Loading...
HomeMy WebLinkAbout17-95 RESOLUTION• RESOLUTION NO. 17-95 A RESOLUTION AWARDING BID NO. 94 91 IN THE AMOUNT OF $168,178.00 TO MULTI -CRAFT CONTRACTORS, INC. FOR THE NORTH STREET PUMP STATION REHABILITATION PROJECT; AND APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF $16,818.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 94-91 in the amount of $168,178.00 to Multi -Craft Contractors, Inc. for the North Street Pump Station Rehabilitation Project; and approves a project contingency in the amount of $16,818.00. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 7th day of February , 1995. ATTEST. isaeL )(dat By: Traci Paul, City Clerk APPROVED: By: ed Hanna, Mayor EXHIBIT A WASTEWATER SYSTEM IMPROVEMENTS FOR FAY EMMEV 1 LLE NORTH STREET SEWAGE PUMP STATION RENOVATION FAYETTEVILLE, ARKANSAS PROJECT NO. FY942102 JULY, 1994 Prepared By: McClelland Consulting Engineers Inc. McClelland Consulting Engineers, Inc. 1810 North College, P.O. Box 1229 Fayetteville, Arkansas 72702 i WASTEWATER SYSTEM IMPROVEMENTS FOR FAY ETTE'/ 1 LLE NORTH STREET SEWAGE PUMP STATION RENOVATION FAYETTEVILLE, ARKANSAS PROJECT NO. FY942102 JULY, 1994 Prepared By: McClelland Consulting Engineers Inc. McClelland Consulting Engineers, Inc. 1810 North College, P.O. Box 1229 Fayetteville, Arkansas 72702 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TABLE OF CONTENTS PART/SECTION N° SUBJECT PART I BIDDING REQUIREMENTS PAGE N° 00030 Advertisement for Bids 00100 Instructions to Bidder 1-2 003001-7 Proposal 00350 Bid Bona 1-8 00360Notice of Award 1 2 1 PART II CONTRACT FORMS 00500 Contract 00550 Notice to Proceed 1-5 1 PART III CONDITIONS OF THE CONTRACT 00700 General Conditions 1-34 00800 Supplementary Conditions 1-7 PART IV SPECIFICATIONS DIVISION 1 01000 Abbreviations 01009 Summary of Work 1-2 1 4 01011 Site Conditions 01014 Protection of the Environment 1-4 •1-2 01016 Safety Requirements and Protection of Property 1-4 01027 Application for Payment 01028 Change Order Procedures 1 3 01070 Cutting and Patching 1-2 01210 Preconstruction Conferences 01300 Submittals During Construction 1 1-8 01311 Schedule and Sequence of Operations 1-3 01400 Quality Control 01500 Temporary Construction Facilities 1 3 and Utilities 1-4 01600 Material and Equipment Shipment, Handling, Storage, and Protection 1-4 01700 Contract Closeout 01710 Final Cleaning 1-3 01720 Project Record Documents 1-2 1-3 DIVISION 2 02200 Earthwork, Trench Excavation and Backfill 1-10 02218 Landscape Grading 1-3 02485 Finish Grading and Grass 1-3 DIVISION 3 03210 Reinforcing Steel 03300 Concrete 1-4 1-16 PART/SECTION N° TABLE OF CONTENTS SUBJECT PAGE N° PART IV Division 9 09900 Division 11 11020 11020-1 11301 Division 15 15001 15001-2 15012 15013 15080 Division 16 16010 16110 16120 16130 16140 16170 16190 16195 16450 16510 16695 SPECIFICATIONS, cont. FINISHES Painting EQUIPMENT Nonclog Dry -Pit Centifugal Pumps General Detail Pump Specification, North Street Pumps Flow Metering Equipment Piping - General Cement -Lined Ductile Iron Pipe and Fittings Miscellaneous Tubing Miscellaneous Piping Specialties Manually Operated Valves and Check Valves General Electrical Requirements Raceways Wires and Cables Boxes and Enclosures Wiring Devices Disconnect Switches Supporting Devices Electrical Identification Grounding Lighting Fixtures Pump Control System APPENDIX 1-18 1-6 1-6 1-2 1-8 1-4 1-2 1-3 1-5 1-8 1-2 1-3 1-2 1 1-2 1-3 1-2 1-2 1-2 1-13 Occupational Safety and Health Administration (OSHA) Standard for Excavation and Trenches Safety System. DRAWINGS - Bound Separately OWNER: ENGINEER: SECTION 00030 ADVERTISEMENT FOR BIDS BID NO. 94-91 City of Fayetteville 113 W. Mountain Fayetteville, AR 72701 McClelland Consulting Engineers, Inc. P.O. Box 1229 Fayetteville, AR 72702 (501) 443-2377 PROJECT N°: FY942102 The City of Fayetteville will receive sealed bids for renovation of the North Street Sewage Pump Station, including removal of two 30 Hp pumps, installation of three 75 Hp pumps, replacement of electrical facilities and installation of a flow meter and a pig launching structure. Bids shall be on a lump sum basis. The City of Fayetteville will receive bids until 2:00 P.M. local time on Monday, December 5, 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 Ozark Floor Co. 928 N. College Fayetteville, AR Construction Market Data P.O. Box 1109 (72203) 1501 N. Pierce, Ste 101 Little Rock, AR 72207 F. W. Dodge Reports 5100 E. Skelly Suite 1010 Tulsa, OK 74135 Copies of the Bidding Documents may be obtained through the Engineer's office upon payment of $70.00 for each set of documents. Return of documents is not required, and amount paid for documents is not refundable. Partial sets are not available. Section 00030 -1 1 For information concerning the proposed work or for an appointment to visit the site of the work, contact Mr. Robert W. 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 1 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 federal and 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 16 day of November, 1994. City of Fayetteville, Arkansas Publish:November 20 & 27, 1994 Peggy Bates P.O. # Purchasing Officer 1 1 1 1 1 1 1 Section 00030 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 00100 Lump Sum Bid INSTRUCTIONS TO BIDDER PARAGRAPH NO./TITLE PAGE NO. 1. FORMAT 1 2. SPECIFICATION LANGUAGE 1 3. GENERAL DESCRIPTION OF THE PROJECT 1 4. QUALIFICATION OF BIDDERS 1 5. DOCUMENT INTERPRETATION 1 6. BIDDER'S UNDERSTANDING 2 7. PROJECT MANUAL & DRAWINGS 2 8. TYPE OF BID 2 9. PREPARATION OF BIDS 3 10. STATE AND LOCAL SALES AND USE TAXES 3 11. SUBMISSION OF BIDS 3 12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BIDS 4 13. WITHDRAWAL OF BID 4 14. BID SECURITY 4 15. RETURN OF BID SECURITY 5 16. AWARD OF CONTRACT 5 17. BASIS OF AWARD 5 18. EXECUTION OF CONTRACT 5 19. PERFORMANCE AND PAYMENT BONDS 6 20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND 6 21. PERFORMANCE OF WORK BY CONTRACTOR 6 22. TIME OF COMPLETION 7 23. PROVIDING REQUIRED INSURANCE 7 24. TRENCH AND EXCAVATION SAFETY SYSTEM 7 SECTION 00100 INSTRUCTIONS TO BIDDERS 1. FORMAT The Contract Documents are divided into parts, divisions, and sections in keeping with accepted industry practice in order to separate categories of subject matter for convenient reference thereto. Generally, there has been no attempt to divide the Specification sections into work performed by the various building trades, work by separate subcontractors, or work required for separate facilities in the project. 2. SPECIFICATION LANGUAGE "Command" type sentences are used in Contract Documents. These refer to and are directed to the Contractor. 3. GENERAL DESCRIPTION OF THE PROJECT A general description of the work to be done is contained in the ADVERTISEMENT FOR BIDS. The scope is indicated on the accompanying Drawings and specified in applicable parts of these Contract Documents. 4. QUALIFICATION OF BIDDERS The prospective bidders must meet the statutorily prescribed requirements before Award of Contract by the Owner. Before a Contract will be awarded for the work contemplated herein, the Owner will conduct such investigation as is necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified under this Contract. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. 5. DOCUMENT INTERPRETATION The Contract Documents governing the work proposed herein consist of the Drawings and all material bound herewith. These Contract Documents are intended to be mutually cooperative and to provide all details reasonably required for the execution of the proposed work. Any person contemplating the submission of a Bid shall have thoroughly examined all of the various parts of these Documents, and should there be any doubt as to the meaning or intent of said Contract Documents, the Bidder should request of the Engineer, in writing (received by the Engineer at least 5 working days prior to bid opening) an interpretation thereof. Any interpretation or Section 00100 - 1 change in said Contract Documents will be made only in writing, in the form of Addenda to the Documents which will be furnished to all Bidders receiving a set of the Documents. Bidders shall submit with their Proposals, or indicate receipt, of all Addenda. The Owner or Engineer will not be responsible for any other explanation or interpretations of said Documents not issued in writing by Addendum. 6. BIDDER'S UNDERSTANDING Each Bidder must inform himself of the conditions relating to the execution of the Work, and it is assumed that he will inspect the site and make himself thoroughly familiar with all the Contract Documents. Failure to do so will not relieve the successful Bidder of his obligation to enter into a Contract and complete the contemplated Work in strict accordance with the Contract Documents. It shall be the Bidder's obligation to verify for himself and to his complete satisfaction all information concerning site and subsurface conditions. Information derived from topographic maps, or from Drawings showing location of utilities and structures will not in any way relieve the Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of the Contract Documents. Each Bidder shall inform himself of, and the Bidder awarded a Contract shall comply with, federal, state, and local laws, statutes, and ordinances relative to the execution of the Work. This requirement includes, but is not limited to, applicable regulations concerning minimum wage rates, nondiscrimination in the employment of labor, protection of public and employee safety and health, environmental protection, the protection of natural resources, fire protection, burning and nonburning requirements, permits, fees, and similar subjects. 7. PROJECT MANUAL AND DRAWINGS No return of Project Manual or Drawings is required and no refund will be made. The successful Bidder will be furnished three sets of Documents without charge. Any additional copies required will be furnished to the Contractor at $ 70.00 per set. Partial sets will not be available. 8. TYPE OF BID The Contract for work herein will be a Lump Sum Contract which requires the Bidder to give a lump sum or lump sums for the work appearing on the Plans and Specifications recited in the Proposal. Section 00100 - 2 The total amount to be paid the Contractor will be the lump sum bid (or total of lump sums bid) as adjusted by the Additive or Deductive Alternate(s) chosen by the Owner, and/or any adjustment resulting from 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. Any Bid shall be deemed informal which contains material omissions, or irregularities, or in which any of the prices are obviously unbalanced, or which in any manner shall fail to conform to the conditions of the published ADVERTISEMENT FOR BIDS. Only one bid from any individual, firm, partnership, or corporation, under the same or different names, will be considered. Should it appear to the Owner that any Bidder is interested in more than one bid for work contemplated, all bids in which such Bidder is interested will be rejected. The Bidder shall sign his Bid in the blank space provided therefor. If Bidder is a corporation, the legal name of the corporation shall be set forth above, together with the signature of the officer or officers authorized to sign Contracts on behalf of the corporation. If Bidder is a partnership or sole proprietorship, the true name of the firm shall be set forth above, together with the signature of the partner or partners authorized to sign Contracts in behalf of the firm. If signature is by an agent, other than an officer of a corporation or a member of a partnership or sole proprietorship, a notarized power-of-attorney must be on file with the Owner prior to opening of bids or submitted with the Bid. 10. STATE AND LOCAL SALES AND USE TAXES Unless the Supplementary Conditions contains a statement that the Owner is exempt from state sales tax on materials incorporated into the Work due to the qualification of the Work under this Contract, all state and local sales and use taxes, as required by the laws and statutes of the state and its political subdivisions, shall be paid by the Contractor. Prices quoted in the Bid shall include all nonexempt sales and use taxes, unless provision is made in the Bid form to separately itemize the tax. 11. SUBMISSION OF BIDS All Bids must be submitted, not later than the time prescribed, at the place, and in the manner set forth in the ADVERTISEMENT FOR Section 00100 - 3 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 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 19. PERFORMANCE AND PAYMENT BONDS The successful Bidder shall file with the Owner a Performance Bond and Payment Bond on the form bound herewith, each in the full amount of the Contract Price in accordance with the requirements of the State of Arkansas as applicable, as security for the faithful performance of the Contract and the payment of all persons supplying labor and materials for the construction of the Work, and to cover all guarantees against defective workmanship or materials, or both, for a period of 1 year after the date of final acceptance of the Work by the Owner. The Surety furnishing this bond shall have a sound financial standing and a record of service satisfactory to the Owner, shall be authorized to do business in the State of Arkansas, and shall be listed on the current U.S. Department of Treasury Circular Number 570, or amendments thereto in the Federal Register, of acceptable Sureties for Federal projects. If the Surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the project is located or it ceases to meet the requirements of the preceding paragraph, Contractor shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to Owner. The Attorney -in -Fact (Resident Agent) who executes this Performance Bond and Payment Bond in behalf of the Surety must attach a notarized copy of his power-of-attorney as evidence of his authority to bind the Surety on the date of execution of the bond. All Contracts, Performance and Payment Bonds, and respective powers -of -attorney will have the same date.. 20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND The Bidder who has a Contract awarded to him and who fails to properly execute the Contract and furnish the Performance Bond and Payment Bond, within the time frame stipulated elsewhere in these documents, shall forfeit the bid security that accompanied his bid, and the bid security shall be retained as liquidated damages by the Owner, and it is agreed that this sum is a fair estimate of the amount of damages the Owner will sustain in case the Bidder fails to enter into a Contract and furnish the bond as hereinbefore provided. Bid security deposited in the form of cash, a certified check, or cashier's check shall be subject to the same requirements as a Bid Bond. 21. PERFORMANCE OF WORK BY CONTRACTOR The Contractor shall 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 0.0100 - 6 during the progress of the Work hereunder, the Contractor requests a reduction of such percentage, and the Engineer determines that it would be to the client's advantage, the percentage of the Work required to be performed by the Contractor's own organization may be reduced; PROVIDED prior written approval of such reduction is obtained by the Contractor from the Engineer. Each bidder must furnish with his bid a list of the items that he will perform with his own forces and the estimated total cost of these items. 22. TIME OF COMPLETION The time of completion of the Work to be performed under this Contract is of the essence of the Contract. Delays and extensions of time may be allowed in accordance with the provisions stated in Section GENERAL CONDITIONS. The time allowed for the completion of the work is stated in the Proposal. 23. PROVIDING REQUIRED INSURANCE The Bidder's attention is directed to the insurance requirements set forth in the GENERAL CONDITIONS (amended in the SUPPLEMENTAL CONDITIONS, if appropriate). Submittal of a bid indicates full understanding and intent to comply with the insurance requirements which are a condition of the contract. 24. TRENCH AND EXCAVATION SAFETY SYSTEM In accordance with Act 291 of 1993 of the State of Arkansas, Bidders must provide a separate price for trench and excavation safety programs in the space provided on the bid form. Failure to do so will subject the bidder to disqualifications. 25. SUBCONTRACTOR'S PERFORMANCE AND PAYMENT BOND In accordance with Act 190 of 1993 of the State of Arkansas, subcontractors shall provide to the General Contractor a performance and payment bond if the conditions of Section 1 of Act 190 are applicable to the project. 26. PROPOSED SUBSTITUTION FOR SPECIFIED ITEMS The Bidder must comply with Article 50 of Section 00700 of this Project Manual by submitting complete data for proposed items of substitution with his Bid Proposal. END OF SECTIAN Section 00100 - 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 00300 LUMP SUM PROPOSAL NOTE TO BIDDER: Please use BLACK ink for completing this Bid form. To: Address: Project Title: City of Fayetteville City Administration Building Fayetteville, Arkansas Wastewater System Improvements, North Street Sewage Pump Station Renovation Engineer's Project No.: FY942102 Date: DECEMBER 5, 1994 Arkansas Conti. tp 365 License No.. 81 Bidder: MULTI -CRAFT CONTRACTORS, INC. Address: SPRINGDALE, ARKANSAS 72765 Bidder's person to •contact for additional information on this Proposal: Name: Telephone: JAMES E. SMITHEE (501) 751-4330 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 identify the said quantities with the detailed requirements of the 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 5% of bid 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 75 calendar days and shall comply with the schedule identified in Section 01311 - Schedule and Sequence of Operations. SECTION 00300 - 2 1 1 1 1 1 1 1 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. -0- to these Specifications. (Bidder insert No. of each Addendum received.) 1 8. LUMP SUM BASE BID 1 1 1 1 1 1 1 1 1 1 The Bidder agrees to accept as full payment for the work proposed herein the lump sum bid and shown in the PROPOSAL, based on the Bidder's own estimate of quantities and costs. The Bidder agrees that the lump sum prices do.represent"a true measure of the labor and materials required to perform the work, including all allowances for overhead and profit for all of the work called for in the Contract Documents. The amounts shall be shown in both words and figures, and, in the case where the numbers do not agree, 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 1 1 1 1 1 ITEM NO. QUANTITY PROPOSAL SCHEDULE ITEM UNIT PRICE EXTENDED 1. Lump Sum Remove Two Existing 30 Hp $ 600 /LS Pumps and Two Check Valves (Numerals) Six Hundred (Words) dollars/LS 2. Lump Sum Install Three New 75 Hp $ 55,622 /LS Pumps and Three Check Valves (Numerals) Fifty -Five Thousand Six Hundred Twenty-Idd'ol$55,622.00 lars/LS $ � (Words) 1 3. 1 1 1 1 1 1 1 1 1 1 1 1 $ 600.00 Lump Sum Install Flow Meter $ 5,747 /LS (Numerals) Five Thousand Seven Hundred Forty-Sevendollars/LS (Words) 4. Lump Sum Install Pig Launch Assembly $ 14,803 /LS (Numerals) Fourteen Thousand Eight Hundred Three dollars/LS (Words) 5. Lump Sum Replace Electrical System $ 10,810 /LS (Numerals) Ten Thousand Eight Hundred Ten dollars/LS (Words) 6. Lump Sum Install Variable Frequency $ 95,399 /LS Drive System for 75 Hp Motor (Numerals) Ninety -Five Thousand Three Hundred Ninety -Nine dollars/LS (Words) TOTAL BID $ 5,747.00 $ 14,803.00 $ 10,810.00 $ 95,399.00 $ 182,981.00 SECTION 00300 - 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11. MAJOR EQUIPMENT SCHEDULE Not Used. 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. ELECTRICAL SUBCONTRACTOR Arkansas Contractor License # Name Street Address, City, State, Zip Code CONTROL SYSTEM SUBCONTRACTOR Arkansas Contractor License # Name Street Address, City, State, Zip Code 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 of each of the above listed subcontractors, including SECTION 00300 - 5 .r ' his own estimate of that portion of the work where he lists himself as a subcontractor, in a separate sealed envelope to accompany the ' 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 22, 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. 100 % of work to be done by Multi -Craft Contracors, Inc. Except start-up by manufacturersrepresentive Estimated total cost of the above items the Bidder states that will be performed with his own forces, if awarded Contract: 'Eighty -One One Hundred Eighty -Two Thousand Nine HundredDollars ' ($ 182,981.00 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.) 1994 Replace pumps at O.M.I. mainplant $20,000.00 - Paul Hawkins (Eng.) ' 1993 Replace pumps at O.M.I. mainplant $18,000.00 - Paul Hawkins (Eng.) 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 SECTION 00300 - 6 I I ' United State Fidelity & Guaranty Company address is whose 1 Shackleford Road Little Rock AR 72215 Street City State 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 i.s made. ' 18. BIDDER The name of the Bidder submitting this Bid is Multi -Craft Contractors, Inc. doing business at ' 2300 Lowell Road Springdale AR 72764 Street City 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: ' Rick Barrows, President ' Dennis Kelly, Exec. Vice -President James E. Smithee, Sec-Treas. James LeFevre, Vice -Press If Sole Proprietor or Partnership IN WITNESS hereto the undersigned has set his (its) hand this day of ,19__ Signature of Bidder I Title SECTION 00300 - 7 I Il I 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 5 day of December 19__94. (SEAL) ' Multi -Craft Contractors, Inc. Name of Corporation ' BY Title President Secretary 19. BASIS OF AWARD ' The Contract hereunder will be awarded to the Bidder with the lowest Total Base Bid. In case identical bids are received, the Owner will interview representatives of the competing firms which submitted the ' bids and select the Bidder deemed best suitable to meet the needs of the Owner. I C I I 1 SECTION O0300 - E •UNITED STATES FIDELITY AND GUARANTY COMPANY ' BID BOND 1 ' KNOW ALL MEN BY THESE PRESENTS THAT MULTI -CRAFT CONTRACTORS, INC. of Springdale, Arkansas as Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto ' CITY OF FAYETTEVILLE, ARKANSAS as Obligee, in the full and just sum of FIVE PERCENT OF THE TOTAL ' AMOUNT BID (5% of bid)lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly ' and severally, firmly by these presents. WHEREAS, the said Principal is herewith submitting its proposal ' North Street Sewage Pump Station Fayetteville, Washington County, Arkansas ' THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a ' good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in ' money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. 1 Signed, sealed and delivered December 5, 1994 - - 1 MULTI -CRAFT CONTRACTORS, INC. (}4 &47 UNITED STATES FIDELITY AND GUARANTY COMPANY ' By: Ow1".No9g;s' - ' Carla Sue Hollis Attorney -in -fact t. I Li 933523 UNTIED STATES FIDELITY AND GUARANTY COMPANY POWER OF ATTORNEY % NO. 107681 U S F+G" ItlSUR(NIf KNOW ALL MEN BY THESE PRESENTS: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint William R. Plegge, Knight Cashion, Benson A. Cashion, Matthew Knight Cashion, Jr., Carla Sue Hollis and Shirley Stain '• of the City of Little Rock ,State of Arkansas its true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guarameetog the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be scaled with its corporate seal, duly attested by the signatures of its Senior Vice President and Assistant Secretary, this 18th day of June A.D. 19 93 . UNITED STATES FIDELITY AND GUARANTY COMPANY � .. �Senior Vice President "R11 (Signed) By........ ..:............................ Assistant Secretary STATE OF MARYLAND) SS: ' BALTIMORE CITY Onthis 18thdayof June ,A.D.19 93. beforemepetsonaiy came Robert J. Lamendola Senior Vice President of the UNITED STATES FIDELITYANDGUARANTY COMPANY and Paul D. Sims •Assistant Secretary of said Company, with both of whom I am personalty acquainted, who being by me severally duly swor@, said• that they, the said Robert J Lamendola and Paul D. Sims were respectively the Senior Vice President and the Assistant Secretary of the said UNRFI) STATES FIDELITY AND GUARANTY COMPANY, the corporation described in aQ which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said POWertf Attorney was such eotpomte seat, that it was so affixed by order of the Bond of Directors ' of said corporation, and that they signed their names thereto by like order as Senior Via Preshdedt had Assistant Secretary, respectively, of the Company. MyCommissionexpiresthe 11th dayin - March A2.19 95. (Signed) .... /... 4a�a NOTARY PUBLIC This Power of Attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the UNITED STATES FIDELITY AND GUARANTY COMPANY on Septeufbet 24, 1992: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments ' relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company. either by the Chairnua, or the President, or an Executive Vice President. or a Senior Vice President, or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently revoked and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signahrre and facsimile seal shall be valid and biailing upon the Company ' with respect to any bond or undertaking to which it is validly attached. RESOLVED, that Attomey(s)-in•Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by Ian Executive Officer and sealed and attested to by the Secretary of the Company. L Paul D. Sims , anAssistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a use excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full force and effect L the undersigned Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of ' Attorney is in full force and effect and has not been revoked. In Testimony Whereof, I have hereunto set my hand and the seal of STATES FIDELITY AND GUARANTY COMPANY on this 5 t}lday of December 1_ -_ '�........................................... _.. • N 1896 Assistant Secretary w11 iMt� ' FS 3 (10-92) I NOTICE OF AWARD To: Multi -Craft Contractors Inc. P. O. Box 1760, Springdale AR 72765 ' PROJECT DESCRIPTION: North Street Sewage Pump Station Renovation. 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 Pump Station Renovation, with the exception of Bid Item 'No. 4, in the amount of $ 168,178.00. You are required by the INSTRUCTIONS TO BIDDERS to execute the 1 CONSTRUCTION CONTRACT in its entirety and furnish the required PERFORMANCE AND PAYMENT BOND and certificates of insurance within fifteen (15) calendar days from the date of this NOTICE OF AWARD. ' If you fail to execute said Contract and to furnish said bonds within fifteen (15) days from the date of this NOTICE OF AWARD, said OWNER will be entitled to consider all your rights arising out ' of the OWNER'S acceptance of your PROPOSAL as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. ' You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this 13th day of December, 1994. McClelland Consulting Engineers, Inc ' By: _G./La.�K Title: Project Manager ' Receipt acknowledged this day of l:��ecQ�yn ___ 19 4/) By: &bi ' Title: PJLg4t ISection 00360 -1 SECTION 00500 CONTRACT ' THIS AGREEMENT, made and entered into on the /y/4 day of U , 19t(, by and between Multi -Craft Contractors. Inc., Springdale, AR. 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 (except Bid Item No. 4) 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 Wastewater System Improvements, North Street Sewage Pump Station Renovation, dated July, 1994, including: ' Advertisements for Bids; Addenda; Instructions to Bidders; General Conditions; Supplementary Conditions; Performance and Payment Bonds; Specifications; the ' Proposal and acceptance thereof; and the Drawings. Sheet Title Ii Cover 2 Plan and Sections 3 Electrical ' 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 75 calendar days. 3. That the Owner hereby agrees to pay to the Contractor for ' the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Proposal, in lawful money of the United ' States, the amount of: One Hundred Sixty-eight Thousand One Hundred Seventy- eight Dollars ($168,178.00), based on the Total Bid Price contained herein. ' Section 00500 - 1 !1 4. That within 30 days of receipt of an approved payment request, the Owner shall make partial payments to the ' Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in ' the General Conditions, which is to be withheld by the Owner until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the Owner. ' 5. That upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material ' bills, and other costs incurred by the Contractor in 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 ' Section 00500 - 2 I I C I I I I I I I I same shall be duly authorized by appropriate action by the Owner in writing. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in six (6) counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an original Contract. WITNESSES: Secretary ATTEST: Inroved a to form: Attorn y for Owner Multi -Craft Contractors, Inc. Contractor Byy President Title City of ,Fayetteville Owner By Mayor Title Section 00500 - 3 n.. .o s.,.r McClelland Consulting Engineers, Inc. P.O. Box 1229 1810 No College Ave. FAYETTEVILLE, ARKANSAS 72702 Phone (501) 443.4271 443.2377 TO 03-07-95 A08:45 IN% GENTLEMEN: WE ARE SENDING YOU C Shop drawings 0 Copy of letter LIEfl E OF UMMMAMR& ttached 0 Under separate cover C Prints ❑ Plans 0 Change order ❑ following items: 0 Samples 0 Specifications COPIES DATE NO. DESCRIPTION THESE — ARE TRANSMITTED as checked ❑ For approval 8 —For your use ; As requested O For review and comment ❑ FCR9BIDS DUE below: ❑ Approved 0 Approved ❑ Returned ❑ as submitted as noted for corrections 19 C ❑ Resubmit 0 Submit ❑ Return PRINTS RETURNED copies for approval copies for distribution corrected prints AFTER LOAN TO US REMARKS SIGNED %���j�� ti If enclosures are not as noted, kindly notify us at o ce. COPY r �iR RECORD 95 f�flR 3 PM 2 57 ARKANSAS STATUTORY PERFORMANCE AND PAWL 2? BQND CO AR K. HARNESS We Multi -craft Contractors Inc. of Springdale,Arkansas as Principal, hereinafter called Principal, and The Cashion Company, Inc as agents for USF&G a corporation organized and existing under the laws of the State of Arkansas and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto the City of Fayetteville Arkansas as Obligee, hereinafter called Owner, in the amount of One Hundred Sixty-eight Thousand, One Hundred Seventy-eight Dollars ($168,178.00 ), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated -e - '4/ /, G entered into a contract with Owner for construction of wastewater system improvements, consisting of renovation of the North Street Sewage Pump Station, which contract is by reference made a part hereof, and 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 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 - 4 021- 3$7 % In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this .27& day of PCpiry `iaiz, 19 MULTI -CRAFT CONTRACTORS, INC. Principal UNITED STATES FIDELITY AND GUARANTY COMPANY Surety By — Benson A. Cash' At orney-in-fact Section 00500 - 5 UNITED STATES FIDELITY AND GUARANTY COMPANY KNOW ALL MEN BY THESE PRESENTS: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint William R. Plegge, Knight Cashion, Benson A. Cashion, Matthew Knight Cashion, Jr., Carla Sue Hollis and Shirley Stain of the City of Little Rock , state of Arkansas its true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business.of guaranteeing the fidelity of persons: guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal. duly attested by the signatures of its Senior Vice President and Assistant Secretary, this 18th day of June , A.D. 1993 . UNITED STATES FIDELITY AND GUARANTY COMPANY (Signed) By. (Signed) By. STATE OF MARYLAND) SS: BALTIMORE CITY Oathis 18thday of June 1 4 Senior Vice President of the UNITED STATES FIDELIS Secretary of said Company, with both of whomams.pessor Lamendola and P,34JrD. Si n ^y Senior Vice Preside at 11♦ ``' Assistant Secretary rUA.D.19 93, beforeme nally came Robert J. Lamendola ND GUARANTY COMA and Paul -.�ims , Assistant acquainted. 64 ein by me severally dart r ,said, that they, the said Robert J. vv were rtu Senior Vice President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMP e corporation describ in which executed the foregoing Power of Attorney; that they each knew the seal of aid corporation; that the seal affixed of Attorney was rile seal, that it was soaffixedby order of the Board of Directors of said corporation, and that they signed their names therelq li a order as Senior Vjc'e eat and Assistant Secretary, respectively, of the Company. My Commission expires the 11th inC� .March <1�J A.D. 1995. (Signed).......c544. /.. ,�,.%%. ...... .. .... RrF'f-s^- NOTARY PUBLIC This Power of Attorney is granted under oast authority of the following Resolutions adopted by the Board of Directors of the UNITED STATES FIDELITY AND GUARANTY COMPANY on September 24, 1992: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to aid business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President; or an Executive Vice President, or. Senior Vice President, or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or.lithographed. The signature of each of the foregoing ofmn and the seal of the Company may be affixed by facsimile to any Power of Attorney Otto my certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently revoked and subject to my limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. RESOLVED, that Attorney(s)-in-Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of tbe Company to my and all bonds and undertakings, and otherwritings obligatory in the nature thereof, and my such instrument executed by such Attorneys) -in -Fact shall be as binding upon the Compmy as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I. Paul D. Sims , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a true excerpt from the Resolution of the said Corrpany as adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full fora and effect. L the undersigned Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Powerof Attorney is in full force and effect and bar not been revoked. In Testimony Whereof, I havI hereunto set my hand and the seal oft ITE STATES FIDELITY AND GUARANTY COMPANY on this ///day ........................................... 1898 Assistant Secretary FS 3 (10-92) I' ' ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND ' We Multi -Craft Contractors. Inc. of Springdale Arkansas, as Principal, hereinafter called Principal, and The Cashion Company. Inc. as agents for USF&G a corporation organized and ' existing under the laws of the State of Arkansas and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto the City of Fayetteville. ' Arkansas as Obligee, hereinafter called Owner, in the amount of One Hundred Sixty-eight Thousand, One Hundred Seventy-eight Dollars ($168.178.00 ), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated ' entered into a contract with Owner for construction of wastewater system improvements, consisting of renovation of the North Street Sewage Pump Station, which contract is by reference made a part hereof, and 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 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. 1 L ' Section 00500 - 4 C In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this .Z7 ?%.. dray .of �zuzr___ 19 9 g __ MULTI -CRAFT CONTRACTORS, INC. Principal By UNITED STATES FIDELITY AND GUARANTY •COMPANY Surety By - Benson A. .Cashtt rney-in-fact Section 00.5.0:0 - 5 680850 UNITED STATES FIDELITY AND GUARANTY COMPANY POWER OF ATTORNEY - tNO. 107681 / KNOW ALL MEN BY THESE PRESENTS: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing ' under the laws of the State of Maryland and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint William R. Plegge, Knight Cashion, Benson A. Cashion, Matthew Knight Cashion, Jr., Carla Sue Hollis and Shirley Stain of the City of Little Rock ,State of Arkansas its true and lawful Attorney(s)-in-Fact, each in their separate ' capacity if more than out is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law, In Witness Whereot the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Senior Via President and Assistant Secretary, this 18th day of June . A.D. 19 93 . y UNITED STATES FIDELITY AND GUARANTY COMPANY ' rawaan (Signed) By.../fi� .. ...... .. ...... .......... N t8o8 q � aQ � Senior Vic< President `VqR S` .................. .. ...... Sccret... (Signed) By........ .. Assistant Secretary STATE OF MARYLAND) SS: BALTIMORE CITY ) Onthis l8thdayof June ,A.D.19 93, beforemepessaoally came Robert J. Lamendola Senior Vim President of the UNITED STATES FIDEUtY AND GUARANTY COMPANY and Paul D. bsima ,Assistant ' Secretary of said Company, with both of whom) amgersoaally acquainted. who being by me severally duly sworn, said. that they, the said Robert J. Lamendola and Paul D. Sims were respectively the Senior Vice President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPAt1i', the corporation described in%ad which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such ctrporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Senior Vice president and Assistant Secretary, respectively, of the Company. I My Commission expires the 11th dkyin March £D.19 95. ao i (Signed) .... t. 5.Cr'`:.... / ' . 4' s`r NOTARY PUBLIC ' This Power of Attorney is granted under andby authority of the following Resolutions adopted by the Board of Directors of the UNITED STATES FIDELITY AND GUARANTY COMPANY on September 24, 1992: RESOLVED, that in connection with the fidelity and surer insurance business of the Company, all bonds, undertakings, contracts and other instruments ' relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or an Executive Vice President, or a Senior Vim President era Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each ' of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently revoked and subject to any limitations set forth therein. any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company ' with respect to any bond or undertaking to which it is validly attached. RESOLVED, that Attorney(s)-in-Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by Ian Executive Officer and sealed and attested to by the Secretary of the Company. I. Paul D. Sims , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full force and effect. I, the undersigned Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Testimony Whereof. I have hereunto set my hand and the seal oft ITED STATES FIDELITY AND GUARANTY-OOMPANY on this day of ,19 . • rmaaam 7epg 4 Assistant Secretary A1N" ' FS 3 (10.92) ''^JCU •ACORD. hY ))f �S:>e1 [Y[ S ) ].[T %\?4<c.V ,� )aS C{.v.i [ . [ .a ~` < � I� Irc) M ₹Y � 1 • ° { i'[4Q4S`)i )):l::.f .4\'[ 4\'{ Ta) )] a , :'i 4/( {(,I, I ]/ l .. •'•? ?\ I. \.•. C/I\ { > F i Fa. yf.. .e vT ) Fn )YC\Ji(i§rtIN �T5) v Y I c S [t T>< %', , (�yy n )aJ. ISSUE DATE (M ry1�, f, 4.. { IJ,.��tj,,.�i�Y "IM,�!AM�>•IM ��1MF' ) []..'„�'�`T,..[�.. Y t 12/30/94 PRODUCER COLON DANIEL RAMON - 6-038 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE ' DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE FEDERATED MUTUAL INSURANCE COMPANY POUCIES BELOW. 5887 Glenridge Drive, N.E. COMPANIES AFFORDING COVERAGE I Atlanta, GA 30328 Phone: 404-257-1511 A FEDERATED MUTUAL INSURANCE COMPANY Home Office: Owatonna, MN 55060 COMPANY 8 LETTER INSURED 059.271-7 MULTI CRAFT CONTRACTORS COMPANY P 0 BOX 1760 LETTER ' SPRINGDALE AR 72765 COMPANY LETTER COMPANY LETTER THIS IS TO -CERTIFY THAT THE POLICIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY 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 LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MWDD/YY) UMITS GENERAL LIABILITY GENERAL AGGREGATE $ 1,000,000 ' COMMERCIAL GENERAL LIABILITY X PROOUCT&COMP/OP AGO. S 1,000,000 A CLAIMS MADE X�GccuR 9125967 09/01/94 09/01/95 't:<;*' PERSONA- & ADv. INJURY s 500,000 OWNERS & CONTRACTORS PROT. EACH OCCURRENCE $ 500,000 ' FIRE DAMAGE (Any one fire) IT 50,000 MED. EXPENSE (Any one person) f 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE $ 500,000 X ANY Auro uMIT ' ALL OWNED AUTOS BODILY INJURY A SCHEDULED Al 9125967 09/01/94 09/01/95 er person) f ' X HIRED AUTOS X NONOWNEO AUTOS BODILY INJURY (Per ecddenq f GARAGE UABILTTY PROPERTY DAMAGE S EXCESS LIABILITY EACH OCCURRENCE f 3,000,000 A X UMBRELLA FORM 9125968 09/01/94 09/01/95 AGGREGATE f 3,000,000 OTHER THAN UMBRELLA FORM ar 2„I.:yL)ypi3:i':SxG<S%:<≥ %�.. STAMORY LIMITS WORKER'S COMPENSATION EACH ACCIDENT • A 9126992 09/01/94 09/01/95 f 500,000 AND OSEASE-POLICY UMIT It 500,000 EMPLOYERS' LIABILITY EMPLOYEE S 500,000 DISEASE -EACH ' OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS Renew? (YIN). Y CEA.TlFIFATE HpEDEA ' ANCELUITlON ' _;'.. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ' MCCLE[ALAND CONSULTING ENGINEERS EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO ATTN: MILDRED WEBSTER/ROBERT WHITE MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE P. 0. BOX 1229 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR FAYETPEVILLE, AR. 72702 LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. I ; AUTHORIZED REPRESENTATIVE rnesrDENr y -s .,..:: � e..�3'.>s ) /:€,..:.d :... 4o�s�anx)8:'<Y .,.... .,, s .. r. ., 4.,,..>,� z • . 4: c: C..:,I 4.. .. .., s . C{ .a s,-2. .Y6>kf.:5. •,.,..,..:......: L..:: u. .... - i .t ::>Swa6 l -r FEDERATED ATED rrtiew n or IN5Uf(ANCE��' ❑ FEDERATED MUTUAL INSURANCE COMPANY ULU JIL U. Li ¼J I �. • 1 Type or Print All Information ❑ FEDERATED VICE INSURANCE COMPANY POLICYTO BE ADJUSTED Insure ,� CPP No. 9/ 7 ❑ WC No. Mail Address ❑ Comm. limb. No. Li BACP No. City /� R Slate Zip Phone No. ❑ Garage No. Effective L a S Name Mailing Address Date oao me ie II AW n p .t tt ci ❑ Mortgagee ❑ Loss Payable �'L- 21- X t�9rNE rI '� •�.r� �ttII -- [/Y� �- �7 �7 'tA+.tA.wCU�11A/L' 7310'2 Which Premise or Auto? MAdd•I.Insd. Coverage i r Relationship to InsuredSuJo FW- ❑ Cert. of Ins. ❑ Renew ❑ Non -Renew u o _ # of Days E Notice Q Mortgagee ❑ Loss Payable 2 w Which Premise or Auto? UJ Q m ❑ Add'I. Insel. Coverage Relationship to Insured _ ❑ Cert. of Ins. ❑ Renew ❑ Non -Renew # of Days E Notice This Policy Adjustment Request, adding coverage for the above listed property, will serve as evidence of coverage until a Loss Payable (Mortgagee) Certificate is issued by our Division Office, or until this binding agreement terminates, whichever comes first. Adjustment Effective �, d Vehicle Date „ o N No. Year, Manufacturer, BodyType, Gallonage Identification Number (VIN) ,;, Commercial Private Pass Daily Adjustment - Effective Year, Manufacturer, Identification Number Gross Bus. Mileage Date a BodyT e, Gallonage (VIN) Radius Weight Use Use To Work — a _ O I— -- C y "' LIABILITY: Accident Limit $ _ Medical Payments$ __ Coverage Desired . Garaging Location _ Youthful Operators ❑ Comp Cost New • Oofe Driver's ❑ Spec. Cause of Loss Collision (List) Assigned Driver _Full Name Birth License No. — 1. 