Loading...
HomeMy WebLinkAbout163-02 RESOLUTION1 RESOLUTION NO. 163-02 A RESOLUTION TO APPROVE A CONTRACT WITH TOMLINSON ASPHALT COMPANY, INC. IN THE AMOUNT OF $616,207.70 TO FURNISH ALL MATERIALS AND TO CONSTRUCT AND PAVE THE EXECUTIVE HANGER COMPLEX PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves the contract (attached as Exhibit A) with Tomlinson Asphalt Company, Inc. in the amount of $616,620.70, plus a contingency of $61,620.77 for the construction of the Executive Hanger Complex Project. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves the budget adjust attached as Exhibit B. ll_ PASSED and APPROVED this the 15th day of October, 2002. ti ATTEST: BY: Ii ��7.ley Bather Woodruff, City Cl rk APPROVED: By: D CO S DY, Mayor it NAME OF FILE: CROSS REFERENCE: Item # Date Resolution No. 163-02 Document 1 10/15/02 Resolution # 163-02 2 10/15/02 Contract 3 10/02/02 Budget Adjustment 4 10/02/02 Staff Review Form 5 10/22/02 Letter from Heather Woodruff, City Clerk to Ray Boudreaux, Airport NOTES: .rJ. . CONTRACT REIVED SEP 3 0 2002 EXHIBIT A THIS AGREEMENT, made and entered into on the / day of OCJ1 G, 2002, by and between Tomlinson Asphalt Company, Inc. and the ity of Fayetteville: WITNESSETH: That Tomlinson Asphalt, for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That Tomlinson Asphalt shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled City of Fayetteville Executive Hangar Complex. Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond General Conditions Supplemental Conditions Specifications 2. That the City of Fayetteville hereby agrees to pay to Tomlinson Asphalt for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of: Six Hundred Sixteen Thousand Two Hundred Seven and 07/100 Dollars ($616,207.70). 3. The Work will be completed and ready for final payment in accordance with the General Conditions within 120 days after the date when the Contract Time commences to run, as provided in the Notice to Proceed. 4. Liquidated Damages: City of Fayetteville and Tomlinson Asphalt recognize that time is of the essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving the actual Toss suffered by City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, City of Fayetteville and Tomlinson Asphalt agree that as liquidated damages for delay (but not as a penalty) Tomlinson Asphalt shall pay City of Fayetteville Three Hundred Fifty Dollars ($ 350 .00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. FY022104 Executive Hangar Complex Section 00500 - 1 • • 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to Tomlinson Asphalt on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by Tomlinson Asphalt, LESS the retainage provided in the General Conditions, which is to be withheld by the City of Fayetteville 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 City of Fayetteville. 6. That upon submission by Tomlinson Asphalt of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by Tomlinson Asphalt 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 Tomlinson Asphalt of all work covered by this Agreement and the acceptance of such work by the City of Fayetteville. 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 City of Fayetteville 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, Tomlinson Asphalt shall, at his expense, within 5 days after the receipt of notice from the City of Fayetteville, fumish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City of Fayetteville. In such event, no further payment to Tomlinson Asphalt 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 foram satisfactory to the City of Fayetteville. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the City of Fayetteville in writing. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in three (3) counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an original Contract. SEAL: ATTEST: FY022104 Executive Hangar Complex TOMLINS�PH� By 13zzra5�%ts /l. l/ Title CITY OF FAYETTEVILLE By I Dan Coody, Mayo Section 00500 - 2 ("City of Fayetteville, Arkansas Budget Adjustment Form EXHIBIT B udget Year 2002 Department: Aviation & Economic Development Division: Airport Program: Capital Date Requested 09/27/2002 Adjustment # Project or Item Requested: $677,829 is requested in the Capital program Building Costs account to construct an aircraft parking ramp to serve the South Corporate Hangar Complex. Project or Item Deleted: To recognize $166,600 In State grant revenue - Arkansas Dept of Aeronautics grants #1877-02 & #1878-02. $150;000 -in -the -Airside program -Professional -Services- - account. To use $361229 from Use of Fund Balance. Justification of this Increase: Investment in this facility supports the Airport's strategic goals for the future self sufficiency of Drake Field. This aircraft ramp pavement will provide the infrastructure for private investment in corporate hangar facilities. Justification of this Decrease: Airport funds leverage State grant funds for hangar development. Sufficient funding remains in Prof Sery account to meet 2002 objectives Sufficient funding remains in Fund Balance to comply with City policy. Increase Expen e (Decrease Revenue) Account Name Amount Building Costs 677,829 Account Name Account Number Protect Number 5550 3960 5804 00 02131 1 Decrease Expense (Increase Revenue) Amount Account Number State Grants 166,600 Professional Services 150,000 Use of Fund Balance 361,229 5550 5550 5550 0955 3950 0955 Project Number 6805 00 02131 1 5314 00 4999 99 Approval Signatures Requested By Date Bud•..,.. lir Date Dep 7?/- A ervices Director Date Mayor Budget Office Use Only Type: A B C Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log Blue Copy: Budget & Research / Yellow Copy: Requester E STAFF REVIEW FORM X AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW South Hangar Apron Complex Tomlinson Asphalt For the Fayetteville City Council Meeting of: October 15, 2002 FROM: Ray M. Boudreaux Aviation & Economic Development Airport Name Division 7 1De°partment MTI d ACTION REQUIRED: Resolution to approve a Contract wi inson Asphalt, Inc. to construct aircraft hangar apron. Includes a 10 % contingency amount. Approval of a budget adjustment. Forward to the Mayor for signature. COST TO CITY: $677,829.00 Cost of this request 5550.3960.5804.00 Account Number $ - South Hangar Apron Complex Category/Project Budget Program Category / Project Name $ Capital Funds Used to Date Program / Project Category Name 02131.1 $ Project Number Airport Remaining Balance Fund Name BUDGET REVIEW: /v v Budget Manager Budgeted Item X Budget Adjustment Attached q.27e6L Date Administrative Services Director Date CONTRACT/GRANT/LEA'�'S,�/ELREE�VVIIEW : Acco nting Manager/ D� !/CJ /NMM. /d/i /6 City A�tt4 nneyy�p Date ADA Coordinator Date Purchasing Manager Date Grant Coordinator Date Internal Auditor q/3a1oa— Date STAFF RECOMMENDATION: Staff recommends approval of contract and associated budget adjustment. s Director Date /0/2 2 / Date Cross Reference New Item: Yes No Previous Ord/Res#: 036-02(eng. cntrct) Orig. Contract Date N/A Orig. Contract Number N/A • • Staff Review Form - Page 2 Description Tomlinson Asphalt - S Hangar Apron Complex Meeting Date October 15, 2002 Comments: Reference Comments: Budget Manager Accounting Manager City Attorney Purchasing Manager ADA Coordinator Internal Auditor Grants Coordinator FAYETTEVILLE THE CITY OF FAYETTEVILLE, gt$ANSAS DAN COODY, MAYOR TO: THRU: FROM: DATE: SUBJECT: MEMORANDUM as Dan Coody, Mayor Fayetteville City Council Members Staff Review Committee Ray M. Boudreaux, Director, Aviation and Economic De September 26, 2002 Executive Ramp Project • lopment Background: Beginning in January 2002, Airport staff began planning for a new aircraft parking ramp to accommodate corporate style hangars. Following Strategic Planning meetings, the Airport Board approved a new five year plan that included the new Executive Ramp Development area to support the corporate communitywith facilities near the highway, convenient for passengers. Initial designs and cost estimates were used to apply for a State grant for the design and construction of the ramp. Application wes made January 25 to the State, approeed by the City Council resolution February 5 and awarded by the State Aeronautics Commission at their February 13, 2002 meeting in the amount of$166,600 for the project estimated to cost $205,670. The State Aeronautics Commission required that there be tvo leases signed for parcels to construct hangars on the newramp before the grant could be used. Two leases were negotiated and signed. Don Nelms and Flying Investments, Inc. signed leases in May 2002 for ground on which to construct new hangars. Both companies requested South facing buildings which necessitated a modified design for the area and an increase in the scope of the project. In May we presented the project to the Planning Commission br Large Scale Development approval. Following several meetings with planning and engineering staff, additional engineering was needed to allow for increases in drainage runoff caused by the construction of the buildings. Large Scale Development approval was granted. The Executive Ramp Development Project has evolved into a very nice development. The initial project was for phase one to begin on the South side of the new ramp. The first tenants to lease land for hangars asked for South facing doors so the first new hangars would need to be constructed on the North side of the ramp. The construction estimate grew to $713,612.37 for the ramp and support infrastructure. The project now includes four times the initial parking area, a new sewer pump station and water to support fire suppression systems in all five hangars in the LSD. It also relocates the entrance road and provided security fencing around the entire project. The Board decided to build the new FBO Hangar adjacent to the Terminal for easy access so the North side of the development is full. We have interest from another company to build a hangar on the South side of the ramp. Aviation and Economic Development Department Fayetteville Municipal Airport, Drake Field 4500 South School Avenue, Suite F Fayetteville, Arkansas 72701 Ray M. Boudreaux, Director The project bids were opened September 27 at City Hall. The low bidder was Tomlinson Construction of Fayetteville in the amount of $616,201.70 for the base bid. All hangars on the airport are full. The new Executive Ramp Development project will allow the needed expansion space for our new FBO hangar and several corporate hangars. We have leases for two corporate hangars. One is readyto begin construction and has a delieery date for their building in November. This expansion project is essential for our continued development as the premiere general aviation airport in Northwest Arkansas. Purpose: Review and acceptance of the lowest responsive bid and the contract for the construction of the new FBO Hangar to Tomlinson Construction. Budget Considerations: Base bid of $616,207.70 plus a 10% contingency. Funding is available. Requested Action: Approve the award of the lowest responsive bid and Mayor sign the contract for construction. Attachments: Staff Review Form Contract Budget Adjustment Aviation and Economic Development Department Fayetteville Municipal Airport, Drake Field 4500 South School Avenue, Suite F Fayetteville, Arkansas 72701 Ray M. Boudreaux, Director SEP -30-2002 MON 03:27 PM FAUN, AIRPORT 4797187646 • MIKE HUCKABEE GOVERNOR Ciary GummiII Chairmen Innc.hom Darryl Riddell Vicc-Chairman West Helena Murg:vitu Pun¢wa Rogers luhn A. Sparka Little Kock Kon lnhn.nn Pine HMI Ken Pyle Fort Smith Merlon Bunnn Little Rock STATE OF ARKANSAS DEPARTMENT OF AERONAUTICS P. 02 Lit le Rock N tic al Airport • One Airport Drivt, • Ird Floor Lint: Ruck, Arkansas 72202-4402 Tdt:phonne: (501) 376-6781 • Fax; (501) 378.0820 February j8, 2002 JOHN K. KNIGHT DIRECTOR Mr. Ray Boudreaux, Directo Aviation and Economic De elopment Fayetteville Municipal Ai ort 4500 South School Av ue, Suite F Fayetteville, Arkansas 72701 Dear Mr. Boudreaux: 1 9 2002 The Arkansas Aeronautics Commission in their meeting of February 13, 2002 approved a State Airport Aid Grant in the amount of $74,088.00 to convert car parking area to ramp with overlay at the Fayetteville Municipal airport. (9010%) Your grant has been assigned a number for identification purposes. Please use 1877-02 as your grant number when corresponding with our office concerning your project. You should advise the Director of this office if you fmd you will not be able to complete the project for the amount approved An amendment request for the project may then be acted on at the next Commission meeting. The Commission will not be responsible for any additional project costs unless the sponsor has received notification in advance. The Commission has asked that we call your attention to Page Three (3) of your application tor State Airport Aid. You agreed, when the application was submitted to start the project within three months after approval or the grant would be null and void. The next to the last paragraph requires that thepr 1uepe the completed within one year unless it is partially funded by the Federal Aviation Administration (FAA) Please advise if circumstances beyond your control prevent the completion within the allotted time, otherwise, the grant may be canceled. Payment of this grant may be made on completion of the project provided the commission has received written assurance that lease agreements have been signed for two hangars as described in the grant application. Please request payment of this grant in writing and include your documentation for the project at that time. Sincerely, John K. Knight Director JK/cb SEP -30-2002 MON 03:28 PM FAYUN. AIRPORT 4797187646 STATE OF ARKANSAS DEPARTMENT OF AERONAUTICS MIKE HUCKABEE GOVERNOR Gay Galati l Chairman Joncuham Darryl Riddell Vice -Chairman West uelena Margarita Fumanti Roger. John A. Sparks Little Ruck Ken Johnson Pine tilurf Ken Pyle run Smith Marion Burton Little Rock • P. 03 Little Rock National Airport • One Airp rrt Drive • 1n1 Fluor tittle Rnck, Arknnaas 72202-4401 Telephone: (501) 37h-67141 • Fax: (501) 378-1182(1 Februa 3, 2002 JOHN K. KNIGHT DIRECTOR Mr. Ray Boudreaux, Direct Aviation and Economic , elopment Fayetteville Municipal rport 4500 South School Avenue, Suite F Fayetteville, Arkansas 72701 Dear Mr. Boudreaux: The Arkansas Aeronautics Commission in their meeting of February 13, 2002 approved a State Airport Aid Grant in the amount of $92,512.00 for new taxiway and apron expansion at the Fayetteville Municipal Airport. (75-25%) Your grant has been assigned a number for identification purposes. Please use 1878-02 ✓ as your grant number when corresponding with our office concerning your project. You should advise the Director of this office if you find you will not be able to complete the project for the amount approved. An amendment request for the project may then be acted on at the next Commission meeting. The Commission will not be responsible for any additional project costs unless the sponsor has received notification in advance. The Commission has asked that we call your attention to Page Three (3) of your application for State Airport Aid. You agreed, when the application was submitted to start the project within three months after approval or the grant would be null and void. The next to the last paragraph requires that the proiect he completed within one veer unless it is partially funded by the Federal Aviation Administration (FAA). Please advise if circumstances beyond your control prevent the completion within the allotted time, otherwise, the grant may be canceled. Payment of this grant may be made on completion of the project provided the commission has received written assurance that lease agreements have been signed for two hangars as described in the grant application. Please request payment of this grant in writing and include your documentation for the project at that time. Sincerely, John K. Knight Director JK/cb • RESOLUTION NO. 15-02 A RESOLUTION AUTHORIZING THE MAYOR TO SIGN GRANT AGREEMENTS IN AN AMOUNT NOT TO EXCEED TWO HUNDRED THOUSAND DOLLARS ($200,000.00) PLUS A TEN PERCENT (10%) PROJECT CONTINGENCY FOR THE DEVELOPMENT OF EXECUTIVE RAMP FACILITIES AT THE FAYE 11 EVILLE MUNICIPAL AIRPORT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby authorizes the Mayor to sign grant agreements in an amount not to exceed Two Hundred Thousand Dollars ($200,000.00) plus a ten percent (10%) project contingency for the development of executive ramp facilities at the Fayetteville Municipal Airport. PASSED and APPROVED this 5th day of February, 2002. ATTEST: By: ATHER WOODRUFF,C�tyf Clerk APPROVED: By: QOM DAN COODY, Ma MZEMcCLEL�AND CONSULTING ENGINEERS, INC. ( O(SlCNEO TO SERVE I • P.O. Box 1229 Fayetteville, Arkansas 72702-1229 501-443-2377 FAX 501-443-9241 September 27, 2002 -Mr. Ray Boudreaux Airport Director Airport Department 4500 S. School, Suite F Fayetteville, AR 72701 Re: Executive Hangar Complex Fayetteville Municipal Dear Mr. Boudreaux: Bids were received on the above referenced project on Thursday, September 26, 2002, with seven (7) Contractor's submitting bids. The low bidder is Tomlinson Asphalt Co., Inc., of Fayetteville, Arkansas, in the amount of $ 616,207.70 for the Base Bid. A copy of the Bid Tabulation is enclosed. The project estimated construction cost was $711,875.00. We have worked with Tomlinson Asphalt Co., Inc., on numerous projects and have had very excellent results. We recommend the City accept the low base hid submitted by Tomlinson Asphalt Co., Inc. for the Base Bid in the amount of $ 616;207.70. If there are any questions regarding the bids or this recommenriation•, please contact us. Sincerely, McCLELLAND COULTING ENGINEERS, INC. Wayr� Jones P E Vice Pr sident Enclosures: Bid Tabulation Estimated Construction Cost J 1IW2t022104ttonascumenukEouereaux-92].wpewi Item No. BASE BID Items EXECUTIVE HANGAR COMPLEX SITE WORK DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT 24 -Sep -2002 1 Mobilization & Demobilization 2 Clearing & Tree Removal 3 Topsoil Striping (500 CY) 4 Topsoil Stockpile Removal (3600 CY) 4a Topsoil Replacement (6" Thickness) (Over Disturbed Areas not Paved 5 Excavation 6 Embankment from Excavation (2200 CY) 7 Select Borrow Embankment (4000 CY) 8 Asphalt Pavement Removal & Pulizering and Placementwithin Apron Area 9 Curb and Gutter Removal 10 Remove Curb Inlets 11 Remove Storm Drain Pipe 12 Remove Parking Booth 13 Class 7 Base 14 ACHM Type II or III 15 8" Concrete Taxiway Pavement 16 New Curb Inlet 17 New Concrete Grate Inlet 18 New Junction Box 19 18" RCP, Class 3, Wall B 20 24" RCP, Class 3, Wall B 21 Curb and Gutter 22 5'- Wide Sidewalk 23 6' Chain Link Fence with Barbed Wire 24 Joint Sealant for 8" CCMC Pavement 25 Pipe Underdrain 26 Soil Stabilization Fabric 27 8" PVC, C900 Water Line 28 8" Gate Valve 29 6" Gate Valve 30 Ductile Iron Fittings 31 5-1/4" Fire Hydrant Assembly 32 Relocate Existing Fire Hydrant Assembly 33 8" PVC, SDR 26 Sewer Pipe 34 Class 7 Trench Backfill Quantity Unit Unit Price 1 LS $ 6,000.00 $ 1 LS $ 1,850.00 $ 1 LS $ 2,750.00 $ 1 LS $ 25,000.00 $ 1 LS $ 10,000.00 $ 1 LS $ 9,500.00 $ 1 LS $ 11,200.00 $ • 1 LS $ 37,000.00 $ 18400 SY $ 3.50 $ 3600 CY $ 3.50 $ 6 CY $ 750.00 $ 1 LS $ 4.00 $ 1 LS $ 850.00 $ 4500 Tons $ 15.00 $ 3000 Tons $ 55.00 $ 830 SY $ 32.00 $ 2 EA $ 2,500.00 $ 7 EA . $ 2,400.00 $ 2 EA $ 2,500.00 $ 875 LF $ 22.00 $ 308 LF $ 30.00 $ 320 EA $ 8.00 $ 200 LF $ 13.50 $ 1060 LF $ 8,60 $ 1 LS $ 1,750.00 $ 400 LF $ 9.00 $ 200 SY $ ' 1.20 $ 1025 LF $ 22.00 $ 4 EA $ 800.00 $ 2 EA $ 700.00 $ 2400 Lbs. $ 3.50 $ 2 EA $ 1,800.00 $ 1 EA $ 1,400.00 $ 1220 LF $ 26.50 $ 450 Tons $ 15.00 $ J:\2002\022104\estimates\Exec-Hang.wb3 Page 1 Extended 6,000.00 1,850.00 2,750.00 25,000.00 10,000.00 9,500.00 11, 200.00 37,000.00 64,400.00 12,600.00 4,500.00 4.00 850.00 67, 500.00 165,000.00 26, 560.00 5,000.00 16, 800.00 5,000.00 19,250.00 9,240.00 2,560.00 2,700.00 9,116.00 1,750.00 3,600.00 240.00 22,550.00 3,200.00 1,400.00 8,400.00 3,600.00 1,400.00 32, 330.00 6,750.00 Item No. 35 36 37 38 EXECUTIVE HANGAR COMPLEX SITE WORK DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT 24 -Sep -2002 BASE BID Items Sanitary Sewer Manhole 5 -HP Duplex Pump Station with 2" Force Main Relocate 55 -Ft Apron Lighting Pole with Foundation Wiring and Conduit Remove Parking Area Lighting Pole and Foundation 39 Reinstall Parking and Drive Lighting Pole with Foundation, Wiring and Conduit 40 Seeding, Mulching and Fertilizer 41 Silt Fence with Wire Fabric 42 Straw Bale Erosion Protection 43 Trench and Excavation Safety 44 1" Water Meter Setting with Box & 1" Service Line 45 Paint Striping of Parking and Taxiway 46 Contractor's General Conditions Cost 47 Undercut and Backfill 48 Planting 2" Caliper Trees Elec. Transformer Pad and Two 4 -inch 49 Sch. 40 PVC Condiuts (48" Depth) for AEP- SWEPCO Service Quantity Unit Unit Price Extended 3 EA $ 2,200.00 1 LS $ 53,000.00 1 EA $ 1,600.00 11 EA $ 250.00 10 EA $ 600.00 4 AC $ 1,800.00 900 LF $ 4.00 100 EA $ 2.50 1 LS $ 4,500.00 1 EA $ 750.00 1 LS $ 1,500.00 1 LS $ 0.00 400 CY $ 15.00 29 EA $ 225.00 $ 6,600.00 $ 53,000.00 $ 1,600.00 $ 2,750.00 $ 6,000.00 $ 7,200.00 $ 3,600.00 $ 250.00 $ 4,500.00 $ 750.00 $ 1,500.00 $ 0.00 $ 6,000.00 $ 6,525.00 2 EA $ 6,000.00 $ Estimated Construction Cost Item DEDUCTIVE ALTERNATES BID No. Items Quantity D-1 Topsoil Stockpile Removal (3600 CY) D-2 8" PVC, C900 Water Line D-3 5-1/4" Fire Hydrant Assembly D-4 8" PVC, SDR 26 Sewer Pipe D-5 Sanitary Sewer Manhole D-6 Class 7 Trench Backfill Unit Unit Price 1 LS $ 25,000.00 345 LF $ 22.00 2 EA $ 1,800.00 397 LF $ 26.50 1 EA $ 2,200.00 50 Tons $ 15.00 Estimated Construction Cost Less Deductive Alternatives J:\2002\022104\estimates\Exec-Hang.wb3 Page 2 12,000.00 $711,875.00 Extended $ (25,000.00) $ (7,590.00) $ (3,600.00) $ (10,520.50) $ (2,200.00) $ (750.00) ($49,660.50) $662,214.50 BID TAB McCLELLAND CONSULTING ENGINEERS, INC. FY022104 Executive Hangar Complex Fayetteville Airport CONTRACTOR TOTAL BASE BID Tomlinson Asphalt $616,207.70 Red Deer $679,250.00 Basic Construction $703,842.00 McClinton -Anchor (APAC) $716,870.50 Mobley Contractors $771,416.94 Sweetser Construction $7971118.00 Township Builders $956,447.00 NM gel 0!a\g 7 Trench Backfill// J ary Sewer Manhole C, SDR26 Sewer Pipe ' Fire Hydrant Assembly _ C, C900 Water Line Al Stockpile Removal (3600 CY) --� rnate Bid Schedule 31D (Items 1 through 49) Transformer Pad and Two 4 -inch Sch. VC Conduits (48" Depth) for SWEPCO Service ' Caliper Trees and Backfill actor's General Conditions Cost Striping Parking & Taxiway • iter Meter Setting with Box & Service :h and Excavation Safety Bale Erosion Protection ence with Wire Fabric ing, Mulching and Fertilizer tall Parking and Drive Lighting Pole with dation, Wiring and Conduit we Parking Area Lighting Pole and dation ate 55 -foot Apron Lighting Pole with dation, Wiring and Conduit Duplex Pump Station with 2" Force & Electrical Service ailnewer Manhole 110 0 0 0 a 09 CU Ut Description 50 -+ 397 N CO 01 -1 N CND A 0 -1 -1 — - 0 CO 0 A _ 0 -� — A 0 Estimated Quantity Z>11 D71vr) D Mn LS LS D LS D LF 1 AC EA �f-s D EA L N X00 y0 z M (n0O)N IV CO00000 M -COM 0J<A00 69 J M W 14 M— V 2. W- N EA tit C) 0) CO N 0 MN NMEA A OACC(C N0NC am(ro.0 O) EA A CO M N 01 J N M W NM CO O)(O :-.!wN(A E0CO -1M W M W N O M O) CO W 0 M J O 0 M N J CO CO (0 0 A CO W 0 0 O 0 EA COM )O-• O ON OW N Unit Price Mobley Contractors, Inc. M-1 V O)(ON0)A 01 0 MEAM Ci 0(OU1 O 0 m 0) to 0 W A O 0 •M M-1 V N N O 0 A V N O 0 -J W (0 V b O -1 -1 V N 0) A O MEA O) CO 0)(A0)0 CO -L 14 N VMA N ONO 0 CC 01 4A N CO 0 M 01 01 J N 0 $3,286.73 EA 0 W A 0 001') N (7 Uta N0) 0 A - co a ' COW W O 0 69 (0 V O 0 M N CO CO W 0 A 0 o 0 0 O 0 M N V 0 O 0 $6,853.50 j Extended Price M A 000000 000000 N O O O A O o O O M a N M CC O C O 0 D) 0) A b 0 M W (A 0 o000 0000 M - A t69 N O 00 O W W N M O) 0 O 0 0 N o 0-4.-u0 O 00oo 0000 M N M O N N O $1,325.001 $13,250.00 M N (0 N 0 0 N O p O 0 0 M N V 0 0 0 0 N O O 0 00 0 co -1 A 0 C M V a 0 Jerry D. Sweetser Construction Co., Inc. 1 0O0oL$ __ _ 1 M N O 0 O o 0 I $15,880.00 M A a(AO 0 001 0 000 M C11 N 0 M CO O 0 0 M •V to V -a co b 0 M -• J N 0 O 0 M 0490(4COCO -+O)O (A O 0 0000 M 0 O 0 M -LM a 001 0 W W 0 O) 0 O O 0 M0MM O 0 O O 0000 NOO) 0 O O 0 O O 0 O O M p) ()1 A N O 0 M N CD 0 O O 0 00.o0L'gg$ M 0)0) O 0 O O 00 M W 0 a O Extended Price M A 0 o $1,500.00 MNMO N N 0000 a0o0 O O N V EA Of O O M J O 0 O 0 0 MM 0+030 0 0000 o J o EA CaM W O) o M (A 0 a A O 0 0 o 1 $1,000.00 -3690 O 000 000 (a M O M 0 O 0 0 W 0 O 0 0 M 0 0 O 0 o 69 J O 0 OO 8 69 -01 0-3 00 oo 69 A Township Builders, Inc. C 0N . 7/ 7. n 0 (A J O a a 0 EA 01 O O 0 00000 M -1A W 0 ONO 0 0 CO O 01 0 M 0) O O 0 M 01 O) A A V O 0 M CA0) N 0 O O 0 MW O) 00030 000000000o 0000 0000 M -CO CO W M + (A M A 0 a 0 M a 0000 0 0000 M 0 0 M N J 0 M 0) O) 0 -1M CO 0 0 b 0 W W 0 O pO M A O 0 O o0 69 V O 0 O 00 M A 01 00 O bin M to W O Extended Price m W mX vmflc g wr 1- <v tnCD �m� -a ▪ "EDW a Z C Z C Bp Z n r ▪ -< - -j )6:31%) Nr:6-79 Z N I D NAZ� --1 Zgm.gel pia�gr C. SDR26 Sewer Pipe ate Existing Fire Hydrant Assembly ' Fire Hydrant Assembly e Iron Fittings ite Valve N N CD 'C, C900 Water Line _ I stabilization Fabric Underdrain (n CD O ain Link Fence with Barbed Wire le Sidewalk and Gutter CP Class 3, WallB .CP, Class 3, Wall B Junction Box IIIIPErete Inlet. 15 L° ncrete Taxiway Pavement O — a ;7Base we Parking Booth < N U) '3 o MI CD we Curb Inlets and Gutter Removal alt Pavement Removal & Pulizering and rment within Apron Area :t Borrow Embankment (4000 CY) 3nkment from Excavtion (2200 CY) vation (2600 CY; oil Stockpile Removal (3600 CY; oil Stripping (500 CY) irlif & Tree Removal Mon & Demobilization Description placement (6" Thickness) (Over Ueas not to be Paved) t for 8" CCMC. Pavement - N O" NONA N 0 1,025 200 400 a W 200 N 0 308 875 t.J V N 830 3,000 4,500 1 a_ Cr) 3,600 18,400 .S a " " """a Estimated Quantity 11> D LBS 1 m EA l LF <T LS 1 LF {� LF I ;�y EA N000 Z LS I LS ) D I LF < CI) (l)Z LS LS LS LS LS 1 LS $ a N N W E' O V N O $1,732.50 EA N V W 0 N-• O(C IA) N ERO) OO((nn O NEA-•(ODa -Aa O A 000Na N CO E' lP O O) CO W V CST EA Na co ri aNO0OtitO W ffpp A 0000--A-+ in EA N (N)10 CO EA N�O V 69 N OV O D O EEAA A W a N V W y) UD o0 CO 69 NEA .0) V On O (AT 0a W D 69 N -+ EA N N 01 A CO N O (0 0 fa O0 - A O 0 a N V N O 0 N O -NJ CO OO 0 69 A O(n A 0 69 a. a0OY W In 0 N N a W a Unit Price Mobley Contractors, Inc. N U) J O O 0 N N CO O O O 69 N O V N o EA W A m CP O 0 EA O; Cr V N C 0 EA 0 N in 0 EA (.) N V O 0 O N in N U l 'co 0 EA ---41.1,3 O O 0 0 EA W N 0 0 EA m 0 (D CO 0 0 a OY CR CD CD 0 0 EA �O(nO bi (P O 0 0 EA -CO O CD Cr) 0 a V A CO 0 A W V CO W V N EA A(0N Cn W V O a ON n O O f O EA V N N s N W V A W CO 0 0 EA W O0 W CO O 0 0 �V �NNO CO N f O O EA O CO V al O EA V N 0 N 0 69 A CO 0 0 0 69 A d 0 0 O 0 EA A CO A N 0 Co 0 ER a (O N_ A 0 0 IA a N 0) J N O 0 E9 N O N 0 O 0 000 EA A O (Un1 A 0( EA CO W 31 $22,661.31 Extended Price V CO L11 0 0 EA N N V V CD 0 0 fA A O 0 00 0 N O O O 0 69EA N O 0 o 0 000 fA A 0 EA O 0 0 EA CO C)EA69 0 0 o 0 o 0 o A 0 o 69 CP O O 6 ono -+ ER A A NEA CO 0 0 0 0 00 W 0 0 W 0 0 0 -• O O 6 o N 69 O O 0 00000 NEA O O 0 A O 6 Ep A N 0 EA O O 0 0 00 009$ (A OEA O 0 00 W 0 69 A 01 0 O O 0 O 0 I $18,200.00 _63 O O 0 0 69 CO O 0 0 0000 W 0 0 0 AN O 0 0 FA O 0 0 Unit Price 'coW 0 0 0 A 0 ferry D. Sweet nstruction Co A CO O co 0 0 ER N O O 0 0 fA 69 CCUN O 0 0 fA CID C C 0 EA 0 O O 0 fA W O O O 0 $46,125.001 O AO 0 O 0 EA fn 0 O 0 EA (n V 0- O 0 4A Ul W V 0 100'009'9$ 69 N-• -CO CO 0 o EA a O CO 0 0 Al N (n N N 0 o 69 W A O 0 CCD I $15,400.00 I (IA A N 0 0 0 EA W V W 01 0 0 EA a N O 0 0 0 0 0 On 0 0 0 On0O 0 0 0 W 0 0 0 EA a O 0 0 0 E9 "co O 0 0 00.000'ops 'co 0 O 0 EA CO N O O O CO O 0 0 b 0 CO O 0 0 0 W O 0 0 0 {p y O 0 0 O 69 N O 0 0 0 Extended Price 69 0 W 0 0 0 0 EA N O 0000000p00000000000000000006666666 0 69 O O O 0 EA N O O 0 ER CO 0 E'EA V 0 O 0 CO 0 O 0 EA NEA (n O CO 0 EA -• N o 69 (.t O 0 0-• O EA a o EA W 0 0 EA a (n 0 EA V N 0 E9 (n N 0 69 NNN 01 O O 0 69 N O O 0 69 N O f J 0 EA A CO 0 69 N N 0 69 0 0 EA NOS 0 O 0 0 EA O O 0 0 O O 0 0 E' N 0 ER A 0 69 O A 000 0 O 000 EA a CO 0 O 69 N A 0 O EA N O 0 O 0 69 O 000 0 0 000 6E9 A 0 0 69 0 0 I $33,000.00 Unit Price Township Builders, Inc. W A m 0000000100000000000 000060600600600000 000000000000000000 O CO 0 EA A ANA co EA V" 0 EA69 0 W 0 0 N f n 0 N y) 0 0 69 A 0 000)00-V0000 to W-• 0 aee co. 0) O EE9q A 'co N� N -+ 0 f n EA.aEp U l O (n A A A I $39,540IOOI 69 N 0) 0 000000 000000 000006060 000000000 J N 0 69 N 0 6969 0) 0 W 0 En a O 0 �V W in 0 0 OO) A O 0 00 E' ED p 0 _W'000'6Zs _ 1 - N b 0 0 00000 00000 b9Eq 0 0 0 0 A-• 0 0 0 EAE' 0 0 0 W 0 0 0 Extended Price m co m x ✓ Emm vmmc o r m v a g g D W o Z C Z C 3 o Z0r cT D D .51▪ 1NroZ tom N A XJ r Z x z9M yes crew C, SDR26 Sewer Pipe ate Existing Fire Hydrant Assembly ' Fire Hydrant Assembly e Iron Fittings to Valve to Valve C, C90O Water Line_ tabilization Fabric ] Jnderdrain Sealant for 8" CCMC. Pavement An Link Fence with Barbed Wire le Sidewalk and Gutter CP Class 3, Wall B _ 0c` 0 d, co CO C 93 7 Inlet MIErete Inlet ncrete Taxiway Pavement A Type II or 111• 7 Base we Parking Booth we Storm Drain Pipe we Curb Inlets and Gutter Removal At Pavement Removal & Pulizering and ment within Apron Area t Borrow Embankment (4000 CY) inkment from Excavtion (2200 CY) ration (2600 CY) Al Replacement (6" Thickness) (Over bed Areas not to be Paved) AI Stockpile Removal (3600 CY) in & Tree Removal n & Demobilization 0 !Stripping (500 CY) 0 03 1,220 I N 2,400 N A N N 200] 400 -' 0) 0 N a 320 0 CO 875 4 N) 830 3,000 4,500 -+' O) 3,600 18,400 -I -1 -+ .. _a te Estimated Quantity TD �-•1 Dy EA 1 Dm< CA LF LS 1 LF 1 < LF 'rn �*1R ��Or EA EA -C NOJA Z Z LS LS EA LE < LS LS LS LS LS r ] LS N A 0 4949 0 0 C CCm.o C0 W CO o 0 W $2.00 I N Ca)) $980.00 -I a V O S f{ n� a. 0(691) 0 CWp 694949 0 00000 N CO +. C cn WN d -L 6949 N S ba 0885 011, f P �(Q.q�S O VD -.p 0 I 0)49-'' 0) N 0 J o 0 A O 0 49 CO O 0 �W49 pNcn O 0000 W N ( 010 O A O ] Unit Price Tomlinson Asphalt Company, Inc. 69 N -r0 (n O 40' 10 0 a 49 tJ 0 O 4A W69+W 0 o C a EA O 0 49 Al O N a $400.00 I V o O ty(pppo 0 C 69 a O ID Oo)� p O 0 cOr O 0 49 N 00 C 0 1 OS"L09'tr£8 W CO 8 0 1 $15,330.001 I 53,700:00] 69 as Co a En J 0 0 69 W (69 1) 0 EA S a V 0 O 0 49J O 0 to CO N 0 EA Co) 01 a fa p 0 a 69 pAA 0 a S O 0 6944 (N300)N O 8 (71 0 p0 8 tp Q. 0 8 Extended Price x'8040)00" a 0 a pi 69 0 a 49 0 o a C op o O a O) o 094.90 N C C O a 69 O C -Ir` 0) 0 C n a EOTCOCOOT63" a D a p o a p W 0 696969 O a N o a N O a W 0 J a N 0 1 51,500.00 �p N `b'g49 O D o a W o 69 -. O (49 A 8 0 0 1 512,000.00 49 O a O 0 69 -s s O 0 ] 517,000.00 N 000 O 0 NCO 0 0 69 co Coco Unit Price Red Deer Inc. N4969E-s69 W oao ob000 00000 N C.)Oa 000 1 oo ooz'£8 -' O) oo oob0000a 0000000 w49a69EAa W a0)fAN ,mod oo 69 A 531,500.001 69 co 888 o000 0000 -tn� NAO ] $112,050.00 a o 0 0 ( 51,500.00 ECA�69a 888 00o 000 () o a 0)49 888 0069 000 )0 $15,000.00 $17,000.00 $2,000.00 ER $a 0o 00 �nCO m a Lo n' con 49+01 N 0000a 69� O CNA490 O A IA O $1,000.00 I 56949 Q) g$`b" W V S $3,000.00 ] w 0050909102p001•00 aaEo)'gogg$00001a W EA NN 696969 N c 0 + C69ncna lo 69 E49 69 p I $14,000.00 En 8 0 0o W 01 0 V49� 0 0 as 0 $15,500.00 69tnrnw 0000 0880 0 b c Basic Construction, Inc. re 1 A $1-47&10.00-1 69 01 0 0 En4969 Ca 0 0 0 CC 0 0 8 -` 0 0 0 $4,000.00 403 Cr "..N 0 0 40i 0 0 0 69 CJ 0 0 0 69 W p O 0 0 x696969 O) 0 0 0 m O 0 0 pW A 0 0 N N A 0 1 $21,875.00 ] A 0010,41414--140 0000000 o �EA N 0 Al (n 0 W V 0 69 N O 4 0 44949+69 -• N 0 A pppp 0 0 SD o 0 g a p co 0 0 69WW O) pN O 0 to A O "co 8 0 49 V Vp 0 0 a N O 0 0 444 Cn O O 0 696969 CO 0 000 0 CJ U1 0 SD 0f O 0 00000'0£8 ] Extended Price N -4 0 d: 000000 69+01 A 69 0 49 0 528.90 1 69690-sN49Ca)A W 00 C O N O a 000000000000)00 NCO EA Of 49 N -03 a C T W W O W 01 O CO Wp CO CO 69+(0100 CO aV 0 0 1 $290.00 49 0 49 a 0 EWA a 0 0 00a 49 49 69 V 0 O 0 49 CO 0000) 0 0000 CNCpp" 0 0 W 0 J Unit Price McClinton Anchor Div, APAC-Arkansas, Inc. N 0 O A 0 O -CO 0 0690N)CCO 0 69 N N Ca 0) g000000000g00000a00000000 69 S (q a 0 EA 0 0 EA 0 EA (.1 0 49 10 CO N 49 O 6969 W O N o 49 049 A 0 N 0 EA Na C)) 4969 a -.La) QA0 WEA 0 CO 0 69 NEAN+ V 0 C0) a 6949+69 (p V CO 0 O) N CVf y) 0 696949 �, 0 0 N 0 49 N 9 O 8 EA C 0 8 ] $15,800.00 1 $17,000.00 69 0 O 8888 N� 10 S IQ a W IA to 0 1 Extended Price 49 A O 8 m mDm W x v mm maI<v cn� mm� > W Bozz o r m T0I>> {-1.Z)—I MO>C)O SnNrOz Na " D 3 073 N a0 r 0 X ZGm 4e1 pig \CIE V J n ary S,pwer Manhole e 'C, SDR26 Sewer Pipe ' Fire Hydrant Assembly 'C, C900 Water Line oil Stockpile Removal (3600 CY) 1 rnate Bid Schedule 31D (Items 1 through 49) Transformer Pad and Two 4 -inch Sch. VC Conduits (48" Depth) for SWEPCO Service Rip" Caliper Trees a CO co m n actor's General Conditions Cost V R. go -I igw d ater Meter Setting with Box & Service ;h and Excavation Safety i Bale Erosion Protection ence with Wire Fabric ing, Mulching and Fertilizer tall Parking and Drive Lighting Pole with dation, Wiring and Conduit we Parking Area Lighting Pole and dation ;ate 55 -foot Apron Lighting Pole with dation, Wiring and Conduit Duplex Pump Station with 2" Force & Electrical Service 679 -Sewer Manhole french Backfill _ Description Backfill // 50 to O V N 345 .a N <O 400 ..s -s -s I 100 co O A 0 -s -s -1 450 3 Estimated Quantity 11=1 EA 1 --nn EA LF r) �Nn D D< I LS <rn EA LS m LF 0 EA EA D LS t nn D Z (ff 69 A V C 49 -CO O— 0 O O 69 C T C O 69 -+ CD V O O O 69C N O p O 69 N C C O O 49 Q1 -CO O O b O 43 N N V c C I $12.00 !, 69 N O p O c O 69 W W N O o O is 01 N O o O 69 NJ -N)69 o O O O -u O O O 4.9ig 01 O O 49 O O O O 49 W W O o O 4944 A U 1 O O 69 N 0 0 O O N b 0 O o O 69 W M N-1 01 A o in O 0 Unit Price Tomlinson Asphalt Company, Inc. 4,�Uf NCCW N. CJ- c coon fA 0 0 O o EA U 1 01 0 EA co 0 0 0 (A 0)N OC 0 0 0 o *A 0 0 0 M 0) 0) N 0 -4 V 0 669 W 0 O o o CDAN tT N V c c0oo 49 -ccO 0 O c o O c c W W CT C c 00 049$ N 0O O o o 00 -a O o 0 $4,500.00 CO A 0 O o 0 E, W O O O 0 -• N COC O N O 0 W • 0 o O 0 E, -• O 0 O O 0 $6,525.00 $5,475.00 Extended Price 69 W C 0 O O 0 �6 CO O 0 E, O O O 0 0) O 0 $17,000.00 1 N O 0 0 CZ CC C 0 C 40 0 W O 0 0000g'YS I WW CD 0 C O 0 A CT 0 0 0 69 CD 0 001 0 0 49 0 0 49 1 V 0 1 0 Ny O 0 O 0 0 JW . 0 O 0 0 0 01 O o 0 O 0 O 0 0 NN N 0 O O O 4im69 0O E9O 0 O W 0 0 C 0 Unit Price Red Deer Inc. $650.001 69 CO O 0 O O 6A V O A W O C $3,800.00 I 69 <n- (n N C c co 69 C C C c C b CD coV N C n 0 G 0 EA N W 0 O O 0 69 ...N C N C C C N 0 O O 0 0O009'n 00'004'£8 (, A CD 0 O 0 69 co to 0 0 o 0 4,,, CT 0 0 0 0 N N 0 0 o 0 m 0 0 0 O 0 49 A O 0 O O 0 W W N 0 0 0 W b 0 O 0 0 69 CST -- N 0 O o 41) 011 01. A W 0(71 O O O O 0 0 Extended Price CA N 0 o $1,500.00 1 669 N 0 o $1,850.00 I 49 CDC o oc 6A C C C c 69 .0)) 01 O 0 b o W v C c coon 69 O v EA ¢ 2 � CL o A V O O 0 ER O 0 O 0 0 1 $1,000.00 4 CDN 0 000 a 0 N N 0 0 0 ER Ni 0 Cr 0 O <co (D 0 b o W N 0 0 b 0 C(0 N3 O 0 0 o 0 69 01 69 0-1 O N a o 00 C '� V M. m Basic Construction, Inc. McClinton Anchor Div, APAC-Arkansas, Inc. 49 CO o 0 O O $1,500.00 I E,E,4+49 A V �OOC O 0 03 v. ONC O 0 CO V1 O 0 CC 0 C 0 $703,842.00 w CO 0 0 O O O .Z49 EA C (Y0 COLDO 0 O A NOON 0 co (9 CO V 0 O f,, A 0 0 O 69 o 0 O o O $1,000.00 1 $1,300.00 $500.001 $23.50 69 A 01 00 00 0 O -I. O 0 0 O w N O 0 0 o O W O) N 0 O 0 W N 0 0 O 0 A N O 0 0 O 0 6q A. CP N A 00 00 o 0 0 0 Extended Price Unit Price 69 CDO W 000000 ER V A 0 49 COO bo fl Na N ONO o 69 COO i 0 6j 0 (O 0 69 m V 0 0 0 0 N A ON 0 0000 69 o 69 O W 69 W 0 O o $475.00 ! E9 A 0 _ V 0 69 N W 0 O O 0 69 0) N O 0 EA CO N A O b 0 $60,900.00 '•1.. 0 . 41.11 CO U 1 0 0 49 ��AmCO O 0 0 49 IP CO C) 0 49 O o o 0 49 CO O 01 0 '' O o 0 $716,870.50 I' W w O O o O 69 rnrn 00)0490 0 O 0 49 0-. 0 0 0 69 w 0 0 0 4A9 V N 0 O 69 00110 O 666 0 6A N)w O 0 EA O 0 _oo:ooL'k8 I N CO 0 O 0 O 4, - N 0 O 44 w A O 0 O 0) o O O o O $7,335.00 $5,220.00 Extended Price T mm x amnic mv 0 rm M�,m=-� ••'DODO Z C Z C 30ZQr T n D D -' -< -v -1 ?>NrQZ D E 00-71 73 N -13 r 0 X FAYETTEVIL!LE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Ray Boudreaux, Airport and Economic Development From: Heather Woodruff Date: October 22, 2002 Attached is a copy of the resolution approving a contract with Tomlinson Asphalt Company. I am returning three originals to you. One original will be microfilmed and filed with the City Clerk. Cc: Nancy Smith, Internal Auditor Budget and Research I 1 1 1 5..� y or ; a`'t'? u e cc'ntive an' a. PRGJECT NO, FY022'_ 11 Y AUGUST 20(,2 Prepared By: 1Ja e:J4rrue Jai 4nry •� :r?M 7' ♦awl I'� M :(.I�il?nrd. Cor sulklrig. Enn;aeers, in: LS10 No.th Co'egP, P,Co. trc 1229 FF3yettt vll:e, AiranSo.; I7? 0"-122' (479) 143-2377 1. i r /G S ' )-- SEP-26-2002 THL 0@:55 AM TOWNSHIP BUILDERS ItIO, 5016643839 P. 01 09!25!2002 12:16 .P 479443?241 • ?1CCLEL..AND ENGINEERSO i OA3E 31 1 ADDENDUM NO.3p��®ddbp� ' EXECUTIVE HANGAR COMPLEX FAYETTEVILLE MUNICIPAL AIRPORT Fayetteville, Arkansas 1 Project No. FY022104 I I 1 I .1 I I I I Ii Li I Li L September 25, 2002 The Project Manual and the Drawings dates August, 2002 for the project are amended as noted this Addendum. Receipt of this Addendum shall bo acknowledged on the Bid Form. This Addendum consists of 1_ page. The Project Manual is amended as follows: Item No. I Change Bid Item No. 14 on the revised Bid Form to read ".,.3000 Tons..,." item No. 2 Change Bid Item No. 48 on the revised Bid Form to read "...2" Caliper...." Item No, 3 Change the Trees to be provided as fellows: Substitute "Thornless Honey Locust" for the "Hickory" Substitute "River Birch" for "walnut." f(.e0 c ' Vyr back CC,\S /t 4u. `14n4s J.unO2 e22'n4'Jft4 \Addendum No-3.wpd GLNEERS. INC. Addendum No. 3 I 09/24/2002 13:08 4794439241 MCCLELLAND ENGINEERS. PAGE 02 1 ADDENDUM NO. 2 EXECUTIVE HANGAR COMPLEX FAYETTEVILLE MUNICIPAL AIRPORT Fayetteville, Arkansas Project No. FY022104 September 24, 2002 ' The Project Manual and the Drawings dates August, 2002 for the project are amended as noted this Addendum. Receipt of this Addendum shall be acknowledged on the Bid Form. This Addendum consists ofIa- pages. ' The Project Manual is amended as follows: Item No. 1 Delete the paragraph "PERFORMANCE OF WORK BY CONTRACTORon pages 8 and 9 of the Bid Form Section 00300. ' Item No. 2 Delete the Bid Form from the Project Manual and insert the attached revised Bid Form Section 00300 consisting of 12 pages. ' Item No. 3 Add paragraph 2.11 to Section 02480 as follows: '2.11 TREES A. Trees shall be as follows: ' Red Oak (4). White Oak (3) Red Maple (5) Hickory (6) Green Ash (5) Walnut (2) Redbud (4) I. Item No. 3 P H I I I B. See City of Fayetteville Landscape Planting Specifications.' Add paragraph No. 3.10A to Section 02480 as follows: "3.10.A TREE PLANTING A. Sec City of Fayetteville Landscape Planting Specifications.' The Project Drawings are amended as follows: Item No. I The lid for the Pump Station on Sheet Is hereby changed from a steel roof lid to an B -inch concrete lid with one layer of No. 5 bars at 6 -inches on center each way 2 -inches above the bottom of the slab. The concrete lid shall have an double aluminum hatch 48" by 36" and be Model AL'S 150 as manufactured by U.S.F. Fabrication. Inc. of Hialeah. Florida or equal. The aluminum frame area in contact with concrete shall be coated with Bituminous Paint. The four corners of the opening hatch shall be reinforced with two #4's at 3 -inch spacing at both the top and bottom of the concrete opening. TING ENGINEERS, INC. Vice I:\2D02\022 10Napaw'Addendum No-2.wpd I I I I 1 L I I I IL IL I ADDENDUM NO. 1 EXECUTIVE HANGAR COMPLEX FAYETTEVILLE MUNICIPAL AIRPORT Fayetteville, Arkansas Project No. FY022104 September 19, 2002 The Project Manual and the Drawings dates August, 2002 for the project are amended as noted this Addendum. Receipt of this Addendum shall be acknowledged on the Bid Form This Addendum consists ofd pages and 2 drawings. The Project Manual is amended as follows: Item No. 1 Delete specification Section 16500 from the Project Manual. Item No. 2 Add specification Sections 16000, 16109,16111, and 16120 to the Project Manual. Item No. 3 Add the following sub paragraph to Section 02500 Paragraph 3.02: "C. The pulverizing of the asphalt pavement shall break the asphalt pavement into pieces of 4 - inches or smaller before placing as fill material within the apron or taxiway area. The pulverized asphalt shall be place in a maximum 4 -inch layer before compaction." Item No. 4 Change Paragraph 2.2.8.1 of Section 11308 to read "....208 volts......" Item No. 5. Change Paragraph 2.2.F.3 of Section 11308 to read "208 volt, 3 phase." ' The Project Drawings are amended as follows: Item No. 1 Delete Plan Sheet 9 and replace with the attached Plan Sheet 9. Item No. 2 Add the attached Plan Sheet 15. McCLELLAND CONSULTING ENGINEERS, INC. R. Wayne Jones, P.E. Vice President 1:\2O0m2210ftp"s%AMcndum No.l.wpd 7A )G,i S?fl'U4T SNP Cft4 Tfl1,').'1W Addendum No. I 1 Tb7.FFbbg/ b r.7.:TT T T 7.PP7. /R7. /Rn I I. 1 1 1 1 1 RP SECTION 16000 GENERAL ELECTRICAL PROVISIONS PART 1 -GENERAL 1.01 WORK INCLUDED A. Work covered by this specifications shall include furnishing all labor, materials, equipment and services required to construct and install the complete electrical system shown on accompanying plans and specified herein. This work shall include: 1. Complete service entrance, main switchgear and distribution. 2. Complete distribution system for lighting, including necessary transformers, feeders, distribution panelboards, branch circuits, lighting fixtures, control switches and receptacles. 3. Complete distribution system for power, including feeders, branch -circuits disconnects, and power drop connections to motors. 4. Empty raceways and cabinets for telephone system. 5. Fire alarm system. 6. Grounding systems, 13. Plans are diagrammatic and judgement shall be exercised to install electrical work in a practical manner to function properly, simplify future maintenance, and to fit building construction and finish. Items not shown or specified which are required to produce a complete, operative and finished system shall be provided. C. The electrical plans are a guide to the Contractor to show general arrangement of conduit and wiring and equipment required. If any error omissions or obscurities appear therein, which are questionable, do not conform to good practice or appear contrary to the purpose and intent of the work the Contractor shall promptly notify the Owner or his authorized representative and apply for directions either before or during construction. The exact location of conduit runs and lengths shall be determined by the Contractor in the field. D. The drawings may be superseded by later revised or detailed drawings or specification addenda prepared by the Owner or his authorized representative. The Contractor shall conform to all reasonable change without extra cost to the Owner. All items not specifically mentioned in the specifications or noted on the drawings, but which are obviously necessary to make a complete working installation, shall be included, E. Visit the site(s) and examine all areas where work is to be done. Verify with the Owner's representative, the Engineer, the drawings, and examination of the existing building, the complete extent of the work required. Inform the Engineer of any discrepancies between the plans and actual conditions no later than three days prior to bid for appropriate action to be taken. Failure to do so will not constitute a valid reason for being compensated for additional work that may be required. PYO22104 eiaulw Hunyv Cnmpka Addendum No. 1 SNTlTNNfl (1Ntl11WTX1W Section 16000-1 Ii • I I I I I I I IH t I J I L L I F. Specifications and drawings are complimentary except that, in case of conflict, the most stringent will govern. G. The Owner may furnish some equipment. Electrical Contractor is responsible to check the drawings and specifications for equipment that will be furnished by the Owner. Furnish the electrical connections, etc., on all Owner furnished equipment. H. Should the particular equipment which any bidder proposes to install, require other space conditions than those indicated on the drawings, obtain substitution approval as specified herein and arrange for such space with the Owner or his authorized representative before submitting a bid, Should changes become necessary because of failure to comply with this clause, install the changes without additional expense. Pt'), :r a • • r tea a ra A. The General Conditions and Supplementary General Conditions of the contract are an integral part of Division 16 of the Specifications. Carefully note its contents in performance of the work, B. The General Requirements as included in Division 1 of the Specifications are an integral part of Division 16. Carefully note its contents in performance of the work C.Examine all of the Architectural, Mechanical, Plumbing and Electrical drawings and specifications, fiek through the General Contractor. No extra payment will be made for additional work required by failure to coordinate the work. Should drastic changes from original drawings be necessary, the Contractor shall notify the Owner or his authorized representative and secure written approval and agreement from them on necessary adjustments before altered installation of work is started. D. The architectural, mechanical and structural plans and specifications, including Information to Bidders and other pertinent documents issued by the Architect or Engineer are a part of this Specification and the accompanying electrical plans. Comply with them in every respect. Examine all the above carefully. Failure to comply does not relieve the Contractor of responsibility nor may it be used as a basis for additional compensation due to omission of architectural, mechanical and structural details from the electrical drawings. E. Related work in other divisions requiring cooperation and coordination with this division includes, but is not limited to, the following: 1. Install temporary power as arranged under Division 1. 2. Perform all cutting and patching as required under Division 1. 3. Perform all earthwork required by the work in this division. Insure that. excavating, backfilling and other earthwork conforms to Division 2 except where described in other sections of this division or on the drawings. FYC210a aaewtivc H®nr Ccmpkx Addendum No. I Section 16000-2 bR flrl GVTAITcmfl nWV1-17rrW Tb]GCbbC/n c7 -TT >nn7,n7,En I 0 J I IL] I I I I I I I J 4. Furnish all sleeves, inserts, anchors and supports required by this work to be installed in concrete or masonry and coordinate with the respective trades under Division 3 and 4 for proper locations and installation. 5. Flash and seal roof penetrations in accordance with Division 7. Furnish locations and sizes and coordinate the installation with the respective trade. 6. Perform painting of electrical equipment and materials in finished areas as required under Division 9. Touch up or prime any surfaces required in this division in accordance with Division 9. Provide factory finishes as specified in other sections of this division 7. Install branch circuits and make final connections to any equipment requiring electric power that is furnished and installed by the Contractor or by the Owner. Perform the electrical work according to approved shop drawings. 8. Install empty raceways and outlet boxes or branch circuits for equipment to be furnished by others and installed after completion of the contract. 9. Install and connect motor starters furnished under Division 15 where starters are not an integral part of the equipment. Insure that starters generally conform to the requirements of this division. 10. Mechanical equipment controls and control wiring, external to the mechanical equipment (including installation of thermostats and production ventilation controls as noted on electrical plans), to be installed under Division 16. 11.Motors are furnished and installed generally as an integral part of equipment specified under Division 15 and must conform to the requirements of this division. 12. The Contractor shall furnish and place proper guards for prevention of accidents. He shall provide and maintain any other necessary construction required to secure safety of life or property, including the maintenance of sufficient lights during all night hours to secure such protection. 1.03 FEES, PERMITS AND INSPECTIONS A. Obtain any and all required permits in connection with this work under the Contract and pay any and all fees in connection therewith. Arrange with the serving utility companies for the connections to all utilities and pay all charges for same including inspection fees ' and meters if required. B. Under this section of work the Contractor shall, upon completion of the work, furnish a certificate of final inspection to the Architect from the inspection department having jurisdiction. ' 1.04 CODES AND STANDARDS A. All work shall be done in a good workmanlike manner. Materials and workmanship shall ' comply with all applicable local state and federal codes including, but not limited to, the following: 1. National Electrical Code, latest Edition (NEC) 2. Underwriters' Laboratories, Inc. (UL) 3. Institute of Electrical and Electronic Engineers (IEEE) FY022104 Executive aa.pe complex Addendum No. 1 Section 16000 - 3 CO ll1__1 C]I7�.ITCMJ7 tTX 1l1 1fl Al Th7CC1.IC • TT 'inn-, ,n- I I I I I I I I I I H I I I I I 4. Insulated Power Cable Engineers' Association (IPCEA) 5. National Electrical Manufacturer's Association (NEMA) 6. American Standards Association (ASA) 7. American Society for Testing Materials (ASTM) 8. State Fire Prevention Code 9. Occupational Safety and Health Act (OSHA) 10. National Fire Protection Association (NFPA) 11. Standard Building Code (SEC) The latest specifications and standards available shall be used for the above. B. Discrepancies shown on different plans, or between plans and actual field conditions, shall be brought to the attention of the Engineer promptly for resolution. C. Should the Contractor perform any work that does not comply with requirements of the applicable authorities, he shall bear all cost arising in correcting the deficiencies, D. Equipment and material which are not covered by UL standard will be accepted provided equipment and material is listed, labeled, certified or otherwise determined to meet safety requirements of a nationally recognized testing laboratory. Equipment of a class which no nationally recognized tasting laboratory accepts, certifies, lists, labels or determines to be safe will be considered, if inspected or tested in accordance with national industrial standards, such as NEMA, IPCEA or ANSI. Evidence of compliance must include certified test reports and definitive shop drawings. 1.05 UTILITIES, LOCATIONS AND ELEVATIONS A. Locations and elevations of the various utilities included within the scope of this work have been obtained from substantially reliable sources and are offered as a general guide only, without guarantee as to accuracy. Verify the location and elevation of all utilities and their relation to the work before entering into a contract. B. Protection of Existing Utilities; Existing utility lines to be retained that are shown on the drawings or the locations of which arc made known to the Contractor prior to excavation, as well as all utility lines uncovered during excavation operations, shall be protected from damage during excavation and backfilling, and if damaged, shall be repaired by the Contractor, at his expense. 1.06 EXISTING BUILDING AND EXISTING E EcrRTCAL EQUIPMENT A. Visit the existing building and become thoroughly acquainted with the existing physical plant, electrical systems and utilities in order to determine all of the work that will be necessary to carry out the intent of the plans and specifications. B. If it is necessary, in any way, to interfere with normal operations of the existing utilities in order to carry out the work, give notice and obtain written approval from the Owner before the work is started. FY022104 Bzcciidn ampv Compka Addendum No. 1 Section 16000-4 I 99 3Nd SN33JTnNa nNtM-ATX)W Tb70.Cbb0./b c71TT 7007,b7,C0 H 0 I 1 C. If the work involved in this project requires the Contractor to work inside of an existing ' building, interruption of the regular routine of the building by the Contractor must be kept to a minimum. 1.07 TEMPORARY SERVICES AND RELATED CONDITIONS A. The Electrical Contractor shall provide, maintain and remove after construction is completed, a sufficient amount of the temporary utility electrical system to provide temporary electrical construction power, 1 1 1 LB B. Each trade shall provide and pay for its own extensions for lights or power tools beyond the receptacle outlets located on columns and beyond the 3 -phase panelboard submains in the case of 3 -phase power tools and shall pay for connection of construction trailers to the temporary utility service. The following services, when required by any Contractor other than Electrical, shall be paid for under terms negotiated between the Electrical Contractor and the Contractor requesting such services. These services may include: 1. Special circuits required by electrical welders, elevators, lifts or other special equipment requiring high -amperage and/or special -voltage service. 2. Exterior lighting circuits for protection against vandalism; public warning lights and lights for advertising. 3. Overtime maintenance of temporary service facilities at the request of construction trade(s) or contractor(s). PART 2, PRODUCTS A. All electrical products used on this project shall conform, unless otherwise specifically noted, to applicable standards of the National Electrical Manufacturers Association and/or the United States of American Standards Institute. All electrical products used on this project shall also be listed on Underwriters' Laboratories, Inc., and/or other agencies, as approved. B. Approvals: 1. Are required of products or services of proposed manufacturers, suppliers and installers and will be based upon submission by Contractor of certification. a. Manufacturer's Qualifications: Manufacturer regularly and presently manufactures as one of the manufacturer's principal products the following items and has manufactured these items for at least five (5) years. Wire and Cable - all types Light Fixtures Lighting Switches and Receptacles Dimmers Molded Case Circuit Breakers Fuses FY022104 &&,the Hmjar Comply Addendum No. 1 Section 16000 - 5 I Plug-in Strip Receptacle Units Conduit ' Low Voltage Fusible and Non -Fusible Switches Panelboards Fire Alarm Systems and Equipment Sealants Conduit Supports and Fittings b. Manufacturer's product submitted must have been in satisfactory operation on three (3) installations similar to this project for approximately three (3) ' years. C. There must be a permanent service organization maintained or trained by manufacturer which will render satisfactory service to this installation within eight (8) hours of receipt of notification that service is needed. Id. Installer must have the technical qualifications, experiences, trained personnel and facilities to install specified items including at least three (3) years of successful installation of electrical work similar to that ' required on this project. Approval will not be given where the experience record is one of unsatisfactory performance. 2.02 MANUFACTURED PRODUCTS 1 1 1 1 1 i 1 1 1 1 RR A. Insure that materials and equipment furnished is of current production by manufacturer's regularly engaged in the manufacture of such items for which replacement pate should be available. Items not meeting this requirement but which otherwise meet technical specifications and merits of which can be established through reliable test reports or physical examination of representative samples will be considered. B. Provide products of a single manufacturer when more than one (1) unit of the same manufacturer. C. Equipment Assemblies and Components: 1. All components of an assembled unit need not be products of the same manufacturer. 2. Manufacturers of equipment assemblies which include components made by others must assume complete responsibility for the final assembled unit. 3. Components must be compatible with each other and with the total assembly for the intended service. 4. Constituent parts which ate similar must be the product of a single manufacturer, 5. Moving parts of any element of equipment of the units normally requiring lubrication must have means provided for such lubrication and must be adequately lubricated at factory prior to delivery. D. Identify all factory wiring on the equipment being furnished and on all wiring diagrams. E. Equipment and materials shall be new and shall bear the manufacturer's name, trade name and the UL label in every case where a standard has been established for the particular material. FY 2'0* axewave Kanp r romper Addendum No. I Section 16000-6 09/20/2002 11:23 4794439241. MCCLELLAND ENGINEER* PAGE 09 1 F. Equipment and materials of the same general type shall be of the same make throughout 'the work to provide uniform appearance, operation and maintenance. G. Dimensions: It shall be the responsibility of the Contractor to insure that items furnished ' fit the space available. He shall make necessary field measurements to ascertain space requirements, including those for connections, and shall furnish and install such sizes and shapes of equipment that the final installation shall suit the true intent and meaning of the drawings and specifications. H. Manufacturer's directions shall be followed completely in the delivery, storage, • protection and installation of equipment and materials. Notify the Architect of any conflict between any requirement of the contract documents and the manufacturer's directions and obtain the Architect's written instruction before preceding with the work. Should the Contractor perform any work that does not comply with the manufacturer's directions or such written instructions from the Architect, he shall bear all costs arising in correcting the deficiencies. I. The Contractor shall provide and install all accessories, and incidental items to complete the work, ready to use and fully operational. 2.03 MATERIALS AND SUBSTIrunONS IA. Where materials, equipment, apparatus or other products are specified by manufacturer, brand name, or type or catalog number, such designation is to establish standards of desired quality and style and shall be the basis of the bid. Materials so specified shall be furnished under the contract unless changed by mutual agreement. Where two or more designations are listed, choice shall be optional with the Contractor. ' B. It is the intent of these specifications to establish quality standards of installed materials and equipment. Hence, specific items are identified by manufacturer, trade name or catalog designation. C. Should the Contractor propose to furnish materials and equipment other than those specified, as permitted by the "or approved equal" clauses, he shall submit a written request for any or all substitutions to the Engineer. Such a request shall be an alternate to the original bid; shall be accompanied with complete descriptive (manufacturer, brand name, catalog number, ctc.) and technical data for all items; and shall indicate any addition or deduction to contract price. D. Where such substitutions alter the design or space requirements indicated on the plans, ' the Contractor shall include all items of cost for the .revised design and construction, including cost of all allied trades involved. 1 Fr022104 axcti ve Hanpr Complc Addendum No. I Section 16000 - 7 HI 09/20/2002 11:23 4794439241 . MCCLELLAND ENGIbEERSID PAGE 10 1 1 E. Acceptance or rejections of the proposed substitutions shall be subject to approval by the Engineer. If requested by the Engineer, the Electrical Contractor shall submit for inspection samples of both the specified and the proposed substitute items. IF. In all cases where substitutions are permitted, the Contractor shall bear any extra cost of evaluating the equality of the materials and equipment to be installed. 1. Furnish drawings showing all installation details, shop drawings, technical data and other pertinent information as required. 2. Approval by the Engineer of the equal equipment does not relieve the Contractor of the responsibility of furnishing and installing the equipment at no additional cost. 3. Furnish and install any other items required for the satisfactory installation of the equal equipment at no additional cost. This includes, but is not limited to, changes in branch circuits, circuit protective devices, conduits, wire, feeders, controls, panels, and correlation with other work, subject to the jurisdiction and approval of the Engineer. G. It is the responsibility of the Contractor to investigate any desired substitutions for specified equipment prior to submission of his bid. The contractor shall be responsible for any changes required in mechanical, electrical or structural systems resulting from equipment substitutions and shall bear all costs for those changes whether the substitute equipment is named for "equal" consideration or not. All changes shall be accomplished in a manner acceptable to the Owner, and at no additional cost to the Owner. ' 2.04 EQUIPMENT PROTECTION A. Store all materials and equipment to be installed in the work so as to insure the preservation of their quality, workability, and fitness for the work intended. Provide storage provisions for protection from the elements, rust and physical damage. Place stored materials on clean, hard surfaces above ground and keep covered at all times to insure protection from paint, plaster, dust, water and other construction debris or operations. Install heaters under the protective cover where the equipment may be damaged due to moisture and weather conditions. Keep conduit ends plugged or capped ' and all covers closed on boxes, panels, switches, fixtures, etc., until installation of each item. Store all plastic conduit or duct out of direct sunlight in shaded areas. Locate stored materials and equipment to facilitate prompt inspection. B. Protect during installation. all equipment, controls, controllers, circuit protective devices, etc., against entry of foreign matter on the inside and be vacuum clean both inside and ' outside before testing, operating and painting. C. Replace damaged equipment, as determined by the Engineer, in first class operating condition or return to source of supply for repair or replacement. D. Protect painted surfaces with removable heavy kraft paper, sheet vinyl or equal, installed at the factory and removed prior to final inspection. Pr0221o4 Etaudi Hanpr Complex Addendum No. 1 Section 16000-8 09/20/2002 11:23 4794439241 MCCLELLAND ENGINEERSPAGE 11 I 1 E. Repair damaged paint on equipment and materials. Finish with same quality of paint and workmanship as used by manufacturer so repaired areas are not obvious. 2.05 EQUIPMENT ACCESSORIES ' A. Furnish and install all equipment, accessories, connections and incidental items necessary to fully complete all work, ready for use, occupancy and operation by the Owner. I I I I I C1 I I I I B. Where equipment requiring different arrangement or connections from those shown is provided, install the equipment to operate properly and in harmony with the intent of the drawings and specifications. C. Support, plumb, rigid and true to line all work and equipment included. Study thoroughly all general, structural, electrical and mechanical drawings, shop drawings and catalog data to determine how equipment is to be supported, mounted or suspended and provide extra steel bolts, inserts, pipe stands, brackets and accessories for proper supports whether or not shown on the drawings. When directed, submit drawings showing supports. 3.01 WORK PERFORMANCE A. Furnish and install a temporary electrical distribution system of adequate feeder sizes to prevent excessive voltage drop. Install all temporary work in a neat and safe manner. B. Arrange, phase and perform work to assure electrical service for other buildings and areas at all times. See General Methods of Procedure under GENERAL REQUIREMENTS. C. Install and connect new work to existing work neatly and carefully. Repair or replace disturbed or damaged work to its prior condition as required by the GENERAL REQUIREMENTS. D. Field coordinate with other trades in ample time to build all chases and openings, set all sleeves, inserts and concealed materials, and provide clearances that may be required to accommodate materials and equipment. Lay out electrical work so that in case of interference with other items the layout may be altered to suit conditions encountered. E. Cutting and Patching: 1.The Electrical Contractor shall be responsible for all required cutting, patching, etc., incidental to this worl 2. Cut, patch, repair and/or replace pavements, sidewalks, roads and curbs as required to permit the installation of the work and pay all expenses incurred for this work. 3. Pipes, conduits, cables, wires; wire ducts and similar equipment that pass through fire or smoke barriers shall be protected in accordance with NFPA 101. FY022104 Exmttivt Hangar complex Addendum No. I Section 16000 - 9 09/20/2002 11:23 4794439241 • MCCLELLAND ENGINEERS• PAGE 12 P1 IF. Wall and Floor Penetrations: When conduit, wireways, buss duct and other electrical raceways pass through fire partitions, fire walls, or walls and floors, install a firestop that provides an effective barrier against the spread of flre, smoke and gases. Firestop material must be packed tight and completely fill clearances between raceways and openings. Use firestop material conforming to the following: Ii. All wall penetrations shall be caulked and scaled 2. The Contractor shall furnish and install all necessary sleeves and chases for all work passing through and attaching to walls, floors, ceilings or the roof. 3. Provide UL listed, fire rated poke through devices for floor penetrations as required by the Standard Building Code, National Fire Code and Life Safety Code. 4. Provide UL approved fire rated chases and fire sealing as required to maintain fire ' rating for all penetrations in fire rated walls. 5. Firestopping material must maintain its dimension and integrity while preventing the passage of flame, smoke and gases, under conditions of installation and use • when exposed to the ASTM E119 time temperature curve for a time period equivalent to the rating of the assembly penetrated. Cotton waste must not ignite when placed in contact with non -fire side during the test. Firestopping material must be noncombustible as defined by ASTM E136 and, in addition for insulation materials, melt point must be a minimum of 17000 F for one -hour protection and 18500 F for two-hour protection. ' 6. Floor, exterior wall and roof seals must be watertight. Sleeve walls and floors which are cored for installation of conduit with steel tubing, grouted and the space between the conduit and sleeve filled as specified herein. Where conduits pierce the roof, refer to architectural specifications and drawings for details. 7• Extend tubing one (1) inch minimum above finished floor. ' G. Do not use electrical hangers and other supports for other than electrical equipment and materials. Provide not less than a safety factor of five (5) and conform with any specific requirements as shown on the drawings or in the specifications. ' H. Do not deviate from the plans and specifications without the full knowledge and consent of the Engineer. Should, at any time during the progress of the work, a new or existing condition be found which makes desirable a modification of the requirements of any ' particular item, report such item promptly to the Engineer for his decision and instruction. '• I. Notify all other contractors of any deviations or special conditions. Resolve interferences between the work of the various contractors prior to installation. Remove, if necessary, work installed which is not in compliance with the plans and specifications as specified above, and properly reinstall without additional cost to the Owner. J. This Contractor shall furnish all necessary scaffolding, cranes, tackle, tools and ' appurtenances of all kinds, and all labor required for the safe and expeditious execution of his contract rh'01zi0a acewriro timprComplu Addendum No. 1 Section 16000 - 10 1 09/20/2082 11:23 4794439241 • MCCLELLAND ENGINEERS• PAGE 13 1 1 3.02 EQUIPMENT INSTALLATION AND EQUIPMENTS A. Installation: Ii. "Provide" and "Install" as used on the drawings and in the specifications means furnish, install, connect, adjust and test except where otherwise specified. 2. Install coordinated electrical systems, equipment and materials complete with auxiliaries and accessories installed. Remove, modify, relocate and reinstall the existing electrical equipment and materials as shown (refer to drawings). S. Equipment Location: As close as practical to locations shown on drawings. C. Working Spaces: Not less than specified in the National Electrical Code for all voltages specified. ' D. Inaccessible Equipment: 1. Where the Engineer determines that the Contractor has installed equipment not ' conveniently accessible for operation and maintenance, remove and reinstall equipment as directed at no additional cost. 2. "Conveniently Accessible" is defined as being capable of being reached without the use of ladders or without climbing or crawling under or over obstacles such as motors, pumps, belt guards, transformers, piping and ductwork. E. Equipment and Materials: 1. Install new equipment and materials unless otherwise specified 2. Insure that equipment and materials are designed to provide satisfactory operation ' and operating life for environmental conditions where being installed. NEC and other code requirements applied to the installation and other code requirements apply to the installation in areas requiring special protection such as explosion- ' proof, vapor -proof, water tight and weather-proof construction. 3.03 EQUIPMENT IDENTIFICATION •' A. In addition to the requirements of the National Electrical Code, install Identification sign which will clearly indicate information required for use and maintenance of items such as panelboards, cabinets, motor controllers (starters), safety switches, separately enclosed ' circuit breakers, individual breakers, and controllers in switchgear and motor control assemblies, control devices and other significant equipment. ' 3.04 DRAWINGS AND SPECIFICATIONS A. The drawings and specifications indicate the requirements for the systems, equipment, materials, operation and quality. They are not to be construed to mean limitation of completion to the products of specific manufacturers. FY022104 Ex=riw Hsnpr Compkex Addendum No. I Section 16000. 11 09/20/2002 11:23 4794439241 . MCCLELLAND ENGINEERS• PAGE 14 1 3.05 SYSTEM VOLTAGES ' A. Voltage ranges are defined as follows: 1. High Voltage: Above 600 volts 2. Low Voltage: 600 volts and lower ' 3.06 SUBMITTALS A. Obtain the Owner's approval for all equipment and materials before ordering, authorizing production, purchasing or delivery to the job site. Delivery, storage or installation of equipment or material which has not had prior approval is not permitted at the job site. B. Include in all submittals adequate descriptive literature, catalog cuts, shop drawings and ' other data necessary for the Engineer to ascertain that the proposed equipment and materials comply with specification requirements. Catalog cuts submitted for approval must be legible and clearly identify equipment being submitted. C. Make submittals for individual systems and equipment assemblies which consist of more than one item or component for the system or assembly as a whole. Partial submittals ' will not be considered for approval. D. Submit within fifteen (15) days after the awarding of the Contract, three (3) complete - ' List of Manufacturers - of all equipment and materials proposed. After the list of all equipment and materials has been reviewed by the Engineer, submit within thirty (30) days thereafter six (6) complete brochures of shop drawings and descriptive data of all material and equipment. E. The submittals must include the following: ' 1. Information which confirms compliance with contract requirements. Include the manufacturer's name, model or catalog numbers, catalog information, technical data sheets, shop drawings, pictures, nameplate data and test reports as required. 2. Elementary and interconnection wiring diagrams for communication and signal ' systems, control system and equipment assemblies. All terminal points and wiring must be identified on wiring diagrams. 3. Parts list which must include those replacement parts recommended by the equipment manufacturer. 4. Approvals will be based on complete submission only. F. Furnish shop drawings for the work involved in sufficient time so that no delay or changes will be caused. Thermofax copies arc not acceptable - only permanent type prints are allowed. G. Verify that shop drawings comply in all respects with the item originally specified. It is the Contractor's responsibility to procure the proper sizes, quantities, rearrangements, ' structural modifications or other modifications in order for the substituted item to comply with the established requirements. FY0221o4 Execadn Hemp Complex Addendum No. I Section 16000- 12 fl [1 I I I I I I Li I I I I 11 I H HI 09/20/2002 11:23 4794439241 • MCCLELLAND ENGINEERSGE * PA15 H. Any shop drawings prepared to illustrate how equipment, conduit, fixtures, etc., can be fitted into available spaces will be examined under the assumption that the Contractor has verified all the conditions. Obtaining approval thereon does not relieve the Contractor of responsibility in the event the material cannot be installed as shown on the drawings. I. The following procedure shall be observed when shop drawings are requested. The Contractor shall submit six (6) prints of shop drawings to the Engineer for comment or correction, after which the Contractor shall submit four (4) sets of corrected shop drawings prints to Engineer for final approval. This same procedure shall be observed if subsequent shop drawing revisions are made. Submit working scale drawings of apparatus and equipmcnt which in any way varies from these specifications and plans, to be reviewed by the Engineer before the work is started. Correct interferences with the structural conditions before the work proceeds. K. Submit all shop drawings at the same time in a looseleaf binder with double index as follows: I. List the products alphabetically by name. 2. List the name and manufacturers whose products have been incorporated in the work alphabetically together with their addresses and the name and addresses of the local sales representative. 