRASS
PART 1 GENERAL
1.01 SCOPE
A. This Section covers the work necessary for the finish
grading and grass establishment, complete, including
furnishing and delivery of material and seeding and
maintenance of grass. The intention of this
Specification is that the Contractor returns areas of
damaged turf to the condition in which he found them at
the start of the job and that a grass stand be
established on all cleared areas. The only areas not to
be seeded are areas receiving gravel or paved surfaces
and gardens.
' 1.02 GENERAL
A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements
that apply to the work specified herein and are mandatory
for this project.
PART 2 MATERIALS
' 2.01 TOPSOIL
I
Li
A. Existing topsoil shall be reused where practical. See
Section 02218, LANDSCAPE GRADING.
2.02 SEED
A. Certified, blue tag, clean, delivered in original,
unopened packages and bearing an analysis of the
contents, guaranteed 95 percent pure and to have a
minimu:: germination rate of 85 percent, within 1 year of
test.
' 2.03 SEED MIX
I
H
H
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
PART 3 EXECUTION
3.01 PROJECT SCHEDULE
A. The overall Project Schedule shall show an anticipated
time fer grading and seeding to take place, so that
seasonal consideration can be given attention. t
3.02 CONSTRUCTION METHODS - GRADING OF TOPSOIL
A. Shape the topsoil over the area to the desired shape and '
contour.
B. Apply commercial fertilizer at the manufacturer's
recommended rate, distributing it uniformly with a
mechanical spreader. The minimum application rate shall
be 500 lbs per acre. Fertilizer blend shall be as
recommended by the local Agricultural Extension Agent.
3.03 FINISH GRADING
A. Thoroughly mix the topsoil and fertilizer. ,
B. Rake the area to a uniform grade so that all areas drain
in the same manner as at the start of the project.
C. Lightly compact before planting grass.
D. Remove all trash and stones exceeding 2 -inch in diameter
from area to a depth of 3 -inches prior to preparation and
planting grass. ,
3.04 TIME OF SEEDING
A. Conduct seeding under favorable weather conditions during '
seasons which are normal for such work as determined by
accepted practice in locality of project.
3.05 MECHANICAL SEEDING
A. Sow grassed areas evenly with a mechanical spreader at
rate of 100 pounds per acre, roll with cultipacker to
cover seed, and water with fine spray. Method of seeding
may be varied at discretion of Contractor on his own
responsibility to establish a smooth, uniformly grassed
area.
3.06 HYDROSEEDING
A. At the Contractor's option, seed may be applied by
hydroseeding method. Seeding shall be done within 10
days following soil preparation. Hydroseed all areas at
Section 02485 - 2
I
CIS
I
H
I
I
rate of 100 pounds seed and 500 pounds ammonium phosphate
per acre.
B. Proceed with seeding operation on moist soil, but only
after free surface water has drained away.
C. Exercise due care to prevent drift and displacement of
mixture into other areas.
3.07 WINTER PROTECTIVE SEEDING
A. Winter barley or annual rye grass applied at a rate of
120 pounds/acre shall be used after September 15.
3.08 MAINTENANCE
A. Begin maintenance immediately after each portion of grass
is planted and continue until a reasonable stand of grass
has been obtained. Water to keep surface soil moist.
Repair washed out areas by filling with topsoil,
fertilizing, and seeding.
3.09 GUARANTEE
A. If, at the end of a 180 -day period, a satisfactory stand
of grass has not been produced, the Contractor shall
renovate and reseed the grass or unsatisfactory portions
thereof immediately, or, if after the usual planting
season, during the next planting season. If a
satisfactory stand of grass develops by July 1 of the
following year, it will be accepted. If it is not
accepted, a complete replanting will be required during
the planting season meeting all of the requirements
specified under CONSTRUCTION METHODS.
B. A satisfactory stand is defined as grass or section of
grass that has:
No bare spots larger than 0.5 square feet.
3.10 PAYMENT
A. Payment for the work in this Section will be included as
part of the unit price bid per foot of pipe for pipeline
work, and part of the lump sum bid for altitude valve
station work.
END OF SECTION
Section 02485 - 3
SECTION 02601
ASPHALT. CONCRETE, AND GRAVEL SURFACE RESTORATION
PART 1 GENERAL
1.01 SCOPE
A. This Section covers the work necessary for the
restoration of asphalt and concrete pavement, gravel
surfaces, replacement of sidewalks, curb and gutter,
drainage facilities, and incidental work, complete.
B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements
that apply to the work specified herein and are mandatory
for this project.
1.02 STANDARD SPECIFICATIONS
A. Where the 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, Trench Excavation and Backfill
1.04 SUBMITTALS DURING CONSTRUCTION
A. Prior to the delivery of specified aggregate to the site,
the Contractor shall submit samples of the material for
the Engineer's approval. Samples shall be typical of
materials to be furnished from the proposed source and in
conformance with the specified requirements.
B. Prior to the delivery of asphalt materials and paving
mixes to the site, the Contractor shall submit
certificates of compliance of such materials with these
Specifications.
Section 02601 - 1
I
C. Where, laboratory testing is specified herein, the
Contractor shall employ an independent testing laboratory
to conduct such tests and submit certificates of the test
results to ensure Specification conformance.
D. The costs for submittals shall be included in the
price(s) quoted for the work under this section. '
PART 2 MATERIALS
2.01 CONCRETE
A. Concrete for sidewalks, pavement, and miscellaneous
construction shall conform to ASTM C 94, Alternate 3; and
shall have a design mix proportioned for 3,000 pounds per
square inch compressive strength at 28 days. Concrete
mix shall contain no less than 5-1/2 sacks of cement per
cubic yard.
2.02 CONCRETE FORMS
A. All forms for pavement and sidewalks shall be either
2 -inch dimensioned lumber, plywood, or metal forms.
2.03 CURING COMPOUND
A. Commercial grade conforming to ASTM C 309, Type I. '
2.04 REINFORCING STEEL
A. Conform to ASTM A 615, Grade 60.
2.05 BASE COURSE
A. Gravel for the base course shall be clean, hard, durable;
pit -run crushed stone which is reasonably graded from
coarse to fine. Base course shall conform to Section 303
for Class 7 Base of the Standard Specifications for
Highway Construction and compacted as specified herein.
2.06 GRAVEL SURFACE COURSE
A. Gravel for the surface course shall be clean, hard, and
durable, and shall be reasonably graded from coarse to
fine. The surface course shall conform to Section 303
for Class 7 Base of the Standard Specifications for
Highway Construction..
I
Section 02601-2
I
I
2.07 ASPHALT CEMENT
J
A. Asphalt cement for binder shall be AC 85-100 paving
asphalt conforming to the Standard Specifications unless
otherwise specified.
' 2.08 PRIME COAT
A. Asphalt
to be used for a primp
coat shall be
asphalt
emulsion
Type RS -2, CRS -2, or
liquid asphalt
MC -70,
MC -250,
or RC -250 conforming to
ASTM D 977, D
2397, D
2027, r'r
D 2028.
1
1
1
1
1
1
1
1
1
1
2.09 TACK COAT
A. Asphalt emulsion conforming to ASTM D 977 or D 2397,
unless otherwise specified.
2.10 ASPHALT CONCRETE
A. Asphalt concrete for paving the designated area shall be
Type II hot -plant mix and all materials shall conform to
the requirements of Section 408 of the Standard
Specifications for Highway Construction. Portions of the
referenced specification that are obviously not
applicable for the type of work to be done shall be
disregarded.
2.11 CULVERT
A. Culvert pipe shall be galvanized corrugated metal pipe
not less than 14 -gauge and shall conform to AASHTO M 36
with the added requirement that the pipe and coupling
bands shall be completely coated with bituminous material
conforming to ASTM D 449. Provide manufacturer's
standard coupling bands, complete. Bolts shall be
galvanized.
PART 3 EXECUTION
3.01
kl
101
CONSTRUCTION PROCEDURE
Trench backfill shall be as specified in Section 02200,
EARTHWORK, TRENCH EXCAVATION AND BACKFILL.
Replace
all
bituminous pavement
damaged under this
Contract
with
like materials.
Section 02601 - 3
J
C. Replace concrete pavement damaged under this Contract
with minimum of 6 -inch thickness or to conform with
existing, whichever is greater.
D. In addition to the requirements set forth herein, the
work shall conform to the applicable workmanship
requirements of the AHTD Standard Specifications
referenced heretofore.
3.02 REMOVAL OF PAVEMENT, SIDEWALK, CURBS, AND GUTTERS
A. Removal of all pavement, sidewalks, curbs, and gutters
shall conform to Section 02200, EARTHWORK, TRENCH
EXCAVATION AND BACKFILL, and payment for removal shall be
•included in that section.
3.03 STREET MAINTENANCE
A. Maintain all trenches as specified under Section 02200,
EARTHWORK, TRENCH EXCAVATION AND BACKFILL.
I
I
VI
F
3.04 EXCAVATION AND BACKFILL '
A. Excavation and backfill are specified in Section 02200,
EARTHWORK, TRENCH EXCAVATION AND BACKFILL. Special
backfill around culvert pipe is specified with the
culvert installation.
3.05 INSTALLATION OF CULVERT
A. Install culvert where shown on the Drawings or where
existing culverts are destroyed. Pipe shall be carefully
bedded to provide uniform bearing. Coupling bands shall
be installed in conformance with the manufacturer's
recommendations. Use gravel base course to a point 6
inches above pipe. Backfill remainder with base course
material. Place backfill in 6 -inch lifts uniformly on
both sides of the pipe simultaneously, and thoroughly
compact each lift with mechanical tampers before placing
the next lift.
3.06 PREPARATION OF SUBGRADE
A. Bring subgrade to proper grade and cross section shown by
means of a blade grader or other suitable equipment.
Compact subgrade with bulldozer, roller, loaded trucks,
or other suitable equipment moving uniformly over the
surface. As the compaction of the subgrade proceeds, dig
out al'. soft or spongy areas and fill the resulting
holes with locally available red chert, clay gravel, or
other material satisfactory to the Engineer. Dispose of
Section 02601-4
L
I
I
I
I
L
C
L
I
[I
I
' 3.07
1
1
1
1
1
1
I
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.
BASE COURSE
A. Spread gravel base course on prepared subgrade in a
uniform layer, without segregation of size, to such loose
depth that, when compacted, the course shall have a
thickness of 6 -inches. Compact the base course to a
minimum of 95 percent of the maximum density as
determined by ASTM D 1557. Sprinkle base material as
necessary to aid compaction. Blade ruts and
irregularities smooth during the compaction process until
a smooth surface, conforming to the grade shown, is
obtained.
3.08 SURFACE COURSE TOP COURSE
A. The cross section of the finished surface shall be
subject to reasonable variation by the Engineer to meet
the varying conditions encountered. Spread the
1 -1/2 -inch minus rock to such a loose depth that, when
compacted, it will be a minimum depth of 2 -inches.
Compact the surface material to the same as that
specified for the base course and blade until the top
surface is smooth and conforms to the grade and crown
requirements shown.
3.09 TACK COAT
A. Apply a tack coat on existing asphalt concrete pavement
and to each lift of new pavement that is to receive a
succeecing lift in conformance with Section 403 of the
Standard Specifications for Highway Construction.
3.10 PRIME COAT
A. The prime coat shall be applied to the leveling course in
accordance with Section 403 of the referenced
specification at the rate of 0.20- to 0.30 -gallon per
square yard of surface area. The exact amount is to be
determined by the Engineer.
3.11 CONSTRUCTION OF ASPHALT CONCRETE PAVEMENT
A. Lay asphalt concrete over the base course in a single
lift and the compacted depth shall be 3 -inches. The
method of proportioning, mixing, transporting, laying,
Section 02601-5
I
processing, rolling the material, and the standards of
workmanship shall conform to the applicable requirements
of Section 408 of the Standard Specifications.
B. The Engineer will examine the base before the paving is
.begun and bring any deficiencies to the Contractor's
attention to be corrected before the paving is started.
Roll each lift of the asphalt concrete and compact to the
density specified in the referenced Standard
Specification for Highway Construction. The grade, line,
and cross section of the finished surface shall conform
to the Drawings. Asphalt or asphalt stains which are
noticeable upon surfaces of concrete or materials which
will be exposed to view shall be promptly and completely
removed.
3.12 SURFACE RESTORATION
A. Maintain all trenches as specified under Section 02200,
EARTHWORK, EXCAVATION AND BACKFILL, until surface
restoration is completed.
3.13 ASPHALT CONCRETE PAVEMENT REPLACEMENT FOR PIPE TRENCHES
A. Bring the trench to a smooth, even grade at the correct
distance below the top of the existing pavement surface
so as to provide adequate space for the base course and
pavement. Trim existing pavement to a straight line to
remove any pavement which has been damaged or which is
broken and unsound to provide a smooth, sound edge for
joining the new pavement.
B. Compact the subgrade with mechanical vibratory or impact
tampers to a minimum of 95 percent of maximum as
determined by ASTM D 1557. Any subsequent settlement of
the finished surfacing during the warranty period shall
be promptly repaired by the Contractor, at the
Contractor's sole expense.
C. Place sufficient base course on the subgrade to obtain a
thickness of 6 inches after compaction. Place for the
full width of the trench and process as required to
provide a smooth surface without segregation.
D. Compact the base course with mechanical vibratory or
impact tampers to a minimum of 95 percent of maximum
density as determined by ASTM D 1557. Any subsequent
settlement of the finished surfacing during the warranty
period shall be promptly repaired by the Contractor, at
the Contractor's sole expense.
Section 02601-6
I
I E
I
C
I
I
I
I
I
I
I
11
S
ILI
Place base course under all pavement to be replaced and,
in addition, under gravel surfaced shoulders and other
graveled areas.
F. After the leveling course has been compacted, apply an
asphalt prime coat, specified above, at 0.20 to 0.30
gallon per square yard to the surface of the leveling
course and to the edges of the existing pavement.
G. Place the asphalt concrete on the prepared subgrade over
the trench to a compacted depth of not less than 3 inches
or the depth of the adjacent pavement, whichever is
greater. Spread and level the asphalt concrete with hand
tools or by use of a mechanical spreader, depending upon
the area to be paved. Bring the asphalt concrete to the
proper grade and compact by rolling or the use of hand
tamper•: where rolling is impossible or impractical.
H. Roll with power rollers capable of providing compression
of 200 to 300 pounds per linear inch. Begin the rolling
from the outside edge of the replacement progressing
toward the existing surfacing, lapping the existing
surface at least 1/2 the width of the roller. If
existing surfacing bounds both edges of the replacement,
begin rolling at the edges of the replacement, lapping
the existing surface at least 1/2 the width of the
roller, and progress toward the center of the replacement
area. Overlap each preceding track by at least 1/2 the
width of the roller and make sufficient passes over the
entire area to remove all roller marks.
I. The finished surface of the new compacted paving shall be
flush with the existing surface and shall conform to the
grade and crown of the adjacent pavement.
J. Immediately after the new paving is compacted, all joints
between new and original asphalt pavement shall be
painted with hot asphalt or asphalt emulsion and be
covered with dry paving sand before the asphalt
solidifies.
K. The surface smoothness of the replaced pavement shall be
such that when a straightedge is laid across the patch
area between the edges of the old surfacing and the
surface of the new pavement, the new pavement shall not
deviate from the straightedge more than 1/4 inch.
3.14 WEATHER CONDITIONS
A. Asphalt shall not be applied to wet material. Asphalt
Ishall not be applied during rainfall, sand or dust
Section 02601-7
I1
I
I
storms, or any imminent storms that might adversely
affect the construction. The Engineer will determine
when surfaces and material are dry enough to proceed with
construction. Asphalt concrete shall not be placed (1)
when the atmospheric temperature is lower than 40 degrees
(2)
surface
upon whilchit is to beaplaced �is frozen wor wet.hen Asphalt
for prime coat shall not be applied when the surface
temperature is less than 50 degrees F. Exceptions will
be per-:itted only in special cases and only with prior
written approval of the Engineer.
3.15 PROTECTION OF STRUCTURES
A. Provide whatever protective covering may be necessary to
protect the exposed portions of bridges, culverts, curbs,
gutters, posts, guard fences, road signs, and any other structures from splashing oil and asphalt from the paving
operations. Remove any oil, asphalt, dirt, or any other
undesirable matter that may come upon these structures
by reason of the paving operations.
B. Where water valve boxes, manholes, catch basins, or other
underground utility appurtenances are within the area to
be surfaced, the resurfacing shall be level with the top
of the existing finished elevation of these facilities.
If it is evident that these facilities are not in
accordance with the proposed finished surface, notify the
Engineer to have the proper authority contacted in order
to have the facility altered before proceeding with the
resurfacing around the obstruction. Consider any delays
experienced from such obstructions as incidental to the
paving operation. No additional payment will be made.
Protect all covers during asphalt application.
3.16 EXCESS MATERIALS
A. Dispose of all excess materials. Make arrangements for
the disposal and bear all costs or retain any profit
incidental to such disposal.
3.17 CONTRACTOR'S RESPONSIBILITY
A. Settlement of replaced pavement over trenches within the warranty period shall be considered the result of
improper or inadequate compaction of the subbase or base
materials. The Contractor shall promptly repair all
pavement deficiencies noted during the warranty period at
the Contractor's sole expense.
Section 02601-8
i
I
I
' 3.18 CONCRETE PAVEMENT
IA. Pavement replaced shall be the same thickness as that
removed, except that in no instance shall it be less than
a minimum of 6 inches. Protect the newly placed concrete
from traffic for a period of 7 days and cure by covering
with burlap, sand, earth, or sawdust, which is kept
continuously wet.
' B. Handle and place concrete pavement in accordance with the
Standard Specifications for Highway Construction of the
Arkansas State Highway and Transportation Department.
' 3.19 GRAVEL SURFACING
A. Where required by the Drawings, and where necessary to
match existing surfaces, place crushed rock, gravel
surfacing material, as specified herein, on streets,
driveways, parking areas, street shoulders, and other
' graveled areas disturbed by the construction. Spread the
rock by tailgating and supplement by hand labor where
necessary. Level and grade the rock to conform to
existing grades and surfaces.
3.20 SIDEWALKS AND CURBS
A. Replace concrete sidewalks and curbs to the same section
width, depth, line and grade as that removed or damaged.
Cut ends of existing curb to a vertical plane. Prior to
' replacing the sections, properly backfill and compact the
trench to prevent subsequent settlement.
B. Cut ends of existing curbs to a vertical plane.
' Construct forms to match existing. Place concrete and
finish exposed surfaces similar to adjacent curb.
IC. Replace concrete sidewalks between scored joints and make
replacement in a manner that will avoid a patched
appearance. Provide a minimum 2 -inch thick compacted
' gravel base course of quality hereinbefore specified.
Finish concrete surface similar to the adjacent
sidewalks. Score joints and finish edges with a steel
edging tool.
' D. Tunneling under curbs and sidewalks is optional.
However, should any subsequent cracking, subsidence, or
' any other indication of failure occur within the warranty
period, the damaged section shall promptly be replaced at
the Contractor's sole expense.
Section 02601-9
1
3.21 ASPHALT DRIVEWAYS AND WALKS
A. Replace asphalt driveways and walks in accordance with
ASPHALT CONCRETE PAVEMENT REPLACEMENT.
3.22 CLEANUP
A. Clean up all debris and unused materials from the paving
operation. Clean all surfaces that have been spattered
or defaced as a result of the paving operation.
3.23 CONTRAC'TOR'S RESPONSIBILITY
A. The Contractor shall be fully responsible for settlement
or deterioration of the finished street crossing pavement
during the warranty period.
3.24 PAYMENT
A. Payment for the work under this section shall be based on
the appropriate unit prices stated in the Contractor's
Proposal. Payment shall be considered full compensation
for furnishing all labor, materials, and equipment to
complete the work as specified under this section.
B. Payment for replacement of gravel surface and base course
shall be made as specified in Section 02200, EARTHWORK,
TRENCH EXCAVATION AND BACKFILL.
3.25 ASPHALT CONCRETE AND PORTLAND CEMENT CONCRETE PAVEMENT
REPLACEMENT
A. Payment for asphalt concrete and portland cement concrete
pavement will be based on the unit price per square yard
stated in the Contractor's Proposal for the actual area
replaced. Payment. will be limited to a maximum width of
10 feet. All pavement damaged outside this 10 -foot limit
shall be replaced at the Contractor's sole expense. The
number of square yards will be measured by the Engineer.
B. The unit prices shall include payment for excavation
required to provide space for the surfacing, preparation
of the trench, tack coat, prime coat, surfacing, disposal
of all excess excavated materials, and all other work
required to complete the resurfacing.
3.26 SIDEWALK REPLACEMENT
A. Payment for the replacing of damaged sidewalks shall be
based on the unit per square yard as stated in the
Contractor's Proposal. Payment will, however, be limited
Section 02601 - 10
I
' to sidewalks replaced within 5 feet of the pipe
centerline. All sidewalks damaged outside this limit
shall be replaced at the Contractor's sole expense.
3.27 CURB REPLACEMENT
A. Payment for replacing curb and gutter removed in order to
lay the pipe shall be based on the unit price per linear
foot as stated in the Contractor's Proposal. Payment
will, however, be limited to curbs replaced within 5 feet
of the pipe centerline. All curbs damaged outside this
limit shall be replaced at the Contractor's expense.
' END OF SECTION
I
I
I
II
I
H
I
I
I
H
I
Section 02601 - 11
Li
I
I
' SECTION 03210
' REINFORCING STEEL
PART 1 GENERAL
' 1.01 SCOPE
A. This Section covers the work necessary to furnish and
' install, complete, the reinforcing steel and welded wire
fabric.
1.02 GENERAL
1 A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements
' that apply to the work specified herein and are mandatory
for this project.
1.03 SUBMITTALS DURING CONSTRUCTION
A. Submittals during construction shall be made in
accordance with Section 01300, SUBMITTALS DURING
CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS.
1. Bending Lists
2. Placing Drawings
PART 2 MATERIALS
2.01 DEFORMED REINFORCING BARS
IA. Deformed billet -steel bars conforming to ASTM A615, Grade
60.
' 2.02 WELDED WIRE FABRIC
A. Conform to ASTM A 185 or A 497.
2.03 ACCESSORIES
A. Tie wire shall be 16 -gauge, black, soft -annealed wire.
' Bar supports shall be of proper type for intended use.
Bar supports in beams, 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
I1
I
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 1
equipment. Tag steel for easy identification. Store to
prevent contact with the ground. The unloading, storing,
and handling bars on, the job shall conform to CRSI
publication "Placing Reinforcing Bars".
3.03 PLACING REINFORCING STEEL - CLEANING
A. Clean metal reinforcement of any loose mill scale, oil,
earth and other contaminants.
3.04 STRAIGHTENING AND REBENDING REINFORCING STEEL
A. Do not straighten or rebend metal reinforcement. Where
construction access through reinforcing is a problem,
bundling or spacing of bars instead of bending shall be
used. Submit details and obtain Engineer's review prior ,
to placing.
3.05 PROTECTION, SPACING, AND POSITIONING OF REINFORCING STEEL
A. Conform to the current edition of the ACI Standard
Building Code Requirements for Reinforced Concrete (ACI ,
318), reviewed placing drawings and design drawings.
3.06 REINFORCING STEEL - LOCATION TOLERANCE
A. Conform to the current edition of "Placing Reinforcing
Bars" published by Concrete Reinforcing Steel Institute
and to the Details and Notes on the Drawings.
3.07 SPLICING
A. Conform to Drawings and current edition of ACI Code 318.
Splices in adjacent bars shall be staggered.
Section 03210 - 2 '
I
' 3.08 TYING DEFORMED REINFORCING BARS
IA. 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
Ito 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.
1
Section 03210 - 3
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
SECTION 03300
I
1
1
1
1
1
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
p.
-e
s
RELATED WORK SPECIFIED IN OTHER SECTIONS
Section No.
03210
Item
Reinforcing Steel
Section 03300 - 1
I
PART 2 PRODUCTS
2.01 CEMENT
A. Cement type will be submitted by the Contractor for the
Engineer's approval.
2.02 WATER ,
A. Clean and free from oil, acid, alkali, organic matter, or
other deleterious substances.
2.03 CONCRETE AGGREGATES - GENERAL
A. Natural aggregates, free from deleterious coatings,
conforming to ASTM C33, together with all referenced ASTM
Standard Specifications, except as modified herein.
Aggregates shall not be potentially reactive as defined
in Appendix XI of ASTM C33. The Contractor's attention
is directed also to Paragraph 51.1 of Appendix XI of
ASTM C 33 since evidence of reactive problems on existing
structures shall be used also to prove that sources of
aggregates are reactive and cannot be used. The
Contractor shall be responsible for meeting these
Specifications and shall import nonreactive aggregates if
local aggregates are reactive. Aggregates shall be
thoroughly and uniformly washed before use.
2.04 FINE AGGREGATES
A. Conform to ASTM C33. Materials finer than the 200 sieve
shall not exceed 4 percent. Use only clean, sharp,
natural sand.
2.05 COARSE AGGREGATE ,
A. Use only natural gravels, a combination of gravels and
crushed gravels, crushed stone, or a combination of these
materials containing no more than 15 percent float or
elongated particles (long dimension more than five times
the short dimension). Materials finer than the 200 sieve
shall not exceed 0.5 percent.
2.06 GROUTS - NONSHRINK
A. Nonshrink grout for general use where required, shall
conform to the Corps of Engineers' Specification for
Nonshrink Grout, CRD-C621-81, and to these
Specifications. The grout shall be subject to
prequalification tests performed by the grout
manufacturer. The results of the tests shall be
Section 03300 - 2
1
LII
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.
I
1
I
I
D. 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 recommended by the grout
manufacturer.
' 2.07 FORM MATERIAL - GENERAL
I
H
H
IJ
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
I
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 limit deflection of forms to acceptable I
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 1
C309, with the additional requirement that permeability
not exceed 0.039 gm/square cm/72 hours. Masterseal, '
Section 03300 - 4
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 mixes.
' B. The concrete mix shall be designed so that the
proportions will produce results that will meet the
requirements of the project.
IC. 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:
Ii. Design strength of structural concrete shall be a
minimum of 3,000 psi at 28 days. The combined
aggregate grading shall be for the 1 inch grading
combination hereinafter specified, unless
otherwise shown on the Drawings or specified
herein.
I
Section 03300 - 5
I
I
2. Design strength for concrete used for street and '
highway repair purposes shall be 4200 psi.
Concrete used for curb and gutter repair shall have
a minimum design strength of 3000 psi. '
3. The water -cement ratio or water -cement plus
pozzolan ratio, if applicable, shall not exceed
0.49 by weight, unless otherwise approved in
writing by the Engineer.
4. Minimum cement content or combined cement plus fly '
ash content when fly ash is used for performance
and longevity, regardless of design strength, shall
be 517 pounds per cubic yard for concrete with
1 -1/2 -inch maximum size aggregate, 540 pounds per
cubic yard for 1 -inch maximum size aggregate, and
564 pounds per cubic yard for 3/4 -inch maximum size
aggregate. The Contractor shall increase cement
content or the combined cement plus fly ash
content, when fly ash is used, as required to meet
strength requirements. '
The amount of fly ash used shall not exceed 25
percent or be less than 15 percent of the total
weight of fly ash plus cement.
Verify that design mix test results reflect the ,
slump to be used.
5. Concrete used for thrust blocks and encasement of
pipelines shall have a design strength of 2,000 psi
at 28 days.
3.02 MEASUREMENT OF MATERIALS AND MIXING
A. Conform to ACI 304 current edition and to other
requirements hereinbefore specified for mix design, '
testing, and quality control and to these Specifications.
3.03 RETEMPERING
A. The retempering of concrete or mortar in which the cement
has partially hydrated will not be permitted.
3.04 REUSE OF FORMS ,
A. Reuse of forms will be permitted only if a "like new"
condition, unless otherwise approved in writing, is
maintained. The Engineer shall be notified one full
working day prior to concrete placement so that the forms
can be inspected. The Contractor shall correct any '
Section 03300 - 6
i
I
I
I
I
I
I
I
I
I
I
I
I
H
I1
I
II
I
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
expected to take care in the handling of forms and to
obtain approval of form surfaces prior to each reuse.
B. 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
Section 03300 - 7
I
nontoxic after 30 days. ,
3.08 STEEL FORMS
A. Mill scale and other ferrous deposits shall be
sandblasted or otherwise removed from the contact surface
of forms. All forms shall have the contact surfaces
coated with a release agent. The release agent shall be
effective in preventing discoloration of the concrete
from rust, and shall be nontoxic after 30 days.
3.09 BEVELED EDGES (CHAMFER)
A. Form 3/4 -inch bevels at all concrete edges. Round edges
at top of walls, slabs, and beams as hereinafter
specified under Paragraph CONCRETE SLAB FINISHES.. Where
beveled edges on existing adjacent structures are other
than 3/4 inch, obtain Engineeer's approval of size prior
to placement of bevel form strip.
3.10 REMOVAL OF FORMS '
A. The Contractor shall be responsible for all damage
resulting from improper and premature removal of forms.
Satisfy all applicable OSHA requirements with regard to
safety of personnel and property.
3.11 BACKFILL AGAINST WALLS '
A. Do not place earth backfill against walls until the
concrete has obtained a compressive strength equal to the
specified 28 -day compressive strength. Where backfill is
to be placed on both sides of the wall, the backfill
shall be placed simultaneously on both sides to prevent
differential pressures.
3.12 PLACING CONCRETE - GENERAL ,
A. Upon completion of forms and placing of reinforcing
steel, and before concrete is placed, notify other trades
whose work is in any way connected to, combined with, or
influenced by the concrete work. Allow them reasonable
time to complete their portion of work which must be
completed before concrete is placed.