2. -- 3._______._1 -- — •� Leased Auto? , Description or Unit No. of Aulo Name & Address Li Individually Owned' ❑ Titled to Business? DOC ❑ Add ❑ Delete Name(s): Adjustment w = Effective i o Date =U0 0= 2¢ ~ 2y - O Any person, who intentionally defrauds or knowingly facilitates a fraud against an insurer, e who submits an application or files a claim con- Insured's Signature ; r='Y taming a false or deceptive statement is guilty Mktg. Rep. & of insurance fraud." On OHIO: O.R.C. Section 3999 21 Marketing Representative Div. Code 40-66 3-93 See Reverse Side CO MERCIAL LINES POLICY ADJUSTMENT REQUEST NOTICE TO PROCEED To: Multi -Craft Contractors Date: P. O.Box 1760 Project:City of Fayetteville Springdale, AR 72765 Wastewater Systems Improvements North Street Sewage Pump Station You are hereby notified to commence WORK in accordance with the Contract dated , 1995, on or before 1995, and you are to complete the WORK by if 1995. By: Title: ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by this the day of 19 Multi -Craft Contractors M Ti Section 00550 - 1 I Jim Guy Tucker I Gonmw I IRobert W, White P. 0. "os 12'.i Facet.te1-J]Ie, AR 7271)2 C James L. Salkeld wroclor STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR 10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190 (501) 682-4500 • FAX: (501) 682-4532 • TDD; (800) 285-1131 I1ct o'er 21). )!i t,l tO North Stre'Il Sel:rr,p hlnnl) St al ien h'"ri;:y n1 Im• F.ay-e11 evi I I", -A]'ll flaws 11 S Il nE'I 011 ( C'Ill Dear `l1'. In response LC 1-(117_' re'jiiest l en(')os( 1'. is Ails"i.'1-as fr J' V ] 1 I ' 11k '1nge 1)ptel'lli 11:iil ion Ailmliet 94-107 ost aht7511111g the minimii11i '':e rates I 1)e pa 1 (3 an 111e fill-n'e-referenced 1)r0.1ec't !11Rf ] I ('S. avoi'e est ahl 7 shed pnrsiian'. to the AricansaF Preva 1 J i `1£ ha8e 11x31 Ark. 1'odr Ann. §§ 22-9-301 l c 2_' u .1 i 3( 1H87 r I and i hr adm uu S1 rat 11P 1egul atlnns yrnmul dated thereunder. 11 111x' Avnl'I- i- -sib inn l tC tie al')iflnsa:= P]'ev:1l ) I_11`; lla`tee I.i:l{1 M'e1'C 4pn('1 f 1(':111on shall include minimum prevail 111 'au'e r'a- es 11- par11 !-111{1 111- 11 pp (1' l.nrl'e)' :i Hel Pt 'L1 rfv1 ItA- 111( 11(1);17' 1111(ani 11; 1,I)]1Id(- Al 1 Ltej -9-. OX,f 1) ( _ 1 •II 111'11' •I s. .1.1 .-1 I... ♦ ,.I ''-'. 11 . ii,'-' ('un1.r:Ini a st I pii1 a1 ion to hip ei'J'p<'t I }it not J i's= t Ilan I he [1 VC a I tiIlk Il Oil rlX 7-ale n1 M,9 L`Ps s}l aaI I he na 1. d 'n ,- I we rkers .j el'i mall'. ilti -ni14 ij;iriel, the .rnnt tart . Ark. I ode 1111:. t 22 -H -:1'%)A Add I I io'JIi i 1 . 1 lie Sea P nt w1TQes -,Iin I I I1 PrJ'_' ".7 I v 11ie :'OntrACt, or in ;i orominent and eastJA" acres l)lC 1°Jn'e at lJle A�V]'1s sit r'. 11 so vile ,.O S(`11 I 1 at-lterllent o1 IntenL Lo Pa l' 1'1'eval J 111g Wages11 1(1111 iii;'' 111.] 1 (1 hl' `>ni in 1-(.111' 5;11''1 l i ; (-:11 1111)•_ '11 r`l.; A. 11 h 1}le wale determi] 1]011. The General \Prime Contractor is resp(`nsiIJ" Joy 'SeaI ing 1111 1nrii' 'ii led oilI nn 11 1-("Ilr]1e11 to this 1 I,Iit t ( " 1.71 11711 .-11 1'a' c ni. tlip N.01 frr� t .,) }'t'.oCceed i,li- 11'° P1rati(` 1)(111I\ 111(' {Ph.r`n Vn]1 I -sll(` V'l.lii' �n1 ier I(: 1 'i'I ('('.f`11 I111' I I'I i S 1)1OJ r'. I is .1,,- - 1 1'I-. S. ]„1. :1:'11(11% Page I of 2 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - BUILDING RA'T'E I 7 I I I I [I DATE: Octoher '!5, 199.1 PROJFC'I': Mort Ii St reef Sew i e I"imn Si a I j nI' Reno\-aI i n1) Favel1ovi 11e. Arkansas DI?TERMINA'1'ION ;t: -1-E-10• COUNTY: as 11)11 ;n EXPIRA'T'ION DA'1b' 4-25-95 SIJRVI?Y : Fiyl-AP,i:) CLASSIFICATION BASIC HOURLY RATE FRINGE BENEFITS Asbestos S\orker/lnsu]ator Y.90 Brick]ayer/Stonemason 14.05 Carpenter/Millwright/Soft Floor Layer 10.85 Concrete Finisher/Cement Mason 10.70 F]ectriclan/Ad arm Installer 10.60 1.3; ]laz)er 10.50 I.0 HVAC Mechanic 9'.015 I ronr,orker I I . 00 Laborer 8. ( 0 Painter 9.80 Plumber/Pipefitter 11.30 I. Of' Roofer ].0.35 Sheet Meta] Worker 9.55 .lie) Sprinkler Fitter 14.55 4.10 'truck Driver 8.80 Power Fguipment )perntors. Group 1] 10.35 Power Equipment Operators Group 111 11.55 Power Fquipmeni (1per:itors Group I\ 10.15 ;:.,n elders --receive rate T'ersc ribed for craft pertormnne operation I o 4 Iii ch w" J InL' l 'if' il'r r o1. Classifications that are not listed, but that; are going to be working on this project, should be requested from the Arkansas Department of Labor, Prevailing Wage Division. These written requests should be made as soon as you notice that a required classification is missing, norm:3.IIy this would be during the bid process. Page 2 of 2 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE 1)KTERM I NAT] ON - BU 11.D I NC R.A'I'ii DATE,: nrtober 25, 1991 DET]fl3M]NATI0N #: 98-101 PRO.1ECT: North Street Sewae }imp COUNTY: 'ash ington Station }rrnoyat'on EXP1RAT1ON DATE: 4-2b-95 l'a)'el t ev11 l e. Ar,anss ' Power Equipment Operators: Group it ' Cperators engaged in operating the following equipment or performing work relative to the engineer's jurisdiction: Hydraulic cranes, cherry pickers, backhoes, an o Cerricks with a lifting capacity less than 50 tons, as specified by the ' manufacturer, backhoes, Iia.cfor or truck type, o\erhead k :raveling cranes, or tractors with swinging boom attachments, gradealis above equipment errespecLiv.e of niol.i.ve power, ,ev'.ermaii lengllieerl, hydraulic or bucket dredges, irresper`tlAe of Size. Group_11] ' Heavy Equipment. Operators. Operators engaged in operating the following equipment: buIIdozers, front end Ioaders, side booms skytracks, push tractors, pull scrapers, motor graders, trenching machines, regardless of size or motive power, backfille.rs, central nii)ing pJanls, T0S and larger, finishing machines, boiler fireman high or low pressure, asphalt. spreaders. hydro truck crane, multivae drum noist, irrespective of motive • power., rotary, cahLe too;, core drill or churn driJ1, water well and foandal ion drilllnsr n1ic11i11es. regardless of size, regardless of motive power and dredge l comer oneral or. Group IV Light Equipment Operators. Operators engaged in operating the following equipmert: Oilerdriver motor crane, single drum ' hclsls, winches and air diggers, irrespective of motive power, wench or A frame trucks, forklifts, rollers of types and pulI tractors, regardless of size, elevator operators inside and • outside when used for carrying workmen from floor to floor and handling building material, Lad-A-\al.or, conveyer, batch plant, and mortar or concrete njiN,ers, h'�Jni. J0S, end dump enclid, pumperete, spray machine and pressure grout machine, air cunipiessors, 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, erui i parent greaser, of l er, mechanic helper, drill ing n,archinc hell>er, asphalt distiihut or and like equipment, safety l`' it e},^r';)I QJ' aild r;r`^j. llli .3. 1 I I '�7'] b b 3 M C) tOEbh O l�lfl ? bO H N H (D hhOOm �7 (DO C n CO ((Dh o y (DM tr O (D <CxH ti �+ = rtr- i- a rt h a s (Dr- ' i J ('7 k+1 \ W C� b MN. CtDi rt N N •• H c c� h w rr- ' bt tY 2 ! N N Ft �E�bNN w w c C 0 tr tr a w¼Q c1rt0 O „ n rbt O o n(DID ct vi 0 CD ' b o h o tib rtn N o m yii!ti b a rt Y Qtl n rrt chi a rtm 7arto rt ty3 a o n n n' mr- ° F -4" h+ � h h h . c F1t 7 rt D a m i�F3�3 c h• CrtNDCD DDiQiDi ' „n g ' •9 t: b N b b Itr-. N r- .w y st�yy -i uai tr0 no h (D b CD Ii om rtrrtc trHm y Crs 3" (D rt b "CC r- „ O ' m b w a 0 tDr.hb'Q ~ NMO N (D N- Z 'y ratrotbF O N ©yam 0 may rt H off, H trOr-"Cq O ' � d 11 El H•rbt ro ia�ryx�y m CD H,(Nrw b w ' CC3 N ('SON. O.00O ro �� q k(D rt(D (D (W ;v yy O M rar m hDi rS W0 0 b H 'bh ° ahch0aA, ~ b th] CD n N n b r - (D <d' k ozmo ' M.0 b. m 0 b'h 0 m C) � i3 Obi o, ((DD O El E �i H: G (D El N- A) cam,y b(hD rtWO co(Dm •C ohcta't its} ] CD 0rt I. O Ft h M h W 1< [. I DOCUMENT .00700 GENERAL CONDITIONS ' DEFINITIONS PAGE ' 1. AS APPROVED 1 2. AS SHOWN, AND AS INDICATED . . . . . . . . . . . . . 1 3. BIDDER 1 4. CONTRACT 1 5. CONTRACT DOCUMENTS 1 6. CONTRACTOR 2 7. DAYS . 2 IS. DRAWINGS 2 9. ENGINEER 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 17. WORK . . . . 3 ' CONTRACT DOCUMENTS 18. 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 39 SUPERINTENDENCE. . . . . . . . . . . . . . . . . . . . 14 Section 00700 - i I tTHE CONTRACTOR AND HIS EMPLOYEES (Cont.) PAGE 40. RECEPTION OF ENGINEER'S DIRECTIONS . . . . . . . . . 15 ' 41. SANITATION . . . 15 42. EMPLOYEES . . . 15 43. PROJECT MEETINGS 15 ' 44. SAFETY . . . . 15 45. CONTRACTOR'S TOOLS AND EQUIPMENT . . . . . . . . . 16 46. PROTECTION OF WORK AND PROPERTY . . . . . . . . . . 16 ' 47. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY . 17 48. MATERIALS AND APPLIANCES . . . . . . . . . . . . . . 17 49. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS . . . . . 18 ' 50. SUBSTITUTION OF MATERIALS . . . . . . . . . . . 18 51. TESTS, SAMPLES, AND INSPECTIONS . . . . . . . . . . 18 52. ROYALTIES AND PATENTS . . . 19 53. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT 19 54. CORRECTION OF DEFECTIVE WORK FOUND DURING WARRANTY PERIOD 19 I [I I PROGRESS OF THE WORK 55. BEGINNING OF THE WORK . . . . . . . . . . . . . . . 20 56. SCHEDULES AND PROGRESS REPORTS 20 57. PROSECUTION OF THE WORK 21 58. ASSIGNMENT 22 59. OWNER'S RIGHT TO DO WORK . . . . . . . . . . . . . . 22 60. OWNER'S RIGHT TO TRANSFER EMPLOYMENT . . . . . . . . 22 61. DELAYS AND EXTENSION OF TIME 23 62. LIQUIDATED DAMAGES 24 63. OTHER CONTRACTS 25 64. USE OF PREMISES 25 65. SUBSTANTIAL COMPLETION DATE 25 66. PERFORMANCE TESTING . . 26 67. OWNER'S USE OF PORTIONS OF THE WORK . . . .. . . . . 26 68. CUTTING AND PATCHING 26 69. CLEANING UP . . 26 PAYMENT 70. PAYMENT FOR CHANGE 71. PARTIAL PAYMENTS 72. CLAIMS . . . . . . 73. NOTICE OF CLAIM FOR 74. RELEASE OF LIENS OR 75. FINAL PAYMENT . . 76. NO WAIVER OF RIGHTS 77. ACCEPTANCE OF FINAL JRDERS 27 29 32 DELAY 32 CLAIMS 33 33 33 PAYMENT CONSTITUTES RELEASE . . 34 ' Section 00700 - ii I J DOCUMENT 00700 ' GENERAL CONDITIONS These General Conditions contain .contractual -legal Articles that establish the requirements and conditions governing responsibility, policy, and procedures that apply during the construction and warranty period. This part of the Contract Documents is preprinted. Any modifications to the following Articles that are special to the Project under consideration will be made in the Supplementary Conditions. Requirements and conditions that have ' special significance to the Contract for the contemplated Work on this Project are as set forth in the remaining Sections of these Contract Documents. DEFINITIONS Wherever in the Contract Documents the following terms are used, ' the intent and meaning shall be interpreted as follows: 1. AS APPROVED The words "as approved", unless otherwise qualified, shall be understood to be followed by the words "by the Engineer". ' 2. AS SHOWN, AND AS INDICATED The words "as shown" and "as indicated" shall be understood to be followed by the words "on the Drawings". 3. BIDDER The person or persons, partnership, firm, or corporation submitting a Bid for the Work contemplated. ' 4. CONTRACT The "Contract" is the written agreement covering the performance of the Work and the furnishing of labor, materials, incidental services, tools, and equipment in the construction of the Work. It includes supplemental ' agreements amending or extending the Work contemplated and which may be required to complete the Work in a substantial and acceptable manner. Supplemental I 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. 7. DAYS I Unless otherwise specifically stated, the term "days" will be understood to mean calendar days. 8. DRAWINGS ' The term "Drawings" refers to the official Drawings, profiles, cross sections, elevations, details, and other working drawings and supplementary drawings, or reproductions thereof, sealed by the Engineer, which show the location, character, dimensions, and details of the Work to be performed. Drawings may either be bound in the same book as the Project Manual or bound separately and are a part of the Contract Documents, regardless of the method of binding. 9. ENGINEER The person or organization identified as such in the Contract. The term "Engineer" means the Engineer or his authorized representative. 10. NOTICE The term "notice" or the requirement to notify, as used in the Contract Documents or applicable state or federal statutes, shall signify a written communication delivered in person or by certified or registered mail to the individual, or to a member of the firm, or to an officer of the corporation for whom it is intended. Certified or registered mail shall be addressed to the last business address known to him who gives the notice. 11. OR EQUAL The term "or equal" shall be understood to indicate that the "equal" product is the same or better than the product named in function, performance, reliability, quality, and general configuration. Determination of equality in reference to the Project design requirements will be made by the Engineer. Such "equal" products shall not be purchased or installed by the Contractor without the Engineer's written approval. 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 IA written notice given by the Owner to the Contractor (with a copy to the Engineer) fixing the date on which the Contract time will commence to run and on which the Contractor shall start to perform his obligation under the ' Contract. The Notice to Proceed shall be given within 30 days following execution of the Contract by the Owner. I I I C C 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 inte (except speci necessary for Work described technical recognize f d and trade m standards. it of the Docu is items to completion of in words which eaning s 19. DISCREPANCIES AND OMISSIONS ments is to include all Work be furnished by the Owner) the Contract. Materials or so applied have a well known hall be held to refer to such 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 precedence over scale dimensions. Detailed Drawings shall take precedence over general Drawings. It is understood and agreed that the Work shall be performed and completed according to the true spirit, meaning, and intent of these Documents. 20. ALTERATIONS - CHANGES IN WORK The Owner, without notice to the Sureties and without invalidating the Contract, may order changes in the Work within the general scope of the Contract by altering, adding to, or deducting from the Work, the Contract being adjusted accordingly. All such Work shall be executed under the conditions of the original Contract, except as specifically adjusted at the time of ordering such change. In giving changes in inconsistent otherwise, property, a performed o from the Ow instructions, the Engineer may order minor the Work not involving extra cost and not with the purposes of the Project, but except in an emergency endangering life or dditions or deductions from the Work shall be y n mer, or a Change Orde has authorized t r .n pursuance of an approved Change Order signed or countersigned by the Engineer, from the Engineer stating that the Owner he deduction, addition, or change, and no I LJ C I I H I I H H C I [I I I C Li Section 00700 - 4 I 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 il famiar with all of the various parts of these Contract Documents and determine the nature and location of the Work, the general and local conditions and all other matters which can in any way affect the Work under this Contract. Failure to make an examination necessary for this determination shall not release the Contractor from the obligations of this Contract. The Contractor warrants that no verbal agreement or conversation with any officer, agent, or employee of the Owner or with the Engineer either before or after the execution of this Contract, has affected or modified any of the terms or obligations herein contained. 22. DOCUMENTS TO BE KEPT ON THE JOBSITE The Contractor shall keep one copy of the Contract Documents on the jobsite, in good order, available to the Engineer and to his representatives. The Contractor shall maintain on a daily basis at the jobsite, and make available to the Engineer on request, one current record set of the Drawings which have been accurately marked up to indicate all modifications in the completed Work that differ from the design information shown on the Drawings. Upon substantial completion of the Work, the Contractor shall give the Engineer one complete set of marked up record Drawings. 23. ADDITIONAL CONTRACT DOCUMENTS The Engineer will furnish to the Contractor on request and free of charge, three copies of the Project Manual and three sets of full-size Drawings. Additional copies of the Project Manual and the Drawings may be obtained on request by paying the price as shown in the Invitation to Bid for the Contract Documents.. 24. OWNERSHIP OF DRAWINGS All Drawings, Plans, Specifications, and copies thereof furnished by the Engineer and the Owner are their property. They are not to be used on other work and, with the exception of the signed Contract set, are to be ' returned to 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, from any and all claims arising from any such reuse. Any such verification and adaptation by the Engineer and the Owner will entitle the Engineer to further compensation at rates to be agreed upon by the user and the Engineer and the Owner. All models are the property of the Owner. THE ENGINEER 25. AUTHORITY OF THE ENGINEER The Engineer shall be the Owner's representative during the construction period. His authority and responsibility shall be limited to the provisions set forth in these Contract Documents. The Engineer shall have the authority to reject Work and material which does not conform to the Contract Documents. However, neither the Engineer's authority to act under this provision, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Engineer to the Contractor, any Subcontractor, their respective Sureties, any of their agents or employees, or any other person performing any of the Work. 26. DUTIES AND RESPONSIBILITIES OF THE ENGINEER The Engineer will make periodic visits to the site of the Project to observe the progress and quality of the Work and to determine, in general, if the Work is proceeding in accordance with the intent of the Contract Documents. He shall not be required to make comprehensive or continuous inspections to check quality or quantity of the Work, and he shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work. Visits and observations made by the Engineer shall not relieve the Contractor of his obligation to conduct comprehensive inspections of the Work and to furnish materials and perform acceptable Work, and to provide adequate safety precautions, in conformance with the intent of the Contract. The Engineer will make decisions, in writing, on all claims of the Owner or the Contractor arising from interpretation or execution of the Contract Documents. Such decision shall be necessary before the Contractor can receive additional money under the terms of the Contract. Changes in Work ordered by the Engineer will be made in compliance with Article 20, ALTERATIONS - CHANGES IN WORK. One or more construction observers may be assigned to observe the Work for compliance with the Contract Section 00700 - 6 I J I n I I FT H Documents and to act in matters of construction under this Contract. It is understood that such Construction observers shall have the power to issue instructions and make decisions within the limitations of the authority of the Engineer. The Contractor shall furnish all reasonable assistance required by the Engineer or construction observer for proper review of the Work. Construction observers shall not have the power or authority to delete, increase, modify or otherwise change the requirements of the Contract Documents. The above -mentioned observation shall not relieve the Contractor of his obligations to conduct comprehensive inspections of the Work and to furnish materials and perform acceptable Work and to provide adequate safety precautions, in conformance with the intent of the Contract. 27. REJECTED MATERIAL Any material condemned or rejected by the Engineer or his authorized construction observer because of nonconformity with the Contract Documents shall be removed at once from the vicinity of the Work by the Contractor at his own expense, and the same shall not be used on the Work. 28. UNNOTICED DEFECTS Any defective Work or material that may be discovered by the Engineer before the final acceptance of Work, or before final payment has been made, or during the ' guarantee period, shall be removed and replaced by Work and materials which shall conform to the provisions of the Contract Documents. Failure on the part of the Engineer to condemn or reject bad or inferior Work or materials shall not be construed to imply acceptance of such Work or materials. The Owner shall reserve and retain all of its rights and remedies at law against the Contractor and its ' surety for correction of any and all latent defects discovered after the guarantee period. ' 29. RIGHT TO RETAIN IMPERFECT WORK If any part or portion of the Work done or material furnished under this Contract shall prove defective and ' not in accordance with the Drawings and Specifications, and if the imperfection in the same shall not be of sufficient magnitude or importance as to make the Work dangerous or unsuitable, or if the removal of such Work will create conditions which are dangerous or undesirable, the Owner 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. ISection 00700 - 7 30. LINES AND GRADES ' Lines and grades shall be established as provided in the Supplementary Conditions. All stakes, marks, and other information shall be carefully preserved by the Contractor, and in case of their careless or unnecessary destruction or removal by him or his employees, such 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 1 shall be submitted only by the Contractor, who shall indicate by a signed stamp on the shop drawings, or other approved means, that he (the Contractor) has checked the shop drawings, and that the Work shown is in accordance with Contract requirements and has been checked for dimensions and relationship with Work of all other trades involved. The practice of submitting incomplete or unchecked shop drawings for the Engineer to correct or finish will not be acceptable, and shop drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in the proper form. When the shop drawings have been reviewed by the Engineer, two (2) sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the shop drawing may be rejected and one (1) set will be returned to the Contractor with such changes or corrections indicated, and the Contractor shall correct and resubmit the shop drawings in quadruplicate, unless otherwise directed by the Engineer. No changes shall be made by the Contractor to resubmitted shop drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted shop drawings. Section 00700 - 8 I I I L [] I I I I C7 I C El 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. H 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 Contractorshall not execute the Contract or 1 commence Work under this Contract until he has obtained all the insurance required hereunder and such insurance has been reviewed and approved by the Owner, nor shall the Contractor allow any subcontractor to commence Work on his subcontract until insurance specified below has been obtained. Review of the insurance by the Owner shall not relieve or decrease the liability of the Contractor hereunder. C. COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE The Contractor shall maintain during the life of this Contract the statutory Workmen's Compensation, in addition, Employer's Liability Insurance in an amount not less than $100,000 for each occurrence, for all of his employees to be engaged in Work on the Project under this Contract and, in case any such Work is sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation and Employer's Liability Insurance for all of the latter's employees to be engaged in such Work. Where Work under this Contract includes any water or navigational exposure, coverage shall be included to cover the Federal Longshoremen's and Harborworker's Act and the Federal Jones Act. Employer's Liability Insurance Section 00700 - 10 1 I shall be extended to include waiver of subrogation to the Owner. D. 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 1 damages for personal injury, including accidental death, as well .as for claims for property damage, which may arise directly or indirectly from performance of the Work under this Contract. The general liability policy should also specifically ensure the contractual liability assumed by the Contractor under Article Indemnification. Coverage ' for property damage shall be on a "broad form" basis with no exclusions for "XC & U." Amount of insurance to be provided shall be as shown below: 1) Contractor's Comprehensive General Liability Insurance For not less than the following limits of liability: ' Bodily Injury: $500,000 each occurrence, $500,000 aggregate ' Property Damage: $250,000 each occurrence, $250,000 aggregate Include the following coverage: °Waiver of all "XCU" exclusions. ' °Broad Form Property Damage and Personal Injury Liability. ' °Independent Contractor's Coverage. 2) Contractor's Comprehensive Automobile Liability Insurance For not less than the following limits of liability: Bodily Injury: $ 500,000 each person, $1,000,000 each occurrence Property Damage:$ 100,000 each occurrence OR Bodily Injury and Property Damage: $1,000,000 combined single limit each occurrence. Section 00700 - 11 Li 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. I E. BUILDER'S RISK AL`L-RISK INSURANCE Unless otherwise modified in the Supplementary ' Conditions, the Contractor shall secure and maintain during the life of this Contract, Builders Risk All -Risk Insurance coverage in an amount equal to the full replacement value of structures, equipment, electrical, and mechanical systems only. Such insurance shall not exclude coverage for earthquake, landslide, flood, collapse, blasting, or loss due to the results of faulty workmanship, and shall provide for losses to be paid to the Contractor, Subcontractor, and the Owner as their interests may appear. F. OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY INSURANCE The Contractor shall, at his expense, provide the Owner with an Owner's and Contractor's Protective Liability Insurance Policy naming the Owner as the named insured and the Engineer, its architects and engineers, and each of their officers, agents, and employees as additional insured under that policy, said policy to protect said parties from claims which may arise from operations under the Contract. Limits of policy coverage shall be: Bodily Injury: $500,000 each person, aggregate U I I $1,000,000 I Section 00700 - 12 , I I I I 1J I I I I I I L L 1 I L 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 The Contractor shall withhold and pay any and all sales and use taxes, including any and all change of taxes thereof, and all withholding taxes, whether state or federal, and pay all Social Security charges and also all State Unemployment Compensation charges, and pay or cause to be withheld, as the case may be, any and all taxes, charges, or fees or sums whatsoever, which are now or may hereafter be required to be paid or withheld under any laws. 38. ORDINANCES, PERMITS, AND LICENSES I 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. I Section 00700 - 14 ' I 40. 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. I I I H u I I I LI 41. 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. 42. EMPLOYEES The Contractor shall employ only men or women who are competent and skillful in their respective line of work. Whenever the Engineer or Owner shall notify the Contractor that any person on the Work is, in their opinion, incompetent, unfaithful, or disorderly or refuses to carry out the provisions of this Contract or uses threatening or abusive language to any person representing the Owner on the Work, or is otherwise unsatisfactory, such person shall be immediately discharged from the Project and shall not be re-employed thereon except with the consent of the Engineer by the Owner. 43. 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. 44. 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 o.f 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 I Section O070.0 - 15 I Contractor's failure to thoroughly familiarize himself , with the aforementioned safety provisions shall not relieve him from compliance with the obligations and penalties set forth herein. The Contractor shall develop and maintain for the duration of this Contract, a safety program that will effectively incorporate and implement all required safety provisions. The Contractor shall appoint an employee who is qualified and authorized to supervise and enforce compliance with the safety program. The duty of the Engineer to conduct construction review of ' the Contractor's performance is not intended to include a review or approval of the adequacy of the Contractor's safety supervisor, the safety program, or any safety measures taken in, on, or near the construction site. The Contractor, as a part of his safety program, shall maintain at his office or other well-known place at the jobsite, safety equipment applicable to the Work as prescribed by the aforementioned authorities, all articles necessary for giving first aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of persons (including employees) who 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 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. 45. 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. 46. 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 Section 00700 - 16 ' I property (as provided by law and the Contract Documents). All passageways, guard fences, lights, and other ' facilities required for protection by federal, state, or municipal laws and regulations and local conditions, must be provided and maintained. ' The Contractor shall protect his Work and materials from damage due to the nature of the Work, the elements, carelessness of other Contractors, or from any cause ' whatever until the completion and acceptance of the Work. All loss or damages arising out of the nature of the Work to be done under these Contract Documents, or from any unforeseen obstruction or defects which may be encountered in the prosecution of the Work, or from the action of the elements, shall be sustained by the Contractor. ' In addition, the Contractor shall take special precautions to prevent the "flotation" of all tanks and structures prior to their final acceptance and filling for beneficial ' use. The Contract price shall include all costs associated with such special precautions. U 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. 47. 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, 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. 48. 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 ' Section 00700 - 17 I safety requirements of a recognized agency, or failure due to faulty design concepts, or defective workmanship and materials. 49. 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. 50. 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 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. 51. 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 Section 00700 - 18 I LI I L L I I I II I I I I L 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 52. 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. 53. 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 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. 54. 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 I Section 00700 - 19 I 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 , 55. 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. 56. SCHEDULES AND PROGRESS REPORTS The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, records, and other data as the Owner may request concerning Work performed or to be performed under this Contract. Construction Schedule Requirements: The Contractor shall ' comply with the following requirements concerning construction scheduling and payments: The Contractor shall submit a construction schedule of the bar graph type (or other approved type) prior to the preconstruction conference showing the following information as a minimum: a. Date of Notice to Proceed with Contract Work. b. Actual date construction is scheduled to start if different from the date of Notice to Proceed. C. Contract completion date. d. Beginning and completion dates for each phase of Work. e. The dates at which special detail drawings are required. Section 00700 - 20 ' I 1 L I L I I L L [1 I f. Respective dates for submission of shop drawings and the beginning of manufacture, the testing of, and the installation of materials, supplies, and equipment.. g. All construction milestone dates. h. A separate graph showing Work placement in dollars versus Contract time. The schedule shall incorporate approved Contract changes. The schedule shall be maintained in an up-to-date condition monthly and shall be available for inspection at the construction site at all times. The construction schedule shall be submitted in conjunction with and/or in addition to any other requirements concerning schedules within these Specifications. 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. 57. 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 Section 00100 - 21 I 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. 58. 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 to become due to him hereunder without the previous written consent of the Owner. 59. 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. 60. 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 Section 00700 - 22 I 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 ' 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. 61. DELAYS AND EXTENSION OF TIME ' If the Contractor is delayed in the progress of the Work by any separate Contractor employed by the Owner, or by strikes, lockouts, fire, excessive adverse weather conditions not reasonably anticipated (on the basis of official weather records from the past ten years, minimum, from the locality involved), or acts of God, the Contractor shall, within 48 hours of the start of the occurrence, give written notice to the Owner of the cause of the potential delay and estimate the possible time extension involved, and within 7 days after the cause of delay has been remedied, the Contractor shall given written notice to the Owner of any actual time extension requested as a result of the aforementioned occurrence; ' then the Contract time may be extended by Change Order for such reasonable time as the Engineer determines. It is agreed that no claim shall be made or allowed for any damages which may arise out of any delay caused by the ' above referenced acts .or occurrences, other than claims for the appropriate extension of time. ' No extension of time will be granted to the Contractor for delays occurring to parts of the Work that have no measurable impact on the completion of the total Work Section 00700 - 23 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, 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 to 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. 62. 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. Section 00700 - 24 ' .1 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. ' 63. 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. ' 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. 64. 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. 65. 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. ' Section 00700 - 25 I Such substantial completion shall from liquidated damages should the after the completion date, construction observation, interest or other expenses continue to be c not re Owner i.e., paid, harged !lieve Contractor 1 have added costs if additional loss of revenue, to the Owner. Substantial completion of an operating facility shall be that degree of completion that will provide a minimum of 7 continuous work days of successful operation in which all performance and acceptance testing has been successfully demonstrated to the Engineer. All equipment contained in the Work, plus all other components necessary to enable the Owner to operate the facility in the manner that was intended, shall be complete on the substantial completion date. See "SUBSTANTIAL COMPLETION" under Article DEFINITIONS, of these General Conditions. 66. 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. 67. 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. 68. 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. ' 69. CLEANING UP The Contractor shall, at all times, at his own expense, ' keep property on which Work is in progress and the Section 00700 - 26 r ' adjacent property free from accumulations of waste material or rubbish caused by employees or by the Work. ' Upon completion of the construction, the Contractor shall, at his own expense, remove all temporary structures, rubbish, and waste materials resulting from his operations. PAYMENT 70. 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: IA. 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 f or the Work may be negotiated as mutually agreed upon by the Contractor and Owner. In "A" and "B" above, Contractor's quotations for Change Orders shall be in writing and firm for a period of 90 days. Any compensation paid in conjunction with the terms of a Change Order shall comprise total compensation due ' the Contractor for the Work or alteration defined in the Change Order. By signing the Change Order, the Contractor .acknowledges that the stipulated compensation includes payment for the Work or alteration plus all payment for ' the interruption of schedules, extended overhead, delay or any other impact claim or ripple effect, and by such signing specifically waives any reservation or claim for additional compensation in respect to the subject of the Change Order. The Owner's request for quotations on alterations to the Work shall not be considered authorization to proceed with the Work prior to the issuance of a formal Change Order, nor shall such request justify any delay in existing Work. Lump sum quotations for alterations to the Work shall include substantiating documentation with an itemized breakdown of Contractor and subcontractor costs, including labor, material, rentals, approved services, overhead, and ' profit calculated as specified under "C" below. C. FORCE ACCOUNT WORK. If the method of payment cannot be agreed upon prior to the beginning of the Work, and the Owner or the Engineer directs that the Work be done by written Change Order or on a force account ' basis, then the Contractor shall furnish labor, equipment, and materials necessary to complete the ISection 007.O0 - 27 I 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. 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 70C, 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. Section 00700 - 28 , I I I I I 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 submitted with the daily report sheets, or, if not available, they shall be submitted with subsequent daily report sheets. Said daily report sheets shall be signed by the Contractor or his authorized agent. ' To receive partial payments and final payment for force account Work, the Contractor shall submit in a manner approved by the Engineer, detailed and complete ' documented verification of the Contractor's and any of his subcontractors' actual current costs involved in the force account Work pursuant to the issuance of an approved Change Order. Such costs shall be submitted within 30 days after said Work has been performed. No payment will be made for Work billed and submitted Ito 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. ' 71. 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 Section 0070.0 - 29 I 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 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 Section 00700 - 30 ' I "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 (9%) of the Contract ' amount shall be retained during this maintenance period. All prior payments shall be subject to correction in the final payment. This 90 -day period does not relieve the Contractor of the Performance and ' Payment Bond requirements regarding warranty of the Project. In such cases, the semi-final payment estimate shall indicate the initial acceptance of the ' Work, and the warranty shall begin on such date. D. QUALIFICATION FOR PARTIAL PAYMENT FOR MATERIALS ' DELIVERED Unless modified in the Supplementary Conditions, qualification for partial payment for materials ' delivered but not yet incorporated in to the Work shall be as described below. Materials, as used herein, shall be considered to be those items which are fabricated or manufactured material and equipment. To receive partial payment ' for materials delivered to the site or to the Contractor's storage facility or storage yard, but not incorporated in the Work, it shall be necessary for the Contractor to include invoices of such materials ' and documentation warranting that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's ' interest therein; all of which must be satisfactory to Owner. At the time of the next partial payment request, the Contractor must submit the following documentation relative to materials paid on the previous partial payment: paid invoices of such materials or other documentation warranting that the Owner has received the materials and equipment free ' and clear of all liens, charges, security interests, and encumbrances .