3.07 TESTS AND DEMONSTRATION A. The Electrical Contractor shall test all wiring and connections for continuity and grounds before equipment is installed. When directed by the Engineer, he shall perform tests to demonstrate the insulation resistance of any selected circuit or group of circuits. B. This Contractor shall test all feeder cables after installation and before energizing by use of an approved DC voltage megger. The test shall be performed in the presence of the Electrical Project Manager as designated by Owner. A written record shall be provided. Before energizing the system, this Contractor shall check all connections and set au relays and instruments for proper operation. He shall obtain necessary clearances, approvals and instructions from the serving utility company. Test procedures, conduct of test, and documentation of test results shall be in accordance with the Engineers specific instructions. C. As equipment and materials are being installed and connected, test the installation for the following: 1. Short circuits and ground faults 2. Insulation resistance at 500 volts DC 3. Grounding continuity D. After tests are completed and necessary corrections are made, put each system into operation and demonstrate its performance to the satisfaction of the Owner's authorized representative. FY022104 Exearove Hmgar Complex Addendum No. 1 Section 16000 - 13 H ' 09/28/2002 11:23 4794439241 • MCCLELLAND ENGINEERS• PAGE 16 ' E. Provide written documentation of tests and performance as requested by the Owner's authorized representative. IF. Furnish all water, fuel, electricity, instruments, test equipment and personnel that are required for the particular test. Certify that equipment and gauges are in good working order. Remove equipment subject to damage during test from line before test is applied. O. After installation is complete the Contractor shall conduct operating test of all electrical systems for approval by the Architect. Test shall include verification of direction of rotation for ' all motors. The equipment shall be demonstrated to operate in accordance with the requirements of the plans and specifications. The test shall be performed in the presence of the Architect or Engineer. 3.08 COMPLETION AND ACCEPTANCE A. Upon completion of the work and before final acceptance, perform the duties and provide the documents as follows in accordance with the General Conditions, Supplementary Conditions and Division 1 of Contract. ' B. Remove all rubbish, tools and surplus materials accumulated during the execution of the work in this Division. IC. Touch up any equipment or finishes damaged during delivery or installation from the work in this Division. D. Provide a written one-year guarantee of materials and work except for items that are specified to have a longer warranty. Items that have a published or normal life expectancy of less than one year, such as incandescent lamps are to be covered by the ' manufacturer's guarantee. E. Provide systems and equipment installation, operating and maintenance instructions and catalog data for transmittal to the Owner. Place the data in a looseleaf binder which contains an index of the products listed alphabetically by name and a separate index listing the manufacturers alphabetically by name and including the manufacturer's ' address and the name and address of their local representative. F. Instruct the Owner's representative in the proper operation and maintenance of the systems and their elements as required or directed to familiarize the Owner in the ' operation and maintenance of the systems. 3.09 RECORD DRAWINGS A. The Contractor shall keep a neat and accurate record of field changes made during ' construction. Changes shall be penciled in on a separate set of drawings used only for FY022104 Exmtive Hauer Camplm Addendum No. 1 Section 16000 -14 09/20/2002 11:23 4794439241 • McCLELLAND ENGINEERS• PAGE 17 1 1 recording changes. At completion of the project the Contractor shall deliver this set to the Architect for preparation of record drawings. 3.10 DEMOLITION ' A. Them may be areas within the project site in which demolition will have to be performed due to the construction requirements. The demolition work involved is not fully ' described herein; however, the information given on the architectural and electrical drawings and the information set out in the Specifications substantially serve to inform the Electrical Contractor as to the full extent of the demolition required. It is the intent of this specification that all required demolition work be fully and completely performed and all work be accomplished in a neat and workmanlike manner. B. Floor plans may show the walls and partitions that are to be added or removed as part of ' the remodeling work. Study these sheets, along with the architectural, structural, electrical and mechanical drawings for the complete scope of work, to accomplish the demolition and remodeling portion of the project. C. Visit the site and examine the areas where demolition and remodeling work may be done. Verify with the Owner's representative, the Engineer, the drawings and examination of the existing building, the extent of the demolition work that is now concealed in walls, above ceilings and below floors. Failure to do so will not constitute a valid reason for being compensated for required demolition work that is now concealed. 3.11 EXCAVATION AND TRENCHING IA. Excavate to the depths indicated on the drawings or as required to provide adequate burial depth. Excavated materials not required or suitable for backfill or fill shall be removed from the site. Do such grading as is necessary to prevent surface water from flowing into trenches or other excavations. Water accumulating therein shall be removed by pumping or by other method. Sheeting and shoring shall be installed as may be necessary for protection of the work and for safety of personnel. Excavation shall be by open cut except that short sections of a trench may be tunneled if the pipe can be safely and properly installed and backfill can be properly tamped in such tunnel sections. B. Trench Excavation: Grade bottom of trenches to provide uniform bearing and support for ' each section of pipe on undisturbed soil. Where rock is encountered excavate to a minimum overdepth of 4 inches below trench depths indicated on the drawings or specified. Overdepth in rock excavation and unauthorized overdepths shall be backfilled. ' Whenever wet or otherwise unstable soil incapable of properly supporting the pipe in encountered, such soil shall be removed and the trench backfilled to proper grade as hereinafter specified. ' C. Trenches shall not be backfilled until tests have been performed, wires have been pulled and the systems as installed conform to requirements of the drawings and specifications. 1 FY022104 Exacvl.c Han n Compl" Addendum No. 1 Section 16000 - 15 I I 09/20/2002 11:23 4794439241 • MCCLELLAND ENGINEERS• PAGE 10 LJ [I I I I I I I I I I I I I I I D. Backfill trenches with excavated materials consisting of earth, sandy clay, sand, gravel, soft shale or other approved materials, free from clods of earth or stones 2 1/2 -inch maximum dimension, deposited in 6 -inch layers and compacted to 95% Standard Proctor Compaction Test of the maximum laboratory density determined in accordance with ASTM D698, Moisture -Density Relation of Soils. Test for maximum density will be made without expense to the Contractor. If fills fail to met the specified densities, the Contractor shall remove and recompact the fill until specified densities are achieved. Compaction test shall be performed for each fifty (50) linear feet of trench. 3.12 SALVAGE A. All items of usable equipment remain the property of the Owner. Store all such items of equipment which are to be removed and which are not to be reused on the premises as directed by the Owner. B. Usable items, as determined by the Owner, include existing electrical equipment, fixtures and other equipment so designated. Remove all unused items from the premises. 3.13 ASBESTOS DISCOVERY A. If the execution of this work requires the disturbing of any substance which appears to be asbestos or which may contain asbestos fibers, notify the Owner before continuing work at the suspect location. Any materials testing positive will be removed by the Owner before work continues. 3.14 FINALLY A. It is the intention that this specifications shall provide a complete installation. All accessories and apparatus necessary for complete operational systems shall be included. The omission of specific reference to any part of the work necessary for such complete installation shall not be interpreted as relieving this Contractor from furnishing and installing such parts. PY022104 Exavcvc Hangar Compics 1 END SECTION 16000 Addendum No. I Section 16000-16 09/20/2002 11:23 4794439241 • MCCLELLAND ENGINEERS • PAGE 19 SECTION 16109 IDENTIFICATION PART 1- GENERAL 1.01 WORK INCLUDED A. Provide and install identification markers. 1. .02 RELATED WORK A. Section 16111: Conduit B. Section 16134: Outlet and Pull Boxes C. Section 16120: Wires and Cables D. Section 16160: Panelboards E. Section 16170: Motor and Circuit Disconnects PART 2- PRODUCTS 2.01 MATERIALS A. Provide nameplates of laminated phenolic plastic with engraved letters 3/16 -inch high at pushbutton stations, thermal overload switches, receptacles, wall switches and similar devices where the nameplate is attached to the device plate, At all other locations, make lettering 1/4 -inch high, unless otherwise detailed on the drawings. Securely fasten nameplate to the equipment with No. 4 Phillips, roundhead, cadmium plated, steel self -tapping screws or nickel plated brass bolts. Motor nameplates may be non-ferrous metal not less than 0.03 - inch thick, die stamped. B. Pre -marked, self-adhesive, wrap around type markers, manufacturers: Brady, T&B, E -Z Code. PART 3- EXECUTION 3.01 INSTALLATION A. General: Equip the following items with nameplates. PY022104 Executive Monger Complex Addendum No. 1 Section 16109 - 1 I 09/20/2002 11:23 4794439241 • MCCLELLAND ENGINEERS PAGE 20 Li L L L I L I I I L Li L L I 1. All motors, motor starters, motor control center, pushbutton stations, control panels, time switches. 2. Disconnect switches, fused or unfused switchboards and panelboards, circuit breakers, contactors or relays in separate enclosure. 3. Wall switches controlling outlets for lighting fixtures or equipment where the outlets are not located within sight of the controlling switch. 4. Special electrical systems at junction and pull boxes terminal cabinets and equipment racks. B. Upon job completion the Contractor shall obtain Owner's approval for all nameplate inscriptions prior to fabrication and installation. Include on nameplates for panelboards and switchboards the panel designation, voltage and phase of the supply. The name of the machine or the motor nameplates for a particular machine must be the same as the one used on all motor starter, disconnect and pushbutton station nameplates for that machine, unless specifically directed otherwise by the Owner. C. The Contractor shall provide typed panel schedules for all electrical panels. Schedules shall reflect actual wiring incorporating all field changes. D. Label all junction boxes with a black permanent marker indicating circuit number and distribution panel or motor control center feeling the circuits contained therein. ' FY022104 Executive Hangar Complex I END SECTION 16109 Addendum No. I Section 16109-2 J 09/20/2002 11:23 4794439241 MCCLELLAND ENGINEERS • PAGE 21 PART 1- GENERAL 1.01 WORK INCLUDED A. Conduit and couplings. B. Flexible conduit. 1.02 RELATED WORK A. Section 16109: Identification SECTION 16111 CONDUIT 1.03 APPROVED MANUFACTURERS A. Republic, Wheatland, Allied, Triangle or approved equal. PART2-PRODUCTS 2.01 MATERIALS A. Unless otherwise noted, all conduit shall be hot -dipped, galvanized rigid steel for outside and EMT for all areas inside. B. Minimum size conduit shall be 3/4 -inch. Other sizes shall be as indicated on the plans, or required by the NE Code for number and size of conductors installed. C. Flexible Conduit: Aluminum or steel armor, plastic jacketed type with liquid -tight connectors for wet locations. D. Transitions between nonmetallic conduits and conduits of othermaterials shall be made with the manufacturer's standard adapters designed for such purpose. E. For underground and exterior concealed conduit, use rigid threaded galvanized steel orPVC unless noted otherwise, F. Make connections to motors and equipment with PVC jacketed flexible conduit and liquid - tight connectors. Minimum size 1/2 -inch for motor connections. Use 3/8 -inch Greenfield FY022104 Excwdve Hangar Complex Addendum No. 1 Section 16111 -1 ' 09/20/20e2 11:23 4794439241 • MCCLELLAND ENGINEERS PAGE 22 1 flexible conduit only for fixture wiring. Provide sufficient length of flexible conduit to avoid ' transmission of vibration. H. Wireways Ii. Where indicated on the plans, approved metal wireways shall be furnished and installed complete with the necessary complement of fittings, connectors and accessory parts. Wireways shall be of the 'lay -in" type with screw covers for full ' channel access. Wireways cross-sectional dimensions shall be as noted on the plans. All sheet metal parts shall be coated with a rust inhibitor. All hardware shall be plated to prevent corrosion. ' 2. Wireways shall be securely supported by approved methods at 5 -foot intervals. Number of conductors per wireway shall conform to the latest NE Code requirements. PART 3- EXECUTION 3.01 INSTALLATION A. All wiring systems shall be installed in raceways consisting of galvanized steel tubing, rigid galvanized steel, flexible steel conduit, neoprene covered flexible steel conduit, pvc coated steel conduit, cable tray or aluminum conduit. B. Water tight junction boxes, fittings, expansion joints, compression fittings (for use with all electrical tubing), conduit hubs, etc., shall be provided, for all electrical systems wherever construction dictates including, but not limited to, outdoor locations. C. Flexible conduit used in outdoor locations or indoor locations where exposed to continuous or intermittent moisture shall be liquid tight, neoprene covered and UL listed. All fittings for ' such applications shall be liquid tight, nylon insulated throat type as manufactured by Thomas and Bretts, Series 5331, or approved equal. D. Sufficient slack shall be provided in all flexible conduit connections to reduce the effects of vibration. •' E. Insulated bushings shall be used where conduit is installed in any enclosure or junction box. In addition, insulated bushings shall be used on all conduit 1 1/4 -inch and larger. F. All conduit bends shall have a radius greater than or equal to that stipulated by the NEC. G. All conduit joints shall be cut square, threaded, reamed smooth and drawn up tight. Bends or ' offsets shall be made with standard conduit ells, field bends made with an approved bender or hickey, or hub -type conduit fittings. Number of bends per run shall conform to NE Code limitations. FY022104 Exccudve Hangar Complu Addendum No. 1 Section 16111-2 J 09/20/2002 11:23 4794439241 • MCCLELLAND ENGINEERS PAGE 23 1 1 ' Concealed conduits shall be run in a direct line with long sweep bends and offsets. Exposed conduits shall be run parallel to and at right angles to building lines. Conduits shall be continuous from outlet to outlet and from outlets to cabinets, pull or junction boxes, and shall be secured to all boxes with locknuts and bushings in such a manner that each system shall be electrically continuous throughout. Conduit ends shall be capped to prevent entrance of foreign materials during construction. ' Conduit terminals at cabinets and boxes shall be rigidly secured with locknuts and bushings required by the NE Code and local electrical codes. ' I -L Install conduit concealed in all areas excluding mechanical, electrical and elevator rooms, connections to motors, connections to surface cabinets and conduit to fixtures in rooms without ceilings. I. For exposed runs, attached surface mounted conduit with clamps. J. Coordinate installation of conduit in masonry work. K. Do NOT install conduit in concrete slabs. L Install conduit free from dents and bruises. Plug ends to prevent entry of dirt or moisture. M. All conduit systems shall be installed complete and shall be cleaned out before installation of ' conductors. N. Alter conduit routing to avoid structural obstructions, minimizing crossovers. O. Provide sealing conduit fittings where conduits penetrate walls separating areas operating at different temperatures. Install a removable foam sealant to prevent air movement in conduit ' after final test of systems. P. Provide flashing and pitch pockets making watertight joints where conduits pass through roof or waterproofing membranes. Q. Install UL approved expansion fittings complete with grounding jumpers where conduits cross building expansion joints (review architectural and structural drawings and coordinate with General Contractor to determine expansion joint locations). Provide bends oroffscts in conduit adjacent to building expansion joints where conduit is installed above suspended ceilings. R. Route all exposed conduits parallel or perpendicular to building lines. Run concealed FY022104 Exccvdve Hangar Complex Addendum No. 1 Section 16111-3 Li I I I LII I I I I I I I I I 09/20/2082 11:23 4794439241 • MCCLELLAND ENGINEERS • PAGE 24 conduits in a direct line, S. Allow minimum of 6 -inch clearance at flues, steam pipes and heat sources. Allow 12 -inch clearance at telephone conduits, Where possible, install horizontal raceway runs above water and steam piping. T. Make bends of offsets with standard conduit ells, field bends with approved bender or hickey or hub type fittings. U. Punch holes required in cabinets with a Greenlee tool. V. Securely support conduits from the structure using approved type clamps, hangers and assemblies. Space supports according to manufacturer's recommendations and accepted practice. Do not support conduits from ceiling suspension system. In no case exceed spacing per NEC maximum. W. Keep all conduits dry and free of water or debris with approved plugs or caps. Z. Install conduit floor stub -ups with a coupling flush with the finished floor. Where an outlet is required, install a nipple from the coupling to the outlet to achieve the desired height. Where no outlet is required, seal the coupling with a flush plug. X. Leave a No. 12 copper wire in all empty conduits. Terminate empty conduit stubouts with insulated throat connector or plastic bushing. Y. Install properly sized grounding conductor in all conduit. 2 Do not install conduit in metal deck corrugations or within 12 inches of roof deck without approval of Owner. Support conduits on metal hangers suspended from structure. ' FY022104 Executive Manger Complex I END SECTION 16111 Addendum No. I Section 16111-4 11 09/20/2002 11:23 4794439241 • MCCLELLAND ENGINEERS• PAGE 25 11 I I PART 1- GENERAL 1.01 WORK INCLUDED ' A. Wire and Cables I I I I L I I iI I I 1.02 RELATED WORK A. Section 16109: Identification SECTION 16120 WIRES AND CABLES PART 2. PRODUCTS 2.01 APPROVED MANUFACTURERS A. Conductors - Triangle, Anaconda, Rome, Phelps Dodge, Southwire, Belden or approved equal. 2.02 MATERIALS A. Wirt and cable shall be new, shall have size, grade of insulation, voltage and manufacturer name permanently marked on outer covering at regular intervals. B. Wire shall be color coded with a separate color for each phase and neutral and the color code shall be consistent throughout installation. C. Building Wiring: 98% conductivity, soft drawn conforming to requirements of the NEC and relevant ASTM specifications, copper, 600 volt insulation, dual rated TIdFIN-THWN. (No aluminum conductors shall be allowed in the work.) D. Branch Circuit Wiring: 1. Conductors smaller than No. 12 AWO gauge not permitted, unless specifically noted. All conductors shall be stranded construction. 2. Conductors shall be in conduit with the conduit fill as per the NEC. E. Fire Alarm System Wiring: THHN type insulation for fire alarm system conductors; UL listed plenum -rated cable for conductors not in conduit. F. Control Wiring: Type MTW, stranded construction, terminated in spade or ring lugs. G. Exterior Wiring: Bare stranded for ground, THWN-THHN for all other. FY022IO4 Exoauive p,n Cmnpn Addendum No. 1 Section 16120-1 I 09/20/2002 11:23 4794439241 • MOCLELLAND ENGINEERS • PAGE 26 1 '• H. Conductors shall be spliced by approved methods and only in approved junction boxes and not in conduit. II. Use pm -insulated pressure connectors such as Scotchiock on conductors No. 10 and smaller. Use approved high-pressure crimp sleeve connectors on No. 8 and larger conductors. ' J. Make ground and feeder conductor lug connections using high pressure crimp lugs such as Anderson, T & B, Burndy. Make underground ground connections using cast thermal process such as Cadweld. 1 PART 3 • EXECUTION 3.01 INSTALLATION A. Make conductor length for parallel feeders identical. B. Lace or clip groups of conductors at panelboards, pull boxes and wireways. ' C. Provide copper grounding conductors and straps. D. Install wire and cable in code conforming raceway. E. Use wire pulling lubricant for pulling No. 4 AWG and larger wire. Do not use pulling lubricant for isolation panel secondary circuits. P. Install wire in conduit runs after concrete and masonry work is complete and aftermoisture is swabbed from conduits. ' G. Splice only in accessible junction or outlet boxes. Install splices and taps which have mechanical strength and insulation rating equivalent -or -better than conductor and are compatible with conductor material. H. Color coding shall be by wire color for #10 and smallcr, and by colored tape for larger conductors. Panel phasing shall be ABC for the entire system. Approved colors are: 480V Phase A Brown ' Phase B Orange Phase C Yellow Neutral Gray ' 208V Phase A Black Phase B Red '• Phase C Blue Neutral White FY022104 R,a,dn HwjnrComplu Addendum No. I Section 16120-2 1 09/20/2002 11:23 4794439241 • MCCLELLAND ENGINEERS • PAGE 27 I . . E Ground Green ' Or as required by local codes. All conductors shall be manufactured by an approved American manufacturer. I. Install isolation circuits in accordance with NFPA 99 in rigid steel conduits. Run separate green #10 THI-IN grounding conductor in rigid steel conduit to all outlets, lights, variable intensity controllers and fixed equipment. ' 3. Run isolation secondary circuits direct from source to outlet without using splices, taps, splitters or junctions. K. All circuits are 2- #12, 1- #12 ground, unless noted otherwise. Use #10 AWG conductors on 20 amp branch circuits which exceed 50 feet to the first outlet. L. Install home runs as indicated on the drawings. Circuits may be grouped into 3 -phase home runs but in no case arc more than S conductors allowed in a home run unless specifically noted ' 3.02 MARKING •' A. Identify circuits using wire markers at the following locations: 1. All power and lighting branch circuits and feeders at pull boxes, fixtures, outlets, motors, etc., indicating panel and circuit number at which each circuit or feeder '• originates. 2. All branch circuits in the panelboard gutters indicating corresponding branch circuit numbers. • 3. All signal and control wires at all termination points such as cabinets, terminal boxes, equipment racks, control panels, consoles, etc. Install in accordance with approved schedules prepared by the equipment manufacturer or by the Contractor. 4. Both ends of all pull wires with tag reading "PULL WIRE" and numbered to refer to the same pull wire. END SECTION 16120 1 Li I ' FY022104 Ex=dv Frmgw compk■ Addendum No. I Section 16120 - 3 I • • TABLE OF CONTENTS (FY022104) PART/SECTION No. SUBJECT PAGE No. 1 PART I BIDDING REQUIREMENTS 00030 Advertisement for Bids............................................................ 1-2 00100 Instructions to Bidder............................................................... 1-7 1 00200 Information Available to Bidders............................. ................ I 00300 Bid Form................................................................................... 1-9 00350 Bid Bond.................................................................................. 1-2 1 00360 Notice of Award....................................................................... I PART H CONTRACT FORMS 1 00500 Contract.................................................................................... 1-2 00550 Notice to Proceed..................................................................... 1-1 00600-1 Performance Bond.................................................................... 1-2 1 00600-2 Payment Bond.......................................................................... 1-2 PART III CONDITIONS OF THE CONTRACT 00700 General Conditions................................................................... 1-35 1 00800 Supplementary Conditions....................... ................................ 1-3 PART IV SPECIFICATIONS 1 DIVISION 1 GENERAL REQUIREMENTS 01000 Abbreviations........................................................................... 1-2 01009 Summary of Work.................................................................... 1-2 1 01011 Site Conditions......................................................................... 1-2 01014 Protection of the Environment ................................................. 1-2 01016 Safety Requirements and 1 Protection of Proper'............................................................... l-3 01020 Allowances............................................................................... 1-1 01025 Measurements Sc Payment.......................................................1-2 1 01027 Application for Payment.........................................................0 1-2 01028 Change Order Procedures......................................................... 1-3 01070 Cutting and Patching................................................................ 1-3 01090 Reference/Standards................................................................. 1-17 1 01210 Preconstruction Conferences....................................................1-2 01300 . Submittals During Construction...............................................1-6 01311 Schedule & Sequence of Operations........................................1-2 01400 Quality Control......................................................................... 1-3 01500 Temporary Construction Facilities and Utilities ...................... 1-3 01600 Material and Equipment Shipment, 1 Handling, Storage, and Protection ...........................................1-3 1-3 01700 Contract Closeout..................................................................... 1-3 01710 Clean-Up.................................................................................. 1-2 01720 Project Record Documents....................................................... 1-3 Li I I I I I I I I TABLE OF CONTENTS PART/SECTION No. SUBJECT PAGE No. DIVISION 2 SITE WORK 02015 Move In & Site Preparation...................................................... 1-2 02050 Demolition................................................................................. 1-4 02100 Site Preparation......................................................................... 1-3 02102 Clearing, Grubbing & Striping ................................................. 1-2 02150 Storm Water Pollution Prevention ............................................ 1-4 02200 Earthwork, Trench Excavation & Backfill ............................... 1-9 02444 Chain Link Fence...................................................................... 1-4 02480 Finish Seeding........................ ......... 1-8 02500 Asphalt & Gravel Surfacing..................................................... 1-4 02514 Concrete Curbs & Sidewalks..................................................... 1-5 02600 Portland Cement Concrete Paving ............................................ 1-3 02672 Polyvinyl Chloride (PVC) Water Pipe & Fittings .................... 1-2 02674 Hydrostatic Testing of Water Distribution System ................... 1-3 02675 Disinfection of Water Distribution System ................................ 1-4 02753 Sewer Pipe — General................................................................ 1-8 02754 Polyvinyl Chloride (PVC) Sewer Pipe & Fittings .................... 1-2 02756 Manhole Construction............................................................... 1-3 DIVISION 3 CONCRETE 03210 Reinforcing Steel. ....... ............ 1-3 03300 Cast in Place Concrete.............................................................. 1-12 DIVISION 5 METALS 05500 Fabricated Metal Work Sc Castings .......................................... 1-7 DIVISION 7 THERMAL & MOISTURE PROTECTION 07900 Joint Sealers.............................................................................. 1-3 DIVISION 9 PAINTING 09900 Painting..................................................................................... 1-13 DIVISION 11 SPECIALTIES 11308 Grinder Pump Station ...................................................1-3 1-3 DIVISION 15 MECHANICAL 15012 Miscellaneous Tubing............................................................... 1-2 15013 Miscellaneous Piping Specialties ...........................1-3 1-3 15080 Manually Operated Valves ....................................................... 1-3 DIVISION 16 ELECTRICAL 16500 Lighting..................................................................................... 1-3 Appendix A — OSHA Standard for Excavation & Trenches Safety Program Appendix B — Arkansas State Licensing Law for Contractors I 1 ' Bids: H J I I I I I DOCUMENT 00030 ADVERTISMENT FOR BIDS PROJECT: Executive Hangar Complex Fayetteville Municipal Airport Fayetteville, Arkansas MCE Project No.: FY022104 McClelland Consulting Engineers, Inc. 1810 North College P.O. Box 1229 Fayetteville, Arkansas 72701 Phone: (479) 443-2377 The City of Fayetteville will receive sealed bids for General Contract to construct a Aircraft Apron, relocate entrance road, relocate water line and install sewer lines with a pump station at the Fayetteville Municipal Airport in Fayetteville, Arkansas. Bids shall be on a lump sum and unit price basis. The will receive Bids until 2:30 PM, local time on September 26, 2002, at Room 306 of the City Administration Building, 113 W. Mountain St., Fayetteville, Arkansas. 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 F.W. Dodge Reports Construction Market Data c/o Southern Reprographics 5100 East Skelly P.O. Box 1109 (72203) 2905 Point Circle Suite 1010 1501 N. Pierce, Suite 101 Fayetteville, AR 72704 Tulsa, OK 74135 Little Rock, AR 72207 ' Copies of the Bidding documents may be obtained at the Engineer's office in accordance with the Instructions to Bidders upon paying the sum of $100.00 for each set of documents. Return of ' documents is not required, and amount paid for documents is not refundable. Partial sets are not available. 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, Arkansas in an amount not less than 5 percent of the amount bid. FY022104 Executive Hangar Complex Section 00030 - 1 1 • • I I I] H H I I For information concerning the proposed work, contact Mr. R. Wayne Jones, P.E., at the Engineers office. The attention of the Bidder is directed to the applicable federal and state requirements and conditions of employment to be observed and minimum wage rates to be paid under this Contract. "Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville, Arkansas encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville, Arkansas encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women business enterprises." The Owner reserves the right to waive irregularities and to reject bids and to postpone the award of the Contract for a period of time which shall not exceed beyond 60 days from the bid opening date. IP.O. No. I I IBid No. 02-56 I I I H I Peggy Vice Purchasing Officer City of Fayetteville Fayetteville, AR FY022104 Executive Hangar Complex Section 00030 -2 I • • DOCUMENT 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 CONTRACTORS 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 I 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. I IFY022104 Executive Hangar Complex Section 00100 - 1 • • Any interpretation or 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 Bids, 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 hi"s 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 non -burning requirements, permits, fees, contractor's license, nonresident , contractors' notice and bond requirements, and similar subjects. PROJECT MANUAL AND DRAWINGS ' No return of 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 $75.00 per set. Partial sets will not be available. 8. TYPE OF BID ' Lump sum prices shall be submitted in the appropriate places on the Bid form. The total amount to be paid to the Contractor shall be the total amount of the lump sum price items as adjusted based on quantities installed and/or any adjustment for additions or deletions resulting from additive or deductive alternates or change orders during construction. FY022104 Executive Hangar Complex Section 00100-2 , ' 9. TRENCH AND EXCAVATION SAFETY SYSTEM I Not Applicable. ' 10. ALTERNATES I I I I I I I Not used. 11. PREPARATION OF BIDS All blank spaces on the Bid Form must be filled in, preferably in BLACK ink, in both words and figures where required. No changes shall be made in the phraseology of the forms. Written amounts shall govern in cases of discrepancy between the amounts stated in writing and the amounts stated in figures. In case of discrepancy between unit prices and totals, unit prices will prevail. Any Bid shall be deemed informal which contains material omissions, or irregularities, or in which any of the prices are obviously unbalanced, or which in any manner shall fail to conform to the conditions of the published ADVERTISEMENT FOR BIDS. Only one bid from any individual, firm, partnership, or corporation, under the same or different names, will be considered. Should it appear to the Owner that any Bidder is interested in more than one bid for Work contemplated, all bids in which such Bidder is interested will be rejected. The Bidder shall sign his Bid Form on 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 sole proprietor, 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 proprietor, a notarized power -of - attorney must be on file with the Owner prior to opening of bids or submitted with the Bid. ' 12. 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. L1 I IFY022104 Executive Hangar Complex Section 00100 - 3 i 0 1 13. SUBMISSION OF BIDS 1 All Bids must be submitted, not later than the time prescribed, at the place, and in the manner set forth in the ADVERTISEMENT FOR BIDS. Bids must be made on the Bid Form provided herein. Each Bid must be submitted in a sealed envelope, so marked as to indicate 1 its contents without being opened, and addressed in conformance with the instructions in the ADVERTISEMENT FOR BIDS. 14. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID 1 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. 15. WITHDRAWAL OF BID Any Bid may be withdrawn prior to the scheduled time for the opening of bids 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. 1 16. 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 Bid 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. 1 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. If the Bidder elects to furnish a Bid Bond, he shall use the Bid Bond form bound herewith, or one conforming substantially 1 FY022104 Executive Hangar Complex Section 00100-4 ' 1 • • thereto in form and content. 17. 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 Bids they accompanied. 18. 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 on the Bid Form. 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 I. responsible and responsive qualified Bidder. Such award, if made, will be made within 90 days after the opening of Bids. 19. BASIS OF AWARD If, at the time this Contract is to be awarded, the Total Base Bid of the lowest acceptable Bid ' 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. ' 20. 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 I. 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. H 1 21 I 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. 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 IFY022104 Executive Hangar Complex Section 00100-5 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. , 22. 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. 23. 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, 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 Owner'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. , I FY022104 Executive Hangar Complex Section 00100-6 1 24. 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 Document 00700 - GENERAL CONDITIONS. The time allowed for the completion of the Work is stated in Document 00500 - Contract. 25. PROVIDING REQUIRED INSURANCE The Bidders attention is directed to the insurance requirements set forth in the General Conditions (amended in the Supplementary 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. END OF SECTION FY022104 Executive Hangar Complex Section 00100-7 • • I DOCUMENT 00100 INSTRUCTIONS TO BIDDERS ' PARAGRAPH NO./TITLE PAGE NO. 1. FORMAT......................................................................................................................................1 2. SPECIFICATION LANGUAGE..................................................................................................1 ' 3. GENERAL DESCRIPTION OF THE PROJECT........................................................................1 4. QUALIFICATION OF CONTRACTORS........................................................:..........................1 5. DOCUMENT INTERPRETATION.............................................................................................1 6. BIDDER'S UNDERSTANDING..................................................................................................2 ' 7. PROJECT MANUAL AND DRAWINGS ......................................... 2 ' 8. TYPE OF BID...............................................................................................................................2 9. TRENCH AND EXCAVATION SAFETY SYSTEM.................................................................3 ' 10. ALTERNATES.............................................................................................................................3 11. PREPARATION OF BIDS...........................................................................................................3 12. STATE AND LOCAL SALES AND USE TAXES.....................................................................3 13. SUBMISSION OF BIDS..............................................................................................................3 14. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID......................................................4 15. WITHDRAWAL OF BID.............................................................................................................4 ' 16. BID SECURITY...........................................................................................................................4 17. RETURN OF BID SECURITY....................................................................................................4 18. AWARD OF CONTRACT...........................................................................................................5 ' 19. BASIS OF AWARD.....................................................................................................................5 20. EXECUTION OF CONTRACT...................................................................................................5 ' 21. PERFORMANCE AND PAYMENT BONDS.............................................................................5 22. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND..............................................6 23. PERFORMANCE OF WORK BY CONTRACTOR...................................................... 6 ' 24. TIME OF COMPLETION............................................................................................................6 25. PROVIDING REQUIRED INSURANCE....................................................................................6 FY022104 Executive Hangar Complex Section 00100 -8 1 P S/ZK11�J `► I [IZIY�IZ6' PART 1. GENERAL 1.1 SECTION INCLUDES 1. Federal Prevailing Wage Determination Number AR 02-111. r s : fti)1111Li1Sl Not Used. PART 3. EXECUTION Not Used. FY022104 Executive Hangar Complex Section 00200- I 0 tEcEhS. L: _ o £031 Mike Huckabee James L. Salkeld ' Governor "— -- -- —" Director STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR 10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190 (501) 682-4500 • FAX: (501) 682-4535 • TDD: (800) 285-1131 I I I I I 11, L I C' September 12, 2002 R. Wayne Jones McClelland Consulting Engineers, Inc. PO Box 1229 Fayetteville, AR 72702 Re: Executive Hangar Complex Apron & Parking Fayetteville, Arkansas Washington County Dear Mr. Jones: In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 02-111 establishing the minimum wage rates to be paid on the above -referenced project. These rates were established pursuant to the Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-301 to 22-9-315 and the administrative regulations promulgated thereunder. If the work is subject to the Arkansas Prevailing Wage Law, every specification shall include minimum prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark. Code Ann. § 22-9-308 (b) (2). Also, the public body awarding the contract shall cause to be inserted in the contract a stipulation to the effect that not less than the prevailing hourly rate of wages shall be paid to all workers performing work under the contract. Ark. Code Ann. § 22-9-308 (c). Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. Ark. Code Ann. § 22-9-309 (a). Also enclosed is a "Statement of Intent to Pay Prevailing Wages" form that should be put in your specifications along with the wage determination. The General/Prime Contractor is responsible for getting this form filled out and returned to this office within 30 days of the Notice to Proceed for this project. When you issue the Notice to Proceed for this project, please mail or fax a copy of the notice to my office. If you have any questions, please call me at (501) 682-4536 or fax (501) 682-4508. ' Enclosures 1 Sincerely, Don Cash Prevailing Wage Supervisor • Page 1 of 1 ARISSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - HEAVY RATES DATE: September 12, 2002 PROJECT: Executive Hangar Complex Apron & Parking Fayetteville, Arkansas CLASSIFICATION Bricklayer/Pointer, Cleaner, Caulker Carpenter Concrete Finisher/Cement Mason Electrician/Alarm Installer Ironworker (Including Reinforcing Work) Laborer Pipelayer Truck Driver Power Equipment Operators: Backhoe, Rubber tired 1 yd. or less Bulldozer, Finish Bulldozer, Rough Crane, Derrick, Dragline, Shovel & Backhoe, 1-1/2 yds. or less Crane, Derrick, Dragline, Shovel & Backhoe, Over 1-1/2 yds. Distributor Front End Loader, Finish Front End Loader, Rough Mechanic Motor Patrol, Finish Motor Patrol, Rough Roller Scraper, Finish Scraper, Rough DETERMINATION #: 02-111 COUNTY: Washington EXPIRATION DATE: 3-12-03 SURVEY #: 702-AH05 BASIC HOURLY RATE 8.70 9.35 9.40 13.30 17.25 8.70 10.30 10.60 12.00 13.15 10.25 11.65 11.20 12.35 9.65 10.40 14.70 13.05 9.00 11.15 11.75 11.25 FRINGE BENEFITS .72 1.00 .17 Welders —receive rate prescribed for craft performing operation to which welding is incidental. Certified July 1, 2002 Classifications that are required, but not listed above, must be requested in writing from the Arkansas Department of Labor, Prevailing Wage Division. Call (501) 682-4536 or 682- 4599 for a request form. o� C Y I- (5 so 0 K a o R O. uCII CCo O 0 = y C d > I y 4) C X (5 W LL )Cm o ac' o) �cyu� a Cp .1_I + Q C C L a 7 L Ect °- e •4) o O o d ` O0) 3 d U O i j d O )oCco t m �U).lJ0o3 m w ( w Ocyo�" f,C c n -0 0 -oEn3 o y o N C i O N C oa)1-vl) w �o 10 U vCo -C rl I- 0) f0 33Non ,� oO cc O 1111! T v)� C 3 3 E.O 01.0 U)' X C C O t r■ U E (0 z C VA m t CC U t C U C U L Y C U rn C E �OO �o � o Q N LU 0 N Oo a, Z zZ w c ZG ao w ce w Q LL QWr Vo �40 z -. Wo 0 � C7L9 2 Z Ott. ad � Q � b—. Gko 3LU 0 O 00w c g tn wz w Z u a wave PLF 09/24/2002 13:38 4794439241 MCCLELLAND ENGINEERS PAGE @3 • I DOCUMENT 00300 BID FORM Unit Price NOTE TO BIDDER: Please use BLACK ink for completing this Bid form. To: City of FavetteviU,f' Address: 113 West Mountain Fayetteville Arkansas 72701 Project Title: Executive Hangar Complex Engineer's Project No.: FY022104 Arkansas Contractor's Date:- r /0� License No.: ooyo9yveo3 Bidder: 'int/A/SoN f7/sPf/A'GT ('a Address: ma Sl1AN Ace -he , ray. • 72'70 1 Contact Person for additional information on this Bid: Name: F/AIX I1OANAFF6c/ Telephone: ≤a i - ADDENDA The Bidder hereby acknowledges that he has received Addenda Numbers: 7 05 to these Specifications. (Bidder insert No. of each Addendum received.) BIDDER'S DECLARATION AND UNDERSTANDING The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this Bid are those named herein, that this Bid is, in all respects, fair and without .fraud, that it is made • without collusion with any official of the Owner, and that the Bid is made without any connection or collusion with any person submitting another Bid on this Contract. I FY022 104 Executive Hangar Complex Addendum No. 2 Section 00300- 1 I I -- I @9/24/2002 13:38 4794439241 • MCCLELLAND ENGINEERS • PAGE 04 d H I I H H I H H H I H 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 Contract Documents, and that this Bid is made according to the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Bid. The Bidder further agrees that he has exercised his own judgment and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions. 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 Bid is offered, that he will subcontract the work under said phase to a contractor who does have the necessary experience and qualifications. Kern L • fir• The Bidder agrees that if this Bid 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 Bid, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete all work as specified or indicated in the Contract Documents. CERTIFICATES OF INSURANCE, PAYMENT BOND. AND PERFORMANCE BOND The Bidder further agrees to furnish the Owner, before executing the Contract, the certificates of insurance, Payment Bond, and Performance Bond as specified in these Documents. Start of Construction, Contract Completion Time, and Liquidated Damages arc stated in. Document 00500 • Contract. 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. FY022104 Executive Hangar Complex Addendum No. 2 Section. 00300.2 09/24/2802 13:38 479443924/ MCCLELLAND ENGINEER PAGE 05 UNIT PRICE BID The bidder agrees to accept as full payment for the work proposed herein the amount computed under the provisions of the Contact Documents and based on the following unit price amounts. The bidder agrees that the unit price represents a true measure of the labor and materials required to perform the work, including all allowances for overhead and profit for each type and unit of work called for in the Contract Documents per Bid Item. The amounts shall be shown in both. words and figures. In case of discrepancy, the amount shown in words shall govern. 2. 1 3. 1 -/�r4 >hs t 0L L Dollars/LS Words LS Clearing & Tree Removal Iars/LS Words � LS / 1Topsoil w//Stripping (500 CY) ($7 S ) tu/., a. et e %4h1"bollatslLS T� Words ($2,75O. 0) i 4, l LS Topsoil Stockpile Removal (3600CY) (S_/7, SAO 1 ($/2, .S tO a° an/LS Words 0• 4a. I LS Topsoil Replacement (6" Thickness) (S B� 0) ($ Rt Sao_ oo) (Over Disturbed Areas not to be Paved) ,444'i' 'rte 4 Don aiv/LS Words o, 5. I LS Exc(260Q CY) ( OJ ) (R APO . OO \�/) t�tA6tCr/ Dollars/LS Words so 6. 1 LS Embankment from (2200 CY) (S%� (S 7.SQ) . CD) cry'et�..r'1" "`^• Doll ars/I.S Words oO 7. I LS Select Borrow Embattlunet t (400 CV) ($ 93 Z) (s 3/o, 9 32, o°44 ILLI I ollars/CY Words PY022104 Executive Hangar Complex Addendum No. 2 Section 00300-3 @9/24/2082 13:38 479443924/ MCCLELLAND ENGINEER PAGE 06 R. 18,400 SY Asphalt Pavement Removal & Pulizering (S_1 vc_ ) ($ /7+ X i� •'^7 and Placement within Apron Area 1 °8 �Mt du Dollars/SY Words 9. 3600 LF Curb and Gutter Removal ($7. OO ) (S 7i Zoo . 0olAO *14 /co Do!lars/LF Words 10. 6 EA Remove Curb Inlets (S 0° . ) ($_2,/o, 0O ) 42.4 Lid Dollars/FA Words tCr 11. 1 LS Remove Storm Drain Pipe ($ S 47C ) (S_54'7,S .0°) .�ryfy fs.r G. ,dpw w�� Dollars/1.S r Words 12. 1 LS Remove Parking Booth ($ Z 00 ) ($, .2, (&V. 00 ) %P&4 -44 Dollars/LS Words 13. 4500 TONS Class 7 Base ($ ' ) ($44 56, 00 ) Dollars/TON Words 3000 14. —4100 TONS ACHM Type 11 pr III ($ ,38. tO) ($/!'J (D&2 oo) tLJ, + to se Dollars/TON Words 15. 830 SY 8" Concrete Taxiway Pavcmcnt ($ •'V ) ($_. 150.00) t /'e Dollars/SY Wards 16. 2 EA New Curb Inlet // ($ .SO ) (S 3, 700. 00 r J+� Dollars/EA Words 00 17. 7 EA New Concrete Inlet / I ($2190 ) ($1.C, 330.00) 7L+3°1jt B>,a USA r w« W Dollars/EA Wards FY022104 Execot.ive Hangar Complex Addendum No. 2 Section 00300.4 09/24/2002 13:38 4794439241 • MCCLELLAND ENGINEER PAGE 07 a 11:.. ,(( A )'I'1 4[[ II F: T ,l.i li:j i1,�fl'i'�11E1 { I/\lid I • r f1 {MI�� 11„' l'1II\Yk\II/( 1 In ,r1l'�r np1yy1111Y^I� I'Ihli{ t}P.Jv IY'Y9P' Vl l4i. �r'�1��y1'r'I:ri l:.l l(01 :II 1 IIIM +'yY \�11 ♦YfL.1I If '1 {I (Y�I".1(•Y� 1] 11 LI nnll�'n. d• fF vL,�{iMII I'I Ivlrl /11Y {'yi],y lllllr \I ffr�l� 1 jll if (( I�I�., pL1yi4'I�..j ull IIIYII 11..�4..y�Y ,JJ,115�1'C ]II r.(> 1' JLi1((1 UQV!li Jf .. If.f. J 4 i 11 V l.,l F(P Af{ U ,1 n�(\r �V 1 YL iv)�I�.,I1 Mta•✓:' VY YY IM \1.rl 1' I•YJ I`t l'^�IT']144(I It 3. rVr/+4i 4:It4� 1.4 li ILNJ 1IY t..�II]II I yll `( �111j1✓1 MID Iti lr Fl�YIti7�Q'I 10111. 'r ll'!I lr 1 r n :: ♦ 'll 1n11111 Vyllr 11M1{i 1 'I (l. .41 J11 r 1s! li I. nl rn a n" I' n ! ylnly. ! I� l'y1 Or ', iY°I\Ir 1, • 1 IQIIQ w'i +' ✓LITf p I }{ 4rTj21�I'( 11M\I' Il4 Y . tiR' •.Ilt (r '1 �� i allµr �r� � 1 "� r,♦ � 5 r.4.j.IN1 1 ���1� l � '`f,'..In / Ir I �. 4„wl. it ll( alil ilF'e'. M1 ��fi III Iiri rA !Ir r G pl��j.�In I ' Ij:,YL-�lr�5Hyi'w ,1,/ I( yyI .r r n�•b{ i (��ll:' 1 1 `� 1 t L �110rI o -J �'p[1�I�I�j a(ly 1.. ,1, 1 I)'1P1�� ♦�e 1:-.+ilr4. lL1i']�1]I ��yyQ-. r, � 1 (J�1y1 1 �LIf11i%I "11IV�ryp�I�Np`Y7`���.'1.1 r�O�('�Ili P L ll`: ai; �n�� a nKV F!� ���n(kM1i 1 i Y{I nY ita iMr. { (M l( __ A41I�Iu ��J JI �'ly \F111/ IY 1. I� Yn1 " 11 4F I{ •1. W ul Ji dl�,. I.I ? / I I SI:Y: {�i•l�r 1 I :].� l ,1 r I t'..Ir .i Ilr . i� 11 !:�.� �IiNjl ♦ 1 _ i. T,1 I • ..1. Ni Y )ill .I NTY rI AI: 6 ri ( \I'.I •18. 2 EA New JNeW J/ Box llslFA ($ / LY! —j ($,. i 00 • ) Doar Words 19. 875 LF 18" R.CP, Class 3, Wall B ($ 3 + 78) ($ 3y o + 50) �S /m Dollars/IF Words 20. 308 LF 24" RCP Class 3, Wall B ($ ,s, s69. YO ) ad tS so Dollars/SF Words 21. 320 LF Curb and Gutter (S /S . SO ) (5_9 9(00. 010 ) .J,Wecn ...d ' Dollats/LF Words 22. 200 SY 5' -wide Sidewalk ($ 3OP A0 ) ($ 6, Ow' 00 ) Q+ ✓ Dollars/SY Words 23. 1060 LF 6' Chain Link Fence with Baited wire (S_/4'. S7 ) (5_ 4tit/F ZO ) %4&4 At rs��ap.-Dollars/LF Words 24. I LS Joint Sealant for 8" CCMC. Pavement (S %80 ) ($ O id orristijsliL5 1r✓OTd9 25. 400 LF Pipe Underdrain (5_/2, 85 ) (SS ) t{O. OO a+.d ps Dollars/LF Words 26. 200 SY Soil Stabilization Fabric ($ P DO ) (S________________ 00 ) ,_Ih0 /to Dollars/SY Words 27. 1025 LF 8" PVC, C900 WWaterLiilncc ($ 0. V ) ($20 992. ao ) to"z / Dollars/LF Words FY022104 Executive Hangar Complex Addendum No. 2 Section 00300 - 5 09/24/2002 13:38 4794439241 MCCLELLAND ENGINEERS PAGE 08 ITEM EST. UNIT NUMBER QTY BID SCHEDULE UNIT TOTAL DESCRIPTION PRICE 28. 4 EA 8" Gate Valve — ($-.rte,----, ($-.3, /GO, 00 ) L Dollars/EA Wor O. o0 29. 2 EA 6" Gate Valve ppp //�� (S_______ ($ / Z 7 ) /// Sb)C 4'Dollars/EA Words 30. 2400 LBS Ductile Iron Fittings ($ .3• GS ) (S _B 11.0. °J itc.«d `7,tt Dollars/LBS Words 31. 2 EA 5'/." Fire Hydrant n/'�Assembly pp��($ /° O• o° .ti.K /Y''•To`i Dollars/BA Words 8A Relocate Existing Fire Hydrant Assembly ($ /aW .00) ($ /v2oo. G1D ) 32. 1 WIL' A Dollars/LF Words 33. 1220 LF 8" PVC, SDR26 Sewer Pipe ($ • 9B ) ($ 18, 7S• bo 'y'D4c&4 A' fyco Dollars/LF Words 34. 450 TON Class �7 Trcnch Backfill ($ _/9. ST) ($ 6, S Z!_!_) 10lan44 %y Dollars/TON Words ' 35, 3 EA Sanitary Sewer Manhole ($ // (S ,_S, Q N . Oa Gloljar slEA Words 36. 1 IS 5 Hp Duplex Pump Station with 2" Force (S 5/ ) ($_5/, 0U0 • ) Main & Electrical Service '_ Dollars/LS words to 37. I EA Relocate 55•foct Apron Lighting Pole with ($.3I) ($ 3 Z0 • 00 Foundation, Wiring Qand' Conduit Dollars/LF Words FY022104 Executive Hangar Complex Addendum No. 2 Section 00300. 6 09/24/20@2 13:38 479443924/ MCCLELLAND ENGINEER PAGE 09 " ♦\ FIV.C�. Y YF II'IYI YI , •Y•'• 11 II X"'I. �.t111I1 1`. I�'x1 ,1•I` 5k' T!.I YMN Y„ y 11 M' Y y� ill^ ,r ]Vf 111, I, 11 "1 I I 11 ♦ V'r'..1 pp1 f' Iv 1.11 y. I I4. 1 1 -,1tV ♦IJ � 1 IIIIt�11IV1r11j 11111 t' \I:, 1..,(I. it\1'11�11II1•.Y .1 1 It'!IY',1�Q11. 111. 11 ,'YLI I I �11. \'.. �1,{{�A1 %Y�Fgi �l,f'i1'11�1...,M „I ( S er r ,trlw �.,,1. 1 y I / rl UI r t r�,i��,E' yt� } I�rr'.L�.\, ,IV� V�i'Y111/,1r, I,tY IY 1. �: I•J'I rY+��ih X11{ I ♦11 A +�411W1.r�lJitl,.�4',r `11 11 / JI 1 Y tia i 111] t. •(•r' ?I"! IS' 11 .y,11111 4• iii l't+vl 1iJ1., 1x1 Fr�l\ h 1 1'i Hrl�l un 4t.14≥ l Or ...III 1 ♦I { l•fx" `4. �IXl .1]X 1 �r1.41.� IN bj'.: 1 lAr I. IYn p\\ y S*cti s!S = II 'A I'MII i .�\ n1I j 11 I1L r Yh �I xI\Y11 iYl �IIM1I� Ifl•' ", '1\ I �IL !I�I n�� 1 ` tlan:n`7•' (`r 1<; L1l j. ♦ I / S _ 9 S Do 38. 1 I EA Remove, Parking Area Lighting Pole and f$ / 1 ($ U ) Foundation J I Q2.rt L...Ld i A-Dollars/EA Words 00 39. 10 EA Reinstall Parking and Drive Lighting Pole ($ / 334') (5_/3, 3&0 • C9 with Fou ndattinpp ion, Wiring and Conduit .. 11�-'Dollats/EA Words n s 40. 4 AC Seeding, Mulching and Fertilizer ($ /600 ) ($ G /p, o t2e#i N . tk00nau/AC Words Oo 0° 41. 900 LF Silt Fence with Wire Fabric (S _S ) (S_.soc' $.1J 10) Dollars/LF Words 42. 100 EA Straw Bale Erosion Protection (S /O, cO ) (S 1, ax'. 0O 1 s1 ��o Dollars/EA Words 43. 1 LS Trench and Excavation sf Safety (s_2 ZOO, ', (5_Z. ZAA . D° L ofeellars/LS Words 00 44. 1 EA 11' Water Meter Setting with Box & ($ SSO ) (S S5O 1 O0 ) Service Line 'i%.e' ,if A Dollars/EA Words oe 45. 1 LS Paint Striping of Parking &Taxiway ($333o (5_3,2 SO' 00 4rrOllars/I..S / Words 46. I LS Contractor's General,Conndditions Cost (SYp�) ($ .Z OOO. 00 `i Dollars/LS Words FY022104 Executive Hangar Complex Addendum No. 2 Section 00300. 7 09/24/2002 13:38 4794439241 . • MCCLELLAND ENGINEER PAGE 10 BID SCHEDULE ITEM EST. UNIT =TOTAL NUMBER QTY UNIT DESCRIPTION PRICE 47. 400 CY Undercut and Backfill (S _/2 a (S 8J0. 00 Atd 71:. Dollars/CY Words 48. 29 EA planting 2' Caliper Trees (S_775 ) ($ 4 %A ,n LhJ l Dbtlars/EA Words e 49. 2 EA Elcc. Transformer Pad and Two 4 -inch ($ S, 8'O ) ($ I/i (9Gk) • °R Seh. 40, PVC Conduits (48" Depth) for AEP- SWEPCO Service ,65 G j DollarslEA ords TOTAL BASE BID $___________ 7 0 (items 1 through 49) DEDUCTIVE ALTERNATES ITEM EST. NUMBER QTY D -I. D-2. 345 D-3. 2 PRICE DEDUCTIVE ALTERNATE BID SCHEDULE UNIT DESCRIPTION UNIT W LF M D-4, 397 LF TOTAL I Topsoil Stockpile leRemoval (3600 CY) ($ /Z, OOO'j ($ Z eco• 00) � ilo_t cj Dollars/LS Words 8" PVC, C900 Water Line ($ ZO• oo t ($cr 9t7, 00 ) Dollars/LF ords 5 '/4Fire Hydrant Assembly ($ bSV' 00) ($ Sao • too r Dollars/EA Words 8" PVC, SDR26 Sewer Pic ($ /S• & 1 ($ S S.S. ao ) C.+d no /lO Dollars/LF Words FY022104 Executive Hangar Complex Addendum No, 2 Section 00300. 8 05/24/2ee2 13:38 479443924/ MCCLELLAND ENGINEE* PAGE 11 H I I 11 H I I I D-5. I EA r/ Sanitary Sewer Manhole (S fO ' _) (S_15 v� • ' 1 f ,-v1 1(4S1 / Dollars/EA Words D-6. 50 TON Class 7 Trench Backfill (S ) (S 7ZS r o0 1 nn 1 .SiD 7r� C" ° /u Dollars/TON Words BASIS OF AWARD The Bidder understands that the contract will be awarded to the low bidder based upon the Total Base Bid Amount less any Deductive Alternates selected by the Owner in the order above that provides the Owner the best overall project within the Project Funding Limits. Not used. PAYMENT SCHEDULE A detailed payment schedule for each structure or unit shall be submitted by the successful Bidder. The successful Bidder shall meet with the Engineer and Owner in Fayetteville, Arkansas, to review the format and details of the payment schedule. This meeting shall be held within 5 days of notification that the Contractor is the successful Bidder. ' The purpose of the meeting shall be to establish an acceptable format for the payment schedule. The construction detailed payment schedule shall be completed by the Contractor 14 days after the meeting and submitted to the Engineer and Owner for review and approval. Failure of the Contractor to submit the payment schedule as required may result in the Owner's rejection of the Bid or delay in processing the Contractor's request for a progress payment. I I I I 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. ' FY022104 Executive Hangar Complex Addendum No. 2 Section 00300 -9 @9/24/2@02 13:38 479443924/ MCCLELLAND ENGINEEb PAGE 12 SUBCONTRACTORS LIST ELECTRICAL SUBCONTRACTOR Arkansas Contractor License #002 o$3 0303 /Yor��wPil t/eci ,c ,-fie, Name pD may. ,6 7z7oz Street Address, City, State, WATER AND SEWER SUBCONTRACTOR Arkansas Contractor License# 0 00 0 6 /08 03 Faie#e %nee lac( % Oo Iox 417, Street Address, City, State, Zip Code PAVING SUBCONTRACTOR Arkansas Contractor License# WA- Name Name Street Address, City, State, Zip Code EARTHWORK SUBCONTRACTOR Arkansas Contractor License# Name Street Address, City, State, Zip Code L A/Crelk° SUBCONTRACTOR Arkansas Contractor License# 0 Z 8 41v0 3o3 3 4pp)e Cot7r_refe T"C. Name 0Z 42700 4ie►Scmr7 ST, S~ ; fe E, SpcJt A, -7 -m Street Address, City, State, Zip Code FY022104 Executive Hangar Complex Addendum No. 2 Section 00300. 10 @9/24/2002 13:38 4794439241 • MCCLELLAND ENGINEER PAGE 13 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.) SQNt -4 124th Ls4e'f 1, fltl4.≥s P7ent s, >l;s 7sO 9/a' ?/ovu 'dt Ir>e stc-AIon, �.'�_ ' '9rr, s''/fr, N eaasi S7s- 8 Z04 5a3 au r SruNz S r yr,Ye�ir, C:v S'r+d Rron / 7so-8sst) �k6VI au J crrd `p ye/en//e SCAoo/s Vuilr'nS ?/r ec1 a,, ,,4J.f gYq-Jo95 SURETY If the Bidder is awarded a construction Contract on this Bid, the Surety who provides the Performance and Payment Bond will be: ge 4Sv ktev/ LGI ≤Quo • ! e_ t-° ' whose address is: /M9 t yer'A ( An l.'h/-1P St. )ki 7Z Z 03 Street, City, State, Zip, Code The Bidder acknowledges that he is familiar with the insurance requirements on this Project and, if awarded a construction contract, agrees to furnish the required insurance certificates within fifteen (15) days of the date the award is made. BIDDER The name offthe Bidder submitting this Bid is: T /OI771.!/J5O�l/ /4S®fI ALZ (0• LN<• doing business at Street, City, State, Zip, Code which is the address to which all communications concerned with this Bid and with the Contract shall be sent. FY022104 Executive Hangar Complex Addendum No. 2 Section 00300. 11 09/24/2002 13:38 II 479443924/ MCCLELLAND ENGINEEb PAGE -14 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: ' A2. 7w,//no,,- tnps. 4P1Jt %n1/,.Coy - fns• R �C-6ar4 ®nIi41s..- Sec, I 1 1 1 1 J I I I I I H 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 o?& day of e.4 -r .2002. (SEAL) FY022104 Executive Hangar Complex OM It /lAD L3d4- (o, J;r Name of Corporation Title tZ�tqA &'-S Is. Attest //Gr,, /�Gr� Spy1� cretary Addendum No. 2 Section 00300- 12 II DocumentA310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we RED DEER, INC., PO BOX 691, SPRINGDALE, AR 72765-0691 (Here Insert full name and address or legal title of contractor) as Principal, hereinafter called the Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY (Here Insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of New Jersey as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF FAYETTEVILLE ' (Here insert full name, address or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of 5% OF AMOUNT BID Dollars ($5% OF BID )' for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for AIRCRAFT APRON RELOCATE ENTRANC ' ROAD, RELOCATE WATER LINES, AND INSTALL (Here insert namd,address an es ion ofproje SEWER LINES WITH A LIFT STATION AT DRAKE FIELD IN FAYETTEVILLE, AR NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material funished in the prosecution therof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 26TH day of SEPTEMBER, 2002 (Princip (Seal) (Witness) INTERNATIONAL FID LITY INSURANCE CO. 611I��Y%1Cc J uret (Seel) (Witness) JA UEJLLNDSEY ATTORNEY -IN -FACT Printed in cooperation with the American Institute of Architects (AlA) by International Fidelity Insurance Company. International Fidelity Insurance Company vouches that the language in the document conforms exactly to the language used in AIA Document A310, February 1970 edition. ' Tel (973) 624-7200 POOR OF ATTORNEY • INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 ' FOR BID BOND/RIDER/CONSENTS/AFFIDAVITS KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint MIKE A. LVTTRELL, KENNETH L. GALLOWAY, ADRIAN W. LUTTRELL, JACQUE LINDSEY Springdale, AR. 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, contracts of indemnity and other writings obligatory m the nature thereof, which are or may he allowed, required or permitted by law, stature, rule, regulation, contract or otherwise 'including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the Deeppartmem of Transportation, State of Florida, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY 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 he revoked, pursuant to and by authority of Article 3 -Section 3, of the By -Laws adopted by the Board of 'Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, 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, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such attorney -in -fact and revoke the authority given. Further, this Power of Attorney is signed and scaled by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 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 binding 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. ' DE ITY /hrJ IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to he signed and its corporate seal to be affixed by its authorized officer, this 31st day of August, A.D. 1998. INTERNATIONAL FIDELITY INSURANCE COWAN1' m ,a, 6 9 e4 p County of Essex STATE OF NEW JERSEY I I L Secrete On this 31st day of August 1998, before me came the individual who executed the precedin6� instrument, to me personally (Town, and, being by me duly sworn, said the he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. ' OARpG IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, P• �� at the City of Newark, New Jersey the day and year first above written. O NOTARY r, PUBLIC J7 4 JEas� A NOTARY PUBLIC OF NEW JERSEY CERT FICATION My Commission Expires Nov. 21, 2005 I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the I 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 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 fora and effect IN TESTIMONY WHEREOF, I have hereunto set my hand this 26TH 1 I day of SEPTEMBER, 2002 Assistant Secretary NOTICE OF AWARD TO: PROJECT DESCRIPTION: Executive Hangar Complex Construct Apron, Parking, Water and Sewer Lines The OWNER has considered the BID submitted by you for the above described WORK in response to its Advertisement for Bids dated and Instructions to Bidders. You are hereby notified that your BID has been accepted in the amount of: You are required by the Instructions to Bidders to execute the Contract and furnish the required CONTRACTORLIS Performance BOND, Payment BOND, and certificates of insurance within fifteen (15) calendar days from the date of this Notice to you. If you fail to execute said Contract and to furnish said BONDS withing fifteen (15) days from the date of this Notice, said OWNER will be entitled to consider all your rights arising 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. day of , 2002. CITY OF FAYETTEVILLE Owner ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged by. ■ this the day of , 2002 ' By Title fl Li ' p FY022104 Executive Hangar Complex Section 00360-1 1 • r C C C 1 H I 1 H I I U CONTRACT THIS AGREEMENT, made and entered into on the/ day of C/cA;?�in , 2002, by and between Tomlinson Asphalt Company, Inc. and the City of Fayetteville: WITNESSETH: That Tomlinson Asphalt, for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: That Tomlinson Asphalt shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled City of Fayetteville Executive Hangar Complex. Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond General Conditions Supplemental Conditions Specifications That the City of Fayetteville hereby agrees to pay to Tomlinson Asphalt for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of: Six Hundred Sixteen Thousand Two Hundred Seven and 07/100 Dollars ($616,207.70). 3. The Work will be completed and ready for final payment in accordance with the General Conditions within 120 days after the date when the Contract Time commences to run, as provided in the Notice to Proceed. 4. Liquidated Damages: City of Fayetteville and Tomlinson Asphalt recognize that time is of the essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, City of Fayetteville and Tomlinson Asphalt agree that as liquidated damages for delay (but not as a penalty) Tomlinson Asphalt shall pay City of Fayetteville Three Hundred Fifty Dollars ($ 350 .00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. ' FY022104 Executive Hangar Complex Section 00500 - I 1 I. 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to Tomlinson Asphalt on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by Tomlinson Asphalt, LESS the retainage provided in the General Conditions, which is to be withheld by the City of Fayetteville 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 City of Fayetteville. 6. That upon submission by Tomlinson Asphalt of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by Tomlinson Asphalt 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 Tomlinson Asphalt of all work covered by this Agreement and the acceptance of such work by the City of Fayetteville. ' 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 City of Fayetteville 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, Tomlinson Asphalt shall, at his expense, within 5 days after the receipt of notice from the City of Fayetteville, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as ' shall be satisfactory to the City of Fayetteville. In such event, no further payment to Tomlinson Asphalt shall be deemed to be due under this Agreement until such new or additional security for t the faithful performance of the work shall be furnished in manner and form satisfactory to the City of Fayetteville. 8. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the City of Fayetteville in writing. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in three (3) counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an original Contract. SEAL: I I WITNE S: ' ATTEST: I I TOMLINSON PHALi��F�//f/ CITY OF FAYETTEVILLE IFY022104 Executive Hangar Complex Section 00500-2 • ACORD ::; CERTIFICAT F :LIABILITY'' INSUI�NCE •..:. .. V:: ♦ .J. Y.....•L i......n .n. n. n:... '. .. PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Reissman Insurance/LRK ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1500 Riverfront Drive • ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. 0. Box 3198 COMPANIES AFFORDING COVERAGE Little Rock, AR 72203-3198 COMPANY (501) 661-4800 A U. S. Fidelity 6 Guaranty Co. INSURED COMPANY Tomlinson Asphalt Company Inc. B COMPANY 1411 West Van Asche Fayetteville, AR 72703 C COMPANY D 'COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OFINSURANCELISTEDBELOWHAVE BEEN ISSUED TO THEINSUREDNAMED ABOVE FOR THEPOLICYPERIOD INDICATED,NOT W ITHSTANDING ANYREGUIREMENT,TERMORCONDITIONOFANY CONTRACTOR OTHERDOCUMENT W ITHRESPECT TO W HICHTHIS CERTIFICATE MAYBE 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 LW TYPE OF INSURANCE TYPE POLICY NUMBER POLICY EFFECTIVE (MMIDDIYY) POLICY EXPIRATION DATE (MMIDDIYY) LIMITS GENERAL LIABLITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGO $ CLAIMS MADE ❑ OCCUR PERSONAL & ADV INJURY $ OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ FIRE DAMAGE (Any one lire) $ MED EXP (Any one person) $ AUTOMOBILE LIABLITY COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ HIRED AUTOS tJON•OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ GARAGE LIABLITY AUTO ONLY • EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM A WORKERS COMPENSATION AND 0149WOODSO 8/01102 8/01/03 KWC STATU- OTH•::: - -- EMPLOYERS'LIABLRY EL EACH ACCIDENT $ 500,000 TIE PROPRIETOR/ INCL PARTNERS/EXECUTIVE EL DISEASE.POLICY LIMIT S 50D,000 EL DISEASE -EA EMPLOYEE S 500,000 OFFICERS ARE: EXCL OTHER DESCRIPTION OF OPERATIONSLOCATIONS/VEHICLESISPECIAL ITEMS Re: Executive Hanger Complex Site Work. Construction contract amount: $516,207.70. CERTIFICATE HOLDER ;, CANCELLATION ,;, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Fayettevl Ile EXPIRATION DATE THEREOF, THE ISSUING COMPANY WLL ENDEAVOR TO MAL 113 W. Mountain Street 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Fayetteville, AR 72701 BUT FAILURE TO MAL SUCH NOTICE SH POSE NO OBLIGATION OR LIABILITY OF KIND UPON THE COMPA I S AGENTS OR REPRESENTATIVES. AUTOO IZE REPRESENTATIVE ..: J. J... ..,... �. ... . ,J.. ACORp-29•S 1/99 - . ��f(@'ACORJDk JV Y - -CORPORATION 1989' IIFICATE: 063/001/ 00209 ACOCERTIFICAT OLIABILITY' INSU NCE °;o',oM°°'"`' F ,.aRQ. pRbbUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Rehsamen Insurance/LRK ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1500 Riverfront Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. 0. Box 3198 COMPANIES AFFORDING COVERAGE Little Rock, AR 72203-3198 COMPANY (501) 661-4800 A U. S. Fidelity 8 Guaranty Co. INSURED COMPANY Tomlinson Asphalt Company Inc. B COMPANY 1411 West Van Asche Fayetteville, AR 72703 C COMPANY D „ ,., _ ) COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELO W HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOT W ITHSTANDING ANYREOUIREMENT,TERMORCONDITIONOFANYCONTRACTOR OTHER DOCUMENT W ITHRESPECTTO W HICHTHIS CERTIFICATE MAYBE 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 (MMIDD/YY) POLICY EXPIRATION DATE (MMIDDIYY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE S COM@AERCIAL GENERAL LIABILITY PRODUCTS.COMP/OP AGO $ CLAIMS MADE ❑ OCCUR PERSONAL & ADV INJURY $ OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ MED EXP (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Par person) $ HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY . EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE S OTHER THAN UMBRELLA FORM $ A WORKERS COMPENSATION AND 0149W000SO 8/01/02 8/01/03 %WC siATu oiH -' , EMPLOYERS'LIABILTTY EL EACH ACCIDENT $ $00,000 THE PROPRIETOR/ INCL PARTNERS/EXECUTIVE EL DISEASE -POLICY LIMIT S 500,000 EL DISEASEEA EMPLOYEE $ 500,000 OFFICERS ARE: EXCL OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAL ITEMS Re: Executive Hanger Complex Site Work. Construction contract amount: $616,207.70. •;CEATIFICATEHOLDER .' � _ �, a ,.,•n ::, n?..• ,,; •'�;: n,•, . ":CANCELLATION„1 I;;• ;. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Fayetteville EXPIRATION DATE THEREOF, THE ISSUING COMPANY WLL ENDEAVOR TO MAIL 113 W. Mountain Street 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Fayettev i I I e, AR 72701 BUT RE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY AN KIND UPON THE COMPA • $ AGENTS OR REPRESENTATIVES. AU HORI EPRESENTATIVEE AGGRO 28.5 1198 • • , "-• I ER "s, (E ORPORATION 1998:"'. // IiTIFICATE: 063/001/ 00209 ACOA CERTIFICAT OF LIABILITY INSUSNCE • 'A`�`MM°°'"" PRODUCER' " THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Rebsamon Insurance/LRK ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1500 Rlverfront Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. 0. Box 3198 COMPANIES AFFORDING COVERAGE Little Rock. AR 72203-3198 COMPANY (501) 661-4800 A U. S. Fidelity & Guaranty Co. INSURED COMPANY Tomlinson Asphalt Company Inc. B COMPANY 1411 West Van Asche Fayetteville, AR 72703 C COMPANY D .COVERAGE5�•';��....,„, THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELO W HAVE BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOT W ITHSTANDING ANYREOUIREMENT,TERMOR CONDITIONOFANYCONTRACT OROTHER DOCUMENT W ITHRESPECTTO W HICHTHIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDIYY) POLICY EXPIRATION DATE (MMR)D/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS.COMP/OP AGO $ CLAIMS MADE ❑ OCCUR PERSONAL & ADV INJURY $ OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ FIRE DAMAGE (Any one lire) $ MED EXP (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS SCHEDIA.ED AUTOS BODILY INJURY (Per person) f HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Par accident) f PROPERTY DAMAGE f GARAGE LIABILITY AUTO ONLY . EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: ! - ... EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE f OTHER THAN UMBRELLA FORM $ A WORKERS COMPENSATION AND 11149W00050 8/01/02 8/01/03 X WC STATU r OTM :' I EMPLOYERS' LIABILITY EL EACH ACCIDENT f 500,000 THE PROPRIETOR/ INCL PARTNERS/EXECUTIVE EL DISEASE -POLICY LIMIT $ 500,000 EL DISEASE -EA EMPLOYEE $ 500,000 OFFICERS ARE: EXCL OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAL ITEMS Re: Executive Hanger Complex Site Work. Construction contract amount: $616,207.70. ,CERTIFICATE; HOLDER z CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Fayetteville EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 113 W. Mountain Street 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Fayettev I I I e, AR 72701 BUT FA E TO MAIL SUCH NOTICE SMALL IMPOSE NO OBLIGATION OR LIABILITY • OF Y IND UPON THE COMPANY IT AGENTS OR REPRESENTATIVES. A RIZE R RESENTATIVE I RS ..�,..,.,..,.._ <,.. LACORD2S•S 1/95 " '. A PORATION 1988. R IFICATE: 063/001/ 00209 ACORDry ::CERTIFICAT F LIABILITY INSUI�NCE °"'E'" "°''"" .,. ..., ,.. ....� .. PRODUCER . ,. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Reissman Insurance/LRK ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1500 Riverfront Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. 