Loading...
HomeMy WebLinkAbout125-98 RESOLUTIONBond #JX1977 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We. BUILDING & UTILITY CONTRACTORS, INC. P 0 BOX 68. REDFIYT,D.. AR •79.199 as Principal, hereinafter called Principal, and ST PAUL FIRE AND MARINE a corporation organized and existing under the laws 'of the State INSURANCE COMPA: 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,.AR as Oblig4ee, hereinafter called Owner, in the amount of NE ILLION, ONE HUNDRED TWENTY SENT3 8j T A 1,127,809.00 ), for the FIrHPNUPDBED NINE DOLLARS 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 Sanitary Sew.er•Main Rehabilitation, White River Watershed Mini Systems 7A, 13A, 138, •i 14, 15, and 18A which:contract is by reference made a part hereof, and is hereinafter referred to as'the:'Contract. THE CONDITIONS OF THIS OBLIGATION,ARE 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:allpersons all indebtedness .for labor or materials 'furnished or performed under .. said Contract,lailing 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 shali.;be,brought on this bond outside:the Sate of Arkansas. No suit,:action .or proceeding shall'be broughten this bond except by the Owner after six months from.the date final payment is made on>the.Contract. nor shall any suit, action oz_proteeding be brought by the Owner after two years from the date on which the final payment under Performance Bond City of Fayetteville' 1 Sanitary Sewer Improvements • the Contract falis`due: • • • Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or he 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. In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this day of 199j. CONTRACTORS'., BUILDING & UTILITY • ry . INC. -- • EK,: ItENT i.• r `' . ST PAUL FIIIE_1ND MARINE TNSttRANCE'r,DMPANY- • SuretyBy • • CJ•I .�. Y.� .{ -j•am "BETTY L. MINOR f =. -6 Wit:. A 4 orney-in-fact Performance Bond. City of Fayetteville.' Sanitary Sewer Improvements TOTAL P.03 %�&, *: 6.Attv £ • TheStIbui ST. PAUL FIRE AND MARINE INSURANCE COMPANY CERTIFICATE OF Surety 385 Washington Street? St. Paul, Minnesota 55102 CERTIFIED For verification of the authenticity of this Power of Attorney. you may telephone toll free 1-800-421-3880 and ask for COPY NO. the Power of Attorney Clerk. Please refer to the Certificate of Authority No. and the named individual(s). F-15674 GENERAL POWER OF ATTORNEY - CERTIFIED COPY (Original on File at Home Office of Company. See Certification.) KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, a corporation organized and existing under the laws of the State of Minnesota. having its principal office in the City of St. Paul, Minnesota, does hereby constitute and appoint: AUTHORITY NO. 2078709 Alpha Coe, Bettye H. DeJarnette, Michael D Carter, Linda S. Pierce, Betty L. Minor, David M. Neuschwanger, individually, Pine Bluff, Arkansas its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings. recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law. statute, rule, regulation, contract or otherwise, NOT TO EXCEED IN PENALTY THE SUM OF FIFTY MILLION DCE ARS ($50 , 000 , 000) EACH and the execution of all such instrument(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine Insurance Company, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be certified to and may be revoked. pursuant to and by authority of Article V, -Section 6(C), of the By -Laws adopted by the Shareholders of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 28th day of April, 1978, of which the following is a true transcript of said Section 6 (C): "The President or any Vice President, Assistant Vice President, Secretary or Service Center General Manager shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings. recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) To appoint special Attorneys -in -fact. who are hereby authorized to certify to copies of any power-of-attorney issued in pursuance of this section and/or any of the By -Laws of the Company, and (3) To remove, at any time, any such Attomey-in-fact or Special Attorney-in-fact and revoke the authority given him." Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 5th day of May. 1959. of which the following is a true excerpt: "Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and b'nding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN TESTIMONY WHEREOF, St. Paul Fire and Marine Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 8th day of January. A.D. 1998. ST. PAUL FIRE AND MARINE INSURANCE COMPANY STATE OF NEW JERSEY l ss. County of Somerset J On this 29th day of April 98 . 