(i.e., all materials have been paid for by Contractor). Failure to submit this ' documentation will result in an appropriate reduction on the current partial payment estimate for such materials. ' At his sole discretion, the Engineer may approve items for which partial payment is to be made. Proper storage and protection shall be provided by the Contractor, and as approved by the Engineer. Final ym paent shall be made only for materials actually incorporated in the Work and, upon acceptance of the Section 00700 - 31 all materials remaining f< .s had been made shall revert otherwise agreed, and partial .tems shall be deducted from :o the Contractor, payments made for the final 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 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. 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. 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 I ' 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 lost by such delay, with such determination to be set forth in writing. 74. 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. ' 75. 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. 76. 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 1 Section 00700 - 33 I waiver of any prow herein reserved to herein provided nor Contract be held to breach. ision of this Contract, or any power the Owner, or any right to damages shall any waiver of any breach in this be a waiver of any other or subsequent 77. 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 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. END OF SECTION t I I L L I I I I Section 00700 - 34 1 I 1 GENERAL I C C I I I 1l I I I I SECTION O0800 SUPPLEMENTARY CONDITIONS The Contractor's attention is directed to Division 1, GENERAL REQUIREMENTS, which contains other directions pertinent to the project. REVISIONS AND ADDITIONS TO THE GENERAL CONDITIONS The GENERAL CONDITIONS (Section 00700) are hereby revised as follows: ARTICLE 9. "ENGINEER" Wherever in these Documents the word "Engineer" appears, it shall be understood to mean McClelland Consulting Engineers, Inc., acting either directly or indirectly as authorized agents of the Owner. ARTICLE 12. "OWNER" OWNER Wherever in these Documents the word "Owner" appears, it shall be understood to mean the City of Fayetteville. ARTICLE 14. "SPECIFICATIONS" Add the following: FEDERAL, STATE, COUNTY, AND LOCAL STANDARD SPECIFICATIONS Where portions of the work traverse or adjoin local streets, county roads, railroads, or Federal property, and the agency in control of such property has established standard specifications governing items of work that differ from these Specifications, the most stringent requirements shall apply. I 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. 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: 1 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: 1 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. 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. 1 C Section 00800 - 2 ' J I I I C I I P n G I I I J 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. ARTICLE 44. "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. ARTICLE 46. "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. Section 00800 - 3 I ARTICLE 57. "PROSECUTION OF WORK" OVERTIME PAYMENT Overtime hours shall be considered any hours worked by the Contractor in excess of 40 hours from Monday through Friday and/or any time on Saturday, Sunday, and legal holidays, which in the Owner's opinion requires the Engineer's resident observer's presence to observe such overtime work. If the Contractor elects to schedule and perform overtime work upon receiving written permission from the Engineer, the Contractor shall pay the Owner for the Engineer's resident observers' costs for each hour of overtime worked. Overtime shall be rounded off to the nearest whole hour and the cost will be calculated based upon the actual labor cost times a multiplier of 3. In addition, any direct nonlabor expenses that in the Engineer's opinion are attributable to the Contractor's overtime, such as travel ($.25 per mile) or per diem, with a limit of $5.00 per day for each resident observer for per diem, shall be paid to the Owner. Payment to the Owner shall be made by a deduction from the Contractor's monthly payment invoice. ARTICLE 57. !'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 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. I Section 00800 - 4 , IJ I I J TI I L I C C L 1 I Li AFTER ARTICLE 57. "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 61. "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. ARTICLE 61. "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 Section 00800 - 5 I thereby agrees that time extension requests/cost increases ' shall not be justified upon the basis of non -availability of materials/equipment. ARTICLE 70. "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: I 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.1.: 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 estimating, negotiating or other such costs. Such costs are included in the allowed fixed fee stated below. I I Section 00800 - 6 , J ARTICLE 71. "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 72. "CLAIMS" 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 O1OO0 I ABBREVIATIONS PART 1 GENERAL A. Whenever in these Contract Documents the follow-ng ' abbreviations are used, the intent and meaning shall be interpreted as follows: AA Aluminum Association AAMA Architectural Aluminum Manufacturers' Association AASHTO American Association of State Highway and ' Transportation Officials ACI American Concrete institute AFBMA Anti -Friction Bearing Manufacturers' Association ' AGA American Gas Association AGMA American Gear Manufacturers' Association AISC American Institute of Steel Construction ' AISI American Institute of Steel Institute AITC American Institute of Timber Construction 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 I Section 010O0 - 1 I I I EPA Environmental Protection Agency Fed. Spec. Federal Specifications HI Hydraulic Institute HMI Hoist Manufacturers' Institute ICBO International Conference of Building Officials , IEEE Institute of Electrical and Electronics Engineers, Inc. ICEA Insulated Cable Engineers' Association ISA Instrument Society of America JIC Joint Industry Conferences of Hydraulic Manufacturers MMA Monorail Manufacturers' Association NBHA National Builders' Hardware Association NEC National Electrical Code NEMA National Electrical Manufacturers' Association NESC National Electric Safety Code NFPA National Fire Protection Association NLMA National Lumber Manufacturers' Association NWMA National Woodwork Manufacturers' Association OECI Overhead Electrical Crane Institute OSHA Occupational Safety and Health Act (both Federal and State) PS Product Standards Section - U.S. Department of Commerce RLM RLM Standards Institute, Inc. , RMA Rubber Manufacturers' Association SAE Society of Automotive Engineers SDI Steel Door Institute SSPC Steel Structures Painting Council TEMA Tubular Exchanger Manufacturers' Association TCA Tile Council of America UBC Uniform Building Code UL Underwriters' Laboratories, Inc. WWPA Western Wood Products Association ' I Section 01000 - 2 I I 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 C C I I I I I I I I END OF SECTION Section 01O00 - 3 I SECTION 01009 SUMMARY OF WORK ' PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED IA. This Section describes the project in general, and provides overview of the extent of the work to be performed. Detailed requirements and extent of work is ,• stated in the applicable Specification Sections and is shown on the Drawings. The Contractor shall, except as otherwise specifically stated herein or in any applicable parts of the Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution, and completion of his work. ' 1.02 REASONABLY IMPLIED PARTS OF THE WORK SHALL BE DONE THOUGH ABSENT FROM SPECIFICATIONS A. Any part of the work which is not mentioned in the Specifications but is shown on the Drawings, or any part not shown on the Drawings but described in the ' Specifications, or any part not shown on the Drawings nor described in the Specifications, but which is necessary or normally required as a part of such work, or is ' necessary or required to make each installation satisfactorily and legally operable, shall be performed by the Contractor as incidental work without extra cost Ito 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 IA. Work covered by these Contract Documents in general covers the renovation of a sewage pump station, including the removal of two 30 hp pumps, installation of three new ' 75 hp pumps, a flow metering system, a pig launch structure, electrical power and control equipment and related items. PART 2 PRODUCTS Not Used. I Section 01009 _ 1 PART 3 CONTRACTOR'S RESPONSIBILITIES 3.01 GENERAL CONSTRUCTION WORK A. The Contractor shall execute all work, including site, structural, painting, piping, equipment, and finishes. B. The Contractor shall also: 1. Provide temporary sanitary toilet facilities. 2. Pay for all electrical energy consumed for construction purposes until final acceptance by the Owner or until the Engineer certifies Substantial Completion. 3. Provide telephone service for his own use and for the Engineer's use. 4. Provide an adequate supply of potable drinking water for use by his employees and by the Engineer. 5. Also, the Contractor shall comply with the requirements of Section 01500, included hereinafter. 3.02 DRAWINGS A. Drawings are bound separately and consist of 3 sheets. END OF SECTION Section 01009 - 2 1 1 I. 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 I I PART 1 GENERAL SECTION 01011 SITE CONDITIONS ' 1.01 SITE INVESTIGATION AND REPRESENTATION I [I I [ I El r El C' C I I 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. I 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. B. The Contractor must call the Arkansas One -Call at 1-800- 482-8998 a minimum of 2 days prior to digging. 1.03 CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND ' SERVICE A. Notify all utility offices that are affected by the construction operation at least 48 hours in advance. Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. B. The Contractor shall be solely and directly responsible to the Owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this Contract. C. Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. D. In the event of interruption to utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no event shall interruption of any utility service be allowed outside working hours unless granted by the owner of the utility. Section 01011 - 2 I El I I E. Drainage culverts that are removed or damaged by the Contractor shall be replaced in kind at the expense of the Contractor. F. The Contractor shall replace, at his own expense, any and all existing utilities or structures damaged during construction. ' 1.04 NAMES OF KNOWN UTILITIES SERVING THE AREA • A. The following is a list of the major public utilities serving the work area indicating the name and telephone number of the responsible authority of the various utilities which should be notified if conflicts or emergencies arise during the progress of the work: Name Authority Telephone ' Water & Sewer Fayetteville Water Dept. 501-521-8386 501-521-8387 .' Telephone Southwestern Bell Enterprise 9800 1-800-482-8998 Gas Arkansas Western Gas 501-521-5400 Electricity Southwestern Electric 501-521-2400 ' Power Company Television Warner Cable I I L L. I I 1.05 FIELD RELOCATION 501-521-1368 1-800-482-8998 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. 1.06 CONSTRUCTION ON PRIVATE PROPERTIES Not Applicable Section 01011 - 3 H 11 I I I SECTION 01014 PROTECTION OF THE ENVIRONMENT PART 1 GENERAL 1.01 WORK AREAS A. The Contractor shall maintain all work areas within and outside the project boundaries free from environmental pollution which would be in violation to any federal, state, or local regulations. 1.02 PROTECTION OF AIR QUALITY A. Trash burning will not be permitted on the construction site. B. If temporary heating devices are necessary for protection of the work, such devices shall be of an approved type that will not cause pollution of the air. ' 1.03 CONSTRUCTION NOISE CONTROL I I H A. The Contractor shall conduct all appropriate construction methods and furnish and install acoustical barriers, so that no noise emanating from the related tool or equipment will exco levels. 1.04 NIGHTTIME WORK his work, use equipment, and all as necessary process or any red legal noise A. If the Contractor desires to perform any work between the hours of 6 P.M. and 7 A.M., he shall obtain approval of the Engineer and all necessary permits from the appropriate agencies and make all necessary arrangements prior to commencing. ' 1.05 PAYMENT I I I A. Payment for the work in this Section will be included as part of the applicable bid amounts stated in the Proposal. Section 01014 - 1 71 I I SECTION 01016 SAFETY REQUIREMENTS AND PROTECTION OF PROPERTY PART 1 GENERAL ' 1.01 CONTRACTOR'S RESPONSIBILITY FOR SAFETY I 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 L I I 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. IB. Conform to OSHA regulations appended hereto. I I I I 1 I I 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 o•r a doctor's care of any person who may be injured on the jobsite. Section 01016 - 1 I B. The performance of all work and all completed construction, particularly with respect to ladders, platforms, structure openings, scaffolding, shoring, lagging, machinery guards and the like, shall be in accordance with the applicable governing safety authorities. 1.05 ACCIDENT REPORTS A. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to the Engineer. In addition, the Contractor must promptly report in writing to the Engineer all accidents whatsoever arising out of, or in connection with, the performance of the work whether on, or adjacent to, the site, giving full details and statements of witnesses. B. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. 1.06 TRAFFIC SAFETY AND ACCESS TO PROPERTY A. Comply with all rules and regulations of the city, state, and county authorities regarding closing or restricting the use of public streets or highways. No public or private road shall be closed, except by express permission of the Owner. Conduct the work so as to assure the least possible obstruction to traffic and normal commercial pursuits. The convenience of the general public and residents adjacent to the project, and the protection of persons and property are of prime importance and shall be provided for in an adequate and satisfactory manner. B. When flagmen and guards are required by regulation or when deemed necessary for safety, they shall be furnished with approved orange wearing apparel and other regulation traffic control devices. 1.07 TRAFFIC CONTROL A. Traffic control procedures and devices used on all local, county, and state rights -of -way shall meet the requirements of the applicable current laws and regulations for traffic control. 1 Section 01016 - 2 , .1 1.08 ACCESS FOR POLICE 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 Con tractor fires. The 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 BACgFILL shall : be strictly observed relative to safety practices and construction procedures Section 01016 - 3 C I to be used while blasting. The Contractor shall be ' solely responsible for blasting operations and consequences. 1.13 JOINT SURVEY TO ESTABLISH AUTHENTICITY OF POSSIBLE DAMAGE CLAIMS A. The Contractor shall establish vertical and horizontal survey control points on all structures, and improvements, located in the vicinity of the blasting work prior to beginning work, and shall periodically check the points for movements when directed by the Engineer. The Contractor shall furnish the Engineer with copies of the survey notes for each survey and a copy of the layout of the survey control points. 1.14 PROTECTION OF ADJACENT PROPERTIES FROM BLOWING PAINT , A. The Contractor shall provide whatever means necessary, including ceasing work, to prevent paint from blowing on to adjacent properties. 1.15 PAYMENT A. No separate payment will be made for work under this ' Section. PART 2 PRODUCTS Not Used ' PART 3 EXECUTION Not Used END OF SECTION 11 I I Section 01016 - 4 , II I C C SECTION 01027 APPLICATIONS FOR PAYMENT PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Procedures for preparation and submittal of Applications for Payment. 1.02 RELATED REQUIREMENTS A. Document 00500 - Owner -Contractor Agreement: Contract Sum , Amounts of Progress Payments, and Retainages, and times for submittals. B. Section 01300 - Submittals: Submittal procedures; Schedule of Values. C. Section 01700 - Contract Closeout: Final Payment. 1.03 FORMAT A. The Contractor shall furnish, at the preconstruction conference, a breakdown of the lump sum bid amount into individual work subgroups to facilitate payment. Dollar amounts shall be provided for each subgroup and these amounts shall accurately reflect the actual value of each subgroup. For the work, provide the following listing: Subgroup Number; Description of Work; Value, Previous Applications; Work in Place; Stored Materials; Authorized Change Orders; Total Completed and Stored to Date of Application; Percentage of Completion; Balance to Finish; Retainage, and Amount Due This Estimate. 1.04 PREPARATION OF APPLICATION A. Type required information or use media -driven printout. B. Execute certification by signature of authorized officer. C. Provide dollar value in each column for each line item for portion of Work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. Section 01027 - 1 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 SECTION 01028 CHANGE ORDER PROCEDURES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Procedures for processing Change Orders. 1.02 RELATED REQUIREMENTS A. Section 01700 - Contract Closeout: Project record documents. 1.03 SUBMITTALS A. Submit name of the individual authorized to accept changes, and to be responsible for informing others in Contractor's employ of changes in the Work. B. 1.04 A. B. Change Order Form: As approved by the Engineer. DOCUMENTATION OF CHANGE IN CONTRACT SUM AND CONTRACT TIME Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. Provide data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. C. Support each claim for additional costs, and for work done, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Section 01028 - 1 I I 1.05 PRELIMINARY PROCEDURES A. Engineer may submit a Proposal Request which includes: Detailed description of change with supplementary or revised Drawings and Specifications, the projected time for executing the change and the period of time during which the requested price will be considered valid. B. Contractor may initiate a change by submittal of a request to Engineer describing the proposed change with a statement of the reason for the change, and the effect on Contract Sum and Contract Time with full documentation. 1.06 CONSTRUCTION CHANGE AUTHORIZATION - WORK DIRECTIVE CHANGE A. Engineer may issue a directive, signed by Owner, instructing Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. Directive will describe changes in the Work, and will designate method of determining any change in Contract Sum or Contract Time. C. Promptly execute the change in Work. 1.07 TIME AND MATERIAL - FORCE ACCOUNT CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits in Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum and Contract Time as provided in Conditions of the Contract. 1.08 EXECUTION OF CHANGE ORDERS A. Engineer will issue Change Orders for signatures of ' parties as provided in Conditions of the Contract. 1.09 CORRELATION OF CONTRACTOR SUBMITTALS , A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum as shown on Change Order. B. Promptly enter changes in Project Record Documents. ' Section 01028 - 2 I �y0[44M[He<ei[1ilC CUTTING AND PATCHING PART 1 GENERAL 1.01 SCOPE A. This Section includes the work required to provide complete, in place, cutting, fitting, and patching of new and existing work. 1.02 GENERAL A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 DESCRIPTION A. Execute cutting (including excavating), fitting, or patching of work, required to: 1. Make the several parts fit properly. 2. Uncover work to provide for installation of ill-timed work. 3. Remove and replace work not conforming to requirements of Contract Documents. 4. Remove and replace defective work. 5. Install specified work in existing construction. B. In addition to Contract requirements, upon written instructions of Engineer: 1. Uncover work to provide for Engineer's observation of covered work. 2. Remove samples of installed materials for testing. 3. Remove work to provide for alteration of existing work. 4. Do not endanger any work by cutting or altering work or any part of it. Section 01070 - 1 5. Do not cut or alter work of another contractor without written consent of Engineer 6. Do not cut structural or reinforcing steel without written consent of the Engineer. 1.04 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. 1.05 SUBMITTALS A. Prior to cutting which affects structural safety of project, submit written notice to the Engineer and other Prime Contractors, requesting consent to proceed with cutting. B. Prior to "extra" cutting and patching done on instruction of Engineer, submit cost estimate. C. Should conditions of work, or schedule, indicate change of materials or methods, submit written recommendation to Engineer, including: 1. Conditions indicating change. 2. Recommendations for alternative materials or methods. 3. Submittals as required for substitutions. 4. Submit written notice to Engineer, designating time work will be uncovered, to provide for observation. PART 2 MATERIALS Not Used PART 3 EXECUTION Not Used END OF SECTION Section 01070 - 2 SECTION 01210 PRECONSTRUCTION CONFERENCES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Contractor participation in preconstruction conferences. 1.02 RELATED REQUIREMENT.S 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 I SECTION 013O0 SUBMITTALS DURING CONSTRUCTION ' PART 1 GENERAL 1.01 SUBMITTALS A. This Section outlines in general the items that the Contractor must prepare or assemble for submittal during the progress of the work. Costs for the work under this ' Section shall be included in the Contractor's bid price. There is no attempt herein to state in detail all of the procedures and requirements for each submittal. The ' Contractor's attention is directed to the individual Specification sections in these Contract Documents which may contain additional and special submittal requirements. The Owner reserves the right to direct and ' modify the procedures and requirements for submittals as necessary to accomplish the specific purpose of each submittal. Should the Contractor be in doubt as to the ' procedure, purpose, or extent of any submittal, he should direct his inquiry to the Engineer. 1.O2 ADMINISTRATIVE SUBMITTALS ' A. The Contractor shall provide all of the submittals required by the General Conditions, Supplementary I 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. I Section 01300 - 1 I I u 1 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 I 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 [1 I I I I E 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. If. Performance data. I I I g. Suggested spare parts list with current price information. h. List of special tools required for checking, testing, parts replacement, and maintenance. (Special tools are those which have been specially designed or adapted for use on parts of the equipment, and which are not customarily and routinely carried by maintenance mechanics.) i. List of special tools furnished with the equipment. j. List of materials and supplies required for the equipment prior to, and during start-up. 1. List of materials and supplied furnished with the equipment. in. Samples of finish colors for selection. n. Special handling instructions. o. Requirements for storage and protection prior to installation. p. Requirements for routine maintenance required prior to start-up. Section 01300 - 3 I 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 I CORRELATION WITH OTHER WORK) A. Where called for on the Specifications, and as determined I 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 11 1 2.08 OPERATION AND MAINTENANCE (O&M) MANUALS I I 1 I I I I I I 1 I C C 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 Installation instructions 5. Procedure for starting 6. Proper adjustment 7. Test procedures 8. Procedure for operating 9. Shutdown instructions Section 01300 - 5 L 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. 209 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 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. IC. 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 Ito make at its own laboratory will be made at no cost to the Contractor, except that, if a sample of any material or equipment proposed for use by the Contractor fails to meet the Specifications, the cost of testing subsequent samples shall be borne by the Contractor. E. All tests required by the Specifications to be performed ' by an independent laboratory shall be made by an approved laboratory. Certified test results of all specified tests shall be submitted in duplicate to the Engineer. The samples furnished and the cost for the laboratory services shall be at the expense of the Contractor and included in the prices bid for the associated work. ' 2.10 CERTIFICATES OF COMPLIANCE A. A Certificate of Compliance shall be furnished for ' materials specified to a recognized standard or code prior to the use of any such materials in the work. The Engineer may permit the use of certain materials or ' assemblies prior to sampling and testing if accompanied by a Certificate of Compliance. The certificate shall be signed by the manufacturer of the material or the manufacturer of assembled materials and shall state that ' the materials involved comply in all respects with the requirements of the Specifications. A Certificate of Compliance shall be furnished with each lot of material ' delivered to the work and the lot so certified shall be clearly identified in the certificate. I Section 01300 - 7 I I B. All materials used on the basis of a Certificate of Compliance may be sampled and tested at any time. The fact that material is used on the basis of a Certificate of Compliance shall not relieve the Contractor of responsibility for incorporating material in the work which conforms to the requirements of the Contract Documents and any such material not conforming to such requirements will be subject to rejection whether in place or not. C. The Engineer reserves the right to refuse permission for ' use as material on the basis of a Certificate of Compliance. D. The form of the Certificate of Compliance and its disposition shall be as directed by the Engineer. E. Where Certification of Compliance is required in the Technical Specifications, the Contractor shall obtain from the supplier/manufacturer a certification stating that the particular piece of equipment or system will satisfy all requirements stated in the related Specification Section(s). PART 3 EXECUTION Not Used. I END OF SECTION ' [.1 I I [1 I I Section 01300 - 8 I I I SECTION 01311 SCHEDULE AND SEQUENCE OF OPERATIONS PART 1 GENERAL ' 1.01 CONSTRUCTION SCHEDULE GENERAL PROVISIONS II L I I I I A. No work shall be done between 6:00 P.M. and 7:00 A.M. nor on Saturdays, Sundays or legal holidays without the written permission of the Engineer. However, emergency work during these hours may be done without prior permission. B. Due to potential health hazards the existing water distribution facilities must remain in service. Written authorization is required from the Owner if any water service is to be discontinued. 1.02 SEQUENCE OF CONSTRUCTION A. The Contractor shall submit a diagram or chart indicating the construction sequencing and duration of each construction activity. A. Prior to removing any existing pumps, a new pump shall be installed in the empty space and it shall be activated. Then one existing pump may be removed, with its replacement new pump to be installed and placed in service prior to the second existing pump being removed and replaced. ' PART 2 PROGRESS OF THE WORK 2.01 GENERAL I I [1 I A. The work shall be started within 10 days of the Notice to Proceed from the Owner, and the work shall be executed with such progress as may be required to prevent any delay to other contractors or to the general completion of the project. B. The work shall be executed at such times and in or on such parts of the project, and with such forces, materials, and equipment to assure completion of the work in the time established by the Contract. 2.02 OVERTIME NOTICE ' A. See GENERAL CONDITIONS and SUPPLEMENTAL CONDITIONS. Section 01311 - 1 I 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. 2.05 PAYMENT A. No separate payment shall be made for work under this Section. Section 01311 - 2 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 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 perform inspections, tests, and other services required by individual Specification Sections. B. Owner shall pay for initial laboratory testing of earthwork, base, asphalt, and concrete. If, however, initial test fails, retesting must be paid for by the , Contractor. C. Services will be performed in accordance with requirements of governing authorities and with specified standards. D. Reports will be submitted to Engineer, Owner and Contractor giving observations and results of tests, indicating compliance or non-compliance with specified standards and with Contract Documents. 1 Section 01400 - 2 E F G. PART 2 PART 3 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. PRODUCTS Not Used. EXECUTION Not Used. END OF SECTION Section 01400 - 3 I I I .1 I I I I I I 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 I I I L 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 L 1 1.04 CONTRACTOR'S WORK AREA A. The Contractor shall limit his operations and storage of equipment materials to the areas authorized by individual property owners and approved by the Engineer and Owner. B. The Contractor shall proceed with his work in an orderly ' manner, maintaining the construction site free of debris and unnecessary equipment or materials. 1.05 TEMPORARY ACCESS ROADS AND PARKING , A. The Contractor shall construct temporary construction , access roads, parking areas, and detours as are required to execute the work. The roads shall meet with the approval of the Engineer, and be maintained in good condition until no longer needed; at which time the temporary roads shall be removed and the area left in a condition satisfactory to the property owner and Engineer. 1.06 TEMPORARY WATER CONTROL A. Rough grade site to prevent standing water and to direct surface drainage away from excavations, trenches, adjoining properties, and public rights -of -way. B. Maintain excavations and trenches free of water. Provide and operate pumping equipment of a capacity to control water flow. C. Provide piping to handle pumping outflow to discharge in a manner to avoid erosion or deposit of silt. D. Remove equipment and installation when no longer needed. , PART 2 UTILITIES ' 2.01 CODES AND SAFETY A. The Contractor shall be responsible for obtaining inspections and paying for permits required for the installation of all temporary utilities. Also, the Contractor shall be solely responsible for the safe use/operation of all temporary utilities. [1 Section 01500 - 2 I I 2.02 SANITARY FACILITIES A. The Contractor shall provide and maintain sanitary facilities for his employees and his subcontractors' employees that will comply with the regulations of the local and State health departments and as directed by the Engineer. 2.01 TEMPORARY WATER I I r C C C L2 C 1, C C C 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 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 I 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 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 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 products by methods to avoid product damage; deliver in undamaged condition in manufacturer's unopened containers or packaging, dry. Section 01600 - 1 i B. Provide equipment and personnel to handle products by methods to prevent soiling or damage. C. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 1.05 STORAGE AND PROTECTION A. Store products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight enclosures; maintain within temperature and humidity ranges required by manufacturer's instructions. B. For exterior storage of fabricated products, place on sloped supports above ground. Cover products subject to deterioration with impervious sheet covering; provide ventilation to avoid condensation. C. Store loose granular materials on solid surfaces in a well -drained area; prevent mixing with foreign matter. D. Arrange storage to provide access for inspection. Periodically inspect to assure products are undamaged, and are maintained under required conditions. 1.06 PRODUCT OPTIONS A. Submit a request with PROPOSAL for substitution for any manufacturer not specifically named, providing all specification data and deduct in price offered. B. Products Specified by Reference Standards or by Description Only: Any product meeting those standards. 1.07 PRODUCTS LIST A. Not Used. 1.08 SUBSTITUTIONS A. Only with submittal of equipment substitution request with the PROPOSAL will the Engineer consider requests from Contractor for major equipment substitutions. Subsequently, substitutions will be considered only when a product becomes unavailable due to no fault of ' Contractor. I Section 01600 - 2 I I LI B. Document each request with complete data substantiating compliance of proposed substitution with Contract I Documents. C. Request constitutes a representation that Contractor: 1. Has investigated proposed product and determined that it meets or exceeds, in all respects, specified product. ' 2. Will provide the same warranty for substitution as for specified product. 3. Will coordinate installation and make other changes which may be required for Work to be complete in all respects. ' 4. Waives claims for additional costs which may subsequently become apparent. D. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals without separate written request, or when ' acceptance will require substantial revision of Contract • Documents, or when said substitution will not result in significant cost savings to the Owner, or result in some ' material advantage being gained by the Owner. E. Engineer will determine acceptability of proposed ' substitution, and will notify Contractor of acceptance or rejection in writing within a reasonable time following the opening of Bids. ' F. Only one request for substitution will be considered for each product. When substitution is not accepted, provide specified product. 1.09 SYSTEMS DEMONSTRATION 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. I L Section 01.600 - 3 L Lam' I [1 PART 1 GENERAL ' 1.01 SCOPE I .1 I I I I I I H H 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 A. After final cleaning and upon written notice from the Contractor that the work is completed, the Engineer will make a preliminary inspection with the Owner and Contractor present. Upon completion of this preliminary inspection, the Engineer will notify the Contractor, in writing, of any particulars in which this inspection reveals that the work is defective or incomplete. B. Upon receiving written notice from the Engineer, the Contractor shall immediately undertake the work required to remedy defects and complete the work to the satisfaction of the Owner. C. When the Contractor has corrected or completed the items as listed in the Engineer's written notice, he shall inform the Engineer, in writing, that the required work has been completed. Upon receipt of this notice, the Engineer, in the presence of the Owner and Contractor, shall make his final inspection of the project. D. Should the Engineer find all work satisfactory at the time of his inspection, the Contractor will be allowed to make application for final payment in accordance with the provisions of the General Conditions. Should the Engineer still find deficiencies in the work, the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's request for final payment until such time as the Contractor has satisfactorily completed the required work. E. All water courses, gutters, and ditches shall be opened and left in a condition satisfactory to the Engineer. Section 01700 - 1 I I 1.04 FINAL SUBMITTALS ' A. No contract will be finalized until all of the following have been submitted as required in Section 01300, SUBMITTALS DURING CONSTRUCTION. 1. Final shop drawings 2. Record drawings 3. Interface information 4. Manufacturers' Certificates of Proper Installation 5. Operation and Maintenance Manuals B. No contract will be finalized until all submittals required in Section 01720, PROJECT RECORD DOCUMENTS, have been submitted. 1.05 GUARANTEES, BONDS, AND AFFIDAVITS A. No contract will be finalized until all guarantees, performance tests, bonds, certificates, licenses, and affidavits required for work or equipment as specified are satisfactorily filed with the Owner. 1.06 ACCESSORY ITEMS A. All Contractors furnishing and/or installing equipment on this project shall provide to the Owner, upon acceptance of the equipment, all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to, adequate oil and grease as required for the first lubrication of the equipment, light bulbs, fuses, valve keys, handwheels, and other expendable items as required for initial startup and operation of all equipment. 1.07 RELEASE OF LIENS OR CLAIMS A. No contract will be finalized until satisfactory evidence of release of liens has been submitted to the Owner as required by the General Conditions. 1.08 FINAL PAYMENT A. Final payment will be made to the Contractor in accordance with the General Conditions. n I Section 01700 - 2 I I SECTION 01710 FINAL CLEANING ' PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary for cleaning during construction and final cleaning on completion of the work. B. At all times maintain areas covered by the Contract and ' private and public properties free from accumulations of waste, debris, and rubbish caused by construction operations. IC. Conduct cleaning and disposal operations to comply with local ordinances and anti -pollution laws. Do not burn or bury rubbish and waste materials on project site. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary drains. Do not dispose of wastes into streams or waterways. Brush and ' trees resulting from clearing shall be disposed of off -site or burned on site. Specific 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 IA. 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. III 1.04 A. PART 2 PART 3 Repair, patch, and touch up marred surfaces to specified finish, to match adjacent surfaces. 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. PAYMENT Payment for the work in this Section will be included as part of the applicable bid amounts stated in the Proposal. PRODUCTS Not Used EXECUTION Not Used END OF SECTION 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 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. 11 H 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 Used. PART 3 EXECUTION Not Used. END OF SECTION Section 01720-3 SECTION 02200 EARTHWORK, TRENCH EXCAVATION AND BACKFILL PART 1 GENERAL ' 1.01 SCOPE A. 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 ' is obtained as determined by ASTM 0698. 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. 1 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. Excavate Rock as required. 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 organic material, with a maximum of 8 percent passing the No. 200 sieve. 2.07 GRIT A. Imported crushed limestone screenings from concrete coarse aggregate, maximum size 1/2 inch. Section 02200 - 2 I I I I I I IT I I I I I I I I I IT I ' 2.08 TRENCH STABILIZATION MATERIAL ' A. Three-inch minus river -run or pit -run gravel, free from clay balls, roots, and organic matter; well crushed 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 MATFRIAL 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 O2487, Class I and Class II embedment materials. ' 2.10 NATIVE PIPE BASE AND PIPE ZONE MATERIAL A. Trench excavated or imported selected material free of ' stones larger than one and one -half -inch, roots, debris and organic material. To include silt and clay subsoils, sand and gravel less than one and one -half -inch in size. Use native pipe base and pipe zone material with ductile iron pipe only. 2.11 BACKFILL ABOVE THE PIPE ZONE 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. 2.14 COMPACTION EQUIPMENT A. Compaction equipment shall be of suitable type and adequate to obtain the densities specified. Section 02200 - 3 Compaction equipment shall be operated in s accordance with the manufacturer's instructions recommendations. Equipment shall be maintained in condition that it will deliver the manufacturer's compactive effort. Hand -operated equipment sha] capable of achieving the specified densities. 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. be not or )n. coi of a type and leak, and shall other approved Equipment for isist of blades, 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. Perform all common excavation regardless of the type, nature, encountered, as specified, s accomplish the construction. description, i of material required to 3.04 EXCAVATION SAFETY IA. The Contractor shall be solely responsible for making the excavation in a safe manner. Provide appropriate measures to retain excavation sideslopes to ensure that men working in or near the excavation are protected. ' 3.05 LIMITS OF EXCAVATION IA. 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 over -excavation 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. I Section 02200 - 5 [1 H 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. 