0. Box 3198 COMPANIES AFFORDING COVERAGE Little Rock, AR 72203-3198 COMPANY (501) 661-4800 A U. S. Fidelity & Guaranty Co. INSURED COMPANY Tomlinson Asphalt Company Inc. B 1411 West Van Asche COMPANY Fayetteville, AR 72703 C COMPANY D THISIS TOCERTIFY THAT THE POLICIES OF INSURANCE LISTED BELO W HAVE BEEN ISSUED TO THE INSURED NAMED ABO VE FOR THE POLICY PERIOD INDICATED,NOT W ITHSTANDINGANY REOUIREMENT,TERMOR CONDITIONOFANYCONTRACTOROTHERDOCUMENT W ITHRESPECTTO W HICHTHIS CERTIFICATE MAYBE 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. GO L1RCO TYPE OF INSURANCE POLICY NUMBER POLICYEFFECTIVE DATE (MMIODIYY) POLICY EXPIRATION DATE (MMIDD/YY) LIMITS GENERALLIABLITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGO $ CLAIMS MADE j OCCUR PERSONAL & ADV INJURY $ OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ MED EXP (Any one person) $ AUTOMOBLE LIABLTY COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE UMBRELLA FORM AGGREGATE S OTHER THAN UMBRELLA FORM $ A WORKERS COMPENSATION AND D149W00050 8/01/02 8/01103 XWC STATU- OIH•' EL EACH ACCIDENT INCL PARTNERS/EXECUTIVEOFFICERS EL DISEASE -POLICY LIMIT ..1EMPLOYRS'LIABLITY EL DISEASE -EA EMPLOYEE ARE: EXCL OTHER DESCRIPTION OF OPERATIONSR.00ATIONSIVEHICLESISPECIAL ITEMS Re: Executive Hanger Complex Site Work. Construction contract amount: $616,207.70. CERTIFICATE CANCELLATION .HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Fayetteville EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAL 113 W. Mountain Street 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. Fayetteville, AR 72701 BUT F E TO MAL SUCH NOTICE Sit POSE NO OBLIGATION OR LIABLITY OF NY IND UPON THE COMPAN IT AGENTS OR REPRESENTATIVES. CORD 25•S 1195 A'' . - A Rig RESENTATIVE I�/•'\ S :': ' ©AC ORPORATION'1988�'..; v C71rh1It UDJIUull UU UB ACORQ, ;'CERTIFICATS.OF 'tta\N<..�<v. LIABILITY INSU SNCE . °10,(10/02 ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION • Reissman Insurance/LRK ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR t _ROOU' 1500 Rlverfront Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. 0. Box 3198 COMPANIES AFFORDING COVERAGE Little Rock, AR 72203-3198 COMPANY (501) 661-4800 A U. S. Fidelity 6 Guaranty Co. INSURED COMPANY Tomlinson Asphalt Company Inc. B COMPANY 1411 West Van Asche Fayetteville, AR 72703 C COMPANY COVERAGES'° ..__ - ............. . r . ..... _. ..... . ,. ,, , , ,.. , ... .., ... THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOT W ITHSTANDING ANY REOUIREMENT,TERMOR CONDITIONOFANYCONTRACT OR OTHERDOCUMENT W ITHRESPECTTO W HICHTHIS CERTIFICATE MAYBE 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 7YPH OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMNDIYY) POLICY EXPIRATION DATE (MMIDDIYY) LIMITS GENERALLIABLITY GENERAL AGGREGATE f COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGO It CLAIMS MADE ❑ OCCUR PERSONAL & ADV INJURY f OWNER'S A CONTRACTOR'S PROT EACH OCCURRENCE It FIRE DAMAGE (Any one rite) f MED EXP (Any one person) f AUTOMOBLE LIABLRY COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE f GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: ..................................... EACH ACCIDENT S AGGREGATE f EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM f A WORKERS COMPENSATION AND 0149W00050 8/01/02 8/01/03 X WC STATLL DTI- ._, EMPLOYERS'LIABLITY EL EACH ACCIDENT $ 500,000 THE PROPRIETOR/ INCL PARTNERS/EXECUTIVE EL DISEASE -POLICY LIMIT f 500,000 EL DISEASE -EA EMPLOYEE f 500,000 OFFICERS ARE: E%CL OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAL ITEMS Re: Executive Hanger Complex Site Work. Construction contract amount: $616,207.70. ;CERTIFICATE-..HOLDER" ',' ' ' ` ' '..� ;` -- ,,,�„ f- IES BE CANCELLED BEFORE THE City of Fayetteville PANY WILL ENDEAVOR TO MAIL 113 W. Mountain Street ATE HOLDER NAMED TO THE LEFT, Fayettevi I le, AR 72701 -CANCELIATION,� SE NO OBLIGATION OR LIABILITY GENTS OR REPRESENTATIVES. ACORD 29•S :7195 " f ( ©AGORD CQRPORATION 1968 E IFICATE: 063/001/ 00209 acoRU INSURANCE NDER OP ID D DATE 10/04/02 - THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. PRODUCER I AIC PHONE 479-751-4677 COMPANY BINDER# 4979 479-751-5110 Cincinnati Insurance Co. EFFECTIVE PIRA Walker Bros. Insurance, Inc. DATE TIME DATE TIME P.O. Box 2045 AM X /2:01 AM Springdale AR 72765-2045 10/16/02 PM 10/16/03 NOON I THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY PER EXPIRING POLICY #: Gene Bennett CODE: SUB CODE: A N CUSTOMER ID: TOMAS-1 DESCRIPTION OF OPERATIONSNEHICLESIPROPERTY (Including Location) INSURED Contractor: Tomlinson Asphalt Project: City of Fayetteville Executive Hangar Complex, Fayetteville Municipal Airport 113 W. Mountain Street Fayetteville AR 72701 COVERAGES LIMITS TYPE OF INSURANCE COVERAGEIFORMS DEDUCTIBLE COINS % AMOUNT ROPERTY CAUSES OF LOSS BASIC BROAD II SPEC ENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR Owner & Contractor Prot RETRO DATE FOR CLAIMS MADE: EACH OCCURRENCE $1000000 FIRE DAMAGE (Any one fire) $ X MED EXP (Any one person) $ PERSONALSADV INJURY $ GENERAL AGGREGATE $2000000 PRODUCTS- COMP/OP AGG s2000000 UTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT $ BODILY INJURY (Per person) $ BODILY INJURY(Peracddenp $ PROPERTY DAMAGE $ MEDICAL PAYMENTS $ PERSONAL INJURY PROT $ UNINSURED MOTORIST $ $ UTO PHYSICAL DAMAGE DEDUCTIBLE COLLISION: OTHER THANCOL: ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE $ STATED AMOUNT OTHER [ARU%GE LIABILITY ANY AUTO AUTO ONLY- EA ACCIDENT $ OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ SS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: EACH OCCURRENCE $ AGGREGATE $ SELF -INSURED RETENTION $ WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY WC STATUTORY LIMITS E.L. EACH ACCIDENT $ E.L. DISEASE- EA EMPLOYEE $ E.L. DISEASE- POLICY LIMIT $ SPECIAL ONDITIONS/ THER OVERAGES FEES $ TAXES $ ESTIMATED TOTAL PREMIUM $ NAME & ADDRESS MORTGAGEE I X ADDITIONAL INSURED LOSS PAYEE MCCLELI LOAN # McClelland Consulting Engineers, Inc. P.O. Box 1229 AUTHORIZED REPRESENTATIVE Fayetteville AR 72702 Gene Bennett (L:UKO 7D.s (11VU) NOTE: IMPORTANT STATE INFORMATION ON REVERSE SIDE ©ACORD CORPORATION 1993 1 • • I PART II CONTRACT FORMS I j 'I S4CORD, CERTIFICAT F LIABILITY INSU C OPID D DATE(MWDD/YY) MAS-1 I 10/17/02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Walker Bros. Insurance, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 2045 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Springdale AR 72765-2045 Phone: 479-751-4677 Fax:479-751-5110 1 INSURERS AFFORDING COVERAGE INSURED INSURER A: Cincinnati Insurance Co. Tomlinson Asphalt INSURER 8: Mark Mahaffey 1411 W. Van Ache Fayetteville AR 72704 INSURER C: INSURERD: I INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD TI DATE MWDD/YY LIMITS A GENERALLIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE aOCCUR CPP0726607 08/01/02 08/01/03 EACH OCCURRENCE $1000000 X FIREDAMAGE(Myonafre) $100000 MEDEXP(Myone person) 35000 PERSONALBADV INJURY $1000000 GENERAL AGGREGATE $2000000 GENL AGGREGATE LIMIT APPLIES PER: PRO- LOC POLICY CT JE PRODUCTS- COMP/OP AGG $ 2000000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CPP0726607 08/01/02 08/01/03 COMBINED SINGLE LIMIT (Ea acciden) $ 1000000 X BODILY INJURY (Perperson) S BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) GARAGE LIABILITY ANY AUTO AUTO ONLY -EA ACCIDENT $ OTHER THAN EAACC AUTO ONLY: AGG $ $ A EXCESS LIABILITY OCCUR LIABILITY___ DEDUCTIBLE RETENTION $ CCC4479662 08/01/02 08/01/03 EACH OCCURRENCE $2000000 X AGGREGATE $2000000 $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY I TORY LIMITS ' ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS roject: Executive Hangar Complex, Fayetteville Municipal Airport ity of Fayetteville and McClelland Consulting Engineers, Inc. are named as Additional Insureds '.cn r rna.n l c nuLucrc I T I ADDITIONAL INSURED; INSURER LETTER: A ICITYFAI City of Fayetteville 113 W. Mountain St. Fayetteville AR 72701 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. //.I a •CORD 25-S I I r1 I I I I I I I I I I I I I I NOTICE TO PROCEED TO: Tomlinson Asphalt Company, Inc. DATE: October 24',2002 1411 Van Asche Fayetteville, Arkansas 72703 PROJECT: Executive Hangar Complex You are hereby notified to commence WORK in accordance with the Contract dated October 15. 2002 on or before October 26,2002, and you are to have the Work complete and ready for final payment within 120 calendar days thereafter. The date for final completion is therefore February Z,2003. CITY OF FAYETTEVILLE Ray Boudreaux Airport Director ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by Tomlinson Asphalt Company. Inc. this the t4 day of October, 2002. L( 7l7L(a4/' By Title ✓/1liCQ_D�"�r5r�s� FY022104 Executive Hangar Complex Section 00550-1 Bond No. 058600258 Document 00600-1 Construction Performance Bond Any singular reference to Contractor, Surety. Owner or other party shall be considered plural where applicable. ' CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business): Western Surety Company Tomlinson Asphalt Company, Inc. p. O. Box 5077 1411 W. VanAsche Sioux Falls, SD 57117-5077 Fayetteville, Arkansas 72703 OWNER (Name and Address): ' City of Fayetteville 113 W. Mountain Street Fayetteville, Arkansas 72701 : o CONSTRUCTION CONTRACT tr o CD n O I Date: October, 15 2002 + Amount: $ $616,207.70 F. cNa O Description: Executive Hangar Complex Site Work _ . -J ' BOND Date (Not earlier than Construction Contract Date): 15 October 2002 " ry t7 Amount: $ 616,207.70 r� Modifications to this Bond Form: None CONTRACTOR AS PRINCIPAL SURETY Company (Corp. Seal) Company (Corp Seal) Tomlinson halt Company, Inc. Western Surety Company ' Signature: Signature: 1. ' Name and Title: /�/e•��9fViJ-'✓% Name and Titl : Carolyn A. Cory © -• 9iayf . Attorney -in -Fact ' CONTRACTOR AS PRINCIPAL SURETY Company (Corp. Seal) Company (Corp Seal) 1 Signature: Signature: Name and Title: Name and Title: EJCDC No. 1910-28A (1984 Edition) Prepared through the joint efforts of the Surety Association of America, EngineersO Joint Contract Documents Committee. The Associated General Contractors of America. American Institute of Architects, American Subcontractors Association, and the Associated Specialty Contractors 1 FY022104 Executive Hangar Complex Section 00600-1 -1 n LI H I 1 I I I I H I I I I I I I I I. The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2. If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3. If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below, that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construction Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be declared earlier than twenty days after the Contractor and the Surety have received notice as provided in Subparagraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accordance with the terms of the contract with the Owner. 4. When the Owner has satisfied the conditions of Paragraph 3, the Surety shall promptly and at the Surety's expense take one of the following actions: 4.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construction Contract itself, through its agents or through independent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange forcompletion, or obtain a new contractor and with reasonable promptness under the circumstances: 1. After investigation, determine the amount for which it may be liable to the Owner and as soon a practicable after the amount is determined, tender payment to the Owner, or 2. Deny liability in whole or in part and notify the Owner citing reasons therefor. 5. If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4 and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6. After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2 or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Surety is obligated without duplication for: 6.1 The responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 7. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, or successors. 8. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of the Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 10. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. 11. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirements shall be deemed deleted herefrom and previsions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is, that this Bond shall be construed as a statutory bond and not as a common law bond. 12. DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all the Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Construction Contract 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. ' FY022104 Executive Hangar Complex Section 00600-1 -2 IBond No. 058600258 • 0 I I I C I I I I H I I I Document 00600-2 Construction Payment Bond Any singular reference to Contractor. Surety. Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Tomlinson Asphalt Company, Inc. 1411 W. Van Asche Fayetteville, Arkansas 72703 OWNER (Name and Address): City of Fayetteville 113 W. Mountain Fayetteville, Arkansas 72701 CONSTRUCTION CONTRACT Date: Amount: $ Description: BOND SURETY (Name and Principal Place of Business): Western Surety Company P. O. Box 5077 Sioux Falls, SD 57117-5077 October, 15 2002 $616,207.70 Executive Hangar Complex Site Work Date (Not earlier than Construction Contract Date): 15 October 2002 Amount:$ 616,207.70 Modifications to this Bond Form: None CONTRACTOR AS PRINCIPAL Company (Corp. Seal) Tomlinson Asphalt Company, Inc. Signature: ,y Name and Title: ,429€t g24 *1 ' Y CONTRACTOR AS PRINCIPAL Company (Corp. Seal) Name and Title: O 0 C) W Z N SURETY Company (Corp Seal) Western Surety Company Signature: a. NameandTitle: Carolyn A. Cory Attorney -in -Fact SURETY Company (Corp Seal) Signature: Name and Title: ' EJCDC No. 1910-28B (1984 Edition) Prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, The Associated General Contactors of America, American Institute of Architects, American Subcontractors Association, and the Associated Specialty Contractors I ' FY022104 Executive Hangar Complex cs 79 Section 00600-2 -1 I 1 1 1 1 1 1 I. The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference. 2. With respect to the Owner, this obligation shall be null and void if the Contractor. 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from all claims, demands, liens or suits by any person or entity who furnished labor, materials or equipment for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes payment, directly or indirectly, for all sums due. 4. The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with Contractor have given notice to the Surety (at the address described in paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and , with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor. I. Have furnished written notice to the Contractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and 2. Have either received a rejection in whole or in part from thc Contractor, or not received within 30 days of furnishing the above notice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly.; and 3. Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5. If a notice required by paragraph 4 is given by the Owner to the Contractor or to the Surety, that is sufficient compliance. 6. When the Claimant has satisfied the conditions of paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the Work. 9. The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any FY022104 Executive Hangar Complex Claimant under this Bond. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (I) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in thejurisdiction of the suit shall be applicable. 12. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by the Surety, the Owner, or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirements shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is, that this Bond shall be construed as a statutory bond and not as a common law bond. 14. Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms Olabor, materials or equipment] that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and Contractor's sub contractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all the Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. Section 00600-2 -2 V\stern Surety Com4ny POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All %ten By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation. is a duly organized and existing corporation having its principal office in the City of Sioux Falls. and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Linda Frey, John Gerety, Carolyn A Cory, Individually of Little Rock, AR, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. ' This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 12th day of April. 2002. WESTERN SURETY COMPANY ' ©ecePrCsident llce Presrdent State of South Dakota 1 $s County of Minnehaha ) ' On this 12th day of April, 2002, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. . . My commission expires +• J. MOHR October 22, 2005 ' NOTARY PUSLIC71 vVi' t SEAL SOUTH DAKOTA SEAL { i5{{ Ny Cummi sion Eip�s 1032.2005 } •1 . Mohr, Notary Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed myname andaffixed the seal of the said corporation this 15th day of October •2002 •�"`*`e WESTERN SURETY COMPANY ' �e�sf pyie �M ores L. Nelson, Assistant Secretary Forrn F4280-01-02 • • Authorizing By -Law • I ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. I L I I I I 1 I I L L I PART III CONDITIONS OF THE CONTRACT I II II II DOCUMENT 00700 GENERAL CONDTIONS TABLE OF CONTENTS ARTICLE NUMBER AND TITLE PAGE NUMBER 1. AS APPROVED...............................................................................................................................1 2. AS SHOWN, AND AS INDICATED..............................................................................................1 3. BIDDER...........................................................................................................................................1 4. CONTRACT....................................................................................................................................1 5. CONTRACT DOCUMENTS...........................................................................................................2 6. CONTRACTOR...............................................................................................................................2 7. DAYS.............................................................................................................................................2 8. DRAWINGS....................................................................................................................................2 9. ENGINEER...................................................................................................................................... 2 10. NOTICE...........................................................................................................................................2 11. OR EQUAL...................................................................................................................................... 3 12. OWNER........................................................................................................................................... 3 13. PLANS (See Drawings)....................................................................................................................3 14. SPECIFICATIONS..........................................................................................................................3 15. NOTICE TO PROCEED..................................................................................................................3 16. SUBSTANTIAL COMPLETION....................................................................................................3 17. WORK................................................................................................................................:............4 18. INTENT OF CONTRACT DOCUMENTS.....................................................................................4 19. DISCREPANCIES AND OMISSIONS...........................................................................................4 20. ALTERATIONS - CHANGES IN WORK......................................................................................5 21. SUB -SURFACE CONDITIONS FOUND DIFFERENT.................................................................5 22. VERIFICATION OF CONTRACT DOCUMENTS........................................................................5 FY022104 Executive Hangar Complex Section 00700- 1 ARTICLE NUMBER AND TITLE PAGE NUMBER ' 23. DOCUMENTS TO BE KEPT ON THE JOB SITE.........................................................................6 1 24. ADDITIONAL CONTRACT DOCUMENTS................................................................................. 6 25. OWNERSHIP OF DRAWINGS......................................................................................................6 1 26. AUTHORITY OF THE ENGINEER...............................................................................................7 Il 27. DUTIES AND RESPONSIBILITIES OF THE ENGINEER...........................................................7 28. REJECTED MATERIAL.................................................................................................................8 r 29. UNNOTICED DEFECTS................................................................................................................ 8 30. RIGHT TO RETAIN IMPERFECT WORK....................................................................................8 31. LINES AND GRADES.................................................................................................................... 8 I 32. SHOP DRAWING SUBMITTAL PROCEDURE.........................................................................10 33. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS..................................................11 1 34. INDEPENDENT CONTRACTOR................................................................................................11 35. SUBCONTRACTING....................................................................................................................11 36. INSURANCE AND LIABILITY...................................................................................................12 ' 37. INDEMNITY.................................................................................................................................15 38. TAXES AND CHARGES..............................................................................................................15 39. ORDINANCES, PERMITS, AND LICENSES.............................................................................15 I 40. SUPERINTENDENCE..................................................................................................................16 41. RECEPTION OF ENGINEER'S DIRECTIONS............................................................................16 42. SANITATION................................................................................................................................16 1 43. EMPLOYEES................................................................................................................................17 44. PROJECT MEETINGS..................................................................................................................17 45. SAFETY.........................................................................................................................................17 ,i 46. CONTRACTOR'S TOOLS AND EQUIPMENT...........................................................................18 1 FY022104 Executive Hangar Complex Section 00700 - 2 ' ARTICLE NUMBER AND TITLE PAGE NUMBER 47. PROTECTION OF WORK AND PROPERTY.............................................................................18 48. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY........................................18 49. MATERIALS AND APPLIANCES..............................................................................................19 50. BUY AMERICAN.........................................................................................................................19 51. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS...............................19 52. SUBSTITUTION OF MATERIALS....................................................19 53. 53. TESTS, SAMPLES, AND INSPECTIONS...................................................................................20 54. ROYALTIES AND PATENTS......................................................................................................20 55. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT... .................... 56. CORRECTION OF DEFECTIVE WORK FOUND DURING WARRANTY PERIOD ..............20 57. BEGINNING OF THE WORK......................................................................................................21 58. SCHEDULES AND PROGRESS REPORTS................................................................................21 59. PROSECUTION OF THE WORK................................................................................................22 60. ASSIGNMENT..............................................................................................................................22 61. OWNER'S RIGHT TO DO WORK...............................................................................................23 62. OWNER'S RIGHT TO TRANSFER EMPLOYMENT.................................................................23 63. OWNER'S RIGHT TO SUSPEND OR TERMINATE WORK.....................................................24 64. DELAYS AND EXTENSION OF TIME......................................................................................25 65. LIQUIDATED DAMAGES........................................................................................................... 26 66. OTHER CONTRACTS.................................................................................................................. 27 67. USE OF PREMISES......................................................................................................................27 68. SUBSTANTIAL COMPLETION DATE.......................................................................................27 69. PERFORMANCE TESTING.......................................................................................... ..............28 70. OWNER'S USE OF PORTIONS OF THE WORK.......................................................................28 FY022104 Executive Hangar Complex Section 00700-3 ARTICLE NUMBER AND TITLE PAGE NUMBER 71. CUTTING AND PATCHING........................................................................................................28 72. CLEANING UP.............................................................................................................................28 73. PAYMENT FOR CHANGE ORDERS.............................28 74. 74. PARTIAL PAYMENTS................................................................................................................. 31 75. CLAIMS......................................................................................................................................... 33 76. NOTICE OF CLAIM FOR DELAY..............................................................................................33 77. RELEASE OF LIENS OR CLAIMS..............................................................................................34 78. FINAL PAYMENT........................................................................................................................34 79. NO WAIVER OF RIGHTS............................................................................................................34 80. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE.........................................35 Section 00700 - 4 FY022104 Executive Hangar Complex • [1 THIS PAGE INTENTIONALLY LEFT BLANK FY022104 Executive Hangar Complex Section 00700-5 I DOCUMENT 00700 GENERAL CONDITIONS I These General Conditions contain contractual=legal Articles which 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 which 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: I. 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 I The person or persons, partnership, firm, or corporation submitting a Bid for the Work contemplated. 4. CONTRACT I The "Contract" is the written agreement covering the performance of the Work and the furnishing of labor, materials, incidental services, tools and equipment in the construction of the Work. It includes supplemental agreements amending or extending the Work contemplated and which may be required to complete the Work in a substantial and acceptable manner. Supplemental agreements are written agreements covering alterations, amendments, or extensions to the Contract and include Contract Change Orders. 5. CONTRACT DOCUMENTS The "Contract Documents" consist of the Bidding Requirements, Contract forms, Conditions of the Contract, the Specifications, and the Drawings, including all modifications thereof, incorporated into the Documents before their execution, and including all other requirements incorporated by specific reference thereto. These form the Contract. 1 FY022104 Executive Hangar Complex Section 00700 - 6 ' ' 6. CONTRACTOR I I I D rn I I I I U I The person or persons, partnership, firm, or corporation who enters into the Contract awarded him by the Owner. DAYS Unless otherwise specifically stated, the term "days" will be understood to mean calendar days. 8. DRAWINGS The term "Drawings" refers to the official Drawings, profiles, cross sections, elevations, details, and other working drawings and supplementary drawings, or reproductions thereof, sealed by the Engineer, which show the location, character, dimensions, and details of the Work to be performed. Drawings may either be bound in the same book as the Project Manual or bound separately and are a part of the Contract Documents, regardless of the method of binding. 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. 12. OWNER The person, organization, or public body identified as such in the Contract. 1 13. PLANS (See Drawings). I FY022104 Executive Hangar Complex Section 00700- 7 14. 15 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. Where portions of the Work traverse or cross federal, state, county, or local highways, roads, streets, or railroads, and the agency in control of such property has established standard specifications governing items of Work that differ from these Specifications, the most stringent requirements shall apply. The Contractor shall comply with all regulations and requirements of the State Highway Department and the City and County Road Departments wherever the Work traverses or crosses state, city, or county roads. NOTICE TO PROCEED ' A written notice given by the Owner to the Contractor (with a copy to the Engineer) fixing the date on which the Contract time will commence to run and on which the Contractor shall start to perform his obligation under the Contract. The Notice to Proceed shall be given within 30 days following execution of the Contract by the Owner. 16. SUBSTANTIAL COMPLETION "Substantial completion" shall be that degree of completion of the Project, or a defined portion of the Project, sufficient to provide the Owner, at his discretion, the full-time use of the Project or defined portion of the Project for the purposes for which it was intended. Such substantial completion shall not relieve the 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." 1 Section 00700 - 8 ' FY022104 Executive Hangar Complex ' 0 I CONTRACT DOCUMENTS 1 18. INTENT OF CONTRACT DOCUMENTS I Li I I 1. CONTRACT 2. SUPPLEMENTARY CONDITIONS 3. SPECIFICATIONS 4. INSTRUCTIONS TO BIDDERS 5. GENERAL CONDITIONS 6. DRAWINGS The Contract Documents are complementary, and what is called for by one shall be as binding as if called for by all. The intent of the Documents is to include all Work (except specific items to be furnished by the Owner) necessary for completion of the Contract. Materials or Work described in words which so applied have a well-known technical and trade meaning shall be held to refer to such recognized standards. 19. DISCREPANCIES AND OMISSIONS Any discrepancies or omissions found in the Contract Documents shall be reported to the Engineer immediately. The Engineer will clarify discrepancies or omissions, in writing, within a reasonable time. In resolving inconsistencies among two or more Sections of the Contract Documents, precedence shall be given in the following order: I Li LI I I LI I I 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 instructions, the Engineer may order minor changes in the Work not involving extra cost and not inconsistent with the purposes of the Project, but otherwise, except in an emergency endangering life or property, additions or deductions from the Work shall be performed only in pursuance of an approved Change Order from the Owner, signed or countersigned by the Engineer, or a Change Order from the Engineer stating that the Owner has authorized the deduction, addition, orchange, and no 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. FY022104 Executive Hangar Complex Section 00700 - 9 1 21. SUB -SURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter sub -surface and/or latent conditions at the site materially differing from those shown on the Drawings or indicated in the Specifications, the Contractor shall immediately give notice to the Engineer of such conditions before they are disturbed. The Engineer will thereupon promptly investigate the conditions, and if the Engineer finds that they materially differ from those shown on the Drawings or indicated in the Specifications, the Engineer will at once make such changes in the Drawings and/or the Specifications as he may find necessary. Any increase or decrease of cost resulting from such changes to be adjusted in the manner provided in the Paragraph titled ❑Changes in Work. ❑ 22. VERIFICATION OF CONTRACT DOCUMENTS The Contractor shall thoroughly examine and become familiar with all of the various parts of these Contract Documents and determine the nature and location of the Work, the general and local conditions and all other matters which can in any way affect the Work under this Contract. Failure to make an examination necessary for this determination shall not release the Contractor from the obligations of this Contract. The Contractor warrants that no verbal agreement or conversation with any officer, agent or employee of the Owner or with the Engineer either before or after the execution of this Contract has affected or modified any of the terms or obligations herein contained. 23. 24. DOCUMENTS TO BE KEPT ON THE JOB SITE ' The Contractor shall keep one copy of the Contract Documents on the job site, in good order, available to the Engineer and to his representatives. The Contractor shall maintain on a daily basis at the job site, 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. 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. 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. 25. 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. Section 00700 - 10 1 FY022104 Executive Hangar Complex Any reuse of these materials without specific written verification or adaptation by the Engineer and the Owner 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, the Engineer and the Owner. All models are the property of the Owner. THE ENGINEER ' 26. 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. 1 27. 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 the ' Article titled, ALTERATIONS - CHANGES IN WORK. One or more construction observers may be assigned to observe the Work for compliance with the Contract 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 IFY022104 Executive Hangar Complex Section 00700- 11 1 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. 28. REJECTED MATERIAL U 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. 29. UNNOTICED DEFECTS Any defective Work or material that maybe discovered by the Engineer during construction or 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. 30. 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. 31. LINES AND GRADES I The Contractor shall stake -out Work for this Contract and set the lines and grades necessary to complete the Work and shall keep the Engineer informed a reasonable time in advance of the times and places at which he wishes to do Work in order that the Engineer may review the lines and grades set by the Contractor and in order that the Engineer may make the necessary measurements for payment to the Contractor. 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. Section 00700 - 12 1 FY022104 Executive Hangar Complex I • Figured dimensions, when given in the Drawings, shall be accurately followed, even though they may differ from scaled measurements. No Work shown on the Drawings, the ' dimensions of which are not figured, shall be executed until instructions have been obtained from the Engineers as to the dimensions to be used. Large-scale and full-size drawings shall be followed in preference to small-scale drawings. The Engineer will provide the Contractor with bench marks to be used to establish grades and will also provide a baseline to be used to establish the proper lines. All Work done under this Contract shall be done to the lines and grades shown on the Drawings. The Contractor shall stake -out Work for this Contract and set the lines and grades necessary to complete the Work and shall keep the Engineer informed a reasonable time in advance of the times and places at which he wishes to do Work in order that the Engineer may review the lines and grades set by the Contractor and in order that the Engineer may make the necessary measurements for payment to the Contractor. The Contractor shall furnish without charge competent persons from his force and such tools, stakes, surveying instruments, and other materials as the Engineer may require for reviewing the Contractor's stake -out of the Work and in making measurements for payment estimates or for surveys to establish temporary or permanent reference marks in connection with said 1 Work. Any Work done without lines, grades, and levels being reviewed by the Engineer, or other representative of the Engineer, may be ordered removed and replaced at the Contractor's cost and expense. The Contractor shall carefully preserve all monuments, bench marks, reference points, and stakes, and in case of willful or careless destruction of the same, he will be charged with the resulting expense of replacement and shall be responsible for any mistakes or loss of time that may be caused by their unnecessary loss or disturbance. 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 benchmarks 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 benchmarks that have been moved or destroyed. 32. SHOP DRAWING SUBMITTAL PROCEDURE The Contractor shall submit a sufficient number of copies to allow the Engineer to retain four copies (2 for himself; 2 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. 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 1 submittals on the unacceptable item will be deducted from the Contractor's monthly payment invoice. 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. 1 tFY022104 Executive Hangar Complex Section 00700 - 13 0 • ! These shop drawings shall be accurate, distinct, and complete and shall contain all required information, including satisfactory identification of items, units, and assemblies in relation to , the Contract Drawings and Specifications. Unless otherwise approved by the Engineer, shop drawings shall be submitted only by the Contractor, who shall indicate by a signed stamp on the shop drawings, or other approved means, that he (the Contractor) has checked the shop drawings, and that the Work shown is in accordance with Contract requirements and has been checked for dimensions and relationship with Work of all other trades involved. The practice of submitting incomplete or unchecked shop drawings for the Engineer to correct or finish will not be acceptable, and shop drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in the proper form. When the shop drawings have been reviewed by the Engineer, two (2) sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the shop drawing may be rejected and one (1) set will be returned to the Contractor with such changes or corrections indicated, and the Contractor shall correct and resubmit the shop drawings in quadruplicate, unless otherwise directed by the Engineer. No changes shall be made by the Contractor to resubmitted shop drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted shop drawings. 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. 33. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS I 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. I Section 00700 - 14 1 FY022104 Executive Hangar Complex I • THE CONTRACTOR AND HIS EMPLOYEES 34. 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. ' The Contractor shall employee only employees who are competent and skillful in their respective line of work, and local labor shall be given preference. Whenever the Engineer or the Owner notify the Contractor that any person on this work is, in their opinion, ' incompetent, 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. 35. 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. I Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. 36. 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 certificates of insurance specified herein showing the type, amount, class of operations covered, effective dates and date of expiration of policies. Each certificate shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed, or renewal refused until at least thirty days prior written notice has been given to 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 ' FY022104 Executive Hangar Complex Section 00700 - 15 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. All insurance contracts and certificates shall be executed by a licensed resident agent of the insurance company, having his 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 insurance company shall be duly licensed and qualified to do business in the State of Arkansas. ' B. CONTRACTOR AND SUBCONTRACTOR INSURANCE The Contractor shall not execute the Contract or commence Work under this Contract until he has obtained all the insurance required hereunder and such insurance has been reviewed and approved by the Owner, nor shall the Contractor allow any subcontractor to commence Work on his subcontract until insurance specified below has been obtained. Review of the insurance by the Owner shall not relieve or decrease the liability of the Contractor hereunder. C. COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE The Contractor shall maintain during the life of this Contract the statutory Workmen's Compensation, in addition, Employer's Liability Insurance in an amount not less than $100,000 for each occurrence, for all of his employees to be engaged in Work on the Project under this Contract and, in case any such Work is sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation and Employer's Liability Insurance for all of the latter's employees to be engaged in such Work. Where Work under this Contract includes any water or navigational exposure, coverage shall be included to cover the Federal Longshoremen's and Harborworkers Act and the Federal Jones Act when applicable. Employer's Liability Insurance 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 independent contractor's general liability, completed operations and products liability, and automobile liability insurance as will provide coverage for claims for damages for personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from performance of the Work under this Contract. The general liability policy should also specifically ensure the contractual liability assumed by the Contractor under Article 37, Indemnity. Coverage for property damage shall be on a "broad form" basis with no exclusions for "X, C and U." The certificate of insurance shall explicitly waive X, C, and U exclusions. Amount of insurance to be provided shall be as shown below: 1) Contractor's Comprehensive General Liability Insurance General Aggregate: Not less than $2,000,000 FY022104 Executive Hangar Complex Section 00700- 16 I I I I I I I I I ,1 b Il I I 11 I r L_ Completed Operations Aggregate: Not less than $2,000,000 Each Occurrence of Personal Injury or Property Damage: Not less than $1,000,000 Combined Single Limit 2) Contractor's Comprehensive Automobile Liability Insurance Shall include Personal Injury and Property Damage coverage for ❑Any Auto❑, ❑Hired Autos0, and "Non -Owned Auto" at a Combined Single Limit of not less than $1,000,000. 3) Contractor's Excess Umbrella Policy: $2,000,000 limit of liability policy shall be provided. 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. Certificates of insurance shall explicitly name the Owner and Engineer as additional insureds. Inclusion of either party as Ocertificate holderD does not meet this requirement. E. BUILDER'S RISK INSURANCE Unless otherwise modified in the Supplementary Conditions, the Contractor shall secure and maintain during the life of this Contract, builder's risk insurance upon the Work at the site in the amount of the full replacement cost thereof. This insurance shall: 1) Include the interests of the Contractor, subcontractors and the Owner as such interests may appear; 2) Be written on a Builder's Risk or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary facilities, falsework and Work in transit. The policy shall insure against at least the following perils: fire, lightning, theft, vandalism and malicious mischief, earthquake, collapse, debris removal occasioned by enforcement of Laws and Regulations, water damage, and other such perils as may be specifically required by the Supplementary Conditions or Basic Requirements; 3) Include expenses incurred in the repair, replacement, redesign, or reinspection of any insured property; and FY022104 Executive Hangar Complex Section 00700- 17 37 1 4) Cover materials and equipment stored at the site, or at another location that was agreed to in writing by the Owner, prior to being incorporated in the , Work. F. OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY INSURANCE ' (OCP INSURANCE) The Contractor shall, at his expense, provide the Owner with a separate OCP Insurance Policy naming the Owner as the Insured and the Engineer as Additional Insured under that policy, said policy to protect said parties from claims which may arise from operations under the Contract. It is understood that the coverage shall apply to all authorized representatives of the said parties. The limits of policy coverage shall be: 1) General Aggregate: Not less than $2,000,000 ' 2) Each Occurrence of Personal Injury or Property Damage: Not less than $1,000,000 Combined Single Limit 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. • 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, up to the amount of the Contract price, 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 approximately caused by the negligence of any indemnity in the design, or by the sole negligence of any indemnity in the inspection of the Work that is the subject of this construction Contract. , Section 00700 - 18 1 FY022104 Executive Hangar Complex I • • I l_J 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 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. 1 38. TAXES AND CHARGES I I I I I I I I I I I I The Contractor shall withhold and pay any and all sales and use taxes, including any and all charge 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. 39. ORDINANCES, PERMITS AND LICENSES The Contractor shall keep himself fully informed of all local ordinances, as well as state and federal laws, which in any manner affect the Work herein specified. The Contractor shall at all times comply with said ordinances, laws, and regulations, and protect and indemnify the Owner, the Engineer and their respective employees, and its officers and agents against any claim or liability arising from or based on the violation of any such laws, ordinances, or regulations up to the amount of the Contract Price. All permits, licenses, and inspection fees necessary for prosecution and completion of the Work shall be secured and paid for by the Contractor, unless otherwise specified. 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. 40. 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. ' FY022104 Executive Hangar Complex Section 00700-19 1 41. RECEPTION OF ENGINEER'S DIRECTIONS ' The superintendent, or other duly authorized representative of the Contractor, shall represent the Contractor in all directions given to him by the Engineer. Such directions of major importance will be confirmed in writing. Any direction will be so confirmed, in each case, on written request from the Contractor. 42. SANITATION , Sanitary conveniences conforming to state and local codes shall be erected and maintained by the Contractor at all times while workers are employed on the Work. The sanitary convenience facilities shall be as approved by the Engineer. 43. EMPLOYEES The Contractor shall employ only men or women who are competent and skillful in their respective line of work. Whenever the Engineer or Owner shall notify the Contractor that any person on the Work is, in their opinion, incompetent, unfaithful, or disorderly or refuses to carry out the provisions of this Contract or uses threatening or abusive language to any person representing the Owner on the Work, or is otherwise unsatisfactory, such person shall be immediately discharged from the Project and shall not be re-employed thereon except with the consent of the Engineer by the Owner. 44. PROJECT MEETINGS , The Engineer may conduct Project meetings, as he deems necessary, for the purposes of discussing and resolving matters concerning the various elements of the Work. Time and place for these meetings and the names of persons required to be present shall be as directed by the Engineer. Contractor shall comply with these attendance requirements and shall also require his subcontractors to comply. 45. SAFETY The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons (including employees) and property during performance of the Work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U. S. Department of Labor (OSHA); the State Labor Department Laws; all other applicable federal, state, county, and local laws, ordinances, and codes; the requirements set forth below; and any regulations that may be detailed in other parts of these Documents. Where any of these are in conflict, the more stringent requirement shall be followed. The Contractor's failure to thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from compliance with the obligations and penalties set forth herein. I I Section 00700 - 20 ' FY022104 Executive Hangar Complex 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 I. 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 job site, 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 job site. 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. ' 46. CONTRACTOR'S TOOLS AND EQUIPMENT The Contractor's tools and equipment used on the Work shall be furnished in sufficient quantity and of a capacity and type that will safely perform the Work specified, and shall be maintained and used in a manner that will not create a hazard to persons or property, or cause a delay in the progress of the Work. 47. PROTECTION OF WORK AND PROPERTY The Contractor shall at all times safely guard the Owner's property from injury or loss in connection with this Contract. The Contractor shall at all times safely guard and protect from damage his own Work, and that of adjacent property (as provided by law and the Contract Documents). All passageways, guard fences, lights, and other facilities required for protection by federal, state, or municipal laws and regulations and local conditions, must be provided and maintained. The Contractor shall protect his Work and materials from damage due to the nature of the Work, the elements, carelessness of other Contractors, or from any cause whatever until the completion and acceptance of the Work. All loss or damages arising out of the nature of the Work to be done under these Contract Documents, or from any unforeseen obstruction or defects which may be encountered in the prosecution of the Work, or from the action of the elements, shall be sustained by the Contractor. ' FY022104 Executive Hangar Complex Section 00700 - 21 48. In addition, the Contractor shall take special precautions to prevent the "flotation" of all tanks and structures prior to their final acceptance and filling for beneficial use. The Contract price shall include all costs associated with such special precautions. Also, the Contractor shall not load or permit any part of any structure to be loaded with a weight that will endanger its safety or its structural integrity. 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. 49. MATERIALS AND APPLIANCES ' Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation, and other facilities necessary for the , execution and completion of the Work. Unless otherwise specified, all materials shall be new, and both workmanship and materials shall be of good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. In selecting and/or approving equipment for installation in the Project, the Owner and Engineer assume no responsibility for injury or claims resulting from failure of the equipment to comply with applicable national, state, and local safety codes or requirements, or the safety requirements of a recognized agency, or failure due to faulty design concepts, or defective workmanship and materials. 50. BUY AMERICAN , Unless otherwise stipulated, only steel and manufactured products produced in the United States will be used by the Contractor, subcontractors, materialmen and suppliers in performance of the Work. 51. 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 , FY022104 Executive Hangar Complex Section 00700 - 22 ' ' 0 included herein. Contractors shall notify all equipment suppliers and subcontractors of the provisions of this Article. ' 52. 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 10 days prior to bid date 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. 53. TESTS, SAMPLES AND INSPECTIONS The Contractor shall furnish, without extra charge, the necessary test pieces and samples, including facilities and labor for obtaining the same, as requested by the Engineer. When required, the Contractor shall furnish certificates of tests of materials and equipment made at ' the point of manufacture by a recognized testing laboratory. The Owner, Engineer, authorized government agents, and their representatives shall at all times be provided safe access to the Work wherever it is in preparation or progress, and the Contractor shall provide facilities for such access and for inspection, including maintenance of temporary and permanent access. If the Specifications, the Engineer's instructions, laws, ordinances, or any public authority require any Work to be specially tested or approved, the Contractor shall give timely notice ' of its readiness for inspection. Inspections to be conducted by the Engineer will be promptly made, and where practicable, at the source of supply. If any Work should be covered up without approval or consent of the Engineer, it shall be uncovered for examination at the Contractor's expense. I. 54. 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. 55. 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 ' FY022104 Executive Hangar Complex Section 00700 - 23 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., 56. CORRECTION OF DEFECTIVE WORK 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 are found during construction or become evident within 1 year after the date of final acceptance of the Work or within 1 year after the date of substantial completion established by the Engineer for specified items of equipment, or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents. The Contractor further assumes responsibility for a similar guarantee for all Work and materials provided by subcontractors or manufacturers of packaged equipment components. The effective date for the start of the guarantee or warranty period for equipment qualifying as substantially complete is defined in Article 16, SUBSTANTIAL COMPLETION, and Article 67, 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 , 57. 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. , 58. 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 1 type) prior to the Preconstruction conference showing the following information as a minimum: I FY022104 Executive Hangar Complex Section 00700 - 24 ' 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. If. 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. 59. 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. Regular Work hours shall be from 7:00 a.m. to 6:00 p.m. Monday through Friday. No Work ' requiring the presence of the Engineer's representative will be performed outside of regular Work hours. ' 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. IFY022104 Executive Hangar Complex Section 00700 - 25 60. ASSIGNMENT 1 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 prior written consent of the Owner. 61. 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. 62. 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, the Owner may, without prejudice to any other right or remedy, and after giving the Contractor and Surety 7 days' written notice, transfer the employment for said Work from the Contractor to the Surety. Upon receipt of such notice, such Surety shall enter upon the premises and take possession of all materials, tools, and appliances thereon for the purpose of completing the Work included under this Contract and employ, by Contract or otherwise, any qualified person or persons to finish the Work and provide the materials therefore, in accordance with the Contract Documents, without termination of the continuing full force and effect of this Contract. In case of such transfer of employment to such Surety, the Surety shall be paid in its own name on estimates according to the terms hereof without any right of the Contractor to make any claim for the same or any part thereof. If after the furnishing of said written notice to the Surety, the Contractor and the Surety still fail to make reasonable progress on the performance of the Work, the 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 Section 00700 - 26 1 FY022104 Executive Hangar Complex and administrative services, shall exceed such unpaid balance, the Contractor and the Surety shall pay the difference to the Owner. 63. OWNER'S RIGHT TO SUSPEND OR TERMINATE WORK Owner may suspend work under the following conditions: At any time and without cause, Owner may suspend the Work or any portion thereof for a ' period of not more than ninety days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be allowed an adjustment in the Contract Price or an extension ' of the Contract Times, or both, directly attributable to any such suspension if Contract makes an approved claim therefore as provided in per the General Conditions. Owner may terminate: Upon the occurrence of any one or more of the following events: 1) If Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established in the Contract Documents. 2) If Contractor disregards Laws or Regulations of any public body having jurisdiction. 3) If Contractor disregards the authority of the Engineers. ' 4) If Contractor otherwise violates in any substantial way any provisions of the Contract Documents. Owner may, after giving Contractor (and the surety, if any) seven days 0 written notice and to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the site and take possession of the Work and of all Contractor's tools, ' appliances, construction equipment, and machinery at the site and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for ' which Owner has paid Contractor but which are stored elsewhere, and finish the Work as Owner may deem expedient. ' In such case, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by Owner arising out of or resulting from completing the Work such ' excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and ' when so approved by Engineer incorporated in a Change Order, provided that when exercising any rights or remedies under the paragraph Owner shall not be required to obtain the lowest price for the Work performed. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may ' FY022104 Executive Hangar Complex Section 00700 - 27 64. thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. Upon seven days' written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, elect to terminate the Contract. In such case, Contractor shall be paid (without duplication of any items): 1) For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work. 2) For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses. 3) For all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others. 4) For reasonable expenses directly attributable to termination. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. DELAYS AND EXTENSION OF TIME ' If the Contractor is delayed in the progress of the Work by any separate Contractor employed by the Owner, or by strikes, lockouts, fire, excessive adverse weather conditions not reasonably anticipated (on the basis of official weather records from the past ten years, minimum, from the locality involved), or acts of God, the Contractor shall, within 48 hours of the start of the occurrence, give written notice to the Owner of the cause of the potential delay and estimate the possible time extension involved, and within 7 days after the cause of delay has been remedied, the Contractor shall given written notice to the Owner of any actual time extension requested as a result of the aforementioned occurrence; then the Contract time may be extended by Change Order for such reasonable time as the Engineer determines. It is agreed that no claim shall be made or allowed for any damages which may arise out of any delay caused by the above referenced acts or occurrences, other than claims for the appropriate extension of time. ' No extension of time will be granted to the Contractor for delays occurring to parts of the Work that have no measurable impact on the completion of the total Work under this Contract; nor will extension of time be granted for delays to parts of Work that are not located on the critical path if the Critical Path Method (CPM) is used for scheduling the Work. No extension of time will be considered for weather conditions normal to the area in which the Work is being performed. Unusual weather conditions, if determined by the Engineer to be of a severity that would stop all progress of the Work, may be considered as cause for an extension of Contract completion time. The Contractor shall provide official documentation of weather conditions experienced versus those anticipated as described above. , Section 00700 - 28 FY022104 Executive Hangar Complex , Delays in delivery of equipment or material purchased by the Contractor or his subcontractors (including Owner -selected equipment) shall not be considered as ajust 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 forextension 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 the Article titled, NOTICE OF CLAIM FOR DELAY. 65. 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 calendardays, or by the ' calendar date, stated in the accepted Bid and Contract. The time shall be computed from and including the date stated in the Notice to Proceed. It is agreed that time is of the essence of this Contract. The Contractor agrees that said Work shall be prosecuted regularly, diligently, and uninterruptedly at such rate or progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the Contractor and the Owner, that the time for the completion of the Work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and usual construction conditions prevailing in this locality. If the Contractor shall neglect, fail, or refuse to complete the Work within the time herein ' specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree, as a part consideration for the awarding of this Contract, a penalty put as liquidated damages for such breach of Contract, as hereinafter set forth, for each and every ' calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the Work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages which the Owner would in such event sustain, and said amount shall be retained from time to time by the Owner from current periodic pay estimates.' 66. 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. ' FY022104 Executive Hangar Complex Section 00700 - 29 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. 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. ' 68. SUBSTANTIAL COMPLETION DATE The Engineer may, at his sole discretion, issue a written notice of substantial completion for the purpose of establishing the starting date for specific equipment guarantees, and to establish the date that the Owner will assume the responsibility for the cost of operating such equipment. Said notice shall not be considered as final acceptance of any portion of the Work or relieve the Contractor from completing the remaining Work within the specified time and ' in full compliance with the Contract Documents. Such substantial completion shall not relieve Contractor from liquidated damages should the Owner have added costs after the completion date, i.e., if additional construction observation, interest paid, loss of revenue, or other expenses continue to be charged to the Owner. Substantial completion of an operating facility shall be that degree of completion that will ' provide a minimum of 7 continuous work days of successful operation in which all performance and acceptance testing has been successfully demonstrated to the Engineer. All equipment contained in the Work, plus all other components necessary to enable the Owner to operate the facility in the manner that was intended, shall be complete on the substantial completion date. See "SUBSTANTIAL COMPLETION" under Article DEFINITIONS, of these General Conditions. , 69. 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. 1 I FY022104 Executive Hangar Complex Section 00700 - 30 ' 70. 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. 71. 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. 72. CLEANING UP - The Contractor shall, at all times, at his own expense, keep property on which Work is in progress and the adjacent property free from accumulations of waste material or rubbish caused by employees or by the Work. Upon completion of the construction, the Contractor shall, at his own expense, remove all temporary structures, rubbish, and waste materials resulting from his operations. PAYMENT 73. 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: I. A. UNIT PRICES. If applicable, those unit prices stipulated in the Bid, shall be utilized. If such Unit Prices are not applicable, the Contractor and Owner may utilize Unit I. Prices as mutually agreed upon. B. LUMP SUM. A total lump sum for the Work may be negotiated as mutually agreed upon by the Contractor and Owner. In "A" and "B" above, Contractor's quotations for Change Orders shall be in. writing and firm for a period of 90 days. Any compensation paid in conjunction with the ' terms of a Change Order shall comprise total compensation due the Contractor for the Work or alteration defined in the Change Order. ' By signing the Change Order, the Contractor acknowledges that the stipulated compensation includes payment for the Work or alteration plus all payment for the interruption of schedules, extended overhead, delay or any other impact claim or ' FY022104 Executive Hangar Complex Section 00700 - 31 ripple effect, and by such signing specifically waives any reservation or claim for ' additional compensation in respect to the subject of the Change Order. The Owner's request for quotations on alterations to the Work shall not be considered authorization to proceed with the Work prior to the issuance of a formal Change Order, nor shall such request justify any delay in existing Work. Lump sum quotations for alterations to the Work shall include substantiating documentation with an itemized breakdown of Contractor and subcontractor costs, including labor, material, rentals, approved services, overhead, and profit calculated as specified under "C" below. C. FORCE ACCOUNT WORK. If the method of payment cannot be agreed upon prior to the beginning of the Work, and the Owner or the Engineer directs that the Work be done by written Change Order or on a force account basis, then the Contractor shall furnish labor, equipment; and materials necessary to complete the Work in a satisfactory manner and within a reasonable period of time. For the Work performed, payment will be made for the documented actual cost of the following: 1) Labor, including foremen, who are directly assigned to the force account Work: (actual payroll cost, including wages, fringe benefits as established by negotiated labor agreements, labor insurance, and labor taxes as established by law). No other fixed labor burdens will be considered, unless approved in writing by the Owner. 2) Material delivered and used on the designated Work, including sales tax, if , paid for by the Contractor or his subcontractor. 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 72C, 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. i FY022104 Executive Hangar Complex Section 00700 - 32 1 • For equipment under Item 3 above, rental or equivalent rental cost will be allowed for only those days or hours during which the equipment is in actual use. Rental and ' transportation allowances shall not exceed the current rental rates prevailing in the locality. The rentals allowed for equipment will, in all cases, be understood to cover all fuel, supplies, repairs, and renewals, and no further allowances will be made for those items, unless specific agreement to that effect is made. The Contractor shall maintain his records in such a manner as to provide a clear distinction between the direct costs of Work paid for on a force account basis and the costs of other operations. The Contractor shall furnish the Engineer report sheets in duplicate of each day's force account Work no later than the working day following ' the performance of said Work. The daily report sheets shall itemize the materials used, and shall cover the direct cost of labor and the charges for equipment rental, whether furnished by the Contractor, subcontractor, or other forces. ' The daily report sheets shall provide names or identifications and classifications of workers, the hourly rate of pay and hours worked, and also the size, type and Iidentification 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 to the Engineer after the 30- ' day period has expired. No extra or additional Work shall be performed by the Contractor, except in an emergency endangering life or property, unless in pursuance of a written Change Order, as provided in ALTERATIONS -CHANGES IN WORK. 74. PARTIAL PAYMENTS ' A. GENERAL Nothing contained in this Article shall be construed to affect the right, hereby reserved, to reject the whole or any part of the aforesaid Work, should such Work be later found not to comply with the provisions of the Contract Documents. All estimated quantities of Work for which partial payments have been made are subject ' to review and correction on the final estimate. Payment by the Owner and acceptance by the Contractor of partial payments based on periodic estimates of quantities of Work performed shall not, in any way, constitute acceptance of the estimated quantities used as the basis for computing the amounts of the partial payments. For FY022104 Executive Hangar Complex 6Y74trM1 1 �y[rtleth B. • • 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. 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 requiredupdated 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 job site but not incorporated into the Work. When the Work is 50 percent complete, the Owner may "freeze" the retainage at 5 percent of the dollar value of the total contract provided that the Contractor is making satisfactory progress and there is no specific cause for a greater retainage. The Owner may reinstate the retainage up to 10 percent of the dollar value of "Work complete to date" if the Owner determines, at his discretion, that the Contractor is not making satisfactory progress or where there is other specific cause for such withholding. NOTE: Exception --If the Work includes water or sewer pipelines, the Contractor shall maintain the Work for a period of ninety (90) days following its acceptance by the OWNER. Up to five percent (5%) of the Contract amount shall be retained during this maintenance period. All prior payments shall be subject to correction in the final payment. FY022104 Executive Hangar Complex Section 00700-34 ' 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, 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: aid invoices of such materials or other documentation warranting that the Owner has ' received the materials and equipment free and clear of all liens, charges, security interests, and encumbrances (i.e., all materials have been paid for by Contractor). Failure to submit this documentation will result in an appropriate reduction on the current partial payment estimate for such materials. At his sole discretion, the Engineer may approve items for which partial payment is to be made. Proper storage and protection shall be provided by the Contractor, and as approved by the Engineer. Final payment shall be made only for materials actually incorporated in the Work and, upon acceptance of the Work, all materials remaining for which advance payments had been made shall revert to the Contractor, unless otherwise agreed, and partial payments made for these items shall be deducted from the final payment for the Work. E. PAYMENT I. 