Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
203-10 RESOLUTION
RESOLUTION NO. 203-10 A RESOLUTION AWARDING BID #10-60 AND AUTHORIZING A CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. IN THE AMOUNT OF $2,770,280.00 FOR CONSTRUCTION OF A BIOSOLIDS MANAGEMENT THERMAL DRYER, APPROVING A PROJECT CONTINGENCY OF $140,000.00, AND APPROVING A BUDGET ADJUSTMENT 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 awards Bid #10-60 and authorizes a contract, a copy of which is attached as Exhibit "A," with Crossland Heavy Contractors, Inc. in the amount of $2,770,280.00 for construction of a biosolids management thermal dryer, and approves a project contingency of $140,000.00. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached as Exhibit "B." PASSED and APPROVED this 16th day of November, 2010. APPROVED: By: ro ,ELD JO' ATTEST: By: ayor SONDRA E. SMITH, City Clerk/Treasurer 00YJ91 T R S- '01 OF .C�% . ° < .=V. °fie :FAYETTEVILLE: t d ;mss®.RCANSPW AOMB��teee 00001.doc PROJECT MANUAL BIOSOLIDS MANAGEMENT THERMAL DRYER TaTatcylIle FAYETTEVILLE, ARKANSAS evitn AR AS PROJECT NO. BIO -2 stoil s , FGIS** i , , �_ OF . i,, 02133.0610 SEPTEMBER, 2010 1 * * * No.1 1 O53 'VON w. w/l Client#: 11231 CROSCON ACORDTM CERTIFICATE OF LIABILITY INSURANCE D1 MMIDD/ 0 YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER IMA of Kansas, Inc. (NE KS) 51 Corporate Woods 9393 W 110th Street, Suite 600 Overland Park, KS 66210 CONTACT PHONE (AIC, No, Ext): 913 982-3650 FAX FAXNo): 913 982 3495 E-MAIL ADDRESS: PRODUCER CUSTOMER ID #: INSURER(S) AFFORDING COVERAGE NAIC # INSURED City of Fayetteville 113 West Mountain Fayetteville, AR 72701 INSURER A : Travelers Property Casualty Co 25674 INSURER B: PRS5258R865IND CONTRACTOR: CROSSLAND HEAVY CONTRACTORS, INC INSURER C : 10/28/2011 INSURER D : $1,000,000 INSURER E : PRS (RENTED TX PREEMIMI E SES (Ea occurrence) INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL NSR SUBR ;WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY OCCUR PRS5258R865IND CONTRACTOR: CROSSLAND HEAVY CONTRACTORS, INC 10/28/2010 10/28/2011 EACH OCCURRENCE $1,000,000 PRS (RENTED TX PREEMIMI E SES (Ea occurrence) $ CLAIMS -MADE X MED EXP (Any one person) $ PERSONAL & ADV INJURY $ X OCP GENERAL AGGREGATE $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 7 POLICY PRO LOC JECT $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ $ UMBRELLA LIAB_ EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DEDUCTIBLE RETENTION $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS Y / N N/A WC STATU- OTH- TORY LIMITS ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space s required) Re: Biosolids Management -Thermal Dryer. CERTIFICATE HOLDER CANCELLATION City of Fayetteville 113 West Mountain Fayetteville, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2009/09) 1 of 1 #S633940/M633939 ©1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NXB ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE ) 10/29/2010 POLICY NUMBER PRODUCER IMA of Kansas, Inc. (NE KS) 10801 Mastin Blvd., Suite 320 Overland Park, KS 66210 913 982-3650 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Crossland Heavy Contractors, Inc. PO Box 45 833 S. East Avenue Columbus, KS 66725 I INSURER A: Travelers Property Casualty Co INSURER B: Steadfast Insurance Company INSURER C: Travelers Indemnity Co. of Amer INSURER o: Travelers Prop. Casualty Co. of 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. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MMIDD/YY) LIMITS A GENERAL LIABILITY COMM ERCIAL GENERAL LIAB ILITY VTC2JCO131J8553TIL 04/30/10 04/30/11 EACH OCCURRENCE $2,000,000 X FIRE DAMAGE (Any one fire) $1,000,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $15,000 PERSONAL & ADV INJURY $2,000,000 $4,000,000 GENERAL AGGREGATE GEN'L AGGREGATE LIM IT APPLIES PER: PRODUCTS -COMP/OP AGG $4,000,000 —I POLICY X JEtT LOC D AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS VTJCAP131J8565TIL1 04/30/10 04/30/11 COMBINED SINGLE LIMIT (Ea accident) $1 00p000 BODILY INJURY (Per person) X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ B EXCESS LIABILITY AUC596753002 04/30/10 04/30/11 EACH OCCURRENCE $26,000,000 X OCCUR CLAIMS MADE AGGREGATE $26,000,000 DEDUCTIBLE RETENTION $0 $ X $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY VTC2HUB2391 M62310 04/30/10 04/30/11 T H - X TORY L M TS OER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE -EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re: Biosolids Management -Thermal Dryer. The City of Fayetteville Arkansas, Engineer and Funding Agency are included as additional insured on General Liability (excluding professional) if required by written contract subject to policy terms and conditions. (see attached additional insured endorsement) CERTIFICATE HOLDER ADDITIONAL INSURED ; INSURER LETTER: CANCELLATION 10 Days for Non -Payment City of Fayetteville 113 West Mountain Fayetteville, AR 72701 SHOULD ANYOFTHEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL 30 DAYS WRITTEN NOTICE TOTHE CERTIFICATE HOLDER NAMED TO TH E LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON TH E INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25-S (7/97)1 of 2 #S633942/M573508 NXB 0 ACORD CORPORATION 1988 IM PORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25-S(7/97)2 of 2 #S633942/M573508 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section H) is amended c) to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section III — Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: i. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and H. Supervisory, inspection, architectural or engineering activities. CG D2 46 08 05 The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: © 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 O COMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to ntlasommo O co O O 0 0 Page 2 of 2 000240 any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. © 2005 The St. Paul Travelers Companies, Inc. CGD2460805 'Fa'e tuiIle 1 ARKANSAS www.accessfayetteville.org Bid 10-60, Addendum 2 THE CITY OF FAYETTEVILLE, ARKANSAS City of Fayetteville -- Purchasing Division 113 W. Mountain - Room 306 Fayetteville, AR 72701 Bid 10-60, Construction - Biosolids Management - Thermal Dryer Phone: 479.575.8220 E -Mail: aforen@ci.fayetteville.ar.us Date: Tuesday, October 19, 2010 To: All interested parties From: Andrea Foren, CPPB, Purchasing Agent Notice: This addendum is hereby made a part of the bid documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. The following items shall be included as part of the bid package as Addendum Number 2 and acknowledged in Section 00310 - Bid Proposal. 1. The contract time shall be 270 days from the date of the Notice to Proceed. 2. The City of Fayetteville will make partial payments on the thermal drying equipment such that the contractor does not have to finance the purchase of the equipment. The contractor shall submit a payment drawdown schedule to the City of Fayetteville prior to the issuance of the Notice to Proceed. The payments will be included and processed with the monthly pay applications in accordance with the contract documents. 3. The performance testing of the thermal drying equipments shall be based on 68 to 72 wet tons per 24-hour day with an input solids content of 16% to 20% solids of digested biosolids. 4. The warranty period shall be for two (2) years as indicated in Section 00640 - Warranty Bond. _._... END_QF ADDENDUM Page 1 of 1 Acknowledge Addendum #2: Printed Name: CRA/u—-^ Signature " �>'/ Title: affecy I1 ' e. c Date: 104, --ie) Company: CROW -AV A4vir eoevwt. Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 v' a�fte vi11e THE CITY OF FAYETTEVILLE, ARKANSAS ARKANSAS www.accessfayettevilte.org Bid 10-60, Addendum 1 City of Fayetteville — Purchasing Division 113 W. Mountain — Room 306 Fayetteville, AR 72701 Bid 10-60, Construction Biosolids Management— Thermal Dryer Phone: 479.575.8220 E -Mail: aforen@ci.fayetteville.ar.us Date: Friday, October 08, 2010 To: All interested parties From: Andrea Foren, CPPB, Purchasing Agent Notice: This addendum is hereby made a part of the bid documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. The following items shall be included as part of the bid package as Addendum Number 1 and acknowledged in Section 00310 — Bid Proposal. 1. Drawing Sheet El — Conduit B shall be replaced with a 2 -inch conduit with three (3) #2/0 conductors and one (1) #6 ground. 2. Drawing Sheet E2 — Conduit "10" for the 800 Amp feeder. Conductors shall be replaced with two (2) sets of 4 — 500MCM conductors. One 4 -inch conduit shall be kept as a spare. END OF ADDENDUM Page 1 of 1 Acknowledge Addendum #1: Printed Name: CHAstr rE Riaxe& G:•�,w� Signature: eg•--ineL/ Title: 'auTeer f'% Date: lb - tor, -to Company: 6095CARAJP t7E,RN CeoeirK Telecommunications Device for the Deaf TDD (479)521-1316 113 West Mountain - Fayetteville, AR 72701 SECTION TABLE OF CONTENTS TITLE NO. OF PAGES 00001 Title Pages 2 00010 Table of Contents 2 00020 Invitation to Bid 2 00100 Information For Bidders 8 00212 Supplemental Infouuiation for Bidders 2 00310 Bid Proposal 4 00311 Bidder's Statement of Subcontractors 2 00312 Bid Bond 2 00420 Statement of Bidder's Qualifications 2 00500 Agreement Between City of Fayetteville and Contractor 4 00600 Arkansas Statutory Performance and Payment Bond 2 00640 Warranty Bond 2 00700 General Conditions 24 00820 OSHA 40 00830 Prevailing Wage Rates 6 00840 Notice of Award 2 00845 Notice to Proceed 2 00900 Description of Lump Sum Price 2 01000 General Requirements and Procedures 2 01005 Biosolids Thermal Dryer 18 01010 Prefabricated Steel Building 14 02102 Clearing, Grubbing, and Stripping 4 02200 Earthwork, Trench Excavation, and Backfill 8 02218 Landscape Grading 2 02485 Finish Grading and Grass 4 02610 Pipe and Fittings 6 02730 Sanitary Sewer Pipelines 10 00010.doc 1 TABLE OF CONTENTS SECTION TITLE NO. OF PAGES 02734 Inspection and Testing Of Sanitary Sewer Pipelines, Manholes, and Service Lines 8 03210 Reinforcing Steel 4 03300 Concrete 14 03400 Manholes 8 16000 General Electrical Provisions 18 16109 Identification 2 16111 Conduit 4 16120 Wires and Cables 4 16134 Outlet and Pull Boxes 2 16141 Wall Switches 2 16145 Receptacles 2 16147 Plate Covers 2 16160 Panelboards 2 16170 Motor and Circuit Disconnects 2 16180 Overcurrent Protective Devices 4 16190 Supporting Devices 4 16420 Transformers 4 16450 Grounding 2 16510 Light Fixtures 4 Appendix A — Geotechnical Report 25 END OF SECTION 00010 00010.doc 2 SECTION 00020 CITY OF FAYETTEVILLE INVITATION TO BID BID 10-60, BIOSOLIDS MANAGEMENT — THERMAL DRYER The City of Fayetteville will receive sealed bids for the construction of a Biosolids Management Facility — Thermal Dryer. Work will include site grading, concrete work, installation of theiival drying structure and equipment, driveway construction, electrical, and drainage. Any questions concerning the bidding process should be addressed to Andrea Foren, at aforen@ci.fayetteville.ar.us or by calling (479)575-8220. Bids must be submitted in a sealed envelope or package labeled "Bid 10-60, Biosolids Management — Thermal Dryer". All bids shall be received on or before 2:00 PM on October 21st, 2010 to the address listed below: City of Fayetteville Purchasing — Room 306 113 West Mountain Street Fayetteville, AR 72701 Bidding Documents may be examined at the Purchasing Office and at the following Plan Rooms: Southern Reprographics 2905 Point Circle Fayetteville, AR 72704 (479) 582-4022 NWA Planning Room 200 S. Bloomington — Suite G Lowell, AR 72745 (479) 750-7704 Copies of the Bidding documents may be purchased through the Plan Rooms above in accordance with the Information for Bidders. Return of documents is not required, and amount paid for documents is not refundable. Partial sets are not available. A non -mandatory pre-bid meeting will be held on Friday, October 8, 2010 at 10:00 AM in Room 326 at City Hall, 113 W. Mountain, Fayetteville, AR 72701. All interested parties are strongly encouraged to attend. Each Plan Holder shall register with the City of Fayetteville Purchasing Department as a plan holder. The City may issue addendums and/or clarifications prior to the bid opening. Failure to register with the City may prevent plan holders from receiving all necessary information. The City will not be responsible for misdirected and/or incomplete bids. Bidders should call the Purchasing Office at (479) 575-8220 to insure receipt of their bid documents prior to opening time and date listed on the bid form. 00020.doc 1 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. For information concerning the proposed work, contact Shannon Jones, P. E. at shjones@ci.fayetteville.ar.us or by calling (479) 444-3452. 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, the 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 90 days from the bid opening date. NOTICE TO ALL BIDDERS — ALL BIDDERS SHALL REGISTER AS A PLAN HOLDER: All vendors intending on bidding SHALL register as a plan holder by notifying Andrea Foren, Purchasing Agent, via e-mail at aforen@ci.fayetteville.ar.us. When registering as a plan holder, vendors shall submit primary contact infothiation including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Bidder assumes all responsibility for receiving updates and any addenda issued to this project by monitoring www.accessfayetteville.org (Business section, Bid's RFP's & RFQ's). Failure to acknowledge addenda issued as instructed could result in rejection of such bid. A non -mandatory pre-bid meeting will be held in Room 306 at City Hall, 113 W. Mountain, Fayetteville, AR on Friday, October 8, 2010 at 10:00 AM. All parties are strongly encouraged to attend. The City of Fayetteville will answer any questions and update all registered plan holders. CITY OF FAYETTEVILLE, ARKANSAS By: Andrea Foren, Purchasing Agent END OF SECTION 00020 00020.doc 2 1. DEFINED TERMS 1.1 SECTION 00100 INFORMATION FOR BIDDERS Terms used in these Information for Bidders which are defined in the Standard General Conditions of the Construction Contract have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid directly to City of Fayetteville, as distinct from Sub -Bidder, who submits a Bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom City of Fayetteville (on the basis of City of Fayetteville's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" included the Advertisement or Invitation to Bid, Information for Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2. COPIES OF BIDDING DOCUMENTS 2.1 Complete sets of Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from the Plan Rooms. Deposit for Bidding Documents are non refundable. 2.2 Complete sets of Bidding Documents shall be used in preparing Bids; the City of Fayetteville does not assume any responsibility for errors or misinterpretations resulting from the use of the incomplete sets of Bidding Documents. 2.3 The City of Fayetteville in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3. QUALIFICATIONS OF BIDDERS 3.1 Each Bid must contain evidence of Bidder's qualifications to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. 3.2 Qualifications shall be submitted in a separate sealed envelope at the date and time listed on the Bid Proposal. Refer to Section 00420 — Statement of Bidder' s Qualifications. 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1 It is the responsibility of each Bidder before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) 00100.doc 1 consider Federal, State and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2 In the preparation of Contract Documents, the Engineer has relied on the report of soil and subsurface investigation listed in the Supplemental Information For Bidders. A copy of this report is appended (If Provided). The report is not a part of the Contract Documents and is provided for informational purposes only. Neither the City of Fayetteville nor the engineer guarantees the accuracy of the report. The Bidder shall make further investigations and tests as the Bidder deems necessary in order to provide the Work at the Contract Price, within Contract Time, and in accordance with the terms and conditions of the Contract Documents. 4.3 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the City of Fayetteville by owners of such Underground Facilities or others, and City of Fayetteville does not assume responsibility for the accuracy or completeness thereof, unless it is expressly provided otherwise in the Supplementary Conditions. 4.4 Provisions concerning responsibilities for the adequacy of data furnished to the prospective Bidders .on subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Paragraph 4.2 and 4.3 of the General Conditions. 4.5 Before submitting a Bid, each Bidder will be responsible to make or obtain such explorations, tests and data concerning physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise, which may affect cost, progress, performance or furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 4.6 On request in advance, City of Fayetteville will provide each Bidder access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former condition upon completion of such explorations. A representative of the City of Fayetteville shall be present during all tests. 4.7 The lands upon which the Work is to be performed, rights of way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by City of Fayetteville. 00100.doc 5. INTERPRETATIONS AND ADDENDA 5.1 All questions about the meaning or intent of the Contract Documents are to be directed in writing to Engineer. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than ten (10) days prior to the data for opening of Bids may not be answered. Only questions answered by formal, written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2 Prior to the deadline for receiving Bids, Addenda may also be issued to modify the Bidding Documents as deemed advisable by City of Fayetteville or Engineer. 6. BID SECURITY 6.1 Each Bid must be accompanied by Bid security made payable to City of Fayetteville in an amount of five (5) percent of the Bidder's maximum Bid price and in the form of a certified or bank check or a Bid Bond (on form attached, if a form is prescribed), issued by a surety. 6.2 The Bid security of the Successful Bidder will be retained until Bidder has executed the Agreement and furnished the required Contract security, whereupon the Bid security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required Contract security within ten (10) days after the Notice of Award, City of Fayetteville may annul the Notice of Award, and the Bid security of that Bidder will be forfeited. The Bid security of other Bidders whom City of Fayetteville believes to have a reasonable chance of receiving the award may be retained by City of Fayetteville until the earlier of the seventh (7th) day after the Effective Date of the Agreement or the sixty-first (61st) day after the Bid opening, whereupon Bid security furnished by such Bidders will be returned. Bid security with Bids which are not competitive will be returned within seven (7) days after the Bid opening. 7. CONTRACT TIME 7.1 The number of days within which the Work is to be substantially completed and also completed and ready for final payment (the Contract Time) are set forth in the Agreement and these Contract Documents. 00100.doc 3 8. LIQUIDATED DAMAGES 8.1 Provisions for liquidated damages, if any, are set forth in the Agreement. 9. SUBSTITUTE OR "OR EQUAL" ITEMS 9.1 The Bid shall be based on the specified products or their approved equal described on the Drawings or written in the Specifications. Any product may be used which is specified by the referenced standards (such as ASTM) and which meets those standards. For products which are specified by naming one or more manufacturers preceded by "equal to" or followed by "or equal," a written request for substitution shall be submitted for approval by the Engineer. Such written requests will be considered up to ten (10) days prior to the scheduled Bid opening. 10. SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1 Subcontractors and suppliers shall be listed, if required, on the Bid Form. 11. BID FORM 11.1 The Bid Form is included with the Bidding Documents; additional copies may be obtained from Engineer. 11.2 All blanks on the Bid Form must be completed in ink or by typewriter. 11.3 Unit prices and lump sum amounts shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern and the unit price will govern over the extended amount. 11.4 Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistance secretary. The corporate address and state of incorporation must be shown below the signature. 11.5 Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 11.6 All names must be typed or printed below the signature. 11.7 The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.8 The address, telephone number, and fax number if applicable for communications regarding the Bid must be shown. 00100.doc 4 12. SUBMISSION OF BIDS 12.1 Bids shall be submitted at the time and place indicated in the Advertisement or Invitation to Bid. Bids shall be bound in the original project manual and shall be enclosed in an opaque sealed envelope, marked with the Project Title (and, if applicable, the designated position of the Project for which the Bid is submitted) and name, address, and contractor's license number of the Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation 'BID ENCLOSED" on the face of it. 13. MODIFICATION AND WITHDRAWAL OF BIDS 13.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 13.2 If, within twenty-four (24) hours after Bids are opened, any Bidder files a duly - signed, written notice with the City of Fayetteville and promptly thereafter demonstrates to the reasonable satisfaction of City of Fayetteville that there was a material and substantial mistake in the preparation of its Bids, that Bidder may withdraw its Bid and the Bid security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the Contract Documents. 14. OPENING OF BIDS 14.1 Bids will be opened and (unless obviously non -responsible) read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to the Bidders after the opening of Bids. Bids will be returned without being read aloud if all applicable portions of the Contract Documents are not met by the Bidder. 15. BIDS TO REMAIN SUBJECT TO ACCEPTANCE 15.1 All Bids will remain subject to acceptance for sixty (60) days after the day of the Bid opening, but City of Fayetteville may, in its sole discretion, release any Bid and return the Bid security prior to that date. 00100.doc 5 16. AWARD OF CONTRACT 16.1 City of Fayetteville reserves the right to reject any and all Bids, to waive any and all informalities and to negotiate Contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, City of Fayetteville reserves the right to reject the Bid of any Bidder if City of Fayetteville believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City of Fayetteville. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 16.2 In evaluating Bids, City of Fayetteville will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. City of Fayetteville may accept any such alternatives in any order or combination, whether in the order in which they are listed in the Bid Form or not. 16.3 City of Fayetteville may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Supplementary Conditions. City of Fayetteville also may consider the operating costs, maintenance requirements, perfounance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 16.4 City of Fayetteville may conduct such investigations as City of Fayetteville deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City of Fayetteville's satisfaction within the prescribed time. 16.5 If the Contract is to be awarded, it will be awarded to the lowest Bidder whose evaluation by City of Fayetteville indicates to City of Fayetteville that the award will be in the best interest of the Project. 16.6 If the Contract is to be awarded, City of Fayetteville will give the successful Bidder a Notice of Award within ninety (90) days after the day of the Bid opening. 00100.doc 6 17. CONTRACT SECURITY 17.1 The General Conditions and the Supplementary Conditions set forth City of Fayetteville's requirements as to performance and payment Bonds and a Warranty Bond. When the successful Bidder delivers the executed Agreement to City of Fayetteville, it must be accompanied by the required performance and payment Bonds. At the time of Final Acceptance, the Contractor shall provide the City of Fayetteville the Warranty Bond. 18. SIGNING OF AGREEMENT 18.1 When City of Fayetteville gives a Notice of Award to the successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement and all other written Contract Documents attached. Within ten (10) days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to City of Fayetteville with the required Bonds. Within ten (10) days thereafter, City of Fayetteville shall deliver one fully -signed counterpart to Contractor. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 19. PRE-BID CONFERENCE 19.1 NONE 20. RETAINAGE 20.1 Provisions concerning retainage are set forth in the Agreement. 21. SPECIAL LEGAL REQUIREMENTS 21.1 Attention of Bidders is called to Act 150, Acts of Arkansas 1965, concerning the licensing of contractors to do business in Arkansas. 21.2 It is conclusively presumed that Bidders have familiarized themselves with Arkansas laws which may be applied to a Contract for the Work proposed herein as the aforementioned Acts are not exclusive. It is further conclusively presumed that Bidders have familiarized themselves with Federal and local laws, ordinances and regulations pertaining to the Work proposed herein. 00100.doc 7 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 00100 00100.doc 8 SECTION 00212 SUPPLEMENTAL INFORMATION FOR BIDDERS 1. BIDDER'S FORMS The BIDDER'S attention is called to the following additional forms which shall be filled out and submitted with the BID: SECTION 00420 - STATEMENT OF BIDDER'S QUALIFICATIONS BIDDER SHALL HAVE COMPLETED A MINIMUM OF THREE (3) PROJECTS OF SIMILAR SIZE AND SCOPE WITHIN THE PAST FIVE (5) YEARS. 2. SPECIAL CONDITIONS The BIDDER'S attention is called to all Conditions relating to the Work of this Contract especially Document 00700 - General Conditions. 3. PRE-BID CONFERENCE A Pre-bid conference will be held at the time, date & location shown below: March 25, 2010 — 11:00 A.M. LOCAL TIME City of Fayetteville Room 326 113 West Mountain Street Fayetteville, AR 72701 4. EXCESS ENGINEERING COSTS A. General Excess engineering costs shall be applicable only during the Contract Time provided in the Agreement. B. Overtime The City of Fayetteville shall charge the Contractor for all engineering and construction observation expenses incurred by City of Fayetteville in connection with any overtime work. For any such overtime during the regular specified Contract Time beyond the regular eight hour day and for any time worked on Saturday, Sunday, or holidays. 00212.doc 1 ii. These charges for excess engineering will be deducted from the Contractor's monthly payment request. iii. The Contractor shall not work over a 10 -hour day without written permission from the City of Fayetteville. v. The Engineer shall determine when observation of construction activities beyond the regular eight-hour day is required. END OF SECTION 00212 00212.doc 2 SECTION 00310 BID PROPOSAL LOCATION: CITY OF FAYETTEVILLE, ROOM 306 113 W. MOUNTAIN FAYETTEVILLE, AR 72701 DATE: October 21, 2010, 2:00 p.m. LOCAL TIME Proposal of: O_X'c lax. kNPNJtJi el)f\4IYd CAD rS 1/10.. • Address: PD I% -5k o' 5D ? S. Eas+ FM . eAor b)s Y- S UtJ125 Bid For: BIOSOLIDS MANAGEMENT -- THERMAL DRYER Bid Submitted to: The City of Fayetteville Purchasing — Room 306 113 W. Mountain Fayetteville, AR 72701 BIDDER will complete the Work for the lump sum price listed below. Total Base Bid: 'Two- *k it'et.1 - 4'e t lkANKV-0 S' malt/ "%bait s i► 0 - "rvJO I49 - *(c,iel kg 1 oLL At oo $ �) 710 ) 25 Amount in Words Figures The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with CITY OF FAYETTEVILLE in the form included in these Contract Documents to complete all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in these Contract Documents. BIDDER accepts the provisions of the 00310.doc 1 Agreement as to Liquidated Damages in the event of failure to complete the Work in the Contract Time specified. BIDDER accepts all of the terms and conditions of the Information for Bidders, including without limitation those dealing with the disposition of BID SECURITY. This Bid will remain open for ninety (90) days after the day of Bid Opening. BIDDER will sign the Agreement required by these Contract Documents within ten (10) days after the date of CITY OF FAYETTEVILLE'S Notice of Award. In submission of this BID, BIDDER represents, as more fully set forth in the Agreement, that BIDDER has examined all CONTRACT DOCUMENTS (including but not limited to Advertisement, Invitation to Bid and the Information for Bidders) and the following ADDENDA: / # '} Z Failure to list all necessary Agenda issued by the OWNER or the ENGINEER could mean the BID submitted by the BIDDER may be deemed unresponsive and not read publicly. In submission of the BID, BIDDER represents, that they have examined the site and locality where the Work is to be performed, the legal requirements (Federal, State and Local Laws, Ordinances, Rules and Regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations as BIDDER deems necessary. In submission of the BID, BIDDER represents, that this BID is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation. The BIDDER represents that they have not directly or indirectly induced or solicited any other BIDDER to submit a false or sham BID. The BIDDER represents that they have not solicited or induced any person, firm or corporation to refrain from bidding and have not sought by collusion to obtain for themselves any advantage over any other BIDDER or over the CITY OF FAYETTEVILLE. All terms used in the BID are defined and have the meanings assigned to them in the General Conditions of these Contract Documents. Attached to this BID FORM is the required Bid Security in the form of a Bid Bond or Certified Check in the amount of five (5) percent of the Total Bid Amount. 00310.doc 2 BIDDER submitting this BID is: Corporation, incorporated in the State of A Partnership, consisting of the following partners, whose full names are: An Individual whose full name is: Title tC-t'.xr 2l t 20\D Date ?0 'fix (MD &3.) S. esk fie. Address CDvn'\is s U Lx? 5 5\6-‘<-4 ' 1 vporaA, 1GatLsaS tkI5se•-i- fa 54 UM-atck 1410 (itt) -Za11 Telephone Number & Fax Contractor's License Number 00310.doc 3 tplavak &cyclinMAN SECTION 00310 - BID PROPOSAL Item Approx. Unit Price In No. Item Description Qty. Unit Figures 1 Reinforced Concrete for Foundation, Stem Walls, and Building Approach, Including Rebar 260 CY -14RRE-14-uAt4DIZFb- rt�t'y dollars 2 All Other Work Required for a Complete Installation of the Thermal Drying Equipment "'TWO • M t 41.1 vLi - s vy.-4-km,mtviWc, dollars Sai l -l-)4 - 'TWb-t-tut4Dt 1 LS Total tia $ 2 to1ct,2So_ $ 2 , wet Z g0 Total Base Bid in Words -'lura Il ALLIor l-512'uun.( Hw40ei 1tbuS�xJO -r o Nt #442V s - 5-101-1 ('bauAQ5 Total Base Bid in Figures 2 ° 2 SO END OF SECTION 00310 5 SECTION 00311 BIDDER'S STATEMENT OF SUBCONTRACTORS The undersigned BIDDER proposes and agrees, if this BID is accepted, to use the following proposed subcontractors on this Work: NAME BUSINESS ADDRESS WORK TO BE PERFORMED 1. kut—r% - eiarT 2. c-N'f G-caN}"f'K. 3. {N%tat. &Nb FREt~'t'oi2 23oo N. l-owri.L rb. E&C[7 .AL 5?C 0.1€3041. e PcR $ b 1 E. "5E�' 2 Sod ktAQo- t 5‘1-00..m• • 6Fam116, Ai{ 14 '01 bRA4.16 kite. 'gr1 rLI3 16 Egfcrote. -Sop`s 4 1 Mo 4. VconItt.e. t c 444-1 01.b tvIRc RD. SPRt ra h u oli. f , Actz, 5. VE S--% LivaDi h 221 E. L a' -'s? 6. 'l.owEas HAR e Tperz Stag esiabir 5tie The undersigned BIDDER agrees that sixty percent (60%) of the Work will be required to be performed with his own forces unless a variance is requested and granted from the CITY OF FAYE1"1'I VILLE. 00311.doc 1 SECTION 00312 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Crossland Heavy Contractors, Inc. as Principal, and Fidelity and Deposit Company of Maryland as Surety, are hereby held and firmly bound unto the City of Fayetteville, hereinafter called the OWNER in the penal sum of **Five Percent of the Amount Bid ( 5%)** for payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. The Condition of the above obligation is such that whereas the Principal has submitted to the Owner a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing, for Project No. BIO -2, BIOSOLIDS MANAGEMENT — THERMAL DRYER NOW, THEREFORE, (a) (b) If said BID shall be rejected, or If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. 00312.doc 1 III WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Signed, this 21st day of October ,20 10 . Crossland Heavy Contractors, Inc. PO Box 350, Colum (Principal) 72"5 Niarlr/ $e.►1 re. ►t n Fidelity and Deposit Company of Maryland 1400 American Lane, Schaumburg, IL 60196 (Surety) By L. Gilfillan, Attome END OF SECTION 00312 00312.doc 2 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the=SInted aryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursua e by Article VI, Section 2, of the By -Laws of said Companies, which are set forth on o n reby certified to be in full force and effect on the date hereof, does hereby nomina t t o RSON, Martha L. GILFILLAN, Morgan DEWEY, Cynthia FactSaa&0 W F. HEIN and Debra L. WALZ, all of Overland Park, Kansa d 1 orney-in-Fact, to make, execute, seal and deliver, for, and on its behal s t5 ��y n all bonds and undertakings, and the execution of such bonds or uncle i u ane t � u`s"'�, i all be as binding upon said Companies, as fully and amply, to all intents and purpo s, itley t Executed and acknowledged by the regularly elected officers of the Company at its offtc i re, , in their own proper persons. This power of attorney revokes that issued on behalf of Claudia J. NADEAU't$.'MfiIk WILKERSON, Martha L. GILFILLAN, Natalie E. BOCK, Morgan DEWEY, Cynthia L. WHITNEY, Rodney W. PADDOCK, dated October 8, 2009. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 13th day of May, A.D. 2010. ATTEST: Ufa a SEAL 4` Kern Ali: State of Maryland ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY £A: /-f-- Eric D. Barnes Assistant Secretary 11%� By: / William J. Mills Vice President On this 13th day of May, A.D. 2010, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn Notary Public My Commission Expires: July 14, 2011 POA-F 076.0008 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I tit) further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under anti by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLANI) at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of , Assistant Secretary O SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All requests must be addressed in writing and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The BIDDER may submit any additional information he/she desires. A. REQUESTS REGARDING BIDDER C(1 1. Name of Bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, where incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing amount of each contract and the anticipated dates of completion.) 7. General character of work performed by your company. 8. Have you ever failed to complete any work awarded to you. (If so, where and why?) m{ �4` 9. Have you ever defaulted on a contract? (If so, where and why?) 10. List similar project of the size and magnitude of this Project which were completed by your company, stating the cost for each and the month and year completed. Include the entity for which the work was performed with names, titles, and phone numbers. 11. List your major equipment currently available for this contract and designate whether owned or leased. 12. Background and experience of field personnel currently employed by your organization who will perform the work. 13. Background and experience of the principal members (officers) of your organization. Include president, vice president, secretary, treasurer, etc. 14. Give Bank reference. 15. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER. 16. Give bonding agent and limit. 17. If subcontractor is to be used for this contract, state the percentage of work anticipated to be completed by subcontractor. If subcontractor is to perform work, a separate Statement of Bidder's Qualifications regarding subcontractor and the method used by the subcontractor. Refer to Section 00100 & Section 00311. Submit this notarized Statement of Bidders Qualifications to the Engineer. Qualifications shall be submitted in a separate sealed envelope at the date and time listed on the Bid Proposal. 00420.doc i w I A (Name of Bidder) By: 0 Title: Pie State of Y T1c\5 County of ()C xD &Q _ AztY I _ k at being duly sworn deposes and says that he is Vro5 �d end of _-( 5, \ rSNyd P h rS . me.. and that the answers •to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this 2 day of ( )C bbV , 20j.0. Notary Public My Commission expires 111LI II) 20. MISTY HARRIS NOTARY PUBLIC STATE OF SAS STATE OF KANSAS My App. Exp YbI END OF SECTION 00420 00420.doc 2 STATEMENT OF BIDDER'S QUALIFICATIONS 1. Name of Bidder: Crossland Heavy Contractors, Inc. 2. Permanent main office address: PO Box 350, 833 S. East Avenue, Columbus, KS 66725 3. When organized: April 1993 4. If a corporation, where incorporated: Kansas 5. How many years have you been engaged in the contracting business under your present trade name? 17 years 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) PROJECT & DESCRIPTION AMOUNT NACA Sewer Line Cl $9,602,350.00 Lake Fort Smith Water Treatment Plant: Contract No. 3 $31,641,000.00 Chisholm Creek WWTP 21st Street Lift Station Improvements Draper Water Treatment Plant Haikey Creek Wastewater Treatment Plant Aerator Repairs Adair Irrigation Pump Station Haikey Creek WWTP Improvements, Sludge Thickening - couthside-WWTP Odor Control Improvements Northside WWTP Anaerobic Digester Improvements: Digester 1 & 2 Washington Co. RWD #3 North Side WTP Expansion & Upgrade AB Jewell High Service Pump Station Improvements Prairie Grove WWTP Skiatook Central Park Skiatook Restroom ODOT Sound Barrier Wall Haikey Creek Sanitary Sewer Lift Station Rehab ODOT Intersection Modification & Traffic Signals Lafortune Park/Joe Creek Southside WWTP Activated Sludge Train Rehab Blue Rose Cafe Okmulgee Downtown Streetscape Bridges 327 & 328 Rehab Allen County Airport $15,927,000.00 $1,132,700.00 $4,398,110.00 $350,188.00 $183,715.00 $2,686,500.00 $2,534,734.00 $3,681,720.00 $15,839,294.50 $2,009,600.00 $7,723,500.00 $1,703,603.70 $173,022.00 $3,535,944.00 $408,920.00 $269,000.00 $3,985,217.00 $10,757,520.00 $1,402,082.00 $806,100.00 $684,436.00 $373,920.00 7. General character of work performed by your company: Water & Wastewater Treatment Plants, Lift & Pump Stations, Water & Sewer Lines, Storm Drainage, Earthwork, Concrete, Bridge COMP 10/10 11/11 01/11 11/10 11/10 11/10 11/10 08/11 10/10 07/11 06/11 11/10 09/11 11/10 11/10 11/10 12/10 11/10 08/11 09/11 08/11 12/10 03/11 12/10 8. Have you ever failed to complete any work awarded to you? (If so, where and why?) No 9. Have you ever defaulted on a contract? (If so, where and why?) No 10. List similar project of the size and magnitude of the Project which were completed by your company, stating the cost for each and the month and year completed. Include the entity for which the work was performed with names, titles, and phone numbers. Bentonville Sludge Storage Improvements $324,500.00 - Completed 08/09 City of Bentonville, Belve Plumlee, Plant Manger Phone 479-271-3160 Decatur Wastewater Treatment Plant. $8,435,977.52 - Completed 11/09 City of Decatur, James Boston, City Manager Phone 479-752-3300 Grove Wastewater Treatment Plant $1,999,000.00 - Completed 06/10 Grove Municipal Services Authority Bruce Johnson, Mayor Phone 918-786-6107 11. List your major equipment currently available for this contract and designate whether owned or leased. See attached listing 12. Background and experience of field personnel currently employed by your organization who will perform the work. Superintendent Jim Smith with construction experience dating back to 1972 13. Background and experience of the principal members (officers) of your organization. Include president, vice president, secretary, treasurer, etc. See attached Resume 14. Give Bank Reference. Crossfirst Bank, Overland Park, KS, Contact Issac Murphy, Phone 913-647-9834 15. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER. Yes 16. Give bonding agent and. limit. IMA of Kansas, Inc. Single Limit $30 Million, Aggregate Limit $100 Million 17. If subcontractor is to be used for this contract, state the percentage of work anticipated to be completed by subcontractor. If subcontractor is to perform work, a separate Statement of Bidder's Qualifications regarding subcontractor and the method used by the subcontractor. Refer to Section 00100 & Section 00311. Building Erector 2%, Masonry .5% Electrical 3%, Mechanical.2% Overhead Door 1%, Paint .3% 11. Equipment Currently Available 3_. T1UCK5. .'. :.:.... ....:: ;: : ::.. ,,'.P- 2007 KOMATSU WA320-5L WHEEL LOADER OWN 1996 PETERBILT 4 -AXLE WINCH SEMI TRACTOR MODEL 378 OWN 2005 CATERPILLAR 950011 WHEEL LOADER OWN 2011 KENWORTH W90OLTRACTOR OWN 2006 CATERPILLAR 963C TRACK LOADER OWN 2004 INTERNATIONAL 430 LUBE TRUCK OWN 2000 KOMATSU WHEEL LOADER WA25031 OWN 2000 INTERNATIONAL 4700 -SEE OWN 2008 MUSTANG 2066 SKIDSTEER LOADER LEASE 2000 INTERNATIONAL 4700-1500 GALLON WATER TRUCK OWN 2008 MUSTANG 2066SKIDSTEER LOADER LEASE 2000 INTERNATIONAL 4700-025-6 YARD BOX DUMP TRUCK OWN 2006 KOMATSU WA25OPT WHEEL LOADER OWN 2000 FORD F750 5-6 YARD BOX DUMP TRUCK OWN 2008 TAKEUCHI TL140 TRACK SKID LOADER OWN 2005 MACK CV713 DUMPTRUCK W/ 16DUMP BODY OWN 2005 VOLVO L12OLE LOADER OWN 2010 DODGE RAM ST 3500 CREW CAB 4X4 OWN 3 52(E EQUIPMENT 2005 MACK CV713 DUMPTRUCK W/ 16' DUMP BODY OWN 2005 MICROMAX MPLUS 4ABCD GAS DETECTOR OWN 2005 MACK CV713 DUMPTRUCK W/16'DUMP BODY OWN HONDA 55 HONDA GAS BLOWER OWN 2005 MACK CV713 DUMPTRUCK W/ 16' DUMP BODY OWN 2008 MICROMAX MPLU54 LUMIDOR MICROMAX PLUS GAS MONITOR OWN 2009 CHEVROLET 3500 SERVICE TRUCK OWN 2008 MICROMAX MPLUS 4ABCD GAS DETECTOR OWN 2001 INTERNATIONAL 9200 DUAL AXLE TRACTOR OWN 2008 MICROMAX MPLUSABCD GAS DETECTOR OWN 2003 MACK CV713 DUMPTRUCK OWN 33 ; SRI% .AL)IPMENT . , ..., . i,v „ . - $ TRACPONS ,CRlJNILER v '' 1995 LASER SPEC LASER SPECSURV INSTRUMENT OWN 2003 CATERPILLAR DON DOZER OWN 1997 LASER SPEC LASER BEACON LB -1 PACKAGE OWN 2005 CATERPILLAR D5GXL DOZER OWN 1997 TOPCON THEODOLITE OWN 1998 CATERPILLAR DSM XL DOZER OWN 1997 SOKKIA DATA COLLECTOR SDR31 OWN 1997 KOMATSU D38 -E-1 DOZER OWN 1997 TOPCON TRIPOD OWN 2006 KOMATSU 039 DOZER OWN 1997 TOPCON MIRROR PRISM (SINGLE TILT) OWN 2004 CATERPILLAR DOG DOZER OWN 1997 TOPCON PRISM POLE OWN .. Y.IASTORS,WHEEL ,;�, .. :.:_ ,,., .,: ,. _..... 1997 ACCUTECH/SOKKIA LASER W/ TRIPOD OWN 1997 CASE 580SL LOADER/BACKHOE OWN 1997 TOPCON TRANSIT LEVEL & ROD OWN 1998 CASE 580 SL EXTENDAHOE LOADER OWN 199850KKIA TOTAL STATION SEISE OWN 2002 CASE 580M BACKHOE LOADER LEASE 1999 TOPCON AT -G6 LEVEL OWN 2005 CATERPILLAR 420DfT BACKHOE LOADER OWN 1999 TOPCON LB -1 BEACON PACKAGE LASER OWN 2001 NEW HOLLAND TC40D TRACTOR OWN 2002 DIALGRADE 1285 LASER OWN 2003 CATERPILLAR 420DIT BACKHOE LOADER OWN 2006 TOPCON L4GV LASER OWN 2009 CASE 580 SUPER M 4WD BACKHOE OWN 2003 PELSU 16" EXPLOSION PROOF MANHOLE FAN OWN 2000 CATERPILLAR 416C BACKHOE OWN 2006 GRADELIGHT 2500 ECONOMY PACK, THEODOLITE, 10 SECOND OWN 1998 CATERPILLAR 416C RUBBER TIRE BACKHOE OWN 2008 TOPCON 8051GA BASE STATION & ROVER; 8602 DATA COLLECTOR SERIAL #729024 OWN 2004 CATERPILLAR 420011 BACKHOE LOADER OWN 2007 SOKKIA 620 OWN 7".: 'CRWLERBACKHOE ...-a . .. ... ..:.:. ., ._:::. . ..:'.: .. ..,:;::: 2007 FUTTURA 10" THEODOLITE DIGITAL TRANSIT OWN 2004 KOMATSU PC3080SLC-3 EXCAVATOR OWN 2008 RL-1002S DUAL SLOPE LASER OWN 1997 CATERPILLAR 330 BL EXCAVATOR OWN 2007 TOPCON 8002P BASE STATION; 8602 DATA COLLECTOR SERIAL #729615; 8018 ROVE OWN 2005 KOMATSU PC220LC-7 EXCAVATOR OWN 2008 MICROMAX MPLUSABCD MACR045NIFFER OWN 2006 CATERPILLAR 345CVG EXCAVATOR OWN 2008 TOPCON DT -209 DIGITAL THEODOLITE OWN 2006 CATERPILLAR AUTO LUBE SYSTEM FOR 345CVG EXCAVATOR OWN 2008 LEICA TC407 TOTAL STATION W/TRIPOD,PRISM, DATA COLLECTOR OWN 2009 KOMATSU PC60OLC-8 EXCAVATOR OWN 2009 SOKKIA THEODOLITE DT -7C OWN 2005 CATERPILLAR 345C HT EXCAVATOR OWN 3JPJi'0.CC1:sop;IFs 2005 KOMATSU PC30OLC-7 EXCAVATOR/ERACKHOE OWN 2008 KENCO PH30000 PIPE HOOK OWN 2003 KOBELCO 2K2355KLC HYDRAULIC EXCAVATOR OWN 2009 LANSAS 20"X36" PIPE PLUG OWN 2003 CATERPILLAR 320C LH HYDRAULIC EXC LEASE 2009 LANSAS 20" X 36" PIPE PLUG OWN 20D4 KOMATSU PC78 MINI EXCAVATOR OWN 2009 LANSAS 20" X 36" PIPE PLUG OWN 2006 KOMATSU PC 160 LC OWN 2009 TOPCON TP-L4AV PIPE LASER OWN 2004 CATERPILLAR 325C LC CRAWLER EXCAVATOR OWN 2009 TOPCON TP-L4AV PIPE LASER OWN 2004 CATERPILLAR 325C LC CRAWLER EXCAVATOR OWN 2007 MICROMAX PLUS MPLUS-4ABCD GAS DETECTOR OWN 1995 CATERPILLAR 320L HYDRAULIC EXCAVATOR OWN 2009 AGL GL2700 PIPE LASER OWN 2002 CATERPILLAR EXCAVATOR 330CL OWN 2009 LANSAS 20"X36" TEST PLUG OWN 2003 INTL HARVESTER MINI EXCAVATATOR OWN 2004 WHEELER REX 466000 HYDROSTATIC TEST PUMP OWN 10,'.SAW5 1997 DIALGRADE 4700 PIPE LASER OWN 2006 DIMAS PP303ODTR PP WALL SAW DPP3030 ON TRAILER OWN 1997 DIALGRADE 4700 PIPE LASER OWN 2007 STIHL T5400 OWN 1997 DIALGRADE 4700 PIPE LASER OWN 2007 STIHL T5400 OWN 2000 DIALGRADE 1280 PIPE LASER OWN 10'. -ROLLERS. _ 2000 DIALGRADE 1280 PIPE LASER OWN WACKER RTS20 TRENCH ROLLER OWN 2000 DIALGRADE 1280 PIPE LASER OWN 2003 I -R SD -45D VIBRATORY ROLLER OWN 2004 U.G.I. ULTRASONIC LEAK TEST SYSTEM OWN 13 ROCK RAKES,RIPPERS&DISCS .: -... , '.. -::.; 2004 U.G.I. ULTRASONIC LEAK TEST SYSTEM OWN GOSSEN BCG-2 HAY RIPPER OWN 1989 DITCH WITCH P-80 PIPEPUSHER OWN 55., BUCKETS & BACKHOEACCESiORRS_ z :: . , '-: 1997 PIPE TONGS 8" PIPE TONGS OWN 2003 CATERPILLAR 36" BUCKET (330 CAT) OWN 1997 PIPE TONGS 8" PIPE TONGS OWN 2003 CATERPILLAR 54" BUCKET(330 CAT) OWN 1997 PIPE TONGS 12" PIPE TONGS OWN 2003 CATERPILLAR 48" BUCKET (325) OWN 1997 PIPE TONGS 12" PIPE TONGS OWN CATERPILLAR 36" BUCKET (325) OWN 1997 PIPE TONGS 16" PIPE TONGS OWN CATERPILLAR 12" BUCKET (416) OWN 1997 PIPE TONGS 16" PIPE TONGS OWN 2006 CATERPILLAR 36" BUCKET FOR 325 EXCAVATOR OWN 1997 PIPE HOOK CONCRETE PIPE HOOK OWN 2006 TEI MME 250 MINI EXCAVATOR 4000# DRILL OWN 1997 PIPE HOOK CONCRETE PIPE HOOK OWN 2003 CATERPILLAR H130S HYDRAULIC BREAKER OWN 1997 MANHOLE VACUUM TESTER OWN 2008 NPK E220/PC300 HYDRAULIC HAMMER OWN 1997 TEST PLUG 4" TEST PLUG OWN 2009 NPK E220/NPK MOUNTING KIT OWN 1997 TEST PLUG 6" TEST PLUG OWN CATERPILLAR HEAVY DUTY24" BUCKETW/RIPPER SHANK&TOOTH OWN 1997 TEST PLUG 8"-12"TEST PLUG OWN 2009 WOODS 4X2 80" LOW BACK HYDRAULIC BOX BLADE OWN 1997 TEST PLUG 12"-16" TEST PLUG OWN 2008 SOLESBEE THUMB FOR 191 3552, MODEL AT2446 OWN 1997 TEST PLUG 18" TEST PLUG . OWN 2008 TOWTEM AGSO45BH-2 ARTICULATING BLOCK HANDLING GRAPPLE OWN 1997 PIPE BLOWER PIPE BLOWER OWN 2009 HENSLEY 30" HD BUCKET W/ BOLT ON SIDE CUTTERS & K MAXTEETH OWN 1997 MANDRELL MANDRELL 8"-15" OWN 2008 HENSLEY 48" BUCKET FOR PC20OLC-8 OWN 1997 MUELLER TAP MACH 3/4-1" SERVICE OWN 2008 NPK M -28C MATERIAL PROCESSOR OWN 1997 MUELLER TAP MACH 3/4-1" SERVICE OWN CATERPILLAR 48" BUCKET (325) OWN 2003 ROCK HOPPER ROCK HOPPER 458 OWN ASPHALT CUTTER FOR BACKHOE BUCKET OWN 2006 MCLAUGHLIN G2 VERIFIER PIPE & CABLE LOCATOR OWN 2005 BOBCAT PREPERATOR (SKIDSTEER ATTACHMENT) LEASE 2009 HERCO 36" MANDREL 3% DEF OWN 1998 QUIPNET HYDRAULIC BREAKER(580) OWN 2009 HERCO 30" MANDREL3%DEF OWN TEISUKU HYDRAULIC BREAKER OWN 38 OFF ROAD TRUCKS NPK GH10 HYDRAULIC HAMMER OWN 2008 KOMATSU CD110R-2 CRAWLER CARRIER OWN 2009 NPK 0912 HAMMER OWN 39, CRANES ... ..: 48" BREAKER BUCKET (325) OWN 2007 TEREX HC165 CRAWLER CRANE OWN 2009 KENCO 54" RIPPER FOR 345 OWN 2003 GROVE RT87SBXL CRANE OWN 2009 KENCO 60" RIPPER FOR PC600 OWN 2009 KOBELCO CK 160011 OWN 2008 ROAD BOSS USA GRADER W/ SKID STEER ADAPTER OWN 2008 TEREX RT555-1 CRANE OWN CATERPILLAR 16" BUCKET (416) OWN 41 SRMCRETE EQUWMENT .__;. „i .; CATERPILLAR 24' BUCKET (416) OWN 2009 GARBRO MODEL: 458, DWGNO: 81-24, SHOP #08144A OWN 2008 HENSLEY 48" BUCKET FOR PC270 OWN 2009 GARBRO MODEL: 458, DWGNO: 81-24, SHOP # 08167A OWN ESCO 36" HDP/PC220 BUCKET OWN MULTIQUIP CONCRETE MIXER OWN 2008 NPK 0,625 QUICK COUPLER FOR PC220LC-7 OWN 2009 GARBRO MODEL: 458, DWGNO: 81-24, SHOP # 08144B OWN 2002 ALLIED 770CS HYDRAULIC BREAKER OWN 2005 GARBRO 1/2 YD CONCRETE BUCKET410-R OWN 2006 GENESIS CYCLONE GC550 MR GRINDER OWN 2001 GARBRO CONCRETE BUCKET 458 OWN 12" BUCKET (580L) OWN 1997 STOW 130 ER VIBRATOR OWN 2005 CATERPILLAR RIPPER ATTACHMENT FOR 320 OWN 1997 STOW 130 ER VIBRATOR OWN 2005 TOOTH PRO 36" BUCKET FOR KOBELCO 480 OWN 1997 STOW (2) CONCRETE VIBRATORS OWN 2006 LONGREACH 330CL, 64' FOR CAT OWN 1997 CC MIXER 1/2 CYTRLR MOUNTED OWN 2005 BOBCAT STUMP GRINDER (SKIDSTEERATTACHMENT) LEASE 1999 GARBRO CONC BUCKET423G OWN 2005 BOBCAT HOLE AUGER & BITS (SKIDSTEER ATTACHMENT) LEASE 2004 ICM MANHOLE FORMS 12' SET OWN 1997 SHEEPS FOOT DITCH COMPACTER OWN 2006 ICM 01-12-C 12' MANHOLE FORM OWN 1997 BUCKET FORKS BUCKET FORKS OWN 2006 1CM 12'CONCENTRIC SET, 4' DIAMETER CONC FORMS OWN 1997 ASPHALT CUTTER ASPHALT CUTTER OWN RAZORBACK 12ED SCREED (ALLEN ENGINEERING) OWN 1998 CATERPILLAR GRAPPLE FOR CAT 320/3250-4200 OWN 42 1RNCH EQUIPMENT 2000 KENT HYTAMPER 6000 KHP65 OWN 2000 SPEED SHORE TS -08160W4 OWN 2005 NORTH AMERICAN TRENCH COMPACTOR ATTACHMENT OWN 2005 SAFE -T -SHORE 41684D OWN 2006 NORTH AMERICAN 24" COMPACTION WHEEL FOR CAT 330D OWN 2009 SPEED SHORE XLD-824-4NOKE OWN 2006 NORTHAMERICAN 24" COMPACTION WHEEL FOR CAT 325 OWN Efficency SX12X4 OWN 2006 NORTH AMERICAN COMPACTION WHEEL & BUCKET FOR 34S OWN 2009 SPEED SHORE 0824DW4 OWN 2006 NORTH AMERICAN 24" BUCKET FOR 320 CAT OWN 2005 EFFICIENCY XLD-820 8'X 20' TRENCH BOX OWN 2006 84" FORKS FOR WA250 OWN 2007 EFFICIENCY SM-9 9 YARD BEDDING BOX OWN 2009 CATERPILLAR 8' FORK TINES FOR 29-1358 OWN 2004 EFFICIENCY 820XLD 8' X 20' TRENCH BOX OWN 2009 NPK PC220 HYDRAULIC KIT OWN BX16 TRENCH BOX OWN 17 AIR COMPRESSORS SX36X6 OWN 2008 SULLAIR 185DPQJD 185 CFM AIR COMPRESSOR OWN 2000 GME 6NP816 OWN 2008 SPEED AIR 7.5 HP AIR COMPRESSOR OWN EFFICIENCY HT6F824 OWN 2008 SPEED AIR 13HP AIR COMPRESSOR OWN EFFICIENCY HT6F824 OWN 2004 INGERSOL RAND P185WJD PORTABLE COMPRESSOR 185CFM OWN EFFICIENCY HT6F824 OWN 2006 INGERSOL RAND P185WJD PORTABLE COMPRESSOR 185CFM OWN VAN KEPPLE 8x24x4 OWN 2005 INGERSOL RAND 375 AC COMPRESSOR OWN 1997 TRENCH BOX 8'X12' TRENCH BOX OWN 20D5 INGERSOL RAND 185 CFM COMPRESSOR OWN 1997 TRENCH BOX 4'X12' TRENCH BOX OWN 20D1 INGERSOL RAND P185WJD 185 CFM COMPRESSOR OWN 2006 ML YOUNG TRENCH BOXES OWN 2004 INGERSOLRAND P38SWJD COMPRESSOR 185CFM OWN 2008 6- 8X205TREET PLATES OWN 18 .WEoExS ...-_- _ . - .... 2009 14X132 40' STEEL I -BEAMS (10) OWN 2010 MILLER TRAILBLAZER 27SDC OWN 2009 8X20STREETPLATES(9) OWN 1995 MILLER BOBCAT WELDERS 225G OWN 4LlIIi TOWERS .- 2006 MILLER BIG 40G 402D OWN 2003 GENIE TML/4000 OWN MILLER BLUESTAR 185 WELDER OWN SPECIALTY LIGHTING BTKMH64 OWN 2002 MILLER BLUESTAR 185 WELDER OWN 46_BRE LER5, 2008 MILLER BLUE STAR 185DX WELDER OWN 1998 QUIPNET OKB305 HYD BREAKER OWN BOBCAT 225 NT WELDER OWN 2005 MILLER BLUE402D WELDER OWN 1998 MULTIQUIP/HONDA 11HPWELDER/G OWN 1999 LINCOLN WELDER RANGER8 OWN 2004 MILLER BLUE STAR 6000 ELEC WELDER OWN 2004 MULEGAW 180 HEWELDER/GENSET OWN 2005 MILLER BLUESTAR 185 WELDER OWN 19 GENERATORS_.................. i.. BI 40KW OWN 2010 GEN-6000-OGHO PORTABLE GENERATOR OWN DEWALT 9HP, BAIT START, 4.4KW, DG4400B GENERATOR OWN 2008 MULTIQUIP GA6HEA GAS GENERATOR OWN HONDA EB5000XKS-5.9KW GAS GENERATOR OWN 2009 MULTIQUIP GA6HA6.0-6.4KW GENERATOR OWN 2007 HONDA BHP 3.6KW GENERATOR OWN 2006 MULTIQUIP DCA25USIGENERATOR OWN DEWALT 6000 GENERATOR OWN 2008 HONDA EB3000C GAS GENERATOR OWN 2005 MULTIQUIP 25KW GENERATOR MODEL DCA-2555102 OWN 2008 HONDA EB3000C GAS GENERATOR OWN POWERBACK 5250 WATT GT5250-1 GENERATOR OWN 2010 WACKER CP6600 GENERATOR OWN 2001 MULTIQUIP 10-14KW GENERATOR OWN 1993 MULTIQUIP GENERATOR MDL Wl-390 OWN 1993 MULTIQUIP GENERATOR TBD OWN 1997 WACKER GENERATOR 3.7 OWN 1997 HONDA GENERATOR OWN 1998 HY CYCLE GENERATOR OWN 1999 MULTIQUIP GENERATOR3600 OWN 2000 HIGH -CYCLE GEN GDP -5000H OWN 2005 DEWALT DG4300 HD GENERATOR OWN 2006 DEWALT DG4300 HD GENERATOR OWN 25_. COMPACUON EQUIPMENT.:. _. 1997 JUMPINGJACK WACKER 85621 OWN 2007 HONDA 3350LB MULEMVC80VHW COMPACTOR OWN 2007 MULEMT65H RAMMER OWN 2007 MULEMTX70 RAMMER 2900# FORCE 4 -CYCLE OWN 2007 WACKER WP1550AW 200#-299# GAS PLATE COMPACTOR OWN 2007 MULEMTX70 RAMMER 2900# FORCE 4 -CYCLE OWN MULTIQUIP MTX70 GAS RAMMER OWN 2009 MULTIQUIP MTX70 JUMPING JACK OWN 29 " FRONTENO.LOADERS 2003 CATERPILLAR 252 SKID STEER LOADER OWN 2004 KOMATSU WA250L-5 WHEEL LOADER OWN 2009 CATERPILLAR 299C COMPACT TRACK LOADER OWN 2004 KOMATSU WA250L-5 WHEEL LOADER OWN 2002 CATERPILLAR 232 SKID STEER LOADER LEASE Officers Background & Experience Mark Sell President Bachelor of Science in Construction Science, Kansas State University Peter Kiewit Sons, Inc. Omaha, NE (1982— 1993) Work history included numerous road & bridge projects throughout the Midwest. River intake pump station, sheet pile river weir across the Kansas River. Subway renovation and light commuter rail projects in Chicago. Lock & Dam #16 renovation in Muscatine Iowa. Crossland Heavy Contractors, Columbus, KS (1993 — Present) Started Crossland Heavy Contractors to pursue civil oriented projects including bridge work, water & wastewater treatment facilities, site utilities and pipe work. Darrell Moorman Vice President Bachelor of Science in Engineering Technology, Oklahoma State University Utility Contractors, Inc. Tulsa, OK (1992— 1996) Work history includes managing projects that include sewer and storm sewer line installation, wastewater treatment facilities, along with road work. M.L. Young Construction, Inc. Jenks, OK (1996— 1998) Managed construction of wastewater treatment facilities. Crossland Heavy Contractors, Tulsa, OK (1998 — Present) Over construction of several utility projects, pump stations and treatment plant work In 2001 took over Vice President responsibilities and oversees operations in Tulsa area. Work included in this roll are a number of utility, storm drainage, trails and plant work. Ivan Crossland, Jr. Vice President Bachelor of Science in Engineering Technology, Construction Management, Pittsburg State University Crossland Construction Company, Inc. Work experience includes 25 years as project superintendent, estimator, and project manager. Served as president of Crossland Construction from 1991 to 2002 and is currently serving as C.E.O. Dan Thompson Corporate Treasurer Bachelor of Science in Engineering Technology, Pittsburg State University Crossland Heavy Contractors, Rogers, AR (1995 — Present) Work experience includes site utilities, concrete work, and water and wastewater treatment facilities as superintendent, project manager and currently as the Rogers, Arkansas Division Manager. v • Misty Harris Corporate Secretary Bachelor of Science in Business Administration, Finance, Pittsburg State University Exchange State Bank, Columbus, KS (1999-2001) Work experience included acting as teller, financial services representative, and loan administrator American Building Centers, Columbus, KS (2001— 2004) Work Experience included all accounting and serving customers at front counter Crossland Heavy Contractors, Columbus, KS (2005 — Present) Work experience includes accounting aspects including accounts payable and accounts receivable SECTION 00500 AGREEMENT BETWEEN CITY OF FAYETTEVILLE AND CROSSLAND HEAVY CONTRACTORS, INC. THIS AGREEMENT is dated as of the 1% day of l Z P t�aP�[ _ in the year 2010 by and between the CITY OF FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS, INC. 1. CROSSLAND HEAVY CONTRACTORS, INC. shall commence and complete all Work as specified or indicated in the Contract Documents. The WORK is generally described as follows: BIOSOLIDS MANAGEMENT - THERMAL DRYER 2. CROSSLAND HEAVY CONTRACTORS, INC. shall furnish all materials, supplies, tools, equipment, labor and other service necessary for the completion of the WORK described herein. 3. CROSSLAND HEAVY CONTRACTORS, INC. shall commence the WORK required by the CONTRACT DOCUMENTS on or before a date to be specified in the NOTICE TO PROCEED and completed and ready for final payment within 270 calendar days. CROSSLAND HEAVY CONTRACTORS, INC. shall pay the CITY OF FAYETTEVILLE, as liquidated damages, the sum of $1000 for each calendar day thereafter that the WORK is not complete. 4. CROSSLAND HEAVY CONTRACTORS, INC. agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and comply with the terms therein as shown in the BID PROPOSAL. 5. The term CONTRACT DOCUMENTS shall mean and include the following: 5.1 Invitation to Bid 5.2 Information for Bidders 5.3 Supplemental Information for Bidders 5.4 Bid Proposal 5.5 Bid Bond 5.6 Agreement Between Owner and Contractor 5.7 Performance and Payment Bond 5.10 General Conditions 5.13 Prevailing Wage Rates 5.14 Notice of Award 5.15 Notice to Proceed 5.16 Project Manual for Biosolids Management 5.18 Addenda Numbers 1 to 2. 5.19 Change Orders 00500.doc 1 6. The CITY OF FAYETTEVILLE shall pay CROSSLAND HEAVY CONTRACTORS, INC. in the manner and at such times as set forth in the General Conditions such amounts as required by the CONTRACT DOCUMENTS. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 8. MISCELLANEOUS 8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3. City of Fayetteville and Contractor each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. 8.5. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 8.6. Freedom of Information Act. City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, Contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 00500.doc 2 §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.7. This contract must be interpreted under Arkansas Law. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS, INC. have signed this Agreement in triplicate. One counterpart each has been delivered to City of Fayetteville and Engineer, and one counterpart has been delivered to Contractor. All portions of the Contract Documents have been signed, initialed, or identified by City of Fayetteville and Contractor or identified by Engineer on their behalf. OWNER CONTRACTOR CITY OF F fXETTEVILLE CROSSLAND HEAVY CONTRACTORS INC. BY Mayo io d Jordan r tt PYaaS►dulk [CORPORATE SEAL] ATTEST Address for giving notices: [CORPORATE SEAL] ATTEST —l'" R;5�y Na is, Wr p , ve+ArGj Address for giving notices: 113 W. Mountain ° �� ° ° ° ° ° °�s P.O. Box 350 Fayetteville, AR 727 G® FAYETTEVILLE o Columbus, KS 66725 m ;tee �s,9'�KANSP�`J=e6 License No. 0067301110 ���'!�G ;� �►sG` Agent for service of process: ✓I�Q P-c�Y�'cl� (If CONTRACTOR is a corporation, attach evidence of authority to sign.) 00500.doc 3 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 00500 00500.doc BOND NO. 09028954 SECTION 00600 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND WE, Crossland Heavy Contractors, Inc. as Principal, hereinafter called Principal, and Fidelity and Deposit Company of Maryland as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville (Owner) amount of Two Million, Seven Hundred Seventy Thousand, Two Hundred Eighty and 00/100 Dollars ($ 2, 770, 280 . 