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. Section 02200 - 6 I I I I I I I I I I I I I I I I 1 I I I I I I I L I I I C [I I I H. In case injury from blasting occurs to any portion of the work or to the material surrounding or supporting the same that is intended to remain, remove such damaged work, repair the work, and replace the material surrounding or supporting the same, or furnish such material and perform such work for repair or replacement as the Engineer shall order. Repair promptly, completely, and satisfactorily all damage to existing structures intended to remain, that is caused by blasting, at no expense to the Owner. 3.08 PREPARATIONS FOR PLACING BACKFILLS A. Backfill around concrete structures only after the concrete has attained the specified compressive strength indicated in Section 03300, CONCRETE. Remove all form materials and trash from the excavation before placing any backfill. Obtain the Engineer's acceptance of concrete work and attained strength prior to backfilling. 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 A. 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. Section 02200 - 7 I Minimum trench width in rock excavation areas shall be 24 -inches greater than the outside diameter of the pipe. 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 compact to a density equal to the undisturbed trench bottom. Erect, maintain, and remove shoring, sheeting, and bracing as required by all federal, state and local laws, codes and ordinances. REMOVAL OF WATER Removal of water shall be accomplished herein before. STABILIZATION 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.). 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. Section 02200 - 8 I ' 3.16 TRENCH BACKFILL ABOVE THE PIPE ZONE IA. 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. IC. 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. 3.17 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 ' 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 t trimmed. Overexcavating and backfilling to the proper grade will not be acceptable. Finished site grading will be reviewed by the Engineer. Section 02200 - 9 1 I 3.18 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. 3.19 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. 3.20 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. 3.21 PAYMENT A. No separate payment will be made for work complete under ' this Section. Include the cost of this work in applicable lump sum bid items. END OF SECTION I 1 Section 02200 - 10 SECTION O2 2.1.8 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 014O0 - Quality Control: Compaction requirements of backfill. B. Section 02200 - Rough Grading - Subsoil contouring. C. Section 02200 - Backfilling: Backfilling and compacting fill. D. Section 02200 - Trenching: Excavation, backfill, and compacting fill in trenches. E. Section 02485 - Finish ground cover. 1.03 PROTECTION A. Protect landscaping and other features remaining as final work. B. Protect existing structures, fences, roads, sidewalks, paving, and curbs. PART 2 PRODUCTS 2.01 MATERIALS A. Topsoil: Reused or imported, friable loam; free of subsoil, roots, grass, excessive amount of weeds, stone, and foreign matter; acidity range (Ph) of 5.5 to 7.5; containing a minimum of 4 percent and a maximum of 25 percent organic matter. Section 02218 - 1 I PART 3 EXECUTION 3.01 INSPECTION A. Verify site conditions and note irregularities affecting work of this Section. B. Beginning work of this Section means acceptance of existing conditions. 3.02 SUBSOIL PREPARATION A. Eliminate uneven areas and low spots. Remove debris, roots, branches, stones in excess of 3 inches in size. Remove subsoil contaminated with petroleum products. B. Scarify subgrade to depth of 3 inches where topsoil is scheduled. Scarify in areas where equipment used for hauling and spreading topsoil has compacted subsoil. 3.03 PLACING TOPSOIL A. Place topsoil in areas where seeding is scheduled. B. Use topsoil in relatively dry state. Place during dry weather. C.1 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. 1 Section 02218 - 2 LI 3.05 SCHEDULE OF LOCATIONS A. The following paragraphs identify compacted topsoil thicknesses for various locations. B. Seeded Grass: 6 inches. 3.06 PAYMENT A. Payment for the work in this Section will be included as part of the applicable lump sum bids stated in the Proposal. No separate payment will be made. END OF SECTION Section 02218 - 3 I I I L L H 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 I L 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 I I A. Existing topsoil shall be reused where practical. See Section 02218, LANDSCAPE GRADING. 2.02 SEED A. Certified, blue tag, clean, delivered in original, unopened packages and bearing an analysis of the contents, guaranteed 95 percent pure and to have a minimum germination rate of 85 percent, within 1 year of test. ' 2.03 SEED MIX L I I 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 I PART 3 EXECUTION I 3.01 PROJECT SCHEDULE A. The overall Project Schedule shall show an anticipated time for grading and seeding to take place, so that seasonal consideration can be given attention. 3.02 CONSTRUCTION METHODS - GRADING OF TOPSOIL A. Shape the topsoil over the area to the desired shape and contour. B. Apply commercial fertilizer at the manufacturer's recommended rate, distributing it uniformly with a mechanical spreader. The minimum application rate shall be 500 lbs per acre. Fertilizer blend shall be as recommended by the local Agricultural Extension Agent. 3.03 FINISH GRADING A. Thoroughly mix the topsoil and fertilizer. B. Rake the area to a uniform grade so that all areas drain in the same manner as at the start of the project. C. Lightly compact before planting grass. D. Remove all trash and stones exceeding 2 -inch in diameter from area to a depth of 3 -inches prior to preparation and planting grass. 3.04 TIME OF SEEDING A. Conduct seeding under favorable weather conditions during seasons which are normal for such work as determined by accepted practice in locality of project. 3.05 MECHANICAL SEEDING A. Sow grassed areas evenly with a mechanical spreader at rate of 100 pounds per acre, roll with cultipacker to cover seed, and water with fine spray. Method of seeding may be varied at discretion of Contractor on his own responsibility to establish a smooth, uniformly grassed area. I I H L L II I L I L L H I 3.06 HYDROSEEDING ' A. At the Contractor's option, seed may be applied by hydroseeding method. Seeding shall be done within 10 Section 02485 - 2 I I H days following soil preparation. Hydroseed all areas at rate of 100 pounds seed and 500 pounds ammonium phosphate per acre. B. Proceed with seeding operation on moist soil, but only after free surface water has drained away. C. Exercise due care to prevent drift and displacement of mixture into other areas. 3.07 WINTER PROTECTIVE SEEDING A. Winter barley or annual rye grass applied at a rate of 120 pounds/acre shall be used after September 15. 3.08 MAINTENANCE A. Begin maintenance immediately after each portion of grass is planted and continue until a reasonable stand of grass has been obtained. Water to keep surface soil moist. Repair washed out areas by filling with topsoil, fertilizing, and seeding. 3.09 GUARANTEE A. If, at the end of a 180 -day period, a satisfactory stand of grass has not been produced, the Contractor shall renovate and reseed the grass or unsatisfactory portions thereof immediately, or, if after the usual planting season, during the next planting season. If a satisfactory stand of grass develops by July 1 of the following year, it will be accepted. If it is not accepted, a complete replanting will be required during the planting season meeting all of the requirements specified under CONSTRUCTION METHODS. B. A satisfactory stand is defined as grass or section of grass that has: No bare spots larger than 0.5 square feet. 3.10 PAYMENT A. Payment for the work in this Section will be included as part of the lump sum price bid for applicable items. END OF SECTION Section 02485 - 3 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 I A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements ' that apply to the work specified herein and are mandatory for this project. 1.03 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. 1. Bending Lists 2. Placing Drawings PART 2 MATERIALS 2.01 DEFORMED REINFORCING BARS A. Deformed billet -steel bars conforming to ASTM A615, Grade 60. ' 2.02 WELDED WIRE FABRIC A. Conform to ASTM A 185 or A 497. ' 2.03 ACCESSORIES A. Tie wire shall be 16 -gauge, black, soft -annealed wire. Bar supports shall be of proper type for intended use. Bar supports in beams, 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 J 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 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 1 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. Li Section 03210 - 2 11 C 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 develop bond in each bar. Where welded wire fabric is used, provide extra reinforcing using fabric of deformed bars. 3.10 WELDING REINFORCEMENT A. Welding shall not be permitted unless the Contractor submits detailed shop drawings, qualifications, and • radiographic nondestructive testing procedures for review by the Engineer. The Contractor shall obtain the results ' of this review prior to proceeding. The basis for the Contractor submittals shall be The Structural Welding Code, Reinforcing Steel, AWS D1.4-79, published by the American Welding Society and the applicable portions of ACI 318, current edition. The Contractor shall test 10 percent of all welds using radiographic, nondestructive testing procedures referenced in this code. 3.11 PLACING WELDED WIRE FABRIC A. Extend fabric to within 2 inches of the edges of the slab, and lap splices at least 1-1/2 courses of the • fabric and a minimum of 6 inches. Tie laps and splices securely at ends and at least every 24 inches with ' 16 -gauge black annealed steel wire. Ensure that the welded wire fabric is placed at the proper distance above the bottom of the slab. Conform also to ACI 318-77 and to the current Manual of Standard Practice, Welded Wire Fabric, by the Wire Reinforcement Institute regarding placement, bends, laps, and other requirements. ' 3.12 FIELD BENDING A. Field bending of reinforcing steel bars is not permitted when rebending will later be required to straighten bars. Rebending of bars at the same place where strain hardening has taken place due to the original bend will 'damage the bar. Consult with the Engineer prior to any pour if the contractor foresees a need to work out a solution to prevent field bending. Section 03210 - 3 I I I I I L I r El I SECTION 03300 CONCRETE PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the cast -in -place concrete, including form work. B. See Part 3, CONDITIONS OF THE CONTRACT, and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.02 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. In addition, the following specific information shall be provided: 1. Concrete Mix Design 2. Certification for Aggregate Quality 1.03 PLANT INSPECTION A. The Engineer shall have access to and have the right to inspect all batch plants, cement mills, and supply facilities of suppliers, manufacturers, subcontractors, and contractors providing products included in these Specifications. Batch plants shall have current certification that all weighing scales have been tested and are within the tolerances as set forth in the National Bureau of Standards Handbook No. 44. B. Batch plant equipment shall be either semiautomatic or fully automatic. 1.04 A. RELATED WORK SPECIFIED IN OTHER SECTIONS Section No. 03210 Item Reinforcing Steel Section 03300 - 1 lu PART 2 PRODUCTS 2.01 CEMENT A. Cement type will be submitted by the Contractor for the Engineer's approval. 2.02 WATER 1 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 S1.1 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 i 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 I. 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 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 1 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. IC. The grout product shall satisfy all of the above requirements even though the project use calls for a dry pack consistency and use. 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. IF. The grout used shall be cured as recommended by the grout manufacturer. 2.07 FORM MATERIAL - GENERAL A. Form surfaces shall be in "new and undamaged" condition and may be plywood, hard plastic finished plywood, overlaid waterproof particle board, and steel of sufficient strength and surface smoothness to produce the I. 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 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 1 A. Bond breaker shall be a nonstaining type, which will provide a positive bond prevention such as Williams Tilt -Up Compound, as manufactured by Williams Distributors, Inc., Seattle, WA; Silcoseal 77, as manufactured by SCA Construction Supply Division, Superior Concrete Accessories, Franklin Park, IL; or equal. Submit review copies of manufacturer's data, recommendations, and instructions for specific use on this project. 2.10 CURING COMPOUND A. Curing compound to conform to the requirements of ASTM C309, with the additional requirement that permeability not exceed 0.039 gm /square cm/72 hours. Masterseal, Section 03300 - 4 1 I I manufactured by Master Builders, Cleveland, Ohio; Eucc 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 1 that the product meets ASTM C309 and the additional permeability requirement, and shall specifically state the coverage required to meet these requirements. The 1 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. Is. The concrete mix shall be designed so that the proportions will produce results that will meet the requirements of the project. ' C. The concrete shall be proportioned in accordance with ACI 211 subject to the following specifications. D. Design the mix and perform tests to meet the following requirements: 1. 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. Section 03300 - 5 1 2. The water -cement ratio or water -cement plus ' pozzolan ratio, if applicable, shall not exceed 0.49 by weight, unless otherwise approved in writing by the Engineer. 3. Minimum cement content or combined cement plus fly ash content when fly ash is used for performance and longevity, regardless of design strength, shall be 517 pounds per cubic yard for concrete with 1 -1/2 -inch maximum size aggregate, 540 pounds per cubic yard for 1 -inch maximum size aggregate, and 564 pounds per cubic yard for 3/4 -inch maximum size aggregate. The Contractor shall increase cement content or the combined cement plus fly ash content, when fly ash is used, as required to meet strength requirements. The amount of fly ash used shall not exceed 25 I percent or be less than 15 percent of the total weight of fly ash plus cement. Verify that design mix test results reflect the slump to be used. 4. Concrete used for thrust blocks and encasement of pipelines shall have a design strength of 2,000 psi at 28 days. 3.02 MEASUREMENT OF MATERIALS AND MIXING A. Conform to ACI 304 current edition and to other requirements hereinbefore specified for mix design, testing, and quality control and to these Specifications. 3.03 RETEMPERING ' A. The retempering of'concrete or mortar in which the cement has partially hydrated will not be permitted. 3.04 REUSE OF FORMS A. Reuse of forms will be permitted only if a "like new" condition, unless otherwise approved in writing, is maintained. The Engineer shall be notified one full working day prior to concrete placement so that the forms can be inspected. The Contractor shall correct any defective work, found in the Engineer's inspection, prior to delivery of concrete to the project. Formwork surfaces that were in good condition and accepted for use, but were damaged during removal and handling shall not be reused on additional pours. The Contractor is Section 03300 - 6 I ' 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 nontoxic after 30 days. Section 03300 - 7 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. 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 Engineer's approval of size prior to placement of bevel form strip. REMOVAL OF 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. BACKFILL AGAINST 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. 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. 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. Placement shall conform to the requirements and recommendations of ACI 304, except as modified herein. I I I I I I I I I I I I I I D. Place concrete as soon as possible after leaving mixer, without segregation or loss of ingredients, without splashing forms or steel above, and in layers not over 1.5 feet deep. The vertical free fall drop to final placement shall not exceed 5 feet for walls narrower than 8 inches, and 8 feet for walls 8 inches and wider. E. When placing concrete, use of aluminum pipe or other aluminum conveying devices will not be permitted. F. Before depositing concrete, remove debris from the space to be occupied by the concrete. Prior to placement of concrete, dampen gravel fill under slabs on ground, dampen sand where vapor barrier is specified, and dampen all wood forms. Reinforcement shall be secured in position and acceptable to the Engineer before concrete is placed. Conform to ACI 304 and to other requirements needed to obtain the finishes specified. 3.13 CONVEYOR BELTS AND CHUTES A. All ends of chutes, hopper gates, and all other points of concrete discharge throughout the Contractor's conveying, hoisting, and placing system shall be so designed and arranged that concrete passing from them will not fall separated into whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a type approved by the Engineer. Chutes longer than 50 feet will not be permitted. Minimum slopes of chutes shall be such that concrete of the specified consistency will readily flow in them. If a conveyor belt is used, it shall be wiped clean by a device operated in such a manner that none of the mortar adhering to the belt will be wasted. All conveyor belts and chutes shall be covered. Sufficient illumination shall be provided in the interior of all forms so that the concrete at the places of deposit is visible from the deck or runway. 3.14 PUMPING OF CONCRETE - GENERAL A. Pumping of concrete will be permitted only with the Engineer's approval. If the pumped concrete does not produce satisfactory end results, the Contractor shall discontinue the pumping operation and proceed with the placing of concrete using conventional methods. 3.15 REMOVAL OF WATER A. Unless the tremie method of placing concrete is specified, remove all water from the space to be occupied by the concrete. Section 03300 - 9 I 3.16 CONSOLIDATION AND VISUAL OBSERVATION A. Concrete shall be consolidated with internal vibrators having a frequency of at least 8000 vpm, with amplitude required to consolidate the concrete in the section being placed. At least one standby vibrator in operable condition shall be at the placement site prior to placing the concrete. Consolidation equipment and methods shall conform to ACI 309. The forms shall contain sufficient windows or be limited in height to allow visual observation of the concrete and the vibrator operator shall be required to see the concrete being consolidated to ensure good quality workmanship, or the Contractor shall have a person who is actually observing the vibration of the concrete at all times and advising the vibrator operator of any changes needed to assure complete consolidation. 3.17 PLACING CONCRETE IN HOT WEATHER , A. Prepare concrete aggregates, mixing water, and other ingredients; place concrete; cure; and protect in accordance with the requirements of ACI 305. Provide special admixtures and special curing methods required by other paragraphs in this Section even though not required by ACI 305 and ACI 318. Water -reducing and/or set -retarding admixtures shall be used in such quantities as especially recommended by the manufacturer to assure that the concrete is workable, and lift lines will not be visible in architectural concrete finishes. B. Every effort shall be made to maintain a concrete temperature below 90 degrees F at time of placement. Ingredients shall be cooled before mixing to prevent excessive concrete temperature. C. Provisions shall be made for windbreaks, shading, fog spraying, sprinkling, or wet cover, when necessary. 3.18 PLACING CONCRETE IN COLD WEATHER ' A. Do not place concrete when the ambient temperature is below 40 degrees F, or approaching 40 degrees F and falling, without special protection as hereinafter specified. No concrete shall be placed against frozen earth or ice, or against forms and reinforcement with frost or ice present. ' Section 03300 - 10 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 I 0 to 30 F 65 F 60 F 55 F 50 F Below O F 70 F 65 F 6.0 F 55 F Maximum allowable gradual temperature drop in first 24 hours after end of protection: -- 50 F 40 F 30 F 20 F C. Concrete placed shall be cured and protected as hereinafter specified for a minimum of 7 days except that the strength requirements may require additional ' protection and curing during cold weather due to delayed field strength gain. D. During cold weather concreting the Contractor shall cast six extra test cylinders, for field curing, from the last 100 cubic yards of concrete but not fewer than three specimens shall be cast for each 2 hours of placing time or for each 100 yards, whichever produces greater number of specimens. These specimens shall be in addition to those cast by the Engineer for lab testing as specified ' hereinafter in Paragraph EVALUATION AND ACCEPTANCE OF CONCRETE. E. Test cylinders shall be protected from the weather until they can be placed under same protection provided for the parts of the structure which they represent. Test cylinders shall be tested in accordance with applicable sections of ASTM C 31 and C 39. Evaluation and t acceptance as per ACI 318-77, Paragraph 4.8.3. F: The actual temperature of the concrete surface determines the effectiveness of protection, regardless of air temperatures or whether the objective is durability or strength. Because corners and edges of concrete are most vulnerable to freezing and usually are more difficult to Section 03300 - 11 H I 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 additional information in ACI 306 which will provide the temperature protection and curing for the 7 -day period. Section 03300 - 12 I IK. 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. I. 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 I 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 I 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 I hours, and for additional time as may be required before transporting to the test lab. Specimens will be made, cured, and tested in accordance with ASTM C 31 and ASTM C 39. I Section 033.00 - 13 FT I 2. One set of test cylinders for each class of concrete placed each day shall be taken not less than once a day, nor less than once for each 100 cubic yards of concrete, nor less than once for each 3,000 square feet of wall or slab surface area. Each set of test cylinders shall consist of one cylinder to be tested at 7 days, one cylinder to be tested at 28 days, and one spare cylinder for 28 day test if necessary. The Contractor may take ' any additional cylinders he feels necessary. 3. The frequency of testing may be increased if necessary. Additional testing, if required, will be paid by the Owner. 4. Where the term "building official" is used in Section 4.7 of ACI 318-83, the term shall be redefined to "the Owner's representative". 3.22 DEFECTIVE AREAS ' A. Remove all defective concrete such as honey -combed areas and rock pockets out to sound concrete. Small shallow holes caused by air entrapment at the surface of the forms shall not be considered defects unless the amount is so great as to be considered not the standard of the industry and due, primarily to poor workmanship. If chipping is required, the edges shall be perpendicular to the surface. Feather edges shall not be permitted. The defective area shall be filled with a nonshrink, nonmetallic grout. Use an approved bonding agent on horizontal patches prior to placing nonmetallic, nonshrink grout. Since some bonding agents may not be compatible for some vertical surface patching techniques, submit all proposed methods for repair of vertical surfaces prior to ordering materials. The Contractor shall consult with representatives of the bonding agent manufacturer and the nonshrink grout manufacturer, and obtain a written recommendation for the patching of defective areas. Submit this information for review prior to performing the work. 3.23 CONCRETE SLAB FINISHES A. The excessive use of "jitterbugs" or other special tools designed for the purpose of forcing the coarse aggregate away from the surface and allowing a layer of mortar to accumulate will not be permitted on any slab finish. The dusting of surfaces with dry materials will not be permitted. Slabs, and floors shall be thoroughly I Section 03300 - 14 I L ' compacted by vibration. All edges of slabs and tops of walls shall be rounded off with a steel edging tool, ' except where a cove finish is indicated on the Drawings. Steel edging tool radius shall be 1/4 inch for all slabs subject to wheeled traffic. 3.24 CURING OF CONCRETE A. Cure concrete by keeping the surface continuously wet for ' 7 days where normal portland cement is used, or 3 days where high -early strength Type III cement is used. Subject to approval by the Engineer, one of the following ' methods shall be followed: 1. Concrete forms shall be left in place and kept sufficiently damp at all times to prevent opening of the joints and drying of the concrete; or ' 2. A curing compound as hereinbefore specified, where allowed, shall be applied immediately after removal of forms. ' 3. Exposed surfaces shall be continuously sprinkled. B. Slabs: 1. Protect surface by ponding; or ' 2. Cover with burlap or cotton mats kept continuously wet; or 3. Cover with 1 -inch layer of wet sand, earth, or sawdust, and keep continuously wet; or ' 4. Continuously sprinkle the exposed surface; or 5. Other agreed upon method that will provide ' that moisture is present and uniform at all times on the entire surface of the slab; the Contractor shall determine the best method of his operation to ensure a good water cure and submit this for review. 3.25 CURING AND PROTECTION IN COLD WEATHER IA. Conform to cold weather concreting hereinbefore specified and to ACI 306. Where water curing, as specified hereinbefore for slabs, is not possible, use a double ' coverage of an approved curing compound and protect the Section 03300 - 15 J slabs during the cold weather from traffic by the use of Visqueen or other material inside the required heated enclosure if foot traffic is permitted on the slabs. Repair or replace concrete damaged by cold weather. 3.26 PAYMENT A. Payment for the work in this Section will be included as part of the applicable lump sum or unit price bid amounts stated in the Proposal. END OF SECTION Section 03300 - 16 J PART 1 GENERAL ' 1.01 SCOPE I H II I n I SECTION 09900 PAINTING A. This Section covers surface preparation, furnishing, and application of paint and protective coatings, complete. B. It is the intent that all new exposed ferrous surfaces be painted, whether specifically mentioned or not, except as modified herein. C. All new exposed piping is to be painted. D. New masonry walls are to be cleaned and painted. E. Factory primed surfaces are to receive finish coats. 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 ABBREVIATIONS ANSI American National Standards Institute AWWA American Water Works Association FR? Fiberglass Reinforced Plastic HC1 Hydrochloric Acid MDFT Minimum Dry Film Thickness MDFTPC Minimum Dry Film Thickness Per Coat mil Thousandths of an Inch MIL -P Military Specification - Paint OSHA Occupational Safety and Health Act PSDS Paint System Data Sheet SFPG Square Feet Per Gallon SFPGPC Square Feet Per Gallon Per Coat SP Surface Preparation SSPC Steel Structures Painting Council 1.04 SURFACES NOT REQUIRING PAINTING A. Unless otherwise specifically indicated in the Technical Specifications or on the Drawings, the following areas or items will not require painting: Section O99O0 -1 LI I 1. Nonferrous and corrosion -resistant ferrous alloys ' such as copper, bronze, monel, aluminum, chromium plate, weathering steel, and stainless steel, ' except where: a. Required for electrical insulation between dissimilar metals. ' b. Aluminum and stainless steel is embedded in concrete or masonry, or aluminum is in contact with concrete or masonry. c. Color coding or equipment and piping is ' required. d. Fiberglass reinforced plastic (FR?) equipment with an integral colored gel coat does not require painting, provided the color is as specified. 2. Prefinished electrical and architectural items such , as motor control centers, switchboards, switchgear, panelboards, transformers, disconnect switches, etc. ' 3. Items specified to be galvanized after fabrication unless specifically required elsewhere in these Specifications or subject to immersion; specifications for repair of damaged galvanized surfaces are contained hereinafter. 1.05 QUALITY ASSURANCE A. The paint manufacturer shall provide a representative to visit the jobsite at intervals during surface preparation and painting as may be required for product application quality assurance, and to determine compliance with manufacturer's instructions and these Specifications, and as may be necessary to resolve field problems attributable to, or associated with, the manufacturer's products furnished under this Contract. 1.06 INSPECTION A. The Contractor shall give the Engineer a minimum of 3 ' days advance notice of the start of any surface preparation work or coating application work. All such work shall be performed only in the presence of the Engineer, unless the Engineer has granted prior approval to perform such work in his absence. Section 09900-2 ' I B. For all coatings subject to immersion, full cure must be obtained for the completed system. Consult the coatings manufacturer's written instructions for these requirements. The coating shall not be immersed for any purpose until completion of the curing cycle. IC. Inspection by the Engineer, or the waiver of inspection of any particular portion of the work, shall not be construed to relieve the Contractor of his responsibility to perform the work in accordance with these Specifications. 1.07 PAINT DELIVERY AND STORAGE I. A. All materials shall be new and shall be delivered to the project site in unopened containers that plainly show, at ' the time of use, the designated name, date of manufacture, color, and name of manufacturer. Paints shall be stored in a suitable protected area that is ' heated or cooled as required to maintain temperatures within the range recommended by the paint manufacturer. 1.08 WARRANTY 1 A. The Contractor shall warrant to the Owner and guarantee the work under this section against defective workmanship and materials for a period of 1 year commencing on the date of final acceptance of the work. 1.09 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. For each paint system used herein, the Contractor shall obtain from each paint manufacturer for ' submittal to the Engineer, a Paint System Data Sheet (PSDS) and, Technical Data Sheets, for each product used in the paint system. The required information shall be submitted on a ' system -by -system basis. The Contractor shall also provide copies of the paint system submittals to the coating applicator. A sample PSDS form is appended at the end of this section. I ' Section 09900-3 CI I 2. The Contractor shall, prior to the start of surface ' preparation, furnish the Engineer with a 4 -inch by 4 -inch steel panel for each grade of sandblast specified herein, prepared by the Contractor to the specified requirements. The panel shall be representative of the steel used and shall be prevented from deterioration of the surface quality. Upon review by the Engineer, the panel shall be preserved as a reference source for inspection. 1.10 PAINT COLOR SAMPLES A. Submit paint color charts displaying the full color selection available from the paint manufacturer selected by the Contractor. B. Allow 30 days from date of submittal for Owner/Engineer , to determine selected colors. 1.11 RELATED PAINTING WORK PERFORMED UNDER OTHER SECTIONS, BUT SYSTEMS DESCRIBED IN THIS SECTION A. Section No. Item , 11020-1 Non clog Dry -Pit Centrifugal Pump 15001 Plant Piping PART 2 PRODUCTS ' 2.01 PAINT AND COATINGS SUPPLIERS A. The letter code will be found following the generic ' descriptions of materials outlined in the Specifications. Alternate suppliers will be considered, if product is equal to that specified. Address given is that of the general offices; contact these offices for information regarding the location of their representative nearest , the project site. B. Supplier Code A - Coatings Suppliers: (Able to supply most heavy-duty industrial coatings) 1. Koppers Company, Inc., Pittsburg, PA 2. Porter Coatings, Louisville, KY 3. Rustoleum Corporation, Evanston, IL ' 4. Tnemec Coatings, Kansas City, MO I Section 09900-4 , L ' C. Supplier Code B - Paint Suppliers (Able to supply most architectural paints) Ii. Benjamin Moore Paints, New York, NY 2. Pittsburgh Paints, Pittsburgh, PA 3. Sherwin Williams, Cleveland, OH I I I I J II ri J I H I D. Supplier Code C - Specialty Suppliers 1. McCloskey Varnish Company, Philadelphia, PA 2. Olympic Stain & Varnish, Seattle, WA 3. Pavey Research Corporation, Tukwila, WA 4. Chemstop Manufacturing and Sales Corp., Itasca, IL E. Supplier Code E - Fusion Bonded Coating Applicators 1. B. L. Downey, Cicero, IL 2. Industrial Coatings, Baltimore, MD 2.02 PAINT MATERIALS A. The following paint products are listed according to their approximate order of appearance in the paint systems. Deviations from the specified paint systems must be reviewed by the Engineer prior to use. The letter designating the supplier code references the listing of paint suppliers able to furnish these specific materials. Alternate systems will be considered subject to the review of the Engineer. PRODUCT DEFINITION Polyamide, Anti- Converted epoxy primer Corrosive, Epoxy containing rust inhibitive Primer pigments; minimum percent volume solids, 46% - Supplier Code: A Coal -Tar Epoxy Amine or polyamide type, 68% volume solids minimum, suitable for immersion service - Supplier Code: A Organic Zinc Rich Converted epoxy, epoxy/phenolic or Primer urethane type, minimum 10 pounds metallic zinc content per gallon. Supplier Code: A Rust -Inhibitive Primer Single -package steel primers with anti -corrosive pigment loading; may be alkyd, vinyl, epoxy ester, chlorinated rubber; 40% volume solids minimum. Supplier Code: A -B Section 09900-5 I Alkyd Enamel Optimum quality, gloss finish, , medium long oil, 45% minimum solids by volume Supplier Code: ' A -B Wash Primer Vinyl butyral acid - Supplier Code: A ' Inorganic Zinc Primer Solvent nr water based, 10 pounds metallic zinc content per ' gallon minimum; follow manufacturer's recommendation for topcoating. Supplier Code: A Silicone Acrylic Elevated temperature types; 20% minimum solids by volume - Supplier Code: A Polyamide High Build Capability of 4-8 MDFT per coat , Epoxy Supplier Code: A Acrylic Latex (Gloss) High gloss, single -component; minimum volume solids, 25%. Supplier Code: A -B Bituminous Paint Single -component, coal -tar pitch based; 68% minimum solids by volume. Supplier Code: A Polyurethane Enamel Two -component, asphaltic or acrylic based polyurethane; 45% minimum volume solids; high gloss finish. Supplier Code: A Block Filler Primer -sealer designed for rough masonry surface. Supplier Code: B Sanding Sealer Co -polymer oil, clear, dull luster. Supplier Code: B -C Stain Pigmented water repellant coating (no silicones) specifically designed for masonry and concrete surfaces; minimum volume solids, 19% to 21%. Supplier Code: C Acrylic Latex Semi -gloss latex; minimum volume (Semi -Gloss) solids, 41%. Supplier Code: B Section 09900 -6 I ' Acrylic Latex Flat latex; minimum volume (Flat) solids, 34% Supplier Code: B Varnish (Satin) Nonpigmented vehicle based on a variety of resins (alkyd, phenolic, urethane) available in gloss, semi -gloss, and flat finishes - Supplier Code: B -C ' 2.03 COLOR SELECTION A. The Contractor shall coordinate with the Owner and the Engineer as hereinbefore specified for final color selections. B. Colors shall be formulated with colorants free of lead, ' lead compounds, or other materials which might be affected by the presence of hydrogen sulfide or other gas likely to be present at the project. 2.04 EQUIPMENT COLORS A. Equipment shall be meant to include the machinery or vessel itself plus the structural supports and fasteners and attached electrical conduits. All nonsubmerged portions of equipment shall be painted the same color as ' the process piping it serves, except as itemized below. Equipment Color Dangerous parts of equipment and machinery OSHA Orange Fire protection equipment and apparatus OSHA Red ' Physical hazards in normal operating area OSHA Yellow ' PART 3 EXECUTION 3.01 GENERAL ' A. All materials of a paint system, including primer and finish coats, shall be produced by the same paint manufacturer. Thinners, cleaners, driers, and other additives shall be as recommended by the paint manufacturer of the particular coating. ' 3.02 INTENT A. It is the intent of these Specifications that the ' Contractor and his subcontractors employed on the jobsite will leave the surfaces of their work in such a condition Section 09900 - 7 I that only minor cleaning and sanding is required prior to ' surface preparation and painting. It is the responsibility of the Contractor to inspect and provide substrate surfaces that are prepared in accordance with these Specifications and the printed directions and recommendations of the paint manufacturer whose product is to be applied. ' 3.03 PROTECTION OF MATERIALS NOT TO BE PAINTED A. Remove, mask, or otherwise protect hardware, lighting ' fixtures, switchplates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. Openings in motors shall be masked to prevent paint and other materials from entering the motors. 3.04 ENVIRONMENTAL CONDITIONS A. Paint shall not be applied in temperatures beyond the manufacturer's recommended maximum and minimum allowable, nor in dust, smoke -laden atmosphere, damp or humid weather. B. Abrasive blast cleaning shall not performed whenever the relative humidity exceeds 85 percent, nor whenever the surface temperature is less than 5 degrees F above the dew point of the ambient air. 3.05 SAFETY , A. Painting shall be performed in strict accordance with the safety recommendations of the paint manufacturer; with the safety recommendations of the National Association of Corrosion Engineers contained in the publication, Manual for Painter Safety; Federal, state, and local agencies having jurisidiction. 3.06 PAINT MIXING A. Multiple -component coatings shall be prepared using all of the contents of the container for each component as packaged by the paint manufacturer. No partial batches will be permitted. Multiple -component coatings that have been mixed shall not be used beyond their pot life. The Contractor shall provide small quantity kits for touch-up painting and for painting other small areas. Only the components specified and furnished by the paint Section 09900 - 8 ' [I manufacturer shall be mixed. No intermixing of additional components for reasons of color or otherwise, even within the same generic type of coating, will be permitted. B. Paint materials shall be kept sealed when not in use. C. Where more than one coat of a material is applied within a given system, color will be alternated to provide a visual reference that the required number of coats have been applied. 3.07 SHOP BLAST CLEANING A. Items such as structural steel, metal, and similar items as reviewed by the Engineer may be shop prepared and primed at the option of the Contractor. Centrifugal wheel blast cleaning is an acceptable alternate to shop blast cleaning. All work shall be blast cleaned and primed in accordance with these Specifications. 3.08 ABRASIVE BLASTING A. Perform abrasive blasting for items and equipment where specified and as required to restore damaged surfaces previously shop or field blasted and primed. Materials, equipment, procedures, and safety equipment for personnel shall conform to the Steel Structures Painting Council. 3.09 PREPARATION OF SURFACES - METAL A. No surface preparation blasting will be permitted prior to submission of samples. All workmanship for metal surface preparation as specified shall be in strict conformance with the current Steel Structures Painting Council (SSPC) Specifications as follows: Solvent Cleaning SP 1 Hand Tool Cleaning SP 2 Power Tool Cleaning SP 3 White Metal Blast Cleaning SP 5 Commercial Blast Cleaning SP 6 Brush -Off Blast Cleaning SP 7 Pickling SP 8 Near -White Blast Cleaning SP 10 B. Wherever the words "solvent cleaning," "hand tool cleaning," "wire brushing," or "blast cleaning," or similar words of equal intent are used in these Specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC Specifications listed above. Section 09900-9 I C. Hand tool clean areas that cannot be cleaned by power , tool cleaning. 3.10 PRE -BLAST CLEANING REQUIREMENTS A. All oil, grease, welding fluxes, and other surface contaminants shall be removed prior to blast cleaning. Preblast cleaning methods shall use steam, open flame, hot water, or cold water with appropriate detergent additives followed with clean water rinsing. B. Small isolated areas shall be cleaned as above or solvent cleaned with suitable solvents and clean cloths. C. All sharp edges shall be rounded or chamfered and all 1 burrs, jagged edges, and surface defects shall be ground smooth. D. Welds and adjacent areas shall be prepared such that there is: (1) no undercutting or reverse ridges on the weld bead, (2) no weld spatter on or adjacent to the weld or any other area to be painted, and (3) no sharp peaks or ridges along the weld bead. All embedded pieces of electrode or wire shall be ground flush with the adjacent surface of the weld bead. 3.11 BLAST CLEANING REQUIREMENTS A. The type of equipment and speed of travel shall be such that and specified degree of cleanliness is obtained. The type and size of abrasive shall be selected to produce a surface profile that meets the coating manufacturer's recommendations for the particular primer to be used. Only dry blast cleaning methods will be permitted. The abrasive shall not be reused. B. The Contractor shall comply with the applicable Federal, state, and local air pollution control regulations for blast cleaning. 