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. n FY022104 Executive Hangar Complex Section 00700 - 35 I I 75 76. CLAIMS ' In any case where the Contractor deems additional compensation is due him for Work or materials not clearly covered in the Contract or not ordered by the Engineer according to provisions of Article 20 ALTERATIONS - CHANGES IN WORK, the Contractor shall notify the Engineer, in writing, of his intention to make claim for such compensation before he begins the Work on which he bases the claim, in order that such matters may be settled, if possible, or other appropriate action promptly taken. If such notification is not given or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost, then the Contractor hereby agrees to waive the claim for such additional compensation. Such notice by the Contractor, and the fact that the Engineer has kept account of the cost as aforesaid, shall not in any way be construed as proving the validity of the claim. Claims for additional compensation shall be made in itemized detail and submitted, in ' writing, to the Owner and Engineer within 10 days following completion of that portion of the Work for which the Contractor bases his claim. In case the claim is found to be just, it shall be allowed and paid for as provided in the Article titled, PAYMENT FOR CHANGE ' ORDERS. NOTICE OF CLAIM FOR DELAY ' If the Contractor intends to file a claim for additional compensation for delay caused by the Owner at a particular time, he shall file a notice of claim with the Owner within 7 days of the beginning of the occurrence. The notice of claim shall be in duplicate, in writing, and need not state the amount. No claim for additional compensation will be considered unless the provisions of Article 61, DELAYS AND EXTENSION OF TIME, are complied with, and a notice of claim has been filed with the Owner in writing, as stated above. Should the Owner be prevented or enjoined from proceeding with Work, either before or after its prosecution, or from authorizing its prosecution by reason of any litigation, the Contractor shall not be entitled to make or assert claim for damage by reason of said delay; but time for completion of the Work will be extended to such reasonable time as the Owner may determine will compensate for time lost by such delay, with such determination to be set forth in writing. I I I FY022104 Executive Hangar Complex Section 00700 - 36 ' 77. 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. 78. 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 ' titled, 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. 79. NO WAIVER OF RIGHTS Neither the inspection of the Owner, through the Engineer or any of his employees, nor any ' order by the Owner for payment of money, nor any payment for, or acceptance of, the whole or any part of the Work by the Owner or Engineer, nor any extension of time, nor any possession taken by the Owner or its employees shall operate as a waiver of any provision of ' this Contract, or any power herein reserved to the Owner, or any right to damages herein provided nor shall any waiver of any breach in this Contract be held to be a waiver of any other or subsequent breach. 80. 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 GENERAL CONDITIONS ' FY022104 Executive Hangar Complex Section 00700 - 37 0 C fl I I I I C1 I I I I I I I I DOCUMENT 00800 SUPPLEMENTARY CONDITIONS The GENERAL CONDITIONS are hereby revised as follows: ARTICLE 36. "INSURANCE AND LIABILITY", SUBARTICLE E "PROPERTY INSURANCE" Delete the requirement for Property Insurance. ARTICLE 53. "TESTS, SAMPLES, AND INSPECTIONS" Add the following: COMPACTION AND CONCRETE TESTING Owner's materials testing agency shall conduct field soil density/moisture content and concrete testing as required by Owner, Engineer, and the Contract documents. The Owner shall pay for all such initial testing. Contractor shall provide the testing agency 24 hours prior notice for any testing. The Contractor shall pay: for all retesting necessitated by unsatisfactory results of initial testing, for all testing not specifically required by Owner, Engineer, or Contract Document; and for any stand-by time charged by the testing agency for Contractor delay. Contractor shall also be responsible for the safe storage of molded concrete cylinders and delivery of same to the testing agency's laboratory. ARTICLE 56. "CORRECTION OF DEFECTIVE WORK" Delete entirely and replace with the following: ARTICLE 56. "CONTRACTOR'S GENERAL WARRANTY & GUARANTEE & CORRECTION PERIOD" The Contractor warrants and guarantees to the Owner that all Work will be in accordance with the Contract Documents and will not be Defective Work. The Contractor's warranty and guarantee excludes defective Owner -provided material and equipment; however, it does not exclude the Contractor's workmanship in incorporating such material and equipment in the remainder of the Work. If, within one year after the date of Substantial Completion or longer period of time as prescribed by Laws, Regulation, or specific provisions of the Contract Documents, any Work is found to be Defective Work, the Contractor shall promptly, without cost to the Owner and in accordance with the Owner's written instruction. FY022104 Executive Hangar Complex Section 00800- I 0 .• 1 1) Correct the Defective Work or remove and replace it with Work that is not defective, and 2) Satisfactorily correct or remove and replace any damage to other Work resulting therefrom. Where Defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this Article, the warranty and guarantee period shall be extended for an additional year after the date the Owner accepts such correction or removal and replacement. If the Contractor fails to promptly make such correction or removals and replacements, or in an emergency where delay would cause serious risk loss or damage, the Owner may have the Defective Work corrected or removed and replaced. In such instance the Contractor shall ' pay all resulting claims, costs, losses and damages. ARTICLE 58 "PROSECUTION OF THE WORK" Delete and replace with 58. "PROSECUTION OF THE WORK; WORKING HOURS; OBSERVATION HOURS" Owner and Contractor expressly understand and agree that the time of beginning, rate of progress, and time of completion of the Work are of the essence in this Contract. Contractor shall prosecute the Work at such time and in such parts of the Work as may be required to complete the Work within the Contract Times or on or before the dates established for completion, except as limited below. Contractor's Working Hours: Except as otherwise required for the safety or protection ' of persons, the Work, or property at or adjacent to the site, and except as otherwise stated in the Contract Documents, Contractor shall limit work at the site to period between 7:00 A.M. and 6:00 P.M., Monday through Friday. Contractor will not permit work outside these hours or on Saturday, Sunday or legal holiday without Owner's consent (which will not be reasonably withheld) and prior notice to Engineer. The intent of this limitation is to minimize the impact of construction work on those living or conducting business near or adjacent to the site. Engineer's Observation Hours: Contractor is expected to schedule and prosecute the Work in a manner that will not require observation for more than 40 hours per week, on Sundays, or on legal holidays. Contractor shall reimburse Owner for all observation in excess of 40 hours per week or on Sundays or holidays (such holidays being New Years Day, Memorial Day, 4th of July, Labor Day, Thanksgiving Day, and Christmas Day). The method of reimbursement shall be a deduction from monies due Contractor on pay requests and shall be calculated as follows: $55/hour times the sum of all observers' hours, as recorded on certified time sheets as devoted to this project, less 40 hours -or- $55 x (SUMJRSHRS-40). END OF SUPPLEMENTARY CONDITIONS 1 FY022104 Executive Hangar Complex Section 00800- 2 ' [1 I I I I I I LI I f1 I [1 [J P 'U I II 1 FY022104 Executive Hangar Complex Section 00800-3 SPECIFICATIONS II I I L L Fl ii H I H H 1 1 1 DIVISION 1 C SECTION 01000 ' ABBREVIATIONS PARTI GENERAL A. Whenever in these Contract Documents the following abbreviations are used, the intent and meaning shall be interpreted as follows: AA Aluminum Association AAMA Architectural Aluminum Manufacturers' Association AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AI -BMA 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 Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers, Inc. ' ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWI Architectural Woodwork Institute AWS American Welding Society AWPA American Wood Preservers' Association AWPB American Wood Preservers Bureau AWWA American Water Works Association BHMA Builders Hardware Manufacturers' Association CBMA Certified Ballast Manufacturers' Association ' CDA Copper Development Association CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers= Association of America CRSI Concrete Reinforcing Steel Institute EPA Environmental Protection Agency Fed. Spec. Federal Specifications ' HI Hydraulic Institute HMI Hoist Manufacturers' Institute ICBO International Conference of Building Officials ' FY022104 Executive Hangar Complex Section 01000- 1 S • IEEE Institute of Electrical and Electronics Engineers, Inc. ICEA Insulated Cable Engineers' Association ISA Instrument Society of America , TIC 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 I SAE Society of Automotive Engineers SDI Steel Door Institute SSPC Steel Structures Painting Council TEMA Tubular Exchange Manufacturers' Association TCA Tile Council of America UBC Uniform Building Code UL Underwriters' Laboratories, Inc. WWPA Western Wood Products Association B. Unless a particular issue is designated, all references to the above specifications, standards, or methods shall, in each instance, be understood to refer to the issue in effect (including all amendments) on the first published date of the Advertisement for Bids. END OF SECTION ' I I I I FY022104 Executive Hangar Complex Section 01000 -2 1 I I I I J I I 1 I I I I LI L 11 I I SECTION 01009 SUMMARY OF WORK PART1 GENERAL 1.01 REQUIREMENTS INCLUDED A. This Section describes the project in general, and provides overview of the extent of the work to be performed. Detailed requirements and extent of work is stated in the applicable Specification Sections and is shown on the Drawings. The Contractor shall, except as otherwise specifically stated herein or in any applicable parts of the Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution, and completion of his work. 1.02 REASONABLY IMPLIED PARTS OF THE WORK SHALL BE DONE THOUGH ABSENT FROM SPECIFICATIONS A. Any part of the work which is not mentioned in the Specifications but is shown on the Drawings, or any part not shown on the Drawings but described in the Specifications, or any part not shown on the Drawings nor described in the Specifications, but which is necessary or normally required as a part of such work, or is necessary or required to make each installation satisfactorily and legally operable, shall be performed by the Contractor as incidental work without extra cost to the Owner, as if fully described in the Specifications and shown on the Drawings, and the expense thereof shall be included in the applicable unit prices or lump sum bid items for the work. 1.03 DESCRIPTION OF THE PROJECT A. Work included in these Contract Documents consists of constructing the Executive Hangar Complex, including earthwork, erosion control, curb and gutter, paving, storm drainage, sidewalks, water lines, sewer lines and pump station, complete and in place as shown on the Drawings. More specifically, the project will require the following; Mobilization/Demobilization 2. Earthwork; Including clearing and grubbing, unclassified excavation and trench excavation, embankment, borrow material, and erosion control. 3. Storm Drainage Construction; Including drainage pipe, headwalls, reinforced concrete, grate inlets, curb inlets, and junction boxes. FY022104 Executive Hangar Complex Section 01009 - 1 - 4. Pavement Construction; Including asphalt surfacing, concrete surfacing, curb and gutter, driveways, sidewalks, sawcut and remove, and pavement marking. 1 5. Connection to power supply and installation of required lighting fixtures as specified, including all wiring and conduit properly constructed. • 6. The Engineer shall provide a baseline, temporary benchmark, and the electronic data file for project layout. This information will be provided by the Engineer with additional staking to be the responsibility of the Contractor. 7. Seeding, fertilizing, mulching, and sodding. PART 2 PRODUCTS 2.01 MATERIALS A. Products shall be as specified or Engineer approved equal. PART 3 CONTRACTOR RESPONSIBILITIES ' 3.01 GENERAL CONSTRUCTION WORK A. The Contractor shall execute all work, including the work described, as well as , final clean-up. B. The Contractor shall coordinate his work with the Engineer and the City of Fayetteville, and the utility companies. C. The Contractor shall keep access open to the Terminal Building at all times. 3.02 DRAWINGS 1 A. Drawings are bound separately and consist of 15 sheets. END OF SECTION I FY022104 Executive Hangar Complex Section 01009 - 2 - ' I • SECTION 01011 I PARTI GENERAL 1.01 SITE INVESTIGATION AND REPRESENTATION ' A. The Contractor acknowledges by submission of his Bid that he has satisfied himself as to the nature and location of the work, the general and local conditions, ' particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river stages, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and'during the prosecution of the work and all other matters which can in any way affect the work or the cost thereof under this contract. ' B. The Contractor further acknowledges by submission of his Bid that he has satisfied himself as to the character, quality, and quantity of 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. IC. 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. ID. 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 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 I. decision on all Change Orders to the Contract regarding any adjustment in cost or time for completion. 1.02 EXISTING UTILITIES A. Existing utilities in the vicinity of the project include water lines belonging to the ' City of Fayetteville, and underground electrical and telephone conduit. No attempt has been made to locate all these utilities and private services. The Contractor shall carefully coordinate the locations of utilities with their respective owner's. No compensation will be paid to the Contractor, due to costs associated with damages to utilities or to costs associated with locatinglavoiding same. The Engineer and Owner will cooperate with the Contractor and utility firms where possible, to reasonable ' avoid existing utilities. ' FY022104 Executive Hangar Complex Section 01011 - 1 1.03 CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE A. Utilities on site consist of Fayetteville's water mains and tank drain lines, as well as electrical and phone service lines. Notify the Owner and obtain the Owner's authorization prior to completing any work that would impact any existing utility lines. 1.04 PAYMENT A. No separate payment will be made for work under this Section. PART 2 PRODUCTS A. Not used. PART 3 EXECUTION A. Not used. END OF SECTION FY022104 Executive Hangar Complex Section 01011-2 I I 1 I 1 1 '1 I I 1 • 0 H I SECTION 01014 PROTECTION OF THE ENVIRONMENT tPARTI GENERAL 1.01 WORK AREAS I I I I 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 WATERWAYS A. The Contractor shall observe the rules and regulations of the State of Arkansas and agencies of the United States Government prohibiting the pollution of stream or river waters by dumping of any refuse, rubbish, or debris therein. 1.03 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 Ishall be of an approved type that will not cause pollution of the air. I LJ 1.04 CONSTRUCTION NOISE CONTROL A. The Contractor shall conduct all his work, use appropriate construction methods and equipment, and furnish and install acoustical barriers, all as necessary so that no noise emanating from the process or any related tool or equipment will exceed legal noise levels. ' 1.05 NIGHTTIME WORK I I I IP A. If the Contractor desires to perform any work between the hours of 7 P.M. and 6 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. The City of Fayetteville has an ordinance governing noise levels during specific nighttime hours. If the Contractor anticipates nighttime work, he should become familiar with the noise restrictions. 1.06 EROSION CONTROL A. The Contractor shall take steps to insure that excess erosion does not occur during the construction process. Areas disturbed by the Contractor that are subject to erosion shall be protected with hay bales, by spreading hay over the area, by temporary seeding, or by utilizing other methods deemed appropriate by the Contractor. Steps taken to prevent erosion shall not be a pay item. FY022104 Executive Hangar Complex Section 01014 - I 1.07 PAYMENT A. Payment for the work in this Section will be included as part of the applicable bid amounts stated in the Proposal. PART 2 PRODUCTS A. Not used. PART 3 EXECUTION A. Not used. END OF SECTION FY022104 Executive Hangar Complex Section 01014-2 U I I I. 1 I I i I 1 r I 1 I I I • SECTION 01016 ISAFETY REQUIREMENTS AND PROTECTION OF PROPERTY ' PART1 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITY FOR SAFETY ' A. The Contractor shall do whatever work is necessary for safety and be solely and completely responsible for conditions of the job site, including safety of all persons (including employees) and property during the Contract period. This requirement shall apply continuously and not be limited to normal working hours. ' 1.02 FEDERAL, STATE, AND LOCAL SAFETY REQUIREMENTS A. Safety provisions shall conform to the Federal and State Department of Labor Occupational Safety Health Act (OSHA), and all other applicable federal, state, county, and local laws, ordinances, codes, the requirements set forth herein, and any regulations that may be specified in other parts of these Contract Documents. Where any of these are in conflict, the more stringent requirements shall be followed. The ' Contractor's failure to thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from compliance with the obligations and penalties set forth therein. ' 1.03 SAFE ACCESS BY FEDERAL, STATE, AND LOCAL GOVERNMENT OFFICIALS ' A. The Contractor shall at all times provide proper facilities for safe access to the work by authorized government officials. ' 1.04 CONSTRUCTION SAFETY PROGRAM A. 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. B. 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 supervisors, the safety program, or any safety measures taken in, on, or near the construction site. I1.05 SAFETY EQUIPMENT A. The Contractor, as part of his safety program, shall maintain at his office or other ' well-known place at the job site, safety equipment applicable to the work as prescribed by the governing safety authorities, all articles necessary for giving first -aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of any person who may be injured on the job site. ' FY022104 Executive Hangar Complex Section 01016- I LI 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. C. During construction, the Contractor shall construct and at all times maintain satisfactory and substantial temporary chain link fencing, solid fencing, railing, barricades or steel plates, as applicable, at all openings, obstructions, or other hazards in sidewalks, floors, roofs, walkways, parking areas and driveways. All such barriers shall have adequate warning lights as necessary, or required, for safety. 1.06 ACCIDENT REPORTS I 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. I 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. 1.07 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. Protect all obstructions within traveled roadways by installing approved signs, barricades, and lights where necessary for the safety of the public. 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. I 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. 1.08 TRAFFIC CONTROL I 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. 1.09 ACCESS FOR POLICE A. The Contractor shall leave his night emergency telephone number or numbers with the Police Department, so that contact may be made easily at all times. FY022104 Executive Hangar Complex Section 01016-2 ' I Li I7 b I 11 I 1.10 FIRE PREVENTION AND PROTECTION A The Contractor shall perform all work in a fire -safe manner and shall supply and maintain on the site adequate fire -fighting equipment capable of extinguishing incipient fires. The Contractor shall comply with applicable federal, local, and state fire -prevention regulations. Where these regulations do not apply, applicable parts of the National Fire Prevention Standards for Safeguarding Building Construction Operations, (NFPA No. 241) shall • be followed. 1.11 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 water mains, fire hydrants, sewer lines, gas mains, telephone and TV cables, power poles, lighting standards, and all other existing utilities, public or private. See Section 01011, SITE CONDITIONS. 1 1.12 PROTECTION OF PUBLIC/PRIVATE PROPERTY I I I 1l I I I I I A. The Contractor shall employ such means and methods as necessary to adequately protect public and private property 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, sewers, 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. 1.13 PAYMENT A. Payment for the work in this Section will be included as part of the bid amounts stated in the Proposal. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION ' FY022104 Executive Hangar Complex Section 01016 - 3 MEASUREMENT AND PAYMENT UNIT PRICE PART 1. GENERAL 1.1 SECTION INCLUDES A. Scope of Payment. B. Unit Price Items. 1.2 RELATED SECTIONS A. Document 00300 - Bid. B. General Conditions. 1.3 SCOPE OF PAYMENT A. The Bid for each item of Work listed in the Unit Price Bid of the Bid, whether lump sum amount or unit price based on the approximate quantity listed, shall include all costs as specified in Document 00300. B. Reasonably implied parts of the Work shall be included in the Bid. C. Payments for lump sum items shall be made in proportion to the amount of Work accomplished as determined by the Engineer as of the period ending date of each Application for Payment. D. Measurement of unit price items will be made by Engineer of actual quantities installed as of the period ending date of each Application for Payment. Unless otherwise stated, the intent is to pay for actual quantities installed. Contractor shall assume the risk of actual quantities being less than estimated quantities and Owner shall assume the risk of actual quantities being more than estimated quantities. PART 2. PRODUCTS Not Used. FY022104 Executive Hangar Complex Section 01025 -1 PART 3. EXECUTION Not Used. END OF SECTION FY022104 Executive Hangar Complex Section 01025-2 SECTION 01027 APPLICATIONS FOR PAYMENT PART1 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. For each item, provide a column for listing: Item Number; Description of Work; Scheduled 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; and Retainage. 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. 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. FY022104 Executive Hangar Complex Section 01027 - 1 1.06 B. Submit under transmittal letter specified in Section 01300. SUBSTANTIATING DATA A. Provide an invoice from the Material 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 FY022104 Executive Hangar Complex Section 01027 -2 I I i I I I I I I I I I I I I I I SECTION 01028 CHANGE ORDER PROCEDURES PART1 GENERAL ' 1.01 REQUIREMENTS INCLUDED A. Procedures for processing Change Orders. ' 1.02 RELATED REQUIREMENTS A. Section 01700 - Contract Closeout: Project record documents. 1.03 SUBMITTALS ' A. Submit name of the individual authorized to accept changes, and to be responsible for informing others in Contractor's employ of changes in the Work. ' B. Change Order Form: As approved by the Engineer. 1.04 DOCUMENTATION OF CHANGE IN CONTRACT SUM AND CONTRACT ' TIME A. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. B. Provide data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. C. Support each claim for additional costs, and for work done, with additional information: 1. Origin and date of claim. ' 2. Dates and times work was performed, and by whom. FY022104 Executive Hangar Complex Section 01028 - 1 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly ' documented. 1.05 PRELIMINARY PROCEDURES 1 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. Li FY022104 Executive Hangar Complex Section 01028-2 , B. Promptly enter changes in Project Record Documents. ' PART2 PRODUCTS ' Not Used. ' PART 3 EXECUTION Not Used. ' END OF SECTION I. ' FY022104 Executive Hangar Complex Section 01028 - 3 I SECTION 01070 I CUTTING AND PATCHING ' PART1 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 1 A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the ' work specified herein and are mandatory for this project. 1.03 DESCRIPTION ' A. Execute cutting (including excavating), fitting, or patching of work, required to: Ii. 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: IL 2. 3. 4. 1 5. ' 1.04 S1 Uncover work to provide for Engineer's observation of covered work. Remove samples of installed materials for testing. Remove work to provide for alteration of existing work. Do not endanger any work by cutting or altering work or any part of it. Do not cut or alter work of another contractor without written consent of Engineer JBMITTALS DURING CONSTRUCTION IA. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. 1 I 1 FY022104 Executive Hangar Complex Section 01070- I I 1.05 SUBMITTALS A. Prior to cutting which affects structural safety of project, submit written notice to I 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 2.01 GENERAL A. Materials for replacement of work removed shall comply with applicable Sections I of these Specifications for type of work to be done. B. Provide all tools and equipment required to accomplish cutting and patching. I PART 3 EXECUTION 3.01 INSPECTION A. Inspect existing conditions of work, including elements subject to movement or damage during cutting, patching, excavation, and backfilling. I B. After uncovering work, inspect conditions affecting installation of new products. 3.02 PREPARATION A. Prior to cutting, provide shoring and protection. I FY022104 Executive Hangar Complex Section 01070-2 I 3.03 3.04 PERFORMANCE A. Execute fitting and adjustment of products to provide finished installation to comply with specified tolerance and finishes. B. Restore work which has been cut or removed; install new products to provide completed work in accordance with requirements of Contract Documents. C. Refinish surfaces as practical to provide a finish which blends acceptably with the existing finish. RESTORATION A. Restore structures and surfaces damaged during the course of this Contract that are to remain in the completed work. B. Restorations shall be done with new materials and appropriate methods as specified elsewhere in these Specifications from new work of similar nature; or, if not specified, best recommended practice of manufacturer, or appropriate trade association. - C. Restore damaged work in such a way that there is a secure and intimate bond or fastening between new and old work. Restored surfaces shall be finished to such planes, shapes, and textures that no obvious transition between new and old work is unduly noticeable in finished surfaces. 3.05 CLEANING A. Remove from site all debris, rubbish, and extra material caused by cutting and patching. 3.06 PAYMENT A. Payment for the work in this Section will be included as part of the bid amounts stated in the Proposal. END OF SECTION FY022104 Executive Hangar Complex Section 01070-3 I I I SECTION 01090 REFERENCE STANDARDS PART1 GENERAL 1.01 DESCRIPTION This section specifies the availability and source of the standards and specifications specified in the Specifications (Project Manual) under paragraphs APPLICABLE PUBLICATIONS and where shown on the drawing, may be obtained. 1.02 AVAILABILITY OF SPECIFICATIONS LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM DESCRIPTIONS (FAR 52.210-1) (MAR 1994) A. A single copy of each specification cited in this solicitation is available without charge from the GSA Specifications Unit, 7th and D Sts., SW., Washington, D.C. t 20407 (Tel. 202-708-9205 or 708-7140), or from any of the General Services Administration Business Service Centers which are located in Boston, MA; New York, NY; Philadelphia, PA; Atlanta GA; Chicago, IL; Kansas City, MO; Ft. 'Worth, TX; San Francisco, CA; and Auburn, WA. Additional copies may be purchased from the GSA Specifications Unit in Washington, DC. ' B. The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions may be purchased from the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402. 1.03 AVAILABILITY FOR EXAMINATION OF SPECIFICATIONS NOT LISTED IN THE ' GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM (FAR 52.210-4) (JUN 1988) ' The specifications and standards cited in this solicitation are not available for distribution. However, they may be examined at the location listed below. ' DEPARTMENT OF VETERANS AFFAIRS Office of Facilities Chief, Specifications Division (088B31) ' 811 Vermont Avenue, N.W. - Room 246 Washington, D.C. 20420 Telephone No. 202/233-3367 ' Between 9:00 AM - 3:00 PM'(Eastem Time) I FY022104 Executive Hangar Complex L 01090-1 • • 1 1.04 AVAILABILITY OF SPECIFICATIONS NOT LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM , DESCRIPTIONS (FAR 52.210-3) (JUN 1988) A. The specifications cited in this solicitation may be obtained from the associations or organizations listed below. AA Aluminum Association Inc. 900 Nineteenth Street, N.W., Suite 300 202/862-5100 Washington, D.C. 20006 Publications: P.O. Box 753 Waldorf, Maryland 20601 AABC Associated Air Balance Council ' 1518 K Street, N.W. Washington, D.C. 20005 202/737-0202 AAMA American Architectural Manufacturer's Association 2700 River Road, Suite 118 Des Plaines, Illinois 60018 , 312/699-7310 AAN American Association of Nurseryman, Inc. I 1250 I Street N.W., Suite 500 Washington, D. C. 20005 ' 202/789-2900 AASHTO American Association of State Highway and Transportation Officials 444 N. Capitol Street, N.W., Suite 225 Washington, D. C. 20001 202/624-5800 AATCC American Association of Textile Chemists and Colorists 1 Davis Drive, P.O. Box 12215 Research Triangle Park, N. Carolina 27709 919/549-8141 FY022104 Executive Hangar Complex 01090-2. 0 0 ABA American Bankers Association 1120 Connecticut Avenue N.W. Washington, D.C. 20036 202/663-5300 ACGIH American Conference of Governmental Industrial Hygienists 6500 Glenway Ave., Bldg. D-7 Cincinnati, Ohio 45211 513/661-7881 ACI American Concrete Institute 22400 W. 7 Mile Rd, Bx 19150 Redford Station Detroit, Michigan 48219 313/532-2600 ACPA American Concrete Pipe Association 8320 Old Court House Road Vienna, Virginia 22182 703/821-1990 ACPPA American Concrete Pressure Pipe Association 8320 Old Court House Road Vienna, Virginia 22182 703/821-1990 ADC Air Diffusion Council 230 N. Michigan Avenue Chicago, Illinois 60601 312/372-9800 AFBMA Anti -Friction Bearing Manufacturers Association 1101 Connecticut Avenue N.W. Suite 700 Washington, D.C. 20036 703-979-1261 A.G.A. American Gas Association 1515 Wilson Boulevard Arlington, Virginia 22209 202/841-8400 FY022104 Executive Hangar Complex 01090-3 r 0 1 AGC Associated General Contractors of America 1957 E Street, N.W. Washington, D.C. 20006 , 202/393-2040 AGMA American Gear Manufacturers Assoc, Inc. ' 1500 King Street, Suite 201 Alexandria, Virginia 22314 , 703/684-0211 AHAM Association of Home Appliance Manufacturers 20 North Wacker Drive Chicago, Illinois 60606 312/984-5800 AIMA Acoustical and Insulating Materials Association See - CISCA AISC American Institute of Steel Construction t 400 North Michigan Avenue Chicago, Illinois 60611 312/670-2400 f AISI American Iron and Steel Institute 1133 15th Street, N.W. Suite 300 Washington, D.C. 20005 202/452-7100 AITC American Institute of Timber 11818 S.E. Mill Plain Vancouver, Washington 98684 206/254-9132 AMCA Air Movement and Control Association Inc. 30 W. University Drive Arlington Heights, Illinois 60004 312/394-0150 ANSI American National Standards Insitute, Inc. ' 1430 Broadway New York, New York 10018 212/354-3300 , FY022104 Executive Hangar Complex 01090-4 APA American Plywood Association 7011 S. Nineteenth Street, P.O. Box 11700 Tacoma, Washington 98411-0700 206/565-6600 AREA American Railway Engineering Association 50 F Street N.W., Suite 7702 Washington, D.C. 20001 202/839-2190 ARI Air -Conditioning and Refrigeration Institute 1501 Wilson Boulevard, Suite 600 Arlington, Virginia 22209 703/524-8800 ASAE American Society of Agricultural Engineers 2950 Niles Road St Joseph, Michigan 49085 616/429-0300 ASHRAE American Society of Heating, Refrigerating, and Air -Conditioning Engineers 1791 Tullie Circle, N.E. Atlanta, Georgia 30329 404/636-8400 ASME American Society of Mechanical Engineers 345 East 47th Street New York, New York 10017 212/705-7722 ASSE American Society of Sanitary Engineering P.O. Box 40362 Bay Village, Ohio 44140 216/835-3040 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, Pennsylvania 19103 215/299-5500 AWI Architectural Woodwork Institute 2310 S. Walter Reed Drive Arlington, Virginia 22206 703/671-9100 ' FY022104 Executive Hangar Complex 01090-5 9 1 ID AWS American Welding Society, Inc. 550 N.W. LeJeune Road P.O. Box 351040 Miami, Florida 33135 305/443-9353 AWWA American Water Works Association 6666 W. Quincy Avenue Denver, Colorado 80235 303/794-7711 BHMA Builders Hardware Manufacturers Association 355 Lexington Avenue; 17th Floor New York, New York 10017 212/661-4261 BIA Brick Institute of America 11490 Commerce Park Drive; Suite 300 Reston, VA 22091 703/620-0010 BOCA The Building Officials and Code Administrators International 4051 W. Flossmoor Road Country Club Hills, Illinois 60478 708/799-2300 CAGI Compressed Air and Gas Institute c/o Thomas Associates, Inc. 1230 Keith Building 1621 Euclid Avenue Cleveland, Ohio 44115 216/241-7333 CBM Certified Ballast Manufacturers Association 1422 Euclid Avenue, Suite 772 Cleveland, Ohio 44115 216/241-0711 CGA Compressed Gas Association, Inc. Crystal Gateway 1, Suite 501 1235 Jefferson Davis Highway Arlington, Virginia 22202 703/979-0900 I I I] I I I I I I I I I I r I I FY022104 Executive Hangar Complex 01090-6 1 CI The Chlorine Institute, Inc. 2001 L Street N.W., Suite 507 Washington, D.C. 20036 202/775-2790 CISCA Ceilings and Interior Systems Construction Association 104 Wilmot Road; Suite 201 Deerfield, Illinois 60015 312/940-8800 CISPI Cast Iron Soil Pipe Institute 5959 Shallowford Road; Suite 419 Chattanooga, Tennessee 37421 615/892-0137 CLFMI Chain Link Fence Manufacturers Institute 1776 Massachusetts Avenue, N.W., Suite 521 Washington, D.C. 20036 202/659-3536 CPMB Concrete Plant Manufacturers Bureau 900 Spring Street Silver Spring, Maryland 20910 301/587-1400 CRA California Redwood Association 405 Enfrente Drive; Suite 200 Novago, California 94949 415/382-0662 CRSI Concrete Reinforcing Steel Institute 933 N. Plum Grove Road Schamburg, Illinois 60195 312/490-1700 Publications: P.O. Box 100125 Roswell, Georgia 30075 CTI Cooling Tower Institute P.O. Box 73383 Houston, Texas 77273 713/350-1995 FY022104 Executive Hangar Complex 01090-7 DEMA Diesel Engine Manufacturers Association 30200 Detroit Road Cleveland, Ohio 44145 216/899-0010 DHI Door and Hardware Institute 7711 Old Springhouse Road McLean, Virginia 22102 703/556-3990 EGSA Electrical Generating Systems Association P.O. Box 9257 Coral Springs, Florida 33075-9257 305/755-2677 EEI Edison Electric Institute 1111 19th Street, N.W. Washington, D.C. 20036 202/778-6400 EIA Electronic Industries Association 2001 Eye Street, N.W. Washington, D.C. 20006 202/457-4900 EPA Environmental Protection Agency 401 M Street, S.W. Washington, D.C. 20460 202/382-2080 ETL ETL Testing Laboratories, Inc. Industrial Park, Route 11; P.O. Box 2040 Cortland, New York 13045 607/753-6711 FAA Federal Aviation Administration Department of Transportation 800 Independence Avenue, S.W. Washington, D.C. 20591 202/267-3446 FCC Federal Communications Commission 1919 M Street, N.W. Washington, D.C. 20554 202/632-7000 Li I I I I I I I I I I I I L1 I I FY022104 Executive Hangar Complex 01090-8 FGMA Flat Glass Marketing Association ' White Lakes Professional Building 3310 Harrison Street Topeka, Kansas 66611 ' 913/266-7013 ' FM Factory Mutual Engineering Corporation 1151 Boston -Providence Turnpike P.O. Box 9102 Norwood, Massachusetts 02062 617/762-4300 GA Gypsum Association 810 First Street N.E., Suite 510 Washington, D.C. 20002 ' 202/289-5440 GSA _ General Services Administration ' See - Article 1.2 and refer to the applicable region. ' HI Hydraulic Institute 30200 Detroit Avenue Cleveland, Ohio 44145 ' 216/226-7700 HPMA Hardwood Plywood Manufacturers Association 1825 Michael Faraday Drive; P.O. Box 2789 Reston, Virginia 22090 703/435-2900 ICBO International Conference of Building ' Officials 5360 S. Workman Mill Road Whittier, California 90601 213/699-0541 ICEA Insulated Cable Engineers Association Inc. P.O. Box 440 South Yarmouth, Massachusetts 02664 508/394-4424 1 1 FY022104 Executive Hangar Complex 01090-9 IGCI Industrial Gas Cleaning Institute 1707 L St. N.W., Suite 570 Washington, D.C. 20036 202/457-0911 IEEE Institute of Electrical and Electronics Engineers 445 Hoes Lane; P.O. Box 1331 Piscataway, New Jersey 08855-1331 201/562-3800 IMSA International. Municipal Signal Association 115 N. Main Street, P.O. Box 539 Newark, New York 14513 315/331-2182 IPCEA Insulated Power Cable Engineers Association See - ICEA MBMA Metal Buildings Manufacturers Association 1230 Keith Building Cleveland, Ohio 44115 216/241-7333 MIA Marble Institute of America, Inc. 33505 State Street Farmington, Michigan 48024 313/476-5558 MSS Manufacturers Standardization Society of the Valve and Fittings Industry, Inc. 127 Park Street, N.E. Vienna, Virginia 22180 703/281-6613 NAAMM National Association of Architectural Metal Manufacturers 600 South Federal Street; Suite 400 Chicago, Illinois 60605 312/922-6222 H I I I I I I I I I I I I Li I Ti LI FY022104 Executive Hangar Complex 01090-10 1] NAPHCC National Association of Plumbing -Heating - Cooling Contractors 180 S. Washington Street P.O. Box 6808 Falls Church, Virginia 22046 703/237-8100 NBHA National Builders' Hardware Association See - DHI NBS National Bureau of Standards See - NIST NBBPVI National Board of Boiler and Pressure Vessel Inspectors 1055 Crupper Avenue Columbus, Ohio 43229 614/888-8320 NCRP National Council on Radiation Protection and Measurement 7910 Woodmont Avenue; Suite 893 Bethesda, Maryland 20814 202/657-2652 NEC National Electric Code See - NFPA National Fire Protection Association NEBB National Environmental Balancing Bureau See - SMACCNA NEMA National Electrical Manufacturers Association 2101 L Street, N.W. Washington, D.C. 20037 202/457-8400 NFPA National Fire Protection Association One Battery March Park; P.O.Box 9101 Quincy, Massachusetts 02269 800/344-3555 FY022104 Executive Hangar Complex 01090-11 NFPA National Forest Products Association 1250 Connecticut Avenue, N.W. Washington, D.C. 20036 202/463-2765 Note: Also Washington Office for NWWDA NHLA National Hardwood Lumber Association P.O. Box 34518 Memphis, Tennessee 38134 901/377-1818 NIH National Institute of Health Department of Health and Human Services 9000 Rockville Pike, Building No. 13, Room 2403 Bethesda, Maryland 20205 301/496-2801 NIST National Institute of Standards and Technology (formally National Bureau of Standards) U. S. Department of Commerce Washington, D.C. 20234 301/975-3058 NLA National Landscape Association See AAN NLMA Northeastern Lumber Manufacturers Association, Inc. 272 Tuttle Road, P.O. Box 87A Cumberland Center, Maine 04021 207/829-6901 NPA National Particleboard Association 18928 Premiere Court Gaithersburg, Maryland 20879 301/670-0604 NSF National Sanitation Foundation 3475 Plymouth Road, P.O. Box 1468 Ann Arbor, Michigan 48106 313/769-8010 I I I I I I I I I I I I I I I FY022104 Executive Hangar Complex 01090-12 NSPC National Standard Plumbing Code See - NAPHCC and address inquiries to: Code Secretary NWWDA National Wood Window and Door Association 1400 E. Touhy Avenue, Suite G54 Des Plaines, Illinois 60018 312/299-5200 OSHA Occupational Safety and Health Administration - Department of Labor Publications Distribution, Room N 4101 200 Constitution Avenue, N.W. Washington, D.C. 20210 202/523-9667 PCA Portland Cement Association 5420 Old Orchard Road Skokie, Illinois 60077-1083 708/966-6200 PCI Prestressed Concrete Institute 175 W. Jackson Boulevard Chicago, Illinois 60604 312/786-0300 PDI Plumbing and Drainage Institute 1106 W 77th Street S. Drive Indianapolis, Indiana 46260 317/251-6970 PPI Plastic Pipe Institute Wayne Interchange Plaza North 155 Route 46 West Wayne, New Jersey 07470 201/812-9076 PEI Porcelain Enamel Institute, Inc. 1101 Connecticut Avenue NW; Suite 700 Washington, D.C. 20036 202/857-1134 FY022104 Executive Hangar Complex 01090-13 • PTI Post -Tensioning Institute 1717 W. Northwestern Avenue; Suite 218 Phoenix, Arizona 85021 602/870-7540 RFCI Resilient Floor Covering Institute 966 Hungerford Drive; Suite 12-B Rockville, Maryland 20850 301/340-8580 RIS Redwood Inspection Service See - CRA RMA Rubber Manufacturers Association, Inc. 1400 K Street, N.W. Washington, D.C. 20005 202/682-4800 SCMA Southern Cypress Manufacturers Association 805 Sterick Building Memphis, Tennessee 38103 901/346-2222 SDI Steel Door Institute 30200 Detroit Road Cleveland, Ohio 44145 216/899-0010 SFPA Southern Forest Products Association 2900 Indiana Avenue P.O. Box 52468 New Orleans, Louisiana 70152 504/443-4464 SHLMA Southern Hardwood Lumber Manufacturers 2831 Airway Blvd; Suite 205 Memphis, Tennessee 38132 901/346-2222 SIGMA Sealed Insulating Glass Manufacturers Association 111 E. Wacker Drive Chicago, Illinois 60601 312/644-6610 1 1 1 1 1 I FY022104 Executive Hangar Complex 01090-14 SH Steel Joist Institute 1205 48th Avenue North; Suite A Myrtle Beach, South Carolina 29577 803/449-0487 SMACNA Sheet Metal and Air -Conditioning Contractors' National Association, Inc. 8224 Old Courthouse Road, Tysons Corner Vienna, Virginia 22180 703/790-9890 Publications: P.O. Box 70 Merrifield, Virginia 22116 SPA Southern Pine Association See SFPA SPIB Southern Pine Inspection Bureau 4709 Scenic Highway Pensacola, Florida 32504 904/434-2611 SSPC Steel Structures Painting Council 4400 Fifth Avenue Pittsburgh, Pennsylvania 15213 412/268-3455 STI Steel Tank Institute 728 Anthony Trail Road Northbrook, Illinois 60062 708/498-1980 800/822-3186 SW! Steel Window Institute 1230 Keith Building Cleveland, Ohio 44115 216/241-7333 TCA Tile Council of America, Inc. P.O. Box 326 Princeton, New Jersey 08542 609/921-7050 TEMA Tubular Exchange Manufacturers Association 25 N. Broadway Tarrytown, New York 10591 914/332-0040 FY022104 Executive Hangar Complex 01090-15 • TPI Truss Plate Institute, Inc. 583 D'Onofrio Drive; Suite 200 Madison, Wisconsin 53719 608/833-5900 UBC The Uniform Building Code See ICBO UL Underwriters' Laboratories, Incorporated 333 Pfingsten Road, P.O. Box 247 Northbrook, Illinois 60062 708/272-8800 ULC Underwriters' Laboratories of Canada 7 Cruse Road Scarborough, Ontario MIR 3A9 VA _ Department of Veterans Affairs See - Article 1.4 VPS Voluntary Product Standards - National Institute of Standards and Technology U.S. Department of Commerce Washington, D.C. 20234 301/975-4025 WCLIB West Coast Lumber Inspection Bureau 6980 SW Varns Road, P.O. Box 23145 Portland, Oregon 97223 503/639-0651 WH Warnock Hersey International, Inc. 8431 Murphy Drive Middletown, Wisconson 53562 608/836-4400 WRCLA Western Red Cedar Lumber Association Yeon Building 522 S.W. Fifth Avenue Portland, Oregon 97204 503/224-3930 FY022104 Executive Hangar Complex 01090-16 1 1 1 1 1 I 1 fl WRI Wire Reinforcement Institute, Inc. 1760 Reston Parkway; Suite 403 Reston, Virginia 22090 202/790-9790 WSTI Welded Steel Tube Institute 522 Westgate Tower Cleveland, Ohio 441.16 216/333-4550 WWPA Western Wood Products Association Yeon Building 522 S.W. Fifth Avenue Portland, Oregon 97204 503/224-3930 B. The request should identify the solication number and the specification requested by title number and date as cited in the solicitation. E N D OF SECTION FY022104 Executive Hangar Complex 01090-17 I SECTION 01210 I PART1 GENERAL ' 1.01 SUMMARY A. Contractor participation in preconstruction conferences. 1.02 RELATED SECTIONS A. Section 01009 - Summary of Work. 1.03 PRECONSTRUCTION CONFERENCE A. Engineer will schedule conference as soon as practicable after receipt of approved bonds and proof of insurance. B. Attendance: 1. Owner ' 2. Engineer 3. Contractor 4. Major Subcontractors. 1' C. Agenda: 1. Distribution of Contract Documents. 1 2. Submittal of list of subcontractors, list of products, schedule of values, and progress schedule. 3. Designation of responsible personnel. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, bid requests, change orders, and Contract closeout procedures. I. 5. Scheduling. 6. Responsibilities of Engineer. 7. Responsibilities of Owner. ' 8. Responsibilities of Contractor. 9. General Discussion of Contract. 10. Staking of Work. 11. Construction Observation. 12. Labor Requirements. 13. Rights -of -Way and Easements. 14. Other items as required by funding agencies. 15. Use of premises by Owner and Contractor. 16. Owner's requirements. I 1 FY022104 Executive Hangar Complex Section 01210-1 • 17. Construction facilities and controls provided by Owner. 18. Temporary utilities provided by Owner. 19. Security and housekeeping procedures. 20. Schedules. 21. Procedures for testing. 22. Procedures for maintaining record documents. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION 1 1 1 I 1 1 1 1 1 1 1 I '1 FY022104 Executive Hangar Complex Section 01210 -.2 SECTION 01300 SUBMITTALS DURING CONSTRUCTION PART 1 GENERAL 1.01 SUBMITTALS A. This Section outlines in general the items that the Contractor must prepare or assemble for submittal during the progress of the work. Costs for the work under this Section shall be included in the appropriate items of the Contractor's bid prices. There is no attempt herein to state in detail all of the procedures and requirements for each submittal. The Contractor's attention is directed to the individual Specification Sections in these Contract Documents which may contain additional and special submittal requirements. The Owner reserves the right to direct and modify the procedures and requirements for submittals as necessary to accomplish the specific purpose of each submittal. Should the Contractor be in doubt as to the procedure, purpose, or extent of any submittal, he should direct his inquiry to the -Engineer. 1.02 ADMINISTRATIVE SUBMITTALS A. The Contractor shall provide all of the submittals required by the General Conditions, Supplementary Conditions, and as may be specifically required in other parts of these Documents. B. The Contractor is reminded of his obligation as required by law to make required submittals promptly to the applicable Federal, state, or local agency. Failure to comply with this requirement may result in the withholding or progress payments and make the Contractor liable for other prescribed action and sanctions. 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. Wayne Jones, P.O. Box 1229, Fayetteville, Arkansas 72702. C. Submitted data shall be fully sufficient in detail for determination of compliance with the Contract Documents. IFY022104 Executive Hangar Complex Section 01300 - 1 2.02 2.03 2.04 D. Review, acceptance, or approval of substitutions, schedules, shop drawings, lists of materials, and procedures submitted or requested by the Contractor shall not add to the Contract amount, and all additional costs which may -result therefrom shall be solely the obligation of the Contractor. E. The Owner is not precluded, by virtue of review, acceptance, or approval, from obtaining a credit for construction savings resulting from allowed concessions in the work or materials therefore. F. It shall not be the responsibility of the Owner to provide engineering or other services to protect the Contractor from additional costs accruing from such approvals. G. No equipment or material for which listings, drawings, or descriptive material is required shall be fabricated, purchased, or installed until the Engineer has on hand copies of such approved lists and the appropriately stamped final shop drawings. H. Submittals will be acted upon by the Engineer as promptly as possible, and returned to the Contractor not later ,than the time allowed for review in SHOP DRAWING SUBMITTAL PROCEDURE. Delays caused by the need for resubmittals shall not constitute reason for an extension of Contract time. SHOP DRAWING SUBMITTAL PROCEDURE A. See General and Supplemental Conditions. 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. - 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: FY022104 Executive Hangar Complex • Section 0130O- 2 1. GENERAL a. Shop drawings or equipment drawings, including dimensions, size and location of connections to other work, and weight of equipment. b. Catalog information and cuts. c. Installation or placing drawings for equipment, drives, and bases. d. Supporting calculations for equipment and associated supports, or hangers required or specified to be designed by equipment manufacturers. e. Complete manufacturer's specifications, including materials description and paint system. f. Performance data. g. Suggested spare parts list with current price information. h. List of special tools required for checking, testing, parts replacement, and maintenance. (Special tools are those which have been specially designed or adapted for use on parts of the equipment, and which are not customarily and routinely carried by maintenance mechanics.) i. List of special tools furnished with the equipment. j. List of materials and supplies required for the equipment prior to, and during start-up. k. List of materials and supplied furnished with the equipment. I. Samples of finish colors for selection. m. Special handling instructions. n. Requirements for storage and protection prior to installation. o. Requirements for routine maintenance required prior to start-up. FY022104 Executive Hangar Complex Section 01300-3 S • 1 2.05 SUBMITTALS REQUIRED FOR FOREIGN -MANUFACTURED ITEMS A. In addition to the submittal requirements stated above, suppliers of 1 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 1 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 Engineer will prepare a set of Record Drawings for the project which will include the changes made in materials, equipment, locations, and dimensions of the work. Two weeks prior to Final Inspection, the Contractor shall submit to the Engineer a current listing and description including marked -up prints of each change incorporated into the work since the preceding submittal. 2.07 SUBMITTAL OF INTERFACE INFORMATION (CONNECTION AND CORRELATION WITH OTHER WORK) A. Where called for on the Specifications, and as determined necessary by the ' Engineer to provide proper correlation with other equipment, complete interface information shall be submitted. This interface information shall be accurate, and contain all information necessary to allow the completion of detail design and construction of the interfacing or connecting work. The Contractor shall include in his negotiation for subcontract work, such agreements as may be necessary to ensure the accuracy of subcontractor's interface submittal information. In the event additional costs are incurred due to subsequent changes to information given in said interface information, such additional costs shall be borne by the Contractor. 2.08 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 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 may be 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. I I FY022104 Executive Hangar Complex Section 01300-4 1 C. The Contractor shall submit additional samples as required by the Engineer to ensure equality with the original approved sample and/or for determination of Specification compliance. D. Laboratory tests and examinations that the Owner elects to make at its own laboratory will be made at no cost to the Contractor, except that, if a sample of any material or equipment proposed for use by the Contractor fails to meet the Specifications, the cost of testing subsequent samples shall be borne by the Contractor. E. All tests required by the Specifications to be performed by an independent laboratory shall be made by an approved laboratory. Certified test results of all specified tests shall be submitted in duplicate to the Engineer. The samples furnished and the cost for the laboratory services shall be at the expense of the Contractor and included in the prices bid for the associated work. 2.09 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. 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. I II 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). I' FY022104 Executive Hangar Complex Section 01300-5 V PART 3 Payment for the work in this Section will be included as part of the bid amounts stated in the proposal. EXECUTION Not Used. END OF SECTION FY022104 Executive Hangar Complex Section 01300 -6 I I I I I I I I I Ii I 1 • • I I I I I I SECTION 01311 SCHEDULE AND SEQUENCE OF OPERATIONS PART1 GENERAL 1.01 CONSTRUCTION SCHEDULE GENERAL PROVISIONS A. No work shall be done between 7:00 P.M. and 7:00 A.M. on Sundays or legal holidays without the written permission of the Engineer. However, emergency work during these hours may be done without prior permission. 1.02 SEQUENCE OF CONSTRUCTION A. The Contractor shall submit a diagram or chart indicating the construction sequencing and duration of each construction activity. I1.03 OVERALL SCHEDULE I I A. Immediately after opening bids, the low bidder will prepare a detailed schedule showing the sequence of work items to be accomplished. B. Schedule to be comprised of construction operations covering Work in connection with this Contract and shown in sufficient detail and with a minimum of work activities. Final total number of activities is subject to approval of Engineer. ' 2. Work Activity: Activity for which manpower is required and must be performed before the Project is considered complete. ' PART 2 PROGRESS OF THE WORK 2.01 GENERAL A. The work shall be started within 10 days of the Notice to Proceed from the Owner, and the work shall be executed with such progress as may be required to prevent any delay to 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. FY022104 Executive Hangar Complex Section 01311 - 1 S • 1 2.03 2.04 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. 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. 2. 3. 4. 2.05 PAYMENT Shop drawing and materials submittal receipt from Contractor, submitted to the Engineer, review, and return to Contractor. Material and equipment order, manufacture, delivery, installation, and check-out. Performance tests and supervisory service activities. Allowance for inclement weather A. No separate payment shall be made for work under this Section. PART 3 EXECUTION Not Used. END OF SECTION 1 I I I I I I [1 I I 1 I I FY022104 Executive Hangar Complex Section 01311 -2 1 I I 1 I I I I I I I SECTION 01400 QUALITY CONTROL PART1 GENERAL 1.01 REQUIREMENTS INCLUDED A. General Quality Control. B. Workmanship. C. Manufacturer's Instructions. D. Manufacturer's Certificates. E. Mockups. F. ManufacturersField 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. FY022104 Executive Hangar Complex Section 01400 - 1 1.05 1.06 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. 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 1 Not used. 1.08 MANUFACTURERS' FIELD SERVICES A. When specified in respective Specification Sections, require supplier or I 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 1 recommendations. 1.09 TESTING LABORATORY SERVICES I 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. 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. E. Contractor shall cooperate with Testing Laboratory personnel; furnish tools, samples of materials, equipment, storage and assistance as requested. 1. Notify Engineer/Testing Laboratory 24 hours prior to expected time for operations requiring testing services. 1 FY022104 Executive Hangar Complex Section 01400 - 2 2. PART 2 PRODUCTS Make arrangements with Testing Laboratory and pay for additional samples and tests for Contractor's convenience. Not Used. PART 3 EXECUTION Not Used. END OF SECTION FY022104 Executive Hangar Complex Section 01400-3 SECTION 01500 ITEMPORARY CONSTRUCTION FACILITIES AND UTILITIES IPARTI GENERAL ' 1.01 LAYOUT OF TEMPORARY FACILITIES A. The Contractor shall make his own arrangements for storage of materials and ' equipment in locations on and off the construction site. Security of the construction work, materials, and equipment is the sole responsibility of the Contractor. ' 1.02 STORAGE BUILDINGS A. The Contractor shall erect or provide as approved, temporary storage buildings of the various sizes as required for the protection of mechanical and electrical equipment and materials as recommended by manufacturers of such equipment ' and materials. The buildings shall be provided with such environmental control systems that meet recommendations of manufacturers of all equipment and materials stored in the buildings. The buildings shall be of sufficient size and so arranged or partitioned to provide security for their contents and provide ready access for inspection and inventory. At or near the completion of the work, and as directed by the Engineer, the temporary storage buildings shall be dismantled, removed from the site, and remain the property of the Contractor. B. Combustible materials (paints, solvents, fuels, etc.) shall be stored in a well -ventilated building removed from other buildings. 1.03 STORAGE YARDS A. The Contractor shall construct temporary storage yards for the storage of materials that are not subject to damage by weather conditions. Materials such as I. 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. ' 1.04 CONTRACTOR'S WORK AREA A. The Contractor shall limit his operations and storage of equipment materials to the Owner's tank site property and to the areas authorized by individual property owners and approved by the Engineer and Owner. 1 IFY022104 Executive Hangar Complex Section 01500- 1 B. The Contractor shall maintain the area during construction in a manner that will not obstruct operations of any existing roads. He 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. The Contractor's operations shall not result in any diversions to existing surface water drainage ways. ,r PART 2 UTILITIES - 1 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. 2.02 SANITARY FACILITIES A. The Contractor shall provide and maintain sanitary facilities for his employees I and his subcontractors' employees that will comply with the regulations of the local and State health departments and as directed by the Engineer. 2.03 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. 2.04 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 the same. As approved, the Contractor shall remove the temporary facilities and utilities from the site as his property and 1 FY022104 Executive Hangar Complex Section 01500 - 2 2.05 B. A. PART 3 leave the site in such condition as specified, as directed by the Engineer, and/or as shown on the Drawings. In unfinished areas, the condition of the site shall be left in a condition that will restore original drainage, evenly graded, seeded as necessary, and left with an appearance equal to, or better than, original. Payment for the work under this Section will be included as part of the bid amounts stated in the Proposal. EXECUTION Not Used. END OF SECTION FY022104 Executive Hangar Complex Section 01500 - 3 I SECTION 01600 MATERIAL AND EQUIPMENT SHIPMENT, HANDLING, STORAGE. AND PROTECTION PART1 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. 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. D. Do not use materials and equipment removed from existing structure. 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. FY022104 Executive Hangar Complex Section 01600- I 0 . 1 1.05 1.06 A. Not Used. I 1.07 1.08 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. 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. QsL. Z*tsJ 1 E I I I I [1 I I PRODUCTS LIST A. Not Used. 1 SUBSTITUTIONS A. Document each request for substitution with complete data substantiating compliance of proposed substitution with Contract Documents. B. Request constitutes a representation that Contractor: 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. FY022104 Executive Hangar Complex Section 01600 -2 I Li II I 1 I I I • • 4. Waives claims for additional costs which may subsequently become apparent. C. 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. D. 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. E. 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. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION FY022104 Executive Hangar Complex Section 01600 - 3 I I I Lam' PARTI GENERAL 1.01 SCOPE SECTION 01700 CONTRACT CLOSEOUT IA. This Section outlines the procedure to be followed in closing out all contracts. I Il I I I I L I [1 I I J 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. ' FY022104 Executive Hangar Complex Section 01700- 1 1.04 A. RI 0 FINAL SUBMITTALS , No contract will be finalized until all of the following have been submitted as I required in Section 01300, SUBMITTALS DURING CONSTRUCTION. 1. Final shop drawings 2. Record drawings 3. Interface information 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. Li [1 I I I 1.07 RELEASE OF LIENS OR CLAIMS , A. 1.08 ' A. PART 2 No contract will be finalized until satisfactory evidence of release of liens has been submitted to the Owner as required by the General Conditions. FINAL PAYMENT Final payment will be made to the Contractor in accordance with the General Conditions. PRODUCTS Not Used. I I t I FY022104 Executive Hangar Complex Section 01700 - 2 , fl PART 3 EXECUTION Not Used. END OF SECTION FY022104 Executive Hangar Complex Section 01700-3 I I SECTION 01710 CLEAN-UP IPARTI GENERAL I I I I [1 I I I 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 public and private properties free from accumulations of waste, debris, and rubbish caused by construction operations. C. Conduct cleaning and disposal operations to comply with local ordinances and anti -pollution laws. Do not bum 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. 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. f��Y�i7 ill►ll`.Lej��;�i►[eZK�7►[. �,�ilK•l[s11 A. During execution of work, clean site and all properties (public and private) and dispose of waste materials, debris, and rubbish to assure that buildings, grounds, and properties are maintained free from accumulations of waste materials and rubbish. IB. Wet down dry materials and rubbish to lay dust and prevent blowing dust. I I I I I 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. E. Repair, patch, and touch up marred surfaces to specified finish to match adjacent surfaces. F. Broom clean paved surfaces, rake clean other surfaces or grounds. FY022104 Executive Hangar Complex Section 01710 - 1 G. Handle materials in a controlled manner with as few handlings as possible; do not drop or throw materials from heights. H. Schedule cleaning operations so that dust and other contaminants resulting from cleaning process will not fall on wet, newly painted surfaces. 1.03 FINAL CLEANING A. At the completion of work on all contracts and immediately prior to final inspection, cleaning of the entire project will be accomplished. B. Employ experienced workers, or professional cleaners, for final cleaning. C. Repair, patch, and touch up marred surfaces to specified finish, to match adjacent surfaces. D. Remove from the Owner's property all temporary structures and all materials, equipment, and appurtenances not required as a part of, or appurtenant to, the completed work. See Section 01500, TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES. 1.04 PAYMENT A. Payment for the work in this Section will be included as part of the lump sum bid amounts stated in the Proposal. PART2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION FY022104 Executive Hangar Complex Section 01710-2 1$Il(S)fliii#Af, PROJECT RECORD DOCUMENTS 's; #Tu:l[MIl 1.01 1.02 1.03 REQUIREMENTS INCLUDED A. Maintenance of Record Documents and Samples. B. Submittal of Record Documents and Samples. 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. 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. FY022104 Executive Hangar Complex Section 01720- 1 r • 1 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. 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 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. FY022104 Executive Hangar Complex Section 01720 - 2 • S i 1.05 SUBMT17ALS ' A. At Contract closeout, deliver Record Documents and samples under provisions of Section 01700. ' 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 FY022104 Executive Hangar Complex Section 01720-3 S • SECTION 02015 ' MOVE IN AND SITE PREPARATION IPART1 GENERAL 1.01 SCOPE A. This section covers the work necessary to move in personnel and equipment, set up all temporary offices, buildings, facilities, utilities, and prepare the site for construction, complete. B. The limits of the site and area designated for Contractor's temporary facilities are shown ' on the Site Plan Drawing. In the event that additional space is required for the Contractor's operations, the Contractor shall make his own arrangements and pay for such additional space. 1.02 WORK INCLUDED HEREIN, BUT SPECIFIED IN OTHER SECTIONS ' A. Section 01500 - Temporary Construction Facilities and Utilities 1.03 RELATED WORK SPECIFIED IN OTHER SECTIONS ' A. Section 01011 - Site Conditions B. Section 01014 - Protection of the Environment IC. Section 01016 - Safety Requirements and Protection of Property D . Section 01710 - Final Cleaning ' PART 2 PRODUCTS 2.01 TEMPORARY FACILITIES ' A. The Contractor shall provide all temporary facilities as required for performing the work, including the facilities specified for the Engineer's use. See Section 01500, ' TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES. 2.02 TEMPORARY UTILITIES ' A. The names of utility firms serving the area are included in Section 01011, SITE CONDITIONS. The Contractor shall obtain the necessary permits for connection to ' these services. See Section 01500, TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES. P ii FY022104 Executive Hangar Complex Section 02015 - 1 PART 3 EXECUTION 3.01 LAYOUT A . Set up construction facilities in a neat and orderly manner within area designated on the Drawings. Accomplish all required work in accordance with Section 01500, TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES and applicable , portions of these Specifications. Confine operations to work area shown. 3.02 OBSTRUCTIONS A. Some obstructions may not be shown. Bidders are advised to carefully inspect the existing facilities before preparing their proposals. The removal and replacement of minor obstructions such as electrical conduits, air, water, waste piping, and similar items shall be anticipated and accomplished, even though not shown or specifically mentioned. B. Major obstructions encountered that are not shown on the Drawings or could not have been foreseen by visual inspection of the site prior to bidding, should immediately be brought to the attention of the Engineer. If the Engineer finds that the obstruction adversely affects the Contractor's costs or schedule for completion, a proper adjustment to the Contract will be made in accordance with the Article CHANGE ORDERS in the General Conditions. 3.03 PAYMENT , A. Payment for the work under this section will be included as part of the lump sum bid amount stated in the Proposal. END OF SECTION I L I L FY022104 Executive Hangar Complex . Section.02015 -2 ' 0 SECTION 02050 DEMOLITION PARTI GENERAL 1.01 SUMMARY A. Demolition of designated retaining walls and removal of materials from site. B. Demolition and removal of pavements, curbs, drainage structures, utilities, signage, or landscaping. C. Disconnecting and capping or removal of identified utilities. D. Filling or removal of underground piping, and appurtenances. E. Filling voids in subgrade created as a result of removals or demolition. F. Hazardous material compliance. 1.02 RELATED SECTIONS A. Section 02100 - Site Preparation. B. Section 02200 - Earthwork. 1.03 REGULATORY REQUIREMENTS A. Obtain required permits and licenses from appropriate authorities. Pay associated fees including disposal charges. B. Notify affected utility companies before starting work and comply with their requirements. C. Do not close or obstruct roadways, sidewalks, or fire hydrants without appropriate permits. D. Conform to applicable regulatory procedures when hazardous or contaminated materials are discovered. 1.04 PROJECT RECORD DOCUMENTS A. Accurately record actual locations of capped utilities and subsurface obstructions that will remain after demolition. 1.05 PROJECT CONDITIONS A. Conditions existing at time of inspection for bidding purposes will be maintained by Owner in so far as practicable. FY022104 Executive Hangar Complex Section 02050 - t 0 0 ' B. Unless otherwise indicated in construction Documents or specified by Owner items of salvageable value to Contractor shall be removed from site. Storage or sale of removed items on site will not be permitted and shall not interfere with other work specified in Contract Documents. C. Explosives shall not be brought to site or used without written consent of authorities having jurisdiction. Such written consent will not relieve Contractor of total responsibility for injury to persons or for damage to property due to blasting operations. Performance of required blasting shall comply with governing regulations. PART 2 MATERIALS 2.01 FILL MATERIALS A. Fill materials as specified in Section 02200. PART 3 EXECUTION 3.01 PREPARATION ' A. Provide, erect, and maintain erosion control devices, temporary barriers, and security devices as necessary. B. Protect existing landscaping materials, appurtenances, and structures which are not to be demolished. Repair damage caused by demolition operations at no cost to Owner. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring as needed. D. Mark locations of utilities. Protect and maintain in safe and operable condition utilities that are to remain. Prevent interruption of existing utility service to occupied ' or used facilities, except when authorized in writing by authorities having jurisdiction. Provide temporary services during interruptions to existing utilities as acceptable to governing authorities and Owner. 3.02 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures or pavements. B . Cease operations immediately if adjacent structures appear to be in danger. Notify authority having jurisdiction. Do not resume operations until directed. C. Conduct operations with minimum of interference to public or private access. Maintain ingress and egress at all times. D. Obtain written permission from adjacent property owners when demolition equipment will traverse, infringe upon, or limit access to their property. FY022104 Executive Hangar Complex Section 02050-2 ' I a • E. Sprinkle work with water to minimize dust. Provide hoses and water connections for this purpose. F. Comply with governing regulations pertaining to environmental protection. ' G. Clean adjacent structures and improvements of dust, dirt, and debris caused by demolition operations. Return adjacent areas to condition existing prior to start of ' work. 3.03 DEMOLITION ' A. Demolish items completely and remove from site using methods as required to complete work within limitations of governing regulations. Small items may be ' removed intact when acceptable to Owner and authorities having jurisdiction. B. Locate demolition equipment and remove materials so as to prevent excessive loading to supporting walls, floors, or framing. ' 3.04 FILLING VOIDS IA. Completely fill below grade areas and voids resulting from demolition or removal using approved select fill materials consisting of stone, gravel, and sand free from debris, trash, frozen materials, roots, and other organic matter. ' B. Ensure that areas to be filled are free of standing water, frost, frozen or unsuitable material, trash, and debris prior to fill placement. ' C. Place fill materials in accordance with Section 02200 unless subsequent excavation for new work is required. ' D. Grade surface to match adjacent grades and to provide flow of surface drainage after fill placement and compaction. ' 3.05 DISPOSAL OF DEMOLISHED MATERIALS A. Remove from site debris, rubbish, and other materials resulting from demolition ' operations. B. No burning of any material, debris, or trash on -site or off -site will be allowed, except ' when allowed by appropriate governing authority and Owner. If allowed as stated above, burning shall be performed in manner prescribed by governing authority. Attend burning materials until fires have burned out or have been completely extinguished. C. Transport materials removed from demolished structures with appropriate vehicles ' and dispose off -site to areas which are approved for disposal by governing authorities and appropriate property owners. I ' FY022104 Executive Hangar Complex Section 02050-3 r� 3.06 PAYMENT A. Payment shall be made at the Contract Lump Sums for the removal of items required for proper construction. END OF SECTION FY022104 Executive Hangar Complex Section 02050-4 - S • SECTION 02100 SITE PREPARATION ' PART 1. GENERAL 1.01 SUMMARY A. Remove interfering or objectionable material from designated areas of Work. ' B. Preserve vegetation and existing objects designated to remain from injury or defacement. C. Trees shall be cut only at direction of Engineer. ' 1.02 DEFINITIONS A. CLEARING 1. Cutting, removing, and disposing of trees, snags, stumps, shrubs, brush, limbs, and other vegetative growth. ' 2. Removing all evidence of their presence from the surface, inclusive of sticks and branches greater than 2 inches in diameter or thickness. 3. Removing and disposing of trash piles, rubbish, and fencing. B. GRUBBING Ii. Removing and disposing of wood or root matter below the ground surface remaining after clearing. 2. Includes stumps, trunks, roots, or root systems greater than 2 inches in diameter or ' thickness to a depth of 18 inches below the ground surface. C. STRIPPING 1. Removing and disposing of all organic sod, topsoil, grass and grass roots, and other objectionable material from the areas designated to be stripped that remain after clearing and grubbing. 