19 13-1- e BRIAN P. CURRY. Secretary . before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he/she is the therein described and authorized officer of St. Paul Fire and Marine Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his/her signature were duly affixed by order of the Board of Directors of said Company. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the township of Bedminster, New Jersey, the day and year first above written. LINDA SMETHERS Notary Public My Commission Expires December 16. 2001 CERTIFICATION I, the undersigned officer of St. Paul Fire and Marine Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand this 26th davof August t998 MARY E. STAWICKI, Secretary Only a certified copy of Power of Attorney bearing the Certificate of Authority No. printed in red on the upper right corner is binding. Photocopies, carbon copies or other reproductions of this document are invalid and not binding upon the Company. ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID ANI) WITHOUT ANY VALIDITY. 29550 Rev. 7-98 Printed in U.S.A. • t``A001:00 CERTIFICATE OF 1NSU,RANCE (MM/DD/YY) PRODUCER First Arkansas Ins/Pine Bluff 512 S. Pine St. Ste. 100 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 POLICIES BELOW. P 0 Box 8367 COMPANIES AFFORDING COVERAGE Pine Bluff, AR 71611 COMPANY ATransportation Ins. Co. INSURED Building & Utility Contractors, COMPANY BTranscontinental Ins. Co. Inc. P 0 Box 68 COMPANY C Redfield, AR 72132 COMPANY D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION HAVE BEEN ISSUED TO THE INSURED NAMED OF ANY CONTRACT OR OTHER DOCUMENT ABOVE FOR THE POLICY PERIOD WfTH 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. OMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) LIMITS POLICY EXPIRATION DATE (MM/DD/YY) A I GENERALLIABILITYI C901176271 08/01/98 08/01/99 GENERAL AGGREGATE 52, 000, 000 X COMMERCIAL GENERAL LIAO IL IT PRODUCTS-COMP/OPAGG s2, 000, 000 CLAIMS MADE r 1 OCCUR PERSONAL &ADV INJURY Si, 000, 000 WNER'S& CONTRACTOR'S PROT EACH OCCURRENCE 51, 000, 000 FIRE DAMAGE (Any one lire) 60,000 MED EXP (Any one person) 55 , 0 0 0 A AUTOMOBILE LIABILITY C00176276 08/01/98 08/01/99 COMBINED SINGLE LIMIT 51, OOO, OOO X ANY AUTO ALL OWNED AUTOS BODILY INJURY (Per person) SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY (Per accident) 5 X NON-OWNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: _ EACH ACCIDENT S AGGREGATE S A EXCESS LIABILITY C801176280 08/01/98 08/01/99 EACH OCCURRENCE 51, 000, 000 AGGREGATE :1,000 000 X UMBRELLA FORM $ OTHER THAN UMBRELLA FORM B WORKERS COMPENSATION AND WCC601176278 EMPLOYERS' LIABILITY 08/01/98 08/01/99 X STATUTORY LIMITS EACH ACCIDENT 5100, 000 DISEASE-POLICY LIMIT :500,000 THE PROPRIETOR/ INCL DISEASE-EACH EMPLOYEE: 100, 000 PARTNERS/EXECUTIVE OFFICERS ARE: X EXCL OTHER DESCRIPTION Project: Systems (See OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Sanitary Sewer Main Rehabilitation, White River Watershed Mini 7 , 13A, 13B, 14, 15, and 18A Attached Schedule.) CERTIFICATE HOLDER: •' City of Fayetteville 113 W. Mountain, Room 326 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT Fayetteville, AR 72701 _ BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY UPON THE COMPANY, ITSITAGENTS OR REPRESENTATIVES. OF ANY KIINDZEDDURESENTA l�✓�/ (/ l./.Lt- ACORD25-S (3/93)1 of 2:.: _ #k12533 ! MIN :i O ACORDCORPORATION•1993' DESCRIPTIONS (Continued from page 1.) Owner as Additional Insured: City of Fayetteville Engineer as Additional Insured: Mc&elland Consulting Engineers, Inc. 1810 N. College Ave, P 0 Box 1229, Fayetteville, AR 72702 Engineer as Additional Insured: RJN Group, Inc. 5401 S. Sheridan Road, Suite 302, Tulsa, OK 74145 Cancellation Clause: Should any of the described policies be cancelled or allowed to expire before the expiration date thereof, the issuing company will mail thirty (30) days prior written notice to the Certificate Holder named. • C15GEM 25.2 (3)932 of 2 #12533 foii9'(: 1 3o inr: 0 ,.on? :nca bnsliO.r :bs-xuala isnallibbA as Iron1077 ytt t'sa v i ,ES'�C xofl C d ,9vA t"p.lioD .ti OICI quolD L1T,W 4bsruanI f!snotiibbA es Yesnipn3 2LIPV NO ,seluT .SOC eiiu2 .on ,1°Toio,SlooD yI.EIIiU A Enlbliu8 :7oetofq lo xcyo4s7noO bslisonso sof e9io.[Ioq bsdistaeb tris lo yr:S bi.eorlE :s©0131O nrDifllstnuD pntu?ai erii , io:179r{l sish not iirxigw9 arid frroIsd sxtax 03 bswolle Yo 9:isoiiii790 ooiion xoixa <ybb '(OE) yyxiriJ iism 1liw Ynr-:gmoa . borssr. •*obloH bsog ,3.54.nicn7 mina SOCSr PTA nsbiaeri2 .R t 0d . to a:'%?\c L2: InnE 1,. 1 1 1 1 �1 1. 