3.12 POST -BLAST CLEANING AND OTHER CLEANING REQUIREMENTS ' A. All surfaces shall be cleaned of all dust and residual particles of the cleaning operations by dry (no oil or water vapor) air blast cleaning or other method prior to painting. Enclosed areas and other areas where dust settling is a problem shall be vacuum cleaned and wiped with a tack cloth. B. Surfaces shall be painted the same day they are blast cleaned. Surfaces that have started to rust before they are painted shall be reblasted. Section 09900 - 10 1 1 3.13 CONCRETE SURFACE PREPARATION I A. Not Used. 3.14 PLASTIC SURFACE PREPARATION ' A. Not Used. 3.15 MASONRY SURFACE PREPARATION I I H L I J A. Masonry construction shall be completed and cured for 14 days or more before surface preparation work is started. B. All oil, grease, dirt, salts or other chemicals, loose materials, or other foreign matter shall be removed by solvent, detergent washing, or other suitable cleaning methods. C. Masonry surfaces shall be cleaned of all mortar and grout spillage and other surface deposits using either (1) nonmetallic fiber brushes and commercial muriatic acid followed with rinsing with clean water, or (2) brush-off blasting, or (3) water blasting. D. Care shall be taken to avoid damage to the masonry mortar joints or adjacent surfaces. E. Surfaces shall be clean and, unless otherwise required for proper adhesion, shall be dry prior to painting. 3.16 PREPARATION OF EXISTING COATED SURFACES A. The equipment, procedure, and degree of cleaning shall conform to the Application Schedule presented hereinafter. The abrasive may be either wet or dry blasting sand, grit, or nut shell. The various surface preparation parameters such as size and hardness of the abrasive, nozzle size, air pressure, and nozzle distance from the surface shall be selected such that the surface is cleaned without pitting, chipping, or otherwise damaging the surface. The Contractor shall verify his parameter selection by blast cleaning a trail area that will not be exposed to view. The trial blast cleaned area shall be subject to the approval of the Engineer and shall be used as a representative sample of the surface preparation. Surfaces that are damaged by blast cleaning shall be repaired or replaced by the Contractor to the satisfaction of the Engineer. Section 09900 - 11 I 3.17 ACID ETCHING , A. After precleaning, the following solution is spread by brush or plastic sprinkling can: 1 part commercial muriatic acid reduced by 2 parts water by volume. Adding acid to water in these proportions gives an approximate 10 percent solution of HC1. Workmen shall be equipped with necessary protective clothing. The application rate shall be approximately 2 gallons per 100 square feet. Work the acid solution into the surface by hard -bristled brushes or brooms until complete wetting and coverage is obtained. The acid will react vigorously for a few minutes, during which time brushing is continued. After the bubbling has subsided (10 minutes), hose down the remaining slurry with high pressure clean water. Rinsing must be done immediately to avoid formation of salts on the surface which are difficult to remove. Thorough rinsing is necessary to remove any residual acid surface condition which can impair adhesion. The surface shall be completely dry before coating is applied. After etching, the surface shall be "grainy" to the touch. If not, repeat the treatment. 3.18 SOLVENT CLEANING A. Solvent cleaning shall consist of removal of foreign matter such as oil, grease, soil, drawing and cutting compounds, and any other surface contaminants by the use of solvents, emulsions, cleaning compounds, steam cleaning, or similar materials and methods which involve a solvent or cleaning action. This method conforms with Steel Structures Painting Council SP 1. 3.19 APPLICATION OF PAINT - GENERAL , A. Manufacturer's written instructions for applying each type of paint or protective coating shall be furnished the Engineer prior to application. Cleaned surfaces and all coats shall be inspected prior to the succeeding coat. Schedule such inspection with the Engineer in advance. Apply all coatings in strict accordance with the paint manufacturer's recommendations, as reviewed by the Engineer. Sufficient time shall be allowed between coats to assure thorough drying of previously applied paint. B. New units to be bolted together and to structures shall , be painted prior to assembly or installation. Li Section 09900 - 12 , I ' 3.20 SHOP PRIMED SURFACES IA. All shop primed items shall be inspected at the jobsite for compliance with these Specifications. Schedule such inspection with the Engineer in advance. Areas of chipped, peeled, or abraded primer shall be hand or power ' sanded feathering the edges. The areas shall then be spot primed with the specified primer. Prior to application of finish coats, shop primed surfaces shall ' be cleaned free of all dirt, oil and grease, and a mist coat, 1.0 mil dry film thickness, of the specified primer applied, complete. Holdback areas for welding shall be ' prepared and primed, after welding, as required for the specified paint system, Application of primer shall be in accordance with manufacturer's instructions. ' 3.21 MANUFACTURER APPLIED PAINT SYSTEMS A. Abraded areas on factory finished items shall be repaired ' in strict accordance with the equipment manufacturer's directions. Repaired areas shall be carefully blended into the original finish. ' 3.22 FILM THICKNESS A. Coverage is listed as either total minimum dry film ' thickness in mils (MDFT) or the spreading rate in square feet per gallon (SFPG). Per coat determinations are • listed as MDFTPC or SFPGPC. The number of coats is the ' minimum required irrespective of the coating thickness. Additional coats may be required to obtain the minimum required paint thickness, depending on method of application, differences in manufacturers' products, and '• atmospheric conditions. Maximum film build per coat shall not exceed the coating manufacturer's recommendations. ' B. Film thickness measurements and electrical inspection of the coated surfaces shall be performed with properly ' calibrated instruments. Recoat and repair as necessary for compliance with the Specifications. All coats will be subject to inspection by the Engineer and the coating manufacturer's representative. ' C. Particular attention shall be given edges, angles, flanges, etc. Where insufficient film thicknesses are ' likely to be present, ensure proper millage in these areas. ID. After repaired and recoated areas have dried sufficiently, final tests will be conducted by the Engineer. Coating thickness specified in mils will be I Section O9900 - 13 I i measured with a magnetic type dry film thickness gauge such as Mikrotest, supplied by Nordson Corporation, Anaheim, CA. The finish coat (expect zinc primer and galvanizing) will be tested for holidays and discontinuities with an electrical holiday detector, low voltage, wet sponge type such as Model M-1, manufactured by Tinker and Rasor, San Gabriel, CA. E. Each coat shall be checked for the correct millage. No measurement will be made under a minimum of 8 hours after application of the coating. 3.23 POROUS SURFACES A. Porous surfaces such as concrete, masonry, etc., may have , the prime coat thinned to provide maximum penetration and adhesion. Type and amount of thinning shall be determined by the paint manufacturer and is dependent upon the surface density and type of coating. B. Porous surfaces specified to receive a water base coating shall be damp, but free of running water, just prior to application of the coating. 3.24 DAMAGED COATINGS , A. Damaged coatings, pinholes, and holidays shall have the edges feathered and repaired in accordance with the recommendations of the paint manufacturer, as reviewed by the Engineer. B. Repair of fusion bonded coatings to be as recommended by the original applicator. Liquid repair kits to be provided for this purpose by the applicator, as recommended by the coating manufacturer. C. All finish coats, including touch-up and damage -repair coats shall be applied in a manner which will present a uniform texture and color -matched appearance. 3.25 UNSATISFACTORY APPLICATION A. If the item has an improper finish color, or insufficient film thickness, the surface shall be cleaned and topcoated with the specified paint material to obtain the specified color and coverage. Specific surface preparation information to be secured from the coating manufacturer and the Engineer. B. All visible areas of chipped, peeled, or abraded paint shall be hand- or power -sanded feathering the edges. The areas shall then be primed and finish coated in Section 09900 - 14 I accordance with the Specifications. Depending on the extent of repair and its appearance, a finish sanding and topcoat may be required by the Engineer. C. Work shall be free of runs, bridges, shiners, laps, or other imperfections. Evidence of these conditions shall be cause for rejection. D. Any defect in the coating system shall be repaired by the ' Contractor per written recommendations of the coating manufacturer. E. Leave all staging up until the Engineer has inspected the surface or coating. Staging removed prior to approval by Engineer shall be replaced. 3.26 SHIPPING A. In all cases where precoated items are to be shipped to ' the jobsite, all efforts will be made to protect the coating from damage. Coated items shall be battened to prevent abrasion. Contractor shall use nonmetallic or padded slings and straps in handling. Items will be rejected for excessive damage, in the opinion of the Engineer. ' 3.27 CLEANUP A. All cloths and waste that might constitute a fire hazard I. shall be placed in closed metal containers or destroyed at the end of each day. Upon completion of the work, all staging, scaffolding, and containers shall be removed from the site or destroyed in •a legal manner. Paint ' spots, oil, or stains upon adjacent surfaces and floors shall be completely removed, and the entire job left clean. COATING SYSTEMS ' Surface Preparation Paint Material Min Coats Cover SYSTEM NO. 6 EXPOSED METAL - ATMOSPHERIC ' Abrasive Blast, or Rust -Inhibitive 1 coat, 2 MDFT Centrifugal Wheel Primer Blast (SP 3) ' Alkyd Enamel 2 coats, 4 MDFT Section 09900 - 15 I SYSTEM NO. 27 ALUMINUM AND DISSIMILAR METAL INSULATION Solvent Clean (SP 1) Wash Primer 1 coat, 0.4 MDFT Bituminous 1 coat, 10 MDFT Paint SYSTEM NO. 29 FUSION BONDED COATING Abrasive Blast, or Fusion Bonded 1 or 2 coats, Centrifugal Wheel 100% Solids 7 MDFT Blast (SP 10) or Acid Epoxy or Pickling (SP 8) Polyurethane SYSTEM NO. 109 SEMI -GLOSS ' Masonry Block Filler 1 coat, 75 SFPG Acrylic Latex 2 coats, 240 ' (Semi -Gloss) SFPGPC 3.28 APPLICATION SCHEDULE A. Unless otherwise indicated in the Technical Specifications or on the Drawings, the work shall be painted or coated in accordance with the following application schedule. In the event of discrepancies or omissions in the following, request clarification from the Engineer before starting the work in question. 1. System No. 6 Exposed Metal - Atmospheric: Paint new metal items at the pump station with this paint system, including but not limited to; exposed pipe, valves and fittings, non -factory coated electrical panels, pumps or motors. All new metal items at the pump station not specifically listed as not requiring a coating shall receive this coating system. 2. System No. 27 Aluminum and Dissimilar Metal Insulation: This system shall be used where specified and on the following items or areas: ' All electrical conduit where it is embedded in concrete or masonry. All nonsubmerged concrete embedded aluminum surfaces All aluminum in contact with concrete and masonry All contacting dissimilar metals 3. System No. 29 Fusion Bonded Coating - This system shall be used on anchor bolts subject to being submerged. Section 09900 - 16 ' [I 4. System 109 - Masonry, Semi -Gloss: This system shall be applied to new interior and exterior masonry and concrete exposed surfaces. 3.29 PAYMENT A. Payment for the work in this section will be included as part of the applicable lump sum bid amounts stated in the Proposal. (Paint System Data Sheet attached hereafter). Section 09900 - 17 PAINT SYSTEM DATA SHEET Attached products' Technical Data Sheet (if applicable) to this sheet for each paint system submittal. Paint System Number (from Spec.) Paint System Title (from Spec.) Coatings Supplier Representative Surface Preparation Paint Material Product Name/Number (Generic) (Proprietary) END OF SECTION Min. Coats Coverage Section 09900 - 18 H I SECTION 11020 H NONCLOG DRY -PIT CENTRIFUGAL PUMPS - GENERAL ' PART 1 GENERAL I L I _J I I] I L I J I 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the nonclog dry -pit centrifugal pumps specified herein, and as further specified in the Detail Pump Specifications hereinafter. 1.02 GENERAL A. The pumps, provided hereunder, shall be the end products of one manufacturer in order to achieve standardization for operation, maintenance, spare parts, and manufacturer's service. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 DEFINITIONS - TOTAL HEAD A. Total head in discharge head suction lift), corrected to pun Standards, plus same points. feet of liquid minus the sucti< both measured at ip datum as defined the difference in pumped shall be the rn head (or plus the the pump flanges and by Hydraulic Institute velocity heads at the 1.04 SUPPLIERS'/MANUFACTURERS' SERVICES A. If stated in the Detail Pump Specification, a supplier's and/or manufacturer's representative for the equipment specified shall be present at the jobsite for installation, equipment testing, startup assistance, and training of Owner's personnel. 1.05 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: Section 11020 - 1 L 1.06 PART 2 2.01 A. 1 1. Performance data curves showing head, capacity, horsepower demand, pump efficiency, and NPSH (required) over the entire operating range of the pump, from shutoff to maximum capacity. The equipment manufacturer shall indicate separately the head, capacity, horsepower demand, and pump efficiency at the guarantee points. Performance requirements shall be as defined in the Hydraulic Institute Standards. 2. Provide complete motor nameplate data, as defined I by NEMA, motor manufacturer; and any motor modification. 3. For energy -efficient motor, provide a certified I copy of the test report for an identical motor tested in accordance with NEMA Standards Publication No. MG 1-12.53.a and IEEE Standard No. 112, Test Method B, showing full -load efficiency meeting or exceeding specified values. Motors not as specified will be rejected. 4. 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 requirement specified herein, submit complete technical literature of the proposed system(s) to the Engineer for review. 5. Any additional information required in the Detail Pump Specification. RELATED WORK SPECIFIED AND PERFORMED UNDER OTHER SECTIONS Section No. Item Division 16 Electrical PRODUCTS ' GENERAL 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. Section 11020 - 2 I C 2.02 PUMP AND DRIVER DESCRIPTION A. See Detail Pump Specification at the end of this Section. 2.03 PUMP IDENTIFICATION PLATE A. A 16 -gauge stainless steel identification plate shall be securely mounted on each pimp in a readily visible location. The plate shall bear the a -inch die -stamped equipment identification number that is assigned each pump in the Detail Pump Specification and shown on the Drawings. 2.04 LIFTING LUGS IA. Equipment weighing over 100 pounds shall be provided with lifting lugs. 2.05 VENT AND DRAIN CONNECTIONS A. Provide tapped and plugged case vent and drain connections. Field install a z -inch petcock, rated for ' the case hydrostatic test pressure, in the casing vent connection. ' 2.06 GAUGE CONNECTIONS A. Provide tapped suction and discharge gauge connections on ' the pump flanges. Where this is not possible, provide gauge connections on the Drawings. Do not provide diaphragm seal or pressure gauge under this Section. ' 2.07 SPARE PARTS AND SPECIAL TOOLS A. See Detail Pump Specifications for spare parts and special tools required for each pump or set of pumps. ' PART 3 EXECUTION 3.01 PUMP AND DRIVER INSTALLATION A. Install in accordance with the manufacturer's recommendations, and as approved. Where shown, provide flexible, intermediate line shafting between the drivers ' and pumps. Mount pumps and drivers on concrete bases as shown on the Drawings. The size of the concrete bases shall be determined by the dimensions of the pump and ' driver and shall be at least 2 inches wider and longer than the pump and/or driver base and in accordance with the details shown. Anchor bolt size and material shall Section 11020 - 3 J C be as shown in the Detail Pump Specification. Bolts shall be accurately placed with templates. Coat bolt thread projections with lubricant to facilitate future nut removal. Driver bases for pumps having intermediate shafting shall be constructed with holes on the vertical center line large enough to permit lineshaft coupling removal. ' B. Level base by means of steel wedges (steel plates and steel shims). Wedge taper shall not be greater than ; inch per foot. Use double wedges to provide a level bearing surface for the pump and/or driver base. Secure each pair of wedges in their final positions with one tack weld on each side after leveling is complete. Accomplish wedging so that there is no change of level or springing of the baseplate when the anchor bolts are tightened. C. Adjust pump assemblies such that the driving units are properly aligned, plumb, and level with the driven units and all interconnecting shafts and couplings. Flexible couplings shall not be considered to compensate for misalignment. D. After the pump and driver have been set in position, , aligned, and shimmed to the proper elevation, grout the space between the bottom of the baseplate and the concrete foundation with a dry, tamped -in, nonshrinking grout, prepared and installed in accordance with Section 03300, CONCRETE. E. Pipe all pump drains to sumps as shown on the Drawings. ' F. All strain from attached piping shall be eliminated from the pumps and any evidence of pump or driver misalignment, noisy operation, or other signs of improper setting shall be corrected by the Contractor. Care during storage, installation, and lubrication shall be in strict accordance with the manufacturer's recommendations. 3.02 PAINTING ' A. The definitions of submerged and nonsubmerged surfaces shall be taken from Section 09900, PAINTING. Nonsubmerged metal surfaces of equipments and accessories specified herein shall be factory prepared and primed with the manufacturer's standard primer, provided it meets or exceeds primer coating of System No. 6 as specified in Section 09900, PAINTING, and provided it is compatible with finish coating of said system. Section 11020 - 4 i U B. Submerged metal surfaces on equipment and accessories specified herein shall be factory prepared, primed, and ' finish coated with the manufacturer's standard protective coating system provided it meets or exceeds System No. 2. Finish color for submerged surfaces shall be coating manufacturer's standard. C. Field -applied finish coating system shall be specified in Section 09900, PAINTING. ' D. Nonferrous and corrosion -resistant ferrous alloys such as copper, bronze, monel, aluminum, chromium plate, and stainless steel need not be coated at the manufacturer's discretion subject to the Engineer's review. E. Equipment color shall be as selected by the Owner. ' 3.03 BALANCE OF VIBRATION A. The rotating parts of each pump and its driving unit shall be dynamically balanced before final assembly. The driving unit alone shall operator without vibration in ' excess of the limits stated in the latest revision of NEMA MG 1. 3.04 FUNCTIONAL TEST IA. Prior to plant startup, all equipment described in the Detail Pump Specifications following shall be inspected for proper alignment, quiet operation, proper connection, and satisfactory performance by means of a functional test. 3.05 VIBRATION TEST A. The complete assembly, consisting of the driving unit and ' pump , and flexible shafting where shown, connected and in normal operation, shall not develop amplitudes of vibration exceeding limits recommended by the current ' edition of Hydraulic Institute Standards. Where pumps and drivers are separated by intermediate flexible shafting, vibration shall be measured both at the top motor bearing and at two points on the top pump bearing, 90 degrees apart. 3.06 PERFORMANCE TEST A. The Contractor shall perform field tests on certain completed pump assemblies, as required by the Detail Pump Specifications, to demonstrate their conformance to the 'Specifications to the satisfaction of the Engineer. A Section 11020 - 5 I I - 1 test log shall be presented to the Engineer upon the ' completion of each test that records the following: 1. Flow, in gallons per minute. ' 2. Pump suction and discharge pressures as measured by calibrated gauges, converted to feet of the liquid pumped and corrected to pump datum as defined by Hydraulic Institute Standards, calculated velocity heads at the suction and discharge flanges, and total head, all tabulated in feet. ' 3. For ac motors, driving motor voltage and amperage measured for each phase and 3 -phase kilowatts. II B. Measurements shall be made with plant instrumentation and/or other methods approved by the Engineer. Units apparently failing to meet the Specifications to the satisfaction of the Engineer must be more accurately tested in accordance with Hydraulic Institute Standards. If the pump fails the second test, the unit will be rejected, and the Contractor shall furnish a unit that will perform as specified. In addition, if the specified pump fails the second test, all identical pumps covered by the Detail Pump Specification for the pump under test shall be tested under the same provisions, whether specified or not, at no additional cost to the Owner. 3.07 MANUFACTURER'S CERTIFICATE(S) A. Provide manufacturer's certificate(s) in accordance with Section 01610, MANUFACTURERS' SERVICES of Division 1, GENERAL REQUIREMENTS. B. Provide manufacturer's Certificate of Compliance that the ' factory -applied painting systems referenced herein have been furnished. , 3.08 PAYMENT A. Payment for the work in this General Section will be included as part of the payment for the equipment covered by the Detail Pump Specifications(s) of this Section. END OF SECTION Section 11020 - 6 ' C I SECTION 11020-1 DETAIL PUMP SPECIFICATION FOR NONCLOG DRY -PIT CENTRIFUGAL PUMPS NORTH STREET PUMP STATION PUMPS FAYETTEVILLE PART 1 GENERAL 1.01 EQUIPMENT NUMBERS A. Pump No. 1 Pump No. 2 Pump No. 3 1.02 RELATED SECTIONS A. See Section 11020, NONCLOG DRY -PIT CENTRIFUGAL PUMPS - GENERAL, for additional requirements. PART 2 PRODUCTS 2.01 PUMP 1. Fairbanks -Morse, Model 6"-5444, Vertical Close Coupled 2. Or Equal 2.02 EXISTING PUMPS BEING REPLACED A. The two existing pumps being replaced are Fairbanks -Morse Model 6"-5454A. Fairbanks -Morse representatives advise that the new pumps and pump bases have identical dimensions to the old pumps, so that they will directly fit the existing base padsO and inlet and outlet piping. The Contractor shall verify this with the supplier. This direct fit will probably not occur if an alternate manufacturer is proposed. If the Contractor elects to provide pumps by an alternate manufacturer, he shall make any required piping/base pad changes at his expense. 2.03 QUANTITY - 3 2.04 SERVICE CONDITIONS Liquid Pumped Raw Sewage Largest Solid Passing 3 -inch Diameter Section 11020-1 - 1 Pumping Temperature (PT) 68 degrees F Specific Gravity at PT 1.0 Viscosity at PT 1.00 cs Vapor Pressure at PT 0.34 psia 2.05 PERFORMANCE REQUIREMENTS A. GUARANTEED PERFORMANCE 1. Rated Capacity 1920 gpm at 90 feet head, not overloading a 75 hp motor at any point on pump curve 2. Secondary Rated capacity 2800 gpm at 65 feet head 3. Minimum Efficiency 79 percent at Rated Capacity 4. Speed 1185 rpm or 1770 rpm 2.06 PUMP CONSTRUCTION DETAILS A. Pump Type: Vertical close coupled, nonclog pump. 2.07 MATERIALS A. Manufacturer's standard all -iron, unless otherwise hereinafter specified. B. AISI, ASTM, etc. numbers, types, and grades specified are typical of material composition and quality. Equivalent materials will be considered. 2.08 CASING AND SUCTION HEAD A. Cast iron, ASTM A 48, flanges faced and drilled 125 psig ANSI standard, with handhole and cover. Hydrostatic test at 1-z times shutoff head. 2.09 SUCTION ELBOW A. Cast iron, ASTM A 48, nonreducing type, flanges faced and drilled 125 psig ANSI standard, 8 -inch size, with handhole and cover. 2.10 IMPELLER A. Enclosed, cast iron, ASTM A 48. Secure to shaft by key and capscrew and washer, or impeller nut. Section 11020-1 - 2 2.11 SUCTION HEAD WEAR RING IA. Twelve percent chrome, ASTM A 296, Grade CA -15. Brinell hardness number shall be 50 units greater than the Brinell number of the impeller wear ring. 2.12 IMPELLER WEAR RING A. Twelve percent chrome, ASTM A 296, Grade CA -15. Shrink fit to impeller. 2.13 STUFFING BOX IA. To hold five rows minimum of graphite -impregnated, braided asbestos packing. Provide ASTM A 48 cast iron split gland. Stuffing box shall be interchangeable for packing or mechanical seal. 2.14 MECHANICAL SEAL I. A. Manufacturer's standard double mechanical seal with carbon seal rings and ceramic seals. 2.15 SEAL LUBRICATION ' A. Liquid from the stream pumped shall lubricate the seal faces. Provide tubing and filter for seal water. ' 2.16 SHAFT IA. Steel, AISI 1045, ground and polished. 2.17 SHAFT SLEEVE IA. Twelve percent chrome, hardened, ASTM A 276, Type 410, or 420 stainless steel (500 BHN), securely locked against reverse rotation. Sleeve shall extend beyond gland. ' 2.18 BEARINGS IA. Outboard end, steel ball or roller thrust bearing; inboard end, steel ball or roller radial bearing. Rating life 50,00 hours as defined by AFBMA Standards. 2.19 BEARING LUBRICATION A. Grease, with addition and relief fittings. 2.20 MISCELLANEOUS APPURTENANCES A. Provide drip -lip reservoir for removal of stuffing box leakage. Section 11020-1 - 3 H I 2.21 PEDESTAL BASE , A. Cast iron or fabricated steel of sufficient height to prevent suction elbow flange from touching floor or foundation on which mounted. B. Base should match the dimensions of existing units, to minimize installation tasks. 2.22 MOTOR SUPPORT FRAME A. Cast iron or fabricated steel, designed to permit access to pump bearing and flexible coupling. Motor mounting surface shall be designed for standard NEMA P flange motor. 2.23 COUPLING A. Falk or Fast spring -grid or gear type flexible coupling, with OSHA coupling guard. 2.24 SPARE PARTS FOR EACH PUMP A. Complete mechanical seal, complete set gaskets and O-ring seals, shaft sleeve, and complete set keys, dowels, pins, etc. El I I Eli I I 2.25 SPARE PARTS AND SPECIAL TOOLS FOR THIS SET OF PUMPS , A. Complete set of any special tools required to dismantle pump. 2.26 ANCHOR BOLT SIZE AND MATERIAL A. One -inch minimum stainless steel if existing cannot be reused. I I 2.27 DRIVE MOTORS , Speed Enclosure Horsepower Volts Phases Frequency Service Factor Duty Cycle Insulation Class Temperature Rise Ambient Temperature Rating 1200 rpm or 1800 rpm Open Drip Proof 75 Hp 460 volts 3 -phase 60 -Hz 1.15 Continuous Manufacturer's standard Manufacturer's standard 40 degrees C Section 11020-1 - 4 H I I I I I Starting Method Variable frequency drive for one, Full voltage nonreversing ' (FVNR) for others Thrust Bearing Manufacturer's standard Lubrication Guide Bearing Manufacturer's standard ' Lubrication Bearing Life (min) 50,00 hours rating life as defined by AFBMA Standards ' Coupling Nonreverse 2.27 MOTOR MODIFICATIONS AND ACCESSORIES Grounding Terminal Mounted in motor junction box Paint Manufacturer's standard; the motor(s) shall be completely ' factory painted except for the exterior which shall have all primer coats applied with the final primer compatible with the pump manufacturer's painting as specified in ' Section 11020, NONCLOG DRY -PIT CENTRIFUGAL PUMPS - GENERAL. Controls Automatically paced, Variable frequency speed controller and ' activation/deactivation based on wetwell level. ' 2.28 MOTOR EFFICIENCY A. Each motor shall have a nominal efficiency of 93.0 Ion printed on nameplate. Efficiency shall be based on IEEE 112 Test Method B - Dynamometer at full load. Motors below specified efficiency shall be rejected. ' 2.29 COORDINATION OF MOTOR AND VARIABLE FREQUENCY DRIVE A. One or more of the motors supplied shall be operated with ' a variable frequency drive. Drive units and motors shall be coordinated to insure that the motors do not operate in overloaded/overheated conditions over the full speed range capabilities of the drive units. If functional ' tests indicate unacceptable operating conditions for the motors, they or the drive units shall be replaced, at no additional cost to the Owner. ' 2.30 VARIABLE FREQUENCY DRIVE A. Furnish and install variable frequency drive (VFD) unit as specified in Division 16. Section 11020-1 - 5 I 2.31 SUPPLIER'S/MANUFACTURERS' SERVICES ' A. The Contractor shall provide for and receive the services of a qualified representative of the pump manufacturer to: 1. Inspect the units installation and execute the , functional and vibration tests. The representative shall certify that the pumps have been installed in accordance with the manufacturer's recommendations. Certification shall be in writing and shall be received and acknowledged by the Engineer prior to placing the pumps into operation. 2. Place the unit into operation (startup). 3. Train the Owner's personnel in the operation and maintenance of the unit. B. A total of 1 man -day, minimum, shall be required of the manufacturer's representative at the jobsite, excluding travel time. The Contractor is referred to Section 01610, MANUFACTURERS' SERVICES. PART 3 EXECUTION 3.01 FIELD TESTING ' A. The Contractor, assisted by the pump supplier's or manufacturer's representative, shall conduct functional and vibration tests on all pumps in accordance with the General Pump Specification. 3.02 PAYMENT A. Payment for the work in this Section will be included as part of the lump sum bid amount stated in the Proposal. I END OF SECTION I Section 11020-1 - 6 SECTION 11301 FLOW METERING EQUIPMENT I I I] I [I I I PART 1 1.01 GENERAL SCOPE A. This Section covers the work necessary to furnish and install, complete, and ready for operation, a doppler flow measuring device. 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 SUPPLIERS'/MANUFACTURERS' SERVICES A. The Contractor shall provide for and receive the services of a qualified representative of the metering device manufacturer to: 1. Assist in and inspect the unit installation and certify that it has been installed in accordance with the manufacturer's recommendations. Certification shall be in writing and shall be received and acknowledged by the Engineer prior to placing it into operation (i day). B. The number of days in parentheses after each item, when shown, represents the required minimum number of days of the manufacturer's representative at the jobsite, excluding travel time. This Contractor is referred to Section 01610, MANUFACTURERS' SERVICES. ' 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 RELATED WORK SPECIFIED AND PERFORMED UNDER OTHER SECTIONS Section No. Division 16 I Item Electrical Section 11301 - 1 I I. PART 2 MATERIALS , 2.01 GENERAL A. The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Other manufacturers' equipment will be considered in accordance with the proposal. 2.02 SERVICE CONDITIONS , A. The metering device shall be capable of measuring raw sewage flow utilizing doppler sonic transducers strapped on the existing 16 -inch cast iron discharge header. Transducers shall be capable of operating between -40°F and 347°F and shall be capable of withstanding submergence. 2.03 EQUIPMENT DESCRIPTION A. The stationary transmitter shall be mounted in a NEMA 4X enclosure and shall operate on 115 VAC in temperatures from -22° to 140°F. Unit shall totalize flow in gallons per minute. The transmitter shall have one 8 -digit LED and one 4 -digit LCD display, indicating the totalizer flow and flow rate. It shall also have a 4-20 mA output. The flow meter shall be the Versa FLO doppler sonic flowmeter, as manufactured by TN Technologies, or approved equal. PART 3 EXECUTION 3.01 INSTALLATION A. The metering device and appurtenances shall be installed in strict accordance with the manufacturer's written recommendations. 3.02 MANUFACTURER'S CERTIFICATE A. Provide manufacturer's certificate (2) in accordance with ' Section 01610, MANUFACTURERS' SERVICES, of Division 1, GENERAL REQUIREMENTS. I 3.03 PAYMENT A. Payment for the work in this Section will be included as ' part of the lump sum bid amount stated in the Proposal. END OF SECTION Section 11301 - 2 L SECTION 15001 PIPING - GENERAL I I I I I PART 1 1.01 GENERAL 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 IA. 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 I I 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 Li 3. Submit manufacturer's written certification that the factory -applied coating system(s) is identical to the requirements specified herein. Where, in the manufacturer's opinion, the coating system(s) exceeds the requirements specified herein, submit complete technical literature of the proposed system(s) to the Engineer for review. PART 2 PRODUCTS 2.01 GENERAL A. The materials to be used for the piping systems are shown on the Drawings. 2.02 PIPE JOINTS FOR EXPOSED PIPING , A. Flanged, weld, soldered, or screwed end pipe joints shall be used on exposed piping. Changes in pipe joints shall be submitted with the shop drawings, as specified hereinbefore, for the Engineer's approval. 2.03 PIPE ENDS FOR BURIED PIPING , A. Mechanical joint or push -on joint pipe ends shall be used for all buried ductile iron pipe. Joints for buried pressure pipe shall be America Cast Iron Pipe Co.; Lok-Fast type joints; U.S. Pipe and Foundry Co.; Lok-Tyton or Lok-Tyte type joints; or equal, or mechanical joint or push -on joint with thrust bearing. Anchoring of retainer glands with setscrews is not acceptable. ' B. Within the limitations noted above, all pipe materials and joints do not necessarily have to be the same for all lines in a specific service, except that the materials and joints for any particular buried line shall be the same. 2.04 METALLIC PIPING SYSTEMS A. Flanged Coupling Adapters: Flanged coupling adapters shall be Series 912 for ductile iron piping as manufactured by Rockwell International; or Style 127 for ductile iron piping as manufactured by Dresser Industries, Inc.; or equal. Couplings shall be provided with thrust ties attached to the pipe with welding lugs, cast -in -place lugs, or friction collars. Anchor studs placed perpendicular to the longitudinal axis of the pipe ' Section 15001 - 2 I 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 3.01 PIPE PREPARATION AND HANDLING ' A. Each pipe and fitting shall be carefully inspected before the exposed pipe or fitting is installed or the buried ' pipe or fitting is lowered into the trench. The interior and exterior protective coating shall be inspected. Clean ends of pipe thoroughly. Remove foreign matter and dirt from inside of pipe and keep clean during and after laying. B. Use proper implements, tools, and facilities for the safe I. 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 IA. 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 I completed. Removal of water shall be in conformance with specifications in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 3.05 PREVENT TRENCH WATER AND ANIMALS FROM ENTERING PIPE A. When the pipe laying is not in progress, including the noon hours, the open ends of pipe shall be closed, and no trench water, animals, or foreign material shall be permitted to enter the pipe. 3.06 PIPE COVER A. Minimum pipe cover shall be 3 feet over the top of the pipe. 3.07 LAYING BURIED PIPE A. All buried pipe shall be prepared as hereinbefore specified and shall be laid on the prepared base and bedded to ensure uniform bearing. No pipe shall be laid in water. When, in the opinion of the Engineer, trench conditions are unsuitable, trench stabilization material shall be placed as hereinbefore specified. Joints shall be made as herein specified for the respective types. Take all precautions necessary to prevent uplift and floating of the pipe prior to backfilling. B. Where the pipe is connected to concrete structures, the connection shall 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. I Section 15001 - 4 I 3.09 TESTING - GEN,ERAL IA. 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 75 psi at the pump station site. ' 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. Conduct the tests on exposed piping after the piping has t been completely installed, including all supports, hangers, and anchors, but prior to insulation. ' 3.12 HYDROSTATIC LEAK TESTS - EQUIPMENT A. 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. 3.13 BURIED WATER AND FORCE MAIN LINES A. Some leakage is permissible from buried water and force main 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 Section 15001 - 5 I elapsed after the thrust blocking is ' installed. If high -early cement is used for thrust blocking, the time may be reduced to 7 days. When testing cement -mortar lined piping, slowly fill the section of pipe to be tested with water and allow to stand for 24 hours under slight pressure to allow the cement -mortar lining to absorb water. 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) ("') 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 The Contractor shall correct any leakage , greater than the allowance determined under this formula at the Contractor's sole expense. L� I C1 Section 15001 - 6 I I I I L 3.15 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 tested 3. Test fluid 4. Test pressure 5. Remarks, to include such items a. Leaks (type, location) b. Repairs made on leaks 6. Certification by Contractor approval by Engineer FINAL CLEANING as: of piping and written A. Following assembly and testing and prior to final acceptance, all pipelines installed under this Section shall be flushed with water and all accumulated construction debris and other foreign matter removed. Flushing velocities shall be a minimum of 2.5 feet per second. Cone strainers shall be inserted in the connections to attached equipment and left there until cleaning has been accomplished to the satisfaction of the Engineer. Accumulated debris shall be removed through drains 2 -inch and larger or by dropping spools and valves. ' 3.16 INTERIOR CORROSION PROTECTION FOR DUCTILE IRON PIPE I I Li C ri 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 recommendations. 3.18 DISINFECTION A. Not required on wastewater lines. Section 15001 - 7 I 3.19 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 Section 15001 - 8 I I SECTION 15001 - 2 CEMENT -LINED DUCTILE IRON PIPE AND FITTINGS PART 1 GENERAL ' 1.01 SCOPE A. This Section covers the work necessary to furnish and ' install, complete, the 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 IA. 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. B. Minimum Pressure Class as follows: 18 -inch and smaller 250 psi pressure class ' C. 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 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 A. Flanged, mechanical joint, push -on, or push -on restrained joint as specified in Section 15001, PIPING - GENERAL and as shown on the Drawings. I I 2.03 FITTINGS A. Gray or ductile iron, 250 psi minimum working pressure, cement -lined and seal -coated. Where taps are shown on fittings, tapping bosses shall be provided. Flanged ANSI/AWWA C-110 & ANSI B16.1, faced and drilled 125 -pound ANSI standard. Mechanical Joint ANSI/AWWA C-110 and ANSI/AWWA C-111 or AWWA C-153 Compact Fittings. , Push -on Thrust TR Flex restrained joint fittings as Restraining manufactured by U.S. Pipe, American Flex -Ring, or approved equal. 2.04 FLANGES A. ANSI A21.15/AWWA C-115, threaded, 250 psi working ' pressure, ANSI 125 -pound drilling. 2.05 BOLTS ' A. Nuts, bolts and other hardware for flanged fittings shall be stainless steel. B. For mechanical joint use manufacturer's standard. 2.06 GASKETS ' A. Gaskets for mechanical, push -on, or push -on restrained joints shall be rubber, conforming to ANSI A21.11, AWWA C-111. B. Gaskets for flanged joint shall be 1/8 -inch thick, cloth -inserted rubber conforming to applicable parts of ANSI 816.21 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. 2.07 LUBRICANT A. Lubricant for mechanical joint or push -on joint end piping shall be manufacturer's standard. 2.08 POLYETHYLENE ENCASEMENT A. Polyethylene materials for pipe encasement shall meet the , requirements of ANSI/AWWA C -105/A21.5-88, or latest revision thereof. ' Section 15001-2 - 2 PART 3 EXECUTION ' 3.01 HANDLING PIPE A. Care shall be taken not to damage the cement lining when handling the pipe. ' 3.02 CUTTING PIPE ' A. Cut pipe with milling type cutter, rolling pipe cutter, or abrasive saw cutter. Do not flame cut. 3.03 DRESSING CUT ENDS A. Dress cut ends of pipe in accordance with the type of joint to be made. B. Dress cut ends of mechanical joint pipe to remove sharp edges or projections which may damage the rubber gasket. C. Dress cut ends of push -on joint pipe by beveling, as recommended by the pipe manufacturer. ID. Dress cut ends of pipe for flexible couplings and flanged coupling adapters as recommended by the coupling or adapter manufacturer. ' 3.04 FABRICATION OF FLANGED PIPE AND FITTINGS ' A. Flanged pipe and fittings shall be fabricated in the shop, not in the field, and delivered to the jobsite with flanges in place and properly faced. Threaded flanges shall be individually fitted and machine tightened on the ' threaded pipe by the manufacturer. Flanges shall be faced after fabrication in accordance with ANSI A21.15/AWWA C-115. 