1.03 RELATED SECTIONS A. Section 02200 — Earthwork, Trench Excavation and Backfill. PART 2. MATERIALS 2.01 GENERAL A. Provide materials, suitable and in adequate quantity, required to accomplish Work of this Section. I tFY022104 Executive Hangar Complex 6intMe , 041:'III • • PART 3. EXECUTION 3.01 PREPARATION ' A. Review with Engineer's representative the location, limits, and methods to be used prior to commencing Work under this Section. 3.02 CUTTING TIMBER A. Exercise care when clearing near the clearing limits to avoid damage to existing trees, vegetation, structures, or utilities which are outside of the clearing limits. B. Trees are to be felled into the area to be cleared. C. Flush cut all stumps not designated for grubbing by cutting to within 2 inches of the ground surface. D. The timber designated for removal on the site shall become the property of the Contractor. E. Dispose of all stumps, limbs, brush, snags, non -marketable timber, and other vegetative growth off -site. 3.03 PRESERVATION OF TREES, SHRUBS, AND OTHER VEGETATION ' A. Protect from damage trees, shrubbery, and other vegetation not designated for removal. B. Cut and remove tree branches only where, in the opinion of the Engineer, such cutting is necessary to affect construction operation. C. Remove branches other than those required to affect the Work to provide a balanced appearance of any tree, as approved prior to removal. D. Scars resulting from the removal of branches shall be treated with an approved tree sealant. 3.04 CLEARING AND GRUBBING LIMITS A. Clear and grub all areas within the limits of construction. B. Clear and grub in stages as the construction area is increased to avoid unnecessary clearing and grubbing. 3.05 DISPOSAL OF CLEARING AND GRUBBING DEBRIS A. Haul the material from the Work site and dispose of in accordance with state, federal, and local laws. 1. Off -site disposal shall be at the Contractor's sole expense. FY022104 Executive Hangar Complex Section 02100 -2 ' 3.06 AREAS TO BE STRIPPED A. The exact depth of stripping will be determined by the Engineer. B. Topsoil requirements are specified in Section 02200. C. Strip all areas that are cleared and grubbed. D. Strip areas in stages to avoid unnecessary stripping. 3.07 DISPOSAL OF STRIPPINGS A. Do not mix strippings with borrow excavation. B. Topsoil from the strippings shall be stockpiled and used for topsoil replacement. C. Dispose of excess topsoil. D. Strippings not suitable for use as topsoil shall become the property of the Contractor and shall be removed from the site. 3.08 PAYMENT A. Payment shall be made at the unit price bid amount in the Proposal. END OF SECTION FY022104 Executive Hangar Complex Section 02100-3 0 • El;14 IIlf•]U1Mt i CLEARING, GRUBBING, AND STRIPPING PART1 GENERAL 1.01 SCOPE A. This section covers the work necessary to remove all interfering or objectionable material from the designated areas of work. B. This work shall also include the preservation from injury or defacement of all vegetation and existing objects designated to remain. C. Review with the Engineer's Representative the location, limits, and methods to be used prior to commencing the work under this section. PART 2 MATERIALS AND PROCEDURES 2.01 GENERAL A. Provide all materials, suitable and in adequate quantity, required to accomplish the work as specified herein. 2.02 CLEARING - DEFINITION A. Not required. 2.03 CUTTING TIMBER A. Not required. 2.04 STRIPPING - DEFINITION A. Stripping shall include the removal and disposal of all organic sod, topsoil, grass and grass roots, and other objectionable material remaining after clearing and grubbing from the areas designated to be stripped. The exact depth of stripping will be determined by the Engineer. Topsoil requirements are specified in Section 02200, EARTHWORK. 2.05 AREAS TO BE STRIPPED A. Stripping shall include the removal and disposal of all organic sod, topsoil, grass and grass roots, and other objectionable material remaining after clearing and grubbing ' from the areas designated to be stripped. The exact depth of stripping will be determined by the Engineer. Topsoil requirements are specified in Section 02200, EARTHWORK. 1 ' FY022104 Executive Hangar Complex Section 02102 - 1 2.06 2.07 • DISPOSAL OF STRIPPINGS A. Topsoil from the strippings shall be stockpiled and used for finished site grading. Excess topsoil shall be disposed of by the Contractor at his expense. Strippings not suitable for use as topsoil shall become the property of the Contractor and shall be removed from the site at the Contractor's expense. PAYMENT A. Payment for the work in this section will be included as part of the unit price bid amounts stated in the Proposal. PART 3 EXECUTION Not Used. END OF SECTION I I 1 I FY022104 Executive Hangar Complex Section 02102-2 I I I I1 I I L I I I I I I HH I SECTION 02150 STORM WATER POLLUTION PREVENTION PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract including GENERAL and SUPPLEMENTARY CONDITIONS, and other Division 1 Specifications Sections apply to the Work specified in this Section. 1.02 SCOPE A. This work shall consist of temporary erosion control measures needed to control erosion and water pollution, from any area the Contractor may disturb, through the use of berms, sediment basins, sediment dams, fiber glass roving, silt fences, brush barriers, baled straw erosion checks, temporary flexible pipe slope drains and temporary seeding. B. Temporary erosion control measures shall be performed promptly when problem conditions exist or when potential problems are anticipated in certain areas in order to minimize soil erosion and siltation. The temporary erosion control measures shall be properly maintained until permanent erosion control features are functioning properly. C. The Contractor shall comply with all Federal, State and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds and reservoirs with fuel, oils, bitumens, chemicals, soil sedimentation or other harmful materials and to prevent pollution of the atmosphere from particulate gaseous matter. 1.03 QUALITY CONTROL A. At the Preconstruction Conference or prior to the start of the applicable construction, the Contractor shall submit, to the Owner and Engineer, his schedule for the accomplishment of temporary and permanent erosion control work as is applicable for site work. The location of the project, nature of the soil, topographic features and proximity to water courses shall be considered when imposing such limitations. FY022104 Executive Hangar Complex Section 02150 - 1 • 0 1 PART 2 MATERIALS 2.01 SEED AND FERTILIZER ' A. Not required. 2.02 STRAW BALES A. Straw shall be the threshed plant residue of oats, wheat, barley, rye or rice from ' which the grain has been removed. 2.03 FENCE OR WIRE FABRIC A. The fence fabric shall be a commercial grade of woven wire fence fabric. The wire fabric shall be a welded wire fabric. 2.04 FILTER FABRIC A. Install filter fabric where necessary to control. erosion. PART 3 EXECUTION 3.01 EROSION CONTROL ' A. The Contractor shall schedule and conduct his operations in such a manner as to insure good erosion control practices so as to minimize soil erosion and prevent the contamination of and depositing of sediment in adjacent streams or other water courses, lakes, ponds, and other areas of water impoundment. Temporary erosion control measures which will contribute to the control of erosion and sedimentation shall be carried out in conjunction with any site work. B. Permanent erosion control devices or measures shall consist of culvert pipe, terraces, gutters, bituminous curb, sectional drains, permanent slope drains, and the establishment of permanent vegetation (seeding), and when included in the contract they shall be incorporated in the construction with the least delay. Trenched area shall be seeded as the excavation proceeds to the extent considered by the Engineer as desirable or practicable. C. The Contractor shall also conform to the following practices and controls: 1. When the material is trenched erosion of the slopes shall be so controlled both during and after completion of the work that erosion will be minimized and sediment will not enter streams, wetlands or other bodies of water. Haul roads 1 FY022104 Executive Hangar Complex Section 02150-2 S • shall be located and constructed in a manner that will keep sediment from entering streams. ' 2. Pollutants such as fuels, lubricants, bitumens, raw sewage and other harmful materials shall not be discharged into or ' near rivers, streams or impoundments or into natural or man made channels leading thereto. Wash water or waste from concrete mixing operations shall not be allowed to 'enter live streams. 3. All applicable regulations of agencies and statues relating to the prevention and abatement of pollution shall be complied within the performance of the contract. E. All temporary erosion and sediment control structures shall be constructed as required to control erosion. All temporary structures shall be maintained in proper operating condition during the construction period until the seeding and fertilizing operation has been completed and the grass has been established in accordance with Section 02485 of the Specifications. F. Temporary erosion and sediment control, structures shall be maintained throughout the Contractors contract period. The temporary structures shall be removed and the site cleaned up only after the end of construction activity and the seeding and fertilizing operations are complete and the grass has been established. ' 3.02 INSPECTION A. The Contractor shall appoint as necessary, a qualified person(s) to conduct regularly scheduled inspections during his contract. Inspections shall be conducted, with a minimum frequency of every seven (7) calendar days or within 24 hours following the end of at least a 0.5 inch ('/z inch) rainfall event, whichever ' is earliest. During the inspection, the following areas (as a minimum) will be inspected: Ii. Disturbed Areas - All areas of disturbed soil i.e. bare soil with no ground cover shall be inspected for signs of washing and erosion. 1 2. Material Storage Area - All central storage areas where materials/chemicals are stored for signs of spills, leaks and possible contamination. 3. Erosion and Sediment Control Measures - Inspect all ' erosion and sediment control measures for signs of wear, damage, remaining capacity level, usefulness, etc. 1 FY022104 Executive Hangar Complex Section 02150-3 S 1 4. Discharge Locations - Immediately following, and possibly during, a significant rainfall event, inspect all discharge locations to ascertain the effectiveness of the control measures. 5. Entrance/Exit Locations - Inspect all exit points from the site for evidence of vehicle tracking. The inspector shall complete an inspection form for each inspection performed. As a minimum, the inspection form shall contain the following information: o Name and location of project. o Name and title of the inspector. o Date and time of the inspection. o Scope of the inspection. o Major observations made during the inspection. o Actions taken as a result of the inspection. 3.03 MAINTENANCE OF ROADWAYS A. The existing paved roadways at and adjacent to the construction locations shall be maintained in a clean and passable condition by the Contractor. When required or as requested by the Owner, or the Engineer, the Contractor shall broom or wash the existing paved roadways to remove excess mud or dirt at the construction area and for a reasonable length of the existing roadway beyond the construction area. The work shall not be paid for directly, but shall be considered incidental to the other items of work and the cost included as a part of the work. 3.04 PAYMENT A. Payment for the work in this Section will be included as part of the applicable unit ' price or lump sum amount stated in the Proposal. No separate payment will be made. END OF SECTION , I I FY022104 Executive Hangar Complex Section 02150-4 ' SECTION 02200 ' EARTHWORK. TRENCH EXCAVATION AND BACKFILL I PART1 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 D698. Field ' moisture contents shall be determined on the basis of the fraction passing the 3/4 -inch sieve. ' 1.04 SUBMITTALS A. Submittals shall be made in accordance with the GENERAL CONDITIONS, SECTION 01300, SUBMITTALS DURING CONSTRUCTION, and the 'requirements of this section. B. Provide the following submittals: 1. Samples for all imported material. 2. Catalog and manufacturer's data sheets for compaction equipment. 3. Contractor's excavation/stockpiling plan with provisions for flooding considerations. 4. Schedule of excavation/stockpilling/filling plan illustrating methods of filling new facility areas. PART 2 MATERIALS 2.01 GENERAL A. Provide all labor, materials, and equipment necessary to accomplish the work specified in this section. I IFY022104 Executive Hangar Complex 02200 - 1 • . 1 2.02 SUBSURFACE INFORMATION A. Information derived from inspection of topographic maps, or from plans showing location of utilities and structures will not relieve the Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of the Contract Documents. B. The submission of a Proposal shall be conclusive evidence that the Bidder has investigated the site and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the Contract Documents. 2.03 GENERAL EXCAVATION A. Complete all excavation regardless of the type, nature, or condition of the materials encountered. The Contractor shall make his own estimate of the kind and extent of the various materials to be excavated in order to accomplish the work. 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 structures. 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 STRUCTURAL FILL A. Imported material free from roots, organic matter, trash, debris, with maximum 1 particle size of 1-1/2 inches. Material shall have low plasticity with a maximum plasticity index (PI) of 25. At the Contractor's option, material may be obtained by the Contractor from the excavation for proposed structures. No warranty, expressed or implied, is made concerning the availability of sufficient quantities of satisfactory structural fill from the excavations to be made. Therefore, the Contractor shall provide imported material of acceptable quality, if required, to accomplish the construction. Imported material shall be provided at the Contractor's sole expense. 2.06 GRANULAR FILL A. Imported GRANULAR FILL shall be 1 -1/2 -inch minus crushed gravel or crushed rock, free from dirt, clay balls, and organic material, well graded from coarse to fine, containing sufficient finer material for proper compaction, and less than 8 percent by weight passing the No. 200 sieve. Arkansas Highway and Transportation Department Class 7 Base shall qualify as GRANULAR FILL material. 2.07 SAND A. Imported natural sand or sand produced from crushed gravel or crushed rock, I 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. FY022104 Executive Hangar Complex 02200 -.2 2.08 TRENCH EXCAVATION A. Remove all material regardless of the nature, type, or condition of the material encountered. 2.09 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. 2.10 GRANULAR PIPE BASE AND PIPE ZONE MATERIAL A. Three -fourth -inch minus gravel, crushed gravel, or crushed rock with less than 10 percent of the material finer than the No. 200 sieve. For plastic pipe, use 1/4 -inch minus pea gravel. 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. 2.14 1 A. Ii I I I Furnish as required. IMPORTED MATERIAL ACCEPTANCE All imported materials specified in this section are subject to the following requirements: All tests necessary for the Contractor to locate an acceptable source of imported material shall be made by the Contractor. Certification that the material conforms to the Specification requirements along with copies of the test results from a qualified commercial testing laboratory shall be submitted to the Engineer for approval at least 10 days before the material is required for use. All aggregate samples shall be furnished by the Contractor at the Contractor's sole expense. Samples shall be representative and be clearly marked to show the source of the material and the intended'useon the project. Sampling of the aggregate source shall be done by the Contractor in 1 FY022104 Executive Hangar Complex 02200-3 S • 1 accordance with ASTM D 75. Notify the Engineer at least 24 hours prior to sampling. The Engineer may, at the Engineer's option, observe the sampling procedures. Tentative acceptance of the aggregate source shall be based on an inspection of the source by the Engineer and the certified test results submitted by the Contractor to the Engineer. No imported materials shall be delivered to the site until the proposed source and materials tests have been tentatively accepted in writing by the Engineer. Final acceptance will be based on tests made on samples of material taken from the completed and compacted course. The completed course is defined as a course or layer that is ready for the next layer or the next phase of construction. All testing for final acceptance shall be performed by the Engineer. 2. Gradation tests by the Contractor shall be made on samples of imported 1 material taken at the place of production prior to shipment. Samples of the finished product for gradation testing shall be taken from each 1,500 tons of prepared materials or more often as determined by the Engineer, if variation in gradation is occurring, or if the material appears to depart from the Specifications. Test results shall be forwarded to the Engineer within 72 hburs after sampling. 1 3. If tests conducted by the Contractor or the Engineer indicate that the material does not meet Specification requirements, material placement will be terminated until corrective measures are taken. Material which does not conform to the Specification requirements and is placed in the work shall be removed and replaced at the Contractor's sole expense. Sampling and testing performed by the Contractor shall be done at the Contractor's sole expense. 2.15 SELECTED MATERIAL ACCEPTANCE A. All tests necessary for the Contractor to demonstrate that selected native soil material conforms to the Specification requirements shall be made by the Contractor using a qualified commercial testing laboratory at the Contractor's expense. These tests shall include gradation tests and, Attenberg limits tests, and such other tests as appropriate for the particular material and intended use on the project. B. Samples for testing shall be representative of the actual material to be installed in the work. Samples shall be taken from each 2,000 cubic yards of material stockpiled or more often as determined by the Engineer if variation in material properties is occurring, or if the material appears to depart from the Specification requirements. C. Test results shall be forwarded to the Engineer at least 10 days before the material is required for use. If tests conducted by the Contractor or the Engineer indicate that the material does not meet Specification requirements, the material shall not be installed in the work. Material which is placed in the work but does not conform to the Specification requirements shall be removed and replaced at the Contractor's sole expense. The Contractor shall include in the lump sum bid amount the costs for all testing by an independent certified laboratory. ,1 FY022104 Executive Hangar Complex 02200 - 4 1 1 1 2.16 COMPACTION EQUIPMENT 1l I I I L I I. I I I 1 I A. Compaction equipment shall be of suitable type and adequate to obtain the densities specified. B. Compaction equipment shall be operated in strict accordance with the manufacturer's instructions and recommendations. Equipment shall be maintained in such condition that it will deliver the manufacturer's rated compactive effort. Hand -operated equipment shall be capable of achieving the specified densities. 2.17 MOISTURE CONTROL EQUIPMENT A. Equipment for applying water shall be of type and quality adequate for the work, shall not leak, and shall be equipped with a distributor bar or other approved device to assure uniform application. Equipment for mixing and drying out material shall consist of blades, discs, of other approved equipment. 2.18 PIPE UNDERDRAINS A. Four inch pipe underdrains (corrugated polyethylene tubing or acrylonitrile- butadien-styrene pipe) shall be constructed at the locations and to the lines, grades, and dimensions shown on the Plans or as directed by the Engineer. The granular fill material shall be a coarse aggregate, graded as follows: Sieve Percent Passing 11/4" 100 3/4" 35-75 3/8" 10-30 #4 0-5 B. The engineering fabric shall be a non -woven fabric consisting only of continuous chain polymeric filaments or yarns of polyester or polyproplene formed into a stable network by needles punching. The fabric shall be inert to commonly encountered chemicals, hydrocarbons mildew, and not resistant to ultraviolet light exposure, insect and rodent resistant, and conform to the properties in the following table. The average roll minimum value (weakest principle direction) for strength properties of any individual roll tested from the manufacturing lot or lots of a particular shipment shall be in excess of the average roll minimum value (weakest principle direction) stipulated below: Physical Properties Grab Tensile Strength* ASTM D1682(Lbs.) Average Roll Minimum Value (Weaker Principle Direction)* I FY022104 Executive Hangar Complex 02200 - 5 1 Elongation at Failure* ASTM D1682(%) 50 Mullen Burst Strength ASTM D3786 160 Coefficient of Normal Permeability -K (cm/sec.)(5 in. constant head) Vertical Water Flow (gal/min/ft2) (5 in. constant head) 100 Equivalent Opening Size (U.S.Standard Sieve No.) CW-02215 U.S.Std. Sieve Number larger than 50 Trapezoid Tear Strength ASTM 1117 (Lbs.) 30 Puncture Strength ASTM D751 (modified) (Lbs.) 40 The engineering fabric shall be provided in rolls wrapped with protective covering to protect the fabric from mud, dust, and debris. The fabric shall be free of defects or flaws which significantly affect its physical properties. Each roll of fabric in the shipment hall be labeled with a number or symbol to identify that production run. PART 3 EXECUTION 3.01 CLEARING, GRUBBING, AND STRIPPING ' A. Complete clearing and grubbing work as specified in Section 02102, CLEARING, , GRUBBING, AND STRIPPING, prior to beginning work in this section. 3.02 STRIPPING TOPSOIL A. Prior to beginning any excavation or fill, strip the topsoil to a depth of at least 6 1 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 FY022104 Executive Hangar Complex 02200-6 ' I 1 • • I prevent the topsoil from becoming mixed with subsoil or eroding. 1 3.03 COMMON EXCAVATION I I I V I $ I I A. Perform all common excavation of every description, regardless of the type, nature, or condition of material encountered, as specified, shown, or required to accomplish the construction. 3.04 EXCAVATION A. Excavate to the lines and grades shown. Bring rough excavation to within 0.1 foot of required grade. The method of excavation used is optional; however, no equipment shall be operated within 5 feet of the existing drainage structures or newly completed construction. Excavation that cannot be accomplished without endangering the existing trees to be preserved or new drainage structures shall be performed with hand tools. 3.05 STRUCTURAL EXCAVATION A. Excavate for drainage structures to the lines and grades shown or as required to accomplish the construction. Perform all excavation regardless of the type, nature, or condition of the material encountered. The method of excavation used is optional; however, no equipment shall be operated within 5 feet of existing drainage structures or newly completed construction. Excavation that cannot be accomplished without endangering the present or new drainage structures shall be done with hand tools. 3.06 EXCAVATION SAFETY A. The Contractor shall be solely responsible for making the excavation in a safe manner. Provide appropriate measures to retain excavation sideslopes to ensure that men working in or near the excavation are protected. B. The Contractor shall comply with trench safety regulations appended hereto. 1 3.07 TRENCH EXCAVATION AND BACKFILL 1 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. ' 3.08 TRENCH WIDTH 1 I I 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 4 inches greater than the inside diameter of the pipe. Sheeting requirements shall be independent of trench width. The maximum clear width at the top of the pipe or above the pipe will not be limited, except in cases where excess width of excavation would cause damage to adjacent structures. FY022104 Executive Hangar Complex 02200-7 3.09 GRADE A. Carry the bottom of the trench to the depths shown, or as established by the I 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. 3.10 SHORING, SHEETING, AND BRACING OF TRENCHES A . Erect, maintain, and remove shoring, sheeting, and bracing as required by all federal, state and local laws, codes and ordinances. 3.11 REMOVAL OF WATER A. Removal of water shall be accomplished as specified hereinbefore. , 3.12 TRENCH STABILIZATION A. If the material in the bottom of the trench is unsuitable for supporting the pipe, excavate below the flow line to remove the unsuitable material, and backfill to the required grade with TRENCH STABILIZATION MATERIAL as specified hereinbefore. Unsuitable material is material which is not capable of supporting the pipe base material, pipe and/or backfill (i.e., organics, mud, large rocks, trash, etc.). 3.13 BASE FOR PIPE 1 A. Place a minimum 4 -inch thickness of GRANULAR PIPE BASE of the type hereinbefore specified. Place for the full width of the trench with the top of the granular base at flow line grade. Bed the pipe in the granular base so that the flow line is at the required grade and elevation. Place and finish the gravel base to grade ahead of the pipe laying operation. Place GRANULAR PIPE ZONE MATERIAL to a level 6 -inches above the top of the pipe. 3.14 TRENCH BACKFILL AT PIPE ZONE I A. Backfill the pipe zone to 6 inches above the outside of the pipe for the full width of the trench with granular pipe zone material as specified hereinbefore. Place in the trench in horizontal lifts not exceeding 6 inches in un-compacted thickness on both sides of the pipe. Thoroughly tamp and supplement by walking in the material. Use particular attention in placing material on the underside of the pie to provide a solid backing and to prevent lateral movement during the final backfilling procedure. 3.15 TRENCH BACKFILL ABOVE THE PIPE ZONE A. In trenches under all structures, sidewalks, county roads, piping, and similar facilities, except where specifically shown, deposit GRANULAR FILL (Class 7 Base), 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. ' FY022104 Executive Hangar Complex 02200 -8 t I I I B. In other areas the excavated trench material may be used for backfill. Push by mechanical means, first onto the slope of the backfill previously placed and allow to roll down into the trench. Do not allow free fall of the material into the open trench. Under no circumstances allow sharp, heavy pieces of material to drop directly onto the pipe or the material in the pipe zone. Backfill material shall not exceed 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. ' 3.16 SITE GRADING I [_1 I 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 trimmed. Overexcavating and backfilling to the proper grade will not be acceptable. Finished site grading will be reviewed by the Engineer. 1 3.17 DISPOSAL OF EXCESS EXCAVATION I I I I. I I I 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. 3.18 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. 3.19 PAYMENT A. Payment for the work in this section will be included as part of the unit price bid amounts stated in the Proposal. I0RI1XIIt9D["9[17ii ' FY022104 Executive Hangar Complex 02200 - 9 I I I I I I I I SECTION 02444 CHAIN LINK FENCE PART1 GENERAL 1.01 SCOPE A. This section covers the work necessary for temporarily removing, then reinstalling the chain link fence and a new gate near the vicinity of blower building construction area. 1.02 GENERAL A. Like items of materials provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, maintenance, and replacement. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. 1.04 REFERENCE STANDARDS A. Specification of Metallic -Coated Steel Chain Link Fence Fabric, published by Chain Link Fence Manufacturers Institute, Washington, DC 20036. ' PART 2 MATERIALS ' 2.01 GENERAL I I I I 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. Products of other manufacturers will be considered in accordance with the General Conditions. B. Where the existing materials cannot be reused, new materials and products of recognized, reputable manufacturers shall be used. Recoiled, or regalvanized materials are not acceptable. C. All materials shall be hot -dip galvanized after fabrication. Posts and other appurtenances shall have a minimum zinc coating of 1.2 ounces per square foot of surface. IFY022104 Executive Hangar Complex Section 02444 - 1 0 I D. Aluminum -coated fabric and wire may be substituted for the galvanized fabric and wire. Aluminum coating shall be not less than 0.40 ounce per square foot, complying with ASTM A 491, Class lI. I 2.02 FABRIC A. Chain link fence fabric, six foot in height, woven of No. 9 gauge wire in 2 -inch I diamond -mesh pattern, salvages twisted and barbed, galvanized after weaving with 1.2 ounce zinc coating conforming to ASTM A 392. 2.03 POSTS A. Federal Specification RR -F-191, fence, posts, gates, and accessories, except as 1 hereinafter modified. Standard lengths for setting in ground or in concrete as required for conditions shown. 2.04 LINE POSTS A. Use galvanized 2 -1/2 -inch outside diameter, Schedule 40 steel pipe, weight 3.65 pounds per linear foot. 2.05 END, CORNER, ANGLE, AND PULL POSTS ' A. For end, corner, angle, and pull posts, use 2.875 -inch outside diameter standard weight steel pipe, weight 5.79 pounds per linear foot. I 2.06 POST TOPS A. Post tops shall be pressed steel, or malleable iron, designed as a weathertight closure cap for tubular posts. Provide one cap for each post, unless equal protection is afforded by combination post top cap and barbed wire supporting arm where barbed ' wire is required. Where top rail is used, provide tops to permit passage of top rail. 2.07 TENSION WIRE A. Tension wire shall be zinc- or aluminum -coated coil spring steel wire not less than No. 7 -gauge (0.177 inch in diameter). Provide tie clips of manufacturer's standard as approved for attaching the wire to the fabric, at intervals not exceeding 24 inches. ' 2.08 STRETCHER BARS A. Stretcher bars shall be one-piece lengths equal to full height of fabric with a I minimum cross-section of 3/16 inch by 3/4 inch. Provide one stretcher bar for each gate and end post and two for each comer and pull post. 2.09 STRETCHER BAR BANDS A. Bar bands shall be heavy -pressed steel, spaced not over 15 inches on center to secure , stretcher bars to tubular end, corner, pull, and gate posts. FY022104 Executive Hangar Complex Section 02444 -2 1 2.10 TOP RAIL I I 11 I I 7 I I A. Not less than 18 -foot long tubular steel, 1 -5/8 -inch outside diameter, weight 2.27 pounds per linear foot. Couplings to be outside -sleeve type and at least 6 inches long. Provide springs at one coupling in five to permit expansion in rail as recommended by the manufacturer. Top rail to extend through line post tops to form continuous brace from end -to -end of each stretch of fence. 2.11 BRACES A. Brace pipe shall be of the same material as the top rail and shall be installed midway between the top rail and extend from the terminal post to the first adjacent line post. Braces shall be securely fastened to the posts by heavy -pressed steel and malleable fittings, then securely trussed from line post to base of terminal post with a 3/8 -inch truss rod and tightener. 2.12 FITTINGS A . Malleable steel, cast iron, or pressed steel, as required. Fittings to include extension arms for barbed wire, stretcher bars and clamps, clips, tension rods, brace rods, hardware, fabric bands and fastenings, and all accessories. Provide 45 -degree bracket type supports to accommodate three strands of barbed wire. 2.13 BARBED WIRE A. Four -point pattern with two strands of No. 12-1/2 gauge wire, and 1 -inch barbs 5 inches apart. Zinc -coated barbed wire shall conform to ASTM A 121; aluminum -coated barbed wire to ASTM A 585. PM�K�3`►L�3:7�lIM�I A. Materials as specified in Section 03300, CONCRETE. Proportions shall be 1:2:4. Compressive strength shall not be less than 2,000 psi at 28 days. PART 3 EXECUTION ' 3.01 INSTALLATION A. Installation of fencing shall meet the requirements of ASTM F 567. I I I B. Erect fencing in straight lines between angle points by skilled mechanics experienced in this type of construction. Erect in accordance with the manufacturer's recommendations as approved and with these Specifications. Post holes shall be a minimum depth of 3 feet below finished grade. Holes for line posts shall be 9 inches in diameter. Holes for gate, corner, and pull posts shall be 16 inches in diameter. Space posts not more than 10 feet on centers and in true lines. Set posts plumb and to a depth of 2 feet 10 inches. Fill remainder of hole with concrete to extend around the posts to a point 2 inches above finished grade. The top surface shall have a crown watershed finish. After concrete has set, install accessories. Fasten chain link FY022104 Executive Hangar Complex Section 02444 - 3 I fabric to end posts with stretcher bars and clamps and to line posts and top rail with wire or bands at approximately 14 -inch centers and 24 -inch centers, respectively. The top rail of the fence shall be at the top of the fabric. Install three strands of barbed wire on the brackets, tighten, and secure at each bracket. Brace gate posts diagonally to adjacent line posts to ensure stability. Hang gates and adjust all hardware so that gates operate satisfactorily from open or closed position. C. Fencing subcontractor shall not leave the plant site while an opening exists in the site fencing. Provide temporary fencing at the new gate location until the gate posts are set and the gates are installed. 3.02 CLEANUP A. Upon completion of the fence installation, clean up all waste material resulting from the operation. 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 C1 Li I IJ ri S I I I I I I I nfl FY022104 Executive Hangar Complex Section 02444 -4 .1 I I PART1 GENERAL SECTION 02480 ' 1.01 RELATED DOCUMENTS I A. Drawings and general provisions of the Contract including GENERAL and SUPPLEMENTAL CONDITIONS, SPECIAL PROVISIONS, and GENERAL REQUIREMENTS sections apply to the Work specified in this section. ' 1.02 DESCRIPTION [1 CJ I I I L I I I I I I A. This work consists of furnishing and installing all planting materials required for landscaping hereinafter specified in locations as shown. 1.03 EQUIPMENT A. Maintain all equipment, tools and machinery while on the project in sufficient quantities and capacity for proper execution of the work. 1.04 RELATED SECTIONS A. Stripping Topsoil and Stock Piling: Section 02200 — Earthwork, Trench Excavation and Backfill 1.05 SUBMITTALS A. Samples: Submit the following samples for approval before work is started: 1. Inert Mulch ------------- 5 pounds of each type to be used. 2. Organic Mulch ----------- 5 pounds of each type to be used. B. Certificates of Conformance or Compliance: Before delivery, notarized certificates attesting that the following materials meet the requirements specified shall be submitted to the Resident Engineer for approval: 1. Fertilizers 2. Lime 3. Seed 4. Sod 5. Asphalt Adhesive C. Manufacturer's Literature and Data: 1. Erosion control materials 2. Hydro mulch I FY022104 Executive Hangar Complex Section 02480-1 1.06 DELIVERY AND STORAGE A Delivery: 1. Deliver fertilizer and lime to the site in the original, unopened containers bearing the manufacturer's guaranteed chemical analysis, name, trade name or trademark, and in conformance to state and federal law. In lieu of containers, fertilizer and lime may be furnished in bulk and a certificate indicating the above information shall accompany each delivery. 2. During delivery: Protect sod, from drying out and seed from contamination. , B. Storage: 1. Sprinkle sod with water and cover with moist burlap, straw or other approved covering, and protect from exposure to wind and direct sunlight. Covering should permit air circulation to alleviate heat development. 2. Keep seed, lime, and fertilizer in dry storage away from contaminants. 1.07 TURF ESTABLISHMENT AND GUARANTEE PERIOD A. All work shall be in accordance with the terms of the Paragraph, "Guaranty" of Section GENERAL CONDITIONS, including the following supplements: B. Establishment period for turf shall begin immediately after installation with the approval of the Engineer and continue until acceptance at the final inspection. During the Turf Establishment Period the Contractor shall: Water all turf to maintain an adequate supply of moisture within the root zone. An adequate supply of moisture is the equivalent of one inch of absorbed water per week either through natural rainfall or augmented by periodic waterings. Apply water at a moderate rate so as not to flood the turf. 2. Provide the following turf establishment: a. Eradicate weeds, water, fertilize, overseed and perform any other operation necessary to promote the growth of grass. I I I b. Replant areas void of turf one square foot and larger in area. I c. Mow the new lawn. Mowing shall continue until the Owner performs a final inspection. The final inspection shall not relieve the Contractor of responsibility for mowing the lawn at least three times. Begin mowing when grass is four inches high. Mow to a 2-1/2 inch height. C. The One Year Turf Guarantee Period will begin on the date that the Owner performs a final inspection. All turf work shall have been completed, located and installed according to the plans and specifications, and all turf shall be in a living and healthy condition at the time of final inspection. I I I I FY022104 Executive Hangar Complex Section 02480-2 1 I I I I 11 Cl I I I I I I I D. Termination of the Turf Establishment and Guarantee Period: 1. The Owner will inspect all turf at the end of the One Year Guarantee Period. The Establishment And Guarantee Period will end on the date of this inspection provided the Contractor has complied with the work required under the Turf Establishment Period. The Contractor shall also comply with the following requirements: a. Repair damage caused while making turf replacements. 1.08 APPLICABLE PUBLICATIONS A. The publications listed below, form a part of this specification to the extent referenced. The publications are referenced in the text by basic designation only. B. Federal Specifications (Fed. Spec.): O-F-241D................Fertilizers, Mixed, Commercial C. Hortus Third, A Concise Dictionary of Plants Cultivated in the U.S. and Canada, MacMillan Publishing Co. 1970. D. American Society For Testing And Materials (ASTM) Publications: C136 -Rev 84.............Sieve or Screen Analysis of Fine and Coarse Aggregates D977-86 ..................Emulsified Asphalt D2028-76.................Liquid Asphalt (Rapid-curring Type) E. American Sod Producers Association, Inc. (ASPA): Guideline Specifications for Sodding (updated) F. U. S. Department of Agriculture Federal Seed Act of August 9, 1939: 53 Stat. 1275.....Rules and Regulations PART 2 PRODUCTS 2.01 GENERAL A. All turf material will conform to the varieties specified or shown in the plant list and be true to botanical name as listed in Hortus Third. ' 2.02 TOPSOIL I I I A. Topsoil shall be a well -graded soil of good uniform quality. It shall be a natural, friable soil representative of productive soils in the vicinity. Topsoil shall be free of admixture of subsoil, foreign matter, objects larger than one inch in any dimension, toxic substances, weeds and any material or substances that may be harmful to plant growth and shall have a pH value of not less than 5.0 nor more than 7.5. FY022104 Executive Hangar Complex Section 02480-3 IJ 2.03 2.04 B. Material to be obtained from stockpiles established under Section 02200, EARTHWORK, subparagraph, Stripping Topsoil, and shall meet the general requirements as stated above. Topsoil not meeting the pH range specified shall be amended by the addition of pH Adjusters. C. If sufficient topsoil is not available on the site to meet the depth as specified herein, the Contractor shall furnish additional topsoil. At least 10 days prior to topsoil delivery, notify the Engineer of the source(s) from which topsoil is to be furnished. Obtain topsoil from well drained areas. Additional topsoil shall meet the general requirements as stated above and comply with the requirements specified in Section 01410, TESTING. Topsoil not meeting the pH range specified shall be amended by the addition of pH adjusters. A. Lime shall be agricultural limestone containing not less than 85 percent calcium and magnesium carbonates, and shall be ground to such fineness that at least 50 percent will pass through a 100 -mesh sieve and at least 98 percent will pass through a 20 -mesh sieve. TURF FERTILIZER I I [1 L I n �I Li A. Fertilizer shall be commercial grade, free flowing, uniform in composition, and shall conform to applicable state and federal regulations. Granularfertilizer shall conform to Fed. Spec. O -F-241, Type I, Class 2 and shall bear the manufacturer's guaranteed statement of analysis. Granular fertilizer shall contain a minimum percentage by weight of 13 percent nitrogen (of which 50 percent shall be organic), 13 percent available phosphoric acid, and 13 percent potash. Liquid starter fertilizer for use in the hydro seed slurry will be commercial type with 50 percent of the nitrogen in slow release form. 2.05 MULCH , A. Mulch shall be free from deleterious materials and shall be stored as to prevent , inclusion of foreign material. B. Organic mulch materials shall be straw from oats, wheat, rye, barley, or rice that are free from noxious weeds, mold or other objectionable material. Straw shall be in an air-dry condition and suitable for placing with blower equipment. 2.06 ASPHALT ADHESIVE A. Asphalt adhesive for application with straw mulch shall be liquid asphalt conforming to ASTM D2028, designation RC -70, or emulsified asphalt conforming to ASTM D977, Grade RS -1. I I FY022104 Executive Hangar Complex Section 02480-4 ' I ' 2.07 WATER I I I I I I I JI [1 I I A. Water shall not contain elements toxic to plant life. It shall be obtained as specified in GENERAL REQUIREMENTS, paragraph, Temporary Services at no cost to the Contractor. 2.08 SEED A. Seed shall be state -certified seed of the latest season's crop and shall be delivered in original sealed packages bearing the producer's guaranteed analysis for percentages of mixtures, purity, germination, weed seed content, and inert material. Seed shall be labeled in conformance with U. S. Department of Agriculture rules and regulations under the Federal Seed Act and applicable state seed laws. Seed that has become wet, moldy, or otherwise damaged will not be acceptable. Onsite seed mixing shall be done only in the presence of the Resident Engineer. Seed mixtures shall be proportioned by weight as follows: NAME OF GRASS (Botanical and Common) Percent by Weight Cool Season: Triad Fescue Warm Season: Bermuda 98% Percent Germination Maximum Percent Weed Seed 85% 5% 2.09 SOD A. Sod shall be approved sod as classified in the ASPA Guideline Specifications for Sodding. The composition of the grass species in the sod shall be as follows: (Botanical and Common Name) Bermuda B. Sod around drainage structures as shown on the drawings. C. Quality shall conform to ASPA Guideline Specifications for Sodding. ' 2.10 HERBICIDES I A. All herbicides shall be properly labeled and registered with the U.S. Department of Agriculture. All herbicides shall be kept in the original labeled containers indicating the analysis and method of use. IPART 3 EXECUTION I I 3.01 TURF INSTALLATION SEASONS AND CONDITIONS A. Perform operations within the following dates: From March to August for warm season grass and from September to December for cool season grass but not before irrigation system installed, tested and approved. IFY022104 Executive Hangar Complex Section 02480-5 I 3.02 3.03 3.04 3.05 3.06 B. No work shall be done when the ground is frozen, snow covered, too wet or in an otherwise unsuitable condition for planting. Special conditions may exist that warrants a variance in the specified planting dates or conditions. A written request shall be submitted to the Engineer stating the special conditions and proposal variance. RESTORATION AND CLEAN-UP A. Remove excess and waste material daily. When turf work in an area has been completed, clear the area of all debris, spoil piles, and containers. Where existing or new turf areas have been damaged or scarred during construction operations, restore disturbed area to their original condition. Clear all other paved areas when work in adjacent areas is completed. TILLAGE A. After the areas required to be turf have been brought to the grades as specified, if the areas are less than a 3:1 slope ratio, thoroughly till to a depth of at least four inches by scarifying, disking, harrowing, or other approved methods. Remove all debris and stones larger than one inch remaining on the surface after tillage. To minimize erosion, areas of 3:1 slope ratio or greater shall not be tilled. Scarify these areas to a one inch depth and remove debris. FINISH GRADING A. Prior to placing topsoil the subgrade shall be scarified to a 4 -inch depth for bonding of topsoil with subsoil. Spread the topsoil evenly to a minimum depth of four (4) inches. Do not spread topsoil when frozen or excessively wet or dry. Correct irregularities in finished surfaces to eliminate depressions. Protect finished topsoil areas from damage by vehicular or pedestrian traffic. Lawn work shall be accomplished only after areas are brought to finished grade. APPLICATION OF FERTILIZER AND LIMESTONE FOR TURF AREAS A. Apply turf fertilizer at the rate of fourteen (14) pounds per 1,000 square feet. In addition, adjust soil acidity and add soil conditioners as required herein for suitable topsoil under PART 2, Paragraph, TOPSOIL. B. Spread limestone at the rate of 140 pounds per 1,000 square feet. C. Incorporate fertilizers and limestone into the soil to a depth of at least four inches and incorporate these as part of the tillage operation specified. Immediately before any turf work, the soil shall be restored to an even condition. MECHANICAL SEEDING P. I I I I I Ti Li I I E I I A. Broadcast seed by approved sowing equipment at the rate of 10 pounds per 1,000 ' square feet. Sow one half of the seed in one direction, and the remainder sown at I FY022104 Executive Hangar Complex Section 02480-6 ' E, I I I I I I I I I I II I I CI [1 I I right angles to the first sowing. Cover seed to an average depth of 1/4 -inch by means of spike -tooth harrow, cultipacker, or other approved device. B. Immediately after seeding, the entire area shall be firmed with a roller not exceeding 150 pounds for each foot of roller width. Where seeding is performed with a cultipacker-type seeder or where seed is applied in combination with hydro -mulching, rolling will not be required. C. Immediately after preparing the seeded area, an organic mulch of straw shall be evenly spread by hand or by approved mechanical blowers at the rate of 2 tons per acre. Application shall allow some sunlight to penetrate and air to circulate but also reduce soil and seed erosion and conserve soil moisture. Anchor mulch by either a mulch tiller, asphalt emulsion, twine, or netting. 3.07 HYDROSEEDING A. When hydroseeding, mix the seed and slow release starter fertilizer, or the seed, fertilizer, lime when required and approved wood cellulose mulch material in the required amount of water to produce a homogeneous slurry and then uniformly apply slurry under pressure at the following rate. Slurry shall consist of 10 pounds of seed and 15 pounds of turf fertilizer in 800 gallons of water per 1,000 square feet. When using wood cellulose mulch, incorporate it as an integral part of the slurry mix after the seed and fertilizer have been thoroughly mixed. Apply the slurry mix at the rate of 71 pounds per 1,000 square feet (dry weight). B. Fertilizer and ground limestone will be incorporated into the finish grade regardless if hydroseeding is applied. 3.08 SODDING A. Accomplish sodding in accordance with the ASPA Guideline Specifications for Sodding. Lay sod at right angles to slope or the flow of water. On slope areas, start at the bottom of the slope. B. After completing the sodding operation, blend the edges of the sodded area smoothly into the surrounding area. 3.09 WATERING A. Apply water to the turf areas immediately following installation at a rate sufficient to ensure thorough wetting of the soil to a depth of at least four inches. Initially water to keep seed moist. As seeds germinates and grass grows, increase depth of watering. Therefore so soil can be watered to a depth of four (4) inches. Supervise watering operation to prevent run-off. Supply all pumps, hoses, pipelines, and sprinkling equipment. Repair all areas damaged by water operations. 3.10 PROTECTION OF TURF AREAS A. Immediately after installation of the turf areas, protect against traffic or other use by erecting barricades, as required, and placing approved signs at appropriate intervals until final acceptance. FY022104 Executive Hangar Complex Section 02480-7 i • 1 1 3.11 ENVIRONMENTAL PROTECTION 1 A. All work and Contractor operations shall comply with the requirements of the General Requirements. 1 3.12 FINAL CLEAN-UP A. Remove all debris, rubbish and excess material from the Station. 1 3.13 METHOD OF MEASUREMENT A. The quantity of lime to be paid for shall be per acre of seeding delivered, completed and accepted. B. The quantity of second seeding to be paid for shall be the number of acres measured on the ground surface, completed and accepted. C. The quantity of mulching to be paid for shall be the number of acres measured on the ground surface, completed and accepted. D. The quality of solid sodding shall be measured as the number of square yards of sod installed, completed and accepted. 3.14 BASIS OF PAYMENT i A. Payment for lime shall be subsidary to seeding. B. Payment for second seeding shall be made at the contract unit price per acre or fraction thereof. The price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. C. Payment for water shall be considered subsidary to the seeding. 1 END OF SECTION I I I I I FY022104 Executive Hangar Complex Section 02480-8 1 I h I SECTION 02500 ASPHALT AND GRAVEL SURFACING PARTI GENERAL 1.01 SCOPE A. This section covers the work necessary for the construction of asphalt and gravel driveway surfacing, and incidental work, complete. ' 1.02 STANDARD SPECIFICATIONS I I A. Where the term "Standard Specifications" is used, such reference shall mean the 1996 edition of Arkansas Highway and Transportation Department Standard Specifications. Where reference is made to a specific part of the Standard Specifications, such applicable part shall be considered as part of this section of the Specifications. In case of a conflict between the requirements of the Standard Specifications and this section, the requirements herein shall prevail. ' 1.03 RELATED WORK SPECIFIED IN OTHER SECTIONS A. Section 02200 — Earthwork, Trench Excavation and Backfill. C1 I [1 I Li I I I 1.04 SUBMITTALS DURING CONSTRUCTION A. Prior to the delivery of specified aggregate to the site, the Contractor shall submit samples of the material for the Engineer's approval. Samples shall be typical of materials to be furnished from the proposed source and in conformance with the specified requirements. B. Prior to the delivery of asphalt materials and paving mixes to the site, the Contractor shall submit certificates of compliance of such materials with these Specifications. C. Where laboratory testing is specified herein for submittals, the Contractor shall employ an independent testing laboratory to conduct such tests and submit certificates of the test results to ensure Specification conformance. D. The costs for submittals shall be included in the price(s) quoted for the work under this section. ' FY022104 Executive Hangar Complex Section 02500 -1 PART II MATERIALS 2.01 BASE COURSE , A. Gravel for the base course shall be clean, hard, durable, pit -run crushed stone which is reasonably graded from coarse to fine. Base course shall conform to Section 303 for Class 7 Base of the Standard Specifications for Highway Construction and compacted as specified herein. 2.02 PRIME COAT , A. Asphalt to be used for a prime coat shall be Emulsified Petroleum Resin (EPR-1), ' diluted 3:1. 2.03 TACK COAT A. Asphalt emulsion conforming to ASTM D 977 orD 2397, unless otherwise specified. 2.04 ASPHALT SURFACE COURSE ' A. Asphalt Surface Course for paving the designated area shall be Type III hot -plant mix and all materials shall conform to the requirements of Section 407 of the Standard Specifications for Highway Construction. Portions of the referenced specification that are obviously not applicable for the type of work to be done shall be disregarded. ' 2.05 GRAVEL SURFACING A. Material for gravel surfacing where shown on the drawings shall be the same as for , base course beneath the asphalt paving as specified Article 2.01. PART III EXECUTION 3.01 CONSTRUCTION PROCEDURE ' A. Trench backfill shall be as specified in Section 02200, EARTHWORK. B. Replace all bituminous pavement damaged under this Contract with like materials. C. In addition to the requirements set forth herein, the work shall conform to the applicable workmanship requirements of the AHTD Standard Specifications referenced heretofore. 3.02 REMOVAL OF EXISTING PAVEMENT ' A. Remove existing asphalt pavement to the limits shown on the drawings. Dispose of this material off -site. 1 FY022104 Executive Hangar Complex Section 02500 -2 I I I I B. Provide a neat saw cut edge where new asphalt pavement adjoins or abuts existing asphalt pavement which is to remain. See the drawings for the limits. 3.03 PREPARATION OF EXISTING ROADWAY/SUBGRADE A. Bring subgrade to proper grade and cross section shown by means of a blade grader or other suitable equipment. The finished subgrade shall provide a satisfactory base for the road and be acceptable to the Engineer. ' 3.04 ASPHALT LEVELING COURSE I Il C] I I I I I I I A. Not used. 3.05 PRIME COAT A. The prime coat shall be applied when asphalt placed is less than 4" in accordance with Section 403 of the referenced specification at the rate of 0.20- to 0.30 -gallon per square yard of surface area. The exact amount is to be determined by the Engineer. ti1i;K�J`►I.DIY:i�I�Y1[7i:[] I.Y�:/_\MI[K0]�[K:791tI •7:��IMIMI�I►YY A. Lay asphalt surface course over the base course on a single lift and the compressed depth shall be 3 -inches. The method of proportioning, mixing, transporting, laying, processing, rolling the material, and the standards of workmanship shall conform to the applicable requirements of Section 408 of the Standard Specifications. B. The Engineer will examine the base before the paving is begun and bring any deficiencies to the Contractor's attention to be corrected before the paving is started. Roll the lift of the asphalt concrete and compact to 92% of the maximum theoretical density for type 2 mix. The grade, line, and cross section of the finished surface shall conform to the Drawings. 3.07 WEATHER CONDITIONS A. Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall, sand or dust storms, or any imminent storms that might adversely affect the construction. The Engineer will determine when surfaces and material are dry enough to proceed with construction. Asphalt concrete shall not be placed (1) when •the atmospheric temperature is lower than 40 degrees F, (2) during heavy rainfall, or (3) when the surface upon which it is to be placed is frozen or wet. Asphalt for prime coat shall not be applied when the surface temperature is less than 50 degrees F. Exceptions will be permitted only in special cases and only with prior written approval of the Engineer. ' 3.08 CONTRACTOR'S RESPONSIBILITY I I A. Settlement of replaced pavement over trenches within the warranty period shall be considered the result of improper or inadequate compaction of the subbase or base materials. The Contractor shall promptly repair all pavement deficiencies noted during the warranty period at the Contractor's sole expense. FY022104 Executive Hangar Complex Section 02500 -3 3.09 I:" GRAVEL SURFACING Where required by the Drawings, and where necessary to match existing surfaces, place gravel surfacing material, as specified herein, driveways, and other graveled areas disturbed by the construction. Spread by tailgating and supplement by hand labor where necessary. Level, grade, and compact the gravel surfacing to conform to existing grades. CLEANUP Clean up all debris and unused materials from the paving operation. Clean all surfaces that have been spattered or defaced as a result of the paving operation. PAYMENT Payment for the work under this section will be included as part of the unit price bid amount stated in the Proposal. END OF SECTION FY022104 Executive Hangar Complex Section 02500-4 SECTION 02514 CONCRETE CURBS AND SIDEWALKS Construction of concrete curbs and sidewalks. RELATED SECTIONS Section 02300 - Site Earthwork. American Concrete Institute, 22400 W. Seven Mile Road, Detroit, Michigan 48219. 1. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete. American Society for Testing and Materials, 1961 Race Street, Philadelphia, Pennsylvania 19103. 1. ASTM C94 - Specification for Ready -Mixed Concrete. 2. ASTM C309 - Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 3. ASTM D698 - Test Methods for Moisture -Density Relations of Soils and Soil - Aggregate Mixtures, Using 5.5 -lb (2.49 -kg) Rammer and 12 -in (304.8 -mm) Drop. 4. ASTM D994 - Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type). SUBMITTALS Submit complete information regarding concrete mix to Engineer for review in accordance with the requirements of ASTM C94, Alternate 2. CURB FORMS 2 -inch dressed dimension lumber or metal of equal strength, free from defects that would impair appearance or structural quality of completed curb. 1. Metal forms: Subject to approval of Engineer. Short -Radius Forms: 1 -inch dressed lumber or plywood. Curb Face: No horizontal joints in form material closer than 7 inches from top of curb. FY022104 Executive Hangar Complex D. Stakes and Bracing Materials: Provide as required to hold forms securely in place. 2.02 SIDEWALK FORMS ' A. 2 -inch dressed lumber, straight and free from defects, or standard metal forms. B. Short -Radius Forms: 1 -inch dressed lumber or plywood. C. Stakes and Bracing Materials: Provide as required to hold forms securely in place. ' 2.03 CRUSHED ROCK BASE A. Clean gravel or crushed rock conforming to requirements for granular fill as specified in Section 02300. 2.04 EXPANSION JOINT FILLER A. 1/2 -inch thick preformed asphalt -impregnated expansion joint material conforming to ASTM D994. 2.05 CONCRETE A. Ready mixed conforming to ASTM C94, Alternate 2. ' B. Compressive Strength: 3,000 psi at 28 days. C. Maximum Size of Aggregate: 1 -1/2 -inch. D. Slump: 2 to 4 inches. , 2.06 CURING COMPOUND A. Liquid membrane -forming, clear or translucent, suitable for spray application. B. Conform to ASTM C309, Type 1. 1 2.07 ACCEPTANCE OF MATERIALS , A. All materials shall be subject to inspection for suitability, as the Engineer may elect, prior to or during incorporation into the work. , PART 3. EXECUTION 3.01 EXCAVATION AND BACKFILL ' A. Excavate and backfill in accordance with Section 02300. FY022104 Executive Hangar Complex 02514-2 ' 3.02 PREPARATION OF SUBGRADE A. Bring the areas on which curbs and sidewalks are to be constructed to required grade on ' undisturbed ground and compact by sprinkling and rolling or mechanical tamping. B. As depressions occur, refill with suitable material and recompact until the surface is at the proper grade. C. Compact subgrade to 95 percent of maximum density at optimum moisture content as determined by ASTM D698. 3.03 PLACING CRUSHED ROCK BASE ' A. After subgrade for curbs is compacted and at proper grade, spread at least 4 inches granular fill and compact to at least 95 percent of maximum density as determined by ' ASTM D698. ' B. Sprinkle with water and compact by rolling or other method. C. Top of compact granular fill shall be at proper level to receive concrete. 3.04 SETTING FORMS IA. Construct forms to the shape, lines, grades, and dimensions called for on the Drawings. B. Stake wood or metal forms securely in place, true to line and grade. IC. Brace forms to prevent change of shape or movement in any direction resulting from the weight of the concrete during placement. D. Construct short -radius curved forms to exact radius. E. Tops of forms shall not depart from grade line more than 1/8 inch when checked with a 10 -foot straightedge. F. Alignment of straight sections shall not vary more than 1/8 inch in 10 feet. 3.05 CURB CONSTRUCTION A. Construct curbs to line and grade shown or established by the Engineer, and conform to the details shown. B. Place, process, finish, and cure concrete in conformance with this Section and the applicable requirements of ACI 614. Wherever requirements differ, the more stringent shall govern. ' FY022104 Executive Hangar Complex 02514-3 C. Placement of Preformed Asphalt -Impregnated Expansion Joints: 1. At intervals not exceeding 40 feet. , 2. Beginning and end of curved portions of the curb. 3. Connections to existing curbs. D. Contraction Joints: ' 1. Place at intervals not exceeding 10 feet. 2. Open type joint. 3. Provide by inserting thin, oiled steel sheet vertically in fresh concrete to force coarse aggregate away from joint. 4. Steel sheet shall be inserted the full depth of the curb. 5. After initial set has occurred in the concrete and prior to removing the front curb form, steel sheet shall be removed with a sawing motion. E. As soon as concrete has set sufficiently to support its own weight, remove the front form and finish all exposed surfaces. 1. Finish top of curb with a steel trowel. 2. Finish edges with a steel edging tool. 3. Rub formed.faces with burlap sack or similar device to produce a uniformly textured surface, free from form marks, honeycomb, and other defects. ' F. Curing: ' 1. Upon completion of finishing, apply approved curing compound to exposed surfaces of curb. 2. Curing shall continue for a minimum of 5 days. G. Backfilling Curb: Upon completion of curing period, but not before 7 days has elapsed since pouring the concrete, backfill the curb as specified in Section 02300. ' H. Adjusting: 1. Finished curb shall present a uniform appearance for both grade and alignment. 2. Remove curb sections showing abrupt changes in alignment or grade or which are more than 1/4 inch away from location as staked or which are defective for any reason. 3. Construct new curb at Contractor's expense. 3.06 SIDEWALK CONSTRUCTION A. Thickness of sidewalks shall be as shown on the Drawings. B. Place, process, finish, and cure concrete in conformance with this Section and the applicable requirements of ACI 614. Where the requirements differ, the more stringent ' shall govern. I FY022104 Executive Hangar Complex 02514-4 ' C. Placement of Preformed Asphalt Expansion Joints: 1. Where sidewalk ends. 2. Around posts, poles, or other objects protruding through the sidewalk. 3. At maximum intervals of 30 feet. D. Contraction Joints: 1. Provide transversely to the walks at an interval equal to the sidewalk width. 2. 1/8 -inch by 1 -inch weakened plane joints shall be sawcut at right angles to the surface of the walk within 24 hours of placement. E. Finish: 1. Broom surface with fine hair broom at right angles to length of walk and tool at all edges, joints, and markings. F. Curing: 1. Upon completion of finishing, apply an approved curing compound to exposed surfaces. 2. Protection sidewalk from damage for period of 7 days. END OF SECTION FY022104 Executive Hangar Complex 02514-5 [] SECTION 02600 PORTLAND CEMENT CONCRETE PAVING PART 1. - GENERAL 1.01 SCOPE A. Construction of concrete curbs, gutters, sidewalks, and streets. fasia'7nvvs ia`l sw llli]`►69 A. Section 02100 - Site Preparation. B. Section 02200 - Earthwork. C. Section 02225 - Trench Excavation, Backfill, and Compacting. D. Section 03210 - Reinforcing Steel. E. Section 03251 - Expansion, Construction, and Contraction Joints. F. Section 03330 - Cast -in -Place Concrete. 1.03 REFERENCES A. American Concrete Institute, 22400 W. Seven Mile Road, Detroit, Michigan 48219. 1. ACI 614. B. American Society for Testing and Materials, 1961 Race Street, Philadelphia, Pennsylvania 19103. 1. ASTM C94 - Specification for Ready -Mixed Concrete. 2. ASTM C309 - Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 3. ASTM D698 - Test Methods for Moisture -Density Relations of Soils and Soil - Aggregate Mixtures, Using 5.5 -lb (2.49 -kg) Rammer and 12 -in (304.8 -mm) Drop. 4. ASTM D994 - Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type). 1.04 SUBMITTALS A. Submit complete information regarding concrete mix to Engineer for review in accordance with the requirements of ASTM C94, Alternate 2. FY022104 Executive Hangar Complex 02600- 1 PART 2 - PRODUCTS 2.01 CRUSHED ROCK BASE A. Clean gravel or crushed rock conforming to requirements for granular fill as specified in Section 02200. 2.02 EXPANSION JOINT FILLER A. 1/2 -inch thick preformed asphalt -impregnated expansion joint material conforming to ASTM D994. 2.03 CONCRETE A. Ready mixed conforming to ASTM C94, Alternate 2. B. Compressive Strength: 3,500 psi at 28 days. C. Maximum Size of Aggregate: 1 -1/2 -inch. , D. Slump: 2 to 4 inches. ' 2.04 CURING COMPOUND A. Liquid membrane -forming, clear or translucent, suitable for spray application. t B. Conform to ASTM C309, Type 1. 2.05 ACCEPTANCE OF MATERIALS A. Materials shall be subject to inspection for suitability by the Engineer prior to or during incorporation into the work. PART 3- EXECUTION 3.01 EXCAVATION AND BACKFILL ' A. Excavate and backfill in accordance with Section 02200. , 3.02 PREPARATION OF SUBGRADE A. Bring the areas where curbs and sidewalks are to be constructed to required grade on undisturbed ground and compact by sprinkling and rolling or mechanical tamping. FY022104 Executive Hangar Complex 02600 -2 ' I B. As depressions occur, refill with suitable material and recompact until the surface is at the proper grade. C. Compact subgrade on fill to 95 percent of maximum density at optimum moisture content as determined by ASTM D698. 3.03 PLACING CRUSHED ROCK BASE A. After subgrade for sidewalks is compacted and at proper grade, spread granular fill and compact to at least 95 percent of maximum density as determined by ASTM D698. B. Sprinkle with water and compact by rolling or other method. C. Top of compact granular fill shall be at proper level to receive concrete. 3.04 SETTING FORMS A. Construct forms to the shape, lines, grades, and dimensions called for on the Drawings. _ B. Stake wood or metal forms securely in place, true to line and grade. C. Brace forms to prevent change of shape or movement in any direction resulting from the weight of the concrete during placement. D. Construct short -radius curved forms to exact radius. H E. Tops of forms shall not depart from grade line more than 1/8 inch when checked with a 10 foot straightedge. F. Alignment of straight sections shall not vary more than 1/8 inch in 10 feet. fl G. Forms shall be cleaned and oiled thoroughly after each use and before concrete is placed. 3.05 CONCRETE PAVING A. In areas shown to receive concrete paving on the Drawings, concrete shall be placed in accordance with Section 03300. C r END OF SECTION r FY022104 Executive Hangar Complex 02600-3 • 0 B. As depressions occur, refill with suitable material and recompact until the surface is at the proper grade. C. Compact subgrade on fill to 95 percent of maximum density at optimum moisture content as determined by ASTM D698. 3.03 PLACING CRUSHED ROCK BASE A. After subgrade for sidewalks is compacted and at proper grade, spread granular fill and compact to at least 95 percent of maximum density as determined by ASTM D698. B. Sprinkle with water and compact by rolling or other method. C. Top of compact granular fill shall be at proper level to receive concrete. 3.04 SETTING FORMS A. Construct forms to the shape, lines, grades, and dimensions called for on the Drawings. B. Stake wood or metal forms securely in place, true to line and grade. C. Brace forms to prevent change of shape or movement in any direction resulting from the weight of the concrete during placement. D. Construct short -radius curved forms to exact radius. E. Tops of forms shall not depart from grade line more than 1/8 inch when checked with a 10 foot straightedge. F. Alignment of straight sections shall not vary more than 1/8 inch in 10 feet. G. Forms shall be cleaned and oiled thoroughly after each use and before concrete is placed. 3.05 CONCRETE PAVING A. In areas shown to receive concrete paving on the Drawings, concrete shall be placed in accordance with Section 03300. END OF SECTION I I 1 ' FY022104 Executive Hangar Complex 02600- 3 ' 0 SECTION 02672 ' POLYVINYL CHLORIDE (PVC) WATER PIPE AND FITTINGS ' PARTI GENERAL 1.01 SCOPE IA. This Section covers the work necessary to furnish and install, complete, the polyvinyl chloride pipe and fittings specified herein. Materials and installation shall conform to the City of Fayetteville standards. PART H PRODUCTS 2.01 PIPE (8 -inch) A. Manufactured in accordance with ASTM D-2241. Pipe shall be C-900, Class 200. B. Joints shall conform to ASTM D-3139. 2.02 FITTINGS A. Fittings for 8 inch PVC shall be cast iron or ductile iron, mechanical joint. ' 2.03 GASKETS A. As recommended by the pipe manufacturer to conform to the pipe OD. ' 2.04 DETECTABLE TAPE A. Detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness of 0.35 mils solid aluminum foil encased in a protective inert jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2 inches with a medium unit weight of 2'/: pounds / I inch x 1000 feet. The tape shall be color coded and imprinted with message as follows: ' Type of Utility Color Code Legend Water Safety Precaution Blue Caution, Buried Water Line Below PART III EXECUTION 3.01 GENERAL A. All rigid PVC pipe shall be cut, made up and installed in accordance with the pipe manufacturer's recommendations. 1 FY022104 Executive Hangar Complex Section 02672 -1 I 3.02 TRACE WIRE A. Furnish and install a 14 gauge insulated copper trace wire with all PVC pipe. Run wire continuous from valve box to valve box, meter box or other access points. Bring wire up inside boxes in an accessible fashion. Wrap wire around, or tape wire to each pipe section. Join wire segments by soldering or by using approved wire nuts. Pipe testing shall include following trace wire. Any wire breaks or incomplete splices shall be repaired by the Contractor at no additional expense. 3.03 DETECTABLE TAPE ' A. Install detectable tape over the center of the pipe, approximately 24 inches above the top of the pipe. 3.04 TESTING A. All lines shall be hydrostatically tested in accordance with Section 02674. ' B. Use pipe -locating equipment to test continuity of trace wire. The Engineer shall observe and document trace wire test. 3.05 THRUST RESTRAINT A. Install 2,500 psi concrete thrust blocks at all bends, tees, wyes, or other thrust points , on pressure piping. END OF SECTION 1 I I I I I I FY022104 Executive Hangar Complex Section 02672 -2 1 I S SECTION 02674 HYDROSTATIC TESTING OF WATER DISTRIBUTION SYSTEM PARTI GENERAL ' 1.01 SUMMARY A. This Section covers test for water appurtenances and piping. ' B. The City of Fayetteville shall be notified and given the opportunity to observe all testing. 1.02 RELATED SECTIONS ' A. Section 02672 - Polyvinyl chloride (PVC) Water Pipe and Fittings. PART II MATERIALS 2.01 WATER FOR HYDROSTATIC TESTING OF PRESSURE LINES A. Furnish water from the nearest hydrant or other suitable source for testing purposes. PART III EXECUTION 3.01 HYDROSTATIC AND LEAK TESTING OF PRESSURE LINES A. Upon completion of installation, thoroughly clean new pipe: 1. Flush with water to remove dirt, stones, pieces of wood, or other obstructions that may have entered pipe during construction. 2. Flush pipelines at a minimum rate of 2.5 feet per second for a duration suitable to Engineer. ' B. Upon completion of installation, pressure test water pipelines in presence of Engineer and Municipalities Representative. ' C. Provide water into pipeline for testing and flushing, including necessary: 1. Pumps, gages (increment at 10 psi or less), and meters. 2. Plugs and caps. ' 3. Temporary blowoff piping to discharge water. 4. Reaction blocking to prevent pipe movement during testing. FY022104 Executive Hangar Complex Section 02674 - 1 I D. Water source for the pump suction shall be potable water from the distribution system; vessel used shall be approved by the Engineer. E. Prevent contamination of the water distribution system. F. After pipelines or isolated sections of pipelines have been filled with water, increase the pressure to test pressure by means of a pump. G. Test pressure shall be 125 psi or 50 percent above normal operating pressure, whichever is greater. H. Duration of hydrostatic leakage test shall be 2 hours, or as specified by Engineer. I I. Open interior valves, including fire hydrants and other appurtenances, open during tests. J. After the specified test pressure has been applied, the entire pipeline shall be checked in the presence of the Engineer giving particular attention to parts of the pipeline and the appurtenances that are exposed. K. If leaks are apparent, perform corrective work and replace material that is required to remedy the defect and stop the leaks at no extra cost to the Owner. L. If no leaks were apparent or after corrective work has been completed, the pipelines shall be subjected to a leakage test at the pressure specified with a meter inserted in , the test pump discharge line. M. The maximum leakage per hour for ductile iron, PVC, and concrete pipe shall be as calculated from the following formula: Rubber gasket or O-ring joints (iron, PVC, and concrete) L _ ND,r 7400 L = Allowable leakage (gallons per hour) N = Number of joints in pipeline tested D = Nominal diameter (inches) P = Test pressure (psi) N. If test of pipe laid discloses leakage greater than the allowable leakage as calculated from the above formula, locate the leak or leaks and perform corrective work and replace material that is required in order to remedy the defect and stop the leak. FY022104 Executive Hangar Complex Section 02674 - 2 t O. Corrective work shall be approved by the Engineer. END OF SECTION FY022104 Executive Hangar Complex Section 02674 - 3 P I I I I I I i I I 1 1 I I 1 1 I SECTION 02675 DISINFECTION OF WATER DISTRIBUTION SYSTEM PARTI GENERAL 1.01 WORK INCLUDED A. Disinfection of potable water distribution system. B. Test and report results. C. Disinfection sampling shall be coordinated with the City of Fayetteville. 