B. Notify Owner or his authorized representative at least 1
full working day in advance before starting to place
concrete to permit inspection of forms, reinforcing,
sleeves, conduits, boxes,. inserts, or other work required
to be installed in concrete.
Section 03300 - 8 '
1
I
C. Placement shall conform to the requirements and
recommendations of ACI 304, except as modified herein.
ID. 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.
IF. 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
IA. 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.
I
Section 03300 - 9
I
I
I
3.15 REMOVAL OF WATER
A. Unless the tremie method of placing concrete is
specified, remove all water from the space to be occupied
by the concrete.
3.16 CONSOLIDATION AND VISUAL OBSERVATION
A. Concrete shall be consolidated with internal vibrators
having a frequency of at least 8000 vpm, with amplitude
required to consolidate the concrete in the section being
placed. At least one standby vibrator in operable
condition shall be at the placement site prior to placing
the concrete. Consolidation equipment and methods shall
conform to ACI 309. The forms shall contain sufficient
windows or be limited in height to allow visual
observation of the concrete and the vibrator operator
shall be required to see the concrete being consolidated
to ensure good quality workmanship, or the Contractor
shall have a person who is actually observing the
vibration of the concrete at all times and advising the
vibrator operator of any changes needed to assure
complete consolidation.
3.17 PLACING CONCRETE IN HOT WEATHER '
A. Prepare concrete aggregates, mixing water, and other
ingredients; place concrete; cure; and protect in
accordance with the requirements of ACI 305. Provide
special admixtures and special curing methods required by
other paragraphs in this Section even though not required
by ACI 305 and .ACI 318. Water -reducing and/or
set -retarding admixtures shall be used in such quantities
as especially recommended by the manufacturer to assure
that the concrete is workable, and lift lines will not be
visible in architectural concrete finishes.
B. Every effort shall be made to maintain a concrete
temperature below 90 degrees F at time of placement.
Ingredients shall be cooled before mixing to prevent
excessive concrete temperature. ,
C. Provisions shall be made for windbreaks, shading, fog
spraying, sprinkling, or wet cover, when necessary.
3.18 PLACING CONCRETE IN COLD WEATHER
A. Do not place concrete when the ambient temperature is
below 40 degrees F, or approaching 40 degrees F and
falling, without special protection as hereinafter
specified. No concrete shall be placed against frozen
Section 03300 - 10
1
I
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.
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
I
Maximum allowable gradual temperature drop in first 24 hours after
end of protection:
-- 50 F 40 F 30 F 20 F
IC. 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
Section 03300 - 11
L
I1
Li
temperatures or whether the objective is durability or ,
strength. Because corners and edges of concrete are most
vulnerable to freezing and usually are more difficult to
maintain at the required temperature, their temperatures
should be monitored to evaluate and verify the
protection provided. The Contractor shall provide a
sufficient number of thermometers to be placed on the
concrete surfaces spaced throughout the work to allow
inspection and monitoring of concrete surface
temperatures representative of all the work.
G. Heating units should be vented and not be permitted to
heat or dry the concrete locally. Fresh concrete exposed
to carbon dioxide (CO2) gas from polluted atmospheres or
resulting from the use of salamanders or other heating
devices which exhaust flue gases directly into an
enclosed area may result in concrete carbonation,
causing soft surfaces of varying depths depending on the
concentration of carbon dioxide, the temperature at which
the concrete was cured, and the relative humidity.
Carbon monoxide, which can occur with partial combustion,
and high levels of carbon 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. '
I. Limit rapid temperature changes, particularly before
strength has developed sufficiently to withstand
temperature stresses. Sudden chilling of concrete
surfaces or exterior members in relation to interior
structure can promote cracking to the detriment of
strength and durability. At the end of the required
period, protection should be discontinued in such a
manner that the drop in temperature of any portion of the
concrete will be gradual and will not exceed, in 24
hours, the amount shown in the table hereinbefore
specified.
J. Maintain the temperature of the concrete above 50 degrees
for a minimum of 7 days. The Contractor shall submit his
detailed plan for cold weather curing and protection of
all concrete that is to be placed and/or cured in weather
below 40 degrees F. Reference may be made to the.
recommendations of ACI 306 and ACI 318 for additional
information. Conform to these Specifications and to any '
Section 03300 - 12
i
I
I
I
H
I
H
I
I
Li
I
H
I
J
11
I
I
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
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.
Section 03300 - 13
Specimens will be made, cured, and tested in ,
accordance with ASTM C 31 and ASTM C 39.
2. One set of test cylinders for each class of
concrete placed each day shall be taken not
less than once a day, nor less than once for
each 100 cubic yards of concrete, nor less
than once for each 3,000 square feet of wall
or slab surface area. Each set of test
cylinders shall consist of one cylinder to be
tested at 7 days, one cylinder to be tested at
28 days, and one spare cylinder for 28 day
test if necessary. The Contractor may take
any additional cylinders he feels necessary.
3. The frequency of testing may be increased if
necessary. Additional testing, if required,
will be paid by the Owner.
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
Section 03300 - 14
I
I
I
C
I
I
I
I
I
1]
I
I
I
I
I
I
C
I
I
rI
I
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
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.
Section 03300 - 15
I
Iii
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
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.
A. Payment for the work in this Section will be included as
part of the applicable lump sum or unit price bid amounts
stated in the Proposal.
B. Payment for concrete encasement shall be made at the unit
price bid in the Proposal, based on the calculated
quantity of concrete utilized. Calculations shall be
based on the dimensions illustrated on the Drawings.
Concrete placed outside of the designated limits shall
not be considered for payment purposes. The volume of
the pipe shall be deducted from the calculated quantity
for all pipe greater than 12 inches in diameter.
END OF SECTION
Section 03300 - 16
Li
I
I
C
I
I
I
I
11
I
I
I
I
1 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
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
I
C
I
A. The mat arials to be used for the piping systems are shown
on the Drawings.
2.02 PIPE JOINTS FOR EXPOSED PIPING I
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.
I
2.03 PIPE ENDS FOR BURIED PIPING I
A. Mechanical joint or push -on joint pipe ends shall be used
for all buried ductile iron pipe. Joints for buried
pressure pipe shall be America Cast Iron Pipe Co.;
Lok-Fast type joints; U.S. Pipe and Foundry Co.;
Lok-Tyton or Lok-Tyte type joints; or equal, or
mechanical joint or push -on joint with thrust bearing.
Anchoring of retainer glands with setscrews is not
acceptable.
B. Within the limitations noted above, all pipe. materials
and joints do not necessarily have to be the same for all
lines in a specific service, except that the materials
and joints for any particular buried line shall be the
same.
2.04 METALLIC PIPING SYSTEMS
A. Flanged Coupling Adapters: Flanged coupling adapters
shall be Series 912 for ductile iron piping as
manufactured by Rockwell International; or Style 127 for
ductile iron piping as manufactured by Dresser
Industries, Inc.; or equal. Couplings shall be provided
with thrust ties attached to the pipe with welding lugs,
cast -in -place lugs, or friction collars. Anchor studs
placed perpendicular to the longitudinal axis of the pipe
Section 15001 - 2
I
I
I
I
[1
I
I
I
C
C
are unacceptable. Thrust protection shall be adequate to
sustain the force developed by 1-1/2 times the operating
pressures specified. Mounting nuts, bolts and other
hardware shall be stainless steel.
' PART 3 EXECUTION
L
H
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 eerior protective coating shall be inspected.
Clean ends of pipe thoroughly. Remove foreign matter and
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
TI
I
I
I
I
H
I
I
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
Section 15001 - 3
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
noon hours, the open ends of
trench water, animals, or
permitted to enter the pipe.
3.06
a,
3.07
PIPE COVER
in progress, including the
pipe shall be closed, and no
foreign material shall be
Minimum pipe cover shall be 3 feet over the top of the
pipe.
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 be made as shown. Make connection such
that a standard pipe joint is located no more than 18
inches from the structure.
3.08 INSTALLATION OF FLANGED COUPLING ADAPTERS
A. Prior to installation, thoroughly clean oil, scale, rust,
and dirt from the pipe to provide a clean seat on the
gasket. Care shall be taken that the gaskets are wiped
clean before they are installed. If necessary, flanged
coupling adapter gaskets may be lubricated with soapy
water or manufacturer's standard lubricant before
installation on the pipe ends. Install in accordance
with the manufacturer's recommendations. Bolts shall be
tightened progressively, drawing up bolts on opposite
sides a little at a time until all bolts have a uniform
tightness. Workmen tightening bolts shall use
torque -limiting wrenches.
Section 15001 - 4
r
L.
I
I
I
I
I
I
I
I
I
I
I
I
I
' 3.09 TESTING - GENERAL
1
1
1
1
1
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
200 psi.
3.10
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.
3.11 PREPARATION AND EXECUTION - BURIED PIPING
A. Conduct final acceptance tests on buried piping that is
to be hydrostatically tested after the trench has been
completely backfilled.
B.
3.12
ri
3.13
A
Conduct the tests on exposed piping after the piping has
been completely installed, including all supports,
hangers, and anchors, but prior to insulation.
HYDROSTATIC LEAK TESTS - EQUIPMENT
Furnish the following equipment for the hydrostatic
tests:
Amount
Description
2 Graduated containers
2 Pressure gauges
1 Hydraulic force pump
Suitable hose and suction
pipe as required.
BURIED WATER LINES
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
Section 15001 - 5
3.14
A.
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) (1/2)
L= 7400
In the above formula:
L = Allowable leakage, in gallons per hour
N = Number of joints in the length of pipe
tested
D = Nominal diameter of pipe, in inches
P = Average test pressure during the leakage
test, in pounds per square inch
3. The Contractor shall correct any leakage
greater than the allowance determined under
this formula at the Contractor's sole expense.
TEST RECORDS
Records shall be made of each piping system installation
during the test. These records shall include:
1. Date of test '
2. Description and identification of piping
tested '
Section 15001 - 6
i
I
' 3. Test fluid
4. Test pressure
5. Remarks, to include such items as:
a. Leaks (type, location)
b. Repairs made on leaks
6. Certification by Contractor and written
approval by Engineer
3.15 FINAL CLEANING
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.
3.16 INTERIOR CORROSION PROTECTION FOR DUCTILE IRON PIPE
' A. Cement Linings: All ductile iron piping shall be cement
lined in accordance with ANSI/AWWA C104.
3.17 EXTERIOR PROTECTION FOR BURIED DUCTILE IRON 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
ti recommendaons.
I
I
I
I
[I
3.18 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
Section 15001 - 7
I
I
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,
dilute the liquid with water to obtain a 1 percent
solution. The following proportions of hypochlorite to
water will be required:
Product Ouantity Water
Calcium Hypochlorite (1) 1 lb 7.5 gal.
(65 to 70 percent Cl)
Sodium Hypochlorite (2) 1 gal 4.25 gal.
(5.25 percent Cl)
(1) Comparable to commercial products known as HTH,
Perchloron, and.Pittchlor
(2) Known as liquid laundry bleach, Clorox, Purex, etc.
3.19 POINT OF APPLICATION
A. Inject the
treated at
corporation
pipeline.
another sou
chlorine mixture into the pipeline to be
the beginning of the line through a
stop or suitable tap in the top of the
Clean water from the existing system or
^ce shall be controlled so as to flow slowly
Section 15001 - 8
H
I
L
I
I
I
I
I
I
I
I
I
TI
I
I
I
I
I
I
I
L
H
I
I
I
I
I
I
[I
I
I
[]
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.
3.20 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.
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.
3.21 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.
3.22 SAMPLING DISINFECTED MAINS
A. After disinfecting and flushing water mains, collect two
samples (one each on successive days) from each segment
of the water main. Submit samples to the Arkansas
Department of Health for testing. If samples fail,
resample the main on two successive days, and continue
Section 15001 - 9
I
resampling until
two samples taken on
successive days
are
approved by the
Health Department.
When approval
of
these samples is obtained, the water main segment can
then be put in service.
3.23 PAYMENT
A. Payment for the work in this Section will be included as
part of the lump sum or unit price bid amount in the
Proposal and as further defined in the detailed pipe
specifications.
END OF SECTION
R
Section 15001 - 10
U
I
I
L
I
I
I
I
B. Minimum Pressure Class as follows:
' 16 -inch and smaller 250 psi pressure class
18 -inch to 24 -inch 200 psi pressure class
30 -inch and 36 -inch 150 psi pressure class
C. The Drawings indicate pipe segments where the working
pressure requires the utilization of higher pipe pressure
classes.
SECTION 15001- 2
CEMENT -LINED DUCTILE IRON PIPE AND FITTINGS
PART 1 GENERAL
1.01 SCOPE
A. This Section covers the work necessary to furnish and
install, complete, the cement -lined ductile iron pipe and
gray cast iron or ductile iron fittings specified herein,
and as specified further in Section 15001, PIPING -
GENERAL,
1.02 GENERAL
A. See Section 15001, PIPING - GENERAL, for additional
requirements.
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.
L
H
I
[1
H
D. Where the depth of cover exceeds 21 feet, higher pressure
classes shall be used as required by ANSI A21.51. Type
5 Standard Laying Condition, as modified by the detail on
the Drawings, shall be used for all deep pipe.
E. 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 TR Flex restrained joint
pipe by U.S. Pipe, American Flex -ring joint, or approved
Section 15001-2 - 1
I
C
equal. Field cut pipe to be restrained shall be
restrained with U.S. Pipe T.R. Flex Gripper ring, or
approved equal.
2.02 JOINTS i
A. Flanged, mechanical joint, push -on, or push -on restrained
joint as specified in Section 15001, PIPING - GENERAL and
as shown on the Drawings.
2.03 FITTINGS
A. Gray or ductile iron, 250 psi minimum working pressure,
cement -lined and seal -coated. Where taps are shown on
fittings, tapping bosses shall be provided.
Flanged ANSI/AWWA C-110 & ANSI B16.1, faced
and drilled 125 -pound ANSI standard.
Mechanical Joint ANSI/AWWA C-110 and ANSI/AWWA C-111
or AWWA C-153 Compact Fittings.
Push -on Thrust TR Flex restrained joint fittings as
Restraining manufactured by U.S. Pipe, American
Flex -Ring, or approved equal.
2.04 FLANGES
A. ANSI A21.15/AWWA C-115, threaded, 250 psi working
pressure, ANSI 125 -pound drilling.
2.05 BOLTS
A. Nuts, bolts and other hardware for flanged fittings shall
be stainless steel.
B. For mechanical joint use manufacturer's standard.
Ii
I
I
I
I
I
I
2.06 GASKETS '
A. Gaskets for mechanical, push -on, or push -on restrained
joints shall be rubber, conforming to ANSI A21.11, AWWA
C-111.
B. Gaskets for flanged joint shall be 1/8 -inch thick,
cloth -inserted rubber conforming to applicable parts of
ANSI B16.21 and AWWA C-207. Gasket material shall be
free from corrosive alkali or acid ingredients and
suitable for use in sewage or potable waterlines.
Gaskets shall be full -face type for 125 -pound FF flanges.
C
I
I
Section 15001-2 - 2 ,
I
I
' 2.07 LUBRICANT
U
I
H
J
A. Lubricant for mechanical joint or push -on joint end
piping shall be manufacturer's standard.
2.08 TRACE WIRE
A. Trace wire shall be 14 gauge insulted copper wire.
2.09 POLYETHYLENE ENCASEMENT
A. Polyethylene materials for pipe encasement shall meet the
requirements of ANSI/AWWA C -105/A21.5-88, or latest
revision thereof.
' 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
I
I
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.
I
I
I
I
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
Section 15001-2 - 3
Ii
I
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
gasket. Bolts shall be tightened so that the pressure on
the gasket is uniform. Torque -limiting wrenches shall be
used to ensure uniform bearing insofar as possible. If
joints leak when the hydrostatic test is applied, the
gaskets shall be removed and reset and bolts retightened.
3.06 MECHANICAL AND PUSH ON JOINT
A. Join pipe with mechanical or push -on type joints in
accordance with the manufacturer's recommendations.
Provide all special tools and devices, such as special
jacks, chokers, and similar items required for proper
installation. Lubricant for the pipe gaskets shall be
furnished by the pipe manufacturer, and no substitutes
will be permitted under any circumstances.
3.07 RESTRAINED JOINT
A. Install restrained joint pipe and fittings in accordance
with the pipe manufacturer's recommendations. Extend
joints upon completion of the installation.. Utilize
restrained joint pipe and fittings at all vertical bend
locations. Where thrust blocks are to be eliminated by
the use of restrained joint pipe 'and fittings, provide a
schedule of the required pipe lengths to be restrained to
counter the thrust for the Engineer's approval. Lengths
determined in the Schedule shall take the effect of the
required polyethylene encasement into consideration.
3.08 TESTING
A. All lines shall be hydrostatically tested. Test
procedures shall be as specified in Section 15001, PIPING
- GENERAL.
3.09 TRACE WIRE
A. Where ductile iron pipe is used in a line that also
includes PVC pipe, install the trace wire required with
the PVC pipe continuously along ductile iron segments.
Trace wire is not required if ductile iron pipe, only, is
used.
Section 15001-2 - 4
I
C
B. Run trace wire continuous from valve box to valve box,
meter box and other access points. Bring wire up inside
' boxes in an accessible fashion. Wrap wire around, or
tape wire to each pipe section. Join wire segments by
soldering or by using approved wire nuts. Pipe testing
shall include following trace wire. Any wire breaks or
' incomplete splices shall be repaired by the Contractor at
no additional expense. Include trace wire in the price
for pipe.
3.10 POLYETHYLENE ENCASEMENT
A. Procedures set forth in ANSI/AWWA C -105/A21.5-88, or
' latest revision, shall be followed during construction.
Polyethylene encasement will be installed on all buried
ductile or cast iron pipe and fittings used on this
project.
3.11 PAYMENT
A. Payment for the work described in this Section will be
included as part of the unit price or lump sum bid
amounts stated in the Proposal. Unit prices bid for
' pipe shall include trenching, trace wire (where required
with the PVC pipe), polyethylene encasement, pipe base
and pipe zone material, backfilling above the pipe zone,
' topsoil replacement, finish grading, seeding and
fertilizing and final clean-up.
B. Payment for pipe shall be made at 85% of the unit bid
price upon pipe installation, backfilling, and rough
grading. Payment shall be increased to 90% upon
completion of testing and sterilization. Payment will
' be increased to 98% of the unit price bid upon seeding,
fertilizing and final cleanup. The remaining 2% will be
released upon satisfactory establishment of a grass
' stand.
C. In order to be able to make a direct cost comparison
between alternate pipe materials, no separate payment
t will be made for pipe fittings. Include the cost of the
fittings in the price bid for the pipe.
ID. No separate payment will be made for flanged fittings
used at air release valve vaults. Include the cost of
flanged fittings in the valve vault bid items.
1
END OF SECTION
' Section 15001-2 - 5
II
I
I
I
SECTION 15001-4
PRESTRESSED CONCRETE CYLINDER PIPE AND FITTINGS
PART 1 GENERAL
t1.01 SCOPE
I
CI
I
A. This Section covers the work necessary to furnish and
install, complete, the prestressed concrete cylinder pipe
and fittings for potable water lines.
B. Service shall include 36 -inch lines only. Twenty-four
inch and smaller pipe shall be ductile iron or PVC, as
designated on the Drawings.
C. All concrete piping system components shall be the
product of one manufacturer.
' PART 2 PRODUCTS
I
I
H
I
I
I
2.01 PRESTRESSED CONCRETE CYLINDER PIPE
A. All concrete pressure pipe furnished under this
specification shall be prestressed concrete cylinder
pipe, manufactured in accordance with the AWWA Standard
Cylinder Type for Water and Other Liquids The pipe
shall be furnished complete with gaskets, grout bands,
and lubricant as required for proper installation and
completion of the line. Pipe shall be designed for an
internal operating pressure of 150 to 200 pounds per
square inch, as required by the pressure class values
listed on the Drawings, a surge pressure allowance of 100
psi, and an earth cover as shown on the plans with an
AASHTO HS -20 truck live load, all in accordance with the
AWWA Standard C304-92 for Design of Prestressed Concrete
Cylinder Pipe. The external loading shall be based on a
soil density of 120 pounds per cubic foot and a bedding
type R3. In addition, the pipe and any restraint system
shall be suitable for a field test to a pressure equal to
150 percent of the internal working pressure.
' 2.02 SPECIALS, FITTINGS, AND ACCESSORIES
I
I
I
A. All specials and fittings required for bends, branches,
closures, and connections shall be capable of
withstanding the pressures and loads as described above.
Fittings shall be described in AWWA C301-92. Outlets and
other connections built into prestressed pipe sections
Section 15001-4 - 1
I
shall be suitably reinforced. Long radius curves or t
small angular changed in the pipeline can be formed by
deflecting joints of straight pipe or by using pipe
sections with one end beveled not more than 42 degrees to
the axis of the pipe. Flange outlets with blind flange
covers shall be furnishedcomplete with flange gaskets,
nuts, and bolts. The pipe supplier shall furnish all
accessories needed when restrained joints are required.
2.03 MARKINGS
A. Each standard pipe shall be marked to designate its
strength classification. Bevel pipe and elbows shall be
marked to indicate the point of maximum length. Each
fitting or special shall be sufficiently marked to
indicate its position in the pipeline. Pipe sections
with steel cylinders thicker than standard shall be so
marked.
2.04 DESIGN DATA AND SHOP DRAWINGS
A. The pipe supplier shall make available to the Contractor
and/or the Engineer basic design data on the prestressed
pipe and shop drawings of the specials and fittings. The
supplier will also make available to the Contractor a
pipe schedule indicating the sequence of installation of
pipe, fittings, specials, and the elevations and
stationing of the line at key points, such as outlets,
bends, and changes in grade.
2.05 THRUST BLOCKING AND/OR RESTRAINED JOINTS '
A. Provide and install thrust blocking and/or restrained
joints at all thrust locations in accordance with SECTION
15001, PLANT PIPING GENERAL. For locations where thrust
ties are required (or desired as a substitute for thrust
blocks) the Contractor shall submit calculations of the
pipe lengths to be restrained for review and approved by
the Engineer.
B. The maximum longitudinal stress in the steel cylinder of
harnessed pipe' sections shall not exceed 13,500 pounds
per square inch based on the internal operating pressure
or 17,000 pounds per square inch based on the test
pressure and the deflection angle. The steel cylinder
thickness requirement in pipe sections between the
location of the maximum thrust force and the end of the
harnessed section can be prorated on the basis of zero
longitudinal thrust at the end of the harnessed section.
1
Section 15001-4 - 2
1
I
C. Two acceptable types of harnessed or restrained joints
are the harness clamp and Snap Ring® types of flexible
restrained joints. The clamp type consists of two
semicircular steel clamps which fit over steel lugs that
have been factory welded or rolled into the steel bell
and spigot sections. The semicircular clamps are drawn
together by bolts at the springline on both sides of the
pipe to form a flexible restrained joint.
D. The Snap Ring® type of flexible restrained joint consists
of a split steel ring which is recessed in the steel bell
section of the pipe until the joint is made. Once the
joint os made, the split steel ring is drawn down into
position to form a lock between the bell and spigot by
tightening a single steel bolt. The split steel ring,
when tightened down, will provide a flexible restrained
joint that will transmit longitudinal thrusts across the
joint.
E. Both joint types shall be encased in grout after the
joint has been completed using special grout bands
supplied by the pipe manufacturer.
2.06 POLYETHYLENE ENCASEMENT
A. Polyethylene materials for pipe encasement shall meet the
requirements of ANSI/AWWA C -105/A21.5-88, or latest
revision thereof.
IPART 3 EXECUTION
3.01 PIPE INSTALLATION
1 A. The pipe shall, at all times, be handled with equipment
designed to prevent damage to the joints, or to the
' inside or outside surfaces of the pipe. The bottom of
the trench shall be excavated to proper line and grade,
shall be free of rocks, and shall provide a uniform
bearing for the full length of the pipe barrel. A
suitable excavation should be made at each end of the
pipe to allow for the larger bell and to permit
installation of the grout band.
' B. Both the bell and spigot of the pipe sections to be
joined shall be cleaned just prior to joining. A thin
' layer of lubricant supplied by the manufacturer shall be
applied to the surfaces of the bell, spigot, and gasket.
After lubrication, the gasket shall be installed in the
spigot groove. The stretch in the gasket should be
equalized by inserting a smooth rod under the gasket and
Section 15001-4 - 3
1
moving the rod completely around the full circumference
of the spigot.
C. All safety procedures for installation and testing
operations shall be followed as required by federal,
state and local regulations..
3.02 MAKING THE JOINT '
A. During joint make-up, the pipe being lowered into the ,
trench should be supported so the jointing effort is a
straight pull -in. The jointing effort can be aided with
come -along winches, dead man, or backhoe. The position
of the gasket should be checked with a feeler gauge as
supplied by the pipe manufacturer. If the gasket is not
in place, the joint must be opened and relaid using a new
gasket. When the gasket is found to be in the proper
position with the feeler gauge, the joint can be finished
as described below.
B. When a joint opening is needed to make a grade or
alignment adjustment, the joint should be laid home
first, then opened as required on one side. All joint
opening must be within the recommended limits of the pipe
supplier.
3.03 FINISHING THE JOINT
A. A grout shall be strapped to the outside of the completed
joint so that it encompasses the external joint recess.
A grout consisting of one part Portland cement, three
parts sand, and sufficient water shall be mixed to
produce a grout free of lumps and with a consistency of
thick cream. The grout shall be poured into the opening
at the top of the grout band so that it completely
filling of the joint recess. A stiffer mix can be used
to trowel over the opening at the top of the grout band.
Grout the interior joint recess with a stiff mix of non -
shrink grout.
3.04 BEDDING MATERIAL
A. Provide 4 inches of GRANULAR PIPE BASE, as defined in
SECTION 00200, for bedding under the pipe barrel, in
accordance with the Type R3 bedding detail and with the
detail on the Drawings.
3.05 BACKFILLING ,
A. Backfilled material adjacent to the pipe shall be free
from rocks, tree stumps, broken pavement, or other solid, '
Section 15001-4 - 4
1
C
I
I
I
' 3.06
11
I
H
H
I
I
I
H
I
I
I
I
unyielding objects. Material shall be native pipe zone
material, as defined in SECTION 02200, or granular pipe
zone material, at the Contractor's discression. Backfill
can be placed with front-end loaders or other equipment,
taking care to keep the material uniform on both sides of
the pipe in order to prevent shifting of the pipe. Care
shall be taken to place backfill material under the
haunches of the pipe for the lower one -sixth of the pipe
circumference. Densification of the backfill material
over the pipe shall be in accordance with the restoration
requirements at grade. Heavy equipment will not be
permitted over the pipe until a cover of at least 2 feet
is achieved.
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
concrete pipe and fittings used on this project.
3.07 HYDROSTATIC TEST OF COMPLETED LINE
A. The completed pipeline (or completed sections of the
pipeline) shall be bulkheaded, filled with water, and
pressure tested to 150 percent of the internal operating
pressure, or 200 psi, whichever is greater. After the
line is filled, and prior to pressure testing, it shall
be allowed to soak under low pressure to allow the pipe
walls to adsorb water and for temperature stabilization.
While filling the line, the contractor shall be
responsible for properly bleeding off trapped air to
avoid adversely affecting the leakage results.
B. During the hydrostatic test, the contractor shall use a
meter or other device to accurately measure the quantity
of water necessary to maintain the test pressure on the
gauge. The line will not be accepted until this measured
quantity is less than 10 gallons per inch of diameter per
mile of pipe per 24 hours. All visible leaks must be
repaired regardless of the measured leakage.
3.08 PAYMENT
A. Payment of the work described in this Section will be
included as part of the unit price or lump sum bid
amounts stated in the Proposal. Unit prices bid for pipe
shall include trenching, polyethylene encasement,
granular pipe base, granular or native pipe zone
material, backfilling above the pipe zone, topsoil
replacement, finish grading, seeding and fertilizing and
Section 15001-4 - 5
final cleanup.
B. Payment for pipe shall be made at 85% of the unit bid
price upon pipe installation, backfilling, and rough
grading. Payment shall be increased to 90% upon
completion of testing and sterilization. Payment will be
increased to 98% of the unit price bed upon seeding,
fertilizing and final cleanup. The remaining 2% will be
released upon satisfactory establishment of a grass
stand.
END OF SECTION
Section 15001-4 - 6
I
SECTION 15001-6
' CEMENT -MORTAR -LINED TAPE COATED STEEL
WATER PIPE AND FITTINGS
PART 1 GENERAL
1 1.01 SCOPE
A. Provide and install 36" steel pipe in the locations shown
on the Drawings and as specified herein. Provide and
install corrosion protection facilities in accordance
' with the specifications and details appended hereto.
1.02 QUALITY ASSURANCE
' A. Standards (as applicable):
1. Steel pipe 6 inches and larger: AWWA C200
2. Rubber gasket joints: AWWA C200
3. Cement mortar lining for water: AWWA C205
4. Tape coating: AWWA C214 and C209
5. Field welding: AWWA C206
6. Steel pipe flanges: AWWA C207
' 7. Steel pipe fittings: AWWA C208
8. Steel pipe design and installation: AWWA M11
' B. Qualifications: All steel pipe and fittings shall be
furnished by manufacturers who are fully experienced,
' SPFA Certified, reputable, and qualified in the
manufacture of the materials to be furnished. Also, the
plant in which the pipe is manufactures shall be SPFA
' certified. The pipe and fittings shall be designed,
constructed and installed in accordance with the best
practices and methods and shall comply with these
Specifications as applicable.
' C. Manufacture: Pipe shall be as manufactured by the
Thompson Pipe & Steel Company, or approved equal.