3.05 JOINING FLANGED PIPE ' A. Prior to connecting flanged pipe, the faces of the flanges shall be thoroughly cleaned of all oil, grease, and foreign material. The rubber gaskets shall be checked for proper fit and thoroughly cleaned. Care shall be taken to assure proper seating of the flange 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. Section 15001-2 - 3 i 3.06 MECHANICAL AND PUSH ON JOINT A. Join pipe with mechanical or push -on type joints in accordance with the manufacturer's recommendations. Provide all special tools and devices, such as special jacks, chokers, and similar items required for proper installation. Lubricant for the pipe gaskets shall be furnished by the pipe manufacturer, and no substitutes will be permitted under any circumstances. 3.07 RESTRAINED JOINT , A. Install restrained joint pipe and fittings in accordance with the pipe manufacturer's recommendations. Extend joints upon completion of the installation. Utilize restrained joint pipe and fittings at all vertical bend locations. Where thrust blocks are to be eliminated by the use of restrained joint pipe and fittings, provide a schedule of the required pipe lengths to be restrained to counter the thrust for the Engineer's approval. Lengths determined in the Schedule shall take the effect of the required polyethylene encasement into consideration. 3.08 TESTING A. All lines shall be hydrostatically tested. Test procedures shall be as specified in Section 15001, PIPING - GENERAL. 3.09 POLYETHYLENE ENCASEMENT A. Procedures set forth in ANSI/AWWA C -105/A21.5-88, or ' latest revision, shall be followed during construction. Polyethylene encasement will be installed on all buried ductile or cast iron pipe and fittings used on this project. 3.10 PAYMENT A. Payment for the work described in this Section will be included as part of the unit price or lump sum bid amounts stated in the Proposal. Unit prices bid for pipe shall include trenching, polyethylene encasement, pipe base and pipe zone material, backfilling above the pipe zone, topsoil replacement, finish grading, seeding and fertilizing and final clean-up. END OF SECTION Section 15001-2 - 4 ' H I SECTION 15012 MISCELLANEOUS TUBING PART 1 GENERAL ' 1.01 SCOPE IA. This Section covers the work necessary for furnishing and installing the miscellaneous tubing and accessories, complete. 1.02 GENERAL A. Like items of equipment specified herein shall be the end ' products of one manufacturer in order to achieve standardization of maintenance and spare parts. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. PART 2 PRODUCTS ' 2.01 GENERAL ' A. All items shall be complete with all necessary end connections, fittings, and couplings which are required for the proper completion of the work included under this Section. 2.02 COPPER TUBING IA. Copper tubing shall be Standard Type K, ASTM B88, sized as indicated on the Drawings. • PART 3 EXECUTION 3.01 GENERAL IA. All tubing shall be cut, made up, and installed in strict accordance with the manufacturer's written recommendations, as approved and as further specified hereunder. I Section 15012-1 I [I I 3.02 TESTING A. Prior to startup, all miscellaneous hoses, tubing, and accessories shall be inspected for proper connection and satisfactory performance. Each item shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. If there are any special parts of control systems or operators that might be damaged by the pipeline test, they shall be properly protected. The Contractor will be held responsible for any damage caused by the testing. 3.03 PAYMENT ' A. Payment for the work in this Section will be included as part of the applicable unit price or lump sum bid amounts stated in the Proposal. END OF SECTION I I El I I I I I Section 15012 - 2 Li SECTION 15013 MISCELLANEOUS PIPING SPECIALTIES 1 PART 1 GENERAL 1.01 SCOPE IA. This Section covers the work necessary for furnishing and installing the miscellaneous piping specialties, complete. ' 1.02 GENERAL ' A. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization for operation, maintenance, spare parts, and manufacturer's service. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements I. that apply to the work specified herein and are mandatory for this project. 1.03 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING ' CONSTRUCTION, Division 1, GENERAL REQUIREMENTS. In addition, the following specific information shall be provided: ' 1. Shop Drawings: Provide drawings and manufacturer's literature, clearly identified, showing layouts, item specifications, and mounting details. ' PART 2 PRODUCTS 2.01 GENERAL A. All items shall be complete with all necessary end connections, fittings, and couplings required for the proper completion of the work included under this ' Section. Section 15013 - 1 I C 2.02 TAPPING SADDLES A. Tapping saddles shall be designed for use on ductile iron mains, and shall be sized for 3/4 -inch to 2 -inch corporation stops as required. Saddles for large diameter pipe shall be Rockwell Model 366 or approved equal, with ductile iron body and insert and galvanized steel straps. 2.03 CORPORATION STOPS A. Corporation stops shall be 3/4 -inch to 2 -inch in size, as required for the specified tubing, Mueller H-15008 or approved equal, with compression connection. 2.04 TAPPING SLEEVES AND VALVES A. Tapping sleeves shall be Drawings and shall be Muel] Tapping valve shall be Type with the exception that both flange for connections. PART 3 EXECUTION 3.01 GENERAL sized as indicated on the er H615, or approved equal. 115 or 116 in SECTION 15080, sides shall be provided with A. All miscellaneous piping specialties shall be installed in accordance with and in conformance to the applicable requirements of Section 15001, PLANT PIPING - GENERAL. 3.02 TAPPING SADDLES AND CORPORATION STOPS A. Provide and install saddles and stops with matching threads, and outlet fittings for the applicable tubing. Install as recommended by the manufacturers to ensure that excessive tightening does not damage the main. Complete main leakage and pressure testing with all taps, service lines and meter settings in place. 3.03 TAPPING SLEEVE AND VALVES A. Install tapping sleeves and valves in accordance with manufacturer's recommendations. Where a PVC main is tapped, retain the integrity of existing trace wire. Attach new trace wire to existing and solder the connection. Section 15013 -2 1 I i 1 I I I I 1 I I I I H I I LI 1 I ' 3.04 TESTING IA. Prior to plant startup, all MISCELLANEOUS PIPING SPECIALTIES shall be inspected for proper connection and satisfactory performance. Each item shall be tested at the same time that the adjacent pipeline is tested. ' Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. The Contractor will be held responsible for any damage caused by the testing. 3.05 PAYMENT ' A. Payment for the work in this Section will be included as part of the applicable lump sum bid amounts stated in the Proposal. I END OF SECTION Section 15013 - 3 I I I 11 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 .1 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. i H Section 15080-2 I II 2.06 GATE VALVES I I I I I I I I I J A. Type 100: Gate valves 2 -inches and smaller for exposed water service shall be all -bronze with screwed bonnet and 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 116: Gate valves 4 -inches thru 12 -inches for exposed wastewater service shall be iron body, resilient seat, epoxy lined with flanged ends, nonrising stem, 0 - ring seal and handwheel operator conforming to AWWA C- 509. Valves shall be rated for 200 psi and shall be Mueller A-2370-6, or equal 2.07 CHECK VALVES A. Type 807: Check valves 22 inches through 12 inches inclusive shall be flanged end, cast iron body, bronze mounted swing type, with solid bronze hinges, stainless steel hinge shaft, and outside lever and weight. Valve shall be rated 200 -pounds WE, and shall be Mueller A2600- 6-01, 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 Section 15080 -3 I I pipe having centerline elevations between 4 feet 6 inches , and 6 feet 9 inches above the finish floor shall be installed with their operating stems horizontal. If ' adjacent piping prohibits this, the stems and operating handwheel shall be installed above the valve horizontal centerline as close to horizontal as possible. Valves installed in vertical runs of pipe shall have their operating stems orientated to facilitate the most practicable operation, as approved by the Engineer. All buried valves shall be installed with valve boxes in accordance with the details shown on the Drawings. B. Install 2 feet by 2 feet by 4 inches thick concrete pad around the top of all valve boxes. 3.03 ACCESS A. Location of valves shall be as required to provide accessibility for control and maintenance. 3.04 ANCHOR BOLTS ' A. Anchor bolts for floor stands, stem guides, etc. shall be cast -in -place during concrete placement. Threads shall 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. 1, Section 15080-4 C I 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 lump sum bid item. END OF SECTION Section 15080 -5 LJ I I GENERAL ELECTRICAL REQUIREMENTS SECTION 16010 PART 1 - GENERAL 1.01 RELATED DOCUMENTS: I 1.02 C C I I I I A. Comply with the Conditions J UYYlelllellLdly 1. V11U111 U11J, requirements contained herein B. Perform other work related to installation in accordance wi Division or Section contained of the Contract, General and h .. l 1 Li d 11V ally Ut1.11et dpj.J11UGL1C or issued under separate cover. or necessary for the electrical th the applicable Specification herein. C. In Electrical Specification Sections, items under "RELATED WORK" are listed for convenience only and are not guaranteed to be a complete listing of all applicable work. CODES, REGULATIONS, AND STANDARDS: A. Comply with the latest edition of applicable codes including the following: 1. Standard Building Code 2. Life Safety Code (NFPA 101) 3. National Electrical Code NEC (NFPA 70) 4. State Fire Prevention Code B. Comply with applicable Regulations as amended, including the following: 1. State Department of Health Regulations 2. Rules and Regulations for Energy Efficiency Standards for New Building Construction 3. State and Federal Department of Labor Regulations 4. Occupational Safety and Health Act (OSHA) 5. Utility Company Regulations and Requirements 6. Other State and Federal Laws and Regulations 7. Local Ordinances C. Furnish products and perform installation conforming the latest accepted Standards published by the following organizations: 1. Underwriter's Laboratories, Inc. (UL) 2. National Fire Protection Association (NFPA) 3. National Electrical Manufacturer's Association (NEMA) 4. American Society of Testing Materials (ASTM) 5. American National Standards Institute (ANSI) 6. Institute of Electrical and Electronic Engineers (IEEE) 16010-1 IJ 7. Insulated Power Cable Engineer's Association (IPCEA) 8. Certified Ballast Manufacturer (CBM) 9. Electrical Testing Laboratories (ETL) 10. Illuminating Engineer's Society (IES) 11. Insurance Service Office (ISO) 12. Factory Insurance Association (FIA) 13. Factory Mutual (FM) 14. National Sanitation Foundation (NSF) D. In case of discrepancy or conflict between Codes, Regulations, Standards, Drawings and/or Specifications, the requirement yielding the higher(est) quality of work shall govern. ' 1.03 PERMITS AND ADMINISTRATIVE FEES: A. Obtain and maintain all necessary licenses, permits and , inspections and pay all fees including connection fees, taxes and penalties, if any, required by the Administrative ' Authority. Refundable deposits will be paid by the Owner. 1.04 PRE -CONSTRUCTION SUBMITTALS: A. Refer to each Electrical Section for a listing of required ' Submittals under that Section. Refer to Section entitled Shop Drawings, Product Data, and Samples for submittal procedure ' and requirements. B. Submit for approval, Manufacturer's technical data sheets including performance specifications for all equipment, major materials, and other manufactured items. Obtain approval on product manufacturers not specifically named prior to making submittals. ' C. Submit for approval, Contractor's original Shop Drawings of all assemblies of manufactured items including complete wiring diagrams. Indicate all pertinent dimensions on scale drawings necessary for clarity and for coordination of the installation between trades. D. Submit for approval, a schedule of nameplates and test report forms. E. Bind Submittals in durable cover(s) with contents conveniently ' organized and properly indexed. F. Make Submittals on all work contained in Division 16, ' Electrical, at one time except by special permission. 1.05 INTENT: A. It is intended that operating electrical connections necessa] included even though I the Contractor provide a complete and system including all incidental items and �y for proper operation or customarily each and every item may not be indicated. 16010-2 ' B. The Drawings indicate the general layout requirements for equipment, fixtures, conduit, devices, etc. Final layout will be governed by actual field conditions with all measurements verified at the site. C. Conduit and wiring shown on the Drawings are diagramatic unless noted otherwise, and are intended to indicate switching ' and branch circuit arrangements, phase balance, and general wiring connection requirements. ' D. It is intended that the electrical installation be safe, reliable, energy efficient, and easily maintained with adequate provisions for access to equipment. ' E. It is intended that the electrical system operate quietly with noise levels below the criteria recommended for the application by NEMA. Provide corrective action as required to reduce objectional hum or vibration. Acoustically insulate between outlet boxes in common wall serving different rooms. F. The Drawings indicate diagramatically the number and function ' of the conductors required for the conduit routing as shown. The Contractor has the option of changing the routing or combining circuits in one conduit run, providing the ' installation does not interfere with work of other trades, the system functions as intended, the ampacity of the conductors is derated in accordance with the NEC, and none of the loads require a dedicated circuit. Indicate actual conduit routing and conductor arrangement on record drawings Indicate actual conduit routing and conductor arrangement on record drawings. G. Lighting and general purpose 20 ampere branch circuits may share a common neutral, providing each branch circuit is derived from a different phase leg. Isolated ground circuits ' and those served with ground fault circuit breakers must have their own neutral ' H. "Home runs" are indicated on the Drawings with arrows from the branch circuit outlets pointing in the general direction of the panelboards to which they connect, complete with the panelboard and circuit designations. Continue "home runs" to ' the designated panelboards as though the conduit runs were shown in their entirety. PART 2 - PRODUCTS 2.01 PRODUCT REQUIREMENTS: A. Furnish only new standard products of a manufacturer regularly engaged in the production of said products. ' B. Support all products by service organizations with adequate spare parts inventory and personnel located reasonably close to the site. 16010-3 - 1 C. Where multiple units of the same type or class of products are ' required, provide all units of the same manufacturer. 2.02 PRODUCT HANDLING: A. Store products in the original containers and shelter in a suitable environment at an approved location. B. Make products readily accessible for inspections and inventory accounting. 2.03 PRODUCT SUBSTITUTIONS: A. For products specified by generic reference standard, select any product meeting such standard. ' B. For products specified by naming one or more products or. manufacturers, select any named. Submit request for substitution of any product or manufacturer not specifically named and obtain approval prior to bidding. C. Provide all information required to support claim of "equality" of product proposed for substitution. Substitutions will be considered only if equivalent in quality, efficiency, performance, size, weight, reliability, appearance, and ease of maintenance to the specified product or manufacturer. D. Where approved product substitutions alter the design, space requirements, electrical requirements, connections, cooling loads, or etc., include all work necessary to provide a complete installation of quality equal to or better than that which would have been achieved with products of manufacturers as specified. 2.04 PRODUCT APPLICATION: A. Furnish products that are UL listed for their intended use and , environment. For example, use only raintight products suitable for wet locations when installed outdoors or where indicated on the Drawings to be weatherproof (WP). PART 3 - EXECUTION , 3.01 MANUFACTURER'S DIRECTIONS: A. Handle, install, connect, test, and operate -all products, assemblies, and systems in accordance with manufacturer's recommendations. ' B. In case of conflicting requirements between the manufacturer's directions and the contract Documents, obtain instructions before proceeding with the work. 16010-4 , I 3.02 I I 1 3.03 3.04 1 3.05 1 1 INSPECTIONS: A. Arrange with the Administrative Authority for inspections of all work required and obtain approval prior to concealing or proceeding with the work. B. Give adequate notice before concealing any work for inspections by the Owner's representatives. Obtain instructions to proceed before concealing the work. CLEANING: A. Keep the premises clean and free from debris, dirt, and etc. B. Upon completion of the work, clean and polish all fixtures, equipment, and etc. WORKMANSHIP: A. No person shall perform without possessing an Ar License from the Arkansas All electrical work and supervised by a Master or one ratio. electrical work on the contract kansas State Master or Journeyman State Electrical Examiners Board. apprentice electricians shall be Journeyman Electrician on a one to B. Perform all work in accordance with the best practices of the trade and provide a "neat" installation by technicians skilled in their respective trades and properly licensed. C. Accurately install conduit, and other equipment plumb, level, and true to line with runs parallel or perpendicular to building lines. Make bends or offsets uniform. D. Carefully perform ail cutting, drilling, digging, and etc., and patch or refinish the disturbed area to the condition of adjoining or similar surfaces in an approved manner. Do not cut any structural member without specific approval. Do not cut any electrical or mechanical lines that may be concealed. COORDINATION: A. Coordinate the electrical work with the work of related trades to avoid interferences. Determine the exact route of conduit prior to fabrication and the exact location of each outlet and equipment enclosure prior to installation. B. Study the Structural, Mechanical and Electrical Drawings, and Specifications including Shop Drawings and manufacturer's technical data sheets, and compare to actual site conditions and constraints. In case of conflicts or interference, obtain clarification or instructions before performing any work. 1601.0-5 I C. Piping or equipment requiring slope or specific mounting elevations will generally have right of way over conduit and other products whose elevations can be changed. D. Carefully plan the sequence of work as required to minimize disruptions and installation time. 3.06 EQUIPMENT CONNECTIONS: I A. Make all required electrical connections to each item of equipment shown or specified including equipment furnished by ' Owner, and make operational. 3.07 PROTECTION REQUIREMENTS: A. Locate existing utility lines and adequately identify and ' protect during the execution of the work. B. Protect public and private property against damage. ' C. Protect all work including building finishes against damage due to dirt, water, chemicals, frost, heat, handling, theft, and etc. Keep openings in conduit and equipment closed with suitable plugs or caps during installation. D. Provide necessary warning devices, barricades, or coverings , required for safety around exposed "live" parts or high temperature surfaces. 3.08 CHASES AND OPENINGS: A. Provide templates or details for chases and other openings required through floors, walls, ceilings, and etc. to accommodate conduit. B. Provide any necessary cutting or drilling for required 1 openings, and patch and refinish as directed. 3.09 PAINTING: A. Paint all exposed conduit and equipment on outside of building or in equipment rooms for uniform appearance or identification as directed. B. Touch-up scratches in factory finished surfaces with an approved paint to match the surface. 3.10 TESTING AND ADJUSTING: A. Test the completed electrical systems and prove free from short circuits, poor connections, and improper grounding. B. Maintain on the premises a first class voltmeter, ammeter, ' milli -ohmmeter, and meggar insulation tester in proper calibration and provide test measurements as required. 16010-6 I Ii. Meggar all 600 volt rated wiring at 1000 volts minimum before applying power. Prove resistance in excess of 10 megohms. ' 2. Test metal conduit and grounds for continuity and prove resistance less than one ohm to farthest outlet from system ground. 3. Test system ground to earth per the NEC. C. Align, adjust, calibrate, and test all systems to assure safe and proper operation. D. Verify proper taps on motors and transformers for rated 'performance. 3.11 POST CONSTRUCTION SUBMITTALS: ' A. Deliver special tools, and other products necessary for proper operation and maintenance of the electrical systems. ' B. Deliver spare parts as called for under other Electrical Sections contained herein or on the Drawings. IC. Submit Project Record Documents indicating all changes from the Contract Documents made during construction. ' D. Submit Certificates of Final Inspections from the Administrative Authority. ' E. Submit Operation and Maintenance Manuals covering all phases of equipment and systems provided. Include complete spare parts data with current prices and sources of supply. Include copy of manufacturing data sheets and shop drawings required in pre -construction submittals. F. Submit extended warranties in excess of the standard one year ' warranty where required by other Electrical Sections contained herein or on the Drawings. 1 3.12 INSTRUCTIONS TO OWNER: A. Provide competent instruction to Owner's personnel covering operation and maintenance of all electrical systems. Provide specialized instruction by manufacturer's technical representatives when required. ' 3.13 GENERAL WARRANTY: A. Warrant the electrical installation against defects in products arid/or workmanship for a period of one (1) year from the date of substantial completion. ' 16010-7 I B. Provide all labor, replacement parts, services, transportation, and incidental costs necessary for the proper operation of all electrical systems during the warranty period. ' C. Make good any damage to the building or grounds or other equipment resulting from defects in products and/or , workmanship during the warranty period. END OF SECTION 1 I I I I IT I I u I I I I 16010-8 I ' RACEWAYS SECTION 16110 PART 1 - GENERAL 1.01 WORK INCLUDED: ' A. Conduit and fittings B. Seals 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16120 Wires and Cables C. Section 16190 Supporting Devices D. Section 16195 Electrical. Identification E. Section 16450 Grounding 1.03 SUBMITTALS: ' A. Submit Manufacturer's data sheets on each manufactured assembly such as special fittings, modular seals,and etc. ' 1.04 QUALITY ASSURANCE: A. Use only materials that are UL listed for the application and that bear the UL label. PART 2 - PRODUCTS 2.01 CONDUIT AND FITTINGS: A. Rigid Metal Conduit (RMC): 1. Heavy wall steel pipe, hot dipped galvanized inside and out, and with ends factory threaded prior to galvanizing (except at terminations). 2. Use only steel or malleable iron fittings. 3. Use box connectors with "biting" type locknuts. Use insulated bushings where wire is larger than #8 AWG. Provide approved watertight hubs in wet locations. 4. Use threaded couplings or approved unions. 5. Use factory elbows, long sweep where possible. Provide watertight "LB" fittings with gasketed covers where required. B. Liquidtight Flexible Metal Conduit (LFMC) 1. Electroplated steel tubing with extruded PVC jacket equal to "sealtight." 16110-i I 2. Use steel or malleable iron LFMC box connectors with insulated throats and a threaded grounding cone. 2.02 SEALS: A. Where conduit penetrates roof membrane, provide flashing ' assembly or pitch pan as recommended by roofing manufacturer. B. Where conduit penetrates outside walls, make watertight with oakum and sealant or provide modular rubber seal designed for the purpose. C. Use conduit sealing compound equal to "Ductseal" or use approved modular sealing fittings to seal between conductors and conduit where conduit passes from warm to cold spaces, as well as from the outside. PART 3 - EXECUTION , 3.01 CONDUIT APPLICATIONS: A. Use RMC for all conduit runs t B. Use LFMC for the final connection to motors and other adjustable or vibrating equipment. E. Use FMC for the final connection to adjustable or vibrating equipment in dry, unfinished locations and to lighting fixtures and any other equipment in lay -in ceilings. 3.02 INSTALLATION: A. Size raceways for the number, AWG, and type of conductors to be installed therein in accordance with the NEC, but no smaller than 3/4". B. Install conduit in standard 10 foot lengths except where a shorter section is required. Make required field cuts square and ream until all burrs are removed. Field cut threads required for RMC shall be coated with a high zinc dust content galvanizing repair compound with high electrical conductivity. ' END OF SECTION I Li H 16110-2 1 I I [I 7 I LI C L L L L L L I I WIRES AND CABLES SECTION 16120 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Power wiring and connectors, 600 volts or less B. Control and signal wiring and connectors C. Miscellaneous materials 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16110 Raceways C. Section 16190 Supporting Devices D. Section 16195 Electrical Identification E. Section 16450 Grounding 1.03 SUBMITTALS: A. Submit Manufacturer's data sheets for each type of wiring connector proposed for use. PART 2 - PRODUCTS 2.01 POWER WIRING AND CONNECTORS: A. Use single conductor annealed copper with 600 volt code type THHN or dual rated THHN/THWN insulation unless noted otherwise. B. Minimum wire size is #12 AWG. Where developed distance from panelboard to first outlet exceeds 65 feet, increase minimum size to #10 AWG. C. #12 and #10 AWG wire used for lighting, non -vibrating equipment may be solid wiring including wiring connecting to and special grounding systems shall be D. Make splices required in #12 and #10 At' with insulated "Scotchlok" connectors. receptacles, and other conductor. All other motors, transformers, stranded conductor. G solid conductor wire E. Make splices in all wire required to be stranded- with approved crimp -on or bolted pressure connectors with snap -on or bolt -on insulated caps. F. The voltage and temperature ratings of the connector insulator shall be at least equa . to that required of the conductor insulation. G. Furnish wire with color coding conforming to the following: 16120-1 Conductor 250V or Less 480V Systems Phase A Black Brown Phase B Red Orange Phase C Blue Yellow Neutral White Gray Ground Green Green Color coding may be solid or striped -colored insulation. ' Colored plastic tape may be used at terminations on #8 AWG and larger conductors with black insulation. 2.02 CONTROL AND SIGNAL WIRING AND CONNECTORS: A. Use stranded annealed copper conductors with insulation suitable for the purpose. B. For applications, 50 volts and greater, use #14 AWG minimum size conductor with 600 volt insulation and approved for the application. C. For power limited wiring and less than 50 volts, use #18 AWG minimum size conductor except for multi -conductor cable recommended or required by the system manufacturer. D. Make splices required in #14 through #10 AWG wire with ' insulated "Scotchlok" connectors. E. Make slices required in #16 AWG and smaller wire with insulated crimp -on terminals screw connected to numbered terminal strips, or use approved cable connectors. 2.03 MISCELLANEOUS MATERIALS: A. Where required, use wire lubricating compound suitable for the wire insulation and conduit and that does not harden nor become adhesive. Do not use on wiring for isolated power systems. B. Use plastic tape that is flame retardant and cold and weather resistant equal to Scotch #33. PART 3 - EXECUTION 3.01 INSTALLATION: ' A. Thoroughly clean conduit prior to pulling -in wires. Do not install wire until the raceway can be maintained in a dry condition. B. Use non-metallic pulling ropes attached to the conductors by means of woven basket grips or pulling eyes. Pull all conductors for a conduit run in together in such a manner as to avoid damage to the conductors, insulation, or conduit. 16120-2 ' C. Neatly train and nest multiple conductors and cables in boxes and enclosures and hold in place with "tie -wraps." Where conductors terminate in panelboards, arrange conductors to be ' perpendicular or parallel to circuit breaker line-up. D. Make splices and terminations mechanically and electrically secure. Splices shall only be made in a suitable accessible ' junction box. E. Where multiple paralleled conductor make -ups are indicated on ' the Drawings for large feeders, the conductors shall be identical in length, gauge, code type, and etc., and shall be terminated exactly alike. END OF SECTION C I I I I I I 7 I ii 161.20-3 1 I BORES AND ENCLOSURES SECTION 16130 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Junction and pull boxes B. Outlet boxes C. Enclosures 1.02 RELATED WORK: IA. Section 16010 General Electrical Requirements B. Section 16110 Raceways C. Section 16140 Wiring Devices ID. Section 16190 Supporting Devices E. Section 16195 Electrical Identification F. Section 16450 Grounding ' 1,03 SUBMITTALS: A. Submit Manufacturer's data sheets on special enclosures. PART 2 - PRODUCTS ' 2.01 JUNCTION AND PULL BOXES: A. In dry locations, provide boxes of code gauge steel with galvanized or baked enamel finish and with bolted or screw attached covers. B. in damp or wet locations, provide cast metal type FS or FD '• boxes with watertight gasketed covers. 2.02 OUTLET BOXES: IA. In dry locations, provide outlet boxes of code gauge galvanized steel. Install concealed outlet boxes so that work is flush with finished surfaces with no gaps. ' B. In unplastered masonry walls, use 3 1/2" deep solid or sectional type boxes with square corners. ' C. For empty conduit system outlets, provide 4" square boxes with single gang adapter ring :unles.s.noted otherwise. ' D. For surface mounted lighting fixtures and equipment, provide 4" octagonal boxes with rings except where smaller boxes are required for fixtures or equipment. ' E. Provide galvanized extension rings, plaster rings, fixture studs, and etc. as required by conditions. 16130-1 I F. In damp or wet locations, provide cast metal type FS or FD boxes with gasketed covers and watertight flip lids as required by device. 2.03 ENCLOSURES: I A. Provide code gauge steel enclosures with baked enamel finish as manufactured by Hoffman to facilitate the installation of multiple components such as equipment controls, and etc. B. Furnish with hinged door and captive fasteners. PART 3 - EXECUTION 3.01 INSTALLATION: I A. Properly size boxes in accordance with the NEC to accommodate the number and size of conductors and conduits entering the boxes. B. Size enclosures to adequately accommodate the equipment with space for wiring and maintenance. C. Provide junction or pull boxes to facilitate pulling or splicing of conductors so that no one conduit run will exceed the allowable bends of 3600, D. All boxes shall be accessible at all times. Provide approved access panels where required to maintain accessibility. F. Close any unused knockouts or openings in boxes or enclosures ' with suitable caps or covers. END OF SECTION I I LI I C I 16130-2 I WIRING DEVICES SECTION 16140 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Receptacles B. Cover plates 1.02 RELATED WORK: A. B. C. Section 16010 Section 16130 Section 16190 General Electrical Requirements Boxes and Enclosures Supporting Devices D. Section 16195 Electrical Identification 1.03 SUBMITTALS: A. Submit Manufacturer's data sheets on each type of device proposed for use. PART 2 - PRODUCTS: 2.01 RECEPTACLES: A. For general use convenience receptacles, use NEMA 5-20R, back and side wire, equal to Hubbell Specification Grade Series 5352 for duplex. B. For ground fault circuit interrupter NEMA 5-20R, back and side wired pushbuttons. Set trip point at 5 ma device equal to Hubbell specification (GFCI) receptacles, use with test and reset fault current. Furnish Grade Series GF 5352. 2.02 COVER PLATES: A. Furnish gasketed cover plates for wet location. PART 3 - EXECUTION 3.01 INSTALLATION: A. Adjust receptacles to mount flush and plumb. B. Provide cover plates that fit the completely cover wall openings. Properly oversized wall openings. devices securely and fill and patch END OF SECTION 1614.0-1 C L 1 L Li [1 I I I ll DISCONNECT SWITCHES SECTION 16170 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Non -fused disconnect switches 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16190 Supporting Devices C. Section 16195 Electrical Identification D. Section 16450 Grounding 1.03 SUBMITTALS: A. Submit Manufacturer's data sheets on each type of disconnect switch proposed for use. PART 2 - PRODUCTS 2.01 DISCONNECT SWITCHES: A. For applications requiring 30-1200 amperes rating or for any two or three pole application, provide NEMA type "HD" (heavy duty) horsepower rated disconnects with enclosures suitable for the applications, such as NEMA 3R for outdoor installations and NEMA 12 for inside "dry well" areas. 1. Provide interlock to prevent door operating with switch in "ON" position. 2. Furnish with grounding block. • ' 3. Provide for padlocking switch in "OFF" position. 4. Furnish with terminals UL listed for 75°C. wires. I I 1 5. Furnish with factory baked enamel finish. PART 3 - EXECUTION 3.01 INSTALLATION: A. Provide disconnect switch for each fixed appliance or motor load indicated on the Drawings or required by the NEC. Install switch in sight of and within 50 feet maximum of equipment it serves. B. Generally, install 30 ampere or more rated switches with the top 5 feet above floor or grade. 16170-1 C C. Install pump motor disconnect switches at existing motor starter location so that undersiab conduit to respective motor may be utilized. D. Identify switches as specified in Section 16195. END OF SECTION I U L I I L I I I H L 16170-2 L SUPPORTING DEVICES SECTION 16190 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Anchors B. Hangers and supports C. Concrete bases 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16110 Raceways C. Section 16130 Boxes and Enclosures 1.03 SUBMITTALS: A. Submit for approval Contractor's shop drawings indicating shape and dimensions of concrete bases when necessary for clarity and coordination with other trades. PART 2 - PRODUCTS: 2.01 ANCHORS: A. Size anchors for minimum safety recommended load. Use only corrosion B. In new concrete, use malleable iron pouring concrete. C. In existing concrete or solid masonry, expansion shields or Elcen self drill Use power driven fasteners only for specific approval. D. On structural steel, use approved beam 2.02 HANGERS AND SUPPORTS: 16190-1 factor of two times resistant materials. inserts set prior tc use Phillips "Redhead" ing expansion shields. light loads and with clamps or direct weld. r A. For multiple conduit runs, use trapeze hangers consisting of P-1000 "Unistrut" channels with pipe clamps and steel hanger rods where suspended. Anchor "Unistrut" to wall where multiple runs are wall mounted. B. Support individual conduits with malleable iron one -hole conduit clamps, steel two -hole pipe straps, or split ring steel conduit clamps. Wire, perforated iron strap, or steel one -hole clamps will not be acceptable. C. For free standing boxes and enclosures, provide steel angle frame constructed to prevent any strain on conduits entering box. D. Support conduit through floors with steel riser clamps. 2.03 CONCRETE BASES: A. Provide concrete bases for floor mounted equipment indicated on the Drawings and all exterior equipment mounted on grade. Use proper cement/sand mix to achieve strength as specified in Section "Concrete" B. Provide steel reinforcing bars as required and provide proper , ties and support during pouring. C. Provide properly sized anchor bolts held in position with ' templates. Where anchor bolts cannot be held in sufficient alignment, provide adjustable bolts in pipe sleeves. PART 3 - EXECUTION 3.01 INSTALLATION: A. Install anchors in accordance with manufacturer's recommendations but sized to accommodate at least twice the actual load. Oversized holes that may weaken the installation will not be acceptable. B. Support all boxes and equipment enclosures directly by the building structure independently of the conduit. C. Support conduit independently by the building structure at intervals complying with the NEC. Do not support conduit from piping, ductwork, or suspended ceiling hangers. D. Support conduit without sagging to provide drainage of condensation. E. Permanently and securely support conduit, boxes, and enclosures before installing any wiring. 16190-2 ' F. Establish sizes of concrete bases required to accommodate actual equipment furnished.. Generally, make bases extend 3" larger than equipment on all sides. Prior to pouring on existing slab, set steel re -bar dowels in holes drilled in existing slab for proper anchorage of base. Install near each corner and at other intervals not to exceed 24 inches. Trowel finish and rub smooth. Form edges with 3/4" chamfer. END OF SECTION I I I I I I I I I I I I I I 16190-3 HI I I S ELECTRICAL IDENTIFICATION SECTION 16195 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Equipment nameplates B. Circuit directories C. Wire mar',ers ' 1.02 RELATED WORK: I I I I I I I I A. Section 16010 General Electrical Requirements 1.03 SUBMITTALS: A. Submit for approval, Manufacturer's data sheets on each manufactured identifying device. B. Submit for approval, a schedule of nameplates to be affixed to each item. 1.04 QUALITY ASSURANCE: A. Approved manufacturers are Seton and Brady. PART 2 - PRODUCTS 2.01 NAMEPLATES: I 2.02 [I I A. Identify each major component and controller (except light switches) as it is named on the Drawings with engraved nameplates made from laminated plastic sheets equal to Seton Style 2060. 1. Furnish with white letters on black background except for other color coded requirements. 2. Provide appropriate size nameplates with information easily readable. Generally, furnish 3/4" high nameplates with 3/8" letters for major equipment such as switchboards, panelboards, transformers; and 1/2" high nameplates with 1/4" letters for minor equipment such as disconnect switches, contactors, starters, emergency power receptacles and etc. CIRCUIT DIRECTORIES: A. Fill out circuit directory cards for cardholder slots inside panelboard doors. Provide typewritten directory indicating function and location served for each circuit used. 16195-1 C 1.1 B. Identify undesignated spare circuit breakers by writing the word "spare" in soft pencil in the blank for that circuit number. Leave blank the description line for uninstalled circuit breakers (spaces). C. Identify circuits feeding battery backup emergency or exit lighting fixtures. 2.04 WIRE MARKERS: ' A. Provide permanent self adhesive wire markers on each conductor ' in panelboards or other equipment enclosures. B. Indicate the circuit number or terminal number to which the wire is connected. ' PART 3 - EXECUTION 3.01 INSTALLATION: , A. Attach nameplates with approved adhesive on plastic surfaces and factory baked enameled surfaces only. Attach nameplates with proper screws on all other surfaces. B. Install typewritten circuit directories in appropriate card slots. C. Install wire markers so that information is easily visible. END OF SECTION •I C I I I I 16195-2 1 GROUNDING SECTION 1645O ' PART 1 - GENERAL 1.01 WORK INCLUDED: I A. Equipment grounding and bonding B. System grounding C. Transformer secondary grounding 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16110 Raceways C. Section 16120 Wires and Cables ' D. Section 16130 Boxes and Enclosures 1.03 SUBMITTALS: IA. Submit certified test report of grounding electrode resistance. PART 2 - PRODUCTS 2.01 GROUNDING ELECTRODES: A. Provide 5/6 inch x 10 feet "copperweld" ground rods and accessories as required to achieve proper system ground. 2.02 GROUNDING WIRES: A. Provide insulated grounding conductors and jumpers sized in ' accordance with the NEC but no smaller than #12 AWG. Identify with continuous green insulation or with green tape at each termination. PART 3 - EXECUTION 3.01 INSTALLATION: A. Bond the entire metal raceway system including conduit, boxes, enclosures, equipment frames, motor housings, and etc. System to be mechanically and electrically continuous throughout installation. B. Bond grounding conductor to conduit at the entrance and exit from that conduit containing only the grounding conductor. C. Install grounding jumper from connector bushings to equipment ' grounding bars. Bond grounding bars and lugs to housing, except where an isolated ground is indicated. ' 1645.0-1 I1 I D. Install separate grounding conductor in all raceway systems. ' E. Bond the grounding wires to each box and enclosure through ' which they pass, except where an isolated ground is indicated. F Where an isolated grounding (IG) system is indicated, maintain electrical isolation between the grounding conductors and the metal raceway system from the grounding terminals of IG receptacles back to the system grounding point. G. Install grounding electrode in accordance with the NEC. Prior to connecting to system, measure ground resistance under "normal dry weather" conditions. If the electrode to ground resistance is not less than 25 ohms, install additional grounding electrodes as required by the NEC to achieve specified minimum resistance. H. Establish the system ground (grounding bar) at the service 1 entrance. Bond this bar to all of the following: 1. Metal raceway system. I 2. Grounding conductors, including those for isolated grounding systems. ' 3. The service entrance neutral conductor. Keep neutral conductors isolated from ground throughout electrical system except at the system ground. 