00 ) for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, and successors, and assigns, jointly and severally, and firmly by these presents. Principal has by written agreement dated r VC7 I / PAN %C. I Z-() ` 0 entered into a contract with Owner for Biosolids Management- Thermal Dryer which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. The condition of this obligation is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. 00600.doc 1 No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, not shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any Alterations which may be made in the terms of the contract or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part either of the Owner or Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors, or assigns from their liability hereunder, notice to the Surety of Sureties of any such alteration, extension, or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set herein. Executed on the I (IJ day of ___20(O Crossland Heavy Contractors, Inc. By PO Box 350, ,Cm�tj, KS 25 �Ynn'ci'pal YK dell, P(&Sder f Witness: 1L_i ) lane ma �t ) Attest: 1w"�.-J M'y Naws% Corp•evctaw� Fidelity and Deposit Company of Maryland 1400 American Lane,Schaumb rg, IL 60196 (S Sur t orney-In-Fact Monica F. Hein This Bond is given in Compliance with Act 351 of 1953, as amended. END OF SECTION 00600 00600.doc 2 eal) BOND NO. 09028954 SECTION 00640 WARRANTY BOND We, Crossland Heavy Contractors, Inc. , as principal ("Principal"), and Fidelity and Deposit Company of Maryland as surety ("Surety"), are hereby jointly and .severally held and firmly bound unto the City of Fayetteville, as Obligee ("Owner"), for the payment of Two Million, Seven Hundred Seventy Thousand, Two Hundred Eighty and 00/100 Dollars ($ 2, 770, 280. 00 ), subject to the terms and conditions provided herein. WHEREAS, Principal executed and entered into that certain Agreement with Owner for Biosolids Management- Thermal Dryer 20 (the "Contract"), the provisions of which are incorporated herein by reference, and unless otherwise defined herein all defined terms used or referred to herein shall have the meaning ascribed thereto in the Contract. In addition to other obligations and liabilities, the Contract required Principal to perform the Work for the Project and to furnish this Bond to Owner in compliance with Article 5 of the General Conditions and the Supplementary Conditions. NOW THEREFORE, the obligations of Principal and Surety herein shall remain in full force and effect as provided herein, subject to becoming null and void upon the occurrence of either or both of the conditions that (a) Principal shall fully perform and satisfy all obligations and liabilities of Principal under the warranty and guarantee provisions of Sections 13.1 and 13.12 of the General Conditions, as modified or supplemented by the Supplementary Conditions or any other applicable Contract Documents, at any time within two years after the date of Final Acceptance or such longer period of time as may be prescribed therein(the " Warranty Period"), all of which includes without limitation either correcting the defective Work, or removing and replacing it with nondefective Work, or paying all direct, indirect or consequential costs of such correction or removal and replacement, all as provided therein, or (b) Owner shall fail to institute a lawsuit, action or other proceeding under this Bond before the expiration of three (3) months following the end of the Warranty Period. 00640.doc 1 FURTHER PROVIDED, that (a) any changes, modifications, amendments, alterations or supplementations in or to the Contract, and Contract Documents or the Work, or the giving by Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either Owner or Principal to the other, shall not in any way release the Principal or Surety, or either of them, from their liability hereunder, notice to the Surety of any of the foregoing being hereby waived, (b) in no event shall the aggregate liability of Surety exceed the amount set out herein, and (c) the rights and obligations hereof shall be binding upon and shall inure to the benefit of Principal, Surety, Owner and their respective heirs, legal representatives, partners, privies, successors and assigns, provided that nothing herein shall authorize the assignment of any such rights and obligations except upon compliance with Section 9.2 of the Contract. Date of project fmal completion is two years. Executed on the The bond shall effective for a period of day of 20 By — MaWK CrosslandHeavy Contractors, Inc. PO Box 350, Columbus, KS 66725 (Seal) Witness: �i� ) ant f►1axtor\ Attest: ) *1s y Flaw,5, Corp. scuc+aitj Fidelity and Deposit Company of Maryland 1400 American Lane,Schauuburc, IL 60196 tor'- In -Fact Surety nica F. Hein END OF SECTION 00640 00640.doc 2 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S3ate,pfIaryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursue nted by Article Vi, Section 2, of the By -Laws of said Companies, which are set forth on �'�I111eby certified to be in full force and effect on the date hereof, does hereby nomina t po RSON, Martha L. GILFILLAN, Morgan DEWEY, Cynthia L. `J dy1V JMIica F. HEIN and Debra L. WALZ, all of Overland Park, Kansa nd 1fi1i orney-in-Fact, to make, execute, seal and deliver, for, and on its beha s t� s act jiy'niIall bonds and undertakings, and the execution of such bonds or undeit�ira i u anc s all be as binding upon said Companies, as fully and amply, to all intents and purpo'a itleyil diIIyxecuted and acknowledged by the regularly elected officers of the Company at its offic i re, d., in their own proper persons. This power of attorney revokes that issued on behalf of Claudia J. NADEAU\$i'fvfk WILKERSON, Martha L. GILFILLAN, Natalie E. BOCK, Morgan DEWEY, Cynthia L. WHITNEY, Rodney W. PADDOCK, dated October 8, 2009. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 13th day of May, A.D. 2010. ATTEST: ,gyp 9EPpsf .g,�rJ'C�IJf'.(�� ° ; 33 BEAD W 7 a 1190 ,�i r Mrrw k1P�li� State of Maryland l ss: City of Baltimore f FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Eric D. Barnes Assistant Secretary By: t William J. Mills Vice President On this lath day of May, A.D. 2010, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. /mot;)S •: •.......,� r�liltl1t 1111`` Constance A. Dunn Notary Public My Commission Expires: July 14, 2011 POA-F 076-0008 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of , Assistant Secretary SECTION 00700 GENERAL CONDITIONS 1. Definitions 2. Additional Instructions and Detail Drawings 3. Schedules, Reports and Records 4. Drawings and Specifications 5. Shop Drawings 6. Materials, Services and Facilities 7. Inspection and Testing 8. Substitutions 9. Patents 10. Surveys, Permits, and Regulations 11. Protection of Work, Property, and Persons 12. Supervision by Contractor 13. Changes in the Work 14. Changes in Contract Price 15. Time for Completion and Liquidated Damages 16. Correction of Work 17. Subsurface Conditions 18. Suspension of Work, Termination and Delay 19. Payments to Contractor 20. Acceptance of Final Payment as Release 21. Insurance 22. Contract Security 23. Assignments 24. Indemnification 25. Separate Contracts 26. Subcontracting 27. Engineer's Authority 28. Land and Rights -of -Way 29. Guaranty 30. Taxes 00700.doc 1 1. DEFINITIONS 1.1 Wherever used in the Contract Documents, the following terms shall have the meanings indicated which shall be applicable to both the singular and plural thereof 1.2 ADDENDA - Written or graphic instruments issued prior to the execution of the Agreement which modify or interpret the Contract Documents, Drawings and Specifications, by additions, deletions, clarifications or corrections. 1.3 BID - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 1.4 BIDDER - Any qualified person, firm or corporation submitting a Bid for the Work. 1.5 BONDS - Bid, Performance and Payment Bonds and other instruments of security, furnished by the Contractor and his surety in accordance with the Contract Documents. 1.6 CHANGE ORDER - A written order to the Contractor authorizing an addition, deletion or revision in the Work within the general scope of the Contract Documents, or authorizing an adjustment in the Contract Price or Contract Time. 1.7 CONTRACT DOCUMENTS - The contract, including Advertisement For Bids, Information For Bidders, Bid Proposal, Bid Bond, Agreement, Payment Bond, Performance Bond, Notice Of Award, Notice To Proceed, Change Order, Drawings, Specifications, and Addenda. 1.8 CONTRACT PRICE - The total monies payable to the Contractor under the terms and conditions of the Contract Documents. 1.9 CONTRACT TIME - The number of calendar days stated in the Contract Documents for the completion of the Work. 1.10 CONTRACTOR - The person, firm or corporation with whom the City of Fayetteville has executed the Agreement. 1.11 DRAWINGS - The part of the Contract Documents which show the characteristics and scope of the Work to be performed and which have been prepared or approved by the Engineer. 1.12 ENGINEER — The Utility Department of the City of Fayetteville, or their authorized representative. 00700.doc 2 1.13 FIELD ORDER - A written order effecting a change in the Work not involving an adjustment in the Contract Price or an extension of the Contract Time, issued by the Engineer to the Contractor during construction. 1.14 NOTICE OF AWARD - The written notice of the acceptance of the Bid from the City of Fayetteville to the successful Bidder. 1.15 NOTICE TO PROCEED - Written communication issued by the City of Fayetteville to the Contractor authorizing the Contractor to proceed with the Work and establishing the date of commencement of the Work. 1.16 OWNER — The City of Fayetteville. 1.17 PROVIDE — Furnish and install, complete in place, operating, tested and approved. 1.18 PROJECT - The undertaking to be performed as provided in the Contract Documents. 1.19 PRODUCTS — The materials, systems, and equipment provided by the Contractor. 1.20 PROJECT REPRESENTATIVE - The authorized representative of the City of Fayetteville who is assigned to the Project site or any part thereof. 1.21 SHOP DRAWINGS - All drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by the Contractor, a Subcontractor, Manufacturer, Supplier or Distributor, which illustrate how specific portions of the Work shall be fabricated or installed. 1.22 SPECIFICATIONS - A part of the Contract Documents consisting of written descriptions of a technical nature of materials, equipment, construction systems, standards and workmanship. 1.23 SUBCONTRACTOR - An individual, firm or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work at the site. 1.24 SUPPLEMENTAL GENERAL CONDITIONS - Modifications to General Conditions required by a Federal agency for participation in the Project and approved by the agency in writing prior to inclusion in the Contract Documents. 1.25 SUPPLIERS - Any person, supplier or organization who supplies materials or equipment for the Work, including that fabricated to a special design, but who does not perform labor at the site. 00700.doc 3 1.26 WORK - All labor necessary to produce the construction required by the Contract Documents, and all materials and equipment incorporated or to be incorporated in the Project. 1.27 WRITTEN NOTICE - Any notice to any party of the Agreement relative to any part of this Agreement in writing and considered delivered and the service thereof completed, when posted by certified or registered mail to the said party at his last given address, or delivered in person to said party or his authorized representative on the Work. 2. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS 2.1 The Contractor may be furnished additional instructions and detail drawings, by the Engineer, as necessary to carry out the Work required by the Contract Documents. 2.2 The additional drawings and instructions thus supplied will become a part of the Contract Documents. The Contractor shall carry out the Work in accordance with the additional detail drawings and instructions. 3. SCHEDULES, REPORTS AND RECORDS 3.1 The Contractor shall submit to the City of Fayetteville such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the City of Fayetteville may request concerning Work performed or to be performed. 3.2 Prior to the first partial payment estimate the Contractor shall submit schedules showing the order in which the Contractor proposes to carry on the Work, including dates at which the Contractor will start the various parts of the Work, estimated date of completion of each part and, as applicable: 3.2.1 The dates at which special detail drawings will be required; and 3.2.2 Respective dates for submission of Shop Drawings, the beginning of manufacture, the testing and the installation of materials, supplies, and equipment. 3.3 The Contractor shall also submit a schedule of payments that the Contractor anticipates earning during the course of the Work. 4. DRAWINGS AND SPECIFICATIONS 4.1 The intent of the Drawings and Specifications is that the Contractor shall furnish all labor, materials, tools, equipment, and transportation necessary for the proper execution of the Work in accordance with the Contract Documents and all incidental work necessary to complete the Project in an acceptable manner, ready for use, occupancy or operation by the City of Fayetteville. The Drawings and Specifications 00700.doc 4 are intended to supplement but not duplicate each other. An item of Work indicated in one and not the other shall be performed by the Contractor just as if it had been indicated in both. 4.2 It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the Work, the conformation of the ground, the character of the equipment and facilities needed preliminary to and during the prosecution of the Work, the character, quality and quantity of the materials to be encountered, the general and local conditions, and all other matters which can, in any way, affect the Work under this Contract. 4.3 Figure dimensions on Drawings shall govern over scale dimensions, and detailed Drawings shall govern over general Drawings. The Contractor shall not perform Work based on "scaled" measurements of Drawings, but shall obtain written instructions from the Engineer as to the dimensions to be used before proceeding with the Work. 4.4 Any discrepancies found between the Drawings and Specifications and site conditions or any inconsistencies or ambiguities in the Drawings or Specifications shall be immediately reported to the Engineer, in writing, who shall promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after his discovery of such discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk. 4.5 The Specifications are written in imperative and abbreviated form. The imperative language is directed at the Contractor, unless specifically noted otherwise. Incomplete sentences shall be completed by inserting "shall," "the Contractor shall," "shall be:," and similar mandatory phrases by inference in the same manner as they are applied to notes on the Drawings. The words "shall be:" shall be supplied by inference where a colon (:) is used within sentences or phrases. Except as worded to the contrary, all indicated requirements shall be performed whether stated imperatively or otherwise. 4.6 Whenever the term "Work Included" is used as an article or paragraph heading in Part 1 of a Specification Section, it is merely a listing of the significant items described with the section and is not intended to "scope" the section or to imply a trade responsibility." 4.7 Whenever the words "approved," "satisfactory," "directed," "submitted," "inspected," or similar words or phrases are used in the Contract Documents, it shall be assumed that the term "Engineer or his representative" follows the verb as the object of the clause, such as "approved by the Engineer or his representative," or "submitted to the Engineer or his representative." 00700.doc 5. SHOP DRAWINGS 5.1 The Contractor shall provide Shop Drawings as maybe necessary for the prosecution of the Work as required by the Contract Documents. The Engineer shall promptly review all Shop Drawings. The Engineer's approval of any Shop Drawing shall not release the Contractor from responsibility for deviations from the Contract. Documents. The approval of any Shop Drawings which substantially deviates from the requirement of the Contract Documents shall be evidenced by a Change Order. 5.2 When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. 5.3 Portions of the Work requiring a Shop Drawing or sample submission shall not begin until the Shop Drawing or submission has been approved by the Engineer. A copy of each approved Shop Drawing and each approved sample shall be kept in good order by the Contractor at the site and shall be available to the Engineer. 6. MATERIALS, SERVICES AND FACILITIES 6.1 It is understood that, except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature, and all other services and facilities of any nature whatsoever necessary to execute, complete, and deliver the Work within the specified time. 6.2 Materials and equipment shall be so stored as to insure the preservation of their quality and fitness for the Work. Stored materials and equipment to be incorporated in the Work shall be located so as to facilitate prompt inspection. 6.3 Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. 6.4 Materials, supplies and equipment shall be in accordance with samples submitted by the Contractor and approved by the Engineer. 6.5 Materials, supplies or equipment to be incorporated into the Work shall not be purchased by the Contractor subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. 00700.doc 6 7. INSPECTION AND TESTING 7.1 All materials and equipment used in the construction of the Project shall be subject to adequate inspection and testing in accordance with generally accepted standards. 7.2 The Contractor shall provide at his expense the necessary testing and inspection services required by the Contract Documents, unless otherwise provided. 7.3 The City of Fayetteville shall provide all other inspection and testing services not required by the Contract Documents. 7.4 If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than the Contractor, the Contractor will give the Engineer timely notice of readiness. The Contractor will then furnish the Engineer the required certificates of inspection, testing or approval. 7.5 Neither observations by the Engineer nor inspections, tests or approvals by persons other than the Contractor shall relieve the Contractor from his obligations to perform the Work in accordance with the requirements of the Contract Documents. 7.6 The Engineer and his representatives will at all times have access to the Work. In addition, authorized representatives and agents of any participating Federal or State agency shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials, and other relevant data and records. The Contractor will provide proper facilities for such access and observation of the Work and also for any inspection, or testing thereof. 7.7 If any Work is covered contrary to the written request of the Engineer it must, if requested by the Engineer, be uncovered for his observation and replaced at the Contractor's expense. 7.8 If any Work has been covered which the Engineer has not specifically requested to observe prior to its being covered, or if the Engineer considers it necessary or advisable that covered Work be inspected or tested by others, the Contractor at the Engineer's request, will uncover, expose or otherwise make available for observation, inspection or testing as the Engineer may require, that portion of the Work in question, furnishing all necessary labor, materials, tools, and equipment. If it is found that such Work is defective, the Contractor will bear all expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction. If, however, such Work is not found to be defective, the Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction and an appropriate Change Order shall be issued. 00700.doc 7 8. SUBSTITUTIONS 8.1 Whenever a material, article or piece of equipment is identified on the Drawings or Specifications by reference to brand name or catalogue number, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacities, quality and function shall be considered. The Contractor may recommend the substitution of a material, article, or piece of equipment of equal substance and function for those referred to in the Contract Documents by reference to brand name or catalogue number, and if, in the opinion of the Engineer, such material, article, or piece of equipment is of equal substance and function to that specified, the Engineer may approve its substitution and use by the Contractor. Any cost differential shall be deductible from the Contract Price and the Contract Documents shall be appropriately modified by Change Order. The Contractor warrants that if substitutes are approved, no major changes in the function or general design of the Project will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the Contract Price or Contract Time. 9. PATENTS 9.1 The Contractor shall pay all applicable royalties and license fees. The Contractor shall defend all suits or claims for infringement of any patent rights and save the City of Fayetteville harmless from loss on account thereof, except that the City of Fayetteville shall be responsible for any such loss when particular process, design, or the product of a particular manufacturer or manufacturers is specified, but if the Contractor has reason to believe that the design, process or product specified is an infringement of a patent, the Contractor shall be responsible for such loss unless the Contractor promptly gives such information to the Engineer. 10. SURVEYS, PERMITS, REGULATIONS 10.1 The Engineer shall furnish all land surveys and establish all base lines for locating the principal component parts of the Work together with a suitable number of bench marks adjacent to the Work as shown in the Contract Documents. From the information provided by the Engineer, unless otherwise specified in the Contract Documents, the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pile locations and other working points, lines, elevations and cut sheets. 10.2 The Contractor shall carefully preserve bench marks, reference points and stakes and, in case of willful or careless destruction, the Contractor shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. 00700.doc 8 10.3 Permits and licenses of a temporary nature necessary for the prosecution of the Work shall be secured and paid for by the Contractor. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City of Fayetteville, unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the Work as drawn and specified. If the Contractor observes that the Contract Documents are at variance therewith, the Contractor shall promptly notify the Engineer in writing, and any necessary changes shall be adjusted as provided in Section 13, Changes In The Work. 11. PROTECTION OF WORK, PROPERTY AND PERSONS 11.1 The Contractor will be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. The Contractor will take all necessary precautions for the safety of, and will provide the necessary protection to prevent damage, injury or loss to all employees on the Work and other persons who may be affected thereby, all the Work and all materials or equipment to be incorporated therein, whether in storage on or off the site, and other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 11.2 The Contractor will comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction. The Contractor will erect and maintain, as required by the conditions and progress of the Work, all necessary safeguards for safety and protection. The Contractor will notify owners of adjacent utilities when prosecution of the Work may affect them. The Contractor will remedy all damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them be liable, except damages or loss attributable to the fault of the Contract Documents or to be acts or omissions of the City of Fayetteville or the Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the Contractor. 11.3 In emergencies affecting the safety of persons or the Work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the Engineer or City of Fayetteville, shall act to prevent threatened damage, injury or loss. The Contractor will give the Engineer prompt Written Notice of any significant changes in the Work or deviations from the Contract Documents caused thereby, and a Change Order shall thereupon be issued covering the changes and deviations involved. 00700.doc 9 12. SUPERVISION BY CONTRACTOR 12.1 The Contractor will supervise and direct the Work. The Contractor will be solely responsible for the means, methods, techniques, sequences and procedures of construction. The Contractor will employ and maintain on the Work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor as the Contractor's representative at the site. The supervisor shall have full authority to act on behalf of the Contractor and all communications given to the supervisor shall be as binding as if given to the Contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the Work. 13. CHANGES IN THE WORK 13.1 The City of Fayetteville may at any time, as the need arises, order changes within the scope of the Work without invalidating the Agreement. If such changes increase or decrease the amount due under the Contract Documents, or in the time required for performance of the Work, an equitable adjustment shall be authorized by Change Order. 13.2 The Engineer, also, may at any time, by issuing a Field Order, make changes in the details of the Work. The Contractor shall proceed with the performance of any changes in the Work so ordered by the Engineer unless the Contractor believes that such Field Order entitles him to a change in Contract Price or Time, or both, in which event the Contractor shall give the Engineer Written Notice thereof within fifteen (15) days after the receipt of the ordered change, and the Contractor shall not execute such changes pending the receipt of an executed Change Order or further instruction from the City of Fayetteville. 14. CHANGES IN CONTRACT PRICE 14.1 The Contract Price may be changed only by a Change Order. The value of any Work covered by a Change Order or of any claim for increase or decrease in the Contract Price shall be determined by one or more of the following methods in the order of precedence listed below: 14.1.1 Unit prices previously approved. 14.1.2 An agreed lump sum. 14.1.3 The actual cost for labor, direct overhead, materials, supplies equipment, and other services necessary to complete the work. In addition there shall be added an amount to be agreed upon but not to exceed fifteen (15) percent of the actual cost of the Work to cover the cost of general overhead and profit. 00700.doc 10 14.2 The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustments under the following conditions: 14.2.1 If the total cost of a particular item of Unit Price Work amounts to five (5) percent or more of the Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by Contractor differs by more than 25 percent from the estimated quantity of such item indicated in the Agreement; and 14.2.2 If there is no corresponding adjustment with respect to any other item of Work; and 14.2.3 If Contractor believes that it has incurred additional expense as a result thereof, or 14.2.4 If Engineer believes that the quantity variation entitle it to an adjustment in the Unit Price, either Engineer or Contractor may make a claim for an adjustment in the Contract Price in accordance with Article 11, if the parties are unable to agree as to the effect of any such variations in the quantity of Unit Price Work performed. 15. TIME FOR COMPLETION AND LIQUIDATED DAMAGES 15.1 The date of beginning and the time for completion of the Work are essential conditions of the Contract Documents and the Work embraced shall be commenced on a date specified in the Notice -To -Proceed. 15.2 The Contractor will proceed with the Work at such rate of progress to insure full completion within the Contract Time. It is expressly understood and agreed, by and between the Contractor and the City of Fayetteville, that the contract Time for the completion of the Work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the Work. 15.3 If the Contractor shall fail to complete the Work within the Contract Time, or extension of time granted by the City of Fayetteville, then the Contractor will pay to the City of Fayetteville the amount for liquidated damages as specified in the Agreement Between City of Fayetteville And Contractor for each calendar day that the Contractor shall be in default after the time stipulated in the Contract Documents. 15.4 The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due to the following, and the Contractor has promptly gives Written Notice of such delay to the City of Fayetteville or Engineer: 00700.doc 11 15.4.1 To any acts of the Government, including controls or restrictions upon or requisitioning of materials, equipment, tools, or labor by reason of war, National Defense, or any other national emergency. 15.4.2 To any acts of the City of Fayetteville not contemplated by this Agreement. 15.4.3 To causes not reasonable foreseeable by the parties of this Contract which are beyond the control and withhold the fault or negligence of the Contractor, including but not restricted to, acts of nature or of the public enemy, acts of another Contractor in the performance of some other Contract with the City of Fayetteville, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and weather of unusual severity such as hurricanes, tornadoes, cyclones and other extreme weather conditions; and, 15.4.4 To any delay of any subcontractor occasioned by any of the causes specified in Subparagraphs 1, 2, and 3 of this Paragraph 15.4. Provided, however, that the Contractor promptly notifies the City of Fayetteville in writing within ten (10) days of the cause of delay. Upon receipt of such notification, the City of Fayetteville shall ascertain the facts and the cause and extent of delay. If, upon the basis of the facts and terms of the Contract, the delay is properly excusable, the City of Fayetteville shall extend the time for completing the Work for a period of time commensurate with the period of excusable delay. 16. CORRECTION OF WORK 16.1 The Contractor shall promptly remove from the premises all Work rejected by the Engineer for failure to comply with the Contract Documents, whether incorporated in the construction or not, and the Contractor shall promptly replace and re -execute the Work in accordance with the Contract Documents and without expense to the City of Fayetteville and shall bear the expense of making good all Work of other Contractors destroyed or damaged by such removal or replacement. 16.2 All removal and replacement Work shall be done at the Contractor's expense. If the Contractor does not take action to remove such rejected Work within ten (10) days after receipt of Written Notice, the City of Fayetteville may remove such Work and store the materials at the expense of the Contractor. 17. SUBSURFACE CONDITIONS 17.1 In the preparation of Contract Documents, the Engineer has relied upon the report of soil and subsurface investigations listed in the Supplemental Information For Bidders (If Listed). 00700.doc 12 17.1.1 The above report is not part of the Contract Documents and is provided for information purposes only. Neither the City of Fayetteville nor the Engineer guarantees the accuracy of the report. The Contractor shall make further investigations and tests as deemed necessary. 17.2 The Work included in this Project may require excavation and related activities in close proximity to existing buried and aerial utility lines and facilities, such as water lines, sewer lines, storm drains, natural gas lines, electrical power lines, telephone cables, and TV cables. Where their presence is known, the approximate location of such utilities is shown on the Drawings, but all such utilities and individual service lines are not shown. The Contractor shall be aware of the potential for such utility lines to conflict with intended construction efforts, and the Contractor shall use appropriate precautionary measures to locate and protect such utility lines and services so as to avoid damage and interruptions to service. 17.3 The Contractor shall promptly, and before such conditions are disturbed, except in the event of an emergency, notify the City of Fayetteville by Written Notice of: 17.3.1 Subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents; or 17.3.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in Work of the character provided for in the Contract Documents. 17.4 The City of Fayetteville shall promptly investigate the conditions, and if the City of Fayetteville finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for, performance of the Work, and equitable adjustment shall be made and the Contract Documents shall be modified by a Change Order. Any claim of the Contractor for adjustment hereunder shall not be allowed unless the Contractor has given the required Written Notice; provided that the City of Fayetteville may, if the City of Fayetteville determines the facts so justify, consider and adjust any such claims asserted before the date of final payment. 18. SUSPENSION OF WORK, TERMINATION AND DELAY 18.1 The City of Fayetteville may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days or such further time as agreed upon by the Contractor, by Written Notice to the Contractor and the Engineer which notice shall fix the date on which Work shall be resumed. The Contractor will resume that Work on the date so fixed. The Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension. 00700.doc 13 18.2 If the Contractor is adjudged as bankrupt or insolvent, or if the Contractor makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for the Contractor or for any of his property, or if the Contractor files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or applicable laws, or if the Contractor repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if the Contractor repeatedly fails to make prompt payments to Subcontractors for labor, material or equipment or if the Contractor disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the Work or if the Contractor disregards the authority of the Engineer, or if the Contractor otherwise violates any provision of the Contract Documents, then the City of Fayetteville may, without prejudice to any other right or remedy and after giving the Contractor and his surety a minimum of ten (10) days from delivery of a Written Notice, terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor, and finish the Work by whatever method the City of Fayetteville may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Project, including compensation for additional professional services, such excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor will pay the difference to the City of Fayetteville. Such costs incurred by the City of Fayetteville will be determined by the Engineer and incorporated in a Change Order. 18.3 Where the Contractor's services have been so terminated by the City of Fayetteville, said termination shall not affect any right of the City of Fayetteville against the Contractor then existing or which may thereafter accrue. Any retention or payment of monies by the City of Fayetteville due the Contractor will not release the Contractor from compliance with the Contract Documents. 18.4 After ten (10) days from delivery of a Written Notice to the Contractor and the Engineer, the City of Fayetteville may, without cause and without prejudice to any other right or remedy, elect to abandon the Project and terminate the Contract. In such case, the Contractor shall be paid for all Work executed and any expense sustained plus reasonable profit. 18.5 If, through no act or fault of the Contractor, the Work is suspended for a period of more than ninety (90) days by the City of Fayetteville or under an order of court or other public authority, or the Engineer fails to act on any request for payment within thirty (30) days after it is submitted, or the City of Fayetteville fails to pay the Contractor substantially the sum approved by the Engineer or awarded by arbitrators within thirty (30) days of its approval and presentation, then the Contractor may, after ten (10) days from delivery of a Written Notice to the City of Fayetteville and the Engineer, terminate the Contract and recover from the City of Fayetteville payment for all Work executed and all expenses sustained. In addition and in lieu of terminating the Contract, if the Engineer has failed to act on a request for payment or 00700.doc 14 if the City of Fayetteville has failed to make any payment as aforesaid, the Contractor may upon ten (10) days notice to the City of Fayetteville and the Engineer stop the Work until the Contractor has been paid all amounts then due, in which event and upon resumption of the Work, Change Orders shall be issued for adjusting the Contract Price or extending the Contract Time or both to compensate for the costs and delays attributable to the stoppage of the Work. 18.6 If the performance of all or any portion of the Work is suspended, delayed, or interrupted as a result of a failure of the City of Fayetteville or Engineer to act within the time specified in the Contract Documents, or if no time is specified, within a reasonable time, an adjustment in the Contract Price or an extension of the Contract Time, or both, shall be made by Change Order to compensate the Contractor for the costs and delays necessarily caused by the failure of the City of Fayetteville or Engineer. 19. PAYMENTS TO CONTRACTOR 19.1 At least ten days before each progress payment falls due (but not more often than once a month), the Contractor will submit to the Engineer a partial payment estimate filled out and signed by the Contractor covering Work performed during the period covered by the partial payment estimate and supported by such data as the Engineer may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at or near the site, the partial payment estimate shall also be accompanied by such supporting data, satisfactory to the City of Fayetteville, as will establish the City of Fayetteville's title to the material and equipment and protect his interest therein, including applicable insurance. The Engineer will, within ten days after receipt of each partial payment estimate, either indicate in writing his approval of payment and present the partial payment estimate to the City of Fayetteville, or return the partial payment estimate to the Contractor indicating in writing his reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the partial payment estimate. The City of Fayetteville will endeavor within thirty (30) days of presentation of an approved partial payment estimate, pay the Contractor a progress payment on the basis of the approved partial payment estimate. The City of Fayetteville shall retain ten (10) percent of the amount of each payment until that time, and upon certification by the Engineer, that the work is fifty (50) percent complete; after which time the City of Fayetteville shall make no further retainage from any subsequent partial payment estimate. No application for partial payment shall be made when, in the judgement of the Engineer, the total value of the Work done and materials incorporated into the Work under this Contract since the last preceding estimate amount is less than $10,000 unless authorized by Engineer. On completion and acceptance of a part of the Work on which the price is stated separately in the Contract Documents, payment may be made in full, including retained percentages, less authorized deductions. 19.2 The request for payment may also include an allowance for the cost of such major 00700.doc 15 materials and equipment which are securely stored either at or near the site. 19.3 All Work covered by partial payment made shall thereupon become the sole property of the City of Fayetteville, but this provision shall not be construed as relieving the Contractor of the sole responsibility for the care and protection of the Work upon which payments have been made or the restoration of any damaged Work, or as a waiver of the right of the City of Fayetteville to require the fulfillment of all terms of the Contract Documents. 19.4 The City of Fayetteville will have the right to enter the premises for the purpose of doing work not covered by the Contract Documents. This provision shall not be construed as relieving the Contractor of the sole responsibility for the care and protection of the Work, or the restoration of any damaged Work except such as may be caused by agents or employees of the City of Fayetteville. 19.5 Upon completion and acceptance of the Work, the Engineer shall issue a certificate attached to the final payment request that the Work has been accepted by him under the condition of the Contract Documents. The entire balance found to be due the Contractor, including the retained percentages, but except such sums as may be lawfully retained by the City of Fayetteville, shall be paid to the Contractor within thirty (30) days of completion and acceptance of the Work. 19.6 The Contractor will indemnify and save the City of Fayetteville or the City of Fayetteville's agents harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machines and parts thereof, equipment, tools, and all supplies, incurred in the furtherance of the performance of the Work. The Contractor shall, at the City of Fayetteville's request, furnish satisfactory evidence that all obligations of the nature designated above have been paid, discharged, or waived. If the Contractor fails to do so the City of Fayetteville may, after having notified the Contractor, either pay unpaid bills or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the Contractor shall be resumed, in accordance with the terms of the Contract Documents, but in no event shall the provisions of this sentence be construed to impose any obligations upon the City of Fayetteville to either the Contractor, his surety, or any third party. In paying any unpaid bills of the Contractor, any payment so made by the City of Fayetteville shall be considered as a payment made under the Contract Documents by the City of Fayetteville to the Contractor and the City of Fayetteville shall not be liable to the Contractor for any such payments made in good faith. 00700.doc 16 20. ACCEPTANCE OF FINAL PAYMENT AS RELEASE 20.1 The Acceptance by the Contractor of final payment shall be and shall operate as a release to the City of Fayetteville of all claims and all liability to the Contractor other than claims in stated amounts as may be specifically excepted by the Contractor for all things done or furnished in connection with this Work and for every act and neglect of the City of Fayetteville and others relating to or arising out of this Work. Any payment, however, final or otherwise, shall not release the Contractor or his sureties from any obligations under the Contract Documents or the Performance Bond and Payment Bonds. 21. INSURANCE 21.1 The Contractor shall purchase and maintain such insurance as will protect the Contractor from claims set forth below which may arise out of or result from the Contractor's execution of the Work, whether such execution be by the Contractor or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. 21.1.1 Claim under worker's compensation, disability benefit and other similar employee benefit acts; 21.1.2 Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees; 21.1.3 Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 21.1.4 Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the Contractor, or (2) by any other person; 21.1.5 Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom; 21.1.6 Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and 21.1.7 Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. 21.2 The Contractor shall procure and maintain, at his own expense, during the Contract Time, liability insurance as specified in Paragraph 21.7. 00700.doc 17 21.3 The Contractor shall secure, if applicable, "All Risk" type Builder's Risk Insurance for Work to be Performed. Unless specifically authorized by the City of Fayetteville, the amount of such insurance shall not be less than the Contract Price totaled in the Bid. The policy shall cover not less than the losses due to fire, explosion, hail, lightning, vandalism, malicious mischief, wind, collapse, riot, aircraft, and smoke during the Contract Time, and until the Work is accepted by the City of Fayetteville. The policy shall name as the insured the Contractor, the Engineer, the City of Fayetteville and the Funding Agency. 21.4 The Contractor shall procure and maintain, at the Contractor's own expense, during the Contract Time, in accordance with the provisions of the laws of the state in which the work is performed, Workman's Compensation Insurance, including occupational disease provisions, for all of his employees at the site of the Project and in case any work is sublet, the Contractor shall require such Subcontractor similarly to provide Workmen's Compensation Insurance, including occupational disease provisions for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this contract at the site of the Project is not protected under Workmen's Compensation statute, the Contractor shall provide, and shall cause such Subcontractor to provide, adequate and suitable insurance for the protection of his employees not otherwise protected. 21.5 Certificates of Insurance acceptable to the City of Fayetteville shall be filed with the City of Fayetteville prior to commencement of the Work. These Certificates shall contain a provision that coverages afforded under the policies will not be cancelled unless at least fifteen (15) days prior Written Notice has been given to the City of Fayetteville. 21.6 The Contractor shall not commence Work under this Contract or allow any subcontractor or anyone directly or indirectly employed by anyone of them to commence Work until the Contractor has obtained all insurance required under this Article 21, and duly executed certificates of such insurance shall have been filed with the Engineer and the City of Fayetteville. Such certificates of insurance shall note that City of Fayetteville, Engineer, and Funding Agency have been endorsed as an additional insured on Contractor's comprehensive general liability policy. 21.7 The limits of liability for the insurance required under this Article 21 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 00700.doc 18 21.7.1 Worker's Compensation A. State: Statutory B. Applicable Federal: Statutory C. Employer's Liability: $500,000 21.7.2 Comprehensive General Liability Insurance, includes Completed Operations: A. Bodily Injury Liability: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate B. Property Damage Liability: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate 21.7.3 Contractual Liability Insurance: A. Bodily Injury Liability: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate B. Property Damage Liability: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate 21.7.4 City of Fayetteville's and Contractor's Protective Liability Insurance: A. Bodily Injury Liability: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate B. Property Damage Liability: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate 21.7.5 Automobile Liability: A. Bodily Injury Liability: $1,000,000 Each Person $1,000,000 Annual Aggregate B. Property Damage Liability: $ 250,000 Each Occurrence 22. CONTRACT SECURITY 00700.doc 19 22.1 The Contractor shall within ten (10) days after the receipt of the Notice Of Award furnish the City of Fayetteville with a Performance and Payment Bond in penal sums equal to the amount of the Contract Price, conditioned upon the performance by the Contractor of all undertakings, covenants, terms, conditions and agreements of the Contract Documents, and upon the prompt payment by the Contractor to all persons supplying labor and materials in the prosecution of the' Work provided by the Contract Documents. Such Bonds shall be executed by the Contractor and a corporate bonding company licensed to transact such business in the state in which the Work is to be performed and named on the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Treasury Department Circular Number 570. The expense of these Bonds shall be borne by the Contractor. If at any time a surety on any such bond is declared a bankrupt or loses its right to do business in the state in which the Work is to be performed or is removed from the list of Surety Companies accepted on Federal Bonds, Contractor shall within ten (10) days after notice from the City of Fayetteville to do so, substitute an acceptable Bond (or Bonds) in such form and sum and signed by such other surety or sureties as may be satisfactory to the City of Fayetteville. The premiums on such Bond shall be paid by the Contractor. No further payments shall be deemed due nor shall be made until the new surety or sureties have furnished an acceptable Bond to the City of Fayetteville. 22.2 At the time of Final Acceptance of the Work by the City of Fayetteville, the Contractor shall furnish to the City of Fayetteville a Warranty Bond in the amount of fifty (50) percent of the amount of the final Contract Price. The Warranty Bond shall guarantee the Work in accordance with Article 29 of the General Conditions for the applicable warranty period of one (1) year from the date of Final Payment. It shall be on the form shown in Section 00640 - Warranty Bond. 23. ASSIGNMENTS 23.1 Neither the Contractor nor the City of Fayetteville shall sell, transfer, assign or otherwise dispose of the Contract or any portion thereof, or of his right, title or interest therein, or his obligations thereunder, without consent of the other party. 24. INDEMNIFICATION 24.1 The Contractor will indemnify and hold harmless the City of Fayetteville and the Engineer and their agents and employees from and against all claims, damages, losses and expenses including attorneys' fees arising out of or resulting from the performance of the Work, provided that any such claims, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, including the loss of use resulting therefrom; and is caused in whole or in part by any negligent or willful 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, regardless of whether or not it is caused in part by a party indemnified hereunder. 00700.doc 20 24.2 In any and all claims against the City of Fayetteville or 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 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 benefits acts. 24.3 The obligation of the Contractor under this paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, Drawings, opinions, reports, surveys, Change Orders, designs or Specifications, or the giving of or failure to give directions or instructions by the Engineer, or his agents, or employees, provided such giving or failure to give is the primary cause of injury or damage. 25. SEPARATE CONTRACTS 25.1 The City of Fayetteville reserves the right to let other contracts in connection with this Project. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their Work, and shall properly connect and coordinate his Work with theirs. If the proper execution or results of any part of the Contractor's Work depends upon the Work of any other Contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such Work that render it unsuitable for such proper execution and results. 25.2 The City of Fayetteville may perform additional Work related to the Project, or the City of Fayetteville may let other contracts containing provisions similar to these. The Contractor will afford the other Contractors who are parties to such Contracts (or the City of Fayetteville, if the City of Fayetteville is performing the additional Work himself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of Work, and shall properly connect and coordinate his Work with theirs. 25.3 If the performance of additional Work by other Contractors or the City of Fayetteville is not noted in the Contract Documents prior to the execution of the Contract, written notice thereof shall be given to the Contractor prior to starting any such additional Work. If the Contractor believes that the performance of such additional Work by the City of Fayetteville or others involves him in additional expense or entitles him to an extension of the Contract Time, the Contractor may make a claim therefore as provided in Sections 14 and 15. 00700.doc 21 26. SUBCONTRACTING 26.1 The Contractor may utilize the services of specialty Subcontractors on those parts of the Work which, under normal contracting practices, are performed by specialty Subcontractors. 26.2 The Contractor shall perform a minimum of sixty (60%) of the Work. 26.3 The Contractor shall be fully responsible to the City of Fayetteville for the acts and omissions of his Subcontractors, and of persons either directly or indirectly employed by them, as the Contractor is for the acts and omissions of persons directly employed by the Contractor. 26.4 The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the Work to bind Subcontractors to the Contractor by the terms of the Contract Documents insofar as applicable to the Work of Subcontractors and to give the Contractor the same power as regards terminating any subcontract that the City of Fayetteville may exercise over the Contractor under any provision of the Contract Documents. 26.5 Nothing contained in this Contract shall create any contractual relation between any Subcontractor and the City of Fayetteville. 27. ENGINEERS AUTHORITY 27.1 The Engineer shall act as the City of Fayetteville's representative during the construction period. The Engineer shall decide questions which may arise as to quality and acceptability of materials furnished and Work performed. The Engineer shall interpret the intent of the Contract Documents in a fair and unbiased manner. The Engineer will make visits to the site and determine if the Work is proceeding in accordance with the Contract Documents. 27.2 The Contractor will be held strictly to the intent of the Contract Documents in regard to the quality of materials, workmanship and execution of the Work. Inspections may be made at the factory or fabrication plant of the source of material supply. 27.3 The Engineer will not be responsible for the construction means, controls, techniques, sequences, or construction safety. 27.4 The Engineer shall promptly make decisions relative to interpretation of the Contract Documents. 27.5 The Engineer will have authority to determine the actual quantities and classifications of items of Unit Price Work performed by Contractor, and the written decisions of Engineer on such matters will be final, binding on Engineer and Contractor and not subject to appeal (except as modified by Engineer to reflect changed factual conditions). 28. LAND AND RIGHTS -OF -WAY 00700.doc 22 28.1 Prior to issuance of Notice -To -Proceed, the City of Fayetteville shall obtain all land and rights -of -way necessary for carrying out and for the completion of the Work to be performed pursuant to the Contract Documents, unless otherwise mutually agreed. 28.2 The City of Fayetteville shall provide to the Contractor information which delineates and describes the lands owned and rights -of -way acquired. 28.3 The Contractor shall provide at his own expense and without liability to the City of Fayetteville any additional land and access thereto that the Contractor may desire for temporary construction facilities, or for storage of materials. 29. GUARANTY 29.1 If within one year after the date of Final Payment or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Document, any Work is found to be defective, Contractor shall promptly, without cost to City of Fayetteville and in accordance with City of Fayetteville's written instructions, either correct such defective Work, or if it has been rejected by City of Fayetteville, remove it from the site and replace it with non -defective Work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, City of Fayetteville may have the defective Work corrected or the rejected Work removed and replace, and all direct, indirect and consequential costs of such correction, removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys, surveyors, and other professionals) will be paid by Contractor. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Agreement. 30. TAXES 30.1 The Contractor will pay all sales, consumer, use and other similar taxes required by the law of the place where the Work is performed. 00700.doc 23 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 00700 00700.doc 24 SECTION 00820 29 CFR PART 1926 SUBPART P (OSHA) 00820.doc (THIS PAGE INTENTIONALLY LEFT BLANK) 00820.doc Occupational Safety and Health Admin., Labor If it is necessary to stand at the out- board or inboard edge of the deckload where less than 24 inches of bulwark, rail, coaming, or other protection ex- ists, all employees shall be provided with a suitable means of protection against falling from the deckload. (d) First -aid and lifesaving equipment. (1) Provisions for rendering first aid and medical assistance shall be in ac- cordance with subpart D of this part. (2) The employer shall ensure that there is in the vicinity of each barge in use at least one U.S. Coast Guard -ap- proved 30 -inch lifering with not less than 90 feet of line attached, and at least one portable or permanent ladder which will reach the top of the apron to the surface of the water. If the above equipment is not available at the pier, the employer shall furnish it during the time that he is working the barge. (3) Employees walking or working on the unguarded decks of barges shall be protected with U.S. Coast Guard -ap- proved work vests or buoyant vests. (e) Commercial diving operations. Com- mercial diving operations shall be sub- ject to subpart T of part 1910, §§ 1910.401-1910.441, of this chapter. [39 FR 22801, June 24, 1974, as amended at 42 FR 37674, July 22, 1977] § 1926.606 Definitions applicable to this subpart. (a) Apron —The area along the water- front edge of the pier or wharf. (b) Bulwark —The side of a ship above the upper deck. (c) Coaming—The raised frame, as around a hatchway in the deck, to keep out water. (d) Jacob's ladder —A marine ladder of rope or chain with wooden or metal rungs. (e) Rail, for the purpose of § 1926.605, means a light structure serving as a guard at the outer edge of a ship's deck. Subpart P —Excavations AUTHORITY: Sec. 107, Contract Worker Hours and Safety Standards Act (Construc- tion Safety Act) (40 U.S.C. 333); Secs. 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 § 1926.650 25059), or 9-83 (48 FR 35736), as applicable, and 29 CFR part 1911. SOURCE: 54 FR 45959, Oct. 31, 1989, unless otherwise noted. § 1926.650 Scope, application, and defi- nitions applicable to this subpart. (a) Scope and application. This sub- part applies to all open excavations made in the earth's surface. Exca- vations are defined to include trenches. (b) Definitions applicable to this sub- part. Accepted engineering practices means those requirements which are compat- ible with standards of practice required by a registered professional engineer. Aluminum Hydraulic Shoring means a pre-engineered shoring system com- prised of aluminum hydraulic cylinders (crossbraces) used in conjunction with vertical rails (uprights) or horizontal rails (walers). 