1.03 SHOP DRAWINGS
A. Shop Drawings, including layouts, shall be submitted to
the Engineer for approval.
Section 15001-6 - 1
1
I1
LII
B. Details of specials and fittings. '
C. Calculations for pipe design and fittings reinforcement
and/or test data.,
D. Calculations for lengths of restrained pipe joints at
thrust locations.
E. Copy of the manufacturer's quality control check of pipe
material and production.
F. An affidavit of compliance with AWWA standards referenced
in this specification.
1.04 HANDLING, STORAGE, AND SHIPPING '
A. Pipe shall be stulled as required to maintain roundness
of +/- 1 percent during shipping and handling.
B. Coated pipe shall be shipped on padded bunks with nylon
belt tie -down straps or padded banding located
approximately over stulling.
C. Coated pipe shall be stored on padded skids, sand or dirt
berms, sand bags, old tires or other suitable means so
that coating will not be damaged.
D. Coated pipe shall be handled with the wide belt slings.
Chains, cables or other equipment likely to cause damage
to the pipe or coating shall not be used.
E. Prior to shipment, the pipe shall be visually inspected ,
for damage to the coating by the following procedure:
1. When visual inspection shows a portion of the
polyethylene tape system has sustained physical
damage, the area in question may be subjected to an
electrical holiday test up to 11,180 volts.
2. When the area is tested and there is no holidays or
no tearing of the material, (only wrinkling or
bruising), then the area shall be noted OK and
shipped with no patching required.
3. When the damaged area has a tearing of the '
material, the damaged layer (or layers) of outer
wrap shall be removed by carefully cutting with a
sharp razor -type utility knife. The area shall
then be wiped clean and dry with a rag and a patch
of polyethylene repair tape, cut to sufficient size
to overlap at least 4 inches of sound material in
Section 15001-6 - 2
I
' each direction, shall be applied.
' 4. When the damaged area does show damage going clear
to the steel from either a visual inspection or a
jeep from a holiday detector, expose the inner wrap
of black polyethylene tape and cut back the damaged
' layers leaving a smooth surface. The area shall
then be wiped clean and dry with a rag and a coat
of primer shall be applied to the area. When the
' primer is tacky, apply a patch of polyethylene
repair tape of sufficient size to completely cover
the damaged area, plus a minimum lap of 4 inches on
' sound tape in all directions. A second patch of
polyethylene repair tape shall then be put over the
first patch once again insuring a minimum overlap
of 4 inches beyond the first patch on a clean dry
' surface. Repair tape and primer shall conform to
AWWA C209 Standard, and the tape shall be 35 mil
high tack polyethylene tape compatible with the
original tape system.
PART 2 PRODUCTS
' 2.01 MATERIALS
' A. Pipe: Steel pipe 36 inches in diameter, conforming to
AWWA C200 and ASTM A139, Grade C, D, or E.
1. Unless otherwise shown on the Drawings, the minimum
thickness of buried steel pipe shall be:
Nominal Steel Wall
' Diameter(in.) Thickness(in.)
36 0.250
' 2. Pipe for use with sleeve -type couplings shall have
plain ends at right angles to the axis.
3. Pipe for use with split -type couplings shall have
ends with formed or machined shoulders or grooves
that meet the requirements of the coupling
' manufacturer.
4. Pipe is to be furnished principally in 45 -foot net
laying lengths with special lengths, field trim
pieces and closure pieces as required by plan and
profile for location of elbows, tees, reducers and
other in -line fittings. The pipe fabricator shall
' prepare a pipe laying schedule showing the location
Section 15001-6 - 3
Ll
of each piece by mark number with station and
invert elevation at each bell end.
Coatings and Linings..
a. Pipe shall be coated and wrapped outside with
prefabricated multi -layer cold -applied
polyethylene tape coating in accordance with
AWWA C214. The total thickness of coating
shall be 80 mils consisting of primer, 20 mil
inner layer for, corrosion protection and two
30 mil outer layers for mechanical protection.
b. Fittings shall be coated and wrapped outside
with prefabricated multi -layer cold -applied
polyethylene tape coating in accordance with
AWWA C209. The total thickness of coating
shall be 70 mils consisting of primer and two
wraps of 35 mil tape.
c. The tape wrap coating system shall be PolyKen
YG III, or approved equal. Installation and
field repairs shall strictly conform to the
manufacturer's recommendations. The tape wrap
system shall conform to ISO 9002 quality
standards.
B.
d. Pipe shall be cement mortar lined in the shop '
by the centrifugal process in accordance with
AWWA C205. Cement mortar lined pipe shall be
stulled as required• to maintain roundness
during shipping and handling and shall have
ends capped prior to shipment. The nominal
diameter of cement mortar lined pipe shall be
the I.D. after lining.
FITTINGS
1. Fittings shall be fabricated in accordance with
AWWA C200 Section 4 from pipe conforming to the
above standards. Fittings fabricated from
previously hydrostatically tested straight pipe
shall require testing of only those welded seams
that were not previously hydrostatically tested in
the straight pipe. This testing shall be by the
dye penetrant magnetic particle method.
Fittings shall conform to the dimensions of AWWA
C208 or may be fabricated, into the standard or
special pipe lengths. Elbows over 0 degrees
through 222 degrees shall be two piece; over 23
Section 15001-6 - 4
1
I
degrees through 45 degrees shall be three piece;
over 45 degrees through 67= degrees shall be four
' pieces; and over 67z degrees through 90 degrees
shall be five pieces. Elbows shall have a minimum
radius of 2½ times the pipe O.D. All tees,
laterals and outlets shall be reinforced in
accordance with AWWA M11.
3. Fittings shall be cement mortar lined.
' C. Joints (Unless otherwise specifically noted on the
drawings).
Ii. O-ring: The standard joint for working pressures
up to 250 psi shall be O-ring unless otherwise
noted on the plans. O-ring joints shall conform to
•' AWWA C200 Standard. In addition, the O-ring joints
shall consist of a flared bell end formed and sized
by forcing the pipe end over a plug die. The
' spigot end groove designed to retain the O-ring
rubber gasket shall be formed and sized by rolling
on male -female dies to match the bell. The
difference in diameter between the I.D. of bell and
the O.D. of spigot shoulder at point of full
engagement with allowable deflection shall be .00
inches to .04 inches as measured on the
' circumference with a diameter tape.
The O-ring gasket shall have sufficient volume to
' approximately fill the area of groove and shall
conform to AWWA C200.
The joint shall be suitable for a safe working
' pressure equal to the class of pipe furnished and
shall operate satisfactorily with a deflection, the
tangent of which is not to exceed .75 inches/D
' where D is the outside diameter of the pipe in
inches or with a pull-out of : inches.
' O-ring joints may be furnished only by a
manufacturer who has furnished pipe with joints of
similar design for comparable working pressure,
pipe diameter, pipe length, and wall thickness that
' has been in successful service for a period of 5
years.
Shop applied ou
the end of the
held back 4;
applied inside
' end of the pipe
tside coating shall be continuous tc
pipe on the bell end and shall be
inches on the spigot end. Shop
lining shall be continuous to the
on the spigot end and shall be held
Section 15001-6 - 5
I
back on the bell end to the point of maximum '
engagement or further as shown in joint detail.
The inside of bell and outside of spigot shall be
painted one.shop coat of primer compatible with the
field coating materials.
2. Lap Weld: Lap field welded joints shall be used
where tied joints are indicated on the plans.
The standard bell shall provide for a 2; inch lap
with ; inch allowable pull for the required 12 inch
minimum lap. Shop applied outside coating shall be
held back 4; inch for pipe diameters over 24
inches. Shop applied inside lining shall be held
back 4; inch on all bell ends.
3. Mechanical Couplings: Mechanical couplings where
indicated on the plans shall be Smith Blair Style
411, Baker Style 200 or equal.
Insulating mechanical couplings where indicatedon
the plans shall be Smith Blair Style 416, Baker
Style 216 or equal for working pressures up to 150
psi only.
Couplings for buried service shall have all metal
parts painted with Epoxy paint conforming to AWWA
C210 or C213.
Where tied joints are required, mechanical
couplings shall be harnessed for the maximum
pressure (test pressure or transient pressure) in
accordance with AWWA till Par. 13.10 and Table 13-5.
Pipe ends for mechanical couplings shall conform to
AWWA C200 Section 3.6. The shop applied outside,
coating shall be held back as required for field
assembly of the mechanical coupling or to harness
lugs or rings. Harness lugs or rings and pipe ends
shall be painted with one shop coat of primer
compatible with exterior coating and field joint
coating materials. The inside lining shall be
continuous to the end of the pipe.
4. FLANGES
a. Flanges shall be AWWA C207 Class E for
pressures over 150 psi to 275 psi when mating
steel. to steel.
Section 15001-6 - 6
C
C
I
I
I
I
I
LI
I
I
I
I
I
I
I
I
Li
I
I
I
I
Shop lining and coating shall be continuous to
end of the pipe or back of flange. Flange
faces shall be shop coated with a soluble rust
preventive compound.
b. Gaskets: Full face, ½ inch
inserted rubber: Johns -Manville
Crane Co. Style 777, or equal.
be suitable for a water pressure
a temperature of 180 degrees Fat
thick, cloth
No. 109, John
Gaskets shall
of 350 psi at
Lrenheit.
c. Bolts and Nuts for Flanges: Bolts and nuts
for buried and submerged flanges and flanges
located outdoors above ground or in open
vaults in structures shall be Type 316
stainless steel conforming to ASIM A193, Grade
B8M for bolts, and ASIM A194, Grade 87. Nuts
shall comply with ASIM A194, Grade 2M.
d. Provide specially drilled flanges when
required for connection to existing piping or
special equipment.
iPART 3 EXECUTION
I
[_]
I
3.01 INSPECTION AND TESTING
A. All pipe shall be inspected and tested at the
manufacturing facility.
B. The Owner shall have the right to have any or all piping,
fittings or specials inspected and tested by an
independent testing agency at the manufacturing facility
or elsewhere. Such inspection and testing will be at the
Owner's expense.
' C. Mark as rejected and immediately remove from the job
site, or repair to the Owner's satisfaction, all pipe
lengths exhibiting signs of damage to the lining,
coating, joints, or piping wall.
I
I
I
Li
3.02 INSTALLATION
A. The Contractor shall provide and install all required
piping and accessories in accordance with the Contract
Documents and manufacturer's recommendations. Pipe
installation as specified in this Section supplements
AWWA M11.
Section 15001-6 - 7
[]
B. Joint Assembly
1. O-ring joints:
2.
a. Wire brush clean exposed ends of joint
surfaces.
b. Thoroughly lubricate the gasket with material
provided by the pipe manufacturer.
co Place gasket in grooved spigot and tension
relieve by inserting a dull instrument under
the gasket and completing two revolutions
around the joint circumference.
d. Insert joint to full metal -to -metal contact
prior to providing the maximum allowable
inch joint opening for any necessary
deflection.
r
I
J
I
e. Electrically bond the joint through the use of ,
two #4 copper wires thermite welded to the
pipe in the field.
f. Complete the exterior joint by cigarette
wrapping two layers of 35 mil tape conforming
to AWWA C209 over the joint and bonding wires.
g. Complete the interior joint by mortaring the
annular space with a stiff mix of non -shrink
grout.
Lap filed welded joints:
a. Wire brush exposed end of joint surfaces.
b. Insert the plain end into the expanded bell to
provide a minimum overlap of 1Z inches at any
location around the joint circumference.
c. A single full fillet weld shall be provided by
certified welders qualified in accordance with
AWS D1.1. Where installed in casting pipe, or
otherwise noted on the plans, joint shall be
provided with a full fillet weld and a seal
weld to allow an air test of the joint through
a threaded outlet provided by the pipe
manufacturer. This threaded outlet shall be
plugged following the successful air test.
Section 15001-6 - 8
I
I
I
I
ri
I
Li
I
I
I
I
I
I
I
[.1
I
Li
H
H
I
I
I
I
3.
4.
Flanged joints:
a. Bolt holes of flanges shall straddle the
horizontal and vertical center line of the
pipe. Clean flanges by wire brushing before
installing flanged fittings. Clean flange
bolts and nuts by wire brushing, lubricate
bolts with oil and graphite.
b. Insert the nuts and bolts (or studs), finger
tighten, and progressively tighten
diametrically opposite bolts uniformly around
the flange to proper tension.
c. Execute care when tightening joints to prevent
undue strain upon valves, pumps and other
equipment.
d. If flanges leak under pressure testing, loosen
or remove the nuts and bolts, reset or replace
the gasket, reinstall or retighten the bolts
and nuts, and retest the joints. Joints shall
be watertight.
Mechanical joints:
a. Thoroughly clean with a wire brush surfaces
that will be in contact with the gaskets.
b. Lubricate the gasket, bell and spigot by
washing with soapy water.
c. Slip the gland and gasket, in that order, over
the spigot and insert the spigot into the bell
until properly sealed.
d. Evenly seat the gasket in the bell at all
points, center the spigot, and firmly press
the gland against the gasket.
e. Inset the bolts, install the nuts finger
tight, and progressively tighten diametrically
opposite nuts uniformly around the joint to
the proper tension with a torque wrench.
f. The exact range of torque (as indicated by a
torque wrench) and the length of the wrench
(if not a torque wrench) shall not exceed:
(1) Range of torque: 60-90 foot pounds
Section 15001-6 - 9
I
I
C.
(2) Length of wrench: 10 inches.
Installing Buried Piping:
1. Inspect each pipe and fitting before lowering the
buried pipe or fittings into the trench. Inspect
the interior and exterior protective coatings.
Patch damaged areas in the field with material
similar to the original. Clean ends of pipe
thoroughly. Remove foreign matter and dirt from
inside of pipe and keep 'clean during and after
laying.
I
I
I
I
2. Handle pipe in a manner to avoid any damage to the
pipe. Do not drop or dump pipe into trenches under
any circumstances.
3. When installing piping in trenches, so not deviate
more than one inch from line or ; inch from grade.
Measure for grade at the pipe invert.
4. Grade the bottom of the trench and place a 4 inch
minimum layer of granular •pipe base material, as
defined in SECTION 02200 under the pipe. Before
laying each section of the pipe, check the grade
with a straight edge and correct any irregularities
found. The trench bottom shall form a continuous
and uniform bearing and support for the pipe at
every point between bell holes, except that the
grade may be disturbed for the removal of lifting
tackle.
5. At the location of each joint, dig bell (joint)
holes of dimensions in the bottom of the trench and
at the sides to permit visual inspection of the
entire joint.
I
El
I
I
I
I
6. Keep the trench in a dewatered condition during
pipe laying.
7. Install granular pipe zone material and compact to
90% Standard Proctor Density (ASTM D698) up to a
level 12 inches above the top of the pipe, in
accordance' with the Detail on the Drawings and AWWA
M11.
8. When the pipe laying is not in progress, including
the noon hours, close the open ends of the pipe.
DO NOT permit trench water, animals, or foreign
material to enter the pipe.
Section 15001-6 - 10
I
I
I
I
I
I
J
I
I
I
I
I
U
I
I
I
I
I
I
I
11
D. Hydrostatic Testing:
Test pressure shall be
or 200 psi, whichever
3.03 PAYMENT
Test in accordance with AWWA M11.
150% of the pipe working pressure,
is greater.
A. Payment for the work described in this Section will be
included as part of the unit price or lump sum bid
amounts stated in the Proposal. Unit prices bid for pipe
shall include trenching, granular pipe base and pipe zone
material, backfilling above the pipe zone, topsoil
replacement, finish grading, seeding and fertilizing and
final cleanup. The required cathodic protection
materials and installation of same shall be included in
the unit price for pipe.
B. Payment for pipe shall be made at 85% of the unit bid
price upon pipe installation, backfilling, and rough
grading. Payment shall be increased to 90% upon
completion of testing and sterilization. Payment will be
increased to 98% of the unit price bid upon seeding,
fertilizing and final cleanup. The remaining 2% will be
released upon satisfactory establishment of a grass
stand.
END OF SECTION
Corrosion Protection Specifications
and Details are appended hereto.
These Specifications and Details
mention steel, ductile iron, and
concrete pipe materials. However,
for the purpose of this project,
they are applicable to only steel
pipe.
Section 15001-6 - 11
I
WALT CHAPMAN
Consultant
I
Corrosion Control - Water Management
205 N. Resler Drive El Paso, Texas 79912
PIPE BONDING AND TEST STATIONS
1. GENERAL
Phone (915) 584-9916 '
1.1 Work Included: This section covers the work necessary to furnish and
install pipe joint bonds to form an electrically continuous pipeline, insulating
joints and test stations, complete.
1.2 General: Like items of materials provided hereunder shall be the end
product of one manufacturer in order to achieve standardization for appearance,
maintenance and replacement.
Materials and workmanship as specified in this section shall be installed
currently with pipe installation. Coordinate all work specified herein with
related sections.
1.3 Submittals During Construction: Provide catalog cuts and other
information for all materials that show compliance of those materials with these
Specifications. The Contractor shall also provide submittals for the following
equipment:
Test Equipment.
Continuity Testing Equipment.
Thermite Weld Materials and Thermite Caps.
Insulated Joint Coating (cement coated and lined pipe only).
1.4 Definitions:
a. Ferrous Metal Pipe: Any pipe made of steel or iron, or pipe
containing steel or iron as a principal structural material, except reinforced
concrete pipe.
b.
Foreign
Owned:
Any
buried pipe or cable not specifically owned or
operated
by the
Owner.
c. Lead, Lead Wire, Joint Bonds, Pipe Connecting Wires, Cable: insulated
copper conductor; the same as wire.
d. Electrically Continuous Pipeline: A pipeline which has a linear
electrical resistance equal to or less than the sum of the resistance of the
pipe plus the maximum allowable bond resistance for each joint as specified
in this section.
e. Electrical. Isolation: The condition of being electrically
isolated from other metallic structures (including, but not limited to,
piping, reinforcement, casings, etc.) and the environment as defined in NACE
Standard RPO169-83.
I
J
J
I
I
I
I
II
I
[I
I
I
I
I
Section 15001-6-12
C
-2-
H
I
H
I
I
I
__1
I
I
I
J
I
I
2. PRODUCTS
2.1 General: The use of a manufacturer's name and model or catalog number
is for the purpose of establishing only the standard of quality and general
configuration desired. Products of other manufacturers will be considered.
2.2 Joint Bond Wires:
2.2.1 General: Joint bond wires shall be single -conductor, stranded
copper wire with 600 -volt High Molecular Weight Polyethylene (HNWPE) insulation.
Supply all joint bonds complete with a formed copper sleeve on each end of the
wire.
2.2.2 All wire connections shall be made by the alumino thermic weld
process and shall he 6 inches apart minimum.
2.2.3 Bond wires shall not be installed across insulated flanges.
2.2.4 Bond wires are not required at circumferentially welded joints.
2.2.5 Bond wires for ductile iron pipe are similar to standard steel
pipe bond wires except for welding cartridge type.
2.2.6 The wire size and number of bond wires differs with pipe diameter
and shall be as follows:
PIPE DIAMETER
Less than 18"
18" to 36"
48"
2.3 Test Station Wires:
NUMBER OF BOND WIRES WIRE SIZE
2 #4 AWG
3 1l4 AWG
3 112 AWG
2.3.1 Wire: Single -conductor, No. 12 AWG, stranded copper with 600 -volt
TW, THWN, or TARN insulation and single -conductor, No. 8 AWG, stranded copper
with 600 -volt T14, THWN, or TIIIIN insulation.
2.3.2 insulation Color: As shown on the Drawings.
2.4 Cathodic Protection Test Station:
2.4.1 Flush Mounted:
2.4.1.1 Test Box: Concrete bode cast with a cast iron ring,
WitI a Ili Ilimllill w(,i ',ht of 53 po'nndt and niin]mum dimensions of 8 -inch
id(' dillliL'tol A`I(i Ill, L,,- Invldl cxtollE IUIIF ❑D 1 Illlgt] t^
rat!' ('OI)( I I I' i-I i I liil'S lip '! ilit Ill I11iII I'llIC. I l oV I(iC '•<'111. :T
1_l-ponn(I ."IGt 1I11 'ld b:itll I('t I('1 ''(1'''
tl'(II w(II (.h It S'' CU:-
- llltt'.
the Jill. AcceptLIv test box c -s JL(' Broelks i10dels JRT or 31.!, 03
approved equal.
Section 15001-6-13
-3-
L
2.4.1.2 Terminal Block: Plastic or glass -reinforced, 4 -inch
thick laminate terminal board with minimum dimensions of 6 -inch by
8 -inch. Provide terminal block with five, stainless steel studs, washers
and lock washers.
2.4.2 Post Mounted:
2.4.2.1 Test Box: Round cast aluminum box with threaded lid and
0 -ring gasket seal suitable for threaded mounting to a 1 -inch or larger
rigid galvanized conduit.
2.4.2.2 Terminal Block: Plastic or glass -reinforced laminate
4 -inch thick with five terminals. Terminal heads shall have special
heads to keep them from turning or shall be easily accessible from both
sides of the terminal block without requiring its removal. Terminal
studs, washers and nuts shall be stainless steel.
L
L
L
L
I
I
2.4.2.3 Mounting Structure:
4 -inch by 4 -inch
by 5
-foot long
pressure treated wood post.
2.4.2.4 Mounting Hardware: Provide all conduit, straps and
hardware required to mount the test station to the post. Hardware shall
be galvanized steel.
2.4.2.5 Acceptable Test Stations: Testox 800 series, or
approved equal.
2.5 Thermite Weld Materials:
2.5.1 General: Thermite weld materials shall consist of wire sleeves
and weld cartridges according to the weld manufacturer's recommendations
for each wire size and pipe or fitting size and material. All welding
materials and equipment shall be the product of a single manufacturer.
Interchanging materials of different manufacturers will not be acceptable.'
2.5.2 Molds: Graphite. Ceramic "One -Shot" molds will not be
acceptable.
2.5.3
No. 1/0 AWG
Adapter
Sleeves: Provide for
Prefabricated factory
No. 12 AWG,
sleeve joint
No. 2 AWG and
bonds or bond wires
wires.
with formed
sleeves
made in the field are
acceptable.
Field -formed joint
bonds sleeves
shall
be attached with the
appropriate size
and type of
hammer die
provided
by the thermite weld
manufacturer.
Wire conductor
shall extend
4 -inch
beyond the end of the
sleeve.
2.5.4 Cartridges: Cast iron thermite weld cartridges shall be used
for all cast and ductile iron pipe and L'i_ttings. Maximum cat.:tri.dge size
shall. be 32 grams for steel and 45 grams for cast: and ductile iron materials,
respectively.
I
I
I
I
I
I
I
I
I
I
Section 15001-6-14
I
-4-
C
C
C
C
I
I
I
iI
I
2.5.5 Welders and Cartridges: Provide the thermite weld materials
for attaching copper wire to the pipe material using the appropriate
types of materials as listed below:
Cartridge
Size,
Mn
Pipe Material
Weld Type
No. 4 AUG & Smaller Wire:
HA, VS, IIC
25 gm
Steel
Ductile or Cast Iron
IIB, VII, IIF
45 gin
Concrete Cylinder
Pipe
HA, VS, HC
25 gin
No. 2 AWG Joint Bonds:
Steel
FS
25 gin
32 gin
Ductile or Cast Iron
FC
Concrete Cylinder
ripe
HA, CR
45 gm
No. 119 AWG Joint Bonds:
FS
32 gui
Steel
Ductile or Cast Iron
FC
45 gin
Concrete Cylinder
Pipe
11A, CR
65 gm
2.5.6 Acceptable Suppliers: Brico Products Inc. (Cadweld), Cleveland,
OH; Continental Industries, Inc. (Thermo -weld), Tulsa, OK; or equal.
2.6 Thermite Weld Caps: Prefabricated weld cap sized for 1/0 AWC wire
l�th coating, and suitable primer, such as Handy Cap 11 with Royston Primer 707,
as manufactured by Royston Laboratories, Inc., or equal.
7.7 Pipe and Fitting Coati ng Repair_flater is l:
'.1 `mil ool an<r Iluctil.' Iran Iiiv A, 1'-c nmine need I,y Lhe pips' co,ltinf,
m"111l(p'1 Ill r I:^hAll <t'nl Illf, fl[ cpul a! tllel ill) U' t:F'Irl ( CullI I ,<Il;
n< +l c' eied be slnnda.td n the 1 <oati nh; Iopnir praccdur Cl tIi lli t r lac Id
cn11 In I l ho 100 pc rc en l Gal i d epoxy t ha I can ('are in sIbinetl,c (I or 1 oIieri
rind i t inns. Aocepi ahle cont inys are avai latile I ronl Kopcoie. I'i ttsbur l;h, PA;
Amos ican Chemical Corpnr at io n, fiast lah<', OH; or approved equal_.
I
Section 15001-6-15
-5-
I
2.7.2 Concrete Cylinder Pipe: Cement mortar of the mix design and
water/cement ratio which provides equal alkalinity and porosity as the pipe
coating. Written mortar mix proportions and mixing instructions shall be
provided by the pipe manufacturer.
2.8 Wire Connectors: One-piece, tin-plated crimp -on ring tongue connector
as manufactured by Burndy Co., Thomas and Betts, or equal.
2.9 Insulating Joints:
2.9.1 General: Insulating joints shall be dielectric unions or flanges.
The complete assembly shall have an ANSI rating equal to or higher than that
of the joint and pipeline. All materials shall be resistant for the intended
exposure, operating temperatures and products in the pipeline.
2.9.2 Flange Insulating Kits:
2.9.2.1 Gaskets: Continuous filament glass cloth and epoxy
gasket retainer in accordance with NEMA G-11, full -face, Type E with
0 -ring seal.
2.9.2.2 Insulating Sleeves: Full-length Mylar.
2.9.2.3 Insulating Washers: Continuous filament glass cloth
and epoxy in accordance with NEMA G-10.
2.9.2.4 Steel Washers: Stainless steel, 1/8 -inch thick.
2.9.2.5 Acceptable Suppliers: Pacific Seal, Inc., Burbank, CA;
Central Plastics Co., Shawnee, OK; or equal.
2.9.2.6 Insulating Unions: 0 -ring sealed with molded and
bonded insulating bushing to union body, as manufactured by Central
Plastics Company, Shawnee, OK; or equal.
3. EXECUTION
3.1 General: All materials and equipment associated with joint bonding,
test stations, and insulating joints as shown and specified herein shall be
furnished and installed by the Contractor. Any changes in design or method of
installation of an item as specified shall be reviewed by the Engineer.
The Contractor shall coordinate the installation of the specified items with
the General Contractor or other subcontractors on the project such that
installation of the items herein specified can be completed concurrently with
pipeline installation. Items not installed before .backfilling of the pipe shall
be installed at the Contractor's sole expense.
Whenever the requirements of the Specifications or Drawings exceed those of
the codes or manufacturer's instructions, the requirements of the Specifications
I
L1
I
I
I
I
I
H
I
I
H
I
I
I
I
L
L
Section 15001-6-16
I
-6-
I
'or Drawings shall prevail. Where a larger size or better grade of material or
a higher standard of workmanship is required, the most stringent requirement
shall apply.
3.2 Pipe Joint Bonding:
' 3.2.1 To form a.t electrically continuous pipeline and associated
appurtenances, the joints of all buried steel, ductile or cast iron, or
concrete cylinder pipe, including all piping in vaults and manholes,
fittings, and restrained joints, shall be electrically bonded, except
joints specified to he welded or insulated.
3.2.2 Electrical connection of all wires to pipe and fittings shall
' be by the thermite weld process.
3.2.3 Each bonded joint shall be tested as specified under ELECTRICAL
' CONTINUITY TESTING, this section.
3.3 Test Station Installation:
' 3.3.1 The general locations and types of test stations are shown on
the Drawings. The Contractor shall determine the location of the test
stations based on actual site conditions and as approved by the Engineer.
I3.3.2 Test stations shall be located as shown on the Drawings.
3.3.3 Test wires shall be attached to the pipe as specified under
'
WIRE CONNECTIONS, this section. Wires to foreign -owned pipelines shall be
attached by the pipeline owner. The Contractor shall coordinate this work
with the owner of the foreign pipeline before the pipe is excavated.
' 3.3.4 Locate flush -mounted test stations at the closest location to
the pipeline where approved by the Engineer, except in areas of heavy
' traffic conditions. Where heavy traffic conditions exist, locate the test
stations to the side of the street.
3.3.5 Locate post mounted test stations directly over the pipe and at
protected locations such as fences, road crossings, and edges of cultivated
land.
' 3.3.6 Test wires shall be buried a minimum of 24 inches below
finished grade.
' 3.3.7 Wire connections to test station terminals shall be with
crimp -on spade lug terminals. Bonding straps will be provided with each
test station.
3. '.. I 'ti Init C vI I [ :
Section 15001-6-17
-7- I
1
3.4.1.1 The electrical connection of copper wire to steel and
ductile or cast iron surfaces shall be by the thermite weld method.
Observe proper safety precautions, welding procedures, thermite weld
material selection, and surface preparation as recommended by the
welder manufacturer. Assure that the pipe or fitting wall thickness
is of sufficient thickness that the thermite weld process will not
damage the integrity of the pipe or fitting wall or protective lining.
3.4.1.2 After the weld connection has cooled, remove slag,
visually inspect, and physically test wire connection by tapping with
a hammer; remove and replace any defective connections.
3.4.1.3 On pipe and fittings with dielectric linings, make
the weld connection on the shop tab provided or on a thick metal
section to minimize damage to the lining and coating. After the weld
is made, coat the weld as specified.
3.4.1.4 Install a prefabricated thermite weld cap over each
completed connection on steel or ductile iron pipe. All exposed metal
surfaces not covered by the thermite weld cap shall be repaired in
accordance with the coating manufacturer's recommendations. All damage
to the pipe lining shall be repaired in accordance with the lining
applicator's recommendations.