1.02 RELATED WORK A. Section 02672 - Polyvinyl Chloride (PVC) Water Pipe and Fittings. 1.03 REFERENCES A. American Water Works Association, 666 West Quincy Avenue, Denver, Colorado 80235. B. AWWA C651 - Standard for Disinfecting Water Mains (Latest Addition). 1.04 QUALITY ASSURANCE A. Testing Laboratory: Arkansas Department of Health. 1.05 REGULATORY REQUIREMENTS A. Conform to Arkansas Department of Health regulations for Work of this Section. 1.06 PROJECT RECORD DOCUMENTS A. Submit 3 copies of reports. B. Disinfection report; accurately record: 1. Type and quantity of disinfectant used. 2. Date and time of start and completion of disinfectant injection. 3. Test locations. 4. Initial, 24 -hour, and 48 -hour disinfectant residuals (quantity in treated water) in ppm for each outlet tested. 5. Date and time of start and completion of flushing. FY022104 Executive Hangar Complex Section 02675 - 1 I s 6. Disinfectant residual after flushing in ppm for each outlet tested. 7. Bacteriological report; accurately record: 8. Date issued, project name, and testing laboratory name, address, and telephone number. 9. Time and date of water sample collection. 10. Name of person collecting samples. 11. Test locations. 12. Initial and 24 hour disinfectant residuals in ppm for each outlet tested. 13. Coliform bacteria test results for each outlet tested. 14. Certification that water conforms, or fails to conform, to bacterial standards of the Arkansas Department of Health. 15. Bacteriologist's signature. 1.07 STORAGE AND HANDLING A. The Contractor is reminded that chlorine is a powerful oxidant and reacts readily with foreign substances. I B. Chlorine compounds shall be handled and stored in accordance with manufacturer's recommendations. PART II PRODUCTS I 2.01 CALCIUM HYPOCHLORITE A. Granular form or 5 gram tablets containing 65 percent available chlorine by weight. 2.02 SODIUM HYPOCHLORITE I B. Liquid form containing approximately 5 to 15 percent available chlorine. PART III EXECUTION I 3.01 PREPARATION A. Verify that piping system has been cleaned, inspected, and pressure tested. B. Perform scheduling and disinfection activity with startup, testing, adjusting, and balancing, and demonstration procedures, including coordination with related systems. 1 FY022104 Executive Hangar Complex Section 02675 -2 1 1 • w 1 3.02 EXECUTION I A. Provide and attach equipment required to execute Work of this Section. B. Utilize fire hydrants as blow -off points when possible. C. Fire hydrants shall not be used for sample points. D. Sample points constructed shall be a 3/4 inch or 1 inch copper riser pipe that shall extend adequately above the ground surface. E. During application of chlorine solution, prevent solution from flowing back into the distribution system. 1 F. Disinfect piping system by one of the three following methods: 1. Tablet method: 1 a. Use this method only if water line can be kept clean and dry during installation. b. Place calcium hypochlorite tablets in water line during installation to 1 provide a chlorine dose of 25 mg/I. c. Fill water line with potable water after completion of installation at a rate so that water within the water line will flow at a velocity no 1 greater than 1 ft./sec. d. Allow water to remain in pipe for a minimum of 24 hours for water temperature above 40 degrees F., and 48 hours for water temperature below 41 degrees F. 2. Continuous Feed Method: a. Calcium hypochlorite granules may be placed in the water line during installation as option to the tablet method. Provide a chlorine dosage of 25 mg/I. 1 b. After installation flush water line to remove particulates. Velocity in the water line shall not be less than 2.5 ft./sec. c. Fill water line with water dosed with chlorine. Chlorine concentration shall not be less than 25 mg/I free chlorine. d. Retain chlorinated water in water line for 24 hours. Operate valves and hydrants during this time to disinfect. 1 e. Chlorine residual in water shall not be less than 10 mg/I at the end of the 24 -hour period. 3. Slug Method: a. Place calcium hypochlorite granules in the water line during installation. Provide a chlorine dosage of 25 mg/l. 1 b. After flushing water line to remove particulates, slowly fill water line with water dosed with a 100 mg/I concentration of chlorine. c. Retain chlorinated water in water line for 3 hours. I 1 FY022104 Executive Hangar Complex Section 02675 -3 d. Measure the free chlorine residual in the water line as it is filled. If dosage drops below 50 mg/1 during this time, stop flow and relocate chlorination equipment to the reduced level of where chlorine was detected. As flow is resumed, apply chlorine to restore the free chlorine in the water to not less than 100 mg/l. e. Operate valves and hydrants during this time to disinfect. G. Final Flushing: 1. Flush water from water line until chlorine measurements are not higher than the chlorine residual that are found in the existing distribution system. 2. Inspect environment where the chlorinated water is to be discharged. Add a neutralizing chemical as the chlorinated water is being discharged if area is in threat of environmental damage from the chlorinated water. H. Bacteriological Tests: 1. After final flushing and prior to the new water line be connected to the existing distribution system, two consecutive sets of acceptable water samples collected from the new water line and taken at least 24 hours apart shall be submitted to the bacteriological laboratory at the Arkansas Department of Health in Little Rock, Arkansas. 2. Samples shall be tested for bacteriological quality in accordance with Standard Methods for the Examination of Water and Wastewater per the American Public Health Association, AWWA, and Water Environment Association (latest edition) and shall show the absence of coliform organisms. 3. If samples collected are positive, the disinfecting procedures and samples shall be repeated until two consecutive day samples are tested safe. END OF SECTION 1 I I F. I 1. I 1 11 1 FY022104 Executive Hangar Complex Section 02675-4 1 0 I I SECTION 02753 SEWER PIPE - GENERAL IPARTI GENERAL I Li 1.01 SCOPE A. This Section covers all work necessary for the installation of sewer pipe and fittings of the sizes and classes indicated. Materials and installation shall conform to the City of Fayetteville standards. 1.02 SUBMITTALS DURING CONSTRUCTION A. Provide the following submittals: I F I 1. Shop Drawings: a specific selection of pipe material and joint type for each pipeline. 2. 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. IPART II PRODUCTS 2.01 SEWER PIPE A. PVC SDR-26 gravity sewer pipe for sizes 6 -inch and larger shall conform to ASTM D1784, D3034and F679 with gasket joint and integral ball. B. Four inch PVC sewer service pipe shall be Schedule 40. 2.02 PIPE, FITTINGS, AND JOINTS I I I I I A. To assure uniformity and compatibility of piping components in piping systems, fittings and couplings shall be furnished by the same manufacturer. 2.03 CONCRETE FOR ENCASEMENT A. Concrete for thrust blocking and encasement shall have a minimum compressive strength of 2,500 psi at 28 days. FY022104 Executive Hangar Complex 02753-1 I • 2.04 DETECTABLE TAPE A. Detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness of 0.35 mils solid aluminum foil encased in a protective inert jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2 inches with a medium unit weight of 2 ½ pounds/1 inch x 1000 feet. The tape shall be color coded and imprinted with message as follows: I Type of Utility Color Code Legend Sewer Safety Precaution Green Caution, Buried Sewer Line Below 2.05 STORAGE AND PROTECTION I 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 coverings; provide ventilation to avoid condensation. PART III EXECUTION 3.01 PREPARATION OF TRENCH I A. Provide granular material under all buried sewer pipe as shown on details on the Drawings. Place base for pipe in the trench to a depth which allows excavation of I bell holes, but to a minimum depth of 6 inches. Grade the top of the base to the bottom of the pipe ahead of pipe laying for the full width of the trench. Base shall provide a firm, unyielding support along entire pipe length. I B. Excavate bell holes at each joint to permit proper assembly and inspection of entire joint. Bell holes shall be of sufficient depth to preclude direct bearing of bell on bottom of trench. 3.02 PIPE COVER I A. Minimum pipe cover shall be 3 feet unless otherwise indicated. I FY022104 Executive Hangar Complex 02753-2 3.03 PIPE DISTRIBUTION A. Distribute material on the job no faster than it can be used to good advantage. Unload pipe which cannot be physically lifted by workers from the trucks, by a forklift, or other approved means. Do not drop pipe of any size from the bed of the truck to the ground. 3.04 PIPE PREPARATION AND HANDLING A. Inspect all pipe and fittings prior to lowering into trench to ensure no cracked, broken, or otherwise defective materials are being used. Clean ends of pipe thoroughly. Remove foreign matter and dirt from inside of pipe and keep clean during and after laying. B. Use proper implements, tools, and facilities for the safe and proper protection of the work. Lower pipe into the trench in such a manner as to avoid any physical damage to the pipe. Remove all damaged pipe from the jobsite. Do not drop or dump pipe into trenches under any circumstances. 3.05 LINE AND GRADE FOR GRAVITY SEWER PIPE A. Do not deviate from line or grade more than 1/2 -inch for line and 1/4 -inch for ' grade, provided that such variation does not result in a level or reverse sloping invert. IB. Measure for grade at the pipe invert, not at the top of the pipe, because of permissible variation in pipe wall thickness. C. Establish line and grade for pipe by the use of lasers or by transferring the cut from the offset stakes to batter boards set in the trench at maximum intervals of 25 feet. Maintain a minimum of three sets of batter boards with string line ahead of the pipe laying at all times. If batter boards in the trench prove impractical because of trench conditions, submit other methods of grade and alignment control to the Engineer for approval. D. Where the Drawings show a tie to existing facilities, verify elevations of tie points sufficiently in advance of laying operations to allow adjustments as required. Any adjustments shall be approved by the Engineer in advance. E. Where the Drawings show existing utilities, (water, sewer, gas, etc.) verify the location and grade sufficiently in advance of laying operations to allow adjustments as required. Any adjustments shall be approved by the Engineer in advance. FY022104 Executive Hangar Complex 02753-3 S 1 3.06 LAYING AND JOINTING SEWER PIPE A. PVC pipe varies slightly with different manufacturers. Install the particular pipe P furnished in accordance with the particular manufacturer's recommendations, as approved by the Engineer. B. Lay and joint PVC pipe with rubber gasket type joints, in accordance with the manufacturer's recommendations, as approved by the Engineer. Provide all special tools and devices such as special jacks, chokers, and similar items required for the installation. All joints should be laid with the spigot end facing downstream. 3.07 BACKFILL AT THE PIPE ZONE I A. The pipe zone shall be considered to include the full width of the excavated trench from the bottom of the pipe to a point 12 inches above the top outside surface of the barrel of the pipe, as shown in the details on the Drawings. B. Particular attention must be given to the area of the pipe zone from the flow line to the centerline of the pipe to ensure that firm support is obtained to prevent any lateral movement of the pipe during the final backfilling of the pipe zone. ■ C. Backfill the area of the pipe zone from the bottom to the horizontal centerline of the pipe by hand -placing the material around the pipe in 6 -inch layers. Continuous support shall be effected beneath pipe haunches by "walking in" and slicing with a shovel. Backfill the area of the pipe zone from the horizontal centerline to the top of the pipe zone as indicated in detail on the Drawings. , D. Provide granular pipe zone material for all PVC sewer pipe. E. Where the pipe is connected to 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 DETECTABLE TAPE A. Install detectable tape over the center of the pipe, approximately 24 inches above the top of the pipe. 3.09 WATER AND SEWER LINE CROSSINGS A. Where water and sewer lines necessarily cross, the water line should be at least 18 1� inches superior, crown to invert to the sewer line, with the sewer line initial ■ backfill (from bedding to 6 inches above pipe), compacted with clay, as indicated on the Drawings. Where vertical separation is less than 18 inches, concrete encasement shall be installed on the sewer line. The cost of the clay liner shall be included in the cost for the water line pipe. FY022104 Executive Hangar Complex 02753-4 ' 3.10 PREPARATION AND EXECUTION - BURIED PIPING ' A. Conduct final acceptance tests on buried piping that is to be hydrostatically tested after the trench has been completely backfilled. The Contractor may, if field conditions permit, as determined by the Engineer, partially backfill the trench and leave the joints open for inspection and conduct an initial service leak test. The acceptance test shall not, however, be conducted until all backfilling has been completed. See Service Leak Test - Pressure. 3.11 AIR TEST FOR GRAVITY SEWERS A. The City of Fayetteville shall be notified and given the opportunity to observe all testing. ' B. All gravity sewers and apprutenances shall successfully pass an air test prior to acceptance and shall be free of visible leakage. C. Furnish all necessary'testing equipment and perform the tests in a manner satisfactory to the Engineer. Any arrangement of testing equipment which will provide observable accurate measurements of air leakage under the specified conditions will be permitted. Gauges for air testing shall be calibrated with a standardized test gauge provided by the Engineer at the start of each testing day. ' The calibration shall be witnessed by the Engineer. D. Line is to be complete with all structures and fittings in place and backfilled. ' Testing of sections of the constructed gravity sewer for acceptance will not be performed until the Engineer approves readiness for testing. This test should be performed reach -by -reach as construction proceeds and must be completed within 30 days after installation of each reach. E. Repair or replace, in a manner approved by the Engineer, and section of pipe not meeting the air test requirements, at no cost to the Owner. F. Infiltration of groundwater in an amount greater than herein specified, following a ' successful air test as specified, shall be considered as evidence that the original test was in error or that subsequent failure of the pipeline has occurred. The Contractor shall correct such failures in a manner approved by the Engineer and at ' no cost to the Owner should they occur within the warranty period. G. The Contractor, in contracting to do this work, agrees that the leakage allowances as indicated herein are fair and practical. I I ' FY022104 Executive Hangar Complex 02753-5 3.12 AIR TESTING PROCEDURE A. After all plugs are in place and securely blocked, introduce air slowly into the pipe section to be tested until the internal air pressure reaches 4.0 pounds per square inch greater than the average backpressure of any groundwater that may submerge the pipe. Allow a minimum of 2 minutes for the air temperature to stabilize. Determine the height of the groundwater table, at the time of the test. B. The pipe and joints shall also be considered as satisfactory when the time required in seconds for the pressure to decrease from 3.5 to 2.5 pounds per square inch greater than the average back pressure of any groundwater that may. submerge the pipe is not less than that computed in accordance with the following formulas: The following table should be used to govern the allowable minimum time that the pressure may fall 0.5 psig in any testing of the sewer lines. Minimum Time, sec. for 0.5 psig Drop in Pressure Pipe Diameter in Inches 4 100' Pipe 200' Section Length 300' 400' 150 150 150 150 6 240 240 240 240 8 300 300 300 300 10 390 390 390 475 12 450 450 521 596 15 570 570 801 1068 18 510 769 1154 1538 21 595 1047 1571 2094 24 680 1367 2051 2735 C. Use extreme caution in air testing large diameter pipe. Do not enter manholes while inflating or deflating plugs or while the pipe line is subject to any pressure. Install, block, inflate and deflate pipe plugs in strict conformance with manufacturer's safety recommendations. FY022104 Executive Hangar Complex .02753-6 I 3.13 DEFLECTION TEST FOR PVC SEWER PIPE ' A. The Contractor shall test all laid and backfilled PVC pipe for deflection with a mandrel. The maximum deflection allowable shall not exceed 5 percent of the ' pipe's internal diameter. Deflection shall be checked on all installed pipe by the Contractor in the presence of the Engineer. Deflection tests shall be completed a minimum of 30 days after initial backfill of the pipe and thereafter maybe checked at random by the Engineer during the construction and warranty period. All pipe deflected in excess of 5 percent shall be replaced by the Contractor for no additional compensation. ' 3.14 TEST RECORDS ' A. Records shall be made of each piping system installation during the test. These records shall include: 1. Date of test • 2. Description and identification of piping tested • 3. Test fluid 4. Test pressure 5. Remarks, to include such items as: a. Leaks (type, location) b. Repairs made on leaks ' 6. Certification by Contractor and written approval by Engineer ' 3.15 CONNECTION OF SEWERS TO EXISTING MANHOLES A. At locations designated on the Drawings connect new sewer lines to existing manholes. Connections shall utilize appropriate waterstops and shall be grouted in place to form a watertight connection. Temporary plugs, piping, and/or pumping may be necessary to prevent discharge of raw sewage, in which case such temporary facilities shall be considered part of the connection work. 3.16 FINAL SEWER CLEANING A. Prior to final acceptance and final manhole -to -manhole inspection of the sewer system by the Engineer, flush and clean all parts of the system. Remove all accumulated construction debris, rocks, gravel, sand, silt, and other foreign material from the sewer system at or near the closest downstream manhole. If necessary, use mechanical rodding or bucketing equipment. B. Upon Engineer's final manhole -to -manhole inspection of the sewer system, if any foreign matter is still present in the system, reflush and clean the sections and portions of the lines as required. FY022104 Executive Hangar Complex 02753-7 3.17 A. n PAYMENT Payment for the work under this section will be included as part of the unit price bid amount stated in the Proposal END OF SECTION I I 1 I I I I I 1 FY022104 Executive Hangar Complex 02753-8 SECTION 02754 POLYVINYL CHLORIDE (PVC) SEWER PIPE AND FITTINGS PARTI GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the polyvinyl chloride pipe and fittings specified herein, and as specified further in Section 02753, SEWER PIPE - GENERAL. 1.02 GENERAL A. See Section 02753, SEWER PIPE - GENERAL, for additional requirements. All piping system components shall be the products of one manufacturer. PART II PRODUCTS 2.01 PIPE A. PVC, SDR-26 gravity sewer pipe shall conform to ASTM D3034 (Type PSM), with gasket joint and integral bell. 2.02 JOINTS A. For buried pipe, gasketed slip joint. 2.03 FITTINGS A. Fittings shall be Class 200 PVC slip joint fittings, as recommended by the pipe supplier for this type of PVC pipe. B. For junctions between PVC and iron or vitrified clay pipe of different outside diameter, flexible transition couplings specifically designed for sewer pipe transition purposes. Couplings shall be made of rubber material with stainless steel bands, as manufactured be Fernco, or approved equal. 2.04 GASKETS A. Gaskets for mechanical joints shall be rubber, conforming to ANSI A21.11, AWWA C111. FY022104 Executive Hangar Complex 02754-1 B. Gasket material shall be free from corrosive alkali or acid ingredients and suitable for use in potable waterlines. 2.05 WATER STOPS A. Gravity sewer pipe (SDR-26) shall utilize ribbed water stops at manhole walls, as recommended by the pipe manufacturer. PART III EXECUTION 3.01 GENERAL A. All rigid PVC pipe shall be cut, made up, and installed in accordance with the pipe manufacturer's recommendations. 3.02 PAYMENT A. Payment for the work under this section will be included as part of the unit price bid amount stated in the Proposal END OF SECTION FY022104 Executive Hangar Complex 02754-2 I 1 I 1 I I I I SECTION 02756 MANHOLE CONSTRUCTION PARTI GENERAL 1.01 SCOPE A. This Section covers the work necessary for the construction of manholes, complete. Manhole Details are as shown on the Drawings. B. Manhole construction shall conform to the City of Fayetteville standards. PART H MATERIALS 2.01 BASE ROCK A. Clean gravel or crushed rock conforming to the requirements for granular fill as specified in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 2.02 CONCRETE A. Ready -mixed, conforming to ASTM C94. Compressive field strength for manhole bases and walls shall be not less than 3,000 psi at 28 days. Maximum size of aggregate shall be 1-1/2 inches. Slump shall be between 2 and 4 inches. 2.03 FORMS A. Exterior exposed surfaces shall be plywood. Others shall be matched boards, plywood, or other approved material. Form all vertical surfaces. Trench walls, large rock, or earth will not be approved form material. 2.04 REINFORCING STEEL A. Conform to ASTM A 615, Grade 60, deformed bars. 2.05 POURED -IN -PLACE MANHOLES A. Poured -in -place type manholes must be used in accordance with details of construction approved by the Engineer. Precast manhole sections will not be used. FY022104 Executive Hangar Complex 02756-1 2.06 MORTAR A. Standard premixed mortar conforming to ASTM C 387 or proportion 1 part , Portland cement to 2 parts clean, well -graded sand which will pass a 1/8 -inch screen. Admixtures may be used not exceeding the following percentages of weight of cement: Hydrated lime, 10 percent; diatomaceous earth or other inert materials, 5 percent. Consistency of mortar shall be such that it will readily adhere to the pipe. ' 2.07 MANHOLE FRAMES AND COVERS A. Cast iron of size and shape designated on the Drawings. Covers shall have the , words SANITARY SEWER in 2 -inch raised letters. Castings shall be tough, close -grained gray iron, sound, smooth, clean, free from blisters, blowholes, shrinkage, cold shuts, and all defects, and shall conform to ASTM A 48, Class 30B. Each lid will be provided with a standard concealed pick hole. Plane or grind bearing surfaces to ensure flat, true surfaces. Covers shall be true and seat within ring at all points. The classification of manhole frames and covers shall be equal to the following: B. Model listed or equal: Manholes Neenah - R-1706 Lid shall be lettered "SANITARY SEWER" PART III EXECUTION 3.01 EXCAVATION AND BACKFILL I A. Conform to applicable portions of Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. Backfill around manholes shall be of same quality as trench backfill immediately adjacent. 3.02 ROCK BASE I A. Remove water from the excavation. Place a minimum of 6 inches of granular fill as specified in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL thoroughly compact with a mechanical vibrating or power tamper. 3.03 MANHOLE WALL A. Construct manhole wall in accordance with procedures described for concrete , wall construction in Section 03300, CONCRETE. I FY022104 Executive Hangar Complex 02756-2 ' 3.04 MANHOLE FRAMES AND COVERS A. Install frames and covers on top of manholes to positively prevent all infiltration of surface or groundwater into manholes. Frames shall be set in a bed of mortar with the mortar carried over the flange of the ring as shown in the Manhole Details on the Drawings. Set frames so tops of covers are flush with surface of adjoining pavement or ground surface, unless otherwise shown or directed. 3.05 VACUUM TESTING A. The City of Fayetteville shall be notified and given the opportunity to observe all testing. B. Plug lift holes with an approved non -shrink grout. C. Plug pipe entering manholes, take care to securely brace plug from being drawn into the manhole. D. Place test head inside top of cone section and inflate seal in accordance with manufacturer's recommendations. E. Draw a vacuum of 10 inches of mercury and shut pump off. With valves shut, measure the time for the vacuum to drop to 9 inches. Test is satisfactory if the time is greater that the following: 1.48 -inch diameter: 60 seconds. 2. 60 -inch diameter: 75 seconds. 3. 72 -inch diameter: 90 seconds. F. If manhole fails initial test, make necessary repairs with non -shrink grout while the vacuum is still being drawn. Retest until a satisfactory test is obtained. 3.06 PAYMENT A. Payment for the work under this section will be included as part of the unit price bid amount stated in the Proposal END OF SECTION ' FY022104 Executive Hangar Complex 02756-3 SECTION 03210 REINFORCING STEEL PART1 GENERAL 1.1 SCOPE A. This Section covers the work necessary to furnish and install, complete, the reinforcing steel and welded wire fabric. 1.2 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01000, BASIC REQUIREMENTS. In addition, the following specific information shall be provided: 1. Bending Lists 2. Placing Drawings 2.1 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. PART 3 EXECUTION 3.1 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. FY022104 Executive Hangar Complex Section 03210- 1 3.2 3.3 r , B. Notify the Engineer when reinforcing is ready for inspection and allow sufficient time for this inspection prior to casting concrete. 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 PLACING REINFORCING STEEL - CLEANING A. Clean metal reinforcement of any loose mill scale, oil, earth and other contaminants. , 3.4 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. ' 3.5 PROTECTION, SPACING, AND POSITIONING OF REINFORCING STEEL A. Conform to the current edition of the ACI Standard Building Code Requirements for I Reinforced Concrete (ACI 318), reviewed placing drawings and design drawings. 3.6 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. 3.7 SPLICING A. Conform to Drawings and current edition of ACI Code 318. Splices in adjacent bars shall be staggered. 3.8 TYING DEFORMED REINFORCING BARS A. Conform to the current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing Steel Institute and to the Details and Notes on the Drawings. 3.9 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. See the Details on Drawings for bar extension length each side of opening. Where welded wire fabric is used, provide extra reinforcing using fabric of deformed bars. u FY022104 Executive Hangar Complex Section 03210-2 ' 3.10 WELDING REINFORCEMENT IA. 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 LI I I I I I I 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. END OF SECTION FY022104 Executive Hangar Complex Section 03210 - 3 I I ' 1.1 SCOPE I I I I Li 'Ii I I I I [I I I SECTION 03300 CAST IN PLACE CONCRETE A. This Section covers the work necessary to furnish and install, complete, the cast -in -place concrete, including formwork. B. There are two area receiving concrete. 1. Restoring the recesses made in the walkway deck and ogee spillway after complete and acceptance of the post tensioned anchors. 2. Replacing the posts, handrails and toe boards to match the existing units remaining as shown on the drawings. 1.2 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01001, BASIC REQUIREMENTS. In addition, the following specific information shall be provided: 1. Concrete Mix Design 2. Certification for Aggregate Quality 1.3 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. 1.4 RELATED WORK SPECWMD IN OTHER SECTIONS Section No. 03210 PART2 PRODUCTS FY022104 Executive Hangar Complex Item Reinforcement Steel . Section 03300 - 1 I 2.1 CEMENT A. Portland cement Type I or Type II conforming to ASTM C150. , 2.2 WATER A. Clean and free from oil, acid, alkali, organic matter, or other deleterious substances. 2.3 CONCRETE AGGREGATES - GENERAL 1 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. 2.4 FINE AGGREGATES I A. Conform to ASTM C33. Materials finer than the 200 sieve shall not exceed 4 percent. Use only clean, sharp, natural sand. ' 2.5 COARSE AGGREGATE A. Use only 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. 2.6 ADMIXTURES A. Air Entraining: Use air entraining admixture for all concrete used in the sealing of the anchorage recesses and in the walkway posts and handrails. B. Conform to ASTM C-260, non-toxic after 30 days. C. Provides 4.52 to 7.5% air content. , D. Manufacturer: Master Builders Inc. Co., Cleveland, OH. 1. Micro Air or AE90 2. Or Equal. 2.7 GROUTS - NONSHRINK FY022104 Executive Hangar Complex Section 03300 -2 1 I I Li I I 1 [1 I I I I A. Nonshrink grout for use beneath anchor base plates, shall conform to the Corps of Engineers' Specification for Nonshrink Grout, CRD-C621-89, and to these Specifications. The grout shall be subject to tests performed by the grout manufacturer. 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. B. Grout shall be a fluid grout capable of satisfactorily meeting ASTM C230 and shall be nonmetallic. The grout shall be a nongas-liberating type, cement base product; premixed product requiring only the addition of water for the required consistency. All components shall be inorganic. No material, except water, shall be added at the project site. C. The grout shall exhibit the following typical compressive strength characteristics at the given consistency. Consistency Flowable Plastic Stiff 140% flow on table from ASTM C230 100% flow on table from ASTM C230 40% flow on table from ASTM C230 3 day 3,000 psi 5,000 psi 6,000 psi 7 day 5,000 6,500 8,800 28 day 7,000 9,000 10,000 D. The following listed grouts are prequalified by the Engineer, that meet these requirements, and are acceptable for general use such as grouting of anchor base plates. 1. SET nonshrinking grout, Master Builders Co., Cleveland, Ohio 2. Crystex, L & M Construction Chemicals, Inc., Omaha, Nebraska E. Follow manufacturer's instructions for use. F. The grout used shall be cured as recommended by the grout manufacturer. 1 2.8 I 1 I I FORM MATERIAL - GENERAL A. Form surfaces shall be in "new and undamaged" condition and may be plywood, hard plastic finished plywood, overlaid waterproof particle board, and steel of sufficient strength and surface smoothness to produce the specified finish. B . All joints in forms shall be taped, gasketed, plugged, and/or caulked with an FY022104 Executive Hangar Complex Section 03300-3 1 2.9 approved material so that the joint will remain watertight and withstand placing 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. D. It is required that the outside finish of the new replacement walkway posts, handrails, and toe boards resemble as closely as possible the texture and color of the existing members. The Contractor shall investigate the use of form liners for this purpose. Acceptable form liners include: Fitzgerald Form Liners, Santa Ana, CA Pattern 16990 or 16991 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! inch and sufficient dimensions to permit proper patching of the tie hole. 2.10 BOND BREAKER A. Bond breaker shall be a nonstaining type, which will provide a positive bond prevention such as Williams Tilt -Up Compound, as manufactured by Williams Distributors, Inc., Seattle, WA; Silcoseal 77, as manufactured by SCA Construction Supply Division, Superior Concrete Accessories, Franklin Park, IL; or equal. Submit review copies of manufacturer's data, recommendations, and instructions for specific use on this project. B. Do not use bond breaker if surface retarding agent is used unless it can shown to be compatible with the retarding agent. I I I I I I I I I I I I 2.11 SURFACE RETARDING AGENT I A. Use surface retarding agent in lieu of form liners specified above if necessary to obtain the texture to match existing posts and handrails. B. The agent shall be a form applied retarder specifically designed to produce uniform I FY022104 Executive Hangar Complex Section 03300-4 I I] I I I C. exposed aggregate on concrete surfaces. The agent shall be available in different etches. The Contractor shall select the etch which most closer conforms to the texture of the existing walkway members. Manufacturer's 1. Fosroc / Preco: EAC-S 2. Texas Concrete Chemical / 3. Or Equal. 2.12 CURING COMPOUND Areal Chemicals: EXPOSE -IT 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, manufactured by Master Builders, Cleveland, Ohio; Euco Floor Coat, manufactured by Euclid Chemical Co., Cleveland, Ohio; or equal. Curing compounds shall be compatible with required finishes and/or coatings. Tests for compliance shall be made by manufacturer with certification furnished by the ' Contractor. Manufacturer's certification shall state quantity or coverage required to meet or exceed tests and method of application. The manufacturer shall submit certification that the product meets ASTM C309 and the additional permeability ' requirement, and shall specifically state the coverage required to meet these requirements. The Contractor shall not use the curing compound where additional finishes such as hardeners, paintings, staining, and other special coatings are required. Use water curing as hereinafter specified instead. ' PART 3 EXECUTION 3.1 DESIGN OF CONCRETE MIX - PROPORTIONS (GENERAL) ' A. Before beginning any concrete work, the Contractor shall have the concrete mix designed and the ingredients selected and proportioned by an approved independent testing laboratory meeting the requirements of ASTM E 329. Certified copies of all laboratory trial mix reports shall be sent to the Engineer from the testing laboratory. Do not place concrete prior to the Engineer's review and acceptance in writing of the concrete mixes and the cylinder test results from these laboratory mixes. ' B. The concrete mix shall be designed so that the proportions will produce results that will meet the requirements of the project. ' C. The concrete shall be proportioned in accordance with ACI 211 subject to the following specifications. 1 D. Design the mix and perform tests to meet the following requirements: FY022104 Executive Hangar Complex Section 03300 - 5 • • 1 II 3.2 3.3 3.4 3.5 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. 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 423 pounds per cubic yard for concrete with 1 -1/2 -inch maximum size aggregate, 470 pounds per cubic yard for 1 -inch maximum size aggregate, and 517 pounds per cubic yard for 3/4 -inch maximum size aggregate. The Contractor shall increase cement content or the combined cement plus fly ash content, when fly ash is used, as required to meet strength requirements. The amount of fly ash used shall not exceed 25 percent or be less than 15 percent of the total weight of fly ash plus cement. Verify that design mix test results reflect the slump to be used. 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. RETEMPERING A. The retempering of concrete or mortar in which the cement has partially hydrated will not be permitted. 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 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. FORM TOLERANCES FY022104 Executive Hangar Complex Section 03300 -6 E J I I I I I I 11 [1 I I I I L I n A. Forms shall be surfaced, designed, and constructed to meet ACT 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. 3.6 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. 3.7 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. 3.8 STEEL FORMS A. Mill scale and other ferrous deposits shall be sandblasted or otherwise removed from the contact surface of forms. All forms shall have the contact surfaces coated with a release agent. The release agent shall be effective in preventing discoloration of the ' concrete from rust, and shall be nontoxic after 30 days. 3.9 CHAMFERS AND DECORATIVE RECESS A. The new replacement posts shall match the existing as closely as possible. B. The Contractor shall make detailed measurements (see drawings) of the existing ' posts to determine the dimensions of the chamfered edges and recesses and place strips and inlays onto the forms to duplicate those dimensions and appearance. IC. The posts shall be cast as one unit. It shall be integrated into the deck concrete by the use of embedded vertical reinforcing as shown on the drawings. Drill holes into the deck and utilize epoxy agents to bond the reinforcing into the substrate concrete. ' 3.10 HANDRAILS A. Where posts are removed and replaced with new units the handrails on each side will t be affected. ' B. When posts are demolished work carefully around the handrails and support them from the walkway. If the handrails will slide out from the adjacent then post remove FY022104 Executive Hangar Complex Section 03300-7 the handrail completely, setting it safely aside for re-insertion when the new post is formed and ready for casting. If the handrail is cast integrally with the post, then install dowels into the end so that it will remain supported by the new post. 3.11 BACKFI LL AGAINST WALLS Not used. , 3.12 PLACING CONCRETE - GENERAL A. Upon completion of forms and placing of reinforcing steel, and before concrete is placed, notify other trades whose work is in any way connected to, combined with, or influenced by the concrete work. Allow them reasonable time to complete their portion of work which must be completed before concrete is placed. B. Notify Owner or his authorized representative at least 1 full working day in advance , before starting to place concrete to permit inspection of forms, reinforcing, sleeves, conduits, boxes, inserts, or other work required to be installed in concrete. C. Placement shall conform to the requirements and recommendations of ACI 304, except as modified herein. D. Place concrete as soon as possible after leaving mixer, without segregation or loss of 1 ingredients. 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 FY022104 Executive Hangar Complex Section 03300 -8 H 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. ' 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 I I I I I I A. Prepare concrete aggregates, mixing water, and other ingredients; place concrete; cure; and protect in accordance with the requirements of ACI 305. Provide special admixtures and special curing methods required by other paragraphs in this Section even though not required by ACI 305 and ACI 318. Water -reducing and/or set -retarding admixtures shall be used in such quantities as especially recommended by the manufacturer to assure that the concrete is workable, and lift lines will not be visible in architectural concrete finishes. B. Every effort shall be made to maintain a concrete temperature below 90 degrees F at time of placement. Ingredients shall be cooled before mixing to prevent excessive concrete temperature. C. Provisions shall be made for windbreaks, shading, fog spraying, sprinkling, or wet cover, when necessary. 3.18 PLACING CONCRETE IN COLD WEATHER A. Do not place concrete when the ambient temperature is below 40 degrees F, or approaching 40 degrees F and falling, without special protection as hereinafter specified. No concrete shall be placed against frozen earth or ice, or against forms and reinforcement with frost or ice present. B. Temperatures of the concrete mix shall be as shown below for various stages of mixing, placing of the concrete mix. I FY022104 Executive Hangar Complex Section 03300 - 9 I CONCRETE TEMPERATURES Section size, minimum dimension, inch Air Temp. 12 in. 12-36 inches 36-72 inches 72 inches Minimum concrete temperature as mixed for indicated weather: Above 30 F 60 F 55 F 50 F 45F Oto30F 65F 60F 55F 50F Below OF 70F 65F 60F 55F Maximum allowable gradual temperature drop in first 24 hours after end of protection: 50F 40F 30F 20F C. Concrete placed shall be cured and protected as hereinafter specified for a minimum of 7 days except that the strength requirements may require additional protection and curing during cold weather due to delayed field strength gain. D. During cold weather concreting the Contractor shall cast six extra test cylinders, for field curing, from the last 100 cubic yards of concrete but not fewer than three specimens shall be cast for each 2 hours of placing time or for each 100 yards, whichever produces greater number of specimens. These specimens shall be in addition to those cast by the Engineer for lab testing as specified hereinafter in Paragraph EVALUATION AND ACCEPTANCE OF CONCRETE. E. Test cylinders shall be protected from the weather until they can be placed under same protection provided for the parts of the structure which they represent. Test cylinders shall be tested in accordance with applicable sections of ASTM C 31 and C 39. Evaluation and acceptance as per ACT 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 comers and edges of concrete are most vulnerable to freezing and usually are more difficult to maintain at the required temperature, their temperatures should be monitored to evaluate and verify the protection provided. The Contractor shall provide a sufficient number of thermometers to be placed on the concrete surfaces spaced throughout the work to allow inspection and monitoring of concrete surface temperatures representative of all the work. G. Heating units should be vented and not be permitted to heat or dry the concrete locally. Fresh concrete exposed to carbon dioxide (CO2) gas from polluted I I I Cl L Li I Li I FY022104 Executive Hangar Complex Section 03300 - 10 I 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. K. Additives for the sole purpose of providing "freeze protection" shall not be used. Additives to shorten the cure time may be used if approved; however, the concrete shall be placed and cured at all times at temperatures above freezing as hereinbefore ' specified. 3.19 BONDING TO NEW CONCRETE HORIZONTAL CONSTRUCTION JOINTS I. A. Roughen the surface of the hardened concrete. Thoroughly clean and saturate with water, cover the horizontal surfaces only with at least 2 inches of grout, as hereinbefore specified, and immediately place concrete. New concrete is defined as ' less than 60 days old. Limit the concrete lift placed immediately on top of the grout to 12 inches thick and thoroughly vibrate to mix and consolidate the grout and concrete together. Provide inspection windows to allow close visual inspection of ' this work. 3.20 BONDING TO OLD CONCRETE FY022104 Executive Hangar Complex Section 03300 - 11 J A. Coat the contact surfaces with bonding agent specified hereinbefore. The method of preparation and application of both the bonding agent and the grout shall conform to the manufacturer's printed instructions and recommendations for specific application for this project. Obtain this recommendation in writing from the manufacturer's representative. 3.21 EVALUATION AND ACCEPTANCE OF CONCRETE ' A. Conform to ACI Standard Building Code requirements for reinforced concrete (ACI 318-83), Section 4.7, "Evaluation and Acceptance of Concrete", and to the following specifications: 1. The Contractor will have tests made by an independent testing laboratory, , approved by the Owner, to determine compliance with the Specifications. The Contractor shall pay for testing and furnish necessary labor to assist testing agencies in obtaining, handling, and protecting and/or curing samples at the jobsite. The Contractor shall provide adequate facilities for safe storage and proper curing of concrete test cylinders on the project site for the ' first 24 hours, and for additional time as may be required before transporting to the test lab. Specimens will be made, cured, and tested in accordance with ASTM C 31 and ASTM C 39. 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, and two (2) cylinders 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 Contractor. 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 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 FY022104 Executive Hangar Complex Section 03300 - 12 • • areas. Submit this information for review prior to performing the work. 3.23 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. 3.24 CURING AND PROTECTION IN COLD WEATHER A. Conform to cold weather concreting hereinbefore specified and to ACT 306. Where water curing, as specified hereinbefore, is not possible, use a double coverage of an approved curing compound and protect the slabs during the cold weather by the use of Visqueen or other material. Repair or replace concrete damaged by cold weather. END OF SECTION FY022104 Executive Hangar Complex Section 03300 - 13 SECTION 05500 FABRICATED METALWORK AND CASTINGS PART 1. GENERAL 1.1 SUMMARY A. Provide fabricated metalwork and castings. B. Miscellaneous metalwork required to secure the various parts together and provide a complete installation, shall be included under this Section. C. Insofar as practical, products provided shall be factory assembled. 1.2 1.3 RELATED SECTIONS A. Section 09900 - Painting. REFERENCES A. American Society for Testing and Materials, 1916 Race Street, Philadelphia, Pennsylvania 19103. 1. ASTM A36 - Specification for Structural Steel. 2. ASTM A48 - Specification for Gray Iron Castings. 3. ASTM A153 - Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 4. ASTM A167 - Specification for Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet, and Strip. 5. ASTM A 193 - Specification for Alloy -Steel and Stainless Steel Bolting Material for High -Temperature Services. 6. ASTM A307 - Specifications for Carbon Steel Externally Treated Standard Fasteners. 7. ASTM A325 - Specification for High -Strength Bolts for Structural Steel Joints. 8. ASTM A446 - Specification for Steel Sheet, Zinc -Coated (Galvanized) by the Hot - Dip Process, Structural (Physical Quality). 9. ASTM A449 - Specification for Quenched and Tempered Steel Bolts and Studs. 10. ASTM A525 - Specification for General Requirements for Steel Sheet, Zinc -Coated (Galvanized) by Hot -Dip Process. 11. ASTM B241 - Specification for Aluminum -Alloy Seamless Pipe and Seamless Extruded Tube. B. American Welding Society, 550 North West LeJeune Road, Miami, Florida 33126. 1. D1.1 - Structural Welding Code. FY022104 Executive Hangar Complex Section 05500 - 1 C. Steel Joist Institute, 1205 48th Avenue N., Suite A, Myrtle Beach, SC 29577. , 1. SJI Standard Specification for Open Web Steel Joists, K -Series. 1.4 SUBMITTALS A. Submit the following in accordance with Section 01001 - Basic Requirements: 1. Shop Drawings, including calculations where required. 2. Test pieces and samples. 3. Certificates, test reports, and other required data. 1.5 DELIVERY, STORAGE, AND HANDLING ' A. Parts and assemblies that are of necessity shipped unassembled, shall be packaged and clearly tagged in a manner that will protect the materials from damage, and facilitate the identification and final assembly in the field. PART 2. PRODUCTS 2.1 GENERAL A. Unless otherwise indicated, materials shall conform to latest issue of the following ASTM Specifications: 1. Steel Shapes and Plates: ASTM A36. ' 2. Stainless Steel: a. Exterior and Submerged: ASTM A167, Type 316. b. Industrial Uses: ASTM A167, Type 316. c. Interior and Architectural: ASTM A167, Type 304. d. Bolts: ASTM A 193, Type 316. 3. Aluminum, Structural Shapes and Plates: Alloy 6061-T6; conform to referenced specifications and ASTM sections found in the Aluminum Association current Construction Manual Series. 4. Connection Bolts for Steel Members: ASTM A325 -F. 5. Galvanized Bolts: ASTM A307, ASTM A153. 6. Connection Bolts for Wood Members: ASTM A307. 7. Connection Bolts for Aluminum: ASTM A449; or use appropriate stainless steel. 8. Cast Iron: ASTM A48, Class 30 2.2 ANCHOR BOLTS A. Steel Anchor Bolts (Nonsubmerged Use): ' 1. 1/2 -inch minimum diameter with hex nuts, or as shown. 2. Bolts and nuts: galvanized steel. 1 FY022104 Executive Hangar Complex Section 05500 -2 t 2.3 ANCHORING SYSTEMS FOR CONCRETE A. Wedge Anchors: 1. Manufacturer: a. ITT Phillips Drill Division, Michigan City, IN. b. Hilti Kwik-Bolt, stud type, manufactured by Hilti, Inc., Stamford, CT. c. Wej-It, stainless steel bolts, completely assembled, manufactured by Wej-It Corporation, Broomfield, CO. d. Or equal. 2. For use 1'6" above peak water surface in water holding structure. 3. Stainless steel. 4. Sizes shown on Drawings. 5. Provide ICBO (International Conference of Building Officials) or other similar building code organization recommendations regarding safe allowable design loads. B. Expansion Anchors: 1. Expansion anchors shall not be used except in dry areas where future corrosion is not a problem. 2. In wet or damp areas, use wedge anchors or adhesive anchors in submerged conditions. C. Self -Drilling Anchors: 1. Snap -off type or flush type. 2. For use with hot -dipped galvanized bolts. D. Nondrilling Anchors: 1. Manufacturer: a. ITT Phillips Drill Division, Michigan City, IN. b. Hilti HDI Drop -In anchors, Hilti, Inc., Stamford, CT. c. Or equal. 2. Flush type. 3. For use with bolt or stud type with projecting threaded stud. 4. Provide ICBO or other similar code organizations' recommendations regarding safe allowable design loads. E. Adhesive Anchors: 1. Use for anchoring metal components at or below a point 1'-6" above the peak (maximum) water surface elevations in water holding structures. 2. Parabond capsule anchors with 316 stainless steel stud, nuts, and washers, as manufactured by Molly Division, 504 Mt. Laurel Avenue, Temple, PA 19560. 3. Heavy-duty adhesive anchor with HBP adhesive cartridge with 316 stainless steel anchor rod assembly as manufactured by Hilti, Inc. P.O. Box 45400, Tulsa, Oklahoma 74145, or equal. FY022104 Executive Hangar Complex Section 05500-3 2.4 HANDRAILS A. Double rails as shown on Drawings. B. Top rail to be 42 inches above surface (walkway or wall). C. Schedule 40 1 -1/2 -inch steel pipe (1.90 inches O.D.). D. Connections: Mechanical, splice sleeves, etc. 2.5 STRUCTURAL STEEL SUPPORTS ' A. Provide structural steel supports of sizes and weights shown on Drawings. B. Weld connections unless otherwise shown on Drawings. 2.6 MACHINE BOLTS, INSERTS, AND FASTENERS A. Machine bolts, inserts, and fasteners permanently embedded in concrete shall be Type 316 stainless steel. B. Machine bolts, inserts, and fasteners not permanently embedded in concrete, but located outdoors in wet well floors, walls, and ceilings; chemical handling areas; equipment rooms subject to drainage, leakage, and washdown; and in galleries and trenches, shall be Type 316 stainless steel. C. Machine bolts, inserts, and fasteners not permanently embedded in concrete, but located indoors where washdown, leakage, and drainage are not likely to occur (e.g., in personnel buildings excluding laboratories, on motor floors, in electrical equipment rooms, and in control rooms), may be galvanized steel, ASTM A153. 2.7 LOOSE LINTELS AND ANGLE FRAMING A. Provide steel lintels and framing required for support of masonry and other construction that is not attached to structural steel framing. 2.8 LIFTING LUGS ' A. Provide equipment or each field-disassembleable part over 100 pounds in weight proper lifting lugs for easy handling. FY022104 Executive Hangar Complex Section 05500-4 , II • II I1 II PART 3. EXECUTION 3.1 GENERAL A. Workmanship and finish of metalwork shall be highest grade and equal to the best practice of modem shops for respective work. B. Exposed surfaces shall have smooth finish and sharp, well-defined lines. C. Provide necessary rabbets, lugs, and brackets so that work can be assembled in a neat, substantial manner. D. Conceal fastenings where practical. E. Drill metalwork and countersink holes as required for attaching hardware or other materials. F. Fabricate materials as specified. G. Weld connections, except where bolting is directed. H. Items requiring special fabrication methods are specified. I. Fabrication of other items shall be of equal quality. J. Methods of fabrication not otherwise specified or shown on Drawings shall be adequate for the stresses. K. Grind exposed edges of welds smooth on walkways, guardrails, handrails, stairways, channel door frames, steel column bases, and where indicated on Drawings. L. Sharp edges shall be rounded to a 1/8 -inch minimum radius; burrs, jagged edges, and surface defects shall be ground smooth. M. Prepare welds and adjacent areas such that there is: 1. No undercutting or reverse ridges on weld bead. 2. No weld spatter on or adjacent to weld or any other area to be painted. 3. No sharp peaks or ridges along weld bead. N. Grind flush embedded pieces of electrode or wire with adjacent surface of weld bead. FY022104 Executive Hangar Complex Section 05500 - 5 S • 1 ALUMINUM , A. Fabricate aluminum as shown on Drawings and in accordance with Aluminum Association Standards and manufacturer's recommendations as approved. B. Do not remove mill markings from concealed surfaces. ' C. Exposed surfaces not otherwise coated shall have the inked or painted identification marks removed after material has been inspected and approved by Engineer. D. Grind smooth sheared edges exposed in the finished work. E. Weld aluminum Gas Metal Arc (MIG) or Gas Tungsten Arc (TIG) processes in accordance with manufacturer's recommendations as approved, and in accordance with recommendations of American Welding Society contained in the Welding Handbook, as last revised. F. Grind smooth exposed aluminum welds. 3.3 WELDING A. The technique of welding employed, appearance, quality of welds made, and methods of ' correcting defective work shall conform to codes for Arc and Gas Welding in Building Construction of AWS and AISC. B. Surfaces to be welded shall be free from loose scale, rust, grease, paint, and other foreign , material, except that mill scale which will withstand vigorous wire brushing may remain. C. A light film of linseed oil may likewise be disregarded. D. No welding shall be done when the temperature of the base metal is lower than 0 degrees F. E. Finished members shall be true to line and free from twists. F. Welding operators shall be qualified in accordance with requirements of current AWS Standard Qualification Procedure D1.1, Chapter 5, and welders of structural and reinforcing steel shall be certified for all positions of welding in accordance with such procedure. Qualification tests shall be run by a recognized testing laboratory at Contractor's expense. G. Welding operators shall be subject to examination for requalification using equipment, materials, and electrodes employed in execution of Contract work. Requalification, if ordered by Engineer, shall be done at expense of Contractor. FY022104 Executive Hangar Complex Section 05500-6 ' 3.4 INSTALLATION OF FABRICATED METALWORK A. Perform erection work by skilled workmen. ' B. Completed installations shall, in all cases, be rigid, substantial, and neat in appearance. C. Install commercially manufactured products in accordance with manufacturer's ' recommendations as approved. 3.5 ANCHOR BOLTS ' A. Accurately locate anchor bolts and hold in place with templates at time concrete is poured. 3.6 EXPANSION ANCHORS OR WEDGE ANCHORS IA. Installation shall not start until concrete or masonry receiving anchors has attained its design strength. ' B. Anchor shall not be installed closer than 6 times its diameter to either an edge of concrete or masonry, or to another anchor, unless specifically detailed otherwise on Drawings. ' 3.7 ELECTROLYTIC PROTECTION A. Where aluminum is in contact with dissimilar metals, or to be embedded in masonry or concrete, protect surfaces in accordance with System No. 27 of Section 09900. ' B. Allow paint to dry before installation of material. C. Protect painted surfaces during installation; should coating become marred, prepare and touch up surface per paint manufacturer's instructions. D. Where titanium equipment is in contact with concrete or dissimilar metals, provide full- ' face neoprene insulation gasket, 3/32 -inch minimum thickness and 70 durometer hardness. ' 3.8 PAINTING A. Thoroughly clean ferrous metal items not galvanized and give shop coat of metal primer. ' B. Preparation of surfaces and application of primer shall be in accordance with Section 09900, utilizing appropriate painting system. END OF SECTION ' FY022104 Executive Hangar Complex Section 05500 - 7 SECTION 07900 JOINT SEALERS PART 1 1.2 1.3 1.4 1.5 GENERAL SUMMARY A. Provide sealants for repairs to or construction of buildings and structures. ENVIRONMENTAL CONDITIONS A. The ambient temperature shall be between 40 degrees F. and 90 degrees F. (4 degrees C. and 32 degrees C.) when sealant is applied. RELATED SECTIONS A. Section 01300 - Submittals. B. Section 03251 - Expansion, Construction, and Contraction Joints. C. Section 08100 - Hollow Metal Doors and Frames. REFERENCES A. American Society for Testing and Materials, 1916 Race Street, Philadelphia, Pennsylvania 19103. 1. ASTM D1751 - Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Type). B. Federal Specifications: 1. TT -S-00230 - Sealing Compound: Elastomeric Type, Single Component (For Caulking, Sealing, and Glazing in Buildings and Other Structures). 2. TT -S-1543 - Sealing Compound: Silicone Rubber Base (For Caulking, Sealing and Glazing in Buildings and Other Structures). PRODUCT HANDLING A. Deliver sealants to the job site in sealed containers, each bearing manufacturer's name and product designation. FY022104 Executive Hangar Complex 07900- 1 S • 1 H PART 2. PRODUCTS 2.1 GENERAL A. The use of a manufacturer's name and model or catalog number is for the purpose of 1 establishing the standard of quality and general configuration desired only. Products of other manufacturers will be considered in accordance with the General Conditions. B. Sealants shall be self -leveling (S/L) for horizontal and sloping joints with a maximum slope of 1 percent. Nonsag sealants (N/S) shall be used for steeper sloped joints, vertical joints, and overhead joints. 2.2 HORIZONTAL JOINTS IN CAST -IN -PLACE CONCRETE, SUBMERGED, AND NONSUBMERGED A. One -part polyurethane sealant conforming to Federal Specification TT -S-00230, 1 Type I, Class A, S/L; Mameco Vulkem 45; or equal. Color shall be manufacturer's standard limestone gray. 2.3 SPECIAL APPLICATIONS A. One -part polyurethane sealant conforming to Federal Specification TT -S-00230, ' Type 11, Class A, N/S; Mameco Vulkem 116; Sika Sikaflex IA; or equal. Color shall be manufacturer's standard limestone gray. Typical locations: Sealant bed for aluminum thresholds. 2.4 METAL DOOR FRAMES, WINDOWS, AND LOUVER FRAMES A. One -part acrylic polymeric sealant conforming to Federal Specification TT -S-00230, N/S; Pecora 60 Plus Unicrylic; Tremco Mono; or equal. Color for both sides of framing shall be bronze for exterior applications; interior metal door frames, both sides, shall be white or match the color of door frame. 2.5 HIGH TEMPERATURE PIPING (250 DEGREES F. MAXIMUM) A. One -part silicone sealant conforming to Federal Specification TT -S-1543, Class A, N/S; I Pecora 864; Dow Coming 790; or equal. Color shall be bronze. 2.6 MILLWORK APPLICATIONS A. One -part acrylic latex polymer, paintable, N/S; as manufactured by Pecora; Tremco; or equal. Color shall be white. Li] FY022104 Executive Hangar Complex 07900 -2 , 2.7 BACKUP MATERIAL I 1 1 I I I I I ', I. A. Use closed -cell polyethylene foam rod conforming to ASTM D1751 and compatible with sealant used. Size as shown or as recommended by manufacturers for all joints greater than 3/16 inch wide. A. As recommended by sealant manufacturer. 2.9 PRIMER A. As recommended by sealant manufacturer. PART 3. EXECUTION 3.1 PREPARATION. A. Surfaces to be sealed shall be clean, dry, sound and free of dust, loose mortar, and other foreign materials. B. Mask adjacent surfaces where necessary to maintain neat edge. C. Starting of work will be construed as acceptance of subsurfaces. 3.2 INSTALLATION A. Apply materials following manufacturer's recommendation and instructions. B. Fill sealant joint completely from back to top, without voids. C. Tool sealant joints slightly concave after sealant is installed. When tooling white or light color sealant, a water wet tool shall be used. 3.3 CLEANING A. Surfaces next to the sealed joints shall be cleaned of smears or other soiling resulting from the sealing application. B. At no additional cost to Owner, replace or repair to Owner's satisfaction damaged surfaces resulting from sealing or cleaning. END OF SECTION FY022104 Executive Hangar Complex 07900-3 C PART 1. GENERAL 1.1 SUMMARY M641 61is URIOT ) A. Prepare surfaces and furnish and apply paint and protective coatings. B. Paint new exposed ferrous surfaces, whether specifically mentioned or not, except as modified herein. C. Paint exposed piping, both existing and new, including pipe within vaults through out the plant site. D. Paint interior ferrous surfaces. 1.2 ABBREVIATIONS ANSI American National Standards Institute AWWA American Water Works Association FRP Fiberglass Reinforced Plastic HCI 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 1.3 RELATED SECTIONS A. Section 01001 - Basic Requirements. B. Section 02630 - Cement -Lined Ductile Iron Pipe and Fittings. C. Section 11308 - Grinder Pump Station. 1.4 REFERENCES A. Steel Structures Painting Council (SSPC). I1.5 SURFACES NOT REQUIRING PAINTING FY022104 Executive Hangar Complex 6`3S.S;6T, Q16'L'Jal • 0 1 I A. Unless specified or shown on the Drawings, the following areas or items will not require painting: 1. Nonferrous and corrosion -resistant ferrous alloys such as cooper, 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 of equipment and piping is required. d. Fiberglass reinforced plastic (FRP) 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. 1.6 SUBMITTALS I A. Provide the following in accordance with Section 01001: 1. Obtain from each paint manufacturer for submittal to Engineer: a. Paint System Data Sheet (PSDS) for each paint system used. b. Material Safety Data Sheets (MSDS) for each product used in the paint system. c. Technical Data Sheets for each product used in the paint system. 2. Submit the required information on a system -by -system basis. 3. Provide copies of the paint system submittals to the coating applicator. 4. A sample PSDS form is appended at the end of this Section. B. Paint Color Sample: Submit samples of colors that Owner has chosen. 1.7 COLOR SELECTION CONFERENCE A. Prepare color samples for each item on the Chart properly labeled with the same color identification as specified in the scheduled on the Drawings. Provide additional samples displaying full color selection available for each item on the Chart by each manufacturer listed for use during the Conference. B. Samples for the above referenced Chart and Conference are designated as manufacturers' actual product and color chips; photographs and color reproductions in brochures are not acceptable. I 1.8 QUALITY ASSURANCE A. Provide mock-ups using specified products and colors per the Painting Schedule, located at the end of this Section. Engineer shall approve colors and application process prior to starting Work of this Section. FY022104 Executive Hangar Complex Section 09900 - 2 , I • • B. Representative of the paint manufacturer, familiar with the products specified shall be ' available at jobsite at initial starting of coating work and at intervals during surface preparation and painting required for product application quality assurance, to determine compliance with manufacturer's instructions and these Specifications, and to resolve necessary field problems attributable to, or associated with, manufacturer's products furnished under this Contract. C. Inform Engineer a minimum of 3 days in advance of the start of surface preparation work or coating application work. Work shall be performed only in the presence of Engineer, unless Engineer has granted prior approval to perform work in his absence. ' D. For coatings subject to immersion; full cure must be obtained for the completed system. Consult coatings manufacturer's written instructions for these requirements. Coating shall not be immersed for until completion of the curing cycle. E. Inspection by Engineer, or waiver of inspection of any particular portion of the Work, shall not be construed to relieve Contractor of his responsibility to perform the Work in accordance with these Specifications. 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver new materials to the Project site in unopened containers that show, time of use, ' designated name, date of manufacture, color, and name of manufacturer. ' B. Store paints in a protected area that is heated or cooled to maintain temperatures within the range recommended by paint manufacturer. 1.10 WARRANTY A. Warrant to Owner and guarantee 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. PART 2. PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS ' A. Products specified are manufactured by Tnemec Company, Inc., Kansas City, Missouri, and Sherwin Williams. B. Products for each specified function and system shall be of a single manufacturer. 2.2 PAINT MATERIALS A. Product: Refer to Painting Schedule at the end of this Section. 2.3 EPDXY FILLER FY022104 Executive Hangar Complex Section 09900 - 3 S • 1 A. Manufacturer: Tnemec, epoxy filler and surfacer for spot welds, lap seams, and other areas that require fill and smoothing. 2.4 COLOR SELECTION A. 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. tr B. See Painting Schedule at the end of this Section of colors. 2.5 EQUIPMENT COLORS ' A. Equipment shall be meant to include the machinery or vessel itself plus the structural supports and fasteners and attached electrical conduits. Nonsubmerged portions of equipment shall be painted the same color as the process piping it serves, except as itemized below. I Equipment Color Dangerous parts of equipment and machinery .........................................OSHA Orange I Fire protection equipment and apparatus..................................................... OSHA Red Physical hazards in normal operating area; handrails..............................OSHA Yellow ' PART 3. EXECUTION 3.1 GENERAL A. 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. 3.2 INTENT A. Leave surfaces of work in such a condition that only minor cleaning and sanding is required prior to surface preparation and painting. B. 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. I 3.3 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. FY022104 Executive Hangar Complex Section 09900 - 4 , I a • B. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. C. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. ' D. Mask openings in motors to prevent paint and other materials from entering the motors. ' 3.4 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 be performed whenever the relative humidity exceeds 85 percent and when surface temperature is less than 5 degrees F above the dew point of the ambient air. ' 3.5 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 jurisdiction. 3.6 PAINT MIXING A. Multiple -component coatings shall be prepared using contents of the container for each component as packaged by the paint manufacturer. B. No partial batches permitted. ' C. Multiple -component coatings that have been mixed shall not be used beyond their pot life. D. Provide small quantity kits for touch-up painting and for painting other small areas. E. Only the components specified and provided by the paint manufacturer shall be mixed. F. No intermixing of additional components permitted. G. Keep materials sealed when not in use. H. 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 has been applied. 3.7 PREPARATION OF SURFACES - METAL IA. No surface preparation blasting will be permitted prior to submission of samples. FY022104 Executive Hangar Complex Section 09900 - 5 I B. Workmanship for metal surface preparation as specified shall be in strict conformance , with the current Steel Structures Painting Council (SSPC) Specifications as follows: 1. Solvent Cleaning: SP 1 2. Hand Tool Cleaning: SP 2 3. Power Tool Cleaning: SP 3 4. White Metal Blast Cleaning: SP 5 5. Commercial Blast Cleaning: SP 6 6. Brushoff Blast Cleaning: SP 7 7. Pickling: SP 8 8. Near -White Blast Cleaning: SP 10 C. 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. D. Hand -tool clean areas that cannot be cleaned by power tool cleaning. I 3.8 PRE -BLAST CLEANING REQUIREMENTS A. Oil, grease, welding fluxes, and other surface contaminants shall be removed prior to blast cleaning. B. Pre -blast cleaning methods shall use steam, open flame, hot water, or cold water with appropriate detergent additives followed with clean water rinsing. C. Small isolated areas shall be cleaned as above or solvent cleaned with suitable solvents and clean cloths. D. Sharp edges shall be rounded or chamfered and burrs, jagged edges, and surface defects shall be ground smooth. E. Welds and adjacent areas shall be prepared so 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. 3. No sharp peaks or ridges along the weld bead. 4. Embedded pieces of electrode or wire shall be ground flush with the adjacent surface of the weld bead. 3.9 BLAST CLEANING REQUIREMENTS A. The type of equipment and speed of travel shall be such that and specified degree of ' cleanliness is obtained. B. 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. FY022104 Executive Hangar Complex Section 09900 - 6 C. Only dry blast cleaning methods will be permitted. D. The abrasive shall not be reused. E. Comply with the applicable federal, state, and local air pollution control regulations for blast cleaning. 3.10 POST -BLAST CLEANING AND OTHER CLEANING REQUIREMENTS A. Surfaces shall be cleaned of dust and residual particles caused by the cleaning operations by dry (no oil or water vapor) air blast cleaning or other method prior to painting. B. Enclosed areas and other areas where dust settling is a problem shall be vacuum cleaned and wiped with a tack cloth. C. Surfaces shall be coated within 6 hours after they are blasted. D. Surfaces that have started to rust before they are painted shall be re -blasted. 3.11. SOLVENT CLEANING A. Solvent cleaning shall consist of removal of foreign matter such as oil, grease, soil, drawing and cutting compounds, and other surface contaminants by the use of solvents, emulsions, cleaning compounds, steam cleaning, or similar materials and methods that involve a solvent or cleaning action. This method conforms with Steel Structures Painting Council SP 1. 3.12 APPLICATION OF PAINT - GENERAL A. Furnish Engineer prior to application, manufacturer's written instructions for applying each type of paint or protective coating. 1. Cleaned surfaces and coats shall be inspected prior to the succeeding coat. 2. Schedule inspections with the Engineer in advance. 3. Apply coatings in strict accordance with the paint manufacturer's recommendations, as reviewed by the Engineer. 4. Allow sufficient time between coats to assure thorough drying of previously applied paint. 5. Paint new units that are to be bolted together and to structures prior to assembly or installation. 3.13 SHOP PRIMED SURFACES A. Shop primed items shall be inspected at the jobsite for compliance with these Specifications. 1. Schedule inspections with Engineer in advance. 2. Areas of chipped, peeled, or abraded primer shall be hand or power sanded feathering the edges. 3. Areas shall then be spot primed with the specified primer. 1 FY022104 Executive Hangar Complex Section 09900- 7 • B. Prior to application of finish coats, shop primed surfaces shall be cleaned free of dirt, oil, and grease, and a mist coat, 3.0 mil dry film thickness, of the specified primer applied, ' complete. C. Holdback areas for welding shall be prepared and primed, after welding, as required for the specified paint system. D. Application of primer shall be in accordance with manufacturer's instructions. 3.14 MANUFACTURER APPLIED PAINT SYSTEMS A. Abraded areas on factory finished items: Repair in strict accordance with the equipment manufacturer's directions. B. Repaired areas shall be carefully blended into the original finish. 3.15 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. 1. Additional coats may be required to obtain the minimum required paint thickness, depending on method of application, and atmospheric conditions. 2. Maximum film build per coat shall not exceed the coating manufacturer's recommendations. 3. Perform electrical inspection and film thickness measurements on coated surfaces with properly calibrated instruments. 4. Recoat and repair as necessary for compliance with the Specifications. 5. Coatings will be subject to inspection by Engineer and coating manufacturer's representative. 6. Particular attention shall be given edges, angles, flanges, where insufficient film thicknesses are likely to be present, ensure proper millage in these areas. 7. After repaired and recoated areas have dried sufficiently, final tests will be conducted by the Engineer. 8. Coating thickness specified in mils will be measured with a magnetic type dry film thickness gage; Mikrotest, supplied by Nordson Corporation, Anaheim, CA. I 9. Finish coat (expect zinc primer and galvanizing) will be tested for holidays and discontinuities with an electrical holiday detector, low voltage, wet sponge type; Model M-1, manufactured by Tinker and Rasor, San Gabriel, CA. I 10. Each coat will be checked for the correct millage. 11. No measurement will be made under a minimum of 8 hours after application of , coating. 3.16 DAMAGED COATINGS FY022104 Executive Hangar Complex Section 09900- 8 S N 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. 