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 be- tween 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 or sliding, in sufficient quantity so that it could entrap, bury, or otherwise injure and immobilize a person. Competent person means one who is capable of identifying existing and pre- dictable hazards in the surroundings, or working conditions which are unsan- itary, hazardous, or dangerous to em- ployees, and who has authorization to take prompt corrective measures to eliminate them. Cross braces mean the horizontal members of a shoring system installed perpendicular to the sides of the exca- vation, the ends of which bear against either uprights or wales. , 373 § 1926.650 Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth re- moval. Faces or sides means the vertical or inclined earth surfaces formed as a re- sult of excavation work. Failure means the breakage, displace- ment, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive, flammable, poisonous, corro- sive, oxidizing, irritating, oxygen defi- cient, toxic, or otherwise harmful, may cause death, illness, or injury. Kickout means the accidental release or failure of a cross brace. Protective system means a method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an ex- cavation, or from the collapse of adja- cent structures. Protective systems in- clude support systems, sloping and benching systems, shield systems, and other systems that provide the nec- essary protection. Ramp means an inclined walking or working surface that is used to gain ac- cess to one point from another, and is constructed from earth or from struc- tural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a profes- sional engineer in the state where the work is to be performed. However, a professional engineer, registered in any state is deemed to be a "registered pro- fessional engineer" within the meaning of this standard when approving de- signs 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 turn are supported by other members of the shoring system. Shield (Shield system) means a struc- ture 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 pro- gresses. Additionally, shields can be ei- ther premanufactured or job -built in 29 CFR Ch. XVII (7-1-02 Edition) accordance with §1926.652 (c)(3) or (c)(4). Shields used in trenches are usu- ally 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 exca- vation and which is designed to prevent cave-ins. Sides. See "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 dif- ferences in such factors as the soil type, environmental conditions of ex- posure, and application of surcharge loads. Stable rock means natural solid min- eral material that can be excavated with vertical sides and will remain in- tact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the ex- cavation is secured against caving -in or movement by rock bolts or by an- other protective system that has been designed by a registered professional engineer. Structural 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 system means a structure such as underpinning, bracing, or shor- ing, which provides support to an adja- cent structure, underground installa- tion, or the sides of an excavation. Tabulated data means tables and charts approved by a registered profes- sional engineer and used to design and construct a protective system. Trench (Trench 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 forms or other structures are installed or con- structed in an excavation so as to re- duce the dimension measured from the forms or structure to the side of the ex- cavation to 15 feet (4.6 m) or less 374 Occupational Safety and Health Admin., Labor (measured at the bottom of the exca- vation), the excavation is also consid- ered 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 po- sitioned 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 system placed parallel to the excavation face whose sides bear against the vertical members of the shoring system or earth. § 1926.651 Specific excavation require- ments. (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 installations. (1) The estimated location of utility installa- tions, such as sewer, telephone, fuel, electric, water lines, or any other un- derground installations that reason- ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- vation. (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to estab- lish the location of the utility under- ground 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), or cannot 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 in- stallations are used. (3) When excavation operations ap- proach the estimated location of under- ground installations, the exact loca- tion of the installations shall be deter- mined by safe and acceptable means. § 1926.651 (4) While the excavation is open, un- derground installations shall be pro- tected, supported or removed as nec- essary to safeguard employees. (c) Access and egress —(1) Structural ramps. (i) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design, and shall be con- structed in accordance with the design. (ii) Ramps and runways constructed of two or more structural members shall have the structural members con- nected together to prevent displace- ment. (iii) Structural members used for ramps and runways shall be of uniform thickness. (iv) Cleats or other appropriate means used to connect runway struc- tural members shall be attached to the bottom of the runway or shall be at- tached in a manner to prevent tripping. (v) Structural ramps used in lieu of steps shall be provided with cleats or other surface treatments on the top surface to prevent slipping. (2) Means of egress from trench exca- vations. A stairway, ladder, ramp or other safe means of egress shall be lo- cated 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. Em- ployees 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 mate- rial. (e) Exposure to falling loads. No em- ployee shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be re- quired to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling mate- rials. Operators may remain in the cabs of vehicles being loaded or un- loaded when the vehicles are equipped, in accordance with § 1926.601(b)(6), to provide adequate protection for the op- erator during loading and unloading operations. 375 § 1926.651 (f) Warning system for mobile equip- ment. When mobile equipment is oper- ated adjacent to an excavation, or when such equipment is required to ap- proach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the exca- vation, a warning system shall be uti- lized such as barricades, hand or me- chanical signals, or stop logs. If pos- sible, the grade should be away from the excavation. (g) Hazardous atmospheres —(1) Testing and controls. In addition to the require- ments 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 as- sure acceptable atmospheric condi- tions, the following requirements shall apply: (i) Where oxygen deficiency (atmospheres containing less than 19.5 percent oxygen) or a hazardous atmos- phere exists or could reasonably be ex- pected to exist, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby, the atmospheres in the exca- vation shall be tested before employees enter excavations greater than 4 feet (1.22 m) in depth. (ii) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions in- clude providing proper respiratory pro- tection or ventilation in accordance with subparts D and E of this part re- spectively. (iii) Adequate precaution shall be taken such as providing ventilation, to prevent employee exposure to an at- mosphere containing a concentration of a flammable gas in excess of 20 per- cent of the lower flammable limit of the gas. (iv) When controls are used that are intended to reduce the level of atmos- pheric contaminants to acceptable lev- els, testing shall be conducted as often as necessary to ensure that the atmos- phere 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 at - 29 CFR Ch. XVII (7-1-02 Edition) mospheric conditions exist or may rea- sonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ii) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavations, shall wear a harness with a life -line securely attached to it. The lifeline shall be sep- arate from any line used to handle ma- terials, and shall be individually at- tended at all times while the employee wearing the lifeline is in the exca- vation. (h) Protection from hazards associated with water accumulation. (1) Employees shall not work in excavations in which there is accumulated water, or in exca- vations in which water is accumu- lating, unless adequate precautions have been taken to protect employees against the hazards posed by water ac- cumulation. 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 operations shall be monitored by a competent person to ensure proper operation. (3) If excavation work interrupts the natural drainage of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface water from entering the excavation and to provide adequate drainage of the area adjacent to the ex- cavation. Excavations subject to runoff from heavy rains will require an in- spection by a competent person and compliance with paragraphs (h)(1) and (h)(2) of this section. (i) Stability of adjacent structures. (1) Where the stability of adjoining build- ings, walls, or other structures is en- dangered by excavation operations, support systems such as shoring, brac- ing, or underpinning shall be provided to ensure the stability of such struc- tures for the protection of employees. (2) Excavation below the level of the base or footing of any foundation or re- taining wall that could be reasonably 376 Occupational Safety and Health Admin., Labor expected to pose a hazard to employees shall not be permitted except when: (i) A support system, such as under- pinning, is provided to ensure the safe- ty of employees and the stability of the structure; or (ii) The excavation is in stable rock; or (iii) A registered professional engi- neer has approved the determination that the structure is sufficently re- moved from the excavation so as to be unaffected by the excavation activity; or (iv) A registered professional engi- neer has approved the determination that such excavation work will not pose a hazard to employees. (3) Sidewalks, pavements, and appur- tenant structure shall not be under- mined unless a support system or an- other method of protection is provided to protect employees from the possible collapse of such structures. (j) Protection of employees from loose rock or soil. (1) Adequate protection shall be provided to protect employees from loose rock or soil that could pose a hazard by falling or rolling from an excavation face. Such protection shall consist of scaling to remove loose ma- terial; installation of protective barri- cades at intervals as necessary on the face to stop and contain falling mate- rial; or other means that provide equiv- alent protection. (2) Employees shall be protected from excavated or other materials or equip- ment that could pose a hazard by fall- ing or rolling into excavations. Protec- tion shall be provided by placing and keeping such materials or equipment at least 2 feet (.61 m) from the edge of excavations, or by the use of retaining devices that are sufficient to prevent materials or equipment from falling or rolling into excavations, or by a com- bination of both if necessary. (k) Inspections. (1) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a sit- uation that could result in possible cave-ins, indications of failure of pro- tective systems, hazardous atmospheres, or other hazardous condi- tions. An inspection shall be conducted by the competent person prior to the start of work and as needed throughout § 1926.652 the shift. Inspections shall also be made after every rainstorm or other hazard increasing occurrence. These in- spections are only required when em- ployee exposure can be reasonably an- ticipated. (2) Where the competent person finds evidence of a situation that could re- sult in a possible cave-in, indications of failure of protective systems, haz- ardous atmospheres, or other haz- ardous conditions, exposed employees shall be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. (1) Walkways shall be provided where employees or equipment are required or permitted to cross over excavations. Guardrails which comply with §1926.502(b) shall be provided where walkways are 6 feet (1.8 m) or more above lower levels. [54 FR 45959, Oct. 31, 1989, as amended by 59 FR 40730, Aug. 9, 1994] § 1926.652 Requirements for protective systems. (a) Protection of employees in exca- vations. (1) Each employee in an exca- vation shall be protected from cave-ins by an adequate protective system de- signed in accordance with paragraph (b) or (c) of this section except when: (i) Excavations are made entirely in stable rock; or (ii) Excavations are less than 5 feet (1.52m) 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 rea- sonably be expected to be applied or transmitted to the system. (b) Design of sloping and benching sys- tems. The slopes and configurations of sloping and benching systems shall be selected and constructed by the em- ployer or his designee and shall be in accordance with the requirements of paragraph (b)(1); or, in the alternative, paragraph (b)(2); or, in the alternative, paragraph (b)(3), or, in the alternative, paragraph (b)(4), as follows: (1) Option (1) —Allowable configurations and slopes. (i) Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical 377 § 1926.652 (34 degrees measured from the hori- zontal), unless the employer uses one of the other options listed below. (ii) Slopes specified in paragraph (b)(1)(i) of this section, shall be exca- vated to form configurations that are in accordance with the slopes shown for Type C soil in Appendix B to this subpart. (2) Option (2) —Determination of slopes and configurations using Appendices A and B. Maximum allowable slopes, and allowable configurations for sloping and benching systems, shall be deter- mined in accordance with the condi- tions and requirements set forth in ap- pendices A and B to this subpart. (3) Option (3) —Designs using other tab- ulated data. (i) Designs of sloping or benching systems shall be selected from and be in accordance with tab- ulated data, such as tables and charts. (ii) 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; (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 sys- tem from the data. (iii) At least one copy of the tab- ulated data which identifies the reg- istered professional engineer who ap- proved 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 avail- able 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. (ii) 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 par- ticular project; 29 CFR Ch. XVI1 (7-1-02 Edition) (B) The configurations that were de- termined to be safe for the particular project; and (C) The identity of the registered pro- fessional engineer approving the de- sign. (iii) 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 re- quest. (c) Design of support systems, shield systems, and other protective systems. De- signs of support systems shield sys- tems, 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 (c)(1); or, in the alter- native, paragraph (c)(2); or, in the al- ternative, paragraph (c)(3); or, in the alternative, paragraph (c)(4) as follows: (1) Option (1) —Designs using appen- dices 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 alu- minum hydraulic shoring shall be in accordance with paragraph (c)(2) of this section, but if manufacturer's tab- ulated data cannot be utilized, designs shall be in accordance with appendix D. (2) Option (2) —Designs Using Manufac- turer's Tabulated Data. (i) Design of sup- port systems, shield systems, or other protective systems that are drawn from manufacturer's tabulated data shall be in accordance with all speci- fications, recommendations, and limi- tations issued or made by the manufac- turer. (ii) Deviation from the specifications, recommendations, and limitations issued or made by the manufacturer shall only be allowed after the manu- facturer issues specific written ap- proval. (iii) Manufacturer's specifications, recommendations, and limitations, and manufacturer's approval to deviate from the specifications, recommenda- tions, and limitations shall be in writ- ten form at the jobsite during con- struction of the protective system. After that time this data may be stored off the jobsite, but a copy shall 378 Occupational Safety and Health Admin., Labor be made available to the Secretary upon request. (3) Option (3) —Designs using other tab- ulated data. (i) Designs of support sys- tems, shield systems, or other protec- tive systems shall be selected from and be in accordance with tabulated data, such as tables and charts. (ii) The tabulated data shall be in written form and include all of the fol- lowing: (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 sys- tem from the data. (iii) At least one copy of the tab- ulated data, which identifies the reg- istered professional engineer who ap- proved 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 avail- able to the Secretary upon request. (4) Option (4) —Design by a registered professional engineer. (i) Support sys- tems, shield systems, and other protec- tive systems not utilizing Option 1, Op- tion 2 or Option 3, above, shall be ap- proved by a registered professional en- gineer. (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 (B) The identity of the registered professional engineer approving the de- sign. (iii) At least one copy of the design shall be maintained at the jobsite dur- ing construction of the protective sys- tem. After that time, the design may be stored off the jobsite, but a copy of the design shall be made available to the Secretary upon request. (d) Materials and equipment. (1) Mate- rials 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 man- § 1926.652 ner that is consistent with the rec- ommendations of the manufacturer, and in a manner that will prevent em- ployee exposure to hazards. (3) When material or equipment that is used for protective systems is dam- aged, a competent person shall exam- ine the material or equipment and evaluate its suitability for continued use. If the competent person cannot as- sure the material or equipment is able to support the intended loads or is oth- erwise suitable for safe use, then such material or equipment shall be re- moved from service, and shall be evalu- ated and approved by a registered pro- fessional engineer before being re- turned to service. (e) Installation and removal of sup- port —(1) General. (i) Members of sup- port systems shall be securely con- nected together to prevent sliding, fall- ing, kickouts, or other predictable fail- ure. (ii) Support systems shall be in- stalled and removed in a manner that protects employees from cave-ins, structural collapses, or from being struck by members of the support sys- tem. (iii) Individual members of support systems shall not be subjected to loads exceeding those which those members were designed to withstand. (iv) Before temporary removal of in- dividual members begins, additional precautions shall be taken to ensure the safety of employees, such as in- stalling other structural members to carry the loads imposed on the support system. (v) Removal shall begin at, and progress from, the bottom of the exca- vation. Members shall be released slow- ly so as to note any indication of pos- sible failure of the remaining members of the structure or possible cave-in of the sides of the excavation. (vi) Backfilling shall progress to- gether with the removal of support sys- tems from excavations. (2) Additional requirements for support systems for trench excavations. (i) Exca- vation of material to a level no greater than 2 feet (.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 379 Pt. 1926, Subpt. P, App. A 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. (ii) Installation of a support system shall be closely coordinated with the excavation of trenches. (f) Sloping and benching systems. Em- ployees shall not be permitted to work on the faces of sloped or benched exca- vations at levels above other employ- ees except when employees at the lower levels are adequately protected from the hazard of falling, rolling, or sliding material or equipment. (g) Shield systems —(1) General. (i) Shield systems shall not be subjected to loads exceeding those which the sys- tem was designed to withstand. (ii) Shields shall be installed in a manner to restrict lateral or other haz- ardous movement of the shield in the event of the application of sudden lat- eral loads. (iii) Employees shall be protected from the hazard of cave-ins when enter- ing or exiting the areas protected by shields. (iv) Employees shall not be allowed in shields when shields are being in- stalled, removed, or moved vertically. (2) Additional requirement for shield systems used in trench excavations. Exca- vations 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 re- sist 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 shield. APPENDIX A TO SUBPART P OF PART 1926 -SOIL CLASSIFICATION (a) Scope and application —(1) Scope. This appendix describes a method of classifying' soil and rock deposits based on site and envi- ronmental conditions, and on the structure and composition of the earth deposits. The appendix contains definitions, sets forth re- quirements, and describes acceptable visual and manual tests for use in classifying soils. (2) Application. 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 exca- vations is designed as a method of protection from cave-ins in accordance with appendix C 29 CFR Ch. XVii (7-1-02 Edition) to subpart P of part 1926, and when alu- minum hydraulic shoring is designed in ac- cordance with appendix D. This Appendix also applies if other protective systems are designed and selected for use from data pre- pared 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 clas- sification system set forth in this appendix. (b) Definitions. The definitions and exam- ples 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 par- ticles are 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 moist. Cohe- sive soil is hard to break up when dry, and exhibits significant cohesion when sub- merged. Cohesive soils include clayey silt, sandy clay, 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 dis- tinctly different soil or rock types arranged in layers. Micaceous seams or weakened planes in rock or shale are considered lay- ered. 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 cohe- sive material will exhibit signs of cohesion between particles. Plastic means a property of a soil which al- lows the soil to be deformed or molded with- out cracking, or appreciable volume change. Saturated soil means a soil in which the voids are filled with water. Saturation does not require flow. Saturation, or near satura- tion, is necessary for the proper use of in- struments such as a pocket penetrometer or sheer vane. 380 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. A Soil classification system means, for the pur- pose of this subpart, a method of catego- rizing soil and rock deposits in a hierarchy of Stable Rock, Type A, Type B, and Type C, in decreasing order of stability. The cat- egories are determined based on an analysis of the properties and performance character- istics of the deposits and the environmental conditions of exposure. 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 under- water or is free seeping. Type A means cohesive soils with an unconfined compressive strength of 1.5 ton per square foot (tsf) (144 kPa) or greater. Ex- amples of cohesive soils are: clay, silty clay, sandy clay, clay loam and, in some cases, silty clay loam and sandy clay loam. Ce- mented soils such as caliche and hardpan are also considered Type A. However, no soil is Type A if: (i) The soil is fissured; or (ii) The soil is subject to vibration from heavy traffic, pile driving, or similar effects; or (iii) The soil has been previously disturbed; or (iv) The soil is part of a sloped, layered system where the layers dip into the exca- vation on a slope of four horizontal to one vertical (4H:1V) 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 means: (i) Cohesive soil with an unconfined com- pressive strength greater than 0.5 tsf (48 kPa) but less than 1.5 tsf (144 kPa); or (ii) Granular cohesionless soils including: angular gravel (similar to crushed rock), silt, silt loam, sandy loam and, in some cases, silty clay loam and sandy clay loam. (iii) Previously disturbed soils except those which would otherwise be classed as Type C soil. (iv) Soil that meets the unconfined com- pressive strength or cementation require- ments for Type A, but is fissured or subject to vibration; or (v) Dry rock that is not stable; or (vi) Material that is part of a sloped, lay- ered system where the layers dip into the ex- cavation on a slope less steep than four hori- zontal to one vertical (4H:1V), but only if the material would otherwise be classified as Type B. Type C means: (i) Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less; or (ii) Granular soils including gravel, sand, and loamy sand; or (iii) Submerged soil or soil from which water is freely 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:1V) or steeper. Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be determined by labora- tory testing, or estimated in the field using a pocket penetrometer, by thumb penetra- tion tests, and other methods. Wet soil means soil that contains signifi- cantly more moisture than moist soil, but in such a range of values that cohesive material will slump or begin to flow when vibrated. Granular material that would exhibit cohe- sive properties when moist will lose those co- hesive properties when wet. (c) Requirements —(1) Classification of soil and rock deposits. 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) Basis of classification. The classification of the deposits shall be made based on the re- sults of at least one visual and at least one manual analysis. Such analyses shall be con- ducted by a competent person using tests de- scribed in paragraph (d) below, or in other recognized methods of soil classification and testing such as those adopted by the Amer- ica Society for Testing Materials, or the U.S. Department of Agriculture textural classi- fication system. (3) Visual and manual analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this ap- pendix, shall be designed and conducted to provide sufficient quantitative and quali- tative information as may be necessary to identify properly the properties, factors, and conditions affecting the classification of the deposits. (4) Layered systems. In a 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. (5) Reclassification. If, after classifying a de- posit, 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 re- classified as necessary to reflect the changed circumstances. (d) Acceptable visual and manual tests. —(1) Visual tests. Visual analysis is conducted to determine qualitative information regarding the excavation site in general, the soil adja- cent 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 exca- vated 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 381 Pt. 1926, Subpt. P, App. B 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 exca- vation and the surface area adjacent to the excavation. Crack -like openings such as ten- sion cracks could indicate fissured material. If chunks of soil spall off a vertical side, the soil could be fissured. Small spalls are evi- dence of moving ground and are indications of potentially hazardous situations. (iv) Observe the area adjacent to the exca- vation and the excavation itself for evidence of existing utility and other underground structures, and to identify previously dis- turbed soil. (v) Observe the opened side of the exca- vation 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 exca- vation and the sides of the opened exca- vation 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 exca- vation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. (2) Manual tests. Manual analysis of soil samples is conducted to determine quan- titative as well as qualitative properties of soil and to . provide more information in order to classify soil properly. (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. Cohe- sive material can be successfully rolled into threads without crumbling. For example, if at least a two inch (50 mm) length of/a-inch thread can be held on one end without tear- ing, the soil is cohesive. (ii) Dry strength. If the soil is dry and crumbles on its own or with moderate pres- sure into individual grains or fine powder, it is granular (any combination of gravel, sand, or silt). If the soil is dry and falls into clumps which break up into smaller clumps, but the smaller clumps can only be broken up with difficulty, it may be clay in any combination with gravel, sand or silt. If the 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 penetra- tion test can be used to estimate the unconfined compressive strength of cohesive soils. (This test is based on the thumb pene- tration test described in American Society for Testing and Materials (ASTM) Standard 29 CFR Ch. XVII (7-1-02 Edition) 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; how- ever, 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 several inches by the thumb, and can be molded by light finger pressure. This test should be conducted on an undisturbed soil sample, such as a large clump of spoil, as soon as practicable after excavation to keep to a miminum the effects of exposure to drying influences. If the exca- vation is later exposed to wetting influences (rain, flooding), the classification of the soil must be changed accordingly. (iv) Other strength tests. Estimates of unconfined compressive strength of soils can also be obtained by use of a pocket pene- trometer or by using a hand -operated shearvane. (v) Drying test. The basic purpose of the drying test is to differentiate between cohe- sive material with fissures, unfissured cohe- sive 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 (15.24 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 are to be broken by hand. If considerable force is necessary to break a sample, the soil has sig- nificant cohesive material content. The soil can be classified as a unfissured cohesive ma- terial 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 mate- rial is cohesive with fissures. If they pul- verize easily into very small fragments, the material is granular. APPENDIX B TO SUBPART P OF PART 1926 -SLOPING AND BENCHING (a) Scope and application. This appendix contains specifications for sloping and benching when used as methods of protecting employees working in excavations from cave-ins. The requirements of this appendix apply when the design of sloping and bench- ing protective systems is to be performed in accordance with the requirements set forth in § 1926.652(b)(2). (b) Definitions. Actual slope means the slope to which an excavation face is excavated. Distress means that the soil is in a condi- tion where a cave-in is imminent or is likely 382 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B to occur. Distress is evidenced by such phe- nomena as the development of fissures in the face of or adjacent to an open excavation; the subsidence of the edge of an excavation; the slumping of material from the face or the bulging or heaving of material from the bottom of an excavation; the spalling of ma- terial from the face of an excavation; and ravelling, i.e., small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an exca- vation and trickling or rolling down into the excavation. Maximum allowable slope means the steep- est incline of an excavation face that is ac- ceptable for the most favorable site condi- tions as protection against cave-ins, and is expressed as the ratio of horizontal distance to vertical rise (H:V). Short term exposure means a period of time less than or equal to 24 hours that an exca- vation is open. (c) Requirements —(1) Soil classification. Soil and rock deposits shall be classified in ac- cordance with appendix A to subpart P of part 1926. (2) Maximum allowable slope. The maximum allowable slope for a soil or rock deposit shall be determined from Table B-1 of this appendix. (3) Actual slope. (i) The actual slope shall not be steeper than the maximum allowable slope. (ii) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be cut back to an ac- tual slope which is at least 1/2 horizontal to one vertical (1/2H:1V) less steep than the maximum allowable slope. (iii) When surcharge loads from stored ma- terial or equipment, operating equipment, or traffic are present, a competent person shall determine the degree to which the actual slope must be reduced below the maximum allowable slope, and shall assure that such reduction is achieved. Surcharge loads from adjacent structures shall be evaluated in ac- cordance with §1926.651(i). (4) Configurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure B-1. TABLE B-1 MAXIMUM ALLOWABLE SLOPES SLOPES(H:V)tl] SOIL OR ROCK TYPE MA�4IM'UM ALLOWABLE FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK VERTICAL (90'°) TYPE A [2] 3/4:1 (53°) TYPE B 1:1 (451 TYPE C 1x:1 (34°) NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. . A short-term maximum allowable slope of 1/2H:IV (63') is allowed in excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short-term maximum allowable slopes for excavations greater than 12 feet" (3.67 m) in depth shall be 3/4H:IV (53`). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 383 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVI1 (7-1-02 Edition) Figure B-1 Slope Configurations (All slopes stated below are in the 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. 20' Max. al 3/4 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 ½:1. SIMPLE SLOPE —SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 3/4 to 1 and maximum bench dimensions as follows: 384 Occupational Safety and Health Admin., Labor SIMPLE BENCH 20' Max. 5' Max. Pt. 1926, Subpt. P, App. B MULTIPLE BENCH 3. All excavations 8 feet or less in depth which have unsupported vertically sided lower por- tions shall have a maximum vertical side of 31/2 feet. UNSUPPORTED VERTICALLY SIDED LOWER PORTION -MAXIMUM 8 FEET IN DEPTH All 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 a maximum vertical side of 31/2 feet. 385 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-02 Edition) UNSUPPORTED VERTICALLY SIDED LOWER PORTION -MAXIMUM 12 FEET IN DEPTH All excavations 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/n:1. The support or shield sys- tem must extend at least 18 inches above the top of the vertical side. upport or shie7tem 20' Max. 18" Min. Total height of vertical side — __________ 0 SUPPORTED OR SHIELDED 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 under § 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 maximum allowable slope of 1:1. SIMPLE SLOPE 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions as follows: 386 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B This bench allowed in cohesive soil only. 20' Max t 1 4' / / Max. / SINGLE BENCH This bench allowed in cohesive soil only i 20' Max. i 4' 1 4'r5 'jax. 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. ical side VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b). 387 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-02 Edition) B-1.3 EXCAVATIONS MADE IN TYPE C SOIL 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1'/z:1. 20' Max. 1�. SIMPLE SLOPE 2. 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 1½:1. Support or shield system 20' Max. � 1 IS" Min. Total height of vertical side VERTICAL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b). B-1.4 Excavations Made in Layered Soils 1. All excavations 20 feet or less in depth made in layered soils shall have a maximum al- lowable slope for each layer as set forth below. 388 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B B OVER A C OVER A C OVER d 389 Pt. 1926, Subpt. P, App. C A OVER B A OVER C 29 CFR Ch. XVII (7-1-02 Edition) B �1 C 1 1'� B OVER C 2. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b). APPENDIX C TO SUBPART P OF PART 1926 -TIMBER SHORING FOR TRENCHES (a) Scope. This appendix contains informa- tion that can be used timber shoring is pro- vided as a method of protection from cave- ins in trenches that do not exceed 20 feet (6.1 m) in depth. This appendix must be used when design of timber shoring protective systems is to be performed in accordance with §1926.652(c)(1). Other timber shoring configurations; other systems of support such as hydraulic and pneumatic systems; and other protective systems such as slop- ing, benching, shielding, and freezing sys- tems must be designed in accordance with the requirements set forth in § 1926.652(b) and § 1926.652(c). (b) Soil Classification. In order to use the data presented in this appendix, the soil type or types in which the excavation is made must first be determined using the soil clas- sification method set forth in appendix A of subpart P of this part. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables C-1.1, C-1.2, and C-1.3, and Ta- bles C-2.1, C-2.2 and C-2.3 following para- graph (g) of the appendix. Each table pre- sents the minimum sizes of timber members to use in a shoring system, and each table contains data only for the particular soil type in which the excavation or portion of 390 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C the excavation is made. The data are ar- ranged to allow the user the flexibility to se- lect from among several acceptable configu- rations of members based on varying the horizontal spacing of the crossbraces. Stable rock is exempt from shoring requirements and therefore, no data are presented for this condition. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix, and on the tables themselves. (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 regarding Ta- bles C-1.1 through C-1.3 and Tables C-2.1 through C-2.3 are presented in paragraph (g) of this Appendix. (d) Basis and limitations of the data. —(1) Di- mensions of timber members. (i) The sizes of the timber members listed in Tables C-1.1 through C-1.3 are taken from the National Bureau of Standards (NBS) report, "Rec- ommended Technical Provisions for Con- struction Practice in Shoring and Sloping of Trenches and Excavations." In addition, where NBS did not recommend specific sizes of members, member sizes are based on an analysis of the sizes required for use by ex- isting codes and on empirical practice. (ii) The required dimensions of the mem- bers listed in Tables C-1.1 through C-1.3 refer to actual dimensions and not nominal di- mensions of the timber. Employers wanting to use nominal size shoring are directed to Tables C-2.1 through C-2.3, or have this choice under §1926.652(c)(3), and are referred to The Corps of Engineers, The Bureau of Reclamation or data from other acceptable sources. (2) Limitation of application. (i) It is not in- tended that the timber shoring specification apply to every situation that may be experi- enced 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 situa- tions that are not covered by the data in this appendix must be designed as specified in § 1926.652(c). (ii) When any of the following conditions are present, the members specified in the ta- bles are not considered adequate. Either an alternate timber shoring system must be de- signed or another type of protective system designed in accordance with § 1926.652. (A) When loads imposed by structures or by stored material adjacent to the trench weigh in excess of the load imposed by a two - foot soil surcharge. The term "adjacent" as used here means the area within a horizontal distance from the edge of the trench equal to the depth of the trench. (B) When vertical loads imposed on cross braces exceed a 240 -pound gravity load dis- tributed on a one -foot section of the center of the crossbrace. (C) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (D) When only the lower portion of a trench is shored 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 vertical; 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. The members of the shor- ing system that are to be selected using this information are the cross braces, the uprights, and the wales, where wales are re- quired. Minimum sizes of members are speci- fied for use in different types of soil. There are six tables of information, two for each soil type. The soil type must first be deter- mined in accordance with the soil classifica- tion system described in appendix A to sub- part P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is then made. The selection is based on the depth and width of the trench where the members are to be installed and, in most instances, the selection is also based on the horizontal spacing of the crossbraces. Instances where a choice of horizontal spac- ing of crossbracing is available, the hori- zontal spacing of the crossbraces must be chosen by the user before the size of any member can be determined. When the soil type, the width and depth of the trench, and the horizontal spacing of the crossbraces are known, the size and vertical spacing of the crossbraces, the size and vertical spacing of the wales, and the size and horizontal spac- ing of the uprights can be read from the ap- propriate table. (f) Examples to Illustrate the Use of Tables C- 1.1 through C-1.3. (1) Example 1. A trench dug in Type A soil is 13 feet deep and five feet wide. From Table C-l.i, for acceptable arrange- ments of timber can be used. Arrangement #B1 Space 4x4 crossbraces at six feet hori- zontally and four feet vertically. Wales are not required. Space 3x8 uprights at six feet horizontally. This arrangement is commonly called "skip shoring." Arrangement #B2 Space 4x6 crossbraces at eight feet hori- zontally and four feet vertically. Space 8x8 wales at four feet vertically. 391 Pt. 1926, Subpt. P, App. C Space 2x6 uprights at four feet hori- zontally. Arrangement #B3 Space 6x6 crossbraces at 10 feet hori- zontally and four feet vertically. Space 8x10 wales at four feet vertically. Space 2x6 uprights at five feet hori- zontally. Arrangement #B4 Space 6x6 crossbraces at 12 feet hori- zontally and four feet vertically. Space 10x10 wales at four feet vertically. Spaces 3x8 uprights at six feet hori- zontally. (2) Example 2. A trench dug in Type B soil in 13 feet deep and five feet wide. From Table C-1.2 three acceptable arrangements of members are listed. Arrangement #B1 Space 6x6 crossbraces at six feet hori- zontally and five feet vertically. Space 8x8 wales at five feet vertically. Space 2x6 uprights at two feet hori- zontally. Arrangement #B2 Space 6x8 crossbraces at eight feet hori- zontally and five feet vertically. Space 10x10 wales at five feet vertically. Space 2x6 uprights at two feet hori- zontally. Arrangement #B3 Space 8x8 crossbraces at 10 feet hori- zontally and five feet vertically. Space 10x12 wales at five feet vertically. Space 2x6 uprights at two feet vertically. (3) Example 3. A trench dug in Type C soil is 13 feet deep and five feet wide. From Table C-1.3 two acceptable arrange- ments of members can be used. Arrangement #B1 Space 8x8 crossbraces at six feet hori- zontally and five feet 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 #B2 Space 8x10 crossbraces at eight feet hori- zontally and five feet vertically. 29 CFR Ch. XVII (7-1-02 Edition) 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 feet 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 mem- bers is provided. Space 8x10 crossbraces at six feet hori- zontally 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 fol- low the same procedures. (g) Notes for all Tables. 1. Member sizes at spacings other than in- dicated are to be determined as specified in §1926.652(c), "Design of Protective Systems." 2. When conditions are saturated or sub- merged use Tight Sheeting. Tight Sheeting refers to the use of specially -edged timber planks (e.g., tongue and groove) at least three inches thick, steel sheet piling, or similar construction that when driven or placed in position provide a tight wall to re- sist the lateral pressure of water and to pre- vent the loss of backfill material. Close Sheeting refers to the placement of planks side -by -side allowing as little space as pos- sible between them. 3. All spacing indicated is measured center to center. 4. Wales to be installed with greater di- mension 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 are embedded, the vertical distance from the center of the lowest crossbrace to the bot- tom of the trench shall not exceed 36 inches. When mudsills are used, the vertical dis- tance shall not exceed 42 inches. Mudsills are wales that are installed at the toe of the trench side. 6. Trench jacks may be used in lieu of or in combination with timber crossbraces. 7. Placement cf crossbraces. When the vertical spacing of crossbraces is four feet, place the top crossbrace 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. 392 TABLE C-1.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A Pa = 25 X H + 72 psi (2 ft Surcharge) SIZE (ACTUAL) SPACING ** DEPTH CROSS BRACES WA UPRIGHTS OF TRENCH HORIZ. WIDTH OF TRENCH (FEET) VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET (FEET) 4 6 9 j5 (FEET) (IN) (FEET) UP TO Not 5 6 4X4 4X4 4X6 6X6 6X6 4 Rep'Rep'd 2X6 UP TO Not TO 8 4X4 4X4 4X6 6X6 6X6 4 Req'd --- 2X8 UP TO 10 10 4X6 4 4X6 6 6X6 4 8X8 4 UP TO 12 4X6 4X6 6X6 6X6 6X6 4 8X8 4 2X6 UP TO Not 10 6 4X4 4X4 4X6 6X6 6X6 4 Re 'd -- X UP TO TO 8 4X6 4X6 6X6 6X6 6X6 4 8X8 4 2X6 UP TO 15 10 6X6 6X5 6X6 6X8 6X8 4 8XO 4 2X6 UP TO 12 6X6 6X6 6X6 6X8 6X8 4 10X10 4 3X8 UP TO 15 6 6X6 6X6 6X6 6X8 6X8 4 6X8 4 3X6 UP TO TO 8 6X6 6X6 6X6 6X8 6X8 4 8X8 4 3X6 UP TO 20 10 8X8 8X8 8X8 8X8 8X10 4 8X10 4 UP TO 12 8X8 8X8 8X8 8X8 8X10 4 1OX10 4 3X6 OVER 20 SEE NOTE 1 * Mixed oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may by substituted for wood. O C, C) C 0 0 a N a CD a Q. CD a Q. 3 r Q a. O 'O N O' N C a. X TABLE C-1.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS * SOIL TYPE B P = 45 X H + 72 psf (2 ft. Surcharge) a DEPTHSIZE (ACTUAL AND PACING OF MEMBE S** OF CROSS BRACES WALES UPRIGHTS TRENCH HORIZ. WIDTH OF TRENCH FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UPTO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING I(FEET) (FEET) (FEET) 4 6 9 12 15 (FEET) (IN ,1 CLOSE 2 3 UP TO 4X6 4X6 6X6 6X6 6X6 5 6X8 5 2X6 5 6 UP TO TO 8 6X6 6X6 6X6 6X8 6X8 5 8X10 5 2X6 UP TO 6X6 6X6 6X6 6X8 6X8 5 10X10 5 2X6 10 10 See Note UP TO 10 6 6X6 6X6 6X6 6X8 6X8 5 8X8 5 2X6 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 10X10 5 2X6 UP TO 15 10 5 1OX12 5 2X6 See Note 1 UP TO 6 6X8 6X8 6X8 8X8 8X8 5 8X10 5 3X6 15 UP TO TO 8 8X8 8X8 8X8 8X8 8X10 5 10X12 5 3X6 UP TO 10 8X10 8X10 8X10 8X10 1OXIO 5 12X12 5 3X6 20 See Note 1 OVER 20 SEE NOTE 1 * Mixed oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may by substituted for wood. C) �O C) C) P. X V F.., m Q 0 TABLE C-1.3 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE C P = 80 X H * 72 psf (2 ft. Surcharge) a DEPTH SIZE (ACTUAL AND SPACING OF MEMBERS** OF CROSS BRACES UPRIGHTS TRENCH HORIZ. WIDTH OF TRENCH (FEET) MAXIMUM ALLOWABLE HORIZONTAL SPACING (FEET) SPACING UP TO UP TO UP TO UP TO UP TO SPACING SIZE SPACING FEET See Note 2 CLOSE (FEET) 4 6 9 12 15 (FEET) IN. (FEET) UP TO 5 6 6X8 6X8 6X8 8X8 8X8 5 8X10 5 2X6 UP TO TO 8 8X8 8X8 8X8 8X8 8X10 5 10X12 5 2X6 UP TO 10 10 8X10 8X10 8X10 8X10 10X10 5 12X12 5 2X6 See Note I UP TO 6 8X8 8X8 8X8 8X8 8X10 5 10X12 5 2X6 10 UP TO TO 8 8X10 8X10 8X10 8X10 1OX10 5 12X12 5 2X6 See Note 1 15 See Note 1 15 UP TO 6 8X10 8X10 8X10 8X10 1OX10 5 12X125 3X6 See TO Notel See 20 Note 1 See Note 1 OVER SEE NOTE 1 20 * Mixed Oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may be substituted for wood. O 0 C) C 0 a 0 a N a N Z Q Q. CD a S Q. 3 I- 0 O '0 IJ 0' N C 0 Z TABLE C-2.1 W rn TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A P = 25 X H t 72 psf (2 ft. Surcharge) a DEPTH SIZE (S4S) D SP CING OF MEMBERS ** OF CROSS BRACES WATE UPRIGHTS TRENCH -HORIZ. WIDTH OF TRENCH FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET CLOSE 4 5 6 8 (FEET) 4 6 (FEET) UP TO Not Not 5 6 4X4 4X4 4X4 4X4 4X6 4 Req'd Req'd 4X6 UP TO 8 4X4 4X4 4X4 4X6 4X6 4 Req d Regtd 4X8 TO UP TO 10 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 UP12 TO 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 UP 6 TO 4X4 4X4 4X4 6X6 6X6 4 Req d Req d 4X10 10 UP TO TO 8 4X6. 4X6 4X6 6X6 6X6 4 6X8 4 4X6 UP TO 15 10 6X6 6X6 6X6 6X6 6X6 4 8X8 4 4X8 P TO 12 6X6 6X6 6X6 6X6 6X6 4 8X10 4 4X6 4X10 P TO 15 6 6X6 6X6 6X6 6X6 6X6 4 6X8 4 3X6 P TO TO 8 6X6 6X6 6X6 6X6 6X6 4 8X8 4 3X6 4X12 P TO 20 10 6X6 6X6 6X6 6X6 6X8 4 8X10 4 3X6 P TO 12 6X6 6X6 6X6 6X8 6X8 4 8X12 4 3X6 4X12 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. '0 O' N C a' 0 Y N '0 C) n C) 3' x V c5 m a O 3 TABLE C-2.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE B P = 45 X H t 72 psf (2 ft. Surcharge) a DEPTH SIZ (S4S) AND SPACING OF MEMBERS ** OF CROSS RRACF.S UPRIGHTS TRENCH HORIZ. WIDTH OF TRENCH (FEET) ______ VERT. .._JTES VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET) CLOSE 2 3 4 6 (FEET) 4 6 9 12 15 (FEET) (IN,) UP TO 3X12 6 4X6 4X6 4X6 6X6 6X6 5 6X8 5 4X8 4X12 5 UP TO To 8 4X6 4X6 6X6 6X6 6X6 5 8X8 5 3X8 4X8 UP TO 10 4X6 4X6 6X6 6X6 6X8 5 8X10 5 4X8 10 See Note 1 UP TO 10 6 6X6 6X6 6X6 6X8 6X8 5 8X8 5 3X6 4X10 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 10X10 5 3X6 4X10 UP TO 15 10 6X8 6X8 8X8 8X8 8X8 5 1OX12 5 3X6 4X10 See Note 1 UP TO 15 6 6X8 6X8 6X8 6X8 8X8 5 8X10 5 4X6 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 10X12 5 4X6 UP TO 20 10 8X8 8X8 8X8 8X8 8X8 5 12X12 5 4X6 See Note 1 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. O 0 0 C Q 0 a N a Q Q. 0 Q 3 Q. 3 r Q a 0 10 N 0' N C a 0 V n n N Z `t T7 y a d p' q. 5, N N xi U) C0[z.p Si d 7d Do 5, > y m r O ¢ wi oa o c y 03 to W c an -(5D0 m m im p o CD 2. N ti N - 0 (1 0 °wL mm m rn o500 0<D y C ttq m m _.0 5, CO 0 R7 CD o fv <D p M N N n CDD � (D m 50 0 5 TABLE C-2.3 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE C P = 80 X H t 72 psf (2 ft. Surcharge) a DEPTH SIZE S ** OF CROSS BRACES W L s UPRIGHTS HORIZ. WIDTH OF TR N VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING TRENCH (FEET) SPACING UP TO UP TO UP TO UP TO UP TO SPACING SIZE SPACING (FEET) CLOSE (FEET) 4 6 15 FEET N. (FEET) UP TO 6X6 SiX6 6X6 6X6 8X8 5 8X8 5 3X6 5 6 UP TO 6X6 6X6 6X6 8X8 8X8 5 10X10 5 3X6 TO 8 UP TO 10 10 6X6 6X6 8X8 8X8 8X8 5 IOX12 5 3X6 See Note 1 UP TO 6X8 6X8 6X8 8X8 SiX8 5 10X10 5 4X6 10 UP TO 8 8X8 8X8 8X8 8X8 8X8 5 12X12 5 4X6 TO 15 Note 1 See Note 1 UP TO 6 8X8 8X8 8X8 8X10 8X10 5 10X12 5 4X6 15 See TO Note 1 See Iota 1 20 See ote 1 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. v N '0 C) C) N Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D first be determined using the soil classifica- tion method set forth in appendix A of sub- part P of part 1926. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables D-1.1, D-1.2, D-1.3 and E-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- 1.2 are for vertical shores in Types A and B soil. Tables D-1.3 and D1.4 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 appen- dix. (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) re- garding Table D-1.1 through D-1.4 are pre- sented in paragraph (g) of this appendix. (6) Figures, illustrating typical installa- tions 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 Mod- ulus requirements in the D-1 Tables. Alu- minum 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 in- side 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 manufaturer. (ii) 3 -inch cylinders shall be a minimum 3 - inch inside diameter with a safe working ca- pacity of not less than 30,000 pounds axial compressive load at extensions as rec- ommended by product manufacturer. (3) Limitation of application. (i) It is not intended that the aluminum hydraulic specification apply to every situa- tion that may be experienced in the field. These data were developed to apply to the situations that are most commonly experi- enced 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 Ta- bles are not considered 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 dis- tributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (C) When only the lower portion or a trench is shored 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 vertical; 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-1.2, 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 vertical timber sheeting to be used is also selected from these tables. The Tables D-1.1 and D-1.2 for vertical shores are used 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 ac- cordance with the soil classification system described in appendix A to subpart P of part 1926. Using the appropriate table, the selec- tion 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 waler system tables, and in the vertical shore tables, the hydrau- lic cylinder horizontal spacing is the same as the vertical shore spacing. (f) Example to Illustrate the Use of the Tables: (1) Example 1: A trench dug in Type A soil is 6 feet deep and 3 feet 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 Table D-1.2: Find vertical shores and 2 inch diameter cylinders spaced 6.5 feet o.c. 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 399 Pt. 1926, Subpt. P, App. D trench is 16 feet deep and 9 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinder (with special oversleeves as designated by footnote #B2) spaced 5.5 feet o.c. horizontally and 4 feet o.c. vertically, plywood (per footnote (g)(7) to the D-1 Table) should be used behind the shores. (See Fig- ures 2 & 3 for typical installations.) (4) Example 4: A trench is dug in pre- viously disturbed Type B soil, with charac- teristics of a Type C soil, and will require sheeting. The trench is 18 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 sec- tion modulus of 14.0 spaced at 4 feet o.c. vertically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. 3x12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Example 5: A trench is dug in Type C soil, 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired for working space. From Table D-1.4: Find horizontal wale with a section modulus of 7.0 and 2 inch diameter cylinders spaced at 6.5 feet o.c. horizontally. Or, find horizontal wale with a 14.0 section modulus and 3 inch diameter cylinder spaced at 10 feet o.c. hori- zontally. Both wales are spaced 4 feet o.c. vertically. 3x12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (g) Footnotes, and general notes, for Tables D-1.1, D-1.2, D-1.3, and D-1.4. (1) For applications other than those listed in the tables, refer to §1926.652(c)(2) for use of manufacturer's tabulated data. For trench depths in excess of 20 feet, refer to § 1926.652(c)(2) and § 1926.652(c)(3). 29 CFR Ch. XVII (7-1-02 Edition) (2) 2 inch diameter cylinders, at this width, shall have structural steel tube (3.5x3.5x0.1875) oversleeves, or structural oversleeves of manufacturer's specification, extending the full, collapsed length. (3) Hydraulic cylinders capacities. (i) 2 inch cylinders shall be a minimum 2 -inch in- side diameter with a safe working capacity of not less than 18,000 pounds axial compres- sive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product man- ufacturer. (ii) 3 -inch cylinders shall be a minimum 3 - inch inside diameter with a safe work capac- ity of not less than 30,000 pounds axial com- pressive load at maximum extension. Max- imum extension is to include full range of cylinder extensions as recommended by product manufacturer. (4) All spacing indicated is measured cen- ter to center. (5) Vertical shoring rails shall have a min- imum section modulus of 0.40 inch. (6) When vertical shores are used, there must be a minimum of three shores spaced equally, horizontally, in a group. (7) Plywood shall be 1.125 in. thick softwood or 0.75 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 rav- eling (sloughing of the trench face) between shores. (8) See appendix C for timber specifica- tions. (9) Wales are calculated for simple span conditions. (10) See appendix D, item (d), for basis and limitations of the data. 400 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. 1 FIGURE NO. 2 VERTICAL ALUMMJ4 VERTICAL ALUMNIBA HYDRAIC SHORING HYDRAULIC SHORING BRACNO) (WITH PLYWOOD) NOONTAL HORIZONTAL SPACING SPACING 18" MAX. VERTICAL SPACING 2' MAX. FIGURE NO. 3 VERTICAL ALUMINUM HYDRAULIC SHORING ?V (STACKED) 4, QP ,LO VERTICAL SPACING 4MAX. 2' MAX. VERTICAL RAIL VERTICAL RAIL "I HYDRAULIC CYLINDER 18R MAX. VERTICAL SPACING 4' MAX. FIGURE NO. 4 ALUMWUM HYDRAULIC SHORNO SY WALERSTEM YSTEM (TYPICAL) HORIZONTAL SPACING I ERTICAL RAIL 2' MAX. / HYDRAULIC CYLINDER VERTICAL SPACING 401 HYDRAULIC CYLINDER PLYWOOD UPRIGHT SHEETING HYDRAULIC CYLINDER TABLE D - 1.1 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE A HYDRAULIC CYLINDERS WIDTH OF TRENCH (FEET) DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER 5 UP TO 8 10 OVER 10 8 4 2 INCH 2 INCH 3 INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 7 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) I:, TABLE D - 1.2 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE B O w HYDRAULIC CYLINDERS WIDTH OF TRENCH (FEET) DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER 5 UP TO 8 10 OVER 10 6.5 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, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) 10 N N C IS V D 0 v TABLE D - 1.3 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE B WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS WIDTH OF TRENCH (FEET) MAX,HORIZ.SPACING DEPTH * (ON CENTER) UP TO 8 OVER 8 UP TO 12 OVER 12 UP TO15 SOLID 2 FT. 3 FT. OF TRENCH VERTICAL SPACING SECTION MODULUS HORIZ. CYLINDER HORIZ. CYLINDER HORIZ. CYLINDER (FEET) (FEET) (IN3) SPACING DIAMETER SPACING DIAMETER SPACING DIAMETER 21N OVER 3.5 8.0 2IN 8.0 NOTE(2) 8.0 3IN 2IN 5 4 UP TO 7.0 9.0 2IN 9.0 NOTE(2) 9.0 3 IN - - 3x12 10 14.0 12.0 3 IN 12.0 3 IN 12.0 3 IN 2IN OVER 3.5 6.0 2IN 6.0 NOTE(2) 6.0 3 IN 7.0 8.0 3 IN 8.0 3 IN 8.0 3 IN 10 UP TO 4 - 3x12 - 14.0 10.0 3 IN 10.0 3 IN 10.0 3IN 15 2IN OVER 3.5 5.5 2IN 5.5 NOTE(2) 5.5 3IN 7.0 6.0 3 IN 6.0 3 IN 6.0 3 IN 15 UP TO 4 3x12 — 14.0 9.0 3 IN 9.0 3 IN 9.0 3 IN 20 OVER 20 NOTE (1) , Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D, Item (g) (2) * Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. C) O TABLE D - 1.4 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE C WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS WIDTH OF TRENCH (FEET) MAX.H0RIZ SPACING DEPTH , (ON CENTER) UP TO 8 OVER 8 UP TO 12 OVER 12 UP TO 15 SOLID 2 FT. 3 FT. OF TRENCH VERTICAL SPACING SECTION MODULUS HORIZ. CYLINDER HORIZ. CYLINDER HORIZ. CYLINDER (FEET) (FEET) (IN') SPACING DIAMETEI SPACING DIAMETER SPACING DIAMETER OVER 3.5 6.0 2 IN 6.0 NOTE(2) 6.0 3 IN 2IN 5 4 7.0 6.5 2 IN 6.5 NOTE(2) 6.5 3 IN 3x12 - - UPTO 14.0 10.0 3 IN 10.0 3 IN 10.0 3 IN 10 2IN OVER 3.5 4.0 2 IN 4.0 NOTE(2) 4.0 3 IN 7.0 5.5 3 IN 5.5 3 IN 5.5 3 IN 10 4 3x12 - UPTO 14.0 8.0 3 IN 8.0 3 IN 8.0 3 IN 15 2IN OVER 3.5 3.5 2IN 3.5 NOTE(2) 3.5 3 IN 7.0 5.0 3 IN 5.0 3 IN 5.0 3 IN 15 4 3x12 — — UP TO 14.0 6.0 3 IN 6.0 3 IN 6.0 3 IN 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D, Item (g) (2) * Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. O O n C O a rt O a N a CD a Q. CD Q D Q. 3 a IS O 1O o� CA C O• rt v Pt. 1926, Subpt. P, App. E 29 CFR Ch. XVII (7-1-02 Edition) APPENDIX E TO SUBPART P OF PART 1926 -ALTERNATIVES TO TIMBER SHORING Figure 1. Aluminum Hydraulic Shoring 18" M VERI SPAC 4' MA RTICAL RAIL YDRAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring CI-i--I--TI--Ti--ffII000 406 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F Figure 3. Trench Jacks (Screw Jacks) APPENDIX F TO SUBPART P OF PART 1926 -SELECTION OF PROTECTIVE SYSTEMS The following figures are a graphic sum- mary of the requirements contained in sub- part P for excavations 20 feet or less in depth. Protective systems for use in exca- vations more than 20 feet in depth must be designed by a registered professional engi- neer in accordance with §1926.652 (b) and (c). X07 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-02 Edition) Is the excavation more than 5 feet in depth? Is there potential 1NO J YES Is the excavation for cavvstable entirely in stable rock? Excavation may. be made with vertical sides. Excavation must be sloped, shored, or shielded. Sloping I Shoring or shielding selected, selected. I Go to Figure 2 I I Co to Figure 3 FIGURE 1 - PRELIMINARY DECISIONS 408 Occupational Safety and Health Admin., Labor Excavation must comply with one of the following three options: Option 1: si1926.652 (b)(2) which requires Appendices A and B to be followed Option 2: 1926.652 (b)(3) which requires other tabulated data 6see definition) to be followed. Option 3: 1926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. Sloping selected as the method of protection Will soil classification be made in accordance with §1926.652 (b)? 