3.4.1.5 Wire connections to concrete cylinder pipe shall be
made by thermite welding to the shop welded steel studs or plates
provided on the pipe for this purpose. Clean the steel studs to bright
metal before thermite welding. Coat the completed wire connection with
1 inch minimum cover of cement mortar as specified under MATERIALS and
as shown on the Drawings.
3.6 Wire Insulation Repair: Pipe test wires shall be handled with
care. Repair of damage to the wire insulation shall be by spirally wrapping
(50 percent overlap, minimum) with two coats of high -voltage rubber splicing.
tap and two layers of vinyl electrical tape. Wire splices shall be made with
suitable sized compression connectors or mechanically secured and soldered
with rosin cored 50/50 solder. All splices shall be approved by the Engineer.
3.7 Insulated Joints:
3.7.1 Insulated joints shall be installed to electrically isolate
the pipeline from other structures. Insulated joints shall be located
at connections to existing metallic pipe, where cathodically protected
pipe connects to pipe not intended to have cathodic protection, and
where shown. Install a Type I test station at each buried insulated
joint.
3.7.2 Carefully align and instal]. insulating joints according to
the manufacturer's recommendations to avoid damaging insulating materials.
Contractor shall test the insulating joint for electrical isolation in
the presence of the Engineer prior to burial. Any defective insulating
materials shall be replaced.
Section 15001-6-18
1
n
3.8 Electrical Continuity "1'esti:
3.8.1 The Contractor shall furnish all necessary equipment and materials
and make all electrical connections to the pipe as required to test continuity
' of bonded joints.
3.8.2 The Contractor shall conduct a continuity test on all buried
' joints that are required to he bonded. 'Pest the electrical continuity of
joint bonds after the bonds are installed but before backfilling of the pipe.
3.9 Insulated Joint Testing: The Contractor shall Lest each insulated joint
after assembly with the insulator tester in accordance with the manufacturer's
written instructions. The Engineer shall monitor the tests. All damaged or
defective insulation parts shall be replaced by the Contractor.
' 3.10 Testing: After construction is complete, the Engineer shall test the
pipeline to ensure proper installation of the joint bonds, test stations and
'insulated joints. Any construction defects identified during testing shall be
located and corrected by the Contractor. Provide the Engineer with 7 days
advance notice before beginning tests. All test data shall be recorded and
' submitted to the Engineer.
The Contractor shall supply two laborers for a minimum of 4 man -days to
assist the Engineer with electrical continuity testing of the pipeline. The
'laborers shall work under the direction of the Engineer and shall assist with
the testing, including assistance with pulling and reeling of the test wires and
making test connections as directed.
' 4. CATHODIC PROTECTION SYSTEM (SACRIFICIAL ANODES)
4.1 General Requirements:
1 4.1.1 Extent of Work: Contract Drawings indicate the extent and
general arrangement of the cathodic protection system. The Contractor shall
coordinate and properly relate his work to the site and to the work of all
trades. The Contractor shall advise the Contracting Officer of any discrepancy
before performing work.
4.1.2 Rules: The installation shall conform to the applicable rules
of NFPA 70.
1
4.1.3 Submittals:
SD -17, Manufacturer's Catalog; Data
1)t; PI !a'in
l bra :!i nis clnI it :iii L-ii1 tL(l it shall cr.n:,ist of .j oJfl1Iit_
list of equihmeIIL and mule ruts in.:lueiul; manufacturer s dcsr rit
I
Section 15001-th-]9
-9- 1
and technical literature, catalog cuts, and installation
instructions. Detail Drawings shall also contain complete wiring
and schematic diagrams and any other details required to
demonstrate that the system has been coordinated and will functon
properly as a unit.
SD -39, Qualifications
Evidence of qualifications of the Corrosion Engineer shall be
submitted by the Contractor.
SD -70, Test Reports
Upon completion and testing of the installed system, test reports
shall be submitted in booklet form tabulating all field tests and
measurements performed.
5. ANODES
5.1 Magnesium Anodes: Magnesium anodes shall be Type III corresponding to
the applicable chemical composition listed in the following table:
PERCENT BY WEIGHT '
ELEMENT. TYPE III
Aluminum 5.3-6.7
Zinc 2.5-3.4
Manganese 0.15 Min.
Copper 0.02 Max.
Silicon 0.10 Max.
Iron 0.003 Max.
Nickel 0.002 Max.
Others 0.30 Max.
Magnesium Balance
5.2 Connecting Wire: Wire shall be No.'12 AUG solid copper wire, not less
than 10 feet long, unspliced, complying with NFPA 70, Type TW insulation.
Connecting wires for magnesium anodes shall be factory installed with the place
of emergence from the anode in a cavity sealed flush with a dielectric sealing
compound.
5.3 Artificial Backfill: Anodes shall be factory packaged with an artificial '
backfill in a water permeable fabric sack or cardboard container. Anodes shall
be packaged on a vibrating platform to attain dense packing, and centering shall
be assured by means of spacers.
Artificial backfill shall have the following composition:
Material Approximate Percent by Weight
Gypsum 75
Bentonite 20
Sodium Sulfate 5
Total. 100 ,
Section 15001-6-20
I
-10-
C
11
I
5.4 Electrical Wire: Wire shall be No. 12 AWG stranded copper wire with
NFPA 70, Type TW, RHW-USE insulation. Connecting wire splicing shall be copper
compression connections made for the purpose or exothermic welds -following
instructions of the manufacturer. Split -bolt connections shall not be used.
5.5
Conduit: Rigid galvanized
steel conduit and
accessories shall conform
to UL 6.
Non-metallic conduit shall
conform to NEMA TC
2.
5.6 Test Boxes and Junction Boxes
to Ul. 514A.
6. EXECUTION
Boxes shall be ouldooi type conforming
' 6.1 Installation: Unless otherwise indicated, all equipment shall be
installed in accordance with the manufacturer's recommendations.
6.1.1 Anode Installation: Anodes of the size indicated shall be
installed at the locations shown. Locations may be changed to clear
obstructions if approved. Anodes shall be installed as indicated in a dry
condition after any plastic or waterproof protective covering has been
' completely removed from the water permeable, permanent container housing the
anode metal. The anode connecting wire shall not be used for lowering the
anode into the hole. The annular space around the anode shall be backfilled
' with fine earth in 6 -inch layers and each layer shall be hand tamped. Care
must be exercised not to strike the anode or connecting wire with the tamper.
Approximately 15+ gallons of water shall be applied to each filled hole
' after anode backfilling and tamping has been completed to a point about
6 -inches above the anode. After the water has been absorbed by the earth,
backfilling shall be completed to the ground surface level.
' Single anodes spaced as shown shall be connected to the test station allowing
adequate slack in the connecting wire to compensate for movement during
backfill operation.
Groups of anodes in quantity and location shown shall be connected to a
collector cable. The collector cable shall make contact with the structure
to be protected only through a test station.
Resistance wires shall not be used to reduce the current output of individual
or group anodes.
1 Connections to ferrous pipe shall be made by exothermic weld methods
manufactured for the type of pipe and tank.
Electric arc welded connections and other types of welded connections Lo
Itrrauand sty uetUIIS shad be rti,11r1)v(.l before use.
0. i. ' <1C5t St .(i)11S. 1C:iS1 .]! l c ul LL_ l)'it ] 111
11 l i d c i C c 1] .' :1 1 1 A' I I I i,' 11 Ti? O J i 1 1. ] l
wire con11cli ions hroutllt to <1 test Station. 11(55 :(]-\ s(: SIIO bin JtJ cr
t rnt srat]ons ;;Is111 I)']OL1tCd 115 4ol]ows:
Section 15001-6-_1
1
a. At 1,000 -foot intervals or less. Road crossings, foreign
line crossings, etc., are included in the 1000 -foot spacing or less.
b. Where the pipe or conduit crosses any other metal pipe.
c. At both ends of casings under roadways and railways.
d. Where both sides of an insulating joint are not accessible
above ground for testing purposes.
6.2 TESTS AND MEASUREMENTS
6.2.1 Baseline Potentials: After backfill of the pipe and anodes is
completed, but before the anodes are connected to the pipe, the static
potential -to -soil of the pipe shall be measured. The locations of these
measurements shall be identical to the locations specified for pipe -to -
reference electrode potential measurements. The initial measurements
shall be recorded.
6.2.2 Insulation Testing: Before the anode system is connected to
the pipe and tank, an insulation test shall be made at each insulating joint
or fitting. This test shall demonstrate that no metallic contact, or short
circuit exists between the two insulated sections of the pipe and tank. Any
insulating fittings installed and found to be defective shall be reported
to the Contracting Officer.
6.2.3 Anode Output: As the anodes or groups of anodes are connected
to the pipe and tank, current output shall be measured with an approved low
resistance ammeter. The values obtained and the date, time and location
shall be recorded.
6.2.4 Pipe -To -Reference Electrode Potential Measurements: Upon
completion of the installation and with the entire cathodic protection
system in operation, electrode potential measurements shall be made using
a copper -copper sulfate reference electrode and a potentiometer -voltmeter,
or a direct current voltmeter having an internal resistance (sensitivity)
of not less than 100,000 ohms per volt and a full scale of 1 or 2 volts.
The locations of these measurements shall be identical to the locations
used for the baseline potentials. The values obtained and the date, time
and locations of measurements shall be recorded.
6.2.5 Location of Measurements: For coated piping, measurements shall
be taken from the reference electrode located in contact with the earth,
directly over the pipe. Connection to the pipe shall be made at service
risers, valves, test leads, orby other means suitable for test purposes.
Measurements shall be made at intervals not exceeding 1000 feet. in no
case shallless than three measurements he made over any length of line.
Additional measurements shall be made at: each distribution service riser,
with the reference electrode placed directly over the line.
I
Section 15001-6-22 ,
I
-12-
I
I
I
L
I
I
I
I
I
L
C.
L
L
El
I
I
I
6.2.6 Interference Testing: Before final acceptance of the installation,
interference tests shall be made with respect to any foreign pipes in
cooperation with the owner of the foreign pipes. A full report of the tests
giving all details shall be made.
6.2.7 Recording Measurements: All pipe and tank -to -soil potential
measurements including initial potentials where required shall be recorded.
The Contractor shall locate, correct and report to the Engineer any short
circuits to foreig❑ pipes and tanks encountered during checkout of the
installed cathodic protection system. Pipe -to -soil potential uua suremuits
are required on as many pipes as necessary to determine the extent of
protection or to locate short-circuits.
6.3 ELECTRICAL ISOLATION OF STRUCTURES
6.3.1 Insulating Fittings: Insulating flanges and couplings shall be
installed aboveground, or within manholes, wherever possible. Pipelines
entering buildings either below or above ground shall be electrically
isolated from the structure wall with an electrically isolating wall sleeve.
Electrical isolation shall be provided at each building or at all points
where a short circuit to another structure or to a foreig❑ structure may
occur, and at other locations as indicated.
6.3.2 Copper Piping: Copper piping shall be electrically isolated
at both ends of the pipe run.
6.4 CASING
Where a
pipeline
is installed in a casing under
a roadway or railway,
the pipeline
shall be
electrically insulated from the
casing and annular
space sealed
against
incursion of water.
[NI) OF SECTION'
I
Section 15001-6-23
I
I
El
I]
El
H
Test Station Locations
For 36" Steel Pipe Water Main
Test Station
Location Note
0+43
Start of main, Contract Section III
10+00
20+00
30+00
40+00
50+00
60+00
68+95
At
CMP crossing
79+48
At
casing end
80+28
At
casing end and water and gas crossings
81+31
At
16" water main interconnection
89+20
At
2 water line crossings
97+22
At
8" water main interconnection and gas crossing
107+15
At
2 sewer line crossings
110+84
At
1½" water line crossing
118+30
125+80
133+30
At
8" water main interconnection
134+80
At
4" gas crossing
141+11
At
8" water and 2" gas crossing
142+50
Near gas crossing
151+20
159+97
At
tee to future line
160+87
At
1;" gas crossing
169+00
177+22
At
18" CMP crossing
186+61
At
Tee to future line
194+40
202+20
209+90
217+70
At
tee to future line
226+20
234+80
243+40
251+90
At
tee to fire hydrant and gas crossing
258+25
At
casing end
258+82
At
casing end, 2" gas crossing, and 6"
water interconnection
267+86
At
gas, water and phone crossings
270+55
At
2" gas crossing
272+64
At
air release valve and 8" water crossing
278+90
At
property line fence
288+90
299+05
At
2" gas and 8" water crossings
309+05
At
2" gas crossing
309+33
At
casing end
309+93
At
casing end and 8" water interconnection
I
Section 15001-6-24
320+22
330+51
At
16"
DIP
sewer crossing
335+64
At
8%"
gas
crossing
335+81
At
10;"
gas
crossing
343+30
350+80
At
12"
DIP
sewer crossing
351+09
At
18"
DIP
sewer crossing
360+85
370+62
At
10"
DIP
sewer crossing
375+78
At
6%"
gas
crossing
376+64
At
casing
end
379+93
At
casing
end
380+25
At
connection
to existing 36" water
and
8"
and
16" water crossings
1
1
1
1
Section 15001-6-25
POST
21'X 4"(STANDARD)
4" X 4O' (ALTERNATE)
�/ OJJUNCTION BOX
I" TWO•HOLE CONDUIT STRAP
w
I" CONDUIT (PVC) OR GALVANIZED
GRADE
II
� II
II
II
1\\- NUMBER 6 COLOR OF
- - -} --I CONDUCTORS AS REQ'D.
\ \
EXHIBIT
"E1'
STANDARD
TEST
POINT
Section 15001-6-26
EL PASO CORROSION COMPANI
205 N. Resl�i Dtive
•
•
S.
3-1
CAST IRON COVER
MARKED "CP TEST'
COVER WEIGHT: 13 LBS.
BODY WEIGHT: 68 LBS.
AT GRADE ANODE TEST BOX
Section 15001-6-27
1
1
EL PASO CORROSION COMPANY,
205 N. Resler Drive
TEST STATION, COVER
• • • NOT SHOWN
OWNER'S PIPELINE FOREIGN PIPELINE
TERMINALS TERMINALS
FINISH GRADE— TLONG PRESSURE
TREATEDEATED WOODEN POST
CONDUIT STRAP, TYP
In •-1 _RIGID CONDUIT
CONDUIT BUSHING
1-9 AND 1-/12 AW9 1-/G AND 1-f12 AM]
PER WIRE WITH WHITE COPPER WIRE WITH
INSULATION BLUE INSULATION
-FOREIGN PIPELINE
CONNECTION,
SEE DETAIL
HIlTE-
1. PRIOR TO MAKING WIRE CONNECTIONS CONTACT
FOREIGN PIPELINE OWNER FOR APPROVAL
2. FLUSH MOUNTED TEST STATION WIRING
SIMILAR TO POST MOUNTED TEST STATION
TYPE SHOWN, FOR FLUSH TEST BOX
INSTALLATION SEE DETAIV
3. IDENTIFY WIRES WITH PERMANENT WARE LABELS
IDENDFIING PIPE OWNERS.
POST MOUNTED TEST
STATION, TYPE F
FOR FOREIGN CROSSING
Section 15001-6-28 EL PASO CORROSION COMPAN
205 N. Resler Drive
EL PASO, TEXAS 79912
OWNER'S PIPELINE
FINISH CR
I -f8 AND 1-II2-
Am% COPPER MIRE
WITH WHITE INSULATION
WIRE CONNECTION
SEE DETAILS. --'
NEW OR PROTECTED
PIPELINE
1
-TEST STATION. COYER
NOT SHOWN
'
-4'X4'X5' LONG PRESSURE
TREATED WOODEN POST
Ii
-CONDUIT STRAP, TYP
=RIGID CONDUIT
-CONDUIT BUSHING
I -/C AND I -f12 AWO
COPPER WIRE WITH
GREEN INSULA71CN
1
EXISTING OR
UNPROTECTED PIPELINE
-INSULATING JOINT.
SEE DETAIL
1.IIDDEENTIFY WIRES WITH PERMANENT WIRE LABEL , INDICATING 90ES Cr FLANGE WIRES ARE CONNECTED.
2. FLUSHED MOUNTED TEST STATION WIRING
SIMILAR 70 POST MOUNTED TEST STATION
TYPE SHOWN, FOR FLUSH TEST BOX
INSTALLATION SEE DETAIL
•_ POST MOUNTED TEST
STATION, TYPE I HIS
FOR INSULATING FLANGE
Section 15001-6-29
1
1
EL PASO CORROSION COMPAN',
205 N. Resler Drive
ri nn rn Tr Van .4t'
CARRIER PIPELINE
TERMINALS
FINISH CRADE—
1-/C AND 1-112 AMC —
COPPER MIRE Will WHITE
INSULATION
CARRIER
TEST STATION. COVER
• NOT SHOMf1 dlhhlhhll ASING TERMINALS
'X4 X5' LONG PRESSURE
TREATED WOODEN POST
-'liii- -II ll-IIlII 11111-
=1111 1111= CONDUIT STRAP, TYP
—RIaO CONDUIT
CONDUIT HU911N0
1-/C AND 1-/12 AWC
COPPER WIRE TMTH
ORANGE INSULATION
CASINO
MIRE CONNECTION.
TYP, SEE DETAIL
ft011
FLUSH MOUNTED TEST STATIONS WRING
SIMILAR TO POST MOUNTED TEST STATION
TYPE SHOMN, FOR FLUSH TEST BOX
INSTALLATION SEE DETA1f.
POST MOUNTED TEST
STATION, TYPE C
FOR CASING
EL PASO CORROSION COMPANY
205 N. Resler Drive
EL PASO, TEXAS 79912
Section 15001-6-30
BUILD-UP
1931 FILL!
APPROVED POLYKEN MASTIC
TO MAKE SMOOTH TRANSTION
FOR TAPE COATING AT BELL
AND SPIGOT IN THE FIELD.
^LV'V"I IV I'ILRMIL I'1211)
TYPICAL
EAN 1O BARE
AND ATTACH W/
CARTRIDGE. COVE
POLYKEN MASTIC
TAPE WRAP.
6" OVERLAP
METAL
WELDING
R W/
AND
TYP.
1►1
I.
'SHOP PRIME
PARTIAL PLAN
6" LENGTH OF SIRD COP
BOND WIRE W/HMW/PE IN
TO PENETRATE TAPE WRAP
- PRIME AND WRAP WITH
2 WRAPS 35 MIL TAPE
k T- GASKET
INSIDE JOINT
SPACE CEMENT
MORTAR PLACED
IN FIELD
=TAIL FOR ALL BELOW -G
AND DUCTILE IRON PIPE
NOT To SCALE
Section 15001-6-31
PER• '
SUL.
SHOP APPLIED
COA f ING
CEMENT MORTAR '
LINING
ADE STEEL
1
EL PASO CORROSION COMPAN)
2O5 N. Resler Drive
EL PASO, TEXAS 79912
I
I
I
H
�l
I
I
I
I
EXISTING AND/OR
NEW PIPELINE-\
' L-1/8" NEOPRENE OR
BUTYL INSULATING
NOTES, MATERIAL
II INSTALL INSULATING BLANKET BETWEEN METALLIC PIPELINES
WHEN THE DISTANCE SEPARATING THE PIPELINES IS 24P OR LESS
2 BLANKET SHALL BE SOUARE AND 2 FEET LARGER THAN THE
' LARGEST PIPELINE DIAMETER (EG. 484 PIPE SIZE=72" SQUARE
BLANKET)
3 MAKE SURE BLANKET IS FLAT ON SOIL BACKFILL AND
CENTERED BETWEEN THE PIPES.
1
INSULATING BLANKET DETAIL
' NOT 1O SCALE
I
I
I
L
' Section 15001-6-32
EL PASO CORROSION COMPANY
2O5 N. Resler Drive
FL PASO, TEXAS 79912
iOOO\
O O O
\O 0 O/
I
J I
J W
�Q
0 0
2cn
:Q-cn
J
J
� J
N �
Z t<
I
1
1
1
I
I
I
II
I
IH
NOT ES
• WELDER SHOWN IS
FOR I1ORIZONIAL
SURrACES,iOR VEIU-
ICAL SURFACES,SIDE-
WELDE11 IS REOUIREO.
2. ALL_ WIRE WEIRS
SHALL RE 1,, INCHES
STEP I
FILE SURFACE
1O RRIGIII METAL
AND CLEAN.
APART MINIMUM.
3. Alt EXPOSED METAL
(SIFIUCIUfIE ,WIRE & STEP 4
WELD) SHAM_ [3E
COATED Willi RIIU1M11-
NOUS COMPOUND
PRIOR 1O COALING
REPAIR AND
BACKFILLING.
<. STANDARD WELD
r�l
REMOVE SLAG
FROM CONNEC-
11ON.
CAJITRIDGES SHALE
BE USED FOR STEEL
SURFACES, FOR DUCTILE
IRON AND CAST IRON
USE X[-19 ALLOY OR
EQUIVALENT.
STEP 2
1i_ rrn,tin._4
STRIP INSIii. A
lION FIIOM
WIRE.
STEP 5
COVER CONNEC
11ON Willi BI-
TUMINOUS COM
POUND.
STEP 3
LLH
11O11) WELDER I IRM-
Li WITH OPENING
AWAY FROM OPERA-
TOR AND IGNITE.
STAJITING POWDER.
HANDLE
GRAPHITE COVER
ll(�/ STARTING
[i14 POWDER
METAL POWDER
METAL DISC
GRAPHITE MOLD
WIRE OR CABLE
WELDER SECTION
ALUMINO-THERMIC WELD DETAIL
EL PASO CORROSION COMPANY
205 N Resle, Dive
II I'"SO I I XAS 799] 2
Section 15O01-6-34
FIRST INSULATOR
NO MORE THAN 6'
FROM CASING END
•1
I
.NEW OR
//I- EXISTING STEEL
/ OR LINER PLATE CASING
/ END CLOSURE '
CASING SPACER INSULATOR WITH
RISER & RUNNER (TYP)
CARRIER PIPE
C LENGTH SHOWN ON PLAN
CASING CENTERLINE PROFILE
STEEL CASING BY BORING &
OR LINER PLATE BY TUNNELING
Section 15001-6-35
1
AND '
¼CKING
PITS. 1
1
EL PASO CORROSION COMPP�
205 N. Resler Drive
3 SEGMENT
CASING SPACER
INSULATOR W/ RISERS -,
75'
' STEEL PIPE OR
LINER PLATE CASING
' 15
' FE-- LOKIN_.
SHOWN IN
1
RI
RUNNERS (TYP)
r±
i�;\\/ TWO RISERS IN
EACH SIDE SECTION
AS SHOWN
BELL DU. OF
CARRIER PIPE
CARRIER PIPE
GROUT SPACE
BETWEEN CASING
AND EXCAVATION
J \� UNDISTURBED
�. AR 111
I
�/ // 25
4 RISERS IN
BOTTOM SECTION
AS SHOWN
SEE CASING CENTERLINE PROFILE
INSTALLATION OF CARRIER PIPE AND
STEEL CASING BY BORING & JACKING
OR LINER PLATE BY TUNNELING NTS.
Section 15001-6-36
EL PASO CORROSION COMPANY
205 N. Resler Drive
EL PASO, TEXAS 79912
MAGNESIUM ANODES
C ALLOY SPECIFICATIONS
A CHEMICAL COMPOSITION
• ELEMENT AMOUNT
Cu 0.05% max.
Si 0.02% max.
Zn 3.05% max.
D BMn 0.18% min.
Ni 0.001% min.
Al 5.85% min.
L_ ; .:;.:, ? ` ':";'.:'.:::'."'.::.•:.;', .',...' Fe 0.001% min.
Magnesium Remainder
ANODE
BARE
PACKAGED
PACK.
WT.
A
B
C7
D
WT.
1
1'/4 1
14
2'/.
4
3
91/2
251,
121/2
451,
10
5
15'/4
2'1,
17'/.
4'1,
16
9
16'/4
3'1,
20'/.
5'1,
27
17
16
43/4
18
6'/.
45
32
19
5'/4
23
7'/4
72
50
171/2
751
21'/2
95!•
105
51 LB. ANODES AVAILABLE WITH '/4" PIPE CORE
ORDERING INFORMATION
PLEASE SPECIFY:
1. Quantity of Anodes
2. Desired Size
3. Bare or packaged (packaged in Chemical
Backfill 75% Gypsum, 20% Bentonite, 5%
Sodium Sulfate)
4. Lead Wire Size and Length
(10 It., #12 AWG Solid Type TW Copper Wire is
Sandard)
11
Section 15001-6-37
ANODE LEAD
N0. 10 AWG.
COPPER WIRE
W/HMW-PE BLACK
INSUL.
SECURE W/TIE WIRE
SILVER SOLDERED
CONNECTION
EPDXY
MAGNESIUM ALLOY INGOT
GALV. STEEL CORE
CLOTH BAG
PACKAGED BACKFILL
�CKFILL COMPOSITION
75% GYPSUM
20% BENTONITE
5% SODIUM SULPHATE
INGOT WEIGHT: 32 LBS.
PKGD WEIGHT: 70 LBS. APPROX.
IGOD DIMENSIONS 51N x 51N x 211N
IMPORTANT NOTE: REMOVE PLASTIC BAG FROM
ANODE BEFORE INSTALLING.
PREPACKAGED ANODE
EL PASO CORROSION COMPANY
2O5 N. Resler Drive
E! PASO, TEXAS 79912
Section 15001-6-38
0`
ofte
• a
4).a'd Mpiwy ,,L,
•
S
p
O
E
4-1
w
H
••
.�
O
O
4..
4-4
H
hNI
I-
►I
ii
C)
Ji
a
o
'I
I
U
Li..
I(II
II'I
:1
I
•/
44l!ctt'!c,.
N3N*MJ nv,
o - L
I'
r
i
2
n
ID
4
d
0
N
0
' PART 1
1.01
I
I
I
I
I
SECTION 15001-14
POLYVINYL CHLORIDE (PVC) PIPE
GENERAL
SCOPE
A. This Section covers the work necessary to furnish and
install, complete, the polyvinyl chloride pipe specified
herein, and as specified further in Section 15001, PLANT
PIPING - GENERAL.
B. Service shall include water lines used at the locations
designated on the Drawings. The specific location for
PVC pipe is the water line along Mount Comfort Road.
1.02 GENERAL
A. See Section 15001, PLANT PIPING - GENERAL, for additional
requirements. All piping system components shall be the
products of one manufacturer.
PART 2 PRODUCTS
' 2.01 AWWA PVC PIPE (4 -INCH AND LARGER)
A. PVC, AWWA C-900 pipe, with outside diameters equivalent
to cast iron pipe. Sizes 4 -inch through 12 -inch, with
pressure rating of 200 psi (DR -14).
2.02 JOINTS
A. For buried pipe, gasketed slip joint.
2.03 FITTINGS
A. Fittings shall be cast iron or ductile iron, mechanical
joint, and as otherwise specified in Section 15001-2,
CEMENT -LINED DUCTILE IRON PIPE AND FITTINGS.
2.04 GASKETS
A. As recommended by the pipe manufacturer to conform to the
pipe OD, and as further specified in Section 15001-2.
Section 15001-14 - 1
I
PART 3 EXECUTION
3.01 GENERAL
A. All rigid PVC pipe shall be cut, made up, and installed
in accordance with the pipe manufacturer's
recommendations.
3.02 TRACE WIRE
A. Furnish and install a 14 gauge insulated copper trace ,
wire with all PVC pipe. Run wire continuous from valve
box to valve box, meter box or other access points.
Bring wire up inside boxes in an accessible fashion.
Wrap wire around, or tape wire to each pipe section.
Join wire segments by soldering or by using approved wire
nuts. Pipe testing shall include following trace wire.
Any wire breaks or incomplete splices shall be repaired
by the Contractor at no additional expense. Include
trace wire in the unit price bid for pipe.
3.03 TESTING
A. All lines shall be hydrostatically tested at the
pressures listed in Section 15001, PLANT PIPING -
GENERAL.
B. Use pipe locating equipment to test continuity of trace
wire. The Engineer shall observe and document trace wire
test.
3.04 PAYMENT
A. Payment for the work in this Section will be included as '
part of the unit price bid amounts stated in the
Proposal. Unit prices bid for pipe shall include
trenching, trace wire, GRANULAR PIPE BASE AND PIPE ZONE
MATERIAL, backfilling above the pipe zone, topsoil
replacement, finish grading, seeding and fertilizing and
final clean-up.
B. No separate payment shall be made for GRANULAR PIPE BASE
AND PIPE ZONE MATERIAL.
C. Payment for pipe shall be made at 80% of the unit bid
price upon pipe installation, backfilling, and rough
grading. Payment will be increased to 85% upon
completion of testing and sterilization. Payment will be
I
Section 15001-14 - 2
increased to 98% of the unit price bid upon seeding,
fertilizing and final cleanup. The remaining 2% will be
released upon satisfactory establishment of a grass
stand.
Payment will be made for cast or ductile iron, mechanical
joint fittings as listed in Section 15001-2, CEMENT -LINED
DUCTILE IRON PIPE AND FITTINGS.
END OF SECTION
Section 15001-14 - 3
I
L
I
I
I
I
L
L
L
I
I
L
LJ
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 oZ one manufacturer in order to achieve
standardization for operation, maintenance, spare parts,
and manufacturer's service.
B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements
that apply to the work specified herein and are mandatory
for this project.
1.03 SUBMITTALS DURING CONSTRUCTION
A. Submittals during construction shall be made in
accordance with Section 01300, SUBMITTALS DURING
CONSTRUCTION, Division 1, GENERAL REQUIREMENTS. In
addition, the following specific information shall be
provided:
1. Shop Drawings: Provide drawings and
manufacturer's literature, clearly identified,
showing layouts, item specifications, and
mounting details.