1 1 1 1, 1 1 1 1 .1 o\GPTEi0,...... McCLELLAND ':y' V' CONSULTING ENGINEERS, Inc. 9 ,V%. No.24 MI ''nwionmen "�N st Zoo * I/j n� tPRO,SSIONA /`j F"Ei; A ENGINEER 1 No 46 xpoA k p f oT w V•♦N\;pr JUNE 1998 OtoML-7416" li-IICROFff,Mt,f, Contract Documents Sanitary Sewer Improvements White River Watershed Mini Systems 7, 13A, 13B, 14, and 15 Contract III prepared for the City of Fayetteville Fayetteville, Arkansas prepared by RJN Group, Inc. Consulting Engineers Dallas, Texas In association with McClelland Consulting Engineers, Inc. Fayetteville, Arkansas MCE Project No. FY962167 CITY OF FAYETTEVILLE, ARKANSAS WHITE RIVER WATERSHED MINI SYSTEMS 7, 13A, 13B, 14 and 15 SANITARY SEWER IMPROVEMENTS CONTRACT III ADDENDUM NO. 1 Release Date: July 7, 1998 Jnformation to Bidders: The Contract Documents for the above titled project are revised and amended as follows: 1. Segment Replacement Job No. 3027 and Point Repair Job Numbers 2043 and 2044 have been added to the Contract Documents. These are illustrated on the attached new PIartSheet 22 and revised Location Sheet No. 4 Due to the numerous changes in bid items a new Bid Schedule has been prepared and is attached, including Bid pages 1 through 37. Bidders shall complete this Addendum Bid Schedule, instead 'of using the Bid in the original Contract Documents. 2. Point Repair Job No. 2043 requires lining the inside of an existing deep manhole. The manhole lining procedure shall be in accordance with the attached specifications. Lintoleq SPccs, fo sbe peke) $o _floes Ri✓ - 3. The shallow manhole standard detail on Plan Sheet 20 contains conflicting dimensions for the riser. The riser shall be 18 -inches in size, not 15 -inches Bidders shall acknowledge receipt of this Addendum on the Bid (page 1) and on the outside of the sealed bid envelope. Very truly yours, McCLELLAND CONSULTING ENGINEERS, INC. Robert W. White, P.E. Vice President Attachments: Plan Sheets 4 and 22 Bid Section Manhole Lining Specifications C:IW ORK196196t 67'10+1:0 1 1 1 1 1 1 Information to Bidders: 1 The Contract Documents for the above titled project are revised and amended as follows: 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF FAYETTEVILLE, ARKANSAS WHITE RIVER WATERSHED MINI SYSTEMS 7, 13A, 136, 14 and 15 SANITARY SEWER IMPROVEMENTS CONTRACT III ADDENDUM NO. 2 Release Date: July 9, 1998 1. Addendum No. 1 was shipped for ovemight delivery to all planholders on Wednesday, July 8, 1998. It contained new Plan Sheet 22, which covers new Job Numbers 3027, 2043 and 2044. It also contained a new Bid Schedule, due to the revised quantities associated with the new Job Numbers. It did not contain the specifications governing rehabilitation of the intenor of a manhole covered by Job No. 2043. These specifications are attached. Very truly yours, McCLELLAND CONSULTING ENGINEERS, INC. GeJ Robert W. White, P.E. Vice President Attachment: Manhole Lining Specifications C:\W ORK1961961671AD12bn SPECIAL SPECIFICATIONS MANHOLE LINING SYSTEM A. GENERAL Under this section of the specifications, the contractor will provide a structural lining for the manhole in Job No. 2043. In constructing the structural lining, the contractor will have the option of using the Permaform system described below in section 'B' or a Glass - Fiber Reinforced Polyester Rehabilitation Manhole described below in section 'C'. With either option, the contractor will be required to excavate and remove the existing corbel and repair the existing incoming line as specified in the plans. B. PERMAFORM MANHOLE SYSTEM 1. General This method utilizes an internal forming system for placing a new and structurally independent 3" concrete wall within the existing structure. 2. Equipment Segmented, stackable steel forms having cylindrical and conical sections are employed. The assembled internal form shall have sufficient stiffness and strength to preclude shifting and/or collapse during concrete placement and to ensure safe man entry. The assembled form shall have an approximate cross section to provide the required minimum annular space. 