Loading...
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