PART 2 PRODUCTS
2.01 GENERAL
A. All items shall be complete with all necessary end
connections, fittings, and couplings required for the
proper completion of the work included under this
Section.
Section 15013-1
L1
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. Saddles for PVC pipe shall be Romac 101N
or approved equal.
2.03 CORPORATION STOPS I.
A. Corporation stops shall be 3/4 -inch to 2 -inch in size, as
required for the specified tubing, Mueller H-15008 or
approved equal, with compression connection.
2.04 FIRE HYDRANT
A. Three-way fire hydrant shall be 5: -inch Mueller Centurion
A-423, or approved equal, with 1; -inch pentagonal
operating nut opening to the left, 2 -2k -inch hose
nozzle:, 1 -4z -inch pumper nozzle, and 6 -inch mechanical
joint inlet. Nozzle threads shall be National Standard. _
2.05 TAPPING SLEEVES AND VALVES
A. Tapping sleeves shall be sized as indicated on the
Drawings and shall be Mueller H615, or approved equal.
Tapping valve shall be Type 115 or 116 in SECTION 15080,
with the exception that one side shall be provided with
a flange for connection to the tapping sleeve.
PART 3 EXECUTION
3.01 GENERAL
A. All miscellaneous piping specialties shall be installed '
in accordance with and in conformance to the applicable
requirements of Section 15001, PLANT PIPING - GENERAL.
3.02 TAPPING SADDLES AND CORPORATION STOPS
A. Provide and install saddles and stops with matching
threads, and outlet fittings for the applicable tubing.
Install as recommended by the manufacturers to ensure
that excessive tightening does not damage the main.
Complete main leakage and pressure testing with all taps,
service lines and meter settings in place.
Section 15013 - 2
1
I
G
' 3.03 FIRE HYDRANT
A. Install fire hydrant with the pumper nozzle facing the
street. Adjust height to finish grade using standard
' hydrant risers. Paint exposed hydrant barrel with white
exterior metal paint containing reflectorized beads (3M
Company #7216 paint, or equal). Conform with
' installation details indicated on the Drawings relative
to drain gravel, thrust blocking and other details.
Utilize ductile iron pipe between the hydrant and the
main tee. Install thrust restraints between the main tee
'and hydrant inlet.
3.04 TAPPING SLESVE AND VALVES
' A. Install tapping sleeves and valves in accordance with
manufacturer's recommendations. Where a PVC main is
' tapped, retain the integrity of existing trace wire.
Attach new trace wire to existing and solder the
connection.
' 3.05 TESTING
A. Prior to plant startup, all MISCELLANEOUS PIPING
' SPECIALTIES shall be inspected for proper connection and
satisfactory performance. Each item shall be tested at
the same time that the adjacent pipeline is tested.
Joints shall show no visible leakage under test. Repair
joints that show signs of leakage prior t0 final
acceptance. The Contractor will be held responsible for
any damage caused by the testing.
' 3.06 PAYMENT
IA. Payment for the work in this Section will be included as
part of the applicable unit price bid amounts stated in
the Proposal.
B. Payment for fire hydrants shall include gravel drain pit,
any required risers, and thrust blocking. Separate
payment will be made for the gate valve with box, the
interconnecting piping and the main tee.
END OF SECTION
I
Section 15013 -3
I
I
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
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
1
I
1
1
I
1
I
ends, single solid wedge gate, and nonrising stem.
Valves shall be rated for 250 psi, and shall be by Crane,
Stockham, or equal.
B. Type 115: Gate valves 3 -inches or smaller for buried
water service shall be iron body, bronze mounted valves
with mechanical joint ends, double -disc gate, nonrising
stem, O-ring seals, and 2 -inch square wrench nut
conforming to AWWA C-500. Valves shall be rated for 200
psi minimum, and shall be Mueller A-2380-20; or equal.
C. Type 116: Gate valves 4 -inches thru 12 -inches for buried
water service shall be iron body, resilient seat, epoxy
lined with mechanical joint ends, nonrising stem, O-ring
seal and 2 inch square wrench nut conforming to AWWA
C-509. Valves shall be rated for 200 psi and shall be
Mueller A-2370-20 or equal.
D. Type 118: Two inch thru 8 -inch flanged gate valves for
use at combination air valve installations shall be iron
body, resilient seat, epoxy lined, nonrising stem, O-ring
seal and shall have a hand wheel operator. Valves shall
be rated for 200 psi and shall be Mueller A-2380-6, or
equal.
2.07 BUTTERFLY VALVES
A. All butterfly valves, except as herein otherwise noted,
shall conform to AWWA C-504, latest revision. All valve
shafts shall be connected to operators by the use of keys
and keyways. The use of compression or friction
connections is not acceptable.
B. All seats on disc seated valves shall be continuous
around the periphery of the disc and shall not be
penetrated by the valve shaft. Also the seat shall be
adjusted and replaceable without removing the disc from
the valve body on valves 30 inches and larger.
C. Type 504: Underground service butterfly valves 12 -inches
and larger shall be mechanical joint end (AWWA C111),
with 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.
Section 15080 - 3
J
2.08 FLAP VALVES '
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.
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.
Section 15080 -4
n
3.03 ACCESS
IA. Location of valves shall be as required to provide
accessibility for control and maintenance.
3.04 ANCHOR BOLTS
I
[1
H
I
I
[]
I
I
11
H
H
I
I
1
A. Anchor bolts for floor stands, stem guides, etc. shall be
cast-ir,-place during concrete placement. Threads shall
be protected and shall be cleaned before the nuts are
attached and tightened.
3.05 TESTING
A. Valves shall be tested at the same time that the adjacent
pipeline is tested. Joints shall show no visible leakage
under test. Repair joints that show signs of leakage
prior to final acceptance. If there are any special
parts of control systems or operators that might be
damaged by the pipeline test, they shall be properly
protected. The Contractor will be held responsible for
any damage caused by the testing.
B. If requested by the Engineer, the valve manufacturer
shall furnish an affidavit stating the materials options
furnished and/or that he has complied with these and
other referenced specifications.
3.06 PAYMENT
A. Payment for the work in this section will be included as
part of the lump sum bid or unit price bid amounts stated
in the Proposal.
B. Payment for buried valves shall include payment for the
valve boxes, lids and concrete collars.
C. No separate payment will be made for flanged valves.
Include the cost of flanged valves in the applicable
valve vault bid item.
END OF SECTION
Section 15080-5
d
I
SECTION 15082
SELF-CONTAINED AUTOMATIC PROCESS VALVES
' PART 1 GENERAL
1.01 SCOPE
IA. This section covers the work necessary to furnish and
install the various self-contained automatic process
valves, complete.
1.02 GENERAL
A. Like items of equipment specified herein shall be the end
' products of one manufacturer in order to achieve
standardization for operation, maintenance, spare parts,
and manufacturer's services.
B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements
' that apply to the work specified herein and are mandatory
for this project.
1.03 SUBMITTALS DURING CONSTRUCTION
1 A. Submittals during construction shall be made in
accordance with Section 01300, SUBMITTALS DURING
CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS.
PART 2 PRODUCTS
2.01 GENERAL
IA. The use of a manufacturer's name and model or catalog
number is for the purpose of establishing the standard of
quality and general configuration desired only.
' Products of other manufacturers will be considered in
accordance with the GENERAL CONDITIONS.
' B. All valves shall be complete, with all necessary
operating appurtenances included in the work under this
section.
IC. All units shall have name of their manufacturer and the
size of the valve cast on the body or bonnet or shown on
a permanently attached plate in raised letters.
1
' Section 15082 - 1
I
2.02 AIR RELEASE VALVES
A. The 2 -inch air release valve to be used at designated
high points on the water main shall be APCO Model No.
200.1, 2 -inch air release valve, or approvedequal, rated
for 300 psi. Valves shall utilize a stainless steel
float with compound lever and shall be provided with a
7/32 -inch orifice.
B. Large combination air release and air and vacuum valves
shall conform to the following schedule and the details
on the Drawings. Valves shall be by APCO, or approved
equal, and shall allow large volumes of air to escape out
of the large diameter air and vacuum orifice when filling
or draining the pipeline. A small orifice air release
valve shall be side connected to the large orifice air
vacuum valve, and shall vent small pockets of air while
the line is under pressure, independently of the large
orifice valve. The valve body shall be cast iron, with
stainless steel floats and leverage frame. Paint shall
be FDA approved for potable water contact.
COMBINATION AIR VALVE SCHEDULE
Flange. Maximum
Pipeline Valve Valve Pressure Venting Valve
Station Size Model Class Pressure Description
12+14 8" 1808.1 125 psi 150 psi Combination Air Valve
23+85 8" 1808.1 125 psi 150 psi Combination Air Valve
85+00 6" 1806.1 250 psi 300 psi Combination Air Valve
91+00 8" 1808.1 250 psi 300 psi Combination Air Valve
99+30 8" 1808.1 250 psi 300 psi Combination Air Valve
113+30 8" 1808.1 250 psi 300 psi Combination Air Valve
124+45 8" 1708.1 250 psi 300 psi Combination Air Valve
w/Surge Check
153+82 8" 1808.1 125 psi 150 psi Combination Air Valve
196+26 6" 1806.1 250 psi 300 psi Combination Air Valve
258+17 8" 1808.1 250 psi 300 psi Combination Air Valve
272+64 8" 1808.1 250 psi 300 psi Combination Air Valve
354+37 8" 1808.1 250 psi 300 psi Combination Air Valve
360+95 6" 1806.1 250 psi 300 psi Combination Air Valve
PART 3 EXECUTION ,
3.01 GENERAL
A. Before installation carefully clean valves of all foreign ,
material, and inspect valves in open and closed
positions. Install valves in accordance with the
applicable portions of these Specifications.
Section 15082 - 2
I
H
C
I
H
I
Li
I
Installation practices shall conform to manufacturers'
recommendations.
B. Prior to installing flanged valves, the flanged faces
shall be thoroughly cleaned. All flange bolts shall be
lubricated with a light coating of the piping
manufacturer's recommended thread lubricant. After
cleaning the flanged faces, install the flange gasket and
bolts. Tighten the nuts progressively and uniformly
using a torque -limiting wrench to the torque values
specified by the piping manufacturer. If flanges leak
under pressure, loosen the nuts, reseat or replace the
gasket, retighten the nuts, and retest the joints.
Joints must be watertight or airtight at test pressures
before acceptance. After 24 hours has elapsed, retighten
the bolts to their specified values with torque limiting
wrenches.
3.02 TESTING
A. Valves shall be tested at the same time that the adjacent
pipeline is tested. Joints shall show no visible leakage
under test. Repair joints that show signs of leakage
prior to final acceptance. If there are any special
parts of control systems or operators that might be
damaged by the pipeline test, they shall be properly
protected. The Contractor will be held responsible for
any damage caused by the testing.
' 3.03 PAYMENT
A. Payment for the work in this Section will be included as
part of the lump sum bid amounts stated in the Proposal
for air release valve assemblies.
END OF SECTION
I
H
I
Section 15082 - 3
III
N
a m < C p 5 m .83
' X m O L m o9 i >0 O Cc . P
OS t
CC a. ..s m p] J
z F ` m
o o J 5 o �E ° 9;0 u c c
= ➢ � P 0 <z. a c E � v � •• y l ; C7 y (- Y d y c ° 7 v
o m co =4 ° e
• O Y. O c. G % U ... . H K T. V L T F
> JJ H S° F <`° •` 3 5 .'5 .`3 a J
'1 a t➢ _x C K I )O. 0 0 C j n. ccp . i v z i'—
>J.^ e m> o °'" E m cG m '3 m'' E E E E" E jW s um
f jL y0 v C _ p i V! O N�u1 VJa I V ➢ : t _ �4 i C J m
❑�v ° ox°° °° d gJ > >❑a °° ° g�go
o u E oo m °'S' i apu v H ~'�« t °a0v v v a�iG �iG Ha•
., om
u< t o w &m Ci '^ a�mOa s w;U w w $ oo Ox avx xoxo < •� �'mx5
an C o...Nn�n�.m o q�4N ➢
N; M u N. N6+: w o..N
W 000000
y G i n G n n ❑ O g a Y K < G S O O a 0 0 0 0 [' O y O Z 0 n n n m
d b m m m m m m m m m 0 m pO C J ppCC
mm mmmmmm Em 6 • S' IJ F Y(A L1l �[+ [L S O L u u
m m m ❑ m m m m U m V m m m m 'ff] mmm P
N N N N N N N N N N N N N CC C4.4 .4 0 CM Cl Ci0 0 0 0-
W W W- W W W W - W 00 ] 4 W W W 0 W W O 000
'I .4 N .4 H N H .Y �I N ti.4
' > 0
o a a 3 .9 p o 5 OC
_ 0 ❑ O " O F O 4 ➢ u v
G Y" a 3 3 S 5 3
8 pv cn0w V i o ce.v zy`Ci ❑=3 v m v a c a - c C
Y E c° • = k r c u �4 u r e 9 a- a x C ❑
3ZZ r 8 C EC a
7 o «oE'�eQ �SIz a 0c0: xV uG
,t e. m aL8"y❑ omn ��O �� 5" p o i uro $ -so a3
n v6 o
08 z .SLo; c Tom �0 Y p7 r q t :, a �:, is ❑�eoU$
° y-' [� moo. go r $ L . 8 ° g m c o 95g
Y ❑aV a �_y r C. Vyy�" �'0
a <oaae _axdm� O7m t Oy[� s c=ix�dal0
- m Ntmtn 0 00W Ot' NN �fl .41.C4 WV ONN .0 O IN M Z ONN VMM
W nn pm �e nnn nnan
� ti �«io0 �9��v �t V) ..<y. UJ •,G� Yee � 00o .� nnn�� t no nnn can
m.c mmm¢ivm mmm mmm mma+m mUm roa mmm❑ mm❑ S mmm gem
N N N N N N N N N N N N N N N Cl Cl N Cl N N N N N N d N N N Clot
W 0 W W W W a WWW mom W a a a a a W 0 W W W W W W W ma
-- ---4'1 ti —N•4 --N •4_ H ti -4 N H-4•4 --4— _4 -4-4 N —
c
C
i I -_c
5 •
`
m y S.
> ♦ 0 a
f 0« Qom `oo _o
i S
J "1
>r >O
S.
N W Y W 0
IV V
xxwampmaoN.
$.-< N O1 f C n o F t
0000 000t 8
m m m m m r m 0 m a
000
___4__ — '1 ,4
J > J
V d
rm
V o y
V 5 .. C
a O O
5 N
u C
N
' • L y L y P.
U q
o
O[ • f b V C V 0
'-0 t m 0 L uy V
4- t t( I `� o v C
i 8 � o�`?
JVo0m y
O Od HO
i
❑^'m^0.
m A
n y = OE a S y g V u
p
q p p g v m
55 LSoa
V u u a 5
o ° u �c _ E v 8 �55c `o p� cure
ca mS o as `o d yiS W cc5s5o
00 5 y u a C y a a c 55o a�°
y V 6 L m a L m =. 7Q a 7 L r V 5 V
3>n 0 ao oyI
C Sc 'C c r
�• r m ~ nm5�v
b m m o I dad 0 a s .,Jom
Y L m O I M ti C Y r 5 i t m U L V U V L
V HQ z < mm0 ox5a o c7xacatiF g o� >53o
o -+n n^.•n e 0 .nwi o.4�n d •� O -t. o,o •'
nnn.� n inn 1< p o ppo 0 o y
- .4.4 a n t n n Ca n H O o 0 0 0 o a n n n n- n T
.. .. .+-. m n nn m g ry n n ne�mmnn mmmN u•� a
mmm �mi9mm a • m�m om ❑ y mmm m mommm �e 5 mmmai ao a
N N n Cl n N „ Cl n n n J n n n n n n N N N n n n N Cl
000 0 0 0 0 0 0 0 „ 0 0 0 000000 0000 0
C 0 9 C C j
L" 0u 0 5 a -
.. . 00 t C aai •O
° — •4 V- •c •O Cam° .r u V
C Z O G y a
C y J 5 > > GN m. ° u
p" U a c v rn a0 =P 5 x ri 5 0
oa 0 g: yE g1 10 5a gc� : - < O2EE E
8�
°t2 mt-5°
' `
q cn$a
NL L y u m s y u (�' ❑ u O a P > Jy O y
VO >° J a cui (J G Cj U � M m U P V V t W d V C m J v ➢r� .S tl
C7 fna'�u �i 'Z'urljy QU G❑ ?In
h O�.G�O vm.�q mmLLU.� 'L'O Cn 6Uq UJ 0OUG .^.v=
•° mm'L ��
'.cc,
C)
�.a c�+'ay.ddm.m�5o ..ti«,C .C GF GA HA—oHm _EaG -om GagiHv
•p G .j4_4 °) w 0E .0 dq aCs U Old pOLoO.L 0+' m.v p 6 m X 2v�7Jm � 0 a dHY qL�yn adi m U N
^O.C LOm v .0 Y
Kd°. LO CJ d�.da {0.'daW pmi��F m.a rUAaMdA aGib myn
mm
m
m .pJ v p�,4>a0i gy`n E- $ 04a YVJ'Oo vF
a OEb>—d B
vD•_0 x
�� d 4maaap '` o GU Fc r0 T€cod_ d_00y.-r p
y a m aJ• .L' ii m G d G v .-. F p O 0
,; fEJ 5 L.F.+ _" U m 6 a) v " _.� �'' d •..
dm""-�G E$m Eamon 0 m, Om"� Ym 0w y a2G ��Ou v°y�pLdO�G ay�yF.O'
-_4O m C�rO mq 000E L O vOTT qOG OqN G'�J 0d00m mN5 005E w1 Gym^u qG a m
G Ym `H -'E0 TdADmOd 7�qm U] 0m�m0Q� mp`C��'a� LO
C d-pry a�X 00Cg0'Jt5n 1ijiI!i1
a�'F `�U 0 dGJjm,
d Wy aaFa0Ugiy0 Y�F madamcap co Z xE°d°�oa- F dm ndopL.CA0 d �-• T m 0 E.q u m d U p L U
Amuta.0v°
I
E5 WW20 '� >qY mam vm_F tia`Ta a -'ma Tr' a •; r.0 m4 0 gdmt r^,
.ati
4
Y ° d mm LF oY 4^'
_F dV1 -W L d HdF pv-•aY �Ydd drdrm(/1�Y r
Z O0 QaidOdB dLY 0�9 a>s >,h 0420 �"°amrvl�dYpuid> p> dT>Otl .da
a v F W m
a�ma Eaax3. aBudE m5am ,,.Ymmq�Od u 4 m C
c v� G �o mEYNd Euo.r.cmi2099 ar,6C580
9 0dv ryaU MuW°a ds f°d ��61� � YdUC V O> pm moo- mkyWm ° ° '"km5�d°'
•Q d00Oa3 �? O 00 ^>•u r+4 r0 0 G^k m _ .-�m q_d d -N Od'•
E_ 00 EOLw 0 0.000E °mdm E5E mm m. Fa C4�mooE p r O
VmF .l�Y pp ..°. m pWrpc 0
S �, 4> pa0ti pp C
0 u61mp°ami mcd. z�mom 0mu '[E�ami o`$k�' > ym'w°. �pi>m• wdd�$d5M'R�4 '
N4Cro•>. x.c� o dm dpmddpok >; q_m m,g >•p mY
ar'd.0 .0 >•rd v0 d'Or r^„a cOmL rm Ear aOmM
05>+.-d. p.0r U]C dNC� mY.^°a°OV YTd0 �q.0 .a Hi°I1H
Ad.Q=°Y.0 Aa�° F^ pAppp r700v ,..9 O m o m
>' 5�U5'..^md0EOWM waoE55v�.0BREcm'V wrg5�oCod�o. dd do
4 N u.U.,wuAd'r 9:. >a c0 dm dam d0 YA pM ^°'O 4d 4M6�O y EmM2 Eob�EDBE
�aoCpm 0OkvtOC>65 day am�m3�9 ac`" �ay>�a..d^dim °°baYmo�
o,O^�•4'sia8 d U •°Ww^.0 Ld Um�y4 r'y 4! "xU d0k° 7O ,C m0°�'7�e E>.r, M o
o a d °Eop�E,k �dj��do d eo dmY° bmkE .aOa6E [Ead°B�g�
YO>kM {%�KIOm and d'a°°�+'.A TA .go6t•A- Mdy aiUdaO i--'.. mY ms k°Y qg1 pU
Y aa0m r,m, °0tlr�_ d.y m0 °am
• M 0 d Y a F '17 k m w v sp
° dEE�itl°°.°r.•m��^�,Yomvo1EY"QnGom�O.e°b'c°.��.E2°9n«�o3v.°tiN°Spp°'«E�om.°o.°.
O �m.yom'� UBfl5o�TOd��'Uayb'o'od�dEAC��LEQE�=v0Aa
6 X45 J�Y Ex>0 U0� 5N 600 ��Mui3 q�.•a•813-Rs
q p e r aY �• d 4o r• M M N .� ' y' b d V .�. • Y
O Y m _ a0 .3 dJ Or0 0U�00�Id v PGm �+ drUm Col: dd m
B 0 '9pd yd Y�0 0m d C aOm0.3 �mtJjC mop.". O .Fad >>.Z4
0w dXj AE ddm jj° y;U .: S OYpd V.0mo5p dVVU.0 E.ay Y Y
$ F C E C) N 0 0 V 9p 6 0 m G r° '
W u �q 00 °O,mH 0 .•V �4"t-e0a 0 GLl 4mW q'^' Q4a� OE0 OM0a ow..
m4 tip w .Ca G L
m Ca -044' Ad a.'7 « v..m 1z. _. m m6 �•'dcdi 'r'A °r 0T�u L0ce >.m.'
°'O u E° app0 �Ct pr "�mama EOdd
A r_ O .+d U M is.4 ..'0 mad ati Cy My r4 m>•.._7 O kq >
v a 0. w5 as N
^ U Yi 00M0 0' r -0 W N a 06 v dmp
e m a 0X 0>• �4 Y mY W 1�9�alyNv O ..• •Yi ° 05 R V w ada '.' O UO V±.: „'�'. > ° mo iAO
x c dF m'L� m yyo�u++ m M m �¢wm,f❑ m n$
�+ V 6 N 'O .i .�. I m m R m $ '�" a 0 m r m d W u H -•
I 0a a Wo yn me S n OQ d q �k du C
1 i... N I ��.• O YO.CO
(! c ['•' OY'd Ca N•.•^ .2 d m '
cc d4.c E �° t°a dU�tiz Oro o 6 ayN•�Y
II.0 Q qKo .9a E4 ma° » m9 t3<�tgoho vo ,a d$,F_, °�� Ooa 6
V 4d�dtlm6 OL n1p)M.p J '.qvo•=HO •OG m 0.^' q wF�'� ;3 NNE ° v m
0' 'g a Ru 4 O .a0 R'io mm N m an ONE 0 y 0 t°aa v�.3tiY�.O NYC 00HN.6 pY0�4
N mo CGC °CiV p'�0 Ow m mG °m`�mcmim u pai, 933 u oc hm'omQa- oaiyYm ad..v Ed $> yd� W G',,,°. �EvO
ps nH^>� q..0m^N N�o2 L PL N`• n d �RVGa GY.''.a•L0 y -boa •...Fp U'o ,
m ma�.L 0�O dd G�.°i. m C NB,,, �'Od e, mt°2.0 �CdiEOpp 0o.'GaG0d>d0.Yad:
d A r0 .-' d o -- m y ..
® J m mX 01. •p•0m iCiJ .-•�.iD a aEY b E0r d m a'Oa N'O0U 0A0F.O • co
o a+.0 p ;sSoow i. way' o'O vSai S'$y C'OC Ru5 5 "°'...°.'.cm cdG gq8c
9 .. 4 p a4 Y9a g' OOa m$UO Y•�. .0 �. m0 y,F,, A.5 °'°m Ra...
9 CCa .i'O ^OY a..� °°'° .Oa Y�O,yBYr+.ari u
.i .0.0.'040 ds 0Mm mm yd 0iC �pyy5''Op dm^M 0mm0Gm mOumla•0 5m1 szcd u 9
Y d0c �-domN d 0
o r y VAu, aN
u 4.. �.rr, opG�pEp ,oJy 05 y°m aypo �d�� 6�d 6�f� -o WC1 G4�A w n'°'duwz 3 m�Co Lnc4,
G0��06 o6p0�.D0y Bd aye Awrim'Ou r.nQdndd ^Y.."(4} duCNO Lraysm _0 ,.,�
r� 5 r -Y 'O3 r .-' a m NN 4 °mm>•oYO4
��.aaom C°v C'���°d.4a p4p�`?H �a m0U m.Ya °UQ 3Tu mw0 °dam, y F
° Y So M d •.. ° a m m G iJ A d m t-
M- U ' .^..a 0 ^ O d m 5° •'..9..30.c _o •o._
m "v��x C�°C`O'�m'$OC «�� ��pri3yaa.�'EE���co d2� y5aLmvad m�d otimt'v r..I
�G°�mdY a�0u Oq'OE m'p U] .4a �.Cc.o. 0. tl0 4-'�.�. EYpp a .9ncma' deli
'y •-. G C s .a ac Y_.6
Ym .0Emoiodo'� O� 5•1�y �+ mpmp mpo RD mro�t�$Y a F a07 dY Nq Wti.>. .°� �T
Ed d d u d .F.a >d• w 0 u m m a >` d a >' d� .0 Y E .o d O .O � E 4 C' g 4 0 C Y d O d > 'p amp h a
.0E F 046 .. Or O> 0�.+.a d 0YY_0 p4U 4 9 X .. ",; 'a
�da2Y98o�°v�mma���c6R°� e8° ddGc��5�p��MY�E� d5odaM`dc�Y>=m�ompoE�$o mo-
•p Ov +DD mda G�PY B5 0vW o WX S° -'U mYw�c,f� 0).a "�
0
wYo-mmp 7iXobM�'2�pp'�� idair,� ^�d 9.4a vK�r-.N2cdw y,O,,pvr.cd o'wU
r a oo> JJpp,��Li�vo ppw' p4kr ... 9vW4 m'O pd."O d�dOOd p ,
0 0' 0 0 0 W B d b U.0 �-' C1 3 V J tJ •r A a d a Y ''.'J a N ?' 5 m o m= � ono —� `;
In d a3 uJ l v U O G i `• V y °: v V -� rn v w •m u y
a du y,G V�O mQ G L •-'GOV o yOD �L, dwDm �'y p Cm^y D.O uyv_e0 • >, vv •.,
S > O U� 'U
eO O y'J v o E a E p�" K u� cE '� L o E N m w L .-. C g p k O w O •Vi ^gy m W D O 4 n
O O 6 D .' J N— L d V V .G �' v .G c o m 4 n fl
v
^ U d m L v m w ^ 4 E
1°
v m y V D w 4 G u
U D .C p0 C �i L• u G C a G d D v m G L ❑ G v �' O U �' m A L G V > v D G p X .S 'd y a >, m
=% h W Y w L G ry
v0mO7mp°j x uv" Ga�c'a��t m,O .CG m=>dy¢i MCu NdGODO 6�
L aN�N 1
_coo � G^ uy .� d t
'C-)
m m a C 4 Di t d 'O i. 4 [—. Y`
4 O L
J O N
. Q ^ X G C o C E. a y V L U d m c J G m 2 d a O" v •' v≥ 4 v; a G ,C �' C tl °: �, a d L
w m .G >; aJ c 0 r 0 C 4 � E u m d � E• U m v v O _. m ✓. E ti K y O
% yD wy E7>mmx9L o u dpv VKv Gn'O G ao4u .� J OyC V0Gy`; �' p-
y�amiOy�.g�d OaHi�C6T9u W V v LuvU C V ~vbo>UO C'J'Om~L Owm�G �.9 '�v>OCDm iT.