1. Repair of fusion bonded coatings to be as recommended by the original applicator. ' 2. Liquid repair kits to be provided for this purpose by the applicator, as recommended by the coating manufacturer. ' B. Finish coats, including touch-ups, and damage -repair coats shall be applied in a manner which will present a uniform texture and color -matched appearance. ' 3.17 UNSATISFACTORY APPLICATION A. Coatings found to have 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. Visible areas of chipped, peeled, or abraded paint shall be hand or power -sanded feathering the edges. ' 1. The areas shall then be primed and finish coated in accordance with the Specifications. 2. Depending on the extent of repair and its appearance, a finish sanding and topcoat may be required by the Engineer. IC. Work shall be free of runs, bridges, shiners, laps, or other imperfections. Evidence of these conditions shall be cause for rejection. ' D. Defect in the coating system shall be repaired per written recommendations of the coating manufacturer. ' E. Leave staging up until the Engineer has inspected the surface or coating. Staging removed prior to approval by Engineer shall be replaced. 3.18 SHIPPING A. Protect precoated items shipped to the jobsite from damage. B. Coated items shall be battened to prevent abrasion. ' C. Use nonmetallic or padded slings and straps in handling. D. Items will be rejected for excessive damage, in the opinion of the Engineer. I ' FY022104 Executive Hangar Complex 3.19 CLEANUP A. Cloths and waste that might constitute a fire hazard shall be placed in closed metal containers or destroyed at the end of each day. B. Upon completion of the Work, staging, scaffolding, and containers shall be removed , from the site or destroyed in a legal manner. C. Paint spots, oil, or stains upon adjacent surfaces and floors shall be completely removed, , and the entire job left clean. 3.20 APPLICATION SCHEDULE , A. Unless otherwise indicated in the Specifications or on the Drawings, Work shall be painted or coated in accordance with the following application schedule. B. In the event of discrepancies or omissions in the following, request clarification from the Engineer before starting the work in question. C. Submerged Metal: Metal surfaces below a plane of 1 foot above the maximum liquid surface, metal surfaces above the maximum liquid surface which are a part of the immersed equipment, concrete embedded surfaces of metallic items under submerged conditions; wall pipes, pipes, pipe sleeves, weirs, baffles, access manholes, gate guides , and thimbles, interior of solids contact clarifier, and structural steel. This system shall also be on above ground ductile iron pipe, except surface preparation will include a tar , stop on asphalt coated pipe. D. Surfaces which have been factory prepared and primed need only have finish coats field ' applied, unless primer coating is damaged. Coatings manufacturer shall provide appropriate solvent coatings as required for adhesion of finish coats. E. Exposed Metal - Atmospheric: Exposed metal surfaces located outside of structures and ' exposed to weather, except where specified otherwise herein, including, but not limited to, the following: 1. Ferrous metal and related components. F. Surfaces which have been factory prepared and primed need only have finish coats field ' applied, unless primer coating is damaged. G. Aluminum and Dissimilar Metal Insulation: This system shall be used where specified and on the following items or areas: 1. Aluminum in contact with concrete and masonry. 2. Contacting dissimilar metals. END OF SECTION , FY022104 Executive Hangar Complex Section 09900- 10 COATING SYSTEMS Surface Preparation Paint Material Min. Coats, Cover SYSTEM NO. 2 SUBMERGED METAL - DOMESTIC SEWAGE Abrasive Blast, or Polyamide, 1 coat, 2.5 MDFT Centrifugal Wheel Anti -Corrosive, Blast (SP 5) Epoxy Primer Coal Tar Epoxy 2 coat, 16 MDFT 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 Epoxy 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 FY022104 Executive Hangar Complex Section 09900 - 11 PAINT SYSTEM DATA SHEET Attach Technical Data Sheet (if applicable) to this sheet for each paint system submittal. Paint System Number (from Paint System Title (from Spi Coatings Representative_ Surface Preparati Paint Material (Generic) Product Name/Number (Proprietary) Min. Coats Coverage 1 1 I 1 FY022104 Executive Hangar Complex Section 09900- 12 SECTION 11308 GRINDER PUMP STATION PART 1. GENERAL 1.1 SUMMARY A. Section provides for installation of duplex grinder pump station. B. Section Includes: Pumps, motors, pump and motor castings, liftout rail, hoist chains, steel plate wetwell cover with pump hatches, power cords, waterproof junction box, control panel, level controls, and discharge piping. C. Grinder Pumps shall be from single manufacturer. 1.2 RELATED SECTIONS A. Section 02225 - Trench Excavation, Backfill, and Compacting. B. Section 03300 - Cast -in -Place Concrete C. Division 16 - Electrical. 2.1 2.2 i4 PRODUCTS MANUFACTURERS A. Pumps. 1. Hydromatic, HPGF500. 2. Or approved equal. B. Prefabricated Pump Station. 1. Instrument & Supply, Inc. 2. Or approved equal. MANUFACTURED UNITS A. Submersible Grinder Pump: 1. Pumped Fluid: Raw sewage. 2. Cutter/Grinder Mechanism: Hardened and ground stainless steel capable of macerating solids to a fine slurry. 3. Cutting Impeller. 4. Cutter Ring: Reversible to yield new cutting edge. 5. Capable of pumping 80 gpm against a total dynamic head of 45 feet. FY022104 Executive Hangar Complex Section 11308 - 1 • • B. Motors: 1. Sealed, submersible type, 5 hp, 240 volts, 60 Hz with a 1.15 service factor, 3 -phase, 1750 RPM. 2. Either air filled or oil filled. 3. High temperature cut-off switch embedded in motor windings. 4. Pump Seal Chamber: Equip with moisture sensing seal failure probe which will cause a warning light to glow in the control panel in the event of seal leakage. , C. Pump and Motor Castings: 1. High tensile cast iron. 2. Manufacturers standard epoxy coating inside and outside including interior of volute. D. Liftout Rail and Discharge Piping: 1. Pump to be installed and removed by simple upward force on stainless steel lift chain without requiring personnel to enter basin. 2. Stainless steel guide rails, two, 1 0 -inch rails per pump . 3. Stainless steel discharge pipe, 2 -inch in size. 4. Hydraulic sealing ball check valves, with disconnect flanges that allow pump removal. E. Power Cords: I 1. Motor Power and Control Cords: UL and/or CSA approved, sized for horsepower as per NEC. 2. No splices between pump and junction box. 3. Cords: a. Potted into motor and cap with epoxy compound, or grommet. b. Able to withstand a pull of 150 pounds without loosening. F. Control Panel Provided by Pump Supplier: 1. NEMA 3R enclosure with hasp for lock. 2. Flashing red high level alarm light, NEMA 4 rated. 3. 240 -volt, 1 -phase. 4. Provide for each pump: a. Circuit breaker. b. NEMA magnetic starter with quick trip ambient compensated overload. c. H -O -A switch. d. Yellow run light. e. Red seal fail light. I f. Connection terminal strip. 5. Alternator for alternation of pumps. 6. Control circuit breaker. a. Alarm test push button. b. Alarm silence push button. 7. Override circuit to start second pump if water level in basin continues to rise or first pump fails to start. FY022104 Executive Hangar Complex Section 11308-2 ' 8. Schematic Wiring Diagram: Paste to inside cover of box. 9. Terminals: Clearly label with proper designation. 10. Elapsed time meter. 11. Lightning arrestor. 12. Duplex 115 -volt GFI receptacle. 13. Pedestal mounted with cord grip seal connector; provide gas -tight seal between basin and pedestal, if shown on Drawings. G. Level Controls: 1. Electogauge mercury manometer/indicator/controller. 2. Two panel mounted -continuous running oil less compressors. 3. Stainless steel bubbler tube to the lift station basin, 3/4 -inch. 4. Heating system to maintain compressor temperature above freezing. H. Basin Cover: 1. One fourth inch minimum thickness by 6'4" minimum diameter steel cover. 2. Rectangular opening with steel frame and hinged cover. 3. Locking hasp and lifting handle in cover. 4. Stainless steel fasteners. 5. Lift hoist socket. 6. Two inch screened vent with #20 mesh brass screen. 7. Steel to be blast cleaned to near white and to have 8 -mils minimum epoxy paint, per Section 09900. I. Lift Hoist: 1. Provide hoist with 500 lb lift capacity. PART 3. EXECUTION 3.1 INSTALLATION A. Equipment of this Section shall be installed according to manufacturer's instructions and in accordance with the Drawings. B. Manufacturer's representative shall be present during installation and startup. END OF SECTION ' FY022104 Executive Hangar Complex Section 11308-3 SECTION 15012 MISCELLANEOUS TUBING PARTI GENERAL 1.01 SCOPE A. This Section covers the work. necessary for furnishing and installing the miscellaneous hoses, tubing, and accessories, complete. B. Service tubing interconnections shall be completed under this Section. This work must be completed by a licensed plumber. The Contractor is responsible for providing a licensed plumber for this interconnection work. 3. An inspection by the Fayetteville Building Department is required of this service interconnection. The Contractor shall arrange this inspection and shall pay the inspection fee. 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. 1.03 RELATED WORK SPECIFIED AND PERFORMED ELSEWHERE A. Section 15013, Corporation Stops PART II 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. r�l➢�01•l111M*�I"T 6191"I ii[t7 A. Service tubing shall be ;/s", 1", or 1-'/2 inch, as required, Drisco pipe, SDR-9, 200 psi, 5100, ASTM D2737, AWWA C-901. B. Replacement meter settings larger than a residential 5/8" x 3/4" water meter shall require larger tubing sizes, as determined based on the existing service tubing size. ' FY022104 Executive Hangar Complex Section 15012 - 1 I 2.03 TRACE WIRE 1 A. Trace wire shall be 14 gauge insulated copper wire. PART III EXECUTION 3.01 GENERAL , 3.02 3.03 i 1A A. All tubing shall be cut, made up, and installed in strict accordance with the manufacturer's written recommendations, as approved and as further specified herein under. B. Utilize stainless steel inserts at all compression connection points on the tubing. Locations shall include all corporation stops, meter loop connections and any junctions. INSTALLATION I J A. Install 1!h -inch tube from the proposed 8" main to the existing 1 -'h -inch main. ' B. Install 1 -inch tube from the main to single or dual 3s" x 3/4" water meter settings. Install larger tubing for larger meter settings, matching existing tubing sizes. C. Polyethylene tubing shall be installed with a minimum earth cover of 30 inches over the top of the pipeline. Consideration for thermal contraction shall be given by "snaking" the pipeline in the trench. Tracer wire shall be installed on all polyethylene tubing from the corporation stop on the main to the branch piece on the meter setting by either taping or wrapping the tracer wire around the PE tubing at least every 6 ft. Connect service tubing trace wire to the water main trace wire using approved wire nuts. 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. Repairjoints 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. PAYMENT A. Payment for the work under this section will be included as part of the lump sum bid amount stated in the Proposal. No separate or additional payment will be made for providing a licensed plumber for installing the interconnecting service tubing. No separate or additional payment will be made for the inspection fee costs and the work required to coordinate inspection of the interconnection by the City Building Inspection Department. END OF SECTION I I I I I I I I I 17 FY022104 Executive Hangar Complex Section 15012 -2 , S SECTION 15013 MISCELLANEOUS PIPING SPECIALTIES PARTI GENERAL 1.01 SCOPE A. This Section covers the work necessary for furnishing and installing the miscellaneous piping specialties, complete. B. Materials and installation shall conform to the standards issued by the Fayetteville Water Department. 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, 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 addition, the following specific information shall be provided: Shop Drawings: Provide drawings and manufacturer's literature, clearly identified, showing layouts, item specifications, and mounting details. PART II 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. 1] I E A. Three-way fire hydrants shall be 5% -inch Mueller Centurion A-423, traffic model, with 1¼ -inch pentagonal operating nut, 2 -21/2 —inch hose nozzles, 1 -4½ -inch pumper nozzle, and 6 -inch mechanical joint inlet. ' FY022104 Executive Hangar Complex Section 15013 - 1 I 2.03 MIL! TAPPING SLEEVES AND VALVES A. Tapping sleeves shall be sized as indicated on the Drawings and shall be JCM 432, Vinyl coated, or approved equal. Tapping valves shall be Type 115 or 116 in Section 10580, with the exception that one side shall be provided with a flange for connection to the tapping sleeve. TAPPING SADDLES A. All 1-½" service saddles shall be Ford Series S 90 brass tapping saddle with fixed O.D. The outlet threads shall be compatible with AWWA CC Type 1-½" corporation stops. A. Corporation stops shall conform to AWWA C800-84 without a positive stop. The inlet shall be AWWA CC tapered threads and the outlet with a compression coupling. The compression outlet shall utilize a Buna-N beveled gasket to provide a water -tight connection and with a split clamp locking device. The split clamp shall be grooved and provided with a stainless steel screw to draw down the clamp for the prevention of mechanical pullout. The corporations shall be AWWA red brass with precision machined castings and compatible with conventional tapping machines. I I I I I I I H PART III EXECUTION 3.01 GENERAL A. All miscellaneous piping specialties shall be installed in accordance with and in conformance to the applicable requirements of Division 2. 1J 3.02 TAPPING SLEEVE AND VALVES I 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. L1 3.03 FIRE HYDRANTS I A. Install fire hydrants with the pumper nozzle facing the street. Adjust height to finish grade using standard hydrant risers. Paint exposed hydrant barrel, top and nozzle caps with white exterior metal paint containing reflectorized beads. Conform with installation details on the Drawings relative to drain gravel, thrust blocking and other details. I I I I FY022104 Executive Hangar Complex Section 15013 -2 , 3.04 TAPPING SADDLES AND CORPORATION STOPS A. Provide and install saddles and stops with matching threads, and outlet fittings for the applicable service line. Install as recommended by the manufacturer 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. 3.05 TESTING A. Prior to plant startup, all miscellaneous piping specialties shall be inspected for proper connection and satisfactory performance. Each item shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. The Contractor will be held responsible for any damage caused by the testing. xsb'UMMAISWIN A. Payment for the work under this section will be included as part of the lump sum bid amount stated in the Proposal. END OF SECTION FY022104 Executive Hangar Complex Section 15013 - 3 1.97[S Cs)`►f 11%I11 MANUALLY OPERATED VALVES PART I GENERAL REQUIREMENTS 1.01 SCOPE A. This Section covers the work necessary for furnishing and installing the various manually operated valves in the piping systems, complete. B. Materials and installation shall conform to the Standards issued by the Fayetteville Water Department. 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 which contain information and requirements that apply to the work specified herein and are mandatory for this project. PART II 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. ' 2.02 DESIGN FEATURES - BRASS AND BRONZE COMPONENTS H IJ 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. ' FY022104 Executive Hangar Complex Section 15080 - 1 0 ' B. Approved alloys are of the following ASTM designations: 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. C. All gland bolts on iron body valves shall be bronze and shall be fitted with brass nuts. ' 2.03 2.04 2.05 2.06 2. Stainless steel Alloy 18-8 may be substituted for bronze at the option of the manufacturer and with the approval of the Engineer. I 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. VALVE BOXES A. Valve boxes shall be American Flow Control Trench Adaptor 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. All units shall be complete with all necessary bases and accessories. 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. GATE VALVES A. Type 116: Gate valves for buried water service shall be iron body, resilient seat, epoxy lined with mechanical joint ends, nonrising stem, O-ring seal and 2 inch square wrench nut conforming to AWWA C-500. Valves shall be rated for 200 psi and shall be Mueller A-2360-20, American Flow Control Series 2500, or equal. I I I Ti I I I PART III EXECUTION I 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. I I I FY022104 Executive Hangar Complex Section 15080-2 , I I I I I I I I 1] [1 I I I B. Thoroughly clean threads of screwed joints by wire brushing, swabbing or other approved methods. Apply approved joint compound to threads prior to making joints. Joints shall be watertight at test pressures before acceptance. 3.02 PLACING A. Generally, unless otherwise indicated on the Drawings, all valves installed in horizontal runs of pipe having centerline elevations 4 feet 6 inches or less above the finish floor shall be installed with their operating stems vertical. Valves installed in horizontal runs of pipe having centerline elevations between 4 feet 6 inches and 6 feet 9 inches above the finish floor shall be installed with their operating stems horizontal. If adjacent piping prohibits this, the stems and operating handwheel shall be installed above the valve horizontal centerline as close to horizontal as possible. Valves installed in vertical runs of pipe shall have their operating stems orientated to facilitate the most practicable operation, as approved by the Engineer. All buried valves shall be installed with valve boxes in accordance with the details shown on the Drawings. B. Install 2 feet by 2 feet by 4 inches thick concrete pad around the top of all valve boxes. 3.03 ACCESS A. Location of valves shall be as required to provide accessibility for control and maintenance. 3.04 ANCHOR BOLTS A. Anchor bolts for floor stands, stem guides, etc. shall be cast -in -place during concrete placement. Threads shall 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. 1 3.06 PAYMENT A. Payment for the work under this section will be included as part of the lump sum bid amount stated in the Proposal. END OF SECTION FY022104 Executive Hangar Complex Section 15080 - 3 1 • i I I 11 I [1 H I SECTION 16500 ELECTRICAL SPECIFICATIONS GENERAL CONDITIONS The preceding General Conditions are part of these Specifications and this Contractor is referred to them and shall consult them in detail in connection with this part of the work. DRAWINGS AND SPECIFICATIONS The Drawings and Specifications are to be construed according to full intent, meaning and spirit when taken together or separately. Drawings and Specifications taken co -jointly shall be deemed to explain each other and be descriptive of necessary work to be performed under Contract. Any apparent discrepancy in either Drawings or Specifications shall be promptly reported to the Engineer, who is sole interpreter of the meaning of the Plans and Specifications, and his directions shall be followed. Anything shown on the Drawings and not mentioned in the Specifications, or vice -versa, shall be fully executed and carried out same as if mentioned in the Specifications and shown on the Drawings. ' For the sake of brevity these Specifications may omit, at times, phrases such as "Contractor shall furnish and install", "unless otherwise indicated or specified", etc., but these phrases are nevertheless implied. Mention of materials and operations requires the ' Contractor to furnish and install such materials and perform such operations complete to the satisfaction of the Owner. Exceptions are noted herein or shown on the Drawings. SITE INSPECTION AND FAMILIARITY WITH THE PROJECT The Contractor shall inspect the jobsite, study existing conditions, be completely ' familiar with the Drawings and Specifications, and, in general, be fully informed as to work required to complete Contract. No allowance will be made for misunderstanding after Contract is awarded. GFNfPR RFFFRFNCF I F I I For the sake of brevity these Specifications may use the masculine "he", "him" or "his", etc. but shall nevertheless at all times indicate and include both the masculine and feminine gender. FEES, PERMITS, ETC. The Contractor shall pay all fees, licenses, permits, inspections charges, etc. incurred in obtaining services and installing work and shall deliver to Owner at completion of job all permits, inspection reports, etc. IFY022104 Executive Hangar Complex 16500- I • • 1 LAWS. CODES AND ORDINANCES These Drawings and Specifications are to be regarded as minimum requirements. , The Contractor shall further comply with all applicable Federal, State and Local requirements and with the 1999 edition of NFPA 70, National Electric Code. In case of conflicts between governing codes, state laws or local ordinances, the most stringent shall apply. Should the work of the Contractor fail to conform to the governing codes, he shall bring the work to conformance at no additional expense to the Owner. SCOPE OF WORK Furnish all materials and equipment specified or called for on Drawings and Specifications, except as stated otherwise. Furnish all incidental material and equipment not specifically mentioned but essential to make installation in accordance with intent and requirements of Drawings, Specifications and Contract. Work complete from point of service to each and every fixture shown on the Drawings or herein specified with all accessory construction as may be herein itemized or required to make installation complete and ready for service. All material and equipment shall be new, of best quality and design and free from defects. All material and equipment furnished in quantity shall be all of one manufacturer for each item unless otherwise specified. Installation shall be complete including electrical service, steel standards, foundations, mounting brackets, ditches, backfilling, patching, circuit breaker panels, boxes, covers, conduit, grounding, lighting fixtures, etc., connected, adjusted, aimed and ready for service. GUARANTEE ' The Contractor, by acceptance of the Drawings and Specifications and signing ' Contract, acknowledges his acquaintance with all requirements and guarantees that every part going to make up the systems as herein described shall be as specified and will be erected in a most thorough and substantial manner by experienced labor. He guarantees that all conduit and raceway as specified will be free from all obstructions of every description and will be free from holes or breaks and well -bonded ' together at joints. He further guarantees to hold himself responsible for any defects which may develop in any part of the entire system, including apparatus and appliances as provided for under these Specifications, due to faulty workmanship, design or materials for a period of one year from date of final acceptance. Defects arising during this period will be promptly remedied by the Contractor at his expense to the complete satisfaction of the Owner. Lamps shall be excluded from this guarantee, but one complete, new and operative set of lamps for lighting fixtures shall be in place at time of final acceptance. , FY022104 Executive Hangar Complex 16500 -2 ' ' CHARACTER OF SERVICE AND SYSTEM The electrical system shall commence at the point shown on the Drawings on the load side of AEP/SWEPCO pedestal or transformer at a delivery voltage of 480Y/277 volts, three phase, 60 hertz. The Contractor shall make all necessary arrangements with AEP/SWEPCO to have the service provided. ' Any temporary electrical services required by the Contractor shall be metered services installed by the Electrical Contractor. The Contractor shall pay all. costs ' associated with all temporary electrical services, including cost of power. HOUSEKEEPING AND SAFETY Contractor shall remove his rubbish from the premises at intervals and shall maintain the workplace in an orderly and safe manner. On completing his work, and ' prior to submission of final estimate, he shall remove all tools, appliances, material and rubbish from the grounds. ' SPECIAL CARE should be taken in that a 100' wide electric right-of-way crosses the project as outlined on the Drawings. Overhead within this right-of-way are 69,000 volt and 12,470 volt transmission and distribution lines. ' COOPERATION AND COORDINATION ' This Contractor shall install his work without unduly delaying other trades. He shall furnish sufficient labor to accomplish this end. He shall coordinate his work with all other trades so that all electrical work shall be properly installed. The Contractor shall ' verify field and site conditions to determine the precise routing and location of electrical work. ILABOR AND WORKMANSHIP Contractor shall comply with the labor laws of the State of Arkansas and the ' various Acts Amendatory and Supplementary thereto, and other Federal, State and Local laws, ordinances and legal requirements applicable thereto. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their trades. The standard of work required throughout shall be of ' such grade as will bring results of the first class only. Defective work shall be repaired or replaced at no expense to the Owner. ' Mechanics whose work is unsatisfactory to the Owner or are considered by the owner to be unskilled or otherwise objectionable shall be dismissed from the work upon notice from the Owner. I I All manufactured articles, material and equipment listed or described shall be applied, installed, connected, erected, used, cleaned, conditioned and aimed as directed by the Manufacturer and these documents. ' FY022104 Executive Hangar Complex 16500-3 LOCATION OF FACILITIES Locations shown on Drawings are approximate unless dimensioned. Check large- scale details to determine missing dimensions or for explanatory notes. The Contractor shall be responsible for staking pole locations and shall have Engineer verify staked locations before digging of holes for foundations. Approved stakes shall then be protected by Contractor to prevent the necessity of restaking. No pole locations will be allowed within the AEC/SWEPCO 100' right-of-way shown on the Drawings. SUBSTITUTION OF SPECIFIED MATERIALS The Specifications and Drawings make reference to material or equipment supplied by a particular manufacturer. This has been done to establish a minimum standard of acceptance concerning quality, workmanship, reliability, serviceability, etc. It is not the intent to discriminate against an approved equal by other manufacturers. The Contractor shall furnish sufficient detailed information to enable the Owner to determine whether or not the proposed substitute is equal to that appearing in the Specifications or on the Drawings. No substitute item shall be approved without the written consent of the Owner. Any proposed substitute of fixtures and poles must match existing at Baum parking lot across Razorback Road. Any additional work or changes necessitated by the approval and installation of substitute equipment shall be done'by the Contractor without extra cost to the Owner. Any savings shall be passed to the Owner. WIRING METHODS, CONDUIT AND FITTINGS All circuits shall be installed as shown and sized on the drawings in conduit types , shown. EMT connections shall be compression type. Galvanized conduit, EMT and fittings shall be manufactured in accordance with applicable NEMA standards and ASTM specifications. Conduit shall be Republic or equal and fittings shall be Appleton or equal. PVC conduit and fittings shall be joined with solvent cement manufactured for ' that purpose in such a way that as to insure a watertight raceway system. PVC conduit and fittings shall be Carlon or equal. Expansion fittings shall be installed on all conduits passing through expansion joints. t Fixtures shall be wired with cord through cord grip connectors equal to Appleton CO Series. I FY022104 Executive Hangar Complex 16500 - 4 ' C ' All electrical equipment and standards installed on this project shall be properly grounded in accordance with Article 250 of the 1999 National Electrical Code. C [1 H I H I C C I Li 1J Li I Ii 17 I A #10 copper grounding conductor shall be installed in each conduit with lighting circuits and shall run continuously from service ground to each lighting standard and shall be securely bonded to standards. A 5/8" x 8" copperweld ground rod shall be driven at the location shown on the Drawings in undisturbed soil to six inches (6") below grade. LIGHTING FIXTURES, LAMPS AND POLES Contractor to furnish and install lighting fixtures and poles as shown on the Drawings. Lamps shall be GE or equal. WIRE AND CABLE All conductors for lighting circuits shall be stranded copper, type THHN, 600 volt, code grade. Wire shall be sized as shown on the Drawings. Unless otherwise specified on the Drawings, ground wire shall be #10 copper. Fixture hookup cord shall be 16/3 SJEO/SJTE cord. No aluminum conductor will be allowed. LOADCENTERS AND PANELBOARDS Contractor shall provide and install loadcenters and panelboards as indicated on the Drawings. All shall be NEMA 3R, weatherproof. All ground -mounted loadcenters and panelboards shall have provision for padlocking. Each loadcenter or panelboard shall have an integrated equipment short circuit rating of not less than 22,000A IC. Loadcenters and panelboards shall be Square D Type QO, I -LINE, NF or equal. ENCLOSURES, PULLBOXES AND JUNCTION BOXES All enclosures, pullboxes and junction boxes shall be NEMA 3R or NEMA 12 as shown on the Drawings. All conduits shall terminate at boxes with suitable hubs in lieu of locknuts and bushings. All shall be Hoffman or equal. TRENCHING AND BACKFILLING (SERVICE AND FEEDERS) Trenches shall be of such depth so as to provide a full 24" of fill over conduit. Width of trench shall be a minimum of 6"for one feeder, 8" for two feeders, 10" for three feeders and 12" for four feeders. I FY022104 Executive Hangar Complex 16500-5 Bottom ofinished trench shall be free of rock. Ifneessary, this shall be , accomplished by over -excavation and refilling to desired bottom elevation with rock -free material. The first 12" of backfill shall also be free of rock. All fill shall be compacted. Cable and conduit shall be laid neatly parallel in trenches. TRENCHING AND BACKFILLING (SWEPCO PRIMARY CABLE) Trenches shall be of such depth so as to provide a full 48" of fill over conduit. ' Width of trench shall be a minimum of 12". Bottom of finished trench shall be free of rock. If necessary, this shall be ' accomplished by over -excavation and refilling to desired bottom elevation with rock -free material. The first 12" of backfill shall also be free of rock. All fill shall be compacted. Conduit shall be laid neatly parallel in trenches. STEEL LIGHTING STANDARDS Contractor shall furnish steel lighting standards as shown on the Drawings. See Drawings for complete details of concrete foundations. Bolt circle patterns and length of anchor bolts are subject to manufacturer's requirements. Standards shall be perfectly plumbed after erection. I Standards may be framed before erection with mounting brackets and light fixtures. Lamps may not be installed until after pole are set and plumbed. ' AIMING OF LIGHT FIXTURES Fixtures shall be aimed as shown.Arrows on the Drawings indicate aiming direction. Points of arrowheads indicate aiming. Dimensions shown indicate distance of aiming point from base of pole. CUTTING AND PATCHING The Contractor is responsible for all cutting, patching and painting required by electrical work. The Contractor shall arrange with the appropriate sub -contractor for the execution of this work. All cutting, patching and painting shall be in accordance with applicable sections of these Specifications. Cutting of structural members is not allowed unless approved in writing by the Engineer. Factory painted equipment which has been damaged, scratched, or otherwise marred shall be restored to its original condition. ELECTRICAL TESTS AFTER INSTALLATION Before final acceptance will be given by the Owner, Contractor shall make insulation and load tests to assure the proper performance of each circuit. Instruments for such tests shall be furnished by the Contractor. Circuit insulation shall be tested in the presence of the Owner or his representative with a two hundred and fifty (250) volt megohm meter. Each reading shall be recorded. FY022104 Executive Hangar Complex 16500 - 6 ' The current in each pole feeder shall be measured under typical full -load conditions and recorded. All test readings shall be given to the Engineer. ' SUBMITTALS AND SHOP DRAWINGS ' All submittals shall be submitted in seven (7) copies to the Owner. The Owner shall examine these submittals in detail to determine if the material conforms to the Specifications and the Drawings. Written approval of the submittals is required be ' materials may be incorporated into the project. AS -BUILT DRAWINGS ' Contractor shall keep at least one (1) copy of the Drawings at the project at all times. These Drawings shall be annotated (red -lined) as required as the project progresses. Two (2) sets of "as -built" drawings will be prepared at the conclusion of the project. One set shall be delivered to the Engineer and one set shall be delivered to the Plan Room at the University of Arkansas Physical Plant Building, Razorback Road, Fayetteville, Arkansas. I C I I I I I END OF SECTION FY022104 Executive Hangar Complex 16500-7 APPENDIX A OSHA STANDARD FOR EXCAVATION & TRENCHES SAFETY PROGRAM S u I I I I I APPENDIX A OSHA Standard for Excavation and Trenches Safety Program i I I II I I I I I State of Arkansas 2 79th General Assembly 3 Regular Session, 1993 4 By. Senator Kett 5 6 7 8 9 10 11 12 13 14 15 • 16 • 17 18 19 20 • 21 22 23 • 24 25 26 27 23 29 30 31 32 33 34 35 36 As Engrossed: 2110/93 ACT 93 A Bill SENATE BILL 320 For An Act To Be Entitled "AN ACT TO REQUIRE THE INCLUSION IN ALL BIDS FOR PUBLIC WORKS PROJECTS A SEPARATE PRICE PAY ITEM FOR TRENCH OR EXCAVATION SAFETY SYSTEMS; TO INVALIDATE BIDS 16MICH DO NOT CONTAIN SUCH PROVISIONS; TO DECLARE AN EMERGENCY; AND FOR OTHER PURPOSES." Subtitle "AN ACT TO REQUIRE THE INCLUSION IN ALL BIDS FOR PUBLIC WORKS PROJECTS A SEPARATE PRICE PAY ITEM FOR TRENCH OR EXCAVATION SAFETY SYSTEMS." BE IT ENACTED BY THE GENERAL ASSEMBLY OF.THE STATE. OF ARKANSAS: SECTION 1. Whenever any agency of this state or of any county, municipality, or school district, or other local taxing unit or improvement district enters into a contract covered by the provisions of Arkansas Code Si 22-9-202 - 22-9-204 for the making of repairs or. alterations or the erection of buildings or for the making of any other improvements, or for the construction or improvement of highways, roads, streets, sidewalks, curbs, gutters, drainage or sever projects, or for any other construction project in which the public work or public improvement construction project involves any trench or excavation which equals or exceeds five (5) feet in depth, the agency, county, municipality, school district, local taxing unit or improvement district shall require: (1) the current edition of Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System, 29 CFR �J�\ 1926, Subpart F, be specifically incorporated into the specifications for the��c project; and (2) the contract bid form to include a separate pay item for vj 1276 1 0 0 ii As Engrossed: 2110193 SB 320 1 trench or excavation safety systems and be included in the base bid. 2 3 SECTION 2. In the event a contractor fails to complete a separate pay 4 item in accordance with the applicable provisions of Section 1 of this act, 5 the agency, county, municipality, school district, local taxing unit or ' 6 improvement district shall declare that the bid fails to comply fully with the 7 provisions of the specifications and bid documents and will be considered 8 invalid as a non -responsive bid. The owners of the above stated project shall 9 notify the State Department of Labor (Safety Division) of the award of.a 10 contract covered by this act. r I I I I I I I 11 12 SECTION 3. All provisions of this act of general and permanent nature 13 are amendatory to the Arkansas Code' of 1987 Annotated and the Arkansas Code 14 Revision Commission shall incorporate the sane in the Code. 15 16 SECTION 4. If any provisions of this act or the application thereof to 17 any person or circumstance is held invalid, the invalidity shall not affect 18 other provisions or applications of the act which can be given effect without 19 the invalid provisions or application, and to this end the provisions of this 20 act are declared to be severable. 21 22 SECTION 5. All laws and parts of laws in conflict with this act are 23 hereby repealed. 24 25 SECTION 6. Emergency. It is hereby found and determined by the 26 Seventy -Ninth General Assembly of the State of Arkansas that the well-being of 27 Arkansas' craft workers are unnecessarily exposed to the hazards of trench 23 excavation and the immediate passage of this act is necessary in order to 29 protect the health and safety of the Arkansas worker. Therefore, an emergency 30 is hereby declared to exist, and this act being necessary for the immediate 31 preservation of the public peace, health, and safety, shall be in full force 32 and effect from and after its passage and approval. 33 /s/ Senator Keet 34 35 36 Ali 3-j- OOVE(i R 2 vjf176 I • • I. OCCUPATIONAL SAFETY AND HEALTH 1926 Sub art P RECUUTIONS AND PROCEDURES OverviewSubpart? --•--.---... _. Excavations P -l. What are the most frequently cited serious ' 29 CFR 1926.651(1)(2) was deleted by 59 FR 40730, Excavation violations? (January 1, 1990 to dated August 9, 1994 (publication of final rule Subpart April!, 1996) M of Pan 1926 (Fall Protection)). ' 29 CFR 1926.652(aX I) (Protection in Excavations) P-2. What are some effective control measures that 651(k)(1) (Inspections) can used for the serious hazards discussed in P. .6510(2) (Loose Rock/Soil) I? - .651(c)(2) (Means of Egress) I. .651(4) (Vehicular Traffic) A. The com t .6$1(k)(2) (Inspections) P� numer should develop a check list enumerating the items .651(hxl) (WaterAceumulation) listed in P -I and use the list to .651(l(1)(LooseRoek/SoiI) identify and cored unsafe or • 65l(1x2)•(Walkways/Guardrails) unhealthy conditions that exist on a .651(e) (Falling Loads) particular worksite. .651(1)(3) (Adjacent Structures) • .651(IXI)'(Walkways/Cntardrails) B. All excavations including trenches .652(b) (Sloping/Benching Systems) must be shored or sloped that are 5 .651((I)(1XAdjaccnt Structures) feet (1.52 m) in depth, or greater .652(c) (Design/Protective Systems) .652(g)(2) (Shield Systems Requirements (1926.652).eet(1 For n)a de less than 5 feet (1S2 m) in depth, the .652(g)(1) (Shield Systems/General) competent pe person examines the .651(bx4)(UndergroundInstallations) excavation for potential cave-in .651(gxl) (Hazardous Atmospheres) hazards and makes a determination if .651(a) (Surface Encumbrances) protection is needed .652(a)(2) (Protective Systems) (1926.652(a)(i)). I I I I P-1 I II OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P RECUI.&TIONS AND PROCEDURES 1926 Subpart P - Excavations AUTHORITY: Sec. 107, Contract Worker Hours and Safety Standards Act (Construction Safety Act) (40 U.S.C. 333); Sees. 4, 6. 8, Occupational Safety and Health Act of 1970 (29 U.S.C. 653, 655, 657); Secretary of Labor's Order No. 12-71 (36 FR 8754), 8-76 (41 FR 25059), 9-83 (48 FR 35736), or 1-90 (55 FR 9033), as applicable. Section 1926.651 also issued under 29 CFR Part 1911. SOURCE: 54 FR 45959, Oct. 31, 1989, unless otherwise noted (59 FR 40730, Aug. 9, 1994] 1926.650 - Scope, Application, an d Definitions Applicable to this Subpart. (a) Scope and appfeation. This subpart applies to all open excavations made in the earth's surface. Excavations are defined to include trenches. (b) Definitions applicable to this subpart Accepted engineering practices means those requirements which are compatible with standards of practice required by a registered professional engineer. Aluminum Hydraulic Shoring means a pre-engineered shoring system comprised of aluminum hydraulic cylinders (crossbraces) used in conjunction with vertical rails (uprights) or horizontal rails (wales). Such system is designed specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. Benching (Benching system) means a method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces between levels Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or support system, and its sudden movement into the excavation, either by falling orsliding, in sufficient quantity so that it could entrap, bury, or other wise injure and immobilize a person. Conrpetentperson mesas one. who is capable of identifying existing and predictable hazards in the surroundings, or working 'conditions which are Unsanitary, hazardous, or dangerous to employees, and who has authorization to take prompt corrective measures to eliminate them. Oars bracer mean the horizontal members of a shoring system installed perpendicular to the sides of the excavation, the ends of which bear against either uprights or wales. Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth removaL Faces or sides means the vertical or inclined earth surfaces formed as a result of excavation work. Failure means the breakage, displacement, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities Hazardous atmosphere means an atmosphere which by reason of being explosive, flammable, poisonous, corrosive, oxidizing, irritating, oxygen deficient, toxic, or otherwise harmful, may cause death, illness, or injury. Kickout means the accidental release or failure of a cross brace. I i I r Li .1 H I 1. I r P•2 ' I I • • I I OCCUPATIONAL SAFETY AND HEALTH •:'• 1926.650(b) REGULATIONS AND PROCEDURES I I I I I I I Iii I I I I Protective system me ns a method of protecting employees from cave-ins; from material that could fall or roll from an excavation face or into an excavation, or G. the collapse of adjacent structures. Protective systems include support systems, sloping and benching systems, shield systems, and other systems that provide the necessary protection. Ramp means an inclined walking or working surface that is used to gain access to one point from another, and is constructed from earth or from structural materials such as steel or wood. Registered Professional Engineer means a parson who is registered as a professional engineer in the state what the work is to be performed. However, a professional engineer. registered in any state is deemed to be a "registered professional engineer" within the meaning of this standard when'approving designs for "manufactured protective systems" or "tabulated data" to be used in interstate commerce. Sheeting means the members of a shoring system that retain the earth in position and in tuna are supported by other members of the shoring system Shield (Shield system) means a structure that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work progresses. Additionally, shields can be either premanufactured or job -built in accordance with 1926.652(cX3) or (cX4). Shields used in trenches are usually referred to as "trench boxes' or "trench shields.' Shoring (Shoring system) means a structure such as a metal hydraulic. mechanical or timber shoring system that supports the sides of an excavation and which is designed to prevent cave-ins. Sides. Sec Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with differences in such factors as the soil type, P-3 envuonmaual conditions of exposure, and application of surcharge loads Stable rock means natural solid mineral material that can be excavated with vertical sides and will remain intact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the excavation is secured against caving -in or movement by rock bolts or by another protective system that has been designed by a registered professional engineer. Strudrral ramp means a ramp built of steel or wood, usually used for vehicle access. Ramps made of soil or rock are not considered structural ramps. Support systems means a structure such as underpinning, bracing; or shoring; which provides support to an. adjacent .structure, underground installation, or the sides of an excavation. Tabulated data means tables and charts approved by a registered professional engineer and used to design and construct a. protective system. Trench (french excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If forts or other structures are installed or constructed in an excavation so as to reduce the dimension measured from the forms or structure to the side of the excavation to 15 feet (4.6 m) or less (measured at the bottom of the excavation), the excavation is also considered to be a trench. Trench box See "Shield." Trench shield See "Shield" Uprights means the vertical members of a trench shoring system placed in contact with the earth and usually positioned so that individual members do not contact each other. Uprights placed so that individual members are closely spaced, in contact with or interconnected to each other, are often called 'sheeting.' Wales means horizontal members of a shoring I • • 1 I system placed parallel to the excavation face whose sides ber against the vertical members of the shoring system or earth. 1926.651- General Requirements. (a) Surface encumbrances. All surface encumbrances that are located so as to create a hazard to employees shall be removed or supported, as necessary, to safeguard employees. (b) Underground n attadons. • (2) Utility companies or owners shall be contacted within established or customary local response times, advised of the proposed work, and asked to establish the location of the utility underground installations prior to the start of actual excavation. When utility companies or owners cannot respond to a request to locate underground utility installations within 24 hours (unless a longer period is required by state or local law), arcarmot establish the exact location of these installations,the employer may proceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility installations are used. (3) When excavation operations approach the estimated location of underground installations, the exact location of the installations shall be determined by safe and acceptable means. (4) While the excavation is open• underground installations shall be protected, supported or removed as necessary to safeguard employees. (c) Access and egress - P-4 (1) Structural ramps. (v) Structural ramps used in lieu of steps shall be provided with cleats or other sud'ace treatments o the top surface to prevent slipping. (2) Means of egress from trench errnvadons. A stairway. ladder, ramp or other safe meatus of egress shall be located in trench excavations that are 4 feet (1.22 m) or more in depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic Employees exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suitable garments marked with or made of reflectorized or high -visibility material. (c) Exposure to falling loads No ®ploys shall be permitted underneath loads bandied by lifting or digging equipment. Employees shall be required to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling !i 1 I I I I .1 1 I 1 1 [1 I 11 I- 0 I I I I I I I I I OCCUPATIONAL SAFETYAND HEALTH 1926.651(c) RECULkTIONS AND PROCURES materiala.' Operatorsmay retain in the cabs of vehicles being loaded or unloaded when the vehicles arc equipped, in accordance with 1926.601(bx6), to provide adequate protection for the operator during loading and tmloading operations. (t) Warning systemfor mobile equipment When mobile equipment is operated adjacent to an excavation, or when such equipment is required to approach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the excavation, a warning system shall be utilized such as barricades, hand or mechanical signals, or stop logs. If possible the grade should be away from the excavation. (g) Harardousatmospheres - (1) Testing and eontroLL In addition to the requirements set forth in subparts D and E of this part (29 CFR 1926.50 - 1926.107) to prevent exposure to harmful levels of atmospheric contaminants and to assure acceptable atmospheric conditions, the following requirements shall apply: n Where oxygen deficiency (atmospheres containing less than 19.5 percent oxygen) or -a hazardous atmosphere cdss or could reasonably be expected to exist, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby, the atmospheees in the excavation shall be tested before employees enter excavations greater than 4 feet (1.22 in) in depth. (u) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions include providing proper respiratory protection orventilation in aoxrrdance with subparts D and E of this part respectively. (ii) Adequate pwution shall be taken such as providing ventilation, to prevent employee exposure to an atmosphere P-5 • containing a concentration of a fLftmmable gas in excess of 20 percent of the lower flammable limit of the gas. (iv) Whey controls are used that are intended to reduce the level of atmospheric contaminants to acceptable levels, testing shall be conducted as often as necessary to ensure • that the atmosphere remains safe. (2) Emergency rescue equipment (i) Emergency rescue equipment, such as breathing apparatus, a safety harness and line, or a basket stretcher, shall be readily available where hazardous atmospheric conditions exist or may reasonably be expected to develop during work in an excavation. This equipment ' shall be attended when in use. (u) Employees entering bell-bottom pier holes, or .other similar deep and confined footing excavations, shall wear a harness with a lifeline securely attached to it. The lifeline shall be separate from any line used to handle materials. and shall be individually attended at all times while the employee wearing the lifeline is in the excavation. (b) Protectonfron hazards associated with wafer accunudadon. (1) Employees shall not work in excavations in which there is accumulated water, or in excavations in which water is accumulating, unless adequate precautions have been taken to protect employees against the hazards posed by wateraccumulation. The precautions necessary to protect employees adequately vary with each situation, but could include special support or shield systems to protect from cave-ins, water removal to control the level of accumulating water, or use of a safety harness and lifeline. (2) If water is controlled or prevented from accumulating by the use of water removal equipment, the water removal equipment and I I OCCUPATIONAL SAFETY AND HEALTH 1926.651(h)(2) RECUL&TIOtiS AND PROCEDURES operations shall be monitored by a competent is provided to, protect , employces from the .. person to ensure proper operation possible collapse of such structures 1 (3) If excavation work interrupts the natural C Protection of employees from loose rock or drainage of surface water (such as streams), soil diversion ditches, dikes, or other suitable means shall be used to prevent surface water from _ (1) Adequate protection shall be provided to entering the excavation and to provide adequate protect employees from loose rock or soil that drainage of the area adjacent to the excavation. couldpose ahazard by falling or rolling from an Excavations subject to runoff from heavy rains excavation face Such protection shall consist of will require an inspection by a competent scaling to remove loose material; installation of person and compliance with paragraphs 00(1) . protective barricades at intervals as necessary and (h)(2) of this section on the face to stop and contain falling material; or other means that. provide equivalent () Stability of adjacent structures. protection. (1) Where the stability of adjoining buildings, (2) Employees shall be protected from walls, or other structures is endangered by excavated or other materials or equipment that excavation operations, support systems such as could pose.a hazard.by falling or rolling into shoring, bracing, or .underpinning shall be excavations Protection shall be provided by provided to ensure . the stability of such placing and keeping such materials or structures for the protection of employees. equipment at least 2 feet (.61 m) from the edge of excavations, or by the use of retaining devices (2) ' Excavation below the level of the base or that are sufficient to prevent materials or • footing of any foundation or retaining wall that equipment from • falling or. rolling into could be reasonably expected to pose a hazard excavations, or by a combination of both if to employees shall not be permitted except necessary. when: (k) Inspections. lr) A support system, such as underpinning, is provided to ensure the (1) Daily inspections of excavations, . the safety of employees and the stability of adjacent areas, and protective systems shall be the structure•, or made by a competent person for evidence of a situation that could result in possible cave-ins, (u) The excavation is in stable rock, or indications of failure of protective systems, hazardous atmospheres, or other hazardous (u) A registered professional engineer conditions. An inspection shall be conducted by has approved the determination that the the competent person prior to the start of work structure is sufficiently removed from the and as needed throughout the shift Inspections excavation so as to be unaffected by the shall also be made after every rainstorm or other excavation activity; or hazard increasing occurrence These inspections are only required when employee exposure can (iv) A registered professional. engineer be reasonably anticipated has approved the determination that such excavation work will not pose a hazard to (2) Where the competent person - finds employees, evidence of a situation that could result in a possible cave-in, indications of failure of (3) Sidewalks, pavements and appurtenant protective systems, hazardous atmospheres, or I structure shall not be undermined unless a other hazardous conditions, exposed employees support system or another method of protection shall be removed from the hazardous area until P-6 U I I OCCUPATIONAL SAFETY AND HEALTH 1926.651(10(2) RECUL&TIONS AND PROCEDURES the necess.ry precautions have been taken to slopes and configurations of sloping and benching ' cassretheir safety.._ systems shall be selected and constructed by the employer or his designee and shall be in accordance (I) Fall protection. with the requirements of paragraph (bX1); or, in the I. alternative, paragraph (bX2); or, in the alternative, (I) Walkways shall be provided where paragraph (bX3); or, in the alternative, paragraph employees _ or equipment are required or (bX4), as follows permitted to arras ova excavations. Gurardrails which comply with 1926.502(b) shall be (1) Option (1) -Allowable configurations provided where walkways are 6 feet (1.8 m) or and slopes. more above lower levels. (2) Adequate barrier physical protection shall be provided at all remotely located excavations. All wells, pits, shafts, etc., shall be barricaded. or covered Upon completion of exploration and other similar operations, temporary wells, pits, shafts, etc., shall be bacld'illed. (54 FR 45959, Oct. 31, 1989, as amended by 59 FR 40730, Aug 9. 1994) I 1926.652 - Requirements for Protectiv C Systems. ' (a) Protection ofenrployees in excavations. (1) Each employee in an excavation shall be ' protected from cave-ins by an adequate protective system designed in accordance with paragraph (b) or (c) of this section except when: ' (i) Excavations are made entirely in stable rock:, or ' (i) Excavations are less than 5 feet (1.52 m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. ' (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could reasonably be expected to be applied or transmitted to the system. (b) Design ofsloping and benching systems. The P•7 (i) Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical (34 degrees measured from the horizontal), unless the employer uses one of the other options listed below. 0) Slopes specified in paragraph (b)(1)(i) of this section, shall be excavated to form configurations that are in accordance with the slopes shown for Type C soil in Appendix B to this subpart (2) Option (7) - Determination of slopes and configurations using AppendicesA and B. Maximum allowable slopes, and allowable configurations for sloping and benching systems, shall be determined in accordance with the conditions and requirements set forth in appendices A and B to this subpart (3) Option (3) - Designs using other tabulated data. (i) Designs of sloping or benching systems shall be selected from and in accordance with tabulated data, such as tables and charts. (i) The tabulated data shall be in written form and shall include all of the following: (A) Identification of the parameters that affect the selection of a sloping or benching system drawn from such data; I LI Iil (B) Identification of the limits of • use of the data, to include the magnitude and configuration of slopes determined to be safe; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective system from the data. (di) At least one copy of the tabulated data which identifies the registered professional engineer who approved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made available to the Secretary upon request. (4) Option. (4) - Design by a registered professional engineer. (i) Sloping and benching systems not utilizing Option (1) or Option (2) or Option (3) under paragraph (b) of this section shall be approved by a registered professional engineer. (i) Designs shall be in written form and shall include at least the following: (A) The magnitude of the slopes that were determined to be safe for the particular project; (B) The configurations that were determined to be safe for the particular project; (C) The identity of the registered professional engineer approving the design. (jii) At least one copy of the design shall be maintained at the jobsite while the slope is being constructed. After that time the design need not be at the jobsite, but a copy shall be made available to the Secretary upon request. (e) Design ofsupport sysfarq shield systems, and odrerprotective systems Designs of support systems , shield systems, and other protective systems shall be selected and constructed by the employer or his designee and shall be in accordance with the requirements of paragraph (cxl); or, in the alternative, paragraph (c)(2); or, in the alternative, paragraph (cX3); or, i the alternative, paragraph (e)(4) as follows: (1) Option (I) -Designs using appendices A, C and D. Designs for timber shoring in trenches shall be determined in accordance with the conditions and requirements set forth in appendices A and C to this subpart Designs for aluminum hydraulic shoring shall be in accordance with paragraph (cX2) of this section,. but if manufacturers tabulated data cannot be utilized, designs. shallbe in accordance with appendix D. (2) Option (2) Designs Using Manufacturer's Tabulated Data. (I) Design of support systems, shield systems, or other protective systems that are drawn from manufacturers tabulated data shall be in accordance with all specifications, recommendations, and limitations issued of made by the manufacturer.-' (i) Deviation from the specifications, recommendations, and limitations issued or made by the manufacturer shall only be allowed after the manufacturer issues specific written approval. (iii) Manufacturer's specifications, recommendations, and limitations, and manufacturer's approval to deviate from the specifications, recommendations, and limitations shall be in written form at the jobsite during construction of the protective system After that time this data may be stored off the jobsite, but a copy shall be made available to the Secretary upon request. (3) Option (3) - Designs using other tabulated data. I I I J II I I I I p -s 1 L • • I OCCDPATIONAL SAFETYAND REALTH : 1926.652(c)(3) (1). REGULATIONS AND PROCEDURES I I I I D 1l I I I I I I I I n ' Designs of support systems, shield systems, or other protective systems shall be selected from and be in accordance with tabulated data, such as tables and charts (u) The tabulated data shall be in written form and include all of the following (A) Identification of the parameters that affect the selection of a protective system drawn from such data: (B) Identification of the limits of use of the data (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective system from the data (ure) . At least one copy of the tabulated data, which identifies the registered professional engineer who approved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsitc, but a copy of the data shall be made available to the Secretary upon request. (4) Option (4) - Design by a registered professional engineer. (d) (i) Support systems, shield systems, (e) and other protective systems not utilizing Option 1, Option 2 or Option 3, above, shall be approved by a registered professional engineer. (ii) Designs shall be in written form and shall include the following: (A) A plan indicating the sizes, types, and configurations of the materials to be used in the protective system; and. P-9 (B) " The'identify of the registered professional engineer approving the design. . (ill) At least one copy of the design. shall be maintained at the jobsite during construction of the protective system. After that time, the design may be stored off the jobsitc, but a copy of the design shall be made available to the Secretary upon request Materials and equipment (1) • Materials and equipment used for protective systems shall be free from damage or defects that might impair their proper function. (2) • Manufactured materials and equipment used for protective systems shall be used and maintained in a manner that is consistent with the recommendations of the manufacturer, and in a manner that will prevent employee exposure to hazards. (3) Whea material or equipment that is used forprotective systems is damaged, a competent person shall examine the material or equipment and evaluate its suitability for continued use. If the competent person cannot assure the material or equipment is able to support the intended loads or is otherwise suitable for safe use, then such material or equipment shall be removed from service, and shall be evaluated and approved by a registered professional engineer before being returned to service. Installation and removal ofsupport - (1) GeneraL (i) Members of support systems shall be securely connected together to prevent sliding, falling, kick -outs, or other predictable failure. u Support systems shall be installed and removed in a manner that protects employees from cave-ins, structural collapses, or from being struck by S • I I OCCUPATIONAL SAFETY AND HEALTH . 1926.652(e) (1)(m-) ::• . REGULATIONS AND PROCEDURES .. members of the support system. (ih) Individual members of support systems shall not be subjected to loads exceeding those which those members were designed to withstand. (g) Shield systenu - (iv) Before temporary removal of • individual, members begins, additional • precautions shall be taken to ensure the safety of employees, such as installing other structural members to carry the . loads imposed on the support system. (v) Removal shall begin at, and progress from, the bottom of the • excavation Members shall be released slowly so as to note any indication of possible failure of , the remaining members of the structure or. possible cave-in of the sides of the excavation (v) ' Back6 ling shall progress together with the removal of support systems from excavations. (2) Additional requirements for support systems for trench excave bons. (i) Excavation of material to a level no greater than 2 feed (.61 m) below the bottom of the members of a support system shall be permitted, but only if the system is designed to resist the forces calculated for the full depth of the trench, and there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the support system. (i) Installation of a support system shall be closely coordinated ttith the excavation of trenches. (t) Sloping and benching systems. Employers shall not be permitted to work on the faces of sloped or benched excavations at levels above other employees except when employees at the lower levels are adequately protected from the hazard of falling, rolling. or sliding material or equipment. P-10 (1) General n Shield . systems shall not be subjected to loads exceeding those which the system was designed to withstand. (d) Shields shall be installed in a manner to restrict lateral or other hazardous movement of the shield in the event of the application of sudden lateral loads • (iv) Employees shall not be allowed in shields when shields axe being installed, rtiazoved, or moved vertically. (2) . Additional requirement for shield systems used in trench exeavations. Excavations of earth material to a level not greater than 2 feet (.61 m) below the bottom of • a shield shall be permitted, but only if the shield is designed to resist the forces ealculat6d for the frill depth of the ttcneb, and there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the shield. I I L� F-1 [1 I I I I I I I • OCCUPATIONALSAFETYAND HEALTH 1926 Subpart P App A ..-.. REGULATIONS AND PROCEDURES 1926 Subpart P App A - S oil Classification (a) Scope and application - (1) Scapa This appendix describes a method ' of classifying soil and rock deposits based on site and environmental conditions, and on the strict ue and composition of the earth deposits. ' The appendix contains definitions, sets forth requirements, and describes acceptable visual and manual tests for use in classifying soils. . I I El I1 I I1 I I I I • (2) Appfeadoa This appendix applies when • a sloping or benching system is designed in accordance with the requirements set forth in 1926.652(b)(2) as a method of protection for employees from cave-ins..This appendix also applies when timber shoring for excavations is designed as a method of protection from cave-ins in accordance with appendix C to subpart P of part 1926, and when aluminum hydraulic shoring is designed in accordance with appendix D. This Appendix also applies if other protective systems are designed and selected for use from data prepared in accordance with the requirements set forth in 1926.652(c), and the use of the data. is predicated on the use of the soil classification system set forth in this appendix. (b) Defmidons The definitions and examples given below are based on, in whole or in part, the following; American Society for Testing Materials (ASTM) Standards D653-85 and D2488; The Unified Soils Classification System; The U.S. Department of Agriculture (USDA) Textural Classification Scheme; and The National Bureau of Standards Report BSS -121. Cemented soil means a soil in which the particles arc held together by a chemical agent, such as calcium carbonate, such that a hand -size sample cannot be crushed into powder or individual soil particles by finger pressure. Cohesive soil means clay (fine grained soil), or soil with a high clay content, which has cohesive strength. Cohesive soil does not crumble, can be excavated with vertical sideslopes, and is plastic when P-11 moist Cohesive soil is hard to break up when dry, and exhibits significant cohesion when submerged. Cohesive soils include clayey silt, sandy day, silty clay, clay and organic clay. Dry soil means soil that does not exhibit visible signs of moisture content. Fissured means a soil material that has a tendency to break along definite planes of fracture with little resistance, or a material that exhibits open cracks, such as tension cracks, in an exposed surface. Granular soil means gravel, sand, or silt (coarse grained soil) with little or no clay content. Granular soil has no cohesive strength. Some moist granular soils exhibit apparent cohesion. Granular soil cannot be molded when moist and crumbles easily when dry. Layered system means two or more distinctly different soil or rock , types arranged in layers. Micaceous seams or weakened planes in rock or shale are considered layered. Moist soil means a condition in which a soil looks and feels damp. Moist cohesive soil can easily be shaped into a ball and rolled into small diameter threads before crumbling. Moist granular soil that contains some cohesive material will exhibit signs of cohesion between particles. Plastic means a property of a soil which allows the soil to be deformed or molded without cracking, or appreciable volume change. Saturated soil means a soil in which the voids are filled with water. Sawratiordois not require flow. Saturation, or near saturation, is necessary for the proper use of instruments such as a pocket penetroneterm or sheer vane. Soil classfcation system means, for the purpose of this subpart, a method of categorizing soil and rock deposits in a hierarchy of Stable Rock, Type A. Type B, and Type C, in decreasing order of stability. The categories are determined based on an analysis of the properties and performance characteistics of the deposits and the characteristics of • I OCCUPATIONAL SAFETY AND HEALTH r.. ;1926 Subpart P App A REGULATIONS AND PROCEDURES the deposits and the environmental conditions aposnt Stable rock means natural solid mineral matter that can be excavated with vertical sides and remain intact while exposed. Submerged soil means soil which is underwater or is free seeping. Type A means cohesive soils with an tmoonflned, compressive strength of 1.5 ton per square foot (tsf) (144 kPa) or greater. Examples of cohesive soils m: clay, silty clay, sandy clay, clay loam and, in some cases, silty clay loam and sandy clay loam Cemented soils such as caliche and hardpan are also considered Type A However, no soil is Type A if: n The soil is fissured; or (u) :. The soil is subject to vibration from heavy traffic, pile driving. or similar effects, or (ii) The soil has been previously disturbed; (lv) The soil is part of a sloped, layered system where the layers dip into the excavation on a slope of four horizontal to one vertical (4)!:IV) or greater, or (v) The material is subject to other factors that would require it to be classified as a less stable material Type B meanr. (i) Cohesive soil with an unconfined compressive strength greater than 0.5 tsf (48 kPa) butle than 1.5 tsf (144 kPa); or Wet soil means soil that contains significantly (i) Granular cohesionles soils including: more moisture than moist soil, but in such a range of angular gravel (similar to crushed. rock), silt, silt values. thatcohesive material will slump or begin to loam, sandy loam and, in some cases, silty clay flow when vibrated. Granular material that would loam and sandy clay loam. exhibit cohesive properties when moist will lose those cohesive properties when wet. (iii) Previously disturbed soils except those which would otherwise be classed as Type C (c) Requirements - soil (iv) Soil that meets the 'unconfined compressive strength . or cementation requirements for Type A, but is fissured or subject to vibration; or (v) Dryrock that is not stable, or (vi) Material that is partof a sloped, layered system where the layers dip into the excavation on a slope less steep than four horizontal to one vertical (4H:1 V), but only if the material would otherwise be classified as Type B. Type Cmeanr (i) Cohesive soil with an unconfined • compressive strength of 0.5 tsf (48 kPa) or less; or •. (u) ' Granularsois including gavel, sand; and loamy sand; or (iii) Submerged soil or sod from which water is fieely seeping; or . . (iv) Submerged rock that is not stable, or (v) Material in a sloped, layered system where the layers dip into the excavation or a' slope of four horizontal to one vertical (4H:1 V) or steeper. Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be determined by laboratory testing, or estimated in the field using a pocket penetrometer, by thumb penetration tests, and other methods. (1) Cactifreation of soil and rock deposits. P-12 I I I P I I U I I I 11 I I I DJ I I • • I OCCUPATIONAL SAFETY AND HEALTH 1926 SubpartP APP A •.-,.