409 Pt. 1926, Subpt. P, App. F Excavations must comply withSJ1926.652 (b)(1) which requires a slope of 1zH:1V (340). FIGURE Z - SLOPING OPTIONS Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-02 Edition) Shoring or shielding selected as the method of protection. Soil classification is required when shoring or shielding is used. The excavation must comply with one of the following four options: Option 1 51926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 §1926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, shields). Option 3 $1926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). Option 4 ,1926.652 (c)(4) which requires the excavation to be designed by a registered professional engineer (e.g. any designed system). FIGURE 3 - SHORING AND SHIELDING OPTIONS 410 SECTION 00830 PREVAILING WAGE RATES 00830.doc (THIS PAGE INTENTIONALLY LEFT BLANK) 00830.doc MIKE BEEBE STATE OF ARKANSAS JAMES SALKELD GOVERNOR DIRECTOR } ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DIVISION 10421 WEST MARKHAM • LITTLE ROCK, AR 72205-2190 Phone: 501-682-4536 Fax: 501-682-4508 TRS: 800-285-1131 September 27, 2010 Shannon Jones City of Fayetteville 113 West Mountain Fayetteville, AR 72701 Re: BIOSOLIDS MANAGEMENT - THERMAL DRYER FAYETTEVILLE, ARKANSAS WASHINGTON COUNTY Dear Mr. Jones: In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 10-134 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 send 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. Sincerely, Lorna K. Smith Prevailing Wage Division Enclosures Arkansas Department of Labor Determination #: 10-134 Prevailing Wage Determination Expiration Date: 3/27/2011 BUILDING RATES Survey#: 710-AR05 Date: 9/27/2010 Project: Biosolids Management - Thermal Dryer Site: City: Fayetteville, Arkansas Project County: Washington CLASSIFICATION Basic Hourly Rate Fringe Benefits Asbestos Worker/Insulator $12.00 $0.28 Bricklayer/Pointer, Cleaner, Caulker $19.50 Carpenter $16.20 $2.35 Concrete Finisher/Cement Mason $16.05 Elevator Mechanic $24.30 $12.18 Glazier $17.20 $2.26 HVACR Mechanic (Excludes Duct Work) $16.40 $1.93 Ironworker (Including Reinforcing Work) $14.80 $0.50 Laborer $12.00 $0.28 Marble/Tile/Terrazzo $22.95 $6.41 Metal Building Erector $15.50 Millwright $10.85 $1.65 Painter/Sheet Rock Finisher $13.15 $1.10 Plasterer $15.55 Plumber/Pipefitter $22.25 $6.89 Roofer $12.65 $2.60 Sheet Metal (Includes Duct Work) $16.75 $2.83 Sprinkler Fitter $23.90 $8.75 Truck Driver $12.00 $0.28 Waterproofer $16.30 $1.29 Group 1 - Operator $15.10 $3.40 Group 2 - Operator $15.20 $0.56 Group 3 - Operator $13.80 Group 4 - Operator $12.00 $0.28 Electrician/Alarm Installer(Electrical contract under $500,000) $21.65 $9.03 Electrician/Alarm Installer(Electrical contract $500,000 & Over) $23.15 $9.03 Welders -receive rate prescribed for craft performing operation to which welding is incidental. Certified 7/13/2010 Classifications that are required, but not listed above, must be requested in writing from the Arkansas Department of Labor, Prevailing Wage Division. Please call (501) 682-4536 for a request form. 9/27/2010 9:03 AM Page 1 of 1 Group I Operators engaged in operating the following equipment: Cranes, draglines, shovels and piledrivers with a lifting capacity of 50 tons or over, and operators of all tower climbing cranes and derricks required to work 25 feet or over from the ground, blacksmith and mechanics. Group II Operators engaged in operating the following equipment or performing work relative to the engineer's jurisdiction: Hydraulic cranes, cherry pickers, backhoes, and all derricks with a lifting capacity less than 50 tons, as specified by the manufacturer, all backhoes, tractor or truck type, all overhead & traveling cranes, or tractors with swinging boom attachments, gradealls all above equipment irrespective of motive power, leverman (engineer), hydraulic or bucket dredges, irrespective of size. Group III Heavy Equipment Operators. Operators engaged in operating the following equipment: all bulldozers, all front end loaders, all sidebooms, skytracks, forklifts, all push tractors, all pull scrapers, all motor graders, all trenching machines, regardless of size or motive power, all backfillers, all central mixing plants, 10S and larger, finishing machines, all boiler fireman high or low pressure, all asphalt spreaders, hydro truck crane, multiple drum hoist, irrespective of motive power, all rotary, cable tool, core drill or churn drill, water well and foundation drilling machines, regardless of size, regardless of motive power and dredge tender operator. Group IV Light Equipment Operators. Operators engaged in operating the following equipment: Oilerdriver motor crane, single drum hoists, winches and air tuggers, irrespective of motive power, winch or A frame trucks, rollers of all types and pull tractors, regardless of size, elevator operators inside and outside when used for carrying workmen from floor to floor and handling building material, Lad-A-Vator Conveyor, batch plant, and mortar or concrete mixers, below 10S, end dump euclid, pumperete spray machine and pressure grout machine, air compressors, regardless of size. All light equipment, welding machines, light plants, pumps, all well point system dewatering and portable pumps, space heaters, irrespective of size, and motive power, equipment greaser, oiler, mechanic helper, drilling machine helper, asphalt distributor and like equipment, safety boat operator and deckhand. STATEMENT OF INTENT TO PAY PREVAILING WAGES PROJECT: BIOSOLIDS MANAGEMENT - THERMAL DRYER FAYETTEVILLE, ARKANSAS WASHINGTON COUNTY This is to certify that we, the following listed contractors, are aware of the wage requirements of the Arkansas Prevailing Wage Law and by signature below indicate our intent to pay no less than the rates established by Arkansas Prevailing Wage Determination Number 10-134 for work performed on the above noted public project. I understand that contractors who violate prevailing wage laws, i.e., incorrect classification/scope of work of workers, improper payments of prevailing wages, etc., are subject to fines and will be required to pay back wages due to workers. ' Signature and Title Business Name Address Phone# of Business Official General/Prime Contractor Electrical Subcontractor Mechanical Subcontractor Plumbing Subcontractor Roofing/ Sheet Metal Subcontractor THE GENERAL/PRIME CONTRACTOR IS RESPONSIBLE FOR GETTING THIS FORM FILLED OUT AND RETURNING IT TO THE ARKANSAS DEPARTMENT OF LABOR WITHIN 30 DAYS OF THE NOTICE TO PROCEED FOR THIS PROJECT. RETURN COMPLETED FORM TO THE ARKANSAS DEPARTMENT OF LABOR, PREVAILING WAGE DIVISION, 10421 W. MARKHAM, LITTLE ROCK, ARKANSAS, 72205. SECTION 00840 NOTICE OF AWARD Dated Month Day, Year TO: ADDRESS: OWNER'S PROJECT NO.: PROJECT: (Bidder) You are notified that your Bid dated Month Day, Year, for the above Project has been accepted. You are the apparent successful Bidder and have been awarded a contract for The Contract Price of your Contract is Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within ten (10) days of the date of this Notice of Award, that is by Month Day, Year. 00840.doc 1 1. You must deliver to the Owner three (3) fully -executed counterparts of the Agreement. 2. You must deliver with the executed Agreement three (3) full -executed copies of the Performance and Payment Bonds. 3. You must deliver with the executed Agreement three (3) full -executed copies of Certificate of Liability Insurance listing the City of Fayetteville as additional insured. Failure to comply with these conditions within the time specified will entitle Owner to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, Owner will return to you one fully -signed counterpart of the Agreement with the Contract Documents attached. City of Fayetteville (Owner) BY: (Authorized Signature) (Title) END OF SECTION 00840 00840.doc 2 SECTION 00845 NOTICE TO PROCEED Dated: Month Day, Year TO: ADDRESS: OWNER'S PROJECT NO.: PROJECT: You are notified that the Contract Time under the above Contract will commence to run on Month Day, Year. By that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 3 of the Agreement, the date of Final Completion is Month Day, Year. Before you start any Work at the site, Paragraph 2.7 of the General Conditions provides that you must deliver to the Owner Certificates of Insurance which you are required to purchase and maintain in accordance with the Contract Documents. ACKNOWLEDGED RECEIPT City ayetteville (Contractor) (Owner) BY: (Authorized Signature) (Title) (Authorized Signature) (Title) 00845.doc 1 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 00845 00845.doc SECTION 00900 DESCRIPTION OF LUMP SUM PRICE PART 1- GENERAL 1.01 SCOPE OF WORK A. The work shall consist of furnishing all plant, labor and material in performing all operations in connection with the Project as listed in Section 00310 — Bid Proposal. B. All work shall be completed in strict accordance with the plans and specifications. PART 2— LUMP SUM PRICE 2.01 CONCRETE FOUNDATION AND BUILDING APPROACH A. The bid amount for this item shall include the following: 1. Reinforced concrete for foundation, stem walls, and building approach, including rebar. 2. Anything incidental to this bid item that is necessary to complete the Work according to the Contract Documents. 2.02 ALL OTHER WORK - LUMP SUM A. It is the intent of the Lump Sum Price as submitted shall cover all costs for labor, material, equipment, and any other items incidental to the Project, even if not specifically listed below. B. Work includes site grading, installation of thermal drying structure and equipment, driveway construction, electrical, and drainage. C. No costs in connection with work required by the Contract Documents for proper and successful completion of the Contract will be paid outside of or in addition to price submitted. D. Each item will be measured and paid for by a Schedule of Values to be submitted prior to the commencement of construction. 00900.doc 1 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 00900 00900.doc 2 SECTION 01000 GENERAL REQUIREMENTS AND PROCEDURES PART 1- GENERAL 1.01 WORK INCLUDED A. These specifications govern the project as identified in the Bid Proposal. B. These Specifications are written in imperative and abbreviated form. The imperative language is directed at the Contractor, unless specifically noted otherwise. Incomplete sentences shall be completed by inserting "shall", "the Contractor shall", "shall be", and similar mandatory phrases by inference in the same manner as they are applied to notes on the Drawings. The words "shall be:" shall be supplied by inference where a colon (:) is used within sentences or phrases. Except as worded to the contrary, all indicated requirements shall be performed whether stated imperatively or otherwise. 1.02 DEFINITIONS A. Engineer - The Utilities Department of the City of Fayetteville. B. Provide - Furnish and install, complete in place, operating, tested and approved. C. Products - The materials, systems, and equipment provided by the Contractor. 1.03 SUBSTITUTIONS A. Prebid: Refer to Section 00100. B. Postbid: Refer to Section 00700. 01000.doc 1 1.04 SUBMITTALS A. Five copies of submittal documents must be sent to the City of Fayetteville. B. Construction procedures other than those outlined in this specification shall be submitted for approval of the City of Fayetteville. C. Complete specifications covering any unusual or special construction procedures shall be submitted for approval and approval must be received prior to beginning any construction operations. D. A minimum review time of two (2) weeks shall be required on all submittals. END OF SECTION 01000 01000.doc 2 SECTION 01005 BIOSOLIDS THERMAL DRYER 1.01 SCOPE OF WORK A. Description Furnish all labor, materials, equipment, and incidentals required and install and performance test sludge dryer equipment as shown on the Drawings and as specified herein. The sludge dryer system shall be a prefabricated unit consisting of a skid mounted dewatered sludge hopper, sludge dehydration chamber, thermal fluid heat exchanger fired by natural gas, control panel, scrubber/condenser and required integral conveying devices. This dryer shall be one (1) automated batch, indirect heated biosolids thermal dryer, sludge dehydration system. The dryer system design shall be such to avoid, prevent and overcome the effects of abrasion over a long service life. Accordingly, the system shall be one of the same design as a minimum of three others provided by the manufacturer and installed in municipal POTWs in the United States of America and having been in service for a minimum of 5 years producing a Class A biosolids product. B. General Requirements The following equipment shall be included under this Section 1. Wet Sludge Feed Hopper 2. Dehydration Chamber 3. Thermal Fluid System 4. Natural Gas Burner 5. Dried Product Conveyor 6. Condenser/Scrubber 7. Electrical Devices and Controls 1.02 SUBMITTALS A. Submit, in accordance with Section 00700, shop drawings showing details of construction, anchor bolt drawings, erection and adjoining equipment interfaces for all equipment furnished under this section. B. Provide design data, material certificates, and warranty data for sludge dryer equipment. C. The supplier shall furnish design calculations to the Engineer for review for conformance with the applicable criteria. Calculations shall be in proper sequence; clear and complete. The review of these calculations shall not relieve the supplier of any obligation or responsibility contained in the contract. D. The design calculations and shop drawings shall be submitted to the Engineer for review prior to ordering any material or initiation of fabrication. The submittals shall also include dimensions, locations, and specific details for the footprint for this equipment. 01005.doc E. Operation and Maintenance Data Provide copies of operation and maintenance manuals and equipment startup reports. 1.03 QUALITY ASSURANCE A. Standardization To ensure compatibility, the equipment specified in this section shall be an integrated system that is the product of the Manufacturer, who shall provide a single source responsibility for all components of the system. B. Quality All components shall be engineered for long continuous and uninterrupted service. Provisions shall be made for easy lubrication, adjustment or replacement of all parts. C. Documentation An engraved equipment reference plate shall be fastened to the main skid of the dryer system with stainless steel pins or screws. The equipment reference plate shall reference order, serial, and model numbers of the dryer system. D. Manufacturer Fenton Environmental Technologies, Inc, Brownwood, Texas, 76801, or equal. E. Equipment Automated batch, biosolids dehydration system. F. Performance 1. Class A Biosolids With respect to pathogen reduction and vector attraction, the Manufacturer shall guarantee the production of a Class A product when the dryer is operated within the equipment operating parameters and is dehydrating a substantially digested sludge. 2. Operation Parameters 1. Method: Automated Batch. 2. Capacity: 14 cubic yards per batch, nominal per chamber. a) Hopper: 50 cubic yards. b) Process: 68-72 wet tons tons per 24 -hour day per chamber. c) Input Solids: 16 to 75% solids of digested biosolids. 01005.doc 2 d) Dry solids per batch: 75 to 120 cubic feet. Any additional conveyors must be capable of moving 5,000 pounds/hr based on 45 pounds/CF. 3. Feed Hopper a. 50 cubic yard holding capacity b. Rotary wiper c. Wet sludge feed conveyor 4. Dehydration Chamber a. Thermal fluid circulation shell b. Thermal fluid hollow disk rotor c. Electrically actuated inlet and discharge doors 5. Gas Fired Thermal Fluid Heater a. One (1) 15,000,000 BTU natural gas burner b. Gas train to meet ASME CSD 1 Requirements c. Hot air/thermal fluid heat exchanger with ASME code I stamped. d. Requires 15,000 cfh of natural gas at ten (10) psi e. SS Duct diameter one (1) at 18" 6. Dried Product Conveyor a. All troughs, lids and supports b. 120 cubic feet per hour or 5000 lbs per hour at 90% and 50% fill. c. 13 RPM d. 28 deg incline G. Class A 503 Compliance 1. The automatic batch style biosolids dehydrator furnished shall guarantee compliance with the 40 CFR 503 regulations pertaining to achieving Class "A" biosolids. 2. Each total sludge load shall be subjected to a minimum temperature of 212 degrees F for a minimum of two and one-half hours. This exceeds the time and temperature requirements of the 503 regulations pertaining to pathogen reduction as shown using Regime A under Alternative 1, which requires that solids be heated at 50 degrees C, higher for 20 minutes, or longer. 3. The minimum time requirement of 20 minutes specified in the 503 Rules must be followed. The total cycle time shall be determined by achieving the desired sludge dryness of a minimum of 90% dry solids for a finished product to qualify under 503.33 "Option -8" regarding vector attraction reduction. 4. The automated batch process shall automatically adjust the time and temperature regime for the varying incoming wet sludge solids content. This feature is very important since dewatering operations will vary from time to time in solids consistency, yet must maintain consistent Class A biosolids at all times. 01005.doc 3 5. Refer to 40 CFR 503.32 Pathogens - (a) (3) (ii) (9) for pathogen reduction requirements and to 40 CFR 503.33 (b) (7) and (8) for vector attraction reduction requirements. 6. The manufacturer shall guarantee Class A compliance on a continued basis except and excluding pollutant concentrations in the wet sludge cake. H. Safety 1. The sludge dryer shall be designed specifically for municipal wastewater treatment plants. The dryer shall be an indirectly heated drying chamber where the sludge is indirectly heated through contact. Hot flue air and sludge contact air shall never be co -mingled. Heat shall be applied to the sludge through a steel shell with thermal oil circulating inside of slow rotating disks and the chamber wall. The design shall allow for: 1) low dust generation due to slow rotation, 2) a compact sludge heating space due to low air flow with steel disks, not using pre -dried sludge and hot air, as the turning mechanism, 3) fully enclosed operation, 4) precise temperature management and monitoring through a PLC control panel, and 5) a wet -then -dry cycling which precludes dust accumulation in the dehydration chamber. Dryers that use direct heat for dehydration will not be permitted. 2. The dryer "envelope" shall be fully enclosed, contain no electrical devices subject to fire suppression, providing constant venting into a wet spray area. Fire suppression and safety measures shall be incorporated in the design and include automatic suppression throughout the drying chamber should pre-determinedtemperatures be exceeded. 3. The following safety features shall be provided as part of the standard design, to help minimize explosion and fire risks. a. Dryer shall be equipped with a steam purge at the end of the drying cycle. This is the point in the process cycle when fumes or overheated solids could ignite. b. High temperature shutdown and cycle exceed timer safeties incorporated into the operating program. c. A water spray system shall be furnished in the auger discharge conveyor consisting of one (1) commercial, 360 degree F, fire sprinkler heads complete with a piping manifold. This item shall also be furnished in the dried solids surge bin. 4. All equipment shall conform to OSHA specifications. Chain guards, access doors and emergency machine shut down devices shall be positioned at the required locations. 1.04 MANUFACTURING CODES AND SPECIFICATIONS: A. Electrical 1. Control Enclosure: Stainless steel, NEMA 12. 01005.doc 4 2. Machine Wiring: Wired to National Electrical Codes. 3. Conduit: All conduits shall be rigid except where Liquid-Tite is required. 4. Boxes: All junction boxes and terminal boxes shall be rain tight. 5. Natural Gas Burners: Arranged and piped to ASME CSD 1. B. Steel Fabrications 1. Welding shall be by the metal -arc method or gas -shielded arc method described in the American Welding Society's "Welding Handbook" as supplemented by other AWS standards. Qualifications of welders shall be with AWS Standard AWS B2.1-84. 2. Skip welds shall be used, as approved by FET Engineering and Quality Control, for warp age control where structural integrity will not be compromised. 3. The system shall be designed and manufactured for galvanizing and bolt up assembly under ASTM A143, A384 and A385. C. Galvanizing 1. Steel fabrications shall be hot dip galvanized in accordance with ASTM A123-97. 2. Any defects or damage caused in manufacturing shall be thoroughly cleaned, wire brushed, wiped clean with a suitable solvent and dried. The prepared area shall be coated with a zinc rich compound specifically formulated for touch-up of galvanizing.The zinc rich coating shall be a minimum of 3.4 mills thick and shall be in accordance with SSPC standards. D. Seals 1. The thermal fluid pump shall be manufactured by Allweiler Pump or equal The seal specifications are: a) Stationary member - Silicon Carbide. b) Rotary member — Carbon. c) O-ring — Viton. d) Spring — CrNi steel. 2. Thermal fluid rotary seals shall be: a) Seals are of stuffing box design, using two (2) high temperature double lip seals. 3. Dehydration chamber end seals shall be: a) One (1) reinforced silicone gasket. b) Multiple rings of graphite impregnated braided Teflon packing. 01005.doc 5 E. Bearings 1. Bearings shall be oil or grease lubricated, with lubrication points piped to a central lubrication block for accessibility. 2. Bearings shall be a minimum of L-10 rated life of 50,000 hours. F. Balance 1. Drive motors shall be manufactured by WEG Electric Motor Corporation or equal. The balancing specifications are: a) To ISO 1940/73. b) ISO procedure states the following equation: U=(e X m) /R. c) Where e= maximum residual unbalance in function of speed, mass and balance. Grade (G) [mm X g/kg] M = mass of rigid rotating body [kg] R = balancing radius (distance from the center of the shaft to the compensating position [mm] 2. The condenser blower shall be manufactured by New York Blower or equal. The balancing specifications are: a) To AMA 204, Section 6, quality grade G2.5 standards. 3. The thermal fluid heater gas burner shall be supplied by Fulton Thermal Corp. or equal. The blower specifications are: a) To ISO 1940-73, as stated at 1.05, 8, b & c. G. Equipment Guards 1. Equipment guards shall be designed for OSHA regulations and are fabricated from 10 gauge grade 5052 aluminum with expanded metal insert, where applicable, to allow visual inspection. All guards shall be designed for easy removal. 2. Guards shall be sand blasted and painted with safety orange. 3. Chemical and fade resistant decals shall be affixed to the equipment where equipment may start automatically, have rotating parts or heat zones. Decals shall be displayed in areas that are visually obvious. Decals shall be black print with yellow background. H. Hardware 1. Bolts shall be ASTM Class 449, Type 5 or greater. 2. Flanges, other than structural connections, shall be ANSI B 16, class 150 type - raised face, slip on weld. 3. Pipe threads shall be ANSI 11.5 or 8V, depending on size. 01005.doc 6 I. Couplings 1. When couplings are used where the drive is greater than 1/2 hp, and where angular misalignment, parallel misalignment, end float and cushion shock or vibration dampening may need to be addressed, a flexible member with synthetic tension member bonded in rubber shall be provided. The flexible member shall be attached to the flanges by means of clamps, rings and cap screws. The flanges shall be attached to the shaft by key seat and setscrews. J. Electrical 1. Contactors shall be Square D, Telemecanique, and Thermal Magnetic. Rated for 30 -million operations or equal. 2. Contactors: UL, ASE and CSA approved. 3. Switches: 22 mm Square D, ZB4B. 4. 9300 Rades Ethernet Modem 5. Allen Bradley Panel View Plus 1000. K. Gauges 1. Manufacturer shall supply a water flow switch, natural gas test plugs, one magnehelic airflow gauge and one thermal fluid pressure switch. 1.05 GENERAL OPERATION: PLC CONTROLLED AUTOMATIC BATCH PROCESS A. The dryer, under PLC control, shall be started in preheat mode to heat the thermal fluid to a system operating temperature. B. The feed hopper receives waste material from others with a storage capacity as stated above. C. The PLC calls for biosolids to be fed to the dryer chamber. 1. The feed airlock door opens. 2. The feed auger feeds biosolids to the dryer chamber per level control. 3. The internal thermal fluid heated rotor moves and breaks up the biosolids to create maximum exposure to the heated surface of the rotor and the thermal fluid heated dryer chamber. 4. The PLC senses the satisfaction of the time/temperature requirement of the dehydration process. 5. The discharge door opens, the discharge conveyor is activated, and the rotor is changed to a one -direction rotation to move the dried material to the discharge conveyor. 6. When the discharge time is satisfied, the discharge door is closed and the PLC resets to automatically feed a new batch and start the process over. 7. This automatic batch process continues to cycle until the operator stops the sequence and places the system into cool down mode. 01005.doc 7 1.06 QUALITY CONTROL: A. The dryer shall be totally piped, wired, inspected and tested prior to shipment. B. Quality Control shall test and document all phases of manufacturing and testing. 1.07 STEAM PURGE: A. Water header '/2" stainless steel tubing. B. '/4" solenoid valve. C. Programming for water delivery of approximately 2 quarts per batch. 1.08 OVER TEMPERATURE WATER SPRAY (Discharge auger and surge bin): A. Two (2) fire rated 360° F, '/2" fusible link sprinkler head. B. Water manifold 1" dia. galvanized pipe. 2.00 CONSTRUCTION: MATERIALS OF CONSTRUCTION Item Material Finish Structural Steel Main Skid '/2 "A3 6 plate w/ 24 x 104 Beam Galvanized Hopper walls & ends %" hot rolled steel Galvanized Hopper structural support steel 8" — 21# beams Galvanized Motor bases 1 '/2" plate Galvanized Dehydration chamber end plates 1" plate Blasted & hi temp black paint Dehydration chamber 5/8" rolled steel Insulated and wrapped l8ga 304 S.S. — Electro polish to #3 finish D- chamber crown and lid 10 ga 304 S.S. Hand polish Steam exhaust duct 14 ga 304 S.S. Hi temp black paint Condenser 10 ga hot rolled steel Galvanized Hot oil combustion tank 3/16 A36 Carbon Steel Hi -temp black Cover 10 ga hot rolled steel 3/16 Black paint Combustion exhaust stack 14 ga 304 S.S. Black paint Hot oil expansion tank 3/16" thick hot rolled steel Black paint Support legs 6" — 9# beam Galvanized 01005.doc 8 MATERIALS OF CONSTRUCTION Item Material Finish Product discharge head box 1/4" hot rolled steel Black paint Discharge screw conveyor body & cover 10 ga hot rolled steel Galvanized Condenser fan piping 8" dia. - .187" wall pipe Galvanized Hot oil piping Sch 40 — SA106B seamless pipe Insulated except valves and overflow/piping Hydrotubing for Hoses SA106B Seamless Pipe Coated Centralized lubrication blocks Dehydrator 1/4" S.S. tubing N/A Hopper 1/4" S.S. tubing N/A Control Panel 40" w X 18" d X 84" h — NEMA 12 polished 304 S.S. N/A Electrical conduit Steel properly sized Galvanized. J -Boxes Steel properly sized-NEMA 12 Galvanized Condenser water piping Steel pipe/Buna-N hose & S.S. noz. Galvanized steel Drain pipe 6" dia. - .187" wall pipe Galvanized Gas piping — sch 40 black pipe- 3" for natural gas; may be larger for N/A Details: N/A = not applicable S.S. = stainless steel Noz. = spray nozzles Blast= sand blasting to near white metal Hi temp black paint = sand blast and two coats hi temp "bbq" paint — 1000 deg. F Orange paint = sand blast, primer and two finish coats of industrial polyurethane paint Galvanizing = pickled and hot dipped — 5 to 7 mil coating thickness 01005.doc 9 3.00 MAJOR COMPONENTS: 3.01 WET SLUDGE FEED HOPPER: A. One (1), custom sludge feed hopper, fabricated from 3/8" thick mild steel with fifty (50) cubic yard holding capacity. Internals include two (2) mild steel rotary wiper mechanisms and two (2) 11" diameter mild steel augers. Two (2) mild steel shelves shall be properly designed and mounted to the hopper to support the hydraulic drive assembly. The hopper interior and exterior shall be hot dip galvanized. One (1) custom 14" dia. auger system installed between the feed hopper discharge and the dehydrator wet feed inlet complete with the close coupled hydraulic motor. Electrically actuated door installed in the feed port to act as an airlock. When feed auger is used, standard electrically activated inlet door shall be supplied. 3.02 DEHYDRATION CHAMBER: A. Each dryer shall be designed, fabricated and supplied as follows: One (1) structural steel frame designed and fabricated to support the dehydration chamber and motor drive package. All external steel surfaces shall be finished per the materials of construction table in Section 2.0 — Construction. The cylindrical dehydration chamber shall be insulated with 2" high -density insulation and wrapped with a stainless steel skin to prevent external heat loss. The inspection cover shall be left uninsulated. Dehydrator wet sludge feed port shall be equipped with an electrically operated shut off gate. Dehydrator top shall be furnished with two (2) 304 stainless steel inspection covers. Dehydrator crowned top shall be furnished with one (1) stainless steel exhaust duct, which is connected to the provided condenser system. Hydraulic motors shall be used, eliminating the need for gear boxes. One dehydrator end shall be furnished with a hydraulically actuated discharge gate. One (1) 5/8" steel dehydration chamber measuring approximately 90" dia. x 240" long. The chamber shall have a smooth inner surface. One (1) thermal fluid external jacket integrally welded to the dehydration chamber for heat transfer to the dehydration chamber wall. One (1) 82" dia. thermal fluid type hollow disk / blender fabricated from 5/16" steel, complete with wall wipers. Two (2), rotary joints to provide thermal fluid inlet and outlet to the rotating disks. Two (2) 1" thick steel plate ends shall enclose the dehydration chamber. One (1) heavy-duty fabricated steel support base to support the dehydrator drive package. One (1) engineered dehydrator rotary disk drive package complete with reversible motor, chain and bearings to drive the disks. One (1) dried sludge discharge system consisting of a hydraulic operated door and an enclosed auger drive package to convey the dried sludge to a discharge point on one side of the dehydration chamber. Multiple thermocouple probes for temperature readings and control including thermal fluid, exhaust, dehydration vapor, thermal fluid expansion tank and thermal fluid return from shell and rotor disks. 01005.doc 10 3.03 THERMAL FLUID SYSTEM: A. One (1) natural gas fired thermal fluid heater fabricated from stainless steel and A36 steel, with a maximum rating of 15 MMBtu's per hour. Internals: The heater coil shall be designed and stamped per ASME Section VIII. The design shall utilize two concentric helical coils, each on 1-d centers. The coils shall be positioned such that the flue gasses make three complete passes, utilizing both the inside and the outside of the coil face. Coil velocities and available surface area shall be are carefully calculated and chosen to minimize fluid film temperatures. Inner coil bending diameter and length shall be carefully chosen to prevent flame impingement and to optimize space heat release. Shell: The shell shall be manufactured from A-36 carbon steel plate. The high efficiency double coil design shall eliminate the need for internal shell insulation, creating a significant advantage over single helical coil designs. The heater shell shall be externally insulated with mineral wool insulation and covered with aluminum cladding. System: The natural gas system shall conform to ASME CSD 1.The entire unit shall be fabricated, assembled and tested in the manufacturer's facility before shipment. A thermal fluid expansion tank complete with a relief port shall be mounted in an elevated position. A special thermal fluid pump, filter, and valves shall be furnished to circulate the thermal fluid through the dehydrator system. The combustion gasses shall be collected in an 18" dia. duct, which shall terminate above the unit. Contractor shall be responsible for the stainless steel exhaust flue from the unit through the roof, including a stainless steel rain cap, terminating 2' above the ridge line of the building. Piping: The thermal fluid piping between the heater and the dryer shall be insulated to minimize heat loss. Insulation shall be covered with aluminum cladding. 3.04 NATURAL GAS BURNER: A. One (1) industrial natural gas system consisting of one (1) natural gas burner with modulating controls configured to meet ASME CSD 1. The system shall be pre - piped and pre -mounted. The programmable controller shall run various time / temperature recipes for total control of the dehydration process. Times and temperature regimes shall be established during machine start-up and entered into the programmable controller. All necessary thermocouples and instrumentation shall be furnished. The flue gasses shall be collected in an 18" dia. duct and terminated above the machine. Thermal fluid heater shall have a 15 MMBtu's maximum rate. Actual natural gas usage will vary depending on the amount of actual water being evaporated however; since we must elevate the total load (solids and water) to 212° F, the solids differential between applications does not significantly change the estimated cost of dehydration. 01005.doc 11 3.05 CONVEYOR: Materials of Construction A. Trough: Fabricated from a minimum l Oga A-36 plate. Hot dipped galvanized. B. Cover: Fabricated from a minimum l4ga A-36 plate. Hot dipped galvanized. C. Flights: ASTM A-36 coal tar epoxy coated. D. Drive: The conveyor shall be driven by a gear reducer ratio to be determined by the manufacturer. 3.06 STEAM & OPTIONAL NITROGEN PURGE SYSTEM: A. Steam Purge Components 1. One (1) 1/4" solenoid valve. 2. One (1) -spray nozzle. 3. One (1) contactor in control panel. 4. Piping from machine service line. 5. Programmed timer for operation before batch discharge. 3.07 DRIED PRODUCT SURGE BIN: A. Fabricated from 3/16" steel plate with galvanized finish. 1. Capacity 170 cu. ft. 2. Cover with 2" FPT vent fitting. (Piped to dryer water-cooled condenser by Contractor). 3. Discharge flanged outlet. 4. Two (2) %2" FPT fittings for addition of spray nozzles. 5. One (1) 18 x 24" access cover. 6. One (1) hydraulic drive package. B. Dried Product Dust Suppression (Optional) 1. 110 VAC 1.5 hp gear head pump to deliver approximately 50 psi. (.25 — 1.5 gal./batch) 2. Manifold mounted from 1" dia. galvanized pipe. 3. Pump/motor self located per project. (Contractor shall place liquid suppressant drum within 6' of pump) 4. Programming from PLC. 3.08 CONTROL PANEL AND ELECTRICAL: A. One (1) master control panel shall conform to National Electrical Code, specifications. The cabinet shall be a stainless steel NEMA 12 enclosure, with UL label for industrial control enclosures. An Allen Bradley Compact Logix programmable controller shall be provided, complete with internal timers to control 01005.doc 12 the time/temperature regimes and all machine functions. The panel shall be supplied with Panel View Plus 1,000. Network communication shall be through Ethernet Port. Necessary I/O devices shall be furnished to operate the equipment safely and efficiently and to certify that the dried sludge meets the requirements for Class A sludge classification. One (1) main disconnect shall be provided in the enclosed cabinet. The panel shall be equipped with an Allen Bradley 9300 RADES Ethernet modem for connection to a designated phone line. Manufacturer shall also supply ladder logic diagrams and initial cycle programming for one (1) time temperature dehydration cycle. All hard wiring schematics shall be furnished. Outputs for a SCADA monitoring system shall be furnished. B. Motor Sizes 1. Hydraulic Power Pack- open loop pump 100 hp 2. Hydraulic Power Pack- closed loop pump 200 hp 3. Combustion Fan Motor 15 hp 4. Thermal Fluid Circulation Pump Motor 50 hp 5. Condenser Fan Motor 40 hp Full Load- estimate Note: Not all motors run continuously connected horsepower. 405 hp Actual horsepower used averages 50% of full - C. Control Voltage One 3 KVA step down transformer (120V/lph/60HZ) shall be furnished and installed in the control panel. 3.09 DEHYDRATION EMISSIONS: A. Condenser/Scrubber Water supply with a minimum of 275 gpm at 40 psi not to exceed 45 psi of plant water shall be required. Pressure reducing valves or flow meters supplied by Contractor. Reuse water supplied to the Condenser/Scrubber unit must be filtered through 300 -micron filtration prior to delivery to the Condenser/Scrubber system. Filtration shall be supplied by the Contractor. The dehydration air stream will contain steam and a small percentage of particulate matter. Manufacturer shall provide a high efficiency enclosed Venturi type scrubber to remove air borne particulate, which shall be piped to the outside pack by Contractor. The water shall be piped to a drain. 3.10 DRIED PRODUCT CONVEYOR A. One (1) dried product conveyor shall be provided with a capacity of 50001bs/hour. The conveyor shall have a 28 degree incline and be rated for delivery of the dried product at a 50% fill factor. The trough shall be 12ga 304 stainless steel. The 01005.doc 13 trough shall have a replaceable liner with a three layer colored abrasion indicator. The motor shall be installed in the equipment room, or shall be furnished with an explosion proof motor. The Contractor shall be required to furnish supports at 8 foot intervals as required. 3.11 MODULARIZATION: A. All equipment in shall be factory mounted on four (4) heavy-duty structural steel bases. 1. The main skid shall include the following: a) The dehydration chamber. 2. The second skid shall include the following: a) Thermal fluid heat exchanger. b) Gas burner and gas valve train. 3. The third skid shall include the following: a) Hopper. b) Wet sludge feed conveyor. 4. The fourth skid shall include the following: a) Drive motors b) Hydraulic Pumps c) Hydraulic Oil Reservoir 5. Scrubber/condenser 6. Surge bin Note: Control panels shall be floor mounted. 4.00 DOCUMENTATION: 4.01 MANUALS DRAWINGS AND SUBMITTAL PACKAGES: A. Manuals 1. Two (2) sets of operating manuals and spare parts lists shall be furnished with the system. 2. Two (2) sets of "as built" drawings shall be furnished with AutoCAD disk backup. B. Submittals 1. Two (2) sets of submittal specifications, drawings, and spare parts lists shall be furnished. 2. Two (2) sets of application and preliminary electrical drawings shall be furnished. 01005.doc 14 4.02 INSTALLATION REVIEW AND STARTUP ASSISTANCE: A. MANUFACTURER shall provide a trained technician for two (2) days to review the installation. B. MANUFACTURER shall provide a trained technician for five (5) days to startup, program the system and train the operators. 4.03 PERFORMANCE AND ACCEPTANCE: A. The performance test shall consist of a minimum of three (3) tests and be performed over a minimum of three (3) consecutive batches. Samples shall be collected at the beginning and the end of each batch. All tests shall be averaged to demonstrate compliance with specified performance criteria. B. The performance tests shall be conducted in accordance with the requirements of 40 CFR Part 503. C. The City of Fayetteville will give acceptance after three (3) consecutive batches meet the performance guarantees in A & B above. The City of Fayetteville will have a test laboratory available for analysis with no more than twenty-four hour turnaround on the test samples. D. Sampling and related costs shall be the responsibility of the City of Fayetteville. E. The City of Fayetteville does have the option of accepting the system per the time/temperature regime and the percent solids. F. The performance testing shall be arranged and completed during the five (5) day start-up period. 4.04 WARRANTY: The dehydration chamber shall guaranteed to be free from material defects in workmanship for a period of two (2) years from the date of delivery. Manufacturer's obligation under this warranty shall be limited to the repair, or replacement, at Manufacturer's option, of any part deemed defective under this warranty and does not include labor. Conditions of Warranty: 1. The equipment shall be used only by persons who are considered knowledgeable and properly trained by MANUFACTURER. 2. Any chemicals present in the sludge being introduced into the dehydrator shall be properly neutralized and rendered harmless. 3. No hydrocarbons or other volatile combustibles shall be placed in the equipment. 4. No corrosive compounds shall be introduced into the dehydrator. 5. The equipment shall be used in accordance with local, state and federal rules, regulations, laws, ordinances and guidelines. 6. Biosolids processed through the dryer system shall be substantially digested using aerobic or anaerobic digestion. 01005.doc 15 7. Any inorganic or indigestible materials or solid objects within the biosolids may affect the performance of the overall dryer system and could render the warranty void. 8. The warranty shall not cover damages resulting from accident, misuse, abuse, neglect or alteration. Normal wear on bearings, sprockets, chains, and other moving parts, etc., is not covered under the warranty. 4.05 SPECIFICATIONS: A. Operation Parameters 1. Method: Automated batch 2. Capacity: 14 cubic yard per batch, nominal per chamber 3. Hopper Capacity: 50 cubic yards 4. Process Rate: 68-72 wet tons per 24 -hour day per chamber 5. Input Solids: 14 to 75% solids of substantially digested biosolids B. Feed Hopper 1. 50 cubic yard holding capacity 2. Rotary wiper 3. Wet sludge feed conveyor C. Dehydration Chamber 1. Thermal fluid circulation shell 2. Thermal fluid hollow disk rotor 3. Hydraulically actuated discharge doors 4. Electrically actuated inlet door D. Gas Fired Thermal Fluid Heater 1. One (1) 15,000,000 BTU methane gas burner 2. Gas train to meet ASME CSD 1 Requirements 3. Hot air/thermal fluid heat exchanger with ASME code I stamped. 4. Requires 15,000 cfh of natural gas at ten (10) psi 5. Duct diameter one (1) 18" E. Electrical 1. Stainless steel, NEMA 1.2 control enclosure 2. Allen Bradley Compact Logix 3. Main disconnect 4. UL stamp 5. Modem: 9300 RADES Ethernet 6. Square D, Telemecanique, and thermal magnetic contractors 01005.doc 16 F. Condenser/Scrubber 1. Galvanized Chamber 2. S/S Valves 3. Brass Nozzles 4. Flow Sensor 5. Requires 275 gpm at 40 psi not to exceed 45 psi of water flow. Reused water shall be filtered through the 300 -micron filtration, prior to delivery of the Condenser/Scrubber. Filter shall be provided by the Contractor. 6. One (1) 3" diameter motorized valve is prewired for automatic operations. G. Dried Product Conveyor 1. 304 stainless steel troughs and lids 2. Carbon steel shaftless screw 3. UMHW replaceable liner with tri-colored layers 4. Zero speed sensor 5. Emergency Stop Cord and switch 5.00 Additional items furnished by the Contractor: 1. Installation 2. Interconnecting wire and conduit between skids 3. All other items to complete the biosolids thermal dryer system. 01005.doc 17 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 01005 01005.doc 18 SECTION 01010 PREFABRICATED STEEL BUILDING 1.0 SCOPE The building system shall include all columns, rafters, endwall columns, purlins, girts, struts, clips, bracing, exterior metal covering, flashing, ridge vents, louvers, insulation, doors, fasteners, and miscellaneous items necessary for a complete and weather tight structure. 2.0 BUILDING GEOMETRY 2.1 Building Width: The minimum interior clear dimensions for the building width shall be as shown on the drawings. The building manufacturer shall take into consideration the width of the supporting structure to determine that overall building width. 2.2 Building Height: The minimum interior clear dimensions for the building height shall be as shown on the drawings. The building manufacturer shall take into consideration the thickness of the supporting structure to determine that overall building height. 2.3 Building Length: The minimum interior clear dimensions for the building length shall be as shown on the drawings. The building • manufacturer shall take into consideration the width of the supporting structure to determine, that overall building length. 3.0 DRAWINGS AND CERTIFICATIONS 3.1 Drawings: 3.1.1 Anchor Bolt Setting Plans The Manufacturer shall furnish Anchor Bolt Setting Plans showing the diameters, locations and material specifications for the building anchor bolts and reaction schematics showing the rigid frame reactions. Anchor bolts are not designed to stabilize the columns during erection. Temporary bracing as needed for safety is the erector's responsibility. 01010.doc 3.1.2 Erection Drawings The Manufacturer shall furnish Erection Drawings which shall include the elevations and details necessary to erect the building. 3.2 Certifications: 3.2.1 Letter of Certification Manufacturer shall submit a letter sealed by a professional engineer stating that the loads were applied and the building was designed in accordance with the specified building code and/or purchase order documents. 3.2.2 Design Calculations Subsequent to the awarding of the contract, Manufacturer shall, upon request, submit design calculations sealed by a professional engineer. 4.0 DESIGN 4.1 Design Authorities: 4.1.1 Structural Steel All Structural steel sections and welded plate members shall be designed in th accordance with the allowable stresses and design requirement sections of the 9 edition of the American Institute of Steel Construction's Manual of Steel Construction (Allowable Stress Design). 4.1.2 Cold -Formed All cold -formed members, including exterior covering, shall be designed in accordance with the allowable stresses and design requirement sections of the 2001 edition of the American Iron and Steel Institute's Cold -Formed Steel Design Manual with 2004 addendums. 4.2 Design Loads: 4.2.1 Snow, Wind, Live and Collateral Loads Snow load shall be 20 psf. Wind load shall be 90 mph at 33 feet above the ground. In no case shall the loads or the application of loads be less than those recommended by the 2002 MBMA Metal Building Systems Manual. 4.2.2 Dead Load The dead load shall be the weight of the structure plus any suspended equipment. 01010.doc 2 4.2.3 Load Combinations The design load combinations for all buildings shall be as specified by the Architect or Engineer of Record. In no case shall the load combinations be less severe than specified in the 2002 MBMA Metal Building Systems Manual. 4.3 Anchor Bolts Anchor bolts shall be sized to resist loads induced by the structure and shall not be less than the diameters, material specifications and quantities shown by Manufacturer. All anchor bolts shall be unpainted to bond to the concrete and shall be set in strict accordance with Manufacturer's drawings. 5.0 FOUNDATION DESIGN 5.1 General The final reactions, anchor bolt diameters, quantities and material specifications shall be shown on the anchor bolt setting plans. Suggested anchor bolt details and anchorage details included in Manufacturer's anchor bolt setting plans shall be verified and approved by the Engineer of Record for the project. 6.0 COMPONENT DESCRIPTION AND USAGE 6.1 Primary Framing 6.1.1 Columns Primary frame columns shall be either prismatic or tapered sections composed of shop welded steel bar and plate. Wall columns may have either exterior or flush mounted girts. The depth and flange width of columns shall be as dictated by the specified design criteria. 6.1.2 Rafters Primary frame rafters shall be either prismatic or tapered sections composed of shop welded steel bar and plate. Rafters shall have exterior mounted purlins. The depth and flange width of rafters shall be as dictated by the specified design criteria. 6.1.3 Interior Modular Columns Interior modular columns supporting primary frame rafters shall be either round structural pipe or prismatic sections composed of shop welded steel bar and plate. Columns shall have the necessary connections for field bolting to the rafters and 010I0.doc 3 to the anchor bolts. The diameter or depth and flange width of welded sections shall be as dictated by the specified design criteria. 6.2 Secondary Structural Members 6.2.1 Cold -Formed Purlins and Girts Purlins and girts shall be either 8", 9" or 10" "Z" sections, precision cold -formed from material with design thickness of 0.059" to 0.102". Exterior mounted simple span purlins and girts shall have 4 %2" nominal end laps for alignment purposes. Continuous span purlins and girts shall have minimum end laps of 2'0 to develop continuity. All girts on buildings with flush girts shall be mounted so that the outside flanges of the girts are flush with the exterior face of the controlling outside flange of the columns. Purlins and girts shall be attached to the primary framing with %2" diameter bolts and nuts. Continuous purlins shall have four 1/2" diameter bolts and nuts through the webs to interlock the sections for continuity. 6.2.2 Bar Joist Purlins Bar joist purlins shall be as required to comply with the specified design criteria. Bar joists shall be field welded to the rafters, except that bolted connections shall be provided at critical locations required for stability during erection. 6.2.3 Eave Struts Eave struts shall be either 8", 9" or 10" "C" sections, precision cold -formed from material with design thickness of .059" to 0.102". The upper and lower flanges shall slope at the building roof slope and the webs shall be vertical to receive the sidewall covering. Eave struts shall be connected to the primary framing with standard 1/2" diameter bolts. 6.2.4 Wind and Seismic Bracing Wind and seismic bracing shall be as shown on Manufacturer's erection drawings and shall be accomplished by diagonal cable bracing, rod bracing, or other means necessary to resist roof and wall wind and seismic loads. All diagonal cable and rod bracing shall include necessary hardware for installation and adjustment of lengths. 6.2.5 Flange Bracing Flange bracing shall be steel angles attached to the purlins and/or girts and to the inner flanges of the primary framing. The quantity and location of all brace angles shall be as dictated by the building design and shall be located as shown on Manufacturer's erection drawings. 01010.doc 4 6.2.6 Gable Angles Gable angles provide a surface for attaching endwall panels to the rake of a building. Gable angles shall be 2" x 4" angles precision cold -formed from material with a minimum design thickness of .059". Gable angles shall be attached to the purlins along the building rake. 6.2.7 Connection Clips Connection clips shall be provided by Manufacturer as necessary to facilitate the assembly of the building components. Connection clips shall be located as shown on Manufacturer's erection drawings. 6.2.8 Base Angles Base angles shall be 2" x 4" angles precision cold -formed from galvanized steel with a minimum design thickness of .059". Base angles shall be attached to the concrete foundation with 1/" x 1 1/" minimum Metal Hit Anchors or equivalent at 2'-0 maximum spacing. Manufacturer shall not furnish the base angle anchors. 6.3 End Frames 6.3.1 Non -Expandable End Frames 6.3.1.1 Built-up End Frames Non -expandable (built-up) end frames shall consist of cold -formed channel rafters or welded plate rafters and welded plate or Hot rolled columns. Column -to -rafter connections shall transmit shear and axial loads only. 6.3.1.2 Rigid Frame End Frames Non -expandable rigid frame end frames shall consist of a primary frame designed to support one half of the end bay loadings. Endwall column -to -rafter connections shall transmit shear loads only. 6.3.2 Expandable End Frames Expandable end frames shall consist of a primary frame designed to support a full bay and endwall columns of welded plate or hot rolled steel. Endwall column -to - rafter connections shall transmit shear loads only. 01010.doc 5 6.4 Covering 6.4.1 Material 6.4.1.1 Painted Panels All 26 gauge painted panels used for roof and wall applications shall be grade 80. All 26 gauge painted panels used for trim shall be grade 50. 6.5 Covering Fasteners 6.5.1 Material 6.5.1 1 Exposed Roof Fasteners (Screws) Exposed roof fasteners shall have a zinc aluminum case hex washer head fixed over the head of a carbon steel plated fastener. Each fastener shall have a neoprene washer fitted and protected under the hex washer head. 6.5.1.2 Non -exposed Roof Fasteners Fasteners for non -exposed roof applications shall be made of carbon steel with zinc electroplating finish with or without bonded neoprene washer. 6.5.1.3 Wall Fasteners Wall fasteners shall be made of carbon steel with zinc electroplating without bonded neoprene washer. 6.52 Fastener (Screw) Finish 6.5.2.1 Long -Life Finish Long -life finish shall consist of composite fluorocarbon combined with organic polymers to form a plastic -alloy finish which is applied to the entire fastener and washer assembly by means of a DIP/SPIN/CURE process, providing exceptional corrosion protection. 6.5.2.2 Paint Painted fasteners shall be provided to match the wall and roof panel color. Paint shall be a factory applied baked on finish. 01010.doc 6 6.5.2.3 Zinc Aluminum The zinc aluminum finish of the exposed roof fasteners shall be adequately formulated to be corrosion resistant and to never red rust. 6.5.3 Covering Fastener Types The Manufacturer shall use high strength corrosion resistant fasteners. Type and sizing shall be determined by the Manufacturer. 6.6 Building Trim 6.6.1 General Formed steel flashing with factory baked on paint shall be provided at corners, endwall rakes, eaves, and openings to insure a neat, weather tight structure. 6.6.2 Eave Trim Options The junction of the roof panels and sidewall panels shall be adequately flashed with formed steel with factory baked on paint. Eave flashing shall be the following: A. Eave gutters with downspouts. B. Sidewall flashing. Sidewall flashing shall be formed to the roof slope and capped over the top of the sidewall panels. 6.6.3 Eave Gutters Eave gutters shall be suspended box sections supported at 3'-0 on center (maximum) and formed to match the configuration of the endwall flashing. Eave gutters shall have a minimum cross-sectional area of 24 square inches for water flow. Pop rivets, hanger clips and sealant shall be used to secure the gutter and seal the gutter end laps. 6.6.4 Eave Gutter Downspouts Downspouts shall be a minimum of 3 '/2" x 4" rectangular sections. Spacing of the downspouts will be dictated by the building width and the local rainfall intensity. Locations shall be shown on Manufacturer's erection drawings. Eave gutter outlets shall be provided to connect the downspouts to the eave gutters. Field connected downspout elbows shall be provided to divert water away from, the building. 01010.doc 7 6.6.5 Corner Flashing The juncture of sidewall panels and endwall panels shall be adequately flashed to ensure weather tightness and neat appearance. The flashing shall be designed to complement the wall panel used and shall match the wall panel color. 6.6.6 Accessory Flashing Accessories which penetrate the wall or roof panels shall be adequately flashed and caulked as necessary to ensure weather tightness and neat appearance. 6.6.7 Roof Vents A continuous ridge vent for the entire length of the building shall be provided. 7.0 MATERIALS 7.1 Structural Plate, Sheet and Bar All structural plate, sheet and bar shall have a minimum yield strength of 55,000 psi. 7.2 Cold -Formed All cold -formed structural material shall have a minimum yield strength of 55,000 psi. 7.3 Hot Rolled Sections All hot rolled sections shall have a minimum yield strength of 36,000 psi. 7.4 Pipe All structural pipe sections shall have a minimum yield strength of 36,000 psi. 7.5 Rod All rod used as structural bracing shall have a minimum yield strength of 36,000 psi. 7.6 Cable All cable used as structural bracing shall be extra high strength galvanized ("A" Coat) wire strand (left-hand lay). 01010.doc 8 7.7 Covering All 26 gauge cold -formed panel material shall have a minimum yield strength of 80,000 psi. All 24 gauge cold -formed panel material shall have a minimum yield strength of 50,000 psi 7.8 High Strength Bolts All bolts used in primary structural connections shall be ASTM A325 Bolts. 7.9 High Strength Nuts High strength nuts shall be ASTM 194 Grade 2H. Acceptable substitutes are ASTM 563 Grace C, C3, D, DH, DH3. 7.10 Standard Bolts All Bolts used in secondary structural connections shall be ASTM A307 Bolts 7.11 Standard Nuts Standard nuts shall be ASTM A563 Grade A or Grade 2. 8.0 SHOP FABRICATION 8.1 Scope All fabricated members shall be sheared, formed, punched, welded, and painted in the plant of the manufacturer. All holes and clips required to facilitate the attachment of secondary framing shall be provided by Manufacturer. 8.2 Welding All shop welding shall be in accordance with the American Welding Society and the American National Standards Institute Structural Welding Code (ANSI/AWS D1.1). Dimensional tolerances of fabricated components shall comply with the Metal Building Manufacturers Association (MBMA) Metal Building Systems Manual, Section 9 — "Fabrication and Erection Tolerances". All welding shall be done by welders certified in accordance with AWS Code. Flanges and webs of "I" section shall be joined by a continuous automatic submerged arc welding (SAW) process or a semi -automatic gas metal arc welding (GMAW) process. Flange -to - web welds shall be applied on only one side of the web unless load transfer requirements dictate that welds be applied to both sides. 01010.doc 9 8.3 Structural Primer All fabricated members other than galvanized, or prepainted panel and flashing material shall receive a factory applied coat of rust inhibiting primer. The primer shall be a universal anti -corrosive, lead and chromate free, fast drying, modified alkyd primer. 