'4 V C J •� F C G O D^ a �^ 4
p m yv v a,^� V T--b.cbum 5 tum u
.C 0 Fd a+_Du Wm .T
a d La tikJi Mv.4J�e'E Tj o.., y' Xmm0m Cc" 4;mw.Vi Ec�°i 04mwi°V^—LyL '�' m3''O Cp �t a`,a5a >u, CLi 0g'
a m z v H v V a5 m G' J m M m u a m J n E o u J o
noo"'s-� �jHbZy •Dm 0-0wg 0D0w I H ., N
b N a a3 U ^ V E m C a° 0 E y gq w v 0 G^ O H J J Q L O s C k p m E• m N
y %V �j a2��� 8.°. m� omH o od
Z�oD> w0.0 dby�u�, oS>cd-CA .T yoptv�' Bq ,qE$'
O > 5 K ADD m H> N T b ^T�HEd^ 'p .� Jamv .C JaCO�upr mm m
• N •,[' �.l .C J :y: O Y O D U m
S N ° " d m � V � n V°� d v m
D b b td E LV`! m
ev �mEbV�pp or d°Jg °bbmEmmT >WOW KG ,° c o❑
a ' m 5 b E k w 4+ ..+ ay� v
m V G
qp D C O OG1_='N^40Ob mm p� V &cL.0
L a,oE61 y>Qp EA OE -0 .�.�p_ti ��?°m EDLu4O m`°ia"m `�-0 it
yy i.y im3�
1% V ��c`atlo�oa"os'K1e.�"am oC e3T�a��y "ac ceitoa y 0 �9�FH
t pQYao¢ oE�"Y x ti T°B asg scb9"°��n^9
.., m"b a
{..CCGa AJr'p0
o uFoo>�N8 S� kg b 4.5 �G7ai
1`e Cd m �G2 g �°a��o6i. °cc°
z� sn".'roG 'F�E`'
e uqm"" 5`° W>• HmPCa° BCqu�>m9
�°�wv o'v.,a6 3 Wd o.v mmT; afA6Q mo4v��9"u., ae WSo 5c E3p
v> ow 08o HgO ca 'ado $o�'g 85 �38�n v BS�98�B 5yF'J` d Ii
.-.c
2fn
C Gc yoo� 7Dv m�Woo `o'°'`"`"'°a�wmomF 0 m7�9d 7°W dLm,o�Couc5C u�yE9 0" �".Ce
�' DOmUmd nH> ST 7..aF5��aDi aV V V a yye.uV Vv da> vy m ..�mb VJ ULDb w� J .,r c
,Ov C6 r:4c iw.°abOb��C°a.C O TOy E V COmD4 V V C mA y""' —C) �EEJ 'O w. 6ma4D
^ C u m V b V. O(`i a D y v u V (..` a f U� D V uq U U Co a T 4^
0� �ddVYm C�vi 'Y 7O mJ6 O EH -a mO mU O,timm^ `G EE> >0 am Nm
c 4-) 0C °-E
mE� T.3 U Vw ai^CF, Vbd �i H�Ny m ��y mvmq1�C a� 7.-.a 0 U D n3D.C
1� a �G�aY Om �Cv aOy O0C aim m_p Qa c�c�vjj 0OOyyG ow° �+v� N V a~�Cwv T77 a 1`O m Lo
m C V 0 0 w w V m p O m pV0 d O a E o m .^m. 0 4 G Y m m G V a q .. V V E d y 4 m a a U y w D J V T
.� o o J E" a H uyy J y o m m m° H E u m St N H
K m V d V> d a° O m U V Vb V G dmmm`" U d 0 V pa O CA O
u u a m L a D w 6 0 a H m m 0 U
C m X u o V b b o v> v m 6 o u m
U k a V T C m
.?B „% OB " ^mLT `..p JXwu V wmCH Si .0, , oDm 'ag "
ym �'p mma ub Co^° 'u, _'�mm m0o5 vv�u� � pn�To Qw5 c' - 0CCC��3 t
:.i Guj 7O >'LC U^ 0N G daO77 TyOujCa a
Uv4r.. .O '-'�7�L`md E^m o�bG �bU dd o
CC E
v iH, m7 —OOH o G a+u�d�(�'�
E4 o�o m,mG ma°. �o4GmvD^m auav3o{�{oy.,GGC3 o v o� Rm'�v�{`aimyi�boaa�Ou'v�_aUJ L E E
oF'O. 707W W�'oo oym °'V'
fl�Omteui]v6OC.G O'U...UaVu a4UuE t. -)LC -'.Jdf CO OO OO 4 0')U6 LO END
' ds^i�Jm .^.Jt.CO
�a!>vo�o Eabipm°� °�amiy a°wyu �5
5 ooco D>'•au 0 •o 50..E°E„ °$mawuE..o E�0Et.HE2CJ V HG
>TD� m4oOoc Dyo �°$t9pa oE5vE� ��4ED By`G v=�� C�SE'd��7
' U Q L v6y�J m m m a m m yi .. J 5 a. W u O E y my m" �' S 0 yy N n
u ODO mJ"L Daa)"" �O�Om aVV Vym 0CH V.y-+C 9VT aVE� m YUH 000'ry40
O�04 TdwwbJl LN V v°aMf]� mD �^a uC um amd V Hyy..
0
00b° 4 >°
w Cm V V ma V V..+u�+H x2U� yD mL> pa U b D H �. 4a G
b^4.Cy a'm mQ1 C.p �9 mHmu?��a md'yu"��.C dL,G�L b`V mol•E�' o L�gmV�
•
mYJL Em Em EC'S'aim Emb>� a..: .+O5�mOJVuU7 VUOV5 U> 5 cdB^md Fi Eu2H m
yY E.Vi Q7 mb ��y ��C(y1 C0dtb bH JKC- V DDJ db5.4 ayi Oa _UV H .ym p'O'nV
L �+ 6 V a m" 4 H J m J G C. m W V U w m J m V H V V D m K
Fb L JF. �jb JUJVV'OHSm�. °O UJU 5 04 �?° ! U 4 ep7p
0T 04Od4 4UaH >yHaCi>yLBau u4D' m yy md]'CtV UJJ UUmy��mgcV >E LC ��m>�4
mDm ^#'BIL'y"7t'Hi° CQC6J+ m.p mV V�H.C .�u>�'_.V ��'EuB mJF J•d°O y �U°"Q
WdJ
ilJ V ^ L B f° � 6ppmHH.. K d Ct E�0`Vw tmi GD�n'�j�J.p pu ��i U"°O C.C � U `dEd us'n m
E .�,°�uOop JO wV maC VCwE^u...m �s.C .C .CmO� VUmmGa^Onma•u e 7U H CE
�1 aE y4 ` Uu qm tiG. V U EC VO .pF Jb UUGti `y Cy OUVCC�
o 5'Uu ..� pBt 5D Ly.,yEmyKKXO G? O 9,.�. Lm"b m uJ� s'-'-
m
mw� p
mE 0 0 J] 5 6°^° 5 0 m V m m o 6 m
U
6 m O U m m w m m :+ U m U C V .> C %-d0 3 w O .r V m 'n a V
"-
0
D
a
a
C
9
0
C
C
a
y m'p j G r" m F vai D
J t 5 7 7 7
omaF
ai L m O
aoF0? n�L E
q m u m m C a 0 G 0
oFinarim-. u0m F"
O 9 t
U gAmPqF Oyjb
U v U
4 O mT G p m cc)>b 4 0:
q F.Y y7q mw..Cm Vy
m
X _��yy�U•O mL"09 �V 9,0•
o�Otic�vFco..�q ,.,a,
. Q^$E9
•-2.o
m .aO,,.._ aJ .i of
.. 01-. • L 0 v d a a G b
�.0 .0 aowy^. m mmmCO E g a 0 am aF ,
O 0 v
0 '— L.� mmyy Q a
m L m N G o o y 7 d P U O Z 7 q ..
OV 0y ny Nm yL—O=Oa'O O_HCmT ?i
P Jnmaay ad yymd C^+ m ..' m5 y ."0 r-' '3"
F y m a `y a
m Q L p y F O a T a I r
yaoCO �EI°..a 4°OC m 3yw ...P .DiF a6 V G 0.L
`-'y D. q..OFFDQeyC04„a. Gm -pN my ym Tm Gbb—GGa� yVp
.-aim wt --o° "'L Q. Gaga r`C
0 0 O� P b °� R
F D O
CCarL3 �'O mm �.�. Ty Dwgd G�07m ym �maa yo
n.�C
�G'O C�� •.pmaa.a C ma6 wwc7 m�R...d aCiv y5 rya �^ Qo
ammF•m9 a> o�L�oG EamoD — �Em hm ek
6 D Cm w iPJ a.Y.,ti Vti mma m.'"--� D aa.� a-0�DO J wrm^> Yomim
qE^ d aq
m a'Or
I
'OCa�VmUaC 4TJ 6v mVi'^'C°❑�m d ma� wU�a",CD �J ma2
a��7mwrvm5 N.D.. .ai 6 n9 mBya m E w
p pp a d
�a da^mo K mE5°ma"i�atlmmCym0Pcmi`� °emoEc�
O m" `� MO
G > w V mw D p G s a J 0 o V J O a P m a F m" V Y O mT O wp
O.0.7R
[1 � pay rND 0Na �a m W"w A.5 Ray O^ Y� gFm
ccI�m yy n m rsB�; — ce ��pcpw
Y 'o
- o�
fop sm 7 O D tl O
PG �'OOE K•°5 V " O.a�.r0..00 �N R g4Kw r o
23x0y epE��Qmppo���s� I vim 5n
TJ�J yb adpr J::DD Iv�'�Sj yw�m
�� av5 p6J%a, 7'OLJ^A {m{.. ..Qm N� NmD um K ro�A��
> Ks C��TdD 6m O .o _p mJ p OO tl,p m9
CC"��' w� a ,aG>0 a0 vm Qm"m Oa^ aw.000 0 a Qi
'r9- p m Jv a�p5 R�a>a9a❑.m. G CQr3oFH�'
P
fl
u�^y$ m P mmy2o4�dp.� 299A > a 9. 6
�p.. nOO She old 3G�C,'V _.SVat .
-G6 �.-.my ...._ -.tea.?_S._,___._...
. a w w w Ta a" -a G�:.cv 0�c u O Fy ep0yp
C ... Ema O.°.iOmGG NOPNo w. o�'O m.i^Om OPDDPayap Oy OD "m T.°O rOD a,o�
o $ a s Q o G p a J E W $ E O w A G T m P w O O y m 0 N D D m O y U1 p 'a.,
"p
m d
S � wD Oo p,� G�'E Cw m�mOm G VWSO5OFBC RJ0Es Qmm 0 >mm
p
4 d�pmm� ,��ma.., R•�D�O. 0C:r 006 VmvO�a G7 w'D'�°U G�5�pa.0 .3wxD
j�� RD �i 1q Iy rw mD p6 a,,,V
J j °
�76 "5$Jy aEm�,�.,a�c`�E5 ?,�aG warDq aY7a "OG mO'O Ta vwwa'O
,•• ap,Cp rma �,..� mOOwD ammRm.�.. TGd aJ m'O�UQd.mLaD Ry N aw mym m> >
y
A pM 'O i.nraOX a7XS'-, rat��DC.. w..w0yF, 7p 6i cd Em>i0°E
w'Jj 6tGp
xP yqmm��Gd.yOJa ��4ma�ee OA.m+m as Oy �myDOGJ wO.T." UrmoU06x b Ya�i'O yRy
X d °"�m�mGJ awmr l'. �> mw05 mQJ�+ti�mw°i .02s `"d a� 0"woo am^pdad Gray %"
• Tm N OO�
at Eq� u.°Ae -,C��E o� .. �rG°, OJr�Sm' c°1� .aycOYa�a�060o-E'G ga�i3om
0 G p pE0 ^>J L, �a�0 m.. �iTRy.0 ON tO`.�1wU VmJ a'O Ua ma«`CE
U y�"S wa s C p, J y wG OOm mzT % G aDV w mG
aGP O J m
O Ypw m,� aT5� Gw m aJ JDr mwO0.3 my.�y5 paJ r C" mym w
C1 Cam( Fb y ROG�J.m rp 6 YI EOM per imjy°p im".6aiC�G'UV n_6
G
°�''T^ti°� JN ER5y ii^�mUr-.1: V�rn�ar dYy mmEJ N'°�4, 'E JF 4"mmv aRB �C
d�
. y5 m..00yq y m>5 myry OE">UF�Dy7 d Ga�j ww O mO mm%.m .
0
— 000 ma3: n05�w 06 r s 7D.. r~aM« La. 6wP J�o G. c°i�o3'Q y -OED `"
9�oaTi 'So"mO G. D"md2GCm m 'OurnapGE❑
yr^,a G Jp yJ U h 5 d ay Oya .pJ� O mmTJr m^ d 42
00
QSy'- mD �� i pSi E'EwL V a G w
N>iM mLlG.�B`.3� Et0, m w0020pX
sy"py6Eon 'vmEea 4ym.� '3 O° 4m�xovm"vo dam m G cai°C o cm �'a,m
° aw wDv0 VJ G "Jm .0 � UUnqq RU >'dawa d J r0 �,r,,, 0O '�.alvy mG
O 'Co oy �$' o�.g' ( �'i. J ooym°Ej °:aDm o� a7om a`J'ivo a�C o
n"off dpo fl' c $pepr, �C,omGm�.oOFa,M�.C. mz'Oj '5 O�`°Cdd oaBov^OU
O `"•"iw OWE L".�. >aa "aCr9 �rN Bi •Td�� a,oy,T.Vmo '" 1- = �yonuy a0
m GO w �'pv �-'U G"o ism myrB a E.0 G oa >mOw
..Jo y5 RJ p Pm00m „FP^ �:;I POo�U0 +'Oa 'a'9aw0 'O'O a•xa d0mdm �
��i .05 G�5 G'Owa .: _Sm aaOa h!iflui
> Qa
L o Yy
J S 0�� d 1.6Om 0 m> °O ti 9w Km5i423' P. TmoT d OO.0 s
m 10 q m POD y aJ E.im0 mg EE"J��6G y00
y"w m P X a 5YJ>E5=9onR
Mf �JEmgdm yPiEu�"Bva,'°J" mgBarDmv�aw-' 2s4mE
.pBEw'�2s armw OV� p.Q mD �� wW awU mRm may°Jm 6y+N,pd 6l.'m
.p 5E�y G.. °s mtrmM(i]p5
�'w "" pp s !D7 h C oo aG,., 'ExB''���i�'Jll
G cv Rms �`,-'p""'o.c "EoUmam...��,Zro=s0 nwmd6 GE
I
11
.1
P1
I
I
IWy ~CV V � C� J.` yoi vvtll_^ Y �. .v.r�L`— CO O✓.C uC p— ci
R 0 po'-_, uc •)cpmm
❑ y G O, L O v d C L O m^ {• - -ry. tl w. G F a. u F' .. m m n m Vp m_ m m m F m
Q L O" 1,nU'Cv — Y =Ga+ ,D6 a C%CO 9]v:u> 6_E G L
.��0 RaLK�Om� OPO aU�C�tl�t'O p 00NGm �t'O i'0=aa�❑i Op
0. DC) Y v, N O 6 6 UD �.d c.+ c,a CL n>,xm a� o G m `�nLG nEo
.� > .. .C(5c°'°
c, ^ w N D m .., o U fJ --' V G •3 0 ;p V .O_+ m n ai m .. _ .� 0 E
a
D N a L C U C �' > F• ` a-. u N V C a ., O m �i 'O m n vC
d O❑..GC�N Ct.�O D C Oa'o c'' a^ -C v�' FT. vdvw Oa°�tlw�m�T'N`.�
0.- _ C C N n E c� v L .C C O '0 0 C L v; n L
C .C p u O O m tl 'O U —' O .� .C r < i.. c .C O O O C �' "� _= = —
wr`i O=cLi t., 9i n N U o ci .o vi y N P
.. .. o — cE�ma,cny—c—OTm 2..xmmGE�_
L m v v L C C tl v F a ,� O N p a -� >, ` Ina n a N o o G c a w
.±3 y RJ O N ry U .0 'Y .n K E C p m❑
C < n X o O C v .'
PLC = �v �rcca�. °x��,.x
C x u m U mud U � m 0-c a U °' L—• �- — G ,- ... o .. C
u UdUEcmNaP �C.-O.Uw.p E'O °w''tl �0., °i00; t. m�='O z co`y �p� coOc�G,. —'OO�=v
S— 5 vo a _
dmh T1 OPi .Ui==' U 4] Gxvm6 Am G n..O mm a
v m U v u U W d m U P. 6 c x G Q G y
p >mwnmv uo, nov
M
a y�❑❑voaEE eoVm
pm:.m�Uv.^.Ovm^ m•-•n�UNO E wGE ¢ „udEa'yu
'J Y❑�wim Vi m r -'m wNTv [•'J v.aKyNW "'O.C L3. .C mn^L+V n�"GGOND �._.O OLy t: yyC�a+9m
C EP u.-. w.uP W...P 6( y m m °�606ya m m 6F m E 006n ❑O m c0i ...
In
E 0mOUD Dw R❑V m C m C w w `�' w Cm w C04 vm9 d " d`•� N
'9 �Cu•pymL_ m° aayS ai^A 0 0CU pa_ GUoV�0E> ow ii"C.C w'A O is v�3 EU �v
tiWmu,a m`D0 �w a,an 4^°P O°,C mY6CU A yri,_, ❑,4.�6y
j C0070 W m pm �wpCu m m �U a^OV •
UL�P "mPwmaaU Um O.O.. N
_ �c E it aJ u
uU Ow N 0 w 00m°0uu `—'kA0C°.. ~tl^dm7aUm.
= mvd005am EE�ti��Ea"" wdo'd uvi CCO Eo moacmomn° v�o oDoS �,qc,T, °❑v �yo
❑ U� vv�
G0C0a0>UV�'omi u.oAj•'0•a�PU0�Gv�0'�>GN�... 1m. 0.0 dm M al 007 C 'CC)
�. ^ m m W m u P m J] V OT u O _ p A m U U y P E�« c 0 m W ... GN a ta. S D❑ 0' vi y D _O
v�AAUa�i G'�mtl"A>p�mya+yw m4 o P. -.U❑ mPNUPwa+mUm p.Km EOwuUE6M wC 0
•
d dqmd EA 0. E P ""aA +�>m JJE OAGOa OA Ow+
.°n EmY^°mmo3010d 0004 mo�oEEaE�^ mtE°cou„J.00m�w maEA• v wed°�G.tic�
o a Ev pa mp Y Egan acmJp�mam ^Ja OS.cx-8 E vvcJ
Ovtl 4s rorw O 'O.-.Ova'EAm�wd m do0 w �m=' pCOw v Cm"puy.+J m�
,0 0 9Q ° d wo°,w0OE y.,Aaum oa,p > EEmA 3�o�Na�mmY` owwoo
t
d q u >mJ��cpw oopp A oom _ E
JVm m9966Ji v•^-��.A--. a �E GmG^myE op�omwy�,'p,,,P aim ww.VOA"AN^U_^m. °E.m+'C Rami ,A-,
o w ,D., Oav m,. l mo.. a�i a°+aJio i=wa9'°^a
--
UmS m�oE >.a oY^wue�ma'amau `�'a on^D>Vl 00
.Q 0 a o u .J u U > ^ .Ui .-, m d
w w mm ap>W d oov U m,, 22N�.mUU;.>UGm�O-'-Ow au%�O>A.��„ wu0 u
m 6 m m >C o .C
U
�+ m >, m W N N v �" U a) Up 41 ❑ v m 0 0 °� U d v U Cv 0 C m aC V a) w v m U w u v
C d y m m _C > m .. ❑ y o = w '� C> w u J? m P m^ ≥ m N m v C O m E C x
u0 .. EYu jamimCCmm a�i U10�0❑ �O ..N.m V Ou NAV N7>omA m� C w way �y^da
w•p my Dwpmp
ma 0SnJady.C°�Jv NLt°n voLncmocoEn>SL'
ypU m W m N41UCv�"mw ° N>a �'Om aampa; `G .-."U DEH uv 2E Juuma ❑yy•
0 dw
P GNU co
QY N ❑w G�GNN d O.+.Li U^O°oaf U^ EJ m G E^'O wOyYNO
w JY 0UO• w.w 6mO .C
O V O p L 6 O4 C v m m U m o v �.-. u w U U u 0 O O v J P m q y A J dma m u O^
r^' FuC"u9 ACv wO .O Ul qm�T°P _Pv�^ TU VUCu �a>. 01wv NwyumAwQC._. ...
ObCO'm0 a)'�mmanma) CemN'OvmJ_r-' v G�Oym+'~pE
ym 7C�7 aiv t�qaS�w'O yU,`j 7L 0�aai 'O .'30Ui.'E�nma
yiU❑6mCUmUU D mmu� Nv�tly Na�J:�7.Jm. UJ 0NCv OE
V FuE�m^mJ Eo °'.,mA c�iEa,J o,u :;"O❑v^S 69PGUm _E2�3Ua�dvd".3Gmu��= Eaa)uym��
U y 0 ti u O ,Ji o .vi ❑^ m^ G m P 0 u U
a mr9dWutiE�m°'vmom`o'a ORwaancQL¢m�EFC¢Dmc�"o�h�,vvEAd��u3�mdm
um -.P UDU--vv�P ❑vm� y^Sl�y���^9¢y;�°u'�^-6°=^GN >. >+a+"m"v ❑"❑_' C E^>."-�mC^
¢mUIQuUC Vu^ v «+ u 0. m..ON-6 w Nm 6^vw U ON^ m Ov
`L_`� U T vUwuPP a> a"y0u Ad G•'T_�, a coN w ',
u u D m N w u 6 m u u A m P w❑ O O N w.. m +� �. v. v N E U m ..0A U N E O m❑ u v m U
'A D A w A P L o U �• 9 g m C a m" U •y pp O w U t vGG C cmi .m, P U G G u m :, E' F d o E spy G O
m U L 7 uuJ�. RP C mA mw.i 7 m tl m m d m ti w _' O y m ^m C �" c0JN A al O0. D O314 U�.
�md9�CCC� tlR �.O V,S�m0A'U �Amp�v{u wECOa cmi�90CmhmTV gzNVR p�
a m w w O o .� q M a) al A❑ m m E u U Q .-. " P m a G A 6 .. O^ S E O. 4� C P v m ^ w..
a4' UUO-.-'t..C KODP�P.O. OU k.�mu.+ Ou my EmU �:>
m y P .� ,. G
> -c pp .. a G P U m a+J y,�•O _.0 m u y w L m y
c v U U ❑ �, .. J m J A m F 0 vUl P m
�oO��v�.O.A ONmamA 9>.an°U oC'°J'79UE E°F._mn mPC0 �Q .0 yO DU7'oa
.'3 C
m ❑'m a'Cmmm{. uA ami c�aCio Gom.-. zu dmm 'yyE o..,w N yG❑�c0❑Lai a,A a�--Gd ..
covL V m�m Wo QLQudEV 7Cv'OL q d�a�Cau,v ~cD `�, 0✓i mvUennI.
❑ L u O m m m m m j V O^ •CC0 ^C c0�
O U W m❑ 6 R ...tl u 0 A m m y K .. tl m E P ^� C o 00 _2 G 9 W 6 m O J a oVtl L m
iC a hCa C E
0 Gm0ua>>> OUG mwQmC�Pm mw �m °w¢ m ada^ .-:' y ra,�0 GA•".0 oRabimw C v U.O.,
m ma+❑m 0:a `.
hC AE mmm OQ[,fld u�-A m mOw❑ m_ma '°.,,> yJ p� ,Om wOtl °o$' mFceo
S °mEmcL°m�ES3^�o StSad�mcua�^fin � maE 00 ��°oy�J�o°n�'da�Gm o
' AumuDE mm m.-. b m E.� 6m m.. u.-. a 100v'O m.=.a uu JE mvw EvuJ mQ mP a v mJ m9
01 Q O V O j L w o .O G v.`G' ¢¢ O p K O L m a N O d i- a� 3 m i= L 0 6 L C G> d v D 9
d° d O J d u d d O u E d d>= Y m J C o d J d J y i d m G
a 'O m 9 J d C V t' o d 9 m ?' X m di y% a O" o O C O 9 C U V i' T❑ 9 m m J L° " O L N ❑ U W❑ g 9 J
d% d JLJ0 .. ¢ _d >' Ld m= -D5 ,Oucy tL 85E_
�' C m d C �' E ✓' 'O u d j p d (zj d v L m O V` U v° J y- C r O ro m O_ m U d J L u L J u
m y= R y d mi m L C 3 G v m J O= C a V T T 5 a E w L m O.° a: D C C V a G v�
w .. E,- W ._?v,< aC o m d_ d G O E^ �+ G-
X C V d 0 I- N m v C= u O qi - C 6 w d d 1= ❑ O 0 J C_ Q p� a O=
d V ❑ C L C C'�'> OV j d d❑ V n C U° VLi C m OL Jyr u ❑ o.J.w OC ,
J m a J y` u C r m m L C L T O T^+ o N m V m L
Jr yN,�-L Lr J"'9 -L CrCy❑?[ OECm^.d CJ L.aO9O=W EaoofF G CO
N �mY=OC �.`.. UI .Om m 0°a9i° N>'T mw.m°dm JC9=� ESL V CEc �aE5 5°Em JE«
G ¢C K3� OCti C�
v❑ v K'0 O d V 0 C J m 9 v C tO. 9 C C O m> u a CO
�+ m O u C m m G J D E 0 ❑ �° d V J r O J O v m ro^ m u J
i E 9 J O U C C Ldjcju cc) V U C O m C- 9_ O C>
m ^ C L O O J❑ > U C 9 p V N ro L O ❑
❑>.OX a.¢0O•-CNJ> O —U T9G NE'fi0_ dd-
O V m❑ L J''[ L 6 v [� d% T 3 U C J d v N D d b L y Q U V? O� Oh -
0
O m �vy1' O V 1
m GL J m V__ f MGL d_ L T `nL OL N V U`.J do d ii OE ❑'�— d CJ V d 0 00D GJ V J_L C a�� KDG�i. u/.m d
9 J y D L J_ m m m m V l 0 s r+
VWm U S'UVmw>TdLOC dud ❑dLD O> JrL�CNdu ?iDGVO mmi=>.. .. u.o aYOL� GRC❑mu9NL
C 9 O �' — ` C O J C 0 L ❑.`. 0 L^ L a° — n G L e U 6 w O w u Y 'O QOU E m 9 C O
m m-� L U m L > E G V C O y .'� O= J^ �q J m J D5 C L C O C J O •2t•°
J m Q y
O dr COro>YjJ�d..�C =Ja O3u Wo Cj"mOc i'TFm a ❑TO5m m J"oq�!-' Ja m d�cDJm�m "�(-,��m�' ,
E ti 6 5 m u s0 cOo
o n m a o 0 0
Ho m O
a=mLa,'°,�oouc 8.�od�DdL>oToK>°odx5;�mnEm�a 34m4v°=�`mm�E°L'�cEJaE
J "LO mX_�.OVti m�-.0 J�_C-+Vvm_Y.C mOJ m_�'o�L�LOO"LOO F.O mO uoG >dmr m90 >OmJ u�.mv >Jmu U..m mu o Co.a_ Um_won JV9O00m JOoti9V
C
V d Cw m❑ ^- sSs rDt
OOYJLi °ov,—O,icam= os oum'�
Q E`Won nd0 of o Wmz; i'domO°�vym L,L 'O X3 �.0mE 5o°va �Nmo m v -J m0
.c 1a 2a°>''ao o5or`um av�o° ° ^J' a��^gT"0 e5$o m"°A amw VocJ€��
C L m_= O U 'O ° L L 0= J 0 0 '
v uq L^ F a LmVJm❑L oK°mos V'�LC oX� m �.
d'�Lm Ga°m=V cJmmCoEdro Loc�;Lpu L>m_� mm o5=°
= bx °J'LA000 v3 .La: mTa ZfF Ealm v m m;,F Om❑EOJ�Zc _m,'> as. 344 cnya EH
pmc o:,u .L+.oc m u.. my
.a .Caw
Ep O D -n av m'O >❑, _�o on �> Sin°.G..F"i_''u mda6�mY u^ m3 a..mT. .°C., °o° 0160
4)O
00 m 5p
euc W F F an C 6 G J m n mt°
.�. w''d"oEoDh«i63o�x5n 3�`�`d�� �Ee•E5� m�co5 .�To do oo O};m mid GgoUYmo"EC6p
°
(n o"oee yav .,'� .�,c� ofivE mm uEmoxcroa m v"w_m..g 55v«2y' m�° s�S.a°o °m 66
0 5 O 9> .Pi .G B �. O L a- T m 5 m m O C J 5 .. O m. V 4 O •� 5 0 0 >^ O X O. J ^^ >
m.. mEOOS'a9 +� m•�mm5>.v 5 y„05 m-+0 m•'c 0ft 0 oL A �.3 J m5 �. Z
�o❑S'�e'°1Eo0n °..o^3K ovo ab' mmw U. E5Va-i°°OVw-4 C ze of m=Lqm 6Y aQmmS5 �5;v y�J= «ovmoo39v�oE
K�u m o$ECJxWJ5�3a&oo��?d�amJ�s5oys9°m"s�mn°'d
O m L> a
J an am c
UO `owEo L5I ...b 90pTL°•c gqB `Cm e_�a'L (m�—S O''QQ49Cl
,m,^�D5L�uV�61/5�mA-s' 0 TJN=dWOC[��X=Nu�ra}qJ.S'ay SOvdTG'�Dn�GAE3td'O,JmLm S'A�y'�rtl 1
O J r A H V V m m V m u n O ❑� m V O J U U J G J J O J V G O V 5
9 o F o d g m w j 5 0 6 9 9 an d ,q m E p. ne ,J� m a v" T y L T ro L L L —
a=35 Sd oc Q� 0 a.�u $9 u' ��K r�'td $ate ^a«o5 t esc-
X= o ros m m f�j� roo a a>sd
W 00 VL m.°� rm?�=EOLy3 y« Cn °"uO 3 abimL x55n c^ 0 6 Jmm> 1
/yV' 5 O2J'❑� 6Y mm °y � " ° u 3i —q S .-S LOQ- z 5=O OJ m r m m O m Y mm
N Sp if m >�] _ > ❑ J CI c ym v m m O c? V O m_ {L L J L U L
Cvdmv dg .�yr°o n qsc cu au 5�l Os C�mg c°�m.. vmv� v $m °° °c rw
v M 6 m S m O m 0U O C T U x L 3° = G J u g!
p
�9 gJ mam om .�r'o -f< o.>ee 3P-2 4) o.E« m�m� v•o JOJm
G XC°J ≥« 6tqq�ypyp E ° L..L3 .m,"236>.ow vm_y Jm—mmL 5� J QLLV
M� [.°.'� N U u °C ❑ m u 0 L _ _ O J 0 C c
01 J`x m5L> v F. LP iwJ3 nom 90 ILJ .•J .La❑C �'O mJC m
.C 5 y° g5E'8≥-^,$^5Lv J4'i3 s o^`m��'� -5a ,°, von .=m°o�� ao 9 m-04.0
9� n ate° �JS mir4 °�v wo Et'e .) &o.Cmoa mt L.om°m'u5EL 1
v. vg 8u...6ro mn-p 09 a d $ $3 g^,S m >i >5�0 =ipp�oxa$�
m boc m5dw4.. Tos
0>'_ ot". 8ta
lV m❑ °S Lro OQ'E �.. "`°p °°FFOi F°,c a0 0 7Wom?`Oo m��mOOw .+�m��umgULm �>'J¢.D 6i00
dt ��d35 LmS 9 nFFa. EEFEoe a3mU>DOmo^d,.a0�≥ op wooEno°> ,
ZJ9=to RTRU ^ O� o^ 4O❑≥
L o y d J≥ a m m u OY O m °p- Vv°LVjJT°.°-VGm v_L C +L `nV4m°VvLXOJFy —v --0-
- ° mvvL W m o3E Em a om o. mE'�.� to J mJJ J_ ❑� mmm JF ❑EJ dds�m ❑0 m`a ams
m
u-o.ca� 2 2 $8?"'c'g�rv»ma mono �m>^�'≥' .5 vva m>0" `o tam om `o d qSE
N'
3Kro;d°3o`m a 4vu Fa=>�5cv:K dQ °cox°� W5+'m toyp 3O0 WOZ o5pKFu
_ ua 5.C x�fj ., o mLga C$.c9 �sm5�' anE d u �0 °m°v a°a Om 0
-i amVqqq.5 W' m at° CS 5S'm"°iauy°c° �$ 5oom_a E$ao 53 m�mo $off t_ :12 ot5F
$moiZ o�cp�v a.$�s'°c'nb5rovsy5'5&''�u��-$� o °° ox3A=d oCLoa ooi EaS- '
-a F 5 Y' y V m m n u p m O m r' J W° 5, a m o L J S B .a ° L$,; Y L o L❑ m 'D
0uU>a t5*m°E ��s1. L Ja 8m c❑cv3 L_e>'°o ".:a❑v EE=F9
o y CIJc �'E $O�pp mL° m LYJ... c qLm yo maoWd mo—d v m
qm O L muw UJm=C.� J m5 GLmy Ym❑0,., U0.0m doLY Jm0 o
m5oc ap poo m;,•
qGG0 m mto L L°om m 3.v L mo m ve6o'm_❑ LJ0 ,�', ❑<o
�GL Ee≤°�Fmny..+ o m Lac_ ou.. Lea a�01 '
5 ,e Ev Em $5$9m mv=LmO9 E. mmam$moe° uLJo❑ mOAmd
oc °v nv ...�s��ps88Em�E?E 6� o m::g=�°mcm3m EB�T$
c m00m um '41F mL �aTm.Ei2=-E • am O^L m
p �g0Jm 07V -m�mc aEo>
a.