•REGULATIONS AND PROCEDURES Each soil and rock deposit shall be classified by a competent person as Stable Rock,.Type A, Type B. or Type C in accordance with the definitions set forth in paragraph (b) of this appendix. (2) Barirofelassifwadon. The classification of the deposits shall be made based on the t results of at least one visual and at least one manual analysis. Such analyses shall be conducted by a competent person using tests described in paragraph (d) below, or in other recognized methods of soil classification and testing such as those adopted by the Americn. Society for Testing Materials, or the U.S. ' Department of Agriculture textural classification rysren (3) Vtrualand manual analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this appendix, shall be designed and conducted to provide sufficient quantitative and qualitative • information as may be necessary to identify properly the properties, factors, and conditions ' affecting the classification of the deposits. (4) Layered rystener. Ina layered system, the system shall be classified in accordance with its ' weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. ' (S) Reclars feadon. If, after classifying a deposit, the properties, factors, or conditions affecting its classification change in any way, the changes shall be evaluated by a competent person. The deposit shall be reclassified as necessary to reflect the changed circumstances. ' (d) Acceptable visual and manual tuts - (1) Iruualtenr. Visual analysis is conducted to determine qualitative information regarding the excavation site in general, the soil adjacent to the excavation, the soil forming the sides of the open excavation, and the soil taken as samples from excavated material. (i) Observe samples of soil that are P-13 excavated and soil in the sides of the excavation. Estimate the range of particle sizes and the relative * amounts of the particle sizes. Soil that is primarily composed of fine-grained material material is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material (ii) Observe soil as it is excavated. Soil that remains in clumps when excavated is cohesive Soil that breaks up easily and does not stay in clumps is granular. (iii) Observe the side of the opened excavation and the surface area adjacent to the excavation. Crack -like openings such as tension cracks could indicate fissured material If chunks of soil spall off a vertical side, the soil could be • fissu ed. Small spells are evidence of moving ground and •are indications of potentially hazardous situations. (iv) Observe the area adjacent to the excavation and the excavation itself for evidence of existing utility and other underground structures, and to identify previously disturbed soil (v) Observed the opened side of the excavation to identify layered systems Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Observe the area adjacent to the excavation and the sides of the opened excavation for evidence of surface water, water seeping from the sides. of the excavation, or the location of the level of the water table. (vii) Observe the area adjacent to the excavation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. I I I OCCUPATIONAL SAFETY AND HEALTH - 1926 Subpart P App A REGULATIONS AND PROCEDURES (2) Manual tests. Manual analysis of soil samples is conducted to determine quantitative as well as qualitative properties of soil and to provide more information in order to classify soil propedR (i) - Plasticity. Mold a moist or wet sample of soil into a ball and attempt to roll it into threads as thin as 1/8 -inch in diameter. Cohesive material can be successfully rolled into threads without crumbling. For example, if at least a two inch (50 mm) length of 1B -inch thread can be held on one end without tearing. the soil is cohesive. (d) Drystrength. If the soil is dry and crumbles on its own or with moderate pressure into individual gains or fine powder, it is granular (any combination of gravel, sand, or silt). lithe soil is dry and falls into clumps which break up into smaller clump; but the smaller clumps can only be broken up with difficulty, it may be clay in any combination with gravel, sand or silt. lithe dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no. visual indication the soil is fissured, the soil may be considered unfissured. (iii) Thumb penetration. The thumb penetration test can be used to estimate the unconfined compressive strength of cohesive soils (This test is based on the thumb penetration test described in American Society for Testing and Materials (ASTM) Standard designation D2488 - 'Standard Recommended Practice for Description of Soils (Visual -Manual Procedure)') Type A soils with an unconfined compressive strength of 1.5 tsf can be readily indented by the thumb; however, they can be penetrated by the thumb only with very great effort. Type C soils with an unconfined compressive strength of 0.5 tsf can be easily penetrated seven! inches by the thumb, and can be molded by light finger P-14 pressure. This test should be conducted on en undisturbed soil sample, such as a large clump of spoil, as soon as practicable after excavation to keep to a minimum the effects of exposure to drying influences If the excavation is later exposed to wetting influences (rain. flooding), the classification of the soil must be changed accordingly. Cv) Otherstrength tests. Estimates of 'unconfined compressive strength of soils • canalso be obtained by use of a pocket • peaettometcrorby using a hardoperated shearvane. (v) Drying test The basic purpose of the drying tat is to dif ereatiate between • cohesive material - - with fissure; unfissured -cohesive • material, and granular material. The procedure for the drying test involves drying a sample of soil that is approximately one inch thick (2.54 cm) and six inches (1524 cm) in diameter until it is thoroughly dry: (A) If the sample develops cracks as it dries, significant fissures are indicated (B) Samples that dry without cracking ate to be broken by hand. If considerable force is necessary to break a sample, the soil has significant cohesive material content The soil can be classified as an unfissured cohesive material and the unconfined compressive strength should be determined (C) If a sample breaks easily by hand, it is either a fissured cohesive material or a granular material. To distinguish between the two, pulverize the dried clumps of the sample by hand or by stepping on them If the clumps do not pulverize easily. the material is cohesive with fissures. If they pulverize easily into very I LIB I I LI I I L I I I • • OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App B REGULATIONS AND PROCEDURES small fragments, the material is A to subpart P of part 1926. • granular. (2) Maximum allowable slope. The maximum allowable slope for a soil or rock 1926 Subpart P App B - Sloping and deposit shall be determined from Table B-1 of Benching. _ ' (3) Actual slope. (a) Scope and application. This appendix contains (i) The actual slope shall not be specifications for sloping and benching when used as steeper than the maximum allowable ' methods of protecting employees working in slope. excavations from cave-ins. The requirements of this appendix apply when the design of sloping and ('d) The actual slope shall be less steep • ' beaching protective systems is to be performed in than the max mum allowable slope, when accordance with the requirements set forth in there are signs of distress. If that situation 1926.652(b)(2). occurs, the slope shall be cutback to an actual slope which is at least 1/2 (b) DefuridonL horizontal to one vertical (112H:1 V) less steep than the maximum allowable slope. Actual slope means the slope to which an • ' excavation face is excavated. (h) When surcharge loads from stored material or equipment, operating Distress means that the soil is in a condition equipment, or traffic are present, a where a cave-in is imminent or is likely to oceta. competent person shall determine the Distress is evidenced by such phenomena as the degree to which the actual slope must be development of fissures in the face of or adjacent to an reduced below the maximum allowable open excavation; the subsidence of the edge of an slope, and shall assure that such • excavation; the slumping of material from the face or reduction is achieved. Surcharge loads the bulging or heaving of material from the bottom of from adjacent structures shall be an excavation; the walling of material from the face of evaluated in accordance with ' an excavation; and ravelling, i.e., small amounts of 1926.6510. material such as pebbles or little clumps of material suddenly separating from the face of an excavation and (4) Configurations. Configurations of trickling or rolling down into the excavation, sloping and benching systems shall be in • accordance with Figure B-1. • Maximum allowable slope means the steepest incline of an excavation face that is acceptable for the most favorable site conditions as protection against cave-ins, and is expressed as the ratio of horizontal distance to vertical rise (WV). ' Short term exposure means a period of time less than or equal to 24 hours that an excavation is open ' (e) Requirements - (1) Soil clarsifuatwrn Soil and rock deposits shall be classified in accordance with appendix ' P-15 II OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App B .. .. "' ...... . . . - REGULATIONS AND PROCEDURES TABLE B-1 • MAXIMUM ALLOWABLE SLOPES SOIL. OR ROCK TYPE I MAXn9UM ALLOWABLE SLOPES (H:V)(1) FOR EXCAVATIONS LESS THAN 20 FEET DEEP(3) STABLE ROCK VERTICAL (90 Deg.) TYPE A (2) 3/4:1 (53 Deg.) TYPE B . 1:1 (45 Deg.) TYPE C 1 1/2:1 (34 Deg.) .. 1 1: Numbers shown in parentheses next to.maxinum allowable slopes.. are angres expressed in degrees from the horizontaL Angles have been rounded o& 2. A abort -term maximum allowable slope of 1/2H:1V (63 degrees) is allowed in excavations in Type A soil that are 12 feed (3.67 m) or lase in depth. Short-term maxanana allowable slopes for excavations greater than 12 feet (3.67 m).in depth shall be 3/4H:1V (53 degrees). 3.. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. Figum B-1 Slope Configurations (All Slopes stated below are lathe horizontal to vertical ratio) B-1.1 Excavations made in Type A soil 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of 3/4:1. I I P-16 I II OCCUPATIONALSAFETYANDHEALTH - 1926 Subpart PApp B • - REGULATIONS AND PROCEDURES I 20' Max. \\\1 1 A SIMPLE SLOPE - GENERAL Exception: Simple slope excavations which are open 24 hours or less (short term) and which are 12 feet or less in depth shall have a maximum allowable slope of 12:1. 12' Max. SIMPLE SLOPE - SHORT TERM 2. All benched excavation 20 feet or less in depth shall have a maximum allowable slope of 3/4 to I and matcimum bench dimensions as follows: 20' NI ez cM� P-17 OCCUPATIONAL SAFETY AND HEALTH • 1926 Subpart PApp B REGULATIONS AND PROCEDURES SIMPLE BENCH 2C Max. -- Y S. Max i 3K i C Max. • _________________ MULTIPLE BENCH 3. Al excavations 8 fed or less in depth which have unsupported vertically sided lower portions shall have a maximum vertical side of 3 12 feet 8' Max. 7 J / 11 // 314 3 1r2r4ex. UNSUPPORTED VERTICALLY SIDED LOWER PORTION - MAXIMUM 8i bt I IN DEPTH Al! excavations more than 8 feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1:1 and maximum vertical side of 3 1/2 feet 1r Muc P-18 3 1!" Max. S • ' OCCUPATIONALSAFETYAND HEALTH 1926 SubpartP App B RECUTATIONS AND PROCEDURES ' UNSUPPORTED VERTICALLY SIDED LOWER PORTION - MAXIMUM 12 FT IN EEDEPTH All excavation 20 feet or less in depth which have vertically sided lower portions that are supported or shielded ' shall have a maximum allowable slope of 3/4:1. The support or shield sustem must extend at least 18 inches above the top of the vertical side. I I I I [I I Support or shields stem N _ 2GMs. 18" Min. Total height of vertical side I SUPPORTED OR SF1M DED VERTICALLY SIDED LOWER PORTION 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be in accordance with the other options permitted undo sec. 1926.652(b). B-1.2 Excavations Made in Type B Soil 1. All simple slope excavations 20 feet or less in depth shall have a miimum allable slope of 1:1. 1 2o• aaa. "- — 1 • SAIPLE SLOPE ' 2. All benched excavations 20 feet or less in depth shall have a miimum allable slope of 1:1 and maximum batch dimensions as follows: P-19 I OCCUPATIONAL SAFETY AND HEALTH -- • 1926 Subpart P App B REGULATIONS AND PROCEDURES This bench snowed in cohesive soil only. -2Q Msx. 4 � M¢ SINGLE BENCH This bench snowed in cohesive sal only Mnz 4Maz 1 C. 1 MULTIPLE BENCH 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1:1. Support or shield system 20' M az 18' MuL Total height of vertic al side P-20 I • 1 OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App B ' - REGULATIONS AND PROCEDURES VERTICALLY SIDED LOWEt PORTION ' 4. All other sloped excavations shall be in accordance with the other options permitted in 1926.652(b). ' B-13 Excavations Made in Type C Sod 1. All simple slope excavations 20 feet or 1s -in depth shall have a maximum allowable slope of 1 12:1. 1 7r7 Maz 1112 SIMPLE SLOPE ' 2 All acavation 20 feet or less is depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1 12.1. ' Support or shield system 18 . Mis Total height orvertieal side VERTIC ' AL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the other options permitted in 1926.652(b). ' B-1.4 Excavation Made in Layered Soils I. All excavations 20 feet or less in depth made in layered soils shall have a maximum allowable slope for each layer as set forth below. 1 ' P-21 Ll ' OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App B RECUTATIONS AND PROCEDURES 1• B a1 ' HOVERA 1 >11 A / 1 3/4 COVERA 1 - C s,,/J' 1 C OVER B P-22 I OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App B REGULATIONS AND PROCEDURES A0VFRC C 1 112 BOV RC 2. All other sloped excavations shall be in accordance with the other options permitted in 1926.652(b). P•23 I OCCUPATIONAL SAFETY AND HEALTH 192G SubpartP App C RECULAt1ONS AND PROCEDURES tabular data is presented in paragraph (e) of this • 1926 Subpart P-ApP C Timbe r appendix. ' Shoring for Trenches. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix (a) . Scope.Thisappmdix contains information that I. can be used when timber shoring is provided as a (5) NrL ellancous notations regarding Tables method of protection from cave-ins in trenches that do C-1.1 through C-1.3 and Tables C-2.1 through not exceed 20 feet (6.1 m) in depth. This appendix C-2.3 are presented in paragraph (g) of this must be used when design of timber shoring protective Appendix • systems is to be performed in accordance with 1926.652(cx1). Other timber shoring configumtions-, (d) Basis and limitations of the data - other systems of support such as hydraulic and • . •' pneumatic systems; and other protective systems such (1) Dimensions of timber in embers. as sloping, benching, shielding, and freezing systems must be designed in accordance with the requirements C7 The sizes of the timber members U. set forth in 1926.652(b) and 1926.652(c). listed in Tables C-1.1 through C-1.3 are taken from the National Bureau of (b) Soil ClnnWcation.. In order to use the data Standards (NBS) report,'Recornmended presented in this appendix, the soil type or types in Technical Provisions for Construction ' which the excavation is made must first be determined Practice in Shoring and Sloping of using the soil classification method set forth in Trenches and Excavations' In addition, appendix A of subpart P of this part where NBS did not recommend specific sizes of members, member sizes are I. (c) Presentation of Information. Information is based on an analysis of the sizes required presented in several forms as follows: for use by existing codes and on empirical practice. (1) Information is presented in tabular form .. in Tables C-1.1, C-1.2 and C-13, and Tables (ii) The required dimensions of the' C-2.1. C-22 and C-2.3 following paragraph (g) members listed in Tables C-1.1 through of the appendix. ' Each table presents the C-1.3 refer to actual dimensions and not minimum sizes of timber members to use in a nominal dimensions of the timber. shoring system, and each table contains data Employers wanting to use nominal size only for the particular soil ripe in which the shoring are directed to Tables C-2.1 ' excavation or portion of the excavation is made. through C-2.3, or have this choice under The data are arranged to allow the user the I926.652(c)(3), and are referred to The flexibility to select from among several Corps of engineers, The Bureau of ' acceptable configurations of members based on Reclamation or data from other varying the horizontal spacing of the acceptable sources. crossbraces. Stable rock is exempt from shoring requirements and therefore, no data are (2) Limitation ofappticaton. ' presented for this condition. (t) It is not intended that the timber (2) Information concerning the basis of the shoring specification apply to every • ' tabular data and the limitations of the data is situation that may be experienced in the presented in paragraph (d) of this appendix. and field These data were developed to apply on the tables themselves. to the situations that are most commonly experienced in current trenching practice. ' (3) Information explaining the use of the Shoring systems for use in situations that P-24 1 0 0 1 I OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart PApp C • AECULATIONs AND PROCEDURES are not covered by the data in this based on the horizontal spacing of the crossbraces. appendix must be designed as.specified Instances where a choice of horizontal spacing of in 1926.652(c). crossbracing is available, the horizontal spacing of the crossbraces must be chosen by the user before the size u When any . of the • following of any member con be determined When the soil type, conditions are present, the members the width and depth of the trench, and the horizontal specified in the tables are not considered. spacing of the aossbraces are known, the size and • adequate... Either an . alternate timber vertical spacing of the crossbraces are known, the size shoring system must be designed or .. and vertical spacing of the crossbraces, the size and • another type of protective system vertical spacing. of the wales, and the size and designed in accordance with 1926.652. horizontal spacing of the uprights can be read from the appropriate table. : (A) When loads imposed by structures or by stored material adjacent to the trench weigh in (I) Examplesto IllusUate tse Use 6! Tables C -L1 excess of the load imposed by a two -foot soil through C- 3. surcharge. The term •adjacent• as used here , means the area within a horizontal distance from (1) Example 1. the edge of the trench equal to the depth of the trench. A trench dug in Type A soil is 13 feet deep and five feet wide From Table • (B) When vertical loads imposed on cross C-1.1, for acceptable arrangements of • braces exceed a 240 -pound gravity load timber can be used • distributed on a one -foot section of the center of • the crossbrace. • Arrangement #1 (C) . When surcharge loads are present from Space 4X4 crossbraces at six feet horizontally equipment weighing in excess of 20,000 and four felt vertically. pounds •.. (D) When only the lower portion of a trench Wales are not required is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion Space 3X8 uprights at six feet horizontally. This is sloped at an angle less steep than three arrangement is commonly called'skip shoring.' horizontal to one vertical; or the members are selected firm the tables for use at a depth which Arrangement #2 is determined from the top of the overall trench. and not from the toe of the sloped portion. Space 4X6 aossbraces at eight feet horizontally and four feet vertically. (c) Use of Tables. The members of the shoring system that are to be selected using this information arc Space 8X8 wales at four feet vertically. the cross braces, the uprights, and the wales, where wales are required. Minimum sizes of members are Space 2X6 uprights at four feet horizontally. specified for use in different types of soil. There are six tables of information, two for each soil type. The soil Arrangement #3 type must first be determined in accordance with the soil classification system described in appendix A to Space 6X6 crossbraces at 10 feet horizontally subpart P of part 1926. Using the appropriate table, and four feet vertically. the selection of the size and spacing of the members is then made. The selection is based on the depth and Space 8X 10 wales at four feet vertically. width of the trench where the members are to be installed and, in most instances, the selection is also Space 2X6 uprights at five feet horizontally. P•25 I I I OCCUPATIONAL SAFETY AND HEALTH ' _ RECUL Arrangement #4 Space 6X6 crossbraces at 12 feet horizontally and four feet vertically. Space IOXIO wales at four feet vertically. Space 3X8 uprights at six feet horizontally. (2) Example 2 A trench dug in Type B sotil is 13 feet deep and five feet wide. From Table C-12 three acceptable arrangements of members are listed Arrangement #1 Space 6X6 crossbraces at six fed horizontally and five feet vertically. Space 8X8 wales at five fed vertically. Space 2X6 uprights at two feet horizontally. Arrangement #2 Space 6X8 aossbraces at eight feet horizontally and five fed vertically. Space 10X10 wales at five feet vertically. Space 2X6 uprights at two feet horizontally. Arrangement #3 I. Space 8X8 crossbraces at 10 feet horizontally and five feet vertically. Space 10X12 wales at five feet vertically. ISpace 2X6 uprights at two feet vertically. (3) Example 3. A tratch dug in Type C soil is 13 feet deep and five feet wide. From Table C-1.3 two acceptable arrangements of members can be used. I I P-26 Arrangement #1 Space 8X8 crossbraces at six feet horizontally and five fed vertically. Space 10X12 wales at five feet vertically. Position 2X6 uprights as closely together as possible. If water must be retained use special tongue and groove uprights to form tight sheeting. Arrangement #2 Space .8X10 crossbraces at eight feet horizontally and five feet vertically. Space 12X12 wales at five feet vertically. Position 2X6 uprights in a close sheeting configuration unless water pressure must be resisted. Tight sheeting must be used where water must be retained (4) Example 4. A trench dug in Type C soil is 20 feet deep and 11 fed wide. The size and spacing of members for the section of trench that is over 15 feet in depth is determined using Table C-1.3.Only one arrangement of members is provided. Space SXIO crossbraces at six feet horizontally and five feet vertically. Space 12X12 wales at five feet vertically. Use 3X6 tight sheeting. Use of Tables C-2.1 through C-2.3 would follow the same procedures. (g) Notes for all Tables. 1. Member sizes at spacings other than indicated are to be determined as specified in 1926.652(c), "Design of Protective Systems." 2. When conditions are saturated or submerged use Tight Sheeting. Tight Sheeting refers to the use of specially -edged timber planks (e.g., tongue and OCCUPATIONAL SAFETY AND HEALTH groove) at least three inches thick, steel sheet piling, or similar construction that when driven or placed in position provide a tight wall to resist the lateral pressure of water and to prevent the loss of backfill material. Close. Sheeting refers to the placement of planks side -by -side allowing as little space as possible between them. - 3.. All spacing indicated ismeasured center to center. 4. Wales to be installed with greater dimension horizontal. 5. If the vertical distance from the center of the lowest crossbrace to the bottom of the trench exceeds two and one-half feet, uprights shall be firmly embedded or a mudsill shall be used. Where uprights P-27 1926 Subpart P App C REGULATIONS AND PROCEDURES are embedded, the vertical distance from the center of the lowest aossbrace to the bottom of the trench shall not exceed 36 inches. When mudsills are used, the vertical distance shall not exceed 42 inches. Mudsills are wales that are installed at the tow of the trench side. 6. Trench jacks may be used in lieu of or in combination with timber crossbraces. 7. . Placement of.erossbraces'. 'When the• vertical spacing of crossbraces is four feet, place the top aossbrace no more than two feet below the top of the trench. When the vertical spacing of crossbraces is five feet, place the top crossbrace no more than 2.5 feet below the top of the trench. OCCUPATIONALSAFETYANDHEALTH 1926 SubpartPApp C RECUIaTIONS AND PROCEDURES TABLE C-1.1 TIMBER TRENCH SHORING --MINIMUM TIIv�ERREQUIREMENTS SOILTYPEA Pa a25xH+72psfQftSurcherge) n s r r O v9 •• DEPTH CROSS BRACE UPPJGHIS OF HOR>Z WOTH OFTRVCH VERT. VERT. MAXIMUM ALL07ABL! NOFlZNITALIrAOMG ACO4G UPTO UPTO UP TO UP TO UP TO PACO4 577E ACT{ (Fitt) vim) 4 6 9 17 13 (INI 4 5 618 UP TO _ Nca 5 6 474 474 416 616 676 4 d ... 7x6 UPTO Hot . 8 474 474 416 616 676 4 Reed --- 7x8 TO UPTO 10 476 476 416 676 616 818 7x6 10 UPTO 17 416 416 616 6 676 t 818 7x6 UPTO Hot 10 6 4X4 474 476 t Redd "— 3x8 UPTO 8 426 - 476 616 676 616__j_818 7x6 TO UP TO - 10 676 673 616 618 618 4 8710 1 7x6 13 UPTO U 678 678 .. 10110 3x8 UPTO 15 6 cx 626 6 621 'SIR 4 678 4 3x6 UP TO 8 676 626 626 618 678 j828 4 3x6 TO UPTO 10 828 828 828 878 81I0 4 8110 4 3x6 20 UPTO 12 878 -8X 8 10 -30-X1 OVER 20 SE=HO1E1 •N doakorequallctwshebe:¢La6sacganatussm U)UPSL • • 11L^bfimaedmmhc edeyusaladtcere hnrybe nLssudkwbod. S OCCUPATIONALSAFETYANDHEALTH 1926SubpartPApp C REGUTATIONS AND PROCEDURES i TABLEC-11 TIMBER TRENCH SHORING -- MINIMUM TIMBER REOUIR1vIENTS SOIL TYPE B Pa — 45 X H + 72 psf (2 ft. Surcharge) ••:t- • L!�):��P�17.LNl:IrI•1S yYa�LLL�Yr�_ iu':N. • • t _ I t!!I_ ' Mixed oak or equivalent with a bending strength not less than 850 psi Manufactured mambas of equivalent strength may by substituted for wood. S F TABLE C • 13 TIMBER TRENCH SHORING — MINIIv(UM TI49FR REOUIRPtENNTS $ SOIL TYPE C P = SO XH + 72 psf (21 Surcharge) a . 1a' '7 M1 1 7 1 1' ' 1• 1' • 17 . / nnn Diii Dliii ' i I' ;: I :: I :: I :: I I: I ®�• WHIN I B_ - nil_ Di © I .: Diiln nn®nSWn�nnn nMENEMnnnnnIN ' li ;;I I ;:i ::I I.I I.• ©inn p. "a ihthr nnvn NINE I. nnnnWnW�nn1 * Mixed oak or equirdmt with a bending strength not less thi *S0 psi "bhnutactured members of equivalent strength may by subs`: 'ted for wood. P-30 •OCCUPATIONAL SAFETYAND HEALTH ' .1926 Subpart P App C.. . REGULATIONS AND PROCEDURES TABLE C - 2.1 T. — TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREb G1TS* S0ILTYPE A P(e) = 25 X H f!- 72 psf (2 ft. Smv}mrge) SIZE (S4S) AND SPACING OF MEMBERS'* DEM OF CROSS BRACES WALES _IIPRIGHTS TNCK HORM. WW OFI7EHCH(ILU - VEBT. Z T.- MAXIMUM ALLOWABLE )Wu7LMTAL SIACeYc (Fi__ SPACQfG spArnia �d SPACING ' ere (FEED ♦ c v rT is (i1� (FEM CLOSE 4 S 6 8 DP6TO 474 474 474 474 476 4 Feld Nut Xeq'd 476 5 WIG 8 474 414 414 474 4X6 4 &dd P__d .. 4X8 TO IIP o 10 4X6 4X6 4X6 676 676 4 ex8 4 . 476 nTO. 476 476 474 676 676 4 8Y8 4 - 476 i1P6 0 4%4 4X4 474 6x6 686 4 ! a d 4%10 10 WIG 496 4X6 4X6 676674 4 6X8 4.,'. TO 8 DP 20 676 676 676 686 686 4 on 4 438 10 IS UTO 676 6S 696 686 686 4 8%10 4 476 41(10 WIG 686 674 6X6 676 676 4 6X8 4 376 15 mm 6X6 676 6X6 696 6776 4 8X8 4 3764712 8 TO UP TO 686 676 6101 43S. 688 4 axle 4 376 20 to 1to 2 676 676 67.6 63 63 4 8712 4 396 4%12 OVER 20SEE NOTE 1 ' D0u is fir or equivalent with a blending sinengthh not less than 1500 psi "Manufactured members of equivalent stangthh maybe substituted for wood. P-31 Ll OCCUPATIONAL SAFETY AND HEALTH 1926 SubpartP APP C REGULATIONS AND PROCEDURES TABLEC•2.2 • 2.2 TIIvIDER TRENCH SHORING •- N01 MUM TIMBER REQUIRFNENTS' SOIL TYPE B P(a) =4S X H+72 psf (2 ft Surcharge) DEPTH SIZE (S4S) AHD SPACING OF MEb11BERS *+ OF CROSS BRACES p_ WALES UPRIGHTS EOM wMOPTRI24CH(flU) 571E 4E7tT. MAXIMUM ALL0WABLEH0MICC(TAL SPAORIG TRENCH SPACING SPACING �) SPACING (seen TO UP TO UP i0 UP i0 UP TO (iF1') (FF1j 46 9 12 Is CLOSE 2 3 {' 6 U TO 40 476 476 676 635 5 6 32 4X12 S DP TO 476 476 615 676' 676 5 5 _._ 378 4103 TO D10 (I 476 476 676 6P6 638 S 8710 5 4B 10 See Rote 1 up m 676 676 635 6� 6� S 878 5 376 4710 6 10 IIP TO 678 63ts 8R8 878 3 10%10 S 31L 4710 TO urn 10 6303 6303 878 8103 8m 5 1071? S -_ 376 4710 I. is See Ruth l IO 6101 678 638 0 818 5 8X10 5 475 15 IIP IO 8 6303 603 603 8103 8ID3 5 10X17 5 416 TO IIP10 8X8 818 878 82 8B 5 12112 5 476 20 See Nut: l OVER SE^t NOTE 1 ------ 21) * Dcshs fu or equivalent with ablzn& steeib'th not less titan 1500 psi ** blaz:factuz d membea of egaivalent stn≥no�th maybe substituted for wood P•32 OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App C • REGULATIONS AND PROCEDURES TABIEC-2.3 TMER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS* SOIL TYPE C P(a)= 80 X I-1+ 72 psf (2 ft Surcharge) DEPTH SIZE (S4S) AND SPACING OF MEMBERS+* OF CROSSBRACES WALES UPRIGHTS TRENE HOB. WIDTH OF TRENCH (FEET) g1Bi. gfBL AIAXAMN ALLOWABLE XOIdINRAL nALYel1 SPACING wTo wTo oPTo DPTo U9 To SPACOIG SPACIlIa (Fill) gal) (FEET) • 4 6 9 12 15 Iii CLOSE UPTO 686 6Y6 686 686 8 S 888 • 5 386 5 UPTO S 676 686 676888 852 5 10810 S 374 TO UPTO 686 686 888 8n 888 S 10812 S 376 10 Set Holt 1 UP TO 6 688 688 6D 83 8n S 10810 •-5 476 10 tiplo 8201 988 8 8H8 888 3 10810 s 476 TO S Set . 15 Natal See - Hot& 1 UIPTO 888 8n 8101 8810 8810 S 10812 S 476 15 6 Set TO Rout Set 20 Note I See Rota! OVER SEENOTE 1 -- -- - Donbs fir or equinlerd with abendirr strengthh not less than 1500 psi *" Manufactured members of eglli tt strength maybe substituted for wood P-33 1 9 i I 1 [] I I I I I I I I [1 Li I L I7 OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App D - RECUTATIONS AND PROCEDURES 1926 Subpart P App .D Alurninu in Hydraulic Shoring for Trenches (a) Scope. This appendix contains information that can be used when aluminum hydraulic shoring is provided as a method of protection against cave-ins in trenches that do not exceed 20 feet (6.1m) in depth. This appendix must be used when design of the aluminum hydraulic protective system cannot be performed in accordance with 1926.652(cx2). (b) Soil Classification. ' In order to use data presented in this appendix, the soil type or types in which the excavation is made must first be determined using the soil_ classification method set forth in appendix A of subpar P of part 1926. (c) Presentation of Information. Information is presented in several forms as follows: • (I) Information is presented in tabular form in TablesD-1.1, D-1.2, D-13 and D-1.4. Each table presents the maximum vertical and horizontal spacings that may be used with various aluminum member sizes and various hydraulic cylinder sizes. Each table contains data only for the particular soil type in which the excavation or portion of the excavation is made. Tables D-1.1 and D-12 are for vertical shores in Types A and B soil. Tables D-13 and D-1.4 are for horizontal waler systems in Types B and C soil. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appendix. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. , (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations (Footnotes) regarding Table D-l.l through D-1.4 arc P-34 presented in paragraph (g) of this appendix. (6) Figures, illustratingtypical installations of hydraulic shoring, are included just prior to the Tables. The illustrations page is entitled 'Aluminum Hydraulic. Shoring: Typical Installations' (d) Basis and limitations of the data. (1) Vertical shore rails and horizontal wales are those that meet the Section Modulus requirements in the D-1 Tables Aluminum material is 6061-T6 or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. (i) 2 -inch cylinders shall be a minimum 2 -inch inside diameter with a minimum safe working capacity of no less than 18,000 pounds axial compressive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product manufacturer. (ii) 3 -inch cylinders shall. be a minimum 3 -inch inside diameter with a safe working capacity of not less than 30,000 pounds axial compressive load at extensions as recommended by product manufacturer. (3) Limitation of application. (i) It is not intended that the aluminum hydraulic specification apply to every situation that may be experienced in the field. These data were developed to apply to the situations that are most commonly experienced in current trenching practice. Shoring systems for use in situations that are not covered by the data in this appendix must be otherwise designed as specified in 1926.652(c). (ii) When any of the following conditions are present, the members specified in the Tables are not considered I i • 1 I OCCUPATIONAL SAFETY AND HEALTH • 192G Subpart P Ann D • .. REGULATIONS AND PROCEDURES adequate. ' In this case, an alternative aluminum hydraulic shoring system or other type of protective system must be designed in accordance with 1926.652. (A) When vertical loads imposed on cross braces exceed a 100 Pound gravity load distributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads arc present from equipment weighing in excess of 20,000 pow (C) When only the lower portion of a trench is shores and the remaining portion of the trench is sloped or benched unless. The sloped portion is sloped at an angle less steep than three horizontal to one vatical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables D-1.1, D-12, D-1.3 and D-1.4. The members of the shoring system that are to be selected using this information are the hydraulic cylinders, and either the vertical shores or the horizontal wales. When a waler system is used the vortical timber sheeting to be used is also selected from these tables The Tables D-1.1 and D-1.2 for vertical shores are cued in Type A and B soils that do not require sheeting. Type B soils that may require sheeting, and Type C soils that always require sheeting, are found in the horizontal wale Tables D.1 3 and D-1.4. The soil type must first be determined in accordance with the soil classification system described in appendix A to subpart P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is made. The selection is based on the depth and width of the trench where the members are to be installed. In these tables the vertical spacing is held constant at four feet on center. The tables show the maximum horizontal spacing of cylinders allowed for each size of wale in the wales system tables, and in the vertical shore tables, the hydraulic cylinder horizontal spacing is the same as the vertical shore spacing. (1) Example to Illustrate the Use oft a Tables: (1) Example 1: i A tench dug in Type A soil is 6 feet deep and 3 fed wide From Table D-1.1: Find vertical shores and 2 inch diameter cylinders spaced 8 feet on center (o.c.) horizontally and 4 feet on center (o.c.) vertically. (See Figures 1 & 3 for typical installations) (2) Example 2: A trench is dug in Type B soil that does not require sheeting, 13 feet deep and 5 feet wide. From TableD-12: Find vertical shores and 2 inch diameter cylinders spaced 6.5 feet o.e. horizontally and 4 feet o.c. vertically. (See Figures 1 & 3 for typical installations) (3) A trench is dug in Type B soil that does not require sheeting, but does experience some minor raveling of the trench face. the trench is .16 feet deep and 9 fed wide. From Table D-12: Find vertical shores and 2 inch diameter cylinder (with special ova leaves as designated by Footnote #2) spaced 53 feet as. horizontally and 4 feet o.c. vertically. Plywood (pa Footnote (g)(7) to the D-1 Table) should be used behind the shores. (See Figures 2 & 3 for typical installations.) • (4) Example 4: A trench is dug in previously disturbed Type B soil, with characteristics of a Type C soil, and will require sheeting.. The trench is l8 feet deep. and 12 feet wide 8 foot horizontal spacing between cylinders is desired for working space. From Table D-1.3: Find horizontal wale with a section modulus of 14.0 spaced at 4 feet o.c. vertically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. 3 x 12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (S) Example 5: A trench is dug in Type C soil, 9 feet deep and 4 feet wide. Horizontal cylinder spacing inexcess of 6 feet is desired for working space. From Table D-1.4: Find' horizontal wale withs section modulus of 7.0 and 2 inch diameter cylindersispaced at 6.5 feet o.c. horizontally. Or, find horizontal wale with a 14.0 section modulus and 3 inch diameter P-35 Li I ' OCCUPATIONAL SAFETY AI7 [ ND HEAL 1926 SubpartP App D . REGULATIONS AND PROCEDURES ' cylinder spaced at 10 feet o.c. horizontally. Both wales are spiced 4 feet o.c. vertically, 3x 12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) ' (g) Footnotes, and general notes, for Tables Iv -I.!, D-1.2, D-IJ, and D-1.4. (1) For applications other than those listed in the tables, refer to 1926.652(c)(2) for use of '• manufacaue's tabulated data. For trench depths in excess of 20 feet, refer to 1926.652(c)(2) and 1926.652(c)(3). (2) 2 inch diameter cylinders, at this width, shall have structural steel tube (3-5 x 3.5 x 0.1875) oversleevcs, or structural oversleeves of manufacturer's specification; extending the full, collapsed length. ' (3) Hydraulic cylinders capacities. (1) 2 -inch cylinders shall be a minimum 2 -inch inside diameter with a safe working capacity of not less ' than 18,000 pounds axial compressive load at Maximum CxteLsion Ma imum extension is to include full range of cylinder extensions as recommended by • ' u product manufacturer. (ii) 3 -inch cylinders shall be a minimum 3 -inch inside diameter with a safe work capacity of not less than 30,000 pounds axial compressive load at maximum extension Maximum ' extension is to include full range of cylinder extensions as recommended by product manufacturer. I CJ I I P-36 • :(4) ' AU spacing indicated is measured center to center. (5) Vertical shoring rails shall have minimum section modulus of 0.40 inch. (6) When vertical shores are used, ihere must be a minimum of three shores spaced equally. horizontally, in a group. (7) Plywood shall be 1.125 inch thick softwood or0.75 inch thick, 14 ply, arctic white birch (Finland form). Please note that plywood is not intended as a structural member, but only for prevention of local raveling (sloughing of the trench face) between shores. (8) See appendix C for timber specifications (9) Wales are calculated for simple span conditions. (10) See appendix D, item (d), for basis and limitations of the data. OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App D REGULATIONS AND PROCEDURES i• ALUMINUM HYDRAULIC SHORING • .TYPICAL INSTALLATIONS fl�uam�a vomw.uumax xrn�warcavac Mwuc'nmc /�/ (90flU@47 / / ry1ntATwOm) /' rortaveO< I: ALt III" 4 VMnca II ?MAX P-37 LbS �nrx WAQC OCC JPATIONAL SAFETY AND HEALTH 1926 Subpart P App D ., REGULATIONS AND PROCEDURES TABLED• -1.1 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE A HYDRAULIC CYLINDERS DEPTH MAXIMUM MAXIM JM WIDTH OF TRENCH (FEET) OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP fin (�i,) (Hi) TO12 TO 15 (}- OVER 5 8 UP TO 10 OVER 10 UP TO 8 4 2 INCH DIAMET ER DAMETER 3 INCH 15 DIAMETER ) DIAMETER OVER 15 7 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and gra1 notes onhydrra c shoring. are found in Appendix D, Item (g) Note (1): See Appendix D, Item (gX 1) Note (2): See Appendix D, Item (gX2) L OCCDPATIONAL SAFETY AND HEALTH 1926 Subpart P APP D REGULATIONS AND PROCEDURES TABLED -1.2 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE B HYDRAULIC CYLINDERS DEPTH MAXIMUM •MAXIMUM WIDTH OF TRENCH (FEED OF HORIZONTAL VERTICAL __________ __________ TRENCH SPACING SPACING UP TO 8 OVER 8 UP • OVER 12 UP - 1012 • TO15 • (FEED�D T) -�. OVER 5 .__________ UP TO g 10 OVER 10 6.i 4 2 INCH 2 INCH 3 INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 5.5 UP TO 20 OVER 20 NOTE(1) Footnotes to tables, an&genrnJnotesonhydraulicshoan?,rareioundin.Appendix D, Item (g) Note (1): See Appendix D, Item (gX I) Note (2): See Appendix D, Item (g)(2) P-39 C OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App D REGULATIONS AND PROCEDURES'"' TABLED -1.3 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPES L.r Lll DEPTH OF' TRENCH 1) WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS veRnG 9AONG trill) aCnan MGoums LW(�i WIDTH OF TRENCH ) M(Cm ar S STACVIG (GNalm q UPT08 OVMBUPT012 OVU12UPT015 SOLID SI 1 2Fr. SFr.. HOm R SPACING CYLWOER CLWn HOBIL SPACING CYLINvu G'm HORIL SPACDW W LD! LMf I OVER. UP TO 10 4 3.5 8.0, 2111 8.0 x1H 8.0 3114 — — 3112 7.0 9.0 2 IN 9.0 Kroh 2 9.0 3IN 14.0 12.0 3114 12.0 3IN 12.0 3 IN OVER 10 UPTO 15 4 3.5 6.0 2 I 6.0 NOTD{ET21 6.0 3 IN — 3X12 7.0 8.0 3111 8.0 3111 8.0 3114 14.0 10.0 3114 10.0 3111 10.0 3111 OVER 15 UP TO 20 q 3.5 5.5 2114 5.5 xm? 5.5 3IN 3112 - 7.0 114.0 6.0 3111 6.0 3111 6.0 3IN 9.0 3111 9.0 3111 9.0 3IN OVER 20 NOTE (1) Footnotes to tables, andel notes et}i1y sh re, e Uthtn Appendix D, Item (g) Notes (1): See Appendix D, Item (g (1) Notes (2): See Appendix D, Item (g)(2) * Consult product manufacturer and/or.qualified engineer for.Section Modulus of available wales. P-40 OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App D REGULATIONS AND PROCEDURES TABLED - 1.4 • ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE C WALES HYDRAULIC CYLINDERS rmmupioirrs DEPTH _• OF TRENCH (FEE ) vctacu SPACDrG (Yr'D1J S.crtox MODULUS - (NP)) WIDTH OF TRENCH (FEE!') LHORflSPACDW (oN Ct' rrm) UP TO 8 OVEaa UP TO 22 Ov 12 UP TO 15 sorm 21T. 37t Nawx. vAanc CTtnael Ouurna MUZ. rrwmne CVLYIDIR cia_nia KOWA+ UACUG vtmoec aw+UTla S3� OVER 3.5 6.0 2W 6.0 x 6.0 31N UP To 4 3X12 — 7.0 6.5 2W6.5 BOIL(S)6.5 31H 14.0 10.0 31N 10.0 3 Df 10.0 3 IN 10 OVER 3.5 4.0 2111: 4.0 NO) ' 4.0 31N 7.0 5.5 31N 5.5 31H 5.5 3121 10 UPTO 15 4 - 3X12 - 14.0 8.0 3W 8.0 . 3 D1 8.0 3 IN OVER U UPpTO 4 3.5 3.5 21N 3.5 No1_a1 3.5 3114 3X12 __ - 7.0 .5.0 319 5.0 31N 5.0 311 14.0 6.0 31N 6.0 3W. 6.0 31W 20 OVER20 --NOIEYlr- Footnotes to tables, and general notes on hydraulic sbomg an found is Appendix D. Item (g) Notes (1): See Appendix D, Item (g)(1) Notes (2): See Appendix D, Item (g)(2) 'Consult product manufaetuter and/or qualified engineer for Section Modulus of available wales. P-41 r 0 OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App E REGULATIONS ANDPROCEDURES 1926 SubpartP App E - Alternatives to Timber Shoring I so MAX VERTICAL SPACING 4• VERTICAL RAIL HYDRAULIC CYLINDER It� OOOO Figure 2. Pneumafidhpdralic Shoring U OCCOPATIONAL SAFETY AND HEALTH 1926 Subpart PSAppEE • RECUTATIONS AND PROCEDURES Figure 3. Trench Jacks (Screw Jacks) Figure 4. Trench Shields iZ7 S C 1926 Subpart P App F - Selection of Protective Systems Is there potential for cave-in? PAnnF F The following figures are a graphic summary of the requirements contained in subpart P for excavations 20 feet or less in depth. Protective systems for uscin excavations more than 20 feet in depth must be designed by a registered professional engineer in accordance with sec. 1926.652(b) and (c). Is the excavation more than5 feetin depth? y� I Is the excavation entirely in stable rock? Excavation may be YES made tcith vertical sides. Excavation must be sloped shored or shielded or shielding Go to Figure 2 Go to Figure 3 FIGURE I . PRELIMINARY DECISIONS P-44 S [THIS PAGE INTEtMONALLY LEFT BLANK] P-48 APPENDIX B ARKANSAS STATE LICENSING LAW FOR CONTRACTORS APPENDIX B Arkansas State Licensing Law for Contractors Pi Arkansas State Licensing Law For Contractors Act 150 of 1965 As Amended by Act: 142 of 1967 293 of 1969 546 of 1971 684 of 1977 1020 of 1979 9275 of 1981 180 of 1985 495 of 1987 26 of 1989 795 of 1989 856 of 1993 553 of 1995 335 of 1997 378 of 1997 Revised May, 1997 • As Amended by Act: 142of1967 293 of 1969 546 of 1971 684 of 1977 1020 of 1979 9275 of 1981 180 of 1985 495 of 1987 26 of 1989 795 of 1989 856 of 1993 553 of 1995 335 of 1997 378 of 1997 An Act to Recodify the Provisions of Act 124, Approved February 24, 1939, and Act 217, Approved March 20, 1945. and Act 153, Approved February 23, 1951 and regulating the Practice of Contracting in the State of Arkansas; to Fix Maximum Salaries and Establish Qualifications for Employees of the Board and to Limit the Number of Employees to be employed by the Board. BE IT ENACTED BY THE GENERAL ASSEMBLY OF THE STATE OF ARKANSAS: CHAPTER 25 CONTRACTORS Subchapter 1 - General Provisions §17-25-101 Definition (a) As used in this chapter. unless the context otherwise requires. "contractor" means any person. firm, partnership. copartnership, association, corporation, or other organization. or any combination thereof, who, for a fixed price, commission. fee, or wage, attempts to or submits a bid to construct, or contracts or undertakes to construct, or assumes charge, in a -1- r supervisory opacity or otherwise, or manages tenstruction. erection, alteration, or repair, or has or have constructed. erected, altered, or repaired, under his, their, or its direction, any building apartment, condominium, highway, sewer, utility. grading, or any other improvement or structure on public or private property for lease, rent, resale, public acoess, or similar purpose, except single-family residences, when the cost of the work to be done, or done, in the State of Arkansas by the contractor including, but not limited to, labor and materials, is twenty thousand dollars ($20,000) or more. However, when a person or entity acts as a contractor in the construction, erection, alteration, or repair of his own or its own property, such action shall not result in the person or entity being required to obtain a license, but the person or entity must ' comply with all other provisions of this subchapter. (b) However, the twenty thousand dollar ($20,000) exception shall not apply to any project of construction in which ' any of the construction work necessary to complete the project, except any in -progress change orders, is divided into separate contracts of amounts less than twenty thousand dollars ($20,000). a purpose being to circumvent the provisions of this ' chapter. (c) It is the intention of this definition to include all improvements or structures, excepting only single family residences. (d) Materials purchased by a prime contractor from a ' third party shall not be considered as part of the subcontractors project, if the prime contractor has the proper classification listed on a current contractors license for the work being performed by the subcontractor. §17-25-102 Exemptions The following shall be exempted from the provisions of this chapter: (1) The practice of contracting as defined in §17-25-101 ' by an authorized representative or representatives of the United States Government, State of Arkansas, incorporated town, city or county, or other political subdivision of this state; ' (2) Architects and engineers; whose only financial interest in a project shall be the architectural or engineering fees for preparing plans, specifications, surveys, and • supervision that is customarily furnished by architects and ' engineers. §17-25-103 Penalties - Enforcement (a) Any contractor shall be deemed guilty of a -2- I L. misdemeanor and shalleiiable to a fine of not less than one hundred dollars ($I00) nor more than two hundred dollars ($200) for each offense, with each. day, to constitute a separate offense, who: (1) For a fixed price, commission, fee, or wage, attempts to or submits a bid or bids to construct or contracts to construct, or undertakes to construct. or assumes charge in a supervisory capacity or otherwise, of the construction, erection, alteration, or repair, of any building, highway, sewer, grading, or any other improvement or structure, when the cost of the work to be done by the contractor including, but not limited to, labor and materials, is twenty thousand dollars ($20,000) or more, without first having procured a license to engage in the business of contracting in this state; (2) Shall present or file the license certificate of another; (3) Shall give false or forged evidence of any kind to the board, or any member thereof, in obtaining a certificate of license; (4) Shall impersonate another, or (5) Shall use an expired or revoked certificate of license. (b) The doing of any act or thing herein prohibited by any applicant or licensee shall, in the discretion of the board, constitute sufficient grounds to refuse a license to an applicant or to revoke the license of a licensee. (c) Regarding any violation of this chapter, the board shall have the power to issue subpoenas and bring before the board as a witness any person in the state and may require the witness to bring with him any book, writing, or other thing under his control which he is bound by law to produce in evidence. (d) No action may be brought either at law or in equity to enforce any provision of any contract entered into in violation of this chapter. No action may be brought either at law or in equity for quantum meruit by any contractor in violation of this chapter. (e) (I) (A) Any contractor who, after notice and hearing, is found by the Contractors Licensing Board to have violated, or used a contractor in violation of, this section shall pay to the board a civil penalty of not less than one hundred dollars ($100) nor more than four hundred dollars ($400) per day for the activity. However, the penalty shall not exceed -3- I I I 1J H I I I I three percent (3%) of the total contract beingformed by the contractor. (B) The penalty provided for in this subsection, plus interest at ten percent (10%) per annum, shall be paid to. the Contractors Licensing Board before the contractor can be issued a license to engage in the business of contracting in this state. In addition to the assessment of the penalty, the Contractors Licensing Board may, upon a finding of a violation of this section, issue an order of abatement directing the contractor to cease all actions constituting a violation of this section. (2) The Contractors Licensing Board shall have the power to withhold approval, for up to six (6) months, of any application from any person who, prior to approval of the application. has been foundin violation of this section. (3) All hearings and appeals therefrom under this section shall be pursuant to the provisions of the Administrative Procedure Act, as amended, §25-15-201 et seq. (4) No proceedings under this section may be commenced by the Contractors Licensing Board after three (3) years from the date on which the act or omission which is the basis for the proceeding occu red. (5) The Contractors Licensing Board shall have the power to file suit in the Circuit Court of Pulaski County to obtain a judgment for the amount of any penalty not paid within thirty (30) days of service on the contractor of the order assessing the penalty, unless the circuit court enters a stay pursuant to the provisions of the section (6) The Contractors Licensing Board shall have the power to file suit in the Circuit Court of Pulaski County to enforce any order of abatement not complied with within fifteen (15) days, excluding Saturdays. Sundays, and legal holidays, of service on the contractor of the order of abatement If the circuit court finds the order of abatement to have been properly issued, it may enforce the order by any means by which injunctions are ordinarily enforced. However, nothing shall be construed herein to diminish the contractor's right to appeal and obtain a stay pursuant to the procedures provided for in this section §17-25-104 Injunction When any contractor not licensed by this board shall engage or attempt to engage in the business of contracting as herein defined, the board shall have the right to go into the proper court in the jurisdiction in which the work is being performed and, upon affidavit, secure a writ of injunction, KI without bond, restrai• and prohibiting the contractor from performance of the work then being done or about to commence. §17-25-105 Form of Indictment In all prosecutions for violations of the provisions of this chapter for engaging in the business of contracting without a certificate of authority, it shall be sufficient to allege in the indictment, affidavit, or complaint that 'A' unlawfully engaged in business as a contractor, without authority from the Contractors Licensing Board, State of Arkansas, to do so." §17-25-106 Grain Bin Exemption The provisions of this section shall not apply to the construction of grain bins on a farm which are to be used solely for the purpose of storing grain harvested by the owner or lessee of the fans. Subchapter 2 - Contractors Licensing Board §17-25-201 Creation - Members (a) There is seated a Contractors Licensing Board, consisting of seven (7) members, who shall be appointed by the Governor. (b) Each member shall be at least thirty-five (35) years of age and must have been a resident of the State of Arkansas for the previous five (5) years. (1) (A) Five (5) members shall be contractors of not less than ten (10) years' experience in responsible charge of construction projects of a magnitude consistent with the duties of their ofees. Each must hold an unexpired contractors license issued under this chapter. Each must, at the time of appointment, maintain his or her principal place of business in Arkansas. (B) At least one (1) member of the board shall have had as a larger part of his business the construction of sewers and waterworks. (C) At least one (1) member of the board shall have had as a larger part of his business the construction of buildings. (D) Al least one (1) member of the board shall have had as a larger part of his business the construction of highways. (2) Two (2) members of the board shall not be actively engaged in or retired from the profession of -5- contracting. One (1) shall represent consumcod one (1) shall be sixty (60) years of age or older and shall represent the elderly. Both shall be appointed from the state at large subject Ito confirmation by the Senate. The two (2) positions may not be held by the same person. Both shall be full voting members but shall not participate in the grading of examinations. ' (c) (1) Members shall serve five-year terms. (2) Terns shall expire on December 31 of the fifth (3) Each member shall hold over after the expiration of his term until his successor shall be duly appointed and ' qualified. (4) If a vacancy shall occur in the board for any muse, it shall be filled by appointment by the Governor. ' (5) The Governor may remove any member of the board at any time for misconduct, incompetency, or neglect of I. duty. (d) Each member of the board shall receive a certificate . of appointment from the Governor and, before entering upon the discharge of the duties of his office, shall file with the ' Secretary of State the constitutional oath of office. (e) (1) Each member of the board shall receive fifty ' dollars ($50.00) per diem while the board is in session and reimbursement for necessary traveling expenses, board, and lodging. (2) Each member of the board shall receive fifty dollars ($50.00) per diem in addition to the per diem provided for in subdivision (1) of this subsection. ' §17-25-202 Organization and Functions (a) The board shall elect a chairman, vice-chairman, and secretary, each to serve in his respective capacity for one (1) 'year. Officers shall be elected by the board annually. (b) The board shall have two (2) regular meetings in each ' year, one (I) meeting shall be in the month of February, and one (1) meeting shall be in the month of August, for the purpose of transacting such business as may properly come before it, on call of the chairman of the board. ' (c) Special or adjourned meetings may be held at such times as the board may provide by the bylaws which it shall adopt, or at such times as the board may, by reasonable resolution, provide. -6- I C' (d) Due notiS each meeting and the time and place thereof shall be given to each member in such manner as the bylaws shall provide. (e) Three (3) members of the board shall constitute a quorum. (f) The board shall adopt a seal for its own use and shall have on it the words, "Contractors Licensing Board State of Arkansas, Seal," and the secretary shall have charge and custody of it. §17-25-203 Powers (a) The board shall have power to make such bylaws, rules, and regulations for its operation as it shall consider appropriate, provided that they arc not in conflict with the laws of the State of Arkansas. (b) All expenses incurred by the board for the administration board. of this chapter are authorized to be paid by the (c) The board, or any committee thereof; shall be entitled to the services of the Attorney General or- other state legal counsel as deemed appropriate, in connection with the operation of the affairs of the board. Additional legal counsel may be employed by the board from time to time as it may deem necessary. §17-25-204 Employees The board shall employ a chief administrative employee, also known as administrator, who shall possess such qualifications as may be determined by the board and who shall serve at the pleasure of the board. In addition, the board may employ such additional professional and clerical employees as may be necessary for the operation of the board and its various functions and pay salaries thereto as may be authorized bylaw. §17-25-205 Disposition of Funds The fees of the Contractors Licensing Board shall be deposited in banks to be used by the board in the manna prescribed by law, similar to the accounts of other examining and licensing boards of the state, and shall be audited under rules and regulations prescribed by the Director of the Department of Finance and Administration. §17-25-206 Records and Reports (a) The secretary shall keep a record of the proceedings of the board -7- • (b) The secretary shall keep a register Applications for license showing for each: ' (I) The date of application, name, qualification, place of business, place of residence; ' (2) Whether the license was granted or refused; (3) A complete transcript of the proceedings, including evidence submitted by applicants, licensees, the ' board, or otherwise, at any hearing. (c) The books and register of this board, including transcripts of proceedings, shall be prima facie evidence of all ' matters recorded therein. A certified copy of such books or register, including transcripts of proceedings, under the seal of the board and attested by its secretary, shall be received in evidence in all courts of the state in lieu of the original. ' (d) A roster showing the names and places of business and of residence of all licensed contractors shall be prepared by the secretary of the board as soon as convenient during the month of August of each year. The roster shall be ordered printed by the board and paid for out of the funds appropriated for the operation of this chapter. ' (c) On or before August 1 of each year, the board shall submit to the Governor a report of its transactions for the preceding year and shall file with the Secretary of State a copy ' of the report, together with a complete statement of receipts and expenditures of the board attested by the affidavit of the chairman and secretary and a copy of the roster of licensed contractors. (1) A record shall be made and preserved by the board of each examination of applicant or licensee. The findings of the board thereon and a certified copy of the record shall be ' furnished to any applicant or licensee desiring to appeal from the findings of the board, as provided in §17-25-312, upon payment of the costs of transcribing the record. ' Subchapter 3 -Licensing §17-25-301 Significance - Proof (a) The issuance of a certificate of license by the board shall be evidence that the person, 6rm, or corporation named therein is entitled to all of the rights and, privileges of a licensed contractor while the license remains unrevoked or ' unexpired. (b) (I) Upon making application to the building ' inspector or other authority of any incorporated city or town in Arkansas charged with the duty of issuing building or other permits for the construction of any building, apartment, 1 -8- I I condominium. utilitlighway, sewer. grading, or any other improvement or structure. when the cost of the work to be done by the contractor, but not limited to labor and materials, is twenty thousand dollars ($20,000) or more, any person, firm, or corporation, before being entitled to the issuance of such permits, furnish satisfactory proof to the inspector or authority that he is duly licensed under the terms of this chapter. (2) It shall be unlawful for the building inspector or other authority to issue or allow the issuance of a building permit unless and until the applicant has furnished evidence that he is either exempt from the provisions of this chapter or is duly licensed under this chapter to carry out or superintend the work for which the permit has been applied. §17-25-302 Limitations The board shall have power to limit the license to the character of work for which the applicant is qualified. §17-25-303 Application - Renewal - Fees (a) (1) Any person desiring to be licensed as a contractor in this state shall make and file with the board thirty (30) days prior to any regular or special meeting thereof. a written application on a form as may then be prescribed by the board, for examination by the board. The application shall be accompanied by payment in a sum to be determined by the board but not to exceed one hundred dollars ($100) to the Contractors Licensing Board, State of Arkansas. (2) The thirty (30) day requirement may be waived by the Contractors Licensing Board provided the contractor has on file with the Contractors Licensing Board a completed original application and proof of successfully completing any examination required. (b) Thereafter an annual renewal license fee to be determined by the board but not to exceed one hundred dollars ($100) shall be paid by each licensee to defray the costs and expenses of the administration of this chapter. §17-25-304 Financial Statement (a) (1) All persons and entities required by this chapter to be licensed by the Contractors Licensing Board shall transmit to the board with their original applications an audited financial statement of the applicant audited by a certified public accountant or registered public accountant (2) All persons and entities licensed by the Contractors Licensing Board shall transmit to the board with renewal applications a financial statement of the applicant -9- 7 I I I H 11 H I I I I I I I I rc'viewed by a certified public accountant or registered public accountant according to American Institute of Certified Public Accountants' Professional Standards. (b) The financial statement so furnished shall not be public information and may not be made available for inspection by any person, unless pursuant to an order of a court of competent jurisdiction. After the contractor is licensed, the Contractors Licensing Board shall have the option of destroying the financial statement by the process of shredding or returning the financial statement to the contractor. §17-25-305 Applicant Qualifications (a) The board, in determining the qualifications of any applicant for original license or any renewal license, shall, among other things. consider the following: (1) Experience; (2) Ability, (3) Character, (4) The manna of performance of previous contracts; (5) Financial condition; (6) Equipment (7) Any other fact tending to show ability and willingness to conserve the public health and safety, and (8) Default in complying with the provisions of this chapter or any other law of the state. (b) The board may develop reciprocal agreements with other stores with similar licensing responsibilities. §17-25-306 Examinations - Certification (a) If an application complies with the board's rules and regulations, then the applicant shall be entitled to an examination to determine the applicant's qualifications. (b) If the result of the examination of any applicant shall be satisfactory to the board, then the board shall issue to the applicant a certificate to engage in contracting in the State of Arkansas. (c) Anyone failing to pass the examination may be reexamined at any regular meeting of the board upon payment of the regular Ice. §17-25-307 Expiration All certificates of license to engage in the business of contracting in the State of Arkansas shall expire at 1290 -10- midnight on the daMfore the anniversary date of their issuance unless otherwise designated by the board, and they shall become invalid on that day unless renewed. §17-25-308 Grounds for Revocation The board shall have the power to revoke the certificate of license of any contractor licensed under this chapter who is found guilty of any fraud or deceit in obtaining a license or for aiding or abetting any contractor or person to violate the provisions of this chapter or for gross negligence, incompetence, or misconduct in the conduct of the contractors business. §17-25-309 Procedure for Revocation - Reissuance (a) Any person may prefer charges in connection with the foregoing against any contractor licensed under this chapter. (b) The charges shall be in writing and swornto by the complainant and mailed to the board and, unless dismissed without hearing by the board as unfounded or trivial, shall be heard and determined by the board within thirty (30) days after the date on which they were made. (c) A time and place for the hearing shall be fixed by the board and held in the City of little Rock. (d) A copy of the charges, together with the notice of the time and place of hearing shall be considered as legally served by the board when sent to the last known address of the accrued by registered mail, at least ten (10) days before the date fixed for the hearing. In the event that such service cannot be effected ten (10) days before the hearing, then the date of hearing and determination shall be postponed as may be necessary to permit the carrying out of this condition. (e) At the hearing the soused contractor shall have the right to appear personally and by counsel and to cross-examine witnesses and to submit evidence in the contractor's behalf and defense. (f) If after the hearing the board finds the facts as alleged and of such character as to disqualify the contractor, then the board shall revoke the license of the contractor, but in that event no refund shall be made of the license fee. (g) Within its discretion and upon proper application or hearing the board may reissue a license to any contractor whose license has been revoked. (h) The board shall immediately notify the Secretary of -11- 7 Ii IE I E I I State of its findings in the case of a rev OGnot a license, or of a rcissuance of a revoked license. §17-25-310 Replacement A certificate of license to replace any lost, destroyed, or mutilated certificate may be issued subject to the rules and regulations of the board. §17-25-311 Corporations and Partnerships Unlawful Acts (a) A corporation or partnership may engage in the business of contracting when licensed by the board. (b) It shall be unlawful and a violation of this chapter for any two (2) or more contractors, whether doing business as individuals, partnerships, corporations, or other organiations, to jointly submit a bid or enter into a contract for construction as a joint venture unless all parties to the joint venture are licensed pursuant to this chapter. (c) Any combination of contractors other than a joint venture shall obtain a license for the combination prior to submitting a bid. §17-25-312 Review Any party aggrieved by any decision of this board shall have the right to seek review thereof pursuant to the provisions of the Administrative Procedure Act, as amended, §25-15-201 et seq. §17-25-313 License Requirements to Accompany Invitation to Bid All architects and engineers preparing plans and specifications for work to be contracted in the State of Arkansas shall include in their invitation to bidders and in their specifications a copy of this chapter, or such portions thereof: as are deemed necessary to convey to the invited bidder, whether he is a resident of this state or not, the information that it will be necessary for him to have a certificate of license from this board before his bid is considered. §17-25-314 [Repealed) §17-25-315 Rules and Regulations - Federally Funded Projects - Contractor Qualifications (a) The board shall have the power to promulgate rules and regulations for the efficient enforcemrnt of this chapter and -12- shall also have th�wer to assign the right or give permission to any state agency, board, or commission to determine qualifications of a contractor solely for the purpose of submitting a bid to the state agency, board, or commission on projects involving federal aid funds prior to the contractor being licensed by the board. No state agency, board, or commission shall execute any construction contract involving federal aid funds unless and until the successful bidder for the project furnishes a certificate of license issued by the board. (b) The board shall have the power to provide by regulation for any political subdivision or other political I corporation to accept bids from unlicensed contractors for projects involving federal funds. However, no contractor shall submit a bid under this section prior to submitting application for licensure, and no political subdivision or political corporation shall execute any construction contract unless and until the successful bidder for the project furnishes an appropriate license issued by the board. -13- ARKANSAS STATE CONTRACTORS BOND LAW ACT 162 OF 1987 As Amended by: Act 487 of 1989 Act 783 of 1991 Act 37 of 1992 • Subchapter 4 - Contractors Bond §17-25-401 Definitions (a) (1) 'Contractor' shall include all original, prime and general contractors and all subcontractors. It is defined to be any person, firm, joint venture, partnership, copartnership, association, corporation, or other organization engaged in the business of the construction, alteration, dismantling, demolition, or repairing of roads, bridges, viaducts, sewers, water and gas mains, streets, disposal plants, water filters, tanks, towers, airports, buildings, dams, levees, canals, railways and rail facilities, oil and gas wells, water wells, pipelines, refineries, industrial or processing plants, chemical plants, power plants, electric, telephone, or any other type of energy or message transmission lines or equipment, or any other kind of improvement or structure. (2) The term 'contractor' shall include any contractor who is required to obtain a contractor's license under the state licensing law of this State, §17-25-101 et seq. II II Li I� (b) However, when a person or entity acts as a contractor in the construction. erection, alteration, or repair of his own of its own property or of a single-family residence or if the cost of the work to be done, including, but not limited to, labor anc materials, is less than twenty thousanc dollars ($20,000), the person or entity shal not be deemed a contractor under thi! chapter. -I- [1 §17-25-402 Expenses - Deposition of Funds (a) All expenses incurred by the board for the administration of this subchapter are authorized to be paid by the board. (b) All taxes, premiums, contributions, penalties, interest, and fines collected pursuant to this subchapter, except enforcement penalties, shall be distributed pro -rata, based upon the amount of taxes, premiums and contributions due to the Department of Finance and Administration, Employment Security Division, Workers' Compensation Commission, or any city, county or school district, or any other State agency or other political subdivision of the State, first to the extent of any taxes, premiums, and contributions due with any remainder applied to interest, penalties, and fines, in that order. All enforcement penalties assessed to a contractor pursuant to the provisions of this subchapter shall be paid directly to the Contractors Licensing Board to defer the cost of enforcement. (c) The board may employ such additional professional and clerical employees as may be necessary and pay salaries thereto as authorized by law. §17-25-403 Liability of Customer In the event the contractor fails to honor its financial obligations to the State of Arkansas, any city, county, school district, State agency, or other political sub -division of the State, the customer for whom the work was being performed shall be responsible for all financial obligations of the contractor to the State of Arkansas, or any city, county, school district, State agency, or other political subdivision of the State, on that customer's project provided that the customer receives written notice of the contractors failure to comply with this subchapter prior to final payment to the contractor. §17-25-404 Bond - Filing, Terms (a) Before commencing work or undertaking to perform any services or duties in the State, a contractor shall file with. the Contractors Licensing Board as the depository agency, a surety bond of a surety authorized to do business in this State or 2 cash bond. The bond shall be a condition o; licensure and a contractors license shall no; be released until the bond has been properl) filed. (b) The bond shall be: (1) In a penal sum of Ten Thousanc Dollars ($10,000.00); (2) Payable to the State of Arkansas; • (3) Conditioned on the contracto: complying with the tax laws of the State o Arkansas, and when applicable, any city county, school district, State agency, o other political subdivision of the State, th, Arkansas Employment Security Act II -10 101 et seq., the Workers' Compensation Lac 11-9-101 et seq., and the provisions of thi subchapter. -2- -3- II II II II CI I §17-25-405 (Repealed) § 17-25-406 Notice of Bond Cancellation (a) Notice of bond cancellation shall be given to the Contractors Licensing Board in writing sixty (60) days prior to cancellation. The Contractors Licensing Board shall notify the Department of Finance and Administration, the Employment Security Division, and the Workers' Compensation Commission of the notice of cancellation. It shall be the responsibility of each governmental agency to make any claims against the bond in accordance with State law for collection of any taxes, premiums, contributions, penalties, interest, or fines within the statute of limitations of the appropriate State law. (b) A contractors license that has become invalid due to bond cancellation may be reinstated upon receipt of proper replacement bond. §17-25-407 (Repealed) §17-25-408 Failure to Comply Penalties - Enforcement (a) The fact that a contractor is performing or has performed work in Arkansas and compliance as required by this subchapter has not been met shall constitute prima facie evidence of failure to comply. -4- (b)'Upon notice to the contractor and ; hearing thereon is requested by thi contractor or if deemed appropriate by tht board or any committee thereof, should it b determined that a violation exists, the boars or committee may assess a penalty fo noncompliance in a sum not to exceed five percent (5%) of the value of the contrac performed, and upon a finding of a second o: subsequent violation, the contractor may be assessed a penalty equal to ten percen (10%) of the value of the contras performed. Further, any contractor found it violation for a second or subsequen violation of this subchapter may lose it! contractors license for a period of one (1; year. The board or committee may alsc issue an order to cease and desist the wort pending compliance. (c) Failure of a contractor to comply with the provisions of this subchapter shal be grounds for revocation of any license issued to the contractor by the Contractor: Licensing Board. (d) Enforcement of the bond filint requirements contained herein shall be the responsibility of the Contractors Licensing Board. (e) The board shall have the power tc make such rules and regulations foi enforcement as it may consider appropraau and not in conflict with Arkansas law. -5- §17-25-409 Proceedings upon Violation (a) Regarding any violation of this subchapter,. the board shall have the power to issue subpoenas and bring before the board as a witness any person in the State and may. require the witness to bring with him any book, writing, or other thing under his control which he is bound by law to produce in evidence. (b) No proceedings under this section may be commenced by the Contractors Licensing Board after three (3) years from the date on which the act or omission which is the basis for the proceeding occurred. (c) The Contractors Licensing Board shall have the power to file suit in the Circuit Court of Pulaski County to enforce any cease and desist order not complied with within fifteen (15) days, excluding Saturdays, Sundays, and legal holidays, of service on the contractor of the order. If the Circuit Court finds the order to have been properly issued, it may enforce it by any means by which injunctions are ordinarily enforced. However, nothing shall be construed herein to diminish the contractor's right to appeal. (d) All hearings and appeals therefrom under this section shall be pursuant to the provisions and the Administrative Procedure Act, as amended, §25-15-201 et seq. -6- -7-