8.4 Identification All fabricated items shall have an identifying mark which corresponds to the mark shown on the erection drawings. The mark shall be stamped, stenciled, or printed on or attached to the items or to their containers. 9.0 FRAMED OPENINGS Framed openings shall consist of cold -formed headers and jambs of a sufficient depth designed and located to allow flush framing of the wall girts. Flashing shall be provided to ensure weather tightness and neat appearance. 10.0 PARTITIONS Partitions shall include all columns, girts, panels, flashing and fasteners necessary for a complete installation. Partition girts may be exterior or flush mounted. Partitions may be sheeted on one or both sides. 11.0 INSULATION 11.1 Wall Insulation Wall insulation shall polypropylene faced fiberglass insulation with an R-10 value. 11.1 Roof Insulation Roof insulation shall polypropylene faced fiberglass insulation with an R-10 value. 12.0 SWING DOORS 12.1 Door Frames Swing door frames shall be fabricated from 16 gauge steel with strike and hinge reinforcements. Door frames shall be bonderized and cleaned to provide paint adhesion. Door frames shall be given one coat of primer and one finish coat of enamel (1.7 to 2.1 mils dry film) to match the exterior of the metal building. 01010.doc 10 12.2 Door Leaves Swing door leaves shall be fabricated from 20 gauge, mill bonderized, embossed steel with a stretcher level degree of flatness. After cleaning, all exterior surfaces shall be given a primer coat followed by a finish coat of white enamel (0.9 to 1.1 mils dry film.). Internal construction of swing door leaves shall be expanded polystyrene core with closed -cell rigid thermoplastic material with a U factor of 0.16. 12.3 Lockset Options Swing doors shall be provide with cylindrical locksets with 2 3/" backset with lever handles and satin chrome finish. Locksets shall be reversible for right or left hand operation. 12.4 Thresholds Aluminum thresholds shall be sealed beneath and anchored to the concrete floor with countersunk fasteners. Thresholds, used in conjunction with door bottoms, shall provide a weather tight seal at the bottom of the door. 12.5 Door Bottoms Swing door bottoms shall be face -mounted assemblies consisting of drip strips with vinyl insert sweeps to seal the bottoms of the doors to the thresholds. 12.6 Trim Trim flashing shall be provided for the heads and jambs of door frames when door frames are located at sheeted walls. 12.7 Swing Door Closer Door closers shall be of rack and pinion construction. The rack and pinion shall be made of heat -treated steel and mounted in a cast hydraulic iron case. Closing of the doors shall be controlled by dual needle valves which shall be concealed against unauthorized adjustment. Closers shall be surface applied with projections not over 2 3/" and shall be capable of being applied on 1 3/" top rails or top jambs for inverted mounting. 01010.doc 11 13.0 WALL AND ROOF LIGHTS 13.1 General Wall lights and insulated roof lights shall be either fiberglass reinforced modified acrylic or fiberglass reinforced polyester translucent material. Wall and roof lights shall be furnished in the configuration of the wall or roof panels as applicable. Each wall and roof light shall be sized to replace one panel width and shall lap the building panel at the ends. Wall and roof lights shall be furnished with the sealant and fasteners necessary for the installation. 13.2 Wall Lights Wall lights shall be chopped fiber reinforced, 6 ounce per square foot modified acrylic translucent material with a smooth finish. Wall lights shall be furnished white and in 5'-0" lengths. Wall lights shall have light transmission factors of 0.46 and heat transmission factors of 0.37. Wall lights shall be furnished for wall installation only and under no circumstances shall be installed in building roofs. 13.3 Insulated Roof Lights Insulated roof lights shall be factory assembled units consisting of white roof lights and 4 ounce per square foot translucent pans which create a '/" dead air space. Each roof light and pan shall be sealed with contact adhesive and pressure sensitive tape mastic. Insulated roof lights shall be furnished in 11'-0 lengths. 14.0 SEALANT 14.1 Tube Sealant Tube sealant shall be a one -component, moisture curing polyurethane multi- purpose sealant. The sealant shall exhibit extreme stability in the presence of ultra -violet radiation atmospheric contamination and infrared radiation. 14.2 Tape Sealant (Bead Mastic) Tape sealant shall be a cross -linked isobutylene / isoprene copolymer tape that will not lose shape due to storage or transportation. Tape sealant shall be available in the following size rolls: '/" x 3/16" x 40' rectangular, 7/8" x 3/16" x 40' rectangular and 1 '/2" x 3/32" x 45' rectangular. 01010. doc 12 15.0 CLOSURE STRIPS 15.1 Closure Strips Closure strips shall be made of semi -rigid cross -linked polyethylene foam sheets fused together in plywood -like lamination. Foam closure strips shall be formed to fit the contour of the ribbed panels. 16.0 LOUVERS 16.1 General 16.1.1 3' Louver 3' x 3' louvers with bird screens shall be installed on each gable end of the building as shown on the drawings. The louvers shall be centered and installed 16' above the finished floor to the bottom of the louver. 16.1.2 4' Louver One 4' x 4' louver with bird screen shall be installed on the south wall as shown on the drawings. The louver shall be installed 10' from the west wall to the west edge of the louver and installed 1' above the finished floor to the bottom of the louver. 17.0 STEEL SECTIONAL DOORS 17.1 Construction 17.1.1 Sectional Door Assembly Steel door assembly with rabbeted meeting rails to form weathertight joints and provide full -width interlocking structural rigidity. Units shall have the following characteristics: 1. Panel Thickness: 2" 2. Exterior Surface: Flush. 3. Steel: Minimum 16 gauge galvanized exterior, poly -backer. 4. Center and End Stiles: 16 gauge. 5. Standard Springs: 10,000 cycles. 6. Insulation: HCFC-free Polystyrene, R -value 7.35 7. Partial Glazing of Steel Panels: 1/8" double strength glass. 17.1.2 Finish and Color Factory -applied baked -on polyester to match building exterior. If factory color cannot be matched, then the finish shall be field applied. 17.1.3 Windload Design ANSI/DASMA 102 standards and as required by code. 01010.doc 13 17.1.4 Hardware Galvanized steel hinges and fixtures. Ball bearing rollers with hardened steel races. 17.1.5 Lock Interior mounted slide lock with key. 17.1.6 Weatherstripping Flexible PVC on bottom section, jamb seals, and header seals. 17.1.7 Track Provide track as recommended by manufacturer to suit loading required and clearances available. 17.1.8 Manual Operation Chain hoist. 17.1.8 Electric Motor Operation Provide UL listed electric operator, size and type as recommended by manufacturer to move door in either direction at not less than 2/3 foot nor more than 1 foot per second. 1. Entrapment Protection: Photoelectric sensors. 2. Operator Controls: Push-button operated control stations with open, close, and stop buttons for surface mounting, for interior location. 3. Special Operation: Pull -rope release automatic opening device 18.0 PAINT 18.1 General All interior steel shall be painted. All surfaces must be clean, dry and free of dust, dirt, oil, grease and other contaminants. All surfaces shall be cleaned of visible rust per SSPC-SP3 Power Tool Cleaning. Immediately after, cleaning, before any rusting occurs, and within 8 hours maximum, spray apply one coat of Tnemec Series 115 Uni-Bond DF to 2.0 — 4.0 DFT. After a minimum drying time of 12 hours, spray apply a second coat of Tnemec Series 115 Uni-Bond DF to 2.0 — 4.0 DFT. END OF SECTION 01010 O1O1O.doc 14 SECTION 02102 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. Clearing shall consist of cutting, removing, and disposing of trees, snags, stumps, shrubs, brush, limbs, and other vegetative growth, and shall be performed in such a manner as to remove all evidence of their presence from the surface and shall be inclusive of sticks and branches greater than 2 inches in diameter or thickness. Clearing shall also include the removal and disposal of trash piles, rubbish, and fencing; and the preservation of trees, shrubs, and vegetative growth which are not designated for removal. 2.03 CUTTING TIMBER A. Not required. 2.04 PRESERVATION OF TREES, SHRUBS AND OTHER VEGETATION A. Protect trees, shrubbery and other vegetation not designated for removal from damage resulting from the Work. Cut and remove tree branches only where, in the opinion of the Engineer, such cutting is necessary to effect construction operation. Remove branches other than those required to effect the work to provide a balanced appearance of any tree, as approved prior to removal. Scars resulting from the removal of branches shall be treated with an approved tree sealant. 02102.doc B. Trees and shrubbery adjacent to the water line easements shall be protected and preserved to the maximum extent possible. Damage to vegetation outside the limits of the permanent and construction easements may result in damage claims against the Contractor. C. Ornamental trees, shrubs, fruit trees, etc., shall be protected from damage even if they are located within the limits of the pipeline easement. Obtain Engineer's approval to modify the pipe route, it alternative routes will minimize impact on these plantings. If such plantings must be removed, protect and replant the plantings. If plantings are damaged during the process or if they die during the one year warranty period, replace the planting in kind. 2.05 GRUBBING - DEFINITION A. Grubbing shall consist of the removal and disposal of wood or root matter below the ground surface remaining after clearing and shall include stumps, trunks, roots, or root systems greater than 2 inches in diameter or thickness to a depth of 18 inches below the ground surface. 2.06 CLEARING AND GRUBBING LIMITS A. All areas within the limits of construction upon which fill is to be placed, structures or reservoirs built, excavations made, or, access roads constructed, shall be cleared and grubbed. These areas shall be cleared and grubbed in stages as the construction area is increased, to ensure that no more clearing and grubbing is done than necessary. B. Grubbing may be restricted to those areas defined in Paragraph A, at the Contractor's discretion. Grubbing along water or sewer lines is required only within the. limits of the trench width. 2.07 DISPOSAL OF CLEARING AND GRUBBING DEBRIS A. Burning is not allowed. B. Clearing and grubbing debris shall be promptly removed from the site and disposed of in accordance with all local laws, codes, and ordinances. The Contractor shall bear full responsibility for lawful and safe disposal of all cleared and grubbed material. Excess earth and rock shall be disposed of off -site, at the Contractor's sole expense. 2.08 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. 02102.doc 2.09 DISPOSAL OF STRIPPINGS A. Topsoil from the strippings shall be stockpiled and used for the finished site grading. Excess topsoil may be graded evenly over the Owner's property, or disposed of off -site at the Contractor's option. 2.10 PAYMENT A. Payment for the work in this Section will be included as part of the lump sum price as stated in the Proposal. PART 3 EXECUTION Not Used. 02102.doc (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 02102 02102.doc SECTION 02200 EARTHWORK, TRENCH EXCAVATION AND BACKFILL PARTI 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 shall be applied as required by the most current version of ASTM D-698 and in accordance with ASTM D-4718. 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. Corrections for oversized material shall be applied as required by the most current version of ASTM D-698 and in accordance with ASTM D-4718. 1.04 SUBMITTALS A. Submittals shall be made in accordance with the GENERAL CONDITIONS, Section 01000, General Requirements and Procedures, and the requirements of this section. B. Provide the following submittals: 1. Samples for all imported material. PART 2 MATERIALS 2.01 GENERAL A. Provide all labor, materials, and equipment necessary to accomplish the work specified in this Section. 2.02 COMMON EXCAVATION A. Complete all common excavation regardless of the type, nature, or condition of the materials encountered. The Contractor shall make his own estimate of the kind and extent of the various materials to be excavated in order to accomplish the work. 2.03 EARTH FILL 02200.doc A. Excavated material free from roots, organic matter, trash, debris, rocks larger than 3 inches, and other deleterious materials. Suitable material may be obtained by the Contractor from the excavation for the proposed pipelines. Provide imported material of equivalent quality, if required to accomplish the work. Imported material shall be provided at the Contractor's sole expense. 2.04 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 classification "Class -7 Base" shall qualify as GRANULAR FILL material. 2.05 SAND Not used. 2.06 GRIT Not used. 2.07 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. 2.08 GRANULAR PIPE BASE AND PIPE ZONE MATERIAL A. Granular pipe base and pipe zone material for PVC and ductile iron pipe, as required by the typical trench details appended hereto, shall be angular rock not exceeding 3/- inch maximum size (Class 67). Additionally, Class 7 Base may be used as granular pipe base and pipe zone material with ductile iron pipe. Waste material from mining operations shall not be used. 2.09 NATIVE PIPE BASE AND PIPE ZONE MATERIAL A. Not used. 2.10 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, when not otherwise specified on Drawings or Details. 02200.doc 2.11 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. B. Where the trench is located in an existing alley, drive, or street, the trench shall be backfilled with Class -7 Base to the elevation and density indicated on the Drawing details. 2.12 FLOWABLE SELECT MATERIALS A. The flowable select materials (flowable fill) shall be a plant mixed slurry of sand cement, flyash and water in a ratio of 28001b: 80-1001b: 220-3001b (max). This mixture shall be required to meet the minimum criteria of a compressive strength of 75 psi to 150 psi at 28 days. The specifications for the sand, cement, and flyash are found in Sections 03300 of these specifications. 2.13 WATER FOR COMPACTION A. Furnish as required. 2.14 COMPACTION EQUIPMENT A. Compaction equipment shall be of suitable type and adequate to obtain the densities specified. B. Compaction equipment shall be operated in strict accordance with the manufacturer's instructions and recommendations. Equipment shall be maintained in such condition that it will deliver the manufacturer's rated compactive effort. Hand -operated equipment shall be capable of achieving the specified densities. 2.15 MOISTURE CONTROL EQUIPMENT A. Equipment for applying water shall be of a 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, or other approved equipment. 2.16 ROCK EXCAVATION A. Rock excavation is not a separate pay item and rock quantities will not be measured. Complete all excavation required for the construction of the water and sewer system components without regard to the type of materials to be encountered. The Contractor shall make soil investigations as he considers necessary for his own determination of the types of materials existing at the site. PART 3 EXECUTION 3.01 CLEARING, GRUBBING, AND STRIPPING 02200.doc 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 inches or to a depth sufficient to remove all organic material and stockpile for future use. In general, topsoil shall be removed where structures are to be built, embankments or levees constructed, trenches dug, and roads, parking lots, walks, and similar improvements constructed within the areas presently covered with topsoil. Topsoil shall be stored clear of the construction area. Take reasonable care to prevent the topsoil from becoming mixed with subsoil or eroding. 3.03 COMMON EXCAVATION 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 TRENCH AND EXCAVATION SAFETY SYSTEM A. The Contractor shall be solely responsible for making the excavation in a safe manner. Provide appropriate measures to retain excavation side slopes to ensure that men working in or near the excavation are protected. B. The current edition of the Occupational Safety and Health Administration (OSHA) Standard for Excavation and Trench Safety Systems, 29 CFR 1926, Subpart P, is hereby incorporated into these Specifications by reference and shall be deemed to be included in the Contract the same as though herein written out in full. C. The work included in the Bid Proposal for "Excavation and Trench Safety Systems" shall include the lump sum amount for providing the safety systems required to comply with the OSHA Safety Standard set forth above, in accordance with Act 291 of 1993 of the State of Arkansas. The Contractor shall comply with the provisions of said document for all excavations which equal or exceed 5 feet in depth. 3.05 LIMITS OF EXCAVATION A. Excavate to the depths and widths required. Allow for forms, working space, granular base, and finish topsoil where shown or required. Excavation carried below the grade lines shown or established by the Engineer shall be replaced with the same fill material as specified for the overlying fill or backfill, compacted as required for such overlying fill or backfill. Where the overlying area is not to receive fill or backfill, replace the over excavated material and compact to a density not less than that of the underlying ground. The Contractor shall correct all over excavated areas at the Contractor's sole expense. 3.06 REMOVAL OF WATER A. Provide and operate equipment adequate to keep all excavations and trenches free of water. Remove all water during period when concrete is being deposited, when pipe 02200.doc 4 is being laid, during the placing of backfill unless water settling is required, and at such other times as required for efficient and safe execution of the work. Removal of groundwater shall be accomplished in a manner that will preserve the strength of the foundation soils, will not cause instability of the excavation slopes, and will not result in damage to existing structures. 3.07 PREPARATIONS FOR PLACING BACKFILLS A. Backfill around concrete structures only after the concrete has attained the specified compressive strength indicated in Section 03300, CONCRETE. Remove all form materials and trash from the excavation before placing any backfill. Obtain the Engineer's acceptance of concrete work and attained strength prior to backfilling. B. Do not operate earth -moving equipment within 5 feet of walls of concrete structures for the purpose of depositing or compacting backfill material. Compact backfill adjacent to concrete walls with hand -operated tampers or similar equipment that will not damage the structure. 3.08 TRENCH EXCAVATION AND BACKFILL A. Excavate for the installation of piping, utilities, and appurtenances. All obstructions, such as tree roots, stumps, abandoned concrete structures, and other material of any type shall be removed. 3.09 TRENCH WIDTH A. Minimum width of unsheeted trenches or the minimum clear width of sheeted trenches in soil trenches in which pipe is to be laid shall be 8 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. B. Minimum trench width in rock excavation areas shall be 12 -inches greater than the inside diameter of the pipe. C. The maximum width for payment purposes, for Granular Trench Backfill shall be the pipe O.D. plus 24 -inches. 3.10 GRADE A. Carry the bottom of the trench to the depths shown, or as established by the Engineer. Allow for pipe thickness and for pipe base or special bedding when specified. Backfill any part of the trench excavated below grade with granular pipe base material or native pipe base material, as required by the details on the Drawings, and compact to a density equal to the undisturbed trench bottom. 3.11 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. 02200.doc 3.12 REMOVAL OF WATER A. Removal of water shall be accomplished as specified hereinbefore. 3.13 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.). 3.14 BASE FOR PVC AND DUCTILE IRON IN ROCK TRENCH A. Place a minimum 6 -inch thickness of GRANULAR PIPE BASE of the type hereinbefore specified. Place for the full width of the trench with the top of the granular base at flow line grade. Bed the pipe in the granular base so that the flow line is at the required grade and elevation. Place and finish the gravel base to grade ahead of the pipe laying operation. Place GRANULAR PIPE ZONE MATERIAL to a level 6 -inches above the top of the pipe. 3.15 BASE FOR PVC AND DUCTILE IRON WATER PIPE IN SOIL TRENCH A. Install 6 -inches minimum GRANULAR PIPE BASE AND PIPE ZONE MATERIAL below, around and above the water main. 3.16 TRENCH BACKFILL ABOVE THE PIPE ZONE A. In trenches under all structures, sidewalks, 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. B. Where so directed by the Owner, substitute FLOWABLE FILL for GRANULAR FILL for backfill material under streets. C. Compaction within the limits of the highway right of way shall conform to the requirements of AHTD Standard Specifications, Section 306, 95% Compaction Standard. D. In trenches under non -paved alleys, driveways, parking areas and similar areas designated by the Engineer, backfill with "lightly consolidated" GRANULAR FILL (Class 7 Base) in horizontal lifts not exceeding 8 inches in uncompacted thickness. "Lightly consolidated" shall be interpreted as making a minimum of three (3) passes with a hand operated compactor. E. 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 02200.doc the pipe or the material in the pipe zone. Backfill material shall not exceed 1/4 cubic foot in size and shall be intermixed with finer material to produce completed fill that is free from detrimental voids and segregation. Neatly windrow the material over the trench to provide for future settlement. Any excess or deficiency of backfill material after settlement within the guarantee period shall be corrected by regrading and adding or removing material. 3.17 SITE GRADING A. Perform all earthwork to the lines and grades as shown and/or established by the Engineer, with proper allowance for topsoil where specified or shown. Shape, trim, and finish slopes of channels to conform with the lines, grades, and cross sections shown. Make slopes free of all exposed roots and stones exceeding 3 -inch diameter which are loose and liable to fall. Round tops of banks to circular curbs, in general, not less than a 6 -foot radius. Rounded surfaces shall be neatly and smoothly trimmed. Over excavating and backfilling to the proper grade will not be acceptable. Finished site grading will be reviewed by the Engineer. 3.18 DISPOSAL OF EXCESS EXCAVATION A. Dispose of all excess excavated materials, not required or suitable for use as backfill or fill, outside of the area of work. Contractor shall make his own arrangements for the disposal of the excavated material and bear all costs or retain any profit incidental to such disposal. 3.19 SETTLEMENT A. Any settlement in backfill, fill, or in structures built over the backfill or fill, which may occur within the 1 -year guarantee period in the General Conditions will be considered to be caused by improper compaction methods and shall be corrected at the Contractor's sole expense. Any structures damaged by settlement shall be restored to their original condition by the Contractor at the Contractor's sole expense. 3.20 DRAINAGE CULVERTS A. Replace in kind drainage culverts which are destroyed. If the culvert cannot be reused, dispose of it and furnish and install new pipe. All culverts shall be protected from damage or restored to equivalent condition, if damaged, at no cost to the Owner. B. Replace culverts to the existing lines and grades. Do not replace culverts until the proposed pipeline is installed and the backfill of the trench has been completed to the subgrade of the culvert. 3.21 CONTAINMENT STRUCTURES A. Replace in kind, any containment structures such as cattle guard, fences, etc., which are destroyed. If the structures cannot be reused, dispose of it and furnish and install as new at no cost to the Owner. 3.22 TESTING LABORATORY SERVICES 02200.doc 7 A. Contractor will employ a Testing Laboratory to perform inspections, tests, and other services required by individual Specification Sections. B. Services will be performed in accordance with requirements of governing authorities and with specified standards. C. Compaction Tests shall be performed on all materials placed. Frequency shall be a minimum of one (1) test per two -thousand (2,000) square feet per lift. C. 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. D. Contractor shall cooperate with Testing Laboratory personnel; furnish tools, samples of materials, design mix, equipment, storage and assistance as requested. Notify Engineer/Testing Laboratory 24 hours prior to expected time for operations requiring testing services. 2. Make arrangements with Testing Laboratory and pay for additional samples and tests for Contractor's convenience. 3. Contractor shall pay for additional tests as determined by the Engineer to verify compliance with the specifications. 3.23 PAYMENT A. Payment for the work in this Section will be included as part of the lump sum price as stated in the Proposal. END OF SECTION 02200 02200.doc SECTION 02218 LANDSCAPE GRADING PART1 GENERAL 1.01 WORK INCLUDED A. Finish grade subsoil. B. Place, level, and compact topsoil. 1.02 RELATED WORK A. Section 02200 - Trenching: Excavation, backfill, and compacting fill in trenches. B. Section 02485 - Finish ground cover. 1.03 PROTECTION A. Protect landscaping and other features remaining as final work. B. Protect existing structures, fences, roads, sidewalks, paving, and curbs. PART 2 PRODUCTS 2.01 MATERIALS A. Topsoil: Reused or imported, friable loam; free of subsoil, roots, grass, excessive amount of weeds, stone, and foreign matter; acidity range (pH) of 5.5 to 7.5; containing a minimum of 4 percent and a maximum of 25 percent organic matter. PART 3 EXECUTION 3.01 INSPECTION A. Verify site conditions and note irregularities affecting work of this Section. B. Beginning work of this Section means acceptance of existing conditions. 02218.doc 1 3.02 SUBSOIL PREPARATION A. Eliminate uneven areas and low spots. Remove debris, roots, branches, stones in excess of 2 inches in size. Remove subsoil contaminated with petroleum products. B. Scarify subgrade to depth of 3 inches where topsoil is scheduled. Scarify in areas where equipment used for hauling and spreading topsoil has compacted subsoil. 3.03 PLACING TOPSOIL A. Place topsoil in areas where seeding is scheduled. B. Use topsoil in relatively dry state. Place during dry weather. C. Fine grade topsoil eliminating rough or low areas. Maintain levels, profiles, and contours of subgrade. D. Remove stone, roots, grass, weeds, debris, and foreign material while spreading. E. Manually spread topsoil around plants and structures to prevent damage. F. Lightly compact placed topsoil. G. Remove surplus subsoil and topsoil from site. H. Leave stockpile area and site clean and raked, ready to receive grass seeding. 3.04 TOLERANCES A. Top of Topsoil: Plus or minus 1 inch. 3.05 SCHEDULE OF LOCATIONS A. The following paragraphs identify compacted topsoil thicknesses for various locations. B. Seeded Grass: 6 inches. C. Garden Areas: 18 inches. 3.06 PAYMENT A. Payment for the work in this Section will be included as part of the lump sum price as stated in the Proposal. END OF SECTION 02218 02218.doc 2 SECTION 02485 FINISH GRADING AND GRASS PARTI GENERAL 1.01 SCOPE A. This Section covers the work necessary for the finish grading and grass establishment, complete, including furnishing and delivery of material and seeding and maintenance of grass. The intention of this Specification is that the Contractor returns areas of damaged turf to the condition in which he found them at the start of the job and that a grass stand be established on all cleared areas. The only areas not to be seeded are areas receiving gravel or paved surfaces and areas used for vegetable gardens. 1.02 GENERAL A. See CONDITIONS OF THE CONTRACT and Section 01000, General Requirements and Procedures, which contain information and requirements that apply to the work specified herein and are mandatory for this project. PART 2 MATERIALS 2.01 TOPSOIL A. Existing topsoil shall be reused where practical. See Section 02218, LANDSCAPE GRADING. B. Place existing or imported topsoil in areas where topsoil was previously stripped for pipeline work. C. Areas that are cleared, but not stripped of topsoil, shall have the existing topsoil graded and scarified. Imported topsoil shall not be required. 2.02 SEED A. Certified, blue tag, clean, delivered in original, unopened packages and bearing an analysis of the contents, guaranteed 95 percent pure and to have a minimum germination rate of 85 percent, within 1 year of test. 2.03 SEED MIX A. Mix for all areas shall follow the recommendations of the local Agricultural Extension Agent, depending on the season. B. Separate lawn and field grass mixes shall be utilized, as appropriate for the application area. 02485.doc 1 C. Where specific lawns and fields have sod, protect and restore the existing sod or replace damaged areas with the same variety of sod. Where specific lawns have special varieties of seeded grass, reseed with the same grass variety. PART 3 EXECUTION 3.01 PROJECT SCHEDULE A. The overall Project Schedule shall show an anticipated time for grading and seeding to take place, so that seasonal consideration can be given attention. 3.02 CONSTRUCTION METHODS - GRADING OF TOPSOIL A. Shape the topsoil over the area to the desired shape and contour. B. Apply commercial fertilizer at the manufacturer's recommended rate, distributing it uniformly with a mechanical spreader. The minimum application rate shall be 500 lbs per acre. Fertilizer blend shall be as recommended by the local Agricultural Extension Agent. 3.03 FINISH GRADING A. Thoroughly mix the topsoil and fertilizer. B. Rake the area to a uniform grade so that all areas drain in the same manner as at the start of the project. C. Lightly compact before planting grass. D. For lawn and garden areas, remove all trash and stones exceeding 2 -inches in diameter from area to a depth of 3 -inches prior to preparation and planting grass. For field and timber areas, remove excavated stone and trash to an equivalent condition to the adjoining undisturbed area. 3.04 TIME OF SEEDING A. Conduct seeding under favorable weather conditions during seasons which are normal for such work as determined by accepted practice in locality of project. 3.05 MECHANICAL SEEDING A. Sow grassed areas evenly with a mechanical spreader at rate of 100 pounds per acre, roll with cultipacker to cover seed, and water with fine spray. Method of seeding may be varied at the discretion of Contractor as it is his own responsibility to establish a smooth, uniformly grassed area. 02485.doc 3.06 HYDROSEEDING A. At the Contractor's option, seed may be applied by hydroseeding method. Seeding shall be done within 10 days following soil preparation. Hydroseed all areas at rate of 100 pounds seed and 500 pounds ammonium phosphate per acre. B. Proceed with seeding operation on moist soil, but only after free surface water has drained away. C. Exercise due care to prevent drift and displacement of mixture into other areas. 3.07 WINTER PROTECTIVE SEEDING A. Winter barley or annual rye grass applied at a rate of 120 pounds/acre shall be used after September 15. 3.08 MAINTENANCE A. Begin maintenance immediately after each portion of grass is planted and continue until a reasonable stand of grass has been obtained. Water to keep surface soil moist. Repair washed out areas by filling with topsoil, fertilizing, and seeding. B. Apply straw mulch after seeding to assist in grass establishment and to reduce topsoil erosion. 3.09 GUARANTEE A. If, at the end of a 180 -day period, a satisfactory stand of grass has not been produced, the Contractor shall renovate and reseed the grass or unsatisfactory portions thereof immediately, or, if after the usual planting season, during the next planting season. If a satisfactory stand of grass develops by July 1 of the following year, it will be accepted. If it is not accepted, a complete replanting will be required during the planting season meeting all of the requirements specified under CONSTRUCTION METHODS. B. A satisfactory stand is defined as grass or section of grass that has: No bare spots larger than 4 square feet. Not more than 10 percent of total area with bare spots larger than 1 square foot. 3.10 PAYMENT A. Payment for the work in this Section will be included as part of the lump sum price as stated in the Proposal. 02485.doc (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 02485 02485.doc SECTION 02610 PIPE AND FITTINGS PART 1- GENERAL 1.01 WORK INCLUDED A. This section covers the manufacture, transportation, and storage of pipe, pipe joints, and fittings for sanitary sewer pipelines and service lines. B. Use only pipe, fittings, and adapters approved by the City of Fayetteville. C. Use bends, tees, plugs, wyes, or other approved fittings constructed from the, same material as the pipe in which they are installed. Use only standard, approved fittings. 1.02 RELATED WORK A. Section 03400 - Manholes 1.03 SUBMITTALS A. Use of materials other than those specifically listed below is prohibited. B. Submit the manufacturer's certificate that the pipe meets with these Specification requirements including material testing requirements. 1.04 REFERENCES Not Used. 02610.doc 1 PART 2- PRODUCTS 2.01 PROHIBITED PIPE MATERIALS A. The following materials are specifically forbidden for use either in city sewers or service lines: 1. Asphalt impregnated fiber tube pipe. 2. Concrete pipe. 3. Open profile PVC pipe as defined in ASTM F794. 4. "No Hub" cast iron soil pipe or other non bell and spigot pipe. 2.02 SERVICE LINES A. Service lines are four (4) inches in diameter or larger. B. Furnish one of the following: 1. Cast iron soil pipe: per ASTM A 74 - Bell and Spigot pipe with rubber gaskets, ASTM C 564. Joints: push on equipped with a rubber gasket. 2. Ductile iron pipe: per ANSI A 21.51 with joints same as water main pipe. 3. Ductile Iron pipe: per ASTM A 746 with push on, rubber gasket joints. 4. Polyvinyl chloride (PVC) pipe for service lines shall be SDR 21, 200psi and shall be completely encased as required for larger PVC pipe. 2.03 DUCTILE IRON PIPE FOR GRAVITY MAINS A. Minimum wall thickness: Thickness Class 50 or 51 according to ANSI/AWWA- C150/A 21.50: Thickness Design of Ductile Iron Pipe B. Gravity Sanitary Sewer ASTM A 746: Ductile Iron Pipe Gravity Sewer Pipe C. Cement lining (Double Thickness): ANSA/AWWA C 104/A 21.4: Cement Mortar Lining for Gray and Ductile Iron Pipe. D. Joint connections, pipe and fittings: 1. Push on and mechanical rubber gasket joints: ANSI/AWWA C111/A21.11. 02610.doc 2 2. Flanged: ANSI/AWWA C115/A21.15, ANSI B16.1. 3. Grooved and shouldered ANSI/AWWA C606. E. Corrosion Control 1. Polyethylene wrap in. tube or sheet form conforming to the requirements of ANSI/AW WA C 105/A21.5. 2.04 POLYVINYL CHLORIDE (PVC) GRAVITY SEWER PIPE (Solid Wall) A. Pipe eight (8) inches in diameter and larger: conform to ASTM D 3034 and D 3915. Maximum standard dimension ratio (SDR) shall be thirty five (SDR35). B. Pipe six (6) inches in diameter: conform to ASTM D 3034. Maximum standard dimension ratio (SDR) shall be twenty six (SDR26). C. Joint connections: push on, elastomeric gasket type conforming to ASTM D 3212. 2.05 POLYVINYL CHLORIDE (PVC) GRAVITY SEWER PIPE REPAIR COUPLINGS A. Use PVC repair couplings instead of flexible rubber coupling when connecting two PVC pipes. B. Install repair couplings in accordance with manufacturer's recommendations. 2.06 PVC LARGE DIAMETER (24" & LARGER) CLOSED PROFILE GRAVITY SEWER PIPE A. PVC closed profile pipe and fittings shall be manufactured in accordance with requirements of ASTM F794, latest edition and ASTM F 1803, latest edition. B. PVC closed profile wall pipe shall be made from a compound meeting the requirements of cell classification 123464A as defined by ASTM D1784. C. Maximum long term deflection is five percent. Lag factor to be 1.5 and soil modulus of 500 psi. Factor of safety to be 2.5. D. Minimum stiffness factor to be 46 psi. 02610. doc 3 E. Manufactured by Lamson Vylon, or equal. All large diameter closed profile wall gravity sewer pipe must be approved by the City of Fayetteville prior to being installed. 2.07 CENTRIFUGALLY CAST FIBERGLASS GRAVITY SEWER PIPE A. Pipe shall conform to all requirements of ASTM 3262 for fiberglass pipe. B. Pipe stiffness shall meet or exceed manufacturer's recommendations. Minimum pipe stiffness shall be 46 psi. C. Manufactured by Hobas USA, Inc. or equal. 2.08 FLEXIBLE RUBBER COUPLINGS A. Materials: Chemical resistant rubber. Flexible rubber coupling shall be Fernco or equal. B. Clamping bands: two (2) each stainless steel bands. C. Dimensions: Inside diameter to fit the outside diameter of the different pipe materials being connected: take care that proper alignment is maintained and the spacing between pipes does not exceed 1/2 inch as shown in the Standard Detail Drawings. 2.09 SERVICE SADDLES A. A flexible saddle manufactured out of Elastomeric Poly Vinyl Chloride (PVC) reinforced with molded in inserts in skirt to aid in the sealing process as shown in the Standard Details. B. A composite saddle using a Virgin SBR compound gasket (ASTM D-2000 3 BA715) and a ductile iron saddle casting (ASTM A 536 Grade 65-44-12) as shown in the Standard Details. C. A compression fit three piece service connection consisting of an ASTM D-3034 PVC hub, a Stainless Steel band, and a rubber sleeve conforming to ASTM C-443. Refer to the Standard Details. 02610.doc 4 D. All saddles shall be approved by the Engineer prior to installation. 2.10 SERVICE WYES A. The wye material and joint type must match that of the mainline pipe. B. Wyes shall terminate in a bell suitable for connection of a 4 inch service line pipe as specified herein. 2.11 BLACK STEEL A. Black steel shall comply with Standard AP1-5L, Schedule 40 (standard weight) ASA B36.10. Pipe threads shall comply with standard for pipe threads, API Standard 5B. Pipe joints may be screwed, flanged, or welded. Fitting shall be malleable iron or steel and shall be copper or brass when used with copper or brass pipe or tubing. 2.12 COPPER TUBING A. Copper tubing shall be ASTM B88 type L with wrought copper fittings and joints made with 95-5 solder. PART 3- EXECUTION 3.01 INSTALLATION A. Sanitary Sewer Pipelines: Refer to Section 02730 02610.doc 5 (THIS PAGE INTENTIONALL LEFT BLANK) END OF SECTION 02610 02610.doc SECTION 02730 SANITARY SEWER PIPELINES PART 1- GENERAL 1.01 WORK INCLUDED A. Installation of sanitary sewer pipelines. B. Point repairs on existing sanitary sewer pipelines. 1.02 RELATED WORK A. Section 03400 - Manholes. D. Section 02610 - Pipe and Fittings. 1.03 DEFINITIONS A. New Pipelines - Pipelines installed in such a manner that there is no sewage flow during construction. B. Replacement Pipelines - Pipelines installed in a trench while there is a flow from "live" service connections. C. Point Repairs - Replacement of a short section (less than 50 feet in length) in an existing pipeline. D. Force Mains - Sewer pipelines that transport wastewater under pressure from a pump station to a discharge point. 1.04 SUBMITTALS A. Submit to the Engineer for approval all materials and procedures not described in these specifications. 02730.doc 1 1.05 REFERENCES Not Used. 1.06 PROTECTION A. In all cases, the Contractor is responsible for protecting public and private property; protecting any person or persons who might be injured as a result of the Contractors' Work. B. All utilities shown on the plans may not represent the exact location; however, the Contractor is responsible for verifying these locations and contacting "Arkansas One Call System" before excavating. PART2-PRODUCTS 2.01 BEDDING AND BACKFILL A. Refer to Section 02200 - Earthwork, Trench Excavation and Backfill. 2.02 PIPE AND FITTINGS A. Refer to Section 02610 - Pipe and Fittings. 2.03 MANHOLES, MANHOLE RINGS, AND LIDS A. Refer to Section 03400 - Manholes. 02730.doc 2 2.04 CONCRETE A. Refer to Section 03300 - Concrete. PART 3- EXECUTION 3.01 EXCAVATION - GENERAL A. Perform excavation and prepare bedding in accordance with Section 02220 - Excavation, Backfilling, and Compacting. B. •Never lay pipe in a water -filled trench, or when trench conditions or weather are unsuitable for such Work. C. Divert surface water and de -water trenches during excavation. D. Excavate for bells so that the entire barrel of the pipe will be uniformly supported on the pipe bedding before placing pipe in the trench. 3.02 LAYOUT A. The Contractor shall install sewer lines, wyes, and manholes as shown on the Plans. 3.03 SHALLOW BURY A. Ductile iron pipe shall be required when the existing grade or the proposed finish grade, whichever is less, provides less than 30 inches of cover. The ductile iron pipe shall, whenever feasible, extend from manhole to manhole. The ductile iron pipe shall meet the requirements of Section 02610 - Pipe and Fittings, of these Specifications. 02730.doc 3 3.04 PIERS A. Install concrete piers as indicated on the. plans per Section 03300 - Concrete. 3.05 STEEP GRADES A. Whenever the grade of the sewer line exceeds 15 percent, ductile iron pipe shall be required. The ductile iron pipe shall meet the requirements of Section 02610 - Pipe and Fittings, of these Specifications. B. Sewers on 20 percent slopes or greater shall be anchored securely with concrete anchors spaced as follows: 1. Not over 36 feet center to center on grades 20 percent and up to 35 percent. 2. Not over 24 feet center to center on grades 35 percent and up to 50 percent. 3. Not over 16 feet center to center on grades 50 percent and over. C. Anchor collars should be placed on downstream side of bell. Where no bell is available, a retainer gland shall be installed. 3.06 PIPE INSTALLATION A. A product manufacturer's representative shall be on site during initial installation of ALL profile sewer pipe to ensure that the contractor is handling and installing the pipe properly. B. Inspect each joint of pipe carefully before it is placed in the trench. Plainly mark and separate from the remaining pipe any joint found to be cracked, warped, or otherwise damaged. Remove these damaged joints from the project site as soon as possible. C. Cut pipe in a neat and workmanlike manner without damage to pipe or pipe lining when trimming joint length. D. Lay all pipe with the bell upstream. E. Use proper equipment for lowering sections of pipe into trenches. Lower pipe carefully into the trench so the spigot and bell will not become contaminated. 02730.doc 4 F. Lay each pipe joint to line and grade using laser beam grade light, keeping a minimum of six inches between the pipe and the trench wall. G. Keep the pipe joints' interior clean from all dirt and other foreign matter as the Work progresses. Maintain the pipe's interior cleanliness until accepted or put in service. H. Close the open ends of the pipeline temporarily with an appropriate manufactured plug at the end of each day's Work or when discontinuing pipe laying for an appreciable period. 3.07 PIPE TO PIPE CONNECTIONS A. Make all pipe joints in strict accordance with the manufacturer's recommendation and as stated below for the particular type of connection. Make all joints watertight in accordance with the latest ASTM Standards. B. Slip -type or Push -on Joints Connection Procedure 1. Clean the bell and spigot end of the pipes prior to jointing thoroughly with a brush. Exercise particular care to clean the gasket seat. 2. Apply pipe lubricant and attach gasket in strict accordance with the specific joint manufacturer's recommendations. Clean and insert the rubber gasket in the gasket seat within the bell. Insert the spigot end of the upstream pipe in the bell of the downstream pipe. Push the upstream joint until it is in firm contact with the shoulder of the bell. C. Mechanical Joints Connection Procedure 1. Clean thoroughly the spigot end of the pipe, the bell of the connecting pipe, and the rubber gasket as specified for slip -type or push -on joints. Clean the gland in a similar manner. 2. After the gland and gasket are placed on the spigot end of the pipe, a sufficient distance from the end to avoid fouling the bell, insert the spigot end in the fitting bell to the point of firm contact with the bell shoulder. Then advance the rubber gasket into the bell and seat in the gasket seat. Exercise care to center the spigot end within the bell. Bring the gland into contact 02730.doc 5 with the gasket, enter all bolts, and make all nuts hand tight. Exercise continued care to keep the spigot centered in the bell. 3. Make the joints tight by turning the nuts with a torque wrench: First partially tightening a nut, then partially tightening the nut 180 degrees away from it. Work around the pipe with uniformly applied tension until the required torque is applied to all nuts. Required torque ranges and indicated wrench lengths for standard cast iron bolts are as follows: Diameter Range of Torque Length of Wrench Inches Foot Pounds Inches 5/8 40-60 8 3/ 60-90 10 1 70-100 12 1-1/4 90-120 14 D. Flexible Rubber Couplings 1. Install flexible rubber coupling only where dissimilar pipe materials are connected. 2. Take care that proper alignment is maintained and a minimum spacing between pipes does not exceed one-half inch. 3. Encase rubber coupling in Class B concrete as shown on the Standard Details. 3.08 WYE FITTINGS FOR SERVICE CONNECTIONS A. Use in -line wye fittings for all service connections except on ductile iron pipe and polyethylene pipe. B. The wye material and joint type must match that of the mainline pipe. C. Use taps instead of wyes only on ductile iron pipe and polyethylene pipe. 02730.doc 6 D. Install wye branches at the location of live services or as indicated on the construction plans. Install wye connections for services in accordance with the manufacturer's recommendations. E. Place Class "B" concrete under each wye branch to prevent cracking or twisting under earth loads. F. Mark wyes for future connections using detectable tape or ski rope terminated at the ground surface. Install on each service wye either: 1. A service stub terminated with a plugged bell; or, 2. A plugged adapter capable of connecting to a four -inch cast iron service. G. Terminate wyes for future connections in a bell suitable for connection of a four -inch cast iron soil pipe service line. Securely plug all wyes and service stubs for future connections. H. For Service Wye Details, see the Standard Detail Drawings. 3.09 TWO-WAY CLEANOUTS FOR SERVICE CONNECTIONS A. Install two-way cleanouts on service lines where the main line in the paved right-of- way, as required by plumbing code, or as indicated on the construction plans. B. For Two -Way Cleanout Details, see the Standard Detail Drawings. 3.10 BACKFILLING AND INSPECTION A. Before backfilling, place concrete encasement at transitions between different types of pipe and around all flexible rubber couplings as shown in the Project Plans. Use Class B concrete per Section 03300 -Concrete. B. Before backfilling, install concrete anchor collars in accordance with the details at the location and interval and shown on the Plans. Use Class A concrete and reinforce with steel bars per Section 03300 -Concrete. C. After the pipeline is installed and visually inspected by the Engineer, backfill the trench per Section 02200 -Earthwork, Trench Excavation and Backfill. 02730.doc 7 D. Repair all incidental damage to buildings, structures, utilities, pavements, landscaping, etc. E. Repair sodded and grass areas to original condition. 3.11 CONNECTION OF NEW SEWER PIPELINES TO EXISTING SANITARY SEWERS A. Construct, clean, test, and obtain Engineer's approval for pipelines and manholes before connecting new pipeline to the existing sewer. B. If, in the opinion of the Engineer, conditions exist which require connection prior to final line acceptance, plug all lines entering the manhole connecting to the existing system until the new system is accepted. In addition, plug the line leaving the first manhole upstream. Never allow water being used to flush the new lines to enter the existing system. C. All new pipelines must connect to the existing system at a new or existing manhole. If a new manhole is built over an existing sewer line, do not break out the top of the existing pipe until the new line is accepted. D. If a new pipeline is to discharge into an existing manhole, divert the sewage flow around the existing manhole while the tie-in is under construction. Intercept the sewage flow at the existing manhole first upstream from the tie-in construction. Provide suitable pumping equipment and re-routing conduit to pump the sewage around the tie-in construction. Discharge into an appropriate manhole downstream from the construction. E. Connect new pipelines to existing manholes in a neat, workmanlike manner, to ensure a watertight connection. 3.12 GRAVITY SEWER PIPELINE INSTALLATION - LIVE SEWER PIPELINES AND POINT REPAIRS A. Install sewer pipeline and point repairs as detailed above for new pipelines with the following exceptions: 02730.doc 8 1. Divert all upstream flow around the section to be replaced with plugs or pumps. The bedding must be kept dry during installation. If trench bottom is too wet, excavate wet portion and replace with bedding material. 2. Make transitions to original pipe using materials and procedures specified. Take care that replacement pipe is aligned properly with no offsets. Install concrete encasement around transitions. Take care that no concrete from the encasement enters the existing pipeline. If this occurs, remove the concrete. 3. At the end of each day's work, and when for any reason the laying of pipe will be discontinued for an appreciable period, place a temporary section of pipe in the live line. 4. Pressure testing is not required. Visual and television testing are required. 5. Mandrel testing may be required. 6. Service line pressure testing is not required. 7. A temporary debris catcher, as shown in the Standard Detail Drawings, shall be used in the downstream manhole. 3.13 GRAVITY SEWER PIPELINE INSTALLATION - AERIAL CROSSINGS A. Construct piers as shown on Plans. B. Install pipe on piers to grade. 3.14 FORCE MAIN PIPELINE INSTALLATION A. Install all pipe and fittings to the line and grade as detailed on the Plans. Submit fitting substitution requests to the Engineer for approval. B. Remove all dirt and other foreign matter from the inside of pipe and fittings before they are lowered into the trench. Keep pipe and fittings clean during and after laying. Take care to keep dirt out of the bells. Plug all pipe openings at the end of each days work or when pipe laying is discontinued. C. Use proper equipment for lowering sections of pipe into trenches. Lower pipe carefully into the trench so the spigot and bell will not become contaminated. D. Cut pipe in a neat and workmanlike manner without damage to pipe or pipe lining when trimming joint length. 02730.doc 9 E. Install pipe with bell ends facing in the direction of laying. Face bells upgrade on lines on an appreciable slope. F. When necessary to deflect pipe from a straight line in either the horizontal or vertical plan to avoid obstructions, do not deflect the pipe beyond the point recommended by the pipe manufacturer. G. Before backfilling, install concrete thrust blocking in accordance with Standard Details on Plans. H. Test the pipeline per Section 02734 -Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines. I. After the pipeline is installed and visually inspected by the Engineer, backfill the trench per Section 02220 -Excavation, Backfilling, and Compacting. Repair all pavements per Section 02575 -Pavement Repair. Repair all incidental damage to buildings, structures, utilities, pavements, landscaping, etc. J. Repair sodded and grass areas to original condition. 3.15 WATER LINE CROSSINGS A. Sewer lines installed over or under a water line must have a clear distance between pipes of at least eighteen (18) inches. B. The sewer line shall be installed such that a joint of pipe is centered along the water line and the joints are as far as possible from the water line. C. If 18 -inches of clearance cannot be provided or when the water main must pass under the sewer main, either the sanitary sewer main or the water main shall be encased in twenty feet of watertight encasement pipe, centered over the point of crossing. The ends of the encasement pipe shall be sealed watertight. END OF SECTION 02730 02730.doc 10 SECTION 02734 INSPECTION AND TESTING OF SANITARY SEWER PIPELINES, MANHOLES, AND SERVICE LINES PART 1- GENERAL 1.01 WORK INCLUDED A. This section covers the inspection and testing of pipelines, manholes, and service lines. Testing is required before final acceptance of pipelines and service lines by the Utility. 1.02 RELATED WORK A. Section 02610 - Pipe and Fittings B. Section 02730 - Sanitary Sewer Pipelines C. Section 03400 - Manholes 1.03 SCOPE OF WORK All pipelines shall be inspected and tested before final acceptance. The methods to be used are as follows: A. New Gravity Sewer Pipelines 1. Visual inspection during installation and before backfill. 2 Low pressure air test. 3. Television inspection. 4. Mandrel test (Flexible pipes only) 5. Final Visual Inspection 6. Infiltration/exfiltration B. Manholes 02734.doc 1 1. Visual inspection during installation and before backfill. 2. Vacuum testing. 3. Exfiltration test. 4. Final Visual Inspection. C. Replacement Pipelines and Point Repairs 1. Visual inspection during installation and before backfill. 2. Low pressure air test/exfiltration, infiltration. 3. Television inspection. 4. Mandrel test (Flexible pipes only). 5. Final Visual Inspection. D. Force Mains 1. Visual inspection during installation and before backfill. 2. Hydrostatic pressure test. E. Service Lines 1. Visual inspection during installation and before backfill. 2. Low pressure air test. 3. Exfiltration test. PART 2- PRODUCTS Not Used. 02734.doc 2 PART 3- EXECUTION 3.01 VISUAL INSPECTION DURING INSTALLATION AND BEFORE BACKFILL A. The Engineer will inspect pipelines, manholes, and service lines during all phases of construction. The level of inspection is at the discretion of the Engineer and will be based partly on the Contractors ability, experience, and past performance. All work not conforming to these specifications that is discovered during this inspection phase will be corrected by the Contractor. 3.02 PRESSURE TEST FOR GRAVITY SEWER PIPELINES A. The Contractor will perform pressure tests on all gravity sewer pipelines. B. Lines will not be accepted until they pass all required tests. C. Perform the tests in the presence of the Utility representative. Provide at least 24 hours notice before beginning testing. D. The primary test method is the Low Pressure Air Loss test for lines smaller than 24 inches in diameter. Under special conditions and when approved in advance by the Engineer the exfiltration/infiltration test procedure may be used. 3.03 LOW PRESSURE AIR LOSS PROCEDURE FOR GRAVITY SEWER PIPELINES A. Plug all pipe outlets with suitable test plugs. Brace each plug securely. B. Pipe air supply to pipeline to be tested so that air supply may be shut off, pressure observed, and air pressure released from the pipe without entering the manhole. Install a valved branch in the supply line past the shut-off valve terminating in a 1/4" female pipe thread for installation of the test gauge. C. Add air slowly to portion of pipe under test until test gauge reads at least 4 psig, but less than 5 psig. 02734.doc 3 D. Shut air supply valve and allow at least two minutes for internal pressure to stabilize. E. Determine time in seconds for pressure to fall 0.5 psig so that pressure at the end of time of the test is at least 3.0 psig. F. Compare observed time with minimum allowable times in the following chart for pass/fail determination. TEST CHART FOR AIR TESTING SEWERS Leakage Testing of Sewers by Low Pressure Air Loss (Time Pressure Drop Method) 1 Pipe Diameter (in.) 2 Minimum Time (min:sec) 3 Length for Minimum Time (ft) 4 Time for Longer Length (sec) Specification Time for Length (L) Shown (min:sec) 100 ft 150 ft 200 ft 250 ft 300 ft 350 ft 400 ft 450 ft 4 1:53 597 .190 L 1:53 1:53 1:53 1:53 1:53 1:53 1:53 1:53 6 2:50 398 .427 L 2:50 2:50 2:50 2:50 2:50 2:50 2:51 3:12 8 3:47 298 .760 L 3:47 3:47 3:47 3:47 3:48 4:26 5:04 5:42 10 4:43 239 1.187 L 4:43 4:43 4:43 4:57 5:56 6:55 7:54 8:54 12 5:40 199 1.709 L 5:40 5:40 5:42 7:08 8:33 9:58 11:24 12:50 15 7:05 159 2.671 L 7:05 7:05 8:54 11:08 13:21 15:35 17:48 20:02 18 8:30 133 3.846 L 8:30 9:37 12:49 16:01 19:14 22:26 25:38 28:51 21 9:55 114 5.235 L 9:55 13:05 17:27 21:49 26:11 30:32 34:54 39:16 24 11:20 99 6.837 L 11:24 17:57 . 22:48 28:30 34:11 39:53 45:35 51:17 27 12:45 88 8.653 L 14:25 21:38 28:51 36:04 43:16 50:30 57:42 46:54 30 14:10 80 10.683 L 17:48 26:43 35:37 44:31 53:25 62:19 71:13 80:07 33 15:35 72 12.926 L 21:33 32:19 43:56 53:52 64:38 75:24 86:10 96:57 36 17:00 66 15.384 L 25:39 38:28 51:17 64:06 76:55 89:44 102:34 115:23 G. Where groundwater level is above the crown of the pipe being tested, increase test pressure at the rate of 1 psi for every 2.5 feet of water above the crown. 02734.doc 4 H. Air Testing Safety Requirements: 1. Securely brace plugs used to close the sewer pipe for the air test; this is to prevent the unintentional release of a plug which can become a high velocity projectile. For example: four pounds (gauge) air pressure develops a force against the plug in a 12" diameter pipe of approximately 450 pounds; this force can propel a 12 -inch plug weighing 10 pounds to supersonic speeds. 2. Locate gauges, air piping manifolds, and valves at the top of the ground. Entry by anyone into a manhole where a plugged pipe is under pressure is strictly prohibited. 3. Do not use the air test on gravity sewer pipes larger than 24" in diameter because of the difficulty of adequately blocking the plugs. 3.04 TELEVISION INSPECTION The Contractor shall televise all newly installed sewer mains as follows: A. The Contractor shall clean all lines thoroughly prior to the start of televising. B. The Contractor shall televise each segment of pipe. C. The Contractor shall review the video for possible defects in material or workmanship. D. The Contractor shall correct any defects discovered during the television inspection at the Contractor's expense. E. The Contractor shall deliver to the Engineer final video and logs after all defects have been repaired. 3.05 MANDREL TEST (FLEXIBLE PIPE ONLY) A. The maximum allowable pipe deflection is five (5) percent of the inside pipe diameter. B. Any sewer pipe which fails the mandrel test prior to final acceptance will not be accepted by the Utility until the defects are corrected. 02734.doc 5 C. All mandrel tests shall be performed by the Contractor while observed by Utility personnel. 3.06 SUPPLEMENTAL MANDREL TESTING A. The City of Fayetteville may at any time after final acceptance perform supplemental mandrel testing on pipelines constructed of flexible pipe material. These supplemental tests will be performed as detailed above with a maximum allowable long term deflection of five percent (5%). B. Any sewer pipe which fails the mandrel test prior to expiration of the maintenance bond will be corrected by the Contractor at the Contractor's expense. If the Contractor fails to correct these defects after a reasonable time, the City of Fayetteville will correct the defects and file a claim with the bonding company. 