..m.ea_ �"n W=≥ at mymmLtn po E E u�c L Lo au 8 5_m _ a m
d ��+q &J.6mrom1`E{Li 4 dJ a'O2o9SdOm�7C�XC[d��iVOvv d5 '0Cc c.90J•p Juma�
o'°��v�o�L$U�mt6=Zov °>$L �°v AAveJm�0 'cno°'S�m5E �"EEcgotm"�`c�donc3c
ee�� ep .g L 000200 Ly000�
N O.
NU1_
Dv uF m'J UWm a7m 8.P $LLmmZE9 > S".v Sum0Ea J56u mmLU00 mau >cJmC z C;
an w
1
Qc
c 0
O- S— w u O
C"
C.
L J
•1 H I cc
a F
w
10
V
LL V a U Y
oj C L
J W �+ • s a m e L
a._
o O G a a
O ". < ao O . b L
J � \ •r c O .a u � U Fr •a
LL r may^ TN > u •+
Q a 6 O9 -r ¢ V Se '
m x c m C. o r -r V
E,aK q s tls
c w J C C
0 a{ E V d L> L A •y
• _n Ory _ ` r9 G u
r x d
E> a 4 c u U p o
C O L V T Lry v O
U Y _O d V
•C U)
]- cG C.j
L V N
].+L m % w
d O O
O] ¢ LG 1 O
L. ¢C
CL E a 9 v O• 8 U
— Y C L % N E C P y ° o
V �- L 6 L N~
.• _
¢ V ^r u 5 { 6 G
° 'O
O p C L C a O
Co C
O W<0V I ti a m
1 ` V V
N J N Y lI �/ (l 00 n
0 W W W V 4 V
Y ¢ `-' C>sJN n
o < L 6 2 rE •L L< L u P y a
> T ry O '
ti r r W a ✓ s 4 4 pr O
Q
O I O < N V R
I ^ 0 � O
1 V '
p CC m V ' G m m L 6 6 0 0 m L^ 9 cai O G C C 0 V O v a c C C'] o a d" HL!
o
vt-'>o„•,m> 5 m o xa 'm �+uodEt o coDE '� d•
ga 003 v, mn cio
�n•'e uto❑°� am ddG' EYti ma n3 mOoG o�SLuJ u ��
o`e C m�¢¢j°�°Et Vo o am,vg'�o La m vo� oc un—�L Es o__s.a`o
c _ C Y. u CV 6 L O m O u
D o O o w W o o tl m O m E~ a v G m p a j E O m '° E' w D v
•v _C O m•,m_ O.��YY. C GD>O t U a G�"'
a E o 'ovm v� �am-m-' aam=' Ge LD oay
L a n V G m>> m E L c v O m 0 '- m N —<:> O p%
— n a n a ° mm Y. C L 'E a s O°
v"vE vE.,t tx m. C C E° o K v CIE ma^._ dL v°tee. Y.
' m� umumV �Y O COau VD ❑'Oamm° Am .rnC di E.IL ua _m a�m;��Dy naD°ml.uOh
C um�u^Uv
7( E V �'m a m ! PaC mo Om0 so) .:u O n.vmL C na u .
• K G m> d m E y m m> d J^ n O 6 O n
°•,'�.; �4i�--V�°5 c`o°00n tl55Ec >oV 3n o� --c ^m E'°mLx°:t nm J Vo•'v >.
m N vm v avca^ FC >-cV OVo� aLcK m gym., Vm J..V V�De� �ED_vVotlfq
o�x�E Vt�O m'�v my E"E._.-.�coK.:: �:,ax r�Ov vL v wL 'mE°nr ..mJouS'ymu d„°0v
> a„ 0.y imm.Lia nD �^Am,p Uo>L aC 0029C- 5° JCa Wa
�avKay uim
V 0croscEV�omsr-m.o^hxoateoo��m y{J�o�G7u aEm=o`E>s°`cmEcE`�i�`
O m N g tl i L J m U L Y L
IVPV "aUC mu O" LL N•a N�Aam�G.°tiSk C'Jm L CV Y. U9d
m Oe.noo- Govc Q°"' --o Eo Eav c nn� .. E=.,D v`. �;
KOo 00L0 �moema 95OoK>viEx�oo m°'Jo_�oo`m4'l°.,°a=dac+�'vamm3:rm�
v c.,..>....5r,EEoa mm° v uzn EQa C aaom3E EEoZtEEB7 5a
e50Eo°inn aE=s� ��cm styC m C.C E.cu emus "m KcE�L
om C a -v `^mnt Y.0 uFOE c'Jm m.°i�Eu� —oa�EE ans u 'UF. Gmu�Ga
DoE zv.a. .0 �rem�ov`5m 9'nY� Wvv�GOKo -*��am�V0 mma nuL''s° o oGnCo9
' +nm•NiEnp6N 9D mr m $a Jtl aOu u'.. ucC aL T.asv_T
nCu Co o0
nmu TFOmL.
°LD_ne VV.; �Ve°ag° EJJ°a'v ;W -;d o G;t �cD m�^I c m.'�j��c
Y L v L 2 G m w O 0 7 O V M n°
c 5J G'°' `—]m tl5aE= °�LoFFLJovd>�°i o�" Jm eZ
>. Dv.. ❑ 9Lu Ou ��]-E L S dPu a J>,tUC > m .. pu mG V ate_ L� L <X „� E C� m
' F.�ivE>,mF-'�nmOs .,a .c Du�ma _.J ov a`I a..mm49oVoa n>"E mu dm vo
a cpo_vJJ va q>M> no a m uL r� .. pro E vn m o° V>�t >.
.[A�pd.°mD j'CJ7K000v $>>,m Ly � " J.°❑m Viuo�UF �D n=rW O Ga
Q� at'p°y _
d q v .' u vy
6 `V' .Ltl,
t �o�md�Cc ^E Ga o9 a'e°nE"❑ VS:c�c°�n��m=mvvG�
V a V°OOD O K u v d v .. u -r` n a �- u �. •Lyy+ m .. E a o L U L
G W a u J u T m 9 y tl D t C •' _T tl C C ❑ Y m C V C tl a T n U ^mq a a _O E V
Q E J -
CEE
°V
a o S,J ,v_c'-c V cE Vcc"
y
5C5>c�'?"LecGVCca'aiv≥'crynoc'>rVa%^oa^>>Ua V��''Ce G� mCGYpa>o
'
S.JOvoao5�$maEc3oPivum.+>vnm❑�°1�o` �ys u5mD,S>`E y°g5um
C7
Cl
Cl
a
°E
n
Q
a
0
C)
s L
F o
9
w na
-�
J
N
NN
N
a
V
F L C
4] V m
N
d
w a
U
d t�
NI.
I.
^
G Qd
\
a d d
C
a
Co
6 G m
i
< u d S
CJ
y m
o
N
C3
en
rfl
z
o
z cv
5m
cC,
O
M 0E
v
EE
w
sd
F YO
w
m
e
p3 m
L
r
6 pa
d
u>
O
G 4
qq
W L S
S_
�'
>
C)
co
� 0
K
-
tn
b
w
m
-4 4." L
K
�>
eo
qq qGa
S
mt
F1 GOM
C
C
(M
ON
m
Y d"
U
d
0.> A V
C r a m
x
V
o
�o
V V
z'
a��
O
II
7
d
L
Jri
y
L
o
a
o
.a
a
—
a
o
u
a
a
U
a
�
X
E
a
C
G
a
C!
K
o
5
E
E
1
v m
a
e
or
m
E
a-�
o9
m
FN
m j
F
a
F
❑
.-i4)
a
p
9
t
F
C
V
$
m
9a
N
a
a
C Q
0
7 ti
0—
O
O
m ❑
m
w
Co
O
>
y
Q
❑ a.
N
Y O
g F
Y
V
V
E u
N
o
R
gc
yF
C
of
6 Y
p
y
D a
K
m �
V
a L
�s
g
O
Eo
m
a E
m
w
t H
-C
E-
0—
'
o
h
m
m
m
c
E
a
v
a
a
.4
,
m
€
c
Y
.00.
o
U
�
u
O C
p J
O
)
F
o g
T
.•i
,
a
M 5
S
-
Y
Y
f
S
11
[
p
m E o
W I
o
of
E
S
n D
'o,
am"a
,oL
m
v
r
N ^
`o m
m
m SE
N
V u
O
H Y
K � m
1
i
m L
I
a
c
Y m
~L I
I
N
I
,
yyyyY
Op
I
N
O
I
o
I
I
o
�a
I
I
a
uN
op
K
X
r
:5
<a
1
y
I
V
m
ti O
O
.
a
r C Y m<
p v m m9 v '
V
4Cp o m m
W�V`1 F a i-v m
a 6 J 6 .+
• o t.
e �- ad — 4 ,
v u o .C
E
X o ms
u v
'
O L T Y W
s o ^ m�� .�
u U
a
Ct T u Y Y u m '
u F v sl m u o C
R 5 F a w L L m m F
M Y a VJ V G b
'. M
a S G 00 ohm m�
v [Q C u H
.4 v Co O
^
K o u
m w
w W y m O '
a
a 0 O O m m J
024)
d "vt
Y K
y Y h
b d O Oae
o
U b 0
a•
Y > V u
as uA Ej " KY� Z
O b K Y O u
0 ^ F ^ y K
a <n to __ ALL O
? �m yg __ o NYC
N r m K ,
�7
C
a
t
0
H
C
O
It
v
V
t
tt
V.
u
I
I
I
6
6
I
N
>.�C v V
c c � p m "� m w E E 'w w
D C-
�. - .-c___
O 1. C O O C ✓ L C C `. T c y
i L N U O• h V v"
[.: u F [ II- a O .� C v C c F i L✓ O Q C . C a C 'a
O Co O [✓ G O Q J ` J 6 D
L-[ C) =- Ci �'..n - O G V C L C 6 C L f F
C C �' v C V O C L C E D '• L C v C L U G Q 9 'i; L O
c>o m QLGCOEyC �XCCCC .C a.�_VocVa�°`o -
L D" E OE O 'O w L tl O L U w F j L am-' U ' a"
�cac., _ uo�Ec •_ m - °owes _eJnU —
u u C m ° v L [i 0— Y tv L° C L L fi G C D L y- v L G L v. 4 C L L n �.
_ p
w w . O^ tl i O G Y �. .� C C L r c _C C n O t �' C >> - O _' C 4 L_
E9` "E.`..L-,c �_ u�w ¢� v °F °L"yc"c V E co onuY�JL c u
C a L L Q _m L m L= C m u r E' [ Y _- :J C-
-
x L L C C C 6 m U C c C O_ _aC- C` G c[ o L O L d
flc
.. N Y v- C ¢[ t �. Y C C C Y_ C G O< O _ n D -i c C
G J 1 v C-... ¢ C_ u '"- ry " L q r ✓, C C - u p tl '�
- v L L •J C .. �+ G C O C L .� Ec - u ° `. ry F' ^_ C C
u a- y n u 0 O L w 4: u Fv O :r. L .r, v .: E-- C E > m° Q C 1 C ty L C
c v¢, ciu cam, v E cL vo. _.L'ot=�umvE^w`cL+"wc°ia0
L b c FC C' w L o m v L L—
3 L O d C° L a g LO L J L m 6 m E V T[ m C j F m E 6 m E o Lu a a i m L m m T
m uau 3 m od L`_p coRa RDu",aE °
✓LO C° mu y3— pfE n Oy L..tiG.� w Cali— J L C e
Q'm m�:.NG'..0 �L C utm d"d'�cJ[[L'O °XII_T DEL mL a¢(",GE L_Cd¢im ml"VEcf U"w[d" k�V
vn 5 d ULu �`' L...U�pQuuL u"Ld d m Lm_mLv m" u mP. dL dug A oN O m U LmW"W
_E
9 ti d mu dF C
L m mn U
m d m O u m o C U L aac
a L O u rp m — n L m E .-a ,-, Q w �, M -. m d L d O m u u u J u u
O L C V mL 'C m C L V d≥ L N
mLmQom a mac .cnL.d.cac4od1'�iEU o.L
WE mXao mQ '�^mQ a dm_ [) u mm
L 5c" J O T
X u t O c U "I-
4) u .a E d ppm d 0qq0 p9p�� V. E - C d ti L 9 O m C C— E O
a O M L m L u p t t
Cm°>t-1 '^.. mm m mL m m a m C 5.;—•`..x COLE d po L c_mom_ �mL, Cc Euw U d3EaU
u m —
AN ~cmiWLm��.Em InmC "may OduC ° m O_NJUG.+'O E C17 ':C� Ci y.i m>y GVJu�.O
IIemTXaVv Op9 EdmdCC 55 J.+LKK my —L>V O.rA N"JW OLO Ob TU1] 'IT O°m°t
y Ao�_55 pW� v L dm dT
4 Eo O d EJggCu c OCup „m„ CUdy9v V 955 -'S Ku d GC"LS a.iU"00 ay. �mFmu C O J OA m tl
`'9u mdZEL 4co g _::dpp .�mtl6w E��SVUW ii EP dnUOg mO C Rg_�aLpcE-:v ydri �+
`o5 m9o°c C'nKvgc �cc� cC $.-,5eev0VZE "RROOw °'E a�:3
aEdam°�o""d�omm�°oo on r 0 E"o `� Lv Ed -cm
d > .°�9L—Fa oc 9 :, �v 5.. U,cn v�m{mq 6E t riZFvLc UF�o
L�n.m.+5�mEm Cis"GGLN5��'O€'ItmaowlL.u.O°°'UmbC�xg0mOC a.. E C4 e.c �i7 O dcac 5.Ram TL EOp
a J G X o c Vu 9 0 0 c
m �{' OddSL0�0CV.. 6 OmC mCi5im_O �q� Lu�CdEm'OL Yq �dH O"mo mo m-+c.�u� 6e
d dim d ¢- cL L oRl ET A o ?+d c c c 9'ow
m mA?' LmV t'C JL m-G'-vy6-�mII fa Ci L EJ L _mtm OAdJ.�°U _E uOEm-L-VCum o .
mLwmOyVmL�VL�d�36lnDminmbf)�Qo E..? c CaO�Cf^ Ljs�w9 }3m •�mjiV9m�0°L'�CdawA44
an .,oL m.. ern E� .�amy��,. LyF�. p�oMo ;i �vm E+O 0V.0 n.�G 7d6L
�., Om.-: Use 5., Xe�s'�s5 r.is j J
SOC y'z
Qt)- CO Q N (•i a A Q' V i
a 9 t u Rsa CO Q, Lj O
00 0 axuJL Ka cU
m —emu Ly CLd
m I - p G OQu �!..j�OC -U
-
9
a
O
mvmdN °L L +rC�eUm
mo�n aovoom�.r
o cd n.wc Ea c5
V V C n C o t O m C)v A
C
C •fl. ) �v°Li°Fti
5yE -'mQc[
C o y H u U - p
m V G m
rc " m o �„a.a tai-.,tF (p
'a HV
CI I C :.s ErnGaW`p °C
< m
oc�Eo
C Ha m°v��svros
q W CdJ 0
O d O O G O
p . o a o c Lm
H x E n o❑ t >
m Q'1 X Y 9 m d � 0=
{� J
> K o p
Kflw� impLLEpv.. .m.o
9 �� mu.adFO�m aLn
p OV Aa °'LII omV V
O f� z G E V d v C
A U a Humd�In=— 0
-c
a C p O C 4
I ON ❑m 0.LasEquLioAm
Om Iy pub A_L
yCM
m mY�
(7 [ d C 0 a T d C L
8 N m a m m L V 4> G L J T
- vEnV.. J...mAmA
T
I-
0
a
J
C
9
L
a
S
S
C
a
•
a
N
0
0
0
S.
a
0.
U
u
u
3i
'pOON Jnl polnlllsgns Aq (em glbuaj)s lua]pn nba ;o 5Jd WdW 'Isd OS8 uegl ssa] icu glfivaJls 6ulpuaqP I lil. q paJnloelnueW
luafeninba Jo %p0 paxlN 4
_ 1 310N 335 OZ
t
9XZ
p ba
l of
p
9%9 9x!
,p
9%9 9X.
133i (1331)
9NIJVd5
NON 319VMOl1V NOW XVN 1N3A
(NI)
3ZIS
(1333)
9Nl3VdS
lN3A
01 do 01 d0
,...
01 do
8X8
0
02
01 dO
9X9
8
01
01 do
9X9
9
Si
0.1 dll
9%9
ZI
01 d0
9%9
01
St
01 do
90
8
01
01 do
P0
9
01
of do
9X6
ZI
01 do
ot
a1
01 d0
9X6
6X6 6X6
8
Ol
01 an
3X6frxp
J frX6
S
01 do
6
9 b
(1333)
d0
01 d0 01 dO
9MIJVdS
(133:
H381
30 HIOIM
ZINom
IYJN38
30
H1d30
(a6Jpy)JnS li Z) #sd 21 ♦ H X 52 i pd V 34A1 IIOS
. S1N3N3dlnb38 838NI1 HOWININ -- 9NIHOHS HJN3H1 838WIl
I'I-J 319V1
I
I
I
I
Ic
I
Li
I
o cgd °�5 E t Qgv�ooSZo •o o �omm�s.meo��4 O` :.Q ci u u L
L iTu.aL Omwm j°. .T. O 007 W. ^ =V5 O = Y = M0 ..+.a u.'.+w
S ., v�6 �E•50 LvE mym U_R. v W wpE o y�tiw O = ,
m �L 5.+ w w �a Lev O4= ,> a n u " u«4 .w. .9 Eu m]° i VULY5vu
LL' w LmV� Er VEOV YO a�6om V K�'f.,.2 �o., w.,
{V O V d Y O m V .r W ❑ V S J Y W L 00 ..a {l 1 Y W d
> U G m�' mLV>-' c mm Cv ] v. RW �.a0 V V 5da 0 9t.
•°0 d.0 Q Wg zg."CW E "a. w L mu 0v v.+a m W m 2 « o W og]Ga °c90o
p. i .am"m�5wuemm6`' '9miaFLWam0E00 E B YQom�.mi� m °V� m=
p vi a°
m w d tm0 V 7 W w N
Mu V u � m y, Y6LV
y w u N^ a
m Mme. WE I..lmc V— L Y p o u 5u'ON m'OL "^ W �f V im. yWy W W n J
KpF�j , muO m ,.wv Z0 n� 9 ^-r mmV^ LW u W
O .>,m mays ypZa{�•tW Im.�A5.y vypn mglo b-a���W m mtgd T n$ �gy lllm...�
y mom. .a TI.., Ei ac aWmYN �l d.a�� G.1 =GY um V wN�WV.'�Jk muy` O w
6f $� L�v H m W o .d/000UEF mg^am, EL au w O
Li C Y R v 5 u v V> w L Y v Q C u w o ° 3 E 5 y°3 u R O O K '
B m 'o L o v B m R L mq L u... m Y W w]
K < V>NQt].a LV m:2.5.5 >Nayca '4p: Gm J3w2^YOOWm L=�.00 gmmoEcm WOW mVJ
y. '-,x= Lg.N.]BYw�g�Y3.: v�mS�Y.w ^m `�c.+m n�ur{law V XV xNo_m�ava WCJ>X9xt1J$�m� WV WL ppWFa_VWW= O>WWL^ LOW �wtls.Li
a` mmG^=mHJEow M.y•os m l"'WVgCl 4N cW"Vu0 v.+LVWR _VA WaV°�L Q'Yo LYg m 5 BR
OL tl , L XwEo E i0 v O... c°yL mmv mn; tOc m W 00 m_ C5 �oOmma
v..T.°':,❑9E"+W.. v.nURum T yvm ...° sWvm. ,jCo "mW .'"y_O .,vLL�9YEmumLJv.° .+ "^> '
RmROwmLW.Y., .yL'�N.J bt06Vu62^�N V mLYN�W'.'VVOWa=� M.G�mWN WOWS a uN OQ, mzFWL
'-'
m p+ovgp<aE+ 0 m �Ul pC VRJ .7 ,7o m.-i um t ci aYi�6s E�i �gga?m 0p40w.4-
r° ] E Co Qi ua=iQ6 ut= e v
uYa 5EoFg N w �.a� EY R.aW RY Rm `mo 2 E ou'JEWua5Vmbi
ygCppo'� L >T Tgc O SUE i.= L Tg= L ^.0 b Taws
OT d c s �Q s dL ^aE L m� vO ° xu m L°$�
I"O w Yi0 u 43.CW >J 5!w WdL
VW> !O W. 4-
'.4- VT
L mti >.a .Wr y Fi . E+ C .Wr J L > u al .�a1 a !i > y
V b T y>„ a4) O >
1: :wVmj t0TMN wm mod ZW y0 }V. b.W.. t.'0 J jj :m°°° qJ
V
V mmJw w w mTw� — m�>B r mT>g m >m
m w m*
° m
mw y$1?>tim°aS gm u�:>.a vv«a .gm,«a og myyu�.9 �n
V eLi e' a0aG c' >mt c' >En B g �maS -'m.s` o m9 w� o CumL
Nc 9w m 61 gyyE C. eGf n> t nC abpo�t ccG n>�t .� a a> t gW
3lW 1. 0 • C by-aZ 1. wed NW 4 �w dt F OUtlt 4 99wm= y6—ir a w>
d R�° L0 n v] mw .. o B e B o C
] < LwBn < w H < Yvan < L> n < L� Rri cvg < Lv6]
m we WYO= 0LONm 'WC W..'B] Ow 0 V""'] 00a uw�m
m m b XX Q m>w °pV Cf m 0 Vw
6 x .Xi 5mexv m`mfxV Nx `.min E V V W owmiX. m 5tixx m:>•ofXELm E X. 4 L V
v v �c '� o v , a0« Fw m 2_—
•
Y wR C R O N R R R R T R R Ph R n T R R a R R n T R R� } c ❑ T n 6a 1
..<9ue mmm msmm^
Li
In_ .
a o'vi �.> >a.i i. J,; 1, caapmnw pAto T.r)ni�6 ♦♦
il' rboti r L11M .u.Ivm n:10 J. 9I•( p)x1ti
91L\ 3qf
a
i±}__ ..4
aas r4:_ 7i7T1H.::.j-._... ..s rii
_sac
5
O
%Z S Zlx;.l 5 01x01 01x8 OIXR 01x8 O1XR Baas
O 01
J
01 an
Y>
� I%OI `- 01%t 8X8 RX6 BXR 8%R y 01
E 01 d.I
aj
9XZ 5 ZI%ZI S OIX01 OIXB OIXS OIX8 oixR olas
of
O 01 do
O 9XZ c ZIXOI 5 DIXR R%P 8XR PX8 RXR R 01
I
01 do
9XZ S OIX8 S RX8 9%B 8X9 8X9 8X9 9 S C
O 01 an
350D (S333) 1334 SI ZI 6 9 9 (1334)
z aTon aaS 1333 JNIJtld5 3zi2IS JNIJVdS 01 a❑ 01 do 01 do 01 in 01 d❑
N- ONIJVdS 1V1K02IW
NOH 338VM011V WIXVN 13A "1H3A JNIJYd5 (1333)
O (1333) HJN3J.OIM N1 30 HZINOH
N SiHOItldP NJN7L1
as 530VH8 SSOHJ 30
O
0 H1d30
O
O (a8aeuJJn9 IT Z) )sd Z( • H X OP - d 3 3d11 11os
n
. S1M13NI❑d3N H3 HN 11 14P1 NIH -= JwlanxS NJN3ai H3uull V
O 1 I -J 912V1
1-..'
C
O 'goon aoT pa �n)TJsq ns Aq 1em yTYuaa as aua lenTnba )o saagmam paanyelnuep �.
Tsd OSB uey3 ssaT Tao q uaa as SuT puaq a yaxTTn auaIPATnba ao jeo
9 P IH
i 310N 33S OZ
H3A0
1 aoN
a
9x{ S ZI%ZI S 01x01 0I%R OIXN IX8 01XR Cl ag OZ
0I d0
J 9x{ S ZIXOI S OIXS P%8 8%R PX8 8XR 8 Oi
x
01 do
F
91C S 01X8 S RXB BXR 8X9 RX9 8X9 9 SI
V
� Iu an
VI aloN
abs
Cl 9xz S ZIXO[ s e S1
01 ar.
9XZ S OIXOI S 8XR 8%P 8X9 8x9 Bx9 q 01
01 do
9xz S 8AR 5 8X9 8 9X9 9X9 9X9 9 01
01 do p
X9
aaS
9xz S O[XO] S RX9 RX9 9X9 9X9 9X9 01 OI
a1 an
91?S 01X8 s 819 RX9 9X9 9X9 9X9
01 do
9XZ S 819 S 9%9 9X9 9X9 91, 9X9 9 9
01 an
C Z 350 (id) CNI) (1333) SI ZI 6 9 9
(1333) 9NIJYd5 3ZIS 9NIJtld5 OL do 01 do OS an QL an (�33) (1333)
ONI0Yds 1VIHOZINON 338Vry0'l3V NnNIXVH 1H '1N3A 333 ry ,Z10HS H]tU11.