4. The grounding electrode. 5. Metal water service or sewer pipe. 6. The building steel including steel reinforcing in concrete foundations and steel frames as applicable. I. Ground neutrals derived from dry -type transformers to building steel or domestic cold water pipe in accordance with the NEC, and bond to the metal raceway system. Keep neutral conductors isolated from ground throughout the transformer's secondary distribution system except at the derived source. I END OF SECTION 1 I I 16450-2 ' I I I I I I I I I I I I I I LIGHTING FIXTURES SECTION 16510 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Work under this section includes furnishing and installing lighting fixtures, lamps, and accessories. The term "fixtures" in this section shall pertain to lighting fixtures. 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16190 Supporting Devices 1.03 SUBMITTALS: A. Submit manufacturer's data sheets complete with dimensions, mounting accessories, and photometric data for each type of fixture and lamp combination proposed for use. Include total connected fixture watts and power factor. PART 2 - PRODUCTS 2.01 FLUORESCENT FIXTURES: A. Fixture housings shall be constructed in a manner to prevent sagging or warping. Housing, trim, and lens frame shall be true, straight, and parallel as designed. Interior light reflective finishes shall be white baked enamel with a minimum reflectance of 85%. Hinged doors on ceiling mounted fixtures shall operate smoothly without binding, and latches shall function easily without the use of tools. All fixtures shall be sealed or gasketed to prevent light leaks. Lenses shall be formed from 100% virgin acrylic with prismatic pattern unless noted otherwise. Lenses and louvers shall exactly fit the frame, and shall exhibit no signs of warping or sagging. B. Ballasts shall be certified by ETL and carry the CBM label, and shall be high power factor with UL listing. Provide high efficiency low interference electronic ballasts unless shown otherwise. Ballasts shall operate reliably in ambient temperatures from 50-100°F and shall contain automatic reset thermal protection. Ballasts located in unheated spaces or outside shall operate reliably down to 0°F. Power factor shall be no less than 90%. 16510-1 I I C. Lamps shall be Sylvania, G.E., or Westinghouse. Fluorescent lamps shall be high efficiency,TS, rapid start, unless noted otherwise. All lamps shall meet efficiency standards set forth in the National Energy Policy Act of 1992. D. Wiring within the fixture shall have insulation suitable for the voltage, current, and temperature to which the conductors will be subjected. Lamp sockets shall conform to the applicable requirements of UL 542. E. Fixtures shall be furnished with hangers, stems, or spacers as required or as noted on the Drawings. All fixtures installed in damp or wet locations shall be approved and listed as such. 2.02 H.I.D. FIXTURES: , A. Fixture construction, including wiring, shall be in accordance with UL Standards and the NEC. All outdoor fixtures shall be listed as suitable for wet locations and shall include all mounting accessories, poles, anchor bolts, brackets, and concrete bases for pole mounted fixtures where indicated or required. ' B. Ballasts shall be CWA type capable of reliable starting down to -20°F and shall have a power factor of 0.9 or greater. 1 PART 3 - EXECUTION 3.01 INSTALLATION: A. The Contractor shall study the conditions and shall furnish fixtures compatible with the type of mounting required including all required mounting accessories. The Contractor shall relocate any fixture which, after installation, is found to interfere with other equipment or is otherwise located to conflict with proper performance as intended. 3.02 CLEANING AND ADJUSTING: A. Upon completion of the work, thoroughly clean and polish all fixtures inside and out, and clean all lamps. END OF SECTION I I I 16510-2 1 I I I C I P I I I I I I [] I PUMP CONTROL SYSTEMS WITH VFD SECTION 16695 PART 1 - GENERAL 1.01 WORK INCLUDED: A. This section covers the specification of an AC Variable Frequency Drive (VFD) system to control the wetwell level at a Pump Station Facility in Fayetteville, Arkansas. The intent of this section is to specify a complete pump control system as follows: 1. The manufacturer of the level control system shall also supply the VFD's. 2. The manufacturer of the system shall take a single source, unit responsibility for every component contained within the manufacturer's pump control system. 3. All programming of the system must be done by the manufacturer of the system. 4. The manufacturer of the system shall take responsibility for the proper operation/sequencing of the pump control system. B. The pump control system shall be capable of operating (1) 30 HP, 40 full load amp (FLA) pump in a variable speed mode, (1) 75 HP, 96 FLA pump in a variable speed mode and (2) 75 HP 96 FLA pumps in a constant speed mode, in order to convey sewage to the next Pump Station without causing sewage over -flow wherever possible, regardless of system demands. System shall be suitable for service entrance and shall contain a 400 amp main circuit breaker and voltmeter and ammeter with selection switches to monitor system load. Three Phase Short Circuit Protection shall be supplied for each pump. The available input power is 460 VAC, 3 phase, 4 wire, 60 HZ configuration. 1.02 RELATED WORK: A. Section 11020-1 Detailed Pump Specification B. Section 16010 General Electrical Requirements 16695 - 1 I 1.03 SUBMITTALS: ' A. Submit manufacturer's data sheets on all components and sub assemblies. All drawings are to be of "computer generated" class. Approval for fabrication and installation will be made only after submittal and. review of all shop Contract Documents. The information required for approval shall include the following as a minimum: 1. 3 -line electrical diagram, generated, of the power 1 and control system. 2. Complete electrical schematics detailing every wire and connection within the system as well as all field connections. 3. Bill of material and product data sheets on all high voltage components (>120 VAC), drives, switches and other critical/important components. 4. Detailed drawings of the enclosure (size, construction, entry/exit, mounting). 5. Exploded detail of every face plate, light, switch or meter mounted on or within the exterior of the enclosure. ' B. The supplier of the variable speed control system shall supply a complete hydraulic analysis of the system in order to verify that the system should operate without damage due to pump operation too far to the left of the curve during low speed operation, or too far right of the curve during high speed operation, resulting in , hydraulic overload. 1. Graph which shows the system input horsepower, taking into account the efficiencies of the pump, VFD, and the motor, plotted against all flows on a continuous basis from projected minimum to maximum flows. 2. Graphs which plot the system curve against the pump curves at 100% speed, 90%, 80%, etc., in 10% increments, until the pump speed does not generate enough head to overcome the system static lift. These curves must also show curves of constant hydraulic horsepower to verify non -overloading in addition to pump ISO -efficiency curves. 3. Tabulated data shall be provided starting at the ' pump(s) speed required to overcome the system 16695 - 2 ' C I I P H L_1 I I 1, C I 11 I I I I I static, in 2% speed increments. 4. Wet -well model detailing the following: a) Level excursions plotted against the diurnal inflow profile on a 24 hour basis. b) Summary of the projected run-time for the pumps under both constant speed and variable speed operation. c) Projected yearly energy consumption under both constant speed and variable speed operation. This hydraulic analysis shall be provided to the Consulting Engineers along with the initial submittal drawings. This analysis should again be done once the final pumps, motors, variable speed controls, piping, etc. has been selected by the Engineers to verify proper system hydraulic performance under "As -Built" conditions. C. With the shop drawings, the manufacturer of the variable speed pump control equipment shall submit to the Engineer a detailed harmonic voltage distortion analysis which shall include at least the following. 1. Calculation of percent voltage distortion, with respect to the fundamental voltage, on the line side bus. 2. Comparison of calculations with IEEE -519 Standards for acceptable voltage distortions of such systems. D. All documents as per section 1.03A of this specification are to be supplied and marked in colored ink as depicting "As -Built" conditions. These are to include any filed modifications made by the authorized start-up personnel during installation, start-up, or testing. Provide copy of final QC report. E. The control system manufacturer shall supply a complete and detailed operation and maintenance manual specifically prepared for this system. A "typical" general O & M type manual will not be accepted. The O & M manual shall include the following information as a minimum requirement. System operating instructions with details on the appropriate meaning and action to take under each alarm condition. 16695 - 3 I I 2. Maintenance instructions including schedules of ' routine maintenance. 3. Recommended spare parts list. 1.04 QUALITY ASSURANCE: A. The system shall be as manufactured by EG Controls, Jacksonville, Florida, or approved equal. B. The manufacturer of the control system shall be certified by Underwriters Laboratories (UL) as being a UL 508 listed systems panel manufacture certified to install a serialized label for quality control and ' insurance liability consideration. C. The manufacturer of the control system must submit documentation verifying at least 5 years of experience in manufacturing and integrating at least 5 similar systems of a similar size and scope. D. Manufacturer's Quality Control: The complete control ' system, including the actual drives to be installed at the job site, shall be functionally tested at the manufacturer's facility and certified as a complete system to assure proper operation per specification in order to minimize field changes. E. In addition to the one year warranty on the complete , installation, the level indicator and sensor shall carry an additional 4 year warranty. PART 2 - PRODUCTS 2.01 EQUIPMENT DESCRIPTION: , A. MOTOR CONTROL (STARTER, CONTACTORS) 1. All contactors shall be NEMA, HP rated and bear a , U.L. listed label. 2. IEC control will not be accepted due to reduced life expectancy. 3. Minimum short circuit withstand shall be 25,000 symmetrical amps"or as indicated on drawings. 4. Provide mechanical and electrical interlocks whenever two contactors are connected to any electrical component or motor and the possibility exists for equipment damage or personnel injury. 5. Provide a minimum of 2 (1 N.O.-1N.C.) auxiliary 16695 - 4 I ' contacts for each starter or contactor. 6. Overload heaters must be of the bimetallic type and be ambient compensated. B. CIRCUIT BREAKERS: ' 1. Quick make and break operator mechanism. ' 2. Handle position to indicate on,off, or tripped. 3. Padlock Provision for padlock in Off position. 4. Each pump circuit breaker shall be operated with "through the door" rotary operators. 5. All motor three phase short circuit protection shall be rated 25 KAIC minimum. C. CONTROL CIRCUIT TRANSFORMERS: i1. Control voltage not to exceed 120V nominal 2. Control power transformers (CPT) to be mounted inside of the enclosure ' 3. Overcurrent protection to be supplied on both the line and load sides. Line protection for all step- down transformers shall use properly sixed thermal magnetic circuit breakers only, no fuses will be acceptable 4. Transformers to be sized for a minimum of 25% ' extra capacity under full load conditions, Minimum size shall be 10 KVA, 120/240 volt, 1 phase, 3 wire 5. The neutral shall be grounded for operator safety. 6. Provide an isolation transformer to separate the PLC, CPU and rack power from the 120 VAC general control power. Minimum size shall be 280 VA D. PANELBOARD: • 1. Copper bussing with bolt -on circuit breakers. 2. Molded case circuit breakers of quick -make, quick- • break thermal magnetic type. 3. Furnish with 50 amp, 2 pole main circuit breaker, (10) 20 amp, 2 pole branch breaker for existing 1 16695 - 5 I E. wall heater, breakers for power. and 910) 20 amp, 1 pole branch , control system and building general 4. Rate panelboard in accordance with UL 67 for 10,000 amps short circuit rating. SURGE PROTECTION: 1. Line -to -line and line -to -ground protection which exceeds the requirements of ANSI/IEEE standard C62.1-1984 section 8.6.1. and 8.7.3 by a factor of at least 300%. 2. Voltage clamping time shall be less than 5 nanoseconds with a maximum surge current of 30,000A RMS at a clamping voltage 552 VAC. 3. Clamping voltage levels shall be specifically sized for the applied system voltage as well as the winding and grounding configuration of the supply transformer to be assured of minimizing system voltage excursion. 4. one arrestor complete with circuit breaker disconnect is to be supplied. 1 I I I I u I F. PHASE MONITOR: 1. A phase monitor with fuse protection shall be , supplied. 2. The phase monitor shall protect against the following conditions at a minimum: overvoltage, undervoltage, phase reversal, phase imbalance and loss of phase. 3. The phase monitor shall have an integral fault , light as well as (1) form -C isolated contact for alarm indication. G. PROGRAMMABLE LOGIC CONTROLLER: 1. The system controller shall be a mass produced, ' general purpose programmable logic controller (PLC). System shall allow for job -site alterations for sequencing or interfacing purposes. 2. 15% spare input and output points on the PLC shall be provided for usage directed by the Engineer if required during start-up. These points are to be pre -wired to a plug-in terminal strip. A minimum 16695 - 6 ' fl I Li I I I.] I HI I' [.I H. of 3 interposing relays and 2 time delay relays are to be pre -wired and mounted for interfacing purposes. System shall interface with existing remote transmitter unit at the facility. 3. The programmable controller shall meet or exceed the following specifications, a) U.L., E.T. L. or CSA approved b) Supply voltage: 120VAC, 50/60 HZ c) Operating voltage: 85% to 110% of rated voltage d) Operating te_mperature:0-50'C e) Built-in PLC fault contacts f) Diagnostic functions both in the "Run" and "Program" mode g) Capable of processing analog and digital data received from the direct connected Pump Station Director h) PLC emmory shall be of the non-volatile type: battery backed RAM or EEPROM so field modifications to the program can be easily made and a loss of system power will not affect the memory of the PLC i) All terminal strips on the PLC must be plug- in type for quick removal/insertion due to component failure. 4. Provide alarm light and dry form C alarm contact to indicate a malfunction in the PLC. 5. PLC CPU and rack power shall be isolated from the 120 VAC general control power. LIQUID LEVEL SENSORS: Ii. Minimum accuracy shall be +/- 1/2% of full scale. 2. Zero dead band area for fast and reliable I I I I response. 3. The liquid level sensor shall be a well type manometer with mercury media that breaks a series of electrical contacts as the level rises and fails in the viewing column. The unit shall be complete with 40 adjustable control outputs and system test capability. Bubbler tube purge capability without disconnecting any tubing or fitting. The unit shall be manufactured by EG Controls. a) Full scale indication (10 feet of water) and "pegging" of the meter due to tmeter 16695 - 7 I J 1 signal input of over 10 times full scale shall not damage or throw the meter out of calibration such that the indicating and repeat accuracy's remain as specified herein. Calibration must be maintained during the warranty period at no additional cost to the Owner. b) Repeat accuracy shall be 100% (no drift allowed). Level sensors which required calibration after the initial set-up are acceptable, however the supplier of such equipment shall be required to perform the on -site sensor calibration, for the life of the sensor, whenever required by the Municipality. 4. Bubbler air supply shall be supplied by two compressor. A bubbler air monitor system will be supplied and will provide selectable alternation (none/even/uneven), self test for flow switch, diagnostic LED pilot lights, alarm contact closures for lead and both air compressors fail, and transfer to the lag air compressor upon failure of the lead air compressor. ENCLOSURE: 1. All components including VFD's, starter, contactor, transformer, panelboard, lightning/surge arrestor, phase monitor, motor short circuit protection, PLC, relays, timers, air compressors, English Message Display Unit and annunciators shall be mounted in one enclosure. All annunciator and control devices will be mounted on the inner enclosure doors, which completely isolate the operator from all voltage exceeding 120 VAC. ' 2. The maximum size of the enclosure shall be 90" H x 72" W x 20" D 3. The enclosure shall be NEMA 4 constructed of cold rolled painted steel and suitable for outdoor mounting. Minimum thickness shall be 14 gage. Paint shall be gray inside and out. POSITIVE AIR PRESSURE COOLING SYSTEM: o ' 1. VFD cooling shall be accomplished with a dual blower air purge system; due to the possibility of the ambient temperature of the air immediately adjacent to the enclosure exceeding 40°C. 16695 - 8 Li I K I I I I I [I I I [1 I [1 I I [1 I 2. The air which is used to cool the Power Control Panel must be conditioned by a washable filter. Blower shall alternate both automatically on a time basis or upon failure or manually. VARIABLE FREQUENCY DRIVE The manufacturer of the level control system shall also supply the VFD's and take single source, unit responsibility for every component contained within the manufacturer's pump control system. VFD Construction a) The VFD shall be rated 460v, 75 HP, 108A at a min. b) The VFD shall provide digitally -based speed adjustment of three-phase motors. The adjustable frequency and voltage output shall provide constant volts per hertz excitation for the motor up to 60 hertz. c) The VFD shall have a 110% current rating for one minute. d) The VFD shall be capable of converting incoming three phase, 460V (+10% to -10%) and 60 hertz (+hertz) power to a fixed potential dc bus level. The dc voltage shall be inverted by a pulse width modulated (PWM) inverter to an adjustable frequency output. The controller shall maintain displacement power factor at .95 or greater at any speed or load. The VFD shall have a minimum efficiency of 96% at rated load. e) The VFD converter shall use a diode bridge for conversion of ac to dc. The inverter section shall use transistors as switching devices. Silicon controller rectifiers (SCRs), current source inverter, and paralleling of devices are unacceptable power devices must be sized accordingly. f) The VFD shall operate in an ambient temperature of 0°C to 40°C, for elevation up to 3,300 feet above sea level and humidity of 0 to 95%, noncondensing, noncorrosive. g) The following standard basic control features shall be provided: 1) Start, Stop, Reset and speed control potentiometer. 2) Linear independent timed acceleration and deceleration adjustment. 3) Output frequency range factory set for 4-60 hertz. 4) Frequency stability of 0.5% for 24 hours 16695 - 9 I h) i) with voltage regulation of +2% of maximum rated output voltage. 5) Digital Operator Keypad for indication of run mode, inverter enabled, low logic power, power on, and protective trip off due to overcurrent, overvoltage, overfrequency, undervoltage, overtemperature and phase loss. 6) Motor slip dependent speed regulation. 7) Five cycle logic power carry-over during utility loss. 8) Fixed extended dwell time at start to maximize motor starting torque. The following protective features shall be provided for the VFD: 1) AC input line current limiting fuses for fault current protection of ac to dc converter section. 2) Electronic overcurrent trip for instantaneous overload protection 3) AC input line undervoltage and phase loss protection . 4) Overfrequency protection 5) Overtemperature protection 6) Overvoltage protection. 7) Low logic supply protection 8) Electrical isolation between the power and logic circuits, as well as between the 115 Volt ac control power and the static digital sequencing. 9) Ability to withstand output terminal line -to -line short circuit without component failure. 10) For any protective controller trip an internal fault relay contact shall close for remote failure. 11) Input Isolation Transformers rated for continuous duty. Line Reactors are not acceptable. The following standard independent , adjustments shall be provided on the Digital Operator Keypad. (1) Minimum speed (2) Maximum speed (3) Acceleration Time (4) Deceleration Time (5) Low Frequency boost (6) Volts per hertz (7) Stability (8) Adjustable current limit ' 16695 - 10 , 2.01 CONTROL SYSTEM OPERATION IJ I I I I [I I I A. SCOPE 1. Automatic sequence control based on wet well level shall be accomplished via a purged air level control system . The pressure variations in the bubbler tube, which are directly proportioned to the wet well liquid level, shall be sensed by the sensor as specified in section 2.01.H of the specification. The digital output from the wet well level sensor shall be fed into the system controller for pump and alarm control. A transducer shall convert the back pressure produced by the submergence of the bubbler tube to an analog signal. The transducer shall then provide a scaled ramp signal to vary the speed of the variable frequency drive controller. Automatic and manual alternation, speed setting, start/stop level and alarm log shall be accomplished through the password protected two line eighty character English Message Display Unit. Each pump shall be provided with the following inner door mounted controls: (Group together on laser -screened laminated mylar control plate) a) Hand -Off -Automatic switch b) Run light (clear) c) Pump Run Time Meter d) Pump Fail light (red) 3. Other inner door mounted controls shall include the following :(Group together on laser -screened laminated mylar control plate) a) 2 line, 80 character, programmable ' password, math capabilities, direct PLC connection, and 28 membrane push button English Message Display Unit. ' b) Level Alarm light (red) c) Bubbler System Air Failure Alarm light (red) d) Blower System Failure Alarm light (red) ' e) PLC Failure Alarm light (red) f) Power Failure Alarm light (red) g) Acknowledge pushbutton h) Fault Reset pushbutton i) Manual -Automatic speed control switch j) Manual Speed Control Potentiometer k) Digital Operator Keypad (Diagnostics Indicator) I 16695 - 11 I I 4. Provide one form -C dry alarm contact for each of the following conditions to be by the telemetry unit. a) High Level Alarm b) Low Level Alarm c) Pump Failure Alarm d) PLC Failure Alarm e) FD Failure Alarm B. FUNCTIONAL REQUIREMENTS , 1. On increasing wet well level, the 30hp pump shall be started at minimum speed. Further increase in wet well level will cause the pump to ramp up to maximum speed. If the wet will level continues to increase after the lead pump has reached maximum speed, the 30hp pump ' shall be stopped, and the 75hp variable speed pump will start at the second minimum speed, then ramped to full speed as the level reaches the max speed level. Further increase in wet well level will cause another 75hp constant speed pump to start. Further increase in wet well level will cause another 75hp constant speed pump to start. Further increase in wet well level shall cause a high level alarm condition. N 2. On decreasing wet well level, the pumps will be retired in reverse order of their staring. Further decrease in the wet well level will cause a low level alarm condition. As the level in the wet well begins to rise, the pumping sequence described in 1) above will be repeated. 3. Pump alternation shall be utilized only on the two ' constant speed 75hp pumps. 4. The 30 hp VFD pump will each have a bypass switch and ' starter so that each pump can be operated independent of the VFD. 5. All four pumps shall be capable of manual operation. This mode of operation shall not be dependent upon the PLC or level controller. EQUIPMENT IDENTIFICATION 1. Identify all electrical equipment in accordance with these specification 2. All identification labels, both within the enclosure and external, shall be laser -screened laminated mylar. ' 16695 - 12 ' I J I I I I I I I I I I I I 3. Provide screw -in type engrave nameplates or laser screened laminated mylar to identify all individually mounted push buttons,, rocker switches, lights, meters, disconnect switches, circuit breakers, motor starters, transformers, relays, fuses, phase monitors, surge arrestors, and any other equipment for which identification is required for eventual service or replacement. This includes the appropriate equipment within the cabinet. Embossed tape is not acceptable. PART 3 - EXECUTION 3.01 FIELD INSTALLATION AND START-UP A. Install system in accordance with the contract documents and manufacturer's instruction . B. The Contractor shall include in his bid the services of a factory trained representative for whatever period of time is required to inspect, start-up, test the control system and instruct plant personnel in the proper maintenance and operation of such equipment. C. Prior to final approval, the manufacturer shall submit a letter certifying that the installation has been tested and functions as per the plans and specifications END OF SECTION 16695 - 13 11 v a 3 e e 5 7 xf eyC 5 Iss8 8 9� y .C M 9 " G U Cei e y J a d S9 S O E J 3 m aA. ' $ ad 3 °e y 42 d �% t y ea d E m d G $ e G y Y = o a ie ��d .°. W �r=~ w a NmH Fpm B -gs ,°9 9 3 9 S 0 o. go p" m Z I papy u"°ac a C ❑aaae CLL (,' O L owgi Y 0.0.O6 G{i Os U Y Y Y Y.. d i YT`er ^CC Yd �T,� o m;^� E�s ° m mu_ S S E"8 �° rL ° E y�� Y Y J ya C J 02 O m0CoxccfJ a�_ Y S '� �. °p Y tt pm 'gy m Y w 8 0�G 0 ° N Nx�°N �C 0 O O gO�'gg (I` a p�50. 'cie t 6 r3&m ci 33;c�a" ee 0gg0�oo@°p°we°yga°�es g omoaYO'OOpadsa°OCOp1$ofi ? s@N 3 Em$5 mmW mm e`m''m0000o�Em oomo9tl' GG po�OP Cd�GF G mmmSm 8�s3 t• t•. Gm o�oo tN N N N N N N N N a J p n p, W W W W W W W W a a W W M1 PI •I M 4 4 Ma Me WM Na ya MW M G d t S G JS m m ; m m o a 9 CMd W Ij <L JM a J J C 3 O Y �. y 4q g° N S� m y W . O o a t E s mgv p o I ° D o 34 ^ °' 2 ! a°°2 d 3 ee� cc q NY Omtl JO N o 'Q m .°, t ° &^ 0.0. re y� pO mO y�mbyy '�pws yO ��u 1} �J P • ° O^j�! o N oC11 JY.a —y, ai a C.+• xgo $ JS' ai g �"5 iy. o aSs cc <'0T38°0�xm3.NW. O.7.Nm. ��.W. � gl N a C� t O.2 <c 07R_dM N NN tlam l�mm nl�N .4N Otq .-, rl W O. -IN 8 .iN i1 = 0.4NYW.� go 0 ooao oo�000 ...... Non +� + ., i� nnnS� a $ooSj t ntlnonn aim mmmm ai mmm ¢i ai ai ai ai ilm nYai aio ai ai aio ai ai ai0 s mmm yaim N N N N N N N N N N N N N e.c. N N LVI Cl N N N N N N .0 N N N tin am mama a W W W mom am a a a a 000 m o m 7 moo ma m a .C 'Sa o0 `ayS a a� e f C. g� `n S thu deg • cat dC e x�cwadm m3gY o-NN.4np - o 0000011..OOOY. ., a h N N N N p n e n N W W W W W W W W Zti -• -o d m m J V 9 c V 0 0 pe y a •- C' Y =2 i v .Y..0 ,QV ' V m9 O..Y'Y' 'c 0o v«d� o Qu. t v.. pv Y V I Z a dmd �00m 1 o a 0y ° d m d L t p^y� pmY-5 Q m m G O V d C �J 9.+d9t 4 'a • 5 S = C 5 5 m 3 o J �qq0 a s s t ^� ^ y'ra 9 g e a 5 5 ° G `— E o e E L v ° 0`5 ma v g= _E a cdot o e ayL g . g _ ° o fl ri' Gm a n e :c. 7 q Y y °°mydo .!° d o 8 gg •.ggvou 3 vv a�5 mm ° `. I ouE«J5� ❑❑ d G5 G 9 �_ li p Y m 0 I 09 a ��� 0 1 g o E. C y0 C C p m t gCdd� Ho o e mwo I Od-a5a o OYxaa3�� O>dm3� x �J I N Nwi o^N N^Yn o i o^Nnen'C 0�4q.�° n n n.�n °fin nti a Op000 nn n g oo 0000 nnnn_nT N NN Nd NN y N tbMtO NHJ Ip 40 C1 N 10 dN it a m .`4 ai ai m it m aiL ai ai ai n m b ai y m ai ar .0 a .; a N N N N cit. N N NNN N N N NNNNNN N N N N N W W W m am W W W W a W W W W W W W W W mama a Y .4 L ° ° G G i C .. ,. 00 cc ° 5 eo d o ° .. 00 c 4 c 9 d 9y ° m I- a 0 O z o.. 2 0 m U 21 S 6CI 0 pp 1 C - Jm 0 V t!1 W C Y �• 4a J C V d ° 2- % 5 0 ] .°., 0 L .0 t m I. ° o .. • O C u U J CO U r 0 4 q y t d o3 E ti y a m J Y ^m V • r y .4 C .0 0 qm V ^ oe o G`Ja`�sx u4� Eevyc zoo Cm E y n ° 5° y a—eo y m dLd , m°MLa O cLViYJ0oO VQ VOOYS4 y0- 0 `o may g��o3 o d 4 -' mm Jo �Smc�5 o= �`5^�=�.] L°] 0 y d y n �y d U Y ��. J.!! �dy m . Cy �� dII 4 Y 0 y V U / y'. t al d S V i+ yy° q d o/ppt� y p UJ U W_/ W o fk e W t W M VJ N Q UI M F. a M L In °WHOq.S��9�mQE wm� G �ooppWppp��a'°ao°aSa�?° p � a>5 "2° a ddI^�mQy'Mp'� �Q{flYeJ1( K�YOG•$°i�-s �aS J' f1Yam y PSoo�"fv^./�PI �qli ^ .0u w .Gy odm $ m,G7 m 00 Jn5y �_ a AJme ym-5n go RO C 53 A a3ifIflhiIi m l 97"Soro—, Scd as WOW 9.51mAm5 yu WS�6gna°���o� mm tqs _ wm�`��o E' G�mpaC �_ 1pF �p+miss mm 5g mG g$i J"m3: m pmo �y(,1 mr,53c 5� JG bC d' a�., W ?� 5 QI mC� a4 > GA�myy q m J oo J 9m r.y� m>� JoE y5° �meY °. 7v�0� ��N� ¢v nM,MU .W.fith ma m .. u'0 or J 'G Ga KG'Y m°Ja an' aS"�i a3� GmmSZwE.��aGcmm0 S-PKaE4m`�G o y m G m a�aY b 't0 E 2 Ooo i - Wnmo 4�r.Ym 3J u OY m a0A0 0o0 mmmv A v r vJ pl. '°a i;IPIIIL mJmo+�admm D.mtcQOA>mR ef� c$ao yy> >OOB g89��3dd9�58E mwm y p ' 9 �19wG� „�°ay,C,m°ow or°�a� �d$u ma0p Cm .�oo°J mdO m E '9�Km'a99 E000mt 0sa, �6o�5�c� E 3gd ESE IRr0 ��°oa,,m� 4=ompJElX >� '�oxvC8 �5mYmoq$qppYG m m5 m �T`I.m Yd p eKl. 61� m3'°p >, am. d mw 0,041Y GOm mE MG bp,y mSdoya u°3o O� „ ck i� amG r�d.> •2v! 8i G° a Ci mu�w.+O�wd 1.00j�WarGi ,=Wbo 7fl mo�W opq aaipmi�iV�G.C20.S mBm8 i ' 5pK3 »ECom ,V�RO a0 uYomY6�yOW mat���aB.cQ�+p J %' o.caE �+°1 Sn '• w0> X«.VA v 95 wEm O N `O.m. B a p°U,YG ti .�i� a. a�i E'��iQ RA aC. ..°.�..�a mY ° 5 Em m aayOY aa7m a �jo ^y �bu na o t:� D' � Km.�«v5m m n °w� 5 °- ? c�o3og3ap0gi°G8 `�gd°�0m$�3.4 0 $o`o�`"ag0w E wEaxa v Yax3°°�r°m$aE8°o dG Uo �Cw�;G ktla'� wai°�o ad" .51w �fifig.g.q R O m�om�mm850N6 nnail figtd� S no S5 6o�Fi E4 .. R��fiII7�o� ' M M m e B C �3 0� °�° ym°ohm m Y pW r m.�G« •0 5o Op uw ,,,, 0 JU W�rrmti A p 4 q 0 ti m O U as m t co 4 e �h0 da y Vo "Yd m a�� � m>, ���jiii �.�++ um� ° ' do d • V Foxa+�3�p': ••.5 ..m t �"eeeg000mo eU Q mfi7"v+'.G I- .0 .2- Yae m0 U��N V �0 YFtlma°� tl��� d �op9�5 ' P h ea �G�J Uo 7°'�m romw °�`9awm m a •• ^N m«F 0 oa• "E F 7G O$ E °' ��.,ou..«OG.... mw 600 m Y.: am �A � ewm h2cl .2 0 ' p '° O aka; JN O m r,>Wu� ` Uaw qE0 0 0C% omp Omw m 0 o ° o %itri R xy'�Ow wFFo t yo `m ae 3G, i. K I• JuQr' G fl.c "' '7m` G� �"m R"maa ,"gym �w a� am �'�O OmYw'^ ma>, EmmF'�w 6« 0,.Bwm °« 0. � 065 a Q S a n y 2" hmmae^Ru�°.!50;t .G.m,?alt m o m mom A�<moadiCQ R4 m�ow'o C�..o REa n E°Lm mR9a N'tlw V OF uF o "d�A� :31500 doh 3pSp�m wo'uo a 5 a5 �o�m�����-c oar ao m o e7 .. V mF e. .ma76 u.. a00°y mra .T: ".ar. °' ,' d r Gr •i mr �aaa .a{, A VJ m Y..n 1. Gm Vy�{vm J V J r °' 9 r u 0 {yytt �° Xqm yd yJo d I) ^mwG C—dOm O Y5 Ra' `° 6E mJ oF'. 0FC7 Go C'3 a. 7> m o ' y�� m°m ya°.'•�a°soRnw •�ppa F mQ mJ.F—>t Rm,C ox: W m� 0 w E°a 160I;'om m ao AF: wwv0 0 Mr p mtl y rgVQyy ,^ m� a ,CF G o Om �>m, 0�'"'°F .c Cj37 0N r,j� m°oF .. y JU^ammmm—oF �q8 U)`o, <o =m w •.. 0 D ' mg�vu�mc9��m'$om =�d3dai..<uEEk`�'m d5��m`„Gaam.,m�m awV1°tim`mc HN 6Co 0.mim .7. "ta:r9 E m m�Fpa, N0:, Otl0 >`0��^�^a. mE m.'O�tlGR a!N p�CFooawn°m «.mgr.�5FEmo aO O�y 4��-- m �i°m5eoR�m'tl>O g Y. 0 mm m�a,YmJm m0. m a.m_m J5F�5FE��O/jF oL O>y'aa�a m mr.r-IVYI�ai a..'��u-0.°.X mmmmy.�$y'`�' R'Copp RCe7pppY59 '.mW 4r.Epp0 m5 ���.FF p>deam Rm'0 Oa.3 ap .3p^mE�O'aZp„yg 5_4.I omw1 °�wm+�GOd^N'�$a�mpJc?pW ro pie°(r paJOR5 DoE bO uU Yup "'yam' .42 s, ^a�^.ma^��w^6YOd bon N'—OlJ��LV' �a�m^.a.3y mpp9g+ °�N Ym 0d t°•Pm "'00 m�m OOC; �� G� ' ^ 'ap� >�E m�w'ad„�O„ >i �" pO�.. pfZ1F�KTd aO ••k•0 "F��Fmm O'FuJF F�� °7 'a' .�N aq 0 0mo Wam�OUF tiU 3'O 30MYaLaJ A 0. J Ru—...Wu m.0 u66 Uma .. -'WF ..o $ ^$„ P J °°e 5 30 g8aw� H 8 i:w26a y J J r r g? . �' .� •mod m A > l_ QO. A ��m,M 5 N G � m J4�.G Oa A� O JQ OK ?�R} P 8m "g ,'mms80w JA B �F m•p�Rg m Eo � Y' R° eoo K p d g F a a o q 'O cSOC� S J d� Wmm o aJ OddSO d K a P r'• 5�a qR Cg1 w61 .r �,, J4� wdV m a' W OdIOFF d,�G 0eeqq pp�m�'^i���3J nydmB Q nQJ 1 mOJo oa'mJ nB,a° am°oo°mK 1v�.,3 C.WdQm61°Far "°E�>F a m'O �N to� m.FWi'��.Q> aQ m��Odgsmx;�d S,� .ra FNo .a�F O m Y E d .� y�u d J F O F N d 2� t 8goCAW �F a� .°v ^WJa BdLW jA� B o J a b d J J g iy ..�, d J V 9d4p,8d>Q 8Ro dB c6$�°S^g 'i 059 911�0y K � m V 5 k0 GPma id Bg AO"3-Eo�+JA �'W W 0sci'MpCCdGa q V.y d F d•p Ob G w A O • $F. �1 .9 i3i00� ' r V `5�a6 �,�,Fi �e~ �80� yOvE'E83«�v'Bma0FO1 Er� ut aF>'o�°av�d'�«`�aa�Gt�B9��o^7ma 5'dsmu� a8aon�nEOgJ 5RU'Om P >ESBm 888aS SBJ dQ5ouJQBav 'Oo y N aa'93 t4a c. ' '3emms aMimt�To55v� ! ii°9cruaKB° o "(3 3a&�� c� .. m o ml '$ m O OE m E E 'a ate v7 ago- jdY E ZE: > �om a'�q $�o�amGy°4c��`7 oPn Bar "w"g O > '5°a `• >EO$EG V.Fi om 'IIDr° °••ppCt6 AC N$9d pEI: J J ° �' y = v Bm; bpogo9� $,P�8a �`� �AH�°�17� 3x1 85 Jva '°�F0 m>t 9Bs 5 � 1 A° U oa Ed w F w na'"m'O Q vv cE .. yaj s$Pnmo wo m 111; rmv _>�5mo o8J3� d 8 d Q vJ K w8 m 3� Q��Ea�H�p'yp�mv §Gv a"^-i $vaO..,t g"9a�8�F8�m�� ' ~ sd a0��yayt�u1iT�pe 'IF dar�P �_ Nc N v.y �,i •Oi .U..gBmo•GQ�O ` K KgiWs 'N pd O ~os E. n�t�p<sM9Q 519Dafi cD E�r^3118 ' C W daafu 00m ^ qm(y W,r_�, W p MdV'0J W . G . . . r d ' am• WM Lq . W q g' w • W S1FOam8vd aZEYo"N5°dN2° ovp ma^OP $ '�c3 Wo cm EoJ yE y84 w m��E±'„sa o f p a Csv F V� 'Oa yF QmJy7 oopp Jy dv nd 'e 0402 9'O VF VP.O T"^PC ' R°daF mO's.O�s aO F�UJAOyEy R0m'Op yda �daampppy^am'My.c WOG NO 0m W ^W, cAydm0 Nq WA." F a ...PJ YONS C)°'�;9oc� 3'a5o EYga�>�vC ° v ymm�a vi°�^f3 oEEai 8.0 n3•�Gr� NFPN td V m N^%. w Wq Jd•m .� m LP aO V Y m m ^ d°J.QBG�">0,2,WO ' a�8 0 0 5 od 'U°or,vJoo ° 8'IamkQ ma V m�N PF aw mo �./ �'. mm ^y•��}�v°Oe°i K �$5 3 �,c'�^'O pa�°C� C^": awiga mJ.�d cGU, E ^O a6' •`' ,wmd A @w RF BrgKwy w�oF F.a ap v�> m '° g'"Qwmv� WJG�Qf 9 N B wg� ' i FB�KOo ��•••pJ50°O m°y•aJO iiy�"1 Wy y�'Ev°� �E Gem ofm ° m V a W y% 06 W .+m .y m qA 6 T rb.-.�:3 ^Ji�2.C R%`° WWy .O aPa�OQ�y&Q .0 tog Na Wq 8EJ U q�"'y 5Y ='�O"0 no mF[mJ Ot'.uJaaaiFq" �q Q.W. obi �.T.dL..W E�f5 N�,O .i �q �W�w GV°>. ,'•a =V^LJ a°m dQ ayaF"i4yW WFJ ..q G7m Uv W4�'m.• m °m a00 mmEO W P O��.. ma^ JV Q 7.0 s ..P mm 06 " �'p ymm O O °m y°U7ogi OF V Wd) o(Ja W ' aWmEq �'GPa�WFw°G'OS y'"_'...+ WQV3Fo�.. acy �o�.,. .p 0'446�+;0 WCJJmmVCJJ _�a_a.. Co5 aEi�nJCc^Y�yJ ..-Ef}E W �.T.dC U EJDC d 00 y�•Jm .'d.Fa a O� V m:� GW mU Lv F W V.°��Wy. L LmvJm Cmv Mom M� mwam.W.+q> L.°i Oam>9 m.T. ma O0F Q N.Ua N� Q-0 .WiE b.W.i rmn d�mAw Lamwv OO %UQ .i E8D° Cl • Y W Y q' 'O m d• m w q q W L q A W Y W .. Y d • O m' ^ pd Watw wU Ic R�o Q2e5Gd S$�O 2'a EE SjE°S EaB n��4 y�DO ma° Ew J�xy q^b Ecw-s; Ss pWJm m aE EDDao Evd 8Ev� °t m� mmb L00 m t 0_ LQ�" m Jm E a.q c1 �J aD�'4mEJ� O^ JJgc�j WJO W m m W b^ d W tl y ' UY mw mvi mLmD 6m 9iOOy''pd m>c W yy c '^OL�m�y V EY .0 Y 'pF4 y0�op m'W°O sw ma" 0000 .FaD WyU�w�� �>bA'O P •'F 060E Cm"°R 0�0 RJR Td U�00 V1 b mWWb> WW.+J'r M k�V.O m WF mMi 0 m0 V. 'OO F Lmq gL oz o.c vm97y^f.'9�W WL yV5y.C 7..+ WW. ,y W> DU7 D,c N'O 'yO c'Wdoc WDE d ,�CDm ww O m O F W a�"d EmEmE�odm E�oNdGa��Pm umEmoJuuu�a)yoW5u> 5�Qamv SE �Yovcmcd� `((���" y6v�e'G7 W �am�F O°L.Fi agi5JYy CgpGa W y WU1c��a W Ccs ao.tE W HL L r° m�0 yOJ� q LAW VUw tlq LJ CO: -Dw L W O WJW mFy FJ^ D W° NCmWp7pO y TTN tl0m'O?FyL tuO >VaQ>WMaC •L �'Fmd.�>m�yW G'.�'J oV06 (W,U� Nwm.>E C y� cNppL,'° mDd +• h JO O �'y qpp > W 4jYE W a m•''D t6 .... .0 W>' WJ a gDJEm ym m ax^ at m bYam Um W W wJU om 7^DO.C Y a,_, m m m m '^ �r W FL O a SRbc < C.0 ba0 Cb�JJgO mC.W.E00O•F'>' �� dw ti E •° ad�>..D ° UOm GCa3 tlmdU U vd OJ F W 0606011 :� UUOm c U m a m bC,JJ pp m .y V V yJ.7C W 0 oEJq, u^yyuoq cWJ w0 aF9 mD �vJO�mykaxoC ooq^oc�u yWLa �! uv DT y �o'y .i�c �D i �d tl�mJ foyr 0to. oL .c � L}yea O�c W W YC OO>H 3O6i— _$_.. ^ >00 b d UO-,^aF macF� o"c-s'U EJ UWC. F'-i �i tJb 0 o m L E 5 y .,, W L U1 y D .0 .ma o D O p an d {. L H o O L p° -. �y k y OO O^^ (•` -. k GOD ' tb� u E n b m o V m m 0 w m .+ owe c .n 00 W J c .. 0 3 .+ o �-. W m D 5 0.q o. U -� O m W m m ® •r m b W F I H I I I I I I [I C C C L I I H I OC.�LP� 9m ��9Ji amp II.iJ& M �O aM 'qd d.C 00 `r�roA2tldm��y 3L'�qoB� 5�o 35d•c}p� °° d�N�pp m0 y d{°. J OCVv. Ty pdj YO Sa 3~O' V AgyLP P 0y 0�° '�•• pr Mm 4M�0a rkPf0 0 di3 C.L Am ^ b ?ms O�°CO T ^°•C 4944 CMG 'n�9gE�,y AA Pm '� �Jd AE °°ro'�9roi"� Qa dT s�9 �tlm m$ gym Es �43 y .c �bc 0 omA orma m5'°'^d ❑a °5 ad d " °tl $ Jm,,� °°a3° m$d mpb5o�n�e�'� Erod1oP 9d �mo�Egp �o`° F `gA sota . WE5 JC• MPQ O^'C i�'. a.A"d�v+°, �s,. aW.. '� d~�°3'° m dE�-�a.m� {��. .30 m'G Orowa roroo$x VwJaO romAw 1. d.y m m � V d �d!. " J r C ro c �• O J d m n m � ^ O vE.Yw^�yay,,( ^yd°T/WLE ms daA$041 cf�s S3f±d..F'•r dANs tl JAf OS• �d� Oa��Q a`iro °1U +�$ �ro�.ro�.''. ad.,b d .°., ..m .. pc^+'rJ'�i ,.,$e00^ da tl4Lm" __..Ymvw v i1AvroEd �sAV�roa'pdm �.�.. •QO mdmd��''"Vw^�'��^d..��d.7Y a�OC Om Lea5S -°i to vm0 a.A m5 VA.C"yE"4d" .C ••��'''jf Vvb m M Y J }1 Q At m a Qi m E 4 b V $Yo�a5y° RA9� o`oId Q °i>s w9& > roa "°°d�p Ica �N°a��m oi L�ro^a4 '••5�� Jam+ J m ^ ((�� gri ^� �.ad•��gL LA m Da �p� �3dp O. m �+ m .. ODDa CJ f0 d�fd'. wFGu$Ed dy�m$ .°. Ch mFQQ•E 9kis^ o5EpmpV'9Ri A �� Pew fpm '°^�'>bc ea(3�y "o4 .0"q SW n qy A wqG O aEwr'•dl.pd J 'p�w JL k`�h'AOm N5t: ,; m9�0 Gm Ix .„ Rm q.�i Jq w Oid t: v J y 5mari a'r R 514 3 �a�'a rop 1111 VHI a A '$�m�5 saBIQ�jL X0$5 J x `�wbp?v(Qy�d3 d p��Aa �dbdH:9 y�pdc tl��5� mO. c a. 0 .r°yy tivmO p y°° +yi q�p' ^p 6Ev .C.7&F. q Ra�a .°.4 p a a Q�y�" cog"CY�.o$Q OLtl'S�o�d N 1�pyQ� Wroy (J .7 d N .s+ eijjE dz ^� ^..r odd�Bw o a>A'm�^�m ��n�iv gip..,vig7io�G3 7O�vLiiDG6veL8gv� . J . . M . L d M L ro m d • • T d • d Y (•. 4.'O °304 T mAE�� Jm s� �• °O5Eamc Ed t�at°q'ow�" .^°a .Am-g•a ' G O BC y LaN=OV5°�ropao dg] ��p 24)" 0c3:8 ro0 Q 0 ZINO y?h, z d mEym�ac�m AdJA.9'A:ozg0w'.CMa�r" s L5 as m mA ^Ja a c s a ms n� 3L s J aa0^ 5$J em> aA'a Q�'� AGd0, 0 pFdy yad $a AJ v dJ9 '� 6�ag °°°EgLmd8dtDyaxPJ0Atl^yropf adm$ yP E�,tl $tp4 M° m Ma dpxS7�01 L10 �jdJ m� a ro d 4.d C. 4 �gdd4m m v 0 .T� OO $oJ A d� :o aA �dm0 .00 VO — w V ^ VDO W d9q d�Oro ma mY$Mwl�0O4 .0 MI9�y TU U m�O mXMd 04j ma q".a aP°o smxarosa.° o� dm°:okv .0 d �E D.g Am �F °� �Q yyd qg a.�0Lm �p+epp L. AwpY y 0 °p OG "�� .C �y dj8� Dann ^0..0 am�����d J d ;w2• Oti s +'�d A'Ym' m Yi a� " f�, D. .��'CC da0� 8Ow OOsJ E Ym OL atp p�m�� Aa d..�JomO0��ab�v E5 dOmaJ'o m0�-• ap .dd E -d.. 4 W d 'O O ro YC50m a P& dJ 5 m LJ6°g .�C �°CG d .dOm J d pro m.°� U Jp •Y ^Jw m m OOO^d:b, a�aM m ac (.1 a Cym as dJ��EW y dm E ��Ja C. d•U�Ood ,OJ Tp y .. Oaa kt d.J. ppqq° Jd�[oj�.ld�cV -C7 a°`-'O^O5 °00Jd �5sNEv'� 5EvE6wP�nt Oa°V 7c� a40woE.C vdN5 L 000 m mD NV 6 a am wdw pm c � N 9 Ou a0LRC ,dC Y9� C4m�.Y.C �V "m�LpO2 V.C OCyE p' y.dC .J.. V ^E90 ay.P.Ti m@G °'y...d. wdoDy "�,.(C�3 d'$q^065'm Nm 7�N.°.p�aLi T•J..C°ppdU °"� E NmT°? dJ4` 06 D d dm > aJad� a� aJ "•E° mJ m916 .. LJ m O ODd$N �dm ..-i .�c^' J .-. —i.� m7O0 a+ J V pmJm 4roro 7m $ Gp O�m om a GyyEO O dF.6pe'i Y 40J u 0p5 E >rod Md oq y m NU 0C ltd m .co 4DJO VC L$mkTU'^w bVJ°OPmd�P� 'I, J.r m° mNO m OTC OR pyv V T"'O m GC 7m° vW mm a ^ ��++C40m^ OOP.°.,9F 70J C 9w�i97m OJm uv.9 a N`�C m 0 Q«O� a;Py °^mdEa aDi dTdN vc�T m J 7 mJV i>> F Jaa y4iL �' �T4?9 > yy� O44ro.X tl�DA�n,TiO aC U0 m0 m E.C�>0 oiCO E^p90i .m.J CO u„Cr 06 00�P�COO ECM pOmD m�JOcd y ddm C 6" [miL R..ppyy Rp mvw.0 Nwy CJaC0E a .:S � >E�R 4O75P 90i d...m 0D m9y4 .0.0 tw. or0Laad 7m9v0�� V E ODy ❑.miOD°v "' w>>'° 6 v>7vL .E o>> 0 06 a�ad ER v Om �m8gNo WO68 ° .�TF Cm4Cpp.�.OiO °°ad. .0 .N-+° Via N, VSO m7m0 �.�2ammYCii^ 6 .. _?D �•D ""�v aa5 ^9.C. 667O �6t7.JT t005°°e �myd;��e �� �maya,vJy0oaOZ Q_d�d � °a°= pa's n v Em5g p 9� y °6s smmt d .F m7M am 7m o "c 2c2 ,oa_tmL- m-ppyy Vi dCTd 9. mNJCO4 7 4 d^E 0 m^ r di.d0 > 4J 61 m G L 7 S'S•� EN"S' E'� �+�J 72vC d� �CD appp 6C,;, 1°96md .c r. •d.Y "..4� GW m0G 4"aog m .. t v mm U malt daZm6 •.vZ%�S'm°mLR .+ . invm.- J D4m6a Qm0 O JE70 CJR JE 0 I .7 a� TWipi A,,,ggg mQ mop '� P.am mP • .C ma°„ a cwFip Cpi Y.Q 3.C 0 i3 d w �v'.�r+9v „^O, °$ i�°pp pyyyo Wo EgtZ,o y7 a8pi'5oa d AA WAisti n=�i'J `°W'" aF a m V �a0'm m..y KEG°°O dl�q' y,C gG�y�+V W >* c�Wa .m., W A W.,a°W09'�'�a,.°,A h $adg9,°l�a.YoE dFp,p Wm 'gym n OO.�bW P F0 du Lu O j�..., u m".� 00J W W wOmu9mvm A Lm Ofxu>oE �ya u t A E 5Q,. 0 m y^u ^ m.c.d..OO ^aZ � 0 70 cO 0rG 9u VV 0m.`c �•Y.m983 c9 Oco P m. o'd W a� W E C. N < an mdo'�^Y0F Wmo� mm ..'oo ° am•'oJ; `i aw o$do 9 gmc.,rNQ9E EKd� d .�C wVv1..J3 P'�:..+.--, FOd md[','Y Y`Fm •�„~�.moV la< w.d p"Nm u.P.^d VU� — mN°° W W'OQ W "eou^o a0i 0 M. F G YLp i:40 W ou a^° 00 tlEa� W,5� 9c aTQ�..Km o pp -Ea 0 ,g ^aWpy°n 0C hpAZdy ypm mmO..�ee'6! ' uu mqg W mm W>F O 5 W W W O"0%W. °uya OY E W AV zo VO e.pmW >u Mzvc'm� y� S'. CU9 YOu p � N4>V'U 0ym9O c° r? mfA—c�o.�a 5 U Ee aq W .5F.ga«3'x E•. .. x oEto«W PpW^aW9 x (v.,UCC 0.°t m��L•miY KXmO_=� �O m W .'mVlpm m W9 ea J OW d ,qCu J W A,W— a O� _0 Pog o Nm9(i �.0 n • y yG.Pmv F ^6I c2 gwoveiNm5�zm0q$5mLK06v8 Waa•3mm$m m$_fipSFcmVm^��A0.00 N��F mYaa maa�aE P�d,5°,G Podo`atG� �m ,J T t° 0m` � T X> ho d X 06aJ' ONm •'e��.P.+9 v c EFJ, P 5m $Ed�m ode 8mmn[ mEmaCg 4z m! E o=05aa P dasy eo 5m mti t�� m,W e$a pmp. 'ro " �, �°"0 400"'5"' 0 50 o 0 5cam.• a 5WWoE> $o �"cFo�F°amioo EF E30 0d u��~� `flg7w'wma n°P R ' aaJ °TJ�9°W mJ V9w E.mmFm 00 ..dFWp WIZbow va 0a>0v0"a5TF b3c m yc4 _❑p $ m9 F mFL ^ deLa; a«FF+d 'v _ �p9.W,C'Oyami OP^bOw opal E�CaEO '^C"'OP9a500J��0 �tlmA�AL9Cy'oTOp aGO oWatof5p3�o E� m p.F �go°dJ Wm m 5 >a W o 3.aWa,ma°aJ �a C :CaY�a7 Yeo..p WE Ea m $E . 2 p COr,o_ai>W PPJ3 T00 0>�W P �TW Y�F>q of a�'pWm i.om u 6 _•aWp m E5 aF 3W m $ Yox o L .� om5 m Em 0.2 Taco .-e .c W W.me0.0.uppi WG"aW.F�°d-c oW�..°� &�.OciAW Q'��nY.°>yp$my�i a°iW E$F" p°n Fa m$•Fa y400y>O 3JE g"O 0"oc Ow ' 7 uJy�p�dF 1: ^'t L.Yp>T$A �,g§BC.. �.� m W OVJJm �Qm� Wy a.JyY°eOp�rop o an Emx3 c4 A°A 6«aE '3°W$�$'�d w�dcpyo�Wo5xK w E..Eg v9p.Ya"wotal %'n^ami ° ES&O Q5°«W ifoOV EE 'Ta°cnt0Novo fi6$3uo8J Wokoa �m5 aa°oJ�oo ��C� C ' C «gymagaF�a5 LA � J .p`J a "�$�E>oa m ~`(°Tpu:l NYcxE W°��o��cm*N 0 - ."