3. Materials The concrete shall be Type I Portland cement mix with 5/8" minus coarse aggregate producing a mtmmum 4000 PSI compressive strength at full cure. A high-strength, quick setting cement grout shall be used as required for positioning and sealing the form at the manhole base and for maintaining active flows 4. Preparation The contractor shall employ adequate cleaning to remove loose material from the manhole, mindful that a chemical bond to the existing surface is not necessary. Existing steps that might interfere with the erection of the forms shall be removed. The contractor shall take all necessary precautions to prevent falling debns from damaging the trough and/or entering the sewer. Infiltration through existing manhole walls that would adversely affect the matenal used in the annular space shall be elinunated or reduced to an acceptable level SS -I 5. Installation Procedures a. The contractor shall place block-outs as needed to provide pipe inlets/outlets of the same diameter through the new concrete wall. All flows through the structure shall remain active unless otherwise indicated. c. The internal form shall be sized, erected and braced as necessary to assure that the new interior wall shall have a thickness of 3" extending from the manhole base to the bottom of the cone section, conforming generally to the interior dimensions of the existing structure and maintaining a 42" diameter or the maximum allowable by the existing dimension. The form shall be positioned, sealed and finished at the manhole base using cement grout to assure that concrete does not enter the sewer dung the operation. d. As the concrete is placed, it shall be consolidated to insure that it makes intimate contact with the plastic lined form and fill all pockets, seams and cracks: within the annular space. The contractor shall use adequate but not excessive vibration to prevent segregation of the concrete components. e. When the concrete has -sufficiently cured to preclude slump or damage, the form shall be moved. The connection pipes and drops shall be reinstated. A high strength, quick set grout shall be used to seal cracks and repair damage to the bench and invert. The manhole will be brought to final grade using a precast barrel section (if necessary), a concentric precast corbel, adjustment rings, and frame and lid constructed in accordance with specification section D2-14. 6. Quality Assurance The resultant concrete manhole wall shall be leak -free, smooth and free of honeycomb or areas of segregated aggregate. Any defects shall be promptly repaired and retested. Inspection and testing shall be performed by the contractor in the presence of the owner's representative. All work shall be performed by factory certified applicators. SS -2 C. GLASS -FIBER REINFORCED POLYESTER (FRP) REHABILITATION MANHOLES 1. General This specification shall govern for the fumishing of all work necessary to accomplish and complete the installation of glass -fiber reinforced polyester rehabilitation manholes. Glass -Fiber Reinforced Polyester Rehabilitation Manholes shall be a one-piece monolithic designed unit constructed of glass -fiber reinforcements, supplier -certified unsaturated isophthalic polyester resin, and chemically enhanced silica to improve corrosion resistance, strength and overall performance. FRP manholes shall be manufactured in strict accordance with ASTM D-3753 "Standard Specification for Glass -Fiber Reinforced Polyester Manholes", as manufactured by Fluid Containment, Inc., Conroe, Texas, "Flowtite" FRP manholes, or approved equal. 2. Governing Standards Manholes shall conform to the following design criteria: a. ASTM D-3753: Standard Specification for Glass -Fiber Reinforced Polyester Manholes b. ASTM C-581: Practice for Determining Chemical Resistance of Chemical Thermosetting Resins Used in Glass -Fiber Reinforced Structures Intended for Liquid Service. c. ASTM D-2412: Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel Plate Loading. ASTM D-695: Test Methods for Compressive Properties of Rigid Plastics e. ASTM D-2584: Test Method for Ignition Loss of Cured Reinforced Resins. f. ASTM D-790: Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and electrical Insulating Materials. g. ASTM D-2583: Test Method for Indentation Hardness of Rigid Plastics by means of a Barcol Impressor. h. AASHO H-20: Axial Loading SS -3 3. General Description a. The manhole shall be a circular cylinder, reduced at the top to a circular manway not smaller than 24" inside diameter. The manholes shall be custom made to fit the dimensions of the existing manhole. Nominal inside diameter shall be 42". Tolerance on the inside diameter shall be +/- 1%. The minimum wall thickness shall be 0.480" The Manway reducer must provide a bearing surface on which a standard ring and cover may be supported and adjusted to grade in accordance with specification section D2-14. The reducer shall be concentric and shall be joined to the barrel section at the factory with resin and glass fiber reinforcement, thus providing required monolithic design to prevent infiltration and/or exfiltration through the manhole. The manhole shall be manufactured in one class