S1}{9IH ry S30YxR s ONJ 10
6 V' H1d3O
a
Id (a8aeyoans 'a3 Z) and Z( 4 H X S9 - e a H 3d11 1J0S
. S.LPanIn 3b H3SH11 FNNIHIH -- JN1&J1S HJN3H1 a38HI1
a
--
Z'I-J 3"IRV1
is
a
C
a
C
O
a
J
V
V
0
T
Poo-. Jo; paonJT�sgns aq Few yl8uaJ's aua(eninba )o snymaw pa m)aelnm•; e�
T sE OOSI aeyssa; you yl8uaios FuT pu a9 a ylTn 3uaJVATnba so ii1 se15n00
i 310N 33S 0a
t3.,o
9x9 s ZIx-1 s Jas
BXB 6X8 axe 8XB 9X8 01 OZ
4Xh S Z7XC1 s 01 a0
6%8 BXS 9X9 BX9 8X9 8- Z'1
9.(7 S OIXg S 01 do
BXB 9%9 B%9 8X9 BX9 9 SI
01 an
a eog
01X7 9XC S aas
Z IXOI 5 B%9 BX8 gyp B%9 8%9 01 ci
OIX7 9X1 S OIX01 01 ail
S 8XB 8X8 8%9 B%9 8X9 8 01
01%7 9XC S BXB S 01 an
8X9 8X9 9X9 9X9 9X9 9 01
01 an
9X7 1 aloX
s OTXg aas
S 8X9 9X9 9X9 9X7 9X7 01 01
B%7 BYC
B%8 of an
21X7 S 9X9 9X9 9X9 9%7 9X9 9 01
9X7 01 d0
Z IYC S 8X9
9 7 � S 9%9 9X9 9%7 9X7 9X7
C 9 S
1 Z 3SO1D ONIJYdS (Ni) (1333) SI 6 01 do
ONIJYdS T' 32IS ONIJYds 01 an o12d0 9 7 (1334)
].HOZIaOH 379Yl1033y NIaiI1fVN 'Sa3A H3 do 01 d0 01 an JNIJVUS (1333)
'la3A 1333 NJN3ti 30 1 Try '21a0H HJN3N1
SSuj
v S38h[p1 30 ONIJYdS ONY cbs IS a0
Hum
(8iey»n9 •1) Z) led ZL H XS', - e
+ S1N3N3t1n 3t t39N31 HnNININ -- JNINONS dNJN3a1 a39NIO1
Z -J ]1fy1
-p00n 10) pa JnTpsgns aq Lem yptua»s pualetgnba )o siagwam pain�oe)nuvi rr
-Tsd 0051 ueq) ssa] you yg2ual)S 9uTpuaq a 'PT" TualeATnba jo %T9 sel8no0 r
131ON 33S
t3A0
Z 1x7
9x£
7
ZIX9
7
8X9
8X9
9%9
9X9
9X9
ZI
01 an
9XC
9
01X8
7
8X9
9X9
9X9
9X9
9X9
01
OZ
0i a
ZIYV
9XE
9
BXB
7
9X9
9X9
9X9
9X9
9X9
8
Oi
01 di
9XC
7
9X9
7
9X9
9X9
9x9
9X9
9X9
9
57
01 di
01X7
9%7
7
OIXB
7
9%9
9X9
9X9
9x9
9X9
Cl
01 di
SI
8X7
7
BXB
,
9X9
9X9
9X9
9X9
9X9
01
01 dfl
9xh
7
B%9
7
9X9
9X9
9x7
9X7
9X7
8
01
-
01 an
01%7
p bat
ioN
p baa
i0N
7
9%9
9X9
7%7
7%h
hx9
9
01
01 do
9X7
-7
89
7
9X9
9X9
9X7
9X9
9X9
01 ZIan
917
7
B%8
9
9X9
9X9
9X7
9X7
9%7
01
OI
01 an
BX7
-
p bat
p bat
9
9X7
9X7
7X7
7X7
7X9
8
01
iON
iON
01 do
9Y7
p, bat
P. bat
9
9X7
7X7
7X7
717
7Y7
9
S
�oN
ION
01 an
9
9
S
7
3S01J
1331
9
7
(1333)
OHIJVdS
3ZIS
ONIDVaS
01 do
ol.dll
of an
01 do
CL do
ONI3VdS
(1331)
(1334)
JNIJVdS IVDNOZINOH 3'IBYMO'11V HN1IXVH
IX3A
Sa3Aunn
•Z1a0H-
HJN3t1
iaaai 30 iuuin
S11L91td0
54 fVt
S33Yt9 SSO}O
30
•r 7 3ZIS
H1d30
e
(aBjeyoanS '23 Z) lad ZL ; H X SZ - d V 3dU "1105
• sLN&caInb3t a311 N%NININ -- ONIHOHS HJN3ai a3�111
1'Z-3 319V1
v V V- V I
C F E K� ._ J v v C G C v V./t-
d J✓ Y u O_
C u _= " C O J o.,.,.
d ' V x U U: 'O
C �- L N
Q 0 = L L T U m— �-. C >,O_ _O u 6 u P K> d o C -• N > C a u C L S] J G O ..+ — _. — C m
N u r. C v, U% G G w u g L c m 5> o C
O �. uC^^Vmmd VC "O 'O TJ EV �Cd Y-" JCNmJ'a OAF G 4�._O2CULJLL GrC
_ L C E _ C N ... O G y
'r .. �. cc Pc. a C E J` 0>0 C G m O �+ O — C O 9 �' �' L v G L , - S _ H Z'
jO C V C r' V 0 v er. e' C ✓': L 6 C n '2 E
UI O C .q. J G C� U y O — N C E _G _O v. C O u L _C 7 t D L-. ` ._ p CC •-)
O L -C V O II. J - ti S d L m J O N 6 _ y d O O V
O L u r �. m L. L u T
C L O U O L J C v fl �. O O C Y N K O
C O G d C II u O i d w C
C '- ' G v �. n ti C
'C O � ON O �.-
'` o a 'c .. c J v a o T= s s•v E u s s. o f ` a E e r
u C O C O ^O Ji �• C u O= > �• m L Q O D
O C CI i 4- r C¢ L •_•_)._ ') ` E d m O i 9 0.
- L L Y. O E T L D
v G
L c l J_ .< .- i L O E �. C Q ^- ' ¢ u (. ^ G Et
> T s N v G c c v C. G E O G \ C a. '' e
u . ly u c u > o u L C J E N d t� a D c.. N C+ O� cJ Et —
o m .� m C n L m a c E h x T' O N L •„ d J 0 V- J O C N u O u K
d9-J-t°OCm'OLmJV mm .o3u9L3un3 -'oLEm o.,H ddJmNd cGc m°'dc cLLJdN�cc
row ^.,"J iv o'o :> `wy"J'u o
.D c _ mu r -- O o uL G JJ_d >cd 0Rl oq—cam.. u a
m o° m` c d L D E �. VII a '-. m p O n �' O m C a m n G
W C m V
J TOa L qLT Li.o Lo trL�LCLt L2L3EOcvCTT��nd���cm,�L L.aiL �+LLm6
PVE CH mHVNm`P DJO YCJ JOHNO�-.JJ JJJ>J�-�mFF m-+JVNm_LSJN u.VJmJN ^
py .. LLQ°N� c0 -. CC mB Co 0 CoL=jmC ,mi9-o us'C c'a ram N
Q x W c C u C d 60 T d O m m N o E
F. Y'O Nm J�J mm rOmC aL O'.'.G '�. .' r m xJ wL O�'O0 m.T°cK ti Em
W C L U '� o 0 O O" V m 9 O K c cv j O U C
r i o W�E.`,cd v tea— c Jm EEmmY n...moL C J acdnL d—c¢� u9
x G m 'O V L°' mP om -9 Ul ` V ° P 7 E Eut
a _ > S u a° c J E N P o W ❑ c 2 9 m m c '� J
a C a m dmVo Ou J�_.� .UtlL -'Va momo�o ❑u.
G v o L a x s N 7= u y c m L <- m u _
°°uCv v.1C wo I_ —)<t_) f u `c oo.°,�etE`w �,o uH mmJuL Lm j a ro �ucm- tmE—�
A4x VLgm OU cVV_rcvtlpu E 9 umG�mm-p "m m ..Q nyLC G HLLucC..x�
C III..
xa9 i„oQC .. nA ym ,i'" �M SEC LO jH m^aC E m mn mP NL L.T+� n omf
> d n J m c _. .�•..r V C O �. m w c C m 7 a J E= ^J G m
O L V m O r° V c V m A y 9 v\ m i Q" c' G o a. K 9 o 9 H V ti _G V m o 0 0 C O° T C^ V Q
err p06r,o g+O.o �,m°�A O'r>n �nE'Ucmmo5GGJp my "W �L _.0 -�Vx OVVLr9VAEp m0—qq JL�
w 0 m 4 O L C E J 0 V m `✓i O G�
In �x 5Amm w7 T€ SEC EO. K�C �� u =4 t mma7C"o mGm93 azeo K�E.a.
w� Adcc°1uEz. < -mac ovoQ oc O�'�auGX 'So c cE cL o�pn°�wcoEA�S um-°vum o`�
c Qa F'°ociK�gr{�Sd�«.°adJ'a.um. °' c1pA«>Qoe me «❑ on tl06O^�mE mefmdd��°_Ca.. —>EoE«u
A0 o y anvc A GI; 0LN oV m'•�Xm'91t5V �1m�4� ��OJJ .�F mE .� �'J Ge: •T�
0 AI-
iip Xm m.aOCC v VT"'UAC�€amO>�Jy >O• -.L fL�Le Fm_. ^AmVDHG�tlV° muF9d°U VV
t M< ^A •r C) Y Jmti)V JF aJm..A LLaI €�9Ca ❑ m J:1Lmac TLp J
q6. OJ�CyA
o ENom Omra c
4, HKVmm.O,, pK°9V°mLVFp u- c.9. VJLd J9aCUp VU
a xa VlG7QOPJJmf7 `PoE2`o�P.c.G�9'g d u am6FBc.0 aC nC9 P�mG 9��dlV.omi>'VQapm„�=9y
wY om L'o m.�om N > m9 c.. `d n..mPcaosumq>auE5 puoPmC
V 4 L� ^ J �-1 P J _N C❑LV d 0 FF W yW y yW mm':nrLLL6��CPm�K�OF .—'_. Chi N9d��'+mCryydava�4Y�JYa�COCO�u'ON�jE]ry C9 UmFGmn=A
' Et oJH V. v..Emo J �...�'�dF�$o�m .4vJomJS J La. .m ae E. ec5'�c.��r�LE�5
C
O
Iv
UI
v
I
I
1
poon
10) palnujasgns
aq Xrm yp8uaaJs
lualrnjnba
Io slagmam
palnroelnurN
'jsd 0051 ueyp
ssal 20u
gaaua»s
8ujpuaq
a ylTm
pualrAjnba ]o
aj3
soj8nop
Y.
31ON 33S
OZ
a3A0
I aa,
?as
I AJog
01
aas
9X9
S
Zixoi
S
01X8
OIXR
9XR
BXB
BXB
9
SI
01 do
j asas
aas
I ajoN
'__I
aas
9X'1
S
ZIXZI
S
9XB
9X8
9XR
9XR
____
9X8
9
Od
I
Ii 41
9X9
C
01X01
5
9XR
9Xn
8Xc
RX'4
9
UI
l 4.1
ajoN
____
as
9XE
S
ZIX01
S
9XR
9XB
BXR
9X9
9X9
01
01
O1 dH
9XE
S
0IX0I
S
BXB
9XB
9X9
9X9
9X9
6
01
01 do
9XE
S
8X9
S
BXB
9X9
9X9
9XQ
9X9
9
S
0.1 d0
3S013
1334
1334
SI
9
(133J)
(133.)
OHI3VdS
3ZIS
ONIOVds
01 do
01 d.9
01 do
01 d0 01
an
0NI0VdS
(1334)
9N1JYdS 1V1NOZINOH 319VM013V
Nf$4IXYN
1N3A
SH2A
J)
HflRiJ
0
-Z1HOH
HJN3N1
_
H101M
SIHOIHdn
e
oe.
o
SOHJ
J0
Z:S
Hl d'30
(an eyw ng f) Z) jsd Z( 4 H X OP - rd 9 3d,U Hoc
• S1N?W3ffin03H 83E1411 WIHINIH -- ONINOHS H38L H39N11
CZ -J 3IHY1
0
O
0
a
J
C
E
v
.C
O
O
C
O
a
N
O
C
C
0
a-
3
V
d
I'
V
o
e a
/
- O
o
U
f.
Zo
I
S
vi
9W
v
Dv-
y
\\
o :8 x
V
U
W ≥r
f V
f
J
J
J
_
J
J
e <≤
<'C
r
}
Z
x
{ V
fLi
Z
$
V -
y
F -
J
W
Q
a S
V
f
'4•]lll'
.ri
a.
0 ajyJ
Y
<
y
w
z
pi
N
m < V�
ILL
{r
-
f
r
C.
I.E� `� 00 40 4d�O �_U� E42X1 °2) "JC''mE-POo d ii •'4)
VudmOOmd t0 .�
JOV ; YCIVY JUVm VNGV mV Ja❑dFi wip m] OQ VVUJ^� v m S1
•
9 u V Y L
W 4 Ow w Om T OL0m n^
.9 �"+LHm`it mWa°it'u m 0^d C06O N E > VQ .S-c.
m� m Jo.-� Lodyy 5 5 Ea LS�o
l d cV CV d C J r! 9 d
^ CV d vgar0•°W va54 v uc L
� tl d •_. O C 4 m O c ° O 6^ L J �+ C o
reKso mmm^]u'•v OE it way .x0 w.c0 o Loado_: �eW ,0 •
O
v L ] 4 '+ 6 6 ] L v m e m L {• u> .r E
mT On dL %a 41]. ..d. .]inmm mc�c !Lo §d 0 d m
0 tl
%� D. v OLu °Ovmy�y .r •°amO QQ Lma 'J' mL ii mW0^ Oic4 ('�O
p. U X d
�! ">o ;o.m°. a.�H>a �5d'T'c=�E9 os�.i��vv5E9 m3� ov'3 a'm m5 d�5 >'5 9•
0 •o L".,
M 9 l: CJ V V L IO E] ..r m �f M 9' V� 2 H p J b .-1 V O (•' 0
Q m d C m {y4nl
ec Cm-d66k C V
LL x —y'^7] o E•i V m d t qqo d T o d m d W E d c v O m d V A
(J wl a 3 ti s` o U! G mp v a
']C d m 0
p� T:2$ L p 5L d Ec�o�pdV W— 0 dA �:5cEogot9a ^m dm m
d p d m x> m T_ d_ .r E o_ v O d d m
CI ..d 4, <W C qd 40� oio V'T' uv..r> W-a4i c"i� C> W O (wl�w d mi>G >. iL Onv is msW adi oco'u'
^^E'.
tVdmb .. �; L... C."X?OmivGN�E^yd^mp� .O0.-.
W,0p0..9m>K..0 •. V�T.G^V>dfV GO Ctiv
>a�` G. ac d 5�o aE0n 5. aEcT,n v E"Ea 0anE d ., 0 d
°' OyET ymy .yyrmb,_, u vqv^11 ^ ar p 4 V-�
T E V V T m !G V y v O m m J'•" U
.. O 6^ V p L c L d O
0o5cv 'Onta .rpa,am0Q>dp_po°{td`" «.rJcg^0S Qom moc5s°
dQT" 6�j :pi ^pw�L.v dt°Jm «m<'L ym.(V-i aGiW d^C T Ted.. MO
J m LOV0 `^_2m°� mO�wlm.y!sasL�CG ^JLa m^e„ vw 5xi 3u ~�nL'5.rp
°
$Qa,,m my>".°.� ��«sl5x«d-"ms's^v-'_°d'5 c�v�"�.°. 'o •°mao9—c,�om
i `mv -o xy T >°. Ot>6 0CG�^,au �Y y$G'q,O L� L�OFy�QOmm
rFc4 F."1L5" mG'„°5va^��Lmmm•°.'730�uEmy de uoms Todd
Hou.-'. 5 'S'.�, ^'� vm>�.5dc8 «,L, 07_��Y•c ..5 m5m .L..ow «d3—'nami
n y- '4; °iv Ya mGt v��; TUs uyrn�L0.
T :o pm6da ou6
^�ym� d5mms oe5s
i n �p�4yy�[�sWEu � WLcs^ amu8L4^�TJ °:o m$L'X gi �m 5 dTo
aV.G
a"'•x9W.c • txr'V}o5UFO oErw;d1c ���4mp89(�E3m�>°�d" � e JMW
WL Ov WW LYWf.! i. tic LF YG•Vi xJ m C'a Jmm Wd�•cv L T CZvd �. ,..,m d�L "Lu o� yy$.•Ea8$' e�.wS `o �dod8in5^mv °e.5i�v�
,.p.cdn5E,��c�5�a.onvcF QQn^n aAFv••o 8e000ro`y��`���n�5g 0n'm �c
�i Ev9-5�5FX>e�.0o� $mow s°Nroa'v3
Li
I
I
[1
I
I
Z! --?13 tti 1'iC
HJNI z
I) () waa O a ipu xldv S I)a�o�
1 J, waq (I vpuxWy w punu; am Suungs 7gnrApXq uo satou IrJou;7 puc'vlgci m s1ouui {
(1)31ON 0�Si AO
Old,)
cc SI
43A()
-LLI;v w HIA
v
SI01
dll ZI a3A0 dH 8 a3AO
8 01 di1 ONIJVdS
DNIJVdS
ILJN3a1
1VJI1a3A
1VINOZIaOH
dO
(.L]3) HJN38.LdO HIQIM
Wf1LVIXVw
WHWIXVw
flWACI
Sa3QNnUJ JI"IfvaaAH
ay13VVVIQ
HJNI f
SI Ol
dfl ZI a3AO
A 3dA111OS NOd
S.4NOHS 1 V J11H 3A
ONIiOHS JMV) OAH 'HNIwf11V
Z1 - U 3"INVI
(Z) (8) waq'Q npuaddV aaS :(Z) alo,N
(1) (8) waq'(I xipuaddV »s (1) aloN
(2) waq'Q xryuaddy w puno) alt '8uuogs a(lncipdq uo sou IvauJB p(Ie'salgrI oI salou(ood
O 31ON
Cr) 3ION
a3.13VWIQ a3-L7wviu
HJNIZ HJNIZ 4
ZI Ol
df1 8 a3AO 801 d(1 DN13VdS
1VJLLa3A
wflwIXYw
and) HJN3a1 dO H1GL
Sa3QNMD JfIHVdGAH
V 3dA.111OS MOA
S3l1OHS 1YJ11M3A
ONIBOHS JfIAVAGAH wflNlw,f IV
II -Q31H VI
OZ a3AO
t
U33i)
(1333)
ONL)VdS
HJN3111.
1VINOZIlOH
dO
wnwlXVw
HJAHCI
a:
u
re
a
a
4
0
n
3
-1v. 'lye-{m..c )u suo( uvnJS wl ;omuaua paygenb lo/pur iannelnurw nnfpad Iinsuoj
(Z) (8) Will p xgwaddy aaS :(Z) sa1oN
(C) (8) will 'a npu addy aaS :(1) s '°N
(8) wa)i'O xcpuaddy w purl aw'8uuogs aijnripAq uo swou Iwauo2 pue's3lgrl 01 salowooj
(1) 310N
OZ'd3AO
I 0.9
NIL 09
NIA
0'9
J
Opl
oz
Zlxf
I£
OS
I NIL OS
NIL
OS
O'L
r
Oldfl
SI
NI £
_I SE
(Z)310N S"E
NIZ
NIZ
SE
S f
2i3AO
ti: E
'NIL
0"8
NIf O$ I
NIL
0'S
O.r1
51
— Zlxf
S'S
NIE 99
NI(
S'5
0'L
O1d0
01
NI £
0'p
Z)310N 0-p
NI Z
NI Z
0'p
S f
713AO
NIL
001
NI 001
NI £
001
Opl
01
Zixf
NIL
S9
(Z1310N 59
NIZ
NIZ
Sg
0L
I,
01 do
S
NI£
0'9
Z31ON 09
NI?
NIZ I
09
5'£
N3A0
a3L3WVIQ
a3QNI1AJ
DNDvdS
MaOH
a3L3nvl DNDvdS 1 'Via
)f3QN1'IAJ ZIaOH a3QN1-UJ
DNIJvdS
ZIdOH
((NI)
(L333)
(1334)
'dd f 1d Z
()f31N37 NO)
ONIJYdS ZIaOHYVw
5101 do ZI 7I3A Zl Ol dfl 9113AO.
(n3j) HJN37LL 30 HLQiM
9 01 do
SOIHQON
N'OU33S
DNDvdS
-IVJ11
HJN37LL
30
Hdd30
S.MDladn a3eNILL
S213ONf1AJ JI1nVNOAH
S31VM
3 3JA1 loos HOA
SM3ISAS 7131VM
ONRIOHS JIIHV)IQAH WHNIWflly
p1 - a 31flV1
Salem algepeee JO snlnpolV uoinaS 101 mui ua paggenh io/pur amwaelnuew unpaid gnsuoa ,
(ZI (8) will 'O xryuaddV aaS :(Z) sa)oN
Co) (2) wau'O xrpuaddv as :(I)swoN
(ff) wwl'0 xq uaddy w punal am 2uu0gs agnrip.(q uo S310u iwaua8 pur'saigr) 01 Salouiooj
(I) 310N
03AO
NIL
NIL
06
NIE
06
0p1
OZ
p
Ol do
SI
NIE
09
NIE
09
0"L
H3AO
Z13LON
NI Z
S S
NIZ
9 9
S'£
NI f
001
NIf
001
O CI
SI
p
Ol dflZIx
M
NI£
0.8
NIf
0.8
0•L
21]AO
Z3-LON
NIZ
09
NIZ
09
SE
NIL
OZI
NIL
ON
NIE.
0ZI
0PI
01
ZI x{
v
Oldf
S
NIL
06
(Z)310N
NI?
06
NIZ
0'6
01
•
)13A0
NIE
08
Z 310N
NIZ
0-8
NIZ
08
cc
aSIJYIVIC
DNDvdS
13.L3VCVIU
DNDvdS
uatayjvic
DNIJYdS
(1N1)
(1334)
(1333)
a3QN1
aaOH
li3ONFL9
Zl1OH
a3QN11A
ZIuOH
13E
ldi
SOIDQO1
NOLL)3S
DNDvdS
iV3U43A
HJNWHJ.
no
H1d30
SIOLdo ZI 71]AO
ZIOldf18 X3A0
801 d0
ONJvad3nm 1Ta0O) H-(vW
(1-933)HJN3N1 dO HlGIM
SJHDladn X3HwLL
S7130NIlAJ JIlfV710AH
S3IVM
9 34A11105 Hog
SIV31SAS 7131VM
ONo1OHS Jf7HV 710.1H IVf1NMW 01V
f I -0310V1
LL
0.
2
p0
V0.O.-.mmndY
OE�
NO'VV
flMy
u
W
9 Y
o
q
U
N
Y
V
V
m
ry
O
u
u
m
V o
O
V
O
CU
4,$
U
V
C
m
w
ti P
E
0
N
n
n
9
O
E L
0
u
—
u
H
E
3
a S
a
u
0
-.4w
Z
S .
•00
T u
V Y
C
O
¢
C
L
6
L
¢ ^
O
d> dd
U
9
U
C
U
u
O
U •N
d S
F
a .N
.C
>
m
T
O u
T
m
041
Y N
-'•D_
n
C
%
r•
m.+
..NCO0
.,
4.••o
••V
VqO
-
Ew
..^Qw
ry.'.-
.c
n..
d.-.o.
N
U C
P
C a
0-C?
C a
u g q
C a
L OL
_
O
C V
0'-'<.0
0'-
0 d
O v
u .N
9
C
0.C
'� u
N
C
u N
m
O
u N
m V O
u N
m V
4
O
6 N
d
u
6 N
V m .-•
V 9
V V
0'Y C
O u
4
D m
4 v..
O'O•n
M
u V
f
a
> O O
C .N
..N
t0
..N
W
•N d
m C
J
•O
] m
a
Cl o
N
V
V
N
044
Pd
Cc p0
D
V
W O0 O
.N
Y
m
Y 9 p
4 u
M V
V
M
O
O o
S aoo
D Y a V
W 8 O
4
d
520 _
d F 4i Y .N m
h y r u u
>5 m m
cry C r,
m C C d
> E d U-.4
.N Y
- .-4
i y a d y L
u 6 " •CI4
u .N N m u w O E4 C
(K Y
U W �d „ Y
O rmi W O O U]
1C d o U Z
P A ` Y �. d p
(V 0 O ,C C u C..r
c .o. n d 4 u - w
O - . D CC) d a 0
O 9 • _ -Cc) O
O> L4 .N T m E 4
m 'O Vi m
u C
E ,a
J u V d O t m o m Z
.N
W m • 0)11.
y
H V T d ✓1 > S .N m 9 •O •]
<µ' >4)
can .c C m d u d W
0. u 698a
/� j 0 X m m U O.N d.
/6LBN
m r u W E> % m m
O d�
y 0 WN rl V
Mu -b C (] 'O [V N
H Y d x
a �V. , u ti OC "40
d W
0.Q b2.35 I 00
d ] -
O
0... M j -+ d .N
0. -it--- d m Vl m 0
d
IL .m. w o
V
I-."—
OO G [__ c C D y G C C O v Coo_. ° y O 0 v m F G A S (J "C O
n u— c; ._ v L- - C C �] — t O O T wL � cui "i G v u v n ..,
y '�r c 'c
v m p o c o ""° c r a g ` ate, p o c a ca o
a C �-. C .� .' v L = C d 6 0 d a m �. J K W co'J V ...
ty.. O u r G .4: C O d C �. L 6✓ �. C .. „_ F C C `~' U O m O tCv 'r L 7i 'O
�. u
4 uL�o n0 v'O L«+d .:O�• C O°O Emu_' RGDO d vmiv u Y� �
•o .� i_ T G E T '. C C G C u -' u Ci N G V t. L V u u m u 0 ,O U
O L C L e u Q a pR C v L u .n d` v C ..+
p 4. N 9 [i L d fL V w. V G m .� 'C �• m i G m .J N m L 6 N d v. -
L 'O i,., C m S C .� G„ C C p 0 v; L m o o [] 'h L a P �. �. u'
m V d G ti .. .� a � Oc O .. °
' t�.CYnU cvm a>U Rp GUy CON `'uC —s A'.d.L KnC•O nCL ; Gin
¢' u Q - u pp G d 6 K P m U v
°' 'C G wv. P V <' a m C C m a° ' : c u C iu.. at dL' v .r y 9 m v O O .p E m J Y 5 P
C� GC CV CC""KIUJ�'gOC<'ec __ Um9.. ettim OY iGm'0O Cu0 UPv—v> ..V
C L _ m n .. rn w C O ca w u_ .m w K V
V Ou � TTO~ v rnwuV r'd a� m .:a T�umm Om'•m X LP
O 7— m vm
C �C• ` K L' t : .. G c) G 00
d O 6 p m , A w 0 L j 0 N i G o d Qm N T E Q G t U v L S m o G °
tl u 6 vd mv °o -RR mP R' a((�� �c ov va.•O R^00 ,-, E4vHo
co.
y7'O w�v�°.m—�m�yyCFmEE�mmP k. m dCuu�-,>m Rv�iPC 6610 ca1-t�' ni.Numu,O T.viyT9P ONu
E wUE°a n mvNwm.v Ow am v O UUbU O Ov L U. Ev.`Nv P'Ov49140v6Uv 60d my(°J
1 —•
G NX.cuN V -u+N G '.o O
Q d m 0 dap dL.^m.� �•9'O C.L�T N m C^d V p N
O G m m u C m u 2 p U O G 9 p .0 u VO m d Cd 7 C6 m L L P ti 6 N G t0. J
J c my v "a a 0 "dm v .O m P6 .gyp
�vm��`c m 9 s'nou��P'auic� 'C a5� �'0 �$�o maCo omQ1
E-2'--
.N m m " u.0uu° u2J nO r.0 T.-.uaGd OGd Em a d CI..� u V
m c pG N V a o0tr
w CU.Cfl0G .C Gy
n w C m v v T 4> �• .-� E V u m m p v{ m '� u m V v O^ k .'� m E U 4 u 4 u
° C �-6U'T'viZoO°°Eu.°3 'O 0.0N -'m Vm.i..� y0� E'a G''" NG -' E•.%^94 L
iZ VJw`°.. m '' L ti �p,a c m•O m m O.0 M..C., CvN�.ti �_o �m00'q a°o �'i0ati O u
Ut
D.s RR=�'O°Vman CO
^o U4�a
ca
° N au tly S°�r�7G.V.�OhG0)"EE.Y O DPm y00G�-m-. U
I
r a tl W m �EC
it)° t 2 m.NY
" v Ot p�udCm yUtE°'Oead9 4'O [Oia EuUm o"4�� UFA °°O.N
G .. uum1.o •° �= d
a �u000m-046Li-: O 40 G.46Va+w maitlOa�0m d'OG
cn] aR M o. m0O�Oa'" �., ... a �+oi0 A ..v5XD
qq "
no
w u m m P a y .• m V E tl .J CC o7 u
t9�tJiN.]ti•.O .cC m...CpV EG�,Vdv d�CyL
p ° 0,-I V O .°a 0(� .! O .y O fy O �. " y .O O m �• " _O N V �- �-• - y v' y
a aq�1copdRE Em°aoom�7°"m
' V O OGv^�'unV 00)O V m ?�•' d4V[]-m�COA ti.N yNN�'�.a RL PM uwuC? mom Rim E7�'.�mC
N G O O Cp A ^ A V N n v v O> O vv y v 41 ^
O r�5�o . �t-neaC .+ d p J 6.+ .YNdv nv Tm m'J N9 4 E E00^a O
md o
O
0
V
W
-
x z
O
•T v
Sc C)
' H w v U v a 3 3 L r'Q) a -
C) El. 00 m 00 m p u m
'C 4 J N .-� W . N G N O m y -p V
O
W N .N m U O 1. .y -. .J N • I.1 T H W.— + U
V u G J'N W .N O 'N O H r. -N Y m .N [ -O Z
V O P u J W J W V m ,.,-4 o0C .� J C
P 04 v &O) <C o o ^ w v c T m oC n
.N O C o
' N ^ u G J C GC.) C u m.� —
V .•. C u f.1 m .N p[ a
N V .N C .N y A 4 D C N 1. w [J R L ry m .l
N QI N L O ^ .N N M1 C 9 C) C)
•M— CO L O M U O 4 L U 'V L N N
o[ O N O N U u C V u 0 m V -C U V w 'c U�
c 0. O u 0 L V M LW m - L V 'O --w t'- 3 O 3 u m 3aJ WC 1 0 4 G Z
'0 u i 9 L COW v v .-.
m O N L m N C m n'p .N � H r. V m a N
J
'- V O V L .+ m N H O t- m ^J A S C Q V
N v m J F t1 v u V -- 0 4 CC Z
P. O 4 pp y -<W r. N 6• H
L -N C '-• Cu A CC) 41 1+ G V 'O 0 O C U u u v
o v c o WE o w O w0- .- m o�- m m.. C o v m -L -N m -w .. T -N .N •p .+ ,O .N > E -
Ip O F W U N V V V V N V L m N y O V V N m O[ M VI
C -' L C m R✓� N 0.-n V 6un U W 6\ U U Y` E
c v u m 0 C O v O �° m O .° m c CC x �• C E
o - C •- w -U] . + U V - V C V
o l.0 . G -p �- -N .O y op .o J OO Y .o J A 6 .o m -N u
O 'C d d u u N p. - N❑ V C' A N W OC m
L m O L m -N 6 -4 6 m P¢ W m P C CU) C'.C >C T 4]
m U: 3 J 3 c 6 E `-• '-+ u u m .N U A ar
w
d
a
a
I