3.07 FINAL VISUAL INSPECTION A. Upon completion of the above tests the Engineer will perform a final visual inspection of pipelines and manholes. B. A punch list of defects (including obvious running leaks) will be prepared and sent to the Contractor for correction at the Contractors' expense. 3.08 INSPECTION FOR SERVICE LINES A. All building sewer installations shall be inspected and approved by an authorized Wastewater Utility inspector. B. Backfill may only be placed on the completed portions of a building sewer following inspection. No approval certificate shall be issued until all portions of a building sewer from the main connection to the building foundation have been inspected and approved by an authorized inspector. At the time of inspection, the pipe should be in place in the trench and "safed-up", but the top half of the pipe 02734.doc 6 barrel exposed. No approval will be given for building sewers all or a portion of which are covered at the time of inspection. C. All building sewers are subject to testing to insure water tightness. All tests must be performed in the presence of The Engineer. Tests may be either by: 1. Water Loss Test Procedure; or, 2. Low Pressure Air Loss Procedure. D. If, in the opinion of the Engineer, the line in question is properly installed and free from open joints and breaks, building sewers constructed entirely of cast iron soil pipe may be connected to the city sewer without testing. E. Water Loss Test Procedure 1. Plug the section of line to be tested at the lower end and fill section with water so that at least four (4) feet of head is obtained. 2 The maximum acceptable water loss while so filled is not more than 100 gallons per twenty-four hours per inch of pipe diameter per mile of pipe. This is approximately 3/16 gallon for a one hundred (100) foot long section of four (4) inch pipe tested thirty minutes. F. Low Pressure Air Loss Procedure 1. Plug securely both ends of the line to be tested. 2. Charge the line with air to a pressure of 4.5 psig. 3. Allow at least five minutes for the temperature in the pipe to stabilize. 4. Measure the time required for a one (1.0) psi drop in pressure. 5. The minimum time for a one psi loss is 28.5 x d seconds where d = the nominal diameter in inches of the pipe being tested. 3.09 MANHOLE TESTING A. The Contractor shall vacuum test all new manholes constructed. B. The Contractor shall vacuum test all manholes that have been sealed (waterproofed). C. The Contractor shall vacuum test all manholes that have been epoxy lined. D. Manholes shall be tested in accordance with ASTM C 1244-93. Vacuum test shall not be performed earlier than 7 days after construction or installation. The 02734.doc 7 Contractor shall provide all testing equipment, pump, hosing, seal, and other incidentals. Vacuum test head shall be positioned at the top of the casting (the surface on which the manhole cover rests, to include grade rings) in accordance with the equipment manufacturer's instructions. A vacuum of 10 -inches of mercury shall be drawn and the vacuum pump isolated by the shut-off valve on the test head connection. When valve is closed, time measurement shall commence, and the time required for vacuum drop to 9 -inches of mercury shall be observed and recorded. Manholes shall pass if the time for the vacuum reading to drop from 10 -inches of mercury to 9 -inches of mercury meets or exceeds the time values in seconds in the following table. Table 1 - Minimum Test Times for Various Manhole Diameters (seconds) Depth (feet) Diameter (inches) 30 33 36 42 48 54 60 66 72 <10 11 12 14 17 20 23 26 29 33 10 14 15 18 21 25 29 33 36 41 12 17 18 21 25 30 35 39 43 49 14 20 21 25 30 35 41 46 51 57 16 22 24 29 34 40 46 57 58 67 18 25 27 32 38 45 52 59 65 73 20 28 30 35 42 50 53 65 72 81 22 31 33 39 46 55 64 72 79 89 24 33 36 42 51 59 70 78 87 97 26 36 39 46 55 64 75 85 94 105 28 39 42 49 59 69 81 91 101 113 30 42 45 53 63 74 87 98 108 121 E. Manholes showing greater than the allowable leakage shall be repaired and re- tested until a satisfactory leakage result is obtained. END OF SECTION 02734 02734.doc 8 SECTION 03210 REINFORCING STEEL PART1 GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the reinforcing steel and welded wire fabric. 1.02 GENERAL A. See Section 01000, General Requirements and Procedures, 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 01000, General Requirements and Procedures. In addition, the following specific information shall be provided: 1. Bending Lists 2. Placing Drawings PART 2 MATERIALS 2.01 DEFORMED REINFORCING BARS A. Deformed billet -steel bars conforming to ASTM A615, Grade 60. 2.02 WELDED WIRE FABRIC A. Conform to ASTM A 185 or A 497. 2.03 ACCESSORIES A. Tie wire shall be 16 -gauge, black, soft -annealed wire. Bar supports shall be of proper type for intended use. Bar supports in beams, columns, walls, and slabs exposed to view after stripping shall be small rectangular concrete blocks made up of the same color and same strength concrete being placed around them. Use concrete supports for reinforcing in concrete placed on grade. Conform to requirements of "Placing Reinforcing Bars" published by CRSI. 03210.doc 1 PART 3 EXECUTION 3.01 GENERAL A. Conform to "Placing Reinforcing Bars", Recommended Practices, Joint Effort of CRSI-WCRSI, prepared under the direction of the CRSI Committee on Engineering Practice. B. Notify the Engineer when reinforcing is ready for inspection and allow sufficient timefor this inspection prior to casting concrete. 3.02 DELIVERY AND STORAGE A. Deliver steel with suitable hauling and handling equipment. Tag steel for easy identification. Store to prevent contact with the ground. The unloading, storing, and handling bars on the job shall conform to CRSI publication "Placing Reinforcing Bars". 3.03 PLACING REINFORCING STEEL - CLEANING A. Clean metal reinforcement of any loose mill scale, oil, earth and other contaminants. 3.04 STRAIGHTENING AND REBENDING REINFORCING STEEL A. Do not straighten or rebend metal reinforcement. Where construction access through reinforcing is a problem, bundling or spacing of bars instead of bending shall be used. Submit details and obtain Engineer's review prior to placing. 3.05 PROTECTION, SPACING, AND POSITIONING OF REINFORCING STEEL A. Conform to the current edition of the ACI Standard Building Code Requirements for Reinforced Concrete (ACI 318), reviewed placing drawings and design drawings. 3.06 REINFORCING STEEL - LOCATION TOLERANCE A. Conform to the current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing Steel Institute and to the Details and Notes on the Drawings. 3.07 SPLICING A. Conform to Drawings and current edition of ACI Code 318. Splices in adjacent bars shall be staggered. 3.08 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. 03210.doc 3.09 REINFORCEMENT AROUND OPENINGS A. Place an equivalent area of steel around the pipe or opening and extend on each side sufficiently to develop bond in each bar. 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. 3.10 WELDING REINFORCEMENT A. Welding shall not be permitted unless the Contractor submits detailed shop drawings, qualifications, and radiographic nondestructive testing procedures for review by the Engineer. The Contractor shall obtain the results of this review prior to proceeding. The basis for the Contractor submittals shall be The Structural Welding Code, Reinforcing Steel, AWS D1.4-79, published by the American Welding Society and the applicable portions of ACI 318, current edition. The Contractor shall test 10 percent of all welds using radiographic, nondestructive testing procedures referenced in this code. 3.11 PLACING WELDED WIRE FABRIC A. Extend fabric to within 2 inches of the edges of the slab, and lap splices at least 1-1/2 courses of the fabric and a minimum of 6 inches. Tie laps and splices securely at ends and at least every 24 inches with 16 -gauge black annealed steel wire. Ensure that the welded wire fabric is placed at the proper distance above the bottom of the slab. Conform also to ACI 318-77 and to the current Manual of Standard Practice, Welded Wire Fabric, by the Wire Reinforcement Institute regarding placement, bends, laps, and other requirements. 3.12 FIELD BENDING A. Field bending of reinforcing steel bars is not permitted when rebending will later be required to straighten bars. Rebending of bars at the same place where strain hardening has taken place due to the original bend will damage the bar. Consult with the Engineer prior to any pour if the contractor foresees a need to work out a solution to prevent field bending. 3.13 PAYMENT A. Payment for the work in this Section will be included as part of the lump sum price as stated in the Proposal. 03210.doc (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 03210 03210.doc SECTION 03300 CONCRETE PART1 GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the cast -in -place concrete, including formwork. B. See Section 01000, General Requirements and Procedures, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.02 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01000, General Requirements and Procedures. In addition, the following specific information shall be provided: 1. Concrete Mix Design 2. Certification for Aggregate Quality 1.03 PLANT INSPECTION A. The Engineer shall have access to and have the right to inspect all batch plants, cement mills, and supply facilities of suppliers, manufacturers, subcontractors, and contractors providing products included in these Specifications. Batch plants shall have current certification that all weighing scales have been tested and are within the tolerances as set forth in the National Bureau of Standards Handbook No. 44. B. Batch plant equipment shall be either semiautomatic or fully automatic. 1.04 RELATED WORK SPECIFIED IN OTHER SECTIONS Section No. Item 03210 Reinforcement Steel PART2 PRODUCTS 2.01 CEMENT A. Cement type will be submitted by the Contractor for the Engineer's approval. 03300.doc 2.02 WATER A. Clean and free from oil, acid, alkali, organic matter, or other deleterious substances 2.03 CONCRETE AGGREGATES - GENERAL A. Natural aggregates, free from deleterious coatings, conforming to ASTM C33, together with all referenced ASTM Standard Specifications, except as modified herein. Aggregates shall not be potentially reactive as defined in Appendix XI of ASTM C33. The Contractor's attention is directed also to Paragraph S1.1 of Appendix XI of ASTM C 33 since evidence of reactive problems on existing structures shall be used also to prove that sources of aggregates are reactive and cannot be used. The Contractor shall be responsible for meeting these Specifications and shall import nonreactive aggregates if local aggregates are reactive. Aggregates shall be thoroughly and uniformly washed before use. 2.04 FINE AGGREGATES A. Conform to ASTM C33. Materials finer than the 200 sieve shall not exceed 4 percent. Use only clean, sharp, natural sand. 2.05 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. 2.06 GROUTS - NONSHRINK A. Nonshrink grout for general use where required, shall conform to the Corps of Engineers' Specification for Nonshrink Grout, CRD-C621-81, and to these Specifications. The grout shall be subject to prequalification tests performed by the grout manufacturer. The results of the tests shall be submitted to and evaluated by the Engineer and included in this Specification prior to bidding to be acceptable. The tests shall be performed in an independent test laboratory or other prearranged location approved by the Engineer to verify fluidity, placement, shrinkage, and strength. Actual placement tests using steel baseplates will be used. The manufacturer shall furnish all baseplates and material, and shall perform the testing at his expense. B. Grout shall be a fluid grout capable of satisfactorily meeting the Engineer's baseplate test and shall be nonmetallic, unless specified for special use hereinafter. The grout shall be a nongas-liberating type, cement base product; premixed product requiring only the addition of water for the required consistency. All components shall be inorganic. No material, except water, shall be added at the project site. C. The grout product shall satisfy all of the above requirements even though the project use calls for a dry pack consistency and use. D. The following listed grouts are the only materials that have been tested, reviewed, 03300.doc and prequalified by the Engineer, that meet these requirements, and are acceptable for general use such as grouting of equipment supports. 1. SET nonshrinking grout, Master Builders Co., Cleveland, Ohio 2. Crystex, L & M Construction Chemicals, Inc., Omaha, Nebraska E. For grouting baseplates for machinery, see Category I and Category II grouts hereinafter specified. F. The grout used shall be cured as recommended by the grout manufacturer. 2.07 FORM MATERIAL - GENERAL A. Form surfaces shall be in "new and undamaged" condition and maybe plywood, hard plastic finished plywood, overlaid waterproof particle board, and steel of sufficient strength and surface smoothness to produce the specified finish. B. All joints in forms shall be taped, gasketed, plugged, and/or caulked with an approved material so that the joint will remain watertight and withstand placing pressures without bulging outward or creating surface patterns. Formwork with gaps and apertures in the form surfaces shall not be used. Form surfaces that have been damaged and are no longer in a smooth "new and undamaged" condition shall not be reused except in areas where finish is of no real concern and then only after written approval is obtained from the Engineer. C. The Contractor shall comply with all form tie requirements included in the various sections of this Specification, and shall submit shop drawing information for review by Engineer and obtain approval prior to purchase of forms. 2.08 FORM TIES A. Form ties on exposed surfaces shall be located in a uniform pattern or as indicated on the Drawings. Form ties shall be constructed so that the tie remains embedded in the wall, except for a removable portion at each end. Form ties shall have conical or spherical type inserts, inserts shall be fixed so that they remain in contact with forming material, and shall be constructed so that no metal is within 1 inch of the concrete surface when the forms, inserts, and tie ends are removed. Wire ties will not be permitted. Ties shall withstand all pressures and limit deflection of forms to acceptable limits. B. Flat bar ties for panel forms shall have plastic or rubber inserts having a minimum depth of 1 inch and sufficient dimensions to permit proper patching of the tie hole. 2.09 BOND BREAKER A. Bond breaker shall be a nonstaining type, which will provide a positive bond prevention such as Williams Tilt -Up Compound, as manufactured by Williams Distributors, Inc., Seattle, WA; Silcoseal 77, as manufactured by SCA Construction Supply Division, Superior Concrete Accessories, Franklin Park, IL; or equal. Submit review copies of manufacturer's data, recommendations, and instructions for specific use on this project. 2.10 CURING COMPOUND 03300.doc 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 3.01 DESIGN OF CONCRETE MIX - PROPORTIONS (GENERAL) A. Before beginning any concrete work, the Contractor shall have the concrete mix designed and the ingredients selected and proportioned by an approved independent testing laboratory meeting the requirements of ASTM E 329. Certified copies of all laboratory trial mix reports shall be sent to the Engineer from the testing laboratory. Do not place concrete prior to the Engineer's review and acceptance in writing of the concrete mixes and the cylinder test results from these laboratory mixes. B. The concrete mix shall be designed so that the proportions will produce results that will meet the requirements of the project. C. The concrete shall be proportioned in accordance with ACI 211 subject to the following specifications. D. Design the mix and perform tests to meet the following requirements: 1. Design strength of structural concrete shall be a minimum of 4,000 psi at 28 days with an air content of 4-7%. 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 03300.doc percent of the total weight of fly ash plus cement. Verify that design mix test results reflect the slump to be used. 4. Concrete used for thrust blocks and encasement of pipelines shall have a design strength of 2,500 psi at 28 days. 3.02 MEASUREMENT OF MATERIALS AND MIXING A. Conform to ACI 304 current edition and to other requirements hereinbefore specified for mix design, testing, and quality control and to these Specifications. 3.03 RETEMPERING A. The retempering of concrete or mortar in which the cement has partially hydrated will not be permitted. 3.04 REUSE OF FORMS A. Reuse of forms will be permitted only if a "like new" condition, unless otherwise approved in writing, is maintained. The Engineer shall be notified one full working day prior to concrete placement so that the forms can be inspected. The Contractor shall correct any defective work, found in the Engineer's inspection, prior to delivery of concrete to the project. Formwork surfaces that were in good condition and accepted for use, but were damaged during removal and handling shall not be reused on additional pours. The Contractor is expected to take care in the handling of forms and to obtain approval of form surfaces prior to each reuse. B. All forms, falsework, shoring, and other structural formwork required shall be structurally designed by the Contractor and the design shall comply with all applicable safety regulations, current OSHA regulations, and other codes. Comply with applicable portions of ACI 347, ACI 318 current edition, and these Specifications. All design, supervision, and construction for safety of property and personnel shall be the Contractor's full responsibility. 3.05 FORM TOLERANCES A. Forms shall be surfaced, designed, and constructed to meet ACI 318 and the following minimum requirements for the specified finishes. Failure of the forms to produce the specified requirements will be grounds for rejection of the concrete work. Rejected work shall be repaired or replaced by the Contractor at no additional cost to the Owner. All repair or replacement shall be subject to these Specifications and the approval of the Engineer. Where the Contractor's work does not meet the tolerance specifications he shall submit his proposed method to upgrade the specified finish to compensate for the inferior appearance or to repair or provide an acceptable alternate solution. Obtain in writing the approval of this repair or alternate solution before proceeding. All repair work or work on an alternate solution required shall be at no additional cost to the Owner. 03300.doc 3.06 FORM SURFACE PREPARATION - GENERAL A. All form surfaces in contact with the concrete shall be thoroughly cleaned of all previous concrete, dirt, and other surface contaminants prior to preparing by the applicable method below. Do not reuse damaged form surfaces. 3.07 EXPOSED WOOD FORMS A. All wood surfaces in contact with the concrete shall be coated with an effective release agent prior to form installation. The release agent shall be nonstaining and nontoxic after 30 days. 3.08 STEEL FORMS A. Mill scale and other ferrous deposits shall be sandblasted or otherwise removed from the contact surface of forms. All forms shall have the contact surfaces coated with a release agent. The release agent shall be effective in preventing discoloration of the concrete from rust, and shall be nontoxic after 30 days. 3.09 BEVELED EDGES (CHAMFER) A. 3/4" as shown on the drawings. 3.10 REMOVAL OF FORMS A. The Contractor shall be responsible for all damage resulting from improper and premature removal of forms. Satisfy all applicable OSHA requirements with regard to safety of personnel and property. 3.11 BACKFILL AGAINST WALLS A. 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 ACT 304, except as modified herein. D. Place concrete as soon as possible after leaving mixer, without segregation or loss of 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 03300.doc concrete. Prior to placement of concrete, dampen gravel fill under slabs on ground, dampen sand where vapor barrier is specified, and dampen all wood forms. Reinforcement shall be secured in position and acceptable to the Engineer before concrete is placed. Conform to ACI 304 and to other requirements needed to obtain the finishes specified. 3.13 CONVEYOR BELTS AND CHUTES A. All ends of chutes, hopper gates, and all other points of concrete discharge throughout the Contractor's conveying, hoisting, and placing system shall be so designed and arranged that concrete passing from them will not fall separated into whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a type approved by the Engineer. Chutes longer than 50 feet will not be permitted. Minimum slopes of chutes shall be such that concrete of the specified consistency will readily flow in them. If a conveyor belt is used, it shall be wiped clean by a device operated in such a manner that none of the mortar adhering to the belt will be wasted. All conveyor belts and chutes shall be covered. Sufficient illumination shall be provided in the interior of all forms so that the concrete at the places of deposit is visible from the deck or runway. 3.14 PUMPING OF CONCRETE - GENERAL A. Pumping of concrete will be permitted only with the Engineer's approval. If the pumped concrete does not produce satisfactory end results, the Contractor shall discontinue the pumping operation and proceed with the placing of concrete using conventional methods. 3.15 REMOVAL OF WATER A. Unless the tremie method of placing concrete is specified, remove all water from the space to be occupied by the concrete. 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. 03300.doc 3.17 PLACING CONCRETE IN HOT WEATHER A. Prepare concrete aggregates, mixing water, and other ingredients; place concrete; cure; and protect in accordance with the requirements of ACI 305. Provide special admixtures and special curing methods required by other paragraphs in this Section even though not required by ACI 305 and ACI 318. Water -reducing and/or set -retarding admixtures shall be used in such quantities as especially recommended by the manufacturer to assure that the concrete is workable, and lift lines will not be visible in architectural concrete finishes. B. Every effort shall be made to maintain a concrete temperature below 90 degrees F at time of placement. Ingredients shall be cooled before mixing to prevent excessive concrete temperature. C. Provisions shall be made for windbreaks, shading, fog spraying, sprinkling, or wet cover, when necessary. 3.18 PLACING CONCRETE IN COLD WEATHER A. Do not place concrete when the ambient temperature is below 40 degrees F, or approaching 40 degrees F and falling, without special protection as hereinafter specified. No concrete shall be placed against frozen earth or ice, or against forms and reinforcement with frost or ice present. B. Temperatures of the concrete mix shall be as shown below for various stages of mixing, placing of the concrete mix. CONCRETE TEMPERATURES Section size, minimum dimension, inch Air Temp. 12 in. 12-36 inches 36-72 inches 72 inches Minimum concrete temperature as mixed for indicated weather: Above 30F 60F 55F 50F 45F 0to30F 65F 60F 55F 50F Below OF 70 F 65 F 60 F 55 F 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. 03300.doc D. During cold weather concreting the Contractor shall cast six extra test cylinders, for field curing, from the last 100 cubic yards of concrete but not fewer than three specimens shall be cast for each 2 hours of placing time or for each 100 yards, whichever produces greater number of specimens. These specimens shall be in addition to those cast by the Engineer for lab testing as specified hereinafter in Paragraph EVALUATION AND ACCEPTANCE OF CONCRETE. E. Test cylinders shall be protected from the weather until they can be placed under same protection provided for the parts of the structure which they represent. Test cylinders shall be tested in accordance with applicable sections of ASTM C 31 and C 39. Evaluation and acceptance as per ACI 318-77, Paragraph 4.8.3. F. The actual temperature of the concrete surface determines the effectiveness of protection, regardless of air temperatures or whether the objective is durability or strength. Because corners and edges of concrete are most vulnerable to freezing and usually are more difficult to maintain at the required temperature, their temperatures should be monitored to evaluate and verify the protection provided. The Contractor shall provide a sufficient number of thermometers to be placed on the concrete surfaces spaced throughout the work to allow inspection and monitoring of concrete surface temperatures representative of all the work. G. Heating units should be vented and not be permitted to heat or dry the concrete locally. Fresh concrete exposed to carbon dioxide (CO2) gas from polluted atmospheres or resulting from the use of salamanders or other heating devices which exhaust flue gases directly into an enclosed area may result in concrete carbonation, causing soft surfaces of varying depths depending on the concentration of carbon dioxide, the temperature at which the concrete was cured, and the relative humidity. Carbon monoxide, which can occur with partial combustion, and high levels of carbon dioxide are potential hazards to workmen. Moreover, strict fire prevention measures should be enforced. Concrete at any age can be damaged by fire, but at a very early age it may be additionally damaged by freezing until new protection can be provided. H. Maintain curing conditions which will foster normal strength development without excessive heat, and without critical saturation of the concrete at the close of the protection period. 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. 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 03300.doc information in ACI 306 which will provide the temperature protection and curing for the 7 -day period. K. Additives for the sole purpose of providing "freeze protection" shall not be used. Additives to shorten the cure time may be used if approved; however, the concrete shall be placed and cured at all times at temperatures above freezing as hereinbefore specified. 3.19 BONDING TO NEW CONCRETE HORIZONTAL CONSTRUCTION JOINTS A. Roughen the surface of the hardened concrete. Thoroughly clean and saturate with water, cover the horizontal surfaces only with at least 2 inches of grout, as hereinbefore specified, and immediately place concrete. New concrete is defined as less than 60 days old. Limit the concrete lift placed immediately on top of the grout to 12 inches thick and thoroughly vibrate to mix and consolidate the grout and concrete together. Provide inspection windows to allow close visual inspection of this work. 3.20 BONDING TO OLD CONCRETE A. Coat the contact surfaces with bonding agent specified hereinbefore. The method of preparation and application of both the bonding agent and the grout shall conform to the manufacturer's printed instructions and recommendations for specific application for this project. Obtain this recommendation in writing from the manufacturer's representative. 3.21 EVALUATION AND ACCEPTANCE OF CONCRETE A. Conform to ACI Standard Building Code requirements for reinforced concrete (ACI 318-83), Section 4.7, "Evaluation and Acceptance of Concrete", and to the following specifications: 1. The Contractor will have tests made by an independent testing laboratory, approved by the Owner, to determine compliance with the Specifications. The Contractor shall furnish necessary labor to assist testing agencies in obtaining, handling, and protecting and/or curing samples at the jobsite. The Contractor shall provide adequate facilities for safe storage and proper curing of concrete test cylinders on the project site for the first 24 hours, and for additional time as may be required before transporting to the test lab. 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. The frequency of testing may be increased if necessary. Additional testing, if 03300.doc 10 required, will be paid by the Owner. 4. Where the term "building official" is used in Section 4.7 of ACI 318-83, the term shall be redefined to "the Owner's representative". 3.22 DEFECTIVE AREAS A. Remove all defective concrete such as honey -combed areas and rock pockets out to sound concrete. Small shallow holes caused by air entrapment at the surface of the forms shall not be considered defects unless the amount is so great as to be considered not the standard of the industry and due primarily to poor workmanship. If chipping is required, the edges shall be perpendicular to the surface. Feather edges shall not be permitted. The defective area shall be filled with a nonshrink, nonmetallic grout. Use an approved bonding agent on horizontal patches prior to placing nonmetallic, nonshrink grout. Since some bonding agents may not be compatible for some vertical surface patching techniques, submit all proposed methods for repair of vertical surfaces prior to ordering materials. The Contractor shall consult with representatives of the bonding agent manufacturer and the nonshrink grout manufacturer, and obtain a written recommendation for the patching of defective areas. Submit this information for review prior to performing the work. 3.23 CONCRETE SLAB FINISHES A. The excessive use of "jitterbugs" or other special tools designed for the purpose of forcing the coarse aggregate away from the surface and allowing a layer of mortar to accumulate will not be permitted on any slab finish. The dusting of surfaces with dry materials will not be permitted. Slabs and floors shall be thoroughly compacted by vibration. All edges of slabs and tops of walls shall be rounded off with a steel edging tool, except where a cove finish is indicated on the Drawings. Steel edging tool radius shall be 1/4 inch for all slabs subject to wheeled traffic. 3.24 CONCRETE VERTICAL SURFACE FINISHES A. All above grade concrete vertical surfaces shall have a Class 2, Rubbed Finish. 1. Immediately following the removal of forms, fins and irregular projections shall be removed from all surfaces except from those that are not to be exposed. On all surfaces, the cavities produces by form ties and other holes, broken corners or edges, and other defects shall be thoroughly cleaned, and after having been thoroughly saturated with water, shall be carefully pointed and true with a mortar of cement and fine aggregate mixed in a proportion of 1:2. Mortar used in pointing shall not be more than 1 hour old. Construction and expansion joints in the completed work shall be left carefully tooled and free of mortar and concrete. The joint filler shall be left exposed for its full length with clean and true edges. 2. The resulting surface shall be true and uniform. 3. Immediately before starting the rubbing, the concrete shall be thoroughly saturated with water. Sufficient time shall have elapsed before the wetting 03300.doc 11 down to allow the mortar used in the pointing of rod holes and defects to thoroughly set. Surfaces to be finished shall be rubbed with a medium coarse carborundum stone, using a small amount of mortar on its face. The mortar shall be composed of cement and fine sand mixed in proportions used in the concrete being finished. Rubbing shall continue until form marks, projections, and irregularities have been removed, voids filled, and a uniform surface has been obtained. The paste produced by the rubbing shall be left in place at this time. 4. After concrete above the surface being treated has been cast, the final finish shall be obtained by rubbing with a fine carborundum stone and water. This rubbing shall be continued until the entire surface is of a smooth texture and uniform color. 5. After the final rubbing is completed and the surface has dried, it shall be rubbed with burlap to remove loose powder and shall be left free from all unsound patches, paste, powder, and objectionable marks. 6. Exposed surfaces not protected by forms shall be struck off with a straightedge and finished with a float to a true and even surface. The use of additional mortar to provide a plastered or grout finish will not be permitted. 3.25 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: Concrete forms shall be left in place and kept sufficiently damp at all times to prevent opening of the joints and drying of the concrete; or 2. A curing compound as hereinbefore specified, where allowed, shall be applied immediately after removal of forms. 3. Exposed surfaces shall be continuously sprinkled. B. Slabs: Protect surface by ponding; or 2. Cover with burlap or cotton mats kept continuously wet; or 3. Cover with 1 -inch layer of wet sand, earth, or sawdust, and keep continuously wet; or 4. Continuously sprinkle the exposed surface; or 5. Other agreed upon method that will provide that moisture is present and uniform at all times on the entire surface of the slab; the Contractor shall determine the best method of his operation to ensure a good water cure and submit this for review. 03300.doc 12 3.25 CURING AND PROTECTION IN COLD WEATHER A. Conform to cold weather concreting hereinbefore specified and to ACT 306. Where water curing, as specified hereinbefore for slabs, is not possible, use a double coverage of an approved curing compound and protect the slabs during the cold weather from traffic by the use of Visqueen or other material inside the required heated enclosure if foot traffic is permitted on the slabs. Repair or replace concrete damaged by cold weather. 3.26 PAYMENT A. Payment for the work in this Section will be included as part of the lump sum price as stated in the Proposal. 03300.doc 13 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 03300 03300.doc 14 SECTION 03400 MANHOLES PART 1- GENERAL 1.01 WORK INCLUDED This section covers the materials and procedures used in the construction and repair of sanitary sewer manholes. 1.02 SUBMITTALS A. Furnish Shop Drawings and Submittal Data for approval prior to the delivery of any pre -cast manhole sections. B. Submit for approval any materials not listed specifically below. 1.03 REFERENCES Not Used. 1.04 MANHOLE DIMENSIONS AND LAYOUT A. Construct all manholes in accordance with the Standard Manhole Details in Standard Detail Drawings. B. The required dimensions on manholes are: 1. Cone section height: 24 inches, minimum; 30 inches, maximum. 2. Throat section height: 12 inches, maximum. C. Locate the manhole so the centerlines of all pipelines entering and leaving pass through the center of the manhole. 03400.doc 1 D. The following are minimum manhole diameters for sanitary sewers entering/exiting a manhole at the following range of angles: MANHOLE DIAMETERS Pipes Entering/Leaving Pipes Entering/Leaving at0°-45°Bend at45° - 90° Bend Pipe Size 8"-21" 48" 48" 24" 48" 60" 27"-30 60" 60" 33"-36" 72"* 72" 1.05 PROTECTION A. In all cases, the Contractor is responsible for protecting public and private property; and, protecting any person or persons who might be injured as a result of the Contractor's work. B. All utilities shown on the plans may not represent the exact location; however, the Contractor is responsible for verifying these locations and contacting "Arkansas One Call System" before excavating. PART 2 - PRODUCTS 2.01 WATER FOR MORTAR AND GROUT Water: Potable water free from injurious amounts of acids, alkalis, oils, sewage, vegetable matter, and dirt. 2.02 CEMENT Portland Cement, conforming to AASHTO M 85, Type I. 03400.doc 2 2.03 CAST -IN -PLACE MANHOLES A. Construct with Class A concrete only as outlined in Section 03300. C. The frame for the lid shall be installed when the manhole is constructed. 2.04 PRECAST CONCRETE MANHOLES A. Conform to the latest requirements of ASTM C478. B. Never transport sections to the site until they have cured for at least ten (10) days. C. Mark each piece plainly with manhole numbers and date of manufacture so it can be installed in the proper location, as shown on the plans. D. Make sure factory -installed cutouts in the bottom section are appropriate for the pipe being laid. E. Pipe connections at manhole - Cutouts should be equipped with rubber boots to ensure a watertight connection. Material shall be equal to A-lok, Z-lok, or Z-lok XP connector, as manufactured by A-Lok Products, Inc. F. Joint Sealant - Flexible rubber sealant for joints in pre -cast manhole sections shall provide permanently flexible watertight joints, shall remain workable over a wide temperature range and shall not shrink, harden or oxidize upon aging. Material shall be equal to Forsheda Pipe Seal Corporation and shall meet ASTM C 443 and ASTM C 361 requirements. G. All manhole joints shall be sealed with an external joint wrap material. Material shall be equal to Bidco Butyl Wrap as manufactured by NPC. H. The frame for the lid shall be installed when cone section is cast. I. REJECTION OF PRECAST MANHOLE SECTIONS Precast reinforced concrete manholes, risers and tops shall be subject to rejection for failure to conform to any of the following specification requirements: 1. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint; 2. Defects that indicate imperfect proportioning, mixing and molding; 3. Surface defects indicating honeycombed or open texture; 03400.doc 3 4. Damaged ends, where such damage would prevent making a satisfactory joint; 5. Infiltration into manhole exceeding allowed limits; 6. The internal diameter of the manhole section shall not vary more than one (1) percent from the nominal diameter; 7. Not installed in conformance with Section 7; 8. Not clearly marked date of manufacturer, trade name, size designation part number, and ASTM number; 9. Having a deviation more than 1/4" from the straight edge at any point across the top of manhole cone section or riser ring; and/or 10. Having any visible steel bars along inside or outside surface of the manhole except for reinforcement stirrups or spacers used to position the cage during manufacture. 2.05 MANHOLE DROP A. Drop on the outside of the manhole: Ductile iron pipe with mechanical joint fittings as specified in Section 02610 - Pipe and fittings. 2.06 STANDARD MANHOLE RING AND COVER A. Cover must have the words FAYETTEVILLE ARKANSAS SANITARY SEWER cast in the top. Also, include two closed pick holes in top side of cover. B. Minimum combined weights of the manhole ring and cover is 260 pounds. Minimum cover weight is 120 pounds. Minimum ring weight is 140 pounds. C. All castings shall be cast with the approved foundry's name, manufacturing foundry mark, part number, and production date in mm/dd/yy format. All castings shall be manufactured in the USA and shall be clearly marked "Made in USA." D. All castings: Free from porosity, blowholes, hard spots, shrinkage, distortion and other defects; smooth and well cleaned by sandblasting; manufactured true to pattern. E. Ring and cover dimensions: Refer to Standard Detail Drawings. Final casting dimensions may vary one-half the maximum shrinkage possessed by the metal or no more than +1/16 inch per foot. 03400.doc 4 F. Lid and ring bearing surface: smooth finish, non -rocking design or machined bearing surfaces to prevent rocking and rattling under traffic. G. Cast Iron: ASTM A 48, Class 35B. H. Ductile Iron: ASTM A 536, Grade 80-55-06. 2.07 WATERTIGHT MANHOLE RING AND COVER A. Dimensions, casting quality, material: Same as Standard manhole ring and cover. B. Cover: machined with dovetail groove in cover for self sealing rubber gasket. 2.08 MANHOLE STEPS Manhole steps shall NOT be installed in any manholes. 2.09 RUBBER WATERSTOP GASKETS Waterstop gaskets shall be required at ALL manhole connections. Manhole seals shall be concrete manhole adapter by Fernco, or approved equal 2.10 MANHOLE GROUT Cementitious non -shrink grout for use in manholes shall be one specially formulated for stopping active infiltration and filling voids in manholes and similar locations. Grout mix shall provide a quick -setting, volume -stable, cementitious product suitable for patching the interior of manholes when mixed and applied according to the manufacturer's recommendations. Grout mix shall be Strong Seal QSR, or equal. 2.11 MANHOLE RISER RING Manhole riser rings shall be compatible with the size and type of manhole cover with which it will be used. 2.12 TROWELABLE BITUMASTIC BACKPLASTER The exterior of the manhole from two (2) inches below the bottom riser ring on the cone section to and covering the base of the casting, including the voids on the outside joints of the riser rings shall be sealed with a trowelable bitumastic gasketed base exterior backplaster material, 1/4 -inch minimum thickness when dry. 03400.doc 5 PART 3- EXECUTION 3.01 MANHOLES - GENERAL A. Perform excavation and prepare base area in accordance with Section 02200 — Earthwork, Trench Excavation and Backfill. B. Never install base in a water filled excavation. C. Place base per the Standard Detail Drawings and Section 03300 - Concrete. Extend base a minimum of six inches beyond finished sides of manhole. D. Extend all pipes entirely through the manhole wall so that a joint occurs approximately six inches, but no greater than 12 inches, outside the manhole wall. E. After manhole is constructed, wait no less than 48 hours, then backfill per Section 02200 — Earthwork, Trench Excavation and Backfill. 3.02 CAST -IN -PLACE MANHOLES A. Dimension and layout: Per City of Fayetteville Detail Drawings and Tables. The top section or cone must be concentric with the barrel unless otherwise noted. B. The frame shall be set in accordance with City of Fayetteville Details. C. Install rubber waterstop gaskets in the walls around all pipes. D. Interior finish: Smooth, free of fins or sharp edges. E. Invert to be constructed in accordance with City of Fayetteville Details. F. Care should be taken to prevent the end of the pipe from deflecting, due to loads imposed by the weight of the concrete. G. Construction joints on manholes of excessive depth shall be connected with reinforcement approved by the Engineer. 3.03 PRECAST MANHOLES A. Dimension and layout: Per City of Fayetteville Detail Drawings. The top section or cone must be concentric with the barrel unless otherwise noted. B. The bottom section for pre -cast manholes shall be manufactured as an integral part of the manhole base slab. C. Install remaining sections in a truly vertical plane. 03400.doc 6 D. Fill space between pipe and periphery of cutout entirely with grout. E. Grout joints between sections inside and outside. F. Interior finish: smooth, free of fins or sharp edges. G. Invert to be constructed the same as a cast -in -place manhole. H. Grout and/or plug lifting holes for manholes. I. All manhole joints shall be sealed with an external joint wrap material. Material shall be equal to Bidco Butyl Wrap as manufactured by NPC. 3.04 DROP MANHOLES A. Install a drop manhole when the vertical difference between the pipe entering and leaving the manhole exceeds two (2) feet. B. Construct manhole base, barrel, and top per the requirements for brick, cast -in -place, or pre -cast manholes. C. Construct drop of ductile iron pipe with mechanical joint fittings as per Standard Details. D. Encase the 90 -degree bend in Class A or B concrete as per Standard Details. E. Extend the ductile iron pipe a minimum of five (5) feet beyond the manhole excavation before changing pipe materials. 3.05 MANHOLE FRAME AND COVER A. Set the manhole frame in Class A concrete as shown on the Standard Details as an integral part of the manhole construction. B. Set manhole frame and cover top level and to the elevation shown on the Drawings. In public rights -of -way, there set the ring and cover flush with pavements, sidewalks, or other paved surfaced areas. 03400.doc 3.06 MANHOLE INVERT A. Invert depth at the flow line: Approximately one-half the pipe diameter. B. In curved inverts, make curves with the longest possible radius to facilitate smooth flow. C. Invert shape: Semicircular. D. Invert materials and finish: Class A Concrete, smooth finish. E. Invert grade: Constant, smooth grade; no offsets. F. Bench: Slope grout upward from the edge of the invert to the manhole wall. G. Form a flow channel in the bench for any services stubbed into manhole. Form invert and finish per above. H. Cut the upper half of any pipe extending inside the manhole wall flush with the wall. Smooth rough edges with grout. 3.07 MANHOLE REPAIRS A. Make all repairs in accordance with these specifications. B. Use manhole grout in patching around new taps. C. Plaster all brickwork with mortar. 3.08 SEALING LINER IN MANHOLES A. Seal pipe at manhole as specified in Sections describing the pipe line rehabilitation process being used. 3.09 MANHOLE RISER RING A. Manhole riser rings may be used to raise manhole covers to grade. B. The throat section height shall not exceed 12 inches. The throat section shall be defined as the distance from the bottom of the integral cast manhole ring to the top of the manhole cover. END OF SECTION 3400 03400.doc 8 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. Grounding systems. B. 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. 16000.doc 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. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. The General Conditions and Supplementary General Conditions of the contract are an integral part 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, field verify existing conditions, or otherwise determine the extent of related work in other divisions before submitting a quotation for the work in this division. Coordinate the work in this division with work in other divisions 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 Engineer are a part of this Specification. 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. 16000.doc 2 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. 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 Engineer from the inspection department having jurisdiction. 16000.doc 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, 2008 Edition (NEC) 2. Underwriters' Laboratories, Inc. (UL) 3. Institute of Electrical and Electronic Engineers (IEEE) 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 (SBC) 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 testing 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 are 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. 16000.doc 4 1.06 EXISTING BUILDING AND EXISTING ELECTRICAL 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. 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. 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). PART2-PRODUCTS 2.01 GENERAL 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. 16000.doc 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 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. d. 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 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 parts 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. 16000.doc 6 3. Components must be compatible with each other and with the total assembly for the intended service. 4. Constituent parts which are 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. 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 Engineer of any conflict between any requirement of the contract documents and the manufacturer's directions and obtain the Engineer'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 Engineer, he shall bear all costs arising in correcting the deficiencies. 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 SUBSTITUTIONS A. 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. 16000.doc 7 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, etc.) 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. 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. F. 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 16000.doc 8 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. 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. 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. PART 3- EXECUTION 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. 16000.doc 9 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 work and shall make all required repairs thereafter to the satisfaction of the Engineer. Do not cut into any structural element, beam or column without the written approval of the Engineer. 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. F. 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 fire, smoke and gases. Firestop material must be packed tight and completely fill clearances between raceways and openings. Use firestop material conforming to the following: 1. All wall penetrations shall be caulked and sealed. 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 1700° F for one -hour protection and 1850° 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. 16000.doc 10 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. 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. 3.02 EQUIPMENT INSTALLATION AND EQUIPMENTS A. Installation: 1. "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). B. 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 16000.doc 11 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. 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. 16000.doc 12 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 are 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. 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. 1. 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 equipment 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: 1. 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. 16000.doc 13 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 all 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. E. Provide written documentation of tests and performance as requested by the Owner's authorized representative. F. 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. G. After installation is complete the Contractor shall conduct operating test of all electrical systems for approval by the Engineer. 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 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. 16000.doc 14 C. 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 recording changes. At completion of the project the Contractor shall deliver this set to the Engineer for preparation of record drawings. 3.10 DEMOLITION A. There are 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 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 is to 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. 16000.doc 15 3.11 EXCAVATION AND TRENCHING A. 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. 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 FINALLY A. It is the intention that this specification 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 16000.doc 16 installation shall not be interpreted as relieving this Contractor from furnishing and installing such parts. 16000.doc 17 (THIS PAGE INTENTIONALLY LEFT BLANK) ***END SECTION 16000*** 16000.doc 18 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. 16109.doc 1 PART 3- EXECUTION 3.01 INSTALLATION A. General: Equip the following items with nameplates. 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. ***END SECTION 16109*** 16109.doc 2 SECTION 16111 CONDUIT PART 1- GENERAL 1.01 WORK INCLUDED A. Conduit and couplings. B. Flexible conduit. 1.02 RELATED WORK A. Section 16109: Identification 1.03 APPROVED MANUFACTURERS A. Republic, Wheatland, Allied, Triangle or approved equal. PART 2- PRODUCTS 2.01 MATERIALS A. Unless otherwise noted, all conduit shall be hot -dipped, galvanized rigid steel for outside or dry locations inside, and aluminum for wet locations and all process areas inside. Use anti -seize compound on all aluminum threaded joints. 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: Liquid Tight Non-metallic Flexible Conduit. D. Transitions between nonmetallic conduits and conduits of other materials 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 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 3/4 -inch Greenfield flexible conduit only for fixture wiring. Provide sufficient length of flexible 16111.doc 1 conduit to avoid transmission of vibration. G. Do not use PVC conduit unless specifically called for on the plans or required by other Sections of these Specifications. H. Wireways 1. 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. 16111.doc 2 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. H. 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. Install conduit free from dents and bruises. Plug ends to prevent entry of dirt or moisture. L. All conduit systems shall be installed complete and shall be cleaned out before installation of conductors. M. Alter conduit routing to avoid structural obstructions, minimizing crossovers. N. 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. O. Provide flashing and pitch pockets making watertight joints where conduits pass through roof or waterproofing membranes. P. 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 or offsets in conduit adjacent to building expansion joints where conduit is installed above suspended ceilings. Q. Route all exposed conduits parallel or perpendicular to building lines. Run concealed conduits in a direct line. R. 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. 16111.doc 3 S. Make bends of offsets with standard conduit ells, field bends with approved bender or hickey or hub type fittings. T. Punch holes required in cabinets with a Greenlee tool. U. 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. V. Keep all conduits dry and free of water or debris with approved plugs or caps. W. 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. Z. 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. ***END SECTION 16111*** 16111.doc 4 SECTION 16120 WIRES AND CABLES PART 1- GENERAL 1.01 WORK INCLUDED A. Wire and Cables 1.02 RELATED WORK A. Section 16109: Identification PART 2- PRODUCTS 2.01 APPROVED MANUFACTURERS A. Conductors - Triangle, Anaconda, Rome, Phelps Dodge, Southwire, Belden or approved equal. 2.02 MATERIALS A. Wire 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 THHN-THWN. (No aluminum conductors shall be allowed in the work.) D. Branch Circuit Wiring: 1. Conductors smaller than No. 12 AWG 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. 16120.doc 1 G. Exterior Wiring: Bare stranded for ground, THWN-THHN for all other. H. Conductors shall be spliced by approved methods and only in approved junction boxes and not in conduit. I. Use pre -insulated pressure connectors such as Scotchlock 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. 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. F. Install wire in conduit runs after concrete and masonry work is complete and after moisture 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 smaller, 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 White 208V Phase A Black 16120.doc 2 Phase B Red Phase C Blue Neutral Gray or White with Yellow tracing 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 THHN grounding conductor in rigid steel conduit to all outlets, lights, variable intensity controllers and fixed equipment. J. 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 are more than 5 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. 16120.doc (THIS PAGE INTENTIONALLY LEFT BLANK) ***END SECTION 16120*** 16120.doc SECTION 16134 OUTLET AND PULL BOXES PART 1- GENERAL 1.01 WORK INCLUDED A. Outlet boxes B. Pull and junction boxes 1.02 RELATED WORK A. Section 16109: Identification B. Section 16141: Wall Switches C. Section 16145: Receptacles D. Section 16147: Plate Covers PART 2- PRODUCTS 2.01 MATERIALS A. All outlet or junction/pull boxes shall be of a proper size for the use and shall be of the type approved for the location by the Engineer. PART 3- EXECUTION 3.01 INSTALLATION A. Mount outlet boxes flush in areas other than mechanical rooms, electrical rooms, above removable ceilings, and on exposed structure in rooms without ceilings. B. Adjust position of outlets in finished masonry walls to suit masonry course lines. C. Do not install boxes back-to-back in same wall, allow 6 -inch minimum horizontal spacing between boxes. Coordinate cutting of masonry walls to achieve neat openings for boxes. Use rotary cutting equipment to cut masonry work to installation of electrical fittings. 16134.doc 1 D. Locate boxes in masonry walls so that only a corner need be cut from masonry units. E. Do not use sectional or handy boxes unless specifically requested. F. For boxes mounted in exterior walls, make sure that there is insulation behind outlet boxes to prevent condensation in boxes. G. For outlets mounted above counters, benches and splashbacks, coordinate location and mounting heights with built-in units. Adjust outlet mounting height to agree with required location for equipment served. H I J. K. L. Securely mount each outlet box to metal studs with outlet box mounting supports. If a bar or strap is used, secure to at least two metal studs. Do not install more than three 3/4 -inch conduits into one 4 -inch outlet box. Do not use more than one extension ring on a box. For heights of outlets above the finished floor in permanent partitions, use the following unless otherwise noted: Convenience Receptacles Brackets Switches Telephone Outlets Other Outlets 16 inches, or as directed As directed 48 inches, or as directed 16 inches, or as directed As directed or indicated Locate pull boxes and junction boxes above removable ceiling or in electrical rooms, utility rooms or storage areas. Install pull boxes of the proper size and depth to accommodate the required conduit and wires. ***END SECTION 16134*** 16134.doc 2 SECTION 16141 WALL SWITCHES PART 1- GENERAL 1.01 WORK INCLUDED A. Wall switches 1.02 RELATED WORK A. Section 16109: Identification B. Section 16134: Outlet and Pull Boxes PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Acceptable Manufacturers Device Hubbell Single Pole Switch 1221 Double Pole Switch 1222 Three -Way Switch 1223 Four -Way Switch 1224 B. Other Acceptable Manufacturers: Bryant, Arrow Hart and P & S, Leviton or General Electric. C. Dimmers: Prescolite DSI or DSF Series as required, size as noted on drawings. 2.02 MATERIALS A. 120/277 Volt Switches: Quite slow -make, slow -break design, toggle handle with totally enclosed case, rated 20 ampere, specification grade. Provide matching two pole, three- way and four-way switches. B. Color: Provide ivory switches, unless specifically noted otherwise. 16141.doc 1 C. Dimmers: Electronic switching type with torroid filter coil to eliminate RF interference. D. Provide metal barrier between gangs in boxes, where adjacent switches have a potential in excess of 300V between conductors. PART 3- EXECUTION 3.01 INSTALLATION A. Coordinate switch mounting location with architectural detail and heights as noted on plans. B. Run separate neutral for each dimmer to prevent interaction. ***END SECTION 16141*** 16141.doc 2 SECTION 16145 RECEPTACLES PART 1- GENERAL 1.01 WORK INCLUDED A. Receptacles 1.02 RELATED WORK A. Section 16109: Identification B. Section 16134: Outlet and Pull Boxes C. Section 16147: Plate Covers D. Section 16450: Grounding PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Acceptable products for installation in all general use areas of the project: Device Hubbell Duplex Receptacle 5362 Duplex Receptacle-GFI GF5362 Single Receptacle 5361 Special Outlets See Plans Isolated Ground Receptacle IG5362 B. Other approved manufacturers are: Arrow -Hart, Hubbell, Pass & Seymour, Leviton or General Electric. C. Welding receptacles shall be 60 amp, 240 volt, 1 -phase Mennekes Catalog No. ME 360- M16 in NEMA 4X enclosure with pad -lockable rotary handle. 