of load rating. This class shall be H-20 wheel load (minimum 16,000 pounds dynamic wheel load). d. Joints for sewer pipe line and drop connections sizes 4" - 12" shall be made by means of Inserta-Tee watertight compression connection. Installation shall be in strict accordance with manufacturer's written instnictions utilizing installation equipment approved for use by the manufacturer of the Inserta-Tee fitting. e. All manholes shall be marked in letters no less than 1" in height with the following information: I). Manufacturers Identification 2). Manufacturers Serial Number 3). Manhole Length 4). ASTM Designation 5). Installation assist marks (vertical lines 90 deg. apart at base of manhole). 4. Materials a. Resin: The resins used shall be unsaturated, supplier certified, isophthalic polyester resins. Mixing lots of resin from different manufacturers, or "odd -lotting" of resins shall not be permitted. Quality -assurance records on the resin shall be maintained. Non -pigmented Resin is required to allow for light or "sand" color of manhole surface in order tofacilitate easy from grade interior inspection. UV Inhibitors shall be added directly to restns to prevent photodegradation. Exterior gel -coating shall not be permitted. SS -4 Reinforcing Matenals: The reinforcing materials shall be commercial grade "E" type glass in the form of mat, continuous roving, chopped roving, roving fabric, or both, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. c. Surfacing Material: If reinforcing material is used on the surface exposed to the contained substance, it shall be a commercial grade chemical -resistant glass or organic surfacing mat having a coupling agent that will provide a suitable bond with the resin. • Fillers and Additives: Fillers, when used, shall be inert to the environment and manhole construction. additives, such as thixotropic agents, catalysts, promoters, etc., may be added as required by the specific manufacturing process to be used to meet the requirements of this standard. However, calcium carbonate mixed by the fabricator shall not be permitted. The resulting reinforced plastic material must meet the requirement of this specification. e. Laminate: The laminate shall consist of multiple layers of glass matting and resin. The surface exposed to the sewer/chemical environment shall be resin rich and shall have no exposed fibers. 5. Requirements a. Exterior Surface: The exterior surface shall be relatively smooth with no sharp projections. Hand -work finish is acceptable if enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 0.5 inches in diameter, delamination and fiber show. b. Interior Surface: The interior surfaces shall be resin rich with no exposed fibers. Interior surface shall be smooth for improved corrosion resistance and reduced sludge build-up. The surface shall be free of crazing, delamination, blisters larger than 0.5" in diameter, and wrinkles of 0.125" or greater in depth. Surface pits shall be permitted up to 6' 2" if they are less than 0.75" in diameter and less than 0.0625" deep Voids that cannot be broken with finger pressure and that are entirely below the resin surface shall be permitted up to 4' 2" if they are less than 0.5" in diameter and less than 0.0625" thick. c. Repairs: Any manhole repair is required to meet all requirements of this specification. SS -5 d. Manhole Lengths: Manhole lengths shall be in whole or 1/2 foot increments +/- 2". All tests shall be performed as specified in ASTM 3753, Section 8, Titled "Test Methods". See ASTM 3753, Section 8, Note 5, for Test method D-790 and test method D-695. f. Load Rating: The complete manhole shall have a minimum dynamic load rating of 16,000 Ib. When tested in accordance with ASTM 3753, 8.4 (note 1). To establish this rating the complete manhole shall not leak , crack, or suffer other damage when load tested to 40,000 ib and shall not deflect vertically downward more than 0.25" at the point of load application when loaded to 24,000 lb. g. Physical Properties: The cylindrical portion of the manhole is to be tested in accordance with ASTM Method D 2412. The manhole cylinder shall have the minimum pipe stiffness values shown in the table below, when tested in accordance with ASTM 3753, Section 8.5, (note 1). Flexural Strength (cone):Hoop: 15.4 x 103 psi Axial: 17.2 x 103 psi Flexural Strength (pipe):Hoop: 22.5 x 103 psi Axial:. 