—a aY �aag`EF qua o�A�yoo dafpoaEDE5nt'X>o°a�EoVABaiY€im$5E oWA=^ aae NyuQ dt: W ^.• W���w, Y 1° O1a m m ... m 1. W .d .O Q a W .q a Jm m mT m W 8 V a J 4l a v a 0 aO Jr' Y b t1 v Q W aajl q Y M Y'.p N O Y S C a'�° •m 60> S aNC W ya W W ' a'OmWO �,', m mpg G" O $3 Wzz .mi m S Y a 5GG 0 a�'•maN tiJ—"�•..J� ' Sam NWE 11111 s W �a5�5� �W o o 3cY.�W�W E°44�E ywSJ �a0 d^o .W2'�O� "''oy`�d 06 6�Ed •yy°•OE .�:yL 0)00— m�77w O=rAO�'jpFmI pkmca'o �5 5 �5 TmJ ^�G Ou o.. 00)0 Ra dimC61mL Wpppba�OO W�6u C. OY OV OJF� a V+aM tc. aE.S�u '�.i �, O..• '; �FO 5J a+.gjWWF FH,O� Qaa :am Oa Pr09 �� T�a OW cJw Fm TWN ... L., p59Jc0 ,0 w c c pp m 9 m 33 m FmTN 0 W5om„ ro E o 2 caSy P x � .i Lm�i pCrC 'O TmF: W om I', y W m W5�W .'a E0 C Ny.Op EO �u N•" OHO Y3 ce i1 Ti� �i V W m $ ° F° V 3� m P ' Fa v° w V> W m pc ^� d d J 3 N m d $ m W w �. JOC aA Y W '� FO K .�."9i, mTNJJmmF �9 � TO v uakm U^U W 9^ q Ja�aQ''Omy. W mgJya �WJO C a 9°E CC FF y G J� J o v a p D wuy E p 3 w Op� Q 0 A d^ ° A 9 y m ^ E 3 W� a d 9�+ C 3 C �5+ E 6 W d m W W ,.,udCK �Uwu YJ.�•„a 0O W RG TM'. .n W_ 5 5.c0 •J W U� '-'.F,.n 53 yMiG W oJ9m Wa3 �p�m °may°�W��Edm°9W.°m°a ORm°caG0�a 3 F ❑aAmEPo°�miyH EPd,ccW �mWm .. m.. .+WO :pp dF n9 mom•'.. aasa s•O.. VOJ .. pp...CW aF❑E...m^JmCa �im;i�Fi f..)c Uo39 .. HO•J W W•'mdd�dYFo,mN^,9a Rmm�ON^,mTimma.W.9 H; ON7m5.!9 �NmE."m d T 9mHJ,CF>a WOJ Fd T_.T YW .Ca , OP ,Gm Ei u J O P m m d u a m u u P m 0 .a a O O N -. 5 J L N a 9 m 9 m E U m J J O a W m E O m a J 9 m W • Tj-0Aam..C-CC K W uY�7O aW 60".aU .�S �O a,Dp�ma r^ .m>�F0 GC'E�0 EAm i"' cW.p E n9� 5O mW F—uuu.. WAsc1Ll m.m.a R•_ mJ mm _EU4a a 5 0mr9LOW Fm '�' afi .. R H �r N �N+ m •w �! J F V J J a m W 9mmm0C0cN R 9U5 °�C W9 ,c WL.J Jy E VyCdH mWW WqamTm m U c Y ..C m tl u F m m L m P 0 G .Wi P a c t a 'J U O �j 5 c N E a y a W 9y P F u Fm X00., kOPFYia0mEuV C=N•�iJ Ou N9Em .•_ WL O wvv3m m„' bm„ W d ^c YyY+ Jod^ a� 5m aim m U"T C dp,H Um•°i VP mV0A O�jJS.'_y0 ' mz �y+ H C 9 P W my. W V a L^ 9"a v C W .'c.. _ d m uu mi .. K_ya NC93�° Fnm3 ='°WE 0 .Y>viy—'•W+ U.. WaUa'00 To. w!� ay, .C O,z '�•,ai W .mi W QA � mNO E E OP m y9OC AOH� N °WA tmmam. WQ W�j�jV- V3 c09.'__. WuyNrm.d o Lm9mW Eymy p:'p"O a"�W ij �immcm9F '°d LHC�m0 W qQ G9 W�%C9 U9L/'.q tlyE�Ccvv GNET UcmV WLF W OPm wwbp m9 a L •a O m m L L m 1'ry W a'�•17� 0 fWllJ mIJ N .•SJ J m a O Ham' m O m^.J_. uY Ems"..-+ v n9 g °� a C an d d TO a m W F m f. " E O Oq L c9 H m^ •>J m W Oro N 9 m T C F W O N o c .2o_>>> Nm N d y L L H y c L W W a m J^ J 0'O P w d •+ ro '•° G� 0='z RC^^55d0W0J9 aA'aH,Ca"tcmi—IW..QL`r�i Fn°m090Rflc .e N_7Fc 04 E C C c c c 9 .°.. P :° m O H a L m r m a w. i0 ^ w. p p m L n V N .a C S, m d_ 1. L L m^ q �.' d 9 m r N a..W" ...! a d m U F u .. N N C �' O C E m ° raay'i ` E C .. .W.t .y'ia .V J_ ^. ^ W d c t U N Wa adi ami O v y°. 5 O d "'t U a N a N d .., u L m n E •+ v o 0 a E m v /W. E wai is J W Q'i m P a N ^O t4+ O m ti 0 0 9 9 m .: a wa u. t Cl • $v9 K«S`'Z3uo KC V '5 a.« kmm°a 01'« S�os °5o5m5� 2wa:>5 �sda25°caw« $��GvOG ' n dmv v3CI M's PC 0' t>� 0200 E_Uvo•� °v� EE wOF� $d a—Xvgd� 3'2 dGLE ;a 5c0 dK m d VkJ ] mr °��] i�3e L5 v_s'° .o tb3 d d L a:ms g So -o �:.. o u 4 LYOL S s '0 i+�mmd.ga75C3 owva «WeGp«£ 3cym3>ssxam Not— it W g« Sd0 $ oo�4mTmoaro] 6 uC9 ma�°p]i.'m'y3 0w p.•_ GOadda`i�d 'a —d°0 03 �.rA. ''4<ra o"5C2'�A°OLv2 yL+ °v �i Xo 'S��«a�>av3d�c`T va,.T.o d��v3 �``jcE�2€EmCp Yo'o wG.,d°c SE�°i AwgF^0�va2.T.+•�0d�'p.C �Ei�jp $ �^ ]5ydd d. Elm c c� m du;,d m.Lat"c�ddw °E.5yy�ae^� u.L.om`d32m�$c� c�F`da`ed.,,00 g Fevde—���3�o�m5_v ed= = om0>g�e.—O 3yo °v5'L0e>J.cp cpm°E>�oor$o�m�5a�`v ' OmGG 3x5m Y m+A o,T,3 Nv d$°Ormg.—°i>�� 6eu m7EE yyee Jv d v ff u5�EmdVom�5TYd'v «��«$L�o3od3A.�v O.o53 csuK�c 2: a`as5gBm� o w�==Q' 4'�oo 0v o8'e��3 2 ZEa.ac wvcE`dv ew28�>-�mt�.a°gS 9v^Lw a 3�c°aa 80° Et Ommc vd�a"� fiti°vm -d dv E° 2.d t".a+g"'mE5 `d^= oE5 c EJo E>AO p �oe�25�$—mgo$2w..a$eE>°.n.98o$3593�m�m�' a^mgBvtF°n—gn�dSSO'5o� • E—.�..C>Fi 3Qe2$R03w3 fie•°. °°0^]^�y A..r m Y.p dq �3 omu,F,mao] �akC wty` .'�a•.Y' icy=�ScoBK$=°'�d3>cv$�YS°co Se`a��°ov3aS�p�yVF^E5�°EVaCm���f�Y5�yFELj J vY OI O V`m�.�•���m.-°i Q•"m�51F "�O��N�5r„ML�FJS m�L] 2.]i91iE w7LO au ���0 {{�I� O m m O > O m J J r m C > J Y Y m m a n O O J m J m J F O G m J m J H v E 5 dmSmdL]8 o Eso S 'y g o- y Yus.—d.d° "533ss ,°8s°0fa0�$5fl 9iIIH � 5° O CIDC d, �.$��«o$NQ E5oL�B., mJ_.�o_a.'°•'Eua5.8°d°Sor+ S0W'o vE5Lte mOVm w 2m={l �%wYM2'Oaym rof OZ Q'2 m ^� oc • F3— ��a°i°K-• =61v �mtiX03 ohm YaKi [�.'�°5 Eo 000ao; 'mm<G« E 0ad $o$d5 Fi eo v dm d .: au�cOJ KS m�mom mdmo...— �agEo�a�to Lodz>.gSa .CCctl2aam�Sy'�ugn3 vT€m«md ^y�0°$• c C H tlmd O° d _Y O O m p xm5mdEL 2sGBoc dgF dda mygq ogaA_n ww 0]3 o am�52KE Y Nfi dJyJOJEd.. -n�C]$ OOpJ atlo A s` $m « F!ii n °d2 Q�Qd 3 F S tl 3.. `� p q m 3 m• 2 d J 5 i : e —c SGFcg l x°gym eEn �sAmhE5°mEG ud;w = ° •WOO�aFe �'° Z2vd�j'ti ii as Y� g g O EE� N J^rc 9'0 a'�8E BdE �g5$ a0. wt H777 0 J28 oo38� xxFg dM A .� Jtl2mi3E>c°vd�7g-P� omuo3o4°« m5C "yt n E d E $ .1 $y 0 8$p�aag�gEEm°uxEa�7m 5 0°� tQERyB �g�E— Jvvvkmy wd5vJ8ES�u8J.8 dsda88m O a$spe95°�?�9J$a°i `9'5s«�]�`�&v da ��p5�[i3= 2YuE aua 3%Y y�u��5v3 a9°E Z9.F+aF yE+9 of a �5Edt°VAmraE> �wJcU'S.- Vvw2�du�'d8'�v�3g°S Vcv tyy.id La °—^tl,� O .°.^O P w m d E•m pS .F.. a O g@u9 .v .���$5q��ggo VA S=S{E1 a Ago��'o5 327 'T5ae35�5 h O Y �. r 'i Y S E a CI a H A 'd S O c o C S i4 .. e" s z � $ C mM em . �u Y . J dw TC •p m� o$g,3U°$ Q$q>> 2 •0� 5my gg .A.«o'E= 5 0 o O�Og ^ j2P '5 Y 2 tJd p' v^1i 1e "]p ..oz 0^ F _d 9 tl O > 3 A G C u .A. 0 C .. p ] V] w g m o Z•' W Y S Lna:J dEL wd 13 �2 ° yym U2- 0 d0 n > '{(�� 2pp8d o3 s C.,,;3mE9v d> �� o F3 F=y �o ^'5 xo.Cyvt 5c0 wa«:d 5m d> o my>d P CE .L+ $� � 6p ¢!ia��m2p A) E d3� Oa p qm Ovwoas Cot °�96y� 0Y OwPC0 S. .�. 0 ayYye ��pppp d 6 �F FO 5^tid T+m ° ^e C 3yy" 3d u' m e n d r2J� o qC O.....d9i �'• a'3° c d°�w t2 0Yvg�a�.•y y9a �E.1 3°Am.4 ]`. 5 m �r L3 = cgs ��gsm �25� o o�o0 2"�Oll ea07Y GEy m d 3G 9 ? Owt pppgJ� �a d ky,,pp g3 CF�. a3 Fm:S03 tJF "A•� OOy uu p U OYO 'C o�p Y ge=��0v� t°doa9- SC°.g � oe 500 S`S«xvo �' 5 =mx„5 v 85fi 8 •.S^2F •••• •c 9 O 8 YJ o> a.. •g S5d°o V 800E 'b c>vl $d .9� a 9go�i�q�L.aF2$mA5r Es< CFddCo a° `o w 5vF. '- .a�0 °ya≥Em.C 9qa 2 a"g°3� ue«wv o6 "g`oxt o2t $„� +mEpq+"EQfiJL 9C•Ut oat ydy EOpQ L LS ` O•� CCpplaEm.0 Ci Odu..5 JO h 8°d•m gg1 d °Gmr5� r _°r m a.0 w3S C�.y E0Y •^Lad. E w 'yLw OeBi «dr Y F„ {C oL 4jt Y A Fmo OYTm m O d Utm E ].-0 mG °o ^� 55 y y vQdF[�'i. ��tltl l" F O'd] aa.. m dY 6L �] W Li+.i C.am w$5 0 Ad .. ECpmi d�.l�LOm�— aUNabL . T CEd od q.(.i1 VJy .cr .a Y�OYY y m v mA^_> ]r. Ov^Jmq _...^d. -.d d. JL�^m>Q dT°U> VO—w^FiduR mvym�o]��=EwF+:.t gw�a. 'mE��mgt'.-, m=�oJ =o°E vc'>>>`>v m•`4H,� .a d>.. .. o°.. b 03fi E m a dSn m mq9 .co uvm�au .Lim �`]�{v2mmv.Ls f+v aE3v d NL�gFv 00v my 3Vv a mp CD g F5On g_{.Ev L m3Y uV ym7 Ci V.6 m�'�C Td.J. _T '90 m>0O d qq�. Td 01 2 Y F5m g�L2]m.g� t°p m�A�— 9Cdoam L-20 c O en LN V50 L OL as N N dTQ <gY i- 5 't v�a0 m uL L•Y.SG "'dL0 Cd fl .r� 4-S.J "a°].. •' YdVTm F-° = ,G u u T Y 2 m 3 d a o w d 5 d m W r' o d L 0 a E> o c mm ° N 0 8&. F u -v 2F 8'86Y o LdosyL eBLS32J .cnE V.. 0.4,0 omd8 adL um L°wwE ..�dvt =E a0a E�] am C SWZ00 g�ma Y m9 2000�a Emaa CYm'mm'Y' °mom ama]o $oL2F $oo5c26E" 5Tmu5 5o^gEs 08m«+e�`o� mvcmoE ooa� co 0.0.3E mvd c�c S. mo mR13 d m�G0 DDm a =L c d W C9!Ea E7°0`W�—`.1] -u d mL o'T` V _O p GC di c d= $cot 'v o�rn mvga mmomL�—u2o�mdammax9d Gw—u°i- oa E -'"— an G U u U> a L c T m O E ro.mi Y L L L m] O m m` c o p °Y o L° o .O QYG d u gd o mt d_ °0 wm_: cC m of ddma ud �: m mo d5dPedvmE]p�o9w I.�OF4m d�HzNd30dm yL� GLY��m�mdwudami F.a9d0 Eootm mO mO L�0CL° d3 +00, mY Tv dY' m5 S,c d Ev_oa Email. gC 32dugo m:. `•oEwmEc m u m o a..m oa tt o` L.+ gaOHc<L > r3J23'°�d.?TGE�d�O°r ] dE Y�oEa�> Q E>3D°JmdrE5v roEgF?: 5 y'Bo>d2r�omEryoEL3SG'i':,m.ocE >a,'E� Em=m>damm ^°—v'c�'tcBG u y.F.E d:•Q 5'-20� m V�w Am dL �S mU�V 6en3aye `u UW ua .". ` 0 03muoE d `u v�•.d. u mI r dy+v mroNm9 wad.v wL EG=� OsmYudN—y .iLC �0'°m5 �oC550C»3Y 0��cCma ❑g cow m2c3 dcgY .+c2v]y �q8q C— I3VV 0.RUEC� ccevodc>T_d to �daLdm3a ]o a'm g"E` ommv `o,. d� d�oJLyyU wdmL o 600>K i2q�w Lc 44Oao«`. noc•-ulu CmNS o0oLo04' ° �+ O° [-� m :+ u W m 6O. s1 L O. G m L C m m u E d m Y J .. Y u u m m E a .+ G d m m a. V m o Q a V > G Z m m o r O U n �J w V w G W t m d N ° N • w E O t.W Q N L t LI .Y J r J N Uj a L L W N J W V O y K m a N V a N V 9 p q 9 C O C a ti L V m J ti S`C V Y d I. N > LLyJJ`Y�1 V` 0 0 V U .. w Q J m •" m C O Y p O J V Q O O Y N 0 ' J W N • a 0 u e' r ... Q o L v 0 m 2 a �.\f r.r is f N >. . d a- a O .. - ov -n m . d ? [ o C. o -. d .4 i O P N E V KNJ G C J ] C Y Y C b s E 9 Q Kp O^r OO F S A 0 W •• Y i 7 E> n•Y me u V O C r sr :ao� a n u ¢ Y V O Y .O O+ V O' O 0 A y Q Y L m L C G7 u M •£ CC a -- R •c (X N o A r a m e y "'^ o i m> E We r Y 0 m •r O O W Y O �n L K 0 • I • Y Co <-.j V I SL O V o. 0 V Y m ~ G O •fii T A O 0 a U c •F Y m KHfiC 00 ° 0 o 0 V .•. •. cc N O � CM ee0 .C KCO. i� c O 06 LV�fi cy y 0 ' C Q. d. Y C n Vr ^y C o Jamu Li 4J n oC 0 m d o W W W Q y V G 7 Y v Cl Q0. 0.6 I L 0 4 u C 0 JJJ" a. N f ,••,__ W J • y Y O V pW 0 0 'Y NHFI- O SO <YNw NR p O 2 _ M ti CO t m GdF tl>VJY�>°OY� J�.O�V 05 �r0 00 �p doO5�� �bC Jay OE ° F OY Y d .i m°U•9 .0 I "-. =°o5 8 m tl 0iaia�' �'.y•" 0 a moms Q° 8 °SF 'yo 3 jQj W 0 3 ms��C90E�°' E.I. �m4 d•F•+ •`•=m a �ai mJa mmQss �E.8 U•O $oe5�dEo E' -0-r... n, y g Fom ;m-oivat° oEow. W'= iAn 'am E d m d m t WE d-GDo°mt m-o_.��00 a�>° s u m aF' m° G .D+••�S `"do $ Vo 'ocEG5F�5>`�Ei.Cu oaor�`� h age qm� E m'a:o�mg �g�vo5ddm 7 3S5 oeS°a5v��v�mSB�°e ES mry n�ev F� m°��magdcoyg��.rFod x td Km-dvyo of �pn �•°�E°�°,:�° Y�g og5 �a ES°�'y9vik �ruQ5ga5� ..do��m�c! d '7m� vY��5 �a') Fx eu��Q�y�a E..E V42 M�od�"=EC IOg � Edv oFe LL d sv. a'mo .De Ose osF>Fv 0 da• CI Oq0 5m°i1.y1Ca .-n Pi •i0F•Wea_0 'O-spai•ey�• V udN KV`EdO �W Jd $fJJms {-. dW'Qq LYF...Ir Od �.mCE n �Emdd•,�Ve.,�m'��mugK P iCm�`C $y omJSdmv woo care .�`•o0°`V .e _a u tddDi-`o EF°EFEg�ZF PomC� 3ocm�oo•ema`m5c Eona�`o>q Sa°��m�m C`am FSm �w�'B�°eSJe °`EC?va ESEG`d°mss°c��>��E�EE`ot wgz'm°`3yEKV02dn�Eo. tflL4,C 4J EEgrE5 gp55 O`• D om"^wd 9 d d d m•mw � dd mKa °wGGd�^COFg a5u� FwdFowdr �Fd� 04i0=F KGuEKC Fng�wzovv °C6 mo•' v w° o ., 00F -mum moDFoY° -`o 3ti E E°-` x cmY2Cc c a-��U�wv� $ ��°cmm o_°m o`u.°>Eco alp w�o.,`E v d°ds`i9 a gmY°,pga OL— s�dLC5 °�mUdUd W O W.EGQ"G K 0 Y4yS.Q °�� W u 50D"ZJz.� r0 np °C p.O OLL•[w sEm O'VOJQV mOOY ea+�pm °.O •' V��i 'Yw J 0JdVT.dimE Oy�€ -( 3_O°m mm m °°LOF> C`uoo Cv.0 4.'C00O Qa GE'V'm5 mcaV�' `mr' „ EmV Gdm ^� ryf Fmo VJ,E nm wm°�g`t=�Oomcm� • a° `—'m�mcm E" um.F_+w°wm$vd>y°'o=Jm cM F.Vc. o= Y'oE>dmami� �"�d s`d2�'ov'o""d v>>,�OEm mfr oL T—>JtT aZ Vic, W8o mop d❑ mW d Y9y Dm0 Im VLV°aa.VO JJJH DUVV E>Tm ��. Vm�d d��'5m dd�9�uF"D° Y Qv W wW `o 2i Cud Y04 C �ny J9L GD+OYE °w CLv w�0 JD,O m tg' Oo6>_� O ° U°cmi ydy 0 N 1 DECD wC u.F., .°1.md`Y a`idJr YYdJ •v "m dUm m..as >•Dd CO-ii.YO C>.4J F"2 WJa V'O d V V T5 uoDdnC mv�GC0 n°LQ �S p izv m5 mD.OiO m m F°FJ.d+>40mOm < L1 V °� WF Q }}o .00>ucLYommuW c Y OE -a° o'mm`EtC t.`"-a>,"`_S d—mJt `G wee M unto d., IN�IO. LLNw TL c awe0e9mV W` b� p�G0 CmY VYeu.. u�4�CYyuYOomW E° mO-•m r YmgwFC meg`.au_-C Ca. 4 .Q mEEV ma.D`u°g w E �a a X20 Fyy3 }QQ}(( ❑❑yy u) G mC Cave>•C NDeDeCeDim C=a �O °.n S•$ [°Deo>>VD+nddEYLe•m C mCCm>° �N f.JOd O aOC� u m nECJ oPivom.+> C m m nt1 T..O 9 J'?mm .occ eq N Cl O 0' S oLE a. L V W G6 • q'E aw m a \ Y ^' 0 4 �" Y o CO X _ a p % G" m s vm � -� A 1' u uand o�m Cy H rE W W ux O •• � e n t� f4 dE q f,n = p7 N qo C 0 N d o % p� Oo l p u - 3 $> o V d .dt CL p0p 4 mec a ca. �► t0 x H y G r fi ° L V o L u M X LY• - o m esL 14 a �yox C _ d aa G p X T q X Y e 0 L DO uu 0 « 11w W I X V IV v O4 r 1 IU I 0 0 IA VI w E 0 O rTi O a 10. f 1 0 i N .y IC ;z0 0 Co Cl II Q t — and n p m b Ca. — na O N\ r m N d u a Y •'4 o Du 4 r T p _ 0 " ° - - Y > m 4) 0\ fwJ .c . o O V y ` V ; m x E Y N u x O G G u e7 C w Qi C m H E v .�, '" c m a ago0 ' M •Y1L x = F X C.C Y u CO Y d i y ii J a "i E p. u L i 7 Omm 0 O OQW C- ,.. Y'v.mC to a toyy C u m G m X tl O u K Sn 6 = J E Y9 0 Y ° w N O a Y O N m u N xe L II I 'd^Y a o o a 0 0 Q ° o m u ♦ (w O ° m Y N - O T. O I Li a a p r w° O Y W b m z > w .4 o.. u o � v.. ❑p .c a 0 > c m �•7 9pp m fY -'' •.' — F w m a co — v 5 '° t um J Li •0 I Il./ F 5Cx o m oQ 0 �9 Cl -+ p Y m YEwo H o O x r Y o Y5 F H IL .] sLm 0 W °L .. O R� Y m < om2 (? oL a rya w Y m O o 4 a mdc % ° E o� Cr-• m o ,. aE o y a Y K •, �, Y a• u p L m m x E oN 05 0� _ w.,E _g, _.. ✓ t � m Y b ..� x � h .+ T L m m m n0 O LI W O u u p m m u 4 pp __ W G m S n fi n� 2 E ua u P o E Sa s w u m V p• O c t �' .� % V r tw EO p -r M J r N d Is.O O - U m d o •- E W S. s p a a L > Ii u H V F y W m N O - L C 9 a Lam n C 3 V Y C 0 L C rr�JJl V r 'p cy a a c N Q ° J � O p a m m a m m~ Ca C O D LK N U m Wq d m U a G L E u N o o m a m D d.vL 4, K K V d N 6 d CpL m p p O�m O m m L m p D d y Yo a" K4> S a E i Y d m O n o r a V K a -o r r p IL <N �x D J N f m ... p -- --- - m o a rm am 4 m d Lm I U pN n V y4Q�'L'� OyF Es �OEavEE FG.c °'Uj 4trt"��415u m1idrOrr•. J"a' "Ot au wn °r'^C d m EQ u muY ad tl.� �J tl 5OJG5000�^. E a°. 'C p p i.a Y C q Q u d U Ctl JL O' a Y4 OOq ❑O� Oa aJm> d° O adm Y4a r°°uuG Um �dppC .C m>yytl qU -0 m C ro.—>.. w. Lm 4Gd�du{:C t:u 4xWtlOr�U<Om00a$aO .Cmd�CaaiCa9.C '� �" u tl 11 Fq G E C q K A y C �° OE d m a Y a a Y� r a E^ K� C lY 9 3 d g tl m u d vv a� Y m ° ti m a .CL Eln to 4 d 4u Em DOu—Op w 4�^qtr �tCm�LaLyy d u msF Y d O4 m F"C Ydf"Btl 4 YO m^quC ar n VJ Yl 0 p4dpg0 d�7 m d .'q. K c .ms d5dm�°�o"oE:356oy,E� o�E5J°�oguE`�a�3."4�cm�m ;°�'• - -°_� °u'$'.e "Yma$�a cag-0 �a-q��wa�uyHG�9E ,[.Y o'�oEu Y� U�Sn a ? lb e Expaa,s>dm. and °oso,nmaA+u o�E?.s, Ea o$�o.°.'umy5Ee2cc 0 aa,-'m4�°o0CY F ti s' °>�''' I. u Yqq d d dG CE Ctua.,CasYa Rya E-4"WOAI:Adu Ooi��Y uv pnm d.°. _c eiti� Ip. o°�u L 4 ' d Co J7a=Y 0O c Oa °m ad. d _d.m,F� °iaF daACEO II A �' tl�,y3v3 V)izv E.� sY��LdA°�mGB'4,O �4C OuEaBcl cf'�q�OVVas 6CO as aVuge ;,fie° U+ "a..0c acim°a«s, ec C.s+Y°s�=5..S-m$"Kragw Y°s o.�c�E �oflpqqAA' L B.+usu duo a4iGvuOFmo.°.uu '.CC AD.—°y0L—i ctzt.o bpd �'d duY-Vl°'.V.—>. C. 141 Ym._ quJO�:tlmEu 6urm u .C OC a YYtlj'a 4Ftin } m tl 9 0 mow , C W d ° G dm Yr N ..<Cli v °af.�� dr U Q "EY0 04.Ti i°1L�C u° uo Sit vUzOy 0'p wrOD �p�iam. '^ E o WsmaCCVo'o mn sc��gYn Yp mHA °ca derq °o�nw.;d;EUE6v" YFr CE U wz�� _NE LO CiY �ri %r' T+u �J 3 dm5 d[..Faay OL O o a E v c m d a o V C d o 9 d tl 4 m o M d F a _ a4a seEatl �E g s oT e_ B ru�saW adOtl "�.C YsE s� a� v Oi=�m>m dim' u=UV'Za°° a O q Y d yy �+O° a,4 4 q 9a q O a 4u 9 e m�y'L. S�zo O C qma ao4e.C lo�Li a' 0 iiiiH'ii;2 E'd�aEp855."°.max0 ! Jqaa5aa� �J aCSar3 Csr��y5 8�SnUog4Aen 34�tiu�m°� aE ,ttS N r3gm ejjcwno0 $155 S0 ? c ag1'sgo�4 E x' o ma' oBoEa K`�da EEecB °war E ODD ao q0 x99.4 ON?E'a Mtft!we' ,e�KSY Yo �I ° mE5 9suc�.p_°�Sa.1 csfj Oa --t({i F�°�.E EYap Y Gm°m .>d�u� OnYYq°gY5 Q vYYp6>"�' oJmt.n qmQyua Fpm am 5Vt v..E�° Lfv a8 �05LsE01YaUp^ � �tlCYmC as Z; -g-6 Eoc S�wEn q.cY�3"Y" Oazjq ma. ud $'eO o$ 6JQZ Vi.r dm�G .J. °gc'a4i FlC "m$pp5m at., n a>:�-� Gm"�so9Y�mc��m.'7���$4 `�W �•°•�6�s..�g�.�3b°38c3o$Ea aFs n°ea$`m ae5'°ve: _II O AaC�$o '0 .0 A u'Ca .q+�rBoc,Cj- 4C d J�NCm 8i ppsp ap..y r..o $sQ�oF G°}G�}}�Ctl9_ YyaY .4 ii }yjn pp (Y1'}c�fQ�pC(i �Il� YVYca s� �.-TsI II 1I 1I 9 ass rotes= 'gAll r S 11t. l^I Y O 4 .w tl S tl C Mq -t v8.2 S tl� e ^ m (r.` U M VI I A Stl a-vd$x 4aa�; mS Y�4c wi tea-• I I ____� 40 ncmdmuY$s�cLdaUd� I u Ma Wti.au lea q F �$m^�N o S _vur.Ea5c-�A 0 sb'Jv$ See _OVWW OUQ O O u 2 tl K d m 2 0 tl F J z o d y Od u d ° Lin r u DJ d�jd Tu UG k w o mN a C E L N— g J W n F ti E U c c my0o doq ,�.+.pp.$ J a o y y s m u m^ x ° o r C a zl w w $ �w3.=. a3E$^o V`.v3E+ Cp 0 0 0 cq G 4 m E N Q o a d O 0_c Cl a a n m 4cd Jame°E w o E d L m 6 d T A v " W 0.40 O E o c °a C m 2 W x, aF a°,°y.cEu V ow m oq m Ate, mo d x] 0 V OV NW CO tCacV O �y OV1 AL �5E Yyd"m Oa . Ouci am Cj ti Q a 0 o> u o j 0 o u. C. E V II O U. a a a ■.m��,j c 9xz Q 'll O = 9X2 9 ,i M1f - Jnv ➢F➢ Clit (1333) (NI) (1333) a 1331 913Zi5 9 l3A OL do 01 d0 O1 d0 O1 d0 01 ___ 9NI0YdS lY1N33BY___ NnNi3YN •1H3A 3A 'ltl3� C 1331 H0N3tl1 i0 1110111 N 37Y SsOba �� �I c O C (a6deyodn9 1; Z) !sd ZI + H X 52 ed V 3dA1 1105 ii - 3 . S1N3N3tlI003tl V39NI1 NnkININ -- 9NUJOHS H3N3Vl H38NI1 141-3 319V1 pooh do; pagnllgsgns (q 6em 416uaugs guateetnba ;o sJagwaw padnpe;nueW •tsd OS8 ueyi ssat lou yl6uaugs 6utpuaq a qgl2uateAlnba da 3eo paxlN 1 310 33S tILl 9X9 I 6X9 ii r\ • m Y M m• V L J 4 L V • I. • Y ti m y Y Y m Y Y Y S•p g°956 t •3 5•Sr a5g�o o.3 $ Td8c vwwg °c ^T 3 om mdE^eiGa° ra v v dE o d��. c uZJC�5 S J Y a .a F•Y— Y Y ti Y a O A �09iami � "•-y' v m YoS mvtoK>k+Y y1��s >s ti Y•mY aJ'•�J M M iV L°V M {y� YAZOV'iVY rF FY MJ J Y v Ym� O m Y 5 a •p r' d t O YS 3 g J YY a yy , Y 5• a 9'.. > n y > U �+ G J W C `• G L C O t o9° YoYY,+BmY� so��ti Y.. vO�9o° 6s Yg a' ....gV m YM Ecs Y IIaSom°� o 04) °m E dot; mmBYo� � ..3roY0 7�5a 3w3YeE`�°e� _ ^t':. 36 U c9 �L T.; oY x v b fl m yHU Om v'! 5'M �Z..Y Gp 'gym S flh!1!!IU 8j#hiLii iOO2a om0Ai0g rIIv [21'°a•e.B o°33sJ'�39 g' 1�II •>^c.'Yo„ V.� mY ..,5i7iV ..,•J— O4.•,� m J 'OXnOmaroy{S� 3VYiigJJ"• WdA ^u Yma�S3J U x Y myyYv mY J m.L•o .C MYYm m° BL W4 ,•Y .CJVVm 553 m m �`.tl.c�Vyi"YSC6" W'J u yJ 'OY a.: "'C Y.°.V mNo °i3m m�C5 Em o 0 m�T o� e C a T x"3o6 3 5 5t..°omamY'dc�L— ..II Y YU— vENY YhU Yr YVO Y m OI.J iTa^u O Y V mma��1.��ra^_,9 ���Y�o2•E ro5'� mE�yaN„�daY�c(3 -: �vm�vV`3 igur•6a arYy�B yYya aO, ooyL�3v v6Na W ar, am1-.. m -mQ,� L.Y c •• 6 NY°1d mV! V.t°'° YtJ EC�'('CJ Y uCf 'o'l��mNY. pjY mama m a Y m m mC3yr rY m E NN EF. O.+m aV Om `oA 3 E O..JEYYc5amu S an d t c '� .pyc �: d v;; V� F c c t ^�c -��' U . J "o O �t�. 0 O ..VV O �Y V Y �K ° E .c d m i Op y O «` >Jy c m J V O w Y.O J Y> ° J V eVi v > •s aVi Y 4 _ t"i 0 ti N y t J v �- J y r m �• J m y ! N ^y�JF. ••• O Nw b N tiK mE.P1 •. K uu N W=W� N O y�-' a9 •' K 00 y3 i •..i F. m O C i m N° iG m "' O } w• 0 0 m Y 2 m ".• V C K V u u ti O r .a Y .a ,T, ❑ CI r .a T N r 'J O Y u J G+ O a m ° �• �+ .T N c ..> E -a m_ a m—>., �c p mr o., C m^ v C ate, U` m y m m A u J m E m I- V .i ` m N_ Y m m y T V W_ YY m > m m m m V V V m 1.• a IIIV mE C�ums ca>mt ca>°'?� Jt e��my enWV•a C„>Nt F nN r,°>Nt Y pp y�-m�^ pp yy.,Y p .,mom 5 m a mm tN C a�YL C a00V t oWao WN k tC 0Ygt C ooJ+gt 4u m VJo,g� s V�a� a V�o� s ``d�amE m5 vvmm 0OOrb v0x9 a :>.G m>mm X.°Xm X=xKaroJ�V k>X" �.V x L� XCmX cxv mX`mr m.. om Er yy x:-x'x m5.'. axx m, oXE'ctmE e' vyar .• yv v 00 ev°Jc' yyyy v o H.. ro o_a35e> Y 3�VQ5�� m .Y mcww' m"mm mTmm rn<a20 m"mm mCmm mTmm �'<9l•.0 W=wp, `.cu an �� —' $ � s .3 s S aid � � 3 3 UdOZ 01f 8 01 01 do 9 SI 01 an ZI 01 dO or St 01 do 8 01 01 do 01 Clan Zr a 0140 N Cl al 01 do 8 01 .01 dO S 01 dO 1334) e13YdS (1331) titlOH H0N3tl1 io 141430 co M C9 TABLE C -l.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS A SOIL TYPE B P - 45 X H t 72 pat (2 ft. Surcharge) s DEPTH aA OF CROSS �RAcES WAS S TRENCH SPACING (FEET) W UP TO UP TO UP TO VERT. yEgT MAXIMUM UPRIGhTS ALLOWABLE HORIZONTAL SPACING (FEET) OP TO SPACING SIZE SPACING (FEET) 4 6 9 12 15 (FEET) (IN J (FEET) CLOSE 2 3 UP Ill 5 6 4X6 416 6X6 6X6 616 5 6X8 5 2X6 twit TO8 616 616 6X6 628 618 5 8x10 UP TO 10 10 626 616 616 6X8 6X8 5 10210 5 226 See UP 70 10 6 6X6 616 616 6X8 6X8 5 818 5 2X6 UP i0 .C0 8 6X8 6X8 6X8 axe 8Xe 5 IOx10 5 226 UP TO 15 10 828 AXR 828 RXR RXIO 5 10X12 5 226 See Note I UP TO Li 6 618 618 628 axe 828 5 8110 5 316 UP TO 3'0 8 818 8x8 828 828 8X10 5 10212 5 316 UP 70 20 10 8110 8210 8110 8110 10210 5 12212 5 326 See Note! OVER 20 SEE NOTE I * Mixed n24 n. •....4..r__- _ . _ .. _ •A Manufactured members of equivalent strength may by- substituted �P for wood. TABLE C -l.) TIMBER TRENCH SNORING -- MINIMUM TIMBER REQUIREIiNTS SOIL TYPE C P - 80 X H 72 psf (2 (t. Surcharge) e DEPTH OF SI7E (ACTIZAU AND SPACING OF AA CROSS BRACES TRENCH HORIZ WIDTH OF TRENCH (FEET) UPRIGHTS (FEET) SPACING UP TO up MAXIMUM ALLOWABLE HORIZONTAL SPACING (FEET) it UP TO UP TO UP TO SPACING SIZEPACT. (FEET) See Note 2) 4SPACING 6 9 12 1 FEET IN (FEEL) CLOSE UP TO 5 6 6X8 628 6X8 828 828 5 8210 5 226 UP TO TO 8 828 818 8x8 8X8 8x10 5 l0X12 5 226 UP TO t0 10 8x10 axlo 8210 8110 10210 5 IZX12 5 226 See Note I UP TO 10 6 8X8 8X8 8X8 8X8 8210 5 10X12 5 2X6 UP TO TO 8 8X10 6x10 8X10 8210 tOXI0 5 12x12 5 226 See 15 Note i See Note I UP TO 15 6 8X10 8210 8210 BXIG 10x10 5 12X12 5 3X6 See TO See 20 Note 1 See Note! OVER 20 SEE NOTE I ` Mixed Oak or e gmberse o[ with a bending strength nor less than 850 ew Manufactured members of equivals ent SC renR[h may be su6sC cut woo. ed for wood. i n C C V a Y_ O 3 O_ N a S a 0. S O O s CL a a I - O Cr O TABLE C-2.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A P - 25 X H t 72 psf (2 ft. Surcharge) DEPTH SIZE 4 '+ OF CROSS BRACES UPRIGHTS TRENCH HORIZ. WIDTH OF TRENCH (FEET) VERT VERT MAXIMUM ALLOWABLE HORIZONTAL SPACING (FEET) SPACING (FEET) UP TO 4 UP TO 6 UP TO UP TO UP TO SPACING FEET SIZE SPACING FEEL CLOSE 4 5 6 8 UP TO 6 4X4 4X4 4X4 4X4 416 4 Not Req'd Not Req'd 4X6 TO UP TO 8 4x4 4X4 4X4 4X6 4X6 4 Hoc Req d No4 Req d 4X8 UP TO 10 4x6 4X6 4X6 616 6%6 4 8%8 4 4%6 UP12 TO 4%6 4X6 4X6 616 6X6 4 8X8 4 4X6 10 UP TO 6 414 414 414 6X6 6X6 4 Req'd RegS d 4X10 UP TO 8 4%6 4X6 4X6 6X6 6X6 4 618 4 4X6 TO UP TO to 6X6 6X6 6X6 6X6 6X6 4 8X8 4 4X8 IS P TO 12 6%6 6X6 6X6 6%6 6X6 4 BXIO 4 4X6 4110 PTO 15 6 6X6 6X6 616 6X6 6X6 4 6X8 4 3X6 TO LIP TO 8 6X6 6X6 6X6 6X6 6%6 4 818 4 3X6 4112 20 JP TO 10 616 616 616 6X6 6X8 4 8110 4 3X6 iF TO 12 6X6 6X6 6X6 6X8 6X8 4 8X12 4 3%6 4112 OVER 20 SEE NOTE 1 + Douglas fir or equivalent with a bending strength not less than 1500 psi. ++ Manufactured members of equivalent strength may be substituted for wood. TABLE C-2.2 TIMBER TRENCH SNORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE B P - 45 X 8 • 72 Pat (2 ft. Surcharge) a DEPTuI SIZ 545 OF AND SPACING OF MEMBERS TRENCH HORIZ. WIDTh OF TRENCH FEET (FEET) SPACING UP TO up TO VERT. VERT MAXIMUM ALLON (FEET) 4 UP9To U12To UP TO SPACING SIZE ABLE HORIZONTAL SPACING 6 (��) SIZ SPACING PEST CEASE 2 3 4 6 5 6 P TO 4X6 4X6 4X6 6X6 6X6 5 618 5 3X12 UP TO 4XI TO 8 416 4X6 616 6X6 6X6 5 UP TO 818 5 318 10 10 4X6 4X6 616 6X6 618 5 See 8%10 5 418 Note I UP TO 10 6 6X6 6X6 6X6 6X8 6X8 5 UP TO 8%8 5 3X6 4110 TO 8 6X8 618 6%8 8X8 8X8 5 UP TO IOX10 5 3%b 4110 15 10 6X8 6X8 818 8X8 818 5 See ]0%12 5 3X6 4110 Note I UP TO 15 6 6X8 6X8 6X8 6X8 8x8 5 UP TO 8%10 5 416 TO _ 8 6X8 6X8 6X8 8X8 8X8 5 UP TO 10%17 5 4X6 20 JO x8 8X8 8X8 818 8%8 5 See I2%12 5 4X6 Note 1 OVER 20 SEE NOTE I • Douglas fir or equivalent with ato streg strength Manufa Manufactured members of equivalent not less than 1r00 psi. 5r [en 8 [h masubstituted y be subs[ [t ut t ed for wood. 418 4112 N C CrY7 TJ 9 C C O• v y 7 • IIO OadJ d5 V� LLar=: '1�W Co 0m wm^L'4 �•Lmddmyy V4W W—iYLUJ.YM ipidO5 101E nI1 d and 5mti2 0Ev CCMU a 0vd d� °Y�d tlr aYi Om .Ji�xNvQ m VQB�eiOmOd�da`^—i, l�f'°,i II. Y E T d d a Y% d 'O ^ Ir v� V L• m U Y d pp In d 0 V 0 � O H d a d^ ee A b d •di _ Y J Y U V� m m Q SYtTO)tl9= c9 T`CC 000 nd p0 b>dd0 ti G9 >gmFa5aa"OK pv 'a .^.L a>O-" o ��: mdcn d"iv vyEsnd v�S `d 4GL�G"5v mm C.dwo .coJdtl�OCm���, S'Cd Gm a cdtl d do ° c d F_ da an..Cv q d O r fi n m_ F L O n d m""nm _d]E 0 "— cv5oE GL s n c c, omo �r n_a od5 a. ooa�°$ m $d d n c mdm3L" �I d —m"oJTdJ L� OMv.Q YEa �.dF•�mmaod9y a4ya Jmmd sa— m "d 5 OOd�m'a vA .°. tl T ° mm d0 v^9900 d5ca N9r Y'n Lr Ec ca J 0m=` vUt .�i6dd0m".O pw 7" G �v SC a LOdS 9i�C0 a mid dud ]mu°�Sm"ai�SOdf't ��J C i 9 m L c o 5"$ m m ndGvvoC� G d d Oo"v m— v"dm�s v 1 O� dmG ddae Ev L•a at s°4^ a"EovoK>Ecm �e �dod"� ^aocLd a n Ymtr�d ;r�LEd d a.a P"=04"0 000 L.w Ed — O O. {0 a ..,° c c m do m 'O�Lcmd MEG:aL9 0O,TL aY�brT`S E tuv m..On woCJi7...�40 'll wm9 c��n`m�dvv Tde°m dow0 c �o9rd JOOoEmvoWm^mmmr da ov�v�na>dEvEd° „°° o ., T d a a`, B sv v N. E E a 6 d d f •c L c m Y V J 5 p" n m Q E L k a � .a, odnJ o c m as �Y•L"O. = °cs3'J >vm°q oil c oun'o, avers \Eadma y'm' m 954oEdd c> T S G m E tl ] O T•2 O c O m W m G c V a m^"�mVwna NdyY m NyX°T O07 FiWLdgdJ O�"dsJJ•V aamd^p a ovl`TaJ d'a WM dwwb m o°� E -r m.°GF L• IOaNm E10 y9 J❑ m o1 d and>mm Fao N •gip a_c 'l 0 dorJ]s o_gevs.e3d dim O; a d A °tE n FYd�m•a e dm„P.se„m.as�••d�� O TLda,n Jdr G0J,6 Lm {iEm w0 O sdrJdd da mYd LJL Qi�]'OG LaJ° "tl"dm��m �O°^,.,v mmu �•°N^n.d tdN^d]L^ O^UFmnt ASS v tl>Gd 0Q1 O Gm w d C v y do°c'`—'-9�foi.]a �'a> �:,da bdb om,mla °a"00 EoU a"ddJ dd 0 ;�Gdda E..o (yy(11 e0dm�odo W q IL! O CTOd Y1.f� osm �Y�" °O•'•d�.aSLOsa •'f1�F OLi[^t'E �N TT�m tlasmaa 3 •6} n0E A:4z won.. OFVmmm+ aJO tiN .LaOFWO�"J" 1.+.aJ 5aaJmmUVmJm �I C [- Eodvomgt' dO^L` qm W mW_Cmt'mo'C=❑Cy° Z° LO V F .mnJ_m .ma9_O-'.uy'V CV ril w.Ca+unC Ii! --AmOm .+ J^ ".. o E LC 7C v Q x 5—dGdbOT d°ma O•^�a`07K,"d �•b s ip 0E.`dacdmv s$m5m c:50 EEi16Y n'7 '°oeo°° yt dt om'oAv n4 dg ca. -m. o"dcdo c m�5 �e?a Elio0LGd" c�a mm n c.,c_]nm tl02dm ;E4 Eo �" m Oo 6a c0 Ew, ov OK') 02 ie SCE uhm�'e."- d o 1 ode`.d v dnEd-Em?E Ea lip E t o^ 4d C H od rt o ovdd vq "ELtor 07 ms s a m -tl- vvlm {a—Em_�( 9 'o may �v0 IP.nc5""0(�cv,;aM v"dW..yb-m Jo "o .eeppQ9an.°yy'.Y,� ��dF"g61Y5]rds• and C NY, >"dn �� o C Ov> d G an d Otl f -7t T Sl si� p{. m 5 v_ ]„mpp:.T q•�"Q L m_ �:^tl 0 doL.•. 4i a" L J 5Vrx Ov UJOC u ... [ `LJCO 6w c•rad dxEo�soo^o.07i5spe a nE S _m5� x-yy'Y°'�E�ro5oam$v5Ws?e� W ,ACC yyCQ,s�C JJ� UJaB'c0Cp�s'ay �aga.9 �mE855 ud d `^.F �e ye C"��Sm 5g�^�S'KmdL O H ° °m KL'K�VVV �Ein 3y55�?`•�.�°.ua�3�0NVJ `a —'o EC�na y C SanIto d c QA "acda g"�ig �"y m n°cm-.r F�a2 agm..amimmvc FF�wm9K5_ ap�Fa"gqK g •dE^dy° 3q J wG O��"'Fd5pwYm��mn $'�E+'��aOs°5 iJ'F d€� F9C€q�daa06STt�F.9m"i7bcVT��a E.]V.�L ad u naa d t nE Imod f-�Yti •c J c Kv •d rnKOM�y oI.� `F �s" `� m..$55 omLv m•�dro LLdry1 =`CW� > dar—�ctl C (Q �.Im �14" v �. d^� w 'd Td_ .� e, n dc]o yno of ."_� �Td& Ya�^v� nc n 0e o3vm >�dE x vnE on r-9. tl.. a� N^ Uti^ ^ UYa o ^J y^ m tl^5 ^mmLJ�•-. m i^L•d� dT•n lM' mmT�m5 d}}-SS-JJpp w�ia9�Oa >lv C,. da rna J.1. tllGN d9 G el J29Mo9ba�jCmGO— Jp�9rV�p3 avN Vy �c��=L 1IO _JY EGOY JV� OJ�Sa Y .°.^�9 AA o m�] Jvw '�Y &S :JOdln iaeE-'N.�m51�a EVS II I I mu a G -pooh ao) paana Psgns eq (em ga2uaaas auaieATnba To saagmam pannpe)nuep •• )sd OOSI uega ssaj 2OU ga2uaaas 8ulpuaq a qgm Tua1eninba 10 a)) sfl8noq 1310N 335 0Z B3A0 a]o as 02 I aao aa5 1 aao 01 aas 9X9 S ZIX01 S OIX8 01X8 8X8 BX8 8X8 9 SI oa an Ia a ON aa5 I apoµ S1 aa5 9X7 S ZIXZI S axe BXB 8X8 axe 8X8 8 p1 01 in 9X9 S 01X01 5 BXB BX8 8X9 8X9 8X9 01 01 40 aa5 9X( 5 ZIX01 5 BX8 BX8 8X8 9X9 9X9 01 0I 01 dll 9X( 5 0IX0I S 8XB 8)18 9X9 9X9 9X9 8 01 01 a 9X1 S axe 5 BXe 9X9 9X9 9X9 9X9 9 ohm 3SO1J (1333) ON]JvdS 3ZIS x333 DSIDV S 51 Zr9 01 d0 01 de O1 d0 01 d0 9 01 dO (1331) 9N1Dvd5 X1333) (12311 DNIJvdS 1a1N021HON 3]8v11011v NfINIXVN 183A '1N3n ' Z180H NJ381 I _ \ 0 H10I❑ s1NO]8d0 SOYJ 30 ' 32,5 H1d30 (a8a gan5 'y) 2) isd if • H X 0B - Fd a 32Ai 115 s S1N3W3Inb38 H3HWI3 W1H]NIH -- ON10H5 HJN3Hl 838N]J v7 -J 31Ne1 VI N II 1I El I I I M a. a a N a C 0 « a 0. V V L-4 l W a 4 iW <i O G} U O JM -i 0-s > V ,- .. Ja U -j f} } _ OJ .. < S to i • a -U Y W ` a o o: � iQ i Z }^ e _ N O W e 2� t i W., J . O 6 iY L Witi- - < Y LL o _ 4Si tl <a ^ 7 inn J J < i o T < a - ` . i LL r > i M 0u1 - } Z J = < <Li Z a ;W Ja O F a Y a so < U i . z i a v . O -n-k < Zj f}j' Z <�O a . i ¢YES i ].- ax i (H u} LLi U} -{ f. i W W• M E« ° o�mu •�a�c NO=om°a "gomoa d ad`d u��y m at, s"om "No°'mv �eoe d�. map a E .c� Via. .a �.... m a d d U G m m . o d �' 5mp<'n mv2 vippu=C y�G V d d vm >:OIO$ a " u .9 C-`1�mu.C�3dA yy..vOm yy v E m dd 5° m .Vyy-�.G N.NOV^Om��Y.a G.a. E V�G� 4Cl d m L O dtl Ld..°"m5m mo ❑JC .' u o m S O mJC Om 5.Ni ..0 Cu D $�oDa°mON o.3vvo �EB� a%acy b'm gpva °. E o a.T o}°�ad.t°ee a.2^�mdm�oaJp5M mss,°o35m v �cu�mysa€vow ° .b- CV o aO. .a{adO.0imdw.^p5gmo4 $a: 1° o�Qgw5Oo U 4, I, Ct1N .+mM5� OdOaOst.w ms Ra 5a�f TmOv d %u ">o°a.c�i �m.,5 "s pEa o.4,od�69 ORS .' X E�dmaq.a Xc od oO3�Sy'.s,m?3`'�N a u agmw�G,5 qqdC �NNmm doxo9. >dvuC>ivuas>m3a.r P.gp owC°w oo au..�.CX.m.N"L9C�i G9" O� G9.. �.-. duT�O"mvW yON9wa>%�V ..��...O�V�` O�CNamaat-ti�`n >m.., F a.,od 5.5 onE�n 5_oE$o uvEdV�aBE�ava $ S V VpaLOY>'O O9.' -..0a 0Z4COvN00O O9CCO .. OV,t.'. 'cmYm' 0 ow u%yam>P.>i L ^°a>V mNC �'a5uU6 D'Cmr'a.�WsC+5D.a m LO V 0 �—CV m OO.d-D mN Ou O^�6m=0a V Op °`J' me C .�"� o mc50. =• at: omd QiO.L,m �m1 d'yl uii �.b+scVV C a -w" m dOE and {' m.+dm mt a'a O,,. d'Om m.JM X9�by. .d. QD bamp�L"Ya a0�� dC01,0 m°mo'g A�vo-' >°DaDm�°'mom^'=C_YGGmvloaa'` cm>° °$o'aa9m�o at L doFMUO`Emm m O T >9 ❑❑ ... C m d L .. L. T.c = V O m O .� m 'EJ V d O C m O d V }o m v T c w L FOc V•0,6 Cm �Tv DO>O�i CD��v oaI (q .m�+D -CKC® .Li N , p Ky.D O��mv C.TCCQ yDM Om mo �.O ..' my` 69C dy�Comm $ ..m C' g un E.. . .. °.�F,.o 44 �,UD °+ m ED L°T m —o "0 m A ogee i, oea °' mF'° e�FV .° mdFoct -d. v uy5 m oc.'.5 o �cm `oCOW^�mc�°�D `..Ecmaamm o��mn"��rE3mE>�mm oY �N OL LW < O d 9 &j K a m Q .a K w L L O T eW �"m0 O[d a09 COH yG.. u.. �,ccm Ca mmW OOC9 d'.a_ d ..n aa•L .+� Nod.. m"E��d DWmoH �doO8iN5= ooa dadm Fy<<�ncTT�..<oovGuT°.a$,$=oc>$,nT.y•�8mvvoXoa,`o°5'?amc k �aimRv Cam.._.a vdFN_,m U^., ^':,5a5F >meab_ 0d..Dr-m avH I TABLE D - 1.1 ALUMINUM HYDRAULIC SHORING v VERTICAL SHORES FOR SOIL TYPE A HYDRAULIC CYLINDERS y DE1 MAXIMUM WIDTH OF TRENCH (FEET) MAXIMUM a OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TOE OVER 8 UP OVER 12 UP 1O 12 TO 15 (FEED) (FEET) (FEET) OVER 5 UPTO 8 4 2INCH 2INCH 31NCH DIAMETER DIAMETER DIAMETER d 15 NOTE (2) Q JENOTE s (L) '� t Footnotes to tables, and general notes on hydraulic shoring, an found in Appendix D. Item (g) y Note (1): Sec Appendix D, hem (g) (1) Note (2): See Appendix D, Item (g) (2) lit TABLE D - 1.2 O ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE B HYDRAULIC CYLINDERS DEPTH MAXIMUM MAXIMUM WIDTH OF TRENCH (FEET) OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TOE OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER 5 UP TO 8 10 OVER 10 6.5 4 2INCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER S NOTE (2) OVER 15 5.5 UP TO 20 OVER 20 NOTE (1) Footnotes Co tables, and general notes on hydraulic shonng, are found in Appendix D. Item (g) Nom (1): See Appendix D. Item (g) (I) Nnr. /1\. c.. A. -.-....d:_ n L--. I I El M 1I ill TABLE D - 1.3 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE B WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS WIDTH OF TRENCH(FEE77 DEPTH (ON CENTER)• OF TRENCH vEwncAL SPACING SECTION MODULUS UPTO8 OVERB UP i'O 12 OVER I2 UP TO15 SOLm 2Fr, ;FF. HORIZ. CYLINDER HORIZ CYUNDER HOR CYLINDER (FEET) (FEET) (IN') SPACING DIAMLIeM SPACING DIAMETER SPACING DJAMLItX OVER 3.5 8.0 2 IN 8.0 NOTE(2) 8.0 3 IN 21N 5 4 UP TO 7.0 9.0 2 IN 90 NOTE(2) 9.0 3 I - - 3x12 10 14.0 12.0 3IN 120 3 IN 12.0 31N 2IN OVER 3.5 6.0 2 IN 60 NOTE 2 6.0 3IN 10 4 7.0 8.0 31N 8.0 3IN 8.0 3IN 3x12 - UPTO 15 14.0 10.0 3 IN 10.0 3 IN 10.0 3 IN 21N OVER 3.5 5.5 2IN 5.5 NOTE(2) 5.5 3 IN 15 UPTO 4 7.0 6.0 31N 6.0 3 IN 6.0 31N 312 - 20 14.0 9.0 31N 9.0 31N 9.0 3 I OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D. Item (g) Notes (1): See Appendix D. item (g) (1) Notes (2): Sec Appendix D. Item (g) (2) ' Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. TABLED - L4 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE C WALESHYDRAULIC CYLINDERS TIMBER UPRIGHTS DEPTH WIDTH OF TRENCH (FEET) MAI.HORIZ SPACING (ON CENTER) OF VERTICAL SECTION TRENCH SPACING MODULUS UPTOS OVER8UPTO12 VER12UPTO15 2Ff 3FT I HORIZ. CYLINDER HORR. CYLINDER HOREL CYLINDER I (FEET) (FEET) (IN') SPACING DIAMLJLR SPACING DIAMETER SPACING DIAMETER N OVER 3.5 6.0 21N 6.0 2INOTE 2 6.0 3 IN 5 UP TO 4 7.0 6.5 2 I 6.5 NOTE(2) 6.5 3 I 3x12 10 14.0 10.0 3IN 10.0 31N 10.0 3IN 3 OVER 3.5 4.0 21N 4.0 NOTE2 4.0 3IN r o UPTO 4 7.0 55 31N 55 3IN 53IN 3xI2 G .5 15 140 8.0 3IN 8.0 3IN 8.0 31N 21N OVER 35 3.5 121N 3.5 NOTE2 3.5 UNIS 4 7.0 5.0 31N 5.0 UN N 5.0 JIM 3x12 — 20 14.0 6.0 31N 6.0 3IN 6.0 3IN OVER 20 NOTE (1) In C C C- V Foonotes to tables, and general notes on hydraulic shonng, arc found in Appendix D. Item (g) Notes (1). Sec Appendix D. Item (g) (I) ■I Notes (2): See Appendix D. Item (g) (2) D ■I • Consult product manufacturer and/or quahfied•engmcer (or Secnon Modulus of available wales V N C P 9 0. a 3 N O C O O 3 Id V V u tic c M O X CO N eq N m IU. I d 6 Q c≥ 0 6 TLS F - i a r E ^ O I II d ^ a0 —I -c u V ^ O 2 I.N u A d 0. . O O nl E N y II z o o C N N V u P V C q. L• d O >.a__- •1 m L J -. V u C C U M1 %N d 0. V u Pmt N •iI to Y C % o q -N .N C 0 W i 4v L u W 0'-• o 9 Y -N 4 N V d V O S u u C a Y o m Y N J 411. �� C V lit d C N E o N IC -V .4 o m q N nL 00 — E u �I -' u .N d N . y E 3 a i a • 3k •9 0 V u C C -U U �ry C 4 y V< 9 UC 04.1 O -. O EC -N m b •N J d •N q m .N liI C f > V U i 0 0 T m u mti •-N CO •.n 4•N .-V tat O Q O '•v V W Nv V W rlv b I. N W ^ • �I C V Ov y O% q9 CG O O d M u. u- to u N m V O 4.N C V 4 4 u m qN V u p_N Y m.-• 6N V q V V O C..-. C 0'o I. 00 I..-. O'O 4 u d r >OO '-am •N O •NbmC Q C .N -C 'f ;V m W n V 4) 44 N °.. N P y [O P V C P V C d P Y O V C '400 , 4 u 4 V V µJ Q i a 55 C [ r o a J 6 �I 4 U W J O O 14 m 52`0 • c r 0 8 0.0 II J Nq en �;5 a m I-. C V C C U -N 4 qV U— K H S5b a)>, V i V W L t r V E n y m u V 40 CC u W C V RI JW O r d } 09 V z o N 0 � �. O L •.i U y p o - .4 _a C a V L d 0 O q u L d W O 0 -N T m m q y m aU raT y S'G ; I_ic E V in Up o a �I 1 uu .Lm om H N % b ." u r+ .N q C . u- d N IM m i U q 9-o H UT bN > -N >0 W cc m d u Ca -a, L y n u cZ 001 00-- I O, y OO I" X E b % r t m P9 ¢ L' W E> W m m b Sri � •• •• dl e o UdQ m o V z N — c .dW . d 5��5 v o V 2n I> y ¢ 4 Ouq� L U O u •>5n 0 am mo C - `� V V' —N . P eiN— m PH w' �. '°° Yr Oaa ^J OEO V """NO ^ yQ N Q0. o"'Ow�mN.aOi 0 Omm E'II.J7�U a�^ � 0$" z,pa .->d-�J aD� L0E'U m0 'a0 dG$.—iOWod �' d0�dmom� �p"dw ."a �O" a j.� �$d d0 d my �m1 a.-� Y id II w v ng •O �Y Om"�pM�V V ET EOGOOOg VA Y 'J..V ar OO.aa ad. ^VAa 00m G a V ta y$ 0a Y V 0 °"wy�•a m$ya Cd oaddym� 0 0. V T a°i ci m G; d❑.�$`�Na`0i ya$o`p�^J G.aa Oo m_� aPi ^O+ R••�y�ad.Q OJCp �p�G.^.a k P0.md4"m ytdyo 0 O'er a43 l. oaMm R.pO R.m.G V d0.a _ mm Y C OaV 1m. 6o0—m0wO V0.5 0m^'.' V a 'tl 6aV Ga d 60 Y.. E Tw000mp M=YVNd C.. E.E .^. yamat K"9.C .O+XGoma IIm kII ).o0 S.li O.:�m 'JaU C um td. ld.m dJJr d..J md_yOm"�V EEO Od 7•o dm X d m 06 C. d m d 0 C O J II O G d mw O v a a a A m 9 w Ea 1d. Jm O d d d 0 V 0 0 0 0 fl.t C�'�N y 0 U Cj(w�-O �a�yV'C Aw LdL.. Gj�TErT. 6T.."'V d� mH Vyyy�� a07C m m np�� C q" m•Y I. ma $ VJY 0m0 lO.m mu VSO coin oW�bay V o aOm d . � a 9 pA: a o"oYoo nY ay. 1- Uommq pw IIfY,Y a •.' 06 fy �i w •• $ Fy�07...0.$^y .i IICdJs$Jm Ci�A R+�Yy [old. p Et���C' 4?EEYd �W ^ d dv dY. v fy' EdM 0dE..dddmaw•.. py w MY ddGYw vE ada '006 ...i Y .... J 0 B II J> v J J Y J O m ..m ma 4)0.0 Au 6 a m m a C aa CC 9 °2�< G.m C OB.a.+g aN MZl"0 a �' G 3 L m m V J 9 II d a Y .r V T a pJ p d amnia `+oll..aw d a{ Ju .. . II• ac II E J O y�j u VCC .^-� m ^ m O ao G a mV ala•mw m EtHOa0.10.070adG "' 0 YC N06V.�'0094 V0 a dab U.a.�$ Uaa e VJi�14m t7 .. mm Jw 0J.pJJ O d� QOw NJdaW pG� Em 04Q a 0m; rm s G m 00 ... Y T B— _ - e o COG 0Q y ad. o m y d-[ a$C CGpym7 yi alai �''9aJ' d B pC m6caiT p �'.•.g.a 0 6 J a eepp y d tid II>J OY C e 0 VOJ �miOb vl q 6� tlEpaOpw op yJ mdm F 0^ V 0 Ea .. y G " O C O �t tz Zw Z0 7 �t v d„-�ra V�JMV R$Ni a0""yq$aY ma Ol'. e o Y (� oop. a qq o$ C2 �pmn��w.�. Y ms QaLVV Cab Gpocmv$IllWW OO E"C. fQ y G�JV dm�7] EBBVUda m. m m 2 a y .. 30 yp o E m Ea Q C ..7 OWtlti n d .ce 6 00S dam, w ,T.E wA 1"Oeo VAO do�^ N �� T GV o n a to roYOpmO�ppp de a7 1' OVp.a. ••• 0 a E m Om.giq O y 05 0 aiii Olt e..^ • OyY dawOC. 00)SoG •:: 10 60V$n o .00M V-0pG 7A 55�G c d xp —o C m aaEmdtl m dwm q pai Xo O �T7 ^mw q0 W�00 VB^��dCw 5 riJbaOJ maYa�Opu '$ 0.—.a „ V ., m a•, �o C a R w J > N wti w 0 a m q m m vi d s 5 J .C m t ugtiN Y m o O e"p Jr' YC o� aG 70 maG ...R9 G 0 y C O Q10 6pw°6� pGc.a5.q ;30 0> O�i—�. ayiv `"�a0 da y 0 V,p a0. 10• a�i - y Y A b�* aoti p,; awe emi PL •e?,�moYGd w6To p.E— a Ewm Boom�'1 mm °�a aV,E0.� S .n <�O oaC��j nNOC gyp= .^°�d�m�oJ[�II�avyo�C�yymIIoEoo m- � 0 Wu5o'Jmn5 o me a PC a m9 m . aE.mi mad. o cui lO. .O. .a m.'3 u mv-0• flv0 air C 0 2 II a u u0 Cl..-. u WV V m 0 La O c G 4 --i0. -I W m O L V 00 L 4 u ow E C C N _i 4 u O L m UI N V 0. 0 El-. 4 0' m u O W P u 0 e0 m oa E. tot C O 0 O %..M ... O L u O m m W u 4 m d U U O O L •• X w d N C C to -..WO m 0 L m O F 0 -• L C m y U m O C O •-� C V L -� 0 0 u u o O L to -.4 0. N ; ; c 0 o m W—. Y_-. J w 0 0 0 4 A • L o m V Y C .N L U 4 3 a V L .-. v 4 - Q m CU L u N V u a.n .w Oro V .n Cl 00 N 0. O• n W 1 d o u m 4 - d 0 4 w u m O d m 4 d C .- W N O 4 x L o V Y p m -• L m m - u m Cow 0 N D (N-.-- m J t 4 m m C D 0 4 0'— 4 O N u N u L m nN V O o m ^ w - m .O DOS N C ' O m w m .. Ems. .-� V7 E •01 C u N w O m 4 •.. T Y m J0 .. m C >-'c 0 C u 4 U-i w m N C, t o V - V •N W CO N £41 3 m d m v v J 0 1 m V N u Cl m m V V O O O v y N V L u N O L 4 u .O O 'o m 4 (J J P a N m m 0°) r u u m m 0 4 Cl - O C J m C 0 W mN CO Ia v m m 0 0 U V m W V y 0 4 T 3 o n C C 9 -'C' a. C U u a 0 O '- m �. Y N m M V Cl 0 0^ O t O x 4 0 E Ca, O m -N U N 0 m .- L Cc T u o p m m b n STAFF REVIEW FORM 9-Y l� AGENDA REQUEST xxx CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of N/A Mayor's Signature_ FROM: Mandy R. Bunch Public Works Engineering Name Division Department ACTION REQUIRED: Approve Change Order #1 to the construction contract with Multi -Craft Contractors, Inc. for the rehabilitation to the North Street Pump Station in the amount of $1,736.00. Council approved a project contingency of $16,818.00 on February 7, 1995. (Resolution (17-95 COST TO CITY: $1,736.00 $ 4,753.529 Sewer Rehabilitation Cost of this Request Category/Project Budget Category/Project Name 5400-5700-5-815.00 Account Number 90012-81-0020 Project Number S 4,628,645 Funds Used To Date S 124,884 Remaining Balance Engineering Program Name Construction Fund REVIEW: xxxx Budgeted Item Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY:_ Acco) ting Mang gµi Date 72.DA Coordinator Officer STAFF RECOMMENDATION: Date In,Lernal Auditor 6f-18-115 Date Date Date Date Cross Reference New Item: Yes No Dto Prey Ord/Res #: 17-95 !tor bate Orig Contract Date: 2/7/95. *Dtig� FAYETTEVI LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDE TO: Fayetteville Mayor THRU: Kevin Crosson, Public Works irecto Don Bunn, City Engineer, jt FROM: Mandy R. Bunch, Engineering DATE: September 12, 1995 RE: Change Order Number 1 Construction Contract, North Street Sewer Pump Station Rehabilitation Multi -Craft Contractors 1. Background. The sewer pump station at North Street east of Leverett needs to be upgraded to carry the flows currently reaching the station. This project is part of the on -going sewer system rehabilitation and is mandated by the EPA Administrative Order of October, 1993. This lift station currently causes sewer overflows during rainy periods due to inadequate capacity. McClelland Engineers was the consulting firm that performed the engineering for this project. The contractor discovered that the conduit to the control system was old and defective. The engineer has concurred, and recommended that it be replaced. 2. Approval Process. The City Council approved the construction contract with Multi -Craft Contractors, Inc. on February 7, 1995 in the amount of $168,178.00, and a project contingency of $16,818.00. 3. Staff Recommendation. The Staff recommends approval of Change Order #1 in the amount of $1,736.00. The amount is within the project contingency, and the installation of the new conduit is necessary to insure the success of the project. CHANGE ORDER Order No. Date: 8/25/95 Agreement Date: _ NAME OF PROJECT: North Street Sewage Pump Station Renovation OWNER: City of Fayetteville CONTRACTOR: Multi -Craft Contractors, Inc. 1 14, 1995 The following changes are hereby made to the CONTRACT DOCUMENTS: Install new conduit with conductors and a conduit support system to all four pufiip' motors. It•r �l Justification: The existing conduit is rusted through and should not be used. 3. rn I{1N n 1C Change to CONTRACT PRICE: L� Original CONTRACT PRICE $ 168,178.00 Current CONTRACT PRICE adjusted by previous CHANGE ORDER$168.,178.00 The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (mod) by: $ 1,736.00 The new CONTRACT PRICE including this CHANGE ORDER will be $169, 914.00 Change to CONTRACT TIME: The CONTRACT TIME will be (increased) deexeased* by _4 calendar days. The date for completion of all work will be . 1995 (Date). Approvals Required: ©G�- J �, /9195 �d✓4,-je 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: N/A Pkwu ii 'AU pcs Ordered by: Accepted by: , Federal Agenc/Approval (where applicable) , N/A CONTRACT DOCUMENTS FOR CONSTRUCTION OF FEDERALLY ASSISTED WATER AND SEWER PROJECTS Document No. 10 Change Order: Page I o11 i Phonet51-751-4330 Post Office Box 1760 2300 Lowell Rood Springdale, AR 72/65 Multi -Craft Contractors Inc. Dare august 17. 1995 4 SUBMITTED TO. Arr Mc Te]land Engineering Ro art White STREET ADDRESS CITY STATE 7JP JOB NAME JOB LOCATION North St. Lift Station COMPANY PHONE JOB PHONE ESTMATED STARING CAlf MCC SUBMITS SPECIACATIONS AND ESTIMATES FOR! The overhead installation of rigid conduit to the pump motors. Price includes rigid conduit and support stands authored to the floor. Thank You'. n 0 Ill —1' fit rn C MCC PROPOSES to furnish material and labor, complete In accordance with above specifications, for the sum of: One Thousand Seven Hundred Thirty Six dollars( $1,73E.00 Payment to be made as follows: AuthOdWC 5onafure . N tThisproposdn%aybe Dan Clark wllhdrawn byes if neteeaeptedwithln days ACCEPTANCE - •he above paces, specifi- cations and corWihons are satisfactory and are hereby accepted. V'ou ore authorised to do the work as specified Pay±nent wil be Ss7rwture node as oumned oboe. Date of Acceptance tU/tfl ri IG/ Inc •nm VHa CNlHnn !Ji n_rinnn 67-nr nur co.-i.r rims 'AUG-23-95 WED 13:08 MULTI -CRAFT CONTRS. FAX NO. 501 751 4399 P.01/02 kECElvEJ AUG 2 31995 S3 Multi -Craft Contractors, Inc. Phone: 501-751433Q I Fax: 501-751-4399 Post Office Box 1760 2300 Lowell Road Springdale, AR 72765 FAX TRANSMITTAL COVER SHEET DATE: AT'ENTION:'� } Q COMPANY: Z. 0 FROM: r NUMBER OF PAGES INCLUDING COVER SHEET TIME: FAX #: Ill CD rn C C •AUG-23-95 WED 13:08 MULTI -CRAFT C0NTRS. FAX NO, 501 751 4399 P.02/02 '_r,or1 N. _ C) r. I� In C :r1 j 'CC Fri 0z s i- Ill IC) W fl -C7 J (� H Co Goo � o 9 O G 3 c. 1 SUBJECT:.OU ;cY6.o ?2 r_r , c -z r1c7c c < V JOB: 5 so,? Z t"� Multi -Craft Contractors; Inc. PHONE 501-751.4330 �((��LPOST OFFICE BOX 1760 DATE: a13/?Thy JS 23OF JGWQL SO. :SP W NGDAL,E, AR 72765