2.02 DEVICES A. Standard Duplex Receptacle: Full gang size, polarized, duplex, parallel blade, U - grounding slot, hospital grade, rated at 20 amperes, 125 volts, designed for split feed service. 16145.doc 1 2.02 DEVICES A. Standard Duplex Receptacle: Full gang size, polarized, duplex, parallel blade, U - grounding slot, hospital grade, rated at 20 amperes, 125 volts, designed for split feed service. B. Nameplates: Provide engraved or embossed plastic for receptacles other than standard duplex and standard single receptacles indicating voltage, phase and amperes. C. Color: Provide ivory receptacles in areas with light wall finish. Provide brown receptacles in areas with wood or dark wall finish. Provide 2, 3 and 4 pole receptacles in black; emergency circuit receptacles in red. PART 3- EXECUTION 3.01 INSTALLATION A. Mount receptacles at mounting heights specified on the plans with grounding pole at top. B. Connect all devices using pigtails. Do not through -wire on device terminals. C. Mount outlets for electric water coolers and other similar permanently installed plug connected equipment behind equipment according to approved installation drawing. ***END SECTION 16145*** 16145.doc 2 SECTION 16147 PLATE COVERS PART 1- GENERAL 1.01 WORK INCLUDED A. Plate Covers 1.02 RELATED WORK A. Section 16109: Identification B. Section 16141: Wall Switches C. Section 16145: Receptacles PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Acceptable Manufacturers: Hubbell, Bryant, P & S and Arrow Hart. 2.02 MATERIALS A. High impact nylon, completely smooth, color to match device or as shown; for devices on emergency circuit use red plates. For isolated ground devices use white cover plates. B. Stainless Steel: Type 302 or 304, No. 4 finish, 0.040 inches thick, accurately die cut, protected with release paper. C. Cast Metal: Die cast profile, ribbed or strength, flash removed, primed with grey enamel, furnished complete with four mounting screws. D. Gaskets: Resilient rubber or closed cell foam urethane. E. Steel: Hot dip galvanized, 1.25 oz./sq. ft. minimum. 16147.doc 1 2.03 PLATES A. Flush Mounting Plates: Bevelled type with smooth rolled outer edge, stainless steel or bakelite. B. Surface Box Plates: Bevelled, steel, pressure formed for smooth edge to fit box. C. Weatherproof Plates: Cast metal, gasketed, for receptacles provide spring loaded gasketed doors. D. Where two gang boxes are required for single gage devices, provide special plates with device opening in one gang and second gang blank. PART 3- EXECUTION 3.01 INSTALLATION A. Install coverplates on wiring devices level and with all four edges in contact with finished surfaces. B. Use nylon plates in all interior office areas unless noted. Use stainless steel plates in mechanical production and utility type areas. C. Where more than one switch is shown at an outlet, switches shall be installed under a gang plate in an order appropriate to out location. D. Furnish and install wall plates of appropriate type and size for all wiring and control devices, signal and telephone outlets. E. When devices are installed in exposed conduit fittings or outlet boxes, the plates or covers shall be of a type designed for the fittings or boxes. ***END SECTION 16147*** 16147.doc 2 SECTION 16160 PANELBOARDS PART 1- GENERAL 1.01 WORK INCLUDED A. Branch circuit panelboards. 1.02 REGULATORY REQUIREMENTS A. Construct panelboards of UL standards and provide UL labels. PART2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Approved Manufacturers: Square D, General Electric, Cutler Hammer, Westinghouse. 2.02 ENCLOSURES A. Panels: Surface (or flush) mounted complete with panel trim having concealed hinges and trim mounting screws. Provide locking door with flush catch. B. Panel Can: Galvanized, painted to match trim. C. Keys: Provide two (2) keys for each panel. Make keys interchangeable for panels of same voltage. 2.03 POWER DISTRIBUTION AND LIGHTING PANELS A. Where shown on the plans, indicated in the riser diagram, and listed in the panelboard schedule, furnish and install distribution and power panels of the types and sizes noted. Panels shall be installed with top of cabinet 6 feet above floor level. B. Distribution panelboards shall be of the dead -safety type equipped with thermal -magnetic circuit -breaker branches of sizes and types noted on the drawings or indicated in the panelboard schedule. Breakers shall provide instantaneous trip on short circuits and time -delay trip on overloads. C. Panel bus structure shall be for voltage, ampacity, phase, and wire service as shown on panel schedule and of sufficient capacity to feed the number of branch -circuit breakers indicated. Main busbars shall be equipped with solderless lugs. 16160.doc 1 D. Panelboard assembly shall be enclosed in a code -gauge steel cabinet with appropriate trim and ample wiring gutters on top, sides and bottom. Cabinet doors shall be equipped with spring latches (with locks, all keyed alike, with two keys furnished). 2.04 LIGHTING PANELS A. Panelboards shall conform to Federal Specs W -P -115a, Type 1, Class 1. Panelboards shall conform to NEC requirements for wire bending room and shall be UL approved. B. All bussing shall be copper. C. All panelboards shall have a movable, separately insulated neutral and be of dead front type construction. D. Interiors shall be capable of accepting bolt -on breakers only. E. All breakers, including main, shall have a minimum interrupting capacity of 14K or as indicated on the drawings. Breakers shall be quick make, quick break molded case with inverse time element, thermal -magnetic tripping. Multipole breakers shall have an internal common trip connection for simultaneous action. No handle ties will be accepted. F. Cans shall be 20 inches wide and 6 inches deep. G. All lighting branch -circuit panelboards shall be of the circuit -breaker type of sizes listed in the panelboard schedule or noted on the drawings. Panels shall have mains only with solderless lugs on the main bus bars and shall be arranged for service on voltage, amperage, phase and wire system as shown on panel schedule. H. Branches shall have single -pole, thermal -magnetic (non -interchangeable) circuit breakers of sizes noted. Cabinets for lighting panelboards shall be of code -gauge steel with ample wiring gutters for all wires and connections. Doors shall be the single type (unless otherwise noted) with spring latches (with locks, all keyed alike, with 2 keys furnished) for mounting as noted. PART 3- EXECUTION 3.01 INSTALLATION A. Provide mounting brackets, busbar drillings and filler pieces for unused spaces. B. Prepare and affix typewritten directory to inside cover of panelboard indicating loads controlled by each circuit. ***END SECTION 16160*** 16160.doc 2 SECTION 16170 MOTOR AND CIRCUIT DISCONNECTS PART 1- GENERAL 1.01 WORK INCLUDED A. Provide and install motor and circuit disconnects. 1.02 REGULATORY REQUIREMENTS A. Conform to National Electrical Code (NEC) and to applicable inspection authority. 1.03 REFERENCES A. Underwriters' Labs, Inc. Annual Product Directories. B. Classification of Standard Types of Non -Ventilated Enclosures for Electric Controllers, National Electrical Manufacturers Association. PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Acceptable Manufacturers: General Electric, Cutler Hammer, Square D, Westinghouse. 2.02 EQUIPMENT A. Provide motor and circuit disconnects with UL label. B. Single Phase 120/277 Volt Disconnect Switches: Single pole HP rated toggle switch. C. Three Phase Motor Disconnect Switches: 3 pole heavy duty fusible or non -fusible as shown, 250 or 480 volt as required in NEMA Type 1 or 3 enclosures. Provide with lugs for suitable wire range, with ground lug, copper current carrying parts, silver -tungsten contacts, reinforced fuse clips for Type R rejection fuses. D. Switches controlling or disconnecting motor loads in excess of 1/3 HP shall be horsepower rated, approved for motor control service, and shall be complete with overload devices of proper ratings. 16170.doc 1 PART 3- EXECUTION 3.01 INSTALLATION A. Install motor and circuit disconnect as recommended by manufacturer and in accordance with NEC. ***END SECTION 16170*** 16170.doc 2 SECTION 16178 CONTROL PANELS PART 1- GENERAL 1.01 WORK INCLUDED A. Provide control panels as indicated on the plans including all necessary devices, accessories and wire terminations to accomplish control and interlock of motors and equipment as indicated on the plans. B. Shop drawings shall be submitted for all control panels for approval and coordination with the Owner prior to assembly or purchasing components. PART 2- PRODUCTS 2.01 GENERAL A. All components shall be as specified herein or pre -approved equal. Contractor shall provide submittals for proposed "equal" substitutions no later than ten (10) days prior to bid. 2.02 MATERIALS A. Switches, lights and pushbuttons shall be 22 millimeter Square D/Telemecanique Series ZB2, or equal. All components for panels in production and wash down areas shall be suitable for NEMA 4X application. Devices and components in electrical rooms shall be suitable NEMA 12 applications. B. Emergency stop buttons shall be mechanically held, maintained contact type with red mushroom operator. All other buttons and switches shall be as required to be consistent with operation indicated on plans. C. Start buttons shall be combination pilot light type. D. Lense colors for all indicator lamps shall be as selected by Owner. E. Control relays shall be 120 volt IDEC RH series with SH series bases. All relay bases shall be DIN rail mounted. F. Provide terminal strips to accommodate all conductors to be terminated. Terminal strips shall be Entrelec M4/6 series. Terminal blocks and accessories to be DIN rail mounted. 16178.doc G. Enclosures for custom fabricated control panels shall be Hoffman "A" series, NEMA 4X stainless steel in wash down and production areas. NEMA 12 painted in electrical rooms. PART 3- EXECUTION 3.01 GENERAL A. Field coordinate control panel installation with Owner's field representative. B. Make all necessary termination control wires in control panels and at motor control centers. Coordinate all terminations with Owner's authorized representative, submitting shop drawings as required. ***END SECTION 16178*** 16178.doc 2 SECTION 16180 OVERCURRENT PROTECTIVE DEVICES PART 1- GENERAL 1.01 WORK INCLUDED A. Fuses B. Molded -Case Circuit Breakers 1.02 RELATED WORK A. Section 16160: Panelboards B. Section 16170: Motor and Circuit Disconnects PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Fuses: Bussman, Littlefuse, Brush, Gould Shawmut B. Breakers and Relays: Square D, General Electric, Cutler Hammer, Westinghouse 2.02 CIRCUIT BREAKERS A. General: 1. Except as otherwise indicated, provide circuit breakers and ancillary components of types, sizes, ratings and electrical characteristics indicated, which comply with manufacturer's standard design, materials, components and construction in accordance with published product information and as required for a complete installation. B. Molded -Case Circuit Breakers: 1. Provide factory assembled molded -case circuit breakers of frame assembled molded -case circuit breakers of frame size, voltage and interrupting ratings as indicated on the drawings. Provide breakers with permanent thermal and instantaneous magnetic trips in each pole and ampere ratings and indicated. Construct with overcenter, trip -free, toggle type 16180.doc 1 operating mechanisms with quick -make, quick -break action and positive handle indication. Construct breakers for mounting and operating in any physical position and operating in an ambient temperature of 40 degrees C. Provide breakers with mechanical screw type removable connector lugs, AL/CU rated. 2.03 FUSES A. General: 1. Except as otherwise indicated, provided fuses of types, sizes, ratings and average time -current and peak let through current characteristics indicated, which comply with manufacturer's standard design, materials and construction in accordance with published product information and with industry standards and configurations. B. Class RK1, RK5: 1. Provide UL Class RK1 rated 200,000 RMS symmetrical interrupting current for protecting motors and equipment, equal to Buss LPN-RK or LPS-RK. 2. Fuses for over 601 amp shall be Class L Type, KRPC fuse. C. Cartridge fuses shall be rated 600 volts one (1) time of ampere ratings noted. Fuses shall be manufactured by an approved manufacturer. Fuses shall be plainly marked (either by printing on fuse barrels or by labels attached to the barrels) showing name or trademark of manufacturer, voltage rating, ampere rating, interrupting rating (where other than 10,000 amps), and the leg -end "current limiting", where applicable. On fuses used for supplementary protection, however, interrupting ratings need not be so marked. Fuseholders shall be so designed that it will be difficult to put a fuse on any given class into a fuseholder which is designed for a lower current or higher voltage than that of the class to which it belongs. Where current -limiting fuses are specified, fuseholders shall not permit insertion of fuses which are not current -limiting. D. Surge protection shall be provided for all panels and instrument control panels located outside. PART 3- EXECUTION 3.01 INSTALLATION OF OVERCURRENT PROTECTIVE DEVICES A. Install overcurrent protective devices as indicated in accordance with the manufacturer's written instructions and with recognized industry practices to insure that protective devices comply with requirements. Comply with NEC and NEMA standards for installation of overcurrent protective devices. 16180.doc 2 B. Coordinate with other work, including electrical wiring work as necessary to interface installation of overcurrent protective devices with other work. C. Fasten circuit breakers without mechanical stresses, twisting or misalignment being exerted by clamps, supports or cabling. 3.02 FIELD QUALITY CONTROL A. Prior to energization of overcurrent protective devices, test devices for continually of circuitry and for short circuits. Correct manufacturing units and then demonstrate compliance with requirements. 16180.doc (THIS PAGE INTENTIONALLY LEFT BLANK) ***END SECTION 16180*** 16180.doc SECTION 16190 SUPPORTING DEVICES PART1-GENERAL 1.01 WORK INCLUDED A. Conduit supports PART 2- PRODUCTS 2.01 CONDUIT SUPPORTS NOTE: No black iron materials shall be used wet areas. All trapeze angles, support rods and fasteners shall be 304L stainless steel. All clamps shall be stainless steel, aluminum, or galvanized. A. Single Runs: Non -corrosive conduit straps or ring bolt type hangers with specialty spring clips in non -production areas. Do not use plumbers perforated straps. B. Multiple conduits running horizontally at the same grade and elevation may be supported by trapezes of channels suspended on rods. All support components shall be adequate size for loaded weights being supported. Provide conduit racks with 25% spare capacity. C. Perforated strap iron or wire shall not be used for supporting conduits or equipment. D. Where large conduits are supported beneath bar joist, hanger rods shall be secured by angles of adequate size. Each angle shall be fastened to the joist and shall span two or more joist to distribute the weight properly. E. Supports shall be installed within three (3) feet of each coupling or connector. Support systems for conduit run above the roof shall match support system on the existing plant and shall consist of painted steel channel racks. F. Vertical Runs: Channel supports with conduit fittings, clamp type supports where conduits penetrate floors. G. Hangers shall be made of durable materials suitable for the application involved and shall be of non -corrosive material. H. The use of perforated iron straps for supporting conduits will not be permitted. 16190.doc I. The required strength of the supporting equipment, and the size and type of anchors, shall be based on the combined weight of conduit, hanger and cables. 2.02 ANCHOR METHODS A. Hollow Masonry: Toggle bolts or spider type expansion anchors. B. Solid Masonry: Lead expansion anchors or preset inserts. C. Metal Surfaces: Machine screws, bolts or welded studs. D. Wood Surfaces: Wood screws. E. Concrete Surfaces: Self drilling anchors or power driven studs. 2.03 METAL FRAMING SYSTEMS A. Provide metal framing systems for electrical equipment and conduits as required for proper support spacing and approved for the purpose. Powerstrut, Unistruct, Kindorf or equal. B. All members and fittings shall be non -corrosive, including screws, nuts, washers, inserts, springs, clamps, hangers, clips, fittings. 2.04 SLEEVES A. Where conduits pass through interior walls, install 22 -gauge galvanized sheet iron sleeves. Finish flush with each finished surface. Size sleeves to readily permit the subsequent. insertion of conduits of the proper size. After conduits have been installed close opening with flushed escutcheon. B. Provide conduits passing through foundation walls below grade or exterior masonry walls with waterproof sleeves. Inside diameter of these sleeves shall be at least 1/2 -inch greater than outside diameters of conduit. After conduits are installed, make the annular space between conduit and its sleeve watertight. C. Do not sleeve grade beams. Install conduits and ducts under or over all grade beams. 16190.doc 2 PART 3- EXECUTION 3.01 INSTALLATION A. Layout to maintain headroom, neat mechanical appearance, and to support equipment loads required. Electrical conduit systems shall be installed in production areas at an elevation as determined at the preconstruction meeting. B. Conduit Supports Exposed conduits shall be securely fastened in place on maximum 10 feet intervals; and hangers; supports or fastenings shall be provided at each elbow and at the end of each straight run terminating at a box or cabinet. Horizontal and vertical conduit runs may be support by one -hole malleable straps, clamp -backs, or other approved devices with suitable bolts, expansion shields (where needed) or beam -clamps for mounting to building structure or special brackets. C. Provide a complete installation with all channels, accessories, screws, nuts, washers, inserts, springs, camps, hangers, clips, fittings, brackets, framing fittings, post bases and brackets to provide a structural rigid support or mounting system. D. Adjustable hangers may be used to suspend conduits where separately located. If adjustable trapeze hangers are used to support groups of parallel conduits, U -bolt or similar type clamps shall be used at the end of a conduit run and at each elbow. Approved clamps shall be installed on each trapeze hanger to fasten each conduit. 16190.doc (THIS PAGE INTENTIONALLY LEFT BLANK) ***END SECTION 16190*** 16190.doc SECTION 16420 TRANSFORMERS PART 1- GENERAL 1.01 WORK INCLUDED A. Extent of transformer work is indicated by drawings and schedules. 1.02 SUBMITTALS A. Product Data: Submit manufacturer's data on power/distribution transformers, including certification of transformer performance efficiency at indicated loads, percentage regulation at 100% and 80% power factor, no-load and full -load losses in watts, percentage impedance at 75 degree C, hot -spot and average temperature rise above 40 degree C ambient, sound level in decibels and standard published data. PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Acceptable Manufacturers: General Electric 2. Square D 3. Westinghouse 2.02 POWER/DISTRIBUTION TRANSFORMERS A. General: Except as otherwise indicated, provide manufacturer's standard materials and components as indicated by published product information, designed and constructed as recommended by manufacturer. Ground stepdown transformer secondaries as indicated on the drawings. Do not ground to water pipes. 2.03 DRY -TYPE DISTRIBUTION TRANSFORMERS A. Transformers 225 KVA or less: Provide factory assembled, general purpose, air cooled, dry type distribution transformers where shown, or sizes, characteristics and rated capacities indicated; 3 -phase, 60 Hz, 4.5% impedance with 480 volts connected primary and 208Y120 volts secondary. Provide primary winding with six taps, two above and 16420.doc four below full rated voltage for a de -energized tap -changing operation. Insulation to be in accordance with NEMA ST20 Standards for a 220°C UL Component Insulation System and rate for continuous operation at rated KVA. Limit transformer surface temperature rise of the top of the enclosure to maximum of 35°C rise above 40°C ambient. Provide terminal enclosure with cover, to accommodate primary and secondary coil wiring, connections and electrical supply raceway terminal connector. Equip terminal leads with connectors installed. Limit temperature rise to 80°C when transformer is operating continuously at rated load with ambient temperature of 40°C. Transformers shall be capable of carrying a 30% continuous overload without exceeding 150°C temperature rise above 40°C ambient. (See riser diagram for requirements different from those listed herein.) Rated capacity shall be as noted herein on the plans. Transformers 15KVA and smaller shall have two 5% full -capacity taps below normal on the primary side. Transformers larger than 15KVA shall have six 2-1/2% full capacity taps - two below and two above normal on the primary side. Circuit connections shall be in flexible metal conduit in an approved manner. B. Provide wiring connections suitable for copper wiring. Mount transformers on Type SP- NRC Amber/Both ribbed neoprene vibration isolation pad. Sound level ratings not to exceed 45 db for transformers 225 KVA and less as determined in accordance with the latest ANSI C89 and NEMA standards. Electrically ground core and coils to transformer enclosure by means of flexible metal grounding strap. Provide transformers with full enclosed sheet steel enclosures. Apply manufacturer's standard light gray indoor enamel over cleaned and phosphatized steel enclosure. Provide transformers suitable for floor mounting, unless noted otherwise. PART 3- EXECUTION 3.01 INSTALLATION OF TRANSFORMERS A. Install transformers as indicated, complying with manufacturer's written instructions, applicable requirements of NEC, NEMA and IEEE standards and in accordance with recognized industry practices and insure that products fulfill requirements. B. Coordinate transformer installation work with electrical raceway and wire/cable work, as necessary for proper interface. C. Install units on vibration mounts; comply with manufacturer's indicated installation method. Connect transformer with flexible conduit for both primary and secondary feeders. D. Connect transformer units to electrical wiring system. Comply with requirements of other Division 16 sections. Wiring connections to be in strict conformity with NEC. 16420.doc 2 3.02 GROUNDING A. Provide tightly fastened equipment grounding and bonding connections for transformers as indicated. 3.03 TESTING A. Upon completion of installation of transformers, energize primary circuit at rated voltage and frequency from normal power source and test transformers, including, but not limited to, audible sound levels, to demonstrate capability and compliance with requirements. Where possible, correct malfunctioning units at the site, then retest to demonstrate compliance; otherwise, remove and replace with new units and proceed with retesting. 16420.doc 3 (THIS PAGE INTENTIONALLY LEFT BLANK) ***END SECTION 16420*** 16420.doc SECTION 16450 GROUNDING PART 1- GENERAL 1.01 WORK INCLUDED A. Power system grounding B. Communication system grounding 1.02 RELATED WORK A. Section 16111: Conduit B. Section 16120: Wire and Cables 1.03 REGULATORY REQUIREMENTS A. Install complete grounding system for the building(s) and all electrical equipment in accordance with National Electrical Code. PART 2- PRODUCTS 2.01 GROUNDING A. Provide copper grounding conductors for grounding connections sized according to NEC. PART 3- EXECUTION 3.01 POWER SYSTEM GROUNDING A. Circuit Grounding: 1. Install grounding bushings, grounding studs and grounding jumpers at distribution centers and panelboards. Install NEC sized ground conductor, #12 AWG minimum, in all branch circuit and equipment conduits. B. Bonding Jumpers: 1. Provide green insulated wire, size correlated with over -current device protecting the wire, attach to grounding bushings on conduit, to lugs on boxes and other enclosures. Connect to neutral only at service neutral bar, make separate lug. 16450.doc 1 C. Bonding Wires: 1. Install bonding wire in flexible conduit connected at each end to a grounding bushing. D. No strap type grounding clamps shall be used. All connections shall be made only after surfaces have been cleaned or ground to exposed metal. E. Metal raceways, metal enclosures of electrical devices, switchgear enclosures, transformer frames, and other equipment shall be completely ground in an approved manner prescribed by the NE code. All necessary conduit, conductors, clamps, connectors, etc. for the grounding system shall be furnished, installed and connected by the Electrical Contractor. F. Furnish and install a No. 4/0 Type "THWN" conductor in a 1 1/2 -inch (minimum) rigid galvanized conduit from the neutral bus in each main switch to a 1 -inch or larger metal cold water service pipe. Provide bond jumper at water meter. The water -pipe connection shall consist of an approved ground fitting that bonds both conduit and conductor to the pipe. Furnish and install an approved type bonding jumper secured by approved ground clamps around the water meter. G. Ground Rods: (If an approved metal cold water pipe does not exist.) 1. Grounding shall be accomplished by means of a driven ground rod 5/8 -inch in diameter and 10 feet long, with a clamp at the top and a #6 bare stranded copper conductor extending to the ground buss in the main switch. One (1) each for each main.Regardless, the ground buss shall be tied to the ground grid furnished for the transformer pads. Main switches shall be bonded together with a 500 MCM copper conductor in conduit. H. Provide a bare 4/0 Cu grounding grid around each building or structure. Provide a 5/8" x 10' ground rod every 50'. Bond to building/structure at every other column. All connections shall be "Cad -Weld" or equal. I. Bonding Methods: 1. All conduit runs are to have a properly sized insulated grounding conductor. ***END SECTION 16450*** 16450.doc 2 SECTION 16510 LIGHT FIXTURES PART 1- GENERAL 1.01 WORK INCLUDED A. Installation of luminaires, supports and accessories. 1.02 RELATED WORK A. Section 16120: Wire and Cables B. Section 16190: Supporting Devices 1.03 SUBMITTALS A. Submit shop drawings and product data in accordance with General Conditions, including pertinent physical characteristics and complete photometric data reports from independent testing laboratory. 1.04 COORDINATION A. Confirm compatibility and interface of other materials with luminaire and ceiling system. Report discrepancies to the Owner/Engineer and defer ordering until clarified. B. Supply plaster frames, trim rings and back boxes to other trades. C. Avoid conflicts between luminaires, supports, fittings and mechanical equipment. PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Provide products of manufacturers as listed in the lighting fixture schedule or equal, subject to compliance with requirements. B. Acceptable manufacturer of fluorescent fixtures: 1. Williams 2. Lithonia 3. Daybrite 4. Hubbell 16510.doc 1 C. The original bid shall be based on furnishing and installing the luminaires or lighting equipment as specified. With the original bid, the bidder may, if he so desires, submit an alternate proposal based on furnishing and installing luminaires or lighting equipment other than that specified. This alternate proposal shall contain detailed information (manufacturer's trade name and/or catalog number, construction details, data on light distribution, etc.) on the proposed substitute equipment and any price differential which applies. Within ten (10) days after award of the contract, the successful Electrical Contractor may make a written request to substitute comparable lighting equipment for that specified. Such an alternate proposal should clearly indicate any price differential which would apply and provide detailed information on the proposed substitute equipment to permit a careful comparison with original specifications (luminaire construction, light distribution, etc.). Any proposal for substitution of lighting equipment shall further meet all requirements of the provisions contained in the General Conditions section. Approval of specific lighting equipment substitutions shall be obtained in writing from the Engineer before equipment in ordered. Contractors seeking substitution of optional equipment shall be in a position to furnish samples of both specified and alternate equipment for comparison, if required. The Electrical Contractor shall furnish all luminaires, lighting equipment and components shown on the plans, listed in the Fixture Schedule, and specified herein. He shall furnish all labor and materials required to install specified equipment in the manner indicated. All luminaires and lighting equipment shall be delivered to the building complete with suspension accessories, canopies, hickeys, casings, sockets, holders, reflectors, ballasts, diffusing material, louvers, plaster frames, recessing boxes, etc., all wired and assembled as indicated. The Electrical Contractor shall furnish and install lamps and accessory wiring as indicated under the general provisions of the electrical specifications. Fluorescent luminaires shall be wired with no smaller than #16 Type AF asbestos - covered wire. No splice or tap shall be located within an arm, stem or chain. Wire shall be continuous from splice in outlet box of the building wiring system to lamp socket of ballast terminals. All fluorescent ballasts, as indicated, shall be of the high -power -factor Class P type, and their design and construction shall conform to Certified Ballast Manufacturer's standards. 16510.doc 2 PART 3- EXECUTION 3.01 SUPPORTS A. Support fluorescent luminaires directly from building structure by rod hangers and inserts or suspension wire. B. Support luminaires more than two (2) feet wide by four (4) hangers per luminaire minimum independent of ceiling structure or tee bars. 3.02 RECESSED LUMINAIRES A. Install recessed luminaires to permit removal from below to gain access to outlet or pre - wired fixture box. B. Install an accessible junction box not less than one (1) foot away from the fixture and connect to it by not less than four (4) feet nor more than six (6) feet of flexible conduit, using type of fixture wire approved for this purpose. C. Mount in suspended ceiling with exposed tee bar grid system, support directly from the building structure. D. Where an attached junction box is not used and the run from fixture to the nearest junction box exceeds six (6) feet, use Type AVA wire from fixture to the nearest junction box. 3.03 ALIGNMENT A. Align luminaires, clean diffusers and replace burned out lamps prior to final acceptance. 3.04 FIRE RATED CEILINGS A. Where recessed fixtures will penetrate either fire -rated ceilings or fire rated gypsum board located above suspended ceilings, the fire -rated ceiling or gypsum board shall be continuous over and around the fixture housing and outlet box. Coordinate the ceiling and fixture installations to insure a continuous fire rated ceiling. 16510.doc 3 (THIS PAGE INTENTIONALLY LEFT BLANK) ***END SECTION 16510*** 16510.doc APPENDIX A GEOTECHNICAL REPORT GEOTECHNICAL INVESTIGATION for BIOSOLIDS MANAGEMENT SOLAR DRYING FACILITY AT CITY OF FAYETTEVILLE WASTEWATER TREATMENT FACILITY FOR CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS March 2009 UL'NQ ENGINEERS, InR. Project No. FY093802 ry�O a 74 Prepared By: P /;iLcL . �M[cCLELLANI M(EEICOlU5lL1ING114 ENGINEERS, INC. ��` ® 3 - McClelland Consulting Engineers, Inc. 1810 North College Ave Fayetteville, Arkansas 72703 (479) 443-2377, FAX (479) 443-9241 GEOTECHNICAL INVESTIGATION BIOSOLIDS MANAGEMENT SOLAR DRYING FACILITY FAYETTEVILLE, ARKANSAS FOR CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS EXECUTIVE SUMMARY This is a report of the findings of subsurface exploration for the proposed Biosolids Management Solar Drying Facility to be located to the west of E. Wyman Rd. for the City of Fayetteville's Wastewater Treatment Facility in Fayetteville, AR. This report includes foundation recommendations for the addition. The following is a summary of significant findings: • Impenetrable rock was not encountered by any of the borings. • The solar drying facility may have a spread or a continuous footing system founded at a minimum depth of three (3) feet below the finished ground elevation. The safe allowable bearing pressure for the footings in the native or structural embankment material is 2,500 pounds per square foot (psf). • Groundwater was not found by any of the borings. • The recommended pavement sections for plain (unreinforced) concrete are as follows: Jointed, Plain Concrete Compacted Class 7 Concrete Heavy Duty 8" 8" INTRODUCTION McClelland Consulting Engineers, Inc. conducted an investigation of subsurface soil conditions for the Biosolids Management Solar Drying Facility in Fayetteville, Arkansas. This investigation was authorized by Mr. Shannon Jones, of the City of Fayetteville, to obtain subsurface soil conditions and to provide recommendations for the design of the foundation system for the proposed facility. It is our understanding that the solar drying facility will be an enclosed, green -house like structure constructed of a metal frame and translucent polyethylene panels. The floor of the facility will be spread with up to 2 feet of wet sludge to facilitate drying that material. The data was determined from the following three-phase program: A. An investigation of the subsurface conditions, and visual soil classification by use of sample borings. B. A laboratory testing program to determine the strength parameters and engineering properties of the soil strata. C. An engineering analysis of the laboratory and field data for bearing capacity and pavement recommendations. PROJECT DESCRIPTION The proposed site is located west of E. Wyman Road, east of the Paul R. Noland Wastewater Treatment Facility, in Fayetteville, Arkansas. The project will consist of the solar drying facility and associated concrete truck access to aid in the reduction of moisture in sludge generated by the wastewater treatment facility. The total project area is approximately 2.6 acres. X:\09-GEOT\093802\Biosolids RPT.doc 2 The project site is currently an open field covered in native grasses. It slopes to the west at approximately 1 %. The highest point on the site is along the eastern project boundary and has an elevation of 1190 feet. The lowest point on the site is along the northwestern project boundary and has an elevation of 1185 feet. FIELD INVESTIGATION The soil conditions at the location of the proposed lodge were investigated by seven (7) sample -borings. The borings were drilled to a depth of seven (7) to eleven (11) feet. The boring locations are indicated on Plate 1. Descriptions and classifications of the soil strata encountered and the results of the field and laboratory tests are given on the boring logs, Plates 2 through 8. A key to the terms and symbols used on the boring logs is presented on Plate 9. The borings were drilled using a truck -mounted rotary drilling rig and advanced by a 5 -1/2 -inch -continuous auger. Soil samples were obtained at the depths indicated on the boring logs by the use of a 2 -inch split -spoon sampler. The split -spoon sampler was driven by blows from a 140 -pound hammer dropped 30 inches. The number of blows required to drive the split -spoon sampler the final 12 inches of a 18 -inch drive, or portion thereof, is referred to as the Standard Penetration value, N, and is recorded on the boring logs in the blows -per -foot column. The field tests performed included visual soil classifications, hand penetrometer tests, and groundwater observations. Groundwater was not encountered in any of the borings X:\09-GEOT\093802\Biosolids RPT.doc 3 at the time of drilling. Auger refusal was not reached in any of the borings. Results of hand penetrometer tests are included on the boring logs located within this report. LABORATORY TESTS Laboratory tests were performed on soil samples recovered from the borings. The laboratory tests are directed at determining the engineering properties of the soil strata. The test performed included moisture content, unit weight, gradation, Atterberg Limits, and unconfined compression tests. The natural soil moisture content was determined for the soil samples to provide a moisture profile for each boring. Unit weight determinations were performed on suitable undisturbed soil samples and the dry unit weight is given on the boring logs. Atterberg Limits tests (liquid and plastic limits) were performed on selected samples to aid in the soil classification and to help evaluate the volume change characteristics of each soil stratum. Unconfined compression tests were performed on selected samples for evaluation of the shear strength of the soil strata. The cohesive shear strength reported on the boring logs is one half of the observed compressive stress. Gradation analyses were performed on representative soil samples to aid in the soil classification of the selected soil strata. The results of the gradation tests are given on the Laboratory Testing Results at the end of this report. X:\09-GEOT\093802\Biosolids RPT.doc Q. The results of the laboratory tests are given on the boring logs and are also given on the summary of Laboratory Test Results, Plates 10 and 11, at the end of this report. GENERAL SOIL CONDITIONS According to the USDA soil survey map for the project area, the following soil types exist in the area of the proposed lodge: • Johnsburg Silt Loam over the entire project area. The soil stratum encountered by the borings consisted of very stiff to hard sandy clays with varying amounts of gravel The clay fractions of the CL and CH materials have a moderate to high plasticity and a potential for volumetric changes due to changes and sensitivity to the soil moisture content. The clay fraction of the CL and CH materials makes up between 55 to 90 percent of the entire soil mass as indicated by the results of gradation analyses of materials from the borings. The clay fraction of the CL & CH soils have a low permeability of approximately 1x10-6 cm/sec and a very low vertical percolation rate into the soil mass. ANALYSIS AND RECOMMENDATIONS Foundation Design The foundation system recommended for the solar drying facility is a spread or a continuous footing system founded at a minimum depth of three (3) feet below the X`.109-GEOT\093802\Biosolids RPT.doc 5 finished ground elevation. The safe allowable bearing pressure for the footings in the native or structural embankment material is 2,500 pounds per square foot (psf). The allowable bearing pressure provides a minimum factor of safety of three (3) with respect to the measured and estimated strength prciperties of the bearing stratum. The frost depth for the Fayetteville, Arkansas area is a minimum of eighteen (18) inches. Foundation settlement under the structure for the spread or continuous footing systems should be less -than 1/4 -inch. Total and/or differential settlement between the building columns founded should be 1/8 -inch to 1/4 -inch. Adequate connections within the metal frameshould be used to control any settlement that may occur between the foundation footings. The footings should be thoroughly cleaned of all loose material after excavation and before concrete placement. The footings should be observed by the Owner, Architect, Engineer and/or Geotechnical Engineer, or their representatives, to verify the adequacy o€ bearing at the planned depths. A slab on -grade may be used for the floor slab provided a minimum 4 -inch cushion of sand, crushed stone or gravel is placed below the slabs with a vapor barrier immediately below the slab. Structural fill, if required, should be controlled to maintain the moisture content within two (2) percent above or five (5) below the optimum moisture content. X:\09-GEOT\093802\Biosolids RPT.doc 6 The soil profile at this project site is a Site Class C according to Section 1613.5.3 of the 2006 International Building Code. Site Grading and Subgrade Preparation The grading and excavation for the project area should include the removal of all topsoil and organic material within the area to be disturbed. Additional depth of excavation may be required in wet periods to remove any soft and/or unsuitable material from within the site of the building and parking areas due to the fine nature of the native soil. The native subgrade material should be compacted to a minimum density of 95 percent as determined by the Standard Proctor Test, ASTM D 698, at optimum moisture, before the placement of select fill material, foundations, drainage structures, or pavement. Alternatively, the native subgrade area may be proof -rolled using a minimum dual -axle, fully loaded dump truck weighing at least 60,000 lbs. The proof rolling, if used, should be performed in the presence of the Geotechnical Engineer and/or Owner. The building and paved areas may require additional placement of select structural embankment material above the native material to bring the site to the required subgrade elevations. Imported structural embankment material (select fill) is recommended to be locally available reddish -brown, silty clay with broken chert gravel and cobbles, or "Hillside Material", meeting Unified Soils Classification as a GC, GW or GM material, having a Plasticity Index of 30 or less, and having a Liquid Limit of 60 or less. The CBR value for any imported select material, including onsite excavated material, beneath pavement and sidewalks should be tested to ensure a minimum CBR X:109-GEOT1093802\Biosolids RPT.doc 7 value of ten (10). The embankment slopes, if required, are recommended to have maximum 4:1 slopes for both cut and fill sections for the convenience of maintenance. However, 3:1 slopes may be used where absolutely required All embankment and fill materials throughout the project should be compacted in place in maximum eight (8) -inch compacted lifts to a minimum density of 95 percent of the maximum density as determined by the Standard Proctor Test, ASTM D 698. The embankment and fill materials should..be compacted between five (5) percent below - and two (2) percent above the optimum moisture content. All imported material shall be tested and approved for use by the Geotechnical Engineer and Architect. The surface drainage during construction should be carefully maintained during the site embankment and the building construction periods to minimize water ponding within and adjacent to the building and pavement areas. These areas should be provided with a minimum one (1) to one and one-half (1.5) percent slope during construction. The soil materials for embankment and subgrade should be controlled using frequent moisture -density tests for each compacted lift using a minimum of one (1) test per 5,000 square feet to a maximum of one (1) test per 2,500 square feet. All trenching and excavation should be conducted in accordance with Arkansas State Law and OSHA guidelines and requirements. X:\09-GEOT\093802\Biosolids RPT.doc 8 Quality Control testing of the earthwork operation, concrete, paving and other phases is recommended to be utilized during construction to assure the Architect and Owner that the construction complies with the specifications. Pavement Design The pavement in the truck access and turning area should be a Portland cement concrete pavement. A CBR value of 10 may be used for the select fill material in pavement design. The- recommended pavement sections for plain (unreinforced) concrete are as follows: Jointed, Plain Concrete Compacted Class 7 Concrete Heavy Duty J 8" 8" X:\09-GEOT\093802\Biosolids RPT.doc 9 LIMITATIONS AND RESERVED RIGHTS The recommendations and conclusions made in this report for the Biosolids Management Solar Drying Facility are based on the assumption that the subsoil conditions do not deviate appreciably from those disclosed in the test borings. Should significant subsoil variations or undesirable conditions be encountered during construction that are not described herein, the Geotechnical Engineer reserves the right to inspect these conditions for the purpose of reevaluating this report. A review of the final construction plans and specifications by this office is encouraged to ensure compliance with the intent of these recommendations. Sincerely yours, McCLELLAND CONSULTING ENGINEERS, INC. Jul a K. Foreman, El Project Engineer 12i / / __ Er,: iif. ice PriderfProject, - a, Enclosures: Boring Log. 6 Testing Restlts,., X:109-GEOT\093802\Siosolids RPT.doc 10 LOG OF BORING NO. B-1 PROJECT OWNER: CITY OF FAYETTEVILLE PROJECT NO.: FY093802 DESCRIPTION: BIOSOLIDS MANAGEMENT FACILITY DATE DRILLED: February 6, 2009 LOCATION: FAYETTEVILLE, ARKANSAS PROJECT ENGINEER: R. Wayne Jones DRILLING METHOD: 5-1/2" Continuous Auer BORING LOCATION: See Plate 1 m x Description of Material W r (Color, Type, Moisture, 'U) and Consistency) z .o ! .2 3 m O Cl) o 'o a cc ar d' W m c°n .J �O. O J U G1 0-1188 .• CH Very Stiff Brown and Tan Sandy Clay 1 13.3 2.00 2 1186 2 18.6 2.00 105.2 U i C A 11 4 1184 3 o. a 0 I- I61182 O a g 1180 5 0 y c r d a c 0 h1110T1178161 12-I- 1176 CH Very Stiff Brown Tan and Gray Clay 19.0 501 171 33 1 9.26 2.75 ,100.3 with Sand, Trace Gravel and Organics cH Very Stiff Brown Clay with Gravel END OF BORING 8.8 1 1 1 1 1 4.00 1 112.7 19.7 1 I 1 1 13.00 12.2 1 1 I I 1 3.75 Completion Depth: 11.0 feet Depth to Water: Dry Logged By: B. Theriault Fayetteville, Arkansas I MCCLELWAND Little Rock, Arkansas CONSULTING ENGINEERS, INC PLATE 2 LOG OF BORING NO. B-2 PROJECT OWNER: CITY OF FAYETTEVILLE PROJECT NO.: FY093802 DESCRIPTION: BIOSOLIDS MANAGEMENT FACILITY DATE DRILLED: February 6, 2009 LOCATION: FAYETTEVILLE, ARKANSAS PROJECT ENGINEER: R. Wayne Jones DRILLING METHOD: 5-1/2" Continuous Auger BORING LOCATION: See Plate 1 d U O a Description of Material o c U a o Z u_ (Color, Type, Moisture, I —'n s aC,, and Consistency) • a Cl C'f co, O W V) m u) 1 1L «.1 it ci 0J CL Very Stiff to Hard Brown, Tan and Gray 1 Z Sandy Clay with Gravel 18.6 1.25 1184 2 1182 4 13 II 61 1180 II 10 -I- 1174 12 4 5 6 END OF BORING 19.1 1321 181 141 0.21 1 3.50 1 112.4 21.8 20.4 20.0 5.3 4.50 1 105.3 0.08 1 1.50 1 106.9 3.50 2.75 (t Completion Depth: 11.0 feet Depth to Water: Dry Logged By: B. Theriault I Fayetteville, Arkansas MCCLELLANA y NEUM.Mt Little Rock, Arkansas ENGINEERS, INC. PLATE 3 LOG OF BORING NO. B-3 PROJECT OWNER: CITY OF FAYETTEVILLE PROJECT NO.: FY093802 DESCRIPTION: BIOSOLIDS MANAGEMENT FACILITY DATE DRILLED: February 6, 2009 LOCATION: FAYETTEVILLE, ARKANSAS PROJECT ENGINEER: R. Wayne Jones DRILLING METHOD: 5-1/2" Continuous Auger BORING LOCATION: See Plate 1 m 61 x d _ chi a o Description of Material o = U)ff o 0 U_ (Color, Type, Moisture, m v, and Consistency) ? 'a Ci m .2 f W c V) .2 m .o Cl) U) > o a ca d o .: , CL Very Stiff Reddish Brown and Tan 1 Sandy Clay with Organics 17,9 4.00 m 1186 s ii 2 2 C) . 1184 Q11II 4 3 .II I II t I- 0 6 -tea 1182 O 4 v c �a m c .c O a 0 r 1180 O 'c 8 5 O r a 1178 III 101 f 6J 1176 12 CL Stiff Brown, Tan and Gray Sandy Clay 19.3 with Gravel Stiff to Very Stiff Brown Sandy Clay witfl� 18.9 Organics Very Stiff Brown and Tan Gravelly Sandy Clay with Gray Seams END OF BORING 17.8 1.25 I 108.4 0,19 l 3.50 1111.6 1.50 I 97.5 19.8!341151 191 0.13 l 2.00 1 101.4 14.2 Completion Depth: 11.0 feet Depth to Water: Dry Logged By: B. Theriault 2.75 Fayetteville, Arkansas P , CCL LLANO Little Rock, Arkansas �ONSUt.T1NG ENGINEERS, lNC PLATE 4 LOG OF BORING NO. B-4 PROJECT OWNER: CITY OF FAYETTEVILLE PROJECT NO.: FY093802 DESCRIPTION: BIOSOLIDS MANAGEMENT FACILITY DATE DRILLED: February 6, 2009 LOCATION: FAYETTEVILLE, ARKANSAS PROJECT ENGINEER: R. Wayne Jones DRILLING METHOD: 5-1/2" Continuous Auger BORING LOCATION: See Plate 1 .1 . c o as Description of Material = xti a'' . w U. C. .. v c u°., .��+ (Color, Type, Moisture, E ,. � v, a n3 t j and Consistency) 3 N c° .9 ice '44 i� C!r c d o w m ° m _ o vi U) ° a M O m o ' O -J LL CL Very Stiff to Hard Brown and Tan Clay with Sand and Gravel 20.2 2.75 1186 2 2 18.8 5.00 114.1 411841 3� 18.5 5.00 107.4 1182' 6 4 CL Very Stiff Reddish Brown Clay with 18.5 31 18 13 0,16 3.00 101.1 Sand and Gravel Intermixed with Brown Clay with Sand and Organics 1180 8 5 . CL Very Stiff to Hard Brown and Tan Clay 15.2 4.50 :; ?' with Sand, Gravel, and Gray Seams 0 1178 10 fl 6 9.8 3.00 F END OF BORING 1176 12 Completion Depth: 11.0 feet Depth to Water: Dry Logged By: B. Theriauit Fayetteville, Arkansas McCLELLANU Little Rock, Arkansas CONSULTING try ENGINEERS, INC. PLATE 5 LOG OF BORING NO. B-5 PROJECT OWNER: CITY OF FAYETTEVILLE PROJECT NO.: FY093802 DESCRIPTION: BIOSOLIDS MANAGEMENT FACILITY DATE DRILLED: February 6, 2009 LOCATION: FAYETTEVILLE, ARKANSAS PROJECT ENGINEER: R. Wayne Jones DRILLING METHOD: 5-112" Continuous Auger BORING LOCATION: See Plate 1 m c o = as' Description of Material o = = c U) LL Cl) v Z tI°. (Color, Type, Moisture, : > H rn and Consistency) v v pr 0 W Cl) CO U) > 0 °' cv M ,° d D J o. tL U. 0 1186 . CL Very Stiff Brown and Gray Silty Clay 1 _ with Gravel 14.0 2.75 2: 2 a 1184 16.2 4.00 108.6 4 , . 4 a 9182 3 19.0 0.17 3.50 103.5 liE . 1180 4 16.7 4.50 112.6 c m ll1JI 1111111 0 T 8 1178 1 CL Very Stiff to Hard Dark Yellow and Gra 18,8 2.00 JJJJ Clay with Sand and Organics m a c 0 so E ll 101r 1176ri 6 I I 132f f 32111 1 J450 END OF BORING 12 1174 I Completion Depth: 11.0 feet Depth to Water:, Logged By: B. Theriault _J , ocArkansas Rock, Fayetteville, Arkansas NtcctELlAND Little A nsas EECONSULTING ENGINEERS, INC. PLATE 6 LOG OF BORING NO. B-6 PROJECT OWNER: CITY OF FAYETTEVILLE PROJECT NO.: FY093802 DESCRIPTION: BIOSOLIDS MANAGEMENT FACILITY DATE DRILLED: February 6, 2009 LOCATION: FAYETTEVILLE, ARKANSAS PROJECT ENGINEER: R. Wayne Jones DRILLING METHOD: 5-1/2" Continuous Auner RP1R1lJ(2 I f1!'ATIt'h1. l,l_,._ .4 -- -- vcc r laic I a Description of Material 3 z ei (Color, Type, Moisture, and Consistency) ci a 0 is cts t4 w D W U) OCt rA A.. a.. _` ii U. GZ` 0 1186 CL Very Stiff Brown and Tan Sandy Clay 1 with Gravel 9.5 3.00 v N 2 1184 2 '. CL 9;4 4.50 106,4 Hard Reddish Dark Yellow And Gray Clay with Sand J2 N ro 4 1182 3 18.1 49 21 28 4.00 110.6 L •Yt, ] ] ] 0 6 1180 4 '] 21.1 4.50 105.1 END OF BORING $ 1178 10 1176 12 1174 Completion Depth: 7.0 feet Depth to Water: Dry Logged By: B. Theriault Fayetteville, Arkansas IILE otcSU��Gn Little Rock, Arkansas ENGINEERS, INC. PLATE 7 H LOG OF BORING NO. B-7 PROJECT OWNER: CITY OF FAYETTEVILLE PROJECT NO.: FY093802 DESCRIPTION: BIOSOLIDS MANAGEMENT FACILITY DATE DRILLED: February 6, 2009 LOCATION: FAYETTEVILLE, ARKANSAS PROJECT ENGINEER: R. Wayne Jones DRILLING METHOD: 5-1/2" Continuous Auger BORING LOCATION: See Plate 1 "- c Description of Material "- � rn v c 2 ti (Color, Type, Moisture, .c M and Consistency) m cEa o 'o N o a N W ra o w U) m U):i e. L J u o o CL- Very Stiff Brown and Gray Clayey Silt ML 1 16.3 3.00 -1184 .01c 2 2 23.7 NP 2.50 101.8 O] 1182 •X v 4 3 26.8 2.50 96.2 c c -1180 0 6 9 4 286 . 3.50 c y 117x. END OF BORING r O G r r M -1176 w 10 c N 1174 12 - Completion Depth: 7.0 feet Depth to Water: iry Logged By: B. Theriault I r----fs---,,,- A --I- ---- ------'--.- aacvmc, r ir.anaaa CDNSLJt;7lNG mrct�mr;frNGIN,EERS, !NC Little Rock, Arkansa PLATE 8 SYMBOLS AND TERMS USED ON BORING LOGS Symbol Description Symbol Description Symbol Description StrataaYmbols ,r Granite x Water table at boring completion High plasticity Limestone Soil Samplers y Low plasticity Organics Bulk sample taken clay from 6 in. auger Sandstone Gravel Standard penetration test IiTI1TJ1 Sift Shale Undisturbed thin wall 11111111 JJJ Topsoil Shelby tube Elastic silt JjRock core Poorly graded sand Mis. c. Symbols Fill Water table during drilling TERMS DESCRIBING CONSISTENCY OR CONDITION COARSE -GRAINED SOILS (major portion retained on #200 sieve): Includes (1) clean gravels and sands, and (2) silty or clayey gravels and sands. Condition is rated according to relative density, as determined by laboratory tests. DESCRIPTIVE TERM RELATIVE DENSITY Loose 0 to 40% Medium Dense 40 to 70% Dense 70 to 100% FINE-GRAINED SOILS (major portion passing #200 sieve): Includes (1) inorganic and organic silts and clays, (2) gravelly, sandy, or silty clays, and (3) clayey silts. Consistency is rated according to shearing strength, as indicated. UNCONFINED COMPRESSION DESCRIPTIVE TERM STRENGTH (TSF) Very Soft Less than 0.25 Soft 0.25 to 0.50 Firm 0.50 to 1.00 Stiff 1.00 to 2.00 Very Stiff 2.00 to 4.00 Hard 4.00 and higher Note: Slickensided and fissured clays may have lower unconfined compressive strengths than shown above because of planes of weakness or cracks in the soil. The consistency rating of such soils are based on penetration readings. TERMS CHARACTERIZING SOIL STRUCTURE Slickensided having inclined planes of weakness that are slick and glossy in appearance Fissured containing shrinkage cracks, frequently filled with fine sand or silt, usually vertical Laminated composed of thin layers of varying color and texture Interbedded composed of alternate layers of different soil types Calcareous containing appreciable quantities of calcium carbonate Well Graded having wide range in grain sizes and substantial amounts of all intermediate particle sizes Poorly Graded predominantly of one grain size, or having a range in sizes with some intermediate sizes missing Terms used in this report for describing soils according to their texture or grain size distribution are in accordance with the UNITED SOIL CLASSIFICATION SYSTEM as described in ASTM D 2488 mEEICMcCLELLAND ONSULTING ENGINEERS, INC. PLATE 9 PROJECT NUMBER: FY09380: PROJECT: BIOSOLIDS MANAC DATE: Monday, March 23, 2009 LABORATORY TEST RESULTS B # S # Descri tion p Depth Feet Moisture (%) PL LL PI USCS AASHTO SIEVE ANALYSIS %FINER UDW Uc 1-1/21N 314 IN NO.4 NO. 10 NO.40 NO.200 pcf tsf 1 1 Brown, Gray and Tan Silty Sandy 6"-1'6" 13.3 Clay with Gravel 2 Brown and Tan Silty Sandy Clay 2'-3' 18.6 3 Brown, Tan and Gray Silty Lean Clay with Gravel and Organics 4'-5' 19.0 17 50 33 CH A-7-6(24) 99.2 98.9 96.7 74.8 105.2 100.3 0.26 4 Brown and Tan Silty Gravelly Cla 6'-7' 8.8 with Organics 112.7 5 Tan and Gray Silty Clay 8'-9' 19.7 6 rQaSily Gravelly Clay 10'-11' 12.2 2 1 Brown, Tan and Gray Silty Clay 6"-1'6" 18.6 with Some Organics 2 Reddish Tan and Gray Silty Sandy Clay with Black Deposits 2'-3' 19.1 18 32 14 CL A-6(5) 87.7 84.2 79.3 54.6 112.4 0.21 and Gravel 3 Tan and Gray Silty Lean Clay with 4'-5' 21.8 Black Seams 105.3 4 Brown and Tan Silty Clay with 6'-7' 20.4 Organics and Gravel 106.9 0.08 5 Brown and Tan Silty Clay 8'-9' 20.0 6 Brown Silty Sandy Clay with 10'-11' 5.3 Gravel M:CLELLAND CONSULTING J:NGINEERS,11W. PLATE NO. 10 LABORATORY TEST RESULTS PROJECT NUMBER: FY093802 PROJECT: BlOSOLIDS MANAGEMENT FACILITY DATE: Monday. March 23. 2009 B # S # Descri tion p Depth Feet Moisture %) PL " LL PI USCS AASHTO SIEVE ANALYSIS %FINER UDW pcf U c tsf 1-112IN 314IN NO.4 NO.10 NO.40 NO. 200 3 1 Reddish Brown and Tan Silty 6"-1'6" 17.9 Clay with Organics 2 3 Tan and Gray Gravelly Silty Clay Red, Brown, Gray and Tan Silty Lean Clay with Gravel 2'-3' 4'-5' 19.3 18.9 CL 108.4 111.6 0.19 4 5 Brown Silty Clay with Organics Brown, Tan and Gray Silty Lean Clay with Gravel 6'-7' 8'-9' 17.8 19.8 15 34 19 CL A-6(9) 94.6 91.2 86.2 64.1 97.5 101.4 0.13 6 Brown and Tan Gravelly Clay with Gra Seams 10-11' 14.2 4 1 Reddish Brown and Tan Clay 6"-1'6" 20.2 2 Reddish Brown and Tan Silty Clay with Gravel 2'-3' 18.8 114.1 3 4 Brown and Tan Clay with Gravel Reddish Brown and Gray Silty Sandy Clay with Gravel and 4'-5' 6'-7' 18.5 18.5 18 31 13 CL A-6(9) 96.5 92.9 84.5 78.1 107.4 101.1 0.16 Organics 5 Brown and Tan Silty Clay with Brown and Gray Seams and 8'-9' 15.2 Gravel 6 Brown and Tan Sandy Silty Clay with Gravel 10-11' 9.8 IDCMCCLELLAND NGINEERS,7NC PLATE NO. 11 PROJECT NUMBER: FY09380: PROJECT: BIOSOLIDS MANAC DATE: Monday March 23 7nno NT LABORATORY TEST RESULTS B # S # Descri tion p Depth Feet Moisture (%) PL LL PI USCS AASHTO - SIEVE ANALYSIS %FINER UDW pcf U c tsf 1-1/2 IN 3/4 IN NO. 4 NO. 10 NO. 40 NO. 200 5 1 Brown and Tan Silty Clay with 6"-1'6" 14.0 Gravel 2 Brown and Gray Silty Clay with Gravel. Smells Like Decayed 2'-3' 16.2 108.6 Organic Material. 