14.3 x 103 psi Compressive Strength: 18.9 x 103 psi h. Soundness: In order to determine soundness, an air or water test is to be applied to the manhole test sample. While holding the pressure between 3 -5 psi, the entire manhole must be inspected for leaks. Any leakage through the laminate is cause for failure of the test. Refer to ASTM 3753, Sec. 8.6. Chemical Resistance: Per ASTM C 581; (see ASTM 3753, Section 8.7), Flexural strength, flexural modulus, and barcol hardness are plotted versus time on log -log coordinates. The line defined by these points is extrapolated to 100,000 hours. The minimum extrapolation retention allowed for any of these properties is 50%. Test samples used are actual pieces of manhole or samples manufactured in a manner consistent in every way with the manhole component construction. SS -6 6. Certification When requested by the purchaser on his order, a certification shall be made the basis of acceptance. This shall consist of a copy of the manufacturer's test report or a statement by the supplier, accompanied by a copy of the test results, that the manhole has been sampled, tested, and inspected in accordance with the provisions of ASTM 3753 and this specification, and meets all requirements. Each certification so furnished shall be signed by an authorized agent of the supplier or manufacturer. • 7. Shipping and Handling Do not drop or impact the fiberglass manhole. Lift manhole with two slings on spreader bar in horizontal position or by use of 4" x 4" timber inserted crosswise inside the manhole to the underside of the collar with a rope or chain attached to backhoe or other lifting device. Manhole may be rolled, however, insure that ground is smooth and free of rocks, debris, etc. Use of chains or cables in contact with manhole surface is prohibited. 8. Installation Methods a. The manhole installation should strictly follow the manufacturers recommended installation procedures. b. Excavate an area around the top of the existing manhole sufficiently wide and deep for removal of the existing corbel. Measure and cut required length of fiberglass rehab liner. The bottom of the liner must be cut to fit the existing manhole invert as closely as possible. Make cut-outs in liner wall to accommodate existing inlets, drops, and cleanouts. d. To lift manhole, insert 4" x 4" timber crosswise inside the manhole to the underside of the collar with a rope or chain attached to backhoe or other lifting device. Lower FRP manhole into manhole and mortar liner bottom in place. A good bottom seal should be obtained in order to prevent loss of grout from the annular space between the outside of the liner and the interior wall of the existing manhole. An additional height of grout should be placed above the initial bottom seal. Reinstate all pipe inserts. A high strength, quick set grout shall be used to seal cracks and repair damage to the bench and invert. SS -7 e. Fill the annular space between the rehab liner and the existing manhole with a two sack mix of Portland Cement and sand. f Backfill should be place evenly around any exposed portions of the manhole in 12 inch maximum lifts and should thoroughly tamped to 90% Standard Proctor density before the next layer is installed. Backfill material shall be subject to approval by the engineer. The manhole will be brought to final grade using adjustment rings and a frame and lid constructed in accordance with specification section D2-14. D. MEASUREMENT AND PAYMENT This work shall be paid at the contract price for Point Repair, Job No. 2043. The puce shall be payment in full for performing the work as specified herein for either method of rehabilitation. Costs for all material, labor, existing pipe and manhole removed and disposed, pipe bedding and backfill material, and restoration shall be included in the contract price. SS -8 Building & Utility Contractors Inc. Contractor p.O. Box 68 Street Address Redfield. AR 72132 City & State 501-397-2594 Telephone VOLUME I CONTRACT DOCUMENTS SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION WHITE RIVER WATERSHED MINI SYSTEMS 7, 13A, 138, 14, AND 15 CONTRACT III CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS RJN GROUP INC. CONSULTING ENGINEERS DALLAS, TEXAS IN ASSOCIATION WITH MCCLELLAND CONSULTING ENGINEERS, INC. FAYETTEVILLE, ARKANSAS MCE PROJECT NO. FY692167 JUNE 1998 FY962167 CONTRACT DOCUMENTS SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION WHITE RIVER WATERSHED MINI SYSTEMS 7, 13A, 13B, 14, AND 15 CONTRACT III CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS JUNE 1998 I hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Arkansas. i�1�i/ 75. Ongme P.E. No. Date el R4 a_ •1_ t' L .ter...._... -.17 s i. J., , : 1' �..L , s ‘v 1/4.f..:::.:::4:...::-..t)e ..4 14 A' . r i..4.1 14 if. •t.J dv. / . /