3 Tan and Gray Silty Clay with Gravel 4'-5' 19.0 103.5 0.17 4 Tan, Gray and Brown Silty Lean Clay 6'-7' 16.7 112.6 5 Tan and Gray Silty Clay with Organics 8'-9' 18.8 6 Brown and Tan Silty Clay with Gravel and Gray Seams 10'-11' 13.2 6 1 Brown and Tan Silty Clay with 6"-1 '6" 9.5 Gravel 2 3 Brown and Tan Silty Clay Tan, Gray and Brown Silty Lean Clay 2'-3' 4'-5' 9.4 18.1 21 49 28 CL A-7-6(22) 99.6 98.9 96.7 78.7 106.4 110.6 4 Tan and Gra Sil Cla 6'-7' 21.1 105.1 7 1 Gray Silty Clay 6"-1'6" 16.3 2 3 4 Brown Sandy Silty Clay Brownish Tan Lean Clay Brown and GrayClay with Gravel 2'-3' 4'-5' 6'-7' 23.7 26.8 28.6 0 99.4 95.7 89.7 101.8 96.2 McCLEU AND CONSULTING ENGINEER,INC. PLATE NO. 12 City of Fayetteville, Arkansas Budget Adjustment Form V1 0.819 Budget Year Department: Project Accounting Request Date Adjustment Number 2010 Division: Citywide 11/16/2010 Program: Sales Tax Bond Construction Revenue BUDGET ADJUSTMENT JUSTIFICATION To increase the Wastewater System Improvements Project (Biosolids Processing Phase II) project by 441,253. The funds will be coming from past interest earnings received. Requested By Division Head Date Budget & Research Use Only lB ' ector Date Type: A B C D� E ?A d (0 Description: Dep men Director Date o q,A , ( ,,,,�,�.. Fina e Director I 1- ( 2D tt7 Date General Ledger Date J/-)>Q Posted to General Ledger of of Staff Date Initial Date Posted to Project Accounting Mayor Date Initial Date TOTAL BUDGET ADJUSTMENT 441,253 441,253 Increase Decrease Project.Sub Account Name Account Number Budget Budget Number Sewer Improvements 4520.9520.5815.00 212,277 02133 0610 Use of Fund Balance 4520.0952.4999.99 212,277 Sewer Improvements 4520.9530.5815.00 228,976 02133 0610 Use of Fund Balance 4520.0952.4999.99 228,976 H:\Budget\Forms\Budget Adjustment Form_2010_Blank_PROTOTYPE City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 11/16/2010 City Council Meeting Date Agenda Items Only David Jurgens Utilities Capital Projects Submitted By Division Action Utilities Department ,pproval of a Construction contract with Crossland Heavy Contractors, Inc., for $2,770,280.00, for the construction of iosolids Management Thermal Dryer WSIP Subproject BIO-2, Bid 10-60, approval of a 5% contingency of 140,000.00, and approval of a budget adjustment. $ 2,910,280.00 Cost of this request 4520-9520-5815.00 4530-9530-5815.00 4480-9480-5815.00 Account Number 02133.0610 Project Number Budgeted Item -PJ c-- b Finance and Internal Services Director a�� Comments: Category / Project Budget Funds Used to Date Remaining Balance Budget Adjustment Attached 0 Biosolids Processing Phase 2 Program Category / Project Name Wastewater Sys Impry Project Wastewater Sys Impry Project Wastewater Sys Impry Project Program / Project Category Name Water and Sewer Fund Name Z i Q 0 Previous Ordinance or Resolution # Date Original Contract Date: / ` �'r V / Original Contract Number: Date Date Receivedli0 Ct -1 0 P03:57 RCVD V D 0-29 -1 0 P03: Clerk's Office I Date Received in Mayor's Office ate Revised January 15, 2009 To: ICI From: aettViie -ARKANSAS Fayetteville City Council Mayor Lioneld Jordan Don Marr, Chief of Staff David Jurgens, Utilities Direct Fayetteville Water and Sewer Date: October 22, 2010 CITY COUNCIL AGENDA MEMO MEETING DATE OF NOVEMBER 16, 2010 THE CITY OF FAYETTEVILLE, ARKANSAS Subject: Construction contract with Crossland Leavy Contractors, Inc., for $2,770,280.00, for the construction of Biosolids Management Thermal Dryer WSIP Subproject BIO-2, Bid 10-60, and approval of a budget adjustment RECOMMENDATION City Administration recommends approval of a construction contract with Crossland Heavy Contractors, Inc., for $2,770,280.00, for the construction of Biosolids Management Thermal Dryer WSIP Subproject BIO-2, Bid 10-60, and approval of a 5% contingency of $140,000.00. BACKGROUND The City currently hauls an average of 15 tractor trailer loads of biosolids weekly to either the Prairie View Landfill in Lamar, or the Ozark Ridge Landfill in Russellville. Fuel prices and tipping fees make the current landfill operation much more expensive than when selected in 2003. It also represents a waste of a potentially valuable biosolids product. Finally, there are several significant risks inherent in landfilling, as demonstrated by the American Environmental Landfill's sudden refusal to accept biosolids on 26 August, 2008. The six solar dryer units are expected to dry the material to a range of 40 — 70% solids, depending upon weather conditions. The thermal dryer will dry the biosolids to over 90% solids, and allow for virtually unrestricted and unlimited use of product. We are currently investigating a number of possible beneficial reuses for the dried biosolids after the first batch is processed. DISCUSSION The Contract provides for the construction of one thermal drying unit at the Noland farm site, to dry biosolids from both wastewater treatment plants. The City received four bids on October 21. Bids submitted by Clinard Construction Management and VEI General Contractors were withdrew in accordance with the bid documents because they did not include sales tax on the drying equipment in their bid. Therefore, Staff recommends awarding the contract to the lowest responsible bidder, Crossland Heavy Contractors, Inc. Crossland Heavy has successfully completed projects for the City in recent years. Contractor Bid Price Clinard Construction Management, Inc. (withdrew bid, no sales tax) $ 2,545,000 VEI General Contractors, Inc. (withdrew bid, no sales tax) $ 2,767,387 Crossland Heavy Contractors, Inc. (lowest responsible bid) $ 2,770,280 Dean Crowder Construction, Inc. $ 2,968,180 BUDGET IMPACT Funds are available in the WSIP project budget. The budget adjustment appropriates all available funding in the Project bond accounts for use on this project. Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 RESOLUTION NO. A RESOLUTION AWARDING BID #10-60 AND AUTHORIZING A CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. IN THE AMOUNT OF $2,770,280.00 FOR CONSTRUCTION OF A BIOSOLIDS MANAGEMENT THERMAL DRYER, APPROVING A PROJECT CONTINGENCY OF $140,000.00, AND APPROVING A BUDGET ADJUSTMENT 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 awards Bid #10-60 and authorizes a contract, a copy of which is attached as Exhibit "A," with Crossland Heavy Contractors, Inc. in the amount of $2,770,280.00 for construction of a biosolids management thermal dryer, and approves a project contingency of $140,000.00. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached as Exhibit "B." PASSED and APPROVED this 16th day of November, 2010. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer aye AS AR v BID: t0-60 DATE: 101211/0 TIME: 2:00 PM CITY OF FAYETTEVILLE Bid 10-60, Construction - Biosolids Management - Thermal Dryer BIDDER TOTAL BASE BI≥« I Clinard Construction Management, Inc. $2,545,000.00 2 Crossland Heavy Contractors $2,770,280.00 3 Dean Crowder Construction, Inc. $2,968,180.00 4 VEI General Contractors, Inc. $2,767,387.00 *NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials ***Bid was withdrawn due to failure to include sales tax. CERTIFIED: P. o DA cM October 22, 2010 CLINARD CONSTRUCTION MANAGEMENT Shannon W. Jones, P.E. Utilities Engineer City .of Fayetteville 113 W. Mountain Fayetteville, AR 72701 Re: Biosolids Management -Thermal Dryer Bid October 21, 2010, 2:OOPM Dear Mr. Jones, Clinard Construction Management, Inc. respectfully requests to withdraw our bid for the Biosolids Thermal Dryer project in the amount of $2,545,OOO. Our bid was submitted without adding sales tax to the quote from Instrument and Supply, Inc. (Fenton Industries) for the dryer equipment in the amount of $193,972.50. This is substantially more than we could absorb and still make the project viable for our company. We have attached a copy of our bid takeoff form and the equipment bid from Instrument and Supply, Inc. to demonstrate our mistake. Yours truly, Robert D. Clinard President Encl: CCMI Bid Takeoff Summary, Instrument & Supply Bid. 615 N. Walton Blvd., Suite D • Bentonville, AR 72712 • Phone: 479-271-6212 • Fax: 479-271-2490 web site: www.clinardconstruction.com SECTION 00310 BID PROPOSAL LOCATION: CITY OF FAYETTEVILLE, ROOM 306 113 W. MOUNTAIN FAYETTEVILLE, AR 72701 DATE: October 21, 2010, 2:00 p.m. LOCAL TIME Bid For: BIOSOLIDS MANAGEMENT -- THERMAL DRYER Bid Submitted to: The City of Fayetteville Purchasing - Room 306 113 W. Mountain Fayetteville, AR 72701 BIDDER will complete the Work for the lump sum price listed below. Total Base Bid: -lwo- $1►it1atd t'e4 NKV�j %CIJ-l(/ -1 ufm.9b --lino t&&h-C-ftc1Y uot_LA(5 $ � 7:1O) 2% Amount in Words Figures The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with CITY OF FAYETTEVILLE in the form included in these Contract Documents to complete all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in these Contract Documents. BIDDER accepts the provisions of the 00310.doc Agreement as to Liquidated Damages in the event of failure to complete the Work in the Contract Time specified. BIDDER accepts all of the terms and conditions of the Information for Bidders, including without limitation those dealing with the disposition of BID SECURITY. This Bid will remain open for ninety (90) days after the day of Bid Opening. BIDDER will sign the Agreement required by these Contract Documents within ten (10) days after the date of CITY OF FAYETTEVILLE'S Notice of Award. In submission of this BID, BIDDER represents, as more fully set forth in the Agreement, that BIDDER has examined all CONTRACT DOCUMENTS (including but not limited to Advertisement, Invitation to Bid and the Information for Bidders) and the following ADDENDA: 0-! 4 " Failure to list all necessary Agenda issued by the OWNER or the ENGINEER could mean the BID submitted by the BIDDER may be deemed unresponsive and not read publicly. In submission of the BID, BIDDER represents, that they have examined the site and locality where the Work is to be performed, the legal requirements (Federal, State and Local Laws, Ordinances, Rules and Regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations as BIDDER deems necessary. In submission of the BID, BIDDER represents, that this BID is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation. The BIDDER represents that they have not directly or indirectly induced or solicited any other BIDDER to submit a false or sham BID. The BIDDER represents that they have not solicited or induced any person, firm or corporation to refrain from bidding and have not sought by collusion to obtain for themselves any advantage over any other BIDDER or over the CITY OF FAYETTEV LLE. All terms used in the BID are defined and have the meanings assigned to them in the General Conditions of these Contract Documents. Attached to this BID FORM is the required Bid Security in the form of a Bid Bond or Certified Check in the amount of five (5) percent of the Total Bid Amount 00310.doc 2 BIDDER submitting this BID is: A Corporation, incorporated in the State of ''- ❑ A Partnership, consisting of the following partners, whose full names are: An Individual whose full name 4 '. ► u ► .L1 WOoxr Title �9ki 2\ 2DD Date Address y ni ss) Pl�12 tsn-Wa-- \Uto 1-, Telephone Number & Fax C L�1 011 tD Contractor's License Number 00310.doc A�sH•. SECTION 00310 - BID PROPOSAL Item Approx. Unit Price In No. Item Description Utz. Unit Figures Total 1 Reinforced Concrete for Foundation, Stem Walls, and Building Approach, Including Rebar 260 CY —r4R-}4tA#IAQFb- F P dollars $ /5b $ q {7aD 2 All Other Work Required for a Complete Installation of the Thermal Drying Equipment 1 LS MILL } va - S y)t-k1w.1hQ�1dollars swat -1-1I . 1J,,Jti 'Tbiii*Jt - TWb-tfuNOE� pC7 p0 $,Q){01cI 2$0` $ 2,cp•C(,2kO^ Total Base Bid in Words -1uo II Luc4-5€'uE.C 84140 -s -Srvl~ �l '1- WW -Two ttu.1,1AT fs _ 1✓14fFrt'( 'boLU Q Total Base Bid in Figures 9 1 1 a'y , 2W' END OF SECTION 00310 G SECTION 00311 BIDDER'S STATEMENT OF SUBCONTRACTORS The undersigned BIDDER proposes and agrees, if this BID is accepted, to use the following proposed subcontractors on this Work: NAME BUSINESS ADDRESS WORK TO BE PERFORMED l xx..-T% - 4RA r t5CD 4. LowrL.L rtl. 'Lw-7M4L 2. GNC 4-04-M . ch 01 C. 5€c-fR Seal 3 \ bt. P mb c EtroR 4\)e, DC SII..OAr1M '51FRD41?s , AR \4O% t-IRMJV Ar'E . "SopLiN , MV 441-1 oL.b N1tZe RD. -SPRiPat-)brhE'IXK 'tA rLbYII E4gmWK o #-1 VV' 5_W' ' D p tai*) ti 221 E. L a _L&4'T 13p,dJr 1o&-tERS , A R 6. The undersigned BIDDER agrees that sixty percent (60%) of the Work will be required to be performed with his own forces unless a variance is requested and granted from the CITY OF FAYETTEVILLE. 00311.doc l SECTION 00312 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Crossland Heavy Contractors, Inc. as Principal, and Fidelity and Deposit Company of Maryland as Surety, are hereby held and firmly bound unto the City of Fayetteville, hereinafter called the OWNER in the penal sum of **Five Percent of the Amount Bid ( 5%)** for payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. The Condition of the above obligation is such that whereas the Principal has submitted to the Owner a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing, for Project No. BIO-2, BIOSOLIDS MANAGEMENT — THERMAL DRYER NOW, THEREFORE, (a) If said BID shall be rejected, or (b) If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. 00312.doc 1 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Signed, this 21st day of October ,20 10 Crossland Heavy Contractors, Inc. PO Box 350, Colum 5 (Principal) r �c Fidelity and Deposit Company of Maryland 1400 American Lane, Schaumburg, IL 60196 (Surety) By: Martita L. Gilfillan, Attorne - ct END OF SECTION 00312 00312.doc 2 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S aryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pao' nted by Article Vi, Section 2, of the By -Laws of said Companies, which are set forth on t o n reby certified to be in full force and effect on the date hereof, does hereby nomina t tRSON, Martha L. GILFILLAN, Morgan DEWEY, Cynthia L. y ca F. HEIN and Debra L. WALZ, all of Overland Park, Kansa d 1 orney-in-Fact, to make, execute, seal and deliver, for, and on its behal s try s a iy n all bonds and undertakings, and the execution of such bonds or unde 'tj i u anc t �s all be as binding upon said Companies, as fully and amply, to all intents and purpo s, of a executed and acknowledged by the regularly elected officers of the Company at its offic ' ` reVtCin their own proper persons. This power of attorney revokes that issued on behalf of Claudia J. NADEAU.'M1k WILKERSON, Martha L. GILFILLAN, Natalie E. BOCK, Morgan DEWEY, Cynthia L. WHITNEY, Rodney W. PADDOCK, dated October 8, 2009. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 13th day of May, A.D. 2010. ATTEST: ::z: of BEAL 4 �GPIL State of Maryland I ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Eric D. Barnes Assistant Secretary i bj�,.=1.11 By: 1 William J. Mills Vice President On this 13th day of May, A.D. 2010, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. `ttttllH)pj .i••.:+11$� .'tip , Constance A. Dunn Notary Public My Commission Expires: July 14, 2011 POA-F 076-0008 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and 1 do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and h% authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually aliixcd." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of C , ______ Assistant Secretary 'Ville THE CITY OF FAYETTEVILLE, ARKANSAS RKANSA 5 City of Fayetteville — Purchasing Division 113 W. Mountain — Room 306 Bid 10-60, Addendum I Fayetteville, AR 72701 Bid 10-60, Construction — Biosolids Management— Thermal Dryer Phone: •479.575.8220 E -Mail: aforen@ci.fayetteville.ar.us Date: Friday, October 08, 2010 To: All interested parties From: Andrea Foren, CPPB, Purchasing Agent Notice: This addendum is hereby made a part of the bid documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. The following items shall be included as part of the bid package . as Addendum Number 1 and acknowledged in Section 00310 — Bid Proposal. 1. Drawing Sheet El — Conduit B shall be replaced with a 2 -inch conduit with three (3) #2/0 conductors and one (1) #6 ground. 2. Drawing Sheet E2 — Conduit "10" for the 800 Amp feeder. Conductors shall be replaced with two (2) sets of 4— 500MCM conductors. One 4 -inch conduit shall be kept as a spare. END OF ADDENDUM Acknowledge Addendum #1: Printed Name: Ii____ IRAnsce Signature: Title: 1aeyr-cr fl r Date: 1 b - IT -to Company: 'fi D p/ettcy Cr►t Page 1 of 1 Telecommunications Device for the Deaf 100 (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 fayWttvll1e ARKANSAS THE CITY OF FAYETTEVILLE, ARKANSAS City of Fayetteville - Purchasing Division 113 Bid 10-60, Addendum 2 W. 306 Fayetteville, AR 72701 Bid 10-60, Construction - Biosolids Management - Thermal Dryer Phone: 479.575.8220 E -Mail: aforen@ci.fayetteville.ar.us Date: Tuesday, October 19, 2010 To: All interested parties From: Andrea Foren, CPPB, Purchasing Agent Notice: This addendum is hereby made a part of the bid documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. The following items shall be included as part of the bid package as Addendum Number 2 and acknowledged in Section 00310 — Bid Proposal. The contract time shall be 270 days from the date of the Notice to Proceed. 2. The City of Fayetteville will make partial payments on the thermal drying equipment such that the contractor does not have to finance the purchase of the equipment. The contractor shall submit a payment drawdown schedule to the City of Fayetteville prior to the issuance of the Notice to Proceed. The payments will be included and processed with the monthly pay applications in accordance with the contract documents. 3. The performance testing of the thermal drying equipments shall be based on 68 to 72 wet tons per 24 -hour day with an input solids content of 16% to 20% solids of digested biosolids. 4. The warranty period shall be for two (2) years as indicated in Section 00640 — Warranty Bond. _._..._ ND F�DDENDUM —... —.............--------- Acknowledge Addendum #2: Printed Name: Cwt 1&erx Title: �Rdyccr D'IMtaR+hoc Date: fIR /o Company: 6s5LALD ,1/Avy Te- Page 1 of 1 Telecommunications Device for the Deaf TDD (479) 521-1316 113 west Mountain - Fayetteville, AR 72701 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All requests must be addressed in writing and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The BIDDER may submit any additional information he/she desires. A. REQUESTS REGARDING BIDDER 1. Name of Bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, where incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing amount of each contract and the anticipated dates of completion.) 7. General character of work performed by your company. 8. Have you ever failed to complete any work awarded to you. (If so, where and why?) 9. Have you ever defaulted on a contract? (If so, where and why?) 10. List similar project of the size and magnitude of this Project which were completed by your company, stating the cost for each and the month and year completed. Include the entity for which the work was performed with names, titles, and phone numbers. 11. List your major equipment currently available for this contract and designate whether owned or leased. 12. Background and experience of field personnel currently employed by your organization who will perform the work. 13. Background and experience of the principal members (officers) of your organization. Include president, vice president, secretary, treasurer, etc. 14. Give Bank reference. 15. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER. 16. Give bonding agent and limit. 17. If subcontractor is to be used for this contract, state the percentage of work anticipated to be completed by subcontractor. If subcontractor is to perform work, a separate Statement of Bidder's Qualifications regarding subcontractor and the method used by the subcontractor. Refer to Section 00100 & Section 00311. Submit this notarized Statement of Bidders Qualifications to the Engineer. Qualifications shall be submitted in a separate sealed envelope at the date and time listed on the Bid Proposal. 00420.doc STATEMENT OF BIDDER'S QUALIFICATIONS 1. Name of Bidder: Crossland Heavy Contractors, Inc. 2. Permanent main office address: PO Box 350, 833 S. East Avenue, Columbus, KS 66725 3. When organized: April 1993 4. If a corporation, where incorporated: Kansas 5. How many years have you been engaged in the contracting business under your present trade name? 17 years 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) PROJECT& DESCRIPTION AMOUNT NACA Sewer Line Cl $9,602,350.00 Lake Fort Smith Water Treatment Plant: Contract No. 3 $31,641 000.00 Chisholm Creek WWTP 21st Street Lift Station Improvements Draper Water Treatment Plant Haikey Creek Wastewater Treatment Plant Aerator Repairs Adair Irrigation Pump Station Haikey Creek WWTP Improvements, Sludge Thickening Southside WWTP Odor Control Improvements Northside WWTP Anaerobic Digester Improvements: Digester 1 & 2 Washington Co. RWD #3 North Side WTP Expansion & Upgrade AB Jewell High Service Pump Station Improvements Prairie Grove WWTP Skiatook Central Park Skiatook Restroom ODOT Sound Barrier Wall Haikey Creek Sanitary Sewer Lift Station Rehab ODOT Intersection Modification & Traffic Signals Lafortune Park/Joe Creek Southside WWTP Activated Sludge Train Rehab Blue Rose Cafe Okmulgee Downtown Streetscape Bridges 327 & 328 Rehab Allen County Airport $15,927,000.00 $1,132,700.00 $4,398,110.00 $350,188.00 $183,715.00 $2,686,500.00 $2,534,734.00 $3,681,720.00 $15,839,294.50 $2,009,600.00 $7,723,500.00 $1,703,603.70 $173,022.00 $3,535,944.00 $408,920.00 $269,000.00 $3,985,217.00 $10,757,520.00 $1,402,082.00 $806,100.00 $684,436.00 $373,920.00 7. General character of work performed by your company: Water & Wastewater Treatment Plants, Lift & Pump Stations, Water & Sewer Lines, Storm Drainage, Earthwork, Concrete, Bridge COMP 10/10 11/11 01/11 11/10 11/10 11/10 11/10 08/11 10/10 07/11 06/11 11/10 09/11 11/10 11/10 11/10 12/10 11/10 08/11 09/11 08/11 12/10 03/11 12/10 8. Have you ever failed to complete any work awarded to you? (If so, where and why?) No 9. Have you ever defaulted on a contract? (if so, where and why?) No 10. List similar project of the size and magnitude of the Project which were completed by your company, stating the cost for each and the month and year completed. Include the entity for which the work was performed with names, titles, and phone numbers. Bentonville Sludge Storage Improvements $324,500.00 - Completed 08/09 City of Bentonville, Belve Plumlee, Plant Manger Phone 479-271-3160 Decatur Wastewater Treatment Plant $8,435,977.52 - Completed 11/09 City of Decatur, James Boston, City Manager Phone 479-752-3300 Grove Wastewater Treatment Plant $1,999,000.00 - Completed 06/1O Grove Municipal Services Authority Bruce Johnson, Mayor Phone 918-786-6107 11. List your major equipment currently available for this contract and designate whether owned or leased. See attached listing 12. Background and experience of field personnel currently employed by your organization who will perform the work. Superintendent Jim Smith with construction experience dating back to 1972 13. Background and experience of the principal members (officers) of your organization. Include president, vice president, secretary, treasurer, etc. See attached Resume 14. Give Bank Reference. Crossfirst Bank, Overland Park, KS, Contact Issac Murphy, Phone 913-647-9834 15. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER. Yes 16. Give bonding agent and limit. IMA of Kansas, Inc. Single Limit $30 Million, Aggregate Limit $100 Million 17. If subcontractor is to be used for this contract, state the percentage of work anticipated to be completed by subcontractor. If subcontractor is to perform work, a separate Statement of Bidder's Qualifications regarding subcontractor and the method used by the subcontractor. Refer to Section 00100 & Section 00311. Building Erector 2%, Masonry .5% Electrical 3%, Mechanical .2% Overhead Door 1%, Paint .3% 11. Equipment Currently Available • 3 TRUCKS 2007 KOMATSU WA320-5L WHEEL LOADER l OWN 1996 PETERBILT 4AXLE WINCH SEMI TRACTOR MODEL 378 OWN 2005 CATERPILLAR 950GII WHEEL LOADER OWN 2011 KENWORTH W9001TRACTOR OWN 2006 CATERPILLAR 963C TRACK LOADER OWN 2004 INTERNATIONAL 430LUBETRUCK OWN 2000 KOMATSU WHEEL LOADER WA250-31 OWN 2000 INTERNATIONAL 4700 -SEE OWN 2008 MUSTANG 2066SKIDSTEER LOADER LEASE 2000 INTERNATIONAL 4700-1SOO GALLON WATER TRUCK OWN 2008 MUSTANG 2066SKIDSTEER LOADER LEASE 2000 INTERNATIONAL 4700-025-6 YARD BOX DUMP TRUCK OWN 2006 KOMATSU WA0SOPTWHEEL LOADER OWN 2000 FORD F750 5-6 YARD BOX DUMP TRUCK OWN 2008 TAKEUCHI 11040 TRACK SKID LOADER OWN 2005 MACK CV713 DUMPTRUCK W/16' DUMP BODY OWN 2005 VOLVO L120 LE LOADER OWN 2010 DODGE RAM ST 3500 CREW CAB4X4 OWN 32SAFETY. EQUIPMENT 2005 MACK CV713 DUMPTRUCK W/ 16' DUMP BODY OWN 2005 MICROMAX MPLUS 4ABCD GAS DETECTOR OWN 2005 MACK CV713 DUMPTRUCK W/ 16' DUMP BODY OWN HONDA - 5.5 HONDA GAS BLOWER OWN 2005 MACK CV713 DUMPTRUCK 00/16' DUMP BODY OWN 2008 MICROMAX MPLUS4 LUMIDOR MICROMAX PLUS GAS MONITOR OWN 2009 CHEVROLET 3500 SERVICE TRUCK OWN 2008 MICROMAX MPLUS 4ABCD GAS DETECTOR OWN 2001 INTERNATIONAL 9200 DUAL AXLE TRACTOR OWN 2008 MICROMAX MPLUS ABCD GAS DETECTOR OWN 2003 MACK CV713 DUMPTRUCK OWN - 33 SURVEY EQUIPMENT' cS7RACFOR5, CRAWLER:;'--i - 1995 LASER SPEC LASER SPEC SURV INSTRUMENT OWN 2003 CATERPILLAR DSN DOZER OWN 1997 LASER SPEC LASER BEACON LB -1 PACKAGE OWN 2005 CATERPILLAR DSGXL DOZER OWN 1997 TOPCON THEODOLITE OWN 1998 CATERPILLAR OSM XL DOZER OWN 1997 SOKKIA DATA COLLECTOR SDR31 OWN 1997 KOMATSU D38 -E-1 DOZER OWN 1997 TOPCON TRIPOD OWN 2006 KOMATSU 039 DOZER OWN 1997 TOPCON MIRROR PRISM (SINGLE TILT) OWN 2004 CATERPILLAR 03G DOZER OWN 1997 TOPCON PRISM POLE OWN 6; TRACTORS, WHEEL:' 1997 ACCUTECH/SOKKIA LASER W/ TRIPOD OWN 1997 CASE 5805L LOADER/BACKHOE OWN 1997 TOPCON TRANSIT LEVEL & ROD OWN 1998 CASE 580 SL EXTENDAHOE LOADER OWN 1998 SOKKIA TOTAL STATION SET 5E OWN 2002 CASE 580M BACKHOE LOADER LEASE 1999 TOPCON AT -G6 LEVEL OWN 2005 CATERPILLAR 420DIT BACKHOE LOADER OWN 1999 TOPCON LB -1 BEACON PACKAGE LASER OWN 2001 NEW HOLLAND TC400 TRACTOR OWN 2002 DIALGRADE 1285 LASER OWN 2003 CATERPILLAR 420DIT BACKHOE LOADER OWN 2006 TOPCON L4GV LASER OWN 2009 CASE 580 SUPER M 4WD BACKHOE OWN 2003 PELSU 16" EXPLOSION PROOF MANHOLE FAN OWN 2000 CATERPILLAR 416C BACKHOE OWN 2006 GRADELIGHT 2500 ECONOMY PACK, THEODOLITE, 10 SECOND OWN 1998 CATERPILLAR 416C RUBBER TIRE BACKHOE - OWN 2008 TOPCON 8051GA BASE STATION & ROVER; 8602 DATA COLLECTOR SERIAL #729024 OWN 2004 CATERPILLAR 420DIT BACKHOE LOADER OWN 2007 SOKKIA 820 OWN ...7 CRAWLER BAQ(NOE, ;::- 2007 FUTTURA 10" THEODOLITE DIGITAL TRANSIT OWN 2004 KOMATSU PC3080SLC-3 EXCAVATOR OWN 2008 RL-1002S DUAL SLOPE LASER OWN 1997 CATERPILLAR 330 BL EXCAVATOR OWN 2007 TOPCON 8002P BASE STATION; 8602 DATA COLLECTOR SERIAL #729615; 8018 ROVE OWN 2005 KOMATSU PC220LC-7 EXCAVATOR OWN 2008 MICROMAX MPLUSABCD MACRO 4 SNIFFER OWN 2006 CATERPILLAR 345CVG EXCAVATOR OWN 2008 TOPCON DT -209 DIGITAL THEODOLITE OWN 2006 CATERPILLAR AUTO LUBE SYSTEM FOR 345CVG EXCAVATOR OWN 2008 LEICA TC407 TOTAL STATION W/TRIPOD,PRISM, DATA COLLECTOR OWN 2009 KOMATSU PC60OLC-B EXCAVATOR OWN 2009 SOKKIA THEODOLITE DT -7C OWN 2005 CATERPILLAR 345C HT EXCAVATOR OWN 35:; PIPE ACCESSORIES ;: 2005 KOMATSU PC30OLC-7 EXCAVATOR/TRACKHOE OWN 2008 KENCO PH30000 PIPE HOOK OWN 2003 KOBELCO 2K2355KLC HYDRAULIC EXCAVATOR OWN 2009 LANSAS 20036" PIPE PLUG OWN 2003 CATERPILLAR 320C LH HYDRAULIC EXC LEASE 2009 LANSAS 20" X 36" PIPE PLUG OWN 2004 KOMATSU PC78 MINI EXCAVATOR OWN 2009 LANSAS 20" X 36" PIPE PLUG OWN 2006 KOMATSU PC 160 LC OWN 2009 TOPCON TP-L4AV PIPE LASER OWN 2004 CATERPILLAR 325C LC CRAWLER EXCAVATOR OWN 2009 TOPCON TP-L4AV PIPE LASER OWN 2004 CATERPILLAR 325C LC CRAWLER EXCAVATOR OWN 2007 MICROMAX PLUS MPLUS-4ABCD GAS DETECTOR OWN 1995 CATERPILLAR 320L HYDRAULIC EXCAVATOR OWN 2009 AGL GL2700 PIPE LASER OWN 2002 CATERPILLAR EXCAVATOR 330CL OWN 2009 LANSAS 20" X 36" TEST PLUG OWN 2003 INTL HARVESTER MINI EXCAVATATOR OWN 2004 WHEELER REX 466000 HYDROSTATIC TEST PUMP OWN 4`,30 SAWS 1997 DIALGRADE 4700 PIPE LASER OWN 2006 DIMAS PP303ODTR PP WALL SAW DPP3030 ON TRAILER OWN 1997 DIALGRADE 4700 PIPE LASER OWN 2007 STIHL 15400 OWN 1997 DIALGRADE 4700 PIPE LASER OWN 2007 STIHL 15400 OWN 2000 DIALGRADE 1280 PIPE LASER OWN '=',$1ROLLE85�; 2000 DIALGRADE 1280 PIPE LASER OWN WACKER RT820TRENCH ROLLER OWN 2000 DIALGRADE 1280 PIPE LASER OWN 2003 I -R SD -45D VIBRATORY ROLLER OWN 2004 U.G.I. ULTRASONIC LEAK TEST SYSTEM OWN 7y13 ROCWRAKES RIPPERS;&DISCS 2004 U.G.I. ULTRASONIC LEAK TEST SYSTEM OWN GOSSEN BCG-2 HAY RIPPER OWN 1989 DITCH WITCH P-80 PIPEPUSHER OWN :415 BUC$E'ISBAd2HOEACCESSORIE5{�- 1997 PIPE TONGS 8" PIPE TONGS OWN 2003 CATERPILLAR 36" BUCKET (330 CAT) OWN 1997 PIPE TONGS 8" PIPE TONGS OWN 2003 CATERPILLAR 54" BUCKET (330 CAT) OWN 1997 PIPE TONGS 12" PIPE TONGS OWN 2003 CATERPILLAR 48" BUCKET(325) OWN 1997 PIPE TONGS 12" PIPE TONGS OWN CATERPILLAR 36" BUCKET (325) OWN 1997 PIPE TONGS 16" PIPE TONGS OWN CATERPILLAR 12" BUCKET(416) OWN 1997 PIPE TONGS 16" PIPE TONGS OWN 2006 CATERPILLAR 36" BUCKET FOR 325 EXCAVATOR OWN 1997 PIPE HOOK CONCRETE PIPE HOOK OWN 2006 TEI MME 250 MINI EXCAVATOR 40000 DRILL OWN 1997 PIPE HOOK CONCRETE PIPE HOOK OWN 2003 CATERPILLAR 61300 HYDRAULIC BREAKER OWN 1997 MANHOLE VACUUM TESTER OWN 2008 NPK E220/PC300 HYDRAULIC HAMMER OWN 1997 TEST PLUG 4" TEST PLUG OWN 2009 NPK E220/NPK MOUNTING KIT OWN 1997 TEST PLUG 6" TEST PLUG OWN CATERPILLAR HEAW DUTY24" BUCKETW/RIPPER SHANK&TOOTH OWN 1997 TEST PLUG 8"-12"TEST PLUG OWN 2009 WOODS 4X2 80" LOW BACK HYDRAULIC BOX BLADE OWN 1997 TEST PLUG 12-16" TEST PLUG OWN 2008 SOLESBEE THUMB FOR IHI 35NX, MODEL AT2446 OWN 1997 TEST PLUG 18" TEST PLUG OWN 2008 TOWTEM AGSO458H-2 ARTICULATING BLOCK HANDLING GRAPPLE OWN 1997 PIPE BLOWER PIPE BLOWER OWN 2009 HENSLEY 30" HD BUCKET W/ BOLT ON SIDE CUTTERS & K MAX TEETH OWN 1997 MANDRELL MANDRELL S"-15" OWN 2008 HENSLEY 48" BUCKET FOR PC20OLC-8 OWN 1997 MUELLER TAP MACH 3/4-1" SERVICE OWN 2008 NPK _ M -28C MATERIAL PROCESSOR OWN 1997 MUELLER TAP MACH 3/4-1" SERVICE OWN CATERPILLAR 48" BUCKET(325) OWN 2003 ROCK HOPPER ROCK HOPPER458 OWN ASPHALT CUTTER FOR BACKHOE BUCKET OWN 2006 MCLAUGHLIN 02 VERIFIER PIPE & CABLE LOCATOR OWN 2005 BOBCAT PREPERATOR(SKIDSTEER ATTACHMENT) LEASE 2009 HERCO 36" MANDREL3%DEF OWN 1998 QUIPNET HYDRAULIC BREAKER (580) OWN 2009 HERCO 30" MANDREL 3% DEF OWN TEISUKU HYDRAULIC BREAKER OWN "`.738 QFFRQAD TRUCKS':: NPK GH10 HYDRAULIC HAMMER OWN 2008 KOMATSU CD110R-2 CRAWLER CARRIER OWN 2009 NPK 151112 HAMMER OWN d?39 - CnANES? 48" BREAKER BUCKET (325) OWN 2007 TEREX 6C165 CRAWLER CRANE OWN 2009 KENCO 54" RIPPER FOR 345 OWN 2003 GROVE RT875BXL CRANE OWN 2009 KENCO 60" RIPPER FOR PC600 OWN 2009 KOBELCO CK 160011 OWN 2008 ROAD BOSS U6A GRADER W/ SKID STEER ADAPTER OWN 2008 TEREX RT555-1 CRANE OWN CATERPILLAR 16" BUCKET(416) OWN 41. CONCRETE EQUIPMENT- CATERPILLAR 24" BUCKET (416) OWN 2009 GARBRO MODEL: 458, DWGNO: 81-24, SHOP #00144A OWN 2008 HENSLEY 48" BUCKET FOR PC270 OWN 2009 GARBRO MODEL: 458, DWGN0: 81-24, SHOP # 08167A OWN ESCO 36" HDP/PC220 BUCKET OWN MULTIQUIP CONCRETE MIXER OWN 2008 NPK QA25 QUICK COUPLER FOR PC220LC-7 OWN 2009 GARBRO M0DEL: 458, DWGN0: 81-24, SHOP # 08144B OWN 2002 ALLIED 770C5 HYDRAULIC BREAKER OWN 2005 GARBRO 1/2 YD CONCRETE BUCKET 410-R OWN 2006 GENESIS CYCLONE GC550 MR GRINDER OWN 2001 GARBRO CONCRETE BUCKET 458 OWN 12" BUCKET (580L) OWN 1997 STOW 130 ER VIBRATOR OWN 2005 CATERPILLAR RIPPER ATTACHMENT FOR 320 OWN 1997 STOW 130 ER VIBRATOR OWN 2005 TOOTH PRO 36" BUCKET FOR KOBELCO 480 OWN 1997 STOW (2) CONCRETE VIBRATORS OWN 2006 LONGREACH 330CL, 64' FOR CAT OWN 1997 CC MIXER 1/2 CYTRLR MOUNTED OWN 2005 BOBCAT STUMP GRINDER(SKIDSTEER ATTACHMENT) LEASE 1999 040850 C0NC BUCKET423G OWN 2005 BOBCAT HOLE AUGER & BITS (SKIDSTEER ATTACHMENT) LEASE 2004 ICM MANHOLE FORMS 12' SET OWN 1997 SHEEPS FOOT DITCH COMPACTER OWN 2006 ICM 01-12-C 12' MANHOLE FORM OWN 1997 BUCKET FORKS BUCKET FORKS OWN 2006 ICM 12' CONCENTRIC SET, 4' DIAMETER C0NC FORMS OWN 1997 ASPHALT CUTTER ASPHALT CUTTER OWN RAZORBACK 12ED SCREED (ALLEN ENGINEERING) OWN 1998 CATERPILLAR GRAPPLE FOR CAT 320/325 G-4200 OWN 42 TRENCH EQUIPMENT 2000 KENT HYTAMPER 6000 KHP65 OWN 2000 SPEED SHORE TS -08160W4 OWN 2005 NORTH AMERICAN TRENCH COMPACTOR ATTACHMENT OWN 2005 SAFE -T -SHORE 41684D OWN 2006 NORTH AMERICAN 24" COMPACTION WHEEL FOR CAT 330D OWN 2009 SPEED SHORE XLD-824-4NOKE OWN 2006 NORTH AMERICAN 24" COMPACTION WHEEL FOR CAT325 OWN EHicency 001214 OWN 2006 NORTH AMERICAN COMPACTION WHEEL & BUCKET FOR 345 OWN 2009 SPEED SHORE 0824DW4 OWN 2006 NORTHAMERICAN 24" BUCKET FOR 320 CAT OWN 2005 EFFICIENCY XLD-8208'% 20'TRENCH BOX OWN 2006 . 84" FORKS FOR WA250 OWN 2007 EFFICIENCY SM-9 9 YARD BEDDING BOX OWN 2009 CATERPILLAR 8' FORK TINES FOR 29-1358 OWN 2004 EFFICIENCY 820XLD 8' 120' TRENCH BOX OWN 2009 NPK PC220 HYDRAULIC KIT OWN 8016 TRENCH BOX OWN I7 AIRCOMPRESSORS 8X16X6 OWN 2008 SULLAIR 285DPQJD 185 CFM AIR COMPRESSOR OWN 2000 GME 6NP816 OWN 2008 SPEED AIR 7.5 HP AIR COMPRESSOR OWN EFFICIENCY HT6F824 OWN 2008 SPEED AIR 13HP AIR COMPRESSOR OWN EFFICIENCY HT6F824 OWN 2004 INGERSOL RAND P185WJD PORTABLE COMPRESSOR 185CFM OWN EFFICIENCY HT6F824 OWN 2006 INGERSOL RAND P185WJD PORTABLE COMPRESSOR 185CFM OWN VAN KEPPLE Sx24x4 OWN 2005 INGERSOL RAND 375 AC COMPRESSOR OWN 1997 TRENCH BOX 8'X12' TRENCH BOX OWN 2005 INGERSOL RAND 185 CFM COMPRESSOR OWN 1997 TRENCH BOX 4'X12' TRENCH BOX OWN 2001 INGERSOL RAND P18SWJD 185 CFM COMPRESSOR OWN 2006 ML YOUNG TRENCH BOXES OWN 2004 INGERSOL RAND P185WJD COMPRESSOR SRSCFM OWN 2008 6- 8020 STREET PLATES OWN 1$ WELDERS - 2009 14X13240STEEL I -BEAMS (10) OWN 2010 MILLER TRAILBLAZER 275DC OWN 2009 8020 STREET PLATES(9) OWN 1995 MILLER BOBCAT WELDERS 225G OWN -43 1IGHT:T0WERS 2006 MILLER BIG40G402D OWN 2003 GENIE TML/4000 OWN MILLER BLUESTAR 185 WELDER OWN SPECIALTY LIGHTING BTKMH64 OWN 2002 MILLER BLUESTAR185 WELDER OWN (46 'BREKRS• ' 2008 MILLER BLUE STAR 19500 WELDER OWN 1998 QUIPNET 0KB305 HYD BREAKER OWN BOBCAT 225 NT WELDER OWN 2005 MILLER BLUE402D WELDER OWN 1998 MULTIQUIP/HONDA 11 HP WELDER/G OWN 1999 LINCOLN WELDER RANGER a OWN 2004 MILLER BLUE STAR 6000 ELEC WELDER OWN 2004 MULEGAW 180 HE WELDER/GENSET OWN 2005 MILLER BLUESTAR 185 WELDER OWN ,19 GENERATORS• BI 40KW OWN 2010 GEN-6000-0GH0 PORTABLE GENERATOR OWN DEWALT 9HP, RAT! START, 4.4KW, DG4400B GENERATOR OWN 2008 MULTIQUIP GA6HEA GAS GENERATOR OWN HONDA EBSOO0XK S-S.9KW GAS GENERATOR OWN 2009 MULTIQUIP GA6HA 6.0-6.4KW GENERATOR OWN 2007 HONDA SHP 3.6KW GENERATOR OWN 2006 MULTIQUIP DCA25USIGENERAT0R OWN DEWALT 6000 GENERATOR OWN 2008 HONDA E83000C GAS GENERATOR OWN 2005 MULTIQUIP 25KW GENERATOR MODEL DCA-2555152 OWN 2008 HONDA E83000C GAS GENERATOR OWN POWERBACK 5250 WATT GT5250-1 GENERATOR OWN 2010 WACKER CP6600GENERAT0R OWN 2001 MULTIQUIP 10-14KW GENERATOR OWN 1993 MULTIQUIP GENERATOR MDL W1-390 OWN 1993 MULTIQUIP GENERATOR TBD OWN 1997 WACKER GENERATOR 3.7 OWN 1997 HONDA GENERATOR OWN 1998 HYCYCLE GENERATOR OWN 1999 MULTIQUIP GENERATOR 3600 OWN - 2000 HIGH -CYCLE GENGDP-5000H- OWN 2005 DEWALT DG4300 HD GENERATOR OWN 2006 DEWALT 0134300 HD GENERATOR OWN �..�25 COMP.AGLIONEQUIPMENT - 1997JUMPINGIACK WACKER BS621 OWN 2007 HONDA 3350LB MULEMVC80VHW COMPACTOR OWN 2007 MULEMT65H RAMMER OWN 2007 MULEMTX70 RAMMER2900#F0RCE4-CYCLE OWN 2007 WACKER WPIS5OAW 200#-299# GAS PLATE COMPACTOR OWN 2007 MULEMTX70 RAMMER 2900# FORCE 4 -CYCLE OWN MULTIQUIP MTX70GASRAMMER OWN 2009 MULTIQUIP MTX70JUMPING LACK OWN 29 IRQN'FENAI.0ADER5 2003 CATERPILLAR 252 SKID STEER LOADER OWN 2004 KOMATSU WA250L-5 WHEEL LOADER OWN 2009 CATERPILLAR 2990 COMPACT TRACK LOADER OWN 2004 KOMATSU WA25OL-5 WHEEL LOADER OWN - 2002 CATERPILLAR 232 SKID STEER LOADER LEASE Officers Background & Experience Mark Sell President Bachelor of Science in Construction Science, Kansas State University Peter Kiewit Sons, Inc. Omaha, NE (1982 — 1993) Work history included numerous road & bridge projects throughout the Midwest. River intake pump station, sheet pile river weir across the Kansas River. Subway renovation and light commuter rail projects in Chicago. Lock & Dam #16 renovation in Muscatine Iowa. Crossland Heavy Contractors, Columbus, KS (1993 — Present) Started Crossland Heavy Contractors to pursue civil oriented projects including bridge work, water & wastewater treatment facilities, site utilities and pipe work. Darrell Moorman Vice President Bachelor of Science in Engineering Technology, Oklahoma State University Utility Contractors, Inc. Tulsa, OK (1992— 1996) Work history includes managing projects that include sewer and storm sewer line installation, wastewater treatment facilities, along with road work. M.L. Young Construction, Inc. Jenks, OK (1996— 1998) Managed construction of wastewater treatment facilities. Crossland Heavy Contractors, Tulsa, OK (1998 — Present) Over construction of several utility projects, pump stations and treatment plant work In 2001 took over Vice President responsibilities and oversees operations in Tulsa area. Work included in this roll are a number of utility, storm drainage, trails and plant work. Ivan Crossland, Jr. Vice President Bachelor of Science in Engineering Technology, Construction Management, Pittsburg State University Crossland Construction Company, Inc. Work experience includes 25 years as project superintendent, estimator, and project manager. Served as president of Crossland Construction from 1991 to 2002 and is currently serving as C.E.O. Dan Thompson Corporate Treasurer Bachelor of Science in Engineering Technology, Pittsburg State University Crossland Heavy Contractors, Rogers, AR (1995 — Present) Work experience includes site utilities, concrete work, and water and wastewater treatment facilities as superintendent, project manager and currently as the. Rogers, Arkansas Division Manager. Misty Harris Corporate Secretary Bachelor of Science in Business Administration, Finance, Pittsburg State University Exchange State Bank, Columbus, KS (1999 —2001) Work experience included acting as teller, financial services representative, and loan administrator American Building Centers, Columbus, KS (2001 —2004) Work Experience included all accounting and serving customers at front counter Crossland Heavy Contractors, Columbus, KS (2005 — Present) Work experience includes accounting aspects including accounts payable and accounts receivable (Name of Bidder) Title: State of County of (_yDyok Ay' . sal being duly sworn deposes and says that he is________________ of (m\ Ina and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this 2 t k day of (D , 20JD.. Notary Public My Commission expires i11LL. ti) 20V. o '', MISTY HARRIS I NOTARY PUBLIC iI STATE O SN, AS IsoFsI My App. Exp 1 u- END OF SECTION 00420 00420.doc 2 SECTION 00500 AGREEMENT BETWEEN CITY OF FAYETTEVILLE AND CROSSLAND HEAVY CONTRACTORS, INC. THIS AGREEMENT is dated as of the day of in the year 2010 by and between the CITY OF FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS, INC. 1. CROSSLAND HEAVY CONTRACTORS, INC. shall commence and complete all Work as specified or indicated in the Contract Documents. The WORK is generally described as follows: BIOSOLIDS MANAGEMENT - THERMAL DRYER 2. CROSSLAND HEAVY CONTRACTORS, INC. shall furnish all materials, supplies, tools, equipment, labor and other service necessary for the completion of the WORK described herein. 3. CROSSLAND HEAVY CONTRACTORS, INC. shall commence the WORK required by the CONTRACT DOCUMENTS on or before a date to be specified in the NOTICE TO PROCEED and completed and ready for final payment within 270 calendar days. CROSSLAND HEAVY CONTRACTORS, INC. shall pay the CITY OF FAYETTEVILLE, as liquidated damages, the sum of $1000 for each calendar day thereafter that the WORK is not complete. 4. CROSSLAND HEAVY CONTRACTORS, INC. agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and comply with the terms therein as shown in the BID PROPOSAL. 5. The term CONTRACT DOCUMENTS shall mean and include the following: 5.1 Invitation to Bid 5.2 Information for Bidders 5.3 Supplemental Information for Bidders 5.4 Bid Proposal 5.5 Bid Bond 5.6 Agreement Between Owner and Contractor 5.7 Performance and Payment Bond 5.10 General Conditions 5.13 Prevailing Wage Rates 5.14 Notice of Award 5.15 Notice to Proceed 5.16 Project Manual for Biosolids Management 5.18 Addenda Numbers 1 to 2. 5.19 Change Orders 00500.doc 1 6. The CITY OF FAYETTEVILLE shall pay CROSSLAND HEAVY CONTRACTORS, INC. in the manner and at such times as set forth in the General Conditions such amounts as required by the CONTRACT DOCUMENTS. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 8. MISCELLANEOUS 8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3. City of Fayetteville and Contractor each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. 8.5. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 8.6. Freedom of Information Act. City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, Contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 00500.doc 2 §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.7. This contract must be interpreted under Arkansas Law. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS, INC. have signed this Agreement in triplicate. One counterpart each has been delivered to City of Fayetteville and Engineer, and one counterpart has been delivered to Contractor. All portions of the Contract Documents have been signed, initialed, or identified by City of Fayetteville and Contractor or identified by Engineer on their behalf. OWNER CITY OF FAYETTEVILLE Mayor Lioneld Jordan [CORPORATE SEAL] ATTEST Address for giving notices: 113 W. Mountain Fayetteville, AR 72701 CONTRACTOR CROSSLAND HEAVY CONTRACTORS, INC. [CORPORATE SEAL] ATTEST Address for giving notices: P.O. Box 350 Columbus, KS 66725 License No. 0067301110 Agent for service of process: (If CONTRACTOR is a corporation, attach evidence of authority to sign.) 00500.doc 3 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 00500 00500.doc City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements N/A - Mayor's Approval City Council Meeting Date Agenda Items Only Shannon Jones Submitted By Utilities Capital Projects Division Action Utilities Department Approval of a $5,670 change order to add interior panels to isolate the dry product storage area from the main equipment room and add opening for loading conveyor through the south wall of the building. $ 5,670.00 Cost of this request 4480-9480-5815.00 Account Number 02133.0610 Project Number Budgeted Item 0 J $ 140,000 Category / Project Budget Funds Used to Date $ 140,000 Remaining Balance Budget Adjustment Attached Biosolids Processing Phase 2 Program Category / Project Name Wastewater Sys Impry Project Program / Project Category Name Water and Sewer Fund Name ZiOtlJ Previous Ordinance or Resolution # Date Original Contract Date: /013- 3 ~ 1/ Original Contract Number: Date Q 16013-24.11 Finance and Internal Services Director Date Comments: 203-10 11/16/2010 2162 Received in City 10- 13- 1 '1 P U 2 : +n3 R CV6 Clerk's Office Received in ENTERED Q.A Mayor's Office j/3 /1! Revised January 15, 2009 Laylefevlle To: Mayor Lioneld Jordan Thru: David Jurgens, Utilities Director Don Marr, Chief of Staff Fayetteville Water and Sewer Co ittee From: Shannon Jones, Utilities Engineer Date: October 11, 2011 CONTRACT CHANGE ORDER MEMO THE CITY OF FAYETTEVILLE, ARKANSAS Subject: Change Order 1 to the construction contract with Crossland Heavy Contractors, Inc. for construction of the Biosolids Management - Thermal Dryer project for $5,670.00. RECOMMENDATION Staff recommends approval of Change Order 1 to the construction contract with Crossland Heavy Contractors, Inc. for construction of the Biosolids Management - Thermal Dryer project for $5,670.00. BACKGROUND The Contract provides for the construction of thermal dryer at the Noland Biosolids Processing Site, to dry biosolids from both wastewater treatment plants. Prior to the installation of this dryer and the adjacent six solar drying houses, the City hauled an average of 15 tractor trailer loads of biosolids weekly to landfills in Lamar or Russellville. Fuel prices and tipping fees made the landfill operation much more expensive than when selected in 2003. This summer, the solar dryer units have been able to dry the material to 85-90% solids, although normal operations expect to produce a range of 40 - 70% solids. Substantial completion for the solar dryers was reached on May 12, 2011. We will solicit bids for the dried product next month. DISCUSSION The change order accomplishes three tasks: (1) adds interior panels to isolate the dry product storage area from the main equipment room, primarily for dust mitigation and control; (2) adds an opening in the south wall of the building to allow for the installation of a product loading conveyor; and (3) adds 60 calendar days to the contract for unavoidable equipment delays beyond the contractor's control. BUDGET IMPACT Funds are available in the project budget. The Council approved a $140,000 contingency for the project; $134,330 will remain in contingency after this change order is approved. Crossland C01 CCMemo 11Oct11 Ta*oy�eV,lS Change Order No. I Page 1 of 2 CONTRACT CHANGE ORDER City Contract # 2162 Schedule City Resoultion # 203-10 Date 10/11/2011 City Project No.: 02133-0610 Project Name: Biosolids Management - Thermal Dryer Location: Fayetteville, AR Owner: City of Fayetteville Contractor: Crossland Heavy Contractors, Inc. Address: 113 W. Mountain Address: P.O. Box 350 Fayetteville, AR 72701 Columbus, KS 66725 THE FOLLOWING CHANGES ARE HEREBY AMENDED INTO THE CONTRACT PLANS AND SPECIFICATIONS: ITEM # DESCRIPTION DECREASE INCREASE I Add interior panels to isolate the dry product storage area from the main equipment room. $2,473 2 Add opening in south wall of the building for a product conveyor $3,197.00 3 Add 60 days to contract for equipment delays beyond the contractor's control. TOTAL DECREASE AMOUNT $0.00 TOTAL INCREASE AMOUNT $5,670.00 NET CHANGE ORDER $5,670.00 ENGINEERS FINAL CHANGE TO CONTRACT AMOUNT: TOTAL AMOUNT $2,770,280.00 ELIGIBLE AMOUNT $2,770,280.00 Original Contract Amount Total Previous Change Order(s) 0.00 '0,00 Net Amount This Change Order . 5k70.00 $5,670.00 TOTAL CONTRACT AMOUNT TO DATE $2,775,950.00 $2.775.950.00 CHANGE TO CONTRACT COMPLETION DATE: Original Completion Date September 9, 2011 Previous Adjusted Completion Date (Increase)(Decrease) This Change Order 60 Calendar Days NEW CONTRACT COMPLETION DATE: November 8, 201 1 RECOMMENDED: CITY OF FAYETTEVILLE ion Observer WCon,u BY: CONSTRUCTION & CONT. MGR, tl e?G/I Signature Title Date RECOMMENDED: CITY OF FAYETTEVILLE Engineer BY: UTILITIES ENGINEER Signat Title ate ACCEPTED: Crossland Heavy Contractors, inc. Contract BY: Signature Title Date APPROVED: CITY OF FA EVILLE wner BY: Mayor Sin ure Title ate CHANGE ORDER REQUEST DETAILS Detail A Liner Panels Price Breakdown Materials # of Units Unit Price Extension Metal Bldg Materaals 1 $813.00 $813.00 STS 1 $100.00 $100.00 Total Materials $913.00 Labor # of I --lours Hourly Wage FICA FUTA Total Hourly Extension Total Labor $0.00 Equipment # of Hours Hourly Cost Extension Total Ec upement $0.00 Subcontractors # of Units Unit Price Extension I Metal Bldg Sub I $I,150.00 $1,I50.00 Total Subcontractors $1,150.00 Total Matetls Labor. Equipment &Subcontractors $2063.00 Overhead & Profit Percent Change Order Amount Extension Overhead Cost 5.00% $2,063.00 $I2I.35 e Profit I0,00% $2,063.00 $242.7I Total Overhead &Profit $364.06 Total Change OrderAmount $242706 Bond L85% of Change Order Amount 5.75 Total Change OrderAnzount with Bond $2,473 CHANGE ORDER REQUEST DETAILS Detail A South Building Wall Opening for Conveyor Price Breakdown Materials ft of Units Unit Price Extension STS I $ I00.00 $100.00 Total Materials $100.00 Labor # of Hours Hourly Wage PICA FUTA Total Hourly Extension I Superintendent 8 $36.I0 $5.20 $2.60 $43.90 $35I.20 I Laborer 8 $14.25 $2.80 $1.40 $I8.45 $I47.60 Total Labor $498.80 Equipment # of Hours Hourly Cost Extension Total EquiPement $0.00 Subcontractors ft of Units Unit Price Extension I Metal Bldg Sub 1 $600.00 $600.00 I Electrical Sub I $670.00 $670.00 I Paint Sub I $798.00 $798.00 Total Subcontractors $2,068.00 Total Materials, Labor, Equipment &Subcontractors $266680 Overhead & Profit Percent Change Order Amount Extension Overhead Cost 5.00% $2,666.80 $I56.87 a Profit I0.00% $2,666.80 $3I3.74 Total Overhead &Pro&r $470.61 Total Change OrderAmount $3,137.4.1 Bond I.85% of Change Order Amount $59.14 Total Change OrderAmount with Bond $3.197 City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements N/A - Mayor's Approval City Council Meeting Date Agenda Items Only Shannon Jones Submitted By Utilities Capital Projects Utilities Division Department Action Approval of a $10,500 change order to add 30 cubic yards of concrete to the Biosolids Management - Thermal Dryer project. $ 10,500.00 Cost of this request 4480-9480-5815.00 Account Number 02133.0610 Project Number Budgeted Item City Attorney I $ 140,000 Category / Project Budget $ 5,6701 Funds Used to Date $ 134,330 Remaining Balance Budget Adjustment Attached building for the Biosolids Processing Phase 2 Program Category / Project Name Wastewater Sys Impry Project Program / Project Category Name Water and Sewer Fund Name Z. t ('3 O 1( Previous Ordinance or Resolution # Date Original Contract Date: 611 23 Z�l l Original Contract Number: Date 203-10 11/16/2010 2162 Finance and Internal Services Director Date Received in City 1 1-22-1 1 P03 : 4 9 R C V D Clerk's Office S 11--( Chief of S Date Received in Mayor's Office M yor Dat Comments: Revised January 15, 2009 ttVi1e ARKANSAS To: Mayor Lioneld Jordan Thru: David Jurgens, Utilities Director Don Marr, Chief of Staff Fayetteville Water and Sewer Co ittee From: Shannon Jones, Utilities Engineer Date: November 22, 2011 CONTRACT CHANGE ORDER MEMO THE CITY OF FAYETTEVILLE, ARKANSAS Subject: Change Order 2 to the construction contract with Crossland Heavy Contractors, Inc. for construction of the Biosolids Management - Thermal Dryer project for $10,500.00. RECOMMENDATION Staff recommends approval of Change Order 2 to the construction contract with Crossland Heavy Contractors, Inc. for construction of the Biosolids Management - Thermal Dryer project for $10,500.00. BACKGROUND The Contract provides for the construction of thermal dryer at the Noland Biosolids Processing Site, to dry biosolids from both wastewater treatment plants. Prior to the installation of this dryer and the adjacent six solar drying houses, the City hauled an average of 15 tractor trailer loads of biosolids weekly to landfills in Lamar or Russellville. Fuel prices and tipping fees made the landfill operation much more expensive than when selected in 2003. This summer, the solar dryer units have been able to dry the material to 85-90% solids, although normal operations expect to produce a range of 40 - 70% solids. Substantial completion for the solar dryers was reached on May 12, 2011. DISCUSSION The change order increases the total amount of concrete by 30 cubic yards that is used for the foundation of the building for the thermal dryer. During the review of the design from the steel building manufacturer, it was discovered that a modification to the foundation was necessary to account for the overturning moment of the broadside of the building during high winds (the building would blow over). The additional concrete used in the foundation will counteract the effect of high wind loads. BUDGET IMPACT Funds are available in the project budget. $123,830 will remain in contingency after this change order is approved. Crossland CO2 CCMemo 22Novl l.doc sy,,Omlle CONTRACT CHANGE ORDER (City Contract # 2162 Schedule Citv Resoultion # 203-10 Date 11/18/2011 City Project No.: 02133-0610 Project Name: Biosolids Management - Thermal Dryer Location: Fayetteville, AR Owner: City of Fayetteville Contractor: Crossland Heavy Contractors, Inc. Address: 113 W. Mountain Address: P.O. Box 350 Fayetteville, AR 72701 Columbus, KS 66725 THE FOLLOWING CHANGES ARE HEREBY AMENDED INTO THE CONTRACT PLANS AND SPECIFICATIONS: ITEM # DESCRIPTION DECREASE INCREASE 1 Add 30 cy of concrete for building foundation to counteract overturning moment $10,500 TOTAL DECREASE AMOUNT $0.00 TOTAL INCREASE AMOUNT $10,500.00 NET CHANGE ORDER $10,500.00 ENGINEERS FINAL CHANGE TO CONTRACT AMOUNT: TOTAL AMOUNT $2,770,280.00 ELIGIBLE AMOUNT $2,770,280.00 Original Contract Amount Total Previous Change Order(s) $5,670.00 $5,670.00 et Amount This Change Order $10,500.00 $10,500.00 TOTAL CONTRACT AMOUNT TO DATE $2,786,450.00 $2,786,450.00 Completion Date September 9, 2011 Adjusted Completion Date November 8, 2011 ;)(Decrease) This Change Order 0 Calendar )NTRACT COMPLETION DATE: November 8, 2011 MENDED: CITY OF FAYETTEVILLE Construction O server 6' Signat e CITY OF FAYETTEVILLE Eng Signature Crossland Heavy Contractors, Inc. oContractor Signature J CITY OF FA YETTEVILLE IBY: CONSTRUCTION & CONT. MGR. ! I.-_ i ` I Title Date UTILITIES ENGINEER Title tate 1 agic-GT M i�4tsEfe Title Mayor ,I-,- I Date City of Fayetteville Staff Review Form Shannon Jones Submitted By City Council Agenda Items and Contracts, Leases or Agreements N/A - Mayor's Approval City Council Meeting Date Agenda Items Only Utilities Capital Projects Division Order #3 to the construction contract with Dryer project. $ 93,000.00 Cost of this request 4480-9480-5815.00 Account Number 02133.0610 Project Number Budgeted Item 0 Action rcequirea: Utilities Department Contractors, Inc. for the Biosolids Management - $ 140,000 Category / Project Budget $ 16,170 Funds Used to Date $ 123,830 Remaining Balance Budget Adjustment Attached Depa nt irector — Date Rttorney Date •POJ cx, �j 3 - Finance and Internal Services Director Date --z Date D e Biosolids Processing Phase 2 Program Category / Project Name Wastewater Sys Impry Project Program / Project Category Name Water and Sewer Fund Name Previous Ordinance or Resolution # 203-10 Original Contract Date: 11/16/2010 Original Contract Number: 2162 Received in City 0319l 9 -1 2 P 0 3: 2 4 RCVD V D Clerk's Office EN ED Received in Mayor's Office Revised January 15, 2009 To: Thru: • a e PVl e ARKANSAS Mayor Lioneld Jordan David Jurgens, Utilities Director Don Marr, Chief of Staff Fayetteville Water and Sewer Committee From: Shannon Jones, Utilities Engineer,] w. Date: March 19, 2012 CONTRACT CHANGE ORDER MEMO THE CITY OF FAYETTEVILLE, ARKANSAS Subject: Change Order 3 to the construction contract with Crossland Heavy Contractors, Inc. for construction of the Biosolids Management - Thermal Dryer project. RECOMMENDATION Staff recommends approval of Change Order 3 to the construction contract with Crossland Heavy Contractors, Inc. for construction of the Biosolids Management - Thermal Dryer project for -$93,000.00. BACKGROUND The Contract provided for the construction of thermal dryer at the Noland Biosolids Management Site, to dry biosolids from both wastewater treatment plants. Prior to the installation of this dryer and the adjacent six solar drying houses, the city hauled an average of 15 tractor trailer loads of biosolids weekly to landfills in Lamar or Russellville. Fuel prices and tipping fees made the landfill operation much more expensive than when selected in 2003. This past summer, the solar dryer units were able to dry the material to 85-90% solids, although normal operations expect to produce a range of 40 - 70% solids. DISCUSSION This change order decreases the total amount of the contract by $93,000 and reconciles the contract. The change order is for costs related to the continued hauling and subsequent disposal of biosolids in a landfill that would have been significantly reduced or eliminated if the thermal dryer had been fully operational by the contract completion date of November 8, 2011. The agreement between the City of Fayetteville and Crossland Heavy Contractors, Inc. included an assessment of $1000 for each calendar day thereafter that the work is not complete. The thermal dryer was placed into service on February 9, 2012, 93 days after the contract completion date. BUDGET IMPACT This change order is deductive, and therefore does not negatively impact the project budget. $123,830 will remain in contingency after this change order is approved. Crossland CO3 CCMemo 19Mar12.doc 7ay"Medle Change Order No. 3 Page 1 of 1 RECONCILIATION CHANGE ORDER City Contract # 2162 Schedule City Resoultion # 203-10 Date 2/16/2012 City Project No.: 02133-0610 Project Name: Biosolids Management - Thermal Dryer Location: Fayetteville, AR Owner: City of Fayetteville Contractor: Crossland Heavy Contractors, Inc. Address: 113 W. Mountain Address: P.O. Box 350 Fayetteville, AR 72701 Columbus, KS 66725 THE FOLLOWING CHANGES ARE HEREBY AMENDED INTO THE CONTRACT PLANS AND SPECIFICATIONS: ITEM # DESCRIPTION DECREASE INCREASE 1 Deduct $93,000 from total contract for City of Fayetteville -$93,000 expenses relating to the hauling and disposal cost of waste sludge past the contract completion date of November 8, 2011. TOTAL DECREASE AMOUNT -$93,000.00 $0.00 TOTAL INCREASE AMOUNT -$93,000.00 NET CHANGE ORDER ENGINEERS FINAL CHANGE TO CONTRACT AMOUNT: TOTAL AMOUNT $2,770,280.00 ELIGIBLE AMOUNT $2,770,280.00 Original Contract Amount Total Previous Change Order(s) $16,170.00 $16,170.00 Net Amount This Change Order -$93,000.00 -$93,000.00 TOTAL CONTRACT AMOUNT TO DATE $2,693,450.00 $2,693,450.00 CHANGE TO CONTRACT COMPLETION DATE: Original Completion Date September 9, 2011 Previous Adjusted Completion Date November 8, 2011 (Increase)(Decrease) This Change Order 0 Calendar Days NEW CONTRACT COMPLETION DATE: November 8, 2011 RECOMMENDED: CITY OF FAYETTEVILLE Construe n Observer BY: [ 6.f CONSTRUCTION & CONT. MGR. T ?2012 ignature Title Date RECOMMENDED: CITY OF FAYETTEVILLE E Weer BY: UTILITIES ENGINEER 9 Signs e Title _ Date ACCEPTED: Crossland Heavy Contractors, Inc. Contractor BY: i '.�s�/ `PR bTEGT /�I�iGLFGEQ 3 — Z Signature Title Date APPROVED: CITY OF FAY TTEVILLE • ne BY: Qr^ ls� Mayor Si ature Title ate u ,to3-lo Bond No. 09075566 MAINTENANCE BOND KNOW AU. MEN BY THESEPRESENTS, That we Crossland Heavy Contractors, Inc. PO Box 350, Columbus, KS 66725 as Principal, and Fidelity and Deposit Company of Maryland as Surety, are held and firmly bound unto City of Fayetteville 113 W. Mountain Street, Fayetteville, AR 72701 as Obliges, in the penal sum of One Million Three Hundred Ninety Thousand Three Hundred Ninety Dollars and 00/100 i$ 1,390,390.00 to which payment well and truly to be made we do bind ourselves, our and each of our heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. WHEREAS, the said Principal entered into a contract with the City of Fayetteville dated November 16, 2010 for Biosolids Management - Thermal Dryer WHEREAS, said contract provides that the Principal will furnish a bond conditioned to guarantee for the period of 2 year) after approval of the final estimate on said job, by the owner, against ail defects in woricrnanship. and materials which may become apparent during said period, and WHEREAS, the said contract has been completed, and was approved on 9th day of February, 2012 NOW, 'l'HMEPORE,.THE CONDITION OF THIS OBUGAT(ON IS SUCH that, If the Principal sttafl indemnify the Obligee for all base that the Obligee may sustain by reason of any defective materials or workmanship which become apparent during the period of 2 year(s) from and after February 9, 2012 then this obligation shall he void, otherwise to remain in full force and effect. SIGNED, SEA AND DATES Crossla av on rs, Inc. B (LS_) FR1NCIPAL S) Fidelity and Deposit Company of Maryland by - Kristy M. Barb�� Attorney -in -Fact Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the llQ S {�garyland, by FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES, Assistant Secretary, in pur d' Rranted by Article V1, Section 2, of the By -Laws of said Companies, which are set forth on t , o n reby certified to he in full force and effect on the date hereof, does hereby nomina , t' t • po RSON, Morgan DEWEY, Rodney W. PADDOCK, Monica F. LW7, r t ER and Jessica STEWART, all of Overland Park, Kansas, EAC r*► a i ag , t i act, to make, execute, seal and deliver, for, and on its behalf as sure cj &r den' bonds and undertakings, and the execution of such bonds or undertake r ncie o t \h16as binding upon said Companies, as fully and amply, to all inte nts and ur oses s ' the h cuted and acknowledged by the regularly elected officers of the Company at p p its office in Baltimor e o n proper persons. This power of attorney revokes that issued on behalf of S. Mark WILKERSON, Mart FILLAN, Morgan DEWEY, Rodney W. PADDOCK, Monica F. HEIN, Debra L. WALZ, Jessica STEWART, dated November 5, 2010. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 18th day of April, A.D. 2011. ATTEST: PTV DEP pSr j ��� ti� r�jA�.4R � MMII •g FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Eric D. Barnes Assistant Secretary State of Maryland City of Baltimore f By: Frank E. Martin Jr. Vice President On this 18th day of April, A.D. 2011, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and. that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ., � )3 ) jl ) ���lfiltlil�` Constance A. Dunn Notary Public My Commission Expires: July 14, 2015 POA-F 076-0008 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this .— day of LkCkoT o I - _l Assistant Secretary CROSSLAND HEAVY CONTRACTORS 833 S East Avenue, PO Box 350, Columbus, KS 66725 (620) 429-1410 PHONE (620) 429-2977 FAX WAIVER OF LIEN Job Name: Fayetteville Biosolids Dryer Job Location: Fayetteville, AR Whereas the undersigned has been employed by THE CITY OF FAYETTEVILLE ARKANSAS to furnish labor and/or materials for the above described project. Now therefore the undersigned, in consideration of the payment of $2,693,450.00 other good and valuable considerations, the receipt and sufficiency of which is hereby acknowledged does hereby waive and release any and all lien or claim or right of lien relating to mechanics liens, on the above described premises and improvements thereon, and on monies or other considerations due or to become due from the owner, general contractor or its sureties, on account of labor or services, material, fixtures or apparatus heretofore furnished. CROSSLAND E C NTRACTORS INC (Company Na ) ��es dev (Signature) (Title) State of County of Ceyt._ Signed and sworn to before me on Februa ►'t.l c33 201 by Marti-- My appointment expires (Notary Public) HOLLY RHODES